Loading...
HomeMy WebLinkAboutC2009-151 - 4/21/2009 - 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 B. Harman Engineering. LLC, a Texas Limited Liability Company, 4337 Lake Ontario Drive, Corpus Christi, Nueces County, Texas 78413, (Architect/Engineer- A/E), hereby agree as follows: SCOPE OF PROJECT (Project No. 7384) -The existing Sludge Dewatering Building was constructed as part of Oso Water Reclamation Plant expansion in 1981 and since then it has outgrown the capacity required for sludge dewatering at the Oso Water Reclamation Plant. The two beltfilter presses have become unreliable and have been working to their full capacity over ten hours a day, seven days a week but they have not been able to keep up with removal of sludge from the plant. Anew Sludge Dewatering Building will be constructed with three belt filter presses and space forfourth filter press which can be installed once the plant reaches its design capacity. 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 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 ofthis contract, certain services listed in this publication as Additional Services will be considered as Basic Services. 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 ~~ 2009-151 ~uired for review by the City staff and may be amended by or with the 04/21/09 =ngineering Services. M2009-094 Contract for Engineering (A/E) Services B. Harman Engineering Page 1 of 3 BELT FILTER PRESS BUILDING\CONTRACT PROFESSIONAL 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 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. 7. LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. The A/E agrees that at least 75% of the work described herein will be performed by a laborforce 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.) 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. 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 priorto re-use of modified plans. ConUact for Engineering (WE) Services Page 2 of 3 H:\USER52\HOME\VELMAP\GEN\WASTEWATER\7380 OSO BELT FILTER PRESS BUILDING\CONTRACT PROFESSIONAL SERVICES 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 RECOMME ED By ~~ ~o~ 9 Pete Anaya, P. E., Date Director of Engineering Services ATTEST By ~ C}~'a~_~n Armando Chapa, City Secretary AS City Attorney Dat B. HARMAN ENGINEERING, LLC askar H. Patel, P. E. ate 4337 Lake Ontario Drive Corpus Christi, TX 78413 (361) 742-3665 Office (361) 299-2291 Fax ~~ AU, i'H,O,R/1,2ED 8Y C9UNCIL_.,~~11 f~1 $..~~ Contract for Engineering (A/E) Services Page 3 of 3 H:\USER52\HOME\VELMAP\GEMWASTEWATERV 384 OSO BELT FILTER PRESS BUILDING\CONTRACT PROFESSIONAL SERVICES 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. Preliminary Phase. The Engineer 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, sketches, 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 maximum 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 Engineerwill participate in discussions with the operating department and other agencies (such as the Texas Commission of Environmental Quality (TCEQ)). The Engineer will submit a letter to TCEQ outlining proposed project improvements. c. Submit one (1) copy in an approved electronic format, and one (1) paper copy of the Engineering Letter Report, with executive summary, opinion of probable construction costs with life cycle analysis, and review with City staff to produce an acceptable format which contains common municipal elements. Engineering Letter Report will include the following (with CONSTRUCTABILITYbeing a majorelement 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 field investigation including site findings, existing conditions, potential right of way/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 EXHIBIT "A" Pa e1of10 H:\USER52\HOME\VELMAP\GEN\WASTEWATER\7384 O50 BELT FILTER PRESS BUILDING\EXHIBIT A services, preliminary details of construction of critical elements, identification of needed permits, identification of specifications to be used, identification of quality and quantity of materials of construction, and other factors required for a professional design (CONSTRUCTABILITY). All documents submitted will reflect a 30% project design. The design sketches to be provided will include a site plan, equipment layout plan and building layout/sections. 5) Advise of environmental site evaluations and archeology reports that are needed forthe 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 Engineer and Sub-consultant Engineer/Architect have checked and reviewed the Engineering Letter Report prior to 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. Current aerial photography for the Project area. d. Current related GIS mapping for existing facilities. e. A copy of existing studies and plans. (as available from City Engineering files). f. Field location of existing city utilities. (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 Engineer 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 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 EXHIBIT "A" Pa e2of10 3EN\WASTEWATERV380 OSO BELT FILTER PRESS BUILDING\EXHIBIT A 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. 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 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 9• h. Cost, alternatives, etc. • Owner permit requirements and status Assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. 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. Provide Quality Assurance/Quality Control (QA/OC) 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 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. 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 EXHIBIT "A" Pa e3of10 H:\USERS2IHOME\VELMNP\GEN\WASTEWATERV384 OSO BELT FILTER PRESS BUILDINGIEXHIBIT A (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 Storm Water Pollution Prevention Plan. m. 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/engineertyill cooperate during the design process to fulfill the requirements of the ordinance. 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, 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 Engineer'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 EXHIBIT "A" Pa e4of10 H:\USER52\HOME\VELMAP\GEN\WASTEWATER\7384 OSO BELT FILTER PRESS BUILDING\EXHIBIT A Engineer) 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 Engineer 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. 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 - Imagingfor Win95 (Wang) and Microsoft Imaging Composer. Deliverthe 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 deliverto the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later) of the record drawings. All drawings will be CADD drawn EXHIBIT "A" Pa e5of10 H:\USERS2\HOME\VELMAP\GEN\WASTEWATER\7384 OSO BELT FILTER PRESS BUILDING\EXHIBIT A 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 AIE 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: Permit Preparation. Furnish the City all engineering data and documentation necessary for the following required permits. The A/E will prepare this documentation for all required signatures. The A/E will prepare and submit permits as applicable to the appropriate local, state, and federal authorities. The City shall reimburse the A/E for permit application and/or processing fees as required by the regulatory agencies. Permits may be required by the following regulatory agencies. a. Texas Commission on Environmental Quality (TCEQ) b. Texas Department of License and Regulation (TDLR ) c. Windstorm Certification -Consultant will perform submittal review, conduct windstorm inspections (6 field visits) along with filing of WPI-1 and WPI-2 with the Texas Department of Insurance. 2. 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. 3. Construction Observation. Provide a project representative (PR) to provide periodic construction observation. 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 forthe CITY against defects and deficiencies in the Work. B. The duties and responsibilities of the PR are described as follows: EXHIBIT "A" Pa e6of10 H:\USERS2\HOME\VELMAP\GEN\WASTEWATER\]384 OSO BELT FILTER PRESS BUILDING\E%HIBIT A 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 orapproval 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 orapproval. 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. EXHIBIT "A" Pa e7of10 OSO BELT FILTER PRESS BUILDING\EXNIBIT A 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. 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. 4. 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 forthe 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. 5. Survey for Equipment Alignment -Grade elevations and final equipment alignment and elevations. 6. Provide the services above authorized in addition to those items shown on Exhibit "A-1" Task List. EXHIBIT "A" Pa e8of10 H:\USER52\HOME\VELMAMGEN\WASTEWATER\]3S4 OSO BELT FILTER PRESS BUILDING\EXHIBIT A 2. SCHEDULE PROPOSED PROJECT SCHEDULE DAY DATE ACTIVITY Wednesday May 15, 2009 Begin Preliminary Phase Monday July 27, 2009 Begin Design Phase Friday October 23, 2009 Interim Submittal Friday November 20, 2009 City Review Friday January 21, 2010 Pre-Final Submittal Friday February 19, 2010 City Review Friday March 26, 2010 Final Submittal Monday (2) March 29 & April 5, 2010 Advertise for Bids Wednesday April 7, 2010 Pre-Bid Conference Wednesday April 14, 2010 Receive Bids Monday May 24, 2010 Begin Construction Weekday February 19, 2011 Construction Completion 3. FEES A. Fee for Basic Services. The City will pay the Engineer 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, Engineer will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon Engineer's estimate (and City Concurrence) of the proportion ofthe 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 for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the Engineer snot-to-exceed fee as per the table below: EXHIBIT "A" Pa e9of10 H:\USERS2\HOME\VELMAP\GEMWASTEWATER\7384 OSO BELT FILTER PRESS BUILDING\EXHIBIT A C. Summa of Fees Fee for Basic Services 1. Preliminary Phase $28,626.00 2. Design Phase 171,787.00 3. Bid Phase 5,210.00 4. Construction Phase 22,355.00 Subtotal Basic Services Fees 227,978.00 Fee for Additional Services (Allowance) 1. Permit Preparation (as applicable) TCEQ TDLR Windstorm Certification (authorized) Sub-Total Permit Preparation 3,000.00 3,450.00 3,890.00 10,340.00 2. Start-up Services 888.00 3. Construction Observation Services - 10 hours per week for up to 39 weeks @ $70 per hour 27,300.00 4. Warranty Phase 2,316.00 5. Survey for Equipment Alignment 2,880.00 Sub-Total Additional Services Fees 43,724.00 Total Fees including Additional Services $271,702.00 EXHIBIT "A" Pa e10of10 H:\USERS2\HOME\VELMAP\GEMWASTEWATERV3&i OSO BELT FILTER PRESS BUILGING\EXHIBITA EXHIBIT A-1 TASK LIST CITY OF CORPUS CHRISTI OSO WATER RECLAMATION PLANT PROCESS IMPROVEMENT BELT FILTER PRESS BUILDING REPLACEMENT (PROJECT NO. 7384) 1) perform field investigation as required to verify existing conditions, define locations of tie-in points and identify other applicable parameters to complete items as shown on this task list. Review existing data and documents associated with project. 2) attend and participate in project start meeting and all additional required planning meetings (4 meetings minimum) with City staff to discuss planning and conceptual design. Gather information and perform close coordination with Wastewater Department staff. 3) develop a preliminary construction schedule and sequencing plan that includes all the items as shown on this Task List. This schedule will include procurement, construction, testing, coordination, and provision for minimum interruption of services and construction schedules with planned Capital Improvement Program (CIP) funding and will also take into consideration recommendations in the appropriate Wastewater Plans. 4) Establish existing topography, site layout, identifying underground pipelines from `As Built drawings and old documents, manholes, electrical pull boxes, electrical pipe rack etc. for the location of the new belt press building required for Engineering Letter Report. 5) Prepare and submit one electronic file in PDF format and one (1) copy of the Engineering Letter Report to City for review. The Engineering Letter Report will document the analyses, approach, cost analysis, benefit analysis and document the work with text, tables, exhibits, vendor equipment data and prepare probable building layout showing the equipment foot prints, operator break room and any other necessary features required to show the functionality of the belt filter press building. This will be presented with sectional view of the layouts of different components including chemical feed system required for operation of the sludge dewatering units. Upon review by the City, address any concerns and re-submit final version of Engineering Letter Report. Obtain approval to proceed with Design Phase. The following items will be thoroughly researched, evaluated and finally recommendations made during the Engineering Letter Report Phase: A. Research and develop a thorough understanding of the present needs and the future requirements for dewatering sludge at Oso WRP. B. The existing sludge handling facility at Oso WRP and past records of sludge generated at the plant will be evaluated to design the new sludge dewatering facility. C. New sludge dewatering equipment and belt press building will be designed to comply with the TCEO's Chapter 217 Rules and will have room for additional belt filter press equipment. EXHIBIT A-1 Pa e 1 of 3 H:\USERS2\ROME\VELMAP\GEN\WASTEWATERV384 OSO BELT FILTER PRESS BUILDING\EXRIBIT A-1 TASK LIST D. Plant Layout showing probable locations of the new belt filter press building will be prepared. At least three layouts with the belt press building footprint will be shown and each location will show the building egress and ingress and will indicate the radius required for maneuverability of sludge trucks or the mule with sludge container. E. The existing sludge pumping equipment from the post thickener will be inspected to determine if they will serve the ultimate design capacity of the sludge handling facility at Oso WRP. Hydraulic analysis of the pumping units and the existing force main will be done to determine if they will have adequate capacity and pumping head required for the new belt filter press units. The report will furnish analysis data of the existing pumping system with recommendations for upgrade necessary to meet the requirements of the new belt filter press equipment. This will require upgrade of the electrical system feeding the thickener pumps F. Evaluate the polymer feed system for the new sludge dewatering building and compare the unit with existing system. This will require input from the operators and the system will be designed around the equipment which the operators are most comfortable with. G. Evaluate the electrical system to determine if the existing main breaker and the feed lines are adequate to handle load in the new filter press building. The Design Memorandum will show any changes recommended for the new sludge dewatering building. H. Prepare construction cost estimates of the belt filter press building with the equipment. 6) Prepare construction plans to include but not limited to i.e., Title Sheet, Estimate Summary, General Notes, Specification Data, Demolition Plan of existing structures to make room for the new belt filter press building, site piping layout, site paving and grading plan, Architectural and Structural drawings of the building, Mechanical and Electrical equipment layout and electrical site layout. Also, the plans will include SWPPP Sheets, and City Standards. 7) Provide one (1) copy of the sixty (60°/D) percent plan set and estimates of probable construction costs, along with a plan executive summary for the City's review. Meet with City to discuss the submittal as identified in Exhibit A. 8) Submit one (1) copy of one hundred percent (100%) plans set and bid documents to City as identified in Exhibit A. 9) Provide Bid Phase Services identified in Exhibit A. 10) Provide Construction Phase services identified in Exhibit A for a period of six months, plus Change Order Time Extensions, from date of Contractor Notice to Proceed. 11) During all phases of the project, provide aone-page monthly progress report via email to the designated City staff by the fifth (5"') day of each month. Provide an additional hard copy of the one-page monthly progress report with the submittal of each monthly invoice. EXHIBIT A-1 Pa e2of3 H:\USERS2\HOME\VELMAP\OEMWASTEWATERV384 OSO BELT FILTER PRESS BUILDING\EXHIBIT A-1 TASK LIST 12) Utilizing the scopes and data as developed in the Engineering Letter Report, prepare construction contract documents, in the City of Corpus Christi required Plan Preparation Standards and Contract Format: A. Incorporate topographic and underground process related piping and electrical duct banks location data into the site plans. B. Prepare site plans showing the new location of the belt filter press building. C. Analyze the egress and ingress requirements and maneuverability of the sludge trucks and tow truck/ container dollies. D. Pavement design for area around the Dewatering Building for heavy truck traffic. E. Prepare grading and drainage plan for the area around the new Dewatering Building. F. Prepare plan sheets of the relocation and extension of existing force mains from the sludge pumps to the new belt press building. G. Analyze the required capacity of the dewatering units for sludge processing for the design treatment capacity of the treatment plant. H. Analyze the requirements for polymer feed system including storage and batch mixing for polymer blending. I. Prepare Architectural Drawings of the Dewatering Building. J. Prepare architectural details of the building layout. K. Prepare miscellaneous architectural details. L. Review the geotechnical report and prepare structural calculations for the Dewatering Building. M. Prepare structural plans, evaluations and sections of the reinforced concrete structure, columns and foundation for the Dewatering Building. N. Prepare detailed layout and piping design of the Belt Filter Presses. O. Prepare Mechanical design drawings for the installation. P. Prepare miscellaneous mechanical details for the dewatering sludge building. Q. Prepare Electrical Single Line drawing showing the load requirements for the Dewatering Building Prepare electrical site plan, Dewatering Building power and control panels and lighting and grounding. R. Prepare 480V service calculations including service equipment, conductors, starters and circuits required for different motors and electrical loads. Prepare 208V lighting, transformer and panel calculations. S. Prepare Electrical wiring and conduit schedule for the Dewatering Building. T. Prepare miscellaneous electrical details. 13) Provide a summary of review comments not incorporated into design with the subsequent submission. 14) Prepare a construction schedule and sequencing plan that incorporates all three contracts. 15) At the 60°/G submission stage, prepare and sign the Project Checklist and Drawing Review Checklist. H:\USERS2\HOME\VELMAP\GEN\WASTEWATERV3B4 OSO BELT FILTER PRESS BUILDING\EXHIBIT A-1 TASK LIST EXHIBIT A-1 Pa e3of3 Exhibit B Mandatory Requirements (Revised September, 2001) lL` ~Y~1LLL` [d ~:3 ~1~ I I7 ~ i~ I~~9 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 oflnsurance. If such coverage is provided through self-insurance, then within ten (10) calendar days after the date the City requests that the Consultant sign the contract documents, the Consultant shall provide the City with a copy of its certificate 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. ~:.nr~nn. r....o~~l+....+.~,ill L.o ro nn..oiL.lo f..r .. r....i.+i.... L.~ Q..:Irl..:'c °: ~ ~: !` 6` dl.d.. r'o r1cL . . . . . ..~ ...................... ...... ...................... ..... .......y .... ' ' ........., .. " n fnr +hn +........f +ho n....+ro..4 n +.. o.. rl nrl .~ .... +h.. rl.. f'.. ~+IL. ......nn+c +hn .. .+..+.. ..rL Q 'Irlnr'c 'cL n chill hn ~ "All +.~ +ho ( +.. ~'c L" form Tho nnl'n ..h.+ll h.~ .. nln+n r! .,`.L ~.. f..r Tho !`....o~J+....+ ..h.~.ll .. .drl.. o ~..h 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 y~,~ City of ~~1 CO1'pUS CITY OF CORPUS CHRISTI Cj1C1St1 DISCLOSURE OF INTERESTS wer 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 "N/A". FIRM NAME: B. Harman Engineering. LLC STREET: 4337 Lake Ontario Drive CITY: Corpus Christi. TX ZIP: 78413 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 Jab 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 Bhaskar Patel Electrical Advisory Board 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 mare 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: Bhaskar H. Patel P. E. Title: President ype or nn Signature of Certifying Person: ~~// Datel//3 /o J EXHIBIT "C" Pa e 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 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, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Muniapal 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" Pa e2of2