Loading...
HomeMy WebLinkAboutC2019-106 - 3/15/2019 - NA CITY OF CORPUS CHRISTI AMENDMENT NO. 1 to the CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas, hereinafter called "CITY," and Hanson Professional Services, Inc., hereinafter called "CONSULTANT," agree to the following amendment to the Contract for Professional Services for ADA Improvements (Project No. 18081A) as authorized and administratively amended by: Original Contract May 2, 2018 Administrative Approval I $47,236.00 IN THE ORIGINAL CONTRACT, EXHIBIT A, SCOPE OF SERVICES, shall be modified as shown in the attached Exhibit A. IN THE ORIGINAL CONTRACT, ARTICLE III - COMPENSATION shall be modified as shown in the attached Exhibit A for an additional fee not to exceed $0.00 (Zero value) for a total restated fee not to exceed $47,236.00. All other terms and conditions of the May 2, 2018 contract 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 CORP- -I I HANSON PROF IONAL SERVICES, INC. Argicdie J-ff H. Edmonds, P.E. Wilfredo Rivera, . . Date Director of Engineering Services 4501 Gollihar Road Corpus Christi, Texas 78411 (361) 814-9900 Office wrivera@hanson-inc.com APPROVED AS TO FORM 42019.03.12 09:52:13 -05'00' Legal Department Date Accounting Account Fund Name Unit No. Activity No. Amount ST2018 GO BD 16 3554-051 550950 E17037-01-3551-EXP $0.00 Total $0.00 Fnr,iimhranrA Nn C2019-106 3/15/19 Hanson Profession Services r,Ai NFf HANSON Hanson Professional Services Inc. j 4501 Gollihar Road e,,guteeries I Planning I Abed semces Corpus Christi,Tx.78401 (361-814-9900 www.hanson-inc.com March 06, 2019 Mrs. Marisa Alaniz, E.I.T. Major Projects Engineer Department of Engineering Services City of Corpus Christi Re: Amendment 1- 2019 ADA Improvements City Project No. 18081A Hanson Project No. 18L0087 Dear Mrs. Alaniz: 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 May 4, 2018. The work anticipated under this contract amendment consists of six additional ADA site assessments. A portion of the optional matrix development has been eliminated from the original contract. TASK 1 —Site Assessments and Priority List The City has provided to the NE an initial list of potential locations that require ADA improvements. The list has been developed through a combination of requests from the general public as well as some internal departments at the City. Some of the locations on the list already have a plan of action that is being implemented. Items not having a plan of action will be the focus of the assessment. The basic scope of work will include: 1. Initial meeting with the City Staff to discuss the list and for prioritization based on matrix (provided by City). 2. Review the initial list provided by the City and prepare a GIS dataset for each of the locations. 3. Sort the initial list based on a matrix provided by the City and prepare a preliminary priority list of sites to be visited and assessed. 4. Conduct a field visit to each of the preliminary sites. Document the condition of the existing sidewalks and ADA components (take photos, measure slopes, and complete basic field measurements on existing sidewalks and ramps) 5. Prepare a one page summary sheet per site. The sheet will include the site location, photos and a paragraph assessing the condition of the existing features and a summary of the recommended improvements. A table summarizing the items and cost for the recommended improvements will be provided on each sheet. 6. Prepare a draft summary report to provide to the City for review and comment including executive summary, cost summary, page summary and recommendations. The A/E team will meet with the City to discuss the findings and determine a course of action for the priority list. 7. Submit the final list and some alternates in a format that may be utilized by the City in the grant application process. All meetings, are included in this contract scope. The implementation of the identified improvements will be through a separate contract. EXHIBIT A Page 1 of 2 • Mrs. Marisa Alaniz March 06, 2019 Project Summary of Fees Original Amended Revised Item Task Fee Fee Fee A. GIS Mapping/Exhibits $4,052.00 $1,218.00 $5,270.00 B. Site Visits and Assessment $15,342.00 $1,944.00 $17,286.00 C. Prepare Estimates and Site Summary Sheet $4,575.00 $2,438.00 $7,013.00 D. Final Letter Report and Recommendations $16,225.00 $3,266.00 $19,491.00 Al Matrix Development (Optional) $8,866.00 ($8,866.00) $0.00 Total $49,060.00 $0.00 $49,060.00 Schedule SUBMITTAL: Date: 90% 03/20/2019 Receive City Comments 03/27/2019 Final Sealed Drawings 03/29/2019 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 P' ! ESS *NAL SERVICES, INC. (AI Wilfredo River.:, Jr., P.E. Assistant Vice-President 1:/18L0087/Admin/Agreements/Request Letter—Amendment 1 (030619) EXHIBIT A Sample form for: COMPLETE PROJECT NAME Payment AE 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. If applicable, refer to the contract for information on what to include with time and materials (T&M). 13 n) x cc) z- a) is 0 W 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 1 Rev 04/17 Exhibit C Page 1 of 2 • from said changes. All notices under this Article shall be given to City at the following address: 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. 2 Rev 04/17 Exhibit C Page 2 of 2