SUBJECT: Construction Contract Award for Shepherd-Durham Infrastructure Improvements from 15th Street to IH-10 Westbound Frontage Road.
RECOMMENDATION: Award a Construction Contract to Harper Brothers Construction, LLC for Shepherd-Durham Infrastructure Improvements from 15th Street to IH-10 Westbound Frontage Road and appropriate funds.
PROJECT NOTICE/JUSTIFICATION: This project is part of the Capital Improvement Plan (CIP) and is required to address safety, accessibility, traffic control, drainage and public utility needs.
DESCRIPTION/SCOPE: This project consists of the reconstruction of Shepherd Drive and Durham Drive and selected cross streets between W 15th Street and IH-10 Westbound Frontage Road. The Project includes drainage and public utility improvements necessary to satisfy City design standards. The Contract duration for this project is 1080 calendar days.
The City has partnered with Memorial Heights Redevelopment Authority (TIRZ #5) to complete the design of the improvements. This project was designed by Quiddity Engineering, LLC under contract with the Authority.
LOCATION: The project area is generally bound by West 15th Street on the north, Interstate 10 on the south, North Shepherd Drive on the east and North Durham Drive on the west.
BIDS: This project was advertised for bidding on December 6, 2024. Bids were received on January 16, 2025. The three (3) bids are as follows:
|
Bidder
|
Bid Amount
|
|
1.
|
Harper Brothers Construction, LLC
|
$69,716,798.42
|
|
2.
|
MC2 Civil, LLC
|
$74,222,173.14
|
|
3.
|
Total Contracting Limited
|
$82,474,432.41
|
|
AWARD: It is recommended that this construction contract be awarded to Harper Brothers Construction, LLC with a low bid of $69,716,798.42 and that Addenda Numbers 1, 2, and 3 be made a part of this Contract.
PROJECT COST: The total cost of this project is $76,688,478.26 to be appropriated as follows:
· Bid Amount
|
$69,716,798.42
|
· Contingencies
|
$ 3,485,839.92
|
· CIP Cost Recovery
|
$ 3,485,839.92
|
The City and Authority have secured federal funds for the project through the Houston-Galveston Transportation Policy Council and Texas Department of Transportation (TXDoT), formalized through an Advanced Funding Agreement between the City and TxDOT as approved by City Council via Ord 2022-0599 and further amended as proposed in the preceding item.
As approved by the City Council, through Ord. 2024-0448, the City and Authority have also entered into an Interlocal Agreement (ILA) to define the roles and responsibilities of the partners. Pursuant to the ILA, the City is responsible for construction of the project and funding water and wastewater utility improvements requested by the City. The Authority is responsible for design of the project and funding the remaining non-federal project costs.
Materials testing, construction management and inspection services will be provided through a federally-compliant contract that is under procurement and will be presented to Council for approval at a subsequent meeting.
HIRE HOUSTON FIRST: Hire Houston First does not apply to this contract because it involves the use of federal funds and is subject to specific contract 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 benefits for some employees but will pay into the Contractor Responsibility Fund for others, in compliance with City policy.
M/WSBE PARTICIPATION: This contract will comply with TxDOT’s DBE Participation Plan. The contract-specific rules of the federal government supersede the City's M/WSBE program. This contract will be monitored by the Office of Business Opportunity.
|
DBE - Name of Firms
|
Work Description
|
Amount
|
% of Contract
|
1.
|
Reliable Signal & Lighting Solutions, LLC
|
Traffic signal installation
|
$ 4,105,809.00
|
5.89%
|
2.
|
Houston Heavy Civil LLC
|
Water and sewer line and related structures construction
|
$ 3,043,525.00
|
4.37%
|
|
|
TOTAL
|
$ 7,149,334.00
|
10.25%
|
FISCAL NOTE: No significant Fiscal Operating impact is anticipated as a result of this project.
No Fiscal Note is required on grant items.
All known rights-of-way, easements and/or right-of-entry required for the project have been acquired.
_________________________________
Randall V. Macchi, JD
Director, Houston Public Works
WBS No. N-100041-0001-4, R-000500-0303-4, S-000500-0303-4