Loading...
HomeMy WebLinkAboutC2013-074 - 3/19/2013 - 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 Cam, Rehmet S Gutierrez Enalneerinsr._ LP. a Texas partnership, 5656 South Staples Street, Suite 230, Corpus Christi, Nueces County, Texas, 78411, (Architect/Engineer —A/E), hereby agree as follows: 1. SCOPE OF PROJECT DeliverylMdefinite Quandly No. E12161) — This project consists of Wastewater Collection System improvements in the six (6) wastewater plant service basins. The scope of work includes, but is not limited to: rehabilitation and/or replacement of manholes, rehabilitation and/or replacement of gravity collection lines and/or force mains by pipe bursting, cured -in -place pipe, and /or open -cut method for lines up to 364nches in diameter, gravity line point repairs, dewatering through well pointing, control of wastewater flows through bypass pumping, cleaning and televised inspection of conduits, as needed SWPPPIpermit compliance (subsidiary), and temporary traffic controls. All work will be executed with multiple indefinite quantity delivery orders as required, in accordance with the plans, specifications, and contract documents and will be prepared by one of three Engineers depending on the basin where the work resides. The initial contract will be for a two (2) year (24- calendar months) base contract, with three (3) optional one (1) year (12- calendar month) extensions. Delivery orders will be prepared by one of three (3) AIE's as follows: WASTEWATER SERVICE BASINS ENGINEER RESPONSIBLE FOR PREPARING DELIVERY ORDERS 1. ALLISON URBAN ENGINEERING 2. BROADWAY 3. GREENWOOD LNV, INC. 4. OSO S. LAGU COYM, REHMET & GUTIERREZ S. WHITECAP WHITE 2. SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform professional services neseseaFyto described in Exhibit "A" and "A-1". 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" and "A-11", to complete the project. Work will not begin on Additional Services until requested by the A/E (provide breakdown Coftwtfor Engineering (NM Serrim 2013 -074 ftp 10C4 3/19/13)C ,ns,cmrwmecw.sr r ►sYSw erreMneee WsftWM=MMC0M=JLTMT M2013 -047 Coym, Rehrnet &Gutierrez of costs, schedules), and written authorization is provided by the Director of Engineering Services. AIE 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 AIE 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 AIE and written authorization is provided by the Director of Engineering Services. The anticipated schedule of the preliminaFy p hase , design phase, bid •'ha°`���^'Y 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 AIE 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. AIE shall notify the City of Corpus Christi within three (3) days of notice if tasks requested requires an additional fee. 4. INDEMNITY AND INSURANCE AIE agrees to the mandatory contract indemnification and insurance requirements as set forth in Exhibit "B ". 5. FEE The City will pay the AIE a fee, as described in the Compensation Table in Exhibit "A ", for providing services authorized, a total fee not to exceed $120,880.00 (One Hundred Twenty Thousand Eight Hundred Eighty Dollars and Zero Cents.) Monthly invoices will be submitted by AIE on a monthly basis based on percentage of project completion as defined in Exhibit "A ". Monthly invoices shall be submitted in accordance with Exhibit "C ". 6. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the A/E at the address of record. In this event, the A/E will be compensated for its services on all stages authorized based upon AIE and City's estimate of the proportion of the total services actually completed at the time of termination. Contract for Engineering (AIE) Services Page 2 of 4 K:IENGINEERING DATAEXCHANGE %JENNIFEMWASTEWATEME12161 CITY -WIDE COLLECTION SYSTEM REPLACEMENT & REHAB IDIQ4AE CONSULTANT CRGhCONTRACT -CITY -WIDE IDIQ.DOC 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. 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. CITY OF CORPUS CHRISTI Oscar R. Martinez, Date Assistant City Manager RECOMMENDED Daniel Biles, P.E., Date Director of Engineering Services COYM, REHMET GUTIERREZ ENGINEERING, L.P. I a AX-M 44 z 5113 J/Don Rehmet, P.E., Date Principal 5656 South Staples Street Corpus Christi, Texas 78411 361- 991 -8550 Office 361 - 993 -7569 Fax Contract for Engineering (AIE) Services Page 3 of 4 K:IENGINEERING DATAEXCHANGEWENNIFERIWASTEWATERIE12161 CITY -WIDE COLLECTION SYSTEM REPLACEMENT & REHAB IDKhAE CONSULTANT CRGICONTRACT - CrrY YNDE IDIQ.DOC Opera i g Department Date APPROVED AS TO FORM Office of Management Date and Budget ATTEST Armando Chapa, City S cretary Project No, E1 2161 Fund Source No. 550950 -4249- 00000- E12161 Fund Name: Wastewater CIP Encumbrance No. Aki 151 OWNfiL Contract for Engineering (A!E) Services Page 4 of 4 K:IENGINEERING DATAEXCHANGEWENNIFEWWASTEWATER {E12161 CITY -WIDE COLLECTION SYSTEM REPLACEMENT a REHAB IDKrAE CONSULTANT CRGICONTRACT - CITY-WIDE IDIO.DOC EXHIBIT "A" CITY OF CORPUS CHRISTI, TEXAS CITY -WIDE COLLECTION SYSTEM REPLACEMENT AND REHABILITATION INDEFINITE DELIVERY 1 INDEFINITE QUANTITY PROGRAM PROJECT NO. E12161 Delivery orders will be prepared by one of three (3) AE's as follows: WASTEWATER SERVICE BASINS ENGINEER RESPONSIBLE FOR PREPARING DELIVERY ORDERS 1. ALLISON URBAN ENGINEERING 2. BROADWAY 3. GREENWOOD LNV, INC. 4. OSO 5. LAGUNA COYM, REHMET & GUTIERREZ 6. WHITECAP I. SCOPE OF SERVICES A. Basic Services. (NIA) 1. Preliminary Phase. (NIA) 2. Design Phase. (NIA) 3. Bid Phase. (NIA) 4. Construction Phase. The AIE 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 forthe 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. 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 changeswhich 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. EXHIBIT "A Page 1 of 4 h. As appliGable, FeyF4•das$ emnliense w p and sp r� CiGRS, th _nt installed OR WS PF9jeet. These manuals will be in a " mult i ffied i a 11 f9F Viewing With 1 1 f Language) fGF +at, with HyperTedliks to the etherPartS of the FRaR al The 1 .. eempat+bte -with the - images:: Rg saftwam available on the -G•i y s eemputerr i. Review construction "red -line" drawings, pFepare FeGerd dFaWiRgS of the Project as constructed (from the "red -line" drawings, inspection, and the contractor provided plans). sepaFate file: -- Attribute- date will be provided in ASCII- €ermat i ta f.._..,..,. Al} M eieetr rl w data will he eempat the Tiff. GIS system V�VVU V�IIV . The City staff will: a . firer aFe a plir / estimates fer payments try. sentFa tGF �a b. Conduct the final acceptance inspection with the Engineer. 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 AIE 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 AIE will, with written authorization by the Director of Engineering Services, do the following: Topographic Surve . AIE will provide field surveys, as required for design including the necessary control points (up to 1 site), coordinates and elevations of points (as required for the aerial mapping of the Project area - aerial photography to be provided by City). Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyors'❑ Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Ltelu de F eferenee t e individual parGe! deser4ptione and suFvey plats to the Gity along with all title FepeFts obtained d R S-ZA-A-fiRM 2 A. stF map showing all pame'S Fequ will be submitted along with paFGel dese0ptions. The A46 will field FnaFk and del al neW F of way li nes EXHIBIT Page 2 of 4 2. Warranty Phase. Provide a maintenance guaranty inspection toward the end of two (2) one -year periods after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. • Provide the services above authorized in addition to those items shown on Exhibit "A -1" Task List, which provides supplemental description to Exhibit "A." Note: The Exhibit "A -1" Task List does not supersede Exhibit "A." 2. SCHEDULE Day Date Activit Tuesday February 2013 Contract Award Weekday March 2013 Contractors NTP Weekday March 2015 Complete Construction 3. FEES A. Fee for Basic Services. The City will pay the AIE a 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. The fee for this project is subject to the availability of funds. The Engineer may be directed to suspend work pending receipt and appropriation of funds. For services provided in Section I.A. 1-4, AIE will submit monthly statements for basic services rendered. in SeGWR !.AA 3 the stat .w.....}_.,will he based upon NE's estimate (and Gity ee nG E lrFenG \ f th ••� �• _, ...v v..w.v...v... w ill NY vu....YM MI/VI'1 l - lTt.= Jal=41pertI n of the total e t im e f billi C r . _,�_..._.. ... ...,. - seryiEes�as�a�- 66171�1ete�- �a� -t� - e ,- r- vrscwrocv ffevided ii4 Seetien l.A.4, the statement will be based upon the per-eent of Gempletion of the City will make prompt monthly payments in response to.A/E's monthly statements. EXHIBIT Page 3 of 4 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 AIE a not -to- exceed fee as per the table below. All additional service fees are unauthorized allowances requiring authorization by the Director of Engineering. Fees are based on the City's budget for the 6 service basins of $5,500,000.00 (2- year Base Contract) with up to one -third (1l3) of work performed in any two (2) basins. Summary of Fees Basic Services Fees 1. Preliminary Phase NIA 2. Design Phase NIA 3. Bid Phase NIA 4. Construction Phase (See Fee Table) $112,500.00 Subtotal Basic Services Fees $112,500.00 Additional Services Fees (Allowance) 1. Topographic Survey $3,080.00 2. Warranty Phase $5,300.00 Sub -Total Additional Services Fees Authorized $8,380.00 Total Authorized Fee $120,880.00 Note: 1. The fee depends on the value of the delivery orders issued. The following compensation table will be used to determine the fee; COMPENSATION TABLE Construction Cost of Delivery, Order $0 to $30,000 $30,000 to $100,000 $100,000 to $150,000 $150,000 to $250,000 $250,000 to $350,000 Over $350,000 ME Fee $3,750 (Flat Rate) 10.0% 6.25% 5.5% 5.0% 4.75% If the average value for a delivery order is $150,000 then the total basic services fee would be as follows; $5,500,00013 = $1,833,333 (available for each consultant) # Delivery orders = $1,833,3331$150;000 = 12 Fee = 12 orders x $150,000 x 6.25% = $1 2.5 00 If the orders packages are smaller the fee could end up being higher than is noted above. EXHIBIT "A Page 4 of 4 EXHIBIT "A -1" CITY OF CORPUS CHRISTI, TEXAS CITY -WIDE COLLECTION SYSTEM REPLACEMENT AND REHABILITATION INDEFINITE DELIVERY 1 INDEFINITE QUANTITY PROGRAM PROJECT NO. E12161 Delivery orders will be prepared by one of three (3) AE's as follows: WASTEWATER SERVICE BASINS ENGINEER RESPONSIBLE FOR PREPARING DELIVERY ORDERS 1. ALLISON URBAN ENGINEERING 2. BROADWAY 3. GREENWOOD LNV, INC. 4. OSO 5. LAGUNA COYM, REHMET & GUTIERREZ 6. WHITECAP TASK LIST BASIC SERVICES 1. Preliminary Phase (NIA) 2. Design Phase (N/A) 3. Bidding Phase (NIA) 4. Construction Phase — Basic Construction Phase Services a. Perform standard construction phase services for each delivery order as described in Exhibit "A ". The Construction Phase fee will be billed as delivery order improvements are constructed at the rates shown in the table in Exhibit "K. Deliver Orders a. Engineer will perform site visits, review video inspections, and meet with City to identify wastewater collection system issues and the possible rehabilitation options. b. Engineer will submit a "draft" version of each non - emergency delivery order for the City's review and comment prior to issuing the final delivery order. c. Delivery orders will include a short narrative of the expected work for each site, a site exhibit depicting work location, quantities, and rehabilitation methods, a utility base map identifying all known utilities in the area, an engineers estimate, and any other reference material that may aid the Contractor during construction including video inspection reports, City work orders, old plans, etc. d. The Delivery Order allowance will be billed at the rates shown in the table in Exhibit "A" as the final delivery orders are issued to the Contractor and are assumed to be limited to a max of 30 separate delivery order packets for the base 2 -year contract. The fee is based on the one -third (113) of the 2 -Year base contract budget of $5,500,000.00. EXHIBIT "A -1" Page 1 of 2 ADDITIONAL SERVICES 1. Topographic Survey a. Topographic survey is not anticipated to be needed on most deliver order sites, except where horizontal and /or vertical control is critical for the design and construction of the proposed improvements to avoid potential conflicts, and /or to confirm slopes, etc. b. The Topographic Survey allowance is based on one (1) 8 -hr day of (2 -man) field crew work and is sufficient for up to one (1) site. 2. Warranty Phase a. Engineer will prepare a list of all sites completed at the end of each 12 -month period for the City and recommend acceptance of the sites and commencement of the warranty period. All listed sites will have the same completion date and warranty expiration date. b. Engineer will provide a warranty inspection of all sites toward the end of the 12 -month period and generate a warranty items punch list. c. The Warranty Phase allowance is based on two (2) 12 -month warranty periods. E A-1 EXHIBIT "" of 2 EXHIBIT "B" MANDATORY INSURANCE REQUIREMENTS & INDEMNIFICATION FOR AIE PROFESSIONAL SERVICESICONSULTANT SERVICES (Revised October 2010) A. Consultant must not commence work under this agreement until all insurance required herein has been obtained and such insurance has been approved by the City. The Consultant must not allow any subcontractor to commence work until all similar insurance required of the subcontractor has been obtained. B. Consultant must furnish to the City's Risk Manager, two (2) copies of Certificates of Insurance, showing the following minimum coverages by insurance company(s) acceptable to the City's Risk Manager. The City must be named as an additional insured for all liability policies, and a blanket waiver of subrogation is required on all applicable policies. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Written Notice of Cancellation, Bodily Injury & Property Damage non - renewal or material change required Per occurrence - aggregate on all certificates COMMERCIAL GENERAL LIABILITY including: 1. Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors $1,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY to included $1,000,000 COMBINED SINGLE LIMIT 1. Owned vehicles 2.. Hired — Non -owned vehicles PROFESSIONAL LIABILITY including: Coverage provided shall cover all employees, officers, directors and agents 1. Errors and Omissions WORKERS' COMPENSATION $1,000,000 per claim / $2,000,000 aggregate (Defense costs not included in face value of the policy) If claims made policy, retro date must be prior to inception of agreement; have extended reporting period provisions and identify any limitations regarding who is an Insured Which Complies with the Texas Workers Compensation Act EMPLOYERS' LIABILITY 500,000/500,000/500,000 K1Engineedrig DataExchangelJENNIFERTORMS1Exhibit B for Large.dom EXHIBIT "B Page 1 of 3 C. In the event of accidents of any kind, Consultant must furnish the Risk Manager with copies of all reports within (10) ten days of accident. D. Consultant must obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law. The contract for coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The coverage provided must be in amounts sufficient to assure that all workers' compensation obligations incurred will be promptly met. E. Consultant's financial integrity is of interest to the City; therefore, subject to Successful Consultant's right to maintain reasonable deductibles in such amounts as are approved by the City, Consultant shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Consultant's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A -VII. F. The City shall be entitled, upon request and without expense, to receive copies of the policies, declarations page and all endorsements thereto as they apply to the limits required by the City, and may require the deletion, revision, or modification of particular policy terms, conditions, limitations or exclusions (except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter of any such policies). Consultant shall be required to comply with any such requests and shall submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Consultant shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Management P.O. Box 9277 Corpus Christi, TX 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: Name the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation and professional liability policies; ii. Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; iii. Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and iv. Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation, non - renewal or material change in coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. UEngineering DataExchangeWENNIFERIFORMS %Exhibit 8 for Large.dom EXHIBIT "B" Page 2of3 H. Within five (5) calendar days of a suspension, cancellation, or non - renewal of coverage, Successful Consultant shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Consultant's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. I. In addition to any other remedies the City may have upon Consultant's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Consultant to stop work hereunder, and/or withhold any payment(s) which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. J. Nothing herein contained shall be construed as limiting in any way the extent to which Successful Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractors' performance of the work covered under this agreement. K. It is agreed that Consultant's insurance shall be deemed primary and non - contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. L. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. INDEMNIFICATION AND HOLD HARMLESS Consultant shall indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees, and each of them against and hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the negligent performance of Consultant's services covered by this contract. The foregoing indemnity shall apply except if such injury, death or damage is caused by the sole or concurrent negligence of the City of Corpus Christi, its agents, servants, or employees or any other person indemnified hereunder. EXHIBIT "B" Page 3of3 K1Engineering OateExchang &UENNIFERIFORMS1EAribit B for Large.docx o W j w Basic Services: Preliminary Phase Design Phase Bid Phase Construction Phase Subtotal Basic Services Additional Services: Permitting Warranty Phase Inspection Platting Survey 0 & M Manuals SCADA Subtotal Additional Services Summary of Fees Basic Services Fees Additional Services Fees Total of Fees COMPLETE PROJECT NAME Project No. XXXX Invoice No. 12345 Invoice Date: Sample form for: Payment Request Revised 0727100 Total Amount Previous Total Percent Contract Amd No.1 Amd No. 2 Contract invoiced Invoice Invoice Complete $1,000 $0 $0 $1,000 $0 $1,000 $1,000 100% 2,000 1,000 0 3,000 1,000 500 1,500 50% 500 0 250 750 0 0 0 0% 2,500 0 1,000 3,500 0 0 0 0% $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% $2,000 $0 $0 $2,000 $500 $0 $500 25% 0 1,120 0 .1,120 0 0 0 0% 0 0 1,627 1,627 0 0 0 0% TBD TBD TBD TBD TBD TBD TBD 0% TBD TBD TBD TBD TBD TBD TBD 0% TBD TBD TBD TBD TBD TBD TBD 0% $2,000 $1,120 $1,627 $4,747 $500 $0 $500 11% $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% 2,000 1,120 1,627 4,747 500 0 500 11% $8,000 $2,120 $2,877 $12,997 $1,250 $1,500 $3,000 23% SUPPLIMNUMBL'R T O BE ASSIGNED � DI BY CITY VISION _ ..�� City of CITY OF CORPUS CHRISTI Corpus DISCLOSURE OF INTEREST Christi City of Corpus Christi Ordinance 17112, as amended, requires all Persons or firms seeking to do business with the City to provide the following information. Every uestion must be answered. If the- guoi . ApV.t _esti is_not- icable; answer with "NA '.. See reverse side for Fining Requirements, Certifications and definitions. COMPANY NAME: Coyr Rehmet & C,u ti.errez, L.P. P. O. BOX: STREET ADDRESS: 5656 South Staples St., Suite 230 CITY: Corpus Christi ZIP: 75411 FIRM 1S: 1. Corporation 2. Partnership B 3. Sole Owner ❑ 4. Association H 5. Other DISCLOSURE (QUESTIONS If additional space is necessary+, please use the reverse side of this pag 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 Department (if known) 2. State the navies 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 3. State the names of each "board member" of the City of Corpus Christi having an "oximership 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 Corpses Christi who worked on any matter related to the supject of this contract aitd has an - ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant 11 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)J 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: Jeff Cp4m Title: (Typo or Prlat) Signature of Certifying Date: 1131 � .3 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 - profi 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.