Loading...
HomeMy WebLinkAboutC2005-164 - 4/19/2005 - ApprovedCITY OF CORPUS CHRISTI AMENDMENT NO 1 TO CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas hereinafter called "City", and Maverick Enflineerinll hereinafter called "Engineer", agree to the following amendments to the Contract for Engineering Services for McNorton Ditch Drainage Improvements as authorized by: I Odginal Contract December14, 200~4 I Administrative Approval I $24,996 I Section 1. SCOPE OF SERVICES, Paragraph A., SCOPE OF PROJECT, shall be modified by adding the additional paragraphs shown below. 1. SCOPE OF PROJECT: McNorton Channel Improvements-Phase I (~t2214) McNorton Channel Improvements-Phase I includes: · Widening and providing 4:1 side slopes for McNorton Ditch 'A' from the south end of Blanco Road in McNorton Subdivision to the confluence with McNorton Ditch "B:; · Widening McNorton Ditch "B" from Rand Morgan Road to the confluence with McNorton Ditch "A"; · Constructing a storm water detention area on the north side of McNorton Subdivision; · Investigating and prioritizing storm water drainage runoff problems contributing to Ditch "A" in the Gilliam Street area. And all other additions as listed in Exhibit A and A-1 attached. CITY OF CORPUS CHRISTI MAVERICK ENGINEERING, INC. Ronald F. Massey, (,,~ate RECOMMENDED Director of Engineering Services Maverick Engineering 2005-164 04/19/05 M2005-116 Ron Guzman, P.E. Division Manager 2000 S.P.I.D., Suite 100 Corpus Christi, TX 78416-1141 (361) 289-1385 Office (361) 289-0712 Fax Con~ for ~nflin~dnfl (~E) Se~ms ATrEST Arm~ln~o Chapa, City ~ecretary APPROVED AS TO FORM Conlract for Englneedng (A/E) Services Page 2 o[ 2 EXHIBIT A CITY OF CORPUS CHRISTI McNorton Channel Improvements-Phase I Project No. 2214 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 altematives, and upon approval, proceed in a design memorandum which includes Preliminary designs, drawings, and wdtten description of the project. This report shall include: a. Provide scope of soil investigations, bodngs, and laboratory testing. (The City Engineering Services Department will provide necessary soil investigation and testing under one or more separate contracts). b. Confer with the City staff regarding the design parameters of the Project. The Engineer will participate in a minimum of three (3)formal meetings with City staff, provide agenda and purpose for each formal meeting requested by the NE; document and distribute meeting minutes within seven (7) working days of the meeting. The NE 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. c. Submit one (1) copy in an approved electronic format, and one (1) paper copy of the Design Memorandum (or Engineering Report), with executive summary, opinion of probable construction costs defined technical evaluations of identified feasible alternatives, and review with City staff to produce an acceptable format which contains common municipal elements. Design Memorandum will include the following (with CONSTRUCTABILITY being a major element in all the following items): 1) 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 staffto 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). EXHIBIT "A" I Page I of 10 d. Field location of existing city utilities using Texas One-Call (coordinate with appropria[e City Operating Depadment). e. Perform the items as shown on Exhibit "A-I" Task Li~,t. 3) Identity 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 critical 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) 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. 6) 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. 7) Provide a letter stating that the A/E and Sub-consultant Engineers have checked and reviewed the design memorandum prior to submission. System 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. 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. g. Copies of all geotechnical investigation reports, bodngs and laboratory tests. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the NE will: Study, verify, and implement design memorandum 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. EXHIBIT "A" Page2ofl0 [ 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 complete construction and bid documents including specifications for City staff review and approval. Provide one (1) copy of pre-final 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. f. Assimilate all pertinent review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. g. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of pre-final plans and complete bid documents with specifications accurately reflect the intended goals of the project 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, markings and striping, 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 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. k. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. I. Provide a Storm Water Pollution Prevention Plan. EXHIBIT "A" Page 3 of 10 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 hard copy and electronic files of the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. Bid Phase. The NE 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 conceming 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 pdor 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 NE) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. c. Receive the Engineer's recommendation conceming 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 and provide recommended agenda for essential construction activities impacting the project. I EXHIBIT"A" I Page 4 of 10 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 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 pdce 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. As applicable, review and assure compliance with plans and specifications. i. 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 dxfformat 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. EXHIBIT "A" Page5of10 I 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 NE will, with written authorization by the Director of Engineering Services, do the following: Permitting. Furnish the City all engineering data and documentation necessary for all required permits. The NE will prepare this documentation for all required signatures. The NE will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. NPDES Permit/Amendments b. Texas Commission of Environmental Quality (TCEQ) Permits/Amendments c. U.S. Army Corps of Engineers (USACE) d. United States Environmental Protection Agency (USEPA Ri~ht-of-Wav (ROW) Acquisition Survey. The NE 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 drainage right-of-way or easement acquisition process. 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. Topooral3hic Survey. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required for the aedal 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. EXHIBIT "A" I Page 6 of 10 Construction Observation Services. Provide a project representative (PR) to provide pedodic construction inspection. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the NE 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 NE, and will confer with NE regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with NE and Contractor, keeping the CITY advised as necessary. 2. Conference 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 pdncipallythrough ContractoCs 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 NE 4. Interpretation of Contract Documents: Report when clarifications and interpretations of the 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: EXHIBIT "A" I Page 7 of 10 A. Conduct on-Site observations of Contractor's work in progress to assist NE 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 NE 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 ordedy 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, NE'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. 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 NE 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 NE 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. C. Provide project photo report on CD-ROM at the rate of a minimum of [wo photographs per day, including an adequate amount of photograph documentation of utility conflicts. EXHIBIT "A" Page 8 of 10 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 NE, 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 conceming acceptance and issuance of the Notice of Acceptability of the Work. Warranty Phase. Provide a maintenance guaranty inspection toward the end of the one-year pedod 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. 6. SCHEDULE PROPOSED PROJECT SCHEDULE DAY Wednesday Friday Friday Monday Thursday Friday Monday (2) Tuesday Wednesday Weekday Weekday DATE April 20, 2005 May 27, 2005 June 24, 2005 September 26, 2005 October 13, 2005 October 21,2005 October 24 and 31,2005 November 8, 2005 November 23, 2005 February 2006 August 2006 ACTIVITY Begin Preliminary Phase Design Memorandum Submittal City Time (4 weeks) Pre-Final Submittal City Time (2-1/2 weeks) Final Submittal Advertise for Bids Pre-Bid Conference Receive Bids Begin Construction Construction Completion 3. FEES A. 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 EXHIBIT "A" I Page 9 of 10 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 NE's monthly statements. B. 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: C. Summary of Fees Original Contract (December 14, 2004) AMENDMENT NO. 1 Fee for Basic Services 1. Preliminary Phase 2. Design Phase 3. Bid Phase 4. Construction Phase Subtotal Basic Services Fees Fee for Additional Services (Allowance) 1. Permit Preparation (as applicable) NPDES Permit/Amendments TCEQ U.S. Army Corps of Engineers U.S. Environmental Protection Agency Total Permitting 2. ROW Acquisition Survey (AUTHORIZED) 3. Topographic Survey (AUTHORIZED) 4. Construction Observation Services 5. Warranty Phase Sub-Total Additional Services Fees Authorized Total Authorized Fee for Amendment No. 1 Total Revised Fee for Contract $24,996 $48,839 $98,187 $8,239 $29,565 $184,830 $2,079 $2,079 $3,853 $2,002 $10,013 $29,458 $25,618 $71,906 $3,324 $55,076 $239,906 $264,902 EXHIBIT "A" I Page 10 of 10 EXHIBIT A-1 CITY OF CORPUS CHRISTI McNORTON CHANNEL IMPROVEMENTS-PHASE I Project No. 2214 TASK LIST (The following is task list is supplemental description to Exhibit A and does not supersede Exhibit A.) BASIC SERVICES 1) Project limits and scope include: · Widen McNorton Ditch 'A' from approximately 75 feet south of the south end of Blanco Road in McNorton Subdivision to the confluence with McNorton Ditch 'B' - approximately 3.530 linear feet; · Widen McNorton Ditch 'B' from Rand Morgan Road to the confluence with McNorton Ditch 'A' - approximately 2,490 linear feet; · Design a storm water detention area on the north side of McNorton Subdivision; and · Investigate providing limited storm water drainage improvements for Gilliam Street, including inlets and storm sewer conduits -- approximately 1,900 linear feet (Preliminary Phase only unless authorized to proceed with Design Phase). 2) 3) 4) 5) 6) 7) 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 depadment. Attend and participate in project kickoff and planning meetings (3 meetings) with City staff to discuss planning and conceptual 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. Review topographic field survey data and existing property/right-of-way (ROW)/ easement boundaries (performed as Additional Services) to evaluate existing conditions. Prepare one (1) hard copy and one (1) electronic copy of preliminary phase report (draft design memorandum) including data collected, preliminary IEXHIBIT "A-I"I Page 1 of 6 8) g) 10) 11) 12) 13) 14) 15) 16) 17) 18) 19) 2o) drainage calculations and conceptual cost estimates for the anticipated improvements, and make recommendations to the City staff. Review draft design memorandum with City staff, revise, and furnish one (1) hard copy and one (1) electronic copy of final report (design memorandum). Obtain approval to proceed to Design Phase. Implement design memorandum recommendations. Identify locations of public and private utilities and structures, and determine critical elevations for existing adjacent structures and drainage ways. Prepare cross-sections for existing drainage ditches. Develop cross-sections for proposed drainage channel and oveday on existing ditch cross-sections. Establish drainage area boundaries and sub-area limits based on a review of existing maps and drawings, previous drainage studies and field surveys, and in accordance with the City's draft storm water master plan. Perform hydraulic analysis for proposed channel improvements for McNorton Ditches 'A' and 'B' using WinStorm software (100-year storm design). Review calculated runoff results relative to draft storm water master plan. If authorized, perform hydraulic analysis for proposed storm sewer system along Gilliam Street using WinStorm software. Storm sewers will be designed for a 5-year design frequency and the 25-year storm will be checked for containment in the street. Identify any applicable Federal Emergency Management Agency (FEMA) issues associated with the channel improvements. Identify applicable permit requirements and coordinate with appropriate City operating department staff. Coordinate utility relocation requirements as specified by utility owners. Arrange and attend coordination meetings with affected agencies and utility owners. 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 I EXHIBIT "A-I" Page 2 of 6 I · Demolition/Removal Summary · Existing Utility Basemaps · Drainage Area Map · Utility Adjustments (if required) · McNorton Ditch 'A' Baseline Alignment · McNorton Ditch 'B' Baseline Alignment · Existing and Proposed Channel Cross-Sections · Proposed Channel Plan and Profile · Storm Sewer Plan and Profiles · Box Culvert Modifications · Storm Water Pollution Prevention Plan · Storm Sewer Details · Miscellaneous Drainage Details · Traffic Control Plan · Traffic Control Details · Temporary and Permanent Erosion Control Details 21) Prepare opinion of probable construction costs including contingency amount. 22) Edit City standard specification sections to fit project requirements. 23) 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 (if provided) · Notice · Agreement · Proposal/Disclosure Statement · Performance Bond · Payment Bond 24) Submit pre-final drawings and other contract documents to the City for review. 25) Assimilate pedinent review comments received from the City into the contract I EXHIBIT"A-1" I Page 3 of 6 documents. 26) Provide Quality Assurance/Quality Control (QNQC) final review and submit hard copy and electronic files of the final drawings and other contract documents to the City for bidding the project. 27) Update the opinion of probable construction costs. 28) Provide Bid Phase services in accordance with Exhibit 'A' of the Contract for Professional Services. 29) Provide Construction Phase services in accordance with Exhibit 'A' of the Contract for Professional Services. 30) Prepare monthly progress reports for submittal to the City. ADDITIONAL SERVICES PERMI'I-FING 1) 2) 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. Prepare and submit permit applications and associated fees to the appropriate authorities as required to complete the project. RIGHT-OF-WAY ACQUISITION SURVEY 1) Reseamh adjacent property boundaries. 2) Review existing right-of-way (ROW) and easements to ascertain any conflicts. 3) Perform necessary deed research. 4) Prepare working sketch for new right-of-way acquisition. 5) Pre-plan control survey. 6) Set control points in the field. 7) Establish horizontal control on control points by GPS. 8) Perform field right-of-way survey within project limits. Locate and tie-in adjacent tract boundaries. I EXHIBIT "A-I"I Page 4 of 6 9) Download raw survey field data, copy field notes, reduce data and check results. 10) Calculate boundaries for new right-of-way acquisition. 1 1) Set ROW markers for new right-of-way acquisition. 12) Prepare meets and bounds legal descriptions and CAD exhibits for new right- of-way acquisition. 13) Tie in ROW to the City's Global Positioning System (GPS) control network. 14) Perform all work in accordance 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. TOPOGRAPHIC SURVEY 1) 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. 7) Locate and tie-in edges of existing pavement along Gilliam Street. 8) Locate and tie-in known utilities and structures. 9) Download raw survey field data, copy field notes, reduce data and check results. 10) Set control points for construction of drainage improvements. 11) Perform all work in accordance 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. I EXHIBIT "A-I" Page 5 of 6 I CONSTRUCTION OBSERVATION SERVICES 1) Upon receiving authorization from the City to proceed, provide Construction Observation Services in accordance with Exhibit 'A' of the Contract for Professional Services. WARRANTY PHASE 1) Upon receiving authorization from the City to proceed, conduct a maintenance guaranty inspection toward the end of the one-year pedod 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. I EXHIBIT "A-I" Page 6 of 6 I EXHIBIT B MC NORTON DITCH CHANNEL IMPROVEMENTS - PHASE I 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. Bread 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 Exhiblt B I Page 1 of 3 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 material change to the City at: City of Corpus Christi Department of Engineering Services Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469-9277 For workers compensation insurance, 10-days notice of cancellation or material change will be sufficient. Exhibit B I Page 2 of 3 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 I Page 3 ol= 3 Chnsti CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking lo do business with the City to provide the following information. Every question must be answered. Ii: the question is not applicable, answer with NA. FIRM NAME: Maverick Enqineerinfl, Inc. STREET: P. O. Box 9094 CITY: Corpus Christi, TX FIRM is: 1. Corporation X 2. Partnership 3. Sole Owner 5. Other ZIP: 78469 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 finn. Name Job Tl[~e and City Depar~nen[ (it known) 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 finn. Name ~t~e 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 Committee 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 finn. Name Consultant N/A CERTIFICATE I cedih/ that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any in[ormation requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: | ~ (...~-u .3, ~...--~..,..) Signature of Certifying Person:~.~ ~'-~ ~--~ Title: Date: I EXHIBIT "C" Page 1 of 2 DEFINITIONS a. Board Member. A member o[ any board, commission or committee appointed by the City Council of lhe City of Corpus Christi, Texas. Employee. Any person employed by the City of Corpus Chrisli, Texas, either on a full or part time basis, but not as an independent contractor. c. Firm. Any enlity operated for economic gain, whether proKessional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited lo entities operated in lhe form of sole proprietorship, as self-employed person, padnership, 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, DeputyCity Manager, Assistant City Managers, Departmenl and Division Heads and Municipal CoudJudges of the City oK Corpus Christi, Texas. e. Ownership Interest. Legal or equitable interest, whether actually or construclively held, in a finn, including when such interest is held through an agent, trust, estate or holding entity. Constructively held refers to holding or conlrol established through voting Krusts, proxies or special terms of venture or partnership agreements. f. ConsultanI. Any person or firm, such as engineers and architects, hired by lhe City of Corpus Christi Kor the purpose oK proKessional consultation and recommendation. EXHIBIT "C" Page 2 of 2 0 0 0 LO 0 0 0 0 0 ~- O w- O'J ILl ~2 ~ ~ ~ o o oo o~ ~ o ~ ~° o ~ ~ ~ ~ o~ ~ · ~ o E ~ ~ 0 0 0 o o 0 0 o ~ ~ ~ 0 0 o 0 . ~ ~ ~ - . . o z ~ ~ .... E 0 0 0 0 0 0 0 0 0 ~ ~ Q 0 0 0 0 0 0 ~ ~ 0 0 ~ ~ ~ ~ 0 0 0