Loading...
HomeMy WebLinkAboutC2019-412 - 6/27/2019 - NA • AGREEMENT for Geotechnical,Construction Materials Testing,and Professional Services This.AGREEMENT is between the City of Corpus Christi; Texas, a Texas home-rule municipal corporation ("CITY"), actingthrough its duly authorized City Manager or designee ("City Engineer"), .and Rock Engineering and Testing Laboratory. Inc., a Texas corporation or partnership ("LAB"), acting through its duly authorized representative who is Curtis A.Rock.Chief Operating Officer which agree as follows: 1. DECLARATIONS: City desires toengage Lab to provide services in connection with City's project,described as Prolect No.18034A.JFK.Causeway Access Road Improvements. 2. SCOPE.OF WORK: Lab shall provide services to the Project in accordance with the accompanying Scope of Services and Fee Schedule attached as Exhibit A and the Terms and Conditions to Agreement attached as Exhibit B. 3. FEE: The City agrees to pay the Lab for services provided in accordance with Exhibit A, Scope of Services and Fee Schedule under this Agreement, a total fee not to exceed.$13.506.00. Monthly invoices will be submitted in accordance with Exhibit C. 4. CITY'S DISCLOSURE OF HAZARDOUS & TOXIC MATERIALS AND CONDITIONS AT THE PROJECT SITE: To the best of the City's knowledge, based upon currently available information, the only hazardous.or toxic materials, as defined by the laws and regulations of the Federal government, the state, and city which exist.at the PROJECT SITE are as follows:N/A. 5. OWNERSHIP OF DOCUMENTS: All documents including contract documents (plans and specifications), record drawings,contractor's field data and submittal data will be the sole property of the City and may not be used again by Lab without the express terms writtenconsent of the City Engineer. Lab may use standard details that are not specific to this Project. CITY OF CORPUS CHRI ROCK ENGINEERING AND TESTING LAB,INC. 7 / ob-18.19 Jeff H. dmonds, P.E. Date CurtisC4) Date Director of Engineering Services Chief Operating Officer 6817 Leopard Street Corpus Christi,TX 78409 (361)883-4555 Office • curtis@rocktesting.com APPROVED AS TO LEGAL FORM 91t)i 2019.06.19 10:27:59 -05'00' Assistant City Attorney Date Testing Agreement Page 1 of 2 K:1Engineering Projects Data Management118034A JFK Causeway Access Road Improvementsl5..Testing ContractslAgreements SCANNED Accounting Unit: 3557-051 Account: 550920 Activity: 18034-A-3557-EXP Account Category: 50920 Fund Name: ST2019 Bd18 P2 Amount: $13506.00 Testing Agreement Page 2 of 2 K:\Engineering Projects Data Management\18034A JFK Causeway Access Road Improvements\5.Testing Contracts\Agreements G .' P�t� Fs • GEOTECHNICAL ENGINEERING GAP T/N • CONSTRUCTION MATERIALS OC �a ENGINEERING&TESTING , q • SOILS•ASPHALT•CONCRETE pq oQ' `•,,c May 17,2019 City of Corpus Christi Engineering Services Department 1201 Leopard Street, 3`d Floor Corpus Christi, Texas 78401 Attention: Ms. Sarah West, P.E. SUBJECT: PROPOSAL TO PERFORM A SUBSURFACE INVESTIGATION, LABORATORY TESTING PROGRAM,AND PROVIDE GEOTECHNICAL RECOMMENDATIONS FOR THE PROPOSED JFK CAUSEWAY ACCESS ROAD IMPROVEMENTS Corpus Christi,Texas Bond 2018 Street Projects,Project Number 18034A RETL Proposal Number: P032219A(Revision 1) Dear Ms. West, Rock Engineering and Testing Laboratory, Inc. (RETL) (TBPE Firm No. 2101) is pleased to submit the following proposal to provide a subsurface investigation, laboratory testing, and a Geotechnical recommendations report to be used during the design of the proposed JFK Causeway Access Road improvements located in Corpus Christi,Texas. Based on information provided to RETL,the project will include the improvement of the east bound J-hook by widening PR 22 from the bridge abutment to the exit. The proposed improvements would require modifications to the existing embankment.Improvements to the west bound exit approach will only require restriping of the existing pavements. Based on the information provided by the City of Corpus Christi's Engineering Services Department,RETL will locate and perform three pavement cores, one boring at the crest of the embankment to a termination depth of 45-feet, one boring at the toe of the embankment to a termination depth of 30-feet and one boring to a termination depth of 5-feet within the existing pavements near the exit. In addition, RETL proposes to perform two Cone Penetrometer Test Soundings,one to a depth of 45-feet and one to a depth of 30-feet,or refusal,at the crest and toe of the embankment respectively. (Total number of Borings: 3; Total linear feet of Drilling: 80 LF and Total number of Soundings: 2; Total linear feet of Soundings: 75 LF). RETL will obtain pavement cores and sample, identify and measure the pavement constituents at the boring locations if performed within the existing pavement materials. ROCK ENGINEERING&TESTING LABORATORY,INC. Corpus Christi San Antonio Round Rock Office:361.883.4555 Office:210.495.8000 Office:512.284.8022 Fax:361.883.4711 Fax:210.495.8015 Fax:512.284.7764 6817 Leopard St. 10856 Vandale 1 Roundville Ln. Corpus Christi,TX 78409 San Antonio,TX 78216 Round Rock,TX 78664 Exhibit A www.rocktesting.com Page 1 of 6 • Page 2 of 5 JFK CAUSEWAY ACCESS ROAD RECONSTRUCTION PROJECT May 17,2019 City of Corpus Christi Attn:Ms. Sarah West,P.E. RETL Proposal No.:P032219A(Revision 1) Additionally, RETL will perform the following: • Evaluate the subsurface soils within the limits of the proposed roadway improvement project by obtaining information on the in-situ soils and groundwater conditions and to provide flexible pavement sections suitable for 30-year pavement designs. • Provide a Global Stability Analysis considering the proposed modifications to the existing embankment. • Provide soil parameters, trench excavation design parameters, OSHA soil type classification and recommendations needed by the contractor/engineer to design braced excavations for installation of underground utilities. The scope of work is outlined below. Scope of the Proposed Subsurface Investigation • RETL will mark or stake the boring/core/sounding locations in the field prior to the field investigation. • Coordination with Texas One Call will be performed by RETL to identify underground utilities in the proximity of the boring/core/sounding locations. The borings/cores will be relocated if necessary. • RETL will provide proper traffic control and traffic control devices as required by the City of Corpus Christi during our field investigation. • The borings will be sampled every 2.5-feet to a depth of 15-feet and at 5-foot intervals thereafter to the termination depth of the borings. • Groundwater readings will be obtained during drilling and immediately upon completion of the drilling operations. • After obtaining the delayed groundwater readings, the open boreholes will be backfilled with excess soils obtained during the drilling operations, the base material will be replaced in the boreholes and patched with cold mix, where applicable. Any excess material from the boring operations will be disposed of by RETL. Scope of Laboratory Testing Program • Supplementary Visual Classification(ASTM D2487) • Water Content Tests (ASTM D2216) • Atterberg Limits Tests (ASTM D4318) • Unconfined Compression Tests(ASTM D2166) • Percent passing No. 200 (ASTM Dl 140) • Consolidated Undrained Triaxial Compression Test(ASTM D4767) The preceding test methods may be performed on selected samples, depending on the actual subsurface conditions encountered. All phases of the laboratory testing program will be performed in general accordance with applicable ASTM Specifications. All laboratory test results will be provided in the report or included on the boring/sounding logs. ROCK ENGINEERING&TESTING LABORATORY,INC. Corpus Christi San Antonio Round Rock Office:361.883.4555 Office:210.495.8000 Office:512.284.8022 Fax:361.883.4711 Fax:210.495.8015 Fax:512.284.7764 6817 Leopard St. 10856 Vandale 1 Roundville Ln. Corpus Christi,TX 78409 San Antonio,TX 78216 Round Rock,TX 78zhibit A www.rocktesting.com Page 2 of 6 • Page 3 of 5 JFK CAUSEWAY ACCESS ROAD RECONSTRUCTION PROJECT May 17,2019 City of Corpus Christi Attn:Ms. Sarah West,P.E. RETL Proposal No.:P032219A(Revision 1) Projected Schedule After authorization, it is estimated that the drilling operations can begin within 5 to 10 business days and the final report will be submitted within three weeks of the completed fieldwork. RETL will consult with the engineers as field and laboratory test results become available by providing preliminary recommendations as required to assist in design. If adjustments to the proposed timeline are required to meet the existing project schedule, please contact RETL so that we can accommodate your needs. Geotechnical Engineering Report In addition to the field and laboratory testing, a geotechnical engineering report will be prepared that includes a description of the field exploration and laboratory tests, boring and sounding logs, a discussion of the engineering properties of the subsurface materials encountered, OSHA soil type classification, and pavement recommendations for the proposed project utilizing the following information provided to RETL by the owner: • Topographic Profile of Existing Embankment, • Flow Line of Utilities, • Street Elevations, • Traffic Counts, • Projected Percent Growth of Traffic Over Life of Pavement, • Design Vehicles, and • Percent Trucks. Fees and Limitations We understand that we have been chosen to provide these services for this publicly funded project. Therefore,by providing cost information,we are not in violation of the Texas Professional Services Procurement Act. The total fee to perform the scope of work outlined above is $13,506.00. See below table for cost breakdown. ROCK ENGINEERING & TESTING LABORATORY,INC. Corpus Christi San Antonio Round Rock Office:361.883.4555 Office:210.495.8000 Office:512.284.8022 Fax:361.883.4711 Fax:210.495.8015 Fax:512.284.7764 6817 Leopard St. 10856 Vandale 1 Roundville Ln. Corpus Christi,TX 78409 San Antonio,TX 78216 Round Rock,TX 78zhibit A www.rocktesting.com Page 3 of 6 Page 4 of 5 JFK CAUSEWAY ACCESS ROAD RECONSTRUCTION PROJECT May 17,2019 City of Corpus Christi Attn:Ms. Sarah West,P.E. RETL Proposal No.: P032219A(Revision 1) Drilling Services Price Per Quantity Total Mobilization Rig/Truck $670.00 ea 1 $670.00 Drill and Sample Borings $18.00 LF 80 $1,440.00 CPT Soundings $18.00 LF 75 $1,350.00 Pavement Cores $150.00 ea 4 $600.00 Traffic Control $2000.00 ea 1 $2,000.00 Excess Material Disposal Fee $275.00 ea 2 $550.00 TOTAL $6,610.00 Laboratory Testing Atterberg Limits $60.00 ea 10 $600.00 Unconfined Compression $55.00 ea 2 $110.00 Moisture Content $12.00 ea 23 $276.00 Minus #200 Sieve Tests $50.00 ea 15 $750.00 CU Triaxial $1200.00 ea 1 $1,200.00 TOTAL $2,936.00 Engineering and Report Prep Project Engineer $200.00 hr 3 $600.00 Project EIT $125.00 hr 4 $500.00 Stability Analysis $1500.00 ea 1 $1,500.00 CPT Logs $8.00 LF 75 $600.00 Boring Logs $2.00 LF 80 $160.00 Report Prep $600.00 ea 1 $600.00 TOTAL $3,960.00 GRAND TOTAL $13,506.00 The total project fee includes the field investigation, laboratory testing, geotechnical and pavement recommendations, and report preparation. The following items will be added to the final invoice as required: 1. Additional drilling required due to subsurface conditions: $95.00 per linear foot. 2. Additional HMAC cores: $300.00 per core. 3. Standby time: $275.00 per hour/per company. Please note that the total fee provided above will be honored for 90 days after the date of this proposal. After 90 days, RETL should be contacted to reevaluate the fees and revise the proposal as needed. Services provided for any revisions after the submittal of the final report,approved by the client in a change order,will be invoiced at a rate of$180.00 per hour. ROCK ENGINEERING& TESTING LABORATORY,INC. Corpus Christi San Antonio Round Rock Office:361.883.4555 Office:210.495.8000 Office:512.284.8022 Fax:361.883.4711 Fax:210.495.8015 Fax:512.284.7764 6817 Leopard St. 10856 Vandale 1 Roundville Ln. Corpus Christi,TX 78409 San Antonio,TX 78216 Round Rock,TX 7864.bit www.rocktesting.com xhi Page 4 of 6 6 Page 5 of 5 JFK CAUSEWAY ACCESS ROAD RECONSTRUCTION PROJECT May 17,2019 City of Corpus Christi Attn:Ms.Sarah West,P.E. RETL Proposal No.:P032219A(Revision 1) The total fee to perform the scope of work does not include site assistance in the event the boring/core locations are inaccessible. Mechanical assistance required to access the boring locations will be assessed based on the subcontractors' hourly fee plus the mobilization fee. Services provided by RETL under this Agreement will be performed in a manner consistent with the degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances. Closing If you are in agreement with our proposed scope of work, please authorize us to proceed by signing in the space below and returning one copy to us. Thank you for your consideration of our firm to assist you with this project.If you have any questions,or comments, please call at(361)883-4555 ext. 320. Sincerely, ACCEPTED AND APPROVED By Print . .Eichelberger,III,P.E. Senior Project Engineer Date For payment of services,invoice to: Firm: Attn: Address: Title: City: State: Zip Code: Phone: Fax: E-mail address: **Payment is due upon receipt of the invoice. Please remit to the above address and reference your invoice number on payment. ROCK ENGINEERING&TESTING LABORATORY,INC. Corpus Christi San Antonio Round Rock Office:361.883.4555 Office:210.495.8000 Office:512.284.8022 Fax:361.883.4711 Fax:210.495.8015 Fax:512.284.7764 6817 Leopard St. 10856 Vandale 1 Roundville Ln. Corpus Christi,TX 78409 San Antonio,TX 78216 Round Rock,TX 7864 www.rocktesting.com xhibit A Page 5 of 6 JFK Causeway Akarknr 3'E=n 8' 1' (30') `� B-2 i5 B-1 N 27.632717 W-97.235303 C-1 N 27.632427 W-97.234614 B-2 N 27.632055 W-97.233974 C-2 N 27.631517 W-97.231731 C-3 N 27.632152 W-97.233222 A Google Ear t►, 1 6001i Exhibit A Page 6 of 6 EXHIBIT B TERMS AND CONDITIONS TO TESTING AGREEMENT ARTICLE 1. SERVICES: Lab will: 1.1 Provide only those services requested by City Engineer that, in the opinion of Lab, lie within the technical or professional areas of expertise of Lab and which Lab is adequately staffed and equipped to perform. 1.2 Perform technical services under the supervision of a licensed professional engineer and in compliance with the basic requirements of the appropriate standards of the American Society for Testing and Materials, where applicable, and other standards designated in writing by the City Engineer. 1.3 Promptly submit formal reports (printed and electronic copies) of tests, inspections and services performed indicating, where applicable, compliance with the Project specifications or other contract documents. Such reports must be complete and factual, citing the tests performed, methods employed, values obtained and parts of the structure of the Project area subjected to any testing. 1.4 Utilize testing equipment which has been calibrated according to applicable standards and, upon request, submit to the City Engineer or designee documentation of such calibration. Secure representative samples of those materials that the City's contractor proposes to use which require testing, together with relevant data concerning such materials including the point of origin and supplier. 1.5 Consider reports to be confidential and distribute reports only to those persons, organizations or agencies specifically designated in writing by the City Engineer. 1.6 Retain records relating to services performed for City for a period of two years following submission of any reports, during which period the records will be made available to the City at all reasonable times. 1.7 Pay salaries, wages, expenses, social security taxes, federal and state unemployment taxes and any other similar payroll taxes relating to the services. ARTICLE 2. CITY RESPONSIBILITIES: City Engineer or designee will: 2.1 Provide Lab with all plans, specifications, addenda, change orders, approved shop drawings and other information for the proper performance of services by Lab. 2.2 Issue authorization in writing giving Lab free access to the Project site and to all shops or yards where materials are prepared or stored. 2.3 Designate in writing those persons or firms which will act as the City's representative with respect to Lab's services to be performed under this Agreement and which must be promptly notified by Lab when it appears that materials tested or inspected are in non-compliance. Only the City Engineer or designee has authority to transmit instructions, receive information and data and/or interpret and define the City's policies and decisions with respect to the Project. Lab acknowledges that certain City representatives may have different types of authority concerning the Project. 2.4 Advise Lab sufficiently in advance of any operations so as to allow for assignment of personnel by Lab for completion of the required services. Such advance notice will be in accordance with that established by mutual agreement of the parties. 2.5 Direct the Project contractor, either by the Construction Contract or direct written order, to: (a) Stop work at the appropriate times for Lab to perform contracted services; (b) Furnish such labor and all facilities needed by Lab to obtain and handle samples at the Project and to facilitate the specified inspection and tests; T&C Rev 09/17 Exhibit B Page 1 of 6 (c) Provide and maintain for use of Lab adequate space at the Project for safe storage and proper curing of test specimens that must remain on the Project site prior to, during and up to 60 days after testing. ARTICLE 3. GENERAL CONDITIONS 3.1 Lab, by the performance of services covered hereunder, does not in any way assume, abridge or abrogate any of those duties, responsibilities or authorities with regard to the Project that, by custom or contract, are vested in the Project architects, design engineers or any other design agencies or authorities. 3.2 Lab is not authorized to supervise, alter, relax, enlarge or release any requirement of the Project specifications or other contract documents nor to approve or accept any portion of the work. Lab does not have the right of rejection or the right to stop the work. City Engineer will direct the Project contractor to stop work at appropriate times for Lab to conduct the sampling, testing or inspection of operations covered by the Agreement. ARTICLE 4. FIELD MONITORING AND TESTING 4.1 City and Lab agree that Lab will be on-site to perform inspections for contracted services. The City and Lab also agree that Lab will not assume responsibility for Project contractor's means, methods, techniques, sequences or procedures of construction, and it is understood that the final services provided by Lab will not relieve the Project contractor of its responsibilities for performing the work in accordance with the Project plans and specifications. For the purposes of this Agreement, the word "inspection" is used to mean periodic observation of the work and the conducting of tests by Lab as specified in the Agreement. Continuous monitoring by Lab or its subcontractors does not mean that Lab is approving placement of materials. Inspection is not and should not be construed to be a warranty by Lab to the City or any other party. 4.2 Samples collected or tested by Lab remain the property of the City while in the custody of the Lab. Lab will retain the samples for a period of 60 days following the date of submission of any report related to the sample. Following the retention period, Lab will dispose of non-hazardous samples, and return hazardous, acutely toxic or radioactive samples and samples' containers and residues to City. City agrees to accept such samples and samples'containers. ARTICLE 5. STANDARD OF CARE AND WARRANTY Services performed by Lab will be conducted in a manner consistent with that level of care and skill ordinarily exercised by reputable members of the profession currently practicing under the same or similar conditions. No other warranty either expressed or implied is made or intended by the Agreement or any reports. Lab will not be responsible for the interpretation or use by others of data developed by Lab. ARTICLE 6. INDEMNIFICATION Lab shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, agents, employees, or other entity, excluding the engineer or architect or that person's agent, employee or subconsultant, over which the City exercises control ("Indemnitee") from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by Lab or its agent, Lab under contract or another entity over which Lab 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. Lab 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 T & C Rev 09/17 Exhibit B Page 2 of 6 • 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 Lab shall reimburse the City's reasonable attorney's fees in proportion to the Lab's liability. Lab must advise City in writing within 24 hours of any claim or demand against City or Lab known to Lab related to or arising out of Lab's activities under this Agreement. ARTICLE 7. INVOICES AND PAYMENT 7.1 Lab will submit progress invoices to City Engineer monthly and final invoice upon completion of services. Each invoice is due and payable by City within 30 days of receipt and approval to pay by the City Engineer. 7.2 All funding obligations of the City under this Agreement are subject to the appropriation of funds in its annual budget. ARTICLE 8. INSURANCE REQUIREMENTS 8.1 Lab must not commence work under this agreement until all required insurance has been obtained and such insurance has been approved by the City. Lab must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 8.2 Lab must furnish to the Director of Engineering Services with the signed agreement (or amendment) 2 copies 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 MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, required Bodily Injury and Property Damage on all certificates or by applicable policy Per occurrence- aggregate 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) $2,000,000 Aggregate (Defense costs must be outside policy limits) If claims made policy, retro date must be prior to inception of agreement, have extended T& C Rev 09/17 Exhibit B Page 3 of 6 reporting period provisions and identify any limitations regarding who is insured. WORKERS' COMPENSATION Statutory (All States Endorsement if Company is not domiciled in Texas) Employer's Liability $500,000/$500,000/$500,000 8.3 In the event of accidents of any kind related to this agreement, Lab must furnish the City with copies of all reports of any accidents within 10 days of the accident. 8.4 Applicable for paid employees, Lab must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Lab will be promptly met. An All States Endorsement shall be required if Lab is not domiciled in the State of Texas. 8.5 Lab shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Lab'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. Lab is required to provide City with renewal Certificates. 8.6 Lab 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. Lab 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 8.7 Lab agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: (a) List the City and its officers, officials, employees, volunteers, 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 workers'compensation policy and professional liability/Errors&Omissions policy; (b) 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; (c) Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and (d) Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation, non- renewal or material change in coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. 8.8 Within five (5) calendar days of a suspension, cancellation, or non-renewal of coverage, Lab shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend T&C Rev 09/17 Exhibit B Page 4 of 6 • • Lab'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. 8.9 In addition to any other remedies the City may have upon Lab'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 Lab to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Lab hereunder until Lab demonstrates compliance with the requirements hereof. 8.10 Nothing herein contained shall be construed as limiting in any way the extent to which Lab may be held responsible for payments of damages to persons or property resulting from Lab's or its subcontractor's performance of the work covered under this agreement. 8.11 It is agreed that Lab'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. 8.12 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. ARTICLE 9. TERMINATION OF AGREEMENT The City may, at any time, with or without cause, terminate this Agreement upon seven days written notice to Lab at the address of record. Lab will be compensated for services performed up to termination. ARTICLE 10. 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 lie exclusively in Nueces County, Texas. ARTICLE 11. DISCLOSURE OF INTERESTS 11.1 Lab agrees to comply with City of Corpus Christi Ordinance No. 17112 and complete the Disclosure of Interests form as part of this Agreement, if required. 11.2 Lab agrees to comply with section 2252.908 of the Texas Government Code and complete Form 1295 Certificate of Interested Parties as part of this Agreement, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. 11.3 Lab agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi 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/government/city-secretary/conflict-disclosure/index. ARTICLE 12. CLAIMS 12.1 Claims arising from this Agreement shall be made in writing, sworn to and signed by an authorized representative. The responsibility to substantiate a claim rests with the party making the claim. 12.2 All negotiations pursuant to this Article are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. ARTICLE 13. EXTENT OF AGREEMENT 13.1 This Agreement, including Exhibit"A" and these Terms and Conditions, represents the entire Agreement between City and Lab and supersedes all prior negotiation, representations or agreements, written or oral. This Agreement may be amended only by a written instrument signed by duly authorized representatives of City and Lab. If any conflict occurs between these Terms and Conditions and any other part of this Agreement, these Terms and Conditions are controlling. T&C Rev 09/17 Exhibit B Page 5 of 6 • • 13.2 In the event that any one or more of the provisions contained in this Agreement are for any reason held invalid, illegal or unenforceable in any respect, the remaining terms will be in full effect and this Agreement will be construed as if the invalid or unenforceable matters were never included in this Agreement. No waiver of any default will be a waiver of any future default. 13.3 Neither party will assign this Agreement without the express written approval of the other, but Lab may subcontract laboratory procedures as Lab deems necessary to meet the obligations of this Agreement. ARTICLE 14. SAFETY City and Lab agree that, in accordance with the generally accepted construction practice, the Project's general contractor will be solely and completely responsible for working conditions on the Project, including safety of all persons and property during the performance of the work and for compliance with all municipal, state and federal laws, rules and regulations, including OSHA. The duty of Lab in providing services is not, therefore, to include any review of, or responsibility for, the adequacy of the Project's general contractor's safety measures in, on or near the Project site. T& C Rev 09/17 Exhibit B Page 6 of 6 Sample form for: Payment Request COMPLETE PROJECT NAME AE Contract Project No.XXXX Revised 02/01/17 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 form based on the contract requirements. Exhibit C If applicable,refer to the contract for information on what to include with time and materials(T&M). Page 1 of 1