Loading...
HomeMy WebLinkAboutC2005-250 - 5/24/2005 - Approved AMENDMENT NO. 4 TO AGREEMENT FOR ARCHITECT/ENGINEER CONSULTANT SERVICES The City of Corpus Christi, Texas, hereinafter called "CITY," and Rutsetl Corrolslon Consultant~ Inc., hereinafter called "CONSULTANT," agree to the following amendments to the Co~tract for Architect/Engineer Consultant Services for Lake Texans Pipeline Cofl'o~lon ProtecUon (Prelect No. 8374), as authorized and administratively amended by: Odginal Small A/E Agreement Amendment No. 1 Amendment No. 2 Amendment No. 3 April 16, 2001 December 10, 2001 April 15, 2003 December 4, 2003 Administrative Approval $14,985.00 Administrative Approval $9,964.00 Motion No. M2003-145 $73,593.40 Administrative Approval -0.00- 1. DECLARATIONS. CITY desires [o engage CONSULTANT to provide services in connection with City's project, described as follows: Padrs/Mu~tang Island Water Crossings Cathodic Protectlofl/LeoDard Street Water Transmission Mains Cathodic Protectlo~ (Prelect No. 8530) "PROJECT." 2. SCOPE OF WORK. CONSULTANT shall provide services tor the PROJECT in accordance with the accompanying Scope el Services and Fee atlached as Exhibit "A" and Exhibit "A-1 .' 3. FEE. The CITY agrees to pay CONSULTANT Ior services provided in accordance with Exhibit 'A" and Exhibit "A-l" Scope et Services and Fee under this AMENDMENT NO. 4 a total tae not to exceed $136,182,00 (in figures), Ons Hundred Thlrb/-Slx Thousand, One Hundre~ Eighty-Two Dc41arl and Zero Ceflt~ (in words), for a total restated Iee not to exceed S234,724.40 (in figures), Two Hundred Thirty-Four Thousand, Seve4~ Hundred Tweflt~-Four Dollars and FoctV Cent~ (in words). CITY OF CORPUS CHRISTI Ronald F. Massey ~-1 (Date) Assistant City Manager RECOMMENDED /~/)'CE'~luardo Garafta, P.E. Director el~ Water Department A'I'rEST ~ Armando Chapa, City Secretary (Date) RUSSELL CORROSION CONSULTANTS, INC. Debra M. Simpson, President (Date) P.O. Box 197 Simpsonvilte, MD 21150 (410) 997-4481 Office (410) 740-2541 Fax APPROVED AS TO FORM /[~ .,,J-- g(ty ~(tt'omey- tI~ 2005-250 05/24/05 M2005-159 Russell Corrosion Consultants Project NumbeE 8530 Funding ~ource: Encumbrance Numbec (Dare) AMD. NO. 4 Page 1 of 1 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS Padre/Mustang Island Water Crossings Cathodic Protection/ Leopard Street Water Transmission Maine Cathodic Protection (Project No. 8530) SCOPE OF PROJECT: Padre/Mustang Island Water Crossings Cathodic Protection/ Leopard Street Water Transmission Mains Cathodic Protection (Project No. 8530) · Padre/Mustang Island Water Crossings Cathodic Protection Russell Corrosion Consultants Inc. (RCC) previously conducted evaluations of the existing cathodic protection systems. Seven pipeline crossings require designs for improvements to the cathodic protection systems as detailed in RCC's report dated September 13, 2004. 1. line F 2. line G 3. line H 4. line J 5. Line K 6. Line L 7. Line M 30-inch steel pipeline crossing the Cayo De Oso 24-inch steel pipeline crossing the Laguna Madre 24-indn steel pipeline crossing Relief Channel Two 16-inch steel pipelines cros..~ng 1852 Pass Two 16-inch steel pipelines crossing Newport Pass Two 16-inch steel pipelines crossing Corpus Christi Pass Two 16-inch steel pipelines crossing Fish Pass · Leo~ard Street Water Transmission Maine Cathodic Protection Russell Corrosion Consultants Inc. (RCC) previously conducted evaluations of the existing cathodic protection systems. Eight pipeline segments require designs for improvements to the cathodic protection systems as detailed in RCC's reporl dated September 13, 2004. The ninth (9th) pipeline segment E will require a complete design as cathodic protection was reporledly never installed. (Total locations: 74) 1. Segment A: 2. Segment B1: 3. Segment B2: 4. Segment B3: 5. Segment C: 6. Segment D1: 7. Segment D2: 8. Segment D3: 9. Segment E: 1,964 feet of 36-inch steel main (3 locations) 1,860 feet of 48-inch cast iron main (3 locations) 4,840 feet o! 54-inch steel main (4 locations) 48,115 feet of 48-inch steel main (44 locations) 11,228 feet of 36-inch steel main (6 locations) 6,010 feet of 42-inch steel main (5 locations) 2,152 feet of 42-inch cast iron main (3 locations) 875 feet of 42-inch cast iron main (1 location) 3,750 feet of 24-inch ductile iron main (5 locations) I. SCOPE OF SERVICES A. Basic Services 1. Preliminary Phase. Complete, per Amendment No. 3. 2. Design Phase. Upon receiving authorization to proceed for the Padre/Mustang Island Water Crossings Cathodic Protection and Leopard Street Water Transmission Mains Cathodic Protection, the A/E will: a. Study, verify, and implement design memorandum recommendations including construction sequencing, connections to the existing facilities, and restoration of properly and incorporate these plans into the I AMD'NO'4 J EXHIBIT "A' Page 1 of 6 construction plans. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff. b. 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 descdbe for one bid 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. c. Provide assistance to identify testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under additional services). d. Prepare final quantities and estimates of probable costs and probable construction schedule. e. Furnish one (1) copy 90% plans and specifications to the City staff for review and approval purposes with estimates of probable construction costs. Required with the 90% plans is a "Plan Executive Summary" which will identify and summarize the project by distinguishing key elements such as: 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 Any special environmental requirements Standard specifications Non-standard specifications Any unique requirements Cost, altarnatives, etc. Owner permit requirements and status f. Assimilate ail review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. g. Provide one copy of 100% complete plans and bid documents to the City staff for review and approval purposes with revised estimates of 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 submittal of the 90%, 100% and final complete plans and complete EXHIBIT 'A" Page 2 of 6 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 Consultant A/E and Sub- consultant AJE shall submit a letter declaring that 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 a Traffic Control Plan, illumination, markings and striping as delineated by the City Traffic Engineering Department for the Leopard Street and Padre/Mustang Island water transmission rnaJns. j. Upon approval by the Director of 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 property 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 re-use of modified plans. I. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. 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 for the project specifying the funds available for the construction contract. c. Provide the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. d. Provide third-pan'y topographic survey drawings at proposed work sites. 3. Bid Phase. Padre/Mustang Island Water Crossings Cathodic Protection and Leopard Street Water Transmission Maine Cathodic Protactlon, AJE 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' approval, any addenda or other revisions necessary to inform contractors of approved changes prior to bidding. d. Attend bid opening (by teleconference), analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by Engineering Services in accordance with the AJE's design phase estimate required above, the Engineer will, at its expense, confer with City staff and make such revisions to the bid documents as the EXHIBIT °A" Page 3 of 6 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 Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. d. Prepare, review and provide copies of the contract for execution between the City and the contractor. 4. Construction Phase. For the Padre/Mustang Island Water Crossings Cathodic Protection and Leopard Street Water Transmission Mains Cathodic Protection, A/E will perform contract administration to include: a. Participate in pre-construction meeting, b. Review for conformance to contract documents, shop and working drawings, materials and other submittals in coordination with third-party construction observer. c. Review field and laboratory tests including contractor's acceptance test report in coordination with third-party construction observer. 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 in coordination with third-party construction observer. e. Make a total of one (1) visit to the site of the project to confer with the third- party construction observer and contractor to observe the general progress and quality of w~rk, and to determine, in general, if the work is being done in accordance with the contract documents. f. Prepare change orders (coordinate with the City's construc'don division) in coordination with third-party construction observer; provide interpretations and clarifications of the plans and specifications for the cont]'actor 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. g. RCC Engineer and City Engineer will conduct a "walk-through" visit to each site after the contractor completes the acceptance testing and RCC has reviewed the contractor's final acceptance test report. h. Review construction "red-line" drawings, prepare record drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor-provided plans) and deliver to 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 dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. GPS coordinates for visible system components will be provided. IAMD. NO. 4 I EXHIBIT "A" Page 4 of 6 The City staff will: a. Prepare applications/estimates for payments to contractor. b. Conduct the final acceptance inspection with the Engineer. B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that 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 NE will, with written authorization by the Director of Engineering Services, do the following: Permitting. Furnish the City all engineering data and documentation necessary for all required permits. The AJE will prepare this documentation for all required signatures. The A/E will prepare and submit all permits and pay all necessary permit application fees to the appropriate local, state, and federal authorities, including, but not limited to: a. Union Pacific Railroad, Missouri Pacific Railroad, or any other railroad operating in the area b. TxDOT permits/amendmenls c. Wetlands Delineation and Permit d. U.S. Fish and Wildlife Service (USFWS) e. U.S. Army Corps of Engineers (USACE) f. United States Environmental Protection Agency (USEPA) Environmental Issues. {"rBD) a. Provide environmental site evaluations and archeology reports that are needed for the project. b. Identify and develop a scope of work for any testing, handling and disposal of hazardous materials and/or contaminated soils that may be discovered during construction. II. SCHEDULE DAY Tuesday Friday Friday Friday Monday Monday Monday Monday Friday DATE May 31,2005 August 26, 2005 September 23, 2005 December 2, 2005 December 12, 2005 December 26, 2005 January 2, 2006 February 6, 2006 June 16, 2006 ACTIVITY Begin Design Phase 90% Submittal City Review Final Submittal Advertise for Bids Pre-Bid Conference Receive Bids Begin Construction Construction Completion AMD. NO. 4 EXHIBIT Page 5 of 6 III. FEES Fee for Basic Services. The City will pay the A/E a fixed fee for providing 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.1-4 above, and for all expenses incurred in performing these services. For services provided in Section I.A.1-4, A/E will submit monthly statements for basic services rendered. In Section I.A.1-4, 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. City will make prompt monthly payments in response to A/E's monthly statements. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the AJE a not-to-exceed fee as per the table below: Summary of Fees Basic Services 1. Preliminary Phase 2. Design Phase 3. Bid Phase 4. Construction Phase Subtotal Basic Services Fees Completed $83,130.00 5,410.00 14,642.00 103,182.00 Additional Services (Allowance) 1. Permit Preparation (as applicable) Railroads TXDOT Wetlands Delineation and Permit U.S. Fish and Wildlife Service U.S. Army Corps of Engineers U.S. Environmental Protection Agency Total Permitting 2. Environmental Issues Sub-Total Additional Services Fees Authorized 22,000.00 TBD 33,000.00 Total Authorized Fee $136,182.00 AMD. NO. 4 EXHIBIT "A" Page 6 ot 6 EXHIBIT A-1 TASK UST CITY OF CORPUS CHRISTI (Provides supplemental description to Exhibit A. Task List does nol supersede Exhibit A.) The Engineer shall perform the above services by considering the essential project parameters including the following: · Padre/Mustang Island Water Croselnge Cathodic ProtectlonlLeopard Street Water Transmission Mains Cathodic Protection (Project No. 8530) The design phase would include the preparation of plans, specifications, and details in a single package suitable for construction bidding purposes. Services necessary to address permitting requirements will be included. RCC will enlist the services of a local Corpus Christi engineering firm to assist in that area and coordinate with all utility owners. A 90%, 100% and final design package will be submitted for review and comment by the City. Formatting will be in accordance with existing City engineering design standards, furnished to RCC previously. Design documents would be signed and sealed by a Texas Registered Professional Engineer. A detailed construction cost estimate that includes the cost of materials, labor, permitting, and right-of-way surveys for each of the seven pipeline systems (Padre Island) and nine pipeline segments (Leopard Street) will be provided. The Scope of Work associated with the design, bid, and construction phase services includes the following: A. Preliminary Phase - Complete per Amendment No. 3 B. Design Phase 1. Conduct a project kick-off meeting with NE representative to discuss the plan of action and overall project schedule. 2. Arrange for a subcontract with a local engineering finn to assist with permitting and prepare permit applications. 3. Prepare in 90% format, plans, specifications, and details for cathodic protection systems for a single construction contract that includes the seven pipeline systems (Padre/Mustang Island) and nine pipeline segments (Leopard Street). Review the 90% design documents with City engineers and A/E representative. 4. Prepare 100% design documents that incorporate written and/or verbal comments from the City. 5. Provide final signed and sealed design documents for duplication by the City. C. BM Phase 1. Attend pre-bid meeting. Attend bid opening by teleconference. 2. Proparo addenda in City format. 3. Review and analyze contractor bids and recommend contract award. 4. Make revisions for re-advertisement. AMD. NO. 4 EXHIBIT "A-I' Page 1 of 2 D. Construction Phase 1. Coordinate with third-party construction observer and contractor. 2. Review material submittals for the cathodic protection systems. Provide review comments in a format acceptable to the City. 3. Attend pre-construction meeting. 4. Conduct up to a total of one (1) site visit during the installation of the cathodic protection systems. 5. Provide interpretations/clarifications of plans/specifications and prepare change orders in City format. 6. Prepare record drawings utilizing the contractor's red line mark-ups. Review contractor's acceptance test report and provide comments. AMD. NO. 4 ~ I EXHIBIT 'A-l" Page 2 o! 2 Pmdr~/Mustang Island Water Croulnga Cathodic Protection/ Leopard Street Water Transmlselon Mains Cathodic Protection Project No. 8530 AMENDMEHT NO, 4 SCHEDULE OF FEES BASIC SERVICES 1 Preliminary Phase 2 Design Phase 3 Bi0 Phase 4 Construction Phase Sub.total Basic Services I ADDITIONAL SERVICES 1 Permit Preparation 2 Topographic Survey 3 Environmental Issues 4 Construction Observation Svs. 5 Warranty Phase Hydroexcavation Exploratory 6 Services 7 Acceptance Testing Sub-total Additior~al Services TOTAL AUTHORIZED FEE ORIGINAL CONTRACT $5,994.00 7,492.50 0 1,498.50 14,985.00 TBD TBD TBD TBD TBD TBD TBD 0 $14,985.00 AMD. NO. 1 0 0 9,964.00 9,964.00 0 0 0 0 0 0 0 0 $9,964.0O AMD. NO. 2 $73,593.4O 0 0 0 73,593.40 0 0 0 0 0 0 0 0 $73,593.4O AMD. NO. 3 0 0 0 0 0 0 AMD. NO. 4 83,130.00 5,410.00 14,642.00 103,182.00 33,000.0O 0.0O 0.0O 0.0O 0.0O $136,182.0O REUSED FEE $79,587.40 90,622.50 5,410.0O 26,104.50 201,724.40 33,0O~.00 0.0O 0.0O 0.0O 0.0O Exhibit "A-2" Page I of 1 Christi CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking Io do business with the City to provide the i'oliowing information. Every question must be answered. If the question is not applioa~le, answer with "N/A". FIRM NAME: Russell Corrosion Consultants, Inc. STREET: P.O. Box 197 CITY: FIRM Is: 1. Corporation X 2. Partnership 5. Other Sirnpso~ville, MD 3. Sole Owner ZIP: 211,~;) 4. Association DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. State the nemea of each employee of the City of Corpus Christi having an ownerahlp Inten~t constituting 3% o~ mom or ~ ownership In the above named firm. Name Job ~Ee ar~ City Departr~ent (if know~) N/A State the name~ of each official of the City of Corpua ChrisU having an ownership Interest conetltuUng 3% or more of the ownership In Ute above named firm. Name TiUe N/A State the namea of each board member of the City of Corpus Christi having an ownership Intem~t constituting 3% or more of the ownership In the above named firm. Name Bo~n:l, CommiSSion or Committee N/A State the names of each employee or officer of a consultant for the City of Corpue Christi who worked on any matter related to the subject of this conb'act and baa an ownerahlp Interest constituting 3% or more of the ownerahlp In the above named firm. NaJTte Consullanl N/A CERTIFICATE I certify that all intormatio~ provided is true and correct as of the date ot this statement, that I have not knowingly withheld disclosure ol any information requesled; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certitying Person: Debra M. ~impson Title: Pr~iOent (Ty~)e or Pdt) Signature of Certifying Person: ~- " ~ ', Date: , DEFINITIONS a. Board Member. A member of any board, commission or committee appointed by the City Council ol the City of Corpu~ Chdsti, Texas. b. Employee. Any person employed by the City ot Corpus Christi, Texas, either on a tull or part lime basis, but not as an independent contractor. c. Firm. Any entity operated tor economic gain, whether protessional, industrial or commercial and whether e~tabllshed to produce or deal with a product or service, including but nol limited to, entities operated in the torm o! sole proprietorship, as seE-employed person partnership, corporation, joint stock company, joint venlure, receiversh p or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d. Official. The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Cour~ Judgas of the Cfi'/o! Corpus Christi, Texas. e. Ownership Interest. Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is hell Ihrough an agent trust estate or holling entity. Constructively held refers to holding or control established through voting ['rusts, proxies or special terms of venture or partnership agreements. I. Consultant. Any parson or [irm, such as engineers and architects hired by the City ol Corpus Christi tor the purpose ol professional co~suitation and recommendation.