Loading...
HomeMy WebLinkAboutC2009-436 - 10/13/2009 - Approved2009-436 M2009-289 10/13/09 Jacobs Engineering Group CITY OF CORPUS CHRISTI CONTRACT FOR AIE PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (CITY) acting through its duly authorized City Manager or Designee and JACOBS ENGINEERING GROUP Inc., a Delaware corporation, 777 Main St. Fort Worth, Texas 76102 (Architect/Engineer - A/E), hereby agree as follows: 1. SCOPE OF SERVICES -A/E will provide planning, architectural, engineering and construction administration services (the "Services") in support of the Planning and Architecture/Engineering Services for City of Corpus Christi -Corpus Christi International Airport (the "Project"). A/E shall provide such Services as authorized from time to time by written Task- Order issued by City and .accepted by A/E. A/E shall provide the Basic Services as described in Exhibit A for each Task Order, in addition to any Additional Services or-other Services as may be mutually agreed upon by the Parties in each respective Task Order. Each Task Order shall clearly state that it is issued pursuant to this Agreement and. shall identify the scope of services to be performed by A/E, the schedule for performance of the services, the method of pricing and/or compensation for services and such other matters as may be pertinent to the individual authorization. A/E shall not begin performance of any Services for any Task Order without written authorization from the Director of Engineering Services. In the event of any conflict or ambiguity between the terms-and conditions of any Task Order and this Agreement, the terms of this Agreement shall control. -The Director of Aviation may direct the A/E to undertake additional services provided that no increase in fee is required. Services or tasks requiring an increase of fee must be a authorized and approved by the Director of Engineering Services as evidenced in writing as an amendment or Task Order to this contract. A/E will provide monthly status updates (project progress or delays, gantt charts presented with monthly invoices) for wok completed under each Task Order. 2. ORDER OF SERVICES The A/E agrees to begin performance under this Agreement upon receipt of the Notice to Proceed from the Director of Engineering Services. Work will not begin on any Task Order until written authorization is provided by the Director of Engineering Services. The anticipated schedule of the preliminary phase, design phase, and bid phase are shown on Exhibits "A-1", "A-2", and "A-3". A/E and City agree that the- initial Task Orders shall be as follows: Exhibit "A-1" -Task Order No. 1 -Terminal Rehabilitation Phase IDesign - Federal Inspection Station (FIS) Conceptual Programming Service Exhibit "A-2" -Task Order No. 2 -Rehabilitation of Perimeter Service Road Phase I (Design Services) Contract for Engineering (A/E) Services Page 1 of 5 Exhibit "A-3" -Task Order No. 3 -Air Carrier Apron Rehabilitation Task Orders No. 2 and No. 3 are subject to (1) FAA grant funding; (2) City Council acceptance and ordinance appropriating the funds, and (3) motion to authorize City Manager or his designee to execute an amendment to this contract to authorize the fees for Task Orders 2 & 3. 3. INDEMNITY AND INSURANCE A/E agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees as more fully set forth in Exhibit "B." A/E agrees to obtain and maintain and the required insurance as set forth in Exhibit "B". 4. FEE AND INVOICING The A/E will be reimbursed at rates shown in the schedule of fees attached hereto as Exhibit "G". Such fees shall be subject to yearly adjustment upon the mutual agreement of A/E and City. .. All invoices will be accompanied by a cover letter summarizing the fee. The summary should briefly state the tasks, projects, and services provided. Invoices will be sequentially numbered and state the project name. The letter will state the number of the current invoice, the contract fee, the amount previously invoiced, and the current amount due. Invoices will not be submitted more often than once per month, and must be submitted in accordance with Exhibit "D." Each Task Order shall be subject to a not to exceed amount. The not to exceed amount for Task Order Nos. 1, 2 and 3 are as follows: For Task Order No. 1, the CITY will pay the A/E a fee, as described in Exhibit "A-1", for a total amount not to exceed $75,400.00 for Services authorized under this Agreement, inclusive of all Services, Time and Materials. II. For Task Order No. 2, the CITY will pay the A/E a fee, as described in Exhibit "A-2", a total amount not to exceed $490,848.00 for Services authorized under this Agreement, inclusive of all Services, Time and Materials. III. For Task Order No. 3, the CITY will pay the A/E a fee, as described in Exhibit "A-3", a total amount not to exceed $237,722.00 for Services authorized under this Agreement, inclusive of all Services, Time and Materials. 5. TERMINATION OF CONTRACT CITY may, at any time, with or without cause, terminate this contract upon seven days written notice to the A/E. If termination occurs prior to the final completion of all work contemplated by this contract, A/E shall be paid a reasonable compensation for Contract for Engineering (A/E) Services Page 2 of 5 the services actually rendered in accordance with the above-described schedule of fees and in proportion to the amount of work done on such services as have been authorized. 6. LOCAL PARTICIPATION There is no local participation requirement for this contract. However, the use of local sub-consultants by the A/E when beneficial to the City and A/E in terms of efficiency, expertise and responsiveness is encouraged. 7. ASSIGNABILITY This Agreement is not assignable and A/E will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior written consent of the City, except for routine. duties delegated to personnel of the A/E staff. If the A/E is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the AIE fee may be assigned in advance of receipt by the A/E without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. 8. OWNERSHIP OF DOCUMENTS All documents including contract documents .(plans and specifications), record drawings, contractor's field data, and submittal data will be the sole property of the CITY, may not be used again by the A/E without the express written consent of the Director of Engineering Services: However, the A/E may use standard details that are not specific to this project. 9. FEDERAL COMPLIANCE A/E will to the best of its ability maintain compliance with applicable procurement standards in 49 CFR 18.36. A/E will provide the City, the FAA, the Comptroller Generale of the United States, or any of their duly authorized representatives access to any books, documents, papers, and records directly pertinent to any specific grants funding the project for the purpose of making audits, examinations, excerpts, and transcriptions: A/E will maintain all required records for three (3) years after final payment and all pending matters are closed. A/E will comply with the requirements contained in 49 CFR, Section 23, Participation by Minority Business Enterprises in Department of Transportation, and AC 150/5100-15, Civil Rights Requirements for the Airport Improvement Program, current edition, .Title VI (Exhibit "E") and the Disadvantaged Business Enterprise Assurances (Exhibit "F"). A/E wild submit a letter to the City Engineer certifying compliance to the best of its knowledge with federal requirements, and that the A/E is -not currently debarred or suspended from participation in any program in any program by any federal agency. .These requirements are attached as Exhibit E, Contract for Engineering (A/E) Services Page 3 of 5 10. WARRANTY. A/E warrants that its Services will be performed in accordance with generally accepted standards in the industry. IMPLIED WARRANTY OF MERCHANTABILITY IS SPECIFICALLY EXCLUDED. A/E services provided for construction projects will be in accordance with "Professional Engineering Services - A Guide to the Selection and Negotiation Process, 1993" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of of Professional Engineers and the FAA Advisory Circular 150/5100-14 (Current Version or as revised). 11. FORCE MAJEURE Any delays in or failure of performance, other than the payment of money,'shall not constitute default hereunder if and to the extent such delays or failures of performance are caused by occurrences beyond the reasonable control of the either Party, as the case may be, including but not limited to, acts of God or the .public enemy; compliance with any order or request of any governmental authority; fires, floods, explosion, accidents;.. riots, strikes or other concerted acts- of workmen, - whether direct or indirect; or any causes, whether or not of the same class or kind as those specifically named above, which. are not within the reasonable control of either party. In the event that any event of force majeure as herein defined occurs, A/E shall be entitled to a reasonable extension of time for performance of its ,services under this Agreement. 12. TERM OF AGREEMENT This Agreement shall expire five (5) years from the date of execution. 13. DISCLOSURE OF INTEREST A/E further agrees, in compliance with City of Corpus Christi Ordinance No.17112, to complete, as part of this contract, the Disclosure of Interests form attached hereto as Exhibit "C". CITY OF CORPUS CHRISTI INC. ~ R. Escobar, P.E. D e City Manager JACOBS ENGINEERING GROUP~UC Contract for Engineering (A/E) Services Page 4 of 5 RECOMME ED By ~~ i~t / 9 Pete Anaya, P. E., ~Doate. Director of Engineering Services Fernando Segundo, AAE Date Director of Aviation ATTEST By _ Arman o Chapa, City Se tary Date APPROVED AS TO F RM By ~~~(, ~~ l~D~ Veronica Ocanas Assistant City Attorney for City Attorney Date '~- ~~~~-°~~~ AUTHORI1Ei1 et C~aNCIt.....~ ~~.13 ~ ~q ..-..... secRE~r~aY ~ Contract for Engineering (A/E) Services Page 5 of 5 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS SCOPE OF SERVICES A. Basic Services 1. Preliminary Phase. The Architect/Engineer-A/E will: It is the intent of the Preliminary Phase to provide a study and report of project scope with economic and technical evaluation of alternatives, and upon approval, proceed in a design memorandum which includes Preliminary designs, drawings, and written description of the project. This report shall include: a. Provide scope of soil investigations, borings, and laboratory testing. (The City Engineering Services Department will provide necessary soil investigation and testing under one or more separate contracts). b. Provide Topographic surveys c. Confer, discuss, and meet with Depart of Aviation and Department of Engineering Services staff to produce a cohesive, well-defined proposed scope of design, probable cost estimates(s) and design alternatives. .The A/E will participate in meetings with AIRPORT and CITY staff as outlined in Exhibit "A-1", "A-2~ and "A-3", provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven (7) working days of the meeting. The A/E will participate in discussions with the operating department and other agencies (such as the FAA, Texas Department of Transportation (TxDOT) and Texas Commission of Environmental Quality (TCEQ)) as required to satisfactorily complete the Project. d. Submit one (1) copy in an approved electronic format, and ten (10) paper copies of the Design Memorandum (or Engineering Report) in accordance witf~ FAA requirements, with executive summary, opinion of probable construction costs with life cycle analysis, defined technical evaluations of identified feasible alternatives, and review with AIRPORT and CITY staff to produce an acceptable format which contains common municipal elements. Design Memorandum will include the following (with CONSTRUCTABILITY being a major element in all the following items): 1) Review of the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution of the Project; The A/E will meet with AIRPORT and 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 EXHIBIT "A" Pa e1 of10 of the Project site, list of potential problems and possible conflicts, intent of design, and improvements required, and conformance to relevant Master Plan(s). 3) Identify results of site field investigation including site findings, existing conditions, 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 needed additional services, preliminary details of construction of critical elements, identification of needed permits, identification of specifications to be used, identification of quality and quantity of materials of construction, and other factors required for a professional design (CONSTRUCTABILITY). 5) Advise of environmental site evaluations and archeology reports that are needed for the Project (Environmental issues and archeological services to be an Additional Service). 6) Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project and permitting, environmental, historical, construction, and geotechnical issues; and meet with pertinent authorities. 7) Confer, discuss, and meet with Depart of Aviation and Department of Engineering Services staff to produce a cohesive, well-defined proposed scope of design, probable cost estimates(s) and design alternatives. 8) Provide a letter stating that the A/E and Sub-consultant Engineers have checked and reviewed the design memorandum prior to submission. 9) Provide an analysis on project impacts towards "re-engineering" and effects on costs savings toward the AIRPORT ,which this project will affect. 10)Required with_the Design Report is a "Plan Executive Summary" which will identify and summarize the project by distinguishing key elements such as: • Statement of Cost • Alternatives To Costs • Selection of Materials • ROW requirements • Permit requirements • Easement requirements • Embedment type • Constructability, etc. • Specific requirements of the CITY or FAA • Standard specifications EXHIBIT "A" Pa e2of10 • Non-standard specifications • Any unique requirements • Construction phasing • Cost, alternatives, etc. • Sponsor permit requirements and status b. Perform the items as shown on Exhibit "A-1 ", "A-2" or "A-3" Task List as applicable. CITY staff will provide one set only of the following information (as applicable) (if Available: a. Record drawings, record information of existing facilities, and utilities (as available from CITY Engineering files). b. The preliminary budget, specifying the funds available for construction; c. Aerial photography for the Project area. d. Through separate contract, related GIS mapping for existing facilities e. A copy of existing studies and plans. (as available from CITY Engineering files). f. Field location of existing city utilities. (CITY to coordinate with CITY Operating Department). g. Provide applicable Master Plans. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the 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 Department of Aviation the FAA and CITY Operating Departments if applicable to the project. b. For 60% submittal to CITY and AIRPORT, prepare seven (7) sets of Construction Bid and Contract Documents in CITY format (using CITY Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, invitation to bid, 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 or for multiple bids, 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. Five (5) copies will be provided to the AIRPORT, two (2) copies will be provided to the CITY. For FAA funded projects, FAA General Terms and Conditions and construction specifications will be used and coordinated with CITY requirements to the fullest extent possible. EXHIBIT "A" Pa e3of10 c. Provide assistance identify testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under additional services). d. Prepare final quantities and estimates of probable costs and probable construction schedule. e. Furnish seven (7~ copies of 60% plans to the AIRPORT and CITY for review and approval purposes with estimates of probable construction costs. Five (5) copies will be provided to the AI RPORT, two (2) copies will be provided to the CITY. f. Assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. g. Furnish complete construction and bid documents including specifications for CITY staff review and approval. Provide seven (7) copies of 90% and 100% complete plans and bid documents to the CITY staff for review and approval purposes with revised estimates of probable costs. Identify distribution list for plans and bid documents to all affected utilities including CITY and all other affected entities, compile comments and incorporate any requirements into the plans and specifications, and advise CITY of responding and non- responding participants. Five (5) copies will be provided to the AIRPORT, two (2) copies will be provided to the CITY. h. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the 60%, 90% (optional), and 100% complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by CITY staff. The Consultant A/E and Sub- consultant A/E shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. i. If required, provide traffic controls including a Traffic Control Plan, illumination, markings and striping, signalization, and delineations by the City Traffic Engineering Department. j. Upon approval by the Director of Aviation, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for reproduction (In CITY Format) and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. k. The CITY agrees that any modifications of the submitted final plans (for other uses by the CITY) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. I. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. m. Provide a Storm Water Pollution Prevention Plan. n. Plans and specifications for FAA funded projects will be prepared in accordance with FAA requirements, using standard FAA specification, details and special provisions. CITY standard layout sheets will be used. CITY contract forms, general terms and conditions will be incorporated into the EXHIBIT "A" Pa e4of10 FAA required documents to the fullest extent possible. Standard CITY details and specifications will be used when FAA requirements are not applicable (i.e.: water and sewer, or other non-aviation related items) o. CADD standards used on the projects will conform to FAA requirements for GIS. The CITY staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded - as approved by the Director of Aviation. b. Provide the budget for the Project specifying the funds available for the construction contract. c. Provide the CITY's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. 3. Bid Phase. The A/E will: a. Participate in the pre-bid conference. 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 Department of Aviation and Department of Engineering Services' approval, any addenda or other revisions necessary to inform contractors of approved changes prior to bidding. d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. 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 Engineerwill, at its expense, conferwith City staff and make such revisions to the bid documents as the City staff deems necessary to re-advertise that particular portion of the Project for bids. The CITY staff will: a. Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. b. Advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the A/E) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. EXHIBIT "A" Pa e5of10 d. Prepare, review and provide copies of the contract for execution between the CITY and the contractor. 4. Construction Phase. The A/E will act as the AIRPORT's Representative with duties and responsibilities and limitations of authority as described in the General Conditions to the Construction contract. The CITY shall not modify the Construction Contract Documents without written consent of the engineer. As the AIRPORT's Representative, A/E responsibilities shall include but not be limited to the following: a. Prepare Agenda and conduct pre-construction meeting. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Review field and laboratory tests. d. Provide interpretations and clarifications to the contract documents 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 AIRPORT under the contract. e. Make regular visits to the site of the Project to confer with AIRPORT Staff, Resident Project Representative (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. Conduct regular progress meetings with the AIRPORT staff, contractor and inspector. Prepare agenda and meeting minutes for each progress meeting and distribute. g. Coordinate and submit all FAA required documentation including but not limited to weekly inspection reports, requests for reimbursement and material test results. h. Prepare change orders (coordinate with the AIRPORT); provide interpretations and clarifications of the plans and specifications for the contractor and authorize minor changes which do not affect the contractor's price and are not contrary to the general interest of the AIRPORT under the contract. i. Complete "Substantial Completion" Inspection and provide contractor with Substantial completion certification and list of deficient work items. j. Make final inspection with AIRPORT and CITY staff and provide the AIRPORT and CITY with a Certificate of Final Completion for the project. k. As applicable, review and assure compliance with plans and specifications, the preparation of operating and maintenance manuals (by the Contractor) for all equipment installed on this Project. These manuals will be in a "multimedia format" suitable for viewing with Microsoft's Internet Explorer, or current version in use by the CITY. As a minimum the Introduction, Table of Contents, and Index will be in HTML (HyperText Markup Language) format, with HyperText links to the other parts of the manual. The remainder of the EXHIBIT "A" Pa e6of10 manual can be scanned images or a mixture of scanned images and text. Use the common formats for scanned images - GIF, TIFF, JPEG, etc.. Confirm before delivery of the manuals that all scanned image formats are compatible with the image-viewing software available on the CITY's computer - Imaging for Win95 (Wang) and Microsoft Imaging Composer. Deliver the manuals on a CD-ROM. I. Review construction "red-line" drawings, prepare record drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later) of the record drawings. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the FAA GIS system. m. Prepare Final Engineering Report and Grant Closure documents in conformance with FAA requirements. n. A/E's scope of work shall not include making inspections or reviews of the safety programs or procedures of the construction contractor(s), and shall not review their work for the purpose of ensuring their compliance with safety standards. If the A/E is called upon to review submittals from construction contractors, the A/E shall review and approve or take other appropriate action upon construction contractor(s)' submittals such as shop drawings, product data and samples, but only for the limited purpose of checking for conformance with information given and the design concept expressed in the contract documents. The A/E's action shall be taken with such reasonable promptness as to cause no delay in the work while allowing sufficient time in the A/E's professional judgment to permit adequate review. Review of such submittals will not be conducted for the purpose of determining the accuracy and completeness of other details such as dimensions and quantities. The A/E shall not assume any responsibility or liability for performance of the construction services, defects or deficiencies in the construction services, for the safety of persons and property during construction, or for compliance with federal, state and local statutes, rules, regulations and codes applicable to the conduct of the construction services. The A/E shall have no influence over the construction means, methods, techniques, sequences or procedures. Construction safety shall remain the sole responsibility of the construction contractor(s). The CITY staff will: a. Prepare applications/estimates for payments to contractor. b. Conduct the final acceptance inspection with the Engineer. B. Additional Services (ALLOWANCE) EXHIBIT "A" Pa e7of10 This section defines the scope (and ALLOWANCE) for compensation for services that are not included in Basic Services, but may be included as part of this contract. A/E shall not begin performance of any Additional Services until the A/E provides a breakdown of costs and a schedule, and written authorization is provided 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 Aviation and Director of Engineering Services and approved by the CITY. Such Additional Services, include, but are not limited to the following: Permitting. The A/E will prepare this documentation for all required signatures. The A/E will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. Union Pacific Railroad, Missouri Pacific Railroad, or any other railroad operating in the area b. TxDOT Permits/Amendments c. Wetlands Delineation and Permit d. Temporary Discharge Permit e. NPDES Permit/Amendments f. Texas Commission of Environmental Quality (TCEQ) Permits/Amendments g. Nueces County h. Texas Historical Commission (THC) i. U.S. Fish and Wildlife Service (USFWS) j. U.S. Army Corps of Engineers (USAGE) k. United States Environmental Protection Agency (USEPA) I. Texas Department of License and Regulation (TDLR ) m. Local CITY Permits as required 2. Right-of-Way (ROW1 Acquisition Survey. The A/E will review existing ROW and easements to ascertain any conflicts and provide field ROW surveys and submit ROW plats and descriptions for the CGTY's use in the acquisition process. All work must comply with Category 1-A, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. All work must be tied to and conform with the CITY's Global Positioning System (GPS) control network and comply with all TxDOT requirements as applicable. A/E Consultant will be required to perform all necessary deed research. 3. Topographic Survey. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required for the aerial mapping of the Project area -aerial photography to be provided by CITY). Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the CITY's Global Positioning System (GPS) control EXHIBIT "A" Pa e8of10 network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the project area. 4. Environmentallssues a. Provide environmental site evaluations and Archeology Reports that are needed for the Project. b. Identify and develop a scope of work for any testing, handling and disposal of hazardous materials and/or contaminated soils that may be discovered during construction. 5. Construction Observation Services. Provide Project Observation services including day-to-day detailed coordination with the AIRPORT's staffand testing laboratory. 6. Start-up Services. Provide on-site services and verification for all start-up procedures during actual start up of major Project components, systems, and related appurtenances if needed and required. 7. Warranty Phase. Provide a maintenance guaranty inspection toward the end of the one-year period after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the AIRPORT staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective conditions and submit to AIRPORT Staff. Complete the inspection and prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. 8. Provide SCADA Documentation. Provide standardized SCADA documentation, which will include PFDs, P&IDs, loop sheets, logics, SCADA architecture, DCS I/O lists, instrument lists, tie-in lists, piping lists, equipment lists, and instrumentation specification sheets. 9. Provide Construction Materials Testing. Provide construction materials testing utilizing the services of an FAA/ASTM/NCEES qualified Construction Material Testing Laboratory to perform Quality Assurance Testing in conformance with FAA requirements and standards. 10. Funding applications with supporting documents 11. Disadvantaged Business Enterprise (DBE) Plan or update assistance 12. Airport Layout Plan Revisions 13. Property Map Revisions 14. Environmental Overview or Statements EXHIBIT "A" Pa e9of10 15. Assistance with Funding 16. Coordination with Other Contracts 17. GIS Development 18. Airport Property Acquisition 19. Airport Master Planning or Plan Updates 20. Pavement Management System Development or Updates 21. Airport Financial Planning 22. Evaluations of Frivolous Claims by Contractor(s) or others 2. SCHEDULE Proposed Project Schedules are presented in the Exhibits A-1, A-2 and A-3 as applicable. 3. FEES A. Fee for Basic Services. The AIRPORT will pay the A/E a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1-4 above, and for all expenses incurred in performing these services. The fee is subject to the availability of funds. The A/E may be directed to suspend work pending receipt and appropriation of funds. For services provided in Section I.A.1-4, A/E will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon A/E's estimate (and CITY Concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in Section I.A.4, the statement will be based upon the percent of completion of the construction contract. AIRPORT will make prompt monthly payments in response to A/E's monthly statements. B. Fee for Additional Services. For services authorized by the Director of Aviation under Section I.B. Additional Services the AIRPORT will pay the A/E a reimbursable not-to-exceed fee in accordance with the agreed Scope of Work and generally based on the established rates below. FY 2010 fee rates are on the attached Exhibit G. EXHIBIT "A" Pa e10of10 EXHIBIT A-1 TASK ORDER 1 TASK LIST Terminal Rehabilitation Phase I Design FIS Conceptual Programming Service The purpose of this contract is to provide conceptual programming services, as a prelude to complete architectural designs, plans and specifications for construction, for remodeling the existing FIS facility at the Corpus Christi International Airport. The existing FIS facility at the Airport currently processes approximately 50 passengers per hour through Customs and Border Protection (CBP) and the TSA. The goal of remodeling the facility is to ultimately process between 200 and 250 passengers per hour. This conceptual programming phase will provide for analysis of the existing facility and coordination with the Airport Staff, TSA and CBP to determine space requirements, space available for renovation, equipment requirements, ADA requirements and special requirements of the various agencies. Specific buy-in and agreement of the agencies is required before architectural plans and construction documents can be prepared. The key objectives of this planning effort are as follows: • Determine overall terminal facility requirements based on CBP standards contained in the Airport Technical Design Standards (ATDS) and the potential type/model/series aircraft for near term and future growth will be developed as part of the study. • Identify overall surplus or deficit in capacity based on future requirements. • Conduct an assessment of the key passenger processing areas in the FIS facility in order to provide the Aviation Department with an idea of the level of effort that will be necessary to maximize the utilization of the CBP Facilities. • Develop a concept that balances the use of aircraft gates, holdroom requirements, Primary and Secondary Processing Area and Passenger Flow. • Review bag claim/bag make-up areas, and other functions such as passenger flow to curbside facilities. • Develop a concept that maintains a high level of customer service. • Identify near-term and long-term building enhancements that would maximize capacity. This project will be reimbursed under an FAA grant with an approximate construction budget of $2,500,000.00. Tasks to be completed, as an Additional Service, for this project include: • Meet with Airport, Custom and Border Protection (CBP) and TSA staff to develop an understanding of the Project Scope and set basic Project Goals and Requirements. EXHIBIT "A-1" Pa e 1 of 4 • Obtain plan, and prepare necessary architectural and engineering studies, and any other investigations or studies required for this Preliminary Concept Phase. • Architectural and Engineering Design -preliminary review of the space layout, functional features, envelope, exterior and interior appearance and related plans, sections and details for the Project. • User /Agencies Coordination -Direction and coordination with the Stakeholders /Users and Agencies to obtain appropriate input and information related to the Project efforts, schedule, and deliverables. • Prepare Seven (7) copies of a Concept White Paper which presents the following: o Drawings: Recommendation for renovation to Site Plan, Floor Plans and Sections o Design Issues Narrative: Programming ,Architecture, Engineering, Structural, Mechanical, Electrical and Plumbing Engineering o Design Schedule (For Architectural Services) o Preliminary Concept Construction Cost Estimate • Present to Airport Staff, City, TSA and CBP for approval TASK ORDER NO. 1 SCHEDULE DAY DATE ACTIVITY Monday October 19, 2009 Begin Preliminary Phase Friday December 4, 2009 Submit White Paper A detailed CPM project schedule is attached. EXHIBIT "A-1" Pa e2of4 TASK ORDER NO. 1 FEES Fee for Basic Services -Lump Sum 1. Preliminary Phase $0 2. Design Phase 0 3. Bid Phase 0 4. Construction Phase 0 Subtotal Basic Services Fees (Lump Sum) 0 Fee for Additional Services (Allowance) (Not to Exceed) 1. Permit Preparation (as applicable) Railroads TXDOT Wetlands Delineation and Permit Temporary Discharge Permit NPDES Permit/Amendments TNRCC Nueces County Texas Historical Commission U.S. Fish and Wildlife Service U.S. Army Corps of Engineers U.S. Environmental Protection Agency Texas Department of License and Regulation Total Permitting 0 2. ROW Acquisition Survey (AUTHORIZED) 0 3. Topographic Survey (AUTHORIZED) 0 4. Environmentallssues 0 5. Construction Observation Services 0 6. Start-up Services 0 7. Warranty Phase 0 8. Provide SCADA Documentation 0 9. FIS Conceptual Study 50,000 10. Direct Expenses 25,400 Sub-Total Additional Services Fees Authorized $75,400 (Not to Exceed) Total Authorized Fee $75,400 EXHIBIT "A-1" Pa e 3 of 4 For Task Order No. 1, the CITY will pay the A/E a fee, as detailed above and in the attached fee proposal, for providing services authorized, a total lump sum amount of $0.00 (Zero dollars and no cents) for Basic Services and a Time and Materials, not to exceed amount of $75 400 00 (seventy -five thousand four hundred dollars and no cents), for Additional Services and Direct Expenses. EXHIBIT "A-1" Pa e4of4 FED PROPOSAL AND SUMMARY EXHIBIT A-1 TASK ORDER N0.1 ESTIMATED WORK HOURS • Terminal Rehabilitation Conceptual Phase Terminal Rehabilihation CORPUS CHRISTI INTERNATIONAL AIRPORT CORPUS CHRISTI, TEXAS AIP Project No. TBD CITY Project No. TBD JACOBS Project No. TBD Date: 24 SEPTEMBER 2009 Prin SPM SPA PA PE GA GE PD PC ADMIN Description No. (hr) (hr) (hr) (hr) (hr) (hr) (hr) (hr) (hr) (hr) Additional Service Aeitivites PredesigNScoping Meeting 1 0 4 4 0 0 0 0 0 0 0 Prepan: Preliminary Exhibits 0 0 8 0 0 2 0 16 0 0 Coordination Meeting with Airport, CBP, TSA, FAA 1 0 8 16 0 0 0 0 0 0 0 Records Research (During Site Visit) 0 2 2 0 0 0 0 0 0 0 Field InvestigatioNSite Visit 0 2 8 0 0 0 0 0 0 0 Structural Review and Planning 0 0 6 0 8 0 0 0 0 0 Electrical Review and Planning 0 0 6 0 8 0 0 0 0 0 MechanicaUPlumbing Review and Planning 0 0 6 0 8 0 4 0 0 0 Prepare Conceptual Exhibits 0 0 40 16 10 4 4 20 0 0 Final Coordination Meeting with Airport, CBP, TSA, FAA 1 0 6 4 0 0 0 0 0 0 0 Complete Exhibits 0 0 0 14 2 5 2 24 0 0 Prepare White Paper Report 0 0 12 8 4 0 0 0 6 6 Present Final Concept to Airport, City, TSA, CBP, Board 1 0 8 8 0 0 0 0 0 0 2 Subtotal 4 0 30 120 38 40 11 10 60 6 8 EXHIBIT A-1 TASK ORDER NO. 1 ESTIMATED WORK HOURS -Terminal Rehabilitation Conceptual Phase Terminal Rehabilitation CORPUS CHRISTI INTERNATIONAL AIRPORT CORPUS CHRISTI, TEXAS AIP Project No. TBD CITY Project No. TBD JACOBS Project No. TBD Date: 24 SEPTEMBER 2009 Est Hourly Est Description Hrs Rate Cost Totals Work Hour Cost 1 Additional Services - Conceptual Planninsl Phase Phase Principal 0 Senior Project Manager 30 Senior Project Architect 120 Project Architect 38 Project Engineer 40 Graduate Architect 11 Graduate Engineer 10 Project Designer/Technician 60 Project Controls 6 Clerical & Administrative 8 Subtotal: 323 $252 $0.00 $0.00 $192 $5,760.00 $5,760.00 $192 $23,040.00 $23,040.00 $137 $5,198.40 $5,198.40 $137 $5,472.00 $5,472.00 $125 $1,372.80 $1,372.80 $125 $1,248.00 $1,248.00 $115 $6,912.00 $6,912.00 $89 $532.80 $532.80 $58 $460.80 $460.80 $49,996.80 $49,996.80 Subtotal Additional Services - Conce tual Plannin Phase - Not to Exceed $50 000.00 3 DIRECT EXPENSES Est Fixed Description Cost Fee Totals Direct Expenses Travel & Miscellaneous 12 Travel Time - SPM: 7Trip@8Hr@192/Hr + SPA: 4Trip@8Hr.@192/hr Printing Design Geotechnical (Raba Kistner -City Contract) Permit Coordination (LNV Engineering) Project Manual/Bid Book Review (LNV Engineering) Design Ground Surveys (LNV Engineering) 8,000 0 8,000 16,900 0 16,900 500 0 500 0 0 0 0 0 0 0 0 0 0 0 0 Subtotal $25,400 $0 $25,400 PROJECT SCHEDULE _ N N ~ - N a= O a c a v a m c ~' v i C t ~ 0 `mom ~ ~ a a A 2~ IM ~_ r ~ 0 a _ _ a v~ a E a ^ v o ~ ~ w ff" .- a ~ a ~ n n - C N a ~ e a _ _ _ } '. o ~ d~ ~ - _ z c n ~ ' o ~ Z = • -~ . r w ~ t+ n m a a c ~ ' ,n te f ~ ~ c~ ~ N m ' ~-rN ~ v a _~ao E QU o ~ o ~ N c N o 0 N o U ~ F ~~ - o w ` a ~, a ~ - ~ ~ - - ~ ~ a a o N 'a a a a `a I LL IL ~ ~ ~ 3 ~ '.~ F ',F H ',3 ~ F F F~ F LL F ~ '.I- F F- F- ~ ~ _ C rn rn ~0 O o ' R N ° o N ° ~~ro O m O .,~ _ N o a ''.o o a o o -_ . __ -_ t~ t~ ' ` ~.ror 'a [oc~ N :o N o M (07 t3 N O N g C ~ ~ F H ~ il~ ~ F 7 '.F > F- j ~ > C ~ F ~ g ~ ~ F~ F ~ C '~ C ~ d f d F 7 ~ - ~~ M o v~ O ~ n a N M n N '.y o n ~ o ~ LL m F m v ~~ F o. m - c ~ ~ o , ~ - - D ~ ' r 5 ~ = ¢ ~ ~ e a N _ - ~ t ~ ~ ~ r ~ ~ w ^~ ~ a~i a 'a ~ w 3 ~ ~ 3 ' m m .. J Q ° E ~ °' ~ ~ ~ ~> a' _ 'v ~ ~ ~ ~ ~ °' ~ a ' a - ¢ :v - v U iL `o m ''.~ ~o - E w z rn ~ F . w° c ° °u c v t5 2 '~ v r v o c7 o ~ ~ w ~ " `m u c o v ~ d ~ Y' F rn ~. y i a y ; ° O z ~ N z a a v ~ ~ ,(n !w ~ a ~ -,.~ v a -, a '~ ~ !z 'o m ~ ¢ "m _ H {L i '',.Q m ~ A A u I C O V N t0 N ^ O fO IOC 0 ~W ` ~ ~ a o EXHIBIT A-2 TASK ORDER N0.2 TASK LIST AIRPORT PERIMETER SERVICE ROAD REHABILITATION The purpose of this project is to complete a maintenance overlay on the existing perimeter service road at the Corpus Christi International Airport. The existing bituminous service road is generally in good condition. However, the surface of the asphalt is highly oxidized and there several large areas with alligator cracking and evidence of base failures. This project will complete full depth pavement and base repairs in the failing areas and overlay the service road with a new bituminous riding surface to preserve and extend the life of the service road. Additional project elements include construction of five-foot (5') wide unpaved aggregate shoulders on either side of the roadway and installation of three -three-inch (3") PVC electrical conduit along the service road for future electrical service to the existing gates. This project will be reimbursed under an FAA Grant with a maximum construction budget of $2,000,000.00. Basic Services and Additional Services to be completed in the Task Order shall be as described in Exhibit A. TASK ORDER NO. 2 SCHEDULE DAY DATE ACTIVITY Monday October 19, 2009 Begin Preliminary Phase Monday January 4, 2010 Begin Design Phase Monday February 1, 2010 60% Submittal Monday February 15, 2010 City Review Monday March 15, 2010 90% Submittal Monday March 22, 2010 City Time Tuesday March 30, 2010 Final Submittal Monday (2) April 5, 2010 Advertise for Bids Tuesday April 13, 2010 Pre-Bid Conference Monday April 26, 2010 Receive Bids Monday June 21, 2010 Begin Construction Monday August 23, 2010 Construction Completion A detailed CPM Schedule is Attached. EXHIBIT "A-2" PAGE 1 OF 3 TASK ORDER N0.2 FEES Fee for Basic Services -Lump Sum 1. Preliminary Phase $57,348 2. Design Phase 140,074 3. Bid Phase 7,587 4. Construction Phase 43,302 Subtotal Basic Services Fees (Lump Sum) 248,311 Fee for Additional Services (Allowance) (Not to Exceed) 1. Permit Preparation (as applicable) 17,433 Railroads TXDOT Wetlands Delineation and Permit Temporary Discharge Permit NPDES Permit/Amendments TNRCC Nueces County Texas Historical Commission U.S. Fish and Wildlife Service U.S. Army Corps of Engineers U.S. Environmental Protection Agency Texas Department of License and Regulation Total Permitting 2. ROW Acquisition Survey (AUTHORIZED) 0 3. Topographic Survey (AUTHORIZED) 66,932 4. Environmentallssues 0 5. Construction Observation Services 41,440 6. Start-up Services 0 7. Warranty Phase 1,210 8. Provide SCADA Documentation 0 9 Construction Materials Testing 27,500 10. FAA Coordination and Requirements 22,326 11. Direct Expenses 65,716 Sub-Total Additional Services Fees Authorized 0 (Not to Exceed) Total Authorized Fee $490,848 EXHIBIT "A-2" PAGE 2 OF 3 For Task Order No. 2, the CITY will pay the A/E a fee, as detailed above and in the attached fee proposal, for providing services authorized, a total lump sum amount of $ 248 311.00 (Two hundred and forty eight thousand, three hundred and eleven dollars and no cents for Basic Services and a Time and Materials, not to exceed amount of $, 242. 537.00 (Two hundred and forty-two thousand, five hundred and thifii-seven dollars and no cents for Additional Services and Direct Expenses. EXHIBIT "A-2" PAGE 3 OF 3 FEE PROPOSAL AND SUMMARY EXHIBIT A-2 TASK ORDER N0.2 FEE SUMMARY PERIMETER ROAD REHABILITATION CORPUS CHRISTI INTERNATIONAL AIRPORT CORPUS CHRISTI, TEXAS AIP Project No. TBD CITY Project No. TBD JACOBS Project No. TBD Date: 25 SEPTEMBER 2009 Engineering Cost Summary Design Phase Fee Basic Services $205,009 Additional Services $15,003 Direct Expenses $128,560 Subtotal $348,572 Construction Phase Fee Basic Services $43,302 Additional Services $15,106 Direct Expenses $83,888 Subtotal $142,296 Engineering Total $490,868 Jacobs Fees Without Subs 8~ Direct Expenses Design (Basic + Add'I Services) $220,012 Construction $58,408 Total $278,420 EXHIBIT A-2 TASK ORDER N0.2 ESTIMATED WORK HOURS -PRELIMINARY ENGINEERING DESIGN PHASE PERIMETER ROAD REHABILITATION CORPUS CHRISTI INTERNATIONAL AIRPORT CORPUS CHRISTI, TEXAS AIP Project No. TBD CITY Project No. TBD JACOBS Project No. TBD Date: 25 SEPTEMBER 2009 Prin SPM PE GE PD PC Admin Description No. (hr) (hr) (hr) (hr) (hr) (hr) ACTIVITIES Predesign/Scoping Meeting 1 6 6 1 1 1 0 0 Records Research (During Site Visit) 0 0 2 2 0 0 0 0 Field Investigation/Site Visit 1 0 6 6 0 0 1 0 Prepare Geotech RFP 0 2 4 0 0 0 2 Investigate Local Materials/Availability 0 1 4 12 0 0 0 Coordinate SWPPP 0 2 4 4 0 0 2 Coordinate Drainage 0 2 4 12 8 0 2 Technical Specifications/Modifications 0 4 8 16 0 1 40 Project Progress Meetings 1 0 8 0 0 0 0 2 Review Drainage Impacts 0 0 2 4 12 24 0 2 Review Electrical Requirements 0 0 2 4 12 16 0 0 Design Engineering ReporUExhibits 0 4 12 30 40 1 8 Utilities Coordination 0 1 2 8 4 0 2 Quantities & Estimates 1 0 2 4 8 8 0 0 OC Review and Modifications 2 8 16 8 16 8 0 8 Subtotal 6 14 60 67 131 109 3 68 ADDITIONAL SERVICES Coordinate Geotechnical 0 1 2 8 8 0 1 Coordinate Survey 0 1 2 16 8 0 1 Historical Society Coordination 0 1 2 2 0 0 2 Fish and Wildlife Coordination 0 1 2 2 0 0 2 Corps of Engineers Coordination 0 1 2 2 0 0 2 FAA Project Application Assistance 0 2 2 2 0 0 2 FAA Coordination 0 2 0 0 0 0 2 Additional Service Hours Subtotal: 0 9 12 32 16 0 12 EXHIBIT A-2 TASK ORDER N0.2 ESTIMATED FEES -PRELIMINARY ENGINEERING DESIGN PHASE PERIMETER ROAD REHABILITATON CORPUS CHRISTI INTERNATIONAL AIRPORT CORPUS CHRISTI, TEXAS AIP Project No. TBD CITY Project No. TBD JACOBS Project No. TBD Date: 25 SEPTEMBER 2009 Est Hourly Est Description Hrs Rate Cost Totals Work Hour Cost 1 Basic Services -Preliminary Engineering Design Phase Principal 14 $252 $3,528.00 $3,528.00 Senior Project Manager 60 $192 $11,520.00 $11,520.00 Project Engineer 67 $137 $9,179.00 $9,179.00 Graduate Engineer 131 $125 $16,375.00 $16,375.00 Project Designer/Technician 109 $115 $12,535.00 $12,535.00 Project Controls 3 $89 $267.00 $267.00 Clerical & Administrative 68 $58 $3,944.00 $3,944.00 Subtotal: 452 $57,348.00 $57,348.00 Subtotal PER Basic Services Lum Sum Fee 157,348 2 Additional Services Principal 0 $252 $0.00 $0.00 Senior Project Manager 9 $192 $1,728.00 $1,728.00 Project Engineer 12 $137 $1,644.00 $1,644.00 Graduate Engineer 32 $125 $4,000.00 $4,000.00 Project Designer/Technician 16 $115 $1,840.00 $1,840.00 Project Controls 0 $89 $0.00 $0.00 Clerical & Administrative 12 $58 $696.00 $696.00 Subtotal: 81 $9,908.00 $9,908.00 Subtotal Additional Services PER Phase E9,908 DIRECT EXPENSES 3 ADDITIONAL SERVICES Est Fixed Description Cost Fee Totals Direct Expenses Travel 8 Miscellaneous 5 3,500 0 3,500 Travel Time - SPM: 3Trip@8Hr@192/Hr + PE: 1Trip@8Hr.@137/hr+PR:lTrip@8Hr.@252/hr 7,720 0 7,720 Printing (incl bidding) 2,000 0 2,000 Design Geotechnical (Raba Kistner -City Contract) 0 0 0 Permit Coordination (LNV Engineering) 0 0 0 Project Manual/Bid Book Review (LNV Engineering) 0 0 0 Design Ground Surveys (LNV Engineering) 60,847 6,085 66,932 Subtotal $74,067 $6,085 $80,152 Subtotal Direct Ex enses 580,152 Subtotal PER Phase Additional Services 59,908 Subtotal PER Phase Direct Expenses E80,152 Subtotal PER Phase Additional Services Not to Ezceed Amount 590,060 EXHIBIT A-2 TASK ORDER NO.2 ESTIMATED WORK HOURS -FINAL ENGINEERING DESIGN PHASE AND BID/NEGOTIATION PHA: PERIMETER ROAD REHABILITATION CORPUS CHRISTI INTERNATIONAL AIRPORT CORPUS CHRISTI, TEXAS AIP Project No. TBD CITY Project No. TBD JACOBS Project No. TBD Date: 25 SEPTEMBER 200E Prin SPM PE GE PD PC Admin Description No. (hr) (hr) (hr) (hr) (hr) (hr) PLAN PREPARATION Cover Sheep 1 0 0 0.5 1 4 0 0 Vcinity Sheet and Project Locatioi 1 0 0 0.5 2 4 0.5 0 General Notes, Legends, Sheet Inde 1 0 0.5 0.5 4 4 0 4 Summary of Quantitie: 1 0 1 0.5 4 8 0.5 0 Construction Staging and Haul Routs 1 0 1 2 8 4 0 0 Boring Layou~ 1 0 0 0.5 2 4 0.5 0 Survey Contro 1 0 0 0.5 2 4 0 0 Geometric Layout: 26 0 4 12 60 320 0.5 0 Pavement Sections/Detail: 1 0 2 6 12 16 0 0 Miscellaneous Detail: 1 0 0.5 2 8 12 0.5 0 Electrical Detail: 1 0 0.5 2 12 18 0 0 SWPPP 1 0 0.5 1 4 8 0.5 0 Centerline Profile 9 0 1 8 16 60 0 0 46 DESIGN Grading Desigr 0 2 8 16 0 0 0 Pavement Desigr 0 2 8 16 0 0.5 0 Electrical Desigr 0 2 8 12 0 0 0 Utilities Coordinatior 0 2 4 8 0 0.5 4 Quantities & Estimate: 3 0 6 9 24 9 0 6 Specifications 3 0 6 12 60 0 0.5 48 Project Correspondence 2 8 4 2 0 0.5 4 Project Managemen 8 40 0 0 0 0 0 Design Meetings/Site Visit: 2 0 12 0 0 0 0 2 OC Review and Modification: 3 6 24 24 12 30 0.5 6 BIDDING 8~ NEGOTIATOOP Bid Preparation & Advertisemen 0 1 2 4 2 0.5 2 Pre-Bid Meetinc 1 0 4 1 1 0 0 2 Bidder Questions & Addends 0 1 2 8 4 0 4 Bid Opening/Tabulatior 1 0 8 0 0 0 0 2 Coordinate Awarc 0 2 2 4 0 0 2 Basic Service Hours Subtotal 16 131 120 302 511 6 86 ADDITIONAL SERVICE: Project Grant Application: 0 2 4 0 0 0 2 FAA Coordination 0 2 0 0 0 0 2 NOI Preparation 0 1 1 2 0 0 1 Prepare FAA Form 7460 0 2 4 8 8 0 1 Additional Service Hours Subtotal: 0 7 9 10 8 0 6 F:\CorpuslAttorney Negotiations\CRP - FE01 -PERIMETER ROAD.xIs EXHIBIT A-2 TASK ORDER N0.2 ESTIMATED FEES -FINAL ENGINEERING DESIGN PHASE THROUGH BID PHASE PERIMETER ROAD REHABILITATION CORPUS CHRISTI INTERNATIONAL AIRPORT CORPUS CHRISTI, TEXAS AIP Project No. TBD CITY Project No. TBD JACOBS Project No. TBD Date: 25 SEPTEMBER 2009 Est Hourly Est Fixed Description Hrs Rate Cost Fee Totals Work Hour Cost (w/Overheadl FINAL ENGINEERING DESIGN THROUGH BID PHASE 1 Principal 16 $252 $4,032.00 $4,032.00 Senior Project Manager 131 $192 $25,152.00 $25,152.00 Project Engineer 120 $137 $16,440.00 $16,440.00 Graduate Engineer 302 $125 $37,750.00 $37,750.00 Project Designer/Technician 511 $115 $58,765.00 $58,765.00 Project Controls 6 $89 $534.00 $534.00 Clerical 8~ Administrative 86 $58 _$4,988:00 _ ,_ .,_ _ ________ ,__.$4,988;00_ Subtotal: 1172 $147,661.00 $147,661.00 Subtotal Final Desi n Phase Basic Services ;147,661 Work Hour Cost IwlOverheadl 2 ADDITIONAL SERVICES Principal 0 $252 $0.00 $0.00 Senior Project Manager 7 $192 $1,344.00 $1,344.00 Project Engineer 9 $137 $1,233.00 $1,233.00 Graduate Engineer 10 $125 $1,250.00 $1,250.00 Project Designer/Technician 8 $115 $920.00 $920.00 Project Controls 0 $89 $0.00 $0.00 Clerical & Administrative 6 $58 R _ , _.x,4._$348.00 $348.00 Subtotal: 40 $5,095.00 $5,095.00 Subtotal Final Desi n Phase Additional Services ;5,095 DIRECT EXPENSES 3 ADDITIONAL SERVICES Est Fixed Description Cost Fee Totals Direct Expenses Travel t£ Miscellaneous Expenses 4 2,800 0 2,800 Travel Time: SPM: 4Trips@SHr@196/HR 4,608 0 4,608 Printing 2,500 0 2,500 Design Geotechnical (Raba Kistner -City ConVact) 0 0 0 Permit Coordination (LNV Engineering) (Meeting with City/Jacobs) 13,000 1,300 14,300 Project Manual/Bid Book Review (LNV Engineering) 22,000 2,200 24,200 Design Ground Surveys (LNV Engineering) 0 0 0 Subtotal $44,908 $3,500 $48,408 Subtotal Final Desi n Direct Ex nses 546,408 Subtotal Final Design Phase Additional Services Subtotal Final Design Phase Direct Expenses ;5,095 548,408 Subtotal Final Phase Additional Services Not to Exceed Amount ;53,503 F:\CorpusWttomey Negotiations\CRP - FE01 -PERIMETER ROAD.xis EXHIBIT A-2 TASK ORDER N0.2 ESTIMATED WORK HOURS -CONSTRUCTION PHASE PERIMETER ROAD REHABILITATION CORPUS CHRISTI INTERNATIONAL AIRPORT CORPUS CHRISTI, TEXAS AIP Project No. TBD CITY Project No. TBD JACOBS Project Na. TBD Date: 25 SEPTEMBER 2009 Prin SPM PE GE PD PC Admin RPR Description No (hr) (hr) (hr) (hr) (hr) (hr) (hr) CONSTRUCTION OBSERVATION 60 Calendar Days - 8 weeks Preconstruction Conference 1 0 4 2 4 0 0 1 0 Site VisitslProgress Meetings (Bi-Weekly on Site) 4 0 24 0 0 0 0 8 0 Construction Correspondence 0 8 1 1 0 0.5 4 0 Coordinate Resident Project Rep. 0 16 4 0 0 0 0 0 Shop Drawing Review 0 8 16 40 0 0.5 20 0 Review Test Results 0 4 8 8 0 0 4 0 Substantial Completion Inspection 1 0 6 0 0 0 0 1 0 Final Engineering Report 2 4 8 20 16 0.5 4 0 Finallnspection 1 0 6 0 0 0 0.5 1 0 Final Quantity Review 0 2 2 4 0 0 1 0 Record Drawings 1 4 4 8 40 0.5 0.5 0 Basic Service Hours Subtotal: 3 86 45 85 56 2.5 44.5 0 ADDITIONAL SERVICES FAA Pay RequesUBudget Summary 3 0 3 2 6 0 0 2 0 ReviewlApprove Contractor Pay Request 3 0 3 2 6 0 0 2 0 Final Quantity Review 1 0 2 1 1 0 0 1 0 FAA Coordination 1 2 0 0 0 0 0 0 FAA Pay RequesUBudget Summary 2 0 2 2 6 0 0 0 0 ALP Update 2 2 4 8 16 0 0 0 Resident Project Rep. Training for LNV 0 0 0 0 0 0 0 40 Warranty Inspection 1 0 6 0 0 0 0 1 0' SEE RPR HOURS Additional Service Hours Subtotal: 3 20 11 27 16 0 6 40 EXHIBIT A-2 TASK ORDER N0.2 ESTIMATED WORK HOURS -CONSTRUCTION PHASE -RPR RPR Work Hours Calculator CORPUS CHRISTI INTERNATIONAL AIRPORT CORPUS CHRISTI, TEXAS AIP Project No. TBD CITY Project No. TBD JACOBS Project No. TBD Date: 25 SEPTEMBER 2009 RPR CALCULATOR Field Representative Summary (9Q Calendar Davs) RPR Preconstruction Conference Mobilization & Demobilization 8 Weeks @ 55 Hrs/week Punchlist Completion Total: Per Diem 1 RPR @ 60 Calendar Days Punchlist 7 Calendar Days Total: Travel Mobilization & Demobilization Mileage: 10 Mi/Day@67day@$0.55/MI 3 Hrs 0 Hrs 440 Hrs 55 Hrs 498 Hrs 0 Calendar Days 0 Calendar Days 0 Calendar Days $0 $350 EXHIBIT A-2 TASK ORDER N0.2 ESTIMATED WORK HOURS -CONSTRUCTION PHASI PERIMETER ROAD REHABILITATION CORPUS CHRISTI INTERNATIONAL AIRPORT CORPUS CHRISTI, TEXAS AIP Project No. TBD CITY Project No. TBD JACOBS Project No. TBD Date: 25 SEPTEMBER 2009 Est Hourly Est Fixed Description Hrs Rate Cost Fee Totals 1 Work Hour Cost (w/Overhead) FINAL ENGINEERING DESIGN THROUGH BID PHAS Principal 3 $252 $756.00 $756.00 Senior Project Manager 86 $192 $16,512.00 $16,512.00 Project Engineer 45 $137 $6,165.00 $6,165.00 Graduate Engineer 85 $125 $10,625.00 $10,625.00 Project Designer/Technician 56 $115 $6,440.00 $6,440.00 Project Controls 2.5 $89 $222.50 $222.50 Clerical & Administrative 44.5 $58 $2,581.00 $2,581.00 86 Subtotal: 322 $43,301.50 $43,301.50 Subtotal Final Desi n Phase Basic Services 543,302 2 Work Hour Cost twlOverhead) ADDITIONAL SERVICE: Principal Senior Project Manager Project Engineer Graduate Engineer Project Designer/Technician Project Controls Clerical & Administrative RPR -Jacobs Training for LNV Inspector 3 $252 $756.00 $756 .00 20 $192 $3,840.00 $3,840 .00 11 $137 $1,507.00 $1,507 .00 27 $125 $3,375.00 $3,375 .00 16 $115 $1,840.00 $1,840 .00 0 $89 $0.00 $0 .00 6 $58 $348.00 $348 .00 40 $86 $3,440.00 $3,440 .00 Subtotal: 123 $15,106.00 $15,106 .00 Subtotal F1na1 Desi n Phase Additional Services 515,106 DIRECT EXPENSE!: Description Cost Fee Totals 3 Direct Expenses Travel & Miscellaneous Travel Time: SPM Strips@8Hr/Trip@192/Hr Printing Construction RPR (LNV) (500 HR@76/Hr) CM Testing (Raba Kistner) Permit Coordination (LNV Engineering) (Meeting with City/Jacobs) Project Manual/Bid Book Review (LNV Engineering) Design Ground Surveys (LNV Engineering) Subtotal 5,600 0 5,600 12,288 0 12,288 500 0 500 38,000 0 38,000 25,000 2,500 27,500 0 0 0 0 0 0 0 0 0 $81,388 $2,500 $83,888 Subtotal Final Desi n Direct Ex enses 583,888 Subtotal Final Design Phase Additional Services Subtotal Final Design Phase Direct Expenses 615,106 683,888 Subtotal Final Phase Additional Services Not to Exceed Amount 698,994 PROJECT SCHEDULE n m m R -__-. i ....... rv a E n o ~n a u as LL ~z .. _. ~ wz ~uw o~aaa aF< m y ~o ~_ ~ ,~ _ wp ~ Y _ ~ _ e ~ _ __ _ 0 a a' . . S .... _ 4 n ' ~ ~ S ' ~ S n ~ S ~ d m ~ ~ ~ _ ~'J f ~ + i i 1 _ a i %i N ~ ~ ~~ i ~. I m m ~ ~k i J ~ ~._ -_ _. ~ ...__ _ w w ~ ~ - ~ 3 _- o -- -_ _ ! 3 ~ E 3 3 LL ~ s a a a "aR 'a 'a ~ s ` a a ~ x ~ ~ a ; ~ ~ S a a a f ~ ~ s ~ s ~ ~ ; 3 3 '€ ~ E ~ i a s s s ~~ a a e > a R 3 ; s s a 'a e a v a~ a E IE ~ ~ e R q ~ ~ ~ ~ f a_ _ a a a _ _ 9 a _-_ e a s .~ A o n ~ ~ e e m ~ ~ Y o "" $ rc a a o ~ ~ ~ ~ _ N a ~ ~ ~ b ~ a 3 ~ 9 ~ c F € E ~, c m - ~ ~ 5 ~ ~ ~ ~ ~ 's ~ a z s - ~ ~s ~ E : ~ ~__ ,~ .r._ ~ ~ o a _T.._ _ . o a _ 3 m .. _ : r . _ . __ _ _ _ . p~ c0 ~~----__ I a j 0 T ~, m_ _i I v.. _5 , e n ~ 1 l e ~ R , I ~ a I. ~ m S u n n ~ .. ~ -b m ~. S S o ~ s a< '~ o ~ '€ w~oca ° m ~ ,. ~. 'a a ~ ~~=a o~g ~ p ~ ¢ s , _ e x ,. _ a • a F ~ <u~ a ii ~~ n ~' ~ E ' ka wf a f. ~. ~ ~ ~ ~~.,.. ^ ` n e g E 1 ~ ~ a s ~ n ~ 0 , __ a ~ a ~ C ~ a ~ ~ e. '~ a a S S S -- - e ~ ....~ S ~_ a - 55 d .~ ~ ~ a - ~ A ~ C ~ S ~ 'S g a ~ 3 ' ~ a ~ . a r ~ E s s 3 r s . x x a ~ ~ 9 u r ~ ' i 3 e~ 3 ~ ~ ~ a a S S S S a ~ S ~ S ~ ~.. T S `a ~ ~ ~ ~ $ 5 ~ ~ S '~ ~'u S i s. . ~ ~. ~ x s 3 . F r ~ r x x 3 " a $ x a ` 3 ~ $ x a ° F ~ x s r . .v ~` o [ & ~ o _ ~ n ~, r m t ~ ~ t i [ ~ _ .- k ',G [ C S o _ ~ Z 5. S f ~ H e ~° L S % n m R [ ~ h o v ~. ~, n a f a L ~ f ~, '~ E ~ ~ E ° E ~ ° ~ 8 _ ~ s 3 ~ ~ @ [ a s 3 a a $ -" ~ 9 8 ~ 8 3 o ~ § a 8 e o 'E rc g ~ ~ s ~ o o ~ s q 5 '~ ~ ~ ~ a m - w ~ ~ 8 ~ o ~ '~ ~ LL ~ ~ ~ ~ Y ~ $ ~ ~ m d ° S ~ ' p e o r_. _. ,a .. _. 5 _ r._ R .._. ._. F . i -~ .r. _. '" - ~~ ..~_.. - __ - r ---- --T-- - - - - u a s i 3 3 ~ ' i i ~~ ' n .. ' ~ I. s '1'.. r m y [i LL ~~aaa s aFa ~_ `'s ~~ R 8 m S~ Y~ ~1 ~ r`a x s ~ : ~_ ~ ~' 9 ~ ~ s E ~ x x a c c s s j° y . ~' ~ ~' 4i ~< ~, a 3 ~ m o a ~ ~ S x a ~__. _ -T--~- E o ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST Oooooo00000000000 ooo~n ~n ono 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 G O O N N f0 O W O N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O D C7 V' O n O I"' J 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~n o n rn~ m 0 Z F= O O~ O N O N O u") O O V' O O O O O O d a Oi 07 rn n ~!1 N t0 ~ ~O if1 O N N n O E M aD N O O aD O 7 O W O l`7 O K O Q ~ fA O (A di N N fh N n~ O M n N N fA fA to to di~~Hi Nl 69 f9 N n ~ ~fA fR~ Of ~ T ~ W W QI OI F Q K1 N (y N fA N b4 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O 0 0 0 O ~ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O d9 Z Ul fA fA Yf fA fA to fA (A fR f9 fA (R (N to (A !A V! fR fA Q 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O ui 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ri 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .n m O O~ O N O N O uY 0 0 0 0 0 0 0 O r C7 ~ Of C7 Of n an N (D of c0 O O N N n (p ~[f ~ N O O tD _ to Of (R fA W N (A N n~ O co n N N n n N f9 fA fA fA to ~ ~ fR fA fA df ~ d) f9 fh fA N fR N F m X w a~ az zQ o~ za ~, F.. O. F Q Q d r- 0 0 0 0 0 0 C1 N 0 0 0 0 0 40 O O O (D O f D O ~ 0 0 0 0 0 ~ 0 0 0 aD f0 (~ 00 O n V_ aD O O O N N ~o ~ ~ rnn.-om co M M M 00 000000 0 000 00000 000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 H C.~R' ~ Z W w V 1n O O o 0 0 0 0 7 0 0 N~ 0 (V N O n 0 0 O~ N VAN OfAO O n of9 v-O O b V ~ F W ar d O O f9 f9 O O O fA f9 fA 47 fA to ~ O~ ~~ N N `9 es to fn » Z W O Z O F- N Z 2 ~ U ~ ~ W F ~ W J F ~ ~ 0 0 0 0 0 ~ 0 CJ N 0 0 0 0 0 0 O O O (O O (O O ~ 0 0 0 0 0 ~ 0 0 0 N N ~ 2 Q O OD (O (p OD O n R m 0 0 O ~ H Z r t0 r O ~ r f0 c07 ~ Q y 0 ? F W O ~ (A (n }} }} O J J J J F ~ W J J (n J !n ~ N Q J J~ U U U F W W ~ S S J J J ~ F a O U w $ ~ ~ u i W O Z ul Q ~ F O tgNtL~ FO a Oz ~ ~ ¢ z¢ x JZ O w O ° O> m W O ~ ~ x xQOc zF ~ Q a ~ OpXV~ W v~iOLLx^~~ C7Ox ZF Q O Z p ~ U~ W X ~ Z F n o ~~ O Z U 0 Q ~ O W W C W N aZ2aUp N V UW ~ Z i iQ J O ~ LL O ¢ Q U r ~ ~]~ Q~ ( j w m m ¢ U W O W w~ ¢m ' o ~ 2 ~z ?~ n~~wN~F Ow~ a g ~z pUmz ai-~-z ~ ppUz ' O~z ~ z' w ~ a ~ ~ ywwp pN Lj Qwpp m ~ ~ ~ u it i i N i?~~~ma=M¢~w~ a»~~wa-iu ~ u i~ ~ y = a• ~w I" ' V O A W O O N N to u1 t0 fD fD f0 O O N O m O n O O O O N 1[1 ~fJ to O O~ N 0 0 0~~ O~ N v (x ) ' v a N Z d~ d d d d d d d d d a a a a d F J J J , 7 m ~ ~ p R, d' dF V ~ W O ~NMVin fOnao Q~~~~~~~~r ~~NN U U ¢ ~ ~ Z Q U ' 7 W N O O N N 01 N O x w W a N W a z U EXHIBIT A-3 TASK ORDER NO. 3 TASK LIST AIR CARRIER REHABILITATION The purpose of this project is to complete a maintenance and rehabilitation on the air carrier apron at the Corpus Christi International Airport. The existing P-501 Concrete Air Carrier Apron is generally in very good condition. However, with nearly 8 years of service life, the existing joint sealant has lost its elasticity and is in need of replacement. Some panels are cracking and require repair or replacement. Spalling areas also require repair. This project will be reimbursed under an FAA Grant with a maximum construction budget of $1,200,000.00. Basic Services and Additional Services to be completed in the Task Order shall be as described in Exhibit A. TASK ORDER NO. 3 SCHEDULE DAY DATE ACTIVITY Monday October 19, 2009 Begin Preliminary Phase Monday November 23, 2009 Begin Design Phase Friday January 11, 2010 60% Submittal Friday January 22, 2010 City Review (30 days/4 weeks) Tuesday February 23, 2010 90% Submittal Tuesday March 2, 2010 City Time Friday March 5, 2010 Final Submittal Monday (2) March 8, 2010 Advertise for Bids Wednesday March 17, 2010 Pre-Bid Conference Wednesday March 31, 2010 Receive Bids Monday June 21, 2010 Begin Construction Friday August 27, 2010 Construction Completion A detailed CPM schedule is attached. EXHIBIT " 3-A" PAGE 1 OF 3 TASK ORDER NO. 3 FEES Fee for Basic Services -Lump Sum 1. Preliminary Phase $26,975 2. Design Phase 75,744 3. Bid Phase 4951 4. Construction Phase 34256 Subtotal Basic Services Fees (Lump Sum) 141,926 Fee for Additional Services (Allowance) (Not to Exceed) 1. Permit Preparation (as applicable) Railroads TXDOT Wetlands Delineation and Permit Temporary Discharge Permit NPDES PermitlAmendments TNRCC Nueces County Texas Historical Commission U.S. Fish and Wildlife Service U.S. Army Corps of Engineers U.S. Environmental Protection Agency Texas Department of License and Regulation Total Permitting 2112 2. ROW Acquisition Survey (AUTHORIZED) 0 3. Topographic Survey (AUTHORIZED) 0 4. Environmentallssues 0 5. Construction Observation Services 38000 6. Start-up Services 0 7. Warranty Phase 1210 8. Provide SCADA Documentation 0 9. Construction Materials Testing 6600 10. FAA Coordination and Requirements 8282 11. Direct Expenses 39,592 Sub-Total Additional Services Fees Authorized 95,796 (Not to Exceed) Total Authorized Fee $237,722 EXHIBIT " 3-A" PAGE 2 OF 3 For Task Order No. 3, the CITY will pay the A/E a fee, as detailed above and in the attached fee proposal, for providing services authorized, a total lump sum amount of $ 141 926 00 (One hundred and forty-one thousand nine hundred and twenty-six dollars and no cents for Basic Services and a Time and Materials, not to exceed amount of $ 95 796 00 (Ninety-five thousand seven hundred and ninety-six dollars and no centsl for Additional Services and Direct Expenses. EXHIBIT " 3-A" PAGE30F3 FEE PROPOSAL AND SUMMARY EXHIBIT A-3 TASK ORDER N0.3 FEE SUMMARY TERMINAL APRON REHABILITATION CORPUS CHRISTI INTERNATIONAL AIRPORT CORPUS CHRISTI, TEXAS AIP Project No. TBD CITY Project No. TBD JACOBS Project No. TBD Date: 28 SEPTEMBER 2009 Engineering Cost Summary Design Phase Fee Basic Services $107,670 Additional Services $7,202 Direct Expenses $20,448 Subtotal $135,320 Construction Phase Fee Basic Services $34,256 Additional Services $4,402 Direct Expenses $63,744 Subtotal $102,402 Engineering Total $237,722 Jacobs Fees Without Subs & Direct Expenses Design (Basic + Add'I Services) $114,872 Construction $38,658 Total $153,530 EXHIBIT A-3 TASK ORDER NO. 3 ESTIMATED WORK HOURS -PRELIMINARY ENGINEERING DESIGN PHASE TERMINAL APRON REHABILITATION CORPUS CHRISTI INTERNATIONAL AIRPORT CORPUS CHRISTI, TEXAS AIP Project No. TBD CITY Project No. TBD JACOBS Project No. TBD Date: 28 SEPTEMBER 2009 Prin SPM PE GE PD PC Admin Description No. (hr) (hr) (hr) (hr) (hr) (hr) ACTIVITIES Predesign/Swping Meeting 1 0 4 0.5 0.5 0.5 0 0 Records Research (During Site Visit) 0 0 2 2 1 2 0.5 0 Field Investigation/Site Visit 1 0 8 8 0 0 0 0 Prepare Geotech RFP 0 2 2 0 0 0.5 1 Technical Specifications/Modifications 0 2 4 8 0 0 4 Project Progress Meetings 1 0 4 0 0 0 0.5 1 Design Engineering Report 0 4 8 24 8 0 8 Prepare Exhibits 0 2 4 12 24 0 0 Pavement/Crack Repair Design 0 2 4 8 8 0.5 0 OC Review and Modifications 1 2 8 4 4 $ 1 2 Subtotal 4 2 38 36.5 57.5 50.5 3 16 ADDITIONAL SERVICES Coordinate Geotechnical 0 0 1 0 0 0 0.5 Historical Society Coordination 0 0.5 1 2 0 0 0.5 Fish and Wildlife Coordination 0 0.5 1 2 0 0 0.5 Corps of Engineers Coordination 0 0.5 1 2 0 0 0.5 FAA Coordination 0 2 0 0 0 0 0.5 Additional Service Hours Subtotal: 0 4 4 6 0 0 3 EXHIBR A3 TASK ORDER N0.3 ESTIMATED FEES -PRELIMINARY ENGINEERING DESIGN PHASE TERMINAL APRON REHABILITATION CORPUS CHRISTI INTERNATIONAL AIRPORT CORPUS CHRISTI, TEXAS AIP Projed No. TBD CITY Project No. TBD JACOBS Project No. TBD Date: 28 SEPTEMBER 2009 Est Hourly Est Description Hrs Rate Cost Totals Work Hour Cost 1 Basic Services - Preliminary Engineering Design Phase Principal 2 $252 $504.00 $504.00 Senior Project Manager 38 $192 $7,296.00 $7,296.00 Project Engineer 36.5 $137 $4,993.20 $4,993.20 Graduate Engineer 57.5 $125 $7,176.00 $7,176.00 Project Designer/Technician 50.5 $115 $5,817.60 $5,817.60 Project Controls 3 $89 $266.40 $266.40 - Clerical 8 Administrative 16 $58 $921.60 $921.60 Subtotal: 203.5 $26,974.80 $26,974.80 Subtotal PER Basic Services Lum Sum Fee $26,974.80 2 Additional Services Principal 0 $252 $0.00 $0.00 Senior Project Manager 4 $192 $672.00 $672.00 Project Engineer 4 $137 $547.20 $547.20 Graduate Engineer 6 $125 $748.80 $748.80 Project Designer/Technician 0 $115 $0.00 $0.00 Project Controls 0 $89 $0.00 $0.00 Clerical 3 Administrative 3 $58 $144.00 $144.00 Subtotal: 16 $2,112.00 $2,112.00 Subtotal Additional Services PER Phase 52,112 DIRECT EXPENSES 3 ADDt'tIONAL SERVICES Est Fixed Description Cost Fee Totals Direct Expenses Travel & Miscellaneous 4 2,800 0 Travel Time - SPM: 3Trip@8Hr@200/Hr + PE: 1 Trip@8Hr.@143/hr 5,944 0 Printing (incl bidding) 1.500 0 Design Geotechnical (Raba Kistner -City Contract) 0 0 Permit Coordination (LNV Engineering) 0 0 Project Manual/Bid Book Review (LNV Engineering) 0 0 Design Ground Surveys (LNV Engineering) 0 0 Subtotal $10,244 $0 $10,244 Subtotal Direct E enses i10 244 Subtotal PER Phase Additional Services Subtotal PER Phase Direct Expenses $2,112 510,244 Subtotal PER Phase Additional Services Not to Exceed Amount 512 356 EXHIBIT A-3 TASK ORDER NO. 3 ESTIMATED WORK HOURS -FINAL ENGINEERING DESIGN PHASE AND BID/NEGOTIATION PHA: TERMINAL APRON REHABILITATION CORPUS CHRISTI INTERNATIONAL AIRPORT CORPUS CHRISTI, TEXAS AIP Project No. TBD CITY Project No. TBD JACOBS Project No. TBD Date: 28 SEPTEMBER 200E Prin SPM PE GE PD PC Admin Description No (hr) (hr) (hr) (hr) (hr) (hr) PLAN PREPARATIOP Cover Sheep 1 0 0 0 1 4 0 0 Vicinity Sheet and Project Locatior 1 0 0 0 2 4 0 0 General Notes, Legends, Sheet Inde 1 0 1 1 4 4 0.5 4 Summary of Quantities 1 0 0 2 4 8 0 0 Construction Staging and Haul Routs 1 0 1 2 8 12 0 0 Construction Phasing and Note; 2 0 2 8 12 36 0.5 1 Boring Layou~ 1 0 0 0 1 8 0 0 Plan Layouts 8 0 8 16 40 80 0 0 Pavement Sections/Detail: 2 0 1 2 4 12 0.5 0 Miscellaneous Detail; 1 0 0 2 8 12 0 0 gy~ppp 1 0 0 2 4 12 0 0 20 DESIGN Utilities Coordinatior 0 1 2 2 0 0 1 Quantities & Estimate: 3 0 6 12 24 12 0 6 Specifications 3 0 6 24 44 0 0.5 24 Project Correspondence 0 6 2 0 0 0 2 Project Managemen 0 12 0 0 0 0 0 Design Meetings/Site Visit: 1 0 4 0.5 0.5 0.5 0 1 QC Review and Modification: 3 6 18 6 12 24 0.5 6 BIDDING 8~ NEGOTIATIOD Bid Preparation & Advertisemen 0 1 1 2 1 0.5 1 Pre-Bid Meetinc 1 0 3 0 0 0 0 1 Bidder Questions ii Addend< 0 2 2 4 2 0 2 Bid Opening/Tabulatior 1 0 6 0 0 0 0.5 2 Coordinate Awarc 0 2 1 1 0 0 1 Basic Service Hours Subtotal 6 80 85.5 177.5 231.5 3.5 52 ADDITIONAL SERVICE; Project Grant Application: 0 2 4 0 0 0 2 FAA Coordination 0 2 0 0 0 0 2 NOI Preparation 0 1 1 2 0 0 1 Prepare FAA Form 7460 0 2 4 8 8 0 1 Additional Service Hours Subtotal: 0 7 9 10 8 0 6 F:1Corpus~,4ttorney Negotiations\CRP - FE01 - AC APRON.xIs EXHIBIT A-3 TASK ORDER N0.3 ESTIMATED FEES -FINAL ENGINEERING DESIGN PHASE THROUGH BID PHASE TERMINAL APRON REHABILITATION CORPUS CHRISTI INTERNATIONAL AIRPORT CORPUS CHRISTI, TEXAS AIP Project No. TBD CITY Project No. TBD JACOBS Project No. TBD Date: 28 SEPTEMBER 2009 Est Hourly Est Fixed Description Hrs Rate Cost Fee Totals Work Hour Cost (wlOverheadl FINAL ENGINEERING DESIGN THROUGH BiD PHASE 1 Principal 6 $252 $1,512.00 $1,512.00 Senior Project Manager 80 $192 $15,360.00 $15,360.00 Project Engineer 85.5 $137 $11,696.40 $11,696.40 Graduate Engineer 177.5 $125 $22,152.00 $22,152.00 Project Designer/Technician 231.5 $115 $26,668.80 $26,668.80 Project Controls 3.5 $89 $310.80 $310.80 Clerical & Administrative 52 $58 _ $2 995.20 $2,995.20 Subtotal: 636 $80,695.20 $80,695.20 Subtotal Final Desi n Phase Basic Services 580,895 Work Hour Cost (w/Overheads 2 ADDITIONAL SERVICES Principal 0 $252 $0.00 $0.00 Senior Project Manager 7 $192 $1,344.00 $1,344.00 Project Engineer 9 $137 $1,231.20 $1,231.20 Graduate Engineer 10 $125 $1,248.00 $1,248.00 Project Designer/Technician 8 $115 $921.60 $921.60 Project Controls 0 $89 $0.00 $0.00 Clerical & Administrative 6 $58 $345.60_ ... , _ $345.60 Subtotal: 40 $5,090.40 $5,090.40 Subtotal Final Desi n Phase Additional Services 55,090 DIRECT EXPENSES 3 ADDITIONAL SERVICES Description Est Cost Fixed Fee otals Direct Exoenses Travel A Miscellaneous Expenses 4 3,000 0 3,000 Travel Time: SPM: 3Trips@8Hr@196/HR 4,704 0 4,704 Printing (incl bidding) 2,500 0 2,500 Design Geotechnical (Raba Kistner -City Contract) 0 0 0 Permit Coordination (LNV Engineering) (Meeting with City/Jacobs) 0 0 0 Project Manual/Bid Book Review (LNV Engineering) 0 0 0 Design Ground Surveys (LNV Engineering) 0 0 0 Subtotal $10,204 $0 $10,204 Subtotal Final Desi n Direct Expenses 510,204 Subtotal Final Design Phase Additional Services 15.090 Subtotal Final Design Phase Direct Expenses ;10,204 Subtotal Final Phase Additional Services Not to Exceed Amount 115,294 F:\Corpus\Attomey NegotiationslCRP - FE01 - AC APRON.xis EXHIBIT A-3 TASK ORDER N0.3 ESTIMATED WORK HOURS -CONSTRUCTION PHASE TERMINAL APRON REHABILITATION CORPUS CHRISTI INTERNATIONAL AIRPORT CORPUS CHRISTI, TEXAS AIP Project No. TBD CITY Project No. TBD JACOBS Project No. TBD Date: 28 SEPTEMBER 2009 Prin SPM PE GE PD PC Admin Description No (hr) (hr) (hr) (hr) (hr) (hr) CONSTRUCTION OBSERVATION 60 Calendar Days - 8 weeks Preconstruction Conference 1 0 4 0 0 0 0.5 2 Site Visits 6 0 26 0 0 0 0 0 Construction Correspondence 1 13 0 0 0 0.5 18 Coordinate Resident Project Rep. 0 16 0 0 0 0 0 Shop Drawing Review 0 4 8 24 0 0.5 12 Review Test Results 0 4 8 12 0 0 12 Substantial Completion Inspection 1 0 4 0 0 0 0.5 2 Final Acceptancelnspectance 1 0 8 0 0 0 0.5 2 Final Project Report 0 2 4 12 4 0 2 Final Quantity Review 0 2 2 4 0 0.5 1 Record Drawings 1 0 0 0 40 0.5 0 Basic Service Hours Subtotal: ADDITIONAL SERVICES FAA Pay Request/Budget Summary Review/Approve Contractor Pay Request Final Quantity Review FAA Coordination Warranty Inspection Resident Project Rep. 2 83 22 52 44 3.5 51 2 0 2 2 2 0 0 2 2 0 2 2 2 0 0 2 1 0 1 1 1 0 0 1 1 2 0 0 0 0 0 0 6 0 0 0 0 1 0 0 0 0 0 0_ 0 Additional Service Hours Subtotal: 1 13 5 5 0 0 6 RPR CALCULATOR Field Representative Summary (90 Calendar Days) RPR Preconstruction Conference Mobilization & Demobilization 8 Weeks @ 55 Hrs/week Punchlist Completion Total: Per Diem 1 RPR @ 90 Calendar Days Punchlist 7 Calendar Days Total: Travel Mobilization & Demobilization Mileage: 10 Mi/Day@120day@$0.55/MI 3 Hrs 0 Hrs 440 Hrs 55 Hrs 498 Hrs 0 Calendar Days 0 Calendar Days 0 Calendar Days $0 $600 EXHIBIT A-3 TASK ORDER N0.3 ESTIMATED WORK HOURS -CONSTRUCTION PHASI TERMINAL APRON REHABILITATION CORPUS CHRISTI INTERNATIONAL AIRPORT CORPUS CHRISTI, TEXAS AIP Project No. TBD CITY Project No. TBD JACOBS Project No. TBD Date: 28 SEPTEMBER 2009 Est Hourly Est Fixed Description Hrs Rate Cost Fee Totals 1 Work Hour Cost (w/Overheadl FINAL ENGINEERING DESIGN THROUGH BID PHAS Principal 2 $252 $504.00 $504.00 Senior Project Manager 83 $192 $15,936.00 $15,936.00 Project Engineer 22 $137 $3,009.60 $3,009.60 Graduate Engineer 52 $125 $6,489.60 $6,489.60 Project Designer/Technician 44 $115 $5,068.80 $5,068.80 Project Controls 3.5 $89 $310.80 $310.80 Clerical 8 Administrative 51 $58 $2,937.60 $2,937.60 86 Subtotal: 257.5 $34,256.40 $34,256.40 Subtotal Final Desi n Phase Basic Services ;34,256 2 Work Hour Cost (w/Overhead) ADDITIONAL SERVICES Principal 1 $252 $252.00 $252.00 Senior Project Manager 13 $192 $2,496.00 $2,496.00 Project Engineer 5 $137 $684.00 $684.00 Graduate Engineer 5 $125 $624.00 $624.00 Project Designer/Technician 0 $115 $0.00 $0.00 Project Controls 0 $89 $0.00 $0.00 Clerical & Administrative 6 $58 $345.60 $345.60 Subtotal: 30 $4,401.60 $4,401.60 Subtotal Final Desi n Phase Additional Services ;4,402 DIRECT EXPENSE: Description Cost Fee Totals 3 Direct Expenses Travel 8 Miscellaneous 6,100 0 6,100 Travel Time: SPM Strips@8Hr/Trip@196/Hr 12,544 0 12,544 Printing 500 0 500 Construction RPR (LNV) (500 HR@76/Hr) 38,000 0 38,000 CM Testing (Raba Kistner) 6,000 600 6,600 Permit Coordination (LNV Engineering) (Meeting with City/Jacobs) 0 0 0 Project Manual/Bid Book Review (LNV Engineering) 0 0 0 Design Ground Surveys (LNV Engineering) 0 0 0 Subtotal $63,144 $600 $63,744 Subtotal Final Desi n Direct Ex enses 563,744 Subtotal Final Design Phase Additional Services ;4,402 Subtotal Final Design Phase Direct Expenses ;63,744 Subtotal Final Phase Additional Services Not to Exceed Amount E68,146 PROJECT SCHEDULE j 3 3 . - --- ------------ ----- _ E i 3 8 3 _. _. _ _.. __ __ . _ _. _.. .. _.. . _.. LL o~ Fa ¢ ~ _ .. y dd w~~G~ e w ~ _._ _. w a=<a„ ~= s ° _.. .~ 4 ry _ _. _. ~. ~ ,. . e _ .. _. _ ~~._ S S o ~ .- S "> ~ ~ g g _ _~ ~ e ~ ~ ? ~ ~ a _ z° '. ~ e ~ r y 2 p ,. _ ., t S m w `3 ^ I ~ ~. e F e cC f ' ~ I a u ~ ~ S I j~ i f a s ~ 3 ~ `3 ~ 3 ~ s 3 E "~ E a ~ ~ s 3` ' . 3 ;` ~ ~ `a 5 a m g ;~ ~~ A r ~ p - _ a ~ s a o. o a $ ~ ry ~~ ~ ~ ~ s ~ ~,g € 5 Y g c ~ ~ ~ s $ € o g ~ ~ ° € 5 ~ ',~ ~ - ~ o ~ ~ ~ ~ a £ s ~ ~ ° ~ m o ~ F ~ ~ o ~ ~ N ~ 8 s i8 - ~ ~ ~ ~ s a a a ~ ~ ~ - LL _ ~ ';~ 5 mw _ _~ ~~ -T- - I ~~~ ~ ~-r- ~ I^ i ~--r- ~ ~m ~~ ~ __~ a °s~ . .. a i a _ , . ~ <a a ~ ~ ~ 0 ~ ~ m ~ ~ , , ~ ~ ~ 7, ~ ~ n ~ ~ ~ 1 ~ ~ ~ 1 E ~ a, i i a ~, _. ~ n g , a.. e ~~ ~ ~ i ~ 1 ~, _s s~~ s- o u ~ 9 <a t~ ., 4 , ~ ~ P 4~ P ~ ~ woo a~~aa ova p a ~ ~ ~ .. m o as ~s ~- I ,~ wp I c sv f1 I Y °I. °~ s ~I.. ~i =i s _. _. . 8i 1 o e a~ '~ S ~x ~ .. .. . .. ~ S m s ~ 3 3 ....~ _ o m~ a 3' E 3 o s ~ ~ a o F S S~ S 3 r o ~ r ~ ~ 8 : s ~~ r .~~ ~ ,~ a n ; ,~ ~ ,~ a ~ € ~ 3 a ~ s "~ . 5 S. ~, a C t ~ 5. ~, "f. t ,S ., "a ~ ~ e ~ o ~ s x ~ ~ ~ 'E F ° ~ 8 g o 5 ~ ; o I ~ ~ o ~ $ a 8 o B ~ 8 a m a m ~ 8 m U ~ _ ~ x u g um V ~ _~r _~_ '1-~._ -_ T ~ ___ _. .-- ~~-~~ ¢s a m ~- ~~ 4 ....__ . ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST a m x W O O 0 0 0 0 0 0 0 0 0 O O O O O 0 0 O O O O O 0 0 O N N ~ O O O F O O O O O O O O O O N N N O ~ O Z ~ O ro 0 0 O O O 0 0 O ooo~noooo~n (O n N fA c~ " ~ ¢ ~ 0 0 N f0 O f0 I~ V' 7 O Q N O O In c h N O O N C O V1 b9 V O m /"f N N F ~ Q V! ~ W NW bA R (A (9 f9 r N~ 7 ~t V) fA f9 O O 0 0 0 0 0 0 0 0 0 O O O 0 0 0 0 0 0 0 0 0 O a oo cooooocoo 0 Z vi .n wvi`nv~w»~»»w ~ Q~ z0 Og zQ r 0 0 o0 0 0 0 0 0 0 0 0 0 ooooaooo~n 0 ~n z O O 0 0 0 0 0 0 0 0 N N ~ N O _ 0 0 0 0 0 0 0 0 (O O ~ O O O O N 0 0 0 0 ~[1 f~ ~ N ~ v01 0 ~ (H ? ~ ~ ~ a00 Q O ~ y y V! M f9 fR a fR ~ _ ; R a Q z O z F z Q a 00 00000000 F c9~ iti 00 000oooo~n y zW N 0 0 0 0 u i 0 0 O N E O ~ 2 ~ n M N~~ N~~~ U w~ H ~ ~~ Z W O N o N es O z ~ U 2 ~ w ~ p ~' W ~ O 0 0 0~~ 0 0 0 z O 0 0 0 O O O O Q vi ~~o ~mm U F m ~ ~ W W F Q ~ ¢ J _ ~ J J W W J f/1 (/J ll.f (/1 (n W F Z W F ~ Z d a z w C7 v~ W w ~ z p ww z ~ a BUJ OW ~ Q ~ aDa w`1 ~ ~ U W U~ U Q W W f ~ U W Z W Q U J j -' o z~wa~~X3X~~ja> _ ¢ ~a~o~aQFpmgzW W N N W Z W WQ. W D U ZO ~ Z Z Z o mo J~goJoNLL~~~~ Q NZ FZ fa~d'JQ~O QZ d.Z ~ ~O H 0007dWJ~jQWO a d~ OU ~aawu~~c~HQaaU Q ~ Q z ~ U O U .+~vr W NO U~ WO OWN N tf0f ~OOOO~ 10 ~ v~ 'a mz da ddd~~~aa ~ o~ ~ 1~ d O ~ W O ~ ~ O O N N N N N~ a cia ¢~ o ~z 0 0 N Ql N W X z O a Q a O w a U EXHIBIT B MANDATORY INSURANCE REQUIRMENTS (Revised September 2001) CONSULTANT LIABILITY INSURANCE A. The Consultant shall not commence work under this Agreement until he/she has obtained all insurance required herein and such insurance has been approved by the City. Nor shall the Consultant allow any subconsultant to commence work until all similar insurance required of the subconsultant has been so obtained. B. The Consultant shall furnish two (2) copies of certificates, with the City named as an additional insured, showing the following minimum coverage in an insurance company acceptable to the City. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on all Bodily Injury and Property Damage certificates Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises -Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractuallnsurance 7. Broad Form Property Damage 8. Independent Consultants 9. Personallnjury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WORKERS' COMPENSATION WHICH COMPLIES WITH THE TEXAS WORKERS= COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE ~ Not limited to sudden & accidental discharge; to include [ ] REQUIRED long-tern environmental impact for the disposal of [X] NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements [ ]REQUIRED [X] NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements [ ] REQUIRED [X] NOT REQUIRED C. In the event of accidents of any kind, the Consultant shall fumish the City with copies of all reports of such accidents at the same time that the reports are forwarded to any other interest parties. EXHIBIT "B" Insurance Requirements Pa e1of3 F:\CorpusWttomey Negotiations\EXHIBIT B.lacobs Engineering.doc HOLD HARMLESS A. HOLD HARMLESS For non-professional services, Consultant agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorney fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this contract. For professional services, Consultant agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorney fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, to the extent caused or alleged to have been caused by the Consultant's negligent acts, errors or omissions in the performance of professional services under this contract. The foregoing indemnity shall apply only to the extent that such injury, death or damage is caused by the sole or concurrent negligence of Consultant, and shall not apply to the extent that such injury, death or damage is caused by the negligence of the City of Corpus Christi, its agents, servants or employees or any other person indemnified hereunder. B. The Consultant shall obtain workers' compensation insurance coverage through a licensed insurance company or through self-insurance obtained in accordance with Texas law. If such coverage is obtained through a licensed insurance company, then the contract for coverage shall be written on a policy and endorsements approved by the Texas State Board of Insurance. If such coverage is provided through self-insurance, then within ten {10) calendar days after the date the City requests that the Consultant sign the contract documents, the Consultant shall provide the City with a copy of its certificate of authority to self-insure its workers' compensation coverage, as well as a letter, signed by the Consultant, stating that the certificate of authority to self-insure remains in effect and is not the subject of any revocation proceeding then pending before the Texas Workers' Compensation Commission. Further, if at any time before final acceptance of the Work by the City, such certificate of authority to self-insure is revoked or is made the subject of any proceeding which could result in revocation of the certificate, then the Consultant shall immediately provide written notice of such facts to the City, by certified mail, return receipt requested directed to: City of Corpus Christi, Department of Engineering Services, P. O. Box 9277, Corpus Christi, Texas 78469 -Attention: Contract Administrator. Whether workers' compensation insurance coverage is provided through a licensed insurance company or through self-insurance, the coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Consultant will be promptly met. III. On the certificate of insurance: The City of Corpus Christi is to be named as an additional insured on the liability coverage, except for workers' compensation coverage. EXHIBIT "B" Insurance Requirements Pa e2of3 F:\Corpus\Attomey NegotiationslEXHI8IT &Jacobs Engineering.doc Should your insurance company elect to use the standard ACORD form, the cancellation clause (bottom right) shall be amended by adding the wording "changed or" between "be" and "cancelled" and deleting the words "endeavor to" and the wording after "left". If the cancellation clause is not amended in the ACORD form, then endorsements shall be submitted. The name of the project also needs to be listed under "description of operations". At least 10-day written notice of change or cancellation will be required. IV. A completed Disclosure of Interest must be submitted with your proposal. EXHIBIT "B" Insurance Requirements Pa e3of3 F:\CorpusWkomey Negotiations\EXHIBIT &Jacobs Engineering.doc SUPPLIER NUMBER TO BE ASSIGNED BYCTPY- PURCHASING DNIS ION _ = CITY OF CORPUS CHRISTI `"`"" DISCLOSURE OF INTEREST City of City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the Clty to provide the following information. Every ~uestion must be answered. If the question is not applicable, answer with "NA". See reverse side or Flling Requirements, Certifications and definitions. COMPANY NALVIE: Jacobs Engineering Group Inc. P. O. BOX: Branch Office: STREET ADDRESS: 5985 Rogerdale Road CITY: Houston ZIP: 77072 FIRM IS: 1. Corporation ® 2. Partnership ® 3. Sole Owner ^ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership In the above named "firm." Name Job Title and City Department (if known) See Attachment A 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title See Attachment A 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee See Attachment A 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 "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant See Attachment A FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economuc benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee m the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics C7dmance 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 mformation requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. ,, • Certifying Person: w ~ ~.~~ Title: ~~ ~„t. ~,1 QPy (Type or Print) Signature of Certifying Date: 0 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. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- timebasis, 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 stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." 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. Attachment A The Submitting Firm, Jacobs Engineering Group Inc. and its subsidiaries form an organization that is comprised of approximately 125 operating companies and affiliates, having a total current employment complement of aver 50,000 persons and revenues exceeding S11 billion. Jacobs Engineering Group Inc. is a publicly traded company and ibs stack is purchased and traded daily by the general public. As such, Jacobs Engineering Group Inc. does not maintain a verifiable record of all owners of its stock that would enable ii to identify all owners of 3°!° or more of its stock. EXHIBIT "D" SAMPLE INVOICE JACOBS Invoice Date: 01/00/00 Invoice No.: Client Address Address Project No(s).: Attn: INVOICE Reference: For Professional Services Rendered Through Task Fee Amount P.O. # Fee Amount ~ Complete Earned to Date Previously Billed Amount Due Description $ - #DIV/0! $ - $ - Description T&M $ - $ Description T&M $ - $ - Descripfion T&M $ - $ - Descripdon $ - #DIV/0! $ - $ - Description $ - #DIV/0! $ - $ - Description T&M $ - $ - Description T&M $ - $ - Description T&M $ - $ - Descrip6on T8M $ - $ - Descri lion T&M $ - Grand Total: __ $ $ $ $ Additional Services Hourly Breakdown Traffic Control City Streets (Hourly) EMPLOYEE TITLE HOURS RATE TOTAL 0.00 $ - Bore & Receiving Pit Structural Design (Hourly) EMPLOYEE TITLE HOURS RATE TOTAL 0.00 $ - Invoice Amount Due: S JACOBS ENGINEERING APPROVAL: Project Manager Terms: Net 30 days: Please reference invoice # with all paymems. Remit To: Jacobs Enginerirg Gmup, Inc, do Bank of America, 800 Market Street Lockbox 18713F, St Louis, MO 83150.8713 ACH Payment: Bank of America Services ABA# 111 000 012. Account # 3750918030 1 v c Q. y.~ U V = L Q ~+ O U N ~ ~ c V ~ >, ~ _ t~.~ CC0 Q C W _m ~ Q Q 0 d a L Q G? ui a 0 0 z ~ ~ ~ O V ~ z a a m ~ ~ ~ ~ O ~ W a ~ m F- ~ a v ~ a v V C C .~ m c .~ c w fA O v tC 7 R ',, r- 2 ~ O ~ ~ U QQ W Z z Z O ~ d U U W Z W O ~ o N ~ ~ D Q a a Q ~ U w ~ G 0 ~ > 0 ~ > 0 ~ > 0 ~ ~ 0 ~ > 0 ~ > V O _ ^ _ ^ _ ^ _ ^ _ ^ _ ^ ti I- ~ ~# 4k ~ # ik O e D aw a~ zc ~o o~ ~ ~, ~ ~, ~ ~ 0 ao ~ ~ zw a ~ ~ o ~ _ a~ ~ ~ ~ ~ ~ ~ J ~ H V 0 ~ 0 ~ 0 ~ 0 ~ 0 ~ 0 ~ 00 ~ ~ ~ ~ ~ ~ e V H U ~ ~ ~ Z Z ~ o° ~~ ma ~ ~ U LL O W 2 Q O U G CO Z LL ~ Q Z ~ LL O V O 1= W V LL Qa~ c w v w Q Z O z w m N w m 0 y J O d t.., ~E .~ m v d w m rn ~o a 0 a ~a d O a N W m EXHIBIT E CONTRACTOR CONTRACTUAL REQUIREMENTS TITLE VI ASSURANCES During the performance of this contract, the ENGINEER, for itself, its assignees and successors in interest (hereinafter referred to as the "ENGINEER") agrees as follows: Compliance with Regulations. The ENGINEER shall comply with the Regulations relative to nondiscrimination infederally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination. The ENGINEER, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of SUBCONTRACTORs, including procurement of materials and leases of equipment. The ENGINEER shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts Including Procurement of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the ENGINEER for work to be performed under a subcontract, including procurements for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential SUBCONTRACTOR or supplier shall be notified by the CONTRACTOR of the ENGINEER's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Resorts. The ENGINEER shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of an ENGINEER is in the exclusive possession of another who fails or refuses to furnish this information, the ENGINEER shall so certify to the Sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. Exhibit "E" Page 1 of 2 5. Sanctions for Noncompliance. In the event of the ENGINEER's noncompliance with the nondiscrimination provisions of this contract, the Sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: (a) withholding of payments to the ENGINEER under the contract until the ENGINEER complies, and/or (b) cancellation, termination, or suspension of the contract, in whole or in part. 6. Inco oration of Provisions. The ENGINEER shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The ENGINEER shall take such action e with respect to any subcontract or procurement as the Sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event an ENGINEER becomes involved in, or is threatened with, litigation with a SUBCONTRACTOR or supplier as a result of such direction, the ENGINEER may request the Sponsor to enter into such litigation to protect the interests of the Sponsor and, in addition, the ENGINEER may request the United States to enter into such litigation to protect the interests of the United States. Exhibit "E" Page 2 of 2 EXHIBIT F DISADVANTAGED BUSINESS ENTERPRISE (DBE) ASSURANCES Policy. It is the policy of the Department of Transportation (DOT) that minority business enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds under this Agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this Agreement. 2. DBE Obligation. The ENGINEER agrees to ensure that minority business enterprises as defined in 49 CFR Part 26 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this Agreement. In this regard, all ENGINEERs shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to ensure that minority business enterprises have the maximum opportunity to compete for and perform contracts. ENGINEERs shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT-assisted contracts . Exhibit "F" Page 1 of 1 J~~~~~ 5995 Rogerdale Road Houston, Texas 77072 1.832.351.7230 Fax 1.832.351.7765 Fee Schedule Project Principal $252 Senior Project Manager $192 Project Engineer $137 Graduate Principal $125 Project Designer/Technician $115 Project Controls $ 89 Project Clerical/Administrative $ 58 Resident Project Representative $ 86 EXHIBIT "G" PAGE 1 of 1