Loading...
HomeMy WebLinkAboutC2016-005 - 1/12/2016 - Approved i • fi r a // n C,AMENDMENT NO. 1 CITY 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 LJA Engineering, Inc., a Texas corporation, 820 Buffalo Street, Corpus Christi, Nueces County, Texas 78401, (Architect/Engineer—NE), hereby agree as follows: 1. SCOPE OF PROJECT Rodd Field Road Expansion (Project No. E15112)—Project includes Preliminary, Design and Bid Phase services and associated Additional Services, as described herein, for the reconstruction and expansion of Rodd Field Road from Saratoga Boulevard to Yorktown Boulevard and of Yorktown Boulevard from Road A (Bay Drive) to Geiger Drive, including associated utility improvements. 2. SCOPE OF SERVICES The NE hereby agrees to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition,NE 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", to complete the Project. Work will not begin on Additional Services until requested by the NE (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. NE 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 NE 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 NE 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 NE to undertake additional services or tasks nrnvicieri that nn increase in fee is required. Services or tasks requiring an increase 2016-005 reed and evidenced in writing as an amendment to this contract. 1/12/16 M2016-003 Contract for Professional Services Page 1 of 7 LJA Engineering Inc. TREET\E15112 RODD FIELD ROAD EXPANSION\AMD 1 LJA\2015-1020 OLD CONTRACT PROFESSIONAL SERVICES INDEXED X ' • • NE shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. FEE The City will pay the NE a fee as described in Exhibit "A" for providing services authorized, a total fee not to exceed $1,128,307.78, for a restated fee not to exceed $1,178,207.78. Monthly invoices will be submitted in accordance with Exhibit "B". 5. INDEMNITY NE shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, agents, employees, volunteers, directors and representatives ("Indemnitee") from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and defense costs, to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by NE or its agent, NE under contract or another entity over which NE exercises control while in the exercise of rights or performance of the duties under this agreement. This indemnification does not apply to any liability resulting from the negligent acts or omissions of the City or its employees, to the extent of such negligence. If the liability results solely from the negligent acts or omissions of the NE, the NE shall also defend the Indemnitee with counsel satisfactory to the City Attorney. If a claim is based wholly or partly on the negligence of,fault of or breach of contract by the City, the NE shall reimburse the City's reasonable attorney's fees in proportion to the NE's liability. A/E must advise City in writing within 24 hours of any claim or demand against City or NE known to NE related to or arising out of NE's activities under this Agreement. 6. INSURANCE 6.1 NE must not commence work under this agreement until all required insurance has been obtained and such insurance has been approved by the City. NE must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 6.2 NE must furnish to the Director of Engineering Services with the signed agreement 2 copies of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. Contract for Professional Services Page 2 of 7 K:\ENGINEERING DATAEXCHANGEANGIEM\STREET\E15112 RODD FIELD ROAD EXPANSION\AMD 1 LJA\2015-1020 OLD CONTRACT PROFESSIONAL SERVICES- MODIFIED.DOC 1 •• ■ TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, Bodily Injury and Property Damage required on all certificates or by Per occurrence - aggregate applicable policy endorsements Commercial General Liability including: $1,000,000 Per Occurrence 1. Commercial Broad Form $2,000,000 Aggregate 2. Premises — Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury AUTO LIABILITY (including) $1,000,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased PROFESSIONAL LIABILITY $1,000,000 Per Claim (Errors and Omissions) $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 insured. WORKERS' COMPENSATION Statutory (All States Endorsement if Company is not domiciled in Texas) Employer's Liability $500,000 /$500,000 /$500,000 6.3 In the event of accidents of any kind related to this agreement, NE must furnish the City with copies of all reports of any accidents within 10 days of the accident. 6.4 Applicable for paid employees, NE must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the NE will be promptly met. An All States Endorsement shall be required if NE is not domiciled in the State of Texas. Contract for Professional Services Page 3 of 7 K:\ENGINEERING DATAEXCHANGE\ANGIEM\STREET\E15112 RODD FIELD ROAD EXPANSION\AMD 1 LJA\2015-1020 OLD CONTRACT PROFESSIONAL SERVICES- MODIFIED DCC . 6.5 NE shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at A/E'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. A/E is required to provide City with renewal Certificates. 6.6 NE shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. NE 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: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 6.7 NE agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: 6.7.1 List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers'compensation policy; 6.7.2 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; 6.7.3 Workers'compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and 6.7.4 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. 6.8 Within five (5) calendar days of a suspension, cancellation or non-renewal of coverage, NE shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend NE'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. 6.9 In addition to any other remedies the City may have upon NE'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 NE to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to NE hereunder until NE demonstrates compliance with the requirements hereof. 6.10 Nothing herein contained shall be construed as limiting in any way the extent to Contract for Professional Services Page 4 of 7 K:\ENGINEERING DATAEXCHANGEWNGIEM\STREET\E15112 RODD FIELD ROAD EXPANSION\AMD 1 LJA\2015-1020 OLD CONTRACT PROFESSIONAL SERVICES- MODIFIED.DOC • • which NE may be held responsible for payments of damages to persons or property resulting from NE's or its subcontractor's performance of the work covered under this agreement. 6.11 It is agreed that A/E'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 agreement. 6.12 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 6.13 Contracts Less than $50,000 - Insurance not required; however, if contract is amended to exceed $50,000, the above insurance requirements must be met. 7. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the NE at the address of record. In this event, the NE will be compensated for its services on all stages authorized based upon NE and City's estimate of the proportion of the total services actually completed at the time of termination. 8. 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. 9. ASSIGNABILITY The NE 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 NE staff. If the NE 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 NE fee may be assigned in advance of receipt by the NE 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. 10.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 NE without the express written consent of the Director of Engineering Services. However, the NE may use standard details that are not specific to this project. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re-use of modified plans. Contract for Professional Services Page 5 of 7 K:\ENGINEERING DATAEXCHANGE\ANGIEM\STREET\E15112 RODD FIELD ROAD EXPANSION\AMD 1 LJA\2015-1020 OLD CONTRACT PROFESSIONAL SERVICES- MODIFIED.DOC 11. DISCLOSURE OF INTEREST NE further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form. 12.STANDARD OF CARE Services provided by A/E under this Agreement shall be performed with the professional skill and care ordinarily provided by competent engineers or architects practicing in the same or similar locality and under the same or similar circumstances and professional license; and performed as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer or architect. 13.CONFLICT OF INTEREST NE agrees, in compliance with Chapter 176 of the Texas Local Government Code, to complete and file Form CIQ with the City Secretary's Office. For more information and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. 14.ENTIRE AGREEMENT AND CONTROLLING LAW This Agreement represents the entire and integrated Agreement between City and NE and supersedes all prior negotiations, representations or agreements, either oral or written. This Agreement may be amended only by written instrument signed by both the City and NE. This Agreement is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 15. CONFLICT RESOLUTION BETWEEN DOCUMENTS NE hereby agrees and acknowledges if anything contained in the NE-prepared Exhibit A, NE's Scope of Services, or contained in any other document prepared by NE and included herein, is in conflict with this Agreement, this Agreement shall take precedence and control to resolve said conflict. CITY OF CO S H'lip LJA E G RIi r ' , INC. - /774, ,iJ9JW � onds, P.E. Patrick a. ete o, P.E. Date Director of Engineering Services Vice President 820 Buffalo Street Corpus Christi, TX 78401 RECOMMENDED (361) 887-8851 ZV/ ' 142—C I tir— Qu i P3 perating DepartureD to ifyi !Y COUNCIL....L 1 Z atO Contract for Prof sional Servi e• Page 6 of ' e, K\ENGINEERING DATAEXCHANGE\ANGIEM\STREET\E15112 RODD FIELD ROAD EXPANSION\AMD 1 LJA\2015-1020 OLD CONTRACTrgrrrtTrTetTeff0106Firrimin. , MODIFIED.DOC S`PAI2v • • • A aVED AS TO LEGAL F RM 2.-• flie lz-1-1s gal Department APP OVED 4 , 0-7-7(,c Office of Management D73? and Budget ATTEST r2V--- e,-.214.--4.47--. Rebecca Huerta Date City Secretary J j a-c-/( C Fund Name Accounting Unit Account No. Activity No. Account Category Amount Street CIP 3551-051 550950 E15112013551EXP 50950 $801,098.55 Storm Water .1579 . -043 550950 E1511201.y0{EXP 50950 $225,661.57 Water 401g 4899-041 550950 E1511201.9Qc EXP 50950 $56,415.36 Wastewater 4750 42F4-042 550950 E1511201,1050 EXP 50950 $22,566.15 Gas 4558 a ...022 550950 E1511201 Lj EXP 50950 $22,566.15 Total $1,128,307.78 GeK /c2'3/5 Contract for Professional Services Page 7 of 7 K:\ENGINEERING DATAEXCHANGE\ANGIEM\STREET\E15112 RODD FIELD ROAD EXPANSION\AMD 1 LJA\2015-1020 OLD CONTRACT PROFESSIONAL SERVICES- MODIFIED.DOC • EXHIBIT "A" AMENDMENT NO. 1 CITY OF CORPUS CHRISTI, TEXAS Rodd Field Road Expansion (Bond 2014) Saratoga Boulevard to Yorktown Boulevard Project No. E15112 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-NE (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) Request and 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 recommendations. Prepare conceptual life- cycle cost estimate with recommended pavement sections using Federal Highway Administration (FHWA) "Real Cost" Program. 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. I) 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) INCLUDED IN THIS CONTRACT) p) Prepare an Engineering Letter Report(20—25 page main-body text document with supporting appendices) that documents the analyses, approach, opinions of Amd. No. 1 EXHIBIT"A" Page 1 of 12 Revised November 26,2013 • 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- 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 summary output tables from Hydraulic and Hydrologic analyses. 3. Include existing site photos. 4. Provide opinion of probable construction costs. 5. Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project including permitting, environmental, historical,construction, and geotechnical issues; meet as City agent or with City participation and coordinate with agencies such as RTA, CDBG, USPS, CCISD, community groups, TDLR, etc. 7. Provide anticipated index of drawings and specifications. 8. Provide a summary table&required ROW parcels. (If AUTHORIZED as an Additional Service.) q) Submit one(1)copy in an approved electronic format, and one(1) paper copy of the Draft Engineering Letter Report. r) Submit computer model file, results and calculations used to analyze drainage. s) Conduct Project review meeting with City staff to review and receive City comments on the Draft Engineering Letter Report as scheduled by City Project Manager. (INCLUDED IN ADDITIONAL SERVICES—DESIGN MEETINGS AND PROJECT COORDINATION t) Assimilate all City 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. u) Assist City in presenting summary of ELR findings to the Bicycle and Pedestrian (NOT INCLUDED IN THIS CONTRACT) City staff will provide one set only of the following information (as applicable): a) Electronic index and database of City's record drawing and record information. b) Requested record drawings and record information in electronic format as available from City Engineering files. c) Provide the budget for the Project specifying the funds available for the construction contract. d) A copy of existing studies and plans. (as available from City Engineering files). e) Field location of existing city utilities. (NE to coordinate with City Operating Departments.) f) Applicable Master Plans and GIS mapping are available on the City's website. Amd. No. 1 EXHIBIT"A" Page 2 of 12 Revised November 26,2013 • g) City Control survey Bench marks and coordinates. Any information marked proprietary,or copyrighted, provided by the City is authorized for use only by A/E, 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. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the NE 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) - - • - • - -_ - - - - - - - - - - - - (MOVED TO 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 11"x 17". i) 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. Preparation of specific traffic control plans is not included in the scope of this contract. The Contractor shall be responsible for preparation and approval of specific Traffic Control plans appropriate to the Contractor's means and methods. ii) - - •- _ - - -- ' - - - - •- - - - _ - -e•-e -- - - •- dFaviings 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 NE. • 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. i) Required with the interim plans is a "Plan Executive Summary", project checklist & drawing checklist, which will identify and summarize the project by distinguishing key elements and opinion of probable project costs. ii) Attend 60%submittal meeting with City Staff to assist staff in review of 60% submittal. (INCLUDED IN ADDITIONAL SERVICES—DESIGN MEETINGS AND PROJECT COORDINATION) f) Hold Project 60% review meeting. Prepare meeting agenda and distribute meeting minutes to attendees within five working days of the meeting. Assimilate all review Amd. No. 1 EXHIBIT"A" Page 3 of 12 Revised November 26,2013 • comments, as appropriate and, upon Notice to Proceed. (INCLUDED IN ADDITIONAL SERVICES—DESIGN MEETINGS AND PROJECT COORDINATION) i) Provide one (1) set of the final (100%) plans (unsealed and unstamped -electronic and hard copy 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 hard copy using City Standards as applicable) suitable for reproduction. Said bid documents henceforth become the shared intellectual property of the City of Corpus Christi and the Consultant. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. k) Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that all submittals 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.. - - -•-- _ . --- _ • _ _ ••-- _ -_ -. -: _ • . (NOT INCLUDED IN THIS CONTRACT) 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. (If AUTHORIZED as an Additional Service.) 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 for the Project specifying the funds available for the construction contract. c) Provide electronic copy of the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. 3. Bid Phase. The NE will: a) Prepare draft Authorization to Advertise (ATA) from City-provided example. b) Participate in the pre-bid conference and provide a meeting agenda for critical construction activities and elements impacted the project. c) Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. Amd. No. 1 EXHIBIT"A" Page 4 of 12 Revised November 26,2013 •• • d) 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. e) Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. f) 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. g) Prepare Agenda Memoranda and 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 NE) 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. e) Provide draft document format for the Authorization to Advertise and for the Agenda Memoranda. 4. Construction Administration Phase. -- . e-" : •• -- - - - - - - - - c) Review and interpret field and laboratory tests. -- -- - - -- - - -- -- - - - - ' - -- - • = - - - = - - - - - - - . -. . -- g) Review, evaluate and recommend for City consideration Contractor Value I ) Attend final inspection with City staff, provide punch list items for Contractor 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 Amd. No. 1 EXHIBIT"A" Page 5 of 12 Revised November 26,2013 4 1� , 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. (MOVED TO ADDITIONAL SERVICES) The City staff will: a) Provide all Construction Administration and Construction Observation Services. b) Designate an individual to have responsibility, authority, and control for coordinating activities for the City during the Construction Phase. 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. NE 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 NE shall, with written authorization by the Director of Engineering Services, perform the following: 1. Permit Preparation. Furnish the City all engineering data and documentation necessary for all required permits. The A/E will prepare this documentation for all required signatures. The NE will prepare and submit identified permits as applicable to the appropriate local, state, and federal authorities, including: a) - - ---, ' - - '- --=, - - - --- - the area b) TxDOT utility permit(s) c) Wetlands Delineation and Permit d) Temporary Discharge Permit c) NPDES Pcrmit/Amendmonts (including SSC, NOI NOT) g) Nueces County h) Texas Historical Commission (THC) i) U.S. Fish and Wildlife Service(USFWS) j) U.S. Army Corps of Engineers (USACE) k) United States Environmental Protection Agency (USEPA) I) Texas Department of Licensing and Regulation (TDLR) m) Texas Ceneral Land Office (TGLO) n) Other agency project specific permits 2. Right-of-Way(ROW)Acquisition Survey and Parcel Descriptions. 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. •. • - - - -•- • - - - • -•• ..-- _ - _ e__ ' - -- -- - - Amd. No. 1 EXHIBIT"A" Page 6 of 12 Revised November 26,2013 �. • . c) Provide a preliminary base map containing apparent ROW,which will be used by the NE 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) Prepare Metes and Bounds Instruments with supporting exhibits as required and agreed upon, subsequent to the ELR acceptance, for ROW parcels, utility easements and temporary construction easements. e) 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. f) 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. NE shall submit parcel maps and legal descriptions prior to the 60% submittal. g) The City will provide Title documentation (i.e. Title Commitments, Title Policies, etc.)for all parcels needed for acquisition or easement. 3. Topographic Survey. 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. 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. (Fee To Be Determined if required.) 5. Subsurface Utility investigation Engineering Amd. No. 1 EXHIBIT"A" Page 7 of 12 Revised November 26,2013 . 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 water facilities 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 NE. The City of Corpus Christi Gas Department will provide Quality Level C. The NE will coordinate this activity. vii) Add SUE findings to topographic survey. 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. 6. Public Meetings (Maximum of 2 Meetings). 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 exhibits for meetings. Provide follow-up and response to citizen comments as requested. Revise contract drawings to address citizen comments,as directed by the City. 7. Construction Phase Assistance (Time and Materials upon Request). NE will provide the City with assistance, as requested, during the construction phase of the Project on a Time and Materials basis. Requests for services from the NE shall be submitted to the NE via email from City staff (Construction Inspection or Engineering Services)and shall include Calendar Meeting Requests. Verbal requests for services must be followed by an email to the NE prior to action being taken by the NE. Receipt of email Amd. No. 1 EXHIBIT"A" Page 8 of 12 Revised November 26,2013 • requests, including Meeting Requests, from City Staff shall be considered by the NE as Authorization to Proceed on the requested services. Services provided under this line item shall be invoiced to the City monthly based upon the attached Table 1—Rate Schedule and shall include time spent during the invoicing period. If it is apparent that additional efforts will be required beyond the estimated Contract budget after 75%of the estimated budget for this Line Item has been spent, the NE will prepare a Contract Amendment for additional fees based upon an estimate of the amount of effort remaining to complete the Project. Work will not proceed beyond the approved budget. The following services are excluded from this Contract: a) Preparation of change orders; b) Review of shop drawings. (This does not exclude review of material submittals, if requested.); c) Review/approval of Contractor pay requests; and d) Preparation of a Certificate of Completion at the end of the Project. (NOT APPLICABLE) - -- -- --- -- - -- - -- -- -- - --- - period. 8. Preparation of Record Drawings. 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 dxfformat 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. 9. Signal Design Modifications at Airline Road. Conduct field review of the intersection to note and verify existing traffic signal equipment, intersection geometrics, physical constraints, power connection, utility placement and other details necessary for signal plan preparation. Coordinate with City to obtain signal improvement requirements. Prepare signal plans and specifications for signal modifications. Provide Bid Phase services related to signal improvements as described above in Basic Services Item 3. Per City Staff directives, traffic and signal analyses are excluded from this Contract. 10. New Signal Design at Yorktown Boulevard. Conduct field review of the intersection to note and verify existing traffic signal equipment, intersection geometrics, physical constraints, power connection, utility placement and other details necessary for signal plan preparation. Coordinate with City to obtain new signal improvement requirements. Prepare signal plans and specifications for new signal improvements. Provide Bid Phase services related to signal improvements as described above in Basic Services Item 3. Per City Staff directives, traffic and signal analyses, including a signal warrant study, are excluded from this Contract. Amd. No. 1 EXHIBIT"A" Page 9 of 12 Revised November 26,2013 • 11. Design Meetings and Project Coordination (Time and Materials upon Request). NE will attend meetings and coordinate with the City, as requested, throughout the duration of the Preliminary and Design Phases of the Project. Services provided under this Line Item shall include preparation for meetings, attendance of meetings, preparation and distribution of minutes following meetings, and efforts spent on processing action items resulting from the meetings. Requests for services from the NE shall be submitted to the NE via email from City staff(Construction Inspection or Engineering Services)and shall include Calendar Meeting Requests. Verbal requests for services must be followed by an email to the NE prior to action being taken by the A/E. Receipt of email requests, including Meeting Requests,from City Staff shall be considered by the NE as Authorization to Proceed on the requested services. Services provided under this line item shall be invoiced to the City monthly based upon the attached Table 1 — Rate Schedule and shall include time spent during the invoicing period. If it is apparent that additional efforts will be required beyond the estimated Contract budget after 75% of the estimated budget for this Line Item has been spent, the NE will prepare a Contract Amendment for additional fees based upon an estimate of the amount of effort remaining to complete the Project. Work will not proceed beyond the approved budget. 12. Value Engineering Proposal Review(Time and Materials upon Request). Upon request from the City, NE will review, evaluate and recommend for City consideration Value Engineering Proposals submitted by the Contractor. Value Engineering Proposals must be complete, containing all required information necessary for a comprehensive review, and must be signed and sealed by a Licensed Professional Engineer in the State of Texas in order to be accepted for review. Requests for services from the NE under this Line Item shall be submitted to the NE via email from City staff (Construction Inspection or Engineering Services) and shall include Calendar Meeting Requests. Verbal requests for services must be followed by an email to the NE prior to action being taken by the NE. Receipt of email requests, including Meeting Requests, from City Staff shall be considered by the NE as Authorization to Proceed on the requested services. Services provided under this line item shall be invoiced to the City monthly based upon the attached Table 1—Rate Schedule and shall include time spent during the invoicing period. If it is apparent that additional efforts will be required beyond the estimated Contract budget after 75% of the estimated budget for this Line Item has been spent, the NE will prepare a Contract Amendment for additional fees based upon an estimate of the amount of effort remaining to complete the Project. Work will not proceed beyond the approved budget. (Fee To Be Determined if required.) 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-net cu^�ede-supplements Exhibit"A". Amd. No. 1 EXHIBIT"A" Page 10 of 12 Revised November 26,2013 II. SCHEDULE Date Activity Upon receipt of NTP and City-Provided Traffic Begin Preliminary Phase Information Submit Draft ELR 4 Months after receipt of NTP City Review 1 Month Submit Final ELR 1 Month after receipt of Draft ELR comments from City Submit 60% Design 7 Months after receipt of NTP from City City Review 6 Weeks Submit 100% Design 2 Months after receipt of 60% comments from City City Review 1 Month Submit Sealed Plans & Docs 3 Weeks after receipt of comments from City 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 28 Months after Begin Construction III. FEES A. Fee for Basic Services. The City will pay the NE 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.1-3 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.1-3, A/E will submit monthly statements for basic services rendered. The statements will be based upon NE's estimate (and with City's concurrence) of the proportion of the total services actually completed at the time of billing. City will make prompt monthly payments in response to NE's monthly statements. B. Fee for Additional Services. For authorized Additional Services, the NE will submit monthly statements for services rendered. For Fixed Fee Additional Services Line Items,the statements will be based upon NE's estimate (and with City's concurrence) of the proportion of the total services actually completed at the time of billing. For Time and Materials Additional Services,the statements will be based upon NE's time spent during the period of time covered by the invoice and based upon the attached Table 1 — Rate Schedule. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services," the City will pay the NE a not-to- exceed fee as per the table below: Amd. No. 1 EXHIBIT"A" Page 11 of 12 Revised November 26,2013 • , • Summary of Fees Amendment No. 1 Original Total Contract Storm- Water Water Water Water Gas Basic Services Fees 1.Preliminary Phase(FF) $49,900.00 $ 117,742.58 $ 33,166.92 $ 8,291.74 $ 3,316.69 $ 3,316.69 $ 215,734.62 2.Design Phase(FF) $ 0.00 $ 409,955.09 $115,480.32 $ 28,870.00 $ 11,548.05 $ 11,548.05 $ 577,401.51 3.Bid Phase(FF) $ 0.00 $ 14,912.56 $ 4,200.72 $ 1,050.19 $ 420.07 $ 420.07 $ 21,003.61 Subtotal Basic Services Fees $49,900.00 $ 542,610.23 $152,847.96 $ 38,211.93 $ 15,284.81 $ 15,284.81 $ 814,139.74 Additional Services Fees (Allowance) 1. Permitting: TDLR(FF) $ 0.00 $ 2,340.23 $ 659.22 $ 164.81 $ 65.92 $ 65.92 $ 3,296.10 (Authorized) 2. Right-of-Way(ROW) Acquisition Survey& $ 0.00 $ 22,826.50 $ 6,430.00 $ 1,607.50 $ 643.00 $ 643.00 $ 32,150.00 Parcel Descriptions (FF)(Authorized) 3. Topographic Survey (FF) $ 0.00 $ 71,000.00 $ 20,000.00 $ 5,000.00 $ 2,000.00 $ 2,000.00 $ 100,000.00 (Authorized) 4. Environmental Issues (Hazardous Materials $ 0.00 TBD TBD TBD TBD TBD TBD Encountered During Construction)(FF) 5. Subsurface Utility Engineering(SUE) $ 0.00 $ 53,054.75 $ 14,945.00 $ 3,736.25 $ 1,494.50 $ 1,494.50 $ 74,725.00 (FF)(Authorized) 6. Public Meetings(2 Meetings Total)(FF) $ 0.00 $ 7,333.84 $ 2,065.87 $ 516.47 $ 206.58 $ 206.58 $ 10,329.34 (Authorized) 7. Construction Phase Assistance(T&M) $ 0.00 $ 49,700.00 $ 14,000.00 $ 3,500.00 $ 1,400.00 $ 1,400.00 $ 70,000.00 (Authorized) 8. Preparation of Record Drawings(FF) $ 0.00 $ 7,810.00 $ 2,200.00 $ 550.00 $ 220.00 $ 220.00 $ 11,000.00 (Authorized) 9. Signal Design Modifications at Airline $ 0.00 $ 18,661.50 $5,256.76 $ 1,314.20 $ 525.67 $ 525.67 $ 26,283.80 Road(FF) (Authorized) 10. New Signal Design at Yorktown Boulevard $ 0.00 $ 18,661.50 $5,256.76 $ 1,314.20 $ 525.67 $ 525.67 $ 26,283.80 (FF)(Authorized) 11. Design Meetings& Project Coordination $ 0.00 $ 7,100.00 $ 2,000.00 $ 500.00 $ 200.00 $ 200.00 $ 10,000.00 (T&M)(Authorized) 12. Value Engineering Proposal Review $ 0.00 TBD TBD TBD TBD TBD TBD (T&M) Sub-Total Additional $0.00 $ 258,488.32 $72,813.61 $ 18,203.43 $ 7,281.34 $ 7,281.34 $ 364,068.04 Services Fees Total Authorized Fee $49,900.00 $801,098.55 $225,661.57 $ 56,415.36 $ 22,566.15 $ 22,566.15 $1,178,207.78 (Notes: 'FF"designates Line Items to be invoiced on a Fixed Fee basis,and'T&M'designates Line Items to be invoiced on a Time& Materials basis. 'AUTHORIZED' constitutes"written authorization to proceed"on an Additional Services Line Item.) Amd. No. 1 EXHIBIT"A" Page 12 of 12 Revised November 26,2013 . EXHIBIT A-1 AMENDMENT NO. 1 CITY OF CORPUS CHRISTI, TEXAS Rodd Field Road Expansion (Bond 2014) Saratoga Boulevard to Yorktown Boulevard Project No. E15112 TASK LIST GENERAL Contract Amendment No. 1 to the Rodd Field Road Expansion — Saratoga Boulevard to Yorktown Boulevard (Bond 2014) Project includes Preliminary, Design and Bid Phase services and associated Additional Services, as described herein, for the reconstruction and expansion of Rodd Field Road from Saratoga Boulevard to Yorktown Boulevard and of Yorktown Boulevard from Road A (Bay Drive) to Geiger Drive, including associated utility improvements. The Construction Budget for the Project is $13.5 million. Exhibit "A", I. A. - BASIC SERVICES Preliminary Phase (Fixed Fee) Provide Preliminary Phase Services in accordance with Exhibit 'A' of the Contract for Professional Services with the following condition: Exhibit "A", I. A. 1 - Clarifications 1. NE will submit all Contract deliverables to the City, only, in accordance with the Contract requirements. The City will distribute deliverables to Third-Party Reviewers at its discretion and coordinate with Third-Party Reviewers to receive comments. The City will incorporate any comments received from Third-Party Reviewers deemed appropriate into the City's comments for discussion at the appropriate meeting. To prevent miscommunications during the Preliminary Phase, A/E's point of contact for Project decisions will be the City's Project Manager. 2. Engineering services related to drainage analysis and design are limited only to the proposed underground storm sewer collection system to be constructed with this Project. Per City staff directives, drainage analysis of the existing culverts crossing beneath Rodd Field Road and of existing local area drainage conditions are excluded from this Contract. Amd. No. 1 EXHIBIT"A-1" Page 1 of 4 Design Phase (Fixed Fee) Provide Design Phase Services in accordance with Exhibit 'A' of the Contract for Professional Services with the following conditions: Exhibit "A", I. A. 2 - Clarification 1. NE will submit all Contract deliverables to the City, only, in accordance with the Contract requirements. The City will distribute deliverables to Third-Party Reviewers at its discretion and coordinate with Third-Party Reviewers to receive comments. The City will incorporate any comments received from Third-Party Reviewers deemed appropriate into the City's comments for discussion at the appropriate meeting. To prevent miscommunications during the Design Phase, NE's point of contact for Project decisions will be the City's Project Manager. 2. Engineering services related to drainage analysis and design are limited only to the proposed underground storm sewer collection system to be constructed with this Project. Per City staff directives, drainage analysis of the existing culverts crossing beneath Rodd Field Road and of existing local area drainage conditions are excluded from this Contract. Exhibit "A", I. A. 2. d) - Clarification 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 for 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 is responsible for the preparation and approval of specific traffic control plan(s) that coincide with his approach to constructing the project—subject to the Project phasing stipulated in the construction documents - and may incorporate the typical examples provided in the construction plans. Bid Phase (Fixed Fee) Provide Bid Phase Services in accordance with Exhibit 'A' of the Contract for Professional Services. Construction Phase Construction Phase Services as described in Exhibit "A", I. A. 4. are excluded from this Contract. Construction Phase Assistance will be provided by the NE as a Time & Materials Additional Service upon request as described in Exhibit 'A'. Amd. No. 1 EXHIBIT"A-1" Page 2 of 4 . • Exhibit "A", I. B. - ADDITIONAL SERVICES (Subject to Authorization) 1. Permitting (Fixed Fee) • 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 & Parcel Descriptions (Fixed Fee) Services will be provided in accordance with Exhibit 'A' of the Contract for Professional Services. The City will provide Title documentation (i.e. Title Commitments, Title Policies, etc.) for all parcels needed for acquisition or easement. 3. Topographic Survey (Fixed Fee) Services will be provided in accordance with Exhibit 'A' of the Contract for Professional Services. 4. Environmental Issues (Hazardous Materials Encountered During Construction (Fixed Fee) Services will be provided in accordance with Exhibit `A' of the Contract for Professional Services. 5. Subsurface Utility Engineering (S.U.E.) (Fixed Fee) Services will be provided in accordance with Exhibit 'A' of the Contract for Professional Services. The City will provide NE with an approved site for the disposal of the S.U.E. waste material. 6. Public Meetings (Maximum of 2 Meetings) (Fixed Fee) Services will be provided in accordance with Exhibit 'A' of the Contract for Professional Services. 7. Construction Phase Assistance (Time and Materials) Services will be provided in accordance with Exhibit 'A' of the Contract for Professional Services. Amd. No. 1 EXHIBIT"A-1" Page 3 of 4 • 8. Preparation of Record Drawings (Fixed Fee) Services will be provided in accordance with Exhibit 'A' of the Contract for Professional Services. 9. Signal Design Modifications at Airline Road (Fixed Fee) Services will be provided in accordance with Exhibit 'A' of the Contract for Professional Services. Per City Staff directives, traffic and signal analyses are excluded from this Contract. 10. New Signal Design at Yorktown Boulevard (Fixed Fee) Services will be provided in accordance with Exhibit `A' of the Contract for Professional Services. Per City Staff directives, traffic and signal analyses, including a signal warrant study, are excluded from this Contract. 11. Design Meetings and Project Coordination (Time and Materials) Engineering efforts covered by this line item will be provided as described in Exhibit 'A' of the Contract for Professional Services. 12. Value Engineering Proposal Review (Time and Materials) Services will be provided in accordance with Exhibit 'A' of the Contract for Professional Services. Amd. No. 1 EXHIBIT"A-1" Page 4 of 4 COMPLETE PROJECT NAME Project No. xxxxxx Invoice No. 12345 Invoice Date: Total Amount Previous Total Percent Basic Services: Contract Amd No. 1 Amd No. 2 Contract Invoiced Invoice Invoice Complete . a Preliminary Phase $15,117 $0 $0 $15,117 $0 $1,000 $1,000 7% Design Phase 20,818 0 0 20,818 1,000 500 1,500 7% • Bid Phase 0 0 0 0 0 0 0 n/a Report Phase 14,166 0 0 14,166 0 0 0 0% Construction Phase 0 0 0 0 0 0 0 n/a Subtotal Basic Services $50,101 $0 $0 $50,101 $750 $1,500 $2,500 5% Additional Services: Permitting $0 $0 $0 $0 $0 $0 $0 n/a Warranty Phase 0 0 0 0 0 0 0 n/a Inspection 9,011 0 0 9,011 0 0 0 0% Platting Survey 29,090 0 0 29,090 0 0 0 0% Reporting 1,294 0 0 1,294 0 0 0 0% O & M Manuals TBD TBD TBD TBD TBD TBD 0 0% SCADA TBD TBD TBD TBD TBD TBD TBD 0% Subtotal Additional Services $39,395 $0 $0 $39,395 $0 $0 $0 0% Summary of Fees Basic Services Fees $50,101 $0 $0 $50,101 $750 $1,500 $2,500 5% Additional Services Fees 39,395 0 0 39,395 0 0 0 0% Total of Fees $89,496 $0 $0 $89,496 $750 $1,500 $2,500 3% . xn co▪ = 3 CD ti i • W • • 4,•. ;Z. ilmna• MOM `"'o• CITY OF CORPUS CHRISTI City of corpus DISCLOSURE OF INTEREST Christi City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: LJA Engineering,Inc. P.O.BOX: STREET ADDRESS: 820 Buffalo Street CITY: Corpus Christi ZIP: 78401 FIRM IS: I. Corporation ® 2. Partnership 3. Sole Owner El4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Chnsti having an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name Job Title and City Department(if known) N/A 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 N/A 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 N/A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name Consultant N/A I. `,• i.. 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 in • mation requested; and that supplemental statements will be promptly submitted to the City of Corpgi risti,Texas as anges occur. Certifying Person: Patrick D.Vet .E. , j Title: Vice President (Type or Print) il, Signature of Certifying Date: `�-Z7s• i$ Person: ',IV 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. • • CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 OFFICE USE ONLY Complete Nos.1-4 and 6 if there are interested parties. Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-1014 LJA Engineering, Inc. Corpus Christi,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/04/2016 being filed. City of Corpus Christi Date Ack owledged: 1j2tcj'2oI(ply.S- 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the goods or services to be provided under the contract. E15112 Engineering and surveying services for"Rodd Reld Road Expansion—Saratoga Boulevard to Yorktown Boulevard(Bond 2014)" 4 Nature of interest(check applicable) Name of Interested Party City,State,Country(place of business) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 AFFIDAVIT I swear,or affirm,under�.erjury,that the above disclosure is true and correct. o DEBBIE G. MCATEE ;r :r � Notary Public,State of Texas -.i.,0,.. �- My Commission Expires ---;>.'5;W"s` July 01, 2016 ire of author ie. •.ent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said Ao-i-kor-t z cc) A9 eAY(" ,this the '4 day of Jo.nti try 20!(o ,to certify which,witness my hand and seal of office. / /0/ ,• °, De►obie. G. Mc-kce- Notary Pubic Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.33598