~
ACORD"' ~
CERTIFICATE OF LIABILITY INSURANCE
I
6il/20l R
DATE {MI'IJDO!YYYYI
6il6/2017
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement{s). PRoou procure professional services for planning and engineering. On March 27, 2() 17; the City reAOeived 5 proposals for tbe planning and design of Guadalupe. The 5 firms to propose were:
Wilson & Company, Inc. Parsons Brinkerhoff, Inc,
Bohannon Huston, Inc. Parametrix, Inc, Santa Fe Engineering
Evaluation Scm-e 3455
3435 3350 3140 230()
A local and veterans preferenc" is not allowable when using Federal Aid Fundingforlhe prqject. The weighted evaluation criteria con•isted of Project l.'ndcrstanding, Approach and Work Plan (250 Pt.
Max); E>;pcrieuee Tnlining and foducation (I 00 PL Max); Past l'crfm !lllaNe (I 50PL Max}; l'roiect Scheduk (200 Pt. MHx); Knowledge of Local Conditions (1 00 Pt. Max); Qullli!y Assurance. (50 l't M11x); Qulllity of Proposal (I 00 Pt. Max) and Resource Availability (50 Pt. Max). The initial ev•luations led the selection committee to schedule interviews with the top two sco!'ing firms. The interviews tor WHson & Co., Inc and PB, l11c. were held on April 7, 2017 and Wilson & Co., Inc. was the selected finn to perlorm the work.
4
The contract conNists of condu~ting a detailed alternatives unatysis 1 {)btaining necessary
environmental clearances, and providing construction plans for the reconstruction of Guadalupe Street The Engineel'ing Division has aegotiated a eost flll' services in ihc amount of $374,645.41 +GRT. In addition to the engineering services provided fm· in the contract; the City has tho ability to amend the contract ·to procure additional prof(~ssional services during constmciion, These services will be negotiated, if needed, at the time of the amendment. The funding for the project is idcntilled In the following flu/Li; 3282:1/572940&572960
Approval of Professional Services Agreement with Wilson & Company, Jnc. in the amount of$374,645.41 -'· GRT Attnchmen1s: Profes}ionai Services Contract upproved to form Summ;;uy ufContracts
Procurement cl1ecklist F!nance packet checklist; Seiectinn Score Sheet
5
Evaluation Scores Summary PROPOSAL EVALUATIONS, 04032017 RFP 17/38P, Guadalupe Street Reconstruction Project, CIP# 801B JR JM 1 Wilson & Company, Inc. 945 735 965 2 SWP/PB 710 975 940 BHI, Inc, 690 965 3 855 690 4 Parametrix, Inc. 830 900 5 Santa Fe Engineering Inc 655 500 765
EA SlO 810 840 720
815 805
380
815
LP 820 805
3435
3350 3140 2300
6
CITY OF SANTA FE RFP PROCUREMENT CHECKliST ---- ------------
----
Solicitation RFPII: Ul3_~P .
.
--- ----------
-~---------
- -- ---- ------ ----------·- .. ~
-~-
----
Department Req uesting/Staft Member: _Pul?lit: )N_gr~sl_D_a_yid Q,_Q~i_ntem~~-~~--------
Procurement Requirements: A procurement file shall be maintained for all contracts, regardless of the method of procurement. The procurement file shall contain the basis on which the award is made, all submitted bids, all evaluation materials, score sheets, quotations and all other documentation related to or prepared In conjunction with evaluation, negotiation, and the award process. The prowrement shall contain a written determination from the Requesting Department, signed by the purchasing officer, setting forth the reasoning for the contract award decision before submitting to the Committees . . REQUIRED DOCUMENTS FOR APPROVAl BY PURCHASING• N/A Approved Procurement Checklist (by Purchasing) Departments Recommendation of Award Memo addressed to Finance [;>(] Tal:>ulation Evaluation score sheet [g] BAR [g) FiR Contract, Agreement or Amendment ~ Current Business Registration and CRS numbers on contract or agreement Summary of Contracts and Agreements form [g] [] Certificate of Insurance
YES
[:81
tBl
[]
D
tBl
tBl
0
[] 0 0
D D
L'J
[]
Other: __ ---~-~--- ----~--· _
Depl;rtment Rep Signature attesting that all information included
,;,;);~';t;6r;¥s.nS:~~;;;;/Iii;;,;;~,-,;;~;~c'
Page 1 o1 10
10
SERVICES]. Compensation for PHASE IV [CONSTRUC110N SERVICES] may be negotinted
and added by amendment to this Agreement if required. B.
"'The ~Or ~hall be responsible for payment of ),>ross receipts taxes
levied by U1e State ofNw,Mex.ico on the sums payable nuder this Agreement. C.
Payment shall be made upon receipt and approval by the City of detailed
statements containing a report of services completed and accepted for each phase of the Project. Compensation shall be paid only for services actually performed. Payment shall he made in accordance with the Engineering Cost Summary for each phase, EXlUI3IT "B", attached hereto and incO!porated herein.
4.
LlQUlDAJETU1Ali:L~n!iS
A.
The Contractor shall perform the work within the time shown for each
Phase of the Project, as shown in the Project Schedule in EXHIBIT "C", attached hereto and made a part hereof. Time is ofthe essence, and if the Contractor fails to complete the work for
each phase in accordance with the Project Schedule in EXHIBIT "C", the Contractor agrees to pay the City the amount of one hundred twenty-five dollars ($!25) for each day any phase remains uncompleted, not as a penalty, but as liquidated damages for breach of this Agreement. TI1e amount of!iquidated damages shall be withheld from the final payment to the Contractor. If the amount ofliquidated damages exceeds U1c amount due, the Contractor agrees to pay the City the additional amount within 60 calendar days.
B.
If the times for completion of any phase shown on the Project Schedule,
EXHIBIT "C", attached hereto, are exceeded for reasons beyond the control ofthe Contractor, then the parties may agree to amend this Agreement to extend the time within which Contractor shall cornplc!c the project or phase thereof. C.
If tl1e Contractor's services for the project are delayed or suspended in Page 2 of 10
11
Ril' No. 'l6!l6ft'
'vlw1c or part'by the ow net for more than one year for reasons beyond the Contractor's control, the Contractor's fee fbr remaining work shall be subject to equitable adjustment. D.
'fh~'j)lltlies~greethat
the Contractor is principally responsible for
performing plan checks ::md '-"crJ:i110atlOns of quantiti!'~.J!nd computations before submitting final documents to th~ City. If, in the City's review of plans specifications, substantive errors and discrepancies are apparent, requiring the City to make detailed chc
10.
(;Ql':l.FilJBJ\iTI ;}]JJ:Y Any confidential infonnation provided to or developed by the Comractor in the
performance of this Agreement shall be kept confidential and shall not be made available to MY individual or organization by the Contractor without the prior written approval of the City.
11.
Phase I AJB services wliLonly .provide Quality Level 'C' SUE services, Quality Level 'B' and 'A' will be negotiated will h~ completed in Phase I·D services. Wilson & Company will provide SUE to QualityJ.evel Qi-C. ·SUE Quality Level QL-C involves surveying visible utility facilities (e.g., manholes, valve boxes, etc.) and correlating this Information with existing utility records (OL-D information). When using this information, it Is not unusual to find that many underground utllilies have been either omilted or erroneously plotted. Its usefulness, therefore, is primarily on rural projects where utilities are not prevalen~ or are not too expensive to repair or relocate. Subsurface utility Engineering includes utility investigations prepared in accordance with ASCE Standard 38/02. Utility Quality Levels are defined as follows: Quality Level 0 - Existing Records: Utilities are plotted from review of available existing records. Quality Level C • Surface Visible Feature Survey: Quality level "D" information from e1