Loading...
HomeMy WebLinkAboutC2012-409 - 11/26/2012 - NAAMENDMENT NO.8 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 Infiltration/inflow Related Collection System Enhancement Program and Programmed Wastewater Line Lifecycle Replacement (Prooect No. 7410) 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 Amendment No. 7 June 7, 2012 Administrative Approval $45,714.08 • SCOPE OF WORK, "CONSULTANT" shall provide services for the PROJECT in accordance with the accompanying Letter, Scope of Services, and Fee attached as Amendment No. 8 "Exhibit A ". SECTION B. ADDITIONAL SERVICES shall be amended to include Task 7 City -wide IDIQ Contract Documents. • From the original contract, SUMMARY OF FEES shall be modified and is attached as Amendment No. 8 Exhibit "A" for a revised fee not to exceed $49,051.00 Forty Nine Thousand Fifty One Dollars and Zero-Cents) for a total restated fee not to exceed $571,877.08 (Fi ve Hundred Seventy submitted in All other terms and conditions of June 2, 2008 contract and amendments between the City and Consultant will remain in full force and effect. CITY OF COPUS CHRISTI L2fA /j. Z 4* Z Oscar R. Martinez, V (Date) Assistant City Manager RECOMENDED .40 Daniel Biles, P.E. (Date) Director of Engineering Services Operating Department (Date) LNV , P.E 801 Navigation, Suite 300 Corpus Christi, TX 78408 (361) 883.1984 Office (361) 883 -1986 Fax APPR VED AS TO FORM: REC OCT 2 3 2012 AMD. NO.8 2012 -409 dget �(Date) Page 1 of 2 11/26/12 0.STEWATER%7410 OSO INFILTRATION INFLOW RELATED COLLECTION SYSYEM ENHANCEMENT PROGRAM AND MOGRAMMED LNV Inc ID.a.oOCx I NDEXED I�L �t t Legal Department (Date ATTEST Armando Chapa, City Secretary Project No. 7410 Fund Source No. 550950- 4248 - 00000 - 150164 WW Encumbrance No. CIF' �vja�1►a. 17_ 1 OCT 10 2012 caNrRncr MANAGER Off -4l i. AMD. NO. 8 Pa e2of2 K NENGINEERING DATAEXCHANGEIJENNIFER IWASTEWATER17410 OSO INFILTRATION INFLOW RELATED COLLECTION SYSYEM ENHANCEMENT PROGRAM AND PROGRAMMED WW LIFECYCLE REPLACEMENTMAMENDNIENT NO. 8.DOCX LNV engineers i architects I contractors Solutions `today with a Vision for Tomorrow September 14, 012 Mr. Dan Bite , P.E. Y`711z- Director o ngineering Services City of orpus Christi P.O. ox 9277 Cor. us Christi, TX 78469 -9277 Re: Amendment No. 8 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: In response to the City's request, LNV proposes the following contract amendment for the Oso I &I Related Collection System Enhancement Program and Programmed WW Line Lifecycle Replacement Project consisting of the work described below. Project Description: The purpose of this amendment is the preparation and development of the necessary Indefinite Delivery/indefinite Quantity (IDIQ) contract and bidding documents for the City- wide Collection System Replacement & Rehabilitation IDIQ Procurement project. This IDIQ construction project will focus on the repair, replacement and /or rehabilitation of the City's aged wastewater infrastructure such as sanitary sewer manholes, gravity lines service connections and force mains. The IDIQ bid package will include plans, details, project notes, pay limits, sample delivery orders, traffic control measures, by -pass pumping plan template and standard/technical specifications. Each of these documents will be modified accordingly to be compatible with an IDIQ type project. The IDIQ contract documents will be prepared as a 2 -yr base contract along with three (3) 1 -yr renewal options. In addition, Engineer will coordinate and host a "lessons learned" meeting with Engineering Services, Wastewater Department, and Construction Services to provide and receive input regarding positive /negative experiences on previous IDIQ projects. These services were not included in the original contract. Scope of Services: The original contract and associated amendments shall be modified to include the following: A. BASIC SERVICES 1. Preliminary Phase (NIA) 2. Design Phase (NIA) 3. Bid Phase (NIA) AMD. NO.8 801 NAVIGATION I SUITE 200 I CORPUS CHRISTI, TEXAS 78408 EXHIBIT 4° OFFICE 381.883.1984 I FAX 361.883.1986 1 WWWANIAW -COM [Page 7 of 6 2 4. Construction Phase (NIA) B. ADDITIONAL SERVICES (ALLOWANCE) 1. Topographic Survey (NIA) 2. Construction Administrative Services (NIA) 3. Warranty Phase (NIA) 4. Public Meetings (NIA) 5. Oso WRP Influent Hydraulics (NIA) 6. WilliamslWooldridge Lift Station Hydraulic Study (NIA) 7. City -wide IDIQ Contract Docs. & Bid Package a. Project Meetings - Coordinate, plan, participate and conduct a "lessons learned" workshop meeting with Engineering Services, Construction Services, Wastewater Department and the Contractor. The purpose of the meeting is to identify and discuss the positive aspects of past IDIQ projects that would be beneficial to remain in this IDIQ project and some of the areas needing to be improved upon prior to issuing the next set of bid documents. The team will identify the project goals and determine the most effective way to implement Contractor procurement. Engineer will provide a memo with recommended additions/deletions and comments summarizing the items which should be implemented or modified to improve the project along with a list of items which has been successful in the past. Attend and participate in project meetings (2 meetings) with City staff to discuss IDIQ issues related to other projects and to determine the best approach in preparing the plans and specs. b. Review, study, and verify all comments and recommendations from the "lessons learned" meeting and incorporate into the new City -wide IDIQ project contract documents. This will involve modifications to the plans, specifications, bid items, project notes, and procedures relating to bypass pumping, CCTV, and record drawings. Gather and review existing IDIQ contract documents associated with other projects. Identify in association with City staff the strengths of the existing documents and the areas needing improvements. a. Engineer will develop a wastewater infrastructure rehabilitation/replacement unit price matrix for all items reasonably anticipated to be needed for the delivery order work. Additional items will be included such as fence replacement, landscaping, paving, stabilized backfill, sidewalks, curb & gutter, traffic control, utility conflicts, pre & post CCTV, line cleaning, utility re- location, services, tie -ins, bypass pumping, plugs, etc. Engineer will prepare exhibits and plan sheets showing unit matrix examples. b. Prepare "hypotheticar final quantities and estimates of probable costs which will be used for bidder evaluation. Develop an improved and revised bid item matrix which will provide benefits to the City with respect to economy of scale. AMD. NO.8 EXHIBIT "A" Page 2 of 6 3 c. Engineer will develop the criteria for maximum schedule allowances for various construction tasks which can be used to reasonably estimate construction durations for each delivery order. d. Engineer will prepare a sample delivery order to be included as an attachment in the bid documents. This document will clearly define the contractor's expectations on the type of information typically included in future delivery orders and the level of detail to be expected. In addition, it will provide clear guidance on the anticipated format of future delivery orders and will define the documents required, provide suggestions on the type of information recommended, and offer examples of plan sheets, photos, and cost estimates. e. Engineer will develop a bypass pumping plan template to be included in the bid documents. This document will clearly outline the City's and Engineer's requirements for all by- passing efforts, provide a contractor's checklist for confirming all information is included, and will provide an example by -pass plan that can be used as a "go -by". f. Provide typical traffic control plans and standard traffic control measures for the various construction applications that can be reasonably anticipated. Include bid items for signage, illumination, markings and striping, and signalization. The City Traffic Engineering Department will have final authority on the appropriate traffic control set -ups for each delivery order site. g. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the pre final, 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. h. Prepare one (1) set of PRE -FINAL and one (1) set of FINAL Contract and Bid 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. Both packages will also be provided electronically in pdf and CAD formats. Said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. i. Following the City's review of the PRE -FINAL submittal package, Engineer will assimilate all review comments and make the appropriate modifications and additions/deletions to the FINAL bid package. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be M O.. 8 "A" of5 4 G evidenced on the plans and be signed and sealed by a professional engineer prior to re -use of modified plans. j. Engineer will coordinate and conduct a workshop session with the City and their other City -wide IDIQ consultant engineers in order to introduce and summarize the plans, specifications, delivery orders, and the IDIQ process. This will ensure a greater understanding of the intent of the bid package and result in a more consistent product from each of the consultants. k. Prepare and subrnit.monthly status reports with action items developed from monthly progress and review meetings. Project Schedule: DAY DATE ACTIVITY Friday November 9, 2012 Pre -Final Submittal Monday November 19, 2012 City Review Comments Due Friday December 14, 2012 Final Submittal Fees: A. Fee for Additional Services Authorized. The City will pay the Engineer a lump sum fee not to exceed $49.081.00 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 attached. 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. Sincerely, LNV, In . TBPE irr j/ //1- U/- r- 1 S. Leyendecker, P.E. AMD. NO.8 EXHIBIT "A" Page 4 of 5 OSO IN FILTRATIONIINFLOW RELATED COLLECTION SYSTEM ENHANCEMENT PROGRAM AND PROGRAMMED WASTEWATER LINE LIFECYCLE REPLACEMENT (Project No. 7410) SUMMARY OF FEES 06/02/08 1 03/23/10 10!10!10 03/11/11 08/09/11 12/21/11 02115/12 UU107112 Admin A roval M2010 -056 Admin A roval Admin Approval Admin A roval Admin Approval Admin A roval Admin A roval Admin A rovel x CD =v (h Z c �' o0 ORIGINAL CONTRACT AMD. NO. 1 AMD. NO. 2 AMD. NO.3 AMD. NO.4 AMD. NO.5 AMD. NO.6 AMD. NO.7 AMD. NO.8 TOTAL BASIC SERVICES 1 Preliminary Phase $45,33D.00 $0.00 $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 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 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 0.00 133,876.00 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 0.00 ADDITIONAL SERVICES 1 Topographic Survey 0.00 11,286.00 0.00 0,00 0.00 0.00 0.00 0.00 0.00 p 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 0.00 3 Warranty Phase 0.00 - 3,858.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 4 Public Meetin s 0.00 7,854.00 0.00 0.0D 0.00 0.00 0.0Q 7,854.00 D.DO 5 Oso VVRP Influent Hydraulics ( AUTHORIZED) 0.00 64,256.00 0.00 0.00 0.00 0.00 0.00 (4,497.92) 0.00 59,758.08 6 J\AAIIiamsNVoDIdridge Lift Station Hydraulic Study 0.00 0.00 44,560.00 0.00 0.00 0.00 0.00 (17,424.00) 0.00 27,136.00 7 Ci ty-wide IDIQ Contract Docs. 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 49,051.00 49,051.00 Subtotal Additional Services 0.001 117,998.00 44,560.00 26,530.00 36,000.00 0.00 30,000,00 18,335.92 49,051.00 285,803.08 TOTAL AUTHORIZED FEE 1 $45,330.001 $229,110.00 $44.560.001 $26,630.001 $49,600.001 $32,582.001 $49,500.001 $46,714.081 $49,051.00 $571,877.08 06/02/08 1 03/23/10 10!10!10 03/11/11 08/09/11 12/21/11 02115/12 UU107112 Admin A roval M2010 -056 Admin A roval Admin Approval Admin A roval Admin Approval Admin A roval Admin A roval Admin A rovel x CD =v (h Z c �' o0 � �3 �mv a ExF Ov Basic Services: Preliminary Phase Design Phase Bid Phase Construction Phase Subtotal Basic Services Additional Services: Permitting Warranty Prase Inspection Platting Survey O & M Manuals SCADA Subtotal Additional Services Summary of Fees Basic Services Fees Additional Services Fees Total of Fees COMPLETE PROJECT NAME Project No. XXXX Invoice No. 12345 Invoice Date: Sample form for: Payment Request Revised 07/27/00 Total Amount Previous Total Percent i'nntrzad-+ ernrl nice I n mrl Nn_ 2 Cnntract Invoiced Invoice Invoice Complete $1,000 $0 $0 $1,000 $0 $1,000 $1,000 100% 2,000 1,000 0 3,000 1,000 500 1,500 50% 500 0 250 750 0 0 0 0% 2,500 0 1,000 3,500 0 0 0 0% $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% $2,000 $0 $0 $2,000 $500 $0 $500 25% 0 1,120 0 1,120 0 0 0 0% 0 0 1,627 1 0 0 0 0% TBD TBD TBD TBD TBD TBD TBD 0% TBD TBD TBD TBD TBD TBD TBD 0% TBD TBD TBD TBD TBD TBD TBD 0% $2,000 $1,120 $1,627 $4,747 $500 $0 $500 11% $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% 2,000 1,120 1,627 4,747 500 0 500 11% $8,000 $2,120 $2,877 $12,997 $1,250 $1,500 $3,000 23% City of us Chnsti CITY OF CORPUS CHRISTI 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 app tcable, 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 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) 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. 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 subject of this contract and has an "ownership interest' constituting 3% or more of the ownership in the above named "firm." Name Consultant NIA SUPPLIER NUMBER TO BE ASSIGNER BYT77 PURCHASING DIVISION 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 a pparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2 -349 (d )I 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 (Tyikc or Print) Signature of Certifying Date: Person: 7� g—_ P e - — - • .-.I 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. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division beads, 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 tcrms of venture or partnership agrcements." 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.