SUBJECT: Contract Award for FY2017 Clearing and Grubbing for Open Drainage Systems Work Orders #1
RECOMMENDATION: (SUMMARY)
Accept low bid, award Construction Contract and allocate funds.
PROJECT NOTICE/JUSTIFICATION: The Street and Drainage Division will provide work authorizations on a location by location basis, as needed, to de-silt, re-grade, clear and grub the City of Houston’s open storm drainage system. The Contract provides for work authorizations to address open drainage system issues citywide. A total of $1,500,000.00 out of the Stormwater Fund 2302 will be allocated in the FY17 budget for this Contract. Funding for the remaining allocated amount of $3,000,000.00 will be submitted as part of the FY18 and FY19 budgets, with each allocation being for $1,500,000.00 each fiscal year.
DESCRIPTION/SCOPE: This project consists of de-silting, re-grading, clearing and grubbing of open drainage systems in the City of Houston. The Contract duration for this project is 365 calendar days.
LOCATION: Citywide. Work locations will be anywhere within the City of Houston and its jurisdictional limits and will be established by each work authorization.
BIDS: Bids were received on December 8, 2016. The three (3) bids are as follow:
|
Bidder
|
Adjustment Factor
|
1.
|
T Construction, LLC.
|
1.275
|
2.
|
Resicom, Inc.
|
1.650
|
3.
|
Caan Construction Services, Inc.
|
2.456
|
AWARD: It is recommended that this construction contract be awarded to T Construction, LLC., with a low bid of $1,500,000.00 (1.275 Adjustment Factor) and that Addendum #1 be made a part of this Contract.
PROJECT COST: The total cost to be allocated for this project is $4,500,000.00.
HIRE HOUSTON FIRST: The proposed contract requires compliance with the City’s ‘Hire Houston First’ (HHF) ordinance that promotes economic opportunity for Houston business and supports job creation. In this case T Construction, LLC. is a designated HHF company, but they were the successful awardee without application of the HHF preference.
PAY OR PLAY PROGRAM: The proposed contract requires compliance with the City’s ‘Pay or Play’ ordinance regarding health benefits for employees of City contractors. In this case, the contractor provides health benefits to eligible employees in compliance with City policy.
M/WSBE PARTICIPATION: The contractor has submitted the following proposed MWBE participation to satisfy the 6% MBE and 2% WBE goal for this project.
MBE – Name of Firms Work Description Amount % of Contract
1. To-Mex Construction, LLC. Ditch re-grading, $180,000.00 4%
clearing & grubbing
2. J.A. Gamez Trucking Services Trucking & hauling $45,000.00 1%
3. P&A Trucking Services Trucking & hauling $45,000.00 1%
4. Royal Traffic Signs Traffic control, flagmen $45,000.00 1%
& traffic signs
$351,000.00 7%
WBE – Name of Firms Work Description Amount % of Contract
1. Sak Sisters Contractors Flagmen/officers $45,000.00 1%
2. Access Data Supply, Inc. Culvert pipe, PVC pipe, $45,000.00 1%
water fittings and sand
$90,000.00 2%
ESTIMATED FISCAL OPERATING IMPACT: No significant Fiscal Operating impact is anticipated as a result of this project.
_________________________________
Dale A. Rudick, P.E. Director
Department of Public Works and Engineering
WBS Number: M-MAO300-0002-4