Item Coversheet

CITY OF HOUSTON - CITY COUNCIL

Meeting Date: 1/3/2018
District I, ALL
Item Creation Date: 12/12/2017

T26406 - Master Program Manager for Disaster Related Projects - ORDINANCE

Agenda Item#: 12.


 
                               
Summary:

ORDINANCE approving and authorizing agreement between the City of Houston and APTIM ENVIRONMENTAL & INFRASTRUCTURE, INC to provide Master Program Management Services for Disaster related projects; establishing a maximum contract amount - 3 Years with two one year options - $25,000,000.00 - Grant Fund

Background:

Request for Proposal received on November 9, 2017 for S67-T26406 - Approve an ordinance awarding a contract to APTIM Environmental & Infrastructure, Inc. for a total not to exceed $25,000,000.00 for Master Program Manager for Disaster Related Projects for the Housing and Community Development Department (HCDD).

Specific Explanation

The Director of the Housing and Community Development Department and the Chief Procurement Officer recommend that City Council approve an ordinance awarding a three-year contract with two one year options, to APTIM Environmental & Infrastructure, Inc. in an amount not to exceed $25,000,000.00 for Master Program Manager for Disaster Related Projects for the Housing and Community Development Department.  The Director of Housing and Community Development Department and/or the Chief Procurement Officer may terminate the contract at any time upon 30-days written notice to the contractor.

 

The scope of work requires the contractor to lead, under guidance from City staff, the design, implementation and administration of short- and long-term housing programs that will draw from a variety of public, non-profit and philanthropic funding sources to repair homes damaged in hurricane Ike, the floods of 2015 and 2016 (Memorial Day – 2015, Halloween 2015, Tax Day – 2016, Memorial Day - 2016, respectively), and hurricane Harvey, as well as homes damaged in other disasters that may occur during the contract period.

The Request for Proposal (RFP) was advertised in accordance with the requirements of the State of Texas bid laws.  The solicitation document was posted on the Strategic Procurement Division’s e-bidding website and, as a result proposals were received from: APTIM Environmental & Infrastructure, Inc., Doc2e-file, IBTS, ICF, IEM, Deloitte, Hill International, Inc., and Witt O’Brien.  The Evaluation Committee consisted of members from the Housing and Community Development Department and Public Works and Engineering Department.

 

The proposals were evaluated based on the following criteria:

 

  1. Responsiveness of Proposal

  2. Technical Competence

  3. Price Proposal

 

APTIM Environmental & Infrastructure, Inc. received the highest overall score and was deemed to be the best qualified consultant to perform the requirements as outlined in the RFP.

 

MWSBE Subcontracting:

The RFP solicitation was advertised with 24% goal for MWSBE Participation.  APTIM Environmental & Infrastructure, Inc. has exceeded this goal by awarding 39% of the contract to MWSBE certified subcontractors as indicated below:

 

NAME

TYPE OF SERVICE

AMOUNT

PERCENTAGE

DWG CPA PPLC

Accounting Services

$1,250,000.00

5%

Isani Consultants, L.P

Engineering Services and Commercial Intuitional Building Construction

$4,500,000.00

18%

IMS Engineers, Inc.

Engineering Services and Commercial & Institutional Building Construction

$3,000,000.00

12%

Briones Consulting & Engineering, Ltd.

Construction Management, Water and Sewer Line

         $500,000.00

 

2%

Delmet Services Temporary Staffing Services  $ 250,000.00 1% 

Menon Consortium, Inc.

Civil

$250,000.00

1%

 

 

Hire Houston First:

Hire Houston First does not apply to this expenditure, because it involves the use of federal funds and is subject to specific procurement rules of the federal government.

 

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 will provide health benefits to eligible employees in compliance with City policy. 

 

Fiscal Note:

Funding for this item is included in the FY 2018 Budget.  Therefore, no Fiscal Note is required as stated in the Financial Policy Ord. 2014-1078.

 

 

 

 

 

_______________________________________

___________________________________

Jerry Adams, Chief Procurement Officer

Finance/Strategic Procurement Division

Department Approval Authority

 

Amount and Source of Funding:

$25,000,000.00

Federal State Local-Pass-Thru Fund

Fund 5030

Contact Information:

NAME:

DEPT.

PHONE

Tom McCasland, Director, HCDD

HCDD

(281) 233-1613

Brenda Chagoya, Division Manager

FIN/SPD

(832) 393-8723

 


ATTACHMENTS:
DescriptionType
CoversheetSigned Cover sheet