Loading...
HomeMy Public PortalAboutORD15449 BILL NO. 2015-58 SPONSORED BY COUNCILMAN Scrivner ORDINANCE NO. AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A $159,586.00 AGREEMENT WITH ENGINEERING SURVEYS AND SERVICES, INC., FOR THE ABB PUMP STATION AND FORCEMAIN REPLACEMENT PROJECT. WHEREAS, Engineering Surveys and Services, Inc., is the best qualified firm to provide professional services related to the design of the ABB Pump Station and Forcemain Replacement project. NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. Engineering Surveys and Services, Inc., is approved as the best qualified firm to provide professional services and its proposal is hereby accepted Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement with Engineering Surveys and Services, Inc. for the design of the ABB Pump Station and Forcemain Replacement project. Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed:D/ta-1t /q ,?-0/.0 Approved: ae.26179.1e4... u, 2oI &Ace: —r- 5,/,„. Qv,' -Tor • Presiding Officer-- / Mayor Carrie Tergin ATTEST: APPROVED AS TO FORM: # 4-t �ity Clerk ✓ City Counselor CONTRACT FOR PROFESSIONAL SERVICES THIS AGREEMENT, made and entered into this �ay of October, 2015, by and between the City of Jefferson, Missouri, a municipal corporation, hereinafter referred to as the "City" with offices at 320 East McCarty Street, Jefferson City, Missouri, 65101, and Engineering Surveys and Services, 802 El Dorado Drive, Jefferson City, Missouri, 65101, hereinafter referred to as the "Consultant". WITNESSETH: THAT, WHEREAS, the City desires to engage the Consultant to render certain technical and professional planning services hereafter described in the attached ABB Pump Station and Forcemain Replacement • Scope of Work. WHEREAS,the Consultant made certain representations and statements to the City with respect to the provision of such services and the City has accepted said proposal to enter into a contract with the Consultant for the performances of services by the Consultant. NOW, THEREFORE,for the considerations herein expressed,it is agreed by and between the City and the Consultant as follows: 1. Scone of Services. The City agrees to engage the services of the Consultant to perform the services hereinafter set forth in connection with the attached Exhibit A, ABB Pump Station and Forcemain Replacement Scope of Work. 2. Additional Services. The City may add to consultant services or delete therefrom activities of a similar nature to those set forth in Exhibit A, provided that the total cost of such work does not exceed the total cost allowance as specified in paragraph 6 hereof. The consultant shall undertake such changed activities only upon the direction of the City. All such directives and changes shall be in written form and approved by the Director of Public Works and shall be accepted and countersigned by the Consultant or its agreed representatives. 3. Existing Data. All information, data and reports as are existing, available and necessary for the carrying out of the work, shall be furnished to the Consultant without charge by the City, and the City shall cooperate with the Consultant in every reasonable way in carrying out the scope of services. The Consultant shall not be liable for the accuracy of the information furnished by the City. 4. Personnel to be Provided. The Consultant represents that Consultant has or will secure at its expense all personnel required to perform the services called for under this contract by the Consultant. Such personnel shall not be employees of or have any contractual relationship with the City except as employees of the Consultant. All of the services required hereunder will be performed by the Consultant or under the Consultant's direct supervision and all personnel engaged in the work shall be fully qualified and shall be authorized under state and local law to perform such services. None of the work or services covered by this contract shall be subcontracted except as provided in the attached Scope of Work without the written approval of the City. 5. Notice to Proceed. The services of the Consultant shall commence as directed in the Notice to Proceed and shall be undertaken and completed in accordance with the schedule contained in the attached Exhibit A, ABB Pump Station and Forcemain Replacement Scope of Work. 6. Compensation. The City agrees to pay the Consultant for the work done pursuant to this contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work by the Director of Public Works and in accordance with the rates and/or amounts stated in the Basic Scope of Project Services, which shall constitute complete compensation for all services to be rendered under this contract. The final payment will be subject to receipt of a requisition for payment and a statement of services rendered certifying that the Consultant fully performed all work to be paid for in such progress payments in conformance with the contract. It is expressly understood that in no event will the total compensation and reimbursement to be paid to the Consultant under the terms of this contract exceed the sum of One Hundred Fifty-Nine Thousand Five Hundred Eighty-Six Dollars ($159,586.00) which includes all services required unless specifically and mutually agreed to in writing by both the City and Consultant. 7. Failure to Perform, Cancellation. If, through any cause, the Consultant shall fail to fulfill in timely and proper manner its obligations under this contract, or if the Consultant shall violate any of the covenants, agreements, or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Consultant of such termination and specifying the effective date thereof,at least five (5)days before the effective day of such termination. The Consultant may without cause terminate this contract upon 30 days prior written notice. In either such event all finished or unfinished documents, data, studies, surveys, drawings, maps, models,photographs, and reports or other materials prepared by the Consultant under this contract shall, at the option of the City, become its property, and the compensation for any satisfactory work completed on such documents and other 2 materials shall be determined. Notwithstanding the above,the Consultant shall not be relieved of liability to the City for damages sustained by the City by virtue of any such breach of contract by the Consultant. 8. Assignment. The Consultant shall not assign any interest in this contract, and shall not transfer any interest in the same (whether by assignment or novation), without prior written consent of the City thereto. Any such assignment is expressly subject to all rights and remedies of the City under this agreement, including the right to change or delete activities from the contract or to terminate the same as provided herein, and no such assignment shall require the City to give any notice to any such assignee of any actions which the City may take under this agreement, though City will attempt to so notify any such assignee. 9. Confidentiality Any reports,data or similar information given to or prepared or assembled by the Consultant under this contract which the City requests to be kept as confidential shall not be made available to any individual or organization by the Consultant without prior written approval of the City. 10. Nondiscrimination. The Consultant agrees in the performance of the contract not to discriminate on the grounds or because of race, creed, color, national origin or ancestry, sex, religion, handicap, age or political affiliation, against any employee of consultant or applicant for employment and shall include a similar provision in all subcontracts let or awarded hereunder. 11. Independent Contractor. The Consultant is an independent contractor and nothing herein shall constitute or designate the Consultant or designate the Consultant or any of its employees as agents or employees of the City. 12. Benefits not Available. The Consultant shall not be entitled to any of the benefits established for the employees of the City not be covered by the Workmen's Compensation Program of the City. 13. Liability. The parties mutually agree to the following: a. In no event shall the City be liable to the Consultant for special, indirect, or consequential damages, except those caused by the City arising out of or in any way connected with this contract. b. The Consultant shall defend, indemnify, and hold the City harmless from and against all claims, losses, and liabilities arising out of personal injuries, including death, and damage to property which are caused by the Consultant arising out of or in any way connected with this contract. 3 14. Documents. That reproducible of tracings and maps prepared or obtained under the terms of this Contract shall be delivered upon request to and become the property of the City upon termination or completion of work. Copies of basic survey notes and sketches, charts, computations and other data prepared or obtained under this Contract shall be made available, upon request, to the City without restrictions or limitations on their use. When such copies are requested, the City agrees to pay the Consultant its costs of copying and delivering same. 15. Nonsolicitation. The Consultant warrants that he had not employed or retained any company or person,other than a bona fide employee working solely for the Consultant, to solicit or secure this Contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, the City shall have the right to annul this Contract without liability, or, in its discretion, to deduct from the Contract price or consideration , or otherwise recover the full amount of such fee,commission,percentage,brokerage fee, gifts, or contingent fee. 16. Books and Records. The Consultant and all his subcontractors shall maintain all books, documents, papers, accounting records and other evidence pertaining to costs incurred in connection with this Contract, and shall make such materials available at their respective offices at all reasonable times during the Contract and for a period of three (3) years following completion of the Contract. 17. Delay That the Consultant shall not be liable for delays resulting from causes beyond the reasonable control of the Consultant;that the Consultant has made no warranties, expressed or implied, which are not expressly set forth in this Contract; and that under no circumstances will the Consultant be liable for indirect or consequential damages. 18. Illegal Immigration. Prior to commencement of the work: a. Contractor shall, by sworn affidavit and provision of documentation, affirm its enrollment and participation in a federal work authorization program with respect to the employees working in connection with the contracted services. b. Contractor shall sign an affidavit affirming that it does not knowingly employ any person who is an unauthorized alien in connection with the contracted services. 4 C. If contractor is a sole proprietorship, partnership, or limited partnership, contractor shall provide proof of citizenship or lawful presence of the owner prior to issuance of the Notice to Proceed. 19. Notices. All notices required or permitted hereinunder and required to be in writing may be given by first class mail addressed to the City of Jefferson, Director of Public Works, 320 East McCarty Street, Jefferson City, Missouri, 65101, and the Consultant, at 802 El Dorado Drive, Jefferson City, Missouri, 65101. The date and delivery of any notice shall be the date falling on the second full day after the day of its mailing. CITY OF JEFFERSON ENGINEERING SURVEYS AND SERVICES *j e4�� Mayor ATTEST: ATTEST: k&wo-�� ity Clerk APPROVED AS TO FORM: City Counselor 5 EXHIBIT A BASIC SCOPE OF PROJECT SERVICES ABB PUMP STATION AND FORCEMAIN REPLACEMENT A. Design: ($137,951 time and material estimate) B. Design Support, Geotechnical and Surveying: ($16,800 time and material estimate) C. Direct Material Costs: ($4,835 time and material estimate) TOTAL CONTRACT COST=$159,586 Time and Material not-to-exceed 1 ABB Pump Station and Forcemain Replacement- Scope of Work City of Jefferson,Missouri—Public Works Department Project Description Engineering Surveys and Services(Engineer)will provide professional engineering and project management services to the City of Jefferson,Missouri(CITY)for the replacement of the pump station and existing downstream forcemain that collectively serve the ABB industrial facility,the airport, customers from unincorporated Callaway County, and customers from the City of Holts Summit as provided in a recent amendment to an inter-municipal agreement with the CITY,effective May 2016 (hereinafter referenced as PROJECT).Funding for this project will be through the CITY's waste water utility fund and an agreement between the CITY and Holts Summit.The planning period for design flow is 20 years. A Facility Plan and/or Preliminary Engineering Report document in conformance with 10 CSR 20-8.110 Engineering Reports,Plans and Specifications for submittal to the Missouri Department of Natural Resources(MDNR)is not included in this scope of services and if it is determined that it will be necessary,this effort will be an additional service. Scope of Work The professional services will consist of engineering and design services including survey,geotechnical investigations,engineering analysis and design,bidding documents,and contract documents,.The documents will be prepared to allow for construction bidding in accordance with the CITY ordinances. Services for bidding,construction and post-construction phases,are also included in this scope of services.The Scope of Work and proposed deliverables are outlined below. 1. Preliminary Engineering 1.1. Review of existing information 1.1.1. CITY-supplied data(see Section 8.1) 1.2. Hydraulic Capacity Analysis—based on input from CITY staff and written agreements,review and submit design flow capacity of pipeline and pump station for 20-year planning horizon for CITY approval. 1.3. Forcemain Alignment Study 1.3.1. Examine existing alignment and potential new alignment along the airport property boundaries 1.3.2. Examine possible forcemain materials 1.4. Pump Station Preliminary Engineering Report 1.4.1. Review existing pump station as-builts and pump run times 1.4.2. Determine pump station type based on the results of the hydraulic capacity analysis (1.2)and input from CITY 1.4.3. Evaluate the pump station site and review constructability while maintaining service during construction 1.4.4. Determine existing pump station demolition plan 1.4.5. Examine electrical service requirements of the new pump station 1 I P a €; e En increrbi Survevs and Seri-ices ABB Pump Station and Forcemain Replacement-Scope of Work City of Jefferson, Missouri—Public Works Department 1.4.6. Develop a preliminary 1/0 list and examine instrumentation and control requirements with existing telemetry system 1.4.7. Review of site flood maps 1.5. Meetings: Preliminary Design Phase 1.5.1. Project Kickoff 1.5.2. Preliminary Engineering Phase Review 1.6. Submittals: Preliminary Engineering Phase 1.6.1.Design Memorandum 1.6.1.1. Preliminary bidding documents 1.6.1.2. Engineer's Opinion of Probable Construction Cost 1.6.1.3. List of control points 1.6.2.List of Permit Applications 1.6.2.1. None included in this Scope of Services 2. Stakeholder Management Outreach meetings with stakeholders affected by the PROJECT will be coordinated by CITY. Engineer will provide displays for the meeting(s)indicating the project limits,proposed location of new pump station and alignment of new forcemain. 3. Design Support Services 3.1. Utility Location 3.1.1. Request utility locate through the Missouri One Call system 3.2. Topographic and Boundary Survey necessary for design of new pump station and of new forcemain 3.2.1. Survey the proposed forcemain alignment at least 50 feet wide with ground elevations collected every 50 feet and breaks in grade 3.2.2. Provide elevations for flood permitting by CITY staff 3.2.3. All utilities marked by the Missouri One Call system will be shown on the survey 3.2.4. Existing and proposed roadway right-of-way 3.2.5. Easement descriptions and display drawings 3.2.5.1. None anticipated,pending alignment modification. 2 I P is i f= Surt ei-• u1r.l Scr�i�t�s ABB Pump Station and Forcemain Replacement- Scope of Work City of Jefferson,Missouri—Public Works Department 3.3. Geotechnical Investigation 3.3.1.1. Soil borings—one boring at Site of new pump station and no less frequent than one boring per 500-feet of new forcemain alignment. 3.3.1.2. Rock cores-None included in this Scope of Services 4. Final Design 4.1. Size new lines,gravity or pressure,to adequately serve the affected customers per the hydraulic capacity analysis 4.2. Pipe material—up to three pipe material alternatives will be reviewed with CITY staff in regards to history of past experience,structural capabilities,corrosion resistance,market availability, etc. 4.3. Forcemain and gravity sewer plan/profile 4.4. Evaluate alignment for manhole/air release locations 4.5. Identify conflicts with existing utilities 4.5.1.Utility Coordination Meeting 4.6. SWPPP and Temporary Traffic Control per the Manua!on Uniform Traffic Control Devices 4.7. Preparation of specifications and job special provisions 4.8. Meetings 4.8.1. 50%review meeting 4.8.2. 90%review meeting 4.8.3. 100%review meeting—it may be decided by agreement of the CITY and Engineer to forego a review meeting at this stage of design if no significant revisions were required following the 90%review meeting. 4.9. Submittals 4.9.1.Bidding Documents 4.9.1.1. Cover Sheet 4.9.1.2. Plan View Sheets 4.9.1.2.1. Aerial showing a large scale(1"=100') 4.9.1.3. General Notes/Legend 4.9.1.4. Civil Site Plan 4.9.1.5. Pump Station Plan and Elevation 4.9.1.6. Demolition Plan 3 I P a r r_ En-incerim .Yurvei-s anal Services ABB Pump Station and Forcemain Replacement- Scope of Work City of Jefferson,Missouri—Public Works Department 4.9.1.7. Wet Well Structural Details 4.9.1.8. Gravity Sewer Modifications 4.9.1.9. Electrical Site Plan and Panel Rack Details 4.9.1.10. Electrical One-Line 4.9.1.11. Electrical I/C Diagram 4.9.1.12. Process Details 4.9.1.13. Forcemain Plan and Profile Sheets 4.9.1.14. Boring plan 4.9.1.15. Forcemain Details Sheets 4.9.1.16. SWPPP Sheets and Temporary Traffic Control Sheets 4.9.2.Bidding Documents 4.9.2.1. Bid Proposal Form 4.9.2.2. Standard Technical Specifications 4.9.2.2.1. Include specification for asbestos removal(if required due to quantity of disturbance,removal and/or disposal) 5. Bid-Phase/Construction-Phase Services - OFFICE 5.1. Pre-bid meeting 5.2. Responses to bidder's inquires 5.3. Preparation of addenda 5.4. Construction-support services—includes review and appropriate action upon contractor submittals,shop drawings,proposed alternative products/materials for the purpose of checking conformance with contract documents. 6. Construction-Phase Services- FIELD 6.1. Construction staking 6.1.1. Provide benchmarks and control points 6.1.2. Construction materials testing—provided by successful contractor 6.2. Construction observations and maintenance of field diary—Provided by the CITY 6.3. Evaluation of pay estimates—Provided by the CITY 6.4. Evaluation of requests for information and change orders—Provided by the CITY 4 1 P a g e Eulgincerinz.Yurre,)'S and Seri-K-eS' ABB Pump Station and Forcemain Replacement-Scope of Work City of Jefferson,Missouri—Public Works Deportment 7. As-Built Plans 7.1. After the project is complete,the City shall return the"final"construction plans to the Engineer and direct the Engineer to prepare the as-built construction plans in AutoCAD(NOTE: confirm version compotibility with Owner) 7.2. Post-Construction Survey—not required 7.3. Elevation certificate for new pump station 8. Owner-Supplied Information 8.1. City of Jefferson 8.1.1.Aerial photo,aerial topography 8.1.2. Parcel shape file 8.1.3. Existing sewer shape file 8.1.4. City standard technical specifications,general conditions/front end contract documents 8.1.5. Sample city sewer contract documents 8.1.6. General MDNR land disturbance permit(if available) 8.1.7. As-built information for existing facilities 8.1.8. System(Basin)maintenance records 8.1.9. Pipe condition or failure reports 8.1.10. Odor complaints 8.1.11. Horizontal control data 8.1.12. Design criteria 8.1.13. Sample construction plans 8.1.14. Standard details 8.1.15. Standard easement form S I P a ; e f.N'��1neerim Uri e-.s llt d St r!'kes