HomeMy WebLinkAboutC2020-023 - 1/17/2020 - NA r
s
CITY OF CORPUS CHRISTI
AMENDMENT NO. 6 to the
CONTRACT FOR PROFESSIONAL SERVICES
The City of Corpus Christi.Texas, a Texas home-rule municipal corporation("City")and LNV,Inc.("Consultant"),
agree to the following amendments to the Contract for Professional Services for Oso Water Reclamation Plant
Infrastructure Rehabilitation and Improvements (Project No. E12206)
Original Contract June 11, 2013 Motion No. M2013-102 $9,998,629
Amendment No. 1 May 11, 2015 1 Administrative Approval SO
Amendment No. 2 October 26, 2015 i Administrative Approval SO
Amendment No. 3 April 13, 2016 Administrative Approval 50
Amendment No. 4 January 31, 2017 Administrative Approval $0
Amendment No, 5 July 2, 2018 _ Administrative Approval SO
In the Original Contract,Exhibit"A",Section I. Scope of Services shall be amended as set forth in the attached
Amendment No 6 Exhibit"A".
In the Original Contract, Section III. Fees shall be amended based on the modified scope of services in the
attached Amendment No.6, Exhibit"A"for a tee not to exceed .for a total restated fee not to exceed$9,998.629
All other terms and conditions of the June 11, 2013 Contract for Professional 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 OF CORPUS CHRISTI LNV, NI
722'"--."a^ li- '7-A- Mr, I- 4,7:114,0e. /14a)
Michael Rodriguez Date Dan S. eye ,.: ker. P.EDate
Chief of Staff Presid-
801 Navigation, Suite 300
Corpus Christi, TX 78408
(361) 883-1984 Office
(361) 883-1986 Fax
danl@Invinc.corn
loganb@Invinc.com
APPROVED AS TO LEGAL FORM
Aimee Alcorn-Reed
004,.„,--4,,J 2020.01.15 16:16:34-06'00'
Assistant City Attorney Date
ATTEST
1 / _-s /a-0
Cit Secretary Date
SCANNED
. . •
. •
•
LNV
engineers architects contractors Solutionso Today with a
g � � Vision for Tomorrow
January 13, 2020
Mr. Jeff Edmonds, P.E.
Director of Capital Programs
City of Corpus Christi
P.O. Box 9277
Corpus Christi, Texas 78469-9277
RE: AMENDMENT 6 TO PROFESSIONAL SERVICES CONTRACT
Oso WRP Biological Nutrient Removal and Re-rate to 24 MGD
City Project E12206
Dear Mr. Edmonds:
Please consider this letter to be Amendment 6, a zero-dollar amendment to the original contract
which modifies the original Basic and Additional Services scope of work as requested by the City.
In order to avoid confusion and maintain clarity,the scope of service for this amendment has been
separated into two (2) construction packages referred to as:
• Oso WRP Headworks and Lift Station:This amendment includes a re-allocation of budget
for services to be performed in addition to what was previously authorized or anticipated.
• Oso WRP Process Upgrades: This amendment also includes a re-allocation of budget for
services associated with designing, bidding and constructing a different set of
improvements at the Oso WRP than what was originally anticipated. The proposed
improvements include a 3rd aeration basin, process air upgrades, a new blower building,
secondary clarifier traveling bridge modifications and chlorine contact chamber
improvements to meet the goals established in the Treatment Process Evaluation
Technical Memorandum, dated April 2019.
BACKGROUND
Oso WRP originally constructed in 1941 is currently rated for an Annual Average Flow (AAF)
treatment capacity of 16.2 MGD and a peak 2-hour capacity of 98.0 MGD. The treatment
processes at the plant include preliminary treatment, secondary treatment, disinfection, odor-
control, solids stabilization, solids handling, and solids disposal. A major upgrade was completed
in 1985 and included a process conversion to contact stabilization and an increase in plant
capacity. The process was supplemented in 2013 to ensure compliance with the new effluent
ammonia limit of 4 mg/L. This upgrade supplemented the existing contact stabilization process to
include a temporary Breakpoint Chlorination (BPC) Facility to oxidize ammonia chemically and a
step feed modification to reduce BPC chemical usage. This was an immediate response to the
AMD. NO.6
EXHIBIT "A"
801 NAVIGATION I SUITE 300 I CORPUS CHRISTI,TEXAS 78408 Page 1 of 13
OFFICE 361.883.1984 I FAX 361.883.1986 I WWW.LNVINC.COM
January 10, 2020, REV2
new ammonia limit and was not intended, nor designed, to be a long-term solution but rather a
temporary, short-term, low capital cost means to meet the plant's new effluent ammonia
requirements while planning and implementing the permanent long-term improvements.
A summary of the scope of work for the original contract along with the previously executed
contract amendments is described below:
Original Contract-The original contract, Oso Water Reclamation Plant Nutrient Removal and Re-
rate to 24 MGD—Phase 2,was approved by City Council on June 11, 2013 by Motion No. M2013-
102 for an amount not to exceed $9,998,629.00. The scope of the project included major facility
improvements and capacity upgrades at the Oso WRP (Contract "A") along with the
decommissioning and replacement of the Laguna Madre WWTP with an effluent pump station
(Contract "B"). However, LNV only received Notice to Proceed (NTP) for permitting and
preliminary design services, for a total not to exceed fee of$1,493,283.
Amendments No. .1 - 5- From 2015 through 2018, LNV received authorization through various
zero-dollar amendments. These amendments included a combination of new tasks not originally
anticipated along with some portions of the original scope of work. For instance, on May 6, 2016,
the City issued an NTP to design the new lift station and headworks at the Oso WRP. These
facilities had been included in the original scope of work and due to the condition of the existing
facilities,the City elected to expedite the work by separating them into their own bid package and
proceeding with construction of these improvements. Construction of the new lift station and
headworks Is on-going and Is scheduled for completion In July 2020.
DESCRIPTION OF AMENDMENT NO. 6
As described above, the work performed under this amendment is associated with two (2) bid
packages (construction contracts), one that is currently under construction (E12206) and a new
one to address the proposed process upgrades. The following scope is organized in such a way
to distinguish the effort on each bid package.
➢ BID PACKAGE 1: OSO WRP HEADWORKS AND LIFT STATION (E12206)
The lift station and headworks project is currently under construction. However, a number of items
have arisen such as extended construction duration, conformed documents, pump witness
testing, decommissioning plan, SCADA & I&E coordination, bar screen change order, generator
change order and start-up and training.These items represent either work already completed and
billed to the construction phase of the project or excess effort to be performed beyond what was
anticipated. A detailed description of each task is as follows:
AMD. NO.6
EXHIBIT"A"
Page 2 of 13
•
January 10, 2020, REV2
A. BASIC SERVICES
4. Construction Phase Services
• Extended Construction Phase— The construction duration has been extended from 730
days to 878 days through a number of change orders. Original budget of$363K for 730
days = $500/day. This same rate is being used to estimate the amount needed for the
extended construction schedule.
• Bar Screen Change Order— Per Utility Dept request, the design team originally included
a headworks designed around a step screen style bar screen. This product was designed
and specified in construction documents. In Oct 2018, the Utility Dept recognized they
were having tremendous problems with their existing step screens at their other WWTPs.
As a result,they asked the Engineer to determine the feasibility of installing an alternative
style screen in lieu of the step screen. The step screen submittal had already been
approved back in June 2018. The Design team coordinated with CSA,the City Utility Dept,
Engineering Dept, HRM and the screen vendor (Vulcan) to determine the feasibility and
the best alternatives. The designs were reviewed and checked to ensure there were no
conflicts and that the alternative screens would be compatible with the channels and the
washer/compactor. In addition, the design team assisted with negotiating a fair and
acceptable price and is now tasked with reviewing an additional complex submittal for the
multi-rake screen. The construction change order was in the amount of $300,000.
Estimated efforts on this task is 160 hours.
• Generator Change Order—Design team included the relocation of 2 generators from the
Resaca LS to the Oso WRP. Generators were inspected by vendor (Cummins) prior to
bidding and the report was included in bid package. However, over the next 12-18 months
between the time the generators were inspected until the time the project was bid, the
generators continued to be used by the Utility Dept and with the additional aging and
usage,the generators required an additional$105,000 in unanticipated repairs at the time
of construction. Engineer was asked to evaluate what the other options were and to
determine how much it would cost to install 2 new generators in lieu of relocating the
existing ones. Design team had to coordinate with CSA and vendor to develop costs for
each of the options and then provided a summary of alternatives with a recommendation
to the City. Estimated efforts on this task is 160 hours.
• SCADA & I&E Coordination — During the construction phase, the Contractor has requested
supplemental assistance in coordinating with the Utility Dept SCADA/I&E team to ensure
proposed improvements are compatible with existing SCADA/I&E infrastructure. Examples are
determining IP addresses for existing SCADA network at Oso WRP, model numbers and
frequency ranges for existing radio system, etc. Estimated efforts on this task is 40 hours.
• Conformed Documents — On a project of this size and magnitude, there can be a
tremendous number of clarifications and revisions made to the project during the bid phase
through issued addenda. Preparing conformed documents involves assembling and
incorporating all of the revisions and clarifications shown in the addenda into "bid set" of
AMD. NO.6
EXHIBIT"A"
Page 3 of 13
•
January 10, 2020, REV2
documents to create a"construction set"of documents. After the bid phase was complete,
it was recognized that there would be significant value in developing conformed
documents and as a result, the City, and Contractor, requested these conformed
documents. Engineer did not request authorization for this additional service task but
instead billed the time to the Construction phase, as directed by Engineering during the
Pre-Construction meeting. Estimated efforts on this task is 220 hours.
• Decommissioning Plan - The large majority of this original effort was intended for the
decommissioning of the Laguna Madre WWTP. However,a small portion of the effort was
intended to cover the decommissioning plans for any abandoned or demolished facilities
on the Oso WRP site. As a part of the new lift station and headworks construction, the
intent is for CSA to also demolish the existing lift station and headworks facilities. The
scope includes developing a written decommissioning plan and coordinating with TCEQ
on the requirements prior to performing the work. These facilities are scheduled for
demolition beginning In about 6-9 months and as a result,It Is necessary that the Engineer
begin this effort. Estimated efforts on this task is 80 hours.
B. ADDITIONAL SERVICES
5. Startup and Training
Facilities Start-Up: Engineer will provide start-up and training services sufficient to transfer
finished work from a construction status to an operating and functional system as outlined in
the original contract. This scope includes review of start-up plans, coordination of the plan and
assumes one (1) day initial start-up. Start-up services budget shall be based on providing up
to 96 hours for Project Engineer, 48 hours for a Process Specialist, 48 hours for Electrical
Engineer, and 48 hours for an Instrumentation &Controls Engineer for a total of 240 hours.
Training and Training Preparation:
Training will include 2 training sessions that will last approximately 4 hours per session.
Training budget in this amendment is limited to a total of 164 hours (approximately 1 week @
40 hours for 4 project team members)for on-site training and training preparation.
7. SCADA & O&M Documentation
O&M Preparation and Documentation—This task will include the review of O&M manuals
pertaining to the project elements and compilation of manuals into an organized and
searchable format for coherent navigation. It will include organizing the electronic manuals
in adobe format to develop a final O&M manual. This service will not include scoped items
7.2.1 through 7.2.4 listed in the original scope. Estimated efforts on this task is
approximately 180 hours.
AMD. NO.6
EXHIBIT"A"
Page 4 of 13
January 10, 2020, REV2
➢ BID PACKAGE 2: OSO WRP PROCESS UPGRADES
An initial evaluation of three treatment processes was performed by the design team to identify
which long-term improvements provided the best value to the City in replacing the existing BPC
system while maintaining compliance with the current permit requirements. The final technical
memorandum submitted to the City on April 1, 2019 summarized the recommendations of this
initial evaluation. Traditional BNR was identified as the most feasible option with regard to
operational familiarity, mechanical simplicity, capital, and O&M costs. The recommended option
had to meet the following goals and objectives:
1) Replace the existing BPC system with biological nutrient removal for improved efficiency
and dependability and reduced risk associated with chemical feed;
2) Reduce operation and maintenance(O&M)costs associated with inefficient equipment and
high chemical usage;
3) Reduce the risk of future unanticipated emergency repairs and associated discharge permit
violations;
4) Address O&M issues with the secondary clarifier traveling bridges;
5) Provide disinfection modifications to allow continued compliance with the Enterococci
discharge limits; and
6) Provide process upgrades capable of 18 MGD ADF capacity.
The following outlines the proposed improvements under this amendment:
• Site Development and Yard Piping: Site layout to include grading, paving, internal access
roads, drainage improvements and miscellaneous utilities. New yard piping to connect
new process units, interconnecting process piping and tie-ins to existing structures.
• New Process Aeration Basin Train 3: New process train with anoxic and oxic zones,
submersible mixers, fine bubble diffused aeration, MLR pumps and piping, and basin
access walkways/catwalks.
• Reconfigure Existing East and West Aeration Basins 1 and 2: Modification of existing
process to create anoxic and oxic zones and add submersible mixers,fine bubble diffused
aeration, MLR pumps and piping, and basin access walkways/catwalks. Eliminate the step
feed pumping system.
• Aeration System: Replacement of the existing air headers, air drop piping, and coarse
bubble diffusers with a fine bubble system providing 18 MGD ADF capacity. Install new
blowers, a new blower building, and repurpose existing air piping loop to serve existing
aerobic digesters.
• Disinfection and Chemical Handling Facility Updates: Modifications of existing chemical
feed system associated with chlorination and dechlorination to accommodate the process
conversion and modify/derate breakpoint chlorination system to provide only disinfection
capability. Replace existing sodium hypochlorite feed system with new storage tanks,
AMD. NO.6
EXHIBIT"A"
Page 5 of 13
•
January 10, 2020, REV2
pumping systems, piping, chemical analyzers while keeping the new units within the
existing containment structure.
• Clarifier Rehabilitation: Replacement of existing eight(8)traveling bridges with new and/or
modified traveling bridges. Improvements may include the replacement of the existing
hydraulic drive system with an electric drive system, addition of a line shaft mechanism or
torque limiting control system, replacement of existing effluent trough system (possibly
with submerged effluent launders), replacement of existing festooning system with a
power conductor bar and existing RAS pumps with new ones.
• Scum Removal Improvements: Replacement of existing scum removal system with slotted
pipe skimmers with a handwheel operator or a submerged scum trough and electric
actuated plug gates with manual override to replace the existing plug valves. Replacement
of existing scum pumps, addition of two or more rotary drum screens and scum platforms.
• Chlorine Contact Chamber: Existing weir troughs to be replaced with new submerged
effluent launders for Contact Chambers 1 thru 4. Improvements to rake mechanism, center
drives and stilling wells in Contact Chambers 1 thru 2.
• Electrical System Upgrades: Site electrical upgrades for new process facilities,
instrumentation and controls, electric control room and area lighting.
• SCADA System Upgrades:SCADA upgrades to monitor and control new process facilities.
A. BASIC SERVICES
1. Preliminary Design Phase — The purpose of the Preliminary Design phase is to
develop an adequate definition of the Project to enable the Design phase to proceed
without significant changes. Another objective of Preliminary Design is to identify
desirable equipment types, as well as the need to specify sole source procurement
and/or equipment pre-selection options. The selection and design of major process
equipment will be based on technical factors, operability, and optimal lifecycle cost
analysis. Preliminary Design phase tasks as shown in the original contract will remain
the same. These services will be provided for the list of improvements outlined above
for Bid Package 2.
Meetings:
• Invoicing and Monthly Progress
• One(1)two-hour Kickoff Meeting
• Six(6)Technical Workshops
• Up to three (3) Project Progress Meetings
• One (1)two-hour DRAFT PER Review Meeting
AMD. NO.6
EXHIBIT"A"
Page 6 of 13
January 10, 2020, REV2
Deliverables:
• Monthly status reports and invoices
• DRAFT and FINAL Preliminary Engineering Report(includes 30%design drawings
- 11"x17" PDF)
• One (1) copy with list of technical specifications (PDF).
• One (1) copy of Opinion of probable construction costs and
• Portable Document Format (PDF) copies of all documents on DVD
2. Design Phase—Design phase tasks as shown in the original contract will remain the
same. These services will be provided for the list of improvements outlined above for
Bid Package 2.
Meetings:
• One (1)two-hour 60% Design Review Workshop
• One (1)two-hour Pre-Final (90%) Review Workshop
Deliverables:
• 60% Design Completion
• One(1) copy of Design Drawings
• One(1) copy of the 60% Specifications
• Construction Cost Estimates (60% Design)
• Portable Document Format(PDF) copies of all documents on DVD
• Pre-Final (90%) and Final (100%) Design Completion
• 2 Sets of Plans (Pre-Final and FINAL)
• 2 Sets of Specifications (Pre-Final and FINAL)
• Construction Cost Estimates (Pre-Final and FINAL)
• Portable Document Format(PDF) copies of all documents on DVD
3. Bidding Phase — The bidding services that have been scoped in original scope of
work will be provided. These services will be provided for the list of improvements
outlined above for Bid Package 2.
Meetings:
• One (1)two-hour Pre-bid Meeting
• One (1)two-hour bid opening meeting
• One (1)two-hour meeting to discuss bids with the City
Deliverables:
• Review questions received during the bid phase regarding the Bid documents and
Addenda preparation
• Agenda and meeting minutes for pre-bid conference
• Bid evaluation and recommendation for contract award
AMD. NO.6
EXHIBIT "A"
Page 7 of 13
•
•
January 10, 2020, REV2
4. Construction Phase — Construction phase services as outlined in original scope of
work will be provided. These services will be provided for the list of improvements
outlined above for Bid Package 2. The anticipated construction duration is 32 months
Meetings:
• One (1)two-hour pre-construction conference.
• Conduct regular visits to site (at least two (2) per month)
• Two (2) Substantial/Final Completion Inspection
Deliverables:
• Meeting agenda, Meeting Notes and Progress Reports as required
• Review equipment submittal and maintain submittal log
• Review and interpret field and laboratory tests.
• Provide interpretations and clarifications of contract documents
• Review Contractor or City-requested change as necessary
• Substantial Completion Recommendation & Punch List
• Final Completion Recommendation & Punch List
• (1) Full size of Record Drawings
• AutoCAD and PDF copies of all documents on DVD
B) ADDITIONAL SERVICES
1. Permitting &Agency Coordination
Permit Amendment and TCEQ Coordination:
Due to the complexity of the Oso WRP discharge permit renewal process, additional
services are being requested to continue work performed under Amendment No. 5 with
addressing comments and participating in meetings associated with the proposed Blind
Oso segment (February 8, 2018, revision of the Texas Surface Water Quality Standards)
with an objective to obtain approval towards a discharge permit renewal from TCEQ.
Additionally, services will include coordinating with City and TCEQ to seek approval for a
process conversions of existing contact stabilization process to a biological nutrient
removal process improvement under this amendment. The services are as follows:
• Supplementing the permit amendment application to reflect changes in the
proposed design
• Preparing for and participating in meetings with TCEQ and EPA Region VI
• Preparing for and participating in meetings with EPA Headquarters in Washington,
DC.
• Preparing technical support documents to address questions by EPA
• Assessing alternatives for the eventuality of EPA non-approval
AMD. NO.6
EXHIBIT"A"
Page 8 of 13
•
•
January 10, 2020, REV2
Industrial Exemption Affidavit: Engineer will prepare industrial exemption applications,
make Final Design submittals to the City Development Services Department, and respond
to comments received from the Department until the exemptions are approved. The actual
cost of the permit(s) will be paid by the City and/or Contractor and the permit will be
obtained by the Contractor prior to the start of construction.
An additional budget is being requested in this amendment and they will be provided on a
T&M basis.
5. Start-up &Training Services
Facilities Start-Up: Engineer will provide start-up and training services sufficient to transfer
finished work from a construction status to an operating and functional system as outlined in
the original contract. Start-up services budget shall be based on providing up to 120 hours for
Project Engineer, 40 hours for a Process Specialist, 40 hours for Electrical Engineer, and 40
hours for an Instrumentation &Controls Engineer.
Training and Training Preparation:
Training will include 3 training sessions that will last approximately 4 hours. Training budget in
this amendment is limited to a total of 220 hours (approximately 1 week @ 48 hours for 4
project team members)for on-site training and training preparation.
Factory Witness Testing: Engineer will also perform factory witness testing for the blowers,
aeration basin mixers, and MLR pumps. Provide the services of Engineer's staff and other
team members up to 120 hours as required by the contract documents and as requested by
the City.
6. Warranty Phase(TBD)
This task is not included in the Amendment 6 so additional funds will be needed for the
Warranty Phase if these services are needed by the City.
7. SCADA and O&M Documentation: The services to be provided under this amendment
will include SCADA documentation and the preparation of electronic Operations and
Maintenance manual for the work. The services will include the review of O&M manuals
pertaining to the project improvements and compilation of manuals into an organized and
searchable format for coherent navigation. It will include organizing the electronic manuals
in adobe format to develop a final O&M manual. This service will not include scope items
7.2.1 through 7.2.4 listed in the original scope.The services assume a maximum of fifteen
(15) SCADA and O&M manuals and will be billed on a T&M basis.
9. Conformed Contract Documents: Engineer will incorporate the addenda changes into
the plans and specifications to provide conformed Contract documents in accordance with
deliverables outlined in the original scope of work.The services will only be performed for
the project elements that have been authorized under this amendment.
Deliverables:
• 1 copy of the Conformed Plans (half-scale plans) and Specifications
AMD. NO.6
EXHIBIT"A"
Page 9 of 13
January 10, 2020, REV2
• PDF copies of all documents on DVD
12.Windstorm Certification: The Engineer will perform Windstorm calculations, inspections,
and provide certification for the new blower building, supports and foundations. This
includes all Windstorm tasks outlined in the original scope of work to ensure design meets
IB code and TDI requirements.
17. Geotechnical Coordination: Recommendations for geotechnical services and
coordination with selected firm. Under this amendment, the services will support the
design of new facilities (aeration basin, blower building. ECR and cable trays). The
services will include description of field exploration, laboratory tests, boring logs and a
description of engineering properties for identified locations of new facilities. The engineer
will review the geotechnical report findings and recommendations and incorporate them
into the design. In addition, recommendation for a firm to provide geotechnical services to
the City, along with the associated coordination with the selected firm on the construction
materials testing schedule and requirements.
20. Dynamic Process Modeling & Evaluation
20.1 Update BioWinTM Process Model
Engineer will update the existing process model to include available 2019 flow and waste
loads and to determine process air demand and fine bubble diffuser densities for the BNR
zones in the aeration basins. In addition, the model will be updated to simulate a 3 train
plant rated at 18 MGD operating under the selected BNR process. The evaluation will be
included in the PER.
21. Treatment Process Alternative Evaluation!
21.1 Life Cycle Cost Analysis of New Blower Technolegies
Engineer will prepare a life cycle cost analysis to compare multi stage centrifugal, high
service-bap-abilities,--staff-familiarity-and ease of operation and maintenance, and power
consumption. The evaluation will be included in the PER.
21.2 Life Cycle Cost Analysis for Aerobic Digestor Aeration
Engineer will prepare a life cycle cost analysis to compare coarse bubble aeration versus
service capabilities, staff familiarity and ease of operation and maintenance, and power
consumption. The evaluation will be included in the PER.
22. Construction Sequence Plan Development and MOPO
Engineer will develop a construction sequence plan to communicate sequencing
requirements to the Contractor before bidding. The purpose of the plan is to provide the
AMD. NO.6
EXHIBIT "A"
Page 10 of 13
•
January 10, 2020, REV2
Contractor a sequence to perform their construction activities in such a manner that
uninterrupted treatment of the wastewater flows and allows continuous operation of all
essential plant facilities throughout the construction period. The task will include the
evaluation of sequencing alternatives based on cost and impacts to plant operations,
coordination and review of the developed alternatives with plant staff. A preferred
alternative will be finalized and included in the contract documents. The goal is to ensure
the continuation of operations at the plant while maintaining the plant's capability to treat
wastewater and meet discharge permit requirements.
23. Design of Circular Secondary Clarifiers
The City requested the conversion of 8 existing rectangular secondary clarifiers to circular.
The Engineer will evaluate and design an adequate number of circular clarifiers to meet a
2-hr peak flow of 98 MGD. The following outlines the proposed improvements under this
task.
• Yard Piping: New yard piping to connect new clarifier units, interconnecting process
piping and tie-ins to existing structures.
• Demolition of Existing Clarifiers: Demolition will include the removal and disposal of
existing mechanical equipment and clarifier tankage.
• New Circular Secondary Clarifiers: New clarifiers will include clarification basins and
equipment, RAS/WAS systems, scum removal system, pumps, and clarifiers access
walkways/catwalks.
• Electrical and SCADA System Upgrades: Site electrical upgrades for new clarifiers
instrumentation and controls, and area lighting.
The scope of work will include preliminary design phase services only as authorized by
City and only up to a pre-agreed NTE limit.
Preliminary Design Phase —The purpose of the Preliminary Design phase is to
develop an adequate definition of the Project to enable the Design phase to
proceed without significant changes. Another objective of Preliminary Design is to
identify desirable equipment types, as well as the need to specify sole source
procurement and/or equipment pre-selection options. The selection and design of
process equipment will be based on technical factors, operability, and optimal
lifecycle cost analysis. Preliminary Design phase tasks as shown in the original
contract will remain the same.
Deliverables:
• DRAFT and FINAL TM will be included with the PER
• One (1) copy with list of technical specifications (PDF).
• One (1) copy of Opinion of probable construction costs and
AMD. NO.6
EXHIBIT "A"
Page 11 of 13
January 10, 2020, REV2
• Portable Document Format (PDF) copies of all documents on DVD
NOTE: Design, Bidding and Construction phase services are not included under this task
so additional funds will be needed if the City elects to go with circular clarifiers in lieu of
rehabbing the existing rectangular clarifiers.
SCHEDULE:
All work under Amendment No. 6 of this contract, as requested by the City, shall be completed by
the Engineer in accordance with the schedule shown below.
TASK Duration
1,5-, t i .fwb°": i rr^,rlr,vflr f"^„'.e✓✓ 't, P'tf^farp 52refirrAwn4
EA t ' ,- n-'ehA,_.,z.� idsM7s r :,:,,.W n .x ,,-% 01. +....�r ..sz:
A. Basic Services
4. Construction Services On-going
B.Additional Services
5. Start-up and Training Oct 2020
7. SCADA & O&M Documentation Oct 2020
f,Lti.x'+' `rte fr7r�r lFrsJ'saL:'. "v't"��f oa"j.rr*e.o.ggisl+l5�.s,Y'.',o .3�frz' ` -ve- tfr, ,., ,3
A. Basic Services
1. Preliminary Phase 5 months after NTP
2. Design Phase 14 months after Prel.
3. Bidding Phase 5 months after Design
4. Construction Services 32 months after Bid
B. Additional Services
5. Start-up and Training 32 months after Bid
7. SCADA & O&M Documentation 32 months after Bid
23. Design of Circular Secondary Clarifiers 19 months after NTP
FEES:
A. Fees for Basic and Additional Services Authorized. The City will pay the Engineer for all
Basic and Additional Services as shown in "ATTACHMENT 1". Lump sum fees shall
represent full and total compensation for services and for all expenses incurred in
performing these services. The Engineer will submit monthly statements for services
rendered. Time and Material (T&M) fees will be billed in accordance with the Engineer's
standard hourly rates for a maximum not-to-exceed amount per 'ATTACHMENT 1". The
City will make prompt monthly payments in response to the Engineer's monthly
statements.
AMD. NO.6
EXHIBIT "A"
Page 12 of 13
January 10, 2020, REV2
B. Summary of fees.
Refer to ATTACHMENT 1.
If you have any questions or if you would like to discuss in more detail, please feel free to call me
at 361-883-1984.
Sincerely
f 47 ØØô�
D
Logan Burton, P.E.
Vice President
LNV, Inc.
TBPE Firm No. F-366
AMD. NO.6
EXHIBIT"A"
Page 13 of 13
ATTACHMENT 1: SUMMARY FEE TABLE
D1/10/2020-REVISED2
ORIGINAL CONTRACT FEES AMENDED FEES AUTHORIZED FEES
CONTRACT CONTRACT ORIGINAL PREVIOUS FD
HORIZ
TASK A' B' CONTRACT AMD 1 AMD2 AMD 3 AMD 4 AMD 5 AMD6 " TOTAL AUTHORIZED AMD6,d,E s. TOTAL UNAUTHORIZED
REMAININGFEES
(050WRP) (LMWWTP) TOTAL - �y
TOTAL . ...,:,,x•.20+.,
•
BASIC SERVICES
1.Preliminary Phase 01,293,283 1610,514 51,913,797 SO 50 50 50 10 :5535,756. 92,440,553 91.510,743 $938,1850 52,449,553 50
2.Design Phase 02.064.148 51,230,262 53.164400 50 SO So 50 521.835 :,•A0Z8201.6) 53,6112469 51,033,870 57,54599 $3,602,460 50
3.Bid Phase 571,410 534.060 5105,470 50 55 50 50 50 128,791' 5134,261530,110 :•".••$104;181 $134,261 50
4.Construction Phase(T&M) 5062,552 5414,700 51,277,340 00 50 50 50 SO 5368;167, 51045,507 5563,650 51,781,807 01,015,507 50
Subtotal Basic Services 54,791,393 57,299,614 57,091.007 $0 $0 50 SO 521.835 ' 5698,945. $7.811,790 52.938,333 .54,873,457 57,411,790 50
ADDITIONAL SERVICES(ALLOWANCE
1.Permitting&Agency Coordination(T&M) 0129.083 597.100 5226,183 0240,000 SO 5150,000 5110,100 597,60 (529) $719,754 5676,683 597.071 1723.754 So
2.Topo Survey&land Acquisition(COMPLETE) 582,944 $157,066 5240,010 50 90 SO So SO (5157,066) 582,944 582,944 50 582,944 50
3.Environmental Issues(N/A) 50 50 So So 50 50 So 5n 50_ SO 50 So 50 So
4.Construction Observation Services(TOD) 00_ $0 So $0 50 50 50 00 $o So So $0 50 SO
5.Start-Up&Training(T&M) 5250,068 559.009 0309,070 50 50 50 SO S0 ".($107,715) 9201,301 $0 5201,361 0201361 SO
•
0,Warranty Phase(TOD) 589,086 524,870 0112,902 50 50 SO 50 50 (5112,9621 50 So 50 So 50
7.SCADA&O&M Documentation IT&M) $166,461 535.220 $201,681 $0 50 50 S0 50 15133,278) $69,403 50 5,68,403 058,403 SO
8,Public tnvolvement(N/A) 512,037 $12,057 224,094 S0 So So 50 SO :.' 1$24,094, So 50 • 5o SO SO
9,Conformed Contract Documents 082,428 $34,790 0117,218 So SO So 50 50 (044658) 170.500 SO 570,500 $70,660 So
10. Exist,Facilities Condition Assessment(COMPLETE) $295390 So $205,398 10105.2601 50 $0 So 50 1 (5110,130) 50 50 5o 50 SO
It Filtration&UV Disinfection Study(COMPLETE) 594,358 50 594,308 $0 $0 S0 S0 SO F •SO 594,358 594,358 50 $94,358 $2
12.Windstorm Certification 500,450 510,974 5107,300 50 S0 50 50 00 58.640 5116,000 070,000 '546.000 0116,000 50
13.Peer Review-Coord.&Response(N/A) 9367,505 088,060 5455,373 50 ($56,441) $0 50 (5212,393) 19186,5394 50 50 50 SO So
14.LMWWTP&050 WRP Decommissioning(N/A) 50 9299.840 5299,840 50 SO 50 SO 50 (5294.840) 56,000 55,000 50 15.000 90
15.Biogas/Natural Gas Onsite Cogen.(N/A) $112,661 50 $152,661 So )0152,661) So 50 50 .:$0 50 So 50 SO SO
16.Oso WRP Energy Audit(N/A) S271,410 40 0271,410 SO 50 15150,0001 (5110,000) 50 ($11:416} 50 So SO 50 50
17.Geotechnical Coordination S0 SO 50 535.7CA 50 SO 50 $0 ($1,5711 534.189 575.040 59.149 534,189 Su
>
18.Dig 2 Structural Assessment(COMPLETE) So 50 50 59,500 5o 50 So, So 50 50.500 59.500 SO 09,500 50
19.Intra basin Flow Transfer Evaluation(COMPLETE) So So 5O So 5137,146 So 50 50 '::.'-'4O 0137.146 5137.146 SO 5137,146 S0
20.Dynamic Process Modeling&Evaluation O&M) 5o $0 50 So 971,950 5o 90 SO -. 58234` 1154.300 571,956 582,344, 0164,300 50
21,Treatment Process Alternative Evaluation(TBD) 5O 50 50 So 50 50 50 592,958 50 592,958 592,958 $O' 092.958 5o
22.Construction Sequence Plan Development&MOPO 5o so 50 50 50 50 50 50 $144,327 $144,327 So 5144,327 5144.327 50
23. Preliminary Design of 9RMGO Circular Clarifiers SO 50 50 50 50 50 $0 SO 5252,039 5252,039 50 5252,039 5257,039 50
r
Subtotal Additional Services $2,078,693 5428,929 52,901,622 50 S0 $0 So ($21,8351 (9698,948) $2,186,839 51.215,985 $971,254 $2,186,839 $0
TOTAL FEE 16,870,086I 93,1213,547 I 59,998,629 $0 50 $0 So 50 So $9,996,629 04,153,918 55,844,711 09,998,629 90
(found!Approve
Juno 11,2013 Admin Admin Admin Admin Admin
612013-102 Approval A00rOval Approval Approval Approval
NOTES:
M "See next page for breakdown of amendmenl6 by bid package
X
23
IC r8_4�E
to W
AMENDMENT6
i ,.1 ATTACHMENT
°9a
N -1
Page 1
ATTACHMENT 1: SUMMARY FEE TABLE(CONT'D)
BREAKDOWN OF AMENDMENT 6 BY BID PACKAGE
01/10/2020-REVISED2
AMD6 AMD6 AMD6
TASK BID BID
PACKAGES PACKAGE 2 TOTAL:
BASIC SERVICES
1.Preliminary Phase 50 $938,850 '--.S53i,8.50.
2.Design Phase SO $2,544,999 <'%5:$2,511,599.
3.Bid Phase So 5204,151 S'vi:`$1o4,1sr
4.Construction Phase(T&M) $223,139 $1,058,718 $1,191,857:
Subtotal Basic Services 5223,130 $4,990,318 ?-'.$4,/71,457
ADDITIONAL SERVWCESJALLOWANCEI
1.Permitting&Agency Coordination(T&M) So $97,071 '. 3$97,071
2.Tope Survey&Land Acquisition(COMPLETE) SO •
3.Environmental issues(N/A) So
4.Construction Observation Services(TBD) SO 50 S0
5.Start-Up&Training(T&M) $93,040 $106,321 5201461.
6.Warranty Phase(TBD) 50 50 $0
7.SCADA&0&M Documentation(TAM) $34,500 $33,903 h;;ii:$19i409.
8.Public Involvement(N/A) $0
9.Conformed Contract Documents 50 $70,560 57010.
10. Exist.Facilities Condition Assessment(COMPLETE) SO
11. Filtration&UV Disinfection Study(COMPLETE) to So SO
12.Windstorm Certification So $46,000 ':';$46,000.
13. Peer Review•Coord.&Response(N/A) 50
14,LMWWTP&Oso WRP Decommissioning(N/A) So
15.Biogas/Natural Gas Onslte Cogen.(N/A) So
16.Oso WISP Energy Audit(N/A) SO $0 $o:
17.Geotechnical Coordination $0 $9,149 ,".99,149
18.Dig 2 Structural Assessment(COMPLETE) 50
19.Intra-basin Flow Transfer Evaluation(COMPLETE) 50
20 Dynamic Process Modeling&Evaluation(T&M) $0 582,344 ::: f92.541�
21-Treatment Process Alternative Evaluation(TBD) 5O 50 -$0
22.Construction Sequence Plan Development&MOPO So $144,327 5144.117-
23.Preliminary Design of 98MGD Circular Clarifiers SO 5252,039 „v;.:.:9257.059'
Subtotal Additional Services $127,540 $941,714 "$971,154.
X TOTAL FEE $150,679 I $5.494.032 95,144.711 •
fa '1' AMENDMENT 6
dico co ATTACHMENT 1
.71°, rb..
N �
Page 2
Sample form for:
Payment Request
COMPLETE PROJECT NAME AE Contract
Project No. XXXX Revised 02/01/17
Invoice No. 12345
Invoice Date 01/01/2017
Total Current Previous Total Remaining Percent
Basic Services: Contract Amd No. 1 Amd No. 2 Contract Invoice Invoice Invoice Balance Complete
Preliminary Phase $1,000.00 $0.00 $0.00 $1,000.00 $0.00 $1,000.00 $1,000.00 $0.00 100,0%
Design Phase $2,000.00 $1,000.00 $0.00 $3,000.00 $1,000.00 $500.00 $1,500.00 $1,500.00 50.0%
Bid Phase $500.00 $0.00 $250.00 $750.00 $0.00 $0.00 $0.00 $750.00_ 0.0%
Construction Phase $2,500.00 $0.00 $1,000.00 $3,500.00 $0.00 $0.00 $0.00 $3,500.00 0.0%
Subtotal Basic Services $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3%
Additional Services:
Permitting $2,000.00 $0.00 $0.00 $2,000.00 5500.00 $0.00 $500.00 $1,500.00 25.0%
Warranty Phase $0.00 $1,120.00 $0.00 $1,120.00 $0.00 $0.00 $0.00 $1,120.00_ 0.0%
Inspection $0.00 $0.00 $1,627.00 $1,627.00 $0.00 $0.00 $0.00 $1,627.00 0.0%
Platting Survey TBD TBD TBD TBD TBD TBD TBD TBD TBD
O & M Manuals TBD TBD TBD TBD TBD TBD TBD TBD_ TBD
SCADA TBD TBD TBD TBD TBD TBD TBD TBD TBD
Subtotal Additional Services $2,000.00 $1,120.00 $1,627.00 $4,747.00 $500.00 $0.00 $500.00 $4,247.00 10.5%
Summary of Fees:
Basic Services Fees $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3%
Additional Services Fees $2,000.00 $1,120.00 $1,627.00 $4,747.00 S500.00 $0.00 $500.00 $4,247.00 10.5%
Total of Fees $8,000.00 $2,120.00 $2,877.00 $12,997.00 $1,500.00 $1,500.00 $3,000.00 $9,997.00 23.1%
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).
-o m
v x
cfl
CD >T
o m
t1