Loading...
HomeMy WebLinkAboutC2009-098 - 3/10/2009 - ApprovedCITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manageror Designee (Director of Engineering Services) and JEC Architects, Inc., a Texas corporation. P.O. Box 260161 -Corpus Christi, TX 78426-0161, 3649 Leopard St., Suite 407, Corpus Christi, Nueces County, Texas 78408, (Architect/Engineer - A/E), hereby agree as follows: SCOPE OF PROJECT RFQ No. 2008-05 Bond Issue 2008 and Other Projects Part A. Bond Issue 2008 Projects Proposition 6 Parks Facilities Parks Operation Maintenance Facility at West Guth Park -Project No. 3386 Voters in Bond Issue 2008 approved $1,000,000 dollars to construct a new Parks Operation Maintenance Facility. The following is a list of the major parts of the renovations that will be performed. The General Scope of this project is to construct a decentralized Maintenance Facility for the Parks and Recreation Department located within West Guth Park at the same general location as the existing maintenance building. This Facility will be comprised of two (2) separate buildings, one occupied by Offices/Shops and one building utilized for Maintenance Equipment Garage, a Vehicle Wash down area and parking for employees and maintenance vehicles and equipment. I. Demolition of Existing Facilities Demolition will be required to remove and existing metal building and slab foundation from the site including existing chain link security fencing surrounding the Maintenance Yard. Minimal tree removal, tree pruning and removal of a few existing traffic bollards will be required for the new 24' wide driveway entrance. II. Office/Shop Building A. The Office/Shop Building of approximately 3600 square feet, will consist of a Meeting Room for 20 people (15'x30'), two (2) Offices (mim.10'x10'), Men's and Women's Locker Rooms, Showers and Restrooms, a Tool Room (10'x20'), Corridors, Mechanical/Electrical Room and a Shop Area comprised of (3) 15'x30' working Bays. B. The building shall be apre-engineered steel structure, minimum of a 14' eave height, engineered steel reinforced concrete slab on grade, galvanized steel wall and roof panels with (3)-10'x12' high galvanized steel overhead manual doors. The building will be designed to meet 130 mph wind loads, as requested by the City. C. Provide adequate quantity of full height metal lockers to accommodate for a projected mix of men and women, now and for the near future. D. Plan for one (1) barrier free shower stall in each of the Men's and Women's Restroom areas. E. All areas within and outside the buildings will be designed to meet ADA compliance requirements. JEC Architects, Inc. 2009-098 M2009-061 03/10/09 CONTRACT FOR ENGINEERING (LARGE AIE) SERVICES Page 1 of 4 Last Revision: Dec 2004 F. Provide for quantity of water closets, lavatories and urinals within the Men's and Women's Restrooms to meet current IBC Plumbing Code or as per the number of employees utilizing this Facility whichever is greater. G. Provide an 8' long set of base and wall cabinets within the Meeting Room along the southeast corner, with small sink and electrical receptacles for a coffee bar. H. Design HVAC for all building areas except the Tool Room and the Shop Maintenance Bays. Provide mechanical ventilation and space heating of the (3) Shop Bays. Provide for a through the wall exhaust fan within the Tool Room. I. Provide for all electrical power, lighting, phone/data as required for all the areas. No instrument air, compressed air, gas, wateror hydraulic systems will be required within the (3) Maintenance Bays. III. Vehicle/Equipment Garage A. The Vehicle/Equipment Garage of approximately 2,000 square feet, will consist of (5) Bays for pickup trucks with mower trailers attached (12'wide x 30' deep). Across the Maintenance Yard from the Garage, provide aVehicle/Equipment Wash Area slab, approx. 16'x30' with provisions for power washing equipment, grease trap and debris catch basins and drainage systems. B. This building shall also be apre-engineered steel structure, minimum of 12' eave height, engineered steel reinforced concrete slab on grade, galvanized steel wall and roof panels with (5) - 10'x10' galvanized steel overhead manual doors. Likewise, this building shall meet the 130 mph wind load requirements as requested by the City. C. Provide for static wall louvers and roof ventilation for cross ventilation of the entire building. No mechanical ventilation or heating units will be provided. D. Provide design for all required electrical power (one 120v receptacle per Bay) and overhead shop type fluorescent lighting fixtures. IV. Site Work A. Generally, a 24' wide new asphalt entrance drive will be constructed from the existing Park Road into the parking lot of the new Office/Shop Building. B. Provide an asphalt parking lot adjacent to the Office/Shop Building for (12) employee vehicle spaces. A minimum of two (2) handicap parking spaces, one being van accessible, will be provided next to the Building. C. Design shall also include asphalt parking and maneuvering space around the Equipment Yard and Garage for a minimum of (11) maintenance vehicles with attached equipment trailers, each space approx. 10'x30' deep. D. Construct an 8 foot high chain link security fence with (3) strands of barbed wire (2' high) to surround the Maintenance Equipment Garage, Yard and Equipment Parking areas. Provide lockable rolling gates across entrance into Maintenance Yard and into the Employee Parking areas. 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, A/E will provide monthly status updates (project progress or delays, gantt charts presented with monthly invoices) and provide contract administration services, as described in Exhibit "A" and "A-1", to complete the Project. Exhibit "A-1" provides supplemental description of services to Exhibit "A" and does not intended to supersede services described in Exhibit "A". Work will not begin on Additional Services until requested by the A/E (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES Page 2 of 4 Last Revision: Dec 2004 A/E services will be "Services for Construction Projects"- (Basic Services for Construction Projects") which are shown and are in accordance with "Professional Engineering Services- A Guide to the Selection and Negotiation Process, 1993" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of Professional Engineers. For purposes of this contract, certain services listed in this publication as Additional Services will be considered as Basic Services. 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 anyAdditional Services until requested in writing by the A/E and written authorization is provided by the Director of Engineering Services. The anticipated schedule ofthe preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit "A". This schedule is not to be inclusive of all additional time that may be required for review by the City staff and may be amended by or with the concurrence of the Director of Engineering Services. The Director of Engineering Services may direct the A/E to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to this contract. A/E shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. MANDATORY REQUIREMENTS A/E agrees to the mandatory contract and insurance requirements as set forth in Exhibit "B". 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 written notice to the A/E at the address of record. In this event, the A/E will be compensated for its services on all stages authorized based upon A/E 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 A/E 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 A/E 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 A/E staff. If the A/E is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the A/E fee may be assigned in advance of receipt by the A/E without written consent of the City. CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES Page 3 of 4 Last Revision: Dec 2004 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, may not be used again by the A/E without the express written consent of the Director of Engineering Services. However, the A/E may use standard details that are not specific to this project. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re-use of modified plans. 10. INSURANCE, INDEMNIFICATION AND HOLD HARMLESS The Consultant will submit to the City Engineer a certificate of insurance, with the City named as additionally insured, showing the minimum coverage set forth in Exhibit "B" by an insurance company acceptable to the City. The Consultant further agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees as more fully set forth in Exhibit "B". 11. DISCLOSURE OF INTEREST A/E further agrees, incompliance 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 O?~~1 3.~z ~~ Oscar Martinez Date Assistant City Manager RECOMM ED ~~ Z/-3/9 Pete Anaya, P.E. Date Director of Engineering Services ATTEST / (/' ' ' "0~ Armando Chapa, City Secretary Architects, Inc. 3649 Leopard St., Suite 407 Corpus Christi, TX 78408 (361) 904-0804 Office (361)904-0925 Fax ~~ -~ AUTHUNIZED R C~OtlRCIL...{~~.,~,l;Q,~Q.,~ ~..........~4 ~C~ SECkETARY `~'J- APPROVED AS O FOR ~/3 ~ . City Attorney Date CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES Page 4 of 4 Last Revision: Dec 2004 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS 1. SCOPE OF SERVICES A. Basic Services 1. Preliminary Phase. The Architect/Engineer-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 upon approval, proceed with an Engineering Report 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 Architect will participate in a minimum of three (3) formal meetings with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven (7) working days of the meeting. The A/E will participate in discussions with the operating department and other agencies as required to satisfactorily complete the Project. c. Submit one (1) copy in an approved electronic format, and ten (10) paper copies of the Architectural Report, with executive summary, opinion of probable construction costs, and review with City staff to produce an acceptable format which contains common municipal elements. Architectural Report will include the following (with constructability being a major element in all the following items): 1) Review of the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution of the Project; The A/E will meet with City 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 preliminary layout sketches, identification of needed additional services, identification of needed permits, identification of specifications to be used, EXHIBIT "A" Pa e 1 of 8 identification of quality and quantity of materials of construction, and other factors required for a professional design (CONSTRUCTABILITY). 5) 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. 6) 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. 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 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. 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 A/E will: a. Study, verify, and implement the Architectural Report 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 (1) set of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, invitation to bid, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid or for multiple bids, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. c. Provide assistance identify testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under additional services). d. Prepare final quantities and estimates of probable costs and probable construction schedule. EXHIBIT "A" Pa e2of8 e. Furnish one (1) copy 60% plans (plans only-identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Required with the 60% plans is a "Plan Executive Summary" which will identify and summarize the project by distinguishing key elements such as: • Building Sizes • Pipe Material, etc. • Why one material is selected over another • Pluses of selections • Permit 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. Furnish complete construction and bid documents including specifications for City staff review and approval. Provide 1 copy of final complete plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. 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. h. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the 60%, and final 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 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. If required, provide traffic controls including a Traffic Control Plan, illumination, markings and striping, signalization, and 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. EXHIBIT "A" Pa e3of8 k. 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. I. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. m. Provide a Storm Water Pollution Prevention Plan. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the design phase. b. Provide the budget for the Project specifying the funds available for the construction contract. c. Provide electronic files of the City's standard specifications, standard detail sheets, general and special provisions, and forms for required bid documents. 3. Bid Phase. The A/E 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. e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the A/E's design phase estimate required above, the Engineer will, at its expense, 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 A/E) 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. EXHIBIT "A" Pa e4of8 4. Construction Phase. The A/E 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 test reports. 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 general progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. f. Prepare change orders as authorized by the City (coordinate with the City's construction division). 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) for all equipment installed on 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. i. Review construction "red-line" as built drawings, prepare record as built CADD drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans) and deliverto the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later) of the record drawings. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordination of activities during the construction phase of work. b. Prepare applications/estimates for payments to contractor. c. Conduct the final acceptance inspection with the Engineer. EXHIBIT "A" Pa e5of8 B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that may be included as part of this contract, but the A/E will not begin work on this section without specific written approval by the Director of Engineering Services. Fees 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 A/E will, with written authorization by the Director of Engineering Services, do the following: 1. Permitting. Furnish the City all engineering data and documentation necessary for all required permits. The A/E will prepare this documentation for all required signatures. The A/E will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. Texas Department of License and Regulation (TDLR ) b. Windstorm Certification 2. 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 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. 3. Construction Observation Services. Provide Project Observation services including day-to-day detailed coordination with the City's staff and testing laboratory. 4. Start-up Services. Provide on-site services and verification for all start-up procedures during actual start up of major Project components, systems, and related appurtenances if needed and required. 5. 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 prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. EXHIBIT "A" Pa e6of8 SCHEDULE PROPOSED PROJECT SCHEDULE Maintenance Facility Parks & Recreation -West Guth Park DAY DATE ACTIVITY Wednesday March 11, 2009 Begin Preliminary Phase Monday March 23, 2009 Begin Design Phase Thursday May 1, 2009 60% Submittal Friday April 24, 2009 City Review (2 wks. ) Friday May 29, 2009 Final Submittal Monday (2) June 8, 2009 Advertise for Bids (2 wks. ) Wednesday June 10, 2009 Pre-Bid Conference Wednesday June 17, 2009 Receive Bids Monday July 20, 2009 Begin Construction Wednesday January 12, 2010 Construction Completion FEES A. Fee for Basic Services. The City will pay the A/E a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1-4 above, and for all expenses incurred in performing these services. The fee is subject to the availability of funds. The A/E may be directed to suspend work pending receipt and appropriation of funds. For services provided in Section I.A.1-4, A/E 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 A/E's monthly statements. B. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the A/E a not-to- exceed fee as per the table below: EXHIBIT "A" Pa e7of8 C. Summa of Fees Fee for Basic Services 1. Preliminary Phase $18,120.00 2. Design Phase $30,200.00 3. Bid Phase $3,020.00 4. Construction Phase $9,053.00 Subtotal Basic Services Fees $60,393.00 Fee for Additional Services (Allowance) 1. Permit Preparation (as applicable) Ftailreads T Tmm~nrn n. n'c.nh.~rnc Dormif ~IDnCC Dnrmif/A mnnd mGnlc TN€~SG - Nllty I LC. A v" Mf`nrnc nL Cnnirnocr Texas Department of License and Regulation Texas State Windstorm Certification Total Permittin 600.00 3,600.00 $8,200.00 2. Topographic Survey $4,300.00 3. Construction Observation Services $10,625.00 4. Start-up Services $3,200.00 5. Warranty Phase $4,500.00 Sub-Total Additional Services Fees Authorized $30,825.00 Total Authorized Fee $91,218.00 EXHIBIT "A" Pa e8of8 EXHIBIT A-1 (Provides supplemental description to Exhibit A. Task List does not supersede Exhibit A.) CITY OF CORPUS CHRISTI, TEXAS PARK OPERATIONS -NEW MAINTENANCE FACILITY (#3386) TASK LIST Basic Services: Provide A/E Services as required for the New Maintenance Facilities for Park Operations at West Guth Park. Facilities will include a new Office/Shop building, a Maintenance Equipment Garage, a Vehicle Wash Area and parking for employees and maintenance vehicles and equipment. Task items are as follows. 1) Confer with and participate in meetings with City staff to further define the detailed needs and scope of all aspects of the project for Parks & Recreation Operations. 2) Perform field investigations to determine all site conditions and confer with the soil investigation engineers for recommendations for the building foundations and pavement area designs. 3) Provide any necessary permitting documentation or applications as required for this project, as authorized by the City for Additional Services. 4) Review available reports, record drawings, utility maps and other information provided by the City pertaining to the project area. 5) Furnish information as required to utility companies whose facilities may be affected within the scope of this project. 6) Issue drawings and specifications to the City for their review and approval at the stages as outlined in Exhibit A. 7) Incorporate all final City review comments into the Final plans and specifications for inclusion into the Bid Documents. 8) Prepare Architectural, Civil, Structural, Mechanical, Electrical and Landscape Design documents to include the following proposed drawing list: General. Civil/Structural • Title Sheet/ Vicinity Map • Project Location Map • General Notes and Testing Schedule • Proposed Street Cross Sections • Existing Site Plan • Demolition/ Removal Plan • New Overall Site Plan • Parking Lot Staking and Grading Plans • Parking Lot Details • Miscellaneous Civil Standard Details • Utility Plan • Storm Water Pollution Plans/Details • Fencing Layout and Details • Structural General Notes EXHIBIT "A-1" Page 1 of 4 • Office/Shop Bldg. Foundation Plan and Schedules • Equipment Garage and Wash Area Foundation Plans • Standard Concrete Sections and Details Architectural • Demolition Plans -Existing Structures • Office/Shop Building Floor Plan • Equipment Garage Building Plan • Exterior Elevations -Buildings • Reflected Ceiling Plan -Office/Shop Building • Room Finish and Door/Hardware Schedules/Notes • Enlarged Plans - Restrooms/Lockers/Showers • Interior Elevations /Sections/Details • Building Cross Sections • Wall Sections and Schedule • Miscellaneous Details Mechanical • Mechanical (HVAC) Floor Plan -Office/Shop Building • Mechanical Details and Schedules Electrical • Electrical Site Plan and Power Riser Diagram • Office/Shop Building Lighting Floor Plan • Office/Shop Power & Systems Floor Plan • Equipment Garage /Wash Area Electrical Plan Plumbing • Office/Shop Plumbing Floor Plan • Enlarged Plumbing Plans • Wash Area Plumbing Plan, Details & Schedules Landscaping • Landscaping Plan, Notes & Schedules • Irrigation Plan, Notes, Details & Schedules 9) Prepare Opinion of Probable Construction Costs including contingency amounts. 10)Prepare Special Provisions, Specifications and Forms of Contracts and Bonds to include: • Title Page • Table of Contents • Notice to Bidders • Notice to Contractors-A • Notice to Contractors-B • Part A-Special Provisions • Part B- General Provisions • Part C- Federal Wage Rates and Requirements • Part S- Standard Specifications • Part T- Technical Specifications (if required) • List of Drawings • Geotechnical Report (by others) EXHIBIT "A-1" Page 2 of 4 • Notice Agreement • Proposal/Disclosure Statement • Performance Bond Payment Bond 11) Provide Quality Control/Quality Assurance (QC/QA) interim review and prepare submittal for City's review depicting 60% development of the contract drawings and specifications. 12) Address comments received from the City for the 60% submittal. 13) Provide Quality Control/Quality Assurance (QC/QA) final review and submit one (1) reproducible hard copy of the final contract drawings and specifications to the City for bidding process. 14) Update the Opinion of Probable Construction Costs. 15) Submit copy of contract documents, forms and required State filing and inspection fees, to Texas Department of Licensing and Regulation (TDLR) for review and approval of accessibility requirements for all building and site improvements. (as authorized by Additional Services). 16) Provide Bid Phase Services in accordance with Exhibit 'A' of the Contract for Professional Services. 17) Provide Construction Phase Services in accordance with Exhibit 'A' of the Contract for Professional Services. 18) Prepare monthly progress reports for submittal to the City. Monthly progress reports shall be submitted by the 5th of each month. 19) A/E will coordinate with City and AEP for any power pole locations or relocations as required and affected by this project scope. Additional Services: PERMITTING 1) Upon receiving authorization from the City to proceed, furnish to the City all engineering data and documentation necessary for all required governmental permits as needed to complete the project. 2) Prepare and submit permit applications and associated fees to the appropriate authorities as required to complete the project. 3) Included within this scope will be providing all required inspections and documentation for Texas State Windstorm Certification and as noted above, preparing and submitting all documents and fees for ADA compliance to the Texas Department of Licensing and Regulation. TOPOGRAPHIC SURVEY 1) Research horizontal and vertical controls. 2) Pre-plan control survey. 3) Set control points in the field. 4) Establish vertical control points (bench marks) and perform level loops. 5) Establish horizontal control on control points by GPS. 6) Perform topographic survey within project limits. 7) Tie in existing topography of adjacent Park Road. 8) Tie in all existing trees within the project limits. EXHIBIT "A-1" Page 3 of 4 9) Locate and tie-in known utilities and structures. 10) Download raw survey field data, copy field notes, reduce data and check results. CONSTRUCTION OBSERVATION SERVICES 1) Provide construction observation services as authorized by the City in accordance with Exhibit 'A' of the Contract for Professional Services. 2) Conduct weekly site visits to the project site during construction and prepare weekly reports to City Staff. 3) Provide detailed coordination with City staff during construction. 4) Coordinate construction activities with materials testing laboratory. START-UP SERVICES Provide on-site services and verification for all start-up procedures during actual start up of major Project components, systems, and related appurtenances if needed and required. WARRANTY PHASE Upon receiving authorization from the City to proceed, conduct 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, correct or replace improvements under the maintenance guaranty terms of the construction contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action. EXHIBIT "A-1" Page 4 of 4 Exhibit B MANDATORY INSURANCE REQUIRMENTS (Revised September 2001) CONSULTANT LIABILITY INSURANCE A. The Consultant shall not commence work under this Agreement until he/she has obtained all insurance required herein and such insurance has been approved by the City. Nor shall the Consultant 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 all 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 8. Independent Consultants 9. Personallnjury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WORKERS' COMPENSATION WHICH COMPLIES WITH THE TEXAS WORKERS= COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $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 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 interest parties. EXHIBIT "B" Insurance Requirements Pa e1of2 II. 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 all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on 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 through 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 authority to 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 shall 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 78469 -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 all workers' compensation obligations incurred by the Consultant will be promptly met. 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 listed under "description of operations". • At least 10-day written notice of change or cancellation will be required. IV. A completed Disclosure of Interest must be submitted with your proposal. EXHIBIT "B" Insurance Requirements Pa e2of2 ~Inl^ City of _ COYPUS CITY OF CORPUS CHRISTI - Cil11St1 DISCLOSURE OF INTERESTS i-r~i 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 NA. FIRM NAME: J~ ~L~~T~ t-JC STREET: ELI-~I' I.~flAk~liD Sf'•rSSUt~E2W~T CITY: C.OfZ.Dt)5 Sri ZIP: X8408 FIRM is: 1. Corporation / 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%or more of the ownership in the above named firm. Name N~A Job Title and City Department (if known) 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 Njb, 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 Commitlee 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 R CERTIFICATE 1 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 change's occur. Certifying Person: y~tWb6`~ Go+~-IW Title: I~Z.~IDEf.JT' ~YPe~~ Signature of Certifying P , on: Date:~l7 ~bq Exhibit C Page 1 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 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, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d. Official. The Mayor, members of the City Council, CiN Manager Depu y City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges o~ the City of Corpus Christi, Texas. e. Ownership Interest. Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. Constructively held refers to holding or control established through voting trusts, 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 consultation and recommendation. Exhibit C Page 2 of 2 t0 ao M M O Z d 'O a V 0 ~ _ LL V 's ~ x ~ w~ m w c .~ N C O r d a O Y l6 a O z d m ~ v 'o 'o C C . w O d ~+ l6 0 U 0- O O av _v ~ U O ~O ~ C C U N .- 7 U ~ y O U a`O> c O 0 O 0 O 0 o 0 O 0 o 0 O 0 O 0 O 0 O 0 O 0 o 0 ~-1 C N O N ~ T O O N O O N O N O ~ N O O M N M CO CV ~ OD N c0 ~ ~ M fA V> t0 b04 ~ ~ yMq fR fA V- U Q En u> u> va 0 0 0 0 m v v~ a C O N . N p ~ o ` O ~ V C ~ O ~ O ~ 7 Q 3 ( p °~ ~ _ Z d ~ c C fA LL O V ~ LL d ~ ~ J r R t y N V N C O U Z N N N d t1 c6 N ~ 3 (n O .~ LL Z d N r d d m a o N N R ~ O N~ O ~~ N a c v v L c O Z N f0 s a O :_ 'O m nl N v lE 'O d Q f6 ` Q c Q O ~ m C E C m f6 t a 7 .`~ m ` '6 a > w N N ~I a ~ 7 i N o t r ` , -° ~ . °. ~ X X ~ o m w. m F Q a o m v a ~ a~~ ~ U U ~ 3 0 lL ~ N M V 3 fA d LL ~ N ~`'> V A N ~"' d L 3 A C ?~ d ~+ R .. c 3 N c O U 0 N m (6 a