SUBJECT: Contract Award for FY2018 Storm Sewer Inspection\Cleaning WO#1.
RECOMMENDATION: (SUMMARY) Accept low bid, award Construction Contract and allocate funds.
PROJECT NOTICE/JUSTIFICATION: Transportation & Drainage Operations will provide work authorizations on a location by location basis, as needed, to inspect, clean and televise the City’s storm drainage system. A total of $500,000.00 out of the Stormwater Fund 2302 will be allocated in the FY18 budget for this contract. Funding for the remaining allocated amount of $2,000,000.00 will be submitted as part of the FY19 and FY20 budgets, with each allocation being for $1,000,000.00 each fiscal year.
DESCRIPTION/SCOPE: This contract is for Storm Sewer Cleaning and Closed-Circuit Television (CCTV) Inspection of the City of Houston storm water drainage system. The project scope and location is established by each work authorization. The contract duration for this project is 365 calendar days.
LOCATION: The project location and limit will be established by each work order.
BIDS: Bids were received on September 21, 2017. The two (2) bids are as follows:
Bidder Adjustment Factor
CSI Consolidated, LLC dba CleanServe, LLC 0.800
Diversified Infrastructure Services, Inc. 1.000
AWARD: It is recommended that this construction contract be awarded to CSI Consolidated, LLC dba CleanServe, LLC with a low bid of $2,500,000.00 (0.800 Adjustment Factor).
PROJECT COST: The total cost of this project is $2,500,000.00 to be allocated as follows:
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 CSI Consolidated, LLC dba CleanServe, LLC, 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/WBE PARTICIPATION: The contractor has submitted the following proposed program to satisfy the 9% MBE goal and 3% WBE goal for this project.
MBE Firms Work Description Amount % of Contract
1.TB Environmental, Inc. Sewer cleanout & pipe $82,500.00 3.30%
cleaning
2. JAG Engineering, Inc. Traffic Control Plans $42,500.00 1.70%
TOTAL: $125,000.00 5.00%
WBE Firms
1. Sewer And Storm Clean and CCTV sewer $75,000.00 3.00%
Maintenance LLC lines
TOTAL: $75,000.00 3.00%
SBE Firms
1. Chief Solutions, Inc. Sewer cleaning, $75,000.00 3.00%
construction maintenance,
water & sewer lines
2. Republic Traffic Safety LLC Flagging services $20,000.00 0.80%
3. Eagle Traffic, Signs & Traffic control device $5,000.00 0.20%
Safety, L.L.C. supplier
TOTAL: $100,000.00 4.00%
GRAND TOTAL: $300,000.00 12.00%
ESTIMATED FISCAL OPERATING IMPACT: Funding for this item is included in the FY2018 Adopted Budget. Therefore, no Fiscal Note is required as stated in the Financial Policy Ord. 2017-2018.
_________________________________
Carol Ellinger Haddock, P.E.
Acting Director
Department of Public Works and Engineering
WBS No. M-430301-0011-4