Loading...
HomeMy WebLinkAboutC2010-145 - 5/18/2010 - Approvedr f CITY OF CDRPl1S CHRISTI CONTRACT FDR PRQFESSIDNAL SERVICES The City of Carpus Christi, a Texas home rule municipal corporation, P.D. Box 9277, Corpus Christi, Nueces County, Texas 78~4fi9-5277 r;City}acting through its duly authorized City Manager yr Designee [Director of Engineering Services} and RVE~, a Texas corporation, 824 Buf#alo Street, Corpus Christi, Nueces County, Texas 78441, ~ArchitectlEngineer - AlE}, hereby agree as follows: 1. SCQPE OF PRQJECT: Williams Drive Phase 1 - Radd Field to Nile Drive ~Prvject No. 6480 The Williams Drive Phase 'i Project improves the existing two-lane roadway to afive-lane roadway, inclusive of a continuous left turn lane. The improvements will include curb and gutter, 2-1 p ft wide sidewalks, ADA curb ramps, lane striping, pavement markings and street lighting. The intersec#ivn at Nile Drive will be signalized. A vehicle drop zone will be added far the school at the Nile intersection. lJtility lines will be replaced andlar rehabilitated as needed. The storm water system will be increased in capacity andlar rehabilitated as needed, The construction budget for the project is $3,224,644. 2. SCOPE Qf= 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, AIE will provide monthly status updates [project progress ar delays, gantt charts presented with monthly invoices} and provide contract administration services, as described in Exhibit "A" and "A-'I", to complete the project. Work will not begin on Additional Services until requested by the AIE provide breakdown of costs, schedules},and written authorization is provided by the Director of Engineering Services. AIE services will be "Services for Construction Projects"- (Basic Services for Construction Projects"} which are shown and are in accordance with "Professional Engineering 5ervices- 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 fisted in this publication as Additional Services will be considered as Basic Services. 3. ORDER CF SERVICES The A1E agrees tv begin work on these authorized Basic Services for #his 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 AIE and written authorization is provided by the Director of Engineering Services. The anticipated schedule of the preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit "A". This schedule is not to be inclusive of all additional time that may be required for review by the City staff and may be amended by or with the concurrence of the Director of Engineering Services. 2014-145 Large AIE Contract 1YI2010-11b Page 1 of 3 Q5'1011~Or Ph 1-Rudd Field fo NifelWilLams Phase 1 LARGE AE CCNTRACT.doc RVE n ~~CC '~ The Director of Engineering Services may direct the AIE to undertake additional services or tasks provided that no increase in fee is required. Services yr tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment tv this contract. AIE shall notify the City of Corpus Christi within three {3} days of notice if tasks requested requires an additional fee. 4. INDEMNITY AND INSURANCE AIE agrees tv the mandatary con#ract indemnification and insurance requirements as set forth in Exhibit "B", 5. FEE The City will pay the AIE a fee, as described in Exhibit "A", for providing services authorized, a total fee not to exceed $974,198 (Nine Hundred Seventy-Four Thousand One Hundred Ninety Dollars and Zerv Cents}. Monthly invoices wilt be submitted in accordance with Exhibi# "D". 6. TERMINATInN CF CONTRACT The City may, at any time, with or without cause, terminate this con#ract upon seven days written notice to the AIE at the address of record. !n this event, the AIE wil! be compensated for its services on all stages authorized based upon AIE 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 s#ated policy is that City expenditures on contracts for professional services be of maximum benefit to the Ivcal economy. The AIE agrees that at least 75°Io 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°Io of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area {MSA.} S. ASSIGNABILITY The A!E will not assign, transfer yr 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 AIE staff. If the AIE is a partnership, then in the event of the termination of the partnership, this contract will inure tv the individual benefit of such partner or partners as the City may designate. No part of the AIE fee may be assigned in advance of receipt by the AIE 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. barge AIE Contract Page 2 of 3 H:1HC+iuiE~iad'iellelGEMSVeals164GG-Williams Ov Pft 1-Rudd Field to NilelWilliams Phass 1 LARGE AE CUNTF:ACF.doc 9. OWNERSHIP OF ^~CUMENTS 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 AIE without the express written consent of the Director of Engineering Services. However, the AIE 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. 1D. D15CLC5URE flF INTEREST AIE further agrees, in compliance with City of Corpus Christi Ordinance Nv. 17112, to complete, as part of this contract, the Drsclasure of Inter,~fsform attached as Exhihit "C". CITY F CARP CHRISTI ~~ ~~ S ~ I n Juan Perales Jr., P.E. ate Assistant City Manager REC~M ENDED ~~ f! Pete Anaya, P.E. date ^irector of Engineering Services ATTEST Armando Chapa, City ecretary ~ -.. 1 I y Y ~'-I I-~~ Patrick-D. Vefeto, P.E. Date 828 Buffalo Street Corpus Christi, TX 78481 ~3fi 1 } 887-8851 ^ffice X361 } 887-8$55 Fax a• ~ d ~~~ { ~ ~ AU1~i0RI2ED ~T CCtlItGIL ..~~~.~ ~~ ~ ... S ~~ ~i'ARY APP OVED A5 T4 F City Attorney ^ate large AIE Contract Page 3 of 3 H:WOME1RaahellelGEHlSVaets164G6Wi11ianu Dr Ph 1-ROdd Field [o Ni191Wdliams Phase 5 LARGE AE CdMTRACT.doc EXHIBIT "A" CITY DF CORPUS CHRISTI, TEXAS Williams Drive, Phase 1 -Rodd Field to Nile Drive {Project No, fi46By BAND fSSUE 2008 I. SCOPE OF SERVICES A. Basic Services. 1. Preliminary Phase. The ArchitectlEngineer-AIE will: It is the intent of the Preliminary Phase to provide a study and report of project scope with economic and technical evaluation of alternatives, and upon approval, proceed with an Engineering Letter Report which includes preliminary designs, drawings, and written description of the project. This report shall include: a. Provide scope of sail investigations, borings, and laboratory tes#ing and make recommendations tothe City. Coordinate all required serviceswith the Geotech Lab. The City Engineering Services Departmentwill provide necessary soil investigation and testing under one yr mare separate contracts.} b. Confer with the City staff at the start of this phase regarding the design parameters of the Project. The Engineer will participate in a minimum of one {1 j formal meeting with City staff, provide agenda and purpose for each formal meeting; document and distribu#e meeting minutes and meeting report within seven {7} working days of the meeting. The AIE will discuss the project with the operating department (Water, Wastewater, Gas, Storm Water, Streets, etc.} and other agencies, including bu# not limited to the Texas Department of Transportation [TxDOT} and Texas Commission on Environmental Quality {TCEQ} as required to satisfac#orily complete the Project. c. Submit one {1 } copy in an approved electronic format, and one [1 }paper copy of the Draft Engineering Letter Report of identified feasible alternatives, and review with City staff to produce an acceptable format. The Draft Engineering Letter Report will include the fallowing twith CQNSTRUCTABlLtTY being a major element in all the following items}: 1 } Review the Project with the respective Operating Departments} and discussions including clarification and definition of intent and execution of the Project. The AIE will meet with City staff to collect data, discuss materials and methods of cons#ruction, and identity design and construction requirements. 2} Review and investigation of available records, archives, and pertinen# data related to the Projec# including taking photographs of the Project site, list of potential problems and passible conflicts, intent of design, and improvements required, and conformance to relevant Master Pian{s}. 3} Idea#ify results of site field investigation including site findings, existing conditions, potential right of wayleasements to be acquired, and probable Project design solutions {which are common to municipalities}, in accordance with S.U.E. {Subsurface l.ftility Exploration} standards {CIIASCE 38-QZ}. Subsurface investigation will be paid as an additional service. ~) Provide a presentation of pertinent factors, sketches, designs, cross- sectians, and parameters which will ^r may impact the design, including engineering design basis, preliminary layout sketches, identification of E]CHIBIT "A" Page 1 of 1 d Revised April 2fl 1 ~ H:WpMEVRache11e1GEMStreelsV6AG6-wlliamS 0r Ph 1-Rodd Field [o Nde1W Iliems Phase 1 REV EJ(HI(317 A.doC needed additional services, preliminary details of construction of critical elements, identification of needed permits, identification of specifications to be used, identification of quality and quantify of materials of construction, and other factors required for a professional design ACC N STRUCTA131 LI TYl. 5} Advise of environmental site evaluations and archeology reportsthat are needed forthe Project {environmental issues and archeological services to be an Additional Service}, B} Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project including permitting, environmental, historical, construction, and gevtechnical issues; meet and coordinate wi#h agencies such as RTA, CDBG, LISPS, CCISD, community groups, TDLR, etc. 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 and design alternatives. 8} Provide a letter stating that the AIE and Sub-consultant Engineers have checked and reviewed the Draft Engineering Letter Report 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. d. Assimilate all review comments of the Draft Engineering Letter Report {if any} and provide one {i}set of the Final Engineering Letter Report {electronic and hard copies using City Standards as applicable} suitable for reproduction. Said Final Engineering Letter Report henceforth becomes the sole property and ownership of the City of Corpus Christi. 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 preliminary 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 tiles}. f. Field location of existing city utilities {AIE to coordinate with City Qperating Dept.}. g. Provide applicable Master Plans. h. Provide bench marks and coordinates. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the AIE will: a. Study, verify, and implement Engineering Letter Report recommendations including construction sequencing, connections to the existing facilities, and res#vration 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 {1}set of the construction hid and contractdocuments {electronic and full-size hard copies using City Standards as applicable}, including contract agreement forms, general conditions and supplemental conditions, notice tv bidders, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for IExHIB1T "A" Page 2 of 10 Revised Apri! 2a1 ~ H:WOhhElRacheilelGENISVeeISL64S6-wlliema Df Ph 1-Rudd Field [o NilelWdliams Ptiese 1 REV E](HIBITAdac one bid, the size and character of the entire Project; description of materials to be utilized; and such ether essen#ials as may be necessary far construction and cost analysis. c. Provide assistance to identify testing, handling and disposal of any hazardous materials andlar contaminated soils that may be discovered during construction {ta be included under additional services}, d. Prepare final quantities and estimates of probable casts with the recommended construction schedule. The construction schedule will provide a phased approach to track progress and payments. e. Furnish one {1} set of the in#erim plans {Bt]°Ia submittal -electronic and full-size hard copies using City Standards as applicable} #o the City staff for review and approval purposes with estimates of probable construction costs. Show existing elevations resulting from topographic survey. Show locations of utility lines, structures and their respec#ive elevations resulting from the S.U.E. Use the City's numbering system for utility manholes. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. Required with the interim plans is a "Plan Executive 5ummarv" which will identify and summarize the project by distinguishing key elements such as: • Pipe Size or Building Size • Pipe Material, etc. ^ Why one material is selected over another ^ Pluses of selections • RAW requirements and why • Permit requirements and why • Easement requirements and why • Embedment type and why ^ Constructability, etc. ^ Specific requirements of the City ^ Standard specifications • Non-standard specifications • Any unique requiremen#s • Cost, alternatives, etc. • Qwner permit requirements and status f. Assimilate all review comments, modifications, additivnsldeletions and proceed to next phase, upon Notice to Proceed. g. Provide one {1 } set of the pre-final plans and bid documents {9[3°Io submittal - electronicand full-size hard copies using City Standards as applicable] to the City staff far 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. h. Provide Quality AssurancelQuality Control {QAIQC} measures to ensure that submittal of the interim, pre-final {if required}, and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and da not necessitate an excessive amount of revision and correc#ian by City staff. The Consultant AIE and Sub-consultant AlE shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc, EXHIBIT "A" Page 3 of 10 Revised April 2~1~ H:WflME1Rad~ellalGfHlSUeets1BA66-Williams Dr Ph 1-Rudd Pie1d So kEle1W11iams Phase 1 REV EXHI617 AdpC i. If required, provide traffic controls including a Traffic Control Pian, illumination, markings and striping, signalizativn, and as delineated by the City Traffic Engineering ^epartment. j. Provide one {1}set of the final {10a°/o} plans {unsealed and unstamped -electronic and full-size hard copies using City Standards as applicable} for City's final review. k. Assimilate all final review comments {if any}. I. Upon approval by the Director of Engineering Services, provide one {1}set of the final plans and contract documents {electronic and full-size hard copies using City Standards as applicable} suitable for reproduction. Said bid documents henceforth became the sole property and ownership of the City of Corpus Christi. m. The City agrees that any modifrcations of the submitted final plans {far other uses by the City} will be evidenced on the plans and be signed and sealed by a professional engineer prier to re-use of modified plans. n. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. o. Provide a Storm Water Pollution Prevention Plan, if required. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. b. Provide the budget for the Project specifying the funds available for the construction contract. c. Provide the City's s#andard specifications, standard detail sheets, s#andard and special provisions, and forms for required bid documents. 3. Bid Phase. The AlE will: a. Participate in the pre-bid conference and provide a recommended agenda for critical construction activities and elements 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 tv 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 AIE`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 Projec# for bids. The City staff will: a. Arrange and pay far printing of all documents and addenda to be distributed to prospective bidders. b. Advertise the Project for bidding, maintain the fist of prospective bidders, receive and process deposits for all bid documents, issue {with the assistance of the AIE} 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 Cvunci! concerning bid awards. d. Prepare, review and provide copies of the contrac# for executive between the City and the contractor. E]CHiBl7 "A" Page 4 of 1 ~ Revised April 2D10 H:WOMfEVRachBliBlGEH151feetsl64G6Williams Dr Ph 1-Rudd Field to Nile1Wi11iam8 Phase i REV E7(HIBIT A.doc 4. Construe#ion Phase. The AIE will perform contract administration to include the fallowing: 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 au#harize required changes, which da not affect the contrac#or's price and are not contrary to the general interest of the City under the contract. e. Make regular visits to the site of the Project tv 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 dune 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 specifrcations for the contractor and authorize minor changes which da not affect the can#ractar's price and are not contrary tv the general interest of the City under the contract. g. Make final inspection with City staff and provide the City with a Certificate of Comple#ion far 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 vn 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 ar a mixture of scanned images and text. Use the common formats for scanned images - GIF, TIFF, JPEG, etc.. Cvnfrrm 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-RaM, not an floppy disks. i. Review construction "red-line" drawings, prepare retard drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans} and deliver #o the Engineering Services a reproducible set and electronic file {AutvCAD r.14 or later} of the record drawings within two {2} months of final acceptance of the project. 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 ASCU format in tabular farm. Ali electronic data will be compatible with the City G1S system. The City staff will: a. Prepare applicativnslestimates far payments to contractor. b. Conduc# the final acceptance inspection with the Engineer. E]CHiBIT "A" Page 5 of 1 Q Revised April 2Q1 Q H:WOME1RerhellelGEHlSIreelsk4486Wdliams 6r Ph 1-Rudd Field la H~lelwlliarrvs Phase 1 REV E]CHIBIT Adce 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, bu# the AIE will not begin work on this section without specifrc writ#en approval by the Director of Engineering Services. Fees farAdditional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required, The AIE will, with written authorization by the Director of Engineering Services, dv the following: 1. Permit Preparation. Furnish the City all engineering data and documentation necessary for all required permits. The AIE will prepare this documentation for all required signatures. The AIE 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 PermitslAmendments c. Wetlands Delineation and Permit d. Temporary Discharge Permit e. NPDES PermitlAmendments f. Texas Commission of Environmental Quality ~TCEQ} PermitslAmendments 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 Licensing and Regulation (YOLK } 2. Right-of-Way [ROW1 Acquisition Survey. The AIE will review existing RQW 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. All work must comply with Category 1-A, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. All work must be tied to and conform with the City's Global Positioning System (GPS} control network and comply with all TxDQT requirements as applicable. AIE Consultant will be required #a obtain Preliminary Title Reports from a local title company and will provide copies of the title reports tv the City. 3. Topopra~hic Survey and Parcel Descritativns. AIE will provide field surveys, as required for design including the necessary control points, coordinates and elevations of points R;as required for the aerial mapping of the Project area -aerial photography tv be provided by City}. Establish base survey controls for line and efevativn staking gnat detailed setting of lines and grades far specific structures yr facilities}, All work must be #ied tv and conform with the City's Global Positioning System {GPS} control network and comply with Category B, 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. AIE will submit individual parcel descriptions and survey plats to the City slang with all ti#le reports obtained in Section 2. A strip map showing all parcels required will be submitted along with parcel descriptions. The AIE will field mark and delineate all new right-of-way lines upon request of the City's Land Acquisitive Division. ExHIB1T "A" Page fi of 10 Revised April 2x10 H:WOMEIRachellelGEMSVeela164GCrWilliams pr Ph 5-Rudd Field la hfiEelWlliams Phase 1 REV ExHIH17 AdaC 4. Subsurface lJtility En~ineering_„jS.U.E.1 Conduct hydro-excavation, pneumatic excavation, or probing, with or without water jet assistance, tv identity underground utilities. The process will conform to subsurface utility engineering in accordance with ASCE Standard C-I, 38-02. 5. Existin Williams Drive box Culvert Evaluation Evaluate the existing concrete box culvert in Williams ^rive from Rvdd Field to Nile (Phase 1 }and Nile to Airline [Phase 2}. Determine the condition of the box culvert and its current capacity for direct vehicle loading. Recommend upgrades needed to permit HS-20 direct loading and repairs needed to extend its service life. An evaluation of hydraulic capacity will be performed by others. fi. Williams Orive Box Culvert Rehabilitation Desi n If needed, prepare construction plans for rehabilitation of the existing box culvert in Williams !]rive for Phase 1 and Phase 2. 7. Williams ^rive ^ffsite ~raina a Im rovements Based on a separate drainage study provided by Naismith Engineering Inc. {NEI}, permit conditions provided by NEI, and Engineering Letter Report recvmmendationsprooided by NEI, provide design phase, bid phase, and construction phase services as described in Exhibit "A" Sections 1.A.2, 1.A.3, and 1.A.4. 8. Television Ins action Of Sewer Lines Clean and inspect existing sewer lines to evaluate condition and determine rehabilitation or replacement method. Submit report of findings with copy of video. 9. Public Meetin s 3 Meetin s • Prepare Exhibits and Handouts Attend and Participate {City Staff will lead the meeting) ^ Prepare Meeting Minutes 1 D, Constre~ctivn Observation Services. Provide a project represen#ative {PR} tv 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 AJE shall endeavor tv provide further protection for the CITY against defects and deficiencies in the work. B. The du#ies and responsibilities of the PR are described as follows: 1. General: PR will act as directed by and under the supervision of AIE, and will confer with AIE regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with AIE 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 ^ocuments. E]CHIBIT "A" Page 7 of 10 Revised April 2x10 H:IHOMEIRacheltelGEHVSVeets1B4fi6-Williams Or Ph 1-Rudd Field to Nde1W Iliams Phase 1 REV ExH181T A.doc B. PR shall communicate with CITY with the knowledge of and under the direction of AIE 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 Wark requiring a Shop ^rawing or Sample submittal far which PR believes that the submittal has not been approved. 6. Review of Work and Rejection of Defective Work: A, Conduct on-Site ^bservations of Contractor's work in progress to assist AIE in determining if the Work is in general proceeding in accvrdancewith 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, yr does not meet the requirements of any inspection, test or approval required to be made; and advise City and AIE of that part of work in progress that PR believes should be corrected yr rejected ^r 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 these to be performed by public agencies having jurisdiction over the Work. 7. Retards: 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 ^rawings issued subsequent to the Contract, AIE's clarifrcations and interpre#ativns of the Contract Documents, progress reports, Shap Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. B. Prepare a daily report utilizing approved Cityformat, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Drders, Field orders, Wark Change Directives, ar 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 AIE 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 AIE 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-RQM at the rate of a minimum of two photographs per day, including an adequate amount of photograph documentation of utility conflicts. E}CHiBIT "A" Page 8 of 1 ~ Revised April 2D10 H:WpMElRache!lelGENlStreels~6486-Williams Dr P7i 1-Hadd Field [a NilelWrlliarris Phew 1 REV ElfN16lT Adac 9. Completion: A. Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion ^r correction. B. Participate in a final inspection in the company of AIE, the CITY, and Contractor and prepare a final fist of items to be completed or corrected. C. Observe whether all items vn final list have been completed or corrected and make recommendations concerning acceptance and issuance of the Notice of Acceptability of the Wvrk. 11. Warran Phase. Provide a maintenance guaranty inspection toward the end of the one-year period after acceptance of the Projec#. Nate 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 far 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 tv City Staff. Complete the inspection and prepare the report no later than sixty {BO} days prier to the end of the maintenance guaranty period. 12. Provide the services above authorized in addition to those items shown vn Exhibit "A- 1"Task List, which provides supplemental description to Exhibit "A." Note: The Exhibit "A-1" Task List does not supersede Exhibit "A." 2. SCHEDULE Day Date Activity Monday 5epteml7er 27, 2010 30°I° Submittal {Letter Report} Wednesday October 6, 2010 Begin ^esign Monday January 31, 2011 60°/° Submittal Monday February 21, 2011 City Review Monday March 1~L, 2011 90°/° Submittal Monday April 4, 2011 City Review Wednesday April 25, 2411 Final Submittal Monday May 9, 2011 ~ May 1 fi, 2011 Advertise far Bids Tuesday May 17, 2011 Pre-Bid Conference Wednesday May 25, 2011 Receive Bids Tuesday June 21, 2011 Contract Award Monday August 22, 2011 begin Construction Friday February 22, 2D13 Complete Construe#ian E]{HIBIT "A" Rage 9 of 1 D Revised April 201 t} H'WOMEVRachelleiGENISVBeis164GCrYhRlliam5 Dr Ph 1-Rudd Field la HilelWilliarns Phase 1 REV E]WI81T Adac 3. FEES A. Fee for basic Services. The City will pay the AIE a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed these 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. The fee far this project is subject to the availability of funds. The Engineer may be directed to suspend work pending receipt and appropriation of funds. For services provided in Section I.A.1-4, AIE will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon AlE's estimate {and City concurrence} of the proportion of the total SeNICeS actually completed at the time of billing. For services provided in Section I.A.4, the statement will be based upon the percent of completion of the construction contract. City will make prompt monthly payments in response to AIE's monthly statements. B. Fee for Additional Services. For services authorized by the ^irectar of Engineering Services under Section I.B, "Additional Services," the City wiii pay the AIE snot-tv-exceed fee as per the table below: Fee for basic Services: Williams Drive Phase 1 (Project Nv. B46g] 1. Preliminary Phase $39,600 2. Design Phase $158,460 3. Bid Phase $13,20D 4. Construction Phase $52,g3p Subtotal Basic Services Fees $2gq,gg0 Fee for Additional Services [Allawancey 1. Permit Preparation [Authorized} $ 14,ggD 2. RAW Acquisition Survey $ 54,7D0 3. Topographic Survey {Authorized} $ 34,34Q 4. Subsurface Utility Exploration {S.LI.E.} {Authorized} $ 40,500 5. Box Culvert Evaluation (Authorized} $ 7$,p2D 6. Box Culvert Rehabilitation Design TBD 7. Cffsite ^rainage Design, Bid Phase, Construction Phase {Authorized} $245,DOD 8. Television Inspection of Sewer Lines {Authorized} $ 4D,54D 9. Public Meetings {3 Meetings} {Authorized} $ 11,730 10. Construc#ian Observation Services {18 Month ^urativn} {24 hrslwk x $1001Hr} $1g7,20D 11. Warranty Phase {Authorized} $ 3,39p Sub-Total Additional Services Fees $7117,100 Total Project Fee $974,1gfl The estimated cyst of construction for Williams ^rive, Phase 1 -Rudd Field to Nile is $3,22D,600. The basic services fee for the project is $264,Q9D. Therefore, the percentage of basic engineering services cast to construction costs is 8.2°Io. ExFIIBIT r`A" Page 10 of 10 Revised April 2Q10 H:WQME1RschellelGENiSUeets1l34RG~Williams Or Ph 1-Rudd Field to Nilelwlliams Phase 1 ftEV ExH16lT Adce EXHIBIT "A-'I" TASK LIST [Provides supplemental description to Exhibit "A". Exhibit "A-1" Taslc List does not supersede Exhibit "A.°} Williams Drive, Phase 1 - Rodd Field to Nife Drive Project No. 6466] ON~ 1551lE 2Q08 GENERAL The Williams Drive Phase I Project improves the existing two lane roadway to a four lane roadway tC3 Collector}. The improvements will include curb and gutter, sidewalks, ADA curb ramps, lane striping, pavement markings and street lighting. The project will include an i3-foot wide sidewalk on ^ne side for a bike path. The intersection at Nile Drive will be signalized. A vehicle drop zone will be added at the school at the Niie intersection. l.ltility lines will be replaced andlor rehabilitated if needed. The storm water system will be increased in capacity andlor rehabilitated if needed. The construction budget for the project is $3,2~D,EC7a. The project will also include Williams Drive Offsite Drainage Improvements as an additional service. The offsite drainage improvements will include an open channel system to meet the storm flew capacity requirements to be determined in separate study by Naismith Engineering Inc. The vffsite drainage improvements may require regulatory permitting. Naismith Engineering will provide all regulatory permitting services. The construction budget for the vffsite drainage improvements is $5,g00,Dgd. Monthly progress reports shall be prepared for submittal tv the City and submitted by the 5~' of each month. BASIC SERVICES Preliminary Phase Engineering Letter Report Preparation of the Engineering Letter Report will be in two parts; a Preliminary Engineering Letter Report and Final Engineering letter Report. The Preliminary Engineering Letter Report will be used as the basis for all regulatory permitting, easement applications and RAW acquisitions, if necessary. After all permits and easemen#s have been coordinated with the regulatory agencies, the Preliminary Engineering Letter Report will be revised tv comply with the permit and easement requirements and the Final Engineering Letter Report will be issued. The Final Engineering letter Report wil! be used as the basis far final design and ROW acquisition, if necessary. The Engineering letter Report will address the vn-site Williams Drive Phase I Street Project ^niy. The Williams Drive Gffsite Drainage Improvemen#s will be addressed in a separate Engineering Letter Report provided by Naismith Engineering Inc. A. Prepare Preliminary Engineering Letter Report 1. Attend a project kick off meeting and prepare meeting minutes. ~xHIBIT "A-~„ Rae 1 of 5 H:UfGMEU2achellelGEM5lraet51646&Wllliams ~r Pn 1-Redd Field to NilelWlli6ms Phase 1 E%HlBIT A-1.dx 2. Collect data needed for the Preliminary Engineering Letter Report: ^ RaW Information of Record from City; • fJtility Information of Record from City; • Construction Plans of Record from City; ^ Conventional Surveys {Additional Services}; • S.U.E. Surveys [Additional Services}; ^ Environmental Surveys (NEI Additional Services}; • Drainage Study (NEI Addi#ionai Services} • Box Culvert Structural Evaluation ~RVE Additional Services} • Gevtechnical Investigation [Direct Contract with City}. 3. Review and analyze data. 4. Prepare a Preliminary Engineering Letter Report including: a. Data collected; b. Analysis of the data; c. Preliminary design calculations; d. Storm Water system upgrades in accordance with Drainage Study conducted by NEi and the Box Culvert Evaluation conducted by RVE; e. Environmental and permitting issues will be addressed in a separate Preliminary Engineering Letter Report prepared by NEI. f. Roadway rehabilitation alternatives (Rigid and Flexible Pavement}; g. Water and wastewater utility upgrades in accordance with the Project parameters; and h. Preliminary opinion of probable costs. The Preliminary Engineering Letter Report will include a recommended plan of action within the project budget. 5. Submit one [1 } hard copy and one ~1 ] electronic copy of the Preliminary Engineering Letter Report. 6. Meet and review Preliminary Engineering Letter Report and NEI Preliminary Engineering Letter Report with City Staff. T. Obtain approval to prepare the Final Engineering Letter Report. B. Prepare Final Engineering Letter Report 1. Revise the Preliminary Engineering Letter Report per final permit and easemen# requirements. The Final Engineering Letter Report will become the basis for final design and RGW acquisition. 2. Submit one (1} hard copy and one [1} electronic copy of the Final Engineering Letter Report and Preliminary Drawings. E][HIBtT "A-7" Pa e2vf5 H:WflMElRachellelGEklSiree[sVr3GCrWiliams pr Ph 1-FtDdd Field to kdeIV4RAiams Phase 1 ExHIBITA-1.doC 3. Meet and review Final Engineering Letter Report and Preliminary ^rawings with City Staff. 4. Obtain approval to proceed with the Design Phase. Desi n Phase A. Develop construction drawings in English units in 22" x 34" sheets to include the fallowing preliminary lis#: {Approximately 95 Sheets} B. Register project with the TDLR through the services of a RAS {Additional Services}. C. Prepare opinion of probable construction costs including contingency amounts. D. Prepare Contract ^ocuments in Standard City Format E. Submittals. Provide electronic {PDF's on CD} and one {1 } hard copy {11 x 17} of the following submittals: 1. 3~°/0. Construction Drawings only. 2. 60°Io Construction drawings and preliminary opinion of probable construction costs. 3. 90°/0. Construction drawings, contract documents and preliminary opinion of probable construction costs. 4. Pre-Final. Construction drawings, contract documents, and Plan Executive Summary. 5. Final. Sealed Construction drawings, contract documents and final opinion of probable construction costs. F. QCIQA. Provide QCIQA and address City comments for each submittal. Bid Phase Provide Bid Phase Services in accordance with Exhibit `A' of the Contract for Professional Services. Construction Phase Provide Construction Phase Services in accordance with Exhibit `A' of the Contract for Professional Services. AD131TIDNAL SERVICES [Subject tp Authorization) 1. PERMITTING TDLR Registration Z. ROW ACQL1151Ti0N SURVEY Perform boundary surveys and prepare parcel maps and field no#e description far ~x~llglT ~~A-~,~ Pa e3of5 H:WOMEiRachellelGEMSVeelsV8A86-Williams Or Ph 1-Redd Field la NilelW~l4iams Phase 1 EXHIBIT A-1.dx tracts or easements required far construction and maintenance. 3. TOPOGRAPHIC SURVEY • Establish horizontal and vertical control points {bench marks} and perform level Ivvps; • Perform detailed topographic survey of each of the prvjec# streets including: - Street cross-section at 5t7-ft. intervals; Offsite drainage crass-section at 1~0- ft. intervals; - Locate and tie down existing utilities including manhole flowlines; - Locate and tie down existing surface improvements such as curb and gutter, sidewalks, fences, trees, mail boxes and Other miscellaneous structures; - Locate and tie down known utilities and structures identified in S.U.E.; - Detailed Survey of intersections where ADA-compliant curb ramps are required • Add topographic survey information to RQW maps. 4. SUBSURFACE UTILITY ENGINEERING {S.U.E.~ Conduct hydro-excavation, pneumatic excavation, or probing, with or without water jet assistance, to identify underground utilities. The process will conform tv subsurface utility engineering in accordance with ASCE Standard C-I, 3$-02. 5. EXISTING WILLIAMS DRIVE BOX CULVERT EVALUATION Evaluate the existing concrete box culvert in Williams Drive from Radd Field to Nile {Phase 1} and Nile to Airline {Phase 2}. ^etermine the condition of the box culvert and its current capacity for direct vehicle loading. Recommend upgrades needed to permit HS-2D direct loading and repairs needed to extend i#s service life. An evaluation of hydraulic capacity will be performed by others. 6. WILLIAMS DRIVE BOX CULVERT REHABILITATION DESIGN if needed, prepare construction plans for rehabilitation of the existing box culvert in Williams Drive for Phase 1 and Phase 2. 7. WILLIAMS DRIVE OFFSITE DRAINAGE IMPROVEMENTS Based on a separate drainage study provided by Naismith Engineering Inc. {NEI}, permit conditions provided by NEI, and Engineering Letter Report recommendations provided by NEI, provide design phase, hid phase, and construction phase services as described in Exhibit "A" Sections 1.A.2, 1.A.3, and 1.A.4. $. TELEVISION INSPECTION ^F SEWER LINES Clean and inspect existing sewer lines to evaluate condition and determine rehabilitation or replacement method. Submit report of findings with copy of video. 9. PUBLIC MEETINGS (3 Meetings] • Prepare Exhibits and Handouts EXHIBIT "A-1" Pa e4oi5 H:WpINEIRacnellalGEMStreels1GA66-WiGiams 0r Ph 1-RDdd Field to 7Ji191W+tliems Phase 1 ExH181T A-1.dce • Attend and Participate tiCity Staff will lead the meeting) • Prepare Meeting Minutes 117. G~NSTRUCTI~N D6Si=RVATI~N SERVICES (18-Month Ourativny As described in Exhibit "A" Section 1.6.1 d. 11. WARRANTY PHASE As described in Exhibit "A" Section 1. B.11. EXHIBIT "A-'I" Pa e5of5 H:WpkfEVRache110iGEMStrgglsSGA&GWdliams dr Ph 7-Rudd Field [o kile1W11iams Phase 1 ExH181TA-1.doc Exhibit B Mandatory Requirements ~Re~lsed September, 2QQ'E j INSURANCE REQUIREMENTS CONSULTANT LIABILITY INSURANCE A. The Consultant shall not commence work under this Agreement until helshe has viatained all insurance required herein and such insurance has been approved bythe City. Nvr shall the Consultant allow any subconsultant tv commence work anti! all similar insurance required of the subcansuitant has been so obtained. B. The Consultant shall furnish twa {2) copies of certificates, with the City named as an additional insured, showing the fallowing minimum coverage in an insurance company acceptable to the City. TYPE OF INSURANCE MINIMUM INSURANCE OVERAGE 30-Day Notice of Cancellafian required on all Bodily Injury and Property Damage certificates Commercial General Liability including: $2,DOD,DOD COMBINED SINGLE LIMIT i. Commercial Farm 2. Premises -Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Productsl Completed Operations Hazard 6. C~ntractuallnsurance 7. broad Form t'raperty Damage 8. Independent Consul#ants 9. Personallnjury AUTOMOBILE LIABILITY--OWNED NON-OWNED $~,DOD,000 COMBINE^ SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TE7CAS WORKERS= WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF TH15 E7CHIBiT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,OOO,DOD COM8INE^ SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITYI $2,ODD,D00 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT GOVERAGE Not limited to sudden & accidental discharge; to include [ ] REQUIRE^ long-tern environmental impact for the disposal of [}C] NOT REQUIRE^ contaminants BUILDERS' RISK See Section 8-6-11 and Supplemental Insurance Requirements [ ]REQUIRE^ [X} NOT REQUIRE^ INSTALLATION FLOATER $10D,1?DO Combined Single Limit See Section 8-6-11 and Supplemental Insurance Requirements [ ] REQUIRED [X] NQT REQUIRED EXHIBIT "B" Pa e 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. INDEMNIFICATION AN^ HOL^ 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 akl lawsuits, claims, demands, liabilities, losses and expenses, including court cysts and attorneys' fees, for or on account of any injury to any person, or any death at any time resul#ing from such injury, yr any damage tv any property, which may arise or which may be alleged to have arisen out of or in connection with the work cv~ered by #his contract. The foregoing indemnity shall apply except if such injury, death yr damage is caused by the sole ar concurrent negligence of the City of Corpus Christi, its agents, servants, or employees yr 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 an a policy and endorsements approved by the Texas State Board of Insurance. if such coverage is provided through self-insurance, then within ten [10~ calendardays 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 authvrityto 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. ~. Box 9277, Corpus Christi, Texas 7$469 -Attention: Contract Administrator. Whether workers' compensation insurance coverage is provided through a licensed insurance company or through self-insurance, the coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Consultant will be promptly met. ~~ ~, ~~~-leaS~-IR--~h~a~B`~r3~$ ~ l~ FS r ~ ~~~E~ " r -.y r-r; lil e . i rr+n~Vt= ExHlglr ~'B" Pa e2vf3 ...~ ..Arii4i r•r~~l inns ire ra ran nnae nrJinv nrrtaeirlinrv e.~ ink inCl_l r'fnno nrtarornna III. ^n 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 v~" between "be"and "cancelled" and deleting the words "endeavorto"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 yr cancellation will be required. IV. A completed Disclosure of Interest must be submitted with your proposal. EXHIBIT "B" Pa e3of3 - . SLIPPLIL=RNUM~3ER Tp 13E ASSICNL'1? DY-`ITS PURC'HASlNG DlV1SlpW .:.r.~. Cor us c~~ oaf DISCLOSURE ~F INTEREST Christi City of Corpus Christi ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provtde the following information. Every yuestian must be answered. 1 the question is not applicable, answer with "NA". See reverse side t~or Filing Requirements, Certifications and definitions. COMPANY NAME: RVE, Inc. P. 4.13X: STREET ADDRESS: $2d l3ut'falo Strcet CITY: Carpus Christi ZIP: 781[}1 FIRM IS: i. Corporation ® 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. 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 Job Title and City Department (if known} None 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 None 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or mare of the ownership in the above named "firm." Flame Board, Commission or Committee None 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 None EXHIBIT "C" Pa e 1 of 2 FILING REQUIREMENTS If a person who requests official action ^n a matter knows that the requested action will confer an economic benefit an any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Qrdinance Section 2-349 {d}] CERTIFICATION I certify that all information pra~ided is true and correct as of the date of this statement, that I have oat 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: Patrick D. Vete~o, )~.E. Title: President [Type or Prin[y Signature of Certifying Person: Bate: 5'•1..1.0 DEFINITIONS "Board member." A member of any board, commission, or committee appointed by the City Councit of the City of Corpus Christi, Texas. h. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect an members of the public in general or a substantial segment thereof. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent co~itractor. d. "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 farm ^f sale proprietorship, as self-employed person, partnership, CorpDratfon, joint stock company, joint venture, receivership ar trust, and entities -vhich for purposes of taxation are treated as non-profit organizations. e. "Dfficial." The Mayor, members ^f tine 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. f. "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 holdings or control established through voting trusts, proxies, ar special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Carpus Christi far the purpose of professional consultation and recommendation. E~HISIT "C" Pa e 2 of 2 ~Nv ~' N ~ ~ o ~; ~ ~ 'p w+ C d ~~~' ~ a ~ o ~~ a U v t4 U o ° ~ ~ v N ~ ~ v ~ . ~~ v L a - ~ °~' ~ 7 a~ W v a z .~ L '~' ~ o v W N 0~ ~ v O p N az a z °; ~ W ~ ~•, v G v ~ 'C ~ ~° a ~= a a - r ~ c U Z .v E a v L O V ^ p a r ^ o 0 u7 ^ ~ ° o ~ o o ~ a ['~ ^ u7 N ^ a 0 a 0 a 0 a ^ a ^ Y- r o a M ^ r ~-- v c+7 N ° ° ° ° ° o ° ° ^ ^ ^ ° 0 0 ° a a o m o o a ors u~ H ~ ~ ~ o ~ ~ r r N R! Cr7 ~ ~ ~ ~ ° a a ° ° ° ° ^ ^ ^ ~ ° ° Q a ° o u 2 m o O lL7 ~f7 ~[] l[7 ~ ~ r r Y. r• bR E~ Eta Hg o o a a a ^ ^ ^ ~ ° ° ° rs ° o o m m u ~ o ~ n lf] N a ~ ~ ~ 64 ~ Eta o a a a o a a ti ^ p p r- a ti ti Q O It] O L(7 Q N N m m m ~ t[7 ~' ~ O O ti 11y N O r [p ti {1[ ~ ~ H ~ H _ r M c7 00 N r r +tr Op tt !V ER Ef? d4 ~ ~ ~ ° a a a ° ° N ^ ^ ^ N O N h Ef3 l f] ~ L C) Et}- m l CV a N Cfl ~ ~ so C~1 [D co ~ ' r r c- r r ( y Ef} 5R EA ER ° a o ° ~ ° ^ ^ ^ ~ ~ N N ~ o o ~ ° ° r ~ ~ ~ r Q r r r r r r r r Cti1 ° ° ° ° ° ° ° ^ ^ ^ ° ° ° ° o o o o o a o o o a a s ~n cn ~ a ~ m ~ o o a a N N N CV ~} ~ ~ ~ ~ ~ N N S.1 ~ N ~' ~ m .~ ~ ~ ~ ~ Q. ~ V ~ ~' ~ ° m N ~ v ~ _ E ~ _v, ~ ~ L N o ~ ~ ~ ~ a a m a ^ m c~ ~n N 0] U ~ N O A ~ LL ~' ~ ~ O m ~ ~ u N N ~ ~ c ~, n m a ? c o i a U +~ a ~ ~ ~ Q o E .N ~ ~ ~ c~ a ~ ~ s a o ~ ~ n m Q ~ ExH~Bir «o" Pa e 1 of 1