Loading...
HomeMy WebLinkAboutC2006-053 - 2/28/2006 - Approved 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 RVE, Inc., a Texas corporation, 820 Buffalo Street, Corpus Christi, Nueces County, Texas 78401, (Architect/Engineer - AlE) hereby agree as follows: 1. SCOPE OF PROJECT: Homeland Security Improvements at Wastewater Treatment Plants and Wastewater Equipment Yard - Project No. 7319 This project will provide for necessary improvements to the City's six (6) Wastewater Treatment Plants and the Wastewater Equipment Yard for Homeland Security requirements including motorized vehicle gates and access control card readers at each gate. The project also includes a new high wall masonry fence along the Ennis Joslin right- of-way at the Oso Water Reclamation Plant with an automatic gate. 2 SCOPE OF SERVICES The AlE hereby agrees, at its own expense, to perform professional services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, AlE 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. Exh ibit "A-1" provides supplemental description of services to Exhibit "A" and is not intended to supersede services described in Exhibit "A". Work will not begin on Additional Services until requested by the AlE (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services AlE 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 AlE 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 AlE and written authorization is provided by the Director of Engineering Services. The anticipated schedule of the preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit "A". This schedule is not to be inclusive of any 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. 2006-053 02/28/06 \12006-060 ~ECURITY\CONl RACT PROFESSIONAL SERVICES doc Contract for Professional Services Page 1 of 3 Last Revision: Dec 2004 RVE The Director of Engineering Services may direct the AlE 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. AlE shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. MANDATORY REQUIREMENTS AlE agrees to the mandatory contract and insurance requirements as set forth in Exhibit "B" 5. FEE The City will pay the AlE a fee, as described in Exhibit "A", for providing services authorized. Monthly invoices will be submitted in accordance with Exhibit "0". 6. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the AlE at the address of record. In this event, the AlE will be compensated for its services on all stages authorized based upon AlE 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 AlE 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 AlE 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 AlE staff. If the AlE 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 AlE fee may be assigned in advance of receipt by the AlE 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 and may not be used again by the AlE without the express written consent of the Director of Engineering Contract for Professional Services Page 2 of 3 Last Revision: Dec 2004 H\HOMEIRachelle'GENIWaslewalerI7319 HOMELAND SECURITYICONTRACT PROFESSIONAL SERVICES doc Services However, the NE 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. INSURANCE, INDEMNIFICATION AND HOLD HARMLESS The Consultant will submit to the City Engineer a certificate of insurance, with the City named as additionally insured, showing the minimum coverage set forth in Exhibit "B" by an insurance company acceptable to the City. The Consultant further agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees as more fully set forth in Exhibit "B", 11. DISCLOSURE OF INTEREST NE further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form attached hereto as Exhibit "C". By e..;..-.",....~':+ vv..; ,--,:~'~'\:f-5"/~~<. Ronald F. Massey 'pate Assistant City Manager RVE/INC/i / ' By pa~~'cJbYeteto, J~~1J C"~ate 820 Buffalo Street Corpus Christi, TX 78401 (361) 887-8851 Office (361) 887-8855 Fax CITY OF CORPUS CHRISTI RECOMMENDED II" By WI ;;~~"" zjz3k6 AP6 R. Escobar, P.E, Date' director of Engineering Services \ ,! .il V l;,. A1I1HOlllt' -- ....-.--...., ' 9:f" 7y ,J. 'J ' ,", I l/'.J " (X,)\; ~C'l "_ .....{. .__.... _ 1- ll."'-'-' ....___.... ~ ... .......J........ ATTEST APP'~VED AS TO ~O~M , ! By secur -.,~ rr ~ v "" IHOMEIRachellelGENIWastewaterl7319 HOMFLAND SECURiTY\CONTRACT PROFESSIONAL SERVICES doc Contract for Professional Services Page 3 of 3 Last Revision: Dec 2004 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS Homeland Security Improvements at Wastewater Treatment Plants and Wastewater Equipment Yard Project No. 7319 1. SCOPE OF SERVICES A. Basic Services. (Basic Services will include the following in addition to those items shown on Exhibit "A-1" Task List.) 1 Preliminary Phase. The Architect/Engineer-AlE will: It is the intent of the Preliminary Phase to provide a Report of project scope which includes preliminary drawings, and written description of the project. This report shall include: a. Provide scope of soil investigations, borings, and laboratory testing and make recommendations to the City. Coordinate all required services with the Geotechnical Lab. (The City Engineering Services Department will provide necessary soil investigation and testing under one or more separate contracts. ) b. Confer with the City staff at the start of this phase regarding the design parameters of the Project. The Engineer will participate in two (2) formal meeting(s) 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 AlE will discuss the project with the Wastewater Department. c. Submit one (1) copy in PDF format, and one (1) paper copy of the Report, with executive summary, opinion of probable construction costs, defined technical evaluations of identified feasible alternatives, and review with City staff to produce an acceptable format. The Report will include the following (with CONSTRUCT ABILITY being a major element in all the following items): 1) Review the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution of the Project; The AlE 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, and probable Project design solutions (which are common to municipalities). EXHIBIT "A" Page 1 of9 Last Revision: Dec 2004 H:\HOME\Rachelle\GENIWastewater\7319 HOMELAND SECURITY\Exhibit A.doc 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 (CONSTRUCTABILlTY). 5) 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. 6) Provide a letter stating that the AlE and Sub-consultant Engineers have checked and reviewed the report prior to submission. 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. (AlE to coordinate with City Operating Department. ) g. Provide applicable Master Plans. 2 Design Phase Upon approval of the preliminary phase, designated by receiving authorization to proceed, the AlE will: a. Study, verify, and implement Report recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff. b. Prepare one set of Construction Bid and Contract Documents for gates, access control and the fence (Base Bid A and Base Bid B), 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, 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 to identify testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under additional services). '"1:\HOME\RachelleIGENIWastewater\7319 HOMELAND SECURITY\Exhib't A.doc EXHIBIT "A" Page 2 of 9 Last Revision: Dec 2004 d. Prepare final quantities and estimates of probable costs with the recommended construction schedule. The construction schedule will provide a phased approach to track progress and payments. 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 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 plans and 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 AlE and Sub-consultant AlE 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. 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. J. 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. k. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. I. Provide recommended Storm Water Pollution Prevention Best Management Practices. The construction contractor will prepare a site specific Storm Water Pollution Prevention Plan. 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. H;IHOMElRachellelGENIWastewater\7319 HOMELAND SECURITY\Exhibit A.doc EXHIBIT "A" Page 3 of 9 Last Revision: Dec 2004 3 Bid Phase. The AlE will: a. Participate in the pre-bid conference and provide a recommended agenda for critical construction activities and elements impacted by 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 AlE'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 AlE) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. d. Prepare, review and provide copies of the contract for execution between the City and the contractor. 4. Construction Phase. The AlE 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. H:IHOMEIRachelleIGENIWaslewaler\7319 HOMELAND SECURITY\Exh,bit A.doc EXHIBIT "A" Page 4 of 9 Last Revision: Dec 2004 e. Make regular visits to the site of the Project to confer with the City project inspector and contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. f. Prepare change orders as authorized by the City (coordinate with the City's construction division); provide interpretations and clarifications of the plans and specifications for the contractor and authorize minor changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. g. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. h. As applicable, review and assure compliance with plans and specifications, the preparation of operating and maintenance manuals (by the Contractor) for all equipment installed on this Project. These manuals will be in a "multimedia format" suitable for viewing with Microsoft's Internet Explorer, version 3.0. As a minimum the Introduction, Table of Contents, and Index will be in HTML (HyperText Markup Language) format, with HyperText links to the other parts of the manual. The remainder of the manual can be scanned images or a mixture of scanned images and text. use the common formats for scanned images - GIF, TIFF, JPEG, etc.. Confirm before delivery of the manuals that all scanned image formats are compatible with the image-viewing software available on the City's computer - Imaging for Win95 (Wang) and Microsoft Imaging Composer. Deliver the manuals on a CD-ROM, not on floppy disks. i. Review construction "red-line" drawings, prepare record drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD 2000 and PDF) 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 applications/estimates for payments to contractor. b. Conduct the final acceptance inspection with the Engineer. B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that may be included as part of this contract, but the AlE 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. EXHIBIT "A" Page 5 of 9 Last Revision: Dee 2004 H:\HOMEIRachelle\GENIWastewaten7319 HOMELAND SECURITYlExhibit A.doc 1. Permittina. (TBO) Furnish the City all engineering data and documentation necessary for all required permits. The AlE will prepare this documentation for all required signatures. The AlE will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities. 2. Riaht-of-Way (ROW) Acquisition Survey. (TBO) 3. Topoaraphic Survey. Perform measurements at the eleven (11) sites to provide data for performance specifications. Base maps will be developed from record information provided by the City. Verification of the existing information, particularly underground obstructions, will be developed during construction by the exploratory excavation provisions of the bid documents. Field topographic surveys will not include elevation data, but will be limited to general measurements at each gate location to generally depict gate location and gate width. The contractor will collect additional topographic information as needed to prepare fully developed gate drawings. 4. Environmental Issues (TBO) 5. Construction Observation Services. 1. Provide a project representative (PR) to provide periodic construction inspection. A. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the AlE shall endeavor to provide further protection for the CITY against defects and deficiencies in the Work B. The duties and responsibilities of the PR are described as follows: 1. General: PR will act as directed by and under the supervision of AlE, and will confer with AlE regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with AlE and Contractor, keeping the CITY advised as necessary. 2. Conference and Meetings: Attend meetings with Contractor, such as pre- construction conferences, progress meetings, job conferences and other project-related meetings as required by the City, and prepare and circulate copies of minutes thereof. 3. Liaison A. Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. B PR shall communicate with CITY with the knowledge of and under the direction of AlE 4. Interpretation of Contract Documents: Report when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. EXHIBIT "A" Page 6 of 9 Last Revision: Dec 2004 H:\HOMEIRachelleIGENIWastewaterl7319 HOMELAND SECURITYlExhibit A.doc 5. Shop Drawings and Samples: A. Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. B. Record date of receipt of Samples and approved Shop Drawings. C. Advise Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which PR believes that the submittal has not been approved. 6. Review of Work and Rejection of Defective Work: A Conduct on-Site observations of Contractor's work in progress to assist AlE in determining if the Work is in general proceeding in accordance with the Contract Documents. B Report whenever PR believes that any part of Contractor's work in progress will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise City and AlE of that part of work in progress that PR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. C Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. 7. Records: A. Maintam orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders. Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, AlE's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. B Prepare a daily report utilizing approved City format, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to AlE and the City. 8. Reports: A Furnish periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. B Report immediately to the CITY and AlE the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. C Provide project photo report on CD-ROM at the rate of a minimum of two photographs per day, including an adequate amount of photograph documentation of utility conflicts. EXHIBIT "A" Page 7 of 9 Last Revision: Dec 2004 >;:\HOMElRachelle\GENIWastewater\7319 HOMELAND SECURITY\Exhibit A.doc 9. Completion: A. Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. S. Participate in a final inspection in the company of AlE, the CITY, and Contractor and prepare a final list of items to be completed or corrected. C. Observe whether all items on final list have been completed or corrected and make recommendations concerning acceptance and issuance of the Notice of Acceptability of the Work. 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. 8. Provide the services above authorized in addition to those items shown on Exhibit "A-1" Task List. 2. SCHEDULE DAY DATE ACTIVITY Tuesday Feb 28 2006 Council Approve Contract Monday Mar 06 2006 Contract Signed/NTP Monday Mar 06 2006 Begin Preliminary Phase Monday May 01 2006 Submit Preliminary Report Friday May 12 2006 Comments From City Monday May 15 2006 Begin Design Phase Friday J un 26 2006 Interim Submittal Friday Jul 07 2006 Comments From City Monday Jul242006 Pre-Final Submittal Friday Aug 04 2006 Comments From City Monday Aug 21 2006 Final Submittal Monday (2) Aug 28/Sep 4 2006 Advertise for Bids Wednesday Sep 13 2006 Pre-Bid Conference Wednesday Sep 27 2006 Receive Bids Monday Oct 30 2006 Begin Construction Friday Mar 30 2007 Construction Completion PROPOSED PROJECT SCHEDULE H:\HOMEIRachelle\GENIWastewater\7319 HOMELAND SECURITY\Exhibit A.doc EXHIBIT "A" Page 8 of 9 Last Revision: Dee 2004 3. FEES A. Fee for Basic Services. The City will pay the AlE 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 1.A.1-4 above, and for all expenses incurred in performing these services. For services provided in Section I. A. 1-4, AlE will submit monthly statements for basic services rendered. In Section I. A. 1-3, the statement will be based upon AlE's estimate (and City Concurrence) of the proportion of the total services actually completed at the time of billing. 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 AlE a not-to-exceed fee as per the table below: Summary of Fees Fee for Basic Services Gates Fence Total 1. Preliminary Phase $14,433 $9,447 $23,880 2. Design Phase 27,234 17,825 45,059 3. Bid Phase 2,732 1,788 4,520 I 4. Construction Phase 13,006 8,513 21,519 I Subtotal Basic Services Fees 57,405 37,573 94,978 Fee for Additional Services (Allowance) 1. Permit Preparation (TBD) 0 0 0 2. ROW Acquisition Survey (TBD) 0 0 0 , 3. Topographic Survey (AUTHORIZED) 4,472 2,927 7,399 '4 Environmental Issues (TBD) 0 0 0 : 5. Construction Observation Services 21,970 14,380 36,350 i 6. Start-up Services (TBD) 0 0 0 [7 Warranty Phase 2,345 1,534 3,879 ! Sub-Total Additional Services Fees Authorized 28,787 18,841 47,628 I $86,192 $56,414 $142,606 ! Total Authorized Fee ; ~ .--.-. H:IHOMEIRBchelleIGENIWaslewaler\7319 HOMELAND SECURITYlExhibil A.doc EXHIBIT "A" Page 9 of 9 Last Revision: Dee 2004 EXHIBIT A-1 CITY OF CORPUS CHRISTI Homeland Security Improvements at Wastewater Treatment Plants and Wastewater Equipment Yard Project No. 7319 TASK LIST Homeland Security Scope Homeland Security Project scope includes the following: 1. Cantilevered gate with electrical gate actuator system and integrated proximity card readers (similar to existing Wastewater and Water Department operations facility gate systems) with manual default feature (entry only - loop detector for exit) at the following locations. Except for the Oso Water Reclamation Plant, all gates to be black plastic coated chain link: Oso Plant (2) vehicle gates Laguna Madre Plant (1) vehicle gate Equipment Yard (3) vehicle gates Whitecap Plant (1) vehicle gate - investigate using existing gate Greenwood Plant (2) vehicle gates Allison Plant (1) vehicle gates - investigate using existing gate Broadwav Plant (1) vehicle qates Total of 11 gates 2. Total Protection is the City's access control and security system software provider. Coordinate with Total Protection during the design phase, but prepare bid documents that do not exclude other hardware providers, if possible. Decorative Fence Scope 1 Decorative 8-foot high masonry fence at the Oso Plant along the Ennis Joslin ROW similar in appearance to the noise barrier walls installed by TxDOT, or per options identified in the preliminary engineering report - maximum 3 options in the report. Also, comply with all Building Department requirements. 2 Coordinate all design and construction sequencing with Landscape Architect on the fence landscape plan Landscape Architect will contract directly with the City. Preliminary Phase (Basic Services - Report) Preparation of the report will be in two parts: a draft and final. Revise draft report as required; report will be the basis of the final design. The report will not include selected typical elements included in a design memorandum, such as information necessary to convey the scope and opinion of projects cost in sufficient detail for City Staff decision making, and will include descriptions of gate locations and possible construction problems \HOME\Ractlelle\GEN\Wastewal€r\,?319 HOME AND SECUR'P(\E ~:hlt)I!A ' doc EXHIBIT "A-1" Page 1 of 4 Last Revision: Dee 2004 Collect data needed for the report 1. Utility information of record from the city; topographic surveys (additional services); and geotechnical investigation (direct contract with the City, if needed). 2 Prepare a report including data collected, an analysis of the data, preliminary design calculations, design alternatives, apparent utility adjustments required, permit requirements and a preliminary opinion of probable costs for each alternative. The report will include a recommended plan of action and timeline. Submit one (1) hard copy and one (1) PDF of the report. Obtain approval to proceed with Design Phase. Desian Phase (Basic Services) - (For Gates and Decorative Fence) Develop construction drawings in English units on 22" x 34" sheets. Construction drawings for gates will be limited to typical plan, elevation and section views, and general power and communications plan in sufficient detail to depict general intent including existing conditions of record. A typical gate foundation plan will be included based on the maximum gate loading condition and the worst soil condition encountered at all of the sites. Submittals with proposed construction shop drawings with gate dimensions and details. power and communications layouts meeting design plans will be provided by the contractor. Construction drawings for decorative masonry fence will include typical plan, elevations, fence details, and foundation details. All (gates and decorative fence) to include design for windstorm certificate requirements and will meet all Building Department permit requirements. Prepare opinion of probable construction costs including contingency amounts. Prepare Contract Documents. Provide Quality Assurance/Quality Control (QAlQC) interim review and prepare submittal for City's review depicting pre-final development of the construction drawing and specifications. Address comments received from the City for the pre-final submittal. Provide Quality Assurance/Quality Control (QAlQC) interim review and prepare submittal for City's review depicting final development of the construction drawing and specifications. Address comments received from the City for the final submittal. Provide Quality Assurance/Quality Control (QAlQC) final review and submit one (1) hard copy and one (1) electronic copy of the final contract drawings and specifications to the City for bidding process. Update the Opinion of Probable Costs. H IHOMEIRachellelGENIWastewater17319 HOMELAND SECURITYlExhlblt A.1 doc EXHIBIT "A-1" Page 2 of 4 Last Revision: Dee 2004 Bid Phase (Basic Services) Provide Bid Phase Services in accordance with Exhibit "A" of the Contract for Professional Services. Construction Phase (Basic Services) Provide Construction Phase Services in accordance with Exhibit "A" of the Contract for Professional Services. Note: Service based on five (5) months duration of construction and a single contractor for Parts A and B. Services on 1.A.4 required beyond a construction duration of 5 months, and/or if Parts A and B are awarded to separate contractors, will be subject to contract amendment. In addition, simultaneous work sites will be limited to three (3). Work conducted simultaneously at more than three (3) work sites for the aggregate of Parts A and B will be subject to contract amendment. Additional Services (Subiect to Authorization) 1. PERMITTING - TBO 2 ROW ACQUISITION SURVEY - TBO 3. TOPOGRAPHIC SURVEY - Perform measurements at the eleven (11) sites to provide data for performance specifications. Base maps will be developed from record information provided by the City. Verification of the existing information, particularly underground obstructions, will be developed during construction by the exploratory excavation provisions of the bid documents. Field topographic surveys will not include elevation data, but will be limited to general measurements at each gate location to generally depict gate location and gate width. The contractor will collect additional topographic information as needed to prepare fully developed gate drawings. 4. ENVIRONMENTAL ISSUES - TBO 5. CONSTRUCTION OBSERVATION SERVICES - Note: Service based on five (5) months duration of construction for a total of 450 man hours, and a single contractor for Parts A and B. Services on 1.A.4 required beyond a construction duration of 5 months or 450 man hours, and/or if Parts A and B are awarded to separate contractors, will be subject to contract amendment. In addition, simultaneous work sites will be limited to three (3). Work conducted simultaneously at more than 3 work sites for the aggregate of Parts A and B will be subject to contract amendment. 6. START-UP SERVICES - TBO 7. WARRANTY PHASE - Provide a maintenance guaranty inspection toward the end of the one-year period after acceptance of the Project. Note defects requiring \HOMEIRacnelle\GENIWastewater\7319 HOMELAND SECURITYlExhlblt A.1 doc EXHIBIT "A-1" Page 3 of 4 Last Revision: Dee 2004 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. ~ \HOMEIRachelle\GENIWastewater\7319 HOMELAND SECURITY\E,h,b,! A-1 doc EXHIBIT "A-1" Page 4 of 4 Last Revision: Dee 2004 Exhibit B Mandatory Requirements (Revised September, 2001) INSURANCE REQUIREMENTS CONSULTANT LIABILITY INSURANCE A. The Consultant shall not commence work under this Agreement until he/she has obtained all insurance required herein and such insurance has been approved by the City. Nor shall the Consultant allow any subconsultant to commence work until all similar insurance required of the subconsultant has been so obtained. B. The Consultant shall furnish two (2) copies of certificates, with the City named as an additional insured, showing the following minimum coverage in an insurance company acceptable to the City. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on all Bodily Injury and Property Damage certificates Commercial General Liability including $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2 Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products! Completed Operations Hazard 6. Contractual Insurance 7 Broad Form Property Damage 8. Independent Consultants 9. Personal Injury AUTOMOBILE L1ABILlTY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS= WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF I THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY! $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include [ ] REQUIRED long-tern environmental impact for the disposal of [Xl NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements I INSTALLATION FLOATER [ ] REQUIRED [Xl NOT REQUIRED - $100,000 Combined Single Limit I See Section 8-6-11 and Supplemental i Insurance Requirements i I [] REQUIRED [X] NOT REQUIRED I Exhibit "B" - Insurance Requirements Page 1 of 3 C In the event of accidents of any kind, the Consultant shall furnish the City with copies of all reports of such accidents at the same time that the reports are forwarded to any other interested parties II. HOLD HARMLESS A. Consultant agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees, and each ofthem against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this contract. The foregoing indemnity shall apply except if such injury, death or damage is caused by the sole or concurrent negligence of the City of Corpus Christi, its agents, servants, or employees or any other person indemnified hereunder. B. The Consultant shall obtain workers' compensation insurance coverage through a licensed Insurance company or through self-insurance obtained in accordance with Texas law. If such coverage is obtained through a licensed insurance company, then the contract for coverage shall be written on a policy and endorsements approved by the Texas State Board of Insurance. If such coverage is provided through self-insurance, then within ten (10) calendar days after the date the City requests that the Consultant sign the contract documents, the Consultant shall provide the City with a copy of its certificate of authority to self-insure its workers' compensation coverage, as well as a letter, signed by the Consultant, stating that the certificate of authority to self-insure remains in effect and is not the subject of any revocation proceeding then pending before the Texas Workers' Compensation Commission. Further, if at any time before final acceptance of the Work by the City, such certificate of authority to self-insure is revoked or is made the subject of any proceeding which could result in revocation of the certificate, then the Consultant shall immediately provide written notice of such facts to the City, by certified mail. return receipt requested directed to: City of Corpus Christi, Department of Engineering Services. POBox 9277, Corpus Christi, Texas 78469 - Attention: Contract Administrator Whether workers' compensation insurance coverage is provided through a licensed insurance company or through self-insurance, the coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Consultant will be promptly met. ~ Builder's Risk CO'/arage: Consultant .....ill be responsible for providing builder's risk insurance coverage for the term of the contract up to and including the doto the City finally accepts the project or work. Builder's risk covorage shall bo an ".A.II Risk" form. The policy shall be a completed value f<>rm. The Consultant shall provido such builder's risk coverage at least in the amount of $ ( DOLLARS) ",:hich is estimated to be the value at completion of tho real or personal property to be constructed, repaired or otherv:iso improved undor the contract. Consultant chall be responsible for paying all costs necessary to procuro such Exhibit "8" - Insurance Requirements Page 2 of 3 builder's risk insur::mce coverage, including ::my deductible. Tho City sholl be named an addition;)1 insured on ~my policy providing such insurance coverage. ilL On the certificate of insurance · The City of Corpus Christi is to be named as an additional insured on the liability coverage, except for workers' compensation coverage. · Should your insurance company elect to use the standard ACORD form, the cancellation clause (bottom right) shall be amended by adding the wording "changed or" between "be" and "cancelled" and deleting the words "endeavor to" and the wording after "left" If the cancellation clause is not amended in the ACORD form, then endorsements shall be submitted. · The name of the project also needs to be listed under "description of operations". · At least 10-day written notice of change or cancellation will be required. IV. A completed Disclosure of Interest must be submitted with your proposal. Exhibit "8" - Insurance Requirements Page 3 of 3 ~ City of .. Corpu~ =" _ ChnstI ~ CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS 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 aN/A" FIRM NAME: RVE, Inc. STREET: 820 Buffalo Street FIRM is: 1 Corporation X 5 Other CITY: Corpus Christi 2 Partnership_ 3 Sole Owner ZIP:78401 4. Association_ 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) N/A 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 N/A 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 CommiUee N/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 the ownership in the above named firm. Name Consultant N/A CERTIFICATE 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 change.s occur Certifying Person Patrick D. Veteto. ,P.~. Title: President (Type or Print) ! Signature of Certifying Person .1. _.. ~l \. 1 Date: ~ Z .~). (" r EXHIBIT "C" Page 1 of 2 DEFINITIONS a Board Member. A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. 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. 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 whicl1, for purposes of taxation, are treated as non-profit organizations. 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 Cify of Corpus Christi, Texas. 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 holaing or control established through voting frusts, proxies or special terms of venture or partnership agreements. 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 b c. d e. f. - Q) C Q) Q)'Q. ~ E Q) 0 tl.() Q) l1S U - '0 0 I- > C I/) Q) :::s 0 .~ '> 0 ~ > C tl. - 'C C Q) :::s .~ 0 0 E > <( C W - :;E U .:g l1S <( ... - Z>( 10 0 C I- 0 1->( "It () ()>(~Q) W>(or-_ .., l1S N 0000 O:::ZZQ) 0 tl._Q)U Z W U U'O 'C I- .9!.'- > E woo C ~...>- <( tl.tl..E :;E 0r- a 0 () Z 'C E <( - U l1S ... - C 0 () ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 L.() 0 0 0 0 0 ..- 0 ..- C"') 0 L.() C"') N ..- C"') ..- N ..- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 (!) (!) (!) 0 0 0 0 0 L.() L.() L.() ~ ~ ~ L.() L.() L.() 0 ..- ..- N tA- tA- N C"') tA- tA- tA- tA- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 tA- (!) (!) (!) tA- 0 0 0 L.() L.() ~ ~ ~ L.() L.() ..- ..- ..- ..- tA- tA- tA- tA- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 tA- L.() 0 (!) (!) (!) 0 L.() 0 L.() 0 r-- L.() L.() r-- L.() N 0 tA- tA- ~ ~ ~ tA- ~ - ..- ..- ~ 0 0 0 0 0 0 0 ..... 0 0 0 ..... 0 ..... ..... 0 0 10 0 10 0 N N m m m "It 10 "It en q 0 ..... 10 N q or- CD l- I- I- ..... ~ .....- en or- M M 00 N or- or- ..j' 00 "It N- ~ ~ ~ ~ ~ or- ~ 0 0 0 0 0 0 0 r-- 0 0 0 r-- 0 r-- r-- tA- L.() 0 L.() tA- N (!) (!) (!) N L.() N r-- N 0 N CD ~ ~ ~ CD N <D ro ..- ..- ..- ..- ..- ..- N tA- tA- ~ tA- 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 tA- 0 0 tA- N (!) (!) CO N 0 N N 0 0 ..- ~ I- ~ ..- 0 ..- ..- - - ..- ..- ..- ..- ..- ..- N tA- ~ ~ ~ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 (!) (!) (!) 0 0 0 0 0 0 L.() L.() 0 0 ~ ~ ~ 0 0 0 0 ..- N N CD N N CD N ro tA- tA- tA- ~ tA- tA- (/)o...-v W!?LLg ~I-ON >CO...-u 0:::-0)0) WI OlD (/)><lll" ~Wa. 5 W .- <c .~ W 0) C.9 0::: 0::: en ~ ~ C.9 Z 0::: W W Z C.9 z W 0::: o LL I- () ~ I- Z o () C/l Q) () C/l C/l .~ Q) Q) Q) Q) () I/) CI) C/l u.. Q) c: Q) I/) Q) C/) Q) C/l .~ ro Q) Q) ro Q) Q) C/l CI) ~ Q) c (I) u.. () I/) ro r:. C/l 0 .~ Q) r:. 0.... .2 Q) C/l >- E LL C/) .~ 0.... Q) C/) ro Q) ro .... Q) Q) I/) C/l C C/l r:. c: ::l "0 () (I) ~ ~ ro 0 ro 0.... c "0 0 .~ CI) (I) ::l r:. Q) :.::; CO ro O'l c ro <( ~ ro LL Q) ro 0.... C/l () C C >- 0 CI) ~ Q) C/) c ...... l1S C .... ctl ::l ctl 0 E c :.::; O'l <( ro CI) 0 E c r:. ..... ...... E ctl () C ~ 0 ...... E 0 .~ ...... 0 0 .Ql 0.... C/l ...... E ..... Q) B <( ...... E .2 E cu I/) C/l c ..c 'C ..... c.. 06 ..c C/l "0 Q) ..... ctl - cu ..... Q) "0 0 ::l 'C Q) S C/l ctl U ::l :::s ro "0 0 m 0.... 0 (!) U CI) <( 0.... c 0.... 0 CI) CI) C/) (!) <( I-