Loading...
HomeMy WebLinkAboutC2009-351 - 9/15/2009 - ApprovedCITY of CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9211, Corpus Christi, Nueces County, Texas 78469-9211 City}acting through its duly authorized City Manager or Designee Director of Engineering Services} and Covm~ Rehmet & Guterrez_En~ineerin~, L.P., a Texas limited partnership, 5656 S. Staples, Suite 230, Corpus Christi, Nueces County, Texas 18411, ~ArchitectlEngineer-AIE}, hereby agree as follows: 1. SCGPE GF PROJECT : Bear Lane -old Brownsville Road To SPID Project No. 6463 } The section of Bear Lane bound between SPID and Cld Brownsville Road is currently a twalane rural roadway section with drainage ditches on both sides, Bear lane improvements will consist of the reconstruction and widening of the existing two-lane roadway to an arterial ~A-1 ~ four-lane roadway with a continuous left turn lane, curb and gutter, sidewalks, driveways, storm water improvements, including replacement of the major bridgelculvert structure for the "Enterprise Reach" Channel, water improvements, wastewater improvements and the installation of improvements to meet TAS standards as administered through TDLR. Associated improvements such as pavement markings, traffic signageltraffic control and miscellaneous appurtenances will be made as required. 2. SCOPE OF SERVICES The AIE hereby agrees, at its awn expense, to perform professional services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, AIE 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 AlE provide breakdown of costs, schedules}, a d written authorization is provided by the Director of Engineering Services. AIE 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 Negotia#ion Process, 1993" a joint publication of the Consulting Engineer's Council of Texas and Texas Societyof Professional Engineers. For purposes of this contract, certain services listed in this publication as Additional Services will be considered as Basic Services. 2009-351 MZ009-Z55 09115109 Co m, Rehmet & Gutierrez Eng. Y Large ~AIE~ Contact one from 4id Brov~msville Raad to SPID BI 2t)081Consultantlconirad fa Professional servic~s.dac Page 1 of 3 IW'DEXED 3. ORDER OF SERVICES The AIE 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 wri#ing by the AIE 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 ail additional time that may be required for review by the Ci#y staff and may be amended by or with the concurrence of the Director of Engineering Services. The Director of Engineering Services may direct the AIE 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. AIE shall notify the City of Corpus Christi within three 43} days of notice if tasks requested requires an additional fee. 4. INDEMNITY AND INSURANCE AIE agrees to the mandatory contract indemnification and insurance requirements as set forth in Exhibit "B". 5. FEE The City will pay the AIE a fee, as described in Exhibit "A", for providing services authorized a total fee not to exceed $1,0?0,830.00 ~~ne million seventy thousand eight hundred and thirtydollars}. Monthly invoices will be submitted in accordancewith Exhibit «D~~ . 6. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the A!E at the address of record. In this event, the A!E will be compensated for its services on all stages authorized based upon AIE and Ci~'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 AIE agrees that at least 75°/0 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°/0 of the work described herein will be performed by a labor force residing outside the Carpus Christi Metropolitan Statistical Area ~MSA.} lar~v ~WE~ Contract M:IHOMEIKeIly01G~N1STREETS1~463- Bear Lane from Qld Brownsville Road is SPiD B! 20081Consul~antlConirad fa Professia~l 5ervices.doc Page 2 of 3 8. ASSIGNABILITY The AIE 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 AIE staff. If the AIE is a partnership, then in the even# of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the Ci#y may designate. No part of the AIE fee may be assigned in advance of receipt by the AIE 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 ~F DOCUMENTS All documents including contract documents 4plans and specifications}, record drawings, contractor's field data, and submittal data will be the sole property of the City, may not be used again by the AIE without the express written consent of the Director of Engineering Services. However, the AIE 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 reuse of modified plans. 10. DISCLOSURE OF INTEREST AIE further agrees, in compliance with City of Corpus Christi ordinance No. 11112, to complete, as part of this contract, the Disclosure of 1n~erests form attached hereto as Exhibit "C". CITY of CORPUS CHRISTI Oscar Martinez, Date Assistant City Manager RECOMM ED By ~~ ~ %~ Pete Anaya, P.E Date Director of Engineering Services ATTEST By Armando Chapa, Secretary APPROVED AS TO FORM ey ~ ~ ~b City Attorney to CoYM, REHMET & CUTIERREZ ENG ERI .P. d By ~ . Don Rehmet, . E. ate Vice President 5656 S. Staples, Suite 234 Corpus Christi, TX 78411 X361 } 991-8554 Office X361 } 993-1569 Fax ~~- AUTHUKI~t~ 0 ~~ ~~~G~~ •M/~M - . SF.~~ET~IRY ~~ Lame (AIE) Contract w.._ w .e n H:WOME1KeilyOl{3EMSTREET5184B3-BearLane from Old Brownsville Road to 51aID Bi 20Q81Consultantl~Contrad for Professional sarvices.doc Page 3 Of 3 ~~~~~~ ExHIBIT A CITY of CORPUS CHRISTI, TEXAS Bear Lane -old Brownsville Road To SPID Project No. s4fi3} 1. SG~PE ~F SERVICES A. Basic Services. Basic Services will include the following in addition to those items shown on Exhibit "A- ~"Task List.} 1. Preliminary Phase. The Architec#IEngineer-AIE will: It is the intent of the Preliminary Phase to provide a study and report of project scope with economic and technical evaluation of alternatives, and upon approval, proceed in a Design Memorandum which includes preliminary designs, drawings, and written description of the project. This report shall include: a. Provide scope of soil investigations, borings, and laboratory testing and make recommendations tothe City. Coordinate all required services with the Geotech Lab. The City Engineering Services Department will provide necessary soil investigation and testing under one or more separate contracts.} b. Confer with the City staff at the start of this phase 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; document and distribute meeting minutes and meeting report within seven ~T} working days of the meeting. The AIE wilt discuss the project with the operating department Water, Wastewater, has, Storm Water, Streets, etc.} and other agencies, including but not limited to the Texas Department of Transportation ~TxD4T}and Texas Commission on Environmental Quality ~TCEQ} as required to satisfactorily complete the Project. c. Submit one ~1 } copy in an approved electronic format, and one ~1 } paper copy of the Design Memorandum, with executive summary, opinion of probable construction costs, defined technical evaluations of identified feasible alteratives, and review with City staff to produce an acceptable format. Design Memorandum will include the following with CoNSTRUCTABILITY being a major element in ail the following items}~ 1 } Review the Project with the respective operating Departments} for clarification and definition of intent and execution of the Project; The A!E will meet with City staff to collect data, discuss materials and methods of construction, and identify design and construction requirements. 2} Review and investigation of available records, archives, and pertinent data related to the Project including taking photographs of the Projec# site, list of potential problems and possible conflicts, intent of design, and improvements required, and conformance to relevant Master Plans}. 3} Identify results of site field investigation including site findings, existing conditions, potential righ# of wayleasements, and probable Project design solutions which are common to municipalities}. 4} Provide a presentation of pertinent factors, sketches, designs, cross- sections,and parameters which will or may impact the design, including engineering design basis, preliminary layout sketches, identification of a~ ~~ EXHIBIT A P~d~ ~ of A H:IFiDM~II(eUy~1GENISTRF.~TSV6483~ Bear Line iram Old Brownsville Road to Si~l~ BI ~0081Gon~uibMlE~cl~it A,doc needed additional services, preliminary details of construction of critical elements, identification of needed permits, identification of specifications to be used, identifica#ion of quality and quantity of materials of construction, and other factors required for a professional design ~CQNSTRUCTABILITY~. 5} Advise of environmental site evaluations and archeology reports that are needed for the Project Environmental issues and archeological services to be an Additional Service}. 6} Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project including permitting, environmental, historical, construction, and geotechnical issues; meet and coordinate with pertinent agencies such as RTA, CDBG, LISPS, CCISD, Community groups, TDLR etc. 7} Confer, discuss, and meet with City operating departments} and Engineering Services staff to produce a cohesive, well~def ned proposed scope of design, probable cost estimates~s}and design alternatives. 8} Provide a letter stating that the AIE and Sub-consultant Engineers have checked and reviewed the design memorandum prior to submission. 9} Provide an analysis on project impacts towards "re-engineering" and effects on cost savings toward City operations which this project will affect. City staff will provide one set only of the following information has applicable}: a. Record drawings, record information of existing facilities, and utilities has available from City Engineering files}. b. The preliminary budget, specifying the funds available for construction. c. Through separate contract, related GIS mapping for existing facilities. d. A copy of existing studies and plans. has available from City Engineering flies}. e. Provide applicable Master Plans. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the AIE will: a. Study, verify, and implement Design Memorandum recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City Gpera#ing Departments}and Engineering Services staff, b. Prepare one set of Construction Bid and Contract Documents in City format fusing City Standards as applicable}, including Contract agreement forms, general conditions and supplemental conditions, notice to bidders, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid, 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 andlor contaminated soils that may be discovered during construction Ito 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 track progress and payments. EXHi81T "A" P~dA 2 e~ 9 H;IHOMEII(~IIyDIG~I~IST'R~"1'SIi~dS~ Bar L~r~ from Old Brown~vlla Road to SPiD BI ZOq~ICoraultahllEychlb~ A.doc e, Furnish one ~1 } copy of the interim plans plans only-identify needed specifcaflons} to the City staff for review and approval purposes with estima#es of probable construction costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. Required with the interim plans is a "Plan Executive Sum,ma~' which will identify and summarize the project by distinguishing key elements such as: • Pipe Size or Building Size • Pipe Ma#erlal, etc. • Why one material is selected over another • Pluses of selections • RAW requirements and why • Permit requirements and why • Easement requirements and why • Embedment type and why • Constructability, etc. • Specif c requirements of the City • Standard specif cations • Non-standard specifications • Any unique requirements • Cost, alternatives, etc. • owner permit requirements and status f. Assimilate all review comments, modifications, additionsldeletionsond proceed to next phase, upon Notice to Proceed g. Provide 1 copy of pre-final plans and bid documents to the City staff far review and approval purposes with revised estimates of probable casts. Compile comments and incorporate any requirements into the plans and specif cations, and advise City of responding and non-responding participants. h. Provide Quality AssurancelQuality Control ~QAIQC} measures to ensure that submittal of pre-f nal cif required}, 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 AlE and Sub-consultant AJE shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are comple#e prior to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. i. If required, provide traffic controls including a Traff c Control Plan, illumination, markings and striping, signalization, and as delineated by the City Traffic Engineering Department. j. Upon approval by the Director of Engineering Services, provide one ~1 }set shard copy and electronic} of final plans and contract documents suitable for reproduction din City format} and said bid documents henceforth become the sole property and ownership of the City of Carpus 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 ac~on items developed from monthly progress and review mee#ings. m. Provide a Storm Water Pollution Prevention Plan. n, Ordinance No.19663 establishes the Municipal Public Arts Program requiring works of art to be included in certain city vertical construction projects. If it is determined this project is subject to Municipal Public Art Program, the E~CHtBR "A" H:IHOMEIKaIlyO1GEN151'R~'81i4~ Bar Line tram Old Browmvlll~ itwd to BPID BI ~Q~1CarnultintlFachib~ A.doC PBdA 3 of 9 architectlengineerwlllcooperate during the design process to fulfill the requirements of the ordinance, The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities far the professional services contract awarded. b. Provide the budget for the Project specifying the funds available for the construction contract. c. Provide the City's standard specifications, standard detail shee#s, standard and special provisions, and farms for required bid documents. 3. Bid Phase. The AIE will; a. Participate in the pre-bid conference and provide a recommended agenda for critical construction activities and elements impacted the project, b, Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c, Review all pre-bid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' approval, any addenda or other revisions necessary to inform contractors of approved changes priorto bidding. d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation conceming 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 AIE 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. Adverse the Pro jest for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue with the assistance of the AIE}any addenda, prepare and supply bid tabula#ion forms, and conduct bid opening, c. Receive the Engineer's. recommendation conceming bid evaluation and recommendation and prepare agenda materials for the City Council conceming bid awards. d. Prepare, review and provide copies of the contract for execution between the City and the contractor. 4. Construction Phase. The AIE will perform contract administration to include the following: a. Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Review field and laboratory tests. EXHIBIT "~1" PsaA ~ o~ 9 H;WDME11f~IlyQ1GF.N13TRF.ETS1i4E3• Bar L~n~ from Old B~+ow~nvilN Road to SPIQ BI 70Dd1CorMUiantl~xhlbit A,doc d. Provide interpretations and clarifications of the contract documents for the contractor and authorize required changes, which da not affect the contractor's price and are not contrary to the general interest of the City under the contract. e. Make regular 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 contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. f. Prepare change orders as authorized by the City coordinate with the City's construction division}; provide interpretations and clarif cations of the plans and specification's for the contractor and authorize minor changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. g. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. h. Review construction "red-line" drawings, prepare record drawings of the Project as constructed from the "red-line" drawings, inspection, and the contractor provided plans} and deliver to the Engineering Services a reproducible set and electronic file ~AutoCAD r.14 or later} of the record drawings. All drawings will be CARD 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 forma# in tabular form. All electronic data will be compatible with the City GIS system. The City staff will: a. Prepare applicationslestimates for payments to contractor. b. Conduct the f nal acceptance inspection with the Engineer. B. Additional Services (ALLOWANCE) This section defines the scope hand ALLGWANCE} for compensation for additional services that may be included as part of this contract, bu# the A1E 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 AIE will, with written authorization by the Director of Engineering Services, do the following: 1. Permittin .Furnish the City all engineering data and documentation necessary for all required permits. The AIE will prepare this documentation for all required signatures. The A1E will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. TxDGT PermitslAmendments b. Texas Department of License and Regulation ~TDLR } 2. Topographic Survey. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points. Establish base survey controls for line and elevation staking knot detailed set~ng of lines and grades for specific structures or facilities}. All work must be tied to and conform to the Cites Global Positioning System ~GPS} control network and comply with Category fi, Condition I specifications of the Texas Society of Professional Surveyor' Manual of Practice for EiCHIBIT "A•' Paae ~ o~ 9 H;IHOMEIK~Iiy41GEN1STREETS16~d3~ Bwr I.~nf Irom 41d BrowtuvNa Road to SPID 812008VCornulbMlExhib~ Adoc Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two ~2}found boundary monuments from the project area. 3. Environmental issues. To be determined. 4. Construction Observation Services (64 Weeks) 1. Provide a project representative APR} to provide full-time X44 hrs. per week} construc~on 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 AJE shall endeavor to provide further protection for the CITY against defects and def ciencies in the Work. B. The duties and responsibilities of the PR are described as follows: ~ . General: PR will act as directed by and under the supervision of AiE, and will confer with AIE regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with AIE and Contractor, keeping the CITY advised as necessary. 2. Conference and Meetings: Attend meetings with Contractor, such as pre- construction conferences, progress meetings, job conferences and other project- related meetings as required by the City, and prepare and circulate copies of minutes thereof. 3. Liaison: A. Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. B. PR shall communicate with CITY with the knowledge of and under the direction of A1E 4. Interpretation of Contract Documents: Report when clarifications and interpretations of the Contract Documents are needed and transmi# to Contras#or clarifications and interpretations as issued. 5. Shop Drawings and Samples: A. Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. B. Record date of receipt of Samples and approved Shop Drawings. C. Advise Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which PR believes that the submittal has not been approved. fi. Review of Work and Rejection of Defective Work: A. Conduct on-Site observations of Contractor's work in progress to assist AIE in determining if the Work is in general proceeding in accordance with ~e Contract Documents. B. Report whenever PR believes that any part of Contractor's work in progress will not produce a completed Project that conforms to the Contract Documents orwill prejudice the integrity of the design concept of the completed Project, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise City and AIE of that art of work in ElCHlgIT "A" PSdR B e~ 9 H:IFIONIE1KelIyoIGENISTR~1'SV6~ Boer Grp from old &owrlsville Road to SPID BI ZQOSVConsulbntl~th~it Adoc progress that PR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. C. Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. 7. Records: A. Maintain orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change finders, Field orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, AIE's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. B. Prepare a daily report utilizing approved City format, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to A!E and the City. 8. Reports: A. Furnish periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. B. Report immediately to the CITY and AIE the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by f re or other causes. C. Provide project photo report on CD-RAM 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, submit to Gontractor a list of observed items requiring completion or correction. B. Participate in a final inspection in the company of AIE, the CITY, and Con#ractor and prepare a final fist of items to be completed or corrected. C. Observe whether all items on final list have been completed or corrected and make recommendations concemingacceptance and issuance of the Notice of Acceptability of the Work. 5. W~ ant 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, f x, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the Gity 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. Gomplete the inspection and prepare the report no later than sixty X60}days prior to the end of the maintenance guaranty period. G. Hydro~Excavatior~. Upon receiving authorization from the City to proceed, conduct hydro-excavation approximately 300 I.f.}to identify underground utilities. The hydro- excavation process will conform to subsurface utility engineering in accordance with ASCE Standard C-I, 38-02, and shall be in accordance with Section ~ .e of Basic Services. EXHlBR "A" pBaA T e~ 9 H;IHOMEII(~IIy01G~NIS~'REETSV6~133~ Bar land frflm Old &ow~avlili Raid to SPID Bi ~oOtlCan~ufa+MlExlilblt A.doc 1. Public Meetin . Assist the City in Preparation of agenda and exhibits and participate in one public meeting, 8. Sanita Sewer Cleanin and Video Surve .Upon receiving authorization from the City to proceed conduct a video survey of sanitary sewer lines approximately 4,214 i.f.}and manholes ~appraximately 13 each} to ascertain the condition of the existing lines and manholes for use in, if necessary, design drawings. This will include cleaning operations to allow for pulling a closed circuit television camera through each line segment. Upon completing cleaning operations on an existing line, a closed circuit television camera will be pulled through each line segment. The intent of this process is to carefully inspect the interior of the existing line and obtain detailed information for further study. The Engineer shall provide the City with a television report log, and a color professional grade video for each line or line segment inspected. The log shall consist of obsen~a~ons recorded on television inspection forms, and shall specifically indicate i#ems such as deviations in line and grade, abnormal conditions of pipe barrel and joints, locations of dropped or broken taps, and locations and quantities of any sources of infiltration or inflow. A video CD of each manhole inspected will also be provided. The Engineer will consult with the City and make recommendations regarding repairlrehabilitationlreplacement ofthe lines and manholes inspected. Provide the services above authorized in addition to those items shown on Exhibit "A-1" Task List. 2. SCHEDULE ACTIVITY DATE Begin Design Memorandum Phase September 15, 2009 Begin Design Document Phase December 15, 2009 Interim Submittal June 30, 2010 Prefinal Submittal July 30, 2010 Final Submittal August 30, 2010 Advertise For Bids September 13, 2010 Pre-Bid Conference ~c#ober fi, 201 D Receive Bids October 13, 2010 Begin Construction December 15, 2010 Construction Completion February 15, 2012 EXHIBIT "A" PAnR A of A H;IIiDME1KNtyDIGENIS~R~ETSV648~• Bar IarM from Old Bro~wr-~vlUe Road to SPID BI Z~D81Con~ulbntl~chib~t A.doc 3. FEES A. Fee #or Basic Services. The City will pay the AIE a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1-4 above, and for all expenses incurred in performing these services. For services provided inSection I.A.1-4, AIE will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon A!E's estimate hand City Concurrencey of the proportion of the total seNices actually completed at the time of billing. For services provided in Section I.A.4, the statement will be pro-rated based upon the estimated construction duration shown in Section 1.B.6. above. Services required beyond the estimated construction duration are subject to additions! fees to be determined. Ci#y will make prompt monthly payments in response to AIE's monthly statements. B. Fee far Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the A!E a no#-to-exceed fee as per the table below: Summary of Fees BEAR LANE ~- SPID To oLD BROWNSVILLE ROAD Project No. fi4fi3} Fae For Basic Services Street Stormwater Water Wasto Water Totais 1. Preliminary Phase 41,378 28,963 28,556 188 99,085 2. Design Phase 179,015 125,301 123,544 815 428,fi75 3. Bid Phase 5,197 3,638 3,587 23 12,445 4. Constnaction Phase 33,675 23,511 23,240 154 80,fi4D Subtotal Basic Services Fees 259,265 181,473 178,921 1,180 620,845 Fee for Additional Services Allowance} 1. Permit Preparation has applicable} ~AUTH4RIZED~ TxDQT Texas Department of License and Regulation Total Permitting ,310 2,168 2,167 4,335 3,310 2. Topographic Survey ~AUTH4RIZED} 35,597 24,916 24,567 162 85,242 3. Environmental Issues TBD 4. Construction Observation Services 101,320 T0,919 69,925 461 242,625 5. Warranty Phase 2,067 1,447 1,427 9 4,950 fi. HydnaExcavation AUTHORIZED} 15,848 11,093 10,937 72 3T,950 7. Public Meeting (AUTHORIZED} 2,735 1,915 1,888 12 6,550 8. Sanitary Sewer Cleaning ~ Video AUTHORIZED} _ _ _ fi5,023 65,023 Subtotal for Additional Services Allowance} 160,81T 112,458 110,911 65,739 449,985 Total Authorized Fee 420,142 293,931 289,838 6fi,919 1,070,83D EXHIBIT "A" Paoe9of9 H:W~IIy01QENLSI'REETS464i~ Bar t~n~ from Oid Brown~vila Road to SPID BI ~DO~ICa~wl~ntlExhlbR A.da EXHIBIT A-1 CITY ~F CARPUS CHRISTI, TEXAS Bear Lane ~-old Brownsviile Road To SPID Project No. 8463} TASK LIST Basic Services for Bear Lane -- 41d Brownsville Road To SPID Project No. 6463 1 } Project limits include Bear Lane from SPID to Cld Brownsville Road involving existing right-of- way. 2} Perform field investigation surveys as authorized by Additional Services} as required to define specific areas of demolition and new work along with the applicable parameters required to complete the design memorandum and construction drawings. 3} Contact Texas one-call system to locate existing City utilities in the field, and coordinate with appropriate City operating department. 4} Attend and participate in project kickoff and planning meetings ~2 meetings} with City staff to discuss planning and conceptual design. 5} Review available reports, record drawings, utility maps and other information provided bythe City pertaining to the project area. 6} Prepare one ~1}hard copyand one ~1} electronic copyof the design memorandum pre-final and final submission} including data collected, preliminary drainage calculations, roadway alignments, additional road requirements cif any} and conceptual cost estimates far the anticipated improvements and make recommendation to the City staff. l} Review with City staff, revise and furnish one ~1 }hard copy and one ~1 } electronic copy of the final design memorandum. obtain approval to proceed to Design Phase. 8} Participate with staff at one ~1 }public meeting. Prepare exhibits as required to illus#rate scope of proposed improvements. 9} Prepare hydraulic analysis based on 5, 25 & 100-year design storm return frequency runoff coefficients, time of concentration, rainfall intensity and drainage areas utilizing WinStorm software. Hydraulic Gradient will be reflected in the construction drawings. The hydraulic gradient in the outfall drainage ditch ~"Enterprise Reach„ Channel} will be furnished by the City from the proposed master drainage plan. 10} Develop construction drawings in English units in 22" x 34"sheets, to include the following Approximately 181 sheets total}. 11 } Prepare opinion of probable construction costs including contingency amounts. E~CHIBIT "A-1" Rage 1 of 4 H:IHOMEIKeIiy01GENIS7REE7SIG4fi3• Bear lane from Qld &ownsvilfe Road to SPID BI Z008lConsultantlExhibit A•1 Task llst,doc 12}Prepare Special Provisions, Specifications and Forms of Contracts and Bands to include: • Title Page • Table of Contents • Notice to Bidders • Notice to Contractors - A • Notice to Contractors ~- B • Part A -Special Provisions • Part B -General Provisions • Part C -Federal Wage Rates and Requirements • Part S -Standard Specifications • Part T -Technical Specifications cif required} • List of Drawings • Geotechnical Report • Notice • Agreement • ProposallDisclosure Statement • Performance Band • Payment Bond 13} Provide Quality AssurancelQuality Control ~QAIQC}for pre-final review and prepare submittal for City's review depicting final complete development of the construction drawing and specifications. 14} Address comments received from the City for the pre final Submittal. 15} Provide Quality AssurancelQuality Control ~QAIQC} final review and submit one ~1 } hard copy and one ~1 }electronic copy of the final contract drawings and specifications to the City for bidding process. 1 fi} Update the Gpinion of Probable Costs. 1 l} Provide Bid Phase Services in accordance with Exhibit `A' of the Contract for Professional Services. 18} Provide Construction Phase Services in accordance with Exhibit `A' of the Contract for Professional Services. 19} Prepare monthly progress reports for submittal to the City. Monthly progress reports shall be submitted by the 5~' of each month. 20} A!E will coordinate with City and AEP for lighting conduit locations. EXHIBIT "A-1" Page Z of 4 H:IHQMEIKeIly01GEN1STREETS1s4B3- Bear t,ar~e from Old Brownsville Road to SPID BI 2QOt31Consultantl~xhibit A•1 'task t.ist,doc Additional Services for Bear Lane -Old Brownsville Road To SPID (Project No. 6463) PERMITTING 1. Upon receiving authorization from the City to proceed, furnish to the City all engineering data and documentation necessaryfor all required governmental permits as needed to complete the project. 2. Prepare and submit permit applications and associated fees to the appropriate authorities as required to complete the project. These are TxDOT and TDLR Permits. TOPOGRAPHIC SURVEY ~ . Establish ROW and baseline control. 2. Set horizontal and vertical controls. 3. Perform a complete topographic survey as required for design including offsite wee-ranging survey work to determine exact boundaries of drainage areas. 4. Locate and tie-in known utilities and structures as necessary for design. 5. Set offset control points for construction and recheck all project bench marks. CONSTRUCTION OBSERVATION SERVICES 64 WEEK DURATION 1. Provide construction observation services as authorized by the City. 2. Conduct daily site visits to the project site during construction, 3. Prepare daily reports and coordinate site visits with CRG office staff. 4. Provide detailed coordination with City staff during construction. 5. Coordinate construction activities with materials testing lab. WARRANTY PHASE 1. Upon receiving authorization from the City to proceed, conduct 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, fx, restore, patch, correct or replace improvement under the maintenance guaranty terms of the construction contract, Document the condition and prepare a report for the City staff of the locations and conditions requiring action. EXHIBIT "A-1" Page 3 of 4 H:WQME1KeIly01G~N1STREET516463-Bear Lane from Old &ownsville Road #a SPID Bt 2Q081ConsultantlE~ibit A•1 Task List.doc HYDRO-EXCAVATION 1. Upon receiving authorization from the City to proceed, conduct hydro-excavation approximately 300 I.f.} to identify underground utilities. The hydro-excavation process will conform to subsurface utility engineering in accordance with ASCEStandard C-l, 38-02, and shall be in accordance with Section 1.e of Basic Services in Exhibit ~A". SANITARY SEWER CLEANING AND VIDEn SURVEY Upon receiving authorization from the City to proceed conduct a video survey of sanitary sewer lines ~approximately4,274 I.f.}and manholes approximately 13 each} to ascertain the condition of the existing lines and manholes for use in, if necessary, design drawings. This will include cleaning operations to allow for pulling a closed circuit television camera through each line segment. Upon completing cleaning operations on an existing line, a closed circuit television camera will be pulled through each line segment. The intent of this process is to carefully inspect the interior of the existing line and obtain detailed informa#ion for further study. The Engineer shall provide the City with a television report log, and a color professional grade video for each line or line segment inspected. The log shall consist of observations recorded an television inspection forms, and shall specifically indicate items such as deviations in line and grade, abnormal conditions of pipe barrel and joints, locations of dropped or broken taps, and locations and quantities of any sources of inf Itration or inflow. A video CD of each manhole inspected will also be provided. The Engineer will consult with the City and make recommendations regarding repairlrehabilitationlreplacement of the lines and manholes inspected. The City will furnish lift station crews}for late night ~-early morning work to pump down the CCIA lift stations}and coordinate with video subcontractor to accomplish the work. Size rox. From Le= Bear Lane 18" 2,134' 8" 950' Green Pint Dr. 8" 170' East RAW line of NPID Access Road S. Navigation Blvd. M.H. in Bear Lane Easements $" 350' 8" 430' 10" 240' To Flata Road 41 o'fWest of Cld Brownsville Road M.H. Approx.1l0' N. of Bear Lane M.H. M.H. in Bear Lane 410'tW. of flld M.H. Approx. 350' N. of Bear Brownsville Road Lane M,H. M.H. in Bear Lane 87D'f W. of Qld Brownsville Road M.H. Approx. 430' N. of Bear Lane M.H. M.H. in Bear Lane ~ Flato Road M.H. Approx. 240' S. of Bear Lane M.H. EXHIBIT "A-1" Page 4 of 4 H:IHOMEIKeIIyQIGENISTRBETS184B3- Bear Lane from Old BroMmsvilte Hoed is SPID ~t 2U081Consultantl~ibli A•1 Task Lisk.doc Exhibit B Mandatory Requirements (Revised September, 2001) I. CONSULTANT LIABILITY INSURANCE A. The Consultant shall not commence work under this Agreement until helshe has obtained all insurance required herein and such insurance has been approved by the City. Nor shall the Consultant allow any subconsultant to cammence work un~l 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. Productsl Completed Operations Hazard fi. Contractuallnsurance T. Broad Form Property Damage 8. Independent Consultants 9. Personallnjury AUTOMOBILE LIABILITY--AWNED 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,ODO COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITYI $2,D00,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include [ ] REQUIRED iong~tern environmental impact for the disposal of [X] NOT REQUIRED contam~nan#s BUILDERS' RISK See Section B-fi-11 and Supplemental Insurance Requiremen#s [ ]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" Pa e1 af3 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. INDEMNIFICATION AND HQLD HARMLESS A. Consultant agrees #o 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, far or on account of any injury to any person, or any death a# any time resulting from such injury, or any damage to any property, which may arise or which maybe alleged to 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 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~ calendardays after the date the City requests that the Consultant sign the contract documents, the Consultant shall provide the City with acopy ofitscertificate ofauthority taself-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 certif sate 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. C. Bax 9211, Corpus Christi, Texas 184fi9 -Attention; Con#ract 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 obliga#ions incurred by the Consultant will be promptly met. .. ,~ h . . .. EXHIBIT NB" Pa e2of3 f III. 4n the cer~ficate 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 ACRD form, the cancellation clause bottom rights shall Ise 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 1 D-day written notice of change or cancellation will be required. IV. A completed Disclosure of Interest must be submitted with your proposal. EXHIBIT "B" Pa e3of3 /-- ... ~~y~,~~ SUPPLIER NUMBER -~ TO BE ASSIGNED BYCTf~ C PURCHASING DNISIGN ~..~.~ City of CITY of CORPUS CHRISTI Corpus DIS~L~SURE ~F INTEREST Chnsti City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to rovide the followin~ information. Every uestion must be answered. If the question is not a~~ icable, answer with `NA". See reverse si a for Filing Requirements, Certifications and definitions. COMPANY NAME: Covm. Rehmet & Gutierrez En~ineerin~. L.P. P. o. Box: STREET ADDRESS: 5656 South Staples. Suite 230 FIRM IS: 1. Corporation 4. Association CITY: Corpus Christi ZIP: 78411 2. Partnership 3. Sole Owner ^ 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this pa a or attach separate sheet. 1. State the names of each `employee" of the City of Corpus C 'sti ~havin~ an "ownership interest constituting 3% or more of the ownership in the abave named firm. Name Jab Title and City Department (if known} NIA 2, State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the awnership in the above named "firm." Name Title NIA 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 NIA 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an awnership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant NIA EXHIBIT "C" Page ~ of Z FILING REQUIREMENTS . If a person who requests official action on a matter knows that there uested action will confer an economic benefit on any City official or employee that is distinguisha le from the effect that the action will have an members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, emplo ee or body that has been requested to act in the matter, unless the interest of the City o cial or employee in the matter is a parent. The disclosure shall also be made in a signed writing filed with the City Secretary. ~ thics Ordinance Section 2-349 ~d}] . CERTIFICATION 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 Carpus Christi, Texas as changes occur. Certifying Person: J. Don Rehmet, P.E., R.P.L.S. Title: Vice President (Type or Print) Signature of Certifying Date: Person: ~ ~ ~ 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. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "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. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stack company, joint venture, receivership or trust, and entities which for purposes of taxation are treated asnon-profit organizations. e. "Gff~cial." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "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 holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements," g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. EXHIBIT "C" Page Z of Z W a z ,~ ~ ~ ,. ~ N d 7 ~ ~ N0000 !fir Z Z a ~ m .~ W ~~ ~ ~ u~iooc ,~ac~' a 0 y C '~ w~ ~o ~E ~~ a~ _~ ~ .., o° ~~ c H 0 .~ a- ~~ ~~ o "' a~ _~ o~ ~o t~ N r 0 Z '0 0 0 U V A m 0 o 0 ~ 0 o 0 o 0 ~ 0 N 0 o 0 o 0 o 0 o o o v ~ o M 0 A 0 N ° o ° o a ° ° ° ^ ^ ^ o ° g ° o o o 0 0 ~, ~ m m m ,~ ~, ,~ ~ ~3 ~ ~ ~ ~} r ~ nj N M ~ ~ ~ ~ ° ° ° ° ° ~ ° ° ^ ^ ^ ~ o ° ° a o o m m m o ~ ~ ~ ~? w w ~ ~ ~ w w o v o o ° ° ~v o ~ o ^ ^ ^ $ ~ o ~ n o w ~ o m m m o ti o cv r ~ ° ° ~ ° ~ ° ^ ^ ^ o o o o c v N ~ ~ ~ ~ v o ~ ~n N v ~ m ~ ~ ti N ti v~ w w w w w ~ w w w w w w ~ M ~ r ~ ~ ~ ~ ~ ~ ~ ° ° ° ^ ^ O d 3 ~ ~ ~ ~ N N ~ N ~ N o N tD ~ ~ ~ iD N iD ~D r r r ~ T ~"" ° ° ° ° ° ° ° ° ^ ^ ^ N ° ° ° ~ o o c~ c v o c v c v 0 o r m ~ ~ ~ o r s w r w r w r w r w r w r w ~ ~ ~ ~ ~ ° ° ° ° o ° ° ° ^ ^ ^ ° a ° ~ o o o o o o o v v ~n ~n o v ~ ~ m v o v o N ~ N .. _ ~~ ~ H ~ N ~ N ~ ~-- ~ ~ N ~ v "' ~ ~ C H ~ Il H ~ a o y a = ,o y ~ N ~ ~ r o~ ~~ ~ ~ ~ ~ ~ h ~ ~ a~ m ~ ~ ~ ~ ~ t a o ~ ~ N v o ~ m ,~. _ ~ t a ~ C ~' .~.. C ,~ ~~ ~ ~ ~ v ~ ,. ~ ~ ~ ~ ~ W ~ ~ M~• , E - c ov ~ r a ~, ~ ~ o ~, o ,,. ~ ~o ~ '- ~ E~ }, ~ a ° Q .~~^ ~ Q ~ o ~ E o ° o _ ~ ~ a ~ o ^ :~o mU ~ ~ cn ~ a o~ a~ ~ - ~ ~a U aov~ ~ > ~n > ~n v, c~ m v ~o d o ~ ~o ~~ m~ _~ ~~ EXHIBIT "D" Pae~of~