Loading...
HomeMy WebLinkAboutC2006-557 - 12/19/2006 - ApprovedAMENDMENT No. 2 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, Nu~ces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or Designee (Director of Engineering Services) and Freese and Nichols, Inc., a Texas corporation, 10814 Jollyville Rd, Bldg 4, Suite 100, Austin, Travis County, Texas 78759, (C~ultant Engineer), hereby agree hereby agree to the amendment of the Contract for Professional Services authorized by Motion No. 2005-271 on August 23, 2005, and by Motion No. 2006-164 on May 30, 2006 as follows: Section 1 Scope of Project is amended to read: _ 1. SCOPE OF PROJECT 1. Wh~sale Raw 1l~ter SCADA Improvements - 2005 (Proiect No. 8547) - This project consists of engineering for SCADA improvements at the Water Dep~rtment's wholesale raw water diversion sites, including: 1) City of Mathis Raw Water Intake Pump Station, 2) City of Beeville Raw Water Intake Pump Stat~n, 3) San Patricio Municipal Water District Mary Rhodes Pipeline Raw Water Diversion, 4) San Patricio Municipal Water District Nueces River Water Intake Pump Station, 5) Flint Hills Refinery Raw Water Intake Pump Station, 6) Celanese Refinery Raw Water Intake Pump Station, 7) Mary Rhodes Pipeline Raw Water Intake Pump Station at Lake Texana, and 8) O.N. Stevens Water Treatment Plant Raw Water Metering Vaults. The existing telemetry systems do not provide reliable measurement and acquisition of raw water diversion information needed for billing wholesale raw water customers and for planning water releases from upstream reservoirs including Wesley Seale Dam and Choke Canyon Dam. The SCADA improvements includes a communications : base station at Wesley Seale Dam operations center for gathering, storing, and reporting the raw water metering information. ! 2. Ma~sr AAeter No. 1 Replacement - 2006 (Proiect No. 8547) - This project consists of engineering services for the O.N. Stevens High Service Pump Building No.1 master meter #1 improvements, consisting of construction and procurement documents, including: 1) installation of new raw water meter and ' telet~netry equipment at the O.N. Stevens WTP. , 3. Ma~er Meter No. 1 Replacement - 200G Amendment No. 2(Proiect Na 854~" - The Consultant Engineer will provide the services necessary to competitively bid the installation of the master meter requiring preparation of plans, specifications, contract and bid documents and additional services set forth by Exhibit A-2. Section 2 Scope of Services is amended to read: 2 SCOPE OF SERVICES The Consuttant Engineer hereby agrees, at its own expense, to perform design services 2006-557 epare plans, specifications, and bid and contract documents. In ~ ~~~ ~,~1~~ Page 1 of 2 ~~2006-`~25 aEAmd2 ~oc Freese and Nichols .,. _ ~.. P __ .,~ _ .,.,,... . addit~n, Consultant Engineer will provide monthly status updates (project progress or delays, Gantt chart~ presented with monthly invoices) and provide contract administration services, as described in Exhibit A-2 to complete the Project. Work will not begin on Additional Services until requested by the Consultant Engineer (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. Consultant Engineer 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 will be considered as Basic Services. The summary of these tasks and services are listed in Exhibit A. Sectian 5 Fee is amended to read: 5 FEE The City v~ill pay the Consultant Engineer a fee, as described in Exhibit A-2, for providing services a~#horized. Monthly invoices will be submitted in accordance with Exhibit D. Exhibit A-2 is added to the contract to address amended to address the decision to comp~titiv~ly bid the installation the O.N. Stevens High Service Pump Building No.1 Master Meter Replacement. All other terms and condi#ions of the August 23, 2005 contract, as amended, befinreen the City and Consultant Engineer will remain in full force and effect. CITY OF CORPUS CHRISTI By ~.r,,,~,,~~.'~ ~7 '~, ~~ Rt~nald F. Massey, ~ ate Assistant City Manager REC~MMfNDED BY: ~ By ~ /3 d~ . Escobar, P.E. Date rector of Engineering Services ATTEST By ~ /~~- l1-~Ye~~ ~mando Chapa, Date City Secretary FREESE AND NICHOLS, INC. By ~_.-~''~_ 1 ~:c.~/~'' - Jol~n S. Wolfhope, .E Date 10814 Jollyville Rd, Bldg 4, Ste 100 Austin, TX 78759 (512) 451-7955 Office (512) 451-7956 Fax ' ~ 1j~~ ~ 24~ ~T~t~cry ~.~, ~.: ~.....~.......... ~ ~ E~CIL I~- ~ O"l,~ ~ ~` w.r...,,... .. ...............~Ff;RFTA~v~~" I APP~ROV ,~`tfl AS TO FORM By f ~ ~ ~ C~#y , rney e Page 2 of 2 H :HOMEH(EVIN51GEN1WATERVA547 SCADA 20051AEAmd~ aoc EXHIBIT A-2 CITY OF CORPUS CHRISTI Raw Waiar Diversion Monitoring System - Engineering Services Exh~it A-2 is amended by the addition of Amendment 2 Services to read: I. S~OP~ I~F SERVICES A. Rincvn Bayou Pump Station Supervisory Control and Monitoring 1. Design Phase. The Consultant Engineer will provide engineering services for the Rincon Bayou Pump Station Raw Water Diversion Monitoring System, consisting of construction/procurement documents, including: 1) integration of new remote telemetry panel and related communications equipment at the Rincon Bayou Pump Station for a complete and operational remote supervisory control and monitoring system. These services shall include: a} review available records, archives, and pertinent data related to the Project, identifying some of the potential problems and possible conflicts, intent of design, and improvements required; b) study the construction documents for the Rincon Bayou Pump Station, including submittals for flow meters and pump station control panels. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff; cj prepare 1 set of Design Documents in City format (using City Standards as applicable), including; specifications and drawings to describe the size and character of the entire Project; and such other essentials as may be necessary for construction and cost analysis; Drawings shall include remote telemetry panel layout and wiring diagrams, pump station communication equipment plan and elevation, and system diagram; d) provide one (1) set (hard copy and electronic) of final (record) documents suitable for reproduction (In City Format) and said contract documents henceforth become the sole property and ownership of the City of Corpus Christi; ej the City agrees that any modifications of the submitted final (record) documents (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; Freese and Nichols, Inc. shall not be responsible for any liabilities resulting from such modification; f} prepare and submit monthly status reports with action items developed from monthly progress and review meetings; 2. Construction Phase: Freese and Nichols, Inc. will provide the following construction phase services: aj design, fabricate and commission remote telemetry panel and communication accessories for supervisory control and monitoring of Rincon Bayou pump station from the Wesley E. Seale Dam operation center. Integration services will be provided in conjunction with Automated Concepts, Inc. (ACI) as a subconsultant to FNI. b) provide and commission redundant master radio and nefinrork switch in Exhibit A-2 Pa e 1 of 9 existing communication cabinet at the Wesley E. Seale Dam Operations Center to increase the reliability of the existing Raw Water Diversion Monitoring System. cj expand existing Raw Water Diversion Monitoring System graphics interface at the Water Operations Center to include monitoring and supervisory control of Rincon Pump Station Upgrade graphics interFace software at Operations Center to manufacturer's latest software release. d) prepare Operations and Maintenance Manuals and provide operator training to City staff. Operations and maintenance manual shall include requirements and recommendations for spare parts. Conduct 8-hour training session on the operation and maintenance of the graphics interFace, remote telemetry panel, and communication accessories. e) provide 1-year of technical support services related to the operation and maintenance of the Rincon Bayou Pump Station Raw Water Diversion Monitoring System 3. Gity will provide a) Access to Rincon Bayou Pump Station for testing and commissioning of remote telemetry panel and communication accessories. B. D.N. ~tevens Mastsr Meter #1 Bid Documents, Bid Phase and Construction Phas~e Services 1. De~ign Phase. Upon receiving authorization to proceed, the A/E will: a. Study, verify, and implement letter engineering 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, 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 Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. c. 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. d. 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 Summarv" which will identify and summarize the project by distinguishing key elements. Exhibit A-2 Pa e2of9 f. Assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. g. Provide 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 (QA/QC) 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 ConsultantA/E and Sub-consultant A/E 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. j. 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. I. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. The 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. Exhibit A-2 Pa e3of9 e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the A/E'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 deems necessary to re-advertise that particular portion of the Project for bids. The 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 A/E) any addenda, prepare anci 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 contract for execution between the City and the contractor. 4 Construction Phase. The A/E will perform contract administration to include the services as described below. The A/E will endeavor to protect the CITY in providing these services however, it is understood that A/E does not guarantee the Contractor's performance, nor is A/E responsible for supervision of the Contractor's operation and employees. A/E shall not be responsible for the means, methods, techniques, sequences or procedures of construction selected by the Contractor, or any safety precautions and programs relating in anywayto the condition of the premises, the work of the Contractor or any Subcontractor. A/E shall not be responsible for the acts or omissions of any person (except its own employees or agents) at the Project site or otherwise performing any of the work of the Project. 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 two 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. Exhibit A-2 Pa e4of9 f. Prepare change orders as authorized by the City (coordinate with the City's construction division); provide interpretations and clarifications of the plans and specifrcations 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. Conduct, in company with City representative, a final review of the Project for conformance with the design concept of the Project and general compliance with the Construction Contract Documents. Prepare a list of deficiencies to be corrected by the contractor before recommendation of final payment. 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, 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 - Imaging for Win95 (Wang) and Microsoft Imaging Composer. Deliver the manuals on a CD-ROM, not on floppy disks. i. Review construction "red-line" drawings, prepare record drawings of the Project as constructed (from the "red-line" drawings, field observation notes, and the contractor provided plans) and deliver to the Engineering Services a reproducib{e set and electronic file (AutoCAD r.14 or later) 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. The City staff will: a. Prepare applications/estimates for payments to contractor. b. Conduct the final acceptance project review with the Engineer c. Complete and submit a complete Pre-Final and Final set of construction drawings, plans, details, contract documents, technical specifications, and bid documents in accordance with the City of Corpus Christi's preferred standard format. d. Provide the final opinion of probable construction cost. e. Furnish the City with both a reproducible set of plans with specifications and bid docurnents for the bidding process, as well as the full documents in electronic format. Exhibit A-2 Pa e5of9 Addi~nal Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional servic~s that may be included as part of this contract, but the A/E will not begin work on tfiis seCtion without specific written approval by the Director of Engineering Services. Fees forAdditional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The A/E will, with written authorization by the Director of Engineering Services, do the following: 1 Permittinct. Furnish the City all engineering data and documentation necessary for all required permits. The A/E will prepare this documentation for all required signatures. The A/E will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. Texas Commission of Environmental Quality (TCEQ) Approval Coordination 2 Construction Observation Services. Provide a project representative (PR) to provide periodic construction observations. A. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the A/E shall endeavor to provide further protection for the CITY against defects and deficiencies in the Work. The duties and responsibilities of the PR are described as follows: 1. General: PR will act as directed by and under the supervision of A/E, and will confer with A/E regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with A/E and Contractor, keeping the CITY advised as necessary. 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 understanding the intent of the Contract Documents. B. PR shall communicate with CITY with the knowledge of and under the direction of A/E 4. Interpretation of Contract Documents: Report 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: Exhibit A-2 Pa e6of9 A. Conduct on-Site observations of Contractor's work in progress to assist A/E 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 A/E 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, A/E's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and 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 A/E 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 A/E 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 on CD-ROM at the rate of a minimum of two photographs per day, including an adequate amount of photograph dacumentation of utility conflicts. Exhibit A-2 Pa e7of9 ~ ,,. ~ _,., ,,.~.. .r.,.. _ _ _ ~ ,~ .~.~... _ _ ,.~ ~ ,.~. _ . , ~.. _,.. _~ __..,r 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 project review in the company of A/E, 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. 3. St~,~t-up Servic4s. Provide on-site services and verification for all start-up procedures during actual start up of major Project components, systems, and related appurtenances if needed and required. 4. W~~rantv Phase. Provide a maintenance guaranty project review 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 ofthe 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 project review and prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. 5. Pr~aride SCADA Documentation. Provide standardized SCADA documentation, which will include PFDs, P&IDs, loop sheets, logics, SCADA architecture, DCS I/O lists, instrument lists, tie-in lists, piping lists, equipment lists, and instrumentation specification sheets. II. ~CHEpULE pRnpnc~n pRn_iFr_r cr_WGn~ n G DAY . DATE .... . ~ .. ~~ ACTIVITY Wednesday January 31. 2007 Commission Remote Telemetry Equipment Wednesday February 28, 2007 Submit final record documents ! and O&M information for Rincon RTU ~ hllonday April 30, 2007 Submit final record documents and O&M information for ONS Meter ~.~- --- - ; Qrigi~l Contract F~e ; A-mer~nent #1 ; Previc~us Contract Fee ~- Fee $179,100 $74,500 $253,600 ~ Amer~ment No. 2 ~~incon Bayou Pump Station Supervisory Control and Exhibit A-2 Pa e8of9 ; Moni~oring . --_---- -- - r1. Design Phase $16,674 ' 2. Fabricate and Commission Remote Telemet Panel $18,510 !,' 3. Provide Redundant Master Radio at W.S. Dam Operations Center $6,478 ' 4. Ex and Gra hics Interface at Water O erations Center $5,796 4. Pr are O&M Manual and Conduct O erator Trainin $4,121 5. Pravide 1- ear O rations and Maintenance Su ort $5,347 ~ub-Total Rincon Ba ou Pum Station Fees Authorized $56,926 '~NS ~ster Meter ~lo. 1 Bid Documents and Biddi Services Fee fr~r Basic Services _ ---- -- 1. De~ign Phase - Bid Documents _ _____ -._- $10,182 ' 2. Bid Phase ~--- -- _ _ _ _ - -- $6,145 3. Construction Phase _ $11,167 Subtot~l ONS Master Meter Basic Services Fees $27,494 ' Fee f+~r Additional Services-ONS Master Meter (Allowance) , 1. Permitting and Agency Coordination (Authorized) $1,145 , 2. Construction Observation Services (Authorized) $6,296 ' 3. S~rt-up Services (Authorized) $2,243 4. Wa~rranty Services (Authorized) $2,130 ' S. SCADA Documentation (Authorized) $2,686 ' Sub-Total Additional Services Fees Authorized ___ _ _ _- --- __ $14,500 Total Amendment No. 2 Fee - - ---- - -- - -- _ _ _ $98,920 Total Authorized Fee $352,520 Exhibit A-2 Pa e9of9 City of CpIPllS CITY OF CORPUS CHRISTI - - C~1T1St1 DISCLOSURE OF INTERESTS `i~. City ~f Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City ta provide the following information. Every question must be answered. If the question is not applicable, answer with "N/A ' FIRM NAME: STREET: C ITY: ZIP: FIRM is t~orporaticn _ ~. Partnership_ 3. Sole Owner 4. Association 5. ~ther DISCLOSURE QUESTIONS If additional space is necessary please use the reverse side of this page or attach separate sheet. 1. St~e the names of each employee of the City of Corpus Christi having an ownership interest constituting 3°/. or more of the ownership in the above named firm. Name Job Title and City Department (if known) 2, State the names of each official of the City of Corpus Christi having an ownership interest constituting 3°/. or more of the ownership in the above named firm. Nar~ Title 3. State the names of each board member of the City of Corpus Christi having an ownership interest co~stituting 3% or more of the ownership in the above named firm. Narr~e Board, Commission or Committee 4. State the names of each employee or officer of a consultant for the City of Corpus Christi who worked on any m~tter related to the subject of this contract and has an ownership interest constituting 3% or mofe of the ownership in the above named firm. Name Consultant CERTIFICATE f certify that all informat~on provided is tr,ae and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi Texas as changes ~ccur Certifying Person:_='ohn W. Wolfhope __ v Title: Principal ( ype or rmt? , ,,~,r'n %s / Signature of Certifying Person:_ `f'" __ +~!°' :y'~ Date: Y f~ ~,~( _ . ~ ,~_ _.,.,,_~a ~...Y. ,.~ ___.. ._. _ .... ~. ~ .~. ___.. _..,...