Loading...
HomeMy WebLinkAboutC2011-492 - 12/13/2011 - ApprovedCITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469 -9277 (City) acting through its duly authorized City Manager or Designee (Director of Engineering Services) and Coym, Rehmet & Gutierrez Enciiineering, L.P. a Texas limited liability partnership, 5656 S. Staples, Suite 230, Corpus Christi, Nueces County, Texas 78411, (Architect/Engineer —A /E) hereby agrees as follows: 1. SCOPE OF PROJECT: Large Diameter Sanitary Sewer Cleaning and Inspection Program (Project No. E11108) The project involves the preparation and development of the necessary technical specification and procurement documents for the City's large diameter (18" and above) sanitary sewer cleaning and inspection program. It provides for the issuance of service orders for inspection and cleaning of the sanitary sewers. The service order work will include developing the required scope, review of closed circuit (CCTV) inspection of the lines, construction exhibits, cost estimates and performing construction administration for service order execution. Coym, Rehmet and Gutierrez Engineering, L.P. will issue service orders upon the City's request and on an as —need basis for approximately $2.0 million per annum, cleaning and inspection services over the life of the three 3 year base contract. 2. SCOPE OF SERVICES. The A/E hereby agrees, at its own expense, to perform professional services necessary to review and prepare plans, specifications, and bid procurement documents. In addition, A/E will provide monthly status updates (project progress or delays, gantt charts presented with monthly invoices) and provide contract administration services, as described in Exhibit " A " to complete the Project. Work will not begin on Additional Services until requested by the A/E (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. A/E services will be "Services for Construction Projects " - (Basic Services for Construction Projects ") which are shown and are in accordance with "Professional Engineering Services - A Guide to the Selection and Negotiation Process, 1993" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of Professional Engineers. For purposes of this contract, certain services listed in this publication as Additional Services will be considered as Basic Services. 2. ORDER OF SERVICES The A/E agrees to begin work on those authorized Basic Services for this contract upon receipt of the Notice to Proceed from the Director of Engineering Services. Work will not begin on any phase or any Additional Services until requested in writing by the A/E and written authorization is provided by the Director of Engineering Services. The anticipated schedule of the design phase, bid phase, and construction administrative 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 rlirnrrthr of Gnninccrinn Services. 20x1 -492 M2011 -295 Large (AIE) Contract 12/13/1]. Page 1 of 3 Coym, Rehmet & Gutierrez Eng. INDEXED The Director of Engineering Services may direct the A/E to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to this contract. A/E shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 3. INDEMNITY AND INSURANCE A/E agrees to the mandatory contract indemnification and insurance requirements as set forth in Exhibit "B ". 4. FEE The City will pay the A/E a fee, as described in Exhibit "A ", for providing services authorized a total fee not to exceed $243,413.00 (Two Hundred Forty Three Thousand Four Hundred Thirteen Dollars and Zero Cents)_. Monthly invoices will be submitted in accordance with Exhibit "D ". 5. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the A/E at the address of record. In this event, the A/E will be compensated for its services on all stages authorized based upon A/E and City's estimate of the proportion of the total services actually completed at the time of termination. 6. LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. The A/E agrees that at least 75% of the work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan Statistical Area (MSA). Additionally, no more than 25% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA.) 7. ASSIGNABILITY The A/E will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the A/E staff. If the A/E is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the A/E fee may be assigned in advance of receipt by the A/E without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. Large (A/E) Contract Page 2 of 3 8. OWNERSHIP OF DOCUMENTS All documents including contract documents (plans and specifications), record drawings, contractor's field data, and submittal data will be the sole property of the City, may not be used again by the A/E without the express written consent of the Director of Engineering Services. However, the 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. 10. DISCLOSURE OF INTEREST AIE further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form attached hereto as Exhibit "C" CITY OF CORPUS CHRISTI B V Juan Perales Jr., P.E. X Date Assistant City Manager RECOMMENDED B I0Iz4/4 Pete Anaya, P. E. Date Director of Engineering Services ATTEST By Armando Chapa, City S retary COYM, REHMET & GUTIERREZ ENGIN RIN L By aD INNIME: J on Rehmet, P.E. Date Nice President 5656 S. Staples, Suite 230 Corpus Christi, TX 78411 (361) 991 -8550 Office (361) 993 -7569 Fax Z ° h - Zl s AUTHORIZE1, APPROVED AS TO FORM r BI1✓ 6.2Z`[( City Attorney Date q1 :(-P 7 TJ/L ENTERED OCT 17 2011 CONTRACT MANAGERS' Large (AIE) Contract Page 3 of 3 LARGE DIAMETER SANITARY SEWER CLEANING AND INSPECTION ROGRAM (PROJECT NO. E11108) EXHIBIT "A" CITY OF CORPUS CHRISTI, TEXAS I. SCOPE OF SERVICES A. BASIC SERVICES 1. Design Phase. a. Meet with City Wastewater, Engineering and Purchasing Departments Staff to review the scope of the project to insure close coordination and communication during development of the standard specifications. b. Review existing information regarding the large diameter sanitary sewers in the City Wastewater System. c. Review standard specifications from other entities and interview engineering and operational personnel to obtain "lessons learned" information to assist in formulating the standard specification. d. Develop a standard specification for the project tasks which will generally include, but not limited to, the following elements • Closed Circuit Television Inspection (CCTV) • Sewer Cleaning • Robotic Sonar, Laser and High Resolution CCTV Inspection • Point Repairs • Measurement of Work • Traffic Control and Safety • Field Quality Control • Disposal of Materials e. Preparation of a bid procurement form (unit price matrix) to be utilized by the Purchasing Department in receiving bids for the work. f. Preparation of an overall exhibit(s) depicting the large diameter sewers in the City of Corpus Christi system for use with the bid documents. g. Throughout development of the technical specifications and procurement documents, attend and participate in project meetings with City Wastewater, Engineering and Purchasing Department to review the specification and procurement document and implement necessary changes required to finalize the documents. EXHIBIT "A" Page 1 of 5 K: Engineering Data ExchangelCiarissaJlWastewater 5E111 C8 - City Wide Large Diameter Sanitary Sewer Cleaning and Inspection PragramlLarge AE Contract - CRGSExhib'd A.docx h. Prepare detailed exhibits of large diameter sanitary sewers in the six (6) Wastewater Service Area treatment and collection basins for use with service orders during the construction phase of the project. i. Prepare GIS documentation criteria for import and executed service orders. The 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. The records provided under this AIE contract are proprietary and/or copyrighted and for consultant's use only for the intended purpose of this project. Any unauthorized distribution of the records is strictly prohibited. 2. Bid Phase. a. Coordinate closely with the Purchasing Department during all phases of the procurement process. b. Attend the Pre —Bid Meeting. c. Receive Requests for Information (RFI) and prepare response clarifications to Purchasing Department as needed. d. Prepare and submit addenda to the Purchasing Department as needed for the project bidding and execution. e. Attend the Bid Opening. f. Prepare the bid tabulation matrix to evaluate the various bid items. g. Attend and participate in meetings with the City Wastewater, Engineering and Purchasing Departments to review the bid tabulation matrix and construction options. h. Prepare a bid evaluation and provide a written recommendation to the City. i. Attend City Council Meetings for award of the Contract. 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 AIE) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. EXHIBIT "A" Page 2 of 5 KAEngineering DataExchangelClarissaJlWastewater1E11108 -City Wide Large Diameter Sanitary Sewer C}eaning and Inspection PregramlLarge AE Contract - OWExhibit A,docx 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. B. ADDITIONAL SERVICES 1. Topographic Survey. a. Provide topographic surveys as necessary to issue accurate and construction worthy service orders. Topographic services may not be required for each service order but the fee has been determined based on topographic survey services required on fifteen (15) separate service orders. 2. Construction Administrative Services. a. Meet with City Staff to scope out work and prepare on an as needed basis service orders on approximately $2.0 million per year in cleaning work. It is. estimated that 10 service orders per year will be issued for a three year total of thirty (30) services orders. Each service order will include, but not be limited to, the following: Preliminary Summary Report of the Service Order including location and description of the site(s) and area(s), initial proposed inspection and cleaning requirements, preliminary opinion of probable cost and approximate construction time, site locations exhibit, detailed site plans of each location, detailed cost estimate using the accepted bid prices matrix. Post CCTV Summary Report of the Service Order. Upon review of the CCTV Report, amend Preliminary Summary Report and make changes as necessary to finalize proposed improvements, opinion of cost, approximate construction time and detailed cost estimate using the accepted bid price matrix. b. Observe cleaning operations and perform calculations of material removed from the lines included in the service order. Make recommendations regarding acceptance of the cleaning based on guidelines contained in the technical specifications. c. Review post — cleaning CCTV and include in a report the results of the televising and if necessary, recommendations for further cleaning. EXHIBIT "A" Page 3 of 5 K 1Engineering DataExchangelClarissaJ4Wastewater1E11108 -City Wide Large Diameter Sanitary Sewer Gleaning and Inspection ProgramSLarge AE Contract - CRMExhibit Adocx d. Prepare a service order and post cleaning GIS attributes drawing of the lines included in the service order and inspection report under GIS documentation criteria. The City Staff will: a. Prepare applications /estimates for payments to contractor (with the assistance of the AIE). b. Conduct the final acceptance inspection with the Engineer. 2. SCHEDULE Day Date Activit Monday November 14, 2011 Begin Design Phase Friday December 16, 2011 Complete Desi n Phase Monday December 26, 2011 Begin Bid Phase Wednesday January 25, 2012 Open Bids Tuesday March 13, 2012 Award Contract Monday April 23, 2012 Commence Issuing Service Orders Friday November 14, 2014 Completion of Service Orders Contract 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 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, AIE will submit monthly statements for basic services rendered. In Section I.A.1 -3, the statement will be based upon A/E's estimate (and City concurrence) of the proportion of the total services 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. EXHIBIT "A" Page 4 of 5 MEngineering DalaExchange \Clarissaj\wastewater\E11108 - City Wide large Diameter Sanitary Sewer Cleaning and lnspectien Programllarge AE Contract - CRG \Exhibit A.docx 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 AIE a not -to- exceed fee as per the table below: Summary of Fees Basic Services 1. Design Phase $48,090.00 2. Bid Phase $14,635.00 Subtotal Basic Services $62,725.00 Additional Services 1. Topographic Survey $19,418.00 2. Construction Administrative Services $161,270.00 Sub -Total Additional Services $180,688.00 Total Authorized Fee $243,413.00 The estimated cost of construction of the City Wide Large Diameter Sanitary Sewer Cleaning and Inspection Program is $2,000,000. The total basic services fee proposal for this project is $62,725. Therefore, the percentage of design cost to construction cost is 3 %. EXHIBIT "A" Page 5 of 5 K1Engineering DataExchangelClarissaJ4Wastewater5E11108 -City Wide Large Diameter Sanitary Sewer Cleaning and Inspection ProgramlLarge AE Contract - CRG1Exhibit A. dope M K a 2 1 O a IV .s do COYM, REHMET & GUTI(ERREZ C D Ir'= TBPE Fi Reg. m Reg. No. o. F -386 , MANHOUR AND FEE ANALYSIS - BASIC SERVICES & ADDITIONAL SERVICES i� 5656S, SWpks Mw230 CLIENT: CITY OF CORPUS CHRISTI C 5 T 1 (3 6 1 )991 - 9 5 5 0 FAX( FAX {36])997 - 7569 PROJECT: LARGE DIAMETER SANITARY SEWER CLEANING AND INSPECTION PROGRAM P,mdd: PROJECT NO. E11708 DESCRIPTION PRINCIPAL PROJECT GRADUATE CADD RPLS SURVEY CLERICAL SUB NON- TASK TOTAL ENGR, P.E. ENGINEER CREW CONTRACTOR LABOR RATE $135.00 $125.00 $100.00 $70.00 $85.00 $440.00 $50.00 Hrs. Total Hrs. Total tars. Total Hrs. Total Hrs. Total Hrs. Total Hrs. Total I Expense I Expense Total BASIC SERVICES Design Phase Project Administration 16 $2,160 4 $200 $50 $2,410.00 Meetings With City Depis. 8 $1,080 16 $2,000 $50 $3,130.00 Review Exist. Information 16 $2,000 $20 $2,020.00 Review Other City Standard Specs 20 $2,500 $20 $2,520.00 Interview Other City Personnel 16 $2,000 $20 $2,020.00 Develop Standard Specification B $1,080 40 $5,000 24 $1,200 $20 $7,300.00 Overall (All Basins) Exhibit Preparation 16 $2,000 40 1 $2,800 $50 $4,850.00 Bid Proposal Form(s) 24 $3,000 16 $800 $50 $3,850.00 Review Meetings 8 $1,080 8 $1,000 $20 $2,100.00 Finalize Standard Specification 4 $540 16 $2,000 16 $800 $3,340.00 Exhibits - Detailed (Approx. 40 Each) 16 $2,000 160 $11,200 20 $1,004 $350 $14,550.00 TOTAL DESIGN PHASE $48,090.00 Bid Phase Project Administration 4 $540 4 $200 $740.00 Coordination w /Purchasing Dept. 24 $3,000 $25 $3,025.00 Pre -Bid Meeting 4 $540 4 $500 4 $200 $1,240.00 RFI Clarifications 4 $540 24 $3,000 $3,540.00 Addenda 2 $270 8 $1,000 6 $300 $1,570.00 Attend Bid Opening 4 $540 4 $500 $1,040.00 Review Bid Tab 2 $270 6 $750 2 $100 %1,120.00 City Review Meetings 4 $540 4 $500 $1,040.00 Recommendation of Award 4 $544 4 $200 $20 $750.00 City Council Meetings 4 $540 $20 $560.00 TOTAL BID PHASE $14,635.00 TOTAL BASIC SERVICESI $62,725.00 ADDITIONAL SERVICES Topographic Survey (Estimated 15 Service Orders Require Topo i?a 4 Flours Each) Office - Crewlnstructiens 30 2,100 $2,100.00 Field Work, Control, Topo 60 1 6,400 1 1 j 568 $12,966,00 Download Data, Plot 60 4,200 1 1 1 1 1 $1501 $4,350.00 TOTAL TOPOGRAPHIC SURVEYS $19,418.00 Construction Administrative Services (10 Service Orders Per Year x 3 Years = 30 Service Orders) Project Administration 72 $9,720 72 1 $3,600 $5001 $13,820.00 DESCRIPTION PRINCIPAL PROJECT ENGR, P.E. GRADUATE ENGINEER CARD RPLS SURVEY CREW CLERICAL SUB- CONTRACTOR NON- LABOR TASK TOTAL RATE $135.00 $125.00 $100.00 $70.00 $85.00 $140.00 $50.00 Hra. Total Hrs. Total Hrs. Total Hrs. Total Hrs. Total Hrs. Total Hrs. Total Expense Expense Total City Scoping Meetings 60 $7,500 $600 $8,100.00 Site Visits 30 $4,050 90 $11,250 $780 $16,060.00 Contractor Questions, Coordination 120 $15,000 20 $1,000 $40 $16,040.00 Preliminary Summary Reports 30 $4,050 240 $30,000 90 6,300 90 $4,500 $600 $45,450.00 Post CCTV's Summary Report 30 1 $4,050 120 $15,000 60 4,200 1 1 60 $3,000 $600 $26,850,00 Observation of Cleaning Ops., Field Checks 60 $7,500 $780 $8,260.00 Periodic Reports 60 $7,500 $250 $7,750.00 Report and GIS Entries 60 1 $7,500 1208 400 $3,000 $18,300.00 TOTAL CONSTRUCTION ADMINISTRATIVE SERVICES $161,270.00 TOTAL ADDITIONAL SERVICES $180,688.00 TOTAL BASIC AND ADDITIONAL SERVICES $243,413.00 m X >y 2 @ T IV � . IIV s Exhibit B Mandatory Requirements (Revised September, 2001) INSURANCE REQUIREMENTS CONSULTANT LIABILITY INSURANCE A. The Consultant shall not commence work under this Agreement until he/she has obtained all insurance required herein and such insurance has been approved by the City. Nor shall the Consultant allow any subconsultant to commence work until all similar insurance required of the subconsultant has been so obtained. B. The Consultant shall furnish two (2) copies of certificates, with the City named as an additional insured, showing the following minimum coverage in an insurance company acceptable to the City. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on all Bodily Injury and Property Damage certificates Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises — Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 6. Contractual Insurance 7. Broad Form Property Damage 8. Independent Consultants 9. Personal Injury AUTOMOBILE LIABILITY - -OWNED NON -OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS= WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include [ ] REQUIRED long -tern environmental impact for the disposal of [X] NOT REQUIRED contaminants BUILDERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements [ ] REQUIRED [X] NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B -6 -11 and Supplemental Insurance Requirements Exhibit "B" - Insurance Requirements Page 1 of 3 EXHEBIT "B" Page 1 of 3 [ ] REQUIRED [X] NOT REQUIRED C. In the event of accidents of any kind, the Consultant shall furnish the City with copies of ail reports of such accidents at the same time that the reports are forwarded to any other interested parties. HOLD HARMLESS A. Consultant agrees to indemnify, save harmless 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 reasonable 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 performed in a negligent manner. 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. B. The Consultant shall obtain workers' compensation insurance coverage through a licensed insurance company or through self - insurance obtained in accordance with Texas law. If such coverage is obtained through a licensed insurance company, then the contract for coverage shall be written on a policy and endorsements approved by the Texas State Board of Insurance. If such coverage is provided through self- insurance, then within ten (10) calendar days after the date the City requests that the Consultant sign the contract documents, the Consultant shall provide the City with a copy of its certificate of authority to self- insure its workers' compensation coverage, as well as a letter, signed by the Consultant, stating that the certificate of authority to self - insure remains in effect and is not the subject of any revocation proceeding then pending before the Texas Workers' Compensation Commission. Further, if at any time before final acceptance of the Work by the City, such certificate of authority to self - insure is revoked or is made the subject of any proceeding which could result in revocation of the certificate, then the Consultant shall immediately provide written notice of such facts to the City, by certified mail, return receipt requested directed to: City of Corpus Christi, Department of Engineering Services, P. O. Box 9277, Corpus Christi, Texas 78469 - Attention: Contract Administrator. Whether workers' compensation insurance coverage is provided through a licensed insurance company or through self - insurance, the coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Consultant will be promptly met. Exhibit "B" - Insurance Requirements Page 2 of 3 EXHIBIT "B" Page 2 of 3 ei g Mi. .. Ism Exhibit "B" - Insurance Requirements Page 2 of 3 EXHIBIT "B" Page 2 of 3 On the certificate of insurance: • The City of Corpus Christi is to be named as an additional insured on the liability coverage, except for workers' compensation coverage. • Should your insurance company elect to use the standard ACORD form, the cancellation clause (bottom right) shall be amended by adding the wording "changed or" between "be" and "cancelled" and deleting the words "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 1U -day written notice of change or cancellation will be required. IV. A completed Disclosure of Interest must be submitted with your proposal. Exhibit "B" - Insurance Requirements Page 3 of 3 EXHIBIT "B" Page 3 of 3 SUPPLMR NUMBER / TO BE ASSIGNED BY PURCHASING DIVISION tir.rV:. City of CITY OF CORPUS CHRISTI 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 Requirernents, Certifications and definitions. COMPANY NAME: Coym, Rehmet & Gutierrez Engineering, L.P. P. O. BOX: STREET ADDRESS: 5656 South Staples, Sui 230 CITY: Corpus Christi ZIP: 78411 FIRM IS: 1. Corporation X 2. Partnership ❑ 3. Sole Owner El El 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 Title N/A 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee N/A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an `ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant N/A EXHIBIT "C" Pa e 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 m 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: J. Don Rehmet, P.E., R.P.L.S. Title: Vice President ("4ype 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. 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 " C " Page 2 of 2 LARGE DIAMETER SANITARY SEWER CLEANING AND INSPECTION PROGRAM Project No.E11108 Invoice No. 12345 Invoice Date: Basic Services: !, Preliminary Phase Design Phase Bid Phase Construction Phase Subtotal Basic Services Additional Services: Permitting Warranty Phase I nspection Platting Survey O & M Manuals SCADA Subtotal Additional Services Summary of Fees Basic Services Fees Additional Services Fees Total of Fees �M n+ _ C 3 °, ja Total Amount Previous Total Percent Contract Amd No. 1 Amd No. 2 Contract Invoiced Invoice Invoice Complete $1,000 $0 $0 $1,000 $0 $1,000 $1,000 100% 2,000 1,000 0 3,000 1,000 500 1,500 50% 500 0 250 750 0 0 0 0% 2,500 0 1,000 3,500 0 0 0 0% $6,000 $1 ,000 $1,250 $8,250 $750 $1,500 $2,500 30% $2,000 $0 $0 $2,000 $500 $0 $500 25% 0 1,120 0 1,120 0 0 0 0% 0 TBD 0 TBD 1,627 TBD 1,627 TBD 0 TBD 0 TBD 0 TBD 0% 0% TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD 0% 0% $2,000 $1,120 $1,627 $4,747 $500 $0 $500 11% $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% 2,000 $8,000 1,120 $2,120 1,627 $2,877 4,747 $12,997 500 $1,250 0 $1,500 500 $3,000 11% 23% CONTRACT FOR ENGINEERING (LARGE AIE) SERVICES EXHIBIT "D" Page 1 OF 1 Last Revision: Dec 2004