Loading...
HomeMy WebLinkAboutC2009-132 - 4/14/2009 - ApprovedAMENDMENT NO. 1 TO CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas hereinafter called "City" and LNV Engineering hereinafter called "Consultant" agree to the following amendment to the Contract for Professional Services for Existing Broadway Plant Requirements 2008 IProiect No. 7414), as authorized by: Original Small A/E August 26, 2008 Administrative Approval $40,881.00 In the original contract, the SCOPE OF SERVICES shall be modified to include the following paragraphs: BASIC SERVICES A. Basic Services. 1. Preliminary Phase. (COMPLETED UNDER ORIGINAL SMALL A/E CONTRACT) Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the A/E will: a. Study, verify, and implement Engineering Letter Report 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, notice to bidders, 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 with the recommended construction schedule. The construction schedule will provide a phased approach to better track progress and payments. e. Furnish one (1) copy of the interim plans (plans only-identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. Required with the interim 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 2009-132 AMD. N0.1 04/14/09 Pa e 1 of 9 M2009-089 away Plant RequiremanlsWna. No 1U110E. No t.tlw LNV Engineering • 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 • 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. (If required) Provide 1 copy of pre-final plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. 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 interim, pre-final (if required), and 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 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. I. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. m. Provide a Storm Water Pollution Prevention Plan. n. Ordinance No. 19663 establishes the Municipal Public Arts Program requiring works of art to be included in certain city vertical construction projects. If it is determined this project is subject to Municipal Public Art Program, the architect/engineer will cooperate during the design process to fulfill the requirements of the ordinance. o. Engineer shall schedule, prepare for, and conduct a design phase workshop with City staff. The Engineer will develop meeting agendas one week prior and will deliver meeting minutes one week after the meeting. The purpose of the design workshop will be to coordinate and discuss the major design issues with the Wastewater staff and to develop a detailed project plan covering the pertinent design criteria and parameters. The City staff will: H:W GME1Redlelle\GEN\WestewalerV414-Existing Broaawey Planl RequiramenlslAmO. No. 1\AnW. No. Laoc AMD. N0.1 Pa e2of9 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 and provide a recommended agenda for critical construction activities and elements impacted the project. 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, 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 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 conference and provide a recommended agenda for critical construction activities and elements impacted the project. 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 required 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, and to determine, in general, if the work is being done in accordance with the contract documents. This will AMD. NO. 1 Pa e3of9 H:WGME1Rathalle\GEN\Westewatar\7gtq-Existing Broadway Plant RepuiremenlsWmd. No. 1 Wmtl. No. Ldoc not be confused with the project representative observation or continuous monitoring of the progress of construction. f. Prepare change orders as authorized by the City (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. 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 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 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. ADDITIONAL SERVICES: 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 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. Permittins~. (TBD) 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. Union Pacific Railroad, Missouri Pacific Railroad, or any other railroad operating in the area b. TxDOT Permits/Amendments c. Wetlands Delineation and Permit d. Temporary Discharge Permit e. NPDES Permit/Amendments f. Texas Commission of Environmental Quality (TCEQ) Permits/Amendments AMD. N0.1 Pa e4of9 H:U10ME\RaUlalle\GEMWestewater\7414-Exislirg Broagway Planl RequirementsUmtl. No. 7Wmtl. No. Ltloc g. Nueces County h. Texas Historical Commission (THC) i. U.S. Fish and Wildlife Service (USFWS) j. U.S. Army Corps of Engineers (USAGE) k. United States Environmental Protection Agency (USEPA) I. Texas Department of License and Regulation (TDLR ) 2. Right-of-Wav (ROW1 Acquisition Survev. (TBD) The A/E will review 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. Tooograahic Survev. (TBD) 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 Society of Professional Surveyor' 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. (TBD) 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. 5. Construction Observation Services. (TBD) 1. Provide a project representative (PR) to provide periodic construction inspection. A. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the A/E shall endeavor to provide further protection for the CITY against defects and deficiencies in the Work. B. The duties and responsibilities of the PR are described as follows: 1. General: PR will act as directed by and under the supervision of A/E, and will confer with A/E regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with A!E and Contractor, keeping the CITY advised as necessary. 2. Conference and Meetings: Attend meetings with Contractor, such as pre- construction conferences, progress meetings, job conferences and other project- related meetings as required by the City, and prepare and circulate copies of minutes thereof. 3. Liaison: H:WOME\Rerhell6\GEMWastewater\7414-Existing Broetlwey Plent Requirements\ArtM. No. 1Wmtl. No. i.tlac AMD. N0. 1 Pa e5of9 A. Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. B. PR shall communicate with CITY with the knowledge of and under the direction of A/E 4. Interpretation of Contract Documents: Report when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. 5. Shop Drawings and Samples: A. Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. B. Record date of receipt of Samples and approved Shop Drawings. C. Advise Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which PR believes that the submittal has not been approved. 6. Review of Work and Rejection of Defective Work: A. Conduct on-Site observations of Contractor's work in progress to assist A/E in determining if the Work is in general proceeding in accordance with the Contract Documents. B. Report whenever PR believes that any part of Contractor's work in progress will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise City and A/E of that part of work in progress that PR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. C. Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be pertormed by public agencies having jurisdiction over the Work. 7. Records: A. Maintain orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, A/E's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. B. Prepare a daily report utilizing approved City format, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to A/E and the City. AMD. NO. 1 Pa e6of9 H:WOME\Rochelle\GEMWaslewataN414-E>tisling BroaUxay Plant RequiramenlaWmtl. No. 1 Wmtl. No. 1.tloc 8. Reports: A. Furnish periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. B. Report immediately to the CITY and A/E the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. C. Provide project photo report on CD-ROM at the rate of a minimum of two photographs per day, including an adequate amount of photograph documentation of utility conflicts. 9. Completion: A. Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. B. Participate in a final inspection in the company of A/E, the CITY, and Contractor and prepare a final list of items to be completed or corrected. C. Observe whether all items on final list have been completed or corrected and make recommendations concerning acceptance and issuance of the Notice of Acceptability of the Work. 6. Start-uo Services. (TBD) 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. 7. Warrantv Phase. (TBD) 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 prior to the end of the maintenance guaranty period. 8. Provide SCADA Documentation. (TBD) Provide standardized SCADA documentation, which will include PFDs, P&IDs, loop sheets, logics, SCADA architecture, DCS I/O lists, instrument lists, tie-in lists, piping lists, equipment lists, and instrumentation specification sheets. SCHEDULE DAY DATE ACTIVITY Wednesday April 15, 2009 Begin Design Phase Friday June 19, 2009 Pre-Final Submittal Friday July 3, 2009 City Review Friday July 17, 2009 Final Submittal Monday (2) July 27 & Aug. 13, 2009 Advertise for Bids Tuesday August 11, 2009 Pre-Bid Conference Wednesday August 19, 2009 Receive Bids H:WGME1ReMalla\GEMWaStavalaN414-Exislirg eroaoway Plent RequiremenlsWmd. No. 7Wnd. No. t.doc AMD. N0.7 Pa e7of9 Tuesday September 8, 2009 Award by City Council Monday October 12, 2009 Pre-Construction Meeting Thursday October 22, 2009 Begin Construction Wednesday January 20, 2010 Construction Completion 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. 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 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. 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 a not-to- exceed fee as per the table below: TASK ITEM .ORIGINAL CONTRACT AMENDMENT N0.1 REVISED TOTAL CONTRACT Basic Services 1. Prelimina Phase $40,881 $0 $40,881 2. Desi n Phase $0 $20,335 $20,335 3. Bid Phase $0 $1,270 $1,270 4. Construction Phase $0 $3,815 $3,815 Sub-Total Basic Services: $40,881 $25,420 $68,301 Additional Services 1. Permit Preparation (as applicable) $0 $0 $0 2. ROW Ac uisition Surve $0 $0 $0 3. To o ra hic Surve $0 $0 $0 4. Environmentallssues $0 $0 $0 5. Construction Observation Services $0 $0 $0 6. Start-u Services $0 $0 $0 7. Warrant Phase $0 $0 $0 8. Provide SCADA Documentation $0 $0 $0 Sub-Total Additional Services: $0 $0 $0 Total Fee: $40,881 $25,420 $66,301 AMD. NO.1 Pa e8of9 H:WOMEV2erhallelGEMWastawatatl7414-Exiscirg Broedwey Plent RequiremenislAmtl. No. 11/,rrM. No. t.doc CITY OF CORPUS CHRISTI Oscar Martinez (Date) Assistant City Manager RECOMMENDED ~~~ a,~~ Pete Anaya, P.E. (Date) Director of Engineering ATTEST City Secretary APPROVED AS TO FORM Assistan City Attorney (Da~ H:IHOMEVtathelle\GEMWeslewatar17414-Enistinp Broatlway Planl RegoiremanlsWmtl. No. 1 Wmtl. No. i.tloc 1„~~~~~/n~''/I AUTHORIZt~ BT COUHCIL...4~'1".~L~~O~ .~....o.......`~~ SECRETARY Project Number: 7414 CIP # WIN 05 Funding Source: 550950-4500-00000-170247 Encumbrance Number: LNV EN ERING Dan ecker, P.E. (Date) Presi t 801 Navigation, Suite 300 Corpus Christi, TX 78408 (361) 883-1984 Office; (361) 883-1986 Fax AMD. N0.7 Pa e9of9 EXHIBIT A-1 TASK LIST CITY OF CORPUS CHRISTI EXISTING BROADWAY PLANT REQUIREMENTS (PROJECT NO. 7414) PROJECT DESCRIPTION This project consists o establishing and executing a rehabilitation project to repair all necessary facilities to maintain TCEO compliance and to extend the useful service life of the existing plant for at least four more years. To accomplish this task, LNV Engineering will evaluate the existing facilities, develop rehabilitation recommendations, and prepare the appropriate plans and specifications into a bid package. A. BASIC SERVICES 1. Preliminary Phase. (COMPLETED UNDER ORIGINAL SMALL A/E CONTRACT) 2. Design Phase A. Study, Verify, and Implement Recommendations from the Final Letter Report dated January 20, 2009. B. Provide One (1) set of Preliminary Plans and Contract Documents forthe City's Review The plans and contract documents will include rehabilitation recommendations for the following items: 1) Re-Lift Pumps 2) Splitter Box 3) Primary Clarifiers 4) Aerobic Digester 5) Odor Control System 6) Non-Potable Water System 7) Digester Operations Building (DOB) Pumps 8) Re-Circulation Pumps 9) Chemical Feed Pumps C. Prepare Final Quantities and Estimates of Probable Costs based on the FINAL drawings D. Assimilate All Review Comments, Modifications, Additions/Deletions E. Provide Pre-Final Plans and Bid Documents (100%) F. Provide Quality Assurance/Quality Control G. Provide One (1) Set Final Plans and Contract Documents and Provide One (1) Electronic Copy H. Submit Monthly Status Reports using the City's standard format I. Provide a Storm Water Pollution Prevention Plan AMD. N0.1 EXHIBIT "A-1" Pa e 1 of 2 H:WOME1ReGrelle\GEN1WestewsteA7414-Existirg Broatlwey Plenl RequiremsMSWrM. No. 1\Exhibit A-0.tloc 3. Bid Phase A. Participate in Pre-Bid Conference and Provide Recommended Agenda B. Assist City in Solicitation of Bids C. Review All Pre-Bid Questions and Submissions D. Provide Addenda as Required E. Attend Bid Opening F. Revisions to Bid Documents G. Provide Bid Tabulation H. Provide Recommendation Letter concerning award of contract to City Engineer 4. Construction Phase A. Participate in Pre-Construction Meeting B. Review Shop and Working Drawings C. Provide Testing Schedule and Review Field and Laboratory Tests D. Provide Interpretations and Clarifications of Contract Documents E. Regular Visits to Site of Project (two per month) F. Prepare Change Orders as authorized by City G. Make Final Inspection with City staff H. Review and Assure Compliance with Plans and Specifications I. Review Construction "Red-Line" Drawings, Prepare Record Drawings J. Review Monthly Construction Pay Estimates B. ADDITIONAL SERVICES 1. Permitting -TBD 2. Right of Way Acquisition Survey -TBD 3. Topographic Survey -TBD 4. Environmentallssues-TBD 5. Construction Observation Services-TBD 6. Start-Up Services -TBD 7. Warranty Phase-TBD 8. Provide SCADA Documentation -TBD AMD. NO. 7 EXHIBIT "A-1" Pa e2of2 H:WOMEgiactielle\GEMWastewetar17414-Exlating Broadway Plant RequiremantsWrM. No. 1\E>thiDit A-1.dot EXHIBIT B MANDATORY INSURANCE REQUIRMENTS (Revised September 2001) 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" Insurence 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 tympany 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. 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 "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 Insurance Requirements Pa e2of2 City. ~of COI'j)US CITY OF CORPUS CHRISTI Ci1TISt1 DISCLOSURE OF INTERESTS ir~rV 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, answerwith "N/A". FIRM NAME: LNV Encineerinc STREET: 801 Navigation. Suite 300 CITY: Corpus Christi. TX ZIP: 78408 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) 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 Dan S. Levendecker Marina Advisory Board 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, Texas as changes oc r Certifying Person: Dan S. Le endecl r Title: Presiden~td Signature of Certifying Person: Date: 3~~ri7 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 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, 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 Depu~City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges ot` the Ci 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 a aCi ~ V ~ d C a v ~ •1 F C 3 dt _O v •~ > C a- 7 V O 'Q C W y Q ~ ~ Z b ~ O F N U ? S 7G - a ~ K Z a Z ~ O z ~.. m F^ v~ v a ~a ~` a O o V Z a V C O V d v .~ V .~ 00 0 0 0 r 0 0 100 0 0 0 0 0 0 0 0 M 0 0 N 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 a 0 ~ o 0 M 0 0 r 0 0 N 0 0 0 p p p o 0 0 0 ° ° m m O o ° o ,° u ~ ~ ~ ~ ~ n n o r [~? fA EA 69 O O O O O 0 0 0 p p p 0 O O O G 9 m d 9 O ~ 1n ~ ~ O ~ ~ ~ ~ O O 0 0 O O Q p O ~ 1 0 m 0 O O O O N ~ ~ ~ ~ ~ ~ ~ r ~ 0 0 0 0 0 O N N 0 1 1 0 m m m ~ 10 d' 01 0 o n u> N o ~ co n N n m ~ F, ~ ~ M a- ~ ~ M fR H ~ ~ r 0 0 0 O 0 0 0 N p p p N 0 N ~ ~ 1 0 1 0 t 9 m m 1 0 N O N (0 ~ CO N f0 OD r r r r r r (y ~ ~ ~ ~ O 0 0 0 0 0 Q p p EA 0 O Ef) N N O N N O O r ~ ~ ~ r O r r r r r r r r (V EA EA EA fH 0 0 0 m CO m O O l0 In O 0 0 0 0 ~ ~ ~ r N CV CO CV (V f0 N GO fA [fl fA d9 EA EA N U . N N Z a~ ~ V! fn N ~- N ~ V f6 H N N ~ ~ ~ ~ N T~ O d LL N U L N ~. U d W f0 ~ N f0 Z = w ~ y N d Z• z N o U m m C c c W N v Q O ~ , ~ ~ ~ LL N ~ 0. N 7 N O ~' c O oI ~ Q t0 as fn ~ p . O ~ N O O ~ E N O U) I~6 Q'S Q Q E N 'O 0 a p . m U C~ Q a ~ s aO u U t~ m Q 1 - (A = r v W~LL°o UFON 7 m ~ ~ w~ mo N a c W ~ a ~ ~ v J g K O LL QH K Z O U