HomeMy WebLinkAbout1987-0321728L
AN ORDINANCE ACCEPTING A COMPETITIVE BID AND PROVIDING FOR THE
AWARD OF A CONTRACT FOR PUBLIC WORKS IMPROVEMENTS, PROVIDING FOR
THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN
EFFECTIVE DATE
WHEREAS, the City has solicited, received and tabulated
competitive bids for the construction of improvements to the
Water Treatment Plant in accordance with the procedures of state
law and City ordinances, and
WHEREAS, art 601g, V T C S provides that a City may not
award a contract for public works projects to a nonresident
bidder unless the nonresident's bid is lower than the lowest bid
submitted by a responsible Texas resident bidder by the same
amount that a Texas resident bidder would be required to
underbid a nonresident bidder to obtain a comparable contract in
the state in which the nonresident's principal place of business
is located, and
WHEREAS, after diligent inquiry and investigation, and
review of information supplied by Cajun Construction Company,
the City Council hereby finds and determines that the lowest
bidder in this project is a nonresident bidder and that said
bidder's principal place of business is Louisiana, which state
gives a preference to local bidders, and
WHEREAS, the City Manager or a designated employee has
received and recommended that the hereinafter described bid is
the lowest responsible bid for the construction of the public
works improvements described in the bid invitation, bid
proposals and plans and specifications therefore, that meets the
requirements of law, NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I
That the following competitive bid for the construction of
public works improvements, as described in the "Bid Invita-
tion", "Bid Proposal" or plans and specifications attached
hereto is hereby accepted and approved as being the lowest
responsible bid for the upgrade of the Water Treatment Plant
BID NUMBER CONTRACTOR AMOUNT
9657 Tonto Construction Co $3,592,000 00
SECTION II
That the acceptance and approval of the above competitive
bid shall not constitute a contract between the City and the
person submitting the bid for construction of such public works
improvements herein accepted and approved, until such person
shall comply with all requirements specified in the Notice to
Bidders including the timely execution of a written contract and
furnishing of performance and payment bonds, after notification
of the award of the bid
SECTION III
That the City Manager is hereby authorized to execute all
necessary written contracts for the performance of the
construction of the public works improvements in accordance with
the bid accepted and approved herein, provided that such
contracts are made in accordance with the Notice to Bidders and
Bid Proposals, and documents relating thereto specifying the
terms, conditions, plans and specifications, standards,
quantities and specified sums contained therein
SECTION IV
That upon acceptance and approval of the above competitive
bid and the execution of contracts for the public works and
improvements as authorized herein, the City Council hereby
authorizes the expenditure of funds in the manner and in the
amount as specified in such approved bid and authorized
contracts executed pursuant thereto
SECTION V
That this ordinance shall become effective immediately upon
its passage and approval
PASSED AND APPROVED this the 17th day of February, 1987
ATTEST
rRm
ell
RAY STEPHENS, MAYOR
CITY OF DENTON, TEXAS
J I ALTERS
AC G CI Y SECRETARY
CITY OF DENTON, TEXAS
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
CITY OF DENTON, TEXAS
BY
DATE February 17, 1987
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT Bid #9657 Water Treatment Pant Upgrade Phase II
RECOMMENDATION. We recommend this bid be awarded to the low evaluated bid of
Tonto Construction CO for $3,592,000
SUMMARY. This bid invitation was sent to prospective vendors all over the United
States We received five bids as shown on the tabulation sheet The bids have
been evaluated and we find, with a ruling from the City Attorney, that we must
add a 5% (State preference law)to the bid of Cajun Construction This then makes
Tonto Construction the low evaulated bidder for $3,592,000 The UtilitT Board
at their special called meeting on 2-10-87 recommended approval of the low bid
Tonto Construction Co
BACKGROUND Tabulation Sheet
Recommendation of Freese & Nichols Inc
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Utilities water Production
FISCAL IMPACT There is no additional impact on the General Fund
Respectfully submitted
Lloyd V Harrell
City Manager
Prepared by
Name John J Marshall
Title Purchasing Agent
Approved
Name John J Marshall
1 1
n me+a
I I
m z
w m
y
y
i i
v xz
m m
i ri i
m 9
r
-1
I i
ra
m
o
P3
m
p
Y[
m
1 b I
C
I I
m
I
cn
i A i
mnl z
m
m
z
y
I i
vi a
W
w
I I
17
z 1
m
Ian
e a
vl
m
m
i i
� 1
1 I
1 S I
I m I
x I I
I b I
I o I
I 9 1
1 1
I
I IWWt AIL
FEB
FREESE AND NICHOLS, INC
C O N S U L T I N G E N G I N E E R S
February 6, 1987
Mr C David Ham, P.E
Director of Water/Wastewater Utilities
Service Center/Warehouse
901-A Texas Street
Denton, Texas 76201
Dear Mr. Ham
SIMON W .R[[[[ n [
JAM[[[ NICMOL1. I
0 �'^�
[NT L NICNOL
NO[[ . [
1
L[[t IRti[[ •[
Rod [RT[ OOOCN 14
JC[RIIYL J THO S
ROt[RT A. TNOMR[OM 111 Ri
/
JOMNM COON ti
[ ton ♦i
ANTNONYR[O Rt
T ANTHONY A
GARTH R[[V[t fit.
Joe MA'[ti.[
IT [RN[[TCL[M[NT M[
ELVINC COIi4NO PC
J[RRY 1- "KING P.S.
A "a NEAR III Pi
NONNI[ M L[MONG P ■
MICNA[LO MORRISON tL
C DIAN[ •A"IIA M L
RO[iRT I "MCC RL
L[O A DOTtON PC
"VIDA OATTI[
JOHN L. JON[t. PC
Re Water Plant Upgrade Project
Phase 2
Recommendation for Award
Bids were received at the City of Denton Service Center for the construction
of Phase 2 Water Treatment Plant Upgrade project on December 23. 1986. Five
bids were submitted and a detailed breakdown of each bid is shown on the
attached bid tabulation sheets. In addition, the bids have been evaluated
based on the Texas Reciprocal Preference Law (House Bill 620) This law
requires that out of state bidders from states having a preference law to
underbid Texas contractors by the same amount as required in their state
The bids received and the evaluated amounts are as follows
Bidder/Residency
Tonto Construction, Inc.
Texas
Cajun Contractors, Inc.
Louisiana
Eby Construction, Inc
Texas
BRB Contractors
Kansas
Red River Construction
Texas
Amount Evaluated Calendar Preference
Bid Amount Days Law Regmts
$3,592,000 $3,592,000
$3,497,000 $3,671,850
$3,740,000
$3,790,000
$3,830,000
$3,740,000
$3,790,000
$3,831,000
430
N/A
425
5 percent
450
N/A
None
No pre -
Given
ference
reqmts.
540
N/A
The tow actual dollar bid received was from Cajun Contractors, Inc whose
principal place of business is in the State of Louisiana It is our
understanding that the City's Legal Department has determined the Texas
811 LAMAR 8TR6RT PORT WORTH TEXAS 76102
TELHPH ONR 817 386 7141 MHTRO •/7 420 1900
Mr C David Ham, P E
February 6, 1987
Page 2
Reciprocal Preference law is applicable to Cajun Contractors, Inc The State
of Louisiana currently has a 5 percent preference requirement for out of
state bidders and under the Texas reciprocal law, this requirement will be
applied to Cajun Contractors' bid amount Therefore, based on the evaluated
bids, Tonto Construction, Inc. becomes the low bidder
Tonto Construction is a relatively new firm which has been in operation
since 1985. Our investigation of their experience record showed that they
have not performed any water treatment plant type work under their present
organization. The type projects that they have constructed are pipeline and
pump station facilities. The company has bid plant type work but has not
been successful. Tonto has proposed to use Mr Glenn A Landry as project
manager and Mr John Williams as the project superintendent on the Denton
project We have conducted background reviews on each individual and the re-
sults indicate that both are well qualified to perform the type work asso-
ciated with this project. Mr. Landry has approximately 11 years construc-
tion and project management experience and Mr Williams has approximately
16 years experience on plant construction projects We have attached a copy
of their resumes for your information.
We have also reviewed the company's financial statements Tonto Construc-
tion, Inc. is owned by Tonto Group. Tonto equipment Limited (a part of Tonto
Group) has provided a letter pledging full financial support for Tonto
Construction Co. We have attached the financial statements for both firms.
In addition, Tonto Construction, Inc. has submitted a letter which states
the company's approximated retained earnings for 1986 and their line of
credit currently available We have confirmed the Line of Credit by tele-
phone from the financial institution Based on the statements received,
Tonto Construction, Inc. appears to be financially capable of performing the
contract The City may desire to have their financial consultant review the
statements should there be any questions
The amount bid by Tonto Construction, Inc. is well within the budget of
$4,000,000 established for this project Based on the review of the in-
formation submitted and the results from the reference investigations,
Freese and Nichols recommends that the contract for construction of Phase 2
of the Water Treatment Plant Upgrade project be awarded to Tonto Construc-
tion, Inc at their bid amount of $3,592,000. If you should have any ques-
tions concerning this recommendation, please advise.
Respectfully submitted,
FREESE AND NICHOLS, INC.
Robert F. Pence, P E.
RFP jd (375)
Attachments
xc R E Nelson
Srini Sundaramoorthy