Loading...
HomeMy WebLinkAboutC2006-045 - 2/21/2006 - Approved CITY OF CORPUS CHRISTI AMENDMENT NO 1 CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas hereinafter called "City", and Morgan Spear Associates. Inc. hereinafter called "Architect", agree to the following amendment to the Contract for Professional Services for ADA CO-ED Fire Stations Improvements as authorized by: [ cYriginaIContraCt-Tgctober3, 2005--~] Administrative Approval I $15,840 I Section 1. SCOPE OF SERVICES, Paragraph A., BASIC SERVICES, shall be modified by adding the additional paragraphs shown below: This amendment proposes ADA and CO-ED improvements to Fire Stations #1,2, 5, 6, 7, 12, 14, and 15 according to the findings of the Engineering Letter Report prepared by Morgan Spear Associates, Inc. The Project will upgrade eight (8) Fire Stations to ADA compliance retrofitting co-ed improvements including arranging separate private sleeping cubicles and toilet facilities for males and females; correct faulty ventilation problems and other minor improvements within available funding. 1. SCOPE OF SERVICES A. Basic Services. 1. Schematic Phase. The Architect will: a. Review the program for each fire station in the Engineering Report approved by the City to ascertain the requirements of the Project and shall arrive at a mutual understanding of such requirements with the City. b. Propose a preliminary evaluation of the City's program, schedule and construction budget requirements, each in terms of the other, subject to the limitations set forth by any preliminary estimates of construction. c. Review the Engineering Report to determine any alternative approaches to design and construction of the Project. d. Based on the mutually agreed upon Engineering Report, schedule and construction budget requirements, the Architect shall prepare, for approval by the City, Schematic Design Documents consisting of drawings and other documents illustrating the scale and relationship of Project components. e. Submit to the city a preliminary estimate of Construction Cost based on current area. volume or other unit costs. 2006-045 02/21/06 M2006-039 Mor2an Spear Associates 2. Design Phase. Upon approval of Schematic Phase. the Architect will: a. Once authorized the schematic phase have been approved by the Engineering Services Department and the architect has received approval and notification to proceed, the architect will study, verify, and incorporate into contract documents the Engineering Letter Report recommendations including construction sequencing, connections to the existing facilities, and restoration of property. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff. b. Prepare one set of Contract Documents in City format, including select specifications, drawings, size and character of the Project, description of materials, and 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 track progress and payments. e. Furnish one (1) copy of the Pre Final Contract Documents to City staff for review and approval purposes. Include the Architect's estimates of probable construction costs and Executive Summary which will identify and summarize the project by distinguishing key elements such as: 1) Specific requirements of the City 2) Standard specifications 3) Technical specifications 4) Any unique requirements f. Assimilate all review comments, modifications, and additions/deletions and proceed to next phase, upon Notice to Proceed. h. Provide Quality Assurance/Quality Control (QAlQC) measures to ensure that submittal of the Pre Final and Final Contract Documents accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The Architect and Consultants shall submit a letter declaring that all disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines. J. Upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of final Contract Documents suitable for reproduction and said Documents henceforth become the sole property and ownership of the City of Corpus Christi. k. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. I. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the professional architectural services. 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 documents. d. Provide the necessary coordination and information relative to Job Order Contract (J"O.C.) and required procedures for J.O.C. contractor and AlE interaction. 3. Delivery Order Phase. The Architect will: a. Participate in initial negotiations with J.O.C. Contractor and provide a recommended agenda for critical construction activities and elements impacting the project. b. Assist the City in review of proposal and confirmation of final negotiated pricing breakdown by J.O.C. contractor. c. Review all questions and submissions concerning the documents and prepare, in the City's format, for the Engineering Services' approval, any addenda or other revisions necessary to inform contractor of approved changes. d. Analyze proposal, evaluate, prepare detailed comparison, and make recommendation concerning issuing the delivery order. e. I n the event the bid proposal exceeds the project budget as revised by the Engineering Services Department, in accordance with the architect' The City staff will: a. Arrange and pay for printing of all documents and addenda to be distributed to the J.O.C. contractor b. Review the Architect's recommendation and issue instructions to the selected General Contractor. c. Prepare, review and provide copies of the contract for execution between the City and the contractor. 4. Construction Phase. The Architect will perform contract administration to include the followinQ: a. Participate in pre-construction meeting and provide a recommended agenda for critical construction activities and elements that impacted the project. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Review field and laboratory tests. d. Provide interpretations and clarifications of the contract documents for the contractor and authorize required changes, which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. e. Make regular visits to the Project site to confer with the City Construction Engineer 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. g. Make final inspection with City staff and provide the City with a Certificate of Completion for the Project. h. As applicable, review and document compliance with plans and specifications. Document the preparation of Operating and Maintenance manuals (by the Contractor) for all equipment installed on this Project. Confirm before delivery of the manuals that all scanned image formats are compatible with the image-viewing software available on the City's computer - Imaging for Win95 (Wang) and Microsoft Imaging Composer. Deliver the manuals on a CD-ROM. I. Review construction "red-line" drawings, prepare record drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.12 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. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract. b. Prepare applications/estimates for payments to contractor. c. Conduct the final acceptance inspection with the Architect. 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. The Architect 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 Architect will, with written authorization by the Director of Engineering Services, do the following: 1. Permitting. Furnish the City all engineering data and documentation necessary for all required permits. The Architect will prepare this documentation for all required signatures. The Architect will prepare, pay permit fees, and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. Texas Department of License and Regulation (TDLR) 2. 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 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. 3. Environmentallssues a. Provide environmental site evaluations 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. 4. Construction Observation Services. Provide a project representative (PR) to provide periodic construction inspection. a. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the Architect shall endeavor to provide further protection for the CITY against defects and deficiencies in the Work. b. The duties and responsibilities of the PR are described as follows: 1) General: PR will act as directed by and under the supervision of AlE, and will confer with AlE regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with AlE and Contractor, keeping the CITY advised as necessary. 2) Conference and Meetings: Attend meetings with Contractor, such as pre-construction conferences, progress meetings, job conferences and other project-related meetings as required by the City, and prepare and circulate copies of minutes thereof. 3) Liaison: · Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. · PR shall communicate with CITY with the knowledge of and under the direction of AlE c. Interpretation of Contract Documents: Report when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. d. Shop Drawings and Samples: 1) Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. 2) Record date of receipt of Samples and approved Shop Drawings. 3) Advise Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which PR believes that the submittal has not been approved. e. Review of Work and Rejection of Defective Work: 1) Conduct on-Site observations of Contractor's work in progress to assist AlE in determining if the Work is in general proceeding in accordance with the Contract Documents. 2) Report whenever PR believes that any part of Contractor's work in progress will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise City and AlE of that part of work in progress that PR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. 3) Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. f. Records: 1) Maintain orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, AlE's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. 2) Prepare a daily report utilizing approved City format, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to AlE and the City. g. Reports: 1) Furnish periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. 2) Report immediately to the CITY and AlE the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. 3) Provide project photo report on CD-ROM at the rate of a minimum of two photographs per day, including an adequate amount of photograph documentation of utility conflicts. h. Completion. 1) Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. 2) Participate in a final inspection in the company of AlE, the CITY, and Contractor and prepare a final list of items to be completed or corrected. 3) Observe whether all items on final list have been completed or corrected and make recommendations concerning acceptance and issuance of the Notice of Acceptability of the Work. 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. 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. 2. SCHEDULE A. PROPOSED PROJECT SCHEDULE DAY DATE ACTIVITY Wednesday March 15,2006 Begin Schematic Phase Wednesday March 27, 2006 Begin Design Phase Wednesday May 31,2006 Interim Submittal Wednesday June 17, 2006 City Review Wednesday July 20, 2006 Pre-Final Submittal Wednesday August 10, 2006 City Review Wednesday September 30,2006 Final Submittal Weekday October 2006 Begin Construction Weekday April 2007 Construction Completion 3. FEES A. Fee for Basic Services. The City will pay the Architect 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, Architect will su bmit monthly statements for basic services rendered. In Section 1.A.1-3, the statement will be based upon Architect'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. The City will make prompt monthly payments in response to Architect'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 Architect a not-ta-exceed fee as per the table below: C. Summary of Fees Original Contract $15,840.00 Fee for Basic Services 1. Schematic - 20% $2,404.00 2. Design Phase - 40% $4,808.00 3 Sid Phase - 20% $2,404.00 4. Construction Phase - 20% $2,404.00 Subtotal Basic Services Fees $12,020.00 Fee for Additional Services (Allowance) 1 Permitting Texas Department of License and Regulation $6,912.00 2. Topographic Survey TSD 3. Environmental Issues TSD 4. Construction Observation Services $7,500.00 5. Warranty Phase $1,800.00 Sub-Total Additional Services Fees Authorized $16,212.00 Total Authorized Fee (This amendment) $28,232.00 RESTATED AUTHORIZED FEE $44,072.00 --. CITY OF CORPUS CHRISTI BY~'~'U.-=:: '-~"28~~ Ronald F. Massey, '" ate Assistant City Manager RECOMMENDED By ATTEST Secretary APPROVED AS TO FORM MORGAN SPEAR ASSOCIATES, INC. j By /2-15-6G pear, President Date 225 S. arancahua Street Corpus Christi, Texas 78401 (361) 883-5588 Office (361) 883-9204 Fax fn 20 ~~ Dc) Cj AUI "U1<l'-Lo ... --...-......-.... ., r.ou"c'l._.}:L~~ -..-. a.. ...--....-......-.ik....- C'r"'~"A", ( fZ-.-- EXHIBIT A-1 CITY OF CORPUS CHRISTI ADA CO-ED FIRE STATIONS IMPROVEMENTS TO EIGHT (8) CITY OF CORPUS CHRISTI FIRE STATIONS 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. 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 each Fire Station's Captain. 3) Develop a preliminary proposed project schedule that includes all the items as shown on this Task List. This schedule will include filed investigation, project planning meetings with City Staff, programming, schematic design, design development documents, and coordination with Job Order Contracting (JOC) General Contractor. The Architect shall perform the above Services by considering the essential project parameters included in the Engineering Report for the following Fire Stations: Fire Station #1 . Minor public restroom improvements. . Translucent tubes around the fire fighter poles from the dormitory above. Fire Station #2 . New building entry. . Parking and accessible route improvements. . Public restroom improvements. . Dormitory privacy improvements. . Women's restroom improvements. Fire Station #5 . Parking and accessible route improvements. . Public restroom improvements. . Dormitory privacy improvements. . Women's restroom improvements. CONTRACT FOR ENGINEERING (LARGE AlE) SERVICES EXHIBIT "A-1" Page 1 of 3 Last Revision: Dee 2004 Fire Station #6 . New building entry. . Parking and accessible route improvements. . Public restroom improvements. . Dormitory privacy improvements. . Women's restroom improvements. Fire Station #7 . Public restroom improvements. . Dormitory privacy improvements. Fire Station #12 . New building entry. . Parking and accessible route improvements. . Public restroom improvements. . Dormitory privacy improvements. . Women's restroom improvements. Fire Station #14 . Parking and accessible route improvements. . Public restroom improvements. . Dormitory privacy improvements. . Women's restroom improvements. Fire Station #15 . Public restroom improvements. . Dormitory privacy improvements. . Women's restroom improvements. Services to be provided for the development of Construction Documents will be as follows: . Develop Schematic Design Documents that addresses each item in the Engineering Report and which will be reviewed by the City of Corpus Christi and the JOC General Contractor. Review preliminary cost estimates reflective of the Schematic Design Documents prepared by the JOC General Contractor. . Develop Design Development Documents that further describe and define the Schematic Design Documents and which will be reviewed by the City of Corpus Christi and the JOC General Contractor. Review preliminary cost estimate reflective of the Design Development Documents prepared by the JOC General Contractor. CONTRACT FOR ENGINEERING (LARGE AlE) SERVICES EXHIBIT "A-1" Page 2 of 3 last Revision: Dee 2004 . Review the JOC General Contractor's Delivery Order Proposal and Work Plan for the design intent, budget compliance, and schedule. . Review submittals and shop drawings prepared by the JOC General Contractor. . Perform Construction Observation and Contract Administration Services for the City of Corpus Christi. CONTRACT FOR ENGINEERING (LARGE AlE) SERVICES EXHIBIT "A-1" Page 3 of 3 Last Revision: Dee 2004 Exhibit B Mandatory Requirements (Revised September, 2001) INSURANCE REQUIREMENTS 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 Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products! Completed Operations Hazard 6. 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 1---. .-'_. 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 LIABILITY! $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include [ ] REQUIRED long-tern environmental impact for the disposal of [Xl NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements [ l REQUIRED [Xl NOT REQUIRED --,~- INSTALLATION FLOATER $100,000 Combined Single Limit See Section 8-6-11 and Supplemental Insurance Requirements [] REQUIRED [Xl 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,- Suilder's Risk Coverage: Consultant will be responsible for providing builder's risk insurance ooverage for the term of the oontract up to and including the date the City finally accepts the project or 'Nork. Builder's risk coverage shall be an "All Risk" form. The policy shall be a completed value form. The Consultant shall provide such builder's risk coverage at least in the amount of $ ( --- DOLLARS) which is estimatod to be the value at completion of the real or personal property to be constructed, repaired or otherwise improved under the contract. Consultant shall be responsible for paying all costs necessary to procure such Exhibit "8" - Insurance Requirements Page 2 of 3 builder's risk insur:mce co':er:lgo, inoluding :lny deduotible. The City shall be n:lmod an additional insured on :my policy providing such insuranoo oO'Jer:lge. 11/ 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 "8" - Insurance Requirements Page 3 of 3 ~ City of !PI QJi:pCh ~ ='" _ nstI 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 uN/A" FIRM NAME: MorQan Spear Associates, Inc. STREET: 225 South Carancahua Street CITY: Corpus Christi ZIP: 78401 FIRM is: 1. Corporation~_ 5. Other 2. partnership_ 3. 80le 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. Name __ N/A_ .___ _~_ __ _______ 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 N/A 3. State the names of each board member of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership in the above named firm. Name Board, Commission or Committee _ N/A.._ 4. State the names of each employee or officer of a consultant for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an ownership interest constituting 3% or more of the ownership in the above named firm. Name Consultant __ N/A_ CERTIFICATE I certify that all Information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: MorQan 8~ear. A.I.A.L._ __'__..'_ (Type or Pnn ) ~! .~ Signature of Certifying Person: 4t//~. ~ 7 . / V Title: ~~~Jok::l Date: Z - (5"'-06 EXHIBIT "C" Page 1 of 2 DEFINITIONS a. Board Member. A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. 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 product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation'd'oint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treate 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 through voting frusts, 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 "e" Page 2 of 2 i...:(;)O S<1>f2 E ::J I"- 0'"('\1 L..<1>~ Sll::b ~c"O Q.<1>Q) E E ~ C1l >. > Cf)C1lQ) Q..cr ':$!. ':$!. ':$!. ':$!. ':$!. ':$!. ':$!. ':$!. ':$!. ':$!. ':$!. ':$!. ':$!. 'if!. ':$!. 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 T"" 0 T"" M 0 L() M N T"" M T"" N T"" 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m m m 0 0 0 0 0 L() L() L() r- r- r- L() L() L() 0 T""" T""" N ffl ~ N M ~ ~ ~ ~ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ffl m m m ~ 0 0 0 L() L() r- r- r- L() L() T"" T"" T"" T"" ~ ~ ~ ~ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ~ L() 0 m m m 0 L() 0 L() 0 ...... L() L() ...... L() C\!. 0 ~ ~ r- r- r- ~ ~ T"" T""" ~ 0 0 0 0 0 0 0 ..... e e e ..... 0 ...... ...... 0 0 It') 0 It') 0 N N m m m "It It) "It en 0 0 ..... II) ~ ~ 't"'" ~ ...... ~ ...... en M M .... .... .... -.:i -.:i N 't"'" CO N 't"'" 't"'" CO ~ ~ ~ ~ ~ 't"'" ~ 0 0 0 0 0 0 0 ...... 0 0 0 ...... 0 ...... ...... ~ L() 0 L() ~ N m m m N L() N ...... N 0 N CO r- r- r- CO N CO CXl T"" T"" T""" T""" T"" T"" C\I ~ ~ ~ ~ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ffl 0 0 ~ N m m m N 0 C\I C\I 0 0 T"" r- r- r- T""" 0 T"" T"" - T""" T"" T""" T"" T"" T"" N ~ ~ ~ ~ 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m m m 0 0 0 0 0 0 L() L() 0 0 r- r- r- 0 0 0 0 T""" N N CO N N CO N CXl ~ ~ ~ ~ ~ ~ _ CD C Q) CDQ. ~ E CI) 0 0.0 CI) Ii 0 - .0 0 > .... C en CI) ::J 0 0 .> .0 CI) > "- C a. - "'C C CD ::J 0 0 .0 E > <( C W 1) :E Ii <<S <( "- - - z It) 0 C .... 0 ti S ~ .. 0 W NCD .., 't"'"lj N o 0 de O::ZZCl) 0 0._(1)0 Z woo .0 "'C .... .!!!,.- > E woo C ...."->- <( a. a..!: :E 't"'" 0 0 0 Z "'C E <( - 0 <<S "- - C 0 0 0_: ~ '0 - :0 ~ :c ~ x <U W c.. CIl Q) <..) CIl CIl .~ Q) Q) Q) Q) <..) en (/) CIl LL Q) .~ CD en Q) CIl Q) en Q) 0 CO Q) Q) CIl CO (/) .~ c CD LL <..) >< en CO .c. Q) 0 CI) :0 CD a... en >. CIl LL C/) .~ ~ .c. Q) <..) CD CO Q) CO :e Q) en 0 a... w CIl C C/) CJ) .c. ~ :J -0 - <..) Q) CD <( .~ ~ CO 0 CO a... c -0 0 .~ (/) CI) .. :J E .c. Q) :;::; m <<S Ol c CO <( ~ LL '!l CD CO a... C/) <..) C c >. 0 (/) ~ Q) CO j CJ) c ..... <<S c - CO :J CO 0 E c :;::; Ol <( CO (/) 0 E c .c. .... ..... E CO <..) c ~ 0 ..... E 0 ~ .~ .Q> ..... 0 0 a... en ..... E .... Q) E <( ..... E <..) E Ii ~ en CIl c .0 "'C .... a. ~ .0 'Ci) -0 ~ ~ .... CO - <<S Q) ~ 0 :J "'C Q) ~ C/) CO () :J ::J CO -0 0 m a... 0 m () (/) <( a... c a... 0 (/) (/) CJ) m <( .... :g ~ ~ ~ i: