Item Coversheet

CITY OF HOUSTON - CITY COUNCIL

Meeting Date: 10/31/2017
District B
Item Creation Date: 9/7/2017

20SG32 Addtn’l Approp / AECOM Technical Services Inc.

Agenda Item#: 19.


 
                               
Summary:

ORDINANCE appropriating $350,667.00 out of Street & Traffic Control and Storm Drainage DDSRF as an additional appropriation to Professional Engineering Services Contract between the City of Houston and AECOM TECHNICAL SERVICES, INC for Greens Road from Aldine Westfield to John F. Kennedy Boulevard (Approved by Ordinance No. 2007-0586); providing funding for CIP Cost Recovery relating to construction of facilities financed by the Street & Traffic Control and Storm Drainage DDSRF - DISTRICT B - DAVIS

Background:

SUBJECT: Additional Appropriation to Professional Engineering Services Contract between the City and AECOM Technical Services, Inc. for Greens Road from Aldine Westfield to John F. Kennedy Boulevard. WBS No. N-000686-0002-3

 

RECOMMENDATION: (SUMMARY) Approve an ordinance appropriating additional funds to the Professional Engineering Services Contract with AECOM Technical Services Inc.

 

PROJECT NOTICE/JUSTIFICATION: This project is part of the Street and Traffic Capital Improvement Project (CIP). This project is necessary to improve deteriorated roadway and traffic circulation, reduce congestion and eliminate flooding in the service area.

 

DESCRIPTION/SCOPE:  This project consists of reconstruction of an existing two-lane asphalt roadway with open ditch drainage and replacement with a four-lane divided concrete pavement with curbs. Also included are underground storm sewer system, off-site storm water detention facilities, and upgrading of 24” waterline.  Federal funding participation is approved by Houston Galveston Area Council (HGAC) under the 2013-2016 Transportation Improvement Program (TIP) for $9.68 million (80% of the estimated construction cost).

 

LOCATION: The project area is generally bound on the Aldine Westfield on the west and John F. Kennedy on the east.  The project is located in Key Map Grids 373 R, 374 N & P.

 

PREVIOUS HISTORY AND SCOPE City Council approved the original Contract on May 16, 2007 under Ordinance No. 2007-0586 and an additional appropriation on June 11, 2014 under Ordinance No. 2014-0582.  The scope of services under the original Contract consist of Phase II- Final Design, Phase III- Construction services and various additional services.  Under the scope of the contract, the consultant has completed 100% Phase II and various additional services.

 

SCOPE OF THIS ADDITIONAL APPROPRIATION AND FEE:  Additional funds are needed to supplement certain Additional Services and to complete Phase III-Construction Services.  The amount of $169,270.00 has been negotiated for Phase III-Construction Services due to the extended construction duration of the project, which was not budgeted in the original scope of the project.  The amount of $130,445.00 has been negotiated for Additional Services which were not previously appropriated to be paid as lump sum or on a reimbursable basis.  These Additional Services include 24” major waterline line upgrade, Letter of Map Revision (LOMR) and associated topographic survey along Hood’s Bayou, and 24” waterline valve inspection during construction.

 

The total requested appropriation is $350,667.00 to be appropriated as follows: $299,715.00 for contract services and $50,952.00 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 established for this project is 24%. The original Contract amount and subsequent appropriations totals $1,423,525.00. The Consultant has been paid $324,651.00 (22.81%)   to date. Of this amount, $324,651.00 (100%) has been paid to M/WBE sub-consultants to date. Assuming approval of the requested additional appropriation, the contract amount will increase to $1,723,240.00. The Consultant proposes the following plan to meet the M/WBE goal.

 

Name of Firms

Work Description

Amount    

% of Total Contract

Paid Prior M/WBE Commitment

 

$324,651.00

18.84%

Unpaid Prior M/WBE Commitment

 

$           0.00

0.00%

1.  Geo Solutions, LLC

Topographic Survey

$  25,593.00

1.49%

2.  HVJ & Associates, Inc.

Geotechnical Engineering

$    7,152.00

0.42%

3.  KIT Professionals, Inc.

Traffic & SWPPP

$    3,590.00

0.21%

4.  M2L Associates

Land Scaping

$  10,500.00

0.61%

5.  Aurora Technical Services, LLC

Water System Engineering

 

 

$  16,440.00

0.95%

 

6.  5engineering, LLC DBA  

     Fiveengineering LLC

 

Hydraulic Engineering

 

$  31,100.00

 

1.80%

 

TOTAL

$419,026.00

24.32%

 

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. N-000686-0002-3

Prior Council Action:

Ordinance 2007-0586, dated 05-16-2007

Ordinance 2014-0582, dated 06-11-2014

Amount and Source of Funding:

$350,667.00 Fund No. 4042- Street & Traffic Control and Storm Drainage DDSRF

($350,667.00 Supported by Drainage Fee)

 

Original (previous) appropriation of $1,308,369.00 from Fund No. 4506- Street and Bridge Consolidated

and subsequent additional appropriation of $269,214.00.00 from Street & Traffic Control and Storm Drainage Fund No. 4042.   

Contact Information:

Brian Alcott, P.E., CCM

Acting Senior Assistant Director, Capital Projects

Phone: (832) 395-2396

ATTACHMENTS:
DescriptionType
Signed CoversheetSigned Cover sheet
MapsBackup Material