Loading...
HomeMy WebLinkAboutC2011-300 - 8/30/2011 - ApprovedCITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469 -9277 (City) acting through its duly authorized City Manager or Designee (Director of Engineering Services) and LNV, Inc. a Texas corporation, (Arch itectlE ng i neer — A/E), hereby agree as follows: SCOPE OF PROJECT Holly Road from SH 286 (Crosstown Expressway) to Greenwood Drive (Project No. 6470) Bond Issue 2008 This project consists of the reconstruction of a two -lane roadway to a four -lane roadway with a protected left turn lane, including curb & gutter and sidewalks. As part of this project, public utilities (water, wastewater, and gas) will be rehabilitated or replaced to meet the City's Utility Master Plans. An environmental study must also be performed. 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform professional services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, A/E will provide monthly status updates (project progress or delays, gantt charts presented with monthly invoices) and provide contract administration services, as described in Exhibit " A " and "A -9 ", 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. ORDER OF SERVICES The A/E agrees to begin work on those authorized Basic Services for this contract upon receipt of the Notice to Proceed from the Director of Engineering Services. Work will not begin on any phase or any Additional Services until requested in writing by the A/E and written authorization is provided by the Director of Engineering Services. The anticipated schedule of the preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit "A ". This schedule is not to be inclusive of all additional time that may be required for review by the City staff and may be amended by or with the concurrence of the Director of Engineering Services. The Director of Engineering Services may direct the A/E to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to this contract. 2011 -300 Large A/E Contract M2011 -193 Page 1 of 3 08/30/11 ONTR4CT PROFESSIONAL SERVICES.000 (VELMAP) LNV, Inc. INDEXED A/E shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. INDEMNITY AND INSURANCE AIE agrees to the mandatory contract indemnification and insurance requirements as set forth in Exhibit "B ". 5. FEE The City will pay the AIE a fee, as described in Exhibit "A ", for providing services authorized, a total fee not to exceed 11-545,961 -00 (One Million Five Hundred Forty Five Thousand Nine Hundred Sixty „One Dollars and Zero Cents Monthly invoices will be submitted in accordance with Exhibit "D ". 6. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the A/E at the address of record. In this event, the A/E will be compensated for its services on all stages authorized based upon AIE and City's estimate of the proportion of the total services actually completed at the time of termination. 7. LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. The AIE agrees that at least 75% 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). 8. ASSIGNABILITY The A/E will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the A/E staff. If the A/E is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the A/E fee may be assigned in advance of receipt by the A/E without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. 9. OWNERSHIP OF DOCUMENTS All documents including contract documents (plans and specifications), record drawings, contractor's field data, and submittal data will be the sole property of the City, may not be used again by the A/E without the express written consent of the Director of Engineering Large AIE Contract Page 2 of 3 JAGEN VELMAPISTREETY6470 HOLLY ROAD IMPSU CONTRACT PROFESSIONAL SERVICES.DOC (VELMAP) Services. However, the A/E may use standard details that are not specific to this project. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re -use of modified plans. 10. DISCLOSURE OF INTEREST A/E further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form attached as Exhibit "C ". CITY OF CORPUS CHRISTI Aevia:0 e - // I Ronald L. Ison Date City Manager RECOMMENDED Pefie Anaya, .E. Date Director of Engineering Services ATTEST Armando Chapa, City Secretary LNV, Ar 181/0 Dan ndecker, E. Date 801 avigation, Ste 300 Corpus Christi, TX 78408 (361) 883 -1894 Office (361) 883 -1986 Fax By WuRcii ... :. D f 1 ...,�. �G Ff;itfTAr' IA41 APPROVED AS TO FORM N IAOA"� r 1 1 City Attorney Date y J:IGENISTREET56470 HOLLY ROAD IMPSN CONTRACT PROFESSIONAL SERVICES. DOC (VELMAP) Large A/E Contract Page 3 of 3 EXHIBIT "A" CITY OF CORPUS CHRISTI, TEXAS HOLLY ROAD FROM SH 286 (CROSSTOWN EXPRESSWAY) TO GREENWOOD DRIVE CITY PROJECT NO. 6470 1. SCOPE OF SERVICES A. Basic Services. 1. Preliminary Phase. The Architect/Engineer -A/E will: It is the intent of the Preliminary Phase to provide a study and report of project scope with economic and technical evaluation of alternatives, and upon approval, proceed with an Engineering Letter Report which includes preliminary designs, drawings, and written description of the project. This report shall include: a. Provide scope of soil investigations, borings, and laboratory testing and make recommendations to the City. Coordinate all required services with the Geotech Lab. (The City Engineering Services Department will provide necessary soil investigation and testing under one or more separate contracts.) b. Confer with the City staff at the start of this phase regarding the design parameters of the Project. The Engineer will participate in a minimum of one (1) formal meeting with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven (7) working days of the meeting. The A/E will discuss the project with the operating department (Water, Wastewater, Gas, Storm Water, Streets, etc.) and other agencies, including but not limited to the Texas Department of Transportation (TxDOT) and Texas Commission on Environmental Quality (TCEQ) as required to satisfactorily complete the Project. c. Submit one (1) copy in an approved electronic format, and one (1) paper copy of the Draft Engineering Letter Report of identified feasible alternatives, and review with City staff to produce an acceptable format. The Draft Engineering Letter Report will include the following (with CONSTRUCTABILIITY being a major element in all the following items): 1) Review the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution of the Project. The A/E will meet with City staff to collect data, discuss materials and methods of construction, and identify design and construction requirements. 2) Review and investigation of available records, archives, and pertinent data related to the Project including taking photographs of the Project site, list of potential problems and possible conflicts, intent of design, and improvements required, and conformance to relevant Master Plan(s). 3) Identify results of site field investigation including site findings, existing conditions, potential right of way /easements to be acquired, and probable Project design solutions (which are common to municipalities), in accordance with S.U.E. (Subsurface Utility Engineering) standards (CI /ASCE 38 -02). Subsurface investigation will be paid as an additional service. 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 EXHIBIT "A" Page 1 of 10 Revised A ril 2010 needed additional services, preliminary details of construction of critical elements, identification of needed permits, identification of specifications to be used, identification of quality and quantity of materials of construction, and other factors required for a professional design (CONSTRUCTABILITY) 5) Advise of environmental site evaluations and archeology reports that are needed for the Project (environmental issues and archeological services to be an Additional Service). 6) Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project including permitting, environmental, historical, construction, and geotechnical issues; meet and coordinate with agencies such as RTA, CDBG, LISPS, CCISD, community groups, TDLR, etc. 7) Confer, discuss, and meet with City operating department(s) and Engineering Services staff to produce a cohesive, well- defined proposed scope of design, probable cost estimates and design alternatives. 8) Provide a letter stating that the AIE and Sub- consultant Engineers have checked and reviewed the design memorandum prior to submission. 9) Provide an analysis on project impacts towards "re- engineering" and effects on cost savings toward City operations, which this project will affect. d. Assimilate all review comments of the Draft Engineering Letter Report (if any) and provide one (1) set of the Final Engineering Letter Report (electronic and hard copies using City Standards as applicable) suitable for reproduction. Said Final Engineering Letter Report henceforth becomes the sole property and ownership of the City of Corpus Christi. 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 Dept.) 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 AIE will: a. Study, verify, and implement Engineering Letter Report recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff. b. Prepare one (1) set of the construction bid and contract documents (electronic and half -size hard copies 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, the size and character of the entire Project; description of materials to be E IBIT "A" e 2 of 10 April 2010 utilized; and such other essentials as may be necessary for construction and cost analysis. c. Provide assistance to identify testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under additional services). d. Prepare final quantities and estimates of probable costs with the recommended construction schedule. The construction schedule will provide a phased approach to track progress and payments. e. Furnish one (1) set of the interim plans (60% submittal - electronic and half -size hard copies using City Standards as applicable) to the City staff for review and approval purposes with estimates of probable construction costs. Show existing elevations resulting from topographic survey. Show locations of utility lines, structures and their respective elevations resulting from the S.U.E. Use the City's numbering system for utility manholes. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. Required with the interim plans is a " Plan Executive 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 over 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 f. Assimilate all review comments, modifications, additions /deletions and proceed to next phase, upon Notice to Proceed. g. Provide one (1) set of the pre -final plans and bid documents (90% submittal - electronic and half -size hard copies using City Standards as applicable) 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. h. Provide Quality Assurance /Quality Control (QA/QC) measures to ensure that submittal of the interim, pre -final (if required), and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The Consultant 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. E BIT "A" 3 of 10 April 2010 i. If required, provide traffic controls including a Traffic Control Plan, illumination, markings and striping, signalization, and as delineated by the City Traffic Engineering Department. j. Provide one (1) set of the final (100 %) plans (unsealed and unstamped - electronic and half -size hard copies using City Standards as applicable) for City's final review. k. Assimilate all final review comments (if any). I. Upon approval by the Director of Engineering Services, provide one (1) set of the final plans and contract documents (electronic and half -size hard copies using City Standards as applicable) suitable for reproduction. Said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. m. 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. n. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. o. Provide a Storm Water Pollution Prevention Plan, if required. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. b. Provide the budget for the Project specifying the funds available for the construction contract. c. Provide the City's standard specifications, standard detail 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 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 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 AIE) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. EXHIBIT "A" Page 4 of 10 Revised A ri1 2010 d. Prepare, review and provide copies of the contract for execution between the City and the contractor. 4. Construction Phase. The A/E will perform contract administration to include the following: a. Participate in pre - construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Review field and laboratory tests. d. Provide interpretations and clarifications of the contract documents for the contractor and authorize required changes, which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. e. Make regular visits to the site of the Project to confer with the City project inspector and contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. f. Prepare change orders as authorized by the City (coordinate with the City's construction division); provide interpretations and clarifications of the plans and specifications for the contractor and authorize minor changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. g. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. h. As applicable, review and assure compliance with plans and specifications, the preparation of operating and maintenance manuals (by the Contractor) for all equipment installed on this Project. These manuals will be in a "multimedia format" suitable for viewing with Microsoft's Internet Explorer, version 3.0. As a minimum the Introduction, Table of Contents, and Index will be in HTML (HyperText Markup Language) format, with HyperText links to the other parts of the manual. The remainder of the manual can be scanned images or a mixture of scanned images and text. Use the common formats for scanned images- GIF, TIFF, JPEG, etc.. Confirm before delivery of the manuals that all scanned image formats are compatible with the image - viewing software available on the City's computer - Imaging for Win95 (Wang) and Microsoft Imaging Composer. Deliver the manuals on a SD -ROM, not on floppy disks. i. Review construction "red -line" drawings, prepare record drawings of the Project as constructed (from the "red- line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later) of the record drawings 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. Prepare applications /estimates for payments to contractor. b. Conduct the final acceptance inspection with the Engineer. EXHIBIT "A" Page 5 of 10 Revised April 2010 B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that may be included as part of this contract, but the A/E will not begin work on this section without specific written approval by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The A/E will, with written authorization by the Director of Engineering Services, do the following: 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 A/E will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. Texas Commission of Environmental Quality (TCEQ) Permits /Amendments b. Texas Department of Licensing and Regulation (TDLR ) 2. Right -of -Way Acquisition Survey. TBD 3. Topographic Survey and Parcel Descriptions. A/E will provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required for the aerial mapping of the Project area - aerial photography to be provided by City). Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control 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. A/E will submit individual parcel descriptions and survey plats to the City along with all title reports obtained in Section 2. A strip map showing all parcels required will be submitted along with parcel descriptions. The A/E will field mark and delineate all new right -of -way lines upon request of the City's Land Acquisition Division. 4. Environmental Engineering Design 1. Provide environmental assessment in accordance with Texas Department of Transportation Standards. 5. Construction Observation. 1. Provide a project representative (PR) to provide periodic construction inspection. A. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the A/E shall endeavor to provide further protection for the CITY against defects and deficiencies in the Work. B. The duties and responsibilities of the PR are described as follows: EXHIBIT "A" Page 6 of 10 Revised April 2010 1. General: PR will act as directed by and under the supervision of AIE, and will confer with A/E regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with AIE and Contractor, keeping the CITY advised as necessary. 2. Conference and Meetings: Attend meetings with Contractor, such as pre - construction conferences, progress meetings, job conferences and other project- related meetings as required by the City, and prepare and circulate copies of minutes thereof. 3. Liaison: A. Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. B. PR shall communicate with CITY with the knowledge of and under the direction of 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 AIE 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 for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. 7. Records: A. Maintain orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, AIE's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. B. Prepare a daily report utilizing approved City format, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific EXHIBIT "A" Page 7 of 10 Revised April 2010 observations in more detail as in the case of observing test procedures; and send copies to A/E and the City. 8. Reports: A. Furnish periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. B. Report immediately to the CITY and A/E the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. C. Provide project photo report on CD -ROM at the rate of a minimum of two photographs per day, including an adequate amount of photograph documentation of utility conflicts. 9. Completion: A. Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. B. Participate in a final inspection in the company of AIE, the CITY, and Contractor and prepare a final list of items to be completed or corrected. C. Observe whether all items on final list have been completed or corrected and make recommendations concerning acceptance and issuance of the Notice of Acceptability of the Work. 6. Warranty Phase. Provide a maintenance guaranty inspection toward the end of the one -year period after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. 7. Public Meetings. Participate in a 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. 8. Sanitary Sewer Investigation. Perform field investigation to identify problem lines and manholes. A/E will review televising data and recommend repairs. A/E will provide associated data to the City's Waste Water Department within 30 days of performing said activities. 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 ". 10. Franchise Utility Coordination. A/E to meet, coordinate, and resolve all required Franchise Utilities that are in conflict with the construction of this project. (AEP, AT &T, private gas lines, etc.) 11. Traffic Signal Improvements. A/E to design signal improvements including traffic cabinet assemblies, conduits, and ground boxes for the Greenwood Drive intersection. EXHIBIT "A" Page 8 of 10 Revised April 2010 12. Provide the services above authorized in addition to those items shown on Exhibit "A -1" Task List, which provides supplemental description to Exhibit "A." Note: The Exhibit "A -1" Task List does not supersede Exhibit "A." 2. SCHEDULE DAY DATE ACTIVITY Tuesday August 30, 2011 Award By Council Wednesday August 31, 2011 Begin Preliminary Design Phase /Environmental Clearance Wednesday December 21, 2011 Submit Pre -Final Engineering Letter Report Friday January 6, 2012 City Review Friday January 20, 2012 Submit Final Engineering Letter Report Friday February 3, 2012 City Review Friday February 17, 2012 Begin Design Phase Friday May 11, 2012 60% Submittal Friday May 25, 2012 City Review Friday July 20, 2012 Pre -Final Submittal Friday August 3, 2012 City Review Friday August 31, 2012 Final Submittal Weekday November 2012 Achieve Environmental Clearance Project to be Shelved due to MPO Funding Schedule Weekday (2) TBD Advertise for Bids Weekday TBD Pre -Bid Conference Weekday TBD Receive Bids Weekday TBD Award by Council Weekday TBD Begin Construction Weekday TBD Construction Completion Note: This proposed project schedule does not include delays for required ROW acquisition and Environmental Clearance. 3. FEES A. Fee for Basic Services. The City will pay the AIE a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1 -4 above, and for all expenses incurred in performing these services. The fee for this project 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 I.A.1 -3, the statement will be based upon AIE'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 AIE's monthly statements. EXHIBIT " A ll Page 9 of 10 Revised April 2010 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 Fees The estimated construction cost for Holly Road Improvements from SH 286 (Crosstown Expressway) to Greenwood Drive is $10,880,000.00. The total basic services fee proposal for this project is $874,861.00. Therefore, the percentage of design cost to construction cost is 8.0 %. ::April T "A" 0 of 10 E 2010 AMOUNT BASIC SERVICES 1 Preliminary Design Phase $277,440.00 2 Design Phase 517,888.00 3 Bid Phase 9,248.00 4 Construction Phase 70,285.00 Subtotal Basic Services 874,861.00 ADDITIONAL SERVICES 1 Permit Preparation TDLR 5,000.00 TCEQ -TPDES 5,000.00 Subtotal Permit Preparation 10,000.00 2 Right of Way Acquisition Survey 0.00 3 Topographic Survey and Parcel Descriptions 81,600.00 4 Environmental Engineering Design 156,500.00 5 Construction Observation 258,000.00 6 Warranty Phase 6,000.00 7 Public Meetings 8,500.00 8 Sanita Sewer Investigation 23,000.00 9 Subsurface Utility Investigation 90,000.00 10 Franchise Utility Coordination 20,000.00 11 iTraffic Signal Improvements 17,500.00 Subtotal Additional Services 671,100.00 TOTAL AUTHORIZED FEE $1,545,961.00 The estimated construction cost for Holly Road Improvements from SH 286 (Crosstown Expressway) to Greenwood Drive is $10,880,000.00. The total basic services fee proposal for this project is $874,861.00. Therefore, the percentage of design cost to construction cost is 8.0 %. ::April T "A" 0 of 10 E 2010 EXHIBIT "A -1" TASK LIST (Provides supplemental description to Exhibit "A ". Exhibit "A -1" Task List does not supersede Exhibit "A. ") CITY OF CORPUS CHRISTI, TEXAS HOLLY ROAD FROM SH 286 (CROSSTOWN EXPRESSWAY) TO GREENWOOD DRIVE CITY PROJECT NO. 6470 A. BASIC SERVICES 1. Preliminary Phase A. Scope of Soil investigations' B. Staff Meetings' Attend and participate in one (1) project start, and one (1) planning meeting with City staff. Gather information and perform close coordination with Department staff. C. Engineering Letter Report' C1. Review Project with Operatin? Department (Water, Wastewater, Storm Water, and Gas Department) C2. Review & Investigation of Available Records' C3. Identify Results of Site Field Investigation' Recommend necessary survey work to evaluate existing conditions. The recommendation will include the location of public and private utilities, structures, right -of -way (ROW) boundaries and critical elevations for adjacent structures and obtain easement information. Perform field investigation as required to define specific areas of demolition and new work, equipment, locations, tie -in point, and other applicable parameters required to complete the items as shown on this Task List. C4. Provide Presentation of Pertinent Factors' C5. Advise of environmental site evaluations and Archeology Reports' C6. Identify and Analyze Requirements of Governmental Authorities' C7. Confer, Discuss, and Meet with City Operating Department(s)' C8. Provide a Letter Stating that AIE and Sub - Consultant Engineers have Checked and Reviewed Engineering Letter Report prior to Submission' 2. Design Phase A. Study, Verify, and Implement Engineering Letter Report' B. Provide one (1) City Construction Bid and Contract Documents. ' See Exhibit A for Additional Detail EXHIBIT "A -1" Pa e 1 of 5 C. Provide Assistance Identification, Testing, Handling, and Disposal of Hazardous Materials' D. Prepare Final Quantities and Estimates of Probable Costs' E. Preliminary Plan Sheets (60 %). 1 Cover Sheet 2 Index of Sheets 3 Project Location Map 4 -7 General Notes and Testing Schedule 8 Existing Typical Sections 9 Proposed Typical Sections 10 Alignment Data 11 Control Layout 12 -14 Basis of Estimate and Specification Data 15 Legend - Estimated Quantities 16 Removal Summary 17 Construction and Traffic Control Notes 18 -25 Traffic Control Legend 26 -37 Proposed Construction Sequence 38 -40 Construction Sequence Layout 41 -50 Traffic Control Plan 51 -58 Utility Plan & Profiles 59 Waterline Tie -in Details 60 -64 Drainage Area Maps 65 -73 Storm Water Plan & Profiles 74 -82 Street Plan & Profiles 83 -86 Intersection Details 87 -80 Sign Layouts 81 -84 Pavement Marking Layouts 85 -92 SW3P 93 -100 Utility Basemaps 101 -102 Pavement Marking Standards 103 -114 Barricade and Construction Details 115 -118 Traffic Control Plan Typical Details 119 -123 Standard Water Details 124 -128 Sanitary Sewer Standard Details 129 -133 Storm Water Standard Details 134 -135 Miscellaneous Details 136 Commercial Driveway Details 137 -140 Pedestrian Facilities Details 141 Small Sign Summary 142 -144 Regulatory Sign Standards 145 -147 Sign Mounting Detail Standards 148 -152 Single Cast -In -Place Box Culvert Standards 153 -157 Single Precast Box Culvert Standards 158 -159 Multiple Cast -in -Place Box Culvert Standards 160 -162 Erosion Control Standards ' See Exhibit A for Additional Detail EXHIBIT "A -9" Pa e2of6 F. Assimilate All Review Comments, Modifications, Additions /Deletions and Proceed to Next Phase, Upon Notice to Proceed from the City Engineer G. Provide Pre -Final Plans and Bid Documents (90 %)' H. Quality Assurance /Quality Control' I. Provide a Traffic Control Plan. J. Upon Approval, Provide One (1) Set Final Plans (100 %) and Contract Documents and Provide One (1) Electronic Copy' K. Assimilate final review comments' L. Provide one (1) set of final plans and contract documents' M. City's agreement for modifications to submitted final plans' N. Submit Monthly Status Reports' O. Provide a Storm Water Pollution Prevention Plan' 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' 4. Construction Phase A. Participate in Pre - Construction Meeting' B. Review Shop and Working Drawings' C. 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 Construction "Red- Line" Drawings, Prepare Record Drawings' 'See Exhibit A for Additional Detail F EM�IBIT"A-11pp Page 3 of 5 U B. ADDITIONAL SERVICES (ALLOWANCE) 1. Permitting' A. Texas Commission of Environmental Quality: Prepare TCEQ Permits /Amendments 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. Right of Way Acquisition- TBD. 3. Topographic Survey' 4. Environmental Engineering Design- Provide Environmental Assessment for an "Added Capacity Categorical Exclusion" in accordance with Texas Department of Transportation Standards, to include: A. Field Investigation B. Preparation of Environmental Report C. Evaluation of Indirect and Cumulative Impacts D. Affected Environment and Environmental Consequences E. Noise Analysis F. Meetings and Coordination with TxDOT District, TxDOT Division, and FHWA G. Coordinate and Conduct Environmental Public Meeting H. Coordinate and Conduct Environmental Public Hearing, as necessary. 5. Construction Observation' 6. Warranty Phase' 7. Public Meetings Participate in one public meeting to coordinate with the community and to obtain community support for the project to include all necessary exhibits as directed by the City. 8. Sanitary Sewer Investigation Perform field investigation to identify problem lines and manholes. A. Televise Lines A/E will obtain a sanitary sewer cleaning and televising crew. ' See Exhibit A for Additional Detail EXHIBIT "A -1" Page 4 of 5 B. Manhole Inspection A/E will perform cursory inspection of all sanitary manholes in the base bid area and submit report in the Engineering Letter Report. 9. Subsurface Utility Investigation Field location of existing utilities using Dig Tess System (Coordinate with appropriate City Operating Departments) Provide subsurface utility engineering in accordance with ASCE Standard "ASCE C -I, 3802, 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. 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 Dig Tess Notice and measuring the marked locations. 3. Storm Water— Storm water facilities within the project limits will be located to Quality Level B. Locations will be based on the surveyed locations of accessible storm water manholes and drainage limits. 4. Wastewater — Wastewater facilities within the project limits will be located to Quality Level B. Locations will be based on the surveyed locations 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 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. 10. Franchise Utility Coordination' 11. Traffic Signal Improvements' ' See Exhibit A for Additional Detail F EX7H`IB1T"A-V 1 page 5of5 EXHIBIT "B" MANDATORY INSURANCE REQUIREMENTS & INDEMNIFICATION FOR A/E PROFESSIONAL SERVICES/CONSULTANT SERVICES (Revised October 2010) A. Consultant must not commence work under this agreement until all insurance required herein has been obtained and such insurance has been approved by the City. The Consultant must not allow any subcontractor to commence work until all similar insurance required of the subcontractor has been obtained. B. Consultant must furnish to the City's Risk Manager, two (2) copies of Certificates of Insurance, showing the following minimum coverages by insurance company($) acceptable to the City's Risk Manager, The City must be named as an additional insured for all liability policies, and a blanket waiver of subrogation is required on all applicable policies. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Written Notice of Cancellation, Bodily Injury & Property Damage non - renewal or material change required Per occurrence - aggregate on all certificates COMMERCIAL GENERAL LIABILITY $1,000,000 COMBINED SINGLE LIMIT including: 1. Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors AUTOMOBILE LIABILITY to included $1,000,000 COMBINED SINGLE LIMIT 1. Owned vehicles 2.. Hired — Non -owned vehicles PROFESSIONAL LIABILITY including: $1,000,000 per claim / $2,000,000 Coverage provided shall cover all aggregate employees, officers, directors and agents (Defense costs not included in face value 1. Errors and Omissions of the policy) If claims made policy, retro date must be prior to inception of agreement; have extended reporting period provisions and identify any limitations regarding who is an Insured WORKERS' COMPENSATION Which Complies with the Texas Workers Compensation Act EMPLOYERS' LIABILITY 500,0001500,000 /500,000 JAGENTORMSINEWFORMAE L4RM4 EXHIBIT B - OCT 2010.[]OCX EXHIBIT "B" Page 1 of C. In the event of accidents of any kind, Consultant must furnish the Risk Manager with copies of all reports within (10) ten days of accident. D. Consultant must obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law. The contract for coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The coverage provided must be in amounts sufficient to assure that all workers' compensation obligations incurred will be promptly met. E. Consultant's financial integrity is of interest to the City; therefore, subject to Successful Consultant's right to maintain reasonable deductibles in such amounts as are approved by the City, Consultant shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Consultant's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A -VII. F. The City shall be entitled, upon request and without expense, to receive copies of the policies, declarations page and all endorsements thereto as they apply to the limits required by the City, and may require the deletion, revision, or modification of particular policy terms, conditions, limitations or exclusions (except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter of any such policies). Consultant shall be required to comply with any such requests and shall submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Consultant shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Management P.O. Box 9277 Corpus Christi, TX 78469 -9277 Fax: (361) 826 -4555 G. Consultant agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: Name the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation and professional liability policies; ii. Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; iii. Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and iv. Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation, non - renewal or material change in coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. JAGEN4FORMSSNEWFORMSSAE LARGEI4 EXHIBIT B - OCT 2010.000X � J EXHIBIT °B" Page 2 of 3 H. Within five (5) calendar days of a suspension, cancellation, or non - renewal of coverage, Successful Consultant shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Consultant's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. I. In addition to any other remedies the City may have upon Consultant's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Consultant to stop work hereunder, and/or withhold any payment(s) which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. J. Nothing herein contained shall be construed as limiting in any way the extent to which Successful Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractors' performance of the work covered under this agreement. K. It is agreed that Consultant's insurance shall be deemed primary and non - contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. L. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. INDEMNIFICATION AND HOLD HARMLESS Consultant shall 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 negligent performance of Consultant's services 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. JAGENWORMSWEWFORMSIAE LARGER EXHIBIT B- OCT 2010.000X EXHIBIT "B" Page 3 of 3 SUPPLIER NUMBER it TO BE ASSIGNED BY CITY -= PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Corrpus DISCLOSURE OF INTEREST Christi City of Car pus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following 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: LNV Engineering P. O. BOX: STREET ADDRESS: 801 Navigation, Suite 300 CITY: Corpu Christi ZIP: 78408 FIRM IS: 1. Corporation X 2. Partnership ❑ 3. Sole Owner E] F 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) 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 Dan S. Leyendecker Marina Advisory Board 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant N/A EXHIBIT "C" Page 1 of 2 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public 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 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: Dan S. Leyendecker, P. Title: President (Type or Print) Signature of Certifying Date: ����� Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit ". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part -time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self- employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non - profit organizations. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. EXHIBIT "C" Pa e 2 of 2 T M o� x C� o h s O Basic Services: Preliminary Phase Design Phase Bid Phase Construction Phase Subtotal Basic Services Additional Services: Permitting Warranty Phase Inspection Platting Survey O & M Manuals SCADA Subtotal Additional Services Summary of Fees Basic Services Fees Additional Services Fees Total of Fees COMPLETE PROJECT NAME Project No. XXXX Invoice No. 12345 Invoice Date: Total Amount Previous Contract Amd No. 1 Amd No. 2 Contract Invoiced Invoice Sample form for: Payment Request Revised 07/27/00 Total Percent Invoice Complete $1,000 $0 $0 $1,000 $0 $1,000 $1,000 100% 2,000 1,000 0 3,000 1,000 500 1,500 50% 500 0 250 750 0 0 0 0% 2,500 0 1,000 3,500 0 0 0 0% $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% $2,000 $0 $0 $2,000 $500 $0 $500 25 % 0 1,120 0 1,120 0 0 0 0% 0 0 1,627 1,627 0 0 0 0% TBD TBD TBD TBD TBD TBD TBD 0% TBD TBD TBD TBD TBD TBD TBD 0% TBD TBD TBD TBD TBD TBD TBD 0% $2,000 $1,120 $1,627 $4,747 $500 $0 $500 11% $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% 2,000 1,120 1,627 4,747 500 0 500 11 $8,000 $2,120 $2,877 $12,997 $1,250 $1,500 $3,000 23%