SUBJECT: Contract Award for Water Line Replacement in Memorial Bend and Briar Forest 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 26,429 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 300 calendar days. This project was designed by Charles D. Gooden Consulting Engineers, Inc.
LOCATION: The project area is generally bound by Memorial and Cobblestone Drives on the north, Briar Forest Drive on the south, Briarpark Drive on the east and West Sam Houston Parkway on the west. The project is located in Key Map Grids 489 G, H, M & R.
BIDS: This project was advertised for bidding on March 30, 2018. Bids were received on April 26, 2018. The seven (7) bids are as follows:
|
Bidder
|
Bid Amount
|
|
1.
|
D.L. Elliott Enterprises, Inc.
|
$2,147,512.00
|
|
2.
|
Scohil Construction Services, LLC
|
$2,381,855.00
|
|
3.
|
DCE Construction, Inc.
|
$2,457,743.00
|
|
4.
5.
6.
7.
|
CAAN Construction Services, Inc.
Grava LLC
McKinney Construction, Inc.
Resicom, Inc.
|
$2,471,902.00
$2,503,099.81
$2,525,595.00
$2,564,025.65
|
|
AWARD: It is recommended that this construction contract be awarded to D.L. Elliott Enterprises, Inc. with a low bid of $2,147,512.00.
PROJECT COST: The total cost of this project is $2,667,100.00 to be appropriated as follows:
· Bid Amount
|
$2,147,512.00
|
· Contingencies
|
$107,376.00
|
· Testing Services
|
$90,000.00
|
· CIP Cost Recovery
|
$322,212.00
|
Testing Services will be provided by All-Terra Engineering, Inc. 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 D.L. Elliott Enterprises, 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 City policy.
M/WSBE PARTICIPATION: The contractor has submitted the following proposed program to satisfy the 12% MBE goal and 8% WBE goal for this project.
|
MBE - Name of Firms
|
Work Description
|
Amount
|
% of Contract
|
1.
2.
|
Reyes Pineda Construction
Inc, DBA R P Construction
Ramon’s Trucking
|
Water Line Replacement
Hauling by Dump Truck
|
$158,916.00
$77,311.00
|
7.40%
3.60%
|
|
|
TOTAL
|
$236,227.00
|
11.00%
|
|
WBE - Name of Firms
|
Work Description
|
Amount
|
% of Contract
|
1.
|
Bevco Company, Inc.
|
Pipe Supplier
|
$171,801.00
|
8.00%
|
|
|
TOTAL
|
$171,801.00
|
8.00%
|
|
SBE - Name of Firms
|
Work Description
|
Amount
|
% of Contract
|
1.
|
Mickie Service Company, Inc.
|
Installation of Hot Taps
|
$21,475.00
|
1.00%
|
|
|
TOTAL
|
$21,475.00
|
1.00%
|
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-000035-0212-4