SUBJECT: Professional Engineering Services Contract between the City and Jacobs Engineering Group, Inc. for Capacity Remedial Measures Plan (CRMP) CIP Package 2 (CD Area 2 & 3).
RECOMMENDATION: An ordinance approving a Professional Engineering Services Contract with Jacobs Engineering Group, Inc. for Capacity Remedial Measures Plan (CRMP) CIP Package 2 (CD Area 2 & 3) and appropriate funds.
PROJECT NOTICE/JUSTIFICATION: This project is part of the City's Wastewater Consent Decree's Capacity Remedial Measures Plan, and is required to provide improvements to the Wastewater Collection and Transmission System (WCTS) with known capacity restraints to target the reduction of both dry weather and wet weather sanitary sewer overflows (SSO).
The work to be performed under this contract award is necessary to maintain compliance with Houston's wastewater consent decree with the EPA and TCEQ.
DESCRIPTION/SCOPE: This project consists of the design of a 393 Million Gallons per Day (MGD) lift station, storage tank, sludge storage/pumping, and overall site improvements.
LOCATION: The project area is generally bound by Clinton Drive on the north, Lockwood Drive on the south and east, and Japhet Street 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 a not-to-exceed agreed upon amount. The Basic Services Fees for Phase II and Phase III are based on a negotiated lump sum amount. The total Basic Services appropriation is $7,832,951.00.
The Contract also includes certain Additional Services to be paid either as a lump sum or on a reimbursable basis. The total Additional Services appropriation is $3,827,500.00.
The negotiated maximum for Phase I Services is $1,025,844.00.
The total cost of this project is $12,243,474.00 to be appropriated as follows: $11,660,451.00 for Contract services and $583,023.00 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 Consultant provides health benefits to eligible employees in compliance with City policy.
M/WBE PARTICIPATION: The M/WBE goal set for the project is 26.00%. The Consultant has proposed the following firms to meet this goal.
|
Name of Firms
|
Work Description
|
Amount
|
% of Total Contract
|
1.
|
Kalluri Group, Inc.
|
Engineering Services
|
$1,006,000.00
|
8.63%
|
2.
|
Geotest Engineering, Inc.
|
Engineering Services
|
$ 690,000.00
|
5.92%
|
3.
|
Isani Consultants, LP
|
Engineering Services
|
$1,195,000.00
|
10.25%
|
4.
|
United Engineers, Inc.
|
Engineering Services
|
$ 90,000.00
|
0.77%
|
5.
|
Gurrola Reprographics, Inc.
|
Reprographic Services
|
$ 26,000.00
|
0.22%
|
6.
|
Accessibility Check
|
Services for the Elderly and Persons with Disabilities
|
$ 25,000.00
|
0.21%
|
|
|
TOTAL
|
$3,032,000.00
|
26.00%
|
FISCAL NOTE: No significant Fiscal Operating impact is anticipated as a result of this project.
Randall V. Macchi, JD
Director, Houston Public Works
WBS No. R-001000-0038-3