Summary:
An ordinance appropriating the sum of $4,400,000.00 out of the Water and Sewer System Consolidated Construction Fund, awarding a contract to E.P. Brady, Ltd. for Sewer Service Improvements Magnolia Point Unserved Areas Package 2 -Plantation Hills Internal Sanitary Improvements; 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, Cl P Cost Recovery, Construction Management, and Contingencies relating to construction of facilities financed by the Water and Sewer System Consolidated Construction Fund; and declaring an emergency.
Background:
SUBJECT· Contract Award for Sewer Service Improvements Magnolia Point Unserved Areas Package 2-Plantation Hills Internal Sanitary Improvements. WBS No. R-000801-0014-4
RECOMMENDATION: (SUMMARY)
Accept low bid, award Construction Contract and appropriate funds.
PROJECT NOTICE/JUSTIFICATION: This project is part of the City's program to provide sanitary sewer to the unserved areas within the City limit.
DESCRIPTION/SCOPE: This project consists of the development of sanitary sewer for the Plantation Hill Subdivision in which includes constructing a new lift station, force main and collections system.
This project also includes upgrade of the existing force main from Hidden Echo lift station. The Contract duration for this project is 365 calendar days. This project was designed by HOR Engineering Inc.
LOCATION: The project is located in Key Map Grids 299W, 2982, & 3380 .
BIDS: This project was advertised for bidding on February 24, 2017. Bids were received on March 23, 2017. The four (4) bids are as follows:
|
Bidder
|
Bid Amount
|
1.
|
E.P. Brady, Ltd.
|
$3,584,365.75
|
2.
|
Reliance Construction Services, L.P.
|
$3,791,230.50
|
3.
|
Main Lane Industries, Ltd.
|
$4,277,830.00
|
4.
|
Calco Contracting Ltd.
|
$4,321,225.00
|
AWARD: It is recommended that this construction contract be awarded to E. P. Brady, Ltd. with a low bid of $3,584,365.75 and that Addendum Number 1 be made a part of this Contract.
PROJECT COST: The total cost of this project is $4,400,000.00 to be appropriated as follows:
· Bid Amount
|
$3,584,365.75
|
· Contingencies
|
$179,218.29
|
· Engineering and Testing Services
|
$125,000.00
|
· CIP Cost Recovery
|
$107,615.96
|
· Construction Management
|
$403,800.00
|
Engineering and Testing Services will be provided by Atser, L.P. under a previously approved contract.
Construction Management Services will be provided by Infrastructure Associates, 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 E. P. Brady, Ltd. 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 program to satisfy the 13% MBE goal and 7% WBE goal for this project.
|
MBE – Name of Firm
|
Work Description
|
Amount
|
% of Contract
|
1.
|
Capstone Trucking, Inc.
|
Trucking
|
$36,000.00
|
1.00%
|
2.
|
GMJ Paving Company, LLC
|
Paving
|
$465,967.55
|
13.00%
|
3.
|
P&Z Logistics Inc.
|
Boring
|
$71,687.32
|
2.00%
|
|
|
TOTAL
|
$573,654.87
|
16.00%
|
|
|
|
|
|
1.
|
KMA Contractors Services, Inc.
|
Photography & Material Supplies
|
$250,880.00
|
7.00%
|
|
|
Total
|
$250,880.00
|
7.00%
|
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.
WBS No. R-000801-0014-4