Item Coversheet

CITY OF HOUSTON - CITY COUNCIL

Meeting Date: 5/18/2021
District A
Item Creation Date: 3/30/2021

HPW – 20MR111 PES / WSB & Associates, Inc. dba Nathelyne A. Kennedy & Associates

Agenda Item#: 29.


 
                               
Summary:

ORDINANCE appropriating $2,670,775.13 out of Dedicated Drainage and Street Renewal Capital Fund – Drainage Charge; approving and authorizing Professional Engineering Services Contract between City of Houston and WSB & ASSOCIATES, INC dba NATHELYNE A. KENNEDY & ASSOCIATES for Inwood Forest Drainage and Paving (SP1&2) Improvements; providing funding for CIP Cost Recovery financed by the Dedicated Drainage and Street Renewal Capital Fund – Drainage Charge - DISTRICT A - PECK

Background:

SUBJECT:  Professional Engineering Services Contract between the City and WSB & Associates, Inc. dba Nathelyne A. Kennedy & Associates for Inwood Forest Drainage & Paving (SP1&2) Improvements.

 

RECOMMENDATION:  An ordinance approving a Professional Engineering Services Contract with WSB & Associates, Inc. dba Nathelyne A. Kennedy & Associates for Inwood Forest Drainage & Paving (SP1&2) Improvements and appropriate funds.

 

PROJECT NOTICE/JUSTIFICATION: This project is part of the Storm Drainage Capital Improvement Plan (CIP) and is required to address and reduce the risk of structural flooding. Improvements include modifications of street conveyance, street flow and provide drainage throughout project limits.

 

DESCRIPTION/SCOPE:  This project consists of the design of approximately 20,500 linear feet of storm drainage improvements, necessary concrete paving, curbs, sidewalks, driveways and underground utilities.  The project will serve Inwood Forest subdivision referred to as Subproject 1 & 2.

 

LOCATION:  The project area is generally bound by West Gulf Bank Road on the north, White Oak Bayou on the south, Antoine Road on the east and HCFCD Unit E140-00-00 & E240-00-00 on the west. 

 

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 are based on a negotiated lump sum amount.   The total Basic Services appropriation is $1,830,667.00.

 

The Contract also includes certain Additional Services to be paid either as lump sum or on a reimbursable basis. The Additional Services include topographical survey, geotechnical investigations, no impact study (hydrology), traffic control plans, Storm Water Pollution Prevention Plan, tree protection/mitigation, Environmental Site Assessment Phase I & II, Independent Quantity Take-Off, Technical Review Committee preparation & presentation, Texas Department of Licensing and Regulation permit & inspection, driveways coordination (right of entry), private utilities coordination & letters of utility conflicts, drug testing & compliance, reproduction, public meetings, and miscellaneous. The total Additional Services appropriation is $712,928.37.

 

The negotiated maximum for Phase I Services is $502,956.00.

 

The total cost of this project is $2,670,775.13 to be appropriated as follows: $2,543,595.37 for Contract services and $127,179.76 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 standard M/WBE goal for the project is 24%. The Consultant has proposed a 26.94% plan to meet the MWBE goal.

 

 

Name of Firms

Work Description

Amount

% of Total

Contract

1.

Landtech, Inc., DBA Landtech Consultants Inc.

Engineering and Surveying

$174,080.50

  6.84%

2.

HVJ Associates, Inc.

Engineering and Geotechnical

$166,313.00

  6.54%

3.

H T & J, LLC, dba H T & J, LLC of Texas

Engineering

$162,035.00

  6.37%

4.

Gunda Corporation, LLC

Engineering

$  56,468.00

  2.22%

5.

FCM Engineers, PC

Engineering

$  63,086.25

  2.48%

6.

DAE & Associates Ltd., DBA Geotech

Engineering and Testing 

Environmental Engineering

$  38,599.40

  1.52%

7.

Midtown Engineers, LLC

Engineering

$  24,720.00

  0.97%

 

 

TOTAL

$685,302.15

26.94%

 

 

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 No. M-410025-0001-3

Amount and Source of Funding:

$2,670,775.13  

 Dedicated Drainage and Street Renewal Capital Fund – Drainage Charge

Fund No. 4042 

Contact Information:

Juan Chavira, PE, PMP, CEM

Assistant Director, Capital Projects

Phone: (832) 395-2441

ATTACHMENTS:
DescriptionType
Signed CoversheetSigned Cover sheet
MapsBackup Material