Loading...
HomeMy WebLinkAboutC2010-022 - 2/9/2010 - 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 Stridde. Callins, & Associates, Inc., a Texas corporation, (Architect/Engineer-A/E), hereby agree as follows: 1. SCOPE OF PROJECT - Rehabilitation of City /County Health Department (Project No. 5250) The City/County Health Department building is approximately thirty-four (34) years old. The exterior sealing has deteriorated, thus allowing air and moisture to enter the building. The air handling units and the controls system are approximately 34 years old as well and have diminished in performance over the years and the controls are antiquated. These issues appear to be the source of most of the HVAC maintenance issues. This project proposes to seal the building envelope (including the remediation of roofing deficiencies) and seal windows, frames, exterior walls, and doors. Also included are minor aesthetic improvements in the Lobby (Main Entrance) as well as the refurbishing of the existing airside equipment. This includes replacement of the existing pneumatic controls with a new facility temperature control system. The control interface is accessible by the Owner via a web browser. 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform professional 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, and current project status based upon contractor submitted construction schedule 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 requi~nrriting by the A/E and 2010-022 Large A/E Contract M2010-027 ,JAS ~'~ 2(jjQ Page 1 of 3 02/09/10 ab of City County Health Dept FacilitylLarge AE contract.doc Stridde, Callins & Assoc. CONTRACT MANAGERS ~~ IND~XFD written authorization is provided by the Director of Engineering Services. The anticipated schedule of the preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit "A". This schedule is not to be inclusive of all additional time that may be required for review by the City staff and may be amended by or with the concurrence of the Director of Engineering Services. The Director of Engineering Services may direct the A/E to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to this contract. A/E shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. 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 of $74,067.00 (Seventy-Four Thousand Sixty-Seven Dollars and Zero Centsl. 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 (7) 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. Large AIE Contract Page 2 of 3 H:\HOME1Rachelle\GEN1Health Dept\5250-Rehab of City County Health Dept FacilitylLarge AE contract.doc The City wilt 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 as Exhibit "C". CITY OF COR S CHR TI Juan Per es Jr., P.E. Date Assistant City Manager RECOM ENDED /~~a Pete Anaya, P.E. Date Director of Engineering Services ATTEST Armando Chapa, City cretary STRIDDE, CALLINS & ASSOC., INC. Scott Stridde, P.E. Date President 342 S. Navigation Blvd. Corpus Christi, TX 78405 (361) 883-9199 Office (361) 883-9177 Fax d~Q~... ~,,,,,r,.. AUTNORICtu ~ coar~ct~.. D~ SECRETARY ~° APPROVED AS O FORM ~ . l~ City Attorney Date Project No. 5250 CIP # PH 08 Fund Source No. 550950-3371-00000-140311 Encumbrance No. H:\HOME\RachellelGEN\Health Dept\5250-Rehab of City County Health Dept Facility\Large AE contrad.doc Large AIE Contract Page 3 of 3 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS 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. Preliminary Phase. The Architect/Engineer-A/E will: It is the intent of the Preliminary Phase to provide a report of the project scope, and upon approval, proceed in a Design Memorandum or Engineering Letter Report which includes preliminary designs, drawings, and written description of the project. This report shall include: a. Confer with the City staff at the start of this phase regarding the design parameters of the Project. The Engineer will participate in a minimum of three (3) formal meeting(s) with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven (7) working days of the meeting. The A/E will discuss the project with the City /County Health department and the Engineering Department including the appropriate code enforcement authorities having jurisdiction in effort to determine associated facility functions. b. Submit one (1) copy in an approved electronic format, and one (1) paper copy of the Design Memorandum (or Engineering Letter Report), with executive summary, opinion of probable construction costs and review with City staff to produce an acceptable format. Design Memorandum will include the following (with CONSTRUCTABILITY being a major element in all the following items): 1) Review the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution of the Project. The A/E will meet with City staff to collect data, discuss materials and methods of construction, and identify design and construction requirements. 2) Review and investigation of available records, archives, and pertinent data related to the Project including taking photographs of the Project site, list of potential problems and possible conflicts, intent of design, and improvements required, and conformance to relevant Master Plan(s). 3) Identify results of site field investigation including site findings, existing conditions, and probable Project design solutions (which are common to municipalities). 4) Provide a presentation of pertinent factors, sketches, designs, cross- sections, and parameters which will or may impact the design, including engineering design basis, preliminary layout sketches, identification of needed additional services, preliminary details of construction of critical elements, identification of needed permits, identification of specifications to be used, identification of quality and quantity of materials of construction, and other factors required for a professional design ~CONSTRUCTABILITY). 5) Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project. EXHIBIT "A" Pa e 1 of 8 H:WOMEU2achellelGENlHealth Dept\5250-Rehab of City County Health Dept FacilitylExhibit A.doc 6) Confer, discuss, and meet with City operating department(s) and Engineering Services staff to produce a cohesive, well-defined proposed scope of design, probable cost estimates and design alternatives. 7) Provide a letter stating that the A/E and Sub-consultant Engineers have checked and reviewed the design memorandum prior to submission. 8) Provide an analysis on project impacts towards "re-engineering" and effects on cost savings toward City operations, which this project will affect. City staff will provide one set only of the following information (as applicable): a. Record drawings, record information of existing facilities, and utilities (as available from City Engineering files). b. The preliminary budget, specifying the funds available for construction. c. Aerial photography for the Project area. d. A copy of existing studies and plans. (As available from City Engineering files.) e. Provide applicable Master Plans. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the A/E will: a. Study, verify, and implement Engineering Letter Report recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff. b. Prepare one (1) set of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, notice to bidders, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one (1) bid, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. c. Prepare final quantities and estimates of probable costs with the recommended construction schedule. The construction schedule will provide a phased approach to track progress and payments. d. Furnish one (1) copy of the interim plans (plans only-identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Required with the interim plans is a "Plan Executive Summary" which will identify and summarize the project by distinguishing key elements such as: • Justification of selections • Constructability, etc. • Specific requirements of the City • Standard specifications • Non-standard specifications • Any unique requirements • Cost, alternatives, etc. e. Assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. f. (If required) Provide 1 copy of pre-final plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. Compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non-responding participants. EXHIBIT "A" Pa e2of8 H:\HOME\Rachelle\GENUiealth DeptW250-Rehab of City County Health Dept Facility\Exhibit A.doc g. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the interim, pre-final (if required), 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. h. 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. j. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. k. Ordinance No. 19663 establishes the Municipal PublicArts Program requiring works of art to be included in certain city vertical construction projects. If it is determined this project is subject to Municipal Public Art Program, the architect/engineer will cooperate during the design process to fulfill the requirements of the ordinance. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. b. Provide the budget for the Project specifying the funds available for the construction contract. c. Provide the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. 3. Bid Phase. The 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 priorto 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 all documents and addenda to be distributed to prospective bidders. EXHIBIT "A" Pa e3of8 H:WOME\Rachalle\GEN1Health Depfl5250-Rehab of City County Health Dept Facility\Exhibit A.doc 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 to the general interest of the City under the contract. e. Make regular visits to the site of the Project to confer with the City project inspector and contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. f. Prepare change orders as authorized by the City (coordinate with the City's construction division); provide interpretations and clarifications of the plans and specifications for the contractor and authorize minor changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. g. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. h. As applicable, review and assure compliance with plans and specifications, the preparation of operating and maintenance manuals (by the Contractor) for all equipment installed on this Project. These manuals will be in a "multimedia format" suitable for viewing with Microsoft's Internet Explorer, version 3.0. As a minimum the Introduction, Table of Contents, and Index will be in HTML (HyperText Markup Language) format, with HyperText links to the other parts of the manual. The remainder of the manual can be scanned images or a mixture of scanned images and text. Use the common formats for scanned images - GIF, TIFF, JPEG, etc. Confirm before delivery of the manuals that all scanned image formats are compatible with the image-viewing software available on the City's computer - Imaging for Win95 (Wang) and Microsoft Imaging Composer. Deliver the manuals on a CD-ROM, not on floppy disks. i. Review construction "red-line" 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. Prepare applications/estimates for payments to contractor. EXHIBIT "A" Pa e4of8 H:\HDME\Rache11e1GEMHealth Dept15250-Rehab of City County Health Dept FacilitylExhibit A.doc b. Conduct the final acceptance inspection with the Engineer. B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that may be included as part of this contract, but the A/E will not begin work on this section without specific written approval by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The A/E will, with written authorization by the Director of Engineering Services, do the following: 1. Permitting Furnish the City all engineering data and documentation necessary for all required permits. The A/E will prepare this documentation for all required signatures. The A/E will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. Texas Department of Licensing and Regulation (TDLR). 2. ROW Acquisition Survev (Not Applicable) 3. Topographic Survev (Not Applicable) 4. Environmental Issues (Not Applicable) 5. Construction Observation Services 1. 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 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 of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. 5. Shop Drawings and Samples: EXHIBIT "A" Pa e5of8 H:\HOME1Rachelle\GEN1Health Dept\5250-Rehab of City County Health Dept Facility\Exhibit A.doc A. Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. B. Record date of receipt of Samples and approved Shop Drawings. C. Advise Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which PR believes that the submittal has not been approved. 6. Review of Work and Rejection of Defective Work: A. Conduct on-Site observations of Contractor's work in progress to assist A/E in determining if the Work is in general proceeding in accordance with the Contract Documents. B. Report whenever PR believes that any part of Contractor's work in progress will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise City and A/E of that part of work in progress that PR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. C. Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. 7. Records: A. Maintain orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, A/E's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. B. Prepare a daily report utilizing approved City format, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, 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. 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. Start-up Services Provide on-site services and verification for all start-up procedures during actual start up of major Project components, systems, and related appurtenances if needed and required. EXHIBIT "A" Pa e6of8 H:\HOME1Rachelle\GEN\Health Dept\5250-Rehab of City County Health Dept Facility\Exhibit A.doc 7. Warranty Phase Provide a maintenance guaranty inspection toward the end of the one- yearperiod after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. 8. Provide SCADA Documentation (Not Applicable) 9. Provide the services above authorized in addition to those items shown on Exhibit "A-1" Task List. 2. SCHEDULE DAY DATE ACTIVITY Monday February 22, 2010 Begin Preliminary Phase Friday March 12, 2010 Begin Design Phase Friday April 23, 2010 Interim Submittal Thursday May 6, 2010 City Review Thursday June 3, 2010 Pre-Final Submittal Thursday June 17, 2010 City Review Thursday July 8, 2010 Final Submittal Monday July 19 & 26, 2010 Advertise for Bids Wednesday July 28, 2010 Pre-Bid Conference Wednesday August 4, 2010 Receive Bids Tuesday August 17, 2010 Council Award Tuesday August 30, 2010 Begin Construction Weekday December 2010 Construction Completion 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 for all expenses incurred in performing these services. The fee for this project is subject to the availability of funds. The Engineer may be directed to suspend work pending receipt and appropriation of funds. For services provided in Section I.A.1-4, A/E will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon A/E's estimate (and City Concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in Section I.A.4, the statement will be based upon the percent of completion of the construction contract. City will make prompt monthly payments inresponse 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:IHOME\RachellelGENlHealth DeptW250-Rehab of City County Health Dept FacilitylExhibit A.doc Summary of Fees: Fee for Basic Services 1. Preliminary Phase $10,500.00 2. Design Phase 43,800.00 3. Bid Phase 3,650.00 4. Construction Phase 1,500.00 Subtotal Basic Services Fees 59,450.00 Fee for Additional Services (Allowance) 1. TDLR Review (ADA Compliance) 1,067.00 2. ROW Acquisition Survey N/A 3. Topographic Survey N/A 4. Environmentallssues N/A 5. Construction Observation Services 9,950.00 6. Start-up Services 1,800.00 7. Warranty Phase 1,800.00 8. Provide SCADA Documentation N/A Sub-Total Additional Services Fees Authorized 14,617.00 Total Authorized Fee $74,067.00 The estimated cost of construction for Rehabilitation Facility is $637,500. The basic services fee proposal the percentage of basic engineering services cost t H:IHOME1Rachelle\GEN\Health DeptW~'250-Rehab of City County Health Dept FacilitylExhibit A.doc of the City/County Health Department for this project is $59,450. Therefore, o construction cost is 9.3%. EXHIBIT "A" Pa e8of8 EXHIBIT "A-1" TASK LIST REHABILITATION OF CITY /COUNTY HEALTH DEPARTMENT (Project No. 5250) 1) Review of existing construction drawings in effort to coordinate design work with existing conditions. 2) PerForm survey of the existing facilities during design in effort to coordinate design work with existing conditions. 3) Produce CAD generated base floor plans. Such floor plans will be based upon existing floor plans furnished by the City of Corpus Christi and based upon field measurements and/or field observations. The level of detail and border extent of such base floor plans will be limited to information which is required to prepare drawings for this project. 4) Interview of City /County Health Department personnel in effort to determine existing conditions associated with the project and to determine associated facility functions. 5) Interview of personnel with appropriate code enforcement authorities having jurisdiction in effort to determine code interpretation and associated requirements. 6) Prepare and submit technical documents, drawings and specifications in accordance with the following phases: a. Preliminary Phase Documents. b. 50% Complete Drawings. c. 90% Complete Drawings. d. Final sealed Drawings and Specifications. 7) Prepare and submit opinion of probable construction cost upon completion of Phases 6.a. through 6.d. 8) Edit front-end portions of specifications furnished by the City of Corpus Christi indicating general and supplementary conditions and contractual requirements of the construction contract. 9) Attend meetings to report status to the City of Corpus Christi administrative body. 10) Attend pre-proposal conference to be attended by prospective contractors. 11) Attend bid/proposal opening and participate in evaluation of construction proposals. EXHIBIT "A-1" Pa e 1 of 4 H:IHOME1RachellelGENlHealth Dept15250-Rehab of City County Health Dept FacilitylExhibit A-t.doc 12) Attend meeting to participate in recommendation to award construction contract. 13) Attend pre-construction conference. 14) Review general construction, mechanical and electrical data submitted by the contractor indicating materials and equipment proposed for installation. Submit report subsequent to review of such documents. 15) Attend monthly construction coordination meetings. 16) Review of requests for payment submitted by the contractor in effort to ascertain whether such requests are reasonable and due. Authorization of submitted pay requests when appropriate. 17) Perform interim and final jobsite reviews of work performed by the contractor in effort to ensure that work performed by the contractor is in compliance with the contract documents. During such reviews we will assert every reasonable effort to enforce the contract document requirements and protect the related interests of the City of Corpus Christi. We will not perform continuous or exhaustive reviews of construction beyond that which is typical to industry standards. Nor will we guaranty the performance of the contractor. 18) Communicate with the contractor during construction as required to answer questions which may arise with regard to the Drawings and Specifications. Such communication will be handled via telephone or fax whenever possible. In cases where such communication cannot be conducted by telephone or fax, jobsite meetings will be attended by personnel of this office. 19) Authorize award of substantial completion. 20) Provide CAD drafting of as-built mark-ups submitted by the Contractor. 21) Review and submit report in response to technical close-out documents submitted by the contractor. The Engineer shall perform the above Services by considering the essential project parameters including the following: Sealing of Building Envelope • Exterior wall joints, where applicable, shall be resealed with new backer rod material and urethane sealants for entire building. • All window wall systems and exterior door frames shall be resealed with EXHIBIT "A-1" Pa e2of4 H:IHOME1RachellelGENlHealth Dept15250-Rehab of City County Health Dept FacilitylExhibit A-1.doc backer rods and urethane sealants. • The entire Main Roof, Second Floor Roof areas, and Low Canopy roofs shall be re-roofed with an overlay system of rigid tapered insulation board and a modified bitumen roofing material, complete with parapet wall membrane flashings. Tapered insulation board shall be utilized for positive slopes to existing roof area drains. All parapet wall metal copings shall remain in place as is. Lobby Aesthetics Architectural: • The Main Entrance to the Facility shall be modified to create an Entry Foyer (air lock) comprised of aluminum entrance storefront frame system and glass materials. • Installation of new hard the flooring in Lobby area over prepared concrete floor (vinyl asbestos tiles to be abated and concrete prepped by other contract). • New 18"x18" ceramic floor the with rubber base shall be installed throughout the Lobby. • New freestanding metal stud /drywall walls shall be constructed with the Lobby for better organization and utilization of the Lobby for public use. These improvements will include a new Information Desk Center, computer data center, vending machine area, and new seating in waiting areas. • The new Information Desk Center walls shall be drywall and glass enclosure with work counters and cabinets. • New 2'x2' suspended acoustical ceiling system shall be installed within the Lobby area with new lighting, power, and data. • All new and existing walls and furrdowns shall be repainted. Electrical: • Provide new lay-in decorative volumetric lighting troffers in new ceiling. • Provide new wiring devices and coverplates to replace existing. • Provide new wiring devices and coverplates for new partitions and millwork / casework. EXHIBIT "A-1" Pa e3of4 H:IHOME1Rachelle\GEN\Health Depfl5250-Rehab of City County Health Dept FacilitylExhibit A-t.doc HVAC: • Provide new supply and return air devices. HVAC Refurbishing: • Replace existing air handling units and control systems in place (to include only minimal modifications to ductwork). • Replace pneumatic controls with DDC control system. • Install facility temperature control system with a control interface accessible by the Owner via a web browser. EXHIBIT "A-1" Pa e4of4 H:IHOME1Rachelle\GEN\Health Dept15250•Rehab of City County Health Dept FacilitylExhibit A-1.doc EXHIBIT B MANDATORY INSURANCE REQUIRMENTS (Revised July 2009) CONSULTANT LIABILITY INSURANCE A. The Consultant shall not commence work under this Agreement until he/she has obtained all insurance required herein and such insurance has been approved by the City. Nor shall the Consultant allow any subconsultant to commence work until all similar insurance required of the subconsultant has been so obtained. B. The Consultant shall furnish two (2) copies of certificates, with the City named as an additional insured, showing the following minimum coverage in an insurance company acceptable to the City. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on all Bodily Injury and Property Damage certificates Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises -Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractuallnsurance 7. Broad Form Property Damage 8. Independent Consultants 9. Personallnjury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WORKERS' COMPENSATION WHICH COMPLIES WITH THE TEXAS WORKERS= COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include [ ] REQUIRED long-tern environmental impact for the disposal of [X] NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements [ ]REQUIRED [X] NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements [ ] REQUIRED [X] NOT REQUIRED C. In the event of accidents of any kind, the Consultant shall furnish the City with copies of all reports of such accidents at the same time that the reports are forwarded to any other interest parties. EXHIBIT "B" Insurance Requirements Pa e 1 of 2 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 of authority to self-insure its workers' compensation coverage, as well as a letter, signed by the Consultant, stating that the certificate of authority to self-insure remains in effect and is not the subject of any revocation proceeding then pending before the Texas Workers' Compensation Commission. Further, if at any time before final acceptance of the Work by the City, such certificate of authority to self-insure is revoked or is made the subject of any proceeding which could result in revocation of the certificate, then the Consultant shall immediately provide written notice of such facts to the City, by certified mail, return receipt requested directed to: City of Corpus Christi, Department of Engineering Services, P. O. Box 9277, Corpus Christi, Texas 78469 -Attention: Contract Administrator. Whether workers' compensation insurance coverage is provided through a licensed insurance company or through self-insurance, the coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Consultant will be promptly met. III. On the certificate of insurance: • The City of Corpus Christi is to be named as an additional insured on the liability coverage, except for workers' compensation coverage. • Should your insurance company elect to use the standard ACORD form, the cancellation clause (bottom right) shall be amended by adding the wording "changed or" between "be" and "cancelled" and deleting the words "endeavor to" and the wording after "left". If the cancellation clause is not amended in the ACORD form, then endorsements shall be submitted. • The name of the project also needs to be listed under "description of operations". • At least 10-day written notice of change or cancellation will be required. IV. A completed Disclosure of Interest must be submitted with your proposal. EXHIBIT "B" Insurance Requirements Pa e2of2 ~~ SUPPLIER NUMBER ~,Il,~ TO BE ASSIGNED BYZ'ITY- C PURCHASING DIVISION ~~:+ 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 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: Stridde, Callins & Associates, Inc. P. O. BOX: STREET ADDRESS: 342 S. Navigation Blvd. Corpus Christi, CITY: TX ZIP: 78405-3615 FIRM IS: 1. Corporation X 2. Partnership ^ 3. Sole Owner ^ 4. Association ^ 5. Other DISCLpSURE QUESTIONS If additional space is necessary, please use the reverse side of this pa a or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi havin~ 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 m general or a substantial segment thereof, you shall disclose that fact in a si ed writing to the City official employee or body that has been requested to act in the matte ,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: Scott Stridde, P.E. Title: President (Type or Print) Signature of Certifying Date: - //2~/~~ 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. f. "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 e 2 of 2 W Q Z H ~ V N W O C C 0 a?Z~ d. H ~. ~ > as=~ V ~.+ ~ d a v ~ °' c a` o F- ~ C N ~ 7 v O .' '' L C a - ~ ~ O ' ~ > a~ V L F- p V N O Z '~ Q r O Z '~ Q V L r C O V 0 \ O O 0 \ O to 0 \ O 0 \ O 0 \ O M 0 \ to N 0 \ 0 0 \ 0 0 \ 0 0 \ 0 0 \ 0 0 \ ~ 0 \ O M 0 \ E r- 0 \ M N 0 0 0 0 0 0 0 p p p o 0 0 0 ° o ° m ° ° O ` " ~ ~ H H ~ ~ n ~ o - ' - ~ ~ r N N M Efl b4 Ef3 0 0 ~ O O Q Q Q ~ O O ~ ~ ~ H H H r r ~- r ff} 69 H9 Ef3 o o o o o o p p p o ° o ° c~ o o o m o . n o n ~ 6 ~ N ~ 3 ~ ~ ~ ~ r ~ 0 0 ~ 0 ~ O N N m d' ~! d' d7 O O I~ to N O r ~p m m n N ti O F„ ~ ~ ' r M M 00 N r r ~ C0 d N EA EA Eft ER El> r O O ~ ~' N ~ N O N ~ m m m C O N ~ 0 0 ~- r r r r r N ~ ~ ~ ~ O O O lfl O O Ef3 N m m m N O N N O O ~- ~ O r ~- ~ ~ ~ 69 ~} ~} ffl O O O 0 0 0 Q Q Q O O O O O O ~ ~ O O O O O ~ ~ ~ O ~- N N CO N N CO (V OD EA to ~} Efl Ef? E{} U a~ N Z ~ d V .C 0. ~ ~ U '~ O ~ ~ . a, a ~, o m ~ a` ~ m U ~ N U ~ N ~ ~ LaL ~ ~ l U ~ to N O ~ LL I (n d N f6 ~'= y_ ~ ~ tl! ~ rn a' ~ ~ `~ Q ~ Z `~ +_ ~ ~ ~ ~ ~ ~ Q O ~ ~ ~ ( r L L (6 Q ~ . ~ x (~ QV Q U ~ ~ _V •~ _ ~ iJ Q a ~ S aO c n c~n c~n m Q E°- u~ = •- v w ° ,~ o U F O N ~m~~ N ~ X co ~ ~w a a w a w ~ ~ ~ ~ ~ g Z_ W W _Z Z W 0 F U Z 0 U