Loading...
HomeMy WebLinkAboutC2005-210 - 5/10/2005 - ApprovedCITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or Designee (Director of Engineering Services) and Maverick Enclineefin~l, Inc., a Texas corporation, 2000 S.P.I.D., Suite 100, Corpus Christi, Nueces County, Texas 78416-1141, (Architect/Engineer - NE), hereby agree as follows: 1. SCOPE OF PROJECT 1.1 Cimarron Boulevard Phase 1 - Saratoga to Yorktown (Project No. 6261) The section of Cimarron Boulevard bound between Saratoga Boulevard & Yorktown Boulevard is currently a rural unimproved two-lane roadway. Cimarron Boulevard Phase 1 improvements will consist of the reconstruction and widening of the existing two-lane roadway to an arterial (A-1) four-lane roadway with a continuous left turn lane, curb & gutter, sidewalks, driveways, storm water improvements, water improvements, wastewater improvements, and the installation of improvements to meet TAS standards as administered thru TDLR. Associated improvements such as pavement markings, traffic signage / traffic control, street lighting and ROW acquisition will be made as required. A new traffic signal will be installed at the intersection of Cimarron Boulevard and Yorktown Boulevard. 1.2 Cimarron Boulevard Phase 2 - Yorktown to Bison (Mireles) (Project No. 6262) The section of Cimarron Boulevard bound between Yorktown Boulevard & Bison Drive is currently a rural unimproved two-lane roadway. Cimarron Boulevard Phase 2 improvements will consist of the reconstruction and widening of the existing two-lane roadway to a collector (C-3) four-lane roadway with curb & gutter, sidewalks, driveways, storm water improvements, water improvements, wastewater improvements, the installation of improvements to meet TAS standards as administered thru TDLR. Associated improvements such as pavement markings, traffic signage / traffic control, street lighting and ROW acquisition will be made as required. 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform professional services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, NE 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-I", to complete the Project. Exhibit "A-I" provides supplemental description of services to Exhibit "A" and is not intended to supersede services described in Exhibit "A". Work will not begin on Additional Services until requested by the NE (provide breakdown 200~-2]0 Contract for Engineering (NE) Services Page 1 of 4 05/] 0/05 Last Revision: Dec 2004 M2005-I34 MARRON'CONSULIAN I~'CONTRACT PROFESSIONAL SERVICES Maverick Engineering of costs, schedules), and written authorization is provided by the Director of Engineering Services. A/E services will be "Services for Construction Projects"- (Basic Services for Construction Projects") which are shown and are in accordance with "Professional Engineering Services- A Guide to the Selection and Negotiation Process, 1993" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of Professional Engineers. For purposes of this contract, certain services listed in this publication as Additional Services will be considered as Basic Services. 3. ORDER OF SERVICES The A/E agrees to begin work on those authorized Basic Services for this contract upon receipt of the Notice to Proceed from the Director of Engineering Services. Work will not begin on any phase or any Additional Services until requested in writing by the A/E and written authorization is provided by the Director of Engineering Services. The anticipated schedule of the preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit "A". This schedule is not to be inclusive of all additional time that may be required for review by the City staff and may be amended by or with the concurrence of the Director of Engineering Services. 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 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" and shall include monthly updates. 6. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the A/E at the address of record. In this event, the A/E will be compensated for its services on all stages authorized based upon A/E and City's estimate of the proportion of the total services actually completed at the time of termination. Contract for Engineering (NE) Services Page 2 of 4 Last Revision: Dec 2004 H tUSERS2/HOME~VELMAFAGENLSTREETk0261 CIMARRON~CONSULTANIACONTRACT PROFESSIONAL SERVICES 7. LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. The A/E agrees that at least 75% of the work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan Statistical Area (MSA). Additionally, no more than 25% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA.) 8. ASSIGNABILITY The A/E will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the A/E staff. If the A/E is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the A/E fee may be assigned in advance of receipt by the A/E without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. 9. OWNERSHIP OF DOCUMENTS All documents including contract documents (plans and specifications), record drawings, contractor's field data, and submittal data will be the sole property of the City, may not be used again by the A/E without the express written consent of the Director of Engineering Services. However, the A/E may use standard details that are not specific to this project. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re-use of modified plans. 10. DISCLOSURE OF INTEREST A/E further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form attached hereto as Exhibit "C". CITY OF CORPUS CHRISTI Ronald F. Massey, Assistant City Manager Date MAVERICK ENGINEERING, INC. Vice President 2000 SPID, Suite 100 Corpus Christi, TX 78416-1141 (361) 289-1385 Office (361) 289-0712 Fax Contract for Engineering (A/E) Services Page 3 o[ 4 Last Revision: Dec 2004 H/U SERS2~HOME/VELMAP\GE N/STREEt6261 CIMARRON/CO NS U LTAN I~CO NTRACT PROFESSIONAL SERVICES RECOMMENDED /~d] R/Escobar, P.E., Erat~ E~irector of Engineering Services ATTEST By Armand~ry APPROVED AS TO FORM Date Contract for Engineering (A/E) Services Page 4 of 4 Last Revision: Dec 2004 H/USERb~2~IOME~VELMAp\GEN1STREET~6261 ClMARRON/CONSULTAN IACONTRACT PROFESSIONAL SERVICES EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS Cimarron Blvd. Phase 1 - Saratoga to Yorktown (Project No. 6261) Cimarron Blvd. Phase 2 - Yorktown to Bison (Mireles) (Project No. 6262) I. SCOPE OF SERVICES Basic Services. Basic Services will include the following in addition to those items shown on Exhibit "A-1" Task List. 1. Preliminary Phase. The ArchitectJEngineer-A/E 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 a Design Memorandum which includes Preliminary designs, drawings, and written description of the project. This report shall include: a. Provide scope of soil investigations, borings, and laboratorytesting. (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; 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. c. Submit one (1) copy in an approved electronic format, and one (1) paper copies of the Design Memorandum, 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 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, EXHIBIT "A" Page I of 14 Last Revision: Dec 2004 H ~USERS2~FIOME~VELMAF~GEN/STREETt6261 CIMARRON~CONSULTANT~EXHIBIT A 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, potential right of way/easements, 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 basis, 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. Advise of environmental site evaluations and archeology reports that are needed for the Project (Environmental issues 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. 8. Provide a letter stating that the A/E and Sub-consultant Engineers have checked and reviewed the design memorandum prior to submission. 9. Additional items are required with the Design Memorandum to identify and summarize the project by distinguishing key elements such as: · Pipe Size or Building Size · Pipe Material, etc. · Why one material is selected over another · Pluses of selections · ROW requirements and why · Permit requirements and why · Easement requirements and why · Embedment type and why · Constructability, etc. · Specific requirements of the City · Standard specifications · Non-standard specifications · Any unique requirements · Cost, alternatives, etc. · Owner permit requirements and status EXHIBIT "A" Page 2 of 14 Last Revision: Dec 2004 H USENS2/hlOME!VEL~AFAGEN/STREE~,6261 CIMARRON~CONSULTANqF~F×HIBIT A d. Field location of existing utilities using Texas one-call system (Coordinate with appropriate City Operating Departments). e. Provide subsurface utility engineering in accordance with ASCE Standard "ASCE C-I, 38-02, Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data". The proposed subsurface utility investigation will be as follows: 1. Excavation - The survey scope includes working with a subsurface utility excavator to perform Quality Level A investigation of underground utilities in specified areas through the project limit. (Quality Level A involves the use of nondestructive digging equipment at critical points to determine the horizontal and vertical position of underground utilities, as well as the type, size, condition, material, and other characteristics.) Utilities located at this quality level will be physically located and tied to the topographic survey control. The utility will be identified and an elevation will be obtained to the top of the utility. 2. Utility Location - The survey scope includes locating certain utilities to Quality Level B (Quality Level B involves surveying visible above ground utility facilities, such as manholes, valve boxes, posts, etc., and correlating this information with existing utility records.) These utilities will be located by obtaining a One- Call Notice and measuring the marked locations. 3. Storm Water- Storm water facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible storm water manholes and drainage inlets. 4. Wastewater- Wastewater facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible wastewater manholes. 5. Water - Water facilities within the project limits will be located to Quality Level C. 6. Gas - Gas facilities within the project limits will be located to Quality Level C by the AJE. The City of Corpus Christi Gas Department will provide Quality Level A. The A/E will coordinate this activity. 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). EXHIBIT "A" Page 3 of 14 Last Revision: Dec 2004 f Provide applicable Master Plans. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the A/E will: Cimarron Phase 1 & Phase 2 a. 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. b. Prepare one set of Construction Bid and Contract Documents in City format (using City Standards as applicable) for each phase, including Contract agreement forms, general provisions and special provisions, notice to bidders, insurance requirements, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, one bid for each phase, 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 with the recommended construction schedule. The construction schedule will provide a phased approach to track progress and payments. e. Furnish one (1) copy of the pre-final plans to the City staff for review and approval purposes with estimates of probable construction costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. f. With the pre-final, provide Traffic Control Plan with illumination, markings and striping, signalization for review and approval by the City Traffic Engineering Department. g. Assimilate all pertinent review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. h. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the pre-final and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The Consultant A/E and Sub-consultant A/E shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. 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 EXHIBIT "A" Page 4 o[ 14 Las[ Revision: Dec 2004 H USERS2~HOME/VELMAFSGEN/STREE r~6261 CIMARRON~CONSULTANT~'XHIBIT A 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 bythe 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. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the design phase. b. Provide the budget for the Project specifying the funds available for the construction contract. c. Provide electronic files of the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. 3. Bid Phase. The A/E will: a. Participate in the pre-bid conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c. Review all pre-bid questions and submissions 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 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: Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. 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. EXHIBIT "A" Page 5 of 14 Last Revision: Dec 2004 H USERS2~IOME/VELMAFAGENiSTREET~6261 CIMARRON/CONSULTANI%FXHIBIT A c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. d. Prepare, review and provide copies of the contract for execution between the City and the contractor. 4. Construction Phase. The A/E will perform contract administration to include the following: a. Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Review field and laboratory tests. d. Provide interpretations and clarifications of the contract documents for the contractor and authorize required changes, which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. e. Make regular visits to the site of the Project to confer with the City project inspector and contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. f. Prepare change orders as authorized by the City (coordinate with the City's construction division); provide interpretations and clarifications of the plans and specifications for the contractor and authorize minor changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. g. Make final inspection with City staff 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. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction phase. b. Prepare applications/estimates for payments to contractor. c. Conduct the final acceptance inspection with the Engineer. EXHIBIT "A" Page 6 of 14 Last Revision: Dec 2004 I I USERS2~HOMEWELMAP~GEN!STREED6261 CIMARRON!CONSULTANI~E~HIBIT A B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that may be included as part of this contract, but the A/E will not begin work on this section without specific written approval by the Director of Engineering Services. Fees 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: Permittinq. Furnish the City all engineering data and documentation necessary for all required permits and pay all applicable fees. 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 Department of License and Regulation (TDLR) Riqht-of-Wav (ROW) Acquisition 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 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. 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 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. 4. Environmental Issues To be determined. EXHIBIT "A" Page 7 of 14 Las[ Revision: Dec 2004 H ~USERS2~IOME/VELMAP~GEN/STREETk6261 CIMARRONSCONSULTANI~EXHIBIT A Construction Observation Services. Provide a project representative (PR) to provide full time 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 A/E shall endeavor to provide further protection for the CITY against defects and deficiencies in the Work. B. The duties and responsibilities of the PR are described as follows: 1. General: PR will act as directed by and under the supervision of A/E, and will confer with A/E regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with A/E and Contractor, keeping the CITY advised as necessary. 2. 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 principallythrough Contractor's superintendent and assist in understanding the intent of the Contract Documents. b. PR shall communicate with CITY with the knowledge of and under the direction of A/E 4. Interpretation of Contract Documents: Report when clarifications and interpretations 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: a. Conduct on-Site observations of Contractor's work in progress to assist A/E in determining if the Work is in general proceeding in accordance with the Contract Documents. b. Repod whenever PR believes that any part of Contractor's work in progress will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise City and A/E of that part of work in progress that PR believes EXHIBIT "A" Page 8 of 14 Last Revision: Dec 2004 should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. c. Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. 7. Records: a. Maintain orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, A/E's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. b. Prepare a daily report utilizing approved City format, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to A/E and the City. 8. Reports: a. Furnish periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. b. Report immediately to the CITY and A/E the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. c. Provide project photo report on CD-ROM at the rate of a minimum of two photographs per day, including an adequate amount of photograph documentation of utility conflicts. 9. Completion: a. Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. b. Participate in a final inspection in the company of A/E, the CITY, and Contractor and prepare a final list of items to be completed or corrected. c. Observe whether all items on final list have been completed or corrected and make recommendations conceming acceptance and issuance of the Notice of Acceptability of the Work. 6. Warranty Phase. Provide a maintenance guaranty inspection toward the end of the one-year period after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective conditions and submit to City Staff. Complete the inspection and EXHIBIT "A" Page 9 of 14 Last Revision: Dec 2004 H USERS2~IOME/VELMAFAGEN~STREETt6261 CIMARRON~CONSULTANI~.XHIBIT A prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. Hydro-Excavation. Upon receiving authorization from the City to proceed, conduct hydro-excavation at a minimum of 4 locations (60 Linear feet @ 10' depth) to identify underground utilities. The hydro-excavation process will conform to subsurface utility engineering in accordance with ASCE Standard C- I, 38-02, and shall be in accordance with Section 1 .e of Basic Services. Televisinq Existinq Sanitary Sewer Lines. Upon receiving authorization from the City to proceed, conduct cleaning and televising of existing sanitary sewer lines (Phase 1 - Approximately 2500 LF of 15" diameter pipe & Phase 2 - Approximately 2500 LF of 12"-16" diameter pipe). If authorized, NE will perform televising of additional 7900 If of 24" line bound between Yorktown and Saratoga. A/E will review televising data and recommend repairs. A/E will provide associated data to the City's Waste Water Department within 30 days of performing said activities. 9. Provide the services above authorized in addition to those items shown on Exhibit "A-1" Task List. 2. SCHEDULE CIMARRON BLVD. PHASE 1 - SARATOGA TO YORKTOWN (# 6261) DAY Wednesday Friday Friday Friday Friday Friday Friday Friday Friday Monday (2) Tuesday Wednesday Monday Monday DATE May 11,2005 August 5, 2005 August 19, 2005 September 2, 2005 September 9, 2005 January 20, 2006 February 3, 2006 March 10, 2006 March 31,2006 June 5 & 12, 2006 June 20, 2006 July 11, 2006 October, 2006 March, 2008 ACTIVITY Begin Design Memorandum Phase Design Memorandum Pre-Final Submission City Review Design Memorandum Final Submission Begin Design Document Phase Design Document Pre-Final Submission City Review Design Document Final Submission City Review Advertise for Bids Pre-Bid Conference Receive Bids Begin Construction Construction Completion EXHIBIT "A" Page 10 of 14 Last Revision: Dec 2004 CIMARRON BLVD. PHASE 2 -YORKTOWN TO BISON (MIRELES) (# 6262) DAY DATE Wednesday May 11,2005 Friday July 1,2005 Friday Friday Monday Friday Friday Friday Friday Monday (2) Tuesday Wednesday Monday Friday July 8, 2005 July 22, 2005 August 1,2005 October 14, 2005 October 21, 2005 November 18, 2005 December 2, 2005 December 5 & 12, 2005 December 13, 2005 January 11,2006 February, 2006 December, 2006 ACTIVITY Begin Design Memorandum Phase Design Memorandum Pre-Final Submission City Review Design Memorandum Final Submission Begin Design Document Phase Design Document Pre-Final Submission City Review Design Document Final Submission City Review 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 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 NE a not-to-exceed fee as per the table below: EXHIBIT "A" Page 11 of 14 Last Revision: Dec 2004 C. Summary of Fees CIMARRON BLVD. PHASE 1 - SARATOGA TO YORKTOWN (# 6261) Fee for Basic Services 1. Preliminary Phase 2. Design Phase 3 Bid Phase 4. Construction Phase Subtotal Basic Services Fees Street Storm Water Waste Totals Water Water $24,040.29 $13,410.11 $7,791.90 $7,396.70 $52,639.00 210,963.00 117,679.00 68,377.00 64,909.00 461,928.00 5,B22.02 3,247.63 1,687.03 1,791.32 12,748.00 19,208.85 10,715.04 6,225.94 5,910.17 42,060.00 260,034.16 145,051.78 84,281.87 80,007.19 569,375.00 Fee for Additional Services (Allowance) Permit Preparation (as applicable) (AUTHORIZED) TXDOT NPDES Permit/Amendments Texas Department of License and Regulatien Total Permitting 2. ROW Acquisition Survey 3. Topographic Survey (AUTHORIZED 4 Environmental Issues 5. Construction Observation Services 6. Warranty Phase 7. Hydro-Excavation (AUTHORIZED) 8. Televising Existing Sanitan/Sewer Lines Sub-Total Additional Services Fees Authorized 4,261.93 2,377.38 1,381.37 1,311.31 9,332.00 TBD TBD TBD TBD TBD 4,936.94 2,753.91 1,600.15 1,516.99 10,810.00 TBD TBD TBD TBD TBD 124,244.61 69,305.90 40,269.97 36,227.52 272,046.00 3,385.07 1,888.25 1,097.16 1,041.52 7,412.00 0.00 0.00 6,592.00 6,592.00 13,184-.00 0.00 0.00 0.00 31,250.00 31.250.00 136,828.55 76,325.45 50,940.66 79,941.34 344,036.00 Total Authorized Fee 396,862.70 221,377.24 135,222.52 159,948.54 913,411.00 EXHIBIT "A" Page 12 of 14 Last Revision: Dec 2004 H USERS2~FIOME~VELMAP/GENSSTREET~6261 CIMARRONkCONSULTANI~EXHIBIT A CIMARRON BLVD. PHASE 2 - YORKTOWN TO BISON (MIRELES) (# 6262) Fee for Basic Services 1. Preliminary Phase 2 Design Phase 3. Bid Phase 4. Construction Phase Subtotal Basic Services Fees Street Storm Water Waste Totals Water Water $21,769.§1 $9,004.82 $6,217.49 $5,500.88 $42,493.00 105,353.00 43,578.00 30,089.00 26,621.00 205,641.00 5,395.1g 2,231.66 1,540.88 1,363.28 10,531.00 13,659.86 5,650.24 3,901.28 3,451.63 26,663.00 146,177.86 60,464.71 41,748,65 36,936.78 285,328.00 Fee for Additional Services (Allowance) Permit Preparation with fees (as applicable) (AUTHORIZED) TXDOT NPDES Permit/Amendments Texas Depadment of License and Regulation Total Permitting 2. ROW Acquisition Survey 3. Topo[~raphic Survey (AUTHORIZED) 4. Environmental Issues 5. Construction Observation Services 6 Warranty Phase 7. Hydro-Excavation (AUTHORIZED) 8. Televising Existing Sanitary Sewer Lines Sub-Total Additional Services Fees Authorized Total Authorized Fee 4,652.85 1,924.59 1,328.86 1,175.70 9,082.00 TBD TBD TBD 4,723.55 1,953.84 1,349.05 TBD TBD TBD 48.669.94 20,131.73 13,900.22 1,805.40 746.78 515.62 0.00 0.00 6,592.00 0.00 0.00 0.00 59,851.73 24,756.95 23,665.76 TBD 1,193.56 TBD 12,290.11 456.20 6,592.00 31,250.00 52,965.56 TBD 9,220.00 TBD 95,000.00 3,524.00 13,184.00 31,250.00 161,260.00 206,029.59 85,221.66 65,434.41 89,902.35 446,588.00 EXHIBIT "A" Page 13 ot14 Last Revision: Dec 2004 H iUSERS2~HOME/VELMAFAGENtSTREET~6261 CIMARRON/CONSULTAN I~EXHIBIT A CIMARRON BLVD PHASE 1 & PHASE 2 COMBINED Fee for Basic Services 1. Preliminary Phase 2. Design Phase 3 Bid Phase 4. Construction Phase Subtotal Baeic Services Fees Street Storm Water Water $45,810.00 $22,414.93 $14,009.40 316,316.00 161,257.00 98,466.00 11,217.22 5,479.29 3,427.90 32,068.70 16,365.28 10,127.22 406,212.01 205,516.50 126,030.52 Waste Water $12,897.58 91,530.00 3,154.60 9,361.79 116,943.97 Totals $95,132.00 667,569.00 23,279.00 68,723.00 854,703.00 Fee for Additional Services (Allowance) 1. Permit Preparation (as applicable) (AUTHORIZED) TXDOT NPDES Permit/Amendments Texas Department of License and Regulation Total Perml~ing 2. ROW Acquisition Survey 3. Topographic Survey (AUTHORIZED 4. Environmental Issues 5. Construction Observation Services 6. Warranty Phase 7 Hydro-Excavation (AUTHORIZED) 6. Televising Existing Sanitary Sewer Lines Sub-Total Additional Services Fees Authorized Total Authorized Fee 8,914.78 4,301.98 2,710.23 2,487.01 18,414.00 TBD TBD 9,660.48 4,707.75 TBD TBD 172,914.55 89,437.64 5,190.47 2,635.03 9.00 0.00 0.00 0.00 196,680.28 101,082.40 $602,892.29 $306,598.90 TBD 2,949.21 TBD 54,170.19 1,612.79 13,184.00 0.00 74,626.41 $200,656.93 TBD 2,712.56 TBD 50,525.63 1,497.71 13,184.00 62,500.00 132,906,91 $249,850.88 TBD 20,030.00 TBD 367,048.00 10,936.00 26,368.00 62,500.00 505,296.00 $1,359,999.00 EXHIBIT "A" Page 14 of 14 LastRevision:Dec 2004 H ~USERS~HOME/VELMA~GEN~TRE~6261 CIMARRON/C O NS U LTAN~XHIBIT A Basic 2) 3) 4) 5) 6) 7) a) 9) EXHIBIT A-1 CITY OF CORPUS CHRISTI, TEXAS Cimarron Blvd. Phase 1 - Saratoga to Yorktown (Project No. 6261) Cimarron Blvd. Phase 2 - Yorktown to Bison (Mireles) (Project No. 6262) TASK LIST services for Cimarron Blvd. Phase 1 - Saratoga to Yorktown (~6261) Project limits include Cimarron Boulevard from Saratoga to Yorktown involving existing right-of-way plus acquired parcels of lots to facilitate the street improvements. Perform field investigation (surveys as authorized by Additional Services) as required to define specific areas of demolition and new work along with the applicable parameters required to complete the design memorandum and construction drawings. 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 planning and conceptual design. Review available reports, record drawings, utility maps and other information provided by the City pertaining to the project area. Prepare one (1) hard copy and one (1) electronic copy of the design memorandum (pre-final and final submission) including data collected, preliminary drainage calculations, roadway alignments, additional road requirements (if any) and conceptual cost estimates for the anticipated improvements and make recommendation to the City staff. Review with City staff, revise and fumish one (1) hard copy and one (1) electronic copy of the final design memorandum. Obtain approval to proceed to Design Phase. Participate with staff at one (1) public meeting. Prepare exhibits as required to illustrate scope of proposed improvements. Prepare hydraulic analysis based on 5 & 25-year design storm return frequency runoff coefficients, time of concentration, rainfall intensity and drainage areas utilizing WinStorm software. Hydraulic Gradient will be reflected in the construction drawings. Develop construction drawings in English units in 22" x 34" sheets, to include the following (Approximately 200 sheets total). EXHIBIT "A-1" Page 1 of 10 Last Revision: Dec 2004 H ~USERS2/HOME/VELMAI:AGEN~STREETt6261 CIMARRON~CONSULTANT~EXHIBIT A 1 12) 13) 14) 15) 16) 17) 19) Prepare opinion of probable construction costs including contingency amounts. 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) interim review and prepare submittal for City's review depicting pre final complete development of the construction drawing and specifications. Address comments received from the City for the pre final Submittal. Provide Quality Assurance/Quality Control (QA/QC) interim review and prepare submittal for City's review depicting final complete development of the construction drawing and specifications. Address comments received from the City for the final Submittal. Provide Quality Assurance/Quality Control (QA/QC) final review and submit one (1) hard copy and one (1) electronic copy of the final contract drawings and specifications to the City for bidding process. Update the Opinion of Probable Costs. Provide Bid Phase Services in accordance with Exhibit 'A' of the Contract for Professional Services. EXHIBIT "A-1" Page 2 of 10 Last Revision: Dec 2004 20) 21) 22) Provide Construction Phase Services in accordance with Exhibit 'A' of the Contract for Professional Services. Prepare monthly progress reports for submittal to the City. Monthly progress reports shall be submitted by the 5~h of each month. A/E will coordinate with City and AEP for lighting conduit locations. A spare conduit for City MIS will be included. Basic 1 2) 3) 4) 5) 6) 7) 8) 9) services for Cimarron Blvd. Phase 2 - Yorktown to Bison (Mireles) (#6262) Project limits include Cimarron Boulevard from Yorktown to Bison involving existing right-of-way plus acquired parcels of lots to facilitate the street improvements. Perform field investigation (surveys as authorized by Additional Services) as required to define specific areas of demolition and new work along with the applicable parameters required to complete the design memorandum and construction drawings. 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 planning and conceptual design. Review available reports, record drawings, utility maps and other information provided by the City pertaining to the project area. Prepare one (1) hard copy and one (1) electronic copy of the design memorandum (pre-final and final submission) including data collected, preliminary drainage calculations, roadway alignments, additional road requirements (if any) and conceptual cost estimates for the anticipated improvements and make recommendation to the City staff. Review with City staff, revise and furnish one (1) hard copy and one (1) electronic copy of the final design memorandum. Obtain approval to proceed to Design Phase. Participate with staff at one (1) public meeting. Prepare exhibits as required to illustrate scope of proposed improvements. Prepare hydraulic analysis based on 5 & 25-year design storm return frequency runoff coefficients, time of concentration, rainfall intensity and drainage areas utilizing WinStorm software. Hydraulic Gradient will be reflected in the construction drawings. EXHIBIT "A-1" Page 3 of 10 Last Revision: Dec 2004 11) 16) 17) Develop construction drawings in English units in 22" x 34" sheets, to include the following (Approximately 125 sheets total). Prepare opinion of probable construction costs including contingency amounts. 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) interim review and prepare submittal for City's review depicting pre final complete development of the construction drawing and specifications. Address comments received from the City for the pre final Submittal. Provide Quality Assurance/Quality Control (QA/QC) interim review and prepare submittal for City's review depicting final complete development of the construction drawing and specifications. Address comments received from the City for the final Submittal. Provide Quality Assurance/Quality Control (QA/QC) final review and submit one (1) hard copy and one (1) electronic copy of the final contract drawings and specifications to the City for bidding process. 18) Update the Opinion of Probable Costs. EXHIBIT "A-I" Page 4 of 10 Last Revision: Dec 2004 H/USERS2~LIOME~VELMAP/GEN1STREET~6261 CIMARRON/CONSULTAN IAEXHIBFI A-1 19) 20) 21) 22) Provide Bid Phase Services in accordance with Exhibit 'A' of the Contract for Professional Services. Provide Construction Phase Services in accordance with Exhibit 'A' of the Contract for Professional Services. Prepare monthly progress reports for submittal to the City. Monthly progress reports shall be submitted by the 5~h of each month. AJE will coordinate with City and AEP for lighting conduit locations. A spare conduit for City MIS will be included. EXHIBIT "A-I" Page 5 o[10 LastRevision:Dec2004 Additional Services for Cimarron Blvd. Phase 1 - Saratoga To Yorktown (#6261) PERMITTING 1) Upon receiving authorization from the City to proceed, furnish to the City all 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 complete the project. RIGHT-OF-WAY ACQUISITION SURVEY 1 ) Establish limits of work area and obtain reference drawings. 2) Research City rights-of-way (ROW), easements and property boundaries. 3) Research adjacent properties. 4) Prepare working sketch for right-of-way (ROW) acquisition. 5) Locate and tie-in tract boundaries. 6) Calculate boundaries for right-of-way (ROW) acquisition. 7) Perform CAD design/drafting for final survey plats. 8) Provide Quality Assurance/Quality Control (QA/QC) final review for survey plats. 9) Write legal descriptions for right-of-way (ROW) acquisition. 10) Stake boundaries for right-of-way (ROW) to be acquired. 11 ) Provide ROW exhibit. TOPOGRAPHIC SURVEY 1) 2) 3) 4) Research horizontal and vertical controls, Pre-plan control survey. Set control points in the field. Establish vertical control points (bench marks) and perform level loops. EXHIBIT "A-1" Page 6 of 10 Last Revision: Dec 2004 5) 6) 7) 8) 9) 11) Establish horizontal control on control points by GPS. Perform topographic survey within project limits. Cross-section existing drainage ditches at 100-ft. intervals. Locate and tie-in tract boundaries. Locate and tie-in known utilities and structures. Download raw survey field data, copy field notes, reduce data and check results. Set centedine control points for construction. 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. 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. HYDRO-EXCAVATION 1) Upon receiving authorization from the City to proceed, conduct hydro-excavation at a minimum of 4 locations (60 Linear feet @ 10' depth) to identity underground utilities. The hydro-excavation process will conform to subsurface utility engineering in accordance with ASCE Standard C-I, 38-02, and shall be in accordance with Section 1 .e of Basic Services in Exhibit "A". EXHIBIT "A-1" Page 7 of 10 Last Revision: Dec 2004 H USERS25HOME/VELMAP~GEN~STREET~6261 CIMARRON%CONSULTAN~E×HIBITA 1 TELEVISING EXISITING SANITARY SEWER LINES 1) 2) Upon receiving authorization from the City to proceed, conduct cleaning and televising of existing sanitary sewer lines (Phase 1 - Approximately 2500 LF of 15" diameter pipe). If authorized an additional 7900 LF of the 24" sanitary sewer line will be included in the televising. Additional Services for Cimarron Blvd. Phase 2 - Yorktown To Bison (Mireles) (#6262) PERMITTING 1) 2) Upon receiving authorization from the City to proceed, furnish to the City all 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 2 3 4 5 6 7 8 9 10 11 Establish limits of work area and obtain reference drawings. Research City rights-of-way (ROW), easements and properly boundaries. Research adjacent properties. Prepare working sketch for right-of-way (ROW) acquisition. Locate and tie-in tract boundaries. Calculate boundaries for right-of-way (ROW) acquisition. Perform CAD design/drafting for final survey plats. Provide Quality Assurance/Quality Control (QA/QC) final review for survey plats. Write legal descriptions for right-of-way (ROW) acquisition. Stake boundaries for right-of-way (ROW) to be acquired. Provide ROW exhibit. EXHIBIT "A-1" Page 8 of 10 Last Revision: Dec 2004 H /USERS2~IO ME~VLLMAFSGEN~STRE ET~6261 CIM~RRO N/CON SU LTANT~EXHIBIT A- I TOPOGRAPHIC SURVEY 1 ) Research horizontal and vertical controls. 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) Cross-section existing drainage ditches at 100-ft. intervals. 8) Locate and tie-in tract boundaries. 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. 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. 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. EXHIBIT "A-1" Page 9 of l0 Last Revision: Dec 2004 H ~USERS2/HOME~VELMAP,GEN~STREET~6261 CIMARRON/CONSULTANT~E×HIBIT A-1 HYDRO-EXCAVATION 1) Upon receiving authorization from the City to proceed, conduct hydro-excavation at a minimum of 4 locations (60 Linear feet @ 10' depth) to identify underground utilities. The hydro-excavation process will conform to subsurface utility engineering in accordance with ASCE Standard C-I, 38-02, and shall be in accordance with Section 1 .e of Basic Services in Exhibit "A". TELEVISING EXISITING SANITARY SEWER LINES 1) Upon receiving authorization from the City to proceed, conduct cleaning and televising of existing sanitary sewer lines underground utilities. (Phase 2 - Approximately 2500 LF of 12"-16" diameter pipe). EXHIBIT "A-1" Pa~,e 10 of 10 Last Revision: Dec 2004 EXHIBIT B ClMARRON BOULEVARD IMPROVEMENTS PHASE 1 - FROM SARATOGA TO YORKTOWN (PROJECT NO. 6261) PHASE 2 - FROM YORKTOWN TO BISON (PROJECT NO. 6262) 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. 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 $ 500,000 Per Person Bodily Injury and Consequent Death $1,000,000 Per Occurrence Property Damage $1,000,000 Per Occurrence EXHIBIT "B" J 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 EXHIBIT "B" I Page 2 of 3 For workers compensation insurance, lO-days 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 mandatow 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 _---- __ -- -- 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 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., Suite 100 FIRM is: 1. Corporation X 2. Partnership 5. Other CITY: 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 ab[ach 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 Ciiy Department (if know'n) 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 TitJe 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 tn 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 certify that arl infon~ation 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 Cib/of Corpus Christi, Texas as changes occur. Certifying Person: Govind Nadkarni P.E. Title: Vice President Signature of Certifying Person: ~/.~,_~'~- Date: ~ F_XHIBIT "C" R Page 1 of 2 .............. Jl DEFINITIONS a. Board Member. A member of any board, commission or committee appointed by lhe City Council of the City of Corpus Christi, Texas. b. Employee. Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c. Firm. Any entib~ operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as seli:~mployed 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 o[ the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. Ownership Interest. Legal or equitable interest, whether actually or constructively held, in a i~rm, including when such interest is held through an agent, trust, estate or holding entity. Constructively held tel:ers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. Consultant. Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. ~ ~oooo ooooooo 0 '~ o o 0 o 0 0 o o o CD o 14') u~ o o o o o o ~-o ~m '-- ~) Cb ~~ ~0 0 E '~5 ~ IEXHIBIT "D" Page 1 of 1 I