Loading...
HomeMy WebLinkAboutC2012-008 - 1/17/2012 - ApprovedCITY OF CORPUS CHRISTI AMENDMENT NO. 6 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 Staples Street BOND ISSUE 2008 Phase 1 from Brawner to Barracuda Project No. 6468 Phase 2 from Barracuda to Gollihar Project No. 6469) as authorized and administratively amended by: Original Contract May 18, 2010 Motion No. M2010 -118 $1,892,273.00 Amendment No. 1 November 5, 2010 Administrative Approval $44,700.00 Amendment No. 2 December 4, 2010 Administrative Approval $32,400.00 Amendment No. 3 March 8, 2011 Motion No. M2011 -063 $94,754.00 Amendment No, 4 September 20, 2011 Administrative Approval $25,176.00 Amendment No. 5 December 6, 2011 Administrative Approval $29,500.00 Staples Street (BOND ISSUE 2008) Phase 1 from Brawner to Barracuda (Project No. 6468) and Phase 2 from Barracuda to Gollihar (Project No. 6469) is amended as follows: BASIC & ADDITIONAL SERVICES The following Scope of Services is for the Brawner Channel Improvement Projects. 10) Offsite Drainage Improvements 1Oa. Brawner Channel Improvements 10a.1 Basic Services 10a.1.1 Design Phase a. Study, verify, and implement Preliminary Engineering Report 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 the construction bid and contract documents (electronic and full -size hard copies 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, 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 to 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 2012 -008 rovide a phased approach to track progress and payments. M2012 -011 01/17/12 AMEND. NO. 6 LNV Engineering Page 1 of 10.. 16468 STAPLES LNVtiAMENDMENT N0. SIAMENDMENT NO. 6.DOC ED e. Furnish one (1) set of the interim plans (60% submittal - electronic and full -size hard copies using City Standards as applicable) to the City staff for review and approval purposes with estimates of probable construction costs. Show existing elevations resulting from topographic survey. Show locations of utility lines, structures and their respective elevations resulting from the S.U.E. Use the City's numbering system for utility manholes. 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 • 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. Provide one (1) set of the pre -final plans and bid documents (100% submittal - electronic and full -size hard copies using City Standards as applicable) 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. 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 AIE 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. j. Assimilate all final review comments (if any). k. Upon approval by the Director of Engineering Services, provide one (1) set of the final plans and contract documents (electronic and full -size hard copies using City Standards as applicable) suitable for reproduction. AMEND. NO. 6 Page 2 of 10 K%ENGINEERING ❑ATAEXCHANGEWELMARSTREFR6468 STAPLES LNV4AMENDMENT NO.65AMENDMENT NO. 6.000 Said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. I. 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. M. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. n. Provide a Storm Water Pollution Prevention Plan, if required. 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. 10a.1.2 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 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 AIE's design phase estimate required above, the Engineer will, 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 A/E) 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. KIENGINEERING DATAEXCHANGEWELMAMSTREEM468 STAPLES LNV4AMENDMENT NO. &AMENDMENT N4. &DOC AMEND. NO, 6 Page 3 of 10 10a.1.3 Construction Phase The AIE 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 contractor's price and are not contrary to the general interest of the City under the contract. e. Make periodic visits (2 per month) 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. 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 within two (2) months of final acceptance of the project. 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. i. Attend monthly construction meetings. The City staff will: a. Prepare applications /estimates for payments to contractor. b. Conduct the final acceptance inspection with the Engineer. 10a.2 Additional Services (Allowance) 10a.2.1 Permit Preparation Furnish the City all engineering data and documentation necessary for all required permits. The AIE will prepare this documentation for all required signatures. The AIE will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. Texas Commission of Environmental Quality (TCEQ) Permits /Amendments b. Texas Department of Licensing and Regulation (TDLR ) c. United States Army Corps of Engineers (USACE) (Disclaimer: This fee does not include an allowance for the preparation of ICIENGINEERING DATAEXCHANGEIVELMAPISTREET16468 STAPLES LNMMENDMENT NO.61AMENDMENT NO. 6.DOC AMEND. NO. 6 Pa e4of10 a Section 404 Permit. Also, this fee does not include an allowance for environmental clearance.) 10a.2.2 Right of Way Identification A/E will investigate all existing parcel descriptions and survey plats for the adjacent properties along the drainage corridor from Santa Fe Street to Ocean Drive. The A/E will also field locate and survey all found existing property corners along the corridor. (Disclaimer: The scope for this fee does not include surveying and documentation preparation for any ROW or easement acquisitions.) 10a.2.3 Topographic Survey A/E will 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 Surveyors' 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. 10a.2.4 Construction Observation Provide a project representative (PR) to provide periodic construction inspection. The periodic construction observation includes time for an 18 -month project construction duration at 4 hours per working day. A. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the A/E 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 A/E, 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 A/E and Contractor, keeping the CITY advised as necessary. 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. AMEND. NO.6 Page 5 of 10 KIENGINEERING DATAEXCHANGE \VELMAPISTREE - 86468 STAPLES LN\AAMENDMENT NO. 64AMENDMENT NO. 6.DOC B. PR shall communicate with CITY with the knowledge of and under the direction of A/E 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. B. 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 AIE 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 AIE 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, AIE'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 in general, and specific AMEND. NO. 6 Page 6 of 10 K:IENGINEERING DATAEXCHANGEIVELMAP%STREET1646 %A 8 STAPLES LNVMENDMENT NO. 6%AMENDMENT NO. 6.00C observations in more detail as in the case of observing test procedures; and send copies to AIE 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 A/E 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 A/E, 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. 10a.2.5 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. 10a.2.6 Public Meeting Participate in a public meeting to coordinate with the community and to obtain community support for each project to include all necessary exhibits as directed by the City. 10a.2.7 Sanitary Sewer Investigation Perform field investigation and televising of sanitary sewer lines to identify problem lines and manholes. A/E will review televising data and recommend repairs. A/E will provide associated data to the City's Waste Water Department within 30 days of performing said activities. 10a.2.8 Subsurface Utility Exploration Field location of existing utilities using Dig Tess System (Coordinate with appropriate City Operating Departments) [ AMEND. NO. 6 Page 7 of 10 K kENGINEERING DATAEXCHANGEIVELMAP\8TREET%6466 STAPLES LNMMENDMENT NO. MAMENDMENT N0. 6.DOC Provide subsurface utility engineering in accordance with ASCE Standard "ASCE C -1, 38 -02, Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data ". The proposed subsurface utility investigation will be as follows: 1. Excavation — The survey scope includes working with a subsurface utility excavator to perform Quality Level A investigation of underground utilities in specified areas through the project limit using vacuum excavation. (Quality Level A involves the use of nondestructive digging equipment at critical points to determine the horizontal and vertical position of underground utilities, as well as the type, size, condition, material, and other characteristics_) Utilities located at this quality level will be physically located and tied to the topographic survey control. The utility will be identified and an elevation will be obtained to the top of the utility. 2. Utility Location — The survey scope includes locating certain utilities to Quality Level B (Quality Level B involves surveying visible above ground utility facilities, such as manholes, valve boxes, posts, etc., and correlating this information with existing utility records.) These utilities will be located by obtaining a Dig Tess Notice and measuring the marked locations. 3. Storm Water — Storm water facilities within the project limits will be located to Quality Level B. Locations will be based on the surveyed locations of accessible storm water manholes and drainage limits. 4. Wastewater — Wastewater facilities within the project limits will be located to Quality Level B. Locations will be based on the surveyed locations of accessible wastewater manholes except for critical locations which will require Quality Level A. 5. Water — Water facilities within the project limits will be located to Quality Level A. 6. Gas — Gas facilities within the project limits will be located to Quality Level C by the AIE. The City of Corpus Christi Gas Department will provide Quality Level A. The AIE will coordinate this activity. 7. Franchise Facilities -- Coordinate with provider within the project limits to locate facilities to Quality Level A in critical areas. AIE will investigate areas of high probability of conflict with proposed improvements. 10a.2.9 Franchise Utility Coordination AIE to meet, coordinate, and resolve all required Franchise Utilities that are in conflict with the construction of this project. (AEP, AT &T, private gas lines, etc.) 10a.2.10 Landscaping Design AIE to include a landscaping plan within the design phase of the project. This includes preparing final quantities and estimates of probable costs for the landscaping features. [ AMEND. N076 Page 8 of 10 KIENGINEERING DATAEXCHANGEIVELMAPISTREEW468 STAPLES LN\AAMENDMENT NO. &AMENDMENT NO. 6.DOC 10a.2.11 Hike & Bike Trail Design A/E to include a hike & bike trail plan within the design phase of the project. This includes preparing final quantities and estimates of probable costs for the hike & bike trail features. PROJECT SCHEDULE DAY DATE ACTIVITY Monday February 6, 2011., Begin Design Phase Monday June 25, 2012 60% Submittal Monday July 9, 2012 City Review Monday November 19, 2012 Pre -Final Submittal Monday December 3, 2012 City Review Monday December 17, 2012 Final Submittal Monday (2) Jan. 7 & Jan. 14, 2013 Advertise for Bids Tuesday January 22, 2013 Pre -Bid Conference Wednesday January 30, 2013 Receive Bids Tuesday February 19, 2013 Award by Council Weekday April 2013 Begin Construction Weekday = July 2014 Construction Completion FEES Summary of Fees is amended as specified in Exhibit "B" Summary of Fees. All other terms and conditions of the May 18, 2010 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. CITY OF CORPUS CHRISTI By Olq Oscar R. Martinez, (Date) Assistant City Manager RECOMME ED By Pete Anaya, P. E. (Date) Director of Engineering Services ATTEST B an� C Armando Chapa, City Secretary LNV E N Dan S. decker, P.E. (Date) Pre ident 801 Navigation, Suite 300 Corpus Christi, TX 78408 (361) 883 -1984 Office (361) 883 -1986 Fax MIDI Z-0 l 1 . Au 1 HUF1:ctk" ..,........�. IR— s1:cRETARY K:IENGENEERING DATAEXCHANGEWELMARSTREET16468 STAPLES LNMMENDMENT N0. SVWENDMENT NO. 6.DOC [ AMEND. NO. 6 Page 9 of 10 APPROVED AS TO FORM By [ S l Z Assistant City Alorney U ( te) AMENDMENT NO. 6 Project No. Project Title Fund Source Number Amount 6468 Staples Street (BOND ISSUE 2008) Phase 1 from Brawner to Barracuda 550950- 4526- 00000- 170077 $607,171.20 6469 Staples Street (BOND ISSUE 2008) Phase 2 from Barracuda to Gollihar 550950- 4526 - 00000- 170081 151,792.80 Total $758,964.00 Encumbrance Number: E6468ALN Project No. 6468); E6469ALN Project No. 6469 ENTERED K: ENGINEERING DATAEXCHANGEWELMAPISTREET16468 STAPLES LNVIAMENDMENT NO. 6%AMENDMENT NO. 6.DOC AMEND. NO.6 Page 10 of 10 SUMMARY OF FEES AMEND. NO.6 EXHIBIT "B" Page 1 of 6 ORIGINAL CONTRACT Staples Street, Phase 1 - Brawner to Barracuda (Project No. 6468) Street Storm Water Water Wastewater Total Basic Services 1 P liminary Design Phase $87,274.80 $48 $5,818.32 $4,363.74 $145,458.00 2 Design Phase 162,912.96 89 602.13 10 860.86 $ 145.65 271 521.60 3 Bid Phase 8 4,800.11 581,83 - 1 , 890.98 436.37 14,545.80 4 Construction Phase 28,364.76 15 600.62 1,418.24 47 Subtotal Basic Services 287,280.00 158,004.00 19,152.00 14,364.00 478,800.00 Additional Services 1 Permit Pre TDLR 8,500.00 0.00 0.00 0.00 8 500.p0 TCEQ -TPDES 0.00 1500.00 0.00 0.00 1500.00 USACE 0.00 0.00 0.00 0.00 0.00 Subtotal Permit Prep 10,000.00 2 Right of Way Ac uistition 0.00 0.00 0.00 0.00 0.00 3 To o ra hic Survey 34,243.00 14,319.80 6,848,60 6,848.60 62,260.00 4 Construction Observation 0.00 0.00 0.00 0.00 0.00 5 Warranty Phase __ 2 , 580.00 1,620.00 660.00 1 6,000.0o 6 Public Meetings 6 4,050.00 1,650.00 15 000.00 7 Sanitary Sewer Investigation 0.00 0.00 0.00 __ 2 , 850.00 146,500.00 146 500.00 8 Subsurface Utility Exploration 0.00 27 225.00 27 225.00 27 225.00 81,675.00 9 Franchise Utility Coordination 5 5,000,00 5 5,000.00 20,000.00 10 Off -Site Drainage 0.00 125 000.00 0.00 0.00 125,000.00 11 CCTV Existin Draina e S st 0.00 0.00 0.00 0.00 0.00 12 Landsoaping Landscaping Design 0.00 U0 0.00 0.00 0.00 13 Hike and Bike Design 0.00 0.00 0.00 0.00 0.00 Subtotal Additional Services 56,773.00 178,714.80 41,383.60 189,563.601 466,435.00 Total Authorized Fee 344,053.001 336,718.80 60,535.60 203,927:601 945,235.00 ORIGINAL CONTRACT Staples Street, Phase 2 - Barracuda to Gollihar (Project No. 6469) Street Storm Water Water Wastewater Total Basic Services 1 Preliminary Design Phase 99,439.20 54,691.56 6,629.28 4 165 732.00 2 Design Phase 185 102 090.91 12 374.66 9,280.99 309,366.40 3 Bid Phase 9,943,92 5 662.93 49720 16,573.20 4 Construction Phase 32,319.84 17 775.91 2 154.66 1 53 866.40 Subtotal Basic Services 327,322.80 180,027.54 21,821.52 16,366.14 545,538.00 Additional Services 1 Permit Pre 7DLR 8 0.00 0.00 0.00 8500-00 TCEQ -TPDES 0.00 1,500.00 0.00 0.00 1,500.00 USAGE 0.00 0.00 0.00 0.00 0.00 Subtotal Permit Prep 10 000.00 2 Right of Way Ac uistition 0.00 0.00 0.00 0.00 0.00 3 To a ra hic Survey 38 054.50 15 913.70 7,610.90 7,610.90 69 190.00 4 Construction Observation 0.00 0.00 0.00 0.00 0.00 5 Warranty Phase 2,580.00 1 660.00 1,140.00. 6 000.00 6 Public Meetings 6,450.00 4 1 2 15,000.00 7 Sanitary Sewer Investigation 0.00 0.00 0.00 88 000.00 88,00D.00 8 Subsurface Utility Exploration 0.00 22,770.00 22 770.00 22,770.00 68 00 9 Franchise Utility Coordination 5 5,000.00 5 5 20,000.00 10 Off Site Drainage 0.00 125,000.00 0.00 0.00 125,000.00 11 CCTV Existing Drainage S st 0.00 0.00 0.00 0.00 0.00 12 Landscaping Design 0.00 0.00 0.00 0.00 0.00 13 dike and Bike Design 0.00 0.00 0.00 0.00 0.00 Subtotal Additional Services 60,584.50 175,853.70 37,690.90 127,370.90 401,500.00 Total Authorized Fee 387,907.30 355,881.24 59,512.42 143,737.04 947,038.00 AMEND. NO.6 EXHIBIT "B" Page 1 of 6 SUMMARY OF FEES AMEND. NO. 6 EXHIBIT "B" Page 2 of 6 ORIGINAL CONTRACT Combined Total Street Storm Water Water Wastewater Total Basic Services 1 Preliminary Design Phase 186,714.00 102 692.70 12,44T60 9,335.70 311 190.00 2 Design Phase 348 532.80 191 693.04 23,235.52 17 428.64 580,888,00 3 Bid Phase 18 671.40 10 269.27 1 933.57 31 1 19.00 4 Construction Phase 60 684.60 33 4,045.64 3 1101 Subtotal Basic Services 614,602.80 338,031.54 40,973.52 30,730.14 1,024,338.00 Additional Services 1 Permit Pre TDLR 17 000.00 0.00 0.00 0.00 17 Op0.Q0 TCFQ -TPDES 0.00 3,000.00 0.00 0.00 3 000.00 USAGE 0.00 0.00 0.00 0,00 0.00 Subtotal Permit Pre 20 000.00 2 Right of Way Ac uistition 0.00 0.00 0.00 0.00 0.00 3 Topographic Survey 72,297.50 30 233.50 14,459.50 14,459.50 13l,450.00 4 1 Construction Observation 0.00 0.00 0.00 0.00 0.00 5 IVVarrantv Phase 5160.00 3240.00 1,320.00 2,280.00 12,000.00 6 Public Meetings 12 8 3 5 30,000.00 7 SanitaN Sewer Investigation 0.00 0.00 0.00 234 500.00 234 500.00 8 Subsurface Utility Exploration 0.00 49 995.00 49,995A0 49 995.04 1149 9 Franchise Utility Coordination 10,000.00 10,000.00 10 10 40 000.00 10 Off -Site Draina a 0.00 250,000.00 0.00 0.00 250 000.00 11 CCTV Existing Drainage S st 0.00 0.00 0.00 0.00 0.00 12 Landscaping Design 0.00 0.00 0.00 0.00 0.00 13 Hike and Bike Design 0.00 0.00 0.00 0.00 0.00 Subtotal Additional Services 117,357.501 354,568.501 79,074.50 316,934.50 867,935.00 Total Authorized Fee $731,960.301 $692,600,041 $120,048.021 $347,664.64 $1,892,273.00 05/18/10 Motion No. M2010 -118 AMEND. NO. 6 EXHIBIT "B" Page 2 of 6 SUMMARY OF FEES Staples Street, Phase 1 - Browner to Barracuda (Project No. 6468) AMD, NO. 1 AMD. NO. 2 AMD. NO. 3 AMD. NO. 4 AMC). NO. 5 AMD. NO. 6 Basic Services Street Storm Water Street Street Water Storm Water 1 Prelimina Design Phase 2 Design n Phase 3 Bid Phase 4 Construction Phase Subtotal Basic Services $0.00 0.00 0.00 0.00 0.00 $0.00 0.00 0.00 0.00 0.04 $0.00 0.00 0.00 0.00 0.00 $0.00 0.00 0.00 0.00 0.00 $0.00 29,500.00 0.00 0.00 29,500.00 $0.00 158 523.20 6340.80 46 711.24 211,575.20 Additional Services 1 Permit Pre TDLR 0.00 0.00 0.00 0.00 0.00 4102.40 TCEQ�TPDES 0.00 0.00 0.00 0.00 2.00 4 USACE 0.00 0.00 0.00 0.00 0.00 8256.80 Subtotal Permit Pre 0.00 O.DO D.DO 0.00 0.00 16 926.44 2 Ri ht of Way A uistition 0.00 0.00 0.00 0.00 0.00 36 000.00 3 Topographic Survey 0.00 0.00 0.00 0.00 0.00 42 272.80 4 5 Construction Observation Warranty Phase 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 126 818.40 5,284.00 6 Public Meetings 0.00 0.00 0.00 0.00 0.00 19 600.00 7 Sanitaa Sewer Investigation 0.00 0.00 0.00 0.00 0.00 36 800.00 8 ISubsurface Utili Exploration 0.00 0.00 0.00 0.00 0.00 4960000 9 Franchise Utility Coordination 0.00 0.00 0.00 0.00 0.00 12 694.40 10 Off -Site Drainage 0.00 0.00 0.00 0.00 O.OD 0,00 11 CCTV Existing Drainage S st 0.00 16,200.00 0.00 0.00 0.00 0.00 12 Landscaping Design 0.00 0.00 0.00 0.00 0.00 24 000.00 13 Hike and Bike Design 0.00 0.00 0.00 0.00 0.00 25 600.00 Subtotal Additional Services 0.00 16,200.20 0.00 0.00 0.00 395,596.00 Total Authorized Fee 0.00 16,200.00 0.40 0.00 29,500.00 607,171.20 Staples Street, Phase 2 - Barracuda to Gollihar (Project No. 6469) AMD. NO. 1 AMD. NO.2 AMD. NO.3 AMD. NO.4 AMD. NO.5 AMD. NO. 6 Street Storm Water Street Street Water Storm Water Basic Services 1 Preliminary Design Phase 0.00 0.00 0.00 0.00 0.00 0.00 2 Design Phase 32 086.00 0.00 4.00 15 992.00 4.00 39 630.80 3 Bid Phase 0.00 0.00 0.00 0.00 0.00 1 585.20 4 Construction Phase 12,614.00 0.00 4.00 0.00 0.00 11 677.80 Subtotal Basic Services 44,700.00 0.00 0.00 15,992.00 0.04 52,893.80 Additional Services 1 Permit Pre TDLR 0.00 2.00 0.00 0.00 0.00 1025.60 TCEQ -TPDES 0.00 0.00 0.00 0,00 0.00 1141,80 USACE 0.00 0.00 0.00 0.00 0.00 2 Subtotal Permit Pre 0.00 0.00 0.00 0.00 0.00 41231.60 2 Right of Way Acquistition 0.00 0.00 0.00 0.04 0.00 9,000. 0 3 To o ra hic Survey 0.00 0.00 0.00 0.00 0.00 10,568.20 4 Construction Observation 0.00 0.00 94,754.00 0.00 0.00 - 31 704.60 5 Warranly Phase 0.00 0.00 0.00 0.00 0.00 1321.00 6 Public Meetings 0.00 0.00 0.00 0.00 0.00 4,900.00 7 Sanitary Sewer Investi ation 4.00 0.00 0.00 0.00 0.00 9,200.00 8 J Subsurface Utility Exploration 0.00 0.00 0.00 7,776.00 0.00 12 400.00 9 Franchise Utility Coordination 0.00 0.00 0.00 1,408.00 0.00 3,173.60 10 Off -Site Drainage 0.00 0.00 0.00 0.00 0.00 0.00 11 CCTV Existing Drainage S st 0.00 16 200.00 0.00 0.00 0.00 0.00 12 Landscaping Design 0.00 0.00 0.00 0.00 0.00 6,000.00 13 Hike and Bike Design 0.00 0.04 0.00 0.00 0.00 6,400.00 Subtotal Additional Services 0.00 16,200.00 94,754.00 9,184.00 0.00 98,899.00 Total Authorized Fee 44,700.00 16,200.00 94,754.00 25,176.00 0.DO 159,792.82 AMEND. NO. 6 EXHIBIT "B" Page 3 of 6 SUMMARY OF FEES AMEND. NO. 6 EXHIBIT " 13 " Pa e4of6 AMD. NO. 1 AMD. NO. 2 AMD. NO. 3 AMD. NO. 4 AMD. NO. 5 AMQ. NO. 6 Combined Total Street Stone Water Street Street Water Storm Water Basic Service s 1 Prelimina Design Phase 0.00 0.00 0.00 0.00 0.40 0 2 Design Phase 32 086.00 0.00 0.00 15,992.00 29 500.00 198 154.40 3 Bid Phase 0.00 0.00 0.00 0.00 0:00 792600 4 Construction Phase 12 614.00 0.00 0.00 0.00 0.04 58 3$9.00 Subtotal Basic Services 44,700.00 0.00 0.00 15,992.00 29,500.04 264,469.00 Additional Services 1 Permit Pre TDLR 0.00 0,00 0.00 0.00 0.00 5,128.00 TCEQ -TPDES 0.04 0.00 0.00 0.04 0.00 5 709.00 USACE 0.04 0.00 0.00 0.00 0.00 10 329.00 Subtotal Permit Pre 0.00 0.00 0.00 0.00 0.00 21 158.00 2 Right of Way Ac uistition 0.04 0.00 0.00 0.00 0,00 4500000 3 To o - graphic Survey 0.00 0.40 0.00 0.00 0.00 52 841.00 4 1 Construction Observation 0.00 0.00 94,754.00 0.00 0.00 158 523.00 5 Warranty Phase 0.00 0.00 0.00 0.00 0,0b 6 605.00 6 Public Meetings 0.00 0.00 0.40 0.00 0.00 24 500.00 7 Sanitary Sewer Investigation 0.00 0.00 0.00 0.00 0.00 46,000.00 8 Subsurface Utility Exploration. 0.00 0.00 0.00 777600 0.00 62 000.00 9 Franchise Utility Coordination 0.00 0.00 0.00 1,408.00 0.00 15 868.00 10 Off -Site Drainage 0.00 0.00 0.00 0.00 0.00 0.00 11 JCCTV Existing Drainage S st 0.00 32,400.00 0.00 0.00 0.00 0.00 12 1 Landscaping Design 0.00 0.00 0.00 0.00 0.00 30 000.00 13 mike and 1 Design 0.00 0.00 0.00 0.00 0.00 32 000.00 Subtotal Additional Services 0.00 32,400.00 94,754.00 9,184.00 0.00 494,495.00 Total Authorized Fee $44,700.00 $32,400.40 $94,754.00 $25,176.001 $29,500.00 $758,964.00 11/05/10 12/04/10 03/08/11 09/20/11 12/06/11 Admin Approv Admin Ap rov M2011 -063 Admin A prov I Admin Approv I M2012- AMEND. NO. 6 EXHIBIT " 13 " Pa e4of6 SUMMARY OF FEES AMEND. NO. 6 EXHIBIT "B" Page 5 of 6 TOTAL Staples Street, Phase 1 - Brawner to Barracuda (Project No. 6468) Street Storm Water Water Wastewater Total Basic Services 1 Preliminary Design Phase $87 $48 $5,818.32 $4,363.74 $14545800 2 Design Phase 162,912.961 248,125.33 40,360.86 8,145.65 459,544.80, 3 Bid Phase 8,727.48 11,140.91 581.83 436.37 20 886.60 4. Construction Phase 28 364.76 62 311.82 1,890.98 1,418.24 93,985.80 Subtotal Basic Services 287,280.00 369,579.20 48,652.00 14,364.00 719,875.20 Additional Services 1 Permit Pre TDLR 8 4,102.40 0.00 0.00 12,602.40 TCEQ -TPDES 0.00 6 0.00 0.00 6 USACE 0.00 8 0.00 0.00 8 256.80 Subtotal Permit Pre 2 Right of Way Acquis tition 0.00 36 000.00 0.00 0.00 36 000.00 3 Topographic Survey 34 243.00 56 592.60 6,848.60 6,848.60 104 532.80 4 Construction Observation 0.00 126 818.40 0.00 0.00 12- 18.40 5 Warr an Phase 2,580.00 6 660.00 1,140.00 11,284.00 6 Public Meetings 6,450.00 23,650.00 1 2 34 600.00 7 F Sanitary Sewer Investigation 0.00 36 800.00 0.00 146 500.00 183 300.00 8 ISubsurface Utility Exploration 0.00 76 825.00 27,22 .00 27 225.00 131 275.00 9 Franchise Utility Coordination 5,000.00 17 694.40 5 5,000.00 32 694.40 10 Off -Site Drainage 0.00 125 000.00 0.00 0.00 125 000.00 11 CCTV Existing Drainage S st 0.00 16 200.00 0.00 0.00 16 200.00 12 Landsraping Landscaping Design 0.00 24 0.00 0.00 24 000.00 13 Hike and Bike Design 0.00 25 600.00 0.001 0.00 25 600.00 Subtotal Additional Services 56,773.00 590,510.80 41,383.60 189,563.60 878,231.00 Total Authorized Fee 344,053.00 960,090.00 90,035.60 203,927.60 1,598,106.20 TOTAL Staples Street, Phase 2 - Barracuda to Gollihar (Project No. 6469) Street Storm Water Water Wastewater Total Basic Services 1 Preliminary Design Phase 99,439.20 54,691.56 6,629.28 4,971.961 165 732.00 2 Design Phase 233,697.84 141,721.71 12 374.66 9,280.991 397 075.20 3 Bid Phase 9,943.92 7,054.36 662.93 497.20 18158.40 4 Construction Phase 44,933.84 29453.71 2154.66 1,615.99 78,158.20 Subtotal Basic Services 388,014.80 232,921.34 21,821.52 16,366.14 659,123.80 Additional Services 1 Permit Pre TDLR $ 500.00 1,025.60 0.00 0.00 , 526.60 TCEQ -TPDES 0.00 2,641,80 0.00 0.00 . 9 2 USACE 0.00 2 0.00 0.00 2,064.20 Subtotal Permit Pre 2 Right of Way Ac uistition 0.00 9 0.00 0.00 9 3 Topographic Survey 38,054.50 26 481.90 7,610.901 7,610.90" 79 758.20 4 Construction Observation 94,754.00 31,704.60 0.00 0.00 126458.60 5 Warranty Phase 2 2,941.00 660.00 1,140.00 7 6 Public Meetings 6,450.00 8 1 650.00 2,850.00 19 900.00 7 Sanitary Sewer Investigation 0.00 9,200.00 0.00 88,000.00 97200 ' 00 8 Subsurface Utility Exploration 7 35,170.00 22 770.00 22,770.00 88 486.00 9 Franchise Utility Coordination 6,408.00 8 5,000.00 5,000.00 24 581.60 10 Off -Site Drainage 0.00 125,000.00 0.00 0.00 125 000.00 11 1CCTV Existing Drainage 5 st 0.00 16,200.00 0.00 0.00 16 200.00 12 Landscaping Design 0.00 6 0.00 0.00 6,000.00 13 Hike and Bike Design 0.00 6 0.00 0.00 6,400.00 Subtotal Additional Services 164,522.50 290,952.70 37,690.90 127,370.90 620,537.00 Total Authorized Fee 552,537.30 523,874,04 69,512.421 143,737.04 1,279,660.80 AMEND. NO. 6 EXHIBIT "B" Page 5 of 6 SUMMARY OF FEES AMEND. NO. 6 EXHIBIT "B" Page 6 of 6 TOTAL Combined Total Street Storm Water Water Wastewater Total Basic Services 1 Preliminary Design Phase 186 714.00 102,692.70 12 447.60 9,335.70 311 190.00 2 Design Phase 396 610.80 389 847.04 52,735.52 17 426.64 856 620.00 3 Bid Phase 18 671.40 18,195.27 1,244.76 933.57 39 045.00 4 Construction Phase 73,298.60 91,765.53 4045.64 3,034.23 172 144.00 Subtotal Basic Services 675,294.80 602,500.54 70,473.52 30,730.14 1 ,3 7 8,999.00 Additional Services 1 Permit Pre TDLR 17000.00 5,128.00 0.00 0 22,128.00 TCEQ -TPDES 0.00 8 0.00 0.00 8,709.00 USACE 0.00 10,K1.00 0.00 0.00 10,321.00 Subtotal Permit Prep 17,000.00 24 158.00 0.00 0.00 41 ,15$.00 2 Ri ht of Way Ac uistition 0.00 45 000.00 0.00 0.00 45 000.00 3 Topographic Survey 72 297.50 83 074.50 14,459.50 14,459.50 184,291.00 4 Construction Observation 94 754.00 158 523.00 0.00 0.00 253 277.00 5 lWarrantv Phase 5 9,845.00 1 2,280,00 18 605.00 6 1 Public Meetings 12,900.00 32,600.00 3,300M 5 54 500.00 7 Sanitary Sewer investigation 0.00 46 000.00 0.00 234 500.00 280,500,00 8 Subsurface Utilliy Exploration 7,776.00 1 11 995.00 49 995.00 49,995.00 219 oo 9 Franchise Utility Coordination 11 408.00 25 868.00 10,000 , 00 10 57,276.00 10 Off -Site Draina a 0.00 250 000.00 0.00 0.00 250;000.00 11 CCTV Existing Draina e S st 0.00 32 400.00 0.00 0.00 32 400.00 12 Landscaping Design 0.00 30 000.00 0.00 0.00 30 000.00 13 Hike and Bike Design 0.00 32 000.00 0.00 0.00 32 000.00 Subtotal Additional Services 221,295.501 881,463.501 79,074.501 316,934.50 1,498,768.00 Total Authorized Fee $896,590.30 $1,483,964.04 $949,548.02 $347,664.64 $2,877,767.00 AMEND. NO. 6 EXHIBIT "B" Page 6 of 6 SUPPLIER NUMBER m BE ASSIGN ®BY Qi"Y`�^ PURCHASINO DIVISION City of CITY OF CORPUS CHRISTI C91ca DISCLOSURE OF INTEREST Cit�yy of Corpus Christi Ordinance 1711 as amended, requires all persons or firms soaking to do bns`iness with the City to p rovide the fbilowing information. Every,question must be answered. If the question is not applicable, answer with NA ". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: LNV Engineering P. O. BOX: STREET ADDRESS: 901 Naviptlen, Suite 300 CI'T'Y: Corpus Christ[ ZIp FIRM IS: 4. Asaocia S. 09W a 3. Sole Owner If additional spy is .r _.jar$' DISCLOSURE QUESTIONS , 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: NIA Name Job Title and City Department (if known) 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' Name Board, Commission or Committee Dan S. IdMdecker Marina Advism Board 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 78408 M FILING REQUMEMENTS 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 disalce 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 1 have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christy Texas as changes occur. Certifying Person: Dan S. Leyendecker, Title: President cryiW or Print) Signature of Cuing Date: 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 indopendont 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. e. "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.