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