SUBJECT: Professional Engineering Services Contract between the City and CivilTech Engineering, Inc. for Water Line Replacement in Neartown - Montrose Area and Plainview Subdivision and Water Line Replacement in Second Ward Area.
RECOMMENDATION: An ordinance approving a Professional Engineering Services Contract with CivilTech Engineering, Inc. for Water Line Replacement in Neartown - Montrose Area and Plainview Subdivision and Water Line Replacement in Second Ward Area and appropriate funds.
PROJECT NOTICE/JUSTIFICATION: This project is part of the City's Water Line Replacement Program and is required to replace and upgrade water lines within the City to increase circulation and availability of water.
DESCRIPTION/SCOPE:
The water line replacement at Neartown - Montrose Area and Plainview Subdivision consists of the design of approximately 37,850 linear feet of waterline ranging from 6-inch to 12-inch diameter waterline with related appurtenances. The water line replacement at Second Ward Area consists of the design of approximately 41,650 linear feet of waterline ranging from 8-inch to 24-inch diameter waterline with related appurtenances.
LOCATION: The project area is generally bound by the following:
Project Name
|
Location
|
Council District
|
Water Line Replacement in Neartown –
Montrose Area and Plainview Subdivision
|
West Gray Street on the north, Westheimer Road on the south, Dunlavy Street on the east and S. Shepherd Drive on the west
|
C
|
Water Line Replacement in Second Ward Area
|
Navigation Boulevard on the north, Harrisburg Boulevard on the south, Lockwood Drive on the east and North Everton Street on the west
|
H
|
SCOPE OF CONTRACT AND FEE: Under the scope of the Contract, the Consultant will perform Phase I - Preliminary Design, Phase II - Final Design, Phase III - Construction Phase Services and Additional Services. Basic Services Fee for Phase I is based on cost of time and materials with not-to-exceed agreed upon amount. The Basic Services fees for Phase II and Phase III will be negotiated on a lump sum amount after the completion of Phase I. The total Basic Services appropriation is $825,075.00.
The Contract also includes certain Additional Services to be paid either as lump sum or on a reimbursable basis. The Additional Services include Topographic Survey, Monument Establishment, Geotechnical Borehole Survey, Geotechnical Investigation, Environmental Site Assessment I and II, Subsurface Investigations, Tree Protections Services, Permits, Traffic Control Plans, Storm Water Pollution Prevention Plans, Reproduction Services, Drug Testing, TRC Presentation, Record Research, Public Meetings, Right Of Way Acquisition, and HEC Analysis. The total Additional Services appropriation is $910,000.00.
The negotiated maximum for Phase I Services is $134,475.00
The total cost of this project is $1,908,675.00 to be appropriated as follows: $1,735,075.00 for Contract services and $173,600.00 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 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.
|
Rahaman and Associates, Inc.,
DBA Western Group Consultants
|
Topographical and ROW Survey
|
$441,100.00
|
25.42%
|
2.
|
ATSER, L.P.
|
Geotechnical Investigation
|
$216,100.00
|
12.45%
|
3.
|
Cypress Environmental Consulting LLC
|
Environmental Site Assessment Services
|
$ 15,800.00
|
0.91%
|
4.
|
Progressive Consulting Engineers, PLLC,
dba Progressive Traffic & Transportation
|
Traffic Control Plans
|
$ 30,000.00
__________
|
1.73%
______
|
|
|
TOTAL
|
$703,000.00
|
40.51%
|
FISCAL NOTE: No significant Fiscal Operating impact is anticipated as a result of this project.
____________________________
Carol Ellinger Haddock, P.E., Director
Houston Public Works
WBS Nos. S-000035-0268-3 and S-000035-0270-3