Loading...
HomeMy WebLinkAboutPR 20230: PROFESSIONAL SERVICES AGREEMENT FOR THE ROADWAY DESIGN OF SUNKEN COURT - PHASE I FROM TWIN CITY HIGHWAY TO TYRRELL PARKWAY City of A. nrt rt{tu�_ "!e t a s www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: April 27, 2018 To: The Honorable Mayor and City Council Through: Harvey Robinson, Interim City Manager From: Armando Gutierrez, Jr., P.E., Director of Public Works RE: P.R. 20230—Professional Services Agreement with Action Civil Engineers, PLLC for the Roadway Design of Sunken Court—Phase I from Twin City Highway to Tyrrell Parkway Introduction: City Council to approve P.R. 20230 authorizing the City Manager to execute a Professional Services Agreement with Action Civil Engineers, PLLC for the Roadway Design of Sunken Court—Phase I from Twin City Highway to Tyrrell Parkway for a projected budgetary amount of$106,300.00. Background: The City of Port Arthur developed a list of road reconstruction projects. Action Civil Engineers, PLLC was selected for the Roadway Design of Sunken Court— Phase I from Twin City Highway to Tyrrell Parkway. Budget Impact: Funding is available in Account No. 307-1601-591.86-00 under the Capital Improvements Account for Street Improvements. Recommendation: City Council to approve P.R. 20230 authorizing the City Manager to execute a Professional Services Agreement with Action Civil Engineers, PLLC for the Roadway Design of Sunken "Remember,we are here to serve the Citizens of Port Arthur" 444 4th Street a Port Arthur,Texas 77641-1089 a 409.983.8182 a FAX 409.983.8294 Court—Phase I from Twin City Highway to Tyrrell Parkway for a projected budgetary amount of$106,300.00. "Remember,we are here to serve the Citizens of Port Arthur" P.O. Box 1089 s Port Arthur,Texas 77641-1089 s 409.983.8101 x FAX 409.982.6743 P.R. 20230 04/17/18 rtb RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE AN AGREEMENT BETWEEN THE CITY OF PORT ARTHUR AND ACTION CIVIL ENGINEERS, PLLC OF PORT ARTHUR, TEXAS FOR THE ROADWAY DESIGN OF SUNKEN COURT — PHASE I WITH A PROJECTED BUDGETARY AMOUNT OF $106,300.00. FUNDING IS AVAILABLE IN ACCOUNT 307-1601-591.86.00 UNDER THE CAPITAL IMPROVEMENTS ACCOUNT FOR STREET IMPROVEMENT. WHEREAS, the City of Port Arthur Public Works Department developed a list of road reconstruction projects; and, WHEREAS, the City of Port Arthur, Texas has selected Action Civil Engineers, PLLC of Port Arthur, Texas to perform professional engineering services described in the scope of work for the Roadway Design of Sunken Court - Phase I from Twin City Highway to Tyrrell Parkway for a design fee of $89,800.00 plus $16,500.00 additional services for a projected budgetary amount not to exceed $106,300.00. as attached Exhibit "A"; and, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the facts and opinions in the preamble are true and correct; and, THAT, the City Manager is authorized to execute an agreement with Action Civil Engineers, PLLC. of Port Arthur, Texas in substantially the same form, subject to review and approval by the City Attorney, attached hereto as Exhibit "A" for the Roadway Design of Sunken Court - Phase I from Twin City Highway to Tyrrell Parkway for a design fee of $89,800.00 plus $16,500.00 additional services for a projected budgetary amount not to exceed $106,300.00, and P. R. 20230 Page 2 THAT, funding is available in Account No. 307-1601-591.86.00 under the Capital Improvements Account for Street Improvements; 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. 2018 at a meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor: Council members: Noes: Derrick Ford Freeman Mayor Attest: City Secretary Sherri Bellard P.R. 20230 Page 3 APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION: Valecia Tizeno Harvey Robinson City Attorney Interim City Manager APPROVED AS FOR AVAILABILITY OF FUNDS Andre Vasquez, PA Director of Finance Armando Gutierrez, Jr., P.E. Director of Public Works Ltd k Clifta'n Williams, CPPB Purchasing Manager P. R. 20230 Page 2 EXHIBIT A PROFESSIONAL SERVICES CONTRACT FOR SUNKEN COURT PHASE 1 FROM TWIN CITY HIGHWAY TO TYRRELL PARKWAY TABLE OF CONTENTS Part 1 Agreement 2 1.Employment of Engineer 2 2.Scope of Services 2 2.1 Basic Services 2 2.2Additional Services 7 3.Time of Performance 8 4.Information and Services to be Furnished for the Engineer 8 5.Compensation and Method of Payment 9 6.Records 9 7.Ownership of Documents 9 8.lnsurance 9 9.Professional Liability 11 10.Indemnification 12 11.Address of Notice and Communications 12 12.Captions 12 13.Successors and Assignments 13 14.Termination of Contract for Cause 13 15.Termination for Convenience of the City 13 16.Changes 13 17.Personnel 13 18.Report and Information 14 19.Civil Rights 14 20.Interest of Engineer and Employees 14 21.Incorporation of Provisions Required by Law 14 Attachment 1 - Design Schedule Attachment 2 - Design Fee Schedule Page 1 THE STATE OF TEXAS § COUNTY OF JEFFERSON § CONTRACT FOR PROFESSIONAL SERVICES Roadway Design of Sunken Court (1) From Tyrrell Parkway to Twin City Highway (SH 347) PART I - AGREEMENT THIS AGREEMENT,entered into as of this day of April 2018,by and between the City of Port Arthur,Port Arthur,Texas(hereinafter called the"CITY")acting herein by its Mayor,duly authorized by Resolution of the City Council of the City of Port Arthur and Action Civil Engineers, PLLC (hereinafter called the "ENGINEER") acting herein by William V. Larrain, P.E. Manager 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 2.1 BASIC SERVICES (118-16 Sunken Court Road Repairs Tyrell-Twin City Hwy Roadway Improvements) ENGINEER'S compensation for Basic Services shall be as set forth in Paragraph 5. The services rendered by the ENGINEER for the Project to be designed for construction are divided into the following six (6)distinct and sequential phases: Page 2 Preliminary Phase (30%Engineering Report) Design Plans Submittal (60%) Pre-Final Plans Submittal (90%) Final Plans Bid Package Submittal (100%) Bid Phase Construction Phase 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. 2.1.1 PRELIMINARY PHASE (30% ENGINEERING REPORT) - An Engineering Report shall be completed in this phase and will include the following: -Complete topography of the site -Existing pavement cross sections -Boundary survey and easements -Locate all applicable survey bench marks -Existing vehicular traffic flow/loads and pedestrian accessibility/safety -General condition of existing pavement, including intersecting roads -Existing building/structural locations and extent of encroachment for roadway widening considerations -Existing driveways and sidewalks -Existing public and franchise utility features -Meet with utility operators for feedback on utility conditions and present findings and recommendations for improvements -Existing impacting physical features -Existing drainage and erosion impact -The ENGINEER shall conduct a probable cause for improvements and present alternative designs. Present Pros,Cons and an Engineer's Opinion of Probable Construction Cost(EOPCC) for each alternative -The ENGINEER shall conduct a brief pavement rehabilitation assessment with recommendations, as required by the City of Port Arthur—PWD -The ENGINEER shall prepare typical cross sections of each of the alternatives The ENGINEER shall submit the report to the City for review and comments within the time as set forth in Paragraph 3. The ENGINEER shall correct all comments and re-submit corrected report within two (2) weeks before authorization is given to proceed to the Design Plans Submittal (60%) Phase with instructions. 2.1.2 DESIGN PLANS SUBMITTAL (60%) - Requirements for a 60%plans submittal (24"X 36"prints) are the following: Page 3 -Key Sheet -Drainage Map -Typical Sections -Project Layout/Reference Points -Plan and Profile -Back of Sidewalk Profile -Interchange Detail -Intersection Layout -Cross Sections -Temporary Traffic Control Plans -Landscape Plans -EOPCC The ENGINEER shall submit the Design Plans Submittal (60%)to the City for review and comments within the time as set forth in Paragraph 3. The ENGINEER shall correct all comments and re-submit corrected Design Plans Submittal (60%)within two(2)weeks before authorization is given to proceed to the Pre-Final Plans Submittal (90%) Phase with instructions. 2.1.3 PRE-FINAL PLANS SUBMITTAL (90%) - Requirements for a 90%plans submittal (24"X 36"prints) are the following: -Key Sheet -Summary of Pay Items -Drainage Map -Typical Sections -Project Layout/Reference Points -Plan and Profile -Back of Sidewalk Profile -Interchange Detail -Ramp Terminal Details -Intersection Layout -Drainage Structures -Outfall/Lateral Ditch System—Plan View -Outfall/Lateral Ditch System—Profile View -Lateral Ditch Cross Sections -Retention/Detention Pond Details -Retention/Detention Pond Cross Sections -Roadway Soil Survey -Cross Sections -Stormwater Pollution Prevention Plans (SWPPP) -Temporary Traffic Control Plans -Utility Adjustments -Structure Plans (if necessary) -Signing and Pavement Marking Plans -Signalization Plans Page 4 -Lighting Plans -Landscape Plans -EOPCC -Specifications The ENGINEER shall submit the Pre-Final Plans Submittal(90%)to the City for review and comments within the time as set forth in Paragraph 3. The ENGINEER shall correct all comments and re-submit corrected Pre-Final Plans Submittal(90%)within two(2)weeks before authorization is given to proceed to the Final Plans Bid Package Submittal (100%) Phase with instructions. 2.1.4 FINAL PLANS BID PACKAGE SUBMITTAL (100%) - Requirements for Final Plans Bid Package submittal will normally be finalizing the 90%plans submittal by addressing comments received as a result of the City review. - The ENGINEER shall prepare and submit a Bid Schedule. - The ENGINEER shall provide the CITY all the necessary copies of approved Contract Documents including notices to bidders and proposal forms, up to ten(10) sets. The ENGINEER shall submit the Final Plans Bid Package Submittal(100%)to the City for review and comments within the time as set forth in Paragraph 3. The ENGINEER shall correct all comments and re-submit the Final Plans Bid Package Submittal (100%) within two (2) weeks before authorization is given to proceed to the Bid Phase with instructions. 2.1.5 BID PHASE - The ENGINEER shall attend pre-bid conference - The ENGINEER shall prepare addendums - The ENGINEER shall prepare Bid tabulations -Assist the CITY in the advertisements of the project for bids. -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. 2.1.6 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 in the preparation of formal Contract Documents. (c) Provide routine horizontal and vertical controls for use by Contractor to do his detailed construction staking. (d) 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. Page 5 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. (e) Arrange for construction testing as required by the Project, for the CITY'S account. (f) Consult with and advise with the CITY, issue all instructions to the Contractor requested by the CITY, and prepare and issue routine change 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: (g) 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. (h) 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. (i) Perform a walk through and prepare a punch list. (j) 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.The ENGINEER shall assist the CITY with close out documents. Page 6 (k) On the 11th month of the warranty period, The ENGINEER shall assist the CITY with an inspection of the project and coordinate any defects that needs to be addressed. 2.2 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. Page 7 (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. (20) 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 construction contract time by more than 20%acceleration of work schedule involving services beyond normal working hours; or default under construction contract due to delinquency or insolvency. (21) Providing any other service not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted engineering practice. (22) 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 within 3 days after execution,unless delayed by causes outside the control of ENGINEER,and will proceed with subsequent work only on authorization by the CITY and in accordance with the following Design Schedule. 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. The Design Schedule is included as Attachment 1. 4. INFORMATION AND SERVICES TO BE FURNISHED FOR THE 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. Page 8 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): 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 coverages). 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$100,000 per occurrence for property damage. 4. Contractual Liability Insurance covering the indemnity provision of this contract in the same amount and coverage as provided for Commercial General Liability Policy,specifically referring to this Contract by date,job number and location. 5. ENGINEER also agrees to maintain Professional Liability Insurance coverage of$ $1,000,000 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 Page 10 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 execution of this Contract. Deductible on policy for Professional Liability shall not exceed$15,000 unless specifically approved by the Owner. 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 Page 11 on the Project and work sites and safeguard the CITY against defects and deficiencies 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: CITY OF PORT ARTHUR P.O. Box 1089 Port Arthur, Texas 77641 Attn: Armando Gutierrez, Jr., P.E. Attn: Director of Public Works 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 the contents. The caption does not control the meaning of any Paragraph or in any way determine its interpretation or application. Page 12 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 percentage of work completed 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. 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 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. Page 13 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. 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 William V. Larrain, P.E. its Manager (Name and Office or Position) shown below, and on behalf of the CITY by its Mayor and City Manager. Page 14 ACCEPTED: PROPOSED AND AGREED TO: CITY: ENGINEER: CITY OF PORT ARTHUR, TEXAS Action Civil Engineers, PLLC DIRECTOR OF PUBLIC WORKS REPRESENTATIVE DATE: DATE: ATTEST ATTEST: City Secretary APPROVED AS TO FORM: City Attorney ACCEPTED: City Manager DATE: Page 15 ATTACHMENT 1 DESIGN SCHEDULE PHASE CALENDAR DAYS 1. Preliminary Phase (30% Engineering Report) 60 2 . Design Plans Submittal (60%) 150 3 . Pre-Final Plans Submittal (90%) 30 4. Final Plans Bid Package Submittal (100%) 14 ATTACHMENT 2 DESIGN FEE SCHEDULE Design Fees Preliminary Phase (30% Engineering Report) $10, 965 .00 Design Plans Submittal (60%) $10, 965 .00 Pre-Final Plans Submittal (90%) $10, 965 .00 Final Plans Bid Package Submittal (100%) $3 , 655 .00 Design Subtotal $36, 550 .00 Additional Services Surveying $5 ,000.00 Mix Design & Cylinder Testing $4,000.00 Geotech Coring $7, 500 .00 Additional Services Subtotal $16, 500 .00 Bid Phase $2 , 500.00 Construction Phase $50, 750. 00 Grand Total $106, 300 .00 Al ACTION CIVIL ENGINEERS, PLLC 0.+r f COST ESTIMATE FOR ROAD REPAIRS SUNKEN COURT TYRELL AVE.-TWIN CITY HWY DATE: : LOCATION OWNER:City of Port Arthur PROJECT DESCRIPTION:Road Repairs for Sunken Court Tyrell Ave.-Twin City Hwy SUMMARY BY:JMK CHECKED BY: W.V.L. DESCRIPTION UNIT QUANTITY UNIT PRICE TOTAL I. ROAD REPAIRS 2018 CIP PROJECTS A. ROADT REPAIRS Remove and Replace Existing Concrete Curb and 1 Gutter,Lime Stabilized Subgrade(2%),Limestone 1,000 $ 500.00 $ 500,000.00 SubGrad-Cnmolete in Place L.F. SUBTOTAL-A $ 500,000.00 PROJECT CONSTRUCTION TOTAL-I: (A) $ 500,000.00 II" ENGINEERING AND SURVEYING TASKS THROUGHOUT THE PROJECT B. BASIC ENGINEERING SERVICES ENGINEERING TASKS THROUGHT THE PROJECT(Including preparation of plans and bidding documents) 1 PRELIMINARY PHASE SERVICES L.S. 1 $ 10,750.00 $ 10,750.00 2 DESIGN PHASE SERVICES L.S. 1 $ 21,500.00 $ 21,500.00 3 CONSTRUCTION PHASE SERVICES(ENGINEERING MANAGING DURING CONSTURCTION) L.S. 1 $ 10,750.00 $ 10,750.00 SUBTOTAL-B $ 43,000.00 C. ENGINEERING SURVEYS FOR DESIGN: TOPOGRAPHICAL SURVEY-Horizontal&Vertical survey data for design L.S. 1 S 5,000.00 5 5,000.00 SUBTOTAL-C '[ESTIMATE) $ 5,000.00 D. GEOTECHNICAL&LAB TESTING 1 CONCRETE MIX DESIGN $ 1,500.00 2 CONCRETE BEAM&CYLINDER TESTING $ 2,500.00 3 SOIL BORINGS&TRENCH SAFETY PLAN $ 7,500.00 SUBTOTAL-D '[ESTIMATED) $ 11,500.00 'Task will be performed by others SUBTOTAL- II:ENGINEERING&SURVEYING(8+C+D) $ 59,500.00 II. INSPECTION DURING CONSTRUCTION BASED ON 75 WORKING DAYS:FULL TIME INSPECTION $ 46,800.00 SUBTOTAL-II $ 46,800.00 PROJECT TOTAL(I+II) $ 606,300.00 4 7 .� i Nii, • W •V. LARRAIN 0 '� 51953 --Iii / ',,"%71b—,Lisr..,0‘.1.1": • - / g /19/4 illiam V.Larrain P.E.It 1953 Date: Manager Action Civil Engineers,PLLC 1 of 1