Loading...
HomeMy WebLinkAboutC2005-006 - 1/11/2005 - Approved AMENDMENT NO.1 CITY 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 Engineering, Inc., a Nebraska corporation, 5151 Flynn Parkway, Suite 314, Corpus Christi, Nueces County, Texas 78411, (Architect/Engineer - A/E), hereby agree as follows: 1 SCOPE OF PROJECTS: Concrete Lined Channel Rehabilitation Van Galen Phase 1 (Project No. 2211) The expansion and construction joints of this concrete lined channel have deteriorated allowing vegetative growth. Several portions of the channel liner are damaged. This project will remove the vegetation, treat the joints with a herbicide and replace the damaged liner sections. Concrete Lined Channel Rehabilitation Carroll West (Project No. 2213) Storm sewer lines from the adjacent subdivisions draining into the channel are partially constructed of corrugated metal pipe. These pipe sections have deteriorated. This project will replace these damaged sections of pipe and construct junction boxes where pipe diameters change. Bridcle Rehabilitation Kingsbury Drive (Project No. 2198) Lexington Road (Project No. 2199) These two bridges are scheduled for replacement as part of TXDOT's off-system bridge replacement program. Pdor to their replacement, existing utilities (including private pipelines at the Kingsbury location) must be adjusted or relocated. This project will previde coordination between the utility adjustments and the bridge replacement projects. Also at the Kingsbury location the existing west approach roadway has a substandard alignment. This curve will be straightened. Drainacle Channel Excavation at Saratoqa Blvd. Bridqe (Proiect No. 2204) The drainage channel north and south of Saratoga Blvd. Bridge over La Vollo Creek (just west of Greenwood Dr. is badly overgrown with under brush and has several meanders that impede the flow of water. This project is the first phase of a long term project to improve the flow characteristics of this channel. The project will remove the undergrowth and straighten the channel at select locations. HDR Engineering 2005-006 01/11/05 m2005-009 Conbact fo~ Engineering (NE) Services Page 1 of 4 Concrete Lined Channel Rehabilitation Airport Phase 2 (Project No. 2247) This project is a continuation of the previously authorized project to repair damaged portions of the concrete channel liner. Due to funding constraints, these repairs may be completed under several construction contracts. The work authorized in Phase 2 includes the preliminary, design, bid and construction phase services for one additional construction contract. Future phases will be authorized by subsequent amendments to this contract. Concrete Lined Channel Rehabilitation Flynn Shea (Project No. 2248) The Flynn Shea channel is of similar construction as the Carroll West Channel. Storm sewer lines from the adjacent subdivisions draining into the channel are partially constructed of Corrugated metal pipe. These pipe sections have deteriorated. This project will replace these damaged sections of pipe and construct junction boxes where pipe diameters change. Additionally, there are several areas of erosion near the roadway structures that will be repaired. One eroded area in particular is upstream of the Saratoga Blvd. culvert. 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-l, to complete the Project. Work will not begin on Additional Services until requested by the NE (provide breakdown of costs, schedules), and wdtten 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. The summary of these tasks and services is as follows: 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. HDR Engineering, Inc ConLract for Engineering (A/E) Services Drainage Channel Improvements Page 2 of 4 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 notify 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 B. 5. FEE The City will pay the NE 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 anytime, 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 NE 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. ASSIGNABILI'FY The NE will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior wdtten 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 partoftheA/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 wdting by the City. HDR Engineering, inc. Contract for Engineering (AJE) SeT. ices Drainage Channel ImprovemenLs Page 3 of 4 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 attached hereto as Exhibit C. CITY OF CORPUS CHRISTI Ronald F. Massey, (,~Date Assistant City Manager ATTEST By v Date Armando Chapa, City Secretary HDR Engineering Carl E.Crull, P.E. Date Vice President 5151 Flynn Parkway, Suite 314 Corpus Christi, TX 78411 (361) 857-2216 Office (361) 857-0509 Fax A~PROVED AS TO FORM Jay I-k~;,,;,~y. A~.[i.y Ci[y A[[u,,,ey C;['y A!.Lu, ,,uy Dctc ~ ~or City HDR Engineering, Inc Conl/ac[ for Engineering (A/E) Services Drainage Channel Improvements Page 4 of 4 AMENDMENT NO. 1 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS This amendment envisions that the engineering services will result in bid packages for 6 construction contracts as listed below. 1. Concrete Lined Channel Rehabilitation - Van Galen Phase 1 (Project No. 2211) 2. Concrete Lined Channel Rehabilitation - Carroll West (Project No. 2213) 3. Bridge Rehabilitation Kingsbury Drive (Project No. 2198) Lexington Road (Project No. 2199) 4. Drainage Channel Excavation at Saratoga Blvd. Bridge (Project No. 2204) 5. Concrete Lined Channel Rehabilitation - Airport Ditch, Phase 2 (Project No. 2247) 6. Concrete Lined Channel Rehabilitation - Flynn Shea Channel (Project No. 2248) The scope of services outlined below shall be applicable to all projects. 1. SCOPE OF SERVICES A. Basic Services 1. Preliminary Phase. The Architect/Engineer-NE will: It is the intent of the Preliminary Phase to provide a study and report of project scope with economic and technical evaluation of alternatives, and upon approval, proceed in an Engineering Letter Report which includes Preliminary designs, drawings, and written description of the project. This report shall include: Provide scope of soil investigations, bodngs, and laboratorytesting. (The City Engineering Services Department will provide necessary soil investigation and testing under one or more separate contracts). Confer with the City staff regarding the design parameters of the Project. The Engineer will participate in a minimum of two (2) formal meetings with City staff, provide agenda and purpose for each formal mee[ing; 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. Submit one (1) copy in an approved electronic format, and one (1) paper copy of Engineering Letter Report with executive summary, opinion of probable construction costs with life cycle analysis, defined technical EXHIBIT "A" I Page 1 of 11 evaluations of identified feasible alternatives, and review with City staff to produce an acceptable format which contains common municipal elements. Engineering Letter Report will include the following (with CONSTRUCTABILITY being a major element in all the following items): 1. Review of the Project with the Storm water Department 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. 2. Review and investigation of available records, archives, and pertinent data related to the Project including taking photographs of the Project site, list of potential problems and possible conflicts, intent of design, and improvements required, and conformance to relevant Master Plan(s). 3. Identify results of site field investigation including site findings, existing conditions, and probable Project design solutions; (which are common to municipalities). 4. Provide a presentation of pertinent factors, sketches, designs, cross-sections, and parameters which will or may impact the design, including engineering design bases, preliminary layout sketches, identification of needed additional services, preliminary details of construction of cdtical elements, identification of needed permits, identification of specifications to be used, identification of quality and quantity of materials of construction, and other factors required for a professional design (CONSTRUCTABILITY). 5. Advise of environmental site evaluations and archeology reports that are needed for the Project (Environmental assessments and archeological services to be an Additional Service). 6. Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project and permitting, environmental, historical, construction, and geotechnical issues; and meet with pertinent authorities. 7. Confer, discuss, and meet with City operating department(s) and Engineering Services staff to produce a cohesive, well-defined proposed scope of design, probable cost estimates(s) and design alternatives. d. Perform the items as shown on Exhibit "A-I" Task List. City staff will provide one set only of the following information (as applicable): a. Record drawings, record information of existing facilities, and utilities (as available from City Engineering files). b. The preliminary budget, specifying the funds available for construction; c. Aerial photography for the Project area. I EXHIBIT"A" I Page 2 of 11 d. Through separate contract, related GIS mapping for existing facilities. e. A copy of existing studies and plans. (as available from City Engineering files). f. Provide applicable Master Plans. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the NE will: Study, verify, and implement Letter Engineering Report 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. Prepare Construction Bid and Contract Documents in City format (using City Standards as applicable) for each project listsd above, including Contract agreement forms, general conditions and supplemental conditions, invitation to bid, ins[ruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe 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. Provide assistance identify res[lng, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under additional services). Prepare final quantities and estimates of probable costs and probable construction schedule. Furnish one (1) copy 60% plans (plans only-identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Required with the 60% plans is a "Plan Executive Summary" which will identify and summarize the project by distinguishing key elements such as: · Pipe 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. I E XHIBIT"A" I · Page3of11 · Owner permit requirements and status f. Furnish complete construction and bid documents including specifications for City staff review and approval. Provide 1 copy of 100% complete plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities, compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non-responding participants. g. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the 60% and 100% 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 NE and Sub-consultant NE 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, illumination, markings and striping, signalization, and 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 plans and contract documents suitable for reproduction (In City Format) and said bid documents henceforth become the so~e property and ownership of the City of Corpus Chdsti. 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. k. Assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. I. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. m. Provide a Storm Water Pollution Prevention Plan. 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. LEXHIBIT "A" Page 4 of 11 3. Bid Phase. The A/E will: a. Participate in the pre-bid conference. 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, for the 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. e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the A/E's design phase estimate required above, 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. 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 NE will perform contract administration to include the following: a. Participate in pre-construction meeting. 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 minor 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 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 EXHIBIT "A" Page 5 of 11 contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. Prepare change orders (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. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. 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 the 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. 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 wdtten approval by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by [he Director of Engineering Services as required. The A/E will, with written authorization by the Director of Engineering Services, do the following: Permittinq. Furnish the City all engineering data and documentation necessary for all required permits. The NE will prepare this documentation for all required signatures. The A/E will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. U.S. Army Corps of Engineers (USACE) b. NPDES Permit/Amendments c. Texas Department of Transportation Ri.qht..of-Wav (ROW) Ac(~uisition Survey. The A/E will review existing ROW and easements to ascertain any conflicts and provide field ROW surveys and submit ROW plats and descriptions for the City's use in the acquisition process. All work must comply with Category 1 -A, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the I EXHIBIT"A" I Page 6 of 1 1 State of Texas, Ninth Edition. All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with all TxDOT requirements as applicable. A/E Consultant will be required to perform all necessary deed research. Topoqraphic Survey. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required for the aerial mapping of the Project area - aerial photography to be provided by City). Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). 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 Surveyor~' 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. Construction Observation Services. Provide Project Observation services including day-to-day detailed coordination with the City's staff and testing laboratory. The hours attributable to each project are listed in Exhibit A-I. 2. SCHEDULE: The project will be implemented under multiple construction contracts. The following schedules reflect the schedule for the projects. (1) Concrete Lined Channel Rehabilitation Van Galen Phase I (Project No. 2211) DAY Wednesday Monday Friday Friday Wednesday Monday (2) Wednesday Wednesday Monday Fdday DATE January 12, 2005 March 18, 2005 April 15, 2005 April 29, 2005 May18, 2005 May 23 and 30, 2005 June 1,2005 June 8, 2005 July 18, 2005 September 2005 ACTIVITY Begin Preliminary Phase Begin Design Phase 60% Submittal Complete City Review Final Submittal Advertise for Bids Pre-Bid Conference Receive Bids Begin Construction Construction Completion EXHIBIT "A" I Page 7 of 11 (2) Concrete Lined Channel Rehabilitation Carroll West (Project No. 2213) DAY Wednesday Monday Friday Friday Wednesday Monday(2) Wednesday Wednesday Monday Fdday DATE January 12, 2005 April 11,2005 May 6, 2005 May 20, 2005 June 8, 2005 June 13 and 20, 2005 June 22, 2005 June 29, 2005 July 25, 2005 October 2005 ACTIVITY Begin Preliminary Phase Begin Design Phase 60% Submittal Complete City Review Final Submittal Advertise for Bids Pre-Bid Conference Receive Bids Begin Construction Construction Completion (3) Bdd~e Rehabilitation Kingsbury Drive (Project No. 2198) Lexington Road (Project No. 2199) DAY Wednesday Monday Friday Friday Wednesday Monday(2) Wednesday Wednesday Monday Friday DATE January 12, 2005 April 18, 2005 July 29, 2005 August 12, 2005 August 31,2005 September 5 and12, 2005 September 21,2005 September 28, 2005 November 7, 2005 February 2006 ACTIVITY Begin Preliminary Phase Begin Design Phase 60% Submittal Complete City Review Final Submittal Advertise for Bids Pre-Bid Conference Receive Bids Begin Construction Construction Completion EXHIBIT "A" I Page 8 of 11 (4) Drainaqe Channel Excavation at Saratoqa Blvd. Bridcle (Prolect No. 2204) DAY Wednesday Monday Friday Fdday Wednesday Monday(2) Wednesday Wednesday Monday Friday DATE January 12, 2005 April 11, 2005 August 19, 2005 September 2, 2005 October 19, 2005 October 24 and 31,2005 November 9, 2005 November 16, 2005 December 26, 2005 July 2006 ACTIVITY Begin Preliminary Phase Begin Design Phase 60% Submittal Complete City Review Final Submittal Advertise for Bids Pre-Bid Conference Receive Bids Begin Construction Construction Completion (5) Concrete Lined Channel Rehabilitation Airport Ditch Phase 2 (Project No. 2247) DAY Wednesday Monday Friday Friday Wednesday Monday (2) Wednesday Wednesday Monday Friday DATE January 12,2005 April25,2005 June 10,2005 June 24,2005 July 6,2005 July11 and 18,2005 July 27,2005 August3,2005 September12,2005 January 2006 ACTIVITY Begin Preliminary Phase Begin Design Phase 60% Submittal Complete City Review Final Submittal Adver[ise for Bids Pre-Bid Conference Receive Bids Begin Construction Construction Completion IEXHIBIT "A" I Page 9 of 11 {6) Concrete Lined Channel Rehabilitation Flynn Shea Channel (Project No. 2248) DAY Wednesday Monday Friday Friday Wednesday Monday (2) Wednesday Wednesday Monday Fdday DATE January 12, 2005 April 18, 2005 June 17, 2005 July 1,2005 July 20, 2005 August 1 and 8, 2005 August 17, 2005 August 24, 2005 September 26, 2005 February 2006 ACTIVITY Begin Preliminary Phase Begin Design Phase 60% Submittal Complete City Review Final Submittal Advertise for Bids Pre-Bid Conference Receive Bids Begin Construction Construction Completion FEES Fee for Basic Services. The City will pay the NE 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, NE will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon NE'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. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the A/E a not-to-exceed fee as per the table below: EXHIBIT "A" I Page 10 of 11 C. Summary of Fees 88888 88888 88888 8 IEXHIBIT "A" II Page11 of 11 AMENDMENT NO. 1 EXHIBIT A-1 TASK LIST (1) Concrete Lined Channel Rehabilitation Van Galen Phase 1 (Project No. 2211) Preliminary Phase A. Field review of existing conditions B. investigate herbicide options C. Prepare letter Report D. Review Meeting II. Desiqn Phase A. Prepare plans for the work as outlined in Exhibit A B. Prepare specifications for work as outlined in Exhibit A C. Update opinion of probable construction cost. D. Attend two (2) progress review meetings E. Submit plans at 60% and 100% completion for review as outlined in Exhibit A. III. Bid Phase Services A. Attend the prebid conference B. Prepare any addenda C. Prepare bid tabulation D. Analyze bids and recommend contract award IV. Construction Phase Services A. Attend preconstruction conference B. Review submittals C. Review field and laboratory tests D. Provide clarification to plans and specifications E. Prepare Change Orders F. Conduct periodic site visits G. Provide part time construction observation services (Average 15 hours per week, 60 hours total), if requested (Additional Services) Page I of 6 (2) Concrete Lined Channel Rehabilitation Carroll West (Project No. 2213) Preliminary Phase A. Field review of existing conditions B. Determine Repair Requirements C. Prepare letter Report D. Review Meeting II. Desiqn Phase A. Prepare plans for the work as outlined in Exhibit A B. Prepare specifications for work as outlined in Exhibit A C. Update opinion of probable construction cost. D. Attend two (2) progress review meetings E. Submit plans at 60% and 100% completion for review as outlined in Exhibit A. Ill. Bid Phase Services A. Attend the prebid conference B. Prepare any addenda C. Prepare bid tabulation D. Analyze bids and recommend contract award Construction Phase Services A, Attend preconstruction conference B. Review submittals C. Review field and laboratory tests D. Provide clarification to plans and specifications E. Prepare Change Orders F. Conduct periodic site visits G. Provide part time construction observation services (Average 20 hours per week, 120 hours total), if requested (Additional Services) H /USER$2/HOME~VELMAFSGEN~RAINAGE~093/EXHIBIT A-1 TASK LIST EXHIBIT A-1 II Page 2 of 6 (3) Bridcle Rehabilitation Kingsbury Drive (Project No. 2198) Lexington Road (Project No. 2199) Preliminary Phase A. Secure bridge layouts from TXDOT B. Review TXDOT hydraulics C. Assemble utility information D. Contact pipeline companies for locations and easements E. Determine extent of relocation requirements F. Prepare preliminary roadway re-alignment west of Kingsbury bridge G. Determine preliminary ROW Needs H. Prepare updated cost estimate I. Prepare letter Report J. Review Meeting II. Desiqn Phase A. Prepare plans for the work as outlined in Exhibit A B. Prepare specifications for work as outlined in Exhibit A C. Prepare draft agreement with pipeline companies D. Review right of way/easement documents E. Update opinion of probable construction cost. F. Attend two (2) progress review meetings G. Submit plans at 60% and 100% completion for review as outlined in Exhibit A. III. Bid Phase Services A. Attend the prebid conference B. Prepare any addenda C. Prepare bid tabulation D. Analyze bids and recommend contract award IV. Construction Phase Services A. Attend preconstruction conference B. Review submittal C. Review field and laboratory tests D. Provide clarification to plans and specifications E. Prepare Change Orders F. Conduct periodic site visits G. Provide part time construction observation services (Average 20 hours per week, 100 hours total), if requested (Additional Services) EXHIBIT A-1 II Page 3 of 6 (4) Drainaqe Channel Excavation at Saratoqa Blvd. BridRe (Proiect No. 2204) Preliminary Phase A. Field review of existing conditions B. Review existing ROW/Easements C. Evaluate and Establish Permit Requirements D. Establish clearing criteria E. Establish excavation criteria F. Prepare updated cost estimate G. Prepare letter Report H. Review Meeting II. Desiqn Phase A. Conduct necessary topographic and right of way surveys. C. D. E. F. G. H. I. Prepare plans for the work as outlined in Exhibit A Prepare specifications for work as outlined in Exhibit A Conduct necessary archaeology surveys Prepare necessary Corps of Engineers permit applications Coordinate acquisition of the Corps of Engineers permit Update opinion of probable construction cost. Attend two (2) progress review meetings Submit plans at 60% and 100% completion for rewew as outlined in Exhibit A. III. Bid Phase Services A. Attend the prebid conference B. Prepare any addenda C. Prepare bid tabulation D. Analyze bids and recommend contract award IV. Construction Phase Services A. Attend preconstruction conference B. Review submittals C. Review field and laboratory tests D. Provide clarification to plans and specifications E. Prepare Change Orders F. Conduct periodic site visits O. Provide part time construction observation services (Average 20 hours per week, 560 hours total), if requested (Additional Services) Page 4 of 6 (5) Concrete Lined Channel Rehabilitation Airport Ditch Phase 2 (Project No. 2247) Preliminary Phase A. Field review of existing conditions B. Topographic survey of channel flowlines C. Determine Repair Requirements D. Prepare letter Report E. Review Meeting II. Desiqn Phase A. Prepare plans for the work as outlined in Exhibit A B. Prepare specifications for work as outlined in Exhibit A C. Update opinion of probable construction cost. D. Attend two (2) progress review meetings E. Submit plans at 60% and 100% completion for review as outlined in Exhibit A. III. Bid Phase Services A. Attend the prebid conference B. Prepare any addenda C. Prepare bid tabulation D. Analyze bids and recommend contract award IV. Construction Phase Services A. Attend preconstruction conference B. Review submittals C. Review field and laboratory tests D. Provide clarification to plans and specifications E. Prepare Change Orders F. Conduct periodic site visits G. Provide part time construction observation services (Average 20 hours per week, 320 hours total), if requested (Additional Services) IEXHIBIT A-1 II Page 5 of 6 (6) Concrete Lined Channel Rehabilitation Flynn Shea Channel (Project No. 2248) Preliminary Phase A. Field review of existing conditions B. Determine Repair Requirements C. Prepare letter Report D. Review Meeting II. Desiqn Phase A. Prepare plans for the work as outlined in Exhibit A B. Prepare specifications for work as outlined in Exhibit A C. Update opinion of probable construction cost. D. Attend two (2) progress review meetings E. Submit plans at 60% and 100% completion for review as outlined in Exhibit A. Ill. Bid Phase Services A. Attend the prebid conference B. Prepare any addenda C. Prepare bid tabulation D. Analyze bids and recommend contract award IV. Construction Phase Services A. Attend preconstruction conference B. Review submittals C. Review field and laboratory tests D. Provide clarification to plans and specifications E. Prepare Change Orders F. Conduct periodic site visits G. Provide part time construction observation services (Average 20 hours per week, 150 hours total), if requested (Additional Services) I I /U S E RS2~H OME~VEL MAFAGEN/DR.AINAG E~2093/EXHIBIT A-1 TASK LIST Page 6 of 6 EXHIBIT B Concrete Lined Channel Rehabilitation Airport Phase 1 (Project No. 2093) Van Galen Phase 1 (Project No. 2211) Carroll West (Project No. 2213) Airport Phase 2 (Project No. 2247) Flynn Shea (Project No. 2248) Bridqe Rehabilitation Kingsbury Drive (Project No. 2198) Lexington Road (Project No. 2199) Drainage Channel Excavation at Saratoga Blvd. Bridge (Project No. 2204) Standards, Codes and Safety Requirements The Consultant's work will be performed in accordance with the most current applicable standards, codes and safety requirements. Specifically, the Consultant will adhere to all safety requirements for confined space entry inspecting manholes and similar confined spaces and all traffic control regulations. Insurance Requirements The Consultant will not begin work under the contract until it has obtained all required insurance and provided the City with the related certificates and endorsements. For the duration of the project, the Consultant will provide the insurance listed below and document required coverages with certificates of insurance: 1. Commercial liability including the following coverages: a. Broad form property damage; b. Premises-operations; c. Explosion, collapse, and underground hazard; d. Product/completed operations hazard; and e. Independent contractors. EXHIBIT "B" Page 1 of 3 A letter accompanying the certificate of insurance and signed by an authorized representative of the insurer will state that the commercial liability insurance includes the 5 coverages. Minimum coverage amounts will be: Bodily Injury and Consequent Death Bodily Injury and Consequent Death Property Damage $ 500,000 Per Person $1,000,000 Per Occurrence $1,000,000 Per Occurrence Automobile liability coverage for all owned, non-owned, or rented vehicles. Minimum coverage amounts will be: Bodily Injury and Consequent Death Bodily Injury and Consequent Death Property Damage $ 500,000 Per Person $1,000,000 Per Occurrence $ 500,000 Per Occurrence Employer's liability insurance with a minimum coverage limit of $100,000 per person. Excess liability insurance coverage (for commercial, automobile, and employer's liability insurance with a minimum coverage limit of $1,000,000. Workers Compensation Insurance The Consultant will provide workers compensation insurance for all its employees who will perform any project work. This coverage will be provided through a company authorized to do business in Texas or [hrough self-insurance obtained in accordance with Texas law. Coverage will be documented in a certificate of insurance or, of the Consultant provides self-insurance, then it will provide to the City a copy of its certificate of authority to self- insure its workers compensation coverage liability. The Consultant will also provide a letter stating that the certificate of authority remains in effect and is not the subject of any revocation proceeding pending before the Texas Workers Compensation Commission. Except for workers compensation insurance, for each insurance coverage required under the contract, the Consultant will obtain an endorsement to the applicable insurance policy, signed by an authorized representative of the insurer, stating that in the event of cancellation or material change that reduces or restricts the insurance afforded, the insurer agrees to mail 30-days prior written notice of cancellation or matedal change to the City at: City of Corpus Christi Department of Engineering Services Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469-9277 EXHIBIT "B" Page 2 of 3 For workers compensation insurance, 1 O-days notice of cancellation or matedal change will be sufficient. The Consultant will also provide an additional insured endorsement for each insurance policy except workers compensation insurance. Each will name the City as additional insured. Use of Subcontractors The Consultant may use subcontractors to complete work under this contract. No subcontractor may provide services unless the City consents. Consent will not be withheld unreasonably. The Consultant will be responsible for completing all contract work even if a subcontractor has assumed responsibility to complete certain work. Also, the Consultant will be responsible for the acts and omissions of any subcontractors. Furthermore, the Consultant agrees that any subcontractor for this project will include the same mandatory insurance requirements in favor of the City as are specified in the City's contract with the Consultant, This is particularly emphasized for workers compensation insurance coverage. Subcontractor certificates of insurance and endorsements will be collected by the Consultant and available for City review upon request. EXHIBIT "B" Page 3 of 3 City of _.Cgi'pus Christi CITY OF CORPUS CHRISTI 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 intormation. Every question must be answered. If the question is not applicable, answer with "NA". FIRM NAME: HDR Enqineerinq,lnc. STREET: 5151 Fl'./nn Parkway, Suite 314 FIRM is: 1. Corporation X 2. Partnership__ 5. Other __CITY: Comus Christi, TX ZIP: 78414 3. Sole Owner 4. Association__ DISCLOSURE QUESTIONS 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 Deparlment (It know~) N/A 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 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. Commls~on or Co~lrnlttee N/A 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 Coesultant 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 Ci~ of Corpus Christi, Texas as changes occur. Cedifying Person: Carl E. Crull, P.E.~ Title: Vice President (Type or Pdn,) Signature of Certifying Person: ~ .-'"..--'z-'~'z~r Date: EXHIBIT "C" I 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" Anv entiN operated Ior econom c gain, whether professional, industrial or commercial and whether es ab i'shed'to pro~]u~e or deal with a producfor service including but not limited to, entities operated in the form ol sole proprietorsh p as self-employed person, partnership, corporation, joint stock company joint venture, receivership or trust and entit es wh c1~, Ior purposes of t~xation, are treated as non-profit organizations. d. ~Official". The Mayor members ot the City Council City Manager Deputy City Manager, ?.~s[stant City Managers, Department and Division Heads and Mun cipa Court Judges ol the City of CorpusChnsth Texas. e. "OwnarshiD Interest". Leaal or equitable interest, whether actually or constructively held, in a firm, including when such inter~st is held through an agent, trust, estate or holding entity. ~Construcbvely held' refers to holding or control established through voting trusts, proxies or special terms ol venture or partnership agreements. ~Consuitant". Any person or firm, such as engineers and architects, hired by the City of Corpus Christy for the purpose of prol;essional consultation and recommendation. EXHIBIT'"C" Page 2 of 2 o 0 o 0 o o 0 0 ~ ~ ~ 0 0 0 0 ~oo o o ~o ooo ~o~ ~ ~ ~ ~o 0 o o o o o o 0 ,-', Ei n o o o o ~ ~ o o o ~ ,-.n ,..,n ,.-n eg' 0 0 iEXHIBIT"D" I Page I of I