Loading...
HomeMy WebLinkAboutC2007-085 - 3/27/2007 - ApprovedAMENDMENT No. 3 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 Gignac Associates LLP, 416 Starr Street, Corpus Christi, Texas 78401, (Arch itect /Eineer - A/E), hereby agree to the following amendment to the Contract for Architectural / Engineering, Services for the Bayfront Park Phase 1 as authorized by Motion No. 2005 -264, passed August, 23, 2005.. and Motion No. 2006 -038. passed February 21, 2006 and administratively passed July 27, 2006: The project will result in the construction of the first phase of Bayfront Park, from one block north of 1 -37 (north limit of the Courthouse heading north to the southeast corner of the arena of the American Bank Center on Resaca Street. The project will realign the northbound lanes of Shoreline Boulevard to the west, construct streetscape amenities on both sides of Shoreline Drive, and develop the new park area between Shoreline Boulevard and the seawall. The Base Services scope will result in an awardable construction contract for the Roadway, the "Green Space ", the Interactive Fountain, the Public Restroom /Kiosk Building (with the Shade Structure overhead and Outdoor Terrace), as defined in the approved Design Phase Stage 1 (35% Design) submittal. A Traffic Control Plan with multi -phase Construction Sequencing will be included in the construction plans The Consultant will provide Additional Services to address Attendance at Public Meetings, Contract Administration, and Construction Observation services, Accessibility Certification (TDLR), and Windstorm Certification (Texas Department of Insurance) services The A/E is authorized by Amendment No. 3 to proceed with Design Phase II, Bid Phase and Construction Phase ser*ces. The Consultant will complete Basic Phase and Additional Services as authorized by this Amendmeryt and the Tasks listed in Exhibit A -3, Task Lists. Exhibit A -3 Section C Summary of Fees is amended by the addition of fees for Design Phase II, Bid, Construction and Additional Services as authorized by this Amendment. All other tervns and conditions of the August 23, 2005 contract, as amended, between the City and Consultant will remain in full farce and effect. CITY OF CORPUS CHRISTI 13 3 d Ronald ` F. Massey, Date Assistant City Manager RECOMMOIDED: By gel It Escobar, P. E., at Director of Engineering Services ATTEST: By it 4 Ar an Chou, City S retary APPR EIS AS TO FORM: By - F-11 Date GIGNAC AS90CIAITES By D7 Gignac As ci Date 416 Starr Street Corpus Christ, TX 78401 (361) 884 -2661 Office (361) 884 -4323 Fax AU l +H\UK,/ -L SY CWNGII 6L... t1.. �? -1..._ ............. kc , SECRETAIR 2007 -085 03/27/07 ��- \GEhliBayfr s -3 /,(V7 M2007 -082 Page 1 of 1 H:1 MEWE ontMast rPlanPhasel\AEAmd3.doc Gignac Nssociates EXHIBIT A -3 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. Design Phase Stage I. The Architect/Engineer -A/E will: Provide a study and report of project scope with economic and technical evaluation of alternatives, and upon approval, proceed in a Design fmorandum which includes Preliminary designs, drawings, and written description of the project This report shall include: 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 10 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 of Environmental Quality (TCEQ)) as required to satisfactorily complete the Project. c. Submit one (1) copy in an approved electronic format, and one (1) paper copies of the Design Memorandum, with executive summary, opinion of probable construction costs with life cycle analysis, defined technical evaluations of identified feasible alternatives, and review with City staff to produce an acceptable format which contains common municipal elements. Design Memorandum will include the following (with CONSTRUCTABILITY being a major element in all the following items): 1) Review of the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution of the Project; The A/E will meet with City staff to collect data, discuss materials and methods of construction, and identify design and construction requirements. 2) Review and investigation of available records, archives, and pertinent data related to the Project including taking photographs of the Project site, list of potential problems and possible conflicts, intent of design, and improvements required, and conformance to relevant Master Plan(s). 3) Identify results of site field investigation including site findings, existing conditions, potential right of way /easements, and probable Project design solutions; (which are common to municipalities). 4) Provide a presentation of pertinent factors, sketches, designs, cross- sections, and parameters which will or may impact the design. including engineering design basis, layout sketches, EXHIBIT "A -3" Page 1 of 11 identification of needed additional services, details of construction of critical elements, identification of needed permits, identification of specifications to be used, identification of quality and quantity of materials of construction, and other factors required for a professional design (CONSTRUCTABILITY). 5) Advise of environmental site evaluations and archeology reports that are needed for the Project (Environmental issues and archeological services to be an Additional Service). 6) Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project and permitting, environmental, historical, construction, and geotechnical issues; and meet with pertinent authorities. 7) Confer, discuss, and meet with City operating department(s) and Engineering Services staff to produce a cohesive, well- defined proposed scope of design, probable cost estimates(s) and design alternatives. 8) Provide a letter stating that the A/E and Sub - consultant Engineers have checked and reviewed the design memorandum prior to submission. 9) Provide an analysis on project impacts towards "re- engineering" and effects on cost savings toward City operations, which this project will affect. City staff will provide one set only of the following information (as applicable): a. Record drawings, record information of existing facilities, and utilities (as available from City Engineering files). b. The Design Phase Stage I budget, specifying the funds available for construction; c. Aerial photography for the Project area. d. Through separate contract, related GIS mapping for existing facilities. e. A copy of existing studies and plans. (as available from City Engineering files). f. Field location of existing city utilities. (A/E to coordinate with City Operating Department). g. Provide applicable Master Plans. 2. Design Phase. Upon approval of the Design Phase Stage 1 documents, designated by receiving authorization to proceed, the A/E will proceed with Design Phase 11 services: (fee to be determined) a. Study, verify, and implement Design Memorandum 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 EXHIBIT "A -3" Page 2 of 11 and bid related items; specifications and drawings to fix and describe, for one bid or for multiple bids, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. 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. Assimilate all review comments, modifications, additions /deletions and proceed to next phase, upon Notice to Proceed. f. 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. g. Provide Quality Assurance /Quality Control (QA/QC) 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 ConsultantA/E and Sub- consultantA/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. h. Provide traffic controls including a Traffic Control Plan, illumination, markings and striping, signalization, and as delineated by the City Traffic Engineering Department. i. Upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for reproduction (In City Format) and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. j. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re -use of modified plans. k. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. I. Provide a Storm Water Pollution Prevention Plan m. Ordinance No. 19663 establishes the Municipal Public Arts Program requiring works of art to be included in certain city vertical construction projects. If it is determined this project is subject to Municipal Public Art Program, the architect/engineer will cooperate during the design process to fulfill the requirements of the ordinance. The City staff wily a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. EXHIBIT "A -3" Page 3 of 11 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 A/E will: a. Participate in the pre -bid conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c. Review all pre -bid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' approval, any addenda or other revisions necessary to inform contractors of approved changes prior to bidding. d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. 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. 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 A/E will perform contract administration to include the Wowing: a. Participate in pre- construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Review field and laboratory tests. d. Provide interpretations and clarifications of the contract documents for the contractor and authorize required changes, which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. EXHIBIT "A -3" Page 4 of 11 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. As applicable, review and assure compliance with plans and specifications, the preparation of operating and maintenance manuals (by the Contractor) for all equipment installed on this Project. These manuals will be in a "multimedia format" suitable for viewing with Microsoft's Internet Explorer, version 3.0. As a minimum the Introduction, Table of Contents, and Index will be in HTML (HyperText Markup Language) format, with HyperText links to the other parts of the manual. The remainder of the manual can be scanned images or a mixture of scanned images and text. use the common formats for scanned images - GIF, TIFF, JPEG, etc.. Confirm before delivery of the manuals that all scanned image formats are compatible with the image - viewing software available on the City's computer - Imaging for Win95 (Wang) and Microsoft Imaging Composer. Deliver the manuals on a CD -ROM, not on floppy disks. Review construction "red -line" drawings, prepare record drawings of the Project as constructed (from the "red -line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later) of the record drawings. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. 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 awarded. b. Prepare applications /estimates for payments to contractor. c. Conduct the final acceptance inspection with the Engineer. B. Addiltional 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 A/E will not begin work on thi* section without specific written approval by the Director of Engineering Services. Feces for Additional Services are an allowance for potential services to be provided and wilt 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: EXHIBIT "A -3" Page 5 of 11 1 Permittina, Furnish the City all engineering data and documentation necessary for all required permits. The A/E will prepare this documentation for all required signatures. The A/E will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. Union Pacific Railroad, Missouri Pacific Railroad, or any other railroad operating in the area b. TxDOT Permits /Amendments c. Wetlands Delineation and Permit d. Temporary Discharge Permit e. NPDES Permit/Amendments f. Texas Commission of Environmental Quality (TCEQ) Permits /Amendments g. Nueces County h. Texas Historical Commission (THC) i. U.S. Fish and Wildlife Service (USFWS) j. U.S. Army Corps of Engineers (USACE) k. United States Environmental Protection Agency (USEPA) I. Texas Department of License and Regulation (TDLR ) 2. ht-of -Way BROW) Acquisition Survey. The A/E will review existing ROW and 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. Aff 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. A/E Consultant will be required to perform all necessary deed research. 3. Tjpouraohic $ uuvey. (TBD) 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 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. 4 Environmental Issues (TBD) a. Provide environmental site evaluations and Archeology Reports that are needed for the Project. 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 Construction Contract Management and Observation Services 1 Provide a project representative (PR) to provide periodic construction inspection. EXHIBIT "A -3" Page 6 of 11 A Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the A/E 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 A/E, and will confer with A/E regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with A/E 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: A. Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. B. PR shall communicate with CITY with the knowledge of and under the direction of A/E 4. Interpretation of Contract Documents: Report when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. 5. Shop Drawings and Samples: A. Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. B. Record date of receipt of Samples and approved Shop Drawings. C 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. 6. Review of Work and Rejection of Defective Work: A. Conduct on -Site observations of Contractor's work in progress to assist A/E in determining if the Work is in general proceeding in accordance with the Contract Documents. B. 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 A/E 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. C. 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. 7. Records: A. 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 EXHIBIT "A -3" Page 7 of 11 Drawings issued subsequent to the Contract, A/E'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. B. 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 A/E and the City. 8. Reports: A. 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. B. Report immediately to the CITY and A/E 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. C. 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. 9. Completion: A. Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. B. Participate in a final inspection in the company of A/E, the CITY, and Contractor and prepare a final list of items to be completed or corrected. C. 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. 6 firt-up Services. Provide on -site services and verification for all start-up procedures during actual start up of major Project components, systems, and related appurtenances if needed and required. 7 Mrranty Phasg. 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. 8. SICADA — It is anticipated that no SCADA services are required for the project. If such services are required, they will be negotiation and evidenced in writing as an amendment to this agreement. EXHIBIT "A -3" Page 8 of 11 9. Provide the services above authorized in addition to those items shown on Exhibit "A -3" Task List. 10. public Involvement, Presentations S Coordination Provide the following public involvement, presentations and coordination meetings deemed Additional Services: • Meetings for Traffic Control Plan Coordination Public coordination meetings to discuss and review the plan and sequencing with the following parties are deemed Additional Services: - City of Corpus Christi (2 meetings) - American Bank Center /SMG (2 meetings) - RTA (2 meetings) - CC Art Museum (2 meetings) - BayFest/Buccaneer Committee (2 meetings) - Federal Courthouse (2 meetings). • Meetings with General Public: Meetings to keep the General Public involved and informed, progress reports /presentations (2 meetings). • Design of Bayfront Presentations: Progress Presentations /Coordination meetings are scheduled with the following: - City Council Meetings (4 meetings - 60 %/90% /100 % / Award of Bids Stages) - American Bank Center /SMG (3 meetings) - RTA (2 meetings) - CC Art Museum (2 meetings) - BayFest/Buccaneer Committee (2 meetings) - Federal Courthouse (3 meetings). 2. SCHEDULE PROPOSED PROJECT SCHEDULE Task 1 - Construction Documentation Phase: - Phase I Contract Amendment approval March 27, 2007 - 30% - 60% Design 3/27/07 to 5/4/07 - 30% - 60% Review 5/7/07 to 5/21/07 - 60% - 90% Design 5/28/07 to 7/9/07 - 60% - 90% Review 7/16/07 to 7/23/07 - 90% to 100% Design 7/27/07 to 8/10/07 Task 2 - Bidding Phase: - Bidding /Award 8/20/07 to 10/02/07 Note: Contractors will be required to bid their time of completion. Task 3 - Construction Phase: Begin 11/12/07 - Estimated 12 to 14 months for Substantial Completion depending on the sequencing of Construction due to the final approved Traffic Control Plan Phasing to be determined. EXHIBIT "A -3" Page 9 of 11 3. FEES A. Fee for Basic Services. The City will pay the A/E 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, A/E 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 ! 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. C. Sommory of Fees Fee :for Basic Services Fars iur f+ munai Services (Allowance) 1 1 hermit Preparation (as Original Contract Amend. No.1 Amend. No.2 Amend. No. 3 1. Design Phase Stage 1 $529,294 0 0 0 2. sign Phase Stage 11 TBD TBD 0 $791,603 3. Bid Phase TBD TBD 0 $20,000 4. Construction Phase TBD TBD 0 $129,720 Subtal Basic Services Fees $529,294 0 0 $941,323 Fars iur f+ munai Services (Allowance) 1 1 hermit Preparation (as applicable) Railroads Roadways TXDOT Coordination 0 0 0 $4,297 Wetlands Delineation and Permit Temporary Discharge Permit NPDES Permit/Amendments I TNRCC Nuececs County I Texas Historical 0 0 0 Commission U.S. Fish and Wildlife Service U.S. Army Corps of Engineers U.S.. Environmental Protection Agency Texas Department of License and Regulation 0 0 0 $2,200 Tex` Department of EXHIBIT "A -3" Page 10 of 11 Insurance Windstorm Certification 0 0 0 $5,800 Total Permitting $22,575 0 0 $12,297 2. & 3. Boundary & TBD $65,160 $5,520 0 Topographic Survey OUTMORIZED) 4. tEnvironmental issues TBD TBD 0 0 5 Construction Contract TBD TBD 0 $386,791 I Management and Observation Services � 6. tart-up Services TBD TBD 0 0 7. Warranty Phase _ TBD TBD 0 0 8. Provide SCADA TBD TBD 0 0 Documentation 9. asks 6 -11 from Exhibit A -1 $252,646 0 0 0 i 10. Public Involvement 0 0 0 $41,468 Sub�TotW Additional $275,221 $65,160 $5,520 $440,556 Services Fees Authorized Amdma,nt No. 1 Total Fees 0 $65,160 0 0 Authorized Amdm*nt No. 2 Total Fees 0 0 $5,520 0 Authorized Arntindment No. 3 Total Fees 0 0 0 $1,380,079 ToQ Authorized Fee $804,515 $869,715 $875,235 $2,255,314 EXHIBIT "A -3" Page 11 of 11 y i CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to providerthe following information. Every question must be answered. If the question is not applicable, answer with 'NA'. FIRM MAE: _ C16ljj::j it A ,gS STREW: CITY: � C Z112: _ FIRM is: I. Corporation 2. Partnership ❑ 3. Sole Owner ❑ 4. Association ❑ 5. Other ❑ DISCLOSURE QUESTIONS If addM$nal space is necessary, please use the reverse side of this page or attach separate sheet 1 • Sto the rblfnes of each "earployee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more cf 1he ownership in the above named "firm ". Name Job Title and City Department Cif known) ut 2. S1 m the r of each "olydal" of the City of Corpus Christi having an "ownership interest" oonstituting 30A or of title ownership in the above named "firm" Name Title `V 3. S'ta then 01 of each "bdrd member" of'the City of Corpus Christi having an "ownership interest" constituting 3% tlrr more of the ownership in the above named "firm ". Naaw Board, Commission or Committee 4. Sto the names of each eerpioyee or of oar of a "consultant" for the City of Corpus - Christi who worked on any rel ed to the subject of this contract and has an "ownership interest" constituting 3% or more of the awri ship in the above named "firm ". Name Consultant IV� CERTIFICATE , I ce #WAR information pfevided is true and correct as of the date of this statement, that I have not knowingly wrllrivMd of any requested; and that supplemental statements wil be promptly submitted to the City Of G Ch Texas as chances occur. Cer" Persarr: Tile: �'�1+1A.1G1 �14rL (Type or Pft) • Signature+ of Cefting Person: Date: 3 • QZ 2D