Loading...
HomeMy WebLinkAboutC2005-257 - 5/31/2005 - ApprovedRVE 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 RYE, Inc., a Texas corporation, 820 Buffalo Street, Corpus Christi, Nueces County, Texas 78401, (Architect/Engineer - A/E), hereby agree as follows: 1. SCOPE OF PROJECT Laguna Shores Road - Graham to Hustlin Hornet (#6278) This project includes elevating the roadway between Graham Road and Hustlin Hornet Drive to alleviate frequent inundation during high tides that disrupts traffic flow. The road bed would be raised an average of approximately two feet. The new pavement would be two 12 feet wide lanes with four feet wide shoulders on each side. The major storm water culvert south of Graham Road would be extended to accommodate the widening. Additional crossroad culverts may be needed to accommodate drainage. A USACE permit and mitigation for wetland impacts will be required. No utility work, sidewalks, curb and gutter, signalization or street lighting is included. The project construction budget, without utility adjustments is $1,820,000. An additional $740,000 is budgeted for permit preparation and mitigation. 2. SCOPE OF SERVICES The NE hereby agrees, at its own expense, to perform Professional Services necessaryto review and prepare plans, specifications, and bid and contract documents. In addition, NE will provide monthly status updates (project progress or delays), Gantt charts presented with monthly invoices and provide contract administration services, as described in Exhibit "A" and "A-I", to complete the Project. Exhibit "A-1" provides supplemental description of services to Exhibit "A" and is not intended to supersede services described in Exhibit "A". Work will not begin on Additional Services until requested by the NE (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. NE services will be "Services for Construction Projects"- (Basic Services for Construction Projects") which are shown and are in accordance with "Professional Engineering Services- A Guide to the Selection and Negotiation Process, 1993" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of Professional Engineers. For purposes of this contract, certain services listed in this publication as Additional Services will be considered as Basic Services. 3. ORDER OFSERVICES The NE agrees to begin work on those authorized Basic Services for this contract upon receipt of the Notice to Proceed from the Director of Engineering Services. Work will not begin on any phase or any Additional Services until requested in writing by the NE and wriffCn ~,,fh~riT~fi~,~ i ...... ided by the Director of Engineering Services. The anticipated 2005-257 05/31/05 Contract for Engineering (A/E) Services M2005-175 Page 1 of 3 schedule of the preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit "A". This schedule is not to be inclusive of all additional time that may be required for review by the City staff and may be amended by or with the concurrence of the Director of Engineering Services. The Director of Engineering Services may direct the NE to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase ol~ 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 NE agrees to the mandatory contract and insurance requirements as set forth in Exhibit 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 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 NE agrees that at least 75% of the work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan Statistical Area (MSA). Additionally, no more than 25% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA.) 8. ASSIGNABILITY The NE 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 NE 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 writing by the City. Contract for Engineering (A/E) Services Page 2 of 3 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 NE wi[hour 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 "C". CITY OF CORPUS CHRISTI Ronald F. Massey, (_'~ 'Dat~ Assistant City Manager RECOMMENDED ~l~hi(e[ R. Escoba~', P.E., D"~ate///~ *Director of Engineering Services ATTEST By Arman~ary By Date ~ a~ ~e~/eto, p.E.~''~*' ' °~/' 820 Buffalo Street Corpus Christi, TX 78912 (361) 887-8851 Office (361) 887-8855 Fax AP~;~R~OVED AS TO FORM ~ Q~,7 Attorney t~j Contract for Engineering (AJE) Services Page 3 ol~ 3 EXHIBIT A CiTY OF CORPUS CHRISTI, TEXAS LAGUNA SHORES - GRAHAM TO 'HUSTLIN HORNET DRIVE (#6278) SCOPE OF SERVICES Basic Services. Basic Services will include the following in addition to those items shown on Exhibit "A-1" Task List. 1. Preliminary Phase. The Architect/Engineer-NE will: It is the intent of the Preliminary Phase to provide a study and report of project scope with economic and technical evaluation of 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, bodngs, and laboratory testing. (The City Engineering Services Department will provide necessary soil investigation and testing under one or more separate contracts). b. Confer with the City staff regarding the design parameters of the Project. The Engineer will participate in a of Seven {7) 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 NE will participate in discussions with the operating department and other resource agencies (such as the Texas Department of Transportation (TxDOT) and Texas Commission of Environmental Quality (TCEQ)) as required to satisfactorily complete the Project. c. Submit one (1) copy in an approved electronic format, and one (1) paper copies of the Design Memorandum, with executive summary, opinion of probable construction costs, defined technical evaluations of identified feasible alternatives, and review with City staff to produce an acceptable format which contains common municipal elements. Design Memorandum will include the following (with CONSTRUCTABILITY being a major element in all the following items): 1. Review of the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution of the Project; The 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 possible conflicts, EXHIBIT "A" Page 1 o[ 13 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 dght of way/easements, and probable Project design solutions; (which are common to municipalities). 4. Provide a presentation of pertinent factors, sketches, designs, cross-sections, and parameters which will or may impact the design, including engineering design basis, preliminary layout sketches, identification of needed additional services, preliminary details of construction of 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 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 NE and Sub-consultant Engineers have checked and reviewed the design memorandum prior to submission. 9. Additional items are required with the Design Memorandum to identify and summarize the project by distinguishing key elements such as: · Pipe Size or Building Size · Pipe Material, etc. · Why one material is selected over another · Pluses of selections · ROW requirements and why · Permit requirements and why · Easement requirements and why · Embedment type and why · Constructability, etc. · Specific requirements of the City · Standard specifications · Non-standard specifications · Any unique requirements · Cost, alternatives, etc. · Owner permit requirements and status EXHIBIT "A" Page 2 of 13 d. Field location of existing utilities using Texas one-call system (Coordinate with appropriate City Operating Departments), and use hydraulic or pneumatic excavation or hydro jetting. e. Provide subsurface utility engineering in accordance with ASCE Standard "ASCE C-I, 38-02, Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data". The proposed subsurface utility investigation will be as follows: 1. Excavation - The survey scope includes working with a subsurface utility excavator to perform Quality Level A investigation of underground utilities in specified areas through the project limit. (Quality Level A typically involves the use of nondestructive digging equipment at cdtical 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 A. Locations will be based on the surveyed locations of accessible storm water manholes and drainage inlets. 4. Wastewater - Wastewater facilities at the storm water culvert crossing will be located to Quality Level A. Locations will be based on the surveyed locations of accessible wastewater manholes. All others Level B. 5. Water - The 24" Water line within the project limits will be located to Quality Level A. All others Level B. 6. Gas - Gas facilities within the project limits will be located to Quality Level C by the NE. The City of Corpus Chdsti Gas Department will provide Quality Level A. The NE will coordinate this activity. 7. Local Franchise - Coordinate as needed with Pdvate Pipeline and Cable Owners. Locate to Quality Level A. Prepare and submit regulatory permit applications for USACE, GLO, and TCEQ. Coordinate as needed with Regulatory and Resource Agencies. Final Design Memorandum conclusions and recommendations will depend on the final regulatory permit requirements. EXHIBIT "A" Page 3 of 13 City staff will provide one set only of the following information (as applicable): a. Record drawings, record information of existing facilities, and utilities (as available from City Engineering files). b. The preliminary budget, specifying the funds available for construction; c. Aerial photography for the Project area. d. Through separate contract, related GIS mapping for existing facilities. e. A copy of existing studies and plans. (as available from City Engineering files). f. Provide applicable Master Plans. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the NE will: a. Study, vedfy, and implement FINAL Design Memorandum recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff. b. Prepare one set of Construction Bid and Contract Documents in City format (using City Standards as applicable) for each phase, including Contract agreement forms, general provisions and special provisions, notice to bidders, insurance requirements, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, one bid for each phase, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. c. Provide assistance identify testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered 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. Furnish one (1) copy of the pre-final plans to the City staff for review and approval purposes with estimates of probable construction costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. f. Provide Traffic Control Plan with illumination, markings and striping for review and approval by the City Traffic Engineering Department. g. Assimilate all pertinent review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. h. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the pre-final and [inal complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and EXHIBIT "A" Page 4 of 13 correction by City staff. The Consultant NE and Sub-consultant NE shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete pdor to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. i. Upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for 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 Storm Water Best Management Practices Recommendations (Contractor will be required to provide a Storm Water Pollution Prevention Plan). The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the design phase. b. Provide the budget for the Project specifying the funds available for the construction contract. c. Provide electronic files of the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. 3. Bid Phase. The A/E will: a. Participate in the pre-bid conference and provide a recommended agenda for cdtical construction activities and elements impacted the project. b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c. Review all pre-bid questions and submissions 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. 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 EXHIBIT "A" Page 5 of 13 deems necessary to re-advertise that particular portion of the Project for bids. The City staff will: a. Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. b. Advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the NE) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. d. Prepare, review and provide copies of the contract for execution between the City and the contractor. 4. Construction Phase. The NE will perform contract administration to include the following: (Limited to 12 month construction duration) a. Participate in pre-construction meeting conference and provide a recommended agenda for cdtical construction activities and elements impacted by the project. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Review field and laboratory tests. Recommend Lab and prepare a testing schedule. 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 Cedificate of Completion for the project. EXHIBIT "A" Page 6 o[ 13 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 Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later) of the record drawings. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction phase. b. Prepare applications/estimates for payments to contractor. c. Conduct the final acceptance inspection with the Engineer. B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that may be included as part of this contract, but the NE will not begin work on this section without specific wdtten approval by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The NE will, with wdtten authorization by the Director of Engineering Services, do the following: 1. Permitting. Furnish the City all engineering data and documentation necessary for all required permits and pay all applicable permit application fees. The NE will prepare this documentation for all required signatures. The NE will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. USACE /GLO/TCEQ - Prepare and submit permit applications. Respond to agency comments. A mitigation plan for the permit application is not included. NE will coordinate with Shiner Moseley and Associates (SMA) in their efforts to try to establish a mitigation fee to be paid to the CBBEP, TPWD or other appropriate agency for required mitigation of the project. SMA will be working separately with the City to try to establish mitigation sites for multiple City projects that will be constructed and monitored by others. SMA will be responsible for negotiating fees to be paid to the appropriate group for mitigation of City projects. 1. Wetland Delineation - Field survey and map preparation for USACE review and approval: 2. Endangered Species - Field survey and map preparation for USACE review and approval. EXHIBIT "A" Page 7 o[ 13 3. Archeology Survey- Field survey and map preparation for USACE review and approval. 4. LSLS Survey - Field survey and map preparation for GLO review and approval. b. TDLR Registration - Registration preparation and submission. Inspection by Texas Accessibility Specialist. Rl~ht-of-Wav (ROW) Verification Survey (Called 60 ft. ROW). The NE will review existing ROW and easements to ascertain any conflicts and provide field ROW surveys and submit ROW drawings of the existing ROW. The NE will recommend if additional ROW is required and provide parcel survey maps and descriptions for the City's use in the acquisition process. Fee for parcel surveys, if required, will be negotiated as another additional service. All work must comply with Category l-A, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with all TxDOT requirements as applicable. A/E Consultant will be required to perform all necessary deed research for parcel surveys. The City will provide title commitments from a Title Company on each parcel as the basis for A/E deed research. Platting is not included. 3. Topo~lral~hic Survev. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required for the aedal mapping of the Project area - aedal photography to be provided by City). Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyor~' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the project area. 4. Subsurface Utility En~ineerin~ (SUE). Upon receiving authorization from the City to proceed, conduct hydro*excavation, pneumatic excavation, or probing with or without water jet assistance to identify underground utilities of record. The process will conform to subsurface utility engineering in accordance with ASCE Standard C- I, 38-02, and shall be in accordance with Section l.e of Basic Services. SUE will be as described in paraqraph I.A.1 .e. 5 Public Meeting. Assist City in preparing exhibits and conducting a public meeting. 6. Construction Observation Services. (Limited to 12 month construction duration) EXHIBIT "A" Page 8 or 13 Provide a project representative (PR) to provide periodic construction inspection. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the A/E shall endeavor to provide further protection for the CITY against defects and deficiencies in the Work. B. The duties and responsibilities of the PR are described as follows: 1. General: PR will act as directed by and under the supervision of NE, and will confer with NE regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with NE and Contractor, keeping the CITY advised as necessary. 2. Conference and Meetings: Attend meetings with Contractor, such as pre- construction conferences, progress meetings, job conferences and other project-related meetings as required by the City, and prepare and circulate copies of minutes thereof. 3. Liaison: a. Serve as liaison with Contractor, working principallythrough Contractor's superintendent and assist in understanding the intent of the Contract Documents. b. PR shall communicate with CITY with the knowledge of and under the direction of NE 4. Interpretation of Contract Documents: Report when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. 5. Shop Drawings and Samples: a. Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. b. Record date of receipt of Samples and approved Shop Drawings. c. Advise Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submiital for which PR believes that the submittal has not been approved. 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 City and NE of that part of work in progress that PR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. EXHIBIT "A" Page 9 of 13 c. Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be per-[orrned by public agencies having jurisdiction over the Work. 7. Records: a. Maintain ordedy files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, NE's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. b. Prepare a daily report utilizing approved City format, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to NE and the City. 8. Reports: a. Furnish periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. b. Report immediately to the CITY and NE the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. c. Provide project photo report on CD-ROM at the rate of a minimum of 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 I:inal list have been completed or corrected and make recommendations concerning acceptance and issuance of the Notice of Acceptability of the Work. 7. 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 ofthe 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 10 or 13 Mitigation planning is not included [or permitting. If required, it is subject to negotiation, this includes mitigation planning for the USACE permit application, mitigation site acquisition services, mitigation site acquisition surveys, mitigation site environmental surveys, mitigation site construction plans, bid documents, and construction phase services. (TBD) 9. Utility Adjustment Plan - Not anticipated except at storm water box culvert. TBD 10. Provide the services above authorized in addition to those items shown on Exhibit "A-I" Task List 2. SCHEDULE It is the City's intent for the Engineer to endeavor to complete the Final Design and USACE Permit approval in November 2005 to allow construction to begin in January 2006. The contract dates listed in subsequent sections of this contract are provided to allow for overall City project planning with potential delays in the Permit application, response, and approval process by the USACE and Resource Agencies. The Engineer should endeavor to complete all preliminary steps to accomplish the desired schedule. EXHIBIT "A" Page 11 of 13 DAY PROPOSED PROJECT SCHEDULE DATE ACTIVITY Monday Wednesday Monday Wednesday Monday Wednesday Monday Wednesday Monday Wednesday Monday Wednesday Weekday Monday Monday Wednesday Wednesday Weekday Weekday August1,2005 August17,2005 September 12, 2005 September 28, 2005 November 7, 2005 November 23, 2005 December 12, 2005 May 2006 June 5,2006 June 2006 Oct2,2006 OCt 18,2006 OCt 2006 Nov 6, 2006 Nov 20 & 27,2006 Dec 6,2006 Dec 20,2006 Jan 2007 Dec 2007 Submit Interim Design Memorandum Interim Design Memorandum Review Meeting Submit Draft Design Memorandum Draft Design Memorandum Review Meeting with City Submit Draft Permit Documents Permit Document Review Meeting Submit Permit Application Agency and Permit Interaction Final Permits Received Final Permit Requirement Review Meeting Submit Pre Final Design Pre Final City Review Meeting Public Meeting Submit Final Design Advertise for Bids Pre Bid Conference Receive Bids Begin Construction End Construction (12 months) FEES Fee for Basic Services. The City will pay the NE a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1-4 above, and for all expenses incurred in performing these services. For services provided in Section I.A.1-4, NE will submit monthly statements for basic services rendered. In Section I A.1-3, the statement will be based upon A/E's estimate (and City Concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in Section I.A.4, the statement will be based upon the percent of completion of the construction contract. City will make prompt monthly payments in response to NE's monthly statements. EXHIBIT "A" Page 12 o[ 13 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 Fee for Basic Services 1. Preliminary Phase 2. Design Phase 3. Bid Phase 4. Construction Phase Total $ 44,730.00 $ 65,725.00 $ 4,880.00 $ 42,020.00 Subtotal Basic Services Fee $157,355.00 Fee for Additional Services (AJIowance) 1. Permi~ng (AUTHORIZED) a. USACE/GLO/'FCEQ 1. Wetland Delineation 2. Endangered Species Survey 3. Archaeology Survey 4. LSLS Survey b. TDLR Registration 2. ROW Verification Survey (AUTHORIZED) 3. Topographic Survey (AUTHORIZED) 4. SUE Exploration (AUTHORIZED) 5. Public Meeting (one meeting) 6. Construction Observation (12 month duration) 7. Warranty Phase 8. MltlgaUon Planning 9. Utility Adjustment Plan 54,480.00 $ 5,010.00 10,380.00 $ 7,070.00 1 t ,480.00 $ 3,420.00 21,380.00 26,240.00 24,120.00 $ 2,545.00 $ 94,980.00 $ 2,520.00 TBD TBD Subtotal Additional Services Fee $ 266,625.00 TOTAL CONTRACT FEE $423,980.00 EXHIBIT "A" Page 13 of 13 EXHIBIT A-1 CITY OF CORPUS CHRISTI LAGUNA SHORES ROAD - GRAHAM TO HUSTLIN HORNET (#6278) TASK LIST General Project limits include Laguna Shores Road (60 ft. ROW) from the south intersection of Graham Road to the South ROW of Hustlin Hornet Ddve. Prepare monthly progress reports for submittal to the City. Monthly progress reports shall be submitted by the 5~h of each month. Preliminary Phase (Basic Services) Design Memorandum (Basic Services) Preparation of the Design Memorandum will be in three parts; an Interim Design Memorandum, a Draft Design Memorandum and Final Design Memorandum. The Draft Design Memorandum will be used as the basis for all regulatory permitting and easement applications. After all permits and easements have been coordinated with the regulatory agencies, the Draft Design Memorandum will be revised to comply with the permit and easement requirements and the Final Design Memorandum will be issued. The Final Design Memorandum will be used as the basis for final design. Prepare Intedm Design Memorandum (IDM) Attend a project kick off meeting and prepare meeting minutes. Collect data needed for the IDM ROW Information of Record from City Utility Information of Record from City Conventional Surveys (Additional Services) Environmental Surveys (Additional Services) Geotachnical Investigation (Direct Contract with City) Review and analyze data. Prepare an Interim Design Memorandum including data collected, an analysis of the data, preliminary design calculations, roadway alignment and roadway elevating alternatives, utility adjustments required (if any), ROW acquisition EXHIBIT A-1 Page I of 8 requirements (if any), permit requirements, and a preliminary opinion of probable costs. IDM will include a recommended plan of action within the project budget. Submit one (1) hard copy and one (1) electronic copy of the DDM. Meet and review IDM with City Staff. Obtain approval to prepare the Final Draft Design Memorandum Prepare Draft Design Memorandum (DDM) Revise the IDM per City Staff comments and direction. The DDM will become the basis for all regulatory permit and easement applications. Submit one (1) hard copy and one (1) electronic copy of the DDM. Meet and review DDM with City Staff. Obtain approval to proceed with Permit Application Preparation and Preliminary Drawings. Permit Applications (Additional Services) Services do not include EA, ElS or Public Involvement Meetings Prepare USACE Permit Application Prepare GLO Easement Application Prepare TCEQ Water Quality Certification Application Submit one (1) hard copy and one (1) electronic copy all applications Meet and review Applications with City Staff. Revise Applications per City Staff comments and submit Applications to the appropriate Regulatory Agency. Respond to comments and meet with Regulatory and Resource Agencies as needed. Meet with City Staff to review final permit and easement requirements Obtain Approval to prepare the Final Design Memorandum EXHIBIT A- 1 Page 2 of 8 Preliminary Drawings/Specifications (Done concurrently with Permits) Drawings Title Sheet Project Layout Sheet Index Typical Roadway Sections General Notes Phasing Plan Traffic Control Plan Street P&P Backgrounds (Existing Conditions) Drainage Crossing Plan Specifications 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 Index Geotechnical Report Notice Agreement Proposal/Disclosure Statement Performance Bond Payment Bond Prepare Final Design Memorandum (FDM) Revise the DDM per final permit and easement requirements. The FDM will become the basis for final design. Submit one (1) hard copy and one (1) electronic copy of the FDM and Preliminary Drawings. Meet and review FDM and Preliminary Drawings with City Staff. Obtain approval to proceed with the Design Phase, EXHIBIT A-1 Page 3 of 8 Design Phase (Basic Services) Develop construction drawings in English units in 22" x 34" sheets to include the following preliminary list: (Approximately 53 Sheets) · Title Sheet · Project Layout Plan Sheet Index · Typical Roadway Sections (Approx 2 Sheets) · General Notes (Approx 2 Sheets) · Quantity Summary · Phasing Plan (Approx 2 Sheets) · Traffic Control Plan (Approx 4 Sheets) · Traffic Control Details (Approx 6 Sheets) · Demolition P&P Plan/Index Sheet · Demolition P&P Sheets (approx 4 sheets at 1"=50ft.) · Roadway P&P Plan/Index Sheet · Roadway P&P Sheets (approx 4 sheets at 1"=50ft.) · Drainage Crossing Plan · Drainage Crossing P&P Sheets (approx 6 sheets) · Permanent Pavement Marking Plan (approx 4 sheets at 1 "=50fl.) · Pavement Marking Details (Approx 2 Sheets) · Culvert and SET Details (Approx 6 Sheets) · Box Culvert Details (Approx 4 Sheets) · Storm Water Best Management Practices Prepare opinion of probable construction costs including contingency amounts. Prepare Contract Documents to include; · Title Page · Table of Contents · Notice to Bidders · Notice to Contractors -A · Notice to Contractors- B · Part A- Special Provisions · Part B- General Provisions · Part C - Federal Wage Rates and Requirements · Part S - Standard Specifications · Part T- Technical Specifications (if required) · List of Drawings · Geotechnical Report · Notice · Agreement EXHIBIT A- 1 Page 4 of 8 · Proposal/Disclosure Statement · Performance Bond · Payment Bond Provide Quality Assurance/Quality Control (QNQC) interim review and prepare submittal for City's review depicting pre final development of the construction drawing and specifications. Address comments received from the City for the pre final Submittal. Provide Quality Assurance/Quality Control (QNQC) interim review and prepare submittal for City's review depicting final development of the construction drawing and specifications. Address comments received [rom the City for the final Submittal. Provide Quality Assurance/Quality Control (QA/QC) final review and submit one (1) hard copy and one (1) electronic copy of the final contract drawings and specifications to the City for bidding process. Update the Opinion of Probable Costs. Bid Phase (Basic Services) Provide Bid Phase Services in accordance with Exhibit 'A' of the Contract for Professional Services. Construction Phase (Basic Services) Provide Construction Phase Services in accordance with Exhibit 'A' of the Contract for Professional Services. (12 Month Duration) Additional Services (Subject to Authorization) PERMITTING a. USACE/GLO/TCEQ Initial meeting with USACE Prepare and distribute meeting minutes Prepare alternatives analysis Prepare draft permit application Attend draft permit City review meeting Prepare and distribute meeting minutes Prepare and submit final permit application EXHIBIT A-1 Page 5 of 8 survey Prepare and submit TCEQ Water Quality Certification Prepare and submit GLO Easement Application Review agency permit comments Prepare draft response to agency comments Attend City meeting to review comments and draft response Prepare and distribute meeting minutes Prepare and submit responses to agency comments Prepare final permit per USACE requirements Mitigation Planning and Preparation of Mitigation Construction Plans, if required, would be an additional service. 1. Wetland Delineation Survey Field delineation Field survey of delineation Prepare delineation report Prepare delineation exhibit 2. Endangered Species Survey Field survey Prepare survey report Prepare survey map 3. Archaeology Survey Field survey Backhoe excavation Traffic Control Archaeological report 4. LSLS (For GLO Easement) Establish limits of work area and obtain reference drawings. Research City rights--of-way (ROW), easements and property boundaries. Prepare working sketch for field survey. Locate and tie-in state boundary.. Perform CAD design/drafting for final survey plats. Provide Quality Assurance/Quality Control (QNQC) final review for plats.. Provide State Boundary Survey exhibit. b. TDLR REGISTRATION Prepare documentation Compliance review of plans Complete and submit registration EXHIBIT A-1 Page 6 of 8 Compliance inspection of improvements 2. ROW VERIFICATION SURVEY Review existing ROW maps Prepare working sketch for field surveys Set project horizontal control points Conduct field survey Prepare ROW survey map Recommend if additional ROW is needed. 3. TOPOGRAPHIC SURVEY Establish vertical control points (bench marks) and perform level loops. Perform topographic survey within project limits. Cross-section roadway within limits of ROW at 100-ft. intervals. Locate and tie-in known utilities and structures identified in SUE. Add topographic survey information to ROW maps 4. SUE Conduct hydro-excavation, pneumatic excavation, or probing, with or without water jet assistance, to identify underground utilities. The process will conform to subsurface utility engineering in accordance with ASCE Standard C-I, 38-02, and shall be in accordance with Section 1.e of Basic Services in Exhibit "A". Preparation of utility adjustment construction plans, other than adjustments associated with the major storm water culvert, would be an additional service. 5. PUBLIC MEETING Prepare Exhibits and Handouts Attend and Participate (City Staff will lead the meeting) Prepare Meeting Minutes 6. CONSTRUCTION OBSERVATION SERVICES (12 Month Duration) Provide construction observation services as authorized by the City. Conduct daily site visits to the project site during construction. Prepare daily reports and coordinate site visits with RVE office staff. Provide detailed coordination with City staff during construction. Coordinate construction activities with materials testing lab. EXHIBIT A-I Page 7 of 8 7. WARRANTY PHASE Upon receiving authorization from the City to proceed, conduct a maintenance guaranty inspection toward the end of the one-year period after acceptance of the project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, correct or replace improvement under the maintenance guaranty terms of the construction contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action. 8. Mitiqation Planninq and Implementation of Miticlation Plan pendinq USACE permit approval of payment for mitiqation. Subiect to neqotiation, this includes, if required, miticlation plannincl, miti(mtion site acquisition services, mitiqation site acquisition surveys, mitiqation site environmental surveys, mitiqation site construction plans, bid documents, and construction phase services. 9. Utilib,, Adiustment Plan not anticipated except at storm water box culvert. EXHIBIT A-1 Page 8 of 8 EXHIBIT B 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. ProductJcompleted 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 Automobile liability coverage for all owned, non-owned, or rented vehicles. Page 1 of 3 Minimum coverage amounts will be: Bodily Injury and Consequent Death Bodily Injury and Consequent Death Property Damage $ 500,000 Per Person $1,000,000 Per Occurrence $ 500,000 Per Occurrence Employer's liability insurance with a minimum coverage limit of $100,000 per person. Excess liability insurance coverage (for commercial, automobile, and employer's liability insurance with a minimum coverage limit of $1,000,000. 5. Workers Compensation Insurance The Consultant will provide workers compensation insurance for all its employees who will perform any project work. This coverage will be provided through a company authorized to do business in Texas or through self-insurance obtained in accordance with Texas law. Coverage will be documented in a certificate of insurance or, of the Consultant provides self-insurance, then it will provide to the City a copy of its certificate of authority to self- insure its workers compensation coverage liability. The Consultant will also provide a letter stating that the certificate of authority remains in effect and is not the subject of any revocation proceeding pending before the Texas Workers Compensation Commission. Except for workers compensation insurance, for each insurance coverage required under the contract, the Consultant will obtain an endorsement to the applicable insurance policy, signed by an authorized representative of the insurer, stating that in the event of cancellation or material change that reduces or restricts the insurance afforded, the insurer agrees to mail 30-days prior wdtten notice of cancellation or matedal change to the City at: City of Corpus Christi Department of Engineering Services Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469-9277 For workers compensation insurance, 10-days notice of cancellation or matedal change will be sufficient. The Consultant will also provide an additional insured endorsement for each insurance IExhibit B Page-2 of 3 policy except workers compensation insurance. Each will name the City as additional insured. Use of Subcontractors The Consultant may use subcontractors to complete work under this contract. No subcontractor may provide services unless the City consents. Consent will not be withheld unreasonably. The Consultant will be responsible for completing all contract work even if a subcontractor has assumed responsibility to complete certain work. Also, the Consultant will be responsible for the acts and omissions of any subcontractors. Furthermore, the Consultant agrees that any subcontractor for this project will include the same mandatory insurance requirements in favor of the City as are specified in the City's contract with the Consultant. This is particularly emphasized for workers compensation insurance coverage. Subcontractor certificates of insurance and endorsements will be collected by the Consultant and available for City review upon request. Exhibit B I Page 3 o[ 3 _.t rpusC ity of Christi CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking lo do business with the City to provide the [ollowing information. Every question must be answered. If the question is not applicable, answer with "N/A" FIRM NAME: RVE, Inc. STREET: 820 Buffalo Street CITY: Corpus Christi ZIP:78401 FIRM is: 1. Corporation X 2. Partnership__ 3. Sole Owner 4. Association__ 5. Other DISCLOSURE QUESTIONS additional space is necessary, please use the reverse side of this page or attach separate sheeL State the names of each employee of the City of Corpus Christi having an ownership Interest constituting 3% or more o1' the ownership in the above nameri firm. Name Job ~[le and City Depadmen[ (if know~) 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 Tit~e N/A State the names of each board member of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership In the above named Rrm. Name Board, Commission or Committee 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 Consul[ant N/A CERTIFICATE I certify that all information provided is true and correcl as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted lo the City of Corpus Christi, Texas as cha~'~s occur. Certifying Person: Patrick D. Vete~, P. Em Title: President (Type or Pdnt) ,/ /' Signature of Certifying Person: j J,.~/~[._..~ Date: .._,~-'"- Z~:,' ~....-~ I EXHIBIT "C" Page 1 of 2 DEFINITIONS a. Board Member. A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. Employee. Any person employed by the City o[ 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 service including but not limited to, entities operated in he form of sole proprietorship as self-employed person partnership corpora on, jo nt stock company, jo nt venture rece vership or trust and entities which, [or purposes o[ taxa[ion, are reared' as non-profit organizations. Official. The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the Ci[y o[ Corpus Christi, Texas. e. Ownership Interest. Legal or ~luitable interest, whether actually or constructively held in a ~irm, including when such interest is held ~hrough an agent trust estate or holding entity. Construct ve y he d refers to holding or con ro estab shed through voting [rusts, proxies or special terms of venture or partnership agreements. f. Consultant. Any person or firm, such as engineers and architects hired by the City of Corpus Christi [or the purpose o[ pro[essional consultation and recommendation. EXHIBIT ,,C. Page 2 of 2 o G~ZZ ~ o o o ~ n~ o oo o o o o ~ ~Ci o o o o ~ ~ a2 rn ~ o o I-- I-- I-- ~0 to ooo~o ooo o ~o ~o~ E 0 o o oo o o o o ~ ~ ~ ~o o ~ ~ o o o o o o o o ~ ~ ~ oo~o o ~ o o o o o o o o o o o CD 0 0 0 0