SUBJECT: Professional Engineering Services Contract between the City and Bowman Engineering & Consulting Inc. dba Quadrant Consultants Inc. for CDBG-MIT Frenchtown Drainage and Paving Improvements.
RECOMMENDATION: An ordinance approving a Professional Engineering Services Contract with Bowman Engineering & Consulting Inc. dba Quadrant Consultants Inc. for CDBG-MIT Frenchtown Drainage and Paving Improvements and appropriate funds.
PROJECT NOTICE/JUSTIFICATION: This project is part of the Community Development Block Grant Mitigation (CDBG-MIT) Local Action Plan and is required to improve drainage and pavement that are deteriorating and in need of rehabilitation in the project area. The project will regrade roadside ditches, replace existing storm pipe culverts and driveways, overlay pavement, and repair sidewalks. The rehabilitation will improve drainage capacity within the City’s right of way and provide better roadways within the neighborhood.
DESCRIPTION/SCOPE: This project consists of the design of ditch regrading and culvert improvement without underground storm sewer installation, mill and overlay pavement with subgrade repairs as necessary, reconstruction of driveways impacted by culverts, and improvements of sidewalks where possible.
LOCATION: The project area is generally bound by Collingsworth Street on the north, Liberty Road on the south, Russell Street on the east, and Jensen Drive 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 the cost of time and materials with the 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 $586,792.00.
The Contract also includes certain Additional Services to be paid either as a lump sum or on a reimbursable basis. The total Additional Services appropriation is $469,762.00.
The negotiated maximum for Phase I Services is $397,352.00
The total cost of this project is $1,109,382.00 to be appropriated as follows: $1,056,554.00 for Contract services and $52,828.00 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 Consultant provides health benefits to eligible employees in compliance with City policy.
M/WBE PARTICIPATION: The standard M/WBE goal set for the project is 24.00%. The Consultant has proposed a 24.72% MWBE plan to meet the goal.
|
Name of Firms
|
Work Description
|
Amount
|
% of Total Contract
|
1.
|
ASV Consulting Group, Inc.
|
Land surveying and
civil engineering
|
$ 109,987.00
|
10.41%
|
2.
|
Geotest Engineering, Inc.
|
Engineering
|
$ 40,909.00
|
3.87%
|
3.
|
H T & J, LLC, dba H T & J, LLC of Texas
|
Engineering
|
$ 85,250.00
|
8.07%
|
4.
|
Progressive Consulting Engineers, PLLC,
DBA Progressive Traffic & Transportation
|
Traffic engineering
|
$ 25,000.00
___________
|
2.37%
_____
|
|
|
TOTAL
|
$ 261,146.00
|
24.72%
|
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-42LHUD-0006-3