Loading...
HomeMy WebLinkAboutC2018-214 - 5/17/2018 - NA CITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES AMENDMENT NO. 1 The City of Corpus Christi, Texas, a Texas home-rule municipal corporation ("City") and Hanson Professional Services, Inc., ("Consultant"), agree to the following amendments to the Contract for Professional Services for Paul Jones Sports Facility Minor Site Improvements (E162541: Original Contract April 21, 2016 Administrative Approval $29,800.00 I In the Original Contract, Exhibit A, Scope of Services shall be amended as set forth in the attached Amendment No.1, Exhibit A. In the Original Contract, Fees shall be amended based on the modified scope of services in the attached Amendment No. 1, Exhibit A for a fee not to exceed $2,377.25, for a total restated fee not to exceed $32,177.25. All other terms and conditions of the April 21, 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 OFC PUS CHRISTI HANS NI;0" -SIONAL SERVICES, INC. idLO as- o 3 - r g Jeff H. dmi6nds, P.E. Date Wilfredo River., P.E. Date Director of Engineering Service 4501 Gollihar Road Corpus Christi, TX 78411 (361) 814-9900 Office wrivera@hanson-inc.com APPROVED AS TO LEGAL FORM 2018.05.08 09:32:29 -05'00' Assistant City Attorney Date Accounting Unit: 3290-141 Account: 550950 Activity: E 16254-01-3290-EXP Account Category: 50950 Fund Name: Park & Rec 08 TN Amount: $2,377.25 Amendment No.1 2018-214 Contract for Professional Services 5/17/18 Page t of t Hanson Professional Services Inc. INDEXED • • HANSON�� Professional Services Inc. 4501 Goldner Road eninertel rurr,y1Aleis,au, Corpus Christ,,Tx.78401 (361.014.9900 www.hanson.tnc.com March 26, 2018 Mr. J.H. Edmonds, P.E. Director of Engineering Services P.O. Box 9277 Corpus Christi, Texas 78469-9277 Re: Amendment 1 — Paul Jones Sports Facility Minor Site Improvements City Project No. E16254 NEI/Hanson Project No.16L0254 Dear Mr. Edmonds: Please accept this letter as our formal request for our Contract Amendment No. 1 on the above referenced project. The original agreement, processed as a small Architect/Engineer(NE) agreement, was issued on April 14, 2016. The work anticipated under this contract amendment consists of additional drainage study analysis resulting from the recently completed Ennis Joslin Ditch and Road Extension. A portion of the Immediate Drainage Improvements and Bidding/Construction Administration scope has also been reduced. Project Description: The original contract scope was to prepare a small drainage analysis that establishes various options for drainage the Paul Jones Sports Complex towards the proposed Ennis Joslin Extension being completed by the City's Consultant. The drainage analysis was to be used by the City's Consultant for establishing drainage easements and upsizing Ennis Joslin drainage components based on a 25-year and 100-year Storm Event. Flow data was provided to the City's Consultant for the Ennis Joslin Extension. The final design did not include the Paul Jones Sports Complex flow data, allowance for additional pond discharge or the 25- year and 100-year water surface for the proposed improvements. The ditch improvements designed by the City's Consultant have been constructed. In order to properly evaluate the effect of the pond discharge on the Ennis Joslin Extension additional, drainage system analysis will be required. The 25- year and 100-year water surface of the recently constructed Ennis Joslin Extension Improvements will need to be determined. The allowable discharge from the Paul Jones Sports Complex will then need to be assessed. The original contract scope included addressing immediate drainage improvements which has been requested to be removed from the project scope. The Bidding/Construction Phase has been asked to be removed. Exhibit A 11111111111111111111 Mr. J.H. Edmonds March 26, 2018 Scope of Services: Drainage Study (Additional Analysis) 1. Review of planned improvements to the upstream drainage system at the Ennis Joslin Road Extension and Ennis Joslin Ditch Extension (Off-Site Improvements). 2. Evaluate the current as-built condition of the Off-Site Improvements. 3. Review the Engineering Letter Report provided by the City for the Off-Site Improvements. Determine the allowable discharge used in the Off-Site Improvement Design. 4. Determine the water surface elevation of the 5-year 25-year and 100-year storm event for the Off-Site Improvements. 5. Evaluate the allowable discharge to determine the effect on the proposed Ennis Joslin water surface elevation. Immediate Drainage Improvements (Reduction in Scope) Field work and preliminary design review has already been completed. 1. The final design and recommendations for all items detailed in the Immediate Drainage Improvements has been removed. 2. The Bidding/Construction Administration for Immediate Drainage Improvements will be removed • from the scope. • Long Term Drainage Improvements (Reduction in Scope) The 60% bid documents have already been completed. 1. The City will either change order the work into the Ennis Joslin project or complete the work under an IDIQ contract. The bid phase and construction administration phase will be removed from the scope. Project Summary of Fees: Item Task Original Fee Amended Fee Revised Fee A. Drainage Study $5,630.00 $10,106.00 $15,736.00 Construction Plans for Immediate Drainage B. Improvements $3,370.00 ($866.25) $2,503.75 Bidding/Construction Administration for C. Immediate Drainage Improvements $4,575.00 ($4,575.00) $0.00 D. Long Term Drainage Improvements $16,225.00 ($2,287.50) $13,937.50 Total $29,800.00 $2,377.25 $32,177.25 Mr. J.H. Edmonds March 26, 2018 Schedule: EXHIBIT A PROJECT SCHEDULE(Revision 4) Paul loon Sporty Facility Mnor Site Improvements(Prosed Number E16154) • Weekly Progro"Derttn sS S, Woeld•LProgre Is Cunstrudlon ea ' Ellg X- . o o vi r- 0.1 0 0 o i3 E R R n g R o h R rG g g N ri R g ei ri n fi !i fi k 8 8 1{� z oC d nj pi 4 g d .'i e.. xi 2 u Task-Paul tones Spoils fadllty lmprevemenlo 1.1 Maitre the Drainage Study 1.11ong Term Drainage Improvements Design Pham A.30%Design Phase City Review of Drainage Report and 30%Ptana _ 6.90%Design Plisse City Revof Plans C.Signed end Sealed eld Documents IMMIE . I I I I . i 1 f 1.3 Construction I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The Amendment would result in an overall increase to the project fee of$2,377.25 totaling $32,177.25. Once again we thank you for the opportunity to assist you with this project and we look forward to working with you, City Staff and the City Council. Should you have any questions or require any additional information, please do not hesitate to call. Sincerely, HANSON PROF NAL SERVICES, INC. WAJA , Wilfredo Rivera Jr., P.E. Assistant Vice-President/Senior Project Manager I:/ 16L0254/Agreements/Amendment No. 1 Request (032618) Basic Services: Preliminary Phase Design Phase Bid Phase Construction Phase Subtotal Basic Services Additional Services: Permitting Warranty Phase Inspection Platting Survey 0 & M Manuals SCADA Subtotal Additional Services Summary of Fees: Basic Services Fees Additional Services Fees Total of Fees COMPLETE PROJECT NAME Project No. XXXX Invoice No. 12345 Invoice Date 01/01/2017 Contract Amd No. 1 Amd No. 2 Total Contract $1,000.00 $0.00 50.00 $1,000.00 $2,000.00 $1,000.00 $0.00 $3,000.00 $500.00 $0.00 $250.00 $750.00 $2,500.00 $0.00 $1,000.00 $3,500.00 $6,000.00 $1,000.00 $1,250.00 $8,250.00 $0.00 $2,000.00 50.00 $0.00 $2,000.00 $0.00 $1,120.00 $0.00 $1,120.00 $0.00 50.00 $1,627.00 $1,627.00 TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD $2,000.00 51,120.00 51,627.00 $4,747.00 $6,000.00 $1,000.00 51,250.00 $8,250.00 52,000.00 $1,120.00 51,627.00 $4,747.00 58,000.00 $2,120.00 52,877.00 $12,997.00 Current Invoice Previous Invoice Total Invoice 50.00 $1,000.00 $1,000.00 $1,000.00 $500.00 $1,500.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $1,000.00 $1,500.00 $2,500.00 0.0% $500.00 $0.00 $500.00 $0.00 $0.00 50.00 $0.00 $0.00 $0.00 TBD TBD TBD TBD TBD TBD TBD TBD TBD $500.00 $0.00 $500.00 $1,000.00 $1,500.00 $2,500.00 $500.00 $0.00 $500.00 $1,500.00 $1,500.00 $3,000.00 Notes: If needed, update this sample form based on the contract requirements. If applicable. refer to the contract for information on what to include with time and materials (T&M). Sample form for: Payment Request AE Contract Revised 02/01/17 Remaining Balance Percent Complete $0.00 100.0% $1,500.00 50.0% $750.00 0.0% $3,500.00 0.0% 55,750.00 30.3% 51,500.00 25.0% 51,120.00 0.0% $1,627.00 0.0% TBD TBD TBD TBD TBD TBD $4,247.00 10.5% $5,750.00 30.3% 54,247.00 10.5% $9,997.00 23.1% EXHIBIT B 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 Consultants 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 C 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 anyway 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 Itis 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 oft