Loading...
HomeMy WebLinkAboutC2015-398 - 9/22/2015 - Approved CITY OF CORPUS CHRISTI AMENDMENT No. 1 to 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, INC., a Texas corporation 555 N. Carancahua Ste. 1600, Corpus Christi, Nueces, Texas, 78401, (Architect/Engineer—A/E), hereby agree as follows: 1. SCOPE OF PROJECT Ocean Drive Park Improvements — Swantner Park (Project No. E14049) — Swantner Park's waterfront is protected by a stepped seawall approximately 2,110 feet long. The poor visual condition of the seawall prompted the City to perform an engineering field investigation to determine the condition of the structure. The seawall is experiencing severe spelling and deterioration of the surface along with the sidewalk behind the seawall collapsing. HDR Engineering, Inc. of Corpus Christi, Texas was selected for this project as a result of RFQ No. 2012-03 Bond Issue 2012 and CIP Projects, dated August 31, 2012. The seawall sections are comprised of 40' long panels spanning between a continuous sheet pile bulkhead on the waterside and timber pilings at the landside. The field investigation included structural inspection of these panels, inspection of the soil conditions behind the concrete panels and steps, repair recommendations, and an engineer's opinion of probable cost for the recommended repairs. Each of the panels investigated showed considerable voids below the seawall. A gap between adjacent panels and sheet pile was observed which indicates areas of instability and structural failure allowing for the loss of support material creating the sub-base voids. Sub-base support material is migrating from under the seawall because water is able to freely pass through the joints between the concrete panels causing the erosion. These voids caused the settlement of the sidewalk. In order to stop material from being lost underneath the seawall, the following has been recommended: The panel joints will be sealed to stop material from migrating out from between the joints of the panels and sheet pile. The existing sidewalk behind the seawall will be removed in order to replace the material lost and a new sidewalk will be installed. Based upon the measurements taken during the field investigation, the volumes of voids behind the panels were estimated and will be used for the procurement of the repairs. The recommended final design will identify the least expensive remedy to repair the current system and prepare the construction documents necessary to competitively procure the work. Based on the field investigation, the engineer's opinion of probable cost for the subsurface and sidewalk repairs is $1,112,000. These repairs will not correct the surface decline of the steps but will extend the useful structural life of the seawall. 2015-398 9/22/15 M2015-101 Contract for Engineering(NE)Services�Pags HDR Engineering Inc. .14049-Ocean Drive Park Improvements Swantner ParkkAmendment No 111 CONTRACT PROFESSIONAL SERVICES docx INDEXED 2. SCOPE OF SERVICES The NE hereby agrees, at its own expense, to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, NE 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 NE (provide breakdown of costs, schedules), and written authorization is provided by the Director of Capital Programs. NE 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 NE agrees to begin work on those authorized Basic Services for this contract upon receipt of the Notice to Proceed from the Director of Capital Programs. Work will not begin on any phase or any Additional Services until requested in writing by the NE and written authorization is provided by the Director of Engineering Services. The anticipated 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 may be amended by or with the concurrence of the Director of Engineering Services. The Director of Capital Programs may direct the NE 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. NE shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. INDEMNITY AND INSURANCE NE agrees to the mandatory contract indemnification and insurance requirements as set forth in Exhibit "B". 5. FEE The City will pay the NE a fee, as described in Exhibit "A", for providing services authorized, a total fee not to exceed $113,900.00, (in Numbers), One Hundred Thirteen Thousand Dollars (in Words) for a total amount not to exceed $150,900.00 (in Numbers), One Hundred Fifty Thousand Nine Hundred Dollars (in Words). Monthly invoices will be submitted in accordance with Exhibit "C". Contract for Engineering(NE)Services Page 2 of 4 K.\Engineering DataExchange\ClarissaJ\Parks1E14049-Ocean Drive Park Improvements Swantner Park\Amendment No 1\1 CONTRACT PROFESSIONAL SERVICES docx • 6. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the NE at the address of record. In this event, the NE will be compensated for its services on all stages authorized based upon NE 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 A/E agrees that at least 75% of the work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan Statistical Area (MSA). Additionally, no more than 25% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA.) 8. ASSIGNABILITY The NE 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 for routine duties delegated to personnel of the NE staff. If the NE 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 NE fee may be assigned in advance of receipt by the NE 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. 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 NE without the express written consent of the Director of Engineering Services. However, the NE 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 NE further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form. Contract for Engineering(NE)Services Page 3 of 4 K\Engineering DataExchange\ClarissaJ\Parks\E14049-Ocean Drive Park Improvements Swantner Park\Amendrnent No 1\1 CONTRACT PROFESSIONAL SERVICES docx CITY OF CORPUS CHRISTI HDR ENGINEERING, INC. /e/s---- er%eg6 .H. Edmonds, P.E Da Arthur B. Colwell, P.E. Date 8,11./5 Director Capital Programs Vice President 555 N. Carancahua, Suite 1600 Corpus Christi, TX 78401-0850 (361) 696-3300 Office (361) 696-3385 Fax RECOMMENDED �' - 9// /15. Jay 9 E. Ellin tong V Date Director of Parks and Recreation APP-OVED 0 ic=of Management and Budget AP ROVED AS TO LEGAL FORM ,H. g(`-(163; - -IS -IS sY CvutCst..... ssistant City Attorney Date ATTEST ebecca Huerta, City Secretary Ocean Drive Park Improvements (Project No. E14049) Fund Name Accounting Account Activity No Amount Unit No. Parks and Rec Bond 2012 3293-027 550950 E14049013293EXP $113,900.00 Total $113,900.00 Encumbrance No. Contract for Engineering(NE)Services Page 4 of 4 K.\Engineering DataExchange\ClarissaJ\Parks\E14049-Ocean Orive Park Improvements Swantner Park\Amendment No 1\1 CONTRACT PROFESSIONAL SERVICES.docx F July 10, 2015 P107969 July 24, 2015 rev. 01 July 28, 2015 rev. 02 Mr. John Maggiore, PE Project Director City of Corpus Christi Capital Programs P.O. Box 9277 Corpus Christi, TX 78469 RE: PROPOSAL FOR ENGINEERING SERVICES — SWANTNER PARK FINAL DESIGN Dear Mr. Maggiore: Thank you for giving us the opportunity to submit a proposal associated with the next phase of the work required for Swantner Park. BACKGROUND Through a request by the City of Corpus Christi (City), HDR Engineering, Inc. (HDR) performed an investigation of the condition of the existing stepped seawall at Swantner Park. HDR performed the investigation and submitted an Engineering Letter Report (ELR) on June 5, 2015. The document outlined the condition of the structure and provided potential repair options (including opinions of probable project costs) for rehabilitation. Based on that information, the City requested this proposal for the final design services required for the void filling below the seawall and replacement of the existing sidewalk adjacent to the seawall. PROPOSED PROJECT APPROACH As requested in an email from you, dated June 29, 2015, HDR will design repairs based on Option 3: Subsurface and Sidewalk Repairs of the ELR. Option 3 includes: 1. Seal the joints of the existing concrete sheet piles to stop material from migrating into the bay; 2. Removal of the existing sidewalk; • 3. Installation of fill material below the existing seawall; 4. Replace the existing sidewalk SCOPE OF SERVICES In order to provide the services requested, we propose to perform the scope of services as generally listed below and outlined in more detail in Attachment A: lidi'iiic.coi'ri _.. HDR Engineering,Inc. 555 N Caranc EXHIBIT "A" Texas Registered Engineering Firm F-754 Suite 1600 Page 1 of 12 Corpus Christ Mr. John Maggiore, PE P 107969 July 28,2015 Page 2 of 3 • Task 1: Initiation and Controls — Provide project management, reporting, scheduling, and quality control services for the tasks listed below. • Task 2:Data Collection—Review existing ground conditions of the affected area as well as surrounding site. We will sub-contract with a local surveyor to provide a topographic survey of the area. The City will contract with a local geotechnical firm to provide sampling and testing services for the parameters required for the design of the sidewalk. HDR will coordinate with the geotechnical firm to discuss locations, depths, and required design parameters. • Task 3: Final Design — Identify and select materials to fill voids below the existing seawall and design the sidewalk to replace the existing. • Task 4: Preparation of Construction Documents — Prepare drawings and technical specifications sufficient for bidding and construction of the work necessary for the work. We will sub-contract with a local cost estimating firm to provide opinions of cost at each submittal. • Task 5: Bid Phase Services — Solicit potential bidders, participate in a pre-bid meeting, provide assistance in responding to bidder's questions, provide addendum assistance, attend the bid opening, prepare the bid tabulation, and provide a letter of recommendation for the selected bidder. PROJECT SCHEDULE Below is a preliminary schedule of permitting, design, bidding, and construction. ACTIVITY DAY COUNT* CUMULATIVE DAY COUNT* NTP from CITY 0 0 Begin Project 10 _ 10 60%Submittal 70 80 60%CITY Review 15 95 90%Submittal 40 135 90% CITY Review 15 150 Final Submittal 30 180 • *Business Days PROJECT FEES In order to accomplish the work generally described above and in more detail in the Scope of Services (Attachment A), HDR proposes to provide services on a Lump Sum Basis for a fee of $113,900. We will provide these services in accordance with the City's standard contract for A/E Professional Services. A summary of fees is shown in the table below: HOREngineering,Inc . EXHIBIT "A" gg g 0:1_Ports andl{arbors`02_Project Management' Page 2 of 12 Texas Registered Engineering Firm F-754 • Mr.John Maggiore,PE P107969 July 28,2015 Page 3 of 3 Task 1: Initiation/Controls' $ 15,125 Task 2: Data Collection $ 2,625 Task 3: Final Design $ 18,000 Task 4: Preparation of Construction Documents $ 67,250 Task 5: Bid Phase Services $ 8,425 Sub consultants+15%Markup $ 2,475 Total $ 113,900 'Includes project management Any work outside the Scope will be done, with authorization from you, via a formal Scope Change Document, in accordance with an agreed-to lump sum fee. This proposal is valid for 45 days from the date of this document. Invoicing will be submitted on a monthly basis and a monthly status report will be included to provide a status update regarding completed progress. Thank you again for asking us to continue to help. We look forward to continuing our working relationship with you and your staff on this project. If you have any questions or require additional information,please do not hesitate to contact me at 361-696-3347. Sincerely, HDR ENGINEERING, INC. .10 /01 i�Ste' f7/444/ Daniel . arz .E. Arthur B. Colwell, P.F. Project Manager j Ports and Harbors Vice President Managing Principal Enclosures: Attachment A—Scope of Services Attachment B—Man hour Breakdown Attachment C—Subconsultant Agreement HDR Engineering,Inc. EXHIBIT "A" O:,Pons and Harbors\02_Project Management`_.I Texas Registered Engineering Firm F-754 Page 3 of 12 July 28,2015 P107969 Attachment A— Scope of Services I. Initiation and Controls(Task 1) This work will involve general project management duties such as status reporting, scheduling of manpower and project deliverables, staff assignments, internal coordination meetings, deliverables and quality control (QC) based on HDR's pre-established QC program. HDR will prepare meeting notes, conferences and conference calls pertaining to HDR's design efforts. II. Data Gathering(Task 2) 1. Site Visits. HDR will visit the site to observe landside features and to update previously submitted information to generally reflect existing conditions to assist in preparation of the design drawings. 2. Coordination with Surveyor. HDR will sub-contract with Naismith Marine Services, Inc. to collect necessary topographic and hydrographic data for use in identifying and locating existing features and developing the site plan for the project. 3. Coordination with Geotechnical Firm. HDR will coordinate with Rock Engineering&Testing Laboratory, Inc. (RETL)to collect and test necessary soil samples to provide appropriate design parameters for the design of the sidewalk. The City will contract directly with RETL. III. Final Design (Task 3) 1. Design of Void Filling. HDR will identify and select materials to fill the voids below the existing seawall. These repairs will include the sealing of open vertical joints of the existing concrete sheet piles below the front wall cap which runs along the length of the seawall. 2. Design of Replacement Sidewalk. HDR will design the sidewalk which will replace the existing deteriorated sidewalk. It is expected the existing sidewalk will be removed to create a pathway for the placement of the fill material as void filler below the existing seawall. The sidewalk will be integrated into the existing site, including the interface with the existing parking and grassy areas. IV. Preparation of Construction Documents(Task 4) 1. Plans. HDR will prepare a single set of signed and sealed design drawings sufficient for construction of the work. The expected drawing package will include the following sheets: 1) Cover Sheet 11) Typical Sections 1 2) General Notes and Legend 12) Typical Sections 2 3) Existing Site and Demolition Plan 13) Typical Sections 3 4) Existing Sections and Details 1 14) Typical Details 1 5) Existing Sections and Details 2 15) Typical Details 2 6) Overall Site Plan 16) Typical Details 3 7) Enlarged Plan 1 17) Miscellaneous Sections and Details 1 8) Enlarged Plan 2 18) Miscellaneous Sections and Details 2 9) Enlarged Plan 3 19) Miscellaneous Sections and Details 3 10) Enlarged Plan 4 2. Specifications. HDR will prepare specifications including: a. Part T-Technical Specifications City staff will provide the City's standard specifications; standard detail sheets, standard and special provisions, and forms for required contract documents. In addition, the City staff will provide the budget for the Project specifying the funds available for the construction contract. EXHIBIT "A" Page 1 of 2 Page 4 of 12 • Attachment A—Scope of Services July 28,2015 b. Opinion of Probable Construction Cost Opinions of probable project cost will be made on the basis of HDR's experience and qualifications and represent our judgment as an experienced and qualified professional generally familiar with the industry. However, since HDR has no control over the cost of labor, materials, equipment, or services furnished by others, or over the Contractor's methods of determining prices, or over competitive bidding or market conditions, HDR cannot and does not guarantee that proposals, bids, or actual project cost will not vary from opinions of probable costs submitted. If the City wishes greater assurance as to probable costs consideration should be given to retaining an independent cost estimator. 3. Meetings. HDR will participate in three pre-submittal review meetings (prior to 60%, 90%, and Final) and two (60% and 90%) formal review meetings with City staff prior to completion of the plans and specifications. V. Bid Phase Services(Task 5) For the Bid Phase the HDR will provide the following services: 1. Solicitation of Potential Bidders. HDR will assist City staff in identifying and soliciting potential bidders to provide an opportunity for contractors to participate in the bidding of this construction project. 2. Bidder Questions. HDR will address questions that may arise during the bidding process. The fee for this task assumes ten questions. 3. Pre-Bid Meeting. HDR will participate in one pre-bid meeting with City staff and interested parties held at City Hall. HDR will be available to answer questions and clarify issues that may come up based on the drawings and specifications. 4. Addenda. HDR will assist the City with the preparation of technical addenda or other revisions necessary to inform contractors of approved changes prior to bidding. The fee for this task assumes four addendums. 5. Bid Opening and Bid Tabulation. HDR will be present at the bid opening to assist City staff during the process of collecting bids to identify the potential low bidder. Following the bid opening, HDR will tabulate bids based on the bid opening information provided by City staff. 6. Letter of Recommendation. HDR will present a letter of recommendation to the City for the selection of the Contractor. Page 2 of 3 EXHIBIT "A" Page 5 of 12 Attachment A—Scope of Services July 28,2015 Deliverables: The following table summarizes the deliverable provided to the City as a result of this service: List of Engineering Submittals Submittal Remarks 60%Submittal One electronic copy(in PDF format via email)of the drawings, specification table of contents, Documents and opinion of probable construction costs(OPCC)at the 60%completion stage, The purpose of this submittal is to allow the City to perform a review of the work and prepare for the 60%review meeting. 90%(Pre-Final) One electronic copy (in PDF format via email) of the drawings, specifications, and OPCC at Documents the Pre-final stage. The drawings and specifications (including City-provided front end documents) will be complete. The OPCC will be in the format of the Bid Tabulation broken down into Base Bid and Additive Bid Items. The purpose of this submittal is to allow the City to perform a final internal review of the work before finalizing the contract documents and to prepare for the 100%review meeting. Issued-for-Bid One 22"x34" (or 11"x 7") unbound set of hard copy drawings, 8'/"xll" unbound set of (Final)Documents technical specifications and front-end documents,and bid form of the ISSUED FOR BIDS set, suitable for reproduction. Bid Phase Contract One electronic copy (in PDF format via email) of contract addenda and/or responses to Items questions required during the bidding phase. One electronic copy(in PDF and XLSX format via email)of the bid tabulation form. Page 3 of 3 EXHIBIT "A" Page 6 of 12 FY4 PROJECT PROPOSAL SUMMARY Client Point of Contact: Mr. John Maggiore, PE Client Organization: COCC Project Name: COCC_Swantner Park Final Design Project Manager(HDR): DEG Proposal Number: P107969 Expenses/Reimbursables($) HDR Task Outside with Phase Subtotals A. Task Description Code Labor($) In-House markup @ ($) 15% 1 Initiation/Controls 01 $5,000 $ - $ - $ 5,000 2 Data Collection 02 $2,617 $ - $ - $ 2,617 3 Final Design 03 $17,979 $ - $ 29 $ 18,008 4 Preparation of Construction Docs 04 $67,119 $ - $ 115 $ 67,234 5 Bid Phase Services 05 $8,426 $ - $ - $ 8,426 6 - - $0 $ - $ - $ - 7 - - $0 $ - $ - $ - 8 - - $0 $ - $ - $ - Services Subtotal > $ 101,285 B. Project Contingency: 10% > $ 10,128 C. Subconsultants 15% Sub Fee Management Fee 1 Naismith Marine Services $ 2,150.00 $ 322.50 $ 2,473 2 - $ - $ - $ - 3 $ $ - $ _ 4 - $ - $ - $ - Su x 5 - $ - $ - $ - CO _ M - Subconsultants Subtotal > $ 2,473 0 - i - ;RAND TOTAL(PROJECT)(A+B+C) $ 113,886 N .. tOPOSALS 209\2015\P107969 COCC Swantner Park Final Design\2.0 PROJECT MANAGEMENT AND ADMIN\2.2 Development(Marketing)\4) Projedttfaaor®aht B et Estimate\P107969 COCC Swantner PIF 07282015.xlsx Sheet 1 of 2 - Client Name:Mr.John Maggiore,PE Client Organization:COCC Project Name:COCC:_Swantner Park Final Design Project Manager:DEG Proposal Number:P107969 MANI TOUR 13Rl AKDOWN Professional Staff Prof Staff(Addtl/Duplicate Roles) Para-Professional Staff w _ _ J J 1 > 2 O O m 2 (� c V W d d d a N _ - = w w w w w w w w} .IN' a`u a`m w m in w w` a o so a` w ¢ �° �° �° r¢ 0 0 o t= r= o~ Total Hrs _-. - $85 $ll $0 $98 $111 $124 $137 B1 01 Initiation/Controls -I 3 21 i - 1 - 1 �; 4 - _. 115 -I , I I 1I 11... - 32 82 02 Data Collection : 101 1 3 13231 $253 $274 $134 $155 $176 $11( S 9$ $0 $0 $171 $98 $0 $0 $0 $0 $0 $83 � I 21 - 19 i $140 19 r B3 03 Final Design i 72 I 361 -I -1 I �... i. , -II- 4 -28, 321... I -i. -� - j --_ 116 B4 04 Preparation of Construction Docs -I -' 1501 65, - -I - -I I I - - - 1 I _1 I _I - I 1256 -- 1 12 - 535 85 05 Bid Phase Services - 35 15 4 B6 I _1 Li -1 1 _ I j I _1 i 4 E 1 -I , � - ', I _r1 1 - - 1 1- I 1_ Resource Initials ADH DEG NKG LAS ESL DRJ Days 68 70 f- 1-_ _ I I _-. . "} 2611 15 - 757 TOTALS-. Hours 1270 1 140! II _1 - 3311 3.8 t f 3 1 I As Work Weeks ` I I-- t 50% �10% 50% 125% 25% 10% (%) r 1 - I I 1 I 1 - - 65 - 19 - I �_ Efficiency 100% 1 � r As Work Das i � - 17 481 � 141 14. I I i 1 - , 1 1 - I -I -. 13, -1 4 - Project Labor Cost Per Phase Al 01 --__s r I-- I - 1711 490 - _ 1 -1 ' 3981 1 1241 - 4882 A2 02 Data Colegctionrols 11395 3512 - - - ' `-- ' j i.-.._ i -�_ _ 921_- -1 248 - 2547 A3 03 Final Design_ 110044:_ _ 61381 __ I _ • - -136_8 1 + , - -- - 17550 1 I - - _ _ 1 1 _._- I.. -I - -' _ 1 i _I 1 + - - 684:684 98' 1 _ 1 - -1 ... -i -- 25088; {1488 - 65140 i 1 { - I-_.. 1 -- -3420:3136 - - 1 I ,. 1 8222 A5 05 Bid PhaA4 64 se Servicon of es Construction Docs -14883 125581 I I -, , , _i _ I-- -_... I j I - - 1 A7 zoszH , -1 1.. • I 1 I I 1 1 I 1_ Per Staff Category - - 37655 -235/0 5643 3724 25578 -1860 - co 0 T 03 C 0 =1 - N :: 111111111MMEL ATTACHMENT B OSALS 209\20153P107969 COCC Swantner Park Final Design\2.0 PROJECT MANAGEMENT AND ADMIN\2.2 Development(Marketing)\4)Project Fee and Budget Estimate\P107969 COCC Swantner PIF 07282015 xlsx Page 2 of 2 • Naismith Marine Services, Inc. 3765 South Alameda, Suite 205 Naismith Marine Services Corpus Christi,Texas 78411 Sea Floor Surveying (361) 945-0248 www.naismithmarine.com July 6, 2015 HDR, Inc. Topographic Survey of the Shoreline of Swantner Park, Corpus Christi, TX Scope of Work The following scope of work includes surveys necessary for design: • Transects at joints spaced approximately 40'throughout the survey area. • Shots located as detailed in below sketch. • All outfalls, curbs, inlets, and surface anomalies will be tied in. • Limits are from 20' landward of sidewalk to 10' into Corpus Christi Bay • Recover and/or set survey control A detailed scope and cost estimate are included on the following pages: T "�+ •• fs /Ert • Survey Area Transects(Image from HDR) EXHIBIT "A" Page 9 of 12 • `� ♦ -.:� 4 • _...� � „ - -1�..._ r ice_ y Z. � "4,7.4-7 Shot detail (Image from HDR) Survey Methodology Topographic/Wading Survey GPS-RTK will be utilized for the upland and wading portion of this survey. The upland/wading survey will extend from the inland edge of the existing sidewalk to wading depths. Survey Control Horizontal control will be obtained using GPS-RTK and conventional methods where appropriate. Vertical control will verified using GPS-RTK,static methods, and/or conventional leveling. All checks are completed using published NOAA-NGS control points. Control points used may be updated depending on access and physical condition. Horizontal Datum for this project—NAD 27(North American Datum of 1927) Projection—Texas South Zone, US Survey feet. Vertical Datum—USACE MLT(1.0 MLT=0.0 NAVD88) EXHIBIT "A" Page 10 of 12 Equipment GPS-RTK—Hemisphere 5320 or Trimble R8 Offshore Positioning—Hemisphere,Trimble DGPS,or GPS RTK Echo Sounder—Knudsen, ODOM CVM,or equivalent Heave compensator-GPS RTK or TSS DMS3-05 Conventional Survey equipment as required Deliverables The deliverables include: • Deliverable shall include point files,field notes,and AutoCAD file. The AutoCAD survey file shall include all survey points. Quality Control Horizontal and Vertical Control points will be checked against published NGS control points and/or GPS Static observations on control points (Typically OPUS). The data will be plotted and contoured to highlight poor RTK solutions or point data. ATTACHMENT C PAGE 3 OF 4 EXHIBIT "A" Page 11 of 12 Cost Estimate Field Task Time Cost per day Estimated Cost Recover and Verify survey control %day $ 1,750 n/c Topographic Survey of approx. 52 1 day 1,750 1,750 transects along the shoreline Sub-total Field 1 day 1,750 Office Task Time Unit Cost Cost Process topographic data, produce 1/2 day 800 400 AutoCAD sketch and deliverables Sub-total Office 1 day 400 Total Estimate $ 2,150 Estimated time to completion is 14 days from notice to proceed. The above will be billed on a lump sum basis. Weather rates are not proposed on this project as it will be scheduled on an acceptable forecast. Naismith Marine Services will coordinate with the client on any scope changes. All changes need to be approved in advance of additional work being started. Thank you for the opporttuu��nity to propose these services. 911.^^6 In James M. Naismith, RPLS, LSLS ATTACHMENT C PAGE 4 OF 4 EXHIBIT "A" Page 12 of 12 • Ocean Drive Park Improvements-Swanter Park Project No. E14049 BOND ISSUE 2012 SUMMARY OF FEES Original Amend No. 1 Total Contract Basic Services Fees 1 Preliminary Phase $37,000.00 $0.00 $37,000.00 2 Design Phase $0.00 $103,000.00 $103,000.00 3 Bid Phase $0.00 $8,425.00 $8,425.00 4 Construction Administration $0,00 $0.00 $0.00 Phase Subtotal Basic Services Fees $37,000.00 $111,425.00 $148,425.00 Additional Services Fees (Allowance) 1 Pemit Preparation $0.00 $0.00 $0.00, 2 ROW Acquisition Survey $0.00 $0.00 $0.00 3 Topographic Survey and $0.00 $2,475.00 $2,475.00 Parcel Descriptions 4 Environmental Issues $0.00 $0.00 $0.00 5 Public Involvement $0.00 $0.00 $0.00 6 Subsurface Utility $0.00 $0.00 $0.00 Investigation Construction Observation 7 $0.00 $0.00 $0.00 Services 8 Start-up Services $0.00 $0.00 $0.00 9 Warranty Phase $0.00 $0.00 $0.00 Subtotal Additional Services Fees $0.00 $2,475.00 $2,475.00, Total Authorized Fee $37,000.00 $113,900.00 $150,900.00 Admin Approval Dec.8,2015 EXHIBIT"A-1" Page 1 of 1 • EXHIBIT B INSURANCE REQUIREMENTS & INDEMNIFICATION CONSULTANT'S LIABILITY INSURANCE A. Consultant must not commence work under this contract until all insurance required 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. B. Consultant must furnish to the Director of Capital Programs with the signed agreement two (2) copies of Certificates of Insurance 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 Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-day advance written notice of Bodily Injury and Property Damage cancellation, non-renewal, material Per occurrence - aggregate change or termination required on all certificates and policies. 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) $1,000,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased PROFESSIONAL LIABILITY $1,000,000 Per Claim (Errors and Omissions) $2,000,000 Aggregate (Defense costs not included in face value of the policy) If claims made policy, retro date must be prior to inception of agreement, have extended reporting period provisions and identify any limitations regarding who is insured. WORKERS'S COMPENSATION Statutory (All States Endorsement if Company is not domiciled in Texas) Employer's Liability $500,000/$500,000/$500,000 Insurance Requirements& Indemnification- 1 Rev.07/29/2015 C. I'n the event of accidents of any kind related to this contract, Consultant must furnish the City with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Consultant must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Consultant will be promptly met. An All States Endorsement shall be required if Consultant is not domiciled in the State of Texas. B. 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. C. Consultant shall be required to submit a copy of the replacement Certificate of Insurance to City at the address provided below within 10 days of any change made by the Consultant or as requested by the City. Consultant shall pay any costs incurred resulting from said changes. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Director of Capital Programs P.O. Box 9277 Corpus Christi, TX 78469-9277 D. 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: • List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations, and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy; • 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; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide thirty (30) calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than ten (10) calendar days advance written notice for nonpayment of premium. E. Within five (5) calendar days of a cancellation, non-renewal, material change or termination of coverage, Consultant shall 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. F. 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 Insurance Requirements& Indemnification-2 Rev. 07!29/2015 • have the right to order Consultant to stop work hereunder, and/or withhold any payment(s)which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. G. 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 contract. H. 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 contract. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. INDEMNIFICATION Consultant shall fully indemnify, hold harmless, and defend the City of Corpus Christi and its officials, officers, agents, employees, volunteers, directors and representatives ("Indemnitee") from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and defense costs, caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by Consultant or its agent, consultant under contract or another entity over which Consultant exercises control while in the exercise of rights or performance of the duties under this agreement. This Indemnification does not apply to any liability resulting from the negligent acts or omissions of the City of Corpus Christi or its employees, to the extent of such negligence. Consultant must,at City's option, defend Indemnitee and with counsel satisfactory to the City Attorney. Consultant must advise City in writing within 24 hours of any claim or demand against City or Consultant known to Consultant related to or arising out of Consultant's activities under this Agreement. Insurance Requirements& Indemnification-3 Rev. 07/29/2015 Sample form for: Payment Request COMPLETE PROJECT NAME Revised 07/27/00 Project No. XXXX • Invoice No. 12345 Invoice Date: Total Amount Previous Total Percent Basic Services: Contract Amd No. 1 Amd No. 2 Contract Invoiced Invoice Invoice Complete Preliminary Phase $1,000 $0 $0 $1,000 $0 $1,000 $1,000 100% Design Phase 2,000 1,000 0 3,000 1,000 500 1,500 50% Bid Phase 500 0 250 750 0 0 0 0% Construction Phase 2,500 0 1,000 3,500 0 0 0 0% Subtotal Basic Services $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% Additional Services: Permitting $2,000 $0 $0 $2,000 $500 $0 $500 25% Warranty Phase 0 1,120 0 1,120 0 0 0 0% Inspection 0 0 1,627 1,627 0 0 0 0% Platting Survey TBD TBD TBD TBD TBD TBD TBD 0% O & M Manuals TBD TBD TBD TBD TBD TBD TBD 0% SCADA TBD TBD TBD TBD TBD TBD TBD 0% Subtotal Additional Services $2,000 $1,120 $1,627 $4,747 $500 $0 $500 11% Summary of Fees Basic Services Fees $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% Additional Services Fees 2,000 1,120 1,627 4,747 500 0 500 11% Total of Fees $8,000 $2,120 $2,877 $12,997 $1,250 $1,500 $3,000 23% .om P m = eW o -I ^ J `I SUPPLIER NUMBER TO BE ASSIGNED BY CI i Y - PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Cus DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 171 12, as amended, requires all persons or firms seeking to do business with the ' to •rovide the followin information. ttelaquitti we IMINMEE. • • See reverse side tdrFiling equiremen s, Certifications and definitions. COMPANY NAME: HDR Engineering,Inc. P.O.BOX: STREET ADDRESS: 555 N.Carancahua,Suite 1600 CITY: Corpus Christi ZIP: 78401 FIRM IS: 1. Corporation X 2. Partnership 3. Sole Owner 0 4. Association ❑ 5. Other _ DISCLOSURE QUESTIONS additional space is necessary,please use the reverse side of this page or attach separate sheet. State the names of each `employee" of the Cityof Corpus Christi having an "ownership interest"constituting 3%or more of the ownership in the above named"firm." Name„/1//14 Job Title and City Department(if known) 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 1.//A Title State the names of each "board member" of the City of Corpus Christi having an "ownership interest"constituting 3%or more of the ownership in the above named"firm." NameideA Board,Commission or Committee *State the names of each employee or officer of a "consultant" for the City of Corpus 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 N�A Consultant EXHIBIT"D" Page 1 of 2 FILING REQUIREMENTS 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 in 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)] CERTIFICATION 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: Arthur B.Colwell,P. E. Title: Vice President (Type or Print) — — of Certifying* / 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. e. "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. EXHIBIT "D" Page 2 of 2