SUBJECT: Professional Engineering Services Contract between the City and Othon, Inc., for Lift Station Renewal and Replacement .
RECOMMENDATION: An ordinance approving a Professional Engineering Services Contract with Othon, Inc., for Lift Station Renewal and Replacement and appropriate funds.
PROJECT NOTICE / JUSTIFICATION: This project is part of the Lift Station Renewal Improvements program and is required to meet compliance with regulatory requirements.
The work to be performed under this contract award is necessary to maintain compliance with Houston's proposed wastewater consent decree with EPA and TCEQ.
DESCRIPTION/SCOPE: This project consists of evaluation of improvements to the following Lift Stations: Bintliff, Farther Point, Gessner No. 1, Gessner No. 2, Park Ten No. 2 and Willowbend.
LOCATION:
|
|
|
Project Name
|
Location
|
Council District
|
Bintliff Lift Station
|
6810 Bintliff Dr.
|
J
|
Gessner #2 Lift Station
|
1017 S. Gessner Rd.
|
G
|
Gessner #1 Lift Station
|
118 Gessner Rd.
|
G
|
Farther Point Lift Station
|
23 Farther Point St.
|
G
|
Willowbend Lift Station
|
6331 Willowbend Blvd.
|
K
|
Park Ten #2 Lift Station
|
16222 Barker Cypress Rd. |
A
|
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 total Basic Services appropriation is $1,261,870.00.
The Contract also includes certain Additional Services to be paid either as lump sum or on a reimbursable basis. The total Additional Services appropriation is $566,280.00.
The negotiated maximum for Phase I Services is $233,567.00.
The total cost of this project is $2,011,000.00 to be appropriated as follows: $1,828,150.00 for Contract services and $182,850.00 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 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 24.00%. The Consultant has proposed the following firms to achieve this goal.
|
Name of Firms
|
Work Description
|
Amount
|
|
% of Total Contract
|
1.
|
DAE & Associates Ltd., DBA Geotech Engineering and Testing
|
Geotechnical Investigation and Fault Study/Scope Analysis Environmental Site Assessment
|
$241,220.33
|
|
13.19%
|
2.
|
Infrastructure Associates, Inc.
|
Electrical Instrumentation
|
$235,772.61
|
|
12.90%
|
3.
|
JAG Engineering, Inc.
|
Route & Site Topographical Survey. Right-of-Way/Easement/Parcel Acquisition Survey/Title Search
|
$46,450.00
|
|
2.54%
|
4.
|
Kenall Inc.
|
Traffic Control Plans, Storm Water Pollution Prevention Plans, QA/QC
|
$81,276.00
|
|
4.45%
|
5.
|
Midtown Engineers, LLC
|
Subsurface Utility Investigations
|
$20,000.00
|
|
1.09%
|
6.
|
V&A Consulting Engineers, Inc.
|
Odor/Corrosion Control
|
$83,647.00
|
|
4.58%
|
|
|
TOTAL
|
$708,365.94
|
|
38.75%
|
FISCAL NOTE: No significant Fiscal Operating impact is anticipated as a result of this project.
____________________________
Carol Ellinger Haddock, P.E., Director
Houston Public Works
WBS No. R-000267-0169-3