Loading...
HomeMy WebLinkAboutC2005-240 - 5/17/2005 - 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 Solka Nava Tomo Architects, Inc., a Texas corporation, 6262 Weber Road, Suite 310, Corpus Chdsti, Nueces County, Texas 78413-4031 (Architect/Engineer - A/E), hereby agree as follows: 1. SCOPE OF PROJECT (Northwest Library Expansion, City Project No. 43'19) The Northwest Library was built to provide library services to the residents of Corpus Christi residing in the Northwest area of the City. The existing facility currently contains 7,340 sq. ft. The City-wide November 2004 Bond Election allocated $2,000,000 for the purpose of adding 5,000 sq. ft. and renovating and reconfiguring the existing 7,340 sq. ft. Since the odginal construction was completed in 1982, additional parking was added to the rear of the property in 1998 and roof repairs were made in 2004. During a scope definition meeting with the Architects and City staff, it was determined that the 5,000 sq. ft. expansion should occur to the north of the property. Land purchase should be sufficient in size to allow a future driveway from the rear parking area to be extended to McKinzie Road. 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 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-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 written 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. 2005-240 ~or~ ~,u,~4 31 e - NW L~bm ry E~p~E CooL~ci~Corm~cl Pro fe~lor~l Secck:, R~v.dc.: 05/17/05 Contract for Engineering (A/E) Services M2005-147 Page 1 0[4 Solka Nava Torno Architects 3. ORDER OF SERVICES The A/E 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 writing 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 Christi 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 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 wdtten notice to the NE at the address of record. In this event, the A/E 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 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.) Contract for Engineering (NE) Services Page 2 o[ 4 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 A/E without wdtten 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 writing 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". CITY OF CORPUS CHRISTI Ronald F. Massey, "% Date Assistant City Manager RECOMMENDED ,~¢l~rgel R. Escobar, P. E., /'Director of Engineering Services SOLKA NAVA TORNO ARCHITECTS k Solka, A.I.A. Date 6262 Weber, Suite 310 Corpus Christi, TX 78413-4031 (361) 854-1471 Office (361) 854-1470 Fax Contract for Engineering (A/E) Services Page 3 of 4 A'I-rEST By rm~-- A retary APPROVED AS TO FORM Contract I'or 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 Architect/Engineer-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 alternatives, and prepare a Design Memorandum which includes Preliminary designs, drawings, and written description of the project. This design memorandum shall include: a. Provide scope of soil investigations, bodngs, 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 NE will participate in a project start and planning meeting with City staff, b. 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) to 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 identify 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 Io[ 11 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 cdtical elements, identification of needed permits, identification of specifications to be used, identification of quality 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 govemmental 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: · Building Size · Building Material(s), etc. · Why one material is selected over another · Pluses of selections · Permit requirements and why · Easement requirements and why · Embedment/Foundation type and why · Constructabilify, etc. · Specific requirements of the City · Standard specifications EXHIBIT "A'" Page 2 of 11 · Non-standard specifications · Any unique requirements · Cost, alternatives, 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 during 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. Furnish one (1) copy of the interim plans (plans only-identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. Required with the interim plans is a "Plan Executive Summan/' EXHIBIT "A" Page 3 gl~ 11 which will such as: identify and summarize the project by distinguishing key elements Building Size Why one material is selected over another Pluses of selections Permit requirements and why Easement requirements and why Embedment type and why Constructability, etc. Specific requirements of the City Standard specifications Non-standard specifications Any unique requirements Cost, alternatives, etc. Owner permit requirements and status f. Assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. g. 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. h. Provide Quality Assurance/Quality Control (QNQC) measures to ensure that the submittals accurately reflect the level of effort designated and do not necessitate an excessive amount of revision and correction by City staff. The Consultant AJE and Sub-consultant AJE 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 architectural, structural, civil, mechanical, electrical, etc. i. 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. j. Prepare and submit monthly status reports with action items developed during the design process k. 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. EXHIBIT "A" Page 4 of 11 3. Bid Phase. The NE will: a. Participate in the pre-bid conference and provide a recommended agenda for cdtical 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 bidder's 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. 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 A/E'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 perform contract administration to include the following: a. Participate in pre-construction meeting conference and provide a recommended agenda for cdtical construction activities and elements impacted the project. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. 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. EXHIBIT "A" Page 5 o[ 11 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. 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 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: EXHIBIT "A" Page 6 of 1 1 1. Permit Preparation. (Authorized) Fumish the City the architectural and engineering data and documentation necessary for the required permits. The A/E will prepare this documentation for all required signatures. The A/E will prepare and submit the permits as applicable, and payment of all fees to the appropriate local, state, and federal authorities, including, but not limited to: a. 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 PAS fees. b. TxDOT Permits (to be determined) b. Windstorm Inspection & Certification c. Texas Commission of Environmental Quality (TCEQ) Permits/Amendments (to be determined) d. Lead & Asbestos Survey e. Development Services Building Permit - NE shall submit plans and specs for review and the contractor shall pay permit fees. 2. Topoclraphic Survey. (Authorized). Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required for the aedal 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 Surveyor~' 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. 3. Library Consultant. (Authorized) Provide at A/E consultant's expense an approved library consultant to assist in the A/E, Operating Department and applicable boards and committees in functionality of the library. This shall include all travel and consultant reimbursable, and the recommendation and placement of all fixtures, furnishings and equipment. 4. 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. EXHIBIT "A" Page 7 o[ 11 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 fumished 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 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, NE's clarifications and EXHIBIT "A" Page 8 of 11 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. 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 GoO endangering the Work. and property damaged by fire or other causes. c. Provide pedodic photo report on CD-ROM, including an adequate amount of photograph documentation of utility conflicts. 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. Formal Presentations. (Authorized) The NE will lead and participate in three (3) formal presentations to City Council and applicable boards and committees as necessary to inform public of project scope. This includes all presentation materials including powerpoint presentations and exhibits. 6. Warranty Phase. Provide a maintenance guaranty inspection toward the end of the one-year perioo 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 prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty pedod. EXHIBIT "A" Page 9 o[11 7. Provide the services above authorized in addition to those items shown on Exhibit "A-I" Task List. 2. SCHEDULE PROPOSED PROJECT SCHEDULE DAY Wednesday Monday Tuesday Wednesday Monday Tuesday Monday Monday (2) Wednesday Wednesday Monday Weekday DATE May 18, 2005 August 8, 2005 August 23, 2005 August 24, 2005 September 26, 2005 October 11, 2005 November 7, 2005 November 14, 21,2005 December 7, 2005 December 14, 2005 February 2006 February 2007 ACTIVITY Begin Preliminary Phase Design Memorandum Submittal City Review Begin Design Phase Intedm Design Submittal City Review Final Submittal Advertise for Bids Pre-Bid Conference Receive Bids Begin Construction Construction Completion 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 A/E'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 10or 11 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 and fees (as applicable) Total Permitting (AUTHORIZED) 2. Topographic Survey (AUTHORIZED) 3. Library consultant (TBD) 4. Construction Observation Services 5. Formal Presentations (AUTHORIZED) 6. Warranty Sub-Total Additional Services Fees A Total Authorized Fee TOTAL 8,650 91,350 7,550 27,450 135,000 5,585 8,500 0 34,500 6,600 6,200 61,385 196,385 EXHIBIT "A" EXHIBIT A-'I NORTHWEST LIBRARY EXPANSION PROJECT NO. 4319 TASK LIST Attend and participate in project star[ and planning meeting (3 meetings) with City staff to discuss planning and conceptual design. Gather information and perform close coordination with City staff; Develop a preliminary construction schedule and sequencing plan that includes all the items as shown on Exhibit "A"; Prepare one (1) hard copy and one (1) electronic copy of a programming phase report including data collected and conceptual cost estimates for the anticipated construction costs for all the items as shown on Exhibit "A" and make recommendation to the City staff; Review with City staff, revise, and furnish one (1) hard and one (1) electronic copy of the final repor[. Obtain approval to proceed to preliminary phase. After obtaining approval of the Preliminary Phase, prepare interim submittal drawings. The interim submittal package will include a revised construction schedule and a current estimate of probable construction costs. After obtaining approval of the interim submittal drawings, prepare pre-final plans and complete bid documents with specifications for review by the City. After obtaining approval of the pre-final, provide final bid documents, assist the City in obtaining bids, make recommendations as to the apparent lowest responsible bidder, and perform construction services as outlined in Exhibit "A" of this Contract. EXHIBIT B 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 Per Occurrence $1,000,000 Per Occurrence Automobile liability coverage for all owned, non-owned, or rented vehicles. I ExhibltB J Page 1 o[ 3 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 commemial, 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 78469-9277 For workers compensation insurance, 1 O-days notice of cancellation or material change will be sufficient. The Consultant will also provide an additional insured endorsement for each insurance Exhibit B I Page 2 of 3 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. Fudhermore, 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 ~ ~ Chnsti CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following in[ormation. Every question must be answered. If the question is not applicable, answer with N/A. FIRM NAME: Solka Nava Torno, Inc. Architects STREET: 6262 Weber Road. Suite 310 FIRM is: 1. Corporation X 2. Partnership__ 5. Other CITY: Corpus Christi ZIP: 78413 3. Sole Owner 4. Association DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. State the names of each employee of the City of Corpus Christi having an ownerehlp interest constituting 3% or more of the ownership in the above named firm. Name Job TiBe and Cily Department (if known) N/A State the names of each official of the City of Corpus Christi having an ownerehlp Interest constituting 3% or more of the ownership In the above named finn. Name ~l~e 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, Commission or Committee Jack Solka Coastal Bend Health Facilih/Corporation Glen Ray Torno Mayor's Comm. of People with Disabilities 4. State the namee 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 finn. Name Consultant N/A CERTIFICATE I cedity 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 requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: J/Nd-..(z-. ~¢) L. ~,4. Title: (PHnt Name) ~ Signature of Cedifying Person: ~ Date: EXHIBIT "C" Page I of 2 DEFINITIONS a. Board Member. A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. 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. c. Firm. Any entity operated for economic gain, whether professional industrial or commercial and whether established to pro<Juce or deal with a product or service including but not limited to entities operated in the form of sole proprietorship, as self-employed person partnership corporation joint stock company, joint venture receivership or lrust and en[ities which, for purposes of taxation, are treated as non-profit organizations. d Official. The Mayor, members of the City Council Citv Manager DeputyCity Manager Assistant City Managers Department and D vision Heads and Munic pa Cou~Judges of the City of Corpus Christi, Texas. e. Ownership Interest. Legal or equitable interest, whether actually or censtpJctively held in a firm includ ng when such interest is held through an agent, trust, estate or holding entity. Constructively held refers to hok:]ing or control established through voting [rusts, proxies or special terms of venture or partnership agreements. f. Consultant. Any person or firm, such as engineers and architects hired by the City of Corpus Christi for the purpose of professional consu tat. on and recommendation. EXHIBIT "C" Page 2 of 2 -0 m 0 0 0 0 0 0 0 0 0 0~ 0 ~ o~ooo ooo ~ {~ ~ ~I~ ~I~ ~ 0 0 0 (iD (2] ~ 0 0 0 0 0 0 0 0 ~ 0 0 0 0 0 0 0~ 0 0 0 0 0 ~ ~ 0 0 0 0 0 0 0 0