SUBJECT: Contract Award for Water Line Replacement in Briar Court Area.
RECOMMENDATION: (SUMMARY)
Accept low bid, award Construction Contract and appropriate funds.
PROJECT NOTICE/JUSTIFICATION: This project is part of the City’s Water Line Replacement Program and is required to replace and upgrade water lines within the City to increase availability of water, improve circulation and fire protection.
DESCRIPTION/SCOPE: This project consists of approximately 45,835 linear feet of 4-inch, 6-inch, 8-inch, and 12-inch diameter water lines, valves and appurtenances. The Contract duration for this project is 415 calendar days. This project was designed by Charles D. Gooden Consulting Engineers, Inc.
LOCATION: The project area is generally bound by Memorial and Beauregard Drives on the north, Westheimer Road on the south, Gessner Drive on the east and West Sam Houston Parkway on the west. The project is located in Key Map Grids 489 M, R, V & 490 J.
BIDS: This project was advertised for bidding on January 26, 2018. Bids were received on February 22, 2018. The seven (7) bids are as follows:
|
Bidder
|
Bid Amount
|
|
1.
|
CAAN Construction Services, Inc.
|
$3,183,888.00
|
|
2.
|
DCE Construction, Inc.
|
$3,185,690.00
|
|
3.
|
McKinney Construction, Inc.
|
$3,416,589.50
|
|
4.
5.
6.
7.
|
D.L. Elliott Enterprises, Inc.
Scohil Construction Services, LLC
Resicom, Inc.
Reliance Construction Services, L.P.
|
$3,427,970.30
$3,849,382.00
$4,037,187.00
$4,133,646.70
|
|
AWARD: It is recommended that this construction contract be awarded to CAAN Construction Services, Inc. with a low bid of $3,183,888.00.
PROJECT COST: The total cost of this project is $3,960,700.00 to be appropriated as follows:
· Bid Amount
|
$3,183,888.00
|
· Contingencies
|
$159,195.00
|
· Testing Services
|
$140,000.00
|
· CIP Cost Recovery
|
$477,617.00
|
Testing Services will be provided by The Murillo Company 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 company CAAN Construction Services, Inc. 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 the City policy.
M/WSBE PARTICIPATION: The contractor has submitted the following proposed program to satisfy the12% MBE goal and 8% WBE goal for this project.
|
MBE - Name of Firms
|
Work Description
|
Amount
|
% of Contract
|
1.
|
AJM Construction Company,
Incorporated
|
Water Line Construction
|
$382,070.00
|
12.00%
|
|
|
TOTAL
|
$382,070.00
|
12.00%
|
|
WBE - Name of Firms
|
Work Description
|
Amount
|
% of Contract
|
1.
|
MVA Construction LLC
|
Concrete Pavement
|
$127,360.00
|
4.00%
|
|
|
TOTAL
|
$127,360.00
|
4.00%
|
|
SBE - Name of Firms
|
Work Description
|
Amount
|
% of Contract
|
1.
|
Professional Traffic Control LLC
|
Traffic Control
|
$127,360.00
|
4.00%
|
|
|
TOTAL
|
$127,360.00
|
4.00%
|
FISCAL NOTE: 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.
Director
Houston Public Works
WBS No. S-000035-0228-4