Item Coversheet

CITY OF HOUSTON - CITY COUNCIL

Meeting Date: 7/19/2016
ALL
Item Creation Date: 4/4/2016

L25460 – Electrical Maintenance, Repair, Automation Support and Technical Services - ORDINANCE

Agenda Item#: 19.


 
                               
Summary:

ORDINANCE awarding contract to BOYER, INC for Electrical Maintenance, Repair, Automation Support and Technical Services for the City’s Water and Wastewater Treatment Facilities for the Department of Public Works & Engineering; providing a maximum contract amount - 3 Years with two one-year options - $5,252,695.00 - Enterprise Fund

Background:

Formal Bids Received for S63-L25460 - Approved an ordinance awarding a contract to Boyer, Inc. on its low complete bid in an amount not to exceed $5,252,695.00 for electrical maintenance, repair, automation support and technical services for the Department of Public Works and Engineering.



SPECIFIC EXPLANATION:
The Director of the Department of Public Works and Engineering and the Chief Procurement Officer recommend that City Council approve an ordinance awarding a three-year contract with two one-year options to Boyer, Inc. on its low complete bid in an amount not to exceed $5,252,695.00 for electrical maintenance, repair, automation support and technical services for the Department of Public Works and Engineering. The Chief Procurement Officer may terminate this contract at any time upon 30-days written notice to the contractor. Funding for this item is included in the FY17 Adopted Budget. Therefore, no Fiscal Note is required as stated in the Financial Policy Ord. 2014-1078.

This project was advertised in accordance with the requirements of the State of Texas bid laws. Forty prospective bidders downloaded the solicitation document from SPD’s e-bidding website and two-bids were received. Prior to issuing the solicitation, the Strategic Procurement Division canvassed the City’s registered vendor data base, as well as the market, to identify potential bidders who could possibly provide the type of services needed. As a result, one hundred eighty-four potential bidders were identified and notified of the Invitation to Bid (ITB). Subsequent to the receipt of the bids, prospective bidders were contacted to determine the reason for the limited response to the ITB. Some potential respondents advised that the size of the project was beyond the capabilities of their company. Therefore, they elected not to submit a bid.

Company                                  Total Amount
1. Boyer, Inc.                             $5,252,695.00
2. ARD Distribution, LLC.          $5,394,675.00

The scope of work requires the contractor to provide all equipment, materials, supplies, tools, labor, supervision and transportation necessary to provide electrical maintenance and repair services, automation support and technical services at the City’s Water and Wastewater treatment facilities. These supplemental services will improve the facility’s operation, efficiency, availability and regulatory compliance. The services to be provided are separated into four categories: 1) Electrical - services include maintenance, testing, repairs, replacement, and installation of power equipment.; 2) Generator - services include the transportation, fueling and maintenance of electric power generators; 3) Automation - services include the maintenance and technical support of automated facility control systems, the Supervisory Control and Data Acquisition Communications System (SCADA) and ancillary equipment, and 4) Hazardous Waste – services include proper disposal of electrical items and accessories.

M/WBE Subcontracting:
This bid was advertised as a goal-oriented contract with an 11% M/WBE participation level. Boyer, Inc. has designated the below-named companies as its certified subcontractors:

Name                          Type of Work      Dollar Amount     Percentage
LD2 Services, Inc.        Materials             $577,796.45         11%

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 has elected to pay into the Contractor Responsibility Fund in compliance with City policy.

Hire Houston First:
The proposed contract requires compliance with the City’s “Hire Houston First” (HHF) ordinance that promotes economic opportunity for Houston Businesses and supports job creation. In this case Boyer, Inc. is a designated HHF company, but they were the successful awardee without application of the HHF preference.

 

Fiscal Note

Funding for this item is included in the FY17 Adopted Budget. Therefore, no Fiscal Note is required as stated in the Financial Policy Ord. 2014-1078.

 

____________________________________                ___________________________________

John J. Gillespie, Chief Procurement Officer                Department Approval Authority Signature

Finance/Strategic Procurement Division

Amount of Funding:

$5,252,695.00

Water & Sewer System Operating Fund (8300)

Contact Information:

NAME:

DEPARTMENT/DIVISION

PHONE

David Guernsey, Assistant Director

PWE

(832) 395-3640

Martin King, Division Manager

FIN/SPD

(832) 393-8705

Yesenia Chuca, Sr. Procurement Specialist

FIN/SPD

(832) 393-8727

ATTACHMENTS:
DescriptionType
RCASigned Cover sheet