Loading...
HomeMy WebLinkAboutC2019-535 - 10/7/2019 - NA C-41* Kos I . Ii^r CITY OF CORPUS CHRISTI �irAMENDMENT NO. 2 to the / CONTRACT FOR PROFESSIONAL SERVICES 1$52 The City of Corpus Christi, Texas, hereinafter called "CITY," and LJA Enaineerin,, hereinafter called "CONSULTANT," agree to the following amendment to the Contract for Professional Services for JVloraan Avenue from Staoles Street to Crosstown Freeway BOND 2012 (Project No. E121011 as authorized and administratively amended by: Original Contract January 29, 2013 Motion No. M2013-022 $448,310.00 Amendment No. 1 October 23, 2015 Administrative Approval $34,390.00 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 $46.435.00 for a total restated fee not to exceed$529.135.00. All other terms and conditions of the January 29, 2013 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 CORPU RISTI / LJA ENGINEERING - a , ,d : 7 ___ 9/27/19 - - - •a' NX[ ✓a,,J�Cot ate Jeffrey C. Coym, P. E. Date City Manager Vice President 5350 South Staples Street, Suite 425 Corpus Christi, TX 78411 Mark Van Vleck Date (361) 991-8550 Office Assistant . ager jcoym@Ija.com / rq eff dmonds a Director of Engineering Services APPROVED AS TO FORM 92019.09.27 16:30:03 LJ > -05'00' Legal Department Date Fund Name Accounting Account Activity No. Amount Unit No. Street CIP Bond 2012 3549-051 550950 E12101-01-3549-EXP $46,435.00 Amendment No.2 Agreement sCA11NED 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 Engineering Services P.O. Box 9277 Corpus Christi, Texas 78469-9277 Attn: Ms. Sarah West, PE Project Manager RE: Engineering Services Agreement Between City of Corpus Christi and LJA Engineering, Inc. Morgan Avenue (Staples to Crosstown) — Project No. E12101 Contract Amendment No. 2— Design Phase LJA Proposal No. 19-01131 / LJA Project No. C007-20655c Dear Ms. West, SCOPE OF WORK We have prepared Contract Amendment No. 2 (CA2) to our Morgan Avenue (Staples to Crosstown Expressway) A/E Contract to cover additionally requested Design Phase engineering efforts to: Basic Services (2. Design Phase) A. Design IT Conduit and Pullbox Locations for Entire Length of Project B. While this project was stagnant for several years, the standards and preferences for appearance of the construction plans changed. We received comments from the City instructing us to make multiple adjustments based on the current standards and preferences. This amounted to substantial amount of CAD work which is quantified by this item. C. Adjusted plans based on coordination with HDR and Hanson and review of record drawings for the two Staples Street projects on the north and south side of Morgan which were recently completed. D. Adjust the plans and construction documents as directed by City Engineering Staff to accommodate simultaneous bidding and construction of the Bond 2014 Morgan Avenue from Ocean to Staples Project (City Project No. E13090). E. Adjusted plans per new City directions on locations of several driveways throughout the project. F. Revised plans to change proposed 10" waterline to 12"waterline at City's directive. G. Prepare exhibits at the directive of the City for ROW acquisition at each intersection throughout the project in order to consider increasing the curb return radii. II. CONTRACT CONDITIONS LJA will perform the above-described work for the fees established below and shown in the attached manhour analysis. Any engineering efforts requested outside of the stated scope of work will require another amendment to the contract and additional fees. R.18P'S-OPPORTUNITIES(ENGINEERING)12019119-01131 City CC Morgan Ave(C0-2 Staples to Crosstown)E12101 119-01131-Amendment No 2 docx AMD NO.2 EXHIBIT'A' Page 1 of 2 Ms. Sarah West, PE City of Corpus Christi August 15, 2019 III. BASIS OF COMPENSATION LJA proposes to perform the above-described scope of work for a Lump Sum fee of $46,435.00 as shown on the attached Manhour Breakdown)for Services by Task, Exhibit B, and summarized in the table below. TASK FEE BASIC SERVICES (2. Design Phase) A. Design IT Conduit and Pullbox Locations for Entire Length of Project $ 4,000.00 B. Updated Existing Plans to New Standards and Preferences $23,360.00 C. Adjust Plans to Reflect Recently Completed Improvements at the $ 5,330.00 Staples Intersection D. Adjust Plans and Contract Documents as Directed by City Staff to $ 7,540.00 Accommodate Simultaneous Bidding of Both Morgan Projects E. Adjust Plans per New City Directions on Location of Several Driveways $ 1,550.00 Through the Project F. Revise Plans to Change Proposed 10"Waterline to 12"Waterline per City $2,705.00 Directive G. Prepare Exhibits for Investigating R.O.W. Acquisition Throughout Entire $ 1,950.00 Project to Increase Curb Return Radii TOTAL DESIGN PHASE AND AMENDMENT NO. 2 $46,435.00 IV. SCHEDULE OF PAYMENT Invoices shall be prepared, submitted and paid on a monthly basis in accordance with the Original Contract. Invoices will be based upon engineering efforts spent at the time of invoicing. Contract Amendment No. 2 documents are attached. We appreciate the opportunity to provide these engineering services to you. If you have any questions regarding this Contract Amendment, or need any additional information, please do not hesitate to contact me at 361.991.8550. Sincerely, LJA Engineering, Inc. A 44 or- .o. ym, PE Date Vice President JCC/PJK Attachments R:1BP'S-OPPORTUNITIES(ENGINEERING)1201%19-01131 City CC Morgan Ave(C0.2 Staples to Crosstown)E12101119-01131-Amendment No.2 docs AMD NO.2 EXHIBIT'A' Page 2 of 2 Summary of Fees Morgan Avenue From Staples Street To Crosstown Bond 2012 Project (City Project No. E12101) Summary of Fees Original AMD. NO. 1 Total Contract AMD. NO. 2 BASIC SERVICES 1 Preliminary Phase $77,495.00 $0.00 , $77,495.00 2 Design Phase $188,945.00 $34,390.00 $46,435.00 $269,770.00 3 Bid Phase $7,630.00 $0.00 7,630.00 4 Construction Phase $44,520.00 $0.00 $44,520.00 Subtotal Basic Services $318,590.00 $34,390.00 $399,415.00 ADDITIONAL SERVICES 1 Permit Preparation (Auth.) $7,115.00 $0.00 $7,115.00 2 ROW Survey (Auth.) $25,110.00 $0.00 $25,110.00 3 Topographic Survey (Auth.) $48,130.00 $0.00 $48,130.00 4 Environmental Issues TBD TBD TBD 5 Public involvement $8,545.00 $0.00 $8,545.00 Subsurface Utility $30,875.00 $0.00 $30,875.00 6 Investigation (Auth.) Construction Observation TBD TBD TBD 7 Services 8 Start Up Services $0.00 . $0.00 $0.00 9 Warranty Phase $9,945.00 $0.00 $9,945.00 Subtotal Additional Services $129,720.00 $0.00 $129,720.00 /tAuth.) Total Fee $448,310.00 $34,390.00 $46,435.00 $529,135.00 1/29/13 Admin Admin Approval _ Approval Pending RASP'S-OPPORTUNITIES(ENGINEERING)\2019\19-01131 City CC Morgan Ave(CO-2 Staples to Crosstown)E12101\19- 01131 Attachment A.docx AMD NO.2 ATTACHMENT"A" Page 1 of 1 (--- s, Ill`4t 1852 MEMORANDUM To: Contracts and Procurement From: Jeff H. Edmonds, P.E., Director of Engineering Services Date: September 16, 2019 Subject: Amendment No. 2 Approval Type: ❑ New Agreement U Amendment ❑ Ratification Services to be Provided: ❑ Prelim Design ❑ Eng Design I Other: Professional Services Project# -Title: E12101 Morgan Ave - South Staples to Crosstown Consultant: LJA Engineering, Inc. Fee: $46,435.00 Funding Source: Fund: 3549-051 Account: 550950 Activity: E12101-01-3549-EXP Background &Findings: This project was delayed for an extended period of time, allowing completion of construction on six (6) other City street projects in the area, and access to the hospital and fire department. While the project was on hold, City directives, and the City's Standard Details and Specifications changed, requiring several design changes that resulted in additional effort for the design consultant firm. These changes included: adding IT infrastructure to the plans, updating the City's Standard Plans and Specifications, adjusting design based on as-built records for the adjacent street projects, adjusting the plans to accommodate simultaneous bidding and construction of this project and the Bond 2014 project (Morgan Ave — Staples to Ocean), reviewing the need for existing driveways, considering revision of the curb return radii at all street intersections, and upsizing the waterline. This a r me has been reviewed and is recommended for approval. eff H. Edmonds, P.E., Director of Engineering Services OSarah West, P.E., Major Project Engineer, Engineering Services COMMENTS: RFO No. 2012-03 Bond Issue 2012 and CIP Projects CHECKLIST: PLACE ✓or N/A FOR EACH ITEM BELOW ✓ TRANSMITTAL MEMO ✓ SCHEDULE ✓ BUDGET WORKSHEET ✓ FUNDING SOURCE ✓ PROPOSAL WITH SUMMARY OF FEES TABLE ✓ CERTIFICATE OF LIABILITY INSURANCE N/A PROJECT REQUEST FORM (NEW PROJECTS) N/A EXPENDITURE REPORT FOR OPERATIONAL ✓ OPERATING DEPT: Streets ✓ ADDRESSED/REMOVED ALL AREAS IN RED K:\EngineeringDocShare\PAL DOCUMENTS\11.Templates\TEMPLATE_Small AE Transmittal Memo$37,501-$50,000.docx REVISED:7/24/19 Karen Teague From: Lynda Herndon Sent: Wednesday, August 28, 2019 4:42 PM To: Karen Teague; Kamil Taras; Donna Vickers Cc: Melinda Cantu-Martin; Brenda White; Hilda Mihalco Subject: RE: SECOND REQUEST for CIP/Bond Funding Source: E12101 Morgan Ave - South Staples to Crosstown AMD 2 Kamil, please transfer$46,435 from reserve to E12101 for A/E Contract 550950;and then through in an additional $1,393 for reimbursements Karen your numbers are: Fund 3549-051; Account 550950; Activity E12101-01-3549-EXP;Amount$46,435 3549 -ST2013 GO BD 12 Expenditures Project Description Budget (Includes Beginning Encumbrance L Balance) 170371 Holly Rd (Greenwood to SH 1,212,178.88 914,640.42 133,078.81 286) 18142 Construction Closeout Support 1,287.68 1,287.68 0.00 500030 Reserve Appropriation 577,355.89 0.00 0.00 55050 Bond Issuance Costs 492,060.79 492,060.79 0.00 E12101 Morgan, Staples to Crosstown 83,366.29 9,326.29 71.883.00 From: Karen Teague<KarenT@cctexas.com> Sent:Wednesday,August 28, 2019 9:45 AM To: Lynda Herndon<LyndaS@cctexas.com> Cc: Melinda Cantu-Martin<MelindaCM@cctexas.com>; Brenda White<BrendaW@cctexas.com>; Hilda Mihalco <HildaM2@cctexas.com> Subject:SECOND REQUEST for CIP/Bond Funding Source: E12101 Morgan Ave-South Staples to Crosstown AMD 2 Hello Lynda, Checking status. Please see attachment. This is Bond 2012, Prop 1 funded. Thank you, Karevv Teawmue- Management Assistant (361)826-3771 KarenT@cctexas.com City of Corpus Christi Engineering Services Department lRa 1-'Yl�4a 1 DATE(MM/DD/YYYY) AC ORE, CERTIFICATE OF LIABILITY INSURANCE 8/26/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT USI Southwest PHONE Shelly Brandman/Michelle Weweh FAX 9811 Katy Freeway, Suite 500 (A/c.No.Ext);713 490-4600 (A/C,No): Houston TX 77024 EMAIL shelly.brandman@usi.com INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:Hartford Fire Insurance Company 19682 INSURED LJAENGIN INSURER B:Hartford Casualty Insurance Company 29424 LJA Engineering, Inc. 2929 Briarpark Drive, Suite 600 INSURER c:Texas Mutual Insurance Company 22945 Houston TX 77042 INSURER D:Argonaut Insurance Company 19801 , INSURER E: Berkley Insurance Company 32603 INSURER F: COVERAGES CERTIFICATE NUMBER:41817121 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP WLIMBS LTR INSD VD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY 61UUNJDO702 9/1/2019 9/1/2020 EACH OCCURRENCE $1,000,000 1:AmAGE TO CLAIMS-MADE X OCCUR PREMISES(EaENTED occurrence) $300,000 X 10,000 MED EXP(Any one person) $10,000 _ PERSONAL&ADV INJURY $1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE _ $2,000,000 POLICY X Fjra X LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY 61UUNJDO702 9/1/2019 9/1/2020 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS _ X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) X BI/PO Ded: $10,000 $ B X UMBRELLA LIAB X OCCUR 61XHUHH0569 9/1/2019 9/1/2020 EACH OCCURRENCE $25,000,000 _ EXCESS LIAB CLAIMS-MADE AGGREGATE $25,000,000 DED X RETENTION$1 n flnn $ C WORKERS COMPENSATION 0002002511 9/1/2019 9/1/2020 X PER OTH- D AND EMPLOYERS'LIABILITY Y/N 928308620044 9/1/2019 9/1/2020 STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE pi N/A E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 E Professional AEC903164704 9/1/2019 9/1/2020 $5,000,000 Per Claim Liability $5,000,000 Annl Aggr. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) General Liability Maximum Annual Aggregate limit$10,000,000 All policies listed(except for Work Comp and Professional Liability)include an automatic Additional Insured that provides Additional Insured status to the Certificate Holder only when there is a written contract that requires such status,and only regarding work performed on behalf of the named insured per policy forms HG0001 09/16(includes ongoing operations)&CG2038 04/13(GL);HA9916 03/12(AL);XL0003 09/16(UL). Coverage provided on the General and Auto Liability is primary and non-contributory if required by a written contract executed prior to a loss. See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Corpus Christi P.O. Box 9277 AUTH IZED REPRESENTATIVE Corpus Christi,TX 78469-9277 i ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LJAENGIN LOC#: �...1 ARIL ADDITIONAL REMARKS SCHEDULE Page 1 of AGENCY NAMED INSURED USI Southwest LJA Engineering,Inc. 2929 Briarpark Drive,Suite 600 POLICY NUMBER Houston TX 77042 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE All policies listed provide a Blanket Waiver of Subrogation when required by written contract executed prior to a loss per policy forms HG0001 09/16(GL); HA9916 03/12(Auto);XL0003 09/16(UL);and WC420304B(WC). The Umbrella Liability policy follows form to the underlying General and Automobile Liability,and Workers Compensation policies. All policies listed include an endorsement providing that 30 days notice of cancellation for reasons other than nonpayment of premium and 10 days notice of cancellation for non-payment of premium will be given to the Certificate Holder by the Insurance Carrier,if required by written contract. Project Description:E12101 Morgan Ave-South Staples to Crosstown ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD S350 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 Engineering Services P.O. Box 9277 Corpus Christi, Texas 78469-9277 Attn: Ms. Sarah West, PE Project Manager RE: Engineering Services Agreement Between City of Corpus Christi and LJA Engineering, Inc. Morgan Avenue (Staples to Crosstown) — Project No. E12101 Contract Amendment No. 2—Design Phase LJA Proposal No. 19-01131 I LJA Project No. C007-20655c Dear Ms.West, I. SCOPE OF WORK We have prepared Contract Amendment No. 2 (CA2) to our Morgan Avenue (Staples to Crosstown Expressway)A/E Contract to cover additionally requested Design Phase engineering efforts to: Basic Services (2. Design Phase) A. Design IT Conduit and Pullbox Locations for Entire Length of Project B. While this project was stagnant for several years, the standards and preferences for appearance of the construction plans changed. We received comments from the City instructing us to make multiple adjustments based on the current standards and preferences. This amounted to substantial amount of CAD work which is quantified by this item. C. Adjusted plans based on coordination with HDR and Hanson and review of record drawings for the two Staples Street projects on the north and south side of Morgan which were recently completed. D. Adjust the plans and construction documents as directed by City Engineering Staff to accommodate simultaneous bidding and construction of the Bond 2014 Morgan Avenue from Ocean to Staples Project (City Project No. E13090). E. Adjusted plans per new City directions on locations of several driveways throughout the project. F. Revised plans to change proposed 10" waterline to 12"waterline at City's directive. G. Prepare exhibits at the directive of the City for ROW acquisition at each intersection throughout the project in order to consider increasing the curb return radii. II. CONTRACT CONDITIONS LJA will perform the above-described work for the fees established below and shown in the attached manhour analysis. Any engineering efforts requested outside of the stated scope of work will require another amendment to the contract and additional fees. R.VBP'S-OPPORTUNITIES(ENGINEERING)O019\19-01131 City CC Morgan Ave(C0-2 Staples to Crosstown)E12101\19-01131-Amenomenl No 2 doox AMD NO.2 EXHIBIT'A' Page 1 of 2 Ms. Sarah West, PE City of Corpus Christi August 15, 2019 III. BASIS OF COMPENSATION LJA proposes to perform the above-described scope of work for a Lump Sum fee of $46,435.00 as shown on the attached Manhour Breakdown)for Services by Task, Exhibit B, and summarized in the table below. TASK FEE BASIC SERVICES (2. Design Phase) A. Design IT Conduit and Pullbox Locations for Entire Length of Project $ 4,000.00 B. Updated Existing Plans to New Standards and Preferences $23,360.00 C. Adjust Plans to Reflect Recently Completed Improvements at the $ 5,330.00 Staples Intersection D. Adjust Plans and Contract Documents as Directed by City Staff to $ 7,540.00 Accommodate Simultaneous Bidding of Both Morgan Projects E. Adjust Plans per New City Directions on Location of Several Driveways $ 1,550.00 Through the Project F. Revise Plans to Change Proposed 10"Waterline to 12"Waterline per City $ 2,705.00 Directive G. Prepare Exhibits for Investigating R.O.W. Acquisition Throughout Entire $ 1,950.00 Project to Increase Curb Return Radii TOTAL DESIGN PHASE AND AMENDMENT NO. 2 $46,435.00 IV. SCHEDULE OF PAYMENT Invoices shall be prepared, submitted and paid on a monthly basis in accordance with the Original Contract. Invoices will be based upon engineering efforts spent at the time of invoicing. Contract Amendment No. 2 documents are attached. We appreciate the opportunity to provide these engineering services to you. If you have any questions regarding this Contract Amendment, or need any additional information, please do not hesitate to contact me at 361.991.8550. Sincerely, LJA Engineering, Inc. / /09 Ore :• . ym, PE Date Vice President JCC/PJK Attachments R:ASPS-OPPORTUNITIES(ENGINEERING)A2019119-01131 Cay CC Morgan Ave(CO.2 Staples to Crosstown)E12101119-01131-Amendment No 2.docr AMD NO.2 EXHIBIT'A' Page 2 of 2 Summary of Fees Morgan Avenue From Staples Street To Crosstown Bond 2012 Project (City Project No. E12101) Summary of Fees Original AMD. NO. 1 Total Contract AMD. NO. 2 BASIC SERVICES 1 Preliminary Phase $77,495.00 $0.00 $77,495.00 2 Design Phase $188,945.00 $34,390.00 $46,435.00 $269,770.00 3 Bid Phase $7,630.00 $0.00 7,630.00 4 Construction Phase $44,520.00 $0.00 $44,520.00 Subtotal Basic Services $318,590.00 $34,390.00 $399,415.00 ADDITIONAL SERVICES 1 Permit Preparation (Auth.) $7,115.00 $0.00 ! $7,115.00 2 ROW Survey (Auth.) $25,110.00 $0.00 $25,110.00 3 Topographic Survey (Auth.) $48,130.00 $0.00 $48,130.00 4 Environmental Issues TBD TBD TBD 5 Public involvement $8,545.00 $0.00 $8,545.00 Subsurface Utility $30,875.00 $0.00 $30,875.00 6 Investigation (Auth.) Construction Observation TBD TBD TBD 7 Services _ 8 Start Up Services $0.00 $0.00 $0.00 9 Warranty Phase _ $9,945.00 $0.00 _ $9,945.00 Subtotal Additional Services $129,720.00 $0.00 $129,720.00 (Auth.) Total Fee $448,310.00 $34,390.00 $46,435.00 $529,135.00 1/29/13 Admin Admin Approval Approval Pending R:\BP'S-OPPORTUNITIES(ENGINEERING)\2019\19-01131 City CC Morgan Ave(CO-2 Staples to Crosstown)E12101\19- 01131 Attachment A.docx AMD NO.2 ATTACHMENT"A" Page 1 of 1 E121O1/Morgan Ave-Crosstown to South Staples(Bond 2012) BUDGET WORKSHEET Budget Construction Activities I Budget I I Bids I Remaining Funds Street Construction $ 1,689,624 Mob/Demob,Bonds Insur.&Misc. S 188,467 Street activities $ 1,803,103 ADA activities $ 364,496 Street Lighting Activities Signals Activities(ADD ALT)-Not Authorized I andscape&Irrigation Activities Slope Stabilization Activities Other Activities-List Contingency 10% $ 168,962.35 $ 259,167 Subtotal S 1,858,586 S 2,591,672 $ (733,086) Utility Construction $ 3,695,133 Mob/Demob,Bonds Insto.&Misc. S 412,169 Stormwater Activities S 1,968,030 Water Activities S 1,130,099 Wastewater Activities S 175,101 Contingency 10% $ 369,513.31 S 405,394 Subtotal $ 4,064,646 $ 4,053,938 S 10,708 Gas Construction 5 24,610 Gas-Mob/Demob,Bonds Insur.&Misc. S 2,745 Gas Line Relocation Activities S 13,160 Contingency 10% 5 2,461 S 1,750 Subtotal $ 27,071 5 17,496 $ 9,575 IT Construction S 70,156 IT-Mob/Demob,Bonds Inst r.&Misc. $ 7,825 IT Activities $ 62,260 Contingency 10% 5 7,016 $ 7,709 Subtotal S 77,172 $ 77,094 $ 78 RTA Construction $ 148,026 RTA-Mob/Demob,Bonds Insur.&Misc. S 16,511 Bus Pads and pedestrian improvements S 131,208 Contingency 10% $ 14,803 S 16,249 Subtotal $ 162,828 $ 162,491 $ 337 Construction Subtotal $ 6,190,303 $ 6,902,691 $ (712,388) Land Acquisition/Special Permitting S - $ - Other Costs: Design Contracts 8.0% $ 495,224 6.9% $ 427,826 UA-Original S 344,195 UA-Amendment 1 S 34,390 UA-Amendmrnt 2 S 46,435 RSA-Phase 1 ESA $ 2,806 Topographic Survey 3.5% 5 216,661 1.2% $ 73,240 Subtotal 5 711,885 $ 501,066 $ 210,819 Contact Administration 3.0% S 185,709 S 185,709 $ Engineering Services 3.5% S 216,661 S 216,661 S - Construction Inspection 3.5% S 216,661 S 216,661 S - Testing(Geotech&Quality) 2.0% $ 123,806 $ 108,983 $ 14,823 Misc.(Printing,Adv.,Etc.) 0.3% S 15,476 $ 15,476 $ Other Subtotal 23.8% 5 1,470,197 S 1,244,555 $ 225,642 Project Total Cost $ 8,147,246 S (486,746) Project Total $7,660,511 Street 12,300,000 30.0% Bond 2012 02,300,000 Traffic Signals Utility Adjustments $5,030,000 65.7% Storm Water $3,270,000 Water $1,550,000 Wastewater $210,000 Gas Adjustments 533,500 0.4% IT Improvements $95,500 1.2% RTA $201,500 2.6% Contracts LJA Design Survey Geoteeh&SUE Original $344,195.00 $73,240.00 $30,875.00 Amendment 1 $34,390.00 Amendment 2 $46,435.00 RSA Environmental-Phase 1 ESA $2,806.00 RETL Geotech Design $37,100.00 Const Mat Testing $71,883.00 Budget Worksheet Template Revised 11-29-2017 Morgan Avenue From Staples Street to Crosstown Expressway-Corpus Christi,Texas City Project No.E12101 Amendment No.2 MANHOUR BREAKDOWN FOR SERVICES BY TASK Vice President/Hr Sr.Proj.Mgr,PE/Hr Designer III/Hr CADD Draftsman/Hr Survey Tech/Hr Survey Crew/Hr Clerical/Hr TASK DESCRIPTION 210.00 185.00 125.00 90.00 105.00 155.00 65.00 Expenses.Task T Hours I Total Hours Total Hours Total Hours I Total Hours Total Days I Total Hours I, Total BASIC SERVICES 2.DESIGN PHASE A.DESIGN IT CONDUIT AND PULLBOX LOCATIONS FOR ENTIRE LENGTH OF PROJECT Revise"ESTIMATED QUANTITIES"(Sheets 5-6) $ - $ - 1 $ 125.00 2 $ 180.00 $ - $ - $ - $ 305.00 Revise"STREET&STORM P&P SHEETS(Sheets 20-25) $ - $ - 2 $ 250.00 4 $ 360.00 $ - _ $ - $ - $ 610.00 Revise"WATER&WASTEWATER LINE P&P SHEETS(Sheets 46-51) $ - $ - 2 $ 250.00 24 $ 2,160.00 $ - $ - $ - $ 2,410.00 Revise Quantities in Contract Documents $ - $ - 1 $ 125.00 $ - $ - $ - 2 $ 130.00 S 255.00 QA/QC of Revised Plan Sheets 2 $ 420.00 $ - $ - $ - $ - $ - _$ - $ 420.00 SUBTOTAL A. $ 4,000.00 B.UPDATED EXISTING PLANS TO NEW STANDARDS AND PREFERENCES Revised Relevant Plan Sheet and Contract Documents 8 $ 1,680.00 24 $4,440.00 40 $ 5,000.00 80 $ 7,200.00 $ - $ - $ - $ 18,320.00_ CA/QC of Revised Plan Sheets and Contract Documents 24 $5,040.00 $ - $ - $ - $ - _ $ - _ $ - $ 5,040.00 SUBTOTAL B. $ 23,360.00 C.ADJUST PLANS TO REFLECT RECENTLY COMPLETED IMPROVEMENTS AT THE STAPLES INTERSECTION Revise"EX.CONDITIONS,DEMOLITION&REMOVAL'(Sheet 16) $ - _$ - _ 2 $ 250.00 4 $ 360.00 $ - $ - $ - $ 610.00 Revise"WATER&WASTEWATER LINE P&P SHEET'(Sheet 51) $ - $ - 4 $ 500.00 8 $ 720.00 $ - $ - $ - $ 1,220.00 Revise"STREET&STORM WATER P&P SHEET"(Sheet 25) _ $ - $ - 4 $ 500.00 8 $ 720.00_ $ - $ - $ - $ 1,220.00 Revise"INTERSECTION DETAIL SHEET 8'(Sheet 33) _$ - $ - 4 $ 500.00 8 $ 720.00 $ - $ - $ - $ 1,220.00 Additional Topographic Surveying to Tie in New Improvements $ - $ - 2 '$ 250.00 $ - 2 $ 130.00 4 $ 260.00 $ - $ 640.00 QA/QC of Revised Plan Sheets and Contract Documents 2 $ 420.00 $ - $ - $ - $ - $ - $ - $ 420.00 SUBTOTAL C. $ 5,330.00 D.ADJUST PLANS AND CONTRACT DOCUMENTS AS DIRECTED BY CITY STAFF TO ACCOMMODATE SIMULTANEOUS BIDDING OF BOTH MORGAN PROJECTS Revised Relevant Plan Sheets and Contract Documents $ - 8 $ 1,480.00 16 $ 2,000.00 30 $ 2,700.00 $ - $ - 8 $ 520.00 $ _ 6,700.00 QA/QC of Revised Plan Sheets and Contract Documents 4 $ 840.00 _$ - $ - $ - $ - $ - $ - $ 840.00 SUBTOTAL D. $ 7,540.00 E.ADJUST PLANS PER NEW CITY DIRECTIONS ON LOCATION OF SEVERAL DRIVEWAYS THROUGH THE PROJECT Revised"STREET&STORM WATER P&P SHEETS'(Sheets 20-25) $ - 2 $ 370.00 2 $ 250.00 8 $ 720.00 $ - $ - $ - $ 1,340.00 _ QA/QC of Revised Plan Sheets and Contract Documents 1 $ 210.00 $ - _ $ - - .$ - $ - $ - $ - $ 210.00 SUBTOTAL E. $ 1,550.00 F.REVISE PLANS TO CHANGE PROPOSED 10"WATERLINE TO 12"WATERLINE PER CITY'S DIRECTIVE Revised'STREET&STORM WATER P&P SHEETS'(Sheets 20-25) $ - 2 $ 370.00 4 $ 500.00 8 $ 720.00 $ - $ - $ - $ 1,590.00 Revised Quantities and Contract Documents $ - 1 $ 185.00 2 $ 250.00 $ - $ - $ - 4 $ 260.00 $ 695.00 QA/QC of Revised Plan Sheets and Contract Documents _ 2 $ 420.00 ,$ - $ - $ - - $ - $ - $ - $ 420.00 SUBTOTAL F. $ 2,705.00 G.PREPARE EXHIBITS FOR INVESTIGATING ROW ACQUISITION AT EACH INTERSECTION THROUGHT ENTIRE PROJECT TO INCREASE CURB RETURN RADII Preparation of Exhibits I I$ - I 2 I$ 370.00 I 4 L$ 500.00 1 12 $ 1.080.00 1 $ - I 1$ - I L$ - I $ 1,950.00 SUBTOTAL G. $ 1,950.00 TOTAL CONTRACT AMENDMENT NO.2(2.DESIGN PHASE) $ 46,435.00 AMD NO.2 ATTACHMENT"A" R.\BP'S-OPPORTUNITIES(ENGINEERING)\2019\19-01131 City CC Morgan Ave(CO-2 Staples to Crosstown)E12101\19-01131-Manhour Analysis(Amd#2)Exhibit B.xls