Loading...
HomeMy WebLinkAboutC2019-483 - 8/26/2019 - NA CITY OF CORPUS CHRISTI AMENDMENT NO. 2 to the CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas, hereinafter called "CITY," and LJA ENGINEERING, INC., hereinafter called "CONSULTANT," agree to the following amendment to the Contract for Professional Services Whitecap WWTP Odor Control and Bulkhead Replacement project No. E10_053, as authorized and administratively amended by: Original Contract July 6, 2016 Administrative Approval $49,486.00 Amendment No. 1 June 26, 2018 Motion No. M2018-108 $229,110.00 IN THE ORIGINAL CONTRACT, EXHIBIT A, SCOPE OF SERVICES, shall be modified as shown in the attached Exhibit A. IN THE ORIGINAL CONTRACT, COMPENSATION shall be modified as shown in the attached Exhibit A for an additional fee not to exceed $2,430.00 for a total restated fee not to exceed 281,026.00. All other terms and conditions of the July 6, 2016 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 CORFU ' RI LJA ENGINEERING, INC. 3� Jeff H. . dmonds, P.E. J:i C.'n", Date Director of Engineering Services Vice President 5350 S. Staples Street, Suite 425 Corpus Christi, TX 78411 (361) 991-8550 Office jcoym©lja©.com p�nwrn Ac Tr) FORM 2019.08.26 15:21 :19 -05'00' Legal Department Date Accounting 1 Fund Name Unit I Account No. Activity No. I Amount WW 2013 Rev Bond 4252-064 550950 E10053-01-4252-EXP j $2,430.00 { Total $2,430.00 Encumbrance No. SCANNED • 114 5350 South Staples Street.Suite 425.Corpus Christi,Texas 78411 LJA ENGINEERING t 361.991.8550 LJA.com TBPE F-1386 TBPLS 10016600 August 15, 2019 AMENDMENT NO. 2 City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 Attention: Mr. Jeff H. Edmonds, PE, Director of Capital Projects Re: Amendment No. 2 to Small AE Contract for Whitecap Wastewater Treatment Plant Odor Control and Bulkhead Replacement(City Project No. E10053) LJA Project No. C007-20734c Dear Mr. Edmonds: LJA Engineering, Inc. (LJA) is pleased to provide Amendment No. 2 to the Small AE Contract dated July 11, 2016 for Engineering Services associated with the Whitecap Wastewater Treatment Plant Odor Control and Bulkhead Replacement (City Project No. E10053). LJA Engineering, Inc. (LJA) was instructed to adjust the bid structure which resulted in the following tasks to be performed. SCOPE OF SERVICES BID PHASE 1.05 Adjust contract documents to reflect revised bid structure 1.06 Adjust Plan Sheets to reflect revised bid structure (8 total) COMPENSATION The total amount of this Amendment No. 2 is $2,430.00 as shown in the summary on Attachment "A". The man-hour fee analysis for Amendment No. 2 is shown in Attachment "B". LJA Engineering, Inc. is once again honored to be provided with the opportunity of submitting this proposal for continuing support of your projects for the City of Corpus Christi. We look forward to your favorable consideration of this proposal. Should questions or comments arise relative to any matter within this proposal please do not hesitate to contact us at 361.991.8550. Sin -r-ly,,, Amendment No. 2 Accepted By: City of Corpus Christi /J-"o , PE By: Vice President Name: Date: EXHIBIT A Page 1 of 2 Whitecap Wastewater Treatment Plant Odor Control and Bulkhead Replacement (City Project No. E10053) Summary of Fees Attachment"A" Original Contract AMD. NO. 1 AMD NO. 2 Total BASIC SERVICES 1 Preliminary Phase $49,486.00 $56,670.00 $106,156.00 2 Design Phase $0.00 $94,200.00 $94,200.00 3 Bid Phase $0.00 $5,490.00 $2,430.00 $7,920.p0 4 Construction Phase $0.00 $20,590.00 $20,590.00 Subtotal Basic Services $49,486.00 $176,950.00 $2,430.00 $228,866.00 ADDITIONAL SERVICES 5 Surveying & Inspection $0.00 $34,480.00 $34,480.00 6 Install Odor Monitors&Sample Odor $0.00 $11,600.00 $11,600.00 Compounds 7 Operations&Warranty Observations $0.00 $6,080.00 $6,080.00 Subtotal Additional Services $0.00 $52,160.00 $52,160.00 Total Fee $49,486.00 _ $229,110.00 $2,430.00 $281,026.00 July 6, 2016 June 26, 2018 Admin Approval M2018-108 11m m _ NW g, � Na Sample form for: Payment Request COMPLETE PROJECT NAME 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 0 & 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). -om v x CO = CD & 0 CO EXHIBIT C Insurance Requirements 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 be prior to inception of agreement, have extended reporting period provisions 1 Rev 04/17 • 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: 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 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 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; 1.6.4 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 2 Rev 04/17 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. 3 Rev 04/17