Loading...
HomeMy WebLinkAboutC2013-140 - 4/30/2013 - 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 HDR Engineering. Inc., a Nebraska corporation, with offices at 555 N. Carancahua Street, Suite 1600, Corpus Christi, Nueces County, Texas 78401, (Architect/Engineer — A/E), hereby agree as follows: SCOPE OF PROJECT Corpus Christi Ship Channel Gas Main Crossing Project No. E12'130 —This project consists of the construction of approximately 2700 feet of high pressure gas main crossing the Corpus Christi Ship Channel just east of the Harbor Bridge paralleling the existing utilities in this area. The installation of this gas main will connect the city distribution system to the North Beach distribution system. By connecting the two systems, the reliability and capacity of the gas system on north Beach will be increased. 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 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. 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 be amended by or with the concurrence of the Director of Engineering Services. 2013 -140 4/30/13 Contract for Engineering (AIE) Services Page 1 of 3 M2013 -079 '1GAS1E12130 C. C. SHIP CHANNEL GASICONSULTANT CONTRACW CONTRACT PROFESSIONAL SERVICES.DOC HDR Engineering Inc. 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. 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 $68,300, (Sixty Eight Thousand Three Hundred Dollars and Zero Cents). Monthly invoices will be submitted in accordance with Exhibit 94COV 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 (AIE) Services Page 2 of 3 K1ENGlNEERING DATAEXCHANGBVELMAP1GAS\E12130 C. C. SHIP CHANNEL GAS4CONSULTANT CONTRACTV CONTRACT PROFESSIONAL SERVICES.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 A/E 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 A/E 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. CITY OF CORPUS CHRISTI Oscar R. Martinez, Date Assistant City Manager RECOMMENDED lz 3 Daniel Biles, P. E., batg Director of Engineering Services i g r- WA. M(kUY)2WA 3 Operating Departm nt Date APPROVED AS TO FORM 4 & t � 3 ( , ffice of Management Date and Budget HDR GINS RING, INC. Carl E. Crull, P. E. Date Vice President 555 N. Carancahua, Suite 1600 Corpus Christi, TX 78401 (361) 696 -3300 Office (361) 696 -3385 Fax s�r°ir�r��V ATTEST Armando Chapa, City Secretary Project No. E12130 Fund Source No. 550950 -4555- 00000- E12130 �. Fund Source Name Gas 2012B CIP Fd Rev Bds ' 04 Encumbrance No. Contract for Engineering (A/E) Services Page 3 of 3 SEEM INEERING DATAEXCHANGEIVELlMP1GASIE 12130 C. C. SHIP CHANNEL GAMCONSULTANT CONTRACT HDR ENGINEERINGII CONTRACT PROFESSIONAL SERVICES.DOC EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS CORPUS CHRISTI SHIP CHANNEL GAS MAIN CROSSING PROJECT NO. E12130 1. SCOPE OF SERVICES A. Basic Services. Basic Services will include the following: 1. Preliminary Phase. No preliminary Phase services are included in this contract. 2. Design Phase. The AIE will: a. Develop construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff. b. Prepare one set of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, notice to bidders, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. c. Prepare final quantities and estimates of probable costs. Provide 1 copy of pre -final plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. Compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non - responding participants. d. Provide Quality Assurance /Quality Control (QA/QC) measures to ensure that submittal of the interim, pre -fina[ (if required), and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The Consultant AIE and Sub - consultant AIE shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. e. If required, provide traffic controls including a Traffic Control Plan, illumination, markings and striping, signalization, and as delineated by the City Traffic Engineering Department. f. Upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for CORPUS CHRISTI SHIP CHANNEL CONTRACT FOR ENGINEERING SERVICES GAS MAIN CROSSING EXHIBIT Page 1 of 6 January 2013 reproduction (In City Format) and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. g. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re -use of modified plans. h. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. i. Provide a Storm Water Pollution Prevention Plan. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. b. Provide the budget for the Project specifying the funds available for the construction contract. c. Provide the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. 3. Bid Phase. The AIE will: a. Participate in the pre -bid conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c. Review all pre -bid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' approval, any addenda or other revisions necessary to inform contractors of approved changes prior to bidding. d_ Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the AIE's design phase estimate required above, the Engineer will, at its expense, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re- advertise that particular portion of the Project for bids. The City staff will: a. Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. b. Advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the AIE) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. CORPUS CHRISTI SHIP CHANNEL GAS MAIN CROSSING CONTRACT FOR ENGINEERING SERVICES EXHIBIT A Page 2 of 6 c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. d. Prepare, review and provide copies of the contract for execution between the City and the contractor. 4. Construction Phase. The A/E will perform contract administration to include the following: a. Participate in pre - construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Review field and laboratory tests. d. Provide interpretations and clarifications of the contract documents for the contractor and authorize required changes, which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. e. Make regular visits to the site of the Project to confer with the City project inspector and contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. Regular site visits shall be defined as 1 visit per week of average duration of 4 hours for the anticipated five week construction duration. f. Prepare change orders as authorized by the City (coordinate with the City's construction division); provide interpretations and clarifications of the plans and specifications for the contractor and authorize minor changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. g. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. h. Review construction "red -line" drawings, prepare record drawings of the Project as constructed (from the "red -line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later) of the record drawings. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the. City GIS system. The City staff will: a. Prepare applications /estimates for payments to contractor. b. Conduct the final acceptance inspection with the Engineer. CORPUS CHRISTI SHIP CHANNEL CONTRACT FOR ENGINEERING SERVICES GAS MAIN CROSSING EXHIBIT Page 3 of 6 January 2013 B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that may be included as part of this contract, but the A/E will not begin work on this section without specific written approval by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The A/E will, with written authorization by the Director of Engineering Services, do the following: Permitting. Furnish the City all engineering data and documentation necessary for all required permits. The A/E will prepare this documentation for all required signatures. The A/E will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. U.S. Army Corps of Engineers (USACE) Permitting A/E will prepare a U.S. Army Corps of Engineers (USACE) permit application package for installation of the eight inch gas line. The USACE application package will include a cover letter that describes the proposed project and associated effects, plan -view and cross - sectional permit drawings, a Texas Commission on Environmental Quality (TCEQ) Tier I Checklist, and a Texas Coastal Management Plan (TCMP) Consistency Form. The USACE application package will be submitted to the City for review and comment. HDR will submit the permit application to USACE after receiving comments from the City and making associated revisions. A/E will coordinate with USACE in attempt to facilitate issuance of a Regional General Permit (SWG -1998 -02413 for directional drilling of pipelines under navigable waters) or a Letter of Permission. This will require responding to numerous inquiries and requests for minor information but does not include additional studies, field work, or other agency consultations. If USACE determines that an Individual Permit is required, additional fees may be necessary. Our understanding is that the pipeline will be installed within a 30 -foot easement that runs parallel and adjacent to an existing 50 -foot wide utility easement. The pipeline will be installed from uplands via horizontal directional drill (HDD). It is assumed that this project will not result in impacts to wetlands or sensitive habitats. Therefore, wetland delineations, habitat surveys, mitigation planning, and endangered species studies /consultations are not included in this scope. Both the City and A/E agree that the permitting process is beyond the control of either party and that permits may not be issued. The City agrees to compensate the Engineer for applicable regulatory services regardless of whether or not permits are issued. CORPUS CHRISTI SHIP CHANNEL CONTRACT FOR ENGINEERING SERVICES GAS MAIN CROSSING EXHIBIT A Page 4 of 6 January 2013 2. PROJECT SCHEDULE PROPOSED PROJECT SCHEDULE DAY ACTIVITY 1 Council Approval 6 Begin Design Phase 59 Pre -Final Submittal 80 City Review 94 Final Submittal 111 Advertise for Bids (1) 118 Advertise for Bids (2) 120 Pre -Bid Conference 127 Receive Bids 161 Begin Construction 206 Construction Completion (1)Provided that the USACE permit is issued 3. FEES A. Fee for Basic Services. The City will pay the A/E a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1 -4 above, and for all expenses incurred in performing these services. For services provided in Section I.A.14, A/E 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 A/E's monthly statements. B. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the A/E a not -to- exceed fee as per the table below: CORPUS CHRISTI SHIP CHANNEL CONTRACT FOR ENGINEERING SERVICES GAS MAIN CROSSING EXHIBIT A Page 5 of 6 January 2013 C. Summary of Fees Fee for Basic Services 1. Preliminary Phase $0.00 2. Design Phase 36,700.00 3. Bid Phase 8,600.00 4. Construction Phase 14,000.00 Subtotal Basic Services Fees 59,300.00 Fee for Additional Services (Allowance) 1. Permit Preparation (as applicable) U.S. Army Corps of Engineers(AUTHORIZED) 9,000.00 Sub -Total Additional Services Fees Authorized 9,000.00 Total Authorized Fee $68,300.00 CORPUS CHRISTI SHIP CHANNEL CONTRACT FOR ENGINEERING SERVICES GAS MAIN CROSSING EXHIBIT Page 6 of 6 January 2013 EXHIBIT "B" INSURANCE REQUIREMENTS Insurance Requirements 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 with applicable policy endorsements, 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 (except Workers Compensation /EL and Professional Liability), and a blanket waiver of subrogation is required on all applicable policies (except Professional Liability), TYPE OF INSURANCE 30 -Day Written Notice of Cancellation, or reduction in coverage or limits required on all certificates or by policy endorsements COMMERCIAL GENERAL LIABILITY including: 1. Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. 1 ndependent Contractors 6. Personal Injury / Advertisin In'u AUTOMOBILE LIABILITY to include: 1. Owned vehicles 2. Hired — Non -owned vehicles UMBRELLA — EXCESS LIABI ITY Must follow form PROFESSIONAL LIABILITY including: Coverage provided shall cover all employees, officers, directors and agents 1. Errors and Omissions WORKERS' COMPENSATION EMPLOYERS' LIA BILITY MINIMUM INSURANCE COVERAGE Bodily Injury & Property Damage Per occurrence - aggregate $1,000,000 COMBINED SINGLE LIMIT Per Occurrence and in the aggregate $1,000,000 COMBINED SINGLE LIMIT $1,000,000 COMBINED SINGLE LIMIT $2,000,000 per claim I $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 Applicable to paid employees while on City property Which Complies with the Texas Workers Compensation Act M 9 IT "B" 1 of 3 C. In the event of accidents of any kind related to this agreement, 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 (except for Professional Liability), 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. City shall be entitled, upon request and without expense, to receive Certificates of Insurance and all endorsements thereto as they apply to the limits required by the City. 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 78469 -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: i. 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 on CGL and Auto policies of any suspension, cancellation, non - renewal or reduction in coverage or limits in coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. Consultant shall provide this notice to City on Workers Compensation and Professional Liability policies. 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 agreement. 9 IT "B" 2of3 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 agreement. L. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 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. E HIBIT a e 3 of 3 -v M ca = m � Q 3 Basic Services: Preliminary Phase Design Phase Bid Phase Construction Phase Subtotal Basic Services Additional Services: Permitting Warranty Phase Inspection Platting Survey O & 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: Total Amount Previous Total Percent Contract Amd No. 1 Amd No. 2 Contract Invoiced Invoice Invoice Comolete $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 $3,000 23% Sample form for: Payment Request Revised 07/27/00 St1 E'PL1E3 titi:4t$tii� 1117131E ,�Str ►�isD 13�' CITE' OF CORPiLls CHRIS'T'I DISCLOSURE OF INTEREST Citg f Ca7a tts Christi Ordinance 17312, as amended. requires all pers�as or firams scc�ing to do. �9175i S rittla the Ci*, to provide the following information. Everg• gqI s1101, must he aasAvered. If the questwn is not applicable answer with •NA". Sec reverse side for l sliae� i�eaiuiresraeatts. Certifications and definitions. CO11tiIPA \Y NAME: P. O, BOX, HDR Enginccrinf;. Inc. STREET ADDRESS: 555 N. CarAncaaban, Suite 16.50 CITY: corpus chrisili ZIP: 78478 FIRM Is" 1. Corps atims N 2, pan"embir 3. SMyli; Oavaet3 . E 4 As ix-io m ❑ 3. Other U - DISCLOSVIZE QUESTIONS If additional spacd is n"essan.. please use the reverSC Sidi of thh% pa c of attach sepiirale bbect, 1. State the names of each - emplov�ce" of tl�e Cily of Corpus risti havin# an °`oa��atersitip interest" constituting 3% car tttore �fthe ownffship in the alcove ttatttead " firna,`' Name Job Title and Cite Department (if 14no�vfl) 2. Mate tiac names of each - official" of ibc 0tv orcorpirs Christi having. an inner " constituting 3% or more ofthe ownership id the :above namcsd Nam Tizlc NWA I. State tiie taanes of each "board member" of tho; Ch% of Corpm, CItrimi itaf; 3atg 201 °'ow13cr4tip interest" constituting 3% or more of iltc ownership its tilt above named `firm," Name Board. Cotatttlisdon or f' olratt Mgi; N/A 4_ State the shines of each ernpJoyac or oflicer of a - go"sultaala °' for be Cite of Ct Christi Ato worked on and, matter related to the 640ma ct of thiffi contract and bias an "Dw1 wr1hip inicrcW" cons3itttting. 3% or more of The ownership in Au abovq naralcd - firm," Nance C�t�tidtar�t IA FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit ail any City official or Brat layce that is distitt utshathle from fhe c #feet that the action wi barn on members of the public in general or a substantial svgmenl tliercof you shall disclose th fact in a s inned Writing to the City official, employcc or bod that has been requested to act in the matter, unless le interest of the Cite official or empics-ee in the. matter is apparent. The disclosure shall also be made in :a signed %whing filed with the City Secretary. [ ihics Ordinance Section 2-349 (d)] CERTIFICATION I cerlify that all inforallatioti prov is lnie and cortect as of the dale of dais st atement s that 1 have Heal knoxrinaly withheld disclosure of an} inforn - intion requested. and that supplemental statements will lle promptly subinined to the Cite of Corptis Christi. Texas as ehatt <ges o Certifying Person: Carl E. Crull, P. E. Title: Vice President (Type or Mimi Signature of Certifting Date: I Person: 0 3 DEFINITIONS a. "Board member. A mcmhur of any board, cornlnission, or conlmittee appointed by the City Council of't.he Cite of Corpus Christi, Texas. b. "Economic benefit ". An action tha l is likely io affect an ecoll(I'llic interest if it is likely to ]tare all effect on thal interest that is distinguishable ]rom its effeel on inembers of the ptrhlie in gcaleral or a sub%lantial set a rlt thereof. e. "IW#11pl0V,_V." Atmr person wniploved b the Cite cat Corpus Christi. Texas either ►an a full .or part - basis but not as an indi:pendeni contractor, d. "Firm." Any en operntcd for economic gain. whether pri4c'ssional. industrial or commercial, and whether establiihed to pwducc or dea with a product or service. including but not limited tea, entitles operated in the form of stilt° proprietorship_.ai�, self ernp)oyrd person. partnership. Corparttion,,joint stock: e(mipany, joint - venture, tar trust, oriel entities which for purposes oflaxalion are .treated, as non - profit organilattioni. e. "Official:' The Maayor_ ttaeajatL-rs of the Cite C olincil, Cite 13C uty cil Manager Assis City M anagers. Department and Division Heads. and NItmi6pal C: )url Judges of the City of Corpus Christi. Texas. f: "Owncrship Interest." Legal or equitable i nt erest. wlicilier acivaliv o con stn rc liveiv field. in a firm. including when such interest is held through an apeni. irnst. estate. or Bolding erat4. "Constructively held" refers to h0lilin9s Or eotltrol establishcd through voting trusts, proxies, or special lerins of venture or partnership a_r=jljeiats." g. -- Consultant." Any person oi firm, such as engincers and architects. hired br i}te ciw of Corpus Christi for the purpose ofprofessiollal consultation and rccontnmendation.