Loading...
HomeMy WebLinkAboutC2011-221 - 7/12/2011 - ApprovedCITY OF CORPUS CHRISTI AMENDMENT NO. 1 CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas hereinafter called "City ", and CH2M HILL, agree to the following amendments to the Contract for Engineering Services for ADA Improvements Group 3 BOND ISSUE 2008 (Project No. E11014) and Accessible Routes in Community Development Block Grant (CDBG) FY 2010 ( Proiect No. 10066) , as authorized and administratively amended by: Original Contract November 17, 2009 Motion No. M2009 -324 $326,715.00 EXHIBIT "A ", SECTION 1. SCOPE OF ENGINEERING SERVICES, PART A. BASIC SERVICES, shall be amended to include supplemental Basic Services, as specified on the attached Exhibit "A" and Exhibit "A -1 ". EXHIBIT "A ", SECTION 1. SCOPE OF ENGINEERING SERVICES, PART B. ADDITIONAL SERVICES, shall be amended to include supplemental Additional Services, as specified on the attached Exhibit "A" and Exhibit "A -1 ". EXHIBIT "A ", SECTION 3. FEES, shall be amended as specified on Exhibit "B" Summary of Fees. All other terms and conditions of the November 17, 2009 contract between the City and Engineer, and of any amendments to that contract, which are not specifically addressed herein shall remain in full force and effect. CITY OF/CORPUS , RI TI By VaR44 � 7�f40i Juan Perale , Jr., P. E. Date Assistant City Manager RECOMMENDED By Pete Anaya, P. E., Date Director of Engineering Services ATTEST By Armando Chapa, City Sectary APPROVED AS TO FORM By 2011 -221 M2011 -145 07/12/11 CH2M Hill Date CH2M HI L 1 l 1116" �/I/] 4 ` o 1 tt PtE. Date By Sidney A. faasf, Vice President 210 S. Carancahua, Suite 200 Corpus Christi, TX 78401 (361) 888 -8100 Office (361) 888 -8600 Fax AaIQILLL±L. AUTH0RI COUNCIL...: 17.4a (( SECIRrIARY, j. H:IHOMEIVELMAPIGENISTREET16462 ADA IMPS BOND ISSUE 20081GOLDSTON ENGINEERING E09O5OAMENDMENT NO. 111 AMENDMENT NO. 1,DOC Par XED Project Fund Source Number Amount CDBG Accessible Routes in CDBG Residential Areas Phase 1 550950-1059-00000- $28,410.00 (Project No. 10066) 851109 ADA Improvements Group 3 Bond Issue 2008 (Project No. E11014) 550950 - 3546 - 00000- 170677 363,913.00 Total of Amendment No. 1 $392,323.00 Encumbrance Number: H:IHOMEIVELMAP \GENlSTREET16462 ADA IMPS BOND ISSUE 200B1GOLDSTON ENGINEERING E090501AMENDMENT NO. 111 AMENDMENT NO. 1 .DOC Page 2 of 2 CH2M ILL CH2M HILL 210 S. Caranrahtla. Suite 200 Corpus Christi, TX 78401 Tel 361.888.8100 Fax 361.888,8600 June 2.8, 2011 PN: 399615 Mr. Pete Anaya, P.E. Director of Engineering Services City of Corpus Christi P.Q. Box 9277 Corpus Christi, TX 78469 -9277 RE: ADA Improvements -- Bond Issue 2008 (Group 3 - Project No. E1.1014) & Community Development Block Grant (CDBG) Program PY2010 - Accessible Routes in CDBG Residential Areas Phase I ( Project No. #1.0066) AMENDMENT ND, I Dear Mr. An.aya: Please accept this letter as our proposal to amend our original contract to increase the authorized amount for ADA Improvements Bond 2008 and Accessible Routes in CDBG Residential Area Phase I. The ADA Improvements consist of approximately 386 ramps located along Staples Street from Louisiana Parkway to Brawner Parkway; Ayers from Six Points to Home; Gollihar from Kostoryz to Weber; Carroll from Staples to Tiger Lane; and Tiger Lane from Carroll to Everhart. The CDI3G Residential Area Phase 1 is approximately 5320 linear feet of four and five foot sidewalk with approximately 20 curb ramps located on Villa from Leopard to Up River Road; on Leopard from Lancaster to Mueller; along Elmore, Brooks, Wilson Lane and MacLeod Dr; on Live Oak from Cenizo to Mueller; and on Graham. Road from Waldron to Wranosky Park, The following are the proposed changes to the original, executed contract. 1. Scope of Services: The Scope of Services has been revised to include additional curb ramps, see Attachment A -1 Scope of Services. 2. Schedule: Please see the Revised Schedule below: AMD. NO, 1 EXHIBIT "A" Page 1 of 3 ADA Improvements Bond issue 2008 Page 2 of 3 PROJECT SCHEDULE DATE ACTIVITY July 12, 2011 Notice to Proceed September 19. 2011 Preliminary Phase/Letter Report October 3, 2011 Begin Design Phase November 30, 2011 Pre -Final Submittal Januarys, 2012 Final Design January 23, 2012 Advertise for Bids February 1, 2012 Pre -Bid Conference February 8, 2012 Receive Bids March 2012 Begin Construction September 2012 Construction Completion 3. Fees: A. Fee for Basic Services Authorized: The City will pay the Engineer a lump sum fee not to exceed $254,845.00 for providing services specified in Exhibit A -l. B. Summary of Fees: Please see Revised Summary of Fees Table below, Summary of Fees Table: Changes are shown in bold text. The estimated construction cost for ADA Improvements Bond 2008 is $1,852,800 and the estimated construction costs for the CDBG Residential Area Phase 1 is $200,000 for a combined total estimated construction cost of $2,052,800. The total basic services fee proposal for this project is $259,845.00. Therefore; the percentage of design cost to construction cost is 12.7 %. AMD. NO. 'l EXHIBIT "A" Page 2 of a ORIGINAL CONTRACT AMD. No. 1 TOTAL CONTRACT CDBG BI 2008 ADA Irrkp ements Bond Issue 2008 BASIC SERVICES 1 NE Preliminary Design Phase $ 98,435.00 $ - $ 84,705.00 $ 183,140.00' Design Phase $ 78,460.00 $ 24,010.00 $ 119,575.00 $ 222,045.00 © NE Bid Phase $ 3,200,00 $ 8,370.00 5 11,570. 00 Construction Phase $ .22,020.00 . $ 23,185.00 $ 45,205.00 SUBTOTAL IIIMIIIIINMIIIIIIIIIIIIIIMMMIIIIIIIIOIIIIIIIIIIIIIIIIIIIIIIIMIIIIIIIIIIIIIOMIMIMIIIIII ADDITIONAL OF BASIC SERVICES $ 202,115.00 SERVICES $ 24,010.00 $ 235,835.00 $ 461,960.00 MIMI 5187,400.00 © ® Survey Tapegraptitc Services (AutharixationRequired) 5 73,000.00 $ 4,400.00 $ 110,000.00 Survey s: OVI/Ae. luisition Services (A uthorizat €on Revved) $ 8,400,00 ill.1111111 5 15,200.00 $ 23,600.00 Permitting (Authorized) $ 2,400,00 $ - $ 2,878.00 $ 5,278.00 Construction Observation (Allowance) $ 40,800,00 $ - 11.111.11 $ 40,800.00 Subtotal IMIIIMIIIIIIIIINIMIMIIIIIIMIIIIIIIMIIIIIIIIIIIIIIHIIIIIIIIIIIMIIIIIIIIMIIIIIIIIIIIIIIIIIIII of Additional Services $ 124,600.00 $ 4,400.00 $ 128,078.00 $ 28,410.00 $ 363,913.00 $ 257,078.00 $ 719,038.00 TOTAL AUTHOR12ED FEE $ 326,715.00 The estimated construction cost for ADA Improvements Bond 2008 is $1,852,800 and the estimated construction costs for the CDBG Residential Area Phase 1 is $200,000 for a combined total estimated construction cost of $2,052,800. The total basic services fee proposal for this project is $259,845.00. Therefore; the percentage of design cost to construction cost is 12.7 %. AMD. NO. 'l EXHIBIT "A" Page 2 of a ADA Improvements Bond Issue 2008 Very truly yours, CH2M HILL TBPE Firm No.: 2297 Sidney A. Faas, P.E. Vice President SAS' /Ip /cp Page 3 of 3 AMD. NO. EXHIBIT "A" Page 3 of EXHIBIT A -1 CITY OF CORPUS CHRISTI ADA IMPROVEMENTS BOND ISSUE 2008 PROJECT NO. E11014 1. SCOPE OF SERVICES: A. Basic Services 1. Preliminary Phase /Engineering Letter Report. The Engineer 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 in a design memorandum which includes a written description of the project. This report shall include: a. Data Collection: 1) City Staff will provide necessary as- builts and city records and other pertinent data related to Project; 2) Perform site investigation of 386 curb ramp locations within the City Limits of Corpus Christi that have been identified by City staff. Prepare site field investigation notes; 3) List locations with obstructions that would conflict with required Americans with Disabilities (ADA) improvements which may require additional Right of Way (ROW) or design; 4) Perform topographic surveys and determine the approximate location of the ROW at each new curb ramp location using City's GIS to determine if the existing ROW width is adequate to accommodate the required ADA improvements. Locations requiring ROW surveys will be determined on a case -by -case basis after completion of the topographic surveys; 5) Prepare a Design Memorandum summarizing results of site field including .obstructions and existing conditions along with a preliminary Opinion of Probable Costs for the Project. Provide internal Quality Assurance /Quality Control (QA/QC) reviews of the report. One (1) hard copy and one (1) electronic copy will be furnished to the City for review by City Staff; 6) Prepare and submit one (1) hard copy and one (1) electronic copy of the Final Engineering Letter Report, which incorporates review comments; and, 7) Complete requisite Additional Services described in paragraph 5 of Exhibit A -1 (Survey Services). EXHIBIT "A -'t Pa.e1 of9 b. Meetings; 1) Participate in one (1) kickoff meeting with City staff to discuss design parameters and project budget, provide agenda for meeting, prepare and distribute meeting minutes. 2) Participate in one (1) meeting with the Mayor's Committee for Persons with Disabilities. Provide agenda for meeting, prepare and distribute meeting minutes. 3) Participate in one (1) discussion with the Corpus Christi Regional Transportation Authority (RTA) and prepare documentation of all correspondence. 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. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the Engineer will: a. Prepare contract plans and bid documents in accordance with the City's required format. b. Prepare plan sheets set that will include the following: TO BE DETERMINED c. Complete Pre -Final Design plans; d. Provide internal QAIQC reviews of Pre -Final Design plans prior to submission to City; e. Submit one (1) Half size (11" x 171 and one (1) electronic copy of the Pre - Final Design set of plans for City review and comment; f. Participate in one (1) Pre -Final Design Submittal review meeting with City Staff; g. Incorporate comments and recommendations from City staff reviews into contract documents; EXHIBIT "A -11 " Pa'e2af9 h. Participate in one (1) meeting with City Staff /ADA advisory committee to discuss any issues of concern in the final design; provide agenda for meeting, prepare and distribute meeting minutes; 1. Complete Final Design plans, incorporating review comments and recommendations into final contract documents; j. Submit one (1) copy of Final Design plan details and specifications to the Registered Accessibility Specialist (RAS) for review and approval. Submittal will also include costs for Plan Review Fee as well at the Texas Department of Licensing and Regulation (TDLR) Project Filing Fee; k. Incorporate any changes or recommendations from the RAS review into the final contract submittal package; 1. Participate in.one (1) Final Design Submittal review meeting with City Staff; m. Incorporate comments and recommendations from City Staff reviews into contract documents; n. Prepare final quantities and opinion of probable construction costs; o. Submit one (1) full size and one (1) electronic copy of the Final Design set of plans and bid documents package with revised opinions of probable construction costs. City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract award. 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 required for bid documents. 3_ Bid Phase. The Engineer will: a. Participate in the pre -bid conference; b. Review pre -bid questions and submissions concerning bid documents; c. Prepare any addenda or other necessary revisions (up to 4 Addenda); d. Attend bid opening; e. Analyze bids; f. Evaluate and prepare bid tabulation; g. Make written recommendation to City concerning award of the contract; and, h. Prepare power point presentation (maximum 10 slidelfor City staff to present at council meeting to facilitate the award of the construction contract. 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 Engineer) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. EXHIBIT "A -1' Page 3 of 9 ___ 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 Engineer will perform contract administration to include the following: a. Participate in pre - construction meeting; b. Review.shop /working drawings, materials and other submittals; c. Review field and laboratory tests; d. Provide interpretations and clarifications of the contract documents for contractor and authorize minor changes which do not affect contractor's price and are not contrary to the general interest of the City .under the contract; e. Make up to twenty (20) visits to Project site to confer with City project inspector and contractor to observe general progress and quality of work and determine if work is being done in accordance with the contract documents; f. Review monthly construction estimates; 9. Assist in reviewing any necessary Change Orders; h. Accompany City and RAS inspectors on final inspection of completed project and provide City with Certificate of Completion; i. Review construction "red -line" drawings from the Contractor, prepare record drawings of the Project as constructed (from the "red- line" drawings, inspection, and the contractor provided plans) and deliver to Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later) of the record drawings. City Staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction phase; b. Receive and process applications /estimates for payments to the contractor; c. Conduct the pre -final and final acceptance inspections with the Engineer; arid, d. Prepare monthly estimates and submit to the City Construction Administration Department for payment. EXHIBIT "A-1" Pa.e4of9 B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that may be included as part of this contract. The Engineer will not begin work on these services without specific written approval by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The Engineer will, upon written authorization by the Director of Engineering Services, do the following: 1. Survey Topographic Services: a. Provide detailed topographic survey at each new curb ramp location (an allowance for up to 386 topographic surveys has been included in this contract). Survey data will include existing above ground appurtenances such as existing curb and gutter, power poles, traffic signal foundations, traffic signal controller boxes, fire hydrants, curb inlets, signs, fences, etc. which may affect the design and construction of the proposed ADA improvements. b. Establish cross slope and profile of each existing sidewalk 20 ft. beyond the end of the existing curb and gutter radius return. c. Provide detailed topographic survey for the design of additional accessible routes in CDBG Residential Areas Phase I of approximately 5320 linear feet of four to five foot sidewalks and approximately 20 curb ramps. 2. Survey Right of Wav Services: a. Establish the location of the ROW at each new curb ramp location to determine if there is adequate ROW to accommodate the required ADA improvements. Locations requiring ROW surveys will be determined on a case -by -case basis after completion of the topographic surveys; b. Prepare parcel plats of property required for any necessary ROW acquisitions (an allowance for up to 21 acquisitions will be included in the contract - 15 estimated to be full acquisitions and 6 estimated to be easement acquisitions). 3. Permitting: Furnish the City all engineering data and documentation necessary for all requi red permits. The NE will prepare this documentation for all required signatures. The NE will prepare and submit all permits as applicable to the appropriate. local, state, and federal authorities, including, but not limited to: a. Texas Department of License and Regulation (TDLR) EXHIBIT "A -1" Pa,e.5of • neeessafy, c. Liaison_ ■ r the - direction AT Engin e n Cheri lirnwings anr) Samples: EXHIBIT "A -1" Page 6 of 9 payment, £affected, EXHIBIT "A -1 Yf Fiat! 7of9 2. SCHEDULE 3. FEES A. PROJECT SHEDULE DATE ACTIVITY July 12, 2011 Notice to Proceed September 19, 2011 Preliminary Phase /Letter Report October 3, 2011 Begin Design Phase November 30, 2011 Pre -Final Submittal January 6, 2012 Final Design January 23, 2012 Advertise for Bids February 1, 2012 Pre -Bid Conference February 8, 2012 Receive Bids March 2012 Begin Construction September 2012 Construction Completion Fee for Basic Services Authorized. The City will pay the Engineer a lump sum fee not to exceed $259,845..00 for providing services specified in Exhibit A -1. The fee will be full and total compensation for services and for all expenses incurred in performing these services. Engineer will submit monthly statements for basic services rendered. Each statement will be based on the project percent completion at the time of billing. City will make prompt monthly payments in response to Engineer's monthly statements. B. Summary of Fees EXHIBIT "A -1" Page8of9 ORIGINAL CONTRACT AMD. No. 1 TOTAL CONTRACT CDBG BI 2008 ADA Improvements Bond Issue 2008 LZZIZEXZEIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIMIIIMIIIIIIIIIIIIIIIIII NEI Preliminary Design Phase $ 98,435.000 $ 84,706.00 $ 183,140,00 © Design Phase $ 78,4610.0.0 $ 24,010.00 $ 119,575.00 $ 222,045.00 © Bid Phase $ 3,200.00111111111111. $ 8,370.00 $ 11,57 0.00 Construction Phase $ 22,020.00 $ 23,185.00 $ 45,205.00 SUBTOTAL OF BASIC SERVICES $ 202,115.00 IIIIIIMIIIIIMIIIIIIIIMIIIMMIIIIIIIIIIIIIIIIIHIIIIIIIIIIIIIIIMIIIINIIMIIIIMIIIIMI ADDITIONAL SERVICES $ 24,010.00 -- $ 4,400.00 $ 235,835:00 $ 461,960.00 $ 110,000.00 $ 187,400.00 , Survey Topographic. Services {Authorization Required} $ 73,000.00 Survey RCANAvquisitian5ervicaa (AuthorizationRequired) 8,400.00 $ - $ 16,200.00 $ 23,800.00 Permitting (Authorized) Construction Observation (Allowance) $ 2,400.00 $ 40,800.00 EIMMIN 10.111111111 $ 2,878:00 11 $ 5,278.00 $ 40,800, 00 Subtotal of Additional Serrates $ 124.600.00 $ 4,400.00 $ 128,078.00 $ 257,078.00 $ 719,03B.O0 TOTAL AUTHORIZED EE $ 326,715.00 $ 28,410.00 $ 363,913.00 EXHIBIT "A -1" Page8of9 The estimated construction cost for ADA Improvements Bond 2008 is $1,852,800 and the estimated construction costs for the CDBG Residential Area Phase 1 is $200,000 for a combined total estimated construction cost of $2,052,800. The total basic services fee proposal for this project is $255,845,00 Therefore, the percentage of design cost to construction cost is 12.7 %. EXH1B1" "A_1 f Page9of9 a 0 1- F Z W 2 W 0 BOND ISSUE 2008 Z_ [Y W W z Lroiw o00) OF-- W UJ O0 z U, w w w Ow cr LL a. 0 >- Q (1) TOTAL $183,140.001 222,045.001 o O < r 1 45,205.001 o O O CA (o 0 O O Nr ti co r 23,600.001 0 CO N ui 40,800.001 0 tb ti Lo N $719,038.001 AMENDMENT NO. 1 H O 0 <0 63 1 143,585.001 O 0 V cn I 23,185.001 O co Lo N 114,400.001 15,200.001 2,878.001 0 O 132,478.001 $392,323.001 ADA Group 3 Proj. No. E11014 ADA Imps B12008 Proj. No. 10066 CDBG Accessible Routes Ell 2008 O W 0 {"-- 119,575.00 8,370.00 23,185.00 235, 835.00 0 0 0 O ° N CV , 0 0 CO 0 128,078.001 o) ( 0 CO 0 m 0 (o o O O 0 6 1 24,010.00 1 0 0 O 00' 0 24,010.00 1 4,400.001 0 Q 0 O 6 4,400.00 1 $28,410.001 ORIGINAL CONTRACT TOTAL 0 co CO 0) 64 78,460.001 0 0 0 o cri I 22,020.001 02,115.00 0 C6 8,400.001 0 V N 40,800.001 0 CS) N r $326,715.00 11/17/09 M2009 -324 ADA Group 1 Project No. E09050 BI 2008 0 N r Le 10 0 v co te 0) Cri 1,792.00 12,331.20 0 030 r CO- r °v 0 coo CO d v 4,704.00 1,344.00' 0 CO N 0 � N CO 0 o) CO �sr Settlement Agreement 0 CN0cNCO O o co 64 1 31,384.00 0 ,- 0 00 00 0 c0 0 co 0 0) N 0 c6 960.001 0 CO O) NI- $130,686.001 m 0 U o0) ri tn. 3,138.40 128.00J CO cc0 co CO co 2,920.001 OOo co O Co CO 4,984.001 $13,068.601 SERVICES Preliminary Design Phase Desian Phase (3) N to a. (Construction Phase al of Basic Services IADDITIONAL SERVICES Survey Topographic Services (Authorized) Survey ROW Acquisition Services Permitting (Authorized) Construction Observation (Allowance) al of Additional Services ITOTAL AUTHORIZED FEE NC0Nr N 01'I' IEXHIBIT "B" 1 Page 1 of 1 City of Corpus Christi SUPPLIER NUMBER TO BE ASSIGNED BYZITY PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA ". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: CH2M Hill Company P. O. BOX: STREET ADDRESS: 210 S. Carancahua, Suite 200 CITY: Corpus Christi ZIP: 78401 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. 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) N/A 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 N/A Title 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 N/A Board, Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant N/A FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in eneral 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 Ordinance Section 2 -349 (d)] CERTIFICATION 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: Sidney A. Faas, P. E. (Type or Print) Signature of Certifying Person: Title: Vice President, TBPE Firm #2297 DEFINITIONS Date: �c 159/ a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "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 on members of the public in general or a substantial segment thereof. c. "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. 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 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. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. 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, or special terms of venture or partnership agreements." 8- "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