RECOMMENDATION: Award construction contract and appropriate funds for the project.
SPECIFIC EXPLANATION: The General Services Department recommends that City Council award a construction contract to DNB Enterprises, Inc., on its lowest responsive bid amount of $1,758,266.00 to provide construction services for underground storage tank removal, remediation, and installation at the Environmental Service Center (ESC) – South, and storm water interceptor installation at the ESC – North, and the Northwest Service Center for the Solid Waste Management Department.
PROJECT LOCATIONS:
Facility
|
Address
|
Key Map
|
Council District
|
ESC - South
|
11500 S. Post Oak Road
|
571C
|
K
|
ESC - North
|
5614 Neches Street
|
454S
|
H
|
Northwest Service Center
|
1245 Judiway Street
|
452P
|
C
|
PROJECT DESCRIPTION: The scope of work is as follows:
ESC – South - remove two 10,000-gallon gasoline USTs and one 10,000-gallon diesel UST, supply and install one 20,000-gallon gasoline UST and three 20,000-gallon diesel USTs, supply and install associated self-service fueling systems, remove three 4,000-gallon waste oil USTs along with associated appurtenances and install three 1,000-gallon waste oil ASTs with all appurtenances. The work also includes disposal of aqueous liquid, backfilling, compaction, waste classification, loading, hauling, and proper disposal of waste generated during site activities in accordance with all applicable federal, state and local regulations.
ESC – North - supply and install three storm water interceptor systems.
Northwest Service Center - supply and install one storm water interceptor system.
Each system is comprised of a perforated stainless-steel structure and related components.
The contract duration for this project is 180 calendar days.
BIDS: The following two bids were received on January 25, 2018:
|
Bidder
|
Bid Amount
|
1
|
Cobb Environmental
|
$ 1,590,846.10* (non-responsive)
|
2
|
DNB Enterprises, Inc.
|
$ 1,758,266.00
|
* Bid submittal did not meet advertised M/WBE Goals as determined by the Office of Business Opportunity.
AWARD: It is recommended that City Council award the construction contract to DNB Enterprises, Inc., and appropriate funds for the project, including additional appropriations of $10,000.00 for materials testing under the existing contract with Kenall, Inc., and $117,088.00 for project management and construction oversight services under the existing contract with Jaymark Engineering Corp., which includes but is not limited to soil and groundwater sampling and analytical testing.
CONSTRUCTION GOALS: A 15% MBE goal and 13% WBE goal have been established for this contract. The contractor has submitted the following certified subcontractors to achieve the goals:
FIRM (MBE) WORK DESCRIPTION AMOUNT (%) of CONTRACT
Holcomb Oil Recycling Petroleum Recycling $ 32,879.57 1.87
Jomar Silva Trucking Trucking $ 32,176.27 1.83
Webbco Fabrication Metal Fabrication $100,045.34 5.69
C & M Construction Storm Sewer Construction $105,495.96 6.00
& Utilities TOTAL $270,597.14 15.39%
FIRM (WBE) WORK DESCRIPTION AMOUNT (%) of CONTRACT
Holes Incorporated Concrete Cutting $ 18,989.27 1.08
Liberty Equipment Sales Supplier $228,574.58 13.00
TOTAL $247,563.85 14.08%
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 has elected to pay into the Contractor Responsibility Fund in compliance with City policy.
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 meets the requirements of Hire Houston First.
CIP FISCAL NOTE: There is no estimated impact to the operating and maintenance costs for this CIP project. Therefore, no Fiscal Note is required as stated in the Financial Policy Ordinance No. 2014-1078.
Capital Project Information: See each attached Form A for a breakdown of capital costs.
WBS No. L-000080-0002-4 and L-000099-0002-4