Loading...
HomeMy WebLinkAboutC2009-128 - 3/31/2009 - ApprovedAMENDMENT NO. 1 TO CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas hereinafter called "City' and Coym, Rehmet & Gutierrez Engineerino, L.P. hereinafter called "Consultant" agree to the following amendment to the Contract for Professional Services for Sharpsburg Lift Station and Up River Road Force Main Rehabilitation (Proiect No. 7389), as authorized by: Original Contract July 24, 2008 Administrative Approval $48,785.00 In the original ,the SCOPE OF SERVICES shall be modified to include the following paragraphs: 1. SCOPE OF PROJECT Sharpsburg Lift Station & Up River Road Force Main Rehabilitation (Project No. 7389) This project includes the rehabilitation of the existing Sharpsburg Lift Station near the intersection of Sharpsburg Road, Up River Road and IH 37. The improvements will include installation of new pumps, modification' of the existing structure, construction of new piping, new flow meter, electrical improvements, standby generator installation, odor control facility installation, construction of site fill, pavement, fencing, security gate with card reader and all related appurtenances. 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform professional services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, A/E will provide monthly status updates (project progress ordelays, 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 is 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. AMENDMENT NO. 1 Page 1 of 4 H:\USER52WOME\VELMAPIGEN\WASTEWATERV389\AMENDMENT NO. 7 3. 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 phase, design phase, bid phase, and construction phase is shown on Exhibit "A". This schedule is not to be inclusive of all additional time that may be required for review by the City staff and may be amended by or with the concurrence of the Director of Engineering Services. The Director of Engineering Services may direct the A/E to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to this contract. 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" and shall include monthly updates. 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.) AMENDMENT NO. 1 Page 2 of 4 H:\USERS2\HOME\VELMAP\GEN\WASTEWATERV389WMENDMENT NO. 1 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 ortechnical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. 9. OWNERSHIP OF DOCUMENTS All documents including contract documents (plans and specifications), record drawings, contractor's field data, and submittal data will be the sole property of the City, may not be used again by the A/E without the express written consent of the Director of Engineering Services. However, the A/E may use standard details that are not specific to this project. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re-use of modified plans. 10. 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 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 By ~7/I `Y~~,~ y- 3 -~9 Oscar Martinez, Date Assistant City Manager RECOM NDED By `iG~ ~ ~~ y Pete Anaya, P.E. Date Director of Engineering Services COYM, REHMET & GUTIERREZ ENGI RI IjG L.P. By x/30 . Don Rehmet, P. Date ice President 5656 S. Staples, Suite 230 Corpus Christi, TX 78411 (361) 991-8550 Office (361) 993-7569 Fax Zoo9-12s sr couRCa _0 3 03/31/09 MZOO9-O7S 'ERV399NMENOMENTN0.1 '~'~"~ Coym, Rehmet & Gutierrez AUTHORIZED SECRe7ARY VT NO. 1 Page 3 of 4 ATTEST By Armando Chapa, City S retary APPROVED AS TO FOAM City Attorney Date AMENDMENT N0.1 Page 4 of 4 H:\USERS2WOME\VELMAP\GEN\WASTEWATERV389WMENOMENT NO. t EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS Sharpsburg Lift Station & Up River Road Force Main Rehabilitation (Project No. 7389) SCOPE OF SERVICES A. Basic Services. Basic Services will include the following in addition to those items shown on Exhibit "A-1" Task List. 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 a Design Memorandum 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 three (3) formal meetings with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven (7) working days of the meeting. The A/E will participate in discussions with the operating department and other agencies (such as the Texas Department of Transportation (TxDOT) and Texas Commission of Environmental Quality (TCEQ)) as required to satisfactorily complete the Project. c. Submit one (1) copy in an approved electronic format, and one (1) paper copies of the Design Memorandum, with executive summary, opinion of probable construction costs, defined technical evaluations of identified feasible alternatives, and review with City staff to produce an acceptable format which contains common municipal elements. Design Memorandum will include the following (with CONSTRUCTABILITY being a major element in all the following items): 1. Review of the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution of the Project; The 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 of way/easements, and probable Project design solutions; (which are common to municipalities). AMEND. NO. 1 EXHIBIT "A" Pa e1 of10 H:\USERS2\HOME\VELMAP\GEN\WASTEWATERV389\AMENOMENT NO. 1\EXHIUITA 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 otherfactors 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 design memorandum prior to submission. 9. Additional items are required with the Design Memorandum to 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 • Permit 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 d. Field location of existing utilities using Texas one-call system (Coordinate with appropriate City Operating Departments). e. Provide subsurface utility engineering in accordance with ASCE Standard "ASCE C- I, 38-02, Standard Guideline forthe Collection and Depiction of Existing Subsurface Utility Data". The proposed subsurface utility investigation will be as follows: 1. Excavation -The survey scope includes working with a subsurface utility excavator (hydroexcavation) to pertorm Quality Level A investigation of underground utilities in specified areas through the project limit. (Quality Level A involves the use of nondestructive digging equipment at critical points to determine the horizontal and vertical position of underground utilities, as well AMEND. NO. 1 EXHIBIT "A" Pa e2of10 H:\USERS2\HOME\VELMAP\GEN\WASTEWATERV389\AMENOMENT NO. 1\EXHIBIT A as the type, size, condition, material, and other characteristics.) Utilities located at this quality level will be physically located and tied to the topographic survey control. The utility will be identified and an elevation will be obtained to the top of the utility. 2. Utility Location -The survey scope includes locating certain utilities to Quality Level B (Quality Level B involves surveying visible above ground utility facilities, such as manholes, valve boxes, posts, etc., and correlating this information with existing utility records.) These utilities will be located by obtaining aOne-Call Notice and measuring the marked locations. 3. Stormwater -Stormwater facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible stormwater manholes and drainage inlets. 4. Wastewater -Wastewater facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible wastewater manholes. 5. Water- Water facilities within the project limits will be located to Quality Level C. 6. Gas -Gas facilities within the project limits will be located to Quality Level C by the A/E. The City of Corpus Christi Gas Department will provide Quality Level A. The A/E will coordinate this activity. 7. Local Utility Franchise -Coordinate with local franchises -Level A. 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. A copy of pertinent existing studies and plans (as available from City Engineering files). c. Maximo Asset Management records pertinent to the Sharpsburg Lift Station. d. Run-time and flow meter records for the existing Sharpsburg Lift Station. e. Pertinent operational records regarding the Sharpsburg Lift Station. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the A/E will: a. Study, verify, and implement Design Memorandum recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff. b. Prepare one set of Construction Bid and Contract Documents in City format (using City Standards as applicable) including Contract agreement forms, general provisions and special provisions, notice to bidders, insurance requirements, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, 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. AMEND. NO. 1 EXHIBIT "A" Pa e3of10 H:\USERS2IHOME\VELMAP\GEN\WASTEWATERV389\AMENDMENT N0. 1\E%HIRIT A 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 track progress and payments. e. Furnish one (1) copy of the pre-final plans 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. Provide Traffic Control Plan for review and approval by the City Traffic Engineering Department. g. Assimilate all pertinent review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. h. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the pre-final 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 A/E 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 a Stormwater Management Plan. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the design phase. b. Provide the budget for the Project specifying the funds available forthe construction contract. c. Provide electronic files of 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 by the project. AMEND. NO. 1 EXHIBIT "A" Pa e4of10 H:\USER52ViOME\VELMAP\GEN\WASTEWATER\T389WMENDMENT NO. 1\EXHIBIT A 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, forthe 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 Engineerwill, at its expense, conferwith 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 forthe 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 for the contractor and authorize required changes, which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. e. Make regular visits to the site of the Project to confer with the City project inspector and contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. f. Prepare change orders as authorized by the City (coordinate with the City's construction division); provide interpretations and clarifications of the plans and specifications for the contractor and authorize minor changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. AMEND. NO. 1 EXHIBIT "A" Pa e5of10 H:\USERS2\HOME\VELMAP\GEN\WASTEWATER\]389\AMENDMENT NO. 1\EXHIBIT A g. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. h. 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. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction phase. b. Prepare applications/estimates for payments to contractor. c. 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: Boundary Survey. The A/E will review existing ROW and City tract boundaries deeds to ascertain any conflicts and provide field surveys to exactly ascertain the City Property Boundaries in the proximity of the proposed project. 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. 2. Topographic Survey. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points. Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures and facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the project area. AMEND. NO. 1 EXHIBIT "A" Pa e6of10 H:\USERS2\HOME\VELMAP\GEN\WASTEWATERV 389WMENDMENT NO. 1\E%HIBIT A 3. Environmentallssues (To be determined) 4. Construction Observation Services. Provide a project representative (PR) to provide 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 endeavorto 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 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. 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 AMEND. NO. 1 EXHIBIT "A" Pa e7of10 H:\USER52\HOME\VELMAPI6EMWASTEWATERV389\AMENOMENT NO. 1\EXHIBIT A 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. 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. 5. 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. 6. 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 AMEND. NO. 1 EXHIBIT "A" Pa e8of10 H:\USER52\HOME\VELMAP\GEMWASTEWATER\73B9WMENDMENT N0. i\EXHIBIT A 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. 7. Hydro-Excavation. Upon receiving authorization from the City to proceed, conduct hydro-excavation to identify underground utilities. The hydro-excavation process will conform to subsurface utility engineering in accordance with ASCE Standard C-I, 38-02, and shall be in accordance with Section 1.e of Basic Services. 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. II. SCHEDULE ACTIVITY DATE Be in Desi n Phase U on A royal of Desi n Memorandum Submit Pre-Final Contract Doc's and Construction Plans Three (3) months after approval of Design Memorandum Submit Final Contract Doc's and Construction Plans Two (2) weeks after receipt of comments Pre-Bid Conference Two 2 weeks after Bid Advertisement Pro'ect Bid Date Four 4 weeks after Bid Advertisement Be in Construction One 1 month after Council Action Com lete Construction Six 6 months after Be in Construction III. 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 in response to A/E's monthly statements. B. Fee forAdditional Services. For services authorized by the Directorof Engineering Services under Section I.B. "Additional Services" the City will pay the A/E a not-to-exceed fee as per the table below: AMEND. NO. 1 EXHIBIT "A" Pa e9of10 H:\USER52\HOME\VELMAP\GEN\WASTEWATERV309WMENDMENT NO. 1\EXHIBIT A C. Summary of Fees. Original Contract Amend. No. 1 Total BASIC SERVICES 1 Prelimina Phase $48,785.00 $0.00 $48,785.00 2 Desi n Phase 0.00 106,555.00 106,555.00 3 Bid Phase 0.00 5,770.00 5,770.00 4 Construction Phase 0.00 23,450.00 23,450.00 Subtotal Basic Services 48,785.00 135,775.00 184,560.00 ADDITIONAL SERVICES 1 Bounda Surve 0.00 4,270.00 4,270.00 2 To o ra hic Surve 0.00 3,115.00 3,115.00 3 Environmentallssues 0.00 0.00 0.00 4 Construction Observation Services 0.00 48,400.00 48,400.00 5 Start-u Services 0.00 3,500.00 3,500.00 6 Warrant Phase 0.00 4,260.00 4,260.00 7 H dro-Excavation 0.00 25,700.00 25,700.00 8 SCADA Documentation 0.00 1,760.00 1,760.00 Subtotal Additional Services 0.00 91,005.00 91,005.00 Total Fee $48,785.00 $226,780.00 $275,565.00 07124/08 Admin A royal AMEND. NO. 1 EXHIBIT "A" Pa e10of10 H:\USER52\HOME\VELMAP\GEN\WASTEWATER\7389\gMENOMENT NO. 1\E%HIBIT A EXHIBIT A-1 CITY OF CORPUS CHRISTI, TEXAS Sharpsburg Lift Station and Up River Road Force Main Rehabilitation (Project No. 7389) TASK LIST PRELIMINARY PHASE (SMALL A/E) 1) Project limits include the southern portion of the City of Corpus Christi 67.8 acre tract known as "Spillway Tracts A & B". The project site is at the intersection of Sharpsburg Road and Up River Road. 2) Perform field investigation (surveys as authorized by Additional Services) as required to define specific areas of demolition and new work along with the applicable parameters required to complete the design memorandum and construction drawings. 3) Contact Texas one-call system to locate existing City utilities in the field, and coordinate with appropriate City operating department. 4) Attend and participate in project kickoff and planning meetings (2 meetings) with City staff to discuss planning and conceptual design. 5) Review the report "Wastewater Collection Management Master Plan -Allison Service Area" by HDR Engineering Inc., adopted September 28, 2004. Meet with HDR principal engineer for the study to ascertain specific and detailed information regarding the Sharpsburg Lift Station and Up River Road Lift Station No. 6 analysis. 6) Review the report "Allison WWTP SSE Study" presently in final draft form as prepared by Bhaskar Patel, P.E.. Review findings and recommendations regarding infiltration and inflow (I/I) into the Sharpsburg Lift Station. 7) Review pertinent Maximo Asset Management records applicable to the Sharpsburg Lift Station. Records to be furnished by the City. 8) Meet with Wastewater Department Lift Stations Superintendent, regarding operations of the Sharpsburg Lift Station and the Up River Road Lift Station No. 6. 9) Reconcile the Allison WWTP SSE Study with HDR report and other pertinent reports to generate interim and ultimate peak flow projections for the Sharpsburg Lift Station. 10) Review existing record drawings and other pertinent data as may be available and which may affect the design of the lift station, incoming gravity sewers and force mains. EXHIBIT "A-1" Page 1 of 5 H:\USER52WOME\VELMAP\GEN\WASTEWATERV 389\AMENOMENT NO. 1\EXHIBIT A-1 11) Perform preliminary topographic and boundary survey work to ascertain limits and features of the existing station site and the surrounding City of Corpus Christi tract adjacent to the site. Location of existing gravity sewers and force mains will be ascertained by above-ground observations and as-built drawings 12) Review existing record drawings and other pertinent data as may be available and which may affect the design of the lift station, incoming gravity sewers and force mains. 13) Review City maintenance records regarding the condition of the Up River Road Force Main to the Allison WWTP. Investigate the possibility of abandonment of the nearby Up River Road Lift Station No. 6 which could possibly be accomplished by redirecting flows to the Sharpsburg Lift Station. 14) Meet with Engineering Department and Wastewater Department staff regarding findings concerning projected lift station flows, possible abandonment of the Up River Road Lift Station No. 6 and Up River Road Force Main Rehabilitation. 15) Perform calculations of lift stations sizing utilizing peak flow projections as reviewed and approved by Engineering Department and Wastewater Department staff, and prepare preliminary layouts to ascertain dimensions of the new facility. Perform calculations for performance of the Up River Road Force Main under near-term and future conditions as defined in the HDR report. 16) Meet with Engineering Department and Wastewater Department staff to review proposed layouts and select final station layout. 17) Prepare a design memorandum for the improvements to include the lift station, gravity sewer routes and force main reroute. The lift station will generally have, but not be limited to, the following features: Electrical and controls will be housed in a prefabricated, climate controlled unit. • Odor control facilities including biofilter and chemical feed facilities. • 8-ft. decorative security fence. • Homeland Security gate and access system. • Standby generator • SCADA Facilities • Reinforced concrete wet well • Submersible pumps • Above ground piping and valuing • New flow meter All improvements shall meet the requirements of TCEQ Chapter 217 (Adopted 8/28/08). 18) Prepare a preliminary opinion of probable cost for the project. EXHIBIT "A-1" Page 2 of 5 H:\USERS2U10ME\VELMAPIGEN\WASTEWATER\7389\AMENDMENT NO. 1\EXHIBIT A-i DESIGN, BID & CONSTRUCTION PHASE (This Amendment No. 1) 19) Prepare Special Provisions, Specifications and Forms of Contracts and Bonds to include: • Title Page • Table of Contents • Notice to Bidders • Notice to Contractors - A • Notice to Contractors - B • Part A -Special Provisions • Part B -General Provisions • Part C -Federal Wage Rates and Requirements • Part S -Standard Specifications • Part T -Technical Specifications (if required) • List of Drawings • Geotechnical Report • Notice Agreement • Proposal/Disclosure Statement • Performance Bond • Payment Bond 20) Provide Quality Assurance/QualityControl(QA/QC)forpre-finalreviewandprepare submittal for the City's review depicting final complete development of the construction drawing and specifications. 21) Address comments received from the City for the pre-final Submittal. 22) Provide Quality Assurance/Quality Control (QA/OC) 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. 23) Update the Opinion of Probable Costs. 24) Provide Bid Phase Services in accordance with Exhibit 'A' of the Contract for Professional Services. 25) Provide Construction Phase Services in accordance with Exhibit'A' of the Contract for Professional Services. 26) Prepare monthly progress reports for submittal to the City. Monthly progress reports shall be submitted by the 5~h of each month. EXHIBIT "A-1" Page 3 of 5 H:\USER52\HOME\VEIMAP\GENIWASTEWATERV 3B9\AMENDMENT NO. 1\EXHIBIT A-1 Additional Services for Sharpsburg Lift Station and Up River Road Force Main Rehabilitation (Project No. 7389) (This Amendment No. 1) BOUNDARY SURVEY The A/E will review existing ROW and City tract boundaries deeds to ascertain any conflicts and provide field surveys to exactly ascertain the City Property Boundaries in the proximity of the proposed project. 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. AIE Consultant will be required to perform all necessary deed research. TOPOGRAPHIC SURVEY Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points. Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures and facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the project area. ENVIRONMENTAL ISSUES (To be determined) CONSTRUCTION OBSERVATION SERVICES (26 Weeks-20 Hrs./Wk.) 1) Provide construction observation services as authorized by the City and delineated in Exhibit A. 2) Conduct daily site visits to the project site during construction. 3) Prepare daily reports and coordinate site visits with CRG office staff. 4) Provide detailed coordination with City staff during construction. 5) Coordinate construction activities with material testing lab. 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. EXHIBIT "A-1" Page 4 of 5 H'\USERS2\HOME\VELMAP\GEN\WASTEWATER17389WMENDMENT ND. 1\FJ(HIBIT A-1 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 laterthan sixty (60) days priorto the end of the maintenance guaranty period. HYDRO EXCAVATION Upon receiving authorization from the City to proceed, conduct hydro-excavation to identify underground utilities. The hydro-excavation process will conform to subsurface utility engineering in accordance with ASCE Standard C-I, 38-02, and shall be in accordance with Section 1.e of Basic Services. 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. EXHIBIT "A-1" Page 5 of 5 H:\USERS2\HOMEIVELMAP\GEN\WASTEWATERV3B9\AMEN~MENT NO. 1\EXHIBIT A-1 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. Contractuallnsurance 7. Broad Form Property Damage 8. Independent Consultants 9. Personallnjury AUTOMOBILE LIABILITY--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 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 [X] NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements [ ]REQUIRED [X] NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements [ ] REQUIRED [X] NOT REQUIRED EXHIBIT "B" Pa e 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 of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the 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) calendardays 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 ofauthority toself-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, P. O. Box 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. fall f fL.e. ..r..ien4 ..r ,....rL Q, ilderb icL nr.ver~ne cL..~ll Lo .~ ^All D.cL^ form ., r n EXHIBIT "B" Pa e2of3 III. 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 "endeavorto"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 "B" Pa e3of3 City of COPpllS CITY OF CORPUS CHRISTI CIlI'1St1 DISCLOSURE OF INTERESTS ~~ City of Corpus Christi Ordinance 17112, as amended, requires all persons orfirms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "N/A". FIRM NAME: Coym, Rehmet & Gutierrez Enpineerina. L.P. STREET: 5656 South Staples. Suite 230 CITY: Corpus Christi ZIP: 78411 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 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 Committee 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 changes occur. Certifying Person: J. Don Rehmet Signature of Certifying Person: G ' Title: Principal Date: 3l/3~a g ~~ 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. 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 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 stack 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, City Manager, Deputy CiN Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, 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. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of 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. EXHIBIT "C" Page 2 of 2 0 o ~ o ~ ~ E ~ c\ ~ ~ di O ~ c 'o w C , d o. d ~ ~e" V ~~a7 L d E a~ a O U Y O j ~ C N d 7 V O_ ._ iV C a - c y O Q C W v Q Z w ~ G V ~ M ~ U w N d O O O 0 N ~ Z Z d O a „ d ~ z wd~o F-•~o > v E J ` °- C C Q a - r Q O U Z E Q v m Y C O U d V .~ N V .y N m 0 0 O O r 0 0 O l0 0 0 O 0 0 O 0 0 O M 0 0 l0 N 0 '0 O 0 0 O 0 0 O 0 0 O 0 0 O 0 0 r r 0 0 O M 0 0 r r 0 0 M N ° ° ° ° ° ° ° ° p p p ° ° ° ° o o ~ o ~n r o ~ N o ~ Im- Im- H o ~ o u~ N o ~ o o M EA EA EA fA ° ° o ° ° ° p p p ° o ° o 0 o 0 to ~n ~ F- F- 1- ~- `~ ~ r r r fA ER EA fA ~ 0 p O 0 0 ~ ~ U) o0 ~ En 0 o p m H p m H p m H o ~ EA ~° ~ H3 °o lf7 u°~~ N r r ~ 0 O O r 0 O O M 0 O h 0 O N M 0 ~(1 N OD 0 O O N o N r r ti N !O r p m ~ p m F p m F n ~ h ~ o ~ N 00 r~ ~ P V' r~ 07 Of N u4 rR ur esr as ~ °EA ° ~ N O O r ll~ N r ~ ° N CO p ~ p ~ p ~ N CO r ~ N .- N CO r ~ o0 N ~ ~ ~ ~ ~ O O ~ ° ° O O .- ~ N ~ .- ° p ~ p ~ p ~ N ~ r - O O r N r ~ N r N ~ ~ ~ ~ 0 °o_ r 0 °o N 0 ~°n 0 °n N 0 °o_ CO 0 °o N 0 o p ~ p ~ p ~ o °o N 0 °o CO 0 °o N 0 °o 00 EA FR FA ffl ER ({~ N d U_ N N Z d d d d U N (n N u' d N ~ V d y d d (0 L ~ ~ N ~, N ~ lL N U d N a N fn a = j 'O Q U d d L d i m O O) c N Q Z U lL C a N (0 U ~ (6 C O C T y C O ~ ~ O) Q O ~ d Cn C w O C L r:+ m V y~ p o 1= O ~ d O O ~ '6 N d N m U 7 7 f0 "O O a p . m U cn Q a ~ ~ aO cn cn rn m a F- EXHIBIT "D" Pa e1 of1