HomeMy WebLinkAboutRes.2829.07-21-2014BILL NO. 14-111 RESOLUTION NO.
A RESOLUTION AUTHORIZING THE CITY MANAGER TO
EXECUTE AN AGREEMENT WITH MARKEY AND ASSOCIATES,
INC., FOR PROFESSIONAL DESIGN SERVICES FOR CAPE
SPLASH WATER PARK, IN THE CITY OF CAPE GIRARDEAU,
MISSOURI
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CAPE
GIRARDEAU, MISSOURI, AS FOLLOWS:
ARTICLE 1. The City Manager, for and on behalf of the City
of Cape Girardeau, Missouri, is hereby authorized to execute an
Agreement with Markey and Associates, Inc., for professional
design services for Cape Splash Water Park, in the City of Cape
Girardeau, Missouri. The Agreement shall be in substantially
the form attached hereto as Exhibit A, which document is hereby
approved by the City Council, with such changes therein as shall
be approved by the officers of the City executing the same.
PASSED AND ADOPTED THIS 3 �DAY OF �k�V-, 2014.
ry E.'Rediger, Mayor
ATTEST:
Gaytfi L. Conrad
City Clerk
CITY Of CAPE GIRARDEAU
PARKS & RECREATION DEPARTMENT
CONTRACT
For
Professional Design Services for Capital Improvements to the Cape Splash Aquatic Facility
CONSULTANT NAME: Markev and Associates. Inc.
THIS CONTRACT is between City of Cape Girardeau, Missouri, hereinafter referred to as the "City",
and Markey and Associates, Inc., hereinafter referred to as the "Consultant"_
INASMUCH as funds have been made available by the City, the City intends to complete the
referenced project and requires professional engineering services. The Consultant will provide the
City with any and all professional services hereinafter detailed for the planning, design and
construction phase services for the desired improvements, and the City will pay the Consultant as
provided in this contract. Itis mutually agreed as follows:
ARTICLE I - SCOPE OF SERVICES
A. DESIGN PHASE - The Consultant will:
I. determine the needs of the City for the project (This has been completed as separately
authorized and paid).
2. conduct topographic, property and utility surveys sufficient to develop plans for the
project (This has been completed as separately authorized and paid).
3. arrange for subsurface investigations if needed (Assumption is that previously
completed Geotechnical studies will most likely suffice);
4. review previously completed alternative designs and cost estimates, develop preliminary
plans, and recommend to the City the best overall general design;
5. submit appropriate copies of preliminary conceptual plans, estimates and/or studies for
review by the City;
6. prepare detailed construction plans, cost estimates, specifications and related documents
Lis necessary for the purpose of soliciting bids for constructing the project.
7. ensure compliance with water quality requirements by coordinating with the Missouri
Department of Natural Resources and the U.S. Army Corps of Engineers and also
ensure compliance with the requirements of the Federal Emergency Management
Agency (FEMA);
- I - R""iti�a 4 -2s -t4
S. ensure compliance with historic preservation requirements through coordination with
the Missouri Department of Natural Resources, and if deemed necessary, arrange to
have the site examined by a qualified archaeologist on a subcontract basis;
9. ensure compliance with all regulations in regards to noise abatement and air quality, if
necessary; and
10. after making final corrections resulting from reviews by agencies involved, provide the
City with the appropriate sets of completed plans, specifications, studies and/or cost
estimates for the purpose of obtaining construction authorization from the City.
B. BIDDING PHASE - The Consultant will if requested by the City:
assist the City in preparing, advertising and evaluating bid documents.
2. Bids Exceedin>s Cost Estimate: If all bids exceed Consultant's Estimate, the Consultant
shall, at the request of City and for no additional cost, prepare a report for City
identifying why all the bids exceed the estimate. The City has four (4) options if all bids
exceed Consultant's Estimate. The City may: (1) give written approval of an increase in
the Project cost; (2) authorize rebidding of the Project, (3) terminate the Project and this
Agreement, or (4) cooperate in revising the Project scope, plans, or specifications, or all
as necessary to reduce the construction cost. in the case of (4), Consultant, without
additional charge to City, shall consult with City and shall revise and modify the scope,
plans, or specifications as necessary to achieve compliance with the "Consultant's
Estimate".
C. CONSTRUCTION PHASE — The Consultant will serve as the City's representative for
administering the terms of the construction contract between City and their Contractor.
Consultant will endeavor to protect the City against defects and deficiencies in workmanship
and materials in work by the Contractor. However, the furnishing of such project
representation will not make Consultant responsible for the construction methods and
procedures used by the Contractor or for the Contractor's failure to perform work in
accordance with the contract documents. Consultant's services will include more specifically
as follows if needed:
assist the City with a preconstruction conference to discuss project details with the
Contractor;
2. make periodic site visits to observe the Contractor's progress and quality of work, and
to determine if the work conforms to the contract documents. The Consultant will
accompany City representatives on visits of the project site as requested;
3. check shop drawings and review schedules and drawings submitted by the Contractor;
4. reject work not conforming to the project documents;
— 2 - Revised 428-14
5. prepare change orders for issuance by the City as necessary and assure that proper
approvals are made prior to work being performed;
6. review wage rates, postings, equal employment opportunity and other related items
called for in the contract documents;
7. inspect materials, review material certifications furnished by Contractor, sample
concrete and other materials as required, and arrange for laboratory testing of samples
by others on a subcontract basis. Independent assurance samples and tests will be
performed by City personnel and such sampling and testing is excluded from the work
to be performed by the Consultant under this contract; Testing and sampling shall be
specified to be performed by the Contractor.
S. maintain progress diary and other project records, measure and document quantities (ff
there are any unit -priced -items in the Construction Contract), and review monthly
estimates for payments due the Contractor;
9. be present, if specifically requested by the City, during critical construction
operations, including but not limited to the following:
a. structure layout;
b. excavation and hackfillina;
C. driving of piles.
d. checking of reinforcing steel prior to concrete placement;
e. concrete batching and pouring;
f. placement oP girders; and
g. placement of surfacing materials; and
10. participate in final inspection, provide the City with project documentation (diaries,
test results, certifications, etc.), and provide as -built plans for the City's records.
ARTICLE II -ADDITIONAL SERVICES
The City reserves the right to request additional work; changed or unforeseen conditions may require
changes and work beyond the scope of this contract. In this event, a supplement to this agreement
shall be executed and submitted for the approval of City prior to performing the additional or
changed work or incurring any additional cost thereof. Any change in compensation will be covered
in the supplement.
ARTICLE III - RESPONSIBILITIES OF CITY
The City will cooperate fully with the Consultant in the development of the project, including the
following:
A. make available all information pertaining to the project which may be in the possession of the
City;
B. provide the Consultant with the City's requirements for the project, such as budget revisions
and review comments;
3- Revised a -M -in
C. make provisions for the Consultanl to enter upon property al the project site for the
performance of his duties;
D. examine all studies and layouts developed by the Consultant and render decisions thereon in a
prompt manner so as not to delay the Consultant;
E. designate a City's employee to act as City's representative under this contract, such person
shall have authority to transmit instructions, interpret the City's policies and render decisions
with respect to matters covered by this agreement;
F. perform appraisals and appraisal review, negotiate with property owners and otherwise
provide all services in connection with acquiring all right-of-way and easements needed to
construct this project.
ARTICLE IV - PERIOD OF SERVICE
'file Consultant will commence work within two weeks after receiving signed notice to proceed from
the City. The phases of work shall be completed in accordance with Attachment E.
The times are exclusive of review time by other agencies and exclusive of time needed to acquire
right-of-way. The City will grant time extensions for unavoidable delays beyond the control of the
Consultant. Requests for extensions of time should be requested in writing by the Consultant, stating
fully the reasons for the request.
ARTICLE V - STANDARDS
The Consultant shall be responsible for working with the City in determining the appropriate design
parameters and construction specifications for the project using good Engineering judgment based on
the specific site conditions and City needs.
ARTICLE VI - COMPENSATION
For services provided under this contract, the City will compensate the Consultant as indicated in
Attachment E, based on agreed Lump Sum fee.
If Additional Services are requested by the City, The Consultant will provide a proposed lump sum
fee or use agreed Charge Out Rates as follows:
Charge Out rates shall include all direct payroll, general and administrative overhead,
specialized equipment costs, payroll taxes, holiday and vacation pay, sick leave pay,
insurance benefits, retirement and incentive pay.
2. additional work incurred by others on a subcontract basis, said costs are to be passed through
the Consultant on the basis of reasonable and actual cost as invoiced by the subcontractors,
Only if required and approved by the City.
- 4 - Revised 4-23-14
METHOD Oli' PAYMENT — Partial payments will be made to the Consultant for work satis-
factorily completed upon receipt of itemised invoices by the City.
Invoices will be submitted monthly. Invoices submitted on or before the 20th
day of any month shall become due and payable on the IOth day of the
following month.
2. City's Riaht to Withhold Payment. In the event City becomes informed that
any representations of Consultant provided in its monthly billing, are wholly or
partially inaccurate, City may withhold payment of sums then or in the future
otherwise due to Consultant until the inaccuracy and the cause thereof, is
corrected to City's reasonable satisfaction. Consultant shall correct or revise
any errors or deficiencies in its designs, drawings or specifications without
additional compensation when due solely to Consultant's negligent acts, en -ors,
Or Omissions.
PROPERTY ACCOUNTABILITY - If it becomes necessary to acquire any specialized equipment
for the performance of this contract, appropriate credit will be given for any residual value of
said equipment after completion of usage of the equipment.
ARTICLE VII - COVENANT AGAINST CONTINGENT FEES
The Consultant warrants that he has not employed or retained any company or person, other than a
bona fide employee working for the Consultant, to solicit or secure this agreement, and that he has
not paid or agreed to pay any company or person, other than a bona fide employee, 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 agreement without liability, or in its discretion to deduct fi-om the contract
price or consideration, or otherwise recover, the full amount of such fee, commission, percentage,
brokerage fee, gift, or contingent fee, plus reasonable attorney's fees.
ARTICLE VHI - SUBLETTING, ASSIGNMENT OR TRANSFER
No portion of the work covered by this contract, the contract itself, or any Task Order, except as
provided herein, shall be assigned, sublet or transferred without the written consent of the City. The
subletting of the work shall not relieve the Consultant of his primary responsibility for the quality and
performance of the work. The Consultant may engage subcontractors for the purposes of: foundation
borings and tests, abstracts of title, archaeological studies and environmental studies, if required and
approved by the City.
ARTICLE IX - PROFESSIONAL ENDORSEMENT
All plans, specifications and other documents shall be endorsed by the Consultant and shall reflect
the name and seal of the Professional Engineer endorsing the work. By signing and scaling the
PS&E submittals the Engineer of Record will be representing to the City that the design is meeting
the intent of the program. Any review or approval by City of any documents prepared by the
Consultant and/or its consultants including but not limited to the plans and specifications, shall be
- S - Revised 4-28-14
solely for the propose of dctcrIII ill ing whether such documents are consistent with City's construction
program and intent and shall not be construed as approval of same by City. No review of such
documents shall relieve Consultant of its responsibility for the accuracy, adequacy, fitness, suitability
and coordination of its work product.
Consultant shall assign only qualified personnel to perform any service concerning the Project. At
the time of execution of the Task Order, the parties will agree on the Project Manager for the Task.
This person shall be the primary contact with the City's Project Manager and shall have authority to
bind Consultant.
ARTICLE X - RETENTION OF RECORDS
The Consultant shall maintain all records, survey notes, design documents, cost and accounting
records, construction records and other records pertaining to this contract and to the pro,jecl covered
by this contract, for a period of not less than three years following final payment by City. Said
records shall be made available for inspection by authorized representatives of the City during regular
working hours at the Consultant's place of business.
ARTICLE XI - OWNERSHIP OP' DOCUMENTS
Plans, tracings, maps and specifications prepared under this contract shall be delivered to and become
the property of the City upon termination or completion of work. Basic survey notes, design
computations and other data prepared under this contract shall be made available to the City upon
request. All such information produced under this contract shall be available for use by the City
without restriction or limitation on its use. If the City incorporates any portion of the work into a
project other than that for which it was performed, the City shall save the Consultant harmless from
any claims and liabilities resulting from such use.
ARTICLE XII - TERMINATION
The City may terminate the contract at any time by giving written notice. If the contract is terminated
because the project is abandoned or postponed by the City, the Consultant will be paid for actual time
and covered expenses incurred up to the date of termination, plus a pro -rated portion of any fixed fee.
If the contract is terminated due to the Consultant's services being unsatisfactory in the judgment of
the City, or if the Consultant fails to prosecute the work with due diligence, the City may procure
completion of the work in such manner as it deems to be in the best interest of the City. A Notice of
Termination will be sent to the Consultant and the Consultant shall have a period of ten (10) days to
remedy the cause for termination. The Consultant will be responsible for any excess cost in addition
to that provided for in this contract or any damages the City may sustain by reason of the termination
of this contract due to unsatisfactory performances or prosecution. When Consultant services have
been so terminated, such termination shall not affect any rights or remedies of the City against
Consultant then existing or which may later accrue. Similarly, any retention or payment of monies
due the Consultant shall not release the Consultant from liability.
ARTICLE XIII - DECISIONS UNDER THIS CONTRACT
- 6 - Revised 4-28-14
The City will determine the acceptability of work performed under this contract, and will decide all
questions which may arise concerning the project. The City's decision shall be final and conclusive.
ARTICLE XIV - SUCCESSORS AND ASSIGNS
Subject to the restrictions on assignments in Article VIII above, the City and the Consultant agree
that this contract and all contracts entered into under the provisions of this contract shall be binding
upon the pat Lies hereto and their successors and assigns.
ARTICLE XV - COMPLIANCE WITH LAWS
The Consultant shall comply with all federal, state, and local laws, ordinances, and regulations
applicable to the work, including Title VI of the Civil Rights Act of 1964 and non-discrimination
clauses incorporated herein, and shall procure all licenses and permits necessary for the fulfillment of
obligations under this contract. Consultant shall further comply with the following state law
requirements (to the extent applicable in light of the Consultant's place of business not being located in
Missouri):
Work Authorization Program. If the Contract is for services expected to cost more than $5,000.00,
the Consultant shall comply with Section 285.530 RSMo., pertaining to enrollment and participation
in a federal work authorization program (as defined therein) and shall provide verification through an
affidavit (attached as Attachment C) that the Consultant (1) does not knowingly employ any person
who is an unauthorized alien in connection with the Contract and (2) is enrolled in a federal work
authorization program and provide documentary proof thereof. The affidavit shall contain the
notarized signature of the registered agent, legal representative or corporate officer of the Consultant
including but not limited to the human resources director or their equivalent.
Proof of Lawfid Presence. Section 208.009 RSMo., requires that all applicants at the time of
application for any contract provided by a local government provide "affirmative proof that the
applicant is a citizen or a permanent resident of the United States or is lawfully present in the United
States." Consultant's affirmative proof must be established through (i) a Missouri driver's license,
(ii) any "documentary evidence recognized by the department of revenue when processing an
application for a driver's license," or (iii) "any document issued by the federal government that
confirms an alien's lawful presence in the United States." §208.009.3
ARTICLE XVI - RESPONSIBILITY FOR CLAIMS AND LIABILITY
The Consultant agrees to save harmless the City from all claims and liability due to his negligent acts
or the negligent acts of his employees, agents or subcontractors. The City shall he entitled to recover
its actual attorneys' fees from Consultant for the City's enforcement of this Agreement.
ARTICLE XVII — INSURANCE
The Consultant shall maintain commercial general liability, automobile liability, and worker's
compensation and employer's liability insurance in full force and effect to protect the Consultant
from claims under Worker's Compensation Acts, claims for damages for personal injury or death,
and for damages to property arising from the negligent acts, errors, or omissions of the Consultant
- Revieed4-28-14
and its employees, agents and SubeonSnitamS in the pciformance of the services covered by this
Agreement, including, without limitation, risks insured against in commercial general liability
policies.
The Consultant shall also maintain professional liability insurance to protect the Consultant against
the negligent acts, errors, or omissions, of the Consultant and those for whom it is legally responsible,
arising out of the performance of professional services under this Agreement.
The Consultant's insurance coverages and limits shall be as indicated in Attachment D -I and D-2. If
additional coverages and limits are required and if they are available, the Consultant's compensation
will be increased to cover those costs for the duration of the project. Worker's Compensation shall be
according to state minimum requirements in the location of the consultant.
The Consultant's general business liability policy shall name the City as an additional insured.
Certificates evidencing such insurance shall be furnished the City prior to Consultant commencing
the work on this project.
The Consultant shall, upon request at any time, provide the City with certificates of insurance
evidencing the Consultant's commercial general or professional liability policies and evidencing that
they and all other required insurance is in effect, as to the services under this Contract -
Any insurance policy required as specified in this Article shall be written by a company that is
incorporated in the United States of America or is based in the United States of America.
ARTICLE XVIII — FINDINGS CONFIDENTIAL
To the fullest extent permitted by law, all reports, information, data, etc. prepared or assembled by
the Consultant under this contract are confidential, and the Consultant agrees they shall not be made
available to any individual or organization without the prior written approval of the City.
ARTICLE XIX - NONDISCRIMINATION
The Consultant, with regard to the work performed by it after award and prior to completion of the
contract work, will not discriminate on the ground of race, color or national origin in the selection
and retention of subcontractors. The Consultant will comply with Title VI of the Civil Rights Act of
1964, as amended. More specifically, the Consultant will comply with the regulations of the
Department of Transportation relative to nondiscrimination in federally assisted programs of the
Department of Transportation, as contained in 49 CFR 21 through Appendix I -I and 23 CFR 710.405
which are herein incorporated by reference, and made a pail of this contract. In all solicitations either
by competitive bidding or negotiation made by the Consultant for work to be performed under a
subcontract, including procurements of materials or equipment, each potential subcontractor or
supplier shall be notified by the Consultant's obligations under this contract and the regulations
relative to non-discrimination on the ground of color, race or national origin.
ARTICLE XIX — PERIOD OF SERVICE
This contract shall remain in effect for two years unless extended by mutual agreement.
- 8 - Rcvisai 4-28-14
ARTICLE XX - ATTACHMENTS
The following exhibits are attached hereto and are hereby made part of this contract:
Attachment A — Charge out rates for 2014 and 2015
Attachment B — Certification Regarding Debarment, Suspension, and Other
Responsibility Matters - Primary Covered Transactions
Attachment C — Affidavit of Participation in Federal Work Authorization Program
Attachment D-1 and D-2 - Consultant's Certificates of Insurance
Attachment E - Project Scope and Lump Sum Fee
Attachment F - Masterplan of Proposed Improvements
Executed by the Consultant this F�� y of , 20)/
Executed by the City this day of TuiLL , 201J
FOR: CITY OF
ATTEST:
City Manager, Scott
Clerk
MARKEY A CIATES, Inc.
BY:
David N. Markey, Yom, President
.9- Revised 4-28-14
Principal
$ 130
Senior Professional
$ 100
Professional
$ 90
Designer
$ 70
Technician
$ 60
Clerical
$ 40
ATTACIMIENT A
Break Out Rates
For Year 2014 & 2015
- 10 - Revieul4-23-14
ATTACHMENT B
CERTIFICATION REGARDING DEBARMENT,
SUSPENSION, AND OTHER RESPONSIBILITY MATTERS -
PRIMARY COVERED TRANSACTIONS
INSTRUCTIONS FOR CERTIFICATION
By signing and submitting this proposal, the prospective primary participant is providing the
certification set out below.
2. The inability of a person to provide the certification required below will not necessarily result
in denial of participation in this covered transaction. The prospective participant shall submit
an explanation of why it cannot provide the certification set out below. The certification or
explanation will be considered in connection with the department or agency's determination
whether to enter into this transaction. However, failure of the prospective primary participant
to furnish a certification or an explanation shall disqualify such person from participation in
this transaction.
3. The certification in this clause is a material representation of fact upon which reliance was
placed when the department or agency determined to enter into this transaction. If it is later
determined that the prospective primary participant knowingly rendered an erroneous
certification in addition to other remedies available to the Federal Government, the
department or agency may terminate this transaction for cause of default.
4. The prospective primary participant shall provide immediate written notice to the department
or agency to whom this proposal is submitted if at any time the prospective primary
participant learns that its certification was erroneous when submitted or has become erroneous
by reason of changed circumstances.
5. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered
transaction," "participant," "person," "primary covered transaction," "principal," "proposal,"
and 'voluntarily excluded," "proposal" and "voluntarily excluded," as used in this clause,
have the meanings set out in the Definitions and Coverage sections of the rules implementing
Executive Order 12549. You may contact the department or agency to which this proposal is
being submitted for assistance in obtaining a copy of those regulations.
6. The prospective primary participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended, declared ineligible, or
voluntarily excluded from participation in this covered transaction, unless authorized by the
department or agency entering into this transaction.
7. The prospective primary participant further agrees by submitting this proposal that it will
include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion --Lower Tier Covered Transaction" provided by the department or
- I I - Revised 4-25-14
agency entering into this covered transaction, without modification, in all lower tier covered
transactions and in all solicitations for lower tier covered transactions.
8. A participant in a covered transaction may rely upon a certification of a prospective
participant in a lower tier covered transaction that it is not deban-ed, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it knows that the certification is
erroneous. A participant may decide the method and frequency by which it determines the
eligibility of its principals. Each participant may, but is not required to check the
Nonprocurement List at the Excluded Parties List System.
https://www.epl s. gov/epl s/search. do?page=A &status=CUTTeti t&agency=69#A.
9. Nothing contained in the foregoing shall be consulted to require establishment of a system of
records in order to render in good faith the certification required by this clause. The
knowledge and information of a participant is not required to exceed that which is normally
possessed by a prudcntperson in the ordinary course of business dealings.
10. Except for transactions authorized under paragraph 6 of these instructions, if a participant in a
covered transaction knowingly enters into a lower tier covered transaction with a person who
is suspended, debarred, ineligible, or voluntarily excluded from participation in this
transaction, in addition to other remedies available to the Federal Government, the department
or agency may terminate this transaction for cause or default.
Certification Regarding Debarment, Suspension, and Other Responsibility Matters -Primary
Covered Transactions
The prospective primary participant certifies to the best of its knowledge and belief, that it
and its principals:
a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any Federal department or agency;
b. Have not within a three-year period preceding this proposal been convicted of or had a
civil judgment rendered against them for commission of fi-aud or a criminal offense in
connection with obtaining, attempting to obtain or performing a public (Federal, State
or local) transaction or contract under a public transaction; violation of Federal or
State antitrust statutes or commission of embezzlement, theft, forgery, bribery,
falsification or destruction of records, making false statements, or receiving stolen
property;
C. Are not presently indicted for or otherwise criminally or civilly charged by a
governmental entity (Federal, State or local) with commission of any of the offenses
enumerated in paragraph (I)(b) of this certification; and
d. Have not within a three-year period preceding this application/proposal had one or
more public transactions (Federal, State or local) terminated for cause or default.
2. Where the prospective primary participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal.
-12- Revised 4-28-14
ATTACHMENT C
AFFIDAVIT OF PARTICIPATION IN
FEDERAL WORK AUTHORIZATION PROGRAM
Comes now David N. Markey as President first being duly sworn, on my oath,
(name) (office held)
affirm Markey and Associates. Inc. ("Consultant") is enrolled and will continue to participate in a
(mmpanyname)
federal work authorization program in respect to employees that will work in connection with the
contracted services related to 2014 Expansion of Cape Splash and any incidental items
(describe project)
associated with this work for the duration of the contract, if awarded, in accordance with Section
285.530.2, Revised Statutes of Missouri. 1 also affirm that the Consultant does not and will not
knowingly employ a person who is an unauthorized alien in connection with the contracted services for
the duration of the contract, if awarded. Attached to this affidavit is documentation of the Consultant's
participation in a federal work authorization program.
The Consultant's E -Verify # is 189880
in AJj4rmation thereof, the facts stated above are true and correct (The undersigned
understands that false statements made in this Jiling are subject to the penalties provided under
Section 575.040, RSMo).
David N Markey
Signature (person with �— Printed Name
President
Title
/�/9 �
Aprilt8.2014
Date
State of Georgia )
ss.
Countyof )
Nj /J �
Subscribed and sworn to before me this �� day of � (/ 2014.
My co ssion exp1rLes;
n11`uonna tseavers.-
Notary Public; :.-
Cobb County, State Of:Gegt
My Comm, Exp. 11-20-.16 ^
L ..
No6rry Public
Revised 4-28-14
Attachment E - Consultant's Scope of Work & Fee
F.I. General.
E.1.1. This is an attachment to the Agreement between Markey and Associates, Inc.
(ARCIBTECT/ENGINEER) and the City of Cape Girardeau. (OWNER/CLIENT) for
professional services in connection with the development of improvements to the existing Cape Splash,
including a set of speed slides and other improvements, as further described by Attachment F. The Basic
Services as described in the Agreement are amended and supplemented as indicated below and the time
periods for the performance of certain services are stipulated. "Days" shall mean calendar days. The tentative
project schedule is shown at the end of this Attachment The project budget for Phase -1 only that includes
the new speed slide package, including all construction and non -construction costs, but excluding land costs
and the consultant's fees, is assumed to be between $750.000 and $1-306.000. The design of Phase -2
(improvements to the interior of grounds of the existing Lazy River), while not to be included in the
construction scope at this time and being estimated at approximately $250,000, will be proposed, but will only
be included in the design phases if authorized in writing by the City. The A/E fees covered by this Agreement
are not specifically tied to the total project budget as any percent or proportion, but may be the basis for a
claim for additional fees should the scope substantially change.
E.1.1 The scope and fee are presented assuming a conventional Design -Bid -Build project delivery approach,
although direct purchase of the slide package is a possibility.
E.1.3. Any re -use of the design details that are covered by this agreement for other projects and other sites is
prohibited unless such use has been authorized in writing by the A/F_ based on a case-by-case negotiated
agreement for such use and additional design input by the A/E.
E.1.4. The Architect/Engincer shall, in addition to preparing engineering design documents as described
herein, provide general consulting input concerning the needs and intent of the project. However, The A/E's
scope of work includes no aspects of the project's financial structure or business plan.
E.2 Conceptual Planning Phase. (Schematic Design)
E2.1. The consultant shall be assumed to have completed the concept planning stage of the work by virtue of
the previous design work and the Master Plan of Improvements that was substantially completed in 2013 by
the consultant (See Attachment F). A review between the Owner and the Consultnat of the component details
indicated in Attachment F is assumed to be included in these design services.
E.3. Design Development Phase
E3.1. Upon written approval of the Schematic Design by the Owner, M&A will reline the components and
parameters into a coordinated design concept M&A will complete preliminary design drawings and near -final
specifications. Estimates will be prepared by M&A and compared with the approved budget for the project:
and M&A will work with the Owner to change the Scope or the budget as required to reconcile the budget.
E.3.2. The Architect/Engineer will complete Design Development documents, including drawings and
specifications. Specifications from CSI Division I through 16 (To the extent they are needed) shall be prepared
in near final form. The following description of Drawings generally applies to the work, and will be
approximately 60% complete in Design Development:
A. Civil/Site Development Drawings: Staking, layout, grading, drainage, and utility plans and
details typical of commercial development projects of a comparable scale. The
ArchitecUEngineer will handle the immediate pool deck areas (say inside the fence, inclusive)
within the "Pool Architecture Drawings." The Architect/Engineer will prepare site drawings as
Pool -Civil, "PC", drawings for the immediate site and will include gradin,-, drainage, and
connections to nearby utilities. Design of off-site (meaning away from the immnediate project
Page E-1
footprint) extension of utilities or storm sewers is not expected and not included in basic
services. Subsurface soil remediation design, if needed, is not pan of the ArchitecdEngineer's
scope under "Basic Services.- but will be managed by The Architect/Engineer for procurement
of geotechnical consultants by the Owner as necessary. If environmental studies or permitting,
Corps -of -Engineers permitting, storm water management studies, wetland delineations and/or
mitigation, or other off-site issues are encountered, the services the civil engineering firm will
be procured by the Owner. An allowance for input to the design by Bowen Engineering is
included in the consultants fee.
B Structural: Structural Details will be included in respective Civil, Architectural, and Pool
Architecture Drawings. Foundation plans for the buildings will be included in the "A" sheets.
Certain systems are pre-engineered structures (like the waterslide towers and artificial rock)
and will have vendor provided engineering, as specified by the AYE.
C. Architectural: Plans, Elevations, Sections and Details of the building aspects of the project,
including pavilions and similar. The Architect Sub -Consultant will help the Owner coordinate
style, finishes, fixture counts, and other permit and project requirements.
D. Building Plumbine and Mechanical: The Plans, Details. Risers, and Schematics of standard
building engineering systems shall be included in the T" and "M" sheets of building drawings.
M&A will manage engineering sub -consultants for this under this agreement.
E. Pool Architecture Drawines: Plan view layouts of all pool components with dimensional and
physical descriptive information; Sections; and Details (including structural components).
F. Pool Mechanical Drawings: Plan view and sections of pool mechanical components including
piping, inlets, drains. gutters and/or skimmers, deck drains (to be plumbed in the Civil
Drawings); plan, sections, and details of the pool water treatment systems including filtration,
chemical control and feed, pumping, piping, temperature control, and makesup/waste systems.
G. Electrical: Pool site power distribution, site lighting connections to building systems,
accessories, motor control, pool related power and lighting, risers, and schedules.
H. Landscape & Irrieation: Planting plans and details plus performance-based Irrigation plans and
design -build specifications, with schedules and details.
All other required professional services, if required, would be by others or provided as an Additional Service.
E4. Constmcrion Documents Phase
EA. 1. Upon receiving written approval of the Design Development documents from the Owner, the
Architect/Engineer will complete Construction Documents (Final Design) in accordance with the above format
and the approved project schedule. The Construction Documents will be suitable for bidding/negotiation by
qualified general contractors and sub -contractors.
E.5. Bid or Negotialing Phase
E.5.L The Architect/Engineer will administer the Bid Process in conjunction with the Owner's procurement
procedures; including distribution of the Bid Documents and responding to pre-bid questions. Unless required
otherwise by the City, the design documents and bidding requirements will be distributed from a local printing
service, as coordinated and directed by the Consultant with costs offset by the sale of documents to potential
bidders.
E.5.2. The ArchitecUEngineer will assist the Owner in the evaluation of bids and the review of the
qualifications of the apparent low bidder and his sub -contractors.
Page E-2
E.53. The Architect/Engineer will make a written recommendation as to the award of the Construction
Contract(s).
E.5.4. The Architect/Engineer shall have no contractual connections with Owner's Construction Comract(s)
unless the continued services of M&A past Design Development is contained in the Contractor's scope. The
Architect/EnOncer shall have no management responsibilities over the Owner's Construction Contractors and
Sub -Contractors other the review of their compliance with the construction contract documents.
F.6. Consintction Phase.
E.6.1. The Architect/Engineer will review the Construction Contractor's questions, submittals. pay requests,
proposed change orders, and close-out documents. Senior professionals will make periodic visits to the site to
observe the construction work. Put -time inspection of the work by an employee or representative of the Owner
is assumed, working closely with, but not employed by. The ArchitcafEnDneer.
E.62. As stated in Paragraph 6.3.6 of the Agreement, the Architect/Engineer shall exercise professional
judgment and wod-faith effort to identify any deficiencies in the construction contactor's work or any third
party consultant's work and notify the Owner and other involved parties of such apparent deficiencies.
E.6,4. The ArchitecUEngineer shall have no contractual connections with Owner's Construction Contracts)
unless the continued services of M&A past Design Development is contained in the Contractor's scope. The
Architecl/Engineer shall have no management responsibilities over the Owner's Construction Contractors and
Sub -Contractors.
E.7. Operational Plmse.
E.7.1 The Architect/Engineer will provide assistance during start-up relating to the design intent of the
systems. Instructions will be given to the staff as to the peculiarities of the design of the project. The Owner is
responsible for hiring or contracting qualified operators for the facility in a timely manner: and the
Architect/Engineer is not responsible for training the Owner's operators in basic skills for this type of facility.
Manufacturer's data and manuals, as provided by the contractor, will be compiled, reviewed for completeness,
and presented to the OWNER. As stated in the Agreement, the AmchiteeUEngineer will provide an inspection
at Substantial Completion and one at final completion. Extended training of the operating staff, protracted re -
inspections, or assistance to the Owner with unresolved claims by or against the contractor and obtaining
warranty work may be provided as an Additional Service.
E.7.2 The Contractor shall be required to keep a set of as -built mark-ups at the site and to provide the Owncr
with a cleaned -up set at completion of the work. The Architect/Engincer has included a line -item in the fee for
re -drafting of the Contractor's changes for `Record Drawings" as required in the City's standard contract.
E8 Fee Basis
E.S.I. M&A will perform Basic Services for a conventional design -bid -build project delivery system for the
above-described work for the Lump Sum Fee for Phase -I only of $73,000.00. The design of Phase -2, if
authorized in writing, will be completed for an additional $5.000. This proposed design add-altemate fee is
applicable only if authorized within 30 -days of the authorization of Phase 1 design services. The fee for Phase -
I includes a charge for each man -trip to the site at the unit price of $1,250. 10 man -trips are assumed as listed
below on the schedule. Of the totals given above, an allowance $5,000 is included for re -drafting as-builts. All
other normal expenses are included in the Lump Sum amount. The Owner is assumed to handle (or pay for)
bulk printing of documents for the contractors' use, the Owners use, and for permits (or other requirements of
the local jurisdiction or financial institutions).
E.8.2. The fee will be billed in monthly progress invoices as follows (Based on the current assumed schedule):
Phase -1 Onlv Phase -2 Add
Design Development-50%Design (includes 1 trip) S 22,000 $ 2.000
Completed and invoiced 60 days from authorization
Page E-3
Construction Documents - 100% Design (includes I trip) $ 21,000 $ 3,000
Completed and invoiced 60 days from authorization
Bid & Negotiation (includes 1 trip) $ 5,000
Completed and invoiced 45 days from authorization
Construction & Operations (includes 7 trips) S 25,000
Invoiced monthly for 10 months
E.8.3. The fee will be billed in monthly progress invoices and will be paid promptly (30 -days maximum).
E.8.4. The fee for each of the described phases of the work is included in the above Lump Sum Basic Services fee,
and no retainage of any sort will be withheld from M&A's fees.
E.9. Additionul Services of Engineer.
E.9.1. Additional Services will be billed at an agreed lump sum or at the Charge -out -rates given in attachment
A. plus reimbursable expenses at cost:
E.10. Reimbin-sable E.vpenses.
E.10.1. Normal reimbursable expenses have been included in the Lump Sum Fee shown above. The Owner
may also incur additional costs relating to permit fees, mass printing costs, services or fees relating to
permitting requirements, and for printing and handling costs for the construction bid process. Buih-in to
M&A's lump sum fee are travel and subsistence, telephone, computer time. in-house working prints and
entailing of PDF sets at each phase, reasonable courier charges, normal postage, and normal insurance
coverage. If highly unusual and unpredicted increases in normal costs occur (such as another doubling of fuel
costs). M&A reserves the right to request an equitable adjustment to the Agreement.
E.10.2. Reimbursable Expenses for authorized Additional Services will be billed at cost. Additional Sub -
Consultants, if any. will be billed at cost plus a 10% fee.
E.10.3. The cost of printing of progress review sets, bid and pennit review sets of drawings and specifications,
and those needed for the construction contract, will be covered by the Owner directly. The sets will be handled
by a mutually agreeable local printing shop.
Page E-4
ez;�, Date 5/19/14
By
Markey and Associates, Inc.