SUBJECT: Contract Award for Lift Station Renewal and Replacement – Tidwell Road No. 1, Iroquois, West Canino Road and John Alber Road. WBS No. R-000267-0116-4
RECOMMENDATION: (SUMMARY) Accept low bid, award Construction Contract and appropriate funds.
PROJECT NOTICE/JUSTIFICATION: This program is part of the Lift Station Renewal and Replacement program and is required to meet the need to improve or replace wastewater lift stations.
DESCRIPTION/SCOPE: This project consists of the rehabilitation of four lift stations to include mechanical, structural, electrical and instrumentation components, appurtenances, and site work. This project was designed by Hazen and Sawyer, P.C.
LOCATION: The projects are located at 7406 Tidwell Road in Key Map Grid 455A, 12903 Iroquois in Key Map Grid 413Q, 101 W. Canino Road in Key Map Grid 413S, and 621 John Alber Road in Key Map Grid 413U
BIDS: This project was advertised for bidding on January 27, 2017. Bids were received on February 23, 2017. The two (2) bids are as follows:
|
Bidder
|
Bid Amount
|
1.
|
Industrial TX Corporation
|
$3,347,670.00
|
2.
|
Peltier Brothers Construction, Ltd.
|
$3,894,713.00
|
AWARD: It is recommended that this construction contract be awarded to Industrial TX Corporation with a low bid of $3,347,670.00 and Addenda Numbers 1 and 2 be made a part of this Contract.
PROJECT COST: The total cost of this project is $3,814,400.00 to be appropriated as follows:
· Bid Amount
|
$ 3,347,670.00
|
· Contingencies
|
$ 167,383.50
|
· Engineering and Testing Services
|
$ 65,000.00
|
· CIP Cost Recovery
|
$ 234,346.50
|
Engineering and Testing Services will be provided by Gorrondona Engineering Services, Inc. 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 business and supports job creation. In this case, Industrial TX Corporation 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 benefits for some employees but will pay into the Contractor Responsibility Fund for others, in compliance with City policy.
M/WSBE PARTICIPATION: The contractor has submitted the following proposed program to satisfy the 11 % MBE goal and 7% WBE goal for this project.
|
MBE - Name of Firms
|
Work Description
|
Amount
|
% of Contract
|
1.
|
Aviles Painting Contractor
|
Painting
|
$ 25,000.00
|
0.75%
|
2.
|
C & B Rebar Construction, Inc.
|
Rebar Installation
|
$ 20,000.00
|
0.60%
|
3.
|
Southern Trenchless Solutions LLC
|
Rehabilitation of Water and Sewer Line
|
$ 69,265.00
|
2.07%
|
4.
|
Magna-Flow International, Inc. dba Magna-Flow Environmental
|
Sludge Collection
|
$ 15,000.00
|
0.45%
|
5.
|
Ace Controls, LLC
|
Wastewater Process Automation
TOTAL
|
$ 236,330.00
____________
$ 365,595.00
|
7.06%
______
10.92%
|
|
WBE - Name of Firms
|
Work Description
|
Amount
|
% of Contract
|
1.
|
Jimerson Underground, Inc.
|
Underground Utilities
|
$ 191,963.00
|
5.73%
|
2.
|
Holes Incorporated
|
Concrete Cutting
|
$ 22,000.00
|
0.66%
|
|
|
TOTAL
|
$ 213,963.00
|
6.39%
|
|
SBE - Name of Firms
|
Work Description
|
Amount
|
% of Contract
|
1.
|
Automation Nation, Inc.
|
Computer Software Programming and Design
|
$ 24,000.00
|
0.72%
|
2.
|
Medcalf Fabrication, Inc.
|
Fabricator of Structural Components
|
$ 88,834.00
______________
|
2.65%
________
|
|
|
TOTAL
|
$ 112,834.00
|
3.37%
|
ESTIMATED FISCAL OPERATING IMPACT: 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. All known third party private utilities have been relocated.
_________________________________
Karun Sreerama, MBA, PhD, PE, Director
Department of Public Works and Engineering
WBS No. R-000267-0116-4