Loading...
HomeMy WebLinkAboutC2006-002 - 1/10/2006 - Approved CITY OF CORPUS CHRISTI AMENDMENT NO 1 CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas hereinafter called "City", and John Wriaht Architect, hereinafter called "Architect", agree to the following amendment to the Contract for Professional Services for North Beach Area Improvements: as authorized by: · Qrigin.al gontra_~CJAugust 5,-~005_.. ] Administrative Approvall $6,500.00 I 1. SCOPE OF PROJECT (North Beach Are Improvement Bond 2004 Project, #6287) The consultant will implement proposed improvements in the North Beach area to include Phase" continuation of the boardwalk development (approximately 2,500 linear feet), improvements to the tourist district, including new sidewalks and driveways, directional and regulatory traffic and tourist signage, and ADA accessibility improvements. Also included is landscaping and other pedestrian amenities for Timon Boulevard. 2. SCOPE OF SERVICES The AlE hereby agrees, at its own expense, to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, AlE will provide monthly status updates (project progress or delays, Gantt charts presented with monthly invoices) and provide contract administration services, as described in Exhibit "A" and "A-1", to complete the Project. Exhibit "A-1" provides supplemental description of services to Exhibit "A" and does not intended to supersede services described in Exhibit "A". Work will not begin on Additional Services until requested by the AlE (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. AlE services will be "Services for Construction Projects"- (Basic Services for Construction Projects") which are shown and are in accordance with "Professional Engineering Services- A Guide to the Selection and Negotiation Process, 1993" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of Professional Engineers. For purposes of this contract, certain services listed in this publication as Additional Services will be considered as Basic Services. 3. ORDER OF SERVICES The AlE 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 2006-002 01/10/06 M2006-00 I Amendment No.1 Page 1 of 3 John Wright Architect begin on any phase or any Additional Services until requested in writing by the AlE 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 AlE 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. AlE shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. MANDATORY REQUIREMENTS AlE agrees to the mandatory contract and insurance requirements as set forth in Exhibit "B". 5. FEE The City will pay the AlE a fee, as described in Exhibit "A", for providing services authorized. Monthly invoices will be submitted in accordance with Exhibit "0". 6. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the AlE at the address of record. In this event, the AlE will be compensated for its services on all stages authorized based upon AlE 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 AlE agrees that at least 75% of the work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan Statistical Area (MSA). Additionally, no more than 25% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA.) 8. ASSIGNABILITY The AlE 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 AlE staff. If the AlE 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 AlE fee may be assigned in advance of receipt by the AlE without written consent of the City. Amendment No. 1 Page 2 of 3 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 AlE 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 BY~~~I~Cp Ronald F. Massey, te Assistant City Manager i:: ~u{P I" T/ Date REC;~ME=~_ '/oc;!;" By ~~.- c' 'f~~ . t- Angel R. Escobar, P. E., Date . Director of Engineering Services ATTEST By Armando Chapa, Cit Secretary rDLl)01~Q.2L AU Ii'WKILt.~ IY CQU,.Cll .__._.aLo/..Q~' T_~---"""""'.'~ SEr..~Tt~v 9tj~ APPROVED AS TO FORM ..... ~.Q CL II" . Y Attorney . "-" ',r"/ J (;' I/o~)o ;" Date Amendment No. 1 Page 3 of 3 EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS 1. SCOPE OF SERVICES A. Basic Services. Basic Services will include the following in addition to those items shown on Exhibit "A-1" Task List. 1. Preliminary Phase. COMPLETE (as per original Small AlE agreement) 2. Design Phase. Upon approval from the receiving authorization to proceed in writing from the Director of Engineering Services, the AlE will: a. Study, verify, and implement Letter Engineering 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 Operating Department(s) and Engineering Services staff. b. Prepare one set of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, notice to bidders, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. c. 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). d. Prepare final quantities and estimates of probable costs with the recommended construction schedule. The construction schedule will provide a phased approach to better track progress and payments. e. Provide 1 copy of pre-final plans and bid documents 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. f. Provide Quality Assurance/Quality Control (QNQC) measures to ensure that submittal of the pre-final and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The Consultant AlE and Sub-consultant AlE shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to EXHIBIT "A" Page 1 of 7 submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. g. Provide traffic controls, including a Traffic Control Plan that shall include, illumination, markings and striping, signalization, and as delineated by the City Traffic Engineering Department. h. 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. I. 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 professional architect/engineer prior to re-use of modified plans. J. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. k. Provide a Storm Water Pollution Prevention Plan as required. The City staff will" a. Designate an individual to have responsibility, authority, and control for coordinating activities for the professional services contract awarded. b. Provide the budget for the Project specifying the funds available for the construction contract. c. Provide the City's standard specifications; standard detail sheets, standard and special provisions, and forms for required bid documents. 3. Bid Phase. The AlE will: a. Participate in the pre-bid conference and provide a recommended agenda for critical construction activities and elements which impact 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 Department of 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 Department of Engineering Services in accordance with the AlE's design phase estimate required above, the AlE will, at its own 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. EXHIBIT "A" Page 2 of 7 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 AlE) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. d. Prepare, review and provide copies of the contract for execution between the City and the contractor. 4 Construction Phase. The AlE will perform contract administration to include the following: a. Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements which impact 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. 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. 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 EXHIBIT "A" Page 3 of 7 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. Designate an individual to have responsibility, authority, and control for coordinating activities for the professional services contract awarded. b. Prepare applications/estimates for payments to contractor. c. 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 AlE 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 AlE will, with written authorization by the Director of Engineering Services, do the following: 1 Permittina. Furnish the City all engineering data and documentation necessary for all required permits. The AlE will prepare this documentation for all required signatures. The AlE will prepare and submit all permits and pay all fees, as applicable to the appropriate local, state, and federal authorities, including, but not limited to a. Wetlands Delineation and Permit (T8D) b. NPDES Permit/Amendments c. U.S. Fish and Wildlife Service (USFWS) d. Texas Department of License and Regulation (TDLR ) 2. Riaht-of-Wav {ROW) ACQuisition Survey. (TBD) The AlE will review existing ROWand easements to ascertain any conflicts and provide field ROW surveys and submit ROW plats and descriptions for the City's use in the acquisition process. All work must comply with Category 1-A, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with all TxDOT requirements as applicable. AlE Consultant will be required to perform all necessary deed research. 3. Topoaraphic Survey. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required for the aerial mapping of the Project area - aerial photography to be provided by City). 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 EXHIBIT "An Page 4 of 7 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 Surveyor$' 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. 4 Environmental Issues. (TBD) a. Provide environmental site evaluations and Archeology Reports that are needed for the Project. b. Identify and develop a scope of work for any testing, handling and disposal of hazardous materials and/or contaminated soils that may be discovered during construction. 5. 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. 6. Provide the services above authorized in addition to those items shown on Exhibit "A-1" Task List. EXHIBIT "A" Page 5 of 7 2. SCHEDULE PROPOSED PROJECT SCHEDULE DAY DATE ACTIVITY Monday January 16, 2006 Begin Design Phase Friday February 24, 2006 Pre-Final Design Submission Tuesday March 10,2006 City Review Tuesday March 17, 2006 Final Design and Bid Documents Monday (2) March 27 / April 3, 2006 Advertise for Bids Tue/Wed/Thu April 11, 2006 Pre-Bid Conference Wednesday April 19, 2006 Receive Bids Monday May 2006 Begin Construction Weekday October 2006 Construction Completion -- 3. FEES A. Fee for Basic Services. The City will pay the AlE 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 1.A.1-4 above, and for all expenses incurred in performing these services. For services provided in Section 1.A.1-4, AlE will submit monthly statements for basic services rendered. I n Section 1.A.1-3, the statement will be based upon AlE's estimate (and City Concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in Section 1.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 AlE's monthly statements. B. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section LB. "Additional Services" the City will pay the AlE a not-to-exceed fee as per the table below: EXHIBIT "A" Page 6 of 7 C. Summary of Fees Fee for Basic Services Original Contract - August 5, 2005 $6,500.00 AMENDMENT NO.1 BASIC SERVICES Design Phase Services $41,013.00 Bid Phase Services $660.00 Construction Phase Services $2,050.00 Subtotal Basic Services Fees $43,723.00 f-- ~ Fee for Additional Services (Allowance) Permit Preparation (as applicable) , 1. I Wetlands Delineation and Permit NPDES PermiUAmendments Texas Historical Commission U.S. Fish and Wildlife Service U.S. Army Corps of Engineers U.S. Environmental Protection Agency Texas Department of License and Regulation Total Permitting $620.00 2. ROW Acquisition Survey TBD 3. Topographic Survey (AUTHORIZED) $8,310.00 4. Environmental Issues TBD 5. Warranty Phase $660.00 Sub-Total Additional Services Fees Authorized $9,590.00 Total Authorized Fee for Amendment No.1 $53,313.00 -.. Restated Fee for Original Contract and Amend No.1 $59,813.00 EXHIBIT "A" Page 7 of 7 EXHIBIT A-1 (Provides supplemental description to Exhibit A. Task List does not supersede Exhibit A.) CITY OF CORPUS CHRISTI NORTH BEACH AREA IMPROVEMENTS BOND 2004 TASK LIST 1) Perform field investigation as required to define specific areas of demolition and new work, equipment, locations, tie-in point, and other applicable parameters required to complete the items as shown on this Task List and as per the scope of work defined in the Letter Report. 2) Attend and participate in project start and planning meetings (2 meetings) with City staff to discuss planning and conceptual design. Gather information and perform close coordination with the Park & Recreation Department and Engineering Department staff. 3) Develop a preliminary construction schedule and sequencing plan that includes all the items as shown on this Task List. This schedule will include procurement, construction, testing, coordination, and provision for minimum interruption of services and construction schedules with planned Capital Improvement Program (CIP) funding. 4) Prepare one (1) copies of a pre-final design submission including data collected and conceptual cost estimates for the anticipated equipment, civil/site work, electrical, and related construction costs for all the items as shown on this Task List. 5) Review with City staff, revise, and furnish one (1) copy of final design and bid documents. 6) Perform periodic construction site visits to ensure compliance of project is in accord with the approved plans, specifications and drawings. The Engineer shall perform the above Services by considering the essential project parameters including the following: o Verify project site parameters o Conduct field survey of determined site o Perform topographic survey as additional services o Prepare probable construction cost estimates o Prepare informal interim design documents o Participate in an interim design review meeting o Prepare and distribute meeting minutes o Prepare final design and bid documents Exhibit A-1 Page 1 of 1 Exhibit B Mandatory Requirements (Revised September, 2001) INSURANCE REQUIREMENTS L CONSULTANT LIABILITY INSURANCE A. The Consultant shall not commence work under this Agreement until he/she has obtained all insurance required herein and such insurance has been approved by the City. Nor shall the Consultant allow any subconsultant to commence work until all similar insurance required of the subconsultant has been so obtained. B The Consultant shall furnish two (2) copies of certificates, with the City named as an additional insured, showing the following minimum coverage in an insurance company acceptable to the City. ----- TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE ---- 30-Day Notice of Cancellation required on all Bodily Injury and Property Damage certificates 0--. .- Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Productsl Completed Operations Hazard 6. Contractual Insurance 7 Broad Form Property Damage 8. Independent Consultants 9. Personal Injury ~-- AUTOMOBILE L1ABILlTY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS= WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT .- PROFESSIONAL POLLUTION L1ABILlTY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include [ ] REQUIRED long-tern environmental impact for the disposal of [Xl NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements [ 1 REQUIRED [X] NOT REQUIRED -- .-. INSTALLATION FLOATER $100,000 Combined Single Limit See Section 8-6-11 and Supplemental I Insurance Requirements I L [] REQUIRED [X] NOT REQUIRED Exhibit "B" - Insurance Requirements Page 1 of 3 C In the event of accidents of any kind, the Consultant shall furnish the City with copies of all reports of such accidents at the same time that the reports are forwarded to any other interested parties II. HOLD HARMLESS A. Consultant agrees to indemnify. save harmless and defend the City of Corpus Christi. and its agents. servants. and employees. and each of them against and hold it and them harmless from any and all lawsuits. claims. demands. liabilities. losses and expenses. including court costs and attorneys' fees. for or on account of any injury to any person. or any death at any time resulting from such injury, or any damage to any property. which may arise or which may be alleged to have arisen out of or in connection with the work covered by this contract. The foregoing indemnity shall apply except if such injury. death or damage is caused by the sole or concurrent negligence of the City of Corpus Christi. its agents. servants. or employees or any other person indemnified hereunder. B The Consultant shall obtain workers' compensation insurance coverage through a licensed insurance company or through self-insurance obtained in accordance with Texas law. If such coverage is obtained through a licensed insurance company, then the contract for coverage shall be written on a policy and endorsements approved by the Texas State Board of Insurance. If such coverage is provided through self-insurance, then within ten (10) calendar days after the date the City requests that the Consultant sign the contract documents, the Consultant shall provide the City with a copy of its certificate of authority to self-insure its workers' compensation coverage, as well as a letter, signed by the Consultant, stating that the certificate of authority to self-insure remains in effect and is not the subject of any revocation proceeding then pending before the Texas Workers' Compensation Commission. Further, if at any time before final acceptance of the Work by the City, such certificate of authority to self-insure is revoked or is made the subject of any proceeding which could result in revocation of the certificate, then the Consultant shall immediately provide written notice of such facts to the City, by certified mail, return receipt requested directed to: City of Corpus Christi, Department of Engineering Services, P. O. Box 9277, Corpus Christi, Texas 78469 - Attention: Contract Administrator. Whether workers' compensation insurance coverage is provided through a licensed insurance company or through self-insurance, the coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Consultant will be promptly met. G. Builder's Risk Coverage: Consultant will be responsible for providing builder's risk insurance coverage for the term of the contract up to and including the date the City finally accepts the project or work. Builder's risk coverage shall be an ".A.!I Risk" form. The policy shall be a completed value form. The Consultant chall provide such builder's risk cO'/erage at least in the amount of $ ( DOLLARS) 'Nhich is estimated to be the value at completion of the real or personal property to be constructed, repaired or othOlwise improved under the contract. Consultant shall be responsible for paying all costs necessary to procure such Exhibit "B" - Insurance Requirements Page 2 of 3 builder's risk insurance covorage, including ~my deductible. The City sh::lll be n::lmed an additional insurod on any policy providing such insurance cover::lgo. III. On the certificate of insurance: · The City of Corpus Christi is to be named as an additional insured on the liability coverage, except for workers' compensation coverage. · Should your insurance company elect to use the standard ACORD form, the cancellation clause (bottom right) shall be amended by adding the wording "changed or" between "be" and "cancelled" and deleting the words "endeavor to" and the wording after "left". If the cancellation clause is not amended in the ACORD form, then endorsements shall be submitted. · The name of the project also needs to be listed under "description of operations". · At least 10-day written notice of change or cancellation will be required. IV. A completed Disclosure of Interest must be submitted with your proposal. Exhibit "B" - Insurance Requirements Page 3 of 3 ~~ =' = Chnsti CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS ~ City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA" FIRM NAME: John R. WriQht Architect STREET: 723 N. Upper Broadway, Suite 500 FIRM is: 1. Corporation____ 2. Partnership_____ 5. Other CITY: Corpus Christi ZIP: 78401 3. Sole Owner_ 4. Association_ 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-, Na:~__ ~_______ __~ ___ Job Title and City Department (if known) 2, State the names of each "official" of the City of Corpus Christi having an .ownership interest" constituting 3% or more of the ownership in the above named "firm-, Name Title - _d -~ / A - -------- 3. State the names of each "board member" of the City of Corpus Christi having an .ownership interest" constituting 30;0 or more of the ownership in the above named "firm-, Na~~_ N / A _ . _________ Board, Commission or Committee 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 .t4/A.. Consultant CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Title: C) cU ~~ - (-7-0 Date: ~ II EXHIBIT .C- II Page 1 of 2 DEFINITIONS a "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. "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. "Firm". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a producf 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. "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. "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 througn voting trusts, proxies or special terms of venture or partnership agreements. "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. b c d e. f. EXHIBIT .C. Page 2 of 2 . - a o(f)a _(i)~ E :J t"- O" N L..(i)~ .2tl':6 ~cu Q.(i)(i) E E .~ C1l >- > U) C1l Q) 0..0::: w ~ <2: ~a~Q) w N_ .., or"ca o 0 0 C O:::ZZQ) a.._Q)CJ W CJ CJ '0 ~ .~,- > WOO r::: -I~> a..a...E ~ o o - CJ E - r::: o o "::!i?. "::!i?. "::!i?. "::!i?. "::!i?. "::!i?. "::!i?. "::!i?. "::!i?. "::!i?. "::!i?. "::!i?. "::!i?. "#. "::!i?. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 L() 0 0 0 0 0 ..... 0 ..... ('i) 0 L() ('i) C\l ..... ('i) ..... C\l ..... 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 III III III 0 0 0 0 0 L() L() L() l- I- I- L() L() L() 0 ..... ..... C\l EI) EI) C\l M EI) EI) EI) EI) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 EI) III III III EI) 0 0 0 L() L() l- I- I- L() L() ..... ..... ..... ..- EI) EI) EI) EI) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 EI) L() 0 III III III 0 L() 0 L() 0 I"- L() L() I"- L() ~ 0 EI) EI) l- I- I- EI) EI) ..- ..... EI) 0 0 0 0 0 0 0 l"- e e e I"- 0 ,... ,... 0 0 &n 0 &n 0 N N a:l a:l a:l ~ &n ~ 0) 0 0 I"- &n N 0 or" ~ ,... "!. ,... 0) M oS ~ l- I- ..,; ..,; N or" e") N or" or" 00 ~ ~ ~ ~ ~ or" ~ 0 0 0 0 0 0 0 r--. 0 0 0 r--. 0 r--. r--. EI) L() 0 L() EI) C\l III III III C\l L() C\l r--. C\l 0 C\l <0 l- I- I- <0 ~ ~ co ..... ..... ..- ..... ..- ..- C\l EI) EI) EI) EI) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 EI) 0 0 EI) C\l III III III C\l 0 C\l C\l 0 0 ..- l- I- I- ..- 0 ..- ..- ~ ..- ..- ..... ..- ..- ..- C\l EI) EI) EI) EI) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 III III III 0 0 0 0 0 0 L() L() 0 0 l- I- I- 0 0 0 0 ..... C\l C\l <0 C\l C\l <0 C\l co EI) EI) EI) EI) EI) EI) p. ~ a - :0 <Il :c Ol >< C1l w 0. - Q) r::: Q) Q)'Q. ~ E Q) 0 a..(J Q) tV CJ - '0 o > ~ r::: (/) Q) g CJ 'S; '0 ~ ~ a.. -'tJ r::: Q) ::::I CJ o '0 E > <2: r::: - CJ tV E '0- I- 5 (J N o Z 'tJ E <2: or" o Z 'tJ E <2: If) Q) (J If) If) '~ Q) Q) Q) Q) (J (/) C/) If) u... Q) .~ Q) (/) Q) If) Q) r.n Q) CJ to Q) Q) If) to .~ c: Q) u... (J ~ (/) to .!: C/) Q) Q) .0 If) 0 '~ :ij Q) .!: 0.. u Q) If) >. :e u- If) (.) 0.. Q) to Q) to Q) (/) w If) c: If) tn .!: 2: ::J "'0 .... (J Q) Q) ... '~ 2:- to 0 to 0.. c: ~ 0 '~ C/) Q) ... :J E .!: Q) :0:; III C'O C> c: to ~ u- ~ Q) to 0.. r.n (J c: c: >. 0 C/) :2 Q) to j tn c: ..... ca c .... to :J to 0 E c: :0:; C> ~ to C/) 0 c: .!: L... ..... U ..... E 0 ,~ E C> 0.. - 0 E 'E to Q) c: :2 0 0 (J :E ~ r.n "- E tV ~ 'in - 'tJ "- a. ~ ..... E 'in (/) Q) c: .D "- to eel .D "'0 '0 ~ ca L... Q) :2 0 ::J 'tJ Q) S If) to () ::J ::::I to "'0 a:l 0.. 0 III () C/) <2: 0.. c: 0.. 0 C/) C/) tn III ~ I- 'l! i E ~ :i: