Loading...
HomeMy WebLinkAboutC2006-113 - 3/28/2006 - Approved CITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or Designee (Director of Engineering Services) and Earth Tech. Inc., a California corporation, 300 Oceangate, Suite 700, Long Beach, California 90802, (Architect/Engineer - AlE), hereby agree as follows: SCOPE OF PROJECT (RFQ No. 2005-01 Wastewater Project 1 B - City-wide Infiltration Related Collection System Enhancement Program - Project No. 7344) Collection System Rehabilitation Contract - Review Sanitary Sewer Evaluation Survey (SSES) and meet with Wastewater Department to provide scope for Collection System Rehabilitation Contract and provide Preliminary, Design, Bid, and Construction Services as needed and required Provide Engineering Report with updated cost, schedule, and recommendations. City will designate areas to be evaluated; AlE to provide prioritized scope for rehabilitation Allison Wastewater Treatment Plant Service Area Inflow-Infiltration (I-I) I Sanitary Sewer Evaluation Survey (SSES) - Deterioration of the City's Wastewater collection system allows infiltration and inflow of water and foreign material into the system. This results in reduced line capacity and manhole overflows potentially leading to non- compliance with environmental regulations. Preliminary improvements are to have smoke testing, line cleaning and televising for condition reports to determine the highest priority sections of the collection system. Reports that enable the City to meet Capacity, Management, Operations, and Maintenance (CMOM) requirements must be generated. Proposed improvements involve installing flow monitors, rehabilitating collection lines and lining or reconstructing manholes with fiberglass This is an on-going program that continually provides maintenance and improvements, as funding allows, for optimal performance and integnty of the City'S wastewater system This will lead to required improvements to limit infiltration and mflow 2. SCOPE OF SERVICES The AlE hereby agrees, at its own expense, to perform professional services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, AlE will provide monthly status updates (project progress or delays, gantt charts presented with monthly invoices) and provide contract administration services, as described in Exhibit "A" and "A-1", to complete the Project. Exhibit "A-1" provides supplemental description of services to Exhibit "A" and is not intended to supersede services described in Exhibit "A". Other pertinent exhibits include Exhibit A-2 Maps, Exhibit A-3 Fee Per Unit, and Exhibit A-4 Pertinent Field Data. Work will not begin on Additional Services until 2006-113 03/28/06 "12006-093 Contract for Professional Services Page 1 of 4 Last Revis;on: Dee 2004 \4~~B!-A.RTi ( CONTRAC'I PRCP SSIONAL :if RVICE'o Earth r ech requested by the AlE (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. AlE services will be "Services for Construction Projects"- (Basic Services for Construction Projects") which are shown and are in accordance with "Professional Engineering Services- A Guide to the Selection and Negotiation Process, 1993" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of Professional Engineers. For purposes of this contract, certain services listed in this publication as Additional Services are included In the Basic Services described In Exhibit "A" and "A-1". ,3 ORDER OF SERVICES The AlE agrees to begin work on those authorized Basic Services for this contract upon receipt of the Notice to Proceed from the Director of Engineering Services. Work will not begin on any phase or any Additional Services until requested in writing by the AlE and written authorization IS provided by the Director of Engineering Services. The anticipated schedule of the preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit "A". This schedule is not to be inclusive of any additional time that may be required for review bv the City staff and may be amended by or with the concurrence of the Director of Engineenng Services. The Director of Engineering Services may direct the AlE 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. AlE shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4 MANDATORY REQUIREMENTS AlE agrees to the mandatory contract and insurance requirements as set forth in Exhibit "8" . 5. FEE The City will pay the AlE a fee, as described in Exhibit "A", for providing services authOrized. Monthly invoices will be submitted in accordance with Exhibit "0". 6. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the AlE at the address of record. In this event, the AlE will be compensated for its services on all stages authorized based upon AlE and City's estimate of the proportion of the total services actually completed at the time of termination. Contract for Professional Services Page 2 of 4 Last Revision: Dee 2004 USERS:: ,-<)t\1t~'JEU,,1AP3Et'J'.;v\:'A~':;~E\N/ E=R\73.:-t,1[~, A,RTf H,CONTRA<:r PROFESSIONAL SERVICES 7 LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. The AlE agrees that at least 40% of the work described herein will be performed by a labor force residing within the Corpus Christl Metropolitan Statistical Area (MSA). Additionally, no more than 60% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA.) 8 ASSIGNABILITY The AlE will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the AlE staff. If the AlE 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 AlE fee may be assigned in advance of receipt by the AlE 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. 9 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 the AlE without the express written consent of the Director of Engineering Services However, the AlE may use standard details that are not specific to this project. The City agrees that anv modification of the plans will be evidenced on the plans, and be signed and sealed bv a professional engineer prior to re-use of modified plans. 10. INSURANCE INDEMNIFICATION AND HOLD HARMLESS The Consultant will submit to the City Engineer a certificate of insurance, with the City named as additionally insured, showing the minimum coverage set forth in Exhibit "B" by an insurance company acceptable to the City. The Consultant further agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees as more fully set forth In Exhibit "8" 11. DISCLOSURE OF INTEREST AlE further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of thiS contract. the Disclosure of Interests form attached hereto as Exhibit "e", Contract for Professional Services Page 3 of 4 Last Revision: Dee 2004 "USERS:' HOMf-'JELMAP GEN'V,AS. EWi ' ER\73"4,l R i ~RTi -,:, "i,CONTRACT PROFESSIONAL SERVICES 12. CONFLICT OF INTEREST AlE further agrees, in compliance with H. B. 914, to complete, as part of this contract, the Conflict of Interests form attached hereto as Exhibit "E". CITY OF CORPUS CHRISTI By '~\,.(/(\~'v"'J~~ \ Ronald F. Massey, Assistant City Manager . -?j ~~/ e(- l t Date EARTH TECH, INC. By bl'D vJ~ 3'~"'('O( PhTIIrp Watts, Date Vice President 5575 DTC Parkway, Suite 200 Englewood, CO 80111 (303) 804-2399 Office (303) 694-4410 Fax RECOMMENDED r: tjp6 By A e . Escobar. P E., irector of Engineenng Services ATTEST .~. ~ By Arma~dO Chapa, Cit~:etarY--- :r : clj~. c c ~ AUT"ONILt.~ ~~ rRU,.c~:_=~1]._'i.a .._......_~ Sfc.rrA~V -1 fL. ~7/t; f,. Contract for Professional Services Page 4 of 4 Last Revision: Dee 2004 'USERS; ,!m." "ELMAP3EN'.'!~.SEW/' 'ER\734.: 'F.r.AR'1 r. II, C:ONTRACl PRorrSSIONAl SERVICES EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS 1 SCOPE OF SERVICES A. BASIC SERVICES Basic Services will include the following in addition to those items shown on Exhibit "A-1" Task List. 1. COLLECTION SYSTEM REHABILITATION CONTRACT 1. Preliminary Phase. The Architect/Engineer-A/E will: It is the intent of the Preliminary Phase to provide the following services including an Engineering Report recommending improvements. The report shall include: a. Confer with the City staff at the start of this phase regarding the design parameters of the Project. The Engineer will participate in a minimum of three (3) formal meeting(s) with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes within seven (7) working days of the meeting. The A/E will discuss the project with the operating department (Water, Wastewater, Gas, Storm Water, Streets, etc.) and other agencies, mcluding but not limited to the Texas Department of Transportation (TxDOT) and Texas Commission on Environmental Quality (TCEQ) as required to satisfactorily complete the Project. 1) Review the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution of the Project; The A/E will meet with City staff to collect data, discuss materials and methods of construction, and identify design and construction requirements. 2) Review and investigate available records, archives, and pertinent data related to the Project including taking photographs of the Project site, list of potential problems and possible conflicts, intent of design, and improvements required, and conformance to relevant Master Plan(s). 3) Identify results of site field investigation including site findings, existing conditions, potential right of way/easements, and probable Project design solutions (which are common to municipalities). 4) Provide a presentation of pertinent factors, sketches, designs, cross- sections, and parameters which will or may impact the design, including engineering design basis, preliminary layout sketches, identification of needed additional services, preliminary details of construction of critical elements, identification of needed permits, identification of specifications to be used, identification of quality and quantity of EXHIBIT "A" Page 1 of 17 Last Revision: Dee 2004 ',USERS2\H')M~ vELMAPIGENIWASn WAF R17344\ 1 B fA.,TH 1 E ( H,~ XHIBIT A h.\ '>..-.0/ materials of construction, and other factors required for a professional desiqn (CONSTRUCTABILlTY) and submit a report. Advise of environmental site evaluations and archeology reports that are needed for the Project (Environmental Issues and Archeological Services to be an Additional Service). Identify and analyze requirements of governmental authorities having Jurisdiction 10 approve design of the Project including permitting, environmental, historical, construction, and geotechnical issues; meet and coordinate with agencies such as RTA, CDBG, USPS, CCISD, comrnunity groups. TDLR, etc Conter, discuss, and meet with City operating department(s) and Engineering Services staff to produce a cohesive, well-defined proposed scope of design, probable cost estimates(s) and design alternatives. Provide a letter stating that the AlE and Sub-consultant Engineers have checked and reviewed all final submittals 6) 7) 8) City staff will provide one set only of the following information (as applicable): a Record drawings record information of existing facilities, and utilities (as available trom City Engineering files). b. The preliminary budget, specifying the funds available for construction. c. Aerial photography for the Project area. d. Through separate contract, related GIS mapping for existing facilities. e. p.. copy of existing studies and plans. (as available from City Engineering files). f Provide applicable Master Plans. 2 Design Phase Upon approval of the Preliminary Phase, designated by receiving authorization to proceed, the AlE will' a. Study, verify, and Implement Report recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff. b. Prepare one (1) set of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms. general conditions and supplemental conditions, notice to bidders, instructior to bidders, Insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. EXHIBIT "A" Page 2 of 17 Last Revision: Dee 2004 H IUSERS:'.HOME\VELMAFGEN\vVAS'"Ewr. 'ER\7344 1 B f ART>' 'i( H\EXHIBIT A c. Provide assistance to identify testing, handling and disposal of any hazardous matenals and/or contaminated soils that may be discovered during construction (to be included under additional services). d Prepare final quantities and estimates of probable costs with the recommended construction schedule. The construction schedule will provide a phased approach to track progress and payments. e Furnish one (1) copy of the interim plans (plans only-identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. Required with the interim plans is a "Plan Executive Summary" which will Identify and summarize the project by distinguishing key elements such as: . Pipe Size or Building Size . Pipe Material, etc. . Why one material IS selected over another . Pluses of selections . ROW requirements and why · Permit requirements and why . Easement requirements and why . Embedment type and why . Constructability, etc . Specific requirements of the City · Standard specifications . Non-standard specifications . Any unique requirements . Cost, alternatives, etc. . Owner permit requirements and status f. Assimilate all review comments, modifications, additions/deletions and proceed to next phase. upon Notice to Proceed. g. Provide one (1) copy of pre-final plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. Compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non-responding participants. h. Provide Quality Assurance/Quality Control (QNQC) measures to ensure that submittal of the interim, pre-final, and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff The Consultant AlE and Sub-consultant AlE shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. i. Provide traffic controls including a Traffic Control Plan, illumination, markings EXHIBIT "A" Page 3 of 17 Last Revision: Dee 2004 ,,'.USERS2"i,lME,\IELMAP'GEMVJ A:,EW" 'ER\7344'18 f 'IRTf q' +EXHIBIT " and striping, signalization. and as delineated by the City Traffic Engineering Department. I. Upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for reproduction (in City format) and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. k. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. '. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. m. Provide a Storm Water Pollution Prevention Plan, Best Management Practices (BMP's), as required. City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. b. Provide the budget for the Project specifying the funds available for the construction contract. c. Provide the City's standard specifications, standard detail sheets, standard and special provisions. and forms for required bid documents. 3. Bid Phase The AlE will' a. Participate in the pre-bid conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c. Review all pre-bid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' approval, any addenda or other revisions necessary to inform contractors of approved changes prior to bidding. d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the AlE's design phase estimate required above, the AlE will, at its expense confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re-advertise that particular portion of the Project for bids. City staff will: a. Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. b. Advertise the Project for bidding, maintain the list of prospective bidders, EXHIBIT "A" Page 4 of 17 Last Revision: Dee 2004 ';USERS2IHOME.\fELMAPIGENIWASTEWA' ER\7344\1 B E"'RTH TECH\EXHIBIT A receive and process deposits for all bid documents, issue (with the assistance of the AlE) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. c. Receive the AlE's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. d. Prepare, review a nd provide copies of the contract for execution between the City and the contractor 4. Construction Phase. The AlE will perform contract administration to include the following: a. Participate In pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Review field and laboratory tests. d. Provide interpretations and clarifications of the contract documents for the contractor and authorize required changes, which do not affect the contractors price and are not contrary to the general interest of the City under the contract. e. Make regular visits to the site of the Project to confer with the City project inspector and contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. Prepare change orders as authorized by the City (coordinate with the City's construction division); provide interpretations and clarifications of the plans and specifications for the contractor and authorize minor changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. g. Make final Inspection with City staff and provide the City with a Certificate of Completion for the project. h. Review construction "red-line" drawings, prepare record drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or earlier and .pdf) of the record drawings. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. .; \LJSERS2\HOME' 'fE LMAPIGENIW ASTEW A Tf' R\7344\ 1 B EARTH 1 EC H'EXHIBIT A EXHIBIT "A" Page 5 of 17 Last Revision: Dee 2004 City staff will: a. Prepare applicationslestimates for payments to contractor. b. Conduct the final acceptance inspection with the AlE. 2. ALLISON WASTEWATER TREATMENT PLANT SERVICE AREA INFLOW- INFILTRATION (I-I) SANITARY SEWER EVALUATION SURVEY (SSES) STAGE 1 1. Preliminary Phase. The Architect/Engineer-AlE will: It is the intent of the Preliminary Phase to provide a Technical Memorandum of project scope with economic and technical evaluation of alternatives, and upon approval, proceed in a Technical Memorandum which includes preliminary designs and written description ofthe project. This memorandum shall include: a Confer with the City staff at the start of this phase regarding the design parameters of the Project. The Engineer will participate in a minimum of three (3) formal meeting(s) with City staff per month, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven (7) working days of the meeting. The AlE will discuss the project with the operating department (Water, Wastewater, Gas, Storm Water, Streets, etc.) and other agencies, including but not limited to the Texas Department of Transportation (TxDOT) and Texas Commission on Environmental Quality (TCEQ) as required to satisfactorily complete the Project. b Submit one (1) copy in an approved electronic format, and one (1) paper copy of the Technical Memorandum with executive summary, opinion of probable construction costs, defined technical evaluations of identified feasible alternatives, and review with City staff to produce an acceptable format This Technical Memorandum must correlate with CCTV Report for ease of use by Wastewater Department. Technical Memorandum will include the following (with CONSTRUCTABILlTY being a major element in all the following items): 1\ Review of the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution of the Project; The AlE will meet with City staff to collect data, discuss materials and methods of construction, and identify design and construction requirements. 2) Review and investigation of available records, archives, and pertinent data related to the Project including taking photographs of the Project site, list of potential problems and possible conflicts, EXHIBIT "A" Page 6 of 17 Last Revision: Dee 2004 'j ',USERS2\HOMF'VElMAP\GENWV AST EWA ER\7344\ 1 B EARTH T ECH\E XHIBIT A intent of design, and improvements required, and conformance to relevant Master Plan( s). 3 i Identify results of site field investigation including site findings, eXisting conditions, potential right of way/easements, and probable Project design solutions (which are common to municipalities). 4i Provide a presentation of pertinent factors, sketches, designs, cross-sections, and parameters which will or may impact the design, including engineering design basis, preliminary layout sketches, identification of needed additional services, preliminary details of construction of critical elements, identification of needed permits, identification of specifications to be used, identification of quality and quantity of materials of construction, and other factors required for a professional design (CONSTRUCT ABILITY). 5) Confer, discuss, and meet with City operating department(s) and Engineenng Services staff to produce a cohesive, well-defined proposed scope of design. probable cost estimates(s) and design alternatives, 6) Provide a letter stating that the A/E and Sub-consultant Engineers have checked and reviewed the Technical Memorandum prior to submission, NOTE: No Design, Bidding, or Construction Phase work is authorized by the Director of Engineering Services. Services will be negotiated after completion of Stage 1 and acceptance by the Director of Engineering Services. Following are the minimum duties of the Engineer, and are included herewith for information only. Subsequent amendments to this contract will authorize future phases, including duties and fee. STAGE 2 2, Design Phase, Upon approval of the Preliminary Phase, designated by receiving authorization to proceed, the Architect/Engineer-A/E will: a, Study, venfy, and implement Technical Memorandum recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the construction plans, Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff. b. Prepare one (1) set of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, notice to bidders, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe. for one bid or for multiple bids, the size and character of the entire EXHIBIT "A" Page 7 of 17 Last Revision: Dee 2004 JSERS2',!+')M! :EUALl.,P'd;EN\\'~,_,AS FJN!' :=R\734,~1 t?, L ARTL n U-i EXHIBIT A. Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. c. Provide assistance identify testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under additional services). d. Prepare final quantities and estimates of probable costs with the recommended construction schedule. The construction schedule will provide a phased approach to better track progress and payments. e. Furnish one (1) copy of the interim plans (plans only-identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. Required with the interim plans is a "Plan Executive Summary" which will identify and summarize the project by distinguishing key elements such as: . Pipe Size or Building Size . Pipe Material, etc. . Why one material is selected over another . Pluses of selections . ROW requirements and why . Permit requirements and why . Easement requirements and why . Embedment type and why . Constructability, etc. . Specific requirements of the City . Standard specifications . Non-standard specifications . Any unique requirements . Cost, alternatives, etc. . Owner permit requirements and status f. Assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. g. Provide one (1) copy of pre-final plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. Compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non-responding participants. h. Provide Quality Assurance/Quality Control (QNQC) measures to ensure that submittal of the interim, pre-final (if required), and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The Consultant AlE and Sub- consultant AlE shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature EXHIBIT "A" Page 8 of 17 Last Revision: Dee 2004 < .USERS2\HOMfWELMAP\GEMWASTEWA fER\7344'1 B EARTH TECH\EXHIBIT A of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. It required, provide traffic controls including a Traffic Control Plan, illumination, markings and striping, signalization, and as delineated by the City Traffic Engineering Department. Upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for reproduction (In City Format) and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. k. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. m Provide a Storm Water Pollution Prevention Plan. n. Ordinance No. 19663 establishes the Municipal Public Arts Program requiring works of art to be included in certain city vertical construction projects. If it is determined this project is subject to Municipal Public Art Program, the architect/engineer will cooperate during the design process to fulfill the requirements of the ordinance. I. J. I '. City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. b. Provide the budget for the Project specifying the funds available for the construction contract. c. Provide the City's standard specifications, standard detail sheets, standard and special provisions. and forms for required bid documents. 3. Bid Phase The A/E will a. Participate in the pre-bid conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c. Review all pre-bid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' approval, any addenda or other revisions necessary to inform contractors of approved changes prior to bidding. d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the AlE's design phase estimate required above, the Engineerwill, at its expense, conferwith City staff and make such revisions to the bid documents as the City staff EXHIBIT "An Page 9 of 17 Last Revision: Dee 2004 ., USERS21HOME 'JELMAPIGEN\WAST::WATFRI7344'.1 B Ei'RTH rECH\FXHIBIT A deems necessary to re-advertise that particular portion of the Project for bids City staff will: a. Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. b. Advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the AlE) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. d. Prepare, review and provide copies of the contractforexecution between the City and the contractor. 4 Construction Phase. The AlE will perform contract administration to include the following: a. Participate In pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Review field and laboratory tests. d. Provide interpretations and clarifications of the contract documents for the contractor and authorize required changes, which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. e. Make regular visits to the site of the Project to confer with the City project inspector and contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. r Prepare change orders as authorized by the City (coordinate with the City's construction division); provide interpretations and clarifications of the plans and specifications for the contractor and authorize minor changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. g. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. h. As applicable, review and assure compliance with plans and specifications, the preparation of operating and maintenance manuals (by the Contractor) for all equipment installed on this Project. These manuals will be in a "multimedia format" suitable for viewing with Microsoft's Internet Explorer, EXHIBIT "A" Page 10 of 17 Last Revision: Dee 2004 H.USERS2,HOME\\/ELMAP\GENW,AS r EW ~ T ER\7344'1 B f ART" TEe H\EXHIBIT A version 3.0. As a minimum the Introduction, Table of Contents, and Index will be in HTML (HyperText Markup Language) format, with HyperText links to the other parts of the manual. The remainder of the manual can be scanned images or a mixture of scanned images and text. use the common formats for scanned images - GIF, TIFF, JPEG, etc.. Confirm before delivery of the manuals that all scanned image formats are compatible with the image-viewing software available on the City's computer-lmagingforWin95 (Wang) and Microsoft Imaging Composer. Deliver the manuals on a CD-ROM, not on floppy disks. Review construction "red-line" drawings, prepare record drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or earlier and .pdf) of the record drawings. All drawings will be CADD drawn using dwg format in AutoCAD. and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. City staff will: a. Prepare applications/estimates for payments to contractor. b. Conduct the final acceptance inspection with the Engineer. B. ADDITIONAL SERVICES (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that may be included as part of this contract but the NE will not begin work on Additional Services without specific written approval by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The AlE will, with written authorization by the Director of Engineering Services and subject to agreement on compensation and schedule, do the following: 1. PermittinQ (TBD) - Furnish the City all engineering data and documentation necessary for all required permits. The NE will prepare this documentation for all reqUired signatures. The AlE will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a Union Pacific Railroad, Missouri Pacific Railroad, or any other railroad operating in the area b. TxDOT Permits/Amendments c. Wetlands Delineation and Permit d . Temporary Discharge Permit e. NPDES Permit/Amendments .',IISERS2IHOME,VELMAPIGENIWASTEWAH 1~\7344\1B EARTH TECH\EXHIBIT A EXHIBIT "A" Page 11 of 17 Last Revision: Dee 2004 f Texas Commission of Environmental Quality Permits/Amend ments g, Nueces County h. Texas Historical Commission (THC) I. U.S. Fish and Wildlife Service (USFWS) J. U.S. Army Corps of Engineers (USACE) k United States Environmental Protection Agency (USEPA) I. Texas Department of License and Regulation (TDLR ) (TCEQ) 2. RiQht-of-Wav (ROW) Acquisition Survey (T8D) - The AlE will review existing ROWand easements to ascertain any conflicts and provide field ROW surveys and submit ROW plats and descriptions for the City's use in the acquisition process. All work must comply with Category 1-A, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with all TxDOT requirements as applicable. AlE Consultant will be required to perform all necessary deed research. 3. TOPoQraphic Survey - Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required for the aerial mapping of the Project area - aerial photography to be provided by City). Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyor$' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the prolect area. EXHIBIT "A" Page 12 of 17 Last Revision: Dee 2004 1 IUSERS2IHOMENELMAPIGEN\VVAS1EWAl ER17344\1 B Ef,RTH TECH\EXHIBIT A 4. Environmental Issues (TBD) a. Provide environmental site evaluations and Archeology Reports that are needed for the Project. b. Identify and develop a scope of work for any testing, handling and disposal of hazardous materials and/or contaminated soils that may be discovered during construction 5. CCTV and line Cleaning - Using the data previously obtained during smoke testing and manhole pipe inspection, a listing of line segments recommended for internal inspection will be prepared. The listing will also take into consideration historical complaint records to aid in the CCTV recommendations and prioritized listing. The following work tasks are associated with the Cleaning and CCTV inspection: A. Clean sewer lines prior to inspection to obtain an unobstructed view of the pipe to obtain a clear and accurate assessment of the condition of the sewer, along with the physical and dimensional characteristics of the pipe. Normal cleaning will consist of up to three passes of the jet hose. Engineer may terminate cleaning if in his opinion continued cleaning may create or increase the size of voids around the pipeline. AlE will attempt to dewater ahead of the camera using the jet nozzle where necessary to maximize the pipeline observations. No bypass pumping is anticipated under this contract. B. Inspect 8-inch and larger pipe with Closed Circuit Color Television using Pipeline Assessment Certification Program (PACP) coding and databases. Coding utilized to be approved by the City of Corpus Christi. C. Make a color DVD formatted video recording of the entire inspection of each segment Video shall include the following at a minimum: · Date and time inspected · Line segment being inspected · Project Name & Project Number · Location (Address) . Footage location from Manhole · Defect Code and/or Type and Severity Rating · Use City manhole numbering system D. Document findings from CCTV inspection. E. Furnish all materials, equipment, supplies, and personnel to perform the complete inspection. AlE will pay for fire hydrant meter, cost of water, and any associated fees. F. A/E will provide the City on a monthly basis one (1) DVD containing the digital video images captured during the CCTV work, one (1) paper copy of the observation log, and one (1) electronic copy of the observation log in PACP approved format. G. Remove and dispose of all debris at the Greenwood Wastewater Treatment Plant site. The A/E is responsible for obtaining a waste hauler registration number from the Wastewater Department, for drying of EXHIBIT "A" Page 13 of 17 Last Revision: Dee 2004 'i ,USERS2IHOMEiVELMAPIGEN,WASTEWATERI7344118 EARTH TECH\EXHIBIT A debris, removal/hauling to an approved landfill, restoration of drying beds, and payment of landfill costs associated with disposal. Repair and replace existing structures or property, public or private, damaged by Engineer's employees or activities. Take precautions to prevent damage to sewer lines. Prepare a final report that summarizes all work performed and recommend rehabilitation for each line segment included in this study. K, AlE to prepare Traffic Control Plan; and obtain approval from the City's Traffic Engineering Services Department (see Item NO.1 0). AlE will notify the City immediately of any significant defect observed that may require immediate attention. H , I, J. L. 6. Construction Observation Services (TBD) 7. I-II SSES Project Coordination - For work outside the scope of the City's "Collection System Rehabilitation Contract", provide coordination on needed work to be performed on the 1-1/ SSES portion of the contract. This will include any items directed by the City to be performed in the I-I / SSES affected areas and may include rehabilitation work, cost estimates and change orders. Approximately two-hundred (200) hours to be authorized as needed and requested. 8. Warranty Phase (TBD) - Provide a maintenance guaranty inspection toward the end of the one-year period after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. Approximately forty (40) hours to be authorized as needed and requested. 9. Expose I Uncover Buried Manholes and Cold Patch (Allowance) - The effort is covered under an allowance and the unit cost identified in Exhibit A-3 Fee Per Linear Foot. 10. Traffic Control Plans 11. Manhole Inspections 12. Smoke Testina 13. Dyed Water Testina 'USERS2\HOME" '1ELMAP\GEN\W ASTEW A TE:R\7344 \ 1 B EARTH TEe HIE XHIBIT A EXHIBIT "A" Page 14 of 17 Last Revision: Dee 2004 14. Temporary Flow Monitorin~ Provide the services above authorized in addition to those items shown on Exhibit "A-1" Task List. 2 SCHEDULE SANITARY SEWER COLLECTION SYSTEM REHABILITATION CONTRACT DAY DATE ACTIVITY Wednesday March 29. 2006 Begin Preliminary Phase - Engineering Report Tuesday April 18, 2006 Submit Draft Tuesday May 2, 2006 City Review Tuesday May 16, 2006 Submit Final Tuesday May 23,2006 Begin Design Phase Tuesday June 20, 2006 I nterim Submittal Wednesday July 5, 2006 City Review Tuesday July 18, 2006 Pre-Final Submittal Tuesday August 1, 2006 City Review Tuesday August 15,2006 Final Submittal Monday (2) September 4, 2006 Advertise for Bids Tuesday September 19, 2006 Pre-Bid Conference Wednesday September 27, 2006 Receive Bids Tuesday October 10, 2006 Award Construction Monday November 20, 2006 Begin Construction Weekday Construction Completion PROPOSED PROJECT SCHEDULE EXHIBIT "A" Page 15 of 17 Last Revision: Dee 2004 'SERS2IW'>MF 'i':LMAP\GEN'\^J '\sn WAf! R\7344" B Ei RTH rECH\EXHIBIT ~, DAY DATE ACTIVITY Wednesday March 29, 2006 Begin SSES Investigation Monday November 27, 2006 Submit Draft Report Monday December 11, 2006 City Review and Revisions Thursday December 21,2006 Pre-Final Submittal Monday January 8, 2007 City Review and Revisions Monday January 15, 2007 Final Report Submittal Monday TBD Advertise for Bids TuelWed/Thu TBD Pre-Bid Conference Wednesday TBD Receive Bids Monday TBD Begin Construction Weekday TBD Construction Completion -. PROPOSED PROJECT SCHEDULE ALLISON WWTP SERVICE AREA I-II SSES 3 FEES A. Fee for Basic Services. The City will pay the AlE a fixed fee for providing for all ''Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section 1.A.1-3 above, and for all expenses incurred in performing these services. For services provided in Section 1.A.1-3, AlE will submit monthly statements for basic services rendered. In Section 1.A.1-3, the statement will be based upon AlE's estimate (and City Concurrence) of the proportion of the total services actually completed at the time of billing. B. Fee for Additional Services. For Additional Services authorized by the Director of Engineering Services under Section 1.8. "Additional Services" the City will pay the AlE a not-to-exceed fee as per the table below: C. Payment for Services. City will make prompt monthly payments in response to AlE's monthly statements. Payment in full, or partial payment with written notice of any disputed items, will be made by City within sixty (60) days of receipt of each statement from AlE. If the City fails to make payment to AlE as aforesaid within ninety (90) days of receipt of any statement, AlE may terminate the provision of its services, without liability to City and without waiving any right it may have to collect amounts due under this Agreement. EXHIBIT "A" Page 16 of 17 Last Revision: Dee 2004 ;SERS2\H{)ME ',.iF LMAP\GEN\\\;";STFVVAT- Ri7344', 1 B FrRTH '--f~(-:H-,i::XHIBIT A D. Summary of Fees --.....- --.------.--. -,"- COLLECTION ALLISON WWTP i SYSTEM REHAB 1-1/ SSES TOTAL CONTRACT (STAGE 1) -'~---""--' '.-'"'.-----...- T ---'-"-"-~"---'-'--'- i Fee for Basic Services --t e- 1. Preliminary Phase $30,469.00 $96,536.00 $127,005.00 ! 2. Desion Phase T 71,188.00 0.00 71,188.00 I 3. Bid Phase 12,442.00 0.00 12,442.00 ~ I 4. Construction Phase 124,514.00 0.00 124,514.00 i Subtotal Basic Services -- - ------ 238,613.00 $96,536.00 335,149.00 I --.-. f-- ----- -- L Fee for Additional Services - 1. Permittino -- TBD TBD TBD 2. ROW Acquisition Survey -- TBD TBD TBD 3. Topoqraphic Survey ..--- TBD 48,705.00 48,705.00 ---- 4. Environmental Issues TBD TBD TBD -- -...- 5. CCTV and Line Cleaninq TBD 269,458.00 269,458.00 6. Construction Observation Services TBD TBD TBD 7 I-II SSES Proiect Coordination ~. 10,000.00 TBD 10,000.00 8. Warranty Phase j TBD TBD TBD . 9. Expose / Uncover Buried Manholes 1- TBD 10,000.00 10,000.00 and Cold Patch (Allowance)-1- . 10. Traffic Control Plans ~ 15,000.00 5,000.00 20,000.00 11 . Manhole Inspections (573 MHs) . TBD 54,435.00 54,435.00 12. Smoke Testing (202,198 LF) TBD 70,000.00 70,000.00 13. Dved Water Testino (25 Tests) TBD 6,000.00 6,000.00 14. Temporary Flow Monitoring i TBD 31,000.00 31,000.00 ~ (5 Sites /60 Davs)___l-. l Subtotal Additional Services 25,000.00 494,598.00 519,598.00 '--' -.,--. Total Authorized Fee $263,613.00 $591,134.00 $854,747.00 --------- .-.-- "USERS2IHOMEIVELMAPIGEN\WASTEWATEPI7344\1B EARTH TECH\EXHIBIT A EXHIBIT "An Page 17 of 17 Last Revision: Dee 2004 EXHIBIT A-1 TASK LIST (Provides supplemental description to Exhibit A. Task List does not supersede Exhibit A.) WASTEWATER PROJECT NO.1 B CITY-WIDE INFILTRATION RELATED COLLECTION SYSTEM ENHANCEMENT PROGRAM (PROJECT NO. 7344) BASIC SERVICES 1. COLLECTION SYSTEM REHABILITATION CONTRACT A. Review historical maintenance and Sanitary Sewer Overflow (SSO) records. The review of historical records for the past three (3) years will determine areas within the City of Corpus Christi sanitary sewer system that are potentially influencing system performance resulting in Sanitary Sewer Overflows or that require repetitive maintenance activities. Rehabilitation design efforts by the AlE to include all methods available in the municipal sanitary sewer construction area. This task will' · Review existing records to assist with identifying areas that can be included in the Collection System Rehabilitation Contract. · Review the 'As-Built Drawings of the sanitary sewers in the areas where the SSO occurs. · Review the City provided video tapes, records and any other data which may be available to prepare the scope of rehabilitation work. · For Collection System Rehabilitation, Earth Tech will collect all information necessary, including depths of manholes and if necessary get the topographic survey performed for the area where the line rehabilitation work is to be done. · Review the City's wastewater related Standard Specifications and revise them appropriately to reflect the most current methodology and standards used and approved by the USEPA, WEF, AMSA and any other related agencies. · Coordinate design details with Engineering Services and Wastewater staff. · Prepare and submit design reports to Texas Commission for Environmental Quality (TCEQ) and Texas Water Development Board (TWDB). 2. ALLISON WASTEWATER TREATMENT PLANT SERVICE AREA INFLOW- INFILTRATION (I-I) SANITARY SEWER EVALUATION SURVEY (SSES) FOR FIVE (5) SUB-BASINS. Deterioration of the City's Wastewater collection system allows infiltration and inflow of water and foreign material into the system. This results in reduced line capacity and manhole overflows potentially leading to non-compliance with environmental regulations. Preliminary improvements are to have smoke testing, line cleaning and televising for condition reports to determine the highest priority sections of the collection system. Reports that enable the City to meet Capacity, Management, Operations, and Maintenance (CMOM) requirements must be generated. Proposed improvements involve installing flow monitors, rehabilitating collection lines and lining or reconstructing manholes with fiberglass. This is an on-going program that continually provides maintenance and improvements. as funding allows, for optimal performance and integrity of the City's wastewater system. This will lead to required improvements to limit infiltration and inflow :SEPS2'~;' )f,,1tEU/.\P'< ;FN',\ A.S' FVVi-.R\r;,,::-., 1 F t' c.J<Tf - TI ~-.EXHIBIT ,:\_ EXHIBIT "A-1" Page 1 of 12 Last Revision: Dee 2004 The five study areas are shown in Exhibit A-2-Map #1 through #5 and contain the following quantities: - Area ---Lineal Feet of Pipe (>6") i Number of Manholes ---r~---- . 68,403 -+- 185 i -2- ~--- 40,831 i 129 ---~-r-- 75,634 i 221 ..- .~---+--- .--. ; 4 . 11,581 25 -.---+---.---- .- ---5749--- -+- 5 , 13 -. Totals 1----- - 202,198 -. ---+ 573 Perform inspection on every manhole - 573 total. _. _.--------'-- A. Data collection and review. . Meet with City Staff to collect and review existing data. . Project Status Updates 1. Project Kickoff Meetinq - Consultant team will facilitate a project kickoff meeting to discuss project goals and objectives; project scope, schedule, and deliverables; team member roles and responsibilities; lines of communication; and key coordination issues. 2. Proiect Status Meetinqs - During the course of the project, the Consultant team will meet with City staff on the average of once a month to review project status and discuss project issues. Consultant team will prepare agenda and meeting minutes for each meeting. Approximately twelve (12) project status meetings over the duration of the project shall occur (approximately once per month). The Consultant will develop a project schedule using Microsoft Project that shows activities and each sub-task (by sub-task) B. Prepare a Rehab DeciSion Tree. Prepare a DeCision Tree to aid City staff and the Engineer to determine the appropriate rehabilitation options for the sanitary sewer system. A Decision Tree that walks through the process of determining which rehabilitation option is desirable would be prepared. The Decision Tree could consider such items as severity of the defect, environmental impacts, location of the defect (i. e. in alley, street, or creek) and frequency of defects, typical rehabilitation costs, additional impacts on the overall system. and City of Corpus Christi goals. Two decision trees will be developed, one for Manholes and the other for Mainline Sewer. C. CCTV Recommendations Review collected Manhole and CCTV data and use the Rehab Decision Tree to determine appropriate rehabilitation needs for the Allison Basin study area. D. Manhole Inspections · Field inspection crews will perform an inspection of 573 manholes. The data gathered during this phase of the project will be used to prioritize manholes for rehabilitation and establish the base data necessary to accurately determine mainline sewer rehabilitation alternatives and costs (such as confirming line sizes. line depths. cover. etc.). EXHIBIT "A-1" Page 2 of 12 L.ast Revision: Dee 2004 USLRS, 'JEl \.lAVC-iEt.; E',,\, ER.:'?,j..j, H ! -, i n~XHIBll P. · Other Important deliverables resulting from this work task is the updating of the GIS collection system map and determination of debris levels in pipes. This information is critical in preparing subsequent rehabilitation plans. · Inspection personnel will use digital cameras during the inspection of all manholes on this project. All photographs will be in a digital format and included In the field inspection computer database so that a permanent electronic record can be maintained. · Field forms presented in Exhibit A-4 or approved equal, will be used to record field inspections. During inspection, each of the following types of information will be obtained to prioritize least cost repairs (Through additional services, A/E shall attempt to open all manholes) 1 BaSin DesignatIon 2. Manhole 10 3. Inspection Status 4. Street Address and GPS coordinate of manhole 5. Surface cover, grade, type of cover (paved, yard, etc.) 6. Material of construction - brick, concrete, etc. 7. Internal photo of manhole 8. Outgoing pipe depth from rim to invert 9. Debris depth 10. Defects - Active, Evidence or No Infiltration/Inflow 11. Field corrections to GIS collection system map 12. The casting / cone condition and manhole cover will be evaluated. 13. Manhole walls will be checked for integrity and signs of root intrusion, deterioration of mortar joints, loose or missing bricks, signs of surcharge level. etc. 14. The bottom of the manhole will be checked for type and depth of debris, flow conditions through the manhole and any signs of settlement that may Impede achieving design flows. 15. All sewer lines entering and leaving each manhole will be compared to eXisting maps and corrections will be noted. All sewer line to manhole connections will be inspected to determine if any manhole settlement has separated or sheared pipelines. 16 Incoming and outgoing pipeline will be digitally photographed to document and determine the general condition of the line. 17 Any silt deposition that reduces flow capacity will be noted and silt depth recorded. Observed defects (root intrusion, cracked pipe, obstructions, etc.) will be documented and photographed. · Upon completion of the manhole inspection, a prioritized manhole rehabilitation summary will be prepared . Work Product: 1. Field observations 2. List of manholes/lines requiring immediate attention 3. Digital Photos 4. Documentation for preparing manhole rehabilitation bids 5. Prioritized cleaning recommendations to restore capacity 6. Field Updated Map and GPS coordinates 7. Prioritized Manhole Repair Recommendations and Cost Estimates (Priority 1, 2, & 3 Rankings) 8. Manhole Inspection Reports USERS2.lj')~'-/ELMAP' oEn'/.'AS EW~ ER\7J44 1fl1 ARH. fHHEXHIBIT A. EXHIBIT "A-1" Page 3 of 12 Last Revision: Dee 2004 E. Temporary Flow Monitorinq · In order to perform a detailed analysis of infiltration/inflow, capacity requirements and establish the baseline dry and wet weather flows within the service area, it will be necessary to obtain flow monitoring information during both dry and wet weather. Under ideal conditions, multiple rain events of varying intensities will be monitored in order to accurately assess the inflow response for each event. It is anticipated that a maximum sixty (60) day flow monitoring will be performed during optimum wet weather periods. The monitoring period may be extended beyond 60 days if inadequate rainfall occurs, but only upon the Citys written approval to extend the metering period for the unit price specified in the contract. Table 1 presents the normal monthly rainfall for Corpus Christi. Based on the project timing, it is anticipated that the April - June, 2006 period would be used for scheduling the temporary flow monitoring. Information obtained dunng the rnonitoring period will be used to determine the following: 1 Average (jaily flow - dry weather 2 Peak flow - dry weather 3 Average daily flow - wet weather 4. Peak flow - wet weather 5. Peak inflow rates 6. Total 1/1 volume 7 Capacity Analysis (dry and wet weather) Table 1 Corpus Christi Rainfall Summary Jan 1.71 Feb 1.96 Mar 0.94 Apr 1.72 May* 3.33 Jun* 3.38 Jul 2.39 Aug* 3.31 Sep* 5.52 Oct 3.02 Nov 1.59 Dec 1.26 Total 30.13 * Optimum wastewater flow monitoring periods. . Meter Installation, Calibration and Data Collection Each meter will be field calibrated prior to installation. Calibration of each meter will consist of a verification of the flow depth and velocity. The flow sensors will be secured to a mounting band that fits securely in the pipeline. The data logger for each site will then be installed and secured in the top of each manhole and the meter will be activated at user defined sampling intervals, typically 15 minutes. Routine maintenance and service will be performed weekly to confirm standard operation. It is estimated that five (5) continuous flow meters and three (3) rainfall gauges will be installed for a 60 day period to obtain flow and rainfall data. Note that the May-June period and August - September are the optimum times to record wet weather flows EXHIBIT "A-1" Page 4 of 12 L.ast Revision: Dee 2004 USeRS; iEi '.IM (,E\,!i', 1 E','. ER'2-i.i H I n~,X,HII::WL" F. Smoke Testinq of the Study Area · Smoke testing will provide detailed information on wet weather inflow sources to be performed on 202,198 linear feet of pipeline, which will be in the defined study area. in order to identify defects in the lines, a non-toxic smoke will be forced into the sewer by high capacity blowers. Data documentation will be sufficient to establish the location of each defect and determine the best repair method and priority. Color digital photographs will be taken to document each defect during the smoke test. Field forms presented in Exhibit A-4 or approved equal, will be used to record smoke testing data. · Forty-eight (48) hours prior to testing, door hangers approved by the City of Corpus Christi will be used to notify residents. A local telephone number will be provided for those individuals with questions or for anyone requiring special assistance. Each day the fire department will be notified of the crew location since smoke may enter homes through defective plumbing. · This scope of services will identify inflow defects primarily on the municipal mainline sewer, but also on private service lateral. Defects on private property will be photographed and documented. GPS coordinates for each defect will be recorded where possible (+or - 3 meters). This procedure will minimize the impact to residents yet provide detailed information for the establishment of CCTV needs. prioritized repair plan and methods. . Work Product: 1. Defects listing and database 2. Defect location sketch and GPS 3. Digital Photographs 4. Smoke Notification Flyers and Notification of Residents 5. Priority ranking of defects 6. Repair method and Estimated Cost G. Dyed Water Testing . Dyed water testing will be used to assist in the location and quantifying of specific defects during the internal television inspection at an estimated twenty- five (25) locations. Non toxic dye may be introduced as a powder or liquid to assist in the field effort. Casting/Cone connections may be dye tested to determine the potential severity and exact location of the source of wet weather inflow. Cross-connections, roof drains and area drains that are suspected of being connected to the sanitary sewer will be positively identified using the dye tracer procedure. Field documentation and photographs will be used to record all findings. H. Rehab Cost Estimates Presentations to City Staff . Effort for this task is based on 5 presentations to City Staff. ADDITIONAL SERVICES Permitting (T8D) 2 ROW Acquisition Survey (T8D) EXHIBIT "A-1" Page 5 of 12 Last Revision: Dee 2004 USERS:;:i-';()~-,H/El_ II/lAP GEr,r\\/AS rE\vV.: ER\73JJ\ 1 ;C.RTfi H\EXHIBI14 USE RS. 2 Conference and Meetings: Attend meetings with Contractor, such as pre-construction conferences, progress meetings, job conferences and other project-related meetings as required by the City, and prepare and circulate copies of minutes thereof. 3. Liaison: A Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in Contractor's understanding of the intent of the Contract Documents. B PR shall communicate with CITY with the knowledge of and under the direction of AlE 4. Interpretation of Contract Documents: Report to AlE and City when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. 5. Shop Drawings and Samples: A. Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. B. Record date of receipt of Samples and approved Shop Drawings. C. Advise Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which PR believes that the submittal has not been approved. 6. Review of Work and Rejection of Defective Work: A. Conduct on-Site observations of Contractor's work in progress to assist AlE in determining if the Work is in general proceeding in accordance with the Contract Documents. B. Report whenever PR believes that any part of Contractor's work In progress will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project, or has been damaged, or does not meet the requirements of any Inspection, test or approval required to be made; and advise City and AlE of that part of work in progress that PR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. C. Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. 7 Records: A. Maintain orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, AlE's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and EXHIBIT "A-1" Page 7 of 1 2 U3St F~evision: Dee 2004 ,/EL ~.1.iI"F CErj 'E\\ ER 1 fl;::'R' : EXHIBIl ,: Sample submittals received from and delivered to Contractor, and other Project related documents. B Prepare a daily report utilizing approved City format, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to AlE and the City. 8. Reports. A. Furnish periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. B. Report immediately to the CITY and AlE the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. C. Provide project photo report within on CD-ROM at the rate of a minimum of two photographs per day, including an adequate amount of photograph documentation of utility conflicts 9. Completion. A. Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. B. Participate in a final inspection in the company of AlE, the CiTY, and Contractor and prepare a final list of items to be completed or corrected. C Observe whether all items on final list have been completed or corrected and make recommendations concerning acceptance and issuance of the Notice of Acceptability of the Work 7 I-II SSES Project Coordination . For work outside the scope of the City's "Collection System Rehabilitation Contract", provide coordination on needed work to be performed on the I-I I SSES portion of the contract. This will include any items directed by the City to be performed in the I-I I SSES affected areas and may include rehabilitation work, cost estimates and change orders. Approximately two hundred (200) hours to be authorized as needed and requested 8. Warranty Phase (TBD) . Provide a maintenance guaranty inspection toward the end of the one-year period after acceptance of the project. Note defects requiring contractor action to maintain, repair, fix, restore, patch or replace improvements under the maintenance guaranty portion of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective EXHIBIT "A-1" Page 8 of 12 Last r,evision Dee 2004 USE RS. .jEI 'JM 'E'v\ :ER,"-:..1"I'_\R-f E'-:-~EXHIBIT il conditions and submit to City staff. Complete the inspection and prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period Approximately forty (40) hours to be authorized as needed and requested 9 Expose/Uncover Buried Manholes & Cold Patch or use CCTV to locate manholes if approved by City. (Allowance) . The effort for this task IS covered under an allowance and the unit cost fees Identified In Exhibit A-3. 10. Traffic Control Plans - Traffic Control Plans will be required during all CCTV, line cleaning, smoke testing, and dyed waterflooding being performed within or adjacent to the City's roadways. A A/E will meet with Engineering Services and the Traffic Department to discuss the expected traffic situations and will determine the most feasible traffic control for each situation. B AlE will produce up to ten (10) traffic plan sheets and will have them pre- approved by Engineering Services prior to beginning SSES. 11. Manhole Inspections A Field inspection crews will perform an inspection of 573 manholes. The data gathered dunng this phase of the project will be used to prioritize manholes for rehabilitation and establish the base data necessary to accurately determine mainline sewer rehabilitation alternatives and costs (such as confirming line sizes, line depths, cover. etc.). B Other important deliverables resulting from this work task is the updating of the GIS collection system map and determination of debris levels in pipes. This information is critical in preparing subsequent rehabilitation plans. C Inspection personnel will use digital cameras during the inspection of all manholes on this project. All photographs will be in a digital format and included in the field inspection computer database so that a permanent electronic record can be maintained. D Field forms presented in Exhibit A-4 or approved equal, will be used to record field inspections. During inspection, each of the following types of information will be obtained to pnoritize least cost repairs (Through additional services, A/E shall attempt to open all manholes): 1. Basin Designation 2. rv1anhole 10 3. Inspection Status 4 Street Address and GPS coordinate (3 meter accuracy) of manhole 5. Surface cover, grade, type of cover (paved, yard, etc.) 6. Material of construction - brick, concrete, etc. 7. I nternal photo of manhole 8. Outgoing pipe depth from rim to invert 9. Debris depth 10. Defects- Active, Evidence or No Infiltration/Inflow 11 Field corrections to GIS collection system map 12 The casting I cone condition and manhole cover will be evaluated. EXHIBIT "A-1" Page 9 of 12 '-as! f~evislon: Dee 2004 USFRS:-' ; <O[ +JEl Ltt\F (;Eh-'l:,.~, 'E\~, 'ER./].:"":,HJ.,'\R' j '; I lEXHIBIT A 13 j\;lanhole walls will be checked for integrity and signs of root intrusion deterioration of mortar joints. loose or missing bricks, signs of surcharge level, etc. 14 The bottom of the manhole will be checked for type and depth of debris, flow conditions through the manhole and any signs of settlement that may impede achieving design flows. 15 All sewer lines entering and leaving each manhole will be compared to existing maps and corrections will be noted. All sewer line to manhole connections will be inspected to determine if any manhole settlement has separated or sheared pipelines. 16 Incoming and outgoing pipeline will be digitally photographed to document and determine the general condition of the line. 17 Any silt deposition that reduces flow capacity will be noted and silt depth recorded. Observed defects (root intrusion, cracked pipe, obstructions, etc.) will be documented and photographed. E Upon completion of the manhole inspection. a prioritized manhole rehabilitation summary will be prepared Work Product. · Field observations · List of manholes/lines requiring immediate attention . Digital Photos · Documentation for preparing manhole rehabilitation bids · Prioritized cleaning recommendations to restore capacity · Field Updated Map and GPS coordinates · Prioritized Manhole Repair Recommendations and Cost Estimates (Priority 1, 2, & 3 Rankings) · Manhole Inspection Reports 12. Smoke Testing - A Smoke testing will provide detailed information on wet weather inflow sources to be performed on 202,198 linear feet of pipeline, which will be in the defined study area. In order to identify defects in the lines, a non-toxic smoke will be forced into the sewer by high capacity blowers. Data documentation will be sufficient to establish the location of each defect and determine the best repair method and priority. Color digital photographs will be taken to document each defect dunng the smoke test. Field forms presented in Exhibit A-4 or approved equal, will be used to record smoke testing data. B. Forty-eight (48) hours prior to testing, door hangers approved by the City of Corpus Christi will be used to notify residents. A local telephone number will be provided for those individuals with questions or for anyone requiring special assistance. Each day the fire department will be notified of the crew location since smoke may enter homes through defective plumbing. C This scope of services will identify inflow defects primarily on the municipal mainline sewer, but also on private service lateral. Defects on private property will be photographed and documented. GPS coordinates for each defect will be recorded where possible (+or - 3 meters). This procedure will minimize the EXHIBIT "A-1" Page 1 0 of 12 Last Revision: Dee 2004 , USERS2''')M'ELM~P\';EN',^, AS EW~ ~R\7\4J 18 c <\Rn! EXHIBIT ,\. ..........'~ impact to residents yet provide detailed information for the establishment of CCTV needs. prioritized repair plan and methods Work Product: . Defects listing and database . Defect location sketch and GPS . Digital Photographs . Smoke Notification Flyers and Notification of Residents . Priority ranking of defects . Repair method and Estimated Cost 13. Dyed Water Testing - A Dye water testing will be used to assist in the location and quantifying of specific defects during the internal television inspection at an estimated twenty-five (25) locations. Non toxic dye may be introduced as a powder or liquid to assist in the field effort. Casting/Cone connections may be dye tested to determine the potential severity and exact location of the source of wet weather inflow. Cross- connections, roof drains and area drains that are suspected of being connected to the sanitary sewer will be positively identified using the dye tracer procedure. Field documentation and photographs will be used to record all findings. 14. Temporary Flow Monitoring - .A In order to perform a detailed analysis of infiltration/inflow, capacity requirements and establish the baseline dry and wet weather flows within the service area, it will be necessary to obtain flow monitoring information during both dry and wet weather. Under ideal conditions, multiple rain events of varying intensities will be monitored in order to accurately assess the inflow response for each event. It is anticipated that a maximum sixty (60) day flow monitoring will be performed during optimum wet weather periods. The monitoring period may be extended beyond 60 days if inadequate rainfall occurs, but only upon the City's written approval to extend the metering period for the unit price specified in the contract. Table 1 presents the normal monthly rainfall for Corpus Christi. Based on the project timing, it is anticipated that the April - June, 2006 period would be used for scheduling the temporary flow monitoring. Information obtained dunng the monitoring period will be used to determine the following: 1) Average daily flow - dry weather 2) Peak flow - dry weather 3) Average daily flow - wet weather 4) Peak flow - wet weather 5) Peak inflow rates 6) Total 1/1 volume 7) Capacity Analysis (dry and wet weather) EXHIBIT "A-1" Page 11 of 12 Last f~evlsion: Dee 2004 USF RS. .'EI f1Af (:F", EV, ITR-'~~.:_:H .-'P' j I'XHIBI1 .\ Table 1 Corpus Christi Rainfall Summary Jan 1.71 Feb 1.96 Mar 0.94 Apr 1.72 May* 3.33 Jun* 3.38 Jul 2.39 Aug* 3.31 Sep* 5.52 Oct 3.02 Nov 1.59 Dec 1.26 Total 30.13 * Optimum wastewater flow monitoring periods. B Meter Installation, Calibration and Data Collection Each meter will be field calibrated prior to installation. Calibration of each meter will consist of a verification of the flow depth and velocity. The flow sensors will be secured to a mounting band that fits securely in the pipeline. The data logger for each site will then be Installed and secured in the top of each manhole and the meter will be activated at user defined sampling intervals, typically 15 minutes. Routine maintenance and service will be performed weekly to confirm standard operation. It is estimated that five (5) continuous flow meters and three (3) rainfall gauges will be installed for a 60 day period to obtain flow and rainfall data. Note that the May-June period and August - September are the optimum times to record wet weather flows. EXHIBIT "A-1" Page 12 of 12 Last Revision: Dee 2004 '\,USE:RS, \fEl. IvlAf '\(;E/I; :,_'< rE\/, TER'J'_.',.l':' P EC\R ~~, 'i~[XHIBlr L. CQUl\!TrJf1~AD_~? CORPUS CHRISTI VICINITY MAP - N.T.S. LEGEND -- - DRAINAGE AREA BOUNDARY - - -- - WASTEWATER LINES . - WASTEWATER MANHOLES N 0' 750' 1500' ~ I SCALE fTi ~.iJ.j!.:." ..,~ " / ///- /; /, ~, 1/ QUANTITIES 6" WW PIPE - 3679 LF 8" WW PIPE - 42382 LF 10" WW PIPE - 6589 LF 12" WW PIPE - 2656 LF 14" WW PIPE - 219 LF 15" WW PIPE - 6848 LF 18" WW PIPE - 9370 LF 20" WW PIPE - 101 LF 21" WW PIPE - 238 LF WW MANHOLES - 221 CITY OF CORPUS CHRISTI WASTEWATER PROJECT NO. 18 CITY-WIDE INFILTRATION RELATED COLLECTION SYSTEM ENHANCEMENT PROGRAM CITY PROJECT NO. 7344 AREA #1 N /~<?- /<t /~e:, /~<<,,() " ~ 0' 500' 1000' ~ I SCALE if ii r--""_::::::::..-::::.-::.:::::.:-../l '_ II f --'~_ I{ '. ---:: ~ -7/ /-j_.:~~-./ ~#~\ 'j /y' ----< ""-.."-.. ".... " , I 1 J ~ cl [ , ff1OIl~~ -_ .. ~_ ~ "- _ ;-,. ~-~~ , ", -~, " ',.......... ~ ~<<,,~ C:;~ R'?-~<:> ~ v \ \ L ---- CORPUS CHRISTI BAY "-.. .......... - QUANTITIES 6" WW PIPE - 290 LF 8" WW PIPE - 29039 LF 10" WW PIPE - 1788 LF 12" WW PIPE - 2955 LF 15" WW PIPE - 1400 LF 18" WW PIPE - 1801 LF 21" WW PIPE - 238 LF 24" WW PIPE - 546 LF 27" WW PIPE - 3064 LF WW MANHOLES -137 CORPUS CHRISTI VICINITY MAP - N.T.S. LEGEND . -....-.------ .__.. -,,--- - DRAINAGE AREA BOUNDARY - - .- - WASTEWATER LINES . WASTEWATER MANHOLES CITY OF CORPUS CHRISTI WASTEWATER PROJECT NO. 18 CITY -WIDE INFILTRATION RELATED COLLECTION SYSTEM ENHANCEMENT PROGRAM CITY PROJECT NO. 7344 AREA #2 o 600' ~ SCALE Z /R ~~ ~ ''"A L~./~ ,^ / // / <, /'" ,./"'-, '- " ! f I I i TXHWY 44\ '~ i)"~ 1200' I ;{ 1 / QUANTITIES 8" WW PIPE - 58817 LF 10" WW PIPE - 5438 LF 12" WW PIPE - 2588 LF 15" WW PIPE - 1549 LF 18" WW PIPE - 4473 LF 20" WW PIPE - 1059 LF 24" WW PIPE - 921 LF 30" WW PIPE - 639 LF 36" WW PIPE - 150 LF WW MANHOLES - 265 CORPUS CHRISTI VICINllY MAP - N.T.S. LEGEND ----.,- - DRAINAGE AREA BOUNDARY - - - - WASTEWATER LINES . WASTEWATER MANHOLES CITY OF CORPUS CHRISTI WASTEWATER PROJECT NO. 18 CITY -WIDE INFILTRATION RELATED COLLECTION SYSTEM ENHANCEMENT PROGRAM CITY PROJECT NO. 7344 AREA #3 N _,..L I~ I I -- , I ~ I llo -, 14: :1 ~ l~ C9 0:: o ~ o z ~ 0' 500' 1000' ~ I SCALE --- " ........ ~ i I 11 o 4: o 0:: o o o ~ 0:: ~ () II II 11 I I CORPUS CHRISTI VICINITY MAP - N.T.S. LEGEND - DRAINAGE AREA BOUNDARY - - .- - WASTEWATER LINES . - WASTEWATER MANHOLES QUANTITIES 81t WW PIPE - 9089 LF 12" WW PIPE - 2492 LF WW MANHOLES - 27 CITY OF CORPUS CHRISTI WASTEWATER PROJECT NO. 18 CITY-WIDE INFILTRATION RELATED COLLECTION SYSTEM ENHANCEMENT PROGRAM CITY PROJECT NO. 7344 AREA #4 --11 -- w I~ ...-I ...-I ...-I W 5: ...-I .....J 1= (/) I ~----- + ! / / / CORPUS CHRISTI BAY CORPUS CHRISTI VICINITY MAP - N.T.S. LEGEND __ - DRAINAGE AREA BOUNDARY - - - - WASTEWATER LINES . - WASTEWATER MANHOLES ;-' T I -~ Qji -~ / QUANTITIES 8" WW PIPE - 321 LF 10" WW PIPE - 5428 LF WW MANHOLES - 15 -', Cl <! o 0::: 5: w :r: 0::: SEDWICK ROAD N 0' 500' 1000' ~ I SCALE l ~ ~'-. I ~ EXHIBIT "A-2" Pa e 5 of 5 CITY OF CORPUS CHRISTI WASTEWATER PROJECT NO. 18 CITY-WIDE INFILTRATION RELATED COLLECTION SYSTEM ENHANCEMENT PROGRAM CITY PROJECT NO. 7344 AREA #5 EXHIBIT A-3 UNIT FEE TASK SUMMARY City-Wide Infiltration Related Collection System Enhancement Program (Project No. 7344) ,-- --"------- ---~---~-_._---- ~ESC RIPTION UNIT PRICE - L.!:,stali Calibrate Flow Meter $250 each I $50 I day ~10nitor I Maintain Flow Meter I !nstall Maintain Rain Gauge $50 I day l- i ~1anhl)le Inspection -.-- $75 each r- I Smoke Testing -.,-- $0.35/I.f. ,- I Dye Flooding - $300 each Ls:iean & CCTV -5"-12" $5.00 Il.f. ! Clean & CCTV - 15" $5.50 Il.f. ~- ---~_. l Clean & CCTV - ! 8"-27' $6.50/I.f. f-- I Clean & CCTV - 30"-36' $8.00 I iJ , Expose Buried MH & Cold Patch or Replace Broken Coyer i (Allowance) $300 i $50 each I CCT\ to Locate Manholes ~---- . - EXHIBIT A-3 Pa e 1 of 1 EXHIBIT A-4 Field Data Format City-Wide Infiltration Related Collection System Enhancement Program (Project No. 7344) AlE will gather field inspection data during manhole inspection, smoke testing and CCTV inspection of the collection system The CCTV data will be provided in an approved PACP format using those PACP codes approved by the City Manhole inspection and smoke testing data will be gathered and submitted to the City in an approved format to facilitate updating attribute data within the City's GIS system. Photographs will be named and linked to the defects in the database using an approved naming nomenclature (Basin, manhole number photo type. photo number) Minimum data to be gathered during manhole inspection and smoke testing dre presented or the followinp field forms. EXHIBIT A-4 Pa e 1 of 5 Project Name' Project Number: Date: Sub-Basin/Area: Map No: Manhole No: Crew leader: Downstream length (ft): Area Photo: Asset Type: M-Manhole, C=Cleanout. P-Pumpslalion, E=EOlS, T:;;-Tee ConnecUon Internal Photo Inspection Status: rY~Yes. B=Burled, l=CNl. O~=CNO' I~.=surcharged' N=No Access. O=Oog. tG=LoCked Gale, H=homeovmer 417 i-General Street iocatiOill CtJGV:EW NEST DR Accuracy: Degree Min See Address Num Street Name: GPSN: GPS WO: Asset and Area Information I Surface Cover: Surface Material: Asset Grade: (ST=Streel, GU=Gutter, AL=Afley, DW;:;Drivewa,', ,P=Palled, U::l)npaved I SW=Sidewalk. FD=Fleld, TW=TreeslWoods. PI -P8r1<ing lot SH=Road Shoulder, DD=Drainage Dilch. CR=Creek, WB=Within Building YD"'Yaro ()T~O!her) ( X-AI Grade. A=Above Grade, B=Below Grade) Grade Inch: (I....dicate inches above or below grade) Lid Type: (V=Venled, S=SoIid. B=Bolted O::Olher N=None \ Number of Vent Holes: Inflow Dish: Y I N (q :;; Standara 48" Round, 60;;; Std 60' Rou'Jd VL T=Vaull (GIve vault Oimerosions), C;;O"Clean'l'J! } Vault Dimensions; Inflow Potential: __~_ (N=None. L~Lighl, M=Moderate, S=Severe) Asset Diameter: in. in Asset Material: Material if Other: (B4tIc1<. SB~Seal Brick, C=Concrete. F-Hberglass, SC=Sealed Concrete, OT:::Other (add cmnmel1n Rim to Outgoing Pipe Depth (H): Outgoing Pipe Diameter (in): Debris Depth (in): Location. Defect.' Rating Roots III PhotolD 'Location LD=Lid, FR=Frame. FS=Frame Seal. CH=Chimney, CO=Cone, WA=W8I1, ST=Sleps, BN=Bench. PS=PipeSeal, 1N=lnvert **Defect BPS=Bad Pipe Sear. BRK=Brohn. CRK=Crack, CCl=CoUapse. DET=Deterioralion, HOl=HoIe, JNT-Joint Oefecll.... LOO=Loose. MBR=Misslng BrlckslMortar, MIS=Mssisg, ;: .1 6 RaUng: l = Ughl, M = Moderate, S = Se...re Roots: N = None. L = Light, M = Moderate. S = Severe VI : N = None, E = Evidence. A ~ ActI... Comments' Asset Visual fnlpection Form 1 1 e ?OQ4 Pipeline Analysis, LLC July 2004 EXHIBIT A-4 Pa e 2 of 5 Plf"'- VI:cU.,j i ISI cel,ol' f 0:11 Project: Basin: Sub-Basin: Manhole No: Pipe Photo 1 Line Type: Pipe No: Pipe Photo 2 (Drop) {M:;:Malnline, L:::Sef'llce, A=.Abandoned, B::8ypass, I::Interconnect, X==StormSewer Connect S=Slubout F=Force Main! Inspected: ( Y=Yes, S;Surcharged, F=Hlgh Flow, O=Obstruc1ionlDebris, N=Nollnspecled ) Pipe End: Clock Position: Pipe Length (Ft.) :.: ,'-'ulgl"ng InC<ITlinq (Required jf "0") Pipe Depth (Ft.): Pipe Size (In): Pipe Material: v'C;Clay, CO,;;;Concretf:!, I;{ r,'wfSleel, pv=pvc U~Unei OT::;:Olher' Surface Cover: Debris Depth (Inchesi: (ST=Street, GU=Gutter, AL=A1ley, OW;Dnveway, SW =Sidewalk, FD=Aeld, TW=Trees-Woods, PL=Pa,king Lot, SH= Road Shoulder, OD=Dralnage Ditch, CR=Creek, WB=Wilhin Building, YD:Yard ) Drop Type: ( N-'=None. 1O::;;:lnside Drop. OD'="Outside Drop} Surface Material: !Pipe Defects I Defect ((P = Paved, U = Unpaved) Rating Roots III Pipe Defects: BKP = Broken Pipe, CCl = Collapse, CRK = Crack, DET = DelorloraUon, DFP = Defonned Pipe, DIP = Detecttve Inside Drop, DOP ~ Defecttve Outside Drop, HOl; Hole, JNT = Defective Joint, OBS ~ Obstruction, PSG ~ Pipe Sag Rating' l=Light, M=Moderate, S=-$evere Roots; N=None, L==Ught, M~MQderate. S=Severe I..- ____ J II : N=-None, E=Evldence, A=Actlve Comments: Pipe Photo 1 Line Type: Pipe No: Pipe Photo 2 (Drop): (M:;f',Aainline, l=Service, A::Abandoned, B=Bypas$, I;;lnlerconnect, X=StonnSewer Connect, S=Stubout F~Force Main) Inspected: ( Y=Yes, S=Surcharged, F=High Flow, O=ObslructlonlOebris, N~Not Inspected) Pipe End: Clock Position: Pipe Length eFt.) { Outgoing I = i~cr)mlr:9l (Required if '0") Pipe Depth (Ft.): Pipe Size (In): Pipe Material: Surface Cover: (Vf::=Clay, CQ=Concrele, !F~IDr)Sle91, PV=PVC, U:::UORr OT=Otl1erl ( ST=Street, GU=Guller, AL=A1ley, OW~Oliveway, SW=Sldewalk, FD:Fleld, TW~Trees-Woods, PL~Parklng Lol, SH~ Road Shoulder, DO=Oralnage OUch, CR=Creek. WB~Wilhin Building, YO=Yard ) Debris Depth (Inches): IPipeDefects I Drop Type: (N=None ID=-lnside Drop OD;;.Oulside Drop) Surface Material: ((P = Paved, U = Unpaved I Defect Rating Roots III Pipe Defect6: BKP == Brok.en Pipe, eel:::: Collapse, CRK I:; Craek, DET = Detertoratlon, DFP = Deformed Pipe, DIP = Defective Inllde Drop, DOP = Defective Oulslde Drop, HOl = Hole, JNT = Defective Joint, OBS ~ Obstruction, PSG ~ Pipe Sag 2 Rating; l=L1ght, M=Moderate, S=Severe 3 Roots: N==None, l::tlght. M=Moderate, S~Sever8 4 ~._-- I J I : N=None, E;;Evk:lencI, A=Actlve Comments: - Pipe FOIm Var . <Q 2004, Pipeline Analysis, LLC July 2004 EXHIBIT A-4 Pa e 3 of 5 i..: 41 .c E :J Z c.. III :E i:U E ClJ z ~ .~ Q.. i.. IV .0 E :J Z t) Q) 0- L- 0.. - ~ ~ 5 6~~ ~cO - i'" ia:fl h~ &~~ ,_~O r/) o z Q) C- o: c::+.i o VI VI III III.... G! 0 a::Z o - Ul III .... . 0 CZ :::::0 ~ 0' CII "0 ~ 0 o 0 E " en o Z :J: :E ~ !::- ... ..c: Cl C III -l III 0- ~ .: Ul ('(l OJ i...: III "0 fa CIJ -l ~ ~ U (D - III o I E:l: J:c ; ~ 00 E o J:I ..:~ .!?n.. 0::> o 2 Q. .. :i' ~ 't: ~ T> ~ $i' o ~ 'Eo -"- ~ Co ,.. .- u o Vl " c: 8 Q) (f) Vl Q) 5 c: ~ IlJ ~ 0> Q) o ~ </) "0 C o u Q) 0? </) ~ ::> c ~ IV ~ OJ V o z rn 0.. (!) g ~ >.1 z o "' 5 o o <l: 01 ;:1 z v Q) b (f) it; " lof -6 '. " 10<( g >. o E :: o o <( E '" z z v ~ en g >. o E '" <J <J <( I I i o ,,'Z, i: ~ t ~, J::, ',.;E ~ N - en~O~llJ '! ~f) z .tij -;~ '- i ~., ~ o ~ z a; ~ iIi E '" z gl >. o ~ ... B .M ~ <J Ql" <( CI <( QllJ~llJU""CIl -.t E '" z ~ II 1 I z Q5 ~ (f) g >. o .. .. :l <J (,l <( E '" z ... o .. ~~ ""0 0<( I/'J a; ~ iIi en I- Z w :Ii: :Ii: o U I ~I " ~ g> '~ ~ ~ '" tl()~:!! II ~::>~,= a<ng'CJlf -g E ~ ~ 9 Gi ~c6a:.2~5 0- Il II If t T II CtI ~~~mt5~ u <CI)Q..a..Q::O '5 o c '" '" l; - U > OJ 5 il ~~~iije OEft-l u!!! ~~g;{ii.~ i~.!!~&ej " "fifdl'i'. (/)()..J"18.oo ~~~~~~~ ~ -= .~ l'l ~ J: '~ 00 .'!!!"[c1J ~ ~~:g. 1= .. ~ ::> ~ if~~' 9 5i :dl rf ClIU~llJU'" .J 0( ~ ~ ~ !1:J; ~ f~~f ..c: () ~ CI) ~ CZl c:: o .~ () o ....J ~ o ~ CI) ~ o~ .J <Xl ~~w ~ -- .c .. <: - 9r&;9 ;[~b "" .B o ~ l.i ~ ~ i~~~E i5~~~g ~ ~ ~ ~ 8 Q~(I)<no ~w ~ a:: :J III .. -0 o ~ 1) >. "C 'tJ i ~~~~~ !!!'/j8~ Ul<>-IL!'= ~ j l!; II .. m > c. .. " c. ::> I ~ ~ OOCllUfI) EXHIBIT A-4 Pa e 4 of 5 15 I LlJ C!; o N " :; -, :l .J .; '~ 'iij " < ~ g it t o N @ E & 0; {!! '" ~ (J) Project Photographs Five types of digital photographs may be obtained during the field investigation. The 1()l1owlI1i! descrihes tht naming nomenclature lIsed to identify each photograph. Photo Naming Format: Service Area, Basm. Manhole, Photo Source, Photo Number ) ..all1ples '\."'., I'holo = B\\, () ,J23 \1)'" U\V=Broad"dv H""11 ~en ice '\"c,. ," '3= Basin II 11)233 =MarJ!loJ{" jj'l \"30 = Area Ph, 'II NUllloer ~<o{e: Areu i'-,h~,i: Llkcli 51,0\\ lih.' i1:,i11ll)l~ pipl' t'dSt'lll'llt !li~'\lJllg plpel J'l1 <-.TfjJ) Photo H VvC2 ; 10.0: _Ull-31:) i~\V=Broad'~';i\' Jia"lll \crv:cv _\I'~';! ,,;~ BaSin II 1:2.13 =Mankk I 1',30 = Interna! Phi lid NIU11J-,el '"",(e' North I,!' ,f,'ho(, P:p!' /"hl\o= BW2i, I ';P,',,' H\\'=Broadwa', H".,,, StT']' c' , " BaSin II 'i233 =Manlwie Pipe 1","1, ""Ill ''.'1 Man!wl!' Defect Ph,!" HW2i1.1JI2, '~11' BW"=Broadwa, Ii""" Sen'Kc AI :" 2'! ". Basm II> )'j23J =Manhoie 11 i\ 1(1_~C = lv1anh\ lie' ! 11'fcCl Phct(;~'~uniy, Sm{'he 1'ho\o = BW2',iJ j ',1}33S\J3( BW=Broadwa\ Ra"fl Se] ,'1(, A".', Basin ID lie '3 =Manhlk II )(H!):::~ Smoke P!l(H,' :'Jurl1bCl ;'\1anhole desi!-~nak~: ;.hc tlpsl:l~al~ 'l1JI holt' :;)f' the P1Jw~"t!r:),,'i:l L':~tl'd_,1 EXHIBIT A-4 Page 5 of 5 Exhibit B Mandatory Requirements (Revised September, 2001) INSURANCE REQUIREMENTS CONSULTANT LIABILITY INSURANCE A The Consultant shall not commence work under this Agreement until he/she has obtained all insurance required herein and such insurance has been approved by the City. Nor shall the Consultant allow any subconsultant to commence work until all similar insurance required of the subconsultant has been so obtained B The Consultant shall furnish two (2) copies of certificates, with the City named as an additional insured with respect to general and automobile liability coverage, showing the following minimum coverage ffi-from an insurance company acceptable to the City. r-- TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE -- 3D-Day Notice of Cancellation required on all Bodily Injury and Property Damage certificates -- Conlmercial General liability i'lc1ucJing $2.000,000 COMBINED SINGLE LIMIT 1 CommerCial Form 2 Premises - Operations 3 Explosion and Collapse Hazard 4 Underground Hazard c: Products/ Completed Operations Hazard J 6 Contractual Insurance 7 Broad Form Property Damage 8 Independent Consultants 9 Personal Injury AUTOMOBILE L1ABILlTY--OWNFD NON-OWNED $1.000.000 COMBINED SINGLE LIMIT OR RENTED I WORKERS' COMPENSATION WHICH COMPLIES WITH THE TEXAS WORKERS;:::. COMPENSATION ACT AND PARAGRAPH II OF I n THIS EXHIBIT i EMPLOYERS LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY! $2.000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to Include [ ] REQUIRED long-tern envlronmentai impact for the disposal of [X] NOT REQUIRED contaminants BUllDERS'RISK See Section B-6-11 and Supplemental Insurance Requirements [ ] REQUIRED [Xl NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit I See Section 8-6-11 and Supplemental I I Insurance Requirements I [ ] REQUIRED [X] NOT REQUIRED Exhibit "B" Insurance Requirements Page 1 of 3 C In the event 0' accidents of any kind, the Consultant shall furnish the City with copies of all reports of such accidents at the same time that the reports are forwarded to any other interested parties II. HOLD HARMLESS A. Consultant agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees, and each ofthem against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or 'lJhich may be allegod to have arison out of or in connection with results from Consultant's negligent or alleged negligent acts, errors or omissions in the work covered by this contract. The foregoing indemnity shall apply except U-to the extent such injury, death or damage is caused by the sole sole or concurrent negligence of the City of Corpus Christi, its agents, servants, or employees or any other person indemnified hereunder. Notwithstanding any other provision of this contract, neither party shall be liable to the other party for consequential, incidental, indirect, special or punitive damages, regardless of whether it is advised of the possibility of such damages. 8. The Consultant shall obtain workers' compensation Insurance coverage through a licensed insur'ance company or through self-insurance obtained in accordance with Texas law. If such coverage is obtained through a licensed insurance company, then the contract for coverage shall be written on a policy and endorsements approved by the Texas State Board of Insurance If such coverage is provided through self-insurance, then within ten (10) calendar days after the date the City requests that the Consultant sign the contract documents, the Consultant shall provide the City with a copy of its certificate of authority to self-insure its workers' compensation coverage. as well as a letter, signed by the Consultant, stating that the certificate of authority to self-insure remains in effect and is not the subject of allY revocation proceeding then pending before the Texas Workers' Compensation Commission Further. if at any time before final acceptance of the Work by the City, SUCh certificate of authority to self-insure is revoked or is made the subject of any proceeding which could result in revocation of the certificate, then the Consultant shall immediately provide written notice of such facts to the City, by certified mail return receipt requested directed to: City of Corpus Christi, Department of Engineering Services P O. Box 9277. Corpus Christi, Texas 78469 - Attention: Co ntractA.d rl i n istrator Whether workers' compensation insurance coverage is provided through a licensed insurance company or through self-insurance, the coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Consultant will be promptly met. Exhibit "B" Insurance Requirements Page 2 of 3 Gc-- Builder's Risk CO'forage: Consult3nt will bo responsiblo for providing builder's risk insur3nce cover3go for the term of the contr3ct up to 3nd including the date tho City fin311y 3CCOptC the proJoct or work. Builder's risk cO'lor3ge sh311 bo 3n "^II Risk" form. The policy Sh311 bo 3 complotod v31ue form. The Consult3nt Sh311 provide such builder's risk cover3ge at 103st in the 3mount of $ ( DOLL^RS) which is m:tim3ted to be tho v31ue at completion of the ro31 or porwn31 property to be constructed. rop3ired or othor\vise impro'lod under thG contr3ct. ConEult3nt sh311 be rOf;ponsiblo for p3ying 311 costs nececs3ry to procuro such builder's risk im:ur3nco cover3go, including 3ny doductible. Tho City sh311 bo n3med an additional insured on 3ny policy providing such insur3nce covor3ge. ill On the certificate ot insurance . The City of Corpus Christi is to be named as an additional insured on the liability coverage except for workers' compensation coverage. . Should your Insurance company elect to use the standard ACORD form, the cancellation clause (bottom right) shall be amended by adding the wording "changed or" between "be" and "cancelled" and deleting the words "endeavor to" and the wording after "left". If the cancellation clause is not amended in the ACORD form, then endorsements shall be submitted . The name of the project also needs to be listed under "description of operations". . At least 1 O-day written notice of change or cancellation will be required. IV. A completed Disclosure of Interest must be submitted vvith your proposal. Exhibit "8" - Insurance Requirements Page 3 of 3 ~ City of ~ Corpus =- = Chnsti ~ CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Chnstl Ordinance 1 ! 112, as amended, requires all persons or firms seeking to do business with the City to provide the foHowing Informatior Every question must be answered 1..._qtM-'lIl),~'''''!B,,~iu.l~f'lll -~ ...... FIRM NAME: Earth Tech, Inc. STREET: 5575 DTC Parkway, Suite 200 CITY: Enqlewood, CO FIRM is: 1. Corporation~_ 2 Partnership 3 Sole Owner 5, Dther ZIP: 80111 4. Association DISCLOSURE QUESTIONS If additional space is necessary, piease use the reverse side of this page or attach separate sheet t. 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 tv/I), Job Title and City Department (if known) t. 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, r~ame Title f\J / l~ , .; 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. ~Jame Board. Commission or Committee ".. //1 . .. 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 IvA , Consultant CERTIFICATE 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 Clt1' of Corpus Christi, Texas as C'langes occur Certifying Person Phillip Watts Title Vice President ~~l. "~1I~1,~~:.-1ig:l--.-l~-:':______.__ ~ ~.;), '-1<;<::- IT"C" 1 of 2 DEFINITIONS a Board Member A member of any board. commission or committee appointed by the City Council of the City of Corpus Christi. Texas 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. 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. 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. 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 holding or control established through fating trusts. proxies or special terms of venture or partnership agreements. Consultant. Any person or firm, SUCh as engineers and architects, hired by the City of Corpus Christi for the purpose ot professional consultation and recommendation b c d e EXHIBIT "G" Page 2 of 2 ,p~ Ui ~, "_ (lJ ':::- c: 5- S~ ...... w- E a::: 2: ~c'C Q (lJ (j) c:E~0 (1J >- ~c J) ~y .... ~ c: .S! Q) Q. ~ E Q) 0 o.u Q) (ij (.) ..... 0 o > I- c: II> Q) ;j (.) o ":;: 0 Q) > ~ c: a. ..... "'C c: Q) ;j (.) 0 0 E > <t: c: w ..... :!: (.) (ij ra <t: ~ .... ..... Z II) 0 c: I- ~ .... I- 0 U ('I') Q) u W N Of"" - ..., C'lS N 0 000 O::zzQ) 0 0......(1)(.) Z W (.) u'o "'C I- .~.- > E wooc: ...J~>- <( o...o..E ..... ~ 0 0 u Z "'C E <( ..... (.) ra ~ ..... c: 0 U ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ ~ 0 0 0 0 0 :> 0 0 0 0 0 0 0 0 0 0 0 0 0 0 L[) 0 0 0 0 0 ..... 0 ..... ('t) a I.() (") N ..... (") ..... N ..... I a a 0 a a a a a 0 0 0 0 a a a a a 0 0 CO CO CO 0 a a a a I.() L[) L[) l- I- I- L[) lCj lCj a ..... .,- N 4'} Y7 N (") fA 4'} fA fA a a c, a 0 0 a 0 0 0 0 0 a a a a a 0 4'} CO CO CO Y7 a a a I.() L() l- I- I- lCj lCj ..... ..... ..... ..... fA fF7 Y7 fA- a a c) 0 0 0 a 0 0 0 0 0 a a a fA- L() 0 CO CO CO 0 lCj a lCj a t'-- L() L() t'-- lCj N a Y7 4'} l- I- I- Y7 fA- ..... .,- fA- 0 0 0 0 0 0 0 ,... C 0 C ,... 0 ,... ,... 0 0 II) 0 II) 0 N N m m m "'l:t I() "'l:t a> 0 0 ,... II) N 0 ..... <0 ,... ~ ,... a>~ - l- I- I- -.:i -.:i ..... M M 00 N ..... ..... 00 N ~ ~ ~ ~ ~ Of"" ~ I alo 0 0 0 0 0 t'-- 0 0 0 t'-- a t'-- t'-- fF7! LD 0 L() Y7 N CO CO CO N lCj N t'-- I N 0 N <.0 l- I- I- <.0 N <.0 co ..... ..... ..... ..... ..... ..... N I fF7 fF7 fA- fA- I I 0 0 c, 0 0 0 0 0 0 0 0 0 0 0 0 Y7 0 0 4'} N CO CO CO N 0 N N a 0 ..-- l- I- I- ..... 0 ..... ..... . - . ..... ..... ..-- ..... ..-- ..... N j Y7 Y7 fA- Y7 I a a 0 0 0 0 0 0 0 0 0 0 0 0 0 a a 0 0 0 0 CO CO CO 0 a 0 0 a 0 LD LD 0 0 l- I- I- 0 0 0 0 ..-- ('\-J N <.0 N N <.0 N co fF7 fF7 '-1'7 fF7 Y7 Y7 (f) (]) U (f) !/) c (]) (]) (]) (]) () II> Cf) (f) LL (]) C Q) II> (]) (f) Q) (f) Q) (.) eu Q) (]) (]) (f) eu Cf) ~ c Q) LL () II> (1J ..c Q) (f) 0 "c: Q) ..c 0... () Q) en >- :;::; LL en Q) eu (]) eu Q) VI (.) 0... en c en CJ) ..c C :::l "'C .... () Q) Q) .~ >- (1J 0 eu 0... c -0 0 "c: Cf) Q) L .r::: Q) :;::; CO ra OJ c :::l eu <( ~ LL Q) (1J CL (f) () c: c >- 0 Cf) ~ Q) eu CJ) c +-' ra c .... (1J :::l (1J 0 B c ".;::; OJ <( eu Cf) 0 E c .r: L 0 eu () c ~ 0 +-' E 0 (.) OJ CL +-' ::: E (]) 0 () E en E L :;::; <( +-' E ra II> (f) c "'C L 0- +-' ~ ..0 "(I) -0 Q) L eu ..... ra (]) u 0 :::l "'C (]) en eu 0 :::l ;j co -0 0 L S m 0... 0 CO 0 Cf) <! 0... c 0... 0 Cf) Cf) en CO <( I- CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity FORM CIQ r- , T his questionnaire is being filed In accordance with chapter 176 of the Local : C;overnment Code by a pers(,n doing business with the governmental entity. By law this questionnaire must be filed with the records administrator of the iocal government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed See Section 176.006. Local Government Code OFFICE USE ONLY Date Received t:, person committs an offense if the person violates Section 176.006, Local C;overnment Code An offense under this section is a Class C misdemeanor. ..!J Name of person doing business with local governmental entity. !J o Check this box if you are filing an update to a previously filed questionnaire, (The law requires tr,at :IOU 'lie an updated completed questionnaire with the appropriate filing authority not later than September 1 of the yea' for which an activity described In Section 176.006(a), Local Government Code, is pending and not 'ater than the 7th businpss day after the date the onglnally filed questionnaire becomes incomplete or inaccurate.) ~ Name each employee or contractor of the local governmental entity who makes recommendations to a local government officer of the governmental entity with respect to expenditures of money AND describe the affiliation or business relationship. I!J Name each local government officer who appoints or employs local government officers of the governmental entity for which this questionnaire is filed AND describe the affiliation or business relationship. Adopted 11/02(2005 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ Page 2 For vendor or other person doing business with local governmental entity ~ Name of local government officer with whom filer has affilitation or business relationship. (Complete this section only ifthe answerto A. B. or C is YES.) '"liS sectior" Item 5 inclUding scJbpwts A B. C & D nlust be completed for each officer With whom the filer has affiliation or other 01ationshltLlttach addltiona pages to this lorn (IC as necessary .. is the local governrne!'t ofk:;er 'amed In tillS sectiC)'l receiving 01 IIk.ely to receive taxable Income from the filer of the questiol'nCllre? DI ,Ie, ..~NO h Is the filer of the questionnaire r.?celvlng or IIk.ely to receive taxable Income from or at the direction of the local government officer ',amed In thiS section AND the taxable Income IS not from the local governmental entity? D.tes [~NO Is the filer of this questionnaire affiliated wltn a corporation or other bUSiness entity that the local government officer serves as an officer or director, or 10lds an ownership 0' 10 percent or more? D '/es [.~ No Describe each afflllatlor 0' bUSiness relatlonS1tp ~ SIgnature of person dOing bUSiness with 'he governmental entity Date Adopted 11/02/2005 H.B. 914, passed during the 2005 legislative session, became effective on January 1, 2006. The bill enacts Local Government Code Chapter 176 It requires a vendor that wishes to conduct business or be considered for business with a city to file a "conflict of interest questionnaire." The conflict of interest questionnaire (FORM CIQ) was created by the Texas Ethics Commission (TEC) and is available, along with a list of the local government officers of the City of Corpus Christi, online at www.ethics.state.tx.us or the City website at www.cctexas.com or from the City Secretary's office, City of Corpus Chnsti. Also, a vendor can obtain a copy of H.B. 914 from the City Secretary's Office Any questions regarding the conflict of interest questionnaire should be addressed to the Texas Attorney General. The bill defines who must file the conflict of interest questionnaire: · Any person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local government entity; and · An agent of a person who contracts or seeks to contract for the sale or purchase of property. goods, or services with a local government entity. The bill appears to apply to all persons or businesses who conduct business with the city, including those who submit bids on city contracts, make purchases of surplus city property, or participate in any other purchase or sales transaction with the city. A vendor shall file a completed conflict of interest questionnaire with the City Secretary not later than the seventh business day after the date that the vendor: · Begins contract discussions or negotiations with the City; or · Submits to the City an application, response to a request for proposals or bids, correspondence, or another writing related to a potential agreement with the local City A vendor shall file an updated completed questionnaire with the City Secretary's Office not later than: · September 1 of each year in which an activity is pending; and · The seventh business day after the date of an event that would make a statement in the questionnaire incomplete or inaccurate. A vendor is not required to file an updated completed questionnaire in a year if he has filed a questionnaire on or after June 1, but before September 1, of that year. A vendor commits an offense if the vendor violates this section. An offense under this subsection is a Class C misdemeanor