Loading...
HomeMy WebLinkAboutC2016-020 - 2/9/2016 - Approved CITY OF CORPUS CHRISTI 1Z1X MASTER SERVICES AGREEMENT FOR PROFESSIONAL SERVICES FOR PROJECT Spur 3 Corridor (Ennis Joslin Road) Traffic Improvements from SH 358 (SPID) to Ocean Drive Project No. E15165 (formerly Project No. E15113) This Agreement is between 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 and Maldonado-Burkett Intelligent Transportation Systems, LLP, 3833 S. Staples Street, Suite N214, Corpus Christi, Nueces County, Texas 78411, (Architect/Engineer — NE). TABLE OF CONTENTS ARTICLE NO. TITLE PAGE ARTICLE I PROJECT TASK ORDER 2 ARTICLE II COMPENSATION 2 ARTICLE III QUALITY CONTROL PLAN 3 ARTICLE IV INSURANCE REQUIREMENTS 4 ARTICLE V INDEMNIFICATION 6 ARTICLE VI TERMINATION OF AGREEMENT 6 ARTICLE VII RIGHT OF REVIEW AND AUDIT 7 ARTICLE VIII OWNER REMEDIES 7 ARTICLE IX CONSULTANT REMEDIES 7 ARTICLE X CLAIMS AND DISPUTE RESOLUTION 8 ARTICLE XI MISCELLANEOUS PROVISIONS 9 EXHIBIT A SAMPLE TASK ORDER EXHIBIT B CONSULTANT PROPOSAL EXHIBIT B-1 CONFIDENTIAL RATE SCHEDULE EXHIBIT C PAYMENT REQUEST FORM EXHIBIT D DISCLOSURE OF INTEREST EXHIBIT E CERTIFICATE OF INSURANCE AND ENDORSEMENTS 2016-020 2/09/1^6 Page 1 Rev. 10/1/15 Ord. 030757/ / TRAFFIC SIGNALS AND LIGHTING IMPS ENNIS JOSLIN ROAD TRAFFIC SIGNAL IMPS\MASTER SERVICE AGREEMENT\2015- Maldonado-Burkett Intelligent ,vices ENNIS JOSLIN Doc INDEXED ARTICLE I — PROJECT TASK ORDER 1.1 This Agreement shall apply to as many tasks as City and Consultant agree will be performed under the terms and conditions of this Agreement. Each task Consultant performs for City hereunder shall be designated a Task Order. No Task Order shall be binding or enforceable unless and until it has been properly executed by both City and Consultant. Each properly executed Task Order shall become a separate supplemental agreement to this Agreement. 1.2 The Consultant shall provide its Scope of Services, to be included in each Task Order. The Scope of Services shall include all associated services required for Consultant to provide such Services, pursuant to this Agreement, and any and all Services which would normally be required by law or common due diligence. 1.3 Under this Agreement, Consultant will provide services on a Task Order basis for a range of services related to assisting the Engineering Services Department with professional engineering, architecture and construction services related to execution of the Bond and Capital Improvements Programs. All work will be subject to authorization from City. A detailed Scope of Services and fee estimate will be developed for each task prior to execution of work. 1.4 Consultant shall comply with City standards, as specified in the UDC or Code of Ordinances,throughout the duration of the Project, unless specifically and explicitly excluded from doing so in the approved Task Order. 1.5 Consultant shall perform tasks and submit deliverables as detailed in each approved Task Order. 1.6 Consultant shall provide all labor, equipment and transportation necessary to complete all services agreed to in a timely manner throughout the term of the Agreement. Additionally, Consultant shall provide staff for regular, overtime, night, weekend and holiday service, as requested by City. Persons retained by Consultant to perform work pursuant to this Agreement shall be employees or subconsultants of Consultant. 1.7 Consultant shall not begin work on any Task Order authorized under this Agreement until they are briefed on the scope of the Project and are notified in writing to proceed. ARTICLE II — COMPENSATION 2.1 The Compensation for all services included in this Agreement and in the Scope of Services for this Agreement shall not exceed $547,275.87. 02 2.2 The Consultant's fee for each Task Order will be on a time and materials (T&M) basis w tt' a negotiated not- to-exceed amount. The fees will not exceed those identified and will be full and total compensation for all services outlined in each Task Order, and for all expenses incurred in performing these services. 2.3 Consultant shall submit a proposal to the City, which shall be incorporated into this agreement as Exhibit B, subject to approval by the City. 2.4 Consultant shall submit a Rate Schedule, shown in Exhibit B-1, with their proposal. The rate schedule shall remain confidential pursuant to section 552.104 of the Texas Government Code since release of this information would give advantage to a competitor or bidder. In addition, section 552.110 of the TX Govt. Code protects third party commercial and financial information if release of the information would cause the third party substantial competitive harm. Page 2 Rev. 10/1/15 K\ENGINEERING DATAEXCHANGE\VELMAP\STREET\E15113 TRAFFIC SIGNALS AND LIGHTING IMPS ENNIS JOSLIN ROAD TRAFFIC SIGNAL IMPS\MASTER SERVICE AGREEMENT\2015- 1001 MASTER SERVICES AGREEMENT-PROFESSIONAL SERVICES ENNIS JOSLIN DOC 2.5 Monthly invoices will be submitted in accordance with the Payment Request (Exhibit C). Consultant shall submit documentation with the monthly invoice that shows who worked on the Project, the number of hours that each individual worked on the Project and reimbursables for that individual. 2.5.1 Principals may only bill at the hourly rate of Principals when acting in that capacity. Principals acting in the capacity of staff must bill at staff rates. The Consultant shall provide documentation with each payment request that clearly indicates how that individual's time is allocated and the justification for that allocation. 2.6 The anticipated fee structure under this agreement is as follows: DESCRIPTION NOT TO EXCEED AMOUNT Maximum Contract Amount $547,275.87 Task 1 — Professional Services TBD Task 2 —TBD TBD Task 3 —TBD TBD Task 4—TBD TBD Task 5 —TBD TBD Task 6 —TBD TBD 2.7 All services shall be performed and the applicable standard of professional care set forth in Article X herein and to City's satisfaction, which satisfaction shall be judged by the Director in his/her sole discretion. City shall not be liable for any payment under this Agreement for services which are unsatisfactory and which previously have not been approved by the Director. 2.8 In the event of any dispute(s) between the Parties regarding the amount properly compensable for any Task Order or as final compensation or regarding any amount that may be withheld by City, Consultant shall be required to make a claim pursuant to and in accordance with the terms of this Agreement and follow the procedures provided herein for the resolution of such dispute. In the event Consultant does not initiate and follow the claims procedures provided in this Agreement in a timely manner and as required by the terms thereof, any such claim shall be waived. 2.9 Request of final compensation by Consultant shall constitute a waiver of claims except those previously made in writing and identified by Consultant as unsettled at the time of final Payment Request. 2.10 Any fee payable under this Agreement is subject to the availability of funds. The Consultant may be directed to suspend work pending receipt and appropriation of funds. ARTICLE III — QUALITY CONTROL PLAN 3.1 The Consultant agrees to perform quality assurance-quality control/constructability reviews(QCP Review). In the event that the City retains a separate consultant to perform additional QCP services for the City, the Consultant will provide all necessary information to the City, address any comments from the City's consultant and provide resolution to the City's satisfaction. 3.2 The Consultant will perform QCP Reviews at intervals during the design phase to ensure plans, specifications and drawings satisfy accepted quality standards and meet the requirements of the Project scope. Based on the findings of the QCP Review, the Consultant must reconcile the project scope and Construction Estimate as needed. Documentation will be included that verifies interdisciplinary coordination has occurred. Page 3 Rev. 10/1/15 K\ENGINEERING DATAEXCHANGE\VELMAP\STREET\E15113 TRAFFIC SIGNALS AND LIGHTING IMPS ENNIS JOSLIN ROAD TRAFFIC SIGNAL IMPS\MASTER SERVICE AGREEMENT\2015- 1001 MASTER SERVICES AGREEMENT-PROFESSIONAL SERVICES ENNIS JOSLIN DOC • i 3.3 The Consultant will perform constructability reviews, using persons with construction experience, at appropriate intervals during the design phase to ensure that the Project is buildable, as well as cost-effective, biddable and maintainable. Based on the findings of the constructability reviews, the Consultant will redesign the Project, as required, and provide interim construction estimates. 3.4 Consultant is responsible for the accuracy and competency of its QCP reviews and final construction documents. Documents that do not meet City standards may be rejected. Consultant will not be compensated for having to resubmit documents. ARTICLE IV- INSURANCE REQUIREMENTS 4.1 Consultant must not commence work under this agreement until all insurance required has been obtained and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 4.2 Consultant 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. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, Bodily Injury and Property Damage required on all certificates or by applicable Per occurrence - aggregate 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 shall be outside policy limits) 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 Page 4 Rev. 10/1/15 K:\ENGINEERING DATAEXCHANGE\VELMAP\STREET\E15113 TRAFFIC SIGNALS AND LIGHTING IMPS ENNIS JOSLIN ROAD TRAFFIC SIGNAL IMPS\MASTER SERVICE AGREEMENT\2015- 1001 MASTER SERVICES AGREEMENT-PROFESSIONAL SERVICES ENNIS JOSLIN DOC insured. WORKERS' COMPENSATION Statutory (All States Endorsement if Company is not domiciled in Texas) Employer's Liability $500,000/$500,000/$500,000 4.3 In the event of accidents of any kind related to this agreement, Consultant must furnish the City with copies of all reports of any accidents within 10 days of the accident. 4.4 Applicable for paid employees, Consultant 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 Consultant will be promptly met. An All States Endorsement shall be required if Consultant is not domiciled in the State of Texas. 4.5 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. Consultant is required to provide City with renewal Certificates. 4.6 Consultant 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. 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: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 4.7 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: 4.7.1 List the City and its officers, officials, employees, 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 and professional liability/Errors & Omissions policy; 4.7.2 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; 4.7.3 Workers'compensation and employers'liability policies will provide a waiver of subrogation in favor of the City; and 4.7.4 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. Page 5 Rev. 10/1/15 K:\ENGINEERING DATAEXCHANGE\VELMAP\STREET\E1 5113 TRAFFIC SIGNALS AND LIGHTING IMPS ENNIS JOSLIN ROAD TRAFFIC SIGNAL IMPS\MASTER SERVICE AGREEMENT\2015- 1001 MASTER SERVICES AGREEMENT-PROFESSIONAL SERVICES ENNIS JOSLIN DOC , 4.8 Within five (5) calendar days of a suspension, cancellation, or non-renewal of coverage, 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. 4.9 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 remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. 4.10 Nothing herein contained shall be construed as limiting in any way the extent to which Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractor's performance of the work covered under this agreement. 4.11 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 agreement. 4.12 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. ARTICLE V— INDEMNIFICATION Consultant shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, agents,employees,or other entity,excluding the engineer or architect or that person's agent,employee or subconsultant, over which the City exercises control ("Indemnitee")from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court 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 Consultant or its agent, Consultant under contract or another entity over which Consultant 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. Consultant shall defend Indemnitee, with counsel satisfactory to the City Attorney, from and against any and all claims,damages, liabilities or costs, including reasonable attorney fees and court costs,if the claim is not based wholly or partly on the negligence of,fault of or breach of contract by Indemnitee. If a claim is based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee, the Consultant shall reimburse the City's reasonable attorney's fees in proportion to the Consultant's liability. Consultant must advise City in writing within 24 hours of any claim or demand against City or Consultant known to Consultant related to or arising out of Consultant's activities under this Agreement. ARTICLE VI —TERMINATION OF AGREEMENT 6.1 The City may, at any time,with or without cause,terminate this Agreement upon seven days written notice to the Consultant at the address of record. Page 6 Rev. 10/1/15 K\ENGINEERING DATAEXCHANGE\VELMAP\STREET\E15113 TRAFFIC SIGNALS AND LIGHTING IMPS ENNIS JOSLIN ROAD TRAFFIC SIGNAL IMPS\MASTER SERVICE AGREEMENT\2015- 1001 MASTER SERVICES AGREEMENT-PROFESSIONAL SERVICES ENNIS JOSLIN DOC 6.2 In this event,the Consultant will be compensated for its services on all Task Orders authorized based upon Consultant and City's estimate of the proportion of the total services actually completed at the time of termination. ARTICLE VII — RIGHT OF REVIEW AND AUDIT 7.1 Consultant grants City, or its designees, the right to audit, examine or inspect, at City's election, all of Consultant's records relating to the performance of the Work under this Agreement, during the term of this Agreement and retention period herein. The audit,examination or inspection may be performed by a City designee, which may include its internal auditors or an outside representative engaged by City. Consultant agrees to retain its records for a minimum of four(4)years following termination of the Agreement, unless there is an ongoing dispute under this Agreement, then such retention period shall extend until final resolution of the dispute. 7.2 "Consultant's records" include any and all information, materials and data of every kind and character generated as a result of the Work under this Agreement. Examples include billings, books, general ledger, cost ledgers, invoices, production sheets, documents, correspondence, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, federal and state tax filings for issue in questions and any and all other agreements, sources of information and matters that may, in City's judgment, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. 7.3 City agrees that it shall exercise the right to audit, examine or inspect Consultant's records only during City's regular business hours. Consultant agrees to allow City's designee access to all of Consultant's records, Consultant's facilities and Consultant's current or former employees, deemed necessary by City or its designee(s), to perform such audit, inspection or examination. Consultant also agrees to provide adequate and appropriate work space necessary to City or its designees to conduct such audits, inspections or examinations. 7.4 Consultant shall include this audit clause in any subcontractor, supplier or vendor contract. ARTICLE VIII — OWNER REMEDIES 8.1 The City and Consultant agree that in the event of a delay in completion for which the City suffers actual damages, the City may elect to pursue its actual damages and any other remedy allowed by law. 8.2 Pursuant to Article IV, the City may assert a claim against the Consultant's professional liability insurance, as appropriate. 8.3 The City may withhold or nullify the whole or part of any payment as detailed in Article II. ARTICLE IX—CONSULTANT REMEDIES 9.1 Consultant shall not be liable or responsible for any delays due to strikes, riots, acts of God, national emergency, acts of the public enemy, governmental restrictions, laws or regulations or any other causes beyond Consultant's reasonable control. Page 7 Rev. 10/1/15 K:\ENGINEERING DATAEXCHANGE\VELMAP\STREEllE15113 TRAFFIC SIGNALS AND LIGHTING IMPS ENNIS JOSLIN ROAD TRAFFIC SIGNAL IMPS\MASTER SERVICE AGREEMENT\2015- 1001 MASTER SERVICES AGREEMENT-PROFESSIONAL SERVICES ENNIS JOSLIN DOC ARTICLE X— CLAIMS AND DISPUTE RESOLUTION 10.1 Filing of Claims 10.1.1 Claims arising from the circumstances identified in this Agreement or other occurrences or events, shall be made by Written Notice delivered by the party making the Claim to the other party within twenty-one (21)calendar days after the start of the occurrence or event giving rise to the Claim and stating the general nature of the Claim. 10.1.2 Every Claim of Consultant,whether for additional compensation, additional time or other relief,shall be signed and sworn to by a person authorized to bind the Consultant by his/her signature, verifying the truth and accuracy of the Claim. 10.1.3 The responsibility to substantiate a claim rests with the party making the Claim. 10.1.4 Within thirty(30) calendar days of receipt of notice and supporting documentation, City will meet to discuss the request, after which an offer of settlement or a notification of no settlement offer will be sent to Consultant. If Consultant is not satisfied with the proposal presented, Consultant will have thirty (30) calendar days in which to (i) submit additional supporting data requested by the City, (ii) modify the initial request for remedy or(iii) request Alternative Dispute Resolution. 10.1.5 Pending final resolution of a claim, except as otherwise agreed in writing, Consultant shall proceed diligently with performance of the Agreement and City shall continue to make payments in accordance with this Agreement. 10.2 Alternative Dispute Resolution 10.2.1 All negotiations pursuant to this clause are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. 10.2.2 Before invoking mediation or any other alternative dispute resolution(ADR)process set forth herein, the Parties agree that they shall first try to resolve any dispute arising out of or related to this Agreement through discussions directly between those senior management representatives within their respective organizations who have overall managerial responsibility for similar projects. This step shall be a condition precedent to the use of any other ADR process. If the parties' senior management representatives cannot resolve the dispute within thirty (30) calendar days after a Party delivers a written notice of such dispute, then the Parties shall proceed with the mediation ADR process contained herein. 10.2.3 Mediation 10.2.3.1 In the event that City or Consultant shall contend that the other has committed a material breach of this Agreement,the Party alleging such breach shall,as a condition precedent to filing any lawsuit, request mediation of the dispute. 10.2.3.2 Request for mediation shall be in writing, and shall request that the mediation commence no less than thirty (30) or more than ninety (90) calendar days following the date of the request, except upon agreement of both parties. 10.2.3.3 In the event City and Consultant are unable to agree to a date for the mediation or to the identity of the mediator or mediators within thirty(30)calendar days of the request for mediation, all conditions precedent in this Article shall be deemed to have occurred. Page 8 Rev. 10/1/15 K:\ENGINEERING DATAEXCHANGE\VELMAP\STREET\E15113 TRAFFIC SIGNALS AND LIGHTING IMPS ENNIS JOSLIN ROAD TRAFFIC SIGNAL IMPS\MASTER SERVICE AGREEMENT\2015- 1001 MASTER SERVICES AGREEMENT-PROFESSIONAL SERVICES ENNIS JOSLIN DOC 10.2.3.4 The parties shall share the mediator's fee. Venue for any mediation or lawsuit arising under this Agreement shall be Nueces County, Texas. Any agreement reached in mediation shall be enforceable as a settlement agreement in any court having jurisdiction thereof. No provision of this Agreement shall waive any immunity or defense. No provision of this Agreement is a consent to suit. 10.3 No Waiver of Governmental Immunity. NOTHING IN THIS ARTICLE SHALL BE CONSTRUED TO WAIVE CITY'S GOVERNMENTAL IMMUNITY FROM LAWSUIT,WHICH IMMUNITY IS EXPRESSLY RETAINED TO THE EXTENT IT IS NOT CLEARLY AND UNAMBIGUOUSLY WAIVED BY STATE LAW. ARTICLE XI — MISCELLANEOUS PROVISIONS 11.1 Use of Local Expertise/ Local Professional Participation. The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. 11.2 Assignability. The Consultant will not assign, transfer or delegate any of its obligations or duties in this Agreement to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the Consultant staff. If the Consultant 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 Consultant fee may be assigned in advance of receipt by the Consultant without written consent of the City. 11.3 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 Consultant without the express written consent of the Director of Engineering Services. However, the Consultant 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. 11.4 Standard of Care. Services provided by Consultant 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. 11.5 Licensing. Consultant shall be represented by personnel with appropriate licensure, registration and/or certification(s) at meetings of any official nature concerning the Project, including scope meetings, review meetings, pre-bid meetings and preconstruction meetings. 11.6 Entire Agreement. This Agreement, including Task Orders, represents the entire and integrated Agreement between City and Consultant 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 Consultant. 11.7 Disclosure of Interest. Consultant agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form. 11.8 Conflict of Interest. Consultant 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 Page 9 Rev. 10/1/15 K\ENGINEERING DATAEXCHANGE\VELMAP\STREET\E15113 TRAFFIC SIGNALS AND LIGHTING IMPS ENNIS JOSLIN ROAD TRAFFIC SIGNAL IMPS\MASTER SERVICE AGREEMENT\2015- 1001 MASTER SERVICES AGREEMENT-PROFESSIONAL SERVICES ENNIS JOSLIN DOC 11.9 Controlling Law. 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. 11.10 Severability. If, for any reason, any one or more Articles and/or paragraphs of this Agreement are held invalid or unenforceable, such invalidity or unenforceability shall not affect, impair or invalidate the remaining Articles and/or paragraphs of this Agreement but shall be confined in its effect to the specific Article, sentences, clauses or parts of this Agreement held invalid or unenforceable, and the invalidity or unenforceability of any Article, sentence, clause or parts of this Agreement, in any one or more instance, shall not affect or prejudice in any way the validity of this Agreement in any other instance. 11.11 Conflict Resolution Between Documents. Consultant hereby agrees and acknowledges if anything contained in the Consultant-prepared Exhibit A, Scope of Services or in any other document prepared by Consultant and included herein, is in conflict with the terms of this Agreement and/or an approved Task Order, this Agreement and/or the Task Order shall take precedence and control to resolve said conflict. MALDONADO-BURKETT INTELLIGENT CITY OF C0174() TRANSPORTATION SYSTEMS, LLP / d P---c-. / 4//e0 J. H. Edrta'onds, P. E., (Date) Ramon H. dons , Jr., P.E. ( ate) Director of Engineering Services Managing Partrr r 3833 S. Staples Street, Suite N214 Corpus Christi, TX 78411 RECOMMENDED (361) 236-4611 Office Number ramonmbitsgroup.com Email Address _ ,-;--,=,----2, C.7e----/61,- //e/d1j0 Operating Department (Drat APP V)ED „(et17/41/X41— /(44,'Office of Mana ement -..--..-.-(-3—ra:-C.) U7I h n+��� 9 and Budget �� COUNCILC� APPROVED AS TO GAL FORM 'w' "" ? ,,t4 2 M � /-/3-/(e SfCRETARv ssistant City Attornec (Date) for City Attorney ATTEST Project Number E15165 (formerly E15113) 1----2,z_ ,_,-<',(1, Accounting Unit 355111&3'L5'v Account 550950 Rebecca Huerta, City Secretary Activity E15165 01 3551 EXP Account Category 50950 Fund Name Street 2015 GO Bond Fund Page 10 Rev. 10/1/15 K:\ENGINEERING DATAEXCHANGE\VELMAP\STREET\E15113 TRAFFIC SIGNALS AND LIGHTING IMPS ENNIS JOSLIN ROAD TRAFFIC SIGNAL IMPS\MASTER SERVICE AGREEMENT\2015- 1001 MASTER SERVICES AGREEMENT-PROFESSIONAL SERVICES ENNIS JOSLIN DOC I , EXHIBIT A SAMPLE TASK ORDER This Task Order pertains to a Master Services Agreement for Professional Services by and between City of Corpus Christi, Texas (City) and "Company Name" (Consultant) dated , 2015 (Agreement). Consultant shall perform services on the project described below as provided in this Task Order and in the Agreement. This Task Order shall not be binding until it has been properly signed by both parties. Upon execution, this Task Order shall supplement the Agreement as it pertains to the project described below. TASK ORDER NO.: PROJECT NAME: 1. PROJECT DESCRIPTION 2. SCOPE OF SERVICES 3. COMPENSATION This Task Order is approved and Consultant may proceed. All other terms and conditions of the Agreement remain in full force and effect. CITY OF CORPUS CHRISTI [COMPANY NAME] J. H. Edmonds, P.E., (Date) (Date) Director of Engineering Services TITLE ADDRESS Corpus Christi, TX 78401 RECOMMENDED PHONE Office Operating Department (Date) APPROVED AS TO FORM Legal Department (Date) Master Services Agreement Exhibit A r , EXHIBIT B CONSULTANT PROPOSAL Master Services Agreement Exhibit B r , 0. MALDONADO-BURKETT INTELLIGENT TRANSPORTATION SYSTEMS,LLP November 30,2015 Mr.Jeff Edmonds,P.E. Director Engineering Services 1201 Leopard Street Corpus Christi,TX 78401 Re:Traffic Signal and Lighting Improvements Project No. E15113—Master Services Agreement Dear Mr.Edmonds: As requested, this is a proposal for traffic signal improvements (City wide). MBITS is proposing to do four(4) synchro simulation scenarios for the AM and PM peak, signal and pedestrian pole designs, signal interconnect, and signal coordination at several locations along Ennis Joslin (Spur 3) and traffic signal improvements City wide. Below is a summary along with design fees associated with the project. Master Services Agreement amount: $547,275.87 Location No.! Ennis Joslin Road Simulation Study Prepare simulation four(4)scenarios and prepare summary of Level of Service findings for a total lump sum fee of$15,128.84. Location No.2 Ennis Joslin Road with Islander Way Signal Design with Ped Poles Signal and ped pole design, survey topo—utilities project wide and bid phase for a total lump sum fee of $98,746.16. Location No.3 Ennis Joslin Road with Nile Drive Signal Design with Ped Poles Signal upgrade and ped pole design for a total lump sum fee of$23,401.64. Location No.4 Ennis Joslin Road with McArdle Road Signal Design with Ped Poles Signal and ped pole design for a total lump sum fee of$23,401.64. Location No.5 Ennis Joslin Road with Alameda Street Signal Design with Ped Poles Signal and ped pole design for a total lump sum fee of$23,401.64. Location No. 6 Ennis Joslin Road Signal Interconnect, Adaptive Control System, and TAMUCC Surveillance Fiber-optic interconnect to all traffic signals on Ennis Joslin Road from SH358 to Ocean Drive and on Ocean Drive from Ennis Joslin to Sand Dollar Blvd. Adaptive control system for 7 locations and surveillance cameras for TAMUCC at 5 locations for a total lump sum fee of$21,504.72. Location No.7 Ennis Joslin Road Corridor Signal Coordination Signal coordination from SH358 to Ocean Drive and on Ocean Drive from Ennis Joslin to Sand Dollar Blvd. for a total lump sum fee of$38,426.61. 3833 SOUTH STAPLES ST SUITE N214 CORPUS CHRISTI,TX 78411 • Office: 361-236-4611 • www.mbitsgroup.com • MALDONADO-BURKETT INTELLIGENT TRANSPORTATION SYSTEMS,LLP Location No.8 Flour Bluff Drive with Purdue Road New Signal Design Signal and ped pole design for a total lump sum fee of$22,444.94 Location No. 9 Ocean Drive with Doddridge Street Signal Upgrade Design with Ped Poles Signal and ped pole design for a total lump sum fee of$23,401.64 Location No. 10 Ocean Drive with Island Blvd. Signal Upgrade Design with Ped Poles Signal and ped pole design for a total lump sum fee of$23,401.64 Location No. 11 Ocean Drive with Sand Dollar Blvd. Signal Upgrade Design with Ped Poles Signal and ped pole design for a total lump sum fee of$23,401.64 Location No. 12 Horne Road with Columbia Drive Signal Upgrade Design with Ped Poles Signal and ped pole design for a total lump sum fee of$23,401.64 Location No. 13 Ayers Street with Roosevelt Drive Signal Upgrade Design with Ped Poles Signal and ped pole design for a total lump sum fee of$23,401.64 Location No. 14 Staples Street with Brownlee Blvd. Signal Upgrade Design with Ped Poles Signal and ped pole design for a total lump sum fee of$23,401.64 Location No. 15 Nueces Bay Blvd.with Buddy Lawrence Drive Signal Upgrade Design with Ped Poles Signal and ped pole design for a total lump sum fee of$23,401.64 Location No. 16 Leopard Street with Battlin Buc Blvd. Signal Upgrade Design with Ped Poles Signal and ped pole design for a total lump sum fee of$23,401.64 Location No. 17 Leopard Street with Palm Drive Signal Upgrade Design with Ped Poles Signal and ped pole design for a total lump sum fee of$23,401.64 Location No. 18 Leopard Street with Lantana Street Signal Upgrade Design with Ped Poles Signal and ped pole design for a total lump sum fee of$23,401.64 Location No. 19 McKinzie Road with Haven Drive Signal Upgrade Design with Ped Poles Signal and ped pole design for a total lump sum fee of$23,401.64 Location No.20 Santa Fe Street with Texan Trail Signal Upgrade Design with Ped Poles Signal and ped pole design for a total lump sum fee of$23,401.64 3833 SOUTH STAPLES ST SUITE N214 CORPUS CHRISTI,TX 78411 • Office: 361-236-4611 • www.mbitsgroup.com • r , apie MALDONADO-BURKETT INTELLIGENT TRANSPORTATION SYSTEMS,LLP Contents for Master Services Agreement Technical specifications and front end documents will be included with the construction documents and completed in accordance with city and/or TxDOT specifications and standards. Construction documents will be submitted as two package. Schedule for Master Services Agreement Once NTP is given we anticipate the overall design for Ennis Joslin Road project will take 90 working days with dedicated staff. This time will also depend on the City's review time and comments. Reviews will consist of 30%,60%,90%and 100%reviews unless otherwise directed. If you have any additional questions please let us know. Best regards, Ramon H.Maldonado Jr.,P.E. Managing Partner CC: Jerry Shoemaker,P.E. Chris Hale,P.E. Raymond Chong, P.E,PTOE 3833 SOUTH STAPLES ST SUITE N214 CORPUS CHRISTI,TX 78411 • Office: 361-236-4611 • www.mbitsgroup.com TRAFFIC SIGNAL AND LIGHTING IMPROVEMENTS (CITY WIDE) BOND 2014 - MBITS DESIGN FEE SUMMARY Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Signal Design Ramon Maldonado 10 11/13/15 Task Task Description Drawing Sheets Design Fee 1 Ennis Joslin Road Corridor - Simulation Study Ennis Joslin Simulation Study from SH 358 to Ocean Drive -_----- $15,128.84 Total $15,128.84 2 Ennis Joslin Road - Islander Way Signal Design Ennis Joslin •r Islander Way Si•nal Design with Ped Poles --_---- $25,382.71 Additional Services ------- - Survey Topo and Utilities-Project wide at 19 intersections ---_--- $70,893.56 Bid Phase-Project Wide-Project Wide ------- $2,469.89 Construction Administration Phase-Project Wide-TBD ------- - Construction Observation Services-Project Wide-TBD ------- - Start-up Services-Project Wide-TBD ----_-- - Subsurface Utilit Investi•ation-Project Wide-TBD ---_-_- Total $98,746.16 3 Ennis Joslin Road - Nile Drive Signal Design Ennis Joslin @ Nile Drive Signal Upgrade Design with Ped Poles ------- $23,401.64 Total $23,401.64 Page 1 TRAFFIC SIGNAL AND LIGHTING IMPROVEMENTS (CITY WIDE) BOND 2014 - MBITS DESIGN FEE SUMMARY Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Signal Design Ramon Maldonado 10 11/13/15 Task Task Description Drawing Sheets Design Fee 4 Ennis Joslin Road - McArdle Road Signal Design Ennis Joslin©McArdle Road Signal Design with Ped Poles -_----- $23,401.64 Total $23,401.64 5 Ennis Joslin Road - Alameda Street Signal Design Ennis Joslin @ Alameda Street Signal Desi.n with Ped Poles ------- $23,401.64 Total $23,401.64 6 Ennis Joslin Road Corridor - Interconnect System Design long nnls os inpur igna nterconnection, .aptrve Control System,&TAMUCC Surveillance $21,504.72 1.On Ennis Joslin Road From SH 358 to Ocean Drive ------- - 2.On Ocean Drive From Ennis Joslin to Sand Dollar Blvd. ------- Total $21,504.72 7 Ennis Joslin Road Corridor- Signal Coordination Design Along Ennis Joslin(Spur 3)-Signal Coordination --_---- $38,426.61 1.SH 358 to Ocean Drive ------- - 2.On Ocean Drive From Ennis Joslin to Sand Dollar Blvd ------- Total $38,426.61 Page 2 TRAFFIC SIGNAL AND LIGHTING IMPROVEMENTS (CITY WIDE) BOND 2014 - MBITS DESIGN FEE SUMMARY Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Signal Design Ramon Maldonado 10 11/13/15 Task Task Description Drawing Sheets Design Fee 8 Flour Bluff Drive - Purdue Road Signal Design Flour Bluff Drive @ Purdue Road New Signal Design ------- $22,444.94 Total $22,444.94 9 Ocean Drive - Doddridge Street Signal Design Ocean Drive % Doddridge Street Si.nal Upgrade Design with Ped Poles ---_-_- $23,401.64 Total $23,401.64 10 Ocean Drive - Island Blvd Signal Design Ocean Drive . Island Blvd Si.nal Upgrade Desi.n with Ped Poles ------- $23,401.64 --------- - --------- Total $23.401.64 11 Ocean Drive - Sand Dollar Blvd Signal Design Ocean Drive .•Sand Dollar Blvd Si•nal U•!rade Desi t n with Ped Poles ------- $23,401.64 Total $23,401.64 Page 3 TRAFFIC SIGNAL AND LIGHTING IMPROVEMENTS (CITY WIDE) BOND 2014 - MBITS DESIGN FEE SUMMARY Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Signal Design Ramon Maldonado 10 11/13/15 Task Task Description Drawing Sheets Design Fee 12 Horne Road - Columbia Dr Signal Design Home Road @ Columbia Drive Signal Upgrade Desi.n with Ped Poles ------- $23,401.64 Total $23,401.64 13 Ayers Street - Roosevelt Drive Signal Design Ayers Street r,Roosevelt Drive Signal Upgrade Design with Ped Poles ------- $23,401.64 Total $23,401.64 14 Staples Street - Brownlee Blvd Signal Design Staples Street • Brownlee Blvd Sinal Up•rade Desi.n with Ped Poles ------- $23,401.64 Total $23,401.64 15 Nueces Bay Blvd - Buddy Lawrence Dr Signal Design Nueces Ba Blvd .•Budd Lawrence Drive Si.nal U..rade Desi.n with Ped Poles ------ $23,401.64 Total $23,401.64 Page 4 TRAFFIC SIGNAL AND LIGHTING IMPROVEMENTS (CITY WIDE) BOND 2014 - MBITS DESIGN FEE SUMMARY Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Signal Design Ramon Maldonado 10 11/13/15 Task Task Description Drawing Sheets Design Fee 16 Leopard Street - Battlin Buc Blvd Signal Design Leopard Street @ Battlin Buc Blvd Signal Upgrade D=- .n with Ped Poles ------- $23,401.64 Total $23,401.64 17 Leopard Street - Palm Dr Signal Design Leopard Street @ Palm Drive Signal Upgrade Design with Ped Poles ---_--- $23,401.64 Total $23,401.64 18 Leopard Street - Lantana Street Signal Design Leopard Street . Lantana Street Si.nal Up.rade Desi.n with Ped Poles --_---- $23,401.64 --------- Total $23,401.64 19 McKinzie Road - Haven Drive Signal Design McKinzie Road a Haven Drive Sitnal U rade Desi.n with Ped Poles ------- $23,401.64 Total $23,401.64 Page 5 TRAFFIC SIGNAL AND LIGHTING IMPROVEMENTS (CITY WIDE) BOND 2014 - MBITS DESIGN FEE SUMMARY Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Signal Design Ramon Maldonado 10 11/13/15 Task Task Description Drawing Sheets Design Fee 20 Santa Fe Street -Texan Trail Signal Design Santa Fe Street • Texan Trail Signal Upgrade Desi.n with Ped Poles ------- $23,401.64 Total $23,401.64 TOTAL LUMP SUM DESIGN FEE SUMMARY= $547,275.87 ASSUMPTIONS 1 Furnish adaptive modules for intersection for adaptive control system 2 Ennis Joslin @ Islander Survey to be provided by others 3 Ennis Joslin @ McArdle Survey to be provided by others 3 Use existing conduit and fiber-optic for interconnect 4 Additional Services to be determined 5 Plans to be submitted as one package EXCLUSIONS to be Provide by Client 1 Traffic Data Collection 2 Surve not included for Ennis Joslin @ Islander Wa 3 Survey not included for Ennis Joslin @ McArdle 4 Additional Services not included unless otherwise shown 5 Assume wireless to TAMUCC or TAMUCC to provide fiber access to Sand Dollar or other location Page 6 Ennis Joslin Rd Corridor - Simulation Study- Design Fee Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Simulation Ramon Maldonado 11/13/15 Hours by Classification Drawing Senior Junior WBS Task Description Sheets Project Design Engineering EIT Engineering Engineering Admin Manager Engineer Tech Tech Tech 16.00 62.00 0.00 26.00 0.00 0.00 0.00 Prepare four(4)simulation scenarios from SH 358 to Ocean Drive 40.00_ 8.00 Review Scyncro output 2.00 4.00- 2.00--- - Prepare brief summary of output 2.00 10.00 4.00--- OARDC 4.00-- 4.00--- - Coordination and Meetings 8.00 8.00- 8.00 Subtotal - 16.00 62.00 0.00 26.00 0.00 0.00 0.00 Direct Labor Rates(2014) $ 202.03 $ 130.89 $ 110.53 $ 145.43 $ 116.35 $ 58.17 $ 45.32 Weighted Average Labor Escalation Rate(2014 thru 2016)- 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Subtotal Direct Labor Costs S 3,232.48 $ 8.115.18 $ - $ 3,781.18 $ - $ - $ - Exclusions Total Hours 104 Total Direct Labor Costs $15,128.84 Page 7 Ennis Joslin Rd - Islander Way Signal - Design Fee Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Signal&Ped Pole Ramon Maldonado 10 11/13/15 mitioneximominimimiwimioimmemimiimmememimemimmilemme Hours by Classification Drawing Senior Junior WBS Task Description Sheets Project Design Engineering EIT Engineering Engineering Admin Manager Engineer Tech Tech Tech 10.00 45.00 0.00 54.00 78.00 0.00 12.00 Ennis Joslin(Spur 3)@ Islander Way-Signal Design with Ped Poles ------- 8.00 Review As-Builts --_----- - Summary of Materials Sheet ---- 4.00 2.00 - General Notes ---- 2.00-- 4.00 Condition Diagram and Utility Layout Sheet -- 6.00 10.00 16.00 - Plan Sheets -- 6.00- 10.00 32.00 - Wirin.Dia.ram -- 6.00 8.00 8.00 _ Phasing Sheet -- 6.00 8.00 12.00 - Electrical Service Sheet -- 1.00- 2.00 4.00 _ TxDOT and/or City Standard Sheets -- 2.00- 2.00 4.00-- QA/QC 10.00 10.00 Coordination and Meetin.s -- 8.00- 8.00-_- Subtotal - 10.00 45.00 0.00 54.00 78.00 0.00 12.00 Direct Labor Rates 2014 - $ 202.03 $ 130.89 $ 110.53 $ 145.43 $ 116.35 $ 58.17 $ 45.32 Weighted Average Labor Escalation Rate(2014 thru 2016)- 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Subtotal Direct Labor Costs S 2.020.30 $ 5,890.05 $ - $ 7,853.22 $ 9,075.30 $ - $ 543.84 Exclusions 1 Survey to be provided by others Total Hours 199 Total Direct Labor Costs $25,382.71 Page 8 Ennis Joslin Rd - Nile Dr - Design Fee Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Signal&Ped Pole Ramon Maldonado 10 11/13/15 1111111•=11 IMIIIIMMENIIIIIIIIIMMIIIIIMIIIIIIIIII=MINEIIIIIIIIIIIIIIIIMININIMIIIIIIM=IMIIIIIIIIIMII Hours by Classification Drawing Senior Junior WBS Task Description Sheets Project Design Engineering EIT Engineering Engineering Admin Manager Engineer Tech Tech Tech 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Ennis Joslin(Spur 3)@ Nile-Signal Upgrade Design with Ped Poles ------- 12.00 Review As-Builts 2.00 2.00- 2.00--- - Summary of Materials Sheet ---- 4.00 1.00 - General Notes -------- - Condition Diagram and Utility Layout Sheet -- 5.00 10.00 16.00 - Plan Sheets -- 5.00- 12.00 30.00 - Wiring Dia.ram -- 5.00 10.00 10.00 - Phasing Sheet -- 5.00 8.00 8.00 - -- 1.00- 2.00 4.00-- QA/QC 10.00 10.00 Coordination and Meetin.s -- 4.00 4.00--- -_ -_-_-_-_-__--_-_ Subtotal - 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Direct Labor Rates 2014 - $ 202.03 $ 130.89 $ 110.53 $ 145.43 $ 116.35 $ 58.17 $ 45.32 Weighted Average Labor Escalation Rate(2014 thru 2016)- 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Subtotal Direct Labor Costs $ 2,424.36 $ 4.842.93 $ - $ 7,562.36 $ 8,028.15 $ - $ 543.84 Exclusions Total Hours 182 Total Direct Labor Costs $23,401.64 Page 9 Ennis Joslin Rd - McArdle Rd - Design Fee Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Signal&Ped Pole Ramon Maldonado 10 11/13/15 Hours by Classification Drawing Senior Junior WBS Task Description Sheets Project Design Engineering EIT Engineering Engineering Admin Manager Engineer Tech Tech Tech 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Ennis Joslin(Spur 3)n McArdle Rd-Si-nal Desk n with Ped Poles ------ 12.00 Review As-Builts 2.00 2.00- 2.00--- - Summary of Materials Sheet ---- 4.00 1.00 - General Notes -------- - Condition Dia.ram and Utility Layout Sheet -- 5.00 10.00 16.00 - Plan Sheets _- 5.00- 12.00 30.00 - Wiring Diagram -- 5.00- 10.00 10.00 - Phasing Sheet -- 5.00- 8.00 8.00 - Electrical Service Sheet -- 1.00- 2.00 4.00-- QA/QC 10.00 10.00 - Coordination and Meetin.s -- 4.00 4.00--- - -------- Subtotal - 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Direct Labor Rates 2014 - $ 202.03 $ 130.89 $ 110.53 $ 145.43 $ 116.35 $ 58.17 $ 45.32 Weighted Average Labor Escalation Rate(2014 thru 2016)- 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Subtotal Direct Labor Costs S 2,424.36 $ 4.842.93 $ - $ 7,562.36 $ 8,028.15 $ - $ 543.84 Exclusions 1 Survey to be provided by others. Total Hours 182 Total Direct Labor Costs $23,401.64 Page 10 Ennis Joslin Rd - Alameda St - Design Fee Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Signal&Ped Pole Ramon Maldonado 10 11/13/15 Hours by Classification Drawing Senior Junior WBS Task Description Engineering Sheets Project Design EIT Engineering Engineering Admin Manager Engineer Tech Tech Tech 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Ennis Joslin(Spur 3)@ Alameda St-Signal Upgrade Design with Ped Poles ------ 12.00 Review As-Builts 2.00 2.00- 2.00--- - Summary of Materials Sheet ---- 4.00 1.00 - General Notes -------- - Condition Diagram and Utility Layout Sheet -- 5.00 10.00 16.00 - Plan Sheets _- 5.00- 12.00 30.00 - Wiring Diagram -- 5.00 10.00 10.00 - Phasing Sheet -- 5.00 8.00 8.00 - -- 1.00- 2.00 4.00-- QA/QC 10.00 10.00 Coordination and Meetin.s -- 4.00 4.00 Subtotal - 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Direct Labor Rates 2014 - $ 202.03 $ 130.89 $ 110.53 $ 145.43 $ 116.35 $ 58.17 $ 45.32 Weighted Average Labor Escalation Rate(2014 thru 2016)- 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Subtotal Direct Labor Costs $ 2,424.36 $ 4,842.93 $ - $ 7,562.36 $ 8,028.15 $ - $ 543.84 Exclusions Total Hours 182 Total Direct Labor Costs $23,401.64 Page 11 Ennis Joslin Rd Corridor - Interconnection, Adaptive Control System & Surveillance- Design Fee Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic System Interconnect Ramon Maldonado 10 11/13/15 Hours by Classification Drawing Senior Junior WBS Task Description Sheets Project Design Engineering EIT Engineering Engineering Admin Manager Engineer Tech Tech Tech 16.00 29.00 0.00 43.00 66.00 0.00 12.00 Alon. Ennis Joslin(Spur 3)-Si.nal Interconnection ------- 12.00 Review As-Builts 2.00 3.00- 8.00--_ Summary of Materials Sheet -- 2.00 2.00 2.00 - General Notes 2.00 2.00----- - Plan Sheets 2.00 4.00- 10.00 40.00 - TxDOT and/or City Standard Sheets -------- - Adaptive Control System Network(7 locations) 4.00 8.00 10.00 16.00 - Surveillance for TAMUCC(5 Locations) 4.00 2.00 4.00 8.00 - -------- QA/QC 2.00 4.00 5.00 Coordination and Meetin.s -- 4.00 4.00--- - -------- Subtotal - 16.00 29.00 0.00 43.00 66.00 0.00 12.00 Direct Labor Rates 2014 $ 202.03 $ 130.89 $ 110.53 $ 145.43 $ 116.35 $ 58.17 $ 45.32 Weighted Average Labor Escalation Rate(2014 thru 2016)- 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Subtotal Direct Labor Costs S 3,232.48 S 3.795 81 S - S 6,253.49 $ 7,679.10 $ - $ 543.84 Exclusions 1.Assume to use existing conduit and fiber-optic cable for interconnect. Total Hours 166 2.Assume wireless to TAMUCC or TAMUCC to provide fiber access to Sand Dollar or other location Total Direct Labor Costs $21,504.72 Page 12 Ennis Joslin Rd Corridor - Signal Coordination- Design Fee Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic System Coordination Ramon Maldonado 10 11/13/15 momminemoommEmmitommimummoommmimmilim Hours by Classification Drawing Senior Junior WBS Task Description Sheets Project Design Engineering EIT Engineering Engineering Admin Manager Engineer Tech Tech Tech 20.00 87.00 0.00 108.00 58.00 0.00 12.00 Alon• Ennis Joslin(S.ur 3)-Si•nal Coordination ------- 12.00 Review As-Builts 2.00 3.00 8.00 Summary of Materials Sheet -- 2.00 4.00 2.00 General Notes 2.00 2.00----- - Plan Sheets 4.00 8.00- 16.00 24.00 - Coordination Plan -- 16.00- 24.00 16.00 - Field Coordination 8.00 16.00- 16.00 16.00-- QA/QC 4.00 8.00= 8.00 Coordination and Meetings -- 32.00 32.00 Subtotal - 20.00 87.00 0.00 108.00 58.00 0.00 12.00 Direct Labor Rates(2014 - $ 202.03 $ 130.89 $ 110.53 $ 145.43 $ 116.35 $ 58.17 $ 45.32 Weighted Average Labor Escalation Rate(2014 thru 2016)- 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Subtotal Direct Labor Costs $ 4,040.60 $ 11,387.43 $ - $ 15,706.44 $ 6,748.30 S - $ 543.84 Ni inimmi •iiiiiini ••=1 .minmwomomimimiN Exclusions 1.Assume wireless to TAMUCC or TAMUCC to provide fiber access to Sand Dollar or other location Total Hours 285 Total Direct Labor Costs $38,426.61 Page 13 Flour Bluff Drive - Purdue Rd Signal - Design Fee Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Signal&Ped Pole Ramon Maldonado 0 11/13/15 Hours by Classification Drawing Senior Junior WBS Task Description Sheets Project Design Engineering EIT Engineering Engineering Admin Manager Engineer Tech Tech Tech 10.00 35.00 0.00 50.00 69.00 0.00 12.00 Flour Bluff Dr a,Purdue Rd-Signal Design with Ped Poles ------- 12.00 Review As-Builts -------- - Summary of Materials Sheet ---- 4.00 1.00 - Front End Documents -------- _ Condition Diagram and Utility Layout Sheet -- 5.00 10.00 16.00 - Plan Sheets -- 5.00- 12.00 30.00 - Wiring Dia•ram -- 5.00 10.00 10.00 - Phasing Sheet -- 5.00 8.00 8.00 - Electrical Service Sheet -- 1.00- 2.00 4.00 - TxDOT and/or City Standard Sheets -------- QA/QC 10.00 10.00 Coordination and Meetin.s -- 4.00 4.00--- - -------- Subtotal - 10.00 35.00 0.00 50.00 69.00 0.00 12.00 Direct Labor Rates 2014 $ 202.03 $ 130.89 $ 110.53 $ 145.43 $ 116.35 $ 58.17 $ 45.32 Weighted Average Labor Escalation Rate(2014 thru 2016)- 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Subtotal Direct Labor Costs S 2,020.30 $ 4,581.15 $ - $ 7,271.50 $ 8,028.15 $ - $ 543.84 Exclusions Total Hours 176 1 Total Direct Labor Costs $22,444.94 Page 14 Ocean Drive - Doddridge St - Design Fee Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Signal&Ped Pole Ramon Maldonado 0 11/13/15 Hours by Classification Drawing Senior Junior WBS Task Description Sheets Project Design Engineering EIT Engineering Engineering Admin Manager Engineer Tech Tech Tech 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Ocean Drive @ Doddridge St-Signal Upgrade Design with Ped Poles _------ 12.00 Review As-Builts 2.00 2.00 2.00 Summary of Materials Sheet ---- 4.00 1.00 - General Notes -------- - Condition Diagram and Utility Layout Sheet -- 5.00 10.00 16.00 - Plan Sheets -- 5.00- 12.00 30.00 - Wirin•Diagram -- 5.00 10.00 10.00 - Phasing Sheet -- 5.00- 8.00 8.00 - Electrical Service -- 1.00- 2.00 4.00-- QA/QC 10.00 10.00 Coordination and Meetin.s -- 4.00 4.00 Subtotal - 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Direct Labor Rates 2014 - $ 202.03 $ 130.89 $ 110.53 $ 145.43 $ 116.35 $ 58.17 $ 45.32 Weighted Average Labor Escalation Rate(2014 thru 2016)- 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Subtotal Direct Labor Costs $ 2,424.36 $ 4,842.93 $ - $ 7,562.36 $ 8,028.15 $ - $ 543.84 Exclusions Total Hours 182 Total Direct Labor Costs $23,401.64 Page 15 Ocean Dr - Island Blvd - Design Fee Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Signal&Ped Pole Ramon Maldonado 0 11/13/15 minmommommemeimmaimmissmainum Hours by Classification Drawing Senior Junior WBS Task Description Project Design Engineering 9SheetsEIT Engineering Engineering Admin Manager Engineer Tech Tech Tech 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Ocean Dr . Island Blvd-Si.nal Desh n with Ped Poles ------- 12.00 Review As-Builts 2.00 2.00- 2.00--- - Summary of Materials Sheet ---- 4.00 1.00 - General Notes -------- - Condition Diagram and Utilit Layout Sheet -- 5.00- 10.00 16.00 Plan Sheets -- 5.00- 12.00 30.00 - Wiring Diagram -- 5.00 10.00 10.00 _ Phasing Sheet -- 5.00- 8.00 8.00 - Electrical Service Sheet -- 1.00- 2.00 4.00-- QA/QC 10.00 10.00 Coordination and Meetin.s -- 4.00 4.00--- - ------_- Subtotal - 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Direct Labor Rates 2014 - $ 202.03 $ 130.89 $ 110.53 $ 145.43 $ 116.35 $ 58.17 $ 45.32 Weighted Average Labor Escalation Rate(2014 thru 2016)_ 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Subtotal Direct Labor Costs $ 2.424 36 S 4.842.93 $ - $ 7,562.36 $ 8,028.15 $ - $ 543.84 Exclusions Total Hours 182 1 Total Direct Labor Costs $23,401.64 Page 16 Ocean Dr - Sand Dollar Blvd - Design Fee Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Signal&Ped Pole Ramon Maldonado 0 11/13/15 Hours by Classification Drawing Senior Junior WBS Task Description Sheets Project Design Engineering EIT Engineering Engineering Admin Manager Engineer Tech Tech Tech 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Ocean Dr . Sand Dollar Blvd-Sit nal Desi.n with Ped Poles ------- 12.00 Review As-Builts 2.00 2.00 2.00--- - Summary of Materials Sheet ---- 4.00 1.00 - General Notes -------- - Condition Diagram and Utility Layout Sheet -- 5.00 10.00 16.00 - Plan Sheets -- 5.00- 12.00 30.00 - Wiring Dia.ram -- 5.00 10.00 10.00 - Phasing Sheet -- 5.00 8.00 8.00 - Electrical Service Sheet -- 1.00 2.00 4.00 - -------- QA/QC 10.00 10.00 Coordination and Meetin.s -- 4.00 4.00 Subtotal - 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Direct Labor Rates 2014 $ 202.03 $ 130.89 $ 110.53 $ 145.43 $ 116.35 $ 58.17 $ 45.32 Weighted Average Labor Escalation Rate(2014 thru 2016)- 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Subtotal Direct Labor Costs $ 2.424 36 $ 4.842.93 S - $ 7,562.36 $ 8,028.15 $ - $ 543.84 Exclusions Total Hours 182 1 Total Direct Labor Costs $23,401.64 Page 17 Horne Rd - Columbia Pkwy - Design Fee Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Signal&Ped Pole Ramon Maldonado 0 11/13/15 immi mosommisonimusimussssss��ssssss>iss>i Hours by Classification Drawing Senior Junior WBS Task Description Sheets Project Design Engineering EIT Engineering Engineering Admin Manager Engineer Tech Tech Tech 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Home Road • Columbia-Si.nal Desi•n with Ped Poles ------- 12.00 Review As-Builts 2.00 2.00_ 2.00--- - Summary of Materials Sheet ---- 4.00 1.00 - General Notes -------- - Condition Diagram and Utilit La out Sheet -- 5.00 10.00 16.00 - Plan Sheets -- 5.00- 12.00 30.00 - Wiring Diagram -- 5.00 10.00 10.00 - Phasing Sheet -- 5.00 8.00 8.00 - Electrical Service Sheet -- 1.00- 2.00 4.00-- QA/QC 10.00 10.00 - Coordination and Meetin.s -- 4.00- 4.00 Subtotal - 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Direct Labor Rates 2014 - $ 202.03 $ 130.89 $ 110.53 $ 145.43 $ 116.35 $ 58.17 $ 45.32 Weighted Average Labor Escalation Rate(2014 thru 2016)- 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Subtotal Direct Labor Costs $ 2,424.36 $ 4,842.93 S - $ 7,562.36 $ 8,028.15 $ - $ • 543.84 Exclusions 1 Total Hours 182 Total Direct Labor Costs $23,401.64 Page 18 Ayers St - Roosevelt Dr - Design Fee Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Signal&Ped Pole Ramon Maldonado 0 11113/15 Hours by Classification Drawing Senior Junior WBS Task Description Sheets Project Design Engineering EIT Engineering Engineering Admin Manager Engineer Tech Tech Tech 12.00 37.00 0.00 52.00 69.00 0.00 12.00 A ers St 0 Roosevelt Dr-Si•nal Desi•n with Ped Poles ---_--- 12.00 Review As-Builts 2.00 2.00- 2.00--- - Summary of Materials Sheet ---- 4.00 1.00 - General Notes -------- - Condition Dia.ram and Utility Layout Sheet -- 5.00 10.00 16.00 - Plan Sheets -- 5.00- 12.00 30.00 - Wiring Diagram -- 5.00- 10.00 10.00 - Phasing Sheet -- 5.00- 8.00 8.00 - Electrical Service Sheet -- 1.00- 2.00 4.00-- QA/QC 10.00 10.00 Coordination and Meetin.s -- 4.00 4.00 Subtotal - 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Direct Labor Rates 2014 - $ 202.03 $ 130.89 $ 110.53 $ 145.43 $ 116.35 $ 58.17 $ 45.32 Weighted Average Labor Escalation Rate(2014 thru 2016)- 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Subtotal Direct Labor Costs $ 2.424.36 $ 4.842.93 $ - $ 7,562.36 $ 8,028.15 $ - $ 543.84 ems. liownsommomuimmowniiwo� Exclusions Total Hours 182 1 Total Direct Labor Costs $23,401.64 Page 19 Staples St - Brownlee Blvd - Design Fee Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Signal&Ped Pole Ramon Maldonado 0 11/13/15 Hours by Classification Drawing Senior Junior WBS Task Description Engineering Sheets Project Design EIT Engineering Engineering Admin Manager Engineer Tech Tech Tech 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Staples St @ Brownlee Blvd-Si•nal Desi•n with Ped Poles ------_ 12.00 Review As-Builts 2.00 2.00- 2.00--- - Summary of Materials Sheet ---- 4.00 1.00 - General Notes -------- - Condition Diagram and Utility Layout Sheet -- 5.00 10.00 16.00 - Plan Sheets -- 5.00- 12.00 30.00 - Wiring Diagram -- 5.00 10.00 10.00 - Phasing Sheet -- 5.00- 8.00 8.00 - Electrical Service Sheet -- 1.00 2.00 4.00 - -------- QA/QC 10.00 10.00 Coordination and Meetin•s -- 4.00 4.00 Subtotal - 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Direct Labor Rates 2014)- $ 202.03 $ 130.89 $ 110.53 $ 145.43 $ 116.35 $ 58.17 $ 45.32 Weighted Average Labor Escalation Rate(2014 thru 2016)- 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Subtotal Direct Labor Costs $ 2,424.36 $ 4,842.93 $ - $ 7,562.36 $ 8,028.15 $ - $ 543.84 mminiminimiiiimimimmonnimmoimminomonimiiiimi Exclusions Total Hours 182 1 Total Direct Labor Costs $23,401.64 Page 20 Nueces Bay Blvd - Buddy Lawrence Dr- Design Fee Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Signal&Ped Pole Ramon Maldonado 0 11113/15 Hours by Classification Drawing Senior Junior WBS Task Description Sheets Project Design Engineering EIT Engineering Engineering Admin Manager Engineer Tech Tech Tech 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Nueces Ba Blvd •.Budd Lawrence Dr-Si•nal Desi•n with Ped Poles ------ 12.00 Review As-Builts 2.00 2.00 2.00--- - Summary of Materials Sheet ---- 4.00 1.00 - General Notes ---_---- - Condition Diagram and Utility Layout Sheet -- 5.00 10.00 16.00 - Plan Sheets -- 5.00 12.00 30.00 - Wiring Diagram -- 5.00 10.00 10.00 - Phasing Sheet -- 5.00 8.00 8.00 - Electrical Service Sheet -- 1.00- 2.00 4.00-- QA/QC 10.00 10.00 Coordination and Meetin.s -- 4.00 4.00--- - -------- Subtotal - 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Direct Labor Rates 2014 - $ 202.03 $ 130.89 $ 110.53 $ 145.43 $ 116.35 $ 58.17 $ 45.32 Weighted Average Labor Escalation Rats(2014 thru 2016)- 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Subtotal Direct Labor Costs S 2,424.36 $ 4,842.93 $ - $ 7,562.36 $ 8,028.15 $ - $ 543.84 Exclusions Total Hours 182 1 Total Direct Labor Costs $23,401.64 Page 21 Leopard St - Battlin Buc Blvd - Design Fee - Company Discipline WBS Range Estimated by Rev Date _ Maldonado-Burkett Traffic Signal&Ped Pole Ramon Maldonado 0 11/13/15 Hours by Classification WBS Task Descri tion Drawing Senior Junior p Sheets Project Design EIT Engineering Engineering Engineering Admin Manager Engineer Tech Tech Tech 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Leopard St •0 Battlin Buc Blvd-Signal Design with Ped Poles ------- 12.00 Review As-Builts 2.00 2.00- 2.00--- - Summary of Materials Sheet ---- 4.00 1.00 - General Notes -------- - Condition Diagram and Utility Layout Sheet -- 5.00 10.00 16.00 - Plan Sheets -- 5.00 12.00 30.00 _ Wiring Diagram -_ 5.00 10.00 10.00 - Phasing Sheet -- 5.00- 8.00 8.00 - Electrical Service Sheet -- 1.00- 2.00 4.00-- OAIQC 10.00 10.00 Coordination and Meetin.s -- 4.00- 4.00 Subtotal - 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Direct Labor Rates 2014 - $ 202.03 $ 130.89 $ 110.53 $ 145.43 $ 116.35 $ 58.17 $ 45.32 Weighted Average Labor Escalation Rate(2014 thru 2016)- 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Subtotal Direct Labor Costs $ 2,424.36 $ 4,842.93 S - $ 7,562.36 $ 8,028.15 $ - $ 543.84 Exclusions Total Hours 182 1 Total Direct Labor Costs $23,401.64 Page 22 Leopard St - Palm Dr- Design Fee Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Signal&Ped Pole Ramon Maldonado 0 11/13/15 sominmmitomismismmatimsemossmemoommsommoiminommom Hours by Classification WBS Task Description Drawing Senior Junior p Sheets Project Design Engineering EIT Engineering Engineering Admin Manager Engineer Tech Tech Tech 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Leopard St .i Palm Dr•Si•nal Desi•n with Ped Poles ------- 12.00 Review As-Builts 2.00 2.00- 2.00--- - Summary of Materials Sheet ---- 4.00 1.00 _ General Notes -------- - Condition Diagram and Utility Layout Sheet -- 5.00 10.00 16.00 - Plan Sheets -- 5.00- 12.00 30.00 - Wiring Dia.ram -- 5.00- 10.00 10.00 - Phasing Sheet -- 5.00- 8.00 8.00 - Electrical Service Sheet -- 1.00- 2.00 4.00-- QA/QC 10.00 10.00 Coordination and Meetin.s -- 4.00- 4.00--- Subtotal - 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Direct Labor Rates 2014 - $ 202.03 $ 130.89 $ 110.53 $ 145.43 $ 116.35 $ 58.17 $ 45.32 Weighted Average Labor Escalation Rate(2014 thru 2016)- 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Subtotal Direct Labor Costs $ 2.424.36 S 4.842.93 $ - $ 7,562.36 $ 8,028.15 $ - $ 543.84 • Exclusions Total Hours 182 1 Total Direct Labor Costs $23,401.64 Page 23 Leopard St - Lantana St - Design Fee Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Signal&Ped Pole Ramon Maldonado 0 11/13/15 11111IMMEMIONI 1111111111111111111111111111111111111111111111 Hours by Classification Drawing Senior Junior WBS Task Description Project Design Engineering gSheets EIT Engineering Engineering Admin Manager Engineer Tech Tech Tech 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Leo•and St .)Lantana St-Si•nal Desi•n with Ped Poles ------- 12.00 Review As-Builts 2.00 2.00 2.00--- - Summary of Materials Sheet ---- 4.00 1.00 - General Notes -------- - Condition Diagram and Utility La out Sheet -- 5.00 10.00 16.00 - Plan Sheets -- 5.00- 12.00 30.00 - Wiring Diagram -- 5.00- 10.00 10.00 - Phasing Sheet -- 5.00- 8.00 8.00 _ Electrical Service Sheet -- 1.00- 2.00 4.00-- QA/QC 10.00 10.00 Coordination and Meetin.s -- 4.00- 4.00--- Subtotal - 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Direct Labor Rat** 2014 - $ 202.03 $ 130.89 $ 110.53 $ 145.43 $ 116.35 $ 58.17 $ 45.32 Weighted Average Labor Escalation Rats(2014 thru 2018)- 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Subtotal Direct Labor Costs $ 2.424.36 S 4.842.93 $ - $ 7,562.36 $ 8,028.15 $ - $ 543.84 Exclusions Total Hours 182 1 Total Direct Labor Costs $23,401.64 Page 24 McKinzie Rd - Haven Dr - Design Fee Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Signal&Ped Pole Ramon Maldonado 0 11/13/15 Hours by Classification Drawing Senior Junior WBS Task Description Sheets Project Design Engineering EIT Engineering Engineering Admin Manager Engineer Tech Tech Tech 12.00 37.00 0.00 52.00 69.00 0.00 12.00 McKinzie Rd •i Haven Dr-Si•nal Desi•n with Ped Poles -_----- 12.00 Review As-Builts 2.00 2.00- 2.00--- - Summary of Materials Sheet ---- 4.00 1.00 _ General Notes -------- - Condition Dia.ram and Utility Layout Sheet -- 5.00 10.00 16.00 - Plan Sheets _- 5.00- 12.00 30.00 - Wiring Diagram -- 5.00 10.00 10.00 _ Phasing Sheet -- 5.00 8.00 8.00 - Electrical Service Sheet _- 1.00- 2.00 4.00-- QA/QC 10.00 10.00 Coordination and Meetin.s _- 4.00 4.00 Subtotal - 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Direct Labor Rates 2014 - $ 202.03 $ 130.89 $ 110.53 $ 145.43 $ 116.35 $ 58.17 $ 45.32 Weighted Average Labor Escalation Rate(2014 thru 2016)- 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Subtotal Direct Labor Costs S 2.424.36 $ 4.842.93 S - S 7,562.36 $ 8,028.15 $ - $ 543.84 Exclusions Total Hours 182 1 Total Direct Labor Costs $23,401.64 Page 25 Santa Fe St - Texan Trail - Design Fee Company Discipline WBS Range Estimated by Rev Date Maldonado-Burkett Traffic Signal&Ped Pole Ramon Maldonado 0 11/13/15 Hours by Classification Drawing Senior Junior WBS Task Description Sheets Project Design Engineering EIT Engineering Engineering Admin Manager Engineer Tech Tech Tech 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Santa Fe St @ Texan Trail-Si•nal Desi.n with Ped Poles ------- 12.00 Review As-Builts 2.00 2.00- 2.00--- - Summa of Materials Sheet ---- 4.00 1.00 - General Notes -------- - Condition Dia.ram and Utility Layout Sheet -- 5.00 10.00 16.00 - Plan Sheets -- 5.00- 12.00 30.00 _ Wiring Dia.ram -- 5.00 10.00 10.00 - Phasing Sheet -- 5.00 8.00 8.00 _ Electrical Service Sheet _- 1.00- 2.00 4.00-- QA/QC 10.00 10.00 Coordination and Meetin.s -- 4.00 4.00--- -_ -_-_-_-_-_-_-_- Subtotal - 12.00 37.00 0.00 52.00 69.00 0.00 12.00 Direct Labor Rates 2014 - $ 202.03 $ 130.89 $ 110.53 $ 145.43 $ 116.35 $ 58.17 $ 45.32 Weighted Average Labor Escalation Rate(2014 thru 2016)- 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Subtotal Direct Labor Costs $ 2,424.36 $ 4.842.93 $ - $ 7,562.36 $ 8,028.15 $ - $ 543.84 Exclusions Total Hours 182 1 Total Direct Labor Costs $23.401.64 Page 26 EXHIBIT B-1 CONFIDENTIAL RATE SCHEDULE Master Services Agreement Exhibit B-1 f I• 1 f EXHIBIT C PAYMENT REQUEST FORM Master Services Agreement Exhibit C Sample form for: Payment Request COMPLETE PROJECT NAME Revised 07/27/00 Project No. XXXX Invoice No. 12345 . Invoice Date: Total Amount Previous Total Percent - Basic Services: Contract Amd No. 1 Amd No. 2 Contract Invoiced Invoice Invoice Complete :- Preliminary Phase $1,000 $0 $0 $1,000 $0 $1,000 $1,000 100% Design Phase 2,000 1,000 0 3,000 1,000 500 1,500 50% Bid Phase 500 0 250 750 0 0 0 0% Construction Phase 2,500 0 1,000 3,500 0 0 0 0% Subtotal Basic Services $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% Additional Services: Permitting $2,000 $0 $0 $2,000 $500 $0 $500 25% Warranty Phase 0 1,120 0 1,120 0 0 0 0% Inspection 0 0 1,627 1,627 0 0 0 0% Platting Survey TBD TBD TBD TBD TBD TBD TBD 0% O & M Manuals TBD TBD TBD TBD TBD TBD TBD_ 0% SCADA TBD TBD TBD TBD TBD TBD TBD 0% Subtotal Additional Services $2,000 $1,120 $1,627 $4,747 $500 $0 $500 11% Summary of Fees Basic Services Fees $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% Additional Services Fees 2,000 1,120 1,627 4,747 500 0 500 11% Total of Fees $8,000 $2,120 $2,877 $12,997 $1,250 $1,500 $3,000: 23% - X co I eD W •-- o ..71 ci 41 I Y / \ 1 • t J EXHIBIT D DISCLOSURE OF INTEREST Master Services Agreement Exhibit D e • • I. SUPPLIER NUMBER TO BE ASSIGNEE)BYTPi Y PURCHASING DIVISION City of CITY OF CORPUS CHRISTI 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: Maldonado-Burkett Intelligent Transpiration Systems, LLP P.O. BOX: N/A STREET ADDRESS: 2205 Western Trails Blvd., CITY: Austin ZIP: 78745 Suite B FIRM IS: I. Corporation 2. Partnership 3. Sole Owner ❑ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. I. State the names of each "employee" of the City of Corpus Christi having an `ownership interest"constituting 3%or more of the ownership in the above named "firm.'' Name Job Title and City OI A 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 4) 1A Title 3. State the names of each "board member" of the City of Corpus Christi having.an "ownership interest"constituting 3%or more of the ownership in the above named"firm."v Name Board, Commission or ir 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." Name Consultant • 4 1 1 • • $ • h 1 � 1I FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement.. that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi.Texas as changes occur. Certifying Person: Ramon H. Maldonado Jr.,P.E. Title: Principal (Type or Print) Signature of Certifying Date:&_ .—..—pC 3/(0 c DEFINITIONS a. "Board member." A member of any hoard, 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. • II i 1 • I • • J I ' EXHIBIT E CERTIFICATE OF INSURANCE AND ENDORSEMENTS Master Services Agreement Exhibit E 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. 2016-1169 Maldonado-Burkett ITS, LLP Austin,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 01/05/2016 being filed. City of Corpus Christi Date Ack wledged: 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. E15165 Traffic Studies and Signal Design for traffic improvements along Spur 3 Corridor(Ennis Joslin Road)from SH 358(SPID)to Ocean 4 Nature of interest(check applicable) Name of Interested Party City,State,Country(place of business) Controlling Intermediary Burkett, Karl Austin,TX United States X Maldonado, Ramon Austin,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. 11 '" WANDA C.OSBORN a MY COMMISSION EXPIRES December 16,2017 Signature of au orized agen .f contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE ��� \ C Sworn to and subscribed before me,by the sai �r�fj crJ cz: 0 101Z\Othis the <-3 Zr0\h.W2.. 20 \ v2 ,to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer admi 'ling oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.33598