Loading...
HomeMy WebLinkAboutC2013-027 - 1/18/2013 - NAAMENDMENT NO. 9 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 Wastewater Line Lifecycle Replacement (Project 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 Amendment No. 8 November 26, 2012 Administrative Approval $49,051.00 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. 9 "Exhibit A ". SECTION A. BASIC SERVICES, 4. CONSTRUCTION PHASE shall be amended to include additional construction services. SECTION B. ADDITIONAL SERVICES, 2. CONSTRUCTION ADMINISTRATION SERVICES and 3. WARRANTY PHASE shall be amended to include additional services. The original contract, SUMMARY OF FEES shall Exhibit "A" for a revised fee not to exceed jgL Dollars and Zero Cents), for a total restated fee be modified and is attached as Amendment No. 9 not to exceed invoices 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 CO P CHRISTI ' 4 1 Oscar R. Martinez, (Date) Assistant City Manager RECOMENDED t2 � z Daniel Biles, P.E. ( at Director of Engineering Services Operating Department (Date) �IVE� 2013 -027 DEC 2 0 201 1118113 AMD. N0.9 Pa se 1 of 2 EWAA ERk741 RATION INFL E ENHANCEMENT PROGRAM AND PROGRAMMED LNV Inc O. T N0. INFILT wnFxF:n APPROVED AS TO FORM: 4 4d4m 'fi Office ^f Management and Budget (Date) Legal Department (Date) ATTEST Armando Chapa, City Secretary Project No. 7410 Fund Source No. 550950 -4248- 00000- 150164 Wastewater CIP Encumbrance No. E7410ALNl ENTERED OFC 12 2012 CONTFAU i MANAGER AMD. NO.9 Pa e2of2 KIENGINEERING DATAEXCHANGEUENNIFERIWASTEWATER17410 OSO INFILTRATION INFLOW RELATED COLLECTION SYSYEM ENHANCEMENT PROGRAM AND PROGRAMMED WW LIFECYCLE REPLACEMENT&AMENDMENT NO. 9%AMENAMENT NO.9.DOCX LNV engineers I architects f contractors Solutions Today with a Vision for Tomorrow December 12, 2012 Mr. Daniel Biles, P.E. Director of Engineering Services City of Corpus Christi P.O. Box 9277 Corpus Christi, TX 784$9 - 9277 * � - ;(w,2- Re: Amendment No. 9 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 City request, we are proposing the following contract amendment for the Oso I &I Related Collection System Enhancement Program and Programmed WW Line Lifecycle Replacement 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 additional Basic Construction Phase Services and additional Construction Administrative and Warranty Phase Services to the City of Corpus Christi for • Prepare a detailed change order to incorporate the IDIQ bid items (approximately 350 items) into the Oso and Whitecap WWTP Basin Sanitary Sewer Rehabilitation, City Project 7400. • Preparation and Issuance of up to eight (8) Indefinite Deliverytlndefinite Quantity (IDIIQ) delivery order document packages under the Oso and Whitecap WWTP Basin Sanitary Sewer Rehabilitation Project for approximately $400,000.00 in construction improvements, on an as needed basis. • Construction Administration for Delivery Orders issued (maximum of 8- total). • Provide warranty phase services for the additional $400,000.00 in construction improvements_ Scope of Project: In order to accomplish this task, the City plans to engage the Engineer to develop and issue delivery order documents, contract administration, and administration for the construction of the delivery order improvements. The Engineer will prepare delivery order documents including drawings, exhibits, and cost estimates and perform construction administration for the implementation of the delivery orders. This work will complete the Oso IDIQ oroiect in its 801 NAVMTICK I SUrrE 2W I CORPUS CKRIM, Tacos MM !]PEKE 3r3LM.19X4 I FAX 3EaLl nIM I WtdE W.1J KCCC A E :DN O.9 "A" of 5 E Scope of Services: The Scope of Services for this contract amendment includes Preparation and Administration of delivery order documents for the Oso and Whitecap WWTP Basin Sanitary Sewer Rehabilitation Contract. LNV, Inc will issue a maximum of eight (8) delivery orders, upon the City's request, totaling approximately $400,000.00. 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. 4) 3. Bidding Phase (Completed under Amendment No. 1) 4. Construction Phase - Perform standard construction phase services. a. Review for conformance to contract documents, shop and working drawings, materials and other submittals. b. Review field and laboratory tests. c. 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. d. 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. e. 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. f. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. g. Review construction "red -line" drawings, prepare reGGFd dFawiRos of the Pre ar— cnngtrwg4od (frem the "red - line" d pestion, and - he- sentrade prov plans) and deliver to the Engineering Services a repredugible set and format with ear-ah layer- being pFevided On a sepaitate file. Attitibute data will be reviled in ASCII fei:mat in ta+leerAA -el *'hl rr oath the Git.r_GIS system h. Review post CCTV video of rehabilitationlreDlacement for quality and ua antity of work. If additional work is required. Engineer will make a recommendation for additional rehabilitation action to the Citv. B. ADDITIONAL SERVICES (ALLOWANCE) AMD. NO, 9 EXHIBIT "A" Pa e2of5 Cl 2. Construction Administrative Services Issue delivery orders (maximum of 8- total) on an as needed basis for the Engineering Department. In each case, the Engineer will visit the site, meet with the City to discuss known issues and potential solutions, review utility base maps, prepare delivery order exhibits, short narrative, and provide an estimate of anticipated construction quantities. The specific tasks shall include: a. Engineer will perform site visits, and meet with City to identify wastewater collection system issues, investigate system failures and to develop the recommended rehabilitation options. b. Engineer will review previous CCTV video inspections, if available, and will perform review of investigative data including reports, providing any information to aid the decision making process, participate in review meetings, and coordination with the Contractor & City staff. c. Engineer will submit a "draft" version of each non - emergency delivery order for the City's review and comment prior to issuing the final delivery order. d. Delivery orders will include a short narrative of the expected work for each site, a site exhibit depicting work location, quantities, and rehabilitation methods, a utility base map identifying all known utilities in the area, an engineer's estimate, and any other reference material that may aid the Contractor during construction including video inspection reports, City work orders, old plans, etc. e. The Delivery Order allowance will be billed at 3.25% of construction as the final delivery orders are issued to the Contractor and are assumed to be limited to a max of 8 separate delivery order packets for the remaining contract. 3. Warranty Phase. Provide a maintenance guaranty inspection towards 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 recommend method or action to best correct defective conditions. Order of Services: All work in this Amendment No. 9 shall be completed within the 2012 -2013 City fiscal year. Fees: A. Fee for Basic Services Authorized. The City will pay the Engineer a lump sum fee not to exceed $7,000.00 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. The construction phase allowance will be billed at 1.5% of construction costs for basic construction phase services. B. Fee for Additional Services Authorized. For services authorized by the Director of Engineering Services, the City will pay the Engineer a not -to- exceed fee, as per the summary of fees, as follows. The construction administrative services allowance will be billed at 3.25% of construction costs for delivery order preparation and issuance. E NO.9 T "A" of 4 C. 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, Inc. TBPE Firm No. F -366 Dan S. Leyendecker, P.E. President AMD. NO. 9 EXHIBIT "A" Pa e4of5 OSO INFILTRATIONIINFLOW RELATED COLLECTION SYSTEM ENHANCEMENT PROGRAM AND PROGRAMMED WASTEWATER LINE LIFECYCLE REPLACEMENT (Project No. 7410) SUMMARY OF FEES 06/02/08 1 03/23/10 1 10 /10/10 1 03/11/11 1 08/09/11 1 12/21111 1 02115112 06/07/12 1 11/26/12 Admin Approval I M2010 -058 I Admin Approval I Admin Approval I Admin Approval I Admin Approval Admin Approval I Admin Approval I Admin Approval Admin Approval M �3 2 � . o (n M 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 AMD. NO.9 TOTAL BASIC SERVICES 1 Prelimina Phase $45,330.00 $0.00 $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 0.00 100,552.00 3 Bid Phase 0.00 fi 316.00 0.00 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 5,082.001 18 500.00 64,050.00 0.00 7,000.00 140,876.00 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 7,000.00 293,074.00 ADDITIONAL SERVICES 1 Topographic Surve 0.00 11,286.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 11,286.00 2 Construction Admin. Services 0,00 30,744.00 0.00 26,530.00 36,000.00 0.00 30,000.00 11,440.00 0.00 14,000.00 148,714.00 3 WarraM Phase 0.00 3,858.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 2,300.00 6,158.00 4 Public Meetings 0.00 7,9 0.00 0.00 0.00 0.00 0.00 (7,854.00) 0.00 0.00 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) 0.00 0.00 59,758.08 fi I WIlliams/Wooldridge Lift Station Hydraulic Stud 0.00 0.00 44,560.00 0.00 0.00 0.00 0.00 (17,424.00) 0.00 0.00 27,136.00 7 Cit y-wide IDIQ Contract Docs. 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 48,051.00 0.00 49 051.00 Subtotal Additional Services 0.00 117,998.00 44,560,001 26,530.001 36,000.00 0.00 30,000.00 18 335.92 49,051-001 16,300.001 302 103.08 TOTAL AUTHORIZED FEE $45,330.00 $229,110.00 $44,560.001 $28.530.001 $49.500.001 $32,582.001 $49,500.00 $45,714,08L $49,051.001 $23,300.001$595 177-08 06/02/08 1 03/23/10 1 10 /10/10 1 03/11/11 1 08/09/11 1 12/21111 1 02115112 06/07/12 1 11/26/12 Admin Approval I M2010 -058 I Admin Approval I Admin Approval I Admin Approval I Admin Approval Admin Approval I Admin Approval I Admin Approval Admin Approval M �3 2 � . o (n M Basic Services: Preliminary Phase Design Phase Bid Phase Construction Phase Subtotal Basic Services Additional Services: Permitting. Warranty Phase Inspection Platting Survey O & M Manuals SCADA Subtotal Additional Services Summary of Fees Basic Services Fees Additional Services Fees Total of Fees w x z � W e �:4z 0 2 0 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 Contract Amd No, 1 Amd No. 2 Contract 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 1,627 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 $D $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% SUPPLIER NUMBER TO BE ASSIGNED BYC1TV PURCHASING DIVISION City CITY OF CORPUS CHRISTI of DISCLOSURE OF INTEREST us Chnsti City of Corpus Christi Ordinance 1 7112, 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 appiicable, 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: 1. Corporation 2. Partnership a 3. Sole Owner E] 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. Leyendecker 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 soject 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 o 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 f I certifv 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 (Type or Print) Signature of Certifying Date: Person: w 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 affect 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 die 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 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 holdiii_ entity: "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terins of venture or partnership agreements." t "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.