Loading...
HomeMy WebLinkAboutC2013-020 - 1/29/2013 - ApprovedCITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469 -9277 (City) acting through its duly authorized City Manager or Designee (Director of Engineering Services) and RVE, Inc. a Texas corporation, 820 Buffalo Street, Corpus Christi, Nueces County, Texas 78401, (Arch itectlEn g i neer — AIE), hereby agree as follows: 1. SCOPE OF PROJECT McArdle Road Improvements — Ennis Joslin Road to Whitaker Drive (2012 Bond Issue) - Project No(s) E12097 & E12098 The McArdle Road Improvements Project involves expanding the existing 2 -lane roadway from Ennis Joslin Road to Nile Drive to a three lane roadway with two travel lanes and a continuous left turn lane and resurfacing and widening the existing 4 -lane roadway from Nile Drive to Whitaker Drive to comply with a C3 Collector per the UTMP. East of Nile Drive, the street improvements include a new street section. West of Nile Drive, the street improvements include a mill & overlay of the existing road surface with periodic full -depth pavement repair and pavement widening. In addition to the street improvements, the Project includes new curb and gutter sidewalks on each side of the street, ADA curb ramps, lane striping and pavement markings. The Project calls for evaluation of future bikeway requirements during design. Utility improvements associated with the Project include partial expansion, replacement and/or rehabilitation of existing storm, water and wastewater infrastructure. The construction Budget for the project is $4,500,000 (street) + $3,525,000 (utilities) = $8,025,000. No additional right -of -way is anticipated as necessary for the Project. RVE, Inc. will design street and utility improvements per the above - stated directives that are constructible within the limits of the existing street right -of -way and within the stipulated construction budgets. The design of offsite drainage or utility improvements and right -of- way acquisition services are not included in the scope of services provided under this Contract. 2. SCOPE OF SERVICES The A/E hereby agrees, at its •own expense, to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, A/E will provide monthly status updates (project progress or delays, gantt charts presented with monthly invoices) and provide contract administration services, as described in Exhibit "A" and "A -1 ", to complete the Project. Exhibit "A -1" provides supplemental description of services to Exhibit "A" and is not intended to supersede services described in Exhibit "A ". Work will not begin on Additional Services until requested by the A/E (provide 2013 -020 CONTRACT FOR ENGINEERING (AIE) SERVICES 1/29113 Page 1 of 5 ts5E12097 & E12098-McArdle Road from Whitaker to Nile Dr 10 Ennis Joslin Road ME, Inc\Large AE ContmcM -AE M2013 -019 RVE Inc. INDEXED breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. A/E services will be "Services for Construction Projects " - (Basic Services for Construction Projects ") which are shown and are in accordance with "Professional Engineering Services - A Guide to the Selection and Negotiation Process, 1993" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of Professional Engineers. For purposes of this contract, certain services listed in this publication as Additional Services will be considered as Basic Services. 3. ORDER OF SERVICES The A/E agrees to begin work on those authorized Basic Services for this contract upon receipt of the Notice to Proceed from the Director of Engineering Services. Work will not begin on any phase or any Additional Services until requested in writing by the A/E and written authorization is provided by the Director of Engineering Services. The anticipated schedule of the preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit "A ". This schedule is not to be inclusive of all additional time that may be required for review by the City staff and may be amended by or with the concurrence of the Director of Engineering Services. The Director of Engineering Services may direct the A/E to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to this contract. A/E shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. MANDATORY REQUIREMENTS A/E agrees to the mandatory contract 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. 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. CONTRACT FOR ENGINEERING (AIE) SERVICES Page 2 of 5 KAEngineering DataExchangelGladssaJSStreets1E12097 & E12098 - McArdle Road from Whitaker to Nile Dr to Ennis Joslin Road1RVE, lncSLarge AE Contrac111 -AE Contract.doc 7. LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. The AIE agrees that at least 75% of the work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan Statistical Area (MSA). Additionally, no more than 25% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA.) 8. ASSIGNABILITY The A/E will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the AIE 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 AIE fee may be assigned in advance of receipt by the AIE 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 AIE without the express written consent of the Director of Engineering Services. However, the AIE may use standard details that are not specific to this project. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re -use of modified plans. 10. INSURANCE, INDEMNIFICATION AND HOLD HARMLESS The Consultant will submit to the City Engineer a certificate of insurance, with the City named as additionally insured, showing the minimum coverage set forth in Exhibit "B" by an insurance company acceptable to the City. The Consultant further agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees as more fully set forth in Exhibit "B ". 11. 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 "D ". CONTRACT FOR ENGINEERING (AIE) SERVICES Page 3 of 5 K1Engineering DataExchangelClarissaJSStreets5E12097 & E12098 = McArdle Road from Whitaker to Nile Dr to Ennis Joslin Road1RVE, Inc\Large AE Contrachl -AE Contract.doc CITY OF CORPUS CHRISTI in - 4�z X cu� / -4-5I•L7 Oscar R. Martinez Date Assistant City Manager RECOMMENDED D el Biles, P.E. "Da Director of Engineering Services RVE, Inc. I _._.. l J , Y IZ-+0�1, PatriWlY Vet Date 820 Buffalo Street Corpus Christi, TX 78401 (361) 887 -8851 Office (361) 887 -8855 Fax IUI APPROVED AS TO FORM " 6" 1 Office of Management Date CS and Budget ATTEST Armando Chapa, City Secretary I COUNCIL _,._ Street Fund 3549 Bond 12 GO WasteWater 4251 2012A CIP Fund StormWater 3496 2012B CIP Fund Water 4092 2012B CIP Fund Gas 4556 2012A CIP Fund McArdle Road from Nile Drive to Ennis Joslin (Project No. E12097) De artment Fund Source No. Amount Street 550950- 3549- 00000- E12097 $279,098.42 Wastewater 550950- 4251 - 00000- E12097 56,710.37 Storm Water 550950- 3496 - 00000- E12097 104,642.72 Water 550950- 4092 - 00000- E12097 43,623.36 Gas 550950 -4556- 00000- E12097 4,362.33 Total $488 3 CONTRACT FOR ENGINEERING (A!E) SERVICES Page 4 of 5 K \Engineering Data& cchangelClarissaJSStreets1E12097 & E120913- McArdle Road from Whitaker to Nile or to Ennis Joslin Road1RVE, IncSLarge AE Contractli - AE ContractAcc L is ,�, �� McArdle Road from Whitaker Drive to Nile Drive (Project No. E=12098) Department Fund Source No. Amount Street 550950 -3549- 00000- E12098 $268,153.38 Wastewater 550950-4251-00000-E12098 54,486.43 Storm Water 550950- 3496 - 00000- E12098 100,539.08 Water 550950 - 4092 - 00000- E12098 41,912.64 Gas 550950 -4556- 00000- E12098 4,191.27 Total $469,282.80 Encumbrance No. 1 1 A Kv ENTERED DEC 19 2012 CONTRACT MANAGERS' vV CONTRACT FOR ENGINEERING (A!E) SERVICES Page 5 of 5 KAEngineering DataExchangalCiadssai5Streets1E12097 & E12098 - McArdle Road from Whitaker to Nile Dr to Ennis Joslin RDadSRVE, InclLarge AE Contractll -AE Contract.doo EXHIBIT "A" CITY OF CORPUS CHRISTI, TEXAS McArdle Road Improvements Ennis Joslin Road to Whitaker Drive (2012 Bond Issue) Project No(s): E12097 & E12098 I. SCOPE OF SERVICES A. BASIC SERVICES For the purpose of this contract, Preliminary Phase may include Schematic Design and Design Phase services may include Design Development as applicable to Architectural services 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 meetings 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 preliminary requirements for utility relocations rephcements or upgrades. 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. Prepare conceptual life -cycle cost estimate with recommended pavement sections using the FHWA's "Real Cost" software with input parameters mutually agreed upon by the City and the Consultant g) Identify right -of -way acquisition requirements and illustrate on a schematic strip map. h) Prepare preliminary opinions of probable construction costs for the recommended improvements. seaved (MOVED TO ADDITIONAL SERVICES) j) — SGRduGt the hydraalis analysis to quantify the stopm s °ew F design of ex i sting -and proposed systems. I R G ! ude the analysis Gf l et . (MOVED TO ADDITIONAL SERVICES) k) Identify electric and communication utility companies and private pipeline companies that may have existing facilities and must relocated to accommodate the proposed improvements. 1) Coordinate with AEP and City Traffic Engineering to identify location of electrical power conduit for street lighting and traffic signalization. m) 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 RTA, CDBG, USPS, affected school districts (CCISD, FBISD, etc.) community groups, TDLR, etc. n) Identify and recommend public outreach and community stakeholder requirements. o) Prepare an Engineering Letter Report (20 — 25 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 computer models or other applicable supporting documents EXHIBIT "A" Page 1 of 10 K:Tngineerhg DataExchangelClarissaJkStreetsTl2097 & E12098 - McArdle Road from Whitaker to Nile Dr to Ennis Joslin Road1RVE, Inc\Large AE Contract12 -EXHIBIT A.doc 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 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. S 12mvide an ar alysis on nrojeGt itv�r»r}c tG1AfArd "re_ep ineeF'R9 " and effe Gts v. � � v. ..v w . w �4�r.�w v� � N� vJ...vc� e 6. Provide anticipated index of drawings and specifications. 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. pr handouts and exhibits f9F meetiRg. PFOv'de follow up and response to GGIM s.. (MOVED TO ADDITIONAL SERVICES) 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. G) 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 D Provide bench marks and coordinates. Any information marked proprietary, or copyrighted, provided by the City is authorized for use only by ASE, and only for the intended purpose of this project. Any unauthorized use or distribution of information marked proprietary, or copyrighted, provided under this contract is strictly prohibited. EXHIBIT "A" Page 2 of 10 KAEngineering DataExchangelClarissaJXSlreets1E12097 & E12098 - MoArdle Road from Mitaker to Nile Dr to Ennis Joslin Road ME, InclLarge AE Contractl2 -EXHIBIT A.doc I ntended authedzed fer use on by AjE, and gn&fGF the purpose of th project, Any information marked proprietary, or copyrighted, provided by the City is authorized for use only by ASE, and only for the intended purpose of this project. Any unauthorized use or distribution of information marked proprietary, or copyrighted, provided under this contract is strictly prohibited. EXHIBIT "A" Page 2 of 10 KAEngineering DataExchangelClarissaJXSlreets1E12097 & E12098 - MoArdle Road from Mitaker to Nile Dr to Ennis Joslin Road ME, InclLarge AE Contractl2 -EXHIBIT A.doc 2. Design Phase Upon approval of the preliminary phase, designated by receiving authorization to proceed, the AIE will: 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. The City will provide a list of utility franchises within the Project area. 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 3&" 22 "x34" plan sheets that can be reduced to 11"x 17 ". 1. Prepare Traffic Control and Construction Sequencing Plans. The TCP will 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. fare ide Storm VVateF Pollution PTeventien -Plan, OnGkidiRg nun uc ti o dFawing . Prepare Stormwater Best Management Practices construction drawings. Contractor is responsible for preparing and maintaining a Stormwater Pollution Prevention Plan ( SWPPP) for himself and for the City. The SWPPP shall include the construction drawings prepared by the AIE. 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 Summary 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) Provide GRe (1) set of the pre final plans and bid deGuments 0 submittal staff fGr- r-eview and approval purp9ses with Fevised estimates of pFebable Gests o review meeting. Prepare rneet!Rg agenda arld distrib-i-Itta rneeting MeetiRgG to atteRdees WithiR five working days of the meeting. Assimilate all review 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 EXHIBIT "A" Page 3 of 10 K1Engineering DataExchangelClarissaJlStreets lE12097 & E12098 - McArdle Road from Whitakar to Nile Dr to Ennis Joslin Road1RVE, InOLarge AE Contract52 - EXHIBIT A.doc 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 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 City- provided _review comments or provided submittals in accordance with City standards.. l) 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) 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). The City staff will: a) Designate an individual to have responsibility, authority, and control for coordinating activities for the . City during the Design Phase. b) Provide the budget forthe Project specifying the funds available forthe construction contract. G) 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, forthe Engineering Services' approval, any addenda or other revisions necessary to inform contractors of approved changes priorto bidding. d) Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract e) In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the A/E's design phase estimate required above, the Engineer will, at its expense, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re- advertise that particular portion of the Project for bids. 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 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. EXHIBIT "A" Page 4 of 10 K1Engineering DataExchangelC larissaJlSireets1E12o97 & E12098 - McArdle Road from Whitaker to Nile Dr to Ennis Joslin Road1RVE, Inc\Large AE ConlracU -EXHIBIT A,doc d) Prepare, review and provide copies of the contract for execution between the City and the contractor. B. 4. Construction Administration Phase (Estimated 21 -Month Construction Durationj The A/E will perform contract administration to include the following: a) Participate in pre - construction meeting conference and provide a recommended agenda for critical construction activities and elements impacing 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. fPrepare Assist the City in the preparation of change orders as authorized by the City. ` Rd are riot Gentr!ary to the g interest of the City unde th i f 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. C) Designate an individual to have responsibility, authority, and control for coordinating activities for the Cityduring the Construction Phase. d) Prepare change orders as required. 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. AIE 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 AIE shall, with written authorization by the Director of Engineering Services, perform the following:: Permit Preparation, Furnish the City all engineering data and documentation necessary for all required permits. The AIE will prepare this documentation for all required signatures. MEngineering OataExchange4CtarissaJ4Streets5E12097 & E12098 - McArdle Road from Whitaker to Nile Dr to Ennis Joslin Road1RVE. InclLarge AE Contractl2 EXHIBIT "A" Page 5 of 10 EXHIBIT A.doc The AIE will prepare and submit identified permits as applicable to the appropriate local state, and federal authorities, including; the are b. TxDOT utility and environmental permits, multiple use agreements 1. Texas Department of Licensing and Regulation (TDLR ) n _. Other ageney prajee;t spenifin permit 2. Right- of-Way (ROW) Acquisition Survey All work must comply with Category 'FA, 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. a) Perform surveys to determine apparent rightof -way widths. b) Research plats, ROW maps, deed, easements, and survey for fence corners, monuments, and iron pins within the existing ROW and analyze to establish existing apparent ROW. AIE must obtain Preliminary Title Reports from a local title company and provide copies of the title reports to the City. Preliminary Title Report shall identify title ownership and any title encumbrances to all right -of -way to be acquired. C) Provide a preliminary base map containing apparent ROW, which will be used bythe AIE to develop the proposed alignment and its position relative to the existing and proposed ROW. This preliminary base map must show lot or property lines, land ownership and addresses as per appraisal district records. d) Set property corners and prepare right -of -way strip parcel map depicting parcels proposed for acquisition. Metes and bounds descriptions must indicate the parent tract areas based on the most accurate information available. Strip map will show entire parent tracts and be for information only. Existing easements within the parcels to be acquired and those within adjacent parcels must be shown. e) Prepare individual signed and sealed parcel maps and legal descriptionsfor the required right -of -way acquisition for parcels and easements. A strip map showing 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 priorto the 60% submittal. 3. Topographic Survey and Parge! esEE ^#2M ROW Verification 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 EXHIBIT "A" Page 6of10 KAEngineering DataExchangelClarissaJlStreets4E12o97 & E12093 - McArdle Road from Whitaker to Nile Dr to Ennis Joslin Road4RVE, lnclLarge AE Contract52 - EXHIBIT A.doc 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 width along project limits. No utility connections will be shown. Surveying services, related to subsurface utility engineering (SUE) shall be provided as part of the scope of work for SUE. i) Locate improvements within the apparent ROW. D Locate and identify trees, at least five inches in diameter within the apparent ROW. k) Generate electronic planimetric base map for use in project design. apeas based an the FnGst aGGUFate informat ava Strip map will show eRt PaFeRt traGts at "nGt to srale" and foF infoFmation only. All ex easements within the paFGe to be aGquired and these w aAaGent paFGels must be shown-. rn) PrepaFe i ndiv i dua l signed and sealed paFGel maps and l ega l deGGP for the PaFGe'S Fequ w be submitted a with paFGel deGGdPt Addit fees Ma be Fequ i n Fese bawndaFy GGIRAGts between Owners. �VE shal subm parGe maps and l egal d8GGFiPt prior to the o submittal 4. Environmental Issues. a) 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. b) Provide environmental site evaluations and archeology reports that are needed for the Project 5. Public Involvement& Presentat to Capital Proiect Oversight Committee a) 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 b) 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. K: Engineering DataExchange %ClarissaJSStreets%E12097 & E12098 - McArdle Road from Whitaker to Nile Dr to Ennis Joslin Road ME, Inc\Large AE ContracQ EXHIBIT "A" Page 7 of 10 EXHIBIT A.doc 6. Subsurface Utility,_Investigation 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 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 A. vi) Gas — Gas facilities within the project limits will be located to Quality Level A by the AIE. The City of Corpus Christi Gas Department will provide Quality Level C. The A/E will coordinate this activity. vii) Add SUE findings to topo drawing. b) Inform local franchises whose utilities fall within the footprint of construction - related excavation of the potential for encountering their utility lines during construction. A list of franchises within the Project area will be provided by the City. 7. Construction Observation Services. To Be Determined (Not included in the scope of services of this Contract) S. 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 endof 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. EXHIBIT "A" Page 8 of 10 KEnginearing DataExchangeSClarissaJ5Streets5E12097 & E12098 - McArdle Road from Whitaker to Nile Dr to Ennis Joslin RoadSRVE, InclLarge AE Conlrad12 - EXHIBIT A.doc 10. Drainage Analysis of Existing Storm Infrastructure. Develop drainage area boundary map for the three (3) existing drainage areas served. Perform hydrologic calculations to determine stormwater runoff flows. Conduct hydraulic analysis to determine the required sizes of existing and proposed storm sewer lines and inlets. All H&H calculations will be performed in accordance with the City's Draft Drainage Criteria Manual. Prepare an Opinion of Probable Cost of recommended improvements. Prepare a Report of Findings with exhibits. Design of capacity upgrades to existing storm sewer mains and offsite stormwater infrastructure is not anticipated as necessary and is not included in the scope of this work, but can be provided for additional fees. 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 doe -RBt supe supplements Exhibit "A ". II. SCHEDULE Date Activit Be in Preliminary Phase Upon receipt of NTP Submit Draft ELR 15 Weeks after receipt of NTP City Review 1 Week Submit Final ELR 4 Weeks after receipt of comments from Cit Submit 60% Desi gn 12 Weeks after receipt of NTP from Cit City Review 2 Weeks Submit 100% Design 4 Weeks after receipt of comments from Cit City Review 1 Week Submit Sealed Plans & Docs 2 Weeks after receipt of comments from Cit Advertise for Bids 2 Weeks after Sealed Submittal Pre -Bid Conference 2 Weeks after Advertisement Receive Bids 4 Weeks after Advertisement Contract Award 4 Weeks after receipt of Bids Begin Construction 4 Weeks after Award of Contract Complete Construction Approximately 21 Months after Begin Construction III. FEES A. Fee for Basic Services. The City will pay the A/E a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1 -4 above, and for all expenses incurred in performing these services. 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 SeGtien 1 . o �, The statements will be based upon A/E's estimate (and with City's concurrence) of the proportion of the total services actually completed at the time of billing. , the statement will be based UPGR the pement of c;empletien of the Gen8tFUGt1GR Gent City will make prompt monthly payments in response to AIE's monthly statements. EXHIBIT "A" Page 9 of 10 K1Engineering DataExchangelClarissaJLSlreetsLE12097 & E12098 - Mc.Ardle Road from Whitaker to Nile Dr to Ennis JDSIIn Road1RVE, InclLarge AE Contraeth2 - EXHIBIT A.doc B. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services," the City will paythe A/E a not -to- exceed fee as perthe table below: Summary of Fees EXHIBIT "A" Page 10 of 10 KaEngineering DataExchangelClartssaJlStreets lE12097 & E12098 - McArdle Road from Whitaker to Nile Dr to Ennis Joslin Road1RVE, Inc%Large AE Contract52 -EXHIBIT A.doc Original Contract Street Wastewater Storm Water Water Gas Total Basic Services Fees 1. Preliminary Phase $69,741.00 $14,391.00 $14,391.00 $11,070.00 $1,107.00 $110,700.00 2. Design Phase $266,272.65 $54,945.15 $54,945.15 $42,265.50 $4,226.55 $422,655.00 3. Bid Phase $19,04175 $3,929.25 $3.929.25 $3,022.50 $302.25 $30,225.00 4. Construction Phase $50,935.50 $10,510.50 $10,510.50 $8,085.00 $808.50 $80,850.00 Subtotal Basic Services Fees $405,990.90 $83,775.90 $83,775.90 $64,443.00 $6,444.30 $644,430.00 Additional Services Fees (Allowance) 1. Permitting (TxDOT) Authorized $5,145.00 $5,145.00 $10,290.00 2. Permitting TDLR $3,230.00 $3,230.00 3. Topographic Survey and ROW Verification $79,619.40 $16,429.40 $16,429.40 $12,638.00 $1,263.80 $126,380.00 Authorized 4. SUE Exploration (Hydro Excavation) (Author ized) $39,375.00 $8,125.00 $8,125.00 $6,250.00 $625.00 $62,500.00 5. Public Meetings (2 Meetings) & Oversight Committee Presentation $11,812.50 $2,437.50 $2,437.50 $1,875.00 $187.50 $18,750.00 (Authorized 6. Construction Observation To Be Determined TBD 7. Drainage Analysis of Existing Storm $88,840.00 $88,840.00 Infrastructure Authorized 8. Warrant Phase $2,079.00 $429.00 $429.00 $330.00 $33.00 $3,300.00 Sub -Total Additional Services Fees $141,260.90 $27,420.90 $121,405.90 $21,093.00 $2,109.30 $313,290.00 Total Authorized Fee $547,251.80 $111,196.80 $205,181.80 $85,536.00 j $8,553.60 j $957,720.00 EXHIBIT "A" Page 10 of 10 KaEngineering DataExchangelClartssaJlStreets lE12097 & E12098 - McArdle Road from Whitaker to Nile Dr to Ennis Joslin Road1RVE, Inc%Large AE Contract52 -EXHIBIT A.doc EXHIBIT A -1 CITY OF CORPUS CHRISTI, TEXAS McArdle Road Improvements Ennis Joslin Road to Whitaker Drive (2012 Bond Issue) Project No(s) E12097 & E12098 TASK LIST GENERAL The McArdle Road Improvements Project involves expanding the existing 2- lane roadway from Ennis Joslin Road to Nile Drive to a three lane roadway with two travel lanes and a continuous left turn lane and resurfacing and widening the existing 4 -lane roadway from Nile Drive to Whitaker Drive to comply with a C3 Collector per the UTMP. East of Nile Drive, the street improvements include a new street section. West of Nile Drive, the street improvements include a mill & overlay of the existing road surface with periodic full -depth pavement repair and pavement widening. In addition to the street improvements, the Project includes new curb and gutter, sidewalks on each side of the street, ADA curb ramps, lane striping and pavement markings. The Project calls for evaluation of future bikeway requirements during design. Utility improvements associated with the Project include partial expansion, replacement and /or rehabilitation of existing storm, water and wastewater infrastructure. The construction Budget for the project is $4,500,000 (street) + $3,525,000 (utilities) _ $8,025,000. No additional right -of -way is anticipated as necessary for the Project. RVE, Inc. will design street and utility improvements per the above - stated directives that are constructible within the limits of the existing street right -of -way and within the stipulated construction budgets. The design of offsite drainage or utility improvements and right -of -way acquisition services are not included in the scope of services provided under this Contract. Exhibit "A" I. A. - BASIC SERVICES Preliminary Phase Provide Preliminary Phase Services in accordance with Exhibit `A' of the Contract for Professional Services with the following condition: Exhibit "A" I. A. 1. o - Clarification The stipulated requirements of this Contract are to design improvements that can be constructed within the existing right -of -way (ROW) and within the approved budgets. RVE will analyze the existing conditions of the Project and determine the required scope of improvements necessary to achieve the stated bond EXHIBIT "A -1" Page 1 of 4 objectives. RVE will prepare an Opinion of Probable Cost of these improvements and determine the required ROW necessary to construct the improvements. RVE will present this information to the City. The Opinion of Probable Cost will be based upon Project improvements with a 30 -year design life expectancy. If the Opinion of Probable Cost is more than the approved budget amounts, or if the required ROW exceeds the existing ROW, then RVE will determine the scope of improvements that can be constructed within the approved budgets and within the existing ROW. RVE will present this information to the City. If the proposed improvements can be constructed within the existing ROW and within the approved budgets, or if the City chooses to reduce the Project scope to achieve both of these goals, then RVE will proceed to the Design Phase of this Contract. If the City decides to pursue proposed improvements that require additional ROW and/or have an estimated construction cost that exceeds the approved budgets, then RVE will prepare a Contract Amendment for the additional scope of work required to design those improvements. Design Phase Provide Design Phase Services in accordance with Exhibit `A' of the Contract for Professional Services with the following conditions: Exhibit "A" I. A. 2. d 1. - Clarification 1. The design of temporary traffic control measures shall consist of the preparation of Advanced Warning Signage Plans and inclusion of typical examples of traffic control measures to be used in certain situations. The design of specific traffic control measures for the entire project is not included in the scope of work of this Contract. The Contractor will prepare a specific traffic control plan that will coincide with his approach to constructing the project — subject to the Project phasing stipulated in the construction documents - and will utilize the typical examples provided in the construction plans. Traffic Control Plan will be submittal requirement subject to review and approval of the Engineer of Record and the City Traffic Engineer. 2. Design of traffic signals and street lighting is not anticipated as necessary for the Project and is not included in the scope of services of this contract. Bid Phase Provide Bid Phase Services in accordance with Exhibit `A' of the Contract for Professional Services. EXHIBIT "A -1" Page 2 of 4 Construction Phase Provide Construction Phase Services in accordance with Exhibit `A' of the Contract for Professional Services. Exhibit "A" I. B. - ADDITIONAL SERVICES Sub'ect to Authorization 1. Permittinq TxDOT Permitting: Coordinate with TxDOT during the design phase of the Project to obtain final approval of plans and specs. TDLR Registration: Submit construction plans and specifications to a Registered ADA Specialist (RAS) for review and approval and registration with the TDLR; Provide coordination efforts, as necessary. 2. ROW Acquisition Survey Acquisition of additional right -of -way (ROW) is not anticipated as necessary for the Project. Should it be determined during the course of the Project that additional ROW is needed, ROW Acquisition Survey services can be provided for additional fees. 3. Topographic Survey & ROW Verification Topographic Survey & ROW Verification Services will be provided in accordance with Exhibit `A' of the Contract for Professional Services. 4. Environmental Issues Environmental services are not anticipated as necessary for the Project. Should it be determined during the course of the Project that environmental conditions exist that need to be addressed, appropriate environmental services can be provided for additional fees. 5. Public Meetings 2 Meetings) & Oversight Committee Presentation Assist the City with Public Meetings (2) and presentation of the Project to the Oversight Committee in accordance with Exhibit `A' of the Contract for Professional Services. 6. S.U.E. Subsurface Utility Exploration will be provided in accordance with Exhibit `A' of the Contract for Professional Services. EXHIBIT "A -1" Page 3 of 4 7. Construction Observation Services Construction Observations services are not included in this contract. At a time in the future prior to bidding the Project, the City will determine if the Construction Observation will be provided internally, or if RVE will provide the service. If the City decides that RVE will provide the Construction Observation services, then a Contract Amendment will be prepared at that time to cover the proposed scope of work. 8. Warran1y Phase Services Warranty Phase services will be provided in accordance with Exhibit 'A' of the Contract for Professional Services. 9. Drainage Analysis of Existing Storm Infrastructure Drainage Analysis services will be provided in accordance with Exhibit `A' of the Contract for Professional Services. Design of upgrades to existing storm sewer mains and offsite stormwater improvements is not included in the scope of this work, but can be provided for additional fees. Exhibit "A" III. - FEES Exhibit "A" III. Fees — Basic Services: Construction Phase Fee - Clarification The Basic Services — Construction Phase fee ($80,850) is based upon a 21- month (91 Weeks) construction duration for the Project with an average manhour rate of $100 per hour and an average time expense of approximately 9 hours per week. Should it be determined during the course of design, or during the construction of the Project, that a longer construction duration is necessary, or that construction of the Project requires more than $900 per week of effort by the A/E, a request for additional fees will be prepared and submitted to the City for consideration. In accordance with Exhibit "A ", monthly statements for Construction Phase efforts will be based upon A/E's estimate (and with City's concurrence) of the proportion of the total services actually completed at the time of billing and will vary from month to month from the budgetary $900 per week mentioned above. EXHIBIT "A -1" Page 4 of 4 McArdle Road Nile Drive to Ennis Joslin (Project No. E12097) Whitaker Drive to Nile Drive (Project No. E12098) SUMMARY OF FEES Street I Wastewater 1 Stormwater Water Gas Total McArdle Road from Nile Drive to Ennis Joslin Road (Project No. E12097) Basic Services 1 Preliminary Phase 35,567.91 7,339.41 7,339.41 5,645.70 564.57i 56,457.00 2 Design Phase 135,799.05 28,022.03 28,022.03 21,555.40 2,155.53 215,554.04 3 Bid Phase 9,711.29 2,003.92 2,003.92 1,541.48 154.15 15,414.76 4 Construction Administration Phase 25,977.11 5,360.35 5,360.35 4,123.35 412.34 41,233.50 Subtotal Basic Services 207,055.36 42,725.71 42,725.71 32,865.93 3,286.59 328,659.30 Additional Services Fees (Allowance) 1 Permitting (TXDOT) (Authorized) 2,623.95 0.00 2,623.95 0.00 5,247.90 2 Permitting (TDLR) 1,647.30 0.00 1,647.30 3 Topographic Surrey and ROW Verification (Authorized) 40,605.89 8,378.99 8,378.99 6,445.38 644.54 64,453.79 4 SUE Exploration (Hydro Excavation) (Authorized) 20,081.25 4,143.75 4,143.75 3,187.50 318.75 39,875.00 5 Public Meetings (2) & Oversight Committee Presentation (Authorized) 6,024.38 1,243.13 1,243.13 956.25 95.62 9,562.51 6 Construction Observation Services 0.00 0.00 7 Drainage Analysis of Existing Storm Infrastructure (Authorized) 0.00 45,308.40 45,308.40 8 Warranty Phase 1,060.29 218.79 218.79 168.30 16.83 1,683.00 Subtotal Additional Services Fees 72,043.06 13,984.66 61,917.01 10,757.43 1,075.74 159,777.90 Total McArdle Rd from Nile Or to Ennis Joslin Rd 279,098.42 56,710.37 104,642.72 43,623.36 4,362.33 488,437.20 Street Wastewater Stormwater Water Gas Total McArdle Road from Whitaker Drive to Nile Drive (Project No. E12098) Basic Services 1 Preliminary Phase $34,173.09 7,051.59 7,051.59 $5,424.30 542.43 54,243.00 2 Design Phase $130,473.60 26,923.12 26,923.12 $20,710.10 2,071.01 207,100.94 3 Bid Phase $9,330.46 1,925.33 1,925.33 $1,481.03 148.10 14,810.24 4 Construction Administration Phase $24,958.40 5,150.15 5,150.15 $3,961.65 396.17 39,616.52 Subtotal Basic Services 198,935.54 41,050.19 41,050.19 31,577.07 3,157.71 395,770.70 Additional Services Fees {Allowance) 1 Permitting (TXDOT) (Authorized) 2,521.05 0.00 2,521.05 0.00 5,042.10 2 Permitting (TDLR) 1,582.70 0.00 1,582.70 3 Topographic Survey and ROW Verification (Authorized) 39,013.51 8,050.41 8,050.41 6,192.62 619.26 61,926.21 4 SUE Exploration (Hydro Excavation) (Authorized) 19,293.75 3,981.25 3,981.25 3,062.50 306.25 30,625.00 5 Public Meetings (2) &Oversight Committee Presentation (Authorized) 5,788.12 1,194.37 1,194.37 918.75 91.88 9,187.49 6 Construction Observation Services 0,00 0.00 7 Drainage Analysis of Existing Storm Infrastructure (Authorized) p.00 43,531.60 43,531.60 8 Warranty Phase 1,018.71 210.21 210.21 161.70 16.17 1,617.00 Subtotal Additional Services Fees 69,217.84 13,436.24 59,488.89 10,335.57 1,033.56 153,512,10 Total McArdle Rd from Whitaker or to Nile or 268,153.38 54,486.43 100,539.08 41,912.64 4,191.27 469,282.80 Street Wastewater Stormwater Water Gas Total Total McArdle Road (Whitaker to Ennis Joslin) Basic Services 1 1 Preliminary Phase 69,741.00 14,391.00 14,391.00 11,070.00 1,107.00 110,700.00 2 IDesign Phase 266,272.65 54,945.15 54,945.15 42,265.50 4,226.54 422,654.98 3 1 Bid Phase 19,041.75 3,929.25 3,929.25 3,022.51 302.25 30,225.00 4 Construction Administration Phase 50,935.51 10,510.50 10,510.50 8,085.00 808.51 80,850.02 Subtotal Basic Services 405,990.90 83,775.90 83,775.90 64,443.00 6,444.30 644 L EXHIBIT "A -2" e 1 of 2 McArdle Road Nile Drive to Ennis Joslin (Project No. E12097) Whitaker Drive to Nile Drive (Project No. E12098) SUMMARY OF FEES E EXHIBIT"A-2y) e 2 of 2 Additional Services Fees (Allowance) 1 Permitting (TXDOT) (Authorized) 5,145.00 0.00 5,145.00 0.00 0.00 10,290.00 2 Permitting (TDLR) 3,230.00 0.00 0.00 0.00 0.00 3,230.00 3 Topographic Survey and ROW Verification (Authorized) 79 619.40 16,429.40 16,429.40 12,638.00 1,263.80 126,380.00 4 SUE Exploration (Hydro Excavation) (Authorized) 39,375.00 8,125.00 8,125.00 6,250.00 625.00 62,500.00 5 Public Meetings (2) & Oversight Committee Presentation (Authorized) 11,812.50 2,437.50 2,437.50 1,875.00 187.50 18,750.00 6 Construction Observation Services 0.00 0.00 0.00 0.00 0.00 0.00 7 Drainage Analysis of Existing Storm Infrastructure (Authorized) 0.00 0.00 88,840.00 0.00 0.00 88,840.00 8 Warranty Phase 2,079.00 429.00 429.00 330.00 33.00 3,300.00 Subtotal Additional Services Fees 141,260.90 27,420.90 121,405.90 21,093.00 2,109.30 313,290.00 Total McArdle Road (Whitaker to Ennis Joslin) 547,251.80 111,196.80 205,181.80 85,536.00 8,553.60 957,720.00 E EXHIBIT"A-2y) e 2 of 2 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 MINIMUM INSURANCE COVERAGE 30 -Day Written Notice of Cancellation, Bodily Injury & Property Damage non - renewal or material change required on all certificates COMMERCIAL GENERAL LIABILITY $1,000,000 COMBINED SINGLE LIMIT including: 1. Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors AUTOMOBILE LIABILITY to included $1,000,000 COMBINED SINGLE LIMIT 1. Owned vehicles 2. Hired - Non -awned vehicles PROFESSIONAL LIABILITY including: $1,000,000 per claim / $2,000,000 Coverage provided shall cover all aggregate employees, officers, directors and agents (Defense costs not included in face value 1. Errors and Omissions of the policy) If claims made policy, retro date must be prior to inception of agreement; have extended reporting period provisions and identify any limitations regarding who is an Insured WORKERS' COMPENSATION Which Complies with the Texas Workers Compensation Act EMPLOYERS' LIABILITY 500,0001500,000 /500,000 KAEngineering DataFxchange %CladsS JZtmets\El2097 & E12098- McArdle Road from Whitaker to Nile Dr to Ennis Joslin Road1RVE, IncSLarge AE ContracM - Exhibit B- Insurance & Indemnification.doc EXHIBIT "B" Page 1 of 3 I 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" KAEngineenng Cat3ExchangelC lanssaAStreets%E12097 & E120nS - MnArdie Road from Whitaker to Nile Or to Ennis Joslin RoaMRVE, In6Large AE Page 2 of 3 ContracC6 - Exhibit B - Insurance & Indemnification.doc 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. This INDEMNIFICATION AND HOLD HARMLESS is waived for 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 design or construction of bicycle lanes within the roadways KNEngineering dataExchangelClarissj %Slreat54El2097 & E92098- McArdle Road from Vfttaker to Nile Dr to Ennis Joslin Road1RVE, Inc4Large AE ContrwM - Exhibit B - Insurance & Indemniticetion.doc EXHIBIT "B" Page 3 of 3 rn m= �W o i C} Basic Services: Preliminary Phase Design Phase Bid Phase Construction Phase Subtotal Basic Services Additional Services: Permitting Warranty Prase Inspection Platting Survey 4 & M Manuals SCADA Subtotal Additional Services Summary of Fees Basic Services Fees Additional Services Fees Total of Fees COMPLETE PROJECT NAME Project No. XXXX Invoice No. 12345 Invoice Date: Sample form for: Payment Request Revised 07/27/00 Total Amount Previous Total Percent Contract Amd No.1 Amd No. 2 Contract invoiced Invoice Invoice Complete $1,000 $0 $0 $1,000 $0 $1,000 $1,000 100% 2,000 1,000 0 3,000 1,000 500 1,500 50% 500 0 250 750 0 0 0 0% 2,500 0 1,000 3,500 0 0 0 0% $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% $2,000 $0 $0 $2,000 $500 $0 $500 25 % 0 1,120 0 1,120 0 0 0 0% 0 0 1,627 1,627 0 0 0 0% TBD TBD TBD TBD TBD TBD TBD 0% TBD TBD TBD TBD TBD TBD TBD 0% TBD TBD TBD TBD TBD TBD TBD 0% $2,000 $1,120 $1,627 $4,747 $500 $0 $500 11% $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% 2,000 1,120 1,627 4,747 500 0 500 11% $8,000 $2,120 $2,877 $12,997 $1,250 $1,500 $3,000 23% ro SUPPLIER NUMBER TO BE ASSIGNED BY - CT17 PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Corpus Christi 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 applica le, answer with "NA ". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: RVE, Inc. P. O. BOX: STREET ADDRESS: 820 Buffalo Street FIRM IS: CITY: Corp Chri sti ZIP: 1. Corporation ® 2. Partnership ❑ 3. Sole Owner El 4. Association 5. Other •rQnM 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 EXHIBIT "D" Page 1 of 2 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2 -349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Patrick D. Vetet , E. A Title: President (Type or Print) Signature of Certifying Date: Person: DEFINITIONS a. `Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit ". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part - time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self - employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non -profit organizations. 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. EXHIBIT "D" Page 2 of 2