Loading...
HomeMy WebLinkAboutC2005-211 - 5/10/2005 - ApprovedCITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Chdsti, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or Designee (Director of Engineering Services) and Goldston Enoineerin~, Inc., a Texas corporation, 210 S. Carancahua, Suite 200, Corpus Christi, Nueces County, Texas 78401, (Archttect/Engineer - A/E), hereby agree as follows: 1. SCOPE OF PROJECT (Doddridge Street- Ocean Drive to South Staples, City Project No. 6273) Doddridge Street is a name change for Weber Road beginning at the roadway curve between Staples Street and Alameda Street and extending to Ocean Drive. This project includes all of Doddddge Street and a portion of Weber Road. The length of this project is approximately 5,330 linear feet. This proposed project completes the improvements from South Staples to Ocean Drive. The existing roadway is a four-lane arterial with left-turn lanes at the South Staples and Alameda Street intersections. In addition, a parking lane exists for a distance on the southeast side between Staples Street and Alameda Street. The project includes the following: · Complete reconstruction of the existing roadway between the existing curb and gutter. · Removal and replacement of selected curb and gutter that is in poor condition. · Removal and replacement of selected sidewalk and new construction in locations where there is no existing sidewalk. · ADA curb ramps per project requirements. · Lane striping and pavement markings. · Rehabilitation of existing sanitary sewers. · Replace and/or adjust curb inlets to improve drainage. · A 16-inch water transmission main and appurtenances. · Removal of the existing water transmission main. · Supplemental underground storm drainage. · Adjust affected valves and manholes to grade. · New street lighting. 2. SCOPE OF SERVICES The NE hereby agrees, at its own expense, to perform professional services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, NE ............. '-' ..... ',~s updates (project progress or delays, gantt charts presented with 2005-211 05/10/05 Contract for Engineering (A/E) Services Page 1 of 4 M2005-135 Goldston Engineering monthly invoices) and provide contract administration services, as described in Exhibit "A" and "A-I ', to complete the Project. Exhibit "A-1" provides a supplemental description of services to Exhibit "A" and is not intended to supersede services described in Exhibit "A". Work will not begin on Additional Services until requested by the NE (provide breakdown of costs, schedules), and wdtten authorization is provided by the Director of Engineering Services. NE 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. 3. ORDER OFSERVICES The NE agrees to begin work on those authorized Basic Services for this contract upon receipt of the Notice to Proceed from the Director of Engineering Services. Work will not begin on any phase or any Additional Services until requested in wdting by the NE 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 any 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 NE 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 wdting as an amendment to this contract. NE shall notify the City of Corpus Chdsti within three (3) days of notice if tasks requested requires an additional fee. 4. MANDATORY REQUIREMENTS A/E agrees to the mandatory contract and insurance requirements as set forth in Exhibit 5. FEE The City will pay the A/E 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 wdtten notice to the NE 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. Contract for Engineering (NE) Services Page 2 or 4 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 Christi Metropolitan Statistical Area (MSA). Additionally, no more than 25% of the work described herein will be performed by a labor force residing outside the Corpus Christi 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 for routine duties delegated to personnel of the NE staff. If the NE 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. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in wdting by the City. 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 and may not be used again by the NE 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, be signed and sealed by a professional engineer prior to re-use of modified plans, and require notification to the NE. 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 form attached hereto as Exhibit "C". Contract for Engineering (A/E) Services Page 3 of 4 C TV OF COR.US C.mS , Ronald F. Massey, k.~ Date Assistant City Manager RECOMMENDED AO~C~"R.'Escobar, P.E., Date ~rector of Engineering Services Al-rEST B YArman/d~retary GOLDSTON ENGINEERING, INC. Sidney A. Faas, P.E. Date 210 S. Carancahua, Suite 200 Corpus Christi, TX 78410 (361) 888-8100, Ext. 116 Office (361) 888-8600 Fax By ~':',-,L-"--r--- ~E~'''' -iL~v~ City Attorney Date Contract for Engineering (A/E) Services Page 4 of 4 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS 1. SCOPE OF SERVICES Basic Services. Basic Services will include the following in addition to those items shown on Exhibit "A-I" Task List. 1. Preliminary Phase. The ArchitecFEngineer-A/E will: It is the intent of the Preliminary Phase to provide a study and report of project scope with economic and technical evaluation of alternatives, and prepare a Design Memorandum which includes Preliminary designs, drawings, and wdtten description of the project. This design memorandum shall include: a. 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 project start and planning meeting with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes within seven (7) working days of the meeting. The NE will discuss the project with the Texas Department of Licensing and Regulation (TDLR) and other agencies (such as the Texas Commission of Environmental Quality (TCEQ) and TxDOT) satisfactorily complete the Project. c. Submit one (1) copy in an approved electronic format, and one (1) paper copy of the Design Memorandum, 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 Memorandum will include the following (with CONSTRUCTABILITY being a major element in all the following items): 1 ) Review the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution of the Project; The NE will meet with City staff to collect data, discuss materials and methods of construction, and identif~ design and construction requirements. 2) Review and investigation of available records, archives, and pertinent data related to the Project including taking photographs of the Project site, list of potential problems and possible conflicts, intent of design, and improvements required, and conformance to relevant Master Plan(s). EXHIBIT "A" Page 1 of 12 3) Identify results of site field investigation including site findings, existing conditions, potential right of way/easements, and probable Project design solutions; (which are common to municipalities). 4) Provide a compilation of pertinent factors, sketches, designs, cross-sections, and parameters which will or may impact the design, including engineering design basis, preliminary layout sketches, identification of needed additional services, preliminary details of construction of critical elements, identification of needed permits, identJfication of specifications to be used, identification of qualify and quantity of materials of construction, and other factors required for a professional design ('CONSTRUCTABILITY). 5) Advise if environmental site evaluations and archeology reports 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. 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 and probable cost estimate and design alternatives. 8) Provide a letter stating that the NE and Sub-consultant Engineers have checked and reviewed the Design Memorandum prior to submission. 9) Submit the Design Memorandum to the City for review. Participate in one review meeting with City Staff at which time all City review comments will be submitted to the NE in writing and on electronic disk. Incorporate City review comments into a Final Design Memorandum. 10) Items required with the Design Memorandum include key elements such as: · Pipe Size or Building Size · Pipe Material, etc. · Why one material is selected over another · Pluses of selections · ROW requirements and why · Permit requirements and why · Easement requirements and why · Embedment type and why · Constructability, etc. · Specific requirements of the City EXHIBIT "A" Page 2 of 12 · Standard specifications · Non-standard specifications · Any unique requirements · Cost, altematives, etc. · Owner permit requirements and status 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. Aerial 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. Applicable Master Plans and other studies. g. Previous storm drainage hydraulic analyses (including those performed by other City consultants) related to the project. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the NE will: a. Implement the Design Memorandum 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. b. Prepare one set of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, notice to bidders, 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, 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 dudng construction (to be included under additional services). d. Prepare final quantities and opinion of probable costs with the recommended construction schedule. The construction schedule will include a phased approach to track progress and payments. e. Provide 1 copy of pre-final plans and bid documents to the City staff for review and approval purposes with revised opinion of probable costs. Assimilate all review comments, modifications, additions/deletions and proceed to next (final) phase, upon Notice to Proceed. EXHIBIT "A" Page 3 of 12 f. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that the submittals accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The Consultant A/E and Sub-consultant A/E shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. i. Provide a Traffic Control Plan for review and approval as delineated by the City Traffic Engineering Department. j. Upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for reproduction (In City Format) and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. k. Prepare and submit monthly status reports with action items developed during the design process I. 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 NE 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 NE will: a. Participate in the pre-bid conference and provide a recommended agenda for critical construction activities and elements impacting the project.. b. Assist the City in solicitation of 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, 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 biddeCs bid exceeds the project budget as revised by the Engineering Services in accordance with the NE's design phase opinion of probable costs required above, the Engineer will, at its expense, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re-advertise that particular portion of the Project for bids. EXHIBIT "A" Page 4 of 12 The City staff will: a. Arrange and pay for pdnting of all documents and addenda to be distributed to prospective bidders. b. Advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the NE) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. d. Prepare, review and provide copies of the contract for execution between the City and the contractor. 4. Construction Phase. The NE will per[orm contract administration to include the following: a. Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Review for conformance to contract documents, shop and working drawings, materials and other submittals. Excessive re-submittal reviews (more than 2 submittals) will be compensated at a rate of 1155/hr. This will be included as part of a construction contract deduction. d. Review field and laboratory tests. e. Provide interpretations and clarifications of the contract documents for the contractor and recommend required changes, which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. f. Make monthly 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. g. Prepare change orders as authorized by the City (coordinate with the City's construction division); provide interpretations and clarifications of the plans and specifications for the contractor and recommend minor changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. h. Provide monthly status reports in City format. i. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. EXHIBIT "A" Page 5 or 12 j= Review construction "red-line" drawings and prepare record drawings of the Project as constructed (from the "red-line" drawings, inspections, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and an 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. c. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded EXHIBIT "A" Page 6 of 12 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 NE will not begin work on this section without specific written approval by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The NE will, with written authorization by the Director of Engineering Services, do the following: Permitting. Furnish the City the engineering data and documentation necessary for the required permits. The NE will prepare this documentation for all required signatures. The NE will prepare and submit the permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. TxDOT Permits (to be determined) b. NPDES Permit/Amendments (to be determined) c. Texas Commission of Environmental Quality (TCEQ) Permits/Amendments (to be determined) d. Texas Department of License and Regulation (TDLR) - including submittal of plans to TDLR for approval prior to construction and inspection by a Registered Accessibility Specialist (RAS) during and after construction. The NE fee for this item includes TDLR application fees and RAS fees. 2. ROW Survey - TBD Topographic Survey (Authorized). Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required for the aerial mapping of the Project area - aerial photography to be provided by City). Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for 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 Amheology 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. EXHIBIT "A" Page 7 of 12 5. Construction Observation Services. A. Provide a project representative (PR) to provide pedodic construction inspection. B. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the NE shall endeavor to provide further protection for the CITY against defects and deficiencies in the Work. C. The duties and responsibilities of the PR are described as follows: 1. General: PR will act as directed by and under the supervision of NE, and will confer with NE regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with NE and Contractor, keeping the CITY advised as necessary. 2. Conference and Meetings: Attend meetings with Contractor, such as pre- construction conferences, progress meetings, job conferences and other project-related meetings as required by the City, and prepare and circulate copies of minutes thereof. 3. Liaison: a. Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. b. PR shall communicate with CITY with the knowledge of and under the direction of NE 4. Interpretation of Contract Documents: Report when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. 5. Shop Drawings and Samples: a. Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. b. Record date of receipt of Samples and approved Shop Drawings. c. Advise Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which PR believes that the submittal has not been approved. 6. Review of Work and Rejection of Defective Work: a. Conduct on-Site observations of Contractor's work in progress to assist NE in determining if the Work is in general proceeding in accordance with the Contract Documents. b. Report whenever PR believes that any part of Contractor's work in progress will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise City and NE of that part of work in progress that PR believes EXHIBIT "A" Page 8 of 12 should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. c. Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. 7. Records: a. Maintain ordedy files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, A/E's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. b. Prepare a daily report utilizing approved City format, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to NE and the City. 8. Reports: a. Furnish periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. b. Report immediately to the CITY and NE the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. c. Provide project photo report on CD-ROM at the rate of a minimum of two photographs per day, including an adequate amount of photograph documentation of utility conflicts. 9. Completion: a. Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. b. Participate in a final inspection in the company of NE, the CITY, and Contractor and prepare a final list of items to be completed or corrected. c. Observe whether all items on final list have been completed or corrected and make recommendations concerning acceptance and issuance of the Notice of Acceptability of the Work. 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 defective conditions and submit to City Staff. Complete the inspection and EXHIBIT "A" Page 9 o[ 12 prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. 7. Utility Locations - as noted on Exhibit A-1 8. Wastewater CCTV - as noted on Exhibit A-1 9. Public Meetin~ - prepare an agenda and Exhibits and participate in one public meeting. 10. Provide the services above authorized in addition to those items shown on Exhibit "A-1" Task List. EXHIBIT "A" Page 10 of 12 2. SCHEDULE DAY Wednesday Wednesday Wednesday Wednesday Wednesday Monday (2) Tue/Wed/Thu Wednesday Monday Weekday PROPOSED PROJECT SCHEDULE DATE May 18, 2005 October 5, 2005 October 12, 2005 October 19, 2005 Apd112, 2006 October 2006 October 2006 December 2006 January 2007 February 2008 ACTIVITY Begin Preliminary Phase Design Memorandum Submittal City Review Begin Design Phase Final Submittal Advertise for Bids Pre-Bid Conference Receive Bids Begin Construction Construction Completion 3. FEES Fee for Basic Services. The City will pay the NE 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. NE will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon NE'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 NE'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: EXHIBIT '"A" Page 11 of 12 C. Summary of Fees Fee for Basic Services Streets Storm Water Water Waste Water TOTAL 1. Preliminary Phase 2. Design Phase 3. Bid Phase 4. Construction Phase Subtotal Basic Services Fees Fee for Additional Services (Allowance) 1. Permit Preparation and fees (as applicable) TDLR Permit Total Permitting 2. ROW Acquisition -(TBD) 3. Topographic Survey (AUTHORIZED) 4. Environmental Assessments (TBD) 5. Construction Observation Services 6. Warranty Phase 7. Hydro/Utility Locations (Authorized) 8. Wastewater CCTV and Inspection (Authorized) 9. Public Meeting (Authorized) Sub-Total Additional Services Fees A Total Authorized Fee 69,862 118,722 6,520 30,568 225,672 2,205 TBD 30,461 TBD 94,185 2,857 0 0 5,557 135,265 360,937 13,307 22,614 1,242 5,823 42,985 420 TBD 5,802 TBD 17,940 544 14,000 0 1,058 39,764 82,749 11,089 18,845 1,035 4,852 35,821 350 TBD 4,835 0 14,950 453 35,000 0 882 56,470 92,291 16,634 28,267 1,552 7,278 53,731 525 TBD 7,253 0 22,425 68O 21,000 27,300 1,323 80,506 134,238 110,892 188,4-47 10,349 48,521 358,209 3,500 TBD 48,351 0 149,500 4,535 70,000 27,300 8,820 312,006 670,215 EXHIBIT "A" Page 12 of 12 EXHBIT A-1 CITY OF CORPUS CHRISTI, TEXAS BOND ISSUE 2004 DODDRIDGE STREET- OCEAN DRIVE TO SOUTH STAPLES CITY PROJECT NO. 6273 SCOPE OF CONSTRUCTION PROJECT A. The Basis of Construction is the Project Development Assistance Report Including Opinion Of Probable Cost for Doddridge Street- Ocean Drive to South Staples dated January 23, 2004 identifies the project requirements. Excerpts from this document are noted below: Location: Doddridge Street is a name change for Weber Road beginning at the roadway curve between Staples Street and Alameda Street and extending to Ocean Drive. This project includes all of Doddridge Street and a portion of Weber Road. The length of this project is approximately 5,330 linear feet. Existing Conditions: As part of the 1986 Bond Program, funds were authorized for improvements to Weber Road from South Padre Island Drive (S.P.I.D.) to Staples Street. This proposed project continues these improvements from Staples Street to Ocean Ddve. The existing roadway is a four-lane arterial with lett-tum lanes at the Staples Street and Alameda Street intersections. In addition, a parking lane exists for a distance on the southeast side between Staples Street and Alameda Street. At the location of this parking lane, residences have frontage on Doddddge. The existing pavement has exceeded its useful life and is in poor condition The development along the roadway is varied. The majority of the roadway frontage is single-family residential. At the major intersections with Staples Street and Alameda Street, the development is commercial. ADA facilities exist at some locations along this roadway. The RTA does not currently have any bus stops within the limits of this project. Proposed Construction: · Complete reconstruction of the existing roadway between the existing curb and gutter. · Removal and replacement of selected curb and gutter that is in poor condition. PAGE 1 OF 8 II:\[[OME\I_YNDAg\(]EN\Slreetsk2004 Bond Issue\b273 - Doddndge\AE Ag~ement\Exhibit A-I do~ · Removal and replacement of selected sidewalk and new construction in locations where there is no existing sidewalk. · ADA curb ramps per contract requirements. · Lane striping and pavement markings. · Rehabilitation of existing sanitary sewers. · Replace and/or adjust curb inlets to improve drainage. · A 16-inch water transmission main and appurtenances. · Removal of the existing water transmission main. · Supplemental underground storm drainage. · Adjust effected valves and manholes to grade. · Newstreet lighting. Other Project Elements: · The existing underground drainage system has five (5) outfalls. Four (4) of these are to Brawner Parkway/Proctor Box and one (1) is directly to Corpus Christi Bay via Ocean Drive. Based on conditions during significant rain events (flooding of Doddridge/Staples intersection), it appears that the outfall on Staples Street to Brawner Parkway is inadequate, and improvements/enlargement of this system is desirable. All other outfall systems appear to be adequate during significant rain events. · There are large City gas lines (6", 8", and 14") along and/or under this street. Design and construction techniques should require that no relocations/adjustments be required to these gas lines. · No sidewalk exists between Ocean Ddve and Santa Fe Street. The design and construction of new sidewalk will need to accommodate the existing surface conditions, landscaping, etc. · The only traffic signal system within the project limits is at Alameda Street. This system appears to be a current system with no upgrades required as part of the project. · All sidewalks and ramps, new or existing will be ADA compliant. · Site plan is shown on Exhibit A (attached). 2. Scope of Services A. BASIC SERVICES -DESIGN MEMORANDUM 1. A Design Memorandum will be required and should include alternative design considerations to accomplish the following: · Constructability; · Existing utilities and conflicts; · Pedestrian safety; · Construction sequencing and conflicts; · Drainage improvements; and · Public/Private access during construction. PAGE 2 OF 8 tt:\ttOME\I YNI)AS\GEN~%n-eelsX20~4 Bond Issuc\6273 - Dc, ddr/dge~Ak Agreement\Exhibit A-I doc Attend and participate in a project start and planning meeting with City staff. Coordinate with the RTA, school district and United States Postal Service and other impacted services on their respective requirements. Perform field investigation as required to define specific areas of demolition and new work including tie-in points and other applicable parameters; Identify areas of existing sidewalks, ramps and driveways that do not meet ADA requirements. Prepare a preliminary layout that includes new sidewalks, driveways and ramps as well as replacement of deficient facilities. 4. Review topographic survey data and utility location data; 5. Review project parameters, requirements and available data. Establish design criteria. 6. Identify requirements of governmental authorities that have jurisdiction over the work. 7. Perform hydraulic analysis (Windstorm) on existing storm sewers within the drainage area served by the system of the project. 8. Perform hydraulic analyses (VVindstorm) to determine proposed layout and size for new storm sewer system within the drainage area served by the system; 9. Establish preliminary pavement and top of curb elevations; 10. Prepare the preliminary sanitary sewer collection system rehabilitation requirements; 11. Prepare the preliminary water transmission main layout; 12. Coordinate with AEP and prepare a conduit layout for the new street lighting. (AEP will provide lighting design, conduit sizes, etc.) 13. Review pavement sections established by the geotechnical investigation; 14. Evaluate feasible alternatives (at the A/E's discretion) and solutions for the different aspects of the project. 15. Prepare the preliminary drawings as required including typical cross-section of streets and utilities, existing and proposed; 16. Establish preliminary grades of new utilities to avoid conflict with the high pressure gas line; 17. Develop a preliminary construction schedule and sequencing plan. This schedule will include procurement, construction, testing, coordination, and provision for minimum interruption of services and construction schedules and PAGE 3 OF 8 [[:\I~OME\LYNDAS\(JEN\StrectsL2004 Bond Issue\627~ Dt~tdridgc\AE Agreement\Exhibit A Idoc will also take into consideration recommendations in the appropriate City Plans; 18. Prepare an Opinion Of Probable Project Cost; 19. Prepare Design Memorandum including the items notes above and submit one electronic copy and one hard copy for the anticipated work; and 20. Participate in a Design Memorandum Review Meeting with City staff, revise appropriately, and furnish one copy of the Final Design Memorandum. B. BASIC SERVICES- FINAL DESIGN 1. Establish plan - profiles for the street and curb and gutters; 2. Establish pavement repair or rehabilitation sections; Delineate the drainage basins and per[orm hydrologic and hydraulic analyses for the 5-year and 25-year design storm for the new drainage system. Develop the HGL and EGL for the new storm drainage system. Determine curb inlets and manholes locations and elevations; 4. Provide details for the connection of the new storm drainage system to the existing storm drainage system; 5. Provide curb and gutter, ramp, and sidewalk details; 6. Provide waterline and waste waterline repair or replacement plans and details; 7. Provide new driveways plans and details to match existing locations of residential and commercial driveways; 8. Provide construction and demolition sequencing plans; Prepare Traffic Control Plans - provide traffic control plans, including temporary work zone, fencing requirements and construction details and temporary signage and striping. Determine property owner accessibility requirements; PAGE 4 OF 8 I I:\HOMF.\I YNI)AS\GI!N\Srreets~2004 Bond Issue\6273 I)oddndge~AE Agreement\Exhibi~ A-I.doc 10. Provide engineering and CAD services for the following (approximate number of) drawings: 1 2 3 4 5-10 11-15 16-18 19-23 24-26 27-31 32-34 35 36 37-39 40-44 45-59 60-62 63- 64-66 67-68 69-70 71-88 89-91 92 Title Sheet and Vicinity Map (1 sheet) Project Location Map (1 sheet) General Notes (1 sheet) Est. Quantities & Testing Schedules (1 sheet) Existing & Proposed Sections (6 sheets) Demolition/Removal Summary (5 sheets) Baseline Alignment (3 sheet) Street Plans (5 sheets) Stormwater Plan/Profile (3 sheets) Water Plan Sheets (5 sheets) Wastewater Plan Sheets (3 sheets) Stormwater Details & Cross Sections (1 sheet) Curb Ramp Details (1 sheet) SW3P (3 sheets) Standard Details - Water (5 sheets) Standard Details - Stormwater (15 sheets) Standard Details - Driveways (3 sheet) Standard Details - Curb, Gutter & Sidewalk (1 sheet) Standard Details - Curb Ramp Details (3 sheets) Standard Details - SW3P ( 2 sheets) Intersection Details (2 sheets) Traffic Control Plans (18 sheets) Striping Layout (3 sheets) Underground Conduit (1 sheet) 11. Prepare specifications; and 12. Provide 1 copy of pre-final plans and bid documents to the City staff for review and approval purposes with revised opinion of probable costs. Assimilate all review comments, modifications, additions/deletions and proceed to next (final) phase, upon Notice to Proceed. C. BID PHASE-AS NOTED IN EXHIBIT A. D. CONSTRUCTION ADMINISTRATION PHASE -AS NOTED IN EXHIBIT A. 2. ADDITIONAL SERVICES A. Hydro-Excavation for Utility Locations: 1) Coordination with pipeline companies and franchised utilities will be made in order to locate existing pipelines and utilities within the project limits. The marked locations will be measured and indicated on the survey drawing. PAGE 5 OF 8 I I:\HOME\LYNDAS\GEN\Srr,.'~ts~2IX)4 Bond Issue\0273 DoddndgeLAE Agreement\Exhibit A-I doc 2) Subsurface Utility Investigation a. Excavation - The survey scope includes working with a subsurface utility excavator to perform Quality Level A investigation of underground utilities in specified areas through the project limit. (Quality Level A involves the use of nondestructive digging equipment (hydro-excavation) at critical points to determine the horizontal and vertical position of underground utilities, as well as the type, size, condition, material, and other characteristics.) Utilities located at this quality level will be physically located and tied to the topographic survey control. The utility will be identified and an elevation will be obtained to the top of the utility. b. Utility Location - The survey scope includes locating certain utilities to Quality Level C (Quality Level C involves surveying visible above- ground utility facilities, such as manholes, valve boxes, posts, etc., and correlating this information with existing utility records.) These utilities will be located by obtaining a One-Call Notice and measuring the marked locations. c. Storm water - Storm water facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible storm water manholes and drainage inlets. d. Wastewater - Wastewater facilities within the project limits will be located to Quality Level C and supplemented with CCTV data. Locations will be based on the surveyed locations of accessible wastewater manholes. e. Water - Water facilities will be located to Quality Level A. f. Gas - Gas facilities within the project limits will be located to Quality Level A. Locations will be based on markings provided by the City of Corpus Christi Gas Department. 3) Field location of existing utilities using Texas one-call system (coordinate with appropriate City operating departments). B. Topographic Survey 1) Survey Limits a. The overall survey limits for this project will be Doddddge Road from Staples Street to Ocean Drive. The specific west to east limits will be the westedy limits (curb returns) of the Staples Street intersection with Doddridge Road to the eastedy back of curb of Ocean Ddve. The limits on the cross street intersecting with Doddridge Street, i.e. Pope Drive, Fort Worth Street, Reid Street; Topeka Street, Delaine Drive, Aransas Street and Denver Street, will be measured 50 feet outward from the cross street curb returns. Staples Street, Alameda Street, Santa Fe Street and Ocean Drive limits will be measured 100 feet outward from the curb returns. 2) Scope of Work a. Survey Control: Horizontal Control: a) Horizontal Control will be based on the City of Corpus Christi CPS Control Monumentation. Coordinate values will be based on the Texas State Plane Coordinate System NAD 83 (HARN) Texas South Zone, U.S. Survey feet. PAGE 6 OF 8 I I:\HOME\LYNI)AS\GENLStreets\2004 Bond Issue\6273 - l)~dfidge\AE Agrcement\Exhibi~ A-I .doc Vertical Control: a) Vertical control will be based on benchmark datum provided by the City of Corpus Christi. Control Monuments: a) Control points will be set throughout the site for future construction layout and reference. These will consist of 5/8" iron rods with aluminum caps stamped with the point designation, or other suitable monumentation that is permanent in nature. Benchmarks will also be set throughout the proposed route alignment. These will consist of a mark on a stable surface such as a light pole footing; headwall, chiseled marks on curbs, walks etc. b. Topographic Surveying: Elevation Data: a) The topographic survey will include cross section data along the proposed alignment at 50 foot intervals with sections at major intermediate changes in grade. A minimum of two spot elevations will be obtained approximately 5 to 10 feet into each of the properties fronting Doddddge Street. There are significant grade changes that require a spacing of 50' (in lieu of 100'). b) Invert elevations will be obtained on any visible drainage structure or pipes within the survey limits. c) Invert elevations will be obtained on any visible wastewater manhole that is accessible within the survey limits. Planimetric Features: a) Planimetric features will be located such as roadway limits; fences; traffic signs; light and power poles; overhead power lines; guy anchors; fire hydrants; gas and water meters; sidewalks; curbs; drive entrances, entrance walks and pavement type; pipeline markers, pipeline markings, drainage structures; etc b) Trees within the right of way will be located, including size and type. Trees with canopies that overhang the ROW will be located. c. Drawing: A topographic survey drawing will be produced at a reasonable scale for design purposes. The drawing will indicate the location of the survey control; site benchmarks; planimetdc features within the project limits and topographic information such spot elevations. Shots at the utility locations will be shown with an elevation at the surface and top of pipe elevation. TDLR Coordination - as noted in Exhibit A. Warranty Phase - as noted in Exhibit A. ROW Survey - as noted in Exhibit A. PAGE 7 OF 8 tI:\HOME\I.YNDAS\GEN~Stree~s~20~4 Bond Issuc\6273 - ~v, ldfidge~AE Agreement\Exhibit A-I .doc Wastewater line inspection- Provide cleaning and CCTV for 3,965 LF of existing lines. Also inspec[ 12 manholes. AE will review tapes and inspection reports and make recommendations for repairs. AE will turn over tapes and reports to the City Wastewater Department within 30 days of review. G. Provide a project representative (PR) to provide periodic construction inspection as noted in Exhibit A for 20 hr/week for 52 weeks. H. Public Meeting. Prepare an agenda and exhibits and participate in one public meeting. PAGE 8 OF 8 I I:\HOME\I.YNDAS\GENXSt~eets~20q34 Bond Issue\6273 Doddridge~AE Agteement\Exhibit A I doc EXHIBIT B DODDRIDGE STREET IMPROVEMENTS Ocean Drive to South Staples 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. ProductJcompleted 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 will be: Bodily Injury and Consequent Death Bodily Injury and Consequent Death Property Damage $ 500,000 Per Person $1,000,000 PerOccu~ence $1,000,000 Per Occu~ence I '-Exhlb_l! B_.I Page 1 of 3 Automobile liability coverage for all owned, non-owned, or rented vehicles. Minimum coverage amounts will be: Bodily Injury and Consequent Death Bodily Injury and Consequent Death Property Damage $ 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 Chdsti, TX 78469-9277 For workers compensation insurance, 10-days notice of cancellation or matedal change will be sufficient. Exhibit B I Page 2 of 3 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 I Page 3 of 3 Christi CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, aa amended, requires all persons or Itrma seeking to do business with the City to provide the following information. Every question must be answered. If the qusetlon is not applicable, answer with "NA". FIRM NAME: Goldston Eng~ineerin;I, Inc. STREET: 210 S. Carancahua, Suite 200 FIRM is: 1. Corporation X 2. Partnership.__ 5. Other CITY: Corous Christi ZIP: 78403 3. Sole Owner 4. Association DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Job Tills and City Department (if known) N/A 2. State the names of each "official" of the City of Corpus Christi having an 'ownership Interest" constituting 3% or more of the ownership In the above named "firm". Name Title N/A 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Board, Commlulon o~ Committee N/A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership Interest" constituting 3% or more of the ownership In the above named "firm". Name Consultant N/A CERTIFICATE I certify that all Information provided la true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptJy submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Sidney Fsas, P.E. Title: Vice President Signature of Certifying Person: ~'~ Date: IEXHIBIT "C" I Page 1 of 2 DEFINITIONS "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. "Employee". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. "Firm". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entitles operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock compeny, Joint venture, receivership or trust and entitles which, for purposes of taxation, are treated as non-pro[it organizations. "Official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. "Ownership Interest". Legal or equitable interest, whether actually or constructively held, in a firm includin, when such '~ntersst Is held through an agent, trust, estate or holding entity. "Constructively held re~rs to holding or control established through voting frusta, proxl~ or sp~:lal terms of venture or partnership agreements. "Consultant". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. IEXHIBIT "C" I Page 2 of 2 n~ZZ ~ 0 0 0 ~ 0 0 0 0 0 ~- 0 ~- 09 o'~ ~ ~ ~ Z ..~ o o o o o o o o (2~ rl f]] o o o o ~ 0 0 0 0 0 0 nl ~n ~ 0 0 0 0 ~ o o ~o ~o o o ~_ ~_ ~_ o o o o 0