Loading...
HomeMy WebLinkAboutC2005-091 - 3/29/2005 - Approved AMENDMENT NO. 2 TO 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 Martinez, Guy & Maybik, Inc., a Texas corporation, 4444 Corona Drive, Suite 242, Corpus Christi, Nueces County, Texas 78411, (ArchitectJEnglneer - A/E), hereby agree as follows: 1. SCOPE OF PROJECT: Water Main Improvements: Leopard Street (Project No. 8534) and Third Street (Project No. 8535) Leopard Street (Project No. 8534): An old existing 10-inch cast iron (CI) water main will be replaced with a new 12-inch AWWA C900 PVC water main along Leopard Street from Upper Broadway to Mexico Street (approximately 3,625 LF). The proposed construction will require new connections to existing waterlines at required cross streets intersections as well as replacing existing fire line services to existing buildings and fire hydrants. The water main replacement is intended to improve water pressure, increase flow capacity, and improve reliability within the project vicinity. Third Street (Project No. 8535): An old existing 10-inch cast iron (CI) waterline along Third Street from Elizabeth to Buford needs to be upgraded to a 16-inch AWWA C905 PVC pipe in order to improve water pressure and reliability within this vicinity. The 16-inch waterline shall extend from the new 16-inch PVC waterline recently installed along Elizabeth between Shoreline and Alameda under Project No. 8488. Additional tie-ins to the existing 10-inch CI waterline will occur at Morgan Avenue and Buford. In all, approximately 1,600 LF of PVC waterline will be installed with new fittings and valves along with new lateral service and fire hydrant connections. This Amendment No. 2 is an extension of A/E services to Water Main Improvements - Elizabeth StreetJ19"' Street (Project No. 8488). 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, NE 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 wdtten authorization is provided by the Director of Engineering Services. AJE 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. 2005-091 03/29/05 M2005-105 ~So 2~ Martinez, Guy & Maybik Amendmenl No. 2 Conlracl for Engineering (NE) ServiCes Page 1 o[ 3 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: 3. ORDER OF SERVICES The A/E agrees to begin work on those authorized Basic Services for this contract upon receipt of the Notice to Proceed from the Director of Engineering Services. Work will not begin on any phase or any Additional Services until requested in writing by the A/E and wdtten 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. 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 AJE agrees to the mandatory contract and insurance requirements as 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. 6. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days wdtten 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 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.) Amendment NO. 2 Conlracl for Engineering (A,,'E) Sen'roes 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 AJE staff. If the NE is a padnership, 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 AJE without written consent of 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 AJE without the express wdtten 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 Chdsti 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 Assistant City Manager 'Angel R. Escobar, P.E. t Director of Engineering Services /~IN~, GUY & INC. MAYBU(, 4444 Corona, Suijlfe ~242 Corpus Chdsti, T~xas 78411 (361) 814-3070 Office (361) 814-5508 Fax APPROVED AS TO FORM ~,~- ~Attorney Ame~'~dment No. 2 Conlracl [or Engineering (A/E) Services Page 3 or 3 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS AMENDMENT NO. 2 WATER MAIN IMPROVEMENTS: LEOPARD STREET (PROJECT NO. 8534) THIRD STREET (PROJECT NO. 8535) 1. SCOPE OF SERVICES A. Basic Services 1. Design Phase. Upon approval of the plans executive summary, designated by receiving authorization to proceed, the A/E will: a. Provide scope of soil investigations, borings, and laboratory testing. (The City Engineering Services Department will provide necessary soil investigation and testing under one or more separate contracts). b. Confer with the City staff regarding the design parameters of the project. The Engineer will participate in a minimum of four (4) formal meetings with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven (7) working days of the meeting. The A/E will participate in discussions with the operating department and other agencies, such as the Texas Department of Transportation (TxDOT) and Texas Commission on Environmental Quality (TCEQ) as required to satisfactorily complete the project. c. 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, 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. Provide assistance 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). e. Prepare final quantities and estimates of probable costs and probable construction schedule. f. Furnish one (1) copy Interim plans (plans only-identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Required with the Interim plans is a "Plan Executive Summary" which will identify and summarize the project by distinguishing key elements such as: · Pipe Size · Pipe Material, etc. · Why one material is selected over another · Pluses of selections AMD. NO. 2 EXHIBIT "A" Page 1 of 6 · 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. · Owner permit requirements and status g. Furnish complete construction and bid documents including specifications for City staff review and approval. Provide one (1) copy of Pre-Final complete plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. Identity 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. h. Provide Quality Assurance/Quality Control (QNQC) measures to ensure that submittal of the 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 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. i. Provide traffic controls including a traffic control plan, illumination, markings and striping, signalization, and as delineated by the City Traffic Engineering Department. j. Assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. k. 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 oi= 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 signed and sealed by a professional engineer prior to re-use of modified plans. m. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. n. Provide a Storm Water Pollution Prevention Plan. AMD. NO. 2 I EXHIBIT "A" Page 2 of 6 The City staff will: a. Provide record drawings and record information of existing facilities and utilities (as available from City Engineering files). b. Provide aerial photography for the project area. c. Through separate contract, provide related GIS mapping for existing facilities. d. Provide a copy of existing studies and plans (as available from City Engineering files). e. Provide plans of existing city utilities. (Consultant to coordinate with City operating department.) f. Provide applicable master plans. g. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. h. Provide the budget for the project specifying the funds available for the construction contract. i. 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. 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, tor 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 Engineer will, at its expense, confer 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 A/E) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. AMD. NO. 2 EXHIBIT "A" Page 3 ot 6 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 NE will perform contract administration to include the following: a. Participate in pre-construction meeting. 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 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 project representative observation or continuous monitoring of the progress of construction. 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. 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 Depariment 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 Ior payments to contractor. b. Conduct the final acceptance inspection with the Engineer. 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 AMD. NO. 2 I EXHIBIT "A" Page 4 o[ 6 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 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 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. 2. SCHEDULE DAY Wednesday Tuesday Friday Monday Friday Friday Monday (2) Wednesday Wednesday Monday Friday DATE March 23, 2005 May 31,2005 June 10, 2005 August 08, 2005 August 19, 2005 September 02, 2005 September 12, 2005 September 21,2005 September 28, 2005 October 31,2005 April 28, 2006 ACTIVITY Begin Design Phase Interim Submittal City Review of Interim Submittal Pre-Final Submittal City Review of Pre-Final Submittal Final Submittal Advertise for Bids Pre-Bid Conference Receive Bids Begin Construction Construction Completion 3. FEES A. 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, AJE will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon A/E's estimate (and City concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in 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. II~D. NO. 2 I EXHIBIT "A" Page 5 ol 6 B, Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the AJE a not-to-exceed fee as per the table below: C. Summary of Fees Elizabeth Santa Fe Leopard St. Third Street StJ 19m from from Upper from Street Elizabeth Broadway to Elizabeth to Ayers Mexico St, to Buford A. Fees I'or Basic Initial A/E Amendment Amendment Amendment Sarvlces Agreement One Two Two 1. Preliminary Phase $32,748.00 $840.00 $0.00 $0.00 2. Design Phase $38,415.00 $10,970.00 $31448.00 $22,571.00 3. Bid Phase $1,795.00 SO.(X) $1,370.00 $730.00 4. Construction Phase $11,395.00 $2,720.00 $9,930.00 $4,395.00 Subtotal Basic Services $104,353.00 $14,530.00 $62,74.8.00 $'27,696.00 B. Fees for AddlUonal Services 1. Permit Preparation NPDES PermitJ $1,500.00 $ 0 00 $0.00 $0.00 Amendments Texas Dept. of $2,500.00 $ 0.00 $0.00 $0.00 License&Regulation 2. Topographic Survey $28,510.00 $ 3,490.00 $16,494.00 $7,280.00 (Authorized) 3. Construction $14,970.00 $0.00 $0.00 $0.00 Observation Svcs 4. Warranty Phase $1,160.00 $0.00 $0.00 $0.00 5. Public Meeting $0.00 $0.00 $4,390.00 $0.00 Subtotal Add'l Svc~ $48,640.00 $3,490.00 $20,884.00 $7,26O.00 Total Authorized Fee $152,993.00 $18,020.00 $83,632.00 $34,976.00 Totals $33,588.00 $143,404.00 $3,895.00 $28,440.00 $1,500.00 $2,500.00 $55,774.00 $14,970.00 $1,160.00 $4,390.00 Summary of Fees: 1. Original Large A/E Contract 2. Amendment One 3. Amendment Two - Leopard 4. Amendment Two- Third St. Total Restated Fee $152,993.00 $ 18,020.00 $ 83,632.00 $ 34,976.00 $ 289,621.00 IAMD. NO. 2 I EXHIBIT "A" Page 6 of 6 EXHIBIT A-1 - TASK LIST CITY OF CORPUS CHRISTI, TEXAS AMENDMENT NO. 2 WATER MAIN IMPROVEMENTS: LEOPARD STREET (PROJECT NO. 8534) THIRD STREET (PROJECT NO. 8535) In conjunction with the services described in Exhibit A, A/E will provide the following scope of basic services: 1) Pedorm a site investigation to identify specific utilities, signage, driveways, sidewalks, traffic control devices, public/private amenities, and other features within the project areas that may be affected by the proposed improvements. 2) Attend and participate in project start and planning meetings (4 meetings) with City staff to discuss planning and conceptual design. Gather information and perform close coordination with Water Department staff. 3) Confer and coordinate with City operating departments to verify underground utility locations (i.e., sanitary sewer, water, storm sewer, drainage inlets, and traffic control devices) and plan for their relocation, if necessary. 4) Coordinate with franchise utility companies to verify locations as well as relocate private utilities (i.e., telephone, power, cable, gas lines, and fiber optics) that are affected by the proposed improvements. 5) Confer with City's Traffic Department and develop traffic control plans as per the Texas Manual on Uniform Traffic Control Devices for Streets and Highways for each of the proposed project locations. Traffic control plans shall be prepared for the construction sequencing to accommodate each phase of construction necessary to complete the work. 6) Prepare final construction documents and make Interim/Pre-Final completion submittals for City's reviews. Prepare and submit Final construction documents along with the mandatory checklist, executive summary, and certifications in accordance with the City's Plan Preparation Standards and Contract Format. 7) During the construction phase, pedorm periodic visits to the construction sites. 8) During the design and construction phases, attend periodic construction status meetings with the City's Water Department staff. 9) All proposed waterline improvements will be designed to occur under existing roadway pavement. Hence, sidewalk, curb ramp designs and TDLR permitting are not anticipated and, therefore, said services are not reflected in the A/E fee for Amendment No. 2. IAMD. NO. 2 I EXHIBIT "A-1" Page 1 of 2 10) Recommend necessary survey work (e.g., topographic surveys, boundary surveys, right-of-way acquisition, and utility easement surveys) that may be required. They are identified below under Additional Services. NE will provide the following Additional Services: 1) Per[orm a full topographic survey of the project area pertaining to this Amendment No. 2 as contained within the street right-of-way along with underground utilities (based on field-gathered information and information provided by the City and private utility owners), closest edge of structure, driveways, sidewalks and walkways, trees, fences, gates, and street curbs. Other features will be field-verified as needed to facilitate the design of the proposed improvements. Limits of topographic survey shall be along Leopard Street in a direction west from Upper Broadway to the intersection of Mexico Street (approximately 3,625 LF) and along Third Street in a direction north of Elizabeth Street to the intersection of Buford Street (approximately 1,600 LF). 2) Participate in one public meeting for Leopard Water Main Project and assist City staff in the preparation of meeting documents including exhibits, handouts, schedules, and area maps depicting the area of improvements. AMD. NO. 2 I EXHIBIT "A-1" Page 2 of 2 EXHIBIT B PROJECT NAME 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 Bodily Injury and Consequent Death Property Damage $ 500,000 Per Person $1,000,000 Per Occurrence $1,000,000 Per Occurrence IEXHIBIT "B" I Page 1 of 3 Automobile liability coverage for all owned, non-owned, or rented vehicles. Minimum coverage amounts will be: Bodily Injury and Consequent Death Bodily Injury and Consequent Death Property Damage $ 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. Excess liability insurance coverage (for commercial, automobile, and employer's liability insurance with a minimum coverage limit of $1,000,000. 5. Workers Compensation Insurance The Consultant will provide workers compensation insurance for all its employees who will pedorm 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 EXHIBIT "B" I Page 2 of 3 For workers compensation insurance, 1 O-days notice ol~ cancellation or matedal 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. 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 cedificates of insurance and endorsements will be collected by the Consultant and available for City review upon request. rEXHIBIT "B" Page 3 of 3 I City of CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or tirrns 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: Martinez, Guy & Mavbik, Inc. STREET: .~-!-~-! Corona, Suite 242 CITY: FIRM is: 1. Corporation X 2. Partnership__ 5. Other Corpus Christi ZIP: 78411 3. Sole Owner 4. Association DISCLOSURE QUESTIONS additional space is necessary, please use the reverse side of this page or attach separate sheet. State the names o! 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 T]tJe and Cily Depart~nenl (if know~) N/A State the names of each official of the City of Corpus Christi having an ownership Intem~t constituting 3% or more of the ownership In the above named tirm. N/A 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 C<xnmittee 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 o1' this cont]'act and has an ownership Interest constituting 3% or more of the ownership in the above named I'ln~. Name Con~ul~nl 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 et any information requested; and that supplementaJ statements will be promptly submitted to the City o{' Corpus Christi, Texas as changes occur. Certifying Person: RicardoP.Jvta'd~nene~,~l~.E.Fl.y1:~e or~flnl)~ ,j / ;~/~/.~.~ Title: Prosld~r~y~7/~_~ Signature of Certifying Peasen: / ~:~'.~'~ ~,~ Date: / IEXHIBIT "C" J Page 1 of 2 DEFINITIONS a. Board Member. A member of any board, commission or committee appointed by the City Council ot 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 ~ndebendent contractor. c. Firm. Any entity operated tor 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-prolit organ zat ons. d. Official. The Mayor, members ct the City Council, City Manager, Deputy Ci~ Manager, Assistant City Managers, Department and Division Heads and Municipal CoudJudges of the Cify 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 trusts, proxies or special terms of venture or partnership agreements. f. Consultant. Any person or lirm, such as engineers and architects, hired by the City ol Corpus Christi tot the purpose of professional consultation and recommendation. IEXHIBIT "C" I Page 2 o! 2 °°°°8 8°°°°°8 EXHIBIT"D" I Page 1 of 1