Loading...
HomeMy WebLinkAboutC2009-202 - 5/26/2009 - 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 Freese and Nichols, tnc., a Texas corporation, 5402 S. Staples Street, Suite 208, Corpus Christi, Nueces County, Texas 78411, (Architect/Engineer - A/E), hereby agree as follows: 1. SCOPE OF PROJECT Vehicle Impound Facility, Phase 1 (#5249) The current police vehicle impound lot (5 acres) is too small for the current number of tows initiated by patrol. Numerous abandoned vehicles remain on the streets as there is no available room for impoundment. Since the City Council decided to begin towing vehicles involved in accidents with no insurance, the number of tows will double (based on other cities' experience). Anew impound facility should be 15 acres centrally located, paved, fenced, lighted, with perimeter security fence, access gates, prefab modular administration building (2000 SF), carport for drop offs, and a forensics building (3000 SF -garage type) for investigative work on vehicles and a holding area for vehicles involved in crime scenes. The acreage will provide for an auction staging area as well as future expansion. 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. 2009-202 M2009-144 05/26/09 Contract for Engineering (AlE) Services Page 1 of 4 Last Revision: Dec 2004 Freese and Nichols 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 maybe 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 require an additional fee. 4. MANDATORY REQUIREMENTS A/E agrees to the mandatory contract and insurance requirements as set forth in Exhibit ..8,. 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). Contract for Engineering (AIE) Services Page 2 of 4 Last Revision: Dec 2004 8. ASSIGNABILITY The A/E will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the A/E staff. If the A/E is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the A/E fee may be assigned in advance of receipt by the A/E without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. 9. OWNERSHIP OF DOCUMENTS All documents including contract documents (plans and specifications), record drawings, contractor's field data, and submittal data will be the sole property of the City, and may not be used again bythe 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. 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". Contract for Engineering (AIE) Services Page 3 of 4 last Revision: Dec 2004 CITY OF CORPUS CHRISTI ay 071 ~~~ ~ ~ ~ z y.~ Oscar Martinez, Date Assistant City Manager RECOMMENDED BY 6E~ ~~ ~/~J .,~_y~ Pete Anaya, P.E., Date i ~ ` Director of Engineering Services ATTEST ~j. - ~ ~~ Armando Chapa, City Secretary APPROVED AS TO FORM i3y d°-v~ 5 ~ t4 ,~ 5 City Attorn Date FREESE ID NICHOLS, INC. BY ~•4 ~ Ron Guzman, PE Date Associate 5402 S. Staples St., Suite 208 Corpus Christi, TX 78411 (361) 561-6500 Office (361)561-6501 Fax ~.1.ppL~~.1..- AUTMURIIFA >n COUNCIL..LL..~.~.;2~P. ~R SECRETARI' ~~ Contract for Engineering (A/E) Services Page 4 of 4 Last Revision: Dec 2004 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS VEHICLE IMPOUND FACILITY, PHASE 1 (#5249) 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: NOT APPLICABLE 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 a minimum of three (3) formal meetings with City staff, provide agenda and purpose for each formal meeting, and 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 on Environmental Quality (TCEQ)) as required to satisfactorily complete the Project. 1) Advise of environmental site evaluations and archeology reports that are needed for the Project (environmental issues and archeological services to be an Additional Service). 2) 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. 3) Confer, discuss, and meet with City Operating Department(s) and Engineering Services staff to produce a cohesive, well-defined proposed scope of design, probable cost estimate(s) and design alternatives. d. Field location of existing utilities using Texas One-Call system (coordinate with appropriate City Operating Departments). 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. VEHICLE IMPOUND FACILITY EXHIBIT "A" PHASE 1 Page 1 of 11 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 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 recommendations from initial investigation 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 in City format (using City Standards as applicable) for each phase, including Contract agreement forms, general provisions and special provisions, notice to bidders, insurance requirements, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, one bid for 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 identify testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under Additional Services). d. Prepare final quantities and estimates of probable costs 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 pre-final plans (plans only-identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. Required with the pre-final 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. VEHICLE IMPOUND FACILITY EXHIBIT "A" PHASE 1 Page 2 of 11 • Specific requirements of the City • Standard specifications • Non-standard specifications • Any unique requirements • Cost, alternatives, etc. • Owner permit requirements and status f. Assimilate all pertinent review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. g. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the 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 prior to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. h. If required, provide traffic controls including a Traffic Control Plan, illumination, markings and striping, for review and approval by the City Traffic Engineering Department and the Texas Department of Transportation. i. Upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for reproduction (in City Format) and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. j. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. k. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. I. Provide a Storm Water Pollution Prevention Plan. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the design phase. 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, general and special provisions, and forms for required bid documents. 3. Bid Phase. The A/E will: VEHICLE IMPOUND FACILITY EXHIBIT "A" PHASE 7 Page 3 of 11 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 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. Review field and laboratory test reports. 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. e. Make monthly visits to the site of the Project to confer with the City Project inspector and contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the VEHICLE IMPOUND FACILITY EXHIBIT "A" PHASE 1 Page 4 of 11 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). g. Make final inspection with City staff and provide the City with a Certificate of Completion for the Project. h. As applicable, review and assure compliance with plans and specifications, the preparation of operating and maintenance manuals (by the Contractor) for all equipment installed on this Project. These manuals will be in a "multimedia format" suitable for viewing with Microsoft's Internet Explorer, version 3.0. As a minimum the Introduction, Table of Contents, and Index will be in HTML (HyperText Markup Language) format, with HyperText links to the other parts of the manual. The remainder of the manual can be scanned images or a mixture of scanned images and text. use the common formats for scanned images - GIF, 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. i. 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. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction phase. b. Prepare applications/estimates for payments to contractor. c. 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. Permitting. Furnish the City all engineering data and documentation necessary for all required permits. The A/E will prepare this documentation for all required VEHICLE IMPOUND FACILITY EXHIBIT "A" PHASE 1 Page 5 of 11 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. Texas Department of Transportation (TxDOT) Permits/Amendments 1. Traffic Control Plan permit submission and participation in District Safety Traffic review process b. Texas Department of Licensing and Regulation 1. ADA/TAS Compliance permit c. Texas Commission on Environmental Quality (TCEO) 1. TPDES Notice of Intent/Notice of Termination 2. Authorization to Disturb Landfill Cover Over a Closed Landfill in Accordance with §330.966. The authorization will include the following: Engineers Certification as outlined in §330.957(b) • Existing Conditions Summary as set forth in §330.957(c) • Description of Project and Landfill • Description of Construction and Investigation Process including schedule and safety issues • Procedures for management of water, methane and excavated material • Maps and Drawings including a Location map and Site Layout • Sealed Construction Plans for the Project 3. Freese and Nichols will conduct a geotechnical investigation to determine the extent of landfill as well as the characteristics of the landfill cap. This information will be used to develop the information listed above as well as the construction plans. 4. Freese and Nichols will coordinate with the TCEO prior to and after submittal of the authorization request to obtain approval for the field investigation authorization and the proposed construction. 2. Boundary Survey/ Platting. (TBD) The A/E will review existing ROW and easements to ascertain any conflicts and provide field ROW surveys and submit ROW plats and descriptions for the City's use in the acquisition process. All work must comply with Category 1-A, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with all TxDOT requirements as applicable. A/E Consultant will be required to perform all necessary deed research. VEHICLE IMPOUND FACILITY PHASE 1 EXHIBIT "A" Page 6 of 11 3. Topographic Survey. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required for the aerial mapping of the Project area -aerial photography to be provided by City). Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the Project area. 4. Environmentallssues. (TBD) Provide investigation and report required to disturb the existing cover for the solid waste landfill. 5. Construction Observation Services. Provide a Project Representative (PR) to provide full time construction inspection. 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: i. Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. ii. 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 of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. 5) Shop Drawings and Samples: i. Receive Samples, which are furnished at the site by Contractor, and notify of availability of Samples for examination. VEHICLE IMPOUND FACILITY EXHIBIT "A" PHASE 1 Page 7 of 11 ii. Record date of receipt of Samples and approved Shop Drawings. iii. 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. 6) Review of Work and Rejection of Defective Work: i. 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. ii. 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. iii. 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: i. 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. ii. 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: i. 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. ii. 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. iii. 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. VEHICLE IMPOUND FACILITY EXHIBIT "A" PHASE 1 Page 8 of 11 9) Completion: i. Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. ii. 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. iii. 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 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. 6. Administration Building and Forensics Building. Provide design phase and construction phase services for a new building for administrative personnel (approximately 2000 square feet floor space), and a new garage- type building for forensic investigative work on vehicles and a holding area for vehicles involved in crime scene investigations (approximately 3000 square feet floor space). The forensics building shall include a carport for drop offs. These buildings will be bid as additive alternate bid items. 8. Provide the services above authorized in addition to those items shown on Exhibit A-1, Task List. 2. SCHEDULE PROPOSED PROJECT SCHEDULE Vehicle Impound Facility, Phase 1 DAY DATE ACTIVITY ----- N/A Begin Preliminary Phase ----- N/A Draft Letter-Report Submittal ----- N/A City Review ----- N/A Final Letter-Report Submittal ----- N/A City Review Wednesday May 13, 2009 Begin Design Phase VEHICLE IMPOUND FACILITY EXHIBIT "A" PHASE 1 Page 9 of 11 Monday May 25, 2009 Pre-Final Design Submittal Friday June 4, 2009 City Review Monday June 15, 2009 Final Design Submittal Monday (2) June 22 & 29, 2009 Advertise for Bids Tuesday July 7, 2009 Pre-Bid Conference Tuesday July 28, 2009 City to Acquire All Easements Wednesday July 29, 2009 Receive Bids Tuesday September 8, 2009 Begin Construction Weekday April 2010 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 1.A.1-4 above, and for all expenses incurred in pertorming these services. For services provided in Section 1.A.1-4, A/E will submit monthly statements for basic services rendered. In Section 1.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 1.A.4, the statement will be based upon the percent of completion of the construction contract. City will make prompt monthly payments in response to A/E's monthly statements. B. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section 1.6. "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 N/A 2. Design Phase $162,899 3. Bid Phase $9,242 4. Construction Phase $22,873 Subtotal Basic Services Fees $195,014 Fee for Additional Services (Allowance) 1. Total Permitting A. Texas Depaliment of Transportation (TxDOT) - $3,547 B. Texas De artment of Licensin and Re ulation TDLR - $4,383 $60,165 VEHICLE IMPOUND FACILITY EXHIBIT "A" PHASE 1 Page 10 of 11 C. Texas Commission on Environmental Quality (TCEQ) - $52,235 2. Boundary Survey/ Platting TBD 3. Topographic Survey $21,353 4. Environmentallssues TBD 5. Construction Observation Services TBD 6. Warranty Phase $3,679 7. Administration Building and Forensics Building TBD Subtotal Additional Services Fees $85,197 Total Fee $280,211 VEHICLE IMPOUND FACILITY EXHIBIT "A" PHASE 1 Page 11 of 11 Exhibit B Mandatory Requirements (Revised September, 2001) INSURANCE REQUIREMENTS CONSULTANT LIABILITY INSURANCE A. The Consultant shall not commence work under this Agreement until he/she has obtained all insurance required herein and such insurance has been approved by the City. Nor shall the Consultant allow any subconsultant to commence work until all similar insurance required of the subconsultant has been so obtained. B. The Consultant shall furnish two (2) copies of certificates, with the City named as an additional insured, showing the following minimum coverage in an insurance company acceptable to the City. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on all Bodily Injury and Property Damage certificates Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises -Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractuallnsurance 7. Broad Form Property Damage 8. Independent Consultants 9. Personallnjury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS= WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITYI $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include [ ] REQUIRED long-tern environmental impact for the disposal of [X] NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements [ ]REQUIRED [X] NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements [ ] REQUIRED [X] NOT REQUIRED Exhibit "B" -Insurance Requirements Page 1 of 3 C. In the event of accidents of any kind, the Consultant shall furnish the City with copies of all reports of such accidents at the same time that the reports are forwarded to any other interested parties. II. HOLD HARMLESS A. Consultant agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this contract performed in a negligent manner. The foregoing indemnity shall apply except if such injury, death or damage is caused by the sole or concurrent negligence of the City of Corpus Christi, its agents, servants, or employees or any other person indemnified hereunder. B. The Consultant shall obtain workers' compensation insurance coverage through a licensed insurance company or through self-insurance obtained in accordance with Texas law. If such coverage is obtained through a licensed insurance company, then the contract for coverage shall be written on a policy and endorsements approved by the Texas State Board of Insurance. If such coverage is provided through self-insurance, then within ten (10) calendar days after the date the City requests that the Consultant sign the contract documents, the Consultant shall provide the City with a copy of its certificate of authority to self-insure its workers' compensation coverage, as well as a letter, signed by the Consultant, stating that the certificate of authority to self-insure remains in effect and is not the subject of any revocation proceeding then pending before the Texas Workers' Compensation Commission. Further, if at any time before final acceptance of the Work by the City, such certificate of authority to self-insure is revoked or is made the subject of any proceeding which could result in revocation of the certificate, then the Consultant shall immediately provide written notice of such facts to the City, by certified mail, return receipt requested directed to: City of Corpus Christi, Department of Engineering Services, P. O. Box 9277, Corpus Christi, Texas 78469 -Attention: Contract Administrator. Whether workers' compensation insurance coverage is provided through a licensed insurance company or through self-insurance, the coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Consultant will be promptly met. Jw~ido' '• °•a a-at least in the-amount of $ ~ g --- .. ._, ...._...- ---...._--- -- __ .. ._ ._._., _. _.,...r.~ ...,.. ,,. ,.~., 6eRtf2G~ Exhibit "B" -Insurance Requirements Page 2 of 3 III. On the certificate of insurance: • The City of Corpus Christi is to be named as an additional insured on the liability coverage, except for workers' compensation coverage. • Should your insurance company elect to use the standard ACORD form, the cancellation clause (bottom right) shall be amended by adding the wording "changed or" between "be"and "cancelled" and deleting the words "endeavor to"and the wording after "left". If the cancellation clause is not amended in the ACORD form, then endorsements shall be submitted. • The name of the project also needs to be listed under "description of operations". • At least 10-day written notice of change or cancellation will be required. IV. A completed Disclosure of Interest must be submitted with your proposal. Exhibit "B" -Insurance Requirements Page 3 of 3 City of COt'pUS CITY OF CORPUS CHRISTI - - Chnsti war 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 "NA" FIRM NAME: Freese and Nichols, Inc. STREET: 5402 S. Staples, #208 CITY: Corpus Christi ZIP: 78411 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. 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 a "consultant" forthe 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: Ron Guzman P.E. Title: Associate ype or nn nn - Signature of Certifying Person: ~ /'1'I~l, Date: S • I ~ • D CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES EXHIBIT "C" Page 1 of 2 last Revision: Dec 20()4 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 ggain, whether professional, industrial or commercial and whether established to produce ordeal with a product or service, including but not limited to, entities operated, in the form of sole proprietorship, as self-employed person, partnership corporation, Joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d. "Official". The Mayor, members of the City Council, City Manager, Deputy City Mana er, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus~hristi, 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. CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES EXHIBIT "C" Page 2 of 2 Last Revision: Dec 2004 n O Z -~ T O z 5 d ~ m A < m m N J y = m Q ~ A ~ < o ~ ~ m a N -i o ~ o A fD N D a a o ~ ~ ~ n N ~ fD N oo w ~. ~ cn O n T7 (D w (n c 3 3 m ~ M ~ N cn c a O v a d 7 ~ (~ ~ 2 A ~ v v ~ m 3 ~ cn ~ 0 m z ~ N n o ~ 2 o 7 6 B z ~ O ~ m ~ <, o ~ O ,~+ N C ~ N -~ o a c°o v ? n C N ~ W o c a ~ ~ C ~ ~ ~ m ~ ~ ~ ~° D p, a ': o ~ ~ ~. C1 N (D N ~ o W ~ ~ W 6 ~ _ °~ N ~ m o ~ s ~ 3 ~ ~ ~ ~ v ~ d j ~ N '2 Z ~ n (~ ~ ~ S y A Vl ~ Z ~ lD lD N N N ~ ~ Efl Efl ~ N N O Ui ~ CP W ~ O Cn O ~ -Ti -m'1 1'x'1 ~ V V W W W W O J W N 0 J A ( O O ~ 0 O i U A ( 0 D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 -~ W 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ ~ ~ ~ ~ ~ ~ N N N t0 N ...~ .a ~ N 00 C s 0 S N 0 O 0 0 0 0 0 0 0 O f 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 to cn E» En v> u> 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 O O O O Z 0 0 0 0 0 o e o 0 0 ~ 0 ~ 0 ~ 0 ~ 0 ~ 0 y n O 7 N M D 3 a Z 0 3 a Z O N n O -~ ~ O .r ty C1 M ~ D < 3 °. o C1 C a» . ~ ~ ~ < < o _ o O c m si o ° co A er C m x n r m 3 'o ~ o o O C C1 ~ "' O m Z ~ ~ ° D "*'Nn W A r A O N V 2 y m