Loading...
HomeMy WebLinkAboutC2016-510 - 10/21/2016 - NA • CITY OF CORPUS CHRISTI AMENDMENT NO. 2 to CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas, hereinafter called "CITY," and HDR ENGINEERING, INC. hereinafter called °ENGINEER," agree to the following amendment to the Contract for Professional Services for Ocean Drive Park Improvements—Swantner Park(Bond 2012) (Project No.8140491 as authorized and administratively amended by: Original Contract December 14,2014 Administrative Approval $37,000.00 Amendment 1 September 22, 2015 Motion No. 2015-101 $113,900.00 EXHIBIT A, BASIC SERVICES shall be modified to include Construction Phase Services as shown in the attached Exhibit A. EXHIBIT A,SUMMARY OF FEES shall be modified by the attached Summary of Fees as shown In the attached Exhibit A-1 for an additional fee not to exceed $27,900.00 (in figures) Twenty Seven Thousand Nine Hundred Dollars and Zero Cents (in words) for a total restated fee not to exceed $178,800.00 (in figures) One Hundred Seventy Eight Thousand Eight Hundred Dollars and Zero Cents (in words). All other terms and conditions of the December 14,2014 contract between the"CITY'and"ENGINEER" and of any amendments to that contract which are not specifically addressed herein shall remain in full force and effect. CITY OF CORPUS CHRISTI HDR ENGINEERING, INC. 94/',/2P ete4e4rde,-- Mark Van Vleck Arthur B. Colwell, P.E Date 1/.4. Assistant City Manager Vice President 555 N. Carancahua, Suite 1600 Corpus Christi,TX 78401-0850 (361) 696-3300 Office (361) 696-3385 Fax • ,MME • Dif 11 s _) r 0 ?JP°I q-A4' rte Gra , P. E. 124 i(pate cutive Di -ctor of r ubli Works APPROVED AS TO LEGAL FORM 26/41, / , 2016.10.13 14:28:42 3 -05'00' 2016-510 Date 10/21/16 HDR Engineering Inc. INDEXED Ocean Drive Park Improvements —Swantner Park (Project No. E14049) HDR, Amendment No. 2, $27,900.00 Not to Exceed $178,800.00 Fund Name Accounting Account Activity No. Account Amount Unit No. Category Parks and Rec Bond 2012 3293-027 550950 E14049013293EXP 50950 $27,900.00 Total $27,900.00 Encumbrance No. „. August 26, 2016 MCN10042930 September 12, 2016 rev.01 September 22, 2016 rev.02 September 29,2016 rev.03 October 5,2016 rev.04 Mr.Jeff H. Edmonds, PE Director of Capital Programs City of Corpus Christi P.O. Box 9277 Corpus Christi,TX 78469-9277 RE: PROPOSAL FOR CONSTRUCTION PHASE SERVICES FOR THE OCEAN DRIVE PARK IMPROVEMENTS — SWANTNER PARK(PROJECT NO. E14049) Dear Mr. Edmonds: Thank you for asking HDR to submit a proposal for the construction phase services for the Ocean Drive Park Improvements - Swantner Park Project. With our completion of the condition assessment report, and the final design and bid phase services, HDR feels well qualified to assist. In order to provide the services requested, HDR proposes to perform the scope of work as described below. I. Initiation/Controls(Task 1) Services under this task will include: 1. Initiation / Controls. HDR will provide project management for the tasks listed below. This work will involve general project management duties such as status reporting, scheduling of manpower and project deliverables, staff assignments, internal coordination meetings,and quality control reviews. II. Pre/Post Construction Services(Task 2) Services under this task will include: 1. Pre-Construction Meeting. HDR will participate in a pre-construction meeting(to be held at City Hall)with City staff and the contractor selected to perform the work. hdrinc.com 555 N.Carancahua,Suite 1600,Corpus Christi,TX 78401-0849 (361)696-3300 Exhibit A Page 1 of 6 Mr.Jeff Edmonds,P.E. MCN10042930 October 5,2016 Page 2 of 6 2. Participate in Punch List Walkthrough: HDR will participate in a punch list walkthrough with the Contractor and City. After the meeting, HDR will provide a Punch List to the Contractor identifying specific items that require correction. 3. Final Walkthrough& Certificate of Completion: HDR will participate in a Final Inspection walkthrough to confirm all punch list items have been remedied to the satisfaction of the City. At the conclusion of the walkthrough, HDR will provide the City with a Certificate of Completion for the Project. 4. Prepare Record Drawings: HDR will 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 Engineering Services a reproducible set (22"x34") and electronic file(AutoCAD r.14 or later) of the record drawings. All drawings will be prepared 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 City staff will: 1. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. 2. Prepare applications/estimates for payments to Contractor. 3. Conduct the Punch List Walkthrough and Final Inspection. hdrinc.com 555 N.Carancahua,Suite 1600,Corpus Christi,TX 78401-0849 (361)696-3300 Exhibit A Page 2 of 6 Mr.Jeff Edmonds, P.E. MCN10042930 October 5,2016 Page 3 of 6 Ill. Construction Services(Task 3) Services under this task will include: 1. Review of Contractor's Work. HDR will review contractor's work for general conformance to contract documents, shop drawings, materials, and other submittals required by the contract documents. 2. Review Testing Results. HDR will review field and laboratory testing results required by the contract documents. 3. Provide Interpretations & Clarifications. HDR will provide interpretations and clarifications of the contract documents for the contractor and authorize minor changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. 4. Prepare Change Orders: HDR will prepare change orders ( in coordination with the City's construction division), provide interpretations and clarifications of the plans and specifications for the contractor, and authorize minor changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract 5. Perform Construction Observation. HDR will provide an engineer as a project representative(PR)to provide periodic construction observation.The PR will 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 if the work is being done in general conformance with the contract documents. Continuous monitoring of the progress of construction will not be performed. The City staff will: 1. Provide an individual to monitor the CLSM placements.The individual will be at the site during the entirety of the CLSM placements underneath the seawall. IV. TDLR Compliance Services(Task 4) Services under this task will include: 1. Prepare and Submit TDLR Registration. HDR will prepare the Texas Department of Licensing and Registration (TLDR) Architectural Barriers Project Registration Form and submit to the State in anticipation of the approved Plan Review and Inspection Report upon Project completion. hdrinc.com 555 N.Carancahua,Suite 1600,Corpus Christi,TX 78401-0849 (361)696-3300 Exhibit A Page 3of6 • Mr.Jeff Edmonds, P.E. MCN10042930 October 5,2016 Page 4 of 6 2. Perform TAS Plan Review and Submit Report. HDR will perform a plan review of the Issued for Bids drawing set (24 pages) to determine conformance with the Texas Accessibility Standards(TAS). 3. Perform TAS Inspection upon Project Completion. HDR will perform a TAS inspection upon project completion to confirm the constructed project complies with TAS regulations. 4. Submit Inspection Report. HDR will prepare and submit the necessary documentation to the TDLR that indicates the constructed project conforms to TAS regulations. SCHEDULE Below is the latest schedule provided to HDR by the City(S.Torno email on 07/13/16)which illustrates the expected timeline for this project. DATE ACTIVITY August 17,2016 Bid Opening August 24,2016 HDR Contractor Award Recommendation September 20,2016 Council Award October 10,2016 Work Order Issued&Pre-construction Meeting October 20,2016 Start of Construction(120 days) February 17,2017 Construction Complete hdrinc.com 555 N.Carancahua,Suite 1600,Corpus Christi,TX 78401-0849 (361)696-3300 Exhibit A Page 4 of 6 Mr.Jeff Edmonds, P.E. MCN10042930 October 5,2016 Page 5 of 6 PROPOSAL CLARIFICATIONS The following assumptions were made in the development of this proposal: 1. The fee proposal for Pre/Post Construction Services (Task 2) assumes 2016 rates and a 17-week construction period. Should the City desire additional engineering services during construction beyond this time period,this scope of work and associated fee can be amended at a later date. 2. The fee proposal for Construction Services (Task 3) assumes 2016 rates, 6-hours per week, and a 17-week construction period. Should the City desire additional construction observation services beyond these hours,this scope of work and associated fee can be amended at a later date. 3. The TDLR Compliance Services do not include modifications to the drawings or specifications. If modifications are required,this scope of work and associated fee can be amended at a later date. 4. HDR's observation or monitoring portions of the work performed under construction contracts shall not relieve construction contractor(s) from responsibility for performing work in accordance with applicable contract documents. HDR shall not control or have charge of, and shall not be responsible for, construction means, methods, techniques, sequences, procedures of construction, health or safety programs or precautions connected with the work and shall not manage,supervise, control or have charge of construction. HDR shall not be responsible for the acts or omissions of construction contractor(s)or other parties on the project. The City agrees to contractually require its construction contractor(s) to include HDR as an additional insured on the construction contractor(s') general liability insurance and include a waiver of subrogation endorsement under contractor's workers'compensation and employer's liability policy for the benefit of HDR. PROPOSED HOURS AND FEES In order to accomplish the work described above,HDR proposes to provide services on a Time and Materials basis and estimates the fee to be$27,900 and the effort to be 236 hours. HDR will provide these services in accordance with the City's standard contract for A/E Professional Services. Fees for labor were determined based on hours using Direct Labor Rates and a multiplier of 3.15. Expenses will be billed at a cost plus 10%.A summary of fees and hours are shown below: Initiation/Controls(Task 1)1 $ 5,100.00 44 hours Pre/Post Construction Services(Task 2) $ 9,200.00 82 hours Construction Services(Task 3) $ 11,600.00 102 hours Subconsultant+10%Markup—TLDR Compliance Services(Task 4) $ 2,000.00 8 hours $ 0.00 0 hours TOTALS $27,900.00 236 hours llncludes Project Management hdrinc.com 555 N.Carancahua,Suite 1600,Corpus Christi,TX 78401-0849 (361)696-3300 Exhibit A Page 5 of 6 Mr.Jeff Edmonds, P.E. MCN 10042930 October 5,2016 Page 6 of 6 AUTHORIZATION If you concur with this proposal, please prepare a contract for execution. Any work outside the Scope will be done, with authorization from you, via a formal Scope Change Document. Fees for labor will be determined based on actual hours worked, Direct Labor Rates and a multiplier of 3.15. Expenses associated with Additional Services will be billed at a cost plus 10%. 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 with backup information will be included to provide a status update regarding completed progress. HDR issues new rate schedules in January of each year. Based on the anticipated project execution schedule, we will be implementing the new rates as they become effective. Thank you again for asking us to help.We look forward to continuing our working relationship with you and your staff on this challenging and exciting project. If you have any questions or require additional information, please do not hesitate to contact me at 361-696-3358. Sincerely, HDR Engineering, Inc. / //7>ifil41 Adam D. Hagel, P.E. Arthur B.Colwell, P.E. Structural Engineer I Ports and Harbors Managing Principal,Vice President Cc: DBM,file hdrinc.com 555 N. Carancahua,Suite 1600,Corpus Christi,TX 78401-0849 (361)696-3300 Exhibit A Page 6 of 6 000 0 0 00 0 00 0 0 000 0 000 0 0 00 0 00 0 O 000 0 O 0 N 0 N EA EA N- EA EA EA EA EA FRN- O rte,, O O 0) C) d• CO H 0-) O ea N N ER ER I:6 EA r- EA a - EA EA • EA 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 (V 0 0 0 0 0 00 0 00 0 0 000 0 0 0 0 O O O O O O O O O 0 0 0 O O EA EA EA 0 0 EA EA EA EA EA EA EA EA EA EA 0 0 Zc .0 N- N-EN CNI N- V EN-IC ate) a a 4 °r O 0 O o o O O o 0 0 o O o o 0 0 „, C 000 0 0 00 0 00 0 0 o 0 0 0 0 00 (n O L Oa U) O O O O O O L() O ZS Cl) Z EA 0 EN EA EA EA EA EA EA EA EA EA N En M 00 N N C o ilOEA EA EA N U. O EA S fi aEi O M010 IL Q � u) > O t/) 2Zv) re 000 0 0 00 0 00 0 0 000 0 Q4, 000 0 0 00 0 00 0 0 000 0 YC a .. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 > O z .z to C) O EA EA EA 0 EA EA EA EA to EA EA EA EA EA o E, C F.. 0 0 O QN m M •a ! f . f� r`•-• a Oo d d. Cl) .` o (-1 .1 • CO 6 _ ER c ci a) 0 U -0o > a .` 0 c0) ea C a) a) O to p 0 LL N Q Z co m N a) tan) a) p c UH � NN %j a) a) t Q Z Nfl. O = a3 U M _ a) C a) LL LL 0- u)c o U 2 aa)) o' t m aa)) o a) O o a.) d p N •V •C a m CD t U) _0 a Q a c C 03 t co ` a) Q.c'C g ZErnL � 2co 0 ._. rna) o •c� ( iu) •� � mQ -c CD - •N a c a3 i a) E 0. > X, a) c c N 7 W E'. 070'ot CO 0 00 003 c 7 7 > 0 0 �'f° ...0- (s) . 4 0a � IVUa o ; are i- 0_ wacn20cncn � o CO NCA CA Q l-N M d• U) (O N. 00 O) !n -5 Exhibit A-1 Page 1 of 1 • t r d o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 _ O O O O O O O O O O O O O O O O O a' a E m o a v O 0000000 0000000000ER CO ER 00000 69- ER4° 69 69 o ~ o > 0 0 0 0 ofl,' oo69 OEf} 0000mmOER Eft EER oI- F •5 o c a — c 0 0 0 0 0 0 69. 69. ER 0 0 0 0 0 0 0 0 4Fk 00 0 0 o ~ COCO E> o Q = .000 0 0 0 000 00Eft• 0 0 0 0 M0 Mp/� 00 000 000 EA C.3 W W 4° ER w04) 1- o 0U QNa) Z w v. O N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I- do Eft ER EA CO CO EA EA ERV O Z O O H H w Z a) t) Z O 'C 0 49 > = E a Q = — 0.. ,- 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 CO CO O F- H Z .O E Q O0O O O o O0 O0 0000000 00 0 0 COfill H 69 EftER I- ....• C 0 U U) a) c.)_ N U) 2 a) a) a) a) c) H N LL N • a) of d a) a) co LL C) ca •I > O lL co ° • Q. m o co N as Z = o .9 (0 m d Cu a N t m c c >, o in co ca < �+ a) m u. v) c ca a ` m o c ' rn L Q c�4 to co o p w '„ '( a a c . �a E - c. a o Q E 'N F. Exhibit"B" CO 00 Oci) Qat caCOC v) v) m < H Page 1of1 EXHIBIT C Insurance Requirements Pre-Design, Design and General Consulting Contracts with Construction Management Services 1.1 Consultant must not commence work under this agreement until all required insurance has been obtained and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 1.2 Consultant must furnish to the Director of Engineering Services with the signed agreement a copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. A waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, Bodily Injury and Property Damage required on all certificates or by Per occurrence - aggregate applicable policy endorsements PROFESSIONAL LIABILITY $1,000,000 Per Claim (Errors and Omissions) If claims made policy, retro date must be prior to inception of agreement, have extended reporting period provisions and identify any limitations regarding who is insured. AUTO LIABILITY (including) $500,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased 1.3 In the event of accidents of any kind related to this agreement, Consultant must furnish the City with copies of all reports of any accidents within 10 days of the accident. 1.4 Consultant shall obtain and maintain in full force and effect for the duration of this Rev 07/16 1 Exhibit C Page 1 of 2 Contract, and any extension hereof, at Consultant's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. Consultant is required to provide City with renewal Certificates. 1.5 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 the requested change. Consultant shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 1.6 Consultant agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: 1.6.1 Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation or non-renewal of coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. 1.7 Within five (5) calendar days of a suspension, cancellation or non-renewal 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. 1.8 In addition to any other remedies the City may have upon Consultant's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Consultant to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. 1.9 Nothing herein contained shall be construed as limiting in any way the extent to which Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractor's performance of the work covered under this agreement. 1.10 It is agreed that Consultant's insurance shall be deemed primary and non- contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. 1.11 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. Rev 07/16 2 Exhibit C Page 1 of 2