Loading...
HomeMy WebLinkAboutC2019-683 - 12/10/2019 - Approved 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 J.Schwarz&Associates, Inc. ("Consultant"), agree to the following amendments to the Contract for Professional Services for Street Preventative Maintenance Program (SPMP) FY 2019 Overlays (Project No. 18135A): Original Contract March 8, 2019 Administrative Approval $27,750.00 Amendment No. 1 June 11, 2019 Motion No. M2019-077 $846,500.00 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,Article III Compensation shall be amended based on the modified scope of services in the attached Amendment No. 2, Exhibit "A"for a fee not to exceed $423,250, for a total restated fee not to exceed $1,297,500. All other terms and conditions of the March 8, 2019 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 J.SCHWARZ&ASSOCIATES,INC. (_ _a c c(- • Digitally signed by Mark Van Vleck, Date % James Schwarz, P.E. Assistant City Manager a , Date:2019.11.27 09:13:56-06'00' APPROVED AS TO LEGAL FORM James Schwarz, P.E. Date Aimee Alcorn-Reed Project Engineer 2019.12.02 15:07:26-06'00' P. 0. Box 60733 Assistant City Attorney Date Corpus Christi, TX 78466 (361) 906-2430 jjs@jsatx.com La ST' _ L_ZAA, q lrka0 ity ecretary Date Accounting Unit 1041-12415-051 - AUIHUrtitL. Account 530000 " Activity 18135-A-1041-EXP g'/ cam )c1-- IC- Fund Q-Fund Name Street Department •-..- ]�/ CF RFrk SCANNED • J. Schwarz&Associates,Inc. • P.O.Box 60733 if it., Corpus Christi,TX 78466 361.906.2430 www.JSATX.com November 26,2019 J.H.Edmonds,P.E. Director of Engineering Services City of Corpus Christi 1201 Leopard St. Corpus Christi,TX 78401 Re: Amendment No. 2: City of Corpus Christi Project#18135A-Street Preventative Maintenance Program FY 2019 and FY 2020 Mr. Edmonds: J.Schwarz&Associates,Inc. OSA)is pleased to offer the following propose for professional engineering services to the City of Corpus Christi (City). The following outlines the anticipated project scope, deliverables,and fees: Original Project Scope of Services(SPMP FY 2019): JSA proposes to provide professional engineering services in support of the City's Street Preventative Maintenance Program(SPMP). The contract scope will include the following: • Development of bid documents for the SPMP Project#18135A. • Development of a technical specification for Ultra-Thin Bonded Wear Course (UTBWC) to be utilized by the program in lieu of seal coats. • Bid phase services to assist the City in evaluating and determining a contractor for the project. • Preliminary engineering services to evaluate approximately 3 street segments with development of sample plan sheets. Amendment No.1-Project Scope of Services(SPMP FY2019): This amendment includes the preparation and development of ten(10) Engineering Delivery Orders—(5 Overlay and 5 UTBWC)for the Street Preventative Maintenance Program for the City of Corpus Christi Fiscal Year 2019. Total construction budget for the FY 2019 SPMP is $6,900,000.00 for Overlay Streets and$6,800,000.00 for the Ultra-Thin Bonded Wear Course Streets. The project professional services will be broken into Design,Construction and Additional Services. Amendment No.1-90%Design Phase(SPMP FY2019): JSA will perform the following services as part of the Design Phase: • Attend Project Kick-off Meeting. • Develop engineering schedule with fixed dates assigned to project benchmarks. • Review City furnished geotechnical investigations on proposed streets. Professional Engineering Solutions 1 AMEND. NO. 2 EXHIBIT "A" Page 1 of 8 J. Schwarz&Associates,Inc. 361.906.2430 www.JSATX.com • Request and review available reports, record drawings, utility maps and other information provided by the City pertaining to the project area. • Field visit each street on master list to perform a cursory review of the street condition. • Verify street maintenance classification of each street on master list. • Develop aerial imagery of each proposed street as required to prepare construction plans. • Prepare base set of plans outlining all sheets, specifications and required details for use in 90% design phase. • Establish and survey ground control points for use in design and construction activities. • Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the PEDOs including permitting,environmental,historical,construction and geotechnical issues;upon request or concurrence of the Project Manager,meet and coordinate with agencies such as TxDOT, RTA, CDBG, USPS, affected school districts (CCISD, FBISD, etc.)community groups,TDLR,etc. • Perform site visits and field investigations to determine areas requiring pre-paving repairs or modifications, concrete construction or other items contained in the unit bid price contracts. o Provide field markings to identify areas recommended for repair prior to preliminary walk thru. • Prepare 90% Engineering Delivery Orders for issuance to the Contractors. The Engineering Delivery Orders shall incorporate City GIS to allow City staff to load appropriately into data bases. The Engineering Delivery Orders will include: o A short narrative of the expected work for each street. o A complete listing of included streets with pertinent data in tabular form. o Cost data utilizing unit bid price matrix. o 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. o Any additional information that may assist the Contractor during construction. • The City staff will: o Designate an individual to have responsibility, authority, and control for coordinating activities for the Project. o Provide the budget for the Project specifying the funds available for the construction contract. o Provide electronic copy of the City's Standard Specifications, Standard Detail sheets, Front End Contract Documents,and forms for required bid documents. Amendment N o.1-100%Design Phase(SPMP FY2019): JSA will perform the following services as part of the 100%Design Phase: • Perform site visit of all streets in each Engineering Delivery Order with City and Contractor to review 90%Design phase construction plans. • Revise Engineering Delivery Order construction plans to account for any changes identified in site visits. Compile final Contractor Delivery Orders. Professional Engineering Solutions 2 AMEND. NO. 2 EXHIBIT "A" Page 2 of 8 J.Schwarz &Associates, Inc. 361.906.2430 www.JSATX.com • Submit final Engineering Delivery Orders to the City for approval and issuance to the Contractor. • Register and pay associated TDLR Fees • Submit and pay associated fees for review of Engineering Delivery Orders by a Registered Accessibility Specialist(RAS). Amendment No.1-Construction Administration Phase(SPMP FY 2019): JSA will perform the following services as part of the construction administration phase: • Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacting the project. • Review Contractor submittals and operating and maintenance manuals for conformance to Contract Documents. • If requested by the City,review and interpret field and laboratory tests. • Make periodic visits to the site of the Project to confer with the City Project Inspector and Contractor to observe the general progress and quality of work. • Provide interpretations and clarifications of the plans, specifications and Engineering Delivery Orders for the Contractor and recommendations to the City for minor changes which do not affect the Contractor's price and are not contrary to the general interest of the City under the Contract as requested by the Owner's Authorized Representative. • Attend final inspection with City staff, provide punch list items to the City's Construction Engineers for Contractor completion, and provide the City with a Certificate of Completion for the Project upon successful completion of the Project. • Coordinate and pay associated fees for RAS inspection per Engineering Delivery Order. • Review Contractor-provided construction"red-line"drawings. Prepare Project Record Drawings and provide a reproducible set and electronic file (both PDF and AutoCAD r.14 or later) within one(1)month of receiving the Contractor's red-line drawings.All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in .dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. The Record Drawings will incorporate the Contractor's red-lines and identify all changes made during construction. The Drawing Cover and each sheet will be clearly identified as the Record Drawing and will indicate the basis and date. • When requested by the Owner's Authorized Representative,assist in addressing Request for Information(RFI)submitted by the Contractor. As part of the Construction Administration Phase,the City Staff will: • Prepare applications/estimates for payments to Contractor. • Conduct the final inspection with the Engineer. Professional Engineering Solutions 3 AMEND. NO. 2 EXHIBIT "A" Page 3 of 8 J. Schwarz&Associates,Inc. 361.906.2430 www.JSATX.com Amendment No.2-Project Scope of Services(SPMP FY 2020): This amendment includes the preparation and development of five(5)Engineering Delivery Orders-(2.5 Overlay and 2.5 UTBWC)for the Street Preventative Maintenance Program for the City of Corpus Christi Fiscal Year 2020. Total construction budget for the FY 2020 SPMP is $3,500,000.00 for Overlay Streets and$3,500,000.00 for the Ultra-Thin Bonded Wear Course Streets. The project professional services will be broken into Design,Construction and Additional Services. Amendment No.2-90%Design Phase(SPMP FY 2020): JSA will perform the following services as part of the Design Phase: • Attend Project Kick-off Meeting. • Develop engineering schedule with fixed dates assigned to project benchmarks. • Review City furnished geotechnical investigations on proposed streets. • Request and review available reports, record drawings, utility maps and other information provided by the City pertaining to the project area. • Field visit each street on master list to perform a cursory review of the street condition. • Verify street maintenance classification of each street on master list. • Develop aerial imagery of each proposed street as required to prepare construction plans. • Prepare base set of plans outlining all sheets, specifications and required details for use in 90% design phase. • Establish and survey ground control points for use in design and construction activities. • Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Engineering Delivery Orders including permitting, environmental, historical, construction and geotechnical issues; upon request or concurrence of the Project Manager, meet and coordinate with agencies such as TxDOT, RTA, CDBG, USPS, affected school districts (CCISD,FBISD,etc.)community groups,TDLR,etc. • Perform site visits and field investigations to determine areas requiring pre-paving repairs or modifications, concrete construction or other items contained in the unit bid price contracts. o Provide field markings to identify areas recommended for repair prior to preliminary walk thru. • Prepare 90% Engineering Delivery Orders for issuance to the Contractors. The Engineering Delivery Orders shall incorporate City GIS to allow City staff to load appropriately into data bases. The Engineering Delivery Orders will include: o A short narrative of the expected work for each street. o A complete listing of included streets with pertinent data in tabular form. o Cost data utilizing unit bid price matrix. o 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. o Any additional information that may assist the Contractor during construction. Professional Engineering Solutions 4 AMEND. NO. 2 EXHIBIT "A" Page 4 of 8 • J. Schwarz&Associates, Inc. 361.906.2430 www.JSATX.corn • The City staff will: o Designate an individual to have responsibility, authority, and control for coordinating activities for the Project. o Provide the budget for the Project specifying the funds available for the construction contract. o Provide electronic copy of the City's Standard Specifications, Standard Detail sheets, Front End Contract Documents,and forms for required bid documents. Amendment No.2-100%Design Phase(SPMP FY2020): JSA will perform the following services as part of the 100%Design Phase: • Perform site visit of all streets in each Engineering Delivery Order with City and Contractor to review 90%Design phase construction plans. • Revise Engineering Delivery Order construction plans to account for any changes identified in site visits. Compile final Contractor Delivery Orders. • Submit final Engineering Delivery Orders to the City for approval and issuance to the Contractor. • Register and pay associated TDLR Fees • Submit and pay associated fees for review of Engineering Delivery Orders by a Registered Accessibility Specialist(RAS). Amendment No.2-Construction Administration Phase(SPMP FY 2020): JSA will perform the following services as part of the construction administration phase: • Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacting the project. • Review Contractor submittals and operating and maintenance manuals for conformance to Contract Documents. • If requested by the City,review and interpret field and laboratory tests. • Make periodic visits to the site of the Project to confer with the City Project Inspector and Contractor to observe the general progress and quality of work. • Provide interpretations and clarifications of the plans, specifications and Engineering Delivery Orders for the Contractor and recommendations to the City for minor changes which do not affect the Contractor's price and are not contrary to the general interest of the City under the Contract as requested by the Owner's Authorized Representative. • Attend final inspection with City staff, provide punch list items to the City's Construction Engineers for Contractor completion, and provide the City with a Certificate of Completion for the Project upon successful completion of the Project. • Coordinate and pay associated fees for RAS inspection per Engineering Delivery Order. • Review Contractor-provided construction"red-line"drawings. Prepare Project Record Drawings and provide a reproducible set and electronic file (both PDF and AutoCAD r.14 or later) within one(1)month of receiving the Contractor's red-line drawings.All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in .dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. The Record Drawings will Professional Engineering Solutions 5 AMEND. NO. 2 EXHIBIT "A" Page 5 of 8 • J.Schwarz&Associates,Inc. 361.906.2430 www.JSATX.com incorporate the Contractor's red-lines and identify all changes made during construction. The Drawing Cover and each sheet will be clearly identified as the Record Drawing and will indicate the basis and date. • When requested by the Owner's Authorized Representative,assist in addressing Request for Information(RFI)submitted by the Contractor. As part of the Construction Administration Phase,the City Staff will: • Prepare applications/estimates for payments to Contractor. • Conduct the final inspection with the Engineer. Total Project Schedule: All Engineering Delivery Orders and bid documents will be completed within 12 months of the issuance of the project Notice to Proceed. A total of fifteen (15) Engineering Delivery Orders are expected with this project: seven and one-half(7.5) Overlay and seven and one-half(7.5)UTBWC). Upon issuance of the Notice to Proceed,JSA will provide a formal schedule with fixed dates for project benchmarks to be approved by the City. Total Project Deliverables: One (1) electronic and one (1) physical copy of bid documents with sample plan sheet for one of the evaluated roads.Fifteen(15)Engineering Delivery Order construction plans and specifications in English units on 11"X17" true scale. One electronic copy and three physical copies of each Engineering Delivery Order will be provided to the City. JSA will coordinate with the City to determine which portions of Engineering Delivery Orders will be compiled into the Contractor Delivery Orders Project Fees-SPMP FY 2019: Original preliminary engineering services including bid documents will be invoiced at a lump sum of $27,750.00. Fees for Amendment No.1 services will be invoiced per Engineering Delivery Orders at a fixed fee of$ 89,100.00 for Overlays and$70,200.00 for UTBWC.An additional$50,000.00 allowance will be added to the total contract amount for unexpected ADA assistance required to complete the project. These fees will include all engineering design and construction administration,TDLR registration fees, RAS plan review, RAS inspection and control point surveying for the proposed streets. Total project design fee budget is$ 874,250.00. See attached Exhibit A for fee schedule breakdown. Project Fees-SPMP FY 2020: Fees for Amendment No. 2 services will be invoiced per Engineering Delivery Orders at a fixed fee of $89,100.00 for Overlays and$70,200.00 for UTBWC.An additional$25,000.00 allowance will be added to the total contract amount for unexpected ADA assistance required to complete the project. These fees will include all engineering design and construction administration, TDLR registration fees, RAS plan review, RAS inspection and control point surveying for the proposed streets. Total project design fee budget is$423,250.00. See attached Exhibit B for fee schedule breakdown. Professional Engineering Solutions 6 AMEND. NO. 2 EXHIBIT "A" Page 6 of 8 • J. Schwarz &Associates, Inc. 361.906.2430 www.JSATX.com Additional Services: Additional services not specifically outlined in the scope of this project shall be completed only with written authorization of the Director of Engineering Services. Fees for these services will be negotiated as required. Examples of services not included in the project scope include but are not limited to the following: permit preparation (other than RAS related permitting), topographical and right-of-way surveying,right-of-way and easement acquisition survey and parcel descriptions,environmental issues, public involvement, subsurface utility investigation, construction observation services,warranty phase and televising utility lines. If you have any questions,please do not hesitate to contact us. We look forward to assisting you on this project. Sincerely, J. Schwarz&Associates,Inc. (F-8138) Digitally signed by James Schwarz, P.E. 417 Date:2019.11.26 14:10:47 / , -06'00' James Schwarz,P.E. Project Engineer end.: D:\JSA\Cityofcorpuschristl\.S PMP\Spmplargeproposaladd2.Docx Professional Engineering Solutions AMEND. NO. 2 7 EXHIBIT "A" Page 7 of 8 J. Schwarz&Associates,Inc. 361.906.2430 www.jSATX.com Exhibit B - Street Preventative Maintenance Program- FY 2020 Professional Services Cost Breakdown Overlay Engineering Delivery Order 90%Design $73,530.00 100%Design $ 8,170.00 Construction Administration $ 7,400.00 Delivery Order Total $ 89,100.00 Total Overlay Design Costs(2.5 Delivery Orders) $222,750.00 UTBWCEngineering-Delivery Order 90%Design $57,850.00 100%Design $ 6,450.00 Construction Administration $ 5,900.00 Delivery Order Total $70,200.00 Total UTBWC Design Costs(2.5 Delivery Orders) $175,500.00 Total Project Professional Services Total Overlay Design Costs(2.5 Delivery Orders) $222,750.00 Total UTBWC Design Costs(2.5 Delivery Orders) $175,500.00 Additional ADA Assistance Allowance $ 25,000.00 Project Totals $423,250.00 Project Fees: Project fees are lump sum and include all costs associated with completion of the project. These fees include all TDLR registration fees,RAS plan review,RAS site inspection and control point surveying. D:\JSA\Cityofcorpuschristi\SPMP\Exhibit A.Docx Professional Engineering Solutions 2 AMEND. NO. 2 EXHIBIT "A" Page 8 of 8