Loading...
HomeMy WebLinkAboutC2009-148 - 4/21/2009 - ApprovedAMENDMENT NO. 1 TO CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas hereinafter called "City" and Bath Engineering Corporation, hereinafter called "Consultant" agree to the following amendment to the Contract for Professional Services for O.N. Stevens Process Monitoring Instrumentation and Automation Improvements IProiect No. 8600), as authorized by: Ori final Contract June 3, 2008 Administrative A royal $47,000.00 In the original contract, the SCOPE OF SERVICES shall be modified to include the following paragraphs: 1. SCOPE OF PROJECT O.N. Stevens Process Monitoring Instrumentation and Automation Improvements (Project No. 8600) Amendment No. 1 proposes to provide the necessary engineering design and support services (bidding and construction support) for the installation of new turbidity sensors and analyzers, pH sensors and analyzers, and chlorine residual sensors and analyzers. Existing analyzers in the basement of the Chemical Building will be demolished and new sensors and analyzers will be installed at the point of sample and as required by the TCEO. Also included is the re-design of the existing communications network system to accommodate these improvements and future project improvements. The consultant will develop with City staff a Management of Change (MOC) process for mission-critical information documentation of the monitoring and control systems at the ONSWTP; and assist the City in developing critical equipment standards for the ONSWTP. 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform professional services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, A/E 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". Work will not begin on Additional Services until requested by the A/E (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. A/E 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. 2009-148 04/21/09 M2009-097 Bath Engineering Corp. ocass Monitoring InsimmantationWmtl. No. 1 Wntl. No. t Eoc AMD. NO.1 Pa e 1 of 3 3. ORDER OF SERVICES The A/E 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 A/E 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 all additional time that may be required for review by the City staff and may be amended by or with the concurrence of the Director of Engineering Services: The Director of Engineering Services may directthe A/E 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. A/E shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. MANDATORY REQUIREMENTS A/E agrees to the mandatory contract and insurance requirements set forth in Exhibit "B". 5. FEE The City will pay the A/E a fee, as described in Exhibit "A", for providing services authorized. Monthly invoices will be submitted in accordance with Exhibit "D" and shall include monthly updates. 6. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the A/E at the address of record. In this event, the A/E will be compensated for its services on all stages authorized based upon A/E and City's estimate of the proportion of the total services actually completed at the time of termination. 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 A/E agrees that at least 75% of the work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan Statistical Area (MSA). Additionally, no more than 25% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA.) 8. ASSIGNABILITY The A/E 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 A/E staff. If the A/E is a partnership, then in the event of the AMD. NO. 1 Pa e2of3 H:\HOME\Rachelle\GEN\Water\ONSWrP\B60g-Process Monitoring InslmmentalionVVntl. No. 1Wntl. No. itloc 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 A/E fee may be assigned in advance of receipt by the A/E 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. 8. 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, may not be used again by the A/E without the express written consent of the Director of Engineering Services. However, the A/E may use standard details that are not specific to this project. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re-use of modified plans. 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 "B". 11. DISCLOSURE OF INTEREST A/E 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 as Exhibit "C". CITY OF CORPUS CHRISTI y a3-os Oscar Martinez Date Assistant City Manager RECOM NDED J~ ¢~~09 Pete Anaya, P.E. Date Director of Engineering Services BATH ENGINEERING CORPORATION ' hard C. Pittmai , .E. Date President 5656 S. Staples St., Suite 110 Corpus Christi, TX 78411 (3~~6~~1~~)~~9~~9~~2q-22c~8~~4rr;//(361) 992-2287 J~uv.1:tG-t ~ AUTtiURI2W BY COUNCIL ~ a ~ ~ ATTEST 1 A,PPrROVED.AS'Y'C3'~C~tIYI ~'rrY ~~~- ' V~~IuY.~ll~ ~f -13~~ Armando Chapa, City ecretary City Attorney Date AMD. NO. 1 Pa e3of3 H:WGME1Rachalle\GEN\WetarIONSWrP\5600-Process Monitoring InslrumentationWnd. No. 11Amd. No. i.doc ~~ ENGINEERING CORPORATION ~ 5856 S. Staples St., Suite 110 Corpus Christi, Texas 78411 =Phone 361/992-2284 =Fax 3611992-2287 March 20, 2009 Mr. Pete Anaya. P.E. Director of Engineering Services City of Corpus Christi 1201 Leopard St. Corpus Christi, TX 78401 Re: ONS Process Monitoring Instrumentation and Automation Improvements Project No. 8600 Dear Mr. Anaya: Bath Engineering Corporation (BEC) was initially contracted by the City to provide professional engineering services for this project which included a broad overview of existing conditions and research and review of existing documentation. This involved numerous meetings with City personnel to define project goals, costs, schedule and priorities. The deliverable was a report with a high level network architecture schematic with cost, schedule and recommendations for the ONS Process Monitoring Instrumentation and Automation Improvements. Amendment No. 1 is to implement some of these recommendations. Adetailed scope of work is defined in Amendment No. 1 Exhibit "A" (see attached) and is summarized as: Providing the necessary engineering design and support services (bidding and construction support) to produce design documents for the installation of new turbidity sensors and analyzers, ph sensors and analyzers, and chlorine residual sensors and analyzers. Existing analyzers in the basement of the Chemical Building will be demolished and new sensors and analyzers will be installed at the point of sample and as required by the TCEQ. Included in this scope of work is the re-design of the existing communications network system to accommodate these improvements and future project improvements. To accomplish this it will be necessary to field verify and document the network down to the device level. Our services for this project will include all necessary field investigation, site surveying, cost estimating, and necessary meetings with City personnel for City input. We will also coordinate this project with other ongoing projects at the ONSWTP. The estimated construction cost for the installation of the sensors, analyzers and network improvements is $ 3.6 million. Two additional services being provided will be 1) to facilitate and help develop with City staff a Management of Change (MOC) process for mission critical information documentation of the monitoring and control systems at the ONSWTP and 2) to assist the City to develop critical equipment standards for the ONSWTP. We propose to provide professional services for this defined scope of work and the additional services for a lump sum fee of $398,600. Sincerely, BA H ENGINEERING CORPORATION t~~ G~////~}~-r~~-~. i and C. Pittman, A'E/ resident l/ EXHIBIT A CITY OF CORPUS CHRISTI O.N. STEVENS PROCESS MONITORING INSTRUMENTATION AND AUTOMATION IMPROVEMENTS AMENDMENT NO. 1 (PROJECT N0.8600) 1. SCOPE OF SERVICES Bath Engineering will provide the necessary engineering design and support services (bidding and construction support) for the installation of new turbidity sensors and analyzers, pH sensors and analyzers, and chlorine residual sensors and analyzers. Existing analyzers in the basement of the Chemical Building will be demolished and new sensors and analyzers will be installed at the point of sample and as required by the TCEQ. Also included is the re-design of the existing communications network system to accommodate these improvements and future project improvements. Additional Services will include the development of a Management of Change (MOC) process with the City for mission-critical information documentation of the monitoring and control systems at the ONSWTP and assist the City in developing critical equipment standards for the ONSWTP. A. BASIC SERVICES 1.0 Preliminary Phase (completed under Small A/E contract) 2.0 Enuineerinu & Design Phase A. Process Instrument Design: Located within the basement of the Chemical Building are fourteen (14) turbidity sensors and corresponding indicating analyzers, eight (8) ph sensors and corresponding indicating analyzers/transmitters, eight (8) residual chlorine sensors and corresponding indicating analyzers, four (4) pressure switches, and three (3) differential pressure transmitters. All of these instruments have long sample lines that are remote from the actual process that is being monitored. These long sample lines create a severe latency and response time in the system that leads to poor monitoring of each of the process variables. It is the intent of this project to accomplish the following: • Relocate the instruments (sensors) and analyzers from the basement of the Chemical Building out into the field as close as possible to the TCEQ -required sample point and eliminate all long sample lines. These locations will be coordinated with ONSWTP Operations. Sample lines extending into the laboratory will no longer be required and will be removed in their entirety. • Upgrade all instrumentation of both sensors and analyzers to the site standard where necessary and required to meet IP network communication standards. • Add 3 Total Organic Carbon (TOC) monitors. • Route all instrument outputs through the revamped ONSWTP communications AMD. NO. 1 EXHIBIT "A" Pa e 1 of 6 H:\HOME1Radrelle\GEN\Waler\ONSNrtP\8600-Process Monitoring InsWmenletionWmtl. No. i\Exhibil Adoc network into the existing SCADA System for proper monitoring. • Investigate each sampling point for optimum location for sample extraction and TCEO requirements. B. Network Communication Desion: The City of Corpus Christi ONSWTP currently utilizes various components that together make up a communications network that provides the backbone for distributing data and critical control information throughout the facility. This communications network has been compromised in several areas due to uncontrolled and undocumented changes to the network infrastructure, system installation without a master plan and lack of redundancy. Without a reliable control communication system, network critical data and process information can be lost, routed to the wrong control sequence, or communicate too slowly to maintain consistent and efficient process control or monitoring. Bath Engineering is proposing the following set of activities in order to eliminate these control system issues. • Produce a set of control system network communication interconnection diagrams for the ONSWTP. Network drawings would be created at the device level and represent the as-built condition of the network to allow improvements to be made to the network in acost-effective and controlled manner. All documentation wilt graphically depict all point-to-point control system network interconnectivity along with IP addressing if available. • Design modifications to the network that would offer the flexibility of building backbone redundancy to the network. • Replacement of mission critical network equipment that is either 1) out of date and no longer supported by the manufacturer and 2) unreliable due to poorly configured communication algorithms. • Re-design the fiber system backbone that is currently overly segmented due to the nature and management of its construction throughout the years. This effort would involve separating the existing ONSWTP network from the City Network. Control System networks should be configured and designed with a physical layer of separation from connections to the outside world due to concerns of security and reliability. • Engineer network design modifications that will take into account future expansion of the network backbone to include other scheduled ONSWTP projects such as Raw Influent Improvements and Chemical Feed Optimization and City-Wide Water Disinfection Improvements. Protect Boundaries: Bath is not responsible for revisions to the SCADA System software or PLC programming to accomplish the bulleted items mentioned above. All network design improvements will be limited to the battery limits of the ONSWTP and will not include configuration or programming services. Design work will be limited to the physical layer of the network. Bath is not responsible for network configuration and device level programming. This scope does not include anywork associated with the City IT Services Network. AMD. NO. 1 EXHIBIT "A" Pa e2of6 H'U10ME\Rachelle\GEMWalerlONSWTP18S00-Process Monitoring InsvumenlationWmtl. No. 1\Exhibil A.tloc Project Deliverables: Deliverables will be a complete set of ready for bid construction documentation including all drawings and relevant CSI specifications. Bath will also provide project administration and construction phase services. 3.0 Bid Phase • Attend the pre-bid conference and assist City in defining, clarifying, and responding to bidder questions with respect to project design, specifications, materials, and methods. • Prepare addenda necessary to inform contractors of modifications and clarifications prior to bid date. The City's Engineering Services will distribute any addenda. • Attend the bid opening, tabulate bids according to the City Engineering Services preferred standard format, and make recommendations concerning award. 4.0 Construction Phase • Attend and participate at the pre-construction conference, which will be chaired by Engineering Services. • Provide contractor-prepared redlined marked-up set of construction documents. • Coordinate with the City inspector to authorize minor field alterations that do not affect the contractor's price and are not contrary to the interest of the City. Conduct a "final inspection" with City and Contractor, and make a recommendation concerning final acceptance. B. ADDITIONAL SERVICES 1.0 Management of Change (MOCI Process Development -The City of Corpus Christi's ONSWTP does not have any means of controlling the version and revision control of its mission and site-critical facility documentation. This proves to be very costly to the City as engineering projects are implemented and each individual engineering firm must include the cost to update documents and drawings that pertain only to the scope of their specific work. When this method is applied to documents that are critical to the reliable operation of the control system, other problems are encountered. These problems relate directly to the efficient and reliable operations of the facility. It is paramount that these mission-critical documents and drawings be identified and placed under some form of document control. This document-control system and set of procedures allows for the proper version and revision control. It moves the modifications of these drawings and records from being project-specific to reflecting the actual installed version of the documents where they become living as-built record documents. Below is a set of activities that will assist the City in ensuring the establishment of a document-control system for all mission-critical record documents. These documents will no longer be subjected to random changes on aproject-by-project AMD. NO. 1 EXHIBIT "A" Pa e3of6 H:WOME\RechellelGEMWater\ON6WTP\8600-Process Monitoring InaliumantationWntl. No. 1\Ezhibil A.tloc basis but instead will be controlled through a version and revision controlled process. • Provide the necessary engineering services to assist ONSWTP City of Corpus Christi in the development of a "Management of Change Process for the Identification of and Securing of Record Documents". This effort will include the cost associated with the determination of appropriate standards as well as the development of a document version and revision control system. This effort does not include the evaluation of document control software, which should be an independent effort once the MOC process is defined. • Provide service as a committee member offering key input in the process design phase of the activity. • Assist the ONSWTP Operations Staff in the development of a list of necessary record documents. This effort does not include development of the record documents themselves. • Provide facilitation support including initial meeting with stakeholders to determine project constraints and functional boundaries. • Facilitate information-gathering meetings as the process map is developed. • Provide documentation development support of process map, its corresponding roles and responsibilities matrix, and all SOP Documents. Project Boundaries: Only includes the mission-critical infrastructure documentation such as P&ID's, instrumentation documentation, one-line diagrams, etc. This will not include all project-specific drawings or documents. Project Deliverables: Deliverables will include a report that documents the new policies and procedures required to implement the new MOC process as well as process map with defined roles and responsibilities that supports the new procedures. 2.0 Equipment Standards Develoament -Bath Engineering has included time in this project for four (4) meetings with the ONSWTP-designated team for development of a set ofmission-critical equipment standards. The City of Corpus Christi ONSWTP personnel will be responsible for the management and scheduling of this activity. Proiect Boundaries: Bath is a participant only and is not responsible for management or scheduling of activities. Bath is also not responsible for the documentation of its findings. Proiect Deliverables: None -Bath is only a participant 3.0 GPS Site Survev - Provide a site survey that accurately locates all above-grade obstructions and structures and can be used to develop an accurate site plan. AMD. NO. 1 EXHIBIT "A" Pa e4of6 H9HOME\Raohelle\GEN\Water10N5VJrP\8800-Proceas Maniloring InslrumentationWntl. Nc. 1\Exhibit A.tloc 4.0 Fiber Optic Cable Verification -Provide the labor and equipment to electronically light all the existing fiber optic cable to confirm continuity and light losses. 5.0 Construction Observation Services - Provide a minimum of ten (10) fielc observation trips with a written report on progress during the project construction. 6.0 Process Sub-Consultant - Provide a water process engineer to assist in the MOC process, the equipment standards development and the selection and exact locations of instruments for the O.N. Stevens Process Monitoring design. PROJECT MILESTONES • Process Monitoring Improvements design package • Network Infrastructure Improvements design package The submittals will be structured as follows: 3 copies each 1) Design Memorandum 2) 60% design Construction Documents with Schedule and Cost Estimate 3) Pre-Final design Construction Documents that include: • Drawings & Specifications, Probable Cost of Construction, Equipment List • Reponses to 60% comments 4) Final design Construction Documents The MOC development, communications network as-builts, and participation on the ONSWTP Standards Development Committee will not require any project milestones but will adhere to a schedule for their final submittal. 2. SCHEDULE DAY DATE ACTIVITY Tuesda Ma 5, 2009 Notice to Proceed Thursda June 4, 2009 Mana ement of Chan a Com lete Frida June 12, 2009 ONSWTP E ui ment Standards Monda June 15, 2009 Communication Network As-Builts Com lete Tuesda Au ust 4, 2009 Communication Network U rade Desi n Monday January 11, 2010 Process Improvements Final Design Com lete Monda 2 Janua 18 & 25, 2010 Advertise for Bids Wednesda Janua 27, 2010 Pre-Bid Conference Wednesda Februa 10, 2010 Receive Bids Wednesda March 3, 2010 Be in Construction Wednesda Februa 9, 2011 Construction Com letion AMD. NO.7 EXHIBIT "A" Pa e5of6 H:WOMEU2echelle\GEMWalerlONSNRP\BSOD~Process Moniiwing InstrumantationWnd. No. 11Exhibit A.tloc 3. FEES A. Fee for Basic Services. The City will pay the A/E 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 I.A.1-4 above, and for all expenses incurred in pertorming these services. The fee for this project is subject to the availability of funds. The Engineer may be directed to suspend work pending receipt and appropriation of funds. The A/E will submit monthly statements for basic services rendered. For the Preliminary, Design and Bid Phases, the statement will be based upon A/E's estimate (and City concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in the Basic Services Construction Phase, the statement will be based upon the percent of completion of the construction contract. City will make prompt monthly payments in response to A/E's monthly statements. B. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services", the City will pay the A/E anot-to-exceed fee as per the table below: ORIGINAL CONTRACT AMD.N0.1 TOTAL BASIC SERVICES 1 Prelimina Phase $47,000.00 $0.00 $47,000.00 2 Desi n Phase 0.00 255,125.00 255,125.00 3 Bid Phase 0.00 3,780.00 3,780.00 4 Construction Phase 0.00 28,520.00 28,520.00 Subtotal Basic Services 47,000.00 287,425.00 334,425.00 ADDITIONAL SERVICES 1 Maria ement of Chan a Develo merit 0.00 31,775.00 31,775.00 2 E ui merit Standards Develo merit 0.00 21,000.00 21,000.00 3 GPS Site Surve 0.00 6,000.00 6,000.00 4 Fiber O tic Cable Verification 0.00 12,000.00 12,000.00 5 Construction Observation Services 0.00 20,400.00 20,400.00 6 Process Sub-Consultant 0.00 20,000.00 20,000.00 Subtotal Ad ditional Services 0.00 111,175.00 111,175.00 TOTAL AUTHORIZED FEE $47,000.00 $398,600.00 $445,600.00 The estimated cost of construction for O.N. Stevens Process Monitoring Instrumentation and Automation Improvements is $3,600,000. The basic services fee proposal for this project is $334,425. Therefore, the percentage of basic engineering services cost to construction cost is 9.3%. AMD. NO. 1 EXHIBIT "A" Pa e6of6 H:W OMEIRachellelGENlWateAONSVJrP18600.Process Monitoring InsbumenlationUmtl. No. i~Exhibil A dac EXHIBIT B MANDATORY INSURANCE REQUIRMENTS (Revised September 2007) 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, showing the following minimum coverage in an insurance company acceptable to the City. TYPE OF tNSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on all Bodily Injury and Property Damage certificates Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises -Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractuallnsurance 7. Broad Form Property Damage 8. Independent Consultants 9. Personallnjury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WORKERS' COMPENSATION WHICH COMPLIES WITH THE TEXAS WORKERS= COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT 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 environmental impact for the disposal of [X] NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements [ ]REQUIRED [X] NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements [) REQUIRED [X] NOT REQUIRED C. In the event of 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 interest parties. EXHIBIT "B" Insurance Requirements Pa e 1 of 2 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 of them 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 which may be alleged to have arisen out of or In connection with the work covered by this contract. The foregoing indemnity shall apply except if such injury, death or damage is caused by the sole or concurrent negligence of the City of Corpus Christi, its agents, servants, or employees or any other person indemnified hereunder. B. The Consultant shall obtain workers' compensation insurance coverage through a licensed insurance 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 any 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: Contract Administrator. 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. ~u .. ..~a~ ~ ,,. ti ti, .~a~ :~,.....era e~ni~~~~ti ..t ,s a inns i eoc~ g On the certificate of 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 10-day written notice of change or cancellation will be required. IV. A completed Disclosure of Interest must be submitted with your proposal. EXHIBIT "B" Insurance Requirements Pa e2of2 City of COI'j)US CITY OF CORPUS CHRISTI Chnsti DISCLOSURE OF INTERESTS ~ie-~ City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "N/A". FIRM NAME: Bath Engineering Corporation STREET: 5656 South Staples. Suite 110 CITY: Corpus Christi ZIP: 78411 FIRM is: 1. Corporation X 2. Partnership- 3. Sole Owner 4. Association- 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each employee of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership in the above named firm. Name Job Title and City Department (if known) 2. State the names of each official of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership in the above named firm. Name Title 3. State the names of each board member of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership in the above named firm. Name Board, Commission or Committee N/A 4. State the names of each employee or officer of a consultant for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an ownership interest constituting 3% or more of the ownership in the above named firm. Name Consultant N/A CERTIFICATE 1 certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Richard C. Pit i an P.E. Title: President Signature of Certifying Person: Date: ~ • ~ • a EXHIBIT "C" Page 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. b. 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. c. 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 stack company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d. Official. The Mayor, members of the City Council, City Manager Depu y City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges o• the City of Corpus Christi, Texas. e. Ownership Interest. Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an aggent, trust, estate or holding entity. Constructively held refers to holding or control established through voting frusts, proxies or special terms of venture or partnership agreements. f. Consultant. Any person or firm, such as engineers and architects, hired by the City of Corpus Christi far the purpose of professional consultation and recommendation. EXHIBIT "C" Page 2 of 2 d d ~ V C N O a v V O j ~ C V! ~ 7 V O ._ '~ O ~ C a - 7 V O ~ > Q C W +-' v Q ~ ~ O U W , ~ ,. r ~ N R'Z Z N O a .,, ~ ~ z wd ~•~ ~o o> a ~ J ~ °~ ~ C Q a - O O V' Z a Q V C O V 0 0 0 O r 0 0 0 N 0 0 0 0 0 0 0 0 0 M 0 0 In N 0 0 O 0 0 O 0 0 O 0 0 O 0 0 O 0 0 r r 0 0 O M 0 0 r r 0 0 M N ° ° ° ° ° ° ° ° ~ ~ ~ ° ° ° ° o o o o o o o o O ~ ~ F m ~ N to O ~ ~ r ~ ~ ~ ~ O O ~ 0 0 ~ ~ ~ ~ 0 0 0 O O O O ~ ~ m N ~ H H r r r r Kf fR EA fA O O O O 0 0 0 ~ ~ ~ EA O ` 0 0 ~ O to m N N O ~ ~ F- I- ~ ~ r ~ 0 0 0 0 0 0 o n p p p n o n n O O N O 1p O N N m ~ H 'et O> O O n N N O r 10 m m n N n 01 ~ ~ ~ M M OO r r ~ ~ ~ ~ p W e w O B O ~ ° O N O D ~ ~ N r H ! M• N N O N (O ~ ~ ~ CO N CO W r r r r r r N ~ ~ ~ ~ 0 0 ° N O ~ ~ O N O N X 0 O ~ N O O r m r O r r ~ ~ r r r r r r N ff9 ffl fA fA 0 0 ~ ~ ~ 0 0 0 0 0 0 O O O O 0 0 ~ ~ O O ~ ~ ~ O O O O N N ~ ~ N ~ ~ ~ ~ a~ N N ~ L m t ~ a L N ii m a m ~ C V c L m n n N ~ N .0 C m a` O m U N U .Z N U N l0 00 w O N v .~ O 'O a N N N (6 m t ~ ~ ~ 7 ~ f6 ~ Q ~ C N U ~ m ~ ~ Q a`~ a 16 ~ w ~ 'a °~ aO U u~ N N U .Z N t6 C O V Q fy6 O N N N ~ d I1 U lL N p U ~ ~ C O U F+ N m Q d d LL O O H ~O`~o W ~ o UHOc~ ro d ~ mwa o W a w ~ ~ ~ J U' Z K W _Z Z W O LL QH K Z O U