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