Loading...
HomeMy WebLinkAboutC2009-016 - 1/27/2009 - ApprovedAMENDMENT NO. 1 CONTRACT FOR PROFESSIONAL SERVICES CITY OF CORPUS CHRISTI 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 SOLKA NAVA TORNO, LLC, a Texas corporation, 6262 Weber Road, Suite 310, Corpus Christi, Nueces County, Texas 78413, (Architect/Engineer - AIE), hereby agree as follows: SCOPE OF PROJECT Wards Building Rehabilitation and Parking Lot (Project No. 4369) Wards Building Rehabilitation -The architectural work on the building will include building condition assessment, preparation of plans, specifications, bid and contract documents for restoration of building envelope integrity, building abatement (asbestos and lead), interior restoration and remodeling, restoration of exterior walls in a manner consistent with the existing fascade. Interior remodeling renovation and restoration may be undertaken as a future phase. The building is considered to have historical significance and work should be undertaken in a manner to preserve the building character. All work must comply with City Development Code requirements, accessibility standards, and Texas windstorm certifications. Wards Building Parking Lot -The architectural and engineering work will include preparation of plans, specifications, bid and contract documents for exterior parking lot construction with sidewalk driveway construction, curbs, gutters, pavement markings, ADA access and signs, driveway closures, and covered parking (fabric shade type). All work must comply with City Development Code requirements, accessibility standards, and Texas windstorm certifications. 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, A/E 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-1", to complete the Project. Work will not begin on Additional Services until requested by the A/E (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. A/E 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. 2009-016 M2009-021 01/27/09 Solka Nava Torno, LLC Amendment No. t Contract for Engineering (A/E) Services Page 1 of 3 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 writing by the A/E and written authorization is provided by the Director of Engineering Services. The anticipated schedule of the preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit "A". This schedule is not to be inclusive of all additional time that maybe required for review by the City staff and may be amended by or with the concurrence of the Director of Engineering Services. The Director of Engineering Services may direct the A/E 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. AIE shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. MANDATORY REQUIREMENTS A/E agrees to the mandatory contract and insurance requirements as set forth in Exhibit "B". 5. FEE The City will pay the A/E a fee, as described in Exhibit "A", for providing services authorized. 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 A/E 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 A/E 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 A/E staff. If the A/E 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 ofthe A/E fee maybe assigned in advance of receipt by the A/E without written consent of the City. Amendment No. 1 Contract for Engineering (A/E) Services Page 2 of 3 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. 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 property of the City, may not be used again by the A/E without the express written consent of the Director of Engineering Services. However, the A/E may use standard details that are not specific to this project. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re-use of modified plans. 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 Oscar Martinez, Date Assistant City Manager RECOMMENDED By ~~ ~ ~~ 9 Pete Anaya, P.E. ~ Date Director of Engineering Services ATTEST By Armando Chapa, City Sec etary SOLKA d OR By ~ ~~ ~~ Oi /z/o9 en Ray Torno, A.I. Dat Vice President 6262 Weber Road, Suite 310 Corpus Christi, TX 78413 (361) 854-1471 Office (361) 854-1470 Fax dY COUNCIL APPROVED AS TO FORM By ^~~it~1~t'~,~- -~l ~-t ~- ~ ,~yCityAttorney Date SECRETARY Amendment No. 1 Contract for Engineering (A/E) Services Page 3 of 3 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS 1. SCOPE OF SERVICES A. Basic Services 1. Preliminary Phase. The Architect/Engineer-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, borings, and laboratory testing. (The City Engineering Services Department will provide necessary 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 three (3) 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 (TCEO)) 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 staffto 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 staffto 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). 3) Identify 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 AMEND. NO. 1 EXHIBIT "A" Pa e 1 of 8 quality and quantity of materials of construction, and otherfactors 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. d. Perform the items as shown on Exhibit "A-1"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, specifying the funds available for construction; c. Aerial photography for the Project area. d. Through separate contract, related GIS 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. 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 one (1) set 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 orfor multiple bids, the size and character of the entire Project; description of materials to be utilized; and such other essentials as maybe necessary for construction and cost analysis. c. Provide assistance identifytesting, handling and disposal ofanyhazardous 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. AMEND. NO. 1 EXHIBIT "A" Pa e2of8 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 Summand' 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 • Embedment type and why • Constructability, etc. • Specific requirements of the City • Standard specifications k. m. • Non-standard specifications • Any unique requirements • Cost, alternatives, etc. • Owner permit requirements and status Assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. Furnish complete construction and bid documents including specifications for City staff review and approval. Provide 1 copy of 90% (optional upon City 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 entities, compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non-responding participants. 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 letterdeclaring 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. If required, provide traffic controls including a Traffic Control Plan, illumination, markings and striping, signalization, and as delineated by the City Traffic Engineering Department. 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. 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. Provide a Storm Water Pollution Prevention Plan. AMEND. NO. 1 EXHIBIT "A" Pa e3of8 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. 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 concerning the bid documents and prepare, in the City's format, for the Engineering Services' approval, anyaddenda or other revisions necessary to inform contractors of approved changes priorto bidding. d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation conceming 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 list 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 A/E 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 forthe 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. AMEND. NO. 1 EXHIBIT "A" Pa e4of8 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, 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 the plans and specifications forthe 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 parts 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 Citys computer - Imagingfor 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 formatwith each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. The City staff will: a. Prepare applications/estimates for payments to contractor. b. Conduct the final acceptance inspection with the Engineer. AMEND. NO. 1 EXHIBIT "A" Pa e5of8 B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation foradditional services that may be included as part of this contract, but the A/E will not begin work on this section without specific written 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: 1. Permitting. 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: a. Texas Department of License and Regulation (fDLR) Accessibility Review 2. Topographic Survey. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required forthe 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 complywith Category 6, Condition I specifications of the Texas 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. 3. Structural Engineer. Prepare a report containing an evaluation of the existing Wards Building structure in its present condition based on observations of existing conditions readily available. For proposed construction authorized by construction contract, provide W PI-1 and W PI-2 Forms to the Texas Department of Insurance for improvements to the building. 4. Environmental Consultant. Update previous report, provide abatement work plan, provide required construction abatement monitoring services. 5. Soils Report. Provide Feld investigation including five (5) soil borings to a depth of six (ti) feet below the existing ground surface, backfill and tamp boreholes, make short term observations for ground water, provide laboratory testing to characterize the soil physical and engineering properties and provide evaluations and recommendations for new flexible (asphalt) and/or rigid (concrete) pavements sections. AMEND. NO. 1 EXHIBIT "A" Pa e6of8 2. SCHEDULE PROPOSED PROJECT SCHEDULE DAY DATE ACTIVITY Tuesday November 18, 2008 Begin Preliminary Phase Monday November 24, 2008 Begin Design Phase Tuesday December 15, 2008 60% Submittal Tuesday December 15, 2008 City Review Thursday January 15, 2009 90% Submittal Tuesday February 03, 2009 City Review Tuesday February 17, 2009 Final Submittal Monday (2) February 23, 2009 March 2, 2009 Advertise for Bids Wednesday March 11, 2009 Pre-Bid Conference Wednesday March 18, 2009 Receive Bids Monday May 4, 2009 Begin Construction Monday September 7, 2009 Construction Completion 3. FEES A. Fee for Basic Services. The City will pay the A/E 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. The fee is receipt and appropriation of funds. For services provided in Section I.A.1-4, A/E will submit monthly statements for basic services rendered. In Section I.A.1-3, the statementwill be based upon A/E'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 statementwill be based upon the percent of completion of the construction contract. City will make prompt monthly payments in response to A/E's monthly statements. B. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the A/E anot-to-exceed fee as per the table below: AMEND. NO. 1 EXHIBIT "A" Pa e7of8 C. Summa of Fees Initial Small A/E Amendment No. 1 Total Fee for Basic Services 1. Preliminary Phase $0.00 $0.00 $0.00 2. Design Phase 41,794.00 0.00 41,794.00 3. Bid Phase 0.00 2,880.00 2,880.00 4. Construction Phase 0.00 16,600.00 16,600.00 Subtotal Basic Services Fees 41,794.00 19,480.00 61,274.00 Fee for Additional Services (Allowance) 1. Permit Preparation (as applicable) TDLR Accessibility Review 0.00 1,010.00 1,010.00 2. Topographic Survey 4,810.00 0.00 4,810.00 3. Structural Engineer 0.00 10,063.00 10,063.00 4. Environmental Consultant 0.00 8,775.00 8,775.00 5. Soils Report 3,300.00 0.00 3,300.00 Sub-Total Additional Services Fees Authorized 8,110.00 19,848.00 27,958.00 Total Authorized Fee $49,904.00 $39,328.00 $89,232.00 AMEND. NO. 1 EXHIBIT "A" Pa e8of8 Task List Wards Building Rehabilitation Basic Services: 1. Develop a preliminary project schedule. 2. Perform Architectural survey of existing building and roof conditions. 3. Evaluate Architectural solutions on providing a weather tight building envelope. 4. Submit 90% contract documents to City for review. 5. Attend 90% submittal review meeting. 6. Submit one set of final contract documents to City for project bidding. Addendum No.1: 1. Perform hazardous material inspection. 2. Provide Hazardous Material Abatement Plan. 3. Provide Structural Engineering Evaluation of existing Wards Building structure. 4. Provide Windstorm Certification for building improvements. 5. Submit project for Texas Accessibility Standards (TAS) review. 6. Assist City of Corpus Christi on Advertisement for Bids 7. Attend Pre-bid Conference. 8. Assist City of Corpus Christi through bidding process by answering contractor questions and providing any Addendums or Clarifications. 9. Attend Bid Opening. 10. Provide recommendation to City for Bid Award. 11. Provide Construction Administration Services. 12. Assist City in Project Closeout. AMEND. NO. 1 EXHIBIT "A-1" Pa e 1 of 2 Task List Wards Building Parking Lot Rehabilitation Basic Services: 1. Develop a preliminary project schedule. 2. Perform Soils Investigation for design of new parking lot. 3. Perform Survey of existing site conditions with all utilities. 4. Perform City of Corpus Christi Zoning Ordinance review. 5. Attend preliminary parking lot design review meeting with the City to determine best parking scheme. 6. Attend meeting with Development Services for their review and recommendations of parking lot scheme. 7. Research information on new parking space canopy structures and configuration. 8. Submit 90% contract documents to City for review. 9. Attend 90% review meeting with City. 10. Submit one set of final contract documents to City for project bidding. Addendum No.1: 1. Submit project for Texas Accessibility Standards (TAS) review. 2. Assist City of Corpus Christi on Advertisement for Bids 3. Attend Pre-bid Conference. 4. Assist City of Corpus Christi through bidding process by answering contractor questions and providing any Addendums or Clarifications. 5. Attend Bid Opening. 6. Provide recommendation to City for Bid Award. 7. Provide Construction Administration Services. 8. Assist City in Project Closeout. AMEND. NO. 1 EXHIBIT "A-1" Pa e2of2 Exhibit B Mandatory Requirements (Revised September, 2001) INSURANCE REQUIREMENTS CONSULTANT LIABILITY INSURANCE A. The Consultant shall not commence work under this Agreement until he/she has obtained all insurance required herein and such insurance has been approved by the City. Nor shall the Consultant allow any subconsultant to commence work until all similar insurance required of the subconsultant has been so obtained. B. The Consultant shall furnish two (2) copies of certificates, with the City named as an additional insured, showing the following minimum coverage in an insurance company acceptable to the City. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on all Bodily Injury and Property Damage certificates Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises -Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractuallnsurance 7. Broad Form Property Damage 8. Independent Consultants 9. Personallnjury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS= WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include [ ] REQUIRED long-tern environmental impact for the disposal of [X] NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements [ ]REQUIRED [X] NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements [ ] REQUIRED [X] NOT REQUIRED Exhibit "B" -Insurance Requirements Page 1 of 3 C. In the event of accidents of any kind, the Consultant shall furnish the City with copies of all reports of such accidents at the same time that the reports are forwarded to any other interested parties. II. HOLD HARMLESS A. Consultant agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this contract. The foregoing indemnity shall apply except if such injury, death or damage is caused by the sole or concurrent negligence of the City of Corpus Christi, its agents, servants, or employees or any other person indemnified hereunder. B. The Consultant shall obtain workers' compensation insurance coverage through a licensed insurance company or through self-insurance obtained in accordance with Texas law. If such coverage is obtained through a licensed insurance company, then the contract for coverage shall be written on a policy and endorsements approved by the Texas State Board of Insurance. If such coverage is provided through self-insurance, then within ten (10) calendar days after the date the City requests that the Consultant sign the contract documents, the Consultant shall provide the City with a copy of its certificate ofauthority toself-insure its workers' compensation coverage, as well as a letter, signed by the Consultant, stating that the certificate of authority to self-insure remains in effect and is not the subject of any revocation proceeding then pending before the Texas Workers' Compensation Commission. Further, if at any time before final acceptance of the Work by the City, such certificate of authority to self-insure is revoked or is made the subject of any proceeding which could result in revocation of the certificate, then the Consultant shall immediately provide written notice of such facts to the City, by certified mail, return receipt requested directed to: City of Corpus Christi, Department of Engineering Services, P. O. Box 9277, Corpus Christi, Texas 78469 -Attention: Contract Administrator. Whether workers' compensation insurance coverage is provided through a licensed insurance company or through self-insurance, the coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Consultant will be promptly met. „ seatras~ Exhibit "B" -Insurance Requirements Page 2 of 3 III. On the certificate of insurance: • The City of Corpus Christi is to be named as an additional insured on the liability coverage, except for workers' compensation coverage. • Should your insurance company elect to use the standard ACORD form, the cancellation clause (bottom right) shall be amended by adding the wording "changed or" between "be"and "cancelled" and deleting the words "endeavorto"and the wording after"left". If the cancellation clause is not amended in the ACORD form, then endorsements shall be submitted. • The name of the project also needs to be listed under"description of operations". • At least 10-day written notice of change or cancellation will be required. IV. A completed Disclosure of Interest must be submitted with your proposal. Exhibit "B" -Insurance Requirements Page 3 of 3 City of COTpUS CITY OF CORPUS CHRISTI CI111St1 DISCLOSURE OF INTERESTS w~ City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with N/A. FIRM NAME: Solka Nava Torno. Inc. Architects STREET: 6262 Weber Road. Suite 310 CITY: Corpus Christi ZIP: 78413 FIRM is: 1. Corporation X 2. Partnership- 3. Sole Owner- 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. 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 Department (if known) N/A 2. 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 Title N/A 3. 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 Jack Solka Coastal Bend Health Facility Corporation --Me 4. 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 of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Tex as ch n es o~ Certifying Person: ~ ~ ~ /~ Title: ~YG/~/ - Lei/'?Et~J n ame Signature of Certifying Person: `~`~' Date: ~~ ~ EXHIBIT "C" 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 ordeal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership corporation, 1oint stock company, joint venture, receivership or trust and entities which, far purposes of taxation, are treated as non-profit 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 Chnsti, 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 refers to holding or control established through voting trusts, 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. EXHIBIT "C" Page 2 of 2