Loading...
HomeMy WebLinkAboutC2008-077 - 3/11/2008 - Approved AMENDMENT NO. 1 TO CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas hereinafter called "City", and Goldston Engineering, Inc._ hereinafter called "CONSULTANT", agree to the following amendments to the Contract for Professional Services for Preliminary 5co in and Estimatin Services for Bond Issue 2008 Street Pro'ects -Goldston 1 Pro'ect No. 6433 , as authorized by: Ori final Contract Februa 15, 2008 Administrative A royal $48,500.00 In the on final contract the SCOPE OF SERVICES shall be amended to include the followin : 1. Preliminary Phase No changes to requirements of Original Contract. 2. Conceptual Design Phase Phase to Street Praiects. which includes conceptual designs. drawings, opinion of probable project cost, and a of The Conceptual Design Phase includes the following tasks: A. Confer with City staff regarding the Preliminary Phase submittal items. The artici ate in a maximum of two Z additional formal meetin s with Cit staff rovide a enda and purpose for each formal meeting, document and distribute meeting minutes and meeti~ report within seven (7) calendar days of the meeting. B. Review previously developed sketches, designs andlor engineering reports provided by the City. C. Review City provided infrastructure lifecycle criteria and Master Plans. 1.} Evaluate existing street conditions based on field observation and City provided information action com fete - Prelimina Phase . 2.} Evaluate existing utilities condition based on field observation and City provided information (action complete -Preliminary Phase . 3.} Identi the number and eneral location of existin RTA bus sto s for ur oses of recommended concrete pavement improvements. 4.} Identif third art utilit infrastructure that ma re uire relocation based on field observation above round onl and Cit rovided information. 2008-077 03/11/08 M20os-o66 Goldston Engiineering, )!i1C. iE2008GOL~STONWMENDMENTN0.11AMENDMENTNO.1 AMD. NO. 1 Pa e 1 of 3 D. Prepare an Interim Stria Map with, the following information; 1.) Proposed roadway improvements. • Limits • ROW • Cross-sections 2.) Proposed utility improvements. • Utility type • Utility location • Utili~,,,~ size 3.} Pro osed accessibility features. • Sidewalk ~~ • Ramps • Crossin treatment • Signalization E. Pre are a Final Re ort with the followin information: 1.) • Identi results of site field investi ation includin site findin sand existin conditions. Include photoaraphs of existing site conditions List of otential roblems and ossible conflicts intent of deli n and im rovements reguiredx and conformance to relevant Master Plan(s) 1d~ntifV drainanp arnac r`nn#rihn4i.~.. ~.. ...~...,...a:.... ..a~__a __~~____t_ _ . .. ._ .. the drainage infras#ructure within the prc • Identify anticipated permi# requirements 2.) Drawin s Sketches and Exhibits • Location Ma s 8'/z" x 11" sheets • Photograph Kev Maps {11" x 17" sheets) • Photogr~hs (8'/z" x 11" sheets] • Existing Condition-Cross-sections {8'/z" x 11" shee#s~ • Conceptual Repair Plan drawings (11" x 17" sheets} • Conceptual Repair Cross-sections (8'/~" x 11"sheets) • Conceptual Utility Improvemen# Maas (11" x 17" sheets] 3.) Preliminary opinion of probable construction costs far all improvements • Use City~rovided standardized unit rate schedules for street repair and utility casts. 4.) Cit rovided checklist ands readsheet in the original contract, the Z=EES authorized shall be modified as shown on the attached Exhibit "A" for a total fee not to exceed 75 685.00 {in figures} sevent five thousand six hundred ei ht five dollars and zeta cents {in figures), for a total restated fee not to exceed X24,185.00 (in figures}, one hundred twent four thousand one hundred eighty five dollars and zero cents (in words). AA o#her terms and conditions of the February 15, 2008 contract between the City and Consultant will remain in fuH force and effect. AMD. NO. 1 Pa e2of3 H:IHOMEIVELMAP4GENISTREETI6433 PRELIM BDND ISSUE 2048 GOLDSTONV4MENDMENT NO. fV4MENDMENT NO. i CITY OF CORPUS CHRISTI GOLDSTON ENGINEERING, INC. k- ~'z ~d8 2`~ ~ Z l2 Z ~n~ A el .Escobar, P. E., Date Sidney A. Faas, P.E. Date Interim Assistant City Manager Vice President 210 Sauth Carancahua, Suite 200 Corpus Christi, TX 78403 RECOMM NDED {361) 888-8100 Office (361) 888-8600 Fax ~, ~ 7 d8 Kevin towers, ate Interim Director of Engineering Services ATTE Armando Chapa, City Se tary APPR VED AS TO ORM ,r~ ` ~~~~ A i t nt Ci Attorne Date 6 ss s a ty y Project Number: 6433 Funding Source: Encumbrance Number: =~ +~ _ AtfT4iURILk~.~ ~ cauHa~ slc~~r~r AMD. NO. 1 Pa e3of3 H:IHOMEIVELMAPIGEN557REET16433 PRELIM BOND ISSUE 2008 GOLD570NVtMENDMENT NO. 11AMENDMENT NO. 1 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS 1. SCOPE OF SERVICES A. .Basic Services 1. Preliminary Phase. The Architect/Engineer-AIE will: It is the intent of the Preliminary Phase to provide a study and report of project scope with economic and technical evaluation of altematives, and upon approval, proceed in a design memorandum which includes Preliminary designs, drawings, and written description of the project. This report 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 minimum of (~~ formal meetings with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven (7) working days of the meeting. The AIE will participate in discussions with the operating department and other agencies (such as the Texas Department of Transportation (TxDOT) and Texas Commission of Environmental Quality (TCEQ)) as required to satisfactorily complete the Project; c. submit one copy in an approved electronic format, and ten (10} paper copies of the Design Memorandum (or Engineering Report), with executive summary, opinion of probable construction casts with life cycle analysis, defined technical evaluations of identified feasible altematives, 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 fallowing items}: 1) review of the Project with the respective Operating Department{s} and discussions including clarification and definition of intent and execution of the Project; The AIE 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); 3} identify results of site field investigation including site findings, existing conditions, and probable Project design solutions; (which are common to municipalities); 4) provide a presentation of pertinent factors, sketches, designs, cross- sec#ions, 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, identification of specifications to be used, identification of quality and quantity of materials of EXHIBIT "A" Pa e1 of10 H:5}iOME1VELMAPIGENISTREET16433 PRELIM BOND IS5UE 2008 GOLOSTONIAMENDMENT NO. 11EXHIBIT A construction, and other factors required far a professional design (CONSTRUCTABILITY); 5) advise of environmental site evaluations and archeology reports that are needed for the Project {Environmental assessments and archeological services to be an Additional Service}; 6) identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project and permitting, environmental, historical, construction, and geotechnical issues; and meet with pertinent authorities; 7) confer, discuss, and meet with City operating department{s) and Engineering Services staff to produce a cohesive, well-defined proposed scope of design, probable cost estimates(s) and design alternatives; 8} provide a letter stating that the AIE and Sub-consultant Engineers have checked and reviewed the design memorandum prior to submission; 9} provide an analysis on project impacts towards "re-engineering" and effects on cost savings toward City operations, which this project will affect. d. perform the items as shown on Exhibit A-1. (Task List) City staff will provide one set only of the following information (as applicable): a. Record drawings, record information of existing facilities, and utilities {as available from City Engineering files); b. the preliminary budget, specifying the funds available far 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. field location of existing city utilities. (City to coordinate with City Operating Department); g. provide applicable Master Plans. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the AIE will: a. study, verify, and implement 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 sets of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, invitation to bid, instnaction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, #or one bid orfor multiple bids, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis; c. provide assistance identify testing, handling and disposal of any hazardous materials andlor contaminated soils that may be discovered during construction {to be included under additional services); d. prepare final quantities and estimates of probable costs and probable construction schedule; EXHIBIT "A" Pa e2of10 N:IHOMESVELMAPIGEN4STREET16433 PRELIM BOND ISSUE 2406 GOLOSTONL4MENOMENT NO. 1LEXHIBiT A e. furnish 1-copy fi0% plans (plans only-identify needed specifications) tothe City staff for review and approval purposes with estimates of probable construction casts. Required with the fi0% plans is a "Plan_ExecutiveSummory" which will identify and summarize the project by distinguishing 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 • Standard specifcations Nan-standard specifications • Any unique requirements • Cast, alternatives, etc. • Owner permit requirements and status f. furnish complete construction and bid documents including specifications for City staff review and approval. Provide 1 copy of 90% (optional upon City request) and 100% complete plans and bid documents to the City staff for review and approval purposes with revised estimates of probable casts. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities, compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non-responding participants; g. provide Quality AssurancelQuality Control (QAIQC} rneasures to ensure that submittal of the fi0%, 90% {optional), and 100% complete plans and complete bid documents with specifications 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 AIE 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; h. if required, provide traffic controls including a Traffic Control Plan, illumination, markings and striping, signalization, and as delineated by the City Traffic Engineering Department; 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 Carpus Christi. j. the City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans; k. assimilate all review comments, modifications, additionsldeletions and proceed to next phase, upon Notice to Proceed; I. prepare and submit monthly status reports with action items developed from monthly progress and review meetings; m. provide a Storm Water Pollution Prevention Plan; and EXHIBIT "A" Pa e3of10 H:SHOMEIVELMAPSGENISTREET16433 PRELIM 60ND ISSUE 2°DB GOLDSTONUIMENDMENT ND. 31EXHIBIT A n. Ordinance No. ~ 9663 establishes the Municipal PubiicArts Program requiring works of art to be included in certain city construction projects. If it is determined this project is subject to Municipal Public Art Program, the architect/engineer will cooperate during the design process to fulfill the requirements of the ordinance. The City staff will: a. designate an individual to have responsibility, authority, and control for coordinating activities for the constnoction contract awarded; b. provide the budget for the Project specifying the funds available for the construction contract; c. provide the Cites standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents; and 3. Bid Phase. The AIE will: a. participate in the pre-bid conference; 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, any addenda or other revisions necessary to inform contractors of approved changes prior to bidding; d. attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract; and e. in the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the AIE's design phase estimate required above, the Engineer will, at its expense, conferwith 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 AIE) any addenda, prepare and supply bid tabulation farms, 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; and, d. prepare, review and provide copies of the contract for execution between the City and the contractor. 4. Construction Phase. The AIE will perform contract administration to include the following: a. participate in pre-construction meeting; b. review for conformance to contract documents, shop and working drawings, materials and other submittals; c. review field and laboratory tests; EXHIBIT "A" Pa e4of10 H:SHOMEIVELMAPIGEN55TREET16433 PRELIM 80ND ISSUE 2U06 GOLDSTONIAMENDMENT NO. iIEXHlBIT A d. provide interpretations and clarifications of the contract documents for the contractor and authorize minor changes, which do not affect the contractor's price and are not contrary to the general interest of the City under the contract; e. make regular visits to the site of the Project to confer with the City project inspector and contractor to observe the genera! progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction; f. prepare change orders (coordinate with the City's construction division); provide interpretations and clarifications of the plans and specifications forthe contractor and authorize minor changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract; g. make final inspection with City staff and provide the City with a Certificate of Completion for the project; h. as applicable, review and assure compliance with plans and specifications, the preparation of operating and maintenance manuals (by the Contractor) far all equipment installed an this Project. These manuals will be in a "multimedia format" suitable for viewing with Microsoft's Internet Explorer, version 3.0. As a minimum the Introduction, Table of Contents, and Index will be in HTML (HyperText Markup Language) format, with HyperText links to the other parts of the manual. The remainder of the manual can be scanned images or a mixture of scanned images and text. use the common formats for scanned images - GIF, TIFF, JPEG, etc.. Confirm before delivery of the manuals that all scanned image formats are compatible with the image-viewing software available on the City's computer - Imaging for Win95 (Wang) and Microsoft Imaging Composer. Deliver the manuals on a CD-ROM, not on floppy disks; and, i. review construction "red-line" drawings, prepare record drawings of the Project as constructed {from the "red-line" drawings, inspection, and the contractor provided plans} and deliver to the Engineering Services a reproducible set and electronic file {AutoCAD r.14 or later) of the record drawings. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf formatwith each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. Ail electronic data will be compatible with the City GIS system. The City staff will: a. prepare applicationslestimates for payments to contractor; and b. conduct the final acceptance inspection with the Engineer. B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that maybe included as part of this contract, but the AIE will not begin work on this section without specific written approval by the Director of Engineering Services. Fees far Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The A/E will, with written authorization by the Director of Engineering Services, do the following: Permitting. Furnish the City all engineering data, required fees, and documentation necessary for all required permits. The AIE will prepare this documentation for all EXHIBIT "A" Pa e5of1U H:IHOMEIVELMAP4GEN4STREETt6433 PRELIM BOND ISSUE 2008 GOLDSTONL4AAENDMENT ND. 11EXHIBI7 A required signatures. The AIE will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. Union Pacific Railroad, Missouri Pacitic Railroad, or any other railroad operating in the area b. TxDOT PermitslAmendments c. Wetlands Delineation and Permit d. Temporary Discharge Permit e. NPDES PermitlAmendments f. Texas Commission of Environmental Quality (TCEQ) g. Nueces County h. Texas Historical Commission (THC} i. U.S. Fish and Wildlife Service (USFWS) j. U.S. Army Carps of Engineers (USAGE) k. United States Environmental Protection Agency (USEPA) I. Texas Department of License and Regulation (TDLR ) 2. Right-of-Way (ROW} Acquisition Survey. The AIE will review existing ROW and easements to ascertain any conflicts and provide field ROW surveys and submit ROW plats and descriptions for the City's use in the acquisition process. All work must comply with Category '!-A, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. All work must be tied to and conform with the City's Global Positioning System (GPS} contra) network and complywith all TxDOT requirements as applicable. A/E Consultant will be required to perform all necessary deed research. 3. Topographic Survey. 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 wank must be tied to and conform with the City's Global Positioning System (GPS} control networkand complywith Categoryfi, Condition 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. 4. Environmental Assessments a. provide environmental site evaluations and Archeology Reports that are needed for the Project, and b. identify and develop a scope of work for any testing, handling and disposal of hazardous materials andlor contaminated soils that may be discovered during construction. 5. Construction Observation Services. Provide a Project Representative (PR} to provide periodic construction observation as required by the City as follows: A. Furnish a Project Representative (PR} to assist in observing progress and quality of the work. B. Through observations of Contractor's work in progress and field checks of materials and equipment, the PR shall endeavor to provide further protection for EXHIBIT "A" Pa e6of10 H:IHOMEIVELMAPIGEN4STREET16433 PRELIM 80ND ISSUE 2006 GOLDSTONIAMENDMENT NO. 11EXHIBIT A the CITY against defects and deficiencies in the work. PR shall not, during such visits or as a result of such observations of Contractor's work in progress, supervise, direct, or have control over the Contractor's Work nor shall PR have authority over or responsibility for the means, methods, techniques, sequences, or procedures selected by Contractor. C. The duties and responsibilities of the PR are limited to those of the consultant engineer/architect in the Agreement with the CITY and in the Contract Documents, and one further described as follows: 1) General: PR is AIE's agent at the site, wll act as directed by and under the supervision of the AIE, and will confer with the AIE regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with AIE and Contractor, keeping the CITY advised as required. PR shall communicate with CITY with the knowledge of and under the direction of the AIE. 2) Conference and Meetings: Attend meetings with Contractor, such as preconstructioneonferences, progress meetings, job conferences and other project-related meetings, and prepare and circulate copies of minutes thereof. 3} Liaison: a. Serve as AIE's liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. 4) interpretation of Contract Documents: Report to AIE when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued by AIE. 5) Shop Drawings and Samples: a. Record date of receipt of samples and approved Shop Drawings. b. Receive samples which are furnished at the Site by Contractor, and notify AIE of availability of Samples for examination. c. Advise AIE and 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 by the AIE. 6} Review of Work and Rejection of Defective Work: a. Conduct an-Site observations of Contractor's work in progress to assist 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 wil! not produce a completed Project that conforms generally to the Contract Documents or will prejudice the integrity of the design concept of the completed Project as a functioning whale as indicated in the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise AIE and City of that part of work in progress that PR believes EXHIBIT "A" Pa e7of10 H:4HOME5VELMAPIGEN4STREET16433 PRELIM 6OND ISSUE 2008 GOLDSTONViMENDMENT NO. fhEXHIBIT A should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection orapproval. 7} Records: a. Maintain orderly files for canespondence, 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, AIE'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 or keep a diary or lag book, 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 AIE. 8} Reports: a. Furnish to AIE 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 AIE 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. 9) Completion: a. Before AIE issues a Certificate of Completion, submit to Contractor a list of observed items requiring completion ar correction. b. 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 Wark. c. Participate in a final inspection in the company of AIE, the CITY, and Contractor and prepare a final list of items to be completed or corrected. d. Observe whether a!I items on final list have been completed or corrected and make recommendations to AIE and City concerning completion and issuance of the recommendation of Notice of Acceptabilityofthgi Work to the City. 10) Resident Project Representative shall not: a. Authorize any deviation from the Contract Documents or substitutions of materials or equipment (including "or-equal" items). b. Exceed limitations of AIE's authority as set forth in the Agreement or the Contract Documents. c. Undertake any of the responsibilities of Contractor, subcontractors, suppliers, or Contractor's superintendent. d. Advise on, issue directions relative to or assume control aver any aspect of the means, methods, techniques, sequences or procedures of Contractor's work unless such advice or directions are specifically required by the Contract Documents. EXHIBIT "A" Pa e8of90 H:IHOMEIVELMAPIGENISTREET16433 PRELIM BOND ISSUE 2008 GOLDSTONIAMENDMENT NO. 11F~CHIBIT A e. Advise on, issue directions regarding, or assume control over safety precautions and programs in connection with the activities or operations of the CITY or Contractor. f. Participate in specialized field or laboratory tests or inspections conducted off-site by others except as specifically authorized by A/E and City. g. Accept Shop Drawing or Sample submittals from anyone other than Contractor. h. Authorize the CITY to occupy the Project in whole ar in part. 11 } City Operating Departments (Water, Wastewater, Storm Water, Gas} may send respective representatives toobserve the work. PR to coordinate with Operating Department Representatives and adhere to any requests, requirements, comments, or procedures as it affects the work. 6. Start-up Services. Provide on-site services and verification fior al! start-up procedures during actual start up of major Project components, systems, and related appurtenances if needed and required. 7. Warranty Phase. Provide a maintenance guaranty inspection toward the end of the one- yearperiod 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 (BO) days prior to the end of the maintenance guaranty period. 8. Provide SCADA Documentation. Provide standardized SCADA documentation, which will include PFDs, P&IDs, loop sheets, logics, SCADA architecture, DCS IIO Gsts, instrument lists, tie-in fists, piping lists, equipment fists, and instrumentation specification sheets. 2. SCHEDULE PROPOSED PROJECT SCHEDULE 1. Preliminary Phase Submittal Due February 29, 2008 3 weeks from Notice To Proceed {February 8, 2008) 2. Conceptual Design Phase No Later Than A ril 8 2008 4 weeks from Council Authorization March 11 2008 90%Submittal Due NOT APPLICABLE 100% Bid Documents Due NOT APPLICABLE 3. Bid Phase NOT APPLICABLE 4. Construction Phase NOT APPLICABLE 3. FEES A. Fee for Basic Services. The City will pay the AIE 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 to#al compensation far all services outlined in Section EXHIBIT "A" Pa e9of10 H:IHOMEIVELMAPIGEN1sTREET46433PRELIM BO1JD ISSUE 2008 GOLDSTON4AMENDMENT NO. 11E1(HIBIT A I.A.1-4 above, and far all expenses incurred in performing these services. For services provided in Section I.A.1-4, AIE will submit monthly statements for basic services rendered. In Section LA.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 statementwill be based upon the percent of completion of the construction contract. Citywill make prompt monthly payments in response to AIE's monthly statements. B. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the Citywill pay the AIE a not ta-exceed fee as per the table below: C. Summary of Fees ORIGINAL CONTRACT AMEND. N0.1 TOTAL RESTATED FEE BASIC SERVICES 1. Preliminary Phase $48,500.00 $0.00 $48,500.00 2. Design Phase a.ao 75,685.00 75,685.00 3. Bid Phase 0.00 0.00 a.ao 4. Construction Phase a.ao 0.00 0.00 Subtotal Basic Services Fees 48,500.00 75,685.00 124,185.00 ADDITIONAL SERVICES 1. Permitting 0.00 0.00 a.00 2. ROW Acquisition Survey (AUTHORIZED) 0.00 0.00 0.00 3. Topographic Survey (AUTHORIZED) 0.00 0.00 0.00 4. Environmental Assessments 0.00 0.00 0.00 5. Canstruction Observation Services 0.00 0.00 0.00 fi. Start-up Services 0.00 0.00 0.00 7. Warranty Phase 0.00 a.a0 0.00 8. Provide SCADA Documentation 0.00 0.00 0.00 Sub-Total Additional Services Fees Authorized 0.00 0.00 0.00 Total Authorized Fee $48,500.00 $75,685.00 $124,185.00 EXHIBIT "A" Pa e10of10 H:WOMESVELMAPIGENISTREET16433 PRELIM BOND ISSUE 2008 GOLDSTON4AMENDMENT NO. 11EXHIBITA EXHIBIT A-1 (TASK LIST) CITY OF CORPUS CHRISTI, TEXAS PRELIMINARY SLOPING AND ESTIMATING SERVICES FOR BOND ISSUE 200$ STREET PROJECTS - GOLDSTON i (PROJECT NO. fi433) 2. Conceptual Design Phase A. Interim deliverable -Strip Map for City review and comment will include the following items; 1. Proposed roadway improvements a. Limits b. RQW c. Cross-sections 2. Proposed utility improvements a, Utility type b. Utility location c. Utility size 3. Proposed accessibility features a. Sidewalk b. Ramps c. Crossing treatment d. Signalization 4. Qpinion of Probable Cost B. Final deliverable -The Fina! Deliverable shall consist of the following in the order shown below: 1. Final Strip Map 2. Final Report a. Project Cover Sheet b. Report Narrative 1.) Project Description • Location • Existing Conditions • Utility Assessment • Proposed Construction EXHIBIT "A-1" AMD NO. 1 J:IPROJECTS CC12o0TX07042.00 {C) CITY OF CORPUS CHRISTI - CIP and Bond Issue 20061pg•CONTRACTS & CHANGE QRaER5L2oos 02P~ „e MEof ~2' EX~EIBiT q-1 .doc • Agency/Permit Coordination Requirements • Cost Opinion Assumetions • Land Acquisition • Other Project Elements 2.} Opinion of Probable Cost Summary 3.) Project Timetable c. Appendix A -Project Location 1.} Location Map {8 ~/2" x 11"sheet) d. Appendix B -Project Checklist and Spreadsheet 1.) Completed City provided Checklist 2.) Completed City provided Spreadsheet e. Appendix C -Photographs 1.) Photograph Key Map(s) with Site Map (8'/z" x 11" or 11"x 17"sheets) 2.) Photographs ($ ~/2" x 11" sheets) f. Appendix D -Proposed Improvements Exhibits 1.) Conceptual Repair Plan drawings, including surface and storm water improvements (11" x 17" sheets) 2.) Existing Condition and Conceptual. Repair Cross-sections (8'/z" x 11" sheets) 3.) Conceptual Utility Improvement Maps, including-water, wastewater, and gas utilities (11" x 17" sheets} g. Appendix E -Opinion of Probable Costs ~.) Summary Sheet 2:) Itemized List of Quantities and Unit Prices 3.) Relevant City provided Unit Price information h. Appendix F -Conceptual Drainage Calculations 1.) City provided drainage calculation data 2.) Engineer's storm drainage calculations Appendix H -Bond Issue 2008 Streets Planning Summary 1.) One (1) page summary sheet • Program • Project Name • Project ID • Sequence Number • Project Description {1 paragraph) • Opinion of Probable Cost Summary • Project Timetable 2.) Location Map EXHIBIT "A-1" pAMD 2NO. 1 ,1:1PROJBCTS CC120071X07042.00 {CJ CITY OF CORPUS CHRISTI - CIP and Bond Issue 2008505-CONTRACTS & CHANGE ORDER5120p$ 02 1gaAluFECNpMEO NO 1 EXHIBIT A-1 .doc Exhibit B MANDATORY INSURANCE REQUIREMENTS (Revised September 2001} CONSULTANT LIABILITY INSURANCE A. The Consultant shall not commence work under this Agreement until helshe has obtained all insurance required herein and such insurance has been approved by the City. Nor shall the Cansultan# allow any subconsultant to commence work until all similar insurance required of the subconsultant has been so obtained. B. The Consultant shall furnish two (2}copies of certificates, with the City named as an additional insured, showing the following minimum coverage in an insurance company acceptable to the City. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on ail Bodily Injury and Property Damage certificates Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises -Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products) Completed Operations Hazard 6. Contractuallnsurance 7, Broad Form Property Damage S. Independent Consultants 9. Personallnjury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS= WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS L1AB11_ITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITYI $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include [ ] REQUIRED long-tern environmental impact for the disposal of [X] NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements [ ]REQUIRED [X] NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements [ ] REQUIRED [X] NOT REQUIRED EXHIBIT "B" Insurance Requirements Pa e 1 of 8 C. In the event of accidents of any kind, the Consultant shall furnish the City with copies of all reports of such accidents at the same time that the reports are forwarded to any other interested parties. HOLD HARMLESS A. Consultant agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees, and each of them against and hold it and them harmless from any and afl lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or an account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this contract. The foregoing indemnity shall apply except if such injury, death or damage is caused by the sole or concurrent negligence of the City of Corpus Christi, its agents, servants, or employees or any other person indemnified hereunder. B. The Consultant shall obtain workers' compensation insurance coverage khrough a licensed insurance company or through self-insurance obtained in accordance with Texas law. If such coverage is obtained through a licensed insurance company, then the contract for coverage shall be written on a policy and endorsements approved by the Texas State Board of Insurance. If such coverage is provided through self-insurance, then within ten {'10) calendar days after the date the City requests that the Consultant sign the contract documents, the Consultant shall provide the City with a copy of its certificate of authority to self-insure its workers' compensation coverage, as well as a letter, signed by the Consultant, stating that the certificate of authorityto self-insure remains in effect and is not the subject of any revocation proceeding then pending before the Texas Workers' Compensation Commission. Further, if at any time before final acceptance of the Work by the City, such certificate of authority to self-insure is revoked or is made the subject of any proceeding which could result in revocation of the certificate, then the Consultant shaft immediately provide written notice of such facts to the City, by certified mail, return receipt requested directed to: City of Corpus Christi, Department of Engineering Services, P. O. Box 9277, Corpus Christi, Texas 78169 -Attention: Contract Administrator. Whether workers' compensation insurance coverage is provided through a licensed insurance company or through self-insurance, the coverage provided must be in an amount sufficient to assure that off workers' compensation obligations incurred by the Consultant will be promptly met. ~~ ~~ s~sk~~~ .~' ~e- r+s~se~ -er e~~leaot iw the -amount of $ ~ ~„ ~ ---~-------- EXHIBIT "B" Insurance Requirements Pa e2of3 III. On the certificate of insurance: • The City of Corpus Christi is to be named as an additional insured on the liability coverage, except for workers' compensation coverage. • Should your insurance company elect to use the standard ACORD form, the cancellation clause {bottom right} shall be amended by adding the wording "changed or" between "be" and "cancelled" and deleting the words "endeavor to"and the wording after "left". If the cancellation clause is not amended in the ACORD form, then endorsements shall be submitted. • The name of the project also needs to be fisted under "description of operations". • At least '10-day written Halite of change or cancellation will be required. IV, A completed Disclosure of Interest must be submi#ted with your proposal. EXHIBIT "B" Insurance Requirements Pa e3of3 ~,y~ City of ^ ' CO]I~i1S CITY OF CORPUS CHRISTI ...:. .~ Chnsti DISCLOSURE OF INTERESTS w~.r City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. if the question is not applicable, answer with "NIA". FIRM NAME: Goldston Enaineerina. Inc. STREET: 210 S. Carancahua. Suite 200 CITY: Corpus Christi ZIP: 78403 FIRM is: 1. Corporation X 2. Partnership 3. Sole Owner 4. Association 5. Other 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% ar more of the ownership in the above named firm. Name Job Title and City Department (if known) NIA 2. State the names of each official of the City of Corpus Christi having an ownership in#erest canstituting 3% or more of the ownership in the above named firm. Name Title NIA 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 Cpmmittee NIA 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 NIA CERTIFICATE certify 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: Sidney Faas, P. E. Signature of Certifying Person: s O°`- Title: Vice President Date: Z ! ~~- ~ ~~ , 2008 EXHIBIT "C" Page 1 of 2 DEFfNITIONS a. Board Member. A member of any board, commission or commi#tee 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 produce 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, oint stock company, joint venture, receivership or trust and entities which, far purposes of taxation, are treate~ as non-profit organizations. d. Official. The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Courf Judges of the Cify of Corpus Christi, Texas. e. Ownership Interest. Legal or equikable interest, whether actually or constructively held, in a firm, including when such interest ~s held through an agent, trust, estate or holding entity. Constructively held refers to holding or control established through voting (rusts, proxies or special 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. EXH1BlT "C" Page 2 of 2