HomeMy WebLinkAboutC2009-226 - 6/23/2009 - ApprovedAMENDMENT NO. 1
TO CONTRACT FOR
PROFESSIONAL SERVICES
The City of Corpus Christi, Texas hereinafter called "City" and Bath Enaineerins~
Corporation, hereinafter called "Consultant" agree to the following amendment to the
Contract for Professional Services for O.N. Stevens Electrical Distribution
Improvements (Project No. 86031, as authorized by:
Ori final Small A/E Au ust 5, 2008 Administrative A royal $24,000.00
In the original contract, the SCOPE OF SERVICES shall be modified to include the
following paragraphs:
1. SCOPE OF PROJECT O.N. Stevens Electrical Distribution Improvements
Project No. 8803 / CIP No. WA 06
Amendment No. 1 proposes to provide the necessary engineering design and support
services (bidding and construction support) for the installation of new electrical switchgear,
new electrical power panels and new electrical power distribution forthe Raw Water Intake,
Chemical Building, Filter Building, Primary Basins 1-4 and the Secondary Basins 1-4.
Existing electrical switchgear, power panels and conduit and wire in the basement of the
Chemical Building and in the Filter Building will be demolished.
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.
3. ORDER OF SERVICES
ThP A/F ~~~oo~ +., ti~..;.. ••~ork on those authorized Basic Services for this contract upon
2009-226 teed from the Director of Engineering Services. Work will not
M2009-176
06/23/09 AMD. N0.1
Pa e 1 of 3
Batl- Engineering Corp. ;~i oismnmioo ~mPSwna. No. iwne. No t.aoc
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 direct the 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 Ciry 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
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.
AMD. NO. 1
Pa e2of3
H:\HOME\Rachalle\GEMWaIer\ONSWiP186°3-EleGrical Dislribulion ImpsWntl. No. 1Wmtl. No. 1.tloc
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
Oscar Martinez Date
Assistant City Manager
RECOMM ED
~~~~ ~~/~
Pete Anaya, P.E. Date
Director of Engineering Services
ATTEG~
Armando Chapa, City Secretary
5656 S. Staples St., Suite 110
Corpus Christi, TX 78411
(361)992-2284;(361)992-2287
AP ROVED AS TO FORM
~~ lQ' ( /D
City ttorney Date
:P~y~R-~~~ AUTHORI2E1~
er c-0uRCI~..~e~~3~(~)
H:\HOMEV2achallelGEN\Walar\ONSNRP18fi03-Electrical Oisvibolion ImpsWntl. No. 1 Wmtl. No. 1 tloc
ATH ENGINEERING CORPORATION
D~
ichard C. Pi ma ..E. Dat~
President
AMD. NO. 1
Pa e3of3
EXHIBIT A
CITY OF CORPUS CHRISTI
O.N. STEVENS ELECTRICAL DISTRIBUTION IMPROVEMENTS
AMENDMENT NO. 1
(PROJECT No. 8603)
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. Preliminary Phase. (COMPLETED UNDER Small A/E contract)
2. Design Phase. Upon approval of the preliminary phase, designated by
receiving authorization to proceed, the A/E will:
a. Prepare sets 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, 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.
b. Provide assistance to 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).
c. 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.
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 Summary"
which will identify and summarize the project by distinguishing key elements
such as:
• PCR Buildings and size
• Conduit & Cable material and size
• Constructability, etc.
• Specific requirements of the City
• Standard specifications
• Non-standard specifications
• Any unique requirements
AMD. NO.1
EXHIBIT "A"
Pa e 1 of 5
H:\HOME1HachellelGEMWataAONSWiP\%03{leclrical DistnDution Imps\ArtM. No. 1\EXHIBIT A.OOc
• Cost, alternatives, etc.
• Owner permit requirements and status
e. Assimilate all review comments, modifications, additions/deletions and
proceed to next phase, upon Notice to Proceed.
f. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that
submittal of the interim 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 A/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.
g. 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.
h. 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 a professional
engineer prior to re-use of modified plans.signed and sealed by
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.
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
AMD. NO. 1
EXHIBIT "A"
Pa e2of5
Hr\HOMEWachelle\GEMWatetlONSWTP\8603-Elsclrical DistriCulion ImpsWnA. No. 1\EXHIBIT A.ooc
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 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 contract for execution between the
City and the contractor.
4. Construction Phase. The A/E 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 three (3) 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.
f. 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,
version 3.0. As a minimum the Introduction, Table of Contents, and Index
will be in HTML (HyperText Markup Language) format, with HyperText links
AMD. NO. 1
EXHIBIT "A"
Pa e3of5
M]HOMEIRachelle\GEMWatMON5WiP18603-Eladriwl Oistnbution ImpsWntl. No. 11E%HIBIT Atloc
to the other parts of the manual. The remainder of the manual can be
scanned images or a miMure 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. 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 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 inspection with the Engineer.
B. Additional Services
Structural Consultant Provide a Texas Registered Professional Engineer to design
and review all foundations and structural steel for overhead cable tray. Minimal
subsurface investigation for foundation locations is required.
2. Geotechnical Consultant Provide soil borings at three (3) locations to assist the
Structural Consultant with foundation design.
3. Electrical Power Studies Provide electrical power studies of the electrical system to
include load flow, short circuit, and arc flash. Use the SKM Dapper software for
modeling of the ONSWTP electrical power system.
4. Relav & Circuit Breaker Settings Utilize the data from the electrical power studies to
provide settings for all main devices at the 5kV and 480 volt level.
5. Site Observation Provide additional site observation to include eight (8) site visits
during construction to observe the construction contractor's installation methods,
materials and overall quality of construction. A written report will be provided for each
inspection.
6. Start-up Services Provide five (5) days of start up services to assist and observe the
construction contractor in the change over and start up of the new electrical system.
7. Warranty Phase 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
AMD. NO. 1
EXHIBIT "A"
Pa e4of5
H:\HOME1Radwlb\GEN1Water\ONSW7P188U3-Electrical OisViWtion lmpsWrM. NO. t\EXHIBIT A.tloc
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
recommendations far 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.
8. Provide the services above authorized in addition to those items shown on Exhibit "A-
1" Task List.
2. SCHEDULE
DAY DATE ACTIVITY
Wednesda June 24, 2009 Be in Desi n Phase
Monda Au ust 31, 2009 60% Desi n Com lete
Monda Se tember 28, 2009 Final Desi n Com lete
Monda 2 October 12 & 19, 2009 Advertise for Bids
Wednesda October 21, 2009 Pre-Bid Conference
Wednesda November 4, 2009 Receive Bids
Tuesda November 17, 2009 Construction Award
Wednesda November 30, 2009 Be in Construction
Weekda Au ust 2010 Construction Com letion
3. FEES
ORIGINAL
CONTRACT
AMD.N0.1
TOTAL
BASIC SERVICES
1 Prelimina Phase $24,000.00 $0.00 $24,000.00
2 Desi n Phase 0.00 308,320.00 308,320.00
3 Bid Phase 0.00 3,320.00 3,320.00
4 Construction Phase 0.00 28,920.00 28,920.00
Subtotal Basic Services 24,000.00 340,560.00 364,560.00
ADDITIONAL SERVICES
1 Structural Consultant 0.00 40,000.00 40,000.00
2 Geotechnical Consultant 0.00 10,000.00 10,000.00
3 Electrical Power Studies 0.00 16,510.00 16,510.00
4 Rela & Circuit Breaker Settin s 0.00 5,710.00 5,710.00
5 Site Observation 0.00 8,640.00 8,640.00
6 Start-U Services 0.00 6,695.00 6,695.00
7 Warran Phase 0.00 2,240.00 2,240.00
Subtotal Ad ditional Services 0.00 89,795.00 89,795.00
TOTAL AUTHORIZED FEE $24,000.00 $430,355.00 $454,355.00
The estimated cost of construction for O.N. Stevens Electrical Distribution Improvements is
$3,400,000. The basic services fee proposal for this project is $340,560. Therefore, the
percentage of basic engineering services cost to construction cost is 10%.
AMD. N0.1
EXHIBIT "A"
Pa e5of5
H:\HOME\Rachalle\GEN1WalarlONSWTPlBfi03~EleUrical Distribution ImpsWM. No. 71EXHI8IT A.doc
EXHIBIT A-1 TASK LIST
CITY OF CORPUS CHRISTI
O.N. STEVENS ELECTRICAL DISTRIBUTION IMPROVEMENTS
AMENDMENT NO. 1
(PROJECT No. 8603)
The intent of the scope of work is to modernize/replace/upgrade (as the construction
budget allows) the 5kV and 480v electrical power distribution system to the areas listed:
• Raw Water Area
• Chemical Building
• Filter Building
• Primary Basins 1-4
• Secondary Basins 1-4
SPECIFIC DETAILS
Design an electrical system for these areas that is totally redundant with dual 5
kV feeders -main tie main -installation with emergency generation backup
from the on site generating station. All 480 volt and 120 controls to motors will
be replaced.
2. Prefabricated metal Power Control Room (PCR) style buildings (approx. 4) will
be designed and specified for electrical power distribution. HVAC will be
included.
3. Overhead cable tray systems supported by structural steel columns with
concrete foundations for electrical and control cabling distribution will be
designed and specified with special structures for road crossings.
4. All existing electrical equipment being removed will include the demolition of all
associated conduit and wire. Nothing will be abandoned in place.
5. Underground duct banks will be utilized where the overhead cable tray is not
practical.
6. Coordinate 5kV and 600 volt switchgear and motor control centers with other
ongoing projects and for 20% future expansion.
7. Replace all 120 volt and 277 volt lighting and power panels that are obsolete or
are in deteriorated condition.
AMD. N0.1
EXHIBIT "A-1"
Pa e1ofl
H:\HOMEU2erhellelGEN\WeferlONSWiP1S803-EleGrical Distri0ution ImpsVvntl. No. 1\EshiDit A4.tloc
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 alt 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 INSURANCE MINIMUM INSURANCE COVERAGE
30-Day Notice of Cancellation required on ail 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-G-11 and Supplemental Insurance
Requirements
[ ] REQUIRED [X] NOT REQUIRED
C. In the event of accidents of any kind, the Consultant shalt 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
11. 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 ChHsti, 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, it 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.
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
CarpUS CITY OF CORPUS CHRISTI
C Ct117S[j DISCLOSURE OF INTERESTS
~~~
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 Enaineerino Corporation
STREET: 5656 South Stables. Suite 110 'CITY: Corpus Christi 21P: 78411
FIRM is: 1. Corporation X 2. Partnership- 3. Sole Owner- 4. Association-
s. 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 (it known)
N/A
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
N/A
3. State the names of each board member of the City of Corpus Christi having an ownership interest
constltuting 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
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
City of Corpus Christi, Texas as changes occur.
Certifying Person: Richard C. Pi an P.E. Title: President
Signature of Certifying Person: r ~ ...,•~-~ Date: l0_ l
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, Point stock 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~City Manager, Assistant City Managers,
Department and Division Heads and Municipal Cou Judges o~ the Ci 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 agent, trust, estate or holding entity. Constructively held refers to holding or
control established through voting (rusts, 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 for the
purpose of professional consultation and recommendation.
EXHIBIT "C"
Page 2 of 2
W
a
Z Xu
(~,~M
~ ~ I~p
O O O ~
a ? Z v
t1 d .~
IW- ~'~>
-Wiac~
a
U
1
d ~
V ~
a~
c
i
O .~
~' i
7 C
O_ `~
,~ //
V Y
a-
C p
O ~
~ ~
Q C
C
O C
V
N
0
Z
a
a
O
Z
'O
E
Q
v
C
O
V
d
t
V
.~
m
0
~ 0
~ OO
L ~
i
i 0
0
10 0
0
O 0
0
O 0
0
~O 0
0
N 0
0
0 0
0
0 0
0
0 0
0
0 0
0
0 0
0
~ 0
0
O
M 0
0
E
.- 0
0
M
N
° ° ° ° ° 0 ° ° p p p ° o 0 0
r o
1 o o 0 m
O ~ lA ~ ~ ~ ~ IA O O
i
n
~ ~
° ° 0 0 ° ° ° ° p p p o 0 0 0
o o 0 ~ m ~ ° °
~ o ~ In ~ ~ r
n r
n
r \~ T r
0 0 0 0 0 0 0 o p p p o 0 0 0
~
~ ~ ~ F- F- F- ~ ~ ~ N
H
9
r
~
O O N O b O N N ~ ~ ~
m ~ b ~ W
O O 1~ {O N O r <O m m n N h 01
M M D
r O N r r
~
V! W tl- ~ w r
~ O ~ O ~ ° O N
M• m m m N ~ N n
N O N C~ CO N O O
~ ~, H
•-- ~ .- .- r r (V
~ d9 (fl EA
0 0 O
~ 0 o EH N m m m N O N N
O ~ e-
H F- H
~ ~ ~ ~
~ ~ ~ ~
0 0 0 0 0 0 0
p
p
p
o
0
0
0
° °O ° ° ° ° ° ° ° °
o o r
n l
o o o m H H o o o o
_ _ _ _
N N ~ ~ N
~ ~ ~ ~
rn
~
N
U N
N II! (/j N lLL
N N V
• C d
L N N
=
a N
N d
c U
rn GI
w N
r N
Z l4
~ ~
v I
L
o N
h Z
m N
m a ~ ~ m c c a ~ u'~ m Q Z• Z
C C L Y f~0 O y C
i
+ U O) ~ Q f0 l0 I/~ C ~
.
N
N
~
¢
Q
~
~U) O
'O ~
e
Id
~
~ N
p ~
m O
c~ 7
cn 'O
Q O
N
a3 = a O vUi .
in r'n m Q ~
~• ~a
w°ag
U F O N
m ' ~
y X ~ ~
w n, o
w
a
w ~
g H
J
c~
z
w
w
z
c7
Z
Nw
LL
0
QU
F
2
O
U