Harris County Logo
File #: 24-2242    Version: 1 Name:
Type: Contract - Amendment Status: Passed
File created: 4/10/2024 In control: Commissioners Court
On agenda: 4/23/2024 Final action: 4/23/2024
Title: Request for approval of a change in contract with CE Barker Ltd., in connection with Western Homes Addition Subdivision Drainage Improvements - 2018, adding two calendar days, with an addition in the amount of $3,573.75, Job No. 22/0425-2, UPIN 20102MF1E501, Precinct 2, MWDBE Contracted Goal: 30.60%, MWDBE Current Participation: 27.44%.

Department: County Engineer

Department Head/Elected Official: Milton Rahman, PhD, P.E., PMP, CFM, ENV SP, County Engineer

 

Regular or Supplemental RCA: Regular RCA

Type of Request: Contract - Amendment

 

Project ID (if applicable): UPIN - 20102MF1E501 - Job No. 22/0425

Vendor/Entity Legal Name (if applicable): CE Barker Ltd.

 

MWDBE Contracted Goal (if applicable): 30.60%

MWDBE Current Participation (if applicable): 27.44%

Justification for 0% MWDBE Participation Goal:  N/A - Goal is not 0% and is listed above

 

Request Summary (Agenda Caption):

title

Request for approval of a change in contract with CE Barker Ltd., in connection with Western Homes Addition Subdivision Drainage Improvements - 2018, adding two calendar days, with an addition in the amount of $3,573.75, Job No. 22/0425-2, UPIN 20102MF1E501, Precinct 2, MWDBE Contracted Goal: 30.60%, MWDBE Current Participation: 27.44%.

end

 

Background and Discussion:

The location of the work is in the Western Homes Subdivision is in the Halls Bayou Watershed. The proposed improvements include installation of new storm sewer system, roadway paving, driveway paving, widening and regrading of existing roadside ditches, and detention pond improvements.

 

The Change in contract request includes the following:

 

                     PCO #8 - Reinforced concrete collar - Due to field conditions at two locations, it was decided that culvert between two driveways will be made continuous by adding a piece of RCP in between the culverts using concrete collars. Added new line item #113 with an added cost of $3,572.00 and 2 days.

                     PCO #12 - Additional quantity of 2 for Modified Type A inlets on 5x4 Junction Boxes (line item #49) - Due to two unaccounted modified Type A inlets on 5x4 junction boxes on line item #49 in original bid quantity, the overrun is being balanced out by deducting from underrunning line item #53 - 4x11 Junction Box. Extended line item #49 by 2 Each, Deducted line item #53 1.42 Each Added $0.55 and 0 days.

                     PCO #13 - Additional quantity of 1 for 4x9 Junction Box (line item #52)- Due to one unaccounted 4x9 junction boxes on line item #52 in original bid quantity, the overrun is being balanced out by deducting from underrunning line item #56 - 4x16 Junction Box. Adding quantity of 1 each to line item #52, deducted from line item #56 by 0.993 Each Added $0.71 and 0 days.

                     PCO #14 - Additional quantity of 1 for 4x10 Junction Box (line item #57) - Due to one unaccounted 4x10 Junction box on line item #57 in original bid quantity, the overrun is being balanced out by deducting from underrunning line item #56 - 4x16 Junction Box. Extended line item #57 by 1 Each, deducted from line item #56 by 0.9152 Each Added $0.03 and 0 days.

                     PCO #15 - Additional quantity of schedule 40 PVC pipe - Due to a minor field adjustment, there was a change in field measured length of PVC pipe under line item #83, original plan quantity is short by 3 linear feet. The existing line item #91 for stabilized Construction Access is permanently underrunning and $75 is being transferred from these funds. Adding quantity of 3 linear feet to line item #83, deducted from existing line item #91 by 2.67 square yards. Added $0.00 and 0 days.

                     PCO #16 - Additional quantity of 18 inch arch reinforced concrete pipe (line item 41)- Existing line item #41 overran the original commitment amount due to changes in design leading to a change in culvert size and geometry. The change in quantity is being balanced out from funds that will be unutilized on other line items that will be permanently underrunning. Added quantity of 141.4 linear feet to existing line item#41, deducted from existing line item #42 - 36 inch diameter reinforced concrete pipe. Added $0.00 and 0 days.

                     PCO#17 - Added new line item #114 - 7x4 Junction Box - Due to a typographical error on the contract plans, a 7x4 junction box was cast in place instead of the intended 5x4 junction box. Funds from the permanently underrunning line item #48 is being moved to compensate for the new junction box. Added 1 Each new line item #114 - 7x4 junction box (Cast in place), deduct 0.8248 Each from existing underrunning line item #48 - 7x6 Junction box. Added $0.40 and 0 days.

                     PCO#18 - Additional quantity for line item #95 - Temporary driveways by 25 Each-   The bid tab wasn't updated to reflect an additional 25 driveways that were added prior to bid on line item #95. Funds from permanently underrunning line items #91 and #46 are being utilized to compensate the additional 25 temporary driveways that were missed. Added quantity of 25 Each to line item #95, Deducted 3194 square yard from line item#91 and deducted 17.47 linear feet from line item #46. Added $0.06 and 0 days.

 

Expected Impact:

This project seeks to reduce flooding and strengthen resiliency in Harris County by assisting in the alleviation of structural flood damage to homes in the community. This change in contract is a step in the process to reduce the financial, physical, and emotional burden flood damage places on homeowners and will reduce the financial impact of recovery costs to the City of Houston homeowners, Harris County, and FEMA. The fiscal impact for this project will come from the 1080 Funding for the Recovery and Resiliency Division subdivision projects with the long-term goal of reducing drainage costs in the future. No impact to project schedule or staffing anticipated.

 

Alternative Options:

The County could elect to fund the requested task or choose to reject it. However, if not approved, the contractor will not be able to complete the scope of work.

 

Alignment with Goal(s):

_ Justice and Safety

_ Economic Opportunity

_ Housing

_ Public Health

X Transportation

X Flooding

_ Environment

_ Governance and Customer Service

 

Prior Court Action (if any):

Date

Agenda Item #

Action Taken

3/14/2023

23-1760

Award of Construction Contract- C.E. Barker Ltd.

12/5/2023

23-6962

Change Order Approved.

 

Location: Western Homes Addition Drainage Subdivision

Address (if applicable): N/A

Precinct(s): Precinct 2

 

Fiscal and Personnel Summary

Service Name

Engineering

 

 

Current Fiscal Year Cost

Annual Fiscal Cost

 

Labor

Non-Labor

Total

Recurring Expenses

Funding Sources

 

Existing Budget

 

 

 

 

1080 - Infrastructure Fund

$

$3,573.75

$3,573.75

$

Choose an item.

$

$

$

$

Choose an item.

$

$

$

$

Total Current Budget

$

$3,573.75

$3,573.75

$

Additional Budget Request (Requires Fiscal Review Request Form)

 

Choose an item.

$

$

$

$

Choose an item.

$

$

$

$

Choose an item.

$

$

$

$

Total Additional Budget Request

$

$

$

$

Total Funding Request

$

$3,573.75

$3,573.75

$

Personnel (Fill out section only if requesting new PCNs)

 

Current Position Count for Service

-

-

-

-

Additional Positions Request

-

-

-

-

Total Personnel

-

-

-

-

 

Anticipated Court Date: April 23, 2024

Anticipated Implementation Date (if different from Court date):

 

Emergency/Disaster Recovery Note: Not an emergency, disaster, or COVID-19 related item

 

Contact(s) name, title, department: Erwin Burden, P.E., CFM, Director of Disaster & Recovery Resiliency Division, Harris County Engineering Department

 

Attachments (if applicable): Change in Contract (CIC)