HomeMy WebLinkAboutC2020-186 - 5/12/2020 - Approved DocuSign Envelope ID:D19CCDB7-E158-4580-903A-04456FE5CA3A
Service Agreement No. 1474
CITY OF CORPUS CHRISTI
AMENDMENT NO. 2 to the
CONTRACT FOR PROFESSIONAL SERVICES
The City of Corpus Christi, Texas, hereinafter called "CITY," and Freese and Nichols, Inc., hereinafter
called "CONSULTANT," agree to the following amendment to the Contract for Professional Services
Corpus Christi Reservoir Operating System Infrastructure Improvement(Project No. El 3050) as
authorized and administratively amended by:
Original Contract December 4, 2017 Administrative Approval $24,230.00
Amendment No. 1 August 12, 2019 Administrative Approval $23,922.00
IN THE ORIGINAL CONTRACT, EXHIBIT A, SCOPE OF SERVICES, shall be modified as shown in
the attached Exhibit A.
IN THE ORIGINAL CONTRACT, ARTICLE III, COMPENSATION shall be modified as shown in
the attached Exhibit A for an additional fee not to exceed $600,330.00 for a total revised fee not to
exceed $648,482.00. Monthly invoices to be submitted in accordance with Exhibit B.
All other terms and conditions of the December 4, 2017 contract between the "CITY" and
"CONSULTANT" and of any amendments to that contract which are not specifically addressed herein
shall remain in full force and effect.
CITY OF CORPUS CHRISTI FREESE AND NICHOLS, INC.
fOoc"s'9ned by: 4/13/2020
f.
Michael Rodriguez ', r.t. Date
Chief of Staff Vice President/Principal
800 N. Shoreline, Suite 1600N
Corpus Christi, Texas 78401
(361) 561-6500 Office
rg@freese.com
APPROVED AS TO FORM
DocuSigned by:
jalAkt 11'',,11 rr� II t 11 4/14/2020
P'i Ye ?artment Date
ATTEST
U w� AM
Ekt-ft& 3Y ('�ttllCll..,. .Sii�ill�irli
Ci Secretary Date
3--1a-8
' °f '
SCANNED
DocuSign Envelope ID:D19CCDB7-E158-4580-903A-04456FE5CA3A
rFR E E S E Innovative approaches
1 NICHOLS Practical results
800 N.Shoreline Blvd.,Suite 1600N • Corpus Christi,Texas 78401 • 361-561-6500 • fax 361-561-6501 www.freese.com
March 6,2020
Jeff Edmonds, P.E.
Director of Engineering Services
City of Corpus Christi
1201 Leopard St.
Corpus Christi,TX 78401
Re: Choke Canyon Dam Infrastructure Improvements—Amendment#2(Revision 2)
City Project No. E13050
Reservoir Operations(RFQ 2016-01)—Choke Canyon Dam Gate Controls System
Dear Mr. Edmonds:
It is our pleasure to provide a scope of services and fee proposal to support the Reservoir Operations Final
Design amendment for Choke Canyon Dam Spillway Electrical Upgrades and Outlet Tower Improvements.
The City's Engineering Staff have directed FNI to focus our final design efforts under this selection on Gate
Controls Systems at Choke Canyon Dam based on items identified as priorities by the United States Bureau
of Reclamation (USBR)through its 2012 Comprehensive Facilities Review. Recommendations were made to
address the concerns of the USBR as a part of the Choke Canyon Dam Gate Controls Systems Evaluation
dated October 15th, 2018.
Per USBR and FNI recommendations,the project goal is to prepare construction plans and specifications
for:
• Upgraded Gate Control Systems at the Emergency Spillway and the Low Flow Outlet Tower
• Refurbishment of the outlet tower trash racks protecting each sluice gate
11 • Life safety improvements for safe operation of the Stoplog System
• Repair of concrete spalling on the emergency spillway chute.
• Stabilization of Gantry Crane Resting Pad
• New maintenance facility
The project will include the following:
BASIC SERVICES
Project Management: Establish schedule,coordinate information between FNI and the City of Corpus Christi
(City), and other efforts in support of this project. Coordinate Quality Control (QC)/Quality Assurance (QA) by
Senior Management and Technical Staff consistent with FNI's established internal quality review processes.
Coordinate conference calls for internal kickoff meeting, client kickoff meeting,and progress meetings.
Proiect Management, Meetings, and Data Assembly:
The following tasks will be performed as part of project management:
EXHIBIT A
Page 1 of 8
DocuSign Envelope ID:D19CCDB7-E158-4580-903A-04456FE5CA3A
Page 2
March 6,2020
1. Establish project and manage schedule and work execution. Develop contracts for electrical
subconsultant to work in partnership with FNI.
2. Coordinate information between the FNI team and City. Upon City approval, coordinate
information between United States Bureau of Reclamation,City,and FNI.
3. Coordinate Quality Control (QC)/Quality Assurance(QA) by FNI Senior Management and Technical
Staff.
4. Develop and provide monthly status reports, including financial information.
Electrical Field Investigation: Conduct a field investigation to validate design assumptions and take
measurements of existing equipment.
Sluice Gate Controls
The following tasks will be performed for field investigation:
1. Perform site visit and perform verification of record drawing for only visible components.
Low Flow Outlet Perform upgrade design of low flow outlet sluice gate controls for four(4) sluice gates,
upgrade to a bypass steel conduit(20-inch and 60-inch) outlet controls,and electrical upgrades to the panels
and transformers. Additionally, new trash racks will be installed upstream from the sluice gates.
Sluice Gate Controls and Upgrades:
The following tasks will be performed for the four (4)sluice gates:
1. Specify new electrical actuators to replace existing actuators including coordination with approved
manufactures.
2. Design new travel counter/direction indicator utilizing new electric actuators.
3. Design new remote I/O rack at outlet tower to interface with new electric actuators and
communicate to PLC in bunker for monitoring and control.
4. Design new remote PLC control in DS bunker to include travel counter/direction indicator
5. Develop a monitoring and control on new PLC-based HMI master control processor touch
screen located in bunker for all (4) sluice gates
Bypass Conduit(20-inch)Outlet Controls
The following tasks will be performed for the 20-inch Bypass Conduit:
1. Develop new encoders for gate position indication to PLC utilizing existing hydraulic actuator
2. Design new outlet controls in bunker to include travel counter/direction indicator
3. Develop monitoring and control on new PLC-based HMI master control processor touch screen
in Bunker for 20" outlet.
Bypass Conduits(60-inch)Outlet Controls
The following tasks will be performed for the two 60-inch Bypass Conduits:
1. Develop new encoders for gate position indication to PLC utilizing existing hydraulic actuator
2. Design new outlet controls in bunker to include travel counter/direction indicator
3. Develop monitoring and control on new PLC-based HMI master control processor touch screen
in Bunker for both 60" outlets.
I
EXHIBIT A
Page 2 of 8
DocuSign Envelope ID: D19CCDB7-E158-4580-903A-04456FE5CA3A
Page 3
March 6,2020
Electrical Upgrades
The following tasks will be performed for the Electrical Upgrades:
1. Design new 480V distribution Panel.
2. Design new 120/208V Panel.
3. Design new 480V—120/208V transformer
Trash rack System Upgrades
The following tasks will be performed for the Trash rack:
1. Develop trash rack corrosion protection system
2. Develop trash rack#3 hatch repair
3. Design track rack refurbishment and recoating details.
Emergency Spillway: Design new controls for each spillway hoist, spillway control room upgrades, stoplog
gantry crane upgrades, and electrical upgrades. Additionally, design repairs of the concrete spalled area of the
spillway chute.
Spillway Gate Controls
The following tasks will be performed for the seven (7) spillway gate hoists:
1. Design new stainless steel NEMA 4X enclosures and support racks at each hoist
2. Design New electrical control gear, including local PLC-based HMI control processor touch
screen on swing out door inside enclosure
3. Design New electrical feed wiring to each hoist(and conduit as needed)
4. Design new hoist& lube oil motor starters and controls wiring
5. Design new encoders for gate position indication to PLC
Spillway Control Room and Stoplog Gantry Crane
The following tasks will be performed for the spillway control room and stoplog gantry crane:
1. Design new PLC-based HMI master control processor touch screen that bundles controls for all
(7)gates to include travel counter/direction indicator for all (7)gates on one screen
2. Upgrade I/O wiring(and raceways/conduit as required)
3. Develop new electrical feed wiring(and conduit as needed)
4. Design new Stoplog Gantry Crane electrical enclosure upgrade to NEMA 4X
5. Design new Stoplog Gantry Crane overhead electrical wiring replacement/repair
6. Replace Lake level transmitter with new transmitter
Electrical Upgrades
The following tasks will be performed for the Electrical Upgrades:
1. Design new 480V distribution Panel.
2. Design new 120/208V Panel.
3. Design new 480V—120/208V transformer
Spillway Spall Repair Plan and Details
The following tasks will be performed for the spillway spall repair:
EXHIBIT A
Page 3 of 8
DocuSign Envelope ID:D19CCDB7-E158-4580-903A-04456FE5CA3A
Page 4
March 6, 2020
1. Perform a site visit to inspect areas experiencing concrete spalling and develop a layout of
spalled areas to be addressed and shown on the construction drawings.Assessment of
superficial concrete along joint areas will be performed using non-destructive testing (NDT)
methods.These methods will consist of sounding the concrete with a hammer or steel rod to
identify delamination or potentially unsound concrete along joints.The goals of the inspection
will be to be assess a potential issue,general extent of problems found, and variations in
severity at differing locations.
2. Develop repair details, including requirements for concrete demolition,surface preparation,
and placement of new concrete,along with doweling and/or anchorage as required.
3. Develop a technical memorandum to document site visit, including layout of spalled areas.
Gantry Crane Resting Slab Stabilization and Repair:
1. Design helical pile stabilization of existing crane resting pad.
2. Design repairs to broken pad corners.
Spillway Deck Safety Grating Design
The following tasks will be performed for the spillway deck grating:
1. Perform a design site visit to inspect and measure the existing slots for the grating.
2. Review historic technical information.
3. Develop grating details for a new safety rail system.
Maintenance Facility: Design building foundation,work lighting and electrical outlets, and specify pre-
engineered metal building for provision by the contractor.
The following tasks will be performed for the proposed maintenance facility:
1. Determine building function with input from staff
2. Design building foundation based on geotechnical testing, loading information, and foundation
design recommendations provided by the City
3. Design performance specification to allow contractor to procure appropriate pre-engineered
metal building for installation.
Lifting Beam Procurement Support: The City intends to procure a new lifting beam based on original
engineering design and specification. The following tasks would be performed under this item:
1. Limited support of required bid information,such as steel grade, dimensional alterations, or
review and coordination of procurement descriptions or requirements.
Design Report: Prepare a design report to document the basis of design,equipment description,and
updates to the standard operating procedure for the gates.
The following specific tasks will be completed to develop the Design Report:
Design Report:
1. Prepare a draft report discussing findings from inspection,engineering evaluations, and final design
decisions with supporting appendices as required.
2. Meet with City personnel in person and via phone to discuss comments and prepare the final report.
3. Revise report per City comments and issue final design report to improve the life safety during deployment
of the Stoplog System.
EXHIBIT A
Page 4 of 8
DocuSign Envelope ID:D19CCDB7-E158-4580-903A-04456FE5CA3A
Page 5
March 6,2020
Construction Drawings and Specifications: Prepare construction documents to serve as the basis for
preparation of quantity estimates and opinion of probable construction cost and to allow City to secure
services of a qualified contractor to perform the work.The construction documents will include drawings,
technical specifications, and contract bid documents for during bid phase and construction.Technical
specifications will be prepared to describe the scope, materials,standards and procedures to which the work is
to be performed.The technical specifications along with the instructions to bidders,general conditions,special
conditions, bid forms, bid schedule, design drawings and reference drawings will form the final contract bid
package.
The following specific tasks will be completed to develop the construction drawings:
60%Design:
1. Develop 60%design submittal.The 60%submittal will include an executive summary, plans,a technical
specification list, front-end documents, and a preliminary opinion of probable construction costs(OPCC).
Provide copy of the documents to the City in electronic format(PDF)for review and comment. Following
City approval,coordinate review of documents by USBR.
2. Coordinate drawings with the technical specifications so that all items of work and materials are covered in
the specifications and compatible with notes on the drawings
3. Hold a review session with City staff to discuss issues and review the 60%design submittal.
90% Design:
1. Develop the 90%design by addressing City formal review comments of 60%design submittal.The 90%
submittal will include a plans, specifications,and up-to-date front-end documents. Provide copy of the
documents to the City in electronic format (PDF)for review and comment. Following City approval,
coordinate review of documents by USBR.
2. Revise technical specifications by addressing City formal review comments of 60%design submittal.
3. Develop a revised OPCC for the proposed improvements based on the submittal.
4. Hold a review session with City staff to discuss issues and review the 90% design.
Pre-Final and Final Design:
1. Develop the pre-final design by addressing City formal review comments of 90%design submittal.The Pre-
Final submittal will include a plan executive summary, plans,specifications, and up-to-date front-end
documents. Provide copy of the documents to the City in electronic format(PDF)for review and comment.
Following City approval,coordinate review of documents by USBR.
2. Develop a revised OPCC for the proposed improvements based on pre-final submittal.
3. Hold a review session with City staff to discuss issues and review the pre-final design.
4. Address any final comments from the pre-final design submittal prior to finalizing the signed/sealed (IFB)
set for submittal to the City for bid.
Bid and Construction Phase Services: Provide support to the City personnel during the bidding period and
construction phase to assist City with construction document interpretation and compliance with engineer's
intent.
Support during Bidding Process
The following specific tasks will be provided during the bid phase:
1. Participate in the pre-bid conference to discuss scope of work and to answer scope questions
2. Review all questions concerning the bid documents and prepare any revisions to the plans,
specifications and bid forms that may be necessary.
3. Attend bid opening and assist with the evaluation of bids.
EXHIBIT A
Page 5 of 8
DocuSign Envelope ID:D19CCDB7-E158-4580-903A-04456FE5CA3A
Page 6
March 6,2020
4. Assist with the review of the Contractor's Statement of Experience and confirm it meets Contract
requirements.
5. For bids over budget,the A/E will confer with City staff and provide and,if necessary,make such revisions
to the bid documents as the City staff deems necessary to re-advertise the Project for bids.
6. Provide two(2)hard copy set and one(1)electronic set of conformed drawings and conformed Contract
Documents(PDF and original [CAD/Word/etc.])to the City.
Construction Phase Services
Provide professional Construction Phase Services (CPS)to assist in obtaining a completed project in accordance
with the purpose and intent of the Construction Contract Documents. The overall construction schedule for
the electrical upgrades and spall repairs is estimated to be approximately eight months. Any effort directly or
indirectly related to a time extension to the contractor and project duration will be an additional service for
FNI. Also, any effort not included in this scope will be considered an additional service.
Upon completion of the bid and negotiation phases, FNI shall proceed with the performance of construction
phase services as described below. FNI shall endeavor to protect the City in providing these services, however,
it is understood that FNI does not guarantee the contractor's performance, nor is FNI responsible for
supervision of the contractor's operation and employees. FNI shall not be responsible for the means, methods,
techniques, sequences or procedures of construction selected by the contractor,or any safety precautions and
programs relating in any way to the condition of the premises,the work of the contractor or any subcontractor.
FNI shall not be responsible for the acts or omissions of any person (except its own employees or agents)at the
project site or otherwise performing any of the work of the project.
The following specific tasks will be provided during construction:
1. Attend and participate in a pre-construction conference with the City and contractor, review construction
schedules prepared for the Owner by the contractor pursuant to the requirements of the Construction
Contract Documents and review proposed estimate of monthly cash requirements of the project from
information provided through the City by the contractor.
2. Establish communication procedures between the City and contractor. Establish FNI Construction
Management software, as the electronic web-based project documentation management system for
distributing submittals, submittal responses,and construction related documents.
3. Coordinate and/or cause the timely coordination (distribution, receipt and tracking) of project documents
between all parties including City,the contractor, FNI,and FNI's subcontractors/subconsultants as
appropriate.
4. Review and make recommendations to the City regarding contractor's progress payment requests-36.
Contractor Submittal Reviews
1. Review contractor's submittals, including requests for information, modification requests,shop drawings,
schedules, and other submittals in accordance with the requirements of the Construction Contract
Documents for the project. Review contractor's submittals throughout construction for consistency with
plans, specifications,and project requirements. Recommend action to the City for reviewed submittals. It
is anticipated that submittal reviews will consist of the following:
a. Record Data/Certified Test Reports/Lab Test Reports—10
b. Requests for information—10
c. Schedule of Progress—8
d. Submittals and Shop Drawings—3
EXHIBIT A
Page 6 of 8
DocuSign Envelope ID D19CCDB7-E158-4580-903A-04456FE5CA3A
Page 7
March 6, 2020
2. Provide technical information for inclusion in change orders or requests for quotes. Engineering analyses,
plans,and specifications required to implement a change to the project design is considered an additional
service and will be as agreed to by the City in writing prior to work being performed.
3. Review all contract modifications and field orders for conformance with the contract documents. Assist in
negotiating contractor costs for design change orders. Prepare approvals of significant design
modifications and substitutions of materials and provide written reports to the City.
Site Visits
1. Make visits appropriate to the stage of construction to the site to observe the progress and the quality of
work and attempt to determine in general if the work is proceeding in accordance with the Construction
Contract Documents. In this effort, FNI shall endeavor to protect the City against defects and deficiencies
in the work of the contractor and shall report any observed deficiencies or non-conforming work to the
City. Visits in excess of the specified number above in Items 1-4 are considered an additional service.
a. Monthly Meeting Visits. Eight(12) Monthly Construction Progress meetings and construction site
visits for the Engineer or Record,or his designee, immediately prior to, or subsequent of, progress
meetings.
b. Site Visits. Four(4)site visits are anticipated to perform inspection and coordination.
c. Additional Site Visits. Four(4)site visits are reserved for special circumstances as required to
support the construction of the project or as directed by the City.
Completion Activities
1. Revise the construction drawings in accordance with the information furnished by the contractor reflecting
changes in the project made during construction. "Red Lines"will be developed and maintained by the
contractor and approved by the City's inspector. Two (2) sets of prints of Record Drawings shall be
provided by FNI to the City.
2. Prepare and submit a project completion report summarizing the construction phase observations by FNI.
3. Conduct, in company with the City, a one-year warranty phase inspection (one day visit)of the project to
evaluate the condition and performance of the spillway gate and low-flow outlet controls,as well as the
gantry crane and slab. Provide a technical memorandum summarizing findings from the site observations.
Additional Services:
Tasks not included in this work authorization would require a new work authorization or an amendment to this
work authorization agreed to in writing by the City and FNI.
Project Assumptions:
Maintenance Facility(46'x 60')
It is our understanding that the City desires only an engineered slab and limited electricity for lights and outlets
to support vehicle repair and maintenance. No occupancy is supported by this scope, as it is a temporary repair
facility to get repair items out of the elements. No plumbing, interior walls, interior finishes, HVAC, insulation,
landscaping, or other amenities normally required in an occupied structure would be provided under this
scope. The metal frame building will be a performance specification building, engineered by the manufacturer,
with the only structural engineering being performed under this scope to be the building foundation. The
building site has already been designated by City staff,who have already built up the sand pad to support the
building foundation. Geotechnical investigation and foundation design recommendations would be provided
by the City to support FNI foundation design.
EXHIBIT A
Page 7 of 8
DocuSign Envelope ID.D19CCDB7-E158-4580-903A-04456FE5CA3A
Page 8
March 6,2020
Gantry Crane Resting Pad Stabilization
The design in this scope is considered a temporary 10-year design that cannot prevent further settlement but
should stabilize and slow further settlement. Only a geotechnical investigation could provide information
about why the settlement is occurring, and if there are any voids or issues below the pad. FNI can assist the
City in defining the scope for the geotechnical investigation,to be funded directly through City geotechnical
providers,outside of this contract. Design of the repair of the gantry crane rail after pad stabilization is outside
of this contract.
Schedule:
Activity Duration Months after NTP Anticipated Date
Commencement of Services - - April 2020
60%Design Documents* 4 months 4 months August 2020
90%Design Documents* 4 months 8 months December 2020
Pre-Final Bid Documents* 3 months 12 months March 2021
Issued For Bid Documents 2 months 14 months May 2021
Bid and Award Phase 3 months 17 months August 2021
Construction Begin - 19 months October 2021
Construction End 12 months 31 months October 2022
*activity dates assume 2-week duration of City review
Engineering Fee:
Proposed lump sum engineering phase services fees, including direct costs,for the tasks described in this scope
of work are as shown in the table below:
TASK
1 Design $422,866
2 Bid-Phase $25,638
3 Construction Support $151,826
Total Fee $600,330
Please feel free to contact me at 361.561.6510 if you have any questions regarding this matter.
Respectfully,
Freese and Nichols, Inc.
Ron Guzman, P.E.
Vice President/Principal
EXHIBIT A
Page 8 of 8
DocuSign Envelope ID D19CCDB7-E158-4580-903A-04456FE5CA3A
O O O O O O O O O O O O O O O O O O O O O O
U
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
ca N CO 00 CO N O O O O O O O O O O O O O O N O N
L It) CO CO N co EA EA ER EA EA EA ER ER EA EA EA 6R EA ER CO ER CO
CO CO CO Tr
o 0• 6 N Cn , CO ccc
U a N N Lo d CO CO
EA cr to 1- (D
713 EA EA EA EA EA
*C
H
O O O O O
O 0 O O O
Z O O O O O
}, EA ER U) EA EA
C
CU
EM
c
N
E
Q
O O O O0
V) O O O O 0 0 O O 0
Z D CO COO
C CO O O O
C) r.+ CD CO N CO 6R CO U) CO
E C Cp O a0 CO CO CO
> E N N CV LC) 0>O 10 EA ' COCO CO COEA
L C U) U) to
Cl.O a)
O C7 0 Q
y w LL1 O O 0 0 O O O
O Ci LL
3 Z N N EA N U) N
• Z LL r+ N EV 0) CA
cn U) ~ O O C7 c7 N N
`e- W a' 1 EER 6NR U) EA
_ -) Q C
E 0 0 2 E
N aD Q
O F- Op OO 0 O O O
>,() p p O O O O
C _ 4-, CO CO ER CO U) CO
as Ta O N N N N
UL. v 4 v v
Y c U) N EH ER
O
o 0 U
0
2 ai
Cl) 06 U
Cr)OCO C= ~
TS U Q) C N Cl)
(d O fn CU a)
• 7 a)
a.
C U) • Cn N O aa)) c N a
cn (n v o o u) Q ca(a)
0_
O -Du-
.,CT OE O Z
N 03
• D_ C 0) U .� c C L c L_L U f)cf) O
U7. > ° .o m 2 5 mc a) o c .o a_ o c CZ
< o -c
C Ct d cn U �o d It C1 U E O U ° U ca >, Q) C 5
O c as c ° C `- Q c ` U N c ? Q 2 co O Q
cn m �, o O .E o o ,_ N co c _, , Q $ E U o
a• � a) -a o = a a`) o O c c o L' m co o U 3 E (T3 a o
Ct Cl_ a m O v) 13 O I- CC w C)- O F- U) O O cn cn = m < H
m Q
4
EXHIBIT A-1
SUMMARY OF FEES
Page 1 of 1
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 01/01/2017
Total
Contract Amd No. 1 Amd No. 2 Contract
$1,000.00
$0.00
50.00
$1,000.00
52,000.00
$1,000.00
50.00
$3,000.00
$500.00
$0.00
$250.00
$750.00
52,500.00
50.00
$1,000.00
$3,500.00
56,000.00
$1,000.00
$1,250.00
$8,250.00
$0.00
$2,000.00
50.00
$0.00
$2,000.00
$0.00
$1,120.00
50.00
$1,120.00
$0.00
50.00
$1,627.00
$1,627.00
TBD
TBD
TBD
TBD
TBD
TBD
TBD
TBD
TBD
TBD
TBD
TBD
52,000.00
$1,120.00
51,627.00
$4,747.00
$6,000.00
51,000.00
$1,250.00
$8,250.00
52,000.00
$1,120.00
51,627.00
$4,747.00
$8.000.00
$2,120.00
$2,877.00
$12,997.00
Current
Invoice
Previous
Invoice
Total
Invoice
50.00
$1,000.00
51,000.00
51,000.00
$500.00
51,500.00
$0.00
$0.00
50.00
50.00
$0.00
50.00
$1,000.00
$1,500.00
$2,500.00
0.0%
5500.00
$0.00
$500.00
$0.00
$0.00
50.00
50.00
$0.00
50.00
TBD
TBD
TBD
TBD
TBD
TBD
TBD
TBD
TBD
$500.00
$0.00
$500.00
$1,000.00
51,500.00
52,500.00
$500.00
$0.00
5500.00
$1,500.00
51,500.00
$3,000.00
Notes:
If needed, update this sample form based on the contract requirements.
If applicable, refer to the contract for information on what to include with time and materials (T&M).
Sample form for
Payment Request
AE Contract
Revised 02/01/17
Remaining Percent
Balance Complete
$0.00
100.0%
51,500.00
50.0%
$750.00
0.0%
$3,500.00
0.0%
$5,750.00
30.3%
51,500.00
25.0%
51,120.00
0.0%
$1,627.00
0.0%
TBD
TBD
TBD
TBD
TBD
TBD
S4,247.00
10.5%
$5,750.00
30.3%
$4,247.00
10.5%
$9,997.00
23.1%
DocuSign Envelope ID D19CCDB7-E158-4580-903A-04456FE5CA3A
DocuSign Envelope ID:D19CCDB7-E158-4580-903A-04456FE5CA3A
EXHIBIT C
Insurance Requirements
1.1 Consultant must not commence work under this agreement until all required
insurance has been obtained and such insurance has been approved by the City.
Consultant must not allow any subcontractor to commence work until all similar
insurance required of any subcontractor has been obtained.
1.2 Consultant must furnish to the Director of Engineering Services with the signed
agreement a copy 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) $500,000 Combined Single Limit
1. Owned
2. Hired and Non-Owned
3. Rented/Leased
PROFESSIONAL LIABILITY $1,000,000 Per Claim
(Errors and Omissions)
If claims made policy, retro date must
1 Rev 01/20
DocuSign Envelope ID:019CCDB7-E158-4580-903A-04456FE5CA3A
be prior to inception of agreement,
have 3-year reporting period provisions
and identify any limitations regarding
who is insured.
1.3 In the event of accidents of any kind related to this agreement, Consultant must
furnish the City with copies of all reports of any accidents within 10 days of the accident.
1.4 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, with the exception of professional liability, which may be
on a per claims made 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. Consultant is
required to provide City with renewal Certificates.
1.5 Consultant is 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. 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: Engineering Services
P.O. Box 9277
Corpus Christi, TX 78469-9277
1.6 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:
1.6.1 List the City and its officers, officials, employees 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 professional liability/Errors & Omissions policy;
1.6.2 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;
1.6.3 Provide thirty (30) calendar days advance written notice directly to City of
any suspension, cancellation or non-renewal of coverage, and not less
than ten (10) calendar days advance written notice for nonpayment of
premium.
1.7 Within five (5) calendar days of a suspension, cancellation or non-renewal of
coverage, Consultant shall provide a replacement Certificate of Insurance and
2 Rev 01/20
DocuSign Envelope ID: D19CCDB7-E158-4580-903A-04456FE5CA3A
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.
1.8 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 remove the
exhibit hereunder, and/or withhold any payment(s) if any, which become due to
Consultant hereunder until Consultant demonstrates compliance with the requirements
hereof.
1.9 Nothing herein contained shall be construed as limiting in any way the extent to
which Consultant may be held responsible for payments of damages to persons or
property resulting from Consultant's or its subcontractor's performance of the work
covered under this agreement.
1.10 It is agreed that Consultant's insurance shall be deemed primary and non-
contributory with respect to any insurance or self-insurance carried by the City of
Corpus Christi for liability arising out of operations under this agreement.
1.11 It is understood and agreed that the insurance required is in addition to and
separate from any other obligation contained in this agreement.
3 Rev 01/20
DocuSign Envelope ID D19CCDB7-E158-4580-903A-04456FE5CA3A
SUPPLIER NUMBER
TO BE ASSIGNED BY CITY
PURCHASING DIVISION
CITY OF CORPUS CHRISTI
Crky us DISCLOSURE OF INTEREST
Corpus
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: Freese and Nichols. Inc.
P.O.BOX:
STREET ADDRESS:800 N.Shoreline Blvd., Suite 1600N CITY: Corpus Christi ZIP: 78401
FIRM IS: 1. Corporation X 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 Department(if known)
N/A
2. State the names of each "official" of the City of Corpus Christi having an "ownership interest"
constituting 3%or more of the ownership in the above named"firm."
Name Title
N/A
3. State the names of each"board member"of the City of Corpus Christi having an"ownership interest"
constituting 3%or more of the ownership in the above named"firm."
Name Board,Commission or Committee
N/A
4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who
worked on any matter related to the subject of this contract and has an "ownership interest"
constituting 3%or more of the ownership in the above named"firm."
Name Consultant
N/A
EXHIBIT"D"
Page 1 of 2
DocuSign Envelope ID D19CCDB7-E158-4580-903A-04456FE5CA3A
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: Ron Guzman Title: Vice President/Principal
(Type or Print)
ammo.
Signature of CertifyingDate:
Person: --)41 .January 3 2020
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.
EXHIBIT"D"
Page 2 of 2
DocuSign Envelope ID:FFF5C69A-1C5F-4FF8-83D2-0087D6D1BD3C
"4.
•
- Contracts and Procurement Department ; P-Card Maintenance Form
Cardholder Name: Michelle Jorgensen Employee ID: 15854
P-Card Last Four Digits:0791
Department: Animal Care Services City Phone: 826-4605
1-Change Name To:
First Name:
Last Name
2-Change Default Accounting Information:
Account Unit: Fund: Org: ME:
Activity:
3-Change Department Info:
Department:
Division:
4-Change Account Profile:
121 Close Account Reason/effective date:Will only be travel card hold & approver 5.22.20
❑ Temporarily Suspend Account Reason/effective date:
❑ Reinstate Suspended Account Reason/effective date:
U Change/Add Approver From: To:
r 1 Change/Add Reconciler From: To:
5-Issue Card Replacement:
❑ Lost Card Reason:
❑ Stolen Card Reason:
El Embossing Error Reason:
❑ Card Damaged Reason:
n Other: Reason:
Cardholder's Signature: �� Date: 5 iti0
Approver's Signature: Date:
Department Director Date: 195:47Q1:420______
. ______
—OocuSigned by:
P-Card Program Administrators: i i,�-,q,vul aovtrtJt 5/27/2020
Date:
`L1L141I fekii►1444121(2nAa I�ws
oe ,gnc by1
Asst.Director of Contracts and Procurement: 12 PtA�y�`}� Date: 5/23/2020
• 6814riraZ D4BE
DocuSigned by
Director of Contracts and Procurement:------L461.110b.-Q act 5/22/2020
Kim B Date:
181C3E1A7D0344F
_.._. AP..: a no. ...
DocuSign Envelope ID:FFF5C69A-1C5F-4FF8-83D2-0087D6D1BD3C
. 4 Contracts and Procurement Department P-Card Maintenance Form
Cardholder Name: Joel Skidmore Employee ID: 16470
I P-Card Last Four Digits: 6015
Department: Animal Care Services City Phone: 826-7274
1-Change Name To:
First Name:
Last Name :
2-Change Default Accounting Information:
Account Unit: Fund: Org: ME:
Activity:
3-Change Department Info;
Department:
Division:
4-Change Account Profile:
VI Close Account Reason/effective date:Will only be approver 5.22.20
❑ Temporarily Suspend Account Reason/effective date:
Reinstate Suspended Account Reason/effective date:
❑Change/Add Approver From: To:
Change/Add Reconciler From: To:
5 -Issue Card Replacement:
❑ Lost Card Reason:
Li Stolen Card Reason: __
❑ Embossing Error Reason:
❑Card Damaged Reason: •
❑Other: Reason:
Cardholder's Signature: .. V. 0� Date:__a � cr ___
Approver's Signature: ._
iti Date: o5 .3
4
Department Director: Date:
DocuSigned by:
P-Card Program Administrators:
Laii,p
5/27/2020 i,,,.,q,,,,y aovl�..1a)
Date: ___ ____ _
•
Asst.Director of Contracts and Procurement: I uyia Pt 4.>!'aaja Date: 5/23/2020
Director of Contracts and Procurement; �j�Ct. ,� 5/22/2020
Date:
/ Kim Bak 181C3E 1A7D0344F
--- RevicMM nsun.�nn