Item Coversheet

CITY OF HOUSTON - CITY COUNCIL

Meeting Date: 7/30/2019
ALL
Item Creation Date:

L28841 - Oil Water Separators/Interceptors Maintenance and Disposal Services-ORDINANCE

Agenda Item#: 15.


 
                               
Summary:

O 2019-576 ORDINANCE awarding contract to Q ENVIRONMENTAL, INC. for Oil Water Separator/Interceptors for Fleet Management Department; providing a maximum contract amount - 3 Years with two one-year options - $1,301,100.00 - Fleet Management Funds

Background:

Formal Bids Received March 7, 2019 for S60-L28841 - Approve an ordinance awarding a contract to Q Environmental, Inc. in the maximum contract amount not to exceed $1,301,100.00 for Oil Water Separators/Interceptors Maintenance and Disposal Services for Fleet Management Department.

 

Specific Explanation:

The Director of Fleet Management Department and the Chief Procurement Officer recommend that City Council approved an ordinance awarding a three-year contract, with two-one-year options to Q Environmental, Inc. in the maximum contract amount not to exceed $1,301,100.00 on its low bid meeting specifications for Oil Water Separators/Interceptors Maintenance and Disposal Services for Fleet Management Department.

 

The Fleet Management Department, requires the maintenance and disposal service of oil storm water oil water separators sludge, truck wash sanitary oil water interceptors and bays once a month, quarterly and annually.  Monthly; visual inspections, measurements of storm water, removal of all debris from manhole and storm water shall be performed.  Quarterly; oil water separators and oil water interceptors shall be pumped out, cleaned, and sludge shall be removed.  Annually; all filters and screens shall be removed, cleaned and then reinstalled. Also, all sludge and debris removed from filters shall be properly disposed.

 

The scope of work requires the contractor to provide all labor, supervision, equipment and supplies necessary to provide maintenance and pump out services of storm oil water separators sludge, truck wash sanitary oil water interceptors and bays.  Additionally, the contractor shall provide for the final disposition of all hazardous and non-hazardous waste, which includes transportation, freight, manifesting, incineration, burial, neutralization, recycling, and any other process required to significantly decrease or eliminate the toxicity, mobility, or volume of hazardous contaminates, to comply with all applicable federal, state and local regulations regarding the collection, transportation and disposal of oily water and sludge from oil water separators, oil water interceptors and bays. The contractor shall be compensated by the gallon, maintenance and disposal service as described in the scope of work for the next five years.

 

This Invitation to Bid (ITB) was advertised in accordance with the requirements of the State of Texas bid laws.  Twenty-seven prospective bidders downloaded the solicitation document from SPD's e-bidding website, and two bids were received as outlined below:

 

Company

Total Amount

1. Clarkson Refinery Municipal Cleaning Services

$ 808,815.00 (Did not Meet Specifications)

2. Q Environmental, Inc.

$1,301,100.00

 

M/WBE Subcontracting:

This invitation to bid was issued as a goal-oriented contract with 5.56% MWBE participation level. Q Environmental, Inc. has designated the below-named company as it certified MWBE subcontractors.

 

SUBCONTRACTOR

TYPE OF WORK

Amount

%

Gamma Waste System, LLC

Maintenance services

$72,341.16

5.56%

 

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' (HHF) ordinance that promotes economic opportunity for Houston businesses and supports job creation.  In this case Q Environmental, Inc. is a designated HHF company, but they were the successful awardee without application of the preference.

 

 

 

 

 

 

Fiscal Note:

Funding for this item is included in the FY2020 Adopted Budget.  Therefore, no Fiscal Note is required as stated in the Financial Policies.

 

 

 

 

_______________________________________

___________________________________

Jerry Adams, Chief Procurement Officer

Finance/Strategic Procurement Division

Department Approval Authority

 

Estimated Spending Authority

 

Department

FY20

Out-Years

Total Amount

Fleet Management Department

$234,559.38

$1,066,540.62

$1,301,100.00

 


Amount and Source of Funding:

$1,301,100.00

Fleet Management Funds

Fund 1005

Contact Information:

 

NAME:

DEPARTMENT/

DIVISION

PHONE

Richard Morris, Division Manager

FIN/SPD

(832) 393-8736

Raquel Rosa, Sr. Procurement Specialist

FIN/SPD

(832) 393-8798

Marchelle Cain, Deputy Assistant Director

FMD

(832) 393-6910


ATTACHMENTS:
DescriptionType
L28841 - Oil Water Separators Interceptors Maintenance and Disposal ServicesSigned Cover sheet