Loading...
HomeMy WebLinkAboutC2013-015 - 1/29/2013 - ApprovedCITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES ` 1 The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469 -9277 (City) acting through its duly authorized City Manager or Designee (Director of Engineering Services) and Urban Engineering, a Texas corporation, 2725 Swantner, Corpus Christi, Nueces County, Texas 78404, (Architect/Engineer — A/E), hereby agree as follows: 1. SCOPE OF PROJECT JFK Causeway Area Improvements Project No. E12107 BOND ISSUE 2012 — The scope of this project includes access road improvements on the west and east side of the JFK Memorial Causeway in accordance with the proposed plan for Infrastructure Improvements to the Village. Coordination with the Texas General Land Office and TxDOT will be required. 2. SCOPE OF SERVICES The AIE 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. 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 2013 -015 1/29/13 Contract for Engineering (All=) Services M2013 -02; Page 9 of 3 MISTREET1E12107 JFK CAUSEWAY AREA IMP BOND ISSUE 201211 CONTRACT PROFESSIONAL SERVICES.DOC Urban Engineering 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. 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 A/E a fee, as described in Exhibit "A ", for providing services authorized, a total fee not to exceed $162,520.00, (One Hundred Sixty Two Thousand Five Hundred Twenty Dollars and Zero Cents) Monthly invoices will be submitted in accordance with Exhibit "C ". 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 A/E 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 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.) 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. Contract for Engineering (A/E) Services Page 2 of 3 KAENGINEERING DATAEXCHANGEWNGIEP&STREErBE12107 JFK CAUSEWAY AREA IMP BOND ISSUE 201211 CONTRACT PROFESSIONAL SERVICES.DOC 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. 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. CITY OF CORPUS CHRISTI Oscar R. MartineW Date Assistant City Manager RECOMMENDED 0 t Ala Daniel Biles, P. E., Date Director of Engineering Services APP V D AS TO FORM � t -3 Office of Management ate and Budget ATTEST Armando Chapa, City Secretary U RBAN ENGINEERING ugene C. Urban, JR., P. E., Date 2725 Swantner Corpus Christi, TX 78404 (361) 854 -3101 Office (361) 854 -6001 Fax EIVED JAN 1 0 /3 Street Fund 3549 Bond 12 GO WasteWater 4251 2012A CIP Fund 16V StormWater 3496 2012B CIP Fund ENTERED Water 4092 2012B CIP Fund (1" Gas 4556 2012A CIP Fund ,JAN 2 2013 $162,520.00 CONTRACT MANAGERS JFK Ca sewav Area Improvements Pro'ect No. E12107 Department Fund Source No. Amount Street 550950- 3549 - 00000- E12107 $75,960.00 Wastewater 550950- 4251 -00000-El 2107 17,382.00 Storm Water 550950- 3496- 00000- E12107 0.00 Water 550950- 4092 - 00000- E12107 69,178.00 Gas 550950 -4556- 00000- E12107 0.00 Total $162,520.00 Encumbrance No. Contract for Engineering (A/E) Services Page 3 of 3 K:IENGINEERING DATAEXCHANGE4ANGIE MSTREE RE12107 JFK CAUSEWAY AREA IMP BOND ISSUE 201241 CONTRACT PROFESSIONAL SERVICES.aOC I EXHIBIT "A" CITY OF CORPUS CHRISTI, TEXAS JFK CAUSEWAY AREA IMPROVEMENTS PROJECT NO. E12107 BOND ISSUE 2012 I. SCOPE OF SERVICES A. BASIC SERVICES Basic services will include the following in addition to those items clarified in Exhibit "A-1". 1. Preliminary Phase The Arch itect/Engineer -AIE (also referred to as Consultant) will: a) Prepare Powerpoint presentation in City format for City Council Meeting. b) Hold Project Kick -off Meeting. Prepare meeting agenda and distribute meeting neet+egs minutes to attendees within five working days of the meeting. c) Provide scope of geotechnical testing requirements to the City's Geotechnical Consultant. d) Review available reports, record drawings, utility maps and other information provided by the City pertaining to the project area. e) Develop Verify preliminary requirements recommendations for utility Felesations replacements or upgrades pursuant to infrastructure analysis provided by City. Coordinate with the City's Project Manager and identify operating departments potential project needs. f) Develop preliminary street cross section to incorporate the Geotechnical Consultant's recommendations. recnmmended pavement sen♦ienc h) Prepare preliminary opinions of probable construction costs for the recommended improvements. sewed j) k) GendwGt the hydFaulio to the design analysis quantify sterm sewer of existiFig and Identify electric and communication utility companies and private pipeline companies that may have existing facilities. imnrnaiemen +c m) nr WBF nnnrd, lit fnr e+ree+ lighting anal tFaffin sinnalizatien Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project including permitting, environmental, historical, construction, and geotechnical issues; upon request or concurrence of the Project Manager, meet and coordinate with agencies such as RTe GDI3G_ I SPS affen +e'J FBISD, ets:} community groups, TDLR,, etc. n) Identify and recommend public outreach and community stakeholder requirements. o) Prepare an Engineering Letter Report (29 — 2510 -15 page main -body text document with supporting appendices) that documents the analyses approach, opinions of probable construction costs, and document the work with text, tables, schematic - level exhibits and Gemputer models or other applicable supporting documents EXHIBIT "A" Page 1 of 9 Revised November 13, 2012 K3Engineedng DetaExchangelANGIEM \STREEnE12107 JFK CAUSEWAY AREA IMP BOND ISSUE 20121EXHIBIT A LARGE AE DRAFT 12- 12- 12.doe required per City Plan Preparation Standards Contract Format (CPPSCF).Engineering Letter Report to include: 1. Provide a concise presentation of pertinent factors, sketches, designs, cross - sections, and parameters which will or may impact the design, including engineering design basis, preliminary layout sketches, construction sequencing, alignment, cross section, geotechnical testing report, right -of- way requirements, conformance to master plans, identification of needed additional services, identification of needed permits and environmental consideration, existing and proposed utilities, identification of quality and quantity of materials of construction, and other factors required for a professional design. 2. Include existing site photos. 3. Provide opinion of probable construction costs. 4. Identify and analyz e r° . iremonts 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 , FBISD, community groups, DI= , etc. L_ OFeyiede a .- lySiS OR preje_ Gt imparts tewaitds ire evfFe� - enniReeriR9" aAd r.in J nn nne.F sav hGix aFd Gity epei:atienS Whinh this r.rejeGt will affect 6. Provide anticipated index of drawings. and SpeG iGRNA (See Exhibit A -1) P) Submit one (1) copy in an approved electronic format, and one (1) paper copy of the Draft Engineering Letter Report. q) Hold Project review meeting with City staff to review and receive City comments on the Draft Engineering Letter Report. r) Assimilate all review comments of the Draft Engineering Letter Report and provide one (1) set of the Final Engineering Letter Report (ELR) (electronic and hard copies using City Standards as applicable) suitable for reproduction. S) Assist City in presenting summary of ELR findings to City- appointed capital project oversight committee having responsible charge of vetting preliminary project design components prior to proceeding to project design phase. Prepare Powerpoint presentation, handouts and exhibits for meeting. Provide follow -up and response to comments. 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) A copy of existing studies and plans. (as available from City Engineering files). d) Field location of existing city utilities. (AIE to coordinate with City Operating Department. e) Applicable Master Plans and GIS mapping are available on the City's website. f) Provide bench marks and coordinates. The records provided for A/E's use under this contract are proprietary, copyrighted, and authorized for use only by A /E, and only for the intended purpose of this project. Any unauthorized use or distribution of the records provided under this contract is strictly prohibited. 2. Design Phase Upon approval of the preliminary phase, designated by receiving authorization to proceed, the A/E will: EXHIBIT "A" Page 2 of 9 Revised November 13, 2012 KaEngineering DataExchangeMGIEWSTREET1E12107 JFK CAUSEWAY AREA IMP BOND ISSUE 20121EXHIBIT A LARGE AE DRAFT 12- 12- 12.doc a) Provide coordination with electric and communication utility companies and private pipeline companies that may have existing facilities and must relocated to accommodate the proposed improvements. b) 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). c) Prepare construction documents in City standard format for the work identified in the approved ELR. Construction plans to include improvements or modifications to the storm water, water and wastewater systems within the project limits. Include standard City of Corpus Christi detail sheets as appropriate. d) Prepare construction plans in compliance with CPPSCF using English units on 24 "x 36" plan sheets that can be reduced to 11 "x 17 ". 1. Prepare Traffic Control and Construction Sequencing Plans as applicable. The TCP wig may include construction sequencing, typical cross section and construction phasing plan sheets, warning and barricades, as well as standards sheets for barricades, traffic control plan, work zone pavement markings and signage. 2. Provide Storm Water Pollution Prevention Plan, including construction drawings. 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. Identify distribution list for plans and bid documents to all affected franchise utilities. 1. Required with the interim plans is a "Plan Executive Summa " which will identify and summarize the project by distinguishing key elements and opinion of probable project costs. f) Hold Project 60% review meeting. Prepare meeting agenda and distribute meeting meetings to attendees within five working days of the meeting. Assimilate all review comments, as appropriate and, upon Notice to Proceed. g) Pr-n;_;mdP QRe (1) set of the pre-final plans and bid doruments 0 elonFrnnin and full-size hard eepies using f iffy StaR IaFds as applicable) to the Gity h) Hold PFejeGt 90 Feview meeting Prepare meetiR9 agenda and distribute meeting meetings to atteRdees within five working days of the MeetiRg. Assimilate all Feview advise Git y of responding and Ran_r- espendiRg paFtininants as oppr -ep ate and upol; N GtiGe t0 PFOGeed i) 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. j) Assimilate all final review comments 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 shared intellectual Property of the City of Corpus Christi and the Consultant. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re -use of modified plans. k) 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 EXHIBIT "A" Page 3 of 9 Revised November 13, 2012 K lEngineering DataExchangelANGIEM ISTREE RE12107 JFK CAUSEWAY AREA IMP BOND ISSUE 20121EXHIBIT A LARGE AE DRAFT 12- 12- 12.doc by City. Additional revisions or design submittals are required (and within the scope of Consultant's duties under this contract) if, in the opinion of the City Engineer or designee, Consultant has not adequately addressed Ci - rovided review comments or provided submittals in accordance with City standards. 1) Prepare and submit monthly status reports to the Project Manager no later than the last Wednesday of each month with action items developed from monthly progress and review meetings. M) PFGV nGPY Of nentrart deG menu along with apprepn iate fee •e Texas rlepaFtF +en# 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 meeting 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. f) Prepare Powerpoint presentation in City format for City Council Meeting. 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. d) Prepare, review and provide copies of the contract for execution between the City and the contractor. 4. Construction Administration Phase The AIE will perform contract administration to include the following: EXHIBIT "A" Page 4 of 9 Revised November 13, 2012 KAEngineering DataExrhangeLANGIEMISTREET1E12107 JFK CAUSEWAY AREA IMP BOND ISSUE 201MEXHIBIT A LARGE AE DRAFT 12- 12- 12.doc a) Participate in pre - construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. b) Review, Contractor submittals and operating and maintenance manuals for conformance to contract documents. C) Review and interpret 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; 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) Attend final inspection with City staff and provide the City with a Certificate of Completion for the project upon successful completion of the project. h) Review Contractor - provided construction "red -line" drawings. Prepare Project record drawings and provide a reproducible set and electronic file (AutoCAD r.14 or later) within two (2) months of final acceptance of the project. All drawings shall 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 B. ADDITIONAL SERVICES This section defines the scope of additional services that may only be included as part of this contract if authorized by the Director of Engineering Services. A/E may not begin work on any services under this section without specific written authorization 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 shall, with written authorization by the Director of Engineering Services, perform 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 identified permits as applicable to the appropriate local, state, and federal authorities, including: a. the b. TxDOT utility and eny i mnn^en t ° I permits,, —. mu ltiple use agreements- c. Wetlands Delineation and Permit d . Tefflpernra. Discharge Dcrrnit e. NPDES Permit/Amendments (including SSC, NOI NOT) EXHIBIT " A " Page 5 of 9 Revised November 13, 2412 KaEngineering DataEzchangeMGJErMSTREEME12107 JFK CAUSEWAY AREA IMP BOND ISSUE 20121EXHIBIT A LARGE AE DRAFT 12- 12- 12.doc f- Te rammissia., of EFIVirnnmen +al Quality (TCEQ) Dermite lAFnenrdments g ec my h. i. U.S. Fish and Wildlife Service (USFWS) j. U.S. Army Corps of Engineers (USACE) k. United States Environmental Protection Agency (USEPA) ,I Texa De partment of I ire R and Degulatian (TD d M. Texas General Land Office (TGLO) A m - Gther anenny pFejei*rpeGifin permits 2. Right -of -Way (ROW) Acquisition Survey. Not applicable. Will coordinate with Texas GLO Asset Management Division. 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 in conformance with the City's Global Positioning System (GPS) control network. All work must comply with all TxDOT requirements as applicable. Deftrm uw . s to determine apparent Fight_Of_ way widths DesearAh plats L?GW mans deed easements and suFvey f0r fenne nr.rners existing apparent ROW NE must abtain Dreliminan/ Title Rennrts #em a IGGal titleGWApany and provide Gapies of the title repeFts to the City. PreliminaFy Title Rewt shall identify title ewRer-ship and any title eRGLIFnb�anGes to all Fight of-wa to he aisq sired G) Prov ide a nreliminaFy base mar. nnntaininn annarent _RO Whiyh will be used by and pFoposed ROW. This pFeliminaFy base FRap must show lot 9F pFeperty , lar ownership an a as per appraisal distris+ reeeFdn 3. Topographic Survey and Parcel Descriptions 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) Establish Horizontal and Vertical Control. b) Establish both primary and secondary horizontal /vertical control. C) Set project control points for Horizontal and Vertical Control outside the limits of project construction disturbance. d) Horizontal control will be based on NAD 83 State plane coordinates (South Zone), and the data will have no adjustment factor applied — i.e. — the coordinate data will remain in grid. e) Vertical control will be based on NAVD 88. f) All control work will be established using conventional (non -GPS) methods. Perform topographic surveys to gather existing condition information. g) Locate proposed soil /pavement core holes as drilled by the City's Geotechnical Engineering Consultant. h) Obtain x, y, and z coordinates of all accessible existing sanitary sewer, storm sewer, water and gas lines as well as any other lines owned by third- parties and locate all visible utilities, wells and signs within the apparent ROW . - tb alGp Preys project construction corridor. No utility connections will be shown. Surveying services, related to subsurface utility utility engineering (SUE) shall be provided as part of the scope of work for SUE. EXHIBIT "A" Page 6 of 9 Revised November 13, 2012 K: Engineering DataExchangelANGIEMISTREE RE12107 JFK CAUSEWAY AREA IMP BOND ISSUE 20121EXHIBIT A LARGE AE DRAFT 12- 12- 12.doc i) Locate improvements. ` ithiR t he appaFeRt ROW -. k) Generate electronic planimetric base map for use in project design. 1) " not te n . must he shewn n raaar v�vr,vvrn M) Prepare individual signed and sealed parcel maps and legal descriptions for the required right of way acquisition for parcels and easements. A strip map showing all parcels required will be submitted along with parcel descriptions. Additional fees may be required in resolving boundary conflicts between Owners. AIE shall submit parcel maps and legal descriptions prior to the 60% submittal. 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. Public Involvement. Participate in two public meetings. One public meeting shall be held after submittal of the Final Engineering Letter Report and one public meeting shall be held prior to start of project construction. Prepare notices, powerpoint presentations, handouts and exhibits for meetings. Provide follow -up and response to citizen comments. Revise contract drawings to address citizen comments, as directed by the City. Prepare notices, handouts and exhibits for public information meetings. 6. Subsurface Utility investigation (To be Determined a) 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" including, but not limited to, hydro- excavation. The proposed subsurface utility investigation will be as follows: i) Excavation — The survey scope includes working with a subsurface utility excavator to perform Quality Level A investigation of underground utilities in specified areas through the project limit. (Quality Level A involves the use of nondestructive digging equipment at critical points to determine the horizontal and vertical position of underground utilities, as well as the type, size, condition, material, and other characteristics.) Utilities located at this quality level will be physically located and tied to the topographic survey control. The utility will be identified and an elevation will be obtained to the top of the utility. ii) Utility Location — The survey scope includes locating certain utilities to Quality Level B (Quality Level B involves surveying visible above ground utility facilities, such as manholes, valve boxes, posts, etc., and correlating this information with existing utility records.) These utilities will be located by obtaining a One -Call Notice and measuring the marked locations. iii) Storm Water— Storm waterfacilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible storm water manholes and drainage inlets. iv) Wastewater— Wastewater facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of EXHIBIT "A" Page 7 of 9 Revised November 13, 2012 K: Engineering DataExchangelANGIEMISTREET %E12107 JFK CAUSEWAY AREA IMP BOND ISSUE 20121EXHIBIT A LARGE AE DRAFT 12- 12- 12.doc accessible wastewater manholes. Wastewater lines that are not to be replaced as part of this project and that fall within the footprint of construction- related excavation shall be located at Quality Level A. v) Water — Water facilities within the project limits will be located to Quality Level C. vi) Gas — Gas facilities within the project limits will be located to Quality Level C by the AIE. The City of Corpus Christi Gas Department will provide Quality Level A. The AIE will coordinate this activity. b) Inform local franchises whose utilities fall within the footprint of construction - related excavation of the potential for encountering their utility lines during construction. 7. Construction Observation Services. To Be Determined 8. 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. 9. 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. Provide the services above authorized in addition to those items shown on Exhibit "A -1" Task List, which provides supplemental description to Exhibit "K. Note: The Exhibit "A -1" Task List does not supersede Exhibit "K. II. SCHEDULE Date Activit February 1, 2103 NTP May 10, 2013 Draft ELR submittal May 24, 2013 City Review June 14, 2013 Final ELR submittal September 20, 2013 60% Design Submittal October 4, 2013 City Review December 6, 2013 100% Final Submittal Janus 6 & 13, 2014 * Advertise for Bids January 15, 2014 Pre -Bid Conference January 22, 2014 Receive Bids March 25, 2014 Contract Award April 7, 2014 Begin Construction December 12, 2014 * Complete Construction * Based upon City of Corpus Christi Bond 2012 Project Schedule Ill. FEES EXHIBIT "A" Page 8 of 9 Revised November 13, 2012 K %Enginaedng DataExchangelANGIEMISTREE RE12107 JFK CAUSEWAY AREA IMP BONG ISSUE 20121EXHIBIT A LARGE AE DRAFT 12- 12- 12.doc 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, A/E will submit monthly statements for basic services rendered. In Section I.A. 1-3, the statement will be based upon AIE's estimate (and with City's concurrence) of the proportion of the total services actually completed at the time of billing. perGent Of GOMP l et i GA of the G8AGtFUGti0R Gent 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 paythe AIE a not -to- exceed fee as perthe table below: Summary of Fees Basic Services Fees 1. Preliminary Phase $24,500.00 2. Design Phase $50,955.00 3. Bid Phase $2,835.00 4. Construction Administration Phase $13,230.00 Subtotal Basic Services Fees $91,520.00 Additional Services Fees 1. Permit Preparation a. TxDOT $2,500.00 b. TGLO $4,000.00 c. Wetland Delineation & USACE Permit $36,500.000 2. ROW Acquisition Survey $0.00 3. Topographic Survey $18,500.00 4. Environmental Issues $3,300.00 5. Public Involvement $3,800.00 6. Subsurface Utility Investigation To Be Determined 7. Construction Observation Services To Be Determined 8. Start-up Services $900.00 9. Warranty Phase $1,500.00 Sub -Total Additional Services Fees $71,000.00 Total Authorized Fee $162,520.00 EXHIBIT "A" Page 9 of 9 Revised !November 13, 2012 K \Engineering Data ExchangeMGIEMISTREET1E12107 JFK CAUSEWAY AREA IMP BOND ISSUE 20121EXHIBIT A LARGE AE DRAFT 12- 12- 12.doc EXHIBIT A -1 TASK LIST JFK CAUSEWAY AREA IMPROVEMENTS PROJECT NO. E12107 BOND ISSUE 2012 A. BASIC SERVICES 1. Preliminary Phase A. Scope of Geotechnical Testing Requirements to City's Geotechnical Consultant. B. Staff Meetings - Attend and participate in project kick off meeting, and planning meetings with City staff to discuss planning and conceptual design. Gather information and perform close coordination with Department staff. C. Engineering Letter Report C1. Identify Operating Department (Water, Wastewater, Storm Water, and Gas Department) having improvements to be upgraded. 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, and critical elevations to establish roadway and additional parking with a retaining wall. C4. Provide Presentation of Pertinent Factors C5. Advise of environmental site evaluations and Archeology Reports C6. Identify and Analyze Requirements of Governmental Authorities C7. Hold review meeting with City Staff to receive and review com on Engineering Letter Report. C8. Assist City in presenting findings of Engineering Letter Report to City appointed Capital Project Oversight Committee responsible for this project. 2. Design Phase A. Refine, Verify, and Implement Engineering Letter Report Recommendations. B. Prepare Interim Plans and Contract Documents (1 Set) (60 %) Develop a preliminary construction schedule and sequencing plan that includes all the items as shown on this Task List. This schedule will include EXHIBIT A -1 Page 1 of 4 K kEngineering DataExchange \ANGIEtASTREET4E12107 JFK CAUSEWAY AREA IMP BOND ISSUE 20121EXHIBIT A -1 DRAFT 12 -12 -12 rrf revisionsAm procurement, construction, testing, coordination, and provision for minimum interruption of services and construction schedules within available project funding. C. Preliminary Plan Sheets 1 Title Sheet and Index 2 General Notes 3 Legend, Details, Symbols and Testing Schedule 4 Estimated Quantities 5 Site Map 6 Pavement Sections 7 -11 Baseline & Topography Roadway, Water & Sewer Force Main 12 Demolition Plan 13 Water Base Map 14 Sanitary Sewer Base Plan 15 -19 Water Line Plans 20 Sanitary Force Main Plan 21 Pump Station Plan and Details 22 -25 City Standard Water Details 26 Drainage Map 27 -29 Roadway and Pavement Plan 30 Storm Water 31 Pavement and Bulkhead Details 32 Standard Storm Details 33 -35 Pollution Prevention Plan and Details 36 -38 Striping Plan and Details 39 -42 Traffic Control 43 Barricades and Construction Standards 44 Sign Standards 45 Barricades and Construction Standards, Plastic Drums D. Provide Assistance Identification, Testing, Handling, and Disposal of Hazardous Materials E. Prepare Final Quantities and Estimates of Probable Costs F. Provide Final Plans and Bid Documents (100 %) G. Assimilate All Review Comments, Modifications, Additions /Deletions and Proceed to Bid Phase, Upon Notice to Proceed from the City Engineer H. Quality Assurance /Quality Control I. Prepare Traffic Control Plan per TxDOT standards for area under Causeway Bridge and with City and Stakeholder input in lease parcel areas in accordance with Texas M.U.T.C.D. J. Upon Approval, Provide One (1) Set Final Plans and Contract EXHIBIT A -1 Page 2 of 4 K1Engineering DataExchangelANGIEM tSTREET1E12107 JFK CAUSEWAY AREA IMP BOND ISSUE 20121EXHIBIT A -1 DRAFT 12 -12 -12 of revisions.doc Documents and Provide One (1) Electronic Copy K. Submit Monthly Status Reports L. Provide 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 F. Provide Letter to City Engineer on giving AIE's Recommendation to whom to Award the Project to 4. Construction Phase A. Participate in Pre - Construction Meeting B. Review Shop and Working Drawings C. Provide Testing Schedule and Review Field and Laboratory Tests D. Provide Interpretations and Clarifications of Contract Documents E. Regular Visits to Site of Project (two per month minimum) F. Prepare Change Orders as authorized by City G. Make Final Inspection with City staff H. Review and Assure Compliance with Plans and Specifications I. Review Construction "Red- Line" Drawings, Prepare Record Drawings J. Review and Prepare Monthly Construction Pay Estimates B. ADDITIONAL SERVICES 1.1 Permitting A. TxDOT Permits /Coordination: Coordinate design construction and obtain Utility Permits for water line extensions under the Intracoastal Causeway Bridge and Texas Department of Transportation (TxDOT) maintained roadways. Work on Multi Use Agreement Is not anticipated. B. NPDES Permit: EXHIBIT A -1 Page 3 of 4 K: Engineering DataExchange'ANGIEMISTREE RE121D7 JFK CAUSEWAY AREA IMP BOND ISSUE 20121E)(HIBIT A -1 DRAFT 12 -12 -12 of revisions.doc Prepare NPDES Permit and include with specifications. Contractor shall be responsible for submission of the document to the appropriate authorities and providing all documentation. C. Texas Department of Licensing & Regulations: If required, A/E will coordinate with a local Registered Accessibility Specialist for any ramps or accessible routes required. Not anticipated - no sidewalks included In the budget and not anticipated in this project. D. U.S. Army Corp of Engineers ( USACE): Wetland delineation within work boundaries and will seek a Nationwide Permit for construction. An Individual permit will require additional services. E. U.S. Fish and Wildlife Service (USFWS): Provide coordination thru USACE Permitting. 1.2 Right of Way Acquisition Survey — Not anticipated, will coordinate with Texas Asset Management Division. 1.3 Topographic Survey A. Provide limited design surveys with sufficient detail to facilitate design of improvements and preparation of construction documents B. Provide limited construction verification surveys. 1.4 Environmental Issues 1.5 Public involvement 1.6 Subsurface Utility Investigation — Not Anticipated 1.7 Construction Observation Services — To be Determined 1.8 Start-up Services - Grinder Pump Station 1.9 Warranty Phase EXHIBIT A -1 Page 4 of 4 K kEngineering Data ExchangelANGIEMSSTREE RE12107 JFK CAUSEWAY AREA IMP BOND ISSUE 20121EX1-II81T A -1 DRAFT 12 -12 -12 of revisims.doc EXHIBIT "B" MANDATORY INSURANCE REQUIREMENTS & INDEMNIFICATION FOR AIE PROFESSIONAL SERVICESICONSULTANT 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(s) 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 30 -Day Written Notice of Cancellation, non = renewal or material change required on all certificates COMMERCIAL GENERAL LIABILITY including: 1. Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors MINIMUM INSURANCE COVERAGE Bodily Injury & Property Damage Per occurrence - aggregate $1,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY to included $1,000,000 COMBINED SINGLE LIMIT 1. Owned vehicles 2.. Hired — Non -owned vehicles PROFESSIONAL LIABILITY including: Coverage provided shall cover all employees, officers, directors and agents 1. Errors and Omissions WORKERS' COMPENSATION $1,000,000 per claim 1$2,000,000 aggregate (Defense costs not included in face value 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 Which Complies with the Texas Workers Compensation Act EMPLOYERS' LIABILITY 500,000/500,000/500,000 EXHIBIT B °' Pa e 1 of 3 K \Engineering DataExchangeXANGIEMISTREETYE12107 JFK CAUSEWAY AREA IMP BOND ISSUE 201244 EXHIBIT B INDEMNIFICATION -OCT 2010.docx 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. EXHIBIT "B" Page 2of3 K \Engineering DataExchangelANGIEMISTREE RE12107 JFK CAUSEWAY AREA IMP BOND ISSUE 2012W EXHIBIT 6 INDEMNIFICATION -OCT 2010.dccx 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. EXHIBIT "B" Page 3 of 3 K:lEngineering DataExchangeWNGIEMk $TREE RE12107 JFK CAUSEWAY AREA IMP BOND ISSUE 201214 EXHIBIT B INDEMNIFICATION -OCT 2010.docc Q �n 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 l=ees Basic Services Fees Additional Services Fees Total of Fees COMPLETE PROJECT NAME Project No. XXXX Invoice No. 12345 Invoice Date: Sample form for: Payment Request Revised 07/ Total Amount Previous Total Percent Contract Amd No_ 1 Amd No_ 2 Contract Invoiced Invoice Invoice COMDlete $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% SUPPLIER NUMBER TO BE ASSIGNED BYCTfY _ = PURCHASING DIVISION City of CITY OF CORPUS CHRISTI � us DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with `NA ". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Urban Engineering P. O. BOX: STREET ADDRESS: 2725 Swantner FIRM IS: 1. Corporation ❑ 4. Association CITY: 2. Partnership 5. Other P1 Corpus Christi ZIP: 78404 3. Sole Owner ❑ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership In the above named "firm." Name Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of CoTus 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 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: F L, . U r �p c4 yam P t Title: (Type or Print) Signature of Certifying Date: Person: 1 •4 - to 13 DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part -time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self - employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non - profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation.