Loading...
HomeMy WebLinkAboutC2009-059 - 2/17/2009 - 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 Ciry Manager or Designee (Director of Engineering Services) and Bath Engineering Group. Inc., a Texas corporation, 5658 S. Staples. Suite 110, Corpus Christi, Nueces County, Texas 78411, (Architect/Engineer-A/E), hereby agree as follows: SCOPE OF PROJECT RFQ No. 2008-05 Bond Issue 2008 and Other Projects Part A. Bond Issue 2008 Projects Proposition 5 Public Facilities Project 40 Museum of Science & History HVAC/Air Handler Units, Generator and Fire Security Project # 4378 Voters in Bond Issue 2008 approved $850,000 dollars to renovate the Museum of Science & History. The following is a list of the major parts of the renovations that will be pertormed. • HVAC Upgrade -Air handlers o Kenedy Winq: design the removal and replacement of the 3 multi-zone units and 1 constant volume unit with 2 variable air volume units with series fan powered terminal units. Design to include new 18" roof curbs and roofing repair. System modification may include consolidating equipment for variable air volume operation. This wing can be closed during construction. o Heine Winq: design the removal and replacement of the 4 constant volume air handling units. This wing can not be closed during construction. o Clopped piping: locate and design the removal clogged piping in the chilled and hot water piping system. Design the installation of new piping to remedy problems with the exiting piping arraignment. o Controls: Bath is to present the control package in the construction drawings with control diagrams that convey the control strategies and minimum point list. This new control system will be added to the existing system. • Exhaust bench - Design a ventilated work bench for projects conducted in house that may include adhesives and small amounts of spray paint. • Emergency electrical system -Replacement of emergency generator with an automatic transfer switch was determined to be out of budget. Bath is to investigate the exiting emergency power to have the ability to bring a portable generator to the museum for temporary power within 24 hours. This will include the upgrade the electrical switchgear in the mechanical room if possible. The emergency power system is to be sized to allow minimal lighting and complete HVAC operation. • Fire alarm/security o Move all devices from the old conventional fire alarm panel to new Radionics analog addressable fire alarm panel if possible. This installation will require replace/upgrading of devices that are compatible with the new Radionics fire 2009-059 M2009-045 02/17/09 CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES Page 1 of 4 Bath Engineering Group Last Revision: Dec 2004 alarm panel or possibly replacing the entire system to one that meets the museum's needs and current codes. o Access control scope is to add four (4) "high security" areas. These areas include the marine archeology storage room, history collection storage, and natural history collection storage. Overhead roll-up door - Provide a design that will help reduce the heat and infiltration from the roll-up door and roll-up door opening. ADA access Design doors at the front entrance to meet ADA requirements. 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. Exhibit "A-1" provides supplemental description of services to Exhibit "A"and does not intended to supersede services described in Exhibit "A". Work will not begin on Additional Services until requested by theA/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. 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 may be 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. 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 A/E agrees to the mandatory contract and insurance requirements as set forth in Exhibit «B~, CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES Page 2 of 4 Last Revision: Dec 2004 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 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 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. 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 wilt be evidenced on the plans, and be signed and sealed by a professional engineer prior to re-use of modified plans. 10. INSURANCE, INDEMNIFICATION AND HOLD HARMLESS The Consultant will submit to the City Engineer a certificate of insurance, with the City named as additionally insured, showing the minimum coverage set forth in Exhibit "B" by an insurance company acceptable to the City. The Consultant further agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees as more fully set forth in Exhibit "B". CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES Page 3 of 4 Lash Revision: Dec 2004 11. 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 G72 a. 2-2/-09 Oscar Martinez Date Assistant City Manager RECOMI NDED 2~0 Pete Anaya, Date Director of Engineering Services ATTEST Armando Chapa, City S retary APPROVED A TO F013M City Attorneyy Da e 8~~ ~ ~/~/ Bath Engineerin crouppy, Inc. a, /~2 ~ ~/ Date 5656 S. Staples, Suite 110 Corpus Christi, TX 78411 (361)992-2284 Office (36J1~)~992-2287 F~apx ~~~ /YbC Dom. AUTHUHIGrrt~ qY CgtlNCil.....D~.~..1. ~~I ~C~ ~~~w~SECRETARY CONTRACT FOR ENGINEERING (LARGE A/E) SERVICES Page 4 of 4 last Revision: Dec 2004 EXHIBIT A CORPUS CHRISTI MUSEUM OF SCIENCE AND HISTORY HVAC/AIR HANDLING UNIT/CHILLER/GENERATOR AND FIRE/SECURITY REPAIRS AND/OR REPLACEMENT PROJECT 4378 SCOPE OF SERVICES A. Basic Services 1. Engineer Letter Report. The Architect/Engineer-A/E will: It is the intent of the Engineer Letter Report Phase to provide a study or report of the project scope with economic and technical evaluation of alternatives, and upon approval, proceed in a design memorandum which includes designs, drawings, and written description of the project. This report shall include: A review of the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution ofthe Project; The A/E will meet with City staff to collect data, discuss materials and methods of construction, and identify design and construction requirements. 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). Identify results of site field investigation including site findings, existing conditions, and probable Project design solutions. 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. 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. Provide a letter stating that the A/E and Sub-consultant Engineers have EXHIBIT "A" Pa e 1 of 8 checked and reviewed the design memorandum prior to submission. Provide an analysis on project impacts towards "re-engineering" and effects on cost savings toward City operations, which this project will affect. Perform the preliminary items as shown on Exhibit "A-1" Task List. City staff will provide one set only of the following information (as applicable): Record drawings, record information of existing facilities, and utilities (as available from City Engineering files). The preliminary budget, specifying the funds available for construction; Aerial photography for the Project area. Through separate contract, related GIS mapping for existing facilities. A copy of existing studies and plans. (as available from City Engineering files). Field location of existing city utilities. (City to coordinate with City Operating Department). Provide applicable Master Plans. 2. Design Phase. Upon approval of the Engineer Letter Report phase, designated by receiving authorization to proceed, the A/E will: 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. 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 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. 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). EXHIBIT "A" Pa e2of8 Prepare final quantities and estimates of probable costs and probable construction schedule. 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 • Constructability, etc. • Specific requirements of the City • Standard specifications • 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 Pre-Final and 1 copy of the Final 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/OC) measures to ensure that submittal of the 60% and Pre-Final 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 EXHIBIT "A" Pa e3of8 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. 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. The City staff will: Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. Provide the budget for the Project specifying the funds available for the construction contract. 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: Participate in the pre-bid conference Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. Review all pre-bid questions and submissions concerning 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. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. 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, conferwith 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 EXHIBIT "A" Pa e4of8 bids. The City staff will: Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. 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. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. 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: Participate in pre-construction meeting Review for conformance to contract documents, shop and working drawings, materials and other submittals. 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. 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. Prepare change orders (coordinate with the City's construction division); provide interpretations and clarifications of the 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. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. EXHIBIT "A" Pa e5of8 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 City's computer- Imaging for Win95 (Wang) and Microsoft Imaging Composer. Deliver the manuals on a CD-ROM, not on floppy disks. 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 electronic data will be compatible with the City GIS system. The City staff will: Prepare applications/estimates for payments to contractor. Conduct the final acceptance inspection with the Engineer. B. Additional Services This section defines the scope for compensation for additional services that will be included as part of this contract. The A/E will do the following: Construction Observation Services. Provide Project Observation services including at least weekly coordination with the City's staff. Start-ua Services. Provide verification for all start-up procedures during actual start up of major Project components, systems, and related appurtenances if needed and required. Incentive Rebate Services. Provide an analysis of available incentive and rebate programs that may be applicable to the project. Provide recommendation as to whether available programs warrant participation and prepare applications and documentation for the City to receive applicable incentive and rebates. EXHIBIT "A" Pa e6of8 TDLR Registration/Inspection. Provide services to ensure project is registered with the Texas Department of Licensing and Regulation for accessibility plan review and retain the services of a TDLR Registered Accessibility Specialist for plan review and inspection. 2. SCHEDULE PROPOSED PROJECT SCHEDULE DAY DATE ACTIVITY Thursday February 11,2009 Begin Engineer Letter Report Phase Wednesday March 11, 2009 Engineer Letter Report Phase Wednesday March 25, 2009 City Review (14 days/2 weeks) Thursday April 30~h 2009 60% Submittal Thursday May 14~", 2009 City Review (14 days/2 weeks) Thursday May 14~h, 2009 Begin Pre-Final Phase Tuesday June 30~h, 2009 Pre-Final Submittal Tuesday July 14~", 2009 City Review (14 days/2 weeks) Tuesday July 14~h, 2009 Begin Final Phase Friday July 315, 2009 Final Submittal Tuesday August 3rd,2009 Advertise for Bids Tuesday August 17~", 2009 Pre-Bid Conference Tuesday September 15~, 2009 Receive Bids September 2009 Begin Construction January 2010 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 subject to the availability of funds. The A/E may be directed to suspend work pending receipt and appropriation of funds. For services provided in Section I. A. 1-4, A/E will submit monthly statements for basic EXHIBIT "A" Pa e7of8 services rendered. In Section I.A.1-3, the statement will 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 statement will be based upon the percent of completion of the construction contract. Ciry 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: C. Summa of Fees Fee for Basic Services 1. Preliminary Phase $7,360 2. Design Phase $53,080 3. Bid Phase $2,080 4. Construction Phase $5,000 Subtotal Basic Services Fees $67,520 Fee for Additional Services (Allowance) 1. Construction Observation Services $10,000 2. Start-up Services $7,400 3. Incentive Rebate Services $3,500 4. TDLR Registration/Inspection 500 Sub-Total Additional Services Fees Authorized $21,400 Total Authorized Fee $88,920 EXHIBIT "A" Pa e8of8 TASK LIST EXHIBIT A-1 CORPUS CHRISTI MUSEUM OF SCIENCE AND HISTORY HVAC/AIR HANDLING UNIT/CHILLER/GENERATOR AND FIRE/SECURITY REPAIRS AND/OR REPLACEMENT PROJECT 4378 General Scope 1) Perform field investigation as required to define specific areas of demolition and new work, equipment, locations, tie-in point, and other applicable parameters required to complete the items as shown on this Task List. 2) Attend and participate in project start and planning meetings (2 meetings) with City staff to discuss planning and conceptual design. Gather information and perform close coordination with Storm Water Department staff. 3) Perform all calculations and develop a preliminary construction schedule and sequencing plan that includes all the items as shown on this Task List. This schedule will include procurement, construction, coordination, and provision for minimum interruption of services and construction schedules. 4) Prepare one (1) copy of the Engineer Letter Report with conceptual cost estimates for the anticipated work. 5) Prepare one (1) copy of the 60% Construction Documents conceptual cost estimates for the anticipated work. 6) Review with City staff, revise, and furnish 1 (one) copy of the Pre-Final Construction Documents. 7) Review with City staff, revise, and furnish 1 (one) copy of the Final Construction Documents. The Engineer shall perform the above Services by considering the essential project parameters including the following: Specific scope 1) HVAC upgrade Air handlers Kenedy Wing: design the removal and replacement of the 3 multi-zone units and 1 constant volume unit with 2 variable air volume units with EXHIBIT A-7 Pa e 1 of 3 series fan powered terminal units. Design to include new 18" roof curbs and roofing repair. System modification may include consolidating equipment for variable air volume operation. This wing can be closed during construction. Heine Wing: design the removal and replacement of the 4 constant volume air handling units. This wing can not be closed during construction. Clogged piping: locate and design the removal clogged piping in the chilled and hot water piping system. Design the installation of new piping to remedy problems with the exiting piping arraignment. Controls: Bath is to present the control package in the construction drawings with control diagrams that convey the control strategies and minimum point list. This new control system will be added to the existing system. 2) Exhaust bench Design a ventilated work bench for projects conducted in house that may include adhesives and small amounts of spray paint. 3) Emergency electrical system Replacement of the emergency generator with an automatic transfer switch was determined to be out of budget. Bath is to investigate the exiting emergency power. The intent is to have the ability to bring a portable generator to the museum for temporary power within 24 hours. The museum also wants to upgrade the electrical switchgear in the mechanical room if possible. At a minimum the system should be sized to allow minimal lighting and complete HVAC operation. 4) Fire alarm/security Fire alarm scope is to move all devices from the old conventional fire alarm panel to new Radionics analog addressable fire alarm panel if possible. This installation will require replace/upgrading of devices that are compatible with the new Radionics fire alarm panel or possibly replacing the entire system to one that meets the museum's needs and current codes. Access control scope is to add four (4) "high security" areas. These areas include the marine archeology storage room, history collection storage, and natural history collection storage. Entry/exit alarms or security cameras are not required only door card access. 5) Overhead roll-up door EXHIBIT A-1 Pa e2of3 Provide a design that will help reduce the heat and infiltration from the roll-up door and roll-up door opening. This design may possibly be a removable insulated wall, Bath to research options. 6) ADA access Design doors at the front entrance to meet ADA requirements. Deliverables Construction documents for bidding purposes including specifications and cost estimates. Submittals 1) Engineer Letter Report documentation that includes: Analysis and Report on Scope of Work Application on the Project Preliminary cost estimate 2) 60% design documentation that includes: 60% complete drawings 60% complete specifications Preliminary cost estimate 3) Pre-Final Final design documentation that includes: Final complete drawings Final specifications Final list of specified equipment Reponses to 60% comments Final cost estimate 4) Pre-Final Final design documentation that includes: Pre-Final complete drawings Pre-Final specifications Pre-Final list of specified equipment Reponses to 60% comments Pre-Final cost estimate 5) Pre-Final Final design documentation that includes: Final complete drawings Final specifications Final list of specified equipment Reponses to Pre-Final comments Final cost estimate Schedule The project is intended to be constructed in the fall/winter months of 2009. Project design shall be completed by July 3151, 2009. EXHIBIT A-7 Pa e3of3 Exhibit B MANDATORY INSURANCE REQUIRMENTS (Revised September 2007) 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 WORKERS' COMPENSATION WHICH COMPLIES WITH THE TEXAS WORKERS= 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 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 interest parties. EXHIBIT "B" Insurance Requirements Pa e 1 of 2 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 of authority to self-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. 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 "endeavor to" 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 Pa e2of2 City of Corpus Chrtsti .:...~ CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS 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 NA. FIRM NAME: /A7~ /n/~i /Z//r/C~ !~ STREET: a a /e CITY: r~a U yris>/ ZIP: 7~%/ FIRM is: 1. Corporation~_ 2. Partnership- 3. Sole Owne 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 ~ //A Job Title and City Department (if known) _~ s`~+ 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 ~/,~ 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 N/A 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 ~/J~ 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, Texas as changes occur. Certifying Person: ~/OC1ti ~ Title: ~-~~a/ ype or rin ~~~ 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, joint stock company, joint venture, receivership or trust and entities which, for 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 Cou Judges o~ the Ciy 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 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 n M d' Z d .o a ao 0 0 ON w, I .Q O K N W d V C d .~ N w O E 3 O) N 3 O Z d d" v ~ ~O ~O C C w O d lY6 °: c U ~- ~ O dV _v f6 U O ~O ~ C C U . o t ~> U~ N ~ O) ~ U a °> c CO M 000 ~ O O V 0 M M O N ~ 0 1 C 3 to ~ fA (fl 0) to O _ N! I~ ~ O ~ 0 U Q d V N O d ° s ~ Q a 3 U °' ~ ~ o . Z^ LL Q ~ G M ~ W V {y d O V m Z N d _u ~ Z N ~ ~ N v N v d d. N O1 w r m d N A e B ° ~ °- :. v a •y ' m ~ ~ 01 ~ t d "" m O Q ~ +~ C ~ L 7 ~ ~ V1 U C ~ ~ C U ~ U c 0 Q d ~ m U ~ d ~ a _ .~ LL r N M ~ N LL ~ N M VI H 41 O 7 ~ ~ \ ~, N N a` d d o •~ ~ N ~ ~ c ~~ 3~ N N V ~~ O ~j U IJ~ ~ 0 N CA N d