Loading...
HomeMy WebLinkAboutC2008-459 - 11/18/2008 - ApprovedAMENDMENT NO. 3 TO CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas hereinafter called "City", and LNV Engineering hereinafter called "Consultant", agree to the following amendments to the Contract for Professional Services for Street Overlays Cluster 2 and Cluster 4 (Project No. 6447), as authorized by: Small A/E Contract Ma 27, 2008 Administrative Approval $44,950.00 Amendment No. 1 June 10, 2008 Motion No. M2008-142 $70,660.00 Amendment No. 2 June 19, 2008 Administrative Approval $49,500.00 In the original contract, the SCOPE OF SERVICES shall be modified to include the following paragraphs: BASIC SERVICES ADA IMPROVEMENTS Scope of Project: Six (6) street locations throughout the City are included in Street Overlays Clusters 2 and 4. The streets are presently undergoing improvements which include hot-mix-asphalt, concrete (HMAC) overlay, valve and manhole adjustments, limited curb repair and pavement markings. The City is to construct ADA-compliant curb ramps at all cross-street intersections for those curbs facing the overlay street. Approximately 39 ADA curb ramps are scheduled for Cluster 2 and 52 ADA curb ramps are scheduled for Cluster 4. The work will be accomplished by change order to the existing Overlays Cluster 2 & Cluster 4 Contracts. The A/E will perform the following services related to preliminary engineering, design, change order and construction phases of the project. The designated street locations are: Cluster 2: • Nueces Bay Boulevard - IH 37 to Up River Road • Tarlton Street -Washington Street to Greenwood Drive • Up River Road -Nueces Bay Boulevard to Palm Drive • Morgan Avenue -Baldwin Boulevard to SH 286 • Baldwin Boulevard -Agnes Street to Airport Road Cluster 4: • Shoreline Boulevard -Power Street to Oleander Avenue All locations involve existing rights-of-way. 2008-459 11/18/08 M2008-306 LNV Engineering AMENDMENT NO. 3 Pa e 1 of 6 2. Provide Preliminary Phase Services a. Participate in meetings with the City, consultants for Clusters 1 and 3, (RVE Inc. and CR&G, L.P) and ADA consultant to ascertain the scope of the project, TDLR requirements and methodology for change order plans and proposal (3 meetings). b. Perform site visits to all proposed ramp locations (91) and record preliminary findings regarding general type of curb ramp required. The general type of curb ramp will be in general accordance with the TXDOT PED - 05 Standard. c. Prepare quantity estimates for all curb ramps. d. Prepare preliminary cost estimates for the project utilizing general unit price data supplied by the City. e. Coordinate the preliminary phase work of RVE and CR&G and submit the preliminary cost estimate to the City as one packet. 3. Provide Design Phase Services a. Participate in a predesign meeting with the City and other consultants to coordinate style and content of change order plans and proposal form for all four clusters. b. Utilizing plotted field work, coordinate with subconsultant ADA specialist (as needed) to design ADA -compliant curb ramps at the proposed locations. c. Prepare plan sheets for inclusion in the change order to the contract. The plan set will consist of: 1. Plans Cover Sheet 2. General Construction Notes and Quantities Sheet 3. Street Plan Sheets 4. Curb Ramp Design Details of each ramp 5. TXDOT PED - 05 Standard Detail Sheets d. Prepare a proposal form and necessary specifications packet. e. Prepare a preliminary opinion of probable cost f. Submit to the City's Registered Accessibility Specialist (RAS) for review. n C hm'f a c°4 of rhann° np~en-plans~nd-documents-t9-ttae~lty~9r -reV{eW~e6elY° comments, make changes as necessary. h. Perform a quality assurance/quality control (QA/QC) review of the plan set and documents. AMENDMENT N0.3 Pa e2of6 4. Provide Change Order Phase Services a. Submit proposal forms and change order to contractor, review the scope of the work and answer contractor questions. b. Meet with the City and the contractor regarding the change order. c. Work with the City and the contractor to finalize the change order and if necessary, attend a preconstruction conference for the change order work. 5. Provide Construction Phase Services a. Coordinate with the City's RAS during construction of the improvements. b. Make site visits as required to coordinate with the City's RAS, City construction inspector and the contractor. c. Complete final closeout plans as required by the City's RAS and work with the RAS to obtain final TDLR approval. ADDITIONAL CONSTRUCTION PHASE SERVICES The A/E will perform contract administration for the five streets in Cluster 2 to include the following: 1. Participate in the pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacting the project. 2. Review for conformance to contract documents, asphalt mix designs, and other submittals. 3. Review field and laboratory tests. 4. Provide interpretations and clarifications of the contract documents for the contractor and authorize required changes, which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. 5. Provide a project staff engineer for on-site part-time construction administration and observation. The staff engineer will work in conjunction with the contractor's superintendent to delineate areas of pavement repair. 6. The project manager (PE) will make periodic visits to the Project to confer with the 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. 7. Prepare change orders as authorized by the City (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. 9. Make prefinal and final inspections with City staff and provide the City with a Certificate of Completion for the project. 10. 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 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 provided in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic AMENDMENT NO. 3 Pa e3of6 data will be compatible with the City GIS system. 11. Conduct cone-year warranty inspection and submit a report to the City and contractor of defects in materials and workmanship required to be repaired under the warranty provisions of the construction contract. The City staff will: 1. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction phase. 2. Receive and process applications/estimates for payments to the contractor. 3. Conduct the prefinal and final acceptance inspections with the Engineer. 4. Prepare monthly estimates and submit to the City Construction Administration Department for payment. ADDITIONAL SERVICES: Provide a Topographic Survey a. Perform topographic surveys of the 91 proposed curb ramp locations. b. Plot field work. 2. Provide services for the review of the design of the curb ramps to insure compliance with TDLR regulations. The services of a RAS consultant will be utilized. All three engineering consultants will utilize the same RAS to insure uniformity and standardization of design. The City staff will: a. Furnish a Registered Accessibility Specialist (RAS). b. Furnish a project representative. c. Pay all TDLR fees as required. d. Prepare monthly pay estimates for payment to the contractor. TIME OF PERFORMANCE All work in this Amendment No. 3 shall be completed by the ENGINEER in 140 calendar days for Cluster 2 and 190 calendar days for Cluster 4. FEES The fees for Amendment No. 3 are as follows: CLUSTER 2 ADA Preliminary Phase -Cluster 2 $ 4,100.00 Design Phase -Cluster 2 $ 16,930.00 ADA Change Order Phase -Cluster 2 $ 1,190.00 ADA Construction Phase -Cluster 2 $ 12,460.00 Additional Construction Phase Services -Cluster 2 $ 45.000.00 Sub-Total Basic Services: $ 79,680.00 AMENDMENT NO. 3 Pa e4of6 ADDITIONAL SERVICES: Topographic Survey/CADD Files -Cluster 2 $ 9,370.00 ADA Review by RAS -Cluster 2 $ 7,160.00 Sub-Total Additional Services: $ 16,530.00 Sub-Total Cluster 2: $ 96,210.00 CLUSTER 4 BASIC SERVICES: ADA Preliminary Phase -Cluster 4 $ 4,100.00 Design Phase -Cluster 4 $ 19,930.00 ADA Change Order Phase -Cluster 4 $ 1,190.00 ADA Construction Phase -Cluster 4 $ 15,270.00 Additional Construction Phase Services -Cluster 4 $ 49,500.00 Sub-Total Basic Services: $ 89,990.00 ADDITIONAL SERVICES: Topographic Survey/CADD Files -Cluster 4 $ 11,220.00 ADA Review by RAS -Cluster 4 $ 8.450.00 Sub-Total Additional Services: $ 19,670.00 Sub-Total Cluster 4: TOTAL AMENDMENT NO. 3 $109,660.00 $ 205,870.00 ORIGINAL CONTRACT: AMENDMENT NO. 1: AMENDMENT NO. 2: AMENDMENT NO. 3: TOTAL REVISED CONTRACT AMOUNT: $ 44,950.00 $ 70,660.00 $ 49,500.00 $205,870.00 $ 370,980.00 AMENDMENT NO. 3 Pa e5of6 CITY OF CORPUS CHRISTI ~rn rn.~- i~~ ~~ ~~ Oscar Martinez (Date) Assistant City Manager RECOM ENDE ~~ ~~/~~ Kevin R. Stowers (Date) Interim Director of Engineering ATTEST City Secretary APPROVED AS TO FORM ~/1~,~ ~,' l2- 6 ~~ Assistant City Attorney (Date) Project Number: 6447 Funding Source: 550950-3530-00000-170103 Encumbrance Number: E~ 7/4C, LNV EN N E Dan ker, P.E. (Dat~~ President 801 Navigation, Suite 300 Corpus Christi, TX 78408 (361) 883-1984 Office (361) 883-1986 Fax ~- ~..~. AUTHORI[ED ~T CbiRCIL .....~,($ ~,D --._. ___ -- ~SfCRQI'ARY f~b• AMENDMENT NO. 3 Pa e6of6 .::I LNV ENGINEERING engineers & consultants November 6, 2008 Mr. Kevin Stowers, P.E. Interim Director of Engineering Services City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 Re: Amendment to Professional Services Contract Street Overlays, Cluster 2 & Cluster 4 Amendment No. 3 Dear Mr. Stowers, ... Please allow this letter to serve as our formal request to amend our Contract to include Professional Services as detailed in the attached Amendment No. 3 for Street Overlays, Cluster 2 & Cluster 4 project. The fee for Amendment No. 3 is $205,870.00. Sincerely, DSL/jns Attachment U:\COrpus Chrisii\08008100-Sued Overlays Clusmr]\AE (fOmrTd\Amendmem Nn lCOmbineA\Cover LeO-Amd NO )-110608.dor AMENDMENT N0.3 EXHIBIT "A" Pa e 1 of 1 RO7 NAVIC~ATI(~N_ SUITE 300 CORPUS CHRISTI. TEXAS 78408 C367) 883-1984 FAX 1361) 883-1986 City of ~~ COI'pllS CITY OF CORPUS CHRISTI Chnstt DISCLOSURE OF INTERESTS w~.- City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "N/A". FIRM NAME: LNV Enc7ineerinq Inc STREET: 801 Navigation. Suite 300 CITY: Corpus Christi. TX ZIP: 78408 FIRM is: 1. Corporation X 2. Partnership- 3. Sole Owner- 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each employee of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership in the above named firm. Name Job Title and City Department (if known) NIA 2. State the names of each official of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership in the above named firm. Name Title N/A 3. State the names of each board member of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership in the above named firm. Name Board, Commission or Committee Dan S. Leyendecker Marina Advisory Committee 4. State the names of each employee or officer of a consultant for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an ownership interest constituting 3%or more of the ownership in the above named firm. Name Consultant N/A CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes o~. Signature of Certifying Person:, Date:l~~'!7~ EXHIBIT "B" Page 1 of 2 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. Employee. Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c. Firm. Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce ordeal with a product or service, including but not limited to, entities operated, in the form of sole proprietorship, as self-employed person, partnership, corporation, Joint stock company, joint venture, receivership 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 Court Judges of the City of Corpus Christi, Texas. e. Ownership Interest. Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. Constructively held refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. Consultant. Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. EXHIBIT "B" Page 2 of 2