Loading...
HomeMy WebLinkAboutResolution - 2024-R0308 - Amendment No. 1, PSA Contract 17790, With Enprotec / Hibbs & Todd, Inc - 07/09/2024Resolution No. 2024-R0308 Item No. 6.11 July 9, 2024 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute fe and on behalf of the City of Lubbock; Amendment No. 1 to the Professional Services Agreemer. Contract No. 17790 for engineering services for the Northeast Sanitary Sewer Intercepto Intermediate Lift Station Project, by and between the City of Lubbock and Enprotec/Hibbs � Todd, Inc., and related documents. Said Amendment is attached hereto and incorporated in thi resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on July 9, 2024 F, , ME 25A i A TEST: P,CCo ey Paz, APPROVED AS TO CONTENT: Erik Rejino, Assistant City Manager APPROVED AS TO FORM: Kelli Leisure, Senior Assistant City Attorney ccdocs/RES.Amend It to PSA 17790 Enprotec 1.10.246.24.24 Resolution No. 2024-R0308 Amendment 1 To Agreement Between The City of Lubbock, TX And Enprotec / Hibbs & Todd, Inc. THIS IS THE FIRST AMENDMENT TO THE AGREEMENT dated and entered into on the 16th day of January, 2024 Contract No. 17790, by and between the City of Lubbock ("City") and Enprotec / Hibbs & Todd, Inc. ("Engineer"), collectively (the "Parties"). Engineer is providing professional services for the Northeast Sanitary Sewer Interceptor Intermediate Lift Station Project. The Parties now agree to add additional services to the scope of the agreement. NOW THEREFORE, the Parties enter into this amendment and agree as follows: The scope of the original agreement is her:*Dy amended to include final design and bid phase services as described and set forth in "Exhibits A", att„ched hereto and incorporated herein. Further, the additional services herein shall be completed for an L.wount no, -,e exceed one hundred ninety-five thousand dollars and 00/100 ($195,000.00). An additional tlutcc ixty-rive (365) days shall be added to the term for the Engineer to complete the services herein agreed. All other terms of the agreement remain the same and are not altered herein. IN WITNESS HEREOF, the parties have executed this Agreement as of this 91h day of July 2024. CITY OF LUBBOCK MARKVCBRA ER, Mayor A TEST: Courtney Paz, City Secretary Enprotec / Hibbs & Todd, Inc. 6;4 J Jore an S. Hibbs, P.E., President Page 1 of 2 APPROVED AS TO CONTENT: Diael G. e num, P. ., Division Director of Engineering/City Engineer APPROVED AS TO FORM: A�t Z6� Kel 1 Leisure, Senior Assi nt City Attorney Page 2 of 2 EXHIBIT "A" AMENDMENT No. 1 SCOPE OF SERVICES NORTHEAST SANITARY SEWER INTERCEPTOR INTERMEDIATE LIFT STATION PROJECT ENGINEERING DESIGN SERVICES Provider shall provide Basic and Additional Services associated with PSA Contract No. 17790 between the CITY and PROVIDER for Professional Services dated January 16, 2024 for the City of Lubbock Northeast Sanitary Sewer Interceptor Intermediate Lift Station Project. The City of Lubbock has requested that Provider design an intermediate lifts :ion t: improve flow conditions within the Canyon Lakes, NW, and NE Loop 289 wastewater interceptor lines, based on the feasibility evaluation previously completed by Provider. • General scope of the project is to design a new intermediate sanitary sewer lift station at the design capacity of 1.0 MGD, based upon the Feasibility Evaluation Technical Memorandum prepared by eHT. This scope to Include: o Design Phase Services: ■ Topographic Design Survey ■ Geotechnical Bore Logs ■ Environmental Evaluation and Permitting ■ Prepare Design Drawings ■ Prepare Technical Specification o Bid Phase Services • This scope does not include the following services but will include them by subsequent amendment agreed upon by both parties. o Construction Phase Services o Post -Construction Phase Services o Construction Materials Testing Basic Services A. Preiiminary Desi ncnPPhase 1. Under the Preliminary Design Phase, Provider shall perform the following tasks: a. Develop and review new lift station design criteria with the City using the Feasibility Evaluation Technical Memorandum as guidance. b. Establish lift station site location and force main route. c. Coordinate collection of Topographic Design Survey information, including design -level topographic survey of the proposed site area and force main route. Design survey will include spot -confirmation of legal property boundaries taken from GIS. d. Coordinate collection of Geotechnical Bore Logs at the selected lift station site and along the selected force main route. Three bore holes expected. e. Prepare preliminary design of site layout and site civil improvements including concrete drive and site paving, fencing and accommodations for maintenance personnel and equipment E;<~i r 1:- lac 'ary Sewer Interceptor Intermediate Lift Station Project Page 11 of 4 access to the site. f. Prepare pr0ir na-v rout'ng design for new gravity and force main piping system improveme,-,ts -ecessary to connect new lift station to existing infrastructure as required. g. Coordinate with electric utility provider(s) to determine cost, if any, to bring new electric service to the proposed lift station site. h. Advise City if additional reports, data, information, or services of the types not contained in this Agreement are necessary and assist City in obtaining such reports, data, information, or Services. 1. Develop Preliminary Design Phase drawings for the proposed Lift St at or n•provemerts. j. Furnish the Preliminary Design Phase drawings to and review them . th City. k. Based on the information contained in the Preliminary Design Phase d�ar.,'nas, submit an Opinion of Probable Construction Cost (OPCC) for construction of the proposed improvements. I. Provider's Services under the Preliminary Design Phase will be considered complete when the Preliminary Design Phase documents listed above have been delivered to the City. B. Final Desran Phase 1. Under the Final Design Phase, Provider shall perform the following tasks: a. Prepare design for new sanitary sewer lift station to include new gravity line, wet well, pumps, discharge header, valve vault, equipment pad, site paving, and other related appurtenances. b. Prepare design for upstream diversion structure to be placed on the existing NE Loop 289 interceptor line to divert flow to the new lift station. c. Prepare design for force main from new lift station site to a new manhole to be placed on the existing Alternative NE interceptor line in Zennith Avenue and 81h Street. Design will use existing utility information taken from GIS records and the Topographic Design Survey. m. Prepare design for new electrical systems to include electrical gear for proposed equipment. Coordinate with electric utility to bring new service to existing location, if required. Any costs associated with extension of utility service to be paid by the City. d. Prepare design for new diesel -powered emergency backup generator for the lift station. e. Prepare final Drawings and Specl'ications indicating the scope, extent, and character of the Work to be performed and fur, ish'ed by Contractor. Specifications will be prepared, where appropriate, in general conformance with the 16-division format of the Construction Specifications Institute. f. Advise City of any adjustments to the OPCC and any adjustments to Total Project Costs known to Provider. g. Furnish the Final Design Phase documents to and review them with City. Make any final Exhibit A — Northeast Sanitary Sewer Interceptor Intermediate Lift Station Project Page 12 of 4 modifications or changes as requested by the City. h. Submit 2 copies and 1 pdf of the final Design Phase Documents and OPCC to City. i. Submit final Design Phase Documents to the TCEQ and coordinate response to any comments. 2. Provider's Services under the Final Design Phase will be considered complete when the final copies of the Design Phase Documents required above have been delivered. C. Bid Phase 1. After acceptance by City of the final Design Phase Documents and the most recent OPCC as determined in the Final Design Phase, Provider shall perform the following tasks: a. Assist City in advertising for and obtaining proposals for the Work for the prime contract and, if applicable, attend a pre -Bid conference. b. Issue Addenda as appropriate to clarify, correct, or change the Bidding Documents. c. Consult with City as to the acceptability of subcontractors, suppliers, and other individuals and entities proposed by Contractor for those portions of the Work as to which such acceptability is required by the Bidding Documents. d. Assist City in evaluating bids or proposals. e. City will deliver to Provider an electronic copy of the bid proposals and will review the qualifications of the low bidder along with the Provider. After review and discussion of low bidder qualifications between City and Provider, Provider will develop an Engineer's letter of recommendation of award. 2. The 31dding Phase will be considered complete upon commencement of the Construction Phase or ;pon cessation of negotiations with prospective Contractors. IV. Additional Services — Having a Determined Scope and Requirinc�City's Authorization in Advance A. With written notice to proceed, Provider shall provide the following additional services: 1. Provide coordination with regulatory agencies (TCEQ) and required documents for environmental clearance for the proposed Project after City approval of preliminary design. 2. Provide Topographic Design Survey for proposed improvements, including approximately 4-acre area for proposed lift station site along Oak St and approximately 3,300 feet of force main route. 3. Provide and complete Geotechnical Bore Logs at the proposed lift station site and two locations along the proposed force main route. II. Additional Services- Not having a Determined Scope and Requirina City's_Authorization in Advance A. If authorized in writing by City, Provider shall furnish or obtain from others Addi,'or ril Services of the types listed below. These services will be paid for by City. Exhibit A — Northeast Sanitary Sewer Interceptor Intermediate Lift Station Project Page 13 of 4 Services resulting from significant changes in the scope, extent, or character of the portions of the Project designed or specified by Provider or its design requirements including, but not limited to, changes in size, complexir;., City's schedule, character of construction, or method of financing; and revising previously accepteci studies, reports, Drawings, Specifications, or Contract Documents when such revisions are required by changes in Laws and Regulations enacted subsequent to the Effective Date of this Agreement or are due to any other causes beyond Provider's control. 2. Furnishing services of Provider's Consultants for other than Basic Services, or authorized Additional Services. 3. Services attributable to multiple prime construction contracts, in excess of the one (1) contemplated under this Agreement. 4. Services during out-of-town travel required of Provider other than for visits to the Site or City's office, or the Texas Commission on Environmental Quality. 5. Preparing for, coordinating with, participating in and responding to structured independent review processes, including, but not limited to, construction management, cost estimating, project peer review, value engineering, and constructability review requested by City; and performing orfurnishing services required to revise studies, reports, Drawings, Specifications, or other Bidding Documents as a result of such review processes. 6. Assistance in connection with Bid protests, rebidding, or renegotiating contracts for construction, materials, equipment, or services. 7. Prc v icing assistance in resolving any Hazardous Environmental Condition in compliance with current Lavv,s and Regulations. 8. Preparing to serve or serving as a consultant or witness for City in any litigation, arbitration or other dispute resolution process related to the Project. 9. Other services performed or furnished by Provider not otherwise provided for in this Agreement. Exhibit A — Northeast Sanitary Sewer Interceptor Intermediate Lift Station Project Page 14 of 4 EXHIBIT "B" AMENDMENT No. 1 COMPENSATION AND SCHEDULE NORTHEAST SANITARY SEWER INTERCEPTOR INTERMEDIATE LIFT STATION PROJECT This EXHIBIT B, consisting of 2 pages, referred to in and part of PSA Contract No. 17790 between CITY and PROVIDER for Professional Services dated 2024 for the City of Lubbock Northeast Sanitary Sewer Interceptor Intermediate Lift Station Project. I. For Basic Services Having a Determined Scope — Ltrr ,!, Stmm Method of Payment A. CITY shall pay PROVIDER for Basic Services se; fe-!h In Exhibit A, as follows: 1. Lump Sum Amount of $150,000.00 for Basic Services based on the following estimated distribution of compensation: TASK I Preliminary Design Phase.......................................................................................$45,000 TASK II Final Design Phase..................................................................................................$90,000 TASK III Bid Phase.................................................................................................................$15,000 2. PROVIDER may alter the distribution of compensation between individual tasks noted for basic services herein to be consistent with services actually rendered, but shall not exceed the total Lump Sum amounts unless approved in writing by the CITY. 3. The Lump Sum includes compensation for PROVIDER's services and services of PROVIDER's Consultants, if any. Apprcpriate amounts have been incorporated in the Lump Sum to account for lab:;r, 1,verl,ead, profit, a-d Reimbursable Expenses. 4. The portion of the Lump Sum amount billed for PROVIDER's services will be based upon PROVIDER's estimate of the proportion of the total services actually completed during the billing period to the Lump Sum. 11. Schedule of Services A. Time of Completion for Design and Bid Phase Services of the project from written Notice to Proceed (NTP) are as follows: TASK I Preliminary Design Phase....................................................................................... 90 days TASKII Final Design Phase.................................................................................................. 90 days TASKIII Bid Phase................................................................................................................. 60 days (End of Scope under this agreement) 111. For Additional Services Having a Determined Scope —Lump Sum Method of Payment A. CITY shall pay PROVIDER for Additional Services set forth in Exhibit A, as follows: 1. Lump Sum Amount of $45,000.00 for Additional Services based on the following estimated distribution of compensation: TASK I Environmental and Permitting Coordination.............................................................$15,000 TASK II Design Survey..........................................................................................................$20,000 TASK III Geotechnical Bore Logs...........................................................................................$10,000 L;:! iiDi'. E - i.cr:r; ast Sanitary Sewer Interceptor Intermediate Lift Station Project Page 11 of 3 IV. For Services Not Having a Determined Scope — Time and Expense Method of Payment A. CITY shall pay PROVIDER for services not having a defined scope on a time and expense basis according to the following Schedule of Charges. Services not determined herein will not be performed unless authorized in writing by CITY. B. Schedule of Charges is subject to an annual adjustment in January. (See attached): Exhibit B — Northeast Sanitary Sewer Interceptor Intermediate Lift Station Project Page 12 of 3 Enprotec I Hibbs & Todd, Inc. CURRENT HOURLY CHARGES FOR PROFESSIONAL SERVICES Charges include all salaries, salary expense, overhead, and profit. Principal...............................................................................................................................$ 250.00 per hour Senior Project Manager..........................................................................................................210.00 per hour Project Manager.....................................................................................................................180.00 per hour Senior Engineer / Geologist....................................................................................................165.00 per hour Project Engineer / Geologist...................................................................................................145.00 per hour Staff Engineer I 1 Geologist I...................................................................................................125.00 per hour Staff Engineer II 1 Geologist II.: ............................................................................................... 120.00 per hour RPLSI::::::::::::::::::::::::::::::::::::::::::::::::::::::.............................................................................. 170.00 per hour RPLSII...................................................................................................................................140.00 per hour Operations Specialist J Regulatory Compliance Specialist.....................................................160.00 per hour Contract Operator (Certified Class A/B Operator)...................................................................120.00 per hour Contract Operator (Certified Class CIDWater Operator) ................................................ 100,00 per hour Engineering I Field Technician I.............................................................................................145,00 per hour Engineering I Field Technician II.......................................................................... ..............120.00 per hour Engineering / Field Technician III..............................................................................................90.00 per hour CADI......................................................................................................................................140.00 per hour CAD11.....................................................................................................................................110.00 per hour CADIII......................................................................................................................................75.00 per hour Administrative...........................................................................................................................80.00 per hour SurveyParty..............................................................................................................235.00 per hour - 3 man ..................................................................................................................................210.00 per hour - 2 man ..................................................................................................................................185.00 per hour -1 man Expense Items Consultants, Contractors & Supplies....................................................................................... Cost plus 10% Travel (out of town only)...........................................................................................Current IRS rate per mile Lodging and meals (out of town trips).............................................................................................Actual cost Exhibit B — Northeast Sanitary Sewer Interceptor Intermediate Lift Station Project Page 13 of 3