Loading...
HomeMy WebLinkAboutC2016-623 - 12/7/2016 - NA I ` S . l t • CITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES FOR PROJECT E16446 — Professional Safety Assessment Team 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) and HDR ENGINEERING, INC., a Nebraska corporation, 555 N. Carancahua, Suite 1600, Corpus Christi, Nueces County, Texas 78401, (Consultant), hereby agree as follows: TABLE OF CONTENTS ARTICLE NO. TITLE PAGE ARTICLE I — SCOPE OF SERVICES 2 ARTICLE II — QUALITY CONTROL 2 ARTICLE III — COMPENSATION 3 ARTICLE IV—TIME AND PERIOD OF SERVICE 4 ARTICLE V— OPINIONS OF COST 5 ARTICLE VI — INSURANCE REQUIREMENTS 5 ARTICLE VII — INDEMNIFICATION 5 ARTICLE VIII —TERMINATION OF AGREEMENT 6 ARTICLE IX— RIGHT OF REVIEW AND AUDIT 7 ARTICLE X— OWNER REMEDIES 7 ARTICLE XI — CONSULTANT REMEDIES 8 ARTICLE XII — CLAIMS AND DISPUTE RESOLUTION 8 ARTICLE XIII — MISCELLANEOUS PROVISIONS 10 EXHIBITS Contract for Professional Services Page 1 of 12 2016-623 12/07/16 HDR Engineering Inc. INDEXED A } ` • ARTICLE I —SCOPE OF SERVICES 1.1 The Consultant shall provide to Engineering Services its Scope of Services, to be incorporated herein and attached to this Agreement as Exhibit A. The Scope of Services shall include all associated services required for Consultant to provide such Services, pursuant to this Agreement, and any and all Services that would normally be required by law or common due diligence in accordance with the standard of care defined in Article XIII of this Agreement. 1.2 Consultant shall comply with City standards, as specified in the Unified Development Code (UDC) or Code of Ordinances at the time of the execution of the contract, throughout the duration of the Project, unless specifically and explicitly excluded from doing so in the approved Scope of Services attached as Exhibit A. A request made by either party to deviate from City standards after the contract is executed must be in writing. 1.3 Consultant shall provide labor, equipment and transportation necessary to complete all services agreed to hereunder in a timely manner throughout the term of the Agreement. Persons retained by Consultant to perform work pursuant to this Agreement shall be employees or subconsultants of Consultant. Consultant must provide City with a list of all subconsultants that includes the services performed by subconsultant and the % of work performed by subconsultant. Changes in Consultant's team that provides services under this Agreement must be agreed to by the City in writing. 1.4 Consultant shall not begin work on any phase/task authorized under this Agreement until they are briefed on the scope of the Project and are notified in writing to proceed. If the scope of the Project changes, either Consultant or City may request a review of the changes with an appropriate adjustment in compensation. 1.5 Consultant will provide monthly status updates (project progress or delays) in the format requested by the City with each monthly invoice. 1.6 For design services, Consultant agrees to render the professional services necessary for the advancement of the Project through Final Completion of the Construction Contract. Consultant acknowledges and accepts its responsibilities, as defined and described in City's General Conditions for Construction Contracts, excerpt attached as Exhibit F. 1.6.1 The Consultant agrees to serve as the City's Designer as defined in the General Conditions and will consult and advise the City on matters related to the Consultant's Scope of Services during the performance of the Consultant's services. 1.6.2 The Consultant agrees to prepare plans, specification, bid and contract documents and to analyze bids and evaluate the documents submitted by bidders in order to make an informed, written recommendation to City concerning the responsibilities of the lowest bidders. In determining a bidder's responsibilities, factors considered include, without limitation, the bidder's experience, capacity, supervision, ability to maintain project budget and schedule, past performance and safety record. ARTICLE II —QUALITY CONTROL 2.1 The Consultant agrees to perform quality assurance-quality control/constructability reviews (QCP Review). The City reserves the right to retain a separate consultant to perform additional QCP services for the City. 2.2 The Consultant will perform QCP Reviews at intervals during the Project to ensure deliverables satisfy applicable industry quality standards and meet the requirements of the Project scope. Based on the findings of the QCP Review, the Consultant must reconcile the Project Scope and the Opinion of Probable Cost(OPC), as Contract for Professional Services Page 2 of 12 • . • needed. 2.3 Final construction documents that do not meet City standards may be rejected. Consultant will not be compensated for having to resubmit documents. ARTICLE III —COMPENSATION 3.1 The Compensation for all services (Basic and Additional) included in this Agreement and in the Scope of Services for this Agreement shall not exceed $29,100.00. 3.2 The Consultant's fee will be on a lump sum or time and materials (T&M) basis as detailed in Exhibit A and will be full and total compensation for all services and for all expenses incurred in performing these services. Consultant shall submit a Rate Schedule, as shown in Exhibit B-1, with their proposal. City and Consultant agree that the Rate Schedule is considered confidential information that may be excluded from public disclosure under Texas Government Code Chapter 552 as determined by the Texas Attorney General. 3.3 The Consultant agrees to complete the Scope of Services in accordance with the approved project schedule and budget as defined in Exhibit A, including completing the work in phases defined therein.. 3.4 The Director of Engineering Services may request 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 within three (3) days of notice if tasks requested requires an additional fee. 3.5 Monthly invoices will be submitted in accordance with the Payment Request as shown in Exhibit B. Each invoice will include the Consultant's estimate of the proportion of the contracted services completed at the time of billing. For work performed on a T&M Basis, the invoice shall include documentation that shows who worked on the Project, the number of hours that each individual worked, the applicable rates from the Rate Schedule and any reimbursable expenses associated with the work. City will make prompt monthly payments in response to Consultant's monthly invoices. 3.6 Principals may only bill at the agreed hourly rate for Principals (as defined in the Rate Schedule) when acting in that capacity. Principals acting in the capacity of staff must bill at applicable staff rates. 3.7 Consultant certifies that title to all services covered by a Payment Request shall pass to City no later than the time of payment. Consultant further certifies that, upon submittal of a Payment Request, all services for which Payment Requests have been previously issued and payments received from City shall, to the best of Consultant's knowledge, information and belief, be free and clear of liens, claims, security interests or encumbrances in favor of Consultant or other persons or entities making a claim by reason of having provided labor or services relating to this Agreement. CONSULTANT SHALL INDEMNIFY AND HOLD CITY HARMLESS FROM ANY LIENS, CLAIMS, SECURITY INTERESTS OR ENCUMBRANCES FILED BY ANYONE CLAIMING BY, THROUGH OR UNDER THE ITEMS COVERED BY PAYMENTS MADE BY CITY TO CONSULTANT. 3.8 The final payment due hereunder shall not be paid until all reports, data and documents have been submitted, received, accepted and approved by City. Final billing shall indicate "Final Bill — no additional compensation is due to Consultant." 3.9 City may withhold compensation to such extent as may be necessary, in City's opinion, to protect City from damage or loss for which Consultant is responsible, because of: Contract for Professional Services Page 3 of 12 3.9.1 delays in the performance of Consultant's work; 3.9.2 failure of Consultant to make payments to subconsultants or vendors for labor, materials or equipment; 3.9.3 damage to City; or 3.9.4 persistent failure by Consultant to carry out the performance of its services in accordance with this Agreement. 3.10 When the above reasons for withholding are removed or remedied by Consultant, compensation of the amount withheld shall be made within 30 days. City shall not be deemed in default by reason of withholding compensation as provided under this Agreement. 3.11 In the event of any dispute(s) between the Parties regarding the amount properly compensable for any phase or as final compensation or regarding any amount that may be withheld by City, Consultant shall be required to make a claim pursuant to and in accordance with the terms of this Agreement and follow the procedures provided herein for the resolution of such dispute. In the event Consultant does not initiate and follow the claims procedures as required by the terms of this Agreement, any such claim shall be waived. 3.12 Request of final compensation by Consultant shall constitute a waiver of claims except those previously made in writing and identified by Consultant as unsettled at the time of final Payment Request. 3.13 All funding obligations of the City under this Agreement are subject to the appropriation of funds in its annual budget. The City may direct the Consultant to suspend work pending receipt and appropriation of funds. ARTICLE IV—TIME AND PERIOD OF SERVICE 4.1 This Agreement shall be effective upon the signature of the City Manager or designee (Effective Date). 4.2 This service shall be for a period of one year beginning on the Effective Date. The Agreement may be renewed for up to two one-year renewal options upon mutual agreement of the parties to be evidenced in writing prior to the expiration date of the prior term. Any renewals shall be at the same terms and conditions, plus any approved changes. 4.3 The Consultant agrees to begin work on those authorized 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. 4.4 Time is of the essence for this Agreement. Consultant shall perform and complete its obligations under this Agreement in a prompt and continuous manner so as to not delay the Work for the Project, in accordance with the schedules approved by City. The Consultant and City are aware that many factors may affect the Consultant's ability to complete the services to be provided under this agreement. The Consultant must notify the City within three business days of becoming aware of a factor that may affect the Consultant's ability to complete the services hereunder. 4.5 City shall perform its obligations of review and approval in a prompt and continuous manner so as to not delay the project. Contract for Professional Services Page 4 of 12 , 4.6 This Agreement shall remain in force for a period which may reasonably be required for completion of the Project, including any extra work and any required extensions thereto, unless terminated as provided for in this Agreement. For construction design services, "completion of the Project" refers to acceptance by the City of the construction phase of the Project, i.e., Final Completion. ARTICLE V—OPINIONS OF COST 5.1 The Opinion of Probable Cost(OPC) is computed by the Consultant and includes the total cost for construction of the Project. 5.2 The OPC does not include the cost of the land, rights-of-way or other costs which are the responsibility of the City. 5.3 Since Consultant has no control over a construction contractor's cost of labor, materials or equipment, or over the contractor's methods of determining prices, or over competitive bidding or market conditions, Consultant's opinions of probable Project Cost or Construction Cost provided herein are to be made on the basis of Consultant's experience and qualifications and represent Consultant's best judgment as a design professional familiar with the construction industry, but Consultant cannot and does not guarantee proposals, bids or the construction cost shall not vary from the OPC prepared by Consultant. 5.4 The OPC must be validated and/or updated with each deliverable. If construction bids exceed the OPC, the Consultant will redesign the project to be consistent with the OPC at no additional cost to City. ARTICLE VI — INSURANCE REQUIREMENTS 6.1 Consultant must not commence work under this Agreement 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. 6.2 Insurance Requirements are shown in EXHIBIT C. ARTICLE VII — INDEMNIFICATION Consultant shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, agents, employees or other entity, excluding the engineer or architect or that person's agent, employee or subconsultant, over which the City exercises control ("Indemnitee") from and against any and all 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 Contract for Professional Services Page 5 of 12 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. ARTICLE VIII —TERMINATION OF AGREEMENT 8.1 By Consultant: 8.1.1 The City reserves the right to suspend this Agreement at the end of any phase for the convenience of the City by issuing a written and signed Notice of Suspension. The Consultant may terminate this Agreement for convenience in the event such suspension extends for a period beyond 120 calendar days by delivering a Notice of Termination to the City. 8.1.2 The Consultant must follow the Termination Procedure outlined in this Agreement. 8.2 By City: 8.2.1 The City may terminate this agreement for convenience upon seven days written notice to the Consultant at the address of record. 8.2.2 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. If the Consultant again fails to perform under this agreement, the City may terminate the agreement for cause upon seven days written notice to the Consultant with no additional cure period. If the City terminates for cause, the City may reject any and all proposals submitted by Consultant for up to two years. 8.3 Termination Procedure 8.3.1 Upon receipt of a Notice of Termination and prior to the effective date of termination, unless the notice otherwise directs or Consultant takes action to cure a failure to perform under the cure period, Consultant shall immediately begin the phase-out and discontinuance of all services in connection with the performance of this Agreement. Within 30 calendar days after receipt of the Notice of Termination, unless Consultant has successfully cured a failure to perform, Consultant shall submit a statement showing in detail the services performed under this Agreement prior to the effective date of termination. City retains the option to grant an extension to the time period for submittal of such statement. 8.3.2 Consultant shall submit all completed and/or partially completed work under this Agreement, including but not limited to specifications, designs, plans and exhibits. 8.3.3 Upon receipt of documents described in the Termination Procedure and absent any reason why City may be compelled to withhold fees, Consultant will be compensated for its services based upon a Time & Materials calculation or Consultant and City's estimate of the proportion of the total services actually completed at the time of termination. There will be no compensation for anticipated profits on services not completed. Contract for Professional Services Page 6 of 12 8.3.4 Consultant acknowledges that City is a public entity and has a duty to document the expenditure of public funds. The failure of Consultant to comply with the submittal of the statement and documents, as required above, shall constitute a waiver by Consultant of any and all rights or claims to payment for services performed under this Agreement. ARTICLE IX—RIGHT OF REVIEW AND AUDIT 9.1 Consultant grants City, or its designees, the right to audit, examine or inspect, at City's election, all of Consultant's records relating to the performance of the Work under this Agreement, during the term of this Agreement and retention period herein. The audit, examination or inspection may be performed by a City designee, which may include its internal auditors or an outside representative engaged by City. Consultant agrees to retain its records for a minimum of four(4) years following termination of the Agreement, unless there is an ongoing dispute under this Agreement, then such retention period shall extend until final resolution of the dispute. 9.2 Consultant's records include any and all information, materials and data of every kind and character generated as a result of and relevant to the Work under this Agreement (Consultant's Records). Examples include billings, books, general ledger, cost ledgers, invoices, production sheets, documents, correspondence, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, and any and all other agreements, sources of information and matters that may, in City's and Consultant's reasonable judgment, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. 9.3 City agrees that it shall exercise the right to audit, examine or inspect Consultant's Records only during Consultant's regular business hours. Consultant agrees to allow City's designee access to all of Consultant's Records, Consultant's facilities and Consultant's current employees, deemed necessary by City or its designee(s), to perform such audit, inspection or examination. Consultant also agrees to provide adequate and appropriate work space necessary to City or its designees to conduct such audits, inspections or examinations. 9.4 Consultant shall include this audit clause in any subcontractor, supplier or vendor contract. ARTICLE X—OWNER REMEDIES 10.1 The City and Consultant agree that in the event the City suffers actual damages, the City may elect to pursue its actual damages and any other remedy allowed by law. This includes but is not limited to: 10.1.1 Failure of the Consultant to make adequate progress and endanger timely and successful completion of the Project, which includes failure of subconsultants to meet contractual obligations; 10.1.2 Failure of the Consultant to design in compliance with the laws of the City, State and/or federal governments, such that subsequent compliance costs exceed expenditures that would have been involved had services been properly executed by the Consultant. 10.1.3 Losses are incurred because of errors and/or omissions in the design, working drawings, specifications or other documents prepared by the Consultant to the extent that the financial losses are greater than the City would have originally paid had there not been errors and/or omissions in the documents. 10.2 The City may assert a claim against the Consultant's professional liability insurance as appropriate when other remedies are not available or offered for design deficiencies discovered during and after Project Contract for Professional Services Page 7 of 12 • construction. 10.3 When the City incurs non-value added work costs for change orders due to design errors and/or omissions, the City will send the Consultant a letter that includes: (1) Summary of facts with supporting documentation; (2) Instructions for Consultant to revise design documents, if appropriate, at Consultant's expense; (3) Calculation of non-value added work costs incurred by the City; and (4) Deadline for Consultant's response. 10.4 The Consultant may be required to revise bid documents and re-advertise the Project at the Consultant's sole cost if, in the City's judgment, the Consultant generates excessive addenda, either in terms of the nature of the revision or the actual number of changes due to the Consultant's errors or omissions. 10.5 The City may withhold or nullify the whole or part of any payment as detailed in Article III. ARTICLE XI —CONSULTANT REMEDIES 11.1 If Consultant is delayed due to uncontrollable circumstances, such as strikes, riots, acts of God, national emergency, acts of the public enemy, governmental restrictions, laws or regulations or any other causes beyond Consultant's and City's reasonable control, an extension of the Project schedule in an amount equal to the time lost due to such delay shall be Consultant's sole and exclusive remedy. The revised schedule should be approved in writing with a documented reason for granting the extension. 11.2 The City agrees that the Consultant is not responsible for damages arising from any cause beyond Consultant's reasonable control. 11.3 If Consultant requests a remedy for a condition not specified above, Consultant must file a Claim as provided in this Agreement. ARTICLE XII —CLAIMS AND DISPUTE RESOLUTION 12.1 Filing of Claims 12.1.1 Claims arising from the circumstances identified in this Agreement or other occurrences or events, shall be made by Written Notice delivered by the party making the Claim to the other party within twenty- one (21) calendar days after the start of the occurrence or event giving rise to the Claim and stating the general nature of the Claim. 12.1.2 Every Claim of Consultant, whether for additional compensation, additional time or other relief, shall be signed and sworn to by a person authorized to bind the Consultant by his/her signature,verifying the truth and accuracy of the Claim. 12.1.3 The responsibility to substantiate a claim rests with the party making the Claim. 12.1.4 Within thirty(30) calendar days of receipt of notice and supporting documentation, City will meet to discuss the request, after which an offer of settlement or a notification of no settlement offer will be sent to Consultant. If Consultant is not satisfied with the proposal presented, Consultant will have thirty (30) calendar days in which to (i) submit additional supporting data requested by the City, (ii) modify the initial request for remedy or(iii) request Mediation. 12.1.5 Pending final resolution of a claim, except as otherwise agreed in writing, Consultant shall Contract for Professional Services Page 8 of 12 proceed diligently with performance of the Agreement, and City shall continue to make payments in accordance with this Agreement. 12.2 Mediation 12.2.1 All negotiations pursuant to this clause are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. 12.2.2 Before invoking mediation, the Parties agree that they shall first try to resolve any dispute arising out of or related to this Agreement through discussions directly between those senior management representatives within their respective organizations who have overall managerial responsibility for similar projects. This step shall be a condition precedent to the use of mediation. If the parties' senior management representatives cannot resolve the dispute within thirty (30) calendar days after a Party delivers a written notice of such dispute, then the Parties shall proceed with the mediation process contained herein. 12.2.3.1 In the event that City or Consultant shall contend that the other has committed a material breach of this Agreement,the Party alleging such breach shall, as a condition precedent to filing any lawsuit, request mediation of the dispute. 12.2.3.2 Request for mediation shall be in writing, and shall request that the mediation commence no less than thirty (30) or more than ninety (90) calendar days following the date of the request, except upon agreement of both parties. 12.2.3.3 In the event City and Consultant are unable to agree to a date for the mediation or to the identity of the mediator or mediators within thirty (30) calendar days of the request for mediation, all conditions precedent in this Article shall be deemed to have occurred. 12.2.3.4 The parties shall share the mediator's fee. Venue for mediation shall be Nueces County, Texas. Any agreement reached in mediation shall be enforceable as a settlement agreement in any court having jurisdiction thereof. No provision of this Agreement shall waive any immunity or defense. No provision of this Agreement is a consent to suit. 12.3 In calculating the amount of any Claim or any measure of damages for breach of contract, the following standards shall apply both to claims by Consultant and to claims by City: 12.3.1 In no event shall either Party be liable, whether in contract or tort or otherwise, to the other Party for loss of profits, delay damages or for any special incidental or consequential loss or damage of any nature arising at any time or from any cause whatsoever; 12.3.2 Damages are limited to extra costs specifically shown to have been directly caused by a proven wrong for which the other Party is claimed to be responsible. 12.4 In case of litigation between the parties, Consultant and City agree that neither party shall be responsible for payment of attorney's fees pursuant to any law or other provision for payment of attorneys'fees. Both Parties expressly waive any claim to attorney's fees should litigation result from any dispute between the parties to this Agreement. 12.5 No Waiver of Governmental Immunity. NOTHING IN THIS ARTICLE SHALL BE CONSTRUED TO WAIVE CITY'S GOVERNMENTAL IMMUNITY FROM LAWSUIT, WHICH IMMUNITY IS EXPRESSLY RETAINED TO THE EXTENT IT IS NOT CLEARLY AND UNAMBIGUOUSLY WAIVED BY STATE LAW. Contract for Professional Services Page 9 of 12 • ARTICLE XIII — MISCELLANEOUS PROVISIONS 13.1 Assignability. Neither party will assign, transfer or delegate any of its obligations or duties under this Agreement contract to any other person and/or party without the prior written consent of the other party, except for routine duties delegated to personnel of the Consultant staff. This includes subcontracts entered into for services under this Agreement. If the Consultant is a partnership or joint venture, then in the event of the termination of the partnership or joint venture, 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. 13.2 Ownership of Documents. Consultant agrees that upon payment, City shall exclusively own any and all information in whatsoever form and character produced and/or maintained in accordance with, pursuant to or as a result of this Agreement, including contract documents(plans and specifications), drawings and submittal data. Consultant may make a copy for its files. Any reuse by the City, without specific written verification or adaptation by Consultant, shall be a City's sole risk and without liability or legal exposure to Consultant. The City agrees that any modification of the plans will be evidenced on the plans and be signed and sealed by a licensed professional prior to re-use of modified plans. 13.3 Standard of Care. Services provided by Consultant under this Agreement shall be performed with the professional skill and care ordinarily provided by competent licensed professionals 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. 13.4 Licensing. Consultant shall be represented by personnel with appropriate licensure, registration and/or certification(s) at meetings of any official nature concerning the Project, including scope meetings, review meetings, pre-bid meetings and preconstruction meetings. 13.5 Entire Agreement. 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. - ••:- - _ _ - .._ - _ _ •• - _ _ - • _ _- =e _ --==•••=• , _ • _ _•=t- .. . - - - _ „•• _ _- _- - _-" • - - - - - _ •-_ - --- a _- _-- ; Contract for Professional Services Page 10 of 12 governmental entity or state agency, including a broker, intermediary, adviser or attorney for the busines,, entity, Form 1295 must be electronically filed with the Texas Ethics Commis..ion at -- - — _ _ • -- _ . _ _ - • . . . , _ . - - - . •- - - hics Commission Rules at 13.8 Conflict of Interest. Consultant agrees, in compliance with Chapter 176 of the Texas Local Government Code, to complete and file Form CIQ with the City Secretary's Office. For more information and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict-disclosure/index. 13.9 Controlling Law. 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. Cases must be filed and tried in Nueces County and cannot be removed from Nueces County. 13.10 Severability. If, for any reason, any one or more Articles and/or paragraphs of this Agreement are held invalid or unenforceable, such invalidity or unenforceability shall not affect, impair or invalidate the remaining Articles and/or paragraphs of this Agreement but shall be confined in its effect to the specific Article, sentences, clauses or parts of this Agreement held invalid or unenforceable, and the invalidity or unenforceability of any Article, sentence, clause or parts of this Agreement, in any one or more instance, shall not affect or prejudice in any way the validity of this Agreement in any other instance. 13.11 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 HDR ENGINEERING, INC. fri7 a/71 12//‘ /4 /lok, /J2Z•1 Mark Van Vleck Arthur B. Colwell, P.E. Date Assistant City Manager Vice President 555 N. Carancahua, Suite 1600 Corpus Christi, TX 78401-0850 (361) 696-3300 Office (361) 696-3385 Fax RE •MMENDE ./ (.0/1(e V Q'rie Gray, •. . Rate Exe - i = D -'i o •f 'ubli• rks Jeff Edmonds, '.E. Date Director of Engineering Services Contract for Professional Services Page 11 of 12 • APPROVED AS TO LEGAL FORM 9(114 2016.12.01 1\-116n 12:27:44-06'00' Legal Department Date Project Number E16446 Accounting Unit 5310-11150-012 Account 530000 Activity E16446015310EXP Account Category 30000 Fund Name Engineering Operating Fund Encumbrance No. Contract for Professional Services Page 12 of 12 • • F September 9, 2016 MCN10043431 October 26, 2016 (Rev. 1) Mr. Shane Tomo, P.E. Project Manager City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 RE: PROPOSAL FOR PROGRAM MANAGEMENT SERVICES PROFESSIONAL SAFETY ASSESSMENT TEAM—2017, 2018& 2019 Dear Mr. Tomo; At the request of the City of Corpus Christi Engineering Services staff, HDR Engineering, Inc. is pleased to provide this proposal for program management services for the City's Professional Safety Assessment Team Program. HDR met with you and your staff to discuss the training and post event programs and the intent of the City to continue using pre-positioned contracts and consultants as a force multiplier. The meeting was successful in outlining the specific direction that the City intended to take regarding training, and post event professional services agreements. Our scope of services has been revised to detail the items discussed in the meeting held August 19, 2016. For over eighteen years, HDR has been a key leader in assisting the City of Corpus Christi with management of their pre-positioned contracts for both post hurricane debris management and damage assessment services. We have been successful in assisting the City with contracting qualified, capable, and professional service providers and consultants to assist the City both before and after a hurricane or other natural disaster. Although these programs have had a limited opportunity to be tested, these next three years will be a great opportunity to look at what has worked and improve upon the program as a whole, tailor training to City specific issues, and develop best practices and lesson learned. HDR has the resources to assist you with this and wishes to continue these efforts now and in the future. Our approach to managing this program will not change much from the past but it will include a more intense focus during kick-off/planning to work with the City's safety assessment leadership and key staff in Emergency Management. We are also determined to facilitate revamped workshops for both City staff and consultants, in separate training environments, that will focus more on standard operating procedures rather than just hurricane information. Although HDR will assist the workshop, we highly recommend that the City of Corpus Christi Emergency Management Office look into ways to include the Texas Department of Emergency Management (TDEM) at the workshop as instructors, and HDR will assist in this matter. TDEM has workshops, free of charge to local governments, for the purposes of training hdrinc.com 555 N.Carancahua,Suite 1600,Corpus Christi,TX 784010849 Texas P.E.Firm Registration No 754 (361)696-3300 Exhibit A Page 1 of 7 • • Mr. Shane Tomo, P.E. September 9, 2016 October 26, 2016 (Rev. 1) 2 of 3 personnel on state and federal/FEMA standard operating procedures for damage assessment. Additional information concerning this opportunity will be addressed at the project kick-off meeting. Quality is top priority in managing and executing all projects for our clients and management of this program will be no different. HDR will provide the City with well communicated progress reports during the course of this endeavor. The proposed program will be managed in four phases: 1) Project kickoff and planning; 2) Damage Assessment Team (consultant) contracting; 3) Coordination of consultant activation, mobilization, and re-entry procedures; and 4) Completion of two (2) one-day training workshops for both City staff and damage assessment consultants. We recommend conducting the training for City Staff and damage assessment consultants seperately. Enclosed is our proposed scope of work (Exhibit "A") for each phase. As in the past, our Scope of Work distinguishes between Basic Services and Additional Services. Basic Services as described in Exhibit "A" will be paid to HDR as a lump sum fee per the table below. HDR will submit monthly invoices for basic services delivered. The invoice will be based upon HDR's estimate (and City concurrence) of the proportion of total services actually completed at the time of billing. Basic Service Year Proposed Fee 2017 $29,100.00 2018 $29,960.00 2019 $30,850.00 Additional Services as described in Exhibit"A" can be executed at the threat of hurricane or in response to some similar event. The Director of Engineering Services will authorize Additional Services listed in the scope of work at his/her discretion. Additional Services will be paid to HDR on a multiplier basis. Fees for labor will be determined based on actual hours worked, Direct Labor Rates and a multiplier of 3.15. Expenses associated with Additional Services will be billed at cost plus 10%. MDR understands the City will execute a contract for 2017, and has the option to renew the contract for 2018 and/or 2019. HDR will provide the Basic and Additional Services as described above in accordance with the City's standard contract for Professional Services. Any work outside the proposed Scope will be added, with authorization from the City, through a formal scope change document and associated fee agreement. This proposal is valid for 45 days from the date of this letter. HDR can begin the work as soon as the City executes an agreement and gives us the authorization to proceed. We encourage timely approval of this agreement due to the fact that it is essential that the damage assessment program is in place as the 2016 hurricane season is currently in full swing. Exhibit A Page 2 of 7 • Mr. Shane Torno, P E. September 9, 2016 October 26, 2016 (Rev. 1) 3 of 3 We ropose the following schedule: January, 2017 Receive Notice to Proceed (NTP) NTP + 2 weeks Kickoff/ Planning Meeting with City Staff; data collection NTP + 5 weeks Assist the City with the DAT contracting process: NTP + 8 weeks DAT training workshops January 2018/ 2019 Receive Notice to Proceed (NTP) NTP + 2 weeks Kickoff/ Planning Meeting with City Staff; data collection NTP+ 5 weeks Assist the City with the DAT contracting process NTP + 8 weeks DAT training workshops I trust that this proposal provides all of the information necessary to allow the City to issue an agreement and Notice to Proceed for this year's program management services. I'm available at your convenience to discuss any part of the project or provide any other information necessary to support the City's disaster recovery planning process. Please feel free to contact me by telephone at 361-696-3335 or by email at arthur.colwell(a�hdrinc.com. We look forward to working with the City of Corpus Christi to prepared for hurricanes or other natural disasters in the coming years.. We are committed to being ready to assist the City in critical times of need following a hurricane or other disaster. Sincerely, HDR ENGINEERING, INC. Cliff A. Lowe, Jr. Arthur B. Colwell, P.E. Project Manager, Associate Vice President Managing Principal, Vice President ABC/af Attachment: Exhibit A: Scope of Work Exhibit B: Mandatory Requirements Exhibit C: Manhour / Fee Estimate cc: CoCC Engineering Services: Asst. Director of Support Services, Aurora Parlamas CoCC Emergency Management: Emergency Management Coord., Billy Delgado Exhibit A Page 3 of 7 • • • Exhibit A Scope of Work HDR Engineering, Inc. Program Management Services Professional Safety Assessment Team—2016, 2017 &2018 (Project No. XXXXX) I. SCOPE OF SERVICES A. BASIC SERVICES. Upon receiving authorization to proceed, the A/E will: 1. Attend a project kickoff and planning meeting with key City Staff(1 meeting). 2. Assist the City with the DAT contracting process 1. Provide written contract basis information, qualification criteria, and requirements for City use and selection of consultants. 2. Coordinate with firms that meet the City's qualification criteria for Damage Assessment Team services. 3. Evaluate qualifications of Engineers, Architects, and other professionals to provide services and make appropriate recommendations to City. 4. Prepare a draft Letter of Intent/Affidavit for Damage Assessment Support Services that will define the City's requirements for consultant participation in the program. 3. Coordinate with City Staff with respect to planning consultant activation, mobilization, and re-entry procedures. 1. Propose coordination process within City's communication and emergency operating procedures. 2. Propose how to integrate communication with DAT firms into existing City/LEPC emergency notification systems and processes. 3. Participate in one City of Corpus Christi hurricane table-top exercise and provide a letter report documenting our observations with respect to the exercise and/or damage assessment teams. 4. Conduct two (2) one-day training workshops, one for City Staff and one for damage assessment consultants, on consecutive days: 1. Prepare materials for training, activation, and quality assurance. 2. Provide support in preparation of Consultant Activation Guide to include Consultant notification information and schedule of activator activities. 3. Prepare and coordinate a one day damage assessment training session;focus on: 1. City damage assessment process and procedures 2. Integration of DAT consultants with City forces 3. Data collection,documentation, and reporting procedures 4. Conduct an evaluation of the training session and recommend possible improvements / modifications to the damage assessment process, DAT training, etc. Exhibit A Page 4 of 7 5. Submit a letter report of the DAT training session evaluation to the City. City staff will: 1. Set-up and organize, and conduct an initial meeting with City Damage Assessment Official, Emergency managers, City staff, and HDR to define program scope. 2. Provide detailed information on the City Damage Assessment program and plans to HDR, including: a) Damage Assessment Annex from the City's Emergency Management Plan b) Expected schedule of pre/post hurricane activities, deployment of DATs, completion of assessments, etc. c) Types of assessments (windshield, detailed, etc.) anticipated and who will perform them d) City resources that will be available to DAT contractors (vehicles, fuel, etc.) 3. Provide HDR the City's expectations relative to DAT Contractor firms' capabilities and qualifications 4. Provide HDR the anticipated DAT force strength requirements 5. Provide HDR the City's DAT field assignment protocols and procedures 6. Detail the nature and scope of support that City will provide for DAT Consultants including: a) Expected level of self-sufficiency required b) What services, supplies, and materials that the City will provide during disaster recovery operations. 7. Provide HDR details of the City's data collection processes, including answers to the following: a) What will DAT contractors have to provide with respect to data collection and documentation? b) How will DAT contractors make damage assessment reports/data submissions to City? c) Who from City will have the lead in defining the data collection process? 8. Provide HDR a preliminary list of who the City expects to participate in the DAT workshop from the City staff and elsewhere. Exhibit A Page 5of7 • 9. Provide HDR the City's expectations with respect to the content and conduct of the workshop, including City staff roles and participation by State officials or others. B. ADDITIONAL SERVICES. This section defines the scope of additional services that may only be included as part of this contract if authorized by the Director of Engineering Services. NE may not begin work on any services under this section without specific written authorization by the Director of Engineering Services. The A/E shall, with written authorization by the Director of Engineering Services, perform the following: 1. Hurricane Approach / Pre-Event Preparations: Should the City be threatened by the predicted approach or landfall of a hurricane and the City or its representative directs the Engineer to initiate hurricane approach preparations, the Engineer will: 1. Establish and verify communications with the City's Emergency Operations Center (EOC). 2. Stand post at the City's Public Works Operations Center (O.N. Stevens) and liaise with City staff. 3. Notify, alert and give instructions to DATs. 2. Post Hurricane / Disaster Recovery Operations: Post Hurricane /Disaster Services will commence following hurricane landfall or disaster as soon as conditions permit. If the City or their representatives directs the Engineer to participate in post-recovery operations, the Engineer will: 1. Maintain close liaison with the City Staff. 2. Stand post at the City's Public Works Operations Center (O.N. Stevens) and liaise with City staff; serve as a communications link between the City and DAT Consultants. 3. Assist City staff in coordinating DAT consultant liaison activities. C. DELIVERABLES. The following summarizes the deliverables required during the course of the project. 1. Written contract basis information, qualification criteria, and requirements for City use and selection of consultants. 2. Draft Letter of Intent/Affidavit for Damage Assessment Support Services that will define the City's requirements for consultant participation in the program. 3. Letter report documenting our observations with respect to the City's hurricane table- top exercise and/or damage assessment teams. 4. Letter report of the DAT training session evaluations to the City. Exhibit A Page 6 of 7 • • . . • . . . . i 1:iii'iiIiIII:iiiiiiiiIiiili w 21, i .,, , ro !, , .,,,,,,.. - I'l.-1 ; ; r . _, , i , , 1 !i ,.. 1 : 11 _ 1 ki!! ! nii hi I . I IH! 1 Mp N N 1! 1 li IS 1 F 1I r l ' i _:I :. . :i I I l g 1 I : , 11;1 111 1 ill 1" li III i 1 rii rl. 5 , ! : 3: '11; i_ 1 i ! G R I-I : 1 r r Ii R Ic111' i i 1 1 1I r. M 1 . F li ''' I . ;Ili Id ! 11 11 11 I r it di 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 C 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O Q. O E O a OV o0 0 0 0 0 00 o0 O o 0 0 0 p 0 00 v 0 ,0 O E9mEA ~ o o > H _ 3 CD o 0 0 0 0 0 0 0 0 0 0 EA. 69 m m 0 0 0 0 o ° F- I- •5 o L c a o -o o0 o0 0 0 0 0 00000000 00 0 0 61. 3 V COte EA CO te 69 o E o> a = 000000 00 0 0 0 0 p p 00 00 0 00 4a ER OW4f1m CO 4° EAEA co xXx 0 O w C 2XM 0 a0Na) Z W Q N 0 0 0 0 0 00I— 69 EA 00 0 0 0 0 p p 0 0 0 0 0j O 69 EA Z d O H H W Z y 0 Z O -a d > = E a , o0 0 0 0 0 0 Oa o 0 0 0000 00 0 0 m m fA 69 O H H Z .o E Q o0 0 0 0 0 0 00000000 00 0 0 69 m COEA Clf H H 0 C.) V) a) U co a) N a) V N co N L- co a0 t 0 a) a U a) co N ti N ' 0 co d N a V m C C o - c 2 < U) a) C w N C c co i To o . c +r rn Q T (n p 0 U E rn a o N o = E '- E. o o E o = - Exhibit"B" RI ai 73 0. C M a`) f0 N co a) °� < 0 E N a o Page 1 of 1 mQ- Q c...) co Qat CQ 0cncn corn < I— • EXHIBIT B-1 CONFIDENTIAL RATE SHEET Rate sheets are confidential pursuant to section 552.104 of the Texas Government Code since release of this information would give advantage to a competitor or bidder. In addition, section 552.110 of the TX Govt. Code protects third party commercial and financial information if release of the information would cause the third party substantial competitive harm. Final determination of confidentiality will be made by the Texas Attorney General. DOCUMENTATION OF PROVISIONAL / OVERHEAD RATES: Overhead rate documentation has been provided to the City of Corpus Christi and was utilized in reviewing and approving the loaded hourly rates below. PRINCIPALS: The Consultant must provide documentation with each payment request that clearly indicates how a Principal's time is allocated and the justification for that allocation. PRINCIPAL(S): HOURLY RATE TX REGISTRATION #: ($/h r) Project Consultant: CAD Technician: Clerical: Other—specify: SUBCONSULTANT(S): (firm) Principal(s): Project Consultant: CAD Technician: Clerical Other—specify: Add additional subconsultants as needed. Exhibit B-1 Confidential Rate Sheet Page 1 of 1 • 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. 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 30-written day 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) 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 Rev 07/16 EXHIBIT C Page 1 of 2 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 thirty (30) calendar days advance written notice directly to City of any suspension, cancellation or non-renewal of 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. Rev 07/16 EXHIBIT C Page 2 of 2 Aco CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 416.....---" 6/1/2017 11/10/2016 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 have ADDITIONAL INSURED provisions or 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). CONTACT PRODUCER Lockton Companies NAME: 444 W.47th Street,Suite 900 PHONE FAX (A/C.No.Ext): (A/C.No): Kansas City MO 64112-1906 E-MAIL (816)960-9000 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIL# INSURER A:Hartford Fire Insurance Company 19682 INSURED HDR ENGINEERING INC INSURER B:Travelers Property Casualty Co of America 25674 1013472 8408 INDIAN HILLS DR INSURER C:American Zurich Insurance Company 40142 OMAHA NE 68114 INSURER D:Lexington Insurance Company 19437 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 14372549 REVISION NUMBER: XXXXXXX 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 SUER I POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY Y Y 37CSEQUO950 6/1/2016 6/1/2017 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENED CLAIMS-MADE X OCCUR 1PREM SES(Ea occu ante) $ 1,000,000 X CONTRACTUAL LIAB INC1 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY PRO- JECT LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ A AUTOMOBILE LIABILITY N N 37CSE UO951 AOS) 16/1/2016 6/1/2017 (Ee aocdeDt,INGLE LIMIT $ 2,000,000 A 37CSEQU0952 HI) 6/1/2016 6/1/2017 A X ANY AUTO 37CSEQUI I60 MA) 6/1/2016 6/1/2017 BODILY INJURY(Per person) $ XXXXXXX OWNED SCHEDULED I BODILY INJURY(Per accident) $ XXXXXXX AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ XXXXXXX AUTOS ONLY AUTOS ONLY (Per accident) $ XXXXXXX B X UMBRELLA LIAB X OCCUR N N ZUP-10R64084-16-NF j 6/1/2016 6/1/2017 EACH OCCURRENCE $ 1,000,000 B EXCESS LIAB CLAIMS-MADE (EXCLUDES PROF LIAB) 6/1/2016 6/1/2017 AGGREGATE $ 1,000,000 DED RETENTION$ $ XXXXXXX WORKERS COMPENSATION I PER OTH- C AND EMPLOYERS'LIABILITY Y/N Y 0381127 7/1/2016 7/1/2017 _X_1 STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE '. E.L.EACH ACCIDENT _ $ 1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 D ARCHS&ENGS N N 061853691 6/1/2016 6/1/2017 PER CLAIM:$1,000,000 PROFESSIONAL AGGREGATE:$1,000,000 LIABILITY DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) E16446 PROFESSIONAL SAFETY ASSESSMENT TEAM 2017.CITY OF CORPUS CHRISTI IS NAMED AS AN ADDITIONAL INSURED ON GENERAL LIABILITY AS PER WRITTEN CONTRACT,ON A PRIMARY,NON-CONTRIBUTORY BASIS.WAIVER OF SUBROGATION APPLIES WHERE ALLOWABLE BY LAW.30 DAYS NOTICE OF CANCELLATION APPLIES,10 DAYS NOTICE FOR NON-PAYMENT OF PREMIUM. CERTIFICATE HOLDER CANCELLATION See Attachments 14372549 CITY OF CORPUS CHRISTI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE DEPARTMENT OF ENGINEERING SERVICES THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ATTN:CLARISSA JOHNSON P.O.BOX 9277 CORPUS CHRISTI TX 78469-9277 AUTHORIZED REPRESENTATIV �jr , �� 1 M `%�' '`�" ©1988 015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD