SUBJECT: Contract Award for Wastewater Collection System Rehabilitation and Renewal.
RECOMMENDATION: (Summary) Accept low bid, award construction contract, and appropriate funds.
SPECIFIC EXPLANATION: This project is part of the Neighborhood Sewer Rehabilitation Program and is required to renew/replace various deteriorated neighborhood collection systems throughout the City. The project involves wastewater collection system rehabilitation and renewal. The purpose is to reduce sanitary sewer overflows, which is accomplished by renewal/rehabilitation of deteriorated collection systems.
DESCRIPTION/SCOPE: This project consists of wastewater collection system rehabilitation and renewal. The contract duration for this project is 730 calendar days.
LOCATION: The project area is generally bounded by the City Limits.
BIDS: Four (4) bids were received on January 10, 2019 for this project as follows:
|
Bidder
|
Bid Amount
|
1.
|
T Construction, LLC
|
$2,755,791.52
|
2.
|
PM Construction & Rehab, LLC dba IPR South Central
|
$2,797,195.66
|
3.
|
Portland Utilities Construction Company, LLC
|
$2,805,804.44
|
4.
|
Lopez Utilities Contractor, LLC
|
$2,920,588.20
|
AWARD: It is recommended that this construction contract be awarded to T Construction, LLC, with a low bid of $2,755,791.52.
PROJECT COST: The total cost of this project is $2,938,581.00 to be appropriated as follows:
Bid Amount
|
$2,755,791.52
|
Contingencies
|
$137,789.48
|
Engineering Testing Services
|
$45,000.00
|
Engineering Testing Services will be provided by The Murillo Company under a previously approved contract.
HIRE HOUSTON FIRST: Hire Houston First does not apply to this expenditure, because it involves the use of federal funds and is subject to specific procurement rules of the federal government.
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 12.94% MBE goal, and 8.72% WBE goal for this project.
MBE – Name of Firm
|
Work Description
|
Amount
|
% of Contract
|
J. Rivas Construction, LLC
|
Concrete/Sanitary Sewer Point Repairs
|
$150,200.00
|
5.45%
|
P & A Trucking Services
|
Truck Hauling
|
$68,000.00
|
2.47%
|
TB Environmental, Inc.
|
CCTV
|
$120,492.27
|
4.37%
|
Chief Solutions, Inc.
|
Manhole Rehab
|
$17,907.13
|
0.65%
|
|
MBE TOTAL
|
$356,599.40
|
12.94%
|
|
|
|
|
WBE – Name of Firm
|
Work Description
|
Amount
|
% of Contract
|
Access Data Supply, Inc.
|
Supplies
|
$55,115.83
|
2.00%
|
Faith Utilities, LLC
|
Pavement/Sewer Point Repairs
|
$90,941.12
|
3.30%
|
To-Mex Construction, LLC
|
Pavement/Sewer Point Repairs
|
$94,248.07
|
3.42%
|
|
WBE TOTAL
|
$240,305.02
|
8.72%
|
FISCAL NOTE:
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# R-000266-0279-4
File No. WW4235-107