| | | | | | | | |
CITY OF HOUSTON - CITY COUNCIL Meeting Date: 10/10/2017 ALL
Item Creation Date: 8/10/2017
Q25536-A1 Small Contractors Rotation Pilot Program - Ordinance
Agenda Item#: 32.
| |
|
| | | | | | | | Summary:
ORDINANCE amending Ordinance No. 2016-0145 to increase the maximum contract amount for contract between the City of Houston and ALLY GENERAL SOLUTIONS LLC, CASTEC CONSTRUCTION LLC, GCI SOLUTIONS LLC, KENALL, INC, OZ BUILDING CONTRACTORS, INC, POSEY’S CONSTRUCTION & DEVELOPMENT, INC, PRESTON BANKS CONSTRUCTION COMPANY LLC, PMG PROJECT MANAGEMENT GROUP LLC, SKE CONSTRUCTION LLC, and TEXAS PRIDE UTILITIES LLC for the Small Contractors Rotation Pilot Program |
| | | | | | | | Background:
S36-Q25536-A1 – Approve an amendment to Ordinance No. 2016-145 (passed February 24, 2016) to increase the maximum contract amount from $3,294,000.00 to $4,611,725.47 for contracts for the Small Contractors Rotation Pilot Program for the Department of Public Works and Engineering.
Specific Explanation:
The Director of the Department of Public Works and Engineering and the Chief Procurement Officer recommend that City Council approve an amending ordinance to increase the maximum contract amount from $3,294,000.00 to $4,611,725.47 for contracts Ally General Solutions LLC, Castec Construction LLC, GCI Solutions LLC, Kenall, Inc., Oz Building Contractors, Inc., PMG Project Management Group LLC, Posey’s Construction & Development, Inc., Preston Banks Construction Company LLC, SKE Construction LLC, and Texas Pride Utilities, LLC as part of the Small Contractors Rotation Pilot Program for the Department of Public Works and Engineering.
The contract was awarded on February 24, 2016, by Ordinance No. 2016-145 for a two-year period in an amount not to $3,294,000.00. Expenditures as of September 20, 2017, totaled $3,006,540.75. The increase to the maximum contract amount is required to complete the needed sidewalk repair work, and by utilizing the pre-qualified contractors participating in the Small Contractors Rotation Pilot Program the work can be completed expediently and fulfill the goal of the program.
The scope of work requires the contractors to provide all labor, materials, equipment, supervision, and transportation required to perform categories of work, which includes asphalt repair, concrete panel replacement, curb and gutter repair, wheelchair ramps repair, sidewalk repair, point repair, restoration, small diameter waterline repair and other related work.
M/WBE Participation:
Zero-Percentage Goal document approved by the Office of Business Opportunity.
Fiscal Note:
Funding for this item is included in the FY2018 Adopted Budget. Therefore, no Fiscal Note is required as stated in the Financial Policy Ord. 2014-1078.
Department
|
FY18
|
Total
|
Department of Public Works & Engineering
|
$1,317,725.47
|
$1,317,725.47
|
__________________________________ ___________________________________
Jerry Adams, Chief Procurement Officer Department Approval Authority Signature
Finance/Strategic Procurement Division
|
| | | | | | | | Prior Council Action:
Ordinance No. 2016-145, Passed 02/24/2016
|
| | | | | | | | Amount and Source of Funding:
$1,317,725.47 - Dedicated Drainage & Street Renewal Fund (2310) No Drainage Utility Charge Resources are being obligated for this item.
$1,317,725.47 Total
|
| | | | | | | | Contact Information:
NAME
|
DEPARTMENT/DIVISION
|
PHONE
|
|
|
|
Brenda Chagoya, Division Manager
|
FIN/SPD
|
(832) 393-8723
|
Valerie Player-Kaufman
Senior Procurement Manager
Brian Blum, Interim Assistant Director
|
FIN/SPD
PWE
|
(832) 393-8749
(832) 393-2717
|
|
|