Loading...
HomeMy WebLinkAboutC2009-462 - 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 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 ADA Improvements Group 1 BOND ISSUE 2008 (Project No. E09050) 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 the design of 192 curb ramp improvements agreed to in the Release and Settlement Agreement for Civil Action No. 2:08-cv-247. 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 2009-462 M2009-324 11/17/09 Contract for Engineering (A/E) Services Page 1 of 3 Goldston Engineering 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. 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 $326,715.00, (Three Hundred Twenty Six Thousand Seven Hundred Fifteen 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 of the A/E fee may be assigned in advance of receipt by the A/E without written consent of the City. Contract for Engineering (A/E) Services Page 2 of 3 The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. 9. OWNERSHIP OF DOCUMENTS All documents including contract documents (plans and specifications), record drawings, contractor's field data, and submittal data will be the sole property of the City, may not be used again by the A/E without the express written consent of the Director of Engineering Services. However, the A/E may use standard details that are not specific to this project. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re-use of modified plans. 10. 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 By X11? ~~ !~ z2.~ Oscar Martinez, Date Assistant City Manager RECOMME D By ~~ ~~ •t Pete Anaya, P. ., Date Director of Engineering Services ATTEST By ~ - Armando Chapa, City Sec tary GOLDSTON ENGINEERING, A CH2M HILL COMPANY By 1 ~ ~z~~3 Sidney A a s, P. E. Date Vice President 210 S. Carancahua, Suite 200 Corpus Christi, TX 78401 (361) 888-8100 Office (361) 888-8600 Fax ~~!~.~.-~ a ~. A~rH~K~~ ~Y eatf~rc~t.,. O~i ... SECRCTARY ~' APPROVED AS TO FORM gy ' ~ ~ , City Attorney Date Contract for Engineering (A/E) Services Page 3 of 3 EXHIBIT A CITY OF CORPUS CHRISTI ADA IMPROVEMENTS GROUP BOND ISSUE 2008 PROJECT NO. E09050 1. SCOPE OF SERVICES: A. Basic Services Preliminary Phase/Engineering Letter Report. The Engineer will: It is the intent of the Preliminary Phase to provide a study and report of project scope with economic and technical evaluation of alternatives, and upon approval, proceed in a design memorandum which includes Preliminary designs, drawings, and written description of the project. This report shall include: a. Data Collection: 1) City Staff will provide necessary as-builts and city records and other pertinent data related to Project; 2) Perform site investigation of 479 curb ramp locations within the City Limits of Corpus Christi that have been identified by City staff. Prepare site field investigation notes; 3) List locations with obstructions that would conflict with required Americans with Disabilities (ADA) improvements which may require additional Right of Way (ROW) or design; 4) Prepare preliminary layouts of each new ramp location; 5) Perform topographic surveys and determine the approximate location of the ROW at each new curb ramp location using City's GIS to determine if the existing ROW width is adequate to accommodate the required ADA improvements. Locations requiring ROW surveys will be determined on a case-by-case basis after completion of the topographic surveys; 6) Prepare a Draft Engineering Letter Report summarizing results of site field including obstructions and existing conditions as well as a listing of locations requiring ROW surveys along with a preliminary Opinion of Probable Costs for the Project. Provide internal Quality Assurance/Quality Control (QA/QC) reviews of the report. One (1) hard copy and one (1) electronic copy will be furnished to the City for review by City Staff; 7) Prepare and submit one (1) hard copies and one (1) electronic copy of the Final Engineering Letter Report which incorporates review comments; and, 8) Complete requisite Additional Services described in paragraph 5 of Exhibit A-1 (Survey Services). EXHIBIT "A" Pa e1of8 H:\HOME\VelmaP\GEN\STREET\6462 ADA IMPS BOND ISSUE 2008\GOLDSTON ENGINEERING E09050\2 EXHIBIT A.docx b. Meetings: 1) Participate in one (1) kickoff meeting with City staff to discuss design parameters and project budget, provide agenda for meeting, prepare and distribute meeting minutes. 2) Participate in up to two (2) meetings with the Mayor's Committee for Persons with Disabilities. Provide agenda for meeting, prepare and distribute meeting minutes. 3) Participate in one (1) discussion with the Corpus Christi Regional Transportation Authority (RTA) and prepare documentation of all correspondence. City staff will provide one set only of the following information (as applicable): a. Record drawings, record information of existing facilities, and utilities (as available from City Engineering files). b. The preliminary budget, specifying the funds available for construction; c. Aerial photography for the Project area. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the Engineer will: a. Prepare contract plans and bid documents in accordance with the City's required format. Locations of ramps included in the Lawsuit will be identified separately from those in the Bond 2008 program; b. Prepare plan sheets set that will include the following: 1) Plans Cover Sheet (1 Sheet) 2) General Construction Notes and Abbreviations (1 Sheet) 3) Estimated Quantities Sheets (2 Sheets) 4) Construction Sequencing (3 Sheets) 5) Street and Striping Plan Sheets (22 Sheets at 1" = 50') 6) City Standards for Driveways, Curb & Gutter, Sidewalks and Miscellaneous Details (10 Sheets) 7) Curb Ramp Design Details (TxDOT PED Sheets) (4 Sheets) 8) Unique Designs Not Covered by Standards (2 Sheets) 9) Permanent Pavement Marking Standards and Detail Sheets (2 Sheets) 10) Traffic Control Plan Sheets (6 Sheets) 11) TxDOT BC Sheets (12 Sheets) c. Complete Pre-Final Design plans; d. Provide internal QA/QC reviews of Pre-Final Design plans prior to submission to City; e. Submit one (1) full size and one (1) electronic copy of the Pre-Final Design set of plans for City review and comment; f. Participate in one (1) Pre-Final Design Submittal review meeting with City Staff; g. Incorporate comments and recommendations from City staff reviews into contract documents; EXHIBIT "A" Pa e2of8 H:\HOME\VelmaP\GEN\STREET\6462 ADA IMPS BOND ISSUE 2008\GOLDSTON ENGINEERING E09050\2 EXHIBIT A.docx h. Participate in one (1) meeting with City Staff/ADA advisory committee to discuss any issues of concern in the final design; provide agenda for meeting, prepare and distribute meeting minutes; i. Complete Final Design plans, incorporating review comments and recommendations into final contract documents; j. Submit one (1) copy of Final Design 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 Texas Department of Licensing and Regulation (TDLR) Project Filing Fee; k. Incorporate any changes or recommendations from the RAS review into the final contract submittal package; I. Participate in one (1) Final Design Submittal review meeting with City Staff; m. Incorporate comments and recommendations from City Staff reviews into contract documents; n. Prepare final quantities and opinion of probable construction costs; o. Submit one (1) full size and one (1) electronic copy of the Final Design set of plans and bid documents package with revised opinions of probable construction costs. City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract award. 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 required for bid documents. 3. Bid Phase. The Engineer will: a. Participate in the pre-bid conference; b. Review pre-bid questions and submissions concerning bid documents; c. Prepare any addenda or other necessary revisions (up to 4 Addenda); d. Attend bid opening; e. Analyze bids; f. Evaluate and prepare bid tabulation; and, g. Make written recommendation to City concerning award of the contract. City staff will: a. Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. b. Advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the Engineer) 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. EXHIBIT "A" Pa e3of8 H:\HOME\VelmaP\GEN\STREET\6462 ADA IMPS BOND ISSUE 2008\GOLDSTON ENGINEERING E0905012 EXHIBIT A.docx 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; b. Review shop/working drawings, materials and other submittals; c. Review field and laboratory tests; d. Provide interpretations and clarifications of the contract documents for contractor and authorize minor changes which do not affect contractor's price and are not contrary to the general interest of the City under the contract; e. Make up to twenty (20) visits to Project site to confer with City project inspector and contractor to observe general progress and quality of work and determine if work is being done in accordance with the contract documents; f. Review monthly construction estimates; g. Assist in reviewing any necessary Change Orders; h. Accompany City and RAS inspectors on final inspection of completed project and provide City with Certificate of Completion; i. Review construction "red-line" drawings from the Contractor, prepare record drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans) and deliver to Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later) of the record drawings. City Staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction phase; b. Receive and process applications/estimates for payments to the contractor; c. Conduct the pre-final and final acceptance inspections with the Engineer; and, d. Prepare monthly estimates and submit to the City Construction Administration Department for payment. EXHIBIT "A" Pa e4of8 H:\HOME\VelmaP\GEN\STREET\6462 ADA IMPS BOND ISSUE 2008\GOLDSTON ENGINEERING E09050\2 EXHIBIT A.docx 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. The Engineer will not begin work on these services 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, upon written authorization by the Director of Engineering Services, do the following: 1. Survey Topographic Services: a. Provide detailed topographic survey at each new curb ramp location (an allowance for up to 479 topographic surveys has been included in this contract). Survey data will include all existing above ground appurtenances such as existing curb and gutter, power poles, traffic signal foundations, traffic signal controller boxes, fire hydrants, curb inlets, signs, fences, etc. which may affect the design and construction of the proposed ADA improvements. b. Establish cross slope and profile of each existing sidewalk 20 ft. beyond the end of the existing curb and gutter radius return. 2. Survey Right of Way Services: a. Establish the location of the ROW at each new curb ramp location to determine if there is adequate ROW to accommodate the required ADA improvements. Locations requiring ROW surveys will be determined on a case-by-case basis after completion of the topographic surveys; b. Prepare parcel plats of property required for any necessary ROW acquisitions (an allowance for up to 12 acquisitions will be included in the contract - 6 estimated to be full acquisitions and 6 estimated to be easement acquisitions). 3. Permitting: Furnish the City all engineering data and documentation necessary for all required permits. The A/E will prepare this documentation for all required signatures. The A/E will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. Texas Department of License and Regulation (TDLR) EXHIBIT "A" Pa e5of8 H:\HOME\VelmaP\GEN\STREET\6462 ADA IMPS BOND ISSUE 2008\GOLDSTON ENGINEERING E09060\2 EXHIBIT A.docx 4. 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: a. 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. b. 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. c. 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 Engineer. d. Interpretation of Contract Documents: Report when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. e. 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. f. 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. EXHIBIT "A" Page6of8 H:\HOME\VelmaP\GEN\STREET\6462 ADA IMPS BOND ISSUE 2008\GOLDSTON ENGINEERING E09050\2 EXHIBIT A.docx 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. g. 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. 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. h. Completion: 1) Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. 2) 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. 3) 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. EXHIBIT "A" Pa e7of8 H:\HOME\VelmaP\GEN\STREET16462 ADA IMPS BOND ISSUE 2008\GOLDSTON ENGINEERING E09050\2 EXHIBIT A.docx 2. SCHEDULE PROJECT SHEDULE DATE ACTIVITY November 17, 2009 Notice to Proceed March 22, 2010 Preliminary Phase/Letter Report April 26, 2010 Begin Design Phase July 6, 2010 Pre-Final Submittal August 2, 2010 Final Design August 13, 2010 Advertise for Bids August 26, 2010 Pre-Bid Conference September 1, 2010 Receive Bids November 15, 2010 Begin Construction July 2011 Construction Completion 3. FEES A. Fee for Basic Services Authorized. The City will pay the Engineer a lump sum fee not to exceed $202,115.00 for providing services specified in Exhibit A-1. The fee will be full and total compensation for services and for all expenses incurred in performing these services. Engineer will submit monthly statements for basic services rendered. Each statement will be based on the project percent completion at the time of billing. City will make prompt monthly payments in response to Engineer's monthly statements. B~ Summary of Fees CDBG Settlement Agreement 812008 TOTAL BASIC SERVICES 1 Prelimina Desi n Phase $3,937.40 $39,374.00 $55,123.60 $98,435.00 2 Desi n Phase 3,138.40 31,384.00 43,937.60 78,460.00 3 Bid Phase 128.00 1,280.00 1,792.00 3,200.00 4 Construction Phase 880.80 8,808.00 12,331.20 22,020.00 Subtotal of Basic Services 8,084.60 80,846.00 113,184.40 202,115.00 ADDITIONAL SERVICES 1 Surve Topo ra hic Services Authorized) 2,920.00 29,200.00 40,880.00 73,000.00 2 Surve ROW Ac uisition Services 336.00 3,360.00 4,704.00 8,400.00 3 Permittin (Authorized) 96.00 960.00 1,344.00 2,400.00 4 Construction Observation (Allowance) 1,632.00 16,320.00 22,848.00 40,800.00 Subtotal of Additional Services 4,984.00 49,840.00 69,776.00 124,600.00 TOTAL AUTHORIZED FEE $13,068.60 $130,686.00 $182,960.40 $326,715.00 The estimated construction cost for ADA Improvements Group 1 BOND ISSUE 2008 is $1,396,375. The total basic services fee proposal for this project is $202,115. Therefore, the percentage of design cost to construction cost is 14.47%. EXHIBIT "A" Page 8 of 8 H:\HOME\VelmaP\GEN\STREEll6462 ADA IMPS BOND ISSUE 2008\GOLDSTON ENGINEERING E09050\2 EXHIBIT A.docx EXHIBIT A-1 CITY OF CORPUS CHRISTI ADA IMPROVEMENTS GROUP 1 BOND ISSUE 2008 PROJECT NO. E09050 TASK LIST SCOPE OF SERVICES: Preliminary Phase/Engineering Letter Report a. Data Collection: i. City Staff will provide necessary as-builts and city records and other pertinent data related to Project; ii. Perform site investigation of 479 curb ramp locations within the City Limits of Corpus Christi that have been identified by City staff. Prepare site field investigation notes where each new curb ramp will be constructed; iii. List locations with obstructions that would conflict with required Americans with Disabilities (ADA) improvements which may require additional Right of Way (ROW) or design; iv. prepare preliminary layouts of each new ramp location; v. Perform topographic surveys and determine the approximate location of the ROW at each new curb ramp location using City's GIS to determine if the existing ROW width is adequate to accommodate the required ADA improvements; Locations requiring ROW surveys will be determined on a case-by-case basis after completion of the topographic surveys; vi. Prepare a Draft Engineering Letter Report summarizing results of site field investigation including obstructions and existing conditions as well as a listing of locations requiring ROW surveys along with a preliminary Opinion of Probable Costs for the Project. Provide internal Quality Assurance/Quality Control (QA/QC) reviews of the report. One (1) hard copy and one (1) electronic copy will be furnished to the City for review by City Staff; vii. Prepare and submit one (1) hard copies and one (1) electronic copy of the Final Engineering Letter Report which incorporates review comments; and, viii. Complete requisite Additional Services described in paragraph 5 of Exhibit A-1 (Survey Services) b. Meetings: i. Participate in one (1) kickoff meeting with City staff to discuss design parameters and project budget, provide agenda for meeting, prepare and distribute meeting minutes. ii. Participate in up to two (2) meetings with the Mayor's Committee for Persons with Disabilities. Provide agenda for meeting, prepare and distribute meeting minutes. iii. Participate in one (1) discussion with the Corpus Christi Regional Transportation Authority (RTA) and prepare documentation of all correspondence. EXHIBIT "A-1" Pa e 1 of 4 H:\HOME\VelmaP\GEN\STREET\6462 ADA IMPS BOND ISSUE 2008\GOLDSTON ENGINEERING E09050\3 EXHIBIT A-1 TASK LIST.docx 2. Design Phase i. Prepare contract plans and bid documents in accordance with the City's required format. Locations of ramps included in the Lawsuit will be identified separately from those in the Bond 2008 program; ii. Prepare plan sheets set that will include the following: 1. Plans Cover Sheet (1 Sheet) 2. General Construction Notes and Abbreviations (1 Sheet) 3. Estimated Quantities Sheets (2 Sheets) 4. Construction Sequencing (3 Sheets) 5. Street and Striping Plan Sheets (22 Sheets at 1" = 50') 6. City Standards for Driveways, Curb & Gutter, Sidewalks and Miscellaneous Details (10 Sheets) 7. Curb Ramp Design Details (TxDOT PED Sheets) (4 Sheets) 8. Unique Designs Not Covered by Standards (2 Sheets) 9. Permanent Pavement Marking Standards and Detail Sheets (2 Sheets) 10. Traffic Control Plan Sheets (6 Sheets) 11. TxDOT BC Sheets (12 Sheets) iii. Complete Pre-Final Design plans; iv. Provide internal QA/QC reviews of Pre-Final complete plans prior to submission to City; v. Submit one (1) full size and one (1) electronic copy of the Pre-Final Design complete set of plans for City review and comment; vi. Participate in one (1) Pre-Final Design Submittal review meeting with City Staff; vii. Incorporate comments and recommendations from City staff reviews into contract documents; viii. Participate in one (1) meeting with City staff/ADA advisory committee to discuss any issues of concern in the final design; provide agenda for meeting, prepare and distribute meeting minutes. ix. Complete Final Design plans, incorporating review comments and recommendations into final contract documents; x. 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; xi. Incorporate any changes or recommendations from the RAS review into the final contract submittal package; xii. Participate in one (1) Final Design Submittal review meeting with City Staff; xiii. Incorporate comments and recommendations from City staff reviews into contract documents; xiv. Prepare final quantities and opinion of probable construction costs; xv. Submit one (1) full size and one (1) electronic copy of the Final Design complete set of plans and bid documents package with revised estimates of probable costs. EXHIBIT "A-1" Pa e2of4 H:\HOME\VelmaP\GEN\STREET\6462 ADA IMPS BOND ISSUE 2008\GOLDSTON ENGINEERING E09050\3 EXHIBIT A-1 TASK LIST.docx 3 4 5 Bid Phase i. Participate in the pre-bid conference; ii. Review pre-bid questions and submissions concerning bid documents; iii. Prepare any addenda or other necessary revisions (up to 4 Addenda); iv. Attend bid opening; v. Analyze bids; vi. Evaluate and prepare bid tabulation; and, vii. Make written recommendation to City concerning award of the contract Construction Phase i. Participate in pre-construction meeting; ii. Review shop/working drawings, materials and other submittals; iii. Review field and laboratory tests; iv. Provide interpretations and clarifications of the contract documents for contractor and authorize minor changes which do not affect contractor's price and are not contrary to the general interest of the City under the contract; v. Make up to twenty (20) visits to Project site to confer with City project inspector and contractor to observe general progress and quality of work and determine if work is being done in accordance with the contract documents; vi. Review Monthly Construction Estimates; vii. Review any necessary Change Orders; viii. Accompany City and RAS inspectors on final inspection of completed project and provide City with Certificate of Completion; ix. Review construction "red-line" drawings from the Contractor, prepare record drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans) and deliver to Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later) of the record drawings; and, x. The City Staff will: 1. Designate an individual to have responsibility authority, and control for coordinating activities for the construction phase; 2. Receive and process applications/estimates for payments to the contractor; 3. Conduct the pre-final and final acceptance inspections with the Engineer; and, 4. Review monthly estimates and submit to the City Construction Administration Department for payment. Additional Services a. Survey Topographic Services: Provide detailed topographic survey at each new curb ramp location. Survey data will include all existing above ground appurtenances such as existing curb and gutter, power poles, traffic signal foundations, traffic signal controller boxes, fire hydrants, curb inlets, signs, etc. which may affect the design and construction of EXHIBIT "A-1" Pa e3of4 H:\HOME\VelmaP\GEN\STREET\6462 ADA IMPS BOND ISSUE 2008\GOLDSTON ENGINEERING E09050\3 EXHIBIT A-1 TASK LIST.docx the proposed ADA improvements. ii. Establish cross slope and profile of each existing sidewalk 20 ft. beyond the end of the existing curb and gutter radius return. b. Survey ROW Services: i. Establish the location of the ROW at each new curb ramp location to determine if there is adequate ROW to accommodate the required ADA improvements. Locations requiring ROW surveys will be determined on a case-by-case basis after completion of the topographic surveys; ii. Prepare parcel plats of property required for any necessary ROW acquisitions (an allowance for up to 12 acquisitions will be included in the contract. Of these, 6 are estimated to be full acquisitions with monumentation and 6 are estimated to be easement acquisitions). c. Permitting: i. 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; Exclusions: The following items are not included in the Scope of Services for this project. The costs for these items will be negotiated separately if required: ii. New sidewalks will not be designed or constructed where none currently exist; iii. Sidewalks will not be replaced beyond 10 feet of the end of the new curb ramps or the length required to transition from the new curb ramp to the existing sidewalk, whichever is less; iv. The relocation of signage or traffic lights is not included; v. New landscaping is not included; vi. Cross slope of adjacent roadway will not be considered; vii. Relocation of fire hydrants, traffic boxes, storm drain inlets, or traffic junction boxes are not included. EXHIBIT "A-1" Pa e4of4 H:\HOME\VelmaP\GEN\STREET\6462 ADA IMPS BOND ISSUE 2008\GOLDSTON ENGINEERING E09050\3 EXHIBIT A-1 TASK LIST.docx 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 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. ~~ ~~ ~st in-tn~-a~aunt Pf ~ I l ~ h Q ~ Gi E ce~Grage - ,~e~s r s ~l('ll I A~C\ ~~ihinh is oc+im•++or+ +n ho + ho v'+I~ io '++ nmm~lo +inn of +ho ,.,~., ~}~,,..,, ,,..,,++ s bdttttQGY 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 "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 '__.\ SUPPLIER NUMBER TO BE ASSIGNED BYZ`I1 ~ _- = PURCHASING DIVISION Ci..ry o 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 City 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: Goldston Engineering, A CHZM Hill Company P. O. BOX: STREET ADDRESS: 210 S. Carancahua, Suite 200 CITY: Corpus Christi ZIP: 78401 FIRM IS: 1. Co oration X 2. Partnershi 3. Sole Owner ^ 4. Association ^ 5. Other P ^ 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 Chrlsti 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" Pa e 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: Sidney A. Faas, P. E. Title: Vice President (Type or Print) Signature of Certifying ~ Date: ~ ~~ ~ 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. c. "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 as non-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" Pa e2of2 ~ O O ~ ~ N ` ~ ti ~ O ~+ 4: N ~ 'a C . G1 Q N N ~ Q ~ ~+ ~~~ a O U m ca .v O O H ~ C N ~ ~ V O ._ '~ O d O a - c ~ O ~ Q = W v Q Z ~ L V O N F- O V ~ Gd r ~ N O O O Q Z ~. ? v Z W ~ H•~ v ~O p > "a ~ J ~ a ~ ~ Q a - r O e U Z .O E a i C O U 0 \ O O r 0 \ O to 0 \ O 0 \ O 0 \ O M 0 \ l.f) N 0 \ O 0 \ O 0 \ O 0 \ O 0 \ O 0 \ ~- ~ 0 \ O M 0 \ r ~- 0 \ M N °o o ~ °o ~n ~ ° ° °o ~n N °o ~ ° ° p Im- Q Im- Q H °o ~ °o ~ N o ~ °o o M ~{} Ef} bF} d9 O O O tOC') O O O ~ O ~ O O Q m I- Q m H Q m H O ~ O t~ O O ~ Ef3 b~} ~ ~? o~ o °o 0 o Lo f` ~ 00 Lf') ~ 0 o p m H p m H p CO F- °o ~ ~} ~ ti c~ oo lf') ~°n N O O O r Ef} O O O M O O f~ O O O M O O N 00 t~9 O O O N EA O N r r I~ N t0 r Q m ~ Q m ~ Q m ~ 1~ d' 1~ ~ EA O ~ N 00 d} 1~ ~' 1~ '~ t~ O 01 N rER O ~ O O N O O r O N ~ O E~ O 1` ~ T Q m ~ Q m F- Q m ~ I` CNO r O N r I` ~ r ti 0~O N ~ ~ ~ ~ 0 ~ 0 oo r 0 0 0 °o r ~ 0 ~ 0 ~ ~ o p m ~--' p m ~ p m ~--' o ~ r ~ 0 °o r ~ 0 ~ 0 N ~ 0 o r- K? 0 o N 0 ° 0 ° N 0 o CO bg 0 o N f}} 0 o p ~ p m p ~ o o N 69 0 0 CO d4 0 0 N 0 0 d0 H? U N U N _ U U ~ N ~ d L N ~ U . V . ~.. U ~ ~ L L ~ N ~ m N d ~ ~ ~ ca V , ~ ~ a j O m a Q m U cn a~ U_ U N O N C O ~ ~ U ~ d ~ N ca ~ ~ N ~ ~ a ~ ~ ~ Q O C ~ Q O fA ~ 0 ~ ~ j ~ ~ ~ p ~ a ~ L ~. ~ ,~ a ~ E ~ ~ . Q a ~ = a o ~ n n m a ~ EXHIBIT "D" Pa e1 of1