Loading...
HomeMy WebLinkAboutC2014-040 - 2/11/2014 - Approved CITY OF CORPUS CHRISTI AMENDMENT NO. 1 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 Urban Engineering, a Texas corporation, 2725 Swantner Drive, Corpus Christi, Nueces County, Texas 78404, (Architect/Engineer—NE), hereby agree as follows: 1. SCOPE OF PROJECT Programmed Water Line Service Life Extension for City-Wide Distribution Repair and Replacement - Indefinite Delivery/Indefinite Quantity (IDIQ) Procurement (8610) - This contract amendment includes the preparation and development of five Indefinite Delivery/Indefinite Quantity (IDIQ) construction documents and delivery orders for the citywide replacement and repair program for waterlines in various locations. 2. SCOPE OF SERVICES The NE hereby agrees, at its own expense, to perform professional services necessary to review and prepare plans, specifications, and bid and contract documents. In addition,NE will provide monthly status updates (project progress or delays,gantt charts presented with monthly invoices) and provide contract administration services, as described in Amendment No. 1 Exhibit"A", to complete the project. Work will not begin on Additional Services until requested by the NE (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. NE 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 NE 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 NE 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 Amendment No. 1 Exhibit "A". This schedule is not to be inclusive of all additional time that may be required for review by the City staff and may be amended by or with the concurrence of the Director of Engineering Services. The Director of Engineering Services may direct the NE to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase 2014-040 Contract for Engineering(NE)Services 2/11/14 , Page 1 of 3 1WATER18810 PROGRAMMED WATER LINE SERVICE LIFE EXTENSK)NUIMENDMENT NO.11CONTRACTICONTRACT REVISED M2014-013 FROM DANIEL W MARK W SIGNATURE.DOC Urban Engineering INDEXED of fee will be mutually agreed and evidenced in writing as an amendment to this contract. NE shall notify the City of Corpus Christi within three(3)days of notice if tasks requested requires an additional fee. 4. INDEMNITY AND INSURANCE NE agrees to the mandatory contract indemnification and insurance requirements as set forth in Amendment No. 1 Exhibit "B". 5. FEE The City will pay the NE a fee, as described in Amendment No. 1 Exhibit "A", for providing services authorized, a revised fee not to exceed $228,440.00 (Two Hundred Twenty-Eight Thousand Four Hundred Forty Dollars and Zero Cents) for a total restated fee not to exceed $267,540.00 (Two Hundred Sixty-Seven Thousand Five Hundred Forty Dollars and Zero Cents). Monthly invoices shall be submitted in accordance with Amendment No. 1 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 NE at the address of record. In this event, the NE 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 NE agrees that at least 70%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 30% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA.) 8. ASSIGNABILITY The NE 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 NE staff. If the NE 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 NE fee may be assigned in advance of receipt by the NE without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. 9. OWNERSHIP OF DOCUMENTS Contract for Engineering(AIE)Services Page 2 of 3 K:\ENGINEERING DATAEXCHANGEUENNIFERIWATER\6610 PROGRAMMED WATER LINE SERVICE LIFE EXTENSIONWMENDMENT NO.11CONTRACT\CONTRACT REVISED FROM DANIEL W MARK W SIGNATURE.DOC 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 NE without the express written consent of the Director of Engineering Services. However, the NE 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 NE further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form. CI ► 0 CORP ; •HRISTI URBAN ENGINEERING Mark V. Vleck, '.E , • Date es L. Urban, P.E., Date Interim a sistant Cit Manager 2725 Swantner Drive for Public Works and Utilities Corpus Christi, Texas 78404 (361) 854-3101 Office (361) 854-6001 Fax RECOMMENDED ] Daniel Biles, P.E., ate It (L Executive Director • P . 'c Works i'1 COUNCIL Illi-tee,4111 . '4 re -3 4 L/ ..,„,.......,........smoT,,:qt •p= ating Department Date APP j OV D ENTERED .? .�� DEC 3 0 2013 � Q , em e of Management sate and Budget Cr.,' a i►; :;; MANAGER ATTEST Project No: 8610 Fund Source No: 550950-4093-00000-180198 ne-loa.e/C/r- - idte'‘A--1" Fund Name: Water 2013 CIP (Rev Bds) Encumbrance No: 'F R DI(F'(j Z.1. City Secretary 0 '- CEIVED ,i Contract for Engineering(AIE)Services Page 3 of 3 K:IENGINEERING DATAEXCHANGEUENNIFERIWATER18610 PROGRAMMED WATER LINE SERVICE LIFE EXTENSION.AMENDMENT NO.1ICONTRACTICONTRACT REVISED FROM DANIEL W MARK W SIGNATURE.DOC LI U RBAN ENGINEERING Job No.: 33760.83.02 December 3, 2013 TRANSMITTED VIA EMAIL Mr. Daniel Biles, P.E. Director of Engr. Services City of Corpus Christi P. O. Box 9277 Corpus Christi, Texas 78469 Subject: Amendment No.1 - Programmed Water Line Service Life Extension (#8610) City-Wide Water Distribution System Repair and Replacement-ID/IQ Procurement Dear Dan: In response to a City request we are proposing the following contract amendment to the Programmed Water Line Service Life Extension (#8610). It is our understanding that the City desires to establish a replacement and repair program for waterlines in various locations throughout the City. To accomplish this task we propose the following approach; Phase I - In Phase I Urban Engineering will provide engineering and consulting services to prepare Indefinite Delivery/Indefinite Quantity (ID/IQ) construction bidding documents, assist in the bidding process, evaluate the bids and provide a recommendation of the successful bidder. Once the successful bidder is under contract the City, at its discretion will authorize Urban Engineering to proceed with Phase II and Phase III. Phase II (Not Authorized) - In Phase II Urban Engineering will provide engineering services to assess water distribution system data provided by the City. The data will be assessed in order to determine and or confirm whether water distribution works associated with selected City projects require repairs or full replacement. Phase III (Not Authorized) - In Phase III, Urban Engineering will provide engineering services for preparation of delivery orders to be issued to the successful bidder determined in Phase I. I. SCOPE OF SERVICES: PHASE I Task 1 —Design Phase Services (ID/IQ Bidding Documents) a. Attend (1)one kickoff meeting b. Provide Project Management services to ensure that the project deliverables that are provided meet the stakeholders requirements c. Review, study, and verify all comments and recommendations from the lessons learned" and incorporate into the new City-wide Water IDIQ project contract documents. City of Corpus Christi to provide the minutes of meetings held during the preparation of the City-Wide Wastewater ID/1Q project. (361)854-3101 2725 SWANTNER DR.•CORPUS CHR SII, EXAS 78404 FAX(361)854-6001 www.urbaneng.com TBPE Firm#145 AMEND. NO. 1 TBPLS Firm it 10032400 EXHIBIT"A" Page 1 of 11 Proposed Fee(Task 1 Items a through c):$7,420 d. Urban Engineering will develop a water main, valve, water service, hydrant, and meter, repair and replacement unit-price matrix for varying sizes of utilities. This table will also include ancillary items such as fence removal and replacement, seeding sodding, pavement repair, sidewalk repair, curb and gutter repair, traffic control, utility conflicts, waterline testing, etc. e. Prepare"hypothetical"final quantities and estimates of probable costs which will be used for bidder evaluation. Develop a revised bid item matrix which will provide benefits to the City with respect to economy of scale. f. Attend(2)two meetings to review the unit price matrix g. Engineer will prepare a sample delivery order to be included as an attachment in the bid documents. This document will clearly define the contractor's expectations on the type of information typically included in future delivery orders and the level of detail to be expected. In addition, it will provide clear guidance on the anticipated format of future delivery orders and will define the documents required, provide suggestions on the type of information recommended, and offer examples of plan sheets, photos, and cost estimates. h. Provide typical traffic control plans and standard traffic control measures for the various construction applications that can be reasonably anticipated. Include bid items for signage, illumination, markings and striping, and signalization. The City Traffic Engineering Department will have final authority on the appropriate traffic control set-ups for each delivery order site. i. Provide Quality Assurance/Quality Control(QA/QC)measures to ensure that submittal of the pre-final, and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. j. Urban Engineering will prepare construction contract documents (plans and specifications) for the City-Wide Water Distribution System Replacement and Repair ID/IQ Procurement. These plans and specifications will follow a format similar to the format that was developed for the City Wide Collection System Rehabilitation and Replacement IDIQ Procurement(City Project E12161)project. i. Prepare one (1) set of PRE-FINAL and one (1) set of FINAL Contract and Bid Documents in City format (using City Standards as applicable), induding Contract agreement forms, general conditions and supplemental conditions, notice to bidders, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid or for multiple bids,the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. Both packages will also be provided electronically in PDF and CAD formats. Said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. ii. Following the City's review of the PRE-FINAL submittal package, Engineer will assimilate all review comments and make the appropriate modifications and additions/deletions to the FINAL bid package. The City agrees that any modifications of the submitted final plans(for other uses by the City)will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. iii. Attend (1)one PREFINAL complete design meeting to review the contract and bidding documents.Attend(1)one FINAL complete design meeting to review the contract and bidding documents. Proposed Fee(Task 1 Items d through j): $59,570 Page 2 of 8 AMEND.NO. 1 EXHIBIT"A" Pa._e2 of 11 • Task 2—Bid Phase Services Urban Engineering will provide the following bid phase services: a. Attend Pre-Bid Meeting b. Attend Bid Opening c. Review and prepare responses to RFI's d. Prepare addenda as needed for the project execution e. Prepare a bid evaluation and provide a written recommendation to the City Proposed Fee(Task 2):$7,440 Task 3-Construction Phase Services The NE will perform contract administration to include the following: a. Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. Proposed Fee(Task 3):$6,640 TOTAL PHASE I FEE: $81.070 PHASE II(NOT AUTHORIZED Task 1 —Review and Assessment of Data Collected by the City (DO#1 to DO#5) Urban Engineering will coordinate with the City to review the pipe material, age, repair and location data (including GIS data) collected and compiled by the City of Corpus Christi for the street overlay program (Delivery Orders 1 through 5, see attached). This data will be reviewed and assessed to confirm the need for replacement or repair of the selected water lines, as noted in the delivery orders. Proposed Fee(Task 1):$10,870 Task 2—Review and Assessment of Additional Data Collected by the City Urban Engineering will coordinate with the City to review, compile and assess additional data (including GIS data) collected by the City of Corpus Christi. This data will be used to determine the need for replacement of the selected water distribution works for up to five (5) additional delivery orders. Proposed Fee(Task 2):$10,870 Task 3—Meetings Urban Engineering will attend the following meetings with the City engineering and operations staff: a. Attend (1) one meeting with the City to discuss the proposed Delivery Orders (DO# 1 to DO#5) Page 3 of 6 AMEND. NO. 1 EXHIBIT"A" Page 3 of 11 b. Attend(1)one meeting with the City to discuss up to(5)five future delivery orders. Proposed Fee(Task 3): $3,360 TOTAL PHASE II FEE:$25.100 PHASE III(NOT AUTHORIZED) Task 1 -Delivery Order Preparation a. Engineer will perform site visits, review inspection reports, repair reports and meet with City to identify water distribution system issues and the possible rehabilitation • options. b. Engineer will submit a °draft° version of each non-emergency delivery order for the City's review and comment prior to issuing the final delivery order. c. Delivery orders will include a short narrative of the expected work for each site, a site exhibit depicting work location, quantities, and rehabilitation methods, a utility base map identifying all known utilities in the area, an engineers estimate, and any other reference material that may aid the Contractor during construction including inspection reports, City work orders, old plans, etc. d. Review field and laboratory tests. e. 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. f. Make regular visits to the site of the Project to confer with the City project inspector and contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. g. Prepare change orders as authorized by the City(coordinate with the City's construction division). h. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. Proposed Fee: $112,820 Task 2-Topographic Survey a. Topographic survey is not anticipated to be needed on most deliver order sites, except where horizontal and/or vertical control is critical for the design and construction of the proposed improvements to avoid potential conflicts, and/or to confirm slopes, etc. b. The Topographic Survey allowance is based on one (1) 8-hr day of (2-man) field crew work and is sufficient for up to one(1) site. Proposed Fee:$3,810 Task 3-Warranty Phase a. Engineer will prepare a list of all sites completed at the end of a 12-month period for the City and recommend acceptance of the sites and commencement of the warranty period. All listed sites will have the same completion date and warranty expiration date. b. Engineer will provide a warranty inspection of all sites toward the end of the 12- Page 4 of 6 AMEND. NO. 1 EXHIBIT"A" Page 4 of 11 month period and generate a warranty items punch list. The Warranty Phase allowance is based on one (1) 12-month warranty period. Proposed Fee: $5,640 TOTAL PHASE III FEE: $122.270 II. SCHEDULE: We proposed to complete the Phase I tasks described above within (60) sixty days of receiving the notice to proceed. The schedule for Phase II and III will be determined once the project has been awarded to the successful bidder. Ill. FEE: For services authorized by the Director of Engineering Services, the City will pay the NE a not- to-exceed fee as per the table below. All fees for Phases II and III are unauthorized at this time, requiring authorization by the Director of Engineering. Summary of Fees Basic Services Fees PHASE I PHASE II PHASE Ill 1. Preliminary Phase $7,420 2. Design Phase $59,570 3. Bid Phase $7,440 4. Construction Phase $6,640 Subtotal Basic Services Fees $81,070 Additional Services Fees(Allowances) 1. AssessmenUSelection of Proposed Work $25,100 2. Delivery Order Preparation $112,820' 3. Topographic Survey $3,810 4. Warranty Phase $5,640 Sub Total Additional Services Fees $147,370 $25,100 $122,270 Total Fee $228,440 Notes: 1.The Delivery Order allowance will be determined and billed,at rates shown in the Compensation Table below, as the final delivery orders are issued to the Contractor. The actual fee depends on the value of the delivery orders issued. The fee noted above is based on the City's Water CIP budget of$2,375,126 for the Street Overlay Program (see attached). Page 5 of 6 AMEND. NO. 1 EXHIBIT"A" Page 5 of 11 The following compensation table will be used to determine the Delivery Order fee; COMPENSATION TABLE Construction Cost of Delivery Order A/E Fee $0 to$30,000 $3,750(Flat Rate) $30,000 to$100,000 10.0% $100,000 to$150,000 6.25% $150,000 to$250,000 5.5% $250,000 to$350,000 5.0% Over$350,000 4.75% If the average value for a delivery order is $475,025 then the total basic services fee would be as follows: $2,375,126(estimated work) #Delivery orders=$2,375,126/$475,025=5 Fee=5 orders x$475,025 x 4.75%=$112.820 If the above is acceptable, please prepare an amendment to our AE Contract for signatures. Should you have any questions please let me know. Sincerely, URBAN ENGINEERING D "56 \(),-C19— J. Douglas McMullan, P.E. JDAN Enclosures xc: Bill Green, P.E.—Engineering Services w/encl.via email Page 6of6 AMEND.NO. 1 EXHIBIT"A" Page 6 of 11 :3 i33i"si3i"3 $ ` "3 i 3 i :3 1111ss3ii`ss E ' !11111/1/111 Fiss1sita si3ili1i1i 1 s I Ilc :I • h J 1 f J 1 j Yt i 7 1 i_Y : 111114111111.11140:04111 44885884x7.5 -773272: :35 :9E 22523 :5:7:52277 7 _ sss333a'as .i:5;iE= ":.i3RCEREoRa� "3" E x s6s15s7s66sa ,,,^^_ s s:sssss:sssaaasas Ma43aiim37$7 Mg:s..sR"s" I :ssaa s:=-- _ A 4 F -FFFFFFFFFF- 'FFFFFFF Igi €€€t/IIaa111 /1111 s a s s s.a a a,: l s w-s.a a s a i/1111111 -Ill !Hill i_lI_ili==14111 3 3 c S. 0 C e ' s f r `I a a = c c t t t c t t c t t c = c C c t i C i c i t i t t 6 C t C C C C i C C C i i i t C t C t 3 3 pp gg 3�t;RX1CAtt:A£xx i__.,.,,.RRR R .. s_ tr.. i fi b'ssaa"a5$6"asaE osasag$'iao . a"a8"a"a°sooaoo:: :: :::!::'d88 ■ .,. ..xaNs ;1..11x:: • , -4371a.s 11c.3 - - 33tw ias:aa�:izatt��•vsa:ssa�a�' . C a t . c c c i c . _ - t i t s u 1 3 t i i i 1 i i i i i 1 7S i i i 1 t i 1 i i i 3 'iiaaaaai5 W. - - -- ---C 088 ; 334 DP> $ sS ; '102 34 F' S -a3G :1 cl =a s f u m 3` I a • . jIj o �3S$€E�$ a $t r �iWW� ;5i� 7i7` `$$$$ S ~a t 3 $i H33iiiiiigii xssss$1= _ , ===s .o�a�� t R- i :1 AMEND. NO. 1 EXHIBIT "A" Page 7 of 11 =f ',, , . 7 yrt� # t r. 35239 7f =Q' ^eRBf^,=3'3 .3535. .:SR'S-3 ` t 3 3 52i- .f 's3";za"a :'a?' :I= bad: ;'s::9sT _ ggsy�y ««..« IV' MX 333333233333 3333 333003«g3$ - g 5131='__- IV' MX 3.......-r------4--- "----33535:. `3 3 �..................,. . NAM«w. -- .. Z I 1 f!;;:iiii:ilitiiiiiiiiiiiigiiiiiiiik f6r� i ,. ng . ',. i !! !:4333434 G L!$Y!!..Y .Y!gZeYYYI.�Y F 1 ^. . . . r.. P. ..4,4,666a6. -. !.4.4 ' !...4.66%,t,%.1.... 6 1„ c,„ i 3 L t t t t t t t t t C t t t t t C t C C t t C t t t t t C t C C C C C wg.m51 45: 4:1i§i5R5E1:D.Rai€R-spasmEil$i02i 133337 . #" .. (L74� «« R2 . : .' AC3 333111 k4 1 1 ■ I d`o8aa �£ f"sSaaaassa€saa858aESEEEa`sa3£aaaaaffio'sag Win .. az�s.awaaaa aasaaaaia.1 a alvaaa c'i i3:. CH., of °i _ / ,53` E3i' e`g V3' '43 ", a I.1 "ifWieiBil!g1Plilqiglg.211.-:79. 3 3 3 3 3 AMEND. NO. 1 EXHIBIT "A" Page 8 of 11 • 3 ;.1311111 :111111 . s iSii?i31' •.I`?iiT711II1V??i7s^a?7Ta?ii????3?T , gE € gtj€ Y1FII ''-1111111/1111111111/11/111111/11 I IIIIIIII a jIiUFatiilliftaUHHItIIIIIIF ii -_ ,, ,:,e :Mill 1 iimilliiiili 1 4Yi ill i ' . . = ,a- .iaszsA 2-azx,Ya&s_aA73?.Aze.z:::73=84 ::3 7 =i1:24E 579.= z3§aitaszaza;4 ;saaga.cs-zza ?k: i" ASA pp 0000a00000 ...,,......;........:02,.. t c Y i i a a: C s48.8'7 - ..s: - - - 'Y 1 ° : i ii§dcz&gee .E ; v _ is:iz ,�RA _ 3S, S3S5 as i , i g gg g IYSYYYYYYYYYY 1$YSIYYY#Y !!!!!!!!;rin Yil Wi rni!!A! V51 I t C t t t t t t E t t f C t t t C L t t C C i C i C t f[L L C L i t t t t f i C i C t t C C gg g +� 31 3.33 77gI111 16 rAFRE54$�_ZE gotz1.7 -E.57,:g1; s3wm2k-g�75ti4s:3 A 1oea iiiiiinini a I'ffiBSifi"si`a8aifi%a€€88"agagogSSfi6o€Ltii gCaspaaasYaaCaa zii iz:i isii ii 111:1 i-8111111;iii AM M Ell$J i a i 8 i i i M E a a a a Y a a a Y e Y Y Y Y a"e e e"e a Y X 3 a a a a Y a a a a a a k`1 8118.1c -^^ .o we Ais! AL-SfR= ?- s Ao!!s!I TIP Aing1 13;3p,a§5111 li a -11 lil5504 83 2 o 5ili g $ s7V- . - a*a _ gill o -a 45 `g-, 010 e aea' ;aaaaaaaaaaE s `�saWwW __3a ..„99. .99 saai[ i 3 E _ c o 7 AMEND. NO. 1 EXHIBIT "A" Page 9 of 11 ., . . . , . . . . LI. Al 1 i of ; -1- 1111 . 111111111111111 10. ,v:i1111111.111 , _ 111111L ... 7 7 ;; IiiiiiN=ii.;;;.; -- _,- -- ...... 2 • A_ 11111111111 1 111111 1111 11''''' Ili ill III ii iiiii lig=33— _ 1 I 1 MU iii ilgti= ilig"'4011111111111!... .i..r.1 -517,1 s, gilqiq ' = _ `" ' 1" " ' '- :, '-fl!Irtll I IlgIgiil:glgillligll l'-'! 1 1 1 ., . .. , , : . . ...• I 4, , . .4. ., ..- ' • " ,._ •',.' _...7 • • ". :. rrerr., .,-E rerr.:..r'.- - t.4 ...V : : , 2,:, .ifi:.:..-_; --'-::;: ;"1?•,--' - ....::: * - . , sgss1-----1s1111E2-.11:11E21111 ; t tA.SSI ILI pCttictitttlitgAttitictilitf[(iittiftticAttrttlittictr Niii! iii .;-.:5§.1121!Pn!f.4.2!"55. -55k11E2iE"'11-451F-]:7:§5i§5iiIMI tss....? p5 lEa§swf:gz:'. :2ssal-.1,-:.!sssis:...iviiElIcligr.gw.lgig ,, iiiii 1ii ISIEgfigEggIgEgSEIgS11864EgESEEEESESLAISSSEggEEISIEfiSE8 all Ti 11;113111;111111 - - , . i -7.7:-. E. gt-Oiiia; !24:;40140iiipEgifiiilt ?,Filighligil '' .1illf 91 M.IrtiZAtUiliEgIg4ii.il.1511.1gtVlifj_I-sia,Viil, Iiii! Mtt IIIIIIiiiiiiiiiilifill4P11111111111W14201113111S III g44“ii i ''' OM 111 MigtilifilEgVfili//11111;41131:::21ii*Eff!!!!! 11111111 1 AMEND. NO. 1 EXHIBIT "A" Page 10 of 11 . . . , il.f' 1 l- 11111A, J 1 I M m11111,11 I : 'I U ' - I 1 i ni:11 (i,lillif iilimililimillism i 1 4_ -.'-.F5:!! VStS4E487-9.5'Egv;188.4 2 2 555,4!U.55711.55::51.1ZU 5 74 _4E4 2 ,......- .....- 1 =44 ........ . . 4..7,:ii.: N1444444.1 IA__ 4 i n==- —1-- i ; .? liii; Pgggggg igttgpggtg!A gggggggg • _ . Ingt!Wgint"lf . -.., ., ]: J.Z?a 1 '''' '2'.6n17 7,ZYVV7122222222222 i 2 -......-- , 6 • i a VS! tICEECI At:ifttigitECCCGCSGECt 1,9.2z t"g7.*g.17. t, )'--gii7=_ gsggggg ggsggsgsggggsgggsgggg 111 ellii Aiiiiiil V311131flM1111313fl g.9.11 t;.4 .5g g ,118.15,10,14.0ii;ti :11F 40FIZ Aqlgi!i'E'"iqi21-05' f) i_ 1 1 Ilif= Migh!g3 ziigEiloiAmo-:01! 41 ---- il i ES.' lg1111/ v;.011§;0!0§SSOAiii t 1 ; ii i = 0 AMEND. NO. 1 EXHIBIT "A" Page 11 of 11 • EXHIBIT"B" MANDATORY INSURANCE REQUIREMENTS&INDEMNIFICATION FOR NE 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 /$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 500,000/500,000/500,000 AMEND.NO. 1 EXHIBIT"B" Page 1 of 3 K.IEngineering DelaExchangsUENNIFERIFORMS1Exhibil B for Large-Insurance&Indemnficalian.docx 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 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 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: 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 policies; 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. AMEND.NO. 1 EXHIBIT"B" Page 2 of 3 K1Engineeung DataEachangeUENNIFER1fORMS E i ibit 8 for Large-Insurance&Indemnification.docx 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 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. AMEND. NO. 1 EXHIBIT"B" Page 3 of 3 K:1Engineering DataExdungoUENNIFERVFORMSIExhibil B for Large-Insurance&Indemnificatian.docx Sample form for: COMPLETE PROJECT NAME Payment Request Revised 07/27/00 Project No.XXXX Invoice No. 12345 invoice Date: Total Amount Previous Total Percent Basic Services: Contract Amd No. 1 Amd No. 2 Contract Invoiced Invoice Invoice Complete Preliminary Phase $1,000 $0 $0 $1,000 $0 $1,000 $1,000 100% Design Phase 2,000 1,000 0 3,000 1,000 500 1,500 50% Bid Phase 500 0 250 750 0 0 0 0% Construction Phase 2,500 0 1,000 3,500 0 0 0 0% Subtotal Basic Services $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% Additional Services: Permitting $2,000 $0 $0 $2,000 $500 $0 $500 25% Warranty Phase 0 1,120 0 1,120 0 0 0 0% Inspection 0 0 1,627 1,627 0 0 0 0% Platting Survey TBD TBD TBD TBD TBD TBD TBD 0% O& M Manuals TBD TBD TBD TBD TBD TBD TBD 0% SCADA TBD TBD TBD TBD TBD TBD TBD 0% Subtotal Additional Services $2,000 $1,120 $1,627 $4,747 $500 $0 $500 11% Summary of Fees Basic Services Fees $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% Additional Services Fees 2,000 1,120 1,627 4,747 500 0 500 11% Total of Fees $8,000 $2,120 $2,877 $12,997 $1,250 $1,500 $3,000 23% .0 x3 m = Z - wo o ' Z = nO SUPPLIER NUMBER TO BE ASSIGNED BY CITY PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Corpus DISCLOSURE OF INTEREST Christi 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: Urban Engineering P.O.BOX: STREET ADDRESS: 2725 Swantner CITY: Corpus Christi ZIP: 78404 FIRM IS: 1. Corporation = 2. Partnership ® 3. Sole Owner ❑ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each `employee" of the City of Corpus Christi having an "ownership interest"constituting 3%or more of the ownership in the above named"firm.' Name Job Title and City Department(if known) 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 111 ' 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 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 Al FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter,unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: 'A,�yt0..„s , Of&n, Title: -1)( 1 n cAfx. (Type or Print) Signature of Certifying , Date: O ", I j( 13 Person: 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.