M&C Review


COUNCIL ACTION:  Approved on 9/26/2017 

DATE: 9/26/2017 REFERENCE NO.: **C-28397 LOG NAME: 20JUMPSTART CONTRACTS
CODE: C TYPE: CONSENT PUBLIC HEARING: NO
SUBJECT:   Authorize Execution of Engineering Services Agreements with Baird, Hampton, & Brown, Inc., and MULTATECH Engineering, Inc., Both in the Amount Up to $300,000.00 and with DAL-TECH Engineering, Inc., in the Amount Up to $260,000.00 for Design Services, Construction and Project Management Support to Advance High Priority Projects Needed to Improve Safety and Capacity as Identified by Staff for the Anticipated 2018 Bond Election (COUNCIL DISTRICTS 2, 4, 7 and 8)

RECOMMENDATION:

It is recommended that the City Council:

1.  Authorize the execution of an Engineering Services Agreement with Baird, Hampton, & Brown, Inc., in an amount not to exceed $300,000.00, for design of transportation improvements along Great Southwest Parkway from Mark IV Parkway to North Freeway Service Road Southbound, Alta View Street from Kimbo Road to Premier Street, Kimbo Road from Mesquite Road to NE Cul-De-Sac and McComas Road from Kimbo Road to N. Beach Street (CPN 101119);  

2.  Authorize the execution of an Engineering Services Agreement with MULTATECH Engineering, Inc., in an amount not to exceed $300,000.00, for design of transportation improvements along Clover Lane from Camp Bowie Boulevard to Birchman Avenue, and West Will Rogers Road from Camp Bowie Boulevard to W. Lancaster Avenue (CPN 101120); and

3.  Authorize the execution of an Engineering Services Agreement with DAL-TECH Engineering, Inc., in an amount not to exceed $260,000.00 for design of transportation improvements along Creekfall Drive from Basswood Boulevard to Misty Ridge Drive, Mesa Verde Trail from Isle Royale Drive to Basswood, Tulip Tree Drive from Fox Chase Drive to Buttonwood Drive and Rosita Street from Glen Eden Drive to Jean Hills Lane (CPN 101121).

 
DISCUSSION:

The  2018 Jump Start Program is enabling design efforts prior to the 2018 Bond Program election to advance early starts for construction upon a favorable outcome for the 2018 Bond Program election.

In preparation for the 2018 Bond Program, M&C G-19009 (May 17, 2017) authorized $10,000,000 for the 2018 Jump Start Program to advance early design efforts for infrastructure improvements considered high priority based upon current conditions including addressing capacity and safety improvements.  Of that $10,000,000.00 approximately $9,000,000.00 was assigned to eleven engineering contracts (M&C C-28288) for the design and analysis of arterial and traffic improvement infrastructure requirements.  The remaining $1,000,000.00 is being directed to improving the subject neighborhood streets presented in this M&C.  Additional streets may be added if there is contract capacity.

This effort will enable staff to begin the design and delivery of the following projects:






  

Projects

Jump Start Scope

Engineering Firm

Contract NTE

City Project Management

Total Appropriation

  • Great Southwest Pkwy (from Mark IV Pkwy to North Frwy Service Road Southbound)
  • Alta View St (from Kimbo Rd to Premier St)
  • Kimbo Rd (from Mesquite Rd to NE Cul-De-Sac)
  • Mc Comas Rd (from Kimbo Rd to N. Beach St)

(CPN 101119) (Council Districts 2 and 4)

Partial Design

Project Management

Baird, Hampton, &Brown Inc.

(New Award)

$300,000.00

$50,000.00

$350,000.00

  • Clover Ln (from Camp Bowie Blvd to Birchman Ave)
  • West Will Rogers Rd (from Camp Bowie Blvd to W Lancaster Ave)

(CPN 101120) (Council District 7)

Partial Design Project Management

MULTATECH Engineering, Inc.

(New Award)

$300,000.00

$50,000.00

$350,000.00

  • Creekfall Dr (from Basswood Blvd to Misty Ridge Dr)
  • Mesa Verde Trl (from Isle Royale Dr to Basswood)
  • Tulip Tree Dr (from Fox Chase Dr to Buttonwood Dr)
  • Rosita St (from Glen Eden Dr to Jean Hills Ln)

(CPN 101121) (Council Districts 4 and 8)

Partial Design
Project Management

DAL-TECH Engineering, Inc.

(New Award)

$260,000.00

$40,000.00

$300,000.00

The engineering firms recommended for contract awards were selected based on Transportation and Public Works' Request for Qualifications advertised in the Fort Worth Star-Telegram on January 5, 2017 and January 12, 2017.  The Statements of Qualifications representative of the work required for the projects were received and reviewed by Transportation and Public Works staff in January 2017.

M/WBE OFFICE –  
• Baird, Hampton & Brown, Inc., is in compliance with the City's BDE Ordinance by committing to 19 percent SBE participation.  The City's SBE goal on this project is 17 percent.
• Multatech Engineering, Inc., is in compliance with the City's BDE Ordinance by committing to 17 percent SBE participation.  The City' s SBE goal on this project is 17 percent.  Additionally, Multatech Engineering, Inc., is a certified M/WBE firm.
• Dal-Tech Engineering, Inc., is in compliance with the City's BDE Ordinance by committing to 16 percent SBE participation.  The City's SBE goal on this project is 15 percent.

The projects are located in COUNCIL DISTRICTS 2, 4, 7 and 8.

 
FISCAL INFORMATION/CERTIFICATION:

The Director of Finance certifies that funds are available in the 2017 Tax Notes Fund and that prior to an expenditure being made; the department has the responsibility to validate the availability of funds.

TO
    Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount

FROM
    Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount

Submitted for City Manager's Office by:
Jay Chapa (5804)
Originating Department Head:
Douglas Wiersig (7801)
Additional Information Contact:
Mary Hanna (5565)

 
 
ATTACHMENTS
  Contract 1 map.pdf
  Contract 2 map.pdf
  Contract 3-1 map.pdf
  Contract 3-2 map.pdf
  Form 1295 all companies.pdf