Item Coversheet

CITY OF HOUSTON - CITY COUNCIL

Meeting Date: 4/3/2018
ALL
Item Creation Date: 2/23/2018

20WWO706 Contract Award/PM Construction & Rehab, LLC

Agenda Item#: 39.


 
                               
Summary:

***PULLED – This item will not be considered on 4/4/18

ORDINANCE appropriating $1,252,012.00 out of Water & Sewer System Consolidated Construction Fund; awarding contract to PM CONSTRUCTION & REHAB, LLC for New Front Easement Reconnections; 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 engineering and testing, and contingencies relating to construction of facilities financed by the Water & Sewer System Consolidated Construction Fund

Background:

SUBJECT:  Contract Award for New Front Easement Reconnections.

 

RECOMMENDATION: (Summary) Reject low bid, return bid bond, award construction contract to the next low bidder and appropriate funds.

SPECIFIC EXPLANATION: This project is part of the Substitute Service Line Program (SSLP). For the health, safety and welfare of the citizens of Houston, this project will provide wastewater service line relocations (substitute services) to wastewater mains within the public right-of-way. The service line relocations from the back lot main to the front lot main are needed due to aged, worn or defected mains that are subject to excessive leaks or sudden failure, main lines located such that access for repairs or maintenance is prevented or hindered, and old main lines which lack sufficient capacity to provide adequate service meeting general City standards.

 

DESCRIPTION/SCOPE: Work includes the relocation of sewer services for approximately 100 properties throughout the City. The relocation includes the abandonment of the sewer service to the back lot main, and the installation of a new sewer service to the front lot main.  The contract duration for this project is 730 calendar days. 

 

LOCATION:  The work order project area is generally bounded by the City Limits.

 

BIDS:  Six (6) bids were received on November 2, 2017 for this project as follows:

 

 

Bidder

Bid Amount

 

1.

To-Mex Construction, LLC

$1,015,330.00

non-compliance

2.

PM Construction & Rehab, LLC

$1,178,106.63

 

3.

Nerie Construction, LLC

$1,242,974.81

 

4.

FUSED Industries, LLC

$1,246,367.50

 

5.

T Construction, LLC

$1,280,158.27

 

6.

Reliance Construction Services, L.P.

$1,283,687.06

 

    

AWARD: The apparent low bidder, To-Mex Construction, LLC, with a bid of $1,015,330.00, did not list a bid factor on the bid form. Instead, some unit prices on the bid form were altered while others were left as is. The bid form requires that a uniform factor be applied to all bid items. In accordance with Paragraph 14.2. A of Section 00200, titled Instruction to Bidders, the City may disqualify a bid if the Bidder improperly completes information required by the Bid Documents. Therefore, it is recommended that To-Mex Construction, LLC bid be rejected and this construction contract be awarded to PM Construction & Rehab, LLC, with a low bid of $1,178,106.63.

PROJECT COST:  The total cost of this project is $1,252,012.00 to be appropriated as follows:

 

Bid Amount

$1,178,106.63

Contingencies

$58,905.37

Engineering Testing Services

$15,000.00

 

Engineering Testing Services will be provided by JRB Engineering, LLC under a previously approved contract.

 

HIRE HOUSTON FIRST: The proposed contract requires compliance with the City’s ‘Hire Houston First’ ordinance that promotes economic opportunity for Houston businesses and supports job creation. In this case, the proposed contractor 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 17% MBE goal, and 7% WBE goal for this project.

 

 

 

MBE – Name of Firm

Work Description

Amount

% of Contract

H-S Utilities Contractor Company

Open-Cut/Point Repair

$200,278.13

17.00%

 

MBE TOTAL

$200,278.13

17.00%

 

 

 

 

WBE – Name of Firm

Work Description

Amount

% of Contract

BUKU Construction Services, LLC

Pavement Restoration

$82,467.46

7.00%

 

WBE TOTAL

$82,467.46

7.00%

 

FISCAL NOTICE: No significant Fiscal Operating impact is anticipated as a result of this project.

 

 

 

All known rights-of-way and easements required for this project have been acquired.

           

 

 

                                               

Carol Ellinger Haddock, P.E., Director

Houston Public Works

 

WBS No. R-002015-0025-4

File No. WW5159-05


Prior Council Action:

N/A


Amount and Source of Funding:
$1,252,012.00 from Water and Sewer System Consolidated Construction Fund No. 8500
Contact Information:

Shannon Dunne

Senior Assistant Director

Phone: (832) 395-5036


ATTACHMENTS:
DescriptionType
Signed CoversheetSigned Cover sheet