Loading...
HomeMy WebLinkAboutC2019-478 - 8/20/2019 - NA CITY OF CORPUS CHRISTI AMENDMENT NO. 3 to the CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas, hereinafter called "CITY," and Alan Plummer Associates, Inc., hereinafter called "CONSULTANT," agree to the following amendment to the Contract for Professional Services for Greenwood Wastewater Treatment Plant Facility Flood Mitigation (Project No. 18070A) as authorized and administratively amended by: Original Contract April 25, 2018 Administrative Approval $49,700.00 Amendment No. 1 November 13, 2018 Motion No. 2018-216 $339,895.00 Amendment No. 2 June 5, 2019 Administrative Approval $0.00 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 $0.00 for a total restated fee not to exceed $389,595.00 All other terms and conditions of the April 25, 2018 contract 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 CO S STI ALAN PLUMMER ASSOCIATES, INC. - Sh-)Ir QA47/17 J ff H. Edmonds, P.E. Rex H. Hunt ate Director of Engineering Services Principal 5934 S. Staples St. Suite 220 (361) 356-8412 Office rhunt@apaienv.com APPROVED AS TO FORM ; • 2019.08.19 16:07:23 -05'00' Legal Department Date ATTEST 1 e..6C( Lt, CITY SECRETARY Page 1 of 1 Amendment No. 3 SCANNED PLUMMER 0537-034-01 August 7, 2019 Mr. Pablo G. Martinez, P.E., C.P.M. Project Manager Engineering Department Corpus Christi, TX 78414 Re: Greenwood Wastewater Treatment Plant Flood Mitigation City Project No. 18070A Request for Amendment 3—Saratoga/Greenwood 2D Simulations Dear Mr. Martinez: Alan Plummer Associates, Inc. is requesting an amendment to the Greenwood Wastewater Treatment Plant Facility Flood Mitigation contract to include additional modeling of the site and all of the items in the attached proposal. 2D modeling of the Saratoga/Greenwood intersection will be used to provide two alternatives to address the localized flooding at the plant. The additional cost of this work is $60,754.50, including markup, as shown in the attached Summary of Fees. This cost will be covered as a no-cost change by removing the Environmental portion of the original scope. A total of$3,455 will remain in the Additional Services budget to be used as directed by the City. If you have any questions, please call me at (817) 806-1700. Sincerely, J- rey E Caffey, P.E. Texas No. 81896 Project Manager JEC/scmk 1320 South University Drive,Suite 300 Fort Worth,Texas 76107 Phone 817.806.1700 Fax 817.870.2536 Plummer.com EXHIBIT A TBPE Firm No.13 Page 1 of 5 fl Lockwood,Andrews &Newnam,Inc. A LEO A DALY COMPANY Exhibit A-1 - SCOPE OF SERVICES A. Scope of Work LAN met with APAI and city staff on February 25, 2019 to discuss the status of the Greenwood WWTP. APAI presented three desktop level options for achieving flood protection of the WWTP. During the discussion with plant operations staff there was suspicion that the levee would solve the actual flood events experienced at the Greenwood plant. The operations staff noted that the elevation of La Volla Creek, originally thought to be the source of flooding, was not at flood stage when the flooding of the pump house occurred. Following the discussion, there was concern that indeterminate drainage from the Saratoga and Greenwood intersection could be a source of localized flooding. The scope of services provided prior to this supplemental scope and fee assumed that the design storm event was the 100-year riverine flooding from La Volla Creek. Following the revelations of the February meeting, it has become apparent that the scope of analysis should be expanded to include localized flooding which may occur more frequently and could potentially continue to occur even after the levee construction is complete. LAN proposes the following tasks: A. Task 1- Saratoga/Greenwood 2D simulations A. Task 1—Saratoga/Greenwood 2D Simulations a. Create a 2D rain-on-mesh simulation using InfoWorks ICM using simplified excess rainfall assumptions for the 2-, 5-, 25-, and 100-year events; a. Limited to a single model run with QA/QC; b. Refine the XPSWMM 2D model to be used for the overall site using the flow patterns developed from the rain-on-mesh model; a. Limited to a single model run with QA/QC; c. Based on the model results, provide two alternatives for addressing localized flooding contributing to the Greenwood WWTP site; a. Map two alternatives; b. Provide programmatic OPCC; c. Preliminary utility conflict analyses based on city-wide water and sanitary sewer data; d. Limited to two model runs with QA/QC; d. Summarize the results in a technical memorandum and present to city for review and comment; a. Complete quality control review; e. Final results of memo will be presented as an appendix to the final report already scoped; a. Complete quality control review; f. Develop channelization model for lower La Volla Creek to Oso Creek – LAN will use an estimated Ordinary High Water Mark (OHWM) determined from contour and high frequency rainfall events to develop a channelization model using a similar geometry to the Urban Engineering grading being completed downstream of Saratoga. The results of this model will be used to determine the extent of water surface elevation reduction can be obtained from channelization downstream to achieve flood risk reduction and a lower EXHIBIT A Page 2 of 5 • • • WSEL for protection of the Greenwood WWTP. High level cost estimates will be developed based on rough approximations of channel volumes using "average end area" method. The results of this analysis will be summarized in a brief technical memorandum along with the two tasks above to later become an appendix to the PPR report developed by APAI. a. Limited to two alternatives based on cross section configuration and horizontal alignment; b. No review of environmental permitting, mitigation,or associated costs is included in this scope. An environmental subconsultant will be retained via supplemental services if these services are desired; B. Assumptions and Limitations LAN's proposal and fees described herein are based on the following assumptions and limitations: a. The following evaluations will be performed by APAI: i. Surveying—LAN assumes that the reference benchmarks used will be the same benchmarks for the survey used for the UV replacement project. It is assumed that LAN will be provided an opportunity to review the survey deliverables prior to finalization in the event that key elevation data is identified for use in modeling; b. Any additional geotechnical sampling and testing will be performed by a third party consultant directly under the contract with the City of Corpus Christi. c. LAN's services exclude: i. Geotechnical Sampling and Testing ii. Environmental permitting or permit review and compliance iii. Exhaustive coordination with other sub-consultants or consultants outside of the project team C. Opinions of Probable Construction Costs LAN will perform conceptual cost estimating to determine an opinion of probable construction costs for the flood mitigation improvements. Opinions of probable project cost will be made based on LAN's experience and qualifications and represent our judgment as an experienced and qualified professional generally familiar with the industry. However, since we have no control over the cost of labor, materials, equipment, or services furnished by others, or over the Contractor's methods of determining prices, or over competitive bidding or market conditions, LAN cannot and does not guarantee that proposals,bids, or actual project cost will not vary from opinions of probable costs submitted. If APAI or the Owner wish greater assurance as to probable costs, consideration should be given to retaining an independent cost estimator. D. Summary of Fee's LAN proposes to provide these services for a lump sum fee of$52,830 in accordance with the attached terms and conditions. Any work outside the proposed scope will be added, with authorization from APAI, through a contract amendment. This proposal is valid for 45 calendar days from the date on this proposal. EXHIBIT A Page 3 of 5 The following table summarizes the fees associated with each task: Summary of Fees Task Fee Task 1 Saratoga/Greenwood 2D Simulations $52,830 EXHIBIT A Page 4 of 5 Greenwood Wastewater Treatment Plant Facility Flood Mitigation CITY PROJECT NO. 18070A SUMMARY OF FEES Original Amendment No. Amendment No. Amendment No. Basic Services: Contract 1 2 3 Total Contract Preliminary Phase $49,700.00 $254,698.00 $60,754.50 $365,152.50 Design Phase $0.00 Bid Phase $0.00 Construction Admin Phase $0.00 Subtotal Basic Services $49,700.00 $254,698.00 $0.00 $60,754.50 $365,152.50 • Additional Services: Permit Prepartion $29,760.00 -$29,760.00 $0.00 Topographic Survey $20,987.50 $20,987.50 ROW Acquisition Survey $0.00 Environmental Issues $55,437.00 $8,772.50 -$60,754.50 $3,455.00 Public Meetings $0.00 Construction Observation $0.00 Traffic Control $0.00 Signalization Improvements $0.00 Warranty Phase $0.00 Construction Inspection (T&M) $0.00 Platting Survey $0.00 O & M Manuals $0.00 • SCADA $0.00 Subtotal Additional Services $0.00 $85,197.00 $0.00 -$60,754.50 $24,442.50 • Summary of Fees: Basic Services Fees $49,700.00 $254,698.00 $0.00 $60,754.50 $365,152.50 t X Additional Services Fees $0.00 $85,197.00 $0.00 -$60,754.50 $24,442.50 A 2 Total Authorized Fees $49,700.00 $339,895.00 $0.00 $0.00 $389,595.00 N W April 25, 2018 Nov. 13, 2018 June 5, 2019 Pending 2 -I Admin Approval Motion M2018-216 Admin Approval Admin Approval Ua Sample form for: Request COMPLETE PROJECT NAME PaymentAEContract 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 0 & 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 I $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 $9,997.00 23.1% Notes: If needed, update this sample form based on the contract requirements. If applicable, refer to the contract for information on what to include with time and materials (T&M). -om CD x CO s CD 0 CO EXHIBIT B-1 CONFIDENTIAL RATE SHEET Rate sheets are confidential pursuant to section 552.104 of the Texas Government Code since release of this information would give advantage to a competitor or bidder. In addition, section 552.110 of the TX Govt. Code protects third party commercial and financial information if release of the information would cause the third party substantial competitive harm. Final determination of confidentiality will be made by the Texas Attorney General. DOCUMENTATION OF PROVISIONAL / OVERHEAD RATES: Overhead rate documentation has been provided to the City of Corpus Christi and was utilized in reviewing and approving the loaded hourly rates below. PRINCIPALS: The Consultant must provide documentation with each payment request that clearly indicates how a Principal's time is allocated and the justification for that allocation. PRINCIPAL(S): HOURLY RATE TX REGISTRATION #: ($/h r) Project Consultant: CAD Technician: Clerical: Other—specify: SUBCONSULTANT(S): (firm) Principal(s): Project Consultant: CAD Technician: Clerical Other— specify: Add additional subconsultants as needed. Exhibit B-1 Confidential Rate Sheet Page 1 of 1 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