Loading...
HomeMy WebLinkAboutC2012-196 - 6/6/2012 - NAAMENDMENT NO. 7 TO CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas hereinafter called "CITY ", and LNV, Inc. hereinafter called "CONSULTANT," agree to the following amendment to the Contract for Professional Services for Oso Infiltrationlinflow Related Collection System Enhancement Program and Programmed WW Lifecycle Replacements (Project No. 74101 as authorized and amended by Original Small AIE Agreement June 2, 2008 Administrative Approval $45,330.00 Amendment No. 1 March 23, 2010 Motion No. 2010 -058 $229,110.00 Amendment No. 2 October 10, 2010 Administrative Approval $44,560.00 Amendment No. 3 March 11, 2011 Administrative Approval $26,530.00 Amendment No. 4 August 9, 2011 Administrative Approval $49,500.00 Amendment No. 5 December 21, 2011 Administrative Approval $32,582.00 Amendment No. 6 February 15, 2012 Administrative Approval $49,500.00 • SCOPE OF WORK. "CONSULTANT" shall provide services for the PROJECT in accordance with the accompanying Letter, Scope of Services, and Fee attached as "Exhibit A " . SECTION A. BASIC for + SCOPE OF WORK. "CONSULTANT" shall provide services for the PROJECT in accordance with the accompanying Letter, Scope of Services, and Fee attached as "Exhibit A " . SECTION A. ADDITIONAL SERVICES 2. CONSTRUCTION OBSERVATION SERVICES shall be amended to include additional and unscoped tasks provided in IDIG Services_ for the iccup of Ypar 9 • SCOPE OF WORK. "CONSULTANT" shall provide services for the PROJECT in accordance with the accompanying' Letter, Scope of Services, and Fee attached as "Exhibit A' . SECTION A. ADDITIONAL SERVICES 4. PUBLIC MEETINGS shall be amended to deduct services. • SCOPE OF WORK. "CONSULTANT" shall provide services for the PROJECT in accordance with the accompanying Letter, Scope of Services, and Fee attached as "Exhibit A " . SECTION A. ADDITIONAL SERVICES 5. OSO WATER RECLAMATION PLANT INFLUENT HYDRAULICS shall be amended to deduct services. • SCOPE OF WORK. "CONSULTANT" shall provide services for the PROJECT in accordance with the accompanying Letter, Scope of Services, and Fee attached as "Exhibit A' . SECTION A. ADDITIONAL SERVICES 6. WILLIAMSIWOOLDRIDGE LIFT STATION HYDRAULIC STUDY shall be amended to deduct services. • In the Original Contract, EXHIBIT "B ", SUMMARY OF FEES shall be modified and is attached as Amendment No. 7 Exhibit "B" for a revised fee not to exceed $46,714.08 (Forty Five Thousand Seven Hundred Fourteen Dollars and eight cents) for a total restated fee not to exceed cents). All other terms and conditions of June 2, 2008 contract and amendments between the City and Consultant will remain in full force and effect. 2012 -196 6106112 0UTA ri m FER17410 OSO WRP SERVICE AREA UMAMENDMENT NO.71AMENDMENT NO. 7.DOCX INDEXED r CITY OF COPUS CHRISTI C�w `� )Z— Oscar R. Martinez, (Date) Assistant City Manager RECOMENDED I -Y yl / aniel Biles, P. E. (Date) Interi Director of Engineering Services Operating Department (Gate} APPROVED AS TO FORM: Offico of Management and Budget (Date) qlj�: ( S -1y Legal Department (Date) ATTEST Armando Chapa, City Secretary Project No. 7410 Fund Source No. 550950 -4504- 00000 - 150164 Encumberance No. E7410ALN1 , P. E. Presid 80TNavigation, Suite 300 Corpus Christi, TX 78408 (361) 883 -1984 Office (361) 883 -1986 Fax . 71� K NENGINEERING DATAEXCHANGEIVELMAPIWASTEWATER17410 OSO WRP SERVICE AREA IDIWMENDMENT NO. TAMENDIVENT NO. 7.DOCX ENV engineers I architects I contractors May 11, 2012 Mr. Dan Biles, P.E. Interim Director of Engineering Services City of Corpus Christi P.O. Box 9277 Corpus Christi, TX 78469 -9277 Solutions Today with a Vision for Tomorrow Re; Amendment No. 7 to Professional Services Contract Oso I &I Related Collection System Enhancement Program and Programmed WW Line Lifecycle Replacement City Project No. 7410 Dear Mr. Biles: The following contract amendment for the Oso I &I Related Collection System Enhancement Program and Programmed WW Line Lifecycle Replacement Project is proposed for the work described below. 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 provided for Additional Construction Administrative Services to the City of Corpus Christi. In Amendment No. 4 of this contract, the City engaged the Engineer to develop and issue Year 2 delivery order documents, contract administration, and administration for the construction of the delivery order improvements. The Engineer prepared delivery order documents including site work descriptions, drawings, exhibits, and cost estimates and performed construction administration for the implementation of the delivery orders. Unforeseen additional design tasks were required to complete the work described above and were not included in the scope of Amendment No. 4. The unscoped tasks provided during Year 2 delivery orders are described below in the Breakdown of Tasks. Construction Phase Services for the Oso Service Area are included in this amendment. The standard construction phase services will be provided for 75 weeks at 6 hours per week and are described below in Breakdown of Tasks. Also included in this amendment, is a reallocation of unused funds which are no longer anticipated to be needed. These allowance items were provided in previous contracts based on expected level of effort required to complete the work. The unused monies are to be reallocated to other services either already complete or to be completed in future and are shown in Exhibit "B" of this Contract Amendment. The unused Additional Services include: • 4. Public Meetings 0 5. Oso WRP Influent Hydraulics • 6. Wi Ilia ms/Woold ridge Lift Station Hydraulic Study AMD. NO.7 EXHIBIT "A" 801 NAVIGATION I SUITE 200 1 CORPUS CHRISTI, TEXAS 78408 Page 1 of 4 OFFICE 361.883.1984 1 FAX 361.883.1986 1 WWW.LNVINC.COM 2 Scope of Services Summary: The Scope of Services for this contract amendment include: • Additional and unscoped design tasks provided in order to issue Year 2 Delivery Orders. • Perform Basic Construction Phase Services for the Oso Service Area. • Reallocation of unused monies which are no longer anticipated to be needed. Breakdown of Tasks: The original contract and amendments shall be modified to include the following: A. BASIC SERVICES 1. Preliminary Phase (Completed under original Small AIE) 2. Design Phase (Completed under Amendment No. 1 & Amendment No. 5) 3. Bidding Phase (Completed under Amendment No. 1) 4. Construction Phase — Perform standard construction phase services for the Oso Service Area for 75 weeks. a. Participate in a pre - construction meeting conference and provide a recommended agenda 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. 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. 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. L This task provides up to 75 weeks of construction phase services, including 2 hours per week for Project Manager and 4 hours per week for Engineer Ili. E D. NO. 7 H16 "A" ge 2 of 4 ..3 B. ADDITIONAL SERVICES ALLOWANCE 2. Construction Administrative Services Amendment No. 4 included a maximum of 8 -total delivery orders. Due to the number of emergency sites, eleven (11) delivery orders were issued during Year 2 in order to expedite issuance and begin construction. Delivery Order No. 13, 15, and 19 consisted of bid items not included in the original contract. This required Engineer to gather quotes from manufactures, provide an engineer's estimate, and negotiate prices with Contractor prior to performing original delivery order tasks. For Delivery Order No 19 — Williams FM ARV Replacement, the Engineer provided two rehabilitation options for the City and Engineer to discuss prior to issuing delivery order. Because the rehabilitation methods were not original bid items or described in Contract Documents, the sites included additional exhibits and details to illustrate assembly of parts. Delivery Orders including sites located within wastewater plants often included actual wastewater plant plans with call -outs to locate existing utilities and to aid the Contractor during Construction in addition to the typical exhibits provided in delivery orders. Delivery Order No. 13, 15, and 19 required large Lift Station shutdowns. Additional information was gathered to perform Lift Station capacity and shut down duration calculations. This required additional coordination with City personnel and site visits for Lift Station assessment to determine best date and time of shutdown. The site specific additional unscoped tasks were provided as follows: a. Emergency sites within wastewater plants required immediate site visits for site evaluation. The Engineer was required to remain on site during excavation to assess the problem and recommend solution. 1. D.O. No. 13 Site 1 — Broadway WWTP Clarifier No. 3 Repairs 2. D.O. No. 15 Site 1 — Oso WRP — Lift Station No. 2 b. Emergency on site video assessment. Watched live video on site with City Inspector to determine problem. 1. D.O. No. 19 Site 2 — Bear Lane (Phase 1) 2. D.O. No. 20 Site 1 — Bear Lane (Phase 2) c. Coordination with engineering firm that previously rehabilitated line and manhole to obtain plans and determine problem. 1. D.O. No. 19 Site 2 — Bear Lane (Phase 1) 2. D.O. No. 20 Site 1 — Bear Lane (Phase 2) d. Additional coordination with Contractor and parts manufacturer to order correct parts for site specific jobs that are not included in the original bid items. 1. D.O. No. 13 Site 1 — Broadway WWTP Clarifier No. 3 Repairs 2. D.O: No. 15 Site 1 — Oso WRP — Lift Station No. 2 3. D.Q. No. 19 Site 1 — Williams FM ARV Replacement Order of Services: All work in Additional Service Task 2 was completed within the 2011 -2012 City fiscal year (Year 2 funds) and all work in Basic Service Task 4 will be completed by September 2013. E D. N0.7 IBIT W' ge 3 of 4 4 Fees: A. Fee for Basic Services Authorized. The City will pay the Engineer a lump sum fee not to exceed $64,050.00 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. Fee for Additional Services Authorized. The City will pay the Engineer a lump sum fee not to exceed $(18,335.92) 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. C. Summary of fees. See Exhibit "B" All other terms and conditions of the June 2, 2008 contract and amendments between the City and Consultant will remain in full force and effect. AMD. NO. 7 EXHIBIT "A" Page 4 of 4 OSO INFILTRATIONIINFLOW RELATED COLLECTION SYSTEM ENHANCEMENT PROGRAM AND PROGRAMMED WASTEWATER LINE LIFECYCLE REPLACEMENT (Project No. 7410) SUMMARY OF FEES MUZIU0 U3lzi /IU 7U/IU /IU 0111111 08/09/11 1 12/21/11 1 02/15/12 Admin Approval I M20 I Admin A royal Admin Approval Admin Approval I Admin Approval Admin Approval I Admin Approval X K = m C, W z �_v o �z �IDp0 y ORIGINAL CONTRACT AMD. NO. 1 AMD. NO. AMD. NO. AMD. NO. AMD. NO. AMD. NO. AMD. NO. 7 TOTAL BASIC SERVICES 1 Prelimina Phase $45,330.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $45,330.00 2 Design Phase 0.00 73 052.00 0.00 0.00 0.00 27,500.00 0.00 0.00 100,552.00 3 Bid Phase 0.00 6,316.00 0.00 0.00 0.00 0.00 0.00 0.00 6,316.00 4 Construction Phase 0.00 31,744.00 0.00 0.00 13,500.00 5,082.00 19 500.00 64,050.00 133,876.00 Subtotal Basic Services 45 330.00 111,112.00 0.00 0.00 13,500.00 32,582.00 19 500.00 64,050.00 286 074.00 ADDITIONAL SERVICES 1 Topographic Surve y 0.00 11,286.00 0.00 0.00 0.00 0.00 0.00 0.00 11,286.00 2 Construction Observation Services 0.00 30 744.00 0.00 26,530.00 36 000.00 0.00 30,000.00 11,440.00 134,714.00 3 Warranty Phase 0.00 3,858.00 0.00 0.00 0.00 0.00 0.00 0.00 3,858.00 4 Public Meetings 0.00 7,854.00 0.00 0.00 0.00 0.00 0.00 (7,854.00) 0.00 5 Oso WRP Influent Hydraulics AUTHORIZED 0.00 64,256.00 0.00 0.00 0.00 0.00 0.00 4 497.92 { . ) 59,758.08 6 , Hydraulic WilliamsNVooldridge Lift Station Stud 0.00 0.00 44,560.00 0.00 0.00 0.00 0.00 17,424.00) 27,136.00 Subtotal Additional Services 0 - OOF 117,998.00 44,560.00 26 530.00 36,000.00 0.00 30,000.00 18 335.92 236,752.08 TOTAL AUTHORIZED FEE $45,330.00 $229,110.001 $44,560.00. $26,530.001 $49,500.00 $32,582.00 $49,500.00 $45,714.081 $522,826.08 MUZIU0 U3lzi /IU 7U/IU /IU 0111111 08/09/11 1 12/21/11 1 02/15/12 Admin Approval I M20 I Admin A royal Admin Approval Admin Approval I Admin Approval Admin Approval I Admin Approval X K = m C, W z �_v o �z �IDp0 y SUPPLIER NUMBER TO BE ASSIGNED BY CrrY PURCHASING DIVISION cit y of CITY OF CORPUS CHRISTI Chfisti 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: 901 Navigation, Suite 300 CITY: Corpus Christi ZIP: 78408 FIRM 1S: 1. Corporation X 2. Partnership 8 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 "firm,' 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. Le endecker Marina Advisory 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 suNect of this contract and has an ` ownership interest" constituting 3% or.more of the ownership in the above named "firm." Name Consultant NIA 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: Dan S. Leyendecker, P. E. Title: President (rype or Print) Signature of Certifying a Date: Person: R r 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 aflcet 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 ota 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. c. "Official." The Mayor, members of the City Council, Cite Manager. Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court .fudges 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, (tired by the City of Corpus Christi for the purpose of professional consultation and recommendation.