Loading...
HomeMy WebLinkAboutC2019-468 - 8/12/2019 - NA • CITY OF CORPUS CHRISTI AMENDMENT NO. 1 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. E13050) as authorized and administratively amended by: Original Contract December 11, 2017 Administrative Approval $24,230.00 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 $23,922.00 for a total restated fee not to exceed $48,152.00. All other terms and conditions of the December 11, 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. q7.- 0/i/S July 24, 2019 Mark 5127a Vleck Ron Guzman, P.E. Date Assistant City Manager Vice President/Principal 800 N. Shoreline, Suite 1600N Corpus Christi, Texas 78401 (361) 561-6500 Office rg@freese.com 73) l Jeff dmonds, P.E. Director of Engineering Services APPROVED AS TO LEGAL FORM 9. i 2019.07.2513:11:02 �(� -05'00' Legal Department Date Fund Name Acct Unit Acct No. Activity No. Amount Choke Canyon Dam 4080-061 550950 E13050-01-4080-EXP $23,922.00 Total $23,922.00 SCANNED rail F R E E S E Innovative approaches. �'��O�S result', Practicas Outstanding service 800 N.Shoreline Blvd.,Suite 1600N • Corpus Christi,Texas 78401 • 361-561-6500 • fax 361-561-6501 www.freese.com June 10,2019 Mr.Jeff Edmonds, P.E. Director of Engineering Services City of Corpus Christi P. O. Box 9277 Corpus Christi,TX 78469-9277 Re: Professional Services for Choke Canyon Dam Infrastructure Improvements City Project No. E13050 Freese and Nichols Professional Engineering Services Proposal Dear Mr. Edmonds, Freese and Nichols, Inc. (FNI) is pleased to provide our Amendment No. 1 proposal for additional effort under Choke Canyon Dam Infrastructure Improvements(City Project No. E13050) as requested.We have been asked by the City of Corpus Christi Engineering Department to provide a site investigation and report supplemental to describe the issues and possible solutions for the bent stoplog lifting beam at Choke Canyon Dam: Basic Services: Lifting Beam Investigation and Report: The Architect/Engineer-A/E (also referred to as Consultant) will: a) Participate in a site visit to review the stoplog SOP, bent stoplog lifting beam,gantry crane, stoplog slots, stoplog lifting procedure demonstration, and other related items. b) Document potential issues that may have contributed to the bent stoplog lifting beam c) Review available reports, record drawings,O&M manuals,and other information provided by the City pertaining to the project area. d) Develop preliminary solution options for City consideration. e) Prepare preliminary opinions of probable construction costs for the recommended option(s). f) Present all information in a supplemental report section for the existing report entitled Choke Canyon Dam Gate Controls Systems Evaluation to include: 1. Provide a general presentation of pertinent factors, sketches, designs, cross-sections, and parameters which may require coordination with the USBR,existing and proposed lifting infrastructure,identification of quality and quantity of materials of construction, and other factors required to scope a future professional design solution. 2. Include existing site photos. 3. Provide preliminary opinion of probable construction costs. 4 Submit one (1)copy in an approved electronic format,and two(2) paper copies of the Draft Engineering Letter Report. City staff will provide one set only of the following information (as applicable): a) Record drawings,record information of existing facilities,and O&M Manuals(as available from City Engineering files). AMEND. NO. 1 b) The preliminary budget, specifying the funds available for construction. EXHIBIT"A" Page 1 of 3 c) A copy of existing studies and plans. (as available from City Engineering files). d) Field location of existing city utilities. (A/E to coordinate with City Operating Department. e) Applicable Master Plans and GIS mapping are available on the City's website. f) Provide bench marks and coordinates. g) Provide all required data for FHWA Life Cycle Analysis Project Assumptions: 1. Report supplemental will focus on structural and mechanical issues with the lifting system, and any issues with electrical feed or controls will reserved for final design. 2. The City and USBR will provide list of current and outstanding issues related to the lifting system for evaluation and incorporation to the proposed solution(s). 3. The City will demonstrate the lifting procedures on site to the designated FNI representative. The City staff will: 1. Designate an individual to have responsibility,authority,and control for coordinating activities for the project. 2. Provide the budget for the Project specifying the funds available for the construction contract. 3. Provide the City's standard specifications,standard detail sheets,standard and special provisions,and forms for required bid documents. 4. Provide electronic index and database of City's record drawing and record information. 5. Provide requested record drawings, record information in electronic format as available from City Engineering files. 6. Provide a copy of existing studies and plans. (as available from City Engineering files) 7. Provide field location of existing city utilities. (A/E to coordinate with City Operating Department) 8. Provide applicable Master Plans and GIS mapping are available on the City's website. 9. City Control survey bench marks and coordinates. Preliminary Phase 2 Activities.TBD Design Phase. TBD Construction Administration Phase. TBD Additional Services: Electrical or Controls Issues Analysis or Preliminary Design.All electrical or controls system analysis and design would be an additional service under this scope. a) Evaluation of electrical feed system issues and current status. b) Evaluation of controls system issues and current status. c) Analysis of electrical feed system issues. d) Analysis of controls system issues. e) Preliminary Design of electrical feed system upgrades. f) Preliminary Design of controls system upgrades. g) Preliminary OPCC for proposed upgrades h) Report section on issues, analysis, proposed preliminary design solutions, and Preliminary OPCC. AMEND. NO. 1 EXHIBIT "A" Page 2 of 3 Project Schedule Date Activity June 2019 NTP July 2019 Draft submittal August 2019 Final submittal If FNI's services are delayed through no fault of FNI, FNI shall be entitled to equitable adjustment of rates and amounts of compensation and FNI shall be entitled to adjust contract schedule consistent with the number of days of delay. Freese and Nichols, Inc. proposes to perform the scope of services listed above for the lump-sum fee of $23,922. We look forward to working with your team on this project. Please feel free to contact me at 361.561.6510 if you have any questions. Respectfully, Freese and Nichols, Inc. "12 ..-- i Ivy' on Guzman, P.E. Vice President/Principal AMEND. NO. 1 EXHIBIT "A" Page 3 of 3 Corpus Christi Reservoir Operating System Infrastructure Improvement Project No. E13050 Freese and Nichols SUMMARY OF FEES Original Amendment Total Contract Contract No. 1 Basic Services: Preliminary Phase $24,230.00 $23,922.00 $48,152.00 Design Phase 0.00 Bid Phase 0.00 Construction Admin Phase 0.00 Subtotal Basic Services $24,230.00 $23,922.00 $48,152.00 Additional Services: Permit Prepartion $0.00 Topographic Survey 0.00 ROW Acquisition Survey 0.00 Environmental Issues 0.00 Public Meetings 0.00 Construction Observation 0.00 Traffic Control 0.00 Signalization Improvements 0.00 Warranty Phase 0.00 Construction Inspection (T&M) 0.00 Platting Survey 0.00 O & M Manuals 0.00 SCADA 0.00 Subtotal Additional Services $0.00 $0.00 $0.00 Summary of Fees: Basic Services Fees $24,230.00 $23,922.00 $48,152.00 Additional Services Fees 0.00 0.00 0.00 Total Authorized Fees $24,230.00 $23,922.00 $48,152.00 Admin Approval Admin Approval 12/11/17 AMEND. NO. 1 EXHIBIT "B" Page 1 of 1