Loading...
HomeMy WebLinkAboutC2009-150 - 4/21/2009 - 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 Manager or Designee (Director of Engineering Services) and Goldston Engineering, a CH2M HILL Company, a Texas corporation, 210 S. Carancahua, Suite 200, Corpus Christi, Nueces County, Texas 78401, (Architect/Engineer - A/E), hereby agree as follows: SCOPE OF PROJECT Kostoryz Road, Phase 1 from Horne to Sunnybrook (includes off-site drainage) (Project No. 6489) Kostoryz Road, Phase 2 from Sunnybrook to S.P.I.D. (Project No. 6490) The project is located on Kostoryz Road and includes 2 phases as follows: Phase 1 is located on Kostoryz Road between the south right-of-way limit of Horne Road intersection to the south right-of-way limit of Sunnybrook Road intersection and consists of a four lane arterial roadway, containing two travel lanes in each direction with a middle left turn lane at the Kostoryz and Gollihar intersection. The length of the project is approximately 2,500 linear feet, with an off-site storm water element of approximately 3,500 linear feet that extends from Kostoryz Road (just South of Horne Road) to Center of Brawner Parkway, and down Brawner Parkway Ditch to Carroll Lane. Phase 2 is located on Kostoryz Road between the north right-of-way limit of S.P.I.D. (S.H. 358) intersection to the south right-of-way limit of Sunnybrook Road intersection and consists of a four lane arterial roadway, containing two travel lanes in each direction with a middle left turn lane atthe Kostoryz and MoCardle intersection. The length of the project is approximately 2,300 linear feet. The total project includes the following: • Complete reconstruction of the existing roadway between the existing curb and gutter Removal and replacement of curb and gutter • Removal and replacement of sidewalk and new construction in locations where there is no existing sidewalk • ADA curb ramps • Lane striping and pavement markings • Rehabilitation of existing sanitary sewers • Replace and/or adjust curb inlets to improve drainage • Supplemental underground storm drainage • Adjust affected valves and manholes to grade • Off-Site Drainage 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 2009-150 lays, Gantt charts presented with monthly invoices) and provide contract 04/21/09 =ribed in Exhibit "A" and "A-1 ", to complete the Project. Work will not M2009-095 Goldston Engineering Contrail for Engineering (aPage 1,of 3 begin on Additional Services until requested by the A/E (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. A/E services will be "Services for Construction Projects"- (Basic Services for Construction Projects") which are shown and are in accordance with "Professional Engineering Services- A Guide to the Selection and Negotiation Process, 1993" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of Professional Engineers. For purposes ofthis 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 any Additional Services until requested in writing by the A/E and written authorization is provided by the Director of Engineering Services. The anticipated schedule of the preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit "A". This schedule is not to be inclusive of all additional time that may be required for review by the City staff and may be amended by or with the concurrence of the Director of Engineering Services. The Director of Engineering Services may direct the A/E to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to this contract. A/E shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. MANDATORY REQUIREMENTS AIE 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 laborforce 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 (A/E) Services Page 2 of 3 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. The City will not pay the fees of expert ortechnical 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 priorto re-use of modified plans. 10. DISCLOSURE OF INTEREST A/E 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 gy~~- ~f • 2.1- 09 Oscar Martinez, Date Assistant City Manager RECOMMEND D ~/ Pete Anaya, P. E., Date Director of Engineering Services Goldston Engineerin,,//g, a CH2M HILL Company By rV~ ~~7I~~ Sidney A. faas, . E., Date Vice President 210 S. Carancahua, Suite 200 Corpus Christi, TX 78401 (361) 888-8100, Ext. 116 Office (361) 888-8600 Fax ATTEST By Arman o Chapa, Cit Secretary APPROVED AS TO FORM City Attorney Da e ~AMiCtl6 Contract for Engineering (A/E) Services Page 3 of 3 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS SCOPE OF SERVICES B Kostoryz Road. Phase 2 from Sunnybrook to S.P.I.D. (Project No. 6490) A. Basic Services Preliminary Phase The Engineer has prepared an "Engineering Letter Report for Kostoryz Road, Phase 1 (Horne to Sunnybrook) and Kostoryz Road, Phase 2 (Sunnybrook to S.P.I.D.)" dated October 30, 2008. This report will provide the basis for The Enaineer's Letter Report which will include: a. Constructability; b. Existing utilities ,conflicts and recommendations; c. Pedestrian safety; d. Construction sequencing and conflicts; e. Drainage improvements (on-site and off-site); f. Business and residential driveways and approaches; g. Strip map showing improvements with anticipated phasing; h. Opinion of probable construction cost and construction scheduling; i. Identify owner responsible permit requirements with regulatory agency (See 1.B.1.); j. Detention routing to ensure detention requirements. 2. Design Phase. The Engineer will: a. Study, verify, and implement Engineer's Letter 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 two (2) sets of Construction Bid and Contract Documents (Phase 1 with off-site drainage and Phase 2) 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 two (2) separate bids the size and character of the each Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. EXHIBIT "A" Pa e1 of 12 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. 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: Pipe and Construction Material sizes and types; 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 specifications • Non-standard specifications • Any unique requirements • Cost, alternatives, etc. • Owner permit requirements and status • Traffic control and accessibility requirements 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 each of Pre-Final 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 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%, Pre-Final, and Final submittal 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 Engineer and Sub-consultant Engineer 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. EXHIBIT "A" Pa e2of12 i. Provide Traffic Control Plans and accessibility requirements including, 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. 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. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. I. Provide a Storm Water Pollution Prevention Plan. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. b. Provide the budget for the Project specifying the funds available for the construction contract. c. Provide the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. 3. Bid Phase. The Engineer will: a. Participate in a pre-bid conference and provide a recommended agenda for critical construction activities and elements impacting the project. b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c. Review all pre-bid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' approval, any addenda or other revisions necessary to inform contractors of approved changes prior to bidding. d. Attend individual bid openings, analyze bids, evaluate, prepare bid tabulations, and make recommendations concerning award of each of the two contracts. e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the Engineer's design phase estimate required above, the Engineer will, at its expense, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re-advertise that particular portion of the Project for bids. EXHIBIT "A" Pa e3of12 The City staff will: a. Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. b. Advertise the Projects for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the Engineer) any addenda, prepare and supply bid tabulation forms, and conduct bid openings. c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. d. Prepare, review and provide copies of the contract for execution between the City and the contractor. 4. Construction Phase. The Engineer will perform contract administration to include the following: a. Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacting each of the two projects. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Review field and laboratory tests. d. Provide interpretations and clarifications of the contract documents for the contractor and authorize required 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 (1 hour per week) 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 in concurrence with Engineer's recommendation and 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 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 inspections with City staff and provide the City with a Certificate of Completion for each of the projects. h. Engineer will review and recommend approval of contractor submittal application estimates for payment. 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 EXHIBIT "A" Pa e4of12 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. Approve applications/estimates for payments to contractor. b. Conduct the final acceptance inspection with the Engineer. B. Additional Services This section defines the scope (and ALLOWANCE or AUTHORZED as noted) for compensation for additional services that may be included as part of this contract, but the Engineer 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 Engineer 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 Engineer will prepare this documentation for all required signatures. The Engineer 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 Pacific Railroad, or any other railroad operating in the area b. TxDOT Permits/Amendments c. Wetlands Delineation and Permit d. Temporary Discharge Permit e. TPDES Permit/Amendments f. Texas Commission of Environmental Quality (TCEQ) Permits/Amendments g. Nueces County h. Texas Historical Commission (THC) i. U.S. Fish and Wildlife Service (USFWS) j. U.S. Army Corps 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 Engineer 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 1-A, Condition I specifications of EXHIBIT "A" Pa e5of12 the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with all TxDOT requirements as applicable. Engineer Consultant will be required to perform all necessary deed research. 3. Topographic Survev. 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 four (4) found boundary monuments from each of the two project areas. 4. Utility Locations and Waste Water Line Inspections (Allowance). Coordination with pipeline companies and franchised utilities will be made in order to locate existing pipelines and utilities within the project limits. The marked locations will be measured and indicated on the survey drawing. Waste Water lines as identified by the operational department will be cleaned and televised to determine need to replace. 5. Construction Observation Services. Provide a project representative (PR) to provide periodic construction inspection. a. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the Engineer shall endeavor to provide further protection for the CITY against defects and deficiencies in the Work. b. The duties and responsibilities of the PR are described as follows: 1) General: PR will act as directed by and under the supervision of Engineer, and will confer with Engineer regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with A/E 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. EXHIBIT "A" Pa e6of12 b) PR shall communicate with CITY with the knowledge of and under the direction of Engineer. 4) Interpretation of Contract Documents: Report when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. 5) Shop Drawings and Samples: a) Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. b) Record date of receipt of Samples and approved Shop Drawings. c) Advise Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which PR believes that the submittal has not been approved. 6) Review of Work and Rejection of Defective Work: a) Conduct on-Site observations of Contractor's work in progress to assist A/E 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 A/E 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 orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, A/E's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. b) Prepare a daily report utilizing approved City format, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, EXHIBIT "A" Pa e7of12 decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to A/E and the City. c) 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. d) Report immediately to the CITY and Engineer 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. e) PR reviews quantities and returns request for payment to contractor for corrections or approximate request with recommendation for payment. 8) 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 A/E, 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. d) Review and verify contractors furnished red-line drawings. 6. Public Meeting. Provide exhibits and assist the City with five (5) neighborhood meeting (3 for Phase 1 and Off-Site and 2 for Phase 2) to discuss with the public the proposed improvements. 7. 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. 8. Provide the services above authorized in addition to those items shown on Exhibit "A-1" Task List. EXHIBIT "A" Pa e8of12 2. SCHEDULE PROPOSED PROJECT SCHEDULE Phase 1 includin Brawner Ditch Off-Site Draina e DAY DATE ACTIVITY Frida Jul 10, 2009 Be in Prelimina Phase Frida Au ust 21,2009 Submit En ineer's Letter Re ort Monday Au ust 24, 2009 Be in Desi n Phase Frida Aril 23, 2010 60% Submittal Frida Ma 7, 2010 Cit Review Frida Jul 23, 2010 Pre-Final Submittal Frida Au ust 6, 2010 Cit Review Frida October 8, 2010 Final Submittal Monda 2 October 11 & 18, 2010 Advertise for Bids Wednesday October 20, 2010 Pre-Bid Conference Wednesda November 3, 2010 Receive Bids Monda December 6, 2010 Be in Construction Weekda Au ust 2011 Construction Com letion PROPOSED PROJECT SCHEDULE Phase 2 DAY DATE ACTIVITY Frida Ma 1, 2009 Be in Prelimina Phase Frida June 5, 2009 Submit En ineer's Letter Re ort Monda June 15, 2009 Be in Desi n Phase Friday October 23, 2009 60% Submittal Frida November 6, 2009 Cit Review Frida Janua 15, 2010 Pre-Final Submittal Frida Janua 29, 2010 Cit Review Frida Februa 19, 2010 Final Submittal Monda 2 Feb. 22 & March 1, 2010 Advertise for Bids Wednesday March 3, 2010 Pre-Bid Conference Wednesda March 17, 2010 Receive Bids Monda Aril 26, 2010 Be in Construction Weekda December 2010 Construction Com letion FEES A. Fee for Basic Services. The City will pay the Engineer 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, Engineer will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon Engineer's EXHfBIT "A" Pa e9of12 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 Engineer'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 Engineer anot-to- exceed fee as per the table below. For services provided in section 1.B.1-7, Engineer will submit monthly statements for services rendered. In section 1.B.1-4 & 1.B.6-7, the statement will be based upon Engineer's estimate (and City Concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in Section 1.B.5, the statement will be based upon the percent of completion of the construction contract. City will make prompt monthly payments in response to Engineer's monthly statements. C_ Summary of Fees Street Storm Water Water Wastewater Total Phase 1 Kostoryz Road from Horne to Sunnybrook (including OffSite Drainage) Basic Services 1 Prelimina Phase $27,244.00 $44,298.00 $954.00 $7,504.00 $80,000.00 2 Design Phase 187,303.00 304,547.00 6,560.00 51,590.00 550,000.00 3 Bid Phase 2,043.00 3,322.00 72.00 563.00 6,000.00 4 Construction Phase 6,130.00 9,967.00 215.00 1,688.00 18,000.00 Subtotal Basic Services 222,720.00 362,134.00 7,801.00 61,345.00 654,000.00 Additional Services 1 Pemit Pre aration TXDOT 0.00 0.00 0.00 0.00 0.00 TCEO (allowance) 477.00 775.00 17.00 131.00 1,400.00 TDLR (allowance) 2,111.00 3,433.00 74.00 582.00 6,200.00 subtotal Permit Preparation 2,588.00 4,208.00 91.00 713.00 7,600.00 2 ROW Acquisition Surve 0.00 0.00 0.00 0.00 0.00 3 Topographic Survey (authorized) 40,866.00 66,447.00 1,431.00 11,256.00 120,000.00 4 Utility Locations and Wastewater Line Inspecl(allowance) 17,028.00 27,686.00 596.00 4,690.00 50,000.00 5 Construction Observation Services (allowance) 52,104.00 84,719.00 1,825.00 14,352.00 153,000.00 6 Public Meetin (authorized 1,822.00 2,962.00 64.00 502.00 5,350.00 7 Warranty Phase (authorized) 1,941.00 3,156.00 68.00 535.00 5,700.00 Subtotal Additional Services 116,349.00 189,178.00 4,075.00 32,048.00 341,650.00 Total Phase 1 339,069.00 551,312.00 11,876.00 93,393.00 995,650.00 EXHIBIT "A" Pa e10of12 Street Storm Water Water Wastewater Total Phase 2 Kosto Road from Sunnybrook to SPID Basic Services 1 Preliminary Phase 21,518.00 8,608.00 356.00 9,518.00 40,000.00 2 Design Phase 102,208.00 40,888.00 1,690.00 45,214.00 190,000.00 3 Bid Phase 807.00 323.00 13.00 357.00 1,500.00 4 Construction Phase 7,800.00 3,120.00 129.00 3,451.00 14,500.00 Subtotal Basic Services 132,333.00 52,939.00 2,188.00 58,540.00 246,000.00 Additional Services 1 Pemit Preparation TXDOT (authorized) 2,152.00 861.00 36.00 951.00 4,000.00 TCEO (allowance) 753.00 301.00 12.00 334.00 1,400.00 TDLR (allowance) 3,335.00 1,334.00 55.00 1,476.00 6,200.00 subtotal Permit Preparation 6,240.00 2,496.00 103.00 2,761.00 11,600.00 2 ROW Acquisition Surve 0.00 0.00 0.00 0.00 0.00 3 Topographic Survey (authorized) 32,276.00 12,912.00 534.00 14,278.00 60,000.00 4 Utility Locations and Wastewater Line Inspect (allowance) 13,448.00 5,380.00 222.00 5,950.00 25,000.00 5 Construction Observation Services (allowance) 36,580.00 14,634.00 605.00 16,181.00 68,000.00 6 Public Meeting (authorized) 1,506.00 603.00 25.00 666.00 2,800.00 7 Warrant Phase (authorized) 3,120.00 1,248.00 52.00 1,380.00 5,800.00 Subtotal Additional Services 93,170.00 37,273.00 1,541.00 41,216.00 173,200.00 Total Phase 2 225,503.00 90,212.00 3,729.00 99,756.00 419,200.00 Street Storm Water Water Wastewater Total Total Phase 1 and Phase 2 Basic Services 1 Preliminary Phase 48,762.00 52,906.00 1,310.00 17,022.00 120,000.00 2 Design Phase 289,511.00 345,435.00 8,250.00 96,804.00 740,000.00 3 Bid Phase 2,850.00 3,645.00 85.00 920.00 7,500.00 4 Construction Phase 13,930.00 13,087.00 344.00 5,139.00 32,500.00 Subtotal Basic Services 355,053.00 415,073.00 9,989.00 119,885.00 900,000.00 Additional Services 1 Pemit Preparation TXDOT 2,152.00 861.00 36.00 951.00 4,000.00 TCEO 1,230.00 1,076.00 29.00 465.00 2,800.00 TDLR 5,446.00 4,767.00 129.00 2,058.00 12,400.00 subtotal Permit Preparation 8,828.00 6,704.00 194.00 3,474.00 19,200.00 2 ROW Acquisition Surve 0.00 0.00 0.00 0.00 0.00 3 Topographic Survey (authorized) 73,142.00 79,359.00 1,965.00 25,534.00 180,000.00 4 Utility Locations and Wastewater Line Inspect (allowance) 30,476.00 33,066.00 818.00 10,640.00 75,000.00 5 Construction Observation Services (allowance) gg~684.00 99,353.00 2,430.00 30,533.00 221,000.00 6 Public Meeting (authorized) 3,328.00 3,565.00 89.00 1,168.00 8,150.00 7 Warranty Phase (authorized) 5,061.00 4,404.00 120.00 1,915.00 11,500.00 Subtotal Additional Services 209,519.00 226,451.00 5,616.00 73,264.00 514,850.00 Total Phase 1 and Phase 2 $564,572.00 $641,524.00 $15,605.00 $193,149.00 $1,414,850.00 EXHIBIT "A" Pa e11of12 The estimated cost of construction for Kostoryz Road, Phase 1 from Horne to Sunnybrook, with Off-Site Drainage, and Kostoryz Road, Phase 2 from Sunnybrook to S.P.I.D. is $13,129,000. The Basic Services fee for the project is $900,000. Therefore, the percentage of Basic Engineering Services cost to construction cost is 6.86%. EXHIBIT "A" Pa e12of12 EXHIBIT A-1 TASK LIST CITY OF CORPUS CHRISTI Bond Issue 2008 Kostoryz Road, Phase 1 from Horne to Sunnybrook (Project No. 6489) Kostoryz Road, Phase 2 from Sunnybrook to S.P.I.D. (Project No. 6490) Scope of Construction Protect Phase 1 is described in the "Engineering Letter Report for Kostoryz Road, Phase 2 (Sunnybrook Road to Horne Road)" and Phase 2 is described in the "Engineering Letter Report for Kostoryz Road Phase 4 (S.P.I.D. to Sunnybrook Road)" dated October 30, 2008. Excerpts from these documents are noted below. Phase 1: 1.0 Location The project is located on Kostoryz Road between the south right-of-way limit of Horne Road intersection to the south right-of-way limit of Sunnybrook Road intersection and consists of a four lane arterial roadway, containing two travel lanes in each direction with a middle left turn lane at the Kostoryz and Gollihar intersection. City Fire Station #8 services this area. The length of the project is approximately 2,500 linear feet, with an off-site storm water element of approximately 3,500 linear feet. 2.0 Existing Conditions: 2.1 Pavement /Street: The existing pavement and street conditions have longitudinal and transverse cracking, block cracking, alligator cracking, potholes, large patching, raveling along curb and gutter, rolled and failed curb and gutter, and non-ADA compliant sidewalks. The Kostoryz and Sunnybrook intersection is non-ADA compliant. 2.2 Utilities: According to available records, there are water, gas, storm water and wastewater lines intersecting and running parallel to the proposed street construction. The water utilities include 12" C900, 16" CIP, and 8" ACP. The 12" C900 water transmission line will remain in place and unchanged. The gas utilities consist of a 4" WS line to remain undisturbed. The wastewater utilities include 12" VCP and 15" VCP. The storm water utilities consist of 18" RCP, 30" RCP, 54" RCP, and 10' x 8' RCB which will be redesigned in accordance with the City of Corpus Christi Storm Water Design Criteria. There are third party (AEP) overhead electric lines along the both sides of the street which may need to be relocated. 3.0 Proposed Construction: 3.1 The removal and reconstruction of approximately 2,500 feet of the four-lane arterial roadway, consisting of two travel lanes in each direction with a middle left turn lane in areas where there is adequate right-of-way. EXHIBIT "A-1" Page 1 of 10 3.2 Lane striping and pavement markings. 3.3 Removal and replacement of selected curb and gutter, remove sidewalk and replace with 5' sidewalks and construct new 5' sidewalks in locations where none exist, remove and replace concrete driveways and construct new concrete driveways in locations where none exist. 3.4 New construction of ADA curb ramps. 3.5 Replace existing with new RTA concrete pads with City and RTA concurrence. 3.6 Removal and replacement of signalized mast arms foundations, per city requirements. 3.7 Street signage and traffic control (during construction). 3.8 Upgrades to existing water infrastructure include removal of approximately 60 feet of 8" ACP, and 145 feet of 16" CIP lines and replacement with C900 PVC including all necessary valves, fittings, special handling for ACP lines. 3.9 Upgrades to existing storm water infrastructure include removal and/or replacement of approximately 560 feet of 18" RCP, 65 feet 42" RCP, 150 feet of 6' x 5' RCB, 1,365 feet of 8' x 5' RCB, and 970 feet of 10' x 10' RCB including all necessary curb inlets, and manholes per City design criteria. 3.10 Upgrades to existing sanitary sewer infrastructure include approximately 345 feet of 8" pipe, 275 feet of 10" pipe, 2,320 feet of 12" pipe, 165 feet of 15" pipe, service connections, and manholes. 4.0 Phase 1 Offsite Drainage: 4.1 This project includes off-site drainage from Kostoryz Road Qust South of Horne Road) to Center of Brawner Parkway, and down Brawner Parkway Ditch to Carroll Lane. Off-Site Elements Include: • Kostoryz Road: Removal and complete reconstruction of approximately 1100 ft of four lane arterial roadway, consisting of two travel lanes in each direction with a middle left turn lane in areas where there is adequate right-of-way. • Kostoryz Road: Lane striping and pavement markings. • Kostoryz Road: Removal and replacement of curb and gutter. • Kostoryz Road: Removal of sidewalk and replacement with 5' sidewalks and new construction of 5' sidewalk in locations where there is no existing sidewalk. • Brawner Parkway: Construction of approximately 1600 ft of new separated hike & bike sidewalk. • Kostoryz Road: New construction of approximately twenty (20) ADA curb ramps per construction contract requirements. • Kostoryz Road: Removal and replacement of approximately sixteen (16) concrete driveways and new. construction of concrete driveways per construction contract requirements in locations where none exist. Kostoryz Road: New street lighting per construction contract requirements. • Kostoryz Road: RTA concrete pads per construction contract requirements. • Kostoryz Road: Removal and replacement of signalized mast arms per construction contract requirements. • Street signage and traffic control per construction contract requirements. EXHIBIT "A-1" Page 2 of 10 Kostoryz Road: Upgrades to existing water infrastructure include removal of approximately 63 feet of 8" ACP, 157 feet of 6" ACP, and 132 feet of 6" CIP water lines and replacement with C900 PVC including all necessary valves, fittings, special handling for ACP lines, and trench safety. Kostoryz Road: Upgrades to existing storm water infrastructure include removal and replacement of approximately 268 feet of 18" RCP, 318 feet 24" RCP, 50 feet of 30" RCP, 75 feet of 36" RCP, and installation of approximately 1,075 feet of 10' x 10' RCB. Upgrades include all necessary curb inlets, manholes, and trench safety as according to a preliminary assessment to upgrade the storm water system according to the City of Corpus Christi Design Criteria. • Brawner Parkway Ditch: Upgrades to existing storm water infrastructure include excavation of approximately 28,000 cubic yards of existing Brawner Ditch to achieve a 40 foot wide X 8 foot deep conveyance channel. Upgrades include all necessary curb inlets, manholes, grass sodding, and trench safety as according to a preliminary assessment to upgrade the storm water system according to the City of Corpus Christi Design Criteria. • Kostoryz Road: Upgrades for existing sanitary sewer infrastructure include replacement of approximately 82 feet of 8" pipe, 575 feet of 12" pipe including necessary trench safety, service connections, and manholes. Scope of Services 1.0 Basic Services -Engineer's Letter Report: (Preliminary) 1.1 An Engineer's Letter Report will be required and should include alternative design considerations to accomplish the following: Constructability; Existing utilities, conflicts, and recommendations; Pedestrian Safety; • Construction sequencing and conflicts; Drainage improvements; Business and residential driveways and approaches; • Strip maps showing improvements with anticipated phasing; • Opinion of probable construction cost and constructional scheduling; Identify owner responsible permit requirements with regulatory agency (See Exhibit A, 1.B.1.); and, Detention rating calculations. 2.0 Final Design: 2.1 Provide excavation and trench safety requirements per City standards for the trunk main installation. (Note: Actual means and methods will be provided by the Construction Contractor). 2.2 Provide well-pointing and effluent disposal performance criteria. (Note: Actual means and methods will be provided by the Construction Contractor). EXHIBIT "A-1" Page 3 of 10 2.3 Provide engineering and CADD services for the following preliminary drawing list: Sheet No. Description 1 Cover Sheet (1 sheet) 2 General Notes and Abbreviations (1 sheet) 3 Estimated Quantities (1 sheet) 4-5 Overall Layout and Project Control (2 sheets) 6 Construction Sequencing and Testing Schedule (1 sheet) 7-14 Demolition Plans (8 sheets) 15 Existing Typical Sections (1 sheet) 16 Proposed Typical Sections (1 sheet) 17-32 Plan & Profile --• Street and Storm (16 sheets) 33-38 Culvert Bend and Junction Box Details (6 sheets) 39-41 Storm Drain Analysis (3 sheets) 42 Overall Drainage Area Map (1 sheets) 43-44 Miscellaneous Details (2 sheets) 45-49 City Standard Details (5 sheets) 50-55 TxDOT Standard Details (6 sheets) 56-59 Curb Ramp Details (4 sheets) 60-64 Curb Ramp Layouts (5 sheets) 65-80 Plan and Profile ~ Water and Wastewater (16 sheets) 81-90 City Standard Details (10 sheets) 91-98 Permanent Pavement Marking Plans (8 sheets) 99-110 TxDOT Standard Drawings (12 sheets) 111 Construction Phasing Layout and General Notes (1 sheet) 112-119 Traffic Control (8 Sheets) 120 SWPPP Notes (1 Sheet) 121 Curb Inlet Protection (1 Sheet) 122-124 SWPP Plan Sheets (3 Sheets) 2.4 Provide specifications and contract documents in City format. 2.5 Bid Services (See Exhibit A, 1.A.3.) 2.6 Construction Administration Services for 2 hours/week for 90 weeks. 2.7 Provide record drawings based on contractor provided redlines. 2.8 Recommend geotechnical 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). 2.9 Confer with the City staff regarding the design parameters of the Project. The Engineer will participate in two (2) formal meetings with City staff, provide agenda and purpose for each formal meeting; document and distribute meetin minutes and EXHIBIT "A-1" Page 4 of 10 meeting report within seven (7) working days of the meeting. a. Advise of environmental site evaluations and archeology reports that are needed for the Project (Environmental Issues and archeological services to be determined and negotiated as an Additional Service if required). b. 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. ADDITIONAL SERVICES 1.0 Topographic Survey (AUTHORIZED) 1.1 Provide a topographic survey along the street and trunk main route along Kostoryz Rd spanning from the 100 feet south of the South ROW line on Sunnybrook Lane to a point 100 south of the south ROW line of Horne Road that includes the area up to 50' on either side of the centerline of the existing street and 250 feet either side of existing intersections. 1.2 Provide a topographic survey for off-site drainage from 100 feet south ROW of Horne Road to north ROW Brawner Parkway(to including full East and West right-of-way of Kostoryz), from the west ROW of Brawner Parkway to a point 100 feet east of the east ROW of Carroll Lane(to include full North and South right-of-way of Brawner Parkway). 1.3 The topographic surveys will include ties to locations and inverts (or depth of cover for water lines) of all known existing water, wastewater and storm water lines within the survey limits. Coordinate with the City Gas Department for the City to provide locations and depths of gas lines within the survey limits. Coordinate with the Franchise utility owners (telephone, CATV, electric) for these owners to provide locations and depths (as required) of their lines. 1.4 The topographic surveys will include ties to all trees with canopies that overhang the easement or ROW and include type of tree, diameter of trunk and diameter of canopy. 2.0 ROW Survey (TBD) 2.1 Provide ROW survey and land acquisition easement parcel exhibits (permanent and temporary) in City format as required for the installation of the trunk main in locations where the trunk main infringes on the existing easement limits. Locations will be identified after topographic survey and preliminary design. 3.0 Permits 3.1 Provide coordination with the TDLR & TCEO on the proposed construction and submit the applications for plan review and answer any questions or comments on the applications. Prepare and submit the post construction inspection request. (ALLOWANCE) EXHIBIT "A-1" Page 5 of 10 3.2 Utility Locations and wastewater line inspection (ALLOWANCE) Provide twelve (12) spot locations for elevations of possible conflicts with existing utilities (no more than 96 feet of depth in total). Provide waste water inspection on approximately 300 LF of various size lines. 4.0 Provide (PR) construction observation services for 20 hr/week for 90 weeks (ALLOWANCE). 5.0 Provide warranty phase inspections and report (AUTHORIZED). EXHIBIT "A-1" Page 6 of 10 Phase 2: 1.0 Location The project is located on Kostoryz Road between the north right-of-way limit of South Padre Island Drive (S.H. 358) intersection to the south right-of-way limit of Sunnybrook Road intersection and consists of a four lane arterial roadway, containing two travel lanes in each direction with a middle left turn lane at the Kostoryz and McArdle intersection. There is a school zone on Kostoryz Road between McArdle and S.P.I.D. The length of the project is approximately 2,300 linear feet. 2.0 Existing Conditions: 2.1 Pavement /Street: The existing pavement and street conditions have longitudinal and transverse cracking, block cracking, alligator cracking, potholes, large patching, raveling along curb and gutter, rolled and failed curb and gutter, and non-ADA compliant sidewalks. The Kostoryz and McArdle intersection is non-ADA compliant. 2.2 Utilities: According to available records, there are water, gas, storm water and wastewater lines intersecting and running parallel to the proposed street reconstruction. The water utilities include 12" C900 and 8" ACP of which the ACP lines will be replaced with C900 lines, along with necessary water valves and fire hydrants. The 12" C900 will remain in place and unchanged. The gas utilities consist of a 4" WS line to remain undisturbed. The wastewater utilities include 8" VCP, 10" VCP and 15" VCP of which the VCP lines will be replaced with PVC lines along with necessary manholes. The storm water utilities consist of 18" RCP and 42" RCP which will be designed in accordance with the City of Corpus Christi Storm Water Design Criteria. There exist third party (AEP) overhead electric lines primarily along the east side of the roadway and a major SBC underground cable. 3.0 Proposed Construction: 3.1 Removal and complete reconstruction of approximately 2,300 feet of four-lane arterial roadway, consisting of two travel lanes in each direction with a middle left turn lane in areas where there is adequate right-of-way. 3.2 Lane striping and pavement markings. 3.3 Removal and replacement of selected curb and gutter, remove sidewalk and replace with 5' sidewalks and construct new 5' sidewalks in locations where none exist, remove and replace concrete driveways and construct new concrete driveways in locations where none exist. 3.4 New construction of ADA curb ramps. 3.5 Replace existing with new RTA concrete pads with City and RTA concurrence. 3.6 Removal and replacement of signalized mast arms foundation, per city requirements. 3.7 Street signage and traffic control (during construction). 3.8 Upgrades to existing water infrastructure include removal of approximatel 140 feet EXHIBIT "A-1" Page 7 of 10 of 8" ACP water lines and replacement with C900 PVC including all necessary valves, fire hydrants, fittings, special handling for ACP lines. 3.9 Upgrades to existing storm water infrastructure include removal and/or replacement of approximately 512 feet of 18" RCP, 40 feet of 36" RCP, 500 feet 42" RCP, 70 feet of 54" RCP, 620 feet of 60" RCP, and new installation of approximately 1,140 feet of 6' x 5' RCB, including all necessary curb inlets, manholes and grass Sodding per City design criteria. 3.10 Upgrades to existing sanitary sewer infrastructure include approximately 1,440 feet of 8" pipe, 1,135 feet of 12" pipe bursting, 1,145 feet of 15" pipe bursting, service connections, and manholes. Scope of Services 1.0 Basic Services -Engineer's Letter Report: (Preliminary) 1.1 An Engineer's Letter Report will be required and should include alternative design considerations to accomplish the following: • Constructability; • Existing utilities, conflicts, and recommendations; Pedestrian Safety; Construction sequencing and conflicts; • Drainage improvements; Business and residential driveways and approaches; • Strip maps showing improvements with anticipated phasing; • Opinion of probable construction cost and constructional scheduling; and, • Identify owner responsible permit requirements with regulatory agency (See Exhibit A, 1.6.1.). 2.0 Final Design: 2.1 Provide excavation and trench safety requirements per City standards for the trunk main installation. (Note: Actual means and methods will be provided by the Construction Contractor). 2.2 Provide well-pointing and effluent disposal performance criteria per City criteria. (Note: Actual means and methods will be provided by the Construction Contractor) 2.3 Provide engineering and CADD services for the following preliminary drawing list: 1 Cover Sheet (1 sheet) 2 General Notes and Abbreviations (1 sheet) 3 Estimated Quantities (1 sheet) 4 Overall Layout and Project Control (1 sheet) 5 Construction Sequencing and Testing Schedule (1 sheet) 6-11 Demolition Plans (6 sheets) 12 Existing Typical Sections (1 sheet) 13 Proposed Typical Sections (1 sheet) 14-19 Plan & Profile-> Street and Storm (6 Sheets) EXHIBIT "A-1" Page 8 of 10 20-21 Culvert Bend and Junction Box Details (2 sheets) 22 Storm Drain Analysis (1 sheet) 23 Overall Drainage Area Map (1 sheet) 24-25 Miscellaneous Details (2 sheets) 26-30 City Standard Details (5 sheets) 31-34 Curb Ramp Details (4 sheets) 35-39 Curb Ramp Layouts (5 sheets) 40-45 Plan & Profile-~ Water and Wastewater (6 sheets) 46-55 City Standard Details (10 sheets) 56-60 Permanent Pavement Marking Plans (5 sheets) 61-72 TxDOT Standard Drawings (12 sheets) 73 Construction Phasing Layout and General Notes (1 sheet) 74-79 Traffic Control (6 Sheets) 80 SWPPP Notes (1 Sheet) 81 Curb Inlet Protection (1 Sheet) 82-84 SWPP Plan Sheets (3 Sheets) 2.4 Provide specifications and contract documents in City format. 2.5 Bid Services (See Exhibit A, 1.A.3). 2.6 Provide Construction Administration Services for 2 hours/week for 40 weeks. 2.7 Provide record drawings based on contractor provided red lines. 2.8 Recommend geotechnical 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). 2.9 Confer with the City staff regarding the design parameters of the Project. The Engineer will participate in two (2) 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. a. Advise of environmental site evaluations and archeology reports that are needed for the Project (Environmental Issues and archeological services to be determined and negotiated as an Additional Service if required). b. 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. ADDITIONAL SERVICES 1.0 Topographic Survey (AUTHORIZED) 1.1 Provide a topographic survey along the street and trunk main route along Kostoryz Rd. spanning from the 100 feet south of the South ROW line on Sunnybrook Lane to a point 100 south of the south ROW line of Horne Road that includes the area up to 50' on EXHIBIT "A-1" Page 9 of 10 either side of the centerline of the existing street and 250 feet either side of existing intersections. 1.2 Provide a topographic survey for off-site drainage from 100 feet south ROW of Horne Road to north ROW Brawner Parkway, from the west ROW of Brawner Parkway to a point 100 feet east of the east ROW of Carroll Lane. 1.3 The topographic surveys will include ties to locations and inverts (or depth of cover for water lines) of all known existing water, wastewater and storm water lines within the survey limits. Coordinate with the City Gas Department for the City to provide locations and depths of gas lines within the survey limits. Coordinate with the Franchise utility owners (telephone, CATV, electric) for these owners to provide locations and depths (as required) of their lines. 1.4 The topographic surveys will include ties to all trees with canopies that overhang the easement or ROW and include type of tree, diameter of trunk and diameter of canopy. 2.0 ROW Survey (TBD) 2.1 Provide ROW survey and land acquisition easement parcel exhibits (permanent and temporary) in City format as required for the installation of the trunk main in locations where the trunk main infringes on the existing easement limits. Locations will be identified after topographic survey and preliminary design. 3.0 Permits 3.1 Provide coordination with the TDLR, TxDOT, & TCEQ on the proposed construction and submit the applications for plan review and answer any questions or comments on the applications. Prepare and submit the post construction inspection request (AUTHORIZE). 3.2 Utility Locations and waste water line inspection (ALLOWANCE) a. Provide five (5) spot locations for elevations of possible conflicts with existing utilities (no more than 60 feet of depth in total). b. Provide waste water inspection on approximately 200 LF of various size lines. 4.0 Provide construction observation services for 20 hr/week for 40 weeks (ALLOWANCE). 5.0 Provide warranty phase inspections and report (AUTHORIZED). EXHIBIT "A-1" Page 10 of 10 Exhibit B Mandatory Requirements (Revised September, 2001) INSURANCE REQUIREMENTS 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 WHICH COMPLIES WITH THE TEXAS WORKERS= WORKERS' COMPENSATION 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 EXHIBIT "B" Pa e 1 of 3 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 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 ofauthority toself-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. L !`....n.....n• (`nn_ Il..nf ..III hn rn nnnn'h n ~ D 'Irl .+ D' ln fnr nrn~i rl'nn h :Irlnr~n :cL r , ~ ~ ~ ~~-~. -.'_. __.. .._...... .. __ --r _.._. _ ._ ._. r._.. _...~ - ' ' .__ .. ` o fnr 4hn fn.w. of 4hn nnn4ronf n fn on r! nrl r! nn Oho rlo fo Oho ( ifii Th I'n nh~.ll ho-n nlnfn.! v.el n form Tho (`n .. nnm nc~ I+onf droll n rn ~i rlc c~~nh rrti. ,,......~ ... ..... .... ... __...~.____ .~.__ ._..... ..._ __ ..__._~.._ _..~.. r._ ..`_ ___.. ..I nl n nrF.ifn hn nfn nlnrl nrl n n4hn n.d ~ nr7nr4hn .l EXHIBIT "B" Pa e2of3 (`nn IM ni oh..ll h.. r ..'hl.. f... .. ~.II nnnM .. . f.. .. nh 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" Pa e3of3 ~,y City of ^~1 COTpUS CITY OF CORPUS CHRISTI CI1L1St1 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 information. Every question must be answered. If the question is not applicable, answer with "N/A". FIRM NAME: Goldston Engineering, a CH2M Hill Comoanv STREET: 210 S. Carancahua. Suite 200 CITY: Corpus Christi. TX ZIP: 78401 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% or more of the ownership in the above named firm. Name Job Title and Ciry Department (if known) N/A 2. State the names of each official of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership in the above named firm. Name Title N/A 3. State the names of each board member of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership in the above named firm. Name Board, Commission or Committee N/A 4. State the names of each employee or officer of a consultant for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an ownership interest constituting 3%or more of the ownership in the above named firm. Name Consultant N/A CERTIFICATE I certify that all information provided 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: Sidne A. Faas P. E. ~/~, ~ Title: Vice Pres/ident ~C ~ar~~oe!-' 4'l ~ ~©4 , 2009 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 ordeal 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, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of 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 0 o ~ o E ~ ~ ~" N N ~ ~ w O ~ ~ -o Y C d a~~ > ~ E a ~ ~ m ~ ~ a ~ o. c v v Y H O N d 3 V O_ .- ~ C a - ~ ~ O ' ~ ~ > Q C W v Q Z w ~ O ~ O V M U w N d r ++ ~ Z Z ~ O a ,. ~, ~ z w ~ F-•^ ~ o o > ~ E J ~ a C C Q a - r U Z V E Q V l`6 w C O U aNi .~ N v .y R m 0 0 O O 0 0 O ~n 0 0 O 0 0 O 0 0 O M 0 0 ~n N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~- 0 0 O M 0 0 ~- r 0 0 M N o ~ ° .- ~ N coos p Fm- p H p H o ~ 0 ion N 0 i°n 0 °o M EA EA fA fR 0 0 O O p p p O 0 o 0 u~ 0 In ER ~ ~ I- b9 O u~ O ~ r Eff ER fA fA o~ o o 0 0 0 ~ 00 ~ 0 o p N p N p H °o ~ ~°n ~ o° ~ ~ N r ~ 0 0 0 0 0 0 o n p p p n o n n O O r O O M O n O N M ~fI N DO O O N N r r N t0 r m ~ m F m ~ ~ n ~ O N 00 a n d' O O) N fR to fR H9 dl ~ ~ O ~ O ~ ~ O N p p p N ~ N ~ N O r N r (O r ~ ~ ~ CO r N (O ~ oO N ~ ~ ~ ~ O O O O N EA O r O .-- K3 N ~ m m m N r ~ ~ N N fA EA ER V3 O O O O p p p O O O O O O ~ O O N O ~n O In N O (O O N F m ~ 0 N O CO O N O o0 EA EA ffl (A EH ER y m U ~ N N N U N ~ y ~ O O . O C W U f n m N s ~ Z ~ > ~? o d LL a c .N i , _ . u . N o ~ N n a =~ ~ w o c, `~ m z t ~ ~° m ~a ~, ~ ~ a ~ z LL ~ a N U C c y 0 ~ ~ N m w ~ ~ U ~ E U O O E O7 'L O +' ~ ~ p O a> ~ o ~ v a`> m w m U > > m -0 0 a p m U m Q a ~ ~ a 0 m cn m m Q H EXHIBIT "D" Pa e 1 of 1