Loading...
HomeMy WebLinkAboutC2011-460 - 11/29/2011 - NAs AMENDMENT NO. 2 CONTRACT FOR PROFESSIONAL SERVICES CITY OF CORPUS CHRISTI This City of Corpus Christi, Texas hereinafter called "CITY", and Urban En ineerin , hereinafter called "Engineer", agree to the following amendments to the Contract for Professional Services for Greenwood Wastewater Treatment Plant Lift Station Improvements Project No. E09006), as authorized and administratively amended by: Original Small A/E Agreement[ August 10, 2009 Administrative Approval $29,300.00 Amendment No. 1 1 March 23, 2010 Motion No. M2010 -057 $72,730.00 1. DECLARATIONS. "CITY" desires to engage "ENGINEER" to provide services in connection with City's project, described as follow: Greenwood Wastewater Treatment Plant Lift Station Improvements Project No. E09006) "Project ". 2. SCOPE OF WORK. "ENGINEER" shall provide services for the PROJECT in accordance with the accompanying Letter, Scope of Services, and Fee attached as "Exhibit A ". The project consists of rehabilitating the existing plant lift station force main at the Greenwood Wastewater Treatment Plant from the lift station to the influent structure. 3. FEE. The "CITY" agrees to pay the "ENGINEER" for services provided in accordance with Exhibit "A ", Scope of Services, and Fee under this AMENDMENT NO. 2, a total fee not to exceed $46,940.00 (in figures), (Forty Six Thousand Nine Hundred Forty Dollars and Zero Cents (in words), for a total restated fee not to exceed $148,970.00 (in figures), (One Hundred Forty Eight Thousand Nine Hundred Seventy Dollars and Zero /Cents (in words). CITY Of CORPU CH STI Juan Peral , Jr., P. E. (Date) Assistant City Manager APPROVED AS TO FORM: ti dl (( Pete Anaya, P. E., (D te) Director of Engineering Services ATTEST Armando Chapa, City Secr ry APPROVED AS TO FORM URBAN EN NEERING 'tames L. Urban, P. E. (Date) Authorized Representative 2725 Swantner Drive Corpus Christi, TX 78404 (361) 854 -3101 Office (361) 854 -6001 Fax -: If - iS 2a {4 City Attorney' (Date) EM i ERE®I101EXED Project Number: E09005 2011 -460 2- 00000- EO9005 � 11/29/11 DSAUR Urban Engineering Page 1 of 1 11 FEWATEME09005 (7445) GREENWOOD WWTP LIFT STATION IMMAMENDMENT NO. 24AMENDMENT NO. 2.D00 EXHIBIT "A" AMENDMENT NO. 2 CITY OF CORPUS CHRISTI, TEXAS Greenwood Wastewater Treatment Plant Lift Station Force Main Improvements (Project No. E09005) SCOPE OF SERVICES A. Basic Services. Preliminary Phase. The Arch itect/E n g i neer-A/E will: It is the intent of the Preliminary Phase to provide an evaluation of existing conditions and develop project scope with written description of the project and preliminary estimate of probably cost. This investigation shall include: a. Confer with the City staff regarding the design parameters of the Project. The Engineer will participate in a minimum of two (2) formal meetings with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven (7) working days of the meeting. b. Submit one (1) copy in an approved electronic format, and one (1) paper copies of the results of the evaluation with project scope and opinion of probable construction costs and review with City staff to produce an acceptable format which contains common municipal elements. Evaluation results will include the following (with CONSTRUCTABILITY being a major element in all the following items): 1) Review of the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution of the Project; The A/E will meet with City staff to collect data, discuss materials and methods of construction, and identify design and construction requirements. 2) Review and investigation of available records, archives, and pertinent data related to the Project including taking photographs of the Project site, list of potential problems and possible conflicts, intent of design, and improvements required, and conformance to relevant Master Plan(s). 3) Identify results of site field investigation including site findings, existing conditions, potential right of way /easements, and probable Project design solutions; (which are common to municipalities). 4) Provide a presentation of pertinent factors, sketches, designs, cross - sections, and parameters which will or may impact the design, including engineering design basis, preliminary layout sketches, identification of needed additional services, preliminary details of construction of critical elements, identification of needed permits, identification of specifications to be used, identification of quality and quantity of materials of construction, and other factors required for a professional design ( CONSTRUCTABILITY) 5) Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project and permitting, environmental, historical, construction, and geotechnical issues; and meet with pertinent authorities. AMEND. NO.2 EXHIBIT "A" Page 1 of 8 6) Confer, discuss, and meet with City operating department(s) and Engineering Services staff to produce a cohesive, well- defined proposed scope of design, probable cost estimates(s) and design alternatives. 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. Through separate contract, related GIS mapping for existing facilities. d. A copy of existing studies and plans. (as available from City Engineering files). e. Field location of existing city utilities. (A/E to coordinate with City Operating Department). f. Provide applicable Master Plans. 2. Design Phase. Upon approval of the project scope, designated by receiving authorization to proceed, the A/E will: a. Study, verify, and implement evaluation recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff. b. Prepare one (1) set of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, notice to bidders, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid or for multiple bids, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. C. Provide assistance with identifying, testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under additional services). d. Prepare final quantities and estimates of probable costs and probable construction schedule. e. Furnish 1 -copy preliminary plans (plans only - identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Required with the preliminary set of plans is a " Plan Executive Summary 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 • ROW 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 E O. 2 "A" f8 • Any unique requirements • Cost, alternatives, etc. • Owner permit requirements and status f. Furnish complete construction and bid documents including specifications for City staff review and approval. Provide 1 copy of pre -final complete plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities, compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non - responding participants; g. Provide Quality Assurance /Quality Control (QA/QC) measures to ensure that submittal of the preliminary, pre -final and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The Consultant A/E and Sub - consultant A/E shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc; h. If required, provide traffic controls including a Traffic Control Plan, illumination, markings and striping, signalization, and as delineated by the City Traffic Engineering Department. i. Upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for reproduction (In City Format) and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. j. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re -use of modified plans. k. Assimilate all review comments, modifications, additions /deletions and proceed to next phase, upon Notice to Proceed; 1. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. m. Provide a Storm Water Pollution Prevention Plan, if necessary n. Perform the items as shown on Exhibit A -1. (Task List) 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 standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. 3. Bid Phase. The A/E will: a. Participate in the pre -bid conference. b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. C. Review all pre -bid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' approval, any addenda or other revisions necessary to inform contractors of approved changes prior to bidding. AMEND. NO. 2 EXHIBIT "A" Pa e3of8 d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the A/E's design phase estimate required above, the Engineer will, at its expense, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re- advertise that particular portion of the Project for bids. The City staff will: a. Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. b. Advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the A/E) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. C. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. d. Prepare, review and provide copies of the contract for execution between the City and the contractor. 4. Construction Phase. The A/E will perform contract administration to include the following: a. Participate in pre - construction meeting conference. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. C. Review field and laboratory tests. d. Provide interpretations and clarifications of the contract documents for the contractor and authorize required changes, which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. e. Make regular visits to the site of the Project to confer with the City project inspector and contractorto observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. f. Prepare change orders as authorized by the City (coordinate with the City's construction division); provide interpretations and clarifications of the plans and specifications for the contractor and authorize minor changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. g. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. h. As applicable, review and assure compliance with plans and specifications, the preparation of operating and maintenance manuals (by the Contractor) for all equipment installed on this Project. These manuals will be in a "multimedia format" suitable for viewing with Microsoft's Internet Explorer, version 3.0. As a minimum the Introduction, Table of Contents, and Index will be in HTML (HyperText Markup Language) format, with HyperText links to the other parts of the manual. The remainder of the manual can be scanned images or a mixture of scanned images and text. use the common formats for scanned images - GIF, TIFF, JPEG, etc.. Confirm before delivery of the manuals that all scanned image formats are compatible with the image - viewing software available on the City's computer - Imaging for Win95 E O. . N 2 IT "A" 4:0 8 (Wang) and Microsoft Imaging Composer. Deliverthe manuals on a CD -ROM, not on floppy disks. Review construction "red -line" drawings, prepare record drawings of the Project as constructed (from the "red -line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later) of the record drawings. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. The City staff will: a. Prepare applications/estimates for payments to contractor. b. Conduct the final acceptance inspection with the Engineer. 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, but the AIE will not begin work on this section 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 AIE will, with written authorization by the Director of Engineering Services, do the following: 3. Topographic SurveylField Investigation. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required for the aerial mapping of the Project area - aerial photography to be provided by City). Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the project area. 5. Construction Observation Services. Provide a project representative (PR) to provide periodic construction observation. A. Through such additional observations of Contractors work in progress and field checks of materials and equipment by the PR and assistants, the Engineer shall endeavor to provide further protection for the City against defects and deficiencies in the Work. B. The duties and responsibilities of the PR are described as follows: 1. General: PR will act as directed by and under the supervision of Engineer, and will confer with Engineer 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. AMEND. NO.2 EXHIBIT "A" Pa e6of8 3. Liaison: a. Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. b. PR shall communicate with CITYwith the knowledge of and underthe direction of the Engineer. 4. Interpretation of Contract Documents: Report when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. 5. Shop Drawings and Samples: a. Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. b. Record date of receipt of Samples and approved Shop Drawings. C. Advise Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which PR believes that the submittal has not been approved. 6. Review of Work and Rejection of Defective Work: a. Conduct on -Site observations of Contractor's work in progress to assist A/E in determining if the Work is in general proceeding in accordance with the Contract Documents. b. Report whenever PR believes that any part of Contractor's work in progress will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise City and A/E of that part of work in progress that PR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. C. Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. 7. Records: a. Maintain orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, A/E's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. b. Prepare a daily report utilizing approved City format, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to AIE and the City. C. 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. d. Report immediately to the CITY and Engineer 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. e. PR reviews quantities and returns request for payment to contractorfor corrections or approximate request with recommendation for payment. AMEND. NO. 2 EXHIBIT "A" Pa e6of8 8. Completion: a. Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. b. Participate in a final inspection in the company of A/E, the CITY, and Contractor and prepare a final list of items to be completed or corrected. C. Observe whether all items on final list have been completed or corrected and make recommendations concerning completion and issuance of the Notice of Acceptability of the Work. 7. Warranty Phase. Provide a maintenance guaranty inspection toward the end of the one -year period after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. 2. SCHEDULE 3. FEES PROPOSED PROJECT SCHEDULE Day Date Activit Tuesday November 29, 2011 Begin Design Tuesday December 6, 2011 Prel. Submittal Tuesday December 13, 2011 City Review Tuesday December 20, 2011 Pre -Final Submittal Tuesday December 27, 2011 City Review Tuesday January3,2012 Final Submittal Monday January 9, 2012 Advertise for Bids Thursday January 19, 2012 Pre -Bid Conference Wednesda February 8, 2012 Receive Bids Tuesday February 28, 2012 Contract Award Tuesday March 27, 2012 Begin Construction Friday October 26, 2012 1 Complete Construction A. Fee for Basic Services. The City will pay the A/E a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1 -4 above, and for all expenses incurred in performing these services. For services provided in Section I.A.1 -4, A/E will submit monthly statements for basic services rendered. In Section I.A.1 -3, the statement will be based upon AIE's estimate (and City Concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in Section 1.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 Director of Engineering Services under Section I. B. "Additional Services" the City will pay the A/E a not -to- exceed fee as per the table below: AMEND. NO. 2 EXHIBIT "A" Page 7 of 8 C. Summary of Fees 08/10/09 03/23/10 Admin Approval M2010 -057 I Admin Approval The estimated cost of construction for Greenwood Wastewater Treatment Plant Lift Station Force Main Improvements (Project No. E09005) is $350,390. The basic services fee for the project is $28,030. Therefore, the percentage of basic engineering services cost to construction is 8.00 %. AMEND. NO. 2 EXHIBIT "A" Pa e8of8 ORIGINAL CONTRACT AMEND. NO. 1 AMEND. NO. 2 TOTAL Basic Services 1 Preliminary Phase $29,300.00 $0.00 $4,200.00 $33,500.00 2 Design Phase 0.00 54,030.00 17,730.00 71,760.00 3 Bid Phase 0.00 4,150.00 1,900.00 6,050.00 4 lConstruction Phase 0.00 12,470.00 4,200.00 16,670.00 Subtotal Basic Services 29,300.00 70,650.00 28,030.00 127,980.00 Additional Services (Allowance) 1 Permit Preparation (as applicable) 0.00 0.00 0.00 0.00 2 ROW Acquisition Survey (Authorized) 0.00 0.00 0.00 0.00 3 Topographic Survey /Field Investigation 0.00 0.00 10,500.00 10,500.00 4 1 Environmental Issues 0.00 0.00 0.00 0.00 5 Construction Observation Services 0.00 0.00 7,010.00 7,010.00 6 Start-up Services 0.00 0.00 0.00 0.00 7 Warranty Phase 0.00 2,080.00 1,400.00 3,480.00 Subtotal Additional Services 0.00 2,080.00 18,910.00 20,990.00 Total Authorized Fee $29,300.00 $72,730.00 $46,940.00 $148,970.00 08/10/09 03/23/10 Admin Approval M2010 -057 I Admin Approval The estimated cost of construction for Greenwood Wastewater Treatment Plant Lift Station Force Main Improvements (Project No. E09005) is $350,390. The basic services fee for the project is $28,030. Therefore, the percentage of basic engineering services cost to construction is 8.00 %. AMEND. NO. 2 EXHIBIT "A" Pa e8of8 EXHIBIT "A -1" TASK LIST (Provides supplemental description to Exhibit "A ". Exhibit "A -1" Task List does not superseded Exhibit "A ") CITY OF CORPUS CHRISTI, TEXAS Greenwood Wastewater Treatment Plant Lift Station Force Main Improvements (Project No. E09005) Meet with Staff to identify project goals, timetables, and review force main issues, for project implementation. 2. Develop an inventory of existing conditions and perform the required field investigations to define specific areas of concern at the lift station and force main site. 3. Attend and participate in planning meetings (2 meetings) with City staff to discuss planning and conceptual design. Gather information and perform close coordination with Wastewater Department staff. 4. Prepare evaluation with detailed scope of issues to be addressed for the force main and preliminary estimate of probable construction costs and make recommendation /review with City staff. 5. Develop design plans to the City's format and specification documents incorporating all issues with relevant solutions and identifying to the best of the Engineer's knowledge all potential conflicts and offer solutions. 6. Provide project control and quality review of senior staff to insure project quality and completeness. 7. Develop project cost estimate, provide all submittals to the City and meet with staff to review draft submittals and final plans and make City requested amendments. 8. Prepare addenda, attend bid opening, review bids and provide recommendation to City. 9. Attend pre - construction meeting, review Contract Documents and respond to Contractor's questions. 10. Provide project administration services during construction (periodic visits to the project site) to insure compliance of Contractor with plans and specifications and, upon completion, make final inspections as well as an inspection after one year of completion for project warranty requirement. 11. Provide monthly status reports of progress to the City. AMEND. NO.2 Exhibit "A -1" Page I of I e SUPPLIER NUMBER �! TO BE ASSIGNED BY -- PURCHASING DIVISION Z;h � City of CITY OF CORPUS CHRISTI ti DISCLOSURE OF INTEREST 0 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 next page for Filing Requirements, Certifications and definitions. COMPANY NAME: Urban Engineering P. O. BOX: STREET ADDRESS: 2725 Swantner Drive CITY: Corpus Christi ZIP: 78404 FIRM IS: 1. Corporation 2. Partnership X 3. Sole Owner ❑ 4. Association 0 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) NIA 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 NIA 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 NIA 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 sub,�ect of this contract and has an ` ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant NIA EXHIBIT "B" Page 1 of 2 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 submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: James L. Urban, P.E. (Type or Print) Title: Authorize Representative 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. 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." 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. EXHIBIT "B" Pa e2of2