Loading...
HomeMy WebLinkAboutC2005-093 - 3/29/2005 - Approved 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 Maverick Enclineedn¢l, Inc., a Texas corporation, 2000 S.P.I.D., Suite 100, Corpus Christi, Nueces County, Texas 78416-1141, (Architect/Engineer - A/E), hereby agree as follows: 1. SCOPE OF PROJECT: Corpus Christi International Airport Industrial Park, Ph. 1 (Access Road and Utilities) (Project No. 1098) Corpus Christi International Airport Industrial Park Phase 1 includes engineering design and construction for a new collector street between International Ddve and Pinson Ddve for a proposed industrial park at Corpus Christi International Airport. Phase 1 also includes water, sanitary sewer, storm sewer, electrical and street lighting improvements along the new collector street, and paving improvements to Pinson Drive. 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 Exhibits"A" and "A-I", 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. 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. Maverick Engineering 2005-093 03/29/05 M2005-109 5LO?MENT IMPS/CONTRACT PROFESSIONAL SERVICES Contract for Engineering (NE) Services Page 1 of 3 The Director of Engineering Services may direct the NE 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 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 NE 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 wdtten consent of the City, except for routine duties delegated to personnel of the A/E 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 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 bythe City. Contract for Engineering (NE) Services Page 2 of 3 H USERS2UROME~VELMAp/GEN'~AIRPOR~DEVELOPMENT IMPS/CONTRACT PROFESSIONAL SERVICES 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, and 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 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 ~Date Ronald F. Massey, Assistant City Manager RECOMMENDED /~"g'el' I~. Escobar, P.E., "D~te Director of Engineering Services ATTEST _ Armando Chapa, City ~cretary APPRJ;;;IVED AS TO FORM j~:~-~ lt'C~ttOrney ~j MAVERICK ENGINEERING, INC. Govindqq-af:lkafi~i, P.E. Dat(~ Vice President 2000 S.P.I.D., Suite 100 Corpus Christi, TX 78416-1141 (361) 289-1385 Office (361) 289-0712 Fax Contract for Engineering (A/E) Services Page 3 of 3 H:/USERS2/HO M E/VE LMAI~G E N~AIRPORT~DEVELO P MENT IMPS/CONTR.ACT PRQFESSIONAL SERVICES EXHIBIT A CITY OF CORPUS CHRISTI CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 (Access Road and Utilities) (Project No. 1098) 1. SCOPE OF SERVICES A. Basic Services 1. Design Phase. Upon receiving authorization to proceed, the A/E will: a. Study, verify, and implement exhibits provided by the City 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 (1) set of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general provisions and special provisions, notice to bidders, notices to contractors, insurance requirements, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid, 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 estimates of probable costs and probable construction schedule. e. 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 · Embedmenttype and why · Constructability, etc. · Specific requirements of the City H IU SERS2~IOM~VELMA FSGENLAIRPO R I~Z)EVELOPMENT IMPS/EXHIBiT A EXHIBIT "A" I Page 1 of 7 · Standard specifications · Non-standard specifications · Any unique requirements · Cost, alternatives, etc. · Owner permit requirements and status f. Assimilate all pertinent review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. g. Furnish complete construction and bid documents including specifications for City staff review and approval. Provide one (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 pertinent requirements into the plans and specifications, and advise City of responding and non- responding participants. h. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the 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 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. i. Provide traffic controls including a Traffic Control Plan, illumination, markings and striping, as delineated by the City Traffic Engineering Department. j. 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 sole property and ownership of the City of Corpus Christi. k. The City agrees that any modifications of the submitted final plans (for other uses bythe City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. 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. n. Perform the items as shown on Exhibit "A-I" Task List. 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. EXHIBIT "A" Page 2 of 7 I Provide hard copy and electronic files of the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. 2. 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. 3. Construction Phase. The A/E 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 H !U SERS2~LIO ME~VLL MAP/GEN~AIRP 0 RT~DEVELOPMENT IMPS/EXHIBIT A EXHIBIT "A" I Page 3 of 7 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 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 affec[ 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 and provide the City with a Certificate of Completion for the project. 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 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 NE will not begin work on this section without specific written 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 the Director of Engineering Services as required. The A/E will, with written authorization by the Director of Engineering Services, do the following: 1. Permittinq. Furnish the City all engineering data and documentation necessary for all required permits. The A/E 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. TxDOT Permits/Amendments B. NPDES PermitJAmendments C. Texas Commission of Environmental Quality (TCEQ) Permits/Amendments D. U.S. Army Corps of Engineers (USACE) E. United States Environmental Protection Agency (USEPA) F. Texas Department of License and Regulation (TDLR) I EXHIBIT"A" I Page 4 of 7 H /US E RS2~H OME~VELMAF~G EN%AIRPO R~D EVE L 0 PM E NT IMPS~FXHIBIT A Riqht-of-Wa¥ (ROW) Acquisition Survey. The A/E will review existing ROW and easements to ascertain any conflicts and provide field ROW surveys and submit meets and bounds descriptions and exhibits for the City's use in the right- of-way acquisition process for new collector street. All work must comply with Category l-A, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the 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. Tol3oqraphic 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 Surveyors' 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. Warrantv 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 f:he 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. Re-Route Sanitary Sewer to Existinq Lift Station. Perform additional field topographic surveys and investigate existing utilities as required to re-route the proposed sanitary sewer for Phase I to the existing lift station on airport property, if there is insufficient depth to convey sanitary sewerage to the existing gravity line under International Drive. Prepare construction drawings, technical specifications, quantities and estimate necessary to re-route the proposed sanitary sewer to the existing lift station on airport property. EXHIBIT "A" Page 5 of 7 I H iUSERS2/HOME~VELMAP!GEN~IRPORT~DEVELOPMENT IMPSkEXHIBIT A Hydro-Excavation for Locatinq Existinq Utilities. Pen~orm hydro-excavation (by subconsultant) at various locations along proposed alignment for new connector street to locate existing underground utilities. Determine horizontal position and depth of exposed underground utilities by field survey. Reduce field survey data and indicate locations of exposed utilities on project drawings. 2. SCHEDULE DAY Monday Monday Wednesday Tuesday Tuesday Friday Monday (2) Tuesday Wednesday Monday Weekday PROPOSED PROJECT SCHEDULE DATE April 4, 2005 May 23, 2005 June 22, 2005 July26, 2005 August 9, 2005 August 26, 2005 Aug. 29 and Sept.5, 2005 September 6, 2005 September 14, 2005 October 31,2005 June 16, 2006 ACTIVITY NTP- Begin Design Phase 60% Submittal City Review (30 days) 100% Submittal City Time (2 weeks) Final Submittal Advertise for Bids Pre-Bid Conference Receive Bids Begin Construction Construction Completion 3. FEES 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 NE'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 AJE a not-to-exceed fee as per the table below: EXHIBIT "A" Page 6 of 7 I H LUSE RS2/HO M E/VE LMAFSG E N~AIRPORT~DEVEL O P M E NT IMPSLEXHIBIT A C. Summary of Fees Fee for Basic Services 1. Design Phase 2. Bid Phase 3. Construction Phase Subtotal Basic Services Fees 124,008.00 8,239.00 29,959.00 162,206.00 Fee for Additional Services (Allowance) 1. Permit Preparation (as applicable) TXDOT NPDES Permit/Amendments TCEQ U.S. Army Corps of Engineers U.S. Environmental Protection Agency Texas Department of License and Regulation Total Permitting 2. ROW Acquisition Survey (AUTHORIZED) 3. Topographic Survey (AUTHORIZED) 4. Construction Observation Services 5. Warranty Phase 6. Re-Route Sanitary Sewer to Exist. Lift Station 7. Hydro-Excavation for Locating Exist. Utilities Sub-Total Additional Services Fees Authorized 0.00 7,500.00 17,560.00 0.00 0.00 0.00 0.00 50,710.00 Total Authorized Fee $187,266.00 EXHIBIT "A" Page 7 of 7 I BASIC 1) 2) 3) 4) 5) 6) 7) EXHIBIT A-1 CITY OF CORPUS CHRISTI CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK PHASE 1 (Access Road & Utilities) (Project No. 1098) TASK LIST SERVICES Project scope includes approximately 1,990 linear feet of new city street to connect International Drive and Pinson Drive at Corpus Christi International Airport (CCIA); upgrading approximately 1,350 linear feet of Pinson Drive from the new collector street to State Highway 44; roadway illumination; water improvements; sanitary sewer improvements; and storm sewer improvements. The improvements are for a proposed light industrial park at the airport, which will be bounded by Pinson Drive on the south and west sides, International Drive on the east side, and State Highway 44 on the north side. Perform field investigation (surveying as authorized by Additional Service) as required to define specific areas of demolition and new work, and other applicable parameters required to complete the items indicated on this Task List. Contact Texas One-Call System to locate existing City utilities in the field, and coordinate with appropriate City operating department. Attend and participate in project kickoff and planning meetings (3 meetings) with City staff to discuss architect's Site Plan and approved street alignment and cross-section for final design. Gather information and perform close coordination with City staff. Review available reports, record drawings, utility maps and other information provided by the City pertaining to the project area, including Airport Master Drainage Plan. Make recommendations for future improvements to existing drainage ditch between Pinson Drive and International Ddve. Street lighting is included in the project. MEI will prepare plans for underground conduits for street lights. The City will design and install street lights, light poles, wiring and electrical equipment. Review topographic field survey data and existing property/right-of-way (ROW)/easement boundaries (performed as Additional Services) to evaluate existing conditions. I EXHIBIT "A-I" I Page I of 7 Id iUSERS2/HOME/VELMAFSGEN~IRPORT~DEVELOPMENT IMPS~EXHIBIT A 1 8) Identify locations of public and private utilities and structures, and determine critical elevations for existing adjacent structures and drainage ways. 9) Coordinate utility relocation requirements as specified by utility owners. 10) Perform hydraulic analysis for proposed storm sewers along new collector street between Pinson Drive and International Drive using WinStorm software (25-year design). 11) Identify applicable permit requirements and coordinate with CCIA and appropriate City operating department staff. 12) Arrange and attend coordination meetings with affected agencies and utility owners. 13) Prepare construction drawings to City standards on 24" x 36" sheets, to include: · Title Sheet · Project Location Map · General Notes and Testing Schedule · Estimated Quantities Summary · Proposed Street Sections · Demolition/Removal Summary · Existing Utility Basemaps · Baseline Alignment (New Collector Street) · Drainage Area Map · Utility Adjustments (if required) · Water and Sanitary Sewer Plan & Profile · Paving and Storm Sewer Plan & Profile (New Collector Street) · Paving Plan (Pinson Drive) · Pavement Marking and Signage Plan · Storm Water Pollution Prevention Plan · Waterline Details · Sanitary Sewer Details · Storm Sewer Details · Pavement Marking and Signage Details · Curb, Gutter and Sidewalk Details · Curb Ramp Details · Traffic Control Plan · Traffic Control Details · Temporary and Permanent Erosion Control Details 14) Prepare opinion of probable construction costs including contingency amount. 15) Develop list of specification sections required for the project. I EXHIBIT"A-1" I Page 2 of 7 16) 17) 18) 19) 20) 21) 22) 23) 24) Provide Quality Assurance/Quality Control (QA/QC)interim review and prepare submittal for City's review depicting 60% complete development of the drawings. Address comments received from the City for the 60% submittal. Edit City standard specification sections to fit project requirements. Prepare Special Provisions, Specifications and Forms of Contracts and Bonds to include: · Title Page · Table of Contents · Notice to Bidders · Notice to Contractors - A · Notice to Contractors - B · Part A- Special Provisions · Part B- General Provisions · Part C- Federal Wage Rates and Requirements · Part S - Standard Specifications · Part T - Technical Specifications (if required) · List of Drawings · Geotechnical Report · Notice · Agreement · Proposal/Disclosure Statement · Performance Bond · Payment Bond Provide Quality Assurance/Quality Control (QA/QC) intedm review and prepare submittal for City's review depicting 100% complete development of the drawings and other contract documents. Address comments received from the City for the 100% submittal. Provide Quality Assurance/Quality Control (QA/QC) final review and submit hard copy and electronic files of the final drawings and other contract documents to the City for bidding the project. Update the opinion of probable construction costs. Provide Bid Phase services in accordance with Exhibit 'A' of the Contract for Professional Services. EXHIBIT "A'I"I Page 3 of 7 25) 26) Provide Construction Phase services in accordance with Exhibit 'A' of the Contract for Professional Services. Prepare monthly progress reports for submittal to the City. ADDITIONAL SERVICES PERMI~q-ING 1) Upon receiving authorization from the City to proceed, furnish to the City engineering data and documentation necessary for all required governmental permits as needed to complete the project. 2) Prepare and submit permit applications and associated fees to the appropriate authorities as required to corn 31eta the project. RIGHT-OF-WAY SURVEY 1) Research parent tract boundaries. 2) Review existing right-of-way (ROW) and easements to ascertain any conflicts. 3) Perform necessary deed research. 4) Pre-plan control survey. 5) Set control points in the field. 6) Establish horizontal control on control points by GPS. 7) Perform field right-of-way survey within project limits for new collector street. 8) Download raw survey field data, copy field notes, reduce data and check results. 9) Set ROW markers for new collector street right-of-way. 10) Prepare meets and bounds description and exhibit(s) for new collector street right-of-way. 1 1 ) Tie in ROW to the City's Global Positioning System (GPS) control network. IEXHIBiT"A-1" I Page 4 of 7 H USERS2AHOME/VELMAF~GEN~AIRPORT~3EVELOPMENT IMPSkEXHIBIT A 1 12) Perform all work in accordance with Category l-A, Condition I specifications of /he Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. TOPOGRAPHIC SURVEY ) Research horizontal and vertical control. 2 Pre-plan control survey. 3 Set control points in the field. 4 Establish vertical control points (bench marks) and perform level loops. 5 Establish horizontal control on control points by GPS. 6 Perform topographic survey within project limits for new collector street. 7 Perform cross-section topographic survey for existing drainage ditch between Pinson Drive and International Drive. 8) Locate and tie-in edges of existing pavement. 9) Locate and tie-in known utilities and structures. 10) Download raw survey field data, copy field notes, reduce data and check results. 11 ) Set centerline control points for construction of new collector street. CONSTRUCTION OBSERVATION SERVICES 1) Provide construction observation services as authorized by the City. 2) Conduct daily site visits to the project site during construction. 3) Prepare daily reports and coordinate site visits with MEI office staff. 4) Provide detailed coordination with City staff during construction. 5) Coordinate construction activities with materials testing lab. I EXHIBIT "A-I" Page 5 of 7 I WARRANTY PHASE 1) Upon receiving authorization from the City to proceed, conduct 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, correct or replace improvement under the maintenance guaranty terms of the construction contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action. RE-ROUTE SANITARY SEWER TO EXISTING LIFT STATION 1 Upon receiving authorization from the City to proceed, provide professional services as required to re-route the sanitary sewer outfall for Phase I to the existing lift station on airport property. 2) Identity existing utilities that may conflict with re-routed sanitary sewer line. 3) Conduct field topographic surveys along the proposed re-route. 4) Download raw survey field data, copy field notes, reduce data and check results. 5 Prepare plan & profile drawings for re-routed sanitary sewer line. 6 Prepare details for re-routed sanitary sewer line tie-in to existing lift station. 7 Prepare quantities take-off for re-routed sanitary sewer line. 8 Prepare opinion of probable construction costs for re-routed sanitary sewer line. 9 Provide Quality Assurance/Quality Control (QA/QC) final review and submit hard copy and electronic files of the final drawings to the City for bidding the project. HYDRO-EXCAVATION FOR LOCATING EXISTING UTILITIES 1) Upon receiving authorization from the City to proceed, conduct hydro- excavation (by subconsultant agreement) at various locations along the proposed alignment for new collector street to locate existing underground utilities. 2) Determine horizontal position and depth of underground utilities exposed during hydro-excavation operations by field survey. IEXHIBIT "A-I" Page 6 of 7 I H:\U SERS2~HO M~VELMAFSGEN~AIRP ORT%DEVELOP MENT IMPS/EXHIBIT A-1 3) Download raw survey field data, copy field notes, reduce data and check results. 4) Indicate location and depth of underground utilities exposed during hydro- excavation operations on the project drawings. I EXHIBIT "A-I" Page 7 of 7 I H U S ERS2~HOME~VEL MAP\GENLAIRPO R I~DEVELOPMENT IMPS/EXHIBIT A-1 EXHIBIT B CORPUS CHRISTI INTERNATIONAL AIRPORT INDUSTRIAL PARK, PHASE I (ACCESS ROAD AND UTILITIES) (Project No. 1098) Standards, Codes and Safety Requirements The Consultant's work will be per[ormed 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. 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 IEXHIBIT"B" I Page 1 of 3 H USERS2~HOME/VELMAFAGEN~C, IRPORI~DEVELOPMENT IMPStEXHIBIT B 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. 5. 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 through 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 IEXHIBIT "B" J Page 2 of 3 H ~USERS2tHO ME/VELMAP~GE NLAIRPORTEDEVELO P MENT IMPS/EXHIBIT B For workers compensation insurance, 10~lays notice of cancellation or material 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. H/US E RS25H OME~VELMAFSGEN~&IRPO RT~D EVE LO P M E NT IMPS~E×HIBIT B EXHIBIT"B" Page 3 of 3 City of Corpus Chnsti 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 information. Every question must be answered. If the question is not applicable, answer with "N/A". FIRM NAME: MEI Maverick Enqineerinq STREET: 2000 S. P. I.D. CITY: FIRM is: 1. Corporation X 2. Padnership 5. Other Corpus Christi, TX ZIP: 78416 3. Sole Owner 4. Association DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 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 Cib/Department (if 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, Commission or CommiLtee 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 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: Govind Nadkarni, P.E. Title: Vice President Signature of Certifying Person: ~¢.~/J~¢,,~.~..~ .~,~. Date: "~/~ ~,/0 ..~ EXHIBIT "C" Page 1 of 2 DEFINITIONS a Board Member. A member of any board, commission or committee appointed by the City Council o[ the City of Corpus Christi, Texas. b Employee. Any person employed by the Cily 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 pro[essional, 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 join[ venture receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d Oh%iai. The Mayor, members of the City Council, City Manager, DeputyCity 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 re[ers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. i~. Consultant. Any person or rirm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. JEXHIBIT "C" I Page 2 of 2 · ~ o ~ ~ ~ nn mm c~ ~ ~ o 0 0 0 0 0 0 0 0 0 C) IEXHIBIT "D" I Page 1 of 1