Loading...
HomeMy WebLinkAboutC2009-459 - 11/17/2009 - 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 Maverick Engineering, a Texas corporation, 400 Mann Street, Suite 200, Corpus Christi, Nueces County, Texas 78401, (Architect/Engineer - A/E), hereby agree as follows: SCOPE OF PROJECT ADA Improvements Group 2 BOND ISSUE 2008 (Project No. E09051) This project will implement the Americans with Disabilities (ADA) transition plan approved by the Mayor's Committee for Persons with Disabilities (Committee) and City Council as well as a supplemental list of priority locations presented by the Committee in April 2007. In addition to these priorities, this project will also incorporate locations which are identified in the Regional Transportation Authority (RTA) ADA compliance initiatives for 2008 City of Corpus Christi Bond Program. This project will provide for construction of ADA curb ramps and sidewalks in areas where current street construction projects are not planned. This project also includes 33 bus top landing pads and associated curb ramps and accessible routes which are part of a CDBG Grant with matching RTA and Bond Issue 2008 Funds. 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. 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. 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 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 2009-459 ule is not to be inclusive of all additional time that maybe required M2009-325 Contract for Engineering (,vE) Services 11/17/09 Page 1 of 3 Maverick Engineering 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 ortasks 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. INDEMNITY AND INSURANCE A/E agrees to the mandatory contract indemnification 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, a total fee not to exceed $353,608, (Three Hundred Fifty Three Thousand Six Hundred Eight Dollars and Zero Cents). 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 ofthe 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 or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. Contract for Engineering (A/E) Services Page 2 of 3 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. 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 MAVERICK ENGINEERING By ~ 2 Z.Q~ Oscar artinez, Date Assistant City Manager RECOMMEN D ~/ By ~ o~ Pete Anaya, P. E., Date Director of Engineering Services ATTEST By Armando Chapa, City Secretary APPROVED AS By. City Attorney f~~i~ By~~ ti ~~Zlo~ Daniel Biles, P. E. Date Infrastructure Business Stream Mgr. 400 Mann Street, Suite 200 Corpus Christi, TX 78401 (361) 696-3500 Office (361) 696-3750 Fax ~°2"" ~ ~~~AUTNORICtD BT C-9UlYGIL ....,~,~„~,~ ~,~~ . ~- SEC~ETARY ~~J Contract for Engineering (A/E) Services Page 3 of 3 EXHIBIT A CITY OF CORPUS CHRISTI ADA IMPROVEMENTS GROUP 2 BOND ISSUE 2008 PROJECT NO. E09051 1. SCOPE OF SERVICES A. Basic Services. Basic Services will include the following in addition to those items shown on Exhibit "A-1" Task List. 1. Scope of Project: Six (6) street locations throughout the City are included in this project. The City is to construct ADA compliant curb ramps at all cross-street intersections along those eight locations as well as evaluate and ensure that the ramps are connected via an ADA compliant route of travel. Approximately 290 ADA ramps are scheduled as part of this effort. The A/E will perform the following services related to preliminary engineering, design, bidding and construction phases of the project. The designated street locations are: Ayers Street: SPID to Gollihar Road Ayers Street: Santa Fe Street to Staples Street N. Tancahua: Power Street to IH-37 Mesquite Street: Lower Broadway to Brewster Street Morgan Adult Ed. Center (Balboa & Airport Area) Elizabeth from Santa Fe to Shoreline (1,000 LF) Additionally, the City and RTA have identified 33 bus stop locations for improvement as well. All locations involve existing rights-of-way. 2. Preliminary Phase. The Architect/Engineer-A/E will: a. Participate in meetings with the city and other consultants to ascertain the scope of the project, TDLR requirements and methodology for bidding and proposal (3 meetings). b. Perform site visits to all proposed ramp locations (290) and record preliminary findings regarding general type of curb ramp required. The general type of curb ramp will be in general accordance with the TXDOT PED - 05 Standard. c. Prepare quantity estimates for all curb ramps. d. Prepare preliminary cost estimates for the project utilizing general unit price data supplied by the City. 3. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the A/E will: a. Participate in a predesign meeting with the City. b. Utilizing plotted field work, coordinate with subconsultant ADA specialist (as needed) to EXHIBIT "A" Pa e 1 of 8 H:\HOME\VelmaP\GEN\STREET16462 ADA IMPS BOND ISSUE 2008\MAVERICK ENGINEERING E09051\2 EXHIBIT A.doc design ADA-compliant curb ramps and routes of travel. c. Prepare one set of Construction Bid and Contract Documents in City format (using City Standards as applicable) for each phase, including Contract agreement forms, general provisions and special provisions, notice to bidders, insurance requirements, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, one bid for each phase, 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. CDBG/RTA bus stop landing pads, and associated curb ramps and accessible routes will be identified separatelyfrom those in the Bond Issue 2008 Program. d. 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). e. Prepare final quantities and estimates of probable costs with the recommended construction schedule. The construction schedule will provide a phased approach to better track progress and payments. f. Submit to a Registered Accessibility Specialist (RAS) for review. g. Furnish one (1) copy of the pre final plans to the City staff for review and approval purposes with estimates of probable construction costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. h. Assimilate all pertinent review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. i. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the pre-final 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. j. Provide Traffic Control Plan with illumination, markings and striping for review and approval by the City Traffic Engineering Department. k. 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. I. 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. m. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. n. Provide a Storm Water Pollution Prevention Plan. o. Participate in one (1) Final Design Submittal review meeting with City Staff. EXHIBIT "A" Pa e2of8 H:\HOME\VelmaP\GEN\STREET\6462 ADA IMPS BOND ISSUE 2008\MAVERICK ENGINEERING E09051\2 EXHIBIT A.doc 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, standard and special provisions, and forms for required bid documents. 3. Bid Phase. The A/E will: a. Participate in the pre-bid conference and provide a recommended agenda for critical construction activities and elements impacted 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 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, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re-advertise that particular portion of the Project for bids. The City staff will: a. Arrange and pay for printing of atl 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. 4. Construction Phase. The A/E 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 impacted the project. 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 changes, which do not affect the contractor's price and are not contrary EXHIBIT "A" Pa e3of8 H:\HOME\VelmaP\GEN\STREET\6462 ADA IMPS BOND ISSUE 2008\MAVERICK ENGINEERING E09051\2 EXHIBIT A.doc to the general interest of the City under the contract. e. The project manager (PE) will make periodic visits to the Project to confer with the 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. f. Prepare change orders as authorized by the City (coordinate with the City's construction division); provide interpretations and clarifications of the plans and specifications for the contractor and 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. Engineer will review curb & gutter grade data provided by the contractor. h. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. i. Review construction "red-line" drawings, prepare record drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later) of the record drawings. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf 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 coordinating activities for the construction phase. b. Prepare applications/estimates for payments to contractor. c. Conduct the final acceptance inspection with the Engineer. B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that 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 and pay all applicable fees. 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. TxDOT Permits/Amendments b. NPDES Permit/Amendments c. Texas Department of License and Regulation (TDLR ) d. Texas Commission on Environmental Quality EXHIBIT "A" Pa e4of8 H:\HOME\VelmaP\GEN\STREET\6462 ADA IMPS BOND ISSUE 2008\MAVERICK ENGINEERING E09051\2 EXHIBIT A.doc 2. Right-of-Way (ROW) Acquisition Survey. The A/E 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 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. A/E Consultant will be required to perform all necessary deed research. Furthermore, this line item contains the necessary time to prepare the required documents and survey twelve (12) parcels for right of way acquisition or easements (6 of each). 3. Topographic Survey. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points. 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. 4. Construction Observation Services. 1. Provide a project representative (PR) to provide full time 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 A/E 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 A/E, and will confer with A/E 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. B. PR shall communicate with CITY with the knowledge of and under the direction of A/E 4. Interpretation of Contract Documents: Report when clarifications and interpretations ofthe 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. EXHIBIT "A" Pa e5of8 H:\HOME\VelmaP\GEN\STREET\6462 ADA IMPS BOND ISSUE 2008\MAVERICK ENGINEERING E09051\2 EXHIBIT A.doc 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 orwill 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, 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. 8. Reports: A. Furnish periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. B. Report immediately to the CITY and A/E the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. C. Provide project photo report on CD-ROM at the rate of a minimum of two photographs per day, including an adequate amount of photograph documentation of utility conflicts. EXHIBIT "A" Pa e6of8 H:\HOME\VelmaP\GEN\STREET\6462 ADA IMPS BOND ISSUE 2008\MAVERICK ENGINEERING E09051\2 EXHIBIT A.doc 9. Completion: A. Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. B. Participate in a final inspection in the company of 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. 6. Provide the services above authorized in addition to those items shown on Exhibit "A-1"Task List. 2. SCHEDULE PROJECT SCHEDULE DAY DATE ACTIVITY Tuesda November 17, 2009 Be in Prelimina Phase Friday January 22, 2010 Preliminary Report Draft Submission (30% Desi n Frida Februa 5, 2010 Cit Review Frida Februa 26, 2010 En ineerin Letter of Re ort Final Submission Frida Jul 9, 2010 Pre-Final Desi n Submission Frida Jul 23, 2010 Cit Review Friday August 6, 2010 Final Design Submission Wednesda Au ust 18, 2010 Advertise for Bids Wednesda Se tember 8, 2010 Pre-Bid Conference Wednesda Se tember 22, 2010 Receive Bids Wednesda December 8, 2010 Be in Construction Jul 2011 Construction Com lete 3. 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 forall expenses incurred in performing these services. 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 anot-to-exceed fee as per the table below: EXHIBIT "A" Pa e7of8 H:\HOME\VelmaP\GEN\STREET\6462 ADA IMPS BOND ISSUE 2008\MAVERICK ENGINEERING E09061\2 EXHIBIT A.doc C. Summa of Fees CDBG 612008 TOTAL BASIC SERVICES 1 Prelimina Desi n Phase $13,592.34 $36,749.66 $50,342.00 2 Design Phase 24,072.12 65,083.88 89,156.00 3 Bid Phase 2,842.56 7,685.44 10,528.00 4 Construction Phase 9,351.72 25,284.28 34,636.00 Subtotal of Basic Services 49,858.74 134,803.26 184,662.00 ADDITIONAL SERVICES 1 Permitting 900.72 2,435.28 3,336.00 2 ROW/Surve Acquisition 4,881.60 13,198.40 18,080.00 3 To o raphic Surve 21,883.50 59,166.50 81,050.00 4 Construction Observation Services 17,949.60 48,530.40 66,480.00 Subtotal of Additional Services 45,615.42 123,330.58 168,946.00 TOTAL AUTHORIZED FEE $95,474.16 $258,133.84 $353,608.00 The estimated construction cost for ADA Improvements $1,400,000. The total basic services fee proposal for this percentage of design cost to construction cost is 13.19%. Group 2 BOND ISSUE 2008 is project is $184,662. Therefore, the EXHIBIT "A" Pa e8of8 H:\HOME\VelmaP\GEN\STREET\6462 ADA IMPS BOND ISSUE 2008\MAVERICK ENGINEERING E09051\2 EXHIBIT A.doc EXHIBIT A-1 CITY OF CORPUS CHRISTI ADA IMPROVEMENTS GROUP 2 BOND ISSUE 2008 PROJECT NO. E09051 TASK LIST In conjunction with the services described in Exhibit A, A/E will provide the following scope of basic and additional services. BASIC SERVICES 1) Perform a site investigation to identify specific utilities, public and private amenities, current drainage conditions, and other features at the proposed project sites that may be affected or effect the proposed improvements. 2) Research and perform a review of existing reports, construction plans, and master plans that will be made available by the City. Gather and review record drawings, utility maps, and other pertinent information. 3) Attend and participate in project start and planning meetings (3 meetings) with City staff to discuss planning and design submittals. 4) Confer and coordinate with City operating departments to verify underground utility locations (i.e., sanitary sewer, water, storm sewer, gas, and traffic control devices) and plan for their relocation, if necessary. 5) Coordinate with franchise utility companies to verify locations as well as relocate private utilities (i.e. telephone, power, cable, gas lines, and fiber optics) that are affected by the proposed improvements. 6) Recommend necessary survey work (e. g., topographic surveys, boundary surveys, right-of-way acquisition and utility easement surveys, critical elevations for adjacent structures) that may be required that is outside the scope of work and limits as identified further below in this Exhibit A-1. 7) Coordinate with City on obtaining asite-specific soil investigation report that will contain borings, laboratory testing results, and design recommendations for subgrade preparation for structure foundations and pavement reconstruction design. 8) Prepare one (1) set of the Design Summary Report and Schematic (DSR) per City format along with electronic files and submit to the City. DSR will include an Executive Summary and a detailed report that elaborates on the findings and proposed sidewalk and curb ramp improvements; detailed schematics and drawings as well as photo exhibits showing existing conditions and extent of improvements; the identification of conflicts and design issues that may impact the project as well as governmental authorities that will have jurisdiction over the project; EXHIBIT "A-1" Pa e1of3 H:\HOME\VelmaP\GEN\STREET\6462 ADA IMPS BOND ISSUE 2008\MAVERICK ENGINEERING E09051\3 EXHIBIT A-1 TASK LIST.doc and opinion of probable construction cost estimates. Only a single design solution will be provided in the DSR. 9) Prepare plans such that all right-of-way amenities (i.e., curb ramps, sidewalks, and driveway aprons) shall comply with the requirements of the Texas Architectural Barriers Act (TABA) as issued by the Texas Department of Licensing and Regulation (TDLR) and per TxDOT sidewalk and curb ramp standards, specifications, and special provisions. Prepare plan views of proposed work (without profiles) including the limits of new sidewalk, locations of new driveways and curb ramps, relocations of obstructions, as well as pavement markings. Prepare individual details for various curb ramps and driveway details. 10) Assist in preparing variances in accordance with TDLR requirements for each noncompliant condition that will be encountered. 11) Prepare final plans, specifications, and estimates (PS&E) documents and make 95%, and 100% completion submittals for City reviews. Prepare and submit final construction documents along with the mandatory checklist, Executive Summary, and certifications in accordance to the City's Plan Preparation Standards and Contract Format requirements. Prepare final construction plans and documents so as to be bid under a single construction contract using City contract documents including bid proposal form, agreement, notice to bidders, special provisions, and performance and payments bonds technical specifications, item numbers, and unit quantities. Provide complete PS&E to City for letting. 12) Prepare traffic control plans with the intention of allowing work only on one side of the subject road and at single block at a time. No new traffic or pedestrian signalization designs will be prepared except for the relocation of existing signal poles that are determined to be obstructions to the proposed sidewalk improvements. 13) During the Construction Phase, perform periodic visits to the construction sites which shall be limited to one (1) site visits per week. A/E shall not, during such visits or as a result of such observations of Contractor(s)' work in progress, supervise, direct or have control over Contract(s)' work nor shall A/E have authority over or responsibility for the means, methods, techniques, sequences or procedures of construction selected by Contractor(s), for safety precautions and programs incident to the work of Contractor(s) or for any failure of Contractor(s) to comply with laws, rules, regulations, ordinances, codes or orders applicable to Contractor(s) furnishing and performing their work. Accordingly, A/E can neither guarantee the performance of the construction contracts by Contractor(s) nor assume responsibility for Contractor(s)' failure to furnish and perform their work in accordance with the Contract Documents. 14) Provide Storm Water Pollution Plans including a detailed technical specification addressing TCEQ requirements for the project. 15) Schedule and conduct required review meetings (Preliminary Report and Schematics (30%) and 95%) with City. EXHIBIT "A-1" Pa e2of3 H:\HOME\VelmaP\GEN\STREET\6462 ADA IMPS BOND ISSUE 2008\MAVERICK ENGINEERING E09051\3 EXHIBIT A-1 TASK LIST.doc ADDITIONAL SERVICES (As Authorized by City) 1) Prepare the required documents application for TCEQ review and approval and pay related permit fees, if applicable. 2) Perform a topographic survey of the project areas contained within the street right-of-way showing underground utilities (based on field gather information and information provided by City and private utility owners), closest edge of structure, concrete slabs, walkways, trees, fences, gates, and street curbs. Other features will be field verified as needed to facilitate the design of the project area improvements. 3) Side streets will be surveyed to at least 70 feet from the street intersections. 4) Identify encroachments to City right-of-way due to buildings and their appurtenances, and building overhead canopies and sign structures, and prepare individual encroachment exhibits showing the extent of encroachment for each location without metes and bounds descriptions. 5) Provide a maintenance guaranty inspection to note defects requiring contractor action to repair under the maintenance guaranty terms of the contract. Prepare and submit to City a report identifying the deficient conditions and necessary remedial repairs. Perform and complete said work at sixty (60) days prior to the end of the maintenance guaranty period. 6) Provide right-of-way acquisition exhibits along with metes and bounds description for corner clips and sidewalk encroachment areas at driveways. 7) Submit 1 copy of Final Design complete plan details and specifications to the Registered Accessibility Specialist (RAS) for review and approval. Submittal will also include costs for Plan Review Fee as well as the TDLR Project Filing and Final Inspection Fee. EXHIBIT "A-1" Pa e3of3 H:\HOME\VelmaP\GEN\STREET\6462 ADA IMPS BOND ISSUE 2008\MAVERICK ENGINEERING E09051\3 EXHIBIT A-1 TASK ~IST.doc 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. II. INDEMNIFICATION AND 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 toself-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. ran fnr 4hn form of +ho nnn~rn n~ ~ ~n fn ~n • inc~ it nno nn~io r rl inrli ~rlinn Oho r1~ 4e +ho ~i~~i e ------- ---__--o- --- ---- + f~ II. -~vll~~~S r-~$I~ Ee~/~~ 'vrl~ 6+ " r~ t~ .. ° `~I'"II ho ., r. ~~/~II i m ~i~L'~n ~ Q~ ~ r r r~v }e-~FA}e . o the arae~ef Q :east ire- # l h ~ ' ~ ~ - - - E ceuerage-a , .er s s full I /~~C\ ~~ihinh is netim~~erl fn ho f ho vole ~o ~~ nmm~lo 4inn of ~hn e G9{~Fa6t- EXHIBIT "B" Pa e2of3 III. On the certificate of insurance: • The City of Corpus Christi is to be named as an additional insured on the liability coverage, except for workers' compensation coverage. • Should your insurance company elect to use the standard ACORD form, the cancellation clause (bottom right) shall be amended by adding the wording "changed or" between "be"and "cancelled" and deleting the words "endeavorto"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 ----,~ \ SUPPLIER NUMBER TO BE ASSIGNED BY~~ '- = PURCHASING DIVISION ~.iw City of CITY OF CORPUS CHRISTI corpus DISCLOSURE OF INTEREST Christi City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the Clty to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Maverick Engineering, Inc. P. O. BOX: STREET ADDRESS: 400 Mann Street, Suite 200 CITY: Corpus Christi ZIP: 78401 FIRM IS: I. Corporation ^ 2. Partnership ^ 3. Sole Owner ^ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse slde of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Chrlstl having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) N/A 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title N/A 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, 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 EXHIBIT "C" Page 1 of 2 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION 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: Dan Biles, P. E. Title: Infrastructure Business Stream Mgr. (Type or Print) Signature of Certifying = J~ Date: L`-~ )o~ Person: ` / 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. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. "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. d. "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 asnon-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. £ "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "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 ~No 000 ~ ti ~ N L ~ O i+ w, , ~ ~ ~ C y. d a N ~ m > ~ L Q. , > ~ ~ N ~~ ~ a ~ ~ v a~ R ~ O O F- ~ C f11 d 3 V O ._ '~ O d ~ L C a - c ~ 7 V O ' Q ~ W v a Z ~L O C V ~ N ' U ~ ~ r ~ N O O O ~ a Z ° Z ~_ ~ z W ~ ~ •~ V O 0 ~ ~ J ~ a _ ~ Q a - r U Z E Q v ca L O U 0 0 O r 0 0 ~(') 0 0 0 0 0 0 M 0 to N 0 O 0 O 0 O 0 O 0 O 0 r ~-- 0 O M 0 E A 0 M N °o o ~ °o ~ ~ ° ° °o ~n N °o ~ ° ° Q H Q Fm- Q H o° ~ °o ~ N °o ~ °o o M 69 Ef? ~ ~ 0 O 0 ~ 0 0 0 O O ~ O O Q m F- Q m H Q m H O ~ O ~ O O l~ ~ ~3 6~J ~ o~ o °o 0 0 ~o ti ~ o° ~ ~ o o Q m F- Q m F- Q m H oo ~ y3 ° ti ~ °o to °n N ~ b9 O O O r ~} O O O M O tf~ 1~ O O ~ M O ~!'~ N CO d~? O O O N 69 O N r r 1~ N ~O r Q m ~ Q m ~ Q m ~ 1~ ~ I~ ~' 619 O to N 00 EA 1` ~ f~ ~ I~ 0 C1 N ~ O ~ O O N O O r O N ~ 0 ~ 0 f` ~ ~ Q m ~- Q m F"' Q m ~- I~ ~ r O N ~ 1` ~ ~ ti 0~0 N ~} ER d9 EH 6°9 O O ~ ° ° O ° ~ °(~}- N ~ ~ ° Q f- Q ~-' Q ~ N r ~ O ° ~ N r ~ N r N ~ ~ ~ ~ °o 0 ~ 6H °o 0 N °o ~ o ~n N °o o CO 69 °o o N Ef} ° ° Q ~ Q ~ Q ~ °o 0 N Efl °o 0 Cfl fi4 o 0 N °o 0 00 d9 N _U O ~ N f4 O ~ d L N d. U ~' ~ ~ d ca O cn U m N ~ ~ ~ L _ E a ~ ° j o m ~ Q m U cA U _ ~ O N N N ~ ~ ~ V N tl1 N O cn ~ O L L U_ N ~ ~ V A ~C ~ a C c ~ ca ~ Q O ~+ ~ ~ d LL C C ~ O ~ ~ N ~ ~ .i- ~_ "~ c~6 U ~ ~ Q p ~ ~ O O L ~ Q' +-' ~ ~ ~ ~ V) ~ ~+ Q ~ ~ ~ LL O (n (n t/1 W ~ I- EXHIBIT "D" Pa e1 of1