Loading...
HomeMy WebLinkAboutC2005-165 - 4/19/2005 - ApprovedCITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or Designee (Director of Engineering Services) and Engineering and Construction Management Sen/Ices, a sole proprietorship, 5001 Oakmont Ddve, Corpus Christi, Nueces County, Texas 78413, (Architect/Engineer - A/E), hereby agree as follows: 1. SCOPE OF PROJECT (Rolled Curb end Gutter Replacement - Project No. 2251) The proposed project consists of the removal and replacement of 7,000 linear feet of curb and gutter, 4,700 square feet of driveway approaches, 2,380 square feet of sidewalks, 600 square feet of curb ramps, 3,500 square yards of pavement repair. Provide advice and assistance to City Engineer staff and post-award construction management services, to include approval of all materials, schedules, inspection of all concrete and asphalt work, review and approval of pay applications, coordination with all applicable departments, final inspection, review of as-builts and contract closeout documentation. 2. SCOPE OF SERVICES The NE hereby agrees, at its own expense, to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, NE will provide monthly status updates (project progress or delays, gantt charts presented with monthly invoices) and provide contract administration services, as described in Exhibit "A" and "A-I", to complete the Project. Work will not begin on Additional Services until requested by the NE (provide breakdown of costs, schedules), and wdtten authorization is provided by the Director of Engineering Services. NE services will be "Services for Construction Projects"- (Basic Services for Construction Projects") which are shown and are in accordance with "Professional Engineering Services- A Guide to the Selection and Negotiation Process, 1993" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of Professional Engineers. For purposes of this contract, certain services listed in this publication as Additional Services will be considered as Basic Services. 3. ORDER OF SERVICES The A/E 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 wdting by the NE and wdtten 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. 2005-]65 Cool,ac1 for Eng~needn. g (A/E) .SedUces 04/]9/05 Page 1 or 3 '.CONS U L TA, N I~-.ON T R ACT PR OF ES.S K~N,~L S,ERV~CES M2005-117 Engineering and Construction The Director of Engineering Services may direct the NE 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. A/E shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. MANDATORY REQUIREMENTS NE agrees to the mandatory contract and insurance requirements as set forth in Exhibit 5. FEE The City will pay the A/E a fee, as described in Exhibit "A", for providing services authorized. Monthly invoices will be submitted in accordance with Exhibit "D". 6. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the A/E at the address of record. In this event, the NE will be compensated for its services on all stages authorized based upon A/E and City's estimate of the proportion of the total services actually completed at the time of termination. 7. LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. The A/E agrees that at least 75% of the work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan Statistical Area (MSA). Additionally, no more than 25% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA.) 8. ASSIGNABILITY The NE 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 NE staff. If the NE 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 A/E fee may be assigned in advance of receipt by the A/E 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. Contract for Engineering (A/E) Services Page 2 of 3 Id USERS2~HOME/VELMAP/GEN/DRAINAGE~2251\CONSULTAN%/CONTRACT PROFESSIONAL SERVICES 9. OWNERSHIP OF DOCUMENTS All documents including contract documents (plans and specifications), record drawings, contractor's field data, and submittal data will be the sole properly of the City, may not be used again by the NE without the express written consent of the Director of Engineering Services. However, the A/E may use standard details f:hat are not specific to this project. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re-use of modified plans. 10. DISCLOSURE OF INTEREST A/E further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form attached hereto as Exhibit "C". CITY OF CORPUS CHRISTI Ronald F. ',.,4 Date Massey, Assistant City Manager RECOMMENDED ~,,~:, I~l.,l~- /~['~¢'gel, R. Escobar, P.E., Date Director of Engineering Services ATTEST By "~'"~'~ Armando Chapa, City Secretary ENGINEERING & CONSTRUCTION MANAGEMENT SERVICES Feli;k H. Ocaaas, Jr. Date 5001 Oakmont Drive Corpus Christi, TX 78413 (361) 986-1202 Office (361) 906-2477 Fax APPROVED AS TO FORM Date Conb-act for Engineering (NE) Services Page 3 of 3 I I /USERS2'~HOME/VELM, AP/GEN/DRAINAGE~2220~CONTRAC] PROFESSIONAL SERVICES EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS 1. SCOPE OF SERVICES A. Basic Services 1. Preliminary Phase. The ArchitectJEngineer-A/E will: It is the intent of the Preliminary Phase to provide a study and report of project scope with economic and technical evaluation of alternatives, and upon approval, proceed in a design memorandum which includes Preliminary designs, drawings, and written description of the project. This report shall include: a. Provide scope of soil investigations, bodngs, and laboratory testing. (The City Engineering Services Department will provide necessan/soil investigation and testing under one or more separate contracts). b. Confer with the City staff regarding the design parameters of the Project. The Engineer will participate in a minimum of (. ) formal meetings with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven (7) working days of the meeting. The A/E will participate in discussions with the operating department and other agencies (such as the Texas Department of Transportation (TxDOT) and Texas Commission of Environmental Quality (TCEQ)) as required to satisfactorily complete the Project. c. Submit one (1) copy in an approved electronic format, and ten (10) paper copies of the Design Memorandum (or Engineering Report), with executive summary, opinion of probable construction costs with life cycle analysis, defined technical evaluations of identified feasible alternatives, and review with City staff to produce an acceptable format which contains common municipal elements. Design Memorandum will include the following (with CONSTRUCTABILITY being a major element in all the following items): 1 ) Review of the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution of the Project; The A/E will meet with City staff to collect data, discuss materials and methods of construction, and identify design and construction requirements. 2) Review and investigation of available records, archives, and pertinent data related to the Project including taking photographs of the Project site, list of potential problems and possible conflicts, intent of design, and improvements required, and conformance to relevant Master Plan(s). EXHIBIT "A" I Page 1 of 10 3) Identity results of site field investigation including site findings, existing conditions, and probable Project design solutions; (which are common to municipalities). 4) Provide a presentation of pertinent factors, sketches, designs, cross-sections, and parameters which will or may impact the design, including engineering design basis, preliminary layout sketches, identification of needed additional services, preliminary details of construction of critical elements, identification of needed permits, identification of specifications to be used, identification of quality and quantity of materials of construction, and other factors required for a professional design (CONSTRUCTABILITY). 5) Advise of environmental site evaluations and archeology reports that are needed for the Project (Environmental issues and archeological services to be an Additional Service). 6) Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project and permitting, environmental, historical, construction, and geotechnical issues; and meet with pertinent authorities. 7) Confer, discuss, and meet with City operating department(s) and Engineering Services staff to produce a cohesive, well-defined proposed scope of design, probable cost estimates(s) and design alternatives. 8) Provide a letter stating that the A/E and Sub-consultant Engineers have checked and reviewed the design memorandum prior to submission. 9) Provide an analysis on project impacts towards "re-engineering" and effects on cost savings toward City operations, which this project will affect. Perform the items as shown on Exhibit "A-I" Task List. City staff will provide one set only of the following information (as applicable): a. Record drawings, record information of existing facilities, and utilities (as available from City Engineering files). b. The preliminary budget, specitying the funds available for construction; c. Aerial photography for the Project area. d. Through separate contract, related (SIS mapping for existing facilities. e. A copy of existing studies and plans. (as available from City Engineering files). f. Field location of existing city utilities. (City to coordinate with City Operating Department). g. Provide applicable Master Plans. EXHIBIT "A" I Page 2 of 10 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the A/E will: a. Study, verify, and implement design memorandum recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff. b. Prepare sets of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, invitation to bid, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid or for multiple bids, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. c. Provide assistance identify testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under additional services). d. Prepare final quantities and estimates of probable costs and probable construction schedule. e. Furnish one (1) copy 60% plans (plans only-identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Required with the 60% plans is a "Plan Executive Summary" which will identify and summarize the project by distinguishing key elements such as: · Pipe Size or Building Size · Pipe Material, etc. · Why one material is selected over another · Pluses of selections · ROW requirements and why · Permit requirements and why · Easement requirements and why · Embedmenttype and why · Constructability, etc. · Specific requirements of the City · Standard specifications · Non-standard specifications · Any unique requirements · Cost, alternatives, etc. · Owner permit requirements and status f. Assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. g. Furnish complete construction and bid documents including specifications for City staff review and approval. Provide 1 copy of 90% (optional upon City I EXHIBIT"A" I Page 3 of 10 request) and 100% complete plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected enfdties, compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non-responding participants. h. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the 60%, 90% (optional), and 100% complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The Consultant A/E and Sub-consultant A/E shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. i. If required, provide traffic controls including a Traffic Control Plan, illumination, markings and striping, signalization, and as delineated by the City Traffic Engineering Department. j. Upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for reproduction (In City Format) and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. k. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. m. Provide a Storm Water Pollution Prevention Plan. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. b. Provide the budget for the Project specifying the funds available for the construction contract. c. Provide the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. EXHIBIT "A" I Page 4 of 10 3. Bid Phase. The A/E will: a. Participate in the pre-bid conference b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c. Review all pre-bid questions and submissions conceming the bid documents and prepare, in the City's format, for the Engineering Services' approval, any addenda or other revisions necessary to inform contractors of approved changes prior to bidding. d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the A/E's design phase estimate required above, the Engineer will, at its expense, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re-advertise that particular portion of the Project for bids. The City staff will: a. Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. b. Advertise the Project for bidding, maintain the Iisi of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the A/E) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. d. Prepare, review and provide copies of the contract for execution between the City and the contractor. 4. Construction Phase. The NE will perform contract administration to include the following: a. Participate in pre-construction meeting. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Review field and laboratory tests. d. Provide interpretations and clarifications of the contract documents for the contractor and authorize minor changes, which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. e. Make regular visits to the site of the Project to confer with the City project inspector and contractor to observe the general progress and quality of work, EXHIBIT "A" I Page 5 of 10 and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. f. Prepare change orders (coordinate with the City's construction division); provide interpretations and clarifications of [he plans and specifications for the contractor and authorize minor changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. g. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. h. As applicable, review and assure compliance with plans and specifications, the preparation of operating and maintenance manuals (by the Contractor) for all equipment installed on this Project. These manuals will be in a "multimedia format" suitable for viewing with Microsoft's Internet Explorer, version 3.0. As a minimum the Introduction, Table of Contents, and Index will be in HTML (HyperText Markup Language) format, with HyperText links to the other parls of the manual. The remainder of the manual can be scanned images or a mixture of scanned images and text. use the common formats for scanned images - GIF, TIFF, JPEG, etc.. Confirm before delivery of the manuals that all scanned image formats are compatible with the image-viewing software available on the City's computer- Imaging for Win95 (Wang) and Microsoft Imaging Composer. Deliver the manuals on a CD-ROM, not on floppy disks. i. Review construction "red-line" drawings, prepare record drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later) of the record drawings. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All elec[ronic data will be compatible with the City GIS system. j. Perform the items as shown on Exhibit "A-I" Task List. The City staff will: a. Prepare applications/estimates for payments to contractor. b. Conduct the final acceptance inspection with the Engineer. EXHIBIT "A" I Page 6 of 10 B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that may be included as part of this contract, but the A/E will not begin work on this section without specific wdtten approval by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The A/E will, with written authorization by the Director of Engineering Services, do the following: Permittinq. Furnish the City all engineering data and documentation necessary for all required permits The A/E will prepare this documentation for all required signatures. The A/E will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: Union Pacific Railroad, Missouri Pacific Railroad, or any other railroad operating in the area TxDOT Permits/Amendments Wetlands Delineation and Permit Temporary Discharge Permit NPDES Permit/Amendments Texas Commission of Environmental Quality (TCEQ) Permits/Amendments Nueces County Texas Historical Commission (THC) U.S. Fish and Wildlife Service (USFWS) U.S. Army Corps of Engineers (USACE) United States Environmental Protection Agency (USEPA Texas Department of License and Regulation (TDLR) Riclht-of-Wa¥ (ROW) Acquisition Survev. The A/E will rewew existing ROW and easements to ascertain any conflicts and provide field ROW surveys and submit ROW plats and descriptions for the City's use in the acquisition process. All work must comply with Category 1 -A, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with all TxDOT requirements as applicable. A/E Consultant will be required to perform all necessary deed research. 3. Topoqraphic Survey. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required for the aerial mapping of the Project area - aerial photography to be provided by City). Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas I EXHIBIT"A" I Page 7 of 10 Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the project area. 4. Environmental Issues a. Provide environmental site evaluations and Archeology Reports that are needed for the Project. b. Identify and develop a scope of work for any testing, handling and disposal of hazardous materials and/or contaminated soils that may be discovered during construction. Construction Observation Services. Provide Project Observation services including day-to-day detailed coordination with the City's staff and testing laboratory, Start-up Services. Provide on-site services and verification for all start-up procedures during actual start up of major Project components, systems, and related appurtenances if needed and required. Warranty Phase. Provide a maintenance guaranty inspection toward the end of the one-year period after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty (60) days pdor to the end of the maintenance guaranty period. Provide SCADA Documentation. Provide standardized SCADA documentation, which will include PFDs, P&IDs, Iccp sheets, logics, SCADA architecture, DCS I/O lists, instrument lists, tie-in lists, piping lists, equipment lists, and instrumentation specification sheets. EXHIBIT "A" I Page 8 of 10 2. SCHEDULE PROPOSED PROJECT SCHEDULE ACTIVITY N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A Until Final Acceptance by City Begin Preliminary Phase Begin Design Phase 60% Submittal City Review (30 days/4 weeks) 90% Submittal City Time Final Submittal Advertise for Bids Pre-Bid Conference Receive Bids Begin Construction Construction Completion FEES Fee for Basic Services. The City will pay the NE a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A. 1-4 above, and for all expenses incurred in performing these services. For services provided in Section I.A.1-4, NE will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon NE's estimate (and City Concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in Section I.A.4, the statement will be based upon the percent of completion of the construction contract. City will make prompt monthly payments in response to NE's monthly statements. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section LB. "Additional Services" the City will pay the A/E a not-to-exceed fee as per the table below: EXHIBIT "A" J Page 9 of 10 C. Summary of Fees Fee for Basic Services 1. Preliminary Phase 2. Design Phase 3. Bid Phase 4. Construction Phase Subtotal Basic Services Fees $0.00 0.00 0.00 0.00 0.00 Fee for Additional Services (Allowance) 1. Permit Preparation (as applicable) Railroads TXDOT Wetlands Delineation and Permit Temporary Discharge Permit NPDES Permit/Amendments TNRCC Nueces County Texas Historical Commission U.S. Fish and Wildlife Service U.S, Army Corps of Engineers U.S. Environmental Protection Agency Texas Department of License and Regulation Total Permitting 2. ROW Acquisition Survey (AUTHORIZED) 3. Topographic Survey (AUTHORIZED) 4. Environmental Issues 5. Construction Observation Services 6. Start-up Services 7. Warranty Phase 8. Provide SCADA Documentation Sub-Total Additional Services Fees Authorized 0.00 0.00 0.00 0.00 48,720.00 0.00 0.00 0.00 48,720.00 Total Authorized Fee $48,720.00 EXHIBIT "A" Page 10 of 10 1 2) 3) 4) 5) 6) 7) EXHIBIT A-1 CITY OF CORPUS CHRISTI Rolled Curb and Gutter Replacement (Project No. 2220) TASK LIST Attend and participate at the Pre-Construction Conferences, which will be chaired by Engineering Services. Conduct a "Final inspection" with City and Contractor, and make a recommendation concerning final acceptance. Visit the site daily to observe the progress and quality of work, and to determine, in general, whether the work is in accordance with project design. Review and approve all contractor's shop drawings and/or submittals. Coordinate necessary change orders during the process of the work. City will prepare and process all change orders. Review and approve all proposed layouts, lines, levels, and elevations prior to installation or construction to assure project design and intent. Review the contractors' progress payment request and approved schedule of work before submission to the City for processing. IEXHIBIT"A-1" J Page 1 of I EXHIBIT B ROLLED CURB AND GUTI'ER REPLACEMENT (Project No. 2220) Standards, Codes and Safety Requirements The Consultant's work will be performed in accordance with the most current applicable standards, codes and safety requirements. Specifically, the Consultant will adhere to all safety requirements for confined space entry inspecting manholes and similar confined spaces and all traffic control regulations. Insurance Requirements The Consultant will not begin work under the contract until it has obtained all required insurance and provided the City with the related certificates and endorsements. For the duration of the project, the Consultant will provide the insurance listed below and document required coverages with certificates of insurance: 1. Commercial liability including the following coverages: a. Broad form property damage; b. Premises-operations; c. Explosion, collapse, and underground hazard; d. Product/completed operations hazard; and e. Independent contractors. A letter accompanying the certificate of insurance and signed by an authorized representative of the insurer will state that the commercial liability insurance includes the 5 coverages. Minimum coverage amounts will be: Bodily Injury and Consequent Death Bodily Injury and Consequent Death Property Damage $ 500,000 Per Person $1,000,000 Per Occurrence $1,000,000 Per Occurrence EXHIBIT "B" I Page I of 3 Automobile liability coverage for all owned, non-owned, or rented vehicles. Minimum coverage amounts will be: Bodily Injury and Consequent Death Bodily Injury and Consequent Death Property Damage $ 500,000 Per Person $1,000,000 Per Occurrence $ 500,000 Per Occurrence Employer's liability insurance with a minimum coverage limit of $100,000 per person. Excess liability insurance coverage (for commercial, automobile, and employer's liability insurance with a minimum coverage limit of $1,000,000. 5. Workers Compensation Insurance The Consultant will provide workers compensation insurance for all its employees who will perform any project work. This coverage will be provided through a company authorized to do business in Texas or through self-insurance obtained in accordance wi[h Texas law. Coverage will be documented in a certificate of insurance or, of the Consultant provides self-insurance, then it will provide to the City a copy of its certificate of authority to self- insure its workers compensation coverage liability. The Consultant will also provide a letter stating that the certificate of authority remains in effect and is not the subject of any revocation proceeding pending before the Texas Workers Compensation Commission. Except for workers compensation insurance, for each insurance coverage required under the contract, the Consultant will obtain an endorsement to the applicable insurance policy, signed by an authorized representative of the insurer, stating that in the event of cancellation or material change that reduces or restricts the insurance afforded, the insurer agrees to mail 30-days prior written notice of cancellation or material change to the City at: City of Corpus Christi Department of Engineering Services Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469-9277 I I /U SERS2~HOME/VEL MA P!GEN~DRAINAG E~2220/EX HIBI¥ B EXHIBIT "B" I Page 2 of 3 For workers compensation insurance, 1 O-days notice of cancellation or matedal change will be sufficient. The Consultant will also provide an additional insured endorsement for each insurance policy except workers compensation insurance. Each will name the City as additional insured. Use of Subcontractors The Consultant may use subcontractors to complete work under this contract, No subcontractor may provide services unless the City consents. Consent will not be withheld unreasonably. The Consultant will be responsible for completing all contract work even if a subcontractor has assumed responsibility to complete certain work. Also, the Consultant will be responsible for the acts and omissions of any subcontractors. Furthermore, the Consultant agrees that any subcontractor for this project will include the same mandatory insurance requirements in favor of the City as are specified in the City's contract with the Consultant. This is particularly emphasized for workers compensation insurance coverage. Subcontractor certificates of insurance and endorsements will be collected by the Consultant and available for City review upon request. EXHIBIT "B" Page 3 of 3 City of Corpus Christi CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City or Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City lo provide the following information. Every question must be answered. If the question is not applicable, answer with "N/A". FIRM NAME: Felix H. Ocanas, Jr., P. E. STREET: 5001 Oakmont CITY: Carpus Christi FIRM is: 1, Corporation 2. Partnership.__ 3. Sole Owner__ 5. Other ZIP: 78413 X 4. Association DISCLOSURE QUESTIONS If additional space is necessary, please use lhe reverse side of this page or attach separate sheet. State the names of each employee of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership in the above named firm. Name Job Title and City Depadment (if known) N/A State the names of each official of the City of Corpus Christi having an ownership Interest constituting 3% or more of the ownership in the above named firm. Name TitJe N/A State the names of each board member of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership in the above named firm, Name Board, Commission or Committee N/A State the names of each employee or officer of a consultant for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an ownership interest constituting 3% or more of the ownership in the above named firm. Name Consultant N/A CERTIFICATE I certify that all information provided is true and correct as of the date or this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City or Corpus Christi, Texas as changes occur. Certifying Person: Felix H. Ocanas, Jr,, P.E. Title: Owner (type or Pnnt) ,~ Signature of Certifying Person: U "-~-'~"'"'~('~ Date: ~/tl /' 1~'- IEXHIBIT "C" I Page 1 of 2 DEFINITIONS a. Board Member. A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b Employee. Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c Firm. Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership corporation ioint stock company oint venture receivership or trust and entities which, for purposes of taxation, are reared' as non-prof t organizations. d. Official. The Mayor, members of the City Council, City Manager, Deputy City Manager Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. Ownership Interest. Legal or equitable interest whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. Constructively held rei"ers to holding or control established through voting [rusts, proxies or special terms of venture or partnership agreements. f Consultant. Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. IEXHIBIT "C" Page 2 of 2 I I,LI n"ZZ c) o o E> ooo~o IEXHIBIT "D" Page 1 of I I