Item Coversheet

CITY OF HOUSTON - CITY COUNCIL

Meeting Date: 7/17/2018
District A, District F, District G
Item Creation Date: 5/18/2018

20SD112 Contract Award / LEM Construction Co., Inc.

Agenda Item#: 28.


 
                               
Summary:

ORDINANCE appropriating $6,852,500.00 out of Water & Sewer System Consolidated Construction Fund, awarding contract to LEM CONSTRUCTION CO., INC for Groundwater Facility/Repump Station Improvements - Package II; 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 testing services, CIP Cost Recovery, and contingencies relating to construction of facilities financed by the Water & Sewer System Consolidated Construction Fund - DISTRICTS A - STARDIG; F - LE and G - TRAVIS

Background:

SUBJECT: Contract Award for Groundwater Facility/Repump Station Improvements – Package II.

 

RECOMMENDATION: (SUMMARY) Reject low bid, return bid bond, award Construction Contract to the second low bidder and appropriate funds.

 

PROJECT NOTICE/JUSTIFICATION: This project is part of the City’s groundwater facility/re-pump station rehabilitation and replacement program and is required to meet the area’s water demand. The project also ensures compliance with the Texas Commission on Environmental Quality regulations.

 

DESCRIPTION/SCOPE: This project consists of replacement/rehabilitation of booster pumps/motors, valves, piping, electrical switchgear, emergency generator, chlorine chemical feed systems/scrubbers and all applicable appurtenances associated with water production at the Drinking Water Operations facilities for safety and reliability. The Contract duration for this project is 675 calendar days. This project was designed by Lockwood, Andrews, & Newnam, Inc.

 

LOCATION: The project includes the following locations:

FACILITY

ADDRESS

KEY MAP GRID

COUNCIL DISTRICT

 

 

 

 

District 71

1610 Hayes Rd

489P

G

District 159

16838 Tomball Pkwy

370K, 370P

A

District 237

8755 Mills Rd

370J

A

District 254

13685 Breton Ridge Rd

370E

A

Parkglen West

10630 S Kirkwood Rd

529W

F

Willowchase

13135 Misty Willow Dr

369M

A

District 123

10003 S Kirkwood Rd

529S

F

 

 

BIDS: This project was advertised for bidding on March 16, 2018. Bids were received on April 12, 2018.  The three (3) bids are as follows:

 

 

Bidder

          Bid Amount

 

1.

R & B Group, Inc.

$5,031,151.00

(Non-Responsive)

2.

LEM Construction Co., Inc.

$5,668,791.00

 

3.

Wharton-Smith, Inc.

$5,961,100.00

 

 

 

AWARD: The apparent low bidder, R & B Group, Inc., was considered non-responsive as per the City of Houston Code of Ordinance, Sec. 15.85 due to not submitting an acceptable MWBE plan. Therefore, it is recommended that this construction contract be awarded to the second low bidder LEM Construction Co., Inc., with a bid of $5,668,791.00.

 

PROJECT COST: The total cost of this project is $6,852,500.00 to be appropriated as follows:

 

· Bid Amount

$5,668,791.00

· Contingencies

$283,439.55

· Testing Services

$50,000.00

· CIP Cost Recovery

$850,269.45

 

Testing Services will be provided by Paradigm Consultants, 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 LEM Construction Co., 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 health benefits to eligible employees in compliance with City policy.

 

 

M/WSBE PARTICIPATION: The contractor has submitted the following proposed program to satisfy the 13% MBE goal and 7% WBE goal for this project.

 

 

MBE - Name of Firms

Work Description

Amount

% of Contract

1.

C & B Waterworks, Inc.

Mechanical Construction

$398,766.00

7.03%

2.

C & B Rebar Construction, Inc.

Rebar Construction

$40,408.00

0.71%

3.

NY Trucking Company, Inc.

Hauling

$35,000.00

0.62%

4.

Atlantic Petroleum & Mineral Resources, Inc.

Fuel and Oil

$25,000.00

0.44%

5.

P.R.C. Roofing Co., Inc.

Roofing Construction

$32,400.00

0.57%

6.

Energy Electric Supply Inc.

Electrical Materials

$230,000.00

4.06%

 

 

TOTAL

$761,574.00

13.43%

 

 

WBE - Name of Firms

Work Description

Amount

% of Contract

1.

Macaulay Controls Company

Controls and

Instrumentation Construction

$59,950.00

1.06%

2.

BL Technology, Inc.

Fire Alarm System, Instrumentation and

Controls Construction

$566,000.00

9.98%

3.

Chlorinator Maintenance

Construction, Inc.

Chemical Feed System Construction

$174,000.00

3.07%

 

 

TOTAL

$799,950.00

14.11%

 

 

SBE - Name of Firms

Work Description

Amount

% of Contract

1.

Automation Nation, Inc.

Software Engineering and Programming

$182,160.00

3.21%

 

 

TOTAL

$182,160.00

3.21%

 

 

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-001000-0051-4

 

 

 

Amount and Source of Funding:

$6,852,500.00

Water and Sewer System Consolidated Construction Fund

Fund No. 8500

Contact Information:

R. Jeff Masek, P.E., CCM

Assistant Director, Capital Projects

Phone: (832) 395-2387

 

 

 

ATTACHMENTS:
DescriptionType
Signed CoversheetSigned Cover sheet
MapsBackup Material