Item Coversheet

CITY OF HOUSTON - CITY COUNCIL

Meeting Date: 10/24/2017
District D
Item Creation Date: 9/20/2017

20CAH05 Contract Award /Conrad Construction Co., Ltd.

Agenda Item#: 35.


 
                               
Summary:

ORDINANCE appropriating $6,180,000.00 out of Street & Traffic Control and Storm Drainage DDSRF, awarding contract to CONRAD CONSTRUCTION COMPANY, LTD for Sagemont 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 services, CIP Cost Recovery, construction management, and contingencies relating to construction of facilities financed by Street & Traffic Control and Storm Drainage DDSRF - DISTRICT D - BOYKINS

Background:

SUBJECT: Contract Award for Sagemont Drainage and Paving Improvements WBS Nos. M-000291-001A-4.

 

RECOMMENDATION: (SUMMARY)

Accept low bid, award construction contract and appropriate funds.

 

PROJECT NOTICE/JUSTIFICATION: This project was identified for drainage and paving improvements due to inadequate storm sewer, extreme storm event structural flooding, and poor street pavement condition.

DESCRIPTION/SCOPE: This project consists of storm sewer upgrades to the Freeway Manor and Sagemont areas to address and reduce the risk of structural flooding.  Improvements include modification of street conveyance and sheet flow.  Approximately 6,500 linear feet (LF) of street will be reconstructed.  The project also involves approximately 8,400 LF of storm sewer installation. The Contract duration for this project is 400 calendar days. This project was designed by CDM Smith, Inc.

LOCATION: The project area is generally bound by Sam Houston Tollway on the North, Sagedowne Lane on the South, Sageoak Lane on the East and Sagemeadow Lane on the West.  The project is located in Key Map Grids 576Y, 616B, & 616C.

BIDS: This project was advertised for bidding on April 14, 2017. Bids were received on May 4, 2017.  The seven (7) bids are as follows:

 

 

Bidder

Bid Amount

 

1.

Conrad Construction Co., Ltd.

$5,092,296.80

 

2.

CYMI Industrial, Inc.

$5,477,412.00

 

3.

SER Construction Partners, LLC

$5,544,922.90

 

4.

Main Lane Industries, Ltd.

$5,938,203.03

 

5.

Triple B Services, LLP

$6,152,288.23

 

6.

Resicom, Inc.

$6,783,122.50

 

7.

Total Contracting, Ltd.

$7,043,183.00

 

 

AWARD: It is recommended that this construction contract be awarded to Conrad Construction Co., Ltd. with a low bid of $5,092,296.80 and that Addendum Number 1 be made a part of this Contract.

 

PROJECT COST: The total cost of this project is $6,180,000.00 to be appropriated as follows:

 

· Bid Amount

$5,092,296.80

· Contingencies

$254,700.00

· Testing Services

$160,000.00

· CIP Cost Recovery

$208,003.20

· Construction Management

$465,000.00

 

Testing services will be provided by Tolunay-Wong Engineers, Inc. under a previously approved contract.

 

Construction Management Services will be provided by TLC Engineering, 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 Conrad Construction Co., Ltd. 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.

Cantu’ Construction Company

Paving

$ 198,000.00

3.89%

 

2.

Royal Traffic Sign Co.

Traffic Control

$ 100,000.00

1.96%

 

3.

Vaca Underground Utilities Inc

Conduits

$ 100,000.00

1.96%

 

4.

P.A. Berrios Trucking

Trucking

$ 150,000.00

2.95%

 

 

 

TOTAL

$ 548,000.00

10.76%

 

 

 

WBE - Name of Firms

Work Description

Amount

% of Contract

1.

Rods Surveying, Inc.

Surveying

$ 50,000.00

0.98%

 

2.

KMA Contractors Services Inc.

Materials

$ 350,000.00

6.87%

 

 

 

TOTAL

$ 400,000.00

7.86%

 

 

 

SBE - Name of Firms

Work Description

Amount

% of Contract

1.

Contractors Paving Supply LLC

Supplier

$ 75,000.00

1.47%

 

 

 

TOTAL

$ 75,000.00

1.47%

 

 

 

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-000291-001A-4


Amount and Source of Funding:

Total $6,180,000.00-Fund No. 4042-Street & Traffic Control and Storm Drainage DDSRF

($6,180,000.00 Supported by Drainage Fee)


Contact Information:

Brian Alcott, P.E., CCM

Acting Senior Assistant Director, Capital Projects

Phone: (832) 395-2396
ATTACHMENTS:
DescriptionType
Signed Coversheet Signed Cover sheet
MapsBackup Material