Loading...
HomeMy WebLinkAboutC2005-255 - 5/31/2005 - Approved CITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Chdsti, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or Designee (Director of Engineering Services) and Neismith Enoineerin~, Inc., a Texas corporation, 4501 Gollihar, Corpus Christi, Nueces County, Texas 78411, (Architect/Engineer - A/E), hereby agree as follows: 1. SCOPE OF PROJECT 1.1 Cliff Maus, Phase 2 - Old Brownsville Road to Bear Lane (Project No. 6275) This project includes the reconstruction of Cliff Maus Road from Old Brownsville Road to Bear Lane. The improvements will include a three-lane collector roadway (C2) with two travel lanes and a continuous left-turn lane; curb and gutter and sidewalk; underground storm sewer; water and wastewater and new street lighting. 1.2 Cliff Msus, Phase 3 - SPID to Rockford Road (Project No. 6276) This project includes the reconstruction of Cliff Maus Road from SPID to Rockford Road. The improvements will include a three-lane collector roadway (C2) with two travel lanes and a continuous left-turn lane; curb and gutter and sidewalk; underground storm sewer; water and wastewater and new street lighting. 2. SCOPE OF SERVICES The NE hereby agrees, at its own expense, to pedorm professional services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, A/E will provide monthly status updates (project progress or delays, gantt charts presented with monthly invoices) and provide contract administration services, as described in Exhibit "A" and "A-I", to complete the Project. Exhibit "A-l" 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 A/E (provide breakdown of costs, schedules), end 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 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 anv phase or any Additional Services until requested in writing by the A/E and 2005-255 Contract for Professional Services 05/31/05 page 1 of 3 M2005-176 ~asl Rev~s~or~ Dec 2004 Naismith Engineering wdtten 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 NE to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in wdting 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 NE agrees to the mandatory contract and insurance requirements as set forth in Exhibit "B." 5. FEE The City will pay the NE a fee, as described in Exhibit "A", for providing services authorized. Monthly invoices will be submitted in accordance with Exhibit "D." 6. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the NE at the address of record. In this event, the A/E will be compensated for its services on all stages authorized based upon NE and City's estimate of the proportion of the total services actually completed at the time of termination. 7. LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. The A/E agrees that at least 75% of the work described herein will be pedormed 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 NE staff. If the NE is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the A/E fee may be assigned in advance of receipt by the A/E without wdtten consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in wdting by the City. Contract for Professional Services Page 2 ol 3 Last Revision Dec 2004 9. OWNERSHIP OF DOCUMENTS All documents including contract documents (plans and specifications), record drawings, contractor's field data, and submittal data will be the sole property of the City and may not be used again by the A/E without the express written consent of the Director of Engineering Services. However, the NE may use standard details that are not specific to this project. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re-use of modified plans. 10. DISCLOSURE OF INTEREST A/E further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form attached hereto as Exhibit "C,' CITY OF CORPUS CHRISTI By Ronald F. Massey % J Date Assistant City Manager RECOMMENDED ~dg§el R. Escobar, P.E. Date 'Director of Engineering Services NAISMITH ENGINEERING, INC. Rendell C. WebtS'd~.; P.E. Date President 4501 Gollihar Corpus Christi, Texas 78411 (361) 814-9900 Office (361) 814-4401 Fax NAISMITH ENGINEERING, INC. ATTEST By Arma~etary ~ohn~ Michael, P.E. Vhse~resident Date APPROVED AS TO FO(~M Date for Professional Services Page 3 or 3 Lasl Revision Dec 2004 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS Cliff Maus, Phase 2 - Old Brownsville Road to Bear Lane (Project No. 6275) Cliff Maus, Phase 3 - SPID to Rockford Road (Project No. 6276) 1. SCOPE OF SERVICES Basic Services. (Basic Services will include the following in addition to those items shown on Exhibit "A-1" Task List.) Preliminary Phase. The Architect/Engineer-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 wdtten description of the project. This report will: 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 at the start of this phase regarding the design parameters of the Project. The Engineer will participate in a minimum of three (3) formal meeting(s) 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 AJE will discuss the project with the operating department (Water, Wastewater, Gas, Storm Water, Streets, etc.) and other agencies, including but not limited to the Texas Department of Transportation (TxDOT) and Texas Commission on 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, defined technical evaluations of identified feasible alternatives, and review with City staff to produce an acceptable format. Design Memorandum will include the following (with CONSTRUCTABIMTY being a major element in all the following items): 1) Review 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, 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 EXHIBIT "A" Page 1 of 12 Lasl RevtNon: Dec 2004 solutions (which are common to municipalities), in accordance with S.U.E. (Subsurface Utility Engineering) standards (CI/ASCE 38-02). Subsurface investigation will be paid as an additional service. 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 cdtical elements, identification of needed permits, identification of specifications to be used, identification of quality and quantity of materials of construction, and other factors required for a professional design (CONSTRUCTABILITY). 5) Advise of environmental site evaluations and archeology reports that are needed for the Project (Environmental 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 including permitting, environmental, historical, construction, and geotechnical issues; meet and coordinate with agencies such as RTA, CDBG, USPS, CCISD, community groups, TDLR, etc. 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 altematives. 8) Provide a letter stating that the NE and Sub-consultant Engineers have checked and reviewed the design memorandum prior to submission. 9) Provide an analysis on project impacts towards "re-engineering" and effects on cost savings toward City operations, which this project will affect. 10)Additional items are required with the Design Memorandum to identify and summarize the project by distinguishing key elements such as: · Pipe 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 · 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 d. Field location of existing utilities using Texas one-call system (coordinate with appropriate City Operating Departments). EXHIBIT 'A' Page 2 o~ 12 La~t Revlon: Dec 2004 Provide subsurface utility engineering in accordance with ASCE Standard "ASCE C-1, 38-02, Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data." The proposed utility investigation will be as follows: 1) Excavation - The survey scope includes working with a qualified subsurface utility excavator to perform Quality Level A investigation of underground utilities in specified areas throughout the project limit. (Quality Level A involves the use of non-destructive 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, drainage inlets, culverts, and drainage ditches. 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_ This will be supplemented with CCTV on Phase 3. Level C will be supplemented with field verification of all manholes and Texas One-Call. 5) Water- Water facilities within the project limits will be located to Quality Level C. Level C will be supplemented with field verification of all manholes and Texas One-Call. 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 NE will coordinate this activity. 7) Local Utility Franchise - Existing El Paso Gas Line, underground telephone line within the project limits will be located to Quality Level C. The individual franchise will be responsible for providing data to Quality Level A. 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 12 L~t Revle~e: Dec 2004 f. Field location of existing city utilities. (AJE to coordinate with City Operating Department.) g. Provide applicable Master Plans. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the A/E will: a. Study, verify, and implement Design Memorandum recommendations including construction sequencing, connections to the existing facilities, and restoration of properly 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), including Contract agreement forms, 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 track progress and payments. e. Meet with City Staff and assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. f. Provide one (1) copy of pre-final plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. Compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non-responding participants. g. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the 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 AJE 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 pdor to 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, striping, and signalization [or review and approval by the City Traffic Engineering Department. i. Upon approval by the Director ol~ Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for EXHIBIT "A' Page 4 of 12 La$l RevtNon: Dec 2004 reproduction (In City Format) and said bid documents henceforth become the sole property and ownership of the City of Corpus Chdsti. j. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. k. 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 professional service 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. 3. Bid Phase. The NE 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 identJfication 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 NE's design phase estimate required above, the Engineer will, at its expense, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re-advertise that particular portion of the project for bids. The City staff will: a. Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders_ b. Advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the A/E) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council conceming bid awards. EXHIBIT "A" Page 5 of 12 Last Revia~on: Dec 2~O4 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: a. Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacting 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 dx'f I'ormat 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. 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. EXHIBIT "A" Page 8of 12 Revlon: Dec 2004 Foes for Additional Services are an allowance [or 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: Permitting. 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 Commission of Environmental Quality (TCEQ) permits/amendments d. Texas Department ol~ 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 tho City's Global Positioning System (GPS) control network and comply with all TxDOT requirements as applicable. A/E Consultant will be required to pedorm all necessary deed research. Topoqraphlc Survey. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required for the aerial mapping of the Project area - aerial photography to be provided by City). Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyor~' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments I~rom the project area. Environmental Issues (TBD) a. Provide environmental site evaluations and archeology reports that are needed for the Project. b. Identify and develop a scope of work for any testing, handling and disposal of hazardous materials and/or contaminated soils that may be discovered during construction. 5. Construction Observation Services. Provide a project representative (PR) to provide periodic construction inspection. A. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the NE shall endeavor to provide further protection for the City against defects and deficiencies in the Work. EXHIBIT "A" Page 7 o[ 12 Last RevtNon: Dec 2004 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 principally through 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 o[ 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 NE in determining if the work is in general proceeding in accordance with the Contract Documents. B. Report whenever PR believes that any part of Contractor's work in progress will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise Cify and AJE of that part of work in progress that PR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. C. Observe whether Contractor has arranged for inspections required by laws and regulations, including but not limited to those to be pedormed by public agencies having jurisdiction over the Work. 7. Records: A. Maintain orderly files for correspondence, reports of job conferences, reproductions of odginal Contract Documents including all change orders, field orders, work change directives, addenda, additional drawings issued subsequent to the Contract, NE's clarifications and interpretations of the Contract Documents, progress reports, shop drawing and sample EXHIBIT "A" Page 8 of 12 Last Revt~on: Dec 2004 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 AJE 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 repor~ 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 concerning acceptance and issuance of the Notice of Acceptability of the work. Warranty Phase. Provide a maintenance guaranty inspection toward the end of the one-year 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 del:active conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. Subsurface Exl:)loration. Upon receiving authorization from the City to proceed, A/E will contract with a qualified contractor to conduct non-destructive excavation at numerous locations to be determined. At a minimum 60 LF of excavation will be completed to a depth of approximately 10' deep. The 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. 8. Televl$1n~l Exl8tlng Sanitary Sewer Lines. Upon receiving authorization from the City to proceed, AJE will contract with a qualified contractor to conduct EXHIBIT "A" Page 9 o~ 12 Revt~on: Dec 2004 cleaning and televising of existing sanitary sewer lines (Phase 3- approximately 1650 LF of 8" VCP lines with 6 manholes). A/E will review televising data and recommend repairs. A/E will provide associated data to the City's Wastewater Department within 30 days of performing said activities. 9. Provide the services above authorized in addition to those items shown on Exhibit "A-I" Task List. 2. SCHEDULE DAY Wednesday Monday Monday Thursday Monday Monday (2) Tuesday Wednesday Weekday Weekday PROPOSED PROJECT SCHEDULE DATE June 1,2005 September 5, 2005 December 5, 2005 December 15, 2005 January 9, 2006 Jan 23 & Jan 30, 2006 February 7, 2006 February 22, 2006 April, 2006 November, 2007 ACTIVITY Begin Preliminary Phase Begin Design Phase Pre-Final Submittal City Review (City to NEI) Final Submittal (NEI to City) 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 lull and total compensation for all services outlined in Section I.A.1-4 above, and for all expenses incurred in pedorming these services. For services provided in Section I.A.1-4, AJE will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon PJE'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 AJE's monthly statements. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the A/E a not-to- exceed fee as per the table below: EXHIBIT "A" Page 10 of 12 !_~at RoviNg:m: Dec 2004 Cliff Maua, Pha~e 2 - Old Brownivllle Road to Bear ~ (Pr~eet No. 6275) Fee For Basic survlcea I Street I Stormwater Water ] Wa~tawatm' I To~al 1 Preliminary Phase $5,634 ~,740 $4,613 $4,608 $19,595 2 Design Phase 35,551 15,530 7,667 7,427 Coe,205 3 Bid Phase 9~37 408 202 195 1,743 4 Cork~trucUon Phase 19,030 8,290 4,109 3,665 35,394 Subtotal Beale 8e~'lcee Fee~ 61,153 28,968 16,621 16,195 122,937 Fee for Additional 8effl~es 1 Permit Prep~aUon a. TxDOT 433 189 93 gO 805 b. NPDES 367 160 79 78 682 c. TCEQ 265 265 d. TDLR 730 730 Total Permitting 1,530 348 173 432 2,483 2 ROW Acqtds~on Survey (Authorized) 4,972 4,972 3 Topographic Survey(Authorized) 10,116 4,363 2,163 2,087 18,729 4 Enviror~'nentaJ Issues (TBD) 0 5 Construction O~o~ervaiton Sef~,~'es 24,710 10,764 5,335 5,148 45,958 6 Warranty Phase 211 92 46 44 393 7 Sub-Surfsce Expio~a'don (AulJ'~'ized) 4,500 4,500 9,000 8 CCTV Wastewatar Lines (Authorized) 0 SubTotal Addltloaal Service Fee~ Authorized 38,568 20,540 12,216 12,210 81,534 Teal Authorized Fee $97~720 $49,507 $~8,837 $28,40~ $204,470 Cliff Maus, Phase 3 - SPID to Rocldord Road (Pro,ct No. 6276) Fee For Beale Servleea1 S~'eet I Stormwatar I Water I Wastewater I Tolal 1 Preliminary Phase $5,496 $4,95,3 $4,571 $4,617 $19,637 2 Design Phase 27,100 28,&2.8 5,132 7,g~7 68,82.7 3 Bid Phsse 714 7,~3 135 209 1,811 4 Consb'uc~on Phase 14,489 15,282 2,739 4,253 36,783 Subl[otal Be~c Ser~lce~ Fees 47,799 49,616 12,577 17,047 127,038 a~ TxDOT 330 348 82 1~7 836 b. NPDES 279 295 53 82 709 c. TCEQ 0 265 265 d. TDL.R 730 730 Total Permitting 1,339 642 115 444 2,540 2 ROW Acquisition Survey (~ed) 4,0~8 4,C~8 3 Topographlc Su~wey (Aufl'~ dz ed) 7,670 8,043 1,442 2,238 19,393 4 EnvlronmentaJ Issues (TBD) 0 5 ~ Obaerva~n su~4ces 18,814 19,843 3,557 5,522 47,736 6 Warranty Phase 161 170 30 47 408 7 Sub-Surlace Exploration (Authorized) 4,500 4,500 ta,C~O 8 CCTV Wa~ewater Unes (Authortzed) 8,25O 6,250 Sub-Total AtldlflonaJ survlee Feee Autho~zed 27,983 32,766 9,644 21,002 61,396 ToW Author~ed Fee $75,782 $82,382 $22,221 $38,049 $218,434 EXHIBIT "A" Page 11ol 12 !-sa1 Re'delos: Dec 2004 Total Pha~e 2 and Pha~e 3 Fee For B~lc 1 Preliminary Pi'ta~e 2 Design Please 3 Bid Phase 4 Co~stnJc~on Pha~e SubtotaJ Ba~I¢ Sentk=es Fees Fee for Addl'donal Se~'lce~ Peri. It PreparalJon e~ TxDOT b. NPDES c. TCEQ d. 'I'DLFI Total Permitting 2 ROW Acquisition Survey (Authorized) 3 Topographic Survey (Authorized) 4 Environme~taJ Issues (TBD) 5 Co~stn.~don (Toserva~lon .Serv~es Wan'anty Phase 7 Sub-Surface Ex~tion (Authorized) 8 CCTV Wastewaler Unes (Authorized) S~b-Total A~:lltlorml ~ Fees Aulhorlzed Total Author'lzed Fee I s~t I s~r.~at~r I water I wa~ewat~ I Total $11,131 $9,693 $9',154 $9.225 $39,232 62.651 44,158 12,829 15,395 135~032 1,651 1,181 337 405 3,554 33.520 23,572 6,848 8,218 72,157 108,952 78,584 29,198 33,242 249,975 763 536 15~ 187 1,642 646 455 132 158 1,391 0 0 0 530 530 1,460 0 0 0 1,460 2,869 991 288 875 5,023 0 9,040 0 0 17,786 12,406 3.804 4~325 38,122 0 0 0 0 0 43,524 30,607 8,692 10,670 93.694 372 2S2 76 91 801 0 0 9,000 9,000 18,000 0 0 0 8,250 8,250 64.551 53.30~ 21,860 33,212 172,929 $173,503 $131,889 S51,058 $66,454 $422,904 EXHIBIT "A" Page 12 of 12 Last RevtNon; D~ 2004 EXHIBIT A-1 (Provide~ supplemental descdl~on lo ExhlbJt A. Tssk I_htt c{o~, not supersede Exhibit A.) CITY OF CORPUS CHRISTI Cliff Maus, Phase 2 - Old Brownsville Road to Beer Lane (Project No. 6275) Cliff M~us, Phase 3 - SPID to Rockford Road (Project No. 6276) TASK UST Basic Services 1) Project limits are along Cliff Maus Ddve: Phase 2 is from Old Brownsville Rood to Bear Lane and Phase 3 is from South Padre Island Ddve (SPID) to Rockford Rood. 2) Attend and participate in one (1) project start meeting and several planning meetings (3 meetings) with City staff to discuss planning and conceptual design. 3) Contact Texas one-call system to locate existing utilities in the field and coordinate with appropriate City operating departments. 4) Complete Sub-Surface Utility Engineering (as authorized by Additional Services), including contracting with an approved company to complete some hydro-excavation or other non-destructive exploratory methods. 5) Perform field investigation (surveys as authorized by Additional Services) as required to define specific areas of demolition and new work, equipment, locations, tie-in point, and other applicable parameters required to complete the design memorandum, hydraulic analysis and construction drawings. 6) Review available reports, record drawing, utility maps and other information provided by the City pertaining to the project area. 7) Prepare one (1) hard copy and one (1) electronic copy of the design memorandum (draft and final submission) including data collected, preliminary drainage calculations, roodway alignments, typical cross-sections, opinion of probable cost, and recommendations. 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. 8) Participate with staff at one (1) public meeting. Prepare exhibits as required to illustrate the scope of the proposed improvements. 9) Prepare hydraulic analysis based on 5-year, 25-year, & 100-year design storm frequency. Analysis will be based on the Rational Formula. A computerized hydraulic model will be developed utilizing the Storm-Cadd software. The hydraulic gradient (5-year and 25-year) will be reflected in the construction drawings_ EXHIBIT "A-1 ' Page 1 o~ 5 10) Develop construction drawings in English units in 22"x34" sheets, to include approximately 85 sheets. 11 )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 · Not~ce · Agreement · Proposal/Disclosure Statement · Performance Bond · Payment Bond 12)Provide Quality Assurance/Quality Control (QA/QC) pre-final review and prepare submittal for City's review depicting final complete development of the construction drawing and specifications. 13)Address comments received from the City for the final Submittal. 14) Provicle 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 the bidding process. 15)Update the Opinion of Probable Costs and submit to the City. 16)Develop a Construction Phasing and Traffic Control Plan to minimize the impact of the construction. 17)Provide Bid Phase Services in accordance with Exhibit "A* of the Contract for Professional Services. 18)Provide Construction Phase Services in accordance with Exhibit "A" of the contract for Professional Services. 19)Prepare monthly progress reports and submit via e-mail to the City. Monthly progress reports shell tm submitted by t~ 5~ of each month. The progress report will go to tho City's designated individual who will be responsible for distributing the report to other designated individuals. EXHIBIT 'A-1 Page 2 o~5 20)If deemed necessary, AJE will coordinate with El Paso Natural Gas to get gas line re-located pdor to bidding process. 21)1f deemed necessary, A/E will coordinate with CP&L to get power poles re- located pdor to bidding process. 22)1f deemed necessary, A/E will coordinate with Southweetem Bell to get underground telephone lines re-located pdor to bidding process. Additional Services PERMITTING 1) Upon receiving authorization from the City to procccd, 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 (EASEMENT) ACQUISITION SURVEY 1) Establish limits of work area and obtain refererme drawings. 2) Research City rights-of-way (ROW), easements and property boundaries. 3) Research adjacent properlJes. 4) Prepare working sketch for right-of-way (ROW) acquisition. 5) Locate and tie-in tract boundaries in the field. 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) Research horizontal and vertical controls. 2) Pre-plan control survey. EXHIBIT "A-1" Page 3 of 5 Re,ak:m: D~c 2004 3) Set control points in the field. Control points shall be set in well protected locations which can be easily located by the contractor dudng construction. 4) Establish vertical control points (bench marks) and perform level loops. 5) Establish horizontal control on control points by GPS. Utilize same control system which was used dudng Phase 1 Cliff Maus Improvements. 6) Perform topographic survey within project limits. 7) Locate and tie-in tract boundaries. 8) Locate and tie-in any new R.O.W. 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 baseline control points for construction. CONSTRUCTION OBSERVATION SERVICES 1) Provide construction observation services as authorized by the City. 2) Conduct site visits to the project site during construction. 3) Prepare daily reports. 4) Provide detailed coordination with City staff dudng construction. 5) Coordinate construction activities with the designated 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, con'ect or replace improvements under the maintenance guaranty terms of the constnJction contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action. SUB-SURFACE EXPLORATION 1) Upon receiving authorization from the City to proceed, A/E will contract with a qual~cl company to conduct the nonq:~tn.~ve exploratory excavation. At a minimum 60 LF of excavation will be conducted to a depth of approximately 10 feet. The excavation process will conform Io subsudaco utility engln~ring in EXI'IIBIT "A-1" Page 4o~ 5 accordance with ASCE Standard C-I, 38-02, and shaJl be in accordance with Section 1 .e of Basic Services in Exhibit "A". TELEVISING EXISTING SANITARY SEWER LINE 1) Upon receiving authorization from the City to proceed, A/E will contract with a qualified company to conduct the cleaning and televising of existing sanitary sewer lines within the limits of Phase 3. (Approximately 1650 LF of 8' VCP lines and 6 manholes.) 2) A/E will evaluate the findings and make recommendations for repair or replacement of the existing lines. AJE will provide associated data to the City's Waste Water Department within 30 days of performing said activities. EXHIBIT "A-1" Page 5~5 FIiv~)~3: DEC 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. Commercial liability including the following coverages: a. Broad form properly damage; b. Premises-operations; c. Explosion, collapse, and underground hazard; d. Product/completed operations hazard; and e. Independent contractors. A letter accompanying the certificate of insurance and signed by an authorized representative of the insurer will state that the commercial liability insurance includes the 5 coverages. Minimum coverage amounts will be: Bodily Injury and Consequent Death Bodily Injury and Consequent Death Property Damage $ 500,000 Per Person $1,ooo,o00 Per Occurrence $1,000,000 Per Occurrence EXHIBIT "B" I Page 1 of 3 Automobile liability coverage for all owned, non-owned, or rented vehicles. Minimum coverage amounts will be: Bodily Injury and Consequent Death Bodily injury and Consequent Death Property Damage $ 500,000 Per Person $1,000,000 Per Occurrence $ 500,000 Per Occurrence Employer's liability insurance with a minimum coverage limit of $100,000 per person. Excess liability insurance coverage (for commercial, automobile, and employer's liability insurance with a minimum coverage limit of $1,000,000. 5. Workers Compensation Insurance The Consultant will provide workers compensation insurance for all its employees who will perform any project work. This coverage will be provided through a company author[zed 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 matedal change that reduces or restricts the insurance afforded, the insurer agrees to mail 30-days pdor wdtten 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" Page 2 of 3 For workers compensation insurance, lO-days notice of cancellation or matedaJ 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 responsibil~ 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 Cib/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 r CiOj of CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or tirms 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: Naismith Enaineerinq, Inc. STREET: 4501 Gollihar FIRM Is: 1. Corporation X 2. Partnership__ 5. Other CITY: Comus Chdsti, TX ZIP: 3. Sole Owner__ 4. Association.__ 78411 DISCLOSURE QUESTIONS It additional space is necessary, please use the reverse side of this page or attach separate sheet. State the names of each "employee" of the City o1' Corpus Christi having an "ownership Interest' con~,tltutlng 3% or more of the ownership In the above named "firm". Name Job 'l'itle and Cl~y Deparlrnenl (if know~) N/A State the names of each "official' o! the City of Corpus Christi having an "ownership Interest" constituting 3% or more of the ownership In the above named '`firm". Name ~ N/A State the neme~ og each "board member" of the City of Corpus Christi having an "ownership Interest" constituting 3% or more of the ownership In the above named '`fin~". Name Board, Co~mlsNon or Committee N/A 4= 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 o1' this contract and hes an "ownership Interest" constituting 3% or more of the ownerehlp In the above named "firm". Name Co~6ullant N/A CERTIFICATE I certify that all information provided Is true and correct as of the date of this statement, thai I have not knowinghj withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Rendell C. Webb, Jr., P.E. Title: President Signature of Certifying Person: EXHIBIT "C" [ Page 1 of 2 DEFINITIONS a. ~Board Member". A member of any board, commission or committee appointed by [he City Council ol= the City ol~ Corpus Chdsti, 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 entity operated I=or ecenomic gain, whether prolessional Industrial or commemlal and whether e~t. at~l. ished to pro~. ,uce or dea, I with a preduc[or service, indludlng but not limited to, entitles operated In the form d. ~"~ticia.. I". T. he M.a.~.o.r, ~e .m. bem. ol th.e. C~ (?ou.~ll, City ,Manager, DeE~:~y C~ Manager, Assistant City Managers, L~epanmem ana un~s~on Heaas ana Municipal L, ourt Juages of the t..,~'y of Corpus Christi, Texas. e. "O~.r~..r.r.mhlp !nta.res..t'...LegaJ. or equi~ble interest, whether actually or constructively held, In a firm, inc ud ng when SUCh ~n[eres~ is neld mrougn an agent trust, estate or homing entity. 'Construcbvely held' refers to hold ng or control established throug~ votlnglrusts, proxies or special terms of venture or par[hershlp agreements. f. "C, onsultant". Any person or firrn~ such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. IEXHIBIT "C" Page 2 of 2 J 808 EXHIBIT "D" Page I of 1