SUBJECT: Professional Engineering Services Contract between the City and HR Green, Inc for Lift Station Hazard Mitigation and Improvement Projects (Old Stone Trail Lift Station, Tanya Circle Lift Station, M.U.D. #175-2 Lift Station, Memorial Drive #5 Lift Station, Fleetwood Lift Station, Addicks Lift Station, Woodway #2 Lift Station.)
RECOMMENDATION: An ordinance approving a Professional Engineering Services Contract with HR Green, Inc for Lift Station Hazard Mitigation and Improvement Projects (Old Stone Trail Lift Station, Tanya Circle Lift Station, M.U.D. #175-2 Lift Station, Memorial Drive #5 Lift Station, Fleetwood Lift Station, Addicks Lift Station, Woodway #2 Lift Station) and appropriate funds.
PROJECT NOTICE/JUSTIFICATION: This project is part of the City's ongoing program to rehabilitate, reconstruct, and design its wastewater lift station facilities.
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.
This contract adheres to Federal guidelines, as the City may seek FEMA reimbursement.
DESCRIPTION/SCOPE: This project consists of the design of electrical, mechanical, structure, process, and piping improvements at various lift stations throughout the City.
LOCATION: The project locations are:
PROJECT NAME
|
LOCATION
|
COUNCIL DISTRICT
|
Old Stone Trail Lift Station
|
15531 Old Stone Trail
|
G
|
Tanya Circle Lift Station
|
15726 Tanya Circle
|
G
|
M.U.D. #175-2 Lift Station
|
840 Hwy 6 South
|
G
|
Memorial Drive #5 Lift Station
|
15350 Memorial Drive
|
G
|
Fleetwood Lift Station
|
15702 1/2 Foxgate Court
|
G
|
Addicks Lift Station
|
13200 Old Katy Road
|
A
|
Woodway #2 Lift Station
|
7700 Woodway Drive
|
G
|
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 $2,294,867.50.
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 $583,450.00.
The negotiated maximum for Phase I Services is $417,690.00.
The total cost of this project is $3,022,233.38 to be appropriated as follows: $2,878,317.50 for Contract services and $143,915.88 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 standard M/WBE goal set for the project is 26.00%. The Consultant has proposed a 28.10% MWBE plan to meet the goal.
|
Name of Firms
|
Work Description
|
Amount
|
% of Total Contract
|
1.
|
Fiveengineering, LLC
|
Engineering Consulting Services
|
$167,000.00
|
5.80%
|
2.
|
B&E Reprographics, Inc.
|
Reprographics Services
|
$ 5,000.00
|
0.20%
|
3.
|
HVJ Associates, Inc.
|
Engineering Services
|
$ 97,500.00
|
3.40%
|
4.
|
Kalluri Group, Inc.
|
Engineering Services
|
$ 380,000.00
|
13.20% |
5.
|
United Engineers, Inc.
|
Land Surveying Services
|
$ 159,000.00
|
5.50%
|
|
|
TOTAL
|
$808,500.00
|
28.10%
|
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-000267-0182-3