Loading...
HomeMy WebLinkAboutC2010-385 - 10/12/2010 - 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 Urban Engineering, a Texas corporation, (ArchitectlEngineer _ AIE), hereby agree as follows: SCOPE OF PROJECT design memorandum. The first phase will connect the Osa Effluent Re-use Pump Station with the Corpus Christi Country Club and King's Crossing Country Club and the connection of the existing Bill Witt Park irrigation pumps to the existing effluent distribution line in Yorktown Boulevard. Water Re-Use Master Plan - Cit Wide Proeect No. E09D10 Pro'ect B This project is to develop a Master Plan for the effluent re-use distribution systems throughout the City. The Consultant will provide a study and report of project scope with economic and technical evaluation of alterna#ives, and upon approval, proceed with developing the Master Plan Document. 1. SCOPE OF SERVICES The A/E hereby agrees, at its awn expense, to perform professional services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, AIE will provide monthly status updates (project progress ordelays, gantt charts presented with monthly invoices) and provide contract administration services, as described in Exhibit "A" and "A-1", to complete the project. Work will not begin on Additional Services until requested by the AIE (provide breakdown of costs, schedules},and written authorization is provided by the Director of Engineering Services. AIE 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 contrac#, certain services listed in this publication as Additional Services will be considered as Basic Services. 2. ORDER OF SERVICES The AIE 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 AIE 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 2010-385 Large AfE Contract M2010-243 & M2010-244 Page 1 of 3 10~12~10,0 & E10135- Waler Reuse lulasler Plan & 4so EHlueni Re~Use olslri6utlon 3ystemlLarge AEU_ARGE AE CONTRACT.doc Urban Engineering ~~~~~~ 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 AIE 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. AIE shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 3. INDEMNITY AND INSURANCE AIE agrees to the mandatory contract indemnification and insurance requirements as set forth in Exhibit "B". 4. FEE The City will pay the AIE a fee, as described in Exhibit "A", for providing services authorized, a total fee not #o exceed $463,2QQ {Four Hundred Sixty-Three Thousand Two Hundred Dollars and Zero Cents for Pro'ect A and 253 QOQ Two hundred Fift -Three Thousand Dollars and Zero Cents for Pro'ect B. Monthly invoices will be submitted in accordance with Exhibit "D". 5. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the AIE at the address of record. In this event, the AIE will be compensated for its services on all s#ages authorized based upon AIE and City's estimate of the proportion of the total services actually completed at the time of termination. 6. 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 AIE agrees that at least 75% of the work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan Static#ical Area (MSA). Additionally, no more than 25% of the work described herein will be performed by a labor force residing outside the Carpus Christi Metropoli#an Statistical Area (MSA.) 7. ASSIGNABILITY The AIE 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 AIE staff. If the AIE 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 maybe assigned in advance of receipt by the AIE 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. Large AIE Contract Page 2 of 3 ti:lfiOMEU(e11y01GEMWASTEWATER1E09410 & E10135- Water Re-Use tdester Flan 8 Oso Effluent Re-Use DisldbuBOn Systemllarge AE4LARGE AE t:ONTRAGT.doc . r 8. 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 AIE without the express written consent of the Director of Engineering Services. However, the AIE may use standard details that are not specific to this project. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re-use of modified plans. 10. DISCLOSURE OF INTEREST AIE further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interesfs form attached as Exhibit "C". CITY ~F Juan Perale Jr., P.E. D to Assistant City Manager RECOMMENDED URBAN ENGIN RI G ~s~~~~ Rhodes Urban Date 2725 Swantner Corpus Christi, TX 78404 (361 } 854-3101 Office (369 } 854-6001 Fax r ~ ~.--. ~ , ~0 Pete Anaya, P.E. Date Director of Engineering Services ATTEST -~ Armando Chapa, City retary ENTERED S1~ 0 ~ 201 CONTRACT MANAGERS APPROVED AS TO FORM ~ ~, ~~~ City Attorney ate -~~AU~rr~uia~ ~ ~o~l~cl~.,~~~~~~.~. "~ s~c~~-r~t~ Large AlE Contract Page 3 of 3 H:IHOME1KelIy01GENIWASTEWATERYED9010 & E10135-Water Re-Use Master Plan & Oso Effluent Re•Use Dlstri6ufion Systemllarpa AEtLARGE AE GDNTRACT.doc EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS PROJECT A OSO EFFLUENT RE-USE DISTRIBUTION SYSTEM PHASE 1 (PROJECT NO. E10I3S) PROJECT B WATER RE-USE MASTER PLAN {CITY WIDE) (PROJECT NO. E09010) PROJECT A OSO EFFLUENT RE-USE DISTRIBUTION SYSTEM PHASE 1 1. SCOPE OF SERVICES A. Basic Services. Basic Services will include the following in addition to those items shown on Exhibit "A-1" Task List. 1. Prelinunary Phase. The Architect/Engineer-A/E will: The preliminary phase of this project has been completed under a separate contract. 2. Design Phase. The A/E will: a. Study, verify, and implement Design Memorandum recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff. b. This contract will be for the design of the first of two (2}phases recommended in the design memorandum. The first phase will connect the Oso Effluent Reuse Pump Station with the Corpus Christi Country Club and King's Crossing Country Club and the connection of existing Bill Witt Park irrigation pumps to the existing effluent distribution line in Yorktown Boulevard. b. Field location of existing utilities using Texas one-call system (Coordinate with appropriate City Operating Departments). c. Provide subsurface utility engineering in accordance with ASCE Standard "ASCE C-1, 38- 02, Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data". The proposed subsurface utility investigation will be as follows: 1) Excavation -The survey scope includes working with a subsurface utility excavator to perform Quality Level A investigation of underground utilities in specified areas through the project limit. (Quality Level A involves the use of nondestructive digging equipment at critical paints to determine the horiwntal and vertical position of underground utilities, as well as the type, size, condition, material, and other characteristics.) Ufilitieslocated at this quality level will be physically located and tied to the topographic survey control. The utility will be identified and an elevation will be obtained to the top of the utility. 2) Utility Location -The survey scope includes locating certain utilities to Quality Level B (Quality Level B involves surveying visible above ground utility facilities, such as EXHIBIT "A" Page 1 of 11 manholes, valve boxes, posts, eta, and correlating this information with existing utility records.} The utilities will be located by obtaining aOne-Call Notice and measuring the marked locations. 3) Storm water -- Storm water facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible storm water manholes and drainage inlets. 4} Wastewater -Wastewater facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed location of accessible wastewater manholes except for critical locations which will require Quality Level A. 5) Water -Water facilities within the project limits will be located to Quality Level C expect for critical locations which will require Quality Level A. 6) Gas -Gas facilities within the project limits will be located to Quality Level C by the A/E. The City of Carpus Christi Gas Department will provide Quality Level A. The A/E will coordinate this activity. 7) Franchise Facilities - Coordinate with provider within the project limits to locate facilities to Quality Level A in critical areas. d. Create a hydraulic model of the initial distribution system and the system at ultimate build out for sizing of the distribution line to perform properly with the Oso Effluent Reuse Pump Station at each phase. e. 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 each phase, 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. £ 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). g. Prepare final quantities and estimates ofprobable costs with the recommended construction schedule. The construction schedule will provide a phased approach to better track progress and payments. g. Provide one (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 ofresponding and non-responding participants. h. Assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. i. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the interim, pre-final, and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The Consultant AIE and Sub-eonsuitant 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. j. Provide a Traffic Control Plan with illumination, markings, striping, and signalization for review and approval by the City Traffic Engineering Department. k. Upon approval by the Dixector of Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for reproduction (In City Format} EXHIBIT "A" Page 2 of 11 and said bid documents henceforth become the sole property and ownership of the City of COrpuS Christi. 1. 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. m. Prepare and submit monthly status reports by the fifth of each month with action items developed from monthly progress and review meetings. n. Provide a Storm Water Pollution Prevention Plan. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the Professional Services contract awarded. b. Provide the budget for the Proj ect 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 Fhase. The AIE 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-hid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' approval, any addenda or other revisions necessary to inform contractors of approved changes prior to bidding. d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the A/E's design phase estimate required above, the Engineer will, at its expense, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re-advertise that particular portion of the Project far 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 Iist of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the AIE} any addenda, prepare and supply bid tabulation forms, and conduct bid opening. c. Receive the Engineer's recommendation concerning hid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. d. Prepare, review and provide copies of the contract for execution between the City and the contractor. 4. Construction Phase. 'The A/E will perform contract administration to include the following: a. Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. EXHIBIT ~~A" Page 3 of 11 b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Provide testing schedule and 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. 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. l4 or later) of the record drawings. All drawings will be CARD 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 applicationslestimates for payments to contractor. b. Conduct the final acceptance inspection with the Engineer. c. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. B. Additional Services {ALLOWANCE) This section defines the scope {and ALLOWANCE) for compensation for additional services that maybe 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 AIE will, with written authorization by the Director of Engineering Services, do the fallowing: 1. Permitting. Famish 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 ail permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. TxDOT Pernuts 2. To o ra hic Surve .Provide field surveys, as required far design including the necessary control points, coordinates and elevations of points. Establish base survey controls for line and elevation EXHIBIT ~~A" Page 4 of 11 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 ofProfessional 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. 3. ROW 1 Easement Acquisition. Survey. Provide exhibits and metes & bounds descriptions necessary for the city to acquire additional ROW, easements and temporary construction easements as necessary for construction of the project. 4. Subsurface Utility Inyestination. Field location of existing utilities using Texas One-Call System (Coordinate with appropriate City Operating Departments) Provide subsurface utility engineering in accordance with ASCE Standard "ASCE C-I, 38-02, Standard Guideline far the Collection and Depiction of Existing Subsurface Utility Data". 5. Public Meeting. Participate in public meetings {two -one for each phase) to coordinate with the conununiry and to obtain community support for each project to include all necessary exhibits as directed by the City. b. Construction Observation Services OT AUTHORIZED .Construction observation services cost is based on $901hr for 20 hrsl wk for 6 months of construction. 1. Provide a project representative (PR) to provide periodic construction inspection. A. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the A/E shall endeavor to provide further protection for the CITY against defects and deficiencies in the work. B. The duties and responsibilities of the PR are described as follows: 1. General: PR will act as directed by and under the supervision of AIE, 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 AIE 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. EXHIBIT i°A" Page 5 of 11 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. 6. Review of Work and Rejection of Defective Work: A. Conduct on-Site observations of Contractor's work in progress to assist AB 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 AIE 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 far correspondence, reports of job conferences, reproductions of original Contract Documents including alI Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, A/E's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. B. Prepare a daily report utilizing approved City format, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to A/E and the City. 8. Reports: A. Furnish periodic reports as required of pxogress 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 ox corrected and make xecommendations concerning acceptance and issuance of the Notice of Acceptability of the Work. EXHIBIT °fA" Page 6 of 11 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 {b0) days prior to the end of the maintenance guaranty period. 2. SCHEDULE PROPOSED PROJECT SCHEDULE ACTIVITY SCHEDULE Begin Design Phase Submit 64% Review Set Four months after authorization to begin City Review Two weeks Submit Pre-Final Review Set Two months after receiving city review comments City Review Two weeks Submit Final Review Set Four weeks after receiving city review comments City Review Twa Weeks Submit Plans & Specs for Bidding Two weeks after receiving city review comments Advertise for Bids One week later Pre-Bid Conference One week later Receive Bids One week later Begin Construction One month after receiving bids Finish Construction Six months after beginning construction 3. FEES A. Fee for Basic Services. The City will pay the AIE a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1-4 above, and for all expenses incurred in performing these services. For services provided in Section i.A.1-4, A/E will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon AB's estimate (and City Concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in Section LA.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 LB. "Additional Services" the City will pay the AB snot-to-exceed fee as per the table below: EXHIBIT ~~A" Page 7 of 11 C. Summary of Fees Basic Services Fees Preliminary Report (COMPLETE) proposed Contract Total Contract 1. Preliminary Phase (COMPLETE} $34,605 $0 $34,605 2. Design Phase $0 $215,000 $215,000 3. Bid Phase $0 $14,000 $14,000 4. Construction Phase $0 $27,400 $27,400 Subtotal Basic Services Fees $34,605 $256,400 291,005 Additional Services Fees (Allowance) 1. Permit Preparation {TxDOT) $0 $25,000 $25,000 2. Topographic Survey $0 $42,000 $42,000 3. ROW /Easement Acquisition Survey $0 $12,000 $12,000 4. Subsurface Utility Engineering Report $0 $70,000 $70,000 5. Public Meeting $0 $6,000 $6,000 6. Construction Observation Services (NOT AUTHORIZED} $0 $46,800 $46,800 7. Warranty Phase $0 $5,000 $5,000 Sub-Total Additional Services Fees $0 $206,800 $206,800 Total Fee $34,605 $463,200 $497,805 The estimated construction cost for Oso Effluent Re-Use Distribution System Phase 1 is $3,640,000. The total basic services fee proposal far this project is $291,005. Therefore, the percentage of design cost to construction cost is 7.9%. EXHIBIT ~~A" Page 8 of 11 PROJECT B WATER RE-USE MASTER PLAN (CITY WIDE) 1. SCOPE OF SERVICES A. Basic Services. Basic Services will include the following in addition to those items shown on Exhibit "A-1" Task List. 1. Preliminary (Study} Phase. The ArchitectlEngineer-A/E will: It is the intent of the Preliminary Phase to provide a study and report of project scope with economic and technical evaluation of alternatives, and upon approval, proceed to a Master Plan Document. 'This report shall include: a. Confer with the City staff regarding the design parameters of the Project. The Engineer will participate in a minimum of six (6) formal meetings with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven {7) working days of the meeting. The A/E will participate in discussions with the operating department and other agencies {such as the Texas Department of Transportation {TxDOT) and Texas Commission of Environmental Quality (TCEQ)) as required to satisfactorily complete the Project. b. Present a report of the findings from research and city staff. Confer with staff to agree on basic concepts and principals of the master plan. c. Upon approval of basic concepts and principals, proceed with developing the Master Plan maps and design documents including a sample user plan and rate model. d. Submit one (1 } copy in an approved electronic format, and one (1) paper copies of the Master Plan documents, with executive summary, opinion of probable construction costs with life cycle analysis, defined technical evaluations of identified feasible alternatives, and review with City staff to produce an acceptable format which contains common municipal elements. Master Plan will include the following (with CONSTRUCTABILITY being a major element in all the following items): 1. Meet with city staff to identify project goals, timetables and relevant issues and to determine the boundary of the study area. 2. Inventory, Analysis and Research: Prepare an inventory in map fore showing existing facilities and effluent distribution systems. Identify potential users for effluent reuse. Research effluent systems used in other cities. 3. Determine which wastewater plants can most effectively serve the end users and review existing plant design conditions relative to effluent reuse treatment level requirements. 4. Identify potential routes to connect the wastewater treatment plants with the end users. The distribution would ultimately work towards a looped system. 5. Develop Alternatives: Evaluate potential routes based on cost and constructability and determine an estimate of probable capital and annual operation and maintenance costs. 6. Evaluate a looped effluent reuse distribution system connecting identified potential users to the wastewater treatment plants. EXHIBIT "A" Page 4 of 11 7. Determine permitting requirements for proposed distribution system, such as TxDOT, Corp of Engineers, etc. 8. Develop a rate model For charging customers based on the cost to treat and distribute effluent . 9. Develop a sample user plan for users to submit to the city demonstrating compliance with regulatory standards. 10. Meet with staff to review preliminary issues and preliminary report as needed. 11. Prepare a project time schedule far the recommended plan, including component phasing, planning, design, construction and phases sequence format. 12. Incorporate public input from Planning Commission and City Council Presentations in addition to feedback from posting the plan on the city's web site. 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. Aerial photography for the Project area. c. Through separate contract, related GIS mapping for existing facilities. d. A copy of existing studies and plans. (as available from City Engineering files). e. Field location of existing city utilities. (AIE to coordinate with City Operating Department}. f. Provide applicable Master Plans. 1. Public Meetinn. Participate in public meetings (two} to coordinate with the community, through Planning Commission and Council Meetings, and to obtain community support for each project to include all necessary exhibits as directed by the City. 2. SCHEDULE PROPOSED PROJECT SCHEDULE ACTIVITY SCHEDULE Begin Preliminary Report Submit Prelim Conceptual PIan to Staff Two months after authorization to begin City Review Two weeks Present 1 Receive Public Input Six Weeks Submit Conceptual Plan for Approval Four weeks after receiving city /public comments City Review Two weeks Present 1 Receive Public Input Six Weeks Submit Prelim MP Maps & Documents Three months after receiving city /public comments City Review Two Weeks Submit Final MP Maps & Documents Four weeks after receiving city review comments EXHIBIT "A" Page 10 of 11 FEES A. Fee for Basic Services. The City will pay the A/E a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1-4 above, and for all expenses incurred in performing these services. For services provided in Section I.A.1-4, A/E will submit monthly statements for basic services rendered. In Section LA.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: C. Summary of Fees Fee for Basic Services Cauce tual Plan Totals 1. Invento Anal sis & Ma $19,000 2. Public In ut $8,000 3. Re art $40,000 Master Plan 4. Route Stud $59,000 5, H draulic Modelin $25,000 6. Develo Rate Model $42,000 7. Develo Sa le User Plan $5,000 8. Ma in $45,000 9. Public In ut $10,000 Total Authorized Fee $253 000 EXHIBIT "A" Page 11 of 11 EXHIBIT A-1 TASK LIST PROJECT A OSO EFFLUENT RE-USE DISTRIBUTION SYSTEM PHASE 1 (PROJECT NO. E1013S) PROJECT B WATER RE-USE MASTER PLAN (CITY WIDE) {PROJECT NO. E09010) PROJECT A OSO EFFLUENT REUSE DISTRIBUTION SYSTEM PHASE X A. BASIC SERVICES l . Preliminary Phase Previously Completed 2. Design Phase A. Study, Verify, and Implement Design Memorandum Recomrnendations to connect the Oso Effluent Reuse Pump Station to the Corpus Christi Country Club and King's Crossing Country Club. Connections to the Ball Fields at Paul Jones Ave and the Oso Conservation Interpretive Park to be included in a future project. B. Not Applicable C. Preliminary Plan Sheets 1 Title Sheet and Plan Index 2 Project Location Map 3 Legend, Details, Quantities 4 General Notes and Testing Schedule 5-62 Effluent Force Main Plan & Profile (@ 1"=20') 63 Directional Bore Plan 1 64 Directional Bore Plan 2 65 Directional Bore Plan 3 66 King's Grassing Discharge Structure 67 Pump Connections at Bi11 Witt Park 6$ Misc Details 69 Air Release and Blow Off Valve Details 70-75 Standard City Details 76-86 Pollution Prevention Plan 87 Pollution Prevention Plan Details T1-TS Traffic Control Plan T6-T7 Traffic Control Details D. Provide Assistance Identification, Testing, Handling, and Disposal of Hazardous Materials' i See Exhibit A for Additional Detail EXHIBIT A-1 Page 1 of 4 E. Prepare Final Quantities and Estimates of Probable Costs' F. Provide Pre-Final Plans and Bid Documents (100%)' G. Assimilate All Review Comments, Modifications, Additians/Deletions and Proceed to Next Phase, Upon Notice to Proceed from the City Engineer' H. Quality AssurancelQuality Control' I. Prepare Traffic Control including Traffic Plan in accordance with Texas M.U.T.C.D.' J. Upon Approval, Provide One (1}Set Final Plans and Contract Documents and Provide One (1) Electronic Capy' K. Nat Applicable' L. Submit Monthly Status Reports' M. Provide a Storm Water Pollution Prevention Plan' N. Nat Applicable' O. Not Applicable 3. Bid Phase A. Participate in Pre-Bid Conference and Provide Recommended Agenda' B. Assist City in Solicitation of Bids' C. Review All Pre-Bid Questions and Submissions' D. Attend Bid Opening' E. Revisions to Bid Documents' F. Provide Letter to City Engineer on giving our Recommendation to whom to Award the Project to 4. Construction Phase 4.1 Phase 1 A. Participate in Pre-Construction Meeting' B. Review Shop and Warlang Drawings' C. Provide Testing Schedule and Review Fieid and Laboratory Tests' D. Provide Interpretations and Clarifications of Contract Documents' E. Regular Visits to Site of Project (two per month)' F. Prepare Change Orders as authorized by City' ' See Exhibit A for Additional Detail EXHIBIT A-1 Page 2 of 4 G. Make Final Inspection with City staff' H. Review and Assure Compliance with Plans and Specifications I. Review Construction "Red-Line" Drawings, Prepare Record Drawings J. Review and Prepare Monthly Construction Pay Estimates' B, ADDITIONAL SERVICES Permitting) A. TxDOT PermitslCoordination: Coordinate design construction with ties and local to Texas Department of Transportation (TxDOT) maintained roadways. 2. 4. 5. 6. 7. Right of Way (ROW} Acquisition Survey' Topographic Surveys A. Provide limited additional design surveys. B. Provide limited construction verification surveys. Construction Observation Services Start-Up Services Warranty Phases Subsurface Utility Investigation Field location of existing utilities using Texas One-Call System (Coordinate with appropriate City Operating Departments} Provide subsurface utility engineering in accordance with ASCE Standard "ASCE GI, 38-a2, Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data". The proposed subsurface utility investigation will be as follows: 1. Excavation -The survey scope includes working with a subsurface utility excavator to perform Quality Level A investigation of underground utilities in specified areas through the project limit using vacuum excavation. {Quality Level A involves the use of nondestructive digging equipment at critical points to determine the horizontal and vertical position of underground utilities, as well as the type, size, condition, material, and other characteristics.) Utilities located at this quality level will be physically located and tied to the topographic survey control. The utility will be identified and an elevation will be obtained to the top of the utility. 2. Utility Location -The survey scope includes locating certain utilities to Quality Levei B (Quality Level B involves surveying visible above ground utility facilities, such as manholes, valve boxes, posts, etc., and correlating this information with existing utility records.} These utilities will be located by obtaining aOne-Call Notice and measuring the marked Iocations. 1 See Exhibit A for Additional Detail EXHIBIT A-I Page 3 of 4 3. Storm Water -Storm water facilities within the pxoject limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible storm water manholes and drainage limits. 4. Wastewater -Wastewater facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible wastewater manholes except for critical locations which will require Quality Level A. 5. Water -Water facilities within the project limits will be located to Quality Level C except for critical locations which will require Quality Level A. 6. Gas -Gas facilities within the project limits will be located to Quality Level C by the AB. The City of Corpus Christi Gas Department will provide Quality Level A. The AIE will coordinate this activity. 7. Franchise Facilities - Coordinate with provider within the project limits to locate facilities to Quality Level A in critical areas. AIE will investigate areas of high probability of conflict with proposed improvements. PRUJECT B WATER REUSE MASTER PLAN {CITY WIDE) A. BASIC SERVICES 1. Prelinunary (Study) Phase A. Meet with city staff to identify project goals, timetables and relevant issues and to determine the boundary of the study area B. Inventory, Analysis and Mapping: Prepare an inventory and maps showing existing facilities and effluent distribution systems. Identify potential users for effluent reuse. C. Determine which wastewater plants can most effectively serve the end users and review existing plant design conditions relative to effluent reuse treatment level requirements. D. Identify potential routes to connect the wastewater treatment plants with the end users. The distribution would ultimately work towards a looped system E. Develop Alternatives: Evaluate potential routes based on cost and constructability and determine an estimate of probable capital and annual operation and maintenance casts. F. Evaluate a looped effluent reuse distribution system connecting identified potential users to the wastewater treatment plants G. Determine permitting requirements for proposed distribution system, such as TxDOT, Corp of Engineers, etc. H. Develop a rate model for charging customers based on the cost to treat and distribute effluent I. Develop a sample user plan for users to submit to the city demonstrating compliance with regulatory standards. J. Meet with staff to review preliminary issues and preliminary report as needed. K. Prepare a prof ect time schedule for the recommended plan, including component phasing, planning, design, construction and phases sequence format. ~ See Exhibit A for Additional Detail EXHIBIT A-1 Page 4 of 4 EXHIBIT B MANDATORY INSURANCE REQUJRMENTS (Remised July 2009) CONSULTANT LIABIt_1TY INSURANCE A. The Consultant shalt nat commence work under this Agreement until helshe has obtained all insurance required herein and such insurance has been approved by the City. Nor shall the Consultant allow any subcansultant to commence work until al! similar insurance required of the subconsul#ant 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 8. 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 11 OF THfS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITYI $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 Requiremen#s [ ]REQUIRED [X] NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section 8-6-11 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 "i3" Insurance Requirements Pa e T of 2 !l. INDEMNIFICATION AND HOLD HARMLESS A. To the ex#ent permitted by law, Consultant agrees to indemnify, save harmless and defend the City of Carpus 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, far or on account of any injury #o 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 Chris#i, 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 Sta#e 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 Weil as a le#ter, signed by the Consultant, stating tha# the certificate of au#hority to selfi-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 shop immediately provide written notice of such facts to the City, by cer#ified 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. 1 ,. ~L~11 .-..~_.!J~ ....L L...IJ-..1_ ..!~ 1_ ___.____• .1 1.._L !_ LL_ ..__...L _l fl. • lr~A. . wr~r.l f 1 f ill. 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 projec# also needs to be listed under "description of operations". • At least 10-day written notice of change or cancellation will be required. lV. A completed Disclosure of Interest must be submitted with your proposal. EXHIBIT "B" Insurance Regwirements Pa e2of2 i~~~ SUPPLIER NUMBER TO BE ASSIGNER BY~- - = PURCHASING DNISION City p~ CITY OF CORPUS CHRISTI c°~us DISCLOSURE OF INTEREST Christi 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 a~~ icable, answer with `NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Urban Engineering P. O. BOX: STREET ADDRESS: 2725 Swantner Drive CITY: Corpus Christi ZIP: 78444 FIRM IS: 1. Corporation ^ 2. Partnership ® 3. Sole Owner ^ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this pa a or attach separate sheet. 1. State the names of each `employee" of the City of Corpus C~sti having an "ownership interest" constituting 3% or mare of the ownership in the above named "firm.' Name Job Title and City Department (if known} NIA 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" canstituting 3% or more of the ownership in the above named "firm." Name Title NIA 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 to the above named "firm." Name Board, Commission ar Committee NIA 4. State the names of each employee °r officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the sub,~ect of this contract and has an ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant NIA EXHIBIT "C" Pa e 1 of 2 FILING REQUIREMENTS If a person who requests official action on a matter laaows 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 City official, emplo ee or body that has been requested to act in the matter, unless the interest of the City of~cial or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Etlucs 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 Christt, Texas as changes occur. Certifying Person: Rhodes Urban Title: Principal (Type or Print) Signature of Certifying Date: Person: ~ ~j ~ ~O /Q 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. "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. "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 farm 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" Pa e2of2 W a Z F- 'd ~ N d ~ r ~ ~ C G D a?Z ~ R7 d }"' "~^ p > J a ~ C a V Q fJ C L a 5 a is O •~ N ~ N ~ 7 v O .~ •Q L Z a- ~ a o• E ~ a= ~~ ~ O V N C a Q Z V C O V 0 ~ T 0 ~O ~ O 0 O 0 ~O 0 N ~ O ~ 0 0 0 ~ 0 ~ 0 ~ ~ ~ tOry 0 r ~ N ~ ~ o O o ~ ~ ~ m m m Q ~ ~ , o ffl ~ ~ ~ ~ T T (V N M 63 Ef} 64 64 C O 0 0 0 0 O O ^ © ^ ~ 0 0 6 4 0 0 O ~ ~ to ~C1 ~ ~- H T 64 6 4 ~ ~ ~ 0 0 0 0 ^ ^ ^ ° 0 ° ° ~ X 0 ~ n o u ~ O O 0 O ~ O N N 1 C~ d' ~ ~ 01 O O 1~ K! N O r ~O m m m ti N 1 F.' ~ h ~ Q~ !h M N ~ r ~ d4 ~ b 9 ~ ~ r ff} 0 0 ~ N 0 N ~ ~ m m m ~ N N ti c D a D T T T T T T 64 64 64 ~ 0 0 0 0 0 ~ N 0 ^ ^ ^ N G 64 N N O O r' T O e"" 'L"" ~ ~ ~ T T T T T T (V O O O O O O O O ^ ^ ^ O O O O m m O O Ln L,() O C7 ~ Q O O O 't'- N N O N N ~ [V OD d3 69 EA d} Ef3 64 t~ N N ~ N V d ~ ~. U N C .y V/ ~ ~ L (~ •~ ~ ~} . a N 0 ~ ~ m a O m U c1~ v •~ ~ N ~ ~ v ~ N ~ ~ L m U ~ L _ N ~ ~ ~ "a O v ~ d ~ O ~ ~ ~ (tf Q ~+ . Z ~ LL C ~ C ~ ~ ~ Q ~ ~ %j ~ O V 0 a € ~ ~" ~ °'~ U ~ ~ ~ ~ o a a ~ ~ a. O cn v~ cn m ¢ ~ ~ x r W s~ LL vIW-ON li ~ T Nx ~0 .~ W ~ o a w ~ g Z L[J REJ Z_ C7 Z u.t z 0 U