Loading...
HomeMy WebLinkAboutC2013-244 - 7/30/2013 - Approved i p TO CITY TI CONTRACT FOR PROFESSIONAL SERVICES The i of Corpus Christi, x home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County,Texas 78469-9277(City)acting through its my authorized City Manager or Designee (Director of n i rin Services) and MDR ENGINEERING, corporation,555 N. Carancahua Suite 1600, Corpus Christi,Nueces,County, Texas 78410, ( itectfEngineer— ), hereby follows: 1. SCOPE OF PROJECT Cefe Valenzuela Outfall Modificationo & On-Call i ng Services (PML9qct —This nt is at the request ll d Waste Department for Investigation and recommendation for repairs of components of outfall channel that s been damaged and/or eroded in stormwater runoff event result of Hurricane Karl. The components include: 1) ra the slope vin north of the concrete outfall structure onili Creek, 2)West bank of outfall channel, n of FM 70, where i lira have been r in erosion, ) West bank of outfall channel between FM 70 and the I Ii location. Amendment o. 1 will provide design, r n construction administration services for the investigation and repair of damaged channel components. 2. SCOPE F SERVICES The A/E hereby agrees, at its own expense, to perform design s is s necessary to review and r r plans,specifications, and bid and contract documents. In addition, will provide monthly status updates(project pro s or delays, ganft charts presented with monthly Invoices) and provide contract administ do services, cri In i "'A", o complete roj Work will not begin on Additional is until requested the A/E(provide br o of casts, schedules),and written authorization is vi by the Director of Engineering Services, services will be"Services for Construction Projects"-(Basic Services for Construction Projects")which are shown in cc c i th"Professional Engineering S is s- A Guide to the Selection and Negotiation Process, 1993" a joint publication of the Consulting n in is Council of s and Texas of of roeional Engineers.For purposes of this contract, certain services listed in this Iic tiara as Additional Services will be considered s Basic Services. 3. ORDER OF SERVICES The agrees to begin work on those authorized Basic Services fort is contract upon receipt of the Notice to Proceed from the irector of Engineering Services. Work will not begin on n or any Additional Services until requested in rii and 3-244 is provided h Director of Engineering Services. anticipated Contract for Engineering(AIE1 Services 7/30/13 31 Oua E ,r CEFFv Pa e1af3 OUTFALLMODIFIC MODIFICATIONS g Or d. 029913 tACT FROFESSiOru L S rcESDOC HDR Engineering c. INDEXED schedule of the Preliminary , design phase, bid phase, construction phase is shown on Exhibit" ". This schedule is not to a inclusive of all additional time y be required r review y the r and y be amended by or with the concurrence of the Director of Engineering Services. The Director of Engineering Services may direct the AIE to undertake itio I services or tasks rvi e that no increase in is required. is or s s requiring an increase of fee will be mutually r n evidenced in rii amendment o this contract. II notify the iy of Corpus Christi within three ( days of notice if requested requires an additional . 4. INDEMNITY INSURANCE A/E agrees to the mandatory contract indemnification n insurance r it nt set forth In Exhibit ". . FEE In the original contract, Exhibit " shall be modified for a total fee not to exceed (Sixty i Thousand Eight Hundred Dollars Zero ), for a restated fee not to exceed gl'I , (One Hundred i e Thousand o Hundred Dollars and r Cents) as shown in the attached Amendment o. 'l, ". Monthly invoices will be submitted in cco with i it" " . TERMINATION OF CONTRACT The City may, at any time, With or without cause,terminate this contract upon seven days wriften nofice tot to address o record. In this event, te will be compensated for its services on it stages authorized based on AIE and Citys estimate of the proportion oft the total services actually completed h time f termination. . LOCAL PARTICIPATION The City Council's stated policy is that iy expenditures on contracts for professional services be of xi mum beriefitto the local economy. The A/E agrees that at least %of the work described herein will be performed labor force residing wit i the Corpus Christi Metropolitan Statistical Area ( ). Additionally, no more than 25% of or described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan tistic I Area ( .) 8. ASSIGNABILITY The A/E will not assign, transfer or delegate any of its obligations or duties in this contract to th r person without the rir written consent of the City, x for routine duties delegated to personnel of . I is n i ,then in the event of the termination of the partn i , this contract will inure to the individual benefit of such partner or partners as the City may designate. No part oft fee may be assigned in advance receipt without written consent of the City. Contract for Engineering( )services Pepe 2 of 3 iENGINEE ING T C GE GI OLIO WASTME1 1 CEFE VALENWELA CUTFALL ®IF"TIONS AND ON CALL CONSULTING SERMEaMENOMENT NO X11 CONTRACT PROFESSIONAL 8ERVMES.DOC The City will not pay the fees of expert or technical assistance and consultants unl such employment,including the rate of compensation, has been approved in riti City. OWNERSHIP 9. II documents including contract c (plans ci i io ), record in s, contractor's field , and submittal data will be the sole of the City, not be again used I express rit consent of the Director of Engineering Services. v r, use n r details that are not specific to this project. The i ty agrees that a is i of the plans will be evidenced plans, n signed l by a professional engineer prior to re—use re-use of ifi plans. 10. DISCLOSURE INTEREST AIE further agrees, ! li c with i of r Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure Interests form. CITY OF CORPUS CHRISTI HDR ENGINE , INC. Mark Van Vlec , ., ri r ll, Interim Assistant City Manager Vic resident for Public Works & Utilities 555 N. Carancahua, i 1 Corpus Christi, TX 78410 RECOMMENDED ( 1) IC QL:2;;:2--J2–—-----------------------------L4"?'1' nl I Biles, P. E., Date ngineering Services ENTERED JUN 2 7 2013 LWrence Mlliolajeok Director of Solid Waste Operations CONTRACT MANAGERS APP VIED AS TO FORM Project No. 1 p Fund e: Sanitaly Landfill CIP_Fun ( Fund Source No. 15609 5 -336_5-00000-El 1050 - C Date o. and Budget ATTEST aL4� m1 Armando i Secretary ` Conlract for Engineering( services KIENGINEERING DATAEXCHANGEIANMEWSOLIO WASTEMIT050 CEFE VALENZUELA OUTFALLMODFICA71ONS AND ON CALL CONSULTING Page 3 of 3 SERviCESMENOMENT NO W CONTRACT PROFESSIONAL SERVIMIDOC May 10,2013 P79532 Mr.Daniel Biles, P.E. Director of Engineering. Department of Engineering Services City of Corpus Christi P.O.Box 9277 Corpus Christi,Texas 78469-9277 RE: PROPOSAL -CEFE LANDFILL f PETRONILLA CREEK OUTFALL C HANNEL REPAIRS-Design-Bid-BuildDefiveiy klethadelogy Dear Mr. iles: Thank you for the opportunity to provide this proposed scope of work and fee structure for professional<engineering services for the design of repairs to the Cefe Landfill / Petro ill Creek outfall Channel. BACKGROUND This channel repair project is in response to a request by the City of Corpus Christi's Solid Waste Department to investigate and recommend repairs to components of the outfall channel at have been damaged or eroded in stormwater runoff event that occurred in September 2010 due to rainfall from hurricane Karl. Those components include: 1. The subgrade beneath the slope paving on the north side of the concrete outfall structure at Petronilla Creel:— U RE:nginceri Inc. :tssil a Teigs Registered Engineering Firm F-7S°i SKr s ��xWMr 5 Cw"i �+�'�73420-OM .adrffisc. . 1 EXHIBIT"A" Pa R 1 of 4 Mr.Daniel 13iles,P. I, P79532 May 10,2013 Page 2 of 4; 2 The west'bank- of a otall channel, north of FM 70, where t-wo pipelines have been undermined by erosion- 1 WIT .I Fill r, �rf�sl ,r 1 1 � . The Avest bank of the otall channel between FM 70 and the aforementioned undermined pipeline location. �,���I�J7r`&srl������i"fJi��If fir% '' i rrt✓' f1 fro sls3ifs£I�ix`�fr��2}�6 L�{������f�� � ? �" �� �� „ ��7s:{j�5,,1u 1 s's�hD1,�� f s✓fJ� ,'r �t �{r� st.,?Jr/ z�2 hr +�''� x ��� � , E .i EXHIBIT"A" Pa 2of4 Mr.Daniel Biles,P.E. P79532 May 10,2013 Page 3 of PROPOSED P J CT APPRQQACH HDR will provide design, bid and construction administration services for the investigation and repair of the damaged channel components listed above. A detailed scope of work is include in Exhibit"A". _ PROJECT SCHEDULE We propose to have the 60% plans, specifications, opinion of cost and contract documents ready for City review within 2 months of authorization to proceed with the work and the 100% documents ready within I months after,receiving the City's 60% comments. No other reviews are anticipated. PROJECT FEES BASIC SERVICES: The City will pay the a lump sum fee for providing all "Basic Services"authorized as per the table below. Payment will be in accordance with the provisions of the execute. -Contract for Professional Services Agreement etween the City of Corpus C i isti and HDR Engineering, Inc. ADDITIONAL SERVICES: For services authorized"by the DirectQr of Engineering Services under"Additional Services". the City will pay the fee as per the table below. SCOPE OF :A detailed scope of work can be found in Exhibit"A". SCt Y A '? OF FEES: A su°mmary of fees is as follows in the table below: Summary of Fees Service Proposed Fee asic Services: Investigation& Design Phase 39,400.00* „id Pltase $ 7,800.00 Construction Phase 14,100.00 Subtotal $ 61,300.0 Additional Services: Testing 8,500.00 TOTAL 4nclu es project rnanagernent,expenses and reimbursables., If you have any questions,,please feel free to contact Steve Synovitz,P.E. at 361-696-3334.' A .1 ,. EXHIBIT" Pa e3o4 Mr.Daniel Biles, P.E. P79532 May 10,2013 Page A of 4 Sincerely, HDR ENGINEERING, INC. Carl E. Crul 1, .E. Vice Pfesident SRS/srs cc: Grace Gonzalez, P.E., MBA Major Project Engineer Engineering`Services, City of Corpus Christi Attachment: Exhibit"A",- Scope of Services . 1 EXHIBIT" " pa o4 Cefe Landfill/Petronilla Creek Outfall Channel Repairs 732 Exhibit"A"—Scope of Work Design-Bid-Build Delivery Methodology May 10,2013 The proposed scope of work includes services for developing one set of construction documents,one bid phase,and a construction phase with a single construction contract. BASIC INVESTiGA.TION & DESIGN PHASE Investigation& Design Phase Services will include the following: INVESTIGATION I. Kickoff Meeting. A representative project engineer of the Architect/ Engineer (A/E) will attend a kickoff meeting to review the scope-of-work and confer with City Staff regarding the design parameters of the Project. - 2. Site Visits. The A/E will rmake•visits to the site; and will identify results of site field investigation including findings, existing conditions, damage assessments; and will take photographs of the repair locations. 3. Data Gathering. The A/E will meet with City staff to gather data'including project history and background; and will prepare a hydrologic and hydraulic analysis of acreage and components that are contributing to the erosion issues from 70 to the undermined utility pipelines. The City will provide available records, archives, and pertinent data related to the Project and will assist with contacting impacted and coordinating with utilities at the repair locations. 4. USACE Permit/ Environmental / Archeological Issues Re—search. The City will advise the E whether any USACE pen—nit preparation,environmental site evaluations and/or archeology reports are required for tire Project. (U3SACE Permit Preparation, Environmental Site Evaluations and/or Archeological Services are not included in this scope-of-work and would be considered as an Additional Service to be negotiated separately). S. Memo Report. The E will submit one (1) copy in "WORD" format and one (1) paper copy of a emo Report that will include a summary of findings, a list of potential problems, possible conflicts, recommended repairs,design intent and a preliminary opinion of probable construction costs. DESIGN 1. Plans. The A/E will prepare,a single set of construction plans for the repairs to the outfall channel. The repair plans will including the following sheets: 1) Cover Sheet,Project Location Map,and Sheet Index 2)''Project Construction Notes,Summary of uantities 3) Legend, Symbols, and Abbreviations 4) 'Overall Site Plan 5) Slope Paving Subgrade Repair Plan, Section and Details ) Erosion Repair Plans at Undermined Utility Pipelines,Sections and Details . 1 It I IT" .I„ P e 1 o P79532 Exhibit" "—Scope of Work May 10,2013 7) Erosion Repair Plans along west bank of Channel from 70 to the undermined pipeline location. ' S) Stormwater Pollution Prevention Plan( PPP) ) S PPP Details 2. Specifications. The E will prepare specifications including: l) Contract agreement fortes', general conditions and supplemental conditions, invitation' to bid, insurance, and bond requirements 2) Notice to Bidders/'Contractors 3) Part Special'Provisions ) Part S-Standard Specifications 5) Part T-Technical Specifications ) Proposal Form 7) Opinion bf Probable'Construct ion Cost The City staff will provide the City's standard specifications; standard detail sheets, standard and special'provisions,and forms for required contract documents. In addition,the City staff will provide the budget for the Project specifying the funds available for the construction contract. 3. Meetings. The E will participate in two formal meetings with City staff to review the progress of the work. The City will provide the agenda and purpose for each formal ,Meeting;and will document and distribute meeting minutes after each meeting. . C Reviews. The /E will provide Quality Assurance/Quality Control (QA/ C) measures to supervise that the submittal of the final plans and specifications do not necessitate an excessive amount of revision and correction by City staff. BED PHASE For one bid phase the E will provide tine rollowing services: L, Reproduction. Upon approval by the.Director of Engineering Services, the A/E will provide one set' (hard copy and electronic) of final plans and specifications / contract documents suitable for reproduction by the City. 2. Bidder Questions. The A/E will review pre-bid questions and submissions concerning the bid documents. 3. Pre-Bid Conference. The E will participate in one pre-bid conference. . Addenda. The A/E will prepare, in (lie City's format, for the Engineering Services' approval, any addenda or other revisions necessary to inform contractors of approved changes prior to bidding. 5. Review Bids and evelo p Recommendation for Award. The E will assist the City in solicitation of bids by identification of prospective bidders,and review of bids by solicited interests. In addition, the will attend the bid opening, analyze and evaluate bids, prepare a bid tabulation, and make a recommendation concerning the award of the contract. The AfE will assist the.City in preparing owerPoint slides summarizing the bid evaluation results. Page 2 oF4 AMD. NO. 1 EXHIBIT"A-1'" Pa e2 o4 P79532 Exhibit" "—Scope of Work May 1 ,2013 The City staff will: I. Arrange and pay for printing-of all documents and addenda to be distributed to prospective bidders. 2. ' Advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for bid documents, issue (with the assistance of the E) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. 3. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Cduncil concerning bid awards. 4. ` Prepare,review and provide copies of the contract for execution between the City and the contractor. CONSTRUCTION PHXSE Engineering Services During Construction NOTE: The fee proposal for this task assumes 2013 rates and a 12-week construction period.-Should the City desire additional Engineering Services During Construction beyond this time period, this scope of work and associated fee can be amended at a later date. The A/E will perform Engineering Services During Construction as follows: I. Construction Conference. The will participate in one pre-construction conference. 2. Scour Lirhits Verification. Upon removal of a representative portion of the north facing concrete sloe pavement at the Petronilla Creek butfall structure by the Contractor, the E will investigate, measure and document the limits of sugrae material scour observed; and will compare that observed to the estimated volume of scour as set forth in the plans. This will allow for an adjustment to quantities (if necessary) to better define and quantify the contractor's scope-of-work during construction. 3. Shop`Drawing / Submittal Reviews. The A/E will review for conformance with contract documents, shop drawings and other contract required submittals. 4. Clarifications / RFIs. The E will provide interpretations and clarifications of the contract documents in response for Contractor Requests for Information ( Is) 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. 5. Cane Orders. The A/E will prepare change orders for issuance by the City. . Monthly Meetings. The A/E will attend monthly construction progress meetings during the course othe construction work. 7. Review Pay Applications. The E will review monthly contractor pay applications and make recommendations to the City regarding the accuracy of said pay applications. . Final Inspection. The A/E will participate in the Final inspection with City staff. 9. Prepare Record Drawings. The AIE will review Contractor-prepared construct ion` 'red-line" drawings,prepare record drawings of the Project as constructed (from the"red-line"drawings the Contractor-provided plans reflecting constructed facilities) and deliver to the Engineering Services a reproducible set and electronic file(AutoCAD r.14 or later)of the record drawings. All drawings will Page 3 or4 MIVID. NO. 1 L I LLEXHIBIT Pa o �4 P732 Exhibit"A"—Scope of ork May 10,2013 be CADD drawn using %vg format in AutoCA , 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. The City staff wi11: 1. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. 2. Prepare applictioslestimates for payments to Contractor. 3. Conduct the Final Inspection. . oast < ctidn Observation Construction Observation services are not included in this scope-of-work. Should the City elect to include Constructi=Observation services at a later, ate,such seryices would be considered as Additional Services to be negotiated separately. ADDITIONAL . VI MATERIkM TESTING. 1. Sub-Consultant—Materials Testing. If authorized by the City as an additional service,the A/E will enlist the services of a sub-consultant for materials testing during the investigation phase of the project. Page 4 or4 AMD. NO. 1 EXHIBIT" -1 ® Page 4 o EXHIBIT 66 " MANDATORY! I INDEMNIFICATION PROFESSIONAL FOR AIE SERVICES/CONSULTANT SERVICES (Revised October 201 0) A. Consultant us not commence work under this agreement until all insurance required rein has been obtained an such insurance s been approved by the City. The Consultant must not allow any subcontractor to commence or until all similar insurance required of the subcontractor has been obtained. B. Consultant must furnish to the City's Risk Manager, two copies of Certificates of Insurance, showing the following ini u coverages by insurance company(s) acceptable to the City's Risk Manager. The ity 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 INSURANCE MINIMUM INSURANCE COVERAGE Written i c ll ti on, Bodily Injury non-renewal or material change required Per occurrence on II certificates COMMERCIAL GENERAL LIABILITY 0, 0 SINGLE LIMIT including: Broad a 2. Premises - Operations 3. Products/Completed Operations 4. Contractual Liability . Independent Contr ors AUTOMOBILE LIABILITY to included 1, I SINGLE LIMIT 1. Owned vehicles 2.. Hired— Non-owned vehicles PROFESSIONAL LIABILITY including: $1,000,000 er claim I$2,000,000 Coverage provided shall cover all aggregate employees, officers, irectors and agents (Defense costs not included in face value Errors Omissions of the policy) If claims made policy, r tra date must be prior to inception of ree nt, have extended reporting peria revisions and identify y limitations regarding wh is an Insured WORKERS' COMPENSATION Which Complies with the Texas Workers Compensation acct EMPLOYERS' LIABILITY 500i,000/500,000/500,000 C. In the vent of cci nts of any kind, Consultant must furnish is na er with copies of all reports it i ( ) ten days of accident. AMD. No. 1 EXHIBIT"B" e 1 f 3 J%EngineeMg Fa RGE AE EXHIBIT®DOCX 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 out as are approved by the City, Consultant shall obtain and maintain in full force and effect for the duration oft is 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 it shall be entitled, upon request and without expense, to receive copies of the policies, declarations page and all endorsements thereto as they apply tote 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 oft replacement certifi cate of insurance to it 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 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: L 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, then insured performed under contract with the City, with the exception of the workers' compensation and professional liability polices-, ii. Provide for an endorsement that the "other insurance" clause shall not apply to the it 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 oft 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 to (1 0) calendar days advance written notice for nonpayment of premium. 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 M No. EXHIBIT"B" Pase 2 of 3 E] J 4Engwftnng FormsUARGE AF_EXHIBIT B DOCX 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 o f d amages 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 o r s elf 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 Christil, 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 is 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 oft City of Corpus Christi, its agents, servants, or employees or any other person indemnifi ed hereunder. MA—M—D-77-177 EXHIBIT"B" Paje3ol`3 J,Snineenng Form ALARGE AE EXHIBIT 9 DOCX O O O I.R O 1.9 O O O O O O O h- h- O Lo 00 0 0 0 0 t!7 0 CV) L ®w c C) 0 O 0 0 C3 0 i7 0 ca Q O U) to I,. to to r T F _ Q LO LO to ®y T T® r P 0 b%6r I r T 0 0 0 wt in 0 LD T V T T 00 T T T ® T CM Ln cm T 40 40 co 0 C2 v 0 0 0 0 C1 C7 CD 0 0 CD C7 W 10 .r I" . ®_ LU IL CL �r T O CD CD 0 Q C7 a Q c] ca 0 000 000 1- 00 0 Ci r O r r to C) ffi� to 6 1%, .. ., r a T- 04 t® to cn U) M co U) Q1 CS En fn CD W 1 (a C LL ca U Q. U r c °Ua cs cc w CL 0 i s� c o c u. c o = °c o v m EXHtBIT"C" SUPPLIER NU%IBFR TO BE ASSIGNED W-C71- PURCHASING DIVISION cir, r CI OF CORPUS CHRIST] Coivus 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 rovide the following inronnation- Every nestion must be ans wered, If the question is n( ricable. ans%%cr%%ith ­NA See rev em si Je flor Filing Requirements. Certifications and derinklons. COMIPANV NAME- RDR Engineering, Inc. X® STREETADDRESS: 555 N. Caranenhun, Suite 1650 CITY: Corpus Christi ZIP: 78478 FIRM IS I. Corporation N 2. Partnership 3. Sole Owner 4. Association 5. Other DISCLOSURE QUESTIONS Ifadditional space is necessary, please use the reverse side of this paet:or attach separate sheet, 1. State the names of each "employce" of' the City of Corpus Clirisfi.havii1p in -ownership, interest"constituting 3%or more�fthc ovvnershi�in the above named 'finn. Name Job Title and Cit% Depiu-tinent(it'kno%%n) N/A —------—-------—------- 2. State the names of each "official"' offlic CiA of'Corpus Christi ha%ism, an lict'ship interest" constituting 30eio or more of tile ownership fif the above named "I InIl.- Name Title N/A 3. State the names of each "board inernber" of the C'it® of'Corptis, Christi It a%In in interest"cons[it tating 1%or more of the ownership i6 the 1b0%em nanied firin." Na rn e Board.Commission or Committee N,,'A 4. State the names of each employee or officer tit-a "consultant" 1br the City of Corpus Christi who %%orked on any matter related to tile subject of this contract and 'has an --ownership interest"constitutiriL, 3%or more of the o"nership in tile abo%e named"'Firin." Name Consultant NIA FILING C i N s If person who requests official action can a matter knows that the requested action %%ill confer all econottanc benefit on any City official or employce that is, distinguishable frortn tlac effect that the action will have oil naetnbers of'the public to jeneral or as substantial segment thereof, you shall disclose that fact its as signed writing to the City official. employcc or bod` that has been requested to act in the natter, unless tfie interest of the City official car eataployei in tine anatttr is a parent. The disclosure shall also be made in as signed �4riting filed %%nth tile; City Secretatry.. [ thics Ordinance Section 2-349(d)j CERTIFICATION I certify that all information provided is trite sand correct ris of tile chite(afthis statement, thin I have not knowingiv withheld disclosure of am, information requested: and .supplernentaal statements will b�'lsroniptly submitted to the Cit%'°cif`Corpus Christi.Texas as changes Nectar. Certifying Person: Carl E. Cr ll,P. E. Title: `'ice President w: Type;ur f°rin8} Signature of Certifying :ate: Person: DEFINITIONS aa, "card naernber," A meniher of aanv board. commission, or alas mince aappoitated by the City Council of the City ofCorpus Christi.'l eras. b. "Economic benefit'*, An action that is likel% to affect can economic interest if' it is likely to have an effect on that interest that is distinguishable from its effect ern nacnabers of the public in general or as substantial seginent thereof. c. -Employee.- Ali%, person employed by tite Cit% or Corpus Christi. Texas either can a full or part-time basis. bast not as an independent contractor, d. "Firm." Any entity operated for economic gain, %%lactlter professional. industrial or commercial. and whether established to produces or deal %%ith as product or sera ice. including but not limited to. entities operated in the form of scale proprietorship, as self-employed person, partnership, corporation,joint stack company, iciitat venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations.. e< "Official," The Nlay car. members of the City Council, City, Manager. Deput% C a% Manager. Assistant City° Managers. Department and Division Heads, and Municipal C€atart Jttdstcs of the City of Corpus Christi.Texas. f. `,Ownership Interest" Legal or equitable interest, whether actual 1% or consirtecti`el% held, in at iinn, including when such interest is held through all agent, trust, estate, or holding entity. "Constructively field" refers to holdings or control established through testing,trusts. proxies.or special twins of venture or partnership agreements." g. "°Consultaant."Any persona or firma, such as engineers and architects. hired h% tine City of Corpses Christi for the purpose of professional consultation and recommendation.