Loading...
HomeMy WebLinkAboutC2019-038 - 2/7/2019 - NA CITY OF CORPUS CHRISTI AMENDMENT NO. 1 CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas, hereinafter called "CITY," and URBAN ENGINEERING, hereinafter called "ENGINEER," agree to the following amendment to the Contract for Professional Services for Citywide Lift Station Repairs 2018-2019 (Prolect No. E17086) as authorized and administratively amended by: Original Contract April 10, 2018 M2018-049 $385,650.00 IN THE ORIGINAL CONTRACT, EXHIBIT A, SCOPE OF SERVICES, shall be modified as shown in the attached Exhibit A. IN THE ORIGINAL CONTRACT, COMPENSATION shall be modified as shown in the attached Exhibit A for an additional fee not to exceed $47 880.00 for a total restated fee not to exceed $433,530.00. All other terms and conditions of the April 10, 2018 contract between the'CITY"and"ENGINEER"and of any amendments to that contract which are not specifically addressed herein shall remain in full force and effect. CITY OF COR S CH URBAN ENGINEERING • ,f//, Way/if Keith Selman James L. Urban Date Interim City Manager 2725 Swantner Corpus Christi, Texas 78404 Corpus Christi, Texas 78404 (361) 854 3101 Office jimu@urbaneng.com RECOMMENDED • 1)/(/// 27 /9 Mark Van Vleck a Assistant C Ma a.er All 1_ , Val'= H. Gra , P.E. •-te Ex-`• ive Di - • 'ub' Wo' s fa, J- • H. Edmonds, P.E. D-'e Director of Engineering Services C2019-038 2/07/19 Urban Engineering EXHIBIT A Page 1 ef 7 SCANNEE 9/t.)4/‘._, 2019.01.31 08:12:58 -06'00' Legal Department Date ATTEST (Y--0//d/ev Rebecca Huerta Date 01g/I City Secretary Fund Name Accounting Unit Account No. Activity No. Amount WW 2013 RevBd 4252-042 550950 E17086-01-4252-EXP $47,880.00 Encumbrance No. AMD. NO. 2 Page 2 of 2 EXHIBIT A Page 2 of 7 [ tE 1.IRBAN ENGINEERING Job No. 26175.67.00 December 18, 2018 TRANSMITTED VIA EMAIL Mr. Pablo Martinez, P.E. Engineering Services City of Corpus Christi P.O. Box 9277 Corpus Christi, TX 78469 Subject: Citywide Lift Station Repairs 2018-2019 City Project No. E17086 Amendment No. 1 Dear Pablo: Further to our previous discussions, we are requesting an amendment to our present AE Agreement for additional civil design, structural design and electrical design necessary to complete the additional scope items. After preliminary research, site visits, and meetings with City Staff, additional work was identified and is described in the following paragraphs. The Williams Lift Station (LS) currently pumps to the existing headworks at the Oso Water Reclamation Plant. Currently a new headworks, approximately 27' higher than the existing headworks, is being constructed at the plant. As part of the original project scope, the existing pumps are to be replaced with new. Our existing fee was based on replacement of the same rated capacity pumps and did not include time to develop a system curve and select new pumps capable of pumping higher head. The Everhart Staples LS currently is in the dry pit/wet pit type configuration. The pump motors are in a building at ground level and the motor is connected to the pump at the bottom of the dry pit by a drive shaft. The existing dry pit sewage pumps are going to be replaced with dry pit submersible pumps. The dry pit submersible pump is a single unit with the motor attached directly to the pump. The proposed dry pit submersible pumps are considerably taller and heavier than the existing sewage pumps. Different options were considered for handling the proposed larger pumps and City staff would like to partially demolish the existing building and use a crane truck when the pumps need to be lowered into or lifted out of the dry well. The existing roof and three walls of the existing lift station building will be demolished. A new CMU wall and roof structure will be installed at the existing electrical room. As part of the original scope, this lift station is to have all new electrical installed. The existing AE Agreement does not include any time for structural design for major building modifications. A Structural Engineer will design the new CMU wall and new roof. Engineering services will be provided to obtain windstorm certification on the renovated lift station building (electrical room) at the Everhart Staples LS. The building will be inspected during the construction phase by a Texas Licensed Professional Engineer approved by the (361)854-3101 2725 SWANTNER DR. CORPUS CHRISTI,TEXAS 78404 FAX(361)854-6001 www.urbaneng.com TBPE Firm#145 TBPLS Firm#10032400 EXHIBIT A Page 3 of 7 Mr. Pablo Martinez December 18, 2018 Page 2 of 2 Texas Department of Insurance. Services include preparation of a WPI-1 form. At completion of construction of the building, a WPI-2-BC-5 Inspection Verification Form will be completed and a WPI-8 Windstorm Certificate will be obtained. As part of the original scope, the Williams LS and the Wooldridge LS will have new electrical equipment installed. The City Utilities Department has requested that electrical connections be installed as part of this project for the future electrical generators. Additional electrical equipment to accommodate a future generator will include an automatic transfer switch (ATS) and necessary connections points. The electrical engineer will provide design for these additional items. The proposed electrical improvements for both the Williams LS and Wooldridge LS include variable frequency drives (VFDs) for the new pumps. The VFDs will be installed inside of the existing electrical rooms and will produce significant heat as a part of their operation. A new HVAC system will be needed for both the Williams LS and Wooldridge LS to help offset the additional heat produced. We are now requesting an amendment to our present AE Agreement to include the additional work described above. We propose to perform the engineering services indicated for an additional fee of $47,880. A Manhour Breakdown of proposed amendment, updated Summary of Fees, and updated schedule are attached. Please review and let me know if you have any questions. We will be happy to sit down with staff and discuss at your earliest convenience. If acceptable, please have an AE fee amendment agreement processed. Sincerely, URBAN ENGINEERING 41‘.&42 Brian Wik, P.E. bdw EXHIBIT A Page 4 of 7 CITYWIDE LIFT STATION REPAIRS 2018-2019 - PROJECT NO. E17086 Brian Wik, P.E. CITY OF CORPUS CHRISTI December 18, 2018 Urban Engineering (TBPE #145) . MANHOUR BREAKDOWN OF ADDITIONAL SERVICES URBAN ENGINEERING SUB-CONSULTANTS W+S Bath Sr. Engr. Engineer III Structural Eng. Engineering Admin Exp. Task Hrs. Total Hrs. Total Amt. Amt. Amt. Total A. Civil -System Headloss Curve Determination 300 $300 1. Determine Pipe Lengths, elevations, and minor losses 8 880 $880 2. Create Computer Model 12 1,320 $1,320 3. Determine System Curves 4 980 16 1,760 $2,740 4. Coordinate Pump Selection with Reps 2 490 12 1,320 $1,810 5. Model System with Selected Pumps 2 490 16 1,760 $2,250 6. Final Recommendations 6 1,470 12 1,320 $2,790 SUBTOTAL $12,090 B. Electrical -HVAC and Switch Gear 1. Williams LS -Automatic Transfer Switch for Future Generator 1 110 4,500 680 $5,290 2. Wooldridge LS-Automatic Transfer Switch for Future Generator 1 110 3,500 530 $4,140 3. Williams LS and Wooldridge LS-New HVAC 4 440 9,500 1,430 $11,370 SUBTOTAL $20,800 C. Structural 1. Everhart Staples LS-Bldg. Demo& New Building 2 490 4 440 7,800 1,170 150 $10,050 SUBTOTAL $10,050 D. Structural -Windstorm Certification 111 m 1. Everhart Staples LS-Windstorm Certification for . 2 = Building Modifications 2 220 4,100 620, $4,940 N W SUBTOTAL $4,940 . y, 11 ADDITIONAL SERVICES TOTAL I $47,880 •1a S:\Projects\25000UP\26175\B700 2018 LS\AE Contract\Amendment No. 1\Fee Breakdown 12.13.18 12.18.18 Amendment No. 1 CITYWIDE LIFT STATION REPAIRS 2018-2019 (E17086) Urban Engineering (TBPE#145) Summary of Fees Original Amendment Contract No. 1 Total Fee for Basic Services 1 Preliminary Phase $47,700.00 $0.00 $47,700.00 2 Design Phase $247,500.00 $0.00 $247,500.00 3 Bid Phase $9,350.00 $0.00 $9,350.00 4 Construction Administration Phase $64,200.00 $0.00 $64,200.00 Sub-Total Basic Services Fee $368,750.00 $0.00 $368,750.00 Fee for Additional Services(Allowance) 1 Permit Preparation (as applicable) $0.00 $0.00 $0.00 2 ROW Acquisition Survey $0.00 $0.00 $0.00 3 Topographic Survey/Field Investigation $13,750.00 $0.00 $13,750.00 4 Environmental Issues $0.00 $0.00 $0.00 5 Construction Observation Services $0.00 $0.00 $0.00 6 Start-up Services $0.00 $0.00 $0.00 7 Warranty Phase $3,150.00 $0.00 $3,150.00 8 System Modeling, Electrical Design, and Building Modifications $0.00 $47,880.00 $47,880.00 Sub-Total Additional Services Fee $16,900.00 $47,880.00 $64,780.00 Total Authorized Fee $385,650.00 $47,880.00 $433,530.00 Council Appvl. 04/10/18 S:\Projects\25000UP\26175\B700 2018 LS\AE Contract\Amendment No. 1\FEe Breakdown EXHIBIT A Page 6 of 7 12.18.18 SCHEDULE Citywide Lift Station Repairs 2018-2019(E17086) Date Activity NTP 12 Weeks from NTP 60% Design Submittal 15 Weeks from NTP City Review 20 Weeks from NTP 100% Design Submittal 23 Weeks from NTP City Review 27 Weeks from NTP Final Submittal 29 Weeks from NTP Advertise for Bids 31 Weeks from NTP Pre-Bid Conference 33 Weeks from NTP Receive Bids 40 Weeks from NTP Contract Award 45 Weeks from NTP Begin Construction TBD Complete Construction EXHIBIT A Page 7 of 7 Sample form for: Payment Request COMPLETE PROJECT NAME AE Contract Project No. XXXX Revised 02/01/17 Invoice No. 12345 Invoice Date 01/01/2017 Total Current Previous Total Remaining Percent Basic Services: Contract Amd No. 1 Amd No. 2 Contract Invoice Invoice Invoice Balance Complete . Preliminary Phase $1,000.00 $0.00 $0.00 $1,000.00 $0.00 $1,000.00 $1,000.00 $0.00 100.0% Design Phase _ $2,000.00 $1,000.00 $0.00 $3,000.00 $1,000.00 $500.00 $1,500.00 $1,500.00 50.0% Bid Phase $500.00 $0.00 $250.00 $750.00 $0.00 $0.00 $0.00 $750.00 0.0% Construction Phase $2,500.00 $0.00 $1,000.00 $3,500.00 $0.00 $0.00 $0.00 $3,500.00 0.0% Subtotal Basic Services $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3% Additional Services: Permitting $2,000.00 $0.00 $0.00 $2,000.00 $500.00 $0.00 $500.00 $1,500.00 25.0% Warranty Phase $0.00 $1,120.00 $0.00 $1,120.00 $0.00 $0.00 $0.00 $1,120.00 0.0% Inspection _ $0.00 $0.00 $1,627.00 $1,627.00 $0.00_ $0.00 $0.00 $1,627.00 0.0% Platting Survey TBD TBD TBD TBD TBD TBD TBD TBD TBD O & M Manuals TBD TBD TBD TBD TBD TBD_ TBD TBD TBD SCADA TBD TBD TBD TBD TBD TBD TBD TBD TBD Subtotal Additional Services $2,000.00 $1,120.00 $1,627.00 $4,747.00 $500.00 $0.00 $500.00 $4,247.00 10.5% Summary of Fees: . Basic Services Fees $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3% Additional Services Fees $2,000.00 $1,120.00 $1,627.00 $4,747.00 $500.00 $0.00 $500.00 $4,247.00 10.5% Total of Fees $8,000.00 $2,120.00 $2,877.00 $12,997.00 $1,500.00 $1,500.00 $3,000.00 $9,997.00 23.1% Notes: . If needed, update this sample form based on the contract requirements. If applicable, refer to the contract for information on what to include with time and materials (T&M). om v x cn S CD & 0 Co EXHIBIT C Insurance Requirements Pre-Design, Design and General Consulting Contracts 1.1 Consultant must not commence work under this agreement until all required insurance has been obtained and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 1.2 Consultant must furnish to the Director of Engineering Services with the signed agreement a copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. A waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, Bodily Injury and Property Damage required on all certificates or by Per occurrence - aggregate applicable policy endorsements PROFESSIONAL LIABILITY $1,000,000 Per Claim (Errors and Omissions) If claims made policy, retro date must be prior to inception of agreement, have extended reporting period provisions and identify any limitations regarding who is insured. 1.3 In the event of accidents of any kind related to this agreement, Consultant must furnish the City with copies of all reports of any accidents within 10 days of the accident. 1.4 Consultant shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Consultant's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. Consultant is required to provide City with renewal Certificates. 1.5 In the event of a change in insurance coverage, Consultant shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 business days of said change. Consultant shall pay any costs resulting 1 Rev 04/17 Exhibit C Page 1 of 2 from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 1.6 Consultant agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: 1.6.1 If the policy is cancelled, other than for nonpayment of premium, notice of such cancellation will be provided at least 30 days in advance of the cancellation effective date to the certificate holder; 1.6.2 If the policy is cancelled for nonpayment of premium, notice of such cancellation will be provided within 10 days of the cancellation effective date to the certificate holder. 1.7 Within five (5) calendar days of a suspension, cancellation or non-renewal of coverage, Consultant shall notify City of such lapse in coverage and provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Consultant's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 1.8 In addition to any other remedies the City may have upon Consultant's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to withhold any payment(s) if any, which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. 1.9 Nothing herein contained shall be construed as limiting in any way the extent to which Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractor's performance of the work covered under this agreement. 1.10 It is agreed that Consultant's insurance shall be deemed primary and non- contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. 1.11 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 2 Rev 04/17 Exhibit C Page 2 of 2