Loading...
HomeMy WebLinkAboutC2009-191 - 5/12/2009 - ApprovedCITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or Designee (Director of Engineering Services) and Russell Corrosion Consultants. Inc., (Architect/Engineer-A/E), hereby agree as follows: 1. SCOPE OF PROJECT Mary Rhodes Pipeline Cathodic Protection 2009 (Project No. 8679) The design services include necessary repairs and additions identified in the 2005 and 2008 survey reports for the corrosion protection systems for the Mary Rhodes Pipeline. Included are 19 new test stations and repairs at an additional 7 test stations. In conjunction with construction phase (acceptance testing) services for the new and repaired test stations, the periodic monitoring survey of the entire corrosion protection system on the Mary Rhodes Pipeline will be conducted. The monitoring survey is performed to verify the continued effective operation of the corrosion protection systems on the pipeline and to monitor stray current levels. Included are the 19 new installations, 7 repaired test stations, 4 Guadalupe River and Barge Canal test stations, and the remaining 387 corrosion control/monitoring test stations. 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform professional services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, A/E will provide monthly status updates (project progress or delays, gantt charts presented with monthly invoices) and provide contract administration services, as described in Exhibit "A" and "A-1 ", to complete the Project. Exhibit "A-1"provides supplemental description of services to Exhibit "A" and is not intended to supersede services described in Exhibit "A". Work will not begin on Additional Services until requested by the A/E (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. A/E services will be "Services for Construction Projects"- (Basic Services for Construction Projects") which are shown and are in accordance with "Professional Engineering Services- A Guide to the Selection and Negotiation Process, 1993" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of Professional Engineers. For purposes of this contract, certain services listed in this publication as Additional Services will be considered as Basic Services. 3. ORDER OF SERVICES The A/E agrees to begin work on those authorized Basic Services for this contract upon receipt of the Notice to Proceed from the Director of Engineering Services. Work will not begin on any phase or any Additional Services until requested in writing by the A/E and WrlttPn ai r4hnri~o+i.~.. ~~ -rOVlded by the Director of Engineering Services. The anticipated 2009-191 iry phase, design phase, bid phase, and construction phase is M2009-124 05/12/09 Contract for Engineering (AIE) Services Page 1 of 3 Russell Corrosion Consultants Iine~8679-CalhotlicProteclion20091LargeAEAOC ~NpEXED 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 A/E to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to this contract. A/E shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. MANDATORY REQUIREMENTS A/E agrees to the mandatory contract and insurance requirements set forth in Exhibit "B". 5. FEE The City will pay the A/E a fee, as described in Exhibit "A", for providing services authorized. Monthly invoices will be submitted in accordance with Exhibit "D" and shall include monthly updates. 6. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the A/E at the address of record. In this event, the A/E will be compensated for its services on all stages authorized based upon A/E 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 A/E 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 A/E will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the A/E staff. If the A/E 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 A/E fee may be assigned in advance of receipt by the A/E without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. Contract for Engineering (AlE) Services Page 2 of 3 H:\HOME\RaGhalle\GEN\WaleAMary Rhodos Pipeline\86]9-Cathodic Protection 2009\Large AE.doc 9. OWNERSHIP OF DOCUMENTS All documents including contract documents (plans and specifications), record drawings, contractor's field data, and submittal data will be the sole property of the City, may not be used again by the A/E without the express written consent of the Director of Engineering Services. However, the A/E 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. INSURANCE, INDEMNIFICATION AND HOLD HARMLESS The Consultant will submit to the City Engineer a certificate of insurance, with the City named as additionally insured, showing the minimum coverage set forth in Exhibit "B" by an insurance company acceptable to the City. The Consultant further agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees as more fully set forth in Exhibit "B". 11. DISCLOSURE OF INTEREST A/E 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 as Exhibit "C". CITY OF CORPUS CHRISTI Oscar Martinez Date Assistant City Manager RECOMMENDED Pete Anaya, P.E. Date Director of Engineering Services RUSSELL CORROSION CONSULTANTS, INC. i~loj Debra M. Simpsor5 '~ Date President P.O. Box 197 Simpsonville, MD 21150 (410) 997-4481 Office; (410) 740-2541 Fax ATTEST Armando Chapa, City ecretary APPROVED AS O FO M ~ ~ ~` City Attorney Date 1 " VvD~^ ~~AUTNUItI[tl) ~ c~oRCa_.~.5..,~1a~~ --~....._._._......... ~ C SECRETARY ~~. Contract for Engineering ~A/E) Services Page 3 of 3 H:W OMEVtechelle\GEMWateAMary Rhotles Pipeline\8879-Ce0wtlic Protection 2009\Lerge AE.tloc RI~SSLLL INC. P.O. Box 197 Simpsonville, MD 21150 (410)997-4481 Fax (410)740-2541 April 20, 2009 Joseph Cavalier City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 Subject: Proposal for Mary Rhodes Pipeline Cathodic Protection 2009 Reference: City Project 8679 Dear Mr. Cavalier: Russell Corrosion Consultants, Inc. (RCC) is pleased to submit this proposal to provide design, bid, construction, and acceptance testing/annual survey services for the recommendations made in the 2005 (Project 8529) and 2008 (Project 8626) RCC survey reports for the Mary Rhodes Pipeline. The purpose of the proposed follow-up engineering services is to provide for the mitigation and/or continued mitigation of stray current at the 17 locations identified in the 2005 survey report and the 2 new locations identified in the 2008 survey report. Services would also include provisions for the repair and/or replacement of test facilities at 7 existing locations identified in the 2008 survey report. Under this scope of services, RCC will provide the design, bid, and construction phase services relevant to the corrosion protection measures mentioned above. We will conduct the annual monitoring survey of the entire corrosion protection system in conjunction with the acceptance testing after the improvements are implemented. The detailed Scope of Work is outlined in attached Exhibit A-1. Fees Based on the scope of work identified in attached Exhibit A-1, the Project 8679 Not-to-Exceed Fee for tasks Al through A4, B5 through B8, C9 through C13, and D14 through D19 is $126,550.10. A spreadsheet showing the breakdown of the fee (Exhibit A-2) is attached. The relevant engineering rates are as follows: Personnel Hourlv Billing Rate Principal $130.00 Project Manager $115.53 Project Engineer $ 98.55 Engineer $ 75.08 CADD/Technician $ 57.84 EXHIBIT "A" Pa e 1 of 3 RUSSELL CDRROSIONCONSIILTANTS, INC. Design Schedule Notice-to-Proceed Conduct Kick-Off Meeting Submit 90% Plans City Review Complete Submit Final Plans Submit Bid Plans Bid Schedule Advertise: Bids Received: Construction Schedule Begin Construction: Construction Completion: May 18, 2009 Week of June 8, 2009 July 24, 2009 August 7, 2009 August 21, 2009 September 11, 2009 September 21 & 28, 2009 October 21, 2009 November 23, 2009 April 2, 2010 Acceptance Testing/Suvey Schedule Acceptance Testing Complete: April 2, 2010 Annual Survey Complete: June 25, 2010 Staffing Michael J. Szeliga, P.E. will be RCC's Project Manager for this work. Mr. Szeliga directed the corrosion engineering work associated with the cathodic protection design for the Guadalupe River and Barge Canal crossings of this pipeline as well as the stray current evaluation of 292 petroleum pipeline crossings resulting in the design and installation of 51 galvanic corrosion control systems (CMS 6 test stations). He is the RCC Project Manager for our work for South Texas Water Authority where we have tested the electrical continuity of approximately 30 miles of reinforced concrete water transmission pipeline and upgraded part of the pipeline with galvanic cathodic protection. Mr. Szeliga is also the Project Manager for our work for the Lavaca Navidad River Authority where we are assisting with their annual corrosion protection surveys. He recently directed the corrosion evaluation for the City of Dallas Tawakoni Pipeline. Mr. Szeliga is a Licensed Professional Engineer in Texas and he is certified by NACE International as a Corrosion Specialist and as a Cathodic Protection Specialist. He has extensive experience with corrosion control for water pipelines and specifically with the City's facilities. Mr. Szeliga will be assisted by Tom Fowler, RCC's Project Engineer assigned to projects for the City. We expect that working under Tom Fowler's direct supervision, NACE Certified personnel with experience with the corrosion protection systems on the Mary Rhodes Pipeline will be assigned to the field aspects of this project. Mr. Fowler is Certified by NACE International as a Senior Corrosion Technologist and he has ten years experience with the survey of the Mary Rhodes Pipeline. RCC practices professional corrosion engineering services only. We do not sell or install corrosion control systems. Our engineering recommendations and designs are prepared without regard to EXHIBIT "A" Pa e2of3 RCSS~LL CDRROSIONCONSCLTf1NTS, INC. proprietary systems or components and are always in the best interest of our clients. The hourly rates in this proposal are valid for work performed prior to July 1, 2010. RCC invoices monthly and payment terms are net 30 days. We would request that the City provide our Feld engineer with a representative that would assist us with the location and access to the test sites during the design survey and acceptance testing. Our fee assumes that with respect to the design services, the City will provide any survey information that is required and that permits and environmental assessments are not required for this work. We appreciate the opportunity to present this proposal and we would enjoy working with you again on this project. Please call us at 800-986-4722 if you have any questions or if you would like additional information. Sincerely, RUSSELL CORROSION CONSULTANTS, INC. ~~~~~ Debra M. Simpson President attachments cc: M.J. Szeliga, P.E. -RCC Project Manager T.R. Fowler -RCC Project Engineer www.Russel ICorrosion.com 3 EXHIBIT "A" Pa e3of3 EXHIBIT A-1 CITY OF CORPUS CHRISTI TASK LIST The Engineer shall pertorm the above services by considering the essential project parameters including the following: • Mary Rhodes Pipeline Cathodic Protection 2009 (Project No. 8679) The design phase would include the preparation of plans, specifications, and details in a single package suitable for construction bidding purposes. A 90%, 100%, and final design package will be submitted for review and comment by the City. Formatting will be in accordance with existing City engineering design standards, furnished to RCC. Design documents would be signed and sealed by a Texas Registered Professional Engineer. A detailed construction cost estimate that includes the cost of materials and labor for the Mary Rhodes Pipeline will be submitted. The Scope of Work associated with the design, bid, construction, and acceptance testing/annual survey phases includes the following: Basic Services: A. Preliminary Phase -Not Applicable B. Design Phase 1. Conduct a project kick-off meeting with City engineer to discuss the plan of action and overall project schedule. 2. Prepare in 90% format, plans, specifications, and details for corrosion protection systems for a single construction contract that includes the recommendations from the 2005 Survey (Project 8529) and the 2008 Survey (Project 8626). The recommendations include the installation of CMS 6 (Anode) test stations at 19 locations, the replacement of test wires at 3 CMS 1 (Line Current) test stations, and the repair of broken test wires at 4 CMS 1 test stations. Review the 90% design documents with City engineers. 3. Prepare 100% design documents that incorporate written and/or verbal comments from the City. 4. Provide final signed and sealed design documents for duplication by the City. C. Bid Phase 1. Attend pre-bid meeting and bid opening. 2. Prepare addenda in City format. 3. Review and analyze contractor bids and recommend contract award. 4. Make revisions for re-advertisement. D. Construction Phase 1. Review material submittals for the corrosion protection systems. Provide review comments in a format acceptable to the City. EXHIBIT "A-1" Pa e 1 of 3 C:10ocumenls and Setlingsl0wnerLLOCaI Sellings\Temporary Internet Files\OLK127\Exhlbll A-1.tloc 2. Attend pre-construction meeting. 3. Conduct one site visit during the installation of the cathodic protection systems. 4. Provide interpretations/clarifications of plans/specifications and prepare change orders in City format. 5. Prepare record drawings utilizing the contractor's red line mark-ups. Additional Services: Acceptance Testing/Annual Survey Phase 1. Evaluate the effectiveness of the cathodic protection for two (2) steel water crossings. Testing will include the following: a. Pipe-to-earth "On" and "Instant Off' potential measurements on both sides of the insulating flanges at each of the four (4) test stations. b. Anode current output measurements at each of the four (4) test stations. c. Anode-to-earth potential measurements with the anodes temporarily disconnected at each of the four (4) test stations. 2. Conduct pipe-to-soil potential measurements with anode current cycled "On" and "Instant Off' and obtain anode current output measurements at the fifty-one (51) existing and nineteen (19) new CMS 6 test stations to verify effectiveness. 3. Evaluate current flow on the piping at the forty-three (43) CMS 1 (Line Current) test stations (36 existing and 7 repaired). The detailed evaluation will include the following: a. Measurement of pipe-to-soil potentials at each test station. b. Measurement of the pipeline resistance between the IR drop test wires and calculation of current flow magnitude and polarity. 4. Conduct pipe-to-soil potential measurements at the remaining 300 test stations (various types) to verify that stray current levels have not increased. The 300 test stations included have not been evaluated since 2003. 5. Analyze field data and prepare a preliminary engineering report that includes field data; conclusions; and pertinent, detailed recommendations with cost estimates, with respect to future testing and modifications to the corrosion control system as required in specific areas. The report will include conclusions regarding the installation of the new corrosion protection facilities with respect to compliance with the project specifications. 6. Attend a meeting with the City of Corpus Christi to discuss the preliminary report and prepare a final report that incorporates comments from the City. EXHIBIT "A-1" Pa e2of3 C:\OOCUmentss antl Setings\Owner\LOCaI Settings\Temporary Intemel Files10LK12TExhibit A-0.doc aoP' L-tl 1!9!4x3\LZ1Nl0\sal!d lewe)ul tiemdwal\s6u!IIeS IeaPlVewxp\sBU!IleS Pue sluewnaoOGB £boEa ed ~~6-H~~ 1181HX3 •sa;eua!;sa;soo pue 'suo!;eo!;!Dads 's!!e;ap;o uo!;eaeda~d pue 's}no~(e! uaa}sa(s 'sapoue y;!nn a}!s yoea o; o!;!Dads aye;ey; suo!;e!no!eo u6!sap 'u6!sap ~o; uo!;oa!!oo a;ep apn!ou! s;soo pax!; asoyl ~sao!naas u6!sap ay; y;!nn pa}e!oosse s;soo pax!; !!!;s aae away; 'nno! a(!an!;e!a~ aae s;soo !eua}eua ay; se !!ann se uo!;eneoxa ay; al!yM •Ilews a(!an!;e!aa s! ;soo uo!;ona;suoo !!eaano ay; os am;ona}s 6u!;s!xa ue ao; }uauaanadua! ue se pa!!e}su! 6u!aq s! uo!}e6!;!w ;uaaano ~(ea;suo!;oa;ad o!poy;eo ay} 'aseo s!y; u! •an!sua;u! ~oqe! s! wa;s~(s ay;;o u6!sap ay; 'an!suadxau! a(aan aae s!eua;ew uo!;oa;Dad o!poy;eo y6noy;!y •s;oafad ;o sad(; aay}o ;sow uey; uo!;one;suoo ;o a6e}uaoaad a se aay6!y d!!eo!d~; aae su6!sap uo!}oa;aad o!poy}eo `uo!}one;suoo;o a6e;uaoaad a se }soo u6!sap ay; 6u!p~e6ab •%q~gZ s!;soo uo!}ona}suoo o; }soo sao!naas 6uuaau!6ua o!seq;o a6e;uaoaad ay; `aao;aaayl •y4•ggg'pg$ s! }oa(aad s!y; ao; !esodaad aa; sao!naas o!seq ayl '000'6£Z$ s! 6002 uo!}oa;aad o!poy}e~ au!!ad!d sapoy~{ tieW ao} uo!}ona}suoo;o;soo pa;eua!;sa ayl OL'OSS`9ZL$ 06'OSS`SZ6$ 33d03ZR1OHlfltlltl1O1 99' 668'59 99' 668'59 saolnaag leuolalPPd Ie3o3gnS 99' 668'59 99' 668'59 aseyd anang lenuuy~ ul~sal aouea aooy g 00'0 00'0 aseyd ue11eM L 00'0 00'0 saolnaaS fl-3~eaS 9 00'0 00'0 saolnaag uol;en~asgO uogonl;suoo 5 00'0 00'0 sansslleauawua!nu3 4 00'0 00'0 aning oly ea o of E 000 00'0 anang uoglsln oy MO21 Z 00'0 00'0 uogeae aad ;!wlad 6 S3O1/~a3S IHNOIlId4V 44'859'09 44'859'09 saolnaag olse8 Ieaoaq~S 04'Z95'86 04'Z95'86 aseyd uol;onaasuo0 4 ZL'E8L'06 ZL'ESL'06 aseyd P!8 E ZE'Z6E'6E ZE~Z6E'6E aseyd u IsaO Z 00'0$ 00'0$ aseyd eu!wllaad 6 S301/v~3S OISHB 1tl1O1 lOtlLI1NOO ItlNI~JRlO :saa~ EXHIBIT B MANDATORY INSURANCE REQUIRMENTS (Revised September 2001) 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. Contractuallnsurance 7. Broad Form Property Damage 8. Independent Consultants 9. Personallnjury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WORKERS' COMPENSATION WHICH COMPLIES WITH THE TEXAS WORKERS= 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 [X] NOT REQUIRED contaminants BUILDERS' RISK See Section B-6-11 and Supplemental Insurance Requirements [ ]REQUIRED [X] NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements [ ] REQUIRED [X] NOT REQUIRED 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 interest parties. EXHIBIT "B" Insurance Requirements Pa e 1 of 2 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 tf 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. 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 Pa e2of2 City of COI'pUS CITY OF CORPUS CHRISTI Chnsti DISCLOSURE OF INTERESTS ~~~ City of Corpus Christi Ordinance 17112, as amended, requires all persons orfirms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "N/A". FIRM NAME: Russell Corrosion Consultants. Inc. STREET: P.O. Box 197 CITY: Simpsonville. MD ZIP: 21150 FIRM is: 1. Corporation X 2. Partnership- 3. Sole Owner- 4. Association- 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 7. 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 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: Debra M. Sim son Title: President ype or rin Signature of Certifying Person:~~~9m~~ Date: ~/,Gs~By 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. b. 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. c. 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, joint stock company, joint venture, receivership or trust and entities which, for purposes of taxation, are treated as non-profit organizations. d. Official. The Mayor, members of the City Council, City Manager Depu~City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges o>` the Ci of Corpus Christi, Texas. e. Ownership Interest. Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. Constructively held refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. Consultant. Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. EXHIBIT "C" Page 2 of 2 W Q Z U M ~ ~ R O O O ~ ~ Z Z N a.rdo ~ °= o > J O C ~ aa- O U n+ ~ ~ a p C a ~ U v o ~ H ~ ~ m o ~ c a- 7 V O' ~ > Q C V L O C V N O z a O Z v E a .a. C O U d .; N V .~ m 0 0 O O 0 0 O ~ 0 0 O 0 0 O 0 0 O M 0 0 ~f1 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 .- 0 0 O M 0 0 E c- 0 0 M N O O O O Q Q Q O 0 0 0 ° o ° o ~° u i ~ H H m ~ ~ ~ o _ ~ ~ ~ 0 0 0 0 0 ° o 0 0 0 ~ O ° o ° 0 0 0 ~ u> o o o ~n ~n ~ m ~ ~ w ! a » ~ O O O O 0 O O ~ 0 ~ EA ~ 0 O N O N O O ~ ~ H H H ~ S N .-- ~ O O b 0 ~ 1 O N N ~ H ~ 01 O O h N N ~O m m m O r ~,_, H H n N n T M M ~ ~ ~ r ~ ~ ~ ~ ~ ° ° N O ~ ° ° N ~ ~ ~ N N N r fiT (A N O N (O ~ ~ ~ CO N CO 00 ~ ~ r r ~ ~ N v> e» v> <» X 0 0 0 0 ° N O ~ ~ ~ N O N ~ N O O .-- H m H ~ O ~ .- ~ ~ ~ ~ ~ ~ (V v> v~ v> E» ° ° ° ° ° ° ° O O O o ° ° ° o o o o o o o o o o o ~n ~ o o ~ ~ ~ 0 0 0 0 ~ N N CO N N f0 N 00 ~ ~f M ~3 ~ ~ N N U ~ Z N N U N fn N LL N ~ V f0 N N N ~ L ~ ~ gy ° L ~ d U d ( p f0 ~+ N N (0 ~ LL N ~ Z N c m y L Z c '~ ,~,,, o ~ ~ (A d Z. t a~ ° : r m ~ °' ~ ~ ° ¢ Z i . m m ~ ° c ~ c ~ ° O o N ° ° E rn o ~ E 9 N ~ m N °~ U 7 O N .0 0 7 ' 0 7 m y a o m c) cn ¢ a ~ S aO u~ v~ tn m ¢ f- w°~o U H O N ~ m r U N W= rn~ Nwd o W a W ~ K N 5 c~ z w w z C7 z w 0 LL H 2 O U