Loading...
HomeMy WebLinkAboutC2024-014 - 1/30/2024 - Approved Service Agreement No. 3222 CITY OF CORPUS CHRISTI AMENDMENT NO. 2to the CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, CITYRisa Fisher & Associates Inc. dba Risa Weinberger & Associates, Inc., CONSULTANTgree to the following amendmentto the Contract for ProfessionalServicesforProject No. 20288Solid Waste Compost Facility, asauthorized and amended by: Original ContractApril 1, 2021MotionNo. M2021-066$126,508.00 Amendment No. 1December 15, 2022MotionNo. M2022-171$ 61,561.00 IN THE ORIGINAL CONTRACT, EXHIBIT A, SCOPE OF SERVICES, shall be modified asshown in the attached Exhibit A. IN THE ORIGINAL CONTRACT, COMPENSATION shall be modified as shown in the attached Exhibit A for an additional fee not to exceed $690,709.00for a total revisedfee not to exceed $878,778.00. All other terms and conditions of the April 1, 2021,contractbetween the and CONSULTANT and of any amendments to that contract which are not specifically addressed herein shall remain in full force and effect. CITY OF CORPUS CHRISTIRISA FISHER & ASSOCIATES INC.DBA WEINBERGER & ASSOCIATES ____________________________________________________________________ JefferyH. Edmonds, P.E.DateRisa WeinbergerDate Director of Engineering Services5501 Bryan Street Dallas, Texas 75206 (214) 729-7071Office risa@risawassoc.com APPROVED AS TO LEGAL FORM: ____________________________________ Assistant City AttorneyDate ______________________Authorized By Council________________________ ATTEST ____________________________________ City SecretaryDate Risa Weinberger & Associates, Inc. Phone: 214-729-7071 Email: Risa@RisaWAssoc.com www.risawasoc.com November 26, 2023 Mr. David Lehfeldt, Director, Solid Waste Services Mr. Natnaiel Woldesensbet, Engineer, Engineering Services Via email Subject: Cefe F. Valenzuela Landfill Compost Facility (MSW-2269) - Design, Bidding and Construction Services. Project 20288, Phase II, Amendment 2 Dear Mr. Lehfeldt and Mr. Woldesensbet: Attached to this letter is a proposal submitted to me by Hanson Professional Services, Inc. (Hanson) to provide design, bidding and construction phase services (Phase 2) associated with the recently permitted composting facility on of Probable Construction Cost. As the prime contractor for this project, Risa Weinberger & Associates, Inc. (RWA) proposes the following Scope of Services and Compensation in addition to those described in the attached proposal. Scope of Services Project Management Prepare appropriate contract and budget addenda to reflect Phase 2 Services including design, bidding and construction phase services, plus Additional Services including topographic surveying and geotechnical QA services. Receive monthly invoices from Hanson with back-up information. Prepare monthly invoices and status reports to the City of Corpus Christi throughout a twelve-month project period. Consultation Provide consultation as needed throughout the twelve-month project period, related to regulatory compliance associated with the landfill permit modification associated with the composting facility. Mr. David Lehfeldt Mr. Natanaiel Woldesensbet November 26, 2023 Page 2 Non-technical Review of Construction Documents Provide non-technical review of Construction Documents (30%, 60%, 90%, 100%) provided to RWA by Hanson. On-site Observation and Pre-opening Inspection Attend up to two on-site observations during the course of the twelve-month project period. Site visits may include operator training as requested by the City of Corpus Christi, which training may require additional manhours at additional cost to be authorized separately. Compensation Based on the tasks outlined above, the proposed fee for these services provided by RWA will be twelve- thousand dollars ($12,000) for labor and direct expenses. This compensation is based on 60 manhours over a twelve-month period, including up to two, one-day site-visits. Proposed total compensation for Phase 2 services as described above plus services as described in the attached proposal by Hanson is as follows. Hanson Basic Services $283,009 Hanson Additional Services $395,700 RWA $ 12,000 Total Compensation $690,709 Thank you for the opportunity to continue working with you through completion of your new composting facility. We look forward to seeing it in operation soon. Please do not hesitate to contact me of you would like to discuss this proposal. Sincerely, Risa Weinberger & Associates, Inc. Risa Weinberger, P.E. President CC: Philip Aldridge, Assistant Director of Solid Waste Services Hanson Professional Services Inc. 4501 Gollihar Road Corpus Christi, TX 78411 (361) 814-9900 Fax: (361) 814-4401 www.hanson-inc.com January 16, 2024 Ms. Risa Weinberger, P.E. Risa Weinberger & Associates, Inc. 5501 Bryan Street Dallas, Texas 75206 Re: Cefe F. Valenzuela Landfill Compost Facility (MSW-2269) Design, Bidding and Construction Services. Project 20288, Phase II, Amendment 2 Dear Ms. Weinberger: Thank you for the opportunity to provide professional engineering services for the City of Corpus Christi (City) Compost Facility (Compost Facility) waste landfill (Landfill). The following outlines proposal to complete this work, which will include design, bidding and construction phase services (Phase II). The proposed Compost Facility is approximately 106 acres in size and will be located on the eastern portion of the Landfill permit boundary, north of the future disposal Unit 2. The Compost Facility will include the following operation areas: Lined active composting area Screening, curing and final product area Future bagging plant area Feedstock storage area Mixing/blending area Crushing pad Roadways and parking area, including covered storage for equipment Fueling station (diesel storage tank) Lined stormwater retention pond This project will include lighting along with the necessary power requirements for the fueling station and a pump associated with the crushing pad. Hanson will employ a sub-consultant (Bath Group, Inc., Corpus Christi) for the electrical engineering design of these features. Our staff is thoroughly familiar with the Landfill and and construction procurement process. Based on this understanding of the work, we propose to perform the following specific tasks: Engineering Design and Assistance with Bidding Engineering Letter Report (ELR)/30% The ELR will be based upon the facility configuration as depicted in the Compost Facility permit modification, previously prepared by Risa Weinberger & Associates, Inc. and Hanson, Ms. Risa Weinberger, P.E. Risa Weinberger & Associations, Inc. January 16, 2024 - 2 - and approved by TCEQ on September 1, 2023. The following is a brief description of each of the operation areas. The lined active composting area will include a 2-foot re-compacted clay liner with a windrow operating surface. It is anticipated that both the clay and protective cover soil will be available on-site. The permitted site layout designates approximately 40 acres for the lined composting area. Hanson will provide a design for the entire area, but it is our understanding that the City is only planning to construct 25 acres in the initial development, therefore the construction plans will reflect that configuration. The screening, curing and final product area will be constructed with an operating with a footprint of approximately 16 acres. The future bagging plant area will consist of a footprint of approximately 2.25 acres, be graded for future use, but otherwise left undeveloped. The feedstock storage area will be graded and constructed with an operating surface of compacted on-site soil with a footprint of approximately 9.4 acres. The mixing and blending area will be graded and constructed with an operating surface of compacted on-site soil with a footprint of approximately 0.75 acres. The crushing pad will be a sloped concrete surface for crushing certain feedstocks to release liquids that will flow to a trench drain where it will be collected in a buried storage tank. The crushing pad will have a footprint of approximately 21,000 square feet (s.f.). The storage tank will have an approximate capacity of 500 gallons. Liquid from the tank can be pumped into transport equipment and applied to the windrowed materials as needed. Roadways and parking areas will be surfaced with flexible base material. The parking area will also include approximately 40,000 s.f. of exposed surface and a 4000 s.f. covered storage area for heavy equipment. The cover for the storage area will be framed with structural steel, founded on concrete column footings, with steel sheet metal roofing and will be unenclosed. There will be a brick entrance to the facility entrance will have a rolling aluminum gate for access control, similar in design to the existing operations area entrance. The design will include an un-covered a fueling station with an above-ground double- walled diesel tank. The fueling area will include a drip pad for containment of incidental operational spills and will include pumping equipment for high-volume diesel fuel delivery. Stormwater runoff from the active composting area will be collected via surface sheet flow across an existing pipeline easement to geomembrane-lined drainage channels and then directed to a geomembrane-lined stormwater retention pond. The drainage channels will consist of approximately 2,500 linear feet and the stormwater retention pond will have a footprint of approximately 6 acres. The design will include limited area lighting focusing on security (rather than operations) for the covered heavy equipment storage structure, the fueling station and the parking area. No building structures other than the heavy equipment storage shed will be included. It is also assumed that the City will be responsible for the extension of power to the composting facility Ms. Risa Weinberger, P.E. Risa Weinberger & Associations, Inc. January 16, 2024 - 3 - by Nueces Electric Co-op (NEC). If requested, Hanson can provide assistance in the form of NEC easement preparation and surveying through an MSA task order. Hanson will prepare the ELR/30% design submittal and host a design workshop with the City to review the package. The package will include: A plan view layout of the proposed construction, including the proposed compost facility configuration as well as the components that will be a part of the project. A technical memo outlining construction work items for the bid package, approximate quantities and preliminary opinion of probable construction costs, and a description of additional requirements (e.g., TCEQ mandated construction inspection/quality assurance testing, regulatory submittals) A proposed project schedule. 60% Construction Documents Package Based on the comments received from the City on the ELR/30%, Hanson will prepare draft construction documents representing approximately 60% design completion and will meet with the City in a design review workshop. The package will include: Construction drawings, including plans, sections, and details, for the construction components identified in the ELR. Drawings will include the record drawing number as provided by the City. Construction specifications for construction components identified in the schematic design. Contract documents, including instructions to bidders, agreements, bonds, general conditions and special conditions, using City standard forms with information required to render those forms suitable for the project. All documents will be prepared in City standard format and drawings will be developed in electronic format (AutoCAD Civil 3D®, updated through 2017 or higher). Final drawings will be archived from AutoCAD Civil 3D as Adobe Acrobat Portable Document Format (.pdf) set up as Contract documents and specifications will be prepared in Microsoft Word and will be archived as .pdf. 90% Construction Documents Package Based on the comments received from the City on the 60% Construction Documents Package, Hanson will prepare a 90% design submittal package of construction documents and will meet with the City in a design review workshop to review the package. The package will include updated versions of the documents furnished for the 60% submittal along with an opinion of probable construction cost. 100% Construction Documents Package Following the incorporation of any comments from the 90% construction documents review, Hanson will prepare and deliver to the City Engineer the 100% design submittal package of construction documents and will meet with the City in a design review workshop to review the package. The package will include updated versions of the documents furnished in the 90% submittal along with an opinion of probable construction cost. Ms. Risa Weinberger, P.E. Risa Weinberger & Associations, Inc. January 16, 2024 - 4 - Final/Signed & Sealed Construction Documents Package Following the incorporation of any comments from the 100% construction documents review, Hanson will prepare and deliver to the City Engineer final reproducible drawings, specifications and contract documents. This package will include: An electronic version of all documents in PDF format on USB flash drive or on other comparable electronic media acceptable to the City. . -size drawings. Three (3) hard copy sets of contract documents and specifications. One (1) hard copy of the opinion of probable construction cost. Assistance with Bidding The City will utilize the CivCastUSA website for managing the bidding process and will be responsible for uploading documents, managing the project on the website, and conducting the public bidding process. Hanson will provide the City with the following services during the bidding phase: Attend the pre-bid meeting including a site visit to the project site. Evaluate questions from bidders and prepare for the City Engineer written answers to questions or requests for additional information. Prepare written addenda for the City Engineer as warranted for any additional information or bid document revisions to be conveyed to potential bidders. Review bids received, including a review of each bid to ensure it contained the minimum information to be considered responsive, and prepare a tabulation of bids. Prepare a written evaluation of the bids and recommendation for award. Support Services Pre-Construction Topographic Surveying Hanson will perform a limited pre-construction topographic survey of the proposed Compost Facility construction area to obtain information on existing conditions necessary for design, including estimation of excavation and/or fill volumes. This will include the area where the lined retention pond will be located. This survey will be performed using conventional surveying equipment, based on the survey datum provided in the TCEQ permit documents. There will be no separate deliverable of the pre-construction topographic survey; the results will be incorporated into the design and construction documents. Construction Administration and Quality Assurance Construction Administration Hanson will provide the following services during the construction phase of this project: The construction administration services outlined below are based on a construction contract term of six (6) months from Notice to Proceed to substantial completion. Attend and assist the City with the pre-construction conference. Review up to ten (10) material and other submittals customarily provided by the contractor or required by the contract documents during the course of construction. Submittals requiring more than two (2) reviews by Hanson will be performed on a time The contract documents will specify that the contractor reimburse the City for the cost of these additional reviews. Ms. Risa Weinberger, P.E. Risa Weinberger & Associations, Inc. January 16, 2024 - 5 - purpose of checking for general conformance with the design concept expressed in the contract documents. Hanson shall not be responsible for any deviations between the shop drawings, the contract documents, and field conditions. Provide interpretations and clarifications of the plans and specifications for the contractor the construction contract and are not contrary to the general interest of the City under the contract. Review and evaluate up to three (3) change order proposals that may be necessary during the progress of the work including a recommendation to accept or reject. Consult with the City and exchange oral status reports on a weekly basis during construction. Make weekly visits to the project site to observe the general progress and quality of the work, and determine, in general, if the work is being done in accordance with the contract documents and in accordance with the quantities of work represented in current contractor requests for payment. The site visits will include a duration of up to four (4) hours per week and will be conducted through the six (6) month construction schedule. Weekly site visits will not constitute or be confused with resident project representative services or continuous monitoring of the progress of construction. Hanson sub- consultants may also make up to three (3) site visits during construction. Additional on- site observation will be provided by our subcontractor, Modern Technology/Modern Environment (MTME) of Corpus Christi, Texas as a portion of the Geotechnical Quality Assurance (QA) services as described below. Conduct an inspection in anticipation of substantial completion and prepare a punch list of items for correction, repair or installation by the contractor prior to final inspection. Conduct a final inspection with the City and contractor, to include an orientation by the contractor to familiarize City personnel with the mechanical and control systems. -, field observations, approved change orders, and documented changes reported by the City inspector(s), Hanson will prepare a set of record drawings to be provided in both electronic format (as described for the 60% submittal) and in one (1) hard copy. Post-Construction Topographic Surveying Hanson will perform post-construction topographic surveys to document the horizontal and vertical placement of construction elements required by TCEQ regulations, and the construction QA documents. These will include surveys of the subgrade, the compacted clay liner, protective cover layer over the liner, and the geomembrane liner panel seams at the retention pond. We will also coordinate to confirm existing survey control system. This proposal is based on no more than two (2) separate mobilizations of one (1) day each to complete these post-construction topographic surveys. Geotechnical QA Services (SLER & GLER) TCEQ regulations and the facility permit require that during the liner construction, the City provides geotechnical QA services to confirm that the composting area liner materials (clay and protective soil) meet the required material properties and that the construction and installation procedures comply with the requirements identified in the permit and QA documents. Additionally, it is required that a qualified technician or engineer be present on site at all times when clay liner construction or pond and ditch liner installation is occurring. This on-site observation will be supplemented with the field and laboratory testing program Ms. Risa Weinberger, P.E. Risa Weinberger & Associations, Inc. January 16, 2024 - 6 - outlined in the permit and QA documents. Properly credentialed personnel and analytical laboratories will be used for all testing, as outlined in the permit and the QA documents. The results of all field and laboratory testing will be included in the appropriate reports submitted to the TCEQ. MTME will provide construction Quality Assurance (QA) services and preparation of the documentation for TCEQ submittal. MTME staff will be on site to observe and document construction, as well as coordinate sampling and field and laboratory testing of construction materials. As the professional of record, MTME will prepare the Soil Liner Evaluation Report (SLER), and the Geomembrane Liner Evaluation Report (GLER) for submittal to TCEQ. Because the QA effort is greatly influenced by the schedule and productivity of the contractor, the fee for geotechnical QA services is recognized as an estimate and billing will be on a time and materials (T&M) basis for actual hours worked plus reimbursable costs (materials testing, shipping, vehicle and equipment usage, etc.). The fee estimate for the QA services is based on a construction contract term of six (6) months from Notice to Proceed to substantial completion, working twelve (12) hours per day, seven (7) days per week. Schedule This schedule was developed in consultation with City staff and includes a timeline as presented below. Project Schedule Design Start February 1, 2024 Topographic Design Survey February 2024 Draft ELR Submittal March 4, 2024 City Draft ELR Review Complete March 15, 2024 Final ELR Submittal April 1, 2024 60% Design Submittal April 15, 2024 City 60% Design Review Complete April 26, 2024 90% Design Review Submittal May 13, 2024 City 90% Design Review Complete May 24, 2024 100% Pre-NOA Submittal June 10, 2024 Final Sealed Bid Package June 24 2024 Advertise For Bids July 2024 Pre-bid Conference July 2024 Receive Bids July 2024 Contract Award August 2024 Begin Construction September 2024 Complete Construction February 2025 Ms.Risa Weinberger, P.E. Risa Weinberger & Associations, Inc. January 16, 2024 -7- #®¬¯¤­² ³¨®­ Based on the tasks outlined above, the proposed fee for these services willbe as follows: Project ComponentInitial FeeAmd. No. 1Amd. No. 2Total Fee Basic Services Preliminary$35,808.00$22,539.50$0.00$58,347.50 DesignPhase$0.00$0.00$198,425.00$198,425.00 Bid Phase$0.00$0.00$13,016.00$13,016.00 Construction Admin. Phase$0.00$0.00$71,568.00$71,568.00 Subtotal Basic Services$35,808.00$22,539.50$283,009.00$341,356.50 Additional Services TopographicSurveying$0.00$0.00$42,357.00$42,357.00 Geotech.QA Services$0.00$0.00$353,343.00$353,343.00 (T&M Est.) Subtotal Additional $0.00$0.00$395,700.00$395,700.00 Services Summary of Fees Basic Services Fees$35,808.00$22,539.50$283,009.00$341,356.50 Additional Services Fees$0.00$395,700.00$395,700.00 Total Authorized Fees$35,808.00$22,539.50$678,709.00$738,056.50 We appreciate the opportunity to submit this proposalto you. We look forward to working with you on this important project.If you have questions or need additional information, please do not hesitate to contact us. Sincerely, HANSON PROFESSIONAL SERVICES INC. Grant A. Jackson, P.E., P.Eng. Chief Production Officer/Vice President cc: Philip Aldridge,AssistantDirector of Solid WasteServices I:\\21jobs\\21L0162A_00\\Admin\\03-Proposal\\Cefe Valenzuela LF Compost Facility Proposal 2024 01 16.docx SUPPLIER NUMBER __________ TO BE ASSIGNED BY CITY PURCHASING DIVISION CITY OF CORPUS 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 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. Sjtb!Xfjocfshfs!'!Bttpdjbuft-!Jod/ COMPANY NAME: P. O. BOX: 86317 Ebmmbt 6612!Cszbo!Tusffu STREET ADDRESS:CITY:ZIP: FIRM IS:1.Corporation2.Partnership3.Sole Owner Y 4.Association5.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 City Department (if known) Opof 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 Opof 3.State the names of each “board member” of the City of Corpus Christihaving an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Board, Commission or Committee Opof 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 Opof FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any Cityofficial 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. Qsftjefou Sjtb!Xfjocfshfs Certifying Person:Title: (Type or Print) 2042035 Signature of Certifying Date: Person: DEFINITIONS a.“Board member.” A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b.“Economic benefit”. An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c.“Employee.” Any person employed by theCity 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. (check applicable) Sjtb!Xfjocfshfs Tfqufncfs!37-!2:68 and my date of birth is _______________________. Ebmmbt VTB 6612!Cszbo!TusffuUY _______, ______________, _________. (street)(city)(state)(zip code)(country) Ufybt Ebmmbt Gfcsvbsz35 23ui State of ________________, on the _____day of ___________, 20_____. (month)(year) (Declarant)