Loading...
HomeMy WebLinkAboutC2013-079 - 3/26/2013 - ApprovedN CITY 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 HDR Engineering, Inc. a Texas corporation, 555 North Carancahua, Suite 1600, Corpus Christi, Nueces County, Texas 78401, (ArchitectlEngineer — A/E), hereby agree as follows: 1. SCOPE OF PROJECT Water Supply Alternative Funding Strategies ( Project No. El 3012) — The scope of this project includes analysis and contract negotiation support for the Mary Rhodes — Phase I I project and an analysis of strategies to manage capital costs and help minimize impacts on customer rates. 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform design services necessary to review and prepare plans, specifications, and bid and contract 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 tic 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. 3. 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 preliminary phase, design phase, bid phase, and construction 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 amended by or with the concurrence of the Director of Engineering Services. 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 ortasks 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 2013 -G079 %e. 3/26/13 Contract for Engineering (AIE) Services Page 4 of 3 M2013 -051 MFUENNIFERIWATER4E13012 WATER SUPPLY ALTERNATNE FUNDING STRATEGIESICONTRACT HDRICONTRACT.DOC HDR Engineering Inc. INDEXED 4. INDEMNITY AND INSURANCE A/E agrees to the mandatory contract indemnification and insurance requirements as set . forth in Exhibit "B ". 5. 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 $80,000.00, (Eighty Thousand Dollars and Zero Cents). Monthly invoices will be submitted in accordance with Exhibit "C ". 6. 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. 7. 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.) 8. 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. Contract for Engineering (AVE) Services Page 2 of 3 K;IENGINEERING DATAEXCHANGEI .IENNIFERMATEME13012 WATER SUPPLY ALTERNATIVE FUNDING STRATEGIESICONTRACT HDRICONTRACT.DOC 9. 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 AIE without the express written consent of the Director of Engineering Services. However, the A/E 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. CITY OF CORPUS CHRISTI HDR ERING, INC. 11 Oscar R. Martinez, Date Car(E. Crull, P.E., Date Assistant City Manager Vice President 555 North Carancahua, Suite 1600 Corpus Christi, Texas 78401 RECOMMENDED (361) 696 -3300 Office Q ZZ � (361) 696 -3385 Fax - Daniel Biles, P.E., Date Dirwt6 Emi n g Services D et APPR VED AS TO FORM Office of Management Date and Budget ATTEST Armando Chapa, City Secretary H x —:- -.�..:., .0 t 1 aui �.�. Lm"Vit sE, Project No. E13012 IRECEIV Fund Source No. 530000- 4010 - 30230- E13012 2 6 >L Fund Name: Water Operating Encumbrance No. a L FEB Cornrad for Engineering (A!E) Services Page 3 of 3 K:IENGINEERING DATAEXCHANGEIJENNIFERMATEME13012 WATER SUPPLY ALTERNATIVE FUNDING STRATEGIE- MONTRACT HORICONTRACT.DOC K EXHIBIT "A" CITY OF CORPUS CHRISTI WATER SUPPLY ALTERNATIVE FUNDING STRATEGIES PROJECT NO. E13012 SCOPE OF PROFESSIONAL SERVICES TO ASSIST IN MARY RHODES PIPELINE — PHASE II NEGOTIATIONS AND TO EVALUATE ALTERNATIVE FUNDING STRATEGIES FOR WATER SUPPLY AND OTHER WATER- RELATED INFRASTRCUTURE The City of Corpus Christi is facing significant water - related infrastructure challenges arising from various factors, including: generalized growth, booming oil /gas industrial development, increased maritime trade, and potential increased wholesale service demands coupled with continuing, perhaps record drought conditions; low lake levels and reliability concerns increasingly - limited, readily - available excess water supply; aging infrastructure; and regulatory compliance issues. This has necessitated accelerated considerations of funding and constructing the Mary Rhodes — Phase II pipeline project and how those costs might be shared with other parties. Also in recent years, the City has made great strides in addressing various utility planning, capital, and funding issues, including an overhaul and reform of its utility rate structures; enactment of a water supply development rate surcharge and associated reserve fund; formal provision of various levels of operating, contingency, and capital reserve accounts; adoption of various other capital program policies; and bringing the CIP process into timing synchronization with the annual budget process. However even with these actions, a more comprehensive array of funding and financing strategies is likely needed to better manage these significant infrastructure costs and their impact on future ratepayers. This proposed scope of services would provide for: (A) analysis and contract negotiation support for the Mary Rhodes — Phase II project, and (B) an analysis of strategies to manage capital costs and help minimize impacts on customer rates. SCOPE OF SERVICES EFFORT A — PROVIDE ANALYTICAL AND NEGOTIATION SUPPORT FOR A MARY RHODES — PHASE II FUNDING AGREEMENT Task A -1— Assessment of Funding Proposals HDR would confer with the City on the current status of discussions with potential funding partners. HDR would review the current cost projections for the project and various project options, assess the timing of City regional water supply needs, and the current proposals and positions in the negotiations and recommend to the City a strategy for proceeding. HDR would then provide analytical support to the City, as needed, as negotiations proceed towards decision - making. Task A -2 — Coordination HDR would provide coordination support in meeting, briefing, or negotiating with various entities related to the potential project which could include, among others: City staff, management, and Council; its Financial Advisor and Bond Counsel; and LNRA /Formosa. Given the unknown number of potential meetings, HDR has budgeted a placeholder amount for this. EXHIBIT "A" Pa e 1 of 3 EFFORT B — ASSESS AND RECOMMEND STRATEGIES TO MANAGE CAPITAL COSTS AND EFFECT ON THE RATES Task B -1— Data Gathering, Kick -off Meeting, and Policy Discussion HDR would initiate this effort with an initial kick -off meeting to discuss information sources, City goals, current funding programs and recent initiatives, policy issues, and to refine the study approach and subject matter. Task B -2 — Identify and Assess Measures that Affect City Capital Costs HDR will assess various techniques or market conditions that could lower City capital (project) costs and make recommendations to the City on possible program changes. This will include consideration of economies of scale and oversizing, value engineering, strategic bidding approaches, construction market conditions, and cost - sharing through partnering. Task B -3 — Identify and Assess Factors that Affect Project Implementation HDR will review and assess existing City programs for project delivery and various forms of alternative delivery, ranging from more traditional approaches to CMAR to design -build to full privatization. Pros and cons of these project delivery methods will be identified reviewing such factors as legal authority, timeliness, quality of construction, span of City control, project cost, and administrative costs. Task B-4 — Identify and Assess Programs that Affect City Financing Costs In consultation with City Finance Staff, HDR will evaluate interim construction funding, pros and cons of cash versus debt project funding, mixes of cash /debt funding, debt funding through market versus subsidized loans, tax - exempt versus taxable bond implications, and potential grant programs. HDR will make recommendation to the City for possible program changes. Task B -5 — Identify and Assess Factors that Affect the Timing of Capital Costs HDR will identify and assess factors that affect the timing of capital costs, including situations where the timing of implementation of projects is under City control and just -in -time construction can be accommodated, or alternatively, where external forces and opportunity are governing the timing of action that might result in carrying the cost of excess capacity for a longer period of time. Other factors to be reviewed that affect the timing of costs would include such factors as deferred payment approaches (ex. timing of bond issues and first payments, interest -only and backloading debt schedules, deferred payment subsidized loans, etc.). Again, recommendations would be made for City consideration. Task B -6 — Funding Approaches that Affect the Incidence of Risk, Who Pays and How In this task effort, HDR will examine cost allocation and revenue recovery methods that can affect the incidence of risk, who pays, how they pay, and resulting customer equity considerations. This review will examine alternative utility rate funding approaches; rate surcharges; impact fees of various forms; and contract provisions. These mechanism will be assessed for customer equity; funding effectiveness and revenue. stability; risk incidence, implementation issues, on -going administrative costs, and legal /regulatory defensibility. Recommendations would be made for City consideration. Task B -7— Coordination, Reporting, and Scheduling HDR proposes close coordination with the City staff through regular phone and e-mail communications, scheduled coordination meetings or presentations to staff at key milestones in the effort. Our budget assumes two work sessions with City staff and one presentation to the City Council. EXHIBIT "A" Pa e2of3 HDR will prepare and deliver 10 copies of a draft and final report. The draft report will be provided to the City and allow for a two weeks comments period, and then submission of a final report. Given Notice to Proceed, it is anticipated that this portion of the study effort will take approximately 90- 120 days to prepare a draft report for City review. SCHEDULE For the Phase A efforts concerning the Mary Rhodes. Phase II negotiations, HDR would perform on an on- call or as- needed basis and continue to support the City until the effort is completed or budgeted funds are expended. For the Phase B efforts concerning capital cost management and effect on the rates, HDR will prepare a draft report for City review within 60 - 90 days of Notice to Proceed. BUDGET HDR proposes to conduct the study effort for an amount of $80,000. This fee is proposed on a per diem basis, not to be exceeded without advance written authorization from the City. Extra coordination, if desired, can be provided on a per diem basis at the hourly rates shown in Table 1. Billing would be made on a monthly basis with payment due within 45 days of invoicing. _ TABLE =1 _ - - PROPOSED PROJECT BUDGET II SUPPORT AND CAPITAL COSTS AND FUNDING STRATEGIES EVALUATION T EFFORT A -M ARY RH ODES -PHASE II C ONSIOERATIONSINEGOiIATIONS _ -- Task A -1 - Pr Analytical & Negotiation Support -W - �- - - - - ° 9 0A 24.p ' 64,0 15,781 Task A-2 - Prrnide Coordination Support 48.0 24.0 ! 4.0 '^ 76.0' $ 17,954' Sub -Total aR n ' dig n An aen n t aI "F EFFORT B 12.0 8.0 _ Task B - - Measures that Attect Ci Capital Casts _ - 4.0 12.0 _ _ _' _ 16. $ _4, 641 _ Ta B-3- Factors that Affect Project Impleme 4.0 18_0 22.0 $ 5,580 Task B-4- Programs that Affect Citv Financino Costs — f 19 n : � F n - -- — �n n c - i e�c - _ Ta sk B-5 - Fact that Affect the Timin of Ca pital Cost -- - 8.0 -- 6_0 -- -- 14.0 $ 3,464 Task B-6 - Funding Ap proaches that Affect the incidence of task, Who Pays & How 16. 6.0 _22.0 $ 5,389 -_ - - - -- -- -- -._.. — Task B-7 - Coordination, Reporting, and Scheduling 30.0 30.0 4.0 ; 64.0 $ 15 Sub-Total rR n RA n d o 179 n e Al A— _ - - - - -- _ - - _._....__.� -.- Total Labor Hours -- --- -._._... - 174.0 - 1 34.0 _ - - --- 8.0 .. ._.__ - - - ..._... 316.0 Loaded Labor Expense per Hour $ _._ 241. $ — _ 257 $ 146 {$ - m 62 - - - - -- -- - _- Total Labor Ex nse; $ 41,863 $ 34 ,379 $ $ 496: 76 ,738 - . -- R ___ -� B NON� ABO EXPFJ+ISES — _ . ..__..- - Unit Total � Mem Quantity Price Cost Mile - Round -trtp AustinlNavasota 3,520 m iles $ 0 .50 - — per mile � $ - 7 ,750 hours $ 3.70 per [tour,$ 1,169 - Co mmunications (telephone, FAX mail) —. - - -_� - 316 ,- .. 25 - ea $ 1 I s $ -, 25 R eproductio n - - - - - . -- - -- -- - - reports $ 5 ea. $.._. -- 100: 1 .Misc. ° $ 1 - -' ea. $ -. - 206 - -- L5. ' $ -.. .. 2DO -1 Total Non -Labor Expenses: _._ —_ r.._ _ $ _ $262 C. TOTAL PROJECT BUDG $ 80000 M "A" of3 EXHIBIT "B" MANDATORY INSURANCE REQUIREMENTS & INDEMNIFICATION FOR AIE PROFESSIONAL SERVICESICONSULTANT SERVICES (Revised October 2010) A. Consultant must not commence work under this agreement until all insurance required herein has been obtained and such insurance has been approved by the City. The Consultant must not allow any subcontractor to commence work until all similar insurance required of the subcontractor has been obtained. B. Consultant must furnish to the City's Risk Manager, two (2) copies of Certificates of Insurance, showing the following minimum coverages by insurance company(s) acceptable to the City's Risk Manager. The City must be named as an additional insured for all liability policies, and a blanket waiver of subrogation is required on all applicable policies. TYPE OF INSURAN MINIMUM INSURANCE 30 -Day Written Notice of Cancellation, Bodily Injury & Property Damage non - renewal or material change required Per occurrence - aggregate on all certificates COMMERCIAL GENERAL LIABILITY including: 1. Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors $1,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY to included $1,000,000 COMBINED SINGLE LIMIT 1. Owned vehicles 2.. Hired — Non -owned vehicles PROFESSIONAL LIABILITY including: Coverage provided shall cover all employees, officers, directors and agents 1. Errors and Omissions WORKERS' COMPENSATION $1,000,000 per claim 1$2,000,000 aggregate (Defense costs not included in face value of the policy) If claims made policy, retro date must be prior to inception of agreement; have extended reporting period provisions and identify any limitations regarding who is an Insured Which Complies with the Texas Workers Compensation Act EMPLOYERS' LIABILITY 500,000/500,0001500,000 K\Engineering DaMExchange \JENNIFERWORMSLExhibit B for Large.dom EXHIBIT "B" Pa e 1 of 3 C. In the event of accidents of any kind, Consultant must furnish the Risk Manager with copies of all reports within (10) ten days of accident. D. Consultant must obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law. The contract for coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The coverage provided must be in amounts sufficient to assure that all workers' compensation obligations incurred will be promptly met. E. Consultant's financial integrity is of interest to the City; therefore, subject to Successful Consultant's right to maintain reasonable deductibles in such amounts as are approved by the City, Consultant shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Consultant's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A -VII. F. The City shall be entitled, upon request and without expense, to receive copies of the policies, declarations page and all endorsements thereto as they apply to the limits required by the City, and may require the deletion, revision, or modification of particular policy terms, conditions, limitations or exclusions (except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter of any such policies). Consultant shall be required to comply with any such requests and shall submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Consultant shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Management P.O. Box 9277 Corpus Christi, TX 75469 -9277 Fax: (361) 826 -4555 G. Consultant agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: Name the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation and professional liability policies; ii. Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; iii. Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and iv. Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation, non - renewal or material change in coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. KEngineering DataExchangeWENNIFERIFORM5T-xhihit B for Large.doa EXHIBIT "B" Page 2of3 H. Within five (5) calendar days of a suspension, cancellation, or non - renewal of coverage, Successful Consultant shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Consultant's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. I. In addition to any other remedies the City may have upon Consultant's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Consultant to stop work hereunder, and/or withhold any payment(s) which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. J. Nothing herein contained shall be construed as limiting in any way the extent to which Successful Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractors' performance of the work covered under this agreement. K. It is agreed that Consultant's insurance shall be deemed primary and non - contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. L. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. INDEMNIFICATION AND HOLD HARMLESS Consultant shall indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the negligent performance of Consultant's services covered by this contract. The foregoing indemnity shall apply except if such injury, death or damage is caused by the sole or concurrent negligence of the City of Corpus Christi, its agents, servants, or employees or any other person indemnified hereunder. KAEngineering DataE =hangeUENNIFERTORMSXExhibit B for targe.docx EXHIBIT Page 3 m roW ..► ^') 0 Basic Services: Preliminary Phase Design Phase Bid Phase Construction Phase Subtotal Basic Services Additional Services: Permitting Warranty Phase Inspection Platting Survey 0 & M Manuals SCADA Subtotal Additional Services Summary of Fees Basic Services Fees Additional Services Fees Total of Fees COMPLETE PROJECT NAME Project No. XXXX Invoice No. 12345 Invoice Date: Sample form for: Payment Request Revised 07127100 Total Amount Previous Total Percent Contract Amd Nn_ 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 0 1,627 1,627 0 0 0 0% TBD TBD TBD TBD TBD TBD TBD 0% TBD TBD TBD TBD TBD TBD TBD 0% TBD TBD TBD TBD TBD TBD TBD 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 1,120 1,627 4,747 500 0 500 11% $8,000 $2,120 $2,877 $12,997 $1,250 $1,500 $3,000 23% SUPPLIER NUMBER 'r0 BE ASSIGNED BYrCI'rF PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Corpus DISCLOSURE OF INTEREST Christi City of Corpus Christi Ordinance 17112. as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements. Certifications and definitions. COMPANY NAIME: HDR Engineering, Inc. P. O. BOIL: STREET ADDRESS: 555 N. Carancaltua, Suite 1604 CITY: Corpus Christi ZIP: 78401 FIRM IS: 1. Corporation ® 2. Partnership ❑ 3. Sole Owner ❑ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. I. 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." Nance 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. FILING REQUIREMENTS If a person who requests official action oil a matter knows that the requested action %N ill confer an economic benefit on any City official or employee that is distinguishable from the effect that the action Trill have oil members of the public in general or a substantial segment thereof, volt shall disclose that fact in a signed writing to the Citry official, employee or body that has been requested to act in the matter, unless t ie interest of the City official or employee in the matter is a parent. 'File disclosure shall also be made in a sinned xvritin2 filed with the Citv Secretary, [Ethics Ordinance Section 2 -349 (d )j ` CERTIFICATION I certify that all information provided is true and correct as of the date of this st atement , that have not knonringly withheld disclosure of any information requested; and that snppleinentaf statements will b promptly submitted to the City of Corpus Christi. Texas as chan�,es occur. Certifying Person: Carl E. Crull, P. E. Title: Vice President (Type or Prim) Signature of Certifying ing Date. Person: /j 3 DEFINITIONS a. "Board member," A member of any board, eontmission; or committee appointed by the City Council of the City of Corpus Christi, 'Texas. L "Economic benefit'. An action that is likely to affect an econoittic interest if' it is likely to have an effect oil 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 Cite of Corpus Christi. Twits either on a hill or part-time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic Crain, whether prof essional. 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 Cit,' Council, C ity i•'ianager, Deputy City- Manager, Assistant City Managers, Department and Division Heads, and Nfunicipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest_ Legal or equitable interest, whether actually or constnictively held in a firm, including when such interest is held through an agent, trust, estate, or hoIdiits; entity. " Constructively held" refers to holdings or control established through voting t ru sts, proxies, or special terms ofl,'=Wre or partnership a greements." 2. "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.