SUBJECT: Accept Work for Groundwater Facility/Re-Pump Station Improvements - Package II.
RECOMMENDATION: (SUMMARY) Pass a motion to approve the final Contract Amount of $5,671,761.87 or 0.05% over the original Contract Amount, accept the Work and authorize final payment.
PROJECT NOTICE/JUSTIFICATION: This project was part of the City's groundwater facility/re-pump station rehabilitation and replacement program and was required to meet the area's water demand. The project also ensured compliance with the Texas Commission on Environmental Quality regulations.
DESCRIPTION/SCOPE: This project consisted of replacement/rehabilltalion of booster pumps/motors, valves, piping, electrical switchgear, emergency generator, chlorine chemical feed systems/scrubbers and all applicable appurtenances associated -with water production at the Drinking Water Operations facilities for safety and reliability. Lockwood, Andrews, & Newnam, Inc. designed the project with 675 calendar days allowed for construction. The project was awarded to LEM Construction Company, Inc. with an original Contract Amount of $5,668,791.00.
LOCATION: The project includes the following locations:
FACILITY
|
ADDRESS
|
COUNCIL DISTRICT
|
District 71
|
1610 Hayes Rd.
|
G
|
District 159
|
16838 Tomball Pkwy.
|
A
|
District 237
|
8755 Mills Rd.
|
A
|
District 254
|
13685 Breton Ridge Rd.
|
A
|
Parkglen West
|
10630 S. Kirkwood Rd.
|
F
|
Willowchase
|
13135 Misty Willow Dr.
|
A
|
District 123
|
10003 S. Kirkwood Rd.
|
F
|
CONTRACT COMPLETION AND COST: The Contractor, LEM Construction Company, Inc., has completed the work under the subject Contract. The project was completed beyond the established completion date with an additional 351 days approved by Change Order Nos 1, 2, 5, 6, 8, and 10. The final cost of the project, including overrun and underrun of estimated unit price quantities and previously approved Change Order Nos 1 - 9 is $5,671,761.87, an increase of $2,970.87 or 0.05% over the original 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 13% MBE and 7% WBE (20% total). The M/W/SBE goals approved for this project were 13.43% MBE, 14.11% WBE, and 3.21% SBE (30.75% total). According to the Office of Business Opportunity, the actual participation achieved on this project was 13.42% MBE, 15.30% WBE, and 2.91% SBE (31.63% 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 for the following reasons: The Prime exceeded the WBE goal, came within 1% of the MBE and SBE goals, and made good faith efforts to utilize all goal credit subcontractors on this project. For the reasons listed, the Contractor’s performance meets the intent and spirit of the City’s MWSBE program.
_________________________________
Carol Ellinger Haddock, P.E., Director
Houston Public Works
WBS No. S-001000-0051-4