Loading...
HomeMy WebLinkAboutC2011-050 - 2/15/2011 - ApprovedCITY OF CORPUS CHRISTI Amendment No. 1 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 Urban Engineering, Inc. a Texas corporation, 2725 Swantner Drive, Corpus Christi, Nueces County, Texas 78404, (Architect/Engineer — A/E), hereby agree as follows: 1. SCOPE OF PROJECT (Aquarius Street— Dasmarinas to Commodores Project No. 6472) This project consists of new construction of a new street consisting of 40 -ft wide pavement from curb back to curb back with two traffic lanes, two joint use parking/breakdown/bicycle lanes. (Final cross section designations to be determined.) The project will include a sidewalk on each side of the street, driveways, ADA curb ramps, land striping, pavement markings, signage and street lighting. The project will include periodic sections of center esplanades and plantings. 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform design 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. 3. FEE The City will pay the A/E a fee for providing services authorized, an additional fee not to exceed $186,476.00, (One Hundred Eighty Six Thousand Four Hundred Seventy Six and nolxx dollars) for a restated not to exceed total fee of $222,026.00. 4. 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 design phase until the City has secured the signature of the property owner dedicating the new 2011 - 050 and issuance of authorization to proceed by the City Engineer. M2011 - 044 lase or any Additional Services by the A/E until written authorization U2�15�11 Contract for Engineering (A/E) Services Page 1 of 8 Urban Engineering I is provided by the Director of Engineering Services and upon receiving authorization to proceed, with the exception of preparation of the vacating plat with includes the dedication of the new Aquarius Drive right of way. 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. 5. INDEMNITY AND INSURANCE A/E agrees to the mandatory contract indemnification and insurance requirements as setforth in Exhibit "B ". 6. FEE The City will pay the A/E a fee, as described in Exhibit "A ", for providing services authorized, an additional fee not to exceed $186,476.00, (One Hundred Eighty Six Thousand Four Hundred Seventy Six and nolxx dollars) for a restated not to exceed total fee of $222,026.00. Monthly invoices will be submitted in accordance with Exhibit "D ". 7. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the A/E at the address of record. In this event, the A/E will be compensated for its services on all stages authorized based upon AIE and City's estimate of the proportion of the total services actually completed at the time of termination. 8. 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.) 9. 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. Contract for Engineering (A/E) Services Page 2 of 3 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. 10. 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 AIE without the express written consent of the Director of Engineering Services. However, the AIE may use standard details that are not specific to this project. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re -use of modified plans. 10. DISCLOSURE OF INTEREST AIE further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form attached hereto as Exhibit "C ". All other terms and conditions of the June 25, 2010 contract, as amended, between the City and Consultant will remain in full force and effect. CITY OF CORPUS CHRISTI ` By !/ C 1 �rr John Perales, P.E. Date Assistant City Manager RECOMMEND , , E D Pete Anaya, P. E., Date Director of Engineering Services ATTEST By Armando Chapa, CitVSecretary URBAN ENGINE RI G, I C. B 2$ JAS � tl Consultant Date 2527 Swantner Drive Corpus Christi, TX 78404 (361) 854 -3101 Office (361) 854 -6001 Fax O.U N - 044 AUTWRIZEIu By LVUNClL--L4 .. -kn SECUE'AR APPROVED AS O FORM By N D A 4 / City Attorney Date Contract for Engineering (AIE) Services Page 3 of 3 4 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS 1. SCOPE OF SERVICES A. Basic Services. Basic Services will include the following in addition to those items shown on Exhibit "A- 1" Task List. 1. Preliminary Phase. Previously Completed 2. Design Phase. Upon approval of the preliminary phase, and signature of the property owner dedicating the new Aquarius Drive right of way, and upon receiving authorization to proceed, the A/E will: a. Provide subsurface utility engineering (as an additional service) in accordance with ASCE Standard "ASCE C-1, 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 all utilities as directed by the A/E within project limits to Quality Level B including surveying visible above ground utility facilities, such as manholes, valve boxes, posts, etc., and correlating this information with existing utility records. 3) Stormwater — Stormwater facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible stormwater manholes and drainage inlets. 4) Wastewater — Wastewater facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed location of accessible wastewater manholes except for critical locations which will require Quality Level A. 5) Water — Water facilities within the project limits will be located to Quality Level C expect for critical locations which will require Quality Level A. 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) Franchise Facilities -- Coordinate with provider within the project limits to locate facilities to Quality Level A in selected critical areas. b. 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. c. Prepare one (1) set of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, notice to bidders, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid each phase, the EXHIBIT "A" Page 1 of 8 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. d. 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). e. 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. f. Provide one (1) copy of pre -final plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. Compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non - responding participants. g. Assimilate all review comments, modifications, additions /deletions and proceed to next phase, upon Notice to Proceed. h. Provide Quality Assurance /Quality Control (QA/QC) measures to ensure that submittal of the interim, 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 prior to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. i. Provide a Traffic Control Plan with illumination, markings, striping, and signalization 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 of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re -use of modified plans. I. Prepare and submit monthly status reports by the fifth of each month with action items developed from monthly progress and review meetings. m. 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 Professional Services contract awarded. 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 AIE will: a. Participate in the pre -bid conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c. Review all pre -bid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' approval, any addenda or other revisions necessary to inform contractors of approved changes prior to bidding. EXHIBIT "A" Page 2 of 8 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 Engineer will, at its expense, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re- advertise that particular portion of the Project for bids. The City staff will: a. Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. b. 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 impacting the project. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Provide testing schedule and 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 two visits per 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 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 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: EXHIBIT "A" Page 3 of 8 a. Prepare applications /estimates for payments to contractor. b. Conduct the final acceptance inspection with the Engineer. c. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. 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 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: 1. Permitting. Furnish the City all engineering data and documentation necessary for all required permits_ The AIE 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, but not limited to: a. Wetlands Delineation and Permit b. NPDES Permit/Amendments c. Texas Historical Commission (THC) d. Texas Department of License and Regulation (TDLR ) 2. Right -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. 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. AIE Consultant will be required to perform all necessary deed research. 3. Topographic Survey. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points. Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the project area. 4. Vacate Existing Plats. a. Prepare the necessary maps, documentation and applications for the vacation of the existing plats to allow for the dedication of the new proposed ROW as part of the vacating plat. b. Prepare the necessary maps, documentation and application for the closure of the existing Aquarius ROW after the new ROW has been dedicated. 5. Utility Easement Survey Prepare meets and bounds descriptions of a utility easement to cover the existing sanitary and water utilities in the existing Aquarius ROW if they are not to be relocated with this job. Prepare and submit application and exhibits. 6. Environmental Issues Identify and develop a scope of work for any testing, handling and disposal of hazardous materials and/or contaminated soils that may be discovered during construction. 7. Construction Observation Services (Not Authorized) a. Provide a project representative (PR) to provide periodic construction inspection. EXHIBIT "A" Page 4 of 8 1) 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. 2) The duties and responsibilities of the PR are described as follows: a) General: PR will act as directed by and under the supervision of AIE, and will confer with AIE regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with AIE and Contractor, keeping the CITY advised as necessary. b) 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. c) Liaison: 1. Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents_ 2. PR shall communicate with CITY with the knowledge of and under the direction of AIE d) Interpretation of Contract Documents: Report when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. e) Shop Drawings and Samples: 1. Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. 2. Record date of receipt of Samples and approved Shop Drawings. 3. 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. f) Review of Work and Rejection of Defective Work: 1. Conduct on -site observations of Contractor's work in progress to assist AIE in determining if the Work is in general proceeding in accordance with the Contract Documents. 2. 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. 3. 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. g) 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 clarifications and interpretations of the Contract Documents, progress reports, shop drawing and Sample submittals EXHIBIT "A" Page 5 of 8 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. c. Reports: 1. 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. 2. 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. 3. 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. h) Completion: 1. Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. 2. 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. 3. 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. 8. 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. 9. Public Meeting. Participate in public meetings (2) to coordinate with the community and to obtain community support for each project to include all necessary exhibits as directed by the City. 10. Subsurface Utility Investigation. Field location of existing utilities using Texas One -Call System (Coordinate with appropriate City Operating Departments). 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 ". 11. Hydraulic Analysis of Sanitary Sewer Force Main Perform a hydraulic analysis of the sanitary sewer force main that will be relocated from the existing ROW to the proposed ROW. This will be necessary to determine if the pumps will operate within an acceptable range of the pump curve after the force main has been rerouted and possibly resized. EXHIBIT "A" Page 6 of 8 C. SCHEDULE PROPOSED PROJECT SCHEDULE ACTIVITY SCHEDULE Begin Design Phase Pre -Final Submittal Two months after Authorization to Proceed City Review Two Weeks Final Submittal Two months after receiving review comments Advertise for Bids Three weeks after final submittal Pre -Bid Conference One week after advertising Receive Bids Two weeks after pre -bid conference Begin Construction One month after receiving bids Construction Completion Five months D. 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 a not -to- exceed fee as per the table below: (Summary of Fee Table following Page) EXHIBIT "A" Page 7 of 8 Aquarius Street Extension (Project No. 6472) Das Marinas Dr to Commodore's Dr SUMMARY OF FEES Page 8 of 8 Original Contract Amendment No.1 Combined Total Street Storm Water Water Wastewater Gas Total Basic Services 1 Preliminary Phase $4,480.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $4,480.00 2 Design Phase 0.00 32,750.00 14,410.00 12,445.00 5,895.00 0.00 65,500.00 $65,500.00 3 Bid Phase 0.00 2,385.00 1,050.00 906.00 430.00 0.00 4,771.00 $4,771.00 4 Construction Phase 0.00 7,150.00 3,145.00 2,720.00 1,290.00 0.00 14,305.00 $14,305.00 Subtotal Basic Services 4,480.00 42,285.00 18,605.00 16,071.00 7,615.00 0.00 84,576.00 $89,056.00 Additional Services 1 Permit Preparation a. Wetland Assesment 2,500.00 0.00 0.00 0.00 0.00 0.00 0.00 $2,500.00 b. Wetland Delineation & Permit App 7,820.00 0.00 0.00 0.00 0.00 0.00 0.00 $7,820.00 c. Cultural Resource Review 5,750.00 0.00 0.00 0.00 0.00 0.00 0.00 $5,750.00 2 ROW Survey 5,000.00 0.00 0.00 0.00 0.00 0.00 0.00 $5,000.00 3 Topographic Survey 10,000.00 0.00 0.00 0.00 0.00 0.00 0.00 $10,000.00 4 Vacating Plat 0.00 2,823.00 1,143.00 614.00 420.00 0.00 5,000.00 $5,000.00 5 Utility Easement Survey 0.00 750.00 330.00 285.00 135.00 0.00 1,500.00 $1,500.00 6 Environmental Issues 0.00 2,823.00 1,143.00 614.00 420.00 0.00 5,000.00 $5,000.00 7 Construction Observation Services (Based on 4 months) (Not Authorized) 0.00 34,800.00 14,090.00 5,180.00 7,580.00 0.00 61,650.00 $61,650.00 8 Warranty Phase 0.00 988.00 400.00 214.00 148.00 0.00 1,750.00 $1,750.00 9 Public Meeting 0.00 1,411.00 571.00 306.00 212.00 0.00 2,500.00 $2,500.00 10 Subsurface Utility Engineering Report 0.00 11,294.00 4,572.00 2,454.00 1,680.00 0.00 20,000.00 $20,000.00 11 Hydraulic Analysis for Sanitary Force Main Reroute 0.00 0.00 0.00 0.00 4,500.00 0.00 4,500.00 $4,500.00 Subtotal Additional Services 31,070.00 54,889.00 22,249.00 9,667.00 15,095.00 0.00 101,900.001 $132,970.00 Total Authorized Fee 35,550.00 97,174.00 40,854.00 25,738.00 22,710.00 0.00 186 476.00 $222,026.00 Page 8 of 8 EXHIBIT A -1 TASK LIST AQUARIUS STREET EXTENSION (PROJECT NO. 6472) A. BASIC SERVICES 1. Preliminary Phase (Previously Completed) 2. Design Phase A. Study, Verify, and Implement preliminary design Recommendations' B. Not Applicable C. Preliminary Plan Sheets 1 Title Sheet and Index 2 General Notes 3 Legend, Details, Symbols and Testing Schedule 4 Estimated Quantities 5 -6 Existing and Proposed Sections 7 -9 Baseline Alignment 10 Control Layout and Benchmark Information 11 -12 SUE Survey 13 Sequence of Work 14 Drainage Map 15 -19 Water & Wastewater Plan & Profiles 20 -27 Water & Wastewater Detail Sheets 28 -32 Street & Storm Water Plan & Profiles 33 Storm Water Laterals 34 -38 Street & Storm Water Detail Sheets 26 -33 Pavement Section and Details 34 Pollution Prevention Plan 35 Pollution Prevention Details 36 Pedestrian Facilities Standards 37 -38 Miscellaneous Details 39 -40 Traffic Control Plan 41 -42 Striping & Signage Plan D. Provide Assistance Identification, Testing, Handling, and Disposal of Hazardous Materials' E. Prepare Final Quantities and Estimates of Probable Costs' F. Provide Pre -Final Plans and Bid Documents (60 %)' G. Assimilate All Review Comments, Modifications, Additions/Deletions and Proceed to Next Phase, Upon Notice to Proceed from the City Engineer' 'See Exhibit A for Additional Detail H: IHOMEIKEVINSIGEN1STREETS16472Aquarius \Aepropoosalexhibit A -l.Hoc EXHIBIT A -1 Page 1 of 4 H. Quality Assurance /Quality Control' I. Prepare Traffic Control including Traffic Plan in accordance with Texas M.U.T.C.D.' J. Upon Approval, Provide One (1) Set Final Plans and Contract Documents and Provide One (1) Electronic Copy' K. Not Applicable' L. Submit Monthly Status Reports' M. Provide a Storm Water Pollution Prevention Plan' N. Not Applicable' O. Coordinate with City Traffic Engineering and AEP for street light sleeve locations. A/E will provide conduit and pull box layout in design with spare conduit for MIS. AEP will design and install poles separately. 3. Bid Phase A. Participate in Pre -Bid Conference and Provide Recommended Agenda' B. Assist City in Solicitation of Bids' C. Review All Pre -Bid Questions and Submissions' D. Attend Bid Opening' E. Revisions to Bid Documents' F. Provide Letter to City Engineer on giving our Recommendation to whom to Award the Project to 4. Construction Phase A. Participate in Pre- Construction Meeting B. Review Shop and Working Drawings' C. Provide Testing Schedule and Review Field and Laboratory Tests' D. Provide Interpretations and Clarifications of Contract Documents' E. Regular Visits to Site of Project (two per month)' F. Prepare Change Orders as authorized by City' G. Make Final Inspection with City staff H. Review and Assure Compliance with Plans and Specifications' 1. Review Construction "Red- Line" Drawings, Prepare Record Drawings' ' See Exhibit A for Additional Detail H: IHOMEIKEVINSIGENISTREETS16472Aquarius \Aepropoosa ]exhibit A -i .Doc EXHIBIT A -1 Page 2 of 4 J. Review and Prepare Monthly Construction Pay Estimates' B, ADDITIONAL SERVICES 1. Permitting' A. NPDES Permit: Prepare NPDES Permit and include with specifications. Contractor shall be responsible for submission of the document to the appropriate authorities. B. Texas Department of Licensing & Regulations: A/E will pay all fees and coordinate with a local Registered Accessibility Specialist. 2. Vacating Plat 3. Topographic Survey' A. Provide limited additional design surveys. B. Provide limited construction verification surveys. 4. Hydraulic Analysis of sanitary sewer force main. Design will include hydraulic analysis of new longer force main and effect on existing pumps. 5. Environmental Issues' b. Construction Observation Services' 7. Warranty Phase' 8. Public Meeting Participate in public meeting to coordinate with the community and to obtain community support for each project to include all necessary exhibits as directed by the City. 9. Subsurface Utility Investigation Field location of existing utilities using Texas One -Call System (Coordinate with appropriate City Operating Departments) 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 using vacuum excavation. (Quality Level A involves the use of nondestructive digging equipment at critical points to determine the horizontal and vertical position of underground utilities, as well 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. 1 See Exhibit A for Additional Detail H: IHOMEIKEVINSIGENISTREETS15472AquariuslAepropoosalexhibit A -LDoc EXHIBIT A -1 Page 3 of 4 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 Iocations of accessible storm water manholes and drainage limits. 4. 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 except for critical locations which will require Quality Level A. S. Water— Water facilities within the project limits will be located to Quality Level C except for critical locations which will require Quality Level A. 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. Franchise Facilities — Coordinate with provider within the project limits to locate facilities to Quality Level A in critical areas. A/E will investigate areas of high probability of conflict with proposed improvements. ' See Exhibit A for Additional Detail H: IHOMEIKEVtNSI GENISTREETS16472AquariuslAepropoosalexhibit A -1.Doc EXHIBIT A -1 I'a e 4 of 4 Exhibit B Mandatory Requirements (Revised September, 2009) INSURANCE REQUIREMENTS 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. Contractual Insurance 7. Broad Form Property Damage 8. Independent Consultants 9. Personal Injury 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 11 OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include [ ] REQUIRED long -tern environmental impact for the disposal of [X] NOT REQUIRED contaminants BUILDERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements [ ] REQUIRED [X] NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B -6 -11 and Supplemental Insurance Requirements ] REQUIRED [X] NOT REQUIRED EXHIBIT "B" Pa a 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. 4. 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. EXHIBIT "B" Page 2 of 3 - rm 3 1. r_ - - - - RRINROW."M 30 111 R31F EXHIBIT "B" Page 2 of 3 Consultant shall be respensible for paying all costs necessaFy to preemFe sueh builder's Fisk RGluding any dedUGtoble. The Gity shall be RaFned- 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 thewords "endeavorto" 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" Page 3 of 3 SUPPLIER NUMBER TO BE ASSIGNED BY "C7T7 PURCHASING DIVISION war City of CITY OF CORPUS CHRISTI Corp 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 followin information. Every question must be answered. If the question is not applicable, answer with `NA ". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: Z S 6w A-. T x3 e STREET ADDRESS: CO12PuS C �[s-c l .__ CITY: —r ZIP: 78 FIRM IS: 1. Corporation ❑ 2. Partnership 3. Sole Owner E] 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) 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 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 W A Committee 4. State the names of each employee or officer of a "consultant" for the City of Corus 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 At /A 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 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 1 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: �{O�ES �2t� _ Title: /Llnl Cl PA L. (Type or Print) Signature of Certifying Date: Person: +A 4 20 I J 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. "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. Basic Services: Preliminary Phase Design Phase Bid Phase Construction Phase Subtotal Basic Services Additional Services: Permitting a. Permit Preparation b. Wetlands Delineation & Permit Application c. Cultural Resouce Review ROW Survey Topographic Survey Vacatinq Plat Utility Easement Sury Environmental Issues Construction Observation services tbaseq on 4 months) (Not Authorized) Warranty Phase Public Meeting Subsurface Utility Engineering Report Hydraulic Analysis for Sanitary Force Main Reroute Subtotal Additional Services Summary of Fees Basic Services Fees Additional Services Fees Total of Fees COMPLETE PROJECT NAME Project No. 6472 Invoice No. 123456 Invoice Date: P Total Amount Previous Total Percent Cnntracf Amd No_ 1 Amd No. 2 Contract Invoiced Invoice Invoice Comalete $4,480 $0 TBD $4,480 $0 $1,000 $1,000 22% 0 65,500 TBD 65,500 1,000 500 1,500 2% 0 4,771 TBD 4,771 0 0 0 0% 0 14,305 TBD 14,305 0 0 0 0% $4,480 $84,576 $89,056 $750 $1,500 $2,500 3% 2,500.00 0.00 TBD $2,500 $2,500 $2,500 100 % 7,820.00 0.00 TBD $7,820 $7,820 $7,820 100% 5,750.00 0.00 TBD $5,750 $5,750 $5,750 100% 5,000.00 0.00 TBD $5,000 $5,000 $5,000 100% 10,000.001 0.00 TBD $10,000 $10,000 $10,000 100% 0.00 $5,000 TBD $5,000 0.00 $1,500 TBD $1,500 0.00 $5,000 TBD $5,000 0.00 $61,650 TBD $61,650 0,00 1,750 TBD $1,750 0 0 0 0% 0.00 2,500 TBD $2,500 0 0 0 0 % 0.00 20,000 TBD $20,000 TBD TBD TBD 0% 0.00 4,500 TBD $4,500 TBD TBD TBD 0% $31,070 $101,900 $0 $132,970 $31,070 $0 $31,070 23% $4,480 $84,576 $0 $89,056 $750 $1,500 $2,500 3 % 31,070 101,900 0 132,970 31,070 0 31,070 23% $35,550 $186,476 $0 $222,026 $31,820 $1,500 $33,570 15 0 /- Exhibit D Page 1 of 1