SUBJECT: Professional Engineering Services Contract between the City and Neel-Schaffer, Inc. for Neighborhood Sewer System Improvements.
WBS No. R-002011-0091-3.
RECOMMENDATION: (SUMMARY)
An ordinance approving a Professional Engineering Services Contract with Neel-Schaffer, Inc. and appropriate funds.
PROJECT NOTICE/JUSTIFICATION: This project is part of the Neighborhood Sewer System Improvements program and is required to meet the need to restore sewer system deficiencies.
DESCRIPTION/SCOPE: This project consists of the design of various neighborhood sewer systems, including upgrade, rehabilitation and replacement of the systems.
LOCATION: This project is located in five areas. The first project area, located in Council District G, is generally bound by IH-10 on the north, Memorial Drive on the south, West Forest Drive on the east, and Carlingford Lane on the west. The second project area, located in Council District G, is generally bound by IH-10 on the north, St. Marys Lane on the south, Autumn Oaks Drive on east, and Brittmoore Road on the west. The third project area, located in Council District G, is generally bound by San Felipe Street on the north, Inwood Drive on the south, South Voss Road on the east, and Woodway Drive on the west. The fourth project area, located in Council District G, is generally bound by Richmond Avenue on the north, IH-59 on the south, Post Oak Boulevard on the east, and Sage Road on the west. The fifth project area, located in Council District J, is generally bound by Richmond Avenue on the north, IH-59 on the south, Chimney Rock Road on the east, and Fountain View 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 cost of time and materials with not-to-exceed agreed upon amount. The Basic Services fees for Phase II and Phase III will be negotiated on a lump sum amount after the completion of Phase I. The total Basic Services appropriation is $969,334.00.
The Contract also includes certain Additional Services to be paid either as lump sum or on a reimbursable basis. The Additional Services include topographic survey, geotechnical investigations, environmental site assessments, and other services. The total Additional Services appropriation is $691,179.20.
The negotiated maximum for Phase I Services is $317,900.00.
The total cost of this project is $1,909,590.00 to be appropriated as follows: $1,660,513.20 for Contract services and $249,076.80 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 Contractor provides health benefits to eligible employees in compliance with City policy.
M/WBE PARTICIPATION: The M/WBE goal for the project is set at 24%. The Consultant has proposed the following firms to achieve this goal.
Name of Firms Work Description Amount % of Total Contract
Amani Engineering, Inc. Surveying and Subsurface $253,825.00 15.29%
Utility Engineering
DAE & Associates Ltd., Geotechnical Testing $140,000.00 8.43%
DBA Geotech Engineering Service
and Testing
Middleton Brown, LLC Construction Management $59,760.00 3.60%
Services
Crouch Environmental Environmental Consulting $37,000.00 2.23%
Services, Inc. Services
Gunda Corporation, LLC Engineering Services $133,687.00 8.05%
______________ ________
Total $624,272.00 37.60%
ESTIMATED FISCAL OPERATING IMPACT:
No significant Fiscal Operating impact is anticipated as a result of this project.
_______________________________________
Karun Sreerama, MBA, PhD, PE,
Director
Department of Public Works and Engineering
WBS No. R-002011-0091-3