HomeMy WebLinkAboutC2011-256 - 7/11/2011 - NACITY OF CORPUS CHRISTI
AMENDMENT NO. 2
CONTRACT FOR PROFESSIONAL SERVICES
The City of Corpus Christi, Texas hereinafter called "City ", and LNV ENGINEERING hereinafter called
"Engineer ", agree to the following amendments to the Contract for Engineering Services for Resaca Lift
Station Upgrade (Project No. 7447) as authorized and administratively amended by:
Original Contract July 14, 2009 1 Motion No. 2009 -190 $141,520.00
Amendment No. 1 December 15, 2010 1 Administrative Approval $12.380.00
EXHIBIT "A ", SECTION 1. SCOPE OF SERVICES, PART A. BASIC SERVICES, ITEM NO. 2 DESIGN
PHASE shall be modified to include the following:
The design of a perimeter wall for Resaca Lift Station as required for flood protection up to
elevation 14.0' that consists of coordination with existing utilities crossing under the wall, demolition
of the existing perimeter wall and fence, a new reinforced concrete masonry unit (CMU) perimeter
wall supported on a concrete footing and /or piles, and a manual flood gate /barrier for the driveway.
The design will be in accordance with the site - specific geotechnical report and will comply with the
Texas Department of Insurance (TDI) Windstorm Requirements and the International Building
Code 2006 (IBC 2006).
The design will also include modifications to the Storm Water drainage system such as the
removallplugginglinstalling check - valves on 15 -18 -inch RCP storm water lines, converting existing
catch basins to sump pits, installing sump pumps, and any electrical improvements associated with
the proposed pumps.
EXHIBIT "A ", SECTION 2. PROJECT SCHEDULE, shall be modified as follows:
CALENDAR DAYS FOLLOWING
NOTICE TO PROCEED
ACTIVITY 1 TASK
30 Days
Final Submittal
TBD
Advertise for Bids
TBD
Pre -Bid Conference
TBD
Receive Bids
TBD
Begin Construction
TBD
Construction Completion
2011 -256
07/11/11
LNV Engineering
H: kHOMEIVELMAPIGENIWASTEWATER57447 RESAGA LIFT STATIOMAMENOMENT NO. 24AMENDMENT NO. 2.000
Amendment No. 2
Page 1 of 2
INDEXED
EXHIBIT "A ", SECTION 3. FEES, shall be modified as follows:
All other terms and conditions of the July 14, 2009 contract between the City and Engineer, and of any
amendments to that contract, which are not specifically addressed herein shall remain in full force and
effect.
CITMOFORPU: B
Juan Perales, Jr., P. E. Date
Assistant City Manager
RECOMMEN
B Y a /i
Pete Anaya, P. E., Date
Director of Engineering Services
LNV ENG
B '
Dan S. decker P. . Date
Pr i ent
801 Navigation, Suite 300
Corpus Christi, TX 78408
(361) 883 -1984 Office
(361) 883 -1986 Office
ATTEST
By
Armando Chapa, City Secretary
APPROVED AS TO FORM
By � -w �
Assistant City Attorney Date
Amendment No, 2
Page 2 of 2
H: IHOMEIVELMAP \GEN%WASTEWATER17447 RESACA LIFT STATIONWMENDMENT NO. 25AMENDMENT NO. 2.DOC
ENTER
Project Number: 7447
Fund Source: 556
Encumbrance Number: E7447ALN �..
ORIGINAL
CONTRACT
AMENDMENT
NO.1
AMENDMENT
NO.2
TOTAL
BASIC SERVICES
1
Preliminary Phase
$30,432.00
$0.00
$0.00
$30,432.00
2
Design Phase
53,626.00
9,500.00
26,000.00
89,126.00
3
Bid Phase
5,441.00
0.00
0.00
5,441.00
4
Construction Phase
16,286.00
0.00
2,500.00
18,786.00
Subtotal
Basic Services Fees
105,785.00
9,500.00
28,500.00
143,785.00
ADDITIONAL SERVICES
1
Permit Preparation
1
0.00
0.00
1
2
ROW Ac uisition Survey
0.00
0.00
0.00
0.00
3
Topographic Survey
2
0.00
0.00
2,932.00
4
Environmental Issues
0.00
0.00
0.00
0.00
5
Construction Observation Services
23 040.00
2,880.00
0.00
25,920.00
6
Start-up Services
4,047.00
0.00
0.00
4,047.00
7
Warranty Phase
4,144.00
0.00
0.00
4,144.00
8
Provide SCADA Documentation
0.00
0.00
0.00
0.00
Subtotal
Additional Services Fees
35 735.00
2,880.00
0.00
38,615.00
Total Authorized Fee
$141,520.00
$12,380.00
$28,500.00
$182,400.00
07/14/09
M2009 -190
12/15/10
Admin A roval
Admin Approval
All other terms and conditions of the July 14, 2009 contract between the City and Engineer, and of any
amendments to that contract, which are not specifically addressed herein shall remain in full force and
effect.
CITMOFORPU: B
Juan Perales, Jr., P. E. Date
Assistant City Manager
RECOMMEN
B Y a /i
Pete Anaya, P. E., Date
Director of Engineering Services
LNV ENG
B '
Dan S. decker P. . Date
Pr i ent
801 Navigation, Suite 300
Corpus Christi, TX 78408
(361) 883 -1984 Office
(361) 883 -1986 Office
ATTEST
By
Armando Chapa, City Secretary
APPROVED AS TO FORM
By � -w �
Assistant City Attorney Date
Amendment No, 2
Page 2 of 2
H: IHOMEIVELMAP \GEN%WASTEWATER17447 RESACA LIFT STATIONWMENDMENT NO. 25AMENDMENT NO. 2.DOC
ENTER
Project Number: 7447
Fund Source: 556
Encumbrance Number: E7447ALN �..
WZ=21�; Solutions Today with a
Vision- for Tomorrow
engineers I architects I contractors
June 16, 2011
Mr. Pete Anaya, P.E.
Director of Engineering Services
City of Corpus Christi
P.O. Box 9277
Corpus Christi, TX 78469 -9277
Re: Amendment No. 2 to Professional Services Contract
Resaca Lift Station Upgrade
City Project No. 7447
Dear Mr. Anaya:
Solutions Today with a
Vision for `tomorrow
In response to City request, we are proposing the following contract amendment for the Resaca Lift
Station Upgrade Project.
Project Description:
The City of Corpus Christi, Texas, hereinafter called "City ", and LNV Inc., hereinafter called
"Engineer", agree to the following Contract Amendment for Engineering and Consulting Services to
provide Basic Design Phase Services and Basic Construction Phase Services to the City of Corpus
Christi for:
• The design of a perimeter wall for Resaca Lift Station as required for flood protection up to
elevation 14.0' that consists of coordination with existing utilities crossing under the wall,
demolition of the existing perimeter wall and fence, a new reinforced concrete masonry unit
(CMU) perimeter wall supported on a concrete footing and /or piles, and a manual flood
gate /barrier for the driveway. The design will be in accordance with the site- specific
geotechnical report and will comply with the Texas Department of Insurance (TDI) Windstorm
Requirements and the International Building Code 2006 (IBC 2006).
• The design will also include modifications to the Storm Water drainage system such as the
removal /plugging /installing check - valves on 15 -18 -inch RCP storm water lines, converting
existing catch basins to sump pits, installing sump pumps, and any electrical improvements
associated with the proposed pumps.
Scope of Project:
In order to accomplish this task, the City plans to engage the Engineer to design improvements and .
to develop contract documents. The Engineer will prepare contract documents including
specifications, additional plan sheets, and detail drawings for the proposed flood wall and Storm
Water modifications. These services were not included in the original contract.
Scope of Services:
The Scope of Services for this contract amendment includes Design & Preparation of construction
contract documents for the new perimeter flood wall and Storm Water Improvements and associated
Construction Administration.
Breakdown of Tasks:
The original contract and amendments shall be modified to include the following:
AMD. NO.2
EXHIBIT "A"
801 NAVIGATION I SUITE 200 CORPUS CHRISTI, TEXAS 78408 Page 1 of 5
OFFICE 361.883.1984 1 FAX 361,883.1986 i WWW.LNVINC,COM
E
BASIC SERVICES
1. Preliminary Phase (Completed under original Contract)
2. Design Phase (Expand & Perform standard design phase services to include the Proposed
Perimeter Flood Wall.)
a. Study, veFify,
property and into the GOn6tFUGt 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 and specifications, and
advise City of responding and non - responding participants.
AMD. NO, 2
EXHIBIT "A"
Page 2 of 5
'53
h. Provide Quality Assurance /Quality Control (QA/QC) 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 A/E and Sub - consultant A/E 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. 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.
j. 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.
k. Prepare and submit monthly status reports with action items developed from monthly
progress and review meetings.
I. Provide a Storm Water Pollution Prevention Plan.
m. 4 -Tan Monorail System Design & associated Electrical Feed and Supply Design
(Completed under Amendment No. 1)
n. Proposed Perimeter Flood Wall Design:
• Perform design as required for flood protection up to elevation 14.0'
• Perform design of a spread footing or auger cast -in -place pile foundation in
accordance with the New Broadway W.W.T.P. geotechnical report by Rock
Engineering and Testing Laboratory, Inc. and IBC 2006.
• The new perimeter flood wall will be designed for 120 -mph wind gust
velocity in accordance with the IBC 2006 in order to comply with the
windstorm requirements as required by the TDI. The windstorm compliance
requirements will be in accordance with "Inland" 1 -type construction which
is designated for the first tier counties along the coastal waters.
• Perform design of modifications to the Storm Water drainage system which
may consist of but not necessarily be limited to the
removallplugging /installing check- valves on 15 -18 -inch RCP storm water
lines, converting existing catch basins to sump pits, installing sump pumps,
and any electrical improvements associated with the proposed pumps.
• Provide technical specifications, additional plan sheets, and detail drawings
for the new perimeter flood wall and storm water modifications signed and
sealed by a Texas Registered Professional Engineer.
3. Bid Phase (Expand & Perform standard bid phase services to include the Proposed
Perimeter Flood Wall.) (Covered Under Original Contract)
4. Construction Phase (Expand & Perform standard construction phase services to include
the Proposed Perimeter Flood Wall.)
a. Participate in pre- construction meeting conference and provide a recommended
agenda for the critical construction activities and elements impacting 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 contractor's price and are not
contrary to the general interest of the City under the contract.
AMD, NO. 2
EXHIBIT "A"
Page 3 of 5
4
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.
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 the 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 format acceptable to
the City.
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.
Order of Services:
CALENDAR DAYS
FOLLOWING NOTICE
TO PROCEED
ACTIVITY 1 TASK
30 Days
Final Submittal
TBD
Advertise for Bids
TBD
Pre -Bid Conference
TBD
Receive Bids
TBD
Begin Construction
TBD
Construction Completion
Fees:
A. Fee for Basic Services Authorized. The City will pay the Engineer a lump sum fee to
exceed $28,500.00 for provided services specified in this contract. The fee will be full
and total compensation for services and for all expenses incurred in performing these
services. Engineer will submit monthly statements for basic services rendered. Each
statement will be based on the project percent completion at the time of billing. City
will make prompt monthly payments in response to Engineer's monthly statements.
B. Summary of fees. See below.
E . NO. 2
BIT "A"
4 of 5
5
Summary of A/E Fees:
All other terms and conditions of the July 14, 2009 contract and amendments between
the City and Consultant will remain in full force and effect.
Sincerely,
LNV, Inc.
TBPE Firm No. F -366
Dan S. Leyendecker, P.E.
President
AMD. NO. 2
EXHIBIT "A"
Page 5 of 6
ORIGINAL
CONTRACT
AMD. N0.1
AMD. NO.2
TOTAL
BASIC SERVICES
1. Preliminary Phase
$
30,432.00
$
$
-
$
30,432.00
2. Design Phase
$
53,626.00
$
9,500,00
$
26,000.00
$
89,126.00
3. Bid Phase
$
5
$
$
$
5,441.00
4. Construction Phase
$
16,286.00
$
$
2,500.00
$
18,786.00
Subtotal Basic Services
$
105,785,00
$
9,5C0.00
$
28,500.00
$ 143,785.00
ADDITIONAL SERVICES JAL LOWANCE)
1. Permit Preparation has applicable)
Railroads
TxDCiT
Wetlands Delineation and Permit
Temporary Discharge Permit
NPDES Permit /Amendments
TCEQ
Nueces County
Texas Historical Commission
U.S. Fish and Wildlife Service
U.S. Army Corps of Engineers
U.S. Environmental Protection Agency
TDLR
Total Permitting
$
1,572.00
$
$
-
$
1,572.00
2. ROW Acquisition Survey
$
$
$
$
-
3. Topographic Surve AUTHORIZED
$
2,932.00
$
$
$
2,932.00
4, Environmental Issues
$
-
$
S. Construction Observation Services
$
23,040.00
$
2,880.00
$
$
25,920.00
6. Start -up Services
$
4,047.00
$
$
$
4,047.00
7. Warranty Phase
$
4,144.00
$
$
-
$
4,144.00
8. Provide SCADA Documentation
$
-
$
$
_
$
Subtotal Additional Services
$
35,735.00
$
2
$
$
38,615.00
TOTAL AUTHORIZED FEE
$
141,520.00.
$
12,380.- an
182,400.0(1
07/14/09
M2009 -190 I
ADMIN
APPROVAL
All other terms and conditions of the July 14, 2009 contract and amendments between
the City and Consultant will remain in full force and effect.
Sincerely,
LNV, Inc.
TBPE Firm No. F -366
Dan S. Leyendecker, P.E.
President
AMD. NO. 2
EXHIBIT "A"
Page 5 of 6
h �� SUPPLIER NUMBER
'1 TO BE ASSIGNED BYZ`IT�
PURCHASING DIVISION
City of CITY OF CORPUS CHRISTI
Ch ti DISCLOSURE OF INTEREST
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 `NA ". See reverse side for Filing Requirements,
Certifications and definitions.
COMPANY NAME: LNV Engineering
P. O. BOX:
STREET ADDRESS: 801 Navigation, Suite 300
CITY: Corpus Christi ZIP: 78408
FIRM IS: I . Corporation X 2. Partnership ❑ 3. Sole Owner ❑
4. Association ❑ 5. Other
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 "firma.'
Name Job Title and City Department (if known)
NIA
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
NIA
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. Leyendecker Marina AdvisoKy Board
4. State the names of each employee or officer of a "consultant" for the City of Corus 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
NIA
EXHIBIT "A"
Pa e 1 of 2
FILING REQUIREMENTS
If a person who requests official action on a matter knows that the requested action will confer an
economic benefit on any City official or employee that is distinguishable from the effect that the
action will have on members of the public in general or a substantial segment thereof, you shall
disclose that fact in a signed writing to the City official employee or body that has been
requested to act in the matter, unless the interest of the City official or employee in the matter is
apparent. The disclosure shall also be made in a signed writing filed with the City Secretary.
[Ethics Ordinance Section 2 -349 (d)]
CERTIFICATION
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 occur.
Certifying Person: Da n S. Leyendecker, P.A Title: President
(Type or Print)
Signature of Certifying Date: z � 1 /
Person:
DEFINITIONS
a. "Board member." A member of any board, commission, or committee appointed by the
City Council of the City of Corpus Christi, Texas.
b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to
have an effect on that interest that is distinguishable from its effect on members of the public
in general or a substantial segment thereof.
c. "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.
d. "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 which 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.
f. "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 holdings or control established through voting trusts,
proxies, or special terms of venture or partnership agreements."
g. "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.
EXHIBIT "A"
Pa e 2 of 2