Loading...
HomeMy WebLinkAboutC2010-003 - 1/12/2010 - ApprovedAMENDMENT NO. 1 TO CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas hereinafter called "CITY", and FREESE AND NICHOLS INC., hereinafter called "ARCHITECT/ENGINEER" ("A/E"), agree to the following amendment to the Contract for Professional Services as authorized and amended by: Ori final Contract Ma 27, 2008 Administrative A royal $47,500.00 1. SCOPE OF PROJECT: O.N. STEVENS RAW WATER INFLUENT IMPROVEMENTS (Project No. 8643 / CIP No. WAWS 02) The ONSWTP is currently rated at a treatment capacity of 167 million gallons per day (MGD) and is capable of being up rated by the Texas Commission on Environmental Quality (TCEQ) to 200 MGD. A hydraulic analysis has identified several bottlenecks which restrict flow to about 159 MGD ahead of the sedimentation basins and 133 MGD into the pre-sedimentation basin. This project will consist of hydraulic improvement at the raw water influent to increase the plant flow rate to 200 MGD. Improvements will also be made to the pre-sedimentation basin allowing the entire plant flow to receive pre-settling and blending of the raw river water and lake sources. These improvements will enhance the performance of the treatment plant, increase the hydraulic capacity by 67 MGD and save chemical costs. 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform professional 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. 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 hanin nn any phase or any Additional Services until requested in writing by the A/E and 2010-003 Freese and Nichols M2010-013 Large AIE Contract 01/12/10 Page 1 of 3 Raw Water Influent ImpsWmd. No. 11Amd. No. 1.doc INDEXED 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. INDEMNITY AND INSURANCE A/E agrees to the mandatory contract indemnification 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, a revised fee not to exceed $1,880,000.00 (One Million Eis~ht Hundred Eighty Thousand Dollars and Zero Centsl, for a total restated fee of $1,927,500.00 (One Million. Nine Hundred Twenty-Seven Thousand Five Hundred- Dollars and Zero Cents . 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 maybe assigned in advance of receipt by the A/E without written consent of the City. Large A/E Contract Page 2 of 3 H:\FIOME\RachellelGENlWaterl0NSW7P\8643-Raw Water Influent ImpsWmd. No. 11Amd. No. t.doc 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 as Exhibit "C". CI OF CORPS HRI TI G~~ / /y Juan Pera s Jr., P.E. ate Assistant ity Manager RECOMMENDED ~~O Pete Anaya, P.E. Date Director of Engineering Services FREESE AND NICHOLS, INC. Ron G~azm~n, P.E. Date Vice President/Group Manager 5402 S. Staples, Suite 208 Corpus Christi, TX 78411 (361) 561-6500 Office (361) 561-6501 Fax ATTEST ^~ V Armando Chapa, City cretary ~1fi.:.....:.1~G... Al1TH01ii1E~ I:T COtiiiClL ..,~,~,~; t ~ SEC~tETAfiY AS O FORM Project Number: 8643 CIP # WAWS 02 t~, Funding Source: 550950-4477-00000-108191 '~~'~~"i~ Encumbrance Number: City Attorney Large A/E Contract Page 3 of 3 H:IHOME1Rachelle\GEN1Water\ONSWTP18643-Raw Water Influent ImpsWmd. No. 1 Wmd. No. 1.doc EXHIBIT "A" CITY OF CORPUS CHRISTI O.N. STEVENS RAW WATER INFLUENT IMPROVEMENTS (Project No. 8643) 1. SCOPE OF SERVICES A. Basic Services. Basic Services will include the following in addition to those items shown on Exhibit "A-1" Task List. 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 letter engineering report 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 two formal meetings with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven (7) working days of the meeting. The A/E will participate in discussions with the operating department and other agencies (such as the Texas Department of Transportation (TxDOT) and Texas Commission of Environmental Quality (TCEQ)) as required to satisfactorily complete the Project. c. Submit one (1) copy in an approved electronic format, and one (1) paper copies of the Engineering Report, with executive summary, opinion of probable construction .costs with life cycle analysis, defined technical evaluations of identified feasible alternatives, and review with City staff to produce an acceptable format which contains common municipal elements. Design Memorandum will include the following (with CONSTRUCTABILITY being a major element in all the following items): 1) Review of the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution of the Project; The A/E will meet with City staff to collect data, discuss materials and methods of construction, and identify design and construction requirements. 2) Review and investigation of available records, archives, and pertinent data related to the Project including taking photographs of the Project site, list of potential problems and possible conflicts, intent of design, and improvements required, and conformance to relevant Master Plan(s). AMD. N0.1 EXHIBIT "A" Pa e 1 of 12 H:\HOME1Rachelle\GEMWater\ONSWiP\8643-Raw Water Influent ImpsWmd. No. 11Exhibit A.doc 3) Identify results of site field investigation including site findings, existing conditions, potential right ofway/easements, and probable Project design solutions; (which are common to municipalities). 4) Provide a presentation of pertinent factors, sketches, designs, cross-sections, and parameters which will or may impact the design, including engineering design basis, preliminary layout sketches, identification of needed additional services, preliminary details of construction of critical elements, identification of needed permits, identification of specifications to be used, identification of quality and quantity of materials of construction, and other factors required for a professional design ~CONSTRUCTABILITY). 5) Advise of environmental site evaluations and archeology reports that are needed for the Project (Environmental issues and archeological services to be an Additional Service). 6) Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project and permitting, environmental, historical, construction, and geotechnical issues; and meet with pertinent authorities. 7) Confer, discuss, and meet with City operating department(s) and Engineering Services staff to produce a cohesive, well-defined proposed scope of design, probable cost estimates(s) and design alternatives. 8) Provide a letter stating that the A/E and Sub-consultant Engineers have checked and reviewed the design memorandum prior to submission. 9) Provide an analysis on project impacts towards "re-engineering" and effects on cost savings toward City operations, which this project will affect. 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. (A/E to coordinate with City Operating Department). g. Provide applicable Master Plans. AMD. NO. 1 EXHIBIT "A" Pa e2of12 H:\HOME\Rachelle\GEN\Water\ONSWTP\8643-Raw Water Influent ImpsWmd. No. t\Exhibit A.doc 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 (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 • 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. AMD. N0.1 EXHIBIT "A" Pa e3of12 H:IHOME\Rachelle\GEN\WaterlONSWTP18643-Raw Water Influent ImpsWmd. No. 1\Exhibit A.doc 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 seated 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/engineertyill cooperate during the design process to fulfill the requirements of the ordinance. 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: AMD. N0.1 EXHIBIT "A" Pa e4of12 H:IHOME\Rachelle\GEN\WaterlONSWTP18643-Raw Water Influent ImpsWmd. No. 1\Exhibit A.doc 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 Engineerwill, 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 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: 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 AMD. NO. 1 EXHIBIT "A" Pa e5of12 H:\HOME\Rachelle\GEN\WaterlONSWTP\8643-Raw Water Influent Imps\Amd. No. 1\Exhibit A.doc contract documents. This will 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 tabularform. 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. B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that may be included as part of this contract, but the A/E will not begin work on this section without specific written approval by the Director of Engineering Services. Fees forAdditional 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: Permitting. Furnish the City all engineering data and documentation necessary for all required permits. The A/E will prepare this documentation for all required AMD. N0.1 EXHIBIT "A" Pa e6of12 H:\HOME\RachellelGEN\Water\ONSWiP18643-Raw Water Influent ImpsWmd. No. 1\Exhibil A.doc 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 Licensing and Regulation (TDLR ) 2. Right-of-Way (ROW) Acquisition Survey (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. Topographic Survey. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required for the aerial mapping of the Project area -aerial photography to be provided by City). Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the project area. 4. Subsurface Utility Investigation. Upon receiving authorization from the City to proceed, provide subsurface utility engineering investigation in accordance with ASCE Standard "ASCE C-1, 38-02, Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data". The proposed subsurface utility investigation will be as follows: A. Excavation -The survey scope includes working with a subsurface utility excavator to perform Quality Level A investigation of underground utilities in specified areas through the project limits. (Quality Level A involves the use of nondestructive digging equipment at critical points to determine the horizontal and vertical position of underground utilities, as well as the type, size, condition, material, and other characteristics.) Utilities located at this quality level will be physically located and tied to the topographic survey control. The utility will be identified and an elevation will be obtained to the top of the utility. B. Utility Location -The survey scope includes locating certain utilities to Quality Level B. (Quality Level B involves surveying visible above ground utility facilities, such as manholes, valve boxes, posts, etc., and correlating this information with existing utility records.) These utilities will be located by obtaining aOne-Call Notice and measuring the marked locations. C. Storm Water -Storm water facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible storm water manholes and drainage inlets. AMD. N0.1 EXHIBIT "A" Pa e7of12 H:\HOME1Rachelle\GEN\Water\ONSWTP\8643-Raw Water Influent ImpsWmd. No. 1\Exhibit A.doc D. Wastewater -Wastewater facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible wastewater manholes. E. Water -Water facilities within the project limits will be located to Quality Level C. F. Gas -Gas facilities within the project limits will be located to Quality Level C by the A/E. The City of Corpus Christi Gas Department will provide Quality Level A. The A/E will coordinate this activity. G. Coordinate with local franchises to achieve Quality Level A. 5. Franchise Utility Coordination. Coordinate and attend project meeting with City staff and existing Franchise Utility parties who have facilities/structures located within project limits (such as American Electric Power) to facilitate the proper and timely utility relocation required to support project completion. 6. Construction Observation Services. Provide a project representative (PR) to provide periodic construction inspection. 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. The duties and responsibilities ofthe PR are described as follows: A. 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. B. 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. C. Liaison: 1) Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. 2) PR shall communicate with CITY with the knowledge of and under the direction of A/E . D. Interpretation of Contract Documents: Report when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. E. Shop Drawings and Samples: 1) Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. 2) Record date of receipt of Samples and approved Shop Drawings. AMD. N0.1 EXHIBIT "A" Pa e8of12 H:IHOME\Rachelle\GEN\Water\ONSWTP18643-Raw Water Influent ImpsWmd. No. 11Exhibit A.doc 3) 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. F. Review of Work and Rejection of Defective Work: 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. 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. Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the work. G. Records: 1) 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. 2) 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. H. Reports: 1) 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. 2) 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. 3) 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. AMD. NO. 1 EXHIBIT "A" Pa e9of12 H:\HOME\RachellelGEN\WateAONSWTP18643-Raw Water Influent ImpsVimd. No. 11Exhibit A.doc I. Completion: 1) Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. 2) 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. 3) 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. J. Frequency of Construction Inspection Services: The project representation will be onsite full-time (40 hours/week) for the first 12 weeks and then part- time (20 hours/week) for the remaining 60 weeks. In the event that the city requests additional project representation above and beyond the aforementioned time allotments, FNI will submit a contract amendment for such services. 7. Start-up Services. Provide on-site services and verification for all start-up procedures during actual start up of major Project components, systems, and related appurtenances if needed and required. 8. Warranty Phase: Provide a maintenance guaranty inspection toward the end of the one-year period after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. 9. Provide SCADA Documentation. 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. 10. Provide the services above authorized in addition to those items shown on Exhibit "A-1" Task List. AMD. NO. 1 EXHIBIT "A" Pa e10of12 H:\HOME\Rachelle\GEN\Water\ONSWTP\8643-Raw Water InFluenl ImpsWmd. No. t\Exhibit A.doc 2. SCHEDULE DAY DATE ACTIVITY Wednesday January 20, 2010 Begin Preliminary Phase .Monday May 17, 2010 Begin Design Phase Monday August 23, 2010 Interim Submittal Friday September 24, 2010 City Review Monday December 13, 2010 Pre-Final Submittal Friday January 21, 2011 City Review Monday February 21, 2011 Final Submittal Monday (2) March 14 & 21, 2011 Advertise-for Bids Wednesday March 23, 2011 Pre-Bid Conference Wednesday March 30, 2011 Receive Bids Monday May 9, 2011 Begin Construction Weekday November, 2012 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. 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 anot-to-exceed fee as per the table below: AMD. N0.1 EXHIBIT "A" Pa a 11 of 12 H:\HOME1Rachelle\GEN\Water\ONSWTP\8643-Raw Water Influent ImpsWmd. No. 1\Exhibit A.doc C. Summa of Fees ORIGINAL CONTRACT AMD. NO. 1 TOTAL BASIC SERVICES 1 Prelimina Phase $47,500.00 $225,000.00 $272,500.00 2 Desi n Phase 0.00 975,000.00 975,000.00 3 Bid Phase 0.00 50,000.00 50,000.00 4 Construction Phase 0.00 100,000.00 100,000.00 Subtotal Basic Services 47,500.00 1,350,000.00 1,397,500.00 ADDITIONAL SERVICES Allowance Authorized 1 Permittin TDLR 0.00 47,000.00 47,000.00 2 ROW Ac uisifion Surve 0.00 TBD 0.00 3 To o ra hic Surve Authorized 0.00 75,000.00 75,000.00 4 Subsurface Utili Ex loration Authorized 0.00 115,000.00 115,000.00 5 Franchise Utili Coordination Authorized 0.00 10,000.00 10,000.00 6 Construction Observation Services 0.00 230,000.00 230,000.00 7 Start-U Services/O&M Services 0.00 13,000.00 13,000.00 8 Warran Phase 0.00 40,000.00 40,000.00 9 Provide SCADA Documentation 0.00 TBD 0.00 Subtotal Ad ditional Services 0.00 530,000.00 530,000.00 TOTAL AUTHORIZED FEE $47,500.00 $1,880,000.00 $1,927,500.00 The estimated cost of construction for O.N. Stevens Raw Water Influent Improvements is $16,000,000. The basic services fee proposal for Amendment No. 1 is $1,350,000; therefore, the percentage of basic engineering services cost to construction cost for Amendment No. 1 is 8.4%. AMD. NO. 1 EXHIBIT "A" Pa e12of12 H:IHOME1Rachelle\GEN\Water\ONSWTP1t3643-Raw Water Influent ImpsWmd. No. 1\Exhibit A.doc EXHIBIT "A-1 " TASK LIST CITY OF CORPUS CHRISTI O.N. STEVENS RAW WATER INFLUENT IMPROVEMENTS (Project No. 8643) Phase I - Preliminary Design Phase 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 Water Department staff. 3) 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, testing, coordination, and provision for minimum interruption of services and construction schedules with planned Capital Improvement Program (CIP) funding and will also take into consideration recommendations in the O.N. Stevens Water Treatment Plant Facility Analysis, City Project No. 8426. 4) Perform a topographic survey of the sites (as Additional Services). Provide sufficient detail to tie in all physical features associated with the site. The survey shall include 1-foot contours, ditch lines, waterlines, electrical, utilities, benchmarks, fences, and all the applicable physical features. Provide up to one (1) control point for the contractor to prepare construction staking. Construction staking will be the responsibility of the contractor. Boundary surveys will be an additional service if required. 5) Perform an assessment of the Raw Water Delivery System including a. Raw water river pumping system and pump curve verification b. Raw water lake pumping system and pump curve verification c. Raw water river 2-54 inch pipelines pressure and capacity verification d. Raw water lake 72 inch pipeline pressure and capacity verification 6) Conduct a Staff Workshop for process control and instrumentation requirements. 7) Conduct a (limited) sub-surface investigation of existing utilities. 8) Prepare a hydraulic profile for the proposed improvements. 9) Prepare seven (7) copies of a preliminary phase report including data collected and conceptual cost estimates for the anticipated equipment, civil/site work, electrical, and related construction costs for all the items as shown on this Task List ,set forth AMD. N0.1 EXHIBIT "A-1" Pa e 1 of 8 H:\HOME\Rachelle\GEN1WaterlONSWTP18643-Raw Water Influent tmpslAmd. No. 1\Exhibit A-1.doc the design criteria, Texas Commission on Environmental Quality (TCEQ) requirements and make recommendation to the City staff. 10) Review with City staff, revise, and furnish seven (7) copies of final report. Obtain approval to proceed to Phase II -Final Design. Phase II -Final Design 1) Upon acceptance of preliminary engineering report and preliminary plans by the OWNER, FNI shall prepare a 50% review submittal of the Plans and Specifications for the improvements and demolition projects. The proposed design components for the project are as follows: a. Design of 72" and (2) 54" RW lines from North property line to new meter station and junction box. b. Design of new plant meter station c. Design of new junction box d. Design of 96" RW lines to/from hurricane storage basins e. Design of new intake structure within hurricane storage basins to be able to divert the full 200 MGD to the plant. (Pumping improvements are not part of this contract.) f. Sheet pile design to support construction of intake structure g. Hurricane storage embankment improvements (not included in this contract) h. Design of (2) 72" RW lines from new junction box to proposed splitter box i. Design of proposed splitter box j. Design of (4) 54" RW lines from splitter box to new control meter station k. Design of new control meter station I. Instrumentation and controls designs required to support project improvements m. Design of (4) 54" RW dines from new meter station to new rapid mixing basins (Rapid mixing basins by others) n. Demolition of old meter vault o. Demolition of old raw water junction box p. Demolition of old receiving unit q. Construction sequencing - The ONSWTP must be kept operational with only a few hours (4 to 6 hours) possible for tie-ins and shut downs during low water demand periods. The influent headworks are congested with piping and structures that must remain in operation and be protected during construction activities. The proposed improvements must consider existing utility conflicts while maintaining the plant completely operational. 2) Conduct a 50% review workshop with the City and incorporate comments. 3) Prepare a 100% review submittal of the plans and specifications for the improvements and demolition projects. 4) Conduct a 100% review workshop with the City and incorporate comments. 5) Prepare contract documents and technical specifications using FNI standard documents. Include any specific requirements of the City of Corpus Christi. AMD. N0.1 EXHIBIT "A-1" Pa e 2 of 8 H:\HOME\Rachelle\GENIWater\ONSWTP\8643-Raw Water Influent Imps\Amd. No. 11Exhibit A-1.doc 6) Submit plans, specifications, and contract documents to the TCEQ for review and approval. 7) Prepare final opinion of probable construction cost. 8) Submit plans and contract documents for FNI constructability review and QA/QC process. Make final modifications to plans. 9) Prepare five (5) sets of plans and contract documents for the OWNER to review at 50% and 100% completion. 100% plans shall be submitted, dated, and stamped "Not for Construction." Upon approval of the plans by the OWNER, the words "Not for Construction" shall be removed and the plans stamped "Issued for Bid" and dated. The Engineer will provide the OWNER five (5) copies of the "Issued for Bid" approved and dated plans and contract documents. Phase III -Bid Phase 1) Assist OWNER in securing bids. Issue Notice to Bidders to prospective contractors and vendors listed in FNI's database of prospective bidders, and to selected plan rooms. Provide a copy of the notice to bidders for OWNER to use in notifying construction news publications and publishing appropriate legal notice. The cost for publications shall be paid by OWNER. 2) FNI will print 1 set of bid documents and deliver to City. 3) Assist OWNER by responding to questions and interpreting bid documents. Prepare and issue addenda to the bid documents to plan holders if necessary. 4) Assist the OWNER inconducting apre-bid conference for the construction projects and coordinate responses with OWNER. Response to the pre-bid conference will be in the form of addenda issued after the conference. Attend the tour of the project site after the pre-bid conference. 5) FNI will assist OWNER in the opening, tabulating, and analyzing the bids received. Review the qualification information provided by the apparent low bidder to determine if, based on the information available, they appear to be qualified (based on owner requirements) to construct the project. Recommend award of contracts or other actions as appropriate to be taken by OWNER. Phase IV -Construction: Upon completion of the bid or negotiation phase services, FNI will proceed with the performance of construction phase services as described as follows. FNI will endeavor to protect OWNER in providing these services; however, it is understood that FNI does not guarantee the contractor's performance, nor is FNI responsible for supervision of the contractor's operation and employees. FNI shall not be responsible for the means, methods, techniques, sequences or procedures of construction selected by the contractor, AMD. N0.1 EXHIBIT "A-1" Pa e3of8 H:\HOME1RachellelGEN\Water\ONSWTP18643-Raw Water Influent ImpsWmd. No. 1\Exhibit A-1.doc or any safety precautions and programs relating in any way to the condition of the premises, the work of the contractor or any subcontractor. FNI shall not be responsible for the acts or omissions of any person (except its own employees or agents) at the Project site or otherwise performing any of the work of the Project. The OWNER agrees to include provisions in the construction contract documents that will require the construction contractor to include FNI and their subconsultants on this project to be listed as an additional insured on contractor's insurance policies. 1) Assist OWNER in conducting pre-construction conference with the contractor, review construction schedules prepared by the contractor pursuant to the requirements of the construction contract. 2) Have surveyor re-establish project control points and benchmarks for contractor. 3) Establish communication procedures with the OWNER and contractor. Submit monthly reports of construction progress. Reports will describe construction progress in general terms and summarize project costs, construction schedule and pending and approved contract modifications. 4) Establish and maintain a project documentation system consistent with the requirements of the construction contract documents. Monitor the processing of contractor's submittals and provide for filing and retrieval of project documentation. Produce monthly reports indicating the status of all submittals in the review process. Review contractor's submittals, including requests for information, modification requests, shop drawings, schedules, and other submittals in accordance with the requirements of the construction contract documents for the projects. Monitor the progress of the contractor in sending and processing submittals to see that documentation is being processed in accordance with schedules. 5) Make a maximum of two (2) monthly visits to the site (as distinguished from the continuous services of a Resident Project Representative) toobserve the progress and the quality of work and to attempt to determine in general if the work is proceeding in accordance with the Construction Contract Documents. The estimated construction time for this project is 18 months. Therefore, FNI will visit the site 36 times with 6 additional site visits as required (42 total). In this effort FNI will endeavor to protect the OWNER against defects and deficiencies in the work of contractors and will report any observed deficiencies to OWNER. Visits to the site in excess of the specified number are an additional service. 6) Review quality related documents provided by the contractor such as test reports, equipment installation reports or other documentation required by the Construction Contract Documents. Coordinate the work of testing laboratories required for the testing or inspection of materials, witnessed tests, factory testing, etc. for quality control of the Project. The cost of such quality control testing is not included in the services to be performed by FNI. 7) Process contract modifications and negotiate with the contractor on behalf of the OWNER to determine the cost and time impacts of change orders. Prepare change AMD. N0.1 EXHIBIT "A-1" Pa e4of8 H:\HOME\Rachelle\GEN\WaterlONSWTP18643-Raw Water Influent ImpsWmd. No. 11Exhibit A-1.doc order documentation for approved changes for execution by the OWNER. Documentation of field orders, where cost to OWNER is not impacted, will also be prepared. Investigations, analyses, studies or design for substitutions of equipment or materials, corrections of defective or deficient work of the contractor or other deviations from the construction contract documents requested by the contractor and approved by the OWNER are an additional service. Substitutions of materials or equipment or design modifications requested by the OWNER are an additional service. 8) Conduct, in company with OWNER's representative, afinal review of the Project for conformance with the design concept of the Project and general compliance with the Construction Contract Documents. Prepare a list of deficiencies to be corrected by the contractor before recommendation of final payment. Assist the City in obtaining legal releases, permits, warranties, spare parts, and keys from the contractor. Review and comment on the certificate of completion and the recommendation for final payment to the contractor(s). 9) Prepare an Operation and Maintenance Manual of the improvements in accordance with provisions of TCEQ regulatory guidance document RG - 243, Operations and Maintenance Manual for Surface Water Treatment Plants. 10) Revise the construction drawings in accordance with the information furnished by construction contractor reflecting changes in the Project made during construction. Three (3) sets of prints of "Record Drawings" and one (1) CD with an electronic file copy of the plans in AutoCAD and contract documents in Word. 11) PROJECT REPRESENTATION A. The ENGINEER will provide Construction Observation Services on the Site. The duties, responsibilities and the limitations of authority of the Construction Observation Inspector, and designated assistants, are as follows: 1. Construction Observation Inspector is ENGINEER's agent at the site, will act as directed by and under the supervision of ENGINEER, and will confer with ENGINEER regarding Construction Observation Inspector's actions. Construction Observation Inspector's dealings in matters pertaining to the on-site Work shall in general be with ENGINEER and CONTRACTOR, keeping OWNER advised as necessary. Construction Observation Inspector's dealings with Subcontractors shall only be through or with full knowledge and approval of CONTRACTOR. Construction Observation Inspector shall generally communicate with OWNER with the knowledge of and under the direction of ENGINEER. B. Duties and Responsibilities of Construction Observation Inspector: Schedules: Review the progress schedule, schedule of Shop Drawing submittals and schedules of values prepared by CONTRACTOR and consult with ENGINEER concerning acceptability. AMD. N0.1 EXHIBIT "A-1" Pa e 5 of 8 H:IHOME\Rachelle\GEN\Water\ONSWTP16643-Raw Water Influent ImpsWmd. No. 1\Exhibit A-t.doc 2. Conferences and Meetings: Attend meetings with CONTRACTOR, such as preconstruction conferences, progress meetings, job conferences and other project-related meetings, and prepare and circulate copies of minutes thereof. 3. Liaison: a. Serve as ENGINEER's liaison with CONTRACTOR, working principally through CONTRACTOR's superintendent and assist in understanding the intent of Contract Documents; and assist ENGINEER in serving as OWNER's liaison with CONTRACTOR when CONTRACTOR's operations affect OWNER's on-site operations. b. Assist in obtaining from OWNER additional details or information, when required for proper execution of the Work. 4. Shop Drawings and Samples: a. Record date of receipt of Shop Drawings and Samples. b. Receive Samples which are furnished at the Site by CONTRACTOR, and notify ENGINEER of availability of Samples for examination. c. Advise ENGINEER and CONTRACTOR of the commencement of any Work requiring a Shop Drawing or Sample if the submittal has not been approved by ENGINEER. 5. Review of Work, Rejection of Defective Work, Inspections and Tests: a. Conduct on-site observations of the Work in progress to determine if the Work is in general proceeding in accordance with the Contract Documents. b. Report to ENGINEER whenever Construction Observation Inspector believes that any Work will not produce a completed Project that conforms generally to the Contract Documents or will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated in the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise ENGINEER of Work the Construction Observation Inspector believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. c. Verify that tests, equipment and systems start-up and operating and maintenance training are conducted in the presence of appropriate personnel, and the CONTRACTOR maintains adequate records thereof; and observe record and report to ENGINEER appropriate details relative to the test procedures and start-ups. d. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to ENGINEER. AMD. N0.1 EXHIBIT "A-1" Pa e6of8 H:\HOME1Rachelle\GEN1WaterIONSWTP18643-Raw Water Influent ImpsWmd. No. 11Exhibit A-t.doc 6. Interpretation of Contract Documents: Report to ENGINEER when clarifications and interpretations of the Contract Documents are needed and transmit to CONTRACTOR clarifications and interpretations as issued by ENGINEER. 7. Request for Revisions: Consider and evaluate CONTRACTOR's suggestions for revisions to Drawings or Specifications and report with Construction Observation Inspector's recommendations to ENGINEER. Transmit to CONTRACTOR in writing decisions as issued by ENGINEER. 8. Records: a. Maintain at the job site orderly files for correspondence, reports of job conferences, Shop Drawings and Samples, reproductions of original Contract Documents, including all Work Change Directives, Addenda, Change Orders, Field Orders, Written Amendments, additional Drawings issued subsequent to the execution of the Contract, ENGINEER'S clarifications and interpretations of the Contract Documents, progress reports, submittals and correspondence received from and delivered to CONTRACTOR and other Project related documents. 9. Reports: a. Furnish to ENGINEER periodic reports as required of progress of the work and of CONTRACTOR's compliance with the progress schedule and schedule of Shop Drawings and Sample submittals. b. Consult with ENGINEER in advance of scheduled major tests, inspections or start of important phases of the Work. c. Draft proposed Written Amendments, Change Orders and Work Change Directives, obtaining backup material from CONTRACTOR and recommend to ENGINEER Written Amendments, Change Orders, Work Change Directives, and Field Orders. d. Report immediately to ENGINEER and OWNER the occurrence of any accident. 10. Payment Requests:ReviewRpplications for Payment with CONTRACTOR for compliance with the established procedure for their submission and forward with recommendations to OWNER, noting particularly the relationship of the payment requested to the schedule of values, Work completed and materials and equipment at the Site but not incorporated in the Work. 11. Certificates, Maintenance and Operation Manuals: During the course of the Work, verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by CONTRACTOR are applicable to the items actually installed and in accordance with the Contract Documents, and have this material delivered to ENGINEER for review and forwarding to OWNER prior to final payment for the Work. 12. Completion: AMD. N0.1 EXHIBIT "A-1" Pa e 7 of 8 H:\HOME1Rachelle\GEN1WaterlONSWTP\8643-Raw Water Influent ImpsWmd. No. tlExhibit A-1.doc a. Before ENGINEER issues a Certificate of Substantial Completion, submit to CONTRACTOR a list of observed items requiring completion or correction. b. Observe whether CONTRACTOR has performed inspections required by laws or regulations, ordinances, codes or order applicable to the Work, including but not limited to those to be performed by public agencies having jurisdiction over the Work. c. Conduct a final inspection in the company of ENGINEER, OWNER and CONTRACTOR and prepare a final list of items to be completed or corrected. d. Observe whether all items on final list have been completed or corrected and make recommendations to ENGINEER concerning acceptance. C. Limitations of Authority of Construction Observation Inspector: 1. Shall not authorize any deviation from the Contract Documents or substitution of materials or equipment (including "or-equal" items), unless authorized by ENGINEER. 2. Shall not exceed limitations of ENGINEER'S authority as set forth in Agreement or the Contract Documents. 3. Shall not undertake any of the responsibilities of CONTRACTOR, Subcontractor, Suppliers, or CONTRACTOR's superintendent. 4. Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods, techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. 5. Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work or any activities or operations of OWNER or CONTRACTOR. 6. Shall not accept shop drawing or sample submittals from anyone other than the CONTRACTOR. 7. Shall not participate in specialized field or laboratory tests or inspections conducted by others, except as specifically authorized by ENGINEER. AMD. N0.1 EXHIBIT "A-1" Pa e8of8 H:\HOME\Rachelle\GEN\WaterlONSWTP\8643-Raw Water Influent ImpsWmd. No. 11Exhibit A-t.doc EXHIBIT B MANDATORY INSURANCE REQUIRMENTS (Revised July 2009) 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 afl 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. INDEMNIFICATION AND 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. ~~ 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 "B" Insurance Requirements Pa e2of2 P i ~ SUPPLIER NUMBER TO BE ASSIGNED BY~TfY-- PURCHASING DIVISION ~~ CITY OF CORPUS CHRISTI city of DISCLOSURE OF INTEREST 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". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Freese and Nichols, Inc. P. O. BOX: STREET ADDRESS: 5402 S. Staples, Suite 208 Corpus Christi ZIP: 78411 FIRM IS: 1. Corporation ® 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 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 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 N/A N/A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on an 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 N/A CITY: EXHIBIT "C" Pa e 1 of 2 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION 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: Ron Guzman, P.E. Title: Vice President/Group Manager (Type or Print) Signature of Certifying Date: Person: "'- ~ Z ' l ~j • U ~ 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. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "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. d. "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. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. "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 holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "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" Pa e2of2 d d G V ~ a _a C 0 S Q .' '`. L C a - O Q ~ W v Q Z ~ ~ C V W 7 N ~; r ~ N ~ Z Z d D a~ dc, z ~^ o°> ~ ~a c~ a a O o U Z .a E Q L r+ C O V d .Z m .N t0 m i o ~ 00 r 0 `O 0 O 0 O 0 ~O 0 to N 0 O 0 O 0 O 0 O 0 O 0 r- r 0 O M 0 E A 0 M N 0 0 0 0 0 0 0 p p p o 0 0 0 o ~ ~ ~ ° ~ ~ ~ ~ ~ o r ~} (f} ~ ~ 0 0 0 ° p p p ° ° ~ tf~ ~ o o o ~A , ~ ~ r r r r ~} ~ f,9 EA o 0 0 o 0 0 o p p p ° o ° c~ o 0 o ~ o ~ r~ O ~ ~ H H H ~ ~ a N r ~ 0 0 0 0 O N N 4 '! ~ O ~ 01 O O 1~ O N O r ~D m m m t~ N I~ Q1 ~ ~ ~ r M M OD N r r ~ i~ ~ ~ ~ ~ r O O ~ N O N ~ ~ m m m ~ N ~ N C O - I- f- H ~ r- r- ~ ~ ~ M ~ ~ ~ ~ O O O ~ N O EA O O m m m N p N r H H H ~ ~ ~ ~ o o ° o ° ° ° ° m m m 0 ° ° ° o ~ r~ o o 0 o o o _ N N _ ~ ~ _ N _ tf~ ~ ~ ~ N U N N U N! ~ LL ~ ~ N v ~ y ~ N N ~ ~ ~ .~ ~ A ~ p L LL U ~ I ~ ~ O ~ N a ~ ~ ~ C .V ~ ~ E rn a ~ o ~ ~ _~ O E C L o ~ o m U i a a ~ a U ~ a c ~ ~ O c n c n v~ m Q vi = ~-- v w°,~o V F- O c~ ~m~ ~ ~X ~~ .. W a o w a W g J Z W W Z Z W O U Z O U