Loading...
HomeMy WebLinkAboutC2009-101 - 3/10/2009 - ApprovedCITY 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 Urban Engineering, a Texas partnership, 2725 Swantner, Corpus Christi, Nueces County, Texas 78123, (Architect/Engineer-A/E), hereby agree as follows: 1. SCOPE OF PROJECT Downtown Drainage Improvements Phase III -Hughes Street Pump Station) (Project No. 2226) This project is the final phase (Phase I II) to alleviate the flooding in the Arena and Port areas. This work will provide the design and construction phase services as previously outlined in the Phase III Design Memorandum and includes the new Hughes St. Pump Station and Discharge Box Culvert, Mesquite St. Box Culvert and Hughes St. Box Culvert. 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, A/E will provide monthly status updates (project progress or delays, gantt charts presented with monthly invoices) and provide contract administration services, as described in Exhibit A and A-7, to complete the Project. Work will not begin on Additional Services until requested by the A/E (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. A/E services will be "Services for Construction Projects"- (Basic Services for Construction Projects")which are shown and are in accordance with "Professional Engineering Services- A Guide to the Selection and Negotiation Process, 1993" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of Professional Engineers. For purposes of this contract, certain services listed in this publication as Additional Services will be considered as Basic Services. The summary of these tasks and services is as follows: ORDER OF SERVICES The A/E agrees to begin work on those authorized Basic Services for this contract upon receipt of the Notice to Proceed from the Director of Engineering Services. Work will not begin on any phase or any Additional Services until requested in writing by the A/E and written authorization is provided by the Director of Engineering Services. The anticipated schedule of the preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit A. This schedule is not to be inclusive of all additional time that may be required for review by the City staff and may be amended by or with the concurrence of the Director of Engineering Services. The Director of Engineering Services may direct the A/E 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. A/E shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. MANDATORY REQUIREMENTS A/E agrees to the mandatary contract and insurance requirements as set forth in Exhibit B. 2009-101 M2009-062 03/10/09 Contract for Engineering (A/E) Services Urban En ineerin Page 1 of 3 g g JNTOWN DRAINAGE PHASE 3\CONTRACT\CONTRACT PROFESSIONAL SERVICES 5. FEE The Citywill pay the A/E a fee, as described in Exhibit A, for providing services authorized. Monthly invoices will be submitted in accordance with Exhibit D. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the A/E at the address of record. In this event, the A/E will be compensated for its services on all stages authorized based upon A/E and City's estimate of the proportion of the total services actually completed atthe time of termination. 7. LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. The A/E agrees that at least 75% of the work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan Statistical Area (MSA). Additionally, no more than 25% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA.) 8. ASSIGNABILITY The A/E will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the A/E staff. If the A/E is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the A/E fee may be assigned in advance of receipt by the A/E without 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 v~ill be the sole property of the City, may not be used again by the A/E without the express written consent of the Director of Engineering Services. However, the A/E 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 bya professional en ' er prior to re-use of modified plans. 10. DISCLOSURE OF INTEREST A/E further agrees, in compliance v~ith City of Corpus r this contract, the Disclosure of Interests form attached as No. 17112, to complete, as part of CITY OF CORPUS C RISTI By lf( 3-l~~u~ Oscar Martinez, Date Assistant City Manager J. 2725 Sw~ln~rer Corpus Chri ti, Tx 78404 (361) 854-3101 Office (361) 854-6001 Fax Contract for Engineering (AIE) Services Page 2 of 3 H:\USER52\HOME\VELMAP\GEN\DRAINAGE\2226 DOWNTOWN DRAINAGE PHASE 3\CONTRACT\CONTRACT PROFESSIONAL SERVICES RECOMM E By ~ ~/~e%y Pete Anaya, P. E., Date Director of Engineering Services ATTEST ' isY eouxci~.. b By Armando Chapa, City Secreta "'! gECRfTARY APPROVED AS TO FORM Mary Kay Fischer, Ci Attorney By / ~~ t D ~ rl+\/ ~+}lIYYIP\/ na} Contract for Engineering (A/E) Services Page 3 of 3 H:\USERS2\HOME\VELMA%GEN\DRAINAGE\2226 DOWNTOWN DRAINAGE PHASE 3\CONTRACT\CONTRACT PROFESSIONAL SERVICES EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS 1. SCOPE OF SERVICES A. Basic Services Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the A/E will: a. study, verify, and implement design memorandum recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff; b. prepare one (1) sets of Construction Bid and Contract Documents in City format (using City Standards as applicable) for up to three (3) separate projects, 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 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; c. provide assistance identify testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under additional services); d. prepare final quantities and estimates of probable costs and probable construction schedule; e. furnish 1-copy 60% plans (plans only-identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Required with the 60% 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 • 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 EXHIBIT "A" Pa e 1 of 12 DOWNTOWN DRAINAGE PHASE 3\CONTRACTEXHI°IT A 2009-0120 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 100% complete plans and bid documents 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 otheraffected entities, compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non-responding participants; g. provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the 60% and 100°/D complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The Consultant A/E and Sub-consultant A/E shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc; h. if required, provide traffic controls including a Traffic Control 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 for reproduction (In City Format) and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. j. the City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans; k. assimilate all review comments, modifications, additions/deletions 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 Storm Water Pollution Prevention Plan; and n. Ordinance No. 19663 establishes the Municipal Public Arts 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 architecUengineer will cooperate during the design process to fulfill the requirements of the ordinance. o. perform the items as shown on Exhibit A-1. (Task List) EXHIBIT "A" Pa e2of12 H:\USER52\HOME\VELMAP\GEN\DRAINAGE\2226 DOW NTOW N DRAINAGE PHASE 3lCONTRACTE%HIBIT A 2009-0120 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 for 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 A/E 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, forthe Engineering Services' approval, any addenda or other revisions necessary to inform contractors of approved changes prior to bidding; d. attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract; and e. in the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the A/E's design phase estimate required above, the Engineerwill, at its expense, conferwith City staff and make such revisions to the bid documents as the City staff deems necessary to re-advertise that particular portion of the Project for bids. The City staff will: a. arrange and pay for printing of all documents and addenda to be distributed to prospective bidders; b. advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the A/E) any addenda, prepare and supply bid tabulation forms, and conduct bid opening; c. receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards; and, d. prepare, review and provide copies of the contract for execution between the City and the contractor. EXHIBIT "A" Pa e3of12 H:\USERS2\HOME\VELMAP\GEN\DRAINAGE12226 DOWNTOWN DRAINAGE PHASE 3\CONTRACT\EXHIBIT A 2009-0120 The City staff will: a. prepare applications/estimates 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 for additional 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 forAdditional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The A/E will, with written authorization by the Director of Engineering Services, do the following: Permitting. Furnish the City all engineering data, required fees, and documentation necessary for all required permits. The A/E will prepare this documentation for all required signatures. The A/E will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. Union Pacific Railroad, Missouri Pacific Railroad, or any other railroad operating in the area b. TxDOT Permits/Amendments c. Wetlands Delineation and Permit d. Temporary Discharge Permit e. NPDES Permit/Amendments f. Texas Commission on Environmental Quality (TNRCC) g. Nueces County h. Texas Historical Commission (THC) i. U.S. Fish and Wildlife Service (USFWS) j. U.S. Army Corps of Engineers (USAGE) k. United States Environmental Protection Agency (USEPA) I. Texas Department of License and Regulation (TDLR ) Right-of-Way (ROW) Acquisition Survey. The A/E will review existing ROW and easements to ascertain any conflicts and provide field ROW surveys and submit ROW plats and descriptions for the City's use in the acquisition process. All work must comply with Category 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. EXHIBIT "A" Pa e5of12 DDWNTOW N DRAINAGE PHASE 3\CONTRACTIEXHIBIT A 2009-0120 3. Topographic Survey. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required for the aerial mapping of the Project area -aerial photography to be provided by City). Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional 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. 4. Line Locate Services. Provide services during the design phase to hydraulically locate and verify the depth of existing utilities in the areas of proposed new construction. Asbestos Survey. Provide asbestos survey of the existing buildings to be demolished. Survey to be performed by an individual licensed or registered with the Department of State Health Services. 6. Sanitary Sewer CCTV. Provide remote closed circuit television inspection and documentation of the condition of the existing sanitary sewer pipelines in the areas to be affected by the new storm sewer culverts. Engineer will review the results of the inspection with representatives of the Wastewater Dept. 7. Environmental Issues. Identify and develop a scope of work for any testing, handling and disposal of hazardous materials and/or contaminated soils that may be discovered during construction. 8. 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 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 responsibility for the means, methods, techniques, sequences, or procedures selected by Contractor. C. The duties and responsibilities of the PR are limited to those of the consultant engineer/architect in the Agreement with the CITY and in the Contract Documents, and are further described as follows: EXHIBIT "A" Pa e6of12 H:\USERS2W OME\VELMAPIGEN\ORAINAGE~2226 DOW NTOWN DRAINAGE PHASE 3\CONTRACTEXHIBIT A 2009-0120 1) General: PR is A/E's agent at the site, will act as directed by and under the supervision of the A/E, and will confer with the A/E regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with A/E and Contractor, keeping the CITY advised as required. PR shall communicate with CITY with the knowledge of and under the direction of the A/E. 2) Conference and Meetings: Attend meetings with Contractor, such as preconstruction conferences, progress meetings, job conferences and other project-related meetings, and prepare and circulate copies of minutes thereof. 3) Liaison: a. Serve as A/E'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 A/E when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued by A/E. 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 A/E of availability of Samples for examination. c. Advise A/E 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 orwill 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 not meet the requirements of any inspection, test or approval required to be made; and advise A/E and City of that part of work in progress that PR believes EXHIBIT "A" Pa e7of12 H:\USERS2\HOME\VELMAP\GEN\DRAINAGE\2226 DOW NTOW N DRAINAGE PHASE 3\CONTRACTEXHIBIT A 2009-0720 should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection orapproval. 7) Records: a. Maintain orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, A/E's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. b. Prepare a daily report 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 A/E. 8) Reports: a. Furnish to A/E periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. b. Report immediately to the CITY and A/E the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. 9) Completion: a. Before A/E 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 A/E, 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 A/E and City concerning completion and issuance of the recommendation of Notice of Acceptability of the Work to the City. EXHIBIT "A" Pa e8of12 DOW NTOWN DRAINAGE PHASE 3\CONTRACT\EXHIBIT A 2009-0720 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 A/E'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. 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 orlaboratorytests orinspections conducted off-site by others except as specifically authorized by A/E 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 toobserve the work. PR to coordinate with Operating Department Representatives and adhere to any requests, requirements, comments, or procedures as it affects the work. 9. Start-uo Services. Provide on-site services and verification for all start-up procedures during actual start up of major Project components, systems, and related appurtenances if needed and required. 10. Warranty Phase. Provide a maintenance guaranty inspection toward the end of the one-year period after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement underthe maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. EXHIBIT "A" Pa e9of12 DOW NTOW N DRAINAGE PHASE 3\CONTRACTEXHIBIT A 2009-0120 2. SCHEDULE PROPOSED PROJECT SCHEDULE PART A-HUGHES STREET PUMP STATION Da Date Activit Wednesda March 11, 2009 Be in Desi n Monda Au ust 3, 2009 60% Submittal Monda Au ust 24, 2009 Cit Review Monda November 30, 2009 100% Submittal Monda December 21, 2009 Cit Review Wednesda Janua 13, 2010 Final Submittal Monda Janua 25, 2010 Advertise for Bids Thursda Februa 1 S, 2010 Pre-Bid Conference Wednesda March 3, 2010 Receive Bids Tuesda March 30, 2010 Contract Award Monda Ma 10, 2010 Be in Construction Frida November 11, 2011 Com lete Construction PROPOSED PROJECT SCHEDULE PART B -HUGHES STREET BOX CULVERT AND PUMP STATION DISCHARGE CULVERT Da Date Activit Wednesda March 11, 2009 Be in Desi n Monda Au ust 3, 2009 60% Submittal Monda Au ust 24, 2009 Cit Review Monda November 30, 2009 100% Submittal Monda December 21, 2009 Cit Review Wednesda Janua 13, 2010 Final Submittal Monda Aril 12, 2010 Advertise for Bids Thursda Aril 29, 2010 Pre-Bid Conference Wednesda Ma 12, 2010 Receive Bids Tuesda June 8, 2010 Contract Award Frida Jul 16, 2010 Be in Construction Tuesda Jul 19, 2011 Com lete Construction EXHIBIT "A" Pa e10of12 H:\USERS2U10ME\VELMAP\GEMDRAINAGE\2226 DOWNTOWN DRAINAGE PHASE 3\CONTRACT\EXHIDIT A 2009-°120 PROPOSED PROJECT SCHEDULE PART C -MESQUITE STREET BOX CULVERT Da Date Activit Wednesda March 11, 2009 Be in Desi n Monda December 21, 2009 60% Submittal Monda Janua 18, 2010 Cit Review Monda Aril 26, 2010 100% Submittal Monda Ma 24, 2010 Cit Review Wednesda June 23, 2010 Final Submittal Monda December 19, 2011 Advertise for Bids Thursda Janua 12, 2012 Pre-Bid Conference Wednesda Janua 25, 2012 Receive Bids Tuesda Februa 21,2012 Contract Award Monda Aril 2, 2012 Be in Construction Frida Aril 5, 2013 Com lete Construction 3. FEES A. Fee for Basic Services. The City will pay the AIE a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1-4 above, and for all expenses incurred in performing these services. For services provided in Section I.A.1-4, A/E will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon A/E's estimate (and City Concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in Section I.A.4, the statement will be based upon the percent of completion of the construction contract. City will make prompt monthly payments in response to A/E's monthly statements. B. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the A/E anot-to-exceed fee as per the table below: EXHIBIT "A" Pa a 11 of 12 H:\USERS2\HOME\VELMAP\GEN\DRAINAGE\2226 DOWNTOWN DRAINAGE PHASE 3\CONTRACTEXHIDITA 2009-0120 C. Summary of Fees PHASE III-A HUGHES STREET PUMP STATION PHASE III-B HUGHES STREET BOX CULVERT AND PUMP STATION DISCHARGE CULVERT PHASE III-C MESQUITE STREET BOX CULVERT TOTAL FEE Fee for Basic Services 1. Preliminary Phase $0 $0 $0 $0 2. Design Phase $589,300 $311,000 $249,700 $1,150,000 3. Bid Phase $33,700 $18,100 $14,400 $66,200 4. Construction Phase $109,100 $58,300 $46,115 $213,515 Subtotal Basic Services Fees $732,100 $387,400 $310,215 $1,429,715 Fee for Additional Services (Allowance) 1. Permit Preparation (as applicable) TXDOT U.S. Army Corps of Engineers Texas Dept of License and Regulation 4,500 $1, 500 $28,000 $1,500 $28,000 $4,500 Total Permitting $4,500 $29,500 $0 $34,000 2. ROW Acquisition Survey (AUTHORIZED) $1,450 $0 $1,450 3. Topographic Survey (AUTHORIZED) $3,000 $6,700 $9,200 $18,900 4. Line Locate Services $10,500 $20,000 $30,500 5. Existing Building Asbestos Survey $10,400 $0 $0 $10,400 6. Sanitary Sewer CCTV Service $0 $5,000 $10,000 $15,000 7. Environmental Issues $3,000 $3,000 $3,000 $9,000 8. Construction Observation Services $95,400 $57,200 $47,500 $200,100 9. Start-up Services $3,500 $0 $0 $3,500 10. Warranty Phase $4,800 $2,080 $2,080 $8,960 Sub-Total Additional Services Fees Authorized $124,1100 $115,430 $91,780 $331,810 Total Authorized Fee $856,700 $502,830 $401,995 $1,761,525 EXHIBIT "A" Pa e12of12 H:\USERS2\HOME\VELMAP\GEN\DRAINAGE@226 DOW NTOW N DRAINAGE PHASE 3\CONTRACT\EXHIBIT A 2009-0120 EXHIBIT A-1 TASK LIST CITY OF CORPUS CHRISTI, TEXAS DOWNTOWN DRAINAGE IMPROVEMENTS PHASE III DESIGN (2226) Meet with Staff to identify project goals, timetables, and review existing drainage issues, for project implementation. 2. Request and coordinate line locates of existing utilities in and around area of proposed pump station and along proposed storm sewer interceptor system and pump station discharge route. Develop an inventory of existing conditions and perform the required field investigations to define specific areas of concern. 3. Provide necessary survey work (Additional Service) to locate existing utilities, structures, and easements at the pump station site and along the proposed storm sewer route. 4. Provide Easement plats and descriptions (Additional Service) to allow City staff to pursue easement acquisition with the Port of Corpus Christi. 5. Develop a Geotechnical Investigation Program for preliminary design and submit to City for Testing Laboratory selection. 6. Meet with Storm Water Staff to discuss/update any related downtown drainage issues. 7. Provide asbestos survey (Additional Service) of existing buildings on the pump station site to be demolished. Results of survey will be incorporated into the demolition plans. 8. Provide remote closed circuit television (CCTV) inspection of existing sanitary sewer lines in the areas of proposed box culvert construction (Additional Service). Review the inspection results with the Wastewater Dept. staff. 9. Develop up to three sets of design plans for potential project phases to the City's format and specification documents incorporating all issues with relevant solutions and identifying to the best of the Engineer's knowledge all potential conflicts and offer solutions. 10. Develop automatic control system and SCADA system for monitoring. 11. If it is determined that a submittal is required to the Texas Department of Licensing for architectural barriers a package will be prepared and submitted along with the required fees (fees up to $1500) 12. Develop all special details for existing pressure conduit crossing, existing utility crossings or adjustments, special tie-ins, new inlets, discharge pipe connection to channel seawall and other special considerations. 13. Develop a traffic control plan to be incorporated in the final construction drawings to the Citys format. 14. Provide project control and quality review of senior staff to insure project quality and completeness. 15. Develop project cost estimate, provide all submittals to the City and meet with staff to review draft submittals and final plans and make City requested amendments. 16. Prepare addenda, attend bid opening, review bids and provide recommendation to City. EXHIBIT "A-1" Pa e 1 of 2 17. Attend pre-construction meeting, review Contract Documents and respond to Contractor's questions. 18. Provide project administration services during construction (periodic visits to the project site) to insure compliance of Contractorwith plans and specifications and, upon completion, make final inspections as well as an inspection after one year of completion for project warranty requirement. 19. Provide monthly status reports of progress to the City. EXHIBIT "A-1" Pa e2of2 Exhibit B Mandatory Requirements (Revised September, 2001) INSURANCE REQUIREMENTS CONSULTANT LIABILITY INSURANCE A. The Consultant shall not commence work under this Agreement until he/she 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. Contractuallnsurance 7. Broad Form Property Damage 8. 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 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $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 [ ]REQUIRED [X] NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements [ ] REQUIRED [X] 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 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, 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 oflnsurance. 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 ofauthority toself-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. f'.. ~.Ila ..rro..M 4he n ...d ... ,.,.~rL Q„ilrlor'c 1cL nrwor.~...~ ..h..ll h.. .~.. ^All ~i~U~ F..rw. Tho nnl'n ch..ll ho ~+ ..le4erl ..~I,,o form The !`....o, Jfn of oh..ll .. .d.l.. r ,..h Exhibit "B" -Insurance Requirements Page 2 of 3 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 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 "endeavorto"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 Page 3 of 3 ~,y~yy~~,,~ City of ^-1 COI'pUS CITY OF CORPUS CHRISTI CIlI1St1 DISCLOSURE OF INTERESTS w~ 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 "N/A". FIRM NAME: Urban Enoineerin STREET: 2725 Swantner Drive CITY: Corpus Christi ZIP: 78404 FIRM is: 1. Corporation 2. Partnership X 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) N/A 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 N/A 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 N/A 4. State the names of each employee or officer of consultant for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an ownership interest constituting 3%or more of the ownership in the above named firm. Name Consultant N/A CERTIFICATE I certify that all information rovided is ue and correct as of the date of this statement, that I have not knowingly withheld disclosure of any in rmation re ueste ;and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas s change occur. Certifying Person: James L. ban . E. Title: A/uthorAiz~e/d~ Repres/e'')ntative Signature of Certifying Person: Date: (~ /Y//~ ~ v EXHIBIT "C" Page 1 of 2 DEFINITIONS a. Board Member. A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. Employee. Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c. Firm. Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce ordeal 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. d. Official. The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the Ci y of Corpus Christi, Texas. e. Ownership Interest. Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. Constructively held refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. 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. EXHIBIT "C" Page 2 of 2 0 o ~ o E ~ r ~' N N ~ ~ O r w ~ ~ -o c a a m ~ EE`s v o ~6~a~i ~ ~ d C °' d U :°. o ~ ~ C N a 7 V O ._ 'j O a O a - c y 7 U O ' 1= > a= w ~ a Z :? C ~ ~ U W N a O O O ~ N ~ Z Z a c a w a U z w d ~•, ~ o O> v ~ J ~ °~ C ~ Q a - U Z '6 I: a C O U N V .~ N v .~ m 0 0 0 O r 0 0 0 to 0 0 0 0 0 0 0 0 0 M 0 0 to N 0 0 O 0 0 O 0 0 O 0 0 O 0 0 O 0 0 r r 0 0 O M 0 0 r .-- 0 0 M N ^ ^ ^ 0 0 0 0 °o_ r `° r `on N ~ ~ H ~ ~ ~ N ~ °o M b9 V3 H3 H3 0 O 0 ~ 0 0 O l0 ~ 0 0 ^ I- ^ I- ^ I- ~ O l0 O O l0 r r r r H3 ER fR fR ou3 00 0 0 0 ~ 0O ~ o o ^ H ^ F- ^ H °o ~ u°> ~ °o ~ ion N r ~ ° ° ° i ° ~ a ^ o O r o O M ~ f~ o ~f1 M v i N CO o O N N r r N <O r m F m ~ m F ~ P d' N 00 1~ d' ° ' T N fA fR fR fA ER r N'? O ~ O ~ ~ O N ^ ^ ^ N ~ N ~ ~ N O ~- N r CO r ~ ~ ~ f0 r N r CO r a0 N ~ ~ ~ ~ 0 0 0 0 ~ N O ^ ^ ^ N O N N X r r r r r r N b4 fA ER ER 0 0 o o ^ ^ ^ g o o a 0 0 r 0 0 N 0 ~ 0 ~n N o CO o N ~ ~ ~ o N O CO O N O e0 fR fA EH Efl EA EA y a U N N N O U N (n N I L N N ~ v ~ d N N N T N O L d U a _ LL N Z d N C N ~ L ~ 7 ~O O U a a N m ~7 C ~ (0 Q Z+ ~ LL N a U C T O ~ R ~ c c C (O = ` (6 O «. C +~ U m Q ~ ~ fn p 0 E D) ' O N c~ ^ O U :. ~ a ~ o ~ a a~ '~ ~ m U > > m a o n. ^ m U Cn Q a ~ S aO cn cn N m ¢ ~ EXHIBIT "D" Pa e 1 of 1