Loading...
HomeMy WebLinkAboutC2013-192 - 6/11/2013 - Approved d i 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 CENTRAL, INC., a Texas corporation, 5002 Ambassador Row, Corpus Christi, Texas 78416, (Arch itectlEng ineer—AIE), hereby agree as follows: 1. SCOPE OF PROJECT (J.C. Elliott Landfill New Office Building) (Project No. E11060) The new office Building will support Landfill activities and house approximately 20 employees at the J.C. Elliott Citizens Collection Center, Solid Waste Transfer Station and Scale House. 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition,A/E will provide monthly status updates (project progress or delays, gantt charts presented with monthly invoices) and provide contract administration services, as described in Exhibit"A" and "A-1", to complete the Project. Work will not begin on Additional Services until requested by the AIE(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 AIE 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 or 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 notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. INDEMNITY AND INSURANCE A/E agrees to the mandatory contract indemnification and insurance requirements as set forth in Exhibit"B". 2013-192 6111113 Contract for Engineering(AIE)Services Page 1 of 3 M2013-098 DLID WASTBE1106o X ELLIOTT LANDFILL NEW OFFICE BUILDINMAGENDA ITEM11 CONTRACT PROFESSIONAL Kleinfelder Central Inc. INDEXED 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 $115,509.00, One Hundred Fifteen Thousand Five Hundred 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 A/E will be compensated for its services on all stages authorized based upon A/E and City's estimate of the proportion of the total services actually completed at the time of termination. 7. LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. The A/E agrees that at least 75% of the work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan Statistical Area (MSA). Additionally, no more than 25% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA.) 8. ASSIGNABILITY The A/E will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the A/E staff. If the A/E is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the A/E fee may be assigned in advance of receipt by the A/E without written consent of the City. 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(A/E)Services Page 2 of 3 K\ENGINEERING DATAEXCHANGE%NGIEMISOLID WASTE1E11060 X ELLIOTT LANDFILL NEW OFFICE BUILDING4AGENDA ITEM 1 CONTRACT PROFESSIONAL SERVICES.DOC i 5 ' t t 4 CITY OF CORPUS CHRISTI KLEINFELDER CENTRAL, INC. cl==q� Ohhj GKI I e Oscar R. Martinez, Date Jerry Li ty6b, Date Assistant City Manager Projecfi Vanager 5002 Ambassador Row Corpus Christi, TX 78416 (361) 854-4774 Office (361) 854-4924 Fax RECOMMENDED Daniel Biles, P. E., Da(e Dire r of E Bering Services Operating Depa nt Date APP VED AS TO FORM Office of Management Date r1U•i IUD •. and Budget ......... ATTEST ..,,...... SECKTARY Ilk Armando Chapa, CityOSec ary Project Number: E11060 Funding Source: 550950-3365-00000-E11060 Fund Name: Sanitary Landfill 2008 CIP {/ Encumbrance Number: t! 1! ENTERED MAY 15 2013 CONTRACT MANAGERS Contract for Engineering(AIE)Services Page 3 of 3 K kENGINEERING DATAEXCHANGESANGIEMISOLID WASTE1E11060 JC ELLIOTT LANDFILL NEW OFFICE BUILDINMAGENDA n`EM11 CONTRACT PROFESSIONAL SERVICES.DOC EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS J.C. Elliott Transfer Station Administrative Building Improvements PROJECT UNDERSTANDING We understand that the existing administration 1 staff building at the J. C. Elliott Transfer Station is undersized and in substandard condition. A new structure to accommodate administrative and staff support needs will be developed. The new building will accommodate a workforce of approximately 20 employees, including 3 to 5 administrative staff(these may be transient desks or workstations for drivers or dispatch personnel), related storage and equipment areas, plus lunchroom/break room, kitchen, locker, toilet and related support spaces for yard staff. No public transaction windows or other dedicated functions are needed. We estimate that this will require a single-story pre-engineered metal building structure of approximately 3,000 square feet with the building exterior panels to match the existing scale house panels. The design wind speed elected by the client is 130-mph (3 Sec Gust) in accordance with the International Building Code 2009. The design of standby generator power will be included in the project design. Kleinfelder will provide project management, geotechnical services, civil engineering and architectural design services for the project. Govind Development will provide structural engineering, cost estimating and assistance with local permits and approvals under subcontract to Kleinfelder. Stridde Callins Associates (SCA) will provide plumbing, mechanical and electrical design services under subcontract to Kleinfelder. Frontier will provide surveying services under a subcontract to Kleinfelder. ASSUMPTIONS • The project site is not impacted by the presence of landfill gas or hazardous waste. • The project site is not located in an area with the presence of uncontrolled fill, weak or unsuitable soil materials for the development of the site. • The project site is not within an environmentally sensitive or protected area under current Local, State or Federal regulations. • The design of standby generator power will be included in the project design but will be limited to the staff support building only. • The project scope does not include upgrades of any existing utility systems or reuse of existing services to the existing facility. EXHIBIT"A" Page 1 of 13 1. SCOPE OF SERVICES 1. A. Basic Services. 1. Preliminary Phase. The Arch itect/Engi nee r-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: b. Confer with the City staff regarding the design parameters of the Project. The Engineer will participate in a ern of (one) 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 A/E will participate in discussions with the operating department and other agencies (such as the Texas 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 one (1) paper copies of the Design Memorandum, with executive summary, opinion of probable construction costs with life cycle analysis, 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). EXHIBIT"A" Page 2 of 13 f' 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). -A-Wherifies having jWisdi 1FOve design of the Dreieet and narrv�i4�inn en�rirenmental hinterinal � �v�a.va , , GenstruGtie rhniGal issues; and Fneet Woth nnr+inen4 muiheritien 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 Engineering files). f. Field location of existing city utilities. (AIE to coordinate with City Operating Department). g . EXHIBIT"A" Page 3 of 13 1 1 h. Provide loading conditions and tolerance for different movement for structures. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the A/E 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 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. 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 with the recommended construction schedule. The construction schedule will provide a phased approach to better track progress and payments. 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" 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 EXHIBIT"A" Page 4 of 1 3 • 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. h. 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 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. I. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. m. Provide a Storm Water Pollution Prevention Plan. M"13 to fulfill the rr qumrernents of the ordinance. LV IMIlll1 LIIV 11 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 in standard electronic formats 3. Bid Phase. The AIE 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. EXHIBIT"A" Page 6 of 13 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. 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 observation 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. Thes 1 ^n--n• a4 will be in a "multimedia format" suitable fer viewing with -lVliGF9SGft!& Gentents, and index will be ".R U-MAI fbRnat, i and + use the i.ommaR ferm ItS fns Fnages7.--_G4F__,seaRRed '�iPF=J, .. n s image fWmats. aFe compatible with the image Y1iewing­sAA.VMFe ava#able on the City's GempeseF. 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, observation, and the EXHIBIT"A" Page 7 of 13 contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later) of the record drawings. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. The City staff will: a. Prepare a ppli cation slestimates for payments to contractor. b. Conduct the final acceptance inspection with the Engineer. 2. 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 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. Union Paoifis RailFead, eperating in the aFea- e. Wetlands DeIhneatiGA and PeRA4 f. Texas Commission of Environmental Quality (TCEQ) Permits/Amendments 9. N ueses rte„ Agency i. U.S. Fish and Wildlofe SeFviee (WSPWS) k. United States &ViMnmental PmteGtles (I ISEP EXHIBIT"A" Page8of13 Department of LiGense and Regulation (TDLR 2. ROW and ea6ementa to aseertain any renfiets. and- provide fie4d--RGW PFaGtiee fer Land 9 . the State of Texas, Ninth Edition. -A#-N9* must be tied tO and eenf�rr�%yoth the Gity's Global Positioning Systeffi-(GP-8� COraTLT81 neCWOFk and oemply with all T-xD_T requiF me ts ar7 ap"i'rQq-l-. / E_ Consultant will be FequiFed to peFfeFn; all neGessar-y deed r-esear-eh. 3. Too2ograahiic 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 fine 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. a. PFevide envirenmental site Repafts4hat are needed foF the Rrejec4- b. 5. �apcvrrvn �n de fiGgo. des an ththe o fk B. The duties and FeSPOAsibilities of the PR aFe desrribed as follows- \fVI 1 1 } 7 . �eping the CITY advised as neeessaF5�.- 2. Conference and Meetings: Attend Fneetings with 1 1 meetings, project -elated- meetings as FequiFed by the Gity, and prepaFe and GiFGU!ate EXHIBIT"A" Page9of13 3 iSOF 1 } the r-Antraet nnnwnpn+•+ Samples,-R. PR shall earnmun"cate with CITY with the knowledge of and uRdef4h& 5. Shop DFawings and Samples& A. Rereive which aFe fUFnmshed at the Site by GGntFaGtOF, and notify of availability of Samples f9F examination7 B-. Rg--GeFd date of FeGeipt of Samples and appFOved Shop Drawimrs.- f AJE On deteFrnining if the Work is in general PFGGeedinq in ame.da-inip-te with the Gent—adt R Report whenever PR believer, that any mart r f f 9ntFaGtOF'S 1 Doeuments OF Wall prejudiGe the integrity of the design r.onGept of the Gompleted B. .vMvla •�IlVlly 11 yl 1 I\ Yyl"iG 1 damaged, or does not be 1 and advise Gity and NE of that paFt Of WGFk in pFGgfess4hat fOF } testing, . Laws and Regulations, inGluding but not limited to these to-be 7. R .Ge' rds: } f GFdeFS, } Addenda, additiGnal DFawings issued subsequent to the GentraGt, f } EXHIBIT"A" Page 10 of 13 5 r B. /1^,,,y,,,,, ,,� a� r FeGoFding GOntfaCt6FS h-rtviira en the Site, weather conditions, data Felatiye to questions Of GhaA@e 1 r DiFeed-Wes, OF Ghanged r r 1 1 the Gase of ebseFving test pFecedUFes; and send Gopies to NE and t G. . 8. A, FUFn'Sh peFiediG Fep Fed of pF9@Fess of the Work an" Shop Drawing and Sample submittals-. B. Report kiqmediately to the CITY and AJE the acquFrenGe of any-64e. ether.na,-c ee vcrrvTVRq.�.T. two phOtOgFaphs peF day, ineluding an adequate amount of ph Aogfap4+ deGumentatien of utility Gonfi'Gts. 9. A. re the issue of f� rye etinn submit to Gen# tGr- . 1:�1 7'L t17L 1Ti7F�C7T�� b�l"!7p'ILZf , -t -h-ewed Iremc req idng Gamnletion OF nnrrr.nfien B. Partmempate in a final the GempaRy of v• vwVV.vvV ..VIIIV IV�M11"If 1 r GORtFaGtGF and prepaFe 1+— 4— be eempleted OF f.ArreGted G. ObseFve whether all ReFA6 an final list hay e been eempleted ef janGe of the Net"Ge of ACGeptabmipty of the Work,- 6. Start-up Services. Provide on-site services and verification for all start-up procedures during actual start up of major Project components, systems, and related appurtenances if needed and required. 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. EXH1Bi7"A" Page 11 of 13 documentation, whinh will innlude PCP1nt C)S1.IClnt 1eep sheets;leg+es, cA amhkeGtWe, t lists, lists, lists, equilaffem liste and instrumentation nnenifiinn#ien sheets 2. SCHEDULE PROPOSED PROJECT SCHEDULE DAY DATE ACTIVITY Wednesday 19 June 13 Begin Preliminary Phase Monday 15 July 13 Begin Design Phase Friday 19 July 13 interim Submittal Friday 15 Aug 13 City Review Friday 13 Sept 13 Pre-Final Submittal Friday 11 Oct 13 City Review Friday 8 Nov 13 Final Submittal Monday (2) 18 Nov 13 Advertise for Bids TueMed/Thu Dec 3,4,5 13 Pre-Bid Conference Wednesday 18 Dec 13 Receive Bids Monday 15 Jan 14 Begin Construction Weekday 9 April 14 (12 weeks) Construction Completion 3. FEES 3. 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. For services provided in Section I.A.1-4, A/E will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon A/E's estimate (and City Concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in Section I.A.4, the statement will be based upon the percent of completion of the construction contract. City will make prompt monthly payments in response to AIE's monthly statements. EXHIBIT"A" Page 12 of 13 r 4. 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: C. Summary of Fees Fee for Basic Services 1. Preliminary Phase $25,678 2. Design Phase $42,697 3. Bid Phase $7,331 4. Construction Phase $13,869 Subtotal Basic Services Fees $89,575 Fee for Additional Services (Allowance) 1. Permit Preparation (as applicable) ids TXDGT rra TNRGr Nue Ges County 41 _once 4 VI VIVVrrole and Regina inn .viwv vvru,L.e.V Texas Commission on Environmental Quality $2,954 Total Permitting ROW Acquisition Survey (AUTHORIZED) 3. Topographic Survey (AUTHORIZED) $8,306 4. Environmental Issues 0 5. Construction Observation Services 0 6. Start-up Services $2,$08 7. Warranty Phase $2,808 8. Provide SCADA Documentation 0 9. As-Built Electrical for Generator Upgrade $2,530 10.Windstorm Certification 0 11.Geotechnical investigation $6,528 Sub-Total Additional Services Fees Authorized $25,934 Total Authorized Fee $115,509 EXHIBIT"A„ CITY OF CORPUS CHRISTI, TEXAS J.C. ELLIOTT TRANSFER STATION ADMINISTRATIVE BUILDING IMPROVEMENTS EXHIBIT A-1 SCOPE OF WORK A. BASIC SERVICES A.1 PRELIMINARY PHASE Project Initiation and Data Collection Kleinfelder will attend one Project Initiation team meeting with the Client to develop an initial Work Plan of specific tasks, staff assignments and responsibilities, deliverable products, project calendar and budget. One visit to the project site will be performed with the Client. This initial phase will include the following activities: • Observe site operations, existing utility systems, vehicle movements, parking, pedestrian movements, etc., which may affect the location or design of new facilities. • Review existing documentation of the property, site and buildings, as available. Identify additional information needed and assign responsibility. • Confer with Client and designated users to develop functional requirements for all areas of the proposed building, including room sizes, room-to-room adjacencies, employee counts, required heating and cooling, communications, security, appliances and other equipment, furnishings, fixed and movable furniture, etc. • Determine applicable codes and standards, including Texas state and local Corpus Christi building codes, City design and construction codes, City ordinances, planning requirements, ADA and Texas accessibility standards, other City departmental regulations, Energy codes, Windstorm and other insurance regulations, etc. • One (1) project initiation meeting with the design team (remote via videoconference or telephone) • One (1) Project kick-off meeting in Corpus Christi with City and design team. • Two (2) Progress meetings with the design team (remote via videoconference or telephone) EXHIBIT"A-1" Page 1 of 7 As an Additional Service under item 8.3, a site specific topographic and location survey will be performed and used to prepared base map and identify existing utilities, structures, drains, grade breaks and field information for use in preparing schematic designs. Surreys performed will utilize horizontal and vertical controls based on official government recorded control points and survey markers. Conceptual Design A Conceptual design approach will be prepared for the proposed building, including recommended improvements to the site. The concept will include a diagrammatic site plan and building plan, showing the general location, size and organization of site features and spaces within the building. We will develop a preliminary listing of interior furnishing and equipment to be accommodated. Conceptual Cost Estimates Kleinfelder will develop a conceptual estimate of probable construction cost based on the preliminary building design, construction type, primary materials, and finishes, building systems, furnishings and equipment. The estimate will include site and utility design elements. Unit costs will be based on industry standard data, current trends and local conditions, probably bidding conditions at the time of construction, and historical data from past City bid tabulations if available. As appropriate, this estimate may recommend the inclusion of Alternates for budget control. The purpose of the conceptual estimate of probable construction cost is for budget planning purposes, and will include a 30% percent contingency not to be used for bid or construction purposes. Basis of Engineering Design Report We will prepare a Basis of Design report presenting the methodology, findings and recommendations for the project. A written narrative of the proposed work, the conceptual site and building design and the conceptual cost estimate will be included, along with data sheets for each room and for the general building requirements. A summary of building code, accessibility requirements and required reviews, permits and approvals will be included, along with a preliminary schedule for final design, procurement and construction. This report will be in an 8Y2 x 11 or 11 x 17 format and will be delivered in electronic and hard copy formats. A.2 DESIGN PHASE Schematic Design An interim Schematic design will be prepared for the proposed building, including recommended improvements to the site. The schematic design package will include site plans including utility services and building plans, exterior elevations and interior layouts of furnishing and equipment. We will prepare a basic 3D model to illustrate the general building massing, appearance, recommended materials and relationships to other EXHIBIT"A-1" Page 2 of 7 r structures and site features. The Schematic documents will also identify specific improvements to utilities, grading, drainage, surface treatments and features, parking, access, electrical services, communications and buildings and existing structures to be made within the project area. Utility services include new domestic sewer service connection to the city sewer system, including abandonment of the existing septic system, water, additional drainage structures to control runoff, gas service and demolition of existing structures within the project area. The Plan Executive Summary identified in Section 2.e of Exhibit "A" will be included in this task. Final Design and Construction Documents Based on the City's acceptance of the Interim (Schematic) design package, Kleinfelder will provide complete Civil, Structural, Architectural and MEP drawings and specifications suitable for bidding. As directed by the City, we will provide a pre-final submittal of plans, specifications, bid documents and cost estimate for review prior to preparation of the final bid package. City standard contract documents, forms and templates will be used in preparation of the bid package. Final Cost Estimate and Construction Schedule Kleinfelder will prepare a final estimate of probable construction cost based on the completed site and building design. Costs will be based on industry standard data, current trends and local conditions, probable bidding conditions at the time of construction, and historical data from past City bid tabulations if available. If requested by the City, this estimate may include Alternates. An updated Construction Schedule based on anticipated bid, award, construction start and completion dates will be prepared. This schedule will identify all major construction activities and phases and will include an outline Schedule of Values and a projection of anticipated monthly payments to the Contractor. A.3 BID PHASE Kleinfelder will assist the City in the identification of potential bidders, attend a pre-bid conference, respond to pre-bid questions, issue clarifications or Addenda as necessary, attend bid opening, evaluate and report on bids, and prepare letter of recommendation of award of the construction contract, etc., as specified in Section 3 of Exhibit"K. A.4 CONSTRUCTION PHASE Mobilization and Construction Upon receiving Contractors Notice to Proceed from the City of Corpus Christi, Kleinfelder will begin construction phase admWstration services. The estimated construction schedule is 12 weeks. A minimum of 5 regular visits by one Kieinfelder representative will be made to the construction site. The Kleinfelder representative will perform these services as described under Construction Phase Services of Exhibit A. If =EXHIBIT f 7 additional visits are required by a Kleinfelder representative due to an extended construction schedule, the City of Corpus Christi will be notified of the estimated number of increased visits required to meet contract requirements and will provide an estimated fee for the increased services. Project Close-out Upon notification by the contractor of the date of substantial completion, Kleinfelder will arrange a final inspection. A site visit with Kleinfelder, the Contractor and the City of Corpus Christi will be conducted. A site walk will be performed at that time observing the completed work, installations and construction. Observations will be made to determine compliance with contract documents, designs and specifications. During the site visit and observation agreement, a summary of those items not meeting project specifications or not being completed under contract requirements will be prepared and designated as the "Punch Lis#" which itemizes remaining work to complete, correct or modify. The contractor will be required to notify the city of Corpus Christi and Kleinfelder when the punch list items have been addressed. A second meeting with the contractor, the City of Corpus Christi and Kleinfelder will be held onsite to confirm and verify the required corrections under the punch list were completed. A certificate of completion will be prepared and issued to the contractor only when the items listed in the Punch List are con#irmed.to be corrected and documented to be complete. ADDITIONAL SERVICES B.1 Permitting Designs prepared for the JC Elliott Building Improvements will be processed with the City of Corpus Christi Development Services Department. Additional services under this task include revisions to the JC Elliott TS permit document with the TCEQ. Under this scope of work, additional permitting is not anticipated for the items listed under Exhibit A 3.B.1. With these assumptions, an Allowance budget of $2,954 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. 13.2 Right-of-Way (ROW) Acquisition Survey (not applicable to this project) B.3 Topographic Survey A topographic survey of the project site is necessary for the preparation of design and development plans. The area of site development will be confined to the compound within the fenced area of the transfer station of approximately 4.5 acres. Mapping this area allows consideration of the most options in development of the site for new building construction.An allowance budget of$8,306 is estimated for this task. EXHIBIT"A-1" Page 4 of 7 ' � e B.4 Environmental Issues The JC Elliott Transfer Station Building improvements site area is located adjacent to the JC Elliott Landfill which was closed in 2006. 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. B.5 Construction Observation Services These services are not included in this project. 13.6 Start-up Services Start-up services will be conducted by the City of Corpus Christi, in the presence of the Kleinfelder representative and the Contractor. Observations and verification of the functionality and operation of systems, equipment and related devices installed will be documented under this task. An allowance of$2,808 is estimated for this task. 13.7 Warranty Phase In accordance with the City of Corpus Christi requirements, the Contractor will warrantee all completed work and installations for a period of one year from date of certified completion. During this time Kleinfelder will work with contractor directly in supporting the City of Corpus Christi in ensuring the obligations of the contractor are met under the agreement. The number, type and level of services required for this task are difficult to estimate, and an allowance estimate for providing this support to the City of Corpus Christi is $2,808. 13.8 Provide SCADA Documentation These Services are not applicable to this project. EXHIBIT"A-1" Page 5 of 7 B.9 Provide Soil Investigation, Borings, and Testing The purpose of the proposed soil investigation will be to provide recommendations for use during the design of foundations for the J C Elliott Transfer Station Building Improvements project. To accomplish this purpose, this task includes exploring subsurface soil conditions, obtaining physical soil properties by laboratory testing, and providing recommendations for use during design of the foundations. This scope is discussed in detail below. Field Exploration • Coordinate field activities with the city of Corpus Christi personnel • Locate the proposed borings using a site plan and measurements from existing landmarks; these locations will be recorded) in the field using a hand-held GPS device • Contact Texas 811 to locate buried utilities within existing easements and right- of-ways • Mobilize a truck-mounted drilling rig to drill 2 borings, one to a depth of 25 feet below grade and one to a depth of 40 feet below grade • Sample the subsurface soil continuously to a depth of 10 feet, and then every 5 feet thereafter; samples will be collected using either a tube sampler, or a split spoon sampler in conjunction with the standard penetration test • Observe for groundwater seepage during drilling and, if encountered, after a 10 minute waiting period • Backfill boreholes with soil cuttings upon completion The borings will be logged in the field by a Kleinfelder engineering technician. Laboratory Testing 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 M-1"f 7 Kleinfelder 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. Engineering Analysis and Report An engineering analysis and evaluation of the field and laboratory data will be performed for the project, based on available project concepts. Information to be provided in the report includes the following items. • Description of the field exploration and laboratory testing • Summary of laboratory test results * Discussion of subsurface soil and groundwater conditions • General discussion of the site geology o Discussion of potential soil movements, including calculated potential vertical rise (PVR) • Recommendations for foundation type, depth, and allowable loading • Seismic geotechnical criteria per International Building Code (2009) • Earthwork recommendations, including backtill requirements ® Plan of borings to scale illustrating the approximate location of each boring ® 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. An allowance of$6,528 is estimated for this task. EXHIBIT"A-1" Page 7 of 7 EXHIBIT "B" MANDATORY INSURANCE REQUIREMENTS & INDEMNIFICATION FOR A1E PROFESSIONAL SERVICES/CONSULTANT 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 $1,000,000 COMBINED SINGLE LIMIT including: 1. Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors AUTOMOBILE LIABILITY to included $1,000,000 COMBINED SINGLE LIMIT 1, Owned vehicles 2.. Hired— Non-owned vehicles PROFESSIONAL LIABILITY including: $1,000,000 per claim 1 $2,000,000 Coverage provided shall cover all aggregate employees, officers, directors and agents (Defense costs not included in face value 1. Errors and Omissions 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 WORKERS' COMPENSATION Which Complies with the Texas Workers Compensation Act EMPLOYERS' LIABILITY 500,0001500,0001500,000 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. EXHIBIT"B" Page Iof3 J:4Engineering FormsILARGE AE EXHBIT B.DOCX t 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. 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 EXHIBIT"B" Page 2 of 3 JAEngineering FOrmsILARGE AE EXHIBIT B.DOGX 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" Page 3of3 JAEngineering FormsSLARGE AE EXHIBIT B.DOCX O a � �wa e Q M t ° N G O O O O c 0 M N CL w gn r U) (L a o U 00 ° 00 a00 ❑ ❑ ❑ 0 ooc� 0 L° �°n � m m m Lf) L n 0 0 o � 0. 6 LO F- _ cc� 000 0000000 coo O ca a erg 8 H H H `�? �? GO V* to a -- oaa � 0 ° mmmQ �C 069 0N , O to to LLB ++ CD0U) Cbto nNH000 � �° � g 0 0 0L. � H o � csmmmti Ni• � e[ r s- e� eMf 00 N at CO v N z F- O to Ns �► dr c* .. U LU N V_ crzz O `fl ° N0N �' OCNC m mm C%L OD a z z H F- H ER C%l H -0 � V o a W i y C aa _= U Q O 69 N 0 N N O m m m r 0 O p p I— o Z v- � C14 .O a � 047) L0r� 80 a °oQammm � GN N H N Go U N N U N �N (n LL fA N .0 Cl) L �. G CD LL to LL w 0 ca V a, N C fA t 43 d m p� u�i i m c c a - m Q �. Z N Li c G 0 w fA C :a o ¢ N c w E rn a ca g E cLo ar c ❑ o E U m c� CL m a`_ 0m0ca 0U) m� mm ¢ � EXHIBIT "C" Pa e 9 of 1 SUPPLIER NUMBER TO BE ASSIGNED BY C11 Y =_ PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Corpus DISCLOSURE OF INTEREST Christi City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Kleinfelder Central, Inc. P.O.BOX: STREET ADDRESS: 5002 Ambassador Row CITY: Corpus Christi ZIP: 75416 FIRM IS: 1. Corporation ® 2. Partnership ❑ 3. Sole Owner ❑ 4. Association 5. Other 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 Citv NIA Department(if known) 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 & 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 A/ 4. State the names of each employee or officer of a "consultant' for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest'constituting 3%or more of die 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. 111thics 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: jyR LI 5� I;Lt, Title: ae IW4M GVl (Type or Priol) Signature of Certifying Date: Person: 1116113 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 oftaxation 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.