Loading...
HomeMy WebLinkAboutPR13064:DIKITA/WIDENING W. 7THPUBL/C WORKS DEPARTMENT COUNCZL ACT/ON MEMO TO FROM SUBJECT DATE Steve fltzgibbons, City Hanager .lohn A. Comeaux, P.E., Acting Director of Public Works P.R. #13064 - Contract with Dikita Ent. for Design of W. 7m St. Widening March 11, 2005 RECOMMENDAI~ON: ! recommend that the City Council approve Proposed Resolution No. 13064, authorizing a contract with Dikita Enterprises of Texas, Inc. for the design of the widening of West 7~ Street. This contract is not to exceed the amount of $47,870. BACKGROUND: [n order to spur economic development on the West Side by encouraging indus~ial and commercial development, West 7th Street needs to be widened to provide greater access for trucking and other commercial traffic. This will enable growth at the Port of Port Arthur and the proposed industrial park on West 7~ Street. Dikita Enterprises of Texas, [nc. has submitted a proposal to design the widening of West 7~ Street in an amount not to exceed $47,870. BUDGETARY/FISCAL EFFECT: Funding is available in C[P 004, 301-1601-591.86-00. EMPLOYEE/STAFF EFFECT: None. SUMMARY ! recommend that the City Council approve Proposed Resolution No. 13064, authorizing a contract with Dikita Enterprises of Texas, Inc. for the design of the West ?th Street widening, not to exceed an amount of $47,870. Director of Public Works 3AC/mb Z:\engineer\Docu ments\Ca ms\Dikita-7thStWidening.d°c P.R, 1306q' 03/11/05 feb RESOLUTION NO. A RESOLUTION AUTHORIZING THE MAYOR AND CITY MANAGER TO EXECUTE A CONTRACT FOR PROFESSIONAL SERVICES OF TEXAS, INC. Ur yum, ~, ,~ ENTERPRISES TH blPROVEMENTS FOR THE WIDENING OF WEST_ 7 D~-EaSIrGcTN. I~I&ID CONTRACT NOT TO EXCEED AN AMOUNT OF ="~""" ~" IN CIP 004, ACCOUNT $47~870, FUNDS BEING AVAILABLE NUMBER 301-160Z-591.86-00. WHEREAS, the economic development and growth of the West Side is dependent of the widening of West 7m Street; and, WHEREAS, Dikita Enterprises of Texas, Inc. has submitted a proposal to design the widening of West 7m Street in an amount not to exceed $47,870; and, WHEREAS, funding is available in CIP 004, account number 301-1601-591.86- 00; and, WHEREAS, in the interest of providing for the economic growth of the West Side, widening West 7m Street is herein deemed an appropriate action; now, therefore, 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 Mayor and City Nanager are hereby authorized to execute a contract with Dikita Enterprises of Texas, ][nc. for the design, construction document preparation, and contract administration of the widening of West 7th Street, in an amount not to exceed $47,870 (in phases), funding being available in C][P 004, P.R. 13064 Page 2 account number 301-1601-591.86-00, a copy of said contract being attached hereto and made a part hereof as Exhibit "A"; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. at a _ Ayes: READ, ADOPTED AND APPROVED this the day of , A.D. 2005 meeting of the City of Port Arthur, Texas by the following vote: Mayor: Councilmembers:_ Noes: Attest: Mayor City Secretary APPROVED AS TO FORM: City Attorney P.R. 1306z~ Page 3 APPROVED FOR ADMINISTRATION: Steve Fitzgibbons Cib/Manager Rebecca Underhill Director of Finance Director of Public Works Z:\engineer\Oocuments\Resolutions\PR13064'd°c EXHIBIT A Exhibit A P,R, No. 13064 Totalof 18 pages THE STATE OF TEXAS COUNTY OF 'IEFFERSON CONTRACT FOR PROFESSIONAL SERVICES (NON-FEDERAL FORM) PARTI-AGREEMENT THIS AGREEMENT, entered into as of this 15th day of March 2005, 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 Dikita Enterprises of Texas, Inc. (hereinafter called the "ENGINEER") acting herein by Lucious L Williams. Presidem tCEO hereunto duly authorized: WITNESSETH THAT: WHEREAS. the CITY desires to engage the Engineer to (1) render certain technical and professlonal services hereafter described m ScopeofSermces or( ) perform certain work hereafter described m Scope of Servtces. NOW, THEREFORE, the Parties hereto de mutually agree as follows: 1 EMPLOYMENT OF ENGINEER. The CITY hereby agrees to engage the ENGINEER and the ENGINEER hereby agrees to perfom~ the "Scope of Services" hereinafter set forth. This contract shall be performed in Jefferson County, Texas. 2. SCOPE OF SERVICES A. BASIC SERVICES_ SEE ATTACHMENT "1" ATTACHED HERETO AND MADE A PART HEREOF. ENGINEER'S compensation for Basic Services shall be as set forth in Paragraph 5. Page 1 B. ADDITIONAL SERVICES. All w~rk performed by ENGINEER at request of C1'[¥ wmcn is not included in the Basic Se~ices 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 tc establish basis of design for water and waste treatment facilities. (2) Land surveys, and establishi~ent 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 c. onstruction cost less than $100,000). (6) Appearances before regulatory agencies. (7) Assistance to the C1TY 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. Special investigations involving detailed consideration of operation, maintenance and (8) 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 heatings. (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 Completi°n- (18) Services to investigate existing conditions or facilities or to make measured drawings thereof, or to verify accuracy of drawings or other information funfished 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 ~vork of contractor; services rendered after_ prolongation of constmctinn 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 Page 2 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 the services called for under the Basic Services with completion within 160 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 C~ty Engineer reasonable discretion, upon which an extension of time equal to the per/od 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 uf 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 not exceed the sum of $47,870. B. PAYMENT . and charges incurred by ENGINEER ENGINEER will invoice CITY Monthly for its services for subcontracted engineering services performed under the direction and control of ENGINEER as described herein. Page 3 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 of service in respect to the project. They are not intended or represented to be suitable instruments ' 'S 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 wall be at CITY 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 ~nsurer hcensed to conduct business m the State of Texas, unless otherwise permitted by Owner. The ENGINEER shall, at his own expense, purchase, maintain and keep in rome insurance that will protect against injury and/or dan~ages 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): 1. Standard Worker's Compensation Insurance(with Waiver of Subrogation in favor of the City of Port Arthur, its officers, agents and employees.) :nsurance aXlo "XCIY' restrictions shall be . erc~al General Llahmty occurrence tyg~ 2. Corem · · ,-- :--'-ded and the City of Port Arthur, applicable·) Products/completed operations coverage must ut mu~ , 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/S500,000 per occurrence. Page 4 b. Property Damage $100,000 per occurrence. c. Minimum aggregate policy year limit $1,000,000. 3. Commercial Automobile Liability Insurance(~ncludlng 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. Contractual Liability Insurance covering the indemnity provision of this contract in the same am4o~mt and coverage as provided for Commercial General Liability Policy, specifically refening to this Contract by date, job number and location. 5. ENGINEER also agrees to maintain Professional Liability Insurance coverage of $250,0.00 minimum per occun-ence/clairn/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 corrmaencing 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 (I 5) 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 $ 5,000 unless specifically approved by the Owner. Page 5 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 requiting 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 tights 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), ENG1NEER 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 C1TY 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. Page 6 10. INDEMNIFICATION ENGINEER shall compiy 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 regnlations; 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 tins 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: John A. Comeaux, P.E. Dikita Enterprises of Texas, Inc. 3400 Highway 365, Suite 304 Port Arthur, TX 77642 Attn: Lucious L. Williams Director of Public Works President/CEO 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. 13. SUCCESSORS AND ASSIGNMENTS,. The CITY and the ENGINEER each binds himself and Ins 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 falfill in timely and proper manner his obligations under this Contract, or if the ENGINEER shall violate any of the covenants, agreements, Page 7 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 fxom 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. 17. PERSONNEL A. The ENGINEER represents that he has, or will secure at this own expense, all persounel 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 C1TY. 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. Page 8 I9. CIVIL RIGHTS . · . Under Chapter 106 Civil Practice and Remedies Code of the Revised Clwl 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 ro make such insertion on application by either parry. EXECUTED IN TWO (2) counterparts (each of which is an original) on behalf of ENGINEER by Lucious L Williams its President'CEO (Name and Office or Position) shown below, and on behalf of the CITY by its Mayor and City Manager. Page 9 ACCEPTED: CITY: CITY OF PORT ARTHUR, TEXAS PROPOSED AND AGREED TO: ENGINEER: DIKITA ENTERPRISES OF TEXAS, INC. MAYOR DATE:. DATE: ATTEST ATTEST: City Secretary APPROVED AS TO FORM: CityAttomey ACCEPTED: City Manager DATE: Page 10 ATTACHMENT1 DRAFT CONSULTANT PROPOSAL City of Port Arthur Dikita Enterprises of Texas, Inc, Divisions: Diklto Engineering Dikita Management Services www. dikita,com FEBRUARY 14, 2005 Proposal for Civil Engineering Services For 7TM Street: Houston Ave. to Lincoln Ave.- Roadway Improvements This proposal is for Civil Engineering design and consulting services by Dikita Enterprise of Texas, dba. Dikita Engineering, for the City of Port Arthur. 1.0 SCOPE The Civil Engineer consultant area and scope shall consist of roadway improvements of 7th Street between the limits of Houston Ave. to Lincoln Ave, pertaining to; roadway widening, pavement rehabilitation, drainage, driveways, and sidewalk, located in Port Arthur, Texas. 1.1 This proposal is based on an estimated construction budget of $450,000 to include the following: 1.1.1 New construction of a single 12ft. lane including curb and gutter -roadway widening at east side of the road, to match existing roadway section at south of Lincoln Ave intersection. 1.1.2 Existing pavement rehabilitation including curb and gutter, to be determined based on existing pavement evaluation, drainage considerations and recommendations in consultation with the Department of Public Works (DPW). 1.1.3 Drainage improvement consisting of: reconstruction of drainage curb inlets and storm sewer pipes within new construction limits, reconstruction/construction of outlet drainage for cross drainage, storm sewer manhole rim adjustments within pavement rehabilitation limits and pavement rehabilitation grade adjustments for improved drainage. 1.1.4 Reconstruction of adjacent concrete side walk on the west side and construction of concrete side walk on the east side, to the extent required by DPW. 1.1.5 Reconstruction of existing driveways to concrete driveways, as required by DPW. 1.1.6 Construct ADA compliant HC ramps at roadway intersections, as required by DPW. Corporate Office: Branch Office: . 1420 W. Mockingbird Lane, Suite 600, DalJas, Texas 75247 3400 Highway 365, Suite 304, Pod Arthur, Texas 77642 ~n {214) 634-8844 ~c (214) 638-7406 m: {409) 729-8300 FQ~: [409) 729-2307 2.0 1.1.7 Relocation or adjustment of public utilities structures (manholes, valve boxes, hydrants etc.) within new construction and pavement rehabilitation limits. 1.1.8 Roadway markings and signage improvements, as required by D, PW. 1.1.9 Removal or abandonment of the KCS railway tracks at roadway crossing locations. 1.2 Phases of the work shall consist of: Topographic and Engineering Survey, Schematic Design, Design Development, Construction Documents, Bidding/Contracting Administration and Construction Administration. BASIC SERVICES The Consultant services shall consist of the six phases described in Paragraph's 2.1. through 2.6 as follows: 2.1 Topographic and Engineering Survey Topography survey services - to include complete topography of the site; existing pavement cross sections, building line. driveways, storm sewer structures and inverts, sidewalks, utility features, fence line and spot elevations as requ red for design of roadway ~mprovements. Engineenng survey services - to include ROW line and corner clips for roadway widening and any easements required for storm sewer outfal Also to include drafting and delivery of a base map incorporating all survey data and information_. Survey work performed shall be in compliance to the requ rements outlined in the City of Port Arthur -DPW survey guidelines. 2.2 Schematic Design 2.2.1 Consultant shall visit the site to verify and inventory existing conditions, taking special note of the following: · 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 sidewalk. · Existing public and franchise utilities features · Existing impacting physical features · Existing drainage and erosion impact 2.3 2.2.2 Consultant shall conduct a brief pavement rehabilitation assessment with recommendations, as required by the City of Port Arthur- DPW. 2.2.3 Consultant shall prepare schematic site plans of proposed roaaway improvements. A oreliminary construction cost estimate based on the schematic will be submitted as well. if required by the City. 2.2.4 Deliverables shall include two sets of 24" by 36" prints of the schematic design. Design Development Based on the approved Schematic Design and Preliminary Cost Estimate, the Consultant shall work in coordination with the City of Port Arthur -DPW to provide Design Development aocuments consisting of drawings, sketch details, and other documents as required, to address and describe the size and character of the project as to the elements described under 2.2.3 above. 2.3.1 Deliverables shall include two sets of 24" x 36" prints of the design development plans and details. 2.3.2 (Review sets at 50% completion will be submitted if required) 2.4 Construction Documents Based on the approved Design Development Documents and Preliminary Cost Estimate, Consultant shall prepare for approval by the City of Port Arthur -DPW, Cons[ruction Documents for components consisting of: 2.4.1 2.4.2 2.4.3 2.4.4 Final consultant plans, with plan sheets format and drawing CAD standards pre[}area to DPW requ remen[s. Specifications and estimates of probable construction cost, prepared to DPW instructions. Deliverables include two sets of 24" x 36" prints at 95% review, to include draft of specifications document. Consultant shall submit a full-sized set of construction aocuments to the Texas Department of Licensing and Regulation or an Independent Contract Provider for Texas Accessibility Standards review. Based on this review, Consultant shall revise the construction documents accordingly. 2.4.5 Deliverables shall include one set of reoroducible appmvec final construction plans, one set of bounded approved specifications documents, and final estimated construction cost. Both in hard copy and electronic format, submitted as required Dy the City of Pod Arthur-DPW. 2.5 Bidding/Contracting Administration Based on approved Construction Documents, Consultant shall provide administration related services during the bidding and contracting phase of the project to include the following: · Prepare bid documents, as required by the City · Assist in dispatch of bid documents and receipt of bids · Attend pre-bid conference and prepare meeting notes · Prepare addenda items · Answer questions during the bidding process · Review bids, as requested · Recommend contract award, as requested. 2.6 Construction Administration ( only if included in contract) During construction, Consultant shall perform the following construction administration services: 2.6.1 Attend pre-construction conference 2.6.2 Review submittals as required 2.6.3 2.6.4 Respond to RFI's (Request for Information) as required If requested Dy the City's projec[ manager, consultant shal make: · Periodic site visits, as requlrea, to observe contractor progress and plan compliance · Review contractor's monthly payment application. · Documen[ review, e. change orders. · Coordination of utilities relocation · Punch list inspections · Final inspection review · End of year warranty inspection 2.6.5 Attend progress meetings and record meeting minutes for distribution. 2.6.6 Consultant shall coordinate an inspection of the completed project for Texas Accessibility Standards review by the Texas Department of Licensing and Regulation or an Independent Contract Provider. 3.0 Consultant Team The consultant team shall include: Dikita Engineering Prime Consultant (MNVBE Status) Survey services to be provided by others, to be determined at a later date. 4.0 Schedule Work shall be performed in accoraance with the following schedule: Commencement of basic of services as aescribed herein this proposal shall commence upon receipt of an executed contract and a Notice to Proceed. The schedule for each phase and deliverables describe here~n are based on the basic scope of servmes. 4.1 Topographic and Engineering Survey: Commencement upon receipt of an executed contract and a notice to proceed. · Base Map (topography info): submitted to design consultant by the surveyor in hard copy and CAD electronic format approximately within 3 weeks of commencement of services. 4.2 Schematic Design: Commencement upon receipt of Base Map. · Pavement Rehabilitation Assessment and Recommendations. · Schematic Design Site plan · Preliminary Cost Estimate Submittal to City within 4 weeks, upon receipt of Base Map. 4.3Design Development: Commencement upon receipt of Design-Site plan comments from the City. · Preliminary Plans- se[ (50% level completion) Schematic · Preliminary Cost Estimate. Submittal to City within 3 weeks, upon receipt of Schematic Design-Site plan comments from the City. 4.4Construction Documents: Commencement upon receipt of Preliminary Plans plan comments from the City. · Draft Final Construction Plans. · Final Construction Plans. · Probable Construction Cost Estimate · Specifications Draft Final submittal to City within 5 weeks, upon receipt of Preliminary Plans plan comments from the City. Final Plans for approval, together with construction cost estimate and specifications submittal within 2 weeks upon receipt of Draft Final Plans comments from the City. 4.5 Bidding: Commencement upon approval of construction aocuments, an(~ as directed by the City. 4.6 Construction Administration: Commencement upon the pre- construction conference, through duration of construction or as directed by the City. 5.0 Fees 5.1 Basic Serwces For the Basic Services outlined above, the Owner agrees to pay Consultant a fee of forty seven thousand eight hundred and seventy dollars ($47,870.0) tc be billed monthly as a oercentage of tl~e work completed. The fee is broken down as follows: · Survey (estimate) · Schematic Design · Design Development - Preliminary Design · Construction Documents · Bidding/Construction Adm~n. · Construction Administration · Reimbursable Expenses Total Fee $ 7.500.00 $ 6,180.00 $ 9,440.00 $15.370.00 $ 3.850.00 $ 4.730.00 $ 800.OO ~47,870.0q 5.2 Reimbursable Expenses Reimbursable Expenses are included as a cart of the Basic Services fees and include printing of rewew sets, long distance telephone costs, courier fees, etc. 6.0 Limitations Limitations to the work are as follows: · Environmental investigation. · Geotechnical investigation. · Construction staking. · Construction inspection, by provision of a full-time inspector. (optional). 7.0 Additional services Additiona~ services must receive written authorization from the Client before being performed. The following hourly rates will be utilized for additiona~ services: · Principal $151.00 · Project Manager $134.00 · Civil Engineer $122.00 · Cad Technician $ 77.00 · Clerical $ 54.00 Dikita Engineering (Signature of Principal) Date: