Item Coversheet

CITY OF HOUSTON - CITY COUNCIL

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

20JWM100 Contract Award / Manhattan Construction Company

Agenda Item#: 14.


 
                               
Summary:

ORDINANCE appropriating $17,971,000.00 out of Water & Sewer System Consolidated Construction Fund, awarding contract to MANHATTAN CONSTRUCTION COMPANY for Ardmore Maintenance Facility; 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 D - BOYKINS

TAGGED BY COUNCIL MEMBERS DAVIS, BOYKINS and GREEN

This was Item 39 on Agenda of August 30,2017

Background:

SUBJECT: Contract Award for Ardmore Maintenance Facility. WBS No. S-001000-0049-4.

 

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 provide Drinking Water Operations’ current and future (through the year 2035) operational and staff accommodation facility and to improve efficiency and reliability of the City’s water production operations.

DESCRIPTION/SCOPE: The project consists of constructing a new Ardmore Maintenance Facility (buildings A and B bridged, complete with canopies, landscaping, fencing and security gates, and provision of an emergency standby electricity generator). The buildings will be furnished with maintenance equipment, appliances and furniture to accommodate personnel and provide work areas for electrical, mechanical, machine shop, carpentry shop, pumps and motor storage and other support areas for Drinking Water Operations' Maintenance Administration, Water Distribution Field Support, and I/T communications. The contract duration for this project is 600 calendar days. This project was designed by Huitt-Zollars, Inc.

 

LOCATION: This project is located at 7027 Ardmore St. in Key Map Grid 533 K.

 

BIDS: This project was advertised for bidding on February 17, 2017.  Bids were received on April 6, 2017. The two (2) bids are as follows:

 

Bidder

Bid Amount

 

1.

Manhattan Construction Company

$15,676,849.50

 

2.

Industrial TX Corporation

$17,557,850.00

 

 

 

 

 

AWARD: It is recommended that this construction contract be awarded to Manhattan Construction Company with a low bid of $15,676,850.50 and that Addenda Numbers 1, 2, 3 and 4 be made part of this contract.

 

PROJECT COST: The total cost of this project is $17,971,000.00 to be appropriated as follows:

 

· Bid Amount

$15,676,849.50

· Contingencies

$783,842.48

· Testing Services

$325,000.00

· CIP Cost Recovery

$470,308.02

· Construction Management

$715,000.00

 

Testing Services will be provided by Associated Testing Laboratories, Inc., under a previously approved contract.

 

Construction Management Services will be provided by Lloyd, Smitha & Associates, 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, Manhattan Construction Company, 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.

TAG Electric Company, L.P.

Electrical Services

$2,040,000.00

13.01%

2.

Franco Builders, Inc.

Earthwork and Utilities

$750,000.00

4.79%

 

 

 

 

 

 

 

TOTAL

$2,790,000.00

17.80%

 

 

 

 

 

 

 

 

 

 

 

WBE - Name of Firms

Work Description

Amount

% of Contract

1.

H & S Waterproofing, Inc.

Waterproofing

$70,000.00

0.45%

2.

Impact Stone Design, Inc.

Tile Installation

$195,000.00

1.24%

3.

Rob Pelletier Construction, Inc.

Partition Installation

$45,282.00

0.29%

4.

BL Technology, Inc.

Security Installation

$232,000.00

1.48%

 

 

 

 

 

 

 

TOTAL

$542,282.00

3.46%

 

 

SBE - Name of Firms

Work Description

Amount

% of Contract

1.

Young & Sons Drywall, L.P.

Drywall and Framing

$370,000.00

2.36%

2.

Stroud Interiors

Ceiling Installation

$256,215.00

1.63%

 

 

 

 

 

 

 

TOTAL

$626,215.00

3.99%

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

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-001000-0049-4.

Amount and Source of Funding:

$17,971,000.00 from Fund No. 8500-Water and Sewer System Consolidated Construction Fund


Contact Information:

Jeff Masek, P.E., CCM

Acting Senior Assistant Director

Capital Projects

Phone: (832) 395-2387


ATTACHMENTS:
DescriptionType
Signed RCASigned Cover sheet
MapsBackup Material