HomeMy WebLinkAboutC2018-033 - 1/23/2018 - Approved 7 1
CITY OF CORPUS CHRISTI
CONTRACT FOR PROFESSIONAL SERVICES
PROJECT E17118
CEFE VALENZUELA LANDFILL
SECTOR 3C DISPOSAL CELL DEVELOPMENT
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 Hanson Professional Services, Inc., a Texas corporation, 4501 Gollihar Road, Corpus
Christi, Nueces County, Texas 78411, (Consultant), hereby agree as follows:
TABLE OF CONTENTS
ARTICLE NO. TITLE PAGE
ARTICLE I SCOPE OF SERVICES 2
ARTICLE II QUALITY CONTROL 3
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
2018-033
1/23/18
Ord.031347 Pagel Rev.11-9
LANDFILL CEFE VALENZIIELR\E17118 CEFE VALENZUELA LANDFILL DISPOSAL CELL CONSTR.SECTOR SC CONTRACT
Hanson Professional Services Inc.
INDEXED
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. The approved Scope of Services defines the services to be performed by Consultant under this
Agreement.
1.2 Consultant shall follow City Codes and Standards effective at the time of the execution of the contract.At
review milestones, the Consultant and City will review the progress of the plans to ensure that City Codes and
Standards are followed 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. Upon request, Consultant
must provide City with a list of all subconsultants that includes the services performed by subconsultant and the
of work performed by subconsultant(in dollars). Changes in Consultant's proposed team as specified in the SOQ
or Scope of Services must be agreed to by the City in writing.
1.4 Consultant shall not begin work on any phase/task authorized underthis 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 necessaryforthe 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.
1.6.3 The Consultant agrees to assist the City in evaluating the qualifications of the prospective
-- ----contractors, subcontractors and suppliers.
1.7 For projects that require subsurface utility investigation:
1.7.1 The Consultant agrees to prepare and submit to the City prior to the 60%submittal a signed and
sealed report identifying all utilities within the project area at the Quality Level specified in Exhibits A anclA-
4. It is assumed that all utilities will be identified using Quality Level A exploratory excavation unless stated
otherwise.
1.7.2 Utilities that should be identified include but are not limited to utilities owned by the City, local
franchises, electric companies, communication companies, private pipeline companies and 3r° party
owners/operators.
Paget Rev.17-9
,ENGINEERING DATAEXCNANGevELMAMOLID WASTELANDFILL CEFE vµENZUELA\E,I,IS CEFE VALENZUELA LANDFILL aMFo \C
5AL CELL CONSTR SECTOR 3CONTRACT
PROFESSPONAL SERVICESICONTRACT DOC
1.8 For project with potential utility conflicts:
1.8.1 The Consultant agrees to coordinate the verification and resolution of all potential utility conflicts.
1.8.2 The Consultant agrees to prepare and submit a monthly Utility Coordination Matrix to the City.
1.9 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.
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
needed.
2.3 Final construction documents that do not meet City standards in effect at the time of the execution of this
Agreement may be rejected. If final construction documents are found not to be in compliance with this Agreement,
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 $823,251.
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.
_ e•.. ..• —•— - _ --•_e - _, -- -• e'•" _' = •• . 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 iflaaks 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 Consultants 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 onthe
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.
Page 3 Rev.17-9
N ENGINEERING DATAE%CHANGE\VELMAP SOLID WASTE LANDFILL CEFE VALENZOELAIEI7118 CEFE VALENZOELA LANDFILL DISPOSAL CELL CONSTR SECTOR 3GICONTRACT
PROFESSIONAL S ERV IC EMC 0 NTRAC TDOC
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 Consultants
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:
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 oras 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. The right
to suspend work under this provision does not relieve the City of its obligation to make payments in accordance with
section 3.5 above for services provided up to the date of suspension.
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).
Page4 Rev.17-9
K\ENGINEERING DATAEXCHANGE\VELMAP\SOLID WASTELLANDFILL CEFE VALENZUELA\El)IIB CEFE VALENIDELA LANDFILL DISPOSAL CELL COASTS SECTOR=CONTRACT
PROFESSIONAL SERVICES\CONTRACT.DOC
•
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 ten
business days of becoming aware of a factor that may affect the Consultants 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.
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.
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,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
Page 5 Rev.17-9
K:\ENGINEERING OATAEXCHANGE\VELIMP\SOLID WASTERANDFILL CEFE VALENRIELAEI7110 CEFE VALENZVELA LANDFILL DISPOSAL CELL CONSTR.SECTOR SC\CONTRACT
PROFESSIONAL SERVICES\CONTRACT DOC
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.
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.
Page 6 Rev.11-9
NIENGINEERING DATAEXCHANGE\VELMAPSOLIDWASTE\LANORLL CEFE VALENZIIELAEI7119 CEFE VALENZUELA LANDFILL DISPOSAL CELL CONSTR SECTOR=CONTRACT
PROFESSIONAL SERVICESCONTRACT DOC
•
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.
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 bya 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
Page 7 Rev.17-9
K\ENGINEERING OATAEXCHANGE\VELMAP\SOLID WASTE\LANDFILL CEFE VALENZUELAIE111 IS CEFE VALENZOELA LANDFILL DISPOSAL CELL CONSTR SECTOR 3C\CONTRACT
PROFESSIONAL SERVICESCONTRACT DOC
documents.
10.2 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 Consultants expense;
(3) Calculation of non-value added work costs incurred by the City; and
(4) Deadline for Consultant's response.
10.3 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.
10.4 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
----- truttrand 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 proceed
diligently with performance of the Agreement,and City shall continue to make payments in accordance with
Page 8 Rev.17-9
N\ENGINEERING DATAEXCHANGEIVELMAPISOLIO W ASTELLANDFILL CEFE VALENZUELAIEI]118 CEFE VALENZUELA LANDFILL DISPOSAL CELL CONSTR SECTOR 3C\CONTRACT
PROFESSIONAL SERVICESICONTRACT.DOG
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.
Page 9 Rev.17-9
K\ENGINEERING DATAEXCHANGEIVELMAPISOLD WAST LLANDFaL CEFE VALENZUELA\EI]„e CEFE VALENZUELA LANDFILL DISPOSAL CELL CONSTR SECTOR SC\coNTRACT
PROFESSIONAL SERViGESICONTRAOTDOC
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 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.
13.6 Disclosure of Interest. Consultant agrees to comply with City of Corpus Christi Ordinance No. 17112 and
complete the Disclosure of Interests form, attached as Exhibit D.
13.7 Certificate of Interested Parties. For contracts greater than $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,attached as Exhibit E. Form 1295 requires disclosure of"interested parties"with respect to entities that
enter contracts with cities that exceed $50,000.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;
b. membership on the board of directors or other goveming 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; or
(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.
Page 10 Rev.17-9
PRENGINEERING DATAEXCHANGEWELMAPISOLID WASTE,IANDFILL CEFE VALENZUELAIE17118 CEFE VALENZUELA LANDFILL DISPOSAL CELL OONSTR SECTOR 3CICONTPACT
OFESSIONAL SERVICES\CONTRACT DOC
' r
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.
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 an. •cluded herein, is in conflict with Articles I-XIII of this Agreement(Articles),
the Articles shall tak- ?r: -denc- and ci,ntrol to resolve said conflict.
CITY OF •• : - S ' H- STI HANSON PROFESSI NAL SERVICES, INC.
y`./ / ? ', ! 01/16/2018
Jeff . Edmonds, P.E. Da - Grant •. J-cks P.E. Date
Director of Engineering Services Vice President
4501 Gollihar Road
Corpus Christi, TX 78411
APPROVED AS TO LEGAL FORM (361) 814-9900 Office
2018.01.18 08:58:36 gjackson@hanson-inc.com
-06'00'
Assistant City Attorney Date
ATTE T � 1
i Secretary ate
(Ckd AU I NUKILo.
SY COUNCIL_._.J,,.2 5
SFORFT,r"
Page 11 Rev. 17-9
K--.\ENGINEERING DATAEXCHANGE\VELMAP\SOLID WASTE\LANDFILL CEFE VALENZUELA\E17118 CEFE VALENZUELA LANDFILL DISPOSAL CELL CONSTR SECTOR 3C\CONTRACT
PROFESSIONAL SERVICES\CONTRACT DOC
3
Project E17118
Cefe Valenzuela Landfill
Sector 3C Disposal Cell Development
Fund Name Accounting Unit Account No. Activity No. Amount
Landfill 2015 CO 3367-033 550950 E17118-01-3367-EXP $323,251
Landfill 2017 CO 3368-033 550950 E17118-01-3368-EXP 500,000
Total $823,251
Contract for Professional Services
Exhibit A
Hanson aroless,onal Sennoes Inc.
HANSON 4501 Gollihar Road
iNerawt l I Neo Saws Corpus Christi.TX 78411
(381)914.9900
Fax(381)814-4401
www.hanson,nc.com
January 16, 2018
Mr. Jeff H. Edmonds, P.E.
Director of Capital Programs
City of Corpus Christi
P.O. Box 9277
Corpus Christi,Texas 78469-9277
Re: Cefe F. Valenzuela Landfill
Development of Sector 3C
Dear Mr. Edmonds:
Hanson Professional Services, Inc. (Hanson) wants to thank the City of Corpus Christi
(City) for selecting our firm to provide professional engineering services for the Sector 3C
expansion project at the City's Cefe F. Valenzuela municipal solid waste landfill (Landfill).
The following outlines our proposal to complete this work.
Upon selection for this project Hanson began work under a small NE contract to assist
the City with an evaluation of various landfill development scenarios, taking into account
historical, current and projected waste disposal volumes, permit requirements, scheduling
considerations and impacts from Hurricane Harvey. Through this process, the preferred
alternative for the next cell development was determined to be the construction of Sector
3C. We understand it is the City's objective to complete the engineering design and
prepare construction documents for Sector 3C, including associated markers, drainage
components, pumps, controls and the extension of electrical service. Sector 3C as
permitted has a footprint of about 31 acres and includes one(1) leachate collection sump.
Because of limited remaining disposal space in currently developed cells and in an effort
to avoid the scenario of a temporary overfill condition, an accelerated design schedule
and a phased construction process are being proposed for this project. Design services
will be performed under an accelerated schedule and will utilize design workshops at
specified milestone points in lieu of the standard design submittal and review process.
Construction of Sector 3C will be performed in a sequenced manner to allow the opening
of a partial cell for waste disposal in advance of completion of the entire project.
Approximately half of the cell will be constructed initially and certified for use followed by
the completion of the remaining cell acreage.
Our staff is familiar with the Cefe F. Valenzuela landfill and we have copies of the relevant
permit documentation from the Texas Commission on Environmental Quality (TCEQ)
governing the design and construction of the project. Based on this understanding of the
work, we propose to perform the following specific tasks:
EXHIBIT "A"
Page 1 of 7
Mr. Jeff Edmonds, P.E.
Director of Capital Programs, City of Corpus Christi
January 16, 2018
-2-
Engineering Design and Assistance with Bidding
Schematic Design
The schematic design is based upon the specific liner configuration as depicted in the landfill
permit narrative and related drawings consisting of the following components(from bottom to
top): dewatering system/underdrain, prepared subgrade, geosynthetic clay liner (GCL), 60
mil High Density Polyethylene (HDPE) geomembrane, drainage geocomposite/leachate
collection system, and protective cover, including drainage chimneys. Hanson will prepare a
schematic design package and have a design workshop with the City to review the package.
The package will include:
• A plan view layout of the proposed construction, including the proposed configuration,
sequencing and constraints of each phase of the cell development plan.
• A technical memo outlining construction work items for the bid package, approximate
quantity and cost estimates, and a description of additional requirements (e.g. TCEQ
mandated construction inspection/quality assurance testing, regulatory submittals,
required infrastructure extensions, changes in financial assurance, required additional
monitoring, and appurtenances required.).
• A proposed project schedule
• Narrative description of the material and construction procurement process.
In order to maintain the design schedule for this project, review comments for each phase of
design will be obtained at the design workshop for that phase and will be incorporated into
the next design submittal, without requiring written comments from the City.
60% Construction Documents Package
Based on the comments received from the City at the schematic design workshop, Hanson
will prepare draft construction documents representing approximately 60% complete and will
meet with the City in a design review workshop. The package will include:
• Construction drawings, including plans, sections, and details, for the construction
components identified in the schematic design
• Construction specifications for construction components identified in the schematic
design
• Contract documents, including instructions to bidders, agreements, bonds, general
conditions and special conditions, using City standard forms with information required to
render those forms suitable for the project.
All documents will be prepared in City standard format and drawings will be developed in
electronic format(AutoCAD Civil 3D®, updated through 2017 or higher). Final drawings will
be archived from AutoCAD Civil 3D as Adobe Acrobat Portable Document Format(.pdf) set
up as full size 22" x 34" sheets printable at a standard engineering scale and capable of
being reproduced on half size 11" x 17" sheets. Contract documents and specifications will
be prepared in Microsoft Word and will be archived as .pdf.
Pre-Final Construction Documents Package
Based on the comments received from the City at the 60% Construction Documents review
workshop, Hanson will prepare a Pre-Final package of construction documents and will meet
with the City in a design review workshop to review the package. The package will include
updated versions of the documents furnished for the 60% submittal along with an opinion of
probable construction cost
EXHIBIT "A"
Page 2 of 7
Mr. Jeff Edmonds, P.E.
Director of Capital Programs, City of Corpus Christi
January 16, 2018
- 3 -
Final Construction Documents
Following the incorporation of any comments from the pre-final construction documents
review workshop, Hanson will prepare and deliver to the City Engineer final reproducible
drawings, specifications and contract documents. This package will include:
• An electronic version of all documents in PDF format on Digital Video Disk (DVD) or on
other comparable electronic media acceptable to the City.
• Three (3) hard copy sets of 22"x 34"full size drawings
• Three(3) hard copy sets of 11"x 17" half-size drawings
• Three(3) hard copy sets of contract documents and specifications
• One (1) hard copy of the opinion of probable construction cost
Electrical Design (Sump Power Supply)
This project will include the provision of a leachate sump pump along with the necessary
power requirements and leachate discharge piping extending from the sump to the existing
on-site leachate pond. The portion of Sector 3C that is proposed to be constructed initially
will include the leachate sump and piping. Hanson will employ a sub-consultant for the
electrical engineering design of these features.
Assistance with Bidding
The City will utilize the CivCastUSA website for managing the bidding process and will be
responsible for uploading documents, managing the project on the website and conducting
the public bidding process. Hanson will provide the City with the following services during the
bidding phase:
• Consult with the City to determine the final bid date and advertising schedule
• Attend the pre-bid meeting including a site visit to the landfill
• Evaluate questions from bidders and prepare for the City Engineer written answers to
questions or requests for additional information
• Prepare written addenda for the City Engineer as warranted for any additional
information or bid document revisions to be conveyed to potential bidders
• Attend the bid opening
• Review bids received, including a review of each bid to ensure it contained the minimum
information to be considered responsive, and prepare a tabulation of bids
• Prepare a written evaluation of the bids and recommendation for award
Support Services
Pre-Construction Topographic Surveying
Hanson will perform a pre-construction topographic survey of the proposed Sector 3C
construction area to obtain information on existing conditions necessary for design, including
estimation of excavation and/or fill volumes. This survey will be performed using
conventional surveying equipment, based on the survey datum provided in the TCEQ permit
documents. There will be no separate deliverable of the pre-construction topographic
survey; the results will be incorporated into the schematic design and construction
documents. Because the City will be transitioning the Alternate Daily Cover operations area
from within the limits of Sector 3C to Sectors 2B and 2C, Hanson will also provide a second
pre-construction survey of the proposed construction area prior to the contractor's
mobilization to the site in order to document existing topographic conditions before
earthwork operations begin. There will be no separate deliverable of this survey; the results
will be used to calculate earthwork quantities for payment.
EXHIBIT "A"
Page 3 of 7
Mr. Jeff Edmonds, P.E.
Director of Capital Programs, City of Corpus Christi
January 16, 2018
-4-
Permitting—Temporary Authorization (TA)for Overfill
As mentioned previously this project is being phased so that a portion of Sector 3C will be
constructed first, certified, and opened to receive waste prior to the completion of the rest of
the sector. The project is being sequenced this way in consideration of the limited, currently
available airspace for waste disposal and increased volumes of waste being received due to
the impacts from Hurricane Harvey. While the objective of this strategy is to complete the
new disposal area prior to exhausting the existing airspace, a temporary authorization (TA)
for overfill will be prepared and processed concurrent with the design of the new Sector. We
understand that the City desires to proceed with the TA request from TCEQ in the event that
unanticipated circumstances delay the partial cell completion, since the Texas Solid Waste
Disposal Act requires the City to make adequate provision for waste disposal. Hanson will
prepare and submit a TA request for overfill to the TCEQ during the design and bidding
phase of the project. The TA submittal will be made in accordance with Title 30, Texas
Administrative Code (TAC) Chapter 305 and will contain a location exhibit, a narrative
explanation of the process, procedures and controls to be used for the overfill, and drawings
illustrating the horizontal and vertical extent of the overfill. Hanson will respond in writing to
one request for additional information from TCEQ in support of this submittal. The City will
provide Hanson with copies of any previous overfill TA's that have been submitted and
approved for prior cell construction projects at the landfill.
Construction Administration and Quality Assurance
Construction Administration
Hanson will provide the following services during the construction phase of this project:
• The construction administration services outlined below are based on a construction
contract term of nine (9) months from Notice to Proceed to substantial completion.
• Attend and assist the City with the pre-construction conference
• Review up to fifteen (15) material and other submittals customarily provided by the
contractor or required by the contract documents during the course of construction.
Submittals requiring more than two (2) reviews by Hanson will be performed on a time
and materials basis, noted separately on Hanson's billing to the City. The contract
documents will specify that the contractor reimburse the City for the cost of these
additional reviews. Hanson's review of the contractor's submittals shall only be for the
purpose of checking for general conformance with the design concept expressed in the
contract documents. Hanson shall not be responsible for any deviations between the
shop drawings, the contract documents, and field conditions.
• Provide interpretations and clarifications of the plans and specifications for the contractor
and authorize minor changes which do not affect the contractor's price or the duration of
the construction contract, and are not contrary to the general interest of the City under
the contract.
• Review and evaluate up to three (3) change order proposals that may be necessary
during the progress of the work including a recommendation to accept or reject.
• Consult with the City and exchange oral status reports on a weekly basis during
construction.
• Make weekly visits to the project site to observe the general progress and quality of the
work, and determine, in general, if the work is being done in accordance with the
contract documents and in accordance with the quantities of work represented in current
contractor requests for payment. Weekly site visits will not constitute or be confused
with resident project represtative services or continuous monitoring of the progress of
construction. Hanson sub-consultants may also make up to three (3) site visits during
EXHIBIT "A"
Page 4 of 7
Mr. Jeff Edmonds, P.E.
Director of Capital Programs, City of Corpus Christi
January 16, 2018
- 5-
construction. Additional on-site observation will be provided by Modern
Technology/Modern Environment (MTME) of Corpus Christi, Texas as a portion of the
Geotechnical Quality Assurance (QA) services as described below.
• Conduct an inspection in anticipation of substantial completion and prepare a punch list
of items for correction, repair or installation by the contractor prior to final inspection.
• Conduct a final inspection with the City and contractor, to include an orientation by the
contractor to familiarize City personnel with the mechanical and control systems.
• On the basis of contractor's field set of"red-line" drawings, Hanson's field observations,
approved change orders, and documented changes reported by the City's inspector(s),
Hanson will prepare a set of record drawings to be provided in both electronic format(as
described for the 60% submittal) and in one(1) hard copy.
• Hanson is not responsible for the contractor's means and methods of construction.
Post-Construction Topographic Surveying
Hanson will perform post-construction topographic surveys to document the horizontal and
vertical placement of construction elements required by TCEQ regulations,the facility's permit
and the construction QA documents. These will include surveys of the excavation, the GCL
subgrade, the geomembrane liner panel seams, protective cover layer and the waste for
ballast layer. To accommodate construction sequencing,the survey of each listed component
will include up to two (2) mobilizations for each phase of the construction. We will also
coordinate with the contractor's surveyor to confirm location and information for the Landfill's
existing survey control system.
Geotechnical QA Services (GCLER, GLER, BER)
TCEQ regulations and the facility permit require that during landfill construction, the City
provides geotechnical QA services to confirm that the landfill liner materials meet the required
material properties and that the construction and installation procedures comply with the
requirements identified in the permit and QA documents. Additionally, it is required that a
qualified technician or engineer be present on site at all times when liner construction is
occurring (consisting of the GCL, geomembranes, leachate collection system, and protective
cover placement). This on-site observation will be supplemented with the field and laboratory
testing program outlined in the permit and QA documents. Properly credentialed personnel
and analytical laboratories will be used for all testing, as outlined in the permit and the QA
documents. The results of all field and laboratory testing will be included in the appropriate
reports submitted to the TCEQ.
Modern Technology/Modern Environment (MTME) will provide construction Quality
Assurance(QA)services and preparation of the documentation for TCEQ submittal as a sub-
consultant to Hanson. MIME staff will be on site to observe and document construction, as
well as coordinate sampling and field and laboratory testing of construction materials. As the
professional of record, MIME will prepare the Geosynthetic Clay Liner Evaluation Report
(GCLER), and the Geomembrane Liner Evaluation Report (GLER) for submittal to TCEQ.
Because Sector 3C will be constructed in two phases,two(2) separate reports will be required
for submittal to the TCEQ for both the GCLER and GLER. A Ballast Evaluation Report(BER)
is required to demonstrate that the landfill has placed adequate waste in the cell to provide
ballast to prevent uplift of the landfill liner, based on the design established in the TCEQ
permit. This report may also require two submittals due to the phased nature of the
construction, depending upon the extent of the groundwater conditions. Because the QA
effort is greatly influenced by the schedule and productivity of the contractor, the fee for
geotechnical QA services is recognized as an estimate and billing will be on a time and
materials (T&M) basis for actual hours worked plus reimbursable costs (materials testing,
EXHIBIT "A"
Page 50�
Mr. Jeff Edmonds, P.E.
Director of Capital Programs, City of Corpus Christi
January 16, 2018
-6-
shipping,vehicle usage,etc.). The fee estimate for the QA services is based on a construction
contract term of nine (9) months from Notice to Proceed to substantial completion, working
twelve (12) hours per day, seven (7) days per week.
Schedule
This schedule was developed in consultation with City staff and includes an aggressive
timeline with the objective of providing the City with uninterrupted disposal space at the landfill
in light of increased volumes of waste being received and limited remaining airspace in the
developed portion of the existing cells. As mentioned previously, one time saving measure
being utilized on this project will be to have design workshops for project reviews rather than
the standard submittal and review process. The proposed schedule for the project is
presented below.
Project Schedule
Design Start 12/18/2017
Schematic Design Workshop 1/3/2018
60% Design Workshop 1/22/2018
Pre-Final Design Workshop 2/5/2018
Sealed Drawing Submittal 2/19/2018
Advertise 2/26/2018
Advertise 3/5/2018
Pre-Bid Meeting 3/14/2018
Bid Opening 3/21/2018
Council Award 4/10/2018
Council Award 4/17/2018
Begin Construction 5/16/2018
Sector Authorized to Receive Waste 10/15/2018
Compensation
Based on the tasks outlined above, the proposed fee for these services will be as follows.
Project Component Fee
Engineering Design and Assistance with Bidding
Schematic Design $24,050
60% Design $48,096
Pre-Final Design $41,810
Final Construction Documents $23,852
Electrical Design Sub-consultant $15,400
Assistance with Bidding $12,709
Support Services
Pre-Construction Topographic Surveying $17,880
Permitting—Overfill TA $11,402 ,
Construction Administration and Quality Assurance
Construction Administration $99,870
Construction Surveying $54,890
Geotechnical QA Services (Time and Materials Estimate) $473,292
Total Engineering and Construction Administration $823,251
EXHIBIT "A"
Page 6 of 7
Mr. Jeff Edmonds, P.E.
Director of Capital Programs, City of Corpus Christi
January 16, 2018
-7-
We value our on-going relationship with the City of Corpus Christi and appreciate the opportunity
to submit this proposal to you. We look forward to working with you on this important project. If
you have questions or need additional information, please do not hesitate to contact us.
Sincerely,
HANSON PROFESSIONAL SERVICES INC.
Grant A. Jackson, P.E.
Vice President
Enclosure
cc: Lawrence Mikolajczyk, Director of Solid Waste Services
1117jobs117L01591Admin103-ProposallFinal Proposal\Cefe Sector 3C Proposal(Rev 2)01 16 2018.docx
EXHIBIT "A"
Page 7 of 7
EXHIBIT B
SAMPLE PAYMENT REQUEST FORM
COMPLETE PROJECT NAME
Project No.%XXX
Invoice No.12345
Invoice Date 01/01/2017
Total Current Previous Total Remaining Percent
Basic Services: Contract Amd No.1 Amd No.2 Contract Invoice Invoice Invoice Balance Complete
Preliminary Phase $1,000.00 $0.00 $0.00 $1,000.00 $0.00 $1,000.00 $1,000.00 $0.00 100.0%
Design Phase $2,000.00 $1,000.00 $0.00 $3,000.00 $1,000.00 $500.00 $1,500.00 $1,500.00 50.0%
Bid Phase $500.00 $0.00 $250.00 $750.00 $0.00 $0.00 $0.00 $750.00 0.0%
Construction Phase $2,500.00 $0.00 $1,000.00 $3,500.00 $0.00 $0.00 $0.00 $3,500.00 0.0%
Subtotal Basic Services $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3%
Additional Services:
Permitting $2,000.00 $0.00 $0.00 $2,000.00 $500.00 $0.00 $500.00 $1,500.00 25.0%
Warranty Phase $0.00 $1,120.00 $0.00 $1,120.00 $0.00 $0.00 $0.00 $1,120.00 0.0%
Inspection $0.00 $0.00 $1,627.00 $1,627.00 $0.00 $0.00 $0.00 $1,627.00 0.0%
Platting Survey TBD TBD TBD TBD TBD TBD TBD TBD TBD
0&M Manuals TBD TBD TBD TBD TBD TBD TBD TBD TBD
SCADA TBD TBD TBD TBD TBD TBD TBD TBD TBD
Subtotal Additional Services $2,000.00 $1,120.00 $1,627.00 $4,747.00 $500.00 $0.00 $500.00 $4,247.00 10.5%
Summary of Fees:
Basic Services Fees $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3%
Additional Services Fees $2,000.00 $1,120.00 $1,627.00 $4,747.00 $500.00 $0.00 $500.00 $4,247.00 10.5%
Total of Fees $8,000.00 $2,120.00 $2,877.00 $12,997.00 $1,500.00 $1,500.00 $3,000.00 $9,997.00 23.1%
Notes:
If needed, update this sample farm based on the contract requirements EXHIBIT••B•
If applicable,refer to the contract for information on what to include with time and materials(T&M). Pare I on
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. 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 In the event of a change in insurance coverage, Consultant shall be required to submit a copy of
the replacement certificate of insurance to City at the address provided below within 10 business days of
said change. Consultant shall pay any costs resulting from said changes. All notices under this Article
shall be given to City at the following address:
Contract for Professional Services
Exhibit C
•
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 If the policy is cancelled, other than for nonpayment of premium, notice of such
cancellation will be provided at least 30 days in advance of the cancellation effective date
to the certificate holder.
1.6.2 If the policy is cancelled for nonpayment of premium, notice of such cancellation will be
provided within 10 days of the cancellation effective date to the certificate holder.
1.7 Within five(5)calendar days of a suspension, cancellation or non-renewal of coverage,Consultant
shall notify City of such lapse in coverage and 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 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.
Contract for Professional Services
Exhibit C
al� SUPPLIER NUMBER
1� TO BE ASSIGNED ED l II Y
= PURCHASING DIVISION
EXHIBIT D
City of CITY OF CORPUS CHRISTI
Corpus
Christi DISCLOSURE OF INTEREST
City of Corpus Christi Ordinance 17112, as amended,requires all persons or firms seeking to do
business with the City to provide the folowing 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: Hanson Professional Services Inc.
P.O.BOX:
STREET ADDRESS: 1525 South Sixth Street CITY: Springfield, Illinois ZIP: 62703-
FIRM IS: I. Corporation R 2. Partnership 8 3. Sole Owner ❑
4. Association 5. Other
DISCLOSURE QUESTIONS
If additional space is necessary,please use the reverse side of this page or attach separate sheet.
I. State the names of each "employee" of the City of Corpus Christi having an "ownership
interest"constituting 3%or more of the ownership in the above named"firm.
'
Name Job Title and City Department(if known)
N/A
2. State the names of each"official" of the City of Corpus Christi having an"ownership interest"
constituting 3%or more of the ownership in the above named"firm."
Name Title
N/A
3. State the names of each"board member" of the City of Corpus Christi having an "ownership
interest"constituting 3%or more of the ownership in the above named"firm"
Name Board,Commission or Committee
N/A
4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi
who worked on any matter related to the subject of this contract and has an "ownership
interest"constituting 3%or more of the ownership in the above named"firm."
Name Consultant
N/A
FILING REQUIREMENTS
If a person who requests official action on a matter knows that the requested action will confer an
economic benefit on any City official or employee that is distinguishable from the effect that the
action will have on members of the public in 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: Grant A. Jackson Title: Vice President
ITn.or Print)
Signature of Certifying / Date:
Person: 01/10/2018
.r...!t!.('u,l/II
DEFINITIONS
a. "Board member." A member of any board, commission, or committee appointed by the
City Council of the City of Corpus Christi,Texas.
b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to
have an effect on that interest that is distinguishable from its effect on members of the public
in general or a substantial segment thereof.
c. "Employee." Any person employed by the City of Corpus Christi,Texas either on a full or
part-time basis,but not as an independent contractor.
d. "Firm." Any entity operated for economic gain, whether professional, industrial or
commercial, and whether established to produce or deal with a product or service, including
but not limited to, entities operated in the form of sole proprietorship, as self-employed
person,partnership,corporation,joint stock company,joint venture,receivership or trust,and
entities which for purposes of taxation are treated as non-profit organizations.
e. "Official" The Mayor, members of the City Council, City Manager, Deputy City
Manager, Assistant City Managers, Department and Division Heads, and Municipal Court
Judges of the City of Corpus Christi,Texas.
f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held,
in a firm, including when such interest is held through an agent, trust, estate, or holding
entity. "Constructively held" refers to holdings or control established through voting trusts,
proxies,or special terms of venture or partnership agreements."
g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of
Corpus Christi for the purpose of professional consultation and recommendation.
EXHIBIT E
CERTIFICATE OF INTERESTED PARTIES (FORM 1295)
Contract for Professional Services
Exhibit
•
EXHIBIT F
Excerpt from Corpus Christi General Conditions for Construction Projects
Related to Design Services
Contract for Professional Services
Exhibit F
Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to
design services
Table of Contents
Page
Article 1—Definitions and Terminology 2
Article 2—Preliminary Matters 8
Article 3—Contract Documents: Intent, Requirements, Reuse 8
Article 4—Commencement and Progress of the Work 10
Article 5—Availability of Lands;Subsurface and Physical Conditions;Hazardous Environmental
Conditions 10
Article 6—Bonds and Insurance 12
Article 7—Contractor's Responsibilities 12
Article 8—Other Work at the Site 12
Article 9—Owner's and OPT's Responsibilities 12
Article 10—OAR's and Designer's Status During Construction 13
Article 11—Amending the Contract Documents;Changes in the Work 14
Article 12—Claims 14
Article 13—Cost of the Work;Allowances;Unit Price Work 14
Article 14—Tests and Inspections;Correction, Removal,or Acceptance of Defective Work 14
Article 15—Payments to Contractor;Set-Offs;Completion;Correction Period 14
Article 16—Suspension of Work and Termination 14
Article 17—Final Resolution of Disputes 14
Article 18—Miscellaneous 14
Excerpt from Form 00 72 00 General Conditions-1
ARTICLE 1—DEFINITIONS AND TERMINOLOGY
1.01 Defined Terms
A. A term with initial capital letters, including the term's singular and plural forms, has the
meaning indicated in this paragraph wherever used in the Bidding Requirements or
Contract Documents. In addition to the terms specifically defined,terms with initial capital
letters in the Contract Documents may include references to identified articles and
paragraphs, and the titles of other documents or forms.
1. Addenda-Documents issued prior to the receipt of Bids which clarify or modify the
Bidding Requirements or the proposed Contract Documents.
2. Agreement-The document executed between Owner and Contractor covering the
Work.
3. Alternative Dispute Resolution -The process by which a disputed Claim may he settled
as an alternative to litigation, if Owner and Contractor cannot reach an agreement
between themselves.
4. Application for Payment-The forms used by Contractor to request payments from
Owner and the supporting documentation required by the Contract Documents.
5. Award Date—The date the City Council of the City of Corpus Christi(City)authorizes
the City Manager or designee to execute the Contract on behalf of the City.
6. Bid-The documents submitted by a Bidder to establish the proposed Contract Price
and Contract Times and provide other information and certifications as required by
the Bidding Requirements.
7. Bidding Documents-The Bidding Requirements,the proposed Contract Documents,
and Addenda.
8. Bidder-An individual or entity that submits a Bid to Owner.
9. Bidding Requirements -The Invitation for Bids,Instructions to Bidders, Bid Security,
Bid Form and attachments,and required certifications.
10. Bid Security-The financial security in the form of a bid bond provided by Bidder at the
time the Bid is submitted and held by Owner until the Agreement is executed and the
evidence of insurance and Bonds required by the Contract Documents are provided. A
cashier's check,certified check,money order or bank draft from any State or National
Bank will also be acceptable.
11. Bonds-Performance Bond,Payment Bond, Maintenance Bond,and other Surety
instruments executed by Surety. When in singular form, refers to individual
instrument.
12. Change Order-A document issued on or after the Effective Date of the Contract and
signed by Owner and Contractor which modifies the Work,Contract Price,Contract
Times,or terms and conditions of the Contract.
Excerpt from Form 00 72 00 General Conditions-2
13. Change Proposal-A document submitted by Contractor in accordance with the
requirements of the Contract Documents:
a. Requesting an adjustment in Contract Price or Contract Times;
b. Contesting an initial decision concerning the requirements of the Contract
Documents or the acceptability of Work under the Contract Documents;
c. Challenging a set-off against payment due;or
d. Seeking a Modification with respect to the terms of the Contract.
14. City Engineer-The Corpus Christi City Engineer and/or his designated representative
as identified at the preconstruction conference or in the Notice to Proceed.
15. Claim-A demand or assertion by Owner or Contractor submitted in accordance with
the requirements of the Contract Documents. A demand for money or services by an
entity other than the Owner or Contractor is not a Claim.
16. Constituent of Concern-Asbestos, petroleum, radioactive materials, polychlorinated
biphenyls(PCBs),hazardous wastes,and substances,products,wastes,or other
materials that are or become listed, regulated,or addressed pursuant to:
a. The Comprehensive Environmental Response,Compensation and Liability Act,42
U.S.C. 459601 et seq. ("CERCLA");
b. The Hazardous Materials Transportation Act,49 U.S.C. §55501 et seq.;
c. The Resource Conservation and Recovery Act,42 U.S.C. §§6901 et seq. ("RCRA");
d. The Toxic Substances Control Act, 15 U.S.C. §52601 et seq.;
e. The Clean Water Act,33 U.S.C. §51251 et seq.;
f. The Clean Air Act,42 U.S.C. 557401 et seq.;or
g. Any other Laws or Regulations regulating, relating to,or imposing liability or
standards of conduct concerning hazardous,toxic,or dangerous waste,
substance,or material.
17. Contract-The entire integrated set of documents concerning the Work and describing
the relationship between the Owner and Contractor.
18. Contract Amendment-A document issued on or after the Effective Date of the
Contract and signed by Owner and Contractor which:
a. Authorizes new phases of the Work and establishes the Contract Price,Contract
Times,or terms and conditions of the Contract for the new phase of Work;or
b. Modifies the terms and conditions of the Contract, but does not make changes in
the Work.
19. Contract Documents-Those items designated as Contract Documents in the
Agreement.
20. Contract Price-The monetary amount stated in the Agreement and as adjusted by
Modifications,and increases or decreases in unit price quantities, if any,that Owner
has agreed to pay Contractor for completion of the Work in accordance with the
Contract Documents.
Excerpt from Form 00 72 00 General Conditions-3
•
21. Contract Times-The number of days or the dates by which Contractor must:
a. Achieve specified Milestones;
b. Achieve Substantial Completion; and
c. Complete the Work.
22. Contractor-The individual or entity with which Owner has contracted for
performance of the Work.
23. Contractor's Team-Contractor and Subcontractors,Suppliers, individuals,or entities
directly or indirectly employed or retained by them to perform part of the Work or
anyone for whose acts they may be liable.
24. Cost of the Work-The sum of costs incurred for the proper performance of the Work
as allowed by Article 13.
25. Defective-When applied to Work,refers to Work that is unsatisfactory,faulty,or
deficient in that it:
a. Does not conform to the Contract Documents;
b. Does not meet the requirements of applicable inspections, reference standards,
tests,or approvals referred to in the Contract Documents; or
c. Has been damaged or stolen prior to OAR's recommendation of final payment
unless responsibility for the protection of the Work has been assumed by Owner
at Substantial Completion in accordance with Paragraphs 15.03 or 15.04.
26. Designer-The individuals or entity named as Designer in the Agreement and the
subconsultants, individuals,or entities directly or indirectly employed or retained by
Designer to provide design or other technical services to the Owner. Designer has
responsibility for engineering or architectural design and technical issues related to
the Contract Documents. Designers are Licensed Professional Engineers or Registered
Architects qualified to practice their profession in the State of Texas.
27. Drawings-The part of the Contract that graphically shows the scope,extent,and
character of the Work. Shop Drawings and other Contractor documents are not
Drawings.
28. Effective Date of the Contract-The date indicated in the Agreement on which the City
Manager or designee has signed the Contract.
29. Field Order-A document issued by OAR or Designer requiring changes in the Work
that do not change the Contract Price or the Contract Times.
30. Hazardous Environmental Condition-The presence of Constituents of Concern at the
Site in quantities or circumstances that may present a danger to persons or property
exposed to Constituents of Concern. The presence of Constituents of Concern at the
Site necessary for the execution of the Work or to be incorporated in the Work is not a
Hazardous Environmental Condition provided these Constituents of Concern are
controlled and contained pursuant to industry practices, Laws and Regulations,and
the requirements of the Contract.
Excerpt from Form 00 72 00 General Conditions-4
•
31. Indemnified Costs-All costs, losses,damages,and legal or other dispute resolution
costs resulting from claims or demands against Owner's Indemnitees. These costs
include fees for engineers,architects, attorneys,and other professionals.
32. Laws and Regulations; Laws or Regulations-Applicable laws,statutes, rules,
regulations,ordinances,codes,and orders of governmental bodies,agencies,
authorities,and courts having jurisdiction over the Project.
33. Liens-Charges,security interests,or encumbrances upon Contract related funds, real
property,or personal property.
34. Milestone-A principal event in the performance of the Work that Contractor is
required by Contract to complete by a specified date or within a specified period of
time.
35. Modification -Change made to the Contract Documents by one of the following
methods:
a. Contract Amendment;
b. Change Order;
c. Field Order;or
d. Work Change Directive.
36. Notice of Award -The notice of Owner's intent to enter into a contract with the
Selected Bidder.
37. Notice to Proceed-A notice to Contractor of the Contract Times and the date Work is
to begin.
38. Owner-The City of Corpus Christi(City),a Texas home-rule municipal corporation and
political subdivision organized under the laws of the State of Texas,acting by and
through its duly authorized City Manager and his designee,the City Engineer(the
Director of Engineering Services),and the City's officers,employees, agents,or
representatives,authorized to administer design and construction of the Project.
39. Owner's Authorized Representative or OAR-The individual or entity named as OAR in
the Agreement and the consultants,subconsultants, individuals,or entities directly or
indirectly employed or retained by them to provide construction management services
to the Owner. The OAR may be an employee of the Owner.
40. Owner's Indemnitees-Each member of the OPT and their officers,directors,
members, partners,employees,agents,consultants,and subcontractors.
41. Owner's Project Team or OPT-The Owner,Owner's Authorized Representative,
Resident Project Representative, Designer,and the consultants,subconsultants,
individuals, or entities directly or indirectly employed or retained by them to provide
services to the Owner.
42. Partial Occupancy or Use-Use by Owner of a substantially completed part of the Work
for the purpose for which it is intended(or a related purpose)prior to Substantial
Completion of all the Work.
Excerpt from Form 00 72 00 General Conditions-5
43. Progress Schedule-A schedule prepared and maintained by Contractor,describing the
sequence and duration of the activities comprising the Contractor's plan to accomplish
the Work within the Contract Times.
44. Project-The total undertaking to be accomplished for Owner under the Contract
Documents.
45. Resident Project Representative or RPR-The authorized representative of OPT
assigned to assist OAR at the Site. As used herein,the term Resident Project
Representative includes assistants and field staff of the OAR.
46. Samples-Physical examples of materials,equipment,or workmanship representing
some portion of the Work that are used to establish the standards for that portion of
the Work.
47. Schedule of Documents-A schedule of required documents, prepared,and
maintained by Contractor.
48. Schedule of Values-A schedule, prepared and maintained by Contractor,allocating
portions of the Contract Price to various portions of the Work and used as the basis for
Contractor's Applications for Payment.
49. Selected Bidder-The Bidder to which Owner intends to award the Contract.
50. Shop Drawings-All drawings, diagrams, illustrations,schedules,and other data or
information that are specifically prepared or assembled and submitted by Contractor
to illustrate some portion of the Work. Shop Drawings,whether approved or not,are
not Drawings and are not Contract Documents.
51. Site -Lands or areas indicated in the Contract Documents as being furnished by Owner
upon which the Work is to be performed. The Site includes rights-of-way,easements,
and other lands furnished by Owner which are designated for use by the Contractor.
52. Specifications-The part of the Contract that describes the requirements for materials,
equipment,systems,standards,and workmanship as applied to the Work,and certain
administrative requirements and procedural matters applicable to the Work.
53. Subcontractor-An individual or entity having a direct contract with Contractor or with
other Subcontractors or Suppliers for the performance of a part of the Work.
54. Substantial Completion-The point where the Work or a specified part of the Work is
sufficiently complete to he used for its intended purpose in accordance with the
Contract Documents.
55. Supplementary Conditions-The part of the Contract that amends or supplements the
General Conditions.
56. Supplier-A manufacturer,fabricator,supplier,distributor, materialman,or vendor
having a direct contract with Contractor or with Subcontractors or other Suppliers to
furnish materials or equipment to be incorporated in the Work.
57. Technical Data-Those items expressly identified as Technical Data in the
Supplementary Conditions with respect to either:
a. Subsurface conditions at the Site;
Excerpt from Form 00 72 00 General Conditions-6
•
b. Physical conditions relating to existing surface or subsurface structures at the
Site, except Underground Facilities;or
c. Hazardous Environmental Conditions at the Site.
58. Underground Facilities-All underground pipelines, conduits,ducts,cables,wires,
manholes,vaults,tanks,tunnels,other similar facilities or appurtenances,and
encasements containing these facilities which are used to convey electricity,gases,
steam, liquid petroleum products,telephone or other communications,fiber optic
transmissions,cable television,water,wastewater,storm water,other liquids or
chemicals,or traffic or other control systems.
59. Unit Price Work-Work to be paid for on the basis of unit prices.
60. Work-The construction of the Projector its component parts as required by the
Contract Documents.
61. Work Change Directive-A directive issued to Contractor on or after the Effective Date
of the Contract ordering an addition,deletion,or revision in the Work. The Work
Change Directive serves as a memorandum of understanding regarding the directive
until a Change Order can be issued.
1.02 Terminology
A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in
the Bidding Requirements or Contract Documents, have the indicated meaning.
B. It is understood that the cost for performing Work is included in the Contract Price and no
additional compensation is to be paid by Owner unless specifically stated otherwise in the
Contract Documents. Expressions including or similar to"at no additional cost to Owner,"
"at Contractor's expense,"or similar words mean that the Contractor is to perform or
provide specified operation of Work without an increase in the Contract Price.
C. The terms"day" or"calendar day" mean a calendar day of 24 hours measured from
midnight to the next midnight.
D. The meaning and intent of certain terms or adjectives are described as follows:
1. The terms"as allowed,""as approved," "as ordered,""as directed,"or similar terms in
the Contract Documents indicate an exercise of professional judgment by the OPT.
2. Adjectives including or similar to"reasonable,""suitable,""acceptable,""proper,"
"satisfactory,"or similar adjectives are used to describe a determination of OPT
regarding the Work.
3. Any exercise of professional judgment by the OPT will be made solely to evaluate the
Work for general compliance with the Contract Documents unless there is a specific
statement in the Contract Documents indicating otherwise.
4. The use of these or similar terms or adjectives does not assign a duty or give OPT
authority to supervise or direct the performance of the Work,or assign a duty or give
authority to the OPT to undertake responsibilities contrary to the provisions of Articles
9 or 10 or other provisions of the Contract Documents.
Excerpt from Form 00 72 00 General Conditions-7
E. The use of the words "furnish,""install,"'perform,'and"provide' have the following
meanings when used in connection with services, materials,or equipment:
1. Furnish means to supply and deliver the specified services, materials,or equipment to
the Site or other specified location ready for use or installation.
2. Install means to complete construction or assembly of the specified services,
materials,or equipment so they are ready for their intended use.
3. Perform or provide means to furnish and install specified services,materials,or
equipment,complete and ready for their intended use.
4. Perform or provide the specified services, materials,or equipment complete and ready
for intended use if the Contract Documents require specific services, materials,or
equipment,but do not expressly use the words"furnish," "install," "perform,"or
"provide."
F. Contract Documents are written in modified brief style:
1. Requirements apply to all Work of the same kind,class,and type even though the
word"all" is not stated.
2. Simple imperative sentence structure is used which places a verb as the first word in
the sentence. It is understood that the words"furnish, "install," "perform,"
"provide,"or similar words include the meaning of the phrase "The Contractor shall..."
before these words.
3. Unless specifically stated that action is to be taken by the OPT or others, it is
understood that the action described is a requirement of the Contractor.
G. Words or phrases that have a well-known technical or construction industry or trade
meaning are used in the Contract Documents in accordance with this recognized meaning
unless stated otherwise in the Contract Documents.
H. Written documents are required where reference is made to notices, reports,approvals,
consents,documents,statements,instructions,opinions or other types of communications
required by the Contract Documents. Approval and consent documents must be received
by Contractor prior to the action or decision for which approval or consent is given. These
may be made in printed or electronic format through the OPT's project management
information system or other electronic media as required by the Contract Documents or
approved by the OAR.
I. Giving notice as required by the Contract Documents may be by printed or electronic media
using a method that requires acknowledgment of the receipt of that notice.
ARTICLE 2—PRELIMINARY MATTERS
ARTICLE 3—CONTRACT DOCUMENTS: INTENT,REQUIREMENTS,REUSE
3.01 Intent
B. Provide equipment that is functionally complete as described in the Contract Documents.
The Drawings and Specifications do not indicate or describe all of the Work required to
complete the installation of products purchased by the Owner or Contractor. Additional
Excerpt from Form 00 72 00 General Conditions-8
•
details required for the correct installation of selected products are to be provided by the
Contractor and coordinated with the Designer through the OAR.
3.02 Reference Standards
B. Comply with applicable construction industry standards,whether referenced or not.
1. Standards referenced in the Contract Documents govern over standards not
referenced but recognized as applicable in the construction industry.
2. Comply with the requirements of the Contract Documents if they produce a higher
quality of Work than the applicable construction industry standards.
3. Designer determines whether a code or standard is applicable, which of several are
applicable,or if the Contract Documents produce a higher quality of Work.
3.03 Reporting and Resolving Discrepancies
3.04 Interpretation of the Contract Documents
A. Submit questions concerning the non-technical or contractual/administrative
requirements of the Contract Documents to the OAR immediately after those questions
arise. OAR is to provide an interpretation of the Contract Documents regarding these
questions and will coordinate the response of the OPT to Contractor.
B. Submit questions regarding the design of the Project described in the Contract Documents
to the OAR immediately after those questions arise. OAR is to request an interpretation of
the Contract Documents from the Designer. Designer is to respond to these questions by
providing an interpretation of the Contract Documents. OAR will coordinate the response
of the OPT to Contractor.
C. OPT may initiate a Modification to the Contract Documents through the OAR if a response
to the question indicates that a change in the Contract Documents is required. Contractor
may appeal Designer's or OAR's interpretation by submitting a Change Proposal.
Excerpt from Form 00 72 00 General Conditions-9
ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK
ARTICLE 5—AVAILABILITY OF LANDS;SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS
ENVIRONMENTAL CONDITIONS
5.01 Availability of Lands
5.02 Use of Site and Other Areas
5.03 Subsurface and Physical Conditions
5.04 Differing Subsurface or Physical Conditions
A. Notify OAR immediately, but in no event later than 3 days, after becoming aware of a
subsurface or physical condition that is uncovered or revealed at the Site,and before
further disturbing the subsurface or physical conditions or performing any related Work
that:
1. Establishes that the Technical Data on which Contractor is entitled to rely as provided
in Paragraph 5.03 is materially inaccurate;
2. Requires a change in the Drawings or Specifications;
3. Differs materially from that shown or indicated in the Contract Documents;or
4. Is of an unusual nature and differs materially from conditions ordinarily encountered
and generally recognized as inherent in work of the character provided for in the
Contract Documents.
Do not further disturb or perform Work related to this subsurface or physical condition,
except in an emergency as required by Paragraph 7.12,until permission to do so is issued
by OAR.
B. OAR is to notify the OPT after receiving notice of a differing subsurface or physical
condition from the Contractor. Designer is to:
1. Promptly review the subsurface or physical condition;
2. Determine the necessity of OPT's obtaining additional exploration or tests with respect
the subsurface or physical condition;
3. Determine if the subsurface or physical condition falls within one or more of the
differing Site condition categories in Paragraph 5.04.A;
4. Prepare recommendations to OPT regarding the Contractor's resumption of Work in
connection with the subsurface or physical condition in question;
5. Determine the need for changes in the Drawings or Specifications;and
6. Advise OPT of Designer's findings,conclusions,and recommendations.
C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in
question and recommend action as appropriate after review of Designer's findings,
conclusions,and recommendations.
Excerpt from Form 00 72 00 General Conditions-10
•
5.05 Underground Facilities
A. The information and data shown or indicated in the Contract Documents with respect to
existing Underground Facilities at or adjacent to the Site is based on information and data
furnished to OPT by the owners of these Underground Facilities or by others. OPT is not
responsible for the accuracy or completeness of information or data provided by others
that OPT makes available to Contractor. The Contractor is responsible for:
1. Reviewing and checking available information and data regarding existing
Underground Facilities at the Site;
2. Complying with Laws and Regulations related to locating Underground Facilities before
beginning Work;
3. Locating Underground Facilities shown or indicated in the Contract Documents;
4. Coordinating the Work with the owners, including Owner, of Underground Facilities
during construction; and
5. The safety and protection of existing Underground Facilities at or adjacent o the Site
and repairing damage resulting from the Work.
B. Notify the OAR and the owner of the Underground Facility immediately if an Underground
Facility is uncovered or revealed at the Site that was not shown in the Contract Documents,
or was not shown with reasonable accuracy in the Contract Documents. Do not further
disturb conditions or perform Work affected by this discovery,except in the event of an
emergency as required by Paragraph 7.12.
C. The Designer is to take the following action after receiving notice from the OAR:
1. Promptly review the Underground Facility and conclude whether the Underground
Facility was not shown or indicated in the Contract Documents,or was not shown or
indicated with reasonable accuracy;
2. Prepare recommendations to OPT regarding the Contractor's resumption of Work in
connection with this Underground Facility;
3. Determine the extent to which a change is required in the Drawings or Specifications
to document the consequences of the existence or location of the Underground
Facility;and
4. Advise OAR of Designer's findings,conclusions,and recommendations and provide
revised Drawings and Specifications if required.
D. OAR is to issue a statement to Contractor regarding the Underground Facility in question
and recommend action as appropriate after review of Designer's findings,conclusions, and
recommendations.
Excerpt from Form 00 72 00 General Conditions-11
r
ARTICLE 6—BONDS AND INSURANCE
ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES
ARTICLE 8—OTHER WORK AT THE SITE
ARTICLE 9—OWNER'S AND OPT'S RESPONSIBILITIES
9.01 Communications to Contractor
A. OPT issues communications to Contractor through OAR except as otherwise provided in the
Contract Documents.
9.02 Replacement of Owner's Project Team Members
A. Owner may replace members of the OPT at its discretion.
9.03 Furnish Data
A. OPT is to furnish the data required of OPT under the Contract Documents.
9.04 Pay When Due
A. Owner is to make payments to Contractor when due as described in Paragraphs 15.01.D
and 15.06.D.
9.05 Lands and Easements; Reports and Tests
A. Owner's duties with respect to providing lands and easements are described in Paragraph
5.01. OPT will make copies of reports of explorations and tests of subsurface conditions
and drawings of physical conditions relating to existing surface or subsurface structures at
the Site available to Contractor in accordance with Paragraph 5.03.
9.06 Insurance
A. Owner's responsibilities with respect to purchasing and maintaining insurance are
described in Article 6.
9.07 Modifications
A. Owner's responsibilities with respect to Modifications are described in Article 11.
9.08 Inspections,Tests,and Approvals
A. OPT's responsibility with respect to certain inspections,tests,and approvals are described
in Paragraph 14.02.
9.09 Limitations on OPT's Responsibilities
A. The OPT does not supervise,direct, or have control or authority over,and is not responsible
for Contractor's means, methods,techniques,sequences,or procedures of construction,or
related safety precautions and programs,or for failure of Contractor to comply with Laws
Excerpt from Form 00 72 00 General Conditions-12
A
•
and Regulations applicable to the performance of the Work. OPT is not responsible for
Contractor's failure to perform the Work in accordance with the Contract Documents.
9.10 Undisclosed Hazardous Environmental Condition
A. OPT's responsibility for undisclosed Hazardous Environmental Conditions is described in
Paragraph 5.06.
9.11 Compliance with Safety Program
A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the
specific applicable requirements of this program.
ARTICLE 10—OAR'S AND DESIGNER'S STATUS DURING CONSTRUCTION
10.01 Owner's Representative
A. OAR is Owner's representative. The duties and responsibilities and the limitations of
authority of OAR as Owner's representative are described in the Contract Documents.
10.02 Visits to Site
A. Designer is to make periodic visits to the Site to observe the progress and quality of the
Work. Designer is to determine, in general, if the Work is proceeding in accordance with
the Contract Documents based on observations made during these visits. Designer is not
required to make exhaustive or continuous inspections to check the quality or quantity of
the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with
Contractor to address these issues or concerns. Designer's visits and observations are
subject to the limitations on Designer's authority and responsibility described in Paragraphs
9.09 and 10.07.
B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner's
quality assurance program,and administer the Contract as Owner's representative as
described in the Contract Documents. OAR's visits and observations are subject to the
limitations on OAR's authority and responsibility described in Paragraphs 9.09 and 10.07.
10.03 Resident Project Representatives
A. Resident Project Representatives assist OAR in observing the progress and quality of the
Work at Site. The limitations on Resident Project Representatives'authority and
responsibility are described in Paragraphs 9.09 and 10.07.
10.04 Rejecting Defective Work
A. OPT has the authority to reject Work in accordance with Article 14. OAR is to issue a
Defective Work Notice to Contractor and document when Defective Work has been
corrected or accepted in accordance with Article 14.
10.05 Shop Drawings, Modifications and Payments
A. Designer's authority related to Shop Drawings and Samples are described in the Contract
Documents.
Excerpt from Form 00 72 00 General Conditions-13
•
B. Designer's authority related to design calculations and design drawings submitted in
response to a delegation of professional design services are described in Paragraph 7.15.
C. OAR and Designer's authority related to Modifications is described in Articles 11.
D. OAR's authority related to Applications for Payment is described in Articles 13 and 15.
10.06 Decisions on Requirements of Contract Documents and Acceptability of Work
A. OAR is to render decisions regarding non-technical or contractual/administrative
requirements of the Contract Documents and will coordinate the response of the OPT to
Contractor.
B. Designer is to render decisions regarding the conformance of the Work to the requirements
of the Contract Documents. Designer will render a decision to either correct the Defective
Work,or accept the Work under the provisions of Paragraph 14.04, if Work does not
conform to the Contract Documents. OAR will coordinate the response of the OPT to
Contractor.
C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will
provide documentation for changes related to the non-technical or contractual/
administrative requirements of the Contract Documents. Designer will provide
documentation if design related changes are required.
D. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor
does not agree with the Designer's decision.
10.01 Limitations on OAR's and Designer's Authority and Responsibilities
A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure
to act,or decisions made in good faith to exercise or not exercise the authority or
responsibility available under the Contract Documents creates a duty in contract,tort,or
otherwise of the OPT to the Contractor or members of the Contractor's Team.
ARTICLE 11—AMENDING THE CONTRACT DOCUMENTS;CHANGES IN THE WORK
ARTICLE 12—CLAIMS
ARTICLE 13—COST OF THE WORK;ALLOWANCES; UNIT PRICE WORK
ARTICLE 14—TESTS AND INSPECTIONS;CORRECTION,REMOVAL,OR ACCEPTANCE OF DEFECTIVE
WORK
ARTICLE 15—PAYMENTS TO CONTRACTOR;SET-OFFS;COMPLETION;CORRECTION PERIOD
ARTICLE 16—SUSPENSION OF WORK AND TERMINATION
ARTICLE 17—FINAL RESOLUTION OF DISPUTES
ARTICLE 18—MISCELLANEOUS
END OF SECTION
Excerpt from Form 00 72 00 General Conditions-14