Loading...
HomeMy WebLinkAboutC2011-453 - 11/20/2011 - NAAMENDMENT NO. 2 TO CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas hereinafter called "CITY ", and FREESE AND NICHOLS INC. hereinafter called "ARCH ITECTIENGINEER" ("A/E"), agree to the following amendment to the Contract for Professional Services for O. N. Stevens Raw Water Influent Improvements Project No. 8643 as authorized and amended by: Original Contract May 27, 2008 Administrative Approval $47,500.00 Amendment No. 1 January 21, 2010 Motion No. M2010 -013 $1,880,000.00 Add the following Scope Items under Exhibit A 1. SCOPE OF SERVICES: B. Additional Services (Allowancel 10. Coordinate with American Electric Power (AEP) and the City of Corpus Christi to facilitate the relocation of the 138 kV overhead electric transmission line currently located within the O. N. Stevens Water Treatment Plant site and also in direct conflict with proposed construction improvements. Freese and Nichols will provide the following services under this task item: • Prepare meeting documents and attend a Kickoff meeting with the City of Corpus Christi management and the AEP overhead electric transmission line group to discuss background of Project No. 8643 and to investigate next steps necessary for relocation of the overhead electric transmission line. • Prepare an information package for AEP's use in initiating the assessment of a new route for the 138 kV overhead electric transmission line within the boundaries of the O. N. Stevens Water Treatment Plant site. This package will include, but it not limited to, the following: 1. Written e-mail request to AEP: FNI will prepare a draft for the City's review and comment and insert into the information package. 2. Technical Memorandum: FNI will provide a copy of this document for the information package. 3. July 13th, 2011 Meeting Minutes: FNI will provide a copy of this document for the information package. 4. Project Schedule: FNI will provide a copy of this document for the information package. 5. ONSWTP Boundary Plat Information (Site Map): The City will provide this information to FNI. This document will provide property description, boundary limits and information related to the railroad easement. 6. ONSWTP Master Plan: The City will provide this information to FNI. 7. Suggested Route Inside the Plant: A route along the northeast side of the plant, adjacent to Up -River Road I Railroad ROW and a route along the south -east side adjacent to Hearn Road will be investigated. 2011 -453 11/20/11 AMEND. NO.2 Pagel of 6 Freese and Nichols Inc. IAtnCXcD Prepare a Draft Request to Proceed Document for the Relocation of the 138 kV transmission line for the City of Corpus Christi's use in requesting that AEP proceed with the relocation efforts. Prepare meeting documents and attend a total of four (4) meetings with the City of Corpus Christi Management and the AEP overhead electrical transmission group. Provide up to 175 hours of miscellaneous coordination effort to assist the City of Corpus Christi with the relocation of the 138 kV transmission line. The coordination efforts will be provided for the following items, as needed: • Coordinate with AEP on Action Items from Meetings • Coordinate with AEP during Route Selection Process (Incl_ 1 Site Visit) • Review and coordinate with AEP during preparation of their Project Scope /Schedule /OPCC • Review AEP Topographical and Boundary Survey • Review AEP's Detailed Design and Engineering • Review AEP's Legal Boundary Survey • Coordination with AEP during their Subsurface Utility Exploration Activities. • Attend Preconstruction Meeting (1 Site Meeting) • Attend up to two (2) Construction Phase Site Meetings Prepare meeting documents and attend one (1) Routing Workshop with the City of Corpus Christi management and the AEP overhead electric transmission line group to discuss AEP's proposed route for the 138 kV transmission line. • Prepare meeting documents and attend one (1) construction sequencing meeting with the City of Corpus Christi management and the AEP overhead electric transmission line group. • Once the new alignment of the transmission line has been approved by the City, FNI will coordinate with their Survey Subconsultant to prepare a metes and bounds description for a new 100 -ft wide utility easement at the O. N. Stevens Water Treatment Plant. Add 81,859 to the Section C, Summary of Fees Add the following Scope Items under Exhibit A -1: Phase II — Final Design 10. Coordinate with LNV Inc.ICarollo Engineers /Bath Engineering Corp./Colwell and Associates, Inc. Project Team to coordinate on the City of Corpus Christi Project No. 8605, Facilities Feed Optimization Improvements Project. The two projects nos. 8643 (O.N. Stevens Raw Water Influent Improvements Project) and 8605 (Facilities Feed Optimization Improvements Project) will be combined into one single project with single set of Contract Documents. Freese and Nichols, Inc.(FNI) project team will be the prime consultant and LNV, Inc. project team will be the sub - consultant on this one single combined project. The following will be covered under this task item: • Project Coordination • Coordination on Base File • Coordination on Individual Process Structure Drawings • Coordination on Hydraulics AMEND. NO. 2 Page 2 of 6 • Attendance at LNV Meetings • Review of LNV Technical Memorandum • Coordination on LNV Technical Memorandum • Construction Sequencing Coordination • Plant Paving Coordination • Coordination Design Team and Project Team Meetings • Coordination on Drawings and Specifications • Coordination on Electrical and Instrumentation Drawings • Coordination on Opinion of Probable Construction Cost (OPCC) • Coordination on responses to COCC Comments on 50 %, 100% and Final 100% Design Submittals • Coordination on TCEQITWDB Submittal Add $47,899 to the Section C, Summary of Fees 11. FNI will furnish corrosion protection services. The services will be provided by a corrosion protection subconsultant that will assist FNI in assessing the in -situ soils at the site, and provide a design for a corrosion protection system to protect the proposed pressure pipe improvements. The following is covered under this task item: • Analysis of the existing in -situ soils • Design of Corrosion Protection (CP) system for the pressure pipe improvements • Preparation of standard details and specifications for the proposed CP system • Foreign utility observation • Opinion of Probable Construction Cost (OPCC) • Assist FNI with construction administration pertaining to the CP system • Attend meetings with Client Add $25 to the Section C, Summary of Fees Total Added to Phase 11 Final Design $73,075 Phase III -- Bid Phase 6. Coordinate with LNV Inc.ICarollo EngineerslBath Engineering Corp./Colwell and Associates, Inc. Project Team on Bid Phase for one single combined project (Project Nos. 8643 and 8605). The following will be covered under this task item: • Coordination on responses to RFIs • Coordination on preparation of addenda • Coordination on conformed documents Add $4,462 to the Section C, Summary of Fees 7. Coordinate with corrosion protection subconsultant A during the bid phase. The following will be covered under this task item: • Coordination on responses to RFIs • Coordination on preparation of addenda Add $1,187 to the Section C, Summary of Fees Total Added to Phase III Bid Phase $5,649 AMEND. NO. 2 Page 3 of 6 Phase IV — Construction 12. Coordinate with LNV Inc.ICarollo Engineers /Bath Engineering Corp.ICoiwell and Associates, Inc. Project Team during Construction Phase for one single combined project (Project Nos. 8643 and 8605). The following will be covered under this task item: • Submittal review • Coordination on responses to RFls, change orders, and site visits • Coordination on preparation of record drawings • Coordination on deliverable assembly Add $12,799 to the Section C, Summary of Fees 13. Coordinate of final CP system start up with corrosion protection subconsultant during the construction phase. Add $4,750 to the Section C, Summary of Fees Total Added to Phase IV Construction $17,549 Delete the following Scope Items under Exhibit A -1: Phase II — Final Design 1d) Design of 96" RW lines to/from hurricane storage basins ( Add design of 200 LF of 108" RW lines) 1e) Design of new intake structure within hurricane storage basin to be able to divert the full 200 MGD to the plant. (Pumping Improvements are not part of this contract). 1f) Sheet pile design to support construction of intake structure 1g) Hurricane storage embankment improvements (not included in this contract) In addition, all the electrical, structural, electrical and instrumentation design, coordination meetings and 50% and 100% submittal related to these items will be deleted from the Project scope of work. Subtract $82 to the Section C, Summary of Fees Phase III — Bid Phase All bid phase services related to construction of 96" RW lines to/from hurricane storage basins, construction of new intake structure within the hurricane storage basin, sheet pile design to support construction of intake structure and hurricane storage embankment improvements will be deleted from the project scope of work. Subtract $16,025 to the Section C, Summary of Fees Phase IV — Construction All construction phase services related to construction of 96" RW lines to/from hurricane storage basins, construction of new intake structure within the hurricane storage basin, sheet pipe design to support construction of intake structure and hurricane storage embankment improvements will be deleted from the project scope of work. Subtract $30 to the Section C, Summary of Fees AMEND. NO. 2 Page 4 of 6 C. SUMMARY OF FEES (REVISED) Summary of Additions and Deletions Phase 11— Final Design Total Added to Phase Il Final Design $73,075 Total Subtracted from Phase II Final Design $82,533 Delta Phase 11 -19,468 Phase III — Bid Phase Total Added to Phase III Bid Phase $5,649 Total Subtracted from Phase III Bid Phase $16,025 Delta Phase III -$10,376 Phase IV — Construction Total Added to Phase IV Construction $17 Total Subtracted from Phase IV Construction $30,143 Delta Phase IV -$12,594 Summary of Fees: AMEND. NO. 2 Page 5 of 6 ORIGINAL CONTRACT AMD. NO. 1 AMD. NO. 2 TOTAL BASIC SERVICES 1 Prelimina Phase $47,500.00 $225,000.00 $0.00 $272,500.00 2 Design Phase 0.00 975,000.00 (9,458.001 965,542.00 3 Bid Phase 0.00 50,000.00 10,376.00 39,624.00 4 Construction Phase 0.00 100,000.00 12,594.00 87,406.00 Subtotal Basic Services 47,500.00 1,350,000.00 32,428.00 1,365,072.00 ADDITIONAL SERVICES Allowance Authorized 1 Permitting (TDLR) 0.00 47,000.00 0.00 47,000.00 2 ROW Acquisition Survey 0.00 TBD 0.00 0.00 3 Topographic Survey (Authorized) 0.00 75,000.00 0.00 75,000.00 4 Subsurface Utility Exploration (Authorized 0.00 115,000.00 0.00 115,000.00 5 Franchise Utility Coordination (Authorized) 0.00 10,000.00 0.00 10,000.00 6 Construction Observation Services 0.00 230,000.00 0.00 230,000.00 7 Start-Up Services /O &M Services 0.00 13,000.00 0.00 13,000.00 8 Warranty Phase 0.00 40,000.00 0.00 40,000.00 9 Provide SCADA Documentation 0.00 TBD 0.00 0.00 10 AEP Transmission Line Relocation Coordination Efforts 0.00 0.00 81,859.00 81,859.00 Subtotal Additional Services 0.00 530,000.00 81,859.00 611,859.00 TOTAL AUTHORIZED FEE $47,500.00 $1880 000.00 $49 $1,976,931.00 05/27/08 Admin Approval 01/12/10 M2010 -013 Admin Approval AMEND. NO. 2 Page 5 of 6 In the Amendment No. 1, EXHIBIT "A ", PART 3. FEES, SECTION C. SUMMARY OF FEES shall be modified for a revised fee not to exceed $49,431.00 (Forty Nine Thousand Four Hundred Thirty One Dollars and zero cents) for a total restated fee not to exceed $1,976,931.00 {One Million Nine Hundred Seventv Six All other terms and conditions of the May 27, 2008 contract and amendments between the City and A/E shall remain in full force and effect. CITY7 CORPUS 9HRISTI Juan Perale , Jr., P.E. Date Assistant City Manager RECOMMENDED �� O /Z 0 Pete Anay , P. E. Date Director of Engineering Services APPROVED AS TO FORM ?I - an 11 ssistant ity Attorney Date ATTEST Armando Chapa, City Secretary FREES AND NICHOLS, INC. Rbn Gulzman, P.E., Date Vice President 800 N. Shoreline Blvd., Suite 1600 N Corpus Christi, TX 78401 (361) 561 -6500 Office (361) 561 -6501 Fax ENTERED AMEND. NO. 2 Page 6 of 6