Loading...
HomeMy WebLinkAboutC2014-237 - 5/29/2014 - NA CITY OF CORPUS CHRISTI AMENDMENT NO. 3 CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas hereinafter called "CITY", and LNV. Inc., hereinafter called "ENGINEER," agree to the following amendment to the Contract for Professional Services for Elevated Water Storage Tanks City-Wide (Project No. 8651), as authorized and amended by: Original A/E Agreement February 10, 2009 Motion M2009-032 $ 705,242.00 Amendment No. 1 November 20, 2011 Administrative Approval $0.00 Amendment No. 2 August 21, 2012 Administrative Approval $0.00 Exhibit "A", SECTION 1. SCOPE OF SERVICES. PART A. BASIC SERVICES, ITEM NO. 2 DESIGN PHASE shall be amended to include additional Design Phase Services as described in the attached Amendment No. 3 Exhibit "A". Also, Exhibit "A", SECTION 1. SCOPE OF SERVICES, PART B. ADDITIONAL SERVICES, ITEM NO. 1 PERMITTING. ITEM NO. 3 TOPOGRAPHIC SURVEY, AND ITEM NO. 4 ENVIRONMENTAL shall be amended to include additional Permitting, Topographic Survey, and Environmental Services as described in the attached Amendment No. 3 Exhibit "A". Exhibit"A". SUMMARY OF FEES shall be modified and is attached as Amendment No. 3 Exhibit "A" for a revised fee not to exceed $-3,738.00 (Negative Three Thousand Seven Hundred Thirty-Eight Dollars and Zero Cents), for a total restated fee not to exceed $701,504.00 (Seven Hundred One Thousand Five Hundred Four Dollars and Zero Cents). Monthly invoices shall be submitted in accordance with the attached Amendment No. 3 Exhibit"B". All other terms and conditions of February 10, 2009 contract between the City and Engineer will remain in full force and effect. CITY OF CORPUS CHRISTI LNV N�j _.„0010111.11r X.# S721/ �/ - • r Date Daniel Biles, P.E. Date Dan ey ecker, P.E. Executive Director, Public Works Presid-• 80 avigation, Suite 300 Corpus Christi, TX 78408 RECOM ENDED (361)883-1984 Office (361) 883-1986 Fax 'DPP/ C r •p-P . Department Dat APPROVED AS TO FORM 40-7,1r-"`" S/1")/31'1" Legal Department Date 2014-237 5/29/14 AMEND. NO. 3 Page 1 of 2 351 ELEVATED WATER STORAGE TANKS\AMEDNMENT NO.3\CONTRACT.DOCX LNV Inc. INDEXED APPR ED of i o anagement Date and Budget ATTEST -ft izZe_11-1(—"C-‘Rebecca Huerta, City Secretary Project No: 8651 Fund Source No: 550950-4479-00000-180203 Fund Name: Water CIP Encumbrance No: `tki5\f L M s-14 1 A-- AMEND. NO. 3 Page 2 of 2 K\ENGINEERING DATAEXCHANGE\JENNIFER\WATER\8651 ELEVATED WATER STORAGE TANKSWMEDNMENT NO.3\CONTRACT.DOCX LNV lengineers architects contractors Vision Solutions Today Tomorrow May 9, 2014 Mrs. Natasha Fudge, P.E. Acting Director, Capital Programs City of Corpus Christi 1201 Leopard St. Corpus Christi, TX 78401 Re: AMENDMENT NO. 3 TO PROFESSIONAL SERVICES CONTRACT ELEVATED WATER STORAGE TANKS CITY-WIDE, CITY PROJECT NO.8651 (LNV PROJECT NO.090024.003) Dear Mrs. Fudge, In response to the City's request, we are proposing the following "no cost" amendment for services associated with the Elevated Water Storage Tanks — City Wide Project (City Project No. 8651). Project Description: The City of Corpus Christi, Texas, hereinafter called "City", and LNV, Inc. hereinafter called "Engineer", agrees to the following Contract Amendment for additional services associated with the above referenced project. This amendment includes the reallocation of unused fees to complete the Basic Design Phase Services for Alternative Capacity Requirement (ACR) Tanks 1 and 2, at Holly Rd. and Rand Morgan respectively, and the Additional Services for Permit Preparation, Topographic Survey, and Environmental Issues associated with ACR Tank 2 at Rand Morgan and Leopard. The original scope of this project for three elevated tanks (Holly Rd., Civitan, and Nueces Bay Blvd.)had reached 55% complete for Design Phase when the project was put on hold in 2010. The project stoppage was a result of TCEQ's issuance of a violation to the City of Corpus Christi for not meeting the required minimum elevated storage of 100 gallons per connection in Pressure Zone 1. As a result of this violation, the City further investigated the system and developed a plan that could reduce their required elevated storage to 50 gallons per connection (gpc) by the year 2025. Due to the proposed capacity still being less than the minimum TCEQ required capacity, the City submitted an ACR request to TCEQ. To support the City's request LNV prepared an ACR report providing the system analysis and implementation plan required for TCEQ approval. TCEQ subsequently approved the City's request under the conditions that the four (4) proposed tanks would be completed in order to satisfy the ACR approved 50 gpc, no later than 2025, as outlined in the ACR implementation plan. Other conditions required by TCEQ during the implementation process include maintaining minimum system pressures of 35 psi during normal operating conditions and 20 psi during emergency conditions. AMD. NO.3 EXHIBIT"A" Page 1 of 10 The proposed implementation plan developed in the ACR report revises the initial scope of this Contract by changing the size of two of the proposed tanks (Tank 1 and Tank 2) and providing services required for a new tank site, not identified in the original contract (Rand Morgan Road). Design Phase revisions are required to reflect the changes associated with the ACR implementation plan. This zero dollar amendment will reallocate unused fees to cover the additional services that are associated with incorporation of ACR Tank 2 into the design. The remaining monies are proposed to be reallocated from the following original Additional Services: • Item No. 5— Construction Observation Services for Tank 1 • Item No. 6— Start-Up Services for Tanks 1 thru 3 • Item No. 7—Warranty Phase for Tanks 1 thru 3 • Item No. 8 — Provide SCADA Documentation for Tanks 1 thru 3 The services that will be provided for Tank 1 and Tank 2 as part of this amendment are summarized as follows: • Basic Services o Item No. 1 — Preliminary Design Phase o Item No. 2 — Design Phase o Item No. 3 — Bid Phase o Item No. 4 — Construction Phase • Additional Services o Item No. 1 — Permitting o Item No. 2 — Right-of-Way (ROW) Acquisition Survey o Item No. 3 —Topographic Survey o Item No. 4 — Environmental Issues o Item No. 6 — Start-up Services o Item No. 7 —Warranty Phase o Item No. 8 — Provide SCADA Documentation o Item No. 13 — Project Manual o Item No. 14 — Integration, Verification, Validation, and Testing 1. SCOPE OF SERVICES The Scope of Services for this contract is comprised of the following tasks: A. BASIC SERVICES 1. Preliminary Phase (Phase II (Tanks 1 & 2) of the ACR Implementation Plan to be performed in this Contract) a. Refine the User Requirements by gaining input from City personnel and addressing system operational issues and issues specific to the existing elevated storage tanks. The User Requirements will be incorporated into the design recommendations presented in the Preliminary Engineering Report. AMD. NO.3 EXHIBIT"A" Page 2 of 10 • b. Conduct Alternative Evaluations for tanks, piping materials, inlet/outlet configurations, valves, hydrodynamic mixing systems, chemical injection, and appurtenances. The preliminary recommendations will be presented in the Preliminary Engineering Report. c. Deliver Draft and Final Preliminary Engineering Report (PER) that builds upon the Alternate Capacity Requirement for Elevated Storage Report recommendations specific to Tank 1 and Tank 2 and incorporates the User Requirements and Alternative Evaluations. The PER will also include plans and specifications consistent with 30% level of completion. 2. Design Phase (Phase II (Tanks 1 & 2) of the ACR Implementation Plan to be performed in this Contract) a. Study, verify, and implement PER and Alternate Capacity Requirement for Elevated Storage 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 Construction Bid and Contract Documents (60%, 90%, and Final) in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, notice to bidders, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid or for multiple bids, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. c. Provide assistance identify testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under additional services). d. Prepare final quantities and estimates of probable costs with the recommended construction schedule. The construction schedule will provide a phased approach to better track progress and payments. e. Furnish one (1) copy of 60% Plans and Specifications to the City staff for review and approval purposes with estimates of probable construction costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. Required with the 60% plans is a "Plan Executive Summary" which will identify and summarize the project by distinguishing key elements such as: • Pipe Size or Building Size • Pipe Material, etc. • Why one material is selected over another • Pluses of selections AMD. NO.3 EXHIBIT"A" Page 3 of 10 • • 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. Conduct a Design Workshop as part of the interim plan submittal (30%, 60% & 90%) in order to assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. g. Provide 1 copy of 90%, Pre-Final Plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. Compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non-responding participants. 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 NE and Sub-consultant NE 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. Upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of Final Plans and contract documents suitable for reproduction (In City Format) and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. k. 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. I. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. m. Provide a Storm Water Pollution Prevention Plan. n. Ordinance No. 19663 establishes the Municipal Public Arts Program requiring works of art to be included in certain city vertical construction projects. If it is determined this project is subject to Municipal Public Art Program, the architect/engineer will cooperate during the design process to fulfill the requirements of the ordinance. AMD. NO.3 EXHIBIT"A" Page 4 of 10 • 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. 3. Bid Phase (Phase II (Tanks 1 & 2) of the ACR Implementation Plan to be performed in this Contract) 4. Construction Phase (Phase II (Tanks 1 & 2) of the ACR Implementation Plan to be performed in this Contract) B. ADDITIONAL SERVICES 1. Permitting (Phase II (Tanks 1 & 2) of the ACR Implementation Plan to be performed in this Contract) Upon completion of the Preliminary Design Phase and the Phase 1 Environmental Site Assessments the permitting process will commence. Engineer will furnish the City all engineering data and documentation necessary for all required permits. The NE will prepare this documentation for all required signatures. The NE will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. Union Pacific Railroad, Missouri Pacific Railroad, or any other railroad operating in the area b. TxDOT Permits/Amendments c. Wetlands Delineation and Permit (USACE) d. Temporary Discharge Permit e. NPDES Permit/Amendments f. Texas Commission of Environmental Quality (TCEQ) Permits/Amendments g. Nueces County h. Texas Historical Commission (THC) i. U.S. Fish and Wildlife Service (USFWS) j. U.S. Army Corps of Engineers (USACE) k. United States Environmental Protection Agency (USEPA) I. Texas Department of License and Regulation (TDLR ) m. City of Corpus Christi / Development Services 2. Right-of-Way (ROW) Acquisition Survey (Phase II (Tanks 1 & 2) of the ACR Implementation Plan to be performed in this Contract) 3. Topographic Survey (Phase II (Tanks 1 & 2) of the ACR Implementation Plan to be performed in this Contract) AMD. NO.3 EXHIBIT"A" Page 5 of 10 • Upon completion of Preliminary Design and subsequent site selection and land acquisition, topographic surveys shall be performed at all three tank locations to begin plan preparation. Engineer 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. 4. Environmental Issues (Phase II (Tanks 1 & 2) of the ACR Implementation Plan to be performed in this Contract) Upon completion of the Preliminary Design Phase, Phase 1 Environmental Site Assessments shall be performed at each of the proposed tank locations consisting of records review, site visits, determination of environmental concerns, and permit identification. Engineer will: a. Provide environmental site evaluations and Archeology Reports that are needed for the Project. b. Identify and develop a scope of work for any testing, handling and disposal of hazardous materials and/or contaminated soils that may be discovered during construction. 5. Construction Observation (Completed Under Original Contract) 6. Start-up Services (Phase II (Tanks 1 & 2) of the ACR Implementation Plan to be performed in this Contract) 7. Warranty Phase (Phase II (Tanks 1 & 2) of the ACR Implementation Plan to be performed in this Contract) 8. Provide SCADA Documentation (Phase II (Tanks 1 & 2) of the ACR Implementation Plan to be performed in this Contract) 9. Siting Evaluation and Recommendations (Completed Under Original Contract& Amd. No. 1) 10. Pressure and Water Age Evaluation (Completed Under Original Contract) 11. 2025 Scenarios & Surge Analysis — ACR for Elev. Storage (Completed Under Amendment No. 1) 12. 42" Waterline in Holly Road (Completed Under Amendment No. 2) 13.Project Manual Provide a complete Project Manual that will serve as a communication tool and work plan. The Project Manual will be a living document that will evolve AMD. NO.3 EXHIBIT"A" Page 6 of 10 • throughout the life of the project. The Project Manual will include, at a minimum, the following elements: • Project specific summary and background information • A list of key stakeholders and their responsibilities • A discussion of the project parameters • Project Schedule • Project Budget • Risk Management Plan (including Risk Register) • QA/QC program and strategy • Communication Plan • Action Item & Decision Log Under this task, the Engineer will prepare a Project Manual (PM) that will be distributed to all project team members. The Manual will be prepared by LNV's Project Manager and will contain the scope of work, project directory, communication protocols, schedule, budget, calendar, standards, Quality Assurance/Quality Control procedures, Communication Plan, Risk Management Plan, and Action Item & Decision Log for the project. The Risk Management Plan will include a Risk Register that will be updated and referenced throughout the project. The QA/QC plan will include design review checklists and a description of the QA/QC procedures. The PM will document the plan to achieve timely project delivery, encourage the consistent application of cost control strategies, and devote the utmost attention to quality control. The Project Manual will be developed and maintained throughout the life cycle of the project. This comprehensive document shall continuously evolve and govern all project activities in order to enable the Owner to demonstrate, at any time and to any stakeholder, that the project fits into the Owner's mission and clearly contributes to achieving the Owner's strategic objectives. The Project Manual will also ensure that the project is planned and managed appropriately to limit risk and efficiently produce the desired outcome. 14.0 & M Manuals and Training a. Provide workshop to identify all required manuals and training. b. Coordinate overall system training and submit training material to City for pre- review prior to training classes. c. Ensure that the Owner is in possession of all Manuals and has received all specified training prior to placing the finished product in service. AMD. NO.3 EXHIBIT"A" Page 7 of 10 • 15.Process Automation System Development Engineer will provide the following services in addition to the required SCADA documentation (as listed in Exhibit A-1 of the original Large NE Contract executed and dated February 19, 2009). a. Provide Engineering Services to solicit from the Owner, and document User Requirements Specifications (URS), for the Process Automation. b. Provide Engineering Services to develop Detailed Functional Specification (DFS) and Sequence Of Operation (S00) based on User Requirements. c. Provide Engineering Services to determine and specify all control system configuration parameters such as PID parameters, setpoints, and alarm levels required to achieve correct operation, alarming, and emergency notification and response of the automated control system. These Engineering Services shall also specify parameters for new pumps and equipment as well as modification to control system parameters for existing equipment. d. Provide Engineering Services to develop Integration, Verification, and Validation (IV&V) documentation. Develop phased testing and acceptance plan for the new control system. Develop all required testing scenarios, checklists, acceptance and sign-off documentation, installations and cutover sequence, and other quality control and acceptance documentation to be used by the contractor. e. Provide Engineering Services to develop drawings and specifications required by contractor to deliver a functional, integrated Process Automation System. f. Provide Engineering Services to coordinate, attend and witness acceptance tests, start-up and commissioning. Determine whether supplied system meets requirements and recommend acceptance to Owner. g. Upon successful start-up and commissioning, update Detailed Functional Specification and Sequence of Operation, if required, and submit to Owner with As-Built documentation. AMD. NO.3 EXHIBIT"A" Page 8 of 10 2. SCHEDULE PROPOSED PROJECT SCHEDULE ACTIVITY DATE NE Notice To Proceed (NTP) TBD Draft PER Submittal 60 days after NTP Final PER Submittal 110 days after NTP Land Acquisition Survey NTP thru Bid Date 60% Submittal 170 days after NTP 90% Submittal 230 days after NTP Final Submittal 300 days after NTP Advertise for Bids (2) 315 days after NTP Pre-Bid Meeting 320 days after NTP Receive Bids 345 days after NTP Award Contract 370 days after NTP Begin Construction 400 days after NTP End Construction 1010 days after NTP 3. FEES A. Fee for Basic Services. The City will pay the NE a fixed fee for providing for all "Basic Services" authorized as per the table on the following page. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1-4 of Exhibit A (original 8651 NE contract agreement executed 2/19/2009), and for all expenses incurred in performing these services. For services provided in Section I.A.1-4, NE will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon NE's estimate (and City Concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in Section I.A.4, the statement will be based upon the percent of completion of the construction contract. City will make prompt monthly payments in response to NE's monthly statements. B. Fee for Additional Services Authorized. The City will pay the Engineer a lump sum fee not to exceed $0.00 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. AMD. NO.3 EXHIBIT"A" Page 9 of 10 C. Summary of Fees ORIGINAL AMD.NO.1 AMD.NO.2 AMD.NO.3 TOTAL CONTRACT BASIC SERVICES 1. Preliminary Phase(City Project#8651) $ 55,000.00 $ - $ - $ 26,575.00 $ 81,575.00 2.1 Design Phase(City Project#8651) $ 160,000.00 $ - $ - $ (72,000.00) $ 88,000.00 2.2 Design Phase(EST-ACR,Phase 2)(City Project#)0XXX) $ - $ - $ 72,200.00 $ 72,200.00 3.1 Bid Phase(City Project#8651) $ 5,000.00 $ - $ - $ (5,000.00) $ - 3.2 Bid Phase(EST-ACR,Phase 2)(City Project#XXXX) $ - $ - $ 5,000.00 $ 5,000.00 4. Construction Phase 4.1 Tank 1(City Project#8651) $ 39,000.00 $ - $ - $ (39,000.00) $ - 4.2 Tank 2(City Project#8651) $ 39,000.00 $ - $ - $ (39,000.00) $ - 4.3 Tank 3(City Project#8651) $ 39,000.00 $ - $ - $ (39,000.00) $ - 4.4(EST-ACR,Phase 2)(City Project#)00(X) $ $ - $ 78,000.00 $ 78,000.00 Subtotal Basic Services(Authorized) $ 337,000.00 $ - $ - $ (12,225.00) $ 324,775.00 ADDITIONAL SERVICES(ALLOWANCE) 1.1 Permit Preparation(as applicable)(City Project#8651) $ 29,998.00 $ - $ - $ (1,499.90) $ 28,498.10 1.2 Permit Prepara on(EST-ACR,Phase 2)(City Project#XXXX) $ - $ - $ - $ 9,999.90 $ 9,999.90 2.1 ROW Acquisition Survey(City Project#8651) $ 18,038.00 $ - $ - $ (13,528.50) $ 4,509.50 2.2 ROW Acquisi on Survey(EST-ACR,Phase 2)(City Project# )XXX) $ - $ - $ - $ 13,528.50 $ 13,528.50 3.1 Topographic Survey(City Project#8651) $ 21,024.00 $ - $ - $ (2,102.40) $ 18,921.60 3.2 Topographic Survey(EST-ACR,Phase 2)(City Project#XXXX) $ - $ - $ - 5 7,002.40 $ 7,002.40 4.1 Environmental Issues(City Project#8651) $ 23,996.00 $ - $ - $ (1,439.76) $ 22,556.24 4.2 Environmental Issues(EST-ACR,Phase 2)(CityProject#)0XX) $ $ $ $ 8,039.76 $ 8,039.76 5. Construction Observation Services(85 weeks) A. Tank 1(City Project#8651) $ 47,000.00 $ - $ (12,676.00) $ (34,324.00) $ B. Tank 2(City Project#8651) $ 47,000.00 $ (43,740.00) $ (3,260.00) $ - $ C. Tank 3(City Project#8651) $ 47,000.00 $ (47,000.00) $ - $ - $ D. (EST-ACR,Phase 2)(City Project#)0XX) 5 - $ - $ - $ - $ - 6. Start-Up Services A. Tank 1(City Project#8651) $ 5,978.00 $ - $ - $ (5,978.00) $ B. Tank 2(City Project#8651) $ 5,806.00 $ - $ - $ (5,806.00) $ C. Tank 3(City Project#8651) $ 5,806.00 $ - $ - $ (5,806.00) $ D. (EST-ACR,Phase 2)(City Project#X)0X) $ - $ - $ - $ 11,784.00 $ 11,784.00 7. Warranty Phase $ A.Tank 1(City Project#8651) $ 3,147.00 $ - $ - $ (3,147.00) $ B. Tank 2(City Project#8651) $ 2,972.00 $ - $ - $ (2,972.00) $ C. Tank 3(City Project#8651) $ 2,904.00 $ - $ - $ (2,904.00) $ - D. (EST-ACR,Phase 2)(City Project#)0XX) $ - $ - $ - $ 6,119.00 $ 6,119.00 8. Provide SCADA Documentation $ - A. Tank 1(City Project#8651) $ 2,521.00 $ - $ - $ - $ 2,521.00 B. Tank 2(City Project#8651) $ 2,521.00 $ - $ - $ - $ 2,521.00 C.Tank 3(City Project#8651) $ 2,521.00 $ - $ - $ (2,521.00)$ D. (EST-ACR,Phase 2)(City Project#XXXX) $ - $ - $ - $ - $ - 9. Siting Evaluation&Recommendation(City Project#8651) $ 59,970.00 $ - $ - $ - $ 59,970.00 10. Pressure and Water Age Evaluation(City Project#8651) $ 40,040.00 $ - $ - $ - $ 40,040.00 11.2025 Scenarios&Surge Analysis-ACR for Elev.Stor.(City Project #8651) $ - $ 90,740.00 $ - $ - $ 90,740.00 12.42"Waterline in Holly Road(City Project#8651) $ - $ - $ 15,936.00 $ - $ 15,936.00 13.Project Manual(EST-ACR,Phase 2)(City Project#X)0X) $ - $ - $ - $ 12,000.00 $ 12,000.00 14.O&M Manuals and Training(EST-ACR,Phase 2)(City Project# XXXX) $ - 5 - $ - $ 5,042.00 5 5,042.00 15.Process Automa on System Development(EST-ACR,Phase 2)(City Project#XXXX) $ - $ - $ - $ 17,000.00 $ 17,000.00 Subtotal Addi onal Services $ 368,242.00 $ - $ - $ 8,487,00 $ 376,729.00 TOTAL AUTHORIZED FEE $ 705,242.00 $ - $ - $ (3,738.00) $ 701,504.00 02/10/09 Council 11/20/11 08/21/12 Approval M2009-032 AMD. NO. 3 EXHIBIT "A" Page 10 of 10 ACRPhase II UM s.�.,�,e.,ear,w4.' :'! Elevated Storage Tanks City Wide -�- ~�_ afi ID Task Name Duration Start Finish 1st Half 1st Half 1St Half 1st Half ;term 3rd Ou rter 1st Ou rter 3rd Ou rter 1st Ouarter 3rd Ou4rter 1st Ouarter 3rd Ou rter 1st Ouarter , _ J M J 1 S I N J I M I M 1 I S I N 1 IIMAl 1 I S I N _ J l M I M_ 1 I 5 I N 1 I Al I M 0 ACR Implementation Plan Phase 2 982 days Tue 5/13/14 Wed 2/14/18 lb • 1 ?monied Contract Authorization 0 days Tue 5/13/14 Tue 5/13/14 ,,13/2014 • 2 Dolan Mme 213 days Tue 5/13/14 Thu3/5/15 ' 3 land Acquisition 234 cloys The 5/13/14 Fri 1/2/15 • 'R 4 Preliminary Design 77 days Fr15/16/14 Mon 9/1/14 5 Workshop Nl l day Fri 5/16/14 Fri 5/16/14 6 Workshop42 ]day Fri 5/30/14 Fri 5/30/14 7 Workshop N3 1 day Fri 6/13/14 Fri 6/13/14 8 Draft Preliminary Engineering Report 22 days Fri 6/13/14 Mon 7/14/14 IIM 9 Draft PER Submittal 2 /15/144 Mon7/14/14 7/14/2014 Mo da T 10 Draft PER City Review 24 days Tue 7/15/14 Fri 8/15/14 11 Final Preliminary Engineenng Report 11 days Mon 8/18/14 Mon 9/1/14 12 Final PER Submittal Odays Mon 9/1/14 Mon 9/1/14 hI9/1/2014 13 Tanks 1&2 Design Phase 133 days Tue 9/2/14 Thu 3/5/15 __ . 14 60%Design 44 days Tue 9/2/14 Fri 10/31/14 &a11FE1•111f 15 60%Submittal 0 days f010/31/14 Fri 10/31/14 10/31/2014 16 CM Review 21 days Mon 11/3/14 Mon 12/1/14 17 Pre-Final Design 24 days Tue 12/2/14 Fri 1/2/15 lag�, 18 Pre-Final Submittal 0 days Fri 1/2/15 Fri 1/2/15 + /20'5 19 City Review 24 days Mon 1/5/15 Thu 2/5/15 20 Design Workshop 1 day 012/6/15 Fri 2/6/15 21 Final Design 19 days Mon 2/9/15 Thu 3/5/15 - /ys 22 Final Submittal 0days Thu 3/5/15 Thu 3/5/15 ♦3/S/2O15 23 Bid Phase 66 days Fe 3/6/15 Fd 6/5/15 24 Advertise for Bids 11 days Fri 3/6/15 Fri 3/20/15 25 Pre-Bid Meeting 1 day Mon 3/23/15 Mon 3/23/15 26 Receive Bids l day Mon 4/20/15 Mon 4/20/15 27 issue Notice to Proceed l day Fri 6/5/15 Fri 6/5/15 28 Construction a Warranty Phase 697 days Mon 6/15/15 Wed 2/14/16 • 29 Construction Start Date Odays Mon 6/15/15 Mon 6/15/15 6/15/2015 30 Comuuctian Phase 610 edays Mon 6/15/15 Toe 2/14/17 - Imemme116611••••••••••••••-4 31 Construction Completion 0 days Tue 2/14/17 Tue 2/14/17 2/14/2017 32 Warranty Phase 365 edays Toe 2/14/17 Wed 2/14/18 33 Warranty Phase Completion 0 days Wed 2/14/18 Wed 2/14/18 !2/14/2018 Project:Elevated Water Storage Tanks City-Wide Amd.83 Task fear Milestone• Summary Ilm• (City Project No.8651) Appendix A Thu 4/24/14 Page 1 Sample fame for: Payment Request COMPLETE PROJECT NAME Revised 07/27/00 Project No. XXXX Invoice No. 12345 invoice Date: • Total Amount Previous Total Percent Basic Services: Contract Amd No. 1 Amd No. 2 Contract Invoiced Invoice Invoice Complete Preliminary Phase $1,000 $0 $0 $1,000 $0 $1,000 $1,000 100% Design Phase 2,000 1,000 0 3000 1,000 500 1,500 50% Bid Phase 500 0 250 750 0 0 0 0% Construction Phase 2,500 0 1,000 3,500 0 0 0 0% Subtotal Basic Services $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% Additional Services: Permitting $2,000 $0 $0 $2,000 $500 $0 $500 25% Warranty Phase 0 1,120 0 1,120 0 0 0 0% Inspection 0 0 1,627 11627 0 0 0 0% Platting Survey TBD TBD TBD TBD TBD TBD TBD 0% 0& M Manuals TBD TBD TBD TBD TBD TBD TBD 0% SCADA TBD TBD TBD TBD TBD TBD TBD 0% Subtotal Additional Services $2,000 $1,120 $1,627 $4,747 $500 $0 $500 11% Summary of Fees • Basic Services Fees $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% Additional Services Fees 2,000 1,120 1,627 4,747 500 0 500 11% • Total of Fees $8,000 $2,120 $2,877 $12,997 $1,250 $1,500 $3,000 23% aim z lag SUPPLIER NUMBER 11TO BE ASSIGNED BY CFI Y - PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Corpus DISCLOSURE OF INTEREST Christi 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. Everyue qstion must be answered. If the question is not applicable, answer with NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: LNV,INC. P.O.BOX: N/A CORPUS 78408 STREET ADDRESS: 801 NAVIGATION,SUITE 300 CITY: CHRISTI ZIP: FIRM IS: 1. Corporation 2. Partnership 3. Sole Owner 0 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 employed" of the City of Corpus Christi having an "ownership interest"constituting 3%or more of the ownership in the above named"fine. 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 11/3" 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 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"co ing 3%or more of the ownership in the above named"firm." Name Consultant • FILING REQUIREMENTS If a person who requests official action on a matter knows that theuested action will confer an economic benefit on any City official or employee that is distinguishible 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.LEYENDE - ' P.E. Title: PRESIDENT (Type or Prim() Signature of Certifying • ��y J•e' Date: ) / d Person: f / 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 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.