Loading...
HomeMy WebLinkAboutC2019-249 - 5/13/2019 - NA CITY OF CORPUS CHRISTI AMENDMENT NO. 2 to the CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas, hereinafter called "CITY," and Texas A & M University Corpus Christi, hereinafter called "TAMU-CC," agree to the following amendment to the Contract for Professional Services for Packers Channel Monitoring Project (Project No. 18140A) as authorized and administratively amended by: Original Contract November 2, 2018 Administrative Approval $49,991.00 Amendment No. 1 , March 26, 2019 Motion No. M2019-044 $188,123.00 IN THE ORIGINAL CONTRACT, EXHIBIT A, SCOPE OF SERVICES, shall be modified as shown in the attached Exhibit A. IN THE ORIGINAL CONTRACT, COMPENSATION shall be modified as shown in the attached Exhibit A for an additional fee not to exceed $6,865.00 for a total restated fee not to exceed $244,979.00. All other terms and conditions of the November 2, 2018 contract between the "CITY" and "TAMU-CC" and of any amendments to that contract which are not specifically addressed herein shall remain in full force and effect. CITY OF CORP - -ISTI TEXAS A & M UNIVERSITY CORPUS CHRISTI Dr. Ma ra Digitally signed by Dr. Y Mayra Hough,CRA Hough, CRA Dat 210119.05.02 • �.sIll1 1o:2s:11-05'00' 5/2/2019 Jeff . Edmonds, P.E. Dat- forAhmed Mandy, Ph.D. Date Director of Engineering Services Vice President for Research and Innovation 6300 Ocean Drive, Unit 5844 Corpus Christi, TX 78412-5844 (361)825-3881 Office Ahmed.mandy@tamucc.com APPRf7VFn AS TO FORM �/(A) ., - - 2019.05.03 10:04:26-05'00' Legal Department Date Ci ecretary Date Fund Name Accounting Unit Account No. Activity No. Amount General Fund 1020-12940-141 530000 18140-A-1020-EXP $6,865.00 Total $6,865.00 Encumbrance No. Amendment No. 1 Page 1 of 1 C2019-249 5/13/19 TAMU-CC SnANNFr) Packery Channel Monitoring Program Amendment#2: City of Corpus Christi Project No. 18140A Statement of Work: Shoreline Position Survey Submitted by: Deidre D.Williams Deidre.Williams@tamucc.edu The Conrad Blucher Institute for Surveying and Science Texas A&M University-Corpus Christi Shoreline position surveys/assessments support the City of Corpus Christi Beach Operations in documenting the beach width in order to meet ongoing obligations related to beach nourishment and public safety. This includes; 1)placement of bollards to restrict vehicular access along beach segments that are at or less than 150 ft wide as per City Ordinance(§ 10-77),2)TGLO agreements related to bollard placement and nourishment planning, 3) TGLO expectations related to the CEPRA nourishment, and 4) original design specifications defined in USACE Cooperative Agreement and OMRR&R. The proposed survey/assessment effort includes; One (1) Survey/Assessment and One (l) Meeting. The summary report will include comparison plots showing the 2019 shoreline position relative to prior shoreline positions and show the approximate area within which the shoreline is at a width of 150 ft relative to the present bollard location. Schedule: Typically, the survey/assessment is recommended to coincide with seasonal peaks in sediment transport and is conducted at the same time of year as in the past so a baseline of relevant data is available for comparison and for application to future assessment. The proposed survey/assessment (Amendment #2) would target the peak winter or late spring season to both assist the City in determining the placement of the bollards along the beach fronting the North Padre Island Seawall and for application to determining change over time. The survey could be conducted either in April (Peak Winter)or during July(Spring Transition)to agree with previous seasonal survey and assessments. A peak summer seasonal survey, which includes a shoreline position survey, is scheduled for Sept/Oct 2019 as part of Amendment#1 scope. With this said,the shoreline position survey may be conducted at any time between these suggested seasonal peak survey times noted above to support bollard placement planning. A survey conducted between the winter/spring or spring/summer seasonal timeframes would be considered a stand-alone survey for the specific purpose of bollard placement planning. Deliverables: • xyz ASCII data and shapefiles(ESRI .shp) files • Summary report and briefing • Meetings: (1) Beach Operations Note: This survey supports beach nourishment planning in that it documents the beach width and supports staff is determining the future alongshore nourishment footprint. A beach profile survey is required to calculate the volume ofsand required to restore the beach to the design width(200 ft) EXHIBIT A Page 1 of 3 and elevation (4 to S fi NAVD88). Although the width of the beach is important, restoring the elevation of the berm is critical to the longevity of the beach nourishment. Note: The proposed survey applies RTK GPS and a roving vehicular survey that covers the entire subaerial beach from the backshore-limiting feature (dune toe, seawall, parking lot or coppice mounds/vegetation) to the waterline. RTK GPS surveys conducted across the beach face provide a broad view of the berm elevation and the assessment of changes between the proposed documentation and previous documentation is applied for planning purposes in support of the previously defined obligations. Surveys that measure/document the shoreline position at a specific datum (for instance Mean Tide Line MTL)for the purposes of USACE permits may require a different methodology that employs higher accuracy measurements taken at the specified elevation defined within the permit. Tasks Original Contract Amendment#1 Amendment#2 Total Abbreviated Survey Single 2018 Year Fall Abbrev. Channel Survey $ 49,991.00 $ 49,991.00 Seasonal Surveys Task 1-Abbreviated Winter Peak Scour Survey and Analysis/Assessment Channel Bathymetry(Basin, Entrance,ebbshoal.nearshore in Gulf) $ 29,482.00 $ 29,482.00 Task 2-Abbreviated TransitionaUSpring Navigation Shoaling/Huard Survey and Analysis/Assessment Channel Bathynetry(Basin, Entrance,ebbshoaUnearshore in Gulf) $ 29,482.00 $ 29,482.00 Task 3-Annual Full Survey and Analysis/Assessment (Peak Summer) Channel Bathymetry(GIWW to and includeing ebbshoallnearshore in Gulf) Beach Profile Shorelline Position $ 123,953.00 $ 123,953.00 Task 4-Meetings-Beach Operations and Committee Meetings/Presentations 4 Beach Operations 2 Committee Meetings 1 City Staff Briefing $ 5,206.00 $ 651.00 $ 5,857.00 Task 5-Shoreline Survey and Assessment $ 6,214.00 $ 6,214.00 Total $ 49,991.00 $ 188,123.00 $ 6,865.00 $ 244,979.00 EXHIBIT A Page 2 of 3 References: Williams, D.D, 2018a. Packery Channel Monitoring Program, Statement of Work: 2018/2019, Project Tasks and Cost Estimate,Proposal submitted July 2018. Williams, D.D. 2018b. SOQ for FY2018 Capital Improvement Projects, Group C, Project 3, Packery Channel Monitoring Program submitted Feb 2018 EXHIBIT A Page 3 of 3 Sample form for: COMPLETE PROJECT NAME Payment nuact AEE CCoontract 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). . vv X ( 3 D- CD "0 Ei (D 0 5 w O n CD EXHIBIT C INSURANCE REQUIREMENTS SPECIAL (TEXAS A&M UNIVERSITY- CORPUS CHRISTI) CONTRACTOR'S LIABILITY INSURANCE A. Contractor must not commence work under this contract until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. B. Contractor must furnish to the City's Risk Manager and Contract Administrator one (1) copy 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 by endorsement, and a waiver of subrogation endorsement is required on GL,AL and WC if applicable. 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 change Per occurrence - aggregate or termination required on all certificates and policies. COMMERCIAL GENERAL LIABILITY $1,000,000 Per Occurrence including: $1,000,000 Aggregate 1. Commercial Broad Form 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 WORKERS'S COMPENSATION Statutory and complies with Part II of this (All States Endorsement if Company is not Exhibit. domiciled in Texas) Employers Liability $500,000/$500,000/$500,000 EXHIBIT C 1 OF 3 C. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Contractor 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 statutory amounts according to the Texas Department of Insurance, Division of Workers' Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor'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. Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Contractor 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, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor'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. EXHIBIT C 2 OF 3 F. In addition to any other remedies the City may have upon Contractor'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 Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this contract. H. It is agreed that Contractor'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. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2018 Insurance Requirements Engineering Packery Channel Monitoring Services 10/01/2018 cg Risk Management EXHIBIT C 3 OF 3