Loading...
HomeMy WebLinkAboutC2009-127 - 3/31/2009 - 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 HDR Engineering, Inc., a Nebraska corporation, with offices at 555 N. Carancahua St., Suite 1650, Corpus Christi, Nueces County, Texas 78478, (Architect/Engineer-A/E), hereby agree as follows: 1. SCOPE OF PROJECT (Airline Road -Saratoga Blvd. to Rodd Field Rd. Project No. 6465) This project includes the reconstruction and widening of the existing unimproved two lane roadway to a five lane roadway with four travel lanes and a continuous left turn lane. Other improvements include: curb and gutter, sidewalks, ADA curb ramps, lane striping and pavement markings, and street lighting. Associated utility systems will be relocated, rehabilitated or replaced as appropriate within the project limits. 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. Exhibit "A-1" provides supplemental description of services to Exhibit "A"and does not intended to supersede services described in Exhibit "A". Work will not begin on Additional Services until requested by the A/E (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. A/E services will be "Services for Construction Projects"- (Basic Services for Construction Projects") which are shown and are in accordance with "Professional Engineering Services- A Guide to the Selection and Negotiation Process, 1993" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of Professional Engineers. For purposes of this contract, certain services listed in this publication as Additional Services will be considered as Basic Services. 3. ORDER OF SERVICES The A/E agrees to begin work on those authorized Basic Services for this contract upon receipt of the Notice to Proceed from the Director of Engineering Services. Work will not begin on any phase or any Additional Services until requested in writing by the A/E and written authorization is provided by the Director of Engineering Services. The anticipated 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 A/E to undertake additional services or tasks provided that no increase in fee is required. Services ortasks requiring an increase offee will be mutuallyagreed 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. 4. MANDATORY REQUIREMENTS 2009-127 :ontract and insurance requirements as set forth in Exhibit "B". 03/31/09 M2009-076 HDR Engineering Page 1 of 3 5. FEE The City will 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". 6. 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 at the time of termination. 7. LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. The A/E agrees that at least 75% of the work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan Statistical Area (MSA). Additionally, no more than 25% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA.) 8. ASSIGNABILITY The A/E will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the 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 Feld 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 engineer prior to re-use of modified plans. 10. DISCLOSURE OF INTEREST A/E further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form attached hereto as Exhibit "C". CITY OF CORPUS CHRIS71 HDR NGINEERING, INC. By Crny~ ~,~,~- ~- 3 -uy By ~ ~- Oscar Martinez, Date ~b~Carl II, P. E. Date Assistant City Manager Vice President 555 N. Carancahua, Suite 1650 Corpus Christi, TX 78478 RECOMME DED (361)857-2211 Office ~~/ (361) 857-7234 Fax By ~ /Z3~q t~a~ ~~ AUTHORI~E4~ Pete Anaya, P. E., Date 3 O Director of Engineering Services 6T COUNCIL Page 2 of 3 ATTEST By '2'~- Armando Chapa, City Secretary APPROVED AS TO FORM By ~~~~~ 3-ter. City Attorney Date Page 3 of 3 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS STREET IMPROVEMENTS AIRLINE ROAD - SARATOGA BLVD. TO RODD FIELD RD. PROJECT NO. 6465 1. SCOPE OF SERVICES A. Basic Services. Basic Services will include the following in addition to those items shown on Exhibit "A-1" Task List. 1. Preliminary Phase. The Architect/Engineer-A/E will: It is the intent of the Preliminary Phase to study and report the project scope with economic and technical evaluation of alternatives in an Engineering Letter Report (ELR), which includes preliminary designs, drawings, and a written description of the project. Tasks 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. Conferwith the City staff regarding the design parameters of the Project. The Engineerwill participate in up to three formal meetings with City staff (project kick-off meeting, Design Review Workshop (DRW) final ELR Presentation), provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting reportwithin seven (7) working days of the meeting. The A/E will participate in discussions with the operating department and other agencies (such as the Texas Department of Transportation (TxDOT) and Texas Commission of Environmental Quality (TCEO)) as required to satisfactorily complete the Project. c. Submit one (1) copy in an approved electronic format, and one (1) paper copy of the Engineering Letter Report, with executive summary, preliminary opinion of probable construction costs, defined technical evaluations of identified feasible alternatives, and review with City staff to produce an acceptable format which contains common municipal elements. The Engineering Letter Report 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 A/E 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). EXHIBIT "A" Pa e 1 of 11 3) Identify 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 (CONSTRUCTABILITY). 5) Advise of environmental site evaluations and archeology reports that are needed for the Project (Environmental issues and archeological services to be an Additional Service). 6) Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project and permitting, environmental, historical, construction, and geotechnical issues; and meet with pertinent authorities. 7) Coordinate field location of existing utilities using Texas one-call system (Coordinate with appropriate City Operating Departments). 8) Confer, discuss, and meet with City operating department(s) and Engineering Services staff to produce a cohesive, well-defined proposed scope of design, opinion of probable project cost and design alternatives. 9) Provide a letter stating that the A/E and Sub-consultant Engineers have checked and reviewed the Engineering Letter Report (ELR) prior to submission. 10) Provide an analysis on project impacts towards "re-engineering" and effects on cost savings toward City operations, which this project will affect. d. Attend one public meeting for stakeholders and interested citizens. The A/E will provide one strip map, and one copy of presentation boards. e. Participate in a DRW. The A/E will compile the list of response and solutions agreed to at the DRW. The list will be emailed back to City staff within seven days following the DRW for City distribution. City staff will (as applicable): a. Provide Record drawings, record information of existing facilities, and utilities (as available from City Engineering and/or Utility Department files). b. Provide the preliminary budget, specifying the funds available for construction; c. Provide aerial photography for the Project area. d. Provide, through separate contract, related GIS mapping for existing facilities. e. Provide a copy of existing studies and plans (as available from City Engineering and Utility Departments files). f. Field locate existing city utilities. (A/E to coordinate with City Operating Department). g. Provide applicable Master Plans. h. Conduct a preliminary phase DRW to last no more than four hours in which all affected City Departments, City Staff, Private Utility Owners, and A/E will attend. The purpose of the DRW will be to provide an opportunity for comments and concerns to be raised followed by a response or amenable solution to be agreed upon by all in attendance. The EXHIBIT "A" Pa e2of11 comprehensive list of responses and/or solutions will be compiled by the A/E and agreed to atthis meeting. Addressing comments received afterthis DRW will constitute an additional service. i. Conduct of public meeting for stakeholders and interested citizens. The City will locate a venue, reserve it, and publicize the meeting and provide all necessary audio/visual equipment. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the A/E will: a. Study, verify, and implement ELR recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff. b. Prepare one set of Construction Bid and Contract Documents in City format (using City Standards as applicable), 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. 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 opinions of probable costs with the recommended construction schedule. The construction schedule will include a phased approach to better track progress and payments. e. Furnish one (1) copy of the interim 60% plans (plans only-identify needed specifications) to the City staff for review and approval purposes with opinions 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 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. EXHIBIT "A" Pa e3of11 • Owner permit requirements and status f. Attend a Design Review Workshop (DRW). The A/E will compile the list of response and solutions agreed to at the DRW. The list will be emailed back to City staff within seven days following the DRW for distribution. Provide one hard copy and one electronic copy of the pre-final plans and bid documents to the City staff for review and approval purposes with revised opinions of probable costs. g. Provide Quality Assurance/Quality Control (QA/OC) measures for the 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 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 priorto submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. h. 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 priorto re-use of modified plans. k. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. I. Provide a Storm Water Pollution Prevention Plan. m. 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/engineertyill 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 for the construction contract. c. Provide the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. d. Conduct a design phase DRW to last no more than four hours in which all affected City Departments, City Staff, Private Utility Owners, and A/E will attend. The purpose of the DRW will be to provide an opportunity for comments and concerns to be raised followed by a response or amenable solution to be agreed upon by all in attendance. The comprehensive list of responses and/or solutions will be compiled by the A/E and agreed to at this meeting. Addressing comments received afterthis DRW will constitute an additional service. EXHIBIT "A" Pa e4of11 3. Bid Phase. The A/E 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. c. Review all pre-bid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' approval, any addenda orother 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. To this end, the A/E will make a reasonable effort to determine the background and qualifications of the three lowest qualified bidders. e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by the A/E's design phase opinion of probable construction costs, 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. However, excessive fluctuations in cost of labor or materials alone will notjustify revisions at the Engineer's expense. 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 ofthe 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. 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 following: a. Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Participate in one public informational meeting. A/E shall provide one hard copy of project strip map (1 "= 40' scale), and presentation boards illustrating general construction sequencing and typical cross-sections. The City will locate a venue for the public meetings, reserve it, publicize the meeting, and provide a sound system and audio/visual equipment. c. Review for conformance to contract documents, shop and working drawings, materials and other submittals. d. Review field and laboratory tests. e. 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. EXHIBIT "A" Pa e5of11 f. Make regular visits (up to three hours per week for 78 weeks) as specified in Exhibit A-1 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. g. 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. h. Provide documentation of project completion to TDLR. i. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. j. 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 using the common formats for scanned images - GIF, TIFF, JPEG, etc.. Confirm before delivery of the manuals that all scanned image formats are compatible with the image-viewing software available on the City's computer -Imaging for Win95 (Wang) and Microsoft Imaging Composer. Deliver the manuals on a CD-ROM, not on floppy disks. k. 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 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 applications/estimates for payments to contractor. 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 A/E will not begin work on this section without specific written approval by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be 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: 1. Permittin4. Furnish the City all engineering data and documentation necessary for the following required permits. The A/E will prepare this documentation forall required signatures. The A/E will prepare and submit permits as applicable to the appropriate local, state, and EXHIBIT "A" Pa e6of11 federal authorities. The City shall reimburse the A/E for permit application and/or processing fees as required by the regulatory agencies. Permits may be required by the following regulatory agencies. a. TxDOT Permits/Amendments b. Texas Department of License and Regulation (TDLR ) 2.a) Right-of-Way (ROW) Acquisition Survev. The A/E will review existing ROW and easements to ascertain any conflicts and provide field ROW surveys and submit up to 15 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. 2.b). Topographic Survev. 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. Subsurface Utility Engineering a. Provide subsurface utility engineering in accordance with ASCE Standard "ASCE C-I, 38-02, Standard Guideline forthe Collection and Depiction of Existing Subsurface Utility Data" including, but not limited to, hydro-excavation. The proposed subsurface utility investigation will be as follows: ^ Excavation -The survey scope includes working with a subsurface utility excavator to perform Quality Level A investigation of underground utilities in specified areas through the project limit. (Quality Level A involves the use of nondestructive digging equipment at critical points to determine the horizontal and vertical position of underground utilities, as well as the type, size, condition, material, and other characteristics.) Utilities located at this quality level will be physically located and tied to the topographic survey control. The utility will be identified and an elevation will be obtained to the top of the utility. • Utility Location -The survey scope includes locating certain utilities to Quality Level B (Quality Level B involves surveying visible above ground utility facilities, such as manholes, valve boxes, posts, etc., and correlating this information with existing utility records.) These utilities will be located by obtaining a One-Call Notice and measuring the marked locations. • Storm Water -Storm water facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible storm water manholes and drainage inlets. EXHIBIT "A" Pa e7of17 ^Wastewater- Wastewaterfacilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible wastewater manholes. Wastewater lines that are not to be replaced as part ofthis project and that fall within the footprint ofconstruction-related excavation shall be located at Quality Level A. • Water- Water facilities within the project limits will be located to Quality Level C. ^ Gas -Gas facilities within the project limits will be located to Quality Level C by the A/E. The City of Corpus Christi Gas Department will provide Quality Level A. The A/E will coordinate this activity. • Inform local franchises whose utilities fall within the footprint of construction-related excavation of the potential for encountering their utility lines during construction. 4. Televised Inspection of Wastewater Lines Perform televised inspection of wastewater lines as specified in Exhibit A-1. 5. Construction Observation Services. Provide a project representative (PR) to provide periodic construction observation as specified in Exhibit A-1. A. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the A/E shall endeavor to provide further protection for the CITY against defects and deficiencies in the Work. B. The duties and responsibilities of the PR are described as follows: 1. General: PR will act as directed by and under the supervision of A/E, and will confer with A/E regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with A/E and Contractor, keeping the CITY advised as necessary. 2. Conference and Meetings: Attend meetings with Contractor, such as pre-construction conferences, progress meetings, job conferences and other project-related meetings as required by the City, and prepare and circulate copies of minutes thereof. 3. Liaison: A. Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. B. PR shall communicate with CITY with the knowledge of and under the direction of A/E 4. Interpretation of Contract Documents: Report when clarifications and interpretations ofthe Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. 5. Shop Drawings and Samples: A. Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. B. Record date of receipt of Samples and approved Shop Drawings. C. Advise Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which PR believes that the submittal has not been approved. EXHIBIT "A" Pa e8of11 6. Review of Work and Rejection of Defective Work: A. Conduct on-Site observations of Contractor's work in progress to assist A/E in determining if the Work is in general proceeding in accordance with the Contract Documents. B. Report whenever PR believes that any part of Contractor's work in progress will not produce a completed Project that conforms to the Contract Documents orwill prejudice -the integrity of the design concept of the completed Project, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise City and A/E of that part of work in progress that PR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. C. Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. 7. Records: A. Maintain orderlyfiles forcorrespondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, A/E's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. B. Prepare a daily report utilizing approved City format, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to A/E and the City. 8. Reports: A. Furnish periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. B. Report immediately to the CITY and 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 the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. B. Participate in a final inspection in the company of A/E, the CITY, and Contractor and prepare a final list of items to be completed or corrected. C. Observe whether all items on final list have been completed or corrected and make recommendations concerning acceptance and issuance of the Notice of Acceptability of the Work. 6. Warranty Phase. Provide a maintenance guaranty inspection toward the end of the one-year period after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best EXHIBIT "A" Pa e9of11 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. 7. Provide the services above authorized in addition to those items shown on Exhibit "A-1"Task List. 2. SCHEDULE PROPOSED PROJECT SCHEDULE The following project schedule is proposed and may be modified during design as mutually agreed upon by the City and the A/E. DAY DATE ACTIVITY Monday March 30, 2009 Begin Preliminary Phase Friday June 26, 2009 Submit Draft ELR Friday July 10, 2009 ELR Review Meeting Friday July 24, 2009 Submit Final ELR Monday July 27, 2009 Begin Design Phase Friday September 4, 2009 Submit Legal Descriptions and Parcel Maps for ROW Acq. Friday November 13, 2009 Submit Interim (60%) Plans Friday November 27, 2009 Design Review Meeting Friday March 19, 2010 Pre-Final Submittal Friday April 2, 2010 Review Meeting Friday April 16, 2010 Final Submittal Monday (2) May 3 & 10, 2010 Advertise for Bids Wednesday May 12, 2010 Pre-Bid Conference Wednesday May 26, 2010 Receive Bids Monday July 26, 2010 Begin Construction Weekday January, 2011 Construction Completion 3. FEES A. Fee for Basic Services. The City will pay the A/E a fixed fee for providing for all "Basic Services' authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1-4 above, and for all expenses incurred in performing these services. For services provided in Section I.A.1-4, 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. EXHIBIT "A" Pa e10of11 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: C. Summary of Fees Fee for Basic Services 1. Preliminary Phase $121,463 2. Design Phase 454,612 3. Bid Phase 13,834 4. Construction Phase 116,897 Subtotal Basic Services Fees 706,806 Fee for Additional Services (Allowance) 1. Permit Preparation (as applicable) TXDOT Texas Department of License and Regulation Total Permitting (AUTHORIZED) 3,450 2. Topographic and ROW Acquisition Survey and Parcel Maps (AUTHORIZED) 106,579 3. Subsurface Utility Engineering (AUTHORIZED) 50,600 4. Televised Inspection of WW Lines (AUTHORIZED) 30,130 5. Construction Observation Services (Engineer IV, 20 hours per week for up to 78 weeks and Engineer VI, 2 hours per week for up to 78 weeks) 220,361 6. Warranty Phase 9,790 Sub-Total Additional Services Fees 420,910 Total Fee $1,127,718 EXHIBIT "A" Pa a 11 of 11 EXHIBIT A-1 TASK LIST STREET IMPROVEMENTS AIRLINE ROAD - SARATOGA BLVD. TO RODD FIELD RD. PROJECT NO. 6465 Basic Services I. Preliminary Phase The A/E will: A) Provide scope of geotechnical testing requirements to the City's Geotechnical Consultant. B) Review conditions of existing utilities and identify scope of needed information. City to provide histories of repairs and/or inspection videos of lines. C) Develop preliminary requirements for utility relocations replacements or upgrades. D) Develop preliminary street cross section to incorporate the Geotechnical Consultant's recommendations. E) Identify right-of-way acquisition requirements and illustrate on a schematic strip map. F) Prepare preliminary opinions of probable construction costs for the recommended improvements. G) Develop drainage area boundary map for existing and proposed drainage areas served, using reasonable assumptions for future drainage of existing adjacent undeveloped tracts and in general conformance with the City's proposed Master Plan requirements. H) Conduct the hydraulic analysis to quantify the storm sewer design of existing and proposed systems. Include the analysis of inlet capacity. I) Identify electric and communication utility companies and private pipeline companies that may have existing facilities and must relocated to accommodate the proposed improvements. J) Coordinate with AEP and City Traffic Engineering to identify location of electrical power conduit for street lighting and traffic signalization. K) Prepare an engineering letter report that documents the analyses, approach, opinions of probable construction costs, and document the work with text, tables, schematic-level exhibits and computer models or other applicable supporting documents required per City Plan Preparation Standards Contract Format (CPPSCF). Provide one electronic copy and one paper copy of interim letter engineering report. The following is provided as the framework for this 20 - 25 page main-body text document with supporting appendices. 1. Executive Summary 2. Project Overview 3. Summary of odated opinion of probable cost 4. Project Elements a. Pavement Width (Figure to Support Sections), Urban Transportation Plan Section Recommended Section b. Pavement Structural Section (Figure) Geotech Report as Appendix c. Alignment- Discuss tie in to Lipes (Figure showing layout) Discuss disposition of Airline Road south of Lipes d. Right of Way • Existing (Figure) • Proposed (Figure) • Options - 80' vs. 95' Pros and cons e. Utilities • Water 1. Master Plan Requirements 2. Existing system EXHIBIT "A-1" Page 1 of 4 3. Proposed system 4. Discussion 5. Support exhibits Wastewater 1. Master Plan Requirements 2. Existing system 3. Proposed system 4. Discussion 5. Support exhibits Natural Gas 1. Master Plan Requirements 2. Existing system 3. Proposed system 4. Discussion 5. Support Exhibits Storm Water 1. Master Plan Requirements -Current and proposed 2. Existing system- Crossroad current and proposed 3. Proposed roadway system -Drainage area and preliminary layout 4. Options Analysis for South End tying to Ditch 31 5. Discussion 6. Support Exhibits) Non City Utilities 1. AEP 2. ATT 3. Cable 4. Crosstex Pipeline 5. Support Exhibits • Street Lighting 1. Existing system 2. Proposed system 3. Discussion 4. Support Exhibits • Trafhc Signalization 1. Existing system 2. Proposed system 3. Discussion 4. Support Exhibits f. Traffic Control During Construction • Options -Full Closure vs % construction • Recommendation • Support Exhibits g. Updated detailed opinion of probable cost 5. Environmental and Permitting Considerations a. TDLR b. TCEO c. USACE d. THC e. TxDOT f. RTA EXHIBIT "A-1" Page 2 of 4 APPENDICES: Site Photos Geotechnical Investigation Subsurface Utility Investigation Wastewater Lined Video Inspection Exhibits and Schematic Layouts Opinion of Probable Costs L) Incorporate comments from the preliminary DRW, revise and furnish one electronic and one paper copy of final engineering letter report. II. Design Phase The A/E will: A) Prepare construction plans for the work identified in the approved ELR. Construction plans to include improvements or modifications to the storm water, water and wastewater systems within the project limits. B) Provide limited coordination (up to 40 hours) with electric and communication utility companies and private pipeline companies identified in the ELR that may have existing facilities and must relocated to accommodate the proposed improvements. C) Construction plans will be prepared in compliance with CPPSCF and shall be completed in English units on 24"x 36" plan sheets that can be reduced to 11 "x 17". D) Prepare Traffic Control Plans for the project in accordance with the preliminary TCP contained in the Engineering Letter Report. The TCP will include construction sequencing, typical cross section and construction phasing plan sheets, warning and barricades, as well as standards sheets for barricades, traffic control plan, work zone pavement markings and signage. It is anticipated that the TCP will be prepared with the requirement that the roadway will remain open with one lane of traffic in each direction maintained. City-requested changes affecting the overall construction sequencing and/or the traffic control plan shown in the approved ELR will be considered additional services. E) Include standard City of Corpus Christi detail sheets as appropriate. F) Prepare Technical and Standard specifications for the work. G) Prepare opinions of probable construction costs. H) Provide one hard copy and one electronic copy submittal of the 60°/a, pre-final (100%) and final (signed and sealed) construction documents. III. Bid Phase Services in compliance with Exhibit A IV. Construction Phase Services in compliance with Exhibit A. Regular visits to the site shall be defined as biweekly visits for up to three hours for a construction duration of up to 18 months. Additional Services SURVEY A) Establish Horizontal and Vertical Control • Establish both primary and secondary horizontal/vertical control. • Horizontal control will be based on NAD 83 State plane coordinates (South Zone), and the data will have no adjustment factor applied - i.e. -the coordinate data will remain in grid. • Vertical control will be based on NAVD 88. • All control work will be established using conventional (non-GPS) methods. EXHIBIT "A-1" Page 3 of 4 B) Perform surveys to determine apparent right-of-way widths. • Research plats, ROW maps, deed, easements, and survey for fence corners, monuments, and iron pins within the existing ROW and analyze to establish existing apparent ROW. • Provide a preliminary base map containing apparent ROW, which will be used by the A/E to develop the proposed alignment and its position relative to the existing and proposed ROW. This preliminary base map will show lot or property lines, land ownership and addresses as per appraisal district records. C) Perform topographic surveys to gather existing condition information. • Locate proposed soil/pavement core holes as drilled by the City's Geotechnical Engineering Consultant. • Obtain x, y, and z of accessible existing sanitary sewer and storm sewer lines and locate visible utilities, wells and signs within the apparent ROW width along project limits. No utility connections will be shown. Surveying services, related to subsurface utility engineering (SUE) shall be provided as part of the scope of work for SUE. • Locate improvements within the apparent ROW. • Locate and identify trees, at least five inches in diameter within the apparent ROW. • Generate electronic planimetric base map for use in project design. D) Set property corners and prepare right of way strip parcel map depicting all parcels proposed for acquisition. Metes and bounds descriptions may indicate parent tract areas based on recorded information only. Strip map will show entire parent tracts at "not to scale" and for information only. Only easements within the parcels to be acquired or those within adjacent parcels will be shown. E) Prepare individual signed and sealed parcel maps and legal descriptions for the required right of way acquisition for up to 15 parcels and easements. Additional fees may be required in resolving boundary conflicts between Owners. A/E shall submit parcel maps and legal descriptions prior to the 60% submittal. TELEVISE INSPECTION OF WASTEWATER LINES A) Clean and televise the wastewater trunk line between the existing Lift Station (located south of the Vineyards subdivision) and Yorktown Blvd and provide City with one copy of the inspection report and video. SUBSURFACE UTILITY ENGINEERING A) Provide Subsurface Utility Engineering in accordance with Exhibit A. Up to thirty exploratory excavations have been budgeted for this effort. Additional exploratory excavations will be authorized by amendment to the contract. CONSTRUCTION OBSERVATION SERVICES A) Construction Observation services shall include up to 20 hours per week for an Engineer IV classified professional and up to 2 hours per week for an Engineer VI classified professional for an estimated construction duration of up to 18 months. EXHIBIT "A-1" Page 4 of 4 Exhibit B Mandatory Requirements (Revised November, 2005) INDEMNIFICATION AND HOLD HARMLESS For non-professional services, 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 attorney 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. For professional services, 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 attorney 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, to the extent caused or alleged to have been caused by the Consultant's negligent acts, errors or omissions in the performance of professional services under 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. EXHIBIT "B" Pa e 1 of 1 yy~~,,~ City of ~~1 COI'~US CITY OF CORPUS CHRISTI .Christi DISCLOSURE OF INTERESTS VV\r 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: HDR Enaineering, Inc. STREET: 555 N. Carancahua. Suite 1650 CITY: Corpus Christi ZIP: 78478 FIRM 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) 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 Tille 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 a consultant for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an ownership interest constituting 3%or more of the ownership in the above named firm. Name Consultant N/A CERTIFICATE I 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 statem~n~ts will be promptly submitted to the City of Corpus Christi, Texas as cha(npg9tes occur. c~ c, Certifying Person: L3TI~r~ratM=C4 ~ ~~„_ ~ r)u,r~„e. Title~~6 Vice President Signature of Certifying Person: Date: ~ /17 / ~J~J 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 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. 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 City of Corpus Christi, Texas. e. Ownership Interest. Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. Constructively held refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. Consultant. Any person or firm, such as engineers and architects, hired by the City of Corpus Christi far the purpose of professional consultation and recommendation. EXHIBIT "C" Page 2 of 2 0 o ~ o ~n ESN ~ ~ O d m ~ ~ w C d aim ~ £ ~a~ a 0 U d m ~ o ~ H = Vl ~ 3 V O_ ._ d ~ a - c m 7 V O ' E >° a w ~ Q Z w i U ~ M ~ C U w M N d ~ N ~ Z Z ~ O a ,. ~, v z w~ ~•~ vo o > -a ~ J O a _ C Q a - U Z E Q V A w C O U N d V .~ N V N 10 00 0 0 O O o 0 O ~ O 0 O O 0 O o 0 O M O 0 X N o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 .- ~ O 0 O M O 0 E A o 0 M N °o o r °o ~n ~- ° ° °o ~n N °o ~ ° ° p ~ p ~ p ~ °o ~ °o ~n N °o ~n o° o M EA ffl ffl 69 O ° ° ° ° p p p ° O O In O Ln fA ~ ~ ~ ER O In O lA .-- •-- ~3 ~3 M ~ oc~ o O 0 o io ~ 00 ~ 0 o p H p H p I- o ~ °n ~ °o M ~° N r ~ 0 0 0 0 0 0 0 ~ p p p r~ o ti i. O 0 r O 0 dl IA ~ O ~f1 M N N OD O O N N r ~ N f0 ~ m F m F m ~ a h a N N a0 R h 'cl' 01 01 N tR u9 uT (A fA ~ ° ~ O ~ ~ ° N N ~ N ~ ~ l N O ~ N ~ CO r m H m h m H CO r l N ~ O ~ N N ~ ~ ~ ~ EA O r ° ° O .- EA N r ° m m m N r O ~ N ~ N N EA EA V3 fA O O O ° ° p p p 0 O O O O O ~-- O O N O to ~ N O CO O N m ~ ~ 0 N O CD O N O 00 EA EA 69 fR EA EA V) (0 L a m c .~ .~ a N _U N Z q1 ~ L ~ 4. U N ~ N L N ~ m d ~ i f6 L .~ d C ~ N ~ O 3 ^ [0 U ~ N d V .~ m C O Q N f6 °a C ~' ~~ N ~ ~ a ~ N Z ~ C o ~ m U 5 a o cn N N U .~ N M (0 C ,O Q (6 O 7 N N ~ LL y LL U a ~ .Z w U ~ o ~ R ~ c E ~ o U := E ~~, -a 7 l9 "6 rnmQ N m d LL O 10 O F EXHIBIT "D" Pa e1of1