Loading...
HomeMy WebLinkAboutC2008-075 - 3/11/2008 - ApprovedAMENDMENT NO. 1 TO CONTRACT FOR PROFESSIONA! SERVICES The City of Corpus Christi, Texas hereinafter called "City", and HDR-Shiner Moseley & Associates Inc. hereinafter called "CONSULTANT", agree to the following amendments to the Contract for Professional Services for Prelimina Sco in and Estimatin Services for Bond Issue 2008 Street Pro'ects -HDR 1 (Proiect No. 64351, as authorized by: Ori final Contract Februa 15, 2008 Administrative A royal $45,000.00 In the original contract, the SCOPE OF SERVICES shall be amended to include the following: 1. Preliminary Phase No changes to requirements of Original Contract. 2. Conceptual Design Phase It is the intent of the Conceptual Design Phase to provide scopinq documents for the_Bond Issue 2008 Street Projects. which includes conceptual designs. drawings. opinion of probable Proiect cost, and a identifies Conceptual Design Phase deliverable requirements. The Conce tual Desi n Phase includes the followin tasks: A, Confer with City staff regarding the Preliminary Phase submitta_I_items. The En iu Weer will participate in a maximum of two i2} additional formal meetings with -City staffs provide agenda and purpose for each formal meeting, document and distribute meetin~lc minutes and meetin re ort within seven 7 calendar da s of the meetin . B. Review previously developed sketches, designs andlor engineering reports provided by the City. C. Review City provided infrastructure lifecycle criteria and Master Plans. 1.) Evaluate existing street conditions based on field observation and City provided information action com fete - Prelimina Phase . 2.) Evaluate existing- utilities condition based on field observation and_City provided information (action complete -- Preliminary Phase . 3.} Identify the number and general location of existing RTA bus stops for purposes. of recommended concrete pavement improvements. 4.} Identify third party utility infrastructure that may require relocation based on field observation (above ground only} and City provided -information. 200$-075 03/11/08 AM©. N0. 1 M2008-068 Pa e 1 of 3 HDR, Shiner Moseley & Assoc. AND ISSUE 2008 HDR SHINERL4MENOMENT N0.1{AMENDMENT N0.1 D. Prepare an Interim Strip Map with the following information: 1.} Proposed roadway improvements. • Limits • ROW • Cross-sections 2.} Proposed utility improvements. • Utility type • Utility location • Utility size 3.) Pro osed accessibilit features. • Sidewalk • Ramps • Crossing treatment • Sig_naiization E. Pre are a Final Re ort with the followin information in the format listed in EXHIBIT A- 1: 1.) Executive Summary 2.) Main Report • Identify results of site field investig_ation including site findings and existing conditions. Include photographs of existing site conditions. • List of poten#ial problems and possible conflicts, intent of design, and improvements required, and conformance to relevant Master Plans}. • identi drains a areas contributin to res ective street se ments and the outfalls for the drainage infrastructure within the project area. • Identify anticipated permit requirements. 3.} Drawings, Sketches and Exhibits- • Location Maps ($'/z" x 11" sheets) • Photograph Key Maps (11" x 17" sheets) • Photographs (8'/z" x 11" sheets] • Existing Condition Cross-sections ($ '/Z" x 11" sheets) • Conce tual Re air Plan drawin s 11" x 17" sheets • Conceptual Repair Cross-sections (8 '/z" x 11" sheets) • Conceptual Utility improvement Maps (11" x 17" sheets 4.} Preliminary opinion of probable construction costs for all improvements • Use City provided standardized unit rate schedules for street repair and utili~C costs, 5.} Clt rovided checklist ands readsheet AM D. N O. '~ Pa e2af3 H:5l1SERS2IHOMEIVELMAPIGENISTREETI&f35 PRELIM BOND ISSUE 2008 HDR SHINERWMENDMENT ND. 1WMENDMENT NO. 1 In the original contract, the FEES authorized shall be modified as shown on the attached Exhibit "A" far a total fee not to exceed 80 000.00 (in figures} eighty thousand dollars and zero cents (in figures), for a total restated fee not to exceed $125,000.00 (in figures), one hundred twenty fi~e_thousand dollars and zero cents {in words}. All other terms and conditions of the February 15, 2008 contract between the City and Consultant will remain in full force and effect. CITY OF CORPUS CHRISTI r Gsi4~ Z7 ~B g I R. Escobar, P. E., ate Interim Assistant City Manager RECOMMENDED ~ ~~ z~ ~' Kevin St wets, Date Interim Director of Engineering Services HDR-SHINER MOSELEY & ASSOCIATES, ENC. Carl E. Crull, P.E. Date Vice President 555 N. Carancahua, Suite 1650 Corpus Christi, TX 78478 {361 } 857-2211 Office {361) 857-7234 Fax ATTES Armando Chapa, City cretary APP OVED AS TO FORM ~~ ~ ~~ Assistant City Attorney Date Project Number: 6435 Funding Source: Encumbrance Number: II~DO~- 9 (o Alt~'HOi~1~ ~Y t'~Ui~CIL .....~3~i I ~. _ StiC~€TikR~~ . AMD. NO. 1 Pa e3of3 H:SUSERS2IHOMESVElMpP1GEN5STREET46A35 PRELIM BOND ISSUE 2006 HDR SHINERWMENDMENT N0. 11AMENDMENT NO. 1 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS 1. SCOPE OF SERVICES A. Basic Services 1. Preliminary Phase. The ArchitectlEngineer-AIE will: It is the intent of the Preliminary Phase to provide a study and report of project scope with economic and technical evaluation of altematives, and upon approval, proceed in a design memorandum which includes Preliminary designs, drawings, and written description of the project. This report shall include: a. provide scope of soil investigations, borings, and laboratory testing. {The City Engineering Services Department will provide necessary soil investigation and testing under one or more separate contracts); b. confer with the City staff regarding the design parameters of the Project. The Engineerwill participate in a minimum of ( )formal meetings with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven {7}working days of the meeting. The AIE will participate in discussions with the operating department and other agencies (such as the Texas Department of Transportation (TxDOT) and Texas Commission of Environmental Quality {TCEQ)) as required to satisfactorily complete the Project; c. submit one copy in an approved electronic format, and ten (10) paper copies of the Design Memorandum (or Engineering Report), with executive summary, opinion of probable construction costs with life cycle analysis, defined technical~evaluations of identified feasible altematives, and review with City staff to produce an acceptable format which contains common municipal elements. Design Memorandum will include the following (with CONSTRUCTABILITY being a major element in all the following items): 1) review of the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution of the Project; The AIE will meet with City staff to collect data, discuss materials and methods of construction, and identify design and construction requirements; 2) review and investigation of available records, archives, and pertinent data related to the Project including taking photographs of the Project site, list of potential problems and possible conflicts, intent of design, and improvements required, and conformance to relevant Master Plan(s); 3) identify results of site field investigation including site findings, existing conditions, and probable Project design solutions; (which are common to municipalities}; 4) provide a presentation of pertinent factors, sketches, designs, cross- sectians, 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 EXHIBIT "A" Pa e1 of10 H:IUSERS2U-IOMEIVELMAPIG~NISTREET56435 PRELIM BONd ISSUE 20081 [DR SHINERL4MENDMENT NO. 11EXHIBIT A construction, and other fac#ors required for a professional design {CONSTRUCTABILITY); 5} advise of environmental site evaluations and archeology reports that are needed far the Project (Environmental assessments and archeological services to be an Additional Service); 6) identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project and permitting, environmental, historical, construction, and geotechnical issues; and meet with pertinent authorities; 7) confer, discuss, and meet with City operating department{s) and Engineering Services staff to produce a cohesive, well-defined proposed scope of design, probable cost estimates(s) and design alternatives; 8) provide a letter stating that the A/E and Sub-consultant Engineers have checked and reviewed the design memorandum prior to submission; 9) provide an analysis on project impacts towards "re-engineering" and effects on cost savings toward City operations, which this project will affect. d. perform th e items as shown on Exhibit A-1. (Task List) City staff will provide one set only of the following information (as applicable): a. Record drawings, record information of existing #acilities, and utilities (as available from City Engineering files); b. the preliminary budget, specifying the funds available for construction; c. aerial photography for the Project area; d. through separate contract, related GIS mapping for existing facilities; e. a copy of existing studies and plans. (as available from City Engineering files); f. field location of existing city utilities. {City to coordinate with City Operating Department); g. provide applicable Master Plans. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the AIE will: a. study, verify, and implement design memorandum recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff; b. prepare sets of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, invitation to bid, 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 orfor 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; c. provide assistance identify testing, handling and disposal of any hazardous materials andlor contaminated soils that may be discovered during construction (to be included under additional services); d. prepare final quantities and estimates of probable costs and probable construction schedule; EXHIBIT "A" Pa e2of10 H:4USERS2UiOME1VELMAPIGENISTREET16435 PRELIM BOND ISSUE 2006 HDR SHINERIAMENDMENT ND. 11EXHIBIT A e. furnish 1-copy 60% plans (plans only-identify needed specifications) tothe City staff for review and approval purposes with estimates of probable construction casts. Required with the 60% plans is a "Plan Executive Summa '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 • 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 f. furnish complete construction and bid documents including specifications for City staff review and approval. Provide 1 copy of 90% (optional upon City request) and 100% complete plans and bid documen#s to the City staff for review and approval purposes with revised estimates of probable costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities, compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non-responding participants; g. provide Quality AssurancelQuality Control (QA/QC} measures to ensure that submittal of the 60%, 90% (optional), and 100% 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 AIE and Sub-consultant AIE 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; h. if required, provide traffic controls including a Traffic Contro! Plan, illumination, markings and striping, signalization, and as delineated by the City Traffic Engineering Department; i, upon approval by the Director of Engineering Services, provide one {1 }set (hard copy and electronic) of final plans and contract documents suitable far reproduction (In City Format} and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. j. the City agrees that any modifications of the submitted final plans (for other uses by the City} will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans; k. assimilate all review comments, modifications, additionsldeletians and proceed to next phase, upon Notice to Proceed; I. prepare and submit monthly status reports with action items developed from monthly progress and review meetings; m. provide a Stomp Water Pollution Prevention Plan; and EXHIBIT "A" Pa e3of10 H:WSERS2~FlOME1VELMAPIGEN55TREETY6435 PRELIM BOND ISSUE 2008 HDR SHINERVIMENDMENT NO. 14EXHIBlT A n. Ordinance No. 19663 establishes the Municipal PublicArts Program requiring works of art to be included in certain city construction projects. If it is determined this project is subject to Municipal Public Art Program, the architectlengineer will cooperate during the design process to fulfill the requirements of the ordinance. The City staff will: a. designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded; b. provide the budget for the Project specifying the funds available far the construction contract; c. provide the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents; and 3. Bid Phase. The AIE will: a. participate in the pre-bid conference; b. assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c. review all pre-bid questions and submissions concerning the bid documents and prepare, in the City's format, farthe Engineering Services' approval, anyaddenda or other revisions necessary to inform contractors of approved changes priorto bidding; d. attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation conceming award of the contract; and e. in the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the AIE's design phase estimate required above, the Engineer will, at its expense, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re- advertise that particular portion of the Project for bids. The City staff will: a. arrange and pay for printing of all documents and addenda to be distributed to prospective bidders; b. advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the AIE) any addenda, prepare and supply bid tabulation forms, and conduct bid opening; c. receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council conceming bid awards; and, d. prepare, review and provide copies of the contract for execution between the City and the contractor. 4. Construction Phase. The A/E will perform contract administration to include the fallowing: a. participate in pre-construction meeting; b. review for conformance to contract documents, shop and working drawings, materials and other submittals; c. review field and laboratory tests; EXHIBIT "A" Pa e4of10 HaUSERS2IHOMEIVELMAP4GENISTREET56435 PRELIM BOND ISSUE 2068 HDR SHINER4AMENDMENT NO. 11EXHIBIT A d. provide interpretations and clarifications of the contract documents for the contractor and authorize minor changes, which do not affect the con#ractor's price and are not contrary to the general interest of the City under the contract; e. make regular visits to the site of the Project to confer with the City project inspector and contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction; f. prepare change orders (coordinate with the City's construction division); provide interpretations and clarifications ofthe plans and specifications for the contractor and authorize minor changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract; g. make final inspection with City staff and provide the City with a Certificate of Completion for the project; h. as applicable, review and assure compliance with plans and specifcatians, the preparation of operating and maintenance manuals (by the Contractor) for all equipment installed on this Project. These manuals will be in a "multimedia format" suitable for viewing with Microsoft's Internet Explorer, version 3.0. As a minimum the Introduction, Table of Contents, and Index will be in HTML {HyperText Markup Language) format, with HyperText links to the other parts of the manual. The remainder of the manual can be scanned images or a mixture of scanned images and text. use the common formats for scanned images - GIF, TIFF, JPEG, etc.. Confirm before delivery of the manuals that all scanned image formats are compatible with the image-viewing software available on the City's computer - Imagingfor Win95 {Wang) and Microsoft Imaging Composer. Deliver the manuals on a CD-ROM, not on floppy disks; and, i. review cons#ruction "red-line" drawings, prepare record drawings of the Project as constructed {from the "red-line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later} of the record drawings. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. The City staff will: a. prepare applicationslestimates for payments to contractor; and b. conduct the final acceptance inspection with the Engineer. B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation foradditional services that may be included as part of this contract, but the AIE will not begin work on this section without specific written approval by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The AIE will, with written authorization by the Director of Engineering Services, do the following: Permittina. Furnish the City all engineering data, required fees, and documentation necessary for all required permits. The AIE wil! prepare this documentation for all EXHIBIT "A" Pa e5of10 H:IUSERS2WOMEIVELMAPIGENISTREET56435 PRELIM BOND ISSUE 2008 HDR 5}iINERVAMENDMENT NO. ilEXH181T A required signatures. The AIE will prepare and submit all permits as appiicable 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 PermitslAmendments c. Wetlands Delineation and Permit d. Temporary Discharge Permit e. NPDES PermitlAmendments f. Texas Commission of Environmental Quality {TCEQ) g. Nueces County h. Texas Historical Commission (THC) i. U.S. Fish and Wildlife Sen+ice (USFWS) j. U.S. Army Corps of Engineers {USAGE) k. United States Environmental Protection Agency (USEPA) I. Texas Department of License and Regulation (TDLR } 2. Right-of-Way (ROW) Acquisition Survey. The AIE will review existing ROW and easements to ascertain any conflicts and provide feld 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 afTexas, 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. AIE Consultant will be required to perform all necessary deed research. 3. Togagraphic Survey. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required forthe aerial mapping of the Project area -aerial photography to be provided by City). Establish base survey controls far line and elevation staking (not detailed setting of lines and grades #or specific structures ar facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and compiywith Category 6, Condition specifications of the Texas Society of Professional Surveyor' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the project area. 4. Environmental Assessments a. provide environmental site evaluations and Archeology Reports that are needed for the Project, and b. 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. Construction Observation Services. Provide a Project Representative {PR) to provide periodic construction observation as required by the City as follows: A. Furnish a Project Representative (PR) to assist in observing progress and quality of the work. B. Through observations of Contractor's work in progress and field checks of materials and equipment, the PR shall endeavor to provide further protection for EXHIBIT "A" Pa efiof10 H:IUSER525HOME\VELMAP4GEMSTREETl6435 PRELIM 80ND ISSiJE 2U06 HDR SHINERVSMENDMENT NO. 11EXHIBIT A the CITY against defects and deficiencies in the work. PR shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have control over the Contractor's Work nor shall PR have authority over or responsibilityforthe means, methods, techniques, sequences, or procedures selected by Contractor. C. The duties and responsibilities of the PR are limited to those of the consultant engineerlarchitect in the Agreement with the CITY and in the Contract Documents, and one further described as follows: 1) General: PR is AIE's agent at the site, v-ill act as directed by and under the supervision of the AIE, and will confer with the AIE regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with AIE and Contractor, keeping the CITY advised as required. PR shall communicate with CITY with the knowledge of and under the direction of the AIE. 2} Conference and Meetings: Attend meetings with Contractor, such as preconstructioncooferences, progress meetings, job conferences and other project-related meetings, and prepare and circulate copies of minutes thereof. 3} Liaison: a. Serve as AIE's liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. 4) Interpretation of Contract Documents: Report to AIE when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued by AIE. 5) Shop Drawings and Samples: a. Record date of receipt of samples and approved Shop Drawings. b. Receive samples which are furnished at the Site by Contractor, and notify AIE of availability of Samples for examination. c. Advise AIE and Contractor of the commencement of any portion of the Work requiring a Shop Drawing or sample submittal for which PR believes that the submittal has not been approved by the A/E. 6) Review of Work and Rejection of Defective Work: a. Conduct on-Site observations of Contractor's work in progress to assist in determining if the Work is in general proceeding in accordance with the Contract Documents. b. Report whenever PR believes that any part of Contractor's work in progress will not produce a completed Project that conforms generally to the Contract Documents or will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated in the Contract Documents, or has been damaged, or does oat meet the requirements of any inspection, test or approval required to be made; and advise AIE and City of that part of work in progress that PR believes EXHIBIT "A" Pa e7of10 H:IUSERS2IHOMEIVELMAPIGEN45TREET56435 PRELIM BOND ISSUE 2006 HDR SHINERWMENDMENT NO. 14EXHIBIT A should be corrected or rejected or should be uncovered far observation, or requires special testing, inspection arapproval. 7} Records: a. Maintain orderly files far correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Wark Change Directives, Addenda, additional Drawings issued subsequent to the Contract, AIE's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. b. Prepare a daily report or keep a diary or log book, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to AIE. 8) Reports: a. Furnish to A/E periodic reports as required of progress of the Wark and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. b. Report immediately to the CITY and AIE the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or o#her causes. 9} Completion: a. Before AIE issues a Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. b. Observe whether Contractor has arranged for inspections required by laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. c. Participate in a final inspection in the company of AIE, the CITY, and Contractor and prepare a final list of items to be completed or corrected. d. Observe whether all items on final list have been completed or corrected and make recommendations to AIE and City concerning completion and issuance of the recommendation of Notice of Acceptabilityofthe Work to the City. 10) Resident Project Representative shall not: a. Authorize any deviation from the Contract Documents or substitutions of materials or equipment (including "or-equal" items}. b. Exceed limitations of AIE's authority as set forth in the Agreement or the Contract Documents. c. Undertake any of the responsibilities of Contractor, subcontractors, suppliers, or Contractor's superintendent. d. Advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of Contractor's work unless such advice or directions are specifically required by the Contract Documents. EXHIBIT "A" Pa e8of10 H:IUSERS2IHOMEIVELMAPtGEN1STREET16435 PRELIM BOND ISSUE 2008 HDR SHINERL4MENDMENT NO. 11EXHIBI7 A e. Advise on, issue directions regarding, or assume control over safety precautions and programs in connection with the activities or operations of the CITY or Contractor. f. Participate in specialized field or laboratory tests or inspections conducted off-site by others except as specitlcally authorized by AIE and City. g. Accept Shop Drawing or Sample submittals from anyone other than Contractor. h. Authorize the CITY to occupy the Project in whole or in part. 11 } City Operating Departments {Water, Wastewater, Storm Water, Gas) may send respective representatives to observe the work. PR to coordinate with Operating Department Representatives and adhere to any requests, requirements, comments, or procedures as it affects the work. 6. Start-up Services. Provide on-site services and verifrcation for all start-up procedures during actual start up of major Project components, systems, and related appurtenances if needed and required. 7. Warranty Phase. Provide a maintenance guaranty inspection toward the end of the one- yearperiod after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement under the maintenance guarantyterms of the contract. Documentthe condition and prepare a reportforthe City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective condi#ions and submit to City Staff. Complete the inspection and prepare the report no later than sixty {60) days prior to the end of the maintenance guaranty period. 8. Provide SCADA Documentation. Provide standardized SCADA documentation, which will include PFDs, P&1Ds, loop sheets, logics, SCADA architecture, DC5 IIO lists, instrument lists, tie-in lists, piping lists, equipment lists, and instrumentation specification sheets. 2. SCHEDULE PROPOSED PROJECT SCHEDULE 1. Preliminary Phase Submittal Due February 29, 2008 3 weeks from Notice To Proceed {February 8, 2008) 2. Conceptual Design Ph_ ase No Later Than rii 8 2008 4 weeks from Council Authorization March 11 2008 90%Submittal Due NOT APPLICABLE 100%Bid Documents Due NOT APPLICABLE 3. Bid Phase NOT APPLICABLE 4. Construction Phase NOT APPLICABLE 3. FEES A. Fee for Basic Services. The City will pay the AIE a fixed fee far providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and wi11 be full and total compensation for all services outlined in Section EXHIBIT "A" Pa e9of10 H:IUSER521HOMEIVELMAPIGEN55TREET16435 PRELIM BOND ISSUE 2008 HDR SHINERSAMENDMENT NO. 11EXHIBIT A I.A.1-4 above, and for all expenses incurred in performing these services. For services provided in Section I.A.1-4, AIE will submit monthly statements far basic services rendered. In Section i.A.1-3, the statement will be based upon AIE's estimate (and City Concurrence) of the proportion of the total services actually completed at the time of billing. Far services provided in Section I.A.4, the statement will be based upon the percent of completion of the construction contract. City will make prompt monthly payments in response to AIE's monthly statements. B. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the AIE snot-ta-exceed fee as per the table below: C. Summary of Fees ORIGINAL CONTRACT AMEND. N0.1 TOTAL RESTATED FEE BASIC SERVICES 1. Preliminary Phase $45,000.00 $0.00 $45,000.00 2. Design Phase 0.00 80,000.00 80,000.00 3. Bid Phase 0.00 0.00 0.00 4. Construction Phase 0.00 0.00 0.00 Subtotal Basic Services Fees 45,000.00 80,000.00 125,000.00 ADDITIONAL SERVICES 1. Permitting 0.00 0.00 0.00 2. ROW Acquisition Survey {AUTHORIZED} 0.00 0.00 0.00 3. Topographic Survey {AUTHORIZED) 0.00 0.00 0.00 4. Environmental Assessments 0.00 0.00 0.00 5. Construction Observation Services 0.00 0.00 0.00 6. Start-up Services 0.00 0.00 0.00 7. Warranty Phase 0.00 0.00 0.00 8. Provide SCADA Documentation 0.00 0.00 D.DD Sub-Total Additional Services Fees Authorized 0.00 0.00 0.00 Total Authorized Fee $45,000.00 $80,000.00 $125,000.00 EXHIBIT "A" Pa e10of10 HaUSERS2IHOMElVELMAPIGEN45TREET16435 PRELIM BDND ISSUE 2008 HER SHINERUIMEN{]MENT NO. 11EXHIBIT A EXHIBIT A-1 {TASK LIST} CITY OF CORPUS CHRISTI, TEXAS PRELIMINARY SLOPING AND ESTIMATING SERVICES FOR BOND ISSUE 2008 STREET PROJECTS - HDR 1 {PROJECT NO. 6435) 2. Conceptual Design Phase A. Interim deliverable -Strip Map for City review and comment will include the following items: 1. Proposed roadway improvements a. Limits b. ROW c. Cross-sections 2. Proposed utility improvements a. Utility type b. Utility location c. Utility size 3. Proposed accessibility features a. Sidewalk b. Ramps c. Crossing treatment d. Signaiization B. Final deliverable -The Final Report shall consist of the following in the order shown below: Executive Summary a. Discussion of Methods, Assumptions, Objectives, etc. b. Overall Location Map showing each street -fold out 11x17 sheet c. Summary Spreadsheet -fold out 11x17 sheet d. Individual Project Summary Sheet (one per project} Street Name Project Description Opinion of Probable Cost Summary Project Timeline 2. Main Report (with each project tabbed separately following the same format) a. Project Cover Sheet EXHIBIT "A-1" AMD NO. 1 Pa e 1 of 3 K:IPROPOSAIS 2f 11200.70127 (City of CC}52008 02 12 (DRAFT) AMENDMENT NO 1 FJ(HIBIT A-1 HpR.doc b. Report Narrative a. Project Description • Location • Existing Conditions (Pavement condition, surface condition, drainage, lighting, signalization, utilities) • Utility Assessment {Water, Wastewater, Stormwater, Gas, etc} • Master Plan • Lifecycle Criteria • Proposed Construction (Pavement section, drainage, utilities, signalization, lighting, sidewalks, ramps, and driveways, signage RTA bus turnouts) • AgencylPermit Coordination Requirements • Cost Opinion Assumptions • Land Acquisition • Other Project Elements b. Opinion of Probable Cost Summary c. Project Timetable c. Appendices Appendix A - Projec# Location a. Location Map {8 '/z" x 11 " sheet} Appendix B -Project Checklist and Spreadsheet a. Completed City provided Checklist b. Completed City provided Spreadsheet Appendix C -Photographs a. Photograph Key Maps} with Site Map (8'/z" x 11" or 11" x 17" sheets) b. Photographs (8'/2" x 11" sheets} Appendix D -Proposed Improvements Exhibits a. Conceptual Repair Plan drawings, including surface and storm water improvements (11" x 17" sheets) b. Existing Condition and Conceptual Repair Cross-sections (8 '/2" x 11" sheets) c. Conceptual Utility Improvement Maps, including water, wastewater, and gas utilities (11" x 17" sheets) Appendix E -Opinion of Probable Costs a. Summary Sheet b. Itemized List of {quantities and Unit Prices c. Relevant City provided Unit Price information Appendix F -Conceptual Drainage EXHIBIT "A-1" AMD NO. 1 Pa e2of3 KIPROPpSALS 2111200.70127 {City of CC}12008 02 12 (DRAFT) AMENDMENT NO 1 EXHIBIT A-1 HDR,doc a. City provided drainage calculation data b. Engineer's storm drainage discussion Appendix G -Record Data a. Meeting Minutes b. Relevant Correspondence Appendix H -Bond issue 2008 Streets Planning Summary a. One (1) page summary sheet • Program • Project Name • Project ID • Sequence Number • Project Description (1 paragraph) • Opinion of Probable Cost Summary • Project Timetable b. Location Map EXHIBIT "A-1" AMD NO. 1 Pa e3of3 K'IPROPOSALS 2i 11200.70127 (City of CC)12006 02 12 (DRAFT} AMENDMENT ND 1 EXHIBIT A-1 HDR.doc Exhibit B MALy~1ATORY INSURANCE REOInRFMFNTS (Revised September 2001) CONSULTANT LIABILITY INSURANCE A. The Consultant shall not commence work under this Agreement until helshe has obtained ail 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 subconsul#ant 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 an ail 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. Contractuallnsurance 7. Broad Form Property Damage _ S. Independent Consultants 9. Personallnjury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS= WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCE55 LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITYI $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 Supplements[ Insurance Requirements [ ]REQUIRED [X] NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemenkal Insurance Requirements [ ] REQUIRED [X] NOT REQUIRED EXHIBIT "B" Insurance Requirements Pa e 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 of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, far or on account of any injury to any person, ar 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 ofauthority toself-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. Q. Box 9277, Corpus Christi, Texas 78469 - Attenkion: Contract Administrator. Whetherworkers' 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. ~~ ~~ilrlarri~ alnr~Qi+ .+F In~n+ in #h.~ ~~ ~n+ ~ ~' _ ,~G ~ EXHIBIT "B" Insurance Requirements Pa e2of3 III. 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 elec# to use the standard ACORD form, the cancellation clause {bottom right} shalt 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 10-day written notice of change or cancellation will be required. IV. A completed Disclosure of Interest must be submitted with your proposal. EXHIBIT "B" Insurance Requirements Pa e3of3 City o~ C01'pU5 CITY OF CORPUS CHRISTI ~. Cr11iSt1 DISCLOSURE OF INTERESTS war City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NIA". FIRM NAME: HDR-Shiner Moselev & Associates, Inc. STREET: 555 N. Carancahua. Suike 1650 CITY: Corpus Christi ZIP: 78478 I"IRM is: 1. Corporation X 2. Partnership 3. Sole Owner 4. Association 5. Other 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} NIA 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 NIA 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 NIA 4. State the names of each employee or officer of a consultant for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an ownership interest constituting 3% or more of the ownership in the above named firm. Name Consultant NIA CERTIFICATE I cerkify 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 skatements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Carl E. Crull. P. E. A ~L:,~~ __ Title: Vice President Signature of Certifying Person: ,~.~~ Date: ~~lw?S EXHIBIT "C" Page 1 of 2 ©EFINITIONS a. Board Member. A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. Employee. Any person employed by the City of Carpus Christi, Texas, eikher on a full or park time basis, but not as an independent contractor. c. Firm. Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce ordeal with a product or service, including but not limiked to, entities operated in the form of sole proprietorship, as self-employed person, partnershi ,corporation, 1oint stock company, ~omt venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d. Official. The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Depar#ment and Division Heads and Municipal Court Judges of the Cify of Corpus Christi, Texas. e. Ownership Interest. Legal ar equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an aggent, trust, estate or holding entity. Constructively held refers to holding or control established through voting frusts, 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. EXH161T "C" Page 2 of 2