Item Coversheet

CITY OF HOUSTON - CITY COUNCIL

Meeting Date: 3/23/2021
District A, District B, District C, District D, District E, District F, District G, District H, District I, District K
Item Creation Date: 2/12/2021

20SWM42 Accept Work / J. Simmons Group, Inc.

Agenda Item#: 10.


 
                               
Summary:

RECOMMENDATION from Director Houston Public Works for approval of final contract amount of $3,510,483.44 and acceptance of work on contract with J. SIMMONS GROUP, INC for FY18 Local Drainage Project Work Order Construction (Contract 1) - 3.25 % over the original contract amount and under the 5% contingency amount - DISTRICTS A - PECK; B - JACKSON; C - KAMIN; D - EVANS-SHABAZZ; E - MARTIN; F - THOMAS; G - TRAVIS; H - CISNEROS; I - GALLEGOS and K - CASTEX-TATUM

Background:

SUBJECT: Accept Work for FY18 Local Drainage Project Work Order Construction (Contract 1).

 

RECOMMENDATION: (SUMMARY) Pass a motion to approve the final Contract Amount of $3,510,483.44 or 3.25 % over the original contract amount, accept the Work and authorize final payment.

 

PROJECT NOTICE/JUSTIFICATION:  This project was part of the Capital Improvement Plan (CIP) and was required to meet local storm water drainage system improvements and repairs citywide.

 

DESCRIPTION/SCOPE: This project consisted of local storm water drainage system improvements citywide. It also addressed certain large-scale storm water drainage system repairs. The project was awarded to J. Simmons Group, Inc. with 850 calendar days allowed for construction and an Original Contract Amount of $3,400,000.00.

 

LOCATION: The projects were located at 19 various locations in Council Districts A, B, C, D, E, F, G, H, I, and K.

 

CONTRACT COMPLETION AND COST: The Contractor, J. Simmons Group, Inc., has completed the work under the subject contract. The project was completed beyond the established completion date with an additional 120 days approved by Change Order No. 7.  The final cost of the project, including overrun and underrun of estimated unit price quantities is $3,510,483.44, an increase of $110,483.44 or 3.25% over the total contract amount and under the 5% contingency amount.

The increased cost is a result of the difference between planned and measured quantities.

 

M/WSBE PARTICIPATION: The advertised M/WBE contract goals for this project were 11% MBE and 7% WBE (18% total). The M/W/SBE goals approved for this project were 11% MBE, 7% WBE, and 0% SBE (18% total). According to the Office of Business Opportunity, the actual participation achieved on this project was 5.18% MBE, 1.15% WBE, and 1.33% SBE (7.66% total). The standard for meeting MWSBE participation goals is the demonstration of Good Faith Efforts. The Contractor’s M/W/SBE performance on this project was rated Satisfactory due to Good Faith Efforts for the following reasons: the prime was unable to achieve the MBE and WBE goals on the project due to changes in the scope. HPW verified that multiple work orders were significantly changed and/or cancelled. Although the prime removed two of the original certified firms by deviation during this project, they successfully added multiple certified firms in an effort to achieve the contractual goals. The prime made a good faith effort to utilize all goal credit subcontractors. For the reasons listed, the Contractor's performance meets the intent and spirit of the City of Houston's MWSBE program.

 

 

 

 

_________________________________

Carol Ellinger Haddock, P.E., Director

Houston Public Works

 

WBS No. M-000126-0100-4

Prior Council Action:

Ordinance No. 2018-0437, dated 05-30-2018

Amount and Source of Funding:

No additional funding required.

 

Original appropriation of $4,210,000.00 from Fund No. 4042 - Street & Traffic Control and Storm Drainage (DDSRF)

Contact Information:

Kassime Toure, PMP

Sr. Project Manager, Transportation & Drainage Operations

Storm Water Maintenance Branch

Phone: (832) 395-2381

ATTACHMENTS:
DescriptionType
Signed Coversheet (revised)Signed Cover sheet
MapsBackup Material