Loading...
HomeMy WebLinkAboutC2015-412 - 9/29/2015 - Approved 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 Capital Programs) and Transmap Corporation, a Ohio corporation, 3366 Riverside Drive, Suite 103, Upper Arlington, Franklin County,Ohio 43221, (Architect/Engineer—A/E), hereby agree as follows: 1. SCOPE OF PROJECT Automated Pavement Condition Index Survey (Proiect No. E15194) — The project provides for a collection of pavement condition index (PCI) scores for the City's entire 1,234 centerline miles of street system, implements the data into the City's MicroPaver, GIS systems, and Cartegraph, delivers reports and technical support. 2. SCOPE OF SERVICES The NE hereby agrees, at its own expense, to perform design 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 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 Capital Programs. 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 Capital Programs. 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 Capital Programs. 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 Capital Programs. The Director of Capital Programs may direct the NE 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. NE shall notify the City of Corpus Christi within three (3) days of notice if tasks requested 2015-412 `ee. 9/29/15 Contract for Professional Services Page 1 of 3 M2015-116 MNSTREETTE15194 AUTOMATED PAVEMENT CONDITION INDEX SURVEY\CONTRACT PROFESSIONAL SERVICES DOC Transmap Corporation INDEXED 4. INDEMNITY AND INSURANCE NE agrees to the mandatory contract indemnification and insurance requirements as set forth in Exhibit"B". 5. FEE The City will pay the NE a fee as described in Exhibit "A" for providing services authorized, a total fee not to exceed$372,125.70(Three Hundred Seventy Two Thousand One Hundred Twenty Five Dollars and Seventy 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 NE at the address of record. In this event, the NE will be compensated for its services on all stages authorized based upon NE and City's estimate of the proportion of the total services actually completed at the time of termination. •- -•- - - - - - - - - • - - - • = : - - . : - Jenal • •= e :__• - - _ • ••-. . - •• e --resrdir rg will iI r theeorptts- • t./rTT77L1-fYIe .-- ••' -• • •1•1 • _ • ••-• •_ - , • • - • • •- 7f}[•� Metr-epolitarr9tat�ea-( SA4 ��1� 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 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. 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 NE without, the express written consent of the Director of Capital Programs. 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. Contract for Professional Services Page 2 of 3 ICtENGINEERING DATAEXCHANGE ANGIEM\STREET'E15194 AUTOMATED PAVEMENT CONDITION INDEX SURVEY\CONTRACT PROFESSIONAL SERVICES DOC 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. CHR T Trans‘,.'Co poration . H. Edmonds, P.E. a How-r, • ux oj, P.E. D-te Director of Capital Programs Pre;ldent/CEO 33%/1. Riverside Drive, Sutie 103 U••er Arlington, OH 43221 RECOMMENDED .14) 886-4100 a i /i/�s� Operating Department Date APPROVED AS TO LEGAL FORM Z 10-1, -/S egal Department Date APP- •V:DLITHORUIci 1,\-- '` L O ice of anagement Dat- t + CIL.-.-- and Budget SicA ATTES to 9 /S Re,,17 ca Huerta +a e Ci,'y ecretary Fund Name Accounting Unit Account No. Activity No. Account Category Amount Street Operating 1041-12403-051 530000 El 5194011041 EXP 30000 $186,062.85 Street Operating 1041-12403-053 530000 E15194011041 EXP 30000 $186,062.85 Total $372,125.70 i VPAtt 1319 iq 'Pre- 616 Contract for Professional Services Page 3 of 3 K\ENGINEERING DATAEXCHANGEVINGIEM\STREETlE15194 AUTOMATED PAVEMENT CONDITION INDEX SURVEY\CONTRACT PROFESSIONAL SERVICES.DOC roadway inventory asset management integration trans map September 10th, 2015 City of Corpus Christi, Texas Attn:Angie Menchaca, Contracts Funds Administrator 1201 Leopard Street, 3rd Floor, Corpus Christi, Texas 78401 RE: Request For Proposal (No. 2015-06), Automated Pavement Condition Index Survey Ms. Menchaca: Thank you for allowing Transmap Corporation to propose our solutions. We are pleased to present the City of Corpus Christi with our revised fee schedule for your Request For Proposal. I have outlined a few key features that you will find beneficial in qualifying Transmap as the best provider for your pavement and roadway asset management needs: • Transmap/Bass &Welsh Engineering Team- Strategic Partnership- PhDs, PEs, and GISPs on staff- Licensed Texas PEs on team(No. 26677&No. 36240) • Texas Presence- Excellent Texas project experience (City of Killeen, City of Midland, City of El Paso, City of Schertz, City of Conroe, City of Baytown, City of Stephenville) • GIS Focused - Esri Public Works Solutions Partner-Web GIS reporting-Map-based analysis • Open Source- Our open source policy allows for data to be seamlessly implemented into any software system (MicroPAVER, Cartegraph, Esri, Maximo) • Crack Map 3D-2015 2D/3D Laser Crack Measurement System (100% Coverage)- Field Verification (QA/QC)-ASTM Pavement Condition Analysis - Customer Delivery Interface • Technology Focused-Latest mobile-mapping technologies- Dual systems (2 Ladybugs 30MP + 2 HD LiDAR) - Lasers- Robust calibration procedures I can be contacted at cschorling@transmap.corn or on my mobile at 614-537-6297. For a digital copy of our proposal response, please log on to tmao.pro/CC. Best regards, Crai chorling, GISP Vice President Transmap Corporation Transmap• 3366 Riverside Drive, Suite 103 Transmap Florida-Regional • 3001 N.Rocky Point Dr. E. Upper Arlington,Ohio 43221 • Phone: 614-481-6799 Suite 200•Tampa, FL 33607 • Phone 813-286-6180 Fax: 614-481-4017•transmap.com •facebook.com/transmap Fax:813-289-7748 •twitter.com/transmao EXHIBIT tmap.pro/CC of Page 1 of 2 • TRANSMAP CORPORATION Quantity Units Unit Rate Total Base Bid Item 1 1 Project Initiation 1 LS $0.00 $0.00 2 Network Referencing&GIS Linkage 1234 CL-Mi $1.29 $1,591.86 3 Mobilization/Calibration of laser surface condition assessment equipment 1 LS $0.00 $0.00 4 Laser surface condition assessment-roadway 1616 T-Mi $45.99 $74,319.84 5 Mobilization/Calibration of subsurface condition assessment equipment 1 LS $0.00 $5,770.00 6 Subsurface Condition Survey(2 tests per block)-30 miles per day 5 Days $3,195.00 $15,975.00 7 Data QA/QC,Processing,Format&Supply 1616 T-Mi $36.60 $59,145.60 Additional Sampling(per sample) 1 $5.59 8 Provision of Digital Images at 17-foot intervals* 1616 T-Mi $0.00 $0.00 9 Field Reviews QA&Analysis 2 EA $0.00 $0.00 10 MicroPAVER Data Load-pavements 1 LS $1,925.00 $1,925.00 11 Cartegraph Data Load-pavements 1 LS $5,500.00 $5,500.00 12 Project Management 1 LS $6,775.00 $6,775.00 I Total Base Bid 1 $171,002.30 I Base Bid Item 2 13 Asset Data Collection 1616 T-Mi $0.00 $0.00 14 a. Signs&Support Inventory/Condition Database Development 1616 T-Mi $22.50 $36,360.00 b. Pavement Striping/Markings Inventory/Condition Database Development 1616 T-Mi $12.50 $20,200.00 c. Bridge Inventory/Location Database Development 1616 T-Mi $3.75 $6,060.00 d. Signals/Flashers/Controllers Database Development 1616 T-Mi $9.50 $15,352.00 e. Curb&gutter Database Development 1616 T-Mi $10.50 $16,968.00 f. Storm drain inlet Database Development 1616 T-Mi $4.50 $7,272.00 15 Sign/Markings/Striping Retroreflectivity 1616 T-Mi $22.90 $37,006.40 I Total Base Bid 2 $139,218.40 I Base Bid Item 3 16 User-friendly software/data base solution(Integrated System) 1 LS $1,005.00 51,005.00 17 Onsite training 2 DA $3,200.00 $6,400.00 I Total Base Bid 3 $7,405.00 I Additive Alternate 1 18 Custom Report Development 40 HR $125.00 $5,000.00 I Total Additive Alternate 1 $5,000.00 I Additive Alternate 2 19 Technical Support 500 HR $99.00 $49,500.00 I Total Additive Alternate 2 $49,500.00 I Base Bid 1,2&3 $317,625.70 Base Bid 1,2&3+Additive Alemate 1 $322,625.70 Base Bid 1,2&3+Additive Alemate 2 $367,125.70 Base Bid 1,2&3+Additive Alemate 1 &2 $372,125.70 * If Proposer provides digital images at other than the specified interval, Proposer must convert their pricing to the specified interval. THIS RFP IS FOR AUTOMATION OF THE STREET SURVEY BY MECHANIZED EQUIPMENT AND ASSOCIATED DATA TRANSFER/COLLECTION IN AN APPROPRIATE DATABASE. ANY SERVICES BY AN ENGINEER IS SUBSIDIARY TO THE WORK AND THEREFORE ARE NOT A FACTOR IN THE EVALUATION OF QUALIFICATIONS OR PRICE.THE FOLLOWING BID SHALL BE COMPLIANT WITH THE TERMS AND CONDITIONS OF RFP 2015-06 AUTOMATED PAVEMENT CONDITION INDEX SURVEY POSTED JULY 23,2015. EXHIBIT"A" Page 2 of 2 EXHIBIT B INSURANCE REQUIREMENTS &INDEMINIFICATION CONSULTANT'S LIABILITY INSURANCE A. Consultant must not commence work under this contract until all insurance required has been obtained and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. B. Consultant must furnish to the City's Risk Manager and Director of Capital Programs. two (2) copies of Certificates of Insurance with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-day advance written notice of Bodily Injury and Property Damage cancellation, non-renewal, material Per occurrence - aggregate change or termination required on all certificates and policies. Commercial General Liability including: $1,000,000 Per Occurrence 1. Commercial Broad Form $2,000,000 Aggregate 2. Premises—Operations 3. Products/Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury-Advertising Injury AUTO LIABILITY(including) $1,000,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased PROFESSIONAL LIABILITY $1,000,000 Per Claim (Errors and Omissions) $2,000,000 Aggregate (Defense costs not included in face value of the policy) If claims made policy, retro date must be prior to inception of agreement, have extended reporting period provisions and identify any limitations regarding who is insured. WORKERS'S COMPENSATION Statutory (All States Endorsement if Company is not domiciled in Texas) Employer's Liability $500,000/$500,000/$500,000 C. In the event of accidents of any kind related to this contract, Consultant must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. EXHIBIT"B" Page 1 of 3 • • II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Consultant must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Consultant will be promptly met. An All States Endorsement shall be required if Consultant is not domiciled in the State of Texas. B. 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. C. Consultant shall be required to submit a copy of the replacement Certificate of Insurance to City at the address provided below within 10 days of any change made by the Consultant or as requested by the City. Consultant shall pay any costs incurred resulting from said changes. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. 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: • List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations, and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy; • 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; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide thirty (30) calendar days advance written notice directly to City of any, cancellation, non- renewal, material change or termination in coverage and not less than ten (10) calendar days advance written notice for nonpayment of premium. E. Within five (5) calendar days of a cancellation, non-renewal, material change or termination of coverage, 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. F. 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. EXHIBIT"B" Page 2 of 3 • G. Nothing herein contained shall be construed as limiting in any way the extent to which Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractor's performance of the work covered under this contract. H. 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. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. INDEMNIFICATION Consultant shall fully indemnify, hold harmless, and defend the City of Corpus Christi and its officials, officers, agents, employees, volunteers, directors and representatives ("Indemnitee") from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and defense costs, caused by or resulting from an act of negligence, intentional tort, intellectual property infringement, or failure to pay a subcontractor or supplier committed by Consultant or its agent, consultant under contract or another entity over which Consultant exercises control while in the exercise of rights or performance of the duties under this agreement. This Indemnification does not apply to any liability resulting from the negligent acts or omissions of the City of Corpus Christi or its employees, to the extent of such negligence. Consultant must, at City's option, defend Indemnitee and with counsel satisfactory to the City Attorney. Consultant must advise City in writing within 24 hours of any claim or demand against City or Consultant known to Consultant related to or arising out of Consultant's activities under this Agreement. EXHIBIT"B" Page 3 of 3 COMPLETE PROJECT NAME Project No. xxxxxx 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 $15,117 $0 $0 $15,117 $0 $1,000 $1,000 7% Design Phase 20,818 0 0 20,818 1,000 500 1,500 7% Bid Phase 0 0 0 0 0 0 0 n/a Report Phase 14,166 0 0 14,166 0 0 0 0% Construction Phase 0 0 0 0 0 0 0 n/a Subtotal Basic Services $50,101 $0 $0 $50,101 $750 $1,500 $2,500 5% Additional Services: Permitting $0 $0 $0 $0 $0 $0 $0 n/a Warranty Phase 0 0 0 0 0 0 0 n/a Inspection 9,011 0 0 9,011 0 0 0 0% Platting Survey 29,090 0 0 29,090 0 0 0 0% Reporting 1,294 0 0 1,294 0 0 0 0% O & M Manuals TBD TBD TBD TBD TBD TBD 0 0% SCADA TBD TBD TBD TBD TBD TBD TBD 0% Subtotal Additional Services $39,395 $0 $0 $39,395 $0 $0 $0 0% Summary of Fees Basic Services Fees $50,101 $0 $0 $50,101 $750 $1,500 $2,500 5% Additional Services Fees 39,395 0 0 39,395 0 0 0 0% . d i Total of Fees $89,496 $0 $0 $89,496 $750 $1,500 $2,500 3% CD CO c? CITY OF CORPUS CHRISTI City of 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: Transmap Corporation P.O.BOX: Not applicable STREET ADDRESS: 3366 Riverside Dr.,Ste. 103 CITY: Upper Arlington ZIP: 43221 FIRM IS: I. Corporation ® 2, Partnership 3. Sole Owner 0 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 havin* an "ownership interest"constituting 3%or more of the ownership in the above named"firm. Name Job Title and City Department(if known) Not applicable 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 Not applicable 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 Not applicable 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 Not applicable 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: Howard LuxhojrP' Title: President/CEO rrp.a.Man Signature of Certifying Date: $/3/15 f % 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. 1. "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. /..4 TRANS-4 OP ID:VT ACORO DATE(MMIDD/YYYY) ii........-- CERTIFICATE OF LIABILITY INSURANCE 09/23/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Russ Davies,CPIA Andres,O'Neil 8 Lowe-Bryan PHONE FAx 227 North Lynn Street _LA/C,Na EXt1.419-636 5050 (AIC,No):419-636-0132 Bryan,OH 43506 E-MAIL Russ Davies,CPIA ADDRESS:____ INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Cincinnati Insurance Company 10677 INSURED TRANSMAP Corporation rP INSURER B:Landmark American Ins Co TRANSMAP Engineering LLC — — 3366 Riverside Dr Ste 103 INSURER C: Upper Arlington,OH 43221-1734 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LAR X COMMERCIAL PEOF NSURAN LIABILITY hDL SUBR- NU--_.__ -- M/DPOLICY EFF M/D Y EXP _----- . ------------------_ -_---- ---_-- --- LTR TYPE OF INSURANCE IINSD'VI/VD POLICY NUMBER (MNVDD/YYYY) (MMIDDIYYYY) LIMITS EACH OCCURRENCE $ 1,000,000 X OCCUR X X ENP0008067 02/03/2013 02/03/2016 FDAMAtO RENTED U - -- PREMISES(Ea occurrence) $ 500,000 CLAIMS-MADE ',• H___._ A X Emp LiabMED EXP(Any one person) $ 10,000 1M/1M ----- -- '�.. PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE $ 2,000,000 POLICY X PRO- -_ T$ 2,000,000 j JECT _ LOC PRODUCTS, -COMP/OP AGG ---- OTHER. '.. $ AUTOMOBILE LIABILITY 1 , COMBINED SINGLE LIMIT $ 1,000,000 1F_Ea accident)_ A X ANY AUTO ENP0008067 02/03/2013 02/03/2016 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ __AUTOS ,..�AUTOS NON-OWNED I PROPERTY DAMAGE $ t HIRED AUTOS AUTOS 'FSPeracciden---.�-..._ _.._._.. X UMBRELLA LIAB XOCCUR ; EACH OCCURRENCE $ 2,000,000 AEXCES XI____TION$ CLAIMS-MADEEi X X ENP0008067 02/03/2013 02/03/2016 AGGREGATE OTH- $ 2,000, 00 0 RETE WORKERS COMPENSATION PER AND EMPLOYERS'LIABILITY STATUTE ER. A ANY PROPRIETOR/PARTNER/EXECUTIVE YIN ENP0008067 02/03/2013 02/03/2016 EL.EACH ACCIDENT $ 1,000,000 OFFICE Ory in ER EXCLUDED' ',.N/A EMPLOYERS LIABILITY (Mandatory in NH) : E L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes.describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ B Professional Liab LHR747768 1 10/31/2014 10/31/2015'Occur 1,000,000 Agg 2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) City of Corpus Christi,its officers officials employees and volunteers are additional insureds per form GA233. Waiver or subrogation included. General liability is on a primary/noncontributory basis. 30 day notice of cancellation applies. CERTIFICATE HOLDER CANCELLATION CITCOR2 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. Risk Manager PO Box 9277 AUTHORIZED REPRESENTATIVE Corpus Christi,TX 78469-9277 ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD CITY OF CORPUS CHRISTI. TEXAS APPROPRIATION EXPENDITURE REPORT BY ORGANIZATION FOR THE 12 MONTHS ENDED September 30, 2016 Run: 10/712015 at 2:32:47P%1 ORGANIZATION: 12403 - Street Planning Fund: 1041 - Streets Annual Commitments& Unencumbered % of Acct # Accour: Cescr otion Original Budget Amended Budget Expend,tures Encumbrances Balance ExF 510100 Salaries and Wages 365,507.44 365,507.44 0.00 2,007.47 363,499.97 510300 Other Pay 2,000.00 2,000.00 0.00 D.00 2,000.00 510400 Car allowance 3,600.00 3,600.00 D.00 60.00 3,540.00 511000 Retirement 96,896.14 96,896.14 0.00 492.34 96,403.80 Total Personnel Costs 46&003.E- 4668,033.E58 0 00 2 559 n, 455 143.77 520040 Clothing 441.00 441.00 0.00 0.00 441.00 520060 Books and Periodicals 750.00 750.00 0.00 0.00 750.00 520100 Minor computer equip& software 2,000.00 2,000.00 0.00 0.00 2,000.00 520110 Minor o`fce equipment 500.00 500.00 0.00 0.00 500.00 520120 Office Supplies 500.00 500.00 0.00 0.00 500.00 530000 Professional services 0.00 372,125.70 0.00 0.00 372,125.70 530160 Rentals 706.59 706.59 0.00 0.00 706.59 530170 Mileage reimbursement 400.00 400.00 0.00 0.00 400.00 530180 Non-Capital Lease Payments 2,858.64 2,858.64 0.00 0.00 2,858.64 530250 Memberships, licenses& dues 961.00 961.00 0.00 0.00 961.00 530362 Training-General 1,000.00 1,014.91 0.00 14.91 1,000.00 547010 Travel 4,000.00 4.000.00 0.00 0.00 4,000.00 Total Operat;nc Costs 14,117.23 386,257.84 0.00 14.91 386,242.93 TOTAL 482,120.31 854,261.42 0.00 2,574,72 351,686,70 Regards, Peter Muniz Senior Management Analyst Office of Management& Budget City of Corpus Christi pe termu @cctexas.corn 2