Loading...
HomeMy WebLinkAboutC2016-260 - 7/19/2016 - Approved 4 • (2.Ct 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 (local office), (Consultant), hereby agree as follows: 1. SCOPE OF PROJECT North Beach Area Improvements and Area Beautification (Bond 2012) - Project No. E12127 The North Beach Area Improvements and Area Beautification (Bond 2012) Project includes Design and Bid Phase services and associated Additional Services, as described herein, for the installation of new curb ramps along the east side of Surfside Blvd. between Burleson St. and Coastal Ave., street reclamation on Breakwater Ave., Bridgeport Ave., and Coastal Ave. between N. Shoreline Blvd. and Surfside Blvd. and on N. Shoreline Blvd. between Pearl Ave. and Coastal Ave., new pavement markings and incidental utility improvements within the project area. This contract is based upon proposed improvements with a total estimated construction cost of$1,100,000. 2. SCOPE OF SERVICES The Consultant hereby agrees to perform services to complete the Project, as detailed in Exhibit"A". In addition, Consultant will provide monthly status updates(project progress or delays 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 Consultant (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. 3. ORDER OF SERVICES The Consultant 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 Consultant 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 Consultant to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to 2016-260 7/19/16 Contract for Professional Services M2016-078Page 1 of 5 \J\ECONOMIC DEVELOPMENT\E12127-NORTH BEACH AREA ROAD IMPROVEMENTS(BOND 2012)\DESIGN LJA Engineering Inc. INDEXED 4 this contract. Consultant 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 Consultant a fee as described in Exhibit "A" for providing services authorized, a total fee not to exceed $130,524.70. Monthly invoices will be submitted in accordance with Exhibit "C". 5. INDEMNITY 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. 6. INSURANCE Consultant agrees to comply with the insurance requirements in Exhibit B. 7. TERMINATION OF CONTRACT The City may terminate this contract for convenience upon seven days written notice to the Consultant at the address of record. The City may terminate this agreement for cause upon ten days written notice to the Consultant. If Consultant begins, within three days of Contract for Professional Services Page 2 of 5 K:\ENGINEERING DATAEXCHANGE\CLARISSAJ\ECONOMIC DEVELOPMENT\E12127-NORTH BEACH AREA ROAD IMPROVEMENTS(BOND 2012)\DESIGN CONTRACTWE AGREEMENT E12127.DOC • receipt of such notice, to correct its failure and proceeds to diligently cure such failure within the ten days, the agreement will not terminate. In the event of termination, the Consultant will be compensated for its services on all stages authorized based upon Consultant 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 Consultant 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 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. 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, inspection reports 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.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. 12.DISCLOSURE OF INTEREST Consultant agrees to comply with City of Corpus Christi Ordinance No. 17112 and complete the Disclosure of Interests form as part of this contract. 13.CERTIFICATE OF INTERESTED PARTIES Contract for Professional Services Page 3 of 5 K:\ENGINEERING DATAEXCHANGE\CLARISSAJ\ECONOMIC DEVELOPMENT\E12127-NORTH BEACH AREA ROAD IMPROVEMENTS(BOND 2012)\DESIGN CONTRACT\AE AGREEMENT E12127 DOC For contracts that exceed $50,000, Consultant agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this agreement. Form 1295 requires disclosure of "interested parties" with respect to entities that enter contracts with cities. These interested parties include: (1) persons with a "controlling interest" in the entity, which includes: a. an ownership interest or participating interest in a business entity by virtue of units, percentage, shares, stock or otherwise that exceeds 10 percent; b. membership on the board of directors or other governing body of a business entity of which the board or other governing body is composed of not more than 10 members; or c. service as an officer of a business entity that has four or fewer officers, or service as one of the four officers most highly compensated by a business entity that has more than four officers. (2) a person who actively participates in facilitating a contract or negotiating the terms of a contract with a governmental entity or state agency, including a broker, intermediary, adviser or attorney for the business entity. Form 1295 must be electronically filed with the Texas Ethics Commission at https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm. The form must then be printed, signed, notarized and filed with the City. For more information, please review the Texas Ethics Commission Rules at https://www.ethics.state.tx.us/legal/ch46.html. 14.CONFLICT OF INTEREST Consultant agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City Secretary's Office, if required. 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. 15.ENTIRE AGREEMENT AND CONTROLLING LAW This Agreement 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. 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. 16.CONFLICT RESOLUTION BETWEEN DOCUMENTS Consultant hereby agrees and acknowledges if anything contained in the Consultant- prepared Exhibit A, Consultant's Scope of Services, or contained in any other document prepared by Consultant and included herein, is in conflict with this Agreement, this Agreement shall take precedence and control to resolve said conflict. Contract for Professional Services Page 4 of 5 K:\ENGINEERING DATAEXCHANGE\CLARISSAJ\ECONOMIC DEVELOPMENT\E12127-NORTH BEACH AREA ROAD IMPROVEMENTS(BOND 20121\DESIGN CONTRACT\AE AGREEMENT E12127 DOC CITY OF COR S CH LJ t r, I EIIG, INC. 77: kcfri J. Edmonds, P.E. Dat Patrick . Veteto, 2 Date Director of Engineering Services Vice President 820 Buffalo Street Corpus Christi, TX 78401 (361) 887-8851 Office RECOMMENDED 9)'' bI�L7��lo Operating Departm t Date APPROVED AS TO FUNDING ON eltio o I fo Office of Mgmt and Budget Date 20 I -0-10§) UKLL4► APPROVED AS TO LEGAL FORM "."LifAV A . Legal Department Date Date ATTEST c cco- 1 } ut2x CL �ecY �U Fund Nalme At counting Unit Account No. Activity No. Amount SW 2013 Bond 2012 3498-043 550950 E12127013198EXP $32,632.00 Street 2013 Bond 2012 3549-051 550950 E12127013549EXP $32,631.00 Water 2015 Bond 4097-041 550950 E12127014097EXP $32,631.00 WW 2015 Bond 4255-042 550950 E12127014255EXP $32,000.00 WW 2013 Bd 2012 4253-042 550950 E12127014253EXP $630.70 Total: $130,524.70 Contract for Professional Services Page 5 of 5 (ENGINEERING DATAEXCHANGE\CLARISSAJ.ECONOMIC DEVELOPMEMTE12127-NORTH BEACH AREA ROAD IMPROVEMENTS[BOND 2012pOESIGN CONTRACT\AE AGREEMENT E12127.DOC • • EXHIBIT "A" CITY OF CORPUS CHRISTI, TEXAS North Beach Area Improvements and Area Beautification (Bond 2012) Project No. E12127 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. GensultaRt. • a . , . - • - , . „- __ - - -- - impr-evemen#s, • served- dents- • p) Proparo an Enginooring Lottor Ro•• ! - -- = ••- • -- - - • - - - - • - C ngi eerinn I etter Roport to include• EXHIBIT"A" Page 1 of 11 Revised November 26,2013 • • • • ■ . •• ■ - • Draft Engineering I etter Report • - • - -- - - --- -- -- - - :t - _•• � - -• ' - -- 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. 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. Anv unauthorized use or EXHIBIT"A" Page 2 of 11 Revised November 26,2013 • 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) - • -- - - •- - . •• •- - _ •e •..... - - - - - _-_ c) Prepare construction documents in City standard format for the work identified in-the approved' E R under the previous contract. For construction plans that 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) - = - - .. . _ : = =• •- ' - • _ _ - - drawinge. 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 fail-size fiafd 11"X17" 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. f) Hold Project 60%feview Submittal meeting. Prepare meeting agenda and distribute meeting minutes to attendees within five working days of the meeting. Assimilate all review comments, as appropriate and, upon Notice to Proceed. EXHIBIT"A" Page 3 of 11 Revised November 26,2013 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.. ••-- _-- _ • __ ••-• _ se _ _ • . 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 A/E will: - --- - - - • ' - . - - - - ' ' - • - ' - - - -- - _ -• : 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. 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 NE'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. EXHIBIT"A" Page 4 of 11 Revised November 26,2013 • • • 601:14461-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. a) - -- = •• - -- - - - - - - - - - •••-- =- b) c) = = - - • = = = - - - -- - - -- -• d) = - - - - - - -- -- - - - = -- - - e) _ - - - - - - - - - -- - 2 - h) = = - ' •, = = - i) Review Contractor-provided construction"red-line"drawings. Prepare Project record drawings and provide a reproducible set and electronic file (AutoCAD r.14 or later) within two(2) months of final acceptance of the project.All drawings shall be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. (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. EXHIBIT"A" Page 5 of 11 Revised November 26,2013 • 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 NE 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 Diecharge Permit e) NPDES Permit/Amendments (including SSC, NOI NOT) g) Nueces County #i) Texas Historical Commission (THC) �) U.S. Fish and Wildlife Service (USFWS) U.S. Army Corps of Engineers(USACE) I) Texas Department of Licensing and Regulation (TDLR) rn) Texas General Land Office (TGLO) • _ • b) Research plats, ROW maps, deed, c\asoments, and survey for fence corners, -•- -• -e • .. - -. • - . , . EXHIBIT"A" Page 6 of 11 Revised November 26,2013 • 2. 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. • construction. •- to EXHIBIT"A" Page 7 of 11 Revised November 26,2013 • .. • .. Level A. 3. Public Meetings (1 Meeting). Participate in one(1)public meeting. 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. 4. 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 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. • EXHIBIT"A" Page 8 of 11 Revised November 26,2013 5. Preparation of Record Drawincis. Review Contractor-provided construction "red-line" drawings. Prepare Project record drawings and provide a reproducible set and electronic file (AutoCAD r.14 or later)within two(2)months of final acceptance of the project. All drawings shall be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. 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 supersede-supplements Exhibit"A". II. SCHEDULE Date Activity Begin Field Work Upon receipt of executed contract and NTP from City Submit 60% Design 4 Months after receipt of NTP from City City Review 1 Month Submit 100% Design 2 Weeks after receipt of 60%comments from City City Review 1 Month Submit Sealed Plans & Docs 2 Weeks after receipt of 100%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 6 Months after Begin Construction Ill. FEES A. Fee for Basic Services. The City will pay the A/E a fixed fee for providing for all"Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1-3 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 EXHIBIT"A" Page 9 of 11 Revised November 26,2013 • • statements for basic services rendered. The statements will be based upon A/E's estimate (and with City's concurrence) of the proportion of the total services actually completed at the time of billing. City will make prompt monthly payments in response to A/E'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 A/E'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 A/E'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: Summary of Fees Storm- Waste- Street Water Water Water Gas Total Basic Services Fees 1.Preliminary Phase(FF) $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 0.00 2.Design Phase(FF) $ 39,909.20 $ 22,805.25 $ 4,988.65 $ 3,563.33 $ 0.00 $ 71,266.43 3.Bid Phase(FF) $ 2,195.32 $ 1,254.47 $ 274.41 $ 196.00 $ 0.00 $ 3,920.20 Subtotal Basic Services Fees $ 42,104.52 $ 24,059.72 $ 5,263.06 $ 3,759.33 $ 0.00 $ 75,186.63 1. Permitting: TDLR(FF) $ 749.07 $ 0.00 $ 0.00 $ 0.00 $ 0.00 $ 749.07 (Authorized) 2. Topographic Survey (FF) $ 12,826.80 $ 7,329.60 $ 1,603.35 $ 1,145.25 $ 0.00 $ 22,905.00 (Authorized) 3. Public Meeting(1 Meeting)(FF) $ 1,256.46 $ 717.99 $ 157.05 $ 112.19 $ 0.00 $ 2,243.69 (Authorized) 4. Construction Phase Assistance(T&M) $ 13,945.90 $ 7,969.09 $ 1,743.23 $ 1,245.16 $ 0.00 $ 24,903.38 (Authorized) 5. Preparation of Record Drawings(FF) $ 2,540.68 $ 1,451.81 $ 317.59 $ 226.85 $ 0.00 $ 4,536.93 (Authorized) Sub-Total Additional $ 31,318.91 $ 17,468.49 $ 3,821.22 $ 2,729.45 $ 0.00 $ 55,338.07 Services Fees Total Authorized Fee $ 73,423.43 $ 41,528.21 $ 9,084.28 $ 6,488.78 $ 0.00 $130,524.70 (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.) EXHIBIT"A" Page 10 of 11 Revised November 26,2013 • TABLE 1 RATE SCHEDULE Classification Billinsa Rate Engineer VII(P.E.)25+Yrs Experience $225.00-285.00/hr Engineer VI (P.E.) 15+Yrs Experience $175.00-225.00/hr Engineer V(P.E.) 10+Yrs Experience $135.00-175.00/hr Engineer IV(P.E.)5+Yrs Experience $115.00-135.00/hr Engineer III (E.I.T.)2+Yrs Experience $ 95.00-115.00/hr Engineer II (E.I.T.)0-2 Yrs Experience(MSCE) $ 75.00-95.00/hr Engineer I (E.I.T.)0-2 Yrs Experience $ 55.00-75.00/hr CAD Designer/Tech $ 75.00-115.00/hr R.P.L.S $ 105.00-175.00/hr Survey Technician $ 45.00-75.00/hr Clerical Assistant $ 40.00-80.00/hr Reimbursable expenses such as reproduction,telephone,travel expenses and other non-labor charges directly related to the project will be billed at cost plus 15% in addition to the fees agreed upon for services rendered. Vehicle mileage will be charged at the current IRS mileage rate per mile. Subconsultants will be billed at cost plus 15%. Add 50%surcharge for weekends and/or for over 40 hrs/week. EXHIBIT"A" Page 11 of 11 Revised November 26,2013 LA2 012015 • • • EXHIBIT A-1 CITY OF CORPUS CHRISTI, TEXAS North Beach Area Improvements and Area Beautification (Bond 2012) Project No. E12127 TASK LIST GENERAL The North Beach Area Improvements and Area Beautification (Bond 2012) Project includes Design and Bid Phase services and associated Additional Services, as described herein, for the installation of new curb ramps along the east side of Surfside Blvd. between Burleson St. and Coastal Ave., street reclamation on Breakwater Ave., Bridgeport Ave., and Coastal Ave. between N. Shoreline Blvd. and Surfside Blvd. and on N. Shoreline Blvd. between Pearl Ave. and Coastal Ave., new pavement markings and incidental utility improvements within the project area. This contract is based upon proposed improvements with a total estimated construction cost of$1,100,000. Exhibit "A", I. A. - BASIC SERVICES Preliminary Phase Preliminary Phase Services are excluded from this Contract. 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. Exhibit "A", I. A. 2. a) -Clarification Coordination with AEP to convert their existing overhead infrastructure in the project area to underground infrastructure is not included in the scope of work of this Contract. EXHIBIT "A-1" Page 1 of 3 • 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 with the following exception: Preparation of a CivCast bid spreadsheet is not included in the scope of services of this Contract. 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 A/E as a Time & Materials Additional Service upon request as described in Exhibit 'A'. 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. Topographic Survey (Fixed Fee) Services will be provided in accordance with Exhibit 'A' of the Contract for Professional Services. The scope of topographic survey services shall be limited to surface improvements along Breakwater Avenue, Bridgeport Avenue and Coastal Avenue between N. Shoreline Boulevard and Surfside Boulevard and surface improvements at the curb ramps along the east side of Surfside Boulevard between Coastal Avenue and Burleson Street. EXHIBIT"A-1" Page 2 of 3 3. Public Meeting (1 Meeting) (Fixed Fee) Services will be provided in accordance with Exhibit 'A' of the Contract for Professional Services. 4. Construction Phase Assistance (Time and Materials) Services will be provided in accordance with Exhibit 'A' of the Contract for Professional Services. 5. Preparation of Record Drawings (Fixed Fee) Services will be provided in accordance with Exhibit 'A' of the Contract for Professional Services. Exhibit "A", III. Fees The fees proposed within this Contract are contingent upon the combination of this project and City Project No. E12129, such that LJA will only prepare one (1) set of bid documents for both projects, and both projects will be bid and constructed together as one (1) project. EXHIBIT"A-1" Page 3 of 3 • EXHIBIT B Insurance Requirements Pre-Design, Design and General Consulting Contracts 1.1 Consultant must not commence work under this agreement until all required insurance 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. 1.2 Consultant must furnish to the Director of Engineering Services with the signed agreement a copy 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. 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 Per occurrence - aggregate applicable policy endorsements PROFESSIONAL LIABILITY $1,000,000 Per Claim (Errors and Omissions) (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 insured. 1.3 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. 1.4 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. 1.5 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 1.6 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: 1.6.1 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. 1.7 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. 1.8 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. 1.9 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. 1.10 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. 1.11 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O d G. L E 0_ a OU 0 0 0 0 0 000 0 0 0 o 0 p 0 00 0 00 V m o ~ o > F- c 3 d O0 O O O 0 0 O 0 0 0000 0 0 0 ce ER. ER m m 0ER R o t) F- F- •5 o i c a — .,.. -0 Oa Oa O O O Oa Oa O O O O p p Oa Oa O Oa M v CO CO ~ ~ o . E >> Q c .r o0 o 0 0 0 00 00 0 0 0 0 p p 00 00 0 00 CO m W3 ` F- F- W � U ° O Q 0N Z W ' 0 N c)Ea O O O O 0Eft 0 0 000000 0 0 0 ✓ C Z a) G to m m W Z y Z —) ++ t) O a a 'pc � Q do ° a aa 0 oc O O O O Q Q o oc 00 COER Eft m Eft C F- F- Z 13 E 4 (.3 0 0 0 0 0 0 OA 0 0 0 O Q Q 0 0 0 0 COER CO i F- I- C 0 C.) U) a) • 0 N a) a) a) 0 'cri CO co Li- a) N •Z U c0 N O N N a) LL U_ co C 0 cu a) Ws P0)i >, O I4 0 LL u)v a O co V) -c Z O .° CO N t :r m is rn a c m Q LL O co a cn a U c c >- 0 -- c2 a) c ,� Cl) ca = m O c 1- a) Q ;a m o o E rn a o v 4-' E T o c o 2 p o E U F Exhibit"C" coc2 a) "0 o o = TS a`� co N co am) °� O = E m V o Page 1 of 1 mapmrx0cn aa > EacOcnco cnmQF- • ii;k1 SUPPLIER NUMBER TO BE ASSIGNED BY CI FY PURCHASING DIVISION City of CITY OF CORPUS CHRISTI cis;DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112,as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: LJA Engineering,Inc. P.O.BOX: STREET ADDRESS: 820 Buffalo Street CITY: Corpus Christi ZIP: 78401 FIRM IS: 1. Corporation ® 2. Partnership 8 3. Sole Owner 0 4. 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 Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) 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." ItrL►e Board,Commission or Committee M.Z.- 77. V .S7157:70 tx49 AG jw 420v414. oP" dick!ET4, -5 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 EXHIBIT D PAGE 1 OF 2 • • FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus ow .sti,Texas as changes occur. Certifying Person: Patrick D.Vete P.E.., j j Title: Vice President (Type or Print) Signature of Certifying Date: 04-20-16 Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain,whether professional,industrial or commercial,and whether established to produce or deal with a product or service,including but not limited to,entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers,Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. EXHIBIT D PAGE 2 OF 2 • • CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY 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. 2016-50911 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 05/05/2016 being filed. City of Corpus Christi Date ckno ledged 1 X21 I to 3 Provide the identification number used by the governmental entity or state agency to track or identify the c ntract,and provide a description of the services,goods,or other property to be provided under the contract. E12127 Engineering and Surveying Services 4 Nature of Interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under .f perjury,that the above disclosure is true and correct. 4 4,tVr 4 DIANA C RAMIREZ ( , I ��hMy Commission Expires I • ' - November'November'11,2017 ' • Signature of authorized ages of contracting business entity � q � AFFIX NOTARY STAMP/SEAL ABOVE 1 Sworn to and subscribed before me,by the said J. .S CO 4.+ J O n e J ,this the 5 tb day of /V1 Q y 20 (C) ,to certify which,witness my hand and seal of office. r Di'ana C IQa rn�rez 1-; mint• 15S7L' 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 V1.0.1021