Loading...
HomeMy WebLinkAboutC2009-488 - 12/15/2009 - ApprovedCITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or Designee (Director of Engineering Services) and Maverick Engineering, a Texas corporation, (Architect/Engineer - A/E), hereby agree as follows: 1. SCOPE OF PROJECT County Road 52 from County Road 69 to US 77 (Proiect No. 6471) and County Road 69 from County Road 52 to FM 624 (Proiect No. 6507) -This project will improve and upgrade the route between Farm to Market 624 and US 77. The section of County Road 52 bound between US 77 and County Road 69 is currently a two lane rural roadway section. County Road 52 improvements will consist of the reconstruction and widening of the existing two lane roadway to a rural road section with a continuous left turn lane, driveways, storm water improvements including drainage ditches, and replacement of the culvert crossing for the irrigation canal at the intersection of County Road 69 and 52. 2. The section of County Road 69 bound between Farm to Market 624 and County Road 52 is currently a two lane rural roadway section without drainage ditches. County Road 69 improvements will consist of the reconstruction and widening of the existing two-lane roadway to a rural road section exclusive of shoulders with a continuous left turn lane where possible within the existing right-of-way. 1. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform professional services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, A/E will provide monthly status updates (project progress or delays, gantt charts presented with monthly invoices) and provide contract administration services, as described in Exhibit "A" and "A-1 ", to complete the project. Work will not begin on Additional Services until requested by the A/E (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. A/E services will be "Services for Construction Projects"- (Basic Services for Construction Projects")which are shown and are in accordance with "Professional Engineering Services- A Guide to the Selection and Negotiation Process, 1993" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of Professional Engineers. For purposes of this contract, certain services listed in this publication as Additional Services will be considered as Basic Services. 2009-488 Large AIE Contract M2009-350 & 351 Page 1 of 3 12/15/09 unty Road 52 (from CR 69 to US 77) & County Road 69 (from CR 52 to FM 624)\Consultant (Maverick)1CONTRACT FOR Maverick Engineering 2. ORDER OF SERVICES The A/E agrees to begin work on those authorized Basic Services for this contract upon receipt of the Notice to Proceed from the Director of Engineering Services. Work will not begin on any phase or any Additional Services until requested in writing by the A/E and written authorization is provided by the Director of Engineering Services. The anticipated schedule of the preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit "A". This schedule is not to be inclusive of all additional time that may be required for review by the City staff and may be amended by or with the concurrence of the Director of Engineering Services. The Director of Engineering Services may direct the A/E to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to this contract. A/E shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 3. INDEMNITY AND INSURANCE A/E agrees to the mandatory contract indemnification and insurance requirements as set forth in Exhibit "B". 4. FEE The City will pay the A/E a fee, as described in Exhibit "A", for providing services authorized, a total fee not to exceed $386,517.00 (Three Hundred Eighty Six Thousand Five Hundred Seventeen Dollars and Zero Cents). Monthly invoices will be submitted in accordance with Exhibit "D". 5. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the A/E at the address of record. In this event, the A/E will be compensated for its services on all stages authorized based upon A/E and City's estimate of the proportion of the total services actually completed at the time of termination. 6. LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. The A/E agrees that at least 75% of the work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan Statistical Area (MSA). Additionally, no more than 25% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA.) Large AIE Contract Page 2 of 3 H:\HOME\KellyO\GEN\STREETS\6471 B 6507- County Road 52 (from CR 69 to US 77) & County Road 69 (from CR 52 to FM 624)\Conwltant (Maverick)\CONTRACT FOR PROFESSIONAL SERVICES.doc 7. ASSIGNABILITY The A/E will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the A/E staff. If the A/E is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the A/E fee may be assigned in advance of receipt by the A/E without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. 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. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re-use of modified plans. 10. DISCLOSURE OF INTEREST A/E further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form attached as Exhibit "C". CITY F CO US C RISTI JuanPera~es Jr., P.E. Date Assistant City Manager RECOMM DED ~-~ ' ~~.9 Pete Anaya, P.E. Date Director of Engineering Services ATTEST Armando Chapa, City cretary O `AS i O~~ ~~ ~ ~ ~~~ ~ .~~ City ttorney Date MAVERICK ENGINEERING Daniel Biles, P.E. Date Corpus Christi Area Manager 400 Mann Street, Suite 200 Corpus Christi, Texas 78401 (361) 696-3500; Office (361) 696-3599; Fax n ,~ -~ ~ "l '3~ AUTHOR{ZE~ 1 .. . . . . . ~ . . . .... . . . . gY c©uRCll... I ~.~:-~:~~..-~ M{n~Y~N~i s~c~~rRR-_ Y~~ Large AIE Contract Page 3 of 3 H:WOME\KellyO\GEN\STREETS\6471 & 6507- County Road 52 (from CR 69 to US 77) 8 County Road 69 (frwn CR 52 to FM 624)\Consultant (Maverick)\CONTRACT FOR PROFESSIONAL SERVICES.doc EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS COUNTY ROAD 52 FROM COUNTY ROAD 69 TO US 77 (#6471) AND COUNTY ROAD 69 FROM COUNTY ROAD 52 TO FM 624 (#6507) BOND ISSUE 2008 1. SCOPE OF SERVICES SCOPE OF PROJECT: This project will improve and upgrade the route between Farm to Market 624 and US 77. The section of County Road 69 bound between Farm to Market 624 and County Road 52 is currently a two lane rural roadway section without drainage ditches. County Road 69 improvements will consist of the reconstruction and widening of the existing two-lane roadway to a rural road section exclusive of shoulders with a continuous left turn lane where possible within the existing right-of-way. 2. The section of County Road 52 bound between US 77 and County Road 69 is currently a two lane rural roadway section. County Road 52 improvements will consist of the reconstruction and widening of the existing two lane roadway to a rural road section with a continuous left turn lane, driveways, storm water improvements including drainage ditches, and replacement of the culvert crossing for the irrigation canal at the intersection of County Road 69 and 52. A. Basic Services. Basic Services will include the following in addition to those items shown on Exhibit "A-1" Task List. 1. Preliminary Phase. The Architect/Engineer-A/E will: 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 an Engineering Letter of Report which includes Preliminary designs, drawings, and written description of the project. This report shall include: a. Provide scope of soil investigations, borings, and laboratory testing. (The City Engineering Services Department will provide necessary soil investigation and testing under one or more separate contracts). b. Confer with the City staff regarding the design parameters of the Project. The Engineer will participate in a minimum of three (3) formal meetings with EXHIBIT "A" Pa e1of12 City staff, 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 Texas Department of Transportation (TxDOT) and Texas Commission of Environmental Quality (TCEQ)) as required to satisfactorily complete the Project. c. Submit one (1) copy in an approved electronic format, and one (1) paper copies of the Engineering Letter of Report, with executive summary, opinion of probable construction costs, defined technical evaluations of identified feasible alternatives, and review with City staff to produce an acceptable format which contains common municipal elements. Engineering Letter of Report 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 City staff to collect data, discuss materials and methods of construction, and identify design and construction requirements. 2. Review and investigation of available records, archives, and pertinent data related to the Project including taking photographs of the 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, potential right of way/easements, 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 jCONSTRUCTABILITY). 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 City operating department(s) and Engineering Services staff to produce a cohesive, well-defined proposed scope of design, probable cost estimates(s) and design alternatives. EXHIBIT "A" Pa e2of12 8. Provide a letter stating that the A/E and Sub-consultant Engineers have checked and reviewed the Engineering Letter of Report prior to submission. d. Field location of existing utilities using Texas one-call system (Coordinate with appropriate City Operating Departments). e. Provide subsurface utility engineering in accordance with ASCE Standard "ASCE C-I, 38-02, Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data". The proposed subsurface utility investigation will be as follows: 1. Excavation -The survey scope includes working with a subsurface utility excavator to perform Quality Level A investigation of underground utilities in specified areas through the project limit. (Quality Level A involves the use of nondestructive digging equipment at critical points to determine the horizontal and vertical position of underground utilities, as well as the type, size, condition, material, and other characteristics.) Utilities located at this quality level will be physically located and tied to the topographic survey control. The utility will be identified and an elevation will be obtained to the top of the utility. 2. Utility Location -The survey scope includes locating certain utilities to Quality Level B (Quality Level B involves surveying visible above ground utility facilities, such as manholes, valve boxes, posts, etc., and correlating this information with existing utility records.) These utilities will be located by obtaining a One- Call Notice and measuring the marked locations. 3. Storm Water -Storm water facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible storm water manholes and drainage inlets. 4. Wastewater- Wastewaterfacilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible wastewater manholes. 5. Water -Water facilities within the project limits will be located to Quality Level C. 6. Gas -Gas facilities within the project limits will be located to Quality Level C by the A/E. The City of Corpus Christi Gas Department will provide Quality Level A. The A/E will coordinate this activity. 7. Coordinate with local franchises to achieve Quality Level A. 8. Coordinate with Railroad Commission to achieve Quality Level A. City staff will provide one set only of the following information (as applicable): EXHIBIT "A" Pa e3of12 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. Related GIS mapping for existing facilities. e. A copy of existing studies and plans. (as available from City Engineering files). f. Provide applicable Master Plans. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the A/E will: a. Study, verify, and implement Engineering Letter of Report recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff. b. Prepare one set of Construction Bid and Contract Documents in City format (using City Standards as applicable) for each phase, including Contract agreement forms, general provisions and special provisions, notice to bidders, insurance requirements, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, one bid for each phase, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. c. Provide assistance identify testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under additional services). d. Prepare final quantities and estimates of probable costs with the recommended construction schedule. The construction schedule will provide a phased approach to better track progress and payments. e. Furnish one (1) copy of the pre final plans to the City staff for review and approval purposes with estimates of probable construction costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. f. Assimilate all pertinent review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. g. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the pre-final and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The Consultant A/E and Sub-consultant A/E shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete priorto EXHIBIT "A" Pa e4of12 submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. h. Provide Traffic Control Plan with illumination, markings and striping for review and approval by the City Traffic Engineering Department. i. Upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for reproduction (In City Format) and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. j. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. k. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. I. Provide a Storm Water Pollution Prevention Plan. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the design phase. b. Provide the budget for the Project specifying the funds available for the construction contract. c. Provide electronic files of the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. 3. Bid Phase. The A/E will: a. Participate in the pre-bid conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c. Review all pre-bid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' approval, any addenda or other revisions necessary to inform contractors of approved changes prior to bidding. d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the A/E's design phase estimate required above, the Engineerwill, at its expense, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re-advertise that particular portion of the Project for bids. EXHIBIT "A" Pa e5of12 The City staff will: a. Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. b. Advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the A/E) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. d. Prepare, review and provide copies of the contract for execution between the City and the contractor. 4. Construction Phase. The A/E will perform contract administration to include the following: a. Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Review field and laboratory tests. d. Provide interpretations and clarifications of the contract documents for the contractor and authorize required changes, which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. e. Make regular visits to the site of the Project to confer with the City project inspector and contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. f. Prepare change orders as authorized by the City (coordinate with the City's construction division); provide interpretations and 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 City under the contract. g. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. h. Review construction "red-line" drawings, prepare record drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later) of the record drawings. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a EXHIBIT "A" Pa e 6 of 12 separate file. Attribute data will be provided in ASCI I format in tabular form. All electronic data will be compatible with the City GIS system. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction phase. b. Prepare applications/estimates for payments to contractor. c. Conduct the final acceptance inspection with the Engineer. B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that may be included as part of this contract, but the A/E will not begin work on this section without specific written approval by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The A/E will, with written authorization by the Director of Engineering Services, do the following: Permitting. Furnish the City all engineering data and documentation necessary for all required permits and pay all applicable fees. 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. TxDOT Permits/Amendments b. NPDES Permit/Amendments c. Texas Department of License and Regulation (TDLR ) d. Texas Commission on Environmental Quality e. Calallen Independent School District f. United States Postal Service 2. Right-of-Way (ROW) 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 City's use in the acquisition process. All work must comply with Category 1-A, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. All work must be tied to and conform with the City's Global Positioning System (GPS) control network. A/E Consultant will be required to perform all necessary deed research. Furthermore, this line item contains the necessary time to prepare the required documents and survey ten (2) parcels for right of way acquisition or temporary construction easements. 3. Touograuhic Survey. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points. Establish base survey controls for line and elevation staking (not detailed setting of lines EXHIBIT "q~~ Pa e7of12 and .grades for specific structures or facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyor' 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. Public Involvement. Upon receiving authorization from the City, public participation efforts will require an interactive approach and will be developed and adapted as the project unfolds. This will include the attendance at 1 public meeting and the preparation of the required exhibits for said meeting. 5. Construction Observation Services. 1. Provide a project representative (PR) to provide part time construction inspection (25 hours a week including travel time). A. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the A/E shall endeavor to provide further protection for the CITY against defects and deficiencies in the Work. B. The duties and responsibilities of the PR are described as follows: 1. General: PR will act as directed by and under the supervision of A/E, and will confer with A/E regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with A/E and Contractor, keeping the CITY advised as necessary. 2. Conference and Meetings: Attend meetings with Contractor, such as pre- construction conferences, progress meetings, job conferences and other project-related meetings as required by the City, and prepare and circulate copies of minutes thereof. 3. Liaison: A. Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. B. PR shall communicate with CITY with the knowledge of and under the direction of A/E 4. Interpretation of Contract Documents: Report when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. 5. Shop Drawings and Samples: A. Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. B. Record date of receipt of Samples and approved Shop Drawings. EXHIBIT "A" Pa e8of12 C. Advise Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which PR believes that the submittal has not been approved. 6. Review of Work and Rejection of Defective Work: A. Conduct on-Site observations of Contractor's work in progress to assist A/E in determining if the Work is in general proceeding in accordance with the Contract Documents. B. Report whenever PR believes that any part of Contractor's work in progress will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise City and A/E of that part of work in progress that PR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. C. Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. 7. Records: A. Maintain orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, A/E's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. B. Prepare a daily report utilizing approved City format, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to A/E and the City. 8. Reports: A. Furnish periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. B. Report immediately to the CITY and A/E the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. C. Provide project photo report on CD-ROM at the rate of a minimum of two photographs per day, including an adequate amount of photograph documentation of utility conflicts. EXHIBIT "A" Pa e9of12 9. Completion: A. Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. B. Participate in a final inspection in the company of A/E, the CITY, and Contractor and prepare a final list of items to be completed or corrected. C. Observe whether all items on final list have been completed or corrected and make recommendations concerning acceptance and issuance of the Notice of Acceptability of the Work. 6. Warranty Phase. Provide a maintenance guaranty inspection toward the end of the one-year period after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. 7. Hydro-Excavation. Upon receiving authorization from the City to proceed, conduct hydro-excavation as deemed necessary during the preliminary design phase to identify underground utilities. This line item contains an allowance for two and one half (2.5) days of on-site investigative work. The hydro-excavation process will conform to subsurface utility engineering in accordance with ASCE Standard C-I, 38-02, and shall be in accordance with Section 1.e of Basic Services. 8. Provide the services above authorized in addition to those items shown on Exhibit "A-1" Task List. EXHIBIT "A" Pa e10of12 2. SCHEDULE County Road 52 and County Road 69 from FM 624 to US 77 DAY DATE ACTIVITY Tuesday December 15, 2009 Begin Engineering Letter of Report Phase Monday March 29, 2010 Engineering Letter of Report Draft Submission (30 /o Design) Monday April 19, 2010 City Review Monday May 3, 2010 Engineering Letter of Report Final Submission Tuesday July 6, 2010 60 % Design Submission Tuesday July 20, 2010 City Review Monday August 16, 2010 Pre-Final Design Submission Monday August 30, 2010 City Review Monday September 13, 2010 Final Design Submission Wednesday September 29, 2010 Advertise for Bids Wednesday October 20, 2010 Pre-Bid Conference Wednesday October 27, 2010 Receive Bids Weekday December 2010 Begin Construction Weekday October 2011 Construction Completion 3. FEES A. Fee for Basic Services. The City will pay the A/E a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1-4 above, and for all expenses incurred in performing these services. 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. City will make prompt monthly payments in response to A/E's monthly statements. B. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the A/E anot-to-exceed fee as per the table below: EXHIBIT "A" Pa a 11 of 12 C. Summary of Fees • County Road 52 from County Road 69 to US 77 (City/County Shared Cost) • County Road 69 from County Road 52 to FM 624 (City Bond 2008) Fee for Basic Services CR 52 CR 69 CR 52 ~ 69 Street Street Totals 1. Preliminary Phase $26,515 $12,365 $38,880 2. Design Phase 114,793 53,535 168,328 3. Bid Phase 7,263 3,387 10,650 4. Construction Phase 12,232 5,704 17,936 Subtotal Basic Services Fees $160,803 $74,991 $235,794 Fee for Additional Services Allowance 1. Permit Preparation (allowance) TXDOT NPDES Permit/Amendments Texas Department of License and Regulation Texas Commission on Environmental Quality United States Postal Service Railroad Permitting Total Permitting ,287 ,000 ,287 2. ROW Acquisition Survey 0 13,363 .13,363 3. Topographic Survey 17,297 8,066 25,363 4. Public Involvement Issues 2,728 1,272 4,000 5. Construction Observation Services (allowance) 57,196 26,674 83,870 6. Warranty Phase 1,937 903 2,840 7. Hydro-Excavation (allowance) 10,229 4,771 15,000 Sub-Total Additional Services Fees $93,674 $57,049 $150,723 Total Fee $254,477 $132,040 $386,517 The estimated cost of construction for County Road 52 from County Road 69 to US 77 is $1,920,000 and $640,000 for County Road 69 from County Road 52 to FM 624 for a total construction cost of $2,560,000. The total basic services fee proposal for this project is $235,794 for both County Road 52 and County Road 69. Therefore the percentage of basic services cost to construction cost is 9.21 %. EXHIBIT "A" Pa e12of12 EXHIBIT A-1 CITY OF CORPUS CHRISTI, TEXAS COUNTY ROAD 52 FROM COUNTY ROAD 69 TO US 77 (#6471) AND COUNTY ROAD 69 FROM COUNTY ROAD 52 TO FM 624 (#6507) BOND ISSUE 2008 TASK LIST Basic services 1) Project limits include along County Road 52 and County Road 69 from FM 624 to US 77 involving existing right-of-way plus acquired parcels of lots to facilitate the street improvements. 2) Perform field investigation surveys (as authorized by Additional Services) as required to define specific areas of demolition and new work along with the applicable parameters required to complete the engineering letter of report and construction drawings. 3) Contact Texas one-call system to locate existing City utilities in the field, and coordinate with appropriate City operating department. 4) Attend and participate in project kickoff and planning meetings (3 meetings) with City staff to discuss planning and conceptual design. 5) Review available reports, record drawings, utility maps and other information provided by the City pertaining to the project area. 6) Prepare one (1) hard copy and one (1) electronic copy of the engineering letter of report (pre-final and final submissions) including data collected, preliminary drainage calculations, roadway alignments, additional road requirements (if any) and conceptual cost estimates for the anticipated improvements and make recommendation to the City staff. 7) Review with City staff, revise and furnish one (1) hard copy and one (1) electronic copy of the final engineering letter of report. Obtain approval to proceed to Design Phase. 8) Participate with staff at one (1) public meeting. Prepare exhibits as required to illustrate scope of proposed improvements. 9) Prepare hydraulic analysis based on 25, & 50-year design storm return frequency runoff coefficients, time of concentration, rainfall intensity and drainage areas utilizing WinStorm software. Hydraulic Gradient and associated data will be reflected in the construction drawings. EXHIBIT "A-1" Page 1 of 4 10) Develop construction drawings in English units in 22" x 34" sheets (Approximately 200 sheets total). 11) Prepare opinion of probable construction costs including contingency amounts. 12) Prepare Special Provisions, Specifications and Forms of Contracts and Bonds to include; • Title Page • Table of Contents • Notice to Bidders • Notice to Contractors - A • Notice to Contractors - B • Part A -Special Provisions • Part B -General Provisions • Part S -Standard Specifications • Part T -Technical Specifications (if required) • List of Drawings • Geotechnical Report • Notice • Agreement • Proposal/Disclosure Statement • Performance Bond • Payment Bond 13) Provide Quality Assurance/Quality Control (QA/QC) interim review and prepare submittal for City's review depicting final complete development of the construction drawing and specifications. 14) Address comments received from the City for the final Submittal. 15) Provide Quality Assurance/Quality Control (QA/QC) final review and submit one (1) hard copy and one (1) electronic copy of the final contract drawings and specifications to the City for bidding process. 16) Update the Opinion of Probable Costs. 17) Provide Bid Phase Services in accordance with Exhibit `A' of the Contract for Professional Services. 18) Provide Construction Phase Services in accordance with Exhibit `A' of the Contract for Professional Services. 19) Prepare monthly progress reports for submittal to the City. Monthly progress reports shall be submitted by the 5th of each month. 20) A/E will coordinate with City and AEP for lighting conduit locations. A spare conduit for City MIS will be included. ExHiBiT °°~a--~~~ Page 2 of 4 Additional Services PERMITTING 1) Upon receiving authorization from the City to proceed, furnish to the City all engineering data and documentation necessary for all required governmental permits as needed to complete the project. 2) Prepare and submit permit applications and associated fees to the appropriate authorities as required to complete the project. 3) Coordinate with school district(s). RIGHT-OF-WAY ACQUISITION SURVEY 1) Establish limits of work area and obtain reference drawings. 2) Research City rights-of-way (ROW), easements and property boundaries along CR 69 and at the intersection of CR 69 & CR 52. 3) Research adjacent properties. 4) Prepare working sketch for right-of-way (ROW) acquisition. 5) Locate and tie-in tract boundaries. 6) Calculate boundaries for right-of-way (ROW) acquisition. 7) Perform CAD design/drafting for final survey plats. 8) Provide Quality Assurance/Quality Control (QA/QC) final review for survey plats. 9) Write legal descriptions for right-of-way (ROW) acquisition. 10) Stake boundaries for right-of-way (ROW) to be acquired. 11) Provide ROW exhibit(s). TOPOGRAPHIC SURVEY 1) Research horizontal and vertical controls. 2) Pre-plan control survey. 3) Set control points in the field. 4) Establish vertical control points (bench marks) and perform level loops. 5) Establish horizontal control on control points by GPS. 6) Perform topographic survey within project limits. 7) Cross-section existing drainage ditches at 100-ft. intervals. 8) Locate and tie-in tract boundaries. EXHIBIT "A-1" Page 3 of 4 9) Locate and tie-in known utilities and structures. 10)Download raw survey field data, copy field notes, reduce data and check results. 11)Set centerline control points for construction. PUBLIC INVOLVEMENT ISSUES Participate with staff atone (1) public meeting. Prepare exhibits as required to illustrate scope of proposed improvements. CONSTRUCTION OBSERVATION SERVICES 1) Provide construction observation services as authorized by the City in accordance with Exhibit `A' of the Contract for Professional Services. 2) Conduct daily site visits to the project site during construction. 3) Prepare daily reports and coordinate site visits with MEI office staff. 4) Provide detailed coordination with City staff during construction. 5) Coordinate construction activities with materials testing lab. WARRANTY PHASE 1) Upon receiving authorization from the City to proceed, conduct a maintenance guaranty inspection toward the end of the one-year period after acceptance of the project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, corrector replace improvement under the maintenance guaranty terms of the construction contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action. HYDRO-EXCAVATION (TBD) 1) Upon receiving authorization from the City to proceed, conduct at the locations as determined necessary during the preliminary design phase of the project. The hydro-excavation process will conform to subsurface utility engineering in accordance with ASCE Standard C-I, 38-02, and shall be in accordance with Section 1.e of Basic Services in Exhibit "A". EXHIBIT "A-1" Page 4 of 4 Exhibit B Mandatory Requirements (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 WHICH COMPLIES WITH THE TEXAS WORKERS= WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION 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 6-6-11 and Supplemental Insurance Requirements [ ]REQUIRED [X] NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section 8-6-11 and Supplemental Insurance Requirements [ ] REQUIRED [X] NOT REQUIRED EXHIBIT "B" Pa e 1 of 3 C. In the event of accidents of any kind, the Consultant shall furnish the City with copies of all reports of such accidents at the same time that the reports are forwarded to any other interested parties. II. INDEMNIFICATION AND HOLD HARMLESS A. Consultant agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this contract. The foregoing indemnity shall apply except if such injury, death or damage is caused by the sole or concurrent negligence of the City of Corpus Christi, its agents, servants, or employees or any other person indemnified hereunder. B. The Consultant shall obtain workers' compensation insurance coverage through a licensed insurance company or through self-insurance obtained in accordance with Texas law. If such coverage is obtained through a licensed insurance company, then the contract for coverage shall be written on a policy and endorsements approved by the Texas State Board of Insurance. If such coverage is provided through self-insurance, then within ten (10) calendar days after the date the City requests that the Consultant sign the contract documents, the Consultant shall provide the City with a copy of its certificate of authority to self-insure its workers' compensation coverage, as well as a letter, signed by the Consultant, stating that the certificate of authority to self-insure remains in effect and is not the subject of any revocation proceeding then pending before the Texas Workers' Compensation Commission. Further, if at any time before final acceptance of the Work by the City, such certificate of authority to self-insure is revoked or is made the subject of any proceeding which could result in revocation of the certificate, then the Consultant shall immediately provide written notice of such facts to the City, by certified mail, return receipt requested directed to: City of Corpus Christi, Department of Engineering Services, P. O. Box 9277, Corpus Christi, Texas 78469 -Attention: Contract Administrator. Whether workers' compensation insurance coverage is provided through a licensed insurance company or through self-insurance, the coverage provided must be in an amount sufficient to assure that all workers' compensation obligations. incurred by the Consultant will be promptly met. ,~ ~~ .~+ le.~c.+ i + o ~ f d Fl h m a k#} ' / -vr~cavc-r c ya EXHIBIT "B" Pa e2of3 III. On the certificate of insurance: • The City of Corpus Christi is to be named as an additional insured on the liability coverage, except for workers' compensation coverage. • Should your insurance company elect to use the standard ACORD form, the cancellation clause (bottom right) shall be amended by adding the wording "changed or" between "be"and "cancelled" and deleting the words "endeavor to"and the wording after "left". If the cancellation clause is not amended in the ACORD form, then endorsements shall be submitted. • The name of the project also needs to be listed under "description of operations". • At least 10-day written notice of change or cancellation will be required. IV. A completed Disclosure of Interest must be submitted with your proposal. EXHIBIT "B" Pa e3of3 _-- SUPPLIER NUMBER ~~ ~ TO BE ASSIGNED BY~T~- PURCHASING DNISION City of CITY OF CORPUS CHRISTI ~~ t; DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every questlon must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Maverick Engineering, Inc. P. O. BOX: STREET ADDRESS: 400 Mann Street, Suite 200 CITY: Corpus Christi ZIP: 78401 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 pa a or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Chrlstl having an "ownership interest" constituting 3% or more of the ownership in the above named "firm.' Name Job Title and City Department (if known) N/A 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title N/A 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee N/A 4. State the names of each employee or officer of a "consultant" 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 N/A EXHIBIT "(;" Pa e 1 of 2 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public m 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 in the matter is appparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ettucs Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Daniel Biles, P.E. Title: Corpus Christi Area Manager (Type or Print) Signature of Certifying ~~ ~ Date: ) / ~~ Person: ~ -~_ 1 ~-/ z- DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint 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. EXHIBIT "C" Pa e2of2 W Q Z H ~ V N d ~ ~ ~ O O O C a?Z ~ ~ m. 1- , '~ > J ~ C ~ aa- O V d d ~ ~ a ~ o a v d ~ V O ~ F- O N d 7 V O_ ._ •~ > L C a - ~ ~ O ' ~ > Q c V a~+ ~ H O V N O Z .0 Q r O Z 'a Q v C O V H V .~ ev m \ 0 O O \ 0 O In \ 0 O \ 0 O \ 0 O M \ 0 t,f) N \ 0 0 \ 0 0 \ 0 0 \ 0 0 \ 0 0 \ 0 .- \ 0 O M \ 0 E ~- \ 0 M N ° ° ° ° ° ° ° ° p p p ° ° ° ° o O ~ o ~ ~ o ~ N o ~ ~ ~ ~ o ~ o to N o ~ o O M d4 EA bR 6R ° ° 0 ° ° p p p O ° O O o O to O to b 9 H I- I- ~ ~ ~ r ~ r oc~ o ° o 0 0 ~o I~ ~ 00 In d4 0 o p m I- p m I- p m I- °o ~ ~ ~ 1` dg °o to ~°n N ~ ~ 0 O 0 O M 1~ 0 to M 1~ N O O N N r ~ N eC ~ m F m ~ m F~ d' ti ~ N ~ ~ 1 ~ ~ O~ C7 r ~ ~ E R ~ u~ ° ° ° p p p N ° N ti ~ ~ N O O ~ ~ N ~ E~ N CO r Fm- ~ m O ~- l A N r CO r 00 N ~ ~ ~ ~ ° ° ° N O N N fA O O O O E13 N ~ m H m F- m ~ ~ O .- ~- ~ ~ ~ ~ °o o °o o N °o ~n o ~n N °o o °o o ° ° p ~ p ~ p ~ o 0 °o 0 ~ °o 0 N °o 0 ~ Ef3 ~ ~ ~ c~ y ~ ~ ~ U N (/~ N V- t~l1 ~ ~ ~ C ~ ~ U n- N C .~ N L Z ~ "0 C U ~ d ~ Q i ~ a N ~ ~ C ~ ~ o ~ j c v ~ Z+ i° ~ ~ ~ c V rn Q ~ cn o 0 ~ O 0 O ~ 'G N ~ ~ O U ~ O cC 'v O a p . m U cn a a ~ ~ a.O cn cn v~ m Q l- ~O~o w, wo ?HON ~ m ~ ~ N ~ w a .moo. w a w ~ ~ ~ J Z W W Z_ C7 Z W Z O U EXHIBIT "D" Pa e1of1