HomeMy WebLinkAboutC2012-026 - 1/31/2012 - ApprovedCITY OF CORPUS CHRISTI
CONTRACT FOR PROFESSIONAL SERVICES
0
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 LaMarr Womack &
Associates, LP , a Texas corporation, 711 N. Carancahua, Suite 404, Corpus Christi,
Nueces County, Texas 78401, (Arch itectlEn g i neer — A/E), hereby agree as follows:
SCOPE OF PROJECT:
Public Safety Warehouse (Police) — Project #5244
• Construction of two -story office building.
• Construction of attached warehouse.
• Concrete paving and drives.
• Construction of attached lean -to.
• Construction of concrete parking area.
• Landscaping and irrigation.
3. 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-11", 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.
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 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
2012 -026
M2012 -029 Contract for Engineering (A!E) Services
01/31/12 Page 9 of 3
LaMarr Womack & Associates, LP
INDEXED'`
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 set
forth in Exhibit "B ".
6. FEE
The City will pay the A/E a fee, as described in Exhibit "A ", for providing services
authorized, a total fee not to exceed $147, 141.00, (one hundred forty -seven thousand, one
hundred forty -one dollars and zero cents). Monthly invoices will be submitted in
accordance with Exhibit "D ".
7. TERMINATION OF CONTRACT
The City may, at anytime, with or without cause, terminate this contract upon seven days
written notice to the A/E at the address of record. In this event, the A/E will be
compensated for its services on all stages authorized based upon A/E and City's estimate
of the proportion of the total services actually completed at the time of termination.
S. 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.
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
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.
Contract for Engineering WE) Services
Page 2 of 3
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 ".
CITY OF CORPUS CHRISTI LaM W ack & Associates, LP
B By i
Oscar R.Martinez Date Todd . Brendalen V.P. Date
Assistant City Manager 711 N. Carancahua, Suite 404
Corpus Christi, TX 78401
(361) 884 -7442 Office
RECOMME ED (361) 883 -1612 Fax
By / /i
Pete Anaya, P. E., Date
Director of Engineering Services
ATTEST P �'" 0Z9 �U I KUKUU,
ey
Armando Chapa, CiN Secretary ...aa.. ............ _
SECRETARY 7��
APPROVED AS TO FORM
B l
City Attorney Date
Contract for Engineering (AJE) Services
Page 3 of 3
EXHIBIT "A"
CITY OF CORPUS CHRISTI, TEXAS
Public Safety Warehouse for Police and Fire Departments
Project No. 5244
I. SCOPE OF SERVICES
A. Basic Services.
1. Preliminary Phase. The Arch itect/E ng ineer-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 AIE 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 CONSTRUCTABILITY 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
needed additional services, preliminary details of construction of critical
elements, identification of needed permits, identification of specifications
to be used, identification of quality and quantity of materials of
EXHIBIT " A "
Page 1 of 9
Revised April 2010
K1Engineering DataExchange\ KevinS\ GENIPOLICE\ 5244PollcePublicSafetyWarehouseU EXHIBIT A LARGE AE REVISED April 2M.docx
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, USPS, 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 A/E and Sub - consultant Engineers have
checked and reviewed the design memorandum prior to submission.
9) Provide an analysis on project impacts towards "re- engineering" and
effects on 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. i to coordinate with City Operating
Department.)
g. Provide applicable Master Plans.
h. Provide bench marks and coordinates.
2. Design Phase. Upon approval of the preliminary phase, designated by receiving
authorization to proceed, the A/E will:
a. Study, verify, and implement 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 full -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
utilized; and such other essentials as may be necessary for construction and cost
analysis.
EXHIBIT "AN'
Page 2 of 9
Revised April 2010
K %F ineering DataExchangelKevin51GEN% POLICE5 5244PolicePublieSa fetyWarehousel2 EXHIBIT A LARGE AE REVISED April 21
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 full -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 Summa " 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 full -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.
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.
EXHIBIT "A"
Page 3 of 9
Revised April 2010
KAEngineering DataExchangel Kevin51GEN4POLICE45244PolicePoblic5afetyWarehoise 52 EXHIBIT A LARGE AE REMED April 2010.docx
j. Provide one (1) set of the final (100 %) plans (unsealed and unstamped - electronic
and full -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 full -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 prior to bidding.
d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make
recommendation concerning award of the contract.
e. In the event the lowest responsible bidder's bid exceeds the project budget as
revised by the Engineering Services in accordance with the 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 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 AIE will perform contract administration to include the
following:
EXHIBIT "A"
Page 4 of 9
Revised April 2010
K:\Engineering DetaExchange\ Kevi nSlGEN\ POLICE15244PolicePub licSafetyWarehousel2 EXHIBIT A LARGE AE REVISED April 2090.docx
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 ail scanned image formats are
compatible with the image - viewing software available on the City's computer -
Imaging for Win95 (Wang) and Microsoft Imaging Composer. Deliver the manuals
on a CD -ROM, 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 ASCU 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.
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
EXHIBIT "A"
Page 5of9
Revised April 2010
KAEngineering DataExchangelKevinSlGENS POLIGE15244POlicePublicSafetyWareheuseY2 EXHIMT A LARGE AE REVISED April 2010.decx
Engineering Services as required. The A/E will, with written authorization by the Director of
Engineering Services, do the following:
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. Union Pacific Railroad, Missouri Pacific Railroad, or any other railroad operating in
the area
b. TxDOT Permits /Amendments
c. Wetlands Delineation and Permit
d. Temporary Discharge Permit
e. NPDES Permit/Amendments
f. Texas Commission of Environmental Quality (TCEQ) Permits /Amendments
g. Nueces County
h. Texas Historical Commission (THC)
i. U.S. Fish and Wildlife Service (USFWS)
j. U.S. Army Corps of Engineers (USACE)
k. United States Environmental Protection Agency (USEPA)
I. Texas Department of Licensing and Regulation (TDLR )
2. Right -of -Way (ROW) Acquisition Survey. The A/E will review existing ROW and
easements to ascertain any conflicts and provide field ROW surveys and submit ROW
plats and descriptions for the City's use in the acquisition process. All work must comply
with Category 1 -A, Condition I specifications of the Texas Society of Professional
Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition.
All work must be tied to and conform with the City's Global Positioning System (GPS)
control network and comply with all TxDOT requirements as applicable. A/E Consultant
will be required to obtain Preliminary Title Reports from a local title company and will
provide copies of the title reports to the City.
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. AIE 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 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.
5. Construction Observation Services. Provide a project representative (PR) to provide
periodic construction inspection.
EXHIBIT "A"
Page 6 of 9
Revised April 2010
KAEngineering DataExchangeSKevin5lGEN\ POLICE\ 5244PolicepubiicSafetyVVarehousel2 EXHIBIT A LARGE AE REVISED April 2010.docx
A. Through such additional observations of Contractor's work in progress and field checks
of materials and equipment by the PR and assistants, the A/E shall endeavor to provide
further protection for the CITY against defects and deficiencies in the work.
B. The duties and responsibilities of the PR are described as follows:
1. General: PR will act as directed by and under the supervision of A/E, and wil I confer
with A/E regarding PR's actions. PR's dealings in matters pertaining to the
Contractor's work in progress shall in general be with A/E and Contractor, keeping
the CITY advised as necessary.
2. Conference and Meetings: Attend meetings with Contractor, such as pre -
construction conferences, progress meetings, job conferences and other project -
related meetings as required by the City, and prepare and circulate copies of
minutes thereof.
3. Liaison:
A. Serve as liaison with Contractor, working principally through Contractor's
superintendent and assist in understanding the intent of the Contract
Documents.
B. PR shall communicate with CITY with the knowledge of and under the direction
of A/E
4. Interpretation of Contract Documents: Report when clarifications and interpretations
of the Contract Documents are needed and transmit to Contractor clarifications and
interpretations as issued.
5. Shop Drawings and Samples:
A. Receive Samples, which are furnished at the Site by Contractor, and notify of
availability of Samples for examination.
B. Record date of receipt of Samples and approved Shop Drawings.
C. Advise Contractor of the commencement of any portion of the Work requiring a
Shop Drawing or Sample submittal for which PR believes that the submittal has
not been approved.
6. Review of Work and Rejection of Defective Work:
A. Conduct on -Site observations of Contractor's work in progress to assist A/E in
determining if the Work is in general proceeding in accordance with the Contract
Documents.
B. Report whenever PR believes that any part of Contractor's work in progress will
not produce a completed Project that conforms to the Contract Documents orwill
prejudice the integrity of the design concept of the completed Project, or has
been damaged, or does not meet the requirements of any inspection, test or
approval required to be made; and advise City and A/E of that part of work in
progress that PR believes should be corrected or rejected or should be
uncovered for observation, or requires special testing, inspection or approval.
C. Observe whether Contractor has arranged for inspections required by Laws and
Regulations, , including but not limited to those to be performed by public
agencies having jurisdiction over the Work.
7. Records:
A. Maintain orderly files for correspondence, reports of job conferences,
reproductions of original Contract Documents including all Change Orders, Field
Orders, Work Change Directives, Addenda, additional Drawings issued
subsequent to the Contract, A/E's clarifications and interpretations of the
Contract Documents, progress reports, Shop Drawing and Sample submittals
received from and delivered to Contractor, and other Project related documents.
B. Prepare a daily report utilizing approved City format, recording Contractor's hours
on the Site, weather conditions, data relative to questions of Change Orders,
Field Orders, Work Change Directives, or changed conditions, Site visitors, daily
EXHIBIT " A "
Page 7 of 9
Revised April 2010
KAEngineering Data xohangelKevir% Sl GENSPOLICE1 5244PolicePublic5afetyWarehousel2 EXHIBIT A LARGE AE REVISED April 2010.docc
activities, decisions, observations in general, and specific observations in more
detail as in the case of observing test procedures; and send copies to A/E and
the City.
8. Reports:
A. Furnish periodic reports as required of progress of the Work and of Contractor's
compliance with the progress schedule and schedule of Shop Drawing and
Sample submittals.
B. Report immediately to the CITY and AIE the occurrence of any Site accidents,
any Hazardous Environmental Conditions, emergencies, or acts of God
endangering the work, and property damaged by fire or other causes.
C. Provide project photo report on CD -ROM at the rate of a minimum of two
photographs per day, including an adequate amount of photograph
documentation of utility conflicts.
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. Start -up Services. Provide on -site services and verification for all start-up procedures
during actual start up of major Project components, systems, and related appurtenances
if needed and required.
7. Warranty Phase. Provide a maintenance guaranty inspection toward the end of the
one -year period after acceptance of the Project. Note defects requiring contractor action
to maintain, repair, fix, restore, patch, or replace improvement under the maintenance
guaranty terms of the contract. Document the condition and prepare a report for the 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.
8. 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
Activit
Monday
May 16, 2011
Be in Design
Friday
June 17, 2011
Interim Submittal
Friday
June 24, 2011
City Review
Monday
dune 27, 2011
Pre -Final Submittal
Friday
August 26, 2011
Ci Review
Friday
September 2, 2011
Final Submittal
Friday
September 23, 2011
Advertise for Bids
Tuesday
September 25, 2011
Pre -Bid Conference
EXHIBIT "A"
Page 8 of 9
Revised April 2010
KAEngineering DataExchange% KevinSl GENTOLiCE1 5244PolicePublicSafelyWarehouseQ EXHIBIT A LARGE AE REVISED April 2010.docx
Wednesda
October 12, 2011
Receive Bids
- Wednesday
October 26, 2011
Contract Award
Weekday
February, 2012
Begin Construction
- Weekday
Se tember, 2012
Complete Construction
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
LA-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.
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
Basic Services Fees
1. Preliminary Phase
$25,706.25
2. Design Phase
$56,55175
3. Bid Phase
$5,141.25
4. Construction Phase
$15,423.75
Subtotal Basic Services Fees
$102,825.00
Additional Services Fees (Allowance)
1. TDLR
$715.00
2. ROW Acquisition Survey
3. Topographic Survey and Parcel Descriptions
4. Environmental Issues
5. Construction Observation Services
$34,830.00
6. Landscape and irrigation
$2,200.00
7. Warranty Phase
$6,571.00
Sub -Total Additional Services Fees Authorized
$44,316.00
Total Authorized Fee
$147,141.00
EXHIBIT "A"
Page 9 of 9
Revised April 2010
KAEngineering DataExchange% KevinSS GENI P0LICE15244POiloePLblic $afetyWareho"eQ EXHIBIT A LARGE AE REViSED April 201 D,docx
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
YORKTOWN BOULEVARD — STAPLES TO CIMARRON
(Project No. 6464)
Basic Services:
1) Project limits include Yorktown Boulevard from South Staples St. to Cimarron
Blvd. involving existing right -of -way plus acquired parcels of lots to facilitate the
street and pedestrian improvements.
2) Perform field investigation surveys (as authorized by Additional Services) as
required to define specific areas of demolition and new work along with the
applicable parameters required to complete the design memorandum and
construction drawings.
3) Contact Texas One -Call system to locate existing City utilities in the field, and
coordinate with appropriate City operating department.
4) Attend and participate in project kickoff and planning meetings (3 meetings) with
City staff to discuss planning and conceptual design.
5) Review available reports, record drawings, utility maps and other information
provided by the City pertaining to the project area.
6) Prepare one (1) hard copy and one (1) electronic copy of the design
memorandum (pre -final and final submissions) including data collected,
preliminary drainage calculations, roadway alignment, additional road
requirements (if any) and conceptual cost estimates for the anticipated
improvements and make recommendation to the City staff.
7) Review with City staff, revise and furnish one (1) hard copy and one (1)
electronic copy of the final design memorandum. Obtain approval to proceed to
Design Phase.
8) Participate with staff at one (1) public information meeting (as authorized by
Additional Services). Prepare exhibits as required to illustrate scope of
proposed improvements.
9) Prepare hydraulic analysis based on 5, 25, and 100 -year design storm return
frequency runoff coefficients, time of concentration, rainfall intensity and
drainage areas utilizing WinStorm software. Hydraulic gradient and associated
data will be reflected in the construction drawings.
EXHIBIT "A -1"
Page 1 of 6
Revised April 2010
K:1Engineering DalaExchange\ KevinSl GEN1POLICE15244PolicePublicSafelyWarehouse l3 EXHIBIT A -1 TASK LIST LARGE AE REVISED April 2010.docx
10) Develop construction drawings in English units in 22" x 34" sheets, to include the
following
(as required for this project)
•
Title Sheet/ Vicinity Map
•
Project Location Map
•
General Notes and Testing Schedule
•
Estimated Quantities Summary
•
Demolition/ Removal Summary
•
Existing Utility Basemaps (Water, Wastewater, Storm Water and Gas)
•
Existing Roadway Sections
•
Proposed Street Sections
•
Drainage Area Map
•
Roadway Baseline Alignment
•
Street and Storm Water Plan & Profile
•
Storm Water Outfall Improvements
•
Street Details
•
Storm Water Details
•
Kings Crossing Headwall Plan and Details
•
Storm Water Laterals
•
Curb Ramp Details
•
Fencing Plan and Details
•
Curb & Gutter and Sidewalk Details
•
Driveway Details
•
Waterline Plan & Profile
•
Waterline Adjustments
•
Waterline Tie -in Sections
•
Waterline Details
•
Pavement Marking and Signage Plan
•
Pavement Marking Details
•
Street Lighting Plan (Conduit Only)
•
General Traffic Control Notes and Construction Sequencing
•
Traffic Control Plan
•
Traffic Control Sections
•
Loire Blvd. Intersection Plan
•
Loire Blvd. Intersection Sections
•
Annemasse Street Intersection Plan
•
Annemasse Street Intersection Sections
•
Traffic Control Miscellaneous Details
•
Storm Water Pollution Prevention Plan (SWPPP)
•
Storm Water Pollution Prevention Plan (SWPPP) Outfall Plan
•
Storm Water Pollution Prevention Details
•
Miscellaneous Details
•
Barricade and Construction Standards
EXHIBIT "A-1"
Page 2 of 6
Revised April 2010
KAEngineering Dal aExchangel Kevi nSXGEMPOLICE1 5244PolicePvhlic5afetyWareheusel3 EXHIBIT A -1 TASK LIST LARGE AE REVISED April 2010.docx
11) Prepare opinion of probable construction costs including contingency amounts.
12) Prepare Special Provisions, Specifications and Forms of Contracts and Bonds to
include:
• Title Page
• Table of Contents
• Notice to Bidders
• Notice to Contractors --A
• Notice to Contractors —B
• Part A— Special Provisions
• Part B— General Provisions
• Part C— Federal Wage Rates and Requirements
• Part S— Standard Specifications
• Part T— Technical Specifications (if required)
• List of Drawings
• Geotechnical Report (by others)
• Notice
• Agreement
• Proposal /Disclosure Statement
• Performance Bond
• Payment Bond
13) Provide Quality Control /Quality Assurance (QC/QA) interim review and prepare
submittal for City's review depicting pre - final development of the contract
drawings and specifications.
14) Address comments received from the City for the pre -final submittal.
15) Provide Quality Control/Quality Assurance (QC/QA) final review and submit one
(1) reproducible hard copy of the final contract drawings and specifications to the
City for bidding process.
16) Update the opinion of probable construction costs.
17) Provide copy of contract documents along with appropriate fee to Texas
Department of Licensing and Regulation (TDLR) for review and approval of
accessibility requirements for pedestrian improvements (as authorized by
Additional Services).
18) Provide Bid Phase Services in accordance with Exhibit 'A' of the Contract for
Professional Services.
19) Provide Construction Phase Services in accordance with Exhibit 'A' of the
Contract for Professional Services,
EXHIBIT. "Al"
Page 3 of 6
Revised A rii 2010
K:1Engineering DataExchangelKevinSl GEN1POLICE1 5244PolicePubllcSafetyWarehousel3 EXHIBIT A -1 TASK LIST LARGE AE REVISED April 2010.docx
20) Prepare monthly progress reports for submittal to the City. Monthly progress
reports shall be submitted by the 5 of each month.
21) A/E will coordinate with City and AEP for lighting conduit locations and pole
relocations. Conduit for future City MIS will not be included.
Additional Services:
PERMITTING
1) Upon receiving authorization from the City to proceed, furnish to the City all
engineering data and documentation necessary for all required governmental
permits as needed to complete the project.
2) Prepare and submit permit applications and associated fees to the appropriate
authorities as required to complete the project.
RIGHT -OF -WAY ACQUISITION SURVEY
1) Establish limits of work area and obtain available reference maps and reports.
2) Research City rights -of -way, easements and property boundaries.
3) Research adjacent subdivision plats.
4) Locate and tie-in street right -of -way.
5) Establish project baseline.
6) Identify parcels required for right -of -way acquisition
7) Prepare metes & bounds descriptions for right -of -way acquisition parcels.
8) Stake boundaries for right -of -way to be acquired.
9) Provide exhibits for right -of -way acquisition.
TOPOGRAPHIC SURVEY
1) Research horizontal and vertical controls.
2) Pre -plan control survey.
3) Set control points in the field.
4) Establish vertical control points (bench marks) and perform level loops.
5) Establish horizontal control on control points by GPS.
EXHIBIT "A -1"
Page 4 of 6
Revised A pril 2010
KlEngineering DalaExchangeS KevinSlGEN�POLICE15244PolicePubllcSafetyWarehousel3 EXHIBIT A -1 TASK LIST LARGE AE REVISED April 2010.docx
6) Perform topographic survey within proposal street project limits.
7) Cross - section existing drainage ditches within project limits at 100 -ft. intervals.
8) Perform topographic survey and associated cross - sections for proposed off -site
drainage improvements.
9) Locate and tie -in tract boundaries.
10) Locate and tie -in known utilities and structures.
11) Download raw survey field data, copy field notes, reduce data and check results.
ENVIRONMENTAL ISSUES
1) (TBD)
CONSTRUCTION OBSERVATION SERVICES
1) Provide construction observation services as authorized by the City in
accordance with Exhibit `A' of the Contract for Professional Services.
2) Conduct daily site visits to the project site during construction.
3) Prepare daily reports and coordinate site visits with FNI office staff.
4) Provide detailed coordination with City staff during construction.
5) Coordinate construction activities with materials testing laboratory.
PUBLIC INVOLVEMENT PHASE
1) Assist the City in preparing notices, handouts and exhibits for public information
meeting.
2) Assist the City in conducting the public information meeting.
3) Assist the City with follow -up and response to citizen comments.
4) Revise contract drawings to address citizen comments, as directed by the City.
WARRANTY PHASE
Upon receiving authorization from the Cityto proceed, conduct a maintenance guaranty
inspection toward the end of the one -year period after acceptance of the project. Note
defects requiring contractor action to maintain, repair, fix, restore, patch, correct or
replace improvements under the maintenance guaranty terms of the construction
contract. Document the condition and prepare a report for the City staff of the locations
and conditions requiring action.
EXHIBIT "A -1"
Page 5 of 6
Revised April 2010
K:1En9ineering DataExchangelKevinSlGEN1 POLICE152AAPolicePublic WelyWarehousel3 EXHIBIT A -1 TASK LEST LARGE AE REVISED April 2014.docx
S.U.E./ HYDRO - EXCAVATION
Upon receiving authorization from the City to proceed, conduct hydro - excavation at
sufficient locations to identify underground utilities. The hydro- excavation process will
conform to Subsurface Utility Engineering (S.U.E.) in accordance with ASCE Standard C -1,
38 -02, and shall be in accordance with Section 8 under Additional Services in Exhibit "A ".
EXHIBIT "A -1"
Page 6 of 6
Revised April 2010
K,1Engineering DetaExchangelKevl n$ 4GEN% POLICE15244PolicePublic5afetyWarehouseV3 EXHIBIT A -1 TASK LIST LARGE AE REVISED April 201D,docx
Exhibit B
Mandatory Requirements
(Revised September, 2001)
INSURANCE REQUIREMENT
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 II OF
THIS EXHIBIT
EMPLOYERS' LIABILITY
$100,000
EXCESS LIABILITY
$1,000,000 COMBINED SINGLE LIMIT
PROFESSIONAL POLLUTION LIABILITY/
$2,000,000 COMBINED SINGLE LIMIT
ENVIRONMENTAL IMPAIRMENT COVERAGE
Not limited to sudden & accidental discharge; to include
[ REQUIRED
long -tern environmental impact for the disposal of
[X] NOT REQUIRED
contaminants
BUILDERS' RISK
See Section B -6 -11 and Supplemental Insurance
Requirements
[ ] REQUIRED [X] NOT REQUIRED
INSTALLATION FLOATER
$100,000 Combined Single Limit
See Section B -6 -11 and Supplemental
Insurance Requirements
[ l REQUIRED [X] NOT REQUIRED
EXHIBIT "B"
Pa e1 of
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, same harmless and defend the City of
Corpus Christi, and its officers, 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
reasonable 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, to the extent caused by Consultant's negligent or alleged
negligent performance of 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 officers,
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 (1 Q) calendar days
after the date the City requests that the Consultant sign the contract documents, the
Consultant shall provide the City with a copy of its certificate of authority to self- insure
its workers' compensation coverage, as well as a letter, signed by the Consultant,
stating that the certificate of authority to self- insure remains in effect and is not the
subject of any revocation proceeding then pending before the Texas Workers'
Compensation Commission. Further, if at any time before final acceptance of the
Work by the City, such certificate of authority to self- insure is revoked or is made the
subject of any proceeding which could result in revocation of the certificate, then the
Consultant shall immediately provide written notice of such facts to the City, by
certified mail, return receipt requested directed to: City of Corpus Christi, Department
of Engineering Services, P. O. Box 9277, Corpus Christi, Texas 78469 - Attention:
Contract Administrator.
Whether workers' compensation insurance coverage is provided through a licensed
insurance company or through self- insurance, the coverage provided must be in an
amount sufficient to assure that all workers' compensation obligations incurred by the
Consultant will be promptly meta
r _
EXHIBIT "B"
Page 2 of 'S
EXHIBIT "B"
Page 2 of 'S
buildeF
On the certificate of insurance:
• The City of Corpus Christi is to be named as an additional insured on the liability
coverage, except for workers' compensation coverage.
• Should your insurance company elect to use the standard ACORD form, the
cancellation clause (bottom right) shall be amended by adding the wording
"changed or" between "be" and "cancelled" and deleting the words "endeavor to" and
the wording after "left ". If the cancellation clause is not amended in the ACORD form,
then endorsements shall be submitted.
• The name of the project also needs to be listed under "description of operations ".
• At least 10-day written notice of change or cancellation will be required.
IV. A completed Disclosure of Interest must be submitted with your proposal.
2�303 BIT "B"
e
City of
CgrpuS CITY OF CORPUS CHRISTI
CYlI15t1 DISCLOSURE OF INTERESTS
City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to
provide the following information. Every question must be answered. If the question is not applicable, answer with "NA"
FIRM NAME: LaMarr Womack & Associates LP
STREET: 711 N. Carancahua, Suite 404 CITY. Corpus Christi ZIP: 78401
FIRM is: 1. Corporation 2. Partnership X 3_ Sole Owner 4. Association
5. Other
DISCLOSURE QUESTIONS
If additional space is necessary, please use the reverse side of this page or attach separate sheet_
1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting
3% or more of the ownership in the above named "firm ".
Name Job Title and City Department (if known)
NIA
2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%
or more of the ownership in the above named "firm ".
!Name Title.
NIA
3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest"
constituting 3% or more of the ownership in the above named "firm ".
Name Board, Commission or Committee
NIA
4. State the names of each employee or officer of a "consultant" 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
NIA
CERTIFICATE
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: Todd K. Brend len Title: Vice President/ Partner
ype or Print)
Signature of Certifying Person: Date: 26, 2011
CONTRACT FOR ENGINEERING (LARGE AIE) SERVICES
EXHIBIT "C"
DEFINITIONS
a. Board Member. A member of any board, commission or committee appointed by the City Council of the City of
Corpus Christi, Texas.
Ia. "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.
C. "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.
d. "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.
e. "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 holding or
control established through voting trusts, proxies or special terms of venture or partnership agreements.
"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.
CONTRACT FOR ENGINEERING (LARGE ARE) SERVICES
EXHIBIT "C"
Page 2 of 2
Last Revision: Doc 2004
Sample form for:
PUBLIC SAFETY WAREHOUSE (POLICE) Payment Request
Revised 07/27/00
Project No. 5244
Invoice No. 923456
Invoice Date:
Basic Services:
Preliminary Phase
Design Phase
Bid Phase
Construction Phase
Subtotal Basic Services
Additional Services:
Permitting
Construction Observation
Inspection (TDLR)
Platting Survey
Landscape & Irrigation
Warranty Phase
Subtotal Additional Services
Summary of Fees
Basic Services Fees
Additional Services Fees
Total of Fees
Total Amount Previous Total Percent
Contract Amd No. 1 Amd No. 2 Contract Invoiced Invoice Invoice Complete
$25,706
$0
$0
$25,706
$0
$0
$0
0%
56,554
0
0
56,554
-
0
0
0%
5,141
0
0
5,141
0
0
0
0%
15,424
0
0
15,424
0
0
0
0%
$102,825
$0
$0
$102,825
$0
$0
$0
0%
0
$34,830
$0
$0
$34,830
$0
$0
$0
0%
$715
$0
$0
$715
$0
$0
$0
0%
$0
$0
$0
$0
$0
$0
$0
0%
$2,200
6,571
0
0
6,571
0
0
0
0%
$44,316
$0
$0
$42,116
$0.
$0
$0
0%
$102,825
$0
$0
$102,825
$0
$0
$0
0%
44,316
0
0
42,116
0
0
0
0%
$147,141
$0
$0
$144,941
$0
$0
$0
0%
Exhibit D
Page 1 of 1