HomeMy WebLinkAboutC2013-085 - 3/26/2013 - 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 Naismith Engineering,
Inc. a Texas corporation, 4501 Gollihar Road, Corpus Christi, Nueces County, Texas
78411, (Arch itectlEngi neer — AIE), hereby agree as follows:
1. SCOPE OF PROJECT
County Road 52 Extension from CR 69 to FM1889 Proiect No. E12136) BOND ISSUE
2412 This project includes extending County Road (CR) 52 from CR 69 to FM 1889. This
roadway will be designed as a rural roadway section, matching the existing roadway
section CR 69 to US 77. The Street and Storm water portion of the project will be a
Nueces County 50150 match.
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, AIE
will provide monthly status updates (project progress or delays, gantt charts presented with
monthly invoices) and provide contract administration services, as described in Exhibit "A"
and "A -1 ", to complete the Project. Work will not begin on Additional Services. until
requested by the AIE (provide breakdown of costs, schedules), and written authorization is
provided by the Director of Engineering Services.
AIE 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 AIE 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 AIE 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.
Za13 -oss
3/26/13 Contract for Engineering (,4/E) Services'
n Page 1 of 3
M2013-" s4 JRSTREET5E12136 COUNTY ROAD 52 EXTENSION CR 69 TO FM 188911 CONTRACT PROFESSIONAL SERVICES.DOC
Naismith Engineering Inc.
r
The Director of Engineering Services may direct the AIE 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.
AIE shall notify the City of Corpus Christi within three (3) days of notice if tasks requested
requires an additional fee.
4. INDEMNITY AND INSURANCE
AIE agrees to the mandatory contract indemnification and insurance requirements as set
forth in Exhibit "B ".
5. FEE
The City will pay the AIE a fee, as described in Exhibit "A ", for providing services
authorized, a total fee not to exceed $241,692.50 (Two Hundred Forty One Thousand Six
Hundred Ninety Two Dollars and Fifty 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 AIE at the address of record. In this event, the AIE will be
compensated. for its services on all stages authorized based upon AIE and City's estimate
of the proportion of the total services actually completed at the time of termination.
7. LOCAL PARTICIPATION
The City Council's stated policy is that City expenditures on contracts for professional
services be of maximum benefit to the local economy. The AIE agrees that at least 75% of
the work described herein will be performed by a labor force residing within the Corpus
Christi Metropolitan Statistical Area (MSA). Additionally, no more than 25% of the work
described herein will be performed by a labor force residing outside the Corpus Christi
Metropolitan Statistical Area (MSA.)
8. ASSIGNABILITY
The AIE 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 AIE 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.
Contract for Engineering (AIE) Services
Page 2 of 3
KAFNGINEERING DATAEXCHANGE \ANGIEMISTREET1E12136 COUNTY ROAD 52 EXTENSION CR 69 TO FM 188911 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 AIE without the express written consent of the Director of Engineering
Services. However, the AIE may use standard details that are not specific to this project.
The City agrees that any modification of the plans will be evidenced on the plans, and be
signed and sealed by a professional engineer prior to re -use of modified plans.
10. DISCLOSURE OF INTEREST
AIE further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to
complete, as part of this contract, the Disclosure of Interests form.
CITY OF CORPUS CHRISTI
Oscar R. Martinez, Y Date
Assistant City Manager
RECOMMENDED
Daniel Biles, P. E., Date
Director of Engineering Services
APPRqVED AS TO FORM
Office of Management Date
and Budget
;NA rIS;M VITH MEN NEERING, INC.
r
WantW si on, P. E. ate
Vice Preent
4501 Gollihar Road
Corpus Christi, TX 78411
(361) 814 -9900 Office
(361) 814 -4401 Fax
�CREtItbtY ,
ATTEST
ENTERED
r-zef FEB 2 6 2013
Armando Chapa, City S cretary ZV CONTRACT MANAGERS
Countv Road 52 Extension from CR 69 to FM 1889 (Project No. E12136)
Department
Fund Source No.
Amount
Street CIP Bond Issue 2012
550950- 3549 -00000- E12136
$151,658.25
Storm Water CIP Bond Issue 2012
550950- 3496 - 00000- E12136
90,034.25
Total
$241,692.50
Encumbrance No.
Contract for Engineering (AIE) Services
Page 3 of 3
K NENGINEERING DATAEXCHANGE4ANGIEMSTREET1E12136 COUNTY ROAD 52 EXTENSION CR 69 TO FM 188911 CONTRACT PROFESSIONAL SERVICES.DOC
EXHIBIT "A"
CITY OF CORPUS CHRISTI, TEXAS
County Road 52 Extension — CR 69 to FM 1889
Project No. E12136, Bond 2012
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.
1. Preliminary Phase The Architect/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 replacements 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.
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.
i)
Develop drainage area boundary map for existing and proposed drainage areas
served.
j)
Conduct the hydraulic analysis to quantify the storm sewer design of existing and
proposed systems. Include the analysis of inlet capacity.
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, LISPS 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
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-
EXHIBIT "A"
Page 1 of 9
Revised February 11, 2013
KaEngineering DataExchangeMGIEM53TREEnE12136 COUNTY ROAD 52 EXTENSION CR 69 TO FM 1889XEXHIBIT A LARGE AE REVISED Feb 11 2013.doc
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.
5. Provide an analysis on project impacts towards "re- engineering" and effects
on cost savings toward City operations, which this project will affect.
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.
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. (A/E 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 o_ L/y 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:
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.
EXHIBIT "A"
Page 2 of 9
Revised February 11, 2013
MEngineering DataExchangelANGIEMISTREE RE12136 COUNTY ROAD 52 EXTENSION CR 69 TO FM 18881EXHIBIT A LARGE AE REVISED Feb 11 2013.doc
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. 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. 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 `_' Executive Summa N " 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) PFevide one (1) set of pre final plans and- bid- d-eneuments 0 submittal ele&onle
review and app Fayal p Fpo a with revised estimates ref pFeha.hle Gests
N\ 1 —IA 0r..; --4 Bf101 r,.....- ....414-- ore- -- mee +; -- -..e -4- a .air. +rih. 4e mee +; --
Notice to Prnneed
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 (QAIQC) measures to ensure that
submittal of the interim, pre_fiRal (if ram Uired), 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 land 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..
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) 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 construction contract awarded.
EXHIBIT "A"
Page 3 of 9
Revised February 11, 2013
KaEngineering DataExchangeWNGIEM %STREET1E12136 COUNTY ROAD 52 EXTENSION CR 69 TO FM 18891EXHIBIT A LARGE AE REVISED Feb 11 2013.doc
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 A/E 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 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.
d) Prepare, review and provide copies of the contract for execution between the City
and the contractor.
4. Construction Administration Phase The A/E will perform contract administration to
include the following:
a) Participate in pre - construction meeting conference and provide a recommended
agenda for critical construction activities and elements impacted the project.
b) Review, 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 forthe 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.
EXHIBIT "A"
Page 4 of 9
Revised February 11, 2413
KAEngineering DataExchangeMGIEWSTREET1E12136 COUNTY ROAD 52 EXTENSION CR 69 TO FM 188MEXHIBIT A LARGE AE REVISED Feb 11 2013.doc
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:
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:
d. TxDOT utility and environmental permits, multiple use agreements
e. NPDES Permit/Amendments (including SSC, NOI NOT)
f.
2. Right -of -Way (ROW) Acquisition Survey. 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.
a) Perform surveys to determine apparent right -of -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. A/E 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 by
the A/E 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.
EXHIBIT "A"
Page 5 of 9
Revised February 11, 2013
K1Engineering DataExchangelANGIEWSTREE RE12136 COUNTY ROAD 52 EXTENSION CR 69 TO FM 18691EXHIBIT A LARGE AE REVISED Feb 11 2013.doc
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 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.
j) 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.
1) Set property corners and prepare right of way strip parcel map depicting all
parcels proposed for acquisition. Metes and bounds descriptions must indicate
parent tract areas based on the most accurate information available. Strip map
will show entire parent tracts at "not to scale" and for information only. All existing
easements within the parcels to be acquired and those within adjacent parcels
must be shown.
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
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
EXHIBIT "A"
Page 6 of 9
Revised February 11, 2013
K NEngineering DataExchangeVANGIEMISTREET1E12136 COUNTY ROAD 52 EXTENSION CR 69 TO FM 18BEAEXHIBIT A LARGE AE REVISED Feb 11 2013.doc
..
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.
Gas /"_`as fnnilities within the nrajent Immits will be IGGaterl to Q u a l ity L evel G
by the E The City ref GGFpus Ghristi Gas Department will pFeyide Quality
TX Y
Level A The A E Will neGrrtiRate this nativity
b) Inform local franchises whose utilities fall within the footprint of construction - related
excavation of the potential for encountering their utility lines during construction.
9. Review of Design for Section Between CR 69 and Irrigation Canal (Authorized)
1) Verify geometry of constructed roadway (emphasis that the intersection at CR 69 aligns
correctly).
2) Review pavement sections constructed and verify it confirms to the City's target design for
a 30 year pavement section.
10. Stormwater Hydrology /Hydraulic Study — Offsite (Authorized)
The alignment of C.R. 52 is within an area which has historically been prone to localized
flooding. In addition, the Nueces County Drainage Master plan identifies two large swales
which would impact the drainage patterns associated with the new roadway. In 2012 an
existing section of private roadway and drainage swales was constructed by NEC along a
portion of the proposed improvements. It is unclear whether a detailed drainage
assessment was completed for the existing roadway drainage. Furthermore an existing
elevated raw water canal is located in the vicinity of the new roadway. The canal is owned
by the Nueces County Water Control and Improvement District #3. In order to insure that all
drainage concerns are evaluated and addressed, NEI will complete a study to include the
items outlined below.
1) Prepare a Hydrologic /Hydraulic study of the existing basin and drainage system.
The assessment will include drainage which impacts the existing section of Roadway
constructed by NEC.
2) Evaluate the County's Master Plan and verify that all improvements are in
compliance or do not impact the intent of the plan.
3) Evaluate the City's Master plan and verify that all improvements are in compliance or
do not impact the intent of the plan
4) NEI will coordinate the assessment with other agencies impacted including Nueces
County, TxDOT and the Nueces County Water Control and Improvements District
#3.
5) Develop recommendations for drainage improvements. Improvements will include
work within the existing new R.O.W. and potentially off -site drainage improvements.
NEI will prepare and issue a report outlining the findings of the assessment.
EXHIBIT "A"
Page 7 of 9
Revised February 11, 2013
K:1Engineering Da [aExchange\ANGIEMISTREE RE12136 COUNTY ROAD 52 EXTENSION OR 69 TO FM 18891EXHIBIT A LARGE AE REVISED Feb 11 2013.doc
11. Geotechnical Enaineerinu — Pavement Section Analysis (Authorized)
1) Identify service conditions and life -cycle projections for proposed design.
2) Review copy of geotechnical report and supporting data, and identify preliminary
alternative pavement design sections.
3) Prepare conceptual fife -cycle analysis and estimates for each pavement
section.
4) Develop recommended pavement sections.
5) Develop matrix evaluation criteria to include in the bid documents to assist
the City during the Contractor selection process.
12. 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 "A ". Note: The Exhibit "A -1" Task List does not
supersede Exhibit "A ".
II. SCHEDULE
Day
Date
Activit
Tuesday
March 26, 2013
Engineering Contract Executed
Monday
June 3, 2013
Draft Engineering Letter Report 30% Submittal
Monday
June 17, 2013
Meet with City/County City/County Staff to go over Draft ELR
Monday
July 1, 2013
Final Engineering Letter Report 100% Submittal
Friday
July 19, 2013
Present ELR to qty Appointed Committee
Monday
July 22, 2013
Receive Authorization to begin Design
Monday
Januay 27, 2014
60% Interim Plan /Bid Document Submittal
Monday
February 10, 2014
Meet with City /Council Staff to go over 60% Interim
Submittal
Monday
March 3, 2014
100% Final Plan /Bid Document Submittal
Monday
March 17, 2014
Meet with City Staff to go over 100% Final Submittal
Monday
March 31, 2014
Submit Sealed Plan /Bid Documents for Biddin
Sunday
Aril Vh and 13 th , 2014
Advertise for Bids
Tuesday
Aril 22, 2014
Pre -Bid Meetin
Wednesday
Aril 30, 2014
Receive Bids
Tuesday
June 3, 2014
Contract Award
Monday
June 27, 2014
Pre - Construction Meeting and Issue Notice to Proceed
Monday
July 7, 2014
Begin Construction
Friday
December 11, 2015
End Construction
EXHIBIT "A"
Page 8 of 9
Revised February 11, 2013
KAEngineering DataExchangeVANGIEMISTREEnE12136 COUNTY ROAD 52 EXTENSION CR 69 TO FM 18WEXHIBIT A LARGE AE REVISED Feb 11 2013.doc
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 Section I.A.1 -3, the statement 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. For services provided in Section I.A.4, the statement will be based upon the total
of services actually completed at that portion of the construction contract. City will make prompt
monthly payments in response to A/E's monthly statements.
B. Fee for Additional Services. For services authorized by the Director of Engineering Services
under Section I.B. "Additional Services," the City will pay theA/E a not -to- exceed fee as per the table
below:
Summary of Fees
Basic Services Fees
1. Preliminary Phase
$13,205.00
2. Design Phase
$112,837.50
3. Bid Phase
$8
4. Construction Administration Phase
$23,960.00
Subtotal Basic Services Fees
$158,692.50
Additional Services Fees (Allowance)
1. Total Permits
$ 5,295.00
2. ROW Acquisition Survey
$4,000.00
3. Topographic Survey and Parcel Descriptions
$8,000.00
4. Environmental Issues
$2,500.00
5. Public Involvement
$6,280.00
6. Subsurface Utility Investigation
$20,000.00
7. Construction Observation Services
$0.00
8. Start -up Services
$0.00
9. Review of Design for Section between CR
69 and Irrigation Canal
$5,000.00
10. Stormwater Hydrology /Hydraulic Study (off -site)
$25,000.00
11. Geotechnical Pavement Section Analysis
$5,600.00
12. Warranty Phase
$1,325.00
Sub -Total Additional Services
$83,000.00
Total Authorized Fee
$241,692.50
EXHIBIT "A"
Page 9 of 9
Revised February 11, 2013
K%Engineering DataExchangeVANGIEWSTREETVE12138 COUNTY ROAD 52 EXTENSION CR 69 TO FM 18891EXHIBIT A LARGE AE REVISED Feb 11 2013.doc
EXHIBIT A_1
(Provides supplemental description to Exhibit A. Task List does not supersede Exhibit A.)
CITY OF CORPUS CHRISTI
County Road 52 Extension — County Road 69 to FM 1880
(COCC Project No. E12136)
TASK LIST
A. Basic Services
1) Project Limits are from County Road 69 to FM 1889. The following are
guidelines and the direction given for addressing the proposed improvements as they
relate to the new roadway construction and city utilities on this project:
A. STREETS
• Provide services per Exhibit A.
• The roadway will be designed as a rural roadway section, matching the existing
roadway section from County Road 69 to US 77.
• This section consists of a 100 foot right of way, 38 foot paved asphalt section (12
foot lanes with 14 foot continuous left turn lane), and roadside ditches.
• The pavement section from CR 69 to US 77 is typically 4. inches of Type D HMAC,
MC -30 Prime Coat, 8 inches of crushed limestone, geogrid, and 12 inches of
compacted subgrade.
• Connect to existing pavement at the intersections of FM 1889 (east limits of radius
return), existing pavement where NEC access driveway terminates approximately
200 feet east from drainage canal, and CR 69 approximately 100 feet west
intersection (west limits of radius return).
B. STORMWATER
• Provide services per Exhibit A.
• Run drainage models (Storm CAD) to evaluate existing conditions and changes
to accommodate developed flows as per current City Drainage Plan.
• Confirm outfall configurations and capacities of existing drainage system and
verify hydraulic grade lines at 5 and 25 year flood events and C4K 100 year FIGL
for flooding of adjacent structures..
• Current City stormwater standards shall be utilized, defined at the time the
EXHIBIT "A -1"
Page 1 of 7
Engineering Letter Report is submitted and approval issued by City to start
design. If standards change following this milestone, a review of the design
standards will be addressed.
C. WASTEWATER
Provide corridor alignment for utility line.
D. GAS
Provide corridor alignment for utility line.
2) Attend and participate in project meetings as outlined in Exhibit A. Additional
planning meetings with City staff /departments (engineering, streets, &
stormwater) will be needed to discuss planning and conceptual design.
3) Contact Texas One -call system to locate existing utilities in the field and
coordinate with appropriate City operating departments.
4) Perform field investigation (surveys as authorized by Additional Services) as
required to define specific areas of demolition and new work, equipment,
locations, tie -in point, and other applicable parameters required to complete the
letter report, hydrologicthydraulic analysis and construction drawings.
5) Develop preliminary street cross section based on geotechnical findings, and
develop preliminary pavement evaluation and recommendations (one pavement
section will be bid).
6) Once the Engineering Contract has been executed, the consultant would like to
request any record drawings, record information of existing facilities, utilities,
copies of existing studies and plans, traffic counts, and benchmark/coordinates
as available from the City pertaining to the project area.
7) Prepare Engineering Letter Report (ELR) and Submit to City for review and
approval (30% Draft and 100% Final submittal) as detailed in Exhibit A.
Conceptual life -cycle cost estimate with pavement recommendations (Moth for
flexible and rigid sections) will be submitted as part of the Draft ELR (Listed
under Additional Services for Geotechnical Pavement Section Analysis).
Following this review the Final ELR will be completed using one selected
pavement design; and all plans/ bidding documents will reflect this selected
section.
8) Develop construction drawings in English units in ANSI B (11x17) sheets. The
plans shall be submitted to the City for review at the following key milestones:
(The City shall provide current standard specifications, standard detail sheets,
standard and special provisions, and forms for required bid documents as listed
EXHIBIT "A -1"
Page 2 of 7
on Exhibit A). *Note that the 90% review submittal outlined in Exhibit A is
eliminated.
9)
10)
60% Submittal for review
100% Submittal for review
Final Plans issued forbidding (signed and sealed)
Provide scope_ of geotechnical testing requirements including specific tests
needed and data required to the City's Geotechnical Consultant (NEI
recommends using Kleinfelder for the geotechnical explorations).
11) Prepare powerpoint presentation in City format for City- appointed capital project
oversight committee meeting following the 30% Draft ELR submittal. This also
includes preparation of agenda, meeting minutes, and memos.
12) Address comments received from the City for the 60 %, and 100% contract
drawings and bid documents Submittal.
13) Provide Quality Assurance /Quality Control (QA/QC) review and submit one (1)
hard copy and one (1) electronic copy of the 60 %, 100 %, and Final contract
drawings and bid documents to the City.
14) Update the Opinion of Probable Costs at the 60% and 100% submittal, and
provide comparison to City budget. Submit to the City and provide any revisions
EXHIBIT "A -'f"
Page 3 of 7
or modifications to the project scope if needed.
15) Develop a Construction Phasing and Traffic Control Plan for the selected
pavement section to minimize the impact of the construction.
16) Coordinate with electric, communication, private pipeline companies, and other
franchise utilities that may have existing facilities that must be relocated to
accommodate the proposed improvements as outlined in Exhibit A.
B. Additional Services
1. TOTAL PERMIT AUTHORIZED
1) Furnish to the City all engineering data and documentation necessary for the
following governmental permits as needed to complete the project. Construction
Stormwater Permit and Texas Department of Transportation Driveway Permit,
(submit permits to TCEQ and TxDOT; and coordinate work with Nueces Electric
Cooperative, Nueces County Water Control and Improvement District #3, and
other Franchise utilities). No other permitting requirements are anticipated.
2) Prepare and submit the listed permit applications and associated fees to the
appropriate authorities as required to complete the project.
2. RIGHT -OF -WAY ACQUISITION SURVEY (AUTHORIZED)
1) Establish limits of work area and obtain reference drawings.
2) Research City rights -of -way (ROW), easements and property boundaries.
3) Research adjacent properties and obtain preliminary title reports.
4) Prepare working sketch for right -of -way (ROW) acquisition.
5) Locate and tie -in tract boundaries in the field.
6) Calculate boundaries for right -of -way (ROW) acquisition.
7) Perform CAD design /drafting for final survey plats.
8) Provide Quality Assurance /Quality Control (QA/QC) final review for survey plats.
9) Stake boundaries for right -of -way (ROW) to be acquired.
10)This does not include any platting requirements.
EXHIBIT "A -1"
Page 4 of 7
3. TOPOGRAPHIC SURVEY AND PARCEL DESCRIPTIONS (AUTHORIZED)
1) Research horizontal (NAD 83) and vertical (NAVD 88) controls as described in
Exhibit A.
2) Pre -plan control survey.
3) Set control points in the field.. Control points shall be set in well protected
locations which can be easily located by the contractor during construction.
4) Establish vertical control points (bench marks) and perform level loops.
5) Establish horizontal control on control points by GPS.
6) Perform topographic survey within project limits.
7) Locate and tie -in tract boundaries.
8) Locate and tie -in any new R.O.W. boundaries.
9) Write legal descriptions (metes and bounds) for right -of -way (ROW) acquisition,
and Provide ROW exhibit for each parcel.
10) Locate and tie -in known utility infrastructure and other miscellaneous structures
within known R.O.W..
11) Download raw survey field data, copy field notes, reduce data and check results.
12)Set baseline control points for construction.
4. ENVIRONMENTAL ISSUES (AUTHORIZED)
1) Request Regulatory Screening Assessment of project area.
2) Review /evaluate findings and provide recommendations to be used in
Engineering Letter Report.
5. PUBLIC INVOLVEMENT (ALLOWANCE)
1) If requested by City, participate with staff at two (2) public meetings as described
in Exhibit A. City Staff will lead meeting and provide support; and the Consultant
will be required to prepare exhibit boards and handouts to illustrate the scope of
the proposed improvements, attend and participate in discussion, and provide
minutes of the meetings.
EXHIBIT "A -1"
Page 5 of 7
2) Identify and recommend public outreach and community stakeholder
requirements.
6. SUBSURFACE UTILITY EXPLORATION — SUE (AUTHORIZED)
1) Provide exploratory excavation to determine locations of existing utility and
communication lines per Quality Level A as described in Exhibit A.
2) Explorations would be completed using either a water lance probe or by
hydroexcavation.
3) Provide survey to tie excavated utilities vertically and horizontally.
9. REVIEW OF DESIGN FOR SECTION BETWEEN CR 69 AND IRRIGATION
CANAL (AUTHORIZED)
1) Verify geometry of constructed roadway (emphasis that the intersection at CR
69 aligns correctly).
2) Review pavement sections constructed and verify it confirms to the City's target
design for a 30 year pavement section.
10. STORMWATER HYDROLOGY /HYDRAULIC STUDY- OFFSITE (AUTHORIZED)
The alignment of C.R. 52 is within an area which has historically been prone to
localized flooding. In addition, the Nueces County Drainage Mater plan identifies
two large swales which would impact the drainage patterns associated with the new
roadway. In 2012 an existing section of private roadway and drainage swales was
constructed by NEC along a portion of the proposed improvements. It is unclear
whether a detailed drainage assessment was completed for the existing roadway
drainage. Furthermore an existing elevated raw water canal is located in the vicinity
of the new roadway. The canal is owned by the Nueces County Water Control and
Improvement District #3. In order to insure that all drainage concerns are evaluated
and addressed, NEI will complete a study to include the items outlined below.
1) Prepare a Hydrologic /Hydraulic study of the existing basin and drainage system.
The assessment will include drainage which impacts the existing section of
Roadway constructed by NEC.
2) Evaluate the County's Master Plan and verify that all improvements are in
compliance or do not impact the intent of the plan.
3) Evaluate the City's Master plan and verify that all improvements are in
compliance or do not impact the intent of the plan.
EXHIBIT "A -1"
Page 6 of 7
4) NEI will coordinate the assessment with other agencies impacted including
Nueces County, TOOT and the Nueces County Water Control and
Improvements District #3.
5) Develop recommendations for drainage improvements. Improvements will
include work within the existing new R.O.W. and potentially off -site drainage
improvements.
6) NEI will prepare and issue a report outlining the findings of the assessment.
11. GEOTECHNICAL — PAVEMENT SECTION ANALYSIS (AUTHORIZED)
1) Identify service conditions and life -cycle projections for proposed design.
2) Review copy of geotechnical report and supporting data, and identify preliminary
alternative pavement design sections.
3) Prepare conceptual life -cycle analysis and estimates for each pavement section.
4) Develop recommended pavement sections.
5) Develop matrix evaluation criteria to include in the bid documents to assist the
City during the Contractor selection process.
12. WARRANTY PHASE (ALLOWANCE)
1) Upon receiving authorization from the City to proceed, conduct a maintenance
guaranty inspection toward the end of the one -year period after acceptance of
the project. Note defects requiring contractor action to maintain, repair, fix,
restore, patch, correct or replace improvements under the maintenance guaranty
terms of the construction contract. Document the condition and prepare a report
for the City staff of the locations and conditions requiring action.
EXHIBIT "A -1"
Page 7 of 7
EXHIBIT "B"
MANDATORY INSURANCE REQUIREMENTS & INDEMNIFICATION
FOR A/E PROFESSIONAL SERVICES /CONSULTANT SERVICES
(Revised October 2010)
A. Consultant must not commence work under this agreement until all insurance required
herein has been obtained and such insurance has been approved by the City. The
Consultant must not allow any subcontractor to commence work until all similar insurance
required of the subcontractor has been obtained.
B. Consultant must furnish to the City's Risk Manager, two (2) copies of Certificates of
Insurance, showing the following minimum coverages by insurance company(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 Per occurrence - aggregate
on all certificates
COMMERCIAL GENERAL LIABILITY
including:
1. Broad Form
2. Premises - Operations
3. Products/ Completed Operations
4. Contractual Liability
5. Independent Contractors
$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 / $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
KAEngineering DataExchangEAANGIEM ISTREERE12136 COUNTY ROAD 52 EXTENSION CR 69 TO FM 188914 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
MEngineedng OataExchangeMGIEMISTREEllE12136 COUNTY ROAD 52 EXTENSION CR 69 TO FM 186914 EXHIBIT B INDEMNIFICATION -OCT 2010.docx
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.
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 3of3
K1Engineering DataExchange 64NGIEMISTREET1E12136 COUNTY ROAD 52 EXTENSION GR 69 TO FM 188914 EXHIBIT B INDEMNIFICATION - OCT 2010.docc
COMPLETE PROJECT NAME
Project No. Ell 088
Invoice No. 12345
Invoice Date:
vQ
0
6
Basic Services:
Preliminary Phase
Design Phase
Bid Phase
Report Phase
Construction Phase
Subtotal Basic Services
Additional Services:
Permitting
Warranty Phase
Inspection
Platting Survey
Reporting
O & M Manuals
SCADA
Subtotal Additional Services
Summary of Fees
Basic Services Fees
Additional Services Fees
Total of Fees
Total Amount Previous Total Percent
Cnnfrar_f Omd Nn_ 1 omd No. 2 Contract Invoiced Invoice Invoice Complete
$15,117
$0
$0
$15,117
$0
$1,000
$1,000
7%
20,818
0
0
20,818
1,000
500
1,500
7%
0
0
0
0
0
0
0
n/a
14,166
0
0
14,166
0
0
0
n/a
0%
0 0 0 0 0 0 0
$50,101
$0
$0
$50,101
$750
$1,500
$2,500
5%
$0
$0
$0
$0
$0
$0
$0
n/a
0
0
0
0
0
0
0
n/a
9,011
0
0
9,011
0
0
0
0%
29,090
0
0
29,090
0
0
0
0%
1,294
0
0
1,294
0
0
0
0%
TBD
TBD
TBD
TBD
TBD
TBD
0
0%
TBD
TBD
TBD
TBD
TBD
TBD
TBD
0%
$39,395
$0
$0
$39,395
$0
$0
$0
0%
$50,101
$0
$0
$50,101
$750
$1,500
$2,500
5%
39,395
0
0
39,395
0
0
0
0%
$89,496
$0
$0
$89,496
$750
$1,500
$2,500
3%
SUPPLIER NUMBER
M BE ASSIGNED BY n —
PURCHASING DIVISION
` CITY OF CORPUS CHRISTI
Cary of
Carpus DISCLOSURE OF INTEREST
Christi
City of Carpus Christi Ordinance 1 7112, as amended, requires all persons or firms seeking to do
business with the City to.pprovide. the .following information. Every question must be answered.
If tho grtes - on is not applicable, answer with " ILIA'. See reverse side for Filing Requirements.
Certifications and definitions.
COMPANY NAME: Naismith Engineering, t*. Tli e�.
P. O. BOX:
STREET ADDRESS: 4501 Gollihar Road
FIRM IS: 1. Corporation
4. Association LE
CITY: Corpus Christi 2 #P: 784
2 Partnership 3. Sole Owner []
5. Other
DISCLOSURE QUESTIONS
If additional space is necessary, please use the reverse side of this page or attach separate sheet.
1. State the names of each '`employee" of the City of Corpus Christi havin; an "ownership
interest'° constituting 3% or more of the ownership In the above named "firm. -
Name Job Title and City
r 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
MIA ---
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 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."
Nl�.tf ame, 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 trade 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: 6044P �: - �f��'1 Title: Vt L �l` -qd 2
(Type or Print)
Signature of Certifying ' '?%�� Date: /vz�zo��
Person: 6 1
t
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.
"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.