Loading...
HomeMy WebLinkAboutC2016-147 - 4/7/2016 - NA CITY OF CORPUS CHRISTI CONTRACT FOR PRELIMINARY DESIGN 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 AECOM Technical Services, Inc., a California corporation, (Consultant), hereby agree as follows: 1. SCOPE OF PROJECT Utilities Building Expansion (Project No. E15157)-This project will provide the City with a preliminary study focusing on conceptual design and project estimation. The scope of services include design and construction estimate for remodeling the existing building, design and construction estimate for parking lot upgrades, and design and construction estimate for a new metal building. 2. SCOPE OF SERVICES The Consultant hereby agrees to perform services to complete the Project, as detailed in Exhibit"A". In addition, Consultant will provide monthly status updates(project progress or delays 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 Consultant(provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. 3. ORDER OF SERVICES The Consultant 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 Consultant 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. The Director of Engineering Services may direct the Consultant 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. Consultant shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. FEE The City will pay the Consultant a fee as described in Exhibit "A" for providing services authorized, a total fee not to exceed $49,957.00. Monthly invoices will be submitted in nrrnrrinnrc with Fvhjbit "B". 2016-147 04/07/16 Contract for Professional Services JIFER\WATER\E15157 UTILITIES BUILDING EXPANSION\CONTRACT.DOC Page 1 of 5IN DERE AECOM Technical Services, Inc. 5. INDEMNITY Consultant shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, designated agents, employees, or other City entity, excluding the engineer or architect or that person's agent, employee or subconsultant,over which the City exercises control ("Indemnitee") from and against claims, damages, liabilities or costs, including reasonable attorney fees and court costs,to the extent that the damage is caused by or results 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 or its employees, to the extent of such negligence. Consultant shall defend Indemnitee, with counsel satisfactory to the City Attorney, from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, if the claim is not based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee. If a claim is based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee, the Consultant shall reimburse the City's reasonable attorney's fees in proportion to the Consultant's liability. 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. 6. INSURANCE Consultant agrees to comply with the insurance requirements in Exhibit "C". 7. TERMINATION OF CONTRACT The City may terminate this contract for convenience upon seven days written notice to the Consultant at the address of record. The City may terminate this agreement for cause upon ten days written notice to the Consultant. If Consultant begins, within three days of receipt of such notice, to correct its failure and proceeds to diligently cure such failure within the ten days, the agreement will not terminate. In the event of termination, the Consultant will be compensated for its services on all stages authorized based upon Consultant and City's estimate of the proportion of the total services actually completed at the time of termination. 8. 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. Contract for Professional Services K:\ENGINEERING DATAEXCHANGE\JENNIFER\WATER\E15157 UTILITIES BUILDING EXPANSION\CONTRACT.DOC Page 2 of 5 1 1 r1 i i 9. ASSIGNABILITY The Consultant 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 Consultant staff. If the Consultant 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 Consultant fee may be assigned in advance of receipt by the Consultant 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. 10.OWNERSHIP OF DOCUMENTS All documents including contract documents (plans and specifications), record drawings, contractor's field data, inspection reports and submittal data will be the sole property of the City, may not be used again by the Consultant without the express written consent of the Director of Engineering Services. However, the Consultant 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. 11.STANDARD OF CARE Services provided by Consultant under this Agreement shall be performed with the professional skill and care ordinarily provided by competent engineers or architects practicing in the same or similar locality and under the same or similar circumstances and professional license; and performed as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer or architect. 12.DISCLOSURE OF INTEREST Consultant agrees to comply with City of Corpus Christi Ordinance No. 17112 and complete the Disclosure of Interests form as part of this contract. 13.CERTIFICATE OF INTERESTED PARTIES For contracts that exceed $50,000, Consultant agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this agreement. Form 1295 requires disclosure of "interested parties" with respect to entities that enter contracts with cities. These interested parties include: (1) persons with a "controlling interest" in the entity, which includes: a. an ownership interest or participating interest in a business entity by virtue of units, percentage, shares, stock or otherwise that exceeds 10 percent; Contract for Professional Services K:\ENGINEERING DATAEXCHANGE\JENNIFER\WATER\E15157 UTILITIES BUILDING EXPANSION\CONTRACT.DOC Page 3 of 5 b. membership on the board of directors or other governing body of a business entity of which the board or other governing body is composed of not more than 10 members; or c. service as an officer of a business entity that has four or fewer officers, or service as one of the four officers most highly compensated by a business entity that has more than four officers. (2) a person who actively participates in facilitating a contract or negotiating the terms of a contract with a governmental entity or state agency, including a broker, intermediary, adviser or attorney for the business entity. Form 1295 must be electronically filed with the Texas Ethics Commission at https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm. The form must then be printed, signed, notarized and filed with the City. For more information, please review the Texas Ethics Commission Rules at https://www.ethics.state.tx.us/legal/ch46.html. 14.CONFLICT OF INTEREST Consultant agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City Secretary's Office, if required. For more information and to determine if you need to file a Form CIO, please review the information on the City Secretary's website at http://www.cctexas.com/govemment/city-secretary/conflict- disclosure/index. 15.ENTIRE AGREEMENT AND CONTROLLING LAW This Agreement represents the entire and integrated Agreement between City and Consultant and supersedes all prior negotiations, representations or agreements, either oral or written. This Agreement may be amended only by written instrument signed by both the City and Consultant. This Agreement is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 16.CONFLICT RESOLUTION BETWEEN DOCUMENTS Consultant hereby agrees and acknowledges if anything contained in the Consultant- prepared Exhibit"A", Consultant's Scope of Services, or contained in any other document prepared by Consultant and included herein, is in conflict with this Agreement, this Agreement shall take precedence and control to resolve said conflict. CITY OF CORPUS CHRISTI AECO, TEC 1, AL SERVICES, INC. eili t it 40117'11° ' ..e_ Aligivir Ronald L. { DatAlejandro Giannotti, P.E. Date City Manager Vice President 711 North Carancahua, Suite 1620 9(3A - /72t0Corpus Christi, Texas 78401 S (361) 884-7140 Office Mar Vleck, P.E. at (361) 888-4169 Fax Assistant City Manager Contract for Professional Services K.1ENGINEERING DATAEXCHANGEUENNIFERIWATER\E15157 UTILITIES BUILDING EXPANSIONtCONTRAC'DOC Page 4 of 5 • Aar •!LA 0-j/ V Trie H. Gra , P.:. Date , / Ex-cutive Director if Public Works `� (. u° APPROVED AS TO LEGAL FORM Aimee Alcorn-Reed 2016.04.07 17:14:51-05'00' Legal Department Date Project Name Utilities Building Expansion Project Number E15157 Accounting Unit 4089-041 Account 550950 Activity E15157014089EXP Account Category 50950 Fund Name Water CIP This is the original contract for$49,957 Contract for Professional Services K:\ENGINEERING DATAEXCHANGEUENNIFERIWATER1E15157 UTILITIES BUILDING EXPANSION\CONTRACT.DOC Page 5 of 5 AECOM March 2,2016 Jiangang (Daniel) Deng, P.E. Major Projects Engineer Capital Programs Department City of Corpus Christi 1201 Leopard Street Corpus Christi,1X 78401 Re: Utilities Building Expansion—Project Definition Package Preparation Dear Mr.Deng: Thank you for the opportunity to assist the City of Corpus Christi (City)with the proposed expansion of the Utilities Department office building located at 2726 Holly Road. A. BACKGROUND: AECOM was contacted by City to submit a scope and fee proposal to assist the Capital Programs Department with the preparation of a project definition package and preliminary cost estimates for the expansion of the existing Utilities Building. The City's Capital Programs Department will use the project definition package to prepare a Design-Build Request for Proposal (RFP) package to procure the services needed for the delivery of this project. As requested by the City,AECOM's scope of services will address the following items: 1. Design and construction estimate for remodeling the existing building a. Evaluate existing building's structural,electrical, security, and mechanical systems to determine any upgrades or repairs needed. b. Provide an exterior re-design to improve the aesthetics of the landscaping and facade of the building. c. Determine office space requirements from a list of personnel that the final building will support, and create a more open and worker friendly environment. d. Add windows and open spaces to allow natural lighting into the workspace. e. Add amenities to the building that improves the wk environment to include but are not limited to a break room, fitness center, upgraded lbcker rooms, Showers, bathrooms, and shaded outdoor spaces. f. Feasibility study and design of adding altemathe energy systems like wind or solar. 2. Design and construction estimate for parking lot upgrades a. Parking lot design that can accommodate existing and future needs and provides more efficient, secure, and aesthetic parking for personal and city vehicles. 3. Design and construction estimate for a new metal building a. Design of a new metal building that includes a tool room, shop area, individual equipment storage spaces, vehicle maintenance bay,vehicle wash bay, enclosed parking area for sensitive vehicles and equipment, drive thru lane, and parts supply room. EXHIBIT"A" Page 1 of 4 A:COM On February 18, 2016, AECOM staff met with Capital Programs staff and Utilities Department staff to tour the Utilities building and discuss the City's space requirements and concerns related to office and work areas including lack of windows and daylight, poor layout, inadequate common use areas. We also discussed desired building/facility features including security, access,and parking. Based on the City's request, and our understanding of the City's needs and requirements, AECOM prepared the following scope of services. B. SCOPE OF SERVICES The following summary outlines items that will be addressed in the City of Corpus Christi Utility Building Expansion project. AECOM will establish a preliminary phase for the project which will define a scope of work and project estimate.AECOM's proposed scope of services is further delineated below. TASK 01 —Site Inspections and Interviews • Introductory Site Meeting. • Discussion of user needs and requirements. • Cursory visual inspection of building interior, exterior and observation of the functional operation of the facility. TASK 02—Data Gathering and Review • Information/Data gathering as provided by the City. • Acquisition of drawings, maintenance work orders, CIP planning documents, and other reports c As-built drawings of the facility, including site plans (City to provide available CADD files). Q Site Survey showing existing property boundary. Organization Chart with total FTE (existing and future). Number and type of service vehicles (for parking lot/site layout). • City's Front End documents used for design-build contracts. • Site visit and discussions with the facility user group. Site review of building systems,including mechanical, electrical and plumbing items,HVAC, structural assessment,including existing roof system. • Review of technology requirements. Photographic documentation of the building. TASK d3—Development of Facility Layout Options • AECOM with develop two (2)options for improvements to the Utility Building. • Site Improvements o Explore parking lot design to accommodate both employee and visitor personal vehicles as well as City vehicles in separate lots. Explore vehicle traffic flow, accessing and leaving the site. Explore landscaping options along the Holly Road access to the site. Accommodate parking needs in a more efficient, secure and aesthetically pleasing arrangement. • Design and construction estimate for parking lot upgrades EXHIBIT"A" Page 2 of 4 • • • • A COM • Utility Building Options. r, Provide an exterior re-design to improve the aesthetics of the landscaping and facade of the building. c Determine office space requirements from a list of personnel that the final building will support, and create a more open and worker friendly environment. Add windows, open spaces and other features to allow natural lighting into the workspace. Add amenities to the building that improves the work environment to include but are not limited to, conference rooms, a break room, fitness center, upgraded locker rooms, showers, toilet rooms, and shaded outdoor spaces. • Building Expansion Options. Locate a new metal building structure on site. Design of the metal building will include a tool room, shop area, individual equipment storage spaces,vehicle maintenance bay,vehicle wash bay,enclosed parking area for sensitive vehicles and equipment, drive thru lane, and parts supply room. • Building mechanical, electrical and plumbing system maintenance proposals, replacement options and other improvements. • Address accessibility issues at the facility including Main Entrance/ Lobby area. • Address site security,24-access and work accommodation. • Provide feasibility of adding altemative energy systems such as wind or solar, and address funding mechanisms. • Preliminary construction estimate of presented options. Budget cost of site improvements. Budget cost of the new metal building on site. Budget cost of the Utility Building renovations/expansion. • Design options to be schematic in nature. C. DELIVERABLES • Project Definition Package AECOM will present two (2)conceptual layout options for the facility(building and parking lot) for review by the City.Schematic drawings of these options will be pro 'ded. Upon receipt of City'scomments AECOM will make revisions to one layout and submit revised layout. Upon approval by the City of a preferred option, AECOM will prepare an order of magnitude cost estimate(+-25% accuracy)for the delivery of the entire project under a design-build procurement approach. AECOM will provide a preliminary scope for design and construction of the Utility Building Expansion under a Design-Build contract.The City will use this scope for the preparation of a Design-Build RFP package. The initial submittal of the above project definition package will consist of+/-85%draft documents. Following revisions to address one set of comments from the City, a 100% Final Project Definition Package will be submitted to the City. EXHIBIT"A" Page 3 of 4 • AECOM D. EXCLUSIONS AECOM's scope of services for this phase of the project excludes the following: - Preparation of Design-Build RFP package - Preparation of bridging documents - Preparation of design drawings - Preparation of performance based specifications - Revisions to the City's Design-Build Front End documents - Additional revisions to the preferred layout - Review and evaluation of Design-Build proposals E. FEE ESTIMATE: Labor. $39,347 Relmbursables: $ 10.610 Total $49,957 Total compensation for professional services as noted above will be invoiced monthly on a lump sum basis.This proposed scope of work will be completed under a Small AE Agreement between the city of Corpus Christi and AECOM. We look forward to providing these professional services to the City. Upon completion of your review, should you have and comment or question please feel free to contact me or Ms. Joelle Francois. Sincerely, VA r" Alejandro Giannotti, PE, LEED AP Vice President Business Unit Leader Buildings + Places EXHIBIT"A" Page 4 of 4 EXHIBIT B SAMPLE PAYMENT REQUEST FORM Sample form for: COMPLETE PROJECT NAME Payment Request Revisea 07mi00 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% 0&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 $12,887 $1,250 $1,500 $3,000 23% Contract for Professional Services Exhibit B • • EXHIBIT C Insurance Requirements Pre-Design, Design and General Consulting Contracts 1.1 Consultant must not commence work under this agreement until all required insurance 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. 1.2 Consultant must furnish to the Director of Engineering Services with the signed agreement a copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. A waiver of subrogation is required on all applicable policies except for Professional Liability. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE Prior written notice of cancellation, Bodily Injury and Property Damage required on all certificates or by Per occurrence - aggregate applicable policy endorsements PROFESSIONAL LIABILITY $1,000,000 Per Claim (Errors and Omissions) (Defense costs shall be outside policy limits) 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. 1.3 In the event of accidents of any kind related to this agreement, Consultant must furnish the City with copies of all reports of any accidents within 10 days of the accident. 1.4 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. Consultant is required to provide City with renewal Certificates. • 1.5 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 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: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 1.6 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: 1.6.1 Provide 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. 1.7 Within five (5) calendar days of a suspension, cancellation or non-renewal 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. 1.8 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 remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. 1.9 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 agreement. 1.10 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 agreement. 1.11 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. • AcG v CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY) 04/06/2016 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(les)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 Marsh Risk&Insurance Services NAME: CA License#0437153 NCC.. No. xt): FAX No): 777 South Figueroa Street EMAIL Los Angeles,CA 90017 ADDRESS: Attn:LosAngeles.CertRequest@Marsh.Com INSURERS)AFFORDING COVERAGE NAIC# 06510--'ECOM-16-17 Austin GLALP 03 2016 INSURER A:Zurich American Insurance Company 16535 INSURED INSURER B:N/A N/A AECOM AECOM Technical Services,Inc. INSURER c:Illinois Union Insurance Co 27960 9400 Amberglen Blvd. INSURER D: Austin,TX 78729 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: LOS-001996219-02 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR .JNSD WVD POLICY NUMBER (MM/DD/YYYY) (MMIDD/YYYY) A X COMMERCIAL GENERAL LIABILITY GLO 5965891 08 04/01/2016 04/01/2017 EACH OCCURRENCE $ 1,000,000 DAMAGE TO CLAIMS-MADE X OCCUR PREMISES(EaENTED occurrence) $ 1,000,000 MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY JECT PRO LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ A AUTOMOBILE LIABILITY BAP 5965893 08 04/01/2016 04/01/2017 COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS UAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION AND EMPLOYERS'LIABILITY Y/N STH- TATUTE ERH ANY PROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ C ARCHITECTS&ENG. EON G21654693 04/01/2016 04/01/2017 Per Claim/Agg 2,000,000 PROFESSIONAL LIAB. —CLAIMS MADE""' Defense Included DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) Re:Preliminary Phase of Utility Building Expansion. City of Corpus Christi is named as additional insured for GL&AL coverages,but only as respects work performed by or on behalf of the named insured where required by written contract.Waiver of Subrogation is applicable where required by written contract with respect to GL and AL. Contractual Liability is included in the General Liability coverage. This insurance is primary and non-contributory over any existing insurance and limited to liability arising out of the operations of the named insured and where required by written contract with respect to the GL&AL coverages. CERTIFICATE HOLDER CANCELLATION City of Corpus Christi SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Attention:Engineering Services THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN P.O.Box 9277 ACCORDANCE WITH THE POLICY PROVISIONS. Corpus Christi,TX 78469-9277 AUTHORIZED REPRESENTATIVE of Marsh Risk&Insurance Services James L.Vogel©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD