Loading...
HomeMy WebLinkAboutC2016-632 - 12/19/2016 - NA CITY OF CORPUS CHRISTI AMENDMENT NO.1 CONTRACT FOR ENGINEERING DESIGN SERVICES The City of Corpus Christi,Texas,a Texas home-rule municipal corporation("City')and Freese and Nichols.Inc. ('Consultant),agree to the following amendments to the Contract for Professional Services for Downtown Road and StreetscaDe Improvements BOND 2014(Protect No.E1509 : Original Contract October 18,2016 Motion No.2016-1374 $115,067.00 In the Original Contract, Exhibit"A', Section I. Scope of Services shall be amended as set forth in the attached Amendment No. 1, Exhibit"A". In the Original Contract,Section III. Fees shall be amended as set forth in the attached Amendment No.1,Exhibit "A"for a fee not to exceed 510.643.00,for a total restated fee not to exceed $125,710.00. All other terms and conditions of the October 18,2016 Contract for Engineering Design Services between the City and Consultant,and of any amendments to that contract,which are not specifically addressed herein shall remain in full force and effect. CITY • CORPUS CH• I FREESE AND NICHOLS,INC. C71•. y i6 z- Va . H.Gray,P.=. (offDate Ron Guzman P.E. Date Exe► 've Director o :ubli•W. - t° Vice President/Principal 800 N. Shoreline Blvd., Suite 1600N Corpus Christi,TX 78401 361-581-6500 Office ron.guzman©freese.com APPROVED AS TO LEGAL FORM Project No.Ellam Accounting Unit 3551-051 otum,u, /i/J �j, A Aimee Alcorn-Reed Account Nlgg 2016.12.05 17:40:40-06'00' Activity 615098013551 EXP Assistant City Attorney Date Account Category—NM Fund Name:Street CMP BOND 2014 Encumbrance No. ATTEST I -ffit,a4Z, Va_V1 6 City Secretary Date 2016-632 12/19/16 moose oowTcwN MID D$TREETt_ &f•wR1AWO10 M i F1A2Q15,anti A NOTr TO CONTRACT ACT PROFESSIONAL Freese and Nichols Inc. INDEXED FR E E S E Innovative approaches ZNICHOLS Practical results a Outstanding service 800 N.Shoreline Blvd.,Suite 1600N • Corpus Christi,Texas 78401 • 361-561-6500 • fax 361-561-6501 www.freese.com November 22, 2016 Mr.Jeff Edmonds, P.E. Director of Engineering Services City of Corpus Christi P.O. Box 9277 Corpus Christi,TX 78469 RE: Downtown Road and Streetscape Improvements (Bond 2014) E15098 Amendment No. 1 for Freese and Nichols Professional Service Contract—Topographic Survey Dear Mr. Edmonds, Freese and Nichols, Inc. (FNI) is pleased to submit an amendment to our professional services contract to provide a topographic survey of Laredo/Agnes corridor at the intersection of Chaparral in order to complete the design of the Downtown Road and Streetscape Improvements project for your consideration. The project description reads: "Improvements to the downtown streetscape such as new trash cans, improvements to the gateways (Laredo, Agnes, Mesquite area) and wayfinding signage to help create a sense of arrival to the district and enhance downtown image. Other various street, sidewalk, lighting and landscaping improvements such as improvements to People or Lawrence Street." The project budget indicates that $1,500,000 from Streets is available. Please note that the professional services associated with the survey will be billed as lump sum. We look forward to working alongside your team on this project. Please feel free to contact me should you have any questions. Sincerely, Ron Guzman, P.E. Vice President/Principal Enclosures AMD. NO. 1 EXHIBIT "A" Page 1 of 10 EXHIBIT"A" CITY OF CORPUS CHRISTI,TEXAS Downtown Road and Streetscape Improvements(Bond 2014) (Project Number El 5098) SCOPE OF SERVICES 1. BASIC SERVICES For the purpose of this contract, Preliminary Phase may include Schematic Design and Design Phase services may include Design Development as applicable to Architectural services. 1. Censaltaeti ifliPeGYGR4eAtErs improvements. _ - • • • : - _ • --, •: :" -- -- - - •• "• : • •• :'• NO. 1 EXHIBIT"A" LARe:d,rds%0LCR1c\Co,pos OV4tRCOCC-Downtown Road and sv.afcada unprovemr+tsldeslpn phasonanwindrnant no,12.Amendment No 1 EXHIB T A LARGE AE •• Pa•e 2 of 10 prefecsional-design: group",TO--r DLR, oto. comments. DepailmeAt' The records provided for A/E's use under this contract are proprietary, copyrighted, and authorized for use only by A/E, and gf!(Y for the intended purpose of this project. Any unauthorized use or distribution of the records provided under this contract is strictly prohibited. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed,the A/E will: AMD. NO. 1 EXHIBIT"A" oneaourcesoicRocom ra avai Cocc.Downiowr,Road and srreeucape tmv amen s d sign aria wnenanenc nc 1a-amendment No 1 EXHIBIT A LARGE AE • Pa•e 3 of 10 .. drawings: Y - r r nrpp�iiitpoNu^4 P+•.ont ['lhrie.lt•lnei ih"lnnru+■J/wnf and-reviek' so-meetings: Tho aff'wilk. cont a�T AMD. NO. 1 EXHIBIT"A" L1Rnaueaa1OLCROCorpua duisiaCOCC•Downtown Road and Saaaiacava Irproo.mamr+s.apn onasaumand ,i no 1.2-amt V :UMW A LANG of. • Pa•e 4 of 10 siudy-afea plan-Feviewc 3. Bid Phase. The A/E will: . • . • - T!1 ll: award 4. Construction Administration Phase (Not Authorized). The NE will perform contract administration to include the following: AMD. NO. 1 EXHIBIT"A" LAResourc.1 4.cmckcorpw chfiancocc•Downtown Road and Slreetscape Improvements\deaign phese\emendment no 1\2.Amendment No 1 EXHIBIT A LARGE AE Pa.e 5 of 10 . l: 2. ADDITIONAL SERVICES This section defines the scope of additional services that may only be included as part of this contract if authorized by the Director of Engineering Services. NE may not begin work on any services under this section without specific written authorization 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 NE shall,with written authorization by the Director of Engineering Services, perform the following: 5. Permit Preparation. - - - -- ' - - - - - - - - - - - ' stater and-fedefal-authefitiesTiRGiudiRGY 6. Topographic Survey The topographic survey will be provided by this amendment. A/E will review, conform and rectify the survey drawings into the format required for the project design. The City will provide all permitting, right-of entry, utility one-call, and traffic control and related costs necessary for the procurement of topographic survey and parcel descriptions needed for the project. 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. Include reference to a minimum of two (2) found boundary monuments from the project area. a) Establish Horizontal and Vertical Control. b) Establish both primary and secondary horizontaVvertical control. c) Set project control points for Horizontal and Vertical Control outside the limits of project construction disturbance. AMD. NO. 1 EXHIBIT"A" L'.►asou.cestOLCRICTorpue ChnetACOCC.Downtoem Road and Stre«suwe ImprovemeruakMagn ooaseta t no 1\2-Amendment No.1 EXHIBIT A LARGE AE.•• Pa e 6 of 10 d) Horizontal control will be based on NAD 83 State plane coordinates (South Zone), and the data will have no adjustment factor applied—i.e.—the coordinate data will remain in grid. e) Vertical control will be based on NAVD 88. f) All control work will be established using conventional (non-GPS) methods. Perform topographic surveys to gather existing condition information. g) Locate proposed soil/pavement core holes as drilled by the City's Geotechnical Engineering Consultant. h) Obtain x, y, and zcoordinates of all accessible existing sanitary sewer,storm sewer,water and gas lines as well as any other lines owned by third-parties and locate all visible utilities,wells and signs within the apparent ROW width along project limits. No utility connections will be shown. Surveying services, related to subsurface utility engineering (SUE)shall be provided as part of the scope of work for SUE. i) Locate improvements within the apparent ROW. j) Locate and identify trees, at least five inches in diameter within the apparent ROW. k) Generate electronic planimetric base map for use in project design. oust-be-shewfl- Right-of-Way(ROW)Acauisition Survey(Not Authorized). _ _ - -- te-be-acquir AMD. NO. 1 L:1ResounwslOLCR1C1Corpu$Christ•'•COCC.Downtowt Road and Stroetscape Improvementstdesipn phasetamendment no 112-Amendment No 1 EXHIBIT A LARGE AE.due EXHIBIT"A" Page 7 of 10 - -• -- e - . 8. Geotechnical Investigation. • _ - _ - -- • ••-- •- -- •-= - • • -= = •= _• - • 9. Subsurface Utility Investigation. - - - - - _ - • • - •• _ - _ _ = -- • , - - , _ •- - - - - • _ _ • _ _ _ _ _ _ __ __ _ _ - - - - - - 10. Traffic Control. - - - - _: - - -• - -- - 11. Public Involvement. -- _ - • - --_ - • - • -- : - - • .• = _ - _ - • _ = _ - . • - _ - _ _ • - 12. Warranty Phase(Not Authorized). AMD. NO. 1 EXHIBIT"A" LARffouraiso.cmccomui ChdsU1COCC-Oowntoe Road and Streetsapa Imp,ovamantstidasipm phaaamaadment no tt2Amendment No-1 EXHIBIT A LARGE A£ Pa e 8 of 10 . • 13. Construction Observation Services. lt. SCHEDULE The survey work will be completed within 3 weeks of notice to proceed. This will add three weeks to the project schedule and delay the 60%submittal by 3 weeks in addition to delays associated with the execution of this amendment. III. FEES 1. Fee for Basic Services. The City will pay the NE a fixed fee for providing for 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, A/E will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon NE's estimate (and with City's concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in Section I.A.4,the statement will be based upon the percent of completion of the construction contract. City will make prompt monthly payments in response to NE's monthly statements. 2. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B."Additional Services,"the City will pay the NE a not-to-exceed fee as per the table below: Summary of Fees Basic Services Fees Original Amendment Total Contract No.1 1. Preliminary Phase NA 2. Design Phase $91,981.00 $91,981.00 3. Bid Phase $4,075.00 $4,075.00 4.Construction Administration Phase(Time and $9,321.00 $9,321.00 Materials)(Not Authorized) Subtotal Basic Services Fees $105,377.00 $105,377.00 AMD. NO. 1 EXHIBIT"A" L:ul.sourcesW.CR1C\Corpus a+mtA000C•Downtown Road arta Str..ascaao snprovenwntssaeston plias.a nenament no 1'2-Mwnamwq No I EXHE r A LARGE AE.••• Pa•e 9 of 10 Additional Services Fees (Allowance) 5. Permit Preparation $3,576.00 $3,576.00 6. Public Outreach $2,300.00 $2,300.00 7.Warranty Phase(Not Authorized) $3,814.00 $3,814.00 B. Construction Observation Services To Be To Be Determined Determined 9.Topographic Survey NA $10,643.00 $10,643.00 Sub-Total Additional Services Fees $9,690.00 $10,643.00 $20,333.00 Total Fee $115,067.00 $10,643.00 $125,710.00 AMD. NO. 1 EXHIBIT"A" L^.ReeournsK1LCR1C1Corpu$ChnstACOCC-Downtown Road and Stnwtscape anprovementstdeslpn phasena andment no 112-Anwndmenl No.1 EOM I A LARGE AE.• Pa•e 10 of 10