Loading...
HomeMy WebLinkAboutC2017-456 - 10/10/2017 - NA CITY OF CORPUS CHRISTI MASTER SERVICES AGREEMENT FOR PROFESSIONAL SERVICES E17080 Professional Surveying This Agreement is between 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 and Urban Engineering, a Texas Company, 2725 Swantner Drive, Corpus Christi, Nueces County, Texas 78404 (Consultant). TABLE OF CONTENTS ARTICLE NO. TITLE PAGE ARTICLE I PROJECT TASK ORDER 2 ARTICLE II COMPENSATION 2 ARTICLE III QUALITY CONTROL PLAN 3 ARTICLE IV INSURANCE REQUIREMENTS 4 ARTICLE V INDEMNIFICATION 4 ARTICLE VI TERM; RENEWALS; TIMES FOR RENDERING SERVICE 4 ARTICLE VII TERMINATION OF AGREEMENT 5 ARTICLE VIII RIGHT OF REVIEW AND AUDIT 6 ARTICLE IX OWNER REMEDIES 6 ARTICLE X CONSULTANT REMEDIES 7 ARTICLE XI CLAIMS AND DISPUTE RESOLUTION 7 ARTICLE XII MISCELLANEOUS PROVISIONS 9 EXHIBITS 2017-456 Page 1 Rev. 17-9 10/10/17 SERVICES DEPARTMENTSURVErwG\E17080 PROFESSIONAL SURVEvwGV016-0907 MASTER SERVICES AGREEMENT. Urban Engineering INDEXED ARTICLE I —PROJECT TASK ORDER 1.1 This Agreement shall apply to as many tasks as City and Consultant agree will be performed under the terms and conditions of this Agreement. Each task Consultant performs for City hereunder shall be designated a Task Order. No Task Order shall be binding or enforceable unless and until it has been properly executed by both City and Consultant. Each properly executed Task Order shall become a separate supplemental agreement to this Agreement. 1.2 The Consultant shall provide its Scope of Services, to be included in each Task Order. 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 which would normally be required by law or common due diligence in accordance with the standard of care defined in Article XII of this Agreement. 1.3 Under this Agreement, Consultant will provide services on a Task Order basis for a range of services related to assisting Engineering Services with professional engineering, architecture and construction services related to execution of Capital Improvements Programs. All work will be subject to authorization from City. A detailed Scope of Services and fee estimate will be developed for each task prior to execution of work. 1.4 Consultant must comply with City standards,as specified in the Unified Development Code(UDC)or Code of Ordinances, as applicable, throughout the duration of the Project, unless specifically and explicitly excluded from doing so in the approved Task Order. A request made by either party to deviate from City standards after the contract is executed must be in writing. 1.5 Consultant must perform tasks and submit deliverables as detailed in each approved Task Order. 1.6 Consultant must provide all labor,equipment and transportation necessary to complete all services agreed to in a timely manner throughout the term of the Agreement. Persons retained by Consultant to perform work pursuant to this Agreement shall be employees or subconsultants of Consultant. Consultant must provide City with a list of all subconsultants that includes the services performed by the subconsultant and the percentage of work performed by the subconsultant. Changes in Consultant's team that provides services under this Agreement must be agreed to by the City in writing. 1.7 Consultant must not begin work on any Task Order authorized under this Agreement until they are briefed on the scope of the Project and are notified in writing to proceed. 1.8 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 the City's General Conditions for Construction Contracts, an excerpt of which is attached as Exhibit-6. ARTICLE it—COMPENSATION 2.1 The Compensation for all services included in this Agreement and in the Scope of Services for this Agreement shall not exceed $45,000. 2.2 The Consultant's fee for each Task Order will be on a lump sum or time and materials(T&M)basis with a negotiated not-to-exceed amount. The fees will not exceed those identified and will be full and total compensation for all services outlined in each Task Order,and for all expenses incurred in performing these services. Page 2 Rev. 17-9 K 1ENGINEERING DATAEXCHANGE\VELMAP\ENGINEERING SERVICES DEPARTMENT\SURVEVING\EI7080 PROFESSIONAL SURVEVING\2016-0907 MASTER SERVICES AGREEMENT. PROFESSIONAL SERVICES DOC 2.3 Consultant shall submit a proposal to the City,which shall be incorporated into this agreement as Exhibit B, subject to approval by the City. 2.4 Consultant shall submit a Rate Schedule, shown in Exhibit B-1, with their proposal. The rate schedule shall remain confidential pursuant to section 552.104 of the Texas Government Code since release of this information would give advantage to a competitor or bidder. In addition, section 552.110 of the TX Govt. Code protects third party commercial and financial information if release of the information would cause the third party substantial competitive harm. 2.5 Monthly invoices will be submitted in accordance with the Payment Request (Exhibit C). For T&M basis fees, Consultant shall submit documentation with the monthly invoice that shows who worked on the Project, the number of hours that each individual worked on the Project and reimbursables for that individual. 2.5.1 Principals may only bill at the hourly rate of Principals when acting in that capacity. Principals acting in the capacity of staff must bill at staff rates. The Consultant shall provide documentation with each payment request that clearly indicates how that individual's time is allocated and the justification for that allocation. 2.6 The anticipated fee structure under this agreement is as follows: DESCRIPTION NOT TO EXCEED AMOUNT Maximum Contract Amount $45,000.00 Task 1 —TBD TBD Task 2 —TBD TBD Task 3—TBD TBD Task 4 —TBD TBD Task 5 —TBD TBD Task 6 —TBD TBD 2.7 All services shall be performed and the applicable standard of professional care set forth herein and to City's satisfaction,which satisfaction shall be judged by the Director in his/her sole discretion. City shall not be liable for any payment under this Agreement for services which are unsatisfactory and which previously have not been approved by the Director. 2.8 In the event of any dispute(s)between the Parties regarding the amount properly compensable for any Task Order or as final compensation or regarding any amount that may be withheld by City, Consultant shall be required to make a claim pursuant to and in accordance with the terms of this Agreement and follow the procedures provided herein for the resolution of such dispute. In the event Consultant does not initiate and follow the claims procedures provided in this Agreement in a timely manner and as required by the terms thereof, any such claim shall be waived. 2.9 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. 2.10 Any fee payable under this Agreement is subject to the availability of funds. The Consultant may be directed to suspend work pending receipt and appropriation of funds. ARTICLE III —QUALITY CONTROL PLAN 3.1 The Consultant agrees to perform quality assurance-quality control/constructability reviews(QCP Review). Page 3 Rev. 17-9 K:IENGINEERING DATAEXCHANGE\VELMAPIENGINEERING SERVICES DEPARTMENT\SURVEYINGlE17080 PROFESSIONAL SURVEYING12016-0907 MASTER SERVICES AGREEMENT- PROFESSIONAL SERVICES.DOC The City reserves the right to retain a separate consultant to perform additional QCP services for the City. 3.2 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 Opinion of Probable Cost(OPC) as needed. 3.3 Documents that do not meet City standards may be rejected.Consultant will not be compensated for having to resubmit documents. ARTICLE IV—INSURANCE REQUIREMENTS 4.1 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. 4.2 Insurance Requirements are shown in EXHIBIT D. ARTICLE V - INDEMNIFICATION Consultant shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, agents, employees, or other entity, excluding the engineer or architect or that person's agent,employee orsubconsultant,over which the City exercises control("Indemnitee")from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and -------- -----court-costs,to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by Consultant or its agent, Consultant under contract or another entity over which Consultant exercises control while in the exercise of rights or performance of the duties under this agreement. This indemnification does not apply to any liability resulting from the negligent acts or omissions of the City or its employees, to the extent of such negligence. Consultant shall defend Indemnitee, with counsel satisfactory to the City Attorney, from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and 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 VI—TERM; RENEWALS; TIMES FOR RENDERING SERVICE 6.1 This Agreement shall be effective upon the signature of the City Manager or designee(Effective Date). 6.2 This Agreement shall be applicable to Task Order issued hereunder from the Effective Date of the Agreement until project is complete. Page 4 Rev. 17-9 K%ENGINEERING DATAE%CHANGE\VELMRP\ENGINEERING SERVICES DEPARTMENTSURVEVING\EI]WO PROFESSIONAL SURVEVINGQOI6d807 MASTER SERVICES AGREEMENT- PROFESSIONAL SERVICES DOC 6.3 This service shall be fora period of one(1) year beginning on the Effective Date. The Agreement may not be renewed. 6.4 The times for performing services or providing deliverables will be stated in each Task Order. If no times are so stated, Consultant will perform services and provide deliverables within a reasonable time. ARTICLE VII -TERMINATION OF AGREEMENT 7.1 By Consultant: 7.1.1 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. 7.1.2 The Consultant must follow the Termination Procedure outlined in this Agreement. 7.2 By City: 7.2.1 The City may terminate this agreement for convenience upon seven days written notice to the Consultant at the address of record. 7.2.2 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. 7.3 Termination Procedure 7.3.1 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 3O 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. 7.3.2 Consultant shall submit all completed and/or partially completed work under this Agreement, including but not limited to specifications, designs, plans and exhibits. 7.3.3 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. Page 5 Rev.17-9 K(ENGINEERING OATAEXCHANGE\VELMAP\ENGINEERING SERVICES OEPARTMENT\SURVEYINGIEI7000 PROFESSIONAL SURVEYING 12016-0907 MASTER SERVICES AGREEMENT PROFESSIONAL SERVICES DOC 7.3.4 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 VIII —RIGHT OF REVIEW AND AUDIT 8.1 Consultant grants City, or its designees, the right to audit, examine or inspect, at City's election, all of Consultant's records relating to the performance of the Work under this Agreement,during the term of this Agreement and retention period herein. The audit,examination or inspection may be performed by a City designee,which may include its internal auditors or an outside representative engaged by City. Consultant agrees to retain its records for a minimum of four(4)years following termination of the Agreement, unless there is an ongoing dispute under this Agreement, then such retention period shall extend until final resolution of the dispute. 8.2 "Consultant's records" include any and all information, materials and data of every kind and character generated as a result of the Work under this Agreement. 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,federal and state tax filings for issue in questions and any and all other agreements,sources of information and matters that may, in City's judgment, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. 8.3 City agrees that it shall exercise the right to audit,examine or inspect Consultant's records only during Citys regular business hours. Consultant agrees to allow City's designee access to all of Consultant's records, Consultants facilities and Consultant's current or former 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. 8.4 Consultant shall include this audit clause in any subcontractor, supplier or vendor contract. ARTICLE IX—OWNER REMEDIES 9.1 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: 9.1.1 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; 9.1.2 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. 9.1.3 Losses are incurred because of defects, errors and 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 defects, errors and omissions in the documents. Page6 Rev.17-9 K\ENGINEERING OATAEXCHANGEWELMAPENGINEERING SERVICES DEPARTMENTSURVEYINGIEI7000 PROFESSIONAL SURVEVING,2016-0907 MASTER SERVICES AGREEMENT- PROFESSIONAL SERVICES DOC • • 9.2 The City may assert a claim against the Consultant's professional liability insurance as appropriate when other remedies are not available or offered for design deficiencies discovered during and after Project construction. 9.3 When the City incurs non-value added work costs for change orders due to design errors or omissions,the City will send the Consultant a letter that includes: (1) Summary of facts with supporting documentation; (2) Instructions for Consultant to revise design documents, if appropriate, at Consultant's expense; (3) Calculation of non-value added work costs incurred by the City; and (4) Deadline for Consultant's response. 9.4 The Consultant may be required to revise bid documents and re-advertise the Project at the Consultant's sole cost if, in the City's judgment, the Consultant generates excessive addenda, either in terms of the nature of the revision or the actual number of changes due to the Consultant's errors or omissions. 9.5 The City may withhold or nullify the whole or part of any payment as detailed in Article II. ARTICLE X—CONSULTANT REMEDIES 10.1 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. 10.2 If Consultant requests a remedy for a condition not specified above, Consultant must file a Claim as provided in this Agreement. ARTICLE XI—CLAIMS AND DISPUTE RESOLUTION 11.1 Filing of Claims 11.1.1 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 partywithin 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. 11.1.2 Every Claim of Consultant,whether for additional compensation,additional time or other relief,shall be signed and sworn to by a person authorized to bind the Consultant by his/her signature, verifying the truth and accuracy of the Claim. 11.1.3 The responsibility to substantiate a claim rests with the party making the Claim. 11.1.4 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 Alternative Dispute Resolution. 11.1.5 Pending final resolution of a claim,except as otherwise agreed in writing, Consultant shall proceed Page 7 Rev.17-9 N\ENGINEERING DA1AEXCHANGE\VELMAP\ENGINEERING SERVICES DEPARTMENTSURVEYING\EPOBO PROFESSIONAL SURVEYING 2016-0907 MASTER SERVICES AGREEMENT. PROFESSIONLAL SERVICES DOC • diligently with performance of the Agreement and City shall continue to make payments in accordance with this Agreement. 11.2 Alternative Dispute Resolution 11.2.1 All negotiations pursuant to this clause are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. 11.2.2 Before invoking mediation or any otheraltemative dispute resolution(ADR)process set forth herein, 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 any other ADR process. 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 ADR process contained herein. 11.2.3 Mediation 11.2.3.1 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 fling any lawsuit, request mediation of the dispute. 11.2.3.2 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. 11.2.3.3 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. 11.2.3.4 The parties shall share the mediator's fee. Venue for any mediation or lawsuit arising under this Agreement 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. 11.3 In case of litigation between the parties,Consultant and City agree that neither party shall be responsible for payment of attorneys 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 in this Agreement. 11.4 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 8 Rev.17-9 NJENGINEERING OATAEXCHANGE\VEL MAPENGINEERING SERVICES OEPARTMENTSURVEYING\EI7080 PROFESSIONAL SURVEYIN00016U90]MASTER SERVICES AGREEMENT- PROFESSIONAL SERVICES OOC ARTICLE XII —MISCELLANEOUS PROVISIONS 12.1 Assignability. The Consultant will not assign, transfer or delegate any of its obligations or duties in this Agreement to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the Consultant staff. If the Consultant is a partnership, then in the event of the termination of the partnership,this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the Consultant fee may be assigned in advance of receipt by the Consultant without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. 12.2 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,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 professional engineer prior to re-use of modified plans. 12.3 Standard of Care. Services provided by Consultant under this Agreement shall be performed with the professional skill and care ordinarily provided by competent engineers or architects practicing under the same or similar circumstances and professional license; and performed as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer or architect. 12 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. 12.5 Entire Agreement. This Agreement,including Task Orders,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. 12.6 Disclosure of Interest. (E =)Consultant agrees to comply with City of Corpus Christi Ordinance No. 17112 and complete the Disclosure of Interests form as part of this contract. 12.7 Certificate of Interested Parties. (€xhibit-F). Consultant agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this agreement. Form 1295 requires disclosure of"interested parties"with respect to entities that enter contracts with cities 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 othergoveming 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 contractor 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 9 Rev. 17-9 K.ENGINEERING DATAEXCHANGEVELMAPENGINEERING SERVICES DEPARTMENTSURVEVING1EpW9 PROFESSIONAL SURVEVING13916d907 MASTER SERVICES AGREEMENT. PROFESSIONAL SERVICES.DOC Form 1295 must be electronically filed with the Texas Ethics Commission at https:l/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. • 12.8 Conflict of Interest. Consultant agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City Secretary's Office,if required. For more information and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/govern ment/city-secretary/conflict-disclosure/index 12.9 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. 12.10 Severability. If, for any reason, any one or more Articles and/or paragraphs of this Agreement are held invalid or unenforceable,such invalidity or unenforceabilityshall 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 i I 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. 12.11 Conflict Resolution Between Documents. Consultant hereby agrees and acknowledges if anything contained in the Consultant-prepared Exhibit A,Scope of Se ices or in any other document prepared by Consultant and included herein, is in conflict with Articles I XII of this Agreement (Arti es) and/or an approved Task Order,the Articles and/or the Task Order shal take precedence ontr t resolve said conflict. CITY OF CORPUS CHRISTI URB N U)'1, J1414i JC, k J 14-2 Margie C. Rose, (Date) James D. Carr, RPLS, CFM (Date) City Manager Director of Surveying 2725 Swantner 10/////7 Corpus Christi, TX 78404 (361) 854-3101 Office Mark Van Vleck, ( e) (361) 854-6001 Office Assistant City Ma ag r C-7- jamesc@urbaneng.com 11 ;0 :V/.7 Vak ie H. Gra P. E., (Date) EX- utive Direc •r of Publi W• ks APPROVED AS TO LEGAL FORM 2017.09.27 10:47:56 -05'00' Assistant City Attorney (Date) Page 10 Rev. 17-9 K\ENGINEERING DATAEXCHANGEWELMAP1ENGINEERING SERVICES OEPARTMENT1SURVEYING1E17080 PROFESSIONAL SURVEYING\2016.0907 MASTER SERVICES AGREEMENT- PROFESSIONAL SERVICES.DOC • • Master Services Agreement for Professional Surveying(Project No. E17080) Accounting Unit 5310-11150-012 Account 530000 Activity E17080-01-5310-EXP Account Category 30000 Fund Name Engineering Services Page 11 Rev. 17-9 KIENGINEERING OATAEXCMANGEIVELMAMENGINEERING SERVICES OEPARTMENTSURVEVING\E1W0 PROFESSIONAL SURVEYINGIID16-0907 MASTER SERVICES AGREEMENT- PROFESSIONAL SERVICES 000 EXHIBIT A SAMPLE TASK ORDER This Task Order pertains to a Master Services Agreement for Professional Services by and between City of Corpus Christi, Texas (City) and "Company Name' (Consultant) dated , 2017 (Agreement). Consultant shall perform services on the project described below as provided in this Task Order and in the Agreement. This Task Order shall not be binding until it has been properly signed by both parties. Upon execution, this Task Order shall supplement the Agreement as it pertains to the project described below. TASK ORDER NO.: PROJECT NAME: 1. PROJECT DESCRIPTION 2. SCOPE OF SERVICES 3. COMPENSATION This Task Order is approved and Consultant may proceed. All other terms and conditions of the Agreement remain in full force and effect. CITY OF CORPUS CHRISTI URBAN ENGINEERING J. H. Edmonds, P. E. (Date) James D. Carr, RPLS, CFM (Date) Director of Engineering Services Director of Surveying 2725 Swantner Corpus Christi, TX 78404 RECOMMENDED (361)854-3101 Office (361)854-6001 Fax jamesc@urbaneng.com Operating Department (Date) Master Services Agreement • ifURBAN ENGINEERING 9/7/17 Jerry J. Shoemaker, PE City of Corpus Christi 1201 Leopard St. Corpus Christi, TX 78401 Phone: (361)826-3516 Mobile: (361)675-0964 Email: jerrys@cctexas.com Re: Proposal for E17080 Professional Surveying Master Service Agreement Dear Mr. Shoemaker; Urban Engineering is pleased to submit this proposal for providing professional surveying services of various survey tasks for the City of Corpus Christi. This proposal is in support of a Master Service Agreement for on call as needed surveying services not to exceed $45,000.00. The City of Corpus Christi will specify task and fee structure that will be either lump sum or based on Urban Engineering hourly rates (attached). All surveying services and deliverables will be delivered in a timely manner and shall comply with the current minimum technical requirements adopted by the Texas Board of Professional Land Surveying requirements set forth by the Texas Society of Professional Surveyors as shown in the current Manual of Practice for Land Surveying in the State of Texas. To prepare and deliver the required information for calculations, scheduling and field/office effort, Urban Engineering requests a reasonable advanced notice on all survey requests and projected due dates. We appreciate the opportunity to provide you with this proposal and look forward to working with you on this project. If you have any questions,please give us a call at 361-854-3101. Sincerely, James D. Carr, RPLS, CFM IN WITNESS HEREOF,the parties hereby execute this agreement upon t e terms and conditi n s ted b low. CLIENT: CONSU NT: Urban g IIrJJin -Co us t' xas4��� By _ By (Signature) (Date Signed) (Signature) (Date Signed) Name: Name: James D. Carr, RPLS, CFM (Print) (Print) Title Title Director of Surveying EXHIBIT"B" Page 1 of 1 • • jeLl U ENGINEERINRBANG SCHEDULE OF RATES - 2017 Engineering Hourly Surveying Hourly Rates Rates Engineering Tech I $ 65.00 Survey Tech I $ 50.00 Engineering Tech II $ 75.00 Survey Tech II $ 70.00 Engineering Tech III $ 95.00 GIS Specialist $ 95.00 Engineering Tech IV $ 125.00 UAV Specialist $ 95.00 Platting Specialist $ 100.00 Engineer I $ 100.00 Engineer II (EIT) $ 105.00 Surveyor I (SIT) $ 95.00 Engineer III (PE) $ 130.00 Surveyor II (RPLS) $ 120.00 Engineer IV (PE) $ 155.00 Surveyor III (RPLS) $ 155.00 Engineer V(PE) $ 165.00 Surveyor IV(RPLS) $ 160.00 Engineer VI (PE) $ 180.00 Engineer VII (PE) $235.00 Survey Operations Manager $ 110.00 1-Men Field Crew * $ 85.00 Principal/Engineer $250.00 2-Men Field Crew * $ 150.00 3-Men Field Crew * $ 195.00 UAV Flight Crew $ 250.00 Sr. Administrative Asst $ 85.00 Survey Administrative Asst $ 75.00 Utility Vehicle/ATV $ 150.00 per day Administrative Asst $ 70.00 Line Locator $ 100.00 per day Print Clerk $ 45.00 Survey Boat $450.00 per day Depth Sounder $ 45.00 per day E.I.T.-Engineer in Training P.E.-Registered Professional Engineer S.I.T.-Surveyor in Training R.P.L.S- Registered Professional Land Surveyor *When Robotics are used on projects, it will be billed as an additional crew member. For services in court providing expert testimony, depositions or courtroom testimony, time spent will be billed at 150%of hourly rate plus travel and per diem as applicable. EXPENSES: Travel Expenses-mileage(other than rental car beyond a 30-mile radius from office)@$0.50/mile In-house Reproduction-at prevailing commercial rates Outside consultants and technical services-at cost plus 15%for handling All other expenses-at cost plus 15%for handling When it becomes necessary for an employee to remain overnight the following fees will apply: • Lodging will be billed to the client at cost+ 10% • Applicable per day per diem fees+ 10% These rates are subject to periodic review and change. Proper notification will be given of any rate schedule changes as they may become necessary. Rates are typically adjusted annually. TBPLS Firm No. : 10032400 (361)854-3101 2725 SWANTNER DR.• CORPUS CHRISTI,TEXAS 78404 FAX(361)854-6001 www.urbaneng.com TBPE Firm#145 EXHIBIT"B-1" TBPLS Firm#10032400 Page 1 of 1 EXHIBIT C PAYMENT REQUEST FORM Master Services Agreement 2 e e e e e e e e 0 0 0 e e e H g n c 0 O o 0 o m o 0 o m m m U) CO N S o m 073. 8g66 (6) N O O~ H I- o Cr)r 6 ei N € loo E + so °M0o a V aE w0 m a N0000000� 0 0 0 0 0 0 0 0 m E, > to 00000 0 0 0 0 ,a m m o 000 Wd C 0 to S 10 S L0 S N N ~ ~ ~ C 10 O OA) V N A V A N r CO N A N 0) a m 0 10 M a W IH 19 f9 W w �i w 93 0 O o 0 0 0 0 0 0 0 0 0 0 O O O .0 0 0 0 0 0 0 O o O m m m 0 O O O 0 0 0 0 0 0 0 O o o H H H o 0 0 0 m oo o_ U) II) in o IA 69 CD 0 401 � Lo inu0) o E f' 0 N H !V N — w w w w w m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 O O o m m m 0 0 0 0 E O 0 o 0 0 0 0 0 0 o H 1- H o 0 o O - 0 ONWM NW H di W O M O Gy L13 ` w w w -§- a. aw E 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 3 D -. 0 0 0 0 0 0 o o o m m m o 0 0 0 '] U O O O o 0 0 o O H H H o o O o o-C W ?S H 69 co M o N N O _ 'a c f9 w 6.; 6 at Z A Z il• 01 O 3 1O 0 p o Q V S S O O O OO O 0000C0O O O OOmmmOO O O 0 cW ' OOppN as d O` O O O O No OCOOAN O N O �0 A 0 0 0 N A Ol O mZ2 H O r7ae e N of N a y 0 W 0 M w N N a w w - W M r N `O U 9 o m e m Q >. 0 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 d a c - 0 0 0 0 0 S o o m m m o 0 0 0 O a o G O O O p O o 0 In H H H r 0 A r g C 2 f9 W N 00 N w l9 tN D t0 N CO ap 0 Q w w w w w w w E 0 0 0 0 0 0 0 0 o m m m 0 0 S S m tm, 0 0 0 0 0 0 0 o O H H H o O o o ` O 2 19 00 w 4. 00 w N w N O N -o '- N 0 N y w w 67, rw - 19 08. o of 4L1 Q O O 0 0 0 0 0 0 0 0 0 0 {yCI p) S O O S S 0 0 0 m m m 0 O o 0 j C O O N N O S )9 M H H H S 0 0 O !y�I N0� 4 o y E 0 a N N (O N N a N Z = 0 f) w Yi 19 W 19 M M tli N 2 0y S 0 O 0 to 0 LL 2 0 To iii $ N w co L N 2 a, T N o LL N Z 0 L a U m U a a c 0 m 0 Z 2' c o w N .c 2 a o m $ y m � To+ m c c a a t� m Q Z' a) 0 a c a m A O C O) Q m 0 N o 0 u E w p, y o a £ m m c 2 0 o E o u ' In 0 o .O o D O N m o ai `� O m o m a o m a o m o m Q a 3 a a 0 N co co m Q H EXHIBIT"C" Page 1 of 1 EXHIBIT D INSURANCE REQUIREMENTS Master Services Agreement EXHIBIT C Insurance Requirements Professional Surveying Services 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. The City must be listed as an additional insured on the General liability and Auto Liability policies, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE I MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, r Bodily Injury and Property Damage required on all certificates or by Per occurrence - aggregate applicable policy endorsements Commercial General Liability including: $1,000,000 Per Occurrence 1. Commercial Broad Form $2,000,000 Aggregate 2. Premises—Operations 3. Products/Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury-Advertising Injury AUTO LIABILITY(including) $500,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased PROFESSIONAL LIABILITY $1,000,000 Per Claim (Errors and Omissions) If claims made policy, retro date must I 1 Rev 07/16 be prior to inception of agreement, have extended reporting period provisions and identify any limitations regarding who is insured. 1.3 In the event of accidents of any kind related to this agreement, Consultant must furnish the City with copies of all reports of any accidents within 10 days of the accident. 1.4 Consultant shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Consultant's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. Consultant is required to provide City with renewal Certificates. 1.5 Consultant shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Consultant shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 1.6 Consultant agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: 1.6.1 List the City and its officers, officials, employees and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City with the exception of the professional liability/Errors & Omissions policy; 1.6.2 Provide for an endorsement that the "other insurance clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; 1.6.3 Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation or non-renewal of coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. 1.7 Within five (5) calendar days of a suspension, cancellation or non-renewal of coverage, Consultant shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Consultant's 2 Rev 07/16 performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 1.8 In addition to any other remedies the City may have upon Consultant's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Consultant to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. 1.9 Nothing herein contained shall be construed as limiting in any way the extent to which Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractor's performance of the work covered under this agreement. 1.10 It is agreed that Consultant's insurance shall be deemed primary and non- contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. 1.11 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 3 Rev 07/16 Page 1 of 1 ACOe CERTIFICATE OF LIABILITY INSURANCE Doti NIDD THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER CONTACT NAME. Willis of Illinois, Inc. IAENONENo g FAC ExU' 9<5 1-8]]- -]3]8 (yC rynl. 1-888-66]-23]e P.O 26 Century Blvd E-MAIL P.O. Box 305191 ADDRESS: Caxtificatea@willia.com _ Nashville, TN 372305191 USA INSURER(S)AFFORDING COVERAGE NAION INSURER A; Hanover Insurance Company 22292 INSURED INSURERB: Urban Engineering Chuck Urban INSURER C: 2725 sweeten st INSURER 0: corpus Christi, Tx 7B404 INSURERS: INSURER F: COVERAGES CERTIFICATE NUMBER:W3522967 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTVATHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. /NSR soot BTYPE OF INSURANCE moo POLICY EFS' POLICY EXP I TR W DI POLICYNUMBER IMMIDJYYYYI IMM/DD/YWLIMITSY) COMMERCIALGENERAL LIABILITY 'EACH OCCURRENCE r :DAMAGE TO RENTED CLAIMS-MADE OCCUR PREMISES(Ea occurrence)_ MED EXP(Any one person) PERSONAL&ADV INJURY CENT AGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE POLICY JECT 1 LOC PRODUCTS.COMP/OP AGO OTHER 5 AUTOMOBILE mumu,. COMBINEDISINGLE LIMIT BODILY INJURY(Per person) $ OWNEDade OEDTD AUTOS LY SCHEDULED BODILY INJURY(Per accident) $ HIRED ONLY NON PROPERTY DAMAGE y S Per accident) UMBRELLALIAB OCCUR EACH OCCURRENCE $ _ EXCESS LMB CLAIMS-MADE AGGREGATE $ DED RETENTIONS $ WORNERSCOMPENSADON PER :AND EMPLOYER,'LIABILITY YIN STATUTE Err ANYPROPRIETORIPARTNERIEXECUTIVE EL EACH ACCIDENT $ OFFICabryEMBEREXCLUDED? NIA EL.DISEASE-EAEMPLOYEE $ Iyer describe under [DESCRIPTION;II OF OPERATIONS below EL.DISEASE-POLICY LIMIT $ A Professional Liability LBC900686407 105/01/2017 05/01/2018 Per Claim: $2,000,000 i Aggregate: $4,000,000 DESCRIPTION OF OPERATORS LOCATIONS I VEHICLES IACORD 101,AddXlanal Remarks Schedule.may be attached Il mon space Is required) Project: £17080 Professional Surveying Master Service Agreement. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Corpus Christi AUTHORIZEDREPRESENTATIVE Attn: Risk Management n P.O. Box 9277 �(/'�M ) Corpus Christi, TX 78669-9277 CI 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD SR Io: 15066496 BATCH: 448575 A A`c CERTIFICATE OF LIABILITY INSURANCE 9i1aZo�"m"' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURERI3), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policylies)must be endorsed, If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements). - PRODUCER CONTACT NHON _ -.. FrostFrol - Insurance-Victoria "x Fre,361-SBO-9010 (A xn 683535NN Main dmAi Victoria TX 77904 AMIE/Eta. INSURERIaI AFFORDING COVERAGE NAIL II INSURER A:Continental Casualty 20443 _. INSURED URBAENG-01 INsugega:Transportation Insurance Co Urban Engineering INSURERCTexas Mutual Insurance Co. 122945 2725 SwantnsChriser Lane INSURER D;Continental Insurance Company 35289 Corpus Christi TX 78404 - INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER:1682497919 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYRE OF INSURANCE ADDL 3USR RC/DO'EFF POLICY EXP LTR NSD WMO PODGY NUMBER IIMMIDIYYYYI IMMIDDIYYYYI LIMITS B X COMMERCIAL GENERAL IBIUTY 11 PMT5091293243 115/1/2017 5/1/2018 EACH OCCURRENCE 11,000.000 'DAMAGE tO RENTED CLAIMS-MADE _X I OCCUR PREMISES(Es owurrence) $100,000 MED EXP(Any one person) $15,000 PERSONAL&Any INJURY $1,000,000 _. GE AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 'r_ POLICY x IPRO 1. JELi 1 LOC PRODUCTS-COMPIOP AGO 82.000,000 • OTHER: $ Au %%leItsUASRitt BUA5091293100 5/1/2017 15/1/2018 COMBINED SINGLE LIMIT .$ )Ea ardent1.000,000 X ANY AUTO BODILY INJURY(Per person) l1$ AALLOOWNED SCH ULEo BODILY INJURY(Per acclden)l$ % HIRED AUTOS ,,, NON-OV ED PROPERTY DAMAGE $ _AUTOS 1(Per accident _ D — UMBRELLA MAB X__ OCCUR CUP5091293064 5/12017 5/1/2018 EACH OCCURRENCE I$5,000,000 EXCESS LIAR CLAIMS-MADE AGGREGATE $5,000,000 OED X RETENTION$IO,OW 1 1 C WORKERS OvenS'unenum TSF0001113301 5/1/2017 51112010 X PER OER T ANYAND PROPRIETORPARTNERIEXECUTIVE YIN I EL EACH ACCIDENT _11.000,000 OFFICERMEMSER EXCLUDED', N IA (Mandatory In RHI EL,DISEASE-EA EMPLOYEE S1,000,000 DIy describe Ander ESCRIPTION DF OPERATIONS below ;EL.DISEASE-POLICY LIMIT 01,000,000 I - DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Ramada Schedule,may M attached It mon space Is Hauled) E17080 Professional Surveying Master Service Agreement 3U Uay Notice of cancellation applies. The General Liability and Auto Liability polides include a blanket automatic additional insured endorsement on primary and non-contributory basis when required by written contract. See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Corpus Christi THE EXPIRA TON DATE THEREOF, NOTICE WILL BE DELIVERED IN P O Box 9277 ACCORDANCE WITH THE POLICY PROVISIONS. Corpus Christi TX 78469-9271 maii0RMED REPRESENTA 01988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD a AGENCY CUSTOMER ID: URBAENG-01 LOC it: ACC,Ro ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Frost Insurance-Victoria Urban Engineering POLICY. NUMBER 2725 Swantner Lane Corpus Christi TX 78404 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE The General Liability,Auto Liability and Workers Compensation policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract with the Named Insured and the certificate holder that requires such status. Umbrella is follow-form subject to the terms and conditions to the policy ACORD 101(2008101) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD