Loading...
HomeMy WebLinkAboutC2018-209 - 5/14/2018 - NA CITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES AMENDMENT NO. 2 The City of Corpus Christi,Texas, a Texas home-rule municipal corporation("City")and CH2M Hill Engineering,Inc., ("Consultant"), agree to the following amendments to the Contract for Professional Services for Flato Rd Agnes to Bates BOND 2014 Prop.2(E15110): Original Contract September 20, 2016 _ Motion No. 2016-108 $488,862.00 Amendment No. 1 June 12, 2017 _ Administrative Approval $20,040,00 I In the Original Contract,Exhibit A,Article I,Scope of Services,Basic Services,Item No. 2 Design Phase Services and Item No.4 Construction Administration Phase Services shall be amended as set forth in the attached Amendment No. 2, Exhibit A. In the Original Contract, Exhibit A, Article I, Scope of Services, Additional Services, Item No. 8 Warranty Phase Services shalt be amended as set forth in the attached Amendment No. 2, Exhibit A. In the Original Contract,Article III. Compensation shall be amended based on the modified scope of services in the attached Amendment No. 2, Exhibit A-1 for compensation not to exceed$49,925.00, for a total restated fee not to exceed $553.827.00. All other terms and conditions of the September 20,-2016 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. CITY OF CORPUS CHRISTI CH2M ILL ENGINEERING,INC. C • ,Reo.szi 5, /if, I8 51ZIts Margie C. Rose Date Sidney Faas, P.E. Date City Manager Vice President 555 N Carancahua, Suite 310 RECOMMENDED4/- 4/ ' Corpus Christi,TX 78401 1 91/8 (361) 888-8100 Office sidney.faas@ch2m.com Mark Van Vleck Date A -Ai nt M. n••er I 'am 57+A . V• TTT� ( ' Date E = • e e�of P,blic ark Accounting Unit: 3551-051 Account: 550950 46211r - `� '5 " /� Activity: E15110-01-3551-EXP -ff H. Edmonds, P.E. 'date Account Category: 550950 Director of Engineering Services Fund Name: ST2015 GO BD 2014 Amount: $49,925.00 APPROVED AS TO LEGAL FORM 9d,./A .- 2018.05.03 13:12:28-05'00' Assistant City Attorney Date ATTEST () �c -7/‘ 5/10/-) 8 Rebecca Huerta Date City Secretary 2018-209 l0 Rorie;Agnes to Eote7)l3.AE Agreement ContreasiAmenairterts1CH2MIAMO 2 Ameniment no 2 5/14/18 canvas to Proteevo ai Sorvicos Pape I of 1 CH2M Hill Engineers Inc. INDEXED • • Ch 2444. March 23,2018 Mr.Jeffrey Edmonds, P.E. Director of Engineering Services C/O Mr.Chris Hale,P.E. Major Projects Engineer City of Corpus Christi P.O. Box 9277 Corpus Christi,Texas 78469-9277 Subject:Flato Road (Agnes to Bates),Bond 2014(City Project No. E15110) Small A/E Amendment 2 Dear Mr. Edmonds, This letter is our proposal to amend the original contract to include extra work for the following items. These items are not part of the original contract scope and will require additional engineering and revisions and additions to the previous 60% submittal. This extra work is required to reduce currently estimated construction project costs that exceed the project budget. ---- •---Revise the current roadway design from the original scoped curb and gutter roadway section with underground storm sewer to a rural street section with roadside ditches. This will require revisions to the drainage area boundary map for existing and proposed drainage areas and new hydraulic analysis. Also,the roadway cross section and grades will be revised to be compatible with the proposed roadway section and drainage ditches and storm water system designed to accommodate the current and future drainage conditions. Approximately 72 sheets are anticipated to be revised or added as a result of this change. • Revise the wastewater system from the original scoped removal and replacement of existing lines and construction of new manholes to pipe bursting of existing lines and rehabilitation of existing manholes. This will require redesign and revisions to the wastewater system plans. Approximately 13 sheets are anticipated to be revised as a result of this change. • Revise the construction plans to delete the original scoped new sidewalks the east side of the roadway. Approximately 18 sheets are anticipated to be revised as a result of this change. • Revise the construction plans to include the installation of IT conduit and pull boxes for future use. Approximately 13 sheets are anticipated to be revised as a result of this change. We propose to provide the services mentioned above for a lump sum fee of$92,985. This Contract Amendment includes a fee of$49,925. Construction Administration funds($38,330)and warranty phase services($4,730)shall be reduced to zero and the funds shall be applied to costs for this redesign work. Exhibit A Page 1 of 2 • Mr.Jeffrey Edmonds,P.E. Page 2 March 23,2018 We look forward to your favorable consideration of this request. Regards, CH2M HILL Engineers, Inc. TBPE Firm No. F-3699 16444/1 Sidney A. Faas, P.E. Vice President SAF/mt Attachment P:\CONJ$CNRISTICITYOf\6T6696FIATORO\OI CONTRACTS&AMENDMENTS\00 SMALL AE\20183 23 FLATS SMALL AE.DOCX Exhibit A Page 2 of 2 Flato Road from Agnes to Bales(Bond 2014) Profeof No E15110 SUMMARY OF FEES Original Amend. No. 1 Amend. No.2 Total Basic Services Fees 1 Preliminary Phase $31,775.00 $0.00 $0.00 $31,275.00 2 Design Phase 367,420.00 18,670.00 92.985 436.015.00 3 Bid Phase 12,480.00 0.00 0.00 12,480.00 4 Construction Administration Phase 38,330.00 0.00 (38,330.00) 0.00 Subtotal Basic Services Fees 449,505.00 18,670.00 54,655 522,830.00 Additional Services Fees(Allowance) 1 Permit Preparation 3,830.00 0.00 0.00 3,830.00 2 ROW Identification Survey 6847.00 000 0.00 5,847.00 3 Topographic Survey 17,270.00 1370.00 0.00 16640.00 4 ROW Acquisition and Parcel Maps 920.00 0.00 0.00 920.00 5 Environmental Issues 0.00 0.00 0.00 0.0C 6 Public Involvement 6,760.00 0.00 0.00 6,760.00 7 Construction Observation Services 0.00 0.00 0.00 0.0C 8 Warranty Phase 4,730.00 0.00 (4,730.00) 0.00 Subtotal Additional Services Fees Autho 39,357.00 1370.00 (4,730.00) 35,997.00 Total Authorized Fee $488,862 00 $20,040.00 49,925.00 $558,827.00 9/20/2016 06/12/17 1/1212018 <` M2016-108 Admin.Approval Admin.Approval Exhibit A-1 Page 1 of 1 • EXHIBIT B-1 CONFIDENTIAL RATE SHEET Rate sheets are confidential pursuant to section 552.104 of the Texas Government Code since release of this information would give advantage to a competitor or bidder. In addition, section 552.110 of the TX Govt. Code protects third party commercial and financial information if release of the information would cause the third party substantial competitive harm. Final determination of confidentiality will be made by the Texas Attorney General. DOCUMENTATION OF PROVISIONAL / OVERHEAD RATES: Overhead rate documentation has been provided to the City of Corpus Christi and was utilized in reviewing and approving the loaded hourly rates below. PRINCIPALS: The Consultant must provide documentation with each payment request that clearly indicates how a Principal's time is allocated and the justification for that allocation. PRINCIPAL(S): HOURLY RATE TX REGISTRATION #: ($/h r) Project Consultant: CAD Technician: Clerical: Other—specify: SUBCONSULTANT(S): (firm) Principal(s): Project Consultant: CAD Technician: Clerical Other—specify: Add additional subconsultants as needed. Exhibit B-1 Confidential Rate Sheet Page 1 of 1 • • • • EXHIBIT C Insurance Requirements Pre-Design, Design and General Consulting Contracts 1.1 Consultant must not commence work under this agreement until all required insurance has been obtained and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 1.2 Consultant must furnish to the Director of Engineering Services with the signed agreement a copy of Certificates of Insurance (COI)with applicable policy endorsements showing the following minimum coverage by an insurance company(s)acceptable to the City's Risk Manager.A waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, Bodily Injury and Property Damage required on all certificates or by Per occurrence - aggregate applicable policy endorsements PROFESSIONAL LIABILITY $1,000,000 Per Claim (Errors and Omissions) If claims made policy, retro date must be prior to inception of agreement, have extended reporting period provisions and identify any limitations regarding who is insured. 1.3 In the event of accidents of any kind related to this agreement, Consultant must furnish the City with copies of all reports of any accidents within 10 days of the accident. 1.4 Consultant shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Consultant's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A-VII. Consultant is required to provide City with renewal Certificates. 1.5 In the event of a change in insurance coverage, Consultant shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 business days of said change. Consultant shall pay any costs resulting from said changes. All notices under this Article shall be given to City at the following address: Exhibit G Page 1 of 2 • • City of Corpus Christi Attn: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 1.6 Consultant agrees that with respect to the above required insurance,all insurance policies are to contain or be endorsed to contain the following required provisions: 1.6.1 If the policy is cancelled, other than for nonpayment of premium, notice of such cancellation will be provided at least 30 days in advance of the cancellation effective date to the certificate holder. 1.6.2 If the policy is cancelled for nonpayment of premium, notice of such cancellation will be provided within 10 days of the cancellation effective date to the certificate holder. 1.7 Within five(5)calendar days of a suspension, cancellation or non-renewal of coverage, Consultant shall notify City of such lapse in coverage and provide a replacement Certificate of Insurance and applicable endorsements to City.City shall have the option to suspend Consultant's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 1.8 In addition to any other remedies the City may have upon Consultant's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required,the City shall have the right to withhold any payment(s) if any, which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. 1.9 Nothing herein contained shall be construed as limiting in any way the extent to which Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractor's performance of the work covered under this agreement. 1.10 It is agreed that Consultant's insurance shall be deemed primary and non-contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. 1.11 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. Exhibit C Page 2 of 2