Item Coversheet

CITY OF HOUSTON - CITY COUNCIL

Meeting Date: 2/18/2020
District B, District E, District F, District J
Item Creation Date: 1/8/2020

HPW – 20MEM25 Contract Award / Resicom, Inc.

Agenda Item#: 39.


 
                               
Summary:

ORDINANCE appropriating $13,491,547.00 out of Water & Sewer System Consolidated Construction Fund, awarding contract to RESICOM, INC for Force Main Renewal and Replacement for Stroud, Bayfield, Bretshire # 2, Forest Shores and Woodland Ridge Lift Stations; 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 B - DAVIS; E - MARTIN; F - THOMAS and J - POLLARD

Background:

SUBJECT:  Contract Award for Force Main Renewal and Replacement for Stroud, Bayfield, Bretshire #2, Forest Shores and Woodland Ridge Lift Stations

 

RECOMMENDATION:  Award a Construction Contract to Resicom, Inc. for Force Main Renewal and Replacement for Stroud, Bayfield, Bretshire #2, Forest Shores and Woodland Ridge Lift Stations and appropriate funds.

 

PROJECT NOTICE/JUSTIFICATION:  This project is part of the City’s Capital Improvement Plan (CIP) for wastewater treatment and is required to meet the City’s Force Main Renewal and Replacement program.

 

The work to be performed under this contract award is necessary to maintain compliance with Houston's proposed wastewater consent decree with EPA an TCEQ.

DESCRIPTION/SCOPE:  This project consists of construction of wastewater force main renewal and replacement for five lift stations including fittings, air release valves, isolation valves, discharge manholes, blow off/drain manholes, bypass manholes, connections, bypass and appurtenances complete in place as shown in the construction drawings. The works also include site and pavement restoration, tree protection, storm water pollution prevention plan and traffic control in relation to the construction of the force mains. The Contract duration for this project is 450 calendar days. This project was designed by LJA Engineering & Surveying, Inc.

LOCATION:  The project locations are:

Project Name

Location

Stroud Lift Station

9900 Stroud Drive

Bayfield Lift Station

495 El Toro Lane

Bretshire Lift Station #2

7550 Bretshire Dr.

Forest Shores Lift Station

2714 Royal Circle Dr.

Woodland Ridge Lift Station

2603 Woodland Ridge Dr.

 

BIDS:  This project was advertised for bidding on October 11, 2019. Bids were received on November 7, 2019.  The two (2) bids are as follows:

 

Bidder

Bid Amount

 

1.

Resicom, Inc.

$ 11,337,434.00

 

2.

Persons Services Corp.

$ 12,164,426.00

 

 

AWARD:  It is recommended that this construction contract be awarded to Resicom, Inc. with a low bid of $11,337,434.00 and Addenda Numbers 1 and 2 be made a part of this Contract.

 

PROJECT COST:  The total cost of this project is $13,491,547.00 to be appropriated as follows:

 

· Bid Amount

$11,337,434.00

· Contingencies

$     566,871.70

· Testing Services

$     225,000.00

· CIP Cost Recovery

$  1,362,241.30

 

Testing Services will be provided by Gorrondona Engineering Services, 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 Resicom, 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 has elected to pay into the Contractor Responsibility Fund 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.

AJM Construction Company, Incorporated

Utility line construction

$1,133,743.40

10.00%

2.

DDS Directional Drilling Services, LLC

Horizontal drilling

$   340,123.02

$ 340,  123.02

  3.00%

3.0_0%

 

 

TOTAL

$1,473,866.42

13.00%

 

 

WBE - Name of Firms

Work Description

 Amount

% of Contract

1.

J.A. Gamez Trucking Services

Trucking  

 $   340,123.02

 ____________

  3.00%

______

 

 

TOTAL

 $   340,123.02

  3.00%

 

 

SBE - Name of Firms

Work Description

Amount

% of Contract

1.

Wilson Flagging Control

Flagging

$   453,497.36

  4.00%

 

 

TOTAL

$   453,497.36

  4.00%

 

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 Nos. R-000035-006A-4 and R-000035-006B-4

Amount and Source of Funding:

$13,491,547.00 

Water and Sewer System Consolidated Construction

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