SUBJECT: Contract Award for Neighborhood Sewer System Improvements – Basin AS074 and Fuqua Lift Station Force Main Discharge. WBS No. R-002011-0087-4
RECOMMENDATION: (SUMMARY) Accept low bid, award Construction Contract and appropriate funds.
PROJECT NOTICE/JUSTIFICATION: This project is part of the Neighborhood Sewer System Improvements program and is required to meet the need to replace and upgrade neighborhood sewer systems that continue to deteriorate requiring frequent repair.
DESCRIPTION/SCOPE: This project consists of (1) the construction of approximately 2,791 linear feet of sanitary sewer lines ranging from 10-inch to 18-inch diameter within the public right-of-way and (2) the construction of approximately 1,914 linear feet of 18-inch sanitary sewer and 595 linear feet of 12-inch force main along Fuqua Street. The Contract duration for this project is 300 calendar days. This project was designed by United Engineers, Inc.
LOCATION: The project area is generally bound by (1) Barkdull Street on the north, Sunset Boulevard and Main Street on the south, Main Street on the east and Institute Lane on the west and (2) Dalmation Drive on the north, Fuqua Street on the south, White Heather Drive on the east and Buxley Street on the west. The project is located in Key Map Grids 493W, 532D, 533A, 571V and 572S.
BIDS: This project was advertised for bidding on February 10, 2017. Bids were received on March 9, 2017. The three (3) bids are as follows:
|
Bidder
|
Bid Amount
|
1.
|
Huff & Mitchell, Inc.
|
$3,694,769.00
|
2.
3.
|
Main Lane Industries, Ltd.
BRH Garver, Inc.
|
$3,961,194.00
$5,918,490.00
|
AWARD: It is recommended that this construction contract be awarded to Huff & Mitchell, Inc. with a low bid of $3,694,769.00 and that Addendum Number 1 be made a part of this Contract.
PROJECT COST: The total cost of this project is $4,592,900.00 to be appropriated as follows:
· Bid Amount
|
$3,694,769.00
|
· Contingencies
|
$ 184,738.45
|
· Testing Services
|
$ 170,000.00
|
· CIP Cost Recovery
|
$ 110,892.55
|
· Construction Management
|
$ 432,500.00
|
Testing Services will be provided by Paradigm Consultants, Inc. under a previously approved contract.
Construction Management Services will be provided by Middleton Brown, LLC 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 Huff & Mitchell, 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 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 Firms
|
Work Description
|
Amount
|
% of Contract
|
1.
|
Trinity Paving LLC
|
Asphalt Paving
|
$118,232.61
|
3.20%
|
2.
|
MVA Construction LLC
|
Concrete Paving
|
$ 99,758.76
|
2.70%
|
3.
|
P.A. Berrios Trucking
|
Trucking Services
|
$147,790.76
|
4.00%
|
4.
|
Royal Traffic Sign Co.
|
Flagging, Traffic Control
|
$114,537.84
|
3.10%
|
|
|
TOTAL
|
$480,319.97
|
13.00%
|
|
WBE - Name of Firms
|
Work Description
|
Amount
|
% of Contract
|
1.
|
KMA Contractors Services Inc.
|
Photography
|
$ 2,955.82
|
0.08%
|
2.
|
Karami Plumbing and Construction Supply LLC
|
Material Supplier
|
$240,529.46
|
6.51%
|
|
|
TOTAL
|
$243,485.28
|
6.59%
|
|
SBE - Name of Firms
|
Work Description
|
Amount
|
% of Contract
|
1.
|
Gulf Coast Grouting, Inc.
|
Grouting
|
$ 15,148.55
|
0.41%
|
|
|
TOTAL
|
$ 15,148.55
|
0.41%
|
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. R-002011-0087-4