Loading...
HomeMy WebLinkAboutC2012-070 - 3/27/2012 - Approved4 CITY OF CORPUS CHRISTI AMENDMENT NO. 2 CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas, hereinafter called "CITY," and RVi PLANNING + LANDSCAPE ARCHITECTURE + GRAPHIC DESIGN hereinafter called "CONSULTANT," agree to the following amendment to the Contract for Professional Services for Oso Creek /Oso_ Bay Area Park Master Plan (Project No. 3380) as authorized and administratively amended by: Original Contract January 11, 2011 Motion No. M2011 -013 264,180.00 Amendment No. 1 November 20, 2011 Administrative A proval $22,800.00 In the Original Contract, Section 2. SCOPE OF WORK shall be modified by the addition of the following scope: Scope of Work is revised to include additional Design Development, Construction Documents, Bid Phase, Construction Phase survey services as specified in Exhibit "A ". In the Original Contract, Section 5. FEE shall be. modified by the attached Summary of Fees as shown in the attached Exhibit A -1 for an additional fee not to exceed $616,670.00 (in figures) Six Hundred Sixteen Thousand Six Hundred Seventy Dollars and Zero Cents (in words) for a total restated fee not to exceed $903,650.00 (in figures) Nine Hundred Three Thousand Six Hundred Fifty Dollars and Zero Cents (in words). All other terms and conditions of the January 11, 2011 contract between the City and Consultant and of any amendments to that contract which are not specifically addressed herein shall remain in full force and effect. CITY OF CORPUS CHRIST[ RVi, PLANNING + LANDSCAPE ARCHITECTURE + GRAPHIC DESIGN , 2� 3 �, / Oscar R. Martinez Date Assistant City Manager Barbara Austin ate Principal, Director of Park Design 712 Congress Avenue, Suite 300 Austin TX 78701 (512) 480 -0032 Office (512) 480 -0617 Fax RECOMMENDED _ 1/ 1 -.� h L Dan ilex, P. E., Da e Interim Director of Engineering Services Project No: 3380 50 Funding Source: 550910- 3292 - 00000 - 130280 Encumbrance No: 2012 -070 M2012 -066 3127112 RVI Planning & Landscape INDEXED ATTEST Armando Chapa, City Secre ary Z-. k. APPROVED AS TO FORM ey n�........... .. Assistant City Attorney I Date � NEIARY ��- a AMENDMENT TO LANDSCAPE ARCHITECTURAL DESIGN CONTRACT RVi No. 103637 - Amendment No. 02 This Amendment to the Landscape Architectural Design Services Agreement (the "Amendment ") is entered into as of this 14th of December, 2011 by and between the City of Corpus Christi ( "City ") and RVi ( "Consultant "). I. RECITALS A. City and Consultant have entered into that certain Agreement for Landscape Architectural Design Services for Oso Creek / Oso Bay Area Park Master Plan dated as of January 1 1 , 2011 (the "Original Agreement ") and desire to amend the Original Agreement. B. Except as expressly modified by this Amendment, the Original Agreement remains unchanged and in full force and effect. II. AGREEMENT A. The parties agree that the SCOPE, of the Original Agreement, is hereby amended by adding the following: 1. The objective of the Project is to provide park design services required for Phase 2 -- Oso Bay Park as illustrated in the approved Oso Bay Wetlands Preserve and Learning Center Master Plan October 2011. See attached Master Plan and Phase 2 exhibits. The vision and goals of the project are outlined in the Master Plan Booklet. The Project shall use sustainable construction practices wherever possible. The Project will include a 300' Extension of Oso Parkway to serve the Oso Bay Park. See Oso Parkway Extension Exhibit. The Project will include an Exhibit Hall (approximately 2,800 square feet) and Labs Building (approximately 2,500 square feet) connected by covered breezeways, entry plaza K:\Engineering DataExchange \Clarissaj\Parks\3380 - Oso Bay Phase 2\Agenda Item\Amendment No. 2\Proposal.docx [ AM. vraphTc design 712 Congress Avenue Suite 300 Austin, Texas 78701 (voice) 512.480.0032 (fax) 512.480.0617 www.rvipianning.com AUSTIN 1 HOUSTON EXHIBIT "A" Page I of 14 Arhendme'nt No. 02 December 14, 2011 Page 2 of 14 and pond with covered boardwalk, well and windmill, amphitheatre, entry drive and drop off areas, biofiltration pond, asphalt car parking lot, overflow parking area, photovoltaic cells, site utilities, prairie pond with well and windmill, trails, boardwalks, entry signage, interpretive signage, nature - themed children's play area, site furnishings, site lighting, camp sites, wildlife viewing areas, wetlands restoration, landscape and irrigation. For the Exhibit Hall and Labs Building, the Consultant will provide interior design services including selection of finishes, colors, textures, case goods, built -in case work and lighting. Floor plans will include generic furniture and equipment layouts for coordination of power and lighting and to demonstrate functional layout of spaces for furniture purchased by others. The Project will be submitted to the US Green Building Council (USGBC) for Leadership in Energy and Environmental Design (LEED) certification. 2. The financial, physical and other parameters of the Project are: a. The City has an approved preliminary construction budget of approximately $3,750,000 - for Phase 2 of the Park Project. b. Funding sources for the park are outlined in the original agreement. c. Preliminary construction budget and funding sources do not include the Extension of Oso Parkway. 3. The City will coordinate and be responsible for site electrical service. All proposed electrical service shall be underground. 4. The Consultant shall include the services of the following: a. RVE - Civil and Structural Engineering b. WKMC -Architecture c. Stridde Callins - MEP Engineering d. Belaire Environmental - Biologist plx rsning . Ixndscape architecture, graphic design �xHieir "A" Page e2of14 6. The Project = P hase 2 Oso Bay Park shall be designed, permitted, bid and construction as a single construction project including the Oso Parkway Extension design, bid and construction. 7. The previous topographic survey performed by the Consultant at the project site is sufficient for the design of Oso Park and the Oso Parkway Extension. No additional topographic surveying is included in this contract amendment. B. The parties agree that the BASIC SERVICES, of the Original Agreement, is hereby amended by adding the following: 1. Preliminary Phase Services (30% Submittal) for the Oso Parkway Extension a. Consultant shall work with the City to determine the required infrastructure improvements to be included in the 300' extension of Oso Parkway. Once the design scope has been finalized and approved, the Consultant shall commence with the Design Phase Services. 2. Schematic Design Phase Services (30% Submittal) for Oso Bay Park a. Prepare schematic design studies for Phase 2 Oso Bay Park based on the Master Plan. b. The schematic design may include initial plan, section and elevation drawings, illustrating the general scope, scale and relationships of the Learning Center and Wetlands Preserve elements. c. Update opinion of cost estimates. Opinions of costs are based on experience and judgment of the Consultant and are merely opinions. Consultant does not warrant that actual costs EXHIBIT "A" Page 3of14 Am No. 42 December 14, 2011 Page 4 of 14 will not vary from those opinions because, among other things, the Consultant has no control over market conditions. d. Review Schematic Design and Cost Estimate with the City and consultants as directed by the City. e. Incorporate City input and review Schematic Design with City for approval and authorization to proceed. f. Attend a maximum of four (4) meetings including presentations to City Council and / or Parks Committee. 3. Design Phase Services (60 %, 90 %, 100% Submittal) for Oso Parkway Extension a. Consultant shall provide a one -time design and preparation of construction plans and technical specifications for the 300' extension of Oso Parkway, in accordance with the approved design scope developed in the Preliminary Phase. The plan and technical specifications shall include details for the construction of paving, storm sewer, wastewater, and water improvements in accordance with City of Corpus Christi ("City") standards. After commencement of Design Services, any changes, requested by City, to the approved design scope developed during the Preliminary Phase shall require Additional Services. 4. Design Development Phase Services (60% Submittal) for Oso Bay Park a. Based on the Schematic Design approved by the City, Consultant will prepare Design Development Drawings for the Project. L The Design Development Drawings and all subsequent phases shall be limited to those park components and construction budget approved by the City in the Schematic Design phase. ii. The Design Development Drawings shall include plans, sections, elevations and typical details to fix and describe the size and character of the park components approved by the planning + fandyiape �rcnitEClurp, graphic design EXHIBIT "A" Page 4 of 14 Arhendme'nt No. 02 December 14, 2011 Page 5 of 14 City for further design. P + to nAs«pe arCh it ectu re graphic deskgn iii. Prepare refined studies, detailing in terms of appearance, form, color and materials, specific park improvements that may be unique or of special interest to the City. iv. Coordinate information provided by City's consultants. b. Prepare an opinion of probable cost for the construction based on the Design Development Drawings. Consultant may include escalation factors and contingencies. c. Review design development drawings and opinion of probable cost with the City for approval and authorization to proceed. d. Attend a maximum of four (4) meetings including presentations to Corpus Christi City Council. 5. Construction. Document Phase Services (90% and 100% Submittals) for Oso Bay Park a. Based on the Design Development Drawings and the construction budget approved by the City, prepare Construction Documents for the Project components. The Construction Documents shall include: i. Plan, section, elevation, and typical details drawings, that set forth in reasonable detail the requirements for construction of the project components, including depiction of their size, shape, dimensions, and locations; and ii. Specifications that identify the materials, equipment, workmanship and quality standards (or performance criteria), for park components. iii. Coordinate information provided by the City's consultants. iv. Prepare final City Standard Construction Contract Documents. b. Update an opinion of probable cost based on the Construction Documents. Consultant may include escalation factors and contingencies. c. Attend a maximum of six (6) meetings including presentations to the Corpus Christi EXHIBIT " A " Pa o5of14. Amendment No. 02 December 14, 2011 Page 6 of 14 City Council. 6. Bidding Phase Services a. Assist the City, or City's Representative, in obtaining bids with respect for the Project components and in awarding contracts for construction. i. Attend pre -bid conference; ii. Assist the City during the bidding process of the Project and preparation of addenda; iii. Meet with consultant team and City to discuss the bids; iv. Prepare bid tabulation summary. 7. Construction Contract Observation Phase Services a. Consultant shall, as part of the Basic Services, visit the site at City's request to observe particular portions of the work identified by the City and to answer questions from the City as to whether those identified portions are, in general . being performed in accordance with the Construction documents. Consultant may also visit the site periodically to determine whether the completed construction portions of the work is ,in general conformance with the aesthetic intent of the Construction Documents. The total number of all such City - requested and periodic visits included in the Basic Services is 26 for Oso Bay Park. The total number of visits for the Oso Parkway Extension is 2. b. Perform the following services as they relate to the park components: i. Attend pre - construction conference; ii. Respond to Requests for Information; iii. Review and process shop drawings, product data and samples (submittal); iv. Assist City in preparing work descriptions for Change Orders; v. Assist City in reviewing applications for payment from Contractor; vi. Assist City in preparing progress memoranda. c. Assist City in conducting a Final Observation f planning o landscape arthiCe[LUre graphic desigr EXHIBIT "A" Page 6 of 14 Amendment No. 02 December 14, 2011 Page 7 of 14 of the Project to determine, in general, whether the items contained on the punchlist have been completed or corrected and are in general conformance with the aesthetic intent of the Construction Documents. C. The parties agree that the ADDITIONAL SERVICES of the Original Agreement, is hereby amended by adding.the following: 1. Regulatory Services for Oso Bay Park a. Upon approval and authorization to proceed by the City, the Consultant shall prepare documents, including drawings and calculations related to park components, reasonably required for review by the following governmental authorities to comply with permitting requirements that are in effect on the date of this Agreement: i. The City of Corpus Christi; ii. Texas Parks and Wildlife Department Review; iii. Texas Department of Licensing and Regulation - Texas Accessibility Standards (TAS); iv. Texas Commission for Environmental Quality (TCEQ) - Stormwater Prevention Plan (SWPP); V. USACE Nationwide Permit (other USACE permits if required shall be considered additional services); vi. Texas Windstorm Design and Inspection. b. As requested by City, and as is reasonably necessary to assist City in responding to permitting issues, participate in the permitting process with respect to the park design including: i. Evaluate and respond to governmental staff review and comments; ii. Confer with governmental authorities with regard to park components to verify interpretation of ordinance, planning + landscape arch itect ore graphic design F XHIBIT "A" Page ,4Ynendment No. 02 December 14, 2011 . Page 8 of 14 statutes and regulations; iii. Attend public hearings to address permitting issues; iv. Meet with government authorities following permitting, and review construction procedures for park components. c. Review with the City design modifications requested by applicable governmental authorities as they apply to park components, and at City's direction, modify the park design accordingly for re- submission. d. Anything in the Agreement to the contrary notwithstanding, City agrees that Consultants services in relation to any and all accessibility standards, guidelines and requirements set forth by local, state and / or federal authority are strictly limited to: 1) submitting the construction documents to the appropriate governmental authority (or its authorized agent) as required for review and approval prior to construction; and 2). modifying those portions of the construction documents that are specifically identified by such governmental authority (or its agent) during the pre- construction review as being in - need of correction. e. Prepare a Stormwater Pollution Prevention Plan (SWPPP) booklet for the entire project (Phase 1 and Phase 2) for the Client. A Notice of Intent (NOI) must be filed with the Texas Commission on Environmental Quality (TCEQ) at the start of construction on Phase 1. If there is a significant time delay between the end of Phase 1 and the commencement of Phase 2, a Notice of Termination (NOT) must be filed with the TCEQ. A new NOI must be filed with the TCEQ at the start of construction on Phase 2 and an NOT must be filed at the completion of Phase 2. The Consultant shall prepare the NOI's and NOT's required for both phases of the Project for the Client. Inspections of the best management practices (BMP's) are required every 14 days or after a significant rain event during construction. It is assumed that the plan ri irig + tan ds rape arch i le rtu re gra pair desiv7 F EX m HIBIT "A" Page 8of14 A'mendmem No. 02 December 14, 2011 Page 9 of 14 Contractor will be responsible for inspecting the BMP's during construction; therefore, inspections are not included in the scope of services of this Contract Amendment. The Contractor is responsible for providing his own SWPPP that is compliant with the Client's SWPPP. z. LEED Certification for Oso Bay Park The Consultant will consult with the City, research applicable criteria and coordinate services by the project consultant team to submit U. S. Green Building Council's (USGBC) Leadership in Energy and Environmental Design (LEED) certificate documentation. Services will include a. An Integrated Design Charrette that includes Owner representatives and designer to explore options for building systems and materials. Review of LEED rating systems and checklist, identification of potential LEED points, strategies for implementation and assessments of the impact on the Project program and budget and LEED Points to be targeted. b. Preparation of LEED certification plan based on LEED points targeted. The LEED certification plan will describe LEED process, and green building goals. c. Registration of Project with USGBC and preparation of LEED certification application, including calculations and documentation for each LEED credit. d. Preparation of specifications that incorporate LEED requirements for inclusion in the Contract Documents. Definition of the Contractor's responsibilities and documentation related to LEED certification in the Contract Documents. e. Provision of information related to LEED certification required by the Contractor during Bidding and Construction Contract Observation. f. Preparation of final LEED certification report documenting the LEED rating achieved by the [AN] planning + 14nd5t�pe arthit8cture graphic design EXHIBIT "A" Page 9 of 14 Am�ndmenl No. 02 December 14, 2011 Page 10 of 14 Project, including LEED certification plan, LEED certification documentation submitted, LEED certification reviews received from USGBC, together with specific LEED points the project received, and any recertification requirements. g. The Consultant makes no guarantee that LEED certification will be achieved. 3. Maintenance and Life Cycle Cost Analysis for Oso Bay Park a. Prepare life cycle cost analysis to assess the total probable cost of facility ownership for the two proposed buildings. Consider costs of acquisition, ownership and disposal. LCCA will be performed in connection with an Integrated Design Charrette that includes Owner representatives and designer to explore options for building systems, energy use and materials. The purpose is to evaluate initial costs against long -term returns. Life cycle cost analysis summary will be submitted and updated with 30 %, 60 %, and 90% submittals. b. Prepare maintenance recommendations summary for project elements to be used by Client for long -term maintenance program preparation and cost determination. 4. Street Right -of -Way Dedication Survey a. Perform a boundary survey of the land area encompassing the required right -of -way for the proposed 300' extension of Oso Parkway. b. Prepare metes and bounds and sketch to be provided to the City for dedication of the street right -of -way. S. Preliminary Plat Prepare a Preliminary Plat of the entire City - owned property from the boundary surveys provided to the Consultant b y the City. The Consultant shall also prepare a Stormwater Quality Management Plan (SWAMP) to accompany the Preliminary Plat as required by the City. The SWQMP defines the future drainage patterns of [A M graphiC EXHIBIT "A" P ge 10 of 14 ,Amendment No. 02 December 14, 2011 Page 1 i of 14 the proposed development. The Consultant shall submit the Preliminary Plat application package to the City and process through approval. The following assumptions have been made by the Consultant related to this task. Assumptions: • The previous topographic survey performed by the Consultant at the project site is sufficient for the preparation of the Preliminary Plat. Additional surveying is not included as part of the scope of services of this task; • With the use of the existing boundary surveys provided by the City, it is not anticipated that a State Land Surveyor shall be required and thus is not included in this scope of services in this task; • The City shall provide the necessary Title Commitment for the property to be included in the Preliminary Plat; • The subject property is currently zoned FR, which permits parks and educational facilities. Rezoning is not anticipated as necessary and is not included in the scope of work for this task; • The City shall waive, or pay for, any fees associated with the Preliminary Plat. 6. Final Plat of Unit 1 The Consultant will work with the City to define an area of land within the Preliminary Plat that encompasses all of the proposed building and parking improvements to be constructed as part of the Project. This land.area will be designated as Unit I. The Consultant shall prepare a Final Plat application package for Unit 1, submit the package to the City and process the application through approval The following Assumptions have been made by the Consultant related to this task. Assumptions: • Additional surveying for this task shall be r� plrnning + [�ndscape �rcnikecture grap�ic design FEXHIBIT "A" Page .Amendment No. 02 December 14, 2 01 1 Page 12 of 14 limited to the placement of property pins in the field associated with the Unit 1 Final Plat; • The subject property is currently zoned FR, which permits parks and education facilities. Rezoning is not anticipated as necessary and is not included in the scope of work for this task; • The City shall waive, or pay for, any fees associated with the Final Plat. 7. Changes in Scope All services requested by the City that are not specifically listed in the Basic Services of this Agreement shall be considered Changes in Scope. Changes in Scope shall be paid for by the City .as set forth in this Agreement, or at the Consultant's option, under a separate Professional Services Agreement. Meetings, presentations and site visits beyond those outlined in the scope of services shall be considered services. The following specific items will be considered Changes in Scope: a. Preparing documents for separate or sequential bids and providing out -of- sequence services requested by the City. b. If the Project is suspended for more than 90 consecutive days, the Consultant shall be compensated for services performed prior to notice of such suspension. When the Project is resumed, the Consultant shall be compensated for expenses incurred in the interruption and resumption of the Consultant's services. The Consultant's fees for the remaining and the time schedules shall be equitably adjusted. c. Providing services for design of exhibits. Coordination of architecture with exhibit design by others is a Basic Service. [ Am EXHIBIT "A" Page 12 of 14 E. Fees for Services 1. Fees for Basic services The City agrees to pay the Consultant the following lump sum fees for each phase of the Project described I the Basic Services Section. Fees for Basic Services will be billed monthly based on percent of .work complete for each phase of the Project, plus reimbursable costs. The fees assume no substantial change in scope of the Project or services. Basic Services Preliminary Design Phase - Oso Parkway Ext $ 5,500 Schematic Design Phase - Oso Bay Park $ 64,245 Design Phase - Oso Parkway Extension $ 21,000 Design Development - Oso Bay Park $ 79,995 Construction Documents - Oso Bay Park $177,500 Bid Phase $ 13,500 Construction Phase - Oso Bay Park $ 94,800 Sub -total Basic Services $456,540 2. Fees for Additional Services. For services authorized by the City under Section C "Additional Services," the City will pay the Consultant a an hourly not -to-- exceed fees as per the table below: Regulatory Services $ 34,900 LEED Services $ 38,000 Maintenance / Life Cycle Cost Services $ 22,500 Street Right -of -Way Dedication Survey $ 3,020 EXHIBIT "A" Page 13 of 14 Amendment No. 02 December 14, 2011 Page 14 of 14 Preliminary Plat Final Plat of Unit 1 Sub -total Additional Services $ 6,210 $ 115,130 G. Reimbursable Expenses Reimbursable expenses are in additional to compensation for Basic Services and Additional Services and include expenses incurred by the Consultant in the interest of the Project. Reimbursable expenses include such items as telecommunications; reprographics, computer plots/mapping; deliveries; photography; reproductions, postage; automobile transportation, expenses in connection with out -of- town travel; special consultants; cost of maps;, surveys, drawings and reports necessary to conduct the work and not otherwise furnished by the City; and costs of obtaining permits and third -party consultant charges. Reimbursable expenses will be billed at 1.15 times direct cost to the Consultant. Estimated reimbursable expenses $45,000 III. APPROVED AND ACCEPTED This Amendment to Landscape Architectural Design Services Agreement is approved and accepted by the City and Consultant upon both parties signing and dating the Amendment, and returning a signed copy to the Consultant. The effective date of the Amendment shall be the last date entered below. CONSULTANT: CITY: M Barbara Austin Principal December 14. 2011 Date Date EXHIBIT Page 14 Oso Creek 1 Oso Bay Area Park Master Plan Project No. 3380 Summary of Fees Phase 2 - Oso Park and Oso Parkwa ORGINIAL CONTRACT AMENDMENT NO.1 AMENDMENT NO.2 TOTAL BASIC SERVICES BASIC SERVICES Master Plan Preliminary Design - Oso Parkway 5,500.00 Pre-Design and Site Analysis $25,000.00 $0.00 $25,000.00 Master Plan 99,780.00 0.00 $99 0 $21,000.00 Desi n Development - Oso Bay Park 79,995.00 Phase I - Trails Construction Documents - Park & Parkway 177,500.00 Design Phase 48,000.00 19,300.00 $67,300.00 Bid Phase 4,000.00 1,500.00 $5,500.00 Construction Administration Phase 13,000.00 2,000.00 $15,000.00 Subtotal Basic Service Fee 0.00 0.00 456,540.00 Subtotal Basic Service Fee 189,780.00 22,800.00 0.00 212,580.00 ADDITIONAL SERVICES ADDITIONAL SERVICES Street Right of Way Survey 3,020.00 Archeological Investigation 7,800.00 $7,800.00 Wetlands Delineation 23,000.00 $23,000.00 Biological Survey 6,000.00 $6,000.00 TPWD Endangered Species Evaluation 3,000.00 $3,000.00 Topo Survey 1 Base Map 34,600.00 $34,600.00 $6,210.00 Subtotal Additional Services 74,400.00 0.00 0.00 74,400.00 115,130.00 Total Master Plan and Phase 1 264,180.001 22,800.00 0.00 286,980.00 Phase 2 - Oso Park and Oso Parkwa Extension BASIC SERVICES Preliminary Design - Oso Parkway 5,500.00 $5,500.00 Schematic Design - Oso Bay Park 64,245.00 $64,245.00 Design Phase - Oso Parkway 21,000.00 $21,000.00 Desi n Development - Oso Bay Park 79,995.00 $79,995.00 Construction Documents - Park & Parkway 177,500.00 $177,500.00 Bid Phase 13,500.00 $13,500.00 Construction Administration Phase 94,800.00 $94,800.00 Subtotal Basic Service Fee 0.00 0.00 456,540.00 456,540.00 ADDITIONAL SERVICES Street Right of Way Survey 3,020.00 $3,020.00 Reg u latory]Permitting Services 34,900.00 $34,900.00 LEED Services 38,000.00 $38,000.00 Maintenance /Life Cycle Cost Services 22,500.00 $22,500.00 Preliminary Plat 10,500.00 $10,500.00 Final Plat of Unit 1 6,210.00 $6,210.00 Subtotal Additional Services 0.00 0.00 115,130.00 115,130.00 Reimbursable Expenses 0.00 0.00 45,000.00 $45,000.00 Total Phase 2 0.00 0.00 616,670.00 616,670.00 Total Authorized Fees $264,180.00 $22,800.00 $616,670.00 $903,650.00 Date Authorization 1/1 1/2011 Motion No. 2011- 013 11/20/2011 Administrative Approval Exhibit A -1 Page 1 of 1 SUPPLIE NUMBER TO BE ASSIGNED 97 PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. if the question is not applicable, answer with "NA ". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: RVi Planning+ Landscape Architecture + Graphic Design P. O. BOX: STREET ADDRESS: 712 Congress Avenue, Suite 3170 CITY: Austin, Tx Zn': 78701 FIRM IS: I. Corporation X 2. Partnership e 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 Citkyy of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the ak�ove 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 subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm," Name Consultant NIA m 3 1L.i.NG E'aEQ Iii AKEN.[ l If a person xho ratiric,ys atftruiitl action oil a rna o knows diii t€ar r d action v61 con er sera ectarlomic; bawAl on any Chy Mi.rl car �.tt1��l��e that is �€rsttat�arisllaafalz. frrarlt t11e ci'f�Lct tat the ,aet'i � i.l.l ta.a�e on €ncr>1b�r rsf the prrhfa j gertera €ar a "Arlan arit0l scycim tlicriOE You stall di dose thin fact IN a Spied writing, to the C"ir� o c4fft en or body tlaiit has Eaeerr re guested ate act ill t.])(±. naiatter'- unkt. S tlac ingress of he CA tali.i 11 or draaplo ee in the rtr after is apparent 1"lst tliscicasure SIZaI� € l." lie €t ade in a 5'sgned s� =riling filed tNRh the City , tcretnry� tEihics Winance Section 2-349 (dQ I ceM St all ill (iarrnalioo providud is trau 4tud ewe as r,f'tlrr: cJjIte ol'tlris S14tc1710ttt Lha1 [ have 1 I,rltat °ink +l stir] li lcl ct3 elO t €r car any ir�t'.ft�M artttiearr r�ilr.rc4t��z1< <ind that �ilp�plvvllelltfr1 sttttenlurlt� will be pratriptP strhntttid w [Ile City of' Corpus C:'hrtsri, is c•h:r11gt o uor, CoAQV Pei Barbara .Austin, RLA Y "itle: 1''z incitt al 7 Poison- ....... 1J li' 1NITI0NS - Baird incttilaer." A ini�nabev of aoa board. c€rtalmisItitr., Or cr7s, mitwe a €plwir and by the C;'ky Cou,)c,il caf'tW City of�C orl.�tas t.`larixti. Tema, " h, T-cewnhe heneriC% An action that is likidy to trfiect an ecc. aortic i nterrst. J., it is likely tci havo ttr.a off6d on thaai i voi.%st At is el'i: ibigui:RfttrS fivm its affix( e ;ri the public h1 g Net rai car ri Sir�}St�ritt.l:Flf �Zfd�f3lLr'rt thl r��.��� c. ' Empl<a (x." Any poisor3 uaa ploye.d by the (Ay of Carpus Cllristi. Te ms ciilwr Ni o full or paw tin e SO hUt rmt as an imlcfaendan e:.caattr,rw ar_ d. Ti€ n? Amy erttity npa i-t ud Ar c;et7rrc nde w, iR, aOuitfter lmofesNcanral, iaacltrsiri<'al or r•e:rraarraerd a[ gait] Whether esl,&.ished to produce or di2.ral vViltl as pr or wrvieu, including but mm. Iinritod r€5, e�ititi aperal�A in tlae # ol` scale; I)r0prit,lorshi .. as selt=c:mplc,d. penmL partrru hh N corpcatatir3n, jirat stock cartllimgl jaki ven vury r cebeinhyi or Irtrst. and entities wVkh IN pul'i ?OW e atr trotted as non-profit organizalions. C. "Official" 1 , I)e -, jjlayor, nneinber� of day City Ctitr.ncil. City N- ,drawer, De.put.,y City 1 VIaitrt &er, Asistartt Ciu Managers, Deptartrritnu mid 1:0 i •icrri Hend, and €vitrrlicipal C ,larches of tam Cite ta1� Corpus 0163iCI:exas. - 9: "{Jt�oa�erslail.� liaterest.' QA or equitable. inter ?'St, whudio.- a" ll� ter corlstrrictivelY kteld, in ii €.irr. indudin.sa, whai such interest is held tt31o €rs!li xfri tirgsLraL. trta,t :,talc., or h0lditiv en ity. "Constructively held" re:fcrs tc) holdi gl ; tat contrtyi Vo ting trtrstsr lat'eaxic <, ca; speull teens of venture or ixiritier�,faip a �`4oascxrt_s:' P. "Ccarasaltaarl " Any lac.rmara or f=url, such as cilg hwai and Witects, hired b, the 0(y i3f �'fkrlaus t;lari5ti or 00 hrtrpt.rse carhroIs ion al c:.Onsultaliop rtrtt.l rvc-o ai ntendGation,