Loading...
HomeMy WebLinkAboutPR 19643: ARCENEAUX, WILSON AND COLE LLC PAVING DESIGN OF BLUEBONNET AVENUE Energy -' City of Ciry ort rthur Texas INTEROFFICE MEMORANDUM PUBLIC WORKS DEPARTMENT-ADMINISTRATION DIV. Date: January 10, 2017 To: Brian McDougal, City Manager From: Armando Gutierrez, Jr.,P.E., Director of Public Works RE: Proposed Resolution No. 19643 RECOMMENDATION It is recommended that the City Council approve P. R. No. 19643 authorizing the City Manager to execute a contract with Arceneaux, Wilson and Cole, LLC for the design services for Bluebonnet Avenue Improvements Project (Phase II) from Gulfway Drive (SH 87) to Woodworth Blvd. for the amount of $63, 500.00. BACKGROUND The Bluebonnet Avenue Improvements Project from Gilham Circle to 19th Street was a road rehabilitation project funded by Hurricane Ike Round 2.2 General Land Office (GLO). The City of Port Arthur entered into an agreement with Arceneaux, Wilson and Cole, LLC to perform engineering services for the Hurricane Ike Rounds 2.1 and 2.2 projects funded by the GLO. The City decided to divide the project into two phases and to redesign the northern segment of Bluebonnet Avenue. The GLO funding for engineering services were exhausted leading to the City funding for the design services. The City requested Arceneaux, Wilson and Cole, LLC to submit a proposal for the redesign of the Phase II (northern segment) of Bluebonnet Avenue. Evaluation of the proposal is deemed reasonable; therefore, it is recommended that the proposal be accepted. BUDGET/FISCAL EFFECT Funds are available in the following account: 001-1203-531.86-00 City Streets Account. SUMMARY It is recommended that the City Council approve P. R. No. 19643 authorizing the City Manager to execute a contract with Arceneaux, Wilson and Cole, LLC for the design services for Bluebonnet Avenue Improvements Project (Phase II) from Gulfway Drive (SH 87) to Woodworth Blvd. for the amount of $63, 500.00. "Remember we are here to serve the Citizens of Port Arthur" P. R. 19643 01/10/17 rtb RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT BETWEEN THE CITY OF PORT ARTHUR AND ARCENEAUX, WILSON AND COLE LLC FOR PROFESSIONAL SERVICES FOR PAVING DESIGN OF BLUEBONNET AVENUE IMPROVEMENTS PROJECT (PHASE II) FROM GULFWAY (SH 87) TO WOODWORTH BLVD., WITH A PROJECTED BUDGETARY AMOUNT OF $63,500.00. FUNDING AVAILABLE IN CITY STREETS ACCOUNT NO.: 001-1203-531.86-00. WHEREAS, the Bluebonnet Avenue Improvements Project from Gilham Circle to Woodworth Blvd., a Round 2.2 General Land Office (GLO) Funded Project, was a rehabilitation project consisting of milling, base repair and asphalt overlay and consisted of two segments (Gilham Circle to Gulfway Drive and Gulfway Drive to Woodworth Blvd.); and, WHEREAS, the City of Port Arthur entered into an agreement with Arceneaux, Wilson and Cole, LLC, to perform engineering services for the Hurricane Ike Round 2.2 funded by the GLO; and, WHEREAS, after the start of construction there were more base failures than anticipated, however, the contractor was given permission to repair the additional areas along with the original contracted areas resulting to change orders; and, WHEREAS, upon completion of the milling of the northern portion of Bluebonnet Avenue, it was discovered that the base failures were spread with similar conditions as the southern segment of Bluebonnet Avenue; and, P.R. 19643 Page 2 WHEREAS, the GLO funding for engineering services were exhausted leading to the City being responsible for funding the redesign of the northern segment of Bluebonnet Avenue; and, WHEREAS, the City requested Arceneaux, Wilson and Cole, LLC to submit a proposal for the redesign of the northern segment of Bluebonnet Avenue from Gulfway Drive to Woodworth Blvd. called "Phase II"; and, WHEREAS, the City of Port Arthur received a proposal from Arceneaux, Wilson and Cole, LLC for professional services relating to design services in the amount of $63,500.00; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the contract is attached hereto as Exhibit "A", with Arceneaux, Wilson and Cole, LLC for design engineering services related to the Bluebonnet Avenue Improvements Project (Phase II); and, THAT, the cost of these services is not to exceed the amount of $63,500.00; and, THAT, the City Manager is hereby authorized and directed to execute on behalf of the City of Port Arthur, a contract in substantially the same form as Exhibit "A" between the City of Port Arthur and with Arceneaux, Wilson and Cole, LLC to perform engineering services for the Bluebonnet Avenue Improvements Project (Phase II) project; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED this the day of , A.D. 2017 at a meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor: Councilmembers: Noes: Derrick Freeman Mayor Attest: Sherri Bellard City Secretary APPROVED AS TO FORM: APPROVED AS TO AVAILABILITY OF FUNDS: Valecia Tizeno Jerry Dale, CGFO/CPA , gr City Attorney Director of Finance APPROVED FOR ADMINISTRATION: Armando Gutierrez, Jr. P.E. Director of Public Works Brian McDougal / if 0 469.1A City Manager Clifton Williams, CPPB Acting Purchasing Director EXHIBIT A Exhibit A Total of 14 pages THE STATE OF TEXAS § COUNTY OF JEFFERSON § CONTRACT FOR PROFESSIONAL SERVICES (NON-FEDERAL FORM) PART I - AGREEMENT THIS AGREEMENT, entered into as of this day of , 2017 by and between the City of Port Arthur,Port Arthur,Texas(hereinafter called the"CITY")acting herein by its City Manager,hereunto duly authorized and Arceneaux Wilson&Cole LLC(hereinafter called the"ENGINEER")acting herein by Joe M.Wilson,Jr.,PE,its President, hereunto duly authorized: WITNESSETH THAT: WHEREAS, the CITY desires to engage the Engineer to (1) render certain technical and professional services hereafter described in"Scope of Services"or(2)perform certain work hereafter described in "Scope of Services": NOW, THEREFORE, the Parties hereto do mutually agree as follows: 1. EMPLOYMENT OF ENGINEER The CITY hereby agrees to engage the ENGINEER and the ENGINEER hereby agrees to perform the "Scope of Services" hereinafter set forth. This contract shall be performed in Jefferson County,Texas. 2. SCOPE OF SERVICES A. BASIC SERVICES Engineering services in connection with the following described project, to wit: Paving Design for Bluebonnet Avenue Phase II From Gulfway Drive to Woodworth AWC Project No. CPA-826 ENGINEER'S compensation for Basic Services shall be as set forth in Paragraph 5. Page 1 The services rendered by ENGINEER for the Project to be designed for construction are divided into three(3)distinct and sequential phases as follows: 1. Preliminary Phase Preliminary studies, layouts, and cost estimates 2. Design Phase-Preparation of plans, specifications and contract documents 3. Construction Phase- CITY'S representative during bidding and construction Certain elements of the engineering work are covered under the Basic Services; others are performed as Additional Services. Those elements of the engineering work which cannot be accurately predetermined or controlled entirely by the ENGINEER are performed as Additional Services. These phases are expanded in the following outline: A. BASIC SERVICES , . • 1 _ ... . . - . (d) ' . . . - • . - , .. . . 2. DESIGN PHASE (a) Provide Project Management service to direct,supervise and coordinate the various items of work within this Phase,including review of the activities of subcontracted engineers. (b) Establish the scope of any additional soil and foundation investigations or any special surveys and tests which, in the opinion of the ENGINEER may be required for design, and arrange for such work to be done, for the CITY'S account. (c) Furnish to the CITY,where required by the circumstances of the assignment, the engineering data necessary for applications for routine permits by local, state,and federal authorities(as distinguished from detailed applications and supporting documents for government grants-in-aid, or for planning advances). (d) Perform field surveys to collect information which in the opinion of the Page 2 ENGINEER is required for design, including photogrammetry, and related office computations and drafting. (e) Prepare detailed specifications and contract drawings and bidding documents to be included in contract documents for construction authorized by the CITY. (0 Prepare detailed cost estimates of authorized construction. The ENGINEER shall use reasonable skill and care befitting the profession in preparing cost estimates that will reflect current, local construction costs. (g) Furnish the CITY all necessary copies of approved Contract Documents including notices to bidders and proposal forms, up to twenty(10) sets. 3. CONSTRUCTION PHASE (a) Provide Project Management services to direct supervise and coordinate the various items of work within this Phase, including review of activities of subcontracted engineers. (b) Assist the CITY in the advertisements of the project for bids. (c) Assist the CITY in the opening and tabulation of bids for construction of the Project,and consult with the CITY as the proper action to be taken,based on the engineering considerations involved. (d) Assist in the preparation of formal Contract Documents. (e) Provide routine horizontal and vertical controls for use by Contractor to do his detailed construction staking. (f) a.) Continuous services of a Resident Project Representative as intervals appropriate to the various stages of construction to observe and to evaluate the progress and quality of work, and to determine in general if the construction is proceeding in accordance with the Contract Documents. ENGINEER will work closely with the Resident Project Representative (when required by CITY) to insure that complete, accurate construction records, reports and information are being provided and that the quantities and quality of work done by the Contractor are consistent with the Contract Documents. b.) Provide services of a Resident Project Representative and other field personnel as required by the CITY for on-the-site determination of the quantities and quality of the work done by the Contractor, and to provide construction records,reports and information to the ENGINEER or Project Engineer. (g) Arrange for construction testing as required by the Project, for the CITY'S account. (h) Consult with and advise with the CITY, issue all instructions to the Contractor requested by the CITY, and prepare and issue routine change Page 3 orders with CITY'S approval. On matters requiring the CITY's involvement the ENGINEER shall provide the CITY'S designated representative with all facts germane to such matters along with a complete recommendation for the CITY to consider. Upon the decision of the CITY, the ENGINEER shall be notified of the CITY'S decision with instructions to inform the Contractor. All matters of this nature shall be reduced to writing for the record as soon as practical. The ENGINEER shall have other duties in this regard that may be included in the General Conditions of construction contract documents: (i) Review samples,catalog data,schedules,shop drawings,laboratory,shop and mill tests of material and equipment and other data which the Contractor submits. This review is for the benefit of the CITY and covers only general conformance with the information given by the Contract Documents. The Contractor is to review and stamp his approval on submittals prior to submitting to ENGINEER, and review by the ENGINEER does not relieve the Contractor of any responsibility such as dimensions to be confirmed and correlated at the job site,appropriate safety measures to protect workers and the public, or the necessity to construct a complete and workable facility in accordance with the Contract Documents. (j) Obtain and reviews monthly the final estimates for payments to Contractors, furnish to the CITY any recommended payments to Contractors and assemble written guarantees which are required by the Contract Documents. (k) Conduct, in company with the CITY, a final inspection of the Project for compliance with the Contract Documents, and submit recommendations concerning Project status, as it may affect CITY'S final payment to the Contractor. ENGINEER'S compensation for Basic Services shall be as set forth in Paragraph 5. Page 4 B. ADDITIONAL SERVICES All work performed by ENGINEER at request of CITY which is not included in the Basic Services defined above,shall constitute Additional Services. Unless included in said Basic Services,Additional Services may include but are not limited to the following: (1) Studies,tests,and process determination to establish basis of design for water and waste treatment facilities. (2) Land surveys and establishment of boundaries and monuments, and related office computation and drafting. (3) Preparation of property or easement descriptions. (4) Preparation of any special reports required for marketing of bonds. (5) Small design assignments(estimated construction cost less than $100,000). (6) Appearances before regulatory agencies. (7) Assistance to the CITY as an expert witness in any litigation with third parties, arising from the development or construction of the Project, including preparation of engineering data and reports. (8) Special investigations involving detailed consideration of operation, maintenance and overhead expenses;preparation of rate schedules; earnings and expense statements; special feasibility studies; appraisals; evaluations; and material audits or inventories required for certification of force account construction performed by the CITY. (9) Special soil and foundation investigations, including field and laboratory tests,borings,related engineering analyses, and recommendations. (10) Detailed mill, shop and/or laboratory inspection of materials or equipment. (11) Travel and subsistence required of the ENGINEER and authorized by the CITY to points other than CITY'S or ENGINEER'S offices and Project site. (12) Additional copies of reports over ten(10) sets and additional sets of Contract Document over twenty(20) sets. (13) Preparation of applications and supporting documents for government grants or planning advances for public works projects. (14) Preparation of environmental statements and assistance to CITY in preparing for, and attending public hearings. (15) Plotting,computing, and filing plats of subdivisions; staking of lots; and related land planning and partitioning functions. (16) Revision of contract drawings after a definite plan has been approved by the CITY, redrawing of plans to show work as actually constructed. (17) Services after issuance of Certificate of Completion. (18) Services to investigate existing conditions or facilities or to make measured drawings thereof, or to verify accuracy of drawings or other information furnished by Client. (19) Preparation of operating instructions and manuals for facilities and training of personnel and assistance in operation of facilities. Page 5 (21) Additional or extended services during construction made necessary by work damaged by fire or other cause during construction, defective or neglected work of contractor; services rendered after prolongation of scheduled construction contract time by more than 5%, acceleration of work schedule involving services beyond normal working hours; or default under construction contract due to delinquency or insolvency. (22) Providing any other service not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted engineering practice. (23) Any other special or miscellaneous assignments specifically authorized by CITY. ENGINEER'S compensation for Additional Services shall be as set forth in Paragraph 5. 3. TIME OF PERFORMANCE ENGINEER will proceed immediately upon execution of this Contract with performance of the services called for under the Basic Services with completion within 365 days after execution, unless delayed by causes outside the control of ENGINEER,and will proceed with subsequent work only on authorization by CITY. ENGINEER shall immediately submit to CITY in writing evidence of delay satisfactory to the CITY Engineer's reasonable discretion,upon which an extension of time equal to the period of actual delay shall be granted in writing. 4. INFORMATION AND SERVICES TO BE FURNISHED ENGINEER It is agreed that the CITY will furnish, without charge, for the use of the Contract information,data,reports,records,and maps as are existing,available,and necessary for the carrying out of the work of the ENGINEER as outlined under "Scope of Services." The CITY and its agencies will cooperate with the ENGINEER in every way possible to facilitate the performance of the work described in this Contract. 5. COMPENSATION AND METHOD OF PAYMENT A. COMPENSATION CITY will pay ENGINEER for work performed and services rendered under Paragraph 2"Scope of Services",(Basic Services and Additional Services)at the following rates. It is agreed that total fees for Basic Services (including subcontracted engineering services as described herein)under this Contract,as defined in Paragraph 2A and based on the preceding schedule,shall be Sixty Three Thousand Five Hundred Dollars($63,500.00) and shall be paid in increments based on monthly invoices. Additional Services authorized in writing by the CITY will be compensated based upon hourly rates established by the ENGINEER as shown in Attachment 1. Page 6 B. PAYMENT ENGINEER will invoice CITY Monthly for its services and charges incurred by ENGINEER for subcontracted engineering services performed under the direction and control of ENGINEER as described herein. CITY agrees to pay ENGINEER at his office the full amount of each such invoice upon receipt or as otherwise specified in this Agreement.A charge of one percent per month shall be added to the unpaid balance of invoices not paid within 31 days after date of invoice. The engineer shall pay any subcontractors no later than the tenth day after he receives payment as required under Chapter 2251 Government Code of the Revised Civil Statutes of Texas. 6. RECORDS ENGINEER shall keep accurate records, including time sheets and travel vouchers, of all time and expenses allocated to performance of Contract work. Such records shall be kept in the office of the ENGINEER for a period of not less than five(5)years and shall be made available to the CITY for inspection and copying upon reasonable request. 7. OWNERSHIP OF DOCUMENTS All documents,including original drawings,estimates,specifications,field notes and data are property of CITY.ENGINEER may retain reproducible copies of drawings and other documents. All documents, including drawings and specifications prepared by ENGINEER are instruments of service in respect to the project. They are not intended or represented to be suitable for reuse by CITY or others on extensions of the Project or on any other project. Any reuse without written verification or adaption by ENGINEER for the specific purpose intended will be at CITY'S sole risk and without liability or legal exposure to ENGINEER and CITY shall indemnify and hold harmless ENGINEER from all claims, damages, losses and expenses including attorneys' fees arising out of or resulting therefrom. Any such verification or adaption will entitle ENGINEER to further compensation at rates to be agreed upon by CITY and ENGINEER. 8. INSURANCE All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The ENGINEER shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract,whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them,or by anyone for whose acts any of them may be liable,of the following types and limits(no insurance policy or certificate of insurance required below shall contain any aggregate policy year limit unless a specific dollar amount(or specific formula for determining a specific dollar amount)aggregate policy year limit is expressly provided in the specification below which covers the particular insurance policy or certificate of insurance). Page 7 1. Standard Worker's Compensation Insurance(with Waiver of Subrogation in favor of the CITY of Port Arthur, its officers, agents and employees.) 2. Commercial General Liability occurrence type insurance. (No "XCU" restrictions shall be applicable.) Products/completed operations coverage must be included,and the CITY of Port Arthur, its officers, agents and employees must be named as an additional Insured. a. Bodily injury $500,000 single limit per occurrence or $500,000 each person/$500,000 per occurrence. b. Property Damage $100,000 per occurrence. c. Minimum aggregate policy year limit$1,000,000. 3. Commercial Automobile Liability Insurance(including owned,non-owned and hired vehicles coverage). a. Minimum combined single limit of$500,000 per occurrence for bodily injury and property damage. b. If individual limits are provided minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. 4. Contractual Liability Insurance covering the indemnity provision of this contract in the same amount and coverage as provided for Commercial General Liability Policy, specifically referring to this Contract by date,job number and location. 5. ENGINEER also agrees to maintain Professional Liability Insurance coverage of $250,000 minimum per occurrence/claim/policy year aggregate limits against ENGINEER for damages arising in the course of, or as a result of,work performed under this Contract. Coverage shall continue for a minimum of two(2)years after the ENGINEER'S assignment under this Contract is completed.Additional Professional Liability Insurance required is $0 ENGINEER shall cause ENGINEER'S insurance company or insurance agent to fill in all information required (including names of insurance agencies, ENGINEER and insurance companies,and policy numbers,effective dates and expiration dates)and to date and sign and do all other things necessary to complete and make into a valid certificate of insurance the CERTIFICATE OF INSURANCE Form attached to and made a part of this Contract, and pertaining to the above listed Items 1,2,3,4, and 5; and before commencing any of the work and within the time otherwise specified, ENGINEER shall file said completed Form with the CITY. None of the provisions in said Form shall be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form contains a provision that coverages afforded under the policies will not be altered, modified or cancelled unless at least fifteen(15)days prior written notice has been given to the CITY. ENGINEER shall also file with the CITY valid CERTIFICATE(s)OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor(s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form(s) shall in any event be filed with CITY not more than ten (10) days after Page 8 execution of this Contract. • ,e!! 9. PROFESSIONAL LIABILITY A. ENGINEER shall be responsible for the use and employment of reasonable skill and care befitting the profession in the designs,drawings,plans,specifications,data,reports and designation of materials and equipment provided by ENGINEER for the Project covered by this Contract. Approval by CITY shall not constitute nor be deemed a release or waiver of the responsibility and liability of ENGINEER for the accuracy and competency of such designs, drawings, plans, specifications, data, reports and designation of materials and equipment. Contractor will be responsible for the actual supervision of Construction operations and safety measures involving the work, his employees and the public, but the ENGINEER will advise the Contractor of any items requiring the attention and action of the Contractor. B. If services include periodic visits to the site to inspect work performed by another Contractor,ENGINEER is responsible for exercising reasonable care and skills befitting the profession to assure that the Contractor performs the work in accordance with Contract Documents and to safeguard the CITY against defects and deficiencies in the work;provided, however, ENGINEER does not guarantee or insure the work completed by the Contractor. During visits to the construction site, and on the basis of the ENGINEER'S on-site observations as an experienced and qualified design professional, he will keep the CITY informed on the extent of the progress of the work, and advise the CITY of material and substantial defects and deficiencies in the work of material and substantial defects and deficiencies in the work of Contractors which are discovered by the ENGINEER or otherwise brought to the ENGINEER'S attention in the course of construction,and may,on behalf of the CITY exercise whatever rights the CITY may have to disapproved work and materials as failing to conform to the Contract Documents. C. In connection with the services of Resident Project Representatives,ENGINEER will use the usual degree of care and prudent judgement in the selection of competent Project Representatives, and the ENGINEER will use its best efforts to see that the Project Representatives are on the job to perform their required duties. In performing these duties and services (described in this sub-paragraph), ENGINEER is responsible for exercising reasonable care and skill befitting the profession the assure that the Contractor performs the work in accordance with Contract Documents and to safeguard the CITY against defects and deficiencies in the work;provided, however,ENGINEER does not guarantee or insure the work completed by the Contractor. D. In performing these services the ENGINEER will at all times endeavor to protect the CITY on the Project and work sites and safeguard the CITY against defects and deficiencies Page 9 in the work of the Contractor;provided,however,ENGINEER does not guarantee or insure the work completed by the Contractor, nor is ENGINEER responsible for the actual supervision of construction operations or for the safety measures that the Contractor takes or should take. E. ENGINEER shall not be responsible for any excess of construction costs over an amount estimated. 10. INDEMNIFICATION ENGINEER shall comply with the requirements of all applicable laws,rules,and regulations in connection with the services of ENGINEER and shall exonerate,indemnify and hold harmless the CITY,its officers,agents and all employees from any and all liability,loss or damage arising out of noncompliance with such laws,rules and regulations;without limitation,ENGINEER shall assume full responsibility for payments of Federal, State and Local taxes or contributions imposed or required under the Social Security,Worker's Compensation,and Income Tax Laws with respect to ENGINEER'S employees. Further,ENGINEER shall exonerate, indemnify and hold harmless the CITY, its officers, agents and all employees from any and all liability, loss, damages, expenses or claims arising out of negligence of ENGINEER, its officers, agents and employees in connection with any of the work performed or to be performed under this Contract by ENGINEER or as a result of ENGINEER'S failure to use and employ reasonable skill and care befitting the profession in accordance with paragraph 9 hereof. Further, ENGINEER shall exonerate, indemnify and hold harmless the CITY,its officers,agents,and all employees from any and all liability, loss,damages, expenses or claims for infringement of any copyright or patents arising out of the use of any plans, design, drawings, or specifications furnished by ENGINEER in the performance of this Contract. The foregoing indemnification provision shall apply to ENGINEER regardless of whether or not said liability, loss,damages,expenses,or claims is caused in part by a party indemnified hereunder. 11. ADDRESS OF NOTICE AND COMMUNICATIONS CITY: ENGINEER: Brian McDougal Arceneaux Wilson& Cole LLC City Manager 2901 Turtle Creek Dr., Suite 320 City of Port Arthur Port Arthur, Texas 77642 PO Box 1089 ATTN: Joe M. Wilson, Jr.,PE Port Arthur, Texas 77641-1089 All notices and communications under this Contract shall be mailed or delivered to CITY and ENGINEER at the above addresses. 12. CAPTIONS Each paragraph of this Contract has been supplied with a caption to serve only as a guide to Page 10 the contents. The caption does not control the meaning of any Paragraph or in any way determine its interpretation or application. 13. SUCCESSORS AND ASSIGNMENTS The CITY and the ENGINEER each binds himself and his successors, executors, administrators, and assigns to the other party of this Contract and to the successors, executors, administrators and assigns of such other party,in respect to all covenants of this Contract. Except as above, neither the CITY nor the ENGINEER shall assign, sublet, or transfer his interest in this Contract without the written consent of the other. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of any public body which may be a party hereto. 14. TERMINATION OF CONTRACT FOR CAUSE If, through any cause, the ENGINEER shall fail to fulfill in timely and proper manner his obligations under this Contract,or if the ENGINEER shall violate any of the covenants,agreements, or stipulations of this Contract,the CITY shall thereupon have the right to terminate this Contract by giving written notice to the ENGINEER of such termination and specifying the effective date thereof,at least five(5)days before the effective date of such termination. In such event,all finished or unfinished documents,data, studies, survey, drawings, maps,models,photographs,and reports prepared by the ENGINEER under this Contract shall,at the option of the CITY,become its property and the ENGINEER shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder. Notwithstanding the above,the ENGINEER shall not be relieved of liability to the CITY for damages sustained by the CITY by virtue of any breach of the Contract by the ENGINEER and the CITY may withhold any payment to the ENGINEER for the purpose of setoff until such time as the exact amount of damages due the CITY from the ENGINEER is determined. 15. TERMINATION FOR CONVENIENCE OF THE CITY The CITY may terminate this Contract at any time by giving at least thirty(30)days notice in writing to the ENGINEER. If the Contract is terminated by the CITY as provided herein, the ENGINEER will be paid for the time provided and expenses incurred up to the termination date. If this Contract is terminated due to the fault of the ENGINEER, Paragraph 14 hereof relative to termination shall apply. 16. CHANGES The CITY may, from time to time, request changes in the scope of the services of the ENGINEER to be performed hereunder. Such changes, including any increase or decrease in the amount of the ENGINEER'S compensation, which are mutually agreed upon by and between the CITY and ENGINEER shall be incorporated in written amendments to this Contract. Page 11 17. PERSONNEL A. The ENGINEER represents that he has, or will secure at his own expense, all personnel required in performing the services under this Contract. Such personnel shall not be employees of or have any contractual relationship with the CITY. B. All of the services required hereunder shall be performed by the ENGINEER or under his supervision and all personnel engaged in the work shall be fully qualified and, if applicable shall be authorized or permitted under State and local law to perform such services. C. None of the work or services covered by this Contract shall be subcontracted without the prior written approval of the CITY. Any work or services subcontracted hereunder shall be specified by written Contract or agreement and shall be subject to each provision of this Contract. 18. REPORTS AND INFORMATION The ENGINEER at such times and in such forms as the CITY may require,shall furnish the CITY such periodic reports s it may request pertaining to the work or services undertaken pursuant to this Contract,the costs and obligations incurred or to be incurred in connection therewith,and any other matters covered by this Contract. 19. CIVIL RIGHTS Under Chapter 106 Civil Practice and Remedies Code of the Revised Civil Statutes of Texas, no person shall, on the grounds of race, religion, color, sex or national origin, be excluded due to discrimination under any program or activity of the CITY. The ENGINEER will carry out its work under this Contract in a manner which will permit full compliance by the CITY with the Statute. 20. INTEREST OF ENGINEER AND EMPLOYEES The ENGINEER covenants that he presently has no interest and shall not acquire any interest, direct or indirect,in the study area or any parcels therein or any other interests which would conflict in any manner or degree with the performance of his services hereunder. The ENGINEER further covenants that in the performance of this Contract,no person having any such interest shall be employed. 21. INCORPORATION OF PROVISIONS REQUIRED BY LAW Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. Page 12 If through mistake or otherwise any such provision is not inserted or is not correctly inserted, the Contract shall be amended to make such insertion on application by either party. EXECUTED IN TWO (2) counterparts (each of which is an original) on behalf of ENGINEER by Joe M.Wilson,Jr.,PE,its President shown below,and on behalf of the CITY by its City Manager. ACCEPTED: PROPOSED AND AGREED TO: CITY: ENGINEER: Brian McDougal Joe M. Wilson,Jr., PE City Manager Arceneaux Wilson &Cole LLC DATE: DATE: ATTEST ATTEST: CITY Secretary APPROVED AS TO FORM: CITY Attorney DATE: Page 13 ATTACHMENT 1 SCHEDULE OF BILLABLE RATES FOR PROFESSIONAL SERVICES ICLASSIFICATION RATE ENGINEERING SERVICES • Principal Engineer $225.00 per hour • Engineering Project Manager $200.00 per hour • Staff Engineer $160.00 per hour • Graduate Engineer,EIT $130.00 per hour • Engineering Intern $ 30.00 per hour SURVEYING SERVICES • Registered Professional Land Surveyor $145.00 per hour • 2-Man Crew $165.00 per hour • 3-Man Crew $216.00 per hour • Survey Coordinator $100.00 per hour TECHNICAL SERVICES • Engineering Technician III $100.00 per hour • Engineering Technician II $ 82.00 per hour • Engineering Technician I $ 68.00 per hour • Resident Field Representative $ 80.00 per hour SECRETARIAL/ADMINISTRATIVE SERVICES $ 60.00 per hour IT SUPPORT $ 90.00 per hour NON-LABOR EXPENSES • Vehicle Travel IRS standard rate • Computer Plotting,Reproductions At Cost • Subcontracted Services Cost+ 10% • Materials Cost+ 10% • GPS Base Station w/One(1)Rover $250.00 per day 2016 Page 14 `_ +Tali 1 .. ARCENEAUX WILSON&COLE January 9, 2017 Mr.Armando Gutierrez, PE City of Port Arthur 444 4th Street Port Arthur,Texas 77642 RE: BLUEBONNET AVENUE PHASE II Bluebonnet Avenue Improvements from Gilham Circle to 19th Street AWC NO. CPA-825 Dear Mr. Gutierrez: Bluebonnet Avenue Improvements from Gilham Circle to 19th Street is a Round 2.2 General Land Office (GLO) Funded Project. The improvements on Bluebonnet Avenue consist of milling and hauling off the existing surface, repairing foreseen base failure areas and upgrading the storm sewer system. The contract was awarded to ALLCO on January 20, 2015. The project is generally divided in to two segments the southern portion of the project extends from Gilham Circle to Gulfway drive. The northern portion extends from Gulfway Drive to 19th Street. ALLCO began work on the southern segment of the project. Once the existing asphalt was removed, it was discovered,that there were many more base failures than anticipated. ALLCO was given authorization to repair the additional areas identified along with the areas included in the original contract. ALLCO has completed all the base repairs, up graded the storm sewer system and placed a 2" asphalt overlay from Gilham Circle to Gulfway Drive. Upon completion of milling of the northern portion of Bluebonnet Avenue it was discovered that the base failures were wide spread with similar conditions as the southern segment of Bluebonnet Avenue and the cost to reconstruct would exceed the 25% maximum limit of increase to the original contract price. Therefore,there was no path forward for completion of Bluebonnet Avenue project under the original contract with ALLCO. After consideration of all options and based on our conversations with the GLO and City of Port Arthur staff we recommend the following for completion of Bluebonnet Avenue. 409.724.7888 2901 Turtle Creek Dr.,Suite 320 Port Arthur,TX 77642 Engineering Surveying awceng.com '')'1, .<, 1.r'9 )-:9 1 1 1 111 ple Vffir Recommendations for Bluebonnet Avenue are as follows: 1) Accept and close out the Bluebonnet Avenue (CPA-825) project. 2) Amend the GLO Performance Statement to reflect the correct project limits, from Gilham Circle to Gulfway Drive thus removing the segment of Bluebonnet Avenue from Gulfway Drive to 19th Street from the GLO program. 3) Reprogram remaining funds from Bluebonnet Avenue to the remaining GLO road projects, (Woodworth,West 7th Street and 8th Street). 4) Redesign the existing plans to the correct profile and grades and rebid the northern segment of Bluebonnet Avenue as a new project Bluebonnet Avenue Phase II with an estimated construction cost of$1,300,000. 5) We recommend that the Bluebonnet Avenue Phase II bid be structured to include several road options (i.e.concrete and or asphalt with different subgrade options)to allow the City to award the project based on the project budget. 6) Finally,we recommend that the City utilize funding previously authorized by City Council (Ordinance No. 16-56)for the Bluebonnet Avenue Phase II and to supplement the budgets of the remaining GLO road projects as needed. Before we can begin work on the Bluebonnet Avenue Phase II project,Arceneaux Wilson &Cole LLC (AWC) will need to execute a professional services agreement with the City of Port Arthur. This is necessary since our original design was done while under contract with the GLO and no agreement currently exist between the City and AWC. We propose to be compensated on a lump sum basis of a total of $ 63,500.00 for our professional services relating to the redesign and construction phase services for Bluebonnet Avenue Phase II. We appreciate this opportunity and look forward to answering any questions you might have regarding this recommendation. Very truly yours, ARCENEAUX WILSON & COLE LLC Joe M. dean, PE President Attachment: Proposed Project Schedule A.1% cow Till. PROJECT SCHEDULE Bluebonnet Avenue: • Estimated date to begin Redesign January 9, 2017 • Estimated date of completion of design May 1, 2017 • Estimated date of advertisement for bids May 7, 2017-May 14, 2017 • Estimated date of Pre-Bid Conference May 17, 2017 • Estimated date of receiving bids May 31, 2017 • Estimated date of recommendation of award June 5, 2017 • Estimated date of award of contract June 13, 2017 • Estimated date of Notice to Proceed for Construction July 17, 2017