Loading...
HomeMy WebLinkAboutC2005-256 - 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 Christi, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or Designee (Director of Engineering Services) and Shiner Mosele¥ and Associates, Inc., a Texas corporation, 555 N. Carancahua, Suite 1650, Corpus Christi, Nueces County, Texas 78478, (Architect/Engineer - A/E), hereby agree as follows: 1 SCOPE OF PROJECT {Greenwood Drive - Phase I - from Gollihar Road to SPID (Proiect No. 6277)) Greenwood Drive is a major north-south arterial that provides the west side area of the City with the main access to S.P.I.D. and other major east-west arterials. In the early-to-mid 1990's, improvements were made to the roadway south of S.P.I.D., this project continues improvements northerly from S.P.I.D. The improvements will include the complete reconstruction of the existing pavement; removal and replacement of selected curb and gutter and sidewalk, ADA curb ramps, lane striping and pavement markings, water and wastewater improvements, supplemental underground storm water system, traffic signal system improvements, and new street lighting. 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform professional services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, 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-I" provides supplemental description of services to Exhibit "A" and is not intended to supersede services described in Exhibit "A". Work will not begin on Additional Services until requested by the A/E (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. A/E services will be "Services for Construction Projects"- (Basic Services for Construction Projects") which are shown and are in accordance with "Professional Engineering Services- A Guide to the Selection and Negotiation Process, 1993" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of Professional Engineers. For purposes of this contract, certain services listed in this publication as Additional Services will be considered as Basic Services. 3. ORDER OF SERVICES The A/E agrees to begin work on those authorized Basic Services for this contract upon receipt of the Notice to Proceed from the Director of Engineering Services. Work will not begin on any phase or any Additional Services until requested in writing by the A/E and written authorization is provided by the Director of Engineering Services. The anticipated s~.h~d~l¢, rff fh¢, ,~r,:,n,~; ..... ohase, design phase, bid phase, and construction phase is 2005-256 05/31/05 Contract for Engineering (AJE) Services Page 1 of 3 M2005-174 Last Revision: Dec 2004 Shiner Moseley and Associates ~ DRIVE CONStJLTAN%CONTRAC7 PROFESSIONAL SERVICES shown on Exhibit "A". This schedule is not to be inclusive of all additional time that may be required for review by the City staff and may be amended by or with the concurrence of the Director of Engineering Services. The Director of Engineering Services may direct the NE to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to this contract. 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 "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 NE will be compensated for its services on all stages authorized based upon A/E and City's estimate of the proportion of the total services actually completed at the time of termination. 7. LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. The A/E agrees that at least 75% of the work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan Statistical Area (MSA). Additionally, no more than 25% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA.) 8. ASSIGNABILITY The A/E will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior 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 NE 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 exper[ or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. Contract for Engineering (A/E) Services Page 2 of 3 Last Revision: Dec 2004 II USFF~S2iHOMEiVELMAFSGEN STREETi6277 GREENWOOD DRIVE CONSULTANf~CONTRACT PROFESSIONAL SERVICES 9. OWNERSHIP OF DOCUMENTS All documents including contract documents (plans and specifications), record drawings, contractor's field data, and submittal data will be the sole property of the City, 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 NE 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 ~CTM CITY OF CORPUS CHRISTI Ronald F. Massey, Assistant City Manager Date RECOMMENDED ..Z.. //~[~in,~l~.t,~R~.~E~ scobar, P.E., '~e Director of Engineering Services ATTEST Armando ~tary SHINER MOSELEY & ASSOCIATES, INC. B Jeff Massengill, P. E. TM Date Executive Vice President 555 N. Carancahua, Suite 1650 Corpus Christi, TX 78478 (361) 857-2211 Office (361) 857-7234 Fax APPROVED AS TO FORM ~:~J[~ ¢~ A~orney ~U Contract for Engineering (A/E) Ser¥1ces Page 3 of 3 Last Revision: Dec 2004 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS 1. SCOPE OF SERVICES A. Basic Services. Basic Services will include the following in addition to those items shown on Exhibit "A-1" Task List, 1. Preliminary Phase. The ArchitectJEngineer-A/E will: It is the intent of the Preliminary Phase to provide a study and report of project scope with economic and technical evaluation of alternatives, and upon approval, proceed in a Design Memorandum which includes Preliminary designs, drawings, and written description of the project. This report shall include: a. Provide scope of soil investigations, borings, and laboratory testing. (The City Engineering Services Depar[ment will provide necessary soil investigation and testing under one or more separate contracts). b. Confer with the City staff regarding the design parameters of the Project. The Engineer will participate in a minimum of three 3 formal meetings with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven (7) working days of the meeting. The A/E will participate in discussions with the operating department and other agencies (such as the Texas Department of Transportation (TxDOT) and Texas Commission of Environmental Quality (TCEQ)) as required to satisfactorily complete the Project. c. Submit one (1) copy in an approved electronic format, and one (1) paper 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 which contains common municipal elements. The 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 NE 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 EXHIBIT "A" Page 1 of 12 Last Revision: Dec 2004 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, and probable Project design solutions; (which are common to municipalities). 4) Provide a presentation of pertinent factors, sketches, designs, cross-sections, and parameters which will or may impact the design, including engineering design basis, preliminary layout sketches, identification of needed additional services, preliminary details of construction of critical elements, identification of needed permits, identification of specifications to be used, identification of quality and quantity of materials of construction, and other factors required for a professional design (CONSTRUCTABILITY). 5) Advise of environmental site evaluations and archeology reports that are needed for the Project (Environmental issues and archeological services to be an Additional Service). 6) Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project and permitting, environmental, historical, construction, and geotechnical issues; and meet with pertinent authorities. 7) Confer, discuss, and meet with City operating department(s) and Engineering Services staff to produce a cohesive, well- defined proposed scope of design, probable cost estimates(s) and design alternatives. 8) Provide a letter stating that the A/E and Sub-consultant Engineers have checked and reviewed the design memorandum prior to submission. 9) Additional items are required with the Design Memorandum to identify and summarize the project by distinguishing key elemen[s such as: · Pipe Size or Building Size · Pipe Material, etc. · Why one material is selected over another · Pluses of selections · ROW requirements and why · Permit requirements and why · Easement requirements and why · Embedment type and why · Constructability, etc. · Specific requirements of the City · S[andard specifications · Non-standard specifications · Any unique requirements · Cost, alternatives, etc. · Owner permit requirements and status EXHIBIT "A" Page 2 or 12 Las[ Revision: Dec 2004 d. Field location of existing utilities using Texas one-call system (Coordinate with appropriate City Operating Departments). e. Provide subsurface utility engineering in accordance with ASCE Standard "ASCE C-I, 38-02, Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data" including, but not limited to, hydro- excavation. The proposed subsurface utility investigation will be as follows: 1. Excavation - The survey scope includes working with a subsurface utility excavator to perform Quality Level A investigation of underground utilities in specified areas through the project limit. (Quality Level A involves the use of nondestructive digging equipment at critical points to determine the horizontal and vertical position of underground utilities, as well as the type, size, condition, material, and other characteristics.) Utilities located at this quality level will be physically located and tied to the topographic survey control. The utility will be identified and an elevation will be obtained to the top of the utility. 2. Utility Location - The survey scope includes locating certain utilities to Quality Level B (Quality Level B involves surveying visible above ground utility facilities, such as manholes, valve boxes, posts, etc., and correlating this information with existing utility records.) These utilities will be located by obtaining a One-Call Notice and measuring the marked locations. 3. Storm Water - Storm water facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible storm water manholes and drainage inlets. City of Corpus Chdsti stormwater pipes potentially impacted by construction shall be located at Quality level A. 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. City of Corpus Christi wastewater lines that are not to be replaced as part of this project and that fall within the footprint of construction-related excavation shall be located at Quality Level A. 5. Water - Water facilities within the project limits will be located to Quality Level C. City of Corpus Christi water lines potentially impacted by construction shall be located at Quality level A. 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. EXHIBIT "A" Page 3 of 12 Las[ Rev~ton: Dec 2004 H USERS2/HOM~VELMAP!GEN/STREE[~62~ GREENWOO[3 [}RIVECONSULTANT!EXHIBIT A Inform local franchises whose utilities fall within the footprint of construction-related excavation of the potential for encountering their utility lines during construction and, if necessary, coordinate the relocation of those utilities. City staff will provide one set only of the following information (as applicable): Record drawings, record information of existing facilities, and utilities (as available from City Engineering files). The preliminary budget, specifying the funds available for construction; Aerial photography for the Project area. Through separate contract, related GIS mapping for existing facilities. A copy of existing studies and plans. (as available from City Engineenng files). Field location of existing city utilities. (A/E to coordinate with City Operating Department). Provide applicable Master Plans. 2. 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 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) sets 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 during construction (to be included under additional services). To be determined, as needed. d. Prepare final quantities and opinions of probable costs with the recommended construction schedule. The construction schedule will provide a phased approach to better track progress and payments; e. Furnish 1 copy of pre-final plans and bid documents to the City staff for review and approval purposes with opinions of probable costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities; EXHIBIT "A" Page 4 of 12 Last Revislom Dec 2004 f. With the pre-final, provide Traffic Control Plan with illumination, markings and striping, and signalization for review and approval by the City Traffic Engineering Department; 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 A/E and Sub-consultant A/E shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature of all applicable disciplines including, but not limited to, structural, civil, mechanical, electrical, etc.; h. Assimilate all pertinent review comments, modifications, additions/deletions from the pre-final review and proceed to next phase, upon Notice to Proceed; i. Upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for reproduction (In City Format) and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi; j. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans; k. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings; I. Provide two construction drawings (sheets) for the Contractor's Storm Water Pollution Prevention Plan that show the location and type of best management practices that are to be implemented dudng the duration of the project; The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the professional services contract awarded. b. Provide the budget for the Project specifying the funds available for the construction contract. c. Provide electronic files of the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. 3. Bid Phase. NOTE: Fee proposal for this task assumes 2007 rates. The A/E will: a. Participate in the pre-bid conference and provide a recommended agenda for critical construction activities and elements impacted by the project; EXHIBIT "A" Page 5 of 12 Last Rev~siom Dec 2004 II tJSERS2~IOME/VELMAP~GEN/~ REET~6277 GREENWOOE) DRIVE /.ONSU[ TANTtEXHIBIT A b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests; c. Review all pre-bid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' approval, any addenda or other revisions necessary to inform contractors of approved changes prior to bidding; d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract; and e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the A/E's design phase estimate required above, the Engineer will, at its expense, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re-advertise that particular portion of the Project for bids. The City staff will: a. Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders; b. Advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the A/E) any addenda, prepare and supply bid tabulation forms, and conduct bid opening; c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards; and d. Prepare, review and provide copies of the contract for execution between the City and the contractor. Construction Phase. NOTE: Fee proposal for this task assumes 2007 rates and an 18-month construction period as defined by the City. The A/E will perform contract administration to include the following: a. Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted by the project; b. Review for general 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 EXHIBIT "A" Page 6 of 12 Last Revisiom Dec 2004 ~1 LJSER,~2~HOME~VELMAP~GEN!S~ REET~6277 GREENWOOD DRIVE~CONSULTANT~FXHIBIT A 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. 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, observation, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later) of the record drawings. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded; b. Prepare applications/estimates for payments to contractor; and 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. Fees for Additional Services are an allowance for potential services to be EXHIBIT "A" Page 7 of 12 Last Revision: Dec 2004 H USER,%2/HOME~VEEMAP~GEN/STREET~62~7 GREENWOOD DRIVEiCONSULfANT~EXHIBIT A 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: Permittinq. Furnish the City all engineering data and documentation necessary for all required permits. The NE will prepare this documentation for all required signatures. The A/E will prepare, pay all fees, and submit permits as applicable to the appropriate local, state, and federal authorities, including, bu[ not limited to: a. TxDOT Permits/Amendments b. NPDES Permit/Amendments c. Texas Commission on Environmental Permits/Amendments d. Texas Department of License and Regulation (TDLR) e. United States Postal Service (USPS) f. Regional Transit Authority (RTA) g. Corpus Christi Independent School District (CCISD) Quality (TCEQ) Topoqraphic Survey. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points. Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyor~' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the project area. Environmental Issues 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. To be determined, as needed. 4. Construction Observation Services. NOTE: Fee proposal for this task assumes 2007 rates and an 18-month construction period as defined by the City. 1. Provide a project representative (PR) to provide periodic construction observation. A. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the A/E EXHIBIT "A" Page 8 of 12 Last Revision: Dec 2004 shall endeavor to provide further protection for the CITY against defects and deficiencies in the Work. B. The duties and responsibilities of the PR are described as follows: 1. General: PR will act as directed by and under the supervision of A/E, and will confer with A/E regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with NE and Contractor, keeping the CITY advised as necessary. 2. Conference and Meetings: Attend meetings with Contractor, such as pre- construction conferences, progress meetings, job conferences and other project-related meetings as required by the City, and prepare and circulate copies of minutes thereof. 3. Liaison: a. Serve as liaison with Contractor, working 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 of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. 5. Shop Drawings and Samples: a. Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. b. Record date of receipt of Samples and approved Shop Drawings. c. Advise Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which PR believes that the submittal has not been approved. 6. Review of Work and Rejection of Defective Work: a. Conduct on-Site observations of Contractor's work in progress to assist A/E in determining if the Work is in general proceeding in accordance with the Contract Documents. b. 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 observation, test or approval required to be made; and advise City and A/E of that part of work in progress that PR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. c. Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. 7. Records: EXHIBIT "A" Page 9 of 12 Last Revision: Dec 2004 H tJSERS2/HOME/VELMAP~GEfCSTREE~,6277 GREENWOOD DRIVEiC()NSULTANI~E×HIBIT A a. Maintain orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, A/E's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. b. Prepare a daily report utilizing approved City format, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to NE and the City. 8. Reports: a. Furnish periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. b. Report immediately to the CITY and NE the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. c. Provide project photo report on CD-ROM at the rate of a minimum of 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 NE, the CITY, and Contractor and prepare a final list of items to be completed or corrected. c. Observe whether all items on final list have been completed or corrected and make recommendations 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 defective conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. EXHIBIT "A" Page 10of 12 Last Revision: Dec 2004 H ~JSERS2~IOME/VELMAPtGEN/STREET~6277 (~REENWOOD DRIVE~CONSLILTANI~E;~HIBIT A Hydro-Excavation. Upon receiving authorization from the City to proceed, conduct hydro-excavation to identify underground utilities. The hydro- excavation process will conform to subsurface utility engineering in accordance with ASCE Standard C- I, 38-02, and shall be in accordance with Section 1.e of Basic Services. Televisinc~ Existinq Sanitarv Sewer Lines. Upon receiving authorization from the City to proceed, conduct hydraulic cleaning with water jet and televising of existing sanitary sewer lines (approximately 2090 LF of 8" diameter pipe). A/E will review televising data and recommend repairs. A/E will provide associated data to the City's Waste Water Department within 30 days of performing said activities. Provide the services above authorized in addition to those items shown on Exhibit "A-1" Task List. 2. SCHEDULE DATE June 1,2005 October 3, 2005 October 17, 2005 November 2, 2005 January 9, 2005 January 25, 2005 February 15, 2006 TBD TBD TBD TBD Proposed Project Schedule ACTIVITY Begin field work, design phase and permit preparation Draft Design Memorandum Submittal City Review Final Design Memorandum Submittal Pre-Final Submittal City Review Final Submittal City [Review Advertise for Bids Construction Award Construction Completion 3. FEES A. Fee for Basic Services. The City will pay the A/E a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1-4 above, and for all expenses incurred in performing these services. For services provided in Section I.A.1-4, NE will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon A/E's estimate (and City Concurrence) of the proportion of the total services actually completed at the time of billing. For EXHIBIT "A" Page 11 of 12 Last Revision: Dec 2004 H LJSE~S2/HOMEtVELMAp/(~EN!STREE[~627 GREENWOOD DRIVE!CONSULTANT E;(I IIBI [ A services provided in Section I.A.4, the statement will be based upon the percent of completion of the construction contract. City will make prompt monthly payments in response to A/E's monthly statements. B. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the A/E a not-to-exceed fee as per the table below: C. Summary of Fees BASIC SERVICES 1. Preliminary Phase 2. Design Phase 3, Bid Phase 4. Construction Phase Subtotal Basic Services Fees Storm Street Water Wastewater Water Total $10,290.14 $3,319.40 $1,493.73 $1,493.73 $16,597.00 144,048.94 46,467.40 20,910.33 20,910.33 232,337.00 5,57876 1,799.60 809.82 809.82 8,998.00 26,421.92 8,523.20 3,835.44 3,835.44 42,616.00 186,339.76 60,109.60 27,049.32 27,049.32 300,548.00 $298,685.62 $107,238.53 671.04 671.04 7,456.00 4,050.00 4,050.00 45,000.00 0.00 0.00 0.00 11,142.54 11,142.54 123,806.00 444.69 444.69 4,941.00 10,888.33 10,888.34 32,665.00 0.00 20,000.00 20,000.00 27,196.60 47,196.61 233,868.00 $54,245.92 $74,245.93 Additional Services 1. Permitting (Authorized) 4,622.72 1,491.20 2. Topographic Survey (Authorized) 27,900,00 9,000.00 3. Environmental Issues 0.00 0.00 4. Construction Observation Services 76,759.72 24,761.20 5 Warranty Phase 3,063.42 988.20 6. Hydro-Excavation 0.00 10,888.33 7 Televising Existing Sanitary Sewer 0.00 0.00 Lines Subtotal Additional Services Fees 112,345.86 47,128.93 Total Authorized Fee $534,416.00 EXHIBIT "A" Page 12 of 12 Last Revision: Dec 2004 H IJSERS2tHOME/VELMAFAGEN/STREETk6277 GREENWOOD DRIVE~CC)NSULTAN~E;~HIBIT A EXHIBIT A-1 TASK LIST (Provides supplemental description to Exhibit A. Task list does not supersede Exhibit A.) GREENWOOD DRIVE PHASE 1 - GOLLIHAR TO SPID (PROJECT NO. 6277) The A/E will: 1) Perform field investigation as required to define specific areas of demolition and new work, equipment, locations, tie-in points, and other applicable parameters required to complete the items as shown on this Task List. 2) Attend and participate in formal project start and planning meetings (3 meetings) with City staff as described below: a. Meeting 1: Discuss planning and conceptual design b. Meeting 2: Discuss comments on Design Memorandum c. Meeting 3: Discuss comments on Pre-Final plans and specifications 3) 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 of services and construction schedules. 4) Organize, publicize and facilitate a public meeting with project exhibits. 5) Prepare and furnish one (1) hard and electronic copy of the design memorandum, including data collected and opinions of the probable cost of construction for all items shown on this Task List, and make recommendations to the City staff. 6) Review comments on the design memorandum with City staff, revise, and furnish one (1) hard and electronic copy of the revised design memorandum. Obtain approval from City staff prior to proceeding to the pre-final project phase. 7) Prepare and furnish one (1) hard and electronic copy of the pre-final plans and specifications to the City staff. 8) Review comments on the Pre-Final plans and specifications with City staff, revise, and furnish one (1) hard and electronic copy of the final plans and specifications. 9) Provide monthly project updates to the City by the fifth of each month during the project duration. EXHIBIT "A-1" Page 1 of 5 Last Revision: Dec 2004 ~ ~ JS E R S2/H O ME~VELMAP!GENiSTRE E% 6277 GREENWOOE) E)RIVE/CONSUL YAN~,E×I IIBIT A 1 The Engineer shall perform the above Services by considering the essential project parameters including the following: Permits and Agency Coordination The A/E will identif~ all required permits associated with this Task List including, but not limited to, those issued by the following local, state, and federal authorities: a. Texas Department of Transportation (TxDOT) b. Regional Transit Authority (RTA) c. Texas Department of Licensure and Regulation (TDLR) d. Corpus Christi Independent School District (CCISD) e. United States Postal Service (USPS) The A/E will gather relevant engineering data and documentation necessary to complete the required permit applications, prepare the necessary documentation for signature by the appropriate City staff representatives, and submit perTnit applications as applicable to the appropriate agencies. Traffic Control Plan (TCP) The A/E will: · Survey - detailed inventory of existing signs, signals, pavement markings, lane widths and driveways · Consult with adjacent property owners and/or tenan[s to determine impacts of scheduling/traffic control elements · Prepare draft TCP and review with City Traffic Control/Engineering Dept. · Public Outreach - disseminate draft TCP to adjacent property owners/tenants and other interested parties and participate in one (1) public meeting to receive comments · Finalize TCP design · Provide limited assistance during implementation of the TCP during construction phase of project The City will: · Locate a venue for the public meeting, reserve it, publicize the meeting, and provide a sound system Street Improvements · Review Geotechnical Report and recommendations · Review available traffic data · Review feasibility and costs for alternative pavement materials H USEF~S2flHOME/VELMAF~GEN/STREET~6277 GREENWOOD DRIVP,CONSULTANT/EXIdlBI7 A 1 EXHIBIT "A-1" Page 2 of 5 Last Revision: Dec 2004 · Coordinate with the City Geotechnical Engineering Contractor their development of a pavement cross section based on subgrade material strength, and estimated total equivalent 18 kip single axle loads for 20 year pavement life review the cross section and make recommendations to the City · Locate underground gas lines at Quality level C and coordinate location by City Gas Department at Quality level A · Investigate by field reconnaissance the condition of existing curbs and gutters, sidewalks, and driveways · Design the removal and replacement of selected curbs and gutters, sidewalks, and driveways · Design ADA compliant curb ramps at all intersections, driveways, bus stops, and sidewalks connecting to adjacent businesses · Design striping, and pavement and curb markings · Design traffic guide and regulatory signage Utility Adjustments Water · Review existing plans and record drawings · Perform a topographic survey to determine the location and elevation of existing valves, hydrants, and meters · Locate existing water pipes at Quality level C. City of Corpus Christi water pipes potentially impacted by construction to be located at Quality level A · Meet with representatives of the Corpus Christi Water Department to determine: Replacement requirements to comply with the Department's Master Plan Construction materials - pipe, valves, hydrants Fire protection requirements - hydrant locations · Design new water main and hydrants Wastewater · Review existing plans and record drawings · Perform topographic surveys to determine the location of existing manholes and cleanouts including structure sizes and materials, size, invert elevations and materials of sewer mains · Locate existing wastewater pipes at Quality level C. City of Corpus Christi wastewater pipes potentially impacted by construction to be located at Quality level A · Meet with representatives of the Corpus Christi Wastewater Department to determine: Replacement requirements to comply with the Department's Master Plan Construction materials Rehabilitation requirements for existing sewer mains and manholes by slip- lining, and installation of manhole inserts EXHIBIT "A-1" Page 3 of 5 Last Revision: Dec 2004 H USERS~H()ME~VELMAPiGEN!STREE%~6Z / ,' GREENW(~()D DRIVE CONSULTAN T!EXI IIBIT A.1 · Design new sewers to replace existing mains less than 8" in size · Design replacement 8" effluent line to be coordinated with the Trojan Drive Stormwater Project · Hydraulically clean and televise existing 2087 ft of 8-in wastewater pipe (includes 1167 ft between West Point and Gollihar and 920 ft between Trojan and SPID). This task does not include locating covered manholes and mechanical cleaning of wastewater lines Storm Water · Review existing plans and record drawings · Perform topographic survey location of existing stormwater features to include Locations, sizes, materials, rim and invert elevations of structures and pipes · Locate existing stormwater pipes at Quality level C, City of Corpus Christi stormwater pipes potentially impacted by construction to be located at Quality level A · Meet with representatives of the Corpus Christi Stormwater Department to determine: Requirements of the Department's Master Plan Construction materials · Perform calculations to confirm pipe sizes, material type and elevations using stormwater runoff flow values provided by the City · Design new trunk storm drain and new curb inlets, manholes, and other Appurtenances using stormwater runoff flow values provided by the City · Coordinate design with the Trojan Drive Storrnwater Project Street LiclhtinR The NE will: · Perform field survey to locate existing aboveground electrical power and communication facilities within the limits of construction · Coordinate with AEP and communication utility companies for the relocation of any existing facility that must be moved as a result of the lighting system installation · Coordinate with AEP and City Traffic engineering to identify location of electrical power conduit for street lighting · Design 4-in MIS underground conduit duct and coordinate with City MIS department to define placement location; · Coordinate the development of a street lighting design by the City and AEP · Incorporate the City's lighting plan construction drawings into the construction drawings being prepared by the A/E · Include pole and conduit locations on the construction drawings being prepared by the NE · Coordinate with AEP and City for the installation of the new street lighting system EXHIBIT "A-1" Page 4 of 5 Last Revision: Dec 2004 The City will: · Develop a lighting plan and design with AEP, including identification of City standard details and specifications to be incorporated into construction drawings developed by the A/E · Coordinate with the A/E to identify the locations for power and MIS conduits Traffic Siqnals The A/E will: Prepare traffic signal layouts for the following intersections: Gollihar Rd. - upgrade existing signals West Pointe Rd. - upgrade existing signals Prepare plans and specifications for the above listed locations to include the following (A/E to coordinate with the City Traffic Engineer): Electrical layouts and schedules Service pole locations (A/E to coordinate with AEP) Phasing and flashing operations of the signals Pedestrian signal head locations Planned lane use assignments Existing and proposed roadway improvements Existing utility information and locations 3. Incorporate City provided phasing data into the construction drawings (NE to coordinate with the City Traffic Engineer). ., Provide construction signal phasing and signal head locations to provide for the safe operations of the signals during various Traffic Control Plan phases in this project. The City will: 1. Provide sample City signal details, specifications and timing chart formats to be incorporated into the NE's design. 2. Provide turning movement counts for each intersection as required. 3. Provide phasing and timing sequencing. EXHIBIT "A-I" Page 5 of 5 Last Revision: Dec 2004 I I USEF(S~iHOME~VELMAP!GENiSTREE%6277 GREENWOOD DRIVE CONSULTANT/EXHIBIT A 1 EXHIBIT B GREENWOOD DRIVE, PHASE 1, FROM GOLLIHAR TO SPID (PROJECT NO. 6277) Standards, Codes and Safety Requirements The Consultant's work will be performed in accordance with the most current applicable standards, codes and safety requirements. Specifically, the Consultant will adhere to all safety requirements for confined space entry inspecting manholes and similar confined spaces and all traffic control regulations. Insurance Requirements The Consultant will not begin work under the contract until it has obtained all required insurance and provided the City with the related certificates and endorsements. For the duration of the project, the Consultant will provide the insurance listed below and document required coverages with certificates of insurance: 1. Commercial liability including the following coverages: a. Broad form property damage; b. Premises-operations; c. Explosion, collapse, and underground hazard; d. Product/completed operations hazard; and e. Independent contractors. A letter accompanying the certificate of insurance and signed by an authorized representative of the insurer will state that the commercial liability insurance includes the 5 coverages. Minimum coverage amounts will be: Bodily Injury and Consequent Death Bodily Injury and Consequent Death Property Damage $ 500,000 Per Person $1,000,000 Per Occurrence $1,000,000 Per Occurrence H HSERS2~HOME/VELM&P~GEN/STREET~6277 GREENWOOD DRIVE!CONSULTANI~EXHIBITB EXHIBIT "B" I 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 Property 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 (for commercial, automobile, and employer's liability insurance with a minimum coverage limit of $1,000,000. 5. Workers Compensation Insurance The Consultant will provide workers compensation insurance for all its employees who will perform any project work. This coverage will be provided through a company authorized to do business in Texas or through self-insurance obtained in accordance with Texas law. Coverage will be documented in a certificate of insurance or, of the Consultant provides self-insurance, then it will provide to the City a copy of its certificate of authority to self- insure its workers compensation coverage liability. The Consultant will also provide a letter stating that the certificate of authority remains in effect and is not the subject of any revocation proceeding pending before the Texas Workers Compensation Commission. Except for workers compensation insurance, for each insurance coverage required under the contract, the Consultant will obtain an endorsement to the applicable insurance policy, signed by an authorized representative of the insurer, stating that in the event of cancellation or material change that reduces or restricts the insurance afforded, the insurer agrees to mail 30-days prior written notice of cancellation or material change to the City at: City of Corpus Christi Department of Engineering Services Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469-9277 II USERR2~HOME!VELMAP',GENiSTREEI~6277 GREENWOOD DRIVE CONSULTANI~EXHIBIT B rEXHIBIT "B" Page 2 of 3 I For workers compensation insurance, 1 0~lays notice of cancellation or material change will be sufficient. The Consultant will also provide an additional insured endorsement for each insurance policy except workers compensation insurance. Each will name the City as additional insured, Use of Subcontractors The Consultant may use subcontractors to complete work under this contract. No subcontractor may provide services unless the City consents. Consent will not be withheld unreasonably. The Consultant will be responsible for completing all contract work even if a subcontractor has assumed responsibility to complete certain work. Also, [he Consultant will be responsible for the acts and omissions of any subcontractors. Furthermore, the Consultant agrees that any subcontractor for this project will include the same mandatory insurance requirements in favor of the City as are specified in the City's contract with the Consultant. This is particularly emphasized for workers compensation insurance coverage. Subcontractor certificates of insurance and endorsements will be collected by the Consultant and available for City review upon request. EXHIBIT "B" Page 3 of 3 H tlSERS2~HOME/VELMAP~GEN/STREET~6277 GREENWOOD DRIVEiCONSULTANT~EXHIBIT B City of Corpus Christi CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the Ci~ to provide the following information. Every question must be answered, Ir lhe question is not applicable, answer with "N/A" FIRM NAME: Shiner, Moselev and Associates, Inc. STREET: 555 N. Carancahua, Suite 1650 CITY: Corpus Christi, TX FaRM is: 1. Corporation X 2 Parl:nership 3. Sole Owner 5. OLher ZIP: 78478 4. Association DISCLOSURE QUESTIONS additional space is necessary, please use the reverse side of this page or attach separate sheet. State the names of each employee of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership in the above named firm. Name Job TiMe and City Department (If know-n) N/A State the names of each official of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership in the above named firm. Name Title N/A State the names of each board member of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership in the above named firm. Name Board, Commission or Committee N/A State the names of each employee or officer of a consultant for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an ownership interest constituting 3% or more of the ownership in the above named firm. Name Consultant N/A CERTIFICATE I cedify that all information provided is true and correct as of Ihe date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Jeff Massenq~ ;, Signature of Cellifying Person:~"%-~ ~ ~ Title: Executive Vice President EXHIBIT "C" I Page 1 of 2 DEFINITIONS a Board Member. A member of any board, commission or commi[tee appointed by the City Council of the Cit7 of Corpus Chnsh, Texas. b. ~ Any person employed by the City of Corpus Christi, Texas, either on a tull or part time basis, but not as an independent contractor c Firm. Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or sen/ice, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d Official. The Mayor, members of the City Council, City Manager, DeputyCity Manager, Assistant City Managers, E)~-r:[-ment and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e Ownership Interest. Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. Constructively held refers to holding or control established through voting trusts, proxies or special terms of venture or padnership agreements. f Consultant. Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the ~professional consultation and recommendation. EXHIBIT "C" I Page 2 of 2 ~% _o o_ oo o ,~o o o oo,- o,- ~, E E.-~ I,LI 00000 000 ~ ~ ~ 0 000 coo o o mmmo ooo ~ o o oo o o o o ~ ~ o o o o ~oo o ~ ~ o o · - ~ -,~ ~ o o o o o o o n n n o o o o > ~ o o oo o o o ~ ~ ~ ~ o~ ~ E ~ 00 000 000 ~ Q ~ 0 000 .~0 0 ~ ~ 0~ E ~ ~0 o00 0 IEXHIBIT "D" Page I of I I