Loading...
HomeMy WebLinkAboutC2009-220 - 6/16/2009 - ApprovedCITY OF CORPUS CHRIS71 CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or Designee (Director of Engineering Services) and Urban Engineering, a Texas partnership, 2725 Swantner, Corpus Christi, Nueces County, Texas 78123, (Architect/Engineer-A/E), hereby agree as foliows: 1. SCOPE OF PROJECT Lift Station Rehabilitation 2009: Peary Place Lift Station, Clarkwood South Lift Station, Williams Lift Station, Wooldridge Lift Station, Everhart and Staples Lift Station, Laguna Shores Lift Station (Project No. 7415) PROJECT DESCRIPTION: The proposed project includes the rehabilitation of six lift stations which require bypass pumping, the replacement of discharge piping, gate valves and check valves, cleaning and lining of two concrete wet weils and the replacement of pump bases, pump guide rails and accessories in three wet wells and miscellaneous items of work required to complete project in accordance with plans, specifications and Contract Documents. 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, A/E will provide monthly status updates (project progress or delays, gantt charts presented with monthly invoices) and provide contract administration services, as described in Exhibit A and A-1, to compiete the Project. Work will not begin on Additional Services until requested by the A/E (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. 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. 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 wiil 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 shail notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additionai fee. 4. MANDATORY REQUIREMENTS ~~~ ~~ ~ 2009-220 ntract and insurance requirements as set forth in Exhibit B. M2009-167 06/16/09 Contract for Engineering (A/E) Services Page 1 of 3 Urbau Engineering IRBAN ENGR\t CONTRACT PROFESSIONAL SERVICES 5. FEE The City will pay the A/E a fee, as described in ExhibitA, for providing services authorized. Monthly invoices will be submitted in accordance with Exhibit D. 6. TERMINATION OF CONTRACT The City may, at any time, with orwithout 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°/a of the work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan Statistical Area (MSA). Additionally, no more than 25% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA.) 8. ASSIGNABILITY The A/E will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the A/E staff. If the A/E is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the A/E fee may be assigned in advance of receipt by the A/E without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. 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 bya professional engineer priorto re-use of modified plans. 10. DISCLOSURE OF INTEREST A/E further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form attached hereto as Exhibit C. CITY OF CORPUS CHRISTI By Q~ /Yt~ 6• la'•a9 Oscar Martinez, Date Assistant City Manager URBAN ENGINEERING By ~~w.--- ~P/S/~ J es L. Urban Date Authorized Representative 2725 Swantner a~~ ^ ~ AUTHORIZED Corpus Christi, Tx 78404 I t~~ (361) 854-3101 Office BY COUNGIL...I,>-~-LZ~.,- (361)854-6001 Fax „~,~ .................... Contract for Engineering (PJE) Services 3ECItE7ARY • Page 2 of 3 H:\USERS2\HOMEIVELMAP\GEN\WASTEWATER\~415\URBANENGR\iCONTRACTP OFESSIONALSERVICES :7X~~]i~il~~l~~l~'.~~ By `~~ci~`" ~ ~~f Pete Anaya, P. E., Date Director of Engineering Services ATTEST By Armando Chapa, City Secreta APPROVED AS TO FORM Mary Kay Fischer City Attomey By ~/~i~ City Attomey ate Contract for Engineering (AIE) Services Page 3 of 3 H:\USER52\HOME~VELMAP~GEN\WASTEWATER\]415\URBAN ENGR\i CONTRACT PROFESSIONAI SERVICES EXHIBIT A CITY OF CORPUS CHRISTi, TEXAS SCOPE OF SERVICES A. Basic Services. Preliminary Phase. The ArchitecUEngineer-A/E will It is the intent of the Preliminary Phase to provide an evaluation of existing conditions and develop project scope with written description of the project and preliminary estimate of probably cost. This investigation shall include: a. Confer with the City staff regarding the design parameters of the Project. The Engineerwill participate in a minimum of two (2) 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. b. Submit one (1) copy in an approved electronic format, and one (1) paper copies of the results of the evaluation with project scope and opinion of probable construction costs and review with City staff to produce an acceptable format which contains common municipal elements. Evaluation results 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 meetwith 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). 4) Provide a presentation of pertinent factors, sketches, designs, cross-sections, and parameters which will or may impact the design, including engineering design basis, preliminary layout sketches, identification of needed additional services, preliminary details of construction of critical elements, identification of needed permits, identification of specifications to be used, identification of quality and quantity of materials of construction, and other factors required for a professional design (CONSTRUCTABILITY). 5) 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. 6) Confer, discuss, and meetwith City operating department(s) and Engineering Services staff to produce a cohesive, well-defined proposed scope of design, probable cost estimates(s) and design altematives. 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). EXHIBIT "A" Pa e 1 of 8 H:\USER52\HOMEIVELMAP~GEN\WASTEWATERV415\URBAN ENGR~2 EXHIBITA b. The preliminary budget, specifying the funds available for construction; c. Through separate contract, related GIS mapping for existing facilities. d. 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 project scope, designated by receiving authorization to proceed, the A/E will: a. Study, verify, and implement evaluation recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff. b. Prepare one (1) set of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, notice to bidders, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid or for multiple bids, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. c. Provide assistance identify testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under additional services). d. Prepare final quantities and estimates of probable costs and probable construction schedule e. Furnish 1-copy 60% plans (plans only-identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Required with the 60% plans is a"Plan Executive Summan!' which will identify and summarize the project by distinguishing key elements such as: . Pipe Size or Building Size • Pipe Materiai, etc. • W hy one material is selected over another • Pluses of selections • ROW requirements and why • Permit requirements and why • Easement requirements and why . Embedment type and why • Constructability, etc. • Specific requirements of the City • Standard specifications . Non-standard specifications • Any unique requirements • Cost, altematives, etc. . Owner permit requirements and status Furnish complete construction and bid documents including specifications for City staff review and approval. Provide 1 copy of 100% complete plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. Identify distribution listfor plans and bid documents to all affected utilities including Cityand all other affected entities, compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non-responding participants; EXHIBIT "A" Pa e2of8 H:\USERS2\HOMENELMAP~GEN\WASTEWATERV 415\URBAN ENGR~2 EXHIBIT A g. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the 60% and 100% 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 submittais 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; h. If required, provide traffic controls including a Traffic Control Plan, illumination, markings and striping, signalization, and as delineated bythe CityTraffic Engineering Department. i. Upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of finai 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. assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed; I. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. m. Provide a Storm Water Pollution Prevention Plan. n. Perform the items as shown on Exhibit A-1. (Task List) The City staff will a. Designate an individual to activities for the construction b. Provide the budget for the contract. have responsibility contract awarded. Project specifying authority, and control for coordinating the funds available for the construction 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. b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c. Review all pre-bid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' approvai, 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 conceming award of the contract. e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the A/E's design phase estimate required above, the Engineer will, at its expense, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re-advertise that particular portion of the Project for bids. The City staff will: a. Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. EXHIBIT "A" Pa e3of8 H:\USER52\HOME\VELMAMGEN\WASTEWATERV415\URBAN ENGR~2 EXHIBIT A b. Advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the A/E) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council conceming 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. 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 contraryto 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 contractorto 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 appiicable, 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 formaY' suitable forviewing with Microsoft's Intemet Explorer, version 3.0. As a minimum the Introduction, Table of Contents, and Index will be in HTML (HyperText Markup Language) format, with HyperText links to the other parts of the manual. The remainder of the manual can be scanned images or a mixture of scanned images and text. use the common formats for scanned images - GIF, TIFF, JPEG, etc.. Confirm before delivery of the manuals that all scanned image formats are compatible with the image-viewing software available on the City's computer - Imaging for Win95 (Wang) and Microsoft Imaging Composer. 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 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 wili 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 EXHIBIT "A" Pa e4of8 H:\USER52\HOMEIVELMAP~GEN\WASTEWATERV415\URBAN ENGR12 EXHIBIT A 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: Topopraphic Survev/Field Investiqation. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required for the aerial mapping of the Project area - aerial photography to be provided by City). Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the Citys Global Positioning System (GPS) control network and complywith Category6, Condition I specifications oftheTexas 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. 2. Construction Observation Services. Provide a project representative (PR) to provide periodic construction inspection. A. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the Engineer shall endeavor to provide further protection for the CITY against defects and deficiencies in the Work. B. The duties and responsibilities of the PR are described as follows: 1. General: PR will act as directed by and under the supervision of Engineer, and will confer with Engineer 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 CIIY 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 Engineer. 4. Interpretation of Contract Documents: Reportwhen 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 for which PR believes that the submittal has not been approved. EXHIBIT "A" Pa e5of8 H:IUSER52\HOMEIVELMAP\GEMWASTEWATERV 415\URBAN ENGR~2 EXHIBIT A 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 orwill prejudice the integrity of the design concept of the completed Project, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise City and A/E of that part of work in progress that PR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection 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 ali Change Orders, Fieid 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. c. 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. d. Report immediately to the CITY and Engineer 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. e. PR reviews quantities and returns request for payment to contractor for corrections or approximate request with recommendation for payment. 8. Compietion: 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 orcorrected. 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. d. Review and verify contractors furnished red-line drawings. Warrantv 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 guarantyterms of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. EXHIBIT "A" Pa e6of8 ENGR12 EXHIBIT A 2. SCHEDULE PROPOSED PROJECT SCHEDULE Da Date Activit Wednesda June 24, 2009 Be in Desi n Monda Au ust 31, 2009 60% Submittal Thursda Se tember 24, 2009 Cit Review Monda October 26, 2009 100°/a Submittal Thursda November 19, 2009 Cit Review Thursda December 3, 2009 Final Submittai Monda December 21, 2009 Advertise for Bids Thursda Janua 7, 2010 Pre-Bid Conference Wednesda Janua 20, 2010 Receive Bids Tuesda Februa 16, 2010 Contract Award Tuesda March 16, 2010 Be in Construction Tuesda Se tember 14, 2010 Com lete Construction 3. FEES A. Fee for Basic Services. The City will pay the A/E a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1-4 above, and for all expenses incurred in performing these services. For services provided in Section I.A.1-4, A/E will submit monthiy 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 for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the A/E a not-to-exceed fee as per the table below: EXHIBIT "A" Pa e7of8 H:\USERS2\HOME~VELMAP\GEN\WASTEWATERV415\URBAN ENGR~2 EXHIBIT A C. Summary of Fees Fee for Basic Services 1. Preliminary Phase $9,300 2. Design Phase 41,100 3. Bid Phase 2,500 4. Construction Phase 9,400 Subtotal Basic Services Fees 62,300 Fee for Additional Services (Allowance) 1. Topographic Survey/Field Investigation (AUTHORIZED) 9,400 2. Construction Observation Services 5,200 3. Warranty Phase 2,080 Sub-Total Additional Services Fees Authorized 16,680 Total Authorized Fee $78,980 The estimated cost of construction for Lift Station Rehabilitation 2009: Pearv Place Lift Station. Clarkwood South Lift Station. Williams Lift Station, Wooldridpe Lift Station, Everhart and Staples Lift Station. Laquna Shores Lift Station is $779,000. The basic services fee for the project is $62,300. Therefore, the percentage of basic engineering services cost to construction cost is 8.00%. EXHIBIT "A" Pa e8of8 H:\USER52WOME~VELMAP\GEN\WASTEWHTER\7415\URBAN ENGR~2 EXHIBITA EXHIBIT A-1 TASK LIST CITY OF CORPUS CHRIS71, TEXAS LIFT STATION REHABILITATION 2009: • PEARY PLACE LIFT STATION • CLARKWOOD SOUTH LIFT STATION • WILLIAMS LIFT STATION • WOOLDRIDGE LIFT STTION • EVERHART AND STAPLES LIFT STATION • LAUNA SHORES LIFT STATION (PROJECT NO. 7415) Meet with Staff to identify project goals, timetables, and review lift station issues, for project implementation. 2. Develop an inventory of existing conditions and perform the required field investigations to define specific areas of concern at each lift station. 3. Attend and participate in planning meetings (2 meetings) with City staff to discuss planning and conceptual design. Gather information and perform close coordination with Wastewater Department staff. 4. Prepare evaluation with detailed scope of issues to be addressed for each lift station and preliminary estimate of probable construction costs and make recommendation/review with City staff. Develop design plans to the City's format and specification documents incorporating all issues with relevant solutions and identifying to the best of the Engineer's knowledge all potential conflicts and offer solutions. Contract documents shall include a bypass plan for each lift station. 6. Provide project control and quality review of senior staff to insure project quality and completeness. Develop project cost estimate, provide all submittals to the City and meet with staff to review draft submittals and final plans and make City requested amendments. 8. Prepare addenda, attend bid opening, review bids and provide recommendation to City. 9. Attend pre-construction meeting, review Contract Documents and respond to Contractor's questions. 10. Provide project administration services during construction (periodic visits to the project site) to insure compliance of Contractorwith plans and specifications and, upon compietion, make final inspections as well as an inspection after one year of completion for project warranty requirement. 11. Review Contractor's bypass plan for compliance with the plans and specifications and provide project administration during the bypass operations. 12. Provide monthly status reports of progress to the City. EXHIBIT "A-1" Pa e 1 of 1 H:\USERS2\HOME~VELMAP~GEMWASTEWATERV415\URBAN ENGR\3 EXHIBIT A-1 TASK LIST Exhibit B Mandatory Requirements (Revised September, 2001) INSURANCE REQUIREMENTS CONSULTANT LIABILIN 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 bythe 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 Bodiiy 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 COVER,4GE 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 shali 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. The Consultant shall obtain workers' compensation insurance coverage through a licensed insurance company or through self-insurance obtained in accordance with Texas law. If such coverage is obtained through a licensed insurance company, then the contract for coverage shall be written on a policy and endorsements approved by the Texas State Board of Insurance. If such coverage is provided through self-insurance, then within ten (10) calendar days after the date the City requests that the Consultant sign the contract documents, the Consultant shall provide the City with a copy of its certificate of authority to self-insure its workers' compensation coverage, as well as a letter, signed by the Consultant, stating that the certificate of authority to self-insure remains in effect and is not the subject of any revocation proceeding then pending before the Texas Workers' Compensation Commission. Further, if at any time before final acceptance of the Work by the City, such certificate of authority to self-insure is revoked or is made the subject of any proceeding which couid 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 seif-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. ..I ..r..orcnn~+l n ..h..4.. L.e nnnc4r~ ~..1..r1 r r.+.d .. ..4Vien~i c ~orl ...~er 4ho tiY rnn ~.~~+~ r e fmn~n. ~............. ~.....r.....~ .,. .... __.._.. """ . _~_.. __ _. _...... ....._- ....r.. _ ..... ........... ..... 69R1fa6~: EXHIBIT "B" Pa e2of3 ti~'iaer~ : ~~ ~.. ....i .~'.. „ a.,a ..+'hio Tti~ r~r.. ~ti..u ti .~ ^ ,.,,,,.,.,,,,,..,... ,.,.,......,~u y° . 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 COT'pUS CITY OF CORPUS CHRISTI ~ ~ Ct1I1St1 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: Urban Enaineerin STREET: 2725 Swantner Drive CITY: Corpus Christi ZIP: 78404 FIRM is: 1. Corporation 2. Partnership X 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 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 Consulhant 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: James L. Urban. P. E., Title: Authorized Representative Signature of Certifying Person: ~~..~~"-~ Date: ~/~/~ 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 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 Municipal Court Judges of the Cily 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 ~~ o o ~ o E~N ° ~ o 4 ~ ~ c 'o .. C .. , G1 ~. ~ ~ EE~' t~1 ~ t m a~i `N Q n a~ a v d ~ V O j I--' c N ~ 7 V 0 . ~ ~ `f ~ a - .. ~p C 7 U O ' ~ > a = W v Q Z ~ f~0 C W ~ N F O U ~ O ~ O ~ N ~Z Z c> o a„ dc, z w ~ ~; ~ o ~o> v E J O a C Q a - ~ ~ U Z v E a ~ ~ C O U N N V .~ Gf y ~ .y N m 0 0 O O r 0 0 O tf') 0 0 O 0 0 O 0 0 O M 0 0 ln N 0 0 O 0 0 O 0 0 O 0 0 O 0 0 O 0 0 ~ ~ 0 0 O M 0 0 ~ ~ 0 0 M N 0 0 0 p p p o 0 0 0 ° ° ° ° ° o ~ n ~ n ~ m m m ~ n ~° o _ - - I I - I - ~ _ ~ ~ N N M H3 ffl f~ ff3 ° ° ° ° ° ° ° ° ~ ~ 0 ° ° ° ° o o o ~ ~- o o O ln ln tn Lf) ~ ~ ~ fH Ef3 EA (!~ o 0 0 0 0 0 o p p ~ ° ° ° ~ o ~ 0 m m m o ~° o u ~ O ~ in 1~ l~ N ~ (A b9 ~--' ~--' ~--' EA EA r, ~ ~ 0 0 0 0 0 0 0 ~ p p p ~ o ti ti O O N O N O N N m m m d' ~f1 a O1 O O h ~fJ N O ~ !O h N 1~ O1 ~ F ~ ~ M M 00 N r' e~ ~ 00 eF N W GH f/9 /fJ fR ~ fR ~ ~ ~ O ~ ~ ~ N ~ ~ ~ N ~ N ~ t N O N CO ~ ~ ~ f0 N (O 00 •-- •-- •-- ~- ~ (~j ~ ~ ~ ~ ~ ~ ~ N O N N EA O O EA N m m m O O ~ ~ O ~ .- - F ~, ~ ~ .-- •-- ~ ~ C~j ~ ~ ~ ~ 0 0 0 0 0 0 ° ° ° ° ° o 0 0 0 o o ~ ~ o o ~ ~ ~ o 0 0 0 ~ N N CO N N CO N o0 ff-J Ef3 U> ff-? EH EA w a~ N U N V y N Cn N ~ u- N N ~ V N d N N L N ~' ~ ~ LL ~ a N d C U f/7 N (/~ L Z 7 'O ~ y U ~ Gl ~ L N ~ CO R ~ a c ~ c0 ~ Q ~ ~ ~ lL m ~ d N m U ~ m C o C~ r- O »- ~ rn Q m f0 d c~ ~ ~ w ~E a~ ' a N o := ~ •~ ~ a~i ~~ ~ o E ~ .o a ° ~ m N :~ c O a 7 v '6 ~`- N ~ a v~ ~ N°~ Q U ~ 7 E 7 'm c6 a 'o : . O a o m U cn a a~ ~ n.O cn v~ v~ m Q i-- EXHIBIT "D" Pa e1 of1