Loading...
HomeMy WebLinkAboutC2009-038 - 2/10/2009 - 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 LNV Enstineerins~, a Texas corporation, 801 Navigation, Suite 300, Corpus Christi, Nueces County, Texas 78408, (Architect/Engineer-AIE), hereby agree as follows: 1. SCOPE OF PROJECT (Elevated Water Storage Tanks -City-Wide, Project No. 8651) Perform siting evaluations to determine the locations for three elevated water storage tanks including hydraulic modeling and property searches during preliminary design. Perform surveying and provide documentation to support the City's land acquisition effort. Design three separate elevated water storage tanks for Pressure Zones 1 and 2 including site development, associated piping, electrical, and instrumentation. This project will provide three elevated storage tanks that will reduce distribution operating costs and improve pressure and reliability. This project will also move the City closer to the Texas Commission on Environmental Quality (TCEQ) elevated storage requirement. These three new elevated tanks will be built in Pressure Zones 1 and 2 to replace the existing elevated storage tanks that are approaching the end of their design lives and are inadequate in height. All three tanks will be covered in a single Design Memorandum and a single set of construction bid and contract documents. 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, A/E will provide monthly status updates (project progress or delays, gantt charts presented with monthly invoices) and provide contract administration services, as described in Exhibit "A"and "A-1 ", to complete the Project. Exhibit "A-1" provides supplemental description of services to Exhibit "A"and does not intended to supersede services described in Exhibit "A". 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. A/E services will be "Services for Construction Projects"- (Basic Services for Construction Projects") which are shown and are in accordance with "Professional Engineering Services- A Guide to the Selection and Negotiation Process, 1993" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of Professional Engineers. For purposes of this contract, certain services listed in this publication as Additional Services will be considered as Basic Services. ORDER OF SERVICES The A/E agrees to begin work on those authorized Basic Services for this contract upon receipt of the Notice to Proceed from the Director of Engineering Services. Work will not begin on any phase or any Additional Services until requested in writing by the A/E and written authorization is provided by the Director of Engineering Services. The anticipated schedule of the preliminary 2009-038 ase, and construction phase is shown on Exhibit "A". This schedule M2009-032 02/10/09 CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES LNV Engineering rage ~ of a Last Revlslon: Dec 2004 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. A/E shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. MANDATORY REQUIREMENTS A/E agrees to the mandatory contract and insurance requirements as set forth in Exhibit "B". 5. FEE The City will pay the A/E a fee, as described in Exhibit "A", for providing services authorized. 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 A/E will be compensated for its services on all stages authorized based upon A/E and City's estimate of the proportion of the total services actually completed at the time of termination. LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. The A/E agrees that at least 75% of the work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan Statistical Area (MSA). Additionally, no more than 25% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA.) 8. ASSIGNABILITY The A/E will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the A/E staff. If the A/E is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the A/E fee may be assigned in advance of receipt by the A/E without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. 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. CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES Page 2 of 3 last Revision: Dec 2004 However, the A/E may use standard details that are not specific to this project. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re-use of modified plans. 10. DISCLOSURE OF INTEREST A/E further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form attached hereto as Exhibit "C". CITY OF CORPUS CHRISTI Oscar Martinez Date Assistant City Manager RECOMMEND // By /?1t o9 Pete Anaya, P.E., Date Director of Engineering Services ATTEST By Armando Chapa, City S cretary LNV Da ecker, P.L= Date 801 N igation, Ste 300 Corpus Christi, TX 78408 (361) 883-1984 Office (361) 883-1986 Fax ay /~Odq- APPR VED AST FORM City Attorney Date Irr coulrcn CONTRACT FOR ...~::G SECRC(ARYJ (LARGE A/E) SERVICES Page 3 of 3 Last Revision: Dec 2004 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS 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-A/E will: It is the intent of the Preliminary Phase to provide a study and report of project scope with economic and technical evaluation of alternatives, and upon approval, proceed in an Engineering Letter Report which includes Preliminary designs, drawings, and written description of the project. This report shall include: a. Provide scope of soil investigations, borings, and laboratory testing. (The City Engineering Services Department will provide necessary soil investigation and testing under one or more separate contracts). b. Confer with the City staff regarding the design parameters of the Project. The Engineer will participate in a minimum of four (4) formal meetings with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven (7) working days of the meeting. The A/E will participate in discussions with the operating department and other agencies (such as the Texas Department of Transportation (TxDOT) and Texas Commission of Environmental Quality (TCEQ)) as required to satisfactorily complete the Project. c. Submit one (1) copy in an approved electronic format, and one (1) paper copies of the Engineering Letter Report, with executive summary, opinion of probable construction costs with life cycle analysis, defined technical evaluations of identified feasible alternatives, and review with-City staff to produce an acceptable format which contains common municipal elements. Engineering Letter Report will include the following (with CONSTRUCTABILITY being a major element in all the following items): 1) Review of the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution of the Project; The A/E will meet with City staff to collect data, discuss materials and methods of construction, and identify design and construction requirements. 2) Review and investigation of available records, archives, and pertinent data related to the Project including taking photographs of the Project site, list of potential problems and possible conflicts, intent of design, and improvements required, and conformance to relevant Master Plan(s). 3) Identify results of site field investigation including site findings, existing conditions, potential right ofway/easements, and probable Project design solutions; (which are common to municipalities). 4) Provide a presentation of pertinent factors, sketches, designs, cross- sections, and parameters which will or may impact the design, including engineering design basis, preliminary layout sketches, identification of needed additional services, preliminary details of construction of critical elements, identification of needed permits, identification of specifications to be used, identification of quality and quantity of materials of CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES EXHIBIT "A" Page 1 of 10 construction, and other factors required for a professional design (CONSTRUCTABILITY). 5) Advise of environmental site evaluations and archeology reports that are needed for the Project (Environmental issues and archeological services to be an Additional Service). 6) Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project and permitting, environmental, historical, construction, and geotechnical issues; and meet with pertinent authorities. 7) Confer, discuss, and meet with City operating department(s) and Engineering Services staff to produce a cohesive, well-defined proposed scope of design, probable cost estimates(s) and design alternatives. 8) Provide a letter stating that the A/E and Sub-consultant Engineers have checked and reviewed the Engineering Letter Report priorto submission. 9) Provide an analysis on project impacts towards "re-engineering" and effects on cost savings toward City operations, which this project will affect. City staff will provide one set only of the following information (as applicable): a. Record drawings, record information of existing facilities, and utilities (as available from City Engineering files). b. The preliminary budget, specifying the funds available for construction; c. Aerial photography for the Project area. d. Through separate contract, related GIS mapping for existing facilities. e. A copy of existing studies ahd plans. (as available from City Engineering files). f. Field location of existing city utilities. (A/E 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 A/E will: a. Study, verify, and implement Engineering Letter 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 (1) set of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, notice to bidders, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid or for multiple bids, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. c. Provide assistance identify testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under additional services). d. Prepare final quantities and estimates of probable costs with the recommended construction schedule. The construction schedule will provide a phased approach to better track progress and payments. CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES EXHIBIT "A" Page 2 of 10 e. Furnish one (1) copy of the interim plans (plans only-identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. Required with the interim plans is a "Plan Executive Summary" which will identify and summarize the project by distinguishing key elements such as: • Pipe Size or Building Size • Pipe Material, etc. • Why one material is selected over another • Pluses of selections • ROW requirements and why • Permit requirements and why • Easement requirements and why • Embedment type and why • Constructability, etc. • Specific requirements of the City • Standard specifications • Non-standard specifications • Any unique requirements • Cost, alternatives, etc. • Owner permit requirements and status f. Assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. g. (If required) Provide 1 copy of pre-final plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. Compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non-responding participants. h. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the interim, pre-final (if required), and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The Consultant A/E and Sub-consultant AIE shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. i. If required, provide traffic controls including a Traffic Control Plan, illumination, markings and striping, signalization, and as delineated by the City Traffic Engineering Department. j. Upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for reproduction (In City Format) and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. k. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. I. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. m. Provide a Storm Water Pollution Prevention Plan. n. Ordinance No. 19663 establishes the Municipal Public Arts Program requiring works of art to be included in certain city vertical construction projects. If it is determined this project is subject to Municipal Public Art Program, the architect/engineer will cooperate during the design process to fulfill the requirements of the ordinance. CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES EXHIBIT "A" Page 3 of 10 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. 3. Bid Phase. The A/E will: a. Participate in the pre-bid conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c. Review all pre-bid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' approval, any addenda or other revisions necessary to inform contractors of approved changes prior to bidding. d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the A/E'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 A/E) 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 A/E 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 forthe 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. CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES EXHIBIT "A" Page 4 of 10 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 represeritative observatidn 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 r.14 or later) of the record drawings. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. The City staff will: a. Prepare applications/estimates for payments to contractor. b. Conduct the final acceptance inspection with the Engineer. B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that may be included as part of this contract, but the A/E will not begin work on this section without specific written approval by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The A/E will, with written authorization by the Director of Engineering Services, do the following: 1. Permitting. Furnish the City all engineering data and documentation necessary for all required permits. The A/E will prepare this documentation for all required signatures. The A/E will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. Union Pacific Railroad, Missouri Pacific Railroad, or any other railroad operating in the area b. TxDOT Permits/Amendments CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES EXHIBIT "A" Page 5 of 10 c. Wetlands Delineation and Permit (USAGE) d. Temporary Discharge Permit e. NPDES Permit/Amendments f. Texas Commission of Environmental Quality (TCEQ) Permits/Amendments g. Nueces County h. Texas Historical Commission (THC) i.' U.S. Fish and Wildlife Service (USFWS) j. U.S. Army Corps of Engineers (USAGE) k. United States Environmental Protection Agency (USEPA) I. Texas Department of License and Regulation (TDLR ) 2. Right-of-Wav (ROW) Acquisition Survev. The A/E will review existing ROW and easements to ascertain any conflicts and provide field ROW surveys and submit ROW plats and descriptions for the City's use in the acquisition process. All work must comply with Category 1-A, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with all TxDOT requirements as applicable. A/E Consultant will be required to perform all necessary deed research. 3. Topographic Survev. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required forthe aerial mapping of the Project area -aerial photography to be provided by City). Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and complywith Category 6, Condition I specifications of the Texas Society of Professional Surveyorg' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the project area. 4. Environmentallssues. a. Provide environmental site evaluations and Archeology Reports that are needed for the Project. b. Identify and develop a scope of work for any testing, handling and disposal of hazardous materials and/or contaminated soils that may be discovered during construction. 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 A/E shall endeavor to provide further protection for the CITY against defects and deficiencies in the Work. B. The duties and responsibilities of the PR are described as follows: General: PR will act as directed by and under the supervision of A/E, and will confer with A/E regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with A/E and Contractor, keeping the CITY advised as necessary. CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES EXHIBIT "A" Page 6 of 10 2. Conference and Meetings: Attend meetings with Contractor, such as pre- construction conferences, progress meetings, job conferences and other project-related meetings as required by the City, and prepare and circulate copies of minutes thereof. 3. Liaison: A. Serve as liaison with Contractor, working principally through Contractor s superintendent and assist in understanding the intent of the Contract Documents. B. PR shall communicate with CITY with the knowledge of and under the direction of A/E 4. Interpretation of Contract Documents: Report when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. 5. Shop Drawings and Samples: A. Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. B. Record date of receipt of Samples and approved Shop Drawings. C. Advise Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal forwhich 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 A/E 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 A/E 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. Maintain orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, A/E'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 A/E and the City. CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES EXHIBIT "A" Page 7 of 10 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 A/E the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. C. Provide project photo report on CD-ROM at the rate of a minimum of two photographs per day, including an adequate amount of photograph documentation of utility conflicts. 9. Completion: A. Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. B. Participate in a final inspection in the company of A/E, 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-uo 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 reportfor 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 SCADA Documentation. Provide standardized SCADA documentation, which will include PFDs, P&IDs, loop sheets, logics, SCADA architecture, DCS I/O lists, instrument lists, tie-in lists, piping lists, equipment lists, and instrumentation specification sheets. 9. Sitina Evaluation and Recommendations. Investigate potential tank sites with several criteria in mind such as access, security, adjacent development, soils, hydraulic connectivity, communication needs, fall zone, drainage, and property cost. Site evaluation findings and recommendations shall be provided in the Engineering Letter Report. 10. Pressure and Water Ape Evaluation. Evaluate the potential tank sites, connections, and control strategies by modeling the effects on the entire distribution system. Confirm that master plan system performance criteria and overall goals are met and document with modeling output such as distribution system pressure and water age maps. Evaluation findings and recommendations shall be provided in the Engineering Letter Report. CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES EXHIBIT "A" Page 8 of 10 2. SCHEDULE PROPOSED PROJECT SCHEDULE ACTIVITY DATE Draft Contract to Cit Janua 20, 2009 Contract to Cit Council Februa 10, 2009 Be in Desi n Memo Februa 17, 2009 Submit Draft Desi n Memo June 2009 Submit Final Desi n Memo Jul 2009 Be in Desi n Phase Au ust 2009 60% Submittal November 2009 100% Submittal Janua 2010 Final Submittal Februa 2010 Advertise for Bids 2 March 2010 Pre-Bid Meetin March 2010 Receive Bids Aril 2010 Award Contract Ma 2010 Be in Construction Jul 2010 End Construction March 2012 3. FEES A. Fee for Basic Services. The City will pay the A/E a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1-4 above, and for all expenses incurred in performing these services. For services provided in Section I.A.1-4, A/E will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon A/E's estimate (and City Concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in Section I.A.4, the statement will be based upon the percent of completion of the construction contract. City will make prompt monthly payments inresponse to A/E's monthly statements. B. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the A/E anot-to-exceed fee as per the table below: CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES EXHIBIT "A" Page 9 of ~ 0 C. Summa of Fees Fee for Basic Services 1. Prelimina Phase $55,000 2. Desi n Phase $160,000 3. Bid Phase $5,000 4. Construction Phase (construction time 85 weeks) 1. Tank 1 $39,000 2. Tank 2 $39,000 3. Tank 3 $39,000 Subtotal Basic Services Fees Authorized $337,000 Fee for Additional Services Allowance 1. Permit Preparation (as applicable) Railroads TxDOT Wetlands Delineation and Permit (USAGE) Temporary Discharge Permit NPDES Permit/Amendments TCEQ Nueces County Texas Historical Commission U.S. Fish and Wildlife Service U.S. Army Corps of Engineers U.S. Environmental Protection Agency Texas Department of License and Regulation Total Permittin $29,998 2. ROW Ac uisition Surve $18,038 3. To o ra hicSurve $21,024 4. Environmentallssues $23,996 5. Construction Observation Services (85 weeks) A. Tank 1 $47,000 B. Tank 2 $47,000 C. Tank 3 $47,000 6. Start-up Services A. Tank 1 $5,978 B. Tank 2 $5,806 C. Tank 3 $5,806 7. Warranty Phase A. Tank 1 $3,147 B. Tank 2 $2,972 C. Tank 3 $2,904 8. Provide SCADA Documentation A. Tank 1 $2,521 B. Tank 2 $2,521 C. Tank 3 $2,521 9. Sitin Evaluation & Recommendation $59,970 10. Pressure and Water A e Evaluation $40,040 Sub-Total Additional Services $368,242 Sub-Total Basic Services Authorized $337,000 Sub-Total Additional Services $368,242 Total Fee $705,242 CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES EXHIBIT "A" Page 10 of 10 EXHIBIT A-1 ELEVATED WATER STORAGE TANKS -CITY-WIDE PROJECT NO. 8651 TASK LIST BASIC SERVICES Preliminary Phase It is the intent of the Preliminary Phase to provide a single Engineering Letter Report that identifies project scope with economic and technical evaluation of alternatives for all three tanks. The Engineering Letter Report shall include the following items in addition to those described in Exhibit A: • Siting Evaluation and Recommendations. • Tank Sizing and Elevations. • Hydraulic Modeling Evaluation Results. • Connections to Distribution System. • Transmission Main Improvements. • Water Quality: Disinfection Boost vs. Hydrodynamic Mixing. • Coordination with City and Telecommunication Companies regarding antennae needs (WiFi, WiMax, cellular franchises, City Emergency Services, SCADA). • Site Security (gate, fencing, card readers, cameras). • Site Development (access road, drainage, landscaping, wastewater). • Study Potential Use of Bottom Floor of Tank Pedestal as Office Space. • Corrosion Protection (coatings and steel thickness only for tanks). • Federal Aviation Administration Coordination for Runway Clearance and Obstruction Lighting. • Control Strategies for Pumps/Tanks. There will be a Draft and Final submittal of the Engineering Letter Report. 2. Design Phase Design Phase shall proceed upon approval of the Engineering Letter Report with the preparation of a single set of Construction Bid, Contract Documents, and Plans to include all three tanks. Design Phase shall include the following items in addition to those described in Exhibit A: • The Bid Proposal shall be prepared with the Flour Bluff Tank (in Pressure Zone No. 2) as an Additive Alternative Bid item and the two tanks in Pressure Zone No. 1 as Base Bid items. • City Plan Review shall take place at the Interim and Pre-Final. • A Design Workshop shall be conducted to collect City review comments at the Interim plan submittal. • The Pre-Final plan review shall follow conventional means of submittal of one (1) hard copy and one (1) electronic copy (.pdf) of plans and Bid and Contract Documents for City Distribution and incorporation of City comments after a 14 day review period. • The design shall be limited to 300 linear feet of transmission main per tank. EXHIBIT "A-1" Page 1 of 3 3. Bid Phase Bid Phase shall proceed upon approval of the Construction Bid, Contract Documents, and Plans. There shall be a single Bid with the two tanks in Pressure Zone No. 1 as Base Bid items and Flour Bluff Tank (in Pressure Zone No. 2) as an Additive Alternative Bid item. The Bid Phase shall include the following items in addition to those described in Exhibit A: • Assist the City by providing Bid Qualifications based on contractor experience and tank design. • Evaluate the Base Bid and Additive Alternative Bid Items and provide a recommendation Letter to the City Engineer. 4. Construction Phase Construction Phase shall proceed upon award and execution of the construction contract. The level of effort provided by this contract is based on providing Construction Phase services on a single construction contract for up to 3 tanks. The Construction Phase shall include the following items in addition to those described in Exhibit A; and is limited to a construction time of 85 weeks. ADDITIONAL SERVICES Permitting Upon completion of the Preliminary Design Phase and the Phase 1 Environmental Site Assessments the permitting process will commence. Permits will be obtained from the proper resource agencies in advance of land acquisition and/or construction activities as required. 2. Right-of Way Acquisition Survey Upon completion of Preliminary Design and subsequent site selection, rights of entry and surveying shall proceed to prepare metes and bounds descriptions and exhibits for the proposed tank site properties. The Right-of-Wary survey documentation shall be submitted to the City for land acquisition and or utility easement execution. 3. Topographic Survey Upon completion of Preliminary Design and subsequent site selection and land acquisition, topographic surveys shall be performed at all three tank locations to,begin plan preparation. 4. Environmentallssues Upon completion of the Preliminary Design Phase, Phase 1 Environmental Site Assessments shall be performed at each of the three proposed tank locations consisting of records review, site visits, determination of environmental concerns, and permit identification. 5. Construction Observation Services The level of effort provided by this contract is based on providing Construction Observation services on a single construction contract for up to 3 tanks. The Construction Phase is based on the following in addition to those described in Exhibit A: Fees are based on 20 hrs a week for 85 weeks. EXHIBIT "A-1" Page 2 of 3 6. Start-Up Services Start-Up services include start-up procedure review and time spent at the site witnessing proper operation of equipment and systems at the tank site such as: • Security System • Pressure transmitters • Altitude valve • Tank Level instrument • Hydrodynamic mixing system or disinfection boost system • Hydrostatic testing of tank • Verify that Control Strategy is implemented and working properly 7. Warranty Phase Coordinate with the Contractor and City to have all deficiencies identified during the warranty inspection corrected. 8. Provide SCADA Documentation The following shall be provided: • PLC I/O assignment update • P&ID's • Loop circuit diagrams • Instrument Index • Instrument data sheets • Equipment Index • Equipment data sheets • Electrical One-Line and Motor Control Schematics 9. Siting Evaluation and Recommendations -See Exhibit A 10. Pressure and Water Age Evaluation -See Exhibit A EXHIBIT "A-1" Page 3 of 3 EXHIBIT B ELEVATED WATER STORAGE TANKS -CITY-WIDE PROJECT NO. 8657 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: 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 $ 500,000 Per Person Bodily Injury and Consequent Death $1,000,000 Per Occurrence Property Damage $1,000,000 Per Occurrence CONTRACT FOR ENGINEERING (LARGE AIE) SERVICES EXHIBIT "B" Page 1 of 3 Last Revision: Dec 2004 Automobile liability coverage for all owned, non-owned, or rented vehicles. Minimum coverage amounts will be: Bodily Injury and Consequent Death $ 500,000 Per Person Bodily Injury and Consequent Death $1,000,000 Per Occurrence Property Damage $ 500,000 Per Occurrence Employer's liability insurance with a minimum coverage limit of $100,000 per person. 4. 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 For workers compensation insurance, 10-days notice of cancellation or material change will be sufficient. CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES EXHIBIT "B" Page 2 of 3 Last Revision: Dec 2004 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 this 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. CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES EXHIBIT "B" Page 3 of 3 Last Revision: Dec 2004 City of Co us ' Chn tl CITY OF CORPUS CHRISTI ~~r 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 "NA" FIRM NAME: LNV Enaineerina STREET: 801 Navigation, Suite 300 CITY: Corpus Christi 21P: 78408 FIRM is: 1. Corporation X 2. Partnership- 3. Sole Owner- 4. Association- 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Job Tille and City Department (it known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm". Name Board, Commission or Committee Dan S. Levendecker. P.E. Marina Advisory Committee 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 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 changes occur. Certifying Person: Dan S. Levendecker, ~ ~ ~T y, ,Title: President Signature of Certifying CONTRACT FOR ENGINEERING (LARGE AIE) SERVICES H:U301v1E\LYNDAS\GEN\WATER\86$1 -Elevated Storage TanksWE ConnactlEXHBIT ( EXHIBIT °Ci° Page 1 of 2 Last Revision: Dac 2004 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. "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. c. "Firm". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce ordeal with a producf 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. d. "Official". The Mayor, members of the City Council, CiN Manager, Deputy City Mana~er, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus hristi, Texas. e. "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. "Constructvely held" refers to holding or control established through voting trusts, proxies or special terms o 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 of professional consultation and recommendation. CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES H:V30ME~LYNDAS\GEN~WATER\6651-Elevated Smrage TanksWE ContractlEXHIBIT< EXHIBIT '~C" Page 2 of 2 Last Revlslon: Dec 2004 ELEVATED WATER STORAGE TANKS -CITY-WIDE Project No. 8851 Invoice No. 12345 Invoice Date: Basic Services: Preliminary Phase Design Phase Bid Phase Construction Phase 1. Tank 1 2. Tank 2 3. Tank 3 Subtotal Basic Services Additional Services: 1. Permitting 2. Warranty Phase 3. Topographic Survey 4. Environmental Issues 5. Construction Observation 1. Tank 1 2. Tank 2 3. Tank 3 6 . Start-Up Services 1. Tank 1 2. Tank 2 3. Tank 3 7. Warranty Phase 1. Tank 1 2. Tank 2 3. Tank 3 8. Provide SCADA Documentation 1. Tank 1 2. Tank 2 3. Tank 3 9. Siting Evaluation & Recommends 10. Pressure and Water A e Evalus Subtotal Additional Services Summary of Fees Basic Services Fees Additional Services Fees Total of Fees Total Amount Previous Total Percent Contract Contract Invoiced Invoice Invoiced Complete $55,000. 00 $55,000. 00 $0. 00 $0.00 $0. 00 0% $160,000. 00 $160,000. 00 $0. 00 $0.00 $0. 00 0% $5,000. 00 $5,000. 00 $0. 00 $0.00 $0. 00 0% $39,000. 00 $39,000. 00 $0. 00 $0.00 $0. 00 0% $39,000. 00 $39,000. 00 $0. 00 $0.00 $0. 00 0% $39,000. 00 $39,000. 00 $0. 00 $0.00 $0. 00 0% $337,000.00 $337,000.00 $0.00 $0.00 $0.00 0% $29,998. 00 $29,998. 00 $0. 00 $0.00 $0. 00 0% $18,038. 00 $18,038. 00 $0. 00 $0.00 $0. 00 0% $21,024. 00 $21,024. 00 $0. 00 $0.00 $0. 00 0% $23,996. 00 TBD $0. 00 $0.00 $0. 00 0% $47,000. 00 $47,000 .00 $0. 00 $0.00 $0. 00 0% $47,000. 00 $47,000 .00 $0. 00 $0.00 $0. 00 0% $47,000. 00 $47,000 .00 $0. 00 $0.00 $0. 00 0% $5,978. 00 $5,978 .00 $0 .00 $0.00 $0. 00 0% $5,806. 00 $5,806 .00 $0 .00 $0.00 $0. 00 0% $5,806. 00 $5,806 .00 $0 .00 $0.00 $0. 00 0% $3,147. 00 $3,147 .00 $0 .00 $0.00 $0. 00 0% $2,972 .00 $2,972 .00 $0 .00 $0.00 $0. 00 0% $2,904 .00 $2,904 .00 $0 .00 $0.00 $0. 00 0% $2,521 .00 $2,521 .00 $0 .00 $0.00 $0. 00 0% $2,521 .00 $2,521 .00 $0 .00 $0.00 $0 .00 0% $2,521 .00 $2,521 .00 $0 .00 $0.00 $0 .00 0°/a I $59,970 .00 $59,970 .00 $0 .00 $0.00 $0 .00 0% I $40,040 .00 $40,040 .00 $0 .00 $0.00 $0 .00 0% $368,242.00 $344,246.00 $0.00 $0.00 $0.00 0% $337,000 .00 $337,000 .00 $0 .00 $0.00 $0 .00 0% $368,242 .00 $344,246 .00 $0 .00 $0.00 $0 .00 0% $705,242.00 $681,246.00 $0.00 $0.00 $0.00 0% CONTRACT FOR ENGINEERING (LARGE AIE) SERVICES EXHIBIT "D" Page t OF 7 Last Revision: Oec 2004