Item Coversheet

CITY OF HOUSTON - CITY COUNCIL

Meeting Date: 6/1/2016
District H
Item Creation Date: 5/5/2016

20MHS141 PES/SES Horizon

Agenda Item#: 23.


 
                               
Summary:

ORDINANCE appropriating $568,000.00 out of Street & Traffic Control and Storm Drainage DDSRF and approving and authorizing Professional Engineering Services Contract between the City of Houston and SES HORIZON CONSULTING ENGINEERS, INC for Melrose Park Section 2 Area Drainage and Paving Improvements; providing funding for CIP Cost Recovery relating to construction of facilities financed by the Street & Traffic Control and Storm Drainage DDSRF -  DISTRICT H - CISNEROS

Background:

SUBJECT: Professional Engineering Services Contract between the City and SES Horizon Consulting Engineers, Inc. for Melrose Park Section 2 Area Drainage and Paving Improvements. WBS No. M-410013-0001-3.

 

RECOMMENDATION:  (Summary)  An ordinance approving a Professional Engineering Services Contract with SES Horizon Consulting Engineers, Inc. and appropriate funds.  

 

PROJECT NOTICE/JUSTIFICATION: The project addresses a need identified and prioritized through the ReBuild Houston Process utilizing a worst first methodology, objective data and benefit/cost analysis.  The project will be designed and constructed to improve drainage of streets and reduce the risk of structural flooding. 

 

DESCRIPTION/SCOPE: This project consists of the design of storm drainage improvements, necessary concrete paving, curbs, sidewalks, driveways, and underground utilities. This project will serve the Melrose Park Section 2 area.

 

LOCATION: The project area is generally bound by Castledale Drive on the north, Canino Road on the south, Hardy Toll Road on the east, and City of Houston boundary / HCFCD Tributary P118-23-00 on the west.  The project is located in Key Map Grids 413P, 413Q, 413T, & 413U. 

 

SCOPE OF CONTRACT AND FEE:  Under the terms and scope of the Contract, the Consultant will perform Basic and Additional Services, as applicable, for Phase I - Preliminary Design, Phase II - Final Design, and Phase III -Construction Phase Services. This requested appropriation is for Phase I – Preliminary Design Basic and Additional Services.

 

The Basic and Additional Services are being funded for Phase I only of this contract.

 

The total Basic Services Fee for Phase I is based on the cost of time and materials with a not-to-exceed agreed upon amount of $270,488.00.

 

The total Additional Services Fee for Phase I, to be paid either as lump sum or on a reimbursable basis, is $288,015.00. The Additional Services include, but are not limited to surveying, geotechnical investigation, public meetings, and environmental site assessment.

 

The total cost for Phase I is $ 568,000.00 to be appropriated as follows:  $558,503.00 for Contract services and $9,497.00 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 PARTICIPATIONThe M/WBE goal for the project is set at 24%. The Consultant has proposed the following firms to achieve this goal.

 

       MMBE - Name of Firms Work Description Amount % of Total Contract
1. JAG Engineering Professional Engineering and Surveying Services $167,424.00 29.98%
2. HVJ Associates, Inc. Geotechnical Investigation and Environmental Site Assessment $3,745.00 00.67%
3. United Engineers, Inc. Professional Engineering and Technical Services $14,400.00 02.58%
    TOTAL    $185,569.00 33.23%
Amount of Funding:

$568,000.00

Street & Traffic Control and Storm Drainage DDSRF

 Fund 4042

Contact Information:

Ravi Kaleyatodi, P.E., CPM

Phone: (832) 395-2326

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