Loading...
HomeMy WebLinkAboutC2011-359 - 10/11/2011 - Approved• r 3 AGREEMENT for Geotechnical Services This AGREEMENT is between the City of Corpus Christi, Texas, a Texas home -rule municipal corporation, "CITY ", acting through its duly authorized City Manager or designee ( "City Engineer "), and Raba Kist_ner Consultants, Inc. a Texas corporation or partnership, "LAB ", acting through its duly - authorized representative who is (Name) _ mac. y" P { Title), which agree as follows: 1. DECLARATIONS "CITY" desires to engage "LAB" to provide services in connection with City's project, described as follows: Park Road 22 Bridge Proiect No. 6281 — "PROJECT ". 2. SCOPE OF WORK "LAB" shall provide services to the PROJECT in accordance with the accompanying Scope of Services and Fee Schedule attached as "Exhibit A ", the Terms and Conditions to AGREEMENT attached as "Exhibit B ", and agrees to indemnification and hold harmless provisions attached as "Exhibit B ". 3. INDEMNIFICATION AND HOLD HARMLESS. The Consultant 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 "C ", 4. FEE The "CITY" agrees to pay the "LAB" for services provided in accordance with Exhibit "A ", Scope of Services and Fee Schedule under this AGREEMENT, a total fee not to exceed $ 59,850.00 (in figures), ( Fifty Nine Thousand Eight Hundred Fifty and nolxx dollars (in words). 5. CITY'S DISCLOSURE OF HAZARDOUS & TOXIC MATERIALS AND CONDITIONS AT THE PROJECT SITE. Based upon currently available information, the only hazardous or toxic materials, as defined by the laws and regulations of the Federal government, the state, and city which exist at the PROJECT SITE are as follows: NONE. CITY OF ORP S CHRISTI By: a Z / Zo/ 1 Johnny P ales, P.E. (Date) Assistant City Manager APPROVED AS TO FORM Dire f Ear 4r. Services (Date) Legal Department _ (Da etet ATTES // � / << Armando Chapa (Date) City Secretary Funding: 550920 -3542- 00000- EO9046 2011 -359 M2011 -224 10/11/11 Raba Kistner Consultants, Inc. LAB: By: (S�N�ATTT)� (Date) 5541 Bear Lane Suite 202 (Address) Corpus Christi, TX 78405 (City /State /Zip) 361 -299 -6285 Fax: 361- 299 -6295 (Phone /Fax No.) 6-1 , 224 AUTHORILEw �..,.w ............. f 1 S�CRET� R�i INDEXED Engineering *Testing - Environmental • Facilities • Infrastructure Raba Kistner Raba - Kistner Consultants, Inc. 5541 Bear lane, Suite 202 Corpus Christi, Texas 78405 (361) 299 -6285 FAX (361) 299 -6295 WWW.rkci.com Tg PB Firm F -3257 Proposal No. PCA11- 010 -00 August 29, 2011 Mr. Pete Anaya, P.E., City of Corpus Christi Engineering Services 1201 Leopard Street Corpus Christi, Texas Director of Engineering Services 78401 -2825 Re: Proposal for Geotechnical Engineering Services Park Road 22 Bridge Project Along South Padre Island Drive Approximately 3,000 ft South of its Intersection of Commodores Drive Corpus Christi, Nueces County, Texas City of Corpus Christi Project No. 6281 Dear Mr. Anaya: On the basis of the documents received by our office via electronic -mail attachment on Monday, August 8, 2011 and on Thursday, August 11, 2011 from Mr. Rhodes "Chip" Urban, P.E., R.P.L.S., Principal with Urban Engineering, the project's consulting engineering firm; the project scoping meeting held on August 4, 2011 between Urban Engineering and Raba - Kistner Consultants, Inc. (R -K); and the project coordination meeting held on August 10, 2011 with representatives of the City of Corpus Christi, Urban Engineering, Cobb Fendley, and the Texas Department of Transportation (TxDOT), R -K is proud to be a member of the Urban Engineering consulting team for the above - referenced project. As such, R -K is pleased to submit this proposal for Geotechnical Engineering Services to City of Corpus Christi (CLIENT) for the referenced project. The broad objectives of our study will be to determine subsurface conditions at the subject site and to develop information concerning foundation recommendations for the proposed arch bridge structures, associated retaining wall structures of the water exchange channel, and a lift station structure; as well as to provide pavement recommendations for the proposed reconstruction of the existing road alignment. Described in this letter are: • our understanding of pertinent project characteristics; • our proposed scope for field and laboratory study; our proposed scope for engineering evaluation and reporting; • our tentative project schedule; and • our project lump sum fees. Exhibit A Pagel of 6 0AActive ProposafsWcAller>i12O111PCA11 - CORPUS CHRISTIIPCA11- 010- OOXPCAl I- 010- OO.doc Austin • Brownsville - Dallas - El Paso • Houston - McAllen - Mexico • San Antonio Proposal No. PtA11- 010 -00 August 29, 2011 PROJECT DESCRIPTION 2 We understand that the proposed project consists of the design and construction of two precast concrete arch bridge structures (similar to the bridge located on Whitecap Boulevard) to be located along the existing alignment of Park Road 22 (South Padre Island Road). The proposed bridges will be located along Park Road, approximately 3,000 ft south of its intersection with Commodores Drive in Corpus Christi, Nueces County, Texas. We understand the bridges will include pedestrian traffic crossing in a west to east direction off Park Road 22 and it will support vehicular traffic over a channel which is anticipated to promote water exchange between the east and west subdivisions on Park Road 22. We understand that the materials to be excavated /dredged in order to accommodate the water exchange channel are preferred to be used as general fill materials for the construction of its retaining walls. We further understand that the project will also include the design and construction of an approximately 20 -ft deep lift station to be located along the west side of Park Road 22, approximately 1,400 ft south of its intersection with Commodores Drive. FIELD STUDY To assess subsurface conditions at the subject site, we propose to conduct the following drilling scheme. & Z� t r ^q 7 fir }�f' €: ^ ; riarin '{ Tf dStr�tue,.'3144! s.eth,ft. *,< 2 80 Arch Bridges 2 60 Water Exchange Channel Borrow Area 8 30 Lift Station 1 35 Road Alignment 6 15 * below the existing ground /pavement surface elevation, or auger refusal, whichever occurs first. We respectfully request that each boring location be established in the field by Urban Engineering, and that horizontal and vertical control information be provided to R -K, based on a known benchmark located close to the project site. R -K will place warning signs and cones along the shoulders during the duration of the drilling operations, since the drilling will be conducted on the median and off the road shoulders. With the exception of the samples associated with the bridge and channel borings, samples will be taken using conventional split -spoon and/or Shelby tube sampling techniques in general accordance with applicable American Society for Testing and Materials (ASTM) standards. Subsurface information for the bridge and channel borings will also be obtained by using Texas Cone Penetration (TCP) techniques in general accordance with the TxDOT Geotechnical Manual, dated August 2006. Typically, drilling will cease if five consecutive TCP test results of 100 blows for less than 4 in. are recorded. In order to collect samples from these borings for laboratory testing purposes, split -spoon or Shelby tube sampling techniques will be used in between each TCP sampling event. Samples will also be obtained near the bottom of the proposed channel for Exhibit A Pa e2 of6 Raba- Kutner Proposal No. PCA11- 010 -00 August 29, 2011 scour analyses. Representative portions of the samples will be sealed, identified, packaged, and transported to our laboratory for subsequent testing and classification. Upon completion of drilling activities, water level readings, if applicable, will be recorded in the open boreholes and the boreholes will be backfilled using the auger cuttings generated during the drilling operations. The upper six inches of each boring will be patched with a cement - aggregate mixture and flushed with the adjacent ground /pavement surface elevation. LABORATORY STUDY Upon completion of the subsurface exploration, a general testing program will be designed to define the classification and shrink/swell characteristics of the subsurface conditions. The testing program is anticipated to include water content determinations, Atterberg limits (plasticity) tests, unconfined compressive strengths, dry unit weight determination, consolidation tests, Consolidated- Undrained (CU) triaxial tests, and grain size analyses. The laboratory testing will be performed in general accordance with applicable ASTM standards.. In addition to the above - described testing program, representative surficial specimens will be obtained from the borings drilled within the pavement areas and will be subjected to a California Bearing Ratio (CBR) test. The CBR testing will provide information regarding the inundated strength and swell characteristics of the surficial subgrade soils for direct use in pavement design analyses. We anticipate that one CBR test will be required for this project. ENGINEERING ANALYSIS AND REPORT The results of the field and laboratory phases of the study will be reviewed by our staff of engineers. The results of our review, together with the supporting field and laboratory data, will be presented in a written, engineering report. Included therein will be recommendations concerning the design and construction of the foundation and pavement systems for the proposed arch bridge, water exchange channel retaining walls, lift station structure, and road alignment. The Geotechnical Engineering Report may also include the following information and recommendations: • A summary of the field and laboratory sampling and testing program; • Boring logs and laboratory testing results; • A review of the general site conditions including a description of the site, the subsurface stratigraphy, groundwater conditions, and the presence and condition of fill materials, if encountered. • Foundation design considerations and recommendations, including: - expansive, soil- related movements using an empirical method for predicting Potential Vertical Rise (PVR) developed by the Texas Department of Transportation (TxDOT); - shallow and/or deep foundation recommendations; - available soil - bearing pressures; - settlement estimations, where applicable; - lateral earth pressures; - global stability analyses; and Exhibit A Pa e3of6 Raba- Kdstner Proposgl No. PCA11- 010 -00 August 29, 2011 - groundwater considerations. Foundation construction considerations, including: - site drainage; - site preparation; - select fill materials; -- shallow and/or deep foundation excavations; - potential reuse of on site materials as select fill materials; - excavation considerations; and - fill placement compaction requirements. Seismic region condition evaluations. 4 R -K will perform the pavement design services for this segment of Park Road 22, based on the Falling Weight Deflectometer (FWD) data to be provided by TxDOT. The pavement borings will be drilled along the shoulders and/or median to supplement the FWD data. The pavement analyses will be conducted utilizing Flexible Pavement Design System (FPS) 19w software or American Association of State Highway and Transportation Officials (ASSHTO) design methods based on traffic loading conditions provided by TxDOT. Additionally, R -K will prepare a pavement design report with the supporting information provided. Our scope of services and cost assumes that the FWD data and traffic loading conditions will be provided to us by TxDOT. Since site grading plans can result in changes in the foundation and pavement subgrade conditions, final site grading plans will be helpful information in the preparation of engineering recommendations. In the absence of final site grading information, we will prepare recommendations based on the existing ground surface elevations. Also, specific information concerning anticipated traffic loadings and frequencies for the pavement areas will be critical in the preparation of pavement recommendations. The final report will be reproduced in three, spirally -bound copies. TENTATIVE PROJECT SCHEDULE Based on our present workload and weather permitting, it is anticipated that the field exploration phase of this study can begin within five working days of receiving written authorization to proceed, provided that the site is accessible to our truck - mounted drill rigs and the CLIENT has supplied us with all available information regarding existing utilities and below -grade structures on site. The field exploration and laboratory testing phases of the study are expected to take approximately twenty working days to complete. The engineering report will be submitted within an additional thirty working days following completion of the laboratory testing. The above schedule does not account for delays due to inclement weather. We will be pleased to provide the design team with verbal design information as the data becomes available. Exhibit A Pa e4of6 Raba- Kistner Proposal No. PCA11- 010 -00 August 29, 2011 LUMP SUM COST The total lump sum cost for the study outlined herein is $59,850.00. Should unusual subsurface conditions be encountered in the field that indicate the desirability of significantly broadening the scope of the study, we will contact you to receive written authorization before proceeding with any additional work. Additional services will be billed on a unit basis in accordance with our standard fees as indicated on the attached Schedule of Fees for Professional Services. R -K requests to be provided with the site plan of the proposed bridge structures, water exchange channel, and lift station locations. It is our understanding that access to all boring locations for a conventional, truck - mounted drilling rig and underground utility clearance will be provided by the CLIENT prior to our field exploration services. We have also been asked by the CLIENT to provide an estimate for the Construction Quality Assurance (CQA) services during the construction phase of this project. In order to establish sufficient funds for conducting the CQA services during construction, R -K recommends to use about 1 -112% to 2% of the estimated construction cost as a preliminary budget since the project plans and specifications are in the process of being developed for the proposed project. Once the project plans and specifications are finalized for the project, then we can review the requirements of the project and provide the CLIENT with a revised estimate for the CQA services. It should also be noted that our study scope (and project cost) do not include professional time or travel expenses for participation in design team meetings. If these services are required, they will be billed at our standard billing rates for professional time plus expenses. ACCEPTANCE We appreciate the opportunity of submitting this proposal and look forward to working with you in the development of this project, which will be carried out accordance with this letter and the following attachments: Attachment Description Standard Terms and Conditions Schedule of Fees Please return one signed original of this contract to provide written authorization for our firm to commence work on the services outlined herein. Our invoices are due and payable upon receipt at P.O. Box 971037, Dallas, Dallas County, Texas 75397 -1037. Exhibit A Page 5 of 6 Raba- Kistner Proposdl No. PCA11- 010 -00 g August 29, 2011 R -K considers the data and information contained in this proposal to be proprietary. This statement of qualifications and any information contained herein shall not be disclosed and shall not be duplicated or used in whole or in part for any purpose other than to evaluate this proposal. Very truly yours, RAGA- KISTNER CONSULTANTS, INC. 1 ?r: Jesse H. Aguilar, P.E. Project Engineer Martin Vila, P.E., F. ASCE Senior Vice President Accepted By: (Signature) (Typed or Printed Name) (Title) (Date) Copies submitted: Above (2) KMLIMVIJHA Attachments E fth - lbit A e 6 of 6 Raba- Kistner EXHIBIT "B" TERMS AND CONDITIONS TO AGREEMENT ARTICLE 1. SERVICES: "LAB" will: 1.1 Provide only those services requested by "CITY ENGINEER" that, in the opinion of "LAB ", lie within the technical or professional areas of expertise of "LAB" and which "LAB" is adequately staffed and equipped to perform. 1.2 Perform technical services under the general direction of a licensed engineer and in substantial accordance with the basic requirements of the appropriate standards of the American Society for Testing and Materials, where applicable, or other standards designated in writing by the "CITY ENGINEER ". 1.3 Promptly submit formal reports of tests, inspections and services performed indicating, where applicable, compliance with the PROJECT specifications or other contract documents. Such reports must be complete and factual, citing the tests performed, methods employed, values obtained, and parts of the structure of THE PROJECT area subjected to any testing. 1.4 Utilize testing equipment which has been calibrated according to applicable standards and, upon request, submit to the "CITY ENGINEER ", or his authorized representative, documentation of such calibration. Secure representative samples of those materials that the City's Contractor proposes to use which require testing, togetherwith relevant data concerning such materials including the point of origin and supplier. 1.5 Consider reports to be confidential, and distribute reports only to those persons, organizations or agencies specifically designated in writing by the "CITY ENGINEER ". 1.6 Retain records relating to services performed for "CITY" for a period of two years following submission of any reports, during which period the records will be made available to the "CITY" at all reasonable times. 1.7 Pay salaries, wages, expenses, social security taxes, federal and state unemployment taxes, and any other similar payroll taxes relating to the services. ARTICLE 2. CITY RESPONSIBILITIES: City Engineer or authorized representative will: 2.1 Provide "LAB" with all plans, specifications, addenda, change orders, approved shop drawings and other information for the proper performance of services by "LAB ". TERMS AND CONDITIONS TO AGREEMENT (REVISED JANUARY, 1998) PAGE 1 OF 4 2.2 Issue authorization in writing giving "LAB" free access to THE PROJECT site, and to all shops or yards where materials are prepared or stored. 2.3 Designate in writing those persons or firms which will act as the "CITY's" representative with respect to "LAB'S" services to be performed under this AGREEMENT and which must be promptly notified by "LAB" when it appears that materials tested or inspected are in non - compliance. Only the "CITY ENGINEER" or his designated representative have authority to transmit instructions, receive information and data, interpret and define the CITY's policies and decisions with respect to THE PROJECT. "LAB" acknowledges that certain "CITY" representatives may have different types of authority concerning THE PROJECT. 2.4 Advise "LAB" sufficiently in advance of any operations so as to allow for assignment of personnel by "LAB" for completion of the required services. Such advance notice will be in accordance with that established by mutual agreement of the parties. 2.5 Direct THE PROJECT contractor, either by the Construction Contract or direct written order to: (a) Stop work at the appropriate times for "LAB" to perform contracted services; (b) Furnish such labor and all facilities needed by "LAB" to obtain and handle samples at THE PROJECT and to facilitate the specified inspection and tests; (c) Provide and maintain for use of "LAB" adequate space at THE PROJECT for safe storage and proper curing of test specimens which must remain on THE PROJECT site prior to, during, and up to 60 days after testing. ARTICLE 3. GENERAL CONDITIONS 3.1 "LAB ", by the performance of services covered hereunder, does not in any way assume, abridge or abrogate any of those duties, responsibilities or authorities with regard to THE PROJECT which, by custom or contract, are vested in THE PROJECT architects, design engineers, or any other design agencies or authorities. 3.2 "LAB" is not authorized to supervise, alter, relax, enlarge or release any requirement of THE PROJECT specifications or other contract documents nor to approve or accept any portion of the work. "LAB" does not have the right of rejection or the right to stop the work. "CITY ENGINEER" will direct THE PROJECT contractor to stop work at appropriate times for "LAB" to conduct the sampling, testing, or inspection of operations covered by the AGREEMENT. TERMS AND CONDITIONS TO AGREEMENT (REVISED JANUARY, 1998) PAGE 2OF4 ARTICLE 4. FIELD MONITORING AND TESTING 4.1 "CITY" and "LAB" agree that "LAB" will be on -site to perform inspections for contracted services. The "CITY" and "LAB" also agree that "LAB" will not assume responsibility for PROJECT Contractor's means, methods, techniques, sequences or procedures of construction, and it is understood that the final services provided by "LAB" will not relieve the PROJECT Contractor of his responsibilities for performing the work in accordance with THE PROJECT plans and specifications. For the purposes of this AGREEMENT, the word "inspection" is used to mean periodic observation of the work and the conducting of tests by "LAB" as specified in the AGREEMENT. Continuous monitoring by "LAB" or its subcontractors does not mean that "LAB" is approving placement of materials. Inspection is not and should not be construed to be a warranty by "LAB" to the "CITY" or any other party. 4.2 Samples collected or tested by "LAB" remain the property of the "CITY" while in the custody of the "LAB ". "LAB" will retain the samples for a period of 60 days following the date of submission of any report related to the sample. Following the retention period, "LAB" will dispose of non - hazardous samples, and return hazardous, acutely toxic, or radioactive samples and samples containers and residues to "CITY ". "CITY" agrees to accept such samples and samples containers. ARTICLE 5. STANDARD OF CARE AND WARRANTY Services performed by "LAB" will be conducted in a manner consistent with that level of care and skill ordinarily exercised by reputable members of the profession currently practicing under similar conditions in the same locality. No other warranty either expressed or implied is made or intended by the AGREEMENT or any reports. "LAB" will not be responsible for the interpretation or use by others of data developed by "LAB ". ARTICLE 6. SAFETY "CITY" and "LAB" agree that, in accordance with the generally accepted construction practice, the PROJECT=S general contractor will be solely and completely responsible for working conditions on THE PROJECT, including safety of all persons and property during the performance of the work, and for compliance with all municipal, state, and federal laws, rules and regulations, including OSHA. The duty of "LAB" in providing services is not, therefore, to include any review of, or responsibility for, the adequacy of the PROJECT'S general contractor's safety measures in, on, or near THE PROJECT site. TERMS AND CONDITIONS TO AGREEMENT (REVISED JANUARY, 1998) PAGE 3 OF 4 -A ARTICLE 7. INVOICES AND PAYMENT "LAB" will submit progress invoices to "CITY ENGINEER" monthly and final invoice upon completion of services. Each invoice is due and payable by "CITY" within 30 days of receipt and approval to pay by the City Engineer. ARTICLE 8. EXTENT OF AGREEMENT 8.1 This AGREEMENT, including Exhibit "A" and these terms and conditions, represents the entire AGREEMENT between "CITY" and "LAB" and supersedes all prior negotiation, representations or agreements, written or oral. This AGREEMENT may be amended only by a written instrument signed by duly authorized representative of "CITY" and "LAB ". If any conflict occurs between these terms and conditions and this AGREEMENT, these terms and conditions are controlling. 8.2 In the event that any one or more of the provisions contained in this AGREEMENT are for any reason held invalid, illegal or unenforceable in any respect, the remaining terms will be in full effect and this AGREEMENT will be construed as if the invalid or unenforceable matters were never included in this AGREEMENT. No waiver of any default will be a waiver of any future default. 8.3 Neither party will assign this AGREEMENT without the express written approval of the other, but "LAB" may subcontract laboratory procedures as "LAB" deems necessary to meet the obligations of this AGREEMENT. TERMS AND CONDITIONS TO AGREEMENT (REVISED JANUARY, 1998) PAGE 4OF4 Exhibit C Mandatory Requirements (Revised November, 2005) INDEMNIFICATION AND HOLD HARMLESS Consultant to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys` fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this contract. The foregoing indemnity shall apply except if such injury, death or damage is caused by the sole or concurrent negligence of the City of Corpus Christi, its agents, servants, or employees or any other person indemnified hereunder. SUPPLIER NUMBER ��ry■ TO BE ASSIGNED BY PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Corpus DISCLOSURE OF INTEREST Christi. 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 app icable, answer with `NA ". See reverse side for Filing Requirements, Certifications and definitions. } COMPANY NAME: 1 �4fti~ U�S�NQ-r CpNSU 1� 1 y— P. O. SOX: STREET ADDRESS: �� l�1 �^ i S`'e. � Z CITY: Co ZIP: FIRM IS: 1. 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) kA -- 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 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 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." Na_rpe Consultant 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 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 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 kukmitte to tlhe.C of Corpus Christi, Texas as changes occur. Certifying Person: K � ` Title: v (Type or Print) Signature of Certifying Date: Person: 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. "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. "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." g, "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.