Loading...
HomeMy WebLinkAboutC2016-242 - 6/21/2016 - Approved CITY OF CORPUS CHRISTI 11-" AMENDMENT NO. 3 )("-- CONTRACT ("-- CONTRACT FOR ENGINEERING DESIGN The City of Corpus Christi, Texas, a Texas home-rule municipal corporation ("City") and Urban Engineering ("Consultant"), agree to the following amendments to the Contract for Professional Services for Programmed Water Line Service Life Extension for City-Wide Distribution Repair and Replacement - Indefinite Delivery/Indefinite Quantity(IDIQ) Procurement (Project No. 8610): Original Contract September 3, 2013 Administrative Approval $39,100.00 Amendment No. 1 February 11, 2014 Motion No. M2014-013 $228,440.00 Amendment No. 2 April 18, 2016 Administrative Approval $49,900.00 In the Original Contract, Exhibit"A", Scope of Services shall be amended as set forth in the attached Amendment No.3, Exhibit"A". In the Original Contract, Fees Section, shall be amended based on the modified scope of services in the attached Amendment No. 3, Exhibit "A" for a fee not to exceed $328,350.00, for a total restated fee not to exceed $645,790.00. All other terms and conditions of the September 3, 2013 Contract for Professional Services between the City and Consultant, and of any amendments to that contract,which are not specifically addressed herein shall remain in full force and effect. , CITY OF C e ` ; • ' STI URBAN ENGINEERING OP 40/z/k ---- -N---4. Lk---'- 42 116. : J.H. Edmonds, P.E. Dat James L. Urban, P.E. Date Director of Engineering Services Principal 2725 Swantner Corpus Christi, TX 78404 RECOM gN ED / (361) 854-3101 Office (361) 854-6001 Fax rj/ i ,6P46 Operatin epartment Date APPROVED AS TO LEGAL FORMUAL( 01 0 (jQ-�i4/n Ad (a//glly I t .1.KLA z Assistant City Attorney Date �tlRG Saf1'AR�' APPRO ED 1 - c000c, ... ...., Office of Management a d Budget Date Project Number 8610 Accounting Unit 4093-041 Account 550950 ATTEST Activity 180198014093EXP Pdacoxv., i1L - /�3 46, 6Account Category 50950 12016-242 / l� Fund Name Water 2013 RVBD Date 6/21/16 M2016-065 10 PROGRAMMED WATER LINE SRVC LIFE EXT\ENGINEER URBAN\AMENDMENT NO.3\CONTRACT\CONTRACT.D0 IED Urban Engineering E�/(� • LEURBAN ENGINEERING Job No 33760.83 02 May 12, 2016 TRANSMITTED VIA EMAIL Mr. Jeff Edmonds, P.E. Director of Engineering Services City of Corpus Christi P. O. Box 9277 Corpus Christi, Texas 78469 Subject: Amendment No.3-Programmed Water Line Service Life Extension (#86101 City-Wide Water Distribution System Repair and Replacement- ID/IQ Procurement Dear Jeff: In response to a City request we are proposing the following contract amendment to the Programmed Water Line Service Life Extension (#8610) It is our understanding that the City desires to renew the City-Wide Water Distribution System Repair and Replacement (101Q) Procurement project for an additional two (2) year period The City would also like to prepare bidding documents for a new IDIQ program To assist the City with these tasks we propose to provide engineering services as outlined below I. SCOPE OF SERVICES Basic Services A Design Phase Services (ID/IQ Bidding Documents) a. Attend(1)one kickoff meeting b Provide Project Management services to ensure that the project deliverables that are provided meet the stakeholders requirements c. Review study, and verify all comments and recommendations from the lessons learned" and incorporate into the contract documents for a new City-Wide Water Distribution System Repair and Replacement (IDIQ) Procurement project. d. NE will update the current unit-price matrix to include water system repair and replacement items (water mains valves, water services, hydrants, meters, etc.). This matrix will also include ancillary items such as fence removal and replacement, seeding sodding, pavement repair, sidewalk repaircurb and gutter repair, traffic control, etc. e. A/E will update the bid item matrix f Attend(2) two meetings to review the unit puce matrix g. NE will update the sample delivery order to be included as an attachment in the bid documents This document will clearly define the contractor's expectations on the type of information typically included in future delivery orders and the level of detail to be expected In addition it will provide clear guidance on the anticipated format of future delivery orders and will define the documents required, provide suggestions on the type 361)854-3101 2725 SWANTNER DRIVE CORPUS CHRISTI,TEXAS 78404 FAX(361)854-600 www urbaneig.cam TBPE Firm N 145 TB PIS Firm*10032400 AMEND.NO. 3 EXHIBIT"A" Pa!e 1 of 5 • • of information recommended, and offer examples of plan sheets, photos, and cost estimates. h NE will update the typical traffic control plans and standard traffic control measures for the various construction applications that can be reasonably anticipated. The City Traffic Engineering Department will have final authority on the appropriate traffic control set-ups for each delivery order site. i. Provide Quality Assurance/Quality Control(QA/QC) measures to ensure that submittal of the pre-final, and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. j NE will update the construction contract documents (plans and specifications) for the City-Wide Water Distribution System Replacement and Repair ID/IQ Procurement. These plans and specifications will follow the same format that was developed for the current City Wide Water Distribution System Repair and Replacement IDIQ Procurement (City Project 8610)project. i. Prepare one (1) set of PRE-FINAL (60%) and one (1) set of FINAL (100%) Contract and Bid Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, notice to bidders, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid or for multiple bids, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. Both packages will also be provided electronically in PDF and CAD formats. Said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. Following the City's review of the PRE-FINAL(60%)submittal package, Engineer will assimilate all review comments and make the appropriate modifications and additions/deletions to the FINAL(100%) bid package. The City agrees that any modifications of the submitted final plans(for other uses by the City)will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. iii Attend(1) one PREFINAL(60%)complete design meeting to review the contract and bidding documents.Attend(1)one FINAL(100%)complete design meeting to review the contract and bidding documents. Bid Phase Services NE will provide the following bid phase services: a. Attend Pre-Bid Meeting b. Attend Bid Opening c. Review and prepare responses to RFI's d. Prepare addenda as needed for the project execution e Prepare a bid evaluation and provide a written recommendation to the City Construction Phase Services The A/E will perform contract administration to include the following: a. Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. Page 2 of 5 AMEND.NO.3 EXHIBIT"A" Page 2 of 5 • • • b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Remaining construction services will be conducted under the Delivery Order Preparation task, as described below. Additional Services Pelivery Order Preparation a A/E will perform site visits, review inspection reports, repair reports and meet with City to identify water distribution system issues and the possible rehabilitation options. b, A/E will submit a "draft" version of each non-emergency delivery order for the City's review and comment prior to issuing the final delivery order. c Delivery orders will include a short narrative of the expected work for each site, a site exhibit depicting work location, quantities, and rehabilitation methods, a utility base map identifying all known utilities in the area, an engineers estimate, and any other reference material that may aid the Contractor during construction including inspection reports, City work orders, old plans, etc. d. Review field and laboratory tests, e Provide interpretations and clarifications of the contract documents for the contractor and authorize required changes, which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. f. Make regular visits to the site of the Project to confer with the City project inspector and contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. g. Prepare draft change orders as authorized by the City (coordinate with the City's construction division). h. Make final inspection with City staff and provide the City with a Certificate of Completion for the project Topographic Survey a. Topographic surveys will be required on some delivery orders where horizontal and/or vertical control is critical for the design and construction of the proposed improvements and to avoid potential conflicts or to confirm to proposed slopes, etc. b. The Topographic Survey allowance is based on two (2) 8-hr days of (2-man) field crew work and office time per site and has been estimated for approximately four(4) sites. Warranty Phase a NE will prepare a list of all sites completed at the end of a 12-month period for the City and recommend acceptance of the sites and commencement of the warranty period. All listed sites will have the same completion date and warranty expiration date. b NE will provide a warranty inspection of all sites toward the end of the 12-month period and generate a warranty items punch list. The Warranty Phase allowance is based on one(2) 12-month warranty periods. Page 3 of 5 AMEND.NO.3 EXHIBIT"A" Page 3 of 5 Construction Administrative Support A/E will provide up 10 hours per month x 12 months x 2 two years=240 hours to assist the City as follows: a. Review the monthly payment requests with respect to the delivery orders issued to ensure that the quantities presented by the contractor are justified. b. Addend construction meetings The Construction Administrative Support allowance is based on two(2) 12-month periods. II. SCHEDULE: NE proposes to complete the construction bid documents as described under basic services above within(60)sixty days of receiving the notice to proceed. The schedule for Delivery Order preparation will be determined once the construction contract has been renewed. Ill. FEE: For services authorized by the Director of Engineering Services, the City will pay the NE a not- to-exceed fee as per the table below. Summary of Fees Basic Services Fees Original Amend. Amend. Amend. Total Contract No. 1 No. 2 No. 3 1. Preliminary Phase $39,100 $7,420 $46,520 2. Design Phase $59,570 $30,330 $89,900 3. Bid Phase $7,440 $7,350 $14,790 4. Construction Phase $6,640 6,740 $13,380 Subtotal Basic Services Fees $39,100 $81,070 $44,420 _ $164,590 Additional Services Fees(Allow.) 1. Assessment/Selection of $25,100 $5,000 $30,100 Proposed Work _ 2. Delivery Order Preparation $112,820' $44,900' $225,640' $383,360 3. Topographic Survey $3,810 $19,050 $22,860 4. Warranty Phase $5,640 $5,640 $11,280 5. Construction Administrative $33,600 $33,600 Support Sub-Total Additional Services $147,370 $49,900 $283,930 $481,200 Fees Total Fee $39,100 $228,440 $49,900 $328,350 $645,790 Amos t)The Delivery Order albram ma be detamwd arrd Wtad,at rates ahuan n me Camorbaton Table bSatw as the fret&miry orders are bred to ins Contractor Page 4 of 5 AMEND.NO.3 EXHIBIT"A" Page 4 of 5 • The following compensation table will be used to determine the Delivery Order fee, COMPENSATION TABLE Construction Cost of Delivery Order NE Fee $0 to$30,000 $3,750(Flat Rate) $30,000 to $100,000 10.0% $100,000 to $150,000 6.25% $150,000 to$250,000 5.5% $250,000 to$350,000 5.0% Over$350,000 4 75% If the delivery order is estimated to be $475,025 then the total basic services fee would be as follows: Fee = $475,025 x 4.75% =$22,564 The proposed fee of$225,640 will cover approximately 10 delivery orders of$475,025 for a total budget of approximately$4,750,250, over the next two (2) years If the above is acceptable, please prepare an amendment to our AE Contract for signatures Should you have any questions please let me know Sincerely, URBAN ENGINEERING J. Douglas McMullan. P.E JDMI Enclosures xc Daniei Deng, P.E.—Major Projects Engineer, Engineering Services wlencl via email Page 5 of 5 AMEND. NO. 3 EXHIBIT"A" Page 5 of 5 al441 SUPPLIER NUMBER TO BE ASSIGNED UY1.ii r 7..---. .r PURCHASING DIVISION Ca) of CITY OF CORPUS CHRISTI i; DISCLOSURE OF INTEREST ChriCity of Corpus Christi Ordinance 17112,as amended,requires all persons or firms seeking to do business with the City to provide the following information, Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Urban Engineering P.O.BOX: STREET ADDRESS: 2725 Swantner Drive CITY: Corpus Christi ZIP: 78404 FIRM IS: I. Corporation 82. Partnership M 3. Sole Owner CTI 4 Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,ptease use the reverse side of this page or attach separate sheet. 1. State the names of each employee" of the City of Corpus Christi having an "ownership interest"constituting 3°0 or more of the ownership in the above named"firm.' Name Job Title and City Department(if known) 2. State the names of each"official"of the City of Corpus Christi having an"ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Title WA 3. State the names of each"board member"of the City of Corpus Christi having an"ownership interest"constituting 3°0 or more of the ownership in the above named"firm." Name Board,Commission or Committee WA- 4. State the names of each employee or officer of a"consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an `ownership interest"constituting 3°0 or more of the ownership in the above named"firm." Name Consultant • FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter,unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: James L.Urban,P.E. Title: Principal (Type sr i'rial� Signature of Certifying 1 Date: Z Wily Person: --- r I DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi,Texas either on a full or part-time basis,but not as an independent contractor, d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial,and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person,partnership,corporation,joint stock company,joint venture,receivership or trust,and entities which for purposes of taxation are treated as non-profit organizations. e. "Official," The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held"refers to holdings or control established through voting trusts, proxies,or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-51162 Urban Engineering Corpus Christi,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 05/06/2016 being filed. City of Corpus Christi Dat Acknowledged:- .X512-0 RD 3 Provide the identification number used by the governmental entity or state agency to track or identify the ontra t,and provide a description of the services,goods,or other property to be provided under the contract. 8610 Amendment No.3-Programmed Water Line Service Life Extension City-Wide Water Distribution System Repair and Replacement -ID/IQ Procurement Nature of interest 4 app ) licable Name of Interested Party City,State,Country(place of business) (check Controlling I Intermediary Urban Engineering Corpus Christi,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AVANIALlitbilhodle I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. M• 1 1 iL- JOLENE E POTTERI AI V4117 ' My Commission Expires July 24,2017 (--- _ , k.„, or Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Ill /)7c Sworn to and subscribed before me,by the said , 6�Yn-C S ti 4 14,)-i''4-` ,this the day of 20 /& ,to certify which,witness my hand and seal of office. «e oLl"e'7' c JL�i 1L/ r, -k 4 )t1 i A 2(126._1-2 I i L. ISignature of officer administering oath rinted name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021