Loading...
HomeMy WebLinkAboutC2009-206 - 5/26/2009 - ApprovedCITY OF CORPUS 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 Engineerinu, Inc., a Texas corporation, 555 N. Carancahua, Suite 1650, Corpus Christi, Nueces County, Texas 78478, (Architect/Engineer - A/E), hereby agree as follows: SCOPE OF PROJECT Concrete-Lined Channel Rehabilitation: Airport Ditch Phase 3 and Horne Ditch Improvements (Project No. 2313 & 2303) The concrete-lined portion of Airport Ditch requires major repairs where erosion has undermined structural integrity. The ditch extends from approximately Saratoga to approximately north of Horne Road. Phase one work has been completed and the remaining work will be phased over several years for the removal and replacement of the most critical areas. 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, A/E 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" and "A-1", to complete the Project. Work will not begin on Additional Services until requested by the A/E (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. A/E 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 A/E 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 A/E 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. 2009-206 M2009-139 Contract for Engineering (AIE) Services Pa e t of 3 05/26/09 ~irpotl Difch Ph38 HOrna OUCh\Large AE COC g HDR Engineering The Director of Engineering Services may direct the A/E 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. A/E shall notiry the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. MANDATORY REQUIREMENTS A/E agrees to the mandatory contract and insurance requirements as set forth in Exhibit trBtt 5. FEE The City will pay the A/E a fee, as described in Exhibit "A", for providing services authorized. Monthly invoices will be submitted in accordance with Exhibit "D". 6. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the A/E at the address of record. In this event, the A!E will be compensated for its services on all stages authorized based upon A/E 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 A/E 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 A/E staff. If the A/E 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 A/E fee may be assigned in advance of receipt by the A/E 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:W OMEVtechelle\GEN1Drainage1237 3 8 2303-Airport Ditch Ph 3 8 Home Ditch\Lerge AE.tloc 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 A/E without the express written consent of the Director of Engineering Services. However, the A/E 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 CHRISTI By ~~ Y>1~--, s= Zs~~ Oscar Martinez, Date Assistant City Manager RECOMMEN ED By ~~~Pete Anaya, P. E., Date Director of Engineering Services ATTEST By Armando Chapa, Ci Secretary APPROVED AS TO FORM gy ~~va. ~~ S - I g .~S ~Ciry Attorney Date HDR ENGI EERI G, INC. By ty/ Sts Carl E. Crull, P. E., Date Vice President 555 N. Carancahua, Suite 1650 Corpus Christi, TX 78478 (361) 857-2211 Office (361)857-7234 Fax ~ coulrclt. Contract for Engineering (A/E) Services Page 3 of 3 H:WOMEVtechelle\GEMOreinapa\2373 8 2303~Airport Oilch PA 3 8 Horne Dilch\Lerge AE.doc EXHIBIT "A" CONCRETE-LINED CHANNEL REHABILITATION: AIRPORT DITCH PHASE 3 AND HORNE DITCH IMPROVEMENTS (Project No. 2313 & 2303) 1. SCOPE OF SERVICES A. Basic Services. Basic Services will include the following in addition to those items shown on Exhibit "A-1"Task List. 1. Preliminary Phase. The Architect/Engineer-A/E will: It is the intent of the Preliminary Phase to study and report the project scope with economic and technical evaluation. Tasks shall include: a. Confer with the City staff regarding the design parameters of the Project. The Engineer will participate in a project kick-off meeting with City staff ,provide agenda and purpose for meeting; document and distribute meeting minutes and meeting report within seven (7) working days of the meeting. The A/E will participate in discussions with the Operating Department and other agencies (such as the Texas Department of Transportation (TxDOT) and Texas Commission of Environmental Quality (TCEQ)) as required to satisfactorily complete the Project. b. Review of the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution of the Project; The A/E will meet with City staff to collect data, discuss materials and methods of construction, and identify design and construction requirements. 1) Review and investigation of available records, archives, and pertinent data related to the Project, list of potential problems and possible conflicts, intent of design, improvements required, and conformance to relevant Master Plan(s). 2) Identify results of site field investigation including site findings, existing conditions, potential right-of-way/easements, and probable Project design solutions; (which are common to municipalities). 3) Advise of environmental site evaluations and archeology reports that are needed for the Project (Environmental issues and archeological services to be an Additional Service). 4) Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project and permitting, EXHIBIT "A" Pa e1 of 10 H:IHOME\RachellelGEMDreinega123138 2303-Airport Dilch Ph 38 Horne Oilch\Exhibil A.tloc environmental, historical, construction, and geotechnical issues; and meet with pertinent authorities. 5) Coordinate field location of existing utilities using Texas one-call system (Coordinate with appropriate City Operating Departments). 6) Confer, discuss, and meet with City operating department(s) and Engineering Services staff to produce a cohesive, well-defined proposed scope of design, opinion of probable project cost and design alternatives. City staff will (as applicable): a. Provide Record drawings, record information of existing facilities, and utilities (as available from City Engineering and/or Utility Department files). b. Provide the preliminary budget, specifying the funds available for construction. c. Provide, through separate contract, related GIS mapping for existing facilities. d. Provide a copy of existing studies and plans (as available from City Engineering and Utility Departments files). e. Field locate existing city utilities. (A/E to coordinate with City Operating Department). f. Provide applicable Master Plans. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the A/E will: a. Study, verify, and implement preliminary design recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff. b. Prepare one set of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, notice to bidders, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid-related items; specifications and drawings to fix and describe, for one bid or for multiple bids, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. c. Provide assistance identify testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under additional services). d. Prepare final quantities and opinions of probable costs with the recommended construction schedule. The construction schedule will include a phased approach to better track progress and payments. e. Furnish one (1) copy of the pre-final 90% plans and specifications to the City staff for review and approval purposes with opinions of probable construction EXHIBIT "A" Pa e2of10 H:\HDMEUtechalle\GEMDrainege\2373 8 2303-Airyort Ditch Ph 3 8 Hama Ditch\Exhibit A.tloc costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. Required with the interim plans is a "Plan Executive Summary" which will identify and summarize the project by distinguishing key elements such as: • Pipe Size or Building Size • Pipe Material, etc. • Why one material is selected over another • Pluses of selections • ROW requirements and why • Permit requirements and why • Easement requirements and why • Embedment type and why • Constructability, etc. • Specific requirements of the City • Standard specifications • Non-standard specifications • Any unique requirements • Cost, alternatives, etc. • Owner permit requirements and status f. Attend one Design Review Workshop (DRW). The A/E will compile the list of responses and solutions agreed to at the DRW. The list will be emailed back to City staff within seven (7) days following the DRW for distribution. Provide one hard copy and one electronic copy of the pre-final plans and bid documents to the City staff for review and approval purposes with revised opinions of probable costs. g. Provide Quality Assurance/Quality Control (QA/QC) measures for the submittal of the interim, 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 A/E and Sub-consultant A/E shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines, including but not limited to structural, civil, mechanical, electrical, etc. h. Provide traffic controls including a Traffic Control Plan for work at Horne Ditch illumination, markings and striping, signalization, as delineated by the City Traffic Engineering Department. i. Upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of final signed and sealed 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. J 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. EXHIBIT "A" Pa e3of10 H:W OMEViechella\GEMDreinege1237 3 8 2303-Airport Ditch Ph 3 8 Home DitcMExhiEit A.tloc k. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. I. Ordinance No. 19663 establishes the Municipal Public Arts Program requiring works of art to be included in certain city vertical construction projects. If it is determined this project is subject to Municipal Public Art Program, the architect/engineer will cooperate during the design process to fulfill the requirements of the ordinance. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. b. Provide the budget for the Project specifying the funds available for the construction contract. c. Provide the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. d. Conduct one design phase DRW to last no more than four hours in which all affected City Departments, City Staff, Private Utility Owners, and A/E will attend. The purpose of the DRW will be to provide an opportunity for comments and concerns to be raised followed by a response or amenable solution to be agreed upon by all in attendance. The comprehensive list of responses and/or solutions will be compiled by the A/E and agreed to at this meeting. Addressing comments received after this DRW will constitute an additional service. 3. Bid Phase. The A/E will: a. Participate in the pre-bid conference and provide a recommended agenda for critical construction activities and elements impacted by 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 and for 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. To this end, the A/E will make a reasonable effort to determine the background and qualifications of the three (3) lowest qualified bidders. e. In the event the lowest responsible bidder's bid exceeds the Project budget as revised by the A/E's design phase opinion of probable construction costs, 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. However, excessive fluctuations in cost of labor or materials alone will notjustify revisions at the Engineer's expense. EXHIBIT "A" Pa e4of10 H:(HOME\Rachelle\GEMDrainage12313 8 2303-Airport Dilch Ph 3 8 Horne Dilch\Exhibit A.AOc 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 A/E) 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. The A/E will perform contract administration to include the following: a. Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted by the Project. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Review field and laboratory tests. 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 (up to sixteen (16) site visits) as specified in ExhibitA-1 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); 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. g. Make final inspection with City staff. h. 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 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 e5of10 H:ViOMEV28chelle\GEMDreina0e\23738 2303-Airyort Ditch Ph 38 Homc Oilch\E>Aibil Ada The City staff will: a. Prepare applications/estimates for payments to contractor. b. 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 A/E will not begin work on this section without specific written approval by the Director of Engineering Services. Fees forAdditional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The A/E will, with written authorization by the Director of Engineering Services, do the following: 1. Surveying, Field Investigation, and Permitting a. Provide a Storm Water Pollution Prevention Plan. b. Perform site field investigation with documentation, including site findings, existing conditions, potential right-of-way/easements,. c. Provide one day of topographic surveying. A topographic site survey was performed in 2005 by Pyle and Associates. The purpose of this supplementary topographic survey task is to assess the site to determine general site conformance with the 2005 topographic survey, and gather limited supplemental topographic survey information as time permits under this task, and make recommendations for additional topographic survey requirements, if required, to be completed as an amendment to this contract. All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyorg' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the project area. 2. Construction Observation Services. Provide a Project representative (PR) to provide periodic construction observation for up to 10 hours per week for up to 16 weeks. A. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the A/E 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 A/E, and will confer with A/E regarding PR's actions. PR's dealings in EXHIBIT "A" Pa e6of10 H:IHOMEVtachelle\GEMDreinape1237 3 8 2303-Airpoh Dilch Ph 38 Home Dilch\E.Yhlblt A.doc matters pertaining to the Contractor's work in progress shall in general be with A/E and Contractor, keeping the City advised as necessary. 2. Conferences 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: A. Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. B. PR shall communicate with City with the knowledge of and under the direction of A/E. 4. Interpretation of Contract Documents: Report when clarifications and interpretations ofthe Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. 5. Shop Drawings and Samples: A. Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. B. Record date of receipt of Samples and approved Shop Drawings. C. 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. 6. Review of Work and Rejection of Defective Work: A. Conduct on-Site observations of Contractor's work in progress to assist A/E in determining if the Work is in general proceeding in accordance with the Contract Documents. B. 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 A/E of that part of work in progress that PR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. C. 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: A. 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, A/E'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. EXHIBIT "A" Pa e7of10 H:WOME1RerhallelGEMDreinepa1237 3 8 2308-Airyort Ditch Ph 3 8 Home Ditto\E~dtibil A.doc B. 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 A/E and the City. 8. Reports: A. 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. B. Report immediately to the City and A/E 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. 9. Completion: A. Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. B. Participate in a final inspection in the company of A/E, the City, and Contractor and prepare a final list of items to be completed or corrected. C. 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. 3. Warranty Phase. Provide a maintenance guaranty inspection toward the end of the one-year period after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. 4. Provide the services above authorized in addition to those items shown on Exhibit "A-1" Task List. EXHIBIT "A" Pa e8of10 H:\HDMEVtechallelGEMDrainege\237 3 8 2303-Airyort Dilch Ph 38 Morna Di1ch1E>bibit A.tloc 2. SCHEDULE PROPOSED PROJECT SCHEDULE The following project schedule is proposed and may be modified during design as mutually agreed upon by the City and the A/E. DAY DATE ACTIVITY Wednesday May 27, 2009 Begin Preliminary Phase Friday July 17, 2009 Submit Interim (90%) Plans Friday July 31, 2009 Design Review Meeting Friday August 28, 2009 Final Submittal Monday (2) September 7 & September 14, 2009 Advertise for Bids Wednesday September 16, 2009 Pre-Bid Conference Wednesday September 23, 2009 Receive Bids Tuesday October 20, 2009 Award Construction Contract Monday November 23, 2009 Begin Construction Thursday March 12, 2010 Construction Completion 3. FEES A. Fee for Basic Services. The City will pay the A/E a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1-4 above, and for all expenses incurred in performing these services. For services provided in Section I.A.1-4, A/E will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon A/E's estimate (and City concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in Section I.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 A/E's monthly statements. B. Fee for Additional Services. For services authorized Engineering Services under Section I.B. "Additional Services" A/E anot-to-exceed fee as per the table below: H:WOMEWechallelGENlDraina°e12313 8 2303-Airport Ditch Ph 3 8 Home Ditch\Exhibit A.tloc by the Director of the City will pay the EXHIBIT "A" Pa e9of10 C. Summary of Fees Fee for Basic Services 1. Preliminary Phase $11,820.00 2. Design Phase $41,610.00 3. Bid Phase $10,515.00 4. Construction Phase $22,450.00 Subtotal Basic Services Fees $86,395.00 Fee for Additional Services (Allowance) 1. Supplemental Surveying, Field Investigation and Permitting (AUTHORIZED) $24,110.00 2. Construction Observation Services (Engineer IV, up to 10 hours per week for up to 16 weeks) $33,950.00 3. Warranty Phase $3,500.00 Sub-Total Additional Services Fees $61,560.00 Total Fee $147,955.00 The estimated cost of construction for Concrete-Lined Channel Rehabilitation: Airport Ditch Phase 3 and Horne Ditch Improvements is $1,080,000. The basic services fee proposal for this project is $86,395. Therefore, the percentage of basic engineering services cost to construction cost is 7.9°/G. EXHIBIT "A" Pa e10of10 H:WOMEU2achelle\GEMDreinapat23138230&Airpotl DitU Ph 38 Horne Dilch\E%hlClt A.doc EXHIBIT "A-1" CONCRETE-LINED CHANNEL REHABILITATION: AIRPORT DITCH PHASE 3 AND HORNE DITCH IMPROVEMENTS (Project No. 2313 & 2303) TASK LIST Basic Services Preliminary Phase The A/E will: A) Review work items identified in Preliminary Engineering Report prepared in 2004. B) Develop preliminary requirements for channel re-construction. C) Prepare preliminary opinions of probable construction costs for the recommended improvements. II. Design Phase The A/E will: A) Prepare construction plans for the work identified in the preliminary design phase. B) Construction plans will be prepared in compliance with CPPSCF and shall be completed in English units on 24"x 36" plan sheets that can be reduced to 11 "x 17". C) Prepare Traffic Control Plans for the Horne Road Ditch . The TCP will include construction sequencing, typical cross section and construction phasing plan sheets, warnings and barricades, as well as standards sheets for barricades, traffic control plan, work zone pavement markings and signage. D) Include standard City of Corpus Christi detail sheets as appropriate. E) Prepare Technical and Standard specifications for the work. F) Prepare opinions of probable construction costs. G) Provide one hard copy and one electronic copy submittal of the 90% and final (signed and sealed) construction documents. III. Bid Phase Services in compliance with Exhibit A IV. Construction Phase Services in compliance with Exhibit A. Regular visits to the site shall be defined up to sixteen (16) visits for up to two (2) hours each for construction duration of up to 16 weeks. EXHIBIT "A-7" Pa eloft H:WOME1Rechelle\GEMDreineOe\2313 & 2303-Airpoh Ditch Ph 3 8 Home DitW\Exhibit A-1.da EXHIBIT B MANDATORY INSURANCE REQUIRMENTS (Revised September 2007) CONSULTANT LIABILITY INSURANCE A. The Consultant shall not commence work under this Agreement until he/she has obtained all insurance required herein and such insurance has been approved by the City. Nor shall the Consultant allow any subconsultant to commence work until all similar insurance required of the subconsultant has been so obtained. B. The Consultant shall furnish two (2) copies of certificates, with the City named as an additional insured, showing the following minimum coverage in an insurance company acceptable to the City. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on all Bodily Injury and Property Damage certificates Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises -Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractuallnsurance 7. Broad Form Property Damage 8. Independent Consultants 9. Personallnjury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WORKERS' COMPENSATION WHICH COMPLIES WITH THE TEXAS WORKERS= COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include [ ] REQUIRED long-tern environmental impact for the disposal of [X] NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements [ ]REQUIRED [X] NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements [ J REQUIRED [X] NOT REQUIRED C. In the event of accidents of any kind, the Consultant shall furnish the City with copies of all reports of such accidents at the same time that the reports are forwarded to any other interest parties. EXHIBIT "B" Insurance Requirements Pa e1of3 II. HOLD HARMLESS A. HOLD HARMLESS For non-professional services, Consultant agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorney fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this contract. For professional services, Consultant agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorney fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, to the extent caused or alleged to have been caused by the Consultant's negligent acts, errors or omissions in the performance of professional services under this contract. The foregoing indemnity shall apply except if such injury, death or damage is caused by the sole or concurrent negligence of the City of Corpus Christi, its agents, servants or employees or any other person indemnified hereunder. B. The Consultant shall obtain workers' compensation insurance coverage through a licensed insurance company or through self-insurance obtained in accordance with Texas law. If such coverage is obtained through a licensed insurance company, then the contract for coverage shall be written on a policy and endorsements approved by the Texas State Board of Insurance. If such coverage is provided through self-insurance, then within ten (10) calendar days after the date the City requests that the Consultant sign the contract documents, the Consultant shall provide the City with a copy of its certificate of authority to self-insure its workers' compensation coverage, as well as a letter, signed by the Consultant, stating that the certificate of authority to self-insure remains in effect and is not the subject of any revocation proceeding then pending before the Texas Workers' Compensation Commission. Further, if at any time before final acceptance of the Work by the City, such certificate of authority to self-insure is revoked or is made the subject of any proceeding which could result in revocation of the certificate, then the Consultant shall immediately provide written notice of such facts to the City, by certified mail, return receipt requested directed to: City of Corpus Christi, Department of Engineering Services, P. O. Box 9277, Corpus Christi, Texas 78469 -Attention: Contract Administrator. Whether workers' compensation insurance coverage is provided through a licensed insurance company or through self-insurance, the coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Consultant will be promptly met. III. On the certificate of insurance: • The City of Corpus Christi is to be named as an additional insured on the liability coverage, except for workers' compensation coverage. EXHIBIT "B" Insurance Requirements Pa e2of3 Should your insurance company elect to use the standard ACORD form, the cancellation clause (bottom right) shall be amended by adding the wording "changed or' between "be" and "cancelled" and deleting the words "endeavor to" and the wording after "left". If the cancellation clause is not amended in the ACORD form, then endorsements shall be submitted. The name of the project also needs to be listed under "description of operations". At least 10-day written notice of change or cancellation will be required. IV. A completed Disclosure of Interest must be submitted with your proposal. EXHIBIT "B" Insurance Requirements Pa e3of3 ~,yy~,~ City of ^~1^ COrpuS CITY OF CORPUS CHRISTI Chrtsri DISCLOSURE OF INTERESTS ~~~ City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "N/A". FIRM NAME: HDR Engineering, Inc. STREET: 555 N. Carancahua, Suite 1650 CITY: Corpus Christi ZIP: 78478 FIRM is: 1. Corporation X 2. Partnership- 3. Sole Owner- 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page 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) N/A 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 N/A 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 in the above named firm. Name Board, Commission or Committee N/A 4. 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 Consultant N/A CERTIFICATE 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. Crull P. E. Title: Vice President Signature of Certifying Person: Date: S~/U9 EXHIBIT "C" Page 1 of 2 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. 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. c. 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. d. 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. e. 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 holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. 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 "C" Page 2 of 2 W O _ O N ~ N E ~ r ~ ~O w d ~ a ++ C d n d y E E ~ V a ~ ~ ~ a~ n. ~ U v :o ' O ~ r' C N d 3 V O_ ._ ~ C a - ~ v O ' ~ > Q O W ~ v Z w w ~ r O U W N d ~ Z Z as O a.. yu Z v ~ ~ o °> E J ~ a C C Q a ~ - ~ 0 O U Z V E Q C O U 1/1 d V .~ N V .O m 0 o 00 r 0 O X 0 o 0 0 0 0 0 0 ~O o 0 N O 0 0 o 0 0 o o 0 O O 0 o o 0 o 0 ~ O 0 M o 0 A 0 0 N 0 °o_ ~ 0 ~on^ ~ 0 0 0 ~ N 0 ~ 0 o p ~ p ~ p ~ o ~ 0 ~ N 0 ~ 0 °o M Efl ff) fA ffl O O O O O O O ~ °~- o o p r p r p r ~ O `n O O ~ r ER r b9 r ffl .- 69 ova o 0 0 ~o 00 0 o p p p °o ~ oo ~ r ~ 0 O O ~ 0 O O M 0 LL9 n 0 O 1f! M 0 N N ~ 0 O O ~ o N r a- n N ~O ~ p m r p m ~,,, p m r n '7 n ~ o N N ~ n V n ~ n 01 O/ r ~ O ~ N O O ~- t~ N ~ O~ O N O r ^ F- p r p r N O r ~ N r N O .- ~ ° N ~ ~ ~ ~ OEfl 00 O O O 00 O ~ ~ N r ° O H p m p H N ~ ~ O O ~ N r N .- ~ °o 0 ~ 00 0 N °o ~n o ~n N °o o ~ °o o ~ ° ° p ~ p H p m °o o ~ °o 0 ~ o 0 N °o 0 ~ a~ U N y N O N U N N u' N ~ C d LL U L (n ~ N >, w O IL y _ Z 4. N d N fn ~ N j 'O `~ U O d m O ¢ ~ N d N ~J C C >, O U N O w ' Q_ 'O ~ ~ a ¢ ~N ' w ~ y N ~ C O ~ 7 ~ N O N ojf O U ~ 7 G 7 N D "O O a p m U cn Q a ~ ~ a.O cn w tn m ¢ r EXHIBIT "D" Pa e 1 of 1