HomeMy WebLinkAboutC2019-107 - 3/15/2019 - NA CITY OF CORPUS CHRISTI
AMENDMENT NO. 1 to the
CONTRACT FOR PROFESSIONAL SERVICES
The City of Corpus Christi, Texas, hereinafter called "CITY," and Lockwood, Andrews & Newnam,
Inc., hereinafter called "CONSULTANT," agree to the following amendment to the Contract for
Professional Services for McGee Beach Nourishment - Boat Basin Dredging (Prosect No. E16321)
as authorized and administratively amended by:
Original Contract September 11, 2018 Motion No. M2018-160 $186,100.00
IN THE ORIGINAL CONTRACT, EXHIBIT A, SCOPE OF SERVICES, shall be modified as shown in
the attached Exhibit A.
IN THE ORIGINAL CONTRACT, ARTICLE III - COMPENSATION shall be modified as shown in the
attached Exhibit A for an additional fee not to exceed $0.00 (Zero value) for a total restated fee not to
exceed $186,100.00.
All other terms and conditions of the September 11, 2018 contract between the "CITY" and
"CONSULTANT" and of any amendments to that contract which are not specifically addressed herein
shall remain in full force and effect.
CITY OF COP CHR : LOCKWOOD, ANDREWS & NEWNAM, INC.
dirIjl
eff H. Edmonds, P.E. Steven A. Gilbreath, P.E. Date
Director of Engineering Services 500 North Shoreline Blvd., Suite 905
Corpus Christi, Texas 78401
(361) 882-2257 Office
smharris@lan-inc.com
APPROVED AS TO FORM
h2019.03.14 15:43:07-05'00'
Legal Department Date
Accounting Account
Fund Name Unit No. Activity No. Amount
Seawall Maintenance 3271-707 550950 E16321-01-3271-EXP $0.00
Total $0.00
C2019-107
3/15/19
Lockwood Andrews & Newnam
SflNNFfl
Ln &LNeockwoodwnam,Andrews
In .
A LFO A DALY COMPANY
March 6, 2019
Jeff Edmonds, P.E.
Director of Engineering Services
City of Corpus Christi
PO BOX 9277
Corpus Christi, Texas 78469-9277
Attention: Sarah West, PE
Major Projects Engineer
Re: Proposal for McGee Beach Nourishment-Boat Basin Dredging(Project E16321)
Dear Mr. Edmonds,
The purpose of this proposal is to provide you a scope of services and fee estimate for to the McGee
Beach Nourishment- Boat Basin Dredging Project. The current contract with between LAN and The City
of Corpus Christi includes Beach Nourishment and dredging of the boat basin. The contract fee
negotiated with the City for the Beach Nourishment and dredging of the boat basin includes Design, Bid,
and Construction Phase Services. However, the Basic Services for preparing alternate bid
documentation, were not included in the overall negotiated contract fee.Additional funds for Permitting
Strategy B were not implemented, as Permitting Strategy A was implemented based on conversations
with the Corps of Engineers.
We propose to reallocate $18,710 from Permitting Strategy B Additional Services to Basic Services.
Attachment A details the scope of work required for this proposal. Please feel free to contact me at 713-
821-0420 or our Project Manager, Joseph Scarborough, PE at 713-821-0399, if you have any additional
questions.
Sincerely,
4466.yfileAA'Ad
Steve Gilbreath, PE
Vice President
Enclosures:
Attachment A-Scope of Work
Attachment B—Base &Alternate Bid Limits
EXHIBIT A
Page 1 of 3
LnLockwood,Andrews
&Newnam,Inc.
A LEO A DALY COMP\\,
ATTACHMENT A - SCOPE OF WORK
E16321 — McGee Beach Nourishment— Boat Basin Dredging
Amendment No. 1
A. Alternate Bid Document Development
The Breakwater Rehabilitation Project (E16318) and Marina Dredging Project (E16321) both
have project budget constraints. As such the City would like to maximize the use of alternate
bid items to give the City maximum flexibility to pick and choose the maximum amount of work
for both projects if bids exceed the available budget for each project.
At the request of the City, LAN will prepare base and alternate bid items for both of projects.
The bid alternates will pertain to the dredging within the marina basin and rehabilitation of the
McGee beach breakwater. As part of this process, alternate bid plans and specifications will
be developed to support this Task. LAN will develop base bid and alternate bid documents
for the 100% submittal, which includes a pre-final and final design submittal.
As part of this task, LAN will develop (1) bid alternate for each project(E16318 & E16321)that
will include plan and section drawings. In addition, modifications to the specifications and bid
form will also be included to support the bid alternates for the project. LAN will also update
the OPCC for the 100% design submittal. This OPCC will include a breakout of the base and
bid alternates for the project.
B. Proposal Clarifications
• LAN has assumed (1) bid alternate for each project will be performed. See below for the
project station limits for the base and alternate bid for the repair of the breakwater and
dredging. Also refer to the attached exhibits in Attachment B, which illustrates the bid and
alternate limits for each project component.
Repair of the Breakwater:
a) Base Bid: Sta 0+00 to 8+50
b) Alternate Bid: Sta 8+50 to 17+85
Dredging:
a) Base Bid: Sta 11+50 to 11+85; 55+00 to 58+00
b) Alternate Bid: Sta 0+00 to 11+50
• LAN has assumed that dredging with the marina basin and rehabilitation to the breakwater are
the only project items that will have bid alternates.
C. Deliverables
The following table summarizes the overall deliverables required during the project. The bid alternates
will be incorporated into design documents developed for project E16318 and E16321. All submittals
shall include (2) hard copies.
Revision 1
EXHIBIT A
Page 2 of 3
•
fl Lockwood,Andrews
&Newnam,Inc.
A LEO A DALY COMPANY
List of Engineering Submittals:
Submittal Submittal Description:
Item:
Dredging Incorporated into Project E16318/E16321
100% One electronic copy (in PDF format via email) of 11x17 drawings and 8.5
Design x 11 documents of the OPPC, Bid Form and Specifications. The
Package submittal includes an Interim 100%deliverable of the project documents
for City review. Comments provided by the City will be incorporated into
a final project document(Engineer signed /sealed) format ready for the
City to issue for bid. LAN has included time for review of the 100%
interim project documents.
D. Schedule
There will be no impact to the current project schedule to perform this task.
E. Engineering Fee Cost Estimate
The following table summarizes the engineering fee cost estimate.
Basic Services: Contract Amd No. 1 Amd No.2 Total Contract
Preliminary Engineering $0 $0 $0 $0
60% Design Phase $44,700 $0 $0 $44,700
100% Design Phase $0 $18,710 $0 $18,710
Bid Phase $0 $0 $0 $0
Construction Phase $3,540 $0 $0 $3,540
Subtotal Basic Services $48,240 $18,710 $0 $66,950
Additional Services:
Permitting-Strategy A $55,980 $0 $0 $55,980
Permitting-Strategy B* $74,980 -$18,710 $0 $56,270
Survey- Dredging $5,700 $0 $0 $5,700
Survey- Beach Area* $1,200 $0 $0 $1,200
Subtotal Additional Services $137,860 -$18,710 $0 $119,150
Summary of Fees:
Basic Services Fees $48,240 $18,710 $0 $66,950
Additional Services Fees $137,860 -$18,710 $0 $119,150
Total of Fees $186,100 $0 $0 $186,100
*(Requires Written Authorization)
Revision 1
EXHIBIT A
Page 3 of 3
Sample form for:
Payment Request
COMPLETE PROJECT NAME AE Contract
Project No. XXXX Revised 02/01/17
Invoice No. 12345
Invoice Date 01/01/2017
Total Current Previous Total Remaining Percent
Basic Services: Contract Amd No. 1 Amd No. 2 Contract Invoice Invoice Invoice Balance Complete
Preliminary Phase $1,000.00 $0.00 $0.00 $1,000.00 $0.00 $1,000.00 $1,000.00 $0.00 100.0%
Design Phase $2,000.00 $1,000.00 $0.00 $3,000.00 $1,000.00 $500.00 $1,500.00 $1,500.00 50.0%
Bid Phase $500.00 $0.00 $250.00 $750.00 $0.00 $0.00 $0.00 $750.00 0.0%
Construction Phase $2,500.00 $0.00 $1,000.00 $3,500.00 $0.00 $0.00 $0.00 $3,500.00 0.0%
Subtotal Basic Services $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3%
Additional Services:
Permitting $2,000.00 $0.00 $0.00 $2,000.00 $500.00 $0.00 $500.00 $1,500.00 25.0%
Warranty Phase $0.00 $1,120.00 $0.00 $1,120.00 $0.00 $0.00 $0.00 $1,120.00 0.0%
Inspection $0.00 $0.00 $1,627.00 $1,627.00 $0.00 $0.00 $0.00 $1,627.00 0.0%
Platting Survey TBD TBD TBD TBD TBD TBD TBD TBD TBD
O & M Manuals TBD TBD TBD TBD TBD TBD TBD TBD TBD
SCADA TBD TBD TBD TBD TBD TBD TBD TBD TBD
Subtotal Additional Services $2,000.00 $1,120.00 $1,627.00 $4,747.00 $500.00 $0.00 $500.00 $4,247.00 10.5%
Summary of Fees:
Basic Services Fees $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3%
Additional Services Fees $2,000.00 $1,120.00 $1,627.00 $4,747.00 $500.00 $0.00 $500.00 $4,247.00 10.5%
Total of Fees $8,000.00 $2,120.00 $2,877.00 $12,997.00 $1,500.00 $1,500.00 $3,000.00 $9,997.00 23.1%
Notes:
If needed, update this sample form based on the contract requirements.
If applicable, refer to the contract for information on what to include with time and materials (T&M).
-om
v x
m &
0 W
•
EXHIBIT B-1
CONFIDENTIAL RATE SHEET
Rate sheets are confidential pursuant to section 552.104 of the Texas Government
Code since release of this information would give advantage to a competitor or bidder.
In addition, section 552.110 of the TX Govt. Code protects third party commercial and
financial information if release of the information would cause the third party substantial
competitive harm. Final determination of confidentiality will be made by the Texas
Attorney General.
DOCUMENTATION OF PROVISIONAL / OVERHEAD RATES: Overhead rate
documentation has been provided to the City of Corpus Christi and was utilized in
reviewing and approving the loaded hourly rates below.
PRINCIPALS: The Consultant must provide documentation with each payment request
that clearly indicates how a Principal's time is allocated and the justification for that
allocation.
PRINCIPAL(S): HOURLY RATE TX REGISTRATION #:
($/h r)
Project Consultant:
CAD Technician:
Clerical:
Other— specify:
SUBCONSULTANT(S):
(firm)
Principal(s):
Project Consultant:
CAD Technician:
Clerical
Other— specify:
Add additional subconsultants as needed.
Exhibit B-1
Confidential Rate Sheet
Page 1 of 1
EXHIBIT C
Insurance Requirements
Pre-Design, Design and General Consulting Contracts
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
i who is insured.
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
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 In the event of a change in insurance coverage, Consultant shall be required to
submit a copy of the replacement certificate of insurance to City at the address provided
below within 10 business days of said change. Consultant shall pay any costs resulting
1 Rev 04/17
Exhibit C
Page 1 of 2
•
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 If the policy is cancelled, other than for nonpayment of premium,
notice of such cancellation will be provided at least 30 days in advance of
the cancellation effective date to the certificate holder;
1.6.2 If the policy is cancelled for nonpayment of premium, notice of such
cancellation will be provided within 10 days of the cancellation effective date
to the certificate holder.
1.7 Within five (5) calendar days of a suspension, cancellation or non-renewal of
coverage, Consultant shall notify City of such lapse in coverage and 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 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.
2 Rev 04/17
Exhibit C
Page 2 of 2