Loading...
HomeMy WebLinkAboutC2005-010 - 1/11/2005 - Approved AMENDMENT NO. 1 TO CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas hereinalter called "CITY", and Goldston Engineering Inc., be~alnaftar called "Consultant,' agree to the following amendment to the Contract I~or Professional Services for Southmoralend Addition Area Street Improvements, Phase 3B and 4B (Project No. 6172), as authorized and adminisb'aUvofy amended by:. I Original Centrect I February 25, 2003 I Motion No. M2003-076 I ,~o4,210.00 I Exhibit "A" of the odginal contract, Section 1. SCOPE OF SERVICES, Part A. Basic Servfces and Part B. Additional Services shall be modified by the authorization to proceed wffh Stage 2 ssr'vicee as outlined in the attached Exhibit "A.' Amendment No. 1. Exhibit "A" or the original contract, SecUon 2. SCHEDULE shall be modified bythe addition of Stage 2 services as outlined in the attached Exhibit "A," Amendment No. 1. · Exhibit "A" of the odginal contract, Section 3. FEES shall be modified by the addition ot Stage 2 services as outlined in the attached ~hlbit "A," Amendment No. 1. Exhibit "A-I' Task List is added to the contract. Ail other terms and conditions ot the February 25, 2003 contract and amendments between the City end Consultant will remain in full force and effect. CITY OF CORPUS CHRISTI Aaslstant City Manager RECOMMENDED A~gel4:l. Escobar, P.E. Datb [~lrector of Engineering Services A/ D AS TO FORM ttomey V Date GOLDSTON ENGINEERING INC. s, ~.£. Data Vice President 210 S. Carancahua, Suite 200 Corpus Christi, TX 78401 (361) 888-8100 Office (361) 888-8600 Fax Goldston Engineering 2005-010 01/11/05 M2005-005 IAMD. NO. 1 I Page I ol' 1 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS 1. SCOPE OF SERVICES STAG E TWO A. Basic Services 2. Design Phase. Upon approval of the prelim'inary phase, designated by receiving authorization to proceed, the A/E will: implement design memorandum recommendations including: construction sequencing, connections to the existing facilities, and restoration of properly and incorporate these plans into the construction plans. Development of Ihe construction sequanclng will be coordinated with the City Operating Depadment(s) and Engineering Services staff; prepare one set of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, invitation to bid, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid or for multiple bids, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis; provide assistance to identify testing, handling and disposal of any h~7~rdous materials and/or contaminated soils that may be discovered during construction (to be included under additional sen,ices); prepare final quantities and estimates of probable costs and probable construction schedule; furnish 1-copy 60% plans (plans only-idenlify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Required with the 60% plans is a 'Plan Executive $~]mmary" which will identify and summarize the project by distinguishing key elements such as: · Pipe Size or Building Size · Pipe Material, etc. · Why one material is selected over another · Pluses of selections · ROW requirements and why · Permit requirements and why · Easement requirements and why · Embedment type and why · Constructability, etc. · Specific requirements of the City · Standard specifications AMD. NO. 1 I EXHIBIT 'A" P. ge I ~'7 · Non-standard specifications · Any unique requirements · Cost, alternatives, etc. · Owner permit requirements and status f. assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed; g. furnish complete construction and bid documents including specifl~cations for City staff review and approval. Provide I copy of 100% complete plans and bid documents to the City staff for review and approval purposes with revised estimates o! probable costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities, compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non-responding participants; h. provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submitlal of the 60%.and 100% complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The A/E and Sub-consultant A/E shall submit a letter declaring Il'mt all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc; i. provide markings and striping as delineated by the City Traffic Engineering Department; j. upon approval by the Director ol~ Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for reproduction (In City Format) and said bid documents henceforth become the sole properly and ownership of the City of Corpus Christi. k. the City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to m-use of modified plans; I. prepare and submit monthly status reports with action items developed from monthly progress and review meetings; and m. provide a Storm Water Pollution Prevention Plan. The City staff will: a. designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded; b. provide the budget l'or the Project specifying the funds available for the construction conlract; and c. provide the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. AMD. NO. 1 EXHIBIT Page2of 7 3. Bid Phase. The NE will: a. participate in the pre-bid conference; b. assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests; c. review all pre-bid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' approvaJ, any addenda or other revisions necessary to inform contractors of approved changes prior to bidding; d. attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract; and e. in the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the A/E's design phase estimate required above, the A/E will, at its expense, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re-advertise that particular portion of the Project for bids. The City staff will: a. arrange and pay for printing of all documents and addenda to be distributed to prospective bidders; b. advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the A/E) any addenda, prepare and supply bid tabulation forms, and conduct bid opening; c. receive the NE recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards; and, d. prepare, review and provide copies of the contract for execution between the City and the contractor. 4. Construction Phase. The A/E will perform contract administration to include the following: a. participate in pre-construction meeting; b. review for conformance to contract documents, shop and working drawings, materials and other submittals; c. review field and laboratory tests; d. provide interpretations and clarifications of the contract documents for the contractor and authorize minor changes, which do not affect the contractor's pdce and are not contrary to the general interest of the City under the contract; e. make rnonlhly (see A-1. page 2) visits to the site of the Project to confer with the City project inspector and contractor to observe the generaJ progress and quality of work, and to determine, in general, ii the work is being done in accordance with the contract documents. This will not be confused with AMD. NO. 1 EXHIBIT "A" F'sge 3 of 7 project representative observation or continuous monitoring of the progress ol~ construction; f. prepare change orders (coordinate with the City's construction division); provide interpretations and clarifications of the plans and specifications for the contractor and authorize minor changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract; g. make final inspection with City staff and provide the City with a Certificate of Completion for the project; h. as applicable, review and assure compliance with plans and specifications, the preparation of operating and maintenance manuals (by the Contractor) for all equipment installed on this Project. These manuals will be in a 'multimedia format' suitable for viewing with Microsoft's Intemet Explorer, version 3.0. As a minimum the Introduction, Table of Contents, and Index will be in HTML (HyperText Markup Language) format, with HyperText links to the other parts of the manual. The remainder of the manual can be scanned images or a mixture of scanned images and lext using the common formats for scanned images - GIF, TIFF, JPEG, etc. Confirm before delivery of the manuaJs that all scanned image formats are compatible with the image-viewing software available on the City's computer - Imaging for Win95 (Wang) and Microsoft Imaging Composer. Deliver the manuals on a CD-ROM, not on floppy disks; and i. review construction "red-line" drawings, prepare record drawings of the Project as constructed (from the contractor-provided "red-line" drawings) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r. 14 or later) of the record drawings. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be In dx'f format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. The City staff will: a. prapara applications/estimates for payments to contractor, b. conduct the ~inal acceptance inspection with the A/E; and c. provide project representative. B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services Ihat may be included as part of this contract, but the A/E will not begin work on this section without specific written approval by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The A/E will, with wdtten authorization by the Director of Engineering Services, do the following: IAMD. NO. 1 I EXl.flBrr "A" P.ge 4 ot' 7 Topographic Survey (authorized) - provide field surveys for design. Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the project area. TDLR Coordination (authorized)- coordinate with the TDLR, including providing plans for approval pdor to construction. Also allow for Inspection during and after construction by the Registered Accessibility Specialist (RAS). TDLR and RAS fees will be paid by the AJE. 3. Traffic Control Plans (authorized) - provide temporary traffic control plans, temporary work zone fencing requirements and details. 2. SCHEDULE DAY DATE Wednesday Complete Monday Complete Wednesday Complete Monday 1/31/05 Friday 3/4/O5 Friday 3/18/05 Fdday 4/15/05 Friday 4/29/05 Friday 5/13/05 Monday (2) 5/23/05 Wednesday 6/1/05 Wednesday 6/15/05 Wednesday 6/29/05 Monday 7/13/05 Weekday 12/14/05 ACTIVITY Begin Preliminary Phase (Design Memo) Preliminary Phase Submittal Approval of Design Memo Begin Design Phase 60% Submittal City Review 100% Submittal City Review Final Submittal Advertise for Bids Pre-Bid Conference Receive Bids Award Construction Contract Begin Construction Construction Completion AMD. NO. 1 I EXHIBIT "A" Page $ of 7 FEES Fee fol' Basic Services. The City will pay the A/E a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.2-4 above, and for all expenses incurred In performing these services. For services provided in Section I.A.2-4, A/E will submit monthly statements Ior basic services rendered. In Section I.A.2&3, the statement will be based upon A/E's estimate (and City Concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in Section I.A.4, the statement will be based upon the percent of completion of the construction contract. City will make prompt monthly payments in response to A/E's monthly statements. Fee for AddlUonel Servlcee. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the A/E a not-to-exceed fee as per the table below: C. Summary of Fees. ORIGINAL CONTRACT: A. BASIC SERVICES 1 IPreflm~nary Phase Sub-total Bask= Services Streets & Storm Water Weetewater Water TOTAL $28,352 $8,429 $8,429 $45,210 28,352 8,429 8,429 45,210 B. ADDITIONAL SERVICES 3 ITopographlc Survey Sub-tolal AddlUonal Services 13,000 3,000 3,000 19,000 13,000 3,000 3,000 19,000 TOTAL-ORIGINAL CONTRACT $41,352 $11,429 $11,429 $64,210 AMD. NO. 1 J EXHIBIT "A" Page 6 of 7 AMENDMENT NO. 1: TOTAL A. BASIC SERVICES 2 Desigrl Phase 34,557 17,532 17,531 38,9~8 19,757 19,756 148,116 3BM Pha~ 891 483 483 1,005 544 544 3,95O 4 Co~'tm'n.~flo~ Phase 1,252 678 679 1,382. 779 780 5,5..'..'..'..'..'..'50 Sub-loiaJ Baslc Sendcea 36,700 18,693 18,693 41,373 21,080 21,0~0 157,619 B. ADDITIONAL SERVICES I Permit PreparatJort 0 0 0 0 0 0 0 2 ROW (Acquisition Survey) 0 0 0 0 0 0 0 3 Tolx)grephlc Suwey 10,545 5,786 5,785 12,087 6,042 6,042 ,46,287 4 EnvimrtrnerdaJ Issu~ O 0 0 0 0 0 0 5 Services 0 0 0 0 0 0 0 6 Warranty Phase 0 0 0 O 0 0 0 ~ Caon~natton/ 7 Sut)mlltaJs %500 500 500 1,500 500 500 5,000 8 Traffic ContTo4 Ptans 7,000 1,000 %000 7,000 1,000 1,925 18,925 Sub-lotaJ Add#k)naJ Se.n4ces 19,045 7,286 7,285 20,587 7,542 6,.467 70,2.12 TOTAL-AMENDmENT NO. I .r~5,745 $25,979 $251978 $61 ,g60 $28,622 $29,547 $227,831 TOTAL AUTHOflIZED FEE: $292,041 AMD. NO. 1 I EXHIBIT "A" P/~ 7 of 7 EXHBIT A-1 TASK UST CITY OF CORPUS CHRISTI, TEXAS SOUTHMORELAND ADDITION AREA STREET IMPROVEMENTS, PHASES 3B AND 4B 1. SCOPE OF CONSTRUCTION PROJECT A. Phases 3B and 4B of the project are described in the "Design Memorandum for Southmoreland Addition Area Street Improvements Phases 3B & 4B", dated November 2003_ This project will upgrade the applicable portions of the existing Fannin, Lewis, Norton and Naples and Watson Streets to a curb and gutter section with underground storm drains and sidewalks. Site plan is shown on Exhibit A (attached). New water and wastewater lines will be installed to replace the existing aged lines. 2. BASIC SERVICES (for streets within the project limits noted above) Delineate the drainage basins and perform hydrologic and hydraulic analyses for the 5-year design storm for the new drainage system. Develop the HGL and EGL for the new storm drainage system. Determine curb inlets and manholes. B. Provide a manhole detail for the connection of the new drainage system to the existing storm drain lines at Ayers Street and Fannln Street. C. Provide relocation details for approximately 1,000 LF of fence U'~t encroaches on the ROW, particularly on Fannin Street. D. Provide new driveways plans and details to match existing locations of residential and commercial driveways. Provide new sidewalk details. E. Provide construction and demolition sequencing plans. F. Provide waterline and waste waterline replacement plans and details. Provide engineering and CAD services for the following drawings prepared by the A/E: 1) Cover Sheet 2) Project Layout Map 3) Quantities, abbreviations and notes 4) Project Control 5) Typical Sections (3) 6) Plan-Profile Sheets (36) 7) Curb Ramp Details 8) Miscellaneous Details (3) 9) SWPPP 10)Traffic Control Plan (7) - Additional Service AMD. NO. 1 EXHIBIT "~-1" Page I of 3 Edit standard specifications. Prepare and submit 60%, 100% and final submittals. Incorporate City review comments into the submittals. BID PHASE 1 ) Participate in the pre-bid conference. 2) Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. 3) Review all pre-bid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' approval, any addenda or other revisions necessary to inform contractors of appreved changes pdor to bidding. 4) Attend bid opening, analyze bids, evaluate, prepare bid tabulation and make recommendation concerning award of the contract. CONSTRUCTION ADMINISTRATION PHASE 1 ) Participate in pre-construclion meeting. 2) Review for conformance to contract documents, shop and working drawings, materials and other submittals. Re-submittal reviews will be compensated at a rate o[ $115/hour. 3) Review field and laboratory tests. 4) Provide interpretations and clarifications of the contract documents for the contractor and authorize minor changes, which do not affect the contractor's price and are not contrary to the generaJ interest of the City under the contract. 5) Make monthly visits to the site of the Project to confer with the City project inspector and contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress o[ construction. 6) Prepare change orders (coordinate with the City's construction division); provide interpretations and clarifications of the plans and specirlcalions for the contractor and authorize minor changes which do not affect the contractor's pdce and are not contrary to the generaJ interest of the City under the contract. 7) Make final inspection with City staff and provide the City with a Certificate of Completion for the project. 8) Review construction contractor-provided "red-line" drawings and prepare record drawings of the Project as constructed. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will he provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. AMD. NO. 1 EXHIB/T "A-l" Page 2 of $ 3. ADDITIONAL SERVICES A. Topographic Survey 1. Provide a topographic survey on all o! the Phases 3B and 4B streets and sections from ROW line to ROW line. The topographic surveys will inctude ties to locations and inverts (or depth of cover on water lines) of all known water, wastewater and storm water lines within the survey limits. The City will provide locations and depths of gas lines within the survey limits. Franchise utility owners (telephone, CATV, electric) will provide locations and depths of their lines. 2. Perform control research. 3. Establish vertical and horizontal control. 4. Gather planimetdc and topographic measurements, including spot elevations on driveways and locations of fence lines and ROW. 5. The topographic surveys will include ties to all trees within the ROW and include type o! tree, diameter of trunk and diameter of canopy. 6. Collate the field data, perform office caJculafions and prepare site plan drawings. 7. Perform deed and map research. Provide evidence recovery measurement on each street. Locate and/or establish block comers. TDLR Coordination - coordinate with the TDLR, including providing plans for approval pdor to construction. Also, allow !or inspection dudng and after construction by the Registered Accessibility Specialist (RAS). TDLR and RAS fees will be paid by the A/E. C. Traffic Control Plans - provide temporary traffic control plans, temporary work zone fencing requirements and details. D. Warranty Phase - not required. A~D. NO. 1 EXHIBIT "A-I'" Page 3 of 3 Christi CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all pars(ms or firms seeking to do business with the City to provide the following information. Every question must be answered. If [he question is not applicable, answer with "N/A". FIRM NAME: Goldston Enainaerin~, Inc. STREET: 210 S, Carancahua, Suite 200 CITY: FIRM la: 1. Corporation X 2. Par[hership___ 5. Other Comus Christi ZIP: 78403 3. Sole Owner.__ 4. Assocmfion DISCLOSURE QUESTIONS If additional space is necessa~, please use [he reverse side of this page or attach separate sheet. Stale the name~ of each employee of Ute City of corpus Christi having an ownerahlp Inlemat c~n~tJtutlng 3% or more of the ownership In the above named firm. N~ N/^ Stale the nan'le~ of each official of the City of Corlx~ Chrtatl havlr~ an ownemhlp interelt con~JtulJng or more of the ownemhlp In tho above named firm. Name N/^ stale u~ name~ of each board membor of the City of corpua ChrlaU having an ownership Interest conetJtuflng 3% or more of the ownership In the above named firm. N/A State the name~ of each employee or officer o1' a consultant for the City of Corpu,, Chrletl who worked on any matter related to Ute ~ubJect of this contract and Ires an ownemhlp Inlerest cenafltuflng 3% or mom of the ownemhip In the above named firm. Name CERTIFICATE I certify b"tat ail information provided is true and correct as of the data of [his statement, that I have not knowingly withhaid c~clesure of any information requesled; and that supplernantal statements will be promptly aulxnitted to the ~ o1' Corpus Christi, Texas as changes occur. Certifying Person: Sidney Faas, P,E. Title: Vice President Signature of Certlfytng Person: ~ /~'"~'-~ Date: t[~./~ ,2004 IEXHIBrr Page I of 2 I DEFINITIONS a. Board Member. A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. Erupt. yee. Any perso~ employed by the City of Corpus Christi, Texas, either on a full or part lime basis, but not as an ~nd~pendent contractor. c. Firm. Any entity operated for economic gain, whether profeealonaJ, industrial or commercial and whether astabtlshed to produce or deal with a product or service, including but not limited to, entitles operated in the form o~ ,s~ pr~phetomhip, as serf-employed person, parthemhip, corporation, joint stock company, Joint venture, recewersmp or trust and entities which, [or purposes of taxation, are a'eatad as non-profit organizelJons. d. ~Official. The Mayor, members of the City Council, City Manager, ..Del:)~, City Manage_r, Assistant City Manegem, uepartment andDIvislon Heads and Municipal Court Judges of the ~,ny of Corpus Christi, Texas. e. Ownership Interest. LegaJ or equitable interest, whether actually or consb'uctJvely held, in a firm, including when such interest is hetd through an st.;lent, trust, estate or holding entity. Consb'uctively held refem to holding or contn31 as~a~ished througn voting trusts, proxies or special terms of venture or partnership agreements. t. Consultant. Any person or firm, such as engineers and architects, hired by the City o! Corpus Chdsti for the purpose o! prolasslonal consultation and recommendal~3n. IEXHIBIT "B" Page 2 of 2 I