Loading...
HomeMy WebLinkAboutC2009-263 - 7/21/2009 - ApprovedCITY OF ~RPU CHRISTI CONTRACT 1=0R PROFESSIONAL ERVICEB The Dity of Darpus Christi, Texas han~e rule municipal corporation, P.O. Bax 97~, corpus Christi, Nueces County, Texas 154G-g21a City}acting through its duly authorized City Manager ar Designee {Directar of Engineering Services} and I~IVV En~ineerin~, a Texas corporation, 8D~ Navigation, Suite g0, corpus Christi, Nueces bounty, Texas 15408, ~Architec~lEng'rr~eer - AlE}, hereby agree as follows: 1. SCOPE OF PROJECT ~Illvaldrid a Roaal from Dodd field Road to Quebec Pro'ec~ No. X49 -This project consists of the recanstructian of a two-lane rural type roadway to a three-lane urban collectorwith curb end gutter, sidewalks, driveways, and drainage. As partofthis project, public utilities {water and wastewater} will also be rehabilitated ar replaced to rr~eet the City's Utifityllr~astrPlans. 2~ SCOPE OF SERVICES The AIE hereby agrees, at its awn expense, to perform design services necessary to review and prepare plans, specifications, and bid end contractdacur~ents, In additions AIE will provide rnanthly status updates project progress ar delays gantt sharks presented with monthly invoices}and provide contract adrninistratian services, as described in E~cbibit `jA" and ii~~~!!r to complete the Project. Exhibit "A-1"provides supplemental description of services to Exhibit "~"and does not intended to supersede services described in Exhibit "A", V~Jork will not begin on Addit'ranal Services until requested by the AIE provide brea~kdawn of casts, schedules}, a d written authorization is provided by the Directar of Engineering Services. A1E serviceswill be "Services far ConstructianPsojects"- {Basic Services foronstructian Projects"}which are shown and are in accordance with "Professional Engineering Services- A Guide to the Selection and Negotiation Process, 1908" a joint publication of the Consulting Engineer's Council of Texas and Texas Societyaf Professional Engineers. Far purposes of this contract, cerkain services listed in this publication as ~Idditional Services will be considered as Basic Services. 8. ORDER OF SERIIlCES The ASE agrees to begin work on those authorized Basic services for this contract upon receipt of the Notice to Proceed from the Directar of Engineering Services. UVark will not begin an any phase ar any Additional Services until requested in writing by the ASE and written authorization is provided bythe Directoraf Engineering Services. The anticipated schedule of the preliminary phase, design phase, bid phase, and construction phase is shown an Exhi~i# "A". This schedule is natto be inclusive of all additional timethat may be required far review by the City staff and may be amended by ar with the concurrence of the Directar of Engineering Services. ~0~9-~~~ ~~~~~~~ s WDOLDRIDGEI~ CONTRACT ~RDFESfONAI SERVICES ~~~ Engineering The Director of Engineering Services may direct the AIE to undertake additional services or tasks provided that no increase in fee is required. Services ortasks requiring an increase of fee will be mutually agreed and evidenced in writing as an ar~endr~entto this contract. AIE shall notify the City of Corpus Christi within three ~}days of notice if tasks requested requires an additional fee. 4. MANDATARY REQ~JIREMENT AIE agrees to the mandatory contract and insurance requirements as set forth in Exh~btt ~~~~~ 5. FEE The City wilt pay the A1E a fee, as described in Exhibit "A",~ for providing services authorized, a total fee not to exceed ~~~ ~2.OO, d=ive Hundred Twenty Seven Thousand Two Hundred Twenty Three Dollars and ool~oo}. Monthly invoices will be submitted in accordance with ~xhibi~ iiD~~ ~. TERM I NATION ~F CoNTRACT The City rr~ay, at any tire, with or without cause, terminate this contract upon seven days written notice to the AIE at the address of record. In this event, the ASE will be compensated for its services on all stages authorized based upon ASE and City~s estimate of the proportion of the total services actually cor~pleted atthe time of termination. 7, LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. The ASE agrees that at least ~°lo of tf~e work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan Statistical Area ~MSA}, Additionally, no more than ~°lo of the work described herein will be performed by a labor force residing outside the Oorpus Christi Metropolitan Statistical Area ~MSA.} 8. ASSIGNABILITY The AIE gill 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 theAlE staff. If theAlE is a partnership, then intheeventof the termination of the partnership, this contract will inure to the individual benefit of such partneror partners athe City maydesignate, No part of the ASE fee may be assigned in advance of receipt by the ASE 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. H:IUSER5~IHOMEIVELMA~IGENISTREET1fi493 WOOLORIDGEI~ CONTRACT PRQFESSlOIVAL SERVICES 9. ~IIVNERSHIP ~F D~UMENTS All documents including contract documents plans and specifications}, record draping, contractor's field data, and submittal data gill be the sale property of the pity, may not be used again b the AIE uvithaut the express v+~ritten consent of the Director of Engineering Services. Hov~ever, the ASE may use standard details that are not specific to this project. The pity agrees that any modification of the plans gill be evidenced on the plans, and be signed and sealed by a professional engineer priorto re-use of modified plansf ~ 0. DIL~5~1RE ~F I NTEREST A!E further agrees, in corr~pliance ~vith pity of carpus Christi ordinance No' ~l~ 12, to complete, as part of this contract, the Disclau~e o~ lr~~ere~ fornr- attached hereto a E~C~1~~1~ "elf. QTY ~E COYPU ~MRITI gy ~ • 2)-~~ Oscar Martine Date Assistant City Manager RE~OI~~I ED By ~~ o Pete Anaya, P. E., Date Director of Engineering Services ATTEST By Armando Chapa, ' y Secretary APPROVED AS TO F M / l By ~ ref ~~. City Attorney Date LNV E B Dan . L~ ndeoker, P.E. 801 Navigation, Ste 800 corpus Christi, T~ ~84~8 X881 } 888^ 084 Office ~8~1} 888-19SG Fa~c IlU~HDR~~~~ ~ou~~~~ s~r~c~r ~~~~ 09 ~,r H:1USE#~S2IHOME~~1„//VELMAP~GENLSTREET164931NQOLD~IDGEl1 COI~TRAGT PRDFES5lDNAl SERVICE E]~HI~~T A CITY ~~ C~RPUB HR~TI 1~I~~LDRIDE RDAD - RQDD FIELD T~ QUEBEC BQN~ IUE ~~~~ ~ . SCOPE OF ERVIE A. Basic ervices~ Basic services will include the fallowing in addition to those iterr~s shown on Exhibit "~A-~"Task List. ~ . Preliminary Phase. The ArchitectlEngineer~AlE gill: It i 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 an Engineering Letter Report 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 sail investigation and testing underone or more separate cantracts~. b. Confer with the pity staff regarding the design parameters of the Project. The Engineer will participate in a minimum of four {4}formal meetings with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven ~l~ working days of the meeting The AIE will participate in discussions with the operating departr~ent and other agencies such as the Texas Department of Transportation ~TxDOT} and Texas Oommission of Environmental Duality ~TCE(}} as required to satisfactorily complete the Project. c. Bubr~it one ~1 }copy in an approved electronic format, and one ~~ }paper copies ofthe Engineering ~.etter Report, 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 raduceen acre table formatwhich cantainscommon municipal elements, p p The Engineering Letter Report will include the following with ~NBTRUCTA~BILITY being a major element in all the following items}: 1 } Review of the Project with the respective Operating Department{s}and discussions including clarification and definition of intent and execution of the praject; The AIE will meet with City staff to collect data, discuss rr~aterials and methods of construction, and identify design and construction requirements. ~} Review and investigation of available retards, archives, and pertinent data related to the Project including taking photographs afthe Project E~WIBIT "A" P e ~ of 1 ~ H:1H~ME~V~LMAPIG~MTR~ETI6493 INbOL~RIDGEI2 EXHIBIT A site, list of potential problems and possible conflicts, intent of design, and improvements required, and conformance to relevant Faster Plan{s}. 3} Identify resultsofsite field investigation including sitefindings, existing conditions, potential right of ayleasements, and probable Project design solutions; {v~hich are common to rr~unicipalities~. 4} Provide a presentation of pertinent factors, sketches, designs, cross- sectians,and parameters ~rhich gill ar ray impact the design, including engineering design basis, preliminary layout sketches, identification of needed additional services, preliminary details of construction of critical elerr~ents, identification of needed permits, identification of specifications tv be used, identification of quality and quantity of materials of canstructian, and atherfctors required Para professional design ~~~NTRUCTABILITY~. ~} Advise of environmental site evaluations and archeology reports that are needed for the Project {Environr~entai issues and archeological services to be an Additional ervice~. } identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project and permi#ting, environmental, historical, construction, and geotechnical issues; and meet Frith pertinent authorities. ~} confer, discuss, and meet Frith pity operating department{s} and Engineering services staff to produce a cohesive, vrrell-defined proposed scope of design, probable cost estimates{s} and design alternatives. 8} Provide a letter stating that the AIE and dub-consultant Engineers have checked and revievued the engineering letter report priarta submission, pity staff rill provide one set only of the follo~ring information {as applicable}: a. Record dravirings, record information of existing facilities, and utilities {a available from pity Engineering f ilex}, b. The preliminary budget, specifying the funds available far construction; c. Aerial photography forthe Project area. d. Through separate contract, related I mapping forexisting facilities. e. A copy of existing studies and plans. {as available from ~ity Engineering files. f. Field location of existing city utilities. {AIE to coordinate Frith pity operating Departr~ent}. g. Provide applicable Master Plans. EXHIBIT ii 1l !! Pa e2of~~ H:IH~MEIV~LMAPIC~NISTR~ITlfi493 WQ4t~RIaGEl2 ~J(H1~IT A ~. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the A1E v~ill: ~, Study, verify, and implement Engineering Letter Report recommendations including construction sequencing, connections to the existing facilities, and restoration of property end incorporate these plans into the construction plans Development of the construction sequencinguvill becoordinated~rith the pity operating Departments}and Engineering Services staff. b, Prepare one ~~ }set of Construction Bid end Contract Documents in City format fusing City Standards as applicable}, including Contract agreement forrr~s, 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 dravtirins tv fix and describe, for one bid or for multiple bids, the size and character of the entire Project; description of materials to be utilized; and such otheressentials a may be necessary far construction and cast analysis. c. Provide assistance identifytesting, handling and disposal of any hazardous materials and~ar contaminated sails that may be discovered during construction Ito be included under additional services}. d. Prepare final quantities and estimates of probable cysts uuith the recommended construction schedule. The construction schedule gill provide a phased approach to better track progress and payments. e, Furnish one ~~ } copy of the interim plans plans oniy~identify needed specifications} to the Cit~r staff far reviev~r and approval purposes ~vith estimates of prabable construction casts. identify distribution list far plans and bid documentsto all affected utilities including Cityand allotheraffected entities. Required pith the interim plans is a "Plan Executive Bumma „ ~rhich uvili identifyand summarizethe project bydistinguishing keyelernent such as: • Pipe Size ar Building Size • Pipe tl~aterialt etc. • vhy ane material is selected aver another « Pluses of selections • R~~ requirements and shy • Permit requirements and any ~ Easement requirements and shy • Embedment type and ~rhy • Canstructability, etc. • Specific requirements of the City • Standard specifications • Nan-standard specifications • Any unique requirements • host, alternatives, etc. • finer permit requirements and status E~HIB~T ii~!! Pa eof1~ H:1H~ME~VELMAPIG~NISTRE~T1B4931N401.DRIDGEI2 F~(HIBIT A f. Assimilate ail review comments, modifications, addit'ronsldeletions and proceed to next phase, upon l~otice to Proceed. g. ~If required Provide ~ 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 C~uaiity Asurance~~uality Control ~QAIQC} measures to ensure that submittal of the interim, pre-final {if required}, and final complete plans end complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision end correction by City staff. The consultant AlE and ub~ consultant SUE shell submit letter declaring that ail engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to subrr~ision,and include signature of ail disciplines including but not limited to structural, civil, mechanical, electrical, ate. i. if required, provide traffic controls including a Traffic Control Plan, illumination, markings and striping, signalization, and as desgeated by the pity Traffic Engineering Department ~. Upon approval by the Director of Engineering services, provide one {1 }set {hard copy and electronic} of f final plans and contract documents suitable for reproduction ~In City Format} and said bid documents henceforth become the sole property and ownership ofthe 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 with action items developed from monthly progress and review meetings. m. Provide a storm vl~ater Pollution Prevention Plan, 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 the pity's standard specifications, standard detail sheets standard and special provisionst and forms for required bid documents. EXHIBIT "A" Pa e~of11 H:IF[~MEIVELMAPIGENISTREETI6493 WOOLQRiDGEl2 EXH181T A . Bid Phase. The AIE will: a, Participate in the pre-bid conference and provide a recommended agenda for critical construction activities end elements impacted the project. b. Assist the pity in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c. Review all pre-b'rd questions and submissions concerning the bid documents and prepare, in the pity's format, for the Engineering services' approval, any addenda ar other revisions necessary to inform contractors of approved changes prior to bidding d. Attend bid opening, analyze bids, evaluate, prepare bidtabulatian,and make recommendation concerning award of the contract. e. In the event the lowest responsibie bidder's bid exceeds the project budget as revised by the Engineering services in accordance with theA~E's design phase estimate required above, the Enineerwill, at its expense, conferwith pity staff and rake such revisions to the bid documents as the pity staff deers necessary to re-advertise that particular portion of the Project for bids. The pity 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 far all bid documents, issue with the assistance of the AIE} any addenda, prepare and supply bid tabulation farms, and conduct bid opening. c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the pity aunci! concerning bid awards. d, Prepare, review and provide copies of the contract for execution between the pity and the contractor. 4. onstructian Phase. TheAlEwill perforn~contractadministrationto includetbe following: a. Participate in pre~contruction 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. Review field and laboratory tests. d, pravide interpretations and clarifications of the contract documents for the contractor and authari~e required changes, which do not affect the E~WI~iT "q" Pa e~of~~ H:IH41~E1VElMAPIGEIVITREETlfi493 W~~LORI~~k~z F~iHIBIT A contractor's price and are not contrary to the general interest of the Qity under the contract e. eke regular visits to the site of the Project to confer r~rith the pity project inspector and contractor to observe the general progress and quality of vuork, and to determine, in general, if the utirork is being done in accordance vuith the contract documents. This gill not be confused vuith the project representative observation or continuous monitoring of the progress of construction. f. Prepare change orders as authorized bythe pity {coordinate uwrith the pity's construction division}; provide interpretations and clarifications of the plans and specifications forthe contractor arrd authorize minor change~hich do not affectthe contractor's price and are notcontrarytothegeneral interestof the pity underthe contract. g. Dice final inspection ~uith Dity staff and provide the pity v~rith a certificate of completion forthe project. h. Revievu construction "red-line" draings, prepare record dra~ings of the Project as constructed {from the "red-line" drav~ings, inspection, and the contractor provided plans and deliver to the Engineering Services reproducible set and electronic file {AutoDAD r.14 or later} of the record drayrings. All dravtirins vuill be ADD dravtirn using drug format in AutoAD, and graphics data gill be in dxf format uvith each layer being provided in a separate file. Attribute data gill be provided in AEI I format in tabular form. A11 electronic data vuill be compatible Frith the pity CIS system. i. Reviev~r monthly pay requests from contractor and submit in Dity format. The pity staff vuill: a, Prepare appiicationslestimates for payments to contractor. b. conduct the final acceptance inspection Frith the Engineer. ~. Addi~lonal services {ALLO1~lAN~E} This section defines the scope {and ALL~v~IANE} for compensation for additional services that may be included as park of this contract, but the AIE gill not begin ~rork on this section ~rithout specific ~rritten approval by the Director of Engineering Services. Fees for Additional Services are an allov~rance for potential services to be provided and vuill be r~egatlated by the Director of Engineering Services as required. The AIE gill, v~rith v~rritter~ authorization by the Director of Engineering Services, do the follovuing: ~ . Perm~ttir~ .Furnish the pity all engineering data and docunr-entation necessary for all required permits. The AIE ~vill prepare this documentation forall required signatures. The ASE gill prepare and submit all permits a applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. TxDOT ~ermits~Amendments b. Texas commission on Environmental Quality{T~EQ} PermitslAmendments c. Texas Department of License and Regulation {YOLK } ~~F~ I B!T "A" Pa efivfl~ H:1H~Mk*1VELMA~IGENISTRE~T1B493 W~~L~RkDG~12 EXNIBkT A 2. Ri ht-~f*Ia ~~VV Ao uitti~n urve . The A1E gill review existing Raw end easements to ascertain any conflicts and provide field Raw surveys end submit R~1JV plats and descriptions forthe City's use in the acquisition process. All work must comply with Category 1 ~A, Condition I specifications of the Texas ocietyofProfessional purveyors' Manualof Practicefor~and purveying in the state of Texas, Ninth Edition. A11 work must be tied to and conform with the City's global Positioning system ~P} control network and comply with ail TxD~T requirements as applicable. ASE Consultant will he required to perform all necessary deed research 3. T~popraphic urve~. Provide field surveys, as required for design including the necessa control cants, coordinates and elevations of points has required rY p far the aerial mapping of the Project area -aerial photography to be provided by ity~. Establish base survey controls for line and elevation staking knot detailed setting of lines and grades forspecific structures orfacilities}. All work must be tied to and conform with the City's global Positioning system {P} control network and comply with Category ~, Condition l specifications of the Texas ocietyof Professional urveyor' Manual of Practice#orl~and purveying inthe state of Texas, Ninth Edition. Include reference to a minimum of two {2}found boundary monuments from the project area. 4. Traffic Arai isl~ardinatian~ The AIE will review and assess current traffic atterns to ensure appropriate lane configurations ar~d medians The ASE gill P coordinate with local officials as needed, ~. construction ~berva~tion services. ~ , Provide a project representative {PR} to provide periodic construction inspection. A. Through such additionalobservationsof Contractor'sworkin progresandfield chec~CS of rr~aterials and equipment by the PR and assistants, the ASE shall endeavor to provide further protection for the CITY against defects and deficiencies in the 1lvork. B. The duties and responsibilities of the PR are described as foliaws: ~. general: PR will act as directed by and underthe supervision of ASE, and gill confer with ASE regarding PR's actions, PR's dealings in matters pertaining to the Contractor's work in progress shall In general be with ASE and Contractor, keeping the CITY advised as necessary. ~, Conference and Meetings: Attend meetings with Contractor, such as pre- canstruction conferences, progress meetings, job conferences and other project-related meetings as required by the City, and prepare and circulate copies of minutes thereof. E~HI~IT "A" Ra e7of~~ H:INOMEIVELMAC31G~hf15TR~ET16493 WOOLDRI~GEI~ EXH181T A ~. Liaison: ~. Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Dacurnents. B. PR sfi~all communicate with CITY with the knowledge of and under the direction of AIE 4. interpretation of Contract Documents: Report when clsrificat'rans end interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. 5. Shop Drawings and samples: A. Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. B, Record date of receipt of Samples and approved Shop Drawings. C. Advise Contractor of the car~mencement of any portion of the vVork requiring a Shop Drawing orSamplesubmittal forwhich PR believes that the subrr~ittal has not been approved. 5. Review ofv~lork and Rejection of Defective vllork: A. Conduct an-Site observations of Contractor's work in progress to assist ASE in determining if the vllork is in general proceeding in accordance with the Contract Docu vents. B. Re ort whenever PR believes that any part of Contractor's work in p progress will not produce a completed Project that conforms to the Contract Documents arvuiil prejudice the integrity of the design concept of the corr-pleted Project, or has been damaged, ar does not meet the requirements of any inspection, test or approval required to be made; and advise City and AIE of that part of work in progress that PR believes should be corrected or rejected or should be uncovered for observation, ar requires special testing, inspection or approval. C. Observe whether Dontractor 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 1ork~ 1, Records: A. Maintain orderly files far correspondence, reports of job conferences, reproductions of origins! Contract Documents including all Change Orders, Field Orders, 1~11ork Change Directives, Addenda, additional Drawings issued subsequent to the Contract, AE's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents, B. Prepare a daily report utilizing approved City format, recording Contractor's hours an the Site, weather conditions, data relative to questions of Change Orders, Field Orders, vllork Change Directives, ar changed conditions, Sitevisitors, dailyactivities, decisians,observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to ASE and the City. ~i~HIBIT "A" ~a e8of~~ H:1HpM~1V~LMAPI~ENI5TR~ET16493 WQDLDRIQGEl2 FsiWIBIT A 8. Reports: A. Furnish periodic reports as required of progress of the work and of Contractor's compliance with the progress schedule and schedule of shop Drawing and sample submittals. B. Report immediately to the CITY and AIE the occurrence of any bite accidents, any Hazardous Environmental Conditions, emergencies, or acts of hod endangering the work, and property damaged by fire or other causes. C. Provide project photo report on CD-R01~ at the rate of a minimum of two photographs per day, including an adequate amount of photograph documentation of utility conflicts. 9. Completion: A. Before the issue of Certificate of Completion, subr~it to Contractor a list of observed items requiring completion or correction; B. Participate in a final inspection in the company of CIE, the CITY, and Contractor and prepare a final listof items to be completed orcorrected. . Observe whether all iterr~s on final list have been completed orcorrected and make recommendations concerning acceptancand issuanceof the Notice of Acceptability of the Uvork. ~. Vvarrant Phase. Provide a maintenanceguarantyinspctiontoward theendof the one-year period after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improver~ent under the maintenance guaranty terms of the can#ract. Document the condition and repare ~ report for the City staff ofthe locations and conditions requiring .p action, with its recommendation for the method or ection to best correct defective conditions and submit to City Btaff. Complete the inspection and re are the report no later than sixty fig} days prior to tl~e end of the pp maintenance guaranty period. 7. Public ~leetin . Participate in a public meeting to coordinate with the community and to obtain community support for each project to include all necessary exhibits as directed by the City. 8. anita fewer Investi ation. Perform field investigation to identify l~y,~l~ro lem fines and manho e. E will review televising data and recommend 1 ~ i ^ ~ ~ ~ repa~rs~ A!E will provide associated data to the City Vllaste Uvater Department within o days of performing said activities. . subsurface Utllit Invest! atlon. Field location of existing utilities using Texas ~, One-Call Bystem {Coordinate with appropriate City Operating Departments Provide subsurface utility engineering in accordance with ACE Btandard "ABLE C-I, 3S-oft Btandard Guideline forthe Collection and Depiction of Ex~st~ng Subsurface Utility Data", El~HI~IT "A" Pa eof~1 H:IHDMELV~~MAP1G~1~15SR~ET1fi4931N00LDRkQGEl2 ~,}(HiBIT A ~ D. Franchise Utility oordinatior~. ASE to meet, coordinate, and resolve all required Franchise Utilities that are in conflict with the construction of this project. ~AEP, AT&T, private gas lines, etc.} SCHEDULE P~oPOED RRoJEcT SCHEDULE DAY DATE AT1111TY Wednesday July 2~, ~Bg9 Begin Preliminary Phase Monday Se ptember ~ 4, ~0~9 Submit Draft Engineering Letter Report lVlonday B~ptember28, ~0~9 pity Review Monday October 2G, ~ggg Subrr~it Final Engineering Letter Report Monday November g, ~gOg pity Review Monday November 1 , ~g0 Begin Design Phase Monday January ~ 8, g~ g D°l~ submittal Monday February ~ , ~D9 0 pity Review Monday April ~, 2g~ 0 Pre~Final Submittal Monday April 19, ~g~a pity Review Monday May 1~, ~g~g Final Submittal Monday ~} May ~ & June 1, ~g~ 0 Advertise for Bids Tuesday June ~5, ~g~g Pre-Bid conference Uvednesday June ~, 2g~ D Receive Bids Tuesday duly fig, ~g~ D Award by council weekday September ~0~0 Begin construction 1~11eekday June ~0~ ~ construction completion Note: This proposed project schedule does not includeadditional timeforrequired Raw acquisition. . FEES A. Fee for Basic Services. The pity will pay the AIE a fixed fee for providing far all "Basic services"authorized as per the table below. The fees for Basic Services will not e~cceed thane identified and gill be full and total compensation for all services outlined inSection I.A.1-4 above, ar~d far all expenses incurred in performing these servicesf For services provided in Section I.A. ~ ~4, A!E will submit monthly statements far basic services rendered. In Bection I.A.1~, the statement will be based upon AE`s estimate hand pity concurrence} of the proportion of the total services actuallycvmpleted at thetime of billing Far services provided in Section I.A.4, the statement vwrill be based upon the percent ofcompletion of the construction EXHIBIT "A" Pa e~0of~~ H;IHDMEIVELMAPIG~NISTRE~T16493 WODL~RIDGEI2 E?(HI817 A contract. City vuill rake pror~pt n~onthl~ payments in response to AE's monthi~ statements. ~. Fee for Additional Servicea~ For services authorized by the Director of Engineering Services ~,nder Section I.B. "Additional Services" the Cityurill pay the AIE a not-tv~exceed fee as per the table belo~r. . Summary of Fees street torrn 1111ater Vllater 1Nasteater Total Basic services ~ P~elimina ~~~~ n Phase ~ ,~~8.2a ~ 9,909.80 ~a, ~ ~ ~ .40 ~ 4,01 o.ao ~~~,~4a~oo G ~~~~ n Phase ~, ~ SS.L.74 t]~, ~ V4.9U ~ ~,~ 41 .LS LV,1 ~.].~ L ~ 3~,~4~.aa 3 Bid Phase 3, ~ X0.82 ~ ,999.98 811. ~ 4 ~ ,4a ~ .~fi T,3~4.Oa 4 Construction Phase ~ fi,G28.34 7,800.28 2,9~4.~8 5,137.22 27,038.00 subtotal Banc Services 105,fi94.00 58,G6.00 27,038.a0 40,702.00 24,SOa.00 Additional erv~ce ~ Permittin T~~oT 4,800.00 0.00 a.OD a.a0 4,SOO.ao TI~~ oFoo ~~o.ao o.oa o.ao ~ao.ao TDLR 5,200~Oa o.OQ O.Oa O.aO 5,200.00 Subtotal Permittin 10,oaa.aa 500.00 0,00 000 10,500.00 ~ ~~ ht of vVa ~~ uisition 3~,2ao.oa o.oo o.oa a.oa 32,2ao.oa 3 To o ra hic urve 19,403.4 8,114.1 ~ 3,88089 3,880.09 3,279.00 4 Traffic Anal sislCoordination 10,00000 O,OO a.00 o.0a 10,OOO~oO ~ Construction Observation fi3,Ofi3.00 2G,311.80 12,fi12.G0 12,fi12.00 1 ~4,GGQ.00 fi v~arrant Phan 1,88.20 1,171.80 4T7,40 824.OO 4,340.00 7 Public Meetin s 4,08~.OO 2,585.00 1,045.04 1,805.00 9,00.00 8 Sanity Bearer Invests ation O.DO 4,00 O.D4 9,800.D0 9,804.Oo 9 Subsurface Util~t invests ativn Q.aO 15,04804 15,048.OO 18,048.OD 45,144.00 1 o Franchise Utilit Coordination 2,500.00 2,5a0.OQ 2,500.40 2,500.00 14,Oaa.00 Subtotal Add~t~onal Services 143,117.85 5G,27a.77 3~,5fi3,fi9 4G,470.89 281,423.00 Total Fee X248,81 ~ .85 $~ 22,G38,77 82,fi01,59 $93,172.89 527,223.OD The estirr~ated construction costforv~ooldridge Road from Rodd Field Road to Quebec is 2,89~,~~~. The total basic services fee proposal forthis project is 24~,BOO. Therefore, the percentage of design cost to construction cost is 8~~°l0. ~~FIIBIT "A'~ Pa a ~~ of ~~ H:1HpM~1VELMgP1G~NISTREET16493 WOpLaRIDGEl2 F~(HIB~T A CYIJI~IT A_d CITY OF CORPUS CHRISTI WOOLDRIDGE ROAD - RODD FIELD TO QUEBEC BOND ISSUE 2008 TAB LIST A. BAI SERVICES ~. Preliminary Phase A. Sco a of Soil Investigations" p B. Staff Meetings" Attend and participate in tvuo ~~} project start, and two ~~} planning meetings virith pity staff. father information and perform close coordination vuith Deportment staff. D. En ineering Letter Report" g ~ . Revie~r Project Frith operating Department ~vl~ater, vllaste~uater, Storm v~ater, and has Department}" ~. Revievu 8~ Investi ation of Avaiiable Records" g Identif Results of Site Field Investigation" y Recor~mend necessary survey v~rork to evaluate existing conditions. ~'he recommendation uvill includethe locution ofpublic and privote utilities, structures, right-of v~ay ~ROVU} boundaries end critical elevations for adjacent structures and obtain easement information. Perform field investigation a required to define specific areas of demolition and near v~rorl~, equipment: locations, tie-in point, and other applicable porameters required to complete the items as shov~n on this Task List, C4. Provide Presentation of Pertinent Factors" ~. Advise of environmental site evoluation and Archeology Reports" D. Identif and Anal ze Re uirements of governmental Authorities" Y Y q EXHIBIT A-1 Pa e1 of7 H:IIJSER521H4ME1VELMAI'IGEIVI5TREET164931N~OLDRIQGEI3 E?(H1817 A-1 TASlL LIST ~. anfer, Discuss: and Meet with Cit ~ erating Departr~ent{~}~ Y ~ ~. Provide a Letter stating that AIE and dub-Consultant Engineers have Checked and Reviewed Engineering Letter Report prior to ubmission~ Cg. NIA ~. Design Phase . Btud llerif t end irn ier~ent En ineerin letter Report Y, Y ~ g ~ B, Provide one {~ ~ pity construction Bid end Dontract Documents. . Provide Assistance Identification, Testing, Handling, and Disposal of Hazardous Materials1 D. Pre ere Fines quantities end Estimates of Prahabfe osts~ E. Preliminary Plan Bheets 1 Cover sheet ~ Project Location Map Index of Sheets 4 Existing Typical sections ~ Proposed Typical ectians fi,8 general Notes and Testing schedule 9-~ ~ Basis of Estimate and pecificatian Data ~ ~ Legend -Estimated quantities ~ ~ Bequence of Uvork ~ 4-~ 9 Traffic Contral Pian ~0~~ ~ Barricade and Construction standards ~-~ vVork done Traffic Standards 8~g Traffic Contral Plan standards 4Q-4~ Contral Layout and Benchmark Information 4~ Removal summary 4~-4~ Roadway Plan & Profiles 47 Curb & butter standard 48-49 Header Curb Layout and Details 50-~ Utility Plan & Profiles 54-~5 11Vateriine and wastewater Line Laterals and Details -5l vVater Tie-In Details 58-59 Vllastewater Tie-In Details ~~ v~Jaterline and INaste~vater Line summary 5~-fi2 Residential Driveway Details and summary G3 Carrtimercial Driveway Details and Summary fi4-G5 sidewalk Ramp Details fiB-fig Pedestrian Facilities standards ~4-71 Earthwork summary ~Z-73 Miscellaneous Details EXHIBIT A-1 Pa e2of7 kl:1USERS~IH~MEIV~LMAPIG~NISTR!~~T164931~VODLDRIQGEI3 P~CH~BIT A-1 TASK LIST ~4 overall Drainage Area Map ~5-~7 storm 1lUater Drainage Area Map 78-~9 Storm Uvater schematic So-83 torrr~ 1Nater Plan & Profiles 84-85 torrr~ Vllater Laterals 8G~8H Curb Inlet Standards 89 Manhole Standard 9ow~1 Single Cast-In-Place Box Culvert Standards 92-~3 Single Precast Box Culvert Standards 94-5 Multiple Cast-In-Place Box Culvert Standards 96 Inlets and manholes ur~mary 97 Drainage Summary 8100 Striping and sign Layout 10~ Small Sign Summary 102 Striping Summary 1 g3-105 Regulatory Sign Standards 105-10~ Sign Mounting Detail Standards 108-110 Pavement llllarking standards 111-~ 12 SVII~P Layout ~ 1 ~ 1lV3P Summary 114-115 Erosion Control Standards 11 fi-1 ~ 9 Utility Base Maps 12~-124 Standard Water Details ~ 25-1 ~9 Standard Wastewater details 130-1 ~1 standard Storm rater Details F, Assimilate All Review Cornments, Modifications, Addition~Deletions and Proceed to Next Phase, Upon Notice to Proceed from the City Engineer ~. Provide Pre^Final Plans and Bid Documents ~~ oo°lo}~ H. Qualit Assuranoel~ualit Control Y I. Provide a Traffio Control Plan. J. Upon approval, Provide one ~1} het Final Plans and Contract Documents and Provide one ~ electronic Copy ~~ K, Not Applicable I.... submit Monthl status Reports Y M. Provide a storm vVater Pollution Prevention Plan N. Not A plicable~ p EXHIBIT A-1 Pa e3of7 H:IUSERS2IHOMEIVELMAPIGENISTREETI6493 WO~LURIDGEI3 EXHIBIT A-~ TASK LIST 3. Bid Phase A. Participate in Pre-Bid conference and Provide Recommended Agenda B. Assist pity in Solicitation o~ Bids ~. Review All Pre-Bid Questions and Subn~isions~ D. Attend Bid Opening E, Revisions to Bid Docur~ents~ F. Provide Letter to pity Engineer on giving our Recomr~endation to whom to Award the Project to 4. construction Phase A. Partici ate in Pre-construction Meeting p B. Review Shop and forking ~rawings~ . Provide Testin Schedule and Revieuv Field and Lel~oretory Tests g D. Provide Inter retations and clarifications o~ Oontract Documents p E. Re ular Visits to Bite of Project ~tvuo per month}~ 9 l=. Pre are khan a orders as authorized by ity~ p g Make Final Ins action with pity staff p l~~ Not Applicable I. Reviev~r Oontruction "Red~Line" Drawin s, Prepare Record Drawings J, Review and Pre are Monthly Donstruction Pay Estimates1 p B. ADDITIONAL SERIII~S ~. Permitting A. Tx~OT Permitsl~oordination: coordinate design construction with ties end local to Texas ~eparkment of Transportation ~TxDOT} maintained roadways. EXHIBIT A-1 Pa e4~f~ H:IU~ERS2IFIOMEIVELMAPlGEN1STREEfi1fi4931N0~LDRIDGl=13 ~~L#iIBITA-1 TASI4 LIST B, TPDE Permit; Prepare TPDE Permit and include~rith specifications. Contractor shall be responsible for subission of the dacumer~t to the appropriate authorities. . Texas Department of Licensing ~ Regulations: ASE v~ill pay all fees and coordinate vuith a local registered Accessibility specialist, ~. Right of v1Jay Acquisition purvey Provide signed and sealed plats, including legal descriptions for RO1~J acquisition, To o raphic urvey~ pg Provide an updated aerial of project location for Public Meeting displays. 4. Traffic AnalysislCoardinatian A. Study cu rrent traff is patterns B. ~'ravide appropriate lane and rr~edian configurations based on thane traffic patterns. Assess the need for a right turn lane on vVooldridge Rand to Quebec Drive. ~. Coordinate v~rith City Traffic Departr~ent and CCISD an tl~e passible reversal of the one-gray traffic on Quebec Drive if right turn lane is needed 5. Canstruction Observation Services Provide an experienced construction inspector for a total of ~~0 days at hours per day. ~. vl~arranty Phase 7. Public Meeting Participate in one public meeting to coordinate Frith the community and to obtain community support for the project to include all necessary exhibits as directed by the City. EXHIBIT A-~ ~a eof7 H.lU5~RS21H~MEIV~LMA~IG~NISTR~~T164931NODLQRl~G~13 F.)CH1gIT A-i 'ASK LIST . Sanitary Sewer Investigation Perform field investigation to identify problem lines and rr~anholes. A, Televise Lines AIE will obtain sanitary sewer cleaning and televising crew, B. Manhole I nspection AIE will perfiorm cursory inspection of all sanitary manholes in the base bid area and subrr~it report in the Engineering Letter Report. Subsurface Utility l nvestigation Field location of existing utilities using Dig Tess System coordinate with appropriate pity operating Departments} Provide subsurface utility engineering in accordance with ASE Standard r`ASE -I, 8-0, 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 investigation of underground utilities in specified areas through the project limit usingvacuum 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 a 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 uti#ity will be identified and an elevation will be obtained to the tap of the utility. ~. Utility Location -The survey scope includes locating certain utilities to Quality Level ~ Quality Level B involves surveying visible above ground utility facilities, such as manholes, valve boxes, posts, etc., end correlating this information with existing utility records.} These utilities will be located by obtaining a Dig Tess Notice and measuring the marked locations. . Storm v~ater -~ Storm water facilities within the project limits will be located to Quality Level B. Locations will be based on the surveyed locations of accessible storm water manholes and drainage limits 4. vl~astewater ~- v1lastewater facilities within the project limits will be located to Quality Level B, Locations will be based on the surveyed locations of accessible wastewater manholes except for critical locations which gill require Quality Level A. 5. vVater ~ v~ater facilities within the project limits will be located to Quality Level A. EXHIBIT A-1 Pa e6of7 H:IUgERS21HpME1V~LMAPIENISTREET~6493 WOQLDRIa~El3 ~J(H1BIT A•1 ~'AS~C LIST des - Gas facilities Within the project limits gill be lacate~ to Quality Level bythe AIE. The pity ~~ ~arp~s Christi des Depar~mentv~rill provide duality Level A, The r~E gill coordinate this activity, ~. Franchise Facilities - Caardinate Frith provider ~rithin the praject lir~its to locate facilities to Quality Level A in critical areas. ~ gill investigate areas of high probability of conflict v~rith proposed improvements, fig. Franchise Utility Caardination~ EXHIBIT A-1 Pa e7of7 H;IUgER5~1HpME1VELMAPI~ENIST#tE~T16493 WDOLDRIQGEl3 EXHIBIT A-1 TALC ~I~T Exhibit B Mandatory Requirements {Revised September, 2001 } INSURANCE REQUIREMENT 1. CONSULTANT LIABILITY INSURANCE A. The Consultant shall not commence work under this Agreement until helhe has obtained alI in~rance 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 ubconultant has been o obtained, B, The Consultant shall furnish two ~~}copies of certificates, with the City named as an additional inured, showing the following minimum average in an insurance company acceptable to t#~e City. TYPE OF INSURANCE MINIMUM INUI~ANCE C~VEI~ACE ~-Day Notice of Cancellation required on all f Bodily Injuryand Property Damage ertificate Corr~rnercial General Liability including, $2,~Og,0~0 COMBINED SINGLE LIM1T ~. Commercial Fora ~. Premises - operations ~, Explosion and Collapse Hazard 4. Underground Hazard 5. Productsl Completed operations Hazard ~, Cantractuallnsurance 7. Broad Form Property Damage 8. Independent Consultants 9. Personallnjury AUTOMOBILE LIABILITY--OV~NED NONROW~IED $~,goO,gOD COMBINED INOLE LIMIT OR RENTED WHICH COMPLIES vUITH THE TE~CA 1N~RKER= vI~ORKERB' COMPENSATION COIPEIVATION ACT AND PARAGRAPH II O1= THIS E~CHlBIT EMPLOYER' LIABILITY $~ Dg,OOQ EXCE LIABILITY ~,OO~,agO COMBINED INLE LIMIT PRO1=EIONAL POLLUTION LIABILITYI ~,0~~,40g COMBINED iNLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not lirr~ited to sudden & accidental discharge; to include [ ~ REQUIRED long-tern environmental impact for the disposal of [}~] NOT REQUIRED contaminants BUILDER' RII~ fee ectian B-G~~'i and supplemental Insurance Requirements [ ]REQUIRED [X] NOT REQUIRED INSTALLATION FLOATER ~ OO,oOO Combined Single Limit ~~ eCtl~n B-~~'~ ~ and Upp~en'lent~ insurance Requ~rerr~ent [ ~ REQUIRED [~C] NOT REQUIRED ELI I~BIT ii~l? ~~ ~ ~ ~~ In the event of accidents of any kind, the Consultant shall furnish the Citywith copies of all reports ofsuch accidents atthe same time thatthe reports areforwarded to any other interested parties. ll. HELD HAI~MI~E A. ~vnsuitant agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees, and each of them against and hall itand them harmlessf~or~anyand all lawsuits, claims, demands, liabilities, losses and expenses, including court casts and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injuryt or any damage tv any property, which may arise ar which maybe alleged tv have arisen out of or in connection with the work covered by this contract. The foregoing indemnity shall apply except if such injury, death or damage is caused by the sole ar 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 ~ licensed insurance company~or through self-insurance obtained in accordance v~rith Texas la~v~ If such coverage is obtained through a licensed insurance company, then the contractfarcoverage shall be written on a policyand endorsements approved by the Texas state Board of insurance. If such coverage is provided through self-insurance, then within ten ~~ ~}calendar days after the date the City requests that the Consultant sign the contract documents, the Consultant shall provide the Citywith a copyof its certificate of authorityto self~insure i#s 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 i not the subject of any revocation proceeding then pending before the Texas vVorkers' Compensation omr~ission~ Further, if at any time before final acceptance of the vVork by the City, such certificate ofauthority toself-insure is revoked ar is made the subject of any proceeding which could result in revocation of the certificate, then the Consultant shall immediately provide v~rritten notice of such facts to the City, by certified mail, return receipt requested directed to. City of Corpus Christi, Departr~ent of Engineering services, ~. ~. Box ~~7~, Carpus Christi, Texas 1849 -Attention: Contract Administrator. 1hether workers' cor~pensation insurance coverage is provided through a licensed insurance company or throughwlf-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. r n ~t ~ ~ ht+W~~t~9-fie" ' - ~# ~~HI~IT `j~" Pa e~of ~ ' III. ~n the certificate of insurance: • The City of Corpus Christi is to be named a ~n additional insured on the liability coverage, e~ccept far workers' campenatian ca~erage. • hauld your insurance company elect to use the standard A~~D farm, the cancellation clause ~bottam 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 i not amended in the A~~RD farm, then endorsements shall be submitted. • The Herne of the project also needy to be listed under"description of operations". • ~t least ~ ~-day written notice of change or cancellation will be required. I11, A completed Disclosure of Interest must be submitted with your proposal. EXHIBIT "S" pa e~of3 City of ~~ COl'pU5 CITY OF CORPUS CHRISTI Christi DISCLOSURE OF INTERESTS ..~..~r City of Carpus Christi Ordinance ~ 7~ ~ ~, ~~ amended, requires all persons ar firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is nQt applicable, answer with "NIA" F FIRM NAME: Ll~ll Engineering ,Inc. STREET: 8g1 Navigation, Suite 30g __- CITY: Corpus Christi, T~ . ZIP: ? FIRM is ~ .Corporation ~ 2. Partnership . Sale Owner 4. Association 5.Other _ . . CICl~OURE QUESTION If additional space is necessary, please use the reverse side of this page or attach separate sheet. ~. state the names of each employee of the Cityof Corpus Christi having an ownership interest constituting 3°l0 or mare of the ownership in the alcove Warned firm. Name Job Title and City Department cif known} NIA - - ---. - . 2. State the names of each official of the City of Corpus Christi having an ownership interest constituting ~°l~ or mare of the ownership in the above named firm. Name Title NIA ~. #ate the names of each board member of the City of Corpus Christi having an ownership interest constituting °lo or more of the ownership in the above Warned firm. Name Board, Commission or Committee Dan . Le endecker hllarina Advisory Cor~mittee 4. at2~te the names of each employee or officer of a consultant for the City of Carpus Christi who worked an any matter related to the subject of this contract and has an ownership interest constituting ~°lo or more of the ownership in the above named firm. Name Consultant N1A CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that l have oat knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes r. Certifying Person: Dan . Le end Title: President Si nature of Certif in Person: ~ Date: ~ g yg E~HiBIT "C" Page 1 of 2 DEFINITION a, Board Member. A member of ar~y board, commission or committee appointed by the City Council of the City of Carpus Christi, Texas. b, Em~playee, Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not a an independent contractor. c. 1=irm. Any entit~r operated far economic gain, whether professional, indutriel ar commercial and whether established to produce or deal with a product or service, including but not limited to, ent~tEes operated in the form of sole proprietorship, as self~emplo ed person, partnershi ,corporation, 'Dint stock company, ~o~r~t venture, yy ~ n are treate~ as non- rafit or anizatEOns, ntitNes wh~cl~ far ur oses of taxa o rece~versh~p or trust and e p p p ~ d. Official, The Mayor, members ofthe Cityouncil, CityManager, Depu, City Manager, Assistant CityManagerst , ~ nd Mun~ci al Court Jud es of the Ci of Cor us Chr~st~, Texas. Department and Division Heads a p g p e, Ownership interest, Legal or equitable inte~'est, whether actually or constructively held, in a firm, including when such interest is held through an a ent, trust, estate or holding entity, Constructkvely held refers to holding or v tin frusts raxies ors ecial terms of venture or artnershi a regiments, control established through o g , p p p P g Consultant. Any person or firmt such as engineers and architects, hired by the City of Corpus Christi far the purpose of professional consultation end recommendation, ~~CMIBIT "C" Page 2 of 2 ~ ~ ~ ~ ~ ~ N ~ ~ ~ ~. ~ ~ ~ ~ ~ V ~~ ~ ~ Q ~ ~ ~ '~ .~ ~ ~ ~ ~' '~ ~ ~ ~ ~~ W +~ ~ H ~ ~ ~ ~ ~ ~ ~ ~ ~ r ~ N ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ' !1J ~ ,~ ~ w~ °~ ~ ~ ~ J~ ~- ~ - r f~. G ~" ~ O 0 G ~ O O a 0 0 ~ O ~ D O ,~" O n r n r r CV /__~ ~f i" w ~ n ~ ~ ~ ~ l~ ~ ~ r ~ ~ ,~- r r ~ E 4~} D ~ D ~ D ^ G~ ^ ~ ~ ` ~ ~ ~ ~ ~ ~ ~ C~ ~ LV ~ ~ ~ ~" ~# r r ~ ~ ~ ~ ~ D D ~ ~ ~ ~ ~ ~ ~ ~ O O ~ C ~ D N ~ ~ ~ ~ ~ ~ ~ ~ O ~ ~ ~ D ~r cD N i~ 0~ !` R R ~k ~k K K ~ Fr ~ w R R K r ~? [w"~ 00 iV ~ t ~ ~0 ~ ~V ~ ~ ~ ~ ~ ~ ^ C] C~ ~ u~ D u~ u~ [V i~ N ~ ~1 tD ~ ~ ~ C~ N ~ Cp k A n , n ~ ~ ~ ~- r r r r r N #~} ~ ~# ~ ~ ~ D ~ O ~ ~ ^ G~ ^ ~ O ~ ~ r ~ ~ ~ ~ ~ r ~ n ~ ~` ~ ~ ~ ~ a. - n r ~ r r r ~c~ r CV ~}} ~ ~ ^ ^ ^ ~ C] ~ ~ ~ ~ ~ ~ O O w r n CV ~ N ~ CD N n N ~ ~ Op ~ VI ~ ~i W ~ ~ • ~~ F '• ~ W ~~ W ~~ ~_ •~ , L ,~.~ ~ ~ ~ ~ V1 ~~ ^ ^ ,~ VI ~ ~ ~ '~ ~A ~/I ~ ~ ~ ~~^ J }~ ~ ~ ~ ~ ~1„~ sq l ~ Yf f ~~ ~ ~_ ~~ ~~ ~ ~_ ~~ ~ _ a--+ ~ ~ ~ ~ ~ E~F~tBIT "D" P~ e~of~