Loading...
HomeMy WebLinkAboutC2017-115 - 3/22/2017 - NA CITY OF CORPUS CHRISTI AMENDMENT NO. 10 CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas, a Texas home-rule municipal corporation ("City") and Carollo Engineers, Inc. ("Consultant"), agree to the following amendments to the Contract for Professional Services for New Broadway Wastewater Treatment Plant(Project No. 7293): Original Contract December 1, 2006 Administrative Approval $24,915 Amendment No. 1 February 12, 2008 Motion No. 2008-033 $7,306,047 Amendment No. 2 September 18, 2009 Administrative Approval $34,801 Amendment No. 3 November 10, 2009 Motion No. 2009-314 $855,669 Amendment No. 4 February 3, 2010 Administrative Approval $45,000 Amendment No. 5 August 9_2011 Administrative Approval $48,750 Amendment No. 6 September 28, 2012 Administrative Approval $49,980 Amendment No. 7 November 16, 2015 Administrative Approval $49,980 Amendment No. 8 June 2, 2016 Administrative Approval $12,180 Amendment No. 9 September 26, 2016 i Administrative Approval $49,690 In the Original Contract, Exhibit A. Scope of Services, shall be amended as set forth in the attached Amendment No.10, Exhibit A. In the Original Contract, Exhibit A, Fees,shall be amended based on the modified scope of services in the attached Amendment No. 10, Exhibit A for a fee not to exceed $42,750, for a total restated fee not to exceed $8,519,762. All other terms and conditions of the December 1, 2006 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 CORPUS CHRISTI CAROLLO ENGINEERS, INC. * l�/�r( 4747 �j/` g4any ay Jason Anderso C�1� ' coir Into ca,awers °a1e ' "r'0 e 03/09/2017 Margie C. Rose Date Ja on Anderson, P.E. Date City Manager Associate Vice President 8911 Capital of Texas Hwy North, Suite 2200 �� j//�� Austin, TX 78759 t;�/a / /2,/%7 (512) 882-0469 Office Mark Van Vleck D to JAnderson@carollo.com Assistant City Ma :g:r / £111I . , $ 5/0'7/7 7 V.Ve H. Gray, P.E. 'j 1�- 'iDate Exe utive Direct. if • bl Wo s 7 APPROVED AS TO LEGAL FORM I /)„Uw i Aimee Alcorn-Reed ({J( 2017.03.14 09:41:07-05'00' Assistant City Attorney Date 2017-115 3/22/17 JATER\7293 NEW BROADWAY WWTP\CAROLLO\AMENDMENT NO 10\CONTRACT DOC REV 10/1115 Carollo Enginering Inc. NDEXED • ATTEST -f-�, •� Ot / 11 keV t�C! Ci Secretary Date Project Name New Broadway WWTP Engineering Project Number 7293 Finance Project Number 190130 Accounting Unit 4249-064 Account 550950 Activity 190130-01-4249-EXP Account Category 50950 Fund Name Wastewater 2012B RVBD Amendment No. 13 for$42,750 K:\ENGINEERING DATAEXCHANGEUENNIFER\WASTEWATER\7293 NEW BROADWAY WWTP\CAROLLO\AMENDMENT NO.10\CONTRACT.DOC REV.10/1/15 • Attachment A AMENDMENT NO. 10- SCOPE OF SERVICES CITY OF CORPUS CHRISTI NEW BROADWAY WASTEWATER TREATMENT PLANT PROJECT NO. 7293 BID OF UV CHANNEL MODIFICATIONS 1.0 BACKGROUND The City of Corpus Christi (City) has retained Carollo Engineers, Inc. (ENGINEER)to provide professional engineering services to prepare Bid Documents for modifications to the UV System of the New Broadway Wastewater Treatment Plant(NBWWTP). This Amendment No. 10 provides for preparation of Drawings and Specifications to allow the City to bid the work associated with the installation of new channel baffle deflector plates and associated channel improvements to the existing UV Disinfection System. 2.0 PURPOSE This Amendment No. 10 establishes the Scope of Work, the Time of Performance, and the Engineering Services Budget for Design, Bid Phase, and Construction Phase Services to be provided by the ENGINEER for the City. The engineering services will consist of the following: • Task 100—Project Management and Meetings • Task 200—Quality Management • Task 500— Final Design Services (Drawing and Specification Production) • Task 700— Bid Phase Services • Task 800—Construction Phase Services 3.0 PROJECT ELEMENTS The scope of services presented herein is based on a project that consists of the major elements summarized below: 1. Bid Document Preparation: a. Convert existing Drawings originally prepared for construction as a work change directive to an existing contract to Drawings suitable for bid as a new and separate project. b. Develop new Division 0 front-end Specifications from the City Standard Front-end Specifications. c. Convert existing Technical Specifications originally prepared for construction as a work change directive to an existing contract to Technical Specifications suitable for bid as a new and separate project. March 3, 2017 Amendment No. 10 pw://CarollolDocuments/Client/TX/Corpus Christi/_Proposals/Amendment No.10 Exhibit A Page 1 of 9 d. Develop an Opinion of Probable Construction Cost(Class 1 Estimate as defined by the American Association of Cost Engineers). 2. Bid Phase Services: a. Attend Pre-Bid meeting. b. Respond to Bidder inquiries on the project. c. Prepare Addenda as needed, and provide an evaluation of the apparent low bidder. 3. Construction Phase Services: a. Coordinate with City inspectors. b. Respond to RFIs. c. Review submittals. d. Provide final punch list. e. Record Drawings. f. Maintain Construction Document Management Site (EADOC). 4.0 SCOPE OF SERVICES TASK 100 PROJECT MANAGEMENT AND MEETINGS Task 101 - Project Management, Planning and Reporting Plan, organize, staff, direct, manage, coordinate, and report work tasks of project team including subconsultants. Manage project budget, schedule, and invoicing. Deliverables: a. Monthly Status Report. b. Monthly Invoices. Task 102- Design and Contract Document Coordination Meetings Prepare for, conduct, and perform follow-up actions for one design coordination meeting with the City via conference call. The purpose of the meeting will be to review the Bid Documents with the City. Deliverables: a. Agenda, and meeting minutes. Amendment No. 10 March 3, 2017 Exhibit A pw://Carollo/Documents/Client/TX/Corpus Christif_Proposals/Amendment No.10 Page 2 of 9 • TASK 200 QUALITY MANAGEMENT Task 201 -Independent Review Team Perform quality management activities on Bid Documents including technical review, document review, quality assurance/quality control activities, and checking. TASK 300 SUBCONSULTANT SERVICES No services by subconsultants are anticipated. TASK 400 PRELIMINARY DESIGN No preliminary design services are required. TASK 500 FINAL DESIGN Task 501 - Drawing and Specification Production 501.1 Convert existing Drawings originally prepared for construction as a work change directive to an existing contract to Drawings suitable for bid as a new and separate project. 501.2 Develop new Division 0 front-end Specifications from the City Standard Front-end Specifications. 501.3 Convert existing Technical Specifications originally prepared for construction as a work change directive to an existing contract to Technical Specifications suitable for bid as a new and separate project. Task 502-Opinion of Probable Construction Cost Prepare opinion of probable construction cost for the UV Modifications Project final deliverable package. Issue to City along with Bid ready Contract Documents. Cost opinion will be a Class 1 Estimate as defined by the American Association of Cost Engineers (AACE). Task 503 -Deliverables 503.1 Prepare 90% plans and specifications for the UV Modifications Project bid package. Issue to City for review and comment as a PDF document. 503.2 Prepare"Bid ready" plans and specifications for use in bidding project as a Certified PDF document. TASK 600 PERMITTING, AND AGENCY COORDINATION No permitting efforts are anticipated. March 3, 2017 Amendment No. 10 pw://Carollo/Documents/Client/TX/Corpus Chnstil_Proposals/Amendment No.10 Exhibit A Page 3 of 9 • TASK 700 BID PHASE SERVICES Task 701 -Pre-bid Meeting The Engineer will assist the City to plan, schedule, conduct, and prepare notes and attendees list for a pre-bid conference. Purpose of the meeting will be to review project with potential bidders and answer questions. It is assumed that the meeting will last up to two hours, and will be conducted at City facilities. A site visit will be held in conjunction with the meeting. Deliverables: a. Pre-bid meeting agenda, minutes, list of attendees. Task 702- Respond to Bidder Inquiries During bid phase, the Engineer will respond to inquiries from potential bidders and suppliers. Questions and responses will be documented on inquiry logs. Deliverables: b. Documentation of bidder inquiries and responses for bid period. Task 703 -Prepare Addenda/Bid Evaluation As necessary, addenda drawings and specifications will be prepared and issued to clarify and modify the bid package. Up to two addenda will be prepared for the bid package. The Engineer will review the bid package and provide an opinion of the qualifications of the potential low bidder. A letter of assessment will be prepared and issued to the City. Deliverables: a. Up to two Addenda. b. Letter documenting Engineer's assessment of qualifications of assumed low bidder for bid. TASK 800 CONSTRUCTION PHASE SERVICES Task 801 -Field Inspection Coordination The Engineer will coordinate with City inspectors and be available to answer questions that arise in the field. Task 802 -RFIs The Engineer will prepare written responses to Requests for Information (RFIs) produced by the Contractor. It is assumed that up to 4 RFI responses will be prepared. March 3, 2017 Amendment No. 10 pw://Carollo/Documents/Client/TX/Corpus Christi/_Proposals/Amendment No.10 Exhibit A Page 4 of 9 • Task 803-Submittal Review The Engineer will review shop drawings and technical submittals for general conformance with the intent of the Contract Documents and will prepare written responses for each review. It is assumed that up to 3 submittals, including resubmittals, will be reviewed and commented on. Task 804-Close-out The Engineer will perform a final walk-through of the installed facilities with the City and Contractor and develop a punch list of activities to complete prior to Final Completion of the project. Deliverables: c. Shop drawing review comments, RFI responses, punch list Task 805- Record Drawings The bid documents will be updated in accordance with redline drawings generated by the Contractor during the construction phase by incorporating changes directly into the documents so that a single Record Drawing set is prepared without the need to reference the conformed set. The Engineer will prepare the Record Drawings according to the redline Drawings received from the Contractor. The Record Drawings will be available to the City within 60 days of receipt of all data in its entirety from the Contractor. Deliverables: a. Ten sets of half-size Record Drawings b. Final Record Drawing CAD Files in AutoCAD format c. Half-size and Full-size Final Record Drawing CAD files in PDF format Task 806-Web-Based Project Document Management System The Engineer will provide a web-based Project Document Management System as provided by EADOC, LLC. Training on the use of the System will be provided to the COA, Contractor, and Engineer's Subconsultants. ASSUMPTIONS AND CITY RESPONSIBILITIES In addition to specific assumptions presented within Tasks 100 through 700 above and the following major assumptions apply to the scope of services: 1. Schedule: It is assumed the Work will be completed within two months of Notice to Proceed. March 3, 2017 Amendment No. 10 Exhibit A pw://CarolloiDocuments/Client/TX/Corpus Christi/_Proposals/Amendment No.10 Page 5 of 9 • • 2. File Management: ProjectWise®will serve as the file management system for all project documentation. All drawings and specifications will be saved to the ProjectWise®files created specifically for this project. 3. Site and Project Elements: The scope of services will be limited to those sites and project elements identified under the Project Elements listed above. 4. Deliverables: PDF files of all deliverables will be provided to the City. Final drawing sets will be produced by the City. All deliverables will also be posted to ProjectWise®. 5. Changes in Laws or Regulations: In the event that changes in Laws or Regulations after the effective date of the authorization impose taxes,fees, or costs on Engineer's services, the costs shall be in addition to the Engineer's estimated total fee presented herein. 6. It is assumed that all structures, equipment, piping, valves, and appurtenances required for the UV System have been properly installed and maintained as per the Contract Documents, and are in proper condition for installation and operation in order to fully evaluate the performance of the system. 7. Project Management and Meetings (Task 100): a. Meetings will be limited to the number of meetings listed under the base services. 8. Quality Management(Task 200): a. Internal Quality Management: Carollo will designate a quality management team to perform overall project review, and quality assurance/quality control of Carollo's tasks. 9. Bid Phase Services (Task 700): a. Construction of the UV Channel Modifications Project will be bid in a single bid package. b. The scope does not include costs for rebidding or bid protests. c. It is assumed the City will distribute electronic media copies of Contract Documents to Bidders. The cost to provide additional bond copies will be paid by plan holders. 10. Construction Services (Task 800): a. Costs are based on construction duration of 3 months. Inspection services are not included, and are assumed to be provided by the City. Amendment No. 10 March 3, 2017 Exhibit A pw:llCarollo/Documents/ClientTXJCorpus ChdstV_Proposals/Amendment No.10 Page 6 of 9 COMPENSATION Compensation for the above Scope of Services shall be on a lump sum basis with payment made monthly on the basis of progress achieved. The Engineer shall prepare a schedule of values for review by the City. Upon acceptance, the schedule of values will be used to establish monthly progress payments versus percent complete. The projected cost for this amendment has been calculated and is defined in Attachment B. The total compensation for the above Scope of Services, including allowances, shall be forty-two thousand seven-hundred fifty dollars ($42,750) and shall not be exceeded without prior written authorization from the City. Amendment No. 10 March 3, 2017 Exhibit A pw://Carollo/Documents/Client/TX/Corpus Christi/_Proposals/Amendment No.10 Page 7 of 9 This page intentionally left blank. Amendment No. 10 March 3, 2017 Exhibit A pw://Carollo/Documents/Client/TX/Corpus Christi/_Proposals/Amendment No.10 Page 8 of 9 ATTACHMENT B - FEE DEVELOPMENT 3/3/2017 Task No. Description Proj Principal Mng Eng VI (QM) PM/PE EIT I CADD Tech V Admin Spec I Total Hrs ( Carollo ) Cost Carollo ( ) Reimb Exp Other Direct Costs Total Cost per Task 100 PROJECT MANAGEMENT AND MEETINGS 2 0 10 4 0 0 16 $ 3,810 $ - $ - $ 3,810 101 Project Management, Planning and Reporting 8 8 $ 2,070 102Design and Contract Document Coordination Meetings 2 2 4 8 $ 1,740 200 ` QUALITY MANAGEMENT 0 4 0 0 0 0 4 $ 1,040 $ - $ - $ 1,040 201 Independent Review Team 4 4 $ 1,040 300 SUBCONSULTANT SERVICES 0 0 0 0 0 0 0 $ - $ - $ - $ - 400 PRELIMINARY DESIGN 0 0 0 0 0 0 0 $ - $ - $ - $ - 500 FINAL DESIGN 2 0 28 22 18 48 118 $ 20,000 $ - $ - $ 20,000 501 Drawing and Specification Production 20 10 10 40 80 $ 13,040 502 Opinion of Probable Construction Cost 4 4 8 $ 1,700 503 Deliverables 2 0 4 8 8 8 30 503.1 90% Submittal 1 2 4 4 4 15 $ 2,630 503.2 Bid Documents 1 2 4 4 4 15 $ 2,630 600 PERMITTING, AND AGENCY COORDINATION 0 0 0 0 0 0 0 $ - $ - $ - $ - 700 BID PHASE SERVICES 0 0 14 8 4 4 30 $ 6,110 $ 250 $ - $ 6.360 701 Pre-bid Meeting 8 8 $ 2,070 $ 250 702 Respond to Bidder Inquiries 2 4 6 $ 1,180 703 Prepare Addenda / Bid Evaluation 4 4 4 4 16 $ 2,860 800 CONSTRUCTION PHASE SERVICES 0 0 34 8 4 4 50 $ 11,290 $ 250 $ - $ 11,540 801 Field Inspection Coordination 4 4 $ 1,040 802 RFIs (4 total) 6 6 $ 1,550 803 Submittal Review (3 submittals, including resubmittals) 12 12 $ 3,110 804 Close-out 8 8 $ 2,070 $ 250 805 Record Drawings 4 4 4 12 $ 1,820 806 EADOC Construction Document Management 4 4 8 $ 1,700 TOTAL DESIGN HOURS 4 4 86 42 26 56 218 TOTAL DESIGN COST $ 1,130 $ 1,040 $ 22,270 $ 6,930 $ 4,710 $ 6,160 $ 42,250 $ 500 $ - $ 42,750 RATE PER HOUR $ 283 $ 259 $ 259 $ 165 $ 181 $ 110 TOTAL LABOR COST $ 42,250 TOTAL REIMBURSABLE EXPENSES AND ODC'S $ 500 TOTAL COST I $ 42,250 I $ 500 I $ - I $ 42,750 Amendment No. 10 Exhibit A Page 9 of 9