| | | | | | | |  |
CITY OF HOUSTON - CITY COUNCIL Meeting Date: 8/26/2025 District K
Item Creation Date: 4/15/2025
20INF2545 Contract Award / Vortex Lining Systems, LLC
Agenda Item#: 48.
| |
|
| | | | | | | | Summary:
ORDINANCE appropriating $5,400,849.00 out of Dedicated Drainage and Street Renewal Capital Fund – Drainage Charge; awarding contract to VORTEX LINING SYSTEMS, LLC for Westridge and Braes Terrace Area Drainage and Paving Improvements; setting a deadline for the bidder’s execution of the contract and delivery of all bonds, insurance, and other required documents to the City; holding the bidder in default if it fails to meet the deadlines; providing funding for CIP Cost Recovery relating to construction of facilities financed by the Dedicated Drainage and Street Renewal Capital Fund – Drainage Charge, contingency and testing services - DISTRICT K - CASTEX-TATUM |
| | | | | | | | Background:
SUBJECT: Contract Award for Westridge and Braes Terrace Area Drainage and Paving Improvements.
RECOMMENDATION: Award a Construction Contract to Vortex Lining Systems, LLC for Westridge and Braes Terrace Area Drainage and Paving Improvements and appropriate funds.
PROJECT NOTICE/JUSTIFICATION: This project is part of the ReBuild Houston Process that utilize a worst first methodology, objective data, and benefit/cost analysis. The project was constructed to improve the drainage of streets and reduce the risk of structural flooding.
DESCRIPTION/SCOPE: This project consists of rehabilitation of storm drainage necessary concrete paving repair related to work done on drainage system in the Westridge and Braes Terrace area. The Contract duration for this project is 440 calendar days. This project will be designed by Isani Consultants LP.
LOCATION: The project area is generally bound by South Braeswood Boulevard on the north, Interstate 610 South Loop Feeder Road on the south, Bevlyn Drive on the east, and Timberside Drive on the west.
BIDS: This project was advertised for bidding on February 14, 2025. Bids were received on March 06, 2025. The five (5) bids are as follows:
|
Bidder |
|
|
|
|
|
Bid Amount |
1. |
Vortex Lining Systems, LLC |
|
|
|
|
|
$4,728,044.12 |
2. |
Lewis Concrete Restoration |
|
|
|
|
|
$5,099,990.00 |
3. |
PM Construction & Rehab, LLC |
|
|
|
|
|
$5,197,887.00 |
4. |
US Infra Rehab Services |
|
|
|
|
|
$7,045,966.88 |
5. |
MC2 Civil, LLC |
|
|
|
|
|
$7,330,845.00 |
AWARD: It is recommended that this construction contract be awarded to Vortex Lining Systems, LLC with a low bid of $4,728,044.12.
PROJECT COST: The total cost of this project is $5,400,849.00 to be appropriated as follows:
|
|
|
|
|
$4,728,044.12 |
|
|
|
|
|
$ 236,402.21 |
|
|
|
|
|
$ 200,000.00 |
|
|
|
|
|
$ 236,402.67
|
Testing Services will be provided by Ninyo & Moore Geotechnical and Environmental Sciences Consultants under a previously approved contract.
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, Vortex Lining Systems does not meet the requirements for HHF designation; no HHF firms were within three percent.
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 program to satisfy the 13.00% MBE goal and 7.00% WBE goal for this project.
|
MBE-Name of Firms |
|
Work Description |
|
Amount |
|
% of Contract |
1. |
To-Mex Construction, LLC |
|
Utility Line, Construction |
|
$ 333,799.91 |
|
7.06% |
2. |
Jays Logistics LLC |
|
General Freight Trucking,
Long-Distance, Truckload
|
|
$ 172,100.81 |
|
3.64% |
|
|
|
|
|
|
|
|
|
|
|
TOTAL |
|
$ 505,900.72 |
|
10.70% |
|
|
|
|
|
|
|
|
|
WBE- Name of Firms |
|
Work Description |
|
Amount |
|
% of Contract |
1. |
BUKU Contractor’s Supply,
LLC
|
|
Construction Material
Merchant Wholesalers
|
|
$ 150,351.80 |
|
3.18% |
2. |
Champion Fuel Solutions |
|
Bulk Stations, Petroleum |
|
$ 16,075.35 |
|
0.34% |
3. |
F & L Coatings and
Concrete, L.L.C.
|
|
Other Specialty
Trade Contractors
|
|
$ 91,724.06 |
|
1.94% |
|
|
|
|
|
|
|
|
|
|
|
TOTAL |
|
$ 258,151.21 |
|
5.46% |
|
|
|
|
|
|
|
|
|
SBE- Name of Firms |
|
Work Description |
|
Amount |
|
% of Contract |
1. |
Chief Solutions, Inc. |
|
Construction Management,
Water and Sewer Line
|
|
$ 177,774.46 |
|
3.76% |
2. |
Houston Barricade
and Supply, LLC
|
|
Flagging |
|
$ 11,347.31 |
|
0.24% |
|
|
|
|
|
|
|
|
|
|
|
TOTAL |
|
$ 189,121.77 |
|
4.00% |
FISCAL NOTE: No significant Fiscal Operating impact is anticipated as a result of this project.
All known rights-of-way, easements and/or right-of-entry required for the project have been acquired.
_________________________________
Randall V. Macchi, JD
Director, Houston Public Works
WBS No. M-410016-0001-4
|
| | | | | | | | Amount and Source of Funding: $5,400,849.00 from Fund No. 4042 – Dedicated Drainage and Street Renewal Capital Fund - Drainage Charge |
| | | | | | | | Contact Information:
Name |
|
Service Line |
|
Contact No. |
|
|
Roberto Medina, Assistant Director |
|
DO-HPW Council Liaison Office |
|
832.395.2456 |
|
|
Maria Perez, HPW Agenda Coordinator |
|
DO-HPW Council Liaison Office |
|
832.395.2282 |
|
|
Tanu Hiremath, Assistant Director |
|
INF-HPW |
|
832.395.2291 |
|
|
|
|