Loading...
HomeMy WebLinkAboutC2011-123 - 4/19/2011 - Approvedr, CITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES� The City of Corpus Christi, a Texas home rule municipal corporatioP O. B x 9277, Corpus Christi, Nueces County, Texas 78469 -9277 (City) acting th du authorized City Manager or Designee (Director of Engineering Services) an va olk orno LLC a Texas corporation, 6262 Weber Road, Suite 310, Corpus Chribti, I aunty, Texas 78413 -4031, (Architect/Engineer — AIE), hereby agree as follows: 1. SCOPE OF PROJECT (Fire Station No. 5 Relocation — Project No. 5245) The current station is undersized and beyond the serviceable life for the structure and mechanical systems. The November 2008 Bond Election provided for a new fire station to be constructed and all existing personnel and equipment to be relocated. The new station will be located on property at Miller High School and provide a separate multiple use facility of approximately 800 -sf in size including restrooms for the City and District to use. The proposed facility will be approximately 6,500 -sf and include parking for fire personnel. The project will include required demolition, clearance, environmental coordination, basic design, bid and construction phase services necessary to produce the specifications, plans, bid , and contract documents necessary to demolish existing buildings and structures, and to construct a new Fire Station No. 5 and separate multiple use facility. The A/E will provide additional services as authorized required for the project, and have issued the required certifications and a certificate of occupancy. 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 -V', 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 2011 -123 M2011 -094 Contract for Engineering (A/E) Services 04/19/11 Page 4 of 3 Solka Nava Torno INDEXED 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 AIE 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. AIE shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. INDEMNITY AND INSURANCE AIE 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 $211,810.00, (Two Hundred Eleven Thousand Eight Hundred Ten and nolxx dollars (in words). 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 AIE at the address of record. In this event, the AIE will be compensated for its services on all stages authorized based upon AIE 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 AIE 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 AIE staff. If the AIE 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 AIE fee may be assigned in advance of receipt by the AIE without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. Contract for Engineering (AIE) Services Page 2 of 3 9. OWNERSHIP OF DOCUMENTS All documents including contract documents (plans and specifications), record drawings, contractor's field data, and submittal data will be the sole property of the City, may not be used again by the A/E without the express written consent of the Director of Engineering Services. However, the AIE 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 AIE 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 COR S CHRISTI By V' 102W 1 Johnn Perales, P.E. Date Assistant City Manager RECOMMEN D By Pete Anaya, P. E., Date Director of Engineering Services ATTEST ii By l Armando Chapa, COJSecretary NEw-E - B R _ onsultant ate 6262 Weber Road, Suite 310 Corpus Christi, TX 78413 -4031 (361) 854 -1471 Office (361) 854.1470 Fax 2 9 0 . 1 - AIJTHORIZM 4 7 SECRETARYAb APPROVED AS TO FORM B q- 7 -7.okI Ci y Attorn Date / Z1 C 5'a X15 - 14 6 C , Contract for Engineering (A/E) Services Page 3 of 3 EXHIBIT "A" CITY OF CORPUS CHRISTI, TEXAS Fire Station No. 5 BOND ISSUE 2008 (Project No. 5245) 1. SCOPE OF SERVICES A. Basic Services. 1. Preliminary Phase. The Architect/Engineer -A/E will: It is the intent of the Preliminary Phase to provide a study and report of project scope with economic and technical evaluation of alternatives, and upon approval, proceed with an Engineering Letter Report which includes preliminary designs, drawings, and written description of the project. This report shall include: a. Provide scope of soil investigations, borings, and laboratory testing and make recommendations to the City. Coordinate all required services with the Geotech Lab. (The City Engineering Services Department will provide necessary soil investigation and testing under one or more separate contracts.) b. 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 one (1) formal meeting 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 operating department (Water, Wastewater, Gas, Storm Water, Streets, etc.) and other agencies, including but not limited to the Texas Department of Transportation (TxDOT) and Texas Commission on Environmental Quality (TCEQ) as required to satisfactorily complete the Project. c, Submit one (1) copy in an approved electronic format, and one (1) paper copy of the Draft Engineering Letter Report of identified feasible alternatives, and review with City staff to produce an acceptable format. The Draft Engineering Letter Report 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, potential right of way /easements to be acquired, and probable Project design solutions (which are common to municipalities), in accordance with S.U.E. (Subsurface Utility Exploration) standards (CI /ASCE 38 -02). Subsurface investigation will be paid as an additional service. H: S hare d/ Kevi ns7Gen7Fire /Sta5 /AEContractExhA EXHIBIT "A" Pagel of 10 �1 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) Advise of environmental site evaluations and archeology reports that are needed for the Project (environmental issues and archeological services to be an Additional Service). 6) Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project including permitting, environmental, historical, construction, and geotechnical issues; meet and coordinate with agencies such as RTA, CDBG, USPS, CCISD, community groups, TDLR, etc. 7) 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. 8) Provide a letter stating that the AIE and Sub- consultant Engineers have checked and reviewed the Draft Engineering Letter Report prior to submission. d. Assimilate all review comments of the Draft Engineering Letter Report (if any) and provide one (1) set of the Final Engineering Letter Report (electronic and hard copies using City Standards as applicable) suitable for reproduction. Said Final Engineering Letter Report henceforth becomes the sole property and ownership of the City of Corpus Christi. City staff will provide one set only of the following information (as applicable): a. Record drawings, record information of existing facilities, and utilities (as available from City Engineering files). b. The preliminary budget, specifying the funds available for construction. c. Aerial photography for the Project area. d. Through separate contract, related GIS mapping for existing facilities. e. A copy of existing studies and plans. (as available from City Engineering files). f. Field location of existing city utilities (AIE to coordinate with City Operating Dept.). g. Provide applicable Master Plans. h. Provide bench marks and coordinates. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the AIE 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 the construction bid and contract documents (electronic and full -size hard copies using City Standards as applicable), including contract agreement forms, general conditions and supplemental conditions, notice to bidders, instruction to bidders, insurance, bond H: S h e re d /Ke vi n s/G erVFi relS t a5IA E C on tra ct Ex hA EXHIBIT "A" Page 2 of 10 R R e 0 (11 requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one 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. Provide assistance to identify testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under additional services). 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. Furnish one (1) set of the interim plans (60% submittal - electronic and full -size hard copies using City Standards as applicable) to the City staff for review and approval purposes with estimates of probable construction costs. Show existing elevations resulting from topographic survey. Show locations of utility lines, structures and their respective elevations resulting from the S.U.E. Use the City's numbering system for utility manholes. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. Required with the interim plans is a " Plan Executive Summary which will identify and summarize the project by distinguishing key elements such as: • Pipe Size or Building Size • Pipe Material, etc. • Why one material is selected over another • Pluses of selections ROW requirements and why • Permit requirements and why • Easement requirements and why • Embedment type and why • Constructability, etc. + Specific requirements of the City • Standard specifications • Non- standard specifications • Any unique requirements • Cost, alternatives, etc. • Owner permit requirements and status Assimilate all review comments, modifications, additions /deletions and proceed to next phase, upon Notice to Proceed. Provide one (1) set of the pre -final plans and bid documents (90% submittal - electronic and full -size hard copies using City Standards as applicable) 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. 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: Sh ared /Kevi ne /G a n7Fi retSta51AE C ontra ct ExhA EXHI 7of " I A" Page 0 i. If required, provide traffic controls including a Traffic Control Plan, illumination, markings and striping, signalization, and as delineated by the City Traffic Engineering Department. j. Upon approval by the Director of Engineering Services, provide one (1) set of the final plans and contract documents (electronic and full -size hard copies using City Standards as applicable) suitable for reproduction. Said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. k. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re -use of modified plans. m. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. n. Provide a Storm Water Pollution Prevention Plan, if required. 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 prior to bidding. d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the AIE'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. 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 AIE) 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. H: Sharedl Kevins /GenlFire /Sta5lAEContractExhA EXHIBIT "A" Page 4 of 10 4. Construction Phase. The AIE 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 within two (2) months of final acceptance of the project. 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. b. Conduct the final acceptance inspection with the Engineer. H: 8 hared/ Kovhs /GenlFirelSta51AEConlractExhA EXHIBIT `°A" Page 5 of 10 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 AIE 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. Permit Preparation. 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 } b. City of Corpus Christi Building Permit 2. Topographic Survey and Parcel Descriptions. A/E will provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required for the aerial mapping of the Project area - aerial photography to be provided by City). Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the project area. A/E will submit individual parcel descriptions and survey plats to the City along with all title reports obtained in Section 2. A strip map showing all parcels required will be submitted along with parcel descriptions. The A/E will field mark and delineate all new right -of- way lines upon request of the City's Land Acquisition Division. 3. Environmental Issues. Identify and develop a scope of work for any testing, handling and disposal of hazardous materials and/or contaminated soils that may be discovered during construction. 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 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 AIE 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. K Sharedl KevinslGenlFire lSla5lAEConlractExhA EXHIBIT "A" Page 6 of 10 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 AIE 4. Interpretation of Contract Documents: Report when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. 5. Shop Drawings and Samples: A. Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. B. Record date of receipt of Samples and approved Shop Drawings. C. Advise Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which PR believes that the submittal has not been approved. 6. Review of Work and Rejection of Defective Work: A. Conduct on -Site observations of Contractor's work in progress to assist AIE 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 AIE 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, AIE'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 weekly 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. H: 5 h aredlKevi nslG en/Fi relSta5lAE Contra clFxhA EXHIBIT "A" Page 7 of 10 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 AIE the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the work, and property damaged by fire or other causes. C. Provide project photo report on CD -ROM at the rate of a minimum of two photographs per site visit, including an adequate amount of photograph documentation of utility conflicts. 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 AIE, 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. 5. Renderings. Provide a maximum of two (2) architectural 3D color renderings for visualization and for promotional use by the City and Library Staff. 6. Public Art Coordination. Provide coordination and design assistance with public art installation. Ensure that there is appropriate allocation of space, supporting structure and integration into building design concept. 7. Coordination Fee: Furniture, Fixtures and Equipment (FF +E), Provide design coordination for integration of user - furnished furniture and equipment not included in scope of construction contract. Provide CAD layout assistance to ensure adequate space and function of furnishings and equipment such as computer desks, work stations, shelving, office equipment, etc. Coordinate color and material selection of FF+E with building design concept. 8. Basic Commissioning 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. 9. Windstorm Certification. Provide on -site services and verification for all building components requiring windstorm certification such as new glazing system and roof replacement. Provide WPI -1 and WPI -2 certificates to Texas Department of Insurance. 10. Warranty Phase. Provide a maintenance guaranty inspection toward the end of the one -year period after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. H: Sharedl Kevins /GerdFirelSta5lAEContractExhA EXHIBIT "A" Page 8 of 14 11. Provide the services above authorized in addition to those items shown on Exhibit "A -1" Task List. DAY DATE ACTIVITY Work Days Wednesday April 13, 2011 Begin Preliminary Phase Wednesday June 8, 2011 Interim (30 %) Submittal 41 Tuesday June 21, 2011 City Review 10 Thursday September 1, 2011 Interim (60 %) Submittal 53 Wednesday September 14, 2011 City Review 10 Thursday November 3, 2011 Pre -Final Submittal 37 Wednesday November 16, 2011 City Review 10 Friday December 2, 2011 Final Submittal (sealed bid documents) 13 Monday December 12, 2011 Advertise for Bids 7 Monday December 19, 2011 Advertise for Bids 6 Thursday January 5, 2012 Pre -Bid Conference 14 Wednesday January 11, 2012 Receive Bids 5 Tuesday February 7, 2012 Council Award 20 Monday March 26, 2012 Notice to Proceed 35 Calendar Days Monday April 9, 2012 Construction Commences 14 Monday December 17, 2012 Construction Completion 266 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, AIE will submit monthly statements for basic services rendered. In Section I.A.1 -3, the statement will be based upon AIE's estimate (and City concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in Section I.A.4, the statement will be based upon the percent of completion of the construction contract. City will make prompt monthly payments in response to A/E's monthly statements. B. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services," the City will pay the AIE a not -to- exceed fee as per the table below: H: Sh are dlKevins lGanNrelSta5lAE Contract ExhA EXHIBIT "A" Page 9 of 10 Summary of Fees — Fire Station No. 5 (5245) The estimated cost of construction of the Fire Station No. 5 is $1,761,500. The total basic services fee proposal for this project is $151,369. Therefore, the percentage of design cost to construction cost is 8,59 %. H: Share dl Kevins /Gan/Mro /StaBIAEConlradExhA EXHIBIT Page 10 of 10 TOTAL BASIC SERVICES 1 Preliminary Phase $27,617.00 2 Design Phase 99,546.00 3 Bid Phase 3,110.00 4 Construction Phase 21,096.00 Subtotal Basic Services $151,369.00 ADDITIONAL SERVICES 1 Permit Preparation a. TDLR Review (ADA Compliance) b. City Building Permiting Subtotal Permit Preparation 1,320.00 2,730.00 4,050.00 2 Topographic Survey 6,559.00 3 Environmental Issues 3,000.00 4 Construction Observation Services 29,750.00 5 Renderings (2 maximum) 4,000.00 6 Public Art Design /Coordination 1,340.00 7 Coordination Fee: Furniture, Fixtures & Equipment 2,720.00 8 Basic Commissioning Services 2,000.00 9 Windstorm Certification 4,952.00 10 Warran Phase 2,070.00 Subtotal Additional Services $60,441.00 TOTAL FEE $211,810.00 The estimated cost of construction of the Fire Station No. 5 is $1,761,500. The total basic services fee proposal for this project is $151,369. Therefore, the percentage of design cost to construction cost is 8,59 %. H: Share dl Kevins /Gan/Mro /StaBIAEConlradExhA EXHIBIT Page 10 of 10 EXHIBIT "A -1" TASK LIST Relocation of Fire Station No. 5 (City Project No. 5245, SNT Project No. 0901) 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 drawings as required for project scope. Such drawings will be based upon existing plans furnished by the City of Corpus Christi and CCISD and based upon field measurements and/or field observations. The level of detail and border extent of such drawings will be limited to information which is required to prepare construction documents for this project. 4) Interview of City and CCISD personnel in effort to determine existing conditions associated with the project and to determine associated facility functions, needs and deficiencies. 5) Conference with appropriate code enforcement authorities having jurisdiction in effort to determine code interpretation and associated requirements. 6) Obtain environmental survey and coordinate removal of hazardous materials, if any, with construction document preparation and construction observation. 7) Prepare and submit technical documents, drawings and specifications in accordance with the following phases: a. 30% Complete Drawings (Preliminary Phase Documents). b. 60% Complete Drawings and Specifications. C. Pre -Final Drawings and Specifications (90 %) d. Final sealed Drawings and Specifications. 8) Prepare and submit opinion of probable construction cost upon completion of Phases 6.a. through 6.d. 9) Edit front -end portions of specifications furnished by the City of Corpus Christi including general and supplementary conditions and contractual requirements of the construction contract. 10) Attend meetings to report status to the City of Corpus Christi administrative body. 11) Attend pre- proposal conference to be attended by prospective contractors. 12) Attend bid /proposal opening and participate in evaluation of construction proposals. [ ffX_H1B1T"A-1" Page 1 of 3 H: IHOMEIKEVINS4GENIFIREISTANSkExhihit A -1 Fire Station No. 5,docx 13) Attend meeting to participate in recommendation to award construction contract. 14) Attend pre- construction conference. 15) Review general construction, mechanical and electrical data submitted by the contractor indicating materials and equipment proposed for installation. 16) Attend monthly construction coordination meetings. 17) Review 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. 18) 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. 19) 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, fax or email whenever possible. In cases where such communication cannot be conducted by telephone, fax or email, jobsite meetings will be attended by personnel of this office. 20) Authorize award of substantial completion. 21) Provide CAD drafting of as -built mark -ups submitted by the Contractor. 22) Review and submit report in response to technical close -out documents submitted by the contractor. The Architect shall perform the above Basic and Additional Services as designated in Exhibit "A" by considering the essential project parameters including the following: Bond 2008 Prescribed Improvements The current station is undersized and beyond the serviceable life for the structure and mechanical systems. Relocation to an alternate site in the same vicinity is recommended. This project will include the cost of construction for a new fire station with building equipment and parking. The new station is recommended to be approximately 5,200 square feet and is more cost effective than renovation and expansion of the existing station. H: 4HOMEIKEVINSIGEN %FIRESTA #6%Exhibit A -9 Fire Station No. 6.docx EXHIBIT "A -1" Page 2 of 3 Proiect Specific Tasks I . Attend preliminary meetings with City Engineering, (Corpus Christi Independent School District (CCISD), Del Mar College) and Fire Department to discuss project scope and conceptual design. Discuss possible project location sites and provide the City with well informed recommendations. 2. Incorporate approximately 800 square feet additional space as part of the "Joint Use Facility" agreement with Corpus Christi Independent School District. 3. Research Building Construction Types and Systems for presentation and recommendation to City. Advise the City of potential system failures or advantages. 4. Prepare Contract Documents for demolition of existing building or site conditions as additional services. Assist the City with bidding and through construction of demolition documents. 5. Meet with consultant engineers to coordinate project scope and schedule. Scope and Cost not Included A. Costs of telephone system other than provision of raceway access. B. Costs of computer /data /technology systems other than raceway access. C. Costs of security /intrusion detection system other than raceway access. H; IHOMEIKEVINSIGEN4FIREISTA #S1Exhihit A -1 Fire Station No. S,docx EXHIBIT "A-1 Page 3 of 3 Exhibit B Mandatory Requirements (Revised November, 2005) INDEMNIFICATION AND HOLD HARMLESS 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. SUPPLIER NUMBER , TO BE ASSIGNED BY -­ CITY PURCHASING DIVISION �v 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: IWSJ W" o ZZ, �'-- STREET ADDRESS �/ plc) CITY: �� ZIP: FIRM IS: 1. Corporation e 2. Partnership ❑ 3. Sole Owner ❑ 4. Association 5. Other r z"Wi DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or ore of the ownership in the above named "firm." Name Title 1 � 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 A Committee 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" constituti g 3% or more of the ownership in the above named "firm." Name � . Consultant 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 C' of Corpus Christi, Texas as changes occur. Certifying Person: LrAj & / mod /A Title: (Type or Print) Signature of Certifying / Date: Person: 7Y d 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. Basic Services: Preliminary Phase Design Phase Bid Phase Construction Phase Subtotal Basic Services Additional Services: Permitting Topographic Survey Environmental Issues Construction Observation Renderings Public Art/Design Coord. Coordination Fee - FFE Basic Commissioning Windstorm Certification Warranty Phase Platting Survey Subtotal Additional Services Summary of Fees Basic Services Fees Additional Services Fees FIRE STATION No. 5 RELOCATION Project Noy 5243 Invoice No. 123456 Invoice Date: Total Amount Previous Contract Amd No. 1 Amd No. 2 Contract Invoiced Invoice Sample form for: Payment Request Revised 07/27/00 Total Percent Invoice Comnlete $27,617 $27,617 $0 $1,000 $1,000 4% 99,546 99,546 1,000 500 1,500 2% 3,110 3,110 0 0 0 0% 21,096 21,096 0 0 0 0% $151,369 $0 $0 $151,369 $750 $1,500 $2,500 2% $4,050 $4,050 $500 $0 $500 12% $6,559 $6,559 $3,000 $3,000 $29,750 $29,750 $4,000 $4,000 $1,340 $1,340 $2,720 $2,720 $2,000 $2,000 $4,952 $4,952 2,070 $2,070 0 0 0 0% TBD $0 TBD TBD TBD 0% $60,441 $0 $0 $60,441 $500 $0 $500 1 $151,369 $0 $0 $151,369 $750 $1,500 $2,500 2% 60,441 0 0 60,441 500 0 500 1 Z Exhibit D Page 1 of 2 Sample form for: Payment Request Total of Fees $211,810 $0 $0 $211,810 $1,250 $1,500 $3,0001 Revised Exhibit D Page 2 of 2 '