Item Coversheet

CITY OF HOUSTON - CITY COUNCIL

Meeting Date: 12/5/2017
District C, District D, District H, District I
Item Creation Date: 10/5/2017

20RJM16 Accept Work / Jerdon Enterprise, L.P.

Agenda Item#: 5.


 
                               
Summary:

RECOMMENDATION from Acting Director Department of Public Works & Engineering for approval of final contract amount of $1,447,354.42 and acceptance of work on contract with JERDON ENTERPRISE, L. P. for FY2013 Flood Gauge and Flood Warning System Negotiated Construction Work Orders - 3.51% under the original contract amount - DISTRICTS C - COHEN; D - BOYKINS; H - CISNEROS and I - GALLEGOS

Background:

SUBJECT: Accept Work for FY2013 Flood Gauge and Flood Warning System Negotiated Construction Work Orders, WBS No. M-000241-0006-4.

 

RECOMMENDATION: (SUMMARY) Pass a motion to approve the final Contract Amount of $1,447,354.42 or 3.51% under the original Contract Amount, accept the Work and authorize final payment.

 

PROJECT NOTICE/JUSTIFICATION: This project was required to install flood gauge and flood warning systems on pre-determined underpasses located throughout the City on a work order contract to enhance and improve storm water drainage safety and improve mobility to the traveling public.

DESCRIPTION/SCOPE: This project provided construction services to address underpasses storm water drainage safety and mobility issues Citywide. Othon, Inc. designed the project with 720 calendar days allowed for construction. The project was awarded to Jerdon Enterprise, L.P. with an original Contract Amount of $1,500,000.00.

LOCATION: This project area is located Citywide at various locations:

 

Address

Key Map

Council District

Shepherd at Memorial

492M

C

Yale Street Underpass

493G

C

OST at RR Underpass

534F

D

Houston at Memorial Underpass

493L

H

Houston Street Underpass

493L

H

75th Street Underpass

495W

I

Broadway at Erath

535B

I

 

CONTRACT COMPLETION AND COST: The Contractor, Jerdon Enterprise, L.P. has completed the work under the subject Contract. The project was completed within the Contract time with an additional 300 days approved by Change Order Nos. 1 and 2. The final cost of the project, including overrun and underrun of estimated unit price quantities is $1,447,354.42, a decrease of $52,645.58, or 3.51% under the original Contract Amount. The decreased cost is a result of the difference between planned and measured quantities.

 

M/WSBE PARTICIPATION: The advertised M/WBE contract goal for this project was 16%. The M/WBE plan established for this project was 18.33 %.  According to Office of Business Opportunity, the participation was 14.58%. Contractor’s M/WBE performance evaluation was rated satisfactory.  The rating for MWSBE participation is based on the Contractor’s good faith efforts to solicit other subs to help meet the goal and was unable to provide opportunities to some of the originally listed subs due to no work orders issued for their tasks. In addition, the prime added (3) firms by deviation and was successful in getting one firm (Hewitt Electric) to be certified.

 

 

_________________________________

Carol Ellinger Haddock, P.E.

Acting Director

Department of Public Works and Engineering

 

WBS No. M-000241-0006-4


Prior Council Action:

Ordinance 2013-0076, Dated January 30, 2013

 

 

 


Amount and Source of Funding:

No additional funding required.

 

Original appropriation of $1,775,000.00 from Street and Traffic Control and Storm Drainage DDSRF. Fund No. 4042.


Contact Information:

R. Jeff Masek, P.E., CCM

Acting Senior Assistant Director, Capital Projects

Phone: (832) 395-2387
ATTACHMENTS:
DescriptionType
Signed CoversheetSigned Cover sheet
MapsBackup Material