Loading...
HomeMy WebLinkAboutC2015-403 - 9/29/2015 - Approved CITY OF CORPUS CHRISTI AMENDMENT NO. 1 TO CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas hereinafter called "City", and COYM, REHMET & GUTIERREZ ENGINEERING, L.P., agree to the following amendments to the Contract for Engineering Services for Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements (Project No. E10047), as authorized and administratively amended by: Original Contract June 25, 2013 Motion No. M2013-104 $85,954.00 EXHIBIT "A", SECTION I. SCOPE OF SERVICES shall be amended as specified in in the attached Amendment No. 1 Exhibit "A". Exhibit "A", SECTION III. FEES shall be amended and is attached as Amendment No. 1 Exhibit "A" for a revised fee not to exceed $89,942.00 (Eighty-Nine Thousand Nine Hundred Forty-Two Dollars and Zero Cents), for a total restated fee not to exceed $175,896.00 (One Hundred Seventy-Five Thousand Eight Hundred Ninety-Six Dollars and Zero Cents). Monthly invoices shall be submitted in accordance with the attached Exhibit "B". All other terms and conditions of the June 25, 2013 contract between the City and Engineer, and any amendments to that contract, which are not specifically addressed herein shall remain in full force and effect. Cl 0 • - - • - . -ISTI COYM, REHMET& GUTIERREZ ENGINEERING, L.P. 9� 4� �. , ,/ Vali S J.H. dmonds, P.E. Dat on Rehmet, P.E., R.P.L.S. Date Director of Capital Programs Principal 5656 S. Staples Street, Suite 230 Corpus Christi, TX 78411 RECOMME DED ��K/ (361) 991-8550 Office (361) 993-7569 Fax O•-rati • epa m nt Date APPROVED AS TO LEGAL FORM - 2 /� ' , 5--22-1S k2o5- I UIH_K LI As tant City Attorney / Date for City Attorney t1' can't_ . ... .1.15 � APP- 0/ D SECRETar /0' Office of Management and Budget I_ - Project No: E10047 Accounting Unit: 4249-064 ATTEST Account: 550950 Activity: E10047014249EXP _ Account Category: 50950 Re, 2015-403 Fund Name: Wastewater 2012B RVBD 9/29/15 M2015-113 AMEND. NO. 1 Coym, Rehmet& Gutierrez Eng Page 1 of 1 K\EP ;REENWOOD WWTP EMMISSIONS ODOR CONTROL\AMEND.NO.1\CONTRACT\CONTRACT.DOC INDEXED Coym,Rehmet g Gutierrez 361-9914550 X7589 Engineering,L.P. 1220 N.MBAS BLVD.,SUITE 4 ENGINEERS•PLANNERS•SURVEYORS ALICE.TX 78332 TBPE Firm Reg.No.F-388 3814648821 FAX261464-0558 TBPLS Firm Reg.No.10104001 August 11, 2015 Mr.Jeff Edmonds, P.E. Via Email Director of Capital Projects Dept. of Engineering Services City of Corpus Christi P.O. Box 9277 Corpus Christi,Texas 78469-9277 RE: Contract Amendment No. 1 Greenwood Wastewater Treatment Plant Emissions and Odor Control Improvements City of Corpus Christi Project No. E10047 CRG Project No. 20593c Dear Mr. Edmonds, This correspondence constitutes our proposal for Amendment No. 1 to the referenced contract. This Amendment is to perform Design Phase, Bid Phase and Construction Phase Services as well as Additional Services required to complete the project. The Contract for Professional Services approved by the City Council on June 25, 2013 (Motion No. M2013-104) included solely Preliminary Phase services with the remaining Basic and Additional Services to be addressed upon completion of the Preliminary Phase investigation. The Preliminary Phase investigation clearly defined the problem, solution and final scope of the project. As delineated in the approved Preliminary Engineering Letter Report the project scope includes, but is not limited to, construction of a 4,000 cubic feet per minute (cfm) air capture rate trickling biofilter system serving the influent lift station, bar screens flume and grit chambers. The existing blowers will be removed and existing duct work will be modified and utilized to direct the foul air to the new trickling biofilter. The total amount of this Amendment is$89,942.00 as shown on the breakdown on Attachment "A". Attachment "A-1" lists is the specific engineering tasks for the project. The manhour and fee analysis for this amendment is shown in Attachment"B". AMEND. NO. 1 EXHIBIT"A" Page 1 of 9 Mr.Jeff Edmonds,P.E. Amendment No.1 August 11,2015 If you have any questions or require any additional information, please give me a call at 361-991-8550 or email me at donr@crgei.com. Very truly yours, COYM, REHMET&GUTIERREZ ENGINEERING, L.P. A.1 Q. . Don Rehmet, P.E., R.P.L.S. cc: Daniel Deng, P.E. Attachments: Attachment"A" (1 page) Attachment"A-1" (4 pages) Attachment"B" (2 pages) AMEND. NO. 1 EXHIBIT"A" Pa e2of9 ATTACHMENT"A" Greenwood Wastewater Treatment Plant Emissions/Odor Control Improvements (City Project No. E10047) Summary of Fees Original Contract AMD.NO.1 Total BASIC SERVICES 1 Preliminary Phase $85,954.00 $0.00 $85,954.00 2 Design Phase $0.00 $59,751.00 $59,751.00 3 Bid Phase $0.00 $5,245.00 $5,245.00 4 Construction Phase $0.00 $15,361.00 $15,361.00 Subtotal Basic Services $85,954.00 $80,357.00 $166,311.00 ADDITIONAL SERVICES 1 Topographic Survey $0.00 $1,690.00 $1,690.00 2 Geotechnical Services $0.00 $3,590.00 $3,590.00 3 Start—Up Services $0.00 $3,705.00 $3,705.00 4 Warranty Phase $0.00 $600.00 $600.00 Subtotal Additional Services $0.00 $9,585.00 $9,585.00 Total Fee $85,954.00 $89,942.00 $175,896.00 Motion No.M2013-104 - 06/25/13 AMEND. NO. 1 EXHIBIT"A" Pa e3of9 ATTACHMENT"A-1" City of Corpus Christi,Texas Greenwood Wastewater Treatment Plant Emissions/Odor Control Improvements City Project No. E10047 Coym, Rehmet & Gutierrez Engineering, L.P. (CRG) proposes to work in conjunction with sub-consultants James Joyce, P.E., odor control sub-consultant, Bath Engineering Corp., electrical engineers and Rock Engineering and Testing Laboratory, Inc., geotechnical consultant, to perform the following services: A. Design Phase. CRG will: a. Attend a design kickoff meeting with City Engineering Dept. and Utilities Dept. staffs to review the Final Engineering Letter Report. b. Implement Engineering Letter 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 Utilities and Engineering Services staff. c. Prepare one (1) set of the construction bid and contract documents (electronic and full-size hard copies 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. d. Prepare final quantities and estimates of probable costs with the recommended construction schedule. The construction schedule will provide a phased approach to track progress and payments. e. Furnish one (1) set of the interim plans (60% submittal - electronic and full-size hard copies using City Standards as applicable) to the City staff for review and approval purposes with estimates of probable construction costs. Show existing elevations resulting from topographic survey. Required with the interim plans is a "Plan Executive Summary" which will identify and summarize the project by distinguishing key elements. f. Assimilate all review comments, modifications,additions/deletions and proceed to next phase, upon Notice to Proceed. g. Provide one (1) set of the pre-final plans and bid documents (90% submittal - electronic and full-size hard copies using City Standards as applicable)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. CRG and Sub-consultants shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines including but not limited to structural,civil,mechanical,electrical, etc. i. Assimilate all final review comments (if any). AMEND. NO. 1 EXHIBIT"A" Page 4 of 9 • j. Upon approval by the Director of Engineering Services, provide one (1) set of the final plans and contract documents(electronic and full-size hard copies using City Standards as applicable) suitable for reproduction. 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. B. Bid Phase. CRG will: a. Participate in the pre-bid conference and provide a recommended agenda for critical construction activities and elements impacting 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. 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 CRG) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. C. Construction Phase. CRG will: a. Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Review field and laboratory tests. d. Provide interpretations and clarifications of the contract documents for the contractor and authorize required changes, which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. e. Make regular visits to the site of the Project to confer with the City project inspector and contractor to observe the general progress and quality of work,and to determine, in general, if the work is being done in accordance with the contract documents. AMEND. NO. 1 EXHIBIT"A" Page 5 of 9 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 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,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 within two (2) months of final acceptance of the project. 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. D. Additional Services (ALLOWANCE) This section defines the scope(and ALLOWANCE)for compensation for additional services that may be included as part of this contract, but CRG will not begin work on this section without specific written approval by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. CRG will, with written authorization by the Director of Engineering Services, do the following: 1. Topographic Survey. CRG will provide field surveys, as required for design including the necessary control points, coordinates and elevations of points. Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work will be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. AMEND. NO. 1 EAHIBIT"A" Page 6 of 9 2. Geotechnical Services. Provide a subsurface investigation and laboratory testing program to provide foundation recommendations for the proposed biotrickling filter facility. 3. Start—Up Services. Provide on—site services and verification for all start—up procedures during actual start—up of the biotrickling facility and related appurtenances. 4. 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 improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. AMEND. NO. 1 EXHIBIT"A" Page 7 of 9 CONTRACT AMENDMENT NO.1 Cog.,Rehm.a Gutierrez Engineering,LP. ATTACHMENT"B" CI R TOPE Firm Reg NO F-388 I EMS Firm Req No.101040-01 MANHOUR AND FEE ANALYSIS 1__ --- 5656 S.Staples,Sate 230 Corpus Christi,Texas 78411 CLIENT:CITY OF CORPUS CHRISTI I G „Phone.361-991-8550 Fav:361-993-1569 JEmail-rrge,'g0 nom PROJECT: GREENWOOD WWTP EMISSIONS AND ODOR CONTROL IMPROVEMENTS CITY PROJECT NO.E10047 PRINCIPAL PROJECT DESIGN SR.ENGR/ CADD TECH RPLS/LSLS SURVEY CREW CLERICAL SUB-CONSULTANT DESCRIPTION ENGR,P.E. ENGR,P.E. SURVEY TECH ITEM - $145.00 $135.00 $115.00 $80.00 $75.00 $115.00 $140.00 $60.00 ELECTRICAL(E) LABOR TASK TOTAL RATE Hrs. 1 Total Hrs. I Total Hrs. I Total Hrs. I Total Hrs. I Total Hrs. I Total Hrs. I Total Hrs. 1 Total ODOR CONTROL(OC) DESIGN PHASE Administration 6 $8708 $480 $175(El $20 $1,545 1 In House Meetings 4 $580 4 $540 $350(E) 51,470 , Design Kickoff Meeting Prep. 2 $290 $290 Kickoff Meeting , 3 $435 3 $405 _ _ $20 $860 Coordination w/O.C.Subconsultant,Design Details 3 5435 _ $20 $455 Site Visits,Meetings w/Engineering Dept.&Utilities Dept. 4 _ $580 6 $810_ _ 5700(El $50 $2,140 PLANS , 1. Title Sheet 1 $145 1 $135 6 $480 _ $20 $780 2. Legend,Abbreviations,Notes,Quantities 1 $145 6 $810 8 $640 _ $20 $1,615 3. Project Layout-Plan Overall,Notes 2 $290 8 $1,080 8 $640 $20 $2,030 4. Project Layout and Control-Detailed 2 5290 8 $1,080 8 $640 2 5230 $20 52,260 5./6.Reroute Existing Lines 2 $290 12 $1,620 20 $1,600 $20 $3,530 7. Demo of Existing Fan,Ducts,Piping 2 5290 12 $1,620 16 $1,280 $896(OC) $4,086 8. Biotrickling Filter P&P 2 $290 12 $1,620 16 $1,280 $896(0C) $4,086 9. Biotrickling Filter Ductwork,Details 2 , $290 8 $1,080 16 $1,280 _ $896(OC) $3,546 10. Biotrickling Filter Piping,Details 2 $290 8 $1,080 16 $1,280 $896(OC) $3,546 11. Sitework Details 2 $290 8 $1,080 12 5960 _ $2,330 12. Foundation,Structural 2 $290 6 $810 12 $960 _ $20 $2,080 13. Electrical Demolition Plan 1 $145 2 $270 $1370(0) $20 $1,805 14. New Work Plan 1 $145 2 ` 5270 $2725(E) $20 $3,160 15. Electrical Schematics 1 $145 2 $270 $1970(E) $20 $2,405 16. Electrical Elevations 1 $145 2 $270 $1160(E) $20 $1,595 Specifications,Contract Documents 4 $580 14 $1,890 8 $480 $700(E) $40 $3,690 60%QA/QC 4 $580 $896(OC) $20 $1,496 60%Submittal 3 5435 3 $405 2 $120 $100 $1,060 60%Submittal Review Meeting 3 $435 3 $4052 $120 $20 $980 Address Comments,Plans&Specs 2 $290 8 $1,080 8 $640 4 $240 $20 $2,270 90%Opinion of Probable Cost 6 $870 _ 3 5180 $700(E) $20 $1,770 90%QA/QC 4 $580 $896(0C) $20 $1,496 90%Submittal,Review Meeting 3 $435 6 $8104 $240 $20 $1,505 - Address 90%Review Comments 2 $290 6 $480 $20 $790 Final Submittal QA/QC,Final Submittal 6 $870 _ _ 4 5240 $50 $1,160 TOTAL DESIGN PHASE $59,751.00 AMEND.NO.1 EXHIBIT"A" Page 8 of 9 CRG Project No.20593c 8/11/2015 CONTRACT AMENDMENT NO.1 C I coym,Rennet a Gutierrez Engineering,L.P. ATTACHMENT"B" TOPE Finn Req.No.F-388 i TRPLS Finn Req No 101040-01 t,--= =====,5656 5 Staples,Suite 230 MANHOUR AND FEE ANALYSIS corpus Christi, CLIENT:CITY OF CORPUS CHRISTI 4 G Phone'361-991-8550 Fax 361993-1569 l Lrna,, rg@creeltnnW1 NTP PROJECT: GREENWOOD WTP EMISSIONS AND ODOR CONTROL IMPROVEMENTS -:__.._. CITY PROJECT NO.E10047 PROJECT DESIGN SR.ENGR/ DESCRIPTION PRINCIPAL CADD TECH RPLS/LSLS SURVEY CREW CLERICAL SUB-CONSULTANT ITEM ENGR,P.E. ENGR,P.E. SURVEY TECH NON ELECTRICAL(E) TASK TOTAL RATE $145.00 $135.00 $115.00 $80.00 $75.00 $115.00 $140.00 $60.00 ODOR CONTROL(0C) LABOR Hrs. I Total Hrs. j Total Hrs. I Total Hrs. I Total Hrs. 1 Total Hrs. I Total Hrs. I Total Hrs. j Total BID PHASE Pre-Bid Conference 3 $435 3 $405 $20 $860 Prepare Addenda 1 $145 4 5540 2 $120 $20 $825 _ Contractor's Questions 1 $145 4 $540 $685 Bid Opening,Bid Tab 3 5435 2 $120 $20 $575 Recommendation For Award 3 $435 2 $120 $555 Electrical Subconsultant 1 $145 $175 $320 Odor Control Subconsultant 1 $145 _ _ _ $1,280 $1,425 TOTAL BID PHASE $5,245.00 CONSTRUCTION PHASE -Pre-Construction Conference 3 $435 _ 2 5120 $20 $575 Review Submittals 1 $145 4 $5402 $120 $20 $825 Review Field and Lab Tests 3 $405 $20 $425 Provide Clarifications to Plans 4 $540 _ 2 _$120 $20 $680 Site Visits and Memos 4 $580 8 51,080 _ 2 $120 $40 $1,820 Change Orders 4 $540 _ 2 $120 Pre-Final and Final Inspections 4 $580 4 $540 $40 $1,160 Record Drawings,Review O&M Manual , Electrical Subconsultant $1,610 $1,610 Odor Control Subconsultant _ $7,651 $7,651 Project Closeout 3 $435 _ 3 $180 $615 TOTAL CONSTRUCTION PHASE $15,361.00 TOTAL BASIC SERVICES $80,357.00 ADDITIONAL SERVICES Topographic Survey4 $320 2 $230 8 $1,120_ $20 $1,690.00 Geotechnical Study 2 $290 $3,300 $3,590.00 Startup Services 1 $145 $3,560 $3,705.00 Warranty Phase _ 4 $580 $20 $600.00 TOTAL ADDITIONAL SERVICES $9,585.00 TOTAL BASIC AND ADDITIONAL SERVICES! $89,942.00 AMEND.NO.1 EXHIBIT"A" Page 9 of 9 CRG Project No.20593c 8/11/2015 Sample form for. COMPLETE PROJECT NAME Payment Request MOMRevised 07/27/00 Project No. invoice No. 12345 Invoice Date: Total Amount Previous Total Percent Basic Services: Contract Amd No. 1 Amd No. 2 Contract Invoiced Invoice Invoice Complete Preliminary Phase $1,000 $0 $0 $1,000 $0 $1,000 $1,000 100% Design Phase 2,000 1,000 0 3,000 1,000 500 1,500 50% - Bid Phase 500 0 250 750 0 0 0 0% Construction Phase 2,500 0 1,000 3,500 0 0 0 0% Subtotal Basic Services $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% Additional Services: Permitting $2,000 $0 $0 $2,000 $500 $0 $500 25% Warranty Phase 0 1,120 0 1,120 0 0 0 0% Inspection 0 0 1,627 1,627 0 0 0 0% Platting Survey TBD TBD TBD TBD TBD TBD TBD 0% O & M Manuals TBD TBD TBD TBD TBD TBD TBD 0% SCADA TBD TBD TBD TBD TBD TBD TBD 0% Subtotal Additional Services $2,000 $1,120 $1,627 $4,747 $500 $0 $500 11% Summary of Fees Basic Services Fees $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% Additional Services Fees 2,000 1,120 1,627 4,747 500 0 500 11%, Total of Fees $8,000 $2,120 $2,877 $12,997 $1,250 $1,500 $3,000 23% m e55 W 0 .i 1111111 sUPPuER NUMBER —~City=„ PPURCH INNGDIDIVIsIOY N�— ` CITY OF CORPUS CHRISTI Corpus DISCLOSURE OF INTEREST us Chnsti 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.questionmust be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: COYM,REHMET&GUTIERREZ ENGINEERING,L.P. P.O.BOX: N/A CORPUS 78411 STREET ADDRESS: 5656 S.STAPLES,SUITE 230 CITY: CHRISTI ZIP: FIRM IS: 1. Corporation2. Partnership ( 3. Sole Owner 0 4. Association 8 5. Other LU 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) 4//* 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 "lb 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 Ay4 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 ili fit • FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in.general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter,unless the interest of the City,official or employee in the matter is a t The disclosure shall also be made in a signed writing filed with the City Secretary. [Mies Ordinance Section 2-349(d)] CERTIFICATION • 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. Certs Person: JEFF COYM,P.E. Title: PARTNER (Type or Print) Signature of Certi EyingDate: //6 //1._ Person: t! f 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. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "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. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial,and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person,partnership,corporation,joint stock company,joint venture,receivership or trust,and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi,Texas. f. "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 holdings or control established through voting trusts, proxies,or special terms of venture or partnership agreements." g. "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. _,......4 COYMR-1 OP ID: PT ACORU DATE(MM/DD/YYYY) 46.....----- CERTIFICATE OF LIABILITY INSURANCE 09/03/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER CONTACT NAME: Pamela Torres Carlisle Insurance Agency,Inc E 'FAX 1810 E Main 1 Wc,No.Ext):361-664-4348 ;(ac,No 361-664-1822 P 0 Drawer 3030 ADDRESS:pamelat@carlisleins.com Alice,TX 78333-3030 Chuck CarlisleINSURER(S)AFFORDING COVERAGE i NAIC* __ INSURER A:Texas Mutual Insurance Co 22945 INSURED Coym,Rehmet&Gutierrez INSURER B:Great American Ins Co of NY Engineering LP 5656 S Staples St INSURER C:Allstate Insurance Company 19232 Corpus Christi,TX 78411 INSURER D:Philadelphia Indemnity Ins Co INSURER E: i INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 1NSR TYPE OF INSURANCE ADDL ISUBR I POLICY EFF 1 POLICY EXPM/ LIMITS LTR INSD jyWD; POLICY NUMBER (MM/DD/YYYY) �(MDDIYYYY) C X 'COMMERCIAL GENERAL LIABILITY j I EACH OCCURRENCE I$ 1,000,000 i CLAIMS-MADE ..X I OCCUR 648509299 ! 08/29/2015 j 08/29/2016 PEM S RES EaENTED1 ..occurrence) 50,000 1 MED EXP(Any one person) I$ 5,000 I PERSONAL&ADV INJURY 1$ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: I GENERAL AGGREGATE I$ 2,000,000 PRO- X:POLICY! JECT t LOC i I PRODUCTS-COMP/OP AGG I$ 2,000,000 i I$ I OTHER: AUTOMOBILE LIABILITY ' I (Ea BINEDlaccidenSINGLE LIMIT I $ 1,000,000 D ANY AUTO 08/29/2015 i 08/29/2016 BODILY INJURY(Per person) ll$ ALL OWNED ISCHEDULED I BODILY INJURY(Per accident) $ __AUTOS I X AUTOS I NON-OWNED , PROPERTY DAMAGE X , HIRED AUTOS I X I AUTOS I(Per accident) $ I X I UMBRELLA LIAB 1 X I OCCUR EACH OCCURRENCE I$ 3,000,000 C EXCESS LIAB CLAIMS-MADE 08/2912015',06/29/2016 AGGREGATE 4$ 3,000,000 DED I RETENTION$ I$ WORKERS COMPENSATION ' PER OTH- STATUTE I I ER AND EMPLOYERS'LIABILITYYIN 08/29/2015 08/29/2016 E.L.EACH ACCIDENT LS 1,000,000 A I ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N/A E L DISEASE-EA EMPLOYE $ 1,000,000 (Mandatory In NH) I � IIf yes,describe under ----_---- -- DESCRIPTION OF OPERATIONS below I I E.L.DISEASE-POLICY LIMIT I$ 1,000,000 i _L DESCRIPTION OF OPERATIONS 1 LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Civil Engineer Project Name: Greenwood Wastewater Treatment Plant Emissions/Odor Control Project (Project No. E10047) CERTIFICATE HOLDER CANCELLATION CORPUO5 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DEL VERED IN City of Corpus Christi ACCORDANCE WITH THE POLICY PROVISIONS. Capital Programs 1201 Leopard Street AUTHORIZED REPRESENTATIVE �� p Corpus Christi,TX 78401 C ,-_Oc,J1•-.J, i ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD • DATE(MM/DD/YYYY) ACOREP CERTIFICATE OF LIABILITY INSURANCE 09/03/2015 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Marsh Sponsored Programs PHONE 1 FA C,Not 621 3173 a division of Marsh USA Inc. E-MAIAM No Ext):g00 338 1351 FAX L 701 Market Street, Ste. 1100 ADDRIE55:acecc1ientrequest@marsh.com St. Louis MO 63101 INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:U. S. Specialty 29599 INSURED INSURER B: Coym, Rehmet, & Gutierrez Eng INSURER C: 5656 S. Staples, Ste. 230 INSURERD: Corpus Christi, TX 78911 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POUCIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ADDL SUBR T POLICY EFF POLICY EXP INSRLTYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISESica occurrenceL__$ CLAIMS-MADE OCCUR MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER. PRODUCTS-COMP/OP AGG $ POLICY I LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT —$ ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE HIRED AUTOS AUTOS (Per accident) $ UMBRELLA LIAB — OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED T I RETENTION$ WORKERS COMPENSATION I I WC STATU- OTH- AND EMPLOYERS'LIABILITY YIN TORY LIMITS_ ER__ ANY PROPRIETOR/PARTNER/EXECUTIVE E_L_EACH ACCIDENT OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS below A Professional USS1425283 10/20/2014 10/20/ 015 Per Claim $1,000,000 Liability Aggregate $1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) This policy _s not project specific and therefore includes: Greenwood Wastewater Treatment Pant Eoiss_c_s,Odor Contra Protect ;Project No. E_P.-, CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Corpus Christi AUTHORIZED REPRESENTATIVE Capital Programs • // 1201 Leopard Street /ll Corpus Christi, TX 78401 ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD