header-left
File #: 1568-2013    Version: 1
Type: Ordinance Status: Passed
File created: 6/18/2013 In control: Public Utilities Committee
On agenda: 7/22/2013 Final action: 7/25/2013
Title: To authorize the Director of Public Utilities to enter into a planned contract modification with Black and Veatch for professional construction management services for the OSIS Augmentation and Relief Sewer (OARS), Phase I and II Project for the Division of Sewerage and Drainage; to transfer within and expend up to $7,626,798.97 from the Sanitary Sewer General Obligation Fund, to transfer within and expend up to $1,216,574.03 from the Sanitary Sewer Revenue Bond Fund for a total expenditure of up to $8,843,373.00, and to amend the 2013 Capital Improvements Budget; and to amend the 2013 Capital Improvements Budget. ($8,843,373.00)
Attachments: 1. Ord 1568-2013 OARS CA Director's Legislation Information Sheet Mod 3, 2. Ord 1568-2013 650704 12 Sub-Contractor Work Identification Form (2).pdf, 3. Ord 1568-2013 OARS Transfer Sheet 070513
Explanation

1. Need. This legislation authorizes the Director of Public Utilities to execute a planned contract modification (Mod 3 of 5) for professional construction management services with Black and Veatch Corporation for the OSIS Augmentation and Relief Sewer (OARS), Phase I and II project. The proposed contract modification will provide construction administration and management services including construction inspection, construction and startup coordination, reporting, budgeting, scheduling, document tracking, and other related tasks to ensure the City receives a quality product in conformance with Contract Documents.

1.1 Amount of additional funds to be expended: $8,843,373.00
2010 Original Contract $ 2,663,185.00
2011 Modification No. 1 $ 6,048,867.00
2012 Modification No. 2 $ 8,322,762.00
2013 Modification No. 3 (current) $ 8,843,373.00
2014 Modification No. 4 (future) $ 6,185,975.00
2015 Modification No. 5 (future) $ 249,423.00
CURRENT PROPOSED TOTAL $32,313,585.00

1.2 Reasons additional goods/services could not be foreseen:
This modification is the third of the five originally planned yearly modifications. This modification's time period covers August 2013 - July 2014. It is expected that future modifications will cover years 2014 and 2015.

1.3 Reason other procurement processes are not used:
This modification is a yearly extension of the original contract, as originally planned. The city would incur additional cost and time delays by re-bidding this process.

1.4 How cost of modification was determined:
The cost was determined by the Construction Management Team using the best knowledge about anticipated work during the time period covered by this Modification, available at this time.

2. Project Timeline: This is modification number three of five planned contract modifications and covers the time per...

Click here for full text