SUBJECT: Professional Engineering Services Contract between the City and KIT Professionals, Inc. for Westbury Area Drainage and Paving Improvements Sub-Project 1. WBS No. M-410028-0001-3
RECOMMENDATION: (SUMMARY)
An ordinance approving a Professional Engineering Services Contract with KIT Professionals, Inc. and appropriate funds.
PROJECT NOTICE/JUSTIFICATION: This project is part of the Storm Drainage Capital Improvement Plan (CIP) program. The project will improve street drainage and reduce the risk of structural flooding.
DESCRIPTION/SCOPE: This project consists of the design of storm drainage improvements, necessary concrete paving, curbs, sidewalks, driveways, and underground utilities.
LOCATION: The project area is generally bound by Willow Waterhole Bayou on the north, West Airport Blvd. on the south, Chimney Rock on the east and Landsdowne on the west. The project is located in Key Map Grids 571A, 571B, 571E, & 571F.
SCOPE OF CONTRACT AND FEE: Under the scope of the Contract, the Consultant will perform Basic and Additional Services, as applicable, for Phase I - Preliminary Design, Phase II - Final Design, and Phase III - Construction Phase Services. This requested appropriation is for Phase I – Preliminary Design Basic and Additional Services.
The Basic and Additional Services are being funded for Phase I only of this contract.
The total Basic Services Fee for Phase I is based on the cost of time and materials with a not-to-exceed agreed upon amount of $385,016.00.
The total Additional Services Fee for Phase I, to be paid either as lump sum or on a reimbursable basis is $303,169.00. The Additional Services include, but are not limited to topographic surveying, monumentation, environmental site assessment, existing and proposed conditions analysis, public meetings, final PER, TRC, and reproduction services.
The total cost for Phase I is $798,294.60 to be appropriated as follows: $688,185.00 for Contract services and $110,109.60 for CIP Cost Recovery.
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 health benefits to eligible employees in compliance with City policy.
M/WBE PARTICIPATION: The M/WBE goal for the project is set at 24%. The Consultant has proposed the following firms to achieve this goal.
|
Name of Firms
|
Work Description
|
Amount
|
% of Total Contract
|
1.
|
Geotest Engineering, Inc.
|
Geotechnical, Environmental
|
$64,050.00
|
9.31%
|
2.
|
Amani Engineering, Inc.
|
Surveying
|
$89,400.00
|
12.99%
|
3.
|
FCM Engineers, PC
|
Engineering Support
|
$14,400.00
|
2.09%
|
4.
|
Nedu Engineering Services
|
Engineering Support
|
$10,000.00
|
1.45%
|
5.
|
B&E Reprographics, Inc.
|
Reproduction
|
$10,000.00
|
1.45%
|
|
|
TOTAL
|
$187,850.00
|
27.30%
|
|
|
|
|
|
|
|
|
|
|
ESTIMATED FISCAL OPERATING IMPACT:
No significant Fiscal Operating impact is anticipated as a result of this project.
_________________________________
Carol Ellinger Haddock, P.E.
Acting Director
Department of Public Works and Engineering
WBS No. M-410028-0001-3