Item Coversheet

CITY OF HOUSTON - CITY COUNCIL

Meeting Date: 6/21/2016
District A, District B
Item Creation Date: 6/7/2016

20DB01 Contract Award/DL Elliott

Agenda Item#: 53.


 
                               
Summary:

ORDINANCE appropriating $3,152,100.00 out of Water & Sewer System Consolidated Construction Fund; awarding contract to D.L. ELLIOTT ENTERPRISES, INC for Water Line Replacement in Antoine Forest Area; 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 engineering testing, CIP Cost Recovery, construction management and contingencies relating to construction of facilities financed by the Water & Sewer System Consolidated Construction Fund - DISTRICTS A - STARDIG and B - DAVIS

Background:

SUBJECT: Contract Award for Water Line Replacement in Antoine Forest Area.  WBS No S-000035-0196-4.

 

RECOMMENDATION:  (Summary)  Accept low bid, award construction contract and appropriate funds.

 

PROJECT NOTICE/JUSTIFICATION:  This project is part of the City’s Water Line Replacement Program.  This program is required to replace and upgrade water lines within the City to increase availability of water, improve circulation and fire protection.

 

DESCRIPTION/SCOPEThis project consists of the construction of approximately 35,220 linear feet of 6-inch and 8-inch water lines with all related appurtenances in the Antoine Forest Area in accordance with the technical specifications, project drawings and contract documents.  The contract duration for this project is 349 calendar days.  This project was designed by Texas American Engineering.

 

Project  Bounded By Key Map Grid Council District
Area 1 Winding Way Drive on the north, De Soto Street on the south, Oak Pass Drive on the east and Antoine Drive on the west 411Y & 451C A
Area 2 Areba Street on the north, De Soto Street on the south, Rolland on the east and Bayou View Drive on the west 411Z, 412W & 452A B

 

BIDS: This project was advertised for bidding on March 11, 2016. Bids were received on March 31, 2016. The seven (7) bids are as follows:

 

Bidder Bid Amount

1.      D.L. Elliott Enterprises, Inc.                        $2,605,664.70

2.      DCE Construction, Inc.                               $2,706,292.85

3.      Scohil Construction Services, LLC.            $2,734,045.00

4.      McKinney Construction, Inc.                       $2,805,685.00

5.      Resicom, Inc.                                              $2,842,211.00

6.      Tikon Group, Inc.                                         $2,899,713.20

7.      Triple B Services, LLP.                                 $3,935,474.75

 

AWARD: It is recommended that this construction contract be awarded to D.L. Elliott Enterprises, Inc. with a low bid of $2,605,664.70.

 

PROJECT COST: The total cost of this project is $3,152,100.00 to be appropriated as follows:

 

· Bid Amount                                            $2,605,664.70

· Contingencies                                        $130,283.24

· Engineering and Testing Services          $65,000.00

· CIP Cost Recovery                                 $78,152.06

· Construction Management                      $273,000.00

 

Engineering and Testing Services will be provided by JRB Engineering, LLC under a previously approved contract.

 

Construction Management Services will be provided by Briones Consulting & Engineering Ltd. 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,D.L. Elliott Enterprises, 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 provides benefits for some employees but will pay into the Contractor Responsibility Fund for others, in compliance with City policy.

 

M/WSBE PARTICIPATION: The low bidder has submitted the following proposed program to satisfy the 12% MBE goal and 8% WBE goal for this project.

 

 

 

 

MBE - Name of Firm  Work Description Amount % of Contract
Ramon's Trucking Dump Truck Hauling $117,254.91 4.50%
Reyes Pineda Construction Inc. dba RP Construction Replacement of Waterlines $169, 368.21 6.50%
  Total $286,623.12 11.00%
       
WBE - Name of Firm Work Description Amount % of Contract
Gama Contracting Services Waterline Installation $104,226.59 4.00%
Barron Contractors Underground Utilities Services $104,226.59 4.00%
  Total $208,453.18 8.00%
       
SBE - Name of Firm Work Description Amount % of Contract
Mickie Service Company, Inc. Waterline Installation $26,056.65 1.00%
  Total $26,056.65 1.00%
       
       
       

 

All known rights-of-way, easements and/or rights -of-entry required for the project have been acquired.
Amount of Funding:
$3,152,100.00 from Water and Sewer System Consolidated Construction Fund No. 8500.
Contact Information:

Ravi Kaleyatodi, P.E., CPM Phone: (832) 395-2326

Senior Assistant Director
ATTACHMENTS:
DescriptionType
Signed RCASigned Cover sheet
MapsBackup Material