Loading...
HomeMy WebLinkAboutC2016-314 - 6/13/2016 - NA • CITY OF CORPUS CHRISTI AMENDMENT NO. 1 CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas, a Texas home-rule municipal corporation ("City") and LJA Engineering, Inc. ("Consultant"), agree to the following amendments to the Contract for Professional Services for Gotlihar Road Improvements from Kostorvz Road to Weber Road BOND 2014(Proiect No. E13088& E130891: Original Contract March 18,2014 Ordinance No. 030125 $2,009,621.00 In the Original Contract, Exhibit"A", Section I. Scope of Services shall be amended as set forth in the attached Amendment No. 1, Exhibit"A". In the Original Contract, Section III shall be amended based on the modified scope of services in the attached Amendment No. 1, Exhibit"A'for a fee not to exceed$0.00,for a total restated fee not to exceed$2,009,621.00. All other terms and conditions of the March 18, 2014 Contract for Professional Services between the City and Consultant,and of any amendments to that contract,which are not specifically addressed herein shall remain in full force and effect. - • fit R - LJA NQ IN i INC. 11 1 Ag4 I V.�rie H. Gray, '.E. (o ��Date Patrick R. Vetetb, P.E. Date Ex; utive Director .f Pubic orks Vice President 820 Buffalo Street Corpus Christi, TX 78401 361-887-8851 Office APPROVED AS TO LEGAL FORM 6/6/16 Assistant City Attorney Date ATTEST 6,x( 6 AA city Secretary Date 2016-314 -13048 GOLL.NAR FROM WEBER TO CARROU.BONO 20/4W ENOMENT 1 4JA120151001 AMErNOMENT TO CONTRACT 6/13/16 LJA Engineering Inc. INDEXED LJA Engineering, Inc. 114 820 Buffalo St. Phone 361.887.8851 Corpus Christi,TX 78401 Fax 361.887.8855 www ljaengineenng corn TBPE Ns F 1386 TBPLS NQ 10016600 May 31, 2016 City of Corpus Christi Engineering Services P. O. Box 9277 Corpus Christi, Texas 78469-9277 Attn: Mr. J. H. Edmonds, P.E. Director of Engineering Services Re: Engineering Services Agreement Between City of Corpus Christi and LJA Engineering, Inc. Gollihar Road Improvements — Project No(s) E13088 & E13089 Contract Amendment No. 1 — Redesign Construction Docs for City-Requested Street Layout Changes and Storm Sewer Size Reductions LJA Project No. C007-14003 Dear Mr. Edmonds: 1. SCOPE OF WORK As requested, we have prepared Contract Amendment No. 1 (CA1) to our Gollihar Road Improvements NE Contract. The purpose of CA1 is to reallocate unused, existing contract funds to provide additional funds required to redesign the completed construction documents for City- requested street layout changes and storm sewer reductions. The net result of this Contract Amendment is a zero-dollar change to the Original Contract. The proposed changes to the Original Contract are as follows: 1. Increase Basic Services: Design Phase scope of services to accommodate redesigning the construction documents for street layout changes and storm sewer reductions; 2. Reduce Basic Services: Construction Administration Phase; and 3. Increase Additional Services: Signal Design Modifications at Carroll Lane. The need for this Contract Amendment arose due to two (2) decisions made by the City after the 100% Submittal. The first decision was to remove in-street bike lanes and replace them with 10' wide, concrete combination pedestrian/bike sidewalks outside the curb and gutter. This change requires the relocation of the proposed curb and gutter and design of the 10' combination pedestrian/bike sidewalks, which affects most of the sheets in the plans. The second decision was to reduce the size of the proposed storm sewer infrastructure. The City hired CH2M to value- engineer and redesign the proposed storm sewer improvements to reduce the size and cost of proposed storm sewer improvements in the Project. These storm sewer changes also necessitate revisions to most of the sheets in the plans. AMD NO. 1 EXHIBIT `A' Page 1 of 4 Mr.J.H. Edmonds, P.E. City of Corpus Christi May 31,2016 Page 2 of 4 II. CONTRACT CONDITIONS LJA will prepare one (1) Revision Submittal Package for the above-described changes and will attend one (1) review meeting with the City to discuss and receive comments. Upon receipt of comments from the City, LJA will prepare sealed contract documents and deliver to the City for project bidding purposes. Per directives from the City, the revised construction documents will only include one (1) Base Bid for the pavement option that proves to be the most cost effective over a 30-year life cycle. Plan revisions to the proposed storm sewer improvements will be performed in accordance with the recommendations in the CH2M report to the City. LJA requests a copy of that report for our files. The Drainage Area Map and Drainage Calculations sheets in the plans will be removed and notes will be added to the plans that reference the CH2M report for project drainage design criteria. If the City wants the design storm and associated hydraulic grade lines to be shown on the plans, LJA requires that this information be provided to LJA by CH2M. LJA assumes no responsibility for the adequacy or capacity of the storm sewer improvements proposed by CH2M. With this Contract Amendment, the original contract fee for Basic Services: Construction Administration Phase will be reduced to cover the funds required for design revisions. As such, the original contract requirements for Construction Administration Phase services, except for the preparation of Record Drawings, are hereby removed from the contract. If in the future it is determined that Construction Phase Services are necessary, another contract amendment will be required to cover that work. The scope of work of this Contract Amendment is limited to the above-described work only. Any engineering efforts requested outside of the stated scope of work will require another amendment to the contract and additional fees. III. BASIS OF COMPENSATION & SCHEDULE OF PAYMENT LJA proposes to perform the above-described scope of work for a zero-dollar change to the Original Contract. The additionally-required fees are as follows: - Design Phase $ 157,253.68 - Signal Design Modifications at Carroll Ln. $ 8,100.00 - Total Additional Fees $ 165,353.68 To create the funds to cover the additionally-required fees, $165,353.68 of the originally-approved fee for Basic Services: Construction Administration Phase will be reallocated, thereby creating a zero-dollar change contract amendment as shown in the attached Summary of Fees. Invoices shall be prepared, submitted and paid on a monthly basis in accordance with the Original Contract. Invoices will be based upon engineering efforts spent at the time of invoicing. AMD NO. 1 EXHIBIT 'A' R:\CLIENTS\CITY OF CC-7\14003-Gdlihar Road Improvements\Engineering Contract Amendments\Amendment No. Page 2 of 4 1\Ltr JEdmonds.Gollihar.Exh A CAM.05-31-16.docx • Mr. J.H. Edmonds, P.E. City of Corpus Christi May 31, 2016 Page 3 of 4 IV. PROJECT RE-DESIGN SCHEDULE LJA will begin the re-design efforts upon receipt of an executed copy of this Contract and a Notice to Proceed from the City. LJA will submit the completed Revision Submittal Package to the City four (4) months from that date, pending receipt of all required information from the City, such as drainage and sidewalk design criteria. The Bid schedule should follow the schedule in the Original Contract. The construction duration of the Project is estimated at 34 months for an estimated $15 million construction project. Contract Amendment No. 1 documents are attached. We appreciate the opportunity to provide these engineering services to you. If you have any questions regarding this Contract Amendment, or need any additional information, please do not hesitate to contact me at (361) 887-8851. Best Regards, 1 s-31-1(42 D. Scott Jones, Date Cor•us Christi O, ice Manager A S. . ;' .. Patri" . -t-r:, PE Dat- Vice President AMD NO. 1 EXHIBIT 'A' R CLIENTS CITY OF CC-7114003-Gollihar Road Improvements Engineenng Contract Amendments\Amendment No Page 3 of 4 1 Ltr JEdmonds GoHihar Exh A CA#1 05-31-16 docx GOLLIHAR ROAD IMPROVEMENTS KOSTORYZ ROAD TO WEBER ROAD (2014 BOND ISSUE) Project No(s) E13088 & E13089 SUMMARY OF FEES ORIGINAL Fees CONTRACT AMD.NO.1 TOTAL Basic Services Fees 1. Preliminary Phase $131,415.00 $0.00 $131,415.00 2. Design Phase $864,510.00 $157,253.68 $1,021,763.68 3. Bid Phase $34,950.00 $0.00 $34,950.00 4. Construction Administration Phase $198,150.00 ($165,353.68) $32,796.32 Subtotal Basic Services Fees $1,229,025.00 -$8,100.00 $1,220,925.00 Additional Services Fee(Allowance) 1. Permitting TDLR Registration(Authorized) $3,105.00 $0.00 $3,105.00 2. Right-of-Way(ROW)Acquisition Survey _ $20,000.00 $0.00 $20,000.00 3. Topographic Survey&ROW Verification(Authorized) $110,630.00 $0.00 $110,630.00 4. Environmental Issues(Hazardous Materials Encountered During Construction) $5,000.00 $0.00 $5,000.00 5. Subsurface Utility Engineering(S.U.E.)(Authorized) $47,370.00 $0.00 $47,370.00 6. Public Meetings&Committee Presentations(4 Meetings Total)(Authorized) $25,900.00 $0.00 $25,900.00 7. Construction Observation Services TBD $0.00 $0.00 8. Warranty Phase $3,450.00 $0.00 $3,450.00 9. Drainage Analysis of Gollihar Drainage Basin(Authorized) $68,700.00 $0.00 $68,700.00 10. Drainage Topographic Survey(Authorized) $63,660.00 $0.00 $63,660.00 11. Evaluation of Existing Box Culvert (Authorized) $91,495.00 $0.00 $91,495.00 12. Concrete Cores of Existing Box Culvert(Authorized) $44,971.00 $0.00 $44,971.00 13. Design Repairs to the Existing Box Culvert(Authorized) $25,000.00 $0.00 $25,000.00 14. Design Removal&Replacement of the Existing Box Culvert TBD $0.00 $0.00 15. Geotechnical Investigations and Recommendations(Authorized) $47,805.00 $0.00 $47,805.00 16. Traffic Analysis&Modeling $32,700.00 $0.00 $32,700.00 17. Signal Design Modifications at Carroll Lane(Authorized) $30,225.00 $8,100.00 $38,325.00 18. Signal Design Modifications at Kostoryz Road $30,225.00 $0.00 $30,225.00 19. Construction Progress Meetings $47,520.00 $0.00 $47,520.00 20. Additional 6-Months of Construction Administration Services&Progress Meetings $57,840.00 $0.00 $57,840.00 21. Phase 1 Environmental Assessment of Project Area $10,000.00 $0.00 $10,000.00 22. Value Engineering Proposal Review $15,000.00 $0.00 $15,000.00 Subtotal Additional Services Fees $780,596.00 $8,100.00 $788,696.00 Total Fees $2,009,621.00 $0.00 $2,009,621.00 - AMD NO. 1 EXHIBIT'A' Page 4 of 4 Client#: 180670 LJAENGIN ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE(MWDD/YYYY)5/09/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Dinora Ancira NAME: USI Southwest PHONE 713 490-4600 FAX 713-490-4700 ram,Ext): (A/C,No): Three Memorial City ADDRess: dinora.ancira@usi.biz 840 Lessner, Suite 600 INSURER(S)AFFORDING COVERAGE NAIC# Houston,TX 77024 INSURERA:Hartford Fire Insurance Company 19682 INSURED INSURER B:Commerce&Industry Insurance C 19410 LJA Engineering,Inc. INSURER C Hartford Fire Insurance Co 19682 2929 Briarpark Dr.Ste 600 INSURER O:Berkley Insurance Company 32603 Houston,TX 77042 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE INSR ADDLSUBR POLICY NUMBER (MM/LDDY/YYYY) (FF MM%IDDYEXP /YYYY) LIMITS A GENERAL LIABIUTY 61UUNJDO702** 09/01/2015 09/01/201g ,,,EACH $1,000,000 X COMMERCIAL GENERAL LIABILITY PREMISES(Ea o T rrrence) $300,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $10 000 10,000 PID Ded PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000** GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 7 POLICY X JERQ X LOC COMBINED NGLE LIMIT $ A AUTOMOBILE LIABILITY 61UUNJDO702 09/01/2015 09/01/2016 Eaacoident)SI $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X HIRED AUTOS X NONAUTO-0WNEDS PROPERTY accident)DAMAGE $ $ B X UMBRELLA LIAB X OCCUR 6E33096781 09/01/2015 09/01/2016 EACH OCCURRENCE $10,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $10,000,000 DED X RETENTION 410,000 $ C WORKERS COMPENSATION 61WBVX6527 09/01/2015 09/01/2016 X TORYTLIMITS KH - AND EMPLOYERS'LIABIUTY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 D Professional AEC900619800 09/01/2015 09/01/2016 $5,000,000 per claim Liability $5,000,000 annl aggr. DESCRIPTION OF OPERATIONS/LOCATIONS(VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space is required) RE:Project#E13088&E13089,Gollihar Road Improvements-Kostoryz Road to Weber Road(2014 Bond Issue). Blanket Additional Insured including products/completed operations coverage(all policies except Professional Liability and Workers Compensation)is provided if required by written contract executed prior to a loss,but limited to the operations of the Named Insured per policy forms HGOO 01 06 05(GL); (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Corpus Christi THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: Director of Engineering Services ACCORDANCE WITH THE POLICY PROVISIONS. P.O.Box 9277 Corpus Christi,TX 78469-9277 AUTHORIZED REPRESENTATIVE UT 1 1 rioe(4— £. 4146. ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 2 The ACORD name and logo are registered marks of ACORD #S17825574/M16069987 PKAZP DESCRIPTIONS (Continued from Page 1) CG20100413GL;CG20370413(GL); HA 99 16 03 12(Auto);80517 11/09(Umbrella). Coverage provided on the General Liability is primary and non-contributory if required by written contract executed prior to a loss. **Maximum annual Aggregate limit$10,000,000 Blanket Waiver of Subrogaion is provided on General Liability,Auto,Umbrella,Professional Liability and Workers Compensation policies as required by written contract executed prior to a loss per policy form HG 00 01 06 05(GL); HA 99 16 03 12(Auto); 80517 11/09(Umbrella); and WC 42 03 04(Workers Compensation). Umbrella Liability policy follows form of the underlying policies,General Liability,Auto Liability and Workers Compensation. 30 day notice of cancellation except 10 day notice of cancellation for non-payment of premium. SAGITTA 25.3(2010/05) 2 of 2 #S17825574/M16069987