Loading...
HomeMy WebLinkAboutC2013-176 - 5/21/2013 - Approved 4 CITY 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 or Designee (Director of Engineering Services) and CH2M Hill, Inc., a Texas corporation, 555 N. Carancahua, Corpus Christi, Nueces County, Texas 78401, (Arch itectlEngineer—AIE), hereby agree as follows: 1. SCOPE OF PROJECT ADA Master Plan Improvements City Wide Bond Issue 2012 (Project No. E12104) This project will implement the Americans with Disabilities (ADA) transition plan approved by City Council (2003) as well as address accessible routes including sidewalks and curb ramps which are identified and prioritized in the ADA Master Plan - Phase 1 which was adopted by City Council on December 11, 2012. In addition to these priorities, this project will also incorporate curb ramp locations which are identified by individual citizens and prioritized by the Committee for Persons with Disabilities Engineering Sub-Committee, by constructing approved curb ramps with a project cost of up to $100,000 per year. 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, A/E will provide monthly status updates (project progress or delays, gantt charts presented with monthly invoices) and provide contract administration services, as described in Exhibit"A" and "A-1", to complete the Project. Work will not begin on Additional Services until requested by the A/E (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. A/E services will be "Services for Construction Projects"- (Basic Services for Construction Projects") which are shown and are in accordance with "Professional Engineering Services-A Guide to the Selection and Negotiation Process, 1993" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of Professional Engineers. For purposes of this contract, certain services listed in this publication as Additional Services will be considered as Basic Services. 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. 2013-176 5/21113 M2013-089 Contract for Engineering(A/E)Services Page 1 of 3 CH2M Hill Inc. A112104 ADA MASTER PLAN BOND ISSUE 201211 CONTRACT PROFESSIONAL SERVICES,DOC INDEXED r 1 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 total fee not to exceed $263,200.00, (Two Hundred Sixty Three Thousand Two Hundred Dollars and Zero Cents). Monthly invoices will be submitted in accordance with Exhibit "C". 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.) S. 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(AIE)Services Page 2 of 3 K:IENGINEERING DATAEXCHANGEIANGIEM%ADA1121D4 ADA MASTER PLAN BOND ISSUE 201211 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 of the Director of Engineering 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 CH2 HILL, INC. it zil� ;cl-1�3 %4/w Oscar R. Martinez, ) Date Sidney A.Oaas, P.E. Date Assistant City Manager Vice President 555 N. Carancahua, Tower II Suite 310 Corpus Christi, TX 78401 RECOMMENDED (361) 888-8100 Office d/ (361) 888-8600 Fax � Daniel Biles, P. E., ate Director of Engineering Services APPROVED AS TO FORM Project No. E12104 Fund Source No. 550950-3549-00000-E12104 �� (3 Fund Name: Street CIP Fund Bond Issue 2012 Encumbrance No. Office f Management Date ��� and Budget ( � ENTERED J APR 2 4 2013 ATTEST CONTRACT MANAGERS i ! VX�4fIAUf UL, Armando Chapa, City Mcretary Contract for Engineering(AIE)Services Page 3 of 3 K.*ENGINEERING DATAEXCHANGE ANGIEKADAk12104 ADA MASTER PLAN BOND ISSUE 201211 CONTRACT PROFESSIONAL SERVICES.DOC 1. EXHIBIT "A" CITY OF CORPUS CHRISTI, TEXAS ADA Master Plan Improvements City Wide Bond Issue 2012 (Project Number: E12104) I. SCOPE OF SERVICES A. BASIC SERVICES For the purpose of this contract, Preliminary Phase may include Schematic Design and Design Phase services may include Design Development as applicable to Architectural services. 1. Preliminary Phase. The Arch itect/Engineer--A/E (also referred to as Consultant) will: a) Prepare Consultant contract award recommendation PowerPoint presentation in City format for City Council Meeting. b) Hold Project Kick-off Meeting. Prepare meeting agenda and distribute meeting meetiRgs minutes to attendees within five working days of the meeting. come T d) Review available reports, record drawings, utility maps and other information provided by the City pertaining to the project area. Eliminate non-compliant intersections identified in the ADA Master Plan, but scheduled for upgrades in other completed, onaoing or upcomina Promects by the City. RTA and TxDOT based on project location data provided by the City in December 2012. e) Develop preliminary requirements for utility relocations, replacements or upgrades. Coordinate with the City's Project Manager and identify operating departments potential project needs. f�- Develop pFeliminarry street Gross s erotic roc^v--inGGFp9Fate the—Geete6hnin GensultaRt's reGISIMmendatiORS. Prepare GenGeptual life GyG!e Gost estimate with rei emmenrted pavement sections g) reap. Conduct site visits to 140 corner locations and sidewalk segments identified in Exhibit "A-1". Identify corner locations or sidewalk alignments constrained by limited right-of-way. �- h) Prepare preliminary opinions of probable construction costs for the recommended improvements. Develop drainage aFea boundary map feF existing and proposed dFainage areas tea: GORdurt the hydraul"G analysis te quantify the stoi;m sewer-design of existiRg and k) Identify electric and communication utility companies and private pipeline companies that may have existing facilities and that must be relocated to accommodate the proposed improvements. 1) Coordinate with AEP and City Traffic Engineering to identify location of electrical power conduit for street lighting and traffic signalization. m) Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project including permitting, environmental, historical, construction, and geotechnical issues; upon request or concurrence of the Project Manager, meet and coordinate with agencies such as RTA, CDBG, EXHIBIT"A" Page 1 of 11 KSEngineering DataExchangeVANGIEWADA512104 ADA MASTER PLAN BOND ISSUE 201M2013 04 24 EXHIBIT A LARGE AE-ADA IMPR REV TRACK CHANGES.docx I I I 1 1 t USPS, affected school districts (CCISD, FBISD, etc.) community groups, TDLR, etc. o) Prepare an Engineering Letter Report (20 - 20 5 — 10 page main-body text document with supporting appendices) that documents the analyses, approach, opinions of probable construction costs, and document the work with text, tables, schematic-level exhibits and computer models or other applicable supporting documents required per City Plan Preparation Standards Contract Format (CPPSCF). Engineering Letter Report to include: 1. Provide a concise presentation of pertinent factors, sketches, designs, Gross-ser4inna and parameters which will or may impact the design, including engineering design basis, preliminary layout sketches, construction sequencing, alignment, Gposs s°^+,.,., geGt8nhniGaI testing , right-of-way requirements, conformance to master plans, identification of needed additional services, identification of needed permits and environmental consideration, existing and proposed utilities, identification of quality and quantity of materials of construction, and other factors required for a professional design. 2. Include existing site photos. 3. Provide opinion of probable construction costs. 4. Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project including permitting, environmental, historical, construction, and geotechnical issues; meet and coordinate with agencies such as RTA, CDBG, USPS, CCISD, community groups, TDLR, etc. and pr�epL�}s /�/�sj �l ai^/�I p�` "re II 6. Provide anticipated index of drawings and specifications. 7. It is anticipated there will be locations in which the level of desi n detail required to -generate constructible plan sheets exceeds the level of detail set forth in the agreement of this contract as outlined in Exhibit "A" I.A.24. At the 30% (Engineerina Letter Report) Submittal these locations will be identified by the ME CH2M HILL). Locations requiring additional detailing--not covered in the base contract will be paid for under a contract amendment at a_rate of $2,600 per sheet. It is assumed that a plan sheet will have one 1 intersection or 560 LF of sidewalk. P) Submit one (1) copy in an approved electronic format, and one (1) paper copy of the Draft Engineering Letter Report. q) Hold Project review meeting with City staff to review and receive City comments on the Draft Engineering Letter Report. r) Assimilate all review comments of the Draft Engineering Letter Report and provide one (1) set of the Final Engineering Letter Report (ELR) (electronic and hard copies using City Standards as applicable) suitable for reproduction. S) Assist City in presenting summary of ELR findings to City-appointed capital project oversight committee having responsible charge of vetting preliminary project design components prior to proceeding to project design phase. Prepare PowerPoint presentation, handouts and exhibits for meeting. Provide follow-up and response to comments. EXHIBIT"A" Page 2 of 11 K3Engimering DataExehangelANGIEMIADA112104 ADA MASTER PLAN BOND ISSUE 2012k2013 04 24 EXHIBIT A LARGE AE-ADA IMPR REV TRACK CHANGES.da" 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) A copy of existing studies and plans (as available from City Engineering files). d) Field location of existing city utilities. (AIE to coordinate with City Operating Department.) e) Applicable Master Plans and GIS mapping are available on the City's website. f) Provide bench marks and coordinates. The records provided for A/E's use under this contract are proprietary, copyrighted, and authorized for use only by A/E, and gfily for the intended purpose of this project. Any unauthorized use or distribution of the records provided under this contract is strictly prohibited. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the AIE will: a) Provide coordination with electric and communication utility companies and private pipeline companies that may have existing facilities and must relocated to accommodate the proposed improvements. testing,bX PFevmde assistanoe to identify handling and dispesal Of aRY hazardous (to be innli ded under additiennl sewines) C) Prepare construction documents in City standard format for the work identified in the approved ELR. Gensir,intien nlnnn W inolu de improvements or rr GdifiGatien limits.to the storm wateF, water and ... systems Withill the ppejeGt Include standard City of Corpus Christi detail sheets as appropriate. d) Prepare construction plans in compliance with CPPSCF using English units on '^ one hundred fifty-seven (157) 11"x 17" plan sheets. that Gape Feduoed to 11M x17" Plan set level of design detail will be based on TxDOT Plans for CSJ 0916-00-063 a similar prolect for the construction of curb ramp improvements. The plan set will include the following: 1. Cover Sheet 0 Sheet) 2. General Construction Notes and Abbreviations 0 Sheet) 3. Estimated Quantities 0 Sheet) 4. Corridor Location Sheets 10 Sheets 5. Curb Ramp Corner Sheets (53 Sheets) a. 240 Rams 40 one-ramp corners and 100 two-ramp corners located at 140 corner locations. b. 2 to 4 corner locations per sheet 6. Sidewalk Sheets (49 Sheets) a. 26,951 LF of sidewalk b. 2 viewports per sheet, 280 LF of sidewalk per viewport. 7. Citizen Request IDIIQ (Fees associated with these sheets are part of Additional Services and To Be Determined Later 8. City Standards for Driveways, Curb Gutter, Sidewalks and miscellaneous details (15 Sheets) 9. City Standard PED Sheets (5 Sheets) 10. Proiect-Specific Detail Sheets (2 Sheets) 11. Prepare Traffic Control Plan Sheets and Genetr. GtOGR Sen,.eRGiRg Plans. The TCP will include G9R6 err Gtien typinnl nre.... seGt*er. and senstruetieR phasing plaR sheers, warning and barricades, as well EXHIBIT"A" Page 3 of 11 K kEngineering DalaExchangekANG1EM64DA512104 ADA MASTER PLAN BOND ISSUE 201252023 04 24 EXHIBIT A LARGE AE-ADA IMPR REV TRACK CHANGES.dacx including standards sheets for barricades, traffic control plan, work zone pavement markings and signage (16 Sheets) 12. PFavide Storm Water Pollution Prevention Plan, including construction drawings 2 Sheets). e) Furnish one (1) set of the interim plans (60% submittal - electronic and #ail half- size hard copies using City Standards as applicable) 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 franchise utilities. 1. Required with the interim plans is a."Plan Executive Summary" which will identify and summarize the project by distinguishing key elements and opinion of probable project costs. f) Hold Project 60% review meeting. Prepare meeting agenda and distribute meeting Fneet+ngs minutes to attendees within five working days of the meeting. Assimilate all review comments; as appropriate, and proceed to next phase upon Notice to Proceed. g) PFevide GRe (1) set of the pre4inal plans and bid doeuments a submittal eleGtFenirs and full size haFd Gepies using City Standards as appliGable) to the City staff feF Feview and approval tests h) Hold Drniet 90% Feview meetin�TppaFe meeting agenda and diStrih„tee Fneeting meetings !njgutes te attendees 4.0thin five weFkin@ days ef the meeting. and speGifiGatiens, and advise Gity of responding and RGn-FeGPGRdiRg Pmoeed a--i"iJW�Sr= i) Provide one (1) set of the final (100%) plans (unsealed and unstamped - electronic and fu# half-size hard copies using City Standards as applicable) for City's final review. D Hold Proiect 100% review meeting. Prepare meeting agenda and distribute meeting minutes to attendees within five working days of the meeting. Assimilate review comments and incorporate revisions of the agreed upon level of design detail into the plans and specifications, and advise City of responding and non-responding participants as appropriate,, and proceed to next phase upon Notice to Proceed. k) Assimilate all final review comments, and upon approval by the Director of Engineering Services, provide one (1) set of the MW bid plans and contract documents (electronic and fall half-size hard copies using City Standards as applicable) suitable for reproduction. Said bid documents henceforth become the shared intellectual property_of the City of Corpus Christi and the Consultant. The City agrees that any modifications of the submitted f+naf bid plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. 1) 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. Additional revisions or design submittals are required (and within the scope of Consultant's duties under this contract) if, in the opinion of the City Engineer or designee, Consultant has not adequately addressed City- r 0gl ta nmgt of mdgl OMOO 11 wytm wh Cite standards.- EXHIBIT"A" m) Prepare and submit monthly status reports to the Project Manager no later than the last Wednesday of each month with action items developed from monthly progress and review meetings. n) Provide copy of contract documents along with appropriate fee to Texas Department of Licensing and Regulation (TDLR) for review and approval of accessibility requirements for pedestrian improvements (as authorized by Additional Services). The City staff will: a) Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. b) Provide the budget for the Project specifying the funds available for the construction contract. C) Provide the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. 3. Bid Phase. The AIE will: a) Participate in the pre-bid conference and provide a meeting agenda for critical construction activities and elements iimpasted impacting 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 up to four 4 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 rG,-•..rnrneRdatien provide a summary report concerning award-^raa—�me G0RtMGt responsiveness and responsibility of bidders. e) In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the AIE's design phase estimate required above, the Engineer will, at its expense, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re-advertise that particular portion of the Project for bids. f) Prepare Contractor bid award recommendation PowerPoint presentation in City format for City Council Meeting. 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 AIE) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. C) Receive the Engineer's reGemMeRd summary report concerning bid evaluation and eisem eRda*'^^x 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 Administration Phase. The AIE will perform contract administration to include the following: a) Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacting the project. EXHIBIT"A" Page 5 of 11 K.'lEngineering D=Exchange"GIEMIADA112104 ADA MASTER PLAN BOND ISSUE 2012A2013 0424 EXHIBIT A LARGE AE-ADA IMPR REV TRACK CHANGES.docx b) ReviewT Contractor submittals and operating and maintenance manuals for conformance to contract documents. C) Review and interpret 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 (up to 10 field visits; up to 4 hours per visit) to the site of the Project to confer with the City project inspector and contractors to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. f) A/E will not provide field engineering during the construction phase of this rp oiect. g) Prepare change orders as authorized by the City; 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. h) Attend final inspection with City staff and provide the City with a Certificate of Completion for the project upon successful completion of the project. i) Review Contractor-provided construction "red-line" drawings. Prepare Project record drawings (to the same level_ of design detail as agreed upon in this contract) and provide a reproducible set and electronic file (AutoCAD r.14 or later) within two (2) months of final acceptance of the project. All drawings shall be CADD drawn using .dwg format in AutoCAD, and graphics data will be in .dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. The City staff will: a) Prepare applications/estimates for payments to contractor. b) Conduct the final acceptance inspection with the Engineer. c Provide Consultant the construction "red-line" drawings. B. ADDITIONAL SERVICES This section defines the scope of additional services that may only be included as part of this contract if authorized by the Director of Engineering Services. A/E may not begin work on any services under this section without specific written authorization by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The A/E shall, with written authorization by the Director of Engineering Services, perform the following:; 1. Permit Preparation. Furnish the City all engineering data and documentation necessary for all required permits. The A/E will prepare this documentation for all required signatures. The A/E will prepare and submit identified permits as applicable to the appropriate local, state, and federal authorities, including: R the area n-r-crrc-urea b TxDQT utoloty and enyirOnmeRtal permits multiple i 0. Wetlands DeliReatmGR and PeFma �. Te per-ar-y IDOGGharge Permit EXHIBIT"A" Page 6 of 11 KAEngineering DataExchangelANGIENhADA112104 ADA MASTER PLAN BOND ISSUE 201212013 0424 EXHIBIT A LARGE AE-ADA 1MPR REV TRACK CHARGES.docx e. I4TPDES Permit/Amendments (including SSC, NO[, NOT). Consultant will prepare NOI for signature by City's responsible party. f, Texas Gomm 06-SiG-R-4 EinAfir-onmental Quality (TGF=Q) Perm mp-nd-rnp-pts a nl11P_Geb4 GA-11RtY h T-Pxgq Histarinal f arnrnissi ny�G) U.S.Q_ Fish and Wildlife Senrine ( SPA(S U.S. Arrnv Corps of Engineers (USAGE-) }-- v-a�r�r-r�n�coi T U United States-E nvir-nnm ental,Drn testes Ag eRnv (�S€PA) I. Texas Department of Licensing and Regulation (TDLR ) Tevas General Land Offine (T-G O) n Other egenntr nrnien}_onenifin Permits 2. Right-of-Way ' (ROW) ification Survey. All work must comply with " Ident._.,_._.,_._._, 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 in conformance with the City's Global Positioning System (GPS) control network. All work must comply with all TxDOT requirements as applicable. a) Perform surveys to determine apparent right-of-way widths. b) Research plats, ROW maps, deed, easements, and survey for fence corners, monuments, and iron pins within the existing ROW and analyze to establish existing apparent ROW. NE must obtain Drelirninwy Title Deports frem a lnn;ai Report shall identify title GWReFShip and any title eRGUmbraRises to all Fight-ef- ay v _ to.he aGq iirerl rrur ROW, Which will be used by the NE to develop the nrnnosed alignment and its position relative to the existing and proposed ROW. Th s pFeliminar-y base rnap must show lot or-pmperty the � w develop the 1..r vF.v.r...... „".r.J..u.rvr�a and nu-Fry lines, landland ownership and ad resses r�s Per nnnrgisal distrint renerrds vrrr , 3. Topographic Survey 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. a) Establish Horizontal and Vertical Control b) Establish both primary and secondary horizontal/vertical control. C) Set project control points for Horizontal and Vertical Control outside the limits of project construction disturbance. d) Horizontal control will be based on NAD 83 State plane coordinates (South Zone), and the data will have no adjustment factor applied — i.e. —the coordinate data will remain in grid. e) Vertical control will be based on NAVD 88. f) All control work will be established using conventional (non-GPS) methods. Perform topographic surveys to gather existing condition information. gl I nnote pmpase d seillpayemeRt a holes as dr-illerd by the Gity's r t h 1 .7/ �........... i.riv Nv...�..w ..v.v lr.wr�....r..r.4 w.v rrvru- Gngineering f ens ltant h) Obtain x, y, and z coordinates of all accessible existing sanitary sewer, storm sewer, water and gas lines as well as any other lines owned by third-parties and locate all visible utilities, wells and signs within the apparent ROW width along project limits. No utility connections will be shown. Surveying sen,inen related to EXHIBIT"A" Page 7 of 11 K:%Engineering DataExchangelANGIEMWDA112104 ADA MASTER PLAN BOND ISSUE 2012/2013 04 24 EXHIBIT A LARGE AE-ADA IMPR REV TRACK CHANGES.docx S{Jhs611 f7Oe RCR[Telg;Teei l^g-(VO€}sha}1-b° ^ O P;Qed�c nrtyc �G^nDf T - 1 tlfnrli for 21 IC i) Locate improvements within the apparent ROW. j} Locate and identify trees, at least five inches in diameter,,within the apparent ROW. k) Generate electronic planimetric base map for use in project design. I\ nr enirting all �Set�epertr�ers-aad-�epafe�#a eld�� parGels proposed for-araquisitioR. Metes and bouRds deSGFiPti9R$ Must iRdiGate will show tir t traGts at Ilno ale" d for information GR!y. All evicting v.,r1-vrTwreRTrre�feR �C�S6�ur�afl cn,�m-rg rAust be shown. Fn) Prepare individual signed and sealed parGel Fnaps and legal desGriptions for the all morels reel Bred will be submitted .Tong with par-Gel dec^rintionc Additional fees may h sabring hol Indanr aonfdi^ts be Qwn A lE shall Tee�ae�e��ed ' �tween�„ers�,� submit morel mans and legal des^rintions nrior to the 60% submittal. 4. EAV0r-n_n.m*_nt_.aI Issues. identify and develop a scope Of WGFk fOF any testing, handling and disposal Gf ha Materials andieF GOntaminated se-i's that rAay be diSGevered 5. Public Involvement. held afteF submittal of the FiRal EngineeFiAg Letter Report and GRe publiG meetiRg shall , handeats and exhibits for meeti;gs. PF^vide follow 616 and ro n„n a to—Gitizen . Prepare one U PowerPoint presentation for meeting with Committee for Persons with Disabilities Engineering Sub-Committee. C 1, 38 92, Standar-d Guideline o7 -nn and Depintign of Existing proposed sub-sl Irfare utility investigation will he as fallr..a- N.VNvva..r.� R speeified amas through the pFqjecA knit. (Quality Level A invelye5 the use Of RendestruGfive dm--' neRt at GFit!Gal points to deteffnine the her-ozental and veF i^al nosi+iag of undergrollnd Utilities II the at this quality level will be phySiGally IGGated and tied to the tepagpaphiG_ sup-�ey Gen#el. The utility will be and an elevatmes will be obtained to the ton of the utility. IV'KL /�/���1A� T1}_�p x+11 �/� --"Utility LOGation Tai��[��seepe lGGatiRg certain utilities t Quality Level B (Quality Level B involves Oble above ground utility faeilities, SUhas manholes, v 4ve—bee bests,....ets.,and �+arre,lating this information with evicting utility records ) 'Thane Utilities ill �.rAvA��v.r.•�•..y a111V 1111 VIIIIU LIVII MYILI I"'L'rTT Iesat EXHIBIT"A" Page 8 of 11 K:lEngineenng DataExchangeLANGIEMWDA112104 ADA MASTER PLAN BOND ISSUE 2012TO13 0424 EXHIBIT A LARGE AE-ADA IMPR REV TRACK CHANGES.doox Inn-ated to Quality Level G. LeGatiens will be based en the isu, .lea to Quality Level G _I Ar';4 nnn will he hnppd nn the Aw .ryed In RS Of r-eplaGed as part of this PFOjer-4-and- that fall WithiR the foGtpFiRt G0RStF Gtinr\_related eXlGavatinn shall be Innnted at Quality Level D V) Wate,ir — VAlater fnnilities Within the prnien4 limits will he le Gated to Qualm LCD Gas Gas faGiTtiec mgmthin the nrejer.4 limits will he lnnnted to Quality Level [iv�TYPrm1Tr-n'TL�QJGGl7�f9QCf000 cvr�uatmp�-�c�n�cr Quality Level A.The NE Will nonrdJinnte this 1fity. f e.,a t e d e U r---A� n-m---t9f the patential for- eRGG61RteFiRg theiF utility lines duping rcJenstrucAmep, 7. CORStr-ntiee-Qbsewatien SerymGes. Te Be Determ ed Not applicable Of needed and requimd-. 9. 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 As 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. 10. ADA IMPROVEMENTS IDIIQ Indefinite Deliverable/indefinite Quantity) PROJECT CONTRACT DOCUMENTS (PLANS & SPECIFICATIONS) TO BE DETERMINED. Provide the services above authorized in addition to those items shown on Exhibit "A-1" Task List, which provides supplemental description to Exhibit "A". Note: The Exhibit "A-1" Task List does not supersede Exhibit "A". EXHIBIT"A" Page 9 of 11 K kEngineering DataExchange4ANGIEWADA112104 ADA MASTER PLAN BOND ISSUE 201212013 04 24 EXHIBIT A LARGE AE-ADA IMPR REV TRACK CHANGES.deex II. SCHEDULE Date Activity Friday, May 31 -, 2013 NTP Friday, October 4, 2013 Draft ELR Submittal Friday, October18, 2013 City Review Friday, November 1, 2013 Final ELR Submittal Friday, February 7 , 2014 60% Design Submittal Friday, March 7, 2014 City Review Friday, April 11, 2014 100% Design Submittal Friday, April 25, 2014 City Review Friday, May 23, 2014 Bid Submittal Monday, May 26, 2014 Advertise for Bids Wednesday, June 4 , 2014 Pre-Bid Conference Wednesday, June 11 , 2014 Receive Bids Tuesday, July 22, 2014 Contract Award Monday, August 4 , 2014 Begin Construction Friday, April 10, 2015 Complete Construction Friday, April 8, 2016 Warrantv Phase Complete EXHIBIT"A" Page 10 of 11 K%Engineering Da1aExchange'ANG1EM1ADA112104 ADA MASTER PLAN BOND ISSUE 201242013 04 24 EXHIBIT A LARGE AE-ADA IMPR REV TRACK CHANGES.decx III. FEES A. Fee for Basic Services. The City will pay the AIE a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1 4 above, and for all expenses incurred in performing these services. The fee for this project is subject to the availability of funds. The Engineer may be directed to suspend work pending receipt and appropriation of funds. For services provided in Section I.A.1-4, AIE will submit monthly statements for basic services rendered. In Section I.A.1-34, the statement will be based upon AIE's estimate (and with City's concurrence) of the proportion of the total services actually completed at the time of billing. For ', 4,the staten;eRt will be based upon the per-Gent Of 139FApietIOR of the GGRstFUrti9R GoRt City will make prompt monthly payments in response to AIE'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 AIE a not-to-exceed fee as per the table below: Summary of Fees A. Basic Services Fees 1. Preliminary Phase $24,100 2. Design Phase $128,550 3. Bid Phase $6,525 4. Construction Administration Phase $16,920 Subtotal Basic Services Fees $176,095 B. Additional Services Fees (Allowance) 1. Permit Preparation (Authorized) $2,870 2. Right-of-Way (ROW) Identification Survey (Authorized) $6,065 3. Topographic Survey (Authorized) $74,130 5. Public Involvement (Authorized) $1,080 7. Construction Observation Services NIA 9. Warranty Phase (Authorized) $2,960 10. ADA Improvements ID/IQ (Authorization Required) TBD Subtotal Additional Services Fees $87,105 TOTAL BASIC SERVICES AND ADDITIONAL SERVICES $263,200 The estimated cost of construction for ADA Master Plan Improvements City-Wide Bond Issue 2012 is $1,575,000. The Basic Services fee for the project is $176,095. Therefore, the percentage of Basic Engineering Services cost to construction cost is 11.2%. EXHIBIT"A" Page 11 of 11 K%Engineering DataExchang6ANGIEWADA112104 ADA MASTER PLAN BOND ISSUE 201=013 04 24 EXHIBIT A LARGE AE-ADA IMPR REV TRACK CHANGES.docx EXHIBIT "A-1" CITY OF CORPUS CHRISTI, TEXAS ADA Master Plan Improvements City-Wide Bond Issue 2012 (Project Number: E12104) 1. SCOPE OF SERVICES A. BASIC SERVICES Basic services includes approximately 240 curb ramp improvements (located at 140 corner locations) and approximately 26,951 LF of sidewalk improvements based on the City of Corpus Christi ADA Master Plan, Phase 1, Package A and B. Project limits include: ADA Master Plan, Package A • Water Street— Resaca Street to Belden Street and Kinney Avenue to Broadway Court (excludes the Broadway Court intersection) • Shoreline Boulevard —Aubrey Street (I.H. 37) to Park Avenue o Excludes Twigg Street intersection, Antelope Street intersection, Coopers Alley Intersection, Broadway Court intersection, Park Avenue intersection on Shoreline southbound lanes, and sidewalk along southbound Shoreline between Broadway Court and Park Avenue • Mann Street— North Chaparral to North Shoreline Boulevard • Chaparral Street—Aubrey Street (I.H. 37) toSchatzell Street and John Sartain Street to Born Street (Excludes Twigg Street, and Cooper's Alley intersections) • Kinney Avenue—Chaparral Street to Water Street ADA Master Plan, Package B • Lipan Street— North Port Avenue to Carancahua Street • Tancahua Street— Leopard Street to Kinney Avenue • Carancahua Street—Cooper's Alley to Kinney Avenue • Hospital Boulevard —Approximately mid block between Baylor and Kokernot to West Parking Lot (Dead End) on the north side of Hospital Boulevard • MacArthur Street— Horne Road to Belton Street (excludes Belton Street intersection) EXHIBIT"A-1" Page 1 of 8 1. PRELIMINARY PHASE a) MEETINGS/PRESENTATIONS (1) Consultant will prepare Consultant contract award recommendation PowerPoint presentation (in City format) for City Council Meeting. (2) Consultant will coordinate one (1) Kick-Off Meeting. The purpose of the meeting is to: (a) Summarize project scope and schedule. (b) Coordinate any special design considerations with City Staff and City Department representatives. (3) Consultant will coordinate one (1) Draft Engineering Letter Report review meeting. (4) Consultant will prepare PowerPoint presentation, handouts, and exhibits for one (1) City-appointed capital project: oversight committee meeting. (a) Consultant staff will attend the meeting. (b) Consultant will provide written follow-up and response to committee comments. Format will be a letter/memo to the City Project Manager. b) DATA COLLECTION (1) Consultant will review ADA Master Plan requirements. (a) Consultant will check proposed Master Plan improvements against proposed projects from the City, the RTA, and TxDOT to avoid redundant design efforts. (2) Consultant will perform site visits to all corner locations. The purpose of site visits is to: (a) Establish up-to-date field conditions. (b) Take photographs to aid in design. (c) Document site-specific obstructions or design considerations. (3) Consultant will identify areas of potential right-of-way constraints using City GIS (if available for the area) and County Plat records. EXHIBIT"A-1" Page 2 of 8 c) ENGINEERING LETTER REPORT (1) Consultant will provide City staff with one (1) hard copy and one (1) electronic copy of Draft Engineering Letter Report (ELR). Draft ELR will include the following: (a) Project Description and Limits (b) Project Context in the ADA Master Plan (c) ADA-Compliant Parameters (d) Typical Existing Site Conditions (e) Typical Proposed Improvements (f) Unique, Site-Specific Design Considerations and Recommendations (i) It is anticipated there will be locations in which the level of design detail required to generate constructible plan sheets exceeds the level of detail set forth in the agreement of this contract (as outlined in Exhibit "A-1", I.A.2.a.1.b.i). At the 30% (Engineering Letter Report) Submittal these locations will be identified by the Engineer (CH2M HILL) Locations requiring additional detailing not covered in the base contract will be paid for under a supplemental contract agreement at a rate of$2,500 per sheet. It is assumed that a plan sheet will have one (1) intersection or 560 LF of sidewalk. (g) Coordination with other Entities or Agencies (h) Engineer's Opinion of Probable Cost (i) Opinion of cost will be based on ADA Master Plan guidelines and experience from similar projects. (i) Anticipated Index of Drawings and Specifications Q) Plan Sheet Template (2) Consultant will assimilate City comments of the Draft ELR and submit one (1) hard copy and one (1) electronic copy of FINAL ELR. (3) Consultant will conduct and document internal QA/QC review of Draft and Final ELR submittals. 2. DESIGN PHASE a) 60% SUBMITTAL EXHIBIT"A-1'r Page 3 of 8 (1) Consultant will provide City staff with one (1) hard copy and one (1) electronic copy of 60% Submittal, which will include the following: (a) Plan Executive Summary and checklists as required by City Plan Preparation Standards. (b) 60% Submittal Plan Set (11"x17"format) (i) Plan set level of design detail will be based on TxDOT Plans for CSJ 0916-00-063, a similar project for the construction of curb ramp improvements. (c) Engineer's Opinion of Probable Cost (d) List of specifications (2) Consultant will coordinate 60% Submittal review meeting with City staff. b) 100% Submittal (1) Consultant will provide City staff with one (1) hard copy and one (1) electronic copy of 100% Submittal, which will include the following: (a) 100% Submittal Plan Set (11"x17"format) (i) Plan set level of design detail will be based on TxDOT Plans for CSJ 0916-00-063, a similar project for the construction of curb ramp improvements. (b) 100% Submittal Set of Specifications and Contract Documents (c) Engineer's Opinion of Probable Cost (d) City's red-lined set of review comments from 60% review, with Consultant's documented response to comments. (2) Consultant will coordinate 100% Submittal review meeting with City staff. c) Bid Set Submittal (1) Consultant will provide City staff with one (1) hard copy and one (1) electronic copy of Bid Set Submittal, which will include the following: (a) Bid Set Submittal Plan Set, signed and sealed (11"x17" format) (i) Plan set level of design detail will be based on TxDOT Plans for CSJ 0916-00-063, a similar project for the construction of curb ramp improvements. (b) Bid Set Submittal Set of Specifications and Contract Documents, signed and sealed EXHIBIT"A-1" Page 4 of 8 (c) Engineer's Opinion of Probable Cost (d) City's red-lined set of review comments from 100% review, with Consultant's documented response to comments. d) QA/QC (1) Consultant will conduct and document internal QA/QC review of 60%, 100%, and Bid Set Submittal plans, specifications, and documents. 3. BID PHASE a) PRE-BID (1) Consultant will attend Pre-Bid Conference. (2) Consultant will address pre-bid questions and prepare up to four(4) addenda. (a) City Project Manager will be point of contact between Consultant and Bidders. b) BID TABULATION AND SUMMARY REPORT (1) Consultant will attend bid opening, analyze bids, evaluate and prepare bid tabulation, and provide a summary report concerning responsiveness and responsibility of bidders. (2) Consultant will prepare Contractor bid award PowerPoint presentation (in City format) for City Council Meeting. 4. CONSTRUCTION ADMINISTRATION PHASE a) PRE-CONSTRUCTION (1) Consultant will participate in pre-construction meeting conference. (2) Consultant will review Contractor submittals for conformance to contract documents. b) CONSTRUCTION ADMINISTRATION (1) Consultant will review lab test results. (2) Consultant will prepare change orders as authorized by the City. (3) Consultant will visit project sites (up to 10 field site visits; up to 4 hours per visit) to confer with City project inspector and Contractor. Consultant will attend final inspection walk-through and provide a Certificate of Completion upon successful completion of the project. (4) Consultant will prepare Record Drawings based on Contractor-provided construction "red-line" drawings. EXHIBIT"A-1" Page 5 of 8 (a) All drawings shall be CADD drawn using AutoCAD dwg format. B. ADDITIONAL SERVICES (ALLOWANCE) 1. PERMIT PREPARATION a) TPDES PERMIT (1) Consultant will prepare NOI for signature by City's responsible party. (2) City will be responsible for submitting the completed NOI and paying the application fee. b) TDLR SUBMITTAL (1) Consultant will prepare and submit the following documents and associated review fee to TDLR. (a) Project Registration form. (b) Bid set plans for TDLR Plan Review. (c) Request for Inspection form. (2) Consultant will submit payment to TDLR for any associated fees. 2. RIGHT-OF-WAY(ROW) IDENTIFICATION SURVEY a) Establish the location of the ROW at specified locations to determine if there is adequate ROW to accommodate the required ADA improvements. It is estimated that 13 locations will require ROW identification. 3. TOPOGRAPHIC SURVEY a) Provide detailed topographic survey at each new curb ramp location (an allowance for up to 141 corner location topographic surveys have been included in this contract). Survey data will include all existing above ground appurtenances such as existing curb and gutter, power poles, traffic signal foundations, traffic signal controller boxes, fire hydrants, curb inlets, signs, fences, natural ground, etc. which may affect the design and construction of the proposed ADA improvements. (1) For curb ramps that do not have adjoining sidewalks that will be surveyed as part of item B.3.b, establish cross slope and profile of the existing sidewalk 20 feet beyond the end of the existing curb and gutter radius return. b) Establish cross slope and profile for up to 26,951 LF of existing sidewalk/pedestrian pathway. 4. ENVIRC) MSNTAI ISS NOT APPLICABLE EXHIBIT"A-1" Page 6 of 8 5. PUBLIC INVOLVEMENT a) PRESENTATION (1) Prepare one (1) PowerPoint presentation for meeting with Committee for Persons with Disabilities Engineering Sub-Committee. (a) Consultant staff will attend the meeting. 6. SUBSURFACE UTILITY INVESTIGATION NOT APPLICABLE 7. NOT APPLICABLE 8. NOT APPLICABLE 9. WARRANTY PHASE a) Provide Warranty Phase Inspection. b) Prepare Warranty Phase Report. 10.ADA IMPROVEMENTS IDIIQ PROJECT CONTRACT DOCUMENTS (PLANS & SPECIFICATIONS) TO BE DETERMINED a) Prepare Example Delivery Orders and Forms (1) Consultant will prepare ID/IQ plans and specifications with example ID/IQ Delivery Orders. (2) Consultant will prepare an example Delivery Order form. b) Prepare Citizen Requested Delivery Orders (1) Consultant will prepare Citizen Request Delivery Orders. Delivery Orders will be limited to curb ramp corners with minimal obstructions and simple alignment features that do not require detailed design. A "City of Corpus Christi Pedestrian Curb Ramp Standards" ramp configuration will be the basis for each corner improvement. It is assumed that each Delivery Order will consist of one plan sheet designed at the level of detail set forth in the agreement of this contract. It is assumed that a plan sheet will have one (1) intersection or 560 LF of sidewalk. (a) Delivery Orders will include: (i) Coordination with City Staff and a preliminary site visit. (ii) A simple schematic layout (no topographic survey) of curb ramp improvements. (iii) Construction Cost Estimate. (b) Delivery Orders will not include: EXHIBIT"A-1" Page 7of8 (i) Construction observation/construction administration site visits. (ii) Corners that would require complex ramp alignment retrofits around obstructions. (iii) Topographic survey and ROW identification/acquisition services. (iv) Striping and signalization features. (2) The preparation of Citizen Request Delivery Orders will be paid to the AIE under a contract amendment at a rate of$1,200 per Delivery Order. EXHIBIT"A-9" Page 8 of 8 EXHIBIT "B" MANDATORY INSURANCE REQUIREMENTS & INDEMNIFICATION FOR A/E 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 Consultant must not allow any subcontractor to commence work until all similar insurance 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 $1,000,000 COMBINED SINGLE LIMIT including: 1. Broad Form 2. Premises - Operations 3. Products/Completed Operations 4. Contractual Liability 5. Independent Contractors AUTOMOBILE LIABILITY to included $1,000,000 COMBINED SINGLE LIMIT 1. Owned vehicles 2.. Hired — Non-owned vehicles PROFESSIONAL LIABILITY including: $1,000,000 per claim 1$2,000,000 Coverage provided shall cover all aggregate employees, officers, directors and agents (Defense costs not included in face value 1. Errors and Omissions 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 WORKERS' COMPENSATION Which Complies with the Texas Workers Compensation Act EMPLOYERS' LIABILITY 500,000/500,0001500,000 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. EXHIBIT"B" Page 1 of'3 JAEngineering FormsX ARGE AE EXHIBIT B.DOCX 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 promptly 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 w1h 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: i. 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 polices; ii. Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where 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. 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 EXHIBIT"B" Page 2 of 3 JAEngineering FormsU ARGE AE EXHIBIT B.000X 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 maintain any insurance or policy endorsements to the extent and within the time 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. EXHIBIT`°B" Pa e 3 of 3 JAEngineering FormsYLARGE AE EXHIBIT B.DOCX 0 0 o a o 0 0 i I.R 0 0 0 0 0 C d tir� O LO 0 0 0 0 0 0 LO O t7 V CL a. E d O 4 0 0 0 Ca 0 0 0 0 0 0 0 0 [] Cam 0 0 00 F- T 64 � 0 00 00 0 0 0 0 1% 0 0 0 0 ❑m m tRI 00 ° O 2 o �n LO L L ' T T P T 60 6% L � a - _ m CD O o o O 0 LO 0 O C� o o ❑ ❑ q) C) 0 Co c .-" °- m � E � T Q s 1` OO 0 W O r O O r CD � p p LD r tq LU •r+ r r w 4 to r M O) m an M O 0) 0) _ v r co r r O CO N M r M le Q O w LA O O r ~ ~ 07 O 0; 0 W � N r N to t M 64 O (0 LU N_ CD O � o Z N C) C) CD C> CD 0 64 CD CD 0 a 0 ❑ ❑ Oar Came o °) azCD z ca in 4) a I- � LUf> a Q. a Ca a C o C 0 o CD o o a o Ca. r p c m 60 � 69-0 0 m 10 E y.r I- M O 0 O T O O T O It ❑ ❑ LO T LO (D co O } T f3� 07 m m d7 O O CSC O O N (7 T M d *L to O O 0 O 0 O m O C T (V r U) o 64 N m co as U U � � fA (n LL w m H(n w LL C0J G1 d O a U O ro LL u) -� N t . as m � � a � � c "o u? N a a c c o (0 0) a� r C 0 0 c C CO 0 0 o .� ._ .m a Q c -0 -a L CL a CL Q E 'N m O w O (D co 0 ets oZS m a ❑ m it CU U) a s 5 a EL` O u w v) m ¢ 10- EXHIBIT"C" Page 1 of 1 SUPPLIER NUMBER TO BE ASSIGNED BYOITY-""'" PURCHASING DIVISION Cry of CITY OF CORPUS CHRISTI ChAud 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: CH2M Hill,Inc, P.O.BOX: STREET ADDRESS: 555 N.Carancahua,Suite 310 CITY: Corpus Christi ZIP: 78441 FIRM IS: 1. Corporation 2. Partnership B 3. Sole Owner E]4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) N/A 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named`arm." 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 N/A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an `ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Consultant N/A 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 -eneral 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. Ne disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-319(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,Texas as changes occur. Certifying Person: Sidney A.Faas,P.E. Title: Vice President (Type or Print) / Signature of Certifying C i '� Date: 31 l z 115 Person: ' �. - DEFINITION'S 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. "Firth." 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.