Loading...
HomeMy WebLinkAboutC2024-274 - 3/19/2024 - Approved Docusign Envelope ID: 1A1AABAD-B336-4ECC-A8BA-AD087EE0225D O�tP Service Agreement No. 204 CITY OF CORPUS CHRISTI AMENDMENT NO. 10 to the CONTRACT FOR PROFESSIONAL SERVICES 1852 . The City of Corpus Christi, Texas, hereinafter called "CITY," and ARDURRA GROUP, INC. dba LNV hereinafter called "CONSULTANT," agree to the following amendment to the Contract for Professional Services for OSO WATER RECLAMATION PLANT (WRP) PROCESS UPGRADE & BREAKPOINT CHLORINATION (BPC) FACILITY DECOMMISSIONING (Project E12206 — Design Contract, Project 20084A— Construction Contract), as authorized and amended by: Original Contract June 11, 2013 Motion No. M2013-102 $ 9,998,629.00 Amendment No. 1 May 11, 2015 Administrative Approval $ - Amendment No. 2 October 26, 2015 Administrative Approval $ - Amendment No. 3 Aril 13, 2016 Administrative Approval $ - Amendment No. 4 January 31, 2017 Administrative Approval $ - Amendment No. 5 July 2, 2018 Administrative Approval $ - Amendment No. 6 January 23, 2020 Administrative Approval $ - Amendment No. 7 February 22, 2021 Administrative Approval $ - Amendment No. 8 May 3, 2021 Administrative Approval $ - Amendment No. 9 October 27, 2022 Administrative Approval $ 49,900.00 IN THE ORIGINAL CONTRACT, EXHIBIT A, SCOPE OF SERVICES, shall be modified as shown in the attached Exhibit A. IN THE ORIGINAL CONTRACT, COMPENSATION shall be modified as shown in the attached Exhibit A for an additional fee not to exceed $ 999,167.00 for a total revised fee not to exceed $11,047,696.00. All other terms and conditions of the June 11, 2013, 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 ARDURRA GROUP, INC dba LNV Signed by: DocuSigned by: ,I <��� 1/27/2025 �OU/t, S' �,t,l1t,I�,dt,G�t,V 1/24/25 A9677079C39E468... Je dmonds, P.E. Date Dan S. Leyendecker, P.E. Date Director of Engineering Services Managing Principal & Regional Director 801 Navigation, Suite 300 Corpus Christi, Texas 78408 APPROVED AS TO LEGAL FORM: dlevendecker(@ardurra.com DocuSigned by: J (� 1 " 1/27/2025 ss's an I y Attorney Date M2024-039 Authorized By Council 3/19/2024 ATTEST RH/SB Kebecca 1fgata City Secretary Date Docusign Envelope ID: 1A1AABAD-B336-4ECC-A8BA-AD087EE0225D N ARDURRA November 21, 2024 Mr. Jeff Edmonds, P.E. Director of Capital Programs City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 RE: AMENDMENT 10 TO PROFESSIONAL SERVICES CONTRACT Oso WRP Process Upgrades and BPC Facility Decommissioning City Project 20084A Dear Mr. Edmonds: Please consider this letter to be Amendment 10,which requests: 1)new funding which modifies Original Basic and Additional Services for services to be performed in addition to what was previously authorized; ii) modification of Original Basic as a result of originally scoped item removed from the original design; iii) new funding which modifies Original Basic and Additional Services for designing and constructing new control panels at the Oso WRP. Note: Start-up & Training task funds is expected to be needed two (2) years from start of construction at commissioning of items under Phase BI of the Oso WRP Phasing plan. It is anticipated that additional funding will be sought near the Start-up period.. BACKGROUND 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 lift station (Contract `B"). However, LNV/Ardurra 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/Ardurra 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 AMD. NO. 10 EXHIBIT "A" 801 NAVIGATION I SUITE 300 1 CORPUS CHRISTI,TEXAS 78408 Page 1 of 9 OFFICE 361.883.1984 1 FAX 361.883.1986 1 WWW.LNVINC.COM g Docusign Envelope ID: 1A1AABAD-B336-4ECC-A8BA-AD087EE0225D V ARDURRA 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 now nearing completion. Amendment 6—This was executed in 2020 and the scope of work included updates to two (2) construction packages shown below: • Oso WRP Lift Station and Headworks (E12206): Amendment 6 included a re- allocation of budget for services to be performed in addition to what was previously authorized. These included an 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. • Oso WRP Process Upgrades (20084A): Amendment 6 also included a re-allocation of budget for services associated with designing,bidding, and constructing a modified set of improvements at the Oso WRP, including 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. The improvements proposed under the Oso WRP Lift Station and Headworks project are substantially complete and the Oso WRP Process Upgrades are currently in Bid Phase. Amendment 7 — This was executed on February 22, 2021 and requires Ardurra to adhere to special project procedures outlined in the "Wastewater Consent Decree" during the performance of engineering work on this project. Amendment 8 — On May 5, 2021, Ardurra received authorization for amending the original contract, which was a zero-dollar amendment. The purpose of the amendment was to provide additional services for Solids Handling and Miscellaneous upgrade needs identified at the 75 percent design completion milestone of the Oso Process Upgrades project (City Project 20084A). Amendment 9 — On October 27, 2022, Ardurra received authorization for amending the original contract.As a part of 90%design review comments received from the City, staff chose to reduce the overall construction budget by approximately $1 OM and eliminated a number of items from the scope of work. The objective was to address critical needs for reliable wastewater treatment at Oso WRP and maintain the estimated cost of construction under the City's current budget of$70M. As a result of the reduction in the scope of the work, the 90% AMD. NO. 10 EXHIBIT "A" 801 NAVIGATION I SUITE 300 1 CORPUS CHRISTI,TEXAS 78408 Page 2 of 9 OFFICE 361.883.1984 1 FAX 361.883.1986 1 WWW.LNVINC.COM Docusign Envelope ID: 1A1AABAD-B336-4ECC-A8BA-AD087EE0225D V ARDURRA design package, along with Solids Handling PER would have to be revised to account for the removal and/or revision of various items. DESCRIPTION OF AMENDMENT NO. 10 With the on-going Oso Process Upgrades project currently under construction, the City requested that Construction Phase Services and Additional Services for various projects scope additions and the amendments of existing contract fees. This amendment has been divided into two (2) scope of work sections for simplicity. The following sections summarize the items to be included in the scope of work: ➢ SCOPE OF WORK 1: OSO WRP PROCESS UPGRADES The tasks outlined in Section 1 shall apply to the following summary of previously scoped work: • Additional Construction Phase Services Due To Delays in Start of Construction and Extended Construction Duration — A 28-month delay in start of construction (02/2022 to 06/2024) due to the addition of various scoped items to the original contract a resulted in impacts to labor rates in prior approved fees under Amendment 6. In addition, the extension of construction duration from 32 months to 51 months (19 months addition) due to the size of complexity of the project will require additional level of effort for construction phase services. o As a result, this amendment will include additional fees to account for escalation of labor rates for design team labor rates because of the delays and additional effort for construction administration due to the contract time extension. o This Amendment will allocate budget for Construction Phase Services and Windstorm Certification services associated with solids handling improvements (Polymer building) of Amendment 8. The tasks included in this Amendment were not included in previously executed contracts. • Deduct for Reduced Scope (CCC 1-4 Scope Removal from Original Scope) — During the final designs review City staff requested the removal of the Chlorine Contact Chambers 1-4 from the overall scope of work to reduce the overall construction budget. For this reason, Construction phase budget in the original contract are being modified to offer a credit to the City. These tasks are intended to be included in the Oso Process Upgrades for construction and the scope of work for the tasks are described in detail below. AMD. NO. 10 EXHIBIT "A" 801 NAVIGATION I SUITE 300 1 CORPUS CHRISTI,TEXAS 78408 Page 3 of 9 OFFICE 361.883.1984 1 FAX 361.883.1986 1 WWW.LNVINC.COM Docusign Envelope ID: 1A1AABAD-B336-4ECC-A8BA-AD087EE0225D V ARDURRA The Engineer will perform the following tasks: A. BASIC SERVICES 1: Preliminary Design Phase— Completed 2: Design Phase—Completed 3: Bid Phase—Completed 4: Construction Phase - Construction Phase Services that have been scoped in the original scope of work will be provided. However, the level of effort of this task will only apply to the work described above. Meetings: • Pre-construction conference—N/A • General Administration and Project Meetings • Conduct regular site visits to site (at least two (2)per month) for an additional 15- month construction contract extension. • Four(4) additional Substantial/Final Completion Inspection Deliverables: 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 Recommendations & Punch list Final Completion Recommendation and Punch List (1)Ful size of Record Drawings B. ADDITIONAL SERVICES 5: Start-Up & Training—N/A • To be requested in the future 6: Warranty Phase (T&M)—N/A • To be requested in the future 7: SCADA & O&M Documentation (T&M) • Included in the scope of services under Amendment 6 Task 12: Windstorm Certification - Windstorm Certification: The Engineer will perfonn Windstorm calculations, inspections, and provide certification for the new polymer building and canopy, supports and foundations. This includes all Windstorm tasks outlined in the original scope of work to ensure design meets IB code and TDI requirements. AMD. NO. 10 EXHIBIT "A" 801 NAVIGATION I SUITE 300 1 CORPUS CHRISTI,TEXAS 78408 Page 4 of 9 OFFICE 361.883.1984 1 FAX 361.883.1986 1 WWW.LNVINC.COM Docusign Envelope ID: 1A1AABAD-B336-4ECC-A8BA-AD087EE0225D V ARDURRA ➢ SCOPE OF WORK 2: OSO WRP HEADWORKS CONTROL PANEL RELOCATION The tasks outlined in Section 2 shall apply to the following summary of work to be added to the Process Upgrades Project: In 2022, under City Project E12206, the Oso WRP Headworks and Lift Station project was completed, providing a new headworks facility (including a new Multi-Rake Screen and grit removal system), Lift Station, and Odor Control Units. Recently, the plant has experienced multiple issues with portions of the electrical components at the headworks facility that have affected the daily operations of the plant. Upon investigation by both plant staff and Ardurra (Engineer), areas of corrosion were observed on the electrical main control panels located on the upper level of the Headworks facility. The Headworks facility is a crucial part of the operation of a wastewater treatment plant by reducing the presence of rags, floatable and grit that can damage the downstream equipment. Reduced performance of the Headworks units can result in reduced performance of the plant and, ultimately, the exceedance of permit limits at the effluent. Therefore, the City has requested that Ardurra provide plans and specifications for the relocation of the Headworks' main control panels to address the issue of corrosion and prevent any further damage to the equipment. The electrical panels to be relocated include the main control panels for the Muliti-Rake Screens with Washer/Compactors, and the grit removal equipment (Teacups, Hydrogritter and grit pumps). With this relocation, extensive modifications will be required for the routing of the electrical and control conduits and wires from ECR5 to the control panels and from the control panels to the process equipment. Existing upper level "hands-on" devices, such as control switches and indicating lights will remain at the local control stations adjacent to the process equipment. The new main control panels will have limited user interface devices. The purpose of this task authorization is to provide the plans and specifications for the relocation of the process equipment's main control panels located on the upper level of the Headworks facility to a new location on the lower level. These plans and specifications will be integrated into the construction phase of the City Project 20084A- Oso WRP Process Upgrades and BPC Facility Decommissioning project which is currently in construction phase. SCOPE OF WORK The Engineer will perform the following tasks: A. BASIC SERVICES 1: Preliminary Design Phase—N/A 2: Design Phase AMD. NO. 10 EXHIBIT "A" 801 NAVIGATION I SUITE 300 1 CORPUS CHRISTI,TEXAS 78408 Page 5 of 9 OFFICE 361.883.1984 1 FAX 361.883.1986 1 WWW.LNVINC.COM Docusign Envelope ID: 1A1AABAD-B336-4ECC-A8BA-AD087EE0225D V ARDURRA 2.01. Perform project management tasks including the preparation of project work plan, schedules and invoices, and providing status update reports. 2.02. Conduct Kickoff Meeting to introduce the project team to City staff, establish project communications protocols, confirm project goals and objectives,review scope, schedule, and budget, and coordinate initial project tasks. 2.03. Review Headworks record drawings and specifications, and coordinate with process equipment vendors of existing equipment and control panels for cost and delivery time estimates for the control panels replacement. 2.04. Conduct site visit to determine the main control panels to be demolished and replaced at new location; to determine preliminary routing of electrical and control conduit between the ECR 5 and the new location of the panels and between the process equipment and the new location of the panels; and determine optimal new location for the control panels. 2.05. Conduct interdisciplinary coordination for the completion of the tasks under this task authorization as well as the integration of these items with the Oso WRP Process Upgrades project. a. Update the relevant contract documents and plans in the Oso WRP Process Upgrade and BPC Decommissioning project to incorporate and reflect changes made as part of the control panels relocation. 2.06. Prepare and submit 60% plans and technical specifications, including civil, structural, architectural, electrical, and HVAC systems. 2.07. Prepare 60% construction cost estimates. 2.08. Attend one (1) 2-hour face-to-face review meeting with the City for the 60% design deliverable and provide agenda and minutes as necessary. 2.09. Address City comments on the 60% submittal. 2.10. Perform quality assurance and quality control (QA/QC) on all design deliverables. Document internal QA/QC review comments on the 60% Design drawing and specifications and address all comments. Meetings: • One (1) two-hour Kickoff meeting • Fourteen (14) one-hour weekly internal meeting • One (1) two-hour 60% face-to-face Review Workshop Deliverables: AMD. NO. 10 EXHIBIT "A" 801 NAVIGATION I SUITE 300 1 CORPUS CHRISTI,TEXAS 78408 Page 6 of 9 OFFICE 361.883.1984 1 FAX 361.883.1986 1 WWW.LNVINC.COM Docusign Envelope ID: 1A1AABAD-B336-4ECC-A8BA-AD087EE0225D V ARDURRA • Monthly status reports and invoices • 60%Design Completion 0 2 Sets of Plans 0 2 Sets of Technical Specifications o Construction Cost Estimates o Portable Document Format(PDF) copies of all documents 3: Bid Phase—N/A 4: Construction Phase Included in the Construction Phase Services SOW 1 (This amendment) Meetings: • Included in the Construction Phase Services SOW 1 (This amendment) Deliverables: • Included in the Construction Phase Services SOW 1 (This amendment) • Submittal review and RFI Responses • Record drawings B. ADDITIONAL SERVICES 5: Start-Up & Training—N/A • To be requested in the future as part of the Oso Process Upgrades project 6: Warranty Phase (T&M) -N/A • To be requested in the future as part of the Oso Process Upgrades project 7: SCADA & O&M Documentation (T&M) • Included in the scope of services under Amendment 6 11:Architectural Services - The Engineer will provide architectural services to support tasks outlined above for scope of work 2. 12:Windstorm Certification - The Engineer will perform Windstorm calculations, inspections, and provide certification for the new 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. 22: Construction Sequence Plan Development & MOPO (Lump Sum) 22.01. Incorporate control panels relocation design updates to the Oso WRP Process Upgrades project's construction sequence plan to communicate sequencing to the Contractor. AMD. NO. 10 EXHIBIT "A" 801 NAVIGATION I SUITE 300 1 CORPUS CHRISTI,TEXAS 78408 Page 7 of 9 OFFICE 361.883.1984 1 FAX 361.883.1986 1 WWW.LNVINC.COM Docusign Envelope ID: 1A1AABAD-B336-4ECC-A8BA-AD087EE0225D V ARDURRA 22.02. Attend one (1) two-hour construction sequencing review workshop with the City. Meetings: • One (1) two-hour construction sequencing review workshop with plant staff and construction department personnel. SCHEDULE: All work under Amendment No. 10 of this contract, as requested by the City, shall be completed by the Engineer in accordance with the schedule shown below. TASK DURATION SCOPE OF WORK 1: OSO WRP PROCESS UPGRADES Basic Services 4. Construction Phase 51 Months After Bid Additional Services 5. Start-Up & Training N/A 6. Warranty Phase (T&M) N/A SCOPE OF WORK 2: OSO WRP HEADWORKS CONTROL PANEL RELOCATION Basic Services 1. Preliminary Design Phase N/A 2. Design Phase 3.5 months from NTP 3. Bid Phase N/A 4. Construction Phase 13.5 months from NTP Additional Services 5. Start-Up & Training N/A 6. Warranty Phase (T&M) N/A 22. Construction Sequencing Plan Development 3.5 months from NTP and MOPO AMD. NO. 10 EXHIBIT "A" 801 NAVIGATION I SUITE 300 1 CORPUS CHRISTI,TEXAS 78408 Page 8 of 9 OFFICE 361.883.1984 1 FAX 361.883.1986 1 WWW.LNVINC.COM Docusign Envelope ID: 1A1AABAD-B336-4ECC-A8BA-AD087EE0225D ARDURRA FEES: A. The fee for basic and additional services for the different items listed in this amendment is shown in the table below. The City will pay the Engineer for all Basic and Additional Services as shown in"ATTACHMENT F. The fees for all basic and additional services except Construction Phase, Warranty Phase will be Lump sum fees and shall represent full and total compensation for services and for all expenses incurred in performing these services. Construction Phase services will be billed on a Time and Material (T&M) basis and will be billed in accordance with the Engineer's standard hourly rate for a maximum-not-to-exceed amount. The Engineer will submit monthly statements for services rendered and fees will be billed in accordance with "ATTACHMENT F. The City will make prompt monthly payments in response to the Engineer's monthly statements. 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, V 1 40�64 Logan Burton, PE Central Region Water Practice Director lburton(&.ardurra.com O: (361) 883-1984 M: (361) 876-0673 801 Navigation Blvd., Suite 300 Corpus Christi, TX 78408 www.ardurra.com AMD. NO. 10 EXHIBIT "A" 801 NAVIGATION I SUITE 300 1 CORPUS CHRISTI,TEXAS 78408 Page 9 of 9 OFFICE 361.883.1984 1 FAX 361.883.1986 1 WWW.LNVINC.COM [ ! k( 7777 LO j / u § u( 2 §! 7 � LU - p m : « - LU \ LU LL ° \ e \ $ \ \ ) - j § mr` \ <__\ _ 1 ): _ - } { ( _ . :)_\\/\\)\\ b LU \ \ » ` �� \\ 5\\\\�\ { ){ ) \ Cl) � g - )\:;:,ff . .: . . . .: . . � . I mLU j k( e )/i)§■§ _ \ ;�!!§°§ g = } 7 \2 I LU () # § § )§ S @ \ � � m » co \ u � w \ ` \ I 2A y _ m \ / \) ) j \\\\ \\\\\� \ \ \ \ \ \ \ 3 Iba - _ _ 33 :®_22`;z - E _ - - - _ O ~ -))\\})\\ f \« : - 2E - (k\} §` �® §\t=: ! - / §) - - j\:;::»5\()fe)Jf » LU Li L ` g t � j