Loading...
HomeMy WebLinkAboutC2012-071 - 3/27/2012 - 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 partnership, 2725 Swantner, Corpus Christi, Nueces County, Texas 78404, (Architect/Engineer — AIE), hereby agree as follows: 1. SCOPE OF PROJECT Staples Street Pumping Plant New 10 MGD Pumps (Project No. E12004) - The proposed project includes the installation of two new 10 MGD pumps at the Staples Street Pump Station and includes new pipe, valves and fittings, discharge control valves, flow meters, MCCs with VFD, electrical wiring and miscellaneous items of work required to complete project. 2. SCOPE OF SERVICES The AIE hereby agrees, at its own expense, to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, AIE will provide monthly status updates (project progress or delays, gantt charts presented with monthly invoices) and provide contract administration services, as described in Exhibit A and A -1, to complete the Project. 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 contract, certain services listed in this publication as Additional Services will be considered as Basic Services. 3. ORDER OF SERVICES The AIE agrees to begin work on those authorized Basic Services forthis 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 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. 4. MANDATORY REQUIREMENTS AIE agrees to the mandatory contract and insurance requirements as set forth in Exhibit B. 2012 -071 Contract for Engineering (A/E) Services M2012 -065 Page 1 of 3 3/27/12 STAPLES STREET PUMPING PLANT NEW PUMP%CONSULTANT CONTRACT41 CONTRACT Urban Engineering INDEXED 5. FEE The City will pay the AIE a fee, as described in Exhibit A, for providing services authorized. Monthly invoices will be submitted in accordance with Exhibit D. 6. TERMINATION OF CONTRACT The City may, at anytime, 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 atthe 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 AIE fee may be 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. 9. OWNERSHIP OF DOCUMENTS All documents including contract documents (plans and specifications), record drawings, contractor's field data, and submittal data will be the sole property of the City, may not be used again by the A/E without the express written consent of the Director of Engineering Services. However, the A/E may use standard details that are not specific to this project. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re -use of modified plans. 10. DISCLOSURE OF INTEREST A/E further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form attached hereto as Exhibit C. CITY OF CORPUS CHRISTI Oscar Martinez, Date Assistant City Manager URBAN E GINEERING B 2 t4 L Jame . Urban Date Authorized Representative 2725 Swantner Corpus Christi, TX 78404 (361) 854 -3101 Office (361) 854 -6001 Fax Contract for Engineering (A/E) Services Page 2 of 3 K kENGINEERING OATAEXCHANGEIVELMAPIWATER1El2O04 STAPLES STREET PUMPING PLANT NEW PUMPSICONSULTANT CONTRACTII CONTRACT PROFESSIONALSERVICES.00C RECOMMENDED By 3 / 7 // Z- D 'el Biles Date nteri Di ctor f Engineering Services y ZVI ti us vo Gonzal z, FU E., Date D' c of Wate Department Office of Management and Budget APPR VED AS TO RM By City Attorney Date ATTEST By Armando Chapa, City Secretary BY MUWIL TAM' ENTERED Project No. E12004 Fund Source No. 530000 -4010- 31010- E12004 Encumbrance No. Contract for Engineering (AIE) Services Page 3 of 3 K:IENGINEERING DATAEXCHANGEIVELMAPIWATER1E12004 STAPLES STREET PUMPING PLANT NEW PUMPSICONSULTANT CONTRACTI1 CONTRACT PROFESSIONALSERVICES. DOC EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS SCOPE OF SERVICES A. Basic Services. Preliminary Phase. The Arch itect/Engineer -AIE will: It is the intent of the Preliminary Phase to provide an evaluation of existing conditions and develop project scope with written description of the project and preliminary estimate of probably cost. This investigation shall include: a. Confer with the City staff regarding the design parameters of the Project. The Engineer will participate in a minimum of two (2) formal meetings with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven (7) working days of the meeting. b. Submit one (1) copy in an approved electronic format, and one (1) paper copies of the results of the evaluation with project scope and opinion of probable construction costs and review with City staff to produce an acceptable format which contains common municipal elements. Evaluation results will include the following (with CONSTRUCTABILITY being a major element in all the following items): 1) Review of the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution of the Project; The AIE will meet with City staff to collect data, discuss materials and methods of construction, and identify design and construction requirements. 2) Review and investigation of available records, archives, and pertinent data related to the Project.including taking photographs of the Project site, list of potential problems and possible conflicts, intent of design, and improvements required, and conformance to relevant Master Plan(s). 3) Identify results of site field investigation including site findings, existing conditions, potential right of way /easements, and probable Project design solutions; (which are common to municipalities). 4) Provide a presentation of pertinent factors, sketches, designs, cross - sections, and parameters which will or may impact the design, including engineering design basis, preliminary layout sketches, identification of needed additional services, preliminary details of construction of critical elements, identification of needed permits, identification of specifications to be used, identification of quality and quantity of materials of construction, and other factors required for a professional design (CONSTRUCTABILITY) 5) Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project and permitting, environmental, historical, construction, and geotechnical issues; and meet with pertinent authorities. 6) Confer, discuss, and meet with City operating department(s) and Engineering Services staff to produce a cohesive, well - defined proposed scope of design, probable cost estimates(s) and design alternatives. =Pae "A" f $ K: E NGINEERING DATAEXCHANGEIVELMAPIWATER \El2004 STAPLES STREET PUMPING PLANT NEW PUMPSSCONSULTANT CONTRACTY2 EXHIBIT A.DOC 0 1 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. 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. (A/E to coordinate with City Operating Department). f. Provide applicable Master Plans. Design Phase. Upon approval of the project scope, designated by receiving authorization to proceed, the A/E will: a. Study, verify, and implement evaluation recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff. b. Prepare one (1) set of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, notice to bidders, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid or for multiple bids, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. C. Provide assistance identify testing, handling and disposal of any hazardous materials and /or contaminated soils that may be discovered during construction (to 'be included under additional services). d. Prepare final quantities and estimates of probable costs and probable construction schedule. e. Furnish 1 -copy preliminary plans (plans only- identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Required with the preliminary set of 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 Furnish complete construction and bid documents including specifications for City staff review and approval. Provide 1 copy of pre -final complete plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. Identify EXHIBIT "A" Pa e 2 of 8 K:IENGINEERING DATAEXCHANGE IVELMAPIWATER1E12004 STAPLES STREET PUMPING PLANT NEW PUMPSSCONSULTANT CONTRACTI2 EXHIBIT A.DOC distribution list for plans and bid documents to all affected utilities including City and all other affected entities, compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non - responding participants; g. Provide Quality Assurance /Quality Control (QA/QC) measures to ensure that submittal of the preliminary, pre -final and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The Consultant A/E and Sub - consultant A/E shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc; h. If required, provide traffic controls including a Traffic Control Plan, illumination, markings and striping, signalization, and as delineated by the City Traffic Engineering Department. i. Upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for reproduction (In City Format) and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. j. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re -use of modified plans. k. Assimilate all review comments, modifications, additions /deletions and proceed to next phase, upon Notice to Proceed; I. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. m. Provide a Storm Water Pollution Prevention Plan, if necessary n. Perform the items as shown on Exhibit A -1. (Task List) 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. b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. C. Review all pre -bid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' 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 AIE's design phase estimate required above, the Engineer will, at its expense, confer with City staff and make such revisions to the bid .documents as the City staff deems necessary to re- advertise that particular portion of the Project for bids. EXHIBIT "A" Page 3 of 8 KaENGINEERING DATAEXCHANGEIVELMAPIWATER1E12004 STAPLES STREET PUMPING PLANT NEW PUMPMCONSULTANT CONTRACM EXHIBIT A.DOC The City staff will: 4 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. d. Prepare, review and provide copies of the contract for execution between the City and the contractor. Construction Phase. The A/E will perform contract administration to include the following: a. b. C. d. e. 17 11 Participate in pre - construction meeting conference. Review for conformance to contract documents, shop and working drawings, materials and other submittals. Review field and laboratory tests. 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. 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. 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. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. 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 for Win95 (Wang) and Microsoft Imaging Composer. Deliver the manuals on a CD -ROM, not on floppy disks. 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. EXHIBIT "A" Pa e4of8 KlENGINEERING DATAEXCHANGEIVELMAPIWATER1E12004 STAPLES STREET PUMPING PLANT NEW PUMPS\CONSULTANT CONTRACT12 EXHIBIT A.DOC The City staff will: a. Prepare applicationslestimates for payments to contractor. b. Conduct the final acceptance inspection with the Engineer. B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that may be included as part of this contract, but the AIE will not begin work on this section without specific written approval by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The AIE will, with written authorization by the Director of Engineering Services, do the following: 1. Topographic Survey /Field Investigation. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points. 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 Surveyor' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Provide field investigation to determine existing conditions and area dimensions in order to locate the proposed improvements. 2. Construction Observation Services. Provide periodic construction observation. A. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the project representative (PR) and assistants, the Engineer shall endeavor to provide further protection for the City against defects and deficiencies in the Work. B. The duties and responsibilities of the PR are described as follows: 1. General: PR will act as directed by and under the supervision of Engineer, and will confer with Engineer regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with AIE 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 the Engineer. 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 "A" Page 5 of 8 KaENGINEERING DATAEXCHANGESVELMAPIWATER5E120D4 STAPLES STREET PUMPING PLANT NEW PUMPS=NSULTANTCONTRACT42 EXHIBIT A.DOC C 7 0 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. Review of Work and Rejection of Defective Work: a. Conduct on -Site observations of Contractor's work in progress to assist A/E in determining if the. Work is in general proceeding in accordance with the Contract Documents. b. Report whenever PR believes that any part of Contractor's work in progress will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise City and A/E of that part of work in progress that PR believes 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. Records: a. Maintain orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work.Change Directives, Addenda, additional Drawings issued subsequent to the Contract, A/E's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. b. Prepare a daily report utilizing approved City format, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of test procedures; and send copies to A/E and the City. C. Furnish periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. d. Report immediately to the CITY and Engineer the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. e. PR reviews quantities and returns request for payment to contractor for corrections or approximate request with recommendation for payment. 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 completion and E K: ENGINEERING DATAEXCHANGEIVELMAPIWATER %E12004 STAPLES STREET PUMPING PLANT NEW PUMPSICONSULTANT CONTRACTI2 EXHIBIT ADOC issuance of the Notice of Acceptability of the Work 3. 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. 2. SCHEDULE PROPOSED PROJECT SCHEDULE Day Date Activit Monday March 26, 2012 Be in Desi n Friday May 11, 2012 Prel. Submittal Friday June 1, 2012 City Review Friday July 6 2012 Pre -Final Submittal Friday July 20, 2012 City Review Friday August 3, 2012 Final Submittal Monday August 13, 2012 Advertise for Bids Tuesday August 28, 2012 Pre -Bid Conference Wednesday September 12, 2012 Receive Bids Tuesday October 16, 2012 Contract Award Tuesday November 13, 2012 Begin Construction Tuesday May 14, 2013 j Complete Construction 3 FEES A. Fee for Basic Services. The City will pay the A/E a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1 -4 above, and for all expenses incurred in performing these services. For services provided in Section I.A.1 -4, A/E will submit monthly statements for basic services rendered. In Section I.A.1 -3, the statement will be based upon AIE'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 AIE's monthly statements. B. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the A/E a not -to- exceed fee as per the table below: EXHIBIT "A" Pa e 7 of $ KAENGINEERING OATAEXCHANGE IVELMAPNWATER1E12004 STAPLES STREET PUMPING PLANT NEW PUMPS \CONSULTANT CONTRACT42 EXHIBIT A_DOC C. Summary of Fees The estimated cost of construction for Staples Street Pumping Plant New 10 MG ©Pumps (Project No. E12004) is $446,445 Base Bid and $301,225 Additive Alternate No. 1. The basic services fee for the project is $35,800 Base Bid and $24,100 Additive Alternate No. 1. Therefore, the percentage of basic engineering services cost to construction is 8.00 %. EXHIBIT "A" . Page 8of8 KAENGINEERING DATAEXCHANGEIVELMAPIWATERYE12004 STAPLES STREET PUMPING PLANT NEW PUMPSICONSULTANT CONTRACTl2 EXHIBIT A.DOC Base Bid Additive Alt. No. 1 TOTAL Fee for Basic Services 1. Preliminary Phase $5,400 $3,600 $9,000 2. Design Phase 23,200 15,700 38,900 3. Bid Phase 1,800 1,200 3,000 4. Construction Phase 5,400 3,600 9,000 Subtotal Basic Services Fees 36,800 24,100 59,900 Fee for Additional Services (Allowance) 1. Topographic Survey /Field Investigation 6,830 4,610 11,440 2. Construction Observation Services 8,350 5,630 13,980 3. Warranty Phase 2,080 0 2,080 Sub -Total Additional Services 17,260 10,240 27,500 Total Authorized Fee $53,060 $34,340 $87,400 The estimated cost of construction for Staples Street Pumping Plant New 10 MG ©Pumps (Project No. E12004) is $446,445 Base Bid and $301,225 Additive Alternate No. 1. The basic services fee for the project is $35,800 Base Bid and $24,100 Additive Alternate No. 1. Therefore, the percentage of basic engineering services cost to construction is 8.00 %. EXHIBIT "A" . Page 8of8 KAENGINEERING DATAEXCHANGEIVELMAPIWATERYE12004 STAPLES STREET PUMPING PLANT NEW PUMPSICONSULTANT CONTRACTl2 EXHIBIT A.DOC EXHIBIT "A -1" TASK LIST (Provides supplemental description to Exhibit "A ". Exhibit "A -1" Task List does not superseded Exhibit "A ") CITY OF CORPUS CHRISTI, TEXAS Staples Street Pumping Plant New 10 MGD Pumps (Project No. E12004) BASIC SERVICES A. PRELIMINARY PHASE 1) Meet with Staff to identify project goals, timetables, review the proposed design and relevant issues for project implementation. B. DESIGN AND CONSTRUCTION PHASE 1) Review background information pertinent to the project. 2) Conduct a site visit at the Staples Street Pumping Station to review and document existing conditions. 3) Develop design plans and technical specifications (project to include all relevant standard City specifications and special provisions where warranted) to the City's format incorporating all issues with relevant solutions. Identify to the best of the Engineer's knowledge all potential conflicts and offer solutions to conflicts. The design services will incorporate but not be limited to the following: a. Base Bid: 1. Anew 10 MGD pump and motor (Pump No. 3) complete with suction and discharge pipe, valves, fittings, a discharge control valve and a flow meter in one of the existing pump bays. 2. Electrical improvements for new Pump No. 3 including new MCC with VFD, interconnecting wiring and SCADA connections. Existing SCADA monitoring will be revised to add the new pump and controls. 3. Pipe, valves and fittings to facilitate connection of an additional 10 MGD pump (Pump No. 4) in the last existing pump bay. b. Additive Alternative Bid: 1. A new 10 MGD pump and motor (Pump No. 4) complete with suction and discharge pipe, valves, fittings, a discharge control valve and a flow meter to connect to pipe and valves installed with the base bid. 2. Electrical improvements for new Pump No. 4 including new MCC with VFD for, interconnecting wiring and SCADA connections. Existing SCADA monitoring will be revised to add the new pump and controls. 4) Provide Quality Control /Quality Assurance (QC/QA) interim review and prepare submittal for City's review depicting pre -final development of the contract drawings and specifications. 5) Develop project estimate of probable cost, provide all submittals to the City and meet with staff to review draft submittals and final plans and make City requested amendments. 6) Prepare addenda, attend bid opening, review bids and provide recommendation to City. EXHIBIT "A -1" Page 1 of 2 KkENGINEERING DATAEXCHANGE IVELMAPIWATER1E12004 STAPLES STREET PUMPING PLANT NEW PUMPS4CONSULTANT CONTRACTI3 TASK LIST.DOC 7) Attend pre - construction meeting, review Contract Documents and respond to Contractor's questions. 8) Provide project administration services during construction (periodic visits to the project site) to insure compliance of Contractor with plans and specifications and, upon completion, make final inspections as well as an inspection after one year of completion for project warranty requirement. EXHIBIT "A -1" Page 2 of 2 K:IENGINEERING DATAEXCHANGEIVELMAPIWATERIE12004 STAPLES STREET PUMPING PLANT NEW PUMPSICONSULTANT CONTRACM TASK LIST.DOC EXHIBIT B MANDATORY INSURANCE REQUIRMENTS (Revised September 2001) CONSULTANT LIABILITY INSURANCE A. The Consultant small 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. Contractual Insurance 7. Broad Form Property Damage 8. Independent Consultants 9. Personal Injury 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 Paige 1 of 2 II. 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. 0@110." WON .. .- Goverage, ineluding any dedUGt �he Gity shall be named an add i nsured en any poliGy p rov i d i ng sucah insurance nnvernne 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 ,1 SUPPLIER NUMBER ,1 TO BE ASSIGNED BY PURCHASING DIVISION City of CITY OF CORPUS CHRISTI i DISCLOSURE OF INTEREST 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. SOX: STREET ADDRESS: 2725 Swantner Drive CITY: FIRM IS: 1. Corporation 2. Partnership X 4. Association H 5. Other ❑ Corpus Christi ZIP: 7840 3. Sole Owner ❑ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm.' Name Job Title and City Department (if known) NIA 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 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 in the above named "firm." Name Board, Commission or Committee NIA 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 subiect 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'° Page 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 City official, employee or body that has been requested to act in the matter, unless the interest of 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 Title: Authorized Representative (T�pe or Print) Sygnature':ofCertifyi ngV ;Date: Te ( f w 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. 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 6 C" Pa e2of2 H M s, x o �o Basic Services: Preliminary Phase Design Phase Bid Phase Construction Phase Subtotal Basic Services Additional Services: Permitting Warranty Phase Inspection Platting Survey O & M Manuals SCADA Subtotal Additional Services Summary of Pees Basic Services Fees Additional Services Fees Total of Fees COMPLETE PROJECT NAME Project No. XXXX Invoice No. 12345 Invoice Date: Total Amount Previous Total Contract Amd No. 1 Amd No. 2 Contract Invoiced Invoice Invoice Sample form for: Payment Request Revised 07/27/00 Percent ComAlete $1,000 $0 $0 $1,000 $0 $1,000 $1,000 100% 2,000 1,000 0 3,000 1,000 500 1,500 50% 500 0 250 750 0 0 0 0% 2,500 0 1,000 3,500 0 0 0 0% $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% $2,000 $0 $0 $2,000 $500 $0 $500 25% 0 1,120 0 1,120 0 0 0 0% 0 0 1,627 1,627 0 0 0 0% TBD TBD TBD TBD TBD TBD TBD 0% TBD TBD TBD TBD TBD TBD TBD 0% TBD TBD TBD TBD TBD TBD TBD 0% $2,000 $1,120 $1,627 $4,747 $500 $0 $500 11% $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% 2,000 1,120 1,627 4,747 500 0 500 11 $8,000 $2,120 $2,877 $12,997 $1,250 $1,500 $3,000 23%