Loading...
HomeMy WebLinkAboutC2013-081 - 3/26/2013 - ApprovedCITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469 -9277 (City) acting through its duly authorized City - Manager.o.r.. Designee ..(Dire -ctQr_ofE SP rice_#_and_ Anastos..Associates LLC, a Limited Liability Company, 901 S. Staples St. Corpus Christi, Nueces County, Texas 78404, (Arch itectifEng i neer — AIE), hereby agree as follows: 1. SCOPE OF PROJECT Animal Control Remodel /improvements ( Proiect No. El 2111) BOND ISSUE 2012 —The scope of this project includes the renovation of the existing euthanizing building into officelstorage /adoption spaces and constructing a new addition (30'x 30') to carry-out the euthanizing operation. This project will include a new incinerator system, freezers, and emergency generator. 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, A/E will provide monthly status updates (project progress or delays, gantt charts presented with monthly invoices) and provide contract administration services, as described in Exhibit "A" and "A -1 11 , 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 begin on any phase or any Additional Services until requested in writing by the A/E and written authorization is provided by the Director of Engineering Services. The anticipated schedule of the preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit "A ". This schedule is not to be inclusive of all additional time that may be required for review by the City staff and may be amended by or with the concurrence of the Director of Engineering Services. Contract for Engineering (A/E) Services 2013 -051 tSA KPUBLIC HEALTH & SAFElYME12111 -ANIMAL CONTROL REMODEL AND IMPROVEMENTSIAE CONTRACT C H UCKi of a 'ERV]CES.DOC 3/26/13 M2013 -055 Chuck Anastos Associates LLC 4NDEXED 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 authorized, a total fee not to exceed $87,300.00, Three Hundred Dollars and Zero Cents (in words accordance with Exhibit "C ". in Exhibit "A ", for providing services (in numbers), Eighty Seven Thousand ). Monthly invoices will be submitted in 6. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the A/E at the address of record. In this event, the A/E will be compensated for its services on all stages authorized based upon A/E and City's estimate of the proportion of the total services actually completed at the time of termination. 7. LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. The A/E agrees that at least 75% of the work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan Statistical Area (MSA). Additionally, no more than 25% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA.) 8. ASSIGNABILITY The A/E will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the A/E staff. If the A/E is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the A/E fee may be assigned in advance of receipt by the A/E without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. Contract for Engineering (A/E) Services Page 2 of 4 KAFNGINEFRING DATAEXCHANGBCLARISSAAPUBLIC HEALTH & SAFET nE12111 - ANIMAL CONTROL REMODEL AND IMPROVEMENTSAAE CONTRACT CHUCK ANASTOS51 CONTRACT PROFESSIONAL SERVICES.DOC 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 AIE- without the express written consent t-of- the- Direatt Fef E ngineering - Services. However, the AIE 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 AIE further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form. ___% CITY OF CORPUS CHRISTI CHUCK TES, LLC. Oscar R. Martinez, Date Assistant City Manager RECOMMENDED c 3 wr3 Daniel B' es, P. E., Date Director of Engineering Services Floyd . Simpson bate Chief Police APPROVED AS TO FORM /� A L o Office f Management Date and Budget Chuck Anastos, "AIA President 901 S. Staples St., Corpus Christi, TX 78404 (361) 884 -4422 Office (800) 884 -4419 Fax ' Contract for Engineering (AIE) Services Page 3 of 4 K:IENGINEERING DATAEXCHANGESCLARISSAJSPUBLICHEALTH & SAFETY4F12111 - ANIMAL CONTROL REMODEL AND IMPROVEMENTSSAE CONTRACT CHUCK ANAST0511 CONTRACT PROFESSIONAL SERVICES -DOC - - ATTEST Armando Chapa, City Sec tary Animal Control Remodel and Improvements( Proiect No. E12111 Department I Fund Source No. Amount Public Facility Bond 2012 1 550950- 3162- 00000- E12111 $87,300.00 Encumbrance No. ENTERED MAR o 1 2013 CONTRACT MANAGERS 3/5 �i3 Contract for Engineering (AIE) Services Page 4 of 4 K%ENGINEERING DATAEXCHANGEICLARISSAJLPUBLIC HEALTH & SAFETY5E12111 -ANIMAL CONTROL REMODEL AND IMPROVEMENTMAE CONTRACT CHUCK ANASTOSYI CONTRACT PROFESSIONAL SERVICES DOG �C H U ( K A 11 fl S T 05 A 5 S C) C 1 1. .0 �' 1 - L L ARCH iTEC -,URE 1NTERUO2 DESIGN 28 February 2013 Mr. Daniel idles, PE Director of Engineering City Of - --- - PO Box 9277 Corpus Christi, TX 78469-9277 Re: Proposal fog the A& E sarAces for the Animal Control Facility Jmprrme City f Christi Project #E12111 Dear Mr, Silas. Chuck Anastos Associates, LLC 'is pleased to submit this Proposal nor the A & E services for the Bond issue 2012 Animal Control Facility ImProvements. This Proposal is for ffie architectural. stru ^,', INAEP and civil engineering services as Outlined in Exhibit A-.I for the foliowing scope of wor1c 1. Remodel existing facility to develop a logical separatism between sutlianas-1 / an ', ma l di area Irom public accessible areas: 2. Provide new air conditioning system, new aluminum wind e t c . i ex fa 3. Develop separate areas for dogs and cats awaiting euthanasia-, 4, Develop a secure public rear drop-off area for 24 hour dead animail delivery- 5, Develop a new truck drop-off area for dead animal delivery and Provide new canopy fear shade and raise existing doors to allow truck drive -in; 6. Develop a conveyor type system 1M new refria-eratfif for ternporapi dead ania'ai holding; 7. Develop Proper managennen't of fluids in euthanasia, disposal and refrigerator areas; 8. Provide storage area for chernsicals, medicines, dietary supplements and food(s); 9. Provide new k&inels for small and large animals; 10. Provide new ADA restrooms for public and City st 11. Anatural gas emergency generator will be included (as an additive alternate consideration); 12. Passive sustainable measures will be incorporated where feasible; and 13. Ultimately, available- ounsiruclior. funds will dk'late 111e czxar_y si-;'a of the Fadifty. The total available Prnzject budget shall be: 1. Total const, cuon cost p n;ro) =$ 828,000.00 2, Contingency (05%) 92,000.00 3. Soft Costs (20%) 230,000.00 Total =$ 1 We..prggase tLprovide the followino architectural services for each Phase of this Project: CON"'is CHRISTI 7FXAS a 4 3 3 1. Preliminary Design Ph2S8 (Refer to attached Exhibit A- T ask List) eui G. S7APLCS Obtain a digital plans from City staff describing metes and bounds, existing conditions at each site, etc. t 3B i a&4-4422 FAX 36qllz854_4419 EXHIBIT "A" Page 1 of 3 1 • Field verify existing conditions at site; • Analyze International Building Code, Texas Windstorm and TDLR requirements; • Prepare Preliminary Design Drawings and meet with Registered Accessibility Specialist for review of preliminary plans; • Prepare cost estimate; and • Meet with City staff and each user representative(s) as required for design review and approval; 2. Design Phase (Refer to attached Exhibit A -1 Task List): ■ Develop and Submit 60% Design Package for Owners review and approval; ■ Update outline material specifications; ■ Prepare updated cost estimate; ■ Further develop construction and bid documents from approved 60% submission; ■ Compile technical specifications; Meet with City staff and City User Group periodically to review progress and details of design; • Submit 90% Construction Documents I Specifications for Owner review and comment; ■ Update construction cost estimate; Submit 100% Construction Documents I Specifications for final Owner review and comment; ■ Submit sealed 100% Construction' Documents / Specifications for bidding and construction; and ■ Submit drawings and specifications for Texas Accessibility Review. 3. Bidding Phase (Refer to attached Exhibit A -1 Task List): • Participate in the pre -bid conference, • Assist the City in solicitation of bids; Review all pre -bid questions and prepare necessary addenda; ■ Attend bid opening, analyze bids and make recommendations concerning award of Contract. 4. Construction Phase (Refer to attached Exhibit A -1 Task List): • Meet with and advise City Staff; • Make approximately one (1)- site visit per month during construction to observe the quantity of work, and review and approved Contractor's Applications for Payment monthly; and • Make approximately one (1)- site visit per week during construction to observe the work (only if pre - approved by City- not a part of Basic Scope of Work.) Clients' Responsibilities: It is hereby agreed that the Client shall be responsible for the following: 1. The Client shall provide all required site information including a survey and geotechnical report prior to commencement of Design Phase. If replatting, amending or rezoning of the property is required, all associated work shall be considered additional services. 2. The Client shall provide all required storm water drainage as indicated on subdivision plans. 3. The Client shall provide all utilities to this project site. E IT "A" 2 of 3 Compensation for the above-descr:lbed services shali be a flat A/E Tee of Eight Sever, Thousand Three Hundred Dollars ($87,300.00-) Surnmary of AE Fees, Fee for Basic Services 1. Hrein inary Phase 21,500,00 1 2. Design Phase � x, 500 0 3.. Bid Phase 1,000,00 4. Construction Phase 7,800,00 Subtotal Basic Services Fees $76,800.00 Fee for Additional Services 1. Warranty Inspection 2. Preparation of Record Draw ng Set 1,000-05 1:00 0,067 3. Topographic Survey 4,500.00 4, Submission to TDLR 5. PubEc Art Design Coordination TBD 6, La odscape & Irrigation Plans 1 7, Supplemental Engineering / Construction Obse -- 7 -- TBD Sub-Total Additional Se Fees Total AE Fees $87,3 o.00 if you find this Proposal acceptable, we will submit the Exh. A'-1 Jask List), Preliminary Pro*t Cost Esbrnaie, ME Fee and Time Schedule, and Exhibit B DiSCIOSLire Fo for your use in preparation of the Contract. file are prepared to commence this Project imme6atelv upon. receipt o f Your approval jp-proceed- I S'ATEMENT OF CERTI'FiOfiT:Q,'4 The Texas Bow of Architectural Examiners, PO Box 12337, Austin Texas 78711 Telephone (512) 305-9MM, has jurisdiction over cornplaims regarding the professional practices of persons registered as achfteds in the State of Texas. City Proposal Page 3 - 3 City cf CfvpU8 Ciirlsfi PmjecttE12111 EXHIBIT "A" EXHIBI Page Page 3 of 3 A5 0i i A E X HON T A-1 2012_ Animal Con.trol pro veme Project No, #EI 21 T i ASK LIST PRELIMINARY PHIASE 1. Site Analysis ARCS � I E0 T V R R COR"U9 C!'RISTI TEXAS 78 jU' 8 � - EXAS ? TEL aCLI I D84-4422 -AX 8$4.44° 61 Field Visit to site, Review existing conditions that will impact prpje . Verify building and parking requirements, Develop site plar, confirming feasibili Of proposed meets and bounds ly and verify building I parking will fit on land limits proposed by the City of Corpus Christi, 2, Prograrrimmg Review City's scope of work and analyze City User Group goals and priorities. Develop preliminary cost estimate and Project schedule, Mee, with City User Group and City Staff for program submission review, 3, Prelirninary Design 9 Modify Program as directed by City, 9 Code Review - Meet with City for building code issues and utilities_ Develop floor plan layout(s) (deliverable), Develop site plan I " ayout(s) (deliverable). Develop exterior e!evation(s' from floor ;si-' Diar �deflverable), Meet with City Use.r Group and ;its= Staff tO E exterior elevation studies. Upon approval of exterior elevatio r�fiq - caot submission tc include (deliverable)- * Site Plan * Floor Plan * Exterior Elevations o Building Sections 3-D Rendering (if authorized) EXHIIS!T "A-l' Page I of 5. ffi 'ais De: Outline Spec; �al,�ons dip fir; Update Preliminary Cost Estimate Weliverabi e) Submit Design Memorandum Package for approval. DESIGN PHASE * Develop approved concept design, * Coordinate details of City provided survey, , geotechnical investigation, * Develop and SUbMit 60% Design Package for Owner's Review and Approval (deliverable) Title Page * Site Plan * Floor Plan * Wall Sections/Building SeQtion * Reflected Ceiling Plans * Light LaYOUtS (Fixtures Selection) * Concept Furniture Plan (Including Stacks) * HVAC One Line * Electrical Outlet Locations Update outline material sper-ffications fdeiiva, cable), Pfavide updated cost estimatelproiect sci�edule (deliverable). Fur` thel develop construction and bid documents from approved 6.0% submission. Coordinate with Owner the use of City Standards in general and supplementary contract conditions. Comp le bid technical specifications. Meet with City staff and City User Group periodically to review progress and details of design Submit 90% Construction Documents / Specifications for Owner Review and Comment (deliverable). Update Construction Cost Estimate and Project Schedule (deliverable). Submit 100% Construction Documents / Specifications for 'Owner Review and Comment (deliverable)- Submit drawings and specifications for Texas Accessibility Review. BID NEGOTIATION/CON TRACT PHASE Communicate with bidders and sub-bidders. Attend pre-bid conference. Issue addenda and clarifications in advance of bid for City distribution. Assist Owner in receiving bids and qualifications, and attend Bid Opening, EXHIBIT "A —I" Page 2 of 5 Assist Owner in reviewing bids and qualifications. Perform post-bid value engineering analysis r project exceeds bi�dget, CONS TRUC TiON PHASE (items with strikethrouqh pro idled only at City�s request) Attend Pre-constructior conference, C' s 6 r-^ ;4 F' . — 1A 1'94iaw she- -a� Prepare color selections on all product submittals — prepare I color board for Ovvner review and approval. Review and recornmand process Applications for Payments. I'DleeeNe- and --_vie Gseout__� �a7 kLL`u w. Wei �y-- + G B2rt rerd as addkk;44al aefv�' * Authorize and coordinate Texas Accessibility ipspection prior to release of retainage to contractor. * Perform one-year waaanty inspeUdon prior to expirati on of wairantv kapproximately 1 10 months after conlpietion)_ Receive contractLor's submitted record documents, integrate all variations and field infortmat on the electronic drawings — submit tc Owner on CD. Men SUbMit WF" nal W88M - tart INCLUSIONS Storm water poijution prevention plan will be specified by Architect.. Contractor is responsible for design and application of TCEQ and City pernlit"'Certifications, AfEwill bear the cost of all travel, mileage, printing, plotting and other aSS062ted expenses as part of basic services �excludlnq final bid documents). The following items will be invoiced as additional expenses (if authorized by the City): 0 Design Memorandum submission 3D renderings — Board mounted copies in excess of I * Construction docurnents submissions — copies in excess of I * Final bid documents printing and distribution * Color boards submission — copies jn e o f EXHIMT "A-1 Page 3 Cr 5 o Windstorm Design Certificating? and Inspections will be specified by Arohitect. Contractor is responsible for windstorm inspections and construction certifications. _sty paFt of t pe of Pre-des servi for site analysis and devel' mant of a detail document are included as par: of the scope of services. Land scapell rrigati or, system design and specifications is included as Owner's basic sewice. Owner or Owner's T echnology Representative shall work with E during the design of this project Vii= designs shall be limited to the following: "elecomrr unications Svstern: o Locate phone and data 01.. €tiets on electrical plan. c Specify conduits ar id raceways for installation for computer w r and phone system under Owner's separate contract_ Cornputer Network: Locate power and data outlets on electrical plans, o Specify conduits and raceways and protected power system (if required) for owners cornpijter systems. Locate !M F andMi= MO Ms to serge Owner's network systems. 0 Owner will execute separate contract for computer system switches, racks and devices. Audio Visual Systems: Locate and specify projector screens and projector rrseunts for owner provided audio video system. o Locate power outlets and data outlets. 0 Coordinate lighting design and lighting controls for owner prodded audio -video systems. o Specify wall mounted TV. brackets if required. o Owner to contract separately for coaxial or data cabling, vfs and computer projectors. Interior design work by A/E shall be limited (as per line item; to the following: c Develop a "concept" furniturelstack Dian. o Interior coior selection of all building Materials. c Coordination with Owner ccncer in list oaf "built -ire" items and list of owner prodder furniturelequipment. Coordination with Owner concerning color selections of building and furniture. o Design bid alternate for contractor constructed casework, stack shelving and circulations desk. Integrated building security technology design which is prodded upon owners authorization shall be designed and specified by M.E.P. X € M '" V Page 4 of 5 M Engineer and constructed as part of contract. Pending Owner Agreement and Authorization, fee shall be as Wlo,Pfs: Fire Alarm, — Paft of basic servics fee Card Key Access (limil 'ed to exterior doors) Signage Graphics- — Design and coordination shali be included as part of services. Signage krill be included in the building construction contract a f an d H authorized will include c Building Plaque * interior room signage * Site traffic signs and markings * Site accessibility signs. EXCLUSION'S FROM SCOPE OF SERVICE No work is included for the analysis, testing or abaternent of, any kind of hazardous site material or environmental assessments. No work. is included for the analysis design or planning concerning any property platting or re-platting, any zoning or building code variances- All such work if authorized will be considered additional services. No specialty consultants for fire station design, fire fighting equipment, computer systems, telecommunications, audio-visual or other integrated iechnologiy 1 ; s if as part of this scope of service, i No off -site uflity desion work is ind l uded as part of basic services. if the A/E is authorized to design of utility improvements, it shall be an Owner optional additional service. EXHIBIT "A-1" Page 5 of 6 S 10 S A 7 E 5, L L C p 6 P �� 0 9A 4ppptjl§ ONRI§P TE4 §01 1904 FAY U1/99.4,441P SCHED"LF DAY DATE ACTIVITY Wednesday 20 March 2013 Begin Preliminary Design Phase Monday— --..-Z4—Agri emorandum-Subrnjssion Friday Monday 03 May 2013 06 May 2013 City Review Meeting Begin Design Phase Friday 14 June 2013 100% Design Review Submission Friday 28 June 2013 City Review Meeting Monday 15 July 2013 ---- Final Design Submission Monday (2). TueMed/Thu - Wedliesaw Monday Weekday Advertise for Bids Pre -Bid Conference Receive Bids Begin Construction Construction Completion E "A-2" EXHIBIT P age Page I of 1 EXHIBIT "B" MANDATORY INSURANCE REQUIREMENTS & INDEMNIFICATION FOR AIE PROFESSIONAL SERVICES/CONSULTANT SERVICES (Revised October 2010) A. Consultant must not commence work under this agreement until all insurance required herein has been obtained and such insurance has been approved by the City. The -- Con-suttant..must- not -allow -ate subcontractAoi-to-- commmence -- work_ - r+,� I all sir�a r4rtsuran-ce required of the subcontractor has been obtained. B. Consultant must furnish to the City's Risk Manager, two (2) copies of Certificates of Insurance, showing the following minimum coverages by insurance company(s) acceptable to the City's Risk Manager. The City must be named as an additional insured for all liability policies, and a blanket waiver of subrogation is required on all applicable policies. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Written Notice of Cancellation, Bodily Injury & Property Damage non - renewal or material change required Per occurrence - aggregate on all certificates COMMERCIAL GENERAL LIABILITY including: 1. Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors $1,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY to included $1,000,000 COMBINED SINGLE LIMIT 1. Owned vehicles 2.. Hired --- Non -owned vehicles PROFESSIONAL LIABILITY including: Coverage provided shall cover all employees, officers, directors and agents 1. Errors and Omissions WORKERS' COMPENSATION $1,000,000 per claim 1$2,000,000 aggregate (Defense costs not included in face value of the policy) If claims made policy, retro date must be prior to inception of agreement; have extended reporting period provisions and identify any limitations regarding who is an Insured Which Complies with the Texas Workers Compensation Act EMPLOYERS' LIABILITY 500,0001500,000/500,000 EXHIBIT "B" Page 1 of 3 KrkEnglneering Data ExchangalClarissaJSPublic health & Safety\E12111 - Animal Control Remodel and ImprovementskAF CONTRACT chuck anastos54 EXHIBIT B INDEMNIFICATION -OCT 2010.dccx C. In the event of accidents of any kind, Consultant must furnish the Risk Manager with copies of all reports within (10) ten days of accident. D. Consultant must obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law. The contract for coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The coverage provided must be in amounts sufficient to assure that all workers' compensation obligations incurred will -be- pro mptly met- E. Consultant's financial integrity is of interest to the City; therefore, subject to Successful Consultant's right to maintain reasonable deductibles in such amounts as are approved by the City, Consultant shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Consultant's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A -VII. F. The City shall be entitled, upon request and without expense, to receive copies of the policies, declarations page and all endorsements thereto as they apply to the limits required by the City, and may require the deletion, revision, or modification of particular policy terms, conditions, limitations or exclusions (except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter of any such policies). Consultant shall be required to comply with any such requests and shall submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Consultant shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Management P.O. Box 9277 Corpus Christi, TX 78469 -9277 Fax: (361) 826 -4555 G. Consultant agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: Name the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation and professional liability policies; ii. Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi were the City is an additional insured shown on the policy; iii. Workers' compensation and . employers' liability policies will provide a waiver of subrogation in favor of the City; and iv. Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation, non - renewal or material change in coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. EXHIBIT "B" Pa e2of3 K: Frgineering OataExchangeSClarissaJlPublic Health & SafetylE12111 -Animal Control Remodel and ImprovementslAE CONTRACT chuck anastosk4 EXHIBIT B INDEMNIFICATION - OCT 2010,dccx H. Within five (5) calendar days of a suspension, cancellation, or non - renewal of coverage, Successful Consultant shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Consultant's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. I. In addition to any other remedies the City may have upon Consultant's failure to provide and _._ _.mlaintaln-- a.ny...insuraric or- pn♦! cy-�SemaLnts-Ao- the-- e xtent--ar< d- wit ±ho t[rA, -- herein - --- required, the City shall have the right to order Consultant to stop work hereunder, and/or withhold any payment(s) which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. J. Nothing herein contained shall be construed as limiting in any way the extent to which Successful Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractors' performance of the work covered under this agreement. K. It is agreed that Consultant's insurance shall be deemed primary and non - contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. L. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. INDEMNIFICATION AND HOLD HARMLESS Consultant shall 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 negligent performance of Consultant's services 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. ffE X �=T" K1Englnesring Data ExehangelClarissaJ%Public Health & 8afety1E12111 - Animal Control Remodel and Improvements\AE CONTRACT chuck anastos\4 EXHIBIT B INDEMNIFICATION - OCT 201 O.docx . M m= oW .L 0 �n Basic Services: Preliminary Phase Design Phase Bid Phase Construction Phase Subtotal Basic Services Additional Services: Permitting Warranty Prase Inspection Platting Survey O & M Manuals SCADA Subtotal Additional Services Summary of Fees Basic Services Fees Additional Services Fees Total of Fees COMPLETE PROJECT NAME Project No. XXXX Invoice No. 12345 Invoice Date: Total Amount Previous Total Contract Amd No.1 Amd No. 2 Contract Invoiced Invoice Invoice Sample form for: Payment Request Revised 07127/00 Percent Complete $1,000 $D $0 $1,000 $0 $1,000 $1, 00 100% 2,000 1,000 0 3,000 1,000 500 1,00 50% 500 0 250 760 0 0 i 0 0% 2,500 0 1,000 3,500 0 0 0 0% $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% $2,000 $0 $0 $2,000 $500 $0 $5001 25% 0 1,120 0 1,120 0 0 01 0% 0 0 1,627 1,627 0 0 0 0% TBD TBD TBD TBD TBD TBD T 3D 0% TBD TBD TBD TBD TBD TBD T DI 0% TBD TBD TBD TBD TBD TBD T DI 0% $2,000 $1,120 $1,627 $4,747 $500 $0 $5001 11% $6,000 $1,000 $1,250 $8,260 $750 $1,500 $2,500 30 % 2,000 1,120 1,627 4,747 500 0 5 01 11% $8,000 $2,120 $2,877 $12,997 $1,250 $1,500 $3,0 01 23% SUPPLIER NUMBER TO BE ASSIGNED BY CITY = PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Corpus Christi 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 n ot applicable, answer_ with "NA ". Se e reverse side for Filing Requirements,_ C ,._and definitions. COMPANY NAME: Chuck Anastos Associates, LLC P. O. BOX: 3883 STREET ADDRESS: 901 South Staples Street CITY: Corpus Christi FIRM IS: I. Corporation 2. Partnership X 4. Association 8 5. Other ❑ ZIP: 784 -3883 3. Sole Owner ❑ 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 "fain." Name Job Title and City Department (if Known) NIA 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 NIA 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 NIA 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 NIA EXHIBIT "D" Page 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 em ployee 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 1 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, Texa s c anges occur. Certifying Person: Chuck Anastos, A. L A. Title: President (Type or Print) Signature of Certifying Date: Q " W2. y� Person: �7 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. e. "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. f. "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 Pa e'2 of 2