Loading...
HomeMy WebLinkAboutC2005-708 - 12/20/2005 - Approved AMENDMENT NO.5 TO CONTRACT FOR PROFESSIONAL SERVICES This City of Corpus Christl Texas hereinafter called "CITY", and LNV Enaineerina. hereinafter called "CONSULTANT" agree to the following amendment to the Contract for Professional Services Water System Interactive Hydraulic Model and Analysis (Proiect No. 8487) as authorized and administratively amended by: -=_<?riglnal contrac~=L Nove Amendment No 1 I Ju - -------------- - t---c- __ Amen~ment No.:.~ _ ~~epte Amendment No 3 i Dece ---_..- ----.. -- 1"- __~mend~=nt~.?_~__ _ L___~u i - mber 18, 2003 I Motion No. M2003-420 $507,157.00 ne 8, 2004 Motion No. M2004-221 $361,816.00 mber 24, 2004 Motion No. M2004-361 $111,246.00 mber 22, 2004 Administrative Approval $0.00 -- _.- $199,431.00 ne 28, 2005 Motion No. 2005-205 --- -- -- . In the onginal contract. Section 2. SCOPE OF WORK shall be modified by the addition of the following scope as shown in the attached Exhibit "A" and summarized below: Southside Transmission Main, Phase 7 (Project No. 8393) Southside Transmission Main, Phase 8 (Project No. 8552) Padre Island Elevated Storage Tank (1.0 MG) (Project No. 8551) On-Going Modeling Support (Project No. 8487) System Operational Protocol (Project No. 8487) . Schedule and Summary of Fees is amended as shown in the attached Exhibit "A." All other terms and conditions of the Contract and Amendments between the City and Consultant will remain in full force and effect. RECOMMENDED , e/Sa--- Date CITY OF CORPUS CHRISTI ~~..~~ Ronald F. Massey Oat Assistant City Manager , ....-;i../? e . Escobar, PE. Date irector of Engineering Services ATTEST - . . \j. 'LI' o' i i >\ ," l'-1 . AlJ1 hlh~.'..O;.~ .....':o;;;.J../~~"...~..--_.". J' 'I I,'. i '(I L.- .. ) . .,....... .._...~o*- ~r_ .~~. Arman~~ ~hapa, City 'cretary ....,_.~..__....- ....--....,.......-.,. wL . ~l~" _,..<,............+-"'..-, '.t:r....~-- .,,~v J'I \ / ~'.', r', .. , ,,", '" , l .' .~ A~OVED AS TO FOR~ I. I . rl>. ).11 ~1 / : . . (,jj". V/TJ"""'C-/ Ii 1M _" 2005- 708 12/20/05 M2005-444 /cZ- g:o..5-- Date 1.1'\ En~ineerin~ 'IAme; No L\Amendrllent NO.5 doc LNV ENGINEERING ENGINEERS & CONSULTANTS December ], 2005 Mr, Angel Escobar, PE Director of Engineering Services City of Corpus Christi p.o. Box 9277 Corpus Christi, Texas 78469-9277 Re: Amendment to Professional Services Contract Water System Interactive Hydraulic Model and Analysis, Project No. 8487 Amendment No.5 - On Going Modeling Support, Padre Island Elevated Storage Tank (1.0 MG), 36" Transmission Main, 30" Transmission Main, & System Operational Protocol Demonstration Dear Mr. Escobar: Please allow this letter to serve as our formal request to amend our Contract to include Professional Services as detailed in the attachments for the Water System Interactive Hydraulic Model and Analysis Project, No. 8487. The fee for Amendment No.5 is $1,894,8]5 of which $822.900 is for Basic Services and $1,071,9]5 is for Additional Services. Based on the Houston Curve for Department of Public Works and Engineering, basic design fees should be approximately 6.7% of the estimated construction cost. Since the 36" and 30" transmission mains will be designed and constructed at the same time and along the same alignment, (for a majority of the route) the requested design fee is approximately 6.3% of the $] 0.3 miIJion estimated construction cost for the two transmission mains. The breakdown of fees is as follows: 36" i 30" Transmission Main · Basic fee: $650,200 · Percentage: 6.3% Elevated Storage Tank . Basic Fee: $172,700 · Percentage: 8.5% Total Basic Fee for Amendment No.5 = $822,900.00 If you have any questions, please feel free to give me a call. DSLljns Attachments f'\('at'll.s ChrillilEI 1I08ICOfTespondenceIAm,ndmentslAmeMmen, No j. Padre Island EST and MainU2.01.05 AESCOBAR (REV3) AMD 5 EI808 doc 801 NAVIGATION, SUITE 300 · CORPUS CHRISTI, TEXAS 78408 · (361) 883-1984 . FAX (361) 883-1986 EXHIBIT A AMENDMENT NO.5 WATER SYSTEM INTERACTIVE HYDRAULIC MODEL AND ANALYSIS PROJECT NO. 8487 ON-GOING MODELING SUPPORT PADRE ISLAND ELEVATED STORAGE TANK (1.0 MG), PROJECT NO. 8551 SOUTHSIDE TRANSMISSION MAIN, PHASE 7, PROJECT NO. 8393 SOUTHSIDE TRANSMISSION MAIN, PHASE 8, PROJECT NO. 8552 SYSTEM OPERATIONAL PROTOCOL DEMONSTRATION SCOPE: Amend Contract as follows under Basic Services: The amended Basic Services will be provided for the three projects listed below: 1) Padre Island Elevated Storage Tank (1.0 MG), Project No. 8551 Design the recommended 1.0 MG elevated storage tank near the Kleberg County line. The elevated storage tank shall be designed to withstand adverse weather conditions and will include cathodic protection and coating to withstand deterioration. The elevated storage tank is required to alleviate pressure fluctuations on the Island due to demand spikes and electrical outages. It is also required to comply with TCEQ regulations since there is currently no elevated storage in the new pressure zone created by the Sand Dollar Pump Station Improvements. Design of the elevated storage tank will be coordinated with the 2.5 MGD Aquifer Storage and Recovery Facility (ASR) to provide adequate storage for projected demands on the Island. 2) Southside Transmission Main, Phase 7, Project No. 8393 (Park Road 22 - 36" Transmission Main) Design the recommended 36" transmission main from Sea Pines Street to Sand Dollar Pump Station. This project shall include approximately 17,000 linear feet of 36" transmission main, tie-ins at Sea Pines Street and Sand Dollar Pump Station, and street crossings at Hwy 361, Whitecap Road, and Park Road 5. This project is required due to the existing single water feed on Padre Island is a 24" ductile iron pipe over thirty years old. This project will tie the mainland phases of the Southside Water Transmission Main on Padre Island in order to upgrade and provide required TCEQ minimum flows to the Island. This project will include installation of a 36" line along the east side of Park Road 22 and will terminate at the Sand Dollar Pump Station. Design of this transmission main will be coordinated with the 2.5 MGD ASP Facility to meet projected demands and provide reliable water supplies for Padre Island ~1 IHOME\Rachelle\GEN\WalerI.Water System\h487\Amc No S\Exr,ibliA ,Joe 3) Souths ide Transmission Main, Phase 8, Project No. 8552 (Park Road 22 - 30" Transmission Main) Design the recommended 30" transmission main from Sand Dollar Pump Station to the proposed elevated storage tank at Padre Island. This project shall include approximately 26,000 linear feet of 30" transmission main, tie-in at Sand Dollar Pump Station, street crossings at Hwy 361, Whitecap Road, and Park Road 5. Also Included in this project are the tie-ins of major transmission mains at Highway 361 and Whitecap Boulevard. Note: Both transmission mains along Park Road 22 (36" & 30") will be designed and constructed at the same time. Basic services for the 36" and 30" transmissions mains will not be duplicated; they will be combined and performed simultaneously. Amended Basic Services 1. Preliminary Phase. The Architect/Engineer-AlE will: It is the intent of the Preliminary Phase to provide a study and report of with economic and technical evaluation of alternatives, and upon approval, proceed in a design memorandum which includes Preliminary designs, drawings, and written description of the project. This report shall include: a. Provide scope of soil investigations, borings, and laboratory testing. (The City Engineering Services Department will provide necessary soil investigation and testing under one or more separate contracts). b. Confer with the City staff regarding the design parameters of the Project. The Engineer will participate in a minimum of five ( 5 ) formal meetings with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven (7) working days of the meeting. The AlE will participate in discussions with the operating department and other agencies (such as the Texas Department of Transportation (TxDOT) and Texas Commission of Environmental Quality (TCEQ)) as required to satisfactorily complete the Project. c. Submit one (1) copy in an approved electronic format, and one (1) paper copies of the Design Memorandum, with executive summary, opinion of probable construction costs with life cycle analysis, defined technical evaluations of identified feasible alternatives, and review with City staff to produce an acceptable format which contains common municipal elements. Design Memorandum will include the following (with CONSTRUCTABILlTY being a major element in all the following items): 1) Review of the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution of the Project: The AlE will meet with City staff to collect data, discuss materials and methods of construction, and identify design and construction requirements. "1 ;,HOME\Rachelie\GEN\Water\Water Syslem\h487\Am(! No ')\Exh!olt A doc 2) Review and investigation of available records, archives, and pertinent data related to the Project including taking photographs of the Project site, list of potential problems and possible conflicts, intent of design, and improvements required, and conformance to relevant Master Plan(s). 3) Identify results of site field investigation including site findings, existing conditions, potential right of way/easements, and probable Project design solutions; (which are common to municipalities). 4) Provide a presentation of pertinent factors, sketches, designs, cross- sections, and parameters which will or may impact the design, including engineering design basis, preliminary layout sketches, identification of needed additional services, preliminary details of construction of critical elements, identification of needed permits, identification of specifications to be used, identification of quality and quantity of materials of construction, and other factors required for a professional design (CONSTRUCT ASI L1TY). 5) Advise of environmental site evaluations and archeology reports that are needed for the Project (Environmental issues and archeological services to be an Additional Service). 6) Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project and permitting, environmental, historical, construction, and geotechnical issues; and meet with pertinent authorities. 7) Confer, discuss, and meet with City operating department(s) and Engineering Services staff to produce a cohesive, well-defined proposed scope of design, probable cost estimates(s) and design alternatives. 8) Provide a letter stating that the AlE and Sub-consultant Engineers have checked and reviewed the design memorandum prior to submission. 9) Provide an analysis on project impacts towards "re-engineering" and effects on cost savings toward City operations, which this project will affect. City staff will provide one set only of the following information (as applicable): a. Record drawings, record information of existing facilities, and utilities (as available from City Engineering files). b. The preliminary budget, specifying the funds available for construction; c. Aerial photography for the Project area. d. Through separate contract, related GIS mapping for existing facilities. e. A copy of existing studies and plans. (as available from City Engineering files) f. Field location of existing city utilities. (AlE to coordinate with City Operating Department). g. Provide applicable Master Plans. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the AlE will: '-f 'HOME\Ra::hel!f'>I,GEN\Water\Waler System')-l487\Am::: No '5\Exhlblt A d:)( a. Study, verify, and implement design memorandum recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff. b. Prepare one ( 1 ) set of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, notice to bidders, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid or for multiple bids, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. c. Provide assistance identify testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under additional services). d. Prepare final quantities and estimates of probable costs with the recommended construction schedule. The construction schedule will provide a phased approach to better track progress and payments. e. Furnish one (1) copy of the interim plans (plans only-identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. Required with the interim plans is a "Plan Executive Summary" which will identify and summarize the project by distinguishing key elements such as: . Pipe Size or Building Size . Pipe Material, etc. · Why one material is selected over another . Pluses of selections . ROW requirements and why . Permit requirements and why · Easement requirements and why . Embedment type and why . Constructability, etc. . Specific requirements of the City . Standard specifications . Non-standard specifications . Any unique requirements . Cost, alternatives, etc. . Owner permit requirements and status f. Assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. g. (If required) Provide 1 copy of pre-final plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. Compile comments and incorporate any requirements into the plans r1 \HOME\Ra(:hellf'lC~EN\Water\Waler System\~487\Arn" Nc ,,)\Exh'blt A doc and specifications, and advise City of responding and non-responding participants. h. Provide Quality Assurance/Quality Control (QAlQC) measures to ensure that submittal of the interim, pre-final (if required), and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The Consultant AlE and Sub- consultant AlE shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. I. If required, provide traffic controls including a Traffic Control Plan, illumination, markings and striping. signalization, and as delineated by the City Traffic Engineering Department. Upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for reproduction (In City Format) and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. k. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. m. Provide a Storm Water Pollution Prevention Plan. n. Ordinance No 19663 establishes the Municipal Public Arts Program requiring works of art to be included in certain city vertical construction projects. If it is determined this project is subject to Municipal Public Art Program, the architect/engineer will cooperate during the disgn process to fulfill the requirements of the ordinance. The City staff will a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. b. Provide the budget for the Project specifying the funds available for the construction contract. c. Provide the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. 3. Bid Phase The A/E will: a. Participate in the pre-bid conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c. Review all pre-bid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' approval, any j \HOME\Racheli?iGEN\Waler\Water System\b487\Amc Nc' ,)\Exhlbft A doc addenda or other revisions necessary to inform contractors of approved changes prior to bidding. d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the AlE's design phase estimate required above, the Engineerwill, at its expense, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re-advertise that particular portion of the Project for bids. The City staff will a. Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. b. Advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the AlE) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. d. Prepare, review and provide copies of the contract for execution between the City and the contractor. 4. Construction Phase. The AlE will perform contract administration to include the following: a. Participate In pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Review field and laboratory tests. d. Provide interpretations and clarifications of the contract documents for the contractor and authorize required changes, which do not affect the contractors price and are not contrary to the general interest of the City under the contract. e. Make regular visits to the site of the Project to confer with the City project inspector and contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. f. Prepare change orders as authorized by the City (coordinate with the City's construction division); provide interpretations and clarifications of the plans and specifications for the contractor and authorize minor changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. '"1 \HOME\Rac::hel:e\GEN\Water\VVate~ System\(\487\Am~ No '5\Exh,b:t A doc g. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. h. As applicable, review and assure compliance with plans and specifications, the preparation of operating and maintenance manuals (by the Contractor) for all equipment installed on this Project. These manuals will be in a "multimedia format" suitable for viewing with Microsoft's Internet Explorer, version 3.0. As a minimum the Introduction, Table of Contents, and Index will be in HTML (HyperText Markup Language) format, with HyperText links to the other parts of the manual. The remainder of the manual can be scanned images or a mixture of scanned images and text. use the common formats for scanned images - GIF, TIFF, JPEG, etc.. Confirm before delivery of the manuals that all scanned image formats are compatible with the image-viewing software available on the City's computer - Imaging for Win95 (Wang) and Microsoft Imaging Composer. Deliver the manuals on a CD-ROM, not on floppy disks. I. Review construction "red-line" drawings, prepare record drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later) of the record drawings. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. The City staff will a. Prepare applications/estimates for payments to contractor. b. Conduct the final acceptance inspection with the Engineer. Amend Contract as follows under Additional Services: ADD: The amended Additional Services will be provided for the three projects listed below: 1) Padre Island Elevated Storage Tank (1.0 MG) 2) Souths ide Transmission Main (36"), Phase 7 3) Souths ide Transmission Main (30"), Phase 8 Amended Additional Services 1.0 Permittina. Furnish the City all engineering data and documentation necessary for all required permits. The AlE will prepare this documentation for all required signatures. The AlE will prepare and submit all permits as applicable to the appropriate local. state, and federal authorities, including, but not limited to: " \HOME\RacheliP\GENI.Water\Water System\h487\A'T1C: No ':;\Exh;clt A 8()( a. Union Pacific Railroad, Missouri Pacific Railroad, or any other railroad operating in the area b. TxDOT Permits/Amendments c. Wetlands Delineation and Permit d. Temporary Discharge Permit e. NPDES Permit/Amendments f. Texas Commission of Environmental Quality (TCEQ) Permits/Amendments g. Nueces County h. Texas Historical Commission (THC) I. U.S. Fish and Wildlife Service (USFWS) j. U.S. Army Corps of Engineers (USACE) k. United States Environmental Protection Agency (USEPA) I Texas Department of License and Regulation (TDLR ) 2.0 Riaht-of-Way (ROW) ACQuisition Survey. The AlE will review existing ROWand easements to ascertain any conflicts and provide field ROW surveys and submit ROW plats and descriptions for the City's use in the acquisition process. All work must comply with Category 1-A, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with all TxDOT requirements as applicable. A/E Consultant will be required to perform all necessary deed research. 3.0 Topoaraphic Survey. Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required for the aerial mapping of the Project area - aerial photography to be provided by City). Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). 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 Surveyor$' 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. 5.0 Construction Observation Services. Provide a project representative (PR) to provide periodic construction inspection. a. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the AlE shall endeavor to provide further protection for the CITY against defects and deficiencies in the work. b. The duties and responsibilities of the PR are described as follows: 1 General: PR will act as directed by and under the supervision of AlE, and will confer with A/E regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with AlE and Contractor. keeping the CITY advised as necessary. \HOME\RaChelle,(;EN\Water.\tVatel SY5tem\6.187\Amd No fiExhlOl1 i.\.. 2. Conference and Meetings: Attend meetings with Contractor, such as pre- construction conferences, progress meetings, job conferences and other project-related meetings as required by the City, and prepare and circulate copies of minutes thereof. 3. Liaison: A Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. B PR shall communicate with CITY with the knowledge of and under the direction of AlE 4. Interpretation of Contract Documents: Report when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. 5. Shop Drawings and Samples: A Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. S Record date of receipt of Samples and approved Shop Drawings. C. Advise Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which PR believes that the submittal has not been approved. 6. Review of Work and Rejection of Defective Work: A Conduct on-Site observations of Contractor's work in progress to assist AlE in determining if the Work is in general proceeding in accordance with the Contract Documents. B Report whenever PR believes that any part of Contractor's work in progress will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise City and AlE of that part of work in progress that PR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. C Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the Work. 7. Records: A Maintain orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders. Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, AlE's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. B Prepare a daily report utilizing approved City format, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations .f,HOME\Racheli.,:.\GEN\Water\Water SYSlem\b487\ATI.! No -'i\Exh-b!t:~ 8(JC in general, and specific observations in more detail as in the case of observing test procedures; and send copies to AlE and the City. 8. Reports: A. Furnish periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. B Report immediately to the CITY and AlE the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. C Provide project photo report on CD-ROM at the rate of a minimum of two photographs per day, including an adequate amount of photograph documentation of utility conflicts. 9. Completion: A Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. B Participate in a final inspection in the company of AlE, the CITY, and Contractor and prepare a final list of items to be completed or corrected. C Observe whether all items on final list have been completed or corrected and make recommendations concerning acceptance and issuance of the Notice of Acceptability of the Work. 7.0 Warranty Phase. Provide a maintenance guaranty inspection toward the end of the one-year period after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. 17.0 On-Going Modeling Support 17 1 The City anticipates the need for certain modeling support from Engineer. Engineer will provide these services as requested in writing by the City. These services are anticipated to include, but are not limited to, the following: . Semi-annual updating of the model with new or modified infrastructure data from the City's GIS. · On-call modeling support for instances when the City needs to review potential impacts on the operation of the water system. · Other modeling as may be required by the City. City and Engineer agree that scope and level of effort for these services are difficult to determine in advance. Therefore, an initial budgetary allowance of $50,000 is hereby established for this work. The City will augment the initial budgetary allowance by amendment as required for the Engineer to continue to provide modeling support. ~..; ',HOME\Rachelie,CEN\Waler\\/\/ater System\f;487\Arr,;_~ No:)\Exh;bit to. Joe 17 2 Large Volume User Demand Study - Ratification The Large Volume User (L VU) Demand Study Work Task was identified under our authorized Task 9.0, Extended Period Simulation Model Development, where it was noted that additional verification analyses would be recommended (Task 9.5) if model validation could not be completed to an acceptable level. It was determined that the L VUs have a significant impact on the operation of the water system, particularly the diurnal and hourly variations in water use as it affects the calibration of the EPS model. In order to effectively model the system in the EPS mode, it is necessary to understand the diurnal fluctuations in water use attributable to the LVUs. Historically, the only available water use records for the LVUs were the monthly water billing records, which are inadequate to identify the diurnal and hourly variations in LVU demand. The objective of the LVU demand study is to develop a methodology to collect suitable water demand data from the Large Volume water users, to supervise the collection of the data, evaluate the collected data, and to utilize the data in the EPS modeling analysis. The following tasks will be undertaken: 1. Develop and manage a data collection program to ascertain water use information from several of the L VUs. This process includes developing a questionnaire for LVUs water use response. In addition, the process involves conducting one-on-one interviews with representatives from the identified L VUs to understand how they use water, diversion points, how much water is used, and what diurnal variations occur. It also includes requesting additional on-site monitoring data that may be available from the individual LVUs. 2. Conduct the one-on-one interviews to ascertain understanding of water use and individual record availability. 3. Review and evaluate the data received from the various responses. Tabulate the data, and develop an understanding of the LVU diurnal pattern . 4 Utilize the newly acquired data and analyses to develop appropriate Zone water balances, and diurnal curve to be used in the EPS modeling calibration. 17 3 Fire Flow Analysis (Motel 6) - Ratification The objective of this Task is to provide the Water Department with a rapid response to water system issues and questions regarding service connections using the Corpus Christi Water Model as outlined under On- Going Modeling Support, On-Call Modeling, Additional Services (Task 17.0). Specifically, modeling analyses will be conducted regarding a fire flow issue for a proposed development on Lantana Street consisting of a Motel 6 and Industrial Park site. The following tasks will be undertaken: H \HOME\Rachehc\GEN\Water\Water Sys:emV-487\Am(~: No ":.\ExhIOlt u. joc 1 Define the scope of the analysis, assumptions to be made, water system conditions to be modeled, demand conditions, and nearby impacted transmission mains. 2 Determine the appropriate fire flow analyses to be conducted using the water model. 3 Run the model with up to 10 incremental transmission main upgrades and/or system modifications to determine the system response and effectiveness of each incremental change towards meeting the established performance criteria. 4 Prepare tabular summary of modeling results including water system maps from the GIS. Examine alternate points of connection or line modifications. 5 Conduct a teleconference meeting with the Water Department staff to discuss the analysis methodology, results, and alternatives. 6 Prepare a Technical Memorandum summarizing the results of the fire flow modeling task. 17 4 Cantwell Lane Modeling Analysis - Ratification The objective of this Task is to provide the Water Department with hydraulic modeling services in relation to water supply and pressure issues occurring on a 16-inch water line in Cantwell Street, which has an 8-inch bottleneck. Modeling scenarios were conducted for several demand conditions to ascertain whether improving the bottleneck would improve supply conditions. This work task is outlined under On-Going Modeling Support, On-Call Modeling, Additional Services (Task 17.0). 1 Data gathering, review fact situation, and problem definition. Define and agree with the Department regarding the scenarios to be investigated. 2 Set up model conditions, and run demand condition scenarios, including Maximum Day, Peak Hour, and Max Day plus fire demand. 3 Summarize results, and communicate with Department staff. 17 5 Development Review/Response Procedures The purpose of this Task is to provide consulting services to the Water Department concerning protocol and procedures for standardizing Water Department review processes in response to new developments impacting the water system operation. This will include a review of procedures from similar municipalities, system design guidelines, and operational criteria. Samples of appropriate material will be provided to the Department, in addition to participating in meetings with staff to discuss the various procedures. 17 5.1 Review of Other Municipalities Collect and review procedures and criteria from several municipalities concerning code issues, review procedures, and ;1 '.HOME\Rachelie,(;EN\Water\Water System\K487\Am.:: No "':,\Exh;blt A o:)c design criteria for response to new development and water system expansion. 175.2 Meeting Meet with the Water Department staff to identify current procedures, issues, and processes of review. Discuss their needs in terms of codes, guidelines, etc. 1753 Recommended Review Procedures Develop a set of recommendations for Department review procedures for consideration for adoption. 17.5.4 Municipality Information Provide copies of select material from other municipalities. 17 6 Water Department Schematic Book This task will collect and organize all information regarding each pump station, elevated tanks, ONSWTP, critical pressure zones, and Large Volume User meter locations into one book, entitled "Water Department Schematic Book". Level of detail includes direction of flow, pumps flow rates, valve and meter sizes and type. Information included at ONSWTP includes each size and type of pumps, master meters, and chemical feed lines, and Injection points. 24.0 Workshops (Note: Task 18.0 through 23.0 previously assigned} Unless otherwise Indicated in each specific task, ENGINEER will prepare materials for and conduct three (3) Workshops. Topics to be covered in these Workshops are shown in the following table and described in Tasks 24.1 through 24.3. - ------------...--- - -_.~_.._-_._-_._-- SCHEDULED WORKSHOPS _.-,. Workshop Task --.- Review/Response Workshop Discuss Task Results Summary Document developed in Task 17.5.5. System Operational Protocol Demonstration Discuss System Operational Protocol Program Workshop Demonstration Program developed in Task (Concurrent with Project Kickoff Meeting) 42.1 System Operational Protocol Demonstration Discuss Demonstration Results developed in ..!'rogram Results Work~hop _ ~. Task 42.4 ---'-'-'-"-'-'~-- 24 1 Review/Response Workshop Attend workshop with OWNER Staff to review the Draft Review/Response Task Results Summary Document prepared by the ENGINEER in Task 27.1. ENGINEER will be responsible for preparing materials associated with this workshop and meeting. Incorporate OWNER comments into the minutes for the Workshop and into the project Report. Following the Workshop, -! ".HOME\Rachel"o'.CEN\Water\\/Vater Sys:em\~,487\Am,: No ''J\Exr.!brt A ENGINEER will prepare Workshop minutes that record all comments from the OWNER. 24 2 System Operational Protocol Demonstration Program Workshop Attend workshop with OWNER Staff to review the Draft Demonstration Protocol prepared by ENGINEER in Task 42.1, and resolve any last-minute issues related to conduct of the Demonstration Protocol. A Project Kickoff meeting will be held concurrent with this workshop (Task 42.2), which will define the project schedule, coordination issues, data needs, staffing plan, and project milestones. ENGINEER will be responsible for preparing materials associated with this workshop and meeting. Following the Workshop ENGINEER will prepare Workshop minutes that record all comments from the OWNER. 24 3 System Operational Protocol Demonstration Program Results Workshop Attend workshop with the OWNER to review the Results Summary (see Task 27.1). ENGINEER will be responsible for preparing materials associated with this workshop. Following the Workshop, ENGINEER will prepare workshop minutes that record all comments from the OWNER. 27.0 Proiect Oeliverables (Note: Task 26.0 previously assigned) 27 1 Task Results Summary Document (Task 17.5) Unless indicated otherwise in individual task descriptions, ENGINEER will prepare a Task Results Summary to document the results of Tasks 17.5.1, 17.5.3 and 17.5.4. This document will serve as a mechanism to convey information and results, solicit comments from the OWNER staff, and to gain consensus with the conclusions and recommendations. ENGINEER will deliver ten hard copies and one PDF electronic file of the Task Results Summary to the City one week before Workshop scheduled to discuss thiS deliverable 27 2 Task Results Summary Document (Task 42.0) Unless indicated otherwise in individual task descriptions, ENGINEER will prepare a Task Results Summary to document the results of Tasks 42.1, and 42.3. This document will serve as a mechanism to convey information and results, solicit comments from the OWNER staff, and to gain consensus with the conclusions and recommendations. ENGINEER will deliver ten hard copies and one PDF electronic file of the Task Results Summary to the City one week before Workshop scheduled to discuss this deliverable. \HOME\RacheI18\GEN\Water\Water SystemVA87\Am(~ Nc ')\Exhlbll A"joc 45.0 System Operational Protocol Demonstration 45 1 Purpose The purpose of this task is to provide a demonstration of the system operational protocol described in "Draft Technical Memorandum NO.5 Extended Period Simulation: Development, Calibration, and Operational Protocol," Project No. 8487, March 2005. This demonstration will provide important information to City staff and allow further refinement of the operational protocol, as well as providing additional data for consideration during performance of Tasks 41.1 and 42.1. 45 2 Prepare Protocol Demonstration Program Prepare a draft Protocol Outline describing the proposed operational plan for the Protocol Demonstration Program. The draft Protocol Outline will include general descriptions of conceptual operational strategies for the ONSWTP High Service Pump Stations, Holly Road Pump Station, Staples Street Pump Station, North Navigation Pump Station, and the existing elevated storage tanks within the City's system to be used for the demonstration program. The draft Protocol Outline will provide a framework within which Engineer can, in conjunction with ONSWTP operational staff, develop detailed operational protocols to be implemented during the demonstration program and document these protocols in a technical memorandum. Attend Workshop NO.1 with City Staff to review draft demonstration program technical memorandum (prepared by Engineer). Engineer will be responsible for preparing materials associated with this workshop. 45 3 Protocol Kick Off Meeting Conduct a kickoff Meeting the afternoon of the day prior to initiation of the Demonstration Protocol. Purpose of the Kickoff Meeting is to review the Final Protocol prepared in Task 45.2, and resolve any last-minute issues related to conduct of the Demonstration Protocol. 454 Conduct Demonstration Implement the Demonstration Protocol and collect pertinent operational data. This task assumes LNV Team personnel will be on-site at the following facilities for 12 hours per day as the protocol advances: ONSWTP, Staples Street Pump Station, Holly Road Pump Station, and North Navigation Pump Station Team personnel will also be located at Gollihar Tank on a half-time basis, with other elevated storage tanks within the City's system checked occasionally during the demonstration. 45 5 Summarize Demonstration Results Following completion of the demonstration, summarize the results and O-1'_HOME\Rac~heli"7\(;EN\Wate~\Waler System\tA87\Amc No '~\Exhfbll A. jnc pertinent observations, conclusions, and recommendations in a Task Results Summary Document. Attend Workshop No.2 with the OWNER to review the Results Summary. Record OWNER comments in the Workshop minutes and in the project Report. SCHEDULE: 17.5 DEVELOPMENT REVIEW/RESPONSE PROCEDURES SCHEDULE: Tas-k----------------- -------- r--- Scheduled Com letion -~~---_.._._..._-_.._.~-_.._- Submit Draft Technic~Memorandum to City_t______ Janua 16,2006 Workshop__ __ --------t---- Janua 30, 2006 Final Technical Memorandum I Februa 22, 2006 ---_____________ ___ _____ ___________________ J______ PADRE ISLAND ELEVATED STORAGE TANK (1.0 MG), PROJECT NO. 8551 SOUTHSIDE TRANSMISSION MAIN, PHASE 7 (36"), PROJECT NO. 8393 SOUTHS IDE TRANSMISSION MAIN, PHASE 8 (30"), PROJECT NO. 8552 --AC-TIVITy---- n-.O MG ELEVATED TANK __________n_ -- tn_--- Draft Contract to City +____October 26, 2005 Contract to City Council +_uJ)_eC~mber 20, 2005 Begin Design Memo +-__ __ _____ _ ___ N/A _______ __Submit Design Memo_ L- N/A __ _ City Review _ L-- N/A Begin Design Pha~~_ _ +- May 1, 2006 _____ 60% Subl!littal u_ _n -1.-- January 15, 2007 City Review _ +- February 9, 2007____ 100% Submittal _ +-___f.J>.f".il 16, 2007 City Revi~~__ t-- _u_ May 7, 2007 ______ Final Submittal __u___ -t-- __ _ _~~ 21, 2007 Advert[se for BidS_l1__22_-__~---- ___ June 4,2007 Pre-Bid Meeting _ __ _ +-_ ___ June 19, 2007___-+-_ Receive Bids I June 27,2007 I ~:;i~d goonn;;~~tion _ . .f-=:s;:~~'e~~~~7-- -L Snd C.9nstructio_~_ _ __ L____ _ D~c~Q1ber 200.?_____~ _ 36" TRANSMISSION MAIN & 30" TRANSMISSION MAIN October 24, 2005 December 20, 2005 December 21, 2005 March 27, 2006 A ri114, 2006 A ri117, 2006 Au ust 14, 2006 Se tember 1,2006 Janua 29,2007 Februa 16, 2007 March 9, 2007 March 23, 2007 A ril 3, 2007 A ril 11, 2007 Ma 9,2007 June 2007 December 2008 45.0 SYSTEM OPERATIONAL PROTOCOL DEMONSTRATION --~~--_... -- ,"--"--- ---...-...---. -- _n___ --__ _._________._ _.n_~____'-r--- Task . ----- --- --- -- i _ Draft SOP Demonstration Protocol v"Lorkshop __I SOP Demonstration Kick Off Meeting i ~ ----- +--- " SOP Demonstration Results Worksho~______t_ Final SOP Demonstration Results Scheduled Com letion Janua 11,2006 Janua 25,2006 _ Februa 22, 2006 _____ L______ March 20, 2006 ~',rlOME\RacnelleGEN\Waten\/l/ate' Sv:<em\5:187\.Amc No '\Exhlbl!~'\ Gee :. . ! Original ! Amd. , r ---~- i Contract, No. 1 ~ BASIC SERVICES per LNV's Agreement with City of Corpus Christi ~ 1.0 Preliminary Phase + $467,157 I ~= $0 __u 1.1 Padre Island Elevated Storage Tank -+-.~ $0 I ~ $0 _ 1.2 Park Road 22 36:: Transmission Main + U~__~ $0 j $0 1.3 Park Road 22 30 Transmission Mam ----!.._ ___~ _~____ $0 2.0 Design Phase__~~ ~~ ~ TBD. $0 $0 2.1 Padre Island Elevated Storage Tank .. "-W-rU- $0 . $0 . - 22 Park Road 2236" Transmission Main --r----. ~$O--r ---w-+ $0 E-Park Road 22 30~' Transmission Main + -. --oW' $0 ! $0 30 Bid Phase --+----TBQ $0 $0 .-. 3.1. Padre Island Elevated StorageTank .~+--. -- --W $0 $0 3:2-Park Road 22 36" Transmission Main' - $O-+-' $0 I $0 -- 3.3 Park Road 22 30" Transmission Main --+- ~- ---~ $0 --.-, $0 4-0 Construction Phase------- -+ - TBD-.----w----- $0 -=~ 4.1 Padre Island Elevated Storage- Tank ':::~~':::~~=$O- t===._ $O~=~=- $0 _i2]'ark Road 22 36" Transmission Main ---r- .___~ $0_,.. ___~ ___ ___.. $0 4.3 Park Road 22 30'. Transmission M~--i---_-!Q..+----~--~---*t SUBTOTAL BASIC SERV~ES~___J_$467,!~.QQu l___.J.l>."';_~__~_~ ADDITIONAL SERVICES .---..-.-..- -- ---,-- 'L.9.. Permit Preparation_______.. _ ___ 1.1 Padre Island Elevated Storage Tank 12 Park Road 22 36" Transmission Main --..-.-..- .- 1.3 Park Road 22 30" Transmission Main ---- -- .'---------...---....- 2-,-0. RO'{V Acquisition Surv~______~ ._ 2.1 Padre Island Elevated Storage Tank 2.2 Park Road 2236" Transmission Main 2.3 Park Road 22 30" Transmission Main ----~-_._-_._--- 30 Topographic Survey _.____ un _ 31 Padre Island Elevated Storage Tank 3.2 Park Road 22 36" Transmission Main 3.3 Park Road 22 30" Transmission Main - --~_._-- 4.0 Environmental Survey~____ _. '_. 50 Construction Observation Services .-.- - _ . 5.1 Padre Island Elevated Storage Tank 5.2 Park Road 22 36" Transmission Main -.....----- 5.3 Park Road 22 30" Transmission Main '_"'_"__'_ ~_ __.__.__,___0....'.'.__ 6.0_ Start:Up Services ~ ___ __ __ "UJ. Warranty Phase________ ._ i'J. _Padre Island Elevated Storage Tank 7.2 Park Road 22 36" Transmission Main -...-...---- 73 Park Road 22 30" Transmission Main ._._~ -_._._- 8.0 Provide SCADA Documentation --',-- 9.0 Extended Period Simulation (EPS) Model __Development _._..__ ..._. _..__ 10 0 Long- Term Service Projection - Data Collection/Demand Projections 11 0 Modeling Analyses of Distribution System Expansion (5 - 20 Years) _. __ _ 120 Long Term Service Development ____ _ 130 Cost Methodology _ ____ _ _ __ 14.0 CIP Development __~____ 15 0 Detailed Evaluation of City-Wide ASR FaCilities TBD - - --...-- -...--..-------- -- 160 Model Training ~_~ .17 0 On-Going Modeling ~~.__ ill Digitizing Tie Maps ____ ____.. 190 Infrastructure Condition Assessment -- 20.0 Vulnerability Assessment ___ , 210 Vulnerability Reduction & Redunda~lmp; 220 System Operational Protocol _ 230 Bes! Business Practl~es (BBPL_ 24 Q Work~__.. ~ ___ :?i>0 ProlectAdministration _ FEES: _S:I=-: . . . . . .. Amd. No.2 TBD, ----1'BD- . ----TBD --------.--t -.-----+ ...~-_.~-- _10.._. L __ ..JQ~ __.__ $0 ___1O_+-~~____~ $0 ~L ____~______ $0 TBD ! TBD . TBD -$O-t-$O------~ $0 .= $0=[ .. ==-= $0 _===- $0 $0 . $0 $0 ~TBDl-=_ TBD .~=~=-~T8D _ _ ~-t _____-.!Q~------ $0 '.-i~+ - i~+~ i~ u_ ~. TBD]:=::l'B[) TBO TB~_~ _.-IBD~_____ TBD _._ ~_+ __.1Q.-"____~. $0 -- - i~+---- i~------- i~ --- ----+ ------+----- n TBD _+ __~---_-..- TBD ~i-t =- T:~ ~ ~ . ~~ T:~ t' .. T~P-J -=-=_ T~~-+ ~ --= - I~g ~ TBD 5107067 $0.00 i . I -- .. t- ----~-~---~-__j TBD TBD TBD ! ----. +-----+---------t TSD TSO TBD . ----. . .. TBD-t-..- TBD 1- TBD -- ..- TBD' TBO I TBD - - TBD :- TBD I TBO ! .-- .. ~-.t. n --------+--- I TBD TBD TBD ! -+--- - TBO+ -- TBD I TBD =~ j-=~-$25,000l--- TBD I--'~== $0 _. .'_ ..........--$.15,0.-00..t.....-- TBD iu-. ____~ . ____ -==:.-:.:_ TBD I $0 .____n_n : TBD ' $0 -+~==:~==::~:r $32 ~~~ :-------- :~' =t- -.~~_=.:_~~~-t. TBD ! $0 . _-+ - ~=~~~-:J.. $20,154 1=== $0 _L __ .n=n_n i _~3,383_: _____~ $0 --t -+ -+- , -t -t- ---t- -+- --t- --- t- =t =t- --t- -+- -+ -+~ i --I I I -i .il~..... -- - 't ,HOME\Ra~:hel,,::.\(;EN\Vvatw\Waler Systemli-~487\Arr--: No ~\Exh'b :~\ Amd. No.3 Amd No.4 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $7,137 $0 $0 $0 $0 $0 $0 $0 $6,500 $0 $0 $0 $26,064 $0 $0 $0 $0 $0 $843 $0 $0 $0 $0 $0 Amd. No.5 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $160,930 $196,700 $0 $148,500 $102,400 $125,200 $0 $3,500 $4,500 $5,300 $0 $20,700 $24,770 $30,400 $822,900 $0 $80,000 $85,000 $85,000 $0 $5,000 $0 $0 $0 $5,000 $30,000 $35,000 $0 $0 $85,600 $145,100 $145,100 $0 $0 $2,000 $1,000 $1,000 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $268,566 $0 $0 $0 $0 $0 $0 $16,279 $0 Total $467,157 $0 $160,930 $196,700 $0 $148,500 $102,400 $125,200 $0 $3,500 $4,500 $5,300 $0 $20,700 $24,770 $30,400 $1,290,057 $7,137 $80,000 $85,000 $85,000 $0 $5,000 $0 $0 $6,500 $5,000 $30,000 $35,000 $26,064 $0 $85,600 $145,100 $145,100 $0 $843 $2,000 $1,000 $1,000 $0 $107,067 $0 $0 $0 $0 $0 $0 $0 $0 $0 $293,566 $15,000 $0 $0 $0 $32,158 $0 $36,433 $33,383 ----T- -Original~-~ e_ ____~__ ..-L- Contract + c 26.0 Information Management Services _ _ --+-- __:===-+ 27.0 Project Deliverables -+- --::':=:':'::-t- , 28.0 Phase 1- Contingency Planning +. ~_-::.==:=-_+ _ 290 Phase II - Response to Failure _+--___-==-==_+_ 30.0 Phase 111- Restoration --f- ~_-:-=-'::-I 310 Phase i-Contingency Planning for . Oso Bay 30" Pipeline Crossing -L----- =-=-=-~_ 32~~~!y~r Road-Preliminary Phase_ -i- 330 Up River Road-Design Phase --"-'.._..~' ..----------- "----- 340 Up River Road-Bid Phase ------.-..-" 350 Up River Road-Construction Phase ------- .-+- ---- --- 36 0 Up River Road-Hydro Excavation for Utility ____Investigation _ 37 0 Task Deleted 380 Task Deleted 390 Task Deleted ~ 40.0 Large Volume Users (YBDf-- - 41 0 Automation of Staples, Navigation. Road Pump Station (TBD)____ , 42.0 System Wide SCADA Assessment (TBD) . 430 Holly Road Pump Station Improvements ,--~ --- .+- 440 Alternative LVU Water Supply Evaluation ; n___m_ (TBD). .._ .--+_ _ ____ +_ 45.0 System Operational Protocol Demonstration=t SUBTOTAL ADDITIONAL SERVICES: - .--.-. -"'- T..QIAL A.UTHORIZED FEE..:________ _-1._ --+- -+- --+- 4- .1- I -+- andHollv--i +- --i-- + $40,000 i ~07,1~? ---i \HOME\RacheIl8\GEN\Water\Wate! System\e.487\Amc No ::'\ExnlbIIA ewe "1 Amd. i Amd. No.1 No.2 TBD $0 $40,627 _ ___ $0 $128,427 $0 TBD TBD TBD I -~- _m______ -+ $111,246 I ----i--- __m_____ i --.........._- ---------- .-------l-------------t ! ; -=-=~=~-+ --_....:..--------- !- -- -----1---- ------+ --------t-------: --. ~~~~~~~~~~ 4-- -~~~~~~~~~~ ! .---=-_--::===-i --- __________ I i -~---+ . - =:~~~~:=:= f -----==~=~-i-- --~=------- 1- _______n_ ' _n_______ I $361,816 $361,816 $111,246.00 $111,246.00 Amd. Amd No. 3 No.4 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 $0 ---------- $23,567 -----............ $68,775 --------..- $3,487 ---------- $11,700 ---------- $51,358 ~--------- ----............- -...---...--..- ---....----- ---------- ..-...........--- ---------- .................--- -----..--..... ---------- ~--------- --..............-- ~--------- ------........- ---------- .................--- $0.00 $0.00 $199,431 $199,431 Amd. Total No.5 $0 $0 $3,315 $43,942 $0 $128,427 $0 $0 $0 $0 $0 $111,246 $0 $23,567 $0 $68,775 $0 $3,487 $0 $11,700 $0 $51,358 TBD $0 TBD $0 TBD $0 TBD $0 TBD $0 TBD $0 TBD $0 TBD $0 $78,955 $78,955 $1,071,915 $1 ,784,408 $1,894,815 $3,074,465 ~ City of .. Corpus = = Chnsti ~~ CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information Every question must be answered. If the question is not applicable, answer with "N/A FIRM NAME: LNV Enqineerlnq STREET: 801 Naviqation, Suite 300 CITY: FIRM is: 1 Corporation~ 2 Partnership_ 5 Other Corpus Christi, TX 3 Sole Owner_ ZIP: 78408 4, Association_ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each employee of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership in the above named firm. Name Job Title and City Department (if known) __ N/A.___._ ___ 2. State the names of each official of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership in the above named firm. Name Title N/A 3. State the names of each board member of the City of Corpus Christi having an ownership interest constituting 3% or more of the ownership in the above named firm. Name Board, Commission or Committee Dan S. Levendecker Water Shore Advisory Committee 4. State the names of each employee or officer of a consultant for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an ownership interest constituting 3% or more of the ownership in the above named firm. Name Consultant N/A CERTIFICA TE I certify that all Information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes ocptfr. ~:~~~:: ::~::'fyin~a;e~s~:V:dr~s::~' :::. P;;d:;~S- DEFINITIONS a Board Member. A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas Employee Any person employed by the City of Corpus Christi. Texas, either on a full or part time basis, but not as an independent contractor. Firm. Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entities whicn, for purposes of taxation, are treated as non-profit organizations. Official The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. Ownership Interest Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. Constructively held refers to holaing or control established through voting frusts, proxies or special terms of venture or partnership agreements. Consultant. Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation b c d e EXHIBIT "B" Page 2 of 2