Loading...
HomeMy WebLinkAboutC2011-004 - 1/11/2011 - ApprovedAMENDMENT No. 1 CITY QF C4RPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 {City) acting through its duly authorized City Manager or Designee (Director of Engineering Services) and HDR Engineering, lnc., 555 N. Carancahua, Suite 1650, Corpus Christi, Nueces County, Texas 78478, (ArchitectlEngineer - AIE}, hereby agree as follows: 1. SCOPE OF PROJECT Packery Channel Dredging and Beach Nourishment - 2x11 (Project No. E101fi81 Provide engineering, permitting, regulatory, bid documents and construction phase services necessary to dredge Packery Channel and utilize beach suitable dredge material to nourish the beach on North Padre Island south of Packery Channel as follows: • Assist the City in acquiring U. S. Army Corps of Engineers (USAGE} Permit that would authorize the disposal of maintenance material dredged from the Packery Channel "~~ "'°-' - - long a currently unspecified stretch of beach between the south Packefiannel lefty and Whitecap Blvd. • Provide engineering services necessary for the development of design, bid and construction documents to proceed with the project during FY2011-2092 in accordance with USAGE permit conditions and upon issuance of the permit.. 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, AIE will provide monthly status updates (project progress or delays, gantt charts presented with monthly invoices) and provide contract administration services,. as described in Exhibit "A", to complete the Project. Work will not begin on Additional Services until requested by the AIE {provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. AIE services will be "Services for Construction Projects"- {Basic Services for Construction Projects") which are shown and are in accordance with "Professional Engineering Services- A Guide to the Selection and Negotiation Process, 1993" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of Professional Engineers. For purposes of this contract, certain services listed in this publication as Additional Services will be considered as Basic Services. 3. ORDER OF SERVICES The AIE agrees to begin work on those authorized Basic Services for this contract upon receipt of the Notice to Proceed from the Director of Engineering Services. Work will not begin on any phase or any Additional Services until requested in writing by the AIE and 2011-004 rovided by the Director of Engineering Services. The anticipated M2011-014 Contract for Engineering (AIE) Services V1111'11 ~ERYCHANN~LBEAGFi~lDURISHMENT&^RE~GIIVG20104AERMD111CONTRACTPROFESSIONALSERVICSaDOC~ Of3 HDR Engineering ~~R~~ schedule of the preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit "A". This schedule is not to be inclusive of all additional time that may be required for review by the City staff and maybe amended by or with the concurrence of the Director of Engineering Services. The Director of Engineering Services may direct the AIE to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to this contract. AIE shall notify the City of Corpus Christi within three (3} days of notice if tasks requested requires an additional fee. 4. INDEMNITY AND INSURANCE AIE agrees to the mandatory contract indemnification and insurance requirements as set forth in Exhibit "B". 5. FEE The City will pay the AIE a fee, as described in Exhibit "A", for providing services authorized, a total fee for Amendment No. 1 not to exceed $137,400.00, One Hundred Thirty Seven Thousand Four Hundred Dollars and Zero Cents (in words) for a total not to exceed fee of $177,100.00. Monthly invoices will be submitted only once per thirty days, state the contract amount, total of prior invoices, and amount of current invoice. 6. TERMINATION OF CONTRACT The City may,-at any time, with or without cause, terminate this contract upon seven days written notice to the AIE at the address of record. In this event, the AIE will be compensated for its services on all stages authorized based upon AIE and City's estimate of the proportion of the total services actually completed at the time of termination. 7. LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. The AIE agrees that at least 75% of the work described herein will be performed by a labor force residing within the Carpus Christi Metropolitan Statistical Area (MSA). Additionally, no more than 25°/a of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA.) 8. ASSIGNABILITY The AIE will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior written consent of the City, except far routine duties delegated to personnel of the AIE staff. if the AIE is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the AIE fee maybe assigned in advance of receipt by the AIE without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. Contract for Engineering (A!E) Services Page 2 of 3 H:IHOME\KEVINSIGENIPACKERY1E14166PACKERYCHANNELBEACHNOURISHMENT&DREDG3NG241D1AEAMD141 CDNTRACT PRDFESSICNAL SERVICES.DCC ~ ~ i ~ 9. OWNERSHIP OF DOCUMENTS All documents including contract documents (plans and specifications), record drawings, contractor's field data, and submittal data will be the sole property of the City, may not be used again by the AIE without the express written consent of the Director of Engineering Services. However, the AIE may use standard details that are not specific to this project. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re-use of modified plans. 10. DISCLOSURE OF INTEREST A/E further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form attached hereto as Exhibit "C'°. CITY OF CORPUS HRISTI By Gw~. ./~ _ ~- l ~~ I~ Juan Peral s, Jr., P. E. ate Assistant City Manager RECOMMENDED By ~ t ~~ ~~ Pete An a, P. E., Da e Director of Engineering Services HDR ENGINEERING, INC. By ~~w arl . Crull, P. E. Da e Vice President 555 N. Carancahua, Suite 1650 Corpus Christi, TX 78478 (361) 857-2211 Office (361) 857-7234 Fax ATTEST By ~- Armando Chapa, City Secretary APPROVED AS TO FORM By ~-/v 26~ City ~ orney Date ~~ ~ ~~ ~l)T'NORITEG ai c~~~c~~ ..,.~ 1 ~ ...~.,..s~,..........,...~.,...a. •~ . S~C~~TARv Contract far Engineering (AIE) Services Page 3 of 3 C.1DOCl7ME-i1KEVINSILOCALS~IITEMPIXPGRPWISEII CDNTRACTPRDFESSIONALSERVICES.COC EXHIBIT "A" CITY OF CORPUS CHRISTI, TEXAS Packery Channel Dredging and Beach Nourishment - 2019 (Project No. E10168) 1. SCOPE OF SERVICES A. Basic Services Basic Services will include the following in SCOPE OF SERVICES 1. Preliminary Phase No Preliminary phase services are included. The preparation of the USACE permit application will suffice for this phase. 2. Design Phase. the AIE will: a. Conduct a Kickoff Meeting with City and Reconnaissance Site Visit -Prior to commencing work, HDR will participate in a project kickoff meeting to review project scope, schedule, budget, and overall goals with the City. In addition, HDR will visit the project site to observe general conditions at Packery Channel and along the seawall. Notes summarizing the kickoff meeting and site visit will be provided to the City. b. Obtain Bathymetric and Beach Profile Survey Data -HDR will obtain recent survey data from the City for the sedimentation basin at Packery Channel and Gulf beach to the south of Packery Channel. These data will be incorporated into AufioCAD drawings to develop dredging and beach nourishment templates. c. Conduct Engineering Design -This task will provide analysis and design for (1} dredging the sedimentation basin, (2) redistribution of previously-stockpiled sand along the seawall, and (3) placement of the dredged and redistributed material as beach nourishment. Dredging design will include volume calculations, assessment of sediment compatibility with native beach sediments, estimation of cutlfiil ratio, and dredging geometry andlor cut depth. Analysis of the dredging area will consider anticipated construction methods based on input from dredging contractors. d. Develop beach nourishment limits and cross-sections concurrent with dredging analysis,. HDR will coordinate with the City on desired project limits and then perform analysis of the beach fill planform and cross-sectional shape. Note that detailed numerical modeling and related analyses to provide predictions of beach nourishmen# longevity are not included. Based on the dredging volume EXHIBIT "A" Pa e 1 of 11 C:S~OCUME~15KevinSll.OCALS~15TemplXPgrpwisel2 Contract Exhibit A.~CC assessment, sediment compatibility analysis, cross-shore and planform design, anticipated project budget, and coordination with the City, the dredging and beach nourishment dimensions will be finalized. e. Prepare one {1) set of Construction Bid and Contract Documents in City format (using City Standards as applicable) for each phase, including Contract agreement forms, general provisions and special provisions, notice to bidders, insurance requirements, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, one bid for each phase, the size and character of the entire Project; descrip#ion of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. f. Provide assistance identify testing, handling and disposal of any hazardous materials andlor contaminated soils that may be discovered during construction (to be included under Additional Services). g. Prepare opinion of Probable Construction Cost and Construction Timeline - An opinion of probable canstruction cost (cost) and construction timeline (schedule) will be developed that reflects the engineering design, anticipated project budget, constructability review, and seasonal or other regulatory restrictions. The cost and schedule will be developed early in the design phase based on initial design assumptions and praject goals; they will then continue to be developed as the design progresses. h. Furnish one (1} copy of the pre-final plans (plans only-identify needed specifications} to the City staff for review and approval purposes with estimates of probable canstruction costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. Required with the pre-final plans is a "Plan Executive Summary" which will identify and summarize the Project by distinguishing key elements. One design review meeting will be conducted at the City's office. i. Assimilate all pertinent review comments, modifications, additionsldeletions and proceed to next phase, upon Notice to Proceed. j. Provide Quality AssurancelQuality Control (QAIQC} measures to verify that submittal of the pre-final and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The Consultant AIE and Sub-consultant AIE shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are to the approximate level of completion appropriate to the submission, and include signature of all disciplines including bu# not limited to structural, civil, mechanical, electrical, etc. EXHIBIT "A" Pa e2of11 C:SDDCUME~15KevinSSLOCALS^11TempU(Pgrpwisel2 Contract Exhibit A.I70C i~r k. Upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for reproduction (in City Format} and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. I. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. m. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. n. Provide a Storm Water Pollution Prevention Plan as applicable. The City staff will a. Designate an individual to have responsibility, authority, and control for coordinating activities far the design phase. b. Provide the budget for the Projecfi specifying the funds available for the construction contract. c. Provide electronic files of the City's standard specifications, standard detail sheets, general and special provisions, and forms for required bid documents. d. Provide 1. Record drawings, record information of existing facilities, and utilities {as available from City Engineering files). 2. The preliminary budget, specifying the funds available for construction. 3. Aerial photography for the Project area. 4. Through separate contract, related GIS mapping for existing facilities. 5. A copy of existing studies and plans (as available from City Engineering files). 6. Field location of existing utilities (AIE to coordinate with City Operating Department). 7. Provide applicable Master Plans. 3. Bid Phase. To Be Negotiated. The AIE will: a. Par#icipate in the pre-bid conference and provide a recommended agenda for critical construction activities and elements impacted the Project. b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c. Review all pre-bid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' approval, any addenda or other revisions necessary to inform contractors of approved changes prior to bidding. d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. EXHIBIT "A" Pa e3of11 C:IDDCUME-11KevinSSLOCALS-ilTempUCPgrpwise52 Contrail ExhibitA.DOC e. In the event the lowest responsible bidder's bid exceeds the Project budget as revised by the Engineering Services in accordance with the AIE's design phase estimate required above, the Engineer will, at its expense, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re- advertise that particular portion of the Project for bids. The City staff will: a. Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. b. Advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the AIE) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. d. Prepare, review and provide copies of the contract for execution between the City and the contractor. 4. Construction Phase. To Be Negotiated. The AIE will perform contract administration to include the following: a. Participate in pre-construction conference and provide a recommended agenda for critical construction activities and elements impacted the Project. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Review field and laboratory test reports. d. 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. e. Make regular 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, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the Project representative observation or continuous monitoring of the progress of construction. f. Prepare change orders as authorized by the City (coordinate with the City's Construction Division). g. Make final inspection with City staff and provide the City with a Certificate of Completion for the Project. }~. Review construction "red-line" drawings, prepare record drawings of the Project as constructed {from the "red-line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later) of the record 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. EXHIBIT "A" Pa e 4 of 11 C:IDOCLIME-ilKsvin51L0CALS-15TemplXPgrpwisel2 CanUact ExhibitA.DOC The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction phase. b. Prepare applicationslestimates for payments to contractor. c. Conduct the final acceptance inspection with the Engineer B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that may be included as part of this contract, but the AIE will not begin work on this section without specific written approval by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The AIE will, with written authorization by the Director of Engineering Services, do the following: 1. Permitting. Furnish the City all engineering data and documentation necessary for required permits. The A/E will prepare this documentation for all required signatures. The AIE will prepare and submit permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. U. S. Army Corps of Engineers {USACOE), b. Texas Commission on Environmental Quality (TCEQ) AIE will prepare the USACOE 101404 permit application including site figures and details. Additionally the AIE will: Formal Section 7 Endangered Species. Consultation - USACOE will likely enter into a Formal Section 7 Endangered Species Consultation with the U.S. Fish and Wildlife Service (USFWS). AIE will coordinate with bo#h agencies to provide project information and assist with document preparation (Biological Assessment andlor Biological Opinion}. Coordination of Permit Issuance - AIE will coordinate with USACOE in attempt to facilitate permit issuance. This task includes responding to several minor requests for additional information. ~` Cultural resources and/or archaeological services are not included in this scope. If such services are required they can be provided under a separate scope. 2. Right-of-Way f ROW) Acauisition Survey. Not Applicable. 3. Topographic Survey. .. As outlined in Section 2, Design Phase, Subsection b, AIE will be relying on bathymetric and Beach Profile Survey Data provided by others. Should that prove not to be sufficient to develop plans, supplemental survey data will be acquired as an additional Service. The AIE also will include the following survey services: Coastal Boundary Survey - Prepare a Coastal Boundary Survey which satisfies EXHIBIT "A" Pa e5of11 G:IDDCUME~11KevinSILDCALS-ilTemplXPgrpwise42 Contract Exhibit A.ADG the requirements of the Texas Natural Resources code to conduct such a survey conducted prior to any work on or immediately landward of a public beach. Consultant will conduct a coastal boundary survey along the Gulf shoreline of the project site, covering an approximate one mile reach from the south jetty at Packery Channel to Whitecap Blvd. This survey will be performed in accordance with Section 33.136 of the Texas Natural Resources Code and submitted to the Texas General Land Office on behalf of the City. Surveys and drawings to be completed under this scope will not include delineating or mapping vegetation, the line of vegetation or the landward boundary of the public beach. Coastal boundary survey will be conducted by a Licensed State Land Surveyor. 4. Geotechnical Investi ation and Sediment Com atibilit Anal sis -Sediment samples will be extracted from both the native beach and sedimentation basin to provide information on the compatibility of the material in the proposed dredging area with the natural beach sand. Approximately 5 borings will be performed with a barge-mounted drilling rig (or other suitable equipment) to a nominal depth of approximately 10 feet below the seafloor. The borings will be distributed spatially to provide relatively uniform coverage of the anticipated dredging area. Approximately 5 surface grab samples will be obtained from the beach berm and nearshore area within the anticipated beach nourishment limits. The grab samples will establish baseline grain size and sorting index to help determine if the proposed dredged material is suitable for beach nourishment. Grain size distribution of the core and grab samples will be performed by an AASHTO- certified laboratory following ASTM D 422 or other applicable industry standards. Locations of the core and grab samples, boring logs, grain-size distribution curves, and a description of the sampling and testing procedures will be documented in a geotechnical report sealed by a professional engineer. The geotechnical borings will be reviewed for general sediment quality and strata uniformity. The beach grab samples will be reviewed for any obvious spatial trends in sediment grain size. 5. Aerial Photography -Recent geo-referenced aerial photography of the project area is needed to serve as baseline imagery for the collected data and to help document existing conditions. Aerial photography for this project will be provided by the City. 6. Environmental issues. FEE TO BE NEGOTIATED 7. Construction Observation Services, FEE TO BE NEGOTIATED Provide a Project Representative (PR) to provide full time construction inspection. EXHIBIT "A" Pa e6af11 C:IQOCUME-11KevinSILOCALS-11TemplXPgrpwise52 Contract Exhibit A.000 a. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the AIE shall endeavor to provide further protection for the City against defects and deficiencies in the Work. b. The duties and responsibilities of the PR are described as follows: 1) General: PR will act as directed by and under the supervision of AIE, and will confer with AIE regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with AIE and Contractor, keeping the City advised as necessary. AIE will endeavor to protect the City in providing these services; however, it is understood that AIE does not guarantee the Contractor's performance, nor is AIE responsible for supervision of the Contractor's operations and employees. AIE shall not be responsible for the means, methods, techniques, sequences or procedures of construction selec#ed by the Contractor, or any safety precautions and programs relating in any way to the condition of the premises, the work of the Contractor or any subcontractor.- AIE shall not be responsible for the acts or omissions of any person (except its own employees or agents) at the Project si#e or otherwise performiing any of the work of the Project. 2) Conference and Meetings: Attend meetings with Contractor, such as pre- construction conferences, progress meetings, job conferences and other Project-related meetings as required by the City, and prepare and circulate copies of minutes thereof. 3) Liaison: i. Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. ii. PR shall communicate with City with the knowledge of and under the direction of AIE. 4) Interpretation of Contract Documents: Report when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. 5) Shop Drawings and Samples: i. Receive Samples, which are furnished at the site by Contractor, and notify of availability of Samples for examination. ii. Record date of receipt of Samples and approved Shop Drawings. iii. Advise Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which PR believes that the submittal has not been approved. $) Review of Work and Rejection of Defective Work: i. Conduct on-site observations of Contractor's work in progress to assist AIE in determining if the Work is in general proceeding in accordance with the Contract Documents. EXHIBIT "A" Pa e7of11 C:IDOCUME-11KevinSSLOCALS^itiTempIXPgrpwise52 Contraet ExhibitA.DOC ii. Report whenever PR believes that any part of Contractor`s work in progress will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise City and AIE of that part of work in progress that PR believes should be corrected or rejected or should be uncovered for observation, ar requires special testing, inspection or approval. iii. Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. 7) Records: i. Maintain orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, AIE's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. ii. Prepare a daily report utilizing approved City format, recording Contractor's hours on the site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to AIE and the City. 8} Reports: i. Furnish periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. ii. Report immediately to the City and AIE the occurrence of any site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. iii. Provide Project photo report on CD-ROM at the rate of a minimum of two photographs per day, including an adequate amount of photograph documentation of utility conflicts. 9) Completion: i. Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. ii. Participate in a final inspection in the company of AIE, the City, and Contractor and prepare a final list of items to be completed or corrected. iii. Observe whether all items on final list have been completed or corrected and make recommendations concerning acceptance and issuance of the Notice of Acceptability of the Work. EXHIBIT "A" Pa e8of11 C:1~000ME~11KevinSll.OCALS~11TempYXPgrpwise52 Contract Exhibit A.DOG 7. Public In~ol~ement Support, a. Prepare notices, handouts and exhibits for the public information meeting. b. Assist the City in conducting the public information meeting. c. Assist the City with follow-up to the public information meeting and response to citizen comments. d. Revise the contract drawings to address citizen comments, as directed by the City. 8. Warrant Phase. Not Applicable. 9. Subsurface Utility Exploration. Upon receiving authorization from the City to proceed, provide subsurface utility engineering investigation in accordance with ASCE Standard "ASCE C-I, 38-02, Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data". The proposed subsurface utility investigation will be as #ollows: Show all identified utilities located beneath the channel and sedimentation basin on the contract plans. Identification of the utilities will be based upon review of readily available City records and observed above ground utility components such as on shore fire hydrants, valves, valve boxes, vaults, etc. The contractor will be required to perform apre-dredge hazard survey. 2. SCHEDULE PROPOSED PROJECT SCHEDULE Packery Channel Dredging and Beach Nourishment - 2011 Pro'ect No. E10168 DAY DATE ACTIVITY Wednesday November 3, 2010 Begin Permit Preparation Wednesday December 15, 2010 Begin Design Phase Monday February 28, 2011 Pre-Final Design Submittal Monday March 14, 2011 City Review Monday May 23, 2011 Final Design Submittal Monday (2) July 18 and 25, 2011 Advertise for Bids {NOT AUTHORIZED) Thursday July 28, 2011 Pre-Bid Conference(NOT AUTHORIZED) Wednesday August 10, 2011 Receive Bids(NOT AUTHORIZED) Monday September 19, 2011 Begin Construction(NOTAUTHORlZED) Weekday March 9 2012 Construction Completion(NOT AUTHORIZED) 3. FEES EXHIBIT "A" Pa e9of91 Q\DOCUME-11Ke~inS1LOCALS-11TemplXPgrpwisel2 Contract Exhibit A.DOC A. Fee for Basic Services. The City will pay the AIE a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees far Basic Services will not exceed those identified and will be full and total compensation for ail services outlined in Section 1.A.1-4 above, and for all expenses incurred in performing these services. For services provided in Section 1.A.1-4, AIE will submit monthly statements for basic services rendered. In Section 1.A.1-3, the statement will be based upon AIE's estimate (and City concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in Section 1.A.~4, the statement will be based upon the percent of completion of the construction contract. City will make prompt monthly payments in response to AIE's monthly statements. B. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section 1.B. "Additional Services" the City will pay the AIE anot-to-exceed fee as per the table below. Summar of Fees. FEE Ori final Contract 1 BEACH NOURISHMENT PERMITTING 1.1 Pre aration of USACE Permit A lication $18,600.00 1 2 Coordination with USACE and Resource A envies 3,800.00 1.3 Coordination of Public Notice and Response to Comments 17,300.00 Ori final Contract Total $39,700.00 Amendment No. 1 CHANNEL DREDGING AND BEACH NOURISHMENT Basic Services ENGINEERING SERVICES Kickoff Meetin and Reconnaissance Site Visit 2,400.00 Bath metric and Beach Profile Surve Data 3,200.00 En ineerin Desi n 34,300,00 Opinion of Probable Construction Cost and Construction Timeline 4,200.00 Pre aration of Contract Documents 24,900.00 Subtotal Basic Services 69,000.00 Additional Serrrices CHANNEL DREDGING PERMITTING Formal Section 7 Endangered Species Consultation 18,800.00 Coordination of Permit Issuance 10,100.00 Subtotal 28,900,00 SURVEYING SERVICES EXHIBIT "A" Pa e10of11 CaDOCUME-11KevinSILOCALS-'€liemplXPgrpwisel2 Contracl ExhibitA.DOC Coastal Bounda Surve 9,500.00 Geotechnical Investigation and Sediment Com atibilit Anal sis 18,500.00 Aerial Photo rah 5,500.00 Subtotal 33,500.00 PUBLIC INVOLVEMENT SUPPORT 5,000.00 SUBSURFACE UTILITY EXPLORATION 1,000.00 Subtotal Additional Services 68,400.00 Amendment No. 1 Total $137,400,00 Total $177,100.00 The estimated cost of dredging and placement is estimated to be between $1,500,000 and $2,500,000 depending on quantity of material to be dredged, availability and location of dredge contractors, duration of project, flexibility of start date, and permit conditions. The total basic services fee proposal for this project is $69,000. Therefore, the percentage of design cost to construction cost is between 2.8% and 4.6%. EXHIBIT "A" Pa a 11 of 11 Cal)OCUME~11Kevin5lLOCALS~11TemplXPgrpwisel2 Contract Exhibit A.f]OC SUPPLIER NUMBER TO BE ASSIGNED BY CITE -= PURCHASING DIVISION ~..~..~ City of CITY OF CORPUS CHRISTI c~ ~i DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to p~rovide the following information. Every qquestion must be answered. If the question is not a~~licable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: HDR Engineering, Inc. i P. O. BOX: STREET ADDRESS: 555 N. Carancahua, Suite 1G50 CITY: Corpus Christi ZIP: 78478 '' FIRM IS: 1. Corporation ® 2. Partnership B 3. Sole Owner ^ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this pa e or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm.' Name Job Title and City Department (if known) NIA 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3 % or more of the ownership in the above named "Firm." Name Title NIA 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership rn the above named "firm." Name Board, Commission or Committee NIA 4. State the names of each employee or officer of a "consultant" for the City of Cor~us Christi who worked on any matter related to the subject of this contract and has an ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant NIA FILING REQUIltEMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public m general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)j CERTII+'ICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Carl E. Crall Title: Vice President (Type or Print} Signa#ure of Certifying Date: f ~/,~ Person: !/ DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation_