HomeMy WebLinkAboutResolution - 685 - Amendment#1 To Agreement - PSC Inc - 2 Digesters, SE Water Reclamation Plant - 01/08/1981JCR:bs RESOLUTION #685 - 1/8/81
(Contract: Resolution #672, 12/11/$0)
RESOLUTION
lr
i
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
I
THAT the Mayor of the City of Lubbock is hereby authorized and directed tol
execute for and on behalf of said City Amendment No. 1 to Agreement entered i
into by and between said City and the Engineering Consulting firm of Parkhill,
Smith & Cooper, Inc., for engineering services to be furnished by said firm to
said City in connection with the Bidding and Construction Phase (Step III) for
two digesters at the Southeast Lubbock Water Reclamation Plant, attached
herewith is__a.cogy:.6f said Amendment which shall be spread upon the Minutes of
the Council and as spread upon the minutes of the Council shall constitute and
be a part of this Resolution as if fully copied herein in detail.
Passed by the City Council this 8th day of
ATTEST:
January , 1981.
r-
Evelyn Gaffga, City e4V
ery-Treasurer
APPROVED AS TO CONTENT:
ts6n, Chief Water Utilities
APPROVED AS TO FORM:
";4 c--� c
C. Ross, Jr., City Attorney
t
,z
RESOLUTION #685 - 1/8/81
(Contract Resolution #672,.
/ 12/11/80)
AMENDMENT NO. 1
TO AGREEMENT
CITY OF LUBBOCK, TEXAS
AND
PARKHILL, SMITH & COOPER, INC.
FOR ENGINEERING SERVICES
THIS IS AN AMENDMENT to -the Agreement dated December 11, 1980 between
the CITY OF LUBBOCK, TEXAS, hereinafter called the "Owner" and PARKHILL,
SMITH & COOPER, INC., hereinafter called the "Engineer".
WHEREAS the Agreement included subcontracting the preparation of an
Operation and Maintenance Manual to a Minority Business Enterprise (MBE).,
with the Operation and Maintenance Manual to consider existing plant fac-
ilities as well as those to be included in the Project as described in the
Agreement;
WHEREAS, the Texas Department of Water Resources has advised the Owner
that the Operation and Manual need only consider items included in the Pro-
ject and that the Scope of Services associated with preparation of an
Operation and Maintenance Manual could thus be reduced;
The Agreement is hereby amended as described below and to include sub-
contracting preparation of a Final Plan of Operation to an MBE in order to
provide satisfactory MBE participation in the Engineering Agreement for the
Project.
1. Page VI -3 of the Agreement, which lists the total
estimated costs for authorized Special Services, shall
be deleted, and the attached page VI -3 shall be sub-
stituted therefor.
2. Page VI -4 of the Agreement, which lists the fixed
fee for each of the authorized Special Services, -shall
be deleted, and the accompanying'.Page VI -4 shall be
substituted therefor.
AMENDMENT NO. 1
Page 1 of 2
3. Pave VI -5 of the Agreement, which summarizes Engineering costs,
shall be deleted, and the accompanying page VI -5 shall be sub-
stituted -therefor.
4. EPA forms 5700-41 attached to the Agreement for (1) surveying
to establish horizontal and vertical control, (2) preparation
of a final plan of operation, and (3) preparation of an opera-
tion and maintenance manual shall be deleted, and the accom-
panying 5700-41 forms for the three work items shall be sub-
stituted therefor. The'5700-41 form for surveying is being
replaced due to an arithmetical error in.the original form.
This Amendment No. 1 is hereby approved and executed in 2 counterparts
on,.behalf of the Engineer by the President of Parkhill, Smith.•& Cooper, Inc.,
and on behalf of the Owner by its Mayor this 8th day of January, 1981.
OWNER:
CITY OF LUBBOCK, TEXAS
i
By./
yor � f
City Secri�tar3
APPROVED AS TO FORM:
CIO Attorney
ENGINEER:
PARKHILL, SMITH & COOPER, INC.
By
", Vil
Presiders
AMENDMENT NO. 1
Page 2 of 2
shall be calculated at the end of each fiscal year. For
the fiscal year beginning September 30, 1980, the factor
was 135.22%. Payroll cost shall mean the actual salaries
and wages paid by the Engineer to his principals, engineers,
technicians, draftsman, clerical and other personnel engaged
directly on the Project.
b. Non -salary costs, such as transportation, toll telephone
calls, telegrams, reproduction, printing and similiar
Project related items shall be reimbursed at cost.
c. Costs of subcontracts shall be reimbursed at actual cost
to the Engineer for all services provided on the Project
by approved subcontractors.
The Engineer, after written authorization by the Owner to Proceed, shall
furnish or secure Special Services set forth in Section VII(L) - Services of a
Resident Project Representative; Section VII(s) - Land survey, and establish-
ment of boundaries and monuments; Section VII(6) - Soil and foundation
investigation, including field and laboratory testing and construction testing;
Section VII(9) - Printing and reproduction of plans and specifications as
required for bidding purposes; Section VII(12) - Preparation of Final Plan of
Operation; Section VII(13) - Preparation of Operation and Maintenance Manual;
Section VII(14) - Furnishing Mylar reproducible prints of record drawings.
The total costs, including salary cost, non -salary cost and costs of
subcontracts, for authorized Special Services shall not exceed the following
amounts:
Section VII(1) - $60,814
Section VII(2) - $ 915
Section VII(6) - $ 5,407
Section VII(9) - $ 2,169
Section VII(12) - $ 806
Section VII(13) - $10,847
Section VII(14) - $ 1,439
Section VII(15) - $ 5,491
except the Owner and the Engineer mutually agree to amend this Agreement.
VI -3
AMENDMENT NO. 1
In addition to the total cost, the Owner shall pay the Engineer a fixed
fee for each of the authorized Special Services as follows:
Section VII(1) - $10,155
Section VII(2) - $ 90
Section VII(6) - $ 550
Section VII(9) - $ 220
Section VII(12) - $ 50
Section VII(13) - $ 753
Section VII(14) - $ 279
Section VII(15) - $ 440
except the Owner and the Engineer agree the fixed fee will be increased in the
event the scope of Special Services is increased.
The method of payment for Special Services shall be monthly as the ser-
vices are furnished. The Engineer shall submit statements to the Owner which .
shall identify all costs for the payment period plus a percentage of the fixed
fee for each of the authorized Special Services which will be determined by
dividing the cost accrued to date by the "not to exceed" total cost set forth
hereinbefore for each authorized Special Service.
C. SUMMARY OF ENGINEERING COSTS AND SUBCONTRACTORS
Estimated costs of Step 3 engineering services as presented in
Paragraphs B and C are summarized by listing below. Note that compensation
for basic services is a lump sum fixed fee, while compensation for additional
services is cost reimbursement plus a fixed fee.
VI -4
AMENDMENT NO. 1
SUMMARY OF ENGINEERING COSTS
LISTING OF SUBCONTRACTORS
Item
Subcontractor
Subcontract,Cost
Total Estimated
Surveying
Wilson Surveying
Estimated
Fixed
Cost Plus.
Terra Testing, Inc. (MBE)
Item
Cost
Fee
Fixed Fee
1. Basic
Bidding and Construction
Technology (MBE)
700
Phase
Services
Water and Environmental
$39,940
$ 39,940
2. Additional
Services:
10,200
5.
Startup Services
a.
Resident Project Repre-
Technology (MBE)
5,000
sentative
$60,814
10,155
70,969
b.
Surveying to establish
horizontal and vertical
control
915
90
1,005
c.
Constructing testing
5,407
550
5,957
d.
Printing and reproduction
of plans and specifications
2,169
220
2,389
e.
Preparation of final plan
of operation
806
50
856
f.
Preparation of operation
and maintenance manual
10,847
753
11,600
g.
Furnishing As -Built
Drawings
1,439
279
1,718
h.
Providing Start-up Services
5,491
440
5,931
TOTAL
$87,888
$52,477
$140,365
LISTING OF SUBCONTRACTORS
VI -5
AMENDMENT NO. 1
Item
Subcontractor
Subcontract,Cost
1.
Surveying
Wilson Surveying
$ 724(Estimated)
2.
Testing Laboratory
Terra Testing, Inc. (MBE)
3,925(Estimated)
3.
Final Plan of Operation
Water and Environmental
Technology (MBE)
700
4.
Operation and Maintenance
Water and Environmental
Manual
Technology (MBE)
10,200
5.
Startup Services
Water and Environmental
Technology (MBE)
5,000
VI -5
AMENDMENT NO. 1
COST OR PRICE SUMMARY FORMAT FOR SUBAGREEMENTS UNDER U.S. EPA GRANTS
Form Approved
(See accompanying instructions before completing this form)
ONB No. 158-R0144
PARTI•GENERAL
/. GRANTEE
2. GRANT NUMBER
City of Lubbock, Texas
C-48-1252-13
3. NAME OF CONTRACTOR OR SUBCONTRACTOR
4. DATE OF PROPOSAL
•Parkhill, Smith & Cooper, Inc...
11/5/80
S. ADDRESS OF CONTRACTOR OR SUBCONTRACTOR (Include ZIP code)
6. TYPE OF SERVICE TO BE FURNISHED
4010 Avenue R
Construction period additional ser -
Lubbock, Texas 79412
vices - preparing final plan of
operation
PART II -COST SUMMARY
ESTI- HOURLY
7. DIRECT LABOR (Specify labor cate(orte@) MATED
ESTIMATED
TOTALS
HOURS RATE
COST
Project Engineer $ 11S
6 `
DIRECT LABOR TOTAL: h` < ~`' ' �"`a,fr
1 '':"' . S 36
A. INDIRECT COSTS (Specify Indirect cost pool@) RATE x BASE =
ESTIMATED 4 ? y
COST �r
Administrative overhead & fringe bene its E-3-35TY
49 f
EFA Fenn $700-41 (2-76) 'PAGE i OF S
AMENDMENT NO. 1
OMR'No. 138• It0)I4
PART 111 -PRICE SUMMARY
IS- COMPETITOR'S CATALOG LISTINGS, IN-HOUSE ESTIMATES, PRIOR OUOTES MARKET
PROPOSED
(indicate Aaete lot price coeperleon) PRICEISI
PRICE
ws.. �5•%. t:a
fs-'>'�fn'',iir:14'*�w:!::I^'e'"/Y�^y"y '!e •'rly:_ r?w?s3ii....."s:.x+�+'Vr's•; 1: 3::;.. •,x''i i'`;-�i .. `Ll.. i «.•'.. 1�r�j.. M 1.
}N`.' .i-- ..I T." a .s .i... �. ..':n. E r.:.. "1•js Y,1wj.e�
S
PART 1V -CERTIFICATIONS
1a. CONTRACTOR
14a. HAS A FEDERAL AGENCY OR A FEDERALLY CERTIFIED STATE OR LOCAL AGENCY PERFORMED ANY REVIEW OF YOUR
ACCOUNTS OR RECORDS IN CONNECTION WITH ANY OTHER FEDERAL GRANT OR CONTRACT WITHIN THE PAST TWELVE MONTHS?
lZ YES Q No (If "Yee" give nem& eddr.ee and telephone number of reviewing office)
Environmental Protection Agency
Southern Audit Division
345 Courtland Street, N.E.
Atlanta, Georgia 30308
14b .THIS SUMMARY'CONFORMS'WITH•THE FOLLOWING COST PRINCIPLES
41 CFR 1-15.4
This proposal is submitted for use in connection with and in response to (1) verbal request
. This is to certify to the best of my knowledge
and belief that the cost and pricing data summarized herein are complete, current, and accurate as of
09�6' 30' �q
(2) ) V and that a financial management capability exists to fully and accu-
rately account for the financial transactions under this project. I further certify that I understand that the
subagreement price may be subject to downward renegotiation and/or recoupment where the above cost and
pricing data have been determined, as a result of audit, not to have bee ompletr, current and accurate as
of the above.
1date
/
(3) �llC
DATE OF EX CLITION SIGNATURE OF PROPOSER
President
TITLE OF PROPOSER
ta. GRANTEE REVIEWER
I certify that I have reviewed the cost/price summary set forth herein and th roposed costs/price appear
acceptable for snbagreement award.
CITY OF , XA
January 81. 1981 By:
DATE OF EXECUTION SIGNATURE OF REVIEWEIq
Bill McAlister
Mayor
TITLE OF /REVIEWER
16. EPA REVIEWER (lf mppllceb)o)
DATE OF EXECUTION SIGNATURE OF REVIEWER
TITLE OF REVIEWER
4 F«.e 570041 (2-76) Z14GE 2 OF 5
AMENDMENT N0. 1
COST OR PRICE SUMMARY FORMAT FOR SUBAGREEMENTS UNDER U.S. EPA GRANTS
Form Approved
(See accompanying instructions before completing this form)
OMB No. 158-R0144
PART{ -GENERAL
1. GRANTEE
2. GRANT NUMBER
City of Lubbock, Texas
C-48-1252-13
3. NAME OF CONTRACTOR OR SUBCONTRACTOR
4. DATE OF PROPOSAL
Parkhill, Smith & Cooper, Inc..
11/5/80
S. ADDRESS OF CONTRACTOR OR SUBCONTRACTOR (Include ZIP coda)
S. TYPE OF SERVICE
TO BE FURNISHED
4010 Avenue R
Construction
phase additional
engineer -
Lubbock, Texas 79412
ing services
- preparation
of operation
and maintenance manual.
PART 11 -COST SUMMARY
ESTI- HOURLY
7. DIRECT LABOR (Specify labor categories)
RATE
ESTIMATED
COST
TOTALS
HMATED OURS
Project Engineer S
S 145
DIRECT LABOR TOTAL: - •+" "may '"`�
"' <"' `'
S145
L. INDIRECT COSTS (Specify indirect east Poole) RATE x BASE =
ESTIMATED
COST
�y3
Administrative -overhead fringe benefits L. 3522 S 145
$ 196
�..� a
m
INDIRECT COSTS TOTAL: "AMU_
$ 196*
S. OTHER DIRECT COSTS
'S�y1y
TRAVEL
ESTIMATEDIL.
COST
1 TRANSPORTATION
(Z) PER DIEM
S
TRAVEL SUBTOTAL: '' ' S
b. EQUIPMENT. MATERIALS, SUPPLIES (Specify categories) QTY COST
ESTIMATED
COSTNW
r
EQUIPMENT SUBTOTAL
-
c. SUBCONTRACTS
ESTIMATED
COST
' 1�
See attached subcontract with Water and Environmental
S 10,200"
P ,
Technology
SUBCONTRACTS SUBTOTAL:
S lO, 200
�7f
d. OTHER (Specify categories)
ESTIMATED
COST
Three Percent allowance for 1fability insuranep on Rub -,S
306
contracts
OTHER SUBTOTAL:
$ 306
e. OTHER DIRECT COSTS TOTAL: "r
S 10,506
10. TOTAL ESTIMATED COST
$ 10,847
11. PROFIT
753
12. TOTAL PRICE
11,600
E FA Farm 5700-41 (2-761
AMENDMENT NO. 1
PAGE 1 OF S
1
DMA'Ne. 1!t•nOfI1
y PART 111 -PRICE SUMMARY
C.OMPEYITOR-S CATALOG LISTINGS. IN-HOUSE ESTIMATES. PRIOR QUOTES
MARKET
PPOPOSED
1-
(indicate b -ate for Price co-,-erloon)
PRICEISI
PRICE
ia;;fr` � ti. r, ;ate •.
-77
$
-'C: i�S. e_'i*�:wnyr. :;., !,•�;;_ ''"!�`S.. �1"' �""
i:!•
y. -.z ••.v3!r s., .k+k�+f'i`:•!'xi.'�:..4% z'. • -•n .:
,'a:]
f••:,. dor .
PART IV -CERTIFICATIONS
4.CONTRACTOR
ta. HAS A FEDERAL AGENCY OR A FEDERALLY CERTIFIED STATE OR LOCAL AGENCY PERFORMED
ANY REVIEW OF YOUR
ACCOUNTS OR RECORDS IN CONNECTION WITH ANY OTHER FEDERAL GRANT OR CONTRACT
WITHIN THE PAST TWELVE MONTHST
f:R TEs Q No(rl "Yet" give name add►-ee and telephone rnnnbar of r-rfewlnS office)
Environmental Protection Agency
Southern Audit Division
345 Courtland Street, N.E.
Atlanta, Georgia 30308
tb .THIS SUMMARY'CONFORMS•WITH•THE FOLLOWING COST PRINCIPLES
41 CFR 1-15.4
tc.
This proposal is submitted for use in connection with and in response to (1) verbal request
. This is to certify to the best of my knowledge
and belief that the cost and pricing data summarized herein are complete, current, and accurate as of
(2) I€e—, �16100. V and that a financial management capability exists to fully and accu-
lately account for the financial transactions under this project. I further certify that I understand that the
subagreement price may be subject to downward renegotiation and/or recoupment where the above cost and
pricing data have been determined, as a result of audit, not to have bee complete, curre and accurate as
of the date above.
OATE OF EXECUTION SIGNATURE F PROPOSER
It. GRANTEE REVIEWER -
I certify that I have reviewed the cost/price summary set
acceptable for snbagreement award.
January 8, 1981
DATE OF EXECUTION
16. EPA REVIEWER (ll applicable)
OATS OF EXECUTION
President
TITLE OF PROPOSER
forth herein and the proposed costs/price appear
CITY OF C S
BY:
GNA LRE OF R VIEW R
Bill McAlister
Mayor
TITLE OF REVIEWER
SIGNATURE OF REVIEWER
TITLE OF REVIEWER
Far• ST36-ll (2-16i aaGE 2 OF
AMENDMENT NO. 1
COST OR PRICE SUMMARY FORMAT FOR SUBAGREEMENTS UNDER U.S. EPA GRANTS
Form Approved
(See accompanying instructions before completing this form)
,OMB No. 158-R0144
PARTI-GENERAL
1. GRANTEE
2. GRANT NUMBER
City of Lubbock, Texas
C-48-1252-13
S. NAME OF CONTRACTOR OR SUBCONTRACTOR
4. DATE OF PROPOSAL
Parkhill, Smith & Cooper, Inc..
11/5/80
S. ADDRESS OF CONTRACTOR OR SUBCONTRACTOR (Include ZIP code)
6. TYPE OF SERVICE TO BE FURNISHED
R
Construction period special services -
4010 Avenue
Lubbock, Texas 79412
establishing horizontal and vertical
control points for construction
PART it -COST SUMMARY
ESTI-
7. DIRECT LABOR (Specify labor categories) MATED
HOURLY ESTIMATED
RATE COST TOTALS
HOURS
Project Engineer
S 18.11 S 72
DIRECT LABOR TOTAL: "«°3.x "a ti .:.>,� r> , mn r':;,.. $72
RATE
ESTIMATEDyAr s
t. INDIRECT COSTS (Specify Indirect cost pools)
x BASE = COST tv ,!
x'
Administrative overhead and fringe benefitiff=Ste'
Xt
INDIRECT COSTS TOTAL: +.-
'' S 97
S. OTHER DIRECT COSTS
s. TRAVEL
ESTIMATED
COST
1 TRANSPORTATION
(2) PER DIEM
5 g s d
TRAVEL SUBTOTAL:
x
$
ESTIMATED 4
b. EOUIPMENT. MATERIALS. SUPPLIES (Specify cetedorlee) QTY
COST K ; ?�'�t �.t&
COST
EQUIPMENT SUBTOTAL:
C. SUBCONTRACTS
ESTIMATED;
COST
Surveying - See Attached Estimate of Costs
S 724
SUBCONTRACTS SUBTOTAL:-
$fi y
d. OTHER (Specify catedorles)
ESTIMATED }k
COST r?.
Y ; •#rd�.tM.
Three Percent of Subcontract Cost to Allow for Liability
S 22
ter°
Insurance
OTHER SUBTOTAL:
S22
e. OTHER DIRECT COSTS TOTAL:
746
10. TOTAL ESTIMATED COST
S 915
11. PROFIT
90
12. TOTAL PRICE
s 1,,005
EPA Fenn 570041 (2-76)
AMENDMENT NO. 1
PAGE 1 OF S
12
Foran Approved
OMR'No. 25J-001,04
PART 111 • PRICE SUMMARY
t1- COMPETITOR'S CATALOG LISTINGS, IN-HOUSE ESTIMATES, PRIOR QUOTES MARKET
PROPOSED
(Indicate baeto for price eoeaparleon) PRICEISI
PRICE
+s.
it ...�._ . K•••:�
..q�;!• .,.. ..T•.. � ^{��y��� y� mow. i
- �.iwi....4`yr•'!in!lu.���.:-^-•w_yM��Mi. 'Yi... Brei' ,7n?S!_.T'j. .S _%r1:L1?. �"+1.� '.`Y . _4�.%i„ ,i✓.. ;hi Si �'T� �'.
r
�.
PART IV -CERTIFICATIONS
114. CONTRACTOR
114a. HAS A FEDERAL AGENCY OR A FEDERALLY CERTIFIED STATE OR LOCAL AGENCY PERFORMED ANY REVIEW OF YOUR
ACCOUNTS OR RECORDS IN CONNECTION WITH ANY OTHER FEDERAL GRANT OR CONTRACT WITHIN THE PAST TWELVE MONTHS?
[2 YES Q NO (If "Tee" give name addreea and telephone number of reviewing office)
Environmental Protection Agency
Southern Audit Division
345 Courtland Street, N.E.
Atlanta, Georgia 30308
1141 .THIS SUMMARY'CONFORMS'WITH-THE FOLLOWING COST PRINCIPLES
41 CFR 1-15.4
This proposal is submitted for use in connection with and in response to (1) verbal request'
. This is to certify to the best of my knowledge
and belief that the cost and pricing data summarized herein are complete, Current, and accurate as of
(?) l=>� L �Jy i9_6 and that a financial management capability exists to fully and accu-
rately account for the finhncial transactions under this project. I further certify that I understand that the
subagreemeent price may be subject to downward renegotiation and/or recoupment where the above cost and
pricing data have been determined, as a result Of audit, not to have b complete, Curr and accurate as
of the date above.
(3) F b Gni
DATE OF EX CLITION SIGNATURE OF PROPOSER
President
TITLE OF PROPOSER
14. GRANTEE REVIEWER'
I certify that I have reviewed the cost/price summary set forth herein and the pioposed c is/price appear
acceptable for anbagreement award.
CITY 0 OC TE S
January 8, 1981 BY:
GATE OF EXECUTION GNATLRE OF REVIEWER
Bill McAlister
Mayor
- TITLE OF REVIEWER
16. EPA REVIEWER (If applicable)
DATE OF EXECUTION SIGNATURE OF REVIEWER
TITLE OF REVIEWER
EPA Ferro 570041 (2-76) mAGE 2 OF
AMENDMENT N0. 1