SUBJECT: Contract Award for Water Line Replacement in Bellaire West Area. WBS No. S-000035-0254-4
RECOMMENDATION: Accept low bid, award Construction Contract and appropriate funds.
PROJECT NOTICE/JUSTIFICATION: This 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 50,464 linear feet of water lines with related appurtenances in the Bellaire West Area. The contract duration for this project is 490 calendar days. This project was designed by Isani Consultants L.P.
LOCATION: Area 1: Bellaire on the north, Beechnut on the south,Turtlewood and Boone on the east and Belle Park on the west. Key Map Grid number 529 F, G, K, L, P and Council District F. Area 2: Burlinghall on the north, Main on the south, Chimney Rock on the east and Ashcroft on the west. Key Map Grid number 571 A, E, F and Council District K.
BIDS: This project was advertised for bidding on February 24, 2017. Bids were received on March 23, 2017. The seven (7) bids are as follows:
Bidder Bid Amount
1. DCE Construction, Inc. $3,988,603.10
2. D.L. Elliott Enterprises, Inc. $4,354,107.70
3. McKinney Construction, Inc. $4,385,575.50
4. Resicom, Inc. $4,439,266.90
5. Reliance Construction Services, L.P. $4,679,953.37
6. Scohil Construction Services, LLC $4,691,000.00
7. Tikon Group, Inc. $4,888,834.20
AWARD: It is recommended that this construction contract be awarded to DCE Construction, Inc. with a low bid of $3,988,603.10.
PROJECT COST: The total cost of this project is $4,587,300.00 to be appropriated as follows:
· Bid Amount
|
$3,988,603.10
|
· Contingencies
|
$199,430.16
|
· Engineering and Testing Services
|
$120,000.00
|
· CIP Cost Recovery
|
$279,266.74
|
Engineering and Testing Services will be provided by Kenall, 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 company DCE Construction, Inc. 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 low bidder has submitted the following proposed program to satisfy the 12% MBE goal and 8% WBE goal for this project.
|
MBE - Name of Firms
|
Work Description
|
Amount
|
% of Contract
|
1.
|
Castaneda Trucking
Boring & Tunneling
|
Underground Utility
|
$159,600.00
|
4.00%
|
2.
|
Avila Construction Products
|
Earth Hauling
|
$140,000.00
|
3.50%
|
3.
|
Royal Traffic Sign Co.
|
Traffic Control
|
$99,800.00
|
2.50%
|
4.
|
Central Texas Hauling
|
Earth Hauling
|
$79,800.00
|
2.00%
|
|
|
TOTAL
|
$479,200.00
|
12.00%
|
|
WBE - Name of Firms
|
Work Description
|
Amount
|
% of Contract
|
1.
|
Gama Contracting Services
|
Water Line Installation
|
$220,000.00
|
5.50%
|
|
|
TOTAL
|
$220,000.00
|
5.50%
|
|
SBE - Name of Firms
|
Work Description
|
Amount
|
% of Contract
|
1.
|
Mickie Service Company, Inc.
|
Water Line Installation
|
$99,800.00
|
2.50%
|
|
|
TOTAL
|
$99,800.00
|
2.50%
|
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.
_________________________________
Karun Sreerama, MBA, PhD, PE
Director
Department of Public Works and Engineering
WBS No. S-000035-0254-4