Loading...
HomeMy WebLinkAboutC2005-009 - 1/11/2005 - ApprovedCITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas Home Rule Municipal Corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or Designee (Director of Engineering Services) and Shiner Moseley and Associates, Inc., a Texas corporation, 555 N. Carancahua, Suite 1650, Corpus Christi, Nueces County, Texas 78478, (Architect/Engineer - A/E), hereby agree as follows: 1. SCOPE OF PROJECT (J.C. Elliott Landfill Final Cover System Installation, Phase 3) This project consists of preparation of construction documents for the installation of the next phase of the final cover system at the J.C. Elliott Landfill. Portions of Sectors 5 and 6 of the landfill must have a final cover system installed in accordance with both the Landfill's Final Closure Plan and Texas Commission on Environmental Quality (TCEQ) regulations. The J.C. Elliott Final Cover System Installation Project area will include approximately 13.5 acres of the landfill. It will tie into the Phase 2 Final Cover System project that was completed previously. In addition to the Final Cover project, additional work to be completed includes the regrading of certain portions of the pre-Subtitle D areas of the landfill, relocation of approximately 2200 linear feet of the leachate force main, and construction of approximately 2700 linear feet of new sanitary sewer line to extend to the northwest comer of the landfill. 2. SCOPE OF SERVICES The NE hereby agrees, at its own expense, to perform design 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-l, to complete the Project. Work will not begin on Additional Services until requested by the NE (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. The summary of these tasks and services is as follows: 2005-009 0l/ll/05R~hase3~EContra~.doc M2005-006 Shiner, Moseley and Associates Contract for Engineering (NE) Services Page 1 or 3 3. ORDER OF SERVICES The NE 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 NE 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 NE 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. NE 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 as set forth in Exhibit B. 5. FEE The City will pay the NE a fee, as described in Exhibit A, for providing services authorized. 6. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days wdtten notice to the NE at the address of record. In this event, the NE will be compensated for its services on all stages authorized based upon NE 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 NE 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.) Contract for Engineering (NE) Services Page 2 of 3 H:~-IOME~EVINS\GEN~J~,NDFILL\COVER~Phase3~AEContracl.doc 8. ASSIGNABILITY The NE 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 NE staff. If the NE 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 NE fee may be assigned in advance of receipt by the NE without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. 9. OWNERSHIP OF DOCUMENTS All documents including contract documents (plans and specifications), record drawings, contractor's field data, and submittal data will be the sole property of the City, may not be used again by the A/E without the express written consent of the Director of Engineering Services. However, the NE 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. DISCLOSURE OF INTEREST NE further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form attached hereto as Exhibit C. CITY OF CORPUS CHRISTI Ronald F. Massey ~ Date ATrEST: By: / /~'-~/' Armando Chapa Date City Secretary [ APPROVED AS TO FORM: SHINER MOSELEY & ASSOC., INC. Shin ~ Associates, Inc. 555 N. Carancahua, Suite 1650 Corpus Christi, Texas 78478 361-857-2211 Office 361-857-7234 Fax Date BYAlsl~tant City''" ' Attorney(J"' Dale -- Contract for Engin~ring (~E)Se~ices Page H:~OME~EVINS~GEN~NDFILL~COVER~hase3~EContrad.doc / EXHIBIT A Cl'rY OF CORPUS CHRISTI, TEXAS 1. SCOPE OF SERVICES A. Basic Services 1. Design Phase. Upon receiving authorization to proceed, the Engineer will: attend and participate in project start and planning meeting (2 meetings) with City Staff to discuss planning, design; construction sequencing, and connections to the existing facilities, and incorporate these issues into the construction plans. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff; prepare one (1) set of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, invitation to bid, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid or for multiple bids, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis; prepare final quantities and estimates of probable costs and probable construction schedule; furnish one (1) copy of 60% plans (plans only-identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Required with the 60% plans is a "Plan Executive Summary" which will identify and summarize the project by distinguishing key elements such as: · Pipe Size or Building Size · Pipe Material, etc · Why one material is selected over another · Pluses of selections · ROW requirements and why · Permit requirements and why · Easement requirements and why · Embedment type and why · Constructability, etc. · Specific requirements of the City · Standard specifications · Non-standard specifications · Any unique requirements · Cost, alternatives, etc. EXHIBIT"A" I Page I oflO · Other items determined to be applicable or noteworthy furnish complete construction and bid documents including specifications for City staff review and approval. Provide 1 copy of 100% complete plans and bid documents to the City staff for review and approval purposes with revised opinions of probable costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities, compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non-responding participants; g. provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the 60%7 and 100% 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 NE and Sub-consultant NE 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 applicable disciplines including but not limited to structural, civil, mechanical, electrical, etc; h. if required, provide traffic controls including a Traffic Control Plan, markings and striping, and as delineated by the City Traffic Engineering Department; i. upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for reproduction (In City Format) and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. j. 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; k. assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed; I. prepare and submit monthly status reports with action items developed from monthly progress and review meetings; and, m. provide a Storm Water Pollution Prevention Plan. 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; and 3. Bid Phase. The NE will: I EXHIBIT"A" [ Page 2 of 10 a. participate in the pre-bid conference; 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; and e. in the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the NE's design phase estimate required above, the Engineer will, at its expense, cenfer with City staff and make such revisions to the bid documents as the City staff deems necessary to re-advertise that particular portion of the Project for bids. 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 NE) 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; and, d. prepare, review and provide copies of the contract for execution between the City and the contractor. 4. Construction Phase. The NE will perform contract administration to include the following: a. participate in pre-construction meeting; b. review for general 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 minor changes, which do not affect the contractor's price and are not contrary to the general interest of the City under the contract; e. make regular visits to the site of the Project to confer with the City project inspector and contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction; EXHIBIT "A" I Page 3 of 10 f. prepare change orders (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; and h. review construction "red-line" drawings, prepare record drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or 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. The City staff will: a. prepare applications/estimates for payments to contractor; and b. conduct the final acceptance inspection with the Engineer. c. contract the services of a QA/QC firm to perform field observations, testing and generate the required reports for TCEQ approval. B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that may be included as part of this contract, but the NE will not begin work on 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. The A/E will, with written authorization by the Director of Engineering Services, do the following: Topographic Survey. Provide field surveys, as required for design and construction verification including the necessary control points, and coordinates and elevations of points required by TCEQ for the various layers installed in the final cover system. Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyors' "Manual of Practice for Land Surveying in the State of Texas, Ninth Edition". Include reference to a minimum of two (2) found boundary monuments from the project area. Construction Observation Services. Provide Project Observation services including day-to-day detailed coordination with the City's staff and testing I EXHIBIT"A" I Page 4 of 10 laboratory. Observation services include up to 1 person for 3 hours per day, six days per week for a construction period of 20 weeks. Also included is up to 2 hours per week for 20 weeks of the project manager's time. 2. SCHEDULE PROPOSED PROJECT SCHEDULE DAY Monday Friday Friday Friday Monday (2) Wednesday Wednesday Monday Weekday DATE January 3,2005 February 4,2005 March4,2005 March 18, 2005 March 28 and April 4, 2005 April 6, 2005 April 20, 2005 May 31, 2005 October 20, 2005 ACTIVITY Begin Design Phase 60% Submittal City Review (30 days/4 weeks) Final Submittal Advertise for Bids Pre-Bid Conference Receive Bids Begin Construction Construction Completion 3. FEES Fee for Basic Services. The City will pay the NE 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 performing these services. For services provided in Section I.A.1-4, NE will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon NE's estimate (and City Concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in Section I.A.4, 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. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B "Additional Services" the City will pay the NE a not-to- exceed fee as per the table below: IEXHIB1T "A" Page 5 of 10 C. Summary of Fees Fee for Basic Services 1. Design Phase 62,400 2. Bid Phase 4,700 3. Construction Phase 18,700 Subtotal Basic Services Fees 88,800 Fee for Additional Services (Allowance) 1. Topographic QC/QA Survey (AUTHORIZED) 1.1 Design Topographic Survey Phase 3 3,000 Closure 30,000 1.2 Survey Phase 3 Closure QA/QC 1.3 Design Topographic Survey Sanitary Sewer 3,000 36,000 Subtotal Survey 2. Construction Observation Services 38,200 Sub-Total Additional Services Fees Authorized 74,200 Total Authorized Fee $160,00 0 EXHIBIT "A" I Page 6 of 10 1) 2) 3) 4) 5) 6) 7) 8) EXHIBIT A-1 CITY OF CORPUS CHRISTI J.C. ELLIOTD LANDFILL FINAL COVER SYSTEM INSTALLATION, PHASE 3 TASK LIST Develop Phase 3 Final Cover System construction documents similar to the Phase 2 Final Cover System construction documents. Final Cover construction documents will conform to current landfill operating plans, the J.C. Elliott Landfill permit and TCEQ regulations. Develop construction documents for the regrading of portions of the top of the pre-subtitle D area of the landfill. The intent of the regrading is to eliminate Iow areas on top of the landfill that are not draining properly. Develop construction documents to construct approximately 2700 linear feet of 8" sanitary sewer line to the northwest corner of the J.C. Elliott landfill property. The new line will tie into an existing manhole near the intersection of Greenwood and Saratoga. Develop construction documents to relocate approximately 2200 linear feet of the 4" leachate forcemain to within the J.C,Elliott Landfill boundaries along Greenwood Avenue. The line is currently within the Greenwood Avenue right of way. The force main will terminate at a new manhole at the northwest corner of the landfill property that will be installed as part of item 4. Items 1 through 5 above will not be separate projects, but rather will be incorporated into a single set of construction documents. Provide as an additional service, construction observation services. Construction observation will include up to 1 person for 3 hours per day, six days per week, for a construction period of 20 weeks. This will also include up to 2 hours per week for 20 weeks for the project manager. Provide as an additional service, surveying services for design and TCEQ documentation. Design surveying includes 2 days field time for verification surveys within the final cover limits, and 2 days for topographic surveys for the sanitary sewer line. TCEQ documentation includes time for surveying of the final cover subgrade, protective cover, and topsoil layers. Exhibit A-1 Page 1 of 1 1) 2) 3) 4) 6) 7) e) EXHIBIT A-1 CITY OF CORPUS CHRISTI J.C. ELLIO'I-r LANDFILL FINAL COVER SYSTEM INSTALLATION, PHASE 3 TASK LIST Develop Phase 3 Final Cover System construction documents similar to the Phase 2 Final Cover System construction documents. Final Cover construction documents will conform to current landfill operating plans, the J.C. Elliott Landfill permit and TCEQ regulations. Develop construction documents for the regrading of portions of the top of the pre-subtitle D area of the landfill. The intent of the regrading is to eliminate Iow areas on top of the landfill that are not draining properly. Develop construction documents to construct approximately 2700 linear feet of 8" sanitary sewer line to the northwest corner of the J.C. Elliot-[ landfill property. The new line will tie into an existing manhole near the intersection of Greenwood and Saratoga. Develop construction documents to relocate approximately 2200 linear feet of the 4" leachate forcemain to within the J.C.Elliott Landfill boundaries along Greenwood Avenue. The line is currently within the Greenwood Avenue right of way. The force main will terminate at a new manhole at the northwest corner of the landfill property that will be installed as part of item 4. Items 1 through 5 above will not be separate projects, but rather will be incorporated into a single set of construction documents. Provide as an additional service, construction observation services. Construction observation will include up to 1 person for 3 hours per day, six days per week, for a construction period of 20 weeks. This will also include up to 2 hours per week for 20 weeks for the project manager. Provide as an additional service, surveying services for design and TCEQ documentation. Design surveying includes 2 days field time for verification surveys within the final cover limits, and 2 days for topographic surveys for the sanitary sewer line. TCEQ documentation includes time for surveying of the final cover subgrade, protective cover, and topsoil layers. Exhibit A-1 Page 1 of 1 EXHIBIT B J.C. ELLIOTr LANDFILL FINAL COVER SYSTEM INSTALLATION, PHASE 3 Standards, Codes and Safety Requirements The Consultant's work will be performed in accordance with the most current applicable standards, codes and safety requirements. Specifically, the Consultant will adhere to all safety requirements for confined space entry inspecting manholes and similar confined spaces and all traffic control regulations. Insurance Requirements The Consultant will not begin work under the contract until it has obtained all required insurance and provided the City with the related certificates and endorsements. For the duration of the project, the Consultant will provide the insurance listed below and document required coverages with certificates of insurance: 1. Commercial liability including the following coverages: a. Broad form property damage; b. Premises-operations; c. Explosion, collapse, and underground hazard; d. Product/completed operations hazard; and e. Independent contractors. A letter accompanying the certificate of insurance and signed by an authorized representative of the insurer will state that the commercial liability insurance includes the 5 coverages. Minimum coverage amounts will be: Bodily Injury and Consequent Death $ 500,000 Per Person Bodily Injury and Consequent Death $1,000,000 Per Occurrence Property Damage $1,000,000 Per Occurrence Automobile liability coverage for all owned, Minimum coverage amounts will be: Bodily Injury and Consequent Death Bodily Injury and Consequent Death Property Damage non-owned, or rented vehicles. $ 500,000 Per Person $1,000,000 Per Occurrence $ 500,000 Per Occurrence Employer's liability insurance with a minimum coverage limit of $100,000 per person. Exhibit B 1 Page I of 3 Excess liability insurance coverage (for commercial, automobile, and employer's liability insurance with a minimum coverage limit of $1,000,000. Workers Compensation Insurance The Consultant will provide workers compensation insurance for all its employees who will perform any project work. This coverage will be provided through a company authorized to do business in Texas or through self-insurance obtained in accordance with Texas law. Coverage will be documented in a certificate of insurance or, of the Consultant provides self-insurance, then it will provide to the City a copy of its certificate of authority to self- insure its workers compensation coverage liability. The Consultant will also provide a letter stating that the certificate of authority remains in effect and is not the subject of any revocation proceeding pending before the Texas Workers Compensation Commission. Except for workers compensation insurance, for each insurance coverage required under the contract, the Consultant will obtain an endorsement to the applicable insurance policy, signed by an authorized representative of the insurer, stating that in the event of cancellation or material change that reduces or restricts the insurance afforded, the insurer agrees to mail 30-days prior written notice of cancellation or material change to the City at: City of Corpus Christi Department of Engineering Services Contract Administrator P. O. Box 9277 Corpus Christi, TX 78469-9277 For workers compensation insurance, 10-days notice of cancellation or material change will be sufficient The Consultant will also provide an additional insured endorsement for each insurance policy except workers compensation insurance. Each will name the City as additional insured Use of Subcontractors The Consultant may use subcontractors to complete work under this contract. No subcontractor may provide services unless the City consents. Consent will not be withheld unreasonably. The Consultant will be responsible for completing all contract work even if a subcontractor has assumed responsibility to complete certain work. Also, the Consultant will be responsible for the acts and omissions of any subcontractors. Exhibit B I Page 2 of 3 Furthermore, the Consultant agrees that any subcontractor for this project will include the same mandatory insurance requirements in favor of the City as are specified in the City's contract with the Consultant. This is particularly emphasized for workers compensation insurance coverage. Subcontractor certificates of insurance and endorsements will be collected by the Consultant and available for City review upon request. Exhibit B I Page 3 of 3 CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City oi: Corpus Chdsti 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 no[ applicab e, answer w th 'N/A. FIRM NAME: SHINER, MOSELEY AND ASSOCIATES, INC. STREET: 555 N. CARANCAHUA, SUITE 1650 CITY: CORPUS CHRISTI ZIP: 78478 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 "ownemhlp Interest" constituting 3% or more of the ownership In the above named "firm". Name Job Title and City Department (if known) N/A State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownemhlp In the above named "firm". Name Title N/^ 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 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 Chdsti, Texas as changes ocour. Certifying Person: James A. Shiner, P.E. Title: (Type or Print) ~ ~.-_~/'~' Signature of Certifying Person:~ %~7' ~-='/¢N~"'-''------- Date: President Exhibit C Page 1 of l 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 i~ull or part time basis, but not as an independent contractor. c. "Firm". Any entity operated for economic gain, whether proi~essional, 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 ol~ sole propdetorshij:), as self-employed person, partnership, corporation, joint stock company, oint venture, receivership or trust andentities which, for purposes of taxation, are treated as non-profit organizations. d. "Official". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant Ci~ Managers, Department and Division Heads and Mumcipal Court Judges of the City of Corpus Chdstl, 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 enti[y "constructively held" refers to holding or control established through voting trusts, 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 [or the purpose of pro[essional consultation and recommendation. Exhibit C Page 1 of 1