Item Coversheet

CITY OF HOUSTON - CITY COUNCIL

Meeting Date: 5/3/2016
District C, District H, District J
Item Creation Date: 4/12/2016

20MB144 McKinney Construction, Inc.

Agenda Item#: 19.


 
                               
Summary:

ORDINANCE appropriating $4,631,000.00 out of Water & Sewer System Consolidated Construction Fund, awarding contract to MCKINNEY CONSTRUCTION, INC for Water Line Replacement in Shepherd Forest II Area; setting a deadline for the bidder’s execution of the contract and delivery of all bonds, insurance, and other required contract documents to the City; holding the bidder in default if it fails to meet the deadlines; providing funding for engineering, testing, CIP Cost Recovery, and contingencies relating to construction of facilities financed by the Water & Sewer System Consolidated Construction Fund - DISTRICTS C - COHEN; H - CISNEROS and J - LASTER

Background:

SUBJECT:  Contract Award for Water Line Replacement in Shepherd Forest II Area, McKinney Construction, Inc., WBS No. S-000035-0192-4.

 

RECOMMENDATION:  (Summary)  Accept low bid, award construction contract and appropriate funds.

 

PROJECT NOTICE/JUSTIFICATIONThis project is part of the City’s Water Line Replacement Program. This program is required to replace and upgrade water lines within the City to increase availability of water, improve circulation and fire protection.

 

DESCRIPTION/SCOPE:  This project consists of the construction of approximately 32,577 linear feet of water lines (5,354 linear feet of 12-inch, 26,912 linear feet of 8-inch, 279 linear feet of 6-inch, and 32 linear feet of 4-inch water lines), construction of service lines, fire hydrants, valves, fittings, connections, and other appurtenances in the Shepherd Forest II Area. The Water Line Replacement project in Shepherd Forest II Area was designed by Isani Consultants L.P. This project also consists of the construction of approximately 6,256 linear feet of 8-inch, 12-inch and 16-inch of water lines along Bellaire Boulevard. The Water Line Replacement project along Bellaire Boulevard was designed by SES Horizon Consulting Engineers, Inc. The contract duration for this project is 410 calendar days.

 

LOCATION:  This project is located in two areas:

 

         Bounded By  Key Map Grid Council District
Area 1     Bounded by W. 34th on the north, IH 610 (North Loop West) on the south, Yale on the east, and Alba and Ansbury on the west.    452P, Q & R  C, H
Area 2 Along Bellaire Blvd from Mulberry Lane to Edloe Street 532E & F J

 

BIDS:  This project was advertised for bidding on January 08, 2016. Bids were received on February 18, 2016. The eight (8) bids are as follows:

 

  Bidder Bid Amount
1.    McKinney Construction, Inc.                                        $3,996,067.15
2. Tikon Group, Inc. $4,133,618.15
3. Grava LLC $4,308,496.50
4. Lopez Utilities Contractor, LLC $4,996,079.75
5. Resicom, Inc. $5,008,244.60
6. Scohil Construction Servcies, LLC $5,230,369.75
7. Principal Services Ltd. $5,440,805.30
8. D.L. Ellilott Enterprises, Inc. $5,460,465.15

   

 

AWARD:  It is recommended that this construction contract be awarded to McKinney Construction, Inc. with a low bid of $3,996,067.15 and that Addendum No. 1, No. 2 and No.3 be made a part of this contract.

 

PROJECT COST:  The total cost of this project is $4,631,000.00 to be appropriated as follows:

 

·                            Bid Amount                                              $3,996,067.15

·                            Contingencies                                             $199,803.36

·                            Engineering and Testing Services              $155,000.00

·                            CIP Cost Recovery                                     $280,129.49

 

Engineering and Testing Services will be provided by DAE and Associates, Ltd., d/b/a Geotech Engineering and Testing under a previously approved contract.

 

HIRE HOUSTON FIRST:  The proposed contract requires compliance with the City’s ‘Hire Houston First’ ordinance that promotes economic opportunity for Houston businesses and supports job creation.  In this case, the proposed contractor meets the requirements of Hire Houston First.

 

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/WBE PARTICIPATION:  The low bidder has submitted the following proposed program to satisfy the 12 %  MBE goal and 8% WBE goal for this project.

 

     MBE - Name of Firm Work Description Amount % of Contract
1. Miranda Trucking & Services, Inc.      Haul Materials                         $119,883.00 3.00%
2. D&D Underground Utilities Water and Sewer Line Installation/Repair $199,803.36 5.00%
3. Royal Traffic Sign Co. Flagging, Traffic Control Services $79,921.00 2.00%
4. Texas Fluid Power Products, Inc. Valves for Various Services $79,922.00 2.00%
    TOTAL     $479,529.36 12.00%
         
  WBE - Name of Firm Work Description Amount % of Contract
1. Bevco Company, Inc. Supplies $319,685.38 8.00%
         

 

All known rights-of-way, easements and/or right-of-entry required for the project have been acquired.

Amount of Funding:
$4,631,000.00 from Water and Sewer System Consolidated Construction Fund No. 8500.
Contact Information:

Ravi Kaleyatodi, P.E., CPM

Phone: (832) 395-2326

Senior Assistant Director
ATTACHMENTS:
DescriptionType
Signed RCASigned Cover sheet
MapsBackup Material