Loading...
HomeMy WebLinkAboutC2005-004 - 1/11/2005 - ApprovedCITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or Designee (Director of Engineering Services) and Urban Enqineerinq, a Texas corporation, 2725 Swantner Drive, Corpus Chdsti, Nueces County, Texas 78404, (Architect/Engineer - A/E). hereby agree as follows: 1. SCOPE OF PROJECT (Downtown Drainaqe Improvements) Phase 1 - Project "A" Water Street New Interceptors and Inlets (Project No. 2036) - This project involves construction of the Water St. Interceptor, an 8' x 5' concrete box culvert that will transfer a portion of the stormwater runoff from the upper end of the Power St. Pump Station drainage basin into the drainage basin of the Kinney St. Pump Station. The interceptor will be a gravity system and is to be constructed in Water St. from Williams St. to Kinney St. In addition, five intersections along Water St. that drain into the main storm sewer line feeding the Power St. Pump Station will be renovated to improve storm water flow capacity. These improvements include for each intersection the renovation of two existing slot inlets, a 3' foot wide companion grate inlet in the street in front of the slot inlets and replacement of laterals as necessary to provide a minimum of 24" diameter from the inlet to the existing storm sewer main. Phase I - Project "B" Kinney Street Pump Station (Project No. 2225) - There is an existing Pump Station located on City property at the corner of South Shoreline Blvd. and Kinney St. that provides pumping for storm water collected in the area known as the "Kinney St. Pump Station Watershed". The pump station operates on an as-needed basis to pump collected storm water for discharge to the bay. The existing station was constructed in 1947 and has a rated capacity of 167 CFS (74,950 GPM). There is an existing 54-inch diameter discharge pipe from the pump station to the bay. It has been determined that the Kinney St. Pump Station capacity should be 426 CFS (191,200 GPM) to handle a 100 year storm event. A new larger capacity pump station is proposed to replace the existing pump station. The new station will include a concrete wet well and discharge structure, trash screening equipment, storm water pumps, associated yard piping, instrumentation, electrical and miscellaneous site work. An additional discharge box to the bay will be constructed to carry the additional flow. Due to its location landscaping, fencing and walls will be used to provide an architecturally pleasing facility. Mechanically cleaned bar screens will be provided to remove trash prior to the storm water entedng the pump station. The screening will provide protection for the pumps and reduce the amount of debris going into the bay. The existing pump station will remain in service in its current capacity until the new pump station is commissioned and operational. Phase 2 - Aqnes Street Box Culvert and Diversion Lines (Project No. 2226) - The ¢.×iRtinn RIHchc, r P2rk Pressure Conduit (Blucher Box) begins in Blucher Park, above 2005-004 nds down the Bluff and thru the seawall into Corpus Christi Bay. 01/11/05 M2005-011 Contract for Engineering (NE) Servioas Page 1 Urban Engineering ~ DOWNTOWN DRAINAGb~CONSTRUCTION INSPECTION~CONTRACT PROFESSIONAL SERVICES The design intent of the Blucher Box was to deliver the storm water to the bay without having to pump it, however, there have been problems with intermediate inlet connections atthe lower elevations below the Bluff. These inlets are connected with flap gates designed to limit flow in one direction and there have been numerous problems with the gates failing and allowing the storm water to backflow into the Downtown streets, increasing the amount of water that the pump stations are required to handle. The purpose of Phase II is to (1) increase the capacity of the gravity drainage system which will reduce the load on the Downtown pump stations and (2) disconnect the faulty inlets from the existing system which will keep the pressure system from backflowing into local areas that have experienced flooding. This project includes the following improvements: · Construct new 6' x 6' Agnes St. Box Culvert to divert storm water from the existing Blucher Box and from the Kinney St. Pump Station watershed and deliver the water directly to the bay. · Construct Blucher Park Balustrade with top at El. 20.8 to divert flow to new Agnes St. Box Culvert and prevent flooding in the Blucher St. area. · Construct new 42"/30"/24" dia. Inlet Diversion Lines at Tancahua and Carancahua Streets to disconnect existing inlets from Blucher Box to divert flow to new Agnes St. Box Culvert and eliminate dependence on flap gates. · Construct a new 24" dia. inlet diversion line at Chaparral Street to disconnect existing inlets from Blucher Box to divert flow to new Water St. Interceptor (Phase 1, Project A) and eliminate dependence on flap gates. 2. SCOPE OF SERVICES The NE hereby agrees, at its own expense, to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, NE 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" to complete the Project. Work will not begin on Additional Services until requested by the A/E (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. NE 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 NE 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 wdting by the NE and Cont~ac[ [or Engineenng (NE) Services Page 2 of 4 wdtten 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. NE shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee, 4. MANDATORY REQUIREMENTS NE agrees to the mandatory contract and insurance requirements as set forth in Exhibit 5. FEE The City will pay the A/E a fee, as described in Exhibit "A", for providing services authorized. Monthly invoices will be submitted in accordance with Exhibit "D". 6. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the A/E at the address of record. In this event, the NE 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 NE 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 pdor wdtten 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 NE 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 wdting by the City. Contrac[ for Engineering (A/E) Sen,ices Page 3 of 4 it/USERS2'~4OME~VELMAP~GEN~DRAINAGE~2O36 DOWNTOWN DRAINAGE/CONSTRUCTION INSPECTION~CONTRACT PROFESSIONAL SERVICES 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 Corpu,~i~ti Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interest~form attached hereto as Exhibit"O". ~ ) E~ CITY OF CORPUS CHRISTI URBJ~N/~,I~GIN~ Ronald F. Massey, ~ Date Larry J. Ur~ P. =. Date Assistant City Manager 2725 Swar'~net, Drive Corpus Chns~i~X 78404 (361) 854-3101 Office RECOM~IENDED (361) 854-6001 Fax ~gd] R Escobar, P.E., 'D~te ©irector of Engineering Services ATTESTn~BY Arma APPROVED AS TO FORM ContTac[ for Engineering (NE) Servlc~es Page 4 or 4 H/US E RS2'~HOME~VELMAP\GEN~E)RAINAG E~2036 DOWNTOWN DRAINAG E~CO NSTR UCTION INSPECTIONACO NTRACT PROFESSIONAL SERVICES EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS 1. SCOPE OF SERVICES A. Basic Services - NONE. 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 NE 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 NE will, with written authorization by the Director of Engineering Services, do the following: 1. Construction Inspection Services. Provide Project Inspection Services forthe following Downtown Drainage Improvements Projects: · Phase 1 - Project "A" Water Street New interceptors and Inlets (Project No. 2036) · Phase 1 - Project "B" Kinney Street Pump Station (Project No. 2225) · Phase 2 - Agnes Street Box Culvert and Diversion Lines (Project No. 2226) The projects will be constructed concurrently for the most part and one (1) inspector should be adequate to monitor all three (3) projects. The fee is based on working 200 hours per month at a rate of $70.00 per hour. The amount allows for extra time anticipated beyond a typical forty (40) hour workweek due to Contractor periodically working long hours and Saturdays due to cdtical nature of schedules. Total time allotted for completion of all three (3) projects is fourteen (14) months. The rate includes labor, telephone, and mileage. The proposed fee is an allowance and billings will be based on actual time and materials. 2. FEES A. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the NE a not-to-exceed fee as per the table below: EXHIBIT "A" J Page 1 of 2 B. Summary of Fees Fee for Basic Services 1. Preliminary Phase 2. Design Phase 3. Bid Phase 4. Construction Phase Subtotal Basic Services Fees Fee for Additional Services (Allowance) 1. Construction Inspection Services Sub-Total Additional Services Fees Authorized Total Authorized Fee $0.00 0.00 0.00 0.00 0.00 196,000.00 196,000.00 $196,000.00 EXHIBIT "A" I Page 2 of 2 EXHIBIT B DOWNTOWN DRAINAGE IMPROVEMENTS Phase I - Project "A" Water Street New interceptors and Inlets (Project No. 2036) Phase 1 - Project "B" Kinney Street Pump Station (Project No. 2225) Phase 2 - Agnes Street Box Culvert and Diversion Lines (Project No. 2226) Standards, Codes and Safety Requirements The Consultant's work will be performed in accordance with the most current applicable standards, codes and safety requirements. Specifically, the Consultant will adhere to all safety requirements for confined space entry inspecting manholes and similar confined spaces and all traffic control regulations. Insurance Requirements The Consultant will not begin work under the contract until it has obtained all required insurance and provided the City with the related certificates and endorsements. For the duration of the project, the Consultant will provide the insurance listed below and document required coverages with certificates of insurance: 1. Commercial liability including the following coverages: a. Broad form property damage; b. Premises-operations; c. Explosion, collapse, and underground hazard; d. Product/completed operations hazard; and e. Independent contractors. A letter accompanying the certificate of insurance and signed by an authorized representative of the insurer will state that the commercial liability insurance includes the 5 coverages. Minimum coverage amounts will be: Bodily Injury and Consequent Death Bodily Injury and Consequent Death Property Damage $ 500,000 Per Person $1,000,000 Per Occurrence $1,000,000 Per Occun'ence EXHIBIT "B" I Page I of 3 Automobile liability coverage for all owned, non-owned, or rented vehicles. Minimum coverage amounts will be: Bodily Injury and Consequent Death Bodily Injury and Consequent Death Property Damage $ 500,000 Per Person $1,000,000 Per Occurrence $ 500,000 Per Occurrence Employer's liability insurance with a minimum coverage limit of $100,000 per person. Excess liability insurance coverage (for commercial, automobile, and employer's liability insurance with a minimum coverage limit of $1,000,000. 5. Workers Compensation Insurance The Consultant will provide workers compensation insurance for all its employees who will perform any project work. This coverage will be provided through a company authorized to do business in Texas or through self-insurance obtained in accordance with Texas law. Coverage will be documented in a certificate of insurance or, of the Consultant provides self-insurance, then it will provide to the City a copy of its certificate of authority to self- insure its workers compensation coverage liability. The Consultant will also provide a letter stating that the certificate of authority remains in effect and is not the subject of any revocation proceeding pending before the Texas Workers Compensation Commission. Except for workers compensation insurance, for each insurance coverage required under the contract, the Consultant will obtain an endorsement to the applicable insurance policy, signed by an authorized representative of the insurer, stating that in the event of cancellation or material change that reduces or restricts the insurance afforded, the insurer agrees to mail 30-days prior written notice of cancellation or material change to the City at: City of Corpus Christi Department of Engineering Services Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469-9277 IEXHIBIT "B" Page 2 of 3 I For workers compensation insurance, 10-days notice of cancellation or matedal change will be sufficient. The Consultant will also provide an additional insured endorsement for each insurance policy except workers compensation insurance. Each will name the City as additional insured. Use of Subcontractors The Consultant may use subcontractors to complete work under this contract. No subcontractor may provide services unless the City consents. Consent will not be withheld unreasonably. The Consultant will be responsible for completing all contract work even if a subcontractor has assumed responsibility to complete certain work. Also, the Consultant will be responsible for the acts and omissions of any subcontractors. Furthermore, the Consultant agrees that any subcontractor for thi project will include the same mandatory insurance requirements in favor of the City as are specified in the City's contract with the Consultant. This is particularly emphasized for workers compensation insurance coverage. Subcontractor certificates of insurance and endorsements will be collected by the Consultant and available for City review upon request. EXHIBIT "B" Page 3 of 3 H :\U S E R S21H O M E~VE LMAP~G E NkD P, AI N A G E~2 036 DOWNTOWN DRAINAGE~CONSTRUCTtON INSPECTIONLE~XHIBIT B City of CITY OF CORPUS CHRISTI DISCLOSURE OF iNTERESTS Ci[y 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 "N/A". FIRM NAME: Urban Enqineerinq STREET: 2725 Swantner Drive FIRM is: 1. Corporation 5. Other CITY: Corpus Christi ZIP: 78404 2. Par[nership X 3. Sole Owner 4. Association DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or a[tach separate sheet. 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 Tit~e and Cibj DepartTnent (it known) N/A State the names of each official of the City of Corpus Chdsti having an ownership interest constituting 3% or more o[ the ownership in the above named firm. Name ~e N/A 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 CommiYree N/A State the names o[ each employee or officer of 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 Consullant N/A ~'""~ CERTIFICATE I certify that all information p~vidod is t~e and correct as of the date of this statement, that I have not knowingly withheld disclosure of any info,nation requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi. Texas a~hanges/occur. Certifying Person: LarryJ. Urb~o~P.~. ,~, ~ Title: Authodz. ed Representative Signature of Certifying Person: ~k.;;~....~ ~ [~C4~,~.~- Date: ~ &~ O~~'' I EXHIBIT "'C" Page t of 2 DEFINITIONS a. Board Member. A member ol~ any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. Employee. Any person employed by the City of Corpus Christi, Texas, either on a flJll or pad time basis, but not as an ~ndependent contractor. c. Firm. Any entity operated i=or 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 seli=-employed person, partnership, corporation, joint stock company joint venture receivership or trust and entities which, for purposes ol= taxa[ion, are treated as non-profit organizations. d. Official. The Mayor, members of the City Council, City Manager, DeputyCity Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges ol= the Cib/of Corpus Christi, Texas. e. Ownership thterest. Legal or equitable interest, whether actually or consttuctively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. Constructively held refers to holding or control established through voting trusts, proxies or special terms ol= venture or partnership agreements. f. Consultant. Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose ol= professional consultation and recommendation. EXHIBIT "C" Page 2 of 2 U.I rV'ZZ ~ ~_~° 0.5 ~ o o o (CD Page 1 of 1