Loading...
HomeMy WebLinkAboutC2018-490 - 7/18/2018 - 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 Rock Engineering & Testing Laboratory, Inc. ("Consultant"), agree to the following amendments to the Contract for Professional Services for O.N. Stevens Water Treatment Plant High Service Building No. 3 and Clearwell No. 1 Repair (Project No. E11066): Original Contract . August 16, 2016 Motion No. M2016-094 $54,765.00 Amendment No. 1 December 19, 2017 Administrative Approval $26,185.50 In the Original Contract, Exhibit A,Scope of Services shall be amended as set forth in the attached Amendment No. 2, Exhibit A. In the Original Contract, Exhibit A,Fees shall be amended based on the modified scope of services in the attached Amendment No. 2, for a fee not to exceed $33,000.00, for a total restated fee not to exceed $113,950.50. All other terms and conditions of August 16, 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. .1` CI a F C6 - 'U• h -ISTI R CK ENGINEERING&TESTING LABORATORY, INC. `' I i J 7 19.7 cO 4_:„±:11 1c \1 July 12,2018 V-- ie H. Gr.'! Date Tex Curti A. Rock Date E -� • iie- � a for • Publ. o' s C ief Operating Officer 6817 Leopard Street - .Gr .a A./!y / tiS Corpus Christi, TX 78409 Jeff H. Edmonds, P.E. r ate (361)883-4555 Office Director of Engineering Services curtis@rocktesting.com APPROVED AS TO LEGAL FORM 2018.07.16 10:57:02 7 1J/''/' ' -05'00' Assistant City Attorney Date ATTEST ii, - - di_ AA A 1 A Al.4 10111 8 'ec . ca Huerta Date City Secretary C20181-490 7/18/18 Q8/18 'aV No]and Cb2,Wei No I RMwU TmM9 Contra.ISUE and GoobM�l Cann Mal,Had adatsaivnarodnaantaUlOCKV.mandmani 2 Mritl VIt/b.2 Lontracl for ProNaaonal8ana22 Rock Engineering & Testing SCANNED • Accounting Unit: 4093-041 Account: 550920 Activity: E11066-01-4093-EXP Account Category: 50920 Fund Name: Water 2013 RVBD Amount: $33,000.00 K kEngineenng Prgecls Data ManagementE11066 ONS WTP High Service Building No 3,and Clear Well No.t RepaA5 Tasting Contacts(SUE and Geotechnical Constr Malls,Hzd Malls Mmendments\ROCK Wnendment 2 Amendment No.2 Contact for Protessonal Services Page 2 of 2 scs" rFs • GEOTECHNICAL ENGINEERING • CONSTRUCTION MATERIALS O .v ENGINEERING &TESTING qeo e • SOILS•ASPHALT• CONCRETE ggro9r 00010: Thursday, July 12, 2018 City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78401 Attn: Mr. J. H. Edmonds, P.E. — Director of Engineering Services SUBJECT: ESTIMATED TESTING BUDGET E11066 ON STEVENS WTP HIGH SERVICE PUMP BLDG 3 - Amendment 2 City Project No.: E11066 Corpus Christi, Texas RETL Proposal Number: P070816A2—Amendment 2 Dear Mr. Edmonds, The following Amendment 2 is an amendment to the original Estimated Testing Budget P070816A and Amendment 1 submitted 07/14/2016. The testing went over the estimated budget and, as mentioned in the original proposal P070816A, "The actual fees invoiced for this project will be based on the actual testing performed."the following Amendment 1 is submitted to you so that Rock Engineering and Testing Laboratory may invoice the City of Corpus Christi for the outstanding balance from actual work performed. Our services are performed on an on-call, as-needed basis at the request of the City of Corpus Christi. The Original Estimated Testing Budget P070816A plus Amendment 1 was $80,950.50. The Proposed Amendment 2 Estimated Testing Budget for this project is $113,950.50. A difference of $33,000.00. Please do not hesitate to contact me at (361) 883-4555 extension 415 if you have any questions regarding the amended proposal or would like to discuss further. Sincerely, Pablo Schmitt Project Estimator Rock Engineering and Testing Laboratory ROCK ENGINEERING&TESTING LABORATORY,INC. 6817 LEOPARD STREET•CORPUS CHRISTI,TEXAS,78409 Exhibit A OFFICE: (361)883-4555•FAX: (361)883-4711 •www.rocktesting.com Page 1 of 1 Sample form for: COMPLETE PROJECT NAME Payment AEE Conuact Contract Project No. XXXX Revised 02/01/17 Invoice No. 12345 Invoice Date 01/01/2017 Total Current Previous Total Remaining Percent Basic Services: Contract Amd No. 1 Amd No. 2 Contract Invoice Invoice Invoice Balance Complete Preliminary Phase $1,000.00 $0.00 $0.00 $1,000.00 $0.00 $1,000.00 $1,000.00 $0.00 100.0% Design Phase $2,000.00 $1,000.00 $0.00 $3,000.00 $1,000.00 $500.00 $1,500.00 $1,500.00 50.0% Bid Phase $500.00 $0.00 $250.00 $750.00 $0.00 $0.00 $0.00 $750.00 0.0% Construction Phase $2,500.00 $0.00 $1,000.00 $3,500.00 $0.00 $0.00 $0.00 $3,500.00 0.0% Subtotal Basic Services $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3% Additional Services: Permitting $2,000.00 $0.00 $0.00 $2,000.00 $500.00 $0.00 $500.00 $1,500.00 25.0% Warranty Phase $0.00 $1,120.00 $0.00 $1,120.00 $0.00 $0.00 $0.00 $1,120.00 0.0% Inspection $0.00 $0.00 $1,627.00 $1,627.00 $0.00, $0.00 $0.00 $1,627.00 0.0% Platting Survey TBD TBD TBD TBD TBD TBD TBD TBD TBD O & M Manuals TBD TBD TBD TBD _ TBD TBD TBD TBD TBD SCADA TBD TBD TBD TBD TBD TBD TBD TBD TBD Subtotal Additional Services $2,000.00 $1,120.00 $1,627.00 $4,747.00 $500.00 $0.00 $500.00 $4,247.00 10.5% Summary of Fees: Basic Services Fees $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3% Additional Services Fees $2,000.00 $1,120.00 $1,627.00 $4,747.00 $500.00 $0.00 $500.00 $4,247.00 10.5% Total of Fees $8,000.00 $2,120.00 $2,877.00 $12,997.00 $1,500.00 $1,500.00 $3,000.00 $9,997.00 23.1% Notes: . If needed, update this sample form based on the contract requirements. EXHIBIT B If applicable, refer to the contract for information on what to include with time and materials (T&M). Page 1 of 1 EXHIBIT C Insurance Requirements Geotechnical, Construction Materials Testing and Aerial Surveying Services 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. The City must be listed as an additional insured on the General liability and Auto Liability policies, and 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 Commercial General Liability including: $1,000,000 Per Occurrence 1. Commercial Broad Form $2,000,000 Aggregate 2. Premises — Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury-Advertising Injury AUTO LIABILITY (including) $500,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased PROFESSIONAL LIABILITY $1,000,000 Per Claim (Errors and Omissions) If claims made policy, retro date must Exhibit C Page 1 of 3 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 Consultant shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Consultant shall pay any costs incurred resulting from said changes. All notices daidlpotlearpitaihsibtill be given to City at the following address: 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 List the City and its officers, officials, employees and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City with the exception of the professional liability/Errors & Omissions policy; 1.6.2 Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; 1.6.3 Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation or non-renewal of coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. 1.7 Within five (5) calendar days of a suspension, cancellation or non-renewal of coverage, Consultant shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Consultant's Exhibit C Page 2 of 3 • • 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 order Consultant to remove the exhibit hereunder, and/or 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 3 of 3