SUBJECT: Contract Award for FY2024 Street & Drainage Rehabilitation Contract #2.
RECOMMENDATION: Award a Construction Contract to DL Glover Utilities, LLC for FY2024 Street & Drainage Rehabilitation Contract #2 and appropriate funds.
PROJECT NOTICE/JUSTIFICATION: This project will provide work authorizations on a location-by-location basis, as needed, for repair, rehabilitation, or reconstruction of the stormwater drainage asset along with streets rehabilitation to such a condition that it may be effectively used for its designated functional purpose.
DESCRIPTION/SCOPE: This project consists of the Citywide program that provides construction services to resolve localized storm water drainage problems and rehabilitate the street to further improve the drainage. The scope is established by each work authorization. The Contract duration for this project is 730 calendar days.
LOCATION: The projects are located throughout the City of Houston.
BIDS: This project was advertised for bidding on July 14, 2023. Bids were received on August 3, 2023. The four (4) bids are as follows:
|
|
Bidder
|
Adjustment Factor
|
|
1.
|
DL Glover Utilities, LLC
|
0.799
|
|
2.
|
Nerie Construction
|
0.825
|
|
3.
|
T Construction, LLC
|
0.827
|
|
4.
|
Total Contracting Limited
|
0.998
|
AWARD: It is recommended that this construction contract be awarded to DL Glover Utilities, LLC with a low bid of $6,000,000.00 (0.799 Adjustment Factor).
PROJECT COST: The total cost of this project is $6,900,000.00 to be appropriated as follows:
|
· Bid Amount
|
$ 6,000,00.00
|
|
· Contingencies
|
$ 300,000.00
|
|
· Testing Services
|
$ 300,000.00
|
|
· CIP Cost Recovery
|
$ 300,000.00
|
Testing Services will be provided by Terracon 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, DL Glover, LLC is HHF designated 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 13.00% MBE goal and 7.00% WBE goal for this project.
|
|
MBE - Name of Firms
|
Work Description
|
Amount
|
% of Contract
|
|
1.
|
Big Country 94 Asphalt Construction, LLC
|
Asphalt Paving
|
$240,000.00
|
4.00%
|
|
2.
|
J. Rivas Construction, LLC
|
Drainage Improvements
|
$180,000.00
|
3.00%
|
|
3.
|
Mayoral Trucking, LLC
|
Dump Trucking
|
$360,000.00
|
6.00%
|
|
|
|
TOTAL
|
$780,000.00
|
13.00%
|
|
|
WBE - Name of Firms
|
Work Description
|
Amount
|
% of Contract
|
|
1.
|
Access Data Supply, Inc.
|
RCP, MHS, Inlets, Cement, Sand and Other Materials
|
$420,000.00
|
7.00%
|
|
|
|
TOTAL
|
$420,000.00
|
7.00%
|
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. N-321040-0096-4