R-12-12-06-F5 - 12/6/2012RESOLUTION NO. R -12-12-06-F5
WHEREAS, the City of Round Rock has duly advertised for bids for the Brushy Creek
Regional Wastewater Treatment System — West Wastewater Treatment Plant Rehabilitation Project,
and
WHEREAS, Archer Western Construction, LLC has submitted the lowest responsible bid, and
WHEREAS, the City Council wishes to accept the bid of Archer Western Construction, LLC,
Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City a contract
with Archer Western Construction, LLC for the Brushy Creek Regional Wastewater Treatment System
— West Wastewater Treatment Plant Rehabilitation Project.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 6th day of December, 2012.
/r/
A--�
ALAN MCGRAW, Mayor
City of Round Rock, Texas
ATTEST:
9LAU /kvvvvF
SARA L. WHITE, City Clerk
0lwdox\SCC1nt0112\ 1204\MONICIPAL\00263336.D0C
ROUND ROCK, TEXAS City Council Agenda Summary Sheet
PURPOSE. PASSION. PROSPERITY.
Agenda Item No. F5.
Consider a resolution authorizing the Mayor to execute a contract with Archer Western
Construction, LLC for the Brushy Creek Regional Wastewater Treatment System — West
Agenda Caption: Wastewater Treatment Plant Rehabilitation Project.
Date: December 6, 2012
Department: Utilities and Environmental Services
Staff Person making presentation: Michael Thane, P.E.
Utilities Director
Item Summary:
On September 7 & 8, 2010, Brushy Creek experienced extraordinary flooding conditions that caused the creek level
to swell out of its banks and inundate a portion of the Brushy Creek Regional Wastewater System (BCRWWS) West
Wastewater Treatment Plant. Since then, the facility has been shut down and the wastewater flow has been
diverted to the BCRWWS East Wastewater Treatment Plant. This project will repair the damages experienced from
the flooding, as well as move equipment that was previously located in the floodplain to a higher elevation. In
addition, under a renewed wastewater permit, as of September 28, 2012, the plant must achieve all of its plant
effluent discharge parameters, including an additional 17.4 mg/I daily average for nitrate nitrogen. Ultraviolet
equipment was previously procured on October 27, 2011 which allows for the equipment to be available for
installation upon approval of this construction contract.
On November 13th, four bids were submitted. Archer Western was the low bidder with a bid of $4,172,400. Cities
of Cedar Park, Austin and Round Rock will pay for this project based on their allocated capacity in the treatment
system. The City of Cedar Park percentage of capacity is 14.61% or $609,587.64; the City of Austin percentage of
capacity is 3.43% or $143,113.32; and the City of Round Rock percentage of capacity is 81.96% which is
$3,419,699.04 of this contract.
Cost: $4,172,400
Source of Funds: Self -Financed Wastewater Construction
Recommended Action: Approval
SLZ
ENGINEERING Iti-
November 15, 2012
Mr. Eddie Zapata
City of Round Rock
2008 Enterprise Drive
Round Rock, Texas 78664
DCS Engineering, LLC
1101 S. Capital of Texas Highway
Building G-100
Austin, Texas 78746
Tel: (512) 614-6171
Fax: (512) 284-8021
T.B.P.E. Finn No F- 13162
Re: Brushy Creek Regional Wastewater Treatment System - West Wastewater Treatment Plant
Rehabilitation Project
Recommendation to Award Contract
DCS Project No. 20101216
Dear Mr. Zapata:
On November 13, 2012, DCS Engineering (DCS) assisted the City of Round Rock in opening bids for the above
referenced project. Four bid proposals were received with Total Base Bid prices ranging from $4,068,400.00 to
$4,893,400.00. An Add Alternate Bid was also requested on the Bid Form for all the Base Bid Items and one
additional work item. Add Alternate Bids ranged from $4,172,400.00 to $5,193,400.00. The apparent low
bidder is Archer Western Construction, LLC from Arlington, Texas with a Total Base Bid amount of
$4,068,400.00 and Add Alternate Bid amount of $4,172,400.00. A tabulation of the bids received is attached.
DCS has reviewed the bid proposal submitted by Archer Western Construction, LLC and found the amounts bid
to be accurate and complete. We have reviewed the Bidder's Questionnaire, Statement of Bidder's Safety
Experience, contacted several of Archer Western's references, and documented their experience as it relates to
this project. DCS also obtained a Dun and Bradstreet Business Information Report for Archer Western
Construction, LLC. The report stated that the company has a "clear" history, a "good" composite credit
appraisal, and shows the majority of payments to suppliers are within terms.
Based on the information presented and conversations with City Staff regarding the Add Alternate Bid Item, we
recommend that the City of Round Rock accept the Add Alternate Bid amount from Archer Western
Construction, LLC for $4,172,400.00 for all the Base Bid Items and one additional work item for the West
Wastewater Treatment Plant Rehabilitation Project. We have prepared the attached NOTICE OF INTENT TO
AWARD letter for you to forward to Archer Western Construction, LLC if the City concurs with this
recommendation.
If you have any questions, please call me at (5 12) 614-6171.
Sincerely, ti`r•'�'d'�j
DCS Engineering, LLC*�*
EARREN C.•STROM M:i
�,.'..}....`'CEN'.!
Damen C. Strozewski, E.
Principal
/ t14 �OIVA4
P tiw
Enclosures
a
E
5
wz
Q
Q
5�
Q
QQ 5Q�
0
0 0
O
N
N
CD
r
N
O
N b
O
O
Yf
N
p
S
} y}}
r
Y
N
N
N
N
N
N
N
M
N
N
N
N
♦
N
N
b
N
88
S 8
8
88
8
8
8p
8
8
g
8
O
8
O
8
O
8
O
8
O
88
O
Y
Y
N
O
b
n
b
O
by
O Yf
g
N
O
O
Vf
?
Y
N
N
N
N
H
M
N
N
N
N
N
N
C
88
O
8 8
O
S 8
O
88
O
8
0
8
O
8
O
8
O
8
O
8
O
8
OOO
8
g8
O
8
O
8
O
8
�
8
8
r.
^
O
Y
�
N
N
Y
N
N
m
Y
Yf
Nb
f fbV
N
N
M
Y
pO
N
CoN
n
Y
y y}}
r
N
N
H
N
N
N
N
N
N
N
N
N
88
8 8
8
N
ppb
8
8ci
08
8
8
8
8
8
8
88
g
88
O
O
O
Y
pp
O
W
O
O
O
6
O
O
b
O
O
Z
O
N
O
/V
N
N
N
m
f
O
b
Yf
t'1
N
A
tV
A
Y
N
N
N
S
S
O
S
Yf
p
8O
O
p
8O
t
8
O
p
SO
O
p
8O
O
pN
8O
O
pN
8O
p
ppS
O
pN
$O
pN
8O
O
SO
O
pN
SO
O
8S
O
8
O
g
N
O
t�
N
N
Yf
b
O
pO
�[f
A
N
oO
W
N
3
r
N
Y
Y
}}}}
N
N
N
N
H
N
N
N
N
M
8
888
O
8
N
88
O
8
O
8
O
8
8
O
8
O
g
O
8
O
8
O
$
88
S
88
O
N
O
N
b
b
b
�O�pp
qOq
oO
b
N
N
N
N
N
N
N
N
8
8
8
$$
8
$
8
8
8
s
$
8
8
8
8
8
r
N
N
{y�
} }
y }
pN
8
8R
S
p
8O
p
O
p
8O
p
O
pN
88
8
pN
SO
O
pN
8O
O
pN
8O
p
SO
pN
SO
O
pN
8S
O
88
co
N
W
Y
a7
N
a!
WS
pOp
N
1O�
tq
N
N
(O�
1p
S
t1
OR
r
O
Q
a
{$
$
s-'
G
mm
Is
cs
c
U
Ra
■
gal
1i-
1jY
_
Fps
s
m
N
t7
Y
b
b
h
m
W
O
N
M
Y
b
b
E
5
wz