HomeMy WebLinkAboutC2013-005 - 1/22/2013 - Approvedx
CITY 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 KLEINFELDER a Texas corporation, 5002
Ambassador Row, Corpus Christi, Texas 78416, (Architect/Engineer — AIE), hereby agree as
follows:
SCOPE OF PROJECT (Cefe Valenzuela Landfill PavementlRoadway Life Cycle
Replacement)(Project No. 5232)
Internal Roadways and pavement located at the Cefe Valenzuela Landfill require periodic
replacement due to the life cycle of the roadways and deterioration caused by heavy truck traffic.
Recommended work is necessary to allow continued access to the facility. Additionally, post closure
monitoring and mulching operations require construction of additional internally roadways.
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 11 A -1 ", to complete the
Project. Work will not begin on Additional Services until requested by the AIE (provide breakdown of
costs, schedules), and written authorization is provided by the Director of Engineering Services.
AIE 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 AIE and written authorization is provided
by the Director of Engineering Services. The anticipated schedule of the preliminary phase, design
phase, bid phase, and construction phase is shown on Exhibit "A ". This schedule is not to be
inclusive of all additional time that may be required for review by the City staff and may be amended
by or with the concurrence of the Director of Engineering Services.
The Director of Engineering Services may direct the A/E to undertake additional services or tasks
provided that no increase in fee is required. Services or tasks requiring an increase of fee will be
mutually agreed and evidenced in writing as an amendment to this contract. AIE shall notifythe City
of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee.
2013 -005
1122113
Contract for Engineering (A/E) Services
Page 1 of 3
M2013- 009SOLID WASTE15232 JC ELLIOTTAND CEFE VALENZIJELA LANDFILL PAVEMENTAND ROADWAY LIFE CYCLE
PROFESSIONAL SERVICES. DOC
Kleinfelder
INDEXED
4. INDEMNITY AND INSURANCE
A/E agrees to the mandatory contract indemnification and insurance requirements as set forth in
Exhibit "B ".
5. FEE
The City will pay the A/E a fee, as described in Exhibit " A " , for providing services authorized, a total
fee not to exceed $290,029.00, (Two Hundred Ninety Thousand Twenty Nine Dollars and Zero
Cents). Monthly invoices will be submitted in accordance with Exhibit "C ".
6. TERMINATION OF CONTRACT
The City may, at any time, with or without cause, terminate this contract upon seven days written
notice to the A/E at the address of record. In this event, the 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 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 AIE will not assign, transfer or delegate any of its obligations or duties in this contract to any
other person without the prior written consent of the City, except for routine duties delegated to
personnel of the A/E staff. If the A/E is a partnership, then in the event of the termination of the
partnership, this contract will inure to the individual benefit of such partner or partners as the City
may designate. No part of the A/E fee may be assigned in advance of receipt by the A/E without
written consent of the City.
The City will not pay the fees of expert 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.
Contract for Engineering (AIE) Services
Page 2 of 3
K:IENGINEERING DATAEXCHANGEIANGIEM=LID WASTB5232 JC ELLIOTTAND CEFE VALENZUELA LANDFILL PAVEMENTAND ROADWAY LIFE CYCLE
REPLACEMENTIP.GENDA ITEM51 CONTRACT PROFESSIONAL SERVICES.DOC
CITY OF CORPUS CHRISTI
Oscar R. Martin z, Date
Assistant City Manager
RECOMMENDED
li )- L
Daniel Bites, P. E., Date
Dire r of Er39ineering Services
12, I Z, Za l7r
Operating Department Date
APP
=AS TO FORM
Offi of Management Date t
and Budget
ATTEST
KLEINf ELDER
on
(mad AI -Turk, P.E. Date
Vice President
5002 Ambassador Row
Corpus Christi, TX 78416
(361) 854 -4774 Office
(361) 854 -4924 Fax
13 -Uo
bT
ibic��
Armando Chapa, City Sebrbtary
Project Number: 5232
Funding Source: 550950 -3365- 00000- 140329
Fund Name: Sanitary Landfill 2008 C_ IP
Encumbrance Number:
ENTERED _�)�
NOV 212012
CONTRACT MANAGERS
Contract for Engineering (A/E) Services
Page 3 of 3
KIENGINEERING DATAEXCHANGE\ANGIEMISOLID WASTB5232 JC ELLIOTTAND CEFE VALENZLIELA LANDFILL PAVEMENTAND ROADWAY LIFE CYCLE
REPLACEMENTIAGENDA ITEM11 CONTRACT PROFESSIONAL SERVICES.DOC
KLE //1/FELDER
Wight People. Right Solutions.
October 5, 2012
Proposal No. 129062
Mr. Dan Biles
City Engineer
1201 Leopard Street
P.O. Box 9277
Corpus Christi, Texas 78469 -9277
Subject: Proposal for Cefe F. Valenzuela Landfill Road Improvements
(City of Corpus Christi Project Number 5233)
Nueces County, Texas
Dear Mr. Biles:
Kleinfelder is pleased to submit this revised proposal to the City of Corpus Christi for the above
referenced projects based on the comments received in our meeting with Mr. Lawrence
Mikolajczyk and Mr. Riaz Ahmed on September 27, 2012. Please find attached the following
documents for your review and consideration:
1. Exhibit A
2. Exhibit "A -1"
3. Budget Summary Spreadsheet
We appreciate the opportunity to provide you with this Proposal. If you have any questions,
please contact us. We are ready to begin work and look forward to providing you with our
services.
Sincerely,
KLEINFELDER CENTRAL,. INC.
Texas Registered Engineering Firm F -5592
6w��i
mad AI -Turk, P.E.
Vice President
Attachments: Exhibit A
Exhibit A -1
Budget Summary Spreadsheet
rry IpPre
Clien Account Manager
\
�a
cc: Mr. Lawrence Mikolajczyk, Director of Solid Waste Operations
City of Corpus Christi
Mr. Riaz Ahmed, Project Manager
City of Corpus Christi
1290621 CCH12PO239R3 Page 1 of 1 July 24, 2012
Copyright 2012 Kleinfelder Revision No. 3, Dated October 5, 2012
5002 Ambassador Row, Corpus Christi, Texas 78416 p 1 361.854.4774 f 1 361.854.4924 EXHIBIT "A"
Page 1 of 15
EXHIBIT A
CITY OF CORPUS CHRISTI, TEXAS
CEFE F. VALENZUELA ROAD IMPROVEMENTS ANALYSIS
CORPUS CHRISTI PROJECT NUMBER 5233
PROJECT UNDERSTANDING
The Cefe Valenzuela Landfill access road is located on County Road 20, approximately
3,100 feet west of the intersection with FM 2444. The access road is approximately
9,600 feet in length and extends from County Road 20 to the landfill operations area.
Since the landfill opened in 2007, the landfill access roadways and the section of
County Road 20 have experienced a substantial increase in commercial traffic, with
some recorded accidents. The roadway pavements are currently experiencing
significant pavement distress and are considered past the original design life.
The Engineering Design for the reconstruction of the Cefe Valenzuela Landfill access
road (approximately 9,600 If) and County Road 20 from FM 2444 to the landfill access
road entrance (approximately 3,100 If) will be based on 30 years design life. The traffic
projections will be based on actual 2011. traffic volume with a 3 % annual increase over
the 30 years design life. The design will also reflect increased truck traffic and truck
weights for short periods of time that may result from an emergency or disaster.
1. SCOPE OF SERVICES
A. Basic Services.
1. Preliminary Phase. The Arch itect /Engineer -AIE will:
It is the intent of the Preliminary Phase to provide a study and report of
project scope with economic and technical evaluation of alternatives, and
upon approval, proceed in a design memorandum which includes Preliminary
designs, drawings, and written description of the project. This report shall
include:
a. Provide 9GOP9 of sail investigations, boring6, and laboratory te4Rq. (The
City Engineering -- Services Bepai4saent will prG.ide-- wessaps�G4
b. Confer with the City staff regarding the design parameters of the Project.
The Engineer will participate in u ;r. „ . 4f (_1_) formal meetings with
City staff, provide agenda and purpose for each formal meeting; document
and distribute meeting minutes and meeting report within seven (7)
working days of the meeting. The AIE will participate in discussions with
the operating department and other agencies (such as the Texas
E HIBIT "A”
e2of15
Department of Transportation (TxDOT) and Texas Commission of
Environmental Quality (TCEQ)) as required to satisfactorily complete the
Project.
c. Submit one (1) copy in an approved electronic format, and ten (10) paper
copies of the Design Memorandum (or Engineering Report), with
executive summary, opinion of probable construction costs with life GI&
analy , defined technical evaluations of identified feasible alternatives,
and review with City staff to produce an acceptable format which contains
common municipal elements. Design Memorandum will include the
following (with CONSTRUCTABILITY being a major element in all the
following items):
1) Review of the Project with the respective Operating Department(s)
and discussions including clarification and definition of intent and
execution of the Project; The AIE 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, 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)
that aFe needed fer the— Pr-eteGt (Environmental issues and
archeological services to be an Additional Service).
,
EXHIBIT "A"
Page 3 of 15
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(s) and design
alternatives.
8) Provide a letter stating that the A/E and Sub - consultant Engineers
have checked and reviewed the design memorandum prior to
submission.
9) 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. Through separate contract, related GIS mapping for existing facilities.
e. A copy of existing studies and plans. (as available from City Engine_ ering
files).
f. Field location of existing city utilities. (AIE to coordinate with City
Operating Department).
❑FOVi `le applicable 11 r. dlaps
g• 1 FVV
2. Design Phase. Upon approval of the preliminary phase, designated by
receiving authorization to proceed, the ME will:
a. Study, verify, and implement design memorandum 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 OF mu Lone_} sets 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 bid or for multiple
bids, 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.
EXHIBIT "A"
Pa e4of15
c. Provide assistance identify testing, handling and disposal of any
hazardous materials and/or contaminated soils that may be discovered
during construction (to be included under additional services).
d. Prepare final quantities and estimates of probable costs and probable
construction schedule;
e. Furnish one (1) copy of the interim plans (plans only - identify needed
specifications) to the City staff for review and approval purposes with
estimates of probable construction costs. Identify distribution list for plans
and bid documents to all affected utilities including City and all other
affected entities. Required with the interim plans is a " Plan Executive
Summary R 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
f. Assimilate all review comments, modifications, additions /deletions and
proceed to next phase, upon Notice to Proceed.
g. 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.
E "A"
of15
h. Provide Quality Assurance[Quality Control (QAIQC) 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 AIE and
Sub - consultant AIE 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.
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 (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.
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.
1. Prepare and submit monthly status reports with action items developed
from monthly progress and review meetings.
m. Provide a Storm Water Pollution Prevention Plan.
n. Ordinance No. 19663 establishes the Municipal Public Arts 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.
= of T "A'
15
3. Bid Phase. The ME 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. '
budget as revised by the ERg SeWiGeG O R aGGordanGe with the
AIE's desigR phase estimate requ above, the Engine— M at i ts
C,,vn°,R6e, Confer with Qty staff and make n„nh r inir ns to +N44 Wd
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.
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.
EPage BIT "A"
7ofI S
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.
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 City GIS
system.
EXHIBIT "A"
Page 8of15
-
-
- WU=V11 -
-
-
. .....
1 11
------
s
-
1 • • 1
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 City GIS
system.
EXHIBIT "A"
Page 8of15
The City staff will:
a. Prepare applications /estimates for payments to contractor.
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 AIE 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 AIE will prepare this documentation
for all required signatures. The AIE will prepare and submit all permits as
applicable to the appropriate local, state, and federal authorities, including,
but not limited to:
a. ,
� e p e p ating in the area ,,.J ..�.,
b. } R Tr Csh4ne'C'��1' ' en is
d. Tempo rary lDicrhaFge Deft
e. NPn�Termft mendmeeta
f. Texas Commission of Environmental Quality (TCEQ)
Permits /Amendments
2. Right-of-Way (ROW) Acquisition Survey. The AIE will review existing
ROW and easements to ascertain any conflicts and provide field ROW
surveys and submit ROW plats and descriptions for the City's use in the
acquisition process. All work must comply with Category 1 -A, Condition I
EXHIBIT "A"
Page 9of15
specifications of the Texas Society of Professional Surveyors' Manual of
Practice for land Surveying in the State of Texas, Ninth Edition. All work
must be tied to and conform with the City's Global Positioning System (GPS)
control network and comply with all TxDOT requirements as applicable. A/E
Consultant will be required to perform all necessary deed research.
3. Topographic Survey. 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.
4. Environmental Issues
- - -
- -_
5. Construction Observation Services.
Provide a project representative (PR) to provide periodic construction
inspection.
A. Through such additional observations of Contractor's work in progress
and field checks of materials and equipment by the PR and assistants,
the 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:
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 worm in progress shall in
general be with A/E and Contractor, keeping the CITY advised as
EXHIBIT "A"
Pa e I C 5
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:
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:
EXHIBIT "A"
Page 71 of 15
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
B. 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.
C. 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 AIE 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 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 day, 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.
EXHIBIT "A"
Pa e12of15
-
7. Warranty Phase. Provide a maintenance guaranty inspection toward the end
of the one -year period after acceptance of the Project. Note defects requiring
contractor action to maintain, repair, fix, restore, patch, or replace
improvement under the maintenance guaranty terms of the contract.
Document the condition and prepare a report for the City staff of the locations
and conditions requiring action, with its recommendation for the method or
action to best correct defective conditions and submit to City Staff. Complete
the inspection and prepare the report no later than sixty (60) days prior to the
end of the maintenance guaranty period.
'
R
ACTIVITY
Wednesday
12/5/2012
. ■ .
Monday
1/14/2013
Begin Design Phase
Friday
3/1/2013
Interim Submittal
Friday
3/22/2013
City Review
Friday
4/26/2013
Pre -Final Submittal
- - ■
i -
-
Friday
6/14/2013
Final Submittal
Monday
6/24/2013
Advertise for Bids
Tue/Wed/Thu
71911011112013
Pre -Bid Conference
Geotechnical investigation, borings, and laboratory testing Provide
necessary soil investigation and testing.
2. SCHEDULE
PROPOSED PROJECT SCHEDULE
DAY
DATE
ACTIVITY
Wednesday
12/5/2012
Begin Preliminary Phase
Monday
1/14/2013
Begin Design Phase
Friday
3/1/2013
Interim Submittal
Friday
3/22/2013
City Review
Friday
4/26/2013
Pre -Final Submittal
Friday
5/17/2013
City Review
Friday
6/14/2013
Final Submittal
Monday
6/24/2013
Advertise for Bids
Tue/Wed/Thu
71911011112013
Pre -Bid Conference
Wednesday
7/31/2013
Receive Bids
Monday
9/12/2013
Begin Construction
Weekday
3/10/2014
Construction Completion
E IT B "A"
13of15
3. FEES
A. Fee for Basic Services. The City will pay the ME a fixed fee for providing for
all "Basic Services" authorized as per the table below. The fees for Basic Services
will not exceed those identified and will be full and total compensation for all services
outlined in Section I.A.1 -4 above, and for all expenses incurred in performing these
services. For services provided in Section I.A.1 -4, AIE will submit monthly
statements for basic services rendered. In Section 1.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 AIE'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:
E "A"
4 of 15
C. Summary of Fees
Fee for Basic Services
1. Preliminary Phase
$57,747
2. Design Phase
$126,545
3. Bid Phase
$10,669
4. Construction Phase
$39,703
Subtotal Basic Services Fees
$234,664
Fee for Additional Services (Allowance)
1 Permit Dronapat I as n pliG.,bl
C?oilrn.rlc
TY pGT
1A48tl_nrlr Delineati. -.r. and R eR: :F
... �7�].�C' Dermi4lAmonrl rre�,
�trd
1 Nsh and VAlil.d 1 4 RAngir
Texas Commission on Environmental Quality
Total Permitting
$8,521
2. ROW Acquisition Survey
$14,194
3. Topographic Survey (AUTHORIZED)
$19,860
4. Environmental Issues
p
5. Construction Observation Services
TBD
6. Start-up Services
0
7. Warranty Phase
$3,660
8. Provide SCADA Documentation
0
9. Geotechnical Investigation and Testing
$9,130
Sub -Total Additional Services Fees Authorized
$55,365
Total Authorized Fee
$290,029
E T"A BI"15of15
CITY OF CORPUS CHRISTI, TEXAS
CEFE F. VALENZUELA ROAD IMPROVEMENTS
CORPUS CHRISTI PROJECT NUMBER 5233
EXHIBIT "A -1"
SCOPE OF WORK
A. Basic Services
Preliminary Engineering
Task 1: Project Initiation and Data Collection
Attend one kick off meeting with the Client. Compile and review available City and
County documents related to the landfill access road and CR 20 such as as -built
plans, topographic surveys, right -of -way location on CR 20 and CR 57, subsurface
explorations, and utility installations. Kleinfelder will request this information during
the project information meetings with the City, County and TXDOT. The City has
provided electronic CAD versions of the as- built plans or original design plans for
use during the conceptual design of alignments. Under this task Keinfelder will utilize
existing published information and mapping in preparing the alignment study for road
improvement analysis.
Task 2: Subsurface Investigation and Testing (Additional Services)
Task 3: Pavement Design
1. Prepare an AASHTO pavement design for the Cefe Valenzuela Landfill Access
Road with the following parameters.
a. The Pavement Design will be based on a 30 year design life.
b. Update the ESAL's based on traffic data provided by the City (64,658
loads into the landfill in 2011).
c. Evaluate alternatives for recycling the existing pavement or other green
alternatives.
d. Incorporate increased truck traffic and truck weights for short durations
that may result from an emergency /disaster. Determine the overall
reduction in pavement design life as a result of increase truck volumes
and weights for an assumed number of emergency events throughout the
30 year period.
e. Determine the new pavement section that is required to provide a 30 year
design life which includes the increased truck volumes and weights for an
assumed number of events throughout the 30 year period.
EXHIBIT `°A -1"
Pa e 1 of 12
f. Review the Cefe F. Valenzuela Landfill Pavement Study prepared by
Kleinfelder in July 2011
g. Review original pavement design study prepared as part of the Cefe F.
Valenzuela Landfill permit document.
2. Prepare an AASHTO pavement design for the section of County Road 20.
a. Based on traffic data provided by the City for CR 20, determine the
ESAL's
b. The new pavement design will be based on a 30 year design life.
c. Evaluate alternatives for recycling the existing pavement or other green
alternatives.
d. Incorporate increased truck traffic and truck weights for short periods of
time that may result from an emergency /disaster. Determine the overall
reduction in pavement design life as a result of increase truck volumes
and weights for an assumed number of events throughout the 30 year
period.
e. Determine the new pavement section that is required to provide a 30 year
design life which includes the increased truck volumes and weights.
3. Prepare an AASHTO pavement design for Temporary Pavement.
a. Based on traffic data provided by the City, determine the ESAL's
b. The new pavement design will be based on a 2 year design life.
c. Determine the pavement section that is required to provide a 2 year
design life for temporary pavement to be used during construction.
4. Prepare an engineering analysis and evaluation of the field and laboratory data
performed for the geotechnical investigation and pavement design efforts of the
project, based on available project concepts. Information to be provided in the
report includes the following items.
a. Description of the field exploration and laboratory testing
b. Summary of laboratory test results
c. Discussion of subsurface soil and groundwater conditions
d. General discussion of the site geology
e. Recommendations for preparation of the pavement subgrade
f. Recommendations for pavement thickness based on AASHTO 1997
g. Earthwork recommendations, including backfill requirements
h. Plan of borings to scale illustrating the approximate location of each boring
i. A log of each boring indicating the boring number, depth of each stratum,
soil classification and description, and groundwater information
One bound copy and one electronic copy of the report
EXHIBIT "A -1"
Page 2 of 12
Task 4: Roadway Design Considerations
1. Review the accident reports provided by the City. Evaluate high accident
locations and corresponding roadway geometric deficiencies at these
locations.
2. For the landfill access road, provide written recommendations for
improvement to the horizontal and vertical alignments, as well as the roadway
cross section (roadway cross slope, pavement widths) with consideration to
high accident locations, acceptable roadway geometrics based on AASHTO A
Policy on Geometric Design of Highways and Streets, construction
sequencing and maintenance of traffic during construction, pavement design
recommendations, heavy truck traffic, operating versus design speed, and
impacts to overhead and underground utilities. valuate and recommend traffic
calming measures on the access road to control operating speed.
3. For CR 20, provide written recommendations for improvement to the vertical
alignment, as well as the roadway cross section (roadway cross slope,
pavement widths), acceptable roadway geometrics based on AASHTO A
Policy on Geometric Design of Highways and Streets, right -of -way .
considerations, construction sequencing and maintenance of traffic during
construction, pavement design recommendations, design speed, and impacts
to overhead and underground utilities.
4. Evaluate and recommend alternatives for construction sequencing and
maintenance of traffic so that landfill operations will not be impacted.
Alternatives may include temporary roadway widening to maintain two lanes
on traffic on or near the existing alignment, new alignment and abandonment
of the existing roadway, temporary access routes to provide full access to the
landfill, temporary access routes to provide one way access tolfrom the
landfill.
5. Identify, evaluate and recommend alternatives for improving stormwater
management and roadway drainage deficiencies that lead to roadway
flooding, poor surface drainage (hydroplaning) or undersized conveyance
swales.
Task 5: Conceptual Opinion of Probable Construction Costs
Develop conceptual opinion of probable construction cost based on major item
quantities. Unit costs will be based on historical data from past City bid tabulations
provided by the City. The purpose of the conceptual opinion of probable
construction cost is for budget planning purposes, not for bid or construction.
EXHIBIT °`A -1"
Pa e3of12
Task 6: Basis of Engineering Design Report
Prepare the Basis of Engineering Design report presenting the methodology,
findings and recommendations for the project.
Submit one (1) copy in electronic format, and ten (10) hard copies to the City
(included in Basic Services), one (1) hard copy to the County, and one (1) hard copy
to TXDOT.
Task 7: Meetings
The purpose of the following meetings is to present the project scope, collect
available information of past project is the area, and solicit input in the planning
process for subsequent design phases. Prepare agenda, document and distribute
meeting minutes.
• One (1) project information meeting with the City of Corpus Christi —
Engineering, Streets Operation and Solid Waste
• One (1) project information meeting with TCEQ District 14, Corpus Christi
• One (1) project information meeting with the County of Nueces
• One (1) project information meeting with Texas DOT Corpus Christi
District
2. Design Engineering
Upon selection of the preferred roadway alignment alternative(s), and approval by
the City to proceed, Kleinfelder will perform the following.
Task 1: Survey and Controls (Additional Services)
Task 2: Design and Construction Plan Production
2.1 Field Reconnaissance
Perform one site visit to observe the general site conditions: traffic patterns,
above ground utilities, trees and other natural resources, fences, walls and other
landscape features, and other relevant features. We will perform a field review Of
the survey information provided.
2.2 Roadway Alignment and Geometry
Develop horizontal and vertical alignment geometry for the proposed roadways
for the preferred alignment and proposed roadway cross section. Roadway
geometry shall be based on AASHTO and Texas DOT design standards. It is
expected that the reconstruction of CR 20 will. be on the existing horizontal
alignment with minor improvement to the vertical geometry to improve roadway
drainage.
EXHIBIT "A -1"
Pa e4of12
- - - -- �..J... ...... ........
The engineering design shall take into consideration all factors affecting the cost
of the construction, such as foundation problems, earthwork quantities, erosion
and sedimentation control, water - quality- treatment issues, construction phasing
and complexity, utilities affected, environmental, and selection of construction
materials.
2.3 Roadway Cross - Sections
Develop roadway cross sections at 50 foot intervals and critical locations. The
cross sections will show existing and proposed grades as well as the proposed
roadway structure, including notes and dimensions to depict the proposed
design.
2.4 Drainage Design
Stormwater analysis and design will be limited to the roadside swales along CR
20 and the access road. The analysis and design of existing or new
underground storm drain systems and culvert, including the culvert across CR 20
approximately 300 feet west of the access road intersection, detention and
retentions system, are not included in this scope of services. The analysis of
pre - construction and post - construction stormwater flows is not included in this
scope of services since the area of impervious pavement is expected to have a
negligible impact on current stormwater rates of runoff.
Review existing maps, drawings, field surveys and drainage studies to determine
existing drainage patterns and develop drainage area boundaries as necessary.
The HydroCAD Stormwater Modelling software, based on SCS TR -20, will be
used to analyze and design the roadside swales.
Design appropriate channel linings based on anticipated stormwater volumes
and flow velocities.
2.5 Utility Conflict Identification
Identify and document on the plans potential conflicts between existing utilities
and the proposed roadway design, including relocation of utility poles, and depth
of covers over existing underground utilities. It is the intent of the roadway
design to avoid the relocation of utility poles and underground utilities, however,
utility pole relocation may be required to accommodate the proposed roadway
alignment or maintenance of traffic during construction. Utility Coordination for
relocation with utility owners will be performed by the City.
2.6 Erosion and Sediment Control
Prepare Best Management Practices for permanent and temporary erosion and
sediment control measures. BMP's shall be per the City standards and details.
2.7 General Contract Plans
The City of Corpus Christi standard plans will be incorporated. This includes the
Title Sheet; Estimated Quantities, Abbreviations, and General Notes Sheet.
=Page "A -1"
of12
2.8 Typical Sections
Prepare typical sections of the CR 20 and the landfill access road based on City
Standards. Label the location of the roadway crownline, method of banking,
guardrail details, pavement structure and pavement structure and material types
in accordance with the City's standard nomenclature.
2.9 Construction Plans
Prepare the Construction Plan and Profile Sheets at a scale of 1"= 4 feet
vertically and 1"= 40 feet horizontally showing horizontal and vertical alignment
and location coordinates based on the survey base plan. The plans will present
the existing conditions base plan with the proposed roadway improvements and
all items of work clearly identified and labeled as appropriate. Profiles will show
existing and proposed grades along the centerline of the roadway, and existing
underground utilities (if present).
Roadway signage shall be limited to the removal and replacement of existing
signs. Preparation of sign plans is not included in this scope of services.
Design of landscape improvements and landscape details shall be limited to the
removal and relocation of existing landscape features. The development and
design of landscape plans is not included in this scope of services.
2.10 Traffic Management Plans
Prepare traffic management plans and details that allow for maintenance of traffic
during construction. Traffic Management Plans will show the temporary facilities
required to maintain traffic (such as temporary roadway widening) and
associated construction details including signage and markings. Temporary
traffic signals at intersections or for maintaining one -way traffic is not included in
this scope of services. The development of detour plans (for road closures
during construction) is not included in this scope of services.
2.11 Construction Details
Prepare details of key features not satisfactorily described in the City's standard
details. Key details shall include the labeling of key materials in accordance with
the standard nomenclature and materials specifications.
2.12 Stormwater Pollution Prevention Plan
Prepare and submit a Stormwater and Pollution Prevention Plan. Revision,
updates and implementation shall be the responsibility of the contractor.
2.13 Estimate of Construction Cost
Prepare estimate of probable construction cost based on quantity calculations
and historic bid prices for similar projects furnished by the City.
E IBIT "A -1" e6of12
2.14 Quality Control Review
Perform a review of the quality and accuracy of the calculations and documents
at the interim, pre -final and final plans and bid documents, prepared in
accordance with the City's standard specifications and design guidelines, and
general engineering practice.
2.15 Meetings and Liaison
Kleinfelder will attend and participate in two (2) design development meetings
with the City. Prepare agenda, and prepare and distribute meeting minutes.
Additional meetings including but not limited to public informational meetings,
public hearings, TxDOT, Nueces County meetings, environmental coordination
meetings, and utility coordination meeting. Other meetings beyond the design
development meetings are not included in this scope of services.
2.16 Contract Plans and Submission
Construction plans and Specifications will be prepared utilizing the City of Corpus
Christi standard Agreement forms and conditions. Additional requirements from
agencies such as Nueces County Public Works and TXDOT will be incorporated
into a single contract document for review, bidding and construction purposes.
• Interim submission of Plans & Specifications (identify needed
specifications) for CR 20 Improvements will be provided to Nueces County
and TXDOT for Review and comment (Nueces County / TXDOT
standards). Three set of documents will be prepared and submitted.
• Interim, Pre -Final and Final Plans & Specifications for Cefe Landfill Haul
Road Improvements will be provided to the City of Corpus Christi for
review and comment. One set of documents will be prepared and
submitted for each submission.
The Construction Plan set will include:
• Title Sheet
• General Notes sheet
• Supplemental General Notes sheet (if needed)
• Quantity Summary Sheet
• Typical Roadway Sections
• Geometric Data
• Construction Plan and Profile Sheets
• Construction Management Plans
• Detail Sheets
• Roadway Cross Sections Sheets
E HIBIT "A -1 e7of12
3. Bid Phase
This Scope of Services assumes that the project will be bid once. Should the project
or portion of the project need to be re -bid, the effort will be undertaken as an
Additional Service.
4. Construction Phase
Construction phase services are based on an assumed 6 month (24 week)
construction schedule. Site visits are budgeted at 24 site visits performed by the
Senior Engineer at 8 hours per visit; and 12 visits by the Project Manager at 8 hours
per visit.
The construction phase services budget is subject to the contractor's production
rates and schedule and are beyond the control of the City and Kleinfelder. Should
the contractor's schedule required additional labor effort beyond the budget defined
herein, such effort shall be considered Additional Services
B. Additional Services
1. Permitting
The Cefe F. Valenzuela Landfill operates under TCEQ Permit No. 2269.
Modifications to the design of the permitted facility will be submitted to the TCEQ as
required under 30 TOC chapter 305. Because the facility operates under the state
permit, it is assumed an application and review by the City Development Services
Department will not be required. Additional services under this task include revisions
to the Cefe F. Valenzuela. Landfill Permit Document with the TCEQ. Under this scope
of work, additional permitting is not anticipated for the items listed under Exhibit A
3.8.1. With these assumptions, an Allowance budget of $8,521 has been allocated
for this task. If additional permitting requirements are necessary, Kleinfelder will
notify the City of Corpus Christi and prepare an additional scope of work and fee.
2. Right -of -Way (ROW) Acquisition Survey
Provide right -of -way survey along a section of CR 20 and along the preferred
roadway alignment for the landfill access road for the following limits:
CR 20: From the intersection of CR 57 to approximately 300 feet beyond the
landfill access road for a distance of approximately 3,500 feet, including
approximately 100 feet north and south of CR 57 with the intersection of CR
20. The width of the survey shall be approximately 25 feet beyond the
existing right -of -way lines.
n I T "A -1"
8of12
Existing Right -of -way lines shall obtained through field determination, deed research
or other methods to properly establish such lines. Property lines shall be obtained
through existing plans, and available City records. Right- of-way lines and property
lines to be shown on the survey plan. All work must comply with Category 1 -A ,
Condition I specifications of the Texas Society of Professional Surveyors' Manual of
Practice for Land Surveying in the State of Texas, Ninth Edition. All work will
conform to and be tied into the City's Global Positioning System (GPS) control
network and comply with TxDOT requirements as applicable.
It is assumed that the preparation of ROW plats and descriptions for acquisition shall
not be required since all work is expected to be performed within the existing ROW
width.
3. Topographic Survey
Provide topographic and planimetric survey along a section of CR 20 and along the
preferred roadway alignment for the landfill access road for the following limits:
CR 20: From the intersection of CR 57 to approximately 300 feet beyond the
landfill access road for a distance of approximately 3,500 feet, including
approximately 100 feet north and south of CR 57 with the intersection of CR
20. The width of the survey shall be approximately 25 feet beyond the
existing right -of -way lines.
Access Road: Since the preferred alignment is not yet defined, this proposal
assumes the survey length to be approximately 9,600 linear feet (length of the
existing access road from CR 20 to the entrance gate). The width of the
survey shall be approximately 220 feet at the entrance, and vary along the
length of the access road to encompass the maintained (non - agricultural)
roadway side slopes, but not less than 200 feet in width.
Perform field survey for the development of a survey base plan for design. All work
will conform to and be tied into the City's Global Positioning System (GPS) control
network and comply with Category 6, Condition I Specifications of the Texas society
of Professional Surveyor's Manual of Practice for Land Surveying in the State of
Texas, Ninth Edition.
• Locate and identify all utilities both overhead and underground including
rim/frame elevations and invert elevations
• Locate and identify all drainage systems, including rim/frame elevations, invert
elevations and pipe types, and sump elevations, for manholes, catch basins,
culverts, and other structures
• Locate and identify all drainage swaies and channels, providing accurate survey
to define the invert elevation and cross section along the entire length, including
channel lining type.
EXHIBIT "A -1'°
Pa e9of12
• Perform wetland field survey, identification and flagging.
• Establish survey control points and temporary bench marks within the limits of
the project, with location tied to the grid.
• Locate and identify all pertinent features to be shown on the survey, including but
not limited to, building corners and sill elevations of buildings within the limits of
survey, edges of pavement (roadway, sidewalk, driveway, walkways), curbing,
above and below ground utilities, utility poles with identification number and guys,
fences including height and type, mailboxes, signs, monuments, road striping,
overhead wires, surface types for driveways and sidewalks, individual trees with
diameter and species type, tree lines.
• Prepare an accurate digital terrain model (DTM) required for roadway design
(centerline profile and cross section elements) including all fault/break lines
located along top and bottom of curb /gutter lines, edges of roadway and
driveway pavement, centerline or roadway and all other locations to accurately
describe existing topographic information.
• Prepare the survey drawing at a scale of 1 " =20 feet.
• Provide a hard copy of the survey existing conditions survey stamped by a land
surveyor licensed in the State of Texas.
• Electronic version of the existing conditions base plan survey containing the
planimetric and topographic information and a DTM model in AutoCAD Civil 3D.
4. Environmental Issues
The Cefe F, Valenzuela Landfill was opened in November 2007, At the present time,
no known environmental hazards or conditions are evident at the project site. Should
these conditions become apparent or evident during data search, records search,
field investigation or construction, Kleinfelder will immediately notify the City of
Corpus Christi of this discovery or evidence which may require appropriate action.
Kleinfelder will prepare a separate scope and fee for review and approval by the City
of Corpus Christi prior to initiating actions to the conditions identified. No estimated
Allowance for these services is set at this time.
5, Construction Observation
Construction phase services are based on an assumed 6 month (24 week)
construction schedule. A budget for full time construction observation services is
based on 5 day week, 9 hours per day, for the 24 week construction schedule, for a
total of 1080 hours.
Kleinfelder shall not be responsible for the means, methods, techniques, sequences
or procedures of construction selected by Contractor(s) or the safety precautions
and programs incident to the work of Contractor(s). Kleinfelder's efforts will be
= XH T "A -1"
of 12
directed toward providing a greater degree of confidence for Client that the
completed work of Contractor(s) will conform to the Contract Documents, but
Kleinfelder shall not be responsible for the failure of Contractor(s) to perform the
work in accordance with the Contract Documents.
The construction observation services budget is subject to the contractor's
production rates and schedule and are beyond the control of the City and
Kleinfelder. Should the contractor's schedule required additional labor effort beyond
the budget defined herein, such effort shall be considered Additional Services
6. Start-Up Services
Not included
7. Warranty Phase
Provide a one -day maintenance guaranty inspection (f
engineer to evaluate the condition of the roadway I
roadside swales and other items of work based on a
Prepare a letter report summarizing the condition and r(
correct defective conditions. A budget of 16 hours is alloc
of the report.
8. Provide SCADA Documentation
Not included
9. Geotechnical Investigation and Testing
1. Field Exploration
a. Coordinate field activities with City of Corpus Christi
b. Locate the proposed borings using a site plan and n
existing landmarks; these locations will be recorded
hand -held GPS device
c. Contact Texas 811 to locate buried utilities within ex
right -of -ways
d. Mobilize a truck - mounted drilling rig to drill 12 borinc
10 feet below grade
e. Sample the'subsurface soil continuously to a depth
be collected using either a tube sampler, or a split sl
conjunction with the standard penetration test
f. Observe for groundwater seepage during drilling ani
a 10 minute waiting period
g. Backfill boreholes with soil cuttings upon completion
The borings will be logged in the field by a Kleinfelder
hours) by a project
avement, sideslopes,
isual inspection only.
:ommended action to
ted to the preparation
personnel
easurements from
n the field using a
sting easements and
, each to a depth of
10 feet; samples will
on sampler in
, if encountered, after
igineering technician.
=EXHIBIT "A -1" I of 12
2. Laboratory Testina
Selected laboratory testing will be conducted on samples that are
representative of materials obtained during the field exploration. The tests
will be used to evaluate and classify the soils, identify subsurface site
characteristics, and provide data for analysis. These tests may include:
Moisture content; Atterberg limits (liquid and plastic limits); Percent passing
No. 200 sieve;.Dry density and moisture content; Unconfined compressive
strength; California Bearing Ratio (CBR).
Kleinfeider will retain soil samples for 30 days after submission of the final
report. Further storage or transfer of samples can be made at owner expense
upon written request.
n IT "A -1"
12of12
EXHIBIT "B"
MANDATORY INSURANCE REQUIREMENTS & INDEMNIFICATION
FOR A/E PROFESSIONAL SERVICESICONSULTANT SERVICES
(Revised October 2010)
A. Consultant must not commence work under this agreement until all insurance required
herein has been obtained and such insurance has been approved by the City. The
Consultant must not allow any subcontractor to commence work until all similar insurance
required of the subcontractor has been obtained.
B. Consultant must furnish to the City's Risk Manager, two (2) copies of Certificates of
Insurance, showing the following minimum coverages by insurance company(s) acceptable
to the City's Risk Manager. The City must be named as an additional insured for all liability
policies, and a blanket waiver of subrogation is required on all applicable policies.
TYPE OF INSURANCE
MINIMUM INSURANCE COVERAGE
30 -Day Written Notice of Cancellation, Bodily Injury & Property Damage
non - renewal or material change required Per occurrence - aggregate
on all certificates
COMMERCIAL GENERAL LIABILITY
including:
1. Broad Form
2. Premises - Operations
3. Products/ Completed Operations
4. Contractual Liability
5. Independent Contractors
$1,000,000 COMBINED SINGLE LIMIT
AUTOMOBILE LIABILITY to included $1,000,000 COMBINED SINGLE LIMIT
1. Owned vehicles
2.. Hired — Non -owned vehicles
PROFESSIONAL LIABILITY including:
Coverage provided shall cover all
employees, officers, directors and agents
1. Errors and Omissions
WORKERS' COMPENSATION
$1,000,000 per claim 1$2,000,000
aggregate
(Defense costs not included in face value
of the policy)
If claims made policy, retro date must be
prior to inception of agreement, have
extended reporting period provisions and
identify any limitations regarding who is
an Insured
Which Complies with the Texas Workers
Compensation Act
EMPLOYERS' LIABILITY
500,000/500,000/500,000
EXHIBIT "B"
Page 1 of 3
K1Engineering DataExchang6ANGIEMISOLID WASM5232 JC ELLIOTT LANDFILL PAVEMENT LIFE CYCLE REPLACEMENTV{genda llem1LARGE AE EXHIBIT B.docx
C. In the event of accidents of any kind, Consultant must furnish the Risk Manager with copies
of all reports within (10) ten days of accident.
D. Consultant must obtain workers' compensation coverage through a licensed insurance
company in accordance with Texas law. The contract for coverage must be written on a
policy and endorsements approved by the Texas Department of Insurance. The coverage
provided must be in amounts sufficient to assure that all workers' compensation obligations
incurred will be promptly met.
E. Consultant's financial integrity is of interest to the City; therefore, subject to
Successful Consultant's right to maintain reasonable deductibles in such amounts as are
approved by the City, Consultant shall obtain and maintain in full force and effect for the
duration of this Contract, and any extension hereof, at Consultant's sole expense, insurance
coverage written on an occurrence basis, by companies authorized and admitted to do
business in the State of Texas and with an A.M. Best's rating of no less than A -VII.
F. The City shall be entitled, upon request and without expense, to receive copies of the
policies, declarations page and all endorsements thereto as they apply to the limits required
by the City, and may require the deletion, revision, or modification of particular policy terms,
conditions, limitations or exclusions (except where policy provisions are established by law
or regulation binding upon either of the parties hereto or the underwriter of any such
policies). Consultant shall be required to comply with any such requests and shall submit a
copy of the replacement certificate of insurance to City at the address provided below within
10 days of the requested change. Consultant shall pay any costs incurred resulting from
said changes. All notices under this Article shall be given to City at the following address:
City of Corpus Christi
Attn: Risk Management
P.O. Box 9277
Corpus Christi, TX 78469 -9277
Fax: (361) 826 -4555
G. Consultant agrees that with respect to the above required insurance, all insurance policies
are to contain or be endorsed to contain the following required provisions:
i. Name the City and its officers, officials, employees, volunteers, and elected
representatives as additional insured by endorsement, as respects operations and
activities of, or on behalf of, the named insured performed under contract with the City,
with the exception of the workers' compensation and professional liability polices;
ii. Provide for an endorsement that the "other insurance" clause shall not apply to the City
of Corpus Christi where the City is an additional insured shown on the policy;
iii. Workers' compensation and employers' liability policies will provide a waiver of
subrogation in favor of the City; and
iv. Provide thirty (30) calendar days advance written notice directly to City of any
suspension, cancellation, non - renewal or material change in coverage, and not less than
ten (10) calendar days advance written notice for nonpayment of premium.
EXHIBIT "B"
Page 2 of 3
K3Engineering DataExchange4ANGIEWSOLID WASTE16232 JC ELLIOTT LANDFILL PAVEMENT LIFE CYCLE REPLACEMENT4Agenda Item1LARGE AE EXHIBIT B.docx
H. Within five (5) calendar days of a suspension, cancellation, or non - renewal of coverage,
Successful Consultant shall provide a replacement Certificate of Insurance and applicable
endorsements to City. City shall have the option to suspend Consultant's performance
should there be a lapse in coverage at any time during this contract. Failure to provide and
to maintain the required insurance shall constitute a material breach of this contract.
I. In addition to any other remedies the City may have upon Consultant's failure to provide and
maintain any insurance or policy endorsements to the extent and within the time herein
required, the City shall have the right to order Consultant to stop work hereunder, and/or
withhold any payment(s) which become due to Consultant hereunder until Consultant
demonstrates compliance with the requirements hereof.
J. Nothing herein contained shall be construed as limiting in any way the extent to which
Successful Consultant may be held responsible for payments of damages to persons or
property resulting from Consultant's or its subcontractors' performance of the work covered
under this agreement.
K. It is agreed that Consultant's insurance shall be deemed primary and non - contributory with
respect to any insurance or self insurance carried by the City of Corpus Christi for liability
arising out of operations under this contract.
L. It is understood and agreed that the insurance required is in addition to and separate from
any other obligation contained in this contract.
INDEMNIFICATION AND HOLD HARMLESS
Consultant shall 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 negligent performance of Consultant's services 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.
EXHIBIT " B "
Pa e3of3
K \Engineering DataExchange%ANGIEMISOLID WASTE15232 JC ELLIOTT LANDFILL PAVEMENT LIFE CYCLE REPLACEMENTVAgenda ItemILARGE AE EXHIBIT B.docx
M
0
0
Basic Services:
Preliminary Phase
Design Phase
Bid Phase
Construction Phase
Subtotal Basic Services
Additional Services:
Permitting
Warranty Phase
Inspection
Platting Survey
O & M Manuals
SCADA
Subtotal Additional Services
Summary of Fees
Basic Services Fees
Additional Services Fees
Total of Fees
COMPLETE PROJECT NAME
Project No. XXXX
Invoice No. 12345
Invoice Date:
Sample form for:
Payment Request
Revised 07/27/00
Total Amount Previous Total Percent
Cnnfrarf Amri Nn_ 1 Amd Nn_ 2 Contract Invoiced Invoice Invoice Complete
$1,000
$0
$0
$1,000
$0
$1,000
$1,000
100%
2,000
1,000
0
3,000
1,000
500
1,500
50%
500
0
250
750
0
0
0
0%
2,500
0
1,000
3,500
0
0
0
0%
$6,000
$1,000
$1,250
$8,250
$750
$1,500
$2,500
30%
$2,000
$0
$0
$2,000
$500
$0
$500
25%
0
1,120
0
1,120
0
0
0
0%
0
0
1,627
1,627
0
0
0
0%
TBD
TBD
TBD
TBD
TBD
TBD
TBD
0%
TBD
TBD
TBD
TBD
TBD
TBD
TBD
0%
TBD
TBD
TBD
TBD
TBD
TBD
TBD
0%
$2,000
$1,120
$1,627
$4,747
$500
$0
$500
11%
$6,000
$1,000
$1,250
$8,250
$750
$1,500
$2,500
30%
2,000
1,120
1,627
4,747
500
0
500
11%
$8,000
$2,120
$2,877
$12,997
$1,250
$1,500
$3,000
23%
r-
SUPPLIER NUMBER
TO BE ASSIGNFD BY irrrT —
�_ PURCHASING DIVISION
C o f CITY OF CORPUS CHRISTI
CSPUS
Christi
DISCLOSURE OF INTEREST
City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do
business with the City to provide the followin? information. Every,question must be answered.
If the question is not applicable, answer with `NA ". See reverse stile for Filing Requirements,
Certifications and definitions.
COMPANY NAME: Kleiofelder
P. O. BOX:
STREET ADDRESS: 5002 Ambassador Row CITY:
FIPLM IS: I. Corporation 2. Partnership ❑
4. Association 5. Other
Corpus Christi ZIP: 78416
3. Sole Owner ❑
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)
NIA
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
NIA
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
NIA
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
NIA
FILING REQUIREMENTS
If a person who requests official action on a matter knows that the requested action will confer an
economic benefit on any City official or employee that is distinguishable from the effect that the
action will have on members of the public in general or a substantial segment thereof, you shall
disclose that fact in a signed writing to the City official, employee or body that has been
requested to act in the matter, unless the interest of the City official or employee in the matter is
apparent. The disclosure shall also be made in a signed writing filed with the City Secretary.
[Ethics Ordinance Section 2 -349 (d)]
CERTIFICATION
i certify that all information provided is true and correct as of the date of this statement, that I
have not knowingly withheld disclosure of any information requested; and that supplemental
statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur.
Certifying Person: Emad Al Turk, P. E. Title: Vice President
{Type or Prim)
Signature of Certifying � oµ- Date:
Person: ):34,44
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.