Loading...
HomeMy WebLinkAboutC2005-076 - 3/8/2005 - ApprovedCITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or Designee (Director of Engineering Services) and Martinez, Guy & Maybik, Inc., a Texas corporation, 4444 Corona Drive, Suite 242, Corpus Christi, Nueces County, Texas 78411, (AmhitectJEngineer - A/E), hereby agree as follows: 1. SCOPE OF PROJECT: ADA Sidewalk Access Improvements along Staples Street from Leopard Street to Slx Points (Project No. 6300; Parent Project No. 6151) Accessibility for the physically impaired along portions of this approximately 1.7-mile segment of sidewalk and related pedestrian appurtenances has been deemed noncompliant in accordance with Texas Department of Licensing and Regulations (TDLR) requirements. Broken concrete and uneven concrete joints; relatively steep grades (in excess of TDLR minimum standards) at existing sidewalks, curb ramps, and driveways; non-existing or non-compliant wheelchair landings; and various physical obstructions are evident and will require their modification, removal, or replacement. Both sides of Staples Street sidewalks will be affected. In addition, the identification and remediation of right-of-way encroachments by existing building structures, building canopies, and signage structures may be required. Due to the nature of the funding of this project, construction plans and technical specifications shall be prepared per the Texas Department of Transportation (TxDOT) local district requirements and standards, and will require TxDOT and TDLR approvals. 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, A/E will provide monthly status updates (project progress or delays, gantt charts presented with monthly invoices) and provide contract administration services, as described in Exhibit A and A-l, to complete the project. Work will not begin on Additional Services until requested by the A/E (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. A/E services will be "Services for Construction Projects"- (Basic Services for Construction Projects") which are shown and are in accordance with "Professional Engineering Services- A Guide to the Selection and Negotiation Process, 1993" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of Professional Engineers. For purposes of this contract, certain services listed in this publication as Additional Services will be considered as Basic Services. The summary of these tasks and services is as follows: 3. ORDER OF SERVICES Th~ A/~ ~r~ fc~ h~nin work on those authorized Basic Services for this contract upon :2005-0"/6 teed from the Director of Engineering Services. Work will not 03/0~/05 Contrac~ for Engineering (A/E) Services Page 1 ol 3 M2005-079 ~ Martinez, Guy & Maybik begin on any phase or any Additional Services until requested in writing by the A/E and written authorization is provided by the Director of Engineering Services. The anticipated schedule of the preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit A. This schedule is not to be inclusive of all additional time that may be required for review by the City staff and may be amended by or with the concurrence of the Director of Engineering Services. The Director of Engineering Services may direct the A/E to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to this contract. A/E shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. MANDATORY REQUIREMENTS AJE agrees to the mandatory contract and insurance requirements as set forth in Exhibit 5. FEE The City will pay the NE a fee, as described in Exhibit A, for providing services authorized. Monthly invoices will be submitted in accordance with Exhibit D. 6. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the A/E at the address of record. In this event, the NE will be compensated for its services on all stages authorized based upon NE and City's estimate of the proportion of the total services actually completed at the time of termination. 7. LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. The NE agrees that at least 75% of the work described herein will be performed by a labor force residing within the Corpus Chdsti Metropolitan Statistical Area (MSA). Additionally, no more than 25% of the work described herein will be pedormed by a labor force residing outside the Corpus Chdsti Metropolitan Statistical Area (MSA.) 8. ASSIGNABILITY The NE will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior written consent of the City, except [or routine duties delegated to personnel of the A/E staff. If the A/E is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the NE fee may be assigned in advance of receipt by the NE without written consent of the City. Ce~l~ac~ for Engineering (A/E) Ser~::ee Page 2 or 3 9. OWNERSHIP Of DOCUMENTS All documents including contract documents (plans and specifications), record drawings, contractor's field data, and submittal data will be the sole property of the City, may not be used again by the A/E without the express written consent of the Director of Engineering Services. However, the NE may use standard details that are not specific to this project. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re-use of modified plans. 10. DISCLOSURE OF INTEREST NE further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests I~orm attached hereto as Exhibit "C." c,w oF CORPUS C.R,S , Ronald F. Massey, ¢.~ Date Assistant City Manager R E C O lt~j~l EI~Ip.F,~D .., / ~'~g~l R. Escobar, P.E. Date Director of Engineering Services NJAFITI~EZ, (~UY & MAyBIK, IN~. Corpus Chdsti, Texas 78411 (361) 814-3070 Office (361) 814-5508 Fax APPROVED AS TO FORM y Date Conb'ac[ for Englneedr~g (NE) Services Page 3 of 3 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS 1. SCOPE OF SERVICES A. Basic Services 1. Preliminary Phase. The AmhitecFEngineer-NE will: It is the intent of the Preliminary Phase to provide a study and report of project scope with economic and technical evaluation of altematives, and upon approval, proceed in a design summary repod and schematics (TxDOT approved format) which includes preliminary designs, drawings, and written description o[ the project. This report shall include: a. Conduct a physical examination of each site, field verifying existing conditions and measurements; and taking digital photographs to document these existing conditions. Provide scope of soil investigations, borings, and laboratory testing. (The City Engineering Services Department will provide necessary soil investigation and testing under one or more separate contracts). b. Confer with the City staff regarding the design parameters of the project. The Engineer will participate in a minimum of four (4) formal meetings with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven (7) working days of the meeting. The A/E will participate in discussions with the operating department and other agencies (such as the Texas Department of Transportation [-rxDo'r] and Texas Commission on Environmental Quality [TCEQ]) as required to satisfactorily complete the project. c. Submit one (,1) copy in an approved electronic format (pdf), and one (1) paper copy design summary report and schematics, with executive summary, opinion of probable construction costs, defined technical evaluations of identified feasible alternatives, and review with City staff to produce an acceptable format which contains common municipal elements. Design summary repod and schematic will include the following (with CONSTRUCTABILITY being a major element in all the following items): 1) Review of the project with the respective operating department(s) and discussions including clarification and definition of intent and execution of the project; the A/E will meet with City/TxDOT staff to collect data, discuss materials and methods of construction, and identify design and construction requirements. 2) Review and investigation of available records, archives, and pertinent data related to the project including taking photographs ol~ the project site, list of potential problems and possible conflicts, intent of design, and improvements required, and conformance to relevant master plan(s). IEXHIBIT "A" J Page I of 6 I 3) Identify results of site field investigation including site findings, existing conditions, and probable project design solutions; (which are common to municipalities). 4) Provide a presentation of pertinent factors, sketches, designs, cross- sections, and parameters which will or may impact the design, including engineering design bases, preliminary layout sketches, identification of needed additional services, preliminary details of construction of critical elements, identification of needed permits, identification of specifications to be used, identification of quality and quantity of materials ot construction, and other factors required for a professional design (CONSTRUCTABILITY). 5) Advise of environmental site evaluations and archeology reports that are needed for the project (environmental issues and archeological services to be an additional service). 6) Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the project and permitting, environmental, historical, construction, and geotechnical issues; and meet with pertinent authorities. 7) Confer, discuss, and meet with City operating department(s) and Engineering Services staff to produce a cohesive, well-defined proposed scope of design, probable cost estimates(s) and design alternatives. 8) Provide a letter stating that the NE and sub-consultant engineers have checked and reviewed the design summary report and schematic prior to submission. d. Pedorm the items as shown on Exhibit "A-I" Task List. City staff will provide one set only of the following information (as applicable): a. Record drawings, record information of existing facilities, and utilities (as available from City Engineering files); b. The preliminary budget, specifying the funds available for construction; c. Aedal photography for the project area; d. Through separate contract, related GIS mapping for existing facilities; e. A copy of existing studies and plans (as available from City Engineering files); f. Field location of existing city utilities (consultant to coordinate with City operating department); g. Provide applicable master plans. Design Phase. Upon approval of the Preliminary Phase, designated by receiving authorization to proceed, the A/E will: a. Study, verih/, and implement design summary report and schematic recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City operating department(s) and Engineering Services staff. I EXHIBIT "A" I Page 2 of 8 b. Prepare one (1) set of construction bid and contract documents in City format (using City Standards as applicable), including contract agreement forms, general conditions and supplemental conditions, invitation to bid, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid or for multiple bids, the size and character of the entire project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. c. Provide assistance to identify testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under additional services). d. Prepare final quantities and estimates of probable costs and probable construction schedule. e. Furnish one (1) copy of 60% plans (plans only-identify needed specifications) to the City staff for review and approval purposes with an opinion of probable construction costs. Identify distribution list for plans and bid documents, pdor to 100% submittal, to all affected utilities including City and all other affected entities (other than private property owners), compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non-responding padicipants. The NE will request a design exception from TxDOT for right-of-way surveys. The NE will provide responses to requests for additional information and questions concerning the right-of-way survey exception request by TxDot and other agencies as required. f. Furnish 100% construction documents including specifications for City staff review and approval. Provide one (1) copy of 100% plans for each contract to the City staff I~or review and approval purposes with revised opinion of probable costs. g. Provide quality assurance/quality control (QAJQC) measures to include in- house plan review and special consultant plan review, to ensure that submittal of the 60% and 100% plans with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. h. Provide a Traffic Control Plan which shall include, illumination, markings and striping, signalization, and as delineated by the City Traffic Engineering Department. i. Upon approval by TxDOT and the Director of Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable tor reproduction (In City/TxDOT format) and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi/TxDOT. j. Submit one (1) set of final plans within five (5) days from the date of the Engineer's seal to the Texas Depadment of Licensing and Regulation for review and approval of accessibility issues (application and review fees to be Additional Services). k. The City agrees that any modifications of the submitted final plans (for other uses by the City/TxDOT) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. I EXHIBrr"A" I Page 3 of 8 I. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. m. Provide a Storm Water Pollution Prevention Plan. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. b. Provide the budget for the project specifying the funds available for the construction contract. c. Provide the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. 3. Bid Phase. The A/E will: a. Padicipate in the pre-bid conference. b. Assist the City in solicitation ot bids by identification of prospective bidders, and review of bids by solicited interests. c. Review all pre-bid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' approval, any addenda or other revisions necessary to inform contractors of approved changes prior to bidding. d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the A/E's design phase estimate required above, the Engineer will, at its expense, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re-advertise that particular portion of the Project for bids. The City staff will: a. Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. b. Advertise the project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the NE) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. d. Prepare, review and provide copies ol~ the contract for execution between the City and the contractor. 4. Construction Phase. The A/E will perform contract administration to include the following: J EXHIBIT "A" I Page 4 of 8 a. Participate in pre-construction meeting. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Review field and laboratory tests. d. Provide interpretations and clarifications of the contract documents for the contractor and authorize minor changes, which do not affect the contractors price and are not contrary to the general interest of the City under the contracL e. Make regular visits to the site of the project to confer with the City project inspector and contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction, f. Prepare change orders (coordinate with the City's construction division); provide interpretations and clarifications of the plans and specifications for the contractor and authorize minor changes which do not affect the contractoCs price and are not contrary to the general interest of the City under the contract. g. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. h. Review construction "red-line" drawings, prepare record drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r. 14 or later) of the record drawings. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. The City staff will: a. Prepare applications/estimates for payments to contractor. b. Conduct the final acceptance inspection with the Engineer. B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that may be included as part of this contract, but the A/E will not begin work on this section without specific written approval by the Director of Engineering Services. Fees [or Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The A/E will, with written authorization by the Director of Engineering Services, do the following: Permittinq. Furnish the City all engineering data and documentation necessary for all required permits. The A/E will prepare this documentation for all required signatures. The A/E will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: Page 5 of 8 a. Texas Commission on Environmental Quality (TCEQ) Permits/Amendments Riqht-of-Wa¥ (ROW) Acauisition Survev. The A/E will review existing ROW and easements to ascertain any conflicts and provide field ROW surveys and submit ROW plats and descriptions for the City's use in the acquisition process. All work must comply with Category l-A, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with all TxDOT requirements as applicable. A/E Consultant will be required to perform all necessary deed research. Topoaraphic Survev. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points. Establish base survey controls for line and elevation staking (not detailed setting of lines and grades I'or specific structures or facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the project area. Environmental Issues a. Provide environmental site evaluations and archeology reports that are needed for the project. b. Identify and develop a scope of work for any testing, handling and disposal of hazardous materials and/or contaminated soils that may be discovered during construction. RAS Consultant Services. Acquire services from a RAS consultant to review plans per TDLR requirements, assist with variances, and conduct field nvestigations during project design and inspections during construction. Warranty Phase. Provide a maintenance guaranty inspection toward the end of the one-year period after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct del~ective conditions and submit to City staff. Complete the inspection and prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. I EXHIBIT "A" I Page 6 of 8 2. SCHEDULE DAY Wednesday Friday Fdday Monday Friday Friday Wednesday Monday (2) Wednesday Wednesday Monday Weekday PROPOSED PROJECT SCHEDULE DATE March 09, 2005 May 06, 2005 May 20, 2005 May 23, 2005 June 24, 2005 July 08, 2005 August 31,2005 TBD TBD TBD TBD TBD ACTIVITY Begin Preliminary Phase DSR Submittal City Review of DSR (2 Weeks) Begin Design Phase 60% Submittal City Review 100% Submittal Advertise for Bids Pre-Bid Conference Receive Bids Begin Construction Construction Completion 3. FEES Fee for Basic Services. The City will pay the A/E a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A. 1-4 above, and for all expenses incurred in performing these services. For services provided in Section I.A.1-4, AJE will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon AJE's estimate (and City concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in Section I.A.4, the statement will be based upon the percent of completion of the construction contract. City will make prompt monthly payments in response to A/E's monthly statements. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the NE a not-to-exceed fee as per the table below: I EXHIBIT "A" I Page 7 of 8 C. Summary of Fees Fee for Basic Services 1. Preliminary Phase 2. Design Phase 3. Bid Phase 4. Construction Phase Subtotal Basic Services Fees Fee for Additional Services (Allowance) 1. Permit Preparation (as applicable) TCEQ Total Permitting 2. ROW Acquisition Survey (8 Takings Considered) 3. Topographic Survey (AUTHORIZED) 4. Environmental Assessments 5. RAS Consultant Services 6. One Public Meeting Participation with Preparation of Exhibits 7. Warranty Phase 8. ROW Encroachment Exhibits (without metes & bound description) Sub-Total Additional Services Fees Authorized Total Authorized Fee $25,080.00 $39,860.00 $1,140.00 $11,870.0O $77,950.00 $570.00 $13,000.00 $33,030.00 TBD $ 3,200.00 $ 4,000.00 $1,650.00 $8,100.00 $63,550.00 $141,5OO.00 I EXHIBIT "A" I Page 8 of 8 EXHIBIT A-1 TASK LIST CITY OF CORPUS CHRISTI ADA SIDEWALK ACCESS IMPROVEMENTS ALONG STAPLES STREET FROM LEOPARD STREET TO SIX POINTS (BOND ISSUE 2004) (PROJECT NO. 6300) In conjunction with the services described in Exhibit A, AJE will provide the following scope of basic and additional services. BASIC SERVICES Perform a site investigation to identify specific utilities, public and private amenities, current drainage conditions, and other features at the proposed project sites that may be affected or effect the proposed improvements. Research and perform a review of existing reports, construction plans, and master plans that will be made available by the City. Gather and review record drawings, utility maps, and other pertinent information. 3. AEend and participate in project start and planning meetings (4 meetings) with City staff to discuss planning and design submittals. Confer and coordinate with City operating departments to verify underground utility locations (i.e., sanitary sewer, water, storm sewer, gas, and traffic control devices) and plan for their relocation, if necessary. Coordinate with franchise utility companies to verify locations as well as relocate private utilities (i.e. telephone, power, cable, gas lines, and fiber optics) that are affected by the proposed improvements. Recommend necessary survey work (e.g., topographic surveys, boundary surveys, right-of-way acquisition and utility easement surveys, critical elevations for adjacent structures) that may be required that is outside the scope of work and limits as identified further below in this Exhibit A-1. Coordinate with City on obtaining a site-specific soil investigation repod that will contain borings, laboratory testing results, and design recommendations for subgrade preparation for structure foundations and pavement reconstruction design, 8. Prepare one (1) set of the Design Summary Report and Schematic (DSR) per City/TxDOT format along with electronic files and submit to the City/TxDOT. DSR will include an Executive Summary and a detailed report that elaborates on the findings and proposed sidewalk and curb ramp improvements; detailed schematics and drawings as well as photo exhibits showing existing conditions I EXHIBIT "A'I"IPage 1 of 3 and extent of improvements; the identification of conflicts and design issues that may impact the project as well as governmental authorities that will have jurisdiction over the project; and opinion of probable construction cost estimates. Only a single design solution will be provided in the DSR. Prepare plans such that all right-of-way amenities (i.e., curb ramps, sidewalks, and driveway aprons) shall comply with the requirements of the Texas Architectural Barriers Act (TABA) as issued by the Texas Department of Licensing and Regulation (TDLR) and per TxDOT sidewalk and curb ramp standards, specifications, and special provisions. Prepare plan views of proposed work (without profiles) including the limits of new sidewalk, locations of new driveways and curb ramps, relocations of obstructions, as well as pavement markings. Prepare individual details for various curb ramps and driveway details. 10.Assist in preparing variances in accordance with TDLR requirements for each noncompliant condition that will be encountered. 11. Prepare final plans, specifications, and estimates (PS&E) documents and make 60% and 100% completion submittals for City/TxDOT's reviews. Prepare and submit final construction documents along with the mandatory checklist, executive summary, and certifications in accordance to the City's Plan Preparation Standards and Contract Format and TxDOT's PS&E preparation requirements. Prepare final construction plans and documents so as to be bid under a single construction contract using City contract documents including bid proposal torm, agreement, notice to bidders, special provisions, and performance and payments bonds, and using TxDOT standards and technical specifications, item numbers, and unit quantities. Prepare construction drawings on 1 l"x 17" sheets in TxDOT format using AutoCAD (Release 14 or later) to include plans, details, traffic control plan, general notes and quantities for sidewalk and curb ramp improvements (TxDOT specifications, proposal and associated bidding documents to be prepared by TxDOT). 12. Prepare traffic control plans with the intention of allowing work only on one side of Staples Street and at a single block at a time. No new traffic or pedestrian signalization designs will be prepared except for the relocation of existing signal poles that are determined to be obstructions to the proposed sidewalk improvements. 13. During the Construction Phase, per[orm periodic visits to the construction sites which shall be limited to one (1) site visit per week. NE shall not, during such visits or as a result of such observations of contractor(s)' work in progress, supervise, direct or have control over contractor(s)' work nor shall A/E have authority over or responsibility for the means, methods, techniques, sequences or procedures of construction selected by contractor(s), for safety precautions and programs incident to the work of contractor(s) or for any failure of contractor(s) to comply with laws, rules, regulations, ordinances, codes or orders applicable to contractor(s) furnishing and performing their work. Accordingly, A/E i EXHIBIT"A-I"i , Page2ol'3 can neither guarantee the performance of the construction contracts by contractor(s) nor assume responsibility for contractor(s)' failure to furnish and perform their work in accordance with the contract documents. 14. Provide Storm Water Pollution Plans including a detailed technical specification addressing TCEQ requirements for the project. 15.Schedule and conduct required review meetings (Design Summary Report and Schematics-60% and 100%) with City/TxDOT. ADDITIONAL SERVICES (As Authorized by City) 1. Prepare the required documents application for TCEQ review and approval and pay related permit fees, if applicable. Perform a topographic survey of the project areas contained within the street right-of-way showing underground utilities (based on field gather information and information provided by City and private utility owners), closest edge of structure, concrete slabs, walkways, trees, fences, gates, and street curbs. Other features will be field-verified as needed to facilitate the design of the project area improvements. The limits of the topographic surveys shall be along Staples Street from the south side of Leopard to the north side of Ayers. Side streets will be surveyed to at least 70 feet from the street intersections. Identify encroachments to City right-of-way due to buildings and their appurtenances, and building overhead canopies and sign structures, and prepare individual encroachment exhibits showing the extent of encroachment for each location without metes and bounds descriptions. Provide a maintenance guaranty inspection to note defects requiring contractor action to repair under the maintenance guaranty terms of the contract. Prepare and submit to City a report identifying the deficient conditions and necessary remedial repairs. Perform and complete said work at sixty (60) days prior to the end of the maintenance guaranty period. 6. Provide right-of-way acquisition exhibits along with metes and bounds description for corner clips and sidewalk encroachment areas at driveways. Acquire the services of an RAS Consultant to review plans per TDLR requirements, assist with the preparation of variances, and perform field investigations during project design and inspections during construction. Participate in one public hearing meeting and assist City staff in the preparation of meeting documents including exhibits, handouts, schedules, and area maps depicting the area improvements. EXHIBIT "A-I" [ Page 3 of 3 EXHIBIT B PROJECT NAME Standards, Codes and Safety Requirements The Consultant's work will be performed in accordance with the most current applicable standards, codes and safety requirements. Specifically, the Consultant will adhere to all safety requirements for confined space entry inspecting manholes and similar confined spaces and all traffic control regulations. Insurance Requirements The Consultant will not begin work under the contract until it has obtained all required insurance and provided the City with the related certificates and endorsements. For the duration of the project, the Consultant will provide the insurance listed below and document required coverages with certificates of insurance: 1. Commercial liability including the following coverages: a. Broad form property damage; b. Premises-operations; c. Explosion, collapse, and underground hazard; d. Product/completed operations hazard; and e. Independent contractors. A letter accompanying the certificate of insurance and signed by an authorized representative of the insurer will state that the commercial liability insurance includes the 5 coverages. Minimum coverage amounts wilt be: Bodily Injury and Consequent Death Bodily Injury and Consequent Death Property Damage $ 500,000 Per Person $1,000,000 Per Occurrence $1,000,000 Per Occurrence EXHIBIT "B" I Page I of 3 Automobile liability coverage for all owned, Minimum coverage amounts will be: Bodily Injury and Consequent Death Bodily Injury and Consequent Death Property Damage non-owned, or rented vehicles. $ 500,000 Per Person $1,000,000 Per Occurrence $ 500,000 Per Occurrence Employer's liability insurance with a minimum coverage limit of $100,000 per person. Excess liability insurance coverage (for commercial, automobile, and employer's liability insurance with a minimum coverage limit of $1,000,000. 5. Workers Compensation Insurance The Consultant will provide workers compensation insurance for all its employees who will perform any project work. This coverage will be provided through a company authorized to do business in Texas or through self-insurance obtained in accordance with Texas law. Coverage will be documented in a certificate of insurance or, of the Consultant provides self-insurance, then it will provide to the City a copy of its certificate of authority to self- insure its workers compensation coverage liability. The Consultant will also provide a letter stating that the certificate of authority remains in effect and is not the subject of any revocation proceeding pending before the Texas Workers Compensation Commission. Except for workers compensation insurance, for each insurance coverage required under the contract, the Consultant will obtain an endorsement to the applicable insurance policy, signed by an authorized representative of the insurer, stating that in the event of cancellation or material change that reduces or restricts the insurance afforded, the insurer agrees to mail 30-days prior written notice of cancellation or material change to the City at: City of Corpus Christi Department of Engineering Services Contract Administrator P. O. Box 9277 Corpus Christi, TX 78489-9277 EXHIBIT "B"I Page 2 of 3 For workers compensation insurance, 1 O-days notice of cancellation or matedal change will be sufficient. The Consultant will also provide an additional insured endorsement for each insurance policy except workers compensation insurance. Each will name the City as additional insured. Use of Subcontractors The Consultant may use subcontractors to complete work under this contract. No subcontractor may provide services unless the City consents. Consent will not be withheld unreasonably. The Consultant will be responsible for completing all contract work even if a subcontractor has assumed responsibility to complete certain work. Also, the Consultant will be responsible for the acts and omissions of any subcontractors. Furthermore, the Consultant agrees that any subcontractor for this project will include the same mandatory insurance requirements in favor of the City as are specified in the City's contract with the Consultant. This is particularly emphasized for workers compensation insurance coverage. Subcontractor certificates of insurance and endorsements will be collected by the Consultant and available for City review upon request. EXHIBIT "B" Page 3 of 3 City of CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking Io do business with the City to provide the following information. Every question must be answered. It the question is not applicable, answer with "N/A". FIRM NAME: Martinez, Guy & Maybik, inc. STREET: 4444 Corona. Suite 242 CITY: FIRM Is: 1. Corporation X 2. Partnership__ 5. Other Corpus Christi ZIP: 76411 3. Sole Owner 4. Association DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side et this page or attach separate sheet. State the names of each employee of the City of Corpus Christi having an ownership Interest constituting 3% or more of the ownership In the above named firm. Name Job Title and Cily Departmonl (if know~) N/A State the names of each official of the City of Corpus Christi having an ownership Interest constituting 3% or more of the ownership In the above named firm. Name ~tls N/A State the names of each board member of the City of Corpus Christi having an ownership Interest constituting 3% or more of the ownership In the above named firm. Name Board, Commi~lon or Committee N/A State the names of each employee or officer of a consultant for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an ownerehlp Interest cenatltutlng 3% or more of the ownership In the above named firm. Name Consullant N/A CERTIFICATE I cartity that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requesled; and thai supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Ricardo P. M~inez, P.~E. / (Ty~e or F'nnJ.}."/ r ~ .~ Signature of Certifying Person: ~ (~/~A '~, c~~~ Title: President IEXHIBIT "C" I Page 1 of 2 DEFINITIONS a. Board Member. A member of any board, commission or committee appointed by the City Council ot the City of Corpus Christi, Texas. b. Employee. Any person employed by the City of Corpus Christi, Texas, either on a tuJI or par~ time basis, bul not as an ~ndependent contractor. c. Firm. Any entity operated Ior economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the Iorm oi' sole proprietorship, as self-employed person, partnership, corporation, ioint stock company, joint venture, receivership or trust and entities which, for purposes of laxation, are treated as non-profit organizations. d. Official. The Mayor, members of the City Council, City Manager Deputy Cib/Manager, Assistant City Managers Department and Division Heads and Municipa Court Judges o the City of Corpus Christi, Texas. e. Ownership interest. Legal or equitable interest, whether actually or constructively held in a firm, including when such Interest is held ~rough an agent trust estate or holding entity. Constructively held refers to holding or contro estab shed through voting [rusts, proxies or special terms of venture or partnership agreements. I. Consultant. Any person or firm, such as engineers and architects hired by the City ol Corpus Christi for the purpose of professionar consultation and recommendation. IEXHIBIT "C" I Page 2 of 2 oooo~oo ~88 EXHIBI't' '"D" I Page 1 of 1