Loading...
HomeMy WebLinkAboutC2005-218 - 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 Chdsti, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or Designee (Director of Engineering Services) and LNV Enqineerlnq, a Texas corporation, 1801 Navigation, Suite 300, Corpus Christi, Nueces County, Texas 78408, (ArchitectJEnglneer - A/E), hereby agree as follows: 1. SCOPE OF PROJECT - NEIGHBORHOOD STREET RECONSTRUCTION (Project No. 6368) - Bond Issue 2004 This program provides for pavement reconstruction and/or repairs of selected neighborhood streets to include removal and replacement of selected curb and gutter and sidewalk, ADA curb ramps, driveways and related improvements. Neighborhood street clusters include: Cluster No. 1 2 3 5 7 Location: Riverside Area (behind Calallen High School) Nueces Bay / Buddy Lawrence Area South Port / Greenwood Area Holly / Kostoryz Area Nile Area *Cluster 4 (Mansheim/Sunnybrook Area) and Cluster 6 (Alameda/Reid Area) are not included in this contract because they involve two Council-approved ClP drainage projects: Mansheim Area Drainage Improvements and Lindale Subdivision Drainage Improvements. 2. SCOPE OF SERVICES The NE 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-l", 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 Work will not begin on Additional Services until requested by the A/E (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. NE 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. LNV Engineering 2005-218 05/10/05 M2005-136 6368~Ccmlrac~ P rofeSS~or~J Services.doc Contract for Professional Services Page 1 of 3 Lasl Revision: Dec 21)O4 3. ORDER OF SERVICES The NE 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 any 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. NE 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 AJE a fee, as described in Exhibit "A", for providing services authorized. Monthly invoices will be submitted in accordance with Exhibit "D". 6. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the AJE at the address ot record. In this event, the NE will be compensated for its services on all stages authorized based upon NE and City's estimate of the propodion of the total services actually completed at the time of termination. 7. LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. The NE agrees that at least 75% of the work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan Statistical Area (MSA). Additionally, no more than 25% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA.) 8. ASSIGNABILI'T-Y 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 Contract I'or Pro~esalonal Se~vtces Page 2 of 3 H:V'lONIE~=:{achelle~EN~J~3~ld 2004~3368~3ontracl Professional Serv~es.doc Lasl Revision: Dec 2004 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 ol 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 properly of the City and 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 NE further agrees, in compliance with City of Co~us Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form attached hereto as Exhibit "C". CITY OF CORPUS CHRISTI By Ronald F. Massey % Dat~ Assistant City Manager RECO~.M. MENDED gel R Escobar, P E uare /~_.flge! I . . ... D~rector of Engmeenng Services L~NV ENG..I~G/.-~., ~. e"ndec_ker, ~5.E. Date 801 ~vigation, Suite 300 Co~us Chdsti, TX 7~08 (361) 883-19~ Office (361) 883-1986 Fax APPROVED AS TO FORM Y ~) ~rss~ City Attorney Date H:~OMLC~lactmile~:~EI, N~ond 2004~368~Con~ac~ Professional Ser~ces.doc Contract for Professional Services Page 3 ot 3 Lasl Revision: Dec 2004 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS 1. 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 Architect/Engineer-AJE 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 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 five (5) 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 (TxDO'I-) 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, with executive summary, opinion of probable construction costs with life cycle analysis, 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 AJE will meet with City staff to collect data, discuss materials and methods of construction, and identify design and construction requirements. 2) Review and investigation of available records, archives, and pertinent data related to the Project including taking photographs of the Project site, list of potential problems and possible conflicts, intent of design, and improvements required, and conformance to relevant Master Plan(s). 3) Identify results of site field investigation including site findings, existing conditions, potential right of way/easements, and probable Project design solutions; (which are common to municipalities). EXHIBIT "A" Page 1 o! 10 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) Identity 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 ch~cked and reviewed the Design Memorandum prior to submission_ 9) Fumish one (1) copy of the interim plans (plans only-identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Identity distribution list for plans and bid documents to all affected utilities including City and all other affected entities. Required with the intedm plans is a "Plan Executive Summary" which will identify and summarize the project by distinguishing key elements such as: · Pipe Size or Building Size · Pipe Material, etc. · Why one matedal is selected over another · Pluses of selections · ROW requirements and why · Permit requirements and why · Easement requirements and why · Embedmenttype and why · Constructability, etc. · Specific requirements of the City · Standard specifications · Non-standard specifications · Any unique requirements · Cost, alternatives, etc. · Owner permit requirements and status EXHIBIT "A" Page 2 o! 10 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 I~acilities. e. A copy of existing studies and plans. (as available from City Engineering files). f. Field location of existing city utilities. (AJE to coordinate with City Operating Department). g. Provide applicable Master Plans. Design Phase. Upon approval ol~ the preliminary phase, designated by receiving authorization to proceed, the NE will: a_ Study, vedfy, 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 ( 1 ) set of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement I:orms, general conditions and supplemental conditions, notice to bidders, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid, 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 dudng 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 better track progress and payments. e. Assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. f. Provide I copy of pre-final plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. Compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non-responding participants. g. Provide Quality Assurance/Quality Control (QNQC) measures to ensure that submittal of the interim, pre-final, and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The Consultant A/E and Sub-consultant NE shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete pdor to EXHIBIT 'A" Page 3 of 10 submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. h. Provide a Traffic Control Plan with illumination, markings and striping, and signalization, for review and approval 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 hencefodh 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 pdor 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 contract awarded. b_ Provide the budget for the Project specifying the funds available for the construction contract. c. Provide the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. Bid Phase. The A/E will: a. Participate in the pre-bid conference and provide a recommended agenda for cdtical construction activities and elements impacting the project. b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c. Review all pre-bid questions and submissions concerning the bid documents and prepare, in the City's format, 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 stair and make such revisions to the bid documents as the City staif deems necessary to re-advertise that particular portion of the Project for bids. The City staff will: a. Arrange and pay I~or 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 EXHIBIT "A" Page 4 o! 10 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. Construction Phase. The NE will pedorm 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 conforTnance 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 cf 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. As applicable, review and assure compliance with plans and specifications, the preparation of operating and maintenance manuals (by the Contractor) for all equipment installed on this Project. These manuals will be in a "multimedia format" suitable for viewing with Microsoft's Internet Explorer, version 3.0. As a minimum the Introduction, Table of Contents, and Index will be in HTML (HyperText Markup Language) format, with HyperText links to the other parts of the manual. The remainder of the manual can be scanned images or a mixture of scanned images and text. use the common formats for scanned images - GIF, TIFF, JPEG, etc.. Confirm before delivery of the manuals that all scanned image formats are compatible with the image-viewing software available on the City's computer- Imaging for Win95 (Wang) and Microsoft Imaging Composer. Deliver the manuals on a CD-ROM, not on floppy disks. 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 EXHIBIT "A" Page 5 ot 10 Last Revision: Dee 2004 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 contract awarded. b. Prepare applications/estimates for payments to contractor. c. Conduct the final acceptance inspection with the Engineer. B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that may be included as part of this contract, but the A/E will not begin work on this section without specific wdtten approval by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The A/E will, with written authorization by the Director of Engineering Services, do the following: Permittin¢l. Furnish the City all engineering data and documentation necessary for all required permits. The A/E will prepare this documentation for all required signatures. The A/E will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. TxDOT Permits/Amendments b. NPDES Permit/Amendments c. Texas Department of License and Regulation (TDLR) Tol~o;Iraphic 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 Social7 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. Warrant~ 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 6 of 10 prepare the report no later than sixty (60) days pdor to the end of the maintenance guaranty pedod. 4. Five (5) Public Meetlnqs. Participate in public meetings to coordinate with the community and to obtain community support for each project to include all necessary exhibits as directed by the City. 5. Sanltar~ Sewer Investlclatlon. Perform field investigation to identify problem lines and manholes (does not include additional streets or alleys). A. Televise Lines Al. Base Bid Streets - A/E will obtain a sanitary sewer cleaning and televisingcrew. Total estimated footage to televise is 25,000 linear feet for the base bid streets only. A2. Additive Alternate - AJE will obtain a sanitary sewer cleaning and televising crew. Total estimated footage to televise is 13,100 linear feet for additional streets and alleys. B. Manhole Inspection B1. Base Bid Streets - A/E will pedorm cursory inspection of all sanitary manholes in the base bid area (approximately 80 manholes) and submit repod in the Design Memorandum. B2. Additive Altemate- A/Ewill porform cursory inspection of all sanitary manholes in the additional streets and alleys area (approximately 20 manholes) and submit a report in the Design Memorandum. Regarding Tasks A and B above, A/E will review the tapes and inspection ~OaOrtS and make recommendations. A/E will provide these to stewater Department within 30 days of said activities. 6. Additional Streets. The design of rehabilitation of additional streets located adjacent to or within each cluster, the current streets are: Cluster 3: South Port / Greenwood Area 1. Dunbar Street 2. Wainwright 3. Soledad 4. Bolivar Cluster 5: Holly / Kostoryz There are four (4) alleys located in this cluster that could be rehabilitated. The design of these additional streets and alleys will be included in the one (_1) set of construction documents but will be bid as an additive alternate. Construction of these additional streets and alleys will be dependent on funding. Hydro-Excavation for Utility Investigation. Field location of existing utilities using Texas One-Call system (coordinate with appropriate City Operating Departments). Provide subsurface utility engineering in accordance with ASCE Standard "ASCE C-I, 38-02, Standard Guideline I=or the Collection and Depiction of Existing Subsurface Utility Data." The proposed subsudace utility investigation will be as follows: EXHIBIT "A" Page 7 ol 10 La~l Rev'~on: D~c 2004 1. Excavation - The survey scope includes workingwith 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 limits. 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 NE. The City of Corpus Christi Gas Department will provide Quality Level A. The A/E will coordinate this activity. A. Base Bid Streets - NE will investigate areas of high probability of cenflict with proposed improvements (does not include additional streets or alleys). B. Additive Alternate - A/E will investigate areas of high probability of conflict with proposed improvements. 2. SCHEDULE PROPOSED PROJECT SCHEDULE DAY Wednesday Monday Friday Monday Monday Monday Monday (2) Thursday Wednesday Weekday Weekday DATE May 18, 2005 August 8, 2005 August 19, 2005 September 19, 2005 September 26, 2005 October 3, 2005 October 17 & 24, 2005 October 27, 2005 November 9, 2005 January 2006 June 2007 ACTIVITY Begin Preliminary Phase Interim Submittal Design Memorandum (60%) City Review Pre-Final Submittal (100% Submittal) City Review Final Submittal Advertise for Bids Pre-Bid Conference Receive Bids Begin Construction Construction Completion EXHIBIT "A" Page 8 of 10 3. FEES Fee for Basic Services. The City will pay the NE a fixed fee [or 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 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 AJE a not-to-exceed fee as per the table below: EXHIBIT "A" Page g of 10 C. Summary of Fees Basic ServK:es Preliminary Phase 2 Design Phase 3 Bid Phase 4 Construction Phase Subtotal Basic Services Fees Additional Services Permit Preparation (including fees) A. TXDOT B. NPDES PermitJAmendments C. Texas Department of Licensing & RegulalJon Total Permitting 2 Topographic Survey A. Base Bid Streets B. Additive Alternate StreeLs 3 Warranty Phase 4 Public Meetings 5 Sanitary Sawer Investigation A. Televise Lines Al. Base Bid Streets A2.. Additive Alternate B. Manhole Inspection BI. Base Bid Streets B2. Additive Aitemate 6 Additional Streets Hydro-Excavation for Lltility 7 Investigation A. Base Bid Streets B. Additive Alternate Streets Subtotal Additional Services Fees Total Authorized Fee Street Ston'n Water Water Wastewater $206,000.00 $0.00 $0.00 $0_0~ 126,700.00 0.00 0.00 0.00 5,000.00 0.00 0.00 0.00 39,000.00 0.00 0.00 0.00 376,700.00 0.00 0.00 0.00 2,200.00 1,100.00 1,300.00 4,600.00 85,500.00 11,350.00 1,900.00 15,000.00 0.00 0.00 0.00 0.00 41,300.00 0.00 0.00 159,650.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 $536,350.00 Total $206,000.00 126,700.00 5,000.00 39,000.00 376,700.00 2,200.00 1,100.00 1,300.00 0.00 0.00 4,600.00 0.00 0.00 85,500.00 0.00 0.00 11,350.00 0.00 0.00 1,900.00 0.00 0.00 15,0(}0.00 0.00 82,500.00 82,500.00 0.00 43,200.00 43,200.00 0.00 10,500.00 10,500.00 0.00 2,600.00 2,600.00 0.00 0.00 41,300.00 0.00 13,200.00 13,200.00 0.00 185,000.00 344,650.00 $0.00 $185,000.00 EXHIBIT 'A" Page 10 oF 10 EXHIBIT A-1 TASK UST CITY OF CORPUS CHRISTI NEIGHBORHOOD STREET RECONSTRUCTION PROJECT NO. 6368 BASIC SERVICES 1. Preliminary Phase A. Scope of soil investigations1 B. Staff meetings~ Attend and participate in one (1) project start and four (4) planning meetings with City staff to discuss planning and conceptual design. Gather information and perform close coordination with Department staff. C. Design Memorandum1 C1. Review project with operating department ~Water anc~ Wastewater--does not include Storm Water or Gas Department)' C2. Review and investigate available records~ C3. Identify results of site field investigation~ Recommend necessary survey work to evaluate existing conditions. The recommendation will include the location of public and pdvate utilities, structures, right-of-way (ROW) boundaries and cdtical elevations for adjacent structures and obtain easement information. Perform field investigation as required to define specific areas of demolition and new work, equipment, locations, tie-in point, and other applicable parameters required to complete the items as shown on this Task List. C4. Provide presentation of pertinent factors1 C5. Advise of environmental site evaluations and archeology reports~ C6. Identify and analyze requirements of governmental authorities~ C7. Confer, discuss, and meet with City operating department(s)~ C8. Provide a letter stating that A/E and Sub-Consultant Engineers have checked and reviewed Design Memorandum prior to submission1 C9. Deliver one (1) paper copy of interim plans Design Memoran(~um (60%) and one (1) electronic copy (.pdf) for 60% plan review See Exhibit A Ior Additior, al Detail EXHIBIT "A-1" Page 1 of 5 Last Re'dek~: Dec 2004 2. Design Phase Study, vedfy, and implement Design Memorandum recommendations~ Prepare construction bid and contract documents (1 Set)(100%)1 Develop a preliminary construction schedule and sequencing plan that includes all the items as shown on this Task List. This schedule will include procurement, construction, testing, coordination, and provision for minimum interruption o1: services and construction schedules with planned Capital improvement Program (CIP) funding. Preliminary Plan Sheets I Cover Sheet 2-3 Vicinity Map 4-8 Project Location Maps 9-10 General Notes & Testing Schedule 11-12 Existing Typical Sections 13-14 Proposed Typical Sections & Details 15 Legend & Estimated Quantities 16-18 Sequence of Work 19-23 Control Layout & Benchmark Information 24 Removal Summary 25-113 Plan & Profile Sheets (1" = 20' Scale) 114-115 Utility laterals & Details 116-119 Striping Layouts & School Zone Speed Humps 120-139 Existing Base Maps - Water - Wastewater - Storm Water - Gas (5 Areas) 140-144 Perimeter Traffic Control Plans with Signs & Barricades 145-149 Traffic Control Plans - Site Specific 150 Pavement Markings Standar_ds (3)-00A 151-162 Barricade and Construction Standards (1) thru (9c)-98 163-168 189-171 172 173-174 175-176 177 178-181 182-186 187-188 189 190 Traffic Control Plan Standards Miscellaneous Details Curb, Gutter, Sidewalk & Expansion Joint Details ResidentiaJ Driveway Details Commemial Driveway Details Sidewalk Ramp Details Standard Water Details Standard Wastewater Details Standard Stormwater Details Sign Details SW3P Details D. Provide assistance identil:ication, testing, handling, and disposal of hazardous materials~ Prepare final quantities and estimates of probable costs~ Assimilate all review comments, modil'ications, additions/deletions an~ proceed to next phase, upon notice to proceed from the City Engineer' See Exhibit A for Additioe.al Detail Provide pre-final plans and bid documents (100%)~ Quality Assurance/Quality Control~ EXHIBIT "A-1" Page 2 of 5 Last RevisJon: Dec 2004 I. Prepare traffic control plan in accordance with Texas M.U.T.C.D? J. Upon approval, provide one (1) set linal plans and contract documents and provide one (1) electronic copy K. Not Applicable1 L. Submit monthly status reports~ M. Provide a Storm Water Pollution Prevention Plan~ N. Not Applicable~ Bid Phase A. Participate in pre-bid conference and provide recommended agenda~ B. Assist City in solicitation of bids~ C. Review all pre-bid questions and submissions~ D. Attend bid opening~ E. Revisions to bid documents~ F. Provide letter to City Engineer on giving our recommendation to whom to award the project Construction Phase A. Participate in pre-construction meeting1 B. Review shop and working drawings~ C. Review field and laboratory tests1 D. Provide interpretations and clarifications of contract documents~ E. Regular visits to site of project (two per month)~ F. Prepare change orders as authorized by City~ G. Make final Inspection with City staff1 Review and assure compliance with plans and specifications~ Review construction "red-line" drawings, prepare record drawings~ Review and prepare monthly construction pay estimates~ See Exhibit A for Additional Detail EXHIBIT "A~I" Page 3 ol 5 Last Rev~on: Dec 2004 ADDITIONAL SERVICES 1. Permitting~ A, TxDOT Permits/Amendments: Coordinate design construction with ties to Texas Deparlment of Transportation (TxDOT) maintained roadways. B. NPDES Permit: Prepare NPDES Permit and include with specifications. Contractor shall be responsible for submission of the document to the appropriate authorities. C. Texas Department of Licensing & Regulations: A/E will pay all fees and coordinate with a local Registered Accessibility Specialist. Right-of Way acquisition survey - Not Applicable Topographic survey~ A. Base Bid Streets B. Additive Alternate - See additional streets and alleys listed under Task Item 11. Environmental issues - Not Applicable Construction observation services - Not Applicable Start-up services - Not Applicable Warranb/phase~ Provide SCADA documentation - Not Applicable Public meetings Participate in public meetings (5, one for each cluster) to coordinate with the community and to obtain community support for each project to include all necessary exhibits as directed by the City. 10. Sanitary sewer investigation Perform field investigation to identify problem lines and manholes (does not include additional streets or alleys). A. Televise Lines Al. Base Bid Streets - NE will obtain a sanitary sewer cleaning and televising crew. Total estimated footage to televise is 25,000 linear feet for the base bid streets only. A2. Additive Alternate - NE will obtain a sanitary sewer cleaning and televising crew. Total estimated footage to televise is 13,100 linear feet for additional streets and alleys. 5. 6. 7. 8. 9. Manhole inspection See Exhibit A lor Additional Detail EXHIBIT "A-1" Page 4 of 5 11. 12. B1. Base Bid Streets - NE will perform cursory inspection of all sanitar~ manholes in the base bid area (approximately 80 manholes) and submit report in the Design Memorandum. B2. Additive Alternate - A/E willperform cursory inspection of all sanitary manholes in the additional streets and alleys area (approximately 20 manholes) and submit a report in the Design Memorandum. Additional streets and alleys The design of rehabilitation of additional streets located adjacent to or within each cluster, the current streets are: Cluster 3: South Port / Greenwood Area 1. Dunbar Street 2, Wainwright 3. Soledad 4. Bolivar Cluster 5: Holly/Kostoryz - Alleys There are four (4) alleys located ~n this cluster that could be rehabilitated. The design of these additional streets and alleys will be included in the one (1) set of construction documents but will be bid as an additive alternate. Construction of these additional streets and alleys will be dependent on funding. Hydro-excavation for utility investigation A. Base Bid Streets - A/E will investigate areas of high probability of conflict with proposed improvements (does not include additional streets or alleys). Additional Streets and Alleys - A/E will investigate areas of high probability of conflict with proposed improvements. 1S~ Exhibit A for Additional Detail EXHIBIT "A-1" Page 5 o[ 5 Last Revieio~: D~c 2004 EXHIBIT B PROJECT NAME 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. Commemial 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 commemial 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 EXHIBIT"B" Page I of 3 Automobile liability coverage for all owned, Minimum coverage amounts will be: Bodily Injury and Consequent Death Bodily Injury and Consequent Death Properly Damage non-owned, or rented vehicles. $ 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 (l'or 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 per[orm 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 cedificate ol~ authority remains in effect and is not the subject of any revocation proceeding pending before the Texas Workers Compensation Commission. Except for workers compensation insurance, for each insurance coverage required under the contract, the Consultant will obtain an endorsement to the applicable insurance policy, signed by an authorized representative of the insurer, stating that in the event of cancellation or material change that reduces or restricts the insurance afforded, the insurer agrees to mail 30-days prior written notice of cancellation or matedal change to the City at: City of Corpus Chdsti Department of Engineering Services Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469-9277 IEXHIBIT "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 mandatory insurance requirements in favor of the City as are specified in the City's contract with the Consultant. This is padicularly emphasized for workers compensation insurance coverage. Subcontractor certificates of insurance and endorsements will be collected by the Consultant and available [or City review upon request. EXHIBIT"B" Page 3 of 3 City of 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: LNV EnqineefinQ STREET: 801 Naviqation, Suite 300 CITY: Comus Christi, TX ZiP: FIRM la: 1. Corporalion X 2. Partnership__ 3. Sole Owner 4. Association 5. et'her 78408 DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. Slate the names et each employee o! the City of Corpus Christi having an ownership Interest constituting 3% or more of the ownership In the above named firm. Name Job Title and City Departmenl (if known) N/A Slate the names o! each official of the City o! Corpus Christi having an ownership Interest constituting 3% or more o1' the ownership In the above named firm. Name T~Jo N/A Slate the names ot each board member of the City of Corpus Christi having an ownarshlp Interest conltltutlng 3% or more of the ownership In the above named Rrm. Name Board, Commission or Commiltee Dan S. Levendecker Water Shore Adviso~ Committee State the names o! each employee or officer of a consultant for the City of Corpus Christi who worked on any matter related to the subject o1' this contract and has an ownership Inter'est constituting 3% or more of the owne~,hlp In the above named firm. N/A CERTIFICATE I codify that all information provided is true and correct as et the date of this statement, that I have not knowingly withheld disclosure el' any inlormation requested; and Ihat supplemental stalements will be promptly submitted to the City of Corpus Christi, Texas as changes (x:~r. Certltylng Person; Dan S. Le~~..~/~,~ ~.,~'j~ /~/~ "J~"~. ~,.~ Title: President Signatu re of Certifying Pe rson:/~ ~'~_~'...~a~;~e. Date: IEXHIBIT "C" Page 1 of 2 [ DEFINITIONS a. Board Member. A member of any board, commission or committee appointed by the City Council ot the City of Corpus Chdsti, Texas. b. Emj~loyee. Any person employed by the City ol= Corpus Chdsti, Texas, either on a i:ull or part time basis, but not as an ~ndependent contractor. c. Firm. ,Any entity operated for economic gain, whether protessional, industrial or commercial and whelher estabtisned to produce or deal with a product or service including but not limited to, entities oparaled in the I=orm of sole proprietorship as serf-employed person, partnership, corporation, joinl stock company, joint venture, rece vership or trust and entities which, for purposes of taxahon, are treated as non-profit organizations. d. Official. The Mayor, members ol the City Council, City Manager, Deputy City Manager, Assistant City Managers, Deparlment andDivision Heads and Municipal Cour~ Judges of the Ci[y of Corpus Christi, Texas. e. Ownership Interest. Legal or equitable interest, whelher acIually or consIructively held, in a firm, including when such interest is held through an agent trust estate or holding entity. Constructively held refers to hol[iing or c~:mtro eslab shed through voting trusts, proxies or special terms of venture or partnership agreements. f. Consultant. Any person or Iirm, such as engineers and architects hired by the City ol~ Corpus Christi tor the purpose ol~ pro~'essional consultation and recommendation. IEXHIBIT '"C" Page 2 of 2 I °°°soo8 888 o EXHIBIT "D" Page 1 of