Loading...
HomeMy WebLinkAboutC2009-382 - 9/8/2009 - NACITY OF CORPUS CHRISTI AMENDMENT N0.7 CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas hereinafter called "City", and COYM. REHMET 8 GUTIERREZ ENGINEERING. L.P., hereinafter called "Engineer", agree to the following amendment to the Contract for Professional Services for Lift Station at Buckins~ham (RFQ 99-01) (Project No. 71171 as authorized by: Ori final Contract Februa 22, 2000 Motion No. M2000-050 $37,306.00 Amendment No. 1 Aril 16, 2002 Motion No. M2002-101 $299,040.00 Amendment No. 2 Au ust 28, 2002 Administrative royal $0.00 Amendment No. 3 Jul 22, 2003 Administrative royal $24,900.00 Amendment No. 4 March 29, 2005 Administrative royal $24,890.00 Amendment No. 5 March 10, 2008 Administrative royal $49,550.00 Amendment No. 6 ril 10, 2008 Administrative royal $46,500.00 Exhibit "A", Section 1. Scope of Services, Part A. Basic Services shall be amended as shown on the attached Exhibit "A" and summarized below for the following new project: Wooldrids~e_Road Lift Station 24" Force Main Tie-In and Odor Control System (Project No. 7455)- (A) performing preliminary engineering for a new 24" force main tie-in structure at the Wooldridge Road Lift Station; (B) performing preliminary engineering for a odor control system at the Wooldridge Road Lift Station; (C) performing design, bid and construction phase services for the new force main tie-in structure. Exhibit "A", Section 1. Scope of Services, Part B. Additional Services shall be amended as shown on the attached Exhibit "A"; Item No. 1 Topographic Survey shall be amended to include additional Topographic Survey Services. Exhibit "A", Section tll. Fees shall be modified as shown on the attached Exhibit "A" for a revised fee not to exceed 549.861.00 (Fortv Nine Thousand Eis~ht Hundred Sixty One Dollars and Zero Centsl, for a total restated fee not to exceed 5532.047 (Five Hundred Thirty Two Thousand Fortv Seven Dollars and Zero Centsl. All other terms and conditions of the Contract and Amendments between the City and Engineer will remain in full force and effect. CITY OF CORPUS CHRISTI ~ _ 9- ~~a9 Oscar Martinez Date Assistant City Manager RECOM NDE ~~~ Pete Anaya, P.E. Date Director of Engineering COYM, REHMET, 8 GUTIERREZ ENGINEERING, L.P. J on Rehmet, P.E., R.P.L.SI Dat4 incipal 5656 S. Staples, Suite 230 Corpus Christi, TX 78411 (361) 991-8550 Office; (361) 993-7569 Fax RECOMMENDED ~s a~-~~ Foster Crowell ~ Date Director of Wastewater Services ATTEST ~~~- 2009-382 ary 09/08/09 Coym, Rehmet & Gutierrez Eng. t Station at BudcinphamV-md. No. 7.doc AP OVED AS TO FORM ~~ J~~. Assistant City Attorney Date Project Number: 7455 ~ yj J j7q~ Z Funding Source: Encumbrance Number: ~~ o2f.~1 °' t~ AMD. N0.7 Pa e1of1 Coym,R~ehmet Gutierrez En g, L.P. PLANNERS SURVEYORS July 24, 2009 Pete Anaya, P.E. Director of Engineering Services City of Corpus Christi Department of Engineering Services P.O. Box 9277 Corpus Christi, Texas 78469-9277 6668 S. STAPLES, SURE Z30 CoRPU8 CHR18Tl, TX 78411 s81.881~660 FAX: sB1.88~ 7Q68 1ZZ0 N. TEXAS BLVD., SUITE 4 ALICE. TX 78312 361~864~68Z1 FAX:361~664-0668 RE: Wooldridge Road Lift Station 24" Force Main Tie - In and Odor Control System CRG Project No. 20231 c Dear Mr. Anaya, This correspondence constitutes our proposal for: (A) performing preliminary engineering for a new 24" force main tie-in structure at the Wooldridge Road Lift Station. (B) performing preliminary engineering for a odor control system at the Wooldridge Road Lift Station. (C) performing design, bid and construction phase services for the new force main tie-in structure. We propose to perform the following services: 1. Prepare a Preliminary Engineering Letter Report which will include: a. Review force main connection options, generally seen as two: 1. Connect to existing large junction manhole in Wooldridge Road. 2. Construct a new large junction manhole over the existing 36" lines into the lift station and connect the force main at the structure. b. Review of existing flow and site conditions and future improvements and analysis of odor control options. c. Preliminary layouts and sections of options for force main tie-in and odor control facilities. d. Preliminary Opinion of Probable Cost of options for force main tie-in and odor control facilities. e. Analysis and comparisons of various alternatives for the force main tie-in and odor control facilities. f. Recommendations for construction of force main tie-in and odor control facilities. EXHIBIT "A" Page 1 of 4 Pa e 1 of 5 2. Perform Design Phase Services for the 24" Force Main Tie-In. a. Study, verify, and implement Preliminary Engineering Letter Report recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the 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 provisions and special provisions, notice to bidders, insurance requirements, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, 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 with the recommended construction schedule. The construction schedule will provide a phased approach to track progress and payments. e. Assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. f. Provide 1 copy of pre-final plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. Compile comments and incorporate any requirements into the plans and specifications, and advise the City of responding and non-responding participants. g. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the interim, pre-final (if required), and final 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. h. If required, provide traffic controls including a Traffic Control Plan, illumination, markings and striping, signalization, and as delineated by the City Traffic Engineering Department. i. 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. j. 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. Page 2 of 4 EXHIBIT «a" Pa e2of5 3. Perform Bid Phase services for the project: a. Participate in the pre-bid conference and provide a recommended agenda for critical construction activities and elements impacted by the project. 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, analyze bids, evaluate, prepare bid tabulation, and make recommendation conceming award of the contract. 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 Engineer 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 thal particular portion of the Project for bids. 4. Perform Construction Phase services for the project: a. Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. 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 required changes, which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. e. Make regular 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 of construction. f. 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. g. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. EXHIBIT "A" Page3of4 Pa e3of5 h. Review construction "red-line" drawings, prepare record drawings of the Project as constructed (from the "red-tine" 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 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 data will be compatible with the City GIS system. 5. Additional Services: a. Topographic Survey. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points as required for the aerial mapping of the Project area-aerial photography to be provided by the City). Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures and 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. Fee: We propose a fee of $49,861.00. A breakdown of the proposed fee is shown on Attachment "A". The manhour and fee analysis is shown in Attachment "B". If you have any questions or require additional information, please give me a call. Very truly yours, COYM, REHMET & GUTIERREZ ENGINEERING, L.P. J. Don Rehmet, P.E., R.P.L.S. Attachments: Attachment "A" (1 page) Attachment "B" (2 pages) Page 4 of 4 EXHfBIT "A" Pa e4of5 ATTACHMENT "A" WOOLDRIDGE ROAD LIFT STATION FORCE MAIN TIE-IN AND ODOR CONTROL SYSTEM FEE SCHEDULE Basic Services 1. Preliminary Phase $10,026.00 2. Design Phase $27,400.00 3. Bid Phase $3,150.00 4. Construction Phase $7,040.00 Sub-Total Basic Services $47,616.00 Additional Services 1. Topographic Survey $2,245.00 Sub-Total Additional Services $2,245.00 Total Basic and Additional Services $49,861.00 EXHIBIT "A" Pa e5of5 Page 1 of 1 ~~ ~ City of COI'pUS CITY OF CORPUS CHRISTI CIl1'1St1 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: Coym, Rehmet & Gutierrez Enaineering, L.P. STREET: 5656 South Staples, Suite 230 CITY: Corous Christi ZIP: 78411 FIRM is: 1. Corporation 2. Partnership X 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°/u or more of the ownership in the above named "firm". Name Job Title and City Department (if known) N/A 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 N/A 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 occur. Certifying Person: J. Don Rehmet P.E., R.P.L.S. Title: Vice President Signature of Certifying Person: Date: Z9 ~ EXHIBIT "B" Pa e 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 producf or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, oint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treate~ as non-profit organizations. d. "Official". The Mayor, members of the City Council, City Manager, Deputy City Mana er, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus~hristi, 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 entit . "Constructively held" refers to holding or control established through voting trusts, proxies or special terms o~ 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" Pa e2of2