Loading...
HomeMy WebLinkAboutC2016-339 - 7/6/2016 - NA •' CITY OF CORPUS CHRISTI CONTRACT FOR PRELIMINARY DESIGN 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 Covm, Rehmet & Gutierrez Enqineerina, L.P., a Texas limited partnership, 5656 S. Staples, Suite 230, Corpus Christi, Nueces County, Texas 78411, (Consultant), hereby agree as follows: 1. SCOPE OF PROJECT Whitecap Wastewater Treatment Plant Odor Control and Bulkhead Replacement (Proiect No. E10053) - This project is for preliminary engineering services to investigate the odor emission issues, evaluate the odor control alternatives, and evaluate the bulkhead repair/replacement alternatives. 2. SCOPE OF SERVICES The Consultant hereby agrees to perform services to complete the Project, as detailed in Exhibit"A". In addition, Consultant will provide monthly status updates(project progress or delays presented with monthly invoices)and provide contract administration services, as described in Exhibit "A", to complete the Project. Work will not begin on Additional Services until requested by the Consultant (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. 3. ORDER OF SERVICES The Consultant 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 Consultant 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 Consultant 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. Consultant shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. FEE The City will pay the Consultant a fee as described in Exhibit "A" for providing services authorized, a total fee not to exceed $49,486.00,. Monthly invoices will be submitted in accordance with Exhibit "B". 2016-339 7/06/16 Contract for Professional Services,Page 1 of 5 Coym Rehmet& Gutierrez NASTEWATER\E10053 WHITECAP WWTP ODOR CONTROL PROCESS AND BULKHEAD REPLACEMENT\CONTRACT.DOC INDEXED ! f 5. INDEMNITY Consultant shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, agents, employees, or other entity, excluding the engineer or architect or that person's agent, employee or subconsultant, over which the City exercises control ("Indemnitee") from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs,to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by Consultant or its agent, Consultant under contract or another entity over which Consultant exercises control while in the exercise of rights or performance of the duties under this agreement.This indemnification does not apply to any liability resulting from the negligent acts or omissions of the City or its employees, to the extent of such negligence. Consultant shall defend Indemnitee, with counsel satisfactory to the City Attorney, from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, if the claim is not based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee. If a claim is based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee, the Consultant shall reimburse the City's reasonable attorney's fees in proportion to the Consultant's liability. Consultant must advise City in writing within 24 hours of any claim or demand against City or Consultant known to Consultant related to or arising out of Consultant's activities under this Agreement. 6. INSURANCE Consultant agrees to comply with the insurance requirements in Exhibit "C". 7. TERMINATION OF CONTRACT The City may terminate this contract for convenience upon seven days written notice to the Consultant at the address of record. The City may terminate this agreement for cause upon ten days written notice to the Consultant. If Consultant begins, within three days of receipt of such notice, to correct its failure and proceeds to diligently cure such failure within the ten days, the agreement will not terminate. In the event of termination, the Consultant will be compensated for its services on all stages authorized based upon Consultant and City's estimate of the proportion of the total services actually completed at the time of termination. 8. 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. Contract for Professional Services,Page 2 of 5 K:\ENGINEERING DATAEXCHANGE\JENNIFER\WASTEWATER\E10053 WHITECAP WWTP ODOR CONTROL PROCESS AND BULKHEAD REPLACEMENT\CONTRACT.DOC • • 9. ASSIGNABILITY The Consultant 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 Consultant staff. If the Consultant 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 Consultant fee may be assigned in advance of receipt by the Consultant 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. 10.OWNERSHIP OF DOCUMENTS All documents including contract documents (plans and specifications), record drawings, contractor's field data, inspection reports and submittal data will be the sole property of the City, may not be used again by the Consultant without the express written consent of the Director of Engineering Services. However, the Consultant 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. 11.STANDARD OF CARE Services provided by Consultant under this Agreement shall be performed with the professional skill and care ordinarily provided by competent engineers or architects practicing in the same or similar locality and under the same or similar circumstances and professional license; and performed as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer or architect. 12.DISCLOSURE OF INTEREST Consultant agrees to comply with City of Corpus Christi Ordinance No. 17112 and complete the Disclosure of Interests form as part of this contract. 13.CERTIFICATE OF INTERESTED PARTIES For contracts that exceed $50,000, Consultant agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this agreement. Form 1295 requires disclosure of"interested parties" with respect to entities that enter contracts with cities. These interested parties include: (1) persons with a "controlling interest" in the entity, which includes: a. an ownership interest or participating interest in a business entity by virtue of units, percentage, shares, stock or otherwise that exceeds 10 percent; Contract for Professional Services,Page 3 of 5 K\ENGINEERING DATAEXCHANGE\JENNIFER\WASTEWATER\E10053 WHITECAP WWTP ODOR CONTROL PROCESS AND BULKHEAD REPLACEMENT\CONTRACT.DOC b. membership on the board of directors or other governing body of a business entity of which the board or other governing body is composed of not more than 10 members; or c. service as an officer of a business entity that has four or fewer officers, or service as one of the four officers most highly compensated by a business entity that has more than four officers. (2) a person who actively participates in facilitating a contract or negotiating the terms of a contract with a governmental entity or state agency, including a broker, intermediary, adviser or attorney for the business entity. Form 1295 must be electronically filed with the Texas Ethics Commission at https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm. The form must then be printed, signed, notarized and filed with the City. For more information, please review the Texas Ethics Commission Rules at https://www.ethics.state.tx.us/legal/ch46.html. 14.CONFLICT OF INTEREST Consultant agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City Secretary's Office, if required. For more information and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. 15.ENTIRE AGREEMENT AND CONTROLLING LAW This Agreement represents the entire and integrated Agreement between City and Consultant and supersedes all prior negotiations, representations or agreements, either oral or written. This Agreement may be amended only by written instrument signed by both the City and Consultant. This Agreement is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 16.CONFLICT RESOLUTION BETWEEN DOCUMENTS Consultant hereby agrees and acknowledges if anything contained in the Consultant- prepared Exhibit"A", Consultant's Scope of Services, or contained in any other document prepared by Consultant and included herein, is in conflict with this Agreement, this Agreement shall take precedence and control to resolve said conflict. CITY OF CORPUS CHRISTI COYM, REHMET & GUTIERREZ ENGIN EKING, L.P. L'. '1', 4e s/i,oo P.E.Margie C.ihmoti se Date e Y Date City Manager Principal M 406 a4 5656 S. Staples, Suite 230 OcA Corpus Christi, Texas 78411 (361) 991-8550 OfficeM�Van Vleck Date (361) 993-7569 Fax Assistant City Manager Contract for Professional Services,Page 4 of 5 K.\ENGINEERING DATA EXCHANGEUENNIFER\WASTEWATER1E10053 WHITECAP WWTP ODOR CONTROL PROCESS AND BULKHEAD REPLACEMENTICONTRACT.DOC , - _ is - '- ) cr.06 (c Va Tie H. Gra c,/ ' `C0 Date Executive Director if P blic Works APPROVED AS TO LEGAL FORM 2016.06.16 08:34:42 -05'00' Legal Department Date Project Name Whitecap Wastewater Treatment Plant Odor Control & Bulkhead Replacement Project Number E10053 Accounting Unit 4247-064 Account 550950 Activity E10053014247EXP Account Category 50950 Fund Name Wastewater 2012RVBD This is the original contract for$49,486 Contract for Professional Services.Page 5 of 5 K\ENGINEERING DATAEXCHANGEUENNIFER\WASTEWATER1E10053 WHITECAP WWTP ODOR CONTROL PROCESS AND BULKHEAD REPLACEMENT\CONTRACT.DOC . Coym,Rehmet Gutierrez M I E=° CORPUS CHRISTI, X Engin' •�,L.P. Sasso FAL8e1e911• 7 Ll6 1220 N.110(411 BLVD,SUITS 4 ENGINEERS•PLANNERS•SURVEYORS AUCE,TX 7$332 TBPE Firm Reg.No.F-388 34114124111121F21124141$40560 TBPLS Firm Reg.No.10104001 April 14,2016 Jeff H. Edmonds, P.E. VIA EMAIL Director of Capital Projects City of Corpus Christi P.O. Box 9277 Corpus Christi,Texas 78469-9277 RE: Whitecap Wastewater Treatment Plant Emissions/Odor Control and Bulkhead Rehabilitation Project—Small A/E Fee Proposal,City Project No. E10053.CRG Project No. 20734c Dear Mr. Edmonds, Please accept this letter as our Small A/E fee proposal to perform the professional services desired in developing a Preliminary Engineering Letter Report for the Whitecap Wastewater Treatment Plant Emissions/Odor Control and Bulkhead Rehabilitation Project, City Project No. E10053. Description and Task List Coym,Rehmet and Gutierrez Engineering,L.P.(CRG)proposes to perform the following Preliminary Phase Tasks: 1. General Administration and Review Background Information. 2. Install Odor Control Monitors and Sample Odor Compounds. 3. Evaluate Test Data. 4. Evaluate Odor Control Alternatives. 5. Evaluate Bulkhead Repair/Replacement Alternatives. 6. Progress Meeting. 7. Prepare Preliminary Engineering Letter Report(PELR). A more detailed explanation of various tasks along with a manhour analysis can be viewed in Exhibits A& B, respectively. Schedule: Final Engineering Letter Report to be completed 3 months after Notice to Proceed. EXHIBIT "A" • Page 1 of 6 • • Jeff H.Edmonds,P.E. April 14,2016 Fees: A. Fees for A/E services will include all necessary time and materials required to perform the above mentioned tasks as described. B. Summary of Fees Total Fee $49,486.00 Sincerely, COYM, REHMET&GUTIERREZ ENGINEERING, L.P. l frig)" Jeff Jeff Coym, P.E. Principal Attachments: Exhibit"A" Detailed Task List Exhibit"B" Manhour Fee Analysis Disclosure of Interest EXHIBIT "A" Page 2 of 6 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS Whitecap Wastewater Treatment Plant Emissions/Odor Control Project City Project No. E10053 TASK LIST PRELIMINARY PHASE 1. General Administration and Review Background Information 1.1 Kickoff Meeting and Site Visits 1.2 Identify Additional Data Based upon the information and drawings received in the Whitecap Wastewater Treatment Plant (WCWWTP), Engineer may identify additional documents, reports, studies, designs, drawings, calculations and data that will be critical to the success of the project and request from the City. 2. Install Odor Monitors and Sample Odor Compounds 2.1 Install Continuous Odor Monitors Engineer will install three (3) OdalogTM continuous recording monitors to determine hydrogen sulfide gas concentrations: 1. before the screens, 2.. in the wet well, and; 3. in the splitter box. After one week the monitors will be retrieved for downloading and analysis. This will determine odor airstream hydrogen sulfide gas concentrations. 2.2 Perform Grab Sampling (VOC's and Reduced Sulfur Compounds) Engineer will perform grab sampling for selected volatile organic odor compounds (VOC's) and reduced sulfur odor compounds (RSC's) at selected sites. Up to 10 different grab samples and analysis will be performed to determine odor airstream characterization. 2.3 Sample Dissolved Sulfide Engineer will sample and measure dissolved sulfide ion concentration (up to 10 samples) wastewater at the influent lift station and other selected locations throughout the plant. • EXHIBIT "A" Page 3 of 6 2.4 RAS Return Pump Test The City will provide a 2" or larger pump and sufficient flex piping (or other temporary piping system) to return settled RAS directly back to in front of the screens for one 8-hour period during the week that monitors are installed. Engineer will identify the locations for RAS pickup and discharge. 3. Evaluate Test Data Engineer will download continuous monitoring data and chart for analysis. Minimum average and maximum hydrogen sulfide gas concentrations will be identified for the locations tested. 3.1 Calculate Required Airflow Engineer will calculate enclosed area air volumes and determine minimum required air extraction rates to maintain a negative pressure. Air controls such as flaps, curtains or other covering strategies will be determined on an as-needed basis. Air exchange rates will be compared against NFPA 820 guidelines and adjustments noted for final design. With the combination of odor concentration and airflow rates, Engineer will calculate the hydrogen sulfide and VOC concentrations in airstreams to be treated. 4. Evaluate Odor Control Alternatives 4.1 Chemical Addition Engineer will evaluate possible chemical addition for control of some of the odors at the WCWWTP including the calculation of stoichiometric chemical usage rates and costs of five (5) of the most commonly used odor control chemicals for domestic wastewater. The calculations will be based upon dissolved sulfide sampling data at the influent lift station. 4.2 Ventilation Controls Engineer will evaluate ventilation controls and odorous air treatment for odors including the existing odor control system and any additional odor control systems as may be necessary. Engineer will calculate airflow and odor concentrations for ventilation controls and identify feasible technologies capable of effectively treating the odor compounds present. Engineer will select up to three commonly used, effective odor treatment technologies based upon the anticipated 20-year life-cycle cost and perform a more detailed level 4 cost estimate. EXHIBIT "A" Page 4 of 6 ' t , 4.3 Process Modifications Engineer will identify possible process modifications which may reduce or eliminate odor sources and evaluate each modification for effectiveness. Where appropriate, Engineer will calculate budget level cost estimates to implement process modifications. 5. Evaluate Bulkhead Repair/Replacement Alternatives 5.1 Engineer will explore various method of rehabilitating the damaged bulkhead cap and sheet pile surrounding the WCWWTP. These findings and alternatives will be discussed in the Preliminary Engineering Report along with recommendations which suit the City's budget. 6. Progress Meeting 6.1 Present Findings Engineer will present the findings of Tasks 1 through 5 to City staff at a workshop. The results of the sampling, analysis, inspection and evaluation of odor control technologies will be presented. 6.2 Discuss Odor Control Strategies The presentation discussion is intended to inform and elicit comments from City staff as to the applicability and acceptance of the proposed control strategy. Utilities, power, labor, chemicals and operating costs of the various technologies will be discussed for applicability to the WCWWTP. 6.3 Confirm Design Assumptions The goal of the workshop will be to confirm the design assumptions and approve odor control technologies to assure that operations staff are comfortable with any new technology. 7. Prepare Preliminary Engineering Letter Report (PELR) 7.1 Prepare Sketches and Graphics Engineer will prepare graphs of the monitoring charts, conceptual sketches of site layout, utilities connections and duct runs of any improvements for inclusion in the report. EXHIBIT "A" Page 5 of 6 7.2 Prepare Draft PELR Engineer will prepare a draft Preliminary Engineering Letter Report which includes discussions of the methods and materials used in the analysis and evaluation if odor controls for the WCWWTP. The report will also include a discussion of the data manipulation and analysis of alternative odor controls applicable to the WCWWTP. Finally, the report will present level 4 cost estimates for the most feasible odor controls at the plant given the current conditions. Engineer will deliver an electronic of a draft PER for review. 7.3 Revise Draft PELR Engineer will receive one round of comments on the draft PELR and incorporate and address these comments in the final PELR. 7.4 Issue Final PELR Engineer will issue 10 hardcopies and an electronic form of the final PELR within two weeks of receiving comments on the draft. EXHIBIT "A" Page 6 of 6 • • EXHIBIT "B" SAMPLE PAYMENT REQUEST FORM Sample form for COMPLETE PROJECT NAME Payment Request Revised 07/27/00 Project No.XXXX Invoice No.12345 Invoice Date: Total Amount Previous Total Percent Basic Services: Contract Amd No.1 Amd No.2 Contract Invoiced Invoice Invoice Complete Preliminary Phase $1,000 $0 SO $1,000 $0 $1,000 $1,000 100% Design Phase 2,000 1,000 0 3,000 1,000 500 1500 50% Bid Phase 500 0 250 750 0 0 0 0% Construction Phase 2,500 0 1,000 3,600 0 0 0 0% Subtotal Basic Services $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% Additional Services: Permitting $2,000 $0 $0 $2,000 $500 $0 $500 25% Warranty Phase 0 1,120 0 1,120 0 0 0 0% Inspection 0 0 1,627 1,627 0 0 0 0% Platting Survey TBD TBD TBD TBD TBD TBD TBD 0% 0&M Manuals TBD TBD TBD TBD TBD TBD TBD 0% SCADA TBD TBD TBD TBD TBD TBD TBD 0% Subtotal Additional Services $2,000 $1,120 $1527 $4,747 $500 $0 $500 11% Summary of Fees Basic Services Fees $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% Additional Services Fees 2,000 1,120 1,627 4,747 500 0 500 11% Total of Fees $8,000 $2,120 $2,877 $12,997 $1,250 $1,500 $3,000 23% Contract for Professional Services Exhibit B EXHIBIT "C" Insurance Requirements Pre-Design, Design and General Consulting Contracts 1.1 Consultant must not commence work under this agreement until all required insurance has been obtained and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 1.2 Consultant must furnish to the Director of Engineering Services with the signed agreement a copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. A waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, Bodily Injury and Property Damage required on all certificates or by Per occurrence - aggregate applicable policy endorsements PROFESSIONAL LIABILITY $1,000,000 Per Claim (Errors and Omissions) (Defense costs shall be outside policy limits) If claims made policy, retro date must be prior to inception of agreement, have extended reporting period provisions and identify any limitations regarding who is insured. 1.3 In the event of accidents of any kind related to this agreement, Consultant must furnish the City with copies of all reports of any accidents within 10 days of the accident. 1.4 Consultant shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Consultant's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. Consultant is required to provide City with renewal Certificates. •1.5 Consultant shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Consultant shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 1.6 Consultant agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: 1.6.1 Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation, non-renewal or material change in coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. 1.7 Within five (5) calendar days of a suspension, cancellation or non-renewal of coverage, Consultant shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Consultant's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 1.8 In addition to any other remedies the City may have upon Consultant's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Consultant to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. 1.9 Nothing herein contained shall be construed as limiting in any way the extent to which Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractor's performance of the work covered under this agreement. 1.10 It is agreed that Consultant's insurance shall be deemed primary and non- contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. 1.11 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement.