Item Coversheet

CITY OF HOUSTON - CITY COUNCIL

Meeting Date: 11/14/2017
District A
Item Creation Date: 7/28/2017

20KFH03 Contract Award / Triple B Services, L.L.P.

Agenda Item#: 33.


 
                               
Summary:

ORDINANCE appropriating $15,376,000.00 out of Street & Traffic Control and Storm Drainage DDSRF and $974,000.00 out of Water & Sewer System Consolidated Construction Fund, awarding contract to TRIPLE B SERVICES, LLP for Binglewood Area Drainage and Paving 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 testing, CIP Cost Recovery, construction management, and contingencies relating to construction of facilities financed by the Street & Traffic Control and Storm Drainage DDSRF and the Water & Sewer System Consolidated Construction Fund - DISTRICT A - STARDIG

Background:

SUBJECT: Contract Award for Binglewood Area Drainage and Paving Improvements WBS Nos. M-000293-0001-4 and S-000500-0208-4.

 

 RECOMMENDATION: (SUMMARY)

Accept low bid, award Construction Contract and appropriate funds.

 

  PROJECT NOTICE/JUSTIFICATION: This project is part of the Capital Improvement Project (CIP) program and is required to resolve inadequate drainage system and reduce the potential for structural flooding.  Project objectively identified, developed, and prioritized through the CIP process to systematically address areas of greatest need Citywide.

 

 DESCRIPTION/SCOPE: This project consists of design and construction of storm water drainage and paving improvements, mitigation and necessary utilities to serve the area of south of Clay Road and west of Hollister. The Contract duration for this project is 623 calendar days. This project was designed by HR Green, Inc.

 

  LOCATION: The project area is generally bound by Clay Road on the north, Brickhouse Gully on the south, Hollister Road on the east and Peppermill Road on the west.  The project is located in Key Map Grids 450 L & M.

 

  BIDS: This project was advertised for bidding on March 24, 2017. Bids were received on May 11, 2017.  The nine (9) bids are as follows:

 

 

Bidder

           Bid Amount

 

1.

Triple B Services, L.L.P.

$13,954,862.94

 

2.

SER Construction Partners, LLC.

$14,675,945.80

 

3.

Reytec Construction Resources, Inc.

$14,645,197.00

 

4.

CYMI Industrial, Inc.

$14,853,242.00

 

5.

Resicom, Inc.

$15,623,182.19

 

6.

Main Lane Industries, LTD.

$15,851,753.80

 

7.

Conrad Construction Co. LTD

$16,216,705.00

 

8.

Harper Brothers Construction LLC

$16,578,582.50

 

9.

Total Contracting Limited

$17,645,844.00

 

 

 AWARD: It is recommended that this construction contract be awarded to Triple B Services, L.L.P. with a low bid of $13,954,862.94 and that Addenda Numbers 1, 2, 3, 4, 5, and 6 be made a part of this Contract.

 

 PROJECT COST: The total cost of this project is $16,350,000.00 to be appropriated as follows:

 

· Bid Amount

$13,954,862.94

· Contingencies

$697,800.00

· Testing Services

$425,000.00

· CIP Cost Recovery

$566,520.06

· Construction Management

$705,817.00

 

Testing Services will be provided by HTS, Inc. Consultants under a previously approved contract.

 

Construction Management Services will be provided by Entech Civil Engineers, 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 Triple B Services, LLP 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 11% MBE goal and 7% WBE goal for this project.

 

 

MBE - Name of Firms

Work Description

Amount

% of Contract

1.

Canales Trucking Inc.

Trucking and haul off

$   396,436.50

2.84%

2.

MBN Enterprises, LLC

Conc. sidewalks & dwys

$1,080,401.20

7.74%

3.

GMJ Paving Company LLC

Install asphalt paving

$     45,640.00

0.33%

4.

Curb Planet, Inc.

Install curbs

$     17,419.20

0.12%

 

 

TOTAL

$1,539,896.90

11.03%

 

 

 

WBE - Name of Firms

Work Description

Amount

% of Contract

1.

Pipe Wholesalers of Texas, Inc.

Storm sewer products

$ 1,533,148.22

10.99%

2.

Fun Abounds

Park equipment (F&I)

$    123,842.02

0.89%

3.

Minority Women Construction

Flagging, safety features

$      80,000.00

0.58%

4.

KMA Contractors Services Inc.

Construction photos

$      15,400.00

0.12%

 

 

TOTAL

$ 1,752,390.24

12.58%

 

 

 

SBE - Name of Firms

Work Description

Amount

% of Contract

1.

Traffic Systems Construction, Inc.

Electrical subcontractor

$ 302,520.25

2.17%

2.

Highway 1, LLC

Traffic control & reg.

$   60,120.00

0.43%

3.

Jasso’s Sawing and Sealing Inc

Sawcutting services

$ 108,293.41

0.78%

 

 

TOTAL

$ 470,933.66

3.38%

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.

 

 

 

_________________________________

Carol Ellinger Haddock, P.E.

Acting Director

Department of Public Works and Engineering

 

WBS No. M-000293-0001-4 and S-000500-0208-4


Amount of Funding:

Total $16,350,000.00

$974,000.00 Fund No. 8500 - PWE Water and Sewer System Consolidated Construction

$15,376,000.00 Fund No. 4042 - Street & Traffic Control and Storm Drainage DDSRF   

($15,376,000.00 Supported by Drainage Fee)


Contact Information:

Brian Alcott, P.E.

Acting Senior Assistant Director, Capital Projects

Phone: (832) 395-2396

 

 

 

 

 

ATTACHMENTS:
DescriptionType
Signed CoversheetSigned Cover sheet
MapsBackup Material