Post on 24-Nov-2021
LANGUAGE ASSISTANCE, ACCESSIBILITY AND SPECIAL ACCOMMODATIONS Upon request, we provide free language assistance to help customers who have a limited ability to read, write, speak or understand English in accordance with METRO’s language assistance plan. METRO’s Board and Committee meetings are accessible to persons with disabilities. Request for language assistance and other accommodations at a meeting should be directed to the Board Office at 713-739-4834 at least 48 hours in advance of the meeting.
Thomas C. Lambert
President & CEO
CAPITAL and STRATEGIC PLANNING
COMMITTEE MEMBERS Sanjay Ramabhadran, Chair
Troi Taylor, Vice Chair Lex Frieden
Bob Fry Christopher G. Hollins
Jim Robinson
Notice and Agenda of a Meeting of the Capital & Strategic Planning Committee
of the METRO Board of Directors by Telephone and Videoconference Call
Wednesday, June 16, 2021 at 2:15 P.M. The public may listen to the virtual meeting by dialing: 346-248-7799 or Toll-Free 1-888-475-4499 Meeting ID: 854 6341 2668, or view a livestream of the meeting online at: https://www.ridemetro.org/Pages/BoardStreamingVideo.aspx. Based on the current guidance from public health officials recommending the limitation of in-person public meetings to slow the spread of the Coronavirus, also known as COVID-19, the public will not be permitted to attend the meeting in person at METRO’s Administration Building. A recording of the meeting will be archived on METRO’s website at www.ridemetro.org. Persons wishing to address the committee must register as a public speaker with METRO’s Board Office at least 48 hours in advance of the meeting by calling 713-739-4834 or sending an email to boardoffice@ridemetro.org, and providing their name, address, telephone number and the subject of their proposed remarks.
1. Public Comments (*Speakers must register 48 hours in advance)
ACTIONS
2. Request Board authorization for the President & CEO to negotiate and execute a three (3) year
contract with each of WSP USA, Inc. and HDR Engineering, Inc. for general planning consultant
services on an as-needed basis
C. Harbert
3. Request Board authorization for the President & CEO to execute a contract modification with
Entech Civil Engineers, Inc. to provide conceptual preliminary engineering services for the IH-
10 Inner Katy Bus Rapid Transit project
W.M. Phillips
4. Request Board authorization for the President & CEO to execute a contract with Arup Texas,
Inc. for the design of the Northline Transit Center parking garage
M. Rumi
5. Request Board authorization for the President & CEO to negotiate and execute a contract with
AECOM to provide general engineering consultant support services for the University Bus Rapid
Transit project and execute a limited notice to proceed
B. Towns
1/78
CAPITAL and STRATEGIC PLANNING
Committee Meeting Agenda P a g e | 2
LANGUAGE ASSISTANCE, ACCESSIBILITY AND SPECIAL ACCOMMODATIONS Upon request, we provide free language assistance to help customers who have a limited ability to read, write, speak or understand English in accordance with METRO’s language assistance plan. METRO’s Board and Committee meetings are accessible to persons with disabilities. Request for language assistance and other accommodations at a meeting should be directed to the Board Office at 713-739-4834 at least 48 hours in advance of the meeting.
6. Request Board authorization for the President & CEO to negotiate a contract with Brown & Gay
Engineers, Inc. to provide architectural and engineering services for the design of the BOOST
82 Westheimer project
T. Mills
7. Request Board action to affirm the preferred mode and alignment for the University Bus Rapid
Transit project as included in the METRONext plan and authorize the President & CEO to begin
activities to request entry into the initial phase of the Federal Transit Administration Capital
Investment Grant Program, Project Development
C. Harbert
COMMITTEE APPROVALS
8. Request Committee approval of anticipated procurement solicitations
M. Kyme
9. Request Committee approval to issue a Request for Technical Proposals for Indefinite
Delivery/Indefinite Quantity (ID/IQ) Construction Contracts
P. Cavazos
10. Request Committee approval to issue a Request for Qualifications for two (2) Architectural &
Engineering (A/E) Design Services contracts for transit facilities and transit/transportation
improvement projects
M. Rumi
BRIEFINGS
11. METRONext Update
S. Reddy / C. Harbert / B. Towns
12. Monthly North Houston Highway Improvement Project Update
U. Mohite
This committee meeting agenda is being posted to notify the public of items to be considered. A quorum of the METRO Board of Directors may be present and participate in the committee meeting.
2/78
REQUEST FOR BOARD ACTION Page | 1
THIS IS A CONTROLLED DOCUMENT / VERIFY VERSION LEVEL PRIOR TO USE Form #: EXO-FOR-007
Current Version: 8.0
Effective as of: 09/08/2020 Current Version Due for Review on: 09/01/2021
AGENDA MONTH AND YEAR: June 2021
PROJECT NAME: General Planning Consultants (GPC) Award
FROM: System & Capital Planning – Clint Harbert
I. RECOMMENDATION [Agenda Summary]:
Request for Board Authorization for the President & CEO to negotiate two General Planning Consultants (GPC)
services contracts for a three (3) year term for planning support services for an amount not-to-exceed $6,000,000
each with WSP USA, Inc. and HDR Engineering, Inc. on an “as-needed” basis.
II. DATE AND IDENTIFICATION OF PRIOR BRIEFING OR AUTHORIZING ACTION [If applicable]:
Capital & Strategic Planning Committee Briefing for RFQ Solicitation – January 20, 2021
III. MAXIMUM CONTRACT AMOUNT
Requesting the award of $6,000,000 each for WSP USA, Inc. and HDR Engineering, Inc. for a total of $12,000,000.
IV. BUDGET DETAILS:
V. BUDGET NOTES [Funding for future periods (if any) will be included in future budget submissions]:
Included in the FY2021 Capital Budget and Operating Budget
VI. SPECIFIC EXPLANATION:
METRO is requesting award of two General Planning Consultant (GPC) services contracts to WSP USA, Inc. and
HDR Engineering, Inc. for planning initiatives and projects, Federal environmental technical work and clearances,
emerging corridor programs, agency coordination (TxDOT, FTA, DOT, member cities, Harris County and others),
program grant strategies, travel demand modeling and other support services to assist with work related to METRO
priorities and to assist with work related to implementation of METRO’s Legacy, interagency and METRONext
programs.
The current contracts with HDR Engineering, Inc., and WSP USA, Inc., are set to expire in January and February
2022, respectively. Staff recommendation is for two new three-year contracts at $6,000.000 each for WSP USA,
Budgeted
Source
Dept.
Name
Grant
Funding
Y/N
Previous FY
Expenditures
Budgeted
FY2021 FY2022 Out Years
Total Budgeted #
months: 0
Budgeted #
months: 3
Budgeted #
months: 12
Budgeted #
months: 20
Operating 700,000 1,500,000 7,010,000 $9,210,000.00
Capital 290,000 500,000 2,000,000 $2,790,000.00
General
Mobility
$ 0.00
Debt
Service
$ 0.00
Total $ 0.00 $990,000.00
$2,000,000.00 $9,010,000.00 $
12,000,0000.00
4/78
REQUEST FOR BOARD ACTION Page | 2
THIS IS A CONTROLLED DOCUMENT / VERIFY VERSION LEVEL PRIOR TO USE Form #: EXO-FOR-007
Current Version: 8.0
Effective as of: 09/08/2020 Current Version Due for Review on: 09/01/2021
Inc. and HDR Engineering, Inc. for a total of $12,000,000 in total contracts value. This is a requirements contract
and contract value is disbursed only for work performed.
The solicitation was advertised in The Houston Chronicle on February 7, 2021 and February 14, 2021 as well as on
the METRO Procurement website, with a solicitation period ending March 19, 2021. Three (3) proposals were
received and evaluated by a Technical Evaluation Committee (TEC) consisting of representatives from System &
Capital Planning, Safety, Office of Innovation, Service Enhancement and Public Engagement. The proposers
included WSP USA, Inc., HDR Engineering, Inc., and Turner & Townsend, Inc.
VII. SMALL BUSINESS PARTICIPATION [To be completed by Small Business]:
The Small Business Participation Goal for this contract was 35%. HDR committed to 38% small business
participation and WSP committed to 37%.
REQUIRED SIGNATURES
Department Head / Executive Vice President:
Small Business:
Chief Procurement Officer:
Chief Financial Officer:
General Counsel:
Deputy CEO:
President & CEO:
5/78
SUMMARY OF PROCUREMENT
PROJECT NAME:
RFQ NO.:
PURPOSE: This procurement will provide for the award of a contract for general planning consultant (GPC) services on an as-needed basis.
CONTRACTOR(S) NAME AND ADDRESS:
WSP USA, Inc. 16200 Park Row, # 200 Houston, Texas 77084
HDR Engineering, Inc. 4828 Loop Central Drive, Suite 800 Houston, Texas 77081
CONTRACT VALUE: Not-to-Exceed $12,000,000 (or $6,000,000 per Contractor)
TYPE OF CONTRACT: Fixed Firm Hourly Rate
PERFORMANCE PERIOD: Three (3) years
SMALL BUSINESS PARTICIPATION:
METRO established a 35% Small Business goal. The Contractors have committed to Small Business participation as follows: • WSP USA, Inc. 37% • HDR Engineering, Inc. 38%
WSP USA, Inc. has committed to satisfy its Small Business participation by subcontracting with the following SBE/DBE firms:
Prime Contractor: WSP USA, Inc.
SBE/DBE Subcontractors Type of Work %
AmaTerra Environmental, Inc. Environmental consulting, biology, water of the U.S., wetlands, threatened and endangered species, archaeology, historic structures, GIS
2.0%
Asakura Robinson Company, LLC Urban design 2.0%
C J Hensch & Associates, Inc. Traffic counts 1.0%
Community Awareness Services, Inc. Public involvement support 1.0%
Connetics Transportation Group, Inc.. Transit operations planning, operating and maintenance cost estimates, scheduling, travel demand forecasting
1.0%
Cox/McLain Environmental Consulting Inc. Environmental services 1.0%
Cross-Spectrum Acoustics, Inc. Noise and vibration control consulting services 1.0%
Gunda Corporation, LLC Planning, conceptual engineering and traffic analysis services 4.0%
Hollaway Environmental + Communications Services, Inc. Community Outreach 1.0%
IDCUS, Inc. Conceptual engineering 5.0%
Langrand and Company, LLC Marketing/Communications, public involvement 5.0%
General Planning Consultant Services
4021000088
6/78
Summary of Procurement - Page 2 RFQ No. 4021000088
LS Gallegos & Associates, Inc. Project management oversight consulting/FTA guidance 1.0%
Marine Tiger Technologies Corporation Asset management 1.0%
Midtown Engineers, LLC Utility engineering, utility coordination, subsurface utility engineering (SUE), BRT segment 2.0%
Traffic Engineers, Inc. Transit planning 7.0%
Transcend Engineers & Planners, LLC Transit service planning, ridership forecasting, GIS analysis and mapping 1.0%
Associates UltraBarrio, LLC Urban design and planning services 1.0%
Total SBE/DBE Participation 37%
HDR Engineering, Inc. has committed to satisfy its Small Business participation by subcontracting with the following SBE/DBE firms:
Prime Contractor: HDR Engineering, Inc.
SBE/DBE Subcontractors Type of Work % Alliance-Texas Engineering Co. (dba Alliance Transportation Group, Inc) Safety and traffic 1.0%
AmaTerra Environmental, Inc Environmental support, historic studies, NEPA support, hazardous materials, archeology 1.0%
Asakura Robinson Company, LLC Bicycle and pedestrian planning, general planning support, urban design/station planning 1.0%
Bowman Engineering & Consulting, Inc. General planning support, corridor/long-range planning 2.0%
Cross-Spectrum Acoustics Inc. Noise and vibration 1.0%
Gauge Engineering, LLC Bicycle and pedestrian planning, complete streets, engineering support 2.0%
Hollaway Environmental + Communications Services, Inc.
Environmental support, strategic communications, community outreach 1,5%
Knudson, LP General planning support, GIS 2.0%
Langrand and Company, LLC Strategic communications, community outreach 1.0%
Midtown Engineers, LLC Engineering manager, estimating, universal accessibility, signals and traffic operations 5.0%
OMEGA Engineers, Inc. Engineering support 5.0%
Roberta F. Burroughs & Associates General planning support 1.0%
The Goodman Corporation Alternative funding, financial strategy 3.0%
Traffic Engineers, Inc.
Service and operation planning management, corridor/long-range planning, traffic, complete streets, engineering support, managed lanes/tolling, bicycle and pedestrian planning, interagency coordination, federal programs/FTA
7.0%
Transcend Engineers & Planners, LLC GIS, signals and traffic operations, bus rapid transit operations, bus rapid transit strategies, activity-based modeling
2.5%
Transportation Management & Design, Inc. Scheduling, fare planning, fare analysis, service planning, scheduling 2.0%
Total SBE/DBE Participation 38%
7/78
Summary of Procurement - Page 3 RFQ No. 4021000088
ADVERTISEMENT: The solicitation was advertised in The Houston Chronicle on February 7, 2021 and February 14, 2021 as well as on the METRO Procurement website for the solicitation period listed below.
SOLICITATION INFORMATION:
The RFQ was solicited for the period of February 11, 2021 - March 19, 2021.
COMPETITIVE: Yes—see Evaluation Summary attached.
SOLICITATION EVALUATION:
METRO received a Statement of Qualifications (SOQ) submission from the following three (3) firms:
1. WSP USA, Inc.2. HDR Engineering, Inc.3. Turner & Townsend, Inc.
The First Level of Evaluation was to determine the responsiveness of the SOQs and the responsibility of the firms. All firms were determined to be responsive.
The Second Level of Evaluation, as required in the METRO Procurement Manual and performed by the Technical Evaluation Committee (TEC), was to evaluate and score the firms’ SOQs in accordance with the evaluation criteria established in the RFQ. This level of evaluation level resulted in the following ranking (highest to lowest):
1. WSP USA, Inc.2. HDR Engineering, Inc.3. Turner & Townsend, Inc.
The Third Level of Evaluation was to determine a competitive range. Based on the evaluation scores, the competitive range consisted of the following firms (highest to lowest):
1. WSP USA, Inc.2. HDR Engineering, Inc.
FINANCIAL EVALUATION:
FUNDING:
RECOMMENDATION:
After careful consideration of all information provided during this and preceding levels of evaluation, the TEC provided a recommendation to award both WSP USA, Inc. and HDR Engineering, Inc. on the basis of being the highest qualified firms.
WSP USA, Inc. and HDR Engineering, Inc are financially capable of meeting the requirements of this project.
100% Local
It is recommended that the President & CEO be authorized to negotiate and execute a contract with WSP USA, Inc. and HDR Engineering, Inc. for GPC services.
8/78
Summary of Procurement - Page 4
RFQ No. 4021000088 SENIOR CONTRACTS ADMINISTRATOR DATE PROJECT MANAGER DATE DIRECTOR SMALL BUSINESS COMPLIANCE DATE PROCUREMENT MANAGER OR DIRECTOR DATE
Edmund Petry
04/22/2021
04/22/2021
Otis Johnson 04/21/2021
Achilles Patrick 04/21/2021
9/78
Summary of Procurement - Page 5
RFQ No. 4021000088
EVALUATION OVERVIEW
RFQ No. 4021000088 GENERAL PLANNING CONSULTANT SERVICES
Proposer Firm/Individual Name Technical Average Scores
Technical Ranking
Small Business Scores
Technical + Small
Business Scores
Final Evaluation Ranking
WSP USA 84 1 5 89 1 HDR 84 2 5 89 2 Turner & Townsend Inc 51 3 5 56 3
10/78
REQUEST FOR BOARD ACTION Page | 1
THIS IS A CONTROLLED DOCUMENT / VERIFY VERSION LEVEL PRIOR TO USE Form #: EXO-FOR-007
Current Version: 7.0
Effective as of: 08/11/2020 Current Version Due for Review on: 09/01/2021
AGENDA MONTH AND YEAR: June 2021
PROJECT NAME: IH-10 Inner Katy Corridor Bus Rapid Transit Engineering Consultant Services – Contract
Modification
FROM: Planning, Engineering & Construction – William M. Phillips, P.E.
I. RECOMMENDATION:
Request Board authorization for the President & CEO to execute a contract modification with Entech Civil
Engineers, Inc. to provide conceptual engineering services for the IH-10 Inner Katy Corridor Bus Rapid Transit
(BRT) project for a firm-fixed price of $10,393,426.98.
II. DATE AND IDENTIFICATION OF PRIOR BRIEFING OR AUTHORIZING ACTION [If applicable]:
November 11, 2020: Board Resolution 2020-141
III. MAXIMUM CONTRACT AMOUNT
Includes base contract value and owner-controlled contingencies, if applicable: $ 10,393,426.98
IV. BUDGET DETAILS:
V. BUDGET NOTES [Funding for future periods (if any) will be included in future budget submissions]:
Included in the FY2021 Capital Budget
VI. SPECIFIC EXPLANATION:
METRO’s voter approved METRONext Plan calls for the construction of a Bus Rapid Transit System (BRT) along
the Inner Katy corridor. The IH-10 Inner Katy Bus Rapid Transit (BRT) project proposes a High Capacity Transit
improvement from IH 610 (West Loop) to Downtown Houston. This dedicated busway, which is envisioned to be
grade-separated for a certain portion would be utilized by multiple transit modes – specifically a BRT route
providing a fast, reliable one-seat ride connecting Uptown/Galleria and Downtown; Regional Express Network
(Park & Ride) routes from IH-10, and US 290 to Downtown, and connecting the High Speed Rail (HSR) terminus
to various regional employment centers.
Budgeted
Source
Dept.
Name
Grant
Funding
Y/N
Previous FY
Expenditures
Budgeted
FY2021 FY2022 Out Years
Total Budgeted #
months: 0
Budgeted #
months: 3
Budgeted #
months: 12
Budgeted #
months: 0
Operating $ 0.00
Capital PEC N $ 0.00 $ 1,848,356.98 $ 8,545,070.00 $ 0.00 $ 10,393,426.98
General
Mobility
$ 0.00
Debt
Service
$ 0.00
Total $ 0.00 $ 1,848,356.98 $ 8,545,070.00 $ 0.00 $ 10,393,426.98
11/78
REQUEST FOR BOARD ACTION Page | 2
THIS IS A CONTROLLED DOCUMENT / VERIFY VERSION LEVEL PRIOR TO USE Form #: EXO-FOR-007
Current Version: 7.0
Effective as of: 08/11/2020 Current Version Due for Review on: 09/01/2021
The Inner Katy BRT project has also been recognized as a regionally significant project by the Transportation
Policy Council (TPC) and is funded via the Houston-Galveston Area Council’s Transportation Improvement Project
(TIP) program.
In order to develop this project, METRO will need to closely coordinate with TxDOT. METRO will require BRT
and HOV engineering expertise along with services such as FHWA NEPA experience, operations and service
planning and coordination. The Engineering consultant will work alongside the General Planning Consultant to
develop Conceptual Engineering design services and provide initial preliminary Engineering services for this
project.
VII. SMALL BUSINESS PARTICIPATION [To be completed by Small Business]:
The Prime Contractor, Entech Civil Engineers, Inc., is a (SBE/DBE) firm and has committed 68% small business
participation (self-performing 40% and subcontracting 28% to certified small business).
REQUIRED SIGNATURES
Department Head / Executive Vice President:
Small Business:
Chief Procurement Officer:
Chief Financial Officer:
General Counsel:
Deputy CEO:
President & CEO:
12/78
Rev. 12-20-19
SUMMARY OF PROCUREMENT
MODIFICATION NO. 001
PROJECT NAME:
CONTRACT NO.:
PURPOSE: This contract provides IH-10 Inner Katy Bus Rapid Transit engineering consultant services on an as-needed basis.
CONTRACTOR Entech Civil Engineers, Inc. 15021 Katy Freeway, Ste. 500 Houston, Texas 77094
CONTRACT VALUE: Current Contract Not-To-Exceed Amount: $ 1,000,000.00 Total Amount of Previous Modifications: $ 0.00 Total Amount of This Modification: $ 9,393,426.98 New Contract Not-To-Exceed Amount: $10,393,426.98
TYPE OF CONTRACT: Firm Fixed Price
PERFORMANCE PERIOD: Three (3) Years
SMALL BUSINESS PARTICIPATION:
Entech Civil Engineers, Inc. committed to 68% Small Business participation.
BACKGROUND: On November 19, 2020, the METRO Board of Directors approved a contract to be negotiated and awarded to Entech Civil Engineers, Inc. for the purpose stated above for a Limited Notice-to-Proceed (LNTP) not-to-exceed $1,000,000, effective February 26, 2021, and a maximum Contract Amount to be determined and subject to Board approval—reference METRO Board Resolution No. 2020-141. The current LNTP is for conceptual/preliminary engineering services and excludes Contractor’s subcontractors whose rates were not negotiated and approved at the time the LNTP became effective.
All subcontractors’ rates have now been negotiated and approved by METRO, and additional funds are needed to continue conceptual/preliminary engineering services.
In accordance with the terms and conditions of the Contract, Modification No. 001 serves to (a) convert the LNTP to Work Authorization No. 001 and increase the Contract Amount to an amount not to exceed $10,393,426.98, and (b) include the remaining subcontractors’ negotiated and approved rates.
The $10,393,426.98 includes the following: • $1,000,000.00 LNTP (previously authorized)• $6,073,803.35 Conceptual engineering in support of planning (Work Authorization No. 001)• $1,319,623.63 Owner-controlled contingency• $2,000,000.00 Limited Notice-To-Proceed for Work Authorization No. 002
FUNDING: 100% Federal
RECOMMENDATION: It is recommended that Modification No. 001 to Contract No. 7021000083 be approved.
IH-10 Inner Katy Bus Rapid Transit Engineering Consultant Services
7021000083
13/78
Summary of Procurement Contract No. 7021000083 - Mod 001 Page 2
MANAGER, CONTRACTS DATE PROJECT MANAGER DATE DIRECTOR SMALL BUSINESS COMPLIANCE DATE PROCUREMENT MANAGER/DIRECTOR DATE
06/08/2021
William M. Phillips 06/08/2021
Otis Johnson 05/18/2021
Achilles Patrick 05/18/2021
14/78
RESOLUTION 2020 - 141
A RESOLUTION
AUTHORIZING THE PRESIDENT & CEO TO NEGOTIATE AND EXECUTE A CONTRACT WITH
ENTECH CIVIL ENGINEERS, INC. FOR CONCEPTUAL/PRELIMINARY ENGINEERINGSERVICES FOR THE INTERSTATE HIGHWAY-10 KATY CORRIDOR BUS RAPID TRANSIT
PROJECT, AND TO EXECUTE A LIMITED NOTICE-TO-PROCEED, AND MAKING FINDINGSAND PROVISIONS RELATED TO THE FOREGOING SUBJECT
WHEREAS, the Metropolitan Transit Authority of Harris County, Texas ("METRO") requires
conceptual/preliminary engineering services to support an environmental clearance process for Phase 1 of
the METRONext project to construct a Bus Rapid Transit system along the Interstate Highway-10 Inner
Katy Corridor; and
WHEREAS, METRO issued a Request for Qualifications for such conceptual/preliminary
engineering services and Entech Civil Engineers, Inc. was determined by an evaluation committee to be the
most highly qualified firm based on the evaluation criteria; and
WHEREAS, management recommends that METRO enter into a three (3) year contract with
Entech Civil Engineers, Inc. to provide these conceptual/preliminary engineering services for the
construction of a Bus Rapid Transit system along the Interstate Highway-10 Inner Katy Corridor, the
maximum contract amount ofwhich will be subject to Board approval, and to execute a Limited Notice-to-
Proceed for a cost not-to-exceed $1,000,000.
NOW, THEREFORE, BE IT RESOLVED THAT:
Section 1. The METRO Board of Directors hereby authorizes the President & CEO to negotiate
and execute a three (3) year contract with Entech Civil Engineers, Inc. to provide conceptual/preliminary
engineering services for the construction of a Bus Rapid Transit system along the Interstate Highway-10
Inner Katy Corridor, the maximum contract amount of which will be subject to Board approval, and to
execute a Limited Notice-to-Proceed for a cost not-to-exceed $1,000,000.
Section 2. This Resolution is effective immediately upon passage.
Page 1 of 2
15/78
I hereby certify that the above resolution isaccurate in describing the action herein of theBoard of Directors on the date below.
Executive Vice President & General Counsel
PASSED this 19th day ofNovember, 2020APPROVED this 19th day of November, 2020
ATTEST:
i
geda PerryAssistant Secretary
C.#AALL, -3:FFLARLCarrin F. Patman
Chair
Page 2 0 f 2
Ov/onittair
16/78
REQUEST FOR BOARD ACTION Page | 1
THIS IS A CONTROLLED DOCUMENT / VERIFY VERSION LEVEL PRIOR TO USE Form #: EXO-FOR-007
Current Version: 7.0 Effective as of: 08/11/2020
Current Version Due for Review on: 09/01/2021
AGENDA MONTH AND YEAR: June 2021
PROJECT NAME: Design of the Northline Transit Center Parking Garage
FROM: Planning, Engineering & Construction – Mustaque Rumi, P.E.
I. RECOMMENDATION:
Request Board authorization for the President & CEO to execute a contract with Arup Texas, Inc. for the design of
the Northline Transit Center. Contract amount not to exceed $3,943,345.00.
II. DATE AND IDENTIFICATION OF PRIOR BRIEFING OR AUTHORIZING ACTION [If applicable]:
N/A
III. MAXIMUM CONTRACT AMOUNT
Includes base contract value and owner-controlled contingencies, if applicable: $ 3,943,345.00
IV. BUDGET DETAILS:
Budgeted
Source
Dept.
Name
Grant
Funding
Y/N
Previous FY Expenditures
Budgeted FY2021
FY2022 Out Years Total
Budgeted # months: 0
Budgeted # months: 3
Budgeted # months: 12
Budgeted # months: 0
Operating $ 0.00
Capital PEC Y $ 0.00 $ 300,000.00 $ 3,643,345.00 $ 0.00 $ 3,943,345.00
General Mobility
$ 0.00
Debt Service
$ 0.00
Total $ 0.00 $ 300,000.00 $ 3,643,345.00 $ 0.00 $ 3,943,345.00
V. BUDGET NOTES [Funding for future periods (if any) will be included in future budget submissions]:
Included in the FY2021 Capital Budget
VI. SPECIFIC EXPLANATION:
The Northline Transit Center/HCC Station is the last terminus located along METRO’s North Corridor Light Rail
Transit Line near the Northline Commons Shopping Center (formerly Northline Mall). The lease for the existing
Northline Transit Center is set to expire soon, and in order to meet the demand of METRO customers and provide
adequate parking, it has become imperative to explore opportunities for a new transit center with parking.
The existing facility serves seven (7) bus routes. The proposed Northline Transit Center would replace the existing
transit center, which accommodates transfers for local bus service, and allows for seamless connections to other
parts of METRO’s service area and beyond.
The proposed Northline Tranist Center is aimed to improve the customer experience of those who rely on public transit as their primary means of transportation. The scope for the facility will include universal accessibility and
17/78
REQUEST FOR BOARD ACTION Page | 2
THIS IS A CONTROLLED DOCUMENT / VERIFY VERSION LEVEL PRIOR TO USE Form #: EXO-FOR-007
Current Version: 7.0 Effective as of: 08/11/2020
Current Version Due for Review on: 09/01/2021
urban design elements to improve the customer experience.
VII. SMALL BUSINESS PARTICIPATION [To be completed by Small Business]:
The Prime Contractor, Arup Texas, Inc. has committed 58% small business participation.
REQUIRED SIGNATURES
Department Head / Executive Vice President: Small Business:
Chief Procurement Officer: Chief Financial Officer:
General Counsel: Deputy CEO:
President & CEO:
18/78
SUMMARY OF PROCUREMENT
PROJECT NAME: RFQ No.:
PURPOSE:
This procurement will provide for the award of a contract for the Design of Northline Transit Center Parking Garage
CONTRACTOR:
Arup Texas, Inc. (Arup) 10370 Richmond Ave, Suite 475 Houston, TX 77042
CONTRACT VALUE:
$3,943,345.00
TYPE OF CONTRACT:
Fixed Firm Price
PERFORMANCE PERIOD:
Twelve (12) calendar months for the Design of the NLTC, however, the contract will remain active through completion of the construction phase of the project.
SMALL BUSINESS PARTICIPATION:
METRO established a 35% Small Business goal. Arup committed 58% Small Business participation by subcontracting to the following METRO certified subcontractors:
PRIME: Arup Texas, Inc.
Subcontractor(s) Type of Work %
Gunda Corporation Civil Engineer, Traffic Engineering, SC&C, Cost Estimating
30%
Smith & Company Architecture 19%
Asakura Robinson Company, LLC Landscape Architecture 2%
HVJ Associates, Inc. Geotechnical Engineering, 3%
RODS Surveying, Inc Surveying 4%
Total SBE/DBE Participation 58%
ADVERTISEMENT: This solicitation was advertised in the Houston Chronicle on November 24 and
December 1, 2019.
SOLICITATION INFORMATION:
The RFQ was issued on November 25, 2019 and submittals were received on January 9, 2020.
COMPETITIVE:
Yes
SOLICITATION EVALUATION:
METRO received SOQ’s from nine (9) firms in response to this RFQ. The responders were: Arup
Associated Testing Labs
Autoarch Architects
Bovay Engineers
Dannenbaum Engineering
Huitt-Zollars IESC Midtown Engineers Powers Brown
Design of Northline Transit Center Parking Garage
40200000032
19/78
Summary of Procurement Design of Northline Transit Center Garage Page 2
The First Level of Evaluation was to determine the responsiveness of the SOQs and the responsibility of the firms. All firm’s submittals were found to be responsive. The Second Level of Evaluation, as required in the METRO Procurement Manual, was to assess the level of responsibility of the responsive proposers. All responsive proposers were deemed responsible. The Third Level of Evaluation was for a METRO Technical Evaluation Committee (TEC) to evaluate and score the SOQs in accordance with the stated evaluation and determined competitive range. The following firms’ scores were deemed to be within the competitive range: Arup Autoarch Huitt-Zollars Midtown Engineers
ORAL PRESENTATIONS:
Oral interview presentations were held with the firms on June 17, 2020. After listening to the presentations, the consensus of the TEC is that Arup is the Most Qualified firm to design the Northline Transit Center Parking Garage. Arup’s team is diverse and their responses showed significant thought given to the project. Their responses were considered to be clearly better and set them apart from the other teams.
FINANCIAL EVALUATION: FUNDING:
Arup was deemed financially capable of meeting the requirements of this project.
Local & Federal funding will be utilized.
RECOMMENDATION:
Based on the preceding information, it is recommended that the President & CEO be authorized to negotiate a contract with Arup Texas, Inc. for the Design of Northline Transit Center Parking Garage.
20/78
Summary of Procurement Design of Northline Transit Center Garage Page 3
DIRECTOR OF CONTRACTS DATE PROJECT MANAGER DATE DIRECTOR SMALL BUSINESS COMPLIANCE DATE DEPUTY CHIEF OF PROCUREMENT DATE
Achilles Patrick
Mustaque Rumi
Otis Johnson
Karen Hudson
06/04/2021
06/04/2021
06/04/2021
06/04/2021
21/78
REQUEST FOR BOARD ACTION Page | 1
THIS IS A CONTROLLED DOCUMENT / VERIFY VERSION LEVEL PRIOR TO USE Form #: EXO-FOR-007
Current Version: 7.0
Effective as of: 08/11/2020 Current Version Due for Review on: 09/01/2021
AGENDA MONTH AND YEAR: June 2021
PROJECT NAME: University Bus Rapid Transit (BRT) General Engineering Consultant (GEC)
FROM: Planning, Engineering & Construction – Bridgette Towns, P.E.
I. RECOMMENDATION:
Request Board authorization for the President & CEO to negotiate and execute a contract with AECOM Technical
Services Inc. for a General Engineering Consultant Support Services contract for the University Bus Rapid Transit
(BRT) Project and execute a limited notice to proceed for $1,000,000.
II. DATE AND IDENTIFICATION OF PRIOR BRIEFING OR AUTHORIZING ACTION [If applicable]:
November 11, 2020: Capital & Strategic Planning Committee – Concurrence for Solicitation of RFQ
III. MAXIMUM CONTRACT AMOUNT
Includes base contract value and owner-controlled contingencies, if applicable: $ TBD
IV. BUDGET DETAILS:
V. BUDGET NOTES [Funding for future periods (if any) will be included in future budget submissions]:
Included in the FY2021 Operating Budget
VI. SPECIFIC EXPLANATION:
METRO’s voter approved METRONext Plan calls for the construction of a BRT along the University corridor. The
proposed project is in the Westpark, Richmond, and Lockwood corridors from the Westchase Park & Ride to the
Tidwell Transit Center. It connects to the Wheeler Transit Center, running east to the University of Houston/Texas
Southern University (UH/TSU) area. East of UH/TSU, the line runs in the north-south Lockwood corridor,
terminating at the Tidwell Transit Center. The alignment will be center-running in semi-exclusive lanes, along with
nearly four miles of elevated structure over Buffalo and Hunting bayous, Beltway-8, and several major streets.
The BRT line connects with the METRORail Red, Purple and Green Lines and nearly all of METRO’s major north-
south routes west of Main Street. It also connects with the proposed METRORapid West Houston Corridor line, the
METRORapid Uptown Corridor line extension, Westheimer Signature Bus Service, and several BOOST routes. A
Budgeted
Source
Dept.
Name
Grant
Funding
Y/N
Previous FY
Expenditures
Budgeted
FY2021 FY2022 Out Years
Total Budgeted #
months: 0
Budgeted #
months: 2
Budgeted #
months: 3
Budgeted #
months: 0
Operating PEC Y $250K $750K $1,000,000
Capital
General
Mobility
$ 0.00
Debt
Service
$ 0.00
Total $ 0.00 $250K $750K $1,000,000
22/78
REQUEST FOR BOARD ACTION Page | 2
THIS IS A CONTROLLED DOCUMENT / VERIFY VERSION LEVEL PRIOR TO USE Form #: EXO-FOR-007
Current Version: 7.0
Effective as of: 08/11/2020 Current Version Due for Review on: 09/01/2021
major portion of the alignment generally follows the same alignment of the previously proposed University Line
light rail project. The BRT line will interface with the METRORapid Silver Line to allow interlined service in the
future. It will serve the Greater Third Ward, Eastwood, Second Ward, and Fifth Ward neighborhoods via
Lockwood Drive.
METRO is requesting engineering services to assist the agency with entering the University Corridor into project
development and performing preliminary engineering on the University Corridor.
VII. SMALL BUSINESS PARTICIPATION [To be completed by Small Business]:
The Prime Contractor, AECOM, Technical Services, Inc., has committed 37.1% small business participation.
REQUIRED SIGNATURES
Department Head / Executive Vice President:
Small Business:
Chief Procurement Officer:
Chief Financial Officer:
General Counsel:
Deputy CEO:
President & CEO:
23/78
Rev. 12-20-19
SUMMARY OF PROCUREMENT
PROJECT NAME: RFQ NO.:
PURPOSE:
This procurement will provide for the award of a contract for University BRT general engineering consultant services.
CONTRACTOR Name and Address:
AECOM Technical Services, Inc. 19219 Katy Freeway, Suite 100 Houston, TX 77094
CONTRACT VALUE:
Limited Notice to Proceed (LNTP) $1,000,000.00
TYPE OF CONTRACT:
Firm Fixed Hourly Rate
PERFORMANCE PERIOD:
Five years
SMALL BUSINESS PARTICIPATION:
METRO established a 35% Small Business goal. The Prime Contractor, AECOM Technical Services, Inc., has committed to 37.1% Small Business participation by utilizing the following certified small businesses:
PRIME: AECOM Technical Services, Inc.
Subcontractor(s) Type of Work %
Armand Consulting, Inc. Safety & Security/Cost Estimating 2.5%
Aviles Engineering Corporation
Geotechnical 1%
Bowman Engineering Consulting, Inc.
Civil Engineering 5%
CivilCorp, LLC ROW/Survey/Utilities/Structural 12.5%
CJ Hensch & Associates, Inc.
Traffic Counts .1%
Gauge Engineering H&H/Drainage/Roadway Design 7%
Geotest Engineering, Inc. Geotechnical 1%
Rey de la Reza Architects (dba RDLR Architects)
Station Design & Architecture/Universal Accessibility 3%
Strong Strategies Public Involvement 1%
Traffic Engineers, Inc. (TEI) Traffic/Forecasting/Modeling/Bike & Pedestrian Design 4%
Total SBE/DBE Participation 37.1
ADVERTISEMENT:
The solicitation was advertised in The Houston Chronicle on January 24, 2021 and January 31, 2021 as well as on the METRO Procurement website and the Bonfire portal for the solicitation period listed below.
SOLICITATION INFORMATION:
The RFQ was solicited for the period of January 25, 2021 – March 23, 2021.
COMPETITIVE: Yes – See Evaluation Summary attached
University BRT General Engineering Consultant Services
4021000040
24/78
Summary of Procurement Page 2
RFQ No.
4021000040
SOLICITATION EVALUATION:
METRO received the following eight (8) Statement of Qualifications (SOQs) in response to this RFQ:
AECOM TECHNICAL SERVICES
DANNENBAUM ENGINEERING
GUNDA CORPORATION
HENECO ENGINEERING 7 CONSULTING
JACOBS ENGINEERING GROUP INC.
OMEGA ENGINEERS, INC.
STV INCORPORATED
WSP USA INC. The First Level of Evaluation was to determine if the responsiveness of the SOQs submitted by the proposers. The following firm was deemed non-responsive based on small business requirements.
OMEGA ENGINEERS, INC.
The Second Level of Evaluation, as required in the METRO Procurement Manual, was to assess the level of responsibility of the responsive proposers. All firms were deemed responsible.
AECOM TECHNICAL SERVICES
DANNENBAUM ENGINEERING
GUNDA CORPORATION
HENECO ENGINEERING 7 CONSULTING
JACOBS ENGINEERING GROUP INC.
STV INCORPORATED
WSP USA INC. The Third Level of Evaluation was to evaluate and score the responsive/responsible SOQs in accordance with the evaluation criteria established in the RFQ and to determine a competitive range. The competitive range consisted of the following firms.
AECOM TECHNICAL SERVICES
DANNENBAUM ENGINEERING
JACOBS ENGINEERING GROUP INC.
WSP USA INC.
TECHNICAL EVALUATION:
The Evaluation committee deemed the above-listed firms to have best satisfied all technical requirements of the RFQ as detailed in the solicitation. The proposers’ technical and Small Business scores were compiled and tallied, resulting in the following ranking (highest to lowest):
1. AECOM TECHNICAL SERVICES 2. WSP USA INC. 3. DANNENBAUM ENGINEERING 3. JACOBS ENGINEERING GROUP INC.
ORAL PRESENTATIONS:
The Fourth Level of Evaluation was for the TEC to receive oral presentations from the competitive range firms. Oral presentations were conducted June 9, 2021 and
25/78
Summary of Procurement Page 3
RFQ No.
4021000040
June 11, 2021. This level of the evaluation resulted in the following ranking (highest to lowest)
1. AECOM Technical Services 2. Jacobs Engineering Group Inc. 3. WSP USA Inc. 4. Dannenbaum Engineering After consideration of all information provided during this and the preceding levels of evaluation, the TEC provided recommendation of an award to AECOM Technical Services, Inc. as the most technically qualified firm.
FINANCIAL EVALUATION:
AECOM is financially capable of meeting the requirements of this project.
FUNDING:
Local and Federal
RECOMMENDATION:
Based on the preceding information, it is recommended that the President & CEO be authorized to negotiate and execute a contract with AECOM Technical Services for this procurement.
26/78
Summary of Procurement Page 4
RFQ No.
4021000040
SUPERVISOR, CONTRACT SPECIALIST DATE PROJECT MANAGER DATE DIRECTOR SMALL BUSINESS COMPLIANCE DATE CONTRACT MANAGER DATE
Valencia Eaton
Bridgette Towns
Otis Johnson
LaChandra Wilson
06/11/2021
06/11/2021
06/11/2021
06/11/221
27/78
Proposer Firm
Name
Technical
Average
Scores Ranking
Small
Business
Scores
Technical &
Small
Business
Scores Ranking
Price
Scores
Pre-Oral
Technical, Small
Business, Price
Scores
Pre-Oral
Evaluation
Ranking
Post-Oral
Technical &
Small Business
Scores
Post-Oral
Evaluation
Ranking
AECOM 87 1 5 92 1 N/A 92 1 92 1
WSP 78 2 5 83 2 N/A 83 2 80 3
DANNENBAUM 76 3 5 81 3 N/A 81 3 78 4
JACOBS 76 3 5 81 3 N/A 81 3 81 2
STV 69 4 4 73 4 N/A 73 4 73 5
GUNDA 67 5 5 72 5 N/A 72 5 72 6
HENECO 32 6 4 36 6 N/A 36 6 36 7
RFQ 4021000040
TECHNICAL, SMALL BUSINESS AND PRICE SCORING
Solicitation Description: University BRT Corridor Engineering Consultant Services
28/78
REQUEST FOR BOARD ACTION Page | 1
THIS IS A CONTROLLED DOCUMENT / VERIFY VERSION LEVEL PRIOR TO USE Form #: EXO-FOR-007
Current Version: 7.0
Effective as of: 08/11/2020 Current Version Due for Review on: 09/01/2021
AGENDA MONTH AND YEAR: June 2021
PROJECT NAME: BOOST – 82 Westheimer Design Services Contract
FROM: Planning, Engineering & Construction – Timothy Mills, P.E.
I. RECOMMENDATION:
Request Board authorization for the President & CEO to negotiate a contract with Brown & Gay Engineers, Inc. for
an Architectural/Engineering Services contract for the design of the BOOST – 82 Westheimer Project.
II. DATE AND IDENTIFICATION OF PRIOR BRIEFING OR AUTHORIZING ACTION [If applicable]:
January 20, 2021 - Capital & Strategic Planning Committee – Concurrence for Solicitation of RFQ
III. MAXIMUM CONTRACT AMOUNT
Includes base contract value and owner-controlled contingencies, if applicable: $ N/A
IV. BUDGET DETAILS:
V. BUDGET NOTES [Funding for future periods (if any) will be included in future budget submissions]:
Included in the future year Capital Budgets
VI. SPECIFIC EXPLANATION:
Improvements to the 19-mile 82 Westheimer BOOST corridor, from the Downtown Transit Center to SH6/West
Oaks Mall, will consist of capital and service improvements, which will provide existing and future customers with
A Better Walk, A Better Stop, and A Better Ride to make this corridor safer, more accessible, and more comfortable
and offer faster and more reliable service. The scope includes improved sidewalks along the corridor and
connecting routes’ bus stops, ADA ramps, safe street pedestrian crossings, and other first- and last-mile connections
to key destinations made through sidewalks and bikeways along the corridor, enhanced bus stops with near-level
boarding all-door access, new bus shelters with lighting and seating, bus stop markers with digital real-time bus
arrival information and maps, place-making bus stop enhancements including bike parking and bike repair stations,
transit signal priority (TSP), minor road pavement repairs, end of trip facilities, such as operator’s restrooms and
layover area in Downtown and an end-of-line West Oaks Transit Center (TC) .
Budgeted
Source
Dept.
Name
Grant
Funding
Y/N
Previous FY
Expenditures
Budgeted
FY2021 FY2022 Out Years
Total Budgeted #
months: 0
Budgeted #
months: 0
Budgeted #
months: 0
Budgeted #
months: 0
Operating $ 0.00
Capital PEC N $ 0.00 TBD TBD $ 0.00 TBD
General
Mobility
$ 0.00
Debt
Service
$ 0.00
Total $ 0.00 TBD TBD $ 0.00 TBD
29/78
REQUEST FOR BOARD ACTION Page | 2
THIS IS A CONTROLLED DOCUMENT / VERIFY VERSION LEVEL PRIOR TO USE Form #: EXO-FOR-007
Current Version: 7.0
Effective as of: 08/11/2020 Current Version Due for Review on: 09/01/2021
VII. SMALL BUSINESS PARTICIPATION [To be completed by Small Business]:
The Prime Contractor, Brown & Gay Engineers, Inc., has committed 47% Small Business participation.
REQUIRED SIGNATURES
Department Head / Executive Vice President:
Small Business:
Chief Procurement Officer:
Chief Financial Officer:
General Counsel:
Deputy CEO:
President & CEO:
30/78
Rev. 12-20-19
SUMMARY OF PROCUREMENT
PROJECT NAME: RFQ NO.:
PURPOSE:
This procurement will provide for the award of a contract for Architectural Engineering Services for the BOOST 82 Westheimer Corridor.
CONTRACTOR Name and Address:
BGE, Inc. 10777 Westheimer Suite 400 Houston, TX 77042
CONTRACT VALUE:
TBD
TYPE OF CONTRACT:
Lump Sum
PERFORMANCE PERIOD:
Eighteen (18) calendar months for A/E and design, however, the contract will remain active through completion of the construction phase of the project.
SMALL BUSINESS PARTICIPATION:
METRO established a 35% Small Business goal.
BGE, Inc, has committed to 47% Small Business participation of the contract and will subcontract 47% to the following certified firms:
PRIME: BGE, Inc
Subcontractor(s) Type of Work
Gunda Corporation, LLC Civil Design 15%
HVJ Associates, Inc. Geotechnical & Environmental Engineering 2%
InfraTECH Engineers & Innovators Civil Design & Safety 15%
Traffic Engineers, Inc Corridor Analysis, Signing and Pavement Making 15%
Total SBE/DBE Participation 47%
ADVERTISEMENT:
Sunday, February 28th, and Sunday March 7th, 2021, in the Houston Chronicle
SOLICITATION INFORMATION:
The RFQ was solicited for the period of March 1st, 2021 to March 21st, 2021.
COMPETITIVE:
Yes – See Technical & Small Business Scoring Overview on page 4.
SOLICITATION EVALUATION:
METRO received ten (15) Statement of Qualifications (SOQs) in response to this RFQ from the following firms: -BGE Inc -EJES Incorporated -LAN, Inc -CDM Smith, Inc -Halff Associates, Inc -Midtown Eng, LLC
-CivilTech Engineering, Inc -InfraTECH -OTHAN, Inc -CONSOR Engineers -JonesCarter -PGAL -EHRA Inc -Kimley-Horn & Assoc. -Zarinkelk Engineering
BOOST 82 Westheimer Design Services Contract
4021000099
31/78
Summary of Procurement Page 2
RFQ No.
4021000099
The First Level of Evaluation was to determine if the responsiveness of the SOQs submitted by the proposers. All proposers were determined to be responsive to satisfy the Small Business requirements.
The Second Level of Evaluation, as required in the METRO Procurement Manual, was to assess the level of responsibility of the responsive proposers. All responsive proposers were deemed responsible. The Third Level of Evaluation was to evaluate and score the responsive/responsible SOQs in accordance with the evaluation criteria established in the RFQ and to determine a competitive range. BGE Inc, Halff Associates Inc, CDM Smith Inc, and Midtown Engineers LLC were determined as comprising the competitive range.
TECHNICAL EVALUATION:
The Technical Evaluation Committee (TEC) deemed the above-listed firms to have best satisfied all technical requirements of the RFQ as detailed in the solicitation. The proposers’ technical and Small Business scores were compiled and tallied, resulting in the following ranking (highest to lowest): 1. BGE Inc 2. Halff Associates Inc 3. CDM Smith Inc 4. Midtown Engineers LLC
ORAL PRESENTATIONS: The TEC agreed that holding oral presentations with the four leading firms would enable the members to determine which consultant to recommend for contract award. The TEC convened on May 17th, 18th, and 20th, 2021, to hear presentations by all firms. Following the presentations, while all firms showed to be qualified, the TEC strongly consented on BGE being the most qualified. As a result, it was unanimously agreed that BGE, Inc would be selected firm for award to carry out this contract.
FINANCIAL EVALUATION:
BGE Inc was deemed financially capable of meeting the requirements of this project.
FUNDING: RECOMMENDATION:
20% Local 80% Federal Based on the preceding information, it is recommended that the President & CEO be authorized to negotiate and execute a contract with BGE Inc, for the BOOST 82 Westheimer Design Services Contract.
32/78
Summary of Procurement Page 3
RFQ No.
4021000099
Achilles Patrick DIRECTOR OF CONTRACTS DATE PROJECT MANAGER DATE DIRECTOR, SMALL BUSINESS COMPLIANCE DATE
Karen Hudson
DEPUTY CHIEF PROCUREMENT OFFICER DATE
Tim Mills
Otis Johnson
06/04/2021
06/04/2021
06/04/2021
06/04/2021
33/78
REQUEST FOR BOARD ACTION Page | 1
THIS IS A CONTROLLED DOCUMENT / VERIFY VERSION LEVEL PRIOR TO USE Form #: EXO-FOR-007
Current Version: 8.0
Effective as of: 09/08/2020 Current Version Due for Review on: 09/01/2021
AGENDA MONTH AND YEAR: June 2021
PROJECT NAME: University Corridor METRORapid Bus Rapid Transit
FROM: Clint Harbert, System & Capital Planning
I. RECOMMENDATION [Agenda Summary]:
Request Board Action to affirm the preferred mode and alignment for the University Bus Rapid Transit project as
included in the METRONext plan approved by voters in 2019 and authorize the President & CEO to begin activities
to request entry into the initial phase of the Federal Transit Administration Capital Investment Grant Program, Project
Development. As the project is further refined through Project Development, the Board will be asked to formally
approve a Locally Preferred Alternative before entering into the Engineering phase of the Capital Investment Grant
Program.
II. DATE AND IDENTIFICATION OF PRIOR BRIEFING OR AUTHORIZING ACTION [If applicable]:
Resolution 2019-71
Capital Committee METRONext Presentation on University Corridor
III. MAXIMUM CONTRACT AMOUNT
Includes base contract value and owner-controlled contingencies, if applicable: $ Enter amount here.
IV. BUDGET DETAILS:
V. BUDGET NOTES [Funding for future periods (if any) will be included in future budget submissions]:
No Budget Impact
VI. SPECIFIC EXPLANATION:
This action is needed to initiate the Federal Capital Investment Grant process and referred to as Project
Development. This is the federal grant program used to fund large transit initiatives. METRO is seeking to expedite
Budgeted
Source
Dept.
Name
Grant
Funding
Y/N
Previous FY
Expenditures
Budgeted
FY2021 FY2022 Out Years
Total Budgeted #
months: 0
Budgeted #
months: 0
Budgeted #
months: 0
Budgeted #
months: 0
Operating $ 0.00
Capital $ 0.00
General
Mobility
$ 0.00
Debt
Service
$ 0.00
Total $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00
35/78
REQUEST FOR BOARD ACTION Page | 2
THIS IS A CONTROLLED DOCUMENT / VERIFY VERSION LEVEL PRIOR TO USE Form #: EXO-FOR-007
Current Version: 8.0
Effective as of: 09/08/2020 Current Version Due for Review on: 09/01/2021
the process and request entry into Project Development which will allow us to be listed in the FTA “pipeline” for
funding.
This initiation will begin a two-year clock whereby METRO must fully define the project, complete environmental
review and complete at least 30 percent design and engineering. The FTA funding amount will be determined and
locked in during this period. This will culminate in a review and rating for the project by FTA and an anticipated
acceptance into the next step, Engineering.
METRO has completed significant work in defining this project to date as described in the May Capital Committee
briefing. METRO completed significant community and agency participation as part of the METRONext Long
Range Plan development that was ultimately approved by our Board and voters. See Resolution 2019-71.
Additionally, METRO included much of this corridor in the previously voter approved plan, METROSolutions.
METRO advanced a large portion of this project through the environmental process and received a record of decision
from FTA. These two efforts position METRO and this project for expedited advancement.
VII. SMALL BUSINESS PARTICIPATION [To be completed by Small Business]:
N/A
36/78
REQUEST FOR BOARD ACTION Page | 3
THIS IS A CONTROLLED DOCUMENT / VERIFY VERSION LEVEL PRIOR TO USE Form #: EXO-FOR-007
Current Version: 8.0
Effective as of: 09/08/2020 Current Version Due for Review on: 09/01/2021
REQUIRED SIGNATURES
Department Head / Executive Vice President:
Small Business:
Chief Procurement Officer:
Chief Financial Officer:
General Counsel:
Deputy CEO:
President & CEO:
37/78
22
Purpose
1. Request Board action to authorize President and CEO to proceed with entry into FTA Project Development (PD)
2. Update the Board on the Project Implementation Plan
39/78
44
Project Implementation Plan Update1. Project Development Milestones in 2021 through 2023
2. METRO and consultant Resources allocated to Project Development
3. Management of Risk during Project Development
41/78
5
Schedule
5
Key Milestones and activities in 2021
• Resume Stakeholder Engagement June 1, 2021• Concept Development June-Oct 2021• Initiate City/Utility/Railroad Coordination June 2021• Request FTA for Entry into PD July 2021 • FTA Coordination & Review July-Aug 2021• Official Entry into PD Sep 2021• Initiate NEPA Sep 2021• WA#1 for GEC consultant Oct 2021• Initiate Construction Strategy November 2021
42/78
6
ScheduleKey Milestones and activities in 2022 and 2023
6
• Inclusion in FTA CIG Budget list Feb 2022• WA#2 for Planning Consultant Mar 2022• NEPA: Community Involvement through 2022/2023• Project Scope and Design Basis through 2022• Third Party Agreements Framework by July 2022• Preliminary Engineering through 2022/2023• Constructability & Optimization through 2022/2023• METRO FY 2023 Budget Planning through 2022• Conclusion of NEPA Activities Aug 2023• FTA Environmental Finding by October 2023
43/78
7
Resources and Scope Allocation
7
Lead Support• Project Management METRO• Contract Administration METRO• Public Engagement METRO HNTB• Project Controls METRO• City and Third-Party Coordination METRO HNTB/GEC• Planning Consultant HNTB
NEPA ProcessConcept Development
• Engineering Consultant GEC Provider On-call Design Basis & SpecificationsPreliminary EngineeringPricing SubmittalCost Estimating
44/78
88
Risk Management
1. FTA has guidance based on past project history
2. Project Risk Register is being setup
3. Risk and Contingency management through the Project Lifecycle
45/78
9
FTA Contingency Guidance
9
FTA Oversight Procedure 40c:Minimum contingency levels based on historic project information for design-bid-build delivery method:
• At Entry into Engineering, 25% • At Readiness to Bid Construction, 15%. • At Start of Construction, 10%. • At 50% Construction Completion, 5%.
46/78
11
Typical Risks & Mitigation
11
• Community Impacts and Project AwarenessFocused and Early Engagement
• Project Scope GrowthCity Coordination to establish Design Basis
• Third Party AgreementsEarly Coordination & Scoping of Long Lead Items
• Right of Way AcquisitionOptimize alignment
• Funding MetricsProject Controls/Engage Contractors Early
• Schedule RiskRight-size projects and Contracting Strategy
48/78
12
Board Action
12
Request Board Action to affirm the preferred mode and alignment for the University Bus Rapid Transit project as included in the METRONextplan approved by voters in 2019 and authorize the President & CEO to begin activities to request entry into the initial phase of the Federal Transit Administration Capital Investment Grant Program, Project Development. As the project is further refined through Project Development, the Board will be asked to formally approve a Locally Preferred Alternative before entering into the Engineering phase of the Capital Investment Grant Program.
49/78
COMMITTEE APPROVAL FOR SOLICITATION FORM Page | 1
THIS IS A CONTROLLED DOCUMENT / VERIFY VERSION LEVEL PRIOR TO USE Form #: EXO-FOR-003
Current Version: 6.0
Effective as of: 09/08/2020 Current Version Due for Review on: 09/01/2021
AGENDA MONTH AND YEAR: June 2021
PROJECT NAME: Anticipated Procurement Report
FROM: Procurement & Materials Department - Michael Kyme, Chief Procurement Officer
I. SOLICITATION APPROVAL FOR:
II. BUDGET NOTES [Funding for future periods (if any) will be included in future budget submissions]:
VI. SPECIFIC EXPLANATION:
VII. SMALL BUSINESS PARTICIPATION [To be completed by Small Business]:
REQUIRED SIGNATURES
Department Head / Executive Vice President:
Small Business:
Chief Procurement Officer:
Chief Financial Officer:
General Counsel:
Deputy CEO:
President & CEO:
50/78
FY2021ANTICIPATED PROCUREMENT REPORT
Solicitations over $50KJune Consent List
Q3
NO. PROJECT DESCRIPTIONPROCUREMENT
METHOD (RFP, RFQ, IFB)
ANTICIPATED SMALL BUSINESS
GOAL
ANTICIPATED ADVERTISEMENT
MONTHCOMMENTS
BOARD COMMITTEE
PREVIOUS BOARD
COMMITTEECONCUR Y
1
A/E Services for Design for Transit Facilities and Transit/Transportation
Improv Projects
RFQ 35% JulyOn Call Architectural and
Engineering Consultant (A/E)Capital & Strategic
Planning Committee
2 IDIQ Construction RFTP N/A JulyConstruction, repairs and
maintenance of METRO-owned facilities on an as-needed basis
Capital & Strategic Planning Committee
3BLOWER, 460V
1600M3/H 510WIFB N/A July
Blower for METRO's Rail Vehicles
Public Safety, Customer Service &
Operations Committee
4Red Lanes Traffic
MarkingsIFB TBD July
Installation and Removal of Markings and Signage for the
Red Lanes Bus Project
Public Safety, Customer Service &
Operations Committee
Page 1 of 151/78
COMMITTEE APPROVAL FOR SOLICITATION FORM Page | 1
THIS IS A CONTROLLED DOCUMENT / VERIFY VERSION LEVEL PRIOR TO USE Form #: EXO-FOR-003 Current Version: 6.0
Effective as of: 09/08/2020 Current Version Due for Review on: 09/01/2021
AGENDA MONTH AND YEAR: June 2021
PROJECT NAME: IDIQ Construction Contracts
FROM: Planning, Engineering & Construction/Philip Cavazos
I. SOLICITATION APPROVAL FOR:
Request committee approval to issue a Request for Technical Proposals (RFTP) for Indefinite Delivery/IndefiniteQuantity (ID/IQ) Construction Contracts
II. BUDGET NOTES [Funding for future periods (if any) will be included in future budget submissions]:
Funding will be from future project budgets beginning in FY2022
VI. SPECIFIC EXPLANATION:
Staff proposes to solicit new Indefinite Delivery/Indefinite Quantity Construction Contracts. The five current IDIQ Construction Contracts were awarded in April of 2019 for two year performance periods and one year options. The one year options have been executed, extending the contract performance periods to April 2022. The total not-to-exceed amount of the four contracts was $12,000,000. The current uncommitted balance is $4,500,000. The need for these contracts is ongoing for upgrade, repair and maintenance projects at METRO facilities. Per State of Texas law, work under these contracts is limited to work on METRO-owned properties.
Examples of work performed under the current contracts are;
Electrical, drainage repairs, painting, concrete repair, pavement repair, signage, sprinkler systems, plumbing repairs (restrooms), ADA accessibility, utility building repairs, fencing, gates, glass replacement, glass canopy, roof repair, soffit rehab, metal panel rehab, lighting, light fixtures, security systems, HVAC, overhead doors, pavers, painting, cooling tower rehab, camera repair/replacement, floor coatings, waterline repairs, generators, elevator repairs, detention pond remediation, gate rehab, sheetrock repair, lightening protection, escalator repairs, restroom rehab, storm and sewer rehab, air conditioner repair, herbicide applications, card readers, data cable maintenance, trench drain repairs, fall protection devices, compressor replacement, tank detection rehab, rehab inspection pits, uninterruptable power supply, door hardware, fire suppression systems, backflow preventers,THIS IS NOT INTENDED TO BE A COMPLETE LIST OF WORK ITEMS.
VII. SMALL BUSINESS PARTICIPATION [To be completed by Small Business]:
Small Business goal will be determined per work authorization.
52/78
COMMITTEE APPROVAL FOR SOLICITATION FORM Page | 2
THIS IS A CONTROLLED DOCUMENT / VERIFY VERSION LEVEL PRIOR TO USE Form #: EXO-FOR-003 Current Version: 4.0
Effective as of: 09/03/2019 Current Version Due for Review on: 09/01/2020
REQUIRED SIGNATURES
Department Head / Executive Vice President: Small Business:
Chief Procurement Officer: Chief Financial Officer:
General Counsel: Deputy CEO:
President & CEO:
53/78
EXHIBIT "A" SCOPE OF SERVICES
1.0 Scope of Work
This is a fixed unit price, indefinite quantity type contract for the performance of a broad range of construction, repairs and maintenance work on an as-needed basis as may be required by METRO. The construction/maintenance work shall be performed on METRO owned facilities: A) METRO Public Facilities such as Park and Rides, Transit Centers, Passenger Shelters and Bus Stops, B) Maintenance and storage facilities such as Bus Operating Facilities, Field Service Center (pool car repair) and Central Stores Warehouse and C) Rail facilities such as the Rail Operations Center, and rail cleaning platforms located in the ROC and S&I facilities. The specific work requirements will be identified in Work Authorizations to be issued by METRO.
1.1 Examples of the types of work expected to be performed under this contract are:
Electrical, drainage repairs, painting, concrete repair, pavement repair, signage, sprinkler systems, plumbing repairs (restrooms), ADA accessibility, utility building repairs, fencing, gates, glass replacement, glass canopy, roof repair, soffit rehab, metal panel rehab, lighting, light fixtures, security systems, HVAC, overhead doors, pavers, painting, cooling tower rehab, camera repair/replacement, floor coatings, waterline repairs, generators, elevator repairs, detention pond remediation, gate rehab, sheetrock repair, lightening protection, escalator repairs, restroom rehab, storm and sewer rehab, air conditioner repair, herbicide applications, card readers, data cable maintenance, trench drain repairs, fall protection devices, compressor replacement, tank detection rehab, rehab inspection pits, uninterruptable power supply, door hardware, fire suppression systems, backflow preventers, THIS IS NOT INTENDED TO BE A COMPLETE LIST OF WORK ITEMS.
1.2 THIS CONTRACT IS FOR CONSTRUCTION, REPAIR AND MAINTENANCE ONLY AND SHALL
NOT BE USED FOR THE PURPOSE OF ENGINEERING DESIGN.
1.3 In all work areas, the contractor is expected to be available to respond on a 24/7 basis to any situation requiring quick responses in support of emergencies impacting METRO’s operations.
1.4 The contractor will be responsible to obtain all necessary city, county and state permits necessary in support of any projects executed under this contract.
2.0 DOCUMENTS
The following documents shall be used in the execution of work under this Contract:
2.1 Technical Specifications
2.2.1 Facility Upgrade Project Standard Specifications, (Volume 1 and Volume 2)
2.2.2 METRO specific specifications and Scope of Services for the defined work.
3.0 WORK AUTHORIZATION ORDERING
Any work required under this Contract shall be ordered by issuance of formal, written Work Authorizations, as follows:
3.1 As the need exists for performance under the terms of this Contract, the METRO Project Manager
will notify the Contractor of an existing requirement.
3.2 Upon the receipt of this notification, the Contractor shall respond within two (2) working days, or as otherwise instructed by METRO, by:
3.2.1 Visiting the proposed site in the company of the METRO Project Manager and Contractor, or;
3.2.2 Establishing contact with the METRO Project Manager and Contractor to further define the scope of the requirements.
54/78
3.3 Upon establishment of the scope of the individual requirement, the Contractor shall then prepare a proposal for accomplishment of the task.
3.4 The Contractor's proposal shall be submitted within five (5) working days unless otherwise specified by METRO.
3.5 Upon receipt of the Contractor's proposal, the METRO Project Manager will compare the proposal with his estimate and will reach agreement with the Contractor on pricing, schedule and participation and all other terms, prior to issuance of a Work Authorization
3.6 METRO's Contracting Officer will review the proposal for completeness and issue a Work Authorization.
3.7 In the event METRO does not issue a Work Authorization after receipt of Contractor's proposal, METRO is not obligated to reimburse the Contractor for any costs incurred in the preparation of the proposal.
4.0 SCHEDULING OF WORK
4.1 Each executed Work Authorization shall constitute a Notice to Proceed. The first day of performance under a Work Authorization shall be the effective date specified in the Work Authorization. Any preliminary work started or materials ordered or purchased before receipt of the executed Work Authorization shall be at the risk and expense of the Contractor. The Contractor shall diligently prosecute the Work to completion within the time set forth in the Work Authorization. The period of performance includes allowance for mobilization, holidays, weekend days, inclement weather, and cleanup, therefore, claims for delay based on these elements will not be allowed. When the Contractor considers the Work complete and ready for its intended use, the Contractor shall request METRO to inspect the Work to determine the status of completion. When METRO determines the Work to be substantially complete, METRO will issue a Certificate of Substantial Completion with a list of items to be completed or corrected prior to final payment for the Work Authorization. The Contractor shall proceed promptly to complete and correct items on the list.
4.2 Delivery of materials and equipment shall be made with a minimum of interference to METRO
operations and personnel.
4.3 Furniture and portable office equipment in the immediate work area will be moved by the Contractor and replaced to its original location, at no cost to METRO. If the furniture and portable office equipment cannot be replaced to its original location, METRO will designate new locations.
4.4 The Contractor shall take all precautions to ensure that no damage will result from its operations to private or public property. All damages shall be repaired or replaced by the Contractor at no cost to METRO.
4.5 Where no formal Traffic Control Plan is specified, the Contractor shall be responsible for providing all
necessary traffic control, such as barricades and traffic cones, as required for each Work Authorization at no additional cost to METRO. Proposed traffic control methods shall be submitted to METRO for final approval.
5.0 QUALITY ASSURANCE/QUALITY CONTROL PROGRAM AND INSURANCE
The Contractor shall submit, for METRO’s review and approval, a Quality Assurance/Quality Control Plan within fifteen (15) calendar days after Contract Award. This plan should address all aspects of quality control including responsibility for surveillance of work, documentation, trend analysis, corrective action and interface with METRO inspectors.
The Contractor shall submit proof of Insurance as required in Section VII-Insurance Articles, and as required in the work authorization.
6.0 PROJECT MANAGER
The Contractor's Project Manager shall be knowledgeable in multiple disciplines including electrical, mechanical, HVAC, paving, landscaping, painting, roofing and plumbing, etc. The contractor shall submit the credentials of the
55/78
proposed Project Manager as part of the proposal for approval by METRO. METRO reserves the right to approve or disapprove the proposed personnel.
7.0 WORK BY METRO
METRO reserves the right to undertake or award contracts for the performance of the same or similar type work as contemplated herein, and to do so will not breach or otherwise violate this Contract.
56/78
COMMITTEE APPROVAL FOR SOLICITATION FORM Page | 1
THIS IS A CONTROLLED DOCUMENT / VERIFY VERSION LEVEL PRIOR TO USE Form #: EXO-FOR-003
Current Version: 4.0
Effective as of: 09/03/2019 Current Version Due for Review on: 09/01/2020
AGENDA MONTH AND YEAR: June 2021
PROJECT NAME: Architectural/Engineering Services for Transit Facilities & Transit/Transportation Improvement
Projects
FROM: Planning, Engineering and Construction – Mustaque Rumi, P.E.
I. SOLICITATION APPROVAL FOR:
Request Committee approval to issue a Request for Qualifications (RFQ) for two (2) Architectural & Engineering
(A/E) Design Services contracts for transit facilities and transit/transportation improvement projects. The proposed
contracts value will be $4,000,000 each for a period of three (3) years plus a one (1) year option.
II. BUDGET NOTES [Funding for future periods (if any) will be included in future budget submissions]:
To be included in future fiscal year Capital Budgets
III. SPECIFIC EXPLANATION:
The Consultants will provide engineering design services for new facilities and modifications of existing facilities.
The work will include engineering services for bus transit projects, Bus Operating Facilities, Rail Operations
Facilities, Transit Centers, Park & Rides, and other transit related facilities. These services will be utilized on an
‘As Needed’ basis through issuance of Work Authorizations.
IV. SMALL BUSINESS PARTICIPATION [To be completed by Small Business]:
The Small Business goal is 35%.
57/78
COMMITTEE APPROVAL FOR SOLICITATION FORM Page | 2
THIS IS A CONTROLLED DOCUMENT / VERIFY VERSION LEVEL PRIOR TO USE Form #: EXO-FOR-003
Current Version: 4.0
Effective as of: 09/03/2019 Current Version Due for Review on: 09/01/2020
REQUIRED SIGNATURES
Department Head / Executive Vice President:
Small Business:
Chief Procurement Officer:
Chief Financial Officer:
General Counsel:
Deputy CEO:
President & CEO:
58/78
SCOPE OF SERVICES
ARCHITECTURAL/ENGINEERING SERVICES FOR DESIGN FOR TRANSIT FACILTIIES AND
TRANSIT/TRANSPORTATION IMPROVEMENT PROJECTS 1.0 GENERAL
The Metropolitan Transit Authority (METRO) requires the On Call Architectural and Engineering Consultant (A/E), also referred to as "Consultant", to prepare all documents necessary to bid and construct Transit/Transportation Improvement projects (both modifications to existing METRO facilities as well as new installations) hereinafter referred to as "the Projects", to review METRO's schematic designs, all related reports and technical data furnished or made available to the Consultant. Consultant shall supplement all surveys, as needed; provide all project management, architectural/engineering services, CADD, Quality Assurance/Quality Control (QA/QC); obtain the signed approval of all appropriate governmental agencies; and project management services required to complete this Project. Consultant shall also provide architectural/engineering services during and after construction of the Project.
Potential Projects include: (Projects may be added or deleted at METRO’s discretion.)
• Passenger Shelter Program Design and Stop Accessibility • Bus Operating Facility Modifications for Fueling Systems • State of Good Repair (SOGR) Designs
(i) Roof Replacement (ii) Ventilation Systems Upgrades
- HVAC, Chillers, Boilers, etc.…. (iii) Bus Wash Facility Rehabilitation/Replacement (iv) Fire Life Safety Rehabilitation/Replacement (v) Elevator/Escalator Rehabilitation/Replacement
• Structure/Building Modifications • System Safety Upgrades • Transit Infrastructure Modifications and Improvements • Value Engineering Analysis • Transit Bridge Inspections
2.1 Professional Mechanical, Electrical, Plumbing, Civil/Structural Engineering, Architecture, Surveying,
Geotechnical, Fire Suppression, Traffic Engineering and Security Design Services 2.1.1 The consultant shall provide engineering support services for bus transit and light rail transit projects such as Bus
Operating Facilities, Rail Operation Facilities, Transit Centers and Park & Rides. The scope of services includes: detailed design; drawings developments; specifications; document approval by various governmental authorities; design assistance during construction; construction cost estimates; preparation of reports and graphics; analysis/development of facility conceptual designs; attendance at METRO/agency meetings; attendance at public/special interest group meetings and other engineering services as required.
2.0 DESIGN SERVICES
3.1 Scope 3.1.1 Consultant shall follow METRO's Universal Accessibility Principles, Design Criteria Manual for METRO Park & Ride
and Transit Center Facilities, Urban Design Guidelines, Crime Prevention through Environmental Design (CPTED), Americans with Disabilities Act (ADA), City of Houston building and fire codes, and all other applicable codes for the specific scope of work assigned.
3.1.2 The consultant shall perform all required geotechnical and survey work. Consultant shall prepare minutes of all
coordination and/or progress meetings. The consultant shall be responsible for all plans, specifications, and any permit approvals. Consultant shall prepare the necessary quantity and cost estimates for the project. Consultant shall submit the necessary plans and specifications to the appropriate public and private agencies necessary to secure the required approvals. This work effort shall include all third-party coordination required to obtain Issue for construction plans.
59/78
3.1.3 The Consultant shall provide plans for maintenance of traffic, during construction. As necessary the consultant shall prepare plans for the maintenance of vehicle and pedestrian access to public and private properties during construction except for limited periods of time as shall be agreed to by the City of Houston and/or other appropriate parties.
3.1.4 Consultant shall create and deliver GIS as requested by the METRO Project Manager for the projects. METRO utilizes
Environmental System Research Institute (ESRI) ArcGIS software. Contractor shall furnish GIS work products which are compatible for use by ESRI ArcGIS software. GIS mapping shall relate all data to Texas State Plane Coordinate System, South Central Zone North American Datum of 1983. Ready for construction and as-built drawing input shall be GIS geospatially searchable. Naming conventions for attributes and fields shall be provided by METRO.”
3.2 Project Management 3.2.1 Consultant shall perform and manage the complete project design effort. Subcontracting of Surveying, Geotechnical,
Civil, Structural, MEP, Surveillance, Communication and Control (SC&C), Traffic Engineering, Traffic Control, Landscape Architecture, Cost Estimating, Environmental Engineering and other services will be as necessary to complete the projects and with prior written approval by METRO. Once identified, subcontractors can only be changed with METRO approval.
3.2.2 Consultant shall be responsible for the professional and technical quality, accuracy, adequacy and
comprehensiveness of all documents they prepare for the project, and those produced by their subcontractors and subconsultants, including but not limited to: designs; surveys; quantity estimates; cost estimates; supporting calculations; investigations; analyses; design schedule; quality plans and backup materials. Consultants shall be responsible for developing and maintaining the design schedule.
3.3 Utilities
Provide a complete review of existing and planned utilities (if applicable, both public and private) within and adjacent to the Project site and identify potential conflicts between those utilities and METRO’s conceptual outlines. Verify capacity and availability of all utilities to serve the Projects. Consultant may be required to provide relocation designs as required.
3.4 Surveys and Replatting
Review all surveys furnished by METRO, and perform any additional survey work necessary for the design of each Project. The Consultant shall determine if replatting of the property is necessary and if so shall prepare and submit all documents required by the City of Houston, Harris County, Fort Bend County, Brazoria County (or any other government entity having jurisdiction) to replat the METRO property.
3.5 Geotechnical Investigations
Produce a Geotechnical investigation report, including boring logs and boring location map, in sufficient detail to determine, for the Project, the design of structural foundations (i.e.; bus canopy, utility building, product tanks, etc.), lighting pole foundations, CCTV pole foundations, pavement thickness, pavement base material, utility trenching, backfill and shoring requirements, and any other geotechnical recommendation in the scope of work.
3.6 Hydraulic and Drainage Analysis
Consultant shall prepare hydraulic and drainage analysis required by the City of Houston, Harris County Flood Control District (HCFCD) and other appropriate governmental entities for Project approval. The HCFCD and other appropriate governmental entities shall be contacted early in the initial design process and conditions of approvals shall be determined.
3.7 Grading and Drainage
Pavement grading shall be in accordance with METRO design criteria. Consultant shall determine if on-site detention shall be required and designed accordingly.
3.8 Storm Water Pollution Prevention
The design and drawings shall include all required elements of the Storm Water Pollution Prevention Plan (SWPPP) in accordance with the National Pollutant discharge Elimination System (NPDES).
3.9 Site Geometry and Layout Plans
Consultant shall develop detailed site plans showing locations and dimensions of all pavements and other features included in the project. The site plans shall include a general site layout showing all proposed improvements and locations of all cross sections detailed elsewhere in the plans. Horizontal and vertical control monuments for
60/78
construction and the Project shall be shown on the Site Plans. Horizontal control sheets shall include layout dimensions and state plane coordinate locations for all project features.
3.10 Signing and Pavement Marking
Consultant shall prepare signing and pavement marking plans to incorporate METRO standards. Add signage as directed by METRO.
3.11 Landscaping, Irrigation and Fencing
Consultant shall design and prepare landscaping, irrigation and fencing drawings as required. 3.12 Illumination and Electrical
Consultant shall design and provide complete electrical and illumination plans as required. The design and details shall be in accordance with METRO design criteria and applicable City of Houston standards, and shall include, but not be limited to; luminaries, poles, supports, conduits, pull boxes, cable sizing, panel boards, control devices, fusing, grounding, disconnects and service entrance required for the Project.
3.13 Fire Suppression Systems
Consultant shall design and prepare plans for sustainable fire suppression systems, both new and modification of existing systems within METRO’s structures to comply with regulatory requirements and any additional METRO requirements specified.
3.14 Approval and Permitting Consultant shall be responsible for obtaining all approvals and permits from any public and private agency having jurisdiction over the projects. Included within but not limited to the following: City of Houston, Harris County, Harris County Flood Control District (HCFCD), Texas Department of Licensing and Regulations, Architectural Barriers Department. As part of the incidental design cost, Consultant shall pay all filing fees. Consultant shall also obtain the following:
3.14.1 Provide a Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the NPDES
General Permit to be submitted to the EPA if applicable. 3.14.2 Obtain sanitary and potable/irrigation water rights. 3.14.3 Obtain storm water discharge permit. 4.0 Design Support Services during Construction
4.1 General
Consultant shall perform design support services during construction. Consultant shall receive a separate Notice-To-Proceed (NTP) to start and continue until final acceptance and payment for the services has been rendered. Design Services during construction shall include, but not be limited to, review and approval of Contractor's shop drawings and other submittals, checking and providing recommendations for Construction Contractor submittals, Request for Information (RFI), record drawings, attend coordination meetings and site inspections as requested by METRO.
5.0 Deliverables
In general, the deliverables shall consist of the following (as requested by the METRO Project Manager on a per project basis):
A. Project Drawings: Detailed Construction Drawings and Standard Drawings, approved, as necessary to complete
the construction of the Projects, by all agencies with jurisdiction over the Project, B. Technical Specifications, C. Design Calculations and Analyses, D. Final Construction Cost Estimate, E. Construction Duration Estimate, F. Minutes of all coordination and/or progress meetings, G. Design Reports, H. Recommendations/White Paper as required I. Any other deliverable related to the work specified in a particular work authorization.
61/78
Rev. 7-2-18 Page 1 of 1
Request for Proposals Request for Qualifications
PROJECT NAME:
Board Committee: Solicitation Date:
# of Anticipated Contract(s): Technical Evaluation Committee (TEC):
Evaluation Criteria: Pts SBE Goal: 5 Oral Presentation Committee (OPC)*: Yes No
Senior Selection Committee (SSC)*: Yes No
Board Selection Committee (BSC)*: Yes No
*An SSC or BSC may be assigned by the President & CEO or Chairman of the Board per METRO’s procurement guidelines
Approve as Is Modify
Approve as Is Modify
Approve as Is Modify
Approve as Is Modify
Approve as Is Modify
Approve as Is Modify
Approve as Is Modify
Approved:
Chair Person
SOLICITATION EVALUATION PROCESS (Scope MUST be attached)
Capital & Strategic Planning June 2021
A/E Services for Transit Facilities & Transit/Transportation Improvement Projects
2
35 %
Same as Technical Evaluation Committee (TEC)
Chief Engineer
Program Manager
Director, Public Facilities
Safety Officer
Qualifications and Experience of Key Personnel 30 6
Qualifications & References of Firm 25
Work Plan and Technical Capability 25
Familiarity & Experience with Local Requirements 10
Qualifications & References of Key Personnel from Clients of Recent Similar Projects 5
62/78
BOARD BRIEFING SUMMARY FORM Page | 1
THIS IS A CONTROLLED DOCUMENT / VERIFY VERSION LEVEL PRIOR TO USE Form #: EXO-FOR-001
Current Version: 2.0
Effective as of: 09/03/2019 Current Version Due for Review on: 09/01/2020
AGENDA MONTH AND YEAR: June 2021
SUBJECT: METRONext Program Delivery Overview
FROM: Planning, Engineering, and Construction | Shri Reddy, P.E. | Clint Harbert | Bridgette Towns, P.E.
I. SUMMARY:
This METRONext briefing will provide a high-level overview of METRO’s program delivery approach. METRO
is proposing a program delivery method that maximizes the number of opportunities for local participation.
63/78
3
Description Phase / Status UpcomingActivities
Anticipated Completions
56 Airline/Montrose (overall) Note: Estimated timeframes include Procurement process
• 23-mile corridor (Texas Medical Center Transit Center to Greenspoint Transit Center)
• 200 BOOST bus stops, sidewalks, ramps, safe crossings, bikeways
DESIGN• Design activities ongoing.
• 30% Design Plans due July 12
• Meeting with Midtown Management District
Planning – Completed March 2021Design – 12 months Construction – 24 months from Design completion (to be refined as design advances)
56 Airline/Montrose (1.5-mile partnering segment)• Airline Drive (West Road to W. Gulf
Bank)• Harris County Precinct (Pct) 1 to
design and construction
DESIGN BY HARRIS COUNTY:• Harris County Pct 1 continuing with
the design of the segment
• Continue coordination with Harris County Pct 1
Harris County Pct 1 anticipates construction to begin June 30, 2021
56 Airline/Montrose (1.5-mile pilot segment)• Studewood Street (White Oak Drive
to Cavalcade)• 14 BOOST Bus Stops, access
improvements, real-time bus arrival
CONSTRUCTION:• Construction activities are
approximately 50% complete as of May 2021
• Coordinating community outreach efforts with Public Affairs team
• Continue construction activities and community outreach efforts
Construction – November 2021
METRONext BOOST
66/78
4
Description Phase / Status UpcomingActivities
Anticipated Completion
54 Scott Note: Estimated timeframes include Procurement process
• 11-mile corridor (Downtown Transit Center to MLK Health Center)
• 100 BOOST bus stops, sidewalks, ramps, safe crossings, bikeways
DESIGN:• Designer has commenced
work (Downtown TC to I-610)30% submittal due July 27
• Continue coordination with COH Planning and PWE
• Continue coordination with Harris County Precinct 1 and TIRZs south of I-610
• Meeting with Greater Southeast MD & Sunnyside TIRZ
Planning – Completed March 2021Design – 12 months fromConstruction – 18-20 months from Design, completion duration (to be refined as design advances)
82 Westheimer Note: Estimated timeframes include Procurement process
• 19-mile corridor (Downtown Transit Center to West Oaks Mall/SH6)
• 175 BOOST bus stops, sidewalks, ramps, safe crossings, bikeways
DESIGN SOLICITATION:• June Board action to
approve contract award.
• Stop Optimization Review & Partner Coordination
• Begin contract negotiation discussions.
Planning – CompletedDesign – 18 months (to be refined during negotiations)Construction – 24 months from Design completion (to be refined as design advances)
METRONext BOOST
67/78
5
Phase Description Status UpcomingActivities
Design Bus stops under design with six (6) design contractors (one per each of the six zones)
– Completed 598 bus stop designs through May 31, 2021
– (75 in May)
– Continue with bus stop designs
Construction Construction of completed bus stop designs. The construction contract scopes call for the completion of 30 sites per month per zone.
– Completed 327 site improvements through May 31, 2021
– (71 in May – Progress impacted by weather)
– Coordinating community outreach efforts with Public Affairs team
– Construction Management contracts executed May 28, 2021.
– Engage construction management staff,
Universal Accessibility
0
200
400
600
800
1000
1200
1400
Designs Construction
Completed Previous Month FY2021 Goal68/78
7
Project Management
RISKS: Developing a risk register and mitigation measures.
SCHEDULE: Identifying opportunities to streamline the schedule, including initiating environmental tasks.
PROJECT MANAGEMENT PLAN (PMP): Developing the PMP according to FTA guidelines.
Level 2 Screening
KEY ACTIVITIES: Establishing an evaluation methodology and further refining conceptual designs. STATION EVALUATION: Evaluating station recommendations from stakeholders.
70/78
8
NWTC to Downtown at I-45 Segment
Option 1: Elevated Busway on the south side of I-10 utilizing the existing CBD ramp to Downtown
Option 2: Elevated Busway on the south side of I-10 to Downtown using new structure
Option 3: TxDOT Option for shared structure from NWTC to Downtown
Operational Options for Downtown
71/78
9
DowntownSegment
• Operations
• Safety
• Traffic
• Connectivity
• Ridership
• Stakeholder considerations
Operational Parameters in Downtown
72/78
10
Public Engagement and Upcoming ActivitiesRECENT AND ONGOING ACTIVITIES
• TxDOT• FTA • City of Houston• Greater Houston Coalition for
Complete Streets (GHCCS)• MHRA/TIRZ 5 on Phase 2 the
Shepherd and Durham Major Investment Project
• SPCA
UPCOMING ACTIVITIES• Develop Level 2 screening,
conceptual design and ridership estimates
• Environmental tasks• Community Meeting/Station
Visioning Charette – Mid July 2021
• 2nd Interagency Coordination Meeting: Mid-August 2021
73/78
BOARD BRIEFING SUMMARY FORM Page | 1
THIS IS A CONTROLLED DOCUMENT / VERIFY VERSION LEVEL PRIOR TO USE Form #: EXO-FOR-001
Current Version: 3.0
Effective as of: 08/11/2020 Current Version Due for Review on: 09/01/2021
AGENDA MONTH AND YEAR: June 2021
SUBJECT: North Houston Highway Improvement Project (NHHIP) Update
FROM: Planning, Engineering, & Construction | Ujari Mohite
I. SUMMARY:
The item is to brief the Board on the North Houston Highway Improvement Project (NHHIP). NHHIP is an ambitious
redesign and widening of IH 45 throughout the Houston region. The project is divided into three segments by TxDOT
due to the complexity and anticipated impacts to the region. Segment 3 focuses on the loop surrounding downtown and
is the first to be constructed. METRO has been actively involved with reviewing National Environmental Policy Act
(NEPA) and related environmental studies to avoid, minimize, and/or mitigate impacts to our transit system. This
update will summarize progress made by TxDOT, METRO's involvement, and any transit related issues and solutions
identified to date.
74/78
North Houston Highway Improvement Project (NHHIP)
Capital & Strategic Planning CommitteeJune 2021
Planning for the Future
75/78
| PAGE 2
Agreement – Roles & Responsibilities
• Two-Way HOV I-69S at TX-Spur 527
• Letter to TxDOT
• Wheeler Station & Transit Center
• Schedule
• Letters to TxDOT
76/78
| PAGE 3
Ongoing Coordination
• Wheeler Transit Center
• City of Houston
• Harris County
• Central Houston
• Midtown Management District
• Coordination with University Corridor team
77/78