Item Coversheet

CITY OF HOUSTON - CITY COUNCIL

Meeting Date: 9/12/2017
District E
Item Creation Date: 6/9/2017

20JWM101 Contract Award / Industrial TX Corporation

Agenda Item#: 34.


 
                               
Summary:

ORDINANCE appropriating $14,993,000.00 out of Water & Sewer System Consolidated Construction Fund, awarding contract to INDUSTRIAL TX CORPORATION for SEWPP Treatment Modules Rehabilitation, Transfer Pump Station Improvements and Electrical Substation Upgrades; 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 testing services, CIP Cost Recovery, construction management, and contingencies relating to construction of facilities financed by the Water & Sewer System Consolidated Construction Fund - DISTRICT E - MARTIN

Background:

SUBJECT: Contract Award for SEWPP Treatment Modules Rehabilitation, Transfer Pump Station Improvements and Electrical Substation Upgrades. WBS No. S-000012-0030-4.

 

RECOMMENDATION: (SUMMARY) Accept low bid, award construction contract and appropriate funds.

PROJECT NOTICE/JUSTIFICATION: This project is part of the City's Capital Improvement Program to improve operability, maintainability and reliability for the Southeast Water Purification Plant and to comply with the Texas Commission on Environmental Quality and Surface Water Treatment Rule mandated by the United States Environmental Protection Agency and to meet existing and future water demand requirements.

DESCRIPTION/SCOPE: The project consists of: 1. Relocating Treatment Module Number 1 Transfer Pump Station and the Electrical Distribution Building Switchgears into a new electrical building, 2. Upgrading Treatment Module Number 1 Programmable Logic Controllers and software, 3. Addition of a new raw sludge thickener, and a new basin drain pump station at Treatment Module Number 2, 4. Replacing High service pumping station of switchgears with new synchronous motor controllers, 5.  Bypass modification for sedimentation basin drain piping for Treatment Module Number 2,  6. Replacing Substation Transformer, 7. Providing electronically completed Technical Asset Data forms, and 8. Sludge dredging of the Process Overflow Basin. The contract duration for this project is 600 calendar days. This project was designed by Brown & Gay Engineers, Inc.

 

LOCATION: This project is located at 3100 Genoa Red Bluff Rd, key maps 577 Q, 577 R.

 

BIDS: This project was advertised for bidding on March 17, 2017.  Bids were received on April 13, 2017. The three (3) bids are as follow:

 

Bidder

Bid Amount

 

1.

Industrial TX Corporation

$13,230,000.00

 

2.

3.

LEM Construction Co., Inc.

Boyer, Inc.

$13,986,250.00

$15,631,618.00

 

 

AWARD: It is recommended that this construction contract be awarded to Industrial TX Corporation with a low bid of $13,230,000.00 and that Addendum Number 1 be made part of this contract.

 

PROJECT COST: The total cost of this project is $14,993,000.00 to be appropriated as follows:

 

· Bid Amount

$13,230,000.00

· Contingencies

     $661,500.00

· Testing Services

     $175,000.00

· CIP Cost Recovery

     $926,500.00

 

Testing Services will be provided by HTS, Inc. 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 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 13% MBE goal and 7% WBE goal for this project. 

 

 

 

MBE - Name of Firms

Work Description

Amount

% of Contract

1.

Aviles Painting Contractor

Painting Services

$309,582.00

2.34%

2.

 

3.

4.

5.

6.

C & B Rebar Construction, Inc. 

Elec-Net Supply

Escalante Construction, Inc.

NY Trucking Company, Inc.

S & S Masonry II, LLC

Rebar Services

 

Electrical Supplier

Concrete Construction

Trucking Services

Masonry Services

$115,101.00

 

$1,652,427.00

$464,373.00

$30,429.00

$231,525.00

0.87%

 

12.49%

3.51%

0.23%

1.75%

          

 

 

 

 

 

 

TOTAL

$2,803,437.00

21.19%

 

           

 

 

 

 

 

 

 

 

 

WBE - Name of Firms

Work Description

Amount

% of Contract

1.

Macaulay Controls Company

Equipment Supplier

$571,536.00

4.32%

2.

BL Technology, Inc.

Security Installation

$14,553.00

0.11%

 

 

 

 

 

 

 

TOTAL

$586,089.00

4.43%

 

 

SBE - Name of Firms

Work Description

Amount

% of Contract

1.

Medcalf Fabrication, Inc.

Structural Fabricator

$169,344.00

1.28%

2.

Cohen Industrial Supply Co.

Pipe Supplier

$349,272.00

2.64%

 

 

 

 

 

 

 

TOTAL

$518,616.00

3.92%

 

 

 

 

 

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.

 

 

 

_________________________________

Carol Ellinger Haddock, P.E.

Acting Director

Department of Public Works and Engineering

 

WBS No. S-000012-0030-4


Amount of Funding:

$14,993,000.00 from Fund No. 8500-Water and Sewer System Consolidated Construction Fund.


Contact Information:

Jeff Masek, P.E., CCM

Acting Senior Assistant Director 

Capital Projects

(832) 395-2387


ATTACHMENTS:
DescriptionType
Signed RCASigned Cover sheet
MapsBackup Material