Item Coversheet

CITY OF HOUSTON - CITY COUNCIL

Meeting Date: 6/1/2016
District I
Item Creation Date: 4/5/2016

20XL02 PES/CDM Smith Inc.

Agenda Item#: 27.


 
                               
Summary:

ORDINANCE appropriating $1,403,000.00 out of Water & Sewer System Consolidated Construction Fund and approving and authorizing Professional Engineering Services Contract between the City of Houston and CDM SMITH INC for Sims South Wastewater Treatment Plant Improvements; providing funding for CIP Cost Recovery relating to construction of facilities financed by the Water & Sewer System Consolidated Construction Fund - DISTRICT I - GALLEGOS

Background:

SUBJECTProfessional Engineering Services Contract between the City and CDM Smith Inc. for Sims South Wastewater Treatment Plant Improvements, WBS No. R-000265-0125-3.

 

RECOMMENDATION:  (Summary)  An ordinance approving a Professional Engineering Services Contract with CDM Smith Inc., and appropriate funds.  

 

PROJECT NOTICE/JUSTIFICATIONThe project is part of the City’s ongoing program to improve inefficient components of the existing wastewater treatment plant facilities.

 

DESCRIPTION/SCOPE:  This project consists of providing professional engineering services for the evaluation and recommendation of improvements for the existing blowers and related instrumentation and controls at the Sims South Wastewater Treatment Plant.

 

LOCATION:  The project area is located at 3005 Galveston Rd., Houston, TX 77017. Key Map Grid 535L.

 

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 negotiated maximum for Phase I Basic Services is $240,000.00. The total Basic Services appropriation is $987,500.00.  

 

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 investigation, environmental site assessment, traffic control plans, storm water pollution prevention plan, and Technical Review Committee presentation and recommendations.  The total Additional Services appropriation is $232,500.00.

 

The total cost of this project is $1,403,000.00 to be appropriated as follows:  $1,220,000.00 for Contract services and $183,000.00 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 PARTICIPATIONThe 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
1. Kalluri Group, Inc.                              Engineering Services    $182,713.00   14.98%
2. KIT Professionals, Inc. Engineering Services  $85,366.10 7.00%
3. Briones Consulting & Engineering, LTD   

Engineering Services

Surveying Services

$69,612.00 5.71%
4. Isani Consultants, L.P. Engineering Services $54,534.00 4.47%
5. Bocci Engineering, LLC Engineering Services $34,712.00 2.85%
6. HVJ Associates, Inc. Geotechnical Services $15,000.00 1.23%
7. Gurrola Reprographics, Inc. Reproduction Services $7,500.00 0.60%
    TOTAL     $449,437.00 36.84%

 

 

 

 

 

 

Amount of Funding:

$1,403,000.00

Water and Sewer System Consolidated Construction Fund

Fund No. 8500.

Contact Information:

Ravi Kaleyatodi, P.E., CPM

Phone: (832) 395-2326

Senior Assistant Director
ATTACHMENTS:
DescriptionType
Signed RCASigned Cover sheet
MapsBackup Material