HomeMy WebLinkAboutC2010-039 - 3/23/2010 - ApprovedAMENDMENT NO. 1
CONTRACT FOR PROFESSIONAL SERVICES
CITY OF CORPUS CHRISTI
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 corporation, 2725
Swantner Drive, Corpus Christi, Nueces County, Texas 78404, (Architect/Engineer-A/E), hereby
agree as follows:
SCOPE OF PROJECT Greenwood Wastewater Treatment Plant Lift Station
Improvements (Project No. E09005)
The project consists of the rehabilitation of the existing plant lift station at the Greenwood
Wastewater Treatment Plant which requires bypass pumping, the replacement of pump bases,
submersible pumps, discharge piping, fittings, pump guide rails, plug valves, check valves, sluice
gate with repairs to wet well existing protective liner, addition of new electronic actuator to
isolation sluice gate and miscellaneous items of work required to complete project.
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", to complete 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 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
2010-039 'd in writing as an amendment to this contract. A/E shall notify the
M2010-057 free (3) days of notice if tasks requested requires an additional fee.
03/23/10
Urban Engineering Amendment No. 1
~~D or~e~„ ng (A/E) Services
D Page 1 of 3
4. INDEMNITY AND INSURANCE
A/E agrees to the mandatory contract indemnification 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, a
total fee not to exceed 72 730.00, (Seventy Two Thousand Seven Hundred Thirty Dollars and
Zero Cents), for a total restated fee of $102.030.00, (One Hundred Two Thousand Thirty Dollars
and Zero Cents). Monthly invoices will be submitted in accordance with Exhibit "D".
6. TERMINATION OF CONTRACT
The City may, at any time, with or without cause, terminate this contract upon seven days written
notice to the A/E at the address of record. In this event, the A/E will be compensated for its
services on all stages authorized based upon A/E and City's estimate of the proportion of the total
services actually completed at the time of termination.
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 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 by a
professional engineer prior to re-use of modified plans.
Amendment No. 1
Contract for Enginee-in~ (A/E) Services
Page 2 of 3
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 OFII CORPUS CHRISTI
gy V~~>1 .~~ ~ Z`f~l~
Juan Peral s, Jr., P. E., Date
Assistant City Manager
RECOMMEND
gy ~.s/
Pete Anaya, P. E., Date
Director of Engineering Services
ATTEST
gy
Armando Chapa, City Secretary
APPRO D AS TO FO
..~'``
~ly~c~
gy w1~ -~
~Ar City Attorney ~ Date
°, v
»g.
URBAN ENGI EERING
gy Q 3 15 -o
Jam s L. Urban, P. E. ate
Authorized Representative
2725 Swantner Drive
Corpus Christi, TX 78404
(361) 854-3101 Office
(361) 854-6001 Fax
~~ C O ~.5~ Aur~loRrzl~
~~
3ECRt~i'Af~ ~.
ENTERED
MAR 112010 `I
CONTRACT MANAGERS V~
Amendment No. 1
Contract for Engineering (A/E) Services
Page 3 of 3
EXHIBIT "A"
AMENDMENT NO. 1
CITY OF CORPUS CHRISTI, TEXAS
SCOPE OF SERVICES
A. Basic Services.
Preliminary Phase. The Architect/Engineer-A/E will: No additional Preliminary
Phase Services in Amendment No. 1.
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 with an Engineering Letter Report which includes preliminary designs,
drawings, and written description of the project. This report shall include:
a. Provide scope of soil investigations, borings, and laboratory testing and
make recommendations tothe City. Coordinate all required services with the
Geotech Lab. (The City Engineering Services Department will provide
necessary soil investigation and testing under one or more separate
contracts.)
b. Confer with the City staff at the start of this phase regarding the design
parameters of the Project. The Engineer will participate in a minimum of
formal meeting 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 discuss the project with
the operating department (Water, Wastewater, Gas, Storm Water, Streets,
etc.) and other agencies, including but not limited to the Texas Department of
Transportation (TxDOT) and Texas Commission on Environmental Quality
(TCEQ) as required to satisfactorily complete the Project.
c. Submit one (1) copy in an approved electronic format, and one (1) paper
copy of the Engineering Letter Report, of identified feasible alternatives, and
review with City staff to produce an acceptable format. Design Memorandum
will include the following (with CONSTRUCTABILITY being a majorelement
in all the following items):
1) Review the Project with the respective Operating Department(s) and
discussions including clarification and definition of intent and
execution of the Project. The 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
AMEND. NO. 1
EXHIBIT "A"
Pa e1 of11
H:\HOME\VelmaP\GEN\WASTEWATER\E09005 (7445) GREENWOOD WWTP LIFT STATION IMPSWMENDMENT NO. 1\2 AMENDMENT N0. 1 EXHIBIT A.doc
design solutions (which are common to municipalities), in accordance
with S.U.E. (Subsurface Utility Engineering) standards (CI/ASCE 38-
02). Subsurface investigation will be paid as an additional service.
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) 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 including permitting,
environmental, historical, construction, and geotechnical issues; meet
and coordinate with agencies such as RTA, CDBG, USPS, CCISD,
community groups, TDLR, etc.
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 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) Provide an analysis on project impacts towards "re-engineering" and
effects on cost savings toward City operations, which this project will
affect.
City staff will provide one set only of the following information (as applicable):
a. Record drawings, record information of existing facilities, and utilities (as
available from City Engineering files).
b. The preliminary budget, specifying the funds available for construction.
c. Aerial photography for the Project area.
d. Through separate contract, related GIS mapping for existing facilities.
e. A copy of existing studies 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 A/E will:
a. Study, verify, and implement Engineering Letter Report recommendations
including construction sequencing, connections to the existing facilities, and
AMEND. NO. 1
EXHIBIT "A"
Pa e2of11
H:\HOME\VelmaP\GEN\WASTEWATER\E09005 (7445) GREENWOOD WWTP LIFT STATION IMPS\AMENDMENT NO. 1\2 AMENDMENT NO. 1 EXHIBIT A.doc
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 the construction bid and contract documents
(electronic and full-size hard copies 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 (1) bid, the size and
character of the entire Project; description of materials to be utilized; and
such other essentials as may be necessary for construction and cost
analysis.
c. Provide assistance to identify testing, handling and disposal of any
hazardous materials and/or contaminated soils that may be discovered
during construction (to be included under additional services).
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) set of the interim plans (electronic and full-size hard copies
using City Standards as applicable) to the City staff for review and approval
purposes with estimates of probable construction costs. Identify distribution
list for plans and bid documents to all affected utilities including City and all
other affected entities. Required with the interim plans is a "Plan Executive
Summary" which will identify and summarize the project by distinguishing key
elements such as:
• Pipe Size or Building Size
• Pipe Material, etc.
• Why one material is selected over another
• Pluses of selections
• ROW requirements and why
• Permit requirements and why
• Easement requirements and why
• Embedment type and why
• Constructability, etc.
• Specific requirements of the City
• Standard specifications
• Non-standard specifications
• Any unique requirements
• Cost, alternatives, etc.
• Owner permit requirements and status
f. Assimilate all review comments, modifications, additions/deletions and
proceed to next phase, upon Notice to Proceed.
g. Provide one (1) set of the pre-final plans and bid documents (electronic and
full-size hard copies using City Standards as applicable) to the City staff for
review and approval purposes with revised estimates of probable costs.
AMEND. NO. 1
EXHIBIT "A"
Pa e3of11
H:\HOME\VelmaP\GEN\WASTEWATER\E09005 (7445) GREENWOOD WWTP LIFT STATION IMPSV~MENDMENT NO. 1\2 AMENDMENT N0. t EXHIBIT A.doc
Compile comments and incorporate any requirements into the plans and
specifications, and advise City of responding and non-responding
participants.
h. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that
submittal of the interim, pre-final (if required), and final complete plans and
complete bid documents with specifications accurately reflect the percent
completion designated and do not necessitate an excessive amount of
revision and correction by City staff. The Consultant A/E and Sub-
consultant 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. If required, provide traffic controls including a Traffic Control Plan,
illumination, markings and striping, signalization, and as delineated by the
City Traffic Engineering Department.
j. Upon approval by the Director of Engineering Services, provide one (1) set
of the final plans and contract documents (electronic and full-size hard
copies using City Standards as applicable) suitable for reproduction. Said bid
documents henceforth become the sole property and ownership of the City
of Corpus Christi.
k. The City agrees that any modifications of the submitted final plans (for other
uses by the City) will be evidenced on the plans and be signed and sealed by
a professional engineer prior to re-use of modified plans.
I. Prepare and submit monthly status reports with action items developed from
monthly progress and review meetings.
m. Provide a Storm Water Pollution Prevention Plan, if required.
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.
AMEND. NO. 1
EXHIBIT "A"
Pa e4of11
H:\HOME\VelmaP\GEN\WASTEWATER\E09005 (7445) GREENWOOD WWTP LIFT STATION IMPSWMENDMENT NO. 1\2 AMENDMENT NO. 1 EXHIBIT A.doc
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 for the City Council
concerning bid awards.
c. 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.
g. Make final inspection with City staff and provide the City with a Certificate of
Completion for the project.
AMEND. NO. 1
EXHIBIT "A"
Pa e5of11
N:\HOME\VelmaP\GEN\WASTEWATER\E09005 (7445) GREENWOOD W WTP LIFT STATION IMPS\AMENDMENT NO. 1\2 AMENDMENT N0. 1 EXHIBIT A.doc
h. As applicable, review and assure compliance with plans and specifications,
the preparation of operating and maintenance manuals (by the Contractor)
for all equipment installed on this Project. These manuals will be in a
"multimedia format" suitable for viewing with Microsoft's Internet Explorer,
version 3.0. As a minimum the Introduction, Table of Contents, and Index
will be in HTML (HyperText Markup Language) format, with HyperText links
to the other parts of the manual. The remainder of the manual can be
scanned images or a mixture of scanned images and text. Use the common
formats for scanned images - GIF, TIFF, JPEG, etc.. Confirm before delivery
of the manuals that all scanned image formats are compatible with the
image-viewing software available on the City's computer- Imaging forWin95
(Wang) and Microsoft Imaging Composer. Deliver the manuals on a
CD-ROM, not on floppy disks.
i. Review construction "red-line" drawings, prepare record drawings of the
Project as constructed (from the "red-line" drawings, inspection, and the
contractor provided plans) and deliver to the Engineering Services a
reproducible set and electronic file (AutoCAD r.14 or later) of the record
drawings. All drawings will be CADD drawn using dwg format in AutoCAD,
and graphics data will be in dxf format with each layer being provided in a
separate file. Attribute data will be provided in ASCII format in tabular form.
All electronic data will be compatible with the City GIS system.
The City staff will:
a. Prepare applications/estimates for payments to contractor.
b. Conduct the final acceptance inspection with the Engineer.
B
Additional Services (ALLOWANCE)
This section defines the scope (and ALLOWANCE) for compensation for additional
services that may be included as part of this contract, but the A/E will not begin work on
this section without specific written approval by the Director of Engineering Services. Fees
for Additional Services are an allowance for potential services to be provided and will be
negotiated by the Director of Engineering Services as required. The A/E will, with written
authorization by the Director of Engineering Services, do the following:
1. Permit Preparation. Furnish the City all engineering data and documentation
necessary for all required permits. The A/E will prepare this documentation for all
required signatures. The A/E will prepare and submit all permits as applicable to
the appropriate local, state, and federal authorities, including, but not limited to:
a. Union Pacific Railroad, Missouri
operating in the area
b. TxDOT Permits/Amendments
c. Wetlands Delineation and Permit
d. Temporary Discharge Permit
e. NPDES Permit/Amendments
Pacific Railroad, or any other railroad
AMEND. NO. 1
EXHIBIT "A"
Pa e6of11
H:\HOME\VelmeP\GEN\WASTEWATER\E09005 (7445) GREENWOOD WWTP LIFT STATION IMPSWMENDMENT NO. 1\2 AMENDMENT NO. 1 EXHIBIT A.doc
f. Texas Commission of Environmental Quality (TCEQ) Permits/Amendments
g. Nueces County
h. Texas Historical Commission (THC)
i. U.S. Fish and Wildlife Service (USFWS)
j. U.S. Army Corps of Engineers (USAGE)
k. United States Environmental Protection Agency (USEPA)
I. Texas Department of Licensing and Regulation (TDLR )
2. Right-of-Way (ROW) Acquisition Survey. The A/E will review existing ROW and
easements to ascertain any conflicts and provide field ROW surveys and submit
ROW plats and descriptions for the City's use in the acquisition process. All work
must comply with Category 1-A, Condition I specifications of the Texas Society of
Professional Surveyors' Manual of Practice for Land Surveying in the State of
Texas, Ninth Edition. All work must be tied to and conform with the City's Global
Positioning System (GPS) control network and comply with all TxDOT requirements
as applicable. A/E Consultant will be required to perform all necessary deed
research.
3. Topographic Survey/Field Investigation. 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 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.
4. Environmental Issues. Identify and develop a scope of work for any testing,
handling and disposal of hazardous materials and/or contaminated soils that may
be discovered during construction.
5. Construction Observation Services. Provide a project representative (PR) to
provide periodic construction inspection.
A. Through such additional observations of Contractor's work in progress and
field checks of materials and equipment by the PR and assistants, the A/E
shall endeavor to provide further protection for the CITY against defects and
deficiencies in the Work.
B. The duties and responsibilities of the PR are described as follows:
General: PR will act as directed by and under the supervision of A/E,
and will confer with A/E regarding PR's actions. PR's dealings in
AMEND. NO. 1
EXHIBIT "A"
Pa e7of11
H:\HOME\VelmaP\GEN\WASTEWATER\E09005 (7445) GREENWOOD WWTP LIFT STATION IMPSWMENDMENT NO. 1\2 AMENDMENT NO. 1 EXHIBIT A.doc
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 ofthe 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. Revi ew of Work and Rejection of Defective Work:
A. Conduct on-Site observations of Contractor's work in progress
to assist A/E in determining if the Work is in general
proceeding in accordance with the Contract Documents.
B. Report whenever PR believes that any part of Contractor's
work in progress will not produce a completed Project that
conforms to the Contract Documents or will prejudice the
integrity of the design concept of the completed Project, or has
been damaged, or does not meet the requirements of any
inspection, test or approval required to be made; and advise
City and A/E of that part of work in progress that PR believes
should be corrected or rejected or should be uncovered for
observation, or requires special testing, inspection or approval.
C. Observe whether Contractor has arranged for inspections
required by Laws and Regulations, including but not limited to
those to be performed by public agencies having jurisdiction
over the Work.
7. Records:
A. Maintain orderly files for correspondence, reports of job
conferences, reproductions of original Contract Documents
including all Change Orders, Field Orders, Work Change
Directives, Addenda, additional Drawings issued subsequent to
AMEND. NO. 1
EXHIBIT "A"
Pa e8of11
H:\HOME\VelmaP\GEN\WASTEWATER\E09005 (7445) GREENWOOD WWTP LIFT STATION IMPSWMENDMENT NO. 1\2 AMENDMENT NO. 1 EXHIBIT A.doc
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.
6. Start-up Services. Provide on-site services and verification for all start-up
procedures during actual start up of major Project components, systems, and
related appurtenances if needed and required.
7. Warranty Phase. Provide a maintenance guaranty inspection toward the end of the
one-year period after acceptance of the Project. Note defects requiring contractor
action to maintain, repair, fix, restore, patch, or replace improvement under the
maintenance guaranty terms of the contract. Document the condition and prepare a
report for the City staff of the locations and conditions requiring action, with its
recommendation for the method or action to best correct defective conditions and
submit to City Staff. Complete the inspection and prepare the report no later than
sixty (60) days prior to the end of the maintenance guaranty period.
AMEND. NO. 1
EXHIBIT "A"
Pa e9of11
H:\HOME\VelmaP\GEN\WASTEWATER\E09005 (7445) GREENWOOD WWTP LIFT STATION IMPSWMENDMENT NO. 1\2 AMENDMENT NO. 1 EXHIBIT A.doc
2. SCHEDULE
PROPOSED PROJECT SCHEDULE
Da Date Activit
Monda March 29, 2010 Be in Desi n
Monda Aril 12, 2010 90% Submittal
Monda Aril 19, 2010. Cit Review
Monda Ma 10, 2010 100% Submittal
Monda Ma 10, 2010 Cit Review
Thursda Ma 13, 2010 Final Submittal
Monda Ma 17, 2010 Advertise for Bids
Thursda Ma 27, 2010 Pre-Bid Conference
Wednesda June 9, 2010 Receive Bids
Tuesda June 29, 2010 Contract Award
Tuesda Jul 20, 2010 Be in Construction
Saturda Januar 22, 2011 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. The fee for this
project is subject to the availability of funds. The Engineer may be directed to
suspend work pending receipt and appropriation of funds. 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 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:
AMEND. NO. 1
EXHIBIT "A"
Pa e10of11
H:\HOME\VelmaP\GEN\WASTEWATER\E09005 (7445) GREENWOOD WWTP LIFT STATION IMPSV~MENDMENT NO. 1\2 AMENDMENT N0. 1 EXHIBIT A.doc
Summary of Fees
ORIGINAL
CONTRACT AMEND. NO. 1 TOTAL
Basic Services
1 Preliminary Phase $29,300.00 $0.00 $29,300.00
2 Design Phase 0.00 54,030.00 54,030.00
3 Bid Phase 0.00 4,150.00 4,150.00
4 Construction Phase 0.00 12,470.00 12,470.00
Subtotal Basic Services 29,300.00 70,650.00 99,950.00
Additional Services
1 Permit Preparation 0.00 0.00 0.00
2 ROW Acquisition Survey 0.00 0.00 0.00
3 Topographic Survey/Field Investigation 0.00 0.00 0.00
4 Environmentallssues 0.00 0.00 0.00
5 Construction Observation Services 0.00 0.00 0.00
6 Start-up Services 0.00 0.00 0.00
7 Warranty Phase 0.00 2,080.00 2,080.00
Subtotal Additional Services 0.00 2,080.00 2,080.00
Total Authorized Fee $29,300.00 $72,730.00 $102,030.00
08/10/09 03/23/10
Admin. Approval Motion M2010-
AMEND. NO. 1
EXHIBIT "A"
Pa e11of11
H:\HOME\VelmaP\GEN\WASTEWATER\E09005 (7445) GREENWOOD WWTP LIFT STATION IMPSWMENDMENT NO. 1~2 AMENDMENT N0. 1 EXHIBIT A.doc
EXHIBIT B
MANDATORY INSURANCE REQUIRMENTS
(Revised September 2001)
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
WORKERS' COMPENSATION WHICH COMPLIES WITH THE TEXAS WORKERS=
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
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.
EXHIBIT "B"
Insurance Requirements
Page 1 of 2
HOLD HARMLESS
A. To the extent permitted by law, Consultant agrees to indemnify, save harmless and defend the
City of Corpus Christi, and its officers, 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 reasonable 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, to
the extent caused by Consultant's negligent performance of services 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 officers, agents, servants, or
employees, or any other person indemnified hereunder.
B. The Consultant shall obtain workers' compensation insurance coverage through a licensed insurance
company or through self-insurance obtained in accordance with Texas law. If such coverage is obtained
through a licensed insurance company, then the contract for coverage shall be written on a policy and
endorsements approved by the Texas State Board of Insurance.
If such coverage is provided through self-insurance, then within ten (10) calendar days after the date the
City requests that the Consultant sign the contract documents, the Consultant shall provide the City with a
copy of its certificate of authority to self-insure its workers' compensation coverage, as well as a letter,
signed by the Consultant, stating that the certificate of authority to self-insure remains in effect and is not
the subject of any revocation proceeding then pending before the Texas Workers' Compensation
Commission. Further, if at any time before final acceptance of the Work by the City, such certificate of
authority to self-insure is revoked or is made the subject of any proceeding which could result in
revocation of the certificate, then the Consultant shall immediately provide written notice of such facts to
the City, by certified mail, return receipt requested directed to: City of Corpus Christi, Department of
Engineering Services, 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.
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 "endeavor to" and the wording after "left". If the cancellation clause is not amended in the
ACORD form, then endorsements shall be submitted.
• The name of the project also needs to be listed under "description of operations".
• At least 10-day written notice of change or cancellation will be required.
IV. A completed Disclosure of Interest must be submitted with your proposal.
EXHIBIT "B"
Insurance Requirements
Pa e2of2
_..
~'
SUPPLIER NUMBER
TO BE ASSIGNED BYZr1~1~-
PURCHASING DIVISION
~.+w
City of CITY OF CORPUS CHRISTI
cows DISCLOSURE OF INTEREST
Ch.rlsti
City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do
business with the City to provide the following information. Every question must be answered.
If the question is not applicable, answer with "NA". See next page for Filing Requirements,
Certifications and definitions.
COMPANY NAME: Urban Engineering
P. O. BOX:
STREET ADDRESS: 2725 Swantner Drive CITY: Corpus Christi ZIP:
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 pa e 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
78404
EXHIBIT "C"
Pa e 1 of 2
FILING REQUIREMENTS
If a person who requests official action on a matter knows that the requested action will confer an
economic benefit on any City official or employee that is distinguishable from the effect that the
action will have on members of the public in general or a substantial segment thereof, you shall
disclose that fact in a signed writing to the Ci official, employee or body that has been
requested to act in the matter, unless the interest o~the City official or employee in the matter is
apparent. The disclosure shall also be made in a signed writing filed with the City Secretary.
[Ethics Ordinance Section 2-349 (d)]
CERTIFICATION
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
(Type or Print)
Personure of Certifying /~~~ J~~ Date: ~ ~~ i ~ ~ ~ ~ ~
`....
DEFINITIONS
"Board member." A member of any board, commission, or committee appointed by the
City Council of the City of Corpus Christi, Texas.
b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to
have an effect on that interest that is distinguishable from its effect on members of the public
in general or a substantial segment thereof.
c. "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.
d. "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.
e. "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 City of Corpus Christi, Texas.
f. "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 holdings or control established through voting trusts,
proxies, or special terms of venture or partnership agreements."
g. "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
:. N o
ono
~ ~
~ N
~ ~ ti
~ ~ a C d
Q N ~ ~ Q
(6 ~+ ~
~ ~ N
~ L
G1
a
~
~ v
a~
~a .v
O ~
H ~
N ~
~ V
O ._
'~ O
d ~
L C
a -
c ~
O '~
~ >
Q ~
W v
Q
Z ~ ~
V ~
N ~ G
V
~ d
~ ~
O p p Q N
~ Z Z d ~
C. ~.. d v Z
W d
1- •-• v O
p > ~
~
_W.I ~
°- _ = Q
a
~ -
~
0 ~
V Z
Q
w
C
O
V
O
O
O
r O
O
~ O
O O
O O
O
M O
Lf)
N O
0 O
0 O
0 O
0 O
0 o
~ o
O
M O
E
~- O
M
N
0 0 0
p
p
p
o
0
0
0
o ~ ~ m m m ~ ~ °
~ o
F
- I
- I
- ~
~ ~ N N M
~ ~ 69 69
0 0 0 0 0 ~ 0 0 p p p ~ O O O
O ~ Lf) Lf7 Lf)
~ ~ ~
69 69 69 69
0 0 0 o 0 0 o p p p ° ° °
69 0 ~ 0 o ~ o n
~
O ti ~ m m m In ti ~ N
O ~ ~ ~
69 69 E9 69 r
~- ~}
0 0 0 0 0 O O 1~ Q Q Q 1~ O 1~ 1~
O O O O ~ O N N ~ ~ ~ O
O O 1` tC~ N O r ~C m m m 1~ N 1~ O
~ ~ ~
~ M M 00 N ~ ~ ~ 00 ~ N
69 Erg EA EA 69 r
EF}
° O O ~ ° 0 N p p p N ~ N ti
~ H t ~- lL
N O N CO ~ ~ ~ Cfl N t0 00
~ ~ ~ ~ ~ ~ N
69 ER 69 Ef3
0 0 0 0 N O p Q p N O N N
X 0 6
9
O O ~ ~ ~ ~ r- O ~ ~-
69 69 69 69
° ° ° ° ° ° ° ° p p p ° 0 ° °
o o o o o o o 0 o o
0 0 ~ ~ o o ~ ~ m o 0 0 0
~-- N N CO N N C~ N 00
69 Efl 69 69 ~ 69
N
~ U_
~ N
N
N ~
U N fn v) ~
.
N ~ LL to
~ a ~ ~ U G1 ~ (~
~
µ-
O
~
v
N N
d
.
cn ~ a a L ~ o ~ ~ ° ~, ~ Q ~ ~ cn ~ o
~ .~ a~ ~ ~ o
' ~ ~
L ~ ~ ~ p
Q o E ~
RT
a Q a"~ /
~
m ~ p m U fn Q a ~ ~ a. O fn (n t/~ m Q 1-
EXHIBIT "D"
Pa e1of1