Loading...
HomeMy WebLinkAboutC2010-314 - 8/17/2010 - ApprovedAMENDMENT NO. 4 TO CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas hereinafter called "CITY", and FREESE AND NICHOLS INC., hereinafter called "CONSULTANT," agree to the following amendment to the Contract far Professional Services for Yorktown Boulevard -» Sta les to Cimarron Project No. 6464 as authorized and amended by: Ori final Contract Aril 24, 2009 Motion No. 2009-Ofi6 $999,871.00 Amendment No. 1 November 22 2009 Administrative A royal $48,500.00 Amendment No. 2 Aril 9, 2010 Administrative A rovaE $48,000.00 Amendment No. 3 Ma 5, 2010 Administrative A royal $42 812.00 ^ In the original contract, Section I. SCOPE OF PROJECT, shall be amended to include the fallowing scope for Yorktown Boulevard Phase 2 -Cimarron #o Rodd Fieid Road Project No. E70100 The section of Yorktown Blvd. between Cimarron Blvd. and Rodd Field Road is currently a rural unimproved two-lane roadway wi#h roadside drainage ditches. Yorktown Boulevard -Phase 2 improvements will consist of the recons#ruction and widening of the existing two-lane roadway to a 4-lane divided urban arterial street with bicycle lanes and a raised median of sufficient width to provide one additional lane in each direction in the future. The roadway will include curb & gutter, driveways, storm water improvements, water & wastewater improvements, and pedestrian improvements in accordance with ADA requirements and Texas Accessibility Standards (TAS}. Left-turn lanes will be provided at designated locations. Associated improvements such as off-site storm water improvemen#s, pavement markings and signage, street lighting (by AEP}, and provisions for temporary traffic controls during construction will also be included. YorktownlRodd Field intersection improvements are not included in this project. ^ In the original contract, Section Il. SCOPE OF SERVICES, shall be amended to expand Basic Services and Additional Services for Yorktown Boulevard Phase 2 -Cimarron #o Rvdd Field Road Pro ec# No. E10100 as shown on the attached Amendment No. 4, Exhibit "A" and Exhibit "A-1 ". ^ In the original contract, Section III.ORDER OF SERVICIS, shall be amended to include the attached Project Schedule for Yorktown Boulevard Phase 2 - Clmarron to Rodd Field Road {Proiect No., E101001 as shown on the attached Amendment No. 4, Exhibit "A". ^ In the original contract, Section V. FEES shall be modified as shown on the attached Amendment No. 4 Exhibit "A" for a revised fee not to exceed 636 003.00 Six Hundred Thirt -Six Thousand Three Dollars and Zero Cen#s , for a total restated fee not to exceed $1.775.186.00 {One Million Seven Hundred Seventy-Five Thousand One Hundred„EShty~Six Dollars and Zero Centsl. All other terms and conditions of the April 24, 2009 contract and amendments between the City and Consultant will remain in full force and effect. CITY F CORP S CHRIST ~~ ~~~~~ Juan Peral s Jr., P.E. Date Assistant City Manager RECOMM DE -- T/v E ~ AND NiCHOLS, INC. ~•G- ~e Rbn G1~zman, P.E. Date Principal 5402 S. Staples, Suite 208 Corpus Christi, TX 78411 (361) 561-6500 Office; (361) 561-6501 Fax a Pete Anaya, P.E. Date ~ (Q ~- ~ ~ q AUTH01di~L~ Director of Engineering Services BY COaI~CII... ~~,~~ 2010-314 M2010-189 ~~~~~~ AMD. N0.4 08/17110 Pa e 1 of 2 Blvd- 5laples to CimarronWmendment No. 4 (Yorktown Phase 2)lAmendment No. A.dce Freese and Nichols ~~~~ A77ES~ VVUVVU ~'~-~ Armando Chapa, City cretary PROVED AS O F0~2M !lV ~ City Attorney Date AMD. N0.4 Pa e2of2 H:WOME4KeIly01GEN1S~REET81fi464- Yorktown Blvd- Staples 1o CimartonWmendmenl No. 4 (Yorktown Phese 2)SAmendmenl No. 4.doc EXHfBfT "A" CITY OF CORPUS CHRIST[, TEXAS YORKTOWN BOULEVARD -STAPLES TO CIMARRON (Project No, 6464] YORKTOWN BOULEVARD PHASE 2 - CIMARRON TO RODD FIELD ROAD (Project No. E10900] I. SCOPE OF SERVICES A. Basic Services. 1. Preliminary Phase. The ArchitectlEngineer AIE will: It is the intent of the Preliminary Phase to provide an analysis of the Project scope with economic and technical evaluation of design alternatives. The purpose of this phase is to gather sufficient information about the project to proceed directly to the Design Phase. The preliminary phase will not include a plan submittal or formal report. In lieu of a preliminary phase report, the AIE will provide a 30% design submittal during the design phase. The preliminary phase activities will include: a. Provide scope of soil investigations, borings, and laboratorytesting. (The City Engineering Services Department will provide necessary sail 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 maximum of two (2) formal meetings with City staff, provide agenda and purpose for each formal meeting, and document and distribute meeting minutes within seven (7} working days of the meeting. The AIE will participate in discussions with the Operating Department and other agencies (such as the Texas Department of Transportation {TxDOT) and Texas Commission on Environmental Quality (TCEQ)) as required to satisfactorily complete the Project. The meetings will include discussions on: 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-wayleasements, and probable Project design solutions (which are common to municipalities}. 4) Provide a presentation of pertinent factors, sketches, designs, cross-sections, and parameters which will or may impact the design, including engineering design basis, preliminary layout sketches, identification of 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 EXHIBIT "A" Page 1 of 10 Revised April 2010 H:\HOME4i<elly0\GENISTREETS4fi4B4-Yorktown Blvd- Staples to CimartonL4mendment No. 4 (Yorktown Phase 2)1LARGE RE EXHIBIT A.RI:V ApriE 2010.doc construction, and other factors required for a professional design (CONSTRUCTABILITY). 5) Advise of environmental site evaluations and archeology reports that are needed forthe 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 estimate(s) and design alternatives. c. Field location of existing utilities using Texas One-Call system (coordinate with appropriate City Operating Departments). City staff will provide one set only of the following information (as applicable): a. Record drawings, record information of existing facilities, and utilities (as available from City Engineering files). b. The preliminary budget, specifying the funds available for construction. 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. (AIE to coordinate with City Operating Department.) g. Provide applicable Master Plans. h. Provide bench marks and coordinates. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the A/E will: a. Study, verify, and implement Preliminary Phase 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 (1} set of Construction Bid and Contract Documents in City format (using City Standards as applicable) for each phase, including Contract agreement forms, general provisions and special provisions, notice to bidders, insurance requirements, band 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 far construction and cast analysis. c. Provide assistance identify testing, handling and disposal of any hazardous materials andlor contaminated soils that may be discovered during construction (to be included underAdditional 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 30% plans {plans only-identify needed specifications) to the City staff for review and approval purposes with estimates and probable construction casts. Required with the 30% submission is as follows: • Plan view and proposed infrastructure improvements EXHIBIT "A" Page 2 of 10 Revised April 2010 H:1H4MEhKeIly01GENISTREETS16464-Yorktown Blvd- Staples to CimannnlAmendment No. 4 (Yorktown Phase 2)1LARGE AE EXHIBIT A.REV April 201°.dot Overall roadway alignment Identification of required R.O.W. acquisitions Opinion of Probable Construction Costs f. Furnish one (1) copy of the pre-final plans (plans only-identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. Required with the pre-fins! plans is a "Plan Executive Summary" which will identify and summarize the Project by distinguishing key elements such as: • Pipe size or building size • Pipe material, etc. • Why one material is selected aver another • Pluses of selections • ROW requirements and why • Permit requirements and why • Easement requirements and why • Embedment type and why • Constructability, etc. + Specific requirements of the City • Standard specifications • Non-standard specifications • Any unique requirements • Cost, alternatives, etc. • Owner permit requirements and status g. Assimilate all pertinent review comments, modifications, additionsldeletionsond proceed to next phase, upon Notice to Proceed. h. Provide Quality AssurancelQuality Control (QAIQC) measures to ensure that submittal of the pre-lino! 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 AIE and Sub-consultant AIE 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. Provide traffic controls including a Trafllc Control Plan, conduit plan, markings and striping, for review and approval by the City Traffic Engineering Department. j. 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. k. The City agrees that any modifications ofi the submitted final plans (far 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. The City staff will: EXHIBIT "A" Page 3 of 10 Revised April 2010 H-IHOME1KeIly01GEN1STREETS154t34- Yorkiewn Blvd- Sfeples to CimarconVhmendmant No. 4 (Yorktown Phase 2J1lARGE AE EXHIBIT A.REV April 21710.dac a. Designate an individual to have responsibility, authority, and control for coordinating activities far the design phase. b. Provide the budget for the Project specifying the funds available far the construction contract. c. Provide electronic files of the City's standard specifications, standard detail sheets, general and special provisions, and forms for required bid documents. 3. Bid Phase. The AIE will: a. Participate in the pre-bid conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c. Review all pre-bid questions and submissions concerning the bid documents and prepare, in the City's format, forthe Engineering Services' approval, anyaddenda or other revisions necessary to inform contractors of approved changes priorto bidding. d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation 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 AIE's design phase estimate required above, the Engineerwill, at its expense, conferwith Citystaff 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 far all bid documents, issue (with the assistance of the AIE) any addenda, prepare and supply bid tabulation farms, and conduct bid opening. c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the 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 AIET will perform contract administration to include the following: a. Participate in pre-construction meeting conference and provide a recommended agenda #or critical construction activities and elements impacting the project. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Review field and laboratory test reports. d. Provide interpretations and clarifications of the contrac# documents forthe 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 (4-one hour visits/month) 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 EXHIBIT "A" Page 4 of 10 Revised April 2010 H:IHOME1KeIly01GEN1STREETS164S4Yorktown 61vd-Staples to CimarronlAmendment Ho. b (Yorktown Phese 2}YLARGE AE EXHIBIT A.REV Apri3 2010.doc specifications forthe 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 within two (2) months of final acceptance of the project. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. The City staff will: a. Designate an individual to have responsibility, authority, and control far coordinating activities for the construction phase. b. Prepare applicationslestimates 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 AIE will not begin work on this section without specific written approval by the Director of Engineering Services. Fees for Additional Services are an allowance far potential services to be provided and will be negotiated by the Director of Engineering Services as required. The AIE will, with written authorization by the Director of Engineering Services, do the following: 1. Permit Preparation. Furnish the City all engineering data and documentation necessary for all required permits. The A/E will prepare this documentation for all required signatures. The AIE will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including: a. TxDOT PermitslAmendments b. NPDES PermitslAmendments SW3P NOI c. Texas Department of Licensing and Regulation (TDLR ) 2. Rig_h#-of-Way (ROW) Acquisition Survey. The AIE 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. The AIE will prepare signed and sealed exhibits for a maximum of nine (9) parcels to be acquired for ROW along with a metes and bounds description for each parcel. The AIE wiH also prepare a signed and sealed exhibit for one {1) anticipated drainage easement with a metes and bounds description for this easement. All work must comply with Category 1-A, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice far 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. AIE Consultant will be required to perform all necessary deed research. Title Reports will be secured far each parcel to be acquired. EXHIBIT "A" Page 5 of 10 Revised April 2010 H:4HDME1KeIlyD1GEN15TREET511r464-Yorktown Blvd- Staples to CimarronlAmendment Na. 4 (Yorktown Phase 2JILARGE AE EXHfBIT A.REV Apri12t7111.doc 3. Topographic Survey AIE will provide field surveys, as required fordesign including the necessary control points, coordinates and elevations of points (as required forthe aerial mapping of the Project area -aerial photography to be provided by City}. Establish base survey controls far 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 networkand complywith Category6, Condition specifications of the Texas Society ofi 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. Environmental Issues. NOT AUTHORIZED The City of Corpus Christi {City) proposes to improve Yorktown Boulevard from Cimarron Blvd to Rodd Field Road. Once construction of the roadway is complete, the City desires to install landscaping improvements, a pedestrian walkway and ADA enhancements within the median and along the side of the roadway. These improvements will be implemented as a separate task from the roadway improvements. The City intends to pursue federal funding solely fior the landscaping, walkway and ADA improvements. Conversations with TxDOT personnel indicate that the likely document required far environmental clearance of the landscaping improvements, pedestrian walkway and ADA improvements would be a Programmatic Categorical Exclusion (PCE). This scope of work is for preparing the stand alone PCE document required for the environmental clearance for the proposed improvements. Since-these improvements will involve federal transportation funds, a PCE must be prepared to TxDOT standards. Conduct Literature Review Prior to making a field visit, FNI will obtain and review information for the project vicinity such as soils maps, National Wetland Inventory maps, topographic maps, floodplain maps, and other readily available, pertinent data. This information will be evaluated to guide the pedestrian survey described in Item 2, identify any potential environmental issues present in the project area and to develop the description of the area surrounding the project. Conduct Pedestrian Survey of the Property FNI will conduct a pedestrian survey of the property to identify potential environmental issues within the project area and to develop the discussion of the area surrounding the proposed project. Prepare the Programmatic Categorical Exclusion Document FNI will prepare a PCE that will address only the landscape improvements planned for Yorktown Boulevard. FNI will submit the PCE to the City of Corpus Christi for review by the City, TxDOT, Federal Highway Administration and other agencies and, upon receipt of comments, make up to four revisions of the document. The document will be prepared to TxDOT Standards including current Standards of Uniformity. The City of Corpus Christi will provide electronic copies of any available information concerning the proposed project including agency correspondence. 1=N1 assumes that a public meeting and hearing will not be required. EXHIBIT "A" Page 6 of 10 Revised April 2010 H:IHOME1KeIly01GEN15TREETS16464-Yorktown Slvd- Staples to CimarronlAmendmenl No. 4 (Yorktown Phess 2j1LARGE AE EXHIBIT A.REV Apri12414.doc This document does not include a Phase I ESA due to the previous construction within the project right-of-way. 5. Public Involvement Phase, a. Assist the City in preparing notices, handouts and exhibits for the public information meeting. b. Assist the City in conducting the public information meeting. c. Assist the City with fallow-up to the public information meeting and response to citizen comments. d. Revise the contract drawings to address citizen comments, as directed by the City. 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 forthe 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. S.U.E.IHydro-Excavation. Provide subsurface utility engineering in accordance with ASCE Standard "ASCE C-I, 38-02, Standard Guideline forthe Collection and Depiction of Existing Subsurface Utility Data". The proposed subsurface utility investigation will be as follows: a. 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. b. 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 aOne-Call Notice and measuring the marked locations. c. Storm Water- Storm waterfacilitieswlthin 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. d. Wastewater- Wastewater facilities within the Project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible wastewater manholes. e. Water -Water facilities within the Project limits will be located to Quality Level C. f. Gas -Gas facilities within the Project limits will be located to Quality Level C by the AIE. The City of Corpus Christi Gas Department will provide Quality Level A. The A/E will coordinate this activity. g. Coordinate with local franchises to achieve Quality Level A. EXHIBIT "A" Page 7 of 10 Revised April 2010 H:IHOME1KeIly01GEN1STREETS16464- Yerktawn Blvd- Staples to Cimarron4Amendment No. 4 (Yorktown Phase 2)1tARGE AE EXHIBIT AREV Apri12010.doc 8. Construction Observation NOT AUTHORIZED Provide a Project Representative {PR} to provide periodic {20hrslweek} construction inspection for the duration of the project anticipated for 18 months. a. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the AIE 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 AIE, and will confer with AIE regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with 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 principallythrough 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 AIE. 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. 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 AIE 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 far inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction aver 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, AIE's EXHIBIT "A" Page $ of 10 Revised April 2010 H:IHOME3KeIly0lGENtiSTREET51646A-Yorktown Blvd- Staples to CimarranlAmendment No. 4 (Yorktown Phase 2}1LARGE AE EXHIBIT A.REV Apri12010.doc clarifications and interpretations of the Contrac# 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 Ci#y 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 AIE and the City. 8. Reports: A. Furnish periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. B. Report immediately to the City and AIE the occurrence of any site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by 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. Completion: D. Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. E. Participate in a final inspection in the company of AIE, the City, and Contractor and prepare a final list of items to be completed or corrected. Observe whether a!I items on final list have been completed or corrected and make recommendations concerning acceptance and issuance of the Notice of Acceptability of the Work. S. Provide the services above authorized in addition to those items shown on Exhibit "A-1" Task List. 2. SCHEDULE Da Date Activit Wednesday August 18, 2010 Begin Preliminary Phase {Data Gather) Tuesday October 19, 2010 Begin Design Phase Thursday November 11, 2010 30% Submittal Monday March 28, 201 ~ Pre-Final Design Submittal Monday April 4, 2011 City Review Monday April 11, 2011 Final Design Submittal Monday April 18, 2011 City to Acquire All R.O.W. Parcels Monday Monday March 5, 2012 March 12, 2012 Advertise for Bids Advertise for Bids Tuesday March 13, 2012 Pre-Bid Conference Wednesday April 4, 2092 Receive Bids Tuesday June 5, 2012 Begin Construction Weekday January 2014 Construction Completion EXHIBIT "A" Page 9 of 10 Revised April 2010 H:IHOME1KeIly0lCsEN15TREETS16484- Yorktown Blvd- Staples to CimarronlAmendment No. 4 {Yorktown Phese 2)1tARGE AE EXHIBIT A.REV April 2D10.dac 3. FEES A. Fee far 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 LA.1 ~4 above, and for all expenses incurred in performing these services. The fee #or this projec# is subject to the availability of funds. The Engineer may be directed to suspend work pending receipt and appropriation of funds. For services provided in Section i.A.1-4, AIE will submit monthly statements for basic services rendered. In Section l.A.1-3, the statement will be based upon A/E's estimate (and City concurrence} of the proportion of the total services actuality completed at the time of billing. For services provided in Section LA.4, the statement will be based upon the percent of completion of the construction contract. City will malts prompt monthly payments in response to AIE'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 AIE a oat-to-exceed fee as per the table below: Summary of Fees ORIGINAL CONTRACT AMD. NO. 7 AMD. N0.2 AMD. N0.3 AMD. N0.4 TOTAL BASIC SERVICES 1 Prelimina Phase $83,819.00 $0.00 $0.00 $0.00 $3$,288.00 $922,107.00 2 Desi n Phase $405,fi74.00 $36,000.00 48,000.00 0.00 355,799.00 $845,473.00 3 Bid Phase $~ 8,004.00 $0.00 0.00 0.00 14,632.00 $32,636.00 4 Construction Phase $60,398.00 $0.00 0.00 0.00 45,838.00 $106,236.00 Subtotal Basic Services $567,895.00 $36,000.00 48,000.00 0.00 454,557.00 $1,106,452.00 ADDITIONAL SERVICES Allowance 1 Permitting (AUTHORIZED) TxDOT TCEQ-NPDES No#ice of IntentlTermination TDLR-ADAITAS Compliance U.S. Army Carps of Engineers Total Permittin 5,818.OD 1,435.00 6,178.00 718.00 14,149.00 00 00 00 5,768.00 1,395.00 6,139.00 13,302.00 7,451.00 2 ROW Surve 24,705.00 0.00 0.00 0.00 38,580.00 $63,285.00 3 To ra hit Surve 84,965.00 0.00 0.00 0.00 66,431.00 $151,396.00 3.1 Develop baseline reference drawin s 0.00 12,500.00 0.00 0.00 o.aa $12,500.00 4 Enviranmentallssues 0.00 0.00 0.00 42,812.00 0.00 $42,812.00 5 Construction Observation NOT AUTHORIZED 254,412.00 0.00 OAO 0.00 0.00 $254,412.00 6 Public [nvolvemen# Phase 8,025.00 0.00 0.00 0.00 13,110.00 $21,135.00 7 Warran Phase 7,564.00 0.00 0.00 0.00 12,500.00 $20,064.00 8 S.U.E.IH dro-Excavation 38,156.00 0.00 0.00 0.00 37,523.00 $75,679.00 Subtotal Additional Services 431,976.00 12,500.00 0.00 42,812.00 181,446.00 $668,734.00 TOTAL FEE $999,871.00 $48,540.00 $48,000.00 $42,8'12.00 $836,003.00 $1,775,186.00 EXHIBIT "A" Page 10 of 10 Revised Apri! 209 0 H:4HOME11(ellyOlGEN15TREET516464- Yorktown Blvd- Staples to CirnarronVUnendment No. 4 {Yorktown Phase 2f1LARGH AE F_Xk1161T A.REV Apd12090.doo EXHIBIT A-1 (Provides supplemental description to Exhibit A. Task List doss not supersede Exhibit A.} CITY OF CORPUS CHRISTI, TEXAS YORKTOWN BOULEVARD -STAPLES TO CIMARRON (Project No. 6464) YORKTOWN BOULEVARD PHASE 2-CIMARRON TO RODD FIELD ROAD (Project No. E10100} TASK LIST Basic Services: 1) Project limits include Yorktown Boulevard from Cimarron Blvd. up to, but not including the Rodd Field Road intersection. The project limits include the existing right-of--way plus acquired parcels of lots to facilitate the street and pedestrian 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 construction drawings. 3) Contact Texas One-Call system to locate existing City utilities in the field, and coordinate with appropriate City operating department. 4) Attend and participate in project kickoff and planning meetings (2 meetings) with City staff to discuss planning and Preliminary phase tasks. 5) Review available reports, record drawings, utility maps and other information provided by the City pertaining to the project area. 7) Review with City staff the findings of the Preliminary phase. Obtain approval to proceed to Design Phase. 8) Participate with staff at one (1) public information meeting (as authorized by Additional Services). Prepare exhibits as required to illustrate scope of proposed improvements. 9) Prepare hydraulic analysis based on 25-year design storm return frequency runoff coefl•FCients, time of concentration, rainfall intensity and drainage areas utilizing WinStorm software. Hydraulic gradient and associated data will be reflected in the construction drawings. The stormwater design will be based on the assumption that the storm water runoff will discharge directly into a new outfall location along Master Channel 31 via Underground candui# at a location directly west of the proposed Rodd FieldlYorktown Intersection. 10) Develop construction drawings in English units in 22" x 34" sheets, to include the following (as required for this project}; • Title Sheetl Vicinity Map • Project Location Map • General Notes and Testing Schedule + Estimated Quantities Summary YORKTOWN BOl1LEVARD PHASE 2 EXHIBIT "A-1" C]MARRON TO RODD FIELD ROAD Page 1 0~ 5 • Demolition) Removai Summary • Existing Utility Basemaps (Water, Wastewater, Storm Water and Gas) • Existing Roadway Sections • Proposed Street Sections • Drainage Area Map • Roadway Baseline Alignment • Street and Storm Water Plan & Profile • .Storm Water Outfall Improvements • Street Details • Storm Water Details • Plan and Profile of Bear Creek and MC-31 • Storm Water Laterals • Curb Ramp Details • Fencing Plan and Details • Curb & Gutter and Sidewalk Details • Driveway Details • Water and Wastewater Plan & Profile • Water and Wastewater Adjustments • Water and Wastewater Tie-in Sections • Water and Wastewater Details • Pavement Marking and Signage Plan • Pavement Marking Details • Street Lighting Plan (Conduit Only) • General Traffic Control Notes and Construction Sequencing • Traffic Control Plan • Traffic Control Sections • Traffic Control Miscellaneous Details • Storm Water Pollution Prevention Plan (SWPPP) • Storm Water Pollution Prevention Plan (SWPPP) Outfall Plan • Storm Water Pollution Prevention Details • Miscellaneous Details • Barricade and Construction Standards • Landscape and Irrigation Plans 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 C- Federal Wage Rates and Requirements • Part S-Standard Specifications • Part T- Technical Specifications (if required) • List of Drawings YORKTOWN BOULEVARD P~iASE 2 EXHIBIT "A-1" CIMARRON TO RODD FIELD ROAD Page 2 of 5 • Geotechnical Report (by others) • Notice • Agreement • ProposallDisclosure Statement • Performance Bond • Payment Bond 13) Provide Quality ControllQualityAssurance (QC/QA) interim reviewand prepare submiftal for City's review depicting pre-final development of the contract drawings and specifications. 14) Address comments received from the City for the pre-final submittal. 15) .Provide Quality ControllQuality Assurance (QCIQA} final review and submit one (1) reproducible hard copy of the final contract drawings and specifications to the City for bidding process. 16} Update the opinion of probable construction costs. 17) Provide copy of contract documents along with appropriate fee to Texas Department of Licensing and Regulation (TDLR) for review and approval of accessibility requirements fior pedestrian improvements (as authorized by Additional Services}. 18) Provide Bid Phase Services in accordance with Exhibit 'A' of the Contract for Professional Services. 19) Provide Construction Phase Services in accordance with Exhibit 'A' of the Contract for Professional Services. 2Q} Prepare monthly progress reports for submittal to the City. Monthly progress reports shall be submitted by the 15t~' of each month. 21) A/E will coordinate with City and AEP for lighting conduit locations and pole relocations. Conduit for future City MIS will not be included. Additional Services: PERMITTING 1) Upon receiving authorization from the City to proceed, furnish to the City all engineering data and documentation necessary for the specified governmental permits identified in Exhibit A. Preparation of additional permits, not identified in Exhibit A, are an additional service. 2) Prepare and submit permit applications and associated fees to the appropriate authorities as required to complete the project. R1GHT-OF-WAY ACQUISITION SURVEY 1) Establish limits of work area and obtain available reference maps and reports. 2) Research City rights-ofi way, easements and property boundaries. 3) Research adjacent subdivision plats. YORKTOWN BpULEVARD PHASE 2 EXHIBIT "A-1" CIMARRON TO RODD FIELD ROAD Page 3 of 5 4} Locate and tie-in street right-of-way. 5} Establish project baseline. 6} Identify parcels required for right-of--way acquisition. Nine (9) parcels are anticipated to be acquired for ROW. 7) Prepare metes & bounds descriptions for right-of-way acquisition parcels. 8) Stake boundaries for right-of--way to be acquired. 9) Provide exhibits far ri hg tof-way acquisition. 10) Provide Title Reports for each parcel to be acquired. 11) Prepare exhibit and metes & bounds description for one (1) anticipated drainage easement 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 Poops. 5) Establish horizontal control an control points by GPS. 6) Perform topographic survey within proposal street project limits. 7} Provide six (6} crass sections of Bear Creek and MC-31 adjacent to the project limits at specified intervals. 8} Perform topographic survey and associated cross-sections for proposed off-site drainage improvements. 9) Locate and tie-in available property pins to establish limits of ROW 10} Locate and tie-in known utilities and structures. 11) Download raw surrey field data, copy field Hates, reduce data and check results. ENVIRONMENTAL ISSUES NOT AUTHORIZED 1) Provide Programmatic Categorical Exclusion documents to support potential TxDOT funding of landscape/irrigation improvements as authorized by the City in accordance with Exhibit 'A' of the Contract for Professional Services. PUBLIC INVOLVEMENT PHASE 1) Assist the City in preparing notices, handouts and exhibits for public information meeting. YORKTOWN BOULEVARD PHASE 2 EXHIBIT "A-1" GIMARRON TD RODD FEELD ROAD Page 4 of 5 2) Assist the City in conducting the public information meeting. 3) Assist the City with follow-up and response to citizen comments. 4) Revise contract drawings to address citizen comments, as directed by the City. CONSTRUCTION OBSERVATION NOT AUTHORIZED 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 FNI office staff. 4) Provide detailed coordination with City staff during construction. 5) Coordinate construction activities with materials testing laboratory. WARRANTY PHASE Upon receiving authorization firom the City to proceed, conduct a maintenance guaranty inspection toward the end of the one-year period after acceptance of the project. Nate defects requiring contractor action to maintain, repair, fix, restore, patch, correct or replace improvements under the maintenance guaranty terms of the construction contract. Document the condition and prepare a report far the City staff of the locations and conditions requiring action. S.U.E.1 HYDRO-EXCAVATIDN Upon receiving authorization from the City to proceed, conduct hydro-excavation at sufficient locations to identify underground utilities. The hydro-excavation process will conform to Subsurface Utility Engineering (S.U.E.) in accordance with ASCE Standard C-1, 38-42, and shall be in accordance with Section 8 underAdditional Services in Exhibit'A'. YORKTOWN BOULEVARD PHASE 2 EXHIBIT "A-7" CIMARRON TO RODD FIELD ROAD Page 5 of 5 SUPPLIER NUMBER TO BE ASSIGNEIS BYZ`ITY-~~~' PURCHASING DIVISION ~~r ' Ciry of CITY OF CORPUS CHRISTI c°rpus DISCLOSURE OF INTEREST Christi City of Corpus Christi Ordinance 17112, as amended, reduires all persons or firms seeking to do business with the City to pprovide the folkowin~ information. Every question must be answered. If the question is not a~~licable, answer with `NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Freese & Nichols, Inc. P. O. SOX: STREET ADDRESS: 5402 S, Staples, Suite 208 CITY; Corpus Christi ZIP: 78411 FIRM IS: 1. Corporation ® 2. Partnership B 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 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) NIA 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 NIA 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee NIA 4. State the names of each employee or officer of a "consultant" far 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 NIA EXHIBIT "B" Pa e 1 of 2 FILING REQUIItEMENTS 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 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 in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certi that all information provided is true and correct as of the date of this statement, that I have not owingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Ron Guzman, P.E, Title; Principal ('Type or Prlnt) Signature of Certifying ~ Date: ~ '~ . ~ Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. "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. "1~irm." 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 constTUCtively 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 "B" Pa e2of2