Loading...
HomeMy WebLinkAboutC2009-158 - 4/28/2009 - 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, (Architect/Engineer - A/E), hereby agree as follows: SCOPE OF PROJECT: Flour Bluff Drive (BOND ISSUE 2008) Phase 1 from S.P.I.D. to Graham Road (Project No. 6498) Phase 2 from Graham Road to Don Patricio (Project No. 6499) The project is located on Flour Bluff Drive and includes two phases as follows: Phase 1 includes the street section from South Padre Island Drive to Graham Road and Phase 2 includes the street section from Graham Road to Don Patricio. Both phases of street work will consist of the reconstruction and widening of the existing unimproved two-lane roadway with a turning lane where necessary. Other improvements include: curb and gutter, sidewalks, ADA curb ramps, lane striping and pavement markings, and street lighting. This project will include a bike path on both street sections. Phase 1 will also include the creation of a new offsite drainage ouffall. 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform professional 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-1 ", to complete the Project. Exhibit "A-1" provides supplemental description of services to Exhibit "A" and is not intended to supersede services described in Exhibit "A". 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 2009-158 ry phase, design phase, bid phase, and construction phase is 04/28/09 Contract for Engineering (AIE) Services M2009-117 Page ~ of 3 Urban Engineering raluR OriveLLarge AE.tloc 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. 4. MANDATORY REQUIREMENTS A/E agrees to the mandatory contract and insurance requirements set forth in Exhibit "B". 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" and shall include monthly updates. 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 personne- 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 Ciry 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. Contract for Engineering (AlE) Services Page 2 of 3 H:\HOMEV2eUrelle\GEN\Slreets\8998 88499-Flour BIUR Orive\Lerga AE.tloc 9. OWNERSHIP OF DOCUMENTS All documents including contract documents (plans and specifications), record drawings, contractor's field data, and submittal data will be the sole property of the City, may not be used again by the 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 by a professional engineer prior to re-use of modified plans. 10. INSURANCE, INDEMNIFICATION AND HOLD HARMLESS The Consultant will submit to the City Engineer a certificate of insurance, with the City named as additionally insured, showing the minimum coverage set forth in Exhibit "B" by an insurance company acceptable to the City. The Consultant further agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees as more fully set forth in Exhibit "B". 11. DISCLOSURE OF INTEREST A/E further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of /nterest~ form attached as Exhibit "C". CITY OF CORPUS CHRISTI /// /' l~ `~~' 05 Oscar Martinez Date Assistant City Manager RECOM NDED '~L~ 09 PeteAnaya, P.E. Date Director of Engineering Services ATTEST Armando Chapa, City Se etary Date Corpus Christi, TX 78404 (361)854-3101 Office; (361)854-6001 !~ a~q - i AUTHURIIty ~ eoullsa., ©,~,~„~g ~9 ~..........._si~c~yya. /" APPROVED AS O FORM ~.__~~Z City Attorney - ~ Date ' Contract for Engineering (AlE) Services Page 3 of 3 H: WOME1RechellelGEN\Streets\G498 88999-Flour BIW( DrivelLer9e AE.Ex EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS FLOUR BLUFF DRIVE PHASE 1 -SOUTH PADRE ISLAND DRIVE TO GRAHAM (PROJECT NO.6498) PHASE 2 -GRAHAM TO DON PATRICIO (PROJECT NO. 8499) 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 provide a study and report of project scope with economic and technical evaluation of alternatives, and upon approval, proceed in a Design Memorandum which includes preliminary designs, drawings, and written description of the project. This report shall include: a. Provide scope of soil investigations, borings, and laboratory testing. (The City Engineering Services Department will provide necessary soil investigation and testing under one or more separate contracts). b. Confer with the City staff regarding the design parameters of the Project. The Engineer will participate in one (1) project start meeting and four (4) planning meetings with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven (7) working days of the meeting. The 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 (TCEQ)) as required to satisfactorily complete the Project. c. Submit one (1) copy in an approved electronic format and one (1) paper copy of the Design Memorandum with executive summary, opinion of probable construction costs with life cycle analysis, defined technical evaluations of identified feasible alternatives, and review with City staff to produce an acceptable format which contains common municipal elements. Design Memorandum will include the following (with CONSTRUCTABILITY being a major element in all the following items): 1) Review of the Project with the respective Operating Departments 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). 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). EXHIBIT "A" Pa e1of12 M: W OMEV2achellelGEMSlreatsl(W96 86999-Flour BIUH DrivelENibi1 A.doc 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 havingjurisdiction to approve design of the Project and permitting, environmental, historical, construction, and geotechnical issues; and meet with pertinent authorities. 7) Confer, discuss, and meet with City operating departments and Engineering Services staff to produce a cohesive, well-defined proposed scope of design, probable cost estimates and design alternatives. 8) Provide a letter stating that the A/E and Sub-consultant Engineers have checked and reviewed the design memorandum prior to submission. 9) Provide an analysis on project impacts towards "re-engineering" and effects on cost savings toward City operations, which this project will affect. City staff will provide one set only of the following information (as applicable): a. Record drawings, record information of existing facilities, and utilities (as available from City Engineering files). b. The preliminary budget, specifying the funds available for construction. c. Aerial photography for the Project area. d. Through separate contract, related GIS mapping for existing facilities. e. A copy of existing studies and plans. (as available from City Engineering files). f. Field location of existing city utilities. (A/E to coordinate with City Operating Department). g. Provide applicable Master Plans. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the 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) set of Construction Bid and Contract Documents for each phase (total of two (2)) 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 each phase, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. c. Provide assistance to identify testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under additional services). EXHIBIT "A" Pa e2of12 H~\HOME\RachsllelGENl9freels\8998 8 6499~FIOUr Bluff DrivelEzhibil A tloc d. Prepare final quantities and estimates of probable costs with the recommended construction schedule. The construction schedule will provide a phased approach to better track progress and payments. e. Furnish one (1) copy of the interim plans (plans only-identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected utilities. 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. • Owner permit requirements and status f. Assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. g. Provide one (1) copy of pre-final plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. Compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non-responding participants. h. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the interim, pre-final, and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The Consultant A/E and Sub-consultant A/E shall submit a letter declaring that all engineering disciplines of all phases ofthe submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. i. Provide a Traffic Control Plan with illumination, markings, striping, and signalization for review and approval by the City Traffic Engineering Department. j. Upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for reproduction (In City Format) and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. k. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. I. Prepare and submit monthly status reports by the fifth of each month with action items developed from monthly progress and review meetings. m. Provide a Storm Water Pollution Prevention Plan. EXHIBIT "A" Pa e3of12 11: WOMEIRechelle\GEMSIreeta16496 86499-Flour BIUB Orive\EZhibil0.tlx n. Coordinate with City Traffic Engineering and AEP for street light sleeve locations. A/E will provide conduit and pull box layout in design with spare conduit for MIS. AEP will design and install poles separately. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the Professional Services contract awarded. b. Provide the budget for the Project specifying the funds available for the construction contract. c. Provide electronic files of the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. 3. Bid Phase. The A/E will: a. Participate in the pre-bid conference and provide a recommended agenda for 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 or other revisions necessary to inform contractors of approved changes prior to bidding. d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the A/E's design phase estimate required above, the Engineer will, at its expense, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re- advertise that particular portion of the Project for bids. The City staff will: a. Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. b. Advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the 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. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Provide testing schedule and review field and laboratory tests. d. Provide interpretations and clarifications of the contract documents for the contractor and authorize required changes, which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. EXHIBIT "A" Pa e 4 of 12 H: WOME\Rachelle\GEN1Stree1s18498 88499-Flour 91uf(DfIVS\E%hlGll Atlac e. Make two visits per month to the site of the Project to confer with the City project inspector and contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. f. Prepare change orders as authorized by the City (coordinate with the City's construction division); provide interpretations and clarifications of the plans and specifications for the contractor and authorize minor changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. g. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. h. Review construction "red-line" drawings, prepare record drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or 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: Pennittina. Furnish the City all engineering data 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. TxDOT Permits/Amendments b. NPDES PermiUAmendments c. Texas Department of Licensing and Regulation (TDLR ) d. U.S. Army Corps of Engineers (USAGE) e. Any related issues with existing pipelines within right-of-way f. Texas Historical Commission (THC) 2. Riaht-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 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. A/E Consultant will be required to perform all necessary deed research. EXHIBIT "A" Pa e5of12 H:IHOME1Rathelle\GEMSlreetsW496 86499-Flour filutl OrivelE#iibit A.tlac 3. Toaoaraahic Survev. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points. Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyor' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the project area. 4. Environmentallssues a. Provide environmental site evaluations and Archeology Reports that are needed for the Project. b. 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. 5. Construction Observation Services. a. Provide a project representative (PR) to provide periodic construction inspection 1) 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. 2) The duties and responsibilities of the PR are described as follows: a) 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. b) 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. c) Liaison: 1. Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. 2. PR shall communicate with CITY with the knowledge of and under the direction of A/E d) Interpretation of Contract Documents: Report when clarifications and interpretations ofthe Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. e) Shop Drawings and Samples: 1. Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. 2. Record date of receipt of Samples and approved Shop Drawings. 3. Advise Contractor of the commencement of any portion ofthe Work requiring a Shop Drawing or Sample submittal forwhich PR believes that the submittal has not been approved. f) Review of Work and Rejection of Defective Work: EXHIBIT "A" Pa e6of12 H:ViOME\RachellelGENI6lreels\6096 86999-Flour BIWI OrivelEzhibil A.tloc 1. 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. 2. Report whenever PR believes that any part of Contractor's work in progress will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise City and 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. 3. 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. g) Records: 1. 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. 2. 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. h) Reports: 1. 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. 2. 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. 3. Provide project photo report on CD-ROM at the rate of a minimum of two photographs per day, including an adequate amount of photograph documentation of utility conflicts. i) Completion: 1. Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. 2. 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. 3. 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 underthe maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the EXHIBIT "A" Pa e7of12 H:\NOME\Rathelle\GEN\Stree1sW498 8 fi499-Flog BIuR Drive\Exhibit Adoc 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 (80) days prior to the end of the maintenance guaranty period. 7. Public Meeting. Participate in public meetings (two -one for each phase) to coordinate with the community and to obtain community support for each project to include all necessary exhibits as directed by the City. 8. Subsurface Utility Investigation Determine field location of existing utilities using Texas One-Call System (Coordinate with appropriate City Operating departments). Provide subsurface utility engineering in accordance with ASCE Standard "ASCE C-I, 38-02, Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data". The proposed subsurface utility investigation will be as follows: 1. Excavation -The survey scope includes working with a subsurface utility excavator to perform Quality Level A investigation of underground utilities in specified areas through the project limit. (Quality Level A 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. 2. Utility Location -The survey scope includes locating all utilities as directed by the A/E within project limits to Quality Level B including surveying visible above ground utility facilities, such as manholes, valve boxes, posts, etc., and correlating this information with existing utility records. 3. Stormwater -Stormwater 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. 4. Wastewater -Wastewater facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed location of accessible wastewater manholes except for critical locations which will require Quality Level A. 5. Water- Water facilities within the project limits will be located to Quality Level C expect for critical locations which will require Quality Level A. 6. 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. 7. Franchise Facilities -Coordinate with provider within the project limits to locate facilities to Quality Level A in selected critical areas. A/E will investigate areas of high probability of conflict with proposed improvements. 9. Offsite Drainage Facility. a. Incorporate design of an offsite ouffall for discharge of storm water as required from Phase 1 of the Flour Bluff Drive project. Design shall fully coordinate with preliminary, design, bid and construction phases of Phase I Flour Bluff Drive project. b. Design will evaluate hydraulic conditions of the entire contributing drainage basin to the ouffall channel assuming full development. Channel section shall be capable of transporting a 100 year storm flow within the acquired drainage easement. c. Update Drainage Master Plan panels as necessaryto incorporate new drainage patterns and facilities. EXHIBIT "A" Pa e8of12 H:\HOME1Rechelle\GEN\filreets\6996 86999-Flour BIuB OrivelExhibil A.tloc 2. SCHEDULE PROPOSED PROJECT SCHEDULE iPhase 1 inCllldinn Aff_Rifn rlsinsnn C~waa.\ DAY DATE ACTIVITY Tuesda Aril 28, 2009 Be in Prelimina Phase Frida Jul 10,2009 Submit Draft Desi n Memorandum Frida Jul 24, 2009 Cit Review Monda Au ust 24, 2009 Submit Final Desi n Memorandum Frida Se tember 4, 2009 Ci Review Frida Se tember 4, 2009 Be in Desi n Phase Monda December 7, 2009 Pre-Final Submittal Frida December 18, 2009 Ci Review Monda Janua 11, 2010 Final Submittal Monda 2 Feb. 1 & 8, 2010 Advertise for Bids Wednesday February 9, 2010 Pre-Bid Conference Wednesda Februa 24, 2010 Receive Bids Weekda Aril 2010 Be in Construction Weekda November 2010 Construction Com letion Note: Schedule assumes Phase 1 will be constructed first and a drainage outtall has been acquired, designed and is part of the Phase 1 construction contract. PROPOSED PROJECT SCHEDULE (Phase 21 DAY DATE ACTIVITY Tuesda Aril 28, 2009 Be in Prelimina Phase Frida Jul 10,2009 Submit Draft Desi n Memorandum Frida Jul 24, 2009 Ci Review Monda Au ust 24, 2009 Submit Final Desi n Memorandum Frida Se tember 4, 2009 Ci Review Frida Se tember 4, 2009 Be in Desi n Phase Monda March 22, 2010 Pre-Final Submittal Frida Aril 16, 2010 Ci Review Monda Ma 10, 2010 Final Submittal Monda 2 Ma 31 & June 7, 2010 Advertise for Bids Thursda June 10, 2010 Pre-Bid Conference Wednesda June 23, 2010 Receive Bids Weekda Au ust 2010 Be in Construction Weekda March 2011 Construction Com letion EXHIBIT "A" Pa e9of12 H:IHDMEIRachelle\GEN\Slreels16496 86499-Flour filuH Drive\Exhibil A.doc 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 inresponse 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: Flour Bluff Drive. Phase 7 from SPID to Graham IProieet No. 64991 Street S orm Water Wa r Wastewater Gas Total Basic Services 1 Prelimine Phase $65,910.00 $15,210.00 $18252.00 $0.00 $2,028.00 $101400.00 2 Desi n Phase 109 850.00 25,350.00 30,420.00 0.00 3,380.00 169,000.00 3 Bltl Phase 10,885.00 2,535.00 3,042.00 0.00 338.00 16 900.00 4 Construction Phase 32 955.00 7,605.00 9,126.00 0.00 1,014.00 50,700.00 Subtotal Basic Services 219,700.00 50,700.00 60,840.00 0.00 8,780.00 338,000.00 Additional Services 1 Pemit Preparation (Authorized) TXDOT NPDES PermlUAmentlmenis Texas Depanment of Licensing & Reg. U.S. Anny Corps of Engineers Related Issues with Existing Pipelines within ROW Texas Historical Commission Subtotal Permit Pre amtion 1,950.00 1,625.00 975.00 13,000.00 1,950.00 1,825.00 21,125.00 450.00 375.00 225.00 3,000.00 450.00 375.00 4,875.00 540.00 450.00 270.00 3,800.00 540.00 450.00 5,850.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 60.00 50.00 30.00 400.00 60.00 50.00 850.00 3,000.00 2,500.00 1,500.00 20,000.00 3,000.00 2,500.00 32,500.00 2 ROW A uisition Surve 9,750.00 2,250.00 2,700.00 0.00 300.00 15,000.00 3 To o re hic Surve Authorized 18,250.00 3,750.00 4,500.00 0.00 500.00 25,000.00 4 Environmental Issues 1,950.00 450.00 540.00 0.00 80.00 3,000.00 5 Construction Observation Services (based on B months) 81,250.00 18,750.00 22,500.00 0.00 2,500.00 125,000.00 6 Warren Phase 1,300.00 300.00 380.00 0.00 40.00 2,000.00 7 Public MeeBn (Authorized 1,950.00 450.00 540.00 0.00 60.00 3,000.00 8 Subsurface Utility Engineering Report (Authorized) 13,000.00 3,000.00 3,600.00 0.00 400.00 20,000.00 9 Offsite Dreinage Facili 50,700.00 11,700.00 14,040.00 0.00 1,560.00 78,000.00 Subtotal Additional Services 197,275.00 45,525.00 54,630.00 0.00 6,070.00 303,500.00 Total Phase 1 416,975.00 96,225.00 115,470.00 0.00 12,830.00 841,500.00 EXHIBIT "A" Pa e10of12 H:\HOME\Radrelle\GEN1Streets1849a 86499-Flour Blue Drive\EZhibil A.OOc wur own onus, roses z rrom oranam co uon ramao P ro ect No. 6489 Street Storm Water Water Wastewater Gas Total Basic S ervices 1 Prelimina Phase 82,250.00 17,430.00 19,920.00 22,410.00 2,490.00 124,500.00 2 Desi n Phase 103,750.00 29,050.00 33,200.00 37,350.00 4,150.00 207,500.00 3 Bid Phase 10,375.00 2,905.00 3,320.00 3,735.00 415.00 20,750.00 4 onsWCBOn Phase 31,125.00 8,715.00 9,960.00 11,205.00 1,245.00 62,250.00 Subtota l Basic Services 207,500.00 58,100.00 88,400.00 74 700.00 8,300.00 415 000.00 Additio nal Services 1 Pemit Preparation (Authorized) TXDOT 0.00 0.00 0.00 0.00 0.00 0.00 NPDES PeoniUAmendmenls 1,250.00 350.00 400.00 450.00 50.00 2,500.00 Texas Department of Licensing 8 Reg. 750.00 210.00 240.00 270.00 30.00 1,500.00 U.S. Army Corps of Engineers 10,000.00 2,800.00 3,200.00 3,800.00 400.00 20,000.00 Related Issues with Existing Pipelines within ROW 1,500.00 420.00 480.00 540.00 80.00 3,000.00 Texas Histodcal Commission 0.00 0.00 0.00 0.00 0.00 0.00 Subtotal Permit Pre aretion 13,500.00 3,780.00 4,320.00 4,860.00 540.00 27,000.00 2 ROW Ac uisNion Surve 0.00 0.00 0.00 0.00 0.00 0.00 3 To re hic Surve Authodzed 10,000.00 2,800.00 3,200.00 3,600.00 400.00 20,000.00 4 Environmental Issues 1,500.00 420.00 480.00 540.00 60.00 3,000.00 5 Constmc9on Observation Services (based on 8 months) 62,500.00 17,500.00 20,000.00 22,500.00 2,500.00 125,000.00 6 Warren Phase 1,000.00 280.00 320.00 360.00 40.00 2,000.00 7 Public Meelin Authorized 1,500.00 420.00 480.00 540.00 60.00 3,000.00 Subsurtace Utility Engineering Report 8 (Authorized) 10,000.00 2,800.00 3,200.00 3,600.00 400.00 20,000.00 9 Offsite Drains a Faclli 0.00 0.00 0.00 0.00 0.00 0.00 Subtota l Additional Services 100,000.00 28,000.00 32,000.00 36,000.00 4,000.00 200,000.00 Total Ph ase 2 307,500.00 86,100.00 98,400.00 110,700.00 12,300.00 815,000.00 EXHIBIT "A" Pa e11of12 H:IHOMEUlechelle\GEN\S\raels\8498 88499-Flour 61uff OrivelExhibil Atloc Combined Total Street S orm Wa r Water Wastewa er Gas T I Basic Services 1 Prelimina Phase 126160 .00 32,640 .00 38,172.00 22,410 .00 4518 .00 225,900 .00 2 Desi n Phase 213 600 .00 54 400 .00 83 620.00 37,350 .00 7,530 .00 376,500 .00 3 Bid Phase 21 360 .00 5,440 .00 6,362.00 3,735 .00 753 .00 37,650 .00 4 Construction Phase 64080 .00 16,320 .00 18,086.00 11,205 .00 2259 .00 112,950 .00 Subtotai Basic Services 427,200 .00 106,800 .00 127 240.00 74 700 .00 15,060 .00 753 000 .00 Additio nal Services 1 Pemit Preparation TXDOT 1,950. 00 450 .00 540.00 0. 00 60. 00 3,000 .00 NPDES PermiVAmendments 2,875. 00 725 .00 850.00 450. 00 100. 00 5,000 .00 Texas Department of Licensing & Reg. 1,725. 00 435. 00 510.00 270. 00 60. 00 3,000 .00 U.S. Army Corps of Engineers 23,000. 00 5,800. 00 6,800.00 3,600. 00 800. 00 40,000 .00 Related Issues with Existing Pipelines within ROW 3,450. 00 870. 00 1,020.00 540. 00 120. 00 6,000 .00 Texas Histodcal Commission 7,625. 00 375. 00 450.00 0. 00 50. 00 2,500 .00 Subtotal Permit Pre ara8on 34,825. 00 8 655. 00 10,170.00 4,880. 00 1 190. 00 59,500 .00 2 ROW uisi5on Surve 9,750. 00 2 250. 00 2 700.00 0. 00 300. 00 15,000 .00 3 To ra hic Surve Authodzed 26 250. 00 6,550. 00 7,700.00 3,800. 00 900. 00 45,000 .00 4 Environmental Issues 3,450. 00 870. 00 1,020.00 540. 00 120. 00 6,000. 00 5 ConsWUNion Observation Services (based on 8 months 143,750. 00 36,250. 00 42,500.00 22,500. 00 5,000. 00 250,000. 00 6 Warren Phase 2,300. 00 580. 00 680.00 360. 00 80. 00 4,000. 00 7 Public Meetin Authorized 3,450. 00 870. 00 1 020.00 540. 00 120. 00 6,000. 00 Subsurface U81ity Engineering Report 6 (Authorized) 23,000. 00 5,800. 00 6,800.00 3,600. 00 800. 00 40,000. 00 9 Offsite Drains a Facility 50,700. 00 11,700. 00 14,040.00 0. 00 1,560. 00 78,000. 00 Subtota l Additional Services 297,275. 00 73,525. 00 86,630.00 36,000. 00 10,070. 00 503,500. 00 Total Authorized Fee for Phase 1 and Phase 2 5724,475. 00 5182,325. 00 5213,870.00 5110,700. 00 525,130. 00 51,256,500. 00 The estimated cost of construction for Flour Bluff Drive, Phase 1 from S.P.I.D. to Graham and Phase 2 from Graham to Don Patricio is $10,415,000. The basic services fee for both phases of the project is $753,000. Therefore, the percentage of basic engineering services cost to construction cost is 7.98%. EXHIBIT "A" Pa e12of12 H: WOMEViaNrellelGEMSUeats18496 &6499-Flour 91uH DrivelExhibit A.tloc EXHIBIT A-1 TASK LIST FLOUR BLUFF DRIVE PHASE 1 -SOUTH PADRE ISLAND DRIVE TO GRAHAM (PROJECT N0.6498) PHASE 2 -GRAHAM TO DON PATRICIO (PROJECT NO. 6499) A. BASIC SERVICES 1. Preliminary Phase (Phase 1 and 2) A. Scope of Soil Investigations B. Staff Meetings -Attend and participate in one (1) project start meeting and four (4) Planning meetings with City staff to discuss planning and conceptual design. Gather information and perform close coordination with Department staff. C. Design Memorandum C1. Review Project with Operating Departments (Water, Wastewater, Storm Water, and Gas Departments) C2. Review & Investigation of Available Records C3. Identify Results of Site Field Investigation Recommend necessary survey work to evaluate existing conditions. The recommendation will include the location of public and rivate utilities, structures, right-of-way (ROW) boundaries and critical elevations for adjacent structures and obtain easement information. Perform field investigation as required to define specific areas of demolition and new work, equipment, locations, tie-in point, and other applicable parameters required to complete the items as shown on this Task List. C4. Provide Presentation of Pertinent Factors C5. Advise of Environmental Site Evaluations and Archeology Reports C6. Identify and Analyze Requirements of Governmental Authorities C7. Confer, Discuss, and Meet with City Operating Departments C8. Provide a Letter Stating that A/E and Sub-Consultant Engineers have checked and Reviewed Design Memorandum prior to Submission C9. Provide an analysis of project impacts. 2. Design Phase 2.1 Phase 1 A. Study, Verify, and Implement Design Memorandum Recommendations B. Prepare Construction Bid and Contract Documents (1 Set)(60%) N:IHOME1Rechelle\GEM6lreets16496 86499-Flour 61uf( Drive\E~hibit A-1.tloc EXHIBIT "A-1" Pa e 1 of 9 Develop a preliminary construction schedule and sequencing plan that includes all the items as shown on this Task List. This schedule will include procurement, construction, testing, coordination, and provision for minimum interruption of services and construction schedules with planned Capital Improvement Program (CIP)funding. C. Preliminary Plan Sheets 1 Cover Sheet 2 Project Location Map 3 Index of Sheets General Notes and Testing Schedule 4-6 Existing Typical Sections Proposed Typical Sections Basis of Estimate and Specification Data Legend -Estimated Quantities Sequence of Work 7-15 Traffic Control Plan 16-28 Work Zone Traffic Standards 29-32 Traffic Control Plan Standards 33-35 Control Layout and Benchmark Information 36-42 Roadway Plan & Profiles 43-49 Utility Plan & Profiles 50-56 Offsite Channel Profiles Waterline and Wastewater Line Laterals and 57-59 Details 60-61 Intersection Details 62-63 Residential Driveway Details and Summary Commercial Driveway Details and Summary Sidewalk Ramp Details 64 Pedestrian Facilities Standards 65 Miscellaneous Details 66 Overall Drainage Area Map 67-68 Storm Water Drainage Area Map 69-70 Storm Water Schematic 71 Hydraulic Computations 72-78 Storm Water Plan & Profiles 79 Storm Water Laterals 80 Curb Inlet Standards Manhole Standard 81-82 Single Cast-In-Place Box Culvert Standards 83-84 Single Precast Box Culvert Standards 85-86 Lighting and Conduit Layout Lighting and Conduit Details 87-92 Striping and Sign Layout 93-95 Regulatory Sign Standards 96-97 Sign Mounting Detail Standards 98-100 Pavement Marking Standards 101-102 SW3P Layout 103-104 Erosion Control Standards H:\HOME1RachellelGEMSireets\6496 86999-Flour Bluff Drive\ExhiOit A-1.tloc EXHIBIT "A-1" Pa e2of9 D. Provide Assistance for Identification, Testing, Handling, and Disposal of Hazardous Materials 2.2 E. Prepare Final Quantities and Estimates of Probable Costs F. Provide Pre-Final Plans and Bid Documents (100%) G. Assimilate All Review Comments, Modifications, Additions/Deletions and Proceed to Next Phase, Upon Notice to Proceed from the City Engineer H. Provide Quality Assurance/Quality Control I. Prepare Traffic Control including Traffic Plan in accordance with Texas M. PT.C.D. J. Upon Approval, Provide One (1) Set Final Plans and Contract Documents and Provide One (1) Electronic Copy K. Submit Monthly Status Report L. Provide a Storm Water Pollution Prevention Plan M. Coordinate with City Traffic Engineering and AEP for street light sleeve locations. A/E will provide conduit and pull box layout in design with spare conduit for MIS. AEP will design and install poles separately. Phase 2 A. Study, Verify, and Implement Design Memorandum Recommendations B. Prepare Construction Bid and Contract Documents (1 Set)(60%) Develop a preliminary construction schedule and sequencing plan that includes all the items as shown on this Task List. This schedule will include procurement, construction, testing, coordination, and provision for minimum interruption of services and construction schedules with planned Capital Improvement Program (CIP)funding. C. Preliminary Plan Sheets 1 Cover Sheet 2 Project Location Map 3 Index of Sheets General Notes and Testing Schedule 4-6 Existing Typical Sections Proposed Typical Sections Basis of Estimate and Specification Data Legend -Estimated Quantities Sequence of Work 7-15 Traffic Control Plan 16-28 Work Zone Traffic Standards 29-32 Traffic Cohtrol Plan Standards 33-35 Control Layout and Benchmark Information 36-42 Roadway Plan & Profiles 43-49 Utility Plan & Profiles Waterline and Wastewater Line Laterals and 50-52 Details H \HOME\Rechelle\GEN1SIraeIS16496 8 6499-Flour BIuH Drive\Exhibil A-0.tlw EXHIBIT "A-7" Pa e3of9 53-54 Intersection Details 55-56 Residential Driveway Details and Summary Commercial Driveway Details and Summary Sidewalk Ramp Details 57 Pedestrian Facilities Standards 58 Miscellaneous Details 59 Overall Drainage Area Map 60-61 Storm Water Drainage Area Map 62-63 Storm Water Schematic Hydraulic Computations 64-70 Storm Water Plan & Profiles 71 Storm Water Laterals 72 Curb Inlet Standards Manhole Standard 73-74 Single Cast-In-Place Box Culvert Standards 75-76 Single Precast Box Culvert Standards 77-84 Wastewater Plan and Profile 85-87 Wastewater Lateral Profiles 88-92 Wastewater Standard Sheets 91 Details 92-93 Lighting and Conduit Layout Lighting and Conduit Details 94-100 Striping and Sign Layout 101-103 Regulatory Sign Standards 104-105 Sign Mounting Detail Standards 106-107 Pavement Marking Standards 108-109 SW3P Layout 110-111 Erosion Control Standards D. Provide Assistance for Identification, Testing, Handling, and Disposal of Hazardous Materials E. Prepare Final Quantities and Estimates of Probable Costs F. Provide Pre-Final Plans and Bid Documents (100%) G. Assimilate All Review Comments, Modifications, Additions/Deletions and Proceed to Next Phase, Upon Notice to Proceed from the City Engineer H. Provide Quality Assurance/Quality Control I. Preppare Traffic Control including Traffic Plan in accordance with Texas M.U.T.C.D. J. Upon Approval, Provide One (1) Set Final Plans and Contract Documents and Provide One (1) Electronic Copy K. Submit Monthly Status Reports L. Provide a Storm Water Pollution Prevention Plan. Prepare and submit NOI and the City shall sign permit. M. Coordinate with City Traffic Engineering and AEP for street light sleeve locations. A/E will provide conduit and pull box layout in design with spare conduit for MIS. AEP will design and install poles separately. H 1HOMEV2aUelle\GEN\6ireete1648B 86999-Flog filuH DrivelExhibit A-i.tloc EXHIBIT "A-1" Pa e4of9 3. Bid Phase 3.1 Phase 1 A. Participate in Pre-Bid Conference and Provide Recommended Agenda B. Assist City in Solicitation of Bids C. Review All Pre-Bid Questions and Submissions D. Attend Bid Opening E. Make Revisions to Bid Documents as needed F. Provide Letter to City Engineer on giving A/E's Recommendation to whom to Award the Project 3.2 Phase 2 A. Participate in Pre-Bid Conference and Provide Recommended Agenda B. Assist City in Solicitation of Bids C. Review All Pre-Bid Questions and Submissions D. Attend Bid Opening E. Make Revisions to Bid Documents as needed F. Provide Letter to City Engineer on giving A/E's Recommendation to whom to Award the Project 4. Construction Phase 4.1 Phase 1 A. Participate in Pre-Construction Meeting B. Review Shop and Working Drawings C. Provide Testing Schedule and Review Field and Laboratory Tests D. Provide Interpretations and Clarifications of Contract Documents E. Regular Visits to Site of Project (two per month) F. Prepare Change Orders as authorized by City G. Make Final Inspection with City staff H. Review and Assure Compliance with Plans and Specifications I. Review Construction "Red-Line" Drawings, Prepare Record Drawings J. Review and Prepare Monthly Construction Pay Estimates 4.2 Phase 2 A. Participate in Pre-Construction Meeting EXHIBIT "A-1" Pa e5of9 H:\HOME\Rachelle\GEN1SVee\s15998 8 8494FIOUr 611M Orive\Exhibil A-1.tlac B. Review Shop and Working Drawings C. Provide Testing Schedule and Review Field and Laboratory Tests D. Provide Interpretations and Clarifications of Contract Documents E. Regular Visits to Site of Project (two per month) F. Prepare Change Orders as authorized by City G. Make Final Inspection with City staff H. Review and Assure Compliance with Plans and Specifications I. Review Construction "Red-Line" Drawings, Prepare Record Drawings J. Review and Prepare Monthly Construction Pay Estimates B. ADDITIONAL SERVICES 1. Phase 1 1.1 Permitting A. TxDOT Permits/Coordination: Coordinate desiggn construction with ties and local to Texas Department of Transportation (TxDOT) maintained roadways. B. NPDES Permit: Prepare NPDES Permit and include with specifications. Contractor shall be responsible for submission of the document to the appropriate authorities. C. Texas Department of Licensing & Regulation: A/E will pay all fees and coordinate with a local Registered Accessibility Specialist. D. U.S. Army Corp of Engineers (USAGE) E. Any Related Issues with Existing Pipelines within Right of Way (ROW): Provide coordination as required to facilitate relocation or abandonment of existing pipelines located within street right-of-way. F. Texas Historical Commission: Review offsite channel route for conflicts with existing and found historically significant sites. Provide Archeological Survey of proposed offsite channel route. 1.2 Right of Way (ROW) Acquisition Survey 1.3 Topographic Survey A. Provide limited additional design surveys. B. Provide limited construction verification surveys. 1.4 Environmentallssues 1.5 Construction Observation Services 1.6 Warranty Phase 1.7 Public Meeting EXHIBIT "A-1" Pa e6of9 M:IHOME\Rachelle\GEMSlreets\G498 8 8499-Flour BIuH Driva\EzhiBil A~1.OOc Participate in public meetings (two -one for each phase) to coordinate with the community and to obtain community support for each project to include all necessary exhibits as directed by the City. 1.8 Subsurface Utility Investigation Determine field location of existing utilities using Texas One-Call System (Coordinate with appropriate City Operating Departments). Provide subsurface utility engineering in accordance with ASCE Standard "ASCE C-I, 38-02, Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data". The proposed subsurface utility investigation will be as follows: 1. Excavation -The survey scope includes working with a subsurface utility excavator to perform Quality Level A investigation of underground utilities in specified areas through the project limit using vacuum excavation. (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. 2. Utility Location -The survey scope includes locating certain utilities to Quality Level B (Quality Level B involves surveying visible above ground utility facilities, such as manholes, valve boxes, posts, etc., and correlating this information with existing utility records.) These utilities will be located by obtaining aOne-Call Notice and measuring the marked locations. 3. 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 limits. 4. Wastewater -Wastewater facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible wastewater manholes except for critical locations which will require Quality Level A. 5. Water -Water facilities within the project limits will be located to Quality Level C except for critical locations which will require Quality Level A. 6. 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. 7. Franchise Facilities -Coordinate with provider within the project limits to locate facilities to Quality Level A in critical areas. A/E will investigate areas of high probability of conflict with proposed improvements. 1.9 Offsite Drainage Facility a. Incorporate design of an offsite ouffall for discharge of storm water as required from Phase 1 of the Flour Bluff Drive project. Design shall fully coordinate with preliminary, design, bid and construction phases of Phase I Flour Bluff Drive project. b. Design will evaluate hydraulic conditions ofthe entire contributing drainage basin to the outtall channel assuming full development. Channel section shall be capable of transporting a 100 year storm flow within the acquired drainage easement. c. Update Drainage Master Plan panels as necessary to incorporate new drainage patterns and facilities. 2. Phase 2 2.1 Permitting H'1HDMEUiechellelGEMStreets16996 8 69 99-Flour Dluf( DrivelExhibit A-i.Eac EXHIBIT "A-1" Pa e7of9 A. NPDES Permit: Prepare NPDES Permit and include with specifications. Contractor shall be responsible for submission of the document to the appropriate authorities. B. Texas Department of Licensing & Regulation: A/E will pay all fees and coordinate with a local Registered Accessibility Specialist. C. U.S. Army Corps of Engineers (USAGE) D. Any Related Issues with Existing Pipelines within Right of Way (ROW): Provide coordination as required to facilitate relocation or abandonment of existing pipelines located within street right-of-way. 2.2 Topographic Survey A. Provide limited additional design surveys. B. Provide limited construction verification surveys. 2.3 Environmentallssues 2.4 Construction Observation Services 2.5 Warranty Phase 2.6 Public Meeting Participate in public meeting (two -one for each phase) to coordinate with the community and to obtain community support for each project to include all necessary exhibits as directed by the City. 2.7 Subsurface Utility Investigation Determine field location of existing utilities using Texas One-Call System (Coordinate with appropriate City Operating Departments). Provide subsurface utility engineering in accordance with ASCE Standard "ASCE C-I, 38-02, Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data". The proposed subsurface utility investigation will be as follows: 1. Excavation -The survey scope includes working with a subsurface utility excavator to perform Quality Level A investigation of underground utilities in specified areas through the project limit using vacuum excavation. (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. 2. Utility Location -The survey scope includes locating certain utilities to Quality Level B (Quality Level B involves surveying visible above ground utility facilities, such as manholes, valve boxes, posts, etc., and correlating this information with existing utility records.) These utilities will be located by obtaining aOne-Call Notice and measuring the marked locations. 3. 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 limits. 4. Wastewater- Wastewater facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible wastewater manholes except for critical locations which will require Quality Level A. H:WOME\Rathelle\GEMStreals16498 86499-Flwr Bluf( Drive\Etltibit A-0.tloc EXHIBIT "A-1" Pa e8of9 5. Water -Water facilities within the project limits will be located to Quality Level C except for critical locations which will require Quality Level A. 6. 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. 7. Franchise Facilities -Coordinate with provider within the project limits to locate facilities to Quality Level A in critical areas. A/E will investigate areas of high probability of conflict with proposed improvements. EXHIBIT "A-1" Pa e9of9 H:\HOME\RaWelle\GEN\Slreets1849686499-Flour BIuB Drive\EZhibit A-1.tloc EXHIBIT B MANDATORY INSURANCE REQUIRMENTS (Revised September 2001) 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 subconsuitant 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 WORKERS' COMPENSATION WHICH COMPLIES WITH THE TEXAS WORKERS= 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 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. H:\HOME\Reehelle\GEH\Fame\LARGE AE (12-04~LLARGE AE EXHIBIT B-Urten.AOc EXHIBIT "B" Insurance Requirements Pa e1of2 II. HOLD HARMLESS A. To the extent permitted by law, Consultant agrees to indemnify, save harmless and defend the City of Corpus Christi, and its officers, 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 reasonable 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, to the extent caused by Consultant's negligent pertormance of services 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 officers, agents, servants, or employees, or any other person indemnified hereunder. B. The Consultant shall obtain workers' compensation insurance coverage through a licensed insurance company or through self-insurance obtained in accordance with Texas law. If such coverage is obtained through a licensed insurance company, then the contract for coverage shall be written on a policy and endorsements approved by the Texas State Board of Insurance. If such coverage is provided through self-insurance, then within ten (10) calendar days after the date the City requests that the Consultant sign the contract documents, the Consultant shall provide the City with a copy of its certificate of authority to self-insure its workers' compensation coverage, as well as a letter, signed by the Consultant, stating that the certificate of authority to self-insure remains in effect and is not the subject of any revocation proceeding then pending before the Texas Workers' Compensation Commission. Further, if at any time before final acceptance of the Work by the City, such certificate of authority to self-insure is revoked or is made the subject of any proceeding which could result in revocation of the certificate, then the Consultant shall immediately provide written notice of such facts to the City, by certified mail, return receipt requested directed to: City of Corpus Christi, Department of Engineering Services, P. O. Box 9277, Corpus Christi, Texas 78469 -Attention: Contract Administrator. Whether workers' compensation insurance coverage is provided through a licensed insurance company or through self-insurance, the coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Consultant will be promptly met. 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 "endeavor to" and the wording after "left". If the cancellation clause is not amended in the ACORD form, then endorsements shall be submitted. • The name of the project also needs to be listed under "description of operations". • At least 70-day written notice of change or cancellation will be required. IV. A completed Disclosure of Interest must be submitted with your proposal. )72-04)LLARGE AE E%HIBIT B-Urban.tlac EXHIBIT "B" Insurance Requirements Pa e2of2 City of COI'))US CITY OF CORPUS CHRISTI ~~ Cj1TISt1 DISCLOSURE OF INTERESTS 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 Enaineerino 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. 7. 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 provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Eu ene C. an Jr. E Title: Authorized~/Representative Signature of Certifying Person: Date: a'/ •~Z• EXHIBIT "C" Pa e 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, Point 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 Depu~City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the Ci 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" Pa e2of2 d d v o a c U °~' O j ~ C N ~ 7 V O_ ._ •~ ~ ~ C a - 7 V O ' ~ > Q c W +-' V Z ~ N O U W N r ~ ° ~ K ° ~ N a z z ° ' ° ~ d. z ~ ~ ~ ~ ~a ~` a a r V Z D Q V L C O V d V .Z y v .~ m 0 O 00 r 0 O X o O 0 O O 0 O O ~O O O N o O 0 0 O 0 0 O 0 0 O 0 0 O 0 0 O ~ 0 O M 0 O r 0 O N O O 0 0 0 O O O Q Q Q O 0 0 O o ° ° m ~ ~ ° ~ ~ ~ H H ~ o - f r r N N M fR fA fR ER O O 0 0 0 ~ O O ~ ~ ~ ~ O O O O ~ ~ ~ to H H H r r r r K3 fR EA fA O 0 0 0 0 O O Q ~ 0 fR 0 0 O ~ O ~ m to ~ ~ ~ ~ ~ ~ ~ N r ~ 0 0 0 0 0 0 o n p p p n o n n O O I!1 O O O N N a N C O N < m m m n N n O O n N O r O F„ F F ~ M M r r a ~ r ~ ~ fR M ~ 0 O ~ 0 ~ ~ O N O D D N ~ N n 9 b l N O N CO ~ ~ ~ CO N (O 00 r r r r r r N ER fA fA EA 0 O O O ~ N O ~ ~ ~ O N N ~ 0 N O O r ~ ~ ~ r O r r r r ~ r r ~ N t» F» <n ~ O O O O O 0 0 0 ~ ~ ~ O 0 0 0 m m O O N ~ O O ~ O 0 0 0 r N N N N ~ N ~ EA ~ ffT EA N N U N ~ N N U N U W LL L ~ N ~ > ~ N d U t ` 7 '~ -_ LL N Z y d C N N Z U ~ U ~ Z' t a~ ° m ~o rn a c a m Q Z ii ~ ~ m ` O c rn~ R ( p ~~ a ~ o :.. ~ m ~ c~ Q p ;o o ~ ~ p rn N ~ ~ ~ ~ ~ 3 ~ :r ~ O ~ N ~ O 7 C N ~ N ~ U ~ N ' O ~ o m U <n Q a ~ S aO cn cn m m ¢ ~ ~~'-o UJ , W o U H O N m r U d W = rn~ mWao a ~' ~ ~ Q_ N g (7 Z K W W Z_ U' Z W O LL FQ- K 2 O U