Dallas Logo
File #: 24-725    Version: 1 Name:
Type: CONSENT AGENDA Status: Approved
File created: 2/22/2024 In control: Department of Public Works
On agenda: 4/24/2024 Final action:
Title: Authorize a professional services contract with Burgess & Niple, Inc. to provide engineering design services for West Davis Street from North Hampton Road to North Clinton Avenue - Not to exceed $1,388,620.00 - Financing: 2023 Certificate of Obligation Fund ($1,309,060.00), Water Capital Improvement G Fund ($56,487.60), and Wastewater Capital Improvement F Fund ($23,072.40)
Indexes: 1
Attachments: 1. Map, 2. Resolution
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

STRATEGIC PRIORITY:                     Transportation & Infrastructure

AGENDA DATE:                     April 24, 2024

COUNCIL DISTRICT(S):                     1

DEPARTMENT:                     Department of Public Works

EXECUTIVE:                     Dr. Robert Perez

______________________________________________________________________

SUBJECT

 

Title

Authorize a professional services contract with Burgess & Niple, Inc. to provide engineering design services for West Davis Street from North Hampton Road to North Clinton Avenue - Not to exceed $1,388,620.00 - Financing: 2023 Certificate of Obligation Fund ($1,309,060.00), Water Capital Improvement G Fund ($56,487.60), and Wastewater Capital Improvement F Fund ($23,072.40)

 

Body

BACKGROUND

 

A Request for Qualifications (CIZ23-PBW-3013) was issued on April 26, 2023, for the Street and Transportation Design Services for Special Projects. Burgess & Niple, Inc. was selected following a qualifications-based selection process by the City of Dallas procurement guidelines.

 

This action will authorize a professional services contract with Burgess & Niple, Inc. for the engineering design of West Davis Street from North Hampton Road to North Clinton Avenue. The scope includes evaluating typical section alternatives, paving and drainage design, dedicated bike lanes, sidewalks and drive approaches, streetscape/landscape, curbs and gutters, storm drainage, traffic signals, pedestrian/streetlights, water, and wastewater mains replacement.

 

At this point, some tasks like traffic control plans and subsurface utility engineering have been deferred to a future supplemental agreement.

 

ESTIMATED SCHEDULE OF PROJECT

 

Begin Design                                 June 2024

Complete Design                      November 2025

 

PRIOR ACTION/REVIEW (COUNCIL, BOARDS, COMMISSIONS)

 

This item has no prior action.

 

 

FISCAL INFORMATION

 

Fund

FY 2024

FY 2025

Future Years

2023 Certificate of Obligation Fund

$1,309,060.00

$0.00

$0.00

Water Capital Improvement G Fund

$     56,487.60

$0.00

$0.00

Wastewater Capital Improvement F Fund

$     23,072.40

$0.00

$0.00

Total

$1,388,620.00

$0.00

$0.00

 

M/WBE INFORMATION

 

Following the City’s Business Inclusion and Development Policy adopted on September 23, 2020, by Resolution No. 20-1430, as amended, the M/WBE participation on this contract is as follows:

 

Contract Amount

Procurement Category

M/WBE Goal

$1,388,620.00

Architecture & Engineering

34.00%

M/WBE Subcontracting %

M/WBE Overall %

M/WBE Overall Participation $

24.05 26.86%

24.05 26.86%

$333,972.00 $372,972.00

This contract does not meet the M/WBE subcontracting goal.

Burgess & Niple, Inc. - Local; Workforce - 50.00% Local

 

OWNER

 

Burgess & Niple, Inc.

 

Edwin J. Muccillo, Jr., Chairman

 

MAP

 

Attached