Loading...
HomeMy WebLinkAboutC2016-034 - 1/20/2016 - NA AMENDMENT NO. 1 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 CP&Y. Inc., a Texas corporation, 1820 Regal Row, Suite 200, Dallas, Dallas County, Texas 75235, (Architect/Engineer—A/E), hereby agree as follows: 1. SCOPE OF PROJECT Cefe Valenzuela Landfill Disposal Cells Construction — Sectors 1B & 1C (Project No. E13035) —The original contract provided engineering services to design, bid, and construct Cells 1B (12.5 acres) and 1C (7 acres) at Unit 1 of the Cefe Valenzuela Landfill. The operating department has determined that two additional tasks are required under this contract, to include: Task 1 Engineering Services required to support a project re-bid. The original bids were rejected by Engineering Services due to irregularities resulting from City staff instructions to bidders that did not reach all bidders. Task 2 Part A— Engineering services required to assist City Solid Waste Dept. for permit compliance through development of a soil borrow excavation plan and soil balance report for all 119 acres of Unit 1. Part B — Special regulatory compliance assistance to the City Solid Waste Dept. to prepare the TCEQ FY2015 Annual Report for the City's Cefe F. Valenzuela Landfill and J.C. Elliot Transfer Station. 2. SCOPE OF SERVICES The NE hereby agrees to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition,NE 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 NE (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. NE 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. 2016-034 1/20/16 Contract for Professional Services Page 1 of 7 CP&Y Inc. SOLID WASTE\E13035 CV DISPOSAL CELL CONSTRUCTIO 1B&1 CWMENDMENT 1 CPY\2015-1020 OLD CONTRACT 715.DOC INDEXED • 3. ORDER OF SERVICES The NE 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 NE 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. The Director of Engineering Services may direct the NE 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. NE shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. FEE The City will pay the NE a fee as described in Exhibit "A" for providing services authorized, a total fee not to exceed $18,940.00 for a restated fee not to exceed $642,505.00. Monthly invoices will be submitted in accordance with Exhibit "B". 5. INDEMNITY NE shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, agents, employees, volunteers, directors and representatives ("Indemnitee") from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and defense costs,to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by NE or its agent, NE under contract or another entity over which NE exercises control while in the exercise of rights or performance of the duties under this agreement. This indemnification does not apply to any liability resulting from the negligent acts or omissions of the City or its employees, to the extent of such negligence. If the liability results solely from the negligent acts or omissions of the NE, the NE shall also defend the Indemnitee with counsel satisfactory to the City Attorney. If a claim is based wholly or partly on the negligence of,fault of or breach of contract by the City, the NE shall reimburse the City's reasonable attorney's fees in proportion to the NE's liability. NE must advise City in writing within 24 hours of any claim or demand against City or NE known to NE related to or arising out of NE's activities under this Agreement. Contract for Professional Services Page 2 of 7 K:\ENGINEERING DATAEXCHANGE\ANGIEM\SOLID WASTE\E13035 CV DISPOSAL CELL CONSTRUCTIO 1B&1C\AMENDMENT 1 CPY\2015-1020 OLD CONTRACT PROFESSIONAL SERVICES-MODIFIED 10 27 15.DOC 6. INSURANCE 6.1 NE must not commence work under this agreement until all required insurance has been obtained and such insurance has been approved by the City. NE must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 6.2 NE must furnish to the Director of Engineering Services with the signed agreement 2 copies of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s)acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, Bodily Injury and Property Damage required on all certificates or by Per occurrence - aggregate applicable policy endorsements Commercial General Liability including: $1,000,000 Per Occurrence 1. Commercial Broad Form $2,000,000 Aggregate 2. Premises — Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury-Advertising Injury AUTO LIABILITY (including) $1,000,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased PROFESSIONAL LIABILITY $1,000,000 Per Claim (Errors and Omissions) $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 insured. Contract for Professional Services Page 3 of 7 K:\ENGINEERING DATAEXCHANGE\ANGIEM\SOLID WASTE\E13035 CV DISPOSAL CELL CONSTRUCTIO 1B 8 1CWMENDMENT 1 CP'r2015-1020 OLD CONTRACT PROFESSIONAL SERVICES-MODIFIED 10 27 15.DOC WORKERS' COMPENSATION Statutory (All States Endorsement if Company is not domiciled in Texas) Employer's Liability $500,000 /$500,000 /$500,000 6.3 In the event of accidents of any kind related to this agreement, NE must furnish the City with copies of all reports of any accidents within 10 days of the accident. 6.4 Applicable for paid employees, NE must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the NE will be promptly met. An All States Endorsement shall be required if A/E is not domiciled in the State of Texas. 6.5 NE shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at NE'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. A/E is required to provide City with renewal Certificates. 6.6 NE shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. NE 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: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 6.7 NE agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: 6.7.1 List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation 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 policy; 6.7.2 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; 6.7.3 Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and Contract for Professional Services Page 4 of 7 K:\ENGINEERING DATAEXCHANGE\ANGIEM\SOLID WASTE\E13035 CV DISPOSAL CELL CONSTRUCTIO 1B&1C\AMENDMENT 1 CPY\2015-1020 OLD CONTRACT PROFESSIONAL SERVICES-MODIFIED 10 27 15 DOC 6.7.4 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. 6.8 Within five (5) calendar days of a suspension, cancellation or non-renewal of coverage, NE shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend NE'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. 6.9 In addition to any other remedies the City may have upon NE'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 NE to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to NE hereunder until NE demonstrates compliance with the requirements hereof. 6.10 Nothing herein contained shall be construed as limiting in any way the extent to which NE may be held responsible for payments of damages to persons or property resulting from NE's or its subcontractor's performance of the work covered under this agreement. 6.11 It is agreed that NE'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. 6.12 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 6.13 Contracts Less than $50,000 - Insurance not required; however, if contract is amended to exceed $50,000, the above insurance requirements must be met. 7. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the NE at the address of record. In this event, the NE will be compensated for its services on all stages authorized based upon NE and City's estimate of the proportion of the total services actually completed at the time of termination. 8. 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. Contract for Professional Services Page 5of7 K:\ENGINEERING DATAEXCHANGE ANGIEM\SOLID WASTE\E13035 CV DISPOSAL CELL CONSTRUCTIO 1B&1C\AMENDMENT 1 CPY\2015-1020 OLD CONTRACT PROFESSIONAL SERVICES-MODIFIED 10 27 15.DOC 9. ASSIGNABILITY The NE 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 NE staff. If the NE 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 NE fee may be assigned in advance of receipt by the NE 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. 10.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 NE without the express written consent of the Director of Engineering Services. However, the NE 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. 11. DISCLOSURE OF INTEREST NE further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form. 12.STANDARD OF CARE Services provided by NE under this Agreement shall be performed with the professional skill and care ordinarily provided by competent engineers or architects practicing in the same or similar locality and under the same or similar circumstances and professional license; and performed as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer or architect. 13.CONFLICT OF INTEREST NE agrees, in compliance with Chapter 176 of the Texas Local Government Code, to complete and file Form CIQ with the City Secretary's Office. For more information and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. 14.ENTIRE AGREEMENT AND CONTROLLING LAW This Agreement represents the entire and integrated Agreement between City and NE and supersedes all prior negotiations, representations or agreements, either oral or written. This Agreement may be amended only by written instrument signed by both the City and Contract for Professional Services Page 6 of 7 K:\ENGINEERING DATAEXCHANGE\ANGIEM\SOLID WASTE\E13035 CV DISPOSAL CELL CONSTRUCTIO 1B&1C\AMENDMENT 1 CPY\2015-1020 OLD CONTRACT PROFESSIONAL SERVICES-MODIFIED 10 27 15 DOC NE. This Agreement is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 15. CONFLICT RESOLUTION BETWEEN DOCUMENTS NE hereby agrees and acknowledges if anything contained in the NE-prepared Exhibit A, NE's Scope of Services, or contained in any other document prepared by NE and included herein, is in conflict with this Agreement, this Agreement shall take precedence and control to resolve said conflict. CIT OF • 6 -A. S CHRIST)- / C P & Y, INC. .., Iii ,, --,./ (;) z,),/,,,..,: ‘,...zz /2/1/2D/3- //2„-) , VIrie H. Gr- , P E. Date I William E. Carroll Date Ex-cutive Directo of Public Works Vice President/Principal 1820 Regal Row, Suite 200 Dallas, TX 75235 R OMMENDED ,....444,‘ ,,- ,,--,,0,4 eating DeparttmDate (214) 638-0500 APPROVED AS TO LEGAL FORM XL 0,0..i.'4A4.- 1I 1( c Legal Department Date APPROV ; 7,14.).... --a4 ,4,/ it 4 Office of Management Dap and Budget ATTEST 1-2_,L,e,64: /4-CA:>,-)te-- Rebecca Huerta City Secretary Project No. E13035 Accounting Unit: 3367-033 Account: 550950 Activity: E13035013367EXP Account Category: 50950 Fund Name: Landfill CIP 2015 CO Encumbrance No. Contract for Professional Services Page 7 of 7 K\ENGINEERING DATAEXCHANGEVANGIEM\SOLID WASTE\E13035 CV DISPOSAL CELL CONSTRUCTIO 1B&1C\AMENDMENT 1 CPY\2015-1020 OLD CONTRACT PROFESSIONAL SERVICES-MODIFIED 10 27 15 DOC pyPartners for a Better Quality of Life s, October 19, 2015 Mr. Lawrence Mikolajczyk Director of Solid Waste Services City of Corpus Christi P.O. Box 9277 Corpus Christi, TX 78469 Re: Amendment to Engineering Proposal Design and Construction Administration, Construction Quality Assurance and Permitting Services Cefe F. Valenzuela Landfill Project No.: E13035 Dear Mr. Mikolajczyk: CP&Y, Inc. (Consultant) respectfully submits this proposal for Additional Engineering Services in connection with Engineering Services for the Cefe F. Valenzuela Landfill. These Additional Engineering Services include three (3) separate Tasks, as follows: I. TASK ONE Due to irregularities in the original receipt of Bids for construction of Landfill Cells 1B and 1C, CP&Y performed additional professional services outside of the original Scope of Services. The project was originally advertised on November 17, 2014 and bids were received on December 10, 2014. CP&Y received and reviewed the bid information and prepared a bid tabulation and recommendation for submittal to the City, and began requesting information from the 3 lowest bidders. On Friday December 12, 2014 CP&Y was informed that the project would be rebid due to irregularities in the bid submission process by one or more contractors. The project re-advertised for bidding on December 22, 2014 and bids were received on January 7, 2015. The Additional Scope of Services performed by CP&Y on Task One are outlined below: 1. Bid Phase — The Consultant completed or shall complete the following as part of the bid phase services: a. Conform the Addenda into the Contract Documents for rebidding purposes. b. Attend an on-site pre-bid conference, noting inconsistencies (if any) in the bid documents; c. Prepare for the City Engineer one Addendum necessary to provide contractors the pre-bid meeting sign in sheet and instructions for the use of the City's bidding system; d. Assist the City Engineer in securing bids, analyze bids, and make a written recommendation concerning award of the contract; and The City Engineer has or will: a. Reproduce all documents and addenda to be distributed to prospective bidders; b. Deliver, (with the assistance of the Consultant) documents to all regulatory authorities as required for review; c. Advertise the project for bidding, maintain the list of prospective bidders, receive and process deposits for bid documents, issue (with the assistance of the Consultant) any addenda, prepare and supply bid tabulation forms, and conduct the bid opening; d. Receive the Consultant's recommendation concerning bid evaluation and award and prepare agenda memorandum for the City Council concerning contract award; and e. Prepare, review, and provide copies of the contract for execution by the contractor. 1820 Regal Row,Suite 200 Dallas,Texas 75235 NO. 1 214.638.0500*214.638.3723 fax j�.IT"A" www.cpyi.com 1 of 5 • October 20,2015 Mr.Lawrence Mikolajczyk. Page 2 of 5 II. TASK TWO Preparation of an Excavation Plan to be used for soil borrow activities at the Cefe F. Valenzuela Landfill. This Plan is requested so that the City may provide the City's Contract Operator with appropriate soil borrow areas and excavation depths within the future waste footprint of Unit 1. The remaining undeveloped footprint of Unit 1 is approximately 119 acres. The Additional Scope of Services for Task Two as requested by the City is outlined below: 1. CP&Y will prepare an excavation plan for the remainder of the disposal sectors within Unit 1 of the Cefe F. Valenzuela Landfill for use by the City and Contract Operator for soil borrow activities. a. Confirm excavation grades with the approved Landfill Permit. b. Design excavation plan to conform to the approved Landfill Permit and waste footprint. c. Conduct a soil balance evaluation to ensure that there will be an adequate quantity of remaining clay and other soils available for the construction of future composite liner systems within the 119 acre excavation area. d. Evaluate the excavation depth for adequate cover over future subgrade to prevent desiccation or erosion of subgrade. e. Evaluate the excavation depth as it approaches the groundwater table to prevent unnecessary excavation into the groundwater. f. Consider stormwater drainage within the excavation area, to prevent multiple locations of ponded water. 2. The Excavation Plan will be delivered in electronic pdf and AutoCAD 2013 format for use by the City. III. TASK THREE CP&Y will prepare the TCEQ FY2015 Annual Reports for the City's Cefe F. Valenzuela Landfill and J.C. Elliott Transfer Station, closure cost estimates for each facility and a Disposal Capacity Report for the Landfill. The Additional Scope of Services for Task Three as requested by the City is outlined below: 1. Cefe F. Valenzuela Landfill CP&Y will perform the following tasks to complete the required TCEQ Annual Report. a. Compile landfill waste receipt data (tonnage of waste by category)for reporting b. Review landfill tonnages for consistency with TCEQ reports c. Review available landfill topographic surveys completed within the last year d. Perform a Landfill Capacity Assessment to determine the following: • Volume of landfill airspace consumed in the past FY • Waste compaction rate achieved in the past FY • Remaining landfill capacity in cubic yards, and • Remaining life of the landfill in years. e. Finalize the Annual Report for submission to the TCEQ by the City f. Evaluate and update the Landfill Closure Cost Estimate as necessary g. Prepare a Disposal Capacity Report to describe the utilization of the Landfill's disposal capacity, remaining capacity and recommended schedule for improvements or cell construction. Deliverables: TCEQ FY2015 Annual Report, sealed by a Professional Engineer Licensed in the State of Texas. • Landfill Closure Cost Estimate, sealed by a Professional Engineer Licensed in the State of Texas. • Disposal Capacity Report AMD. NO. 1 EXHIBIT"A" Page 2 of 5 October 20,2015 Mr. Lawrence Mikolajczyk. Page 3 of 5 2. J.C. Elliott Transfer Station CP&Y will perform the following tasks to complete the required TCEQ Annual Report. a. Compile transfer station waste receipt data (tonnage of waste by category)for reporting, and collect and report the remainder of the information required in the Annual Report. b. CP&Y will review the Closure Cost Estimate for the J.C. Elliott Transfer Station and make revisions as required by the TCEQ for inflation, or other identified changes in cost for closure. Deliverables: • TCEQ FY2015 Annual Report, sealed by a Professional Engineer Licensed in the State of Texas. • Transfer Station Closure Cost Estimate, sealed by a Professional Engineer Licensed in the State of Texas. 1820 Regal Row,Suite 200 Dallas,Texas 75235 IIVI) NO. 1 214.638.0500•214.638.3723 fax 1 I www.cpyi.com `e 3 of 5 October 20,2015 Mr. Lawrence Mikolajczyk. Page 4 of 5 IV. FEE ESTIMATE TASK ONE Bid Phase $ 7,876 Principal $ 225 0 $ - Senior Electrical Engineer $ 184 0 $ - Project Manager $ 150 20 $ 3,000 Project Engineer $ 112 18 $ 2,016 EIT $ 97 16 $ 1,552 CAD Technician $ 86 0 $ - Administrative $ 54 2 $ 108 Travel and Expenses $ 1,200 TOTAL HOURS 56 TASK TWO TOTAL FEE $ 8,064 Design & Confirm Grades, Stormwater Grading $ 5,672 Project Manager $ 150 10 $ 1,500 Project Engineer $ 112 24 $ 2,688 CAD Technician $ 86 16 $ 1,376 Administrative $ 54 2 $ 108 Travel and Expenses $ - TOTAL HOURS 52 Soil Balance Evaluation $ 1,644 Project Manager $ 150 2 $ 300 Project Engineer $ 112 12 $ 1,344 CAD Technician $ 86 0 $ - Administrative $ 54 0 $ - Travel and Expenses $ - TOTAL HOURS 14 Groundwater Level Evaluation $ 748 Project Manager $ 150 2 $ 300 Project Engineer $ 112 4 $ 448 CAD Technician $ 86 0 $ - Administrative $ 54 0 $ - Travel and Expenses $ - TOTAL HOURS 6 AMD. NO. 1 EXHIBIT "A" Page 4 of 5 • • October 20,2015 Mr. Lawrence Mikolajczyk. Page 5 of 5 TASK THREE Annual Reports $ 3,000 Project Manager $ 150 4 $ 600 Project Engineer $ 112 20 $ 2,240 CAD Technician $ 86 $ - Administrative $ 54 3 $ 162 Travel and Expenses We are requesting that the City of Corpus Christi authorize CP&Y to complete the above Three Tasks for a Total Fee not to exceed $18,940.00. Task One $7,876 Task Two $8,064 Task Three $3,000 TOTAL $18,940 We appreciate the opportunity to continue assisting the City of Corpus Christi with solid waste projects to ensure the Cefe F. Valenzuela Landfill provides adequate and efficient disposal capacity for the City and that it remains in regulatory compliance. Sincerely, CP&Y, Inc. yir Brian Waltenburg, P.E. Solid Waste Group Manager AMD. NO. 1 EXHIBIT "A" Page 5 of 5 Sample form for: COMPLETE PROJECT NAME Payment Request Revised 07/27/00 Project No. XXXX Invoice No. 12345 Invoice Date: Total Amount Previous Total Percent Basic Services: Contract Amd No. 1 Amd No. 2 Contract Invoiced Invoice Invoice Complete • Preliminary Phase $1,000 $0 $0 $1,000 $0 $1,000 $1,000 100% Design Phase 2,000 1,000 0 3,000 1,000 500 1,500 50% Bid Phase 500 0 250 750 0 0 0 0% Construction Phase 2,500 0 1,000 3,500 0 0 0 0% Subtotal Basic Services $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% Additional Services: Permitting $2,000 $0 $0 $2,000 $500 $0 $500 25% Warranty Phase 0 1,120 0 1,120 0 0 0 0% Inspection 0 0 1,627 1,627 0 0 0 0% Platting Survey TBD TBD TBD TBD TBD TBD TBD 0% O & M Manuals TBD TBD TBD TBD TBD TBD TBD 0% SCADA TBD TBD TBD TBD TBD TBD TBD 0% Subtotal Additional Services $2,000 $1,120 $1,627 $4,747 $500 $0 $500 11% Summary of Fees Basic Services Fees $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% Additional Services Fees 2,000 1,120 1,627 4,747 500 0 500 11% Total of Fees $8,000 $2,120 $2,877 $12,997 $1,250 $1,500 $3,000 23% . ID E cc I CDWv a - o . cel • &it CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of 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 NAME: CP&Y,Inc. P.O.BOX: STREET ADDRESS: 1820 Regal Row,Suite 200 CITY: Dallas ZIP: 75235 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. 1. State the names of each `employee" of the City of Corpus Christi having an "ownership interest"constituting 3%or more of the ownership in the above named"firm.' Name Job Title and City A/,¢ Department(if known) 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 A/4- 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest"constituting 3%or more of the ownership in the above named"firm." Name Board, Commission or Committee 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/vd. Consultant • • FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter,unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: William E.Carroll Title: Vice President/Principal (Type or Print) �D Signature of Certifying • C�v229"'�I Date: /2 /3/2.2)/".— Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies,or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation.