Loading...
HomeMy WebLinkAboutC2017-361 - 6/16/2017 - NA CITY OF CORPUS CHRISTI AMENDMENT NO. 2 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 Citywide Street Preventative Maintenance Program Year 3 (Project No. E15140): Original Contract September 28, 2015 Administrative Approval $49,365 Amendment No. 1 February 9, 2016 Motion No. 2016-019 $867,370 In the Original Contract, Exhibit "A", Section I. Scope of Services shall be amended as set forth in the attached Amendment No. 2, Exhibit "A". In the Original Contract, Section III. Fees shall be amended as set forth in the attached Amendment No. 2, Exhibit "A" for a fee not to exceed $49,845, for a total restated fee not to exceed $966,580. All other terms and conditions of the February 9, 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 LJA ENGINEERING, INC. L-h-r jy,2s,k:L) . P-454XJ 41/1(0 rt 9'30'2.491 Margie C. Rose Date ct r . G i rre ., P.E. Date City Manager Vice President 5656 S. Staples Street, Suite 230 Corpus Christi, TX 78411 361-991-8550 Office RECOMMENDED ,ea (97(- Mark Van Vleck ate Assistant City M. a•er qA77 e\l\N' q/ 7 Vgrie H. Gra , P.E (� ' (. �-j Da - E cutive Direc .r o Public ork. APPROVED AS TO LEGAL FORM Ouvw- I Amee Alcorn-Reed (1f2lim /(Pub 2017.06.01 17:35:45-05'00' 2017-361 Date 6/16/17 ITYWIDE STREET PREVENTATIVE MAINT PROG YEAR 3\LJA AMD 2\20,5,00,AMENDMENT TO CONTRACT PROFESSIONAL LJA Engineering Inc. REV ,ones INDEXED ATTEST Project Name Citywide Street Preventative o,r CS 447( -7 Maintenance Program Year 3 Rebecca Huerta Date Project No. E15140 City Secretary Accounting Unit: 1041-12415-051 Account: 530000 Activity: E15140011041 EXP Account Category: 30000 Fund Name: Street Fund Encumbrance No. K(ENGINEERING DATAEXCHANGE\ANGIEM\STREET\E15140 CITYWIDE STREET PREVENTATIVE MAINT PROG YEAR 3VLJA AMD 20015 1001 AMENDMENT TO CONTRACT PROFESSIONAL SERVICES DOC REV 1011/15 i 5656 S Staples Street t 361 991 8550 114 Suite 230 f 361 993 7569 Corpus Christi,Texos 78411 TBPE F-1386 LJA ENGINEERING LJA.com TBPLS 10104001 April 19, 2017 Jeff H. Edmonds, P.E. VIA EMAIL Director of Capital Projects City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 RE: Contract Amendment No.2 City-Wide Street Preventative Maintenance Program (SPMP) - Year 3 City Project No. E15140 LJA Project No. C007-20910c Dear Mr. Edmonds: LJA Engineering,Inc. is pleased to submit this correspondence as our proposal for Contract Amendment No. 2 for performing professional services related to preparing an Overlays Delivery Order No. 6 as part of the Year 3 City-Wide Street Preventative Maintenance Program (SPMP). It is our understanding that the Year 3 SPMP Overlays Construction Budget has been increased from $9,975,000 to $12,650,000. DESCRIPTION AND TASK LIST Under this Amendment No. 2,we propose to perform the following tasks: PHASE I -YEAR 3 WORK PLAN Not applicable. PHASE II -YEAR 3 PRELIMINARY TASKS 1. Prepare a geotechnical investigation scope for the Overlays Delivery Order No. 6, meet with City Staff and Rock Engineering & Testing Lab, Inc. to coordinate the investigation,compile and keep all records for incorporation into the delivery order design and scope. 2. Prepare an Overlays Delivery Order No.6 listing of streets&schedule to be included in the SPMP Year 3 Program and receive City approval. PHASE III -YEAR 3 DELIVERY ORDER No. 6 1. Perform site visits and field investigations to ascertain areas requiring pre-paving repairs or modifications, concrete construction or other items contained in the unit bid price contracts. 2. Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the DO's including permitting, environmental, historical, construction and geotechnical issues; upon request or concurrence of the Project EXHIBIT"A" Page 1 of 3 • JefEdmonds,P.E. April 19,2017 Manager, meet and coordinate with agencies such as RTA, CDBG, USPS, affected school districts (CCISD,FBISD,etc.) community groups,TDLR,etc 3. Review the geotechnical investigation for the streets included in DO No.6. 4. Coordinate work with the ADA and Miscellaneous Concrete IDIQ Contracts that may exist,if required. 5. Prepare draft delivery orders for issuance to the Contractors. The delivery orders shall incorporate City GIS data to allow City staff to load appropriately into data bases. The delivery orders will include: a. A short narrative of the expected work for each street b. A complete listing of included streets with pertinent data in tabular form. c. Cost data utilizing unit bid price matrix. d. Aerial photo plans (11" x 17"), depicting limits of construction, areas of pavement repair/replacement, areas of concrete repair/replacement, boring locations and descriptions and any items required that are included in the unit price bids. Typical cross sections (in some areas) as necessary may be required. e. Any additional information that may assist the Contractor during construction. 6. Submit the draft delivery orders to City Staff and make field visits with staff and contractor to fully review the proposed scope,costs and other ancillary items. 7. Make changes as derived from City Staff reviews and submit the final delivery order for approval. 8. Meet with Contractors and City Inspection personnel to review the delivery order and insure coordination before commencing construction. 9. Issue delivery order. 10. Coordinate scheduling of delivery order work with all involved City Departments. 11. Closely monitor public notification requirements and insure contractor compliance. 12. Review field and laboratory tests. 13. 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 14. Coordinate and provide field engineering for DO's during construction to include witnessing exposed subgrade and base to confirm recommended improvements: a. Exposed base and subgrade for sidewalks,driveways,and curb and gutter; b. Base and subgrade proof rolling; c. Minor utility improvements for storm water inlets,adjustments to valve boxes and manhole rings and covers; d. ADA field work; e. Bus stops; E Landscaping and irrigation system assessments;and g. Other pedestrian improvements 15. Prepare change orders as authorized by the City (coordinate with the City's construction division). 16. Make pre-final and final inspection with City Staff and provide the City with a Certificate of Completion for the project. 17. Prepare as-built drawings of construction as completed. PHASE IV—WARRANTY PHASE Not Applicable. To be completed by City Staff. EXHIBIT"A" Page 2 of 3 kir Edmonds.P. April 19.2017 SCHEDULE We anticipate the issuance of Delivery Order No.6 within 55 days of receiving the Notice to Proceed. FEE For the Phase II & Phase III services itemized above and authorized by the Director of Engineering Services,the City will pay the A/E a lump sum amount of$49,845.00 for the SPMP Year 3 Overlays Delivery Order No.6. A/E will invoice,on a monthly basis. If the above is acceptable, please prepare an A/E administrative amendment for signatures. Please call should you have any questions or require additional information. Very truly yours, LJA Engineering,Inc. L��a te'i _ Vi or .Gu. — Jr. E. Vice President EXHIBIT"A" Page 3 of 3