Loading...
HomeMy WebLinkAboutC2006-052 - 2/28/2006 - Approved AMENDMENT NO.1 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 Brown and Caldwell, a California corporation, 9011 Mountain Ridge, Suite 100, Austin, Travis County, Texas 78759, (Architect/Engineer - AlE), hereby agree as follows: SCOPE OF PROJECT (City-wide Infiltration Related Collection System Enhancement Program - Project No. 7344-1A) ,Sub-Basin Master Plan - Work under this task will cover the development of recommendations for collection system improvements for twelve (12) undeveloped study areas. The deliverables will include a map identifying the proposed land use, preferred collection system pipe alignment, pipe diameter, direction offlow, and any other collection system infrastructure improvements that will need to be incorporated into the study areas. The map will be accompanied by a technical memorandum that will identify the methodology and background information used and the alignment alternatives. Oso Service Area and a portion of Greenwood Service Area Inflow-Infiltration (I-I) ISanitarv Sewer Evaluation Survey (SSES) - Deterioration of the City's Wastewater collection system allows infiltration and inflow of water and foreign material into the system. This results in reduced line capacity and manhole overflows potentially leading to non- compliance with environmental regulations. Preliminary improvements are to have smoke testing, line cleaning and televising for condition reports to determine the highest priority sections of the collection system. Reports that enable the City to meet Capacity, Managem~nt, Ope~~tions, af1~_~al_f1~~nance (CIV10M) requirements must be generated. 2 SCOPE OF SERVICES The AlE hereby agrees at Its own expense, to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, AlE 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-1". 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". Other pertinent exhibits include Exhibit A-2 Maps, Exhibit A-3 Fee Per Unit, and Exhibit A-4 Pertinent Field Data. Work will not begin on Additional Services until requested by the AlE (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services AlE 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 2006-052 02/28/06 \'12006-061 -..~ Contract for Professional Services Page 1 of 4 Last Revision: Dee 2004 ',I DWELU\MENDC.lENT ~,() . CONTRACT PROFESSIONAL SERVICES Brown and Caldwell purposes of this contract, certain services listed in this publication as Additional Services will be considered as Basic Services. 3. ORDER OF SERVICES The AlE 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 AlE and written authorization is provided by the Director of Engineering Services. The anticipated schedule of the preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit "A". This schedule is not to be inclusive of all additional time that may be required for review by the City staff and may be amended by orwith the concurrence of the Director of Engineering Services. The Director of Engineering Services may direct the AlE 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. AlE shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4 MANDATORY REQUIREMENTS AlE agrees to the mandatory contract and insurance requirements as set forth in Exhibit "8" 5. FEE The City will pay the AlE a fee, as described in Exhibit "A", for providing services authorized. Monthly invoices will be submitted in accordance with Exhibit "0". 6 TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the AlE at the address of record. In this event, the AlE will be compensated for its services on all stages authorized based upon AlE and City's estimate of the proportion of the total services actually completed at the time of termination. 7 LOCAL PARTICI PA TION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. The AlE agrees that at least 40% 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 60% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA). Contract for Professional Services Page 2 of 4 Last Revision: Dee 2004 . USERS2H)M' ..ELMAP\C;EN V\ASHWA ER\73,j' IA BWJ'N1j ANI):ALDWELL.AMENDMENT NO !"CONTRACT PROFESSIONAL SERVICES 8 ASSIGNABILITY The AlE 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 AlE staff. If the AlE 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 AlE fee may be assigned in advance of receipt by the AlE without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. 9. OWNERSHIP OF DOCUMENTS All documents including contract documents (plans and specifications), record drawings, contractor's field data, and submittal data will be the sole property of the City, may not be used again by the AlE without the express written consent of the Director of Engineering Services However, the AlE 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. INSURANCE, INDEMNIFICATION AND HOLD HARMLESS The Consultant will submit to the City Engineer a certificate of insurance, with the City named as additionally insured, showing the minimum coverage set forth in Exhibit "B" by an insurance company acceptable to the City. The Consultant further agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees as more fully set forth in Exhibit "B" 11. DISCLOSURE OF INTEREST AlE 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". 12. CONFLICT OF INTEREST AlE further agrees, in compliance with H. B. 914, to complete, as part of this contract, the Conflict of Interests form attached hereto as Exhibit "E". Contract for Professional Services Page 3 of 4 Last Revision: Dee 2004 'iUSERS2HO/V!! \ELMAP\(;EN\\ASTEVVA ER\734\ IA BW)'N'j .AND CALDWELLIAMENDMENT NO 1\CONTRACT PROFESSIONAL SERVICES CITY OF CORPUS CHRISTI BROWN AND CALDWELL ',,-, By,~~\ -:+.-,'" '''-_~ -, Ronald F. Massey, \ Assistant City Manager {, '-l ,c~ Date By \'. _ ,--1"" ~ .l ((- Pervez Jameel, P. E. Date 9011 Mountain Ridge, Suite 100 Austin, TX 78759 (512) 328-8975 Office (512) 328-8985 Fax RECOMMENDED -~ By ~~, z/-t tkt el R. Escobar, P E., --o-att - irector of Engineering Services ATTEST ~ By, . -- Armando Chapa, City S ' etary , -" --ij'-. AU{~ ,) i '-' -",' I . '..' , / -...-- .' ,~ '. r) { r I..j- rf COUMCll ._...,::.t....-...."'"'7"'" --ft. ..---.........~................. / ~-- ~F(;f'.tl,: ~ :. ;~,f' . i -- APPROVED AS TO FORM r ~ ~b Contract for Professional Services Page 4 of 4 Last Revision: Dec 2004 USERS2 HOMe,ELM/lP\CEN WA.S1f'\^i/l FR\734,' 'A BROW'! AND '~ALD\^iELL'AMENDMENT NO 1\CONTRACT PROFESSIONAL SERVICES AMENDMENT NO.1 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS SCOPE OF SERVICES BASIC SERVICES BasIc Services will include the following in addition to those items shown on Exhibit "A-1" Task List. 1. SUB-BASIN MASTER PLANS STAGE 1 Preliminary Phase -. The Architect/Engineer-AlE will: It is the intent of the Preliminary Phase to provide the following services including a Report recommending improvements. The report shall include: a Confer with the City staff at the start of this phase regarding the design parameters of the Project. The Engineer will participate in a minimum of three (3) formal meeting(s) with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes within seven (7) working days of the meeting. The AlE will discuss the project with the operating department (Water, Wastewater, Gas, Storm Water, Streets, etc.) and other agencies, as required to satisfactorily complete the Project. 1) Review the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution of the Project; The AlE will meet with City staff to collect data, discuss materials and methods of construction, and identify design and construction requirements. 2) Review and investigate of available records, archives, and pertinent data related to the Project including list of potential problems and possible conflicts, intent of design and improvements required, and conformance to relevant Master Plan(s). 3) Identify results of site field investigation including site findings, existing conditions, potential right of wayleasements, 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 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) EXHIBIT "A" Page 1 of 16 Last Revision: Dee 2004 H:'U.~F '--'S2HOME\'vT i MA" ':,E-N"\~..A.STEV'i,ATEC:: :"'34!.- ,.:'.I, BRei ,iN ,lJ..r JL C;~.D'/v'EL LAMENDMFN T NC l\L,X_HIBI r ;'. 6) Confer, discuss, and meet with City operating department(s) and Engineering Services staff to produce a cohesive, well-defined proposed scope of design, and design alternatives. 7) Provide a letter stating that the AlE and Sub-consultant Engineers have checked and reviewed all final submittals. 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 trom 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). t Provide applicable Master Plans. NOTE: No Design, Bidding, or Construction Phase work is authorized by the Director of Engineering Services. Services will be negotiated after completion ofthe Preliminary Phase and acceptance by the Director of Engineering Services. Following are the minimum duties of the Engineer, and are included herewith for information only. Subsequent amendments to this contract will authorize future phases, including duties and fee. STAGE 2 2 Design Phase - Upon approval of the preliminary phase, designated by receiving authorization to proceed, the A/E will: a Study, verify, and implement Report 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. t) Prepare one (1) set of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, notice to bidders, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items, speCifications and drawings to fix and describe, for one bid, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. Provide assistance to 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). '1 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 EXHIBIT "A" Page 2 of 16 Last Revision: Dee 2004 H r<;,\2\HOME\\'i-LM;"'f;EN\'\i''J'A~~TF\,\,ATt~H734J A. BRO.\N Nil' D\NF: [\AMENDMENT W 1"EXHIBI1/:.. 8. Furnish one (1) copy of the interim plans (plans only-identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. Required with the intenm plans is a "Plan Executive Summary" which will identify and summarize the project by distinguishing key elements such as: . Pipe Size or Building Size . Pipe Material, etc. . Why one matenal 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 Assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed 9 Provide one (1) copy of pre-final plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. Compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non-responding participants. h Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the interim, pre-final, and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The Consultant AlE and Sub-consultant AlE shall submit a letter declaring that all engineering disciplines of all phases ofthe submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. Provide traffic controls including a Traffic Control Plan, illumination, markings and striping, signalization. and as delineated by the City Traffic Engineering Department 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. k 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. EXHIBIT "A" Page 3 of 16 Last Revision: Dee 2004 i-i',USl' r.'S?',Horv1F\Vt-~!_M/,!"'(_jEN\\f\,',A.S rEVVAfEF'- ~344 ~ BR:)'."'~ ,::...tJD CAl.D'/'V;--[ t"AMENDMENT N(' 1 '-EXHIBIT A Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. m. Provide a Storm Water Pollution Prevention Plan, Best Management Practices (BMP's). as required. City staff will' a Designate an Individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. tJ Provide the budget for the Project specifying the funds available for the construction contract. Provide the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. 3 Bid Phase - The AlE will: a Participate in the pre-bid conference and provide a recommended agenda for critical construction activities and elements impacted the project. D Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. 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. rj Attend bid opening. analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. p In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the AlE's design phase estimate required above, the AlE 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. City staff will' a Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders D 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 AlE) any addenda. prepare and supply bid tabulation forms, and conduct bid opening. Receive the A/E's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. (j Prepare. review and provide copies of the contract for execution between the City and the contractor. EXHIBIT "A" Page 4 of 16 Last Revision: Dee 2004 .j 'U~.f ">;.HOMf'Vfl'MI .;fN\\W\S' E'''..'' ER '344 BROVifJ ANU CAl DWELl.AMENDMENT NO 1 EXHIBIT A 4. Construction Phase - The A/E will perform contract administration to include the following: a. Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. b Review for conformance to contract documents, shop and working drawings, materials and other submittals. 'J 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. 8 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. 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 q. Make final Inspection with City staff and provide the City with a Certificate of Completion for the project. h Review construction "red-line" drawings, prepare record drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or earlier and .pdf) 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. City staff will' a Prepare applications/estimates for payments to contractor. b Conduct the final acceptance inspection with the A/E. EXHIBIT "A" Page 5 of 16 Last Revision: Dee 2004 H--US;-- F.'S2"HOME\VF_~_M/'>'~;EN\VVASTE\\ic.TFFl344 ~ t.... BRC';JN MJD CALO'NELL'AMENDMENT NC 1\EXHIBIT A 2. Oso Service Area and a portion of Greenwood Service Area Infiltration-Inflow (I-I) SANITARY SEWER EVALUATION SURVEY (SSES) STAGE 1 1 Preliminary Phase - The Architect/Engineer-A/E will: It is the intent of the Preliminary Phase to provide a Technical Memorandum of project scope with economic and technical evaluation of alternatives, and upon approval. proceed in a Technical Memorandum which includes preliminary designs and written description of the project. This memorandum shall include: a. Confer with the City staff at the start of this phase regarding the design parameters of the Project. The Engineer will participate in a minimum of three (3) formal meeting(s) with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven (7) working days of the meeting. The A/E will discuss the project with the operating department (Water, Wastewater, Gas, Storm Water, Streets, etc.) and other agencies. as required to satisfactorily complete the Project. b Submit one (1) copy in an approved electronic format, and one (1) paper copy of the Technical Memorandum with executive summary, opinion of probable construction costs with life cycle analysis, defined technical evaluations of identified feasible alternatives, and review with City staff to produce an acceptable format. This Technical Memorandum must correlate with CCTV Report for ease of use by Wastewater Department and will include the following (with CONSTRUCTABILlTY 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 AlE will meet with City staff to collect data, discuss matenals and methods of construction, and identify design and construction requirements 2) Review and investigation of available records, archives, and pertinent data related to the Project including taking photographs of the Project site, list of potential problems and possible conflicts, intent of design, and improvements required, and conformance to relevant Master Plan(s). 3) Identity results of site field investigation including site findings, existing conditions. potential right of way/easements, and probable Project design solutions (which are common to municipalities). 4) Provide a presentation of pertinent factors, sketches, designs, cross- sections, and parameters which will or may impact the design, including engineering design basis, preliminary layout sketches, identification of needed additional services, preliminary details of construction of critical elements, Identification of needed permits, identification of specifications to be used, identification of quality and quantity of materials of construction, and other factors required for a professional design (CONSTRUCTABILlTY). EXHIBIT "A" Page 6 of 16 Last Revision: Dee 2004 ;;'S2:H()ME""L~"Y (;EN'W~S ff',\ A! FR' 73d .IA BR INN',NO ~.llj';l: LAMENDMEW .,0 !\[,>;HIBIT A 5) 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. 6) Provide a letter stating that the A/E and Sub-consultant Engineers have checked and reviewed the technical memorandum prior to submission. NOTE: No Design, Bidding, or Construction Phase work is authorized by the Director of Engineering Services. Services will be negotiated after completion of Stage 1 and acceptance by the Director of Engineering Services. Following are the minimum duties of the Engineer. and are included herewith for information only. Subsequent amendments to this contract will authorize future phases, including duties and fee. STAGE 2 2 Design Phase .. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the Architect/Engineer-A/E will: a Study, verify, and implement Technical 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. tJ Prepare one (1) set of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, notice to bidders, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid or for multiple bids, 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 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). cj Prepare final quantities and estimates of probable costs with the recommended construction schedule. The construction schedule will provide a phased approach to better track progress and payments. e Furnish one (1) copy of the interim plans (plans only-identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. Required with the interim plans is a "Plan Executive Summary" which will identify and summarize the project by distinguishing key elements such as: . Pipe Size or Building Size . Pipe Material, etc. . Why one material is selected over another EXHIBIT "A" Page 7 of 16 Last Revision: Dee 2004 H !->~2HOMr\V[i M,lor J,EN\\NAS rr-W,ATEF~T344 u. BRO.'.tiN .'\tJD C;~[:rlvrl I AMENDMENT N(; , ',EXHIBIT A. . 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 Assimilate all review comments, modifications, additions/deletions and proceed to next phase. upon Notice to Proceed. 9 Provide one (1) copy of pre-final plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. Compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non-responding participants. h Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the interim, pre-final (if required), 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 AlE and Sub-consultant AlE shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. If required, proVide traffic controls including a Traffic Control Plan, illumination, markings and striping, signalization, and as delineated by the City Traffic Engineering Department. 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. ~: 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. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. m. Provide a Storm Water Pollution Prevention Plan. n Ordinance No. 19663 establishes the Municipal Public Arts Program requiring works of art to be included in certain city vertical construction projects. If it is determined this project is subject to Municipal Public Art Program, the architect/engineer will cooperate during the design process to fulfill the requirements of the ordinance. EXHIBIT "A" Page 8 of 16 Last Revision: Dee 2004 f1 'Jj'::';' '<S~":'\HOMF\,Vf:_I_Mf.j.( ,EN\\tv'ASTEVVATER'734.: ~ A BRO\~VN M~D C:.LD",~~'Fl L.A.MENDMENT NC I'.EXHIBIT .~\ City staff will a Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. [) Provide the budget for the Project specifying the funds available for the construction contract. Provide the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. ~~ Bid Phase - The AlE will: a Participate In the pre-bid conference and provide a recommended agenda for critical construction activities and elements impacted the project. b Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. 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 .j Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. R In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services In accordance with the AlE'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-advertlse that particular portion of the Project for bids. City staff will' a Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. [) Advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the AlE) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. 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 AlE will perform contract administration to include the following: a Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. t) Review for conformance to contract documents, shop and working drawings, materials and other submittals. Review field and laboratory tests. EXHIBIT "A" Page 9 of 16 Last Revision Dee 2004 ~""S~'\HOME\V~!_Mp-f"(;EN\,WA..s TE\^~'uTEP', l34,J. 1 A BRC\-\IN I AMENDMENT Nr 1\EXHIBIT A 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. ,~ 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. 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 contracl ."J 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, TI FF 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 Wing5 (Wang) and Microsoft Imaging Composer. Deliver the manuals on a CD-ROM, not on floppy disks, Review construction "red-line" drawings, prepare record drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r 14 or earlier and .pdf) 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 Citv GIS system. City staff will: --1 Prepare applications/estimates for payments to contractor. t') Conduct the final acceptance inspection with the Engineer. 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 AlE will not begin work on Additional Services 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 1 0 of 16 Last Revision Dee 2004 11:;1, ,;l HOMFIVi i M.A, (,EN'\',AS ill'" rEP'34J A BPO.;',N MW CAI DW,: I .AMENDMUH NC ,\EXHIBIT" 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 and subject to agreement on compensation and schedule, do the following: 1. Permittina (TBD) - Furnish the City all engineering data and documentation necessary for all required permits. The AlE will prepare this documentation for all required signatures. The A/E will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a Union PacifIc Railroad. Missouri Pacific Railroad, or any other railroad operating in the area b TxDOT Permits/Amendments Wetlands Delineation and Permit d Temporary Discharge Permit e NPDES Permit/Amendments Texas Commission of Environmental Quality (TCEQ) Permits/Amendments 9 Nueces County h Texas Historical Commission (THC) U.S. Fish and Wildlife Service (USFWS) U.S. Army Corps of Engineers (USACE) k United States Environmental Protection Agency (USEPA) Texas Department of License and Regulation (TDLR ) 2. Riaht-of-Way (ROW) Acquisition Survey (TBD) - The AlE will review existing ROW and easements to ascertain any conflicts and provide field ROW surveys and submit ROW plats and descriptions for the City's use in the acquisition process. All work must comply with Category 1-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. 3. Topoaraphic Survey - Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required for the aerial mapping of the Project area - aerial photography to be provided by City). Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and ';onform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition Include reference to a minimum of two (2) found boundary monuments from the project area EXHIBIT "A" Page 11 of 16 Last Revision: Dee 2004 ilUS, i.'S2iHOME\VfUv1ri;EN\\V~,TEwr TEFJ34.: :A BRCh\'N ".'Hi eM D,'iEJL-AMENDMENT NC 1 ,EXHIBIT -" 4. Environmentallssues a Provide environmental site evaluations and Archeology Reports that are needed for the Project. t) Identify and develop a scope of work for any testing, handling and disposal of hazardous materials andlor contaminated soils that may be discovered during construction. 5. CCTV and Line Cleaning - Using the data previously obtained during smoke testing and manhole pipe inspection, a listing of line segments recommended for internal inspection will be prepared. The listing will also take into consideration historical complaint records to aid in the CCTV recommendations and prioritized listing. The following work tasks are associated with the Cleaning and CCTV inspection: A Clean sewer lines prior to inspection to obtain an unobstructed view of the pipe to obtain a clear and accurate assessment of the condition of the sewer, along with the physical and dimensional characteristics of the pipe. Normal cleaning will consist of up to three passes of the jet hose. Engineer may terminate cleaning if in his opinion continued cleaning may create or increase the size of voids around the pipeline AlE will attempt to dewater ahead of the camera using the jet nozzle where necessary to maximize the pipeline observations. No bypass pumping is anticipated under this contract. B Inspect 8-inch and larger pipe with Closed Circuit Color Television using Pipeline Assessment Certification Program (PACP) coding and databases. Coding utilized to be approved by the City of Corpus Christi. e Make a color DVD formatted video recording of the entire inspection of each segment Video shall include the following at a minimum: . Date and time inspected . Line segment being inspected . Project Name & Project Number . Location (Address) . Footage location from Manhole · Defect Code andlor Type and Severity Rating . Use City manhole numbering system D. Document findings from CCTV inspection. E Furnish all materials, equipment, supplies, and personnel to perform the complete inspection. AlE will pay for fire hydrant meter, cost of water, and any associated fees. F AlE will provide the City on a monthly basis one (1) DVD containing the digital video images captured during the CCTV work, one (1) paper copy of the observation log, and one (1) electronic copy of the observation log in PACP approved format. C; Remove and dispose of all debris at the Greenwood Wastewater Treatment Plant site. The AlE is responsible for obtaining a waste hauler registration number from the Wastewater Department, for drying of debris, removal I hauling to an approved landfill, restoration of drying beds, and payment of landfill costs associated with disposal. H Repair and replace existing structures or property, public or private, damaged by Engineer's employees or activities. EXHIBIT "A" Page 12 of 16 Last Revision: Dee 2004 USi <S2-HOMEWFI MAi'(;EN',VVASTFV-/,'\fF-R :.3446, BRO".:/N /dJD C/l.LDW~_[ L\AMENDMENT NC j\.EXHIBI1 A Take precautions to prevent damage to sewer lines. The AlE understands that the City will be issuing contracts to outside contractors for major line cleaning and repairs. Should major line cleaning, repairs or a camera or jet nozzle become lodged in the sewer line, the AlE will immediately notify the City who will direct its contractor to perform the necessary work. The City will coordinate the point repair and easement restoration necessary to remove the lodged equipment at no cost to the AlE provided the blockage was not due to any negligence of the AlE or to improper use of cleaning or CCTV equipment. Prepare a final report that summarizes all work performed and recommend rehabilitation for each line segment included in this study. I-< AlE to prepare Traffic Control Plan; and obtain approval from the City's Traffic Engineering Services Department. (See Item 16.) AlE will notify the City immediately of any significant defect observed that may require immediate attention. 6. Construction Observation Services (TBD) 7. Manhole Inspections 8. Temporary Flow Monitorina 9. Smoke Testina 10. Dye Water Testinq 11. Expose/Uncover Buried Manholes & Cold Patch 12. 6 inch Pilot Collector Service Study 13. Service Lateral Assessment 14. Update Existing GIS Wastewater Database & Map 15. Interactive Data Visualization 16. Traffic Control Plans Provide the services above authorized in addition to those items shown on Exhibit "A-1" Task List. EXHIBIT "A" Page 13 of 16 last Revision: Dee 2004 HUS. C'S2HOMf\V! l MM ',;EN\WAS rEWA rEpJ344 ,~ BRO'NN AND CI\.,_DWcl LAMENDMENT [-K 1 ,EXHIBIT A 2 SCHEDULE PROPOSED PROJECT SCHEDULES Sub-Basin Master Plan Day Date Activity Wednesday 03/01/06 Begin Preliminary Phase (Areas 1-3) Monday 03/06/06 Interim Submittal NO.1 Friday 03/17/06 City Review & Revisions I Monday 03/27/06 - 06/27/06 Final Submittal NO.1 - Planning and Zoning Approval and City Council Approval Monday 03/27/06 Beqin Preliminary Phase (Areas 4-6) Monday 05/01 /06 Interim Submittal No.2 Friday 05/12/06 City Review & Revisions i Monday OS/22/06 - 08/15/06 Final Submittal NO.2 - Planning and Zoning Approval and City Council Approval Monday OS/22/06 Begin Preliminary Phase (Areas 7-9) Monday 06/26/06 Interim Submittal NO.3 Friday 07/07/06 City Review & Revisions i Monday 07117/06 - 10/10/06 Final Submittal NO.3 - Planning and Zoning Approval and City Council Approval Monday 07/17/06 Beqin Preliminary Phase (Areas 10-12) Monday 08/21/06 Interim Submittal No.4 Friday 09/01/06 City Review & Revisions ! Monday 09/11/06 - 12/12/06 Final Submittal NO.4 (Maps 10-12) - Planning and , Zoning Approval and City Council Approval ! Monday (2) TBD Advertise for Bids Tue/Wed/Thu TBD Pre-Bid Conference Wednesday TBD Receive Bids Monday TBD Beqin Construction Weekday TBD Construction Completion Oso Service Area and a portion of Greenwood Service Area Infiltration-Inflow (I-I) Sanitary Sewer Evaluation Survey (SSES) Day Date Activity Wednesday 03/01/06 Begin SSES Investigation Monday 11 /27 /06 Submit Draft Report Friday 12/11 /06 City Review and Revisions Thursday 12/21/06 Pre-Final Submittal Monday 1/8/2007 City Review and Revisions Monday 1/15/2007 Final Report Submittal Monday TBD Advertise for Bids Tue/WedlThu TBD Pre-Bid Conference Wednesday TBD Receive Bids Monday TBD Begin Construction Weekday TBD Construction Completion EXHIBIT "A" Page 14 of 16 Last ReVision: Dee 2004 RS2\HOMP'-/ELt.1t,D\GEN\Wp-,STF\^..'ATFR\73,:;1',1A BRC1\NN .'\NO (./I,l D'NELLIAMENDMENT r-.,;o 1\EXHIBIT A 3. FEES A. Fee for Basic Services. The City will pay the AlE 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. 1-3 above, and for all expenses incurred in performing these services. For services provided in Section 1.A.1-3, AlE will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon AJE's estimate (and City Concurrence) of the proportion of the total services actually completed at the time of billing. B. Fee for Additional Services. For Additional Services authorized by the Director of Engineering Services under Section 1.8. "Additional Services" the City will pay the AlE a not-to-exceed fee as per the table below: C. Payment for Services. City will make prompt monthly payments in response to AlE's monthly statements. Payment in full, or partial payment with written notice of any disputed items, will be made by City within sixty (60) days of receipt of each statement from AlE. If the City fails to make payment to AlE as aforesaid within ninety (90) days of receipt of any statement, AlE may terminate the provision of its services, without liability to City and without waiving any right it may have to collect amounts due under this Agreement. EXHIBIT "A" Page 15 of 16 Last Revision: Dee 2004 L;SE:.RS2\HiiMEELMAP\GEMWAST['/v'ATEI:;:\7344\ ~ .c:,. BRl'Vv'N i'J~D C"ALDWELL'AMENDMENT NO. nEXHIBIT ft, D. Summary of Fees Fee for Basic Services _= -==---J- 1. Preliminar Phase I --------+-- 2. Desi n Phase_____-+_ ~ Bid Phase _ __ ------t- ~~ Construction Phase_____ __._1__ Subtotal Basic Services . .. . .. t ,-- I -~- --"- --~-!-- 12. 13. 14. 15. Total Authorized Fee Sub-Basin Master Plan $300,162 o o o 300,162 TBD TBD 28,105 TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD 28,105 $328,267 Oso/Greenwood Basin SSES $182,527 o o o 182,527 TBD TBD 12,788 TBD 208,370 TBD 50,347 40,091 84,636 4,813 27,500 TBD TBD 5,500 TBD TBD 434,045 $616,572 IUSERS2.HOMEVELMAP\C,EN\WAS' EW /I 'ER\734 I 1 /I. FROWN II.ND CALDWELL\AMENDMENT NO 1 'EXHIBIT II Total $482,689 o o o 482,689 TBD TBD 40,893 TBD 208,370 TBD 50,347 40,091 84,636 4,813 27,500 TBD TBD 5,500 TBD TBD 462,150 $944,839 EXHIBIT "A" Page 16 of 16 Last Revision: Dee 2004 AMENDMENT NO.1 EXHIBIT A-1 TASK LIST (Provides supplemental description to Exhibit A Task List does not supersede Exhibit A.) CITY OF CORPUS CHRISTI WASTEWATER PROJECT NO. 1A CITY-WIDE INFILTRATION RELATED COLLECTION SYSTEM ENHANCEMENT PROGRAM (PROJECT NO. 7344) BASIC SERVICES 1. SUB-BASIN MASTER PLANS Work under this task will cover the development of recommendations for collection system improvements for twelve (12) of thirteen (13) undeveloped study areas as shown in Exhibit A-2 - Map A. The deliverables will include a map identifying the proposed land use, preferred collection system pipe alignment, pipe diameter, direction of flow, and any other collection system infrastructure improvements that will need to be incorporated into the study areas. The map will be accompanied by a technical memorandum that will identify the methodology and background information used and the alignment alternatives Compile and Review Existinq Documentation A. Compile, orqanlze, and review existinq documents and data - Consultant will collect and review existing reports and documentation provided by the City that will assist in the master planning efforts These documents will include: . Previous reports and master plans related to the collection system . Design criteria and standards . Sewer system maps and record drawings . GIS maps and databases . Planning, land use and population information . Historical Maintenance Records Project team will generate a list and summary of information reviewed and information needs, group information by study area in accordance with the project schedule, and Identify information to be extracted from reports and other data sources to be used in developing the !llaster recommendations for collection system improvements plan. 2. Land Use and Planninq A. Review Land Use and Population Data - Meet with City planning staff, review existing land use maps for each study area. Review and incorporate proposed and recently approved construction plans and plats. B. Population Proiections - Use population projections provided by the City to calculate flow requirements for the proposed study areas. In areas where population information is not available, develop population projections based on current land use maps. C. Develop Study Area Boundaries - Meet with City staff and perform site visits and review plat maps in order to identify the limits of each study area. EXHIBIT "A-1" Page 1 of 9 Last Revision Dee 2004 H RS2\HOME-_-EL~.\i\FGEN.w~_sn'~_ATfR\73-;-lA BR,.)VvN ~ND ':Al O',\ELL\AMENDMENT -,0 1\EXHIBIT A.1 3. Site Investiqation Field Survevinq A. Perform Record Drawinq/Survev Data Research - The Consultant will research record drawings and survey data available to determine and coordinate the City's vertical datum basis of all elevation data. B. Site Investiqations - The Consultant team will walk each site and the proposed alignments to review site conditions, constructability, and other possible conflicts and confirm the need for right-of-way or easement acquisition. C. Field Survevinq - SEE ADDITIONAL SERVICES. D. Environmental Record Data - Compile existing environmental, archeological and geotechnical data and show on master plan map. This will be done in accordance with the Texas Historical Commission and the Antiquities Code of Texas. 4. Desiqn Flow Calculations A. Desiqn Flow Calculations - Calculate average, peak and wet weather flows for each of the 12 study areas. 5. Technical Memorandum - Sub-Basin Master Plan with Map A. Assess the Alternatives - Review short and long term benefits for the alternatives. Review the constructability, capacity and positive and negative impacts for the alternatives. B. Technical Memorandum - This memo will discuss and identify the methodology and background information used in the master plans and the alignment alternatives. C. Master Plan Maps - The maps will identify the proposed land use, preferred collection system pipe alignment, pipe diameter, direction of flow, and any other collection system infrastructure Improvements that will need to be incorporated into the study areas. Del iverables: · Provide electronic and hard copy of the Technical Memorandum and base maps for sub- basin master plan for twelve (12) sub-basins and showing recommended wastewater improvements for each study area. 6. Project Status Updates & Meetinqs A. Project Kickoff Meetinq - Consultant team will facilitate a project kickoff meeting to discuss project goals and objectives; project scope, schedule, and deliverables; team member roles and responsibilities; lines of communication; and key coordination issues. B. Project Status Meetinqs - During the course of the project, the Consultant team will meet with City staff on the average of once a month to review project status and discuss project issues. Consultant team will prepare agenda and meeting minutes for each meeting. Approximately four (4) project status meetings over the duration of the project shall occur. The Consultant will develop a project schedule using Microsoft Project that shows activities and each task (by sub-task). C. Approvals - Assist the City in presentations to the Planning and Zoning Committee and to the City Council for approval of Sub-Basin Master Plans, including required exhibit preparation. EXHIBIT "A-1" Page 2 of 9 Last Revision: Dee 2004 H '.lJSE:RS2IHOMEWELMAP\GENIWASTEWATER\7344,1A BROWN AND CALDWELLIAMENDMENT '-0 l\EXHIBIT A.' 2. OSO AND GREENWOOD SERVICE AREA INFILTRATION-INFLOW (I-I) SANITARY SEWER EVALUATION SURVEY (SSES) Deterioration of the City's Wastewater collection system allows infiltration and inflow of water and foreign material into the system. This results in reduced line capacity and manhole overflows potentially leading to non-compliance with environmental regulations. Preliminary improvements are to have smoke testing, line cleaning and televising for condition reports to determine the highest priority sections of the collection system. Reports that enable the City to meet Capacity, Management, Operations, and Maintenance iCMOM) requirements must be generated. Proposed improvements involve installing flow monitors, rehabilitating collection lines and lining or reconstructing manholes with fiberglass. This is an on-going program that continually provides maintenance and improvements, as funding allows, for optimal performance and integrity of the City's wastewater system. This will lead to required improvements to limit infiltration and inflow. The study area is shown in Exhibit A-2 - Map B and contains the following quantities: -~-_._...'-.- _ Area . i Lineal Feet of Pipe (>6") Totals' 200,000 ',. *Perform inspection on every manhole. Number of Manholes 500 A. Data collection and review. Meet with City Staff to collect and review existing data. Proiect Status Updates: · Proiect Kickoff MeetinQ - Consultant team will facilitate a project kickoff meeting to discuss project goals and objectives; project scope, schedule, and deliverables; team member roles and responsibilities; lines of communication; and key coordination issues. · Proiect Status MeetinQs - During the course of the project, the Consultant team will meet with City staff on the average of once a month to review project status and discuss project issues. Consultant team will prepare agenda and meeting minutes for each meeting. Approximatelyfour (4) project status meetings and one (1) presentation over the duration of the project shall occur. The Consultant will develop a project schedule using MicroSoft Project that shows activities and each task (by sub-task). B. Prepare a Rehab Decision Tree. Prepare a Decision Tree to aid City staff and the Engineer to determine the appropriate rehabilitation options for the sanitary sewer system. A Decision Tree that walks through the process of determining which rehabilitation option is desirable would be prepared. The Decision Tree could consider such items as severity of the defect, environmental impacts, location of the defect (i. e. in alley, street, or creek) and frequency of defects, typical rehabilitation costs, additional impacts on the overall system, and City of Corpus Christi goals. Two decision trees will be developed. one for Manholes and the other for Mainline Sewer. C. CCTV Recommendations Review collected Manhole and CCTV data and use the Rehab Decision Tree to determine appropriate rehabilitation needs for the Oso Basin study area. EXHIBIT "A-1" Page 3 of 9 Last Revision: Dee 2004 f1\USERS2\HOMElVELMAP\GENIWASTEWATER\7344,1A BROWN AND CALDWELLIAMENDMENT NO. 11EXHIBIT A-1 D. Rehab Cost Estimates E. Presentations to City Staff Effort for this task is based on 5 presentations to City Staff. ADDITIONAL SERVICES Permitting (TBD) 2. ROW Acquisition Survey (TBD) 3. Topographic Survey A. Sub-Basin Master Plans · Field Survevinq - In many instances, the recommended sewer lines will outfall or tie into existing manholes and/or lift stations. The flow lines at these locations is considered pertinent data for design and they will need to be confirmed by survey. Survey measurements will be limited to rim elevations and pipe invert depths. The budget for field surveying under this subtask is based on obtaining data for approximately 100 manholes. B. Oso and Greenwood Service Area 1-1/ SSES · Obtain through Global Position Systems (GPS) or other survey procedures the X and Y coordinates for the center of the manhole cover for approximately 500 manholes (accuracy +/- 0.01 feet). · Perform above-ground manhole inspections for approximately 500 manholes. Manhole inspection will determine the existing condition and rehabilitation needs of manholes in the study area. 4. Environmental Issues (TBD) 5. CCTV and Line Cleaning A. Perform closed-circuit televising on approximately 40,000 lineal feet of sanitary sewer for pipes 8-inches or larger in diameter. Take precautions to prevent damage to sewer lines. Work Product: · Prepare a final report that summarizes all work performed and recommend rehabilitation for each line segment included in this study. 6. Construction Services Observation (TBD) 7. Manhole Inspections A. Field inspection crews will perform an inspection of 500 manholes. The data gathered during this phase of the project will be used to prioritize manholes for rehabilitation and establish the base data necessary to accurately determine mainline sewer rehabilitation alternatives and costs (such as confirming line sizes, line depths, cover, etc.). B. Other important deliverables resulting from this work task is the updating of the GIS collection system map and determination of debris levels in pipes. This information is critical in preparing subsequent rehabilitation plans. EXHIBIT "A-1" Page 4 of 9 Last Revision: Dee 2004 H".JSERS2\HOME\VELMAP\GEN\WASfEWATER\7344I1A BROWN A.ND CA.LDWELL'AMENDMENT -,0 1\EXHIBIT A.' C Inspection personnel will use digital cameras during the inspection of all manholes on this project. All photographs will be in a digital format and included in the field inspection computer database so that a permanent electronic record can be maintained. o Field forms presented In Exhibit A-4 or approved equal, will be used to record field inspections During inspection, each of the following types of information will be obtained to prioritize least cost repairs (Through additional services, AlE shall attempt to open all '11anholes ): 1 2 3 4, 5 6 7 8 9 10 11 12, 13 BaSin Designation Manhole 10 Inspection Status Street Address and GPS coordinate (3 meter accuracy) of manhole Surface cover, grade, type of cover (paved, yard, etc.) Material of construction - brick, concrete, etc. ! ntemal photo of manhole Outgoing pipe depth from rim to invert Debris depth Defects - Active, Evidence or No Infiltration/Inflow Field corrections to GIS collection system map The casting / cone condition and manhole co\€r will be evaluated. Manhole walls will be checked for integrity and signs of root intrusion, deterioration of mortar joints, loose or missing bricks, signs of surcharge level, etc 14 The bottom of the manhole will be checked for type and depth of debris, flow conditions through the manhole and any signs of settlement that may impede achieving design flows. 15 All sewer lines entering and leaving each manhole will be compared to existing maps and corrections will be noted. All sewer line to manhole connections ~II be inspected to determine if any manhole settlement has separated or sheared pipelines. 16. Incoming and outgoing pipeline will be digitally photographed to document and determine the general condition of the line. 17 Any silt deposition that reduces flow capacity will be noted and silt depth recorded. Observed defects (root intrusion, cracked pipe, obstructions, etc.) will be documented and photographed. E. Upon completion of the manhole inspection, a prioritized manhole rehabilitation summary will be prepared Work Product: . Field observations . List of manholes/lines requiring immediate attention . Digital Photos . Documentation for preparing manhole rehabilitation bids . Prioritized cleaning recommendations to restore capacity . Field Updated Map and GPS coordinates . Prioritized Manhole Repair Recommendations and Cost Estimates (Priority 1, 2, & 3 Rankings) . Manhole Inspection Reports 8. Temporary Flow Monitoring A. In order to perform a detailed analysis of infiltration/inflow, capacity requirements and establish the baseline dry and wet weather flows within the service area, it will be necessary to obtain flow monitoring information during both dry and wet weather. Under ideal conditions, multiple rain events of varying intensities will be monitored in order to accurately assess the EXHIBIT "A-1" Page 5 of 9 Last Hevision Dee 2004 RS:'\HOME jEU.',:\f'.GEN'Wi.ST[\f,ATI R\73 ."IA, BR'_-'WN ,;NIl IN.ELL'AMENDMENT 'K) 1 EXHIBIT A-1 Inflow response for each event. It is anticipated that a maximum sixty (60) day flow monitoring will be performed during optimum wet weather periods. The monitoring period may be extended beyond 60 days if inadequate rainfall occurs, but only upon the City's written approval to extend the metering period for the unit price specified in the contract. Table 1 presents the normal monthly rainfall for Corpus Christi. Based on the project timing, it is anticipated that the April- June, 2006 period would be used for scheduling the temporary flow Tlonltoring. Information obtained during the monitoring period will be used to determine the following 1) Average daily flow - dry weather 2) Peak flow - dry weather 3) Average daily flow - wet weather 4) Peak flow - wet weather 5) Peak inflow rates 6) Total 1/1 volume 7) Capacity Analysis (dry and wet weather) Table 1 Corpus Christi Rainfall Summary Jan 1.71 Feb 1.96 Mar 0.94 Apr 1.72 May* 3.33 Jun* 3.38 Jul 2.39 Aug* 3.31 Sep* 5.52 Oct 3.02 Nov 1.59 Dec 1.26 Total 30.13 * Optimum wastewater flow monitoring periods. B. Meter Installation, Calibration and Data Collection Each meter will be field calibrated prior to installation. Calibration of each meter will consist of a verification of the flow depth and velocity. The flow sensors will be secured to a mounting band that fits securely in the pipeline. The data logger for each site will then be installed and secured in the top of each manhole and the meter will be activated at user defined sampling Intervals, typically 15 minutes. Routine maintenance and service will be performed weekly to confirm standard operation. It is estimated that five (5) continuous flow meters and three (3) rainfall gauges will be installed for a 60 day period to obtain flow and rainfall data. Note that the May-June period and August - September are the optimum times to record wet weather flows. 9. Smoke Testing of the Study Area A. Smoke testing will provide detailed information on wet weather inflow sources to be performed on 200,000 linear feet of pipeline, which will be in the defined study area. In order to identify defects in the lines, a non-toxic smoke will be forced into the sewer by high capacity blowers. Data documentation will be sufficient to establish the location of each defect and determine the best repair method and priority. Color digital photographs will be taken to document each EXHIBIT "A-1" Page 6 of 9 Last Hevision Dee 2004 H ., RS2\HOME,'EL~,"\F,GENWASTh',A1FR\73 ,'IA BWNVN '\ND i;Ai D\',ELL\AMENDMEN[ ',10 1'.EXHIBIT A.1 defect during the smoke test. Field forms presented in Exhibit A-4 or approved equal, will be used to record smoke testing data. B. Forty-eight (48) hours prior to testing, door hangers approved by the City of Corpus Christi will be used to notify residents. A local telephone number will be provided for those individuals with questions or for anyone requiring special assistance. Each day the fire department will be notified of the crew location since smoke may enter homes through defective plumbing. C. This scope of services will identify inflow defects primarily on the municipal mainline sewer, but also on private service lateral. Defects on private property will be photographed and documented GPS coordinates for each defect will be recorded where possible (+or - 3 meters). This procedure will minimize the impact to residents yet provide detailed information tor the establishment of CCTV needs, prioritized repair plan and methods. Work Product: . Defects listing and database · Defect location sketch and GPS · Digital Photographs · Smoke Notification Flyers and Notification of Residents · Priority ranking of defects . Repair method and Estimated Cost 10. Dye Water Flooding A. Dye water testing will be used to assist in the location and quantifying of specific defects during the internal television inspection at an estimated twenty-five (25) locations. Non toxic dye may be introduced as a powder or liquid to assist in the field effort. Casting/Cone connections may be dye tested to determine the potential severity and exact location of the source of wet weather inflow. Cross-connections, roof drains and area drains that are suspected of being connected to the sanitary sewer will be positively identified using the dye tracer procedure. Field documentation and photographs will be used to record all findings. 11. Expose/Uncover Buried Manholes & Cold Patch or use CCTV to locate manholes if approved by City. The effort for this task is covered under an allowance and the unit cost fees identified in exhibit A-3. 12. 6-lnch Pilot Collector Service Study (FUTURE - TO BE DETERMINED) - TBD A. A review of complaint records and collection system geometry will establish a "representative" section of the collection system to evaluate 6-inch collector and private service line rehabilitation. The goal of the Pilot project is to establish the least human and financial cost alternative for rehabilitating the large proportion of 6-inch collector lines serving the City. Particular attention will be given to methods to reduce the cost and disruption to residents. Inspection of the pilot area will provide the following: . Review of as-built plans . Conditions of service laterals · Condition of 6-inch collector lines to establish least cost rehabilitation methods · Best method for locating service taps and depending on repair method re- establishing service · Rerouting service and collector lines · Site access issues and disruption of service · Compare repair alternatives and estimated costs based on pilot study area · Develop the pilot study area plans and specifications EXHIBIT "A-1" Page 7 of 9 Last Revision: Dee 2004 H \lJSERS2\HOME\VELMAP<GEN'WASTEWATER\7344\lA BROWN AND CAlDWELL'AMENDMENT ',0 l\EXHIBIT A.l Deliverable: · Technical Memorandum 13. Service Lateral Assessment (FUTURE - TO BE DETERMINED) - TBD A. Define the current condition and need for rehabilitation - Gather existing data from previous SSES work and work performed under this project and quantify the contribution of 1&1 into the system that is from private laterals. B. Determine return on investment - from the assessment performed in the previous task, determine if funding a lateral rehab program would be worth the investment in reducing 1&1 in the collection system. C. Research funding and financial means to cover construction costs - if reduction in 1&1 appears to be beneficial, research ways to fund or finance the program, including benchmarking how this has been completed in other areas across the nation and the world. D. Develop options for rehabilitation - with the condition of the laterals and the type of typical failure previously identified, research the most cost effective and permanent way to rehabilitate the laterals. E. Technical Memorandum - develop a technical memorandum identifying the findings of the assessment and an implementation plan. 14. Update Existing GIS Wastewater Database & Map - AlE will assist the City GIS department in correcting and updating wastewater collection system attribute data collected during the proposed !-I/SSES and previous I-I/SSES projects. A hard copy map will be provided. 15. Interactive Data Visualization (FUTURE - TO BE DETERMINED) - TBD A. AlE will assist the City GIS department in integrating field data collected during the proposed 1- IISSES and previous I-I/SSES projects with the City's Enterprise GIS. Data collected during the field testing and inspections will be used to monitor the program progress and prepare exhibits that summarize findings. Working with the Collection System Superintendent, various database queries will be developed that will provide management graphical tools to assist in the management of the collection system and assist in the preparation of exhibits for regulatory compliance. Various queries would be developed within the GIS that would allow quick and efficient access to system performance information. This information may be used to track system performance over time. Brown and Caldwell will develop City approved database queries that would be used to visualize data within the GIS system. Possible data visualization queries may include: · Debris levels to establish cleaning priorities . Mainline Rehabilitation Recommendations · Manhole Rehabilitation Recommendations · Historical presentation of lines cleaned · Historical SSG and trend analysis · Historical presentation of lines CCTV with linked digital video and database · Historical presentation of line smoke tested with linked digital photographs, location sketches and database · Historical presentation of manholes inspected with linked digital photographs and database · Historical Maintenance calls and trend analysis B. This data visualization will provide the public, staff and city official's summary documentation In a map (graphical) format. Brown and Caldwell will provide database structure for updating EXHIBIT "A-1" Page 8 of 9 Last Revision: Dee 2004 H:\USERS2IHOMElVELMAP'GENIWASTEWATER\734.l lA BROWr--. AND CALDWELL\AMENDMEr--.T ~~o l\EXHIBIT A-' attribute data, develop approved queries and graphical interfaces, and assist City staff in the integration into the GIS. 16. Traffic Control Plans (FUTURE - TO BE DETERMINED) - TBD Traffic control plans will be required during all CCTV, line cleaning, smoke testing, and dye water flooding being performed within or adjacent to the City's roadways. A. AlE will meet with Engineering Services and the Traffic Department to discuss the expected traffic situations and will determine the most feasible traffic control for each situation. B. AlE will produce up to 10 traffic plan sheets and will have them pre-approved by Engineering Services prior to beginning SSES. EXHIBIT "A-1" Page 9 of 9 Last Revision: Dee 2004 HliJSERS2\HOMEIVELMAP\GENIWASTEWATER\7344\lA BROWN AND CALDWELlIAMENDMENT NO l\EXHIBIT A-' \j ! / ! I I /VI l/i/ /~ ;; ,/7 II " 11/' !~' Vi f , ~" r , < ~( I \ ? ::: '.\......:~:'.', ..',\, <l:enc.; .q:aJmu<:mOi.__uJNNN --:- ..q- .- ..-- I"") I'"'J N ;.~ N II II Ii " , " " " 'i " " " 0 - ~ .".l!"'").qU')c.or--.:J.Jm..-.-..... lS~L5L5~~~~~i:5~~ n::n::crcrcrcrcrcrcrcrcra:: <f<(~<(<<f<(<{<<(<(<f 1- uJ !lu)B~ ~ ~~j I>:) <l: i <CL~ !..... J0'OVJy 'I<l:n:::r wWCl a::f-::::J <l:U)O <l:n:: j :::!:I 1_ f- Vi\I!)Q/Yi / I ~~.& fl " ", /"~ .~ \ / \ ~ \~~ Jj... ( ,_ A ~; -..-- \ I"l r '~\ \, C'-J I < l)~ I L..'~..' tJ -' (~~ I:? n~ < '1' II ! ~z 'N"'::! ~ o z <( ~ lI1 cD cr: o <( CL \~ z 0 f- U) U w:2z f-- =:J<I:Q U) Oo::::f- - uo<I: 0:::: Ou :r:: oo::::g u WO.- f- U) :Sf-~ wZ---1 ::::J o::::wO.- D...- :2 0:::: zwo:::: Ouw 0 -Zf- U f-<I:U) <I: I <I: O::::Z:2 LL f-W 0 :::! Z LL:2- >- ~wS2 f-m f-- WU) U o>-m 3:U):::) U) >- f- U 2g: '-+-{I)- 0:)1- Q~ >-0:::0::: t::O:r: <..J<..J<..J f- ;;: Lu :2' 1-- Q: .q: Q Lu o LNV JOB NO: E2037 SH[~T 1. 012__ PROc[CT NO 7344 EXHIBIT A2 MAP A J6'OVf1; L L , <; T I IV ~~-,c '^" ~=t IPl~! II 1.\ , // i I ,<" / u !. I Ii f-~CU"---~ Ii -1 ------- If i 11- ., 1/ / i//~ z J /)~ / // ('1/' (/ 1/ /// )/1 !J( v ' 1 VIvI).:J Vj U_' . I :'1 I <C f " (FlU) W 'I l:2 ['~. '----" <C (y ~z I- (J) 0:::: ::r:: u (J) => U. 0:::: o U Z o f- U ~2 -.J<( oCt:: uC) o oCt:: WQ.Z f- if) :=]f-<( wZm w Ct::2Q. ZWf- ous: -zS: f-<( <(IO Ct::Z(f) ~wo LL2 ~w f- WIJ) o:r- ~IJ) :r- f- u LL o >- I- U '-+-V)- 0:::>1- Q.~ >-a::a:: I-o:r: - 000 1- 2. U :2 I- Ce <{ [1.. uJ a LNV JOB NO: E2037 SfIEE-~of~ PROJECT NO: 7344 EXHIBIT A2 MAP B EXHIBIT A-3 UNIT FEE TASK SUMMARY City-Wide Infiltration Related Collection System Enhancement Program (Project No. 7344) ...--"---^ DESCRIPTION UNIT PRICE install/Calibrate Flow Meter $225 each Monitor/Maintain Flow Meter $68/ day install/maintain Rain Gauge $18/day Manhole Inspection $68 each Smoke Testing $0.35/l.f. _I?ye Flooding -- $175 each Clean & CCTV - 8"-12" $3.85 /I.f. Clean & CCTV - 15"-18" $4.25/l.f. .- Clean & CCTV . 18"-24" $5.00/l.f. Expose Buried MH & Cold Patch or Replace Broken Cover $278 each CCTv to Locate Manholes (Allowance) $10,000 EXHIBIT A-3 Pa e 1 of 1 EXHIBIT A-4 Field Data Format City-Wide Infiltration Related Collection System Enhancement Program (Project No. 7344) AlE will gather field inspection data during manhole inspection, smoke testing and CCTV inspection of the collection system The CCTV data will be provided in an approved PACP format using those PACP codes approved by the City. Manhole inspection and smoke testing data will be gathered and submitted to the City in an approved format to facilitate updating attribute data within the City's GIS system. Photographs will be named and linked to the defects in the database using an approved naming nomenclature (Basin, manhole number, photo type, photo number). Minimum data to be gathered during manhole inspection and smoke testing are presented on the following field forms. EXHIB'T A-4 Page 1 of 5 Project Name: Project Number' Date: S ub.Basln/Area: Map No: Manhole No: Crew Leader: Downstream Length (ft): Area Photo: Asset Type: M-Manhole, C=C'.anout, P=Pumpslalion, E-EOLS, T=Tae Connection I Internal Photo: Inspection Status: ~-Yes, B=Burled, l=CNL, O~NO, S=Surcharged, N=No Access, O=Oog, lG=Lockad Gale, H=homeowner 41 [-General Street Location , LONGVIEVV WEST DR [GPs~ Accuracy: Degree Min Sec Address Num Street Name: GPSN: GPS WO: Asset and Area Information I Surface Cover: Surface Material: Asset Grade: ( ST=Slreel, GU=Gulier, AL=Alle~, OW=Drivewa~, SW=Sldawllk, FD=Field, TW=TroesIWoods, PL=Par1<ing Lot SH=Road Shoulder, DO=Drainage Ditch, CR=Creek, WB-Within Building, YO=Yand. OT=Other ) ( P=Poved, U=Unpaved ) ( X=AI Grade, A=Above Grade, B=Below Grade) Grade Inch: (Indicalelnches above or below grade) Lid Type' (V=Vented, S=Solid. B=Bolled O=Other. N;Ncne ) Number of Vent Holes: Inflow Dish: Y I N ( 48 = Standard 48" ROtJnd, 60 = Std 60" Round, VL T-=Vault (GIve vaul1 Dimensions), CO=Clea'iout ) Vault Dimensions: Inflow Potential: (N=None, L=light, M=Moderale, S=8evere) Asset Diameter: in x in Asset Material: Material if Other: (B=Brlcl<, SB-Saal Brick, C=Concreta, F=Fiberglass, SC=8ealad Con"",'e, OT=Other (add comment) Rim to Outgoing Pipe Depth (ft): Outgoing Pipe Diameter (in): Debris Depth (In): Location" Defect". Rating Roots III PhotolD "Location LD=Ud, FR=Frame, FS=Frame Sea', CH=Chlmney, CD=Cone, WA=Wall, ST=Sleps, BN=Bench, PS=PipeSeal, IN-Invert "Defect BPS=Bad Pipe Seal, BRK=Broken. CRK=Crack, CCl=CoIlapse, DET=Delerioralion, HOl=HoIe, JNT".Joint Defective, LOO=loose, MBR=Misslng BrlckslMortar, MIS=Mlssisg, 2 4 5 Rating: L = Ughl, M = Moderale. S . Severe Roots: N = None, L - Ligh~ M = Moderate, S = Severe VI : N. None, E = ElIidenoe, A = ActIve 6 Comments: Assel Visual Inspeclion Form 11 <!:> 2004, Pipeline Analysis, LLC July 2004 EXHIBIT A-4 Page 2 of 5 PJ: 'VI~L ,l~ 1 J )C~ t OJ, F(~r' Project: Basin; ___ Sub-Basin: Manhole No: Pipe Photo 1 Line Type: Pipe No: Pipe Photo 2 (Drop): (M"Malnline, l;Service, A;Abandoned, B;Bypass, I=lnterconnect, X=SlormSewer Connect, S;Stubout, F=Force Main) Inspected: ( V=Ves, S=Surcharged, F=Hlgh Flow, O=ObstructionlDebris, N=Nollnspected ) Pipe End: Clock Position: Pipe Length (Ft.) o Outgoing,,' -::: l'leorninG (Required if "0") Pipe Depth (Ft.): Pipe Size (In): Pipe Material: (VC=Clay. CO=Concrete. IR:=lron/Sleel, pv=pvc l1=Uner, OT"Olherl Surface Cover: Debris Depth (Inches ); :.PIpe oetects I ( ST=Street, GU=GuUer, AL=A1ley, OW;Drtveway, SW=Sidewalk, FD=Aeld, TW=Trees.Woods, Pl=Parking lot, SH= Road Shoulder, DD=Dralnago Ditch, CR=Croek, WB=Within Building, VD=Vard ) Drop Type: ( N;None, ID=lnside Drop. OD=Oulside Drop) Surface Material: ((P = Paved. U = Unpaved) Defect Rating Roots 1/1 Pipe Defects: BKP = Broken Pipe, CCL = Collapse, CRK = Crack, OET = 08lOt1or.t1on, DFP = Deformed Pipe, DIP = Defective Inside Drop, OOP. Defective Outside Drop, HOl = Hole, JNT = Defecllve Joint, OBS = Obstrucllon, PSG = Pipe S.g 2 Rating: L=Light, M=Moderate, S::Severe 4 Roots: N=None, l=lIght, M=Moderate, S=Severe III : N=None, E=Evidence, A=Actlve Comments: Pipe Photo 1: line Type: Pipe No: Pipe Photo 2 (Drop): (M=Mainline. l=Service. A=Abandoned, B=Bypass, I::;;;Jnterconnect, X=StormSewer Connect, S=Stubout, F~Force Main) Inspected: Pipe End: Clock Position: ( V=Yes, S=Surcharged, F=Hlgh Flow, O=ObstructlonlDobris, N=Nollnspected ) Pipe Length (Ft.) .} .=; Outgoing, ! ::: Incoming) (Required if 'O") Pipe Depth (Ft.): Pipe Size (In) Pipe Material:___~ (VC=Clay, CO=Concrele, IR:::lron/Sleel, PV=PVC, lI=Liner, OT=Olherl Surface Cover: Debris Depth (Inches): fPipe Defects. Defect ( ST=Slree~ GU=Guller, AL=A1ley, DW~Driveway, SW=Sidewalk. FD=Fleld, TW=Trees-Woods, PL=Parking Lot. SH= Road Shoulder, oo=Dralnage Dltch, CR=Creek, WB=Within Building. VO=Vard ) Drop Type: ( N=Nane, ID-=lnside Drop, OD=Outside Orop ) Surface Material: ((P = Paved, U = Unpaved) Rating Roots III PIpe Defects: BKP ~ Broken Pipe, CCl = Collapse, CRK. Crack, DET = Deterioration, DFP" Defoooed Pipe, DIP.. Defective Inside Drop, DOP = Defeellve Outside Drop, HOL = Hole, JNT = Defective Joint, OBS = Obstruction, PSG = Pipe Sag " ~ Rating: l=L1ght, M=Moderate, S=Severe Roots: N=None, L=IIght, M=Moderate, S=8evere 4 III' N=None, E=Evldence, A=Actlve Comments: Pipe Form Vel 1 ' <i:l 2004, Pipeline Analysis, LLC July 2004 EXHIBIT A-4 Pa e 3 of 5 ;.; ~ .c E ::I Z Co <ll :!E CD E ca z U CD .~ Q. _ i ~ ~ iui1f a::~O - IT" ia:: ~ ,,_to H~ tr .- ;:; u9cp !!-uu; o z Q) Q, ii: 1:.... o III lilt! III GI 0 ~z ~ D~ CIl (f) 1ii GI I- III '. 0 "5 ~ z c ~D ~ ...., e (II" 0> ~ 0 II> o 0 0 E (.!) CI) o z :x: :!! - !:!:.. - ..c: CI I: Q) ..J GI Co a: .: II) ra CO i..: ell 'C <ll ell ..J ~ ~ U L.; Ql ..c E :::J Z '0 Q) 0' .... IL. a; 10 Q ~ id~ o ~ 'EO _0. rn "0 C 8 Q) C/) rn II> :5 c ~ ~ liP o en Q. C) :I: pi' ~ c: ~ il .!l 0 cc E EJ: :~ .! Q.. c=> o " r: 0. 1i ~ ~ u ~ :> '" '" 0- >- .... 8 ....J I I ~ z E , I~~. tl !-! i; ~ ~~ o '?' St: ;::: 4i E, :Q) J:. ";E :!:: o ~ Q; Q) .b (f) f >. u E ::J o o ~ I- I I N CIl:itOl(UI ;ci z jj " ;;::: i .~ V lE U5 E ~ g >. o u.. ~ -! -i; U 111"0 0 O~ ~ ~ z M v ~ U5 I E ::t g >. o .. ~.. 5 ~.a u CD"'C 0 o <( ~ o ~ z QUI LL.UIUt-.CIl 'ot II II ~I II I II z II v E (f) c; Gl .b (f) E => Z E ::J Z g >. o S 1j u u .!{; :i ~ ~ - o .. J!i; Gl"'C 0<( It) Iii I- Z w :It :E o u m i ~ .0 c II) ~8fi 11 ~=>.E.S 6(1)g'0I~ ~ S~~~~ .Q-"",oiS 1l'~if1f'li.2- [J16~!!!t5iE u -<ClJo.o.a::o a ~ CD - U > is c: iia!!~j ~~t-!G);.~ ~~~~!~:l ClJII U . II 'I II i1 0..1:0&;0.00 ~!U~~~~~ ~ ~ fl j l.~ ~lii(J) ~ ~ -8" 41 ~~jI i N )J. i ~~~:e C11llLL.I.lJU.... ,.r:;: U ... Q) ..loi: r;/) c: o .~ u o .....:i t) ~ Q) Cl .... o ;! o N >- '5 ., CD Cl C1l C. U ....J .....J .; .~ 1ii c: -< .. .S a; c. ii: t o N Cl> :!3f .~~ tp 1;:,6 " (I, ? ~~5 .c: B B ~ ~ ~ II) L~~iE ;S~Ul~8 ~~:ll:~8 C)(!)(I)Cf.lO ~ : II: ;:) III ~ ~ ~>.,,"Oi $i~~~$ .".~88~ CI)<>-u..!= ~ W ~ ~ ~ ~ :1:0 !E~~ :! ~~ ..J "':i ~ .r. c: tf~!~I~; r: ~ E ~ 10 .. l- i EXHIBIT A-4 Pa e 4 of 5 UOClIllCll Project Photographs Five types of digital photographs may be obtained during the field investigation. The followmg describes the naming nomenclature used to identify each photograph. Photo Naming Format: Service Area, Basin. Manhole. Photo Source, Photo Number i xampies Area Photo~' BW20, 1J23,,\O \/, flW=Broadway Basin SenlCf Arca _'03= Basin lD U233 =Manhok J/) \030 = Area Pholo Number Nole: Area ph"t<> taken sh[lwmg mamlue pipe easement11.liltgomg pIpe I Internal Photo ~ BW~iUI()233l030 BW=Broadway [lasin Sen Ice Area >13= Basin fI) 0233 =Manholl III Ir'30 = lntemall'h[lto Number Note: Nortf' t[l :"P of photo , Pipe I'hoto= BW203 1<12331'030 HW=Broadway Basin ServIce '\lca .:1 13= Basin II) \ )233 =Manhole II 1'0]0 = Plpe I'hot, , "Iumher Manhole Defect Photo BW20310233MOiO HW=Broadway Basm Service Arl'a ,'Ii 3= Basin lD :,233 =Manhole tl J 1\11130 = Man bole I )eteel Photo Numbcr Smoke Photo = 8W20:' i u233S030 H W=Broadway BaSin Service Arta :' 11= Basin III lii233 =Manhole :i' :'-0'0 ~ Smoke Ph ltc' Numbcr ,Manhole deSignates the upstreall' manhol, for the pIpe segment tested.) EXHIBIT A-4 Pa e 5 of 5 Exhibit B Mandatory Requirements (Revised September, 2001) INSURANCE REQUIREMENTS CONSULTANT LIABILITY INSURANCE A The Consultant shall not commence work under this Agreement until heishe has obtained all insurance required herein and such insurance has been approved by the City. Nor shall the Consultant allow any subconsultant to commence work until all similar insurance required of the subconsultant has been so obtained. B The Consultant shall furnish two (2) copies of certificates, with the City named as an additional insured, showing the following minimum coverage in an insurance company acceptable to the City. --- TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on all Bodily Injury and Property Damage certificates Commercial General liability Including $2,000,000 COMBINED SINGLE LIMIT 1 Commercial Form 2 Premises - Operations 3 ExplOSion and Collapse Hazard 4 Underground Hazard 5 Products! Completed Operations Hazard 6 Contractual Insurance 7 Broad Form Property Damage 8 Independent Consultants 9 Personal Injury AUTOMOBILE L1ABILlTY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED I WORKERS' COMPENSATION WHICH COMPLIES WITH THE TEXAS WORKERS= COMPENSATION ACT AND PARAGRAPH II OF I THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION L1ABILlTY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include [ ] REQUIRED long-tern environmental impact for the disposal of [X] NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements [ 1 REQUIRED [X] NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section 8-6-11 and Supplemental Insurance Requirements I [] REQUIRED [Xl NOT REQUIRED Exhibit "B" - Insurance Requirements Page 1 of 3 C In the event of accidents of any kind, the Consultant shall furnish the City with copies of all reports of such accidents at the same time that the reports are forwarded to any other interested parties II. HOLD HARMLESS A. Consultant agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees, and each ofthem against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury. or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this contract. The foregoing indemnity shall apply except if such injury, death or damage is caused by the sole or concurrent negligence of the City of Corpus Christi, its agents, servants, or employees or any other person indemnified hereunder. B The Consultant shall obtain workers' compensation insurance coverage through a licensed insurance company or through self-insurance obtained in accordance with Texas law. If such coverage is obtained through a licensed insurance company, then the contract for coverage shall be written on a policy and endorsements approved by the Texas State Board of Insurance. If such coverage is provided through self-insurance, then within ten (10) calendar days after the date the City requests that the Consultant sign the contract documents, the Consultant shall provide the City with a copy of its certificate of authority to self-insure its workers' compensation coverage, as well as a letter, signed by the Consultant, stating that the certificate of authority to self-insure remains in effect and is not the subject of any revocation proceeding then pending before the Texas Workers' Compensation Commission. Further, if at any time before final acceptance of the Work by the City, such certificate of authority to self-insure is revoked or is made the subject of any proceeding which could result in revocation of the certificate, then the Consultant shall Immediately provide written notice of such facts to the City, by certified mail return receipt requested directed to: City of Corpus Christi, Department of Engineering Services. P O. Box 9277, Corpus Christi, Texas 78469 - Attention: Contract Administrator Whether workers' compensation insurance coverage is provided through a licensed insurance company or through self-insurance, the coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Consultant will be promptly met. G- Buildor's Risk CO'l9rage: Consultant will be responsible f-or providing buildor's risk insur3nce coverage for the torm of the contract up to and including the date the City fin311y 3ccepts the project or work. Builder's risk coverage sh311 be 3n "All Risk" form. The policy Sh311 be 3 completod v:Jlue form. The Consult:Jnt sh:J1I provide EUch buildor's risk covor:Jgo :Jt le3st in the amount of $; ( DOLLARS) which is ostim:Jtod to be the v31ue at complotion of tho ro:J1 or personal property to be constructed, repaired or otherwiGo improved under the contr:Jct. Consult:Jnt sh:J1I be responsible for paying 311 costs necess:JI)' to procure such Exhibit "B" Insurance Requirements Page 2 of 3 bUllder'EO: rick insur3nco CO'ler3go, including 3ny doductiblo. The City sh311 bo n3med an additional inEO:ured on 3ny policy providing such insuF3nce CO'wlOr3go. Ill. On the certificate of insurance · The City of Corpus Christi is to be named as an additional insured on the liability coverage, except for workers' compensation coverage. · Should your insurance company elect to use the standard ACORD form, the cancellation clause (bottom right) shall be amended by adding the wording "changed or" between "be" and "cancelled" and deleting the words "endeavor to" and the wording after "left". If the cancellation clause is not amended in the ACORD form, then endorsements shall be submitted. · The name of the project also needs to be listed under "description of operations". · At least 1 O-day written notice of change or cancellation will be required. IV. A completed Disclosure of Interest must be submitted with your proposal. Exhibit "8" - Insurance Requirements Page 3 of 3 ~ City of .. Corpus =- = Chnsti ~ CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 1 7112. as amended. requires all persons or firms seeking to do business with the City to provide the follOWing Information Every question must be answered. It the "westion is not appiicaote, answer with uN/A" FIRM NAME: Brown and Caldwell STREET: 901'1 Mountain Rldqe, Suite 100 FIRM is: 1 Corporation~ 2 Partnership~.. 5 Other CITY: Austin, TX 3 Sole Owner ZIP: 78759 4. Association DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet 1. State the names of each employee of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership in the above named firm. Name Job Title and City Department (if known) 2. 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 3. 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 .. 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 CERTIFICATE I certify that all information provided IS true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested, and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur Certifying Person Pervez Jameel, P. E. SignatUIBet Cert.g person:_ ~ . Title: Vice President Date: ~ (, DEFINITIONS a Board Member. A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi. Texas Employee. Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor 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 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. 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 City of Corpus Christi, Texas. 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 partnership agreements. Consultant. Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. b c d e EXHIBIT" Page 2 of , +-' .-, ~ if) '- EwS? E 5- ~ I-. OJ "-'- ..2 0::: b Q)+-'.,...... _ c ~ 0. W Q) E E 'P ro > ~ (/) ro ~ 0..' -.! e: Q) Q) a. l: E Q) 0 ~u Q) C'Cl (J - 0 0 > l- e: III Q) ::l 0 (J "S; 0 Q) > L.. e: ~ - "0 e: Q) ::l (J 0 0 E > <( e: w - :E (J <( C'Cl C'Cl L.. - - Z It) 0 e: I-x ~ I- 0 uX M U wX N Q) -,X """' - ct'I N 0 000 O!ZZ(I) 0 ~_(I)(J Z W (J (J'O "0 I- "~.- > E wooc: -1L..>- <( ~~.5: ..... :E 0 0 u Z "0 E <( - (J ct'I L.. - e: 0 () '::!2. '::!2. '::!2. '::!2. '::!2. '::!2. ~ ~ ~ ~ ~ ~ cf2. cf2. ~ 0 0 0 0 0 0 0 0 0 0 0 0 0 a a a a a I.{') a a a a a ..... a ..... C'? a I.{') C'? N ,...... C'? ..... N ,...... 0 0 0 0 0 0 0 a 0 0 0 a a a a a a 0 a OJ OJ OJ a a a a a I.{') I.{') I.{') f- f- f- I.{') I.{') I.{') a ,...... ,...... N &7- &7- N C'? &7- &7- &7- &7- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 a &7- OJ OJ OJ &7- 0 0 a I.{') I.{') f- f- f- I.{') I.{') ,...... ..... ..... ..... &7- &7- &7- &7- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 &7- I.{') 0 OJ OJ OJ 0 I.{') 0 I.{') 0 l"- I.{') I!"> l"- I!"> N 0 f- f- f- - &7- &7- &7- &7- ..... ,...... &7- 0 0 0 0 0 0 0 ...... 0 0 0 ...... 0 ...... ...... 0 0 It) 0 It) 0 N N OJ OJ OJ ~ It) ~ 0) 0 0 ...... It) N 0 ..... CD l- I- I- ...... "!. ...... O)~ ..... M M co N """' """' ..j' co ~ N ~ ~ ~ ~ ~ """' ~ 0 0 0 a 0 0 0 I"- 0 0 0 I"- 0 I'- I'- &7- I!"> 0 I!"> &7- N OJ OJ CD N I!"> N I'- N a N CD f- f- f- CD N CD co ..... ..... ,...... ..... ..... ..... N &7- &7- &7- &7- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 &7- 0 0 &7- N OJ OJ CD N 0 N N 0 0 ..... f- f- f- ..... 0 ..... ..... " . . ,...... ..... ,...... ..... ..... ..... N &7- &7- &7- &7- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CD OJ CD 0 0 0 0 0 a I.{') I!"> 0 0 f- f- f- a 0 0 0 ,...... N N CD N N CD N co &7- &7- &7- &7- &7- &7- (/) (]) () (/) (f) "~ (]) (]) (]) (]) () (/) (/) (/) LL (]) C CI) III Q) (/) Q) (/) Q) 0 cu (I) Q) Q) (/) cu (/) (: c (I) LL () III cu ..c (]) (/) 0 Q) ..c 0... () CI) (/) ;>, E U. (/) 2: (J 0... (]) en cu (]) cu - Q) Q) III (/) C (/) ..c C ::l -0 0 () Q) "~ cu 0 cu 0... c -0 .~ (/) (I) C ..c '1) OJ C'Cl OJ C ::l cu <( ~ u. :;::; (/) CI) cu 0... (/) () e: c ;>, 0 ~ Q) cu en c .- cu C'Cl c - co ::l m 0 += c += OJ <( (/) 0 E c ..c I- - :;; .- cu () c ~ 0 .- E 0 0 OJ 0... .- 0 E (]) 0 () E (ij (/) - I- :;::; <( - E III Q) (/) C ..0 "0 I- a. .- ~ .0 "Ci) -0 ?- m - ct'I (]) -0 0 ::l "0 (]) (/) cu 0 ::l ::l m -0 0 l- S c m 0... 0 OJ 0 (/) <( 0... 0... 0 (/) (/) en OJ <( I- ,-----...-.-----.... ., CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity FORM CIQ hiS questionnaire is being filed in accordance with chapter 176 of the Local .Jovernment Code by a person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the ocal government not later than the 7th business day after the date the person becomes aware of facts that reqUIre the statement to be filed See Section 76.006 Local Government Code OFFICE USE ONLY Date Received person committs an offense If the person Violates Section 176.006, Local c:Jovernment Code. An offense under this section is a Class C misdemeanor. E Name of person doing business with local governmental entity. If o Check this box if you are filing an update to a previously filed questionnaire. 'The law requires that lOU 'lIe an updated completed questionnaire With the appropriate filing authority not later than September 1 of the year for Nhich an activity deSCribed In Section 176.006(a), Local Government Code, is pending and '101 later than the 7th blisinpss dav after the date the Originally filed questionnaire becomes incomplete or inaccurate.) !I Name each employee or contractor of the local governmental entity who makes recommendations to a local government officer ofthe governmental entity with respect to expenditures of money AND describe the affiliation or business relationship. t!I Name each local government officer who appoints or employs local government officers of the governmental entity for which this questionnaire is filed AND describe the affiliation or business relationship. l\dopted 11/02/2005 r~ I CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ Page 2 For vendor or other person doing business with local governmental entity fI Name of local government officer with whom filer has affilitation or business relationship. (Complete this section only ifthe answerto A, B. or C is YES.) 'hiS section item 5 ,nciuolllg subparts A B. C & 0 must be completed for each officer with whom the filer has affiliation or other ""iatlonshl[) .\ttach additional Dages to 'hiS lom1 CIQ as necessary Is the ioca' 90vernment officer 'amed in t'llS section recelvlIlg orlkely to receive taxable IIlcome from the filer of the questionnaire? DYes :=J No Is the filer of the questionnaire recelvlI1g or likely to receive taxable IIlcome from or at the direction of the local government officer narled In thiS section AND the taxable income IS not from the local governmental entity? DYes .:=J No is the filer of thiS questionnaire affiliated with a corporation or other busllless entity that the local government officer senves as an officer or director or holes an ownership of 10 percent or more? DYes [J No DeSCribe each affiliation 0' bUSiness relatlonshiD ~ "G' -:t 1 (' ,I, -\ S,gnilture of person dOl'lg b.siness with the governmental entity Date Adopted 11 /02f2005 H B. 914 passed during the 2005 legislative session, became effective on January 1, 2006. The bill enacts Local Government Code Chapter 176 It requires a vendor that wishes to conduct business or be considered for business with a city to file a "conflict of interest questionnaire,' The conflict of interest questionnaire (FORM CIQ) was created by the Texas Ethics Commission (TEC) and is available, along with a list of the local government officers of the City of Corpus Christi, online at www.ethics.state.tx.us or the City website at www.cctexas.com or from the City Secretary's office, City of Corpus Christi. Also, a vendor can obtain a copy of H.B. 914 from the City Secretary's Office. Any questions regarding the conflict of interest questionnaire should be addressed to the Texas Attorney General. The bill defines who must file the conflict of interest questionnaire: . Any person who contracts or seeks to contract for the sale or purchase of property. goods, or services with a local government entity; and . An agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local government entity. The bill appears to apply to all persons or businesses who conduct business with the city, including those who submit bids on city contracts, make purchases of surplus city property, or participate in any other purchase or sales transaction with the city. A vendor shall file a completed conflict of interest questionnaire with the City Secretary not later than the seventh business day after the date that the vendor: . Begins contract discussions or negotiations with the City; or . Submits to the City an application, response to a request for proposals or bids, correspondence, or another writing related to a potential agreement with the local City A vendor shall file an updated completed questionnaire with the City Secretary's Office not later than: . September 1 of each year in which an activity is pending; and . The seventh business day after the date of an event that would make a statement in the questionnaire incomplete or inaccurate. A vendor IS not required to file an updated completed questionnaire in a year if he has filed a questionnaire on or after June 1, but before September 1, of that year. A vendor commits an offense if the vendor violates this section. An offense under this subsection is a Class C misdemeanor