Item Coversheet

CITY OF HOUSTON - CITY COUNCIL

Meeting Date: 6/1/2016
District G
Item Creation Date: 3/25/2016

20MR96-1 HNTB Corporation

Agenda Item#: 25.


 
                               
Summary:

ORDINANCE appropriating $1,587,558.00 out of Metro Projects Construction DDSRF and approving and authorizing Professional Engineering Services Contract between the City of Houston and HNTB CORPORATION for Dairy Ashford Road Paving and Drainage from Memorial Drive to Buffalo Bayou; providing funding for CIP Cost Recovery relating to construction of facilities financed by the Metro Projects Construction DDSRF - DISTRICT G - TRAVIS

Background:

SUBJECT: Professional Engineering Services Contract between the City and HNTB Corporation for Dairy Ashford Road Paving and Drainage from Memorial Drive to Buffalo Bayou, WBS No. N-100023-0001-3.

 

RECOMMENDATION:  (Summary)  An ordinance approving a Professional Engineering Services Contract with HNTB Corporation and appropriate funds.

 

PROJECT NOTICE/JUSTIFICATION:  This project is part of the Street and Traffic Capital Improvement Plan (CIP) and is necessary to meet City of Houston standards as well as improve traffic circulation, mobility, and drainage in the service area.  Deterioration of existing pavement and future traffic volume requires that the roadway be reconstructed.

 

DESCRIPTION/SCOPE:  This project consists of the design of approximately 3,500 linear feet, six (6)-lanes divided concrete roadway with bridge widening, storm drainage, curbs, sidewalks, driveways, street lighting, traffic control and necessary underground utilities.

 

LOCATION:  The project area is generally bound by Memorial Drive on the north, Briar Patch Drive on the south, Pinesap Drive on the west and Ashford Forest Drive on the east.  The project is located in Key Map Grids 488D, 488H and 488M.

 

SCOPE OF CONTRACT AND FEEUnder 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.  The 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 $881,303.00

 

The Contract also includes certain Additional Services to be paid either as lump sum or on a reimbursable basis.  The Additional Services include Surveying, Technical Review Committee Presentation, Environmental Site Assessment, Public Meetings, Geotechnical Investigation, Tree Protection/Mitigation Plans, Traffic Signalization, Traffic Control Plans, Stormwater Pollution Prevention Plan, Independent Quantity Take-Off, Drainage Impact Study, and Inspection of Existing Sewer Lines.  The total Additional Services appropriation is $475,584.00.

 

The negotiated maximum for Phase I Services is $261,913.00.

 

The total cost of this project is $1,587,558.00 to be appropriated as follows: $1,356,887.00 for Contract services and $230,671.00 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 INFORMATIONThe M/WBE goal for the project is set at 24%. The Consultant has proposed the following firms to achieve this goal.

 

        Names of Firms   Work Description   Amount   % of Total Contract 
1. KUO & Associated, Inc.           Topographic and Boundary Surveying Services $97,030.00 7.15%
2. HVJ Associates, Inc. Geotechnical Services and Environmental Site Assessment $40,169.00 2.96%
3. Fivengineering, LLC, DBA 5engineering Drainage Study $91,920.00 6.77%
4. RODS Subsurface Utility Engineering, Inc. Subsurface Utility Investigation $41,595.00 3.07% 
5. Chief Solutions, Inc. Storm Sewer Video Services $23,813.00 1.76%
6. KIT Professionals, Inc. Traffic Control Plans and QA/QC $35,000.00 2.58%
7. AGC Group, Inc. SWPPP and Quantity Take-Off $17,500.00 1.29%
8. ISANI CONSULTANTS, L.P. Street Light Plans $7,500.00 0.55%
9. DSD Design & Drafting TDLR Plan Review $1,500.00 0.11%
10.  TLC Engineering, Inc. Pavement Marking and Signing Plans $10,417.00 0.77%
    TOTAL $366,444.00 27.01%

 

Amount of Funding:

$1,587,558.00

METRO Projects Construction DDSRF

Fund 4040  

Contact Information:

Ravi Kaleyatodi, P.E., CPM

Phone: (832) 395-2326

Senior Assistant Director
ATTACHMENTS:
DescriptionType
Signed RCASigned Cover sheet
MapsBackup Material