Loading...
HomeMy WebLinkAboutC2015-123 - 1/23/2015 - NA AMENDMENT NO. 4 TO CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas hereinafter called "CITY", and LNV, Inc. agree to the following amendment to the Contract for Professional Services for City-Wide Collection System Replacement and Rehabilitation Indefinite Delivery/Indefinite Quantity (IDIQ) Program (Project No. E12161), as authorized and amended by: Original NE Agreement March 19, 2013 Motion No. M2013-047 $162,950.00 Amendment No. 1 February 5, 2014 Administrative Approval $49,000.00 Amendment No. 2 May 12, 2014 Administrative Approval $39,850.00 Amendment No. 3 July 7, 2014 Administrative Approval $5,820.00 Exhibit "A", Section I. Scope of Services, Part B. Additional Services, 5. City-Wide Pipe Bursting IDIQ Contract Docs & Bid Package, shall be amended to include services as specified in Amendment No. 4 Exhibit "A". Exhibit "A", Section III. Fees, shall be modified as specified in Amendment No. 4 Exhibit "A" for a revised fee not to exceed $46,300.00 (Four-Six Thousand Three Hundred Dollars and Zero Cents), for a total restated fee not to exceed $303,920.00 (Three Hundred Three Thousand Nine Hundred Twenty Dollars and Zero Cents). Monthly invoices shall be submitted in accordance with Exhibit "B". All other terms and conditions of the March 19, 2013 contract between the City and LNV, Inc. will remain in full force and effect. CITY ; ' ORPUS '�` LNV I ,.."0,),1 / div, ,, _ .40?'7..... 2. , I c (460 • ..,-,.. i,,,, .1/,,DAIi Ronal• •on on ( te) Dan . r decker, ., (Date) 4/1 �-. --r Pres •ent 801 Navigation, Suite 300 / , 24,./‘ Corpus Christi, TX 78408 Gusta o Gonzalez, ". (Date) (361)883-1984 Office Assistant Cityna•er (361)883-1986 Fax for blic ks an• • ilities 1/20 15 �al de H. Gr P.E (Da e) I rim Executive Di ector of Public Works RECOMM s %ED /, (/ //S •perating Department (Date) 2015-123 1/23/15 AMEND. N0.4 Page 1 of 2 LNV Inc. TEWATER\E12161 CITYWIDE COLLECTION SYSTEM REPLACEMENT&REHAB IDIQ\AE CONSULTANT LNVWMENDMENT NO. INDEXED • APPROVED AS TO FORM Z 1-15-15 sistant City Attorney (Date) for City Attorney AZZDItit, I l to(15 Office of Management and Budget (Date ATTEST _.••(2-L-e---.C.-C2-, Rebecca Huerta, City Secretary Project No: E12161 ENTERED Accounting Unit: 4.249-042'4 Account: 550950 EC Activity: E12161014249EXP ;..;s.1aTpL1r .Account Category:ry: 50950 Fund Name: Wastewater 2012A CIP AMEND. NO.4 Page 2 of 2 K:\ENGINEERING DATAEXCHANGE\JENNIFER\WASTEWATER\E12161 CITYWIDE COLLECTION SYSTEM REPLACEMENT&REHAB IDIQWE CONSULTANT LNV\AMENDMENT NO. 4\CONTRACT.DOCX LNV engineers architects contractors Solutionso TodayTowith a 9 � � Vision for Tomorrow December 16, 2014 Natasha Fudge, P.E. Acting Director of Capital Programs City of Corpus Christi P.O. Box 9277 Corpus Christi, TX 78469-9277 Re: Amendment No.4 to Professional Services Contract City Wide Collection System Replacement and Rehabilitation Indefinite Delivery/Indefinite Quantity Program City Project No. E12161/E14015 Dear Mrs. Fudge: In response to City request,we are proposing the following contract amendment for the City Wide Collection System Replacement and Rehabilitation Indefinite Delivery/Indefinite Quantity Program. 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 develop contract and bidding documents necessary for the City-wide Collection System Pipe Bursting Rehabilitation IDIQ Procurement Project. This IDIQ construction project will focus on the rehabilitation of the City's aged wastewater infrastructure via pipe bursting methods on collection system lines 24" and under. 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. The IDIQ contract documents will be prepared as a 1-yr,$3.75M base construction contract along with four(4) 1-yr renewal options. 1. SCOPE OF SERVICES The original contract and associated amendments shall be modified to include the following: A. BASIC SERVICES 1. Preliminary Phase. (N/A) 2. Design Phase. (N/A) 3. Bid Phase. (N/A) 4. Construction Phase. (N/A) 801 NAVIGATION I SUITE 200 I CORPUS CHRISTI,TEXAS 78408 AMEND. NO.4 OFFICE 361.883.1984 I FAX 361.883.1986 I WWWINVINC.COM EXHIBIT"A" Page 1 of 5 A. Additional Services(ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that may be included as part of this contract, but the NE will not begin work on this section without specific written approval by the Acting Director of Capital Programs. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Acting Director of Capital Programs as required. The NE will, with written authorization by the Acting Director of Capital Programs, do the following: 1. Toaoaraahic Survey (N/A) 2. Warranty Phase (N/A) 3. Consultant and Invoice Coordination (N/A) 4. Traffic Control Plans IN/A) 5. City-wide Pipe Bursting IDIQ Contract Docs.&Bid Packaae a. Contract and Bidding Documents • Engineer will prepare ID/IQ contract documents for the City-wide Collection System Pipe Bursting Rehabilitation IDIQ Procurement Project. • Engineer will develop a wastewater infrastructure rehabilitation 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 relocation, services, tie-ins, bypass pumping, plugs, etc. Engineer will prepare exhibits and plan sheets showing unit matrix examples. • Prepare "hypothetical" final quantities and estimates of probable costs which will be used for bidder evaluation. • Engineer will develop the criteria for maximum schedule allowances for delivery order issues. • Engineer will prepare a sample delivery order to be included as an attachment in the bid documents. This document will dearly define the contractor's expectations on the type of information typically included in future delivery orders and the level of detail to be expected.Additionally, 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. • 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. • 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 AMEND. NO.4 EXHIBIT"A" Page 2 of 5 designated and do not necessitate an excessive amount of revision and correction by City staff. • 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. • 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 evidenced on the plans and be signed and sealed by a professional engineer prior to reuse of modified plans. The allowance for the City-wide Pipe Bursting IDIQ Contract Docs. &Bid Package task is$24,300. b. Bid Services and Evaluation • Engineer will attend the Pre-Bid Meeting. • Engineer will attend the Bid Opening. • Engineer will receive Requests for Information (RFI) and prepare response clarification as needed. • Engineer will prepare and submit addenda as needed for the project execution. • Engineer will prepare a matrix to evaluate various bid items for the ID/IQ requirements. • Engineer will prepare a bid evaluation and provide a written recommendation to the City. The allowance for the Bid Services and Evaluation task is$4,500. c. Delivery Order Preparation • Engineer will prepare the first delivery order for the new Pipe Bursting IDIQ Program. • Engineer will perform site visits review video inspections, and meet with City to identify wastewater collection system issues and the possible rehabilitation options for the first delivery order only. • Delivery order will include a short narrative of the expected work for each site, a site exhibit depicting work location, quantities, and rehabilitation method, a utility basemap 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. AMEND. NO.4 EXHIBIT"A" Page 3 of 5 The allowance for the Delivery Order Preparation task is $17,500 as the delivery order is issued to the Contractor and is assumed to be limited to one (1) delivery order packet. The actual bill under this allowance will be negotiated as construction scope is defined, and depend on the efforts required to prepare the delivery order. 2. SCHEDULE Day Date Activity Weekday 60 Days after NTP Contract& Bid Documents Pre-Final Submittal Weekday 10 Days after Pre-Final Submittal City Review Comments Due Weekday 30 Days after Comments Received Contract& Bid Documents Final Submittal 3. FEES • A. Fee for Basic Services. The City will pay the A/E a fee for providing for all "Basic Services" authorized as per the table below. 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 above,and for all expenses incurred in performing these services. The fee for this project is subject to the availability of funds. The Engineer may be directed to suspend work pending receipt and appropriation of funds. 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. For services authorized by the Acting Director of Capital Programs under Section I.B."Additional Services,"the City will pay the NE a not-to-exceed fee as per the table below. All additional service fees are unauthorized allowances requiring authorization by the Acting Director of Capital Programs. AMEND. NO.4 EXHIBIT"A" Page 4 of 5 Summary of Fees ORIGINAL -- CONTRACT AMD.No.1 AMO.No.2 AMO.No.3 AMD.No,4 TOTAL BASIC SERVICES 1.Preliminary Phase S 5 5 2.Design Phase 5 S 5 3,Bid Phase 5 S - $ 5 4.Construction Phase(Allowance) $112,50000 S 49,00000 5 38,600.00 5200,100 CO Subtotal Basic Services 5 112,500.00 5 49,000 00 5 38,600.00 $200,100.00 ADDITIONAL SERVICES(Allowance) 1.Topographic Survey 5 3,080 00 $ 5 - S (3.080 001 $ 2 Warranty Phase 5 5,30000 $ 5 1,25000 $ 6,55000 3.Consultant and Invoice Coordination $ 42,07000 5 • 5 $ 42,07000 4.Traffic Control Plans $ 8,900.00 5 8,900 CO 5.City-wide Pipe Bursintg 101Q Contract Docs.B Bid Package 5 46.30000 $ 46,30000 Subtotal Additional Services $ 50,45000 5 S 1,25000 55.82000 $ 46.30000 $103,820.00 TOTAL AUTHORIZED FEE $162,950.00 $ 49,000.00 I$ 39,850.00 $ 5,820.00 $ 46,300.00 $303,920.00 All other terms and conditions of the March 26, 2013 contract and amendments between the City and Consultant will remain in full force and effect Sincerely, LNV, Inc. TBPE Firm No. F-366 . /2//%'7L Logan Burton, P.E. PrincipalNice President AMEND. NO. 4 EXHIBIT "A" Page 5 of 5 Sample form for. COMPLETE PROJECT NAME Payment Request 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 3,000 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 1,627 0 0 0 0% Platting Survey TBD TBD TBD TBD TBD TBD TBD 0% Cr& 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% ID � m o -& a 111Z:2 SUPPLIER NUMBER TO BE ASSIGNED BY CITY — = PURCHASING DIVISION CITY OF CORPUS CHRISTI CC'orrpty us DISCLOSURE OF INTEREST Chnsti Cityof 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,INC. P.O.BOX: N/A CORPUS 78408 STREET ADDRESS: 801 NAVIGATION,SUITE 300 CITY: CHRISTI ZIP: FIRM IS: I. 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. I. State the names of each `employee" of the Cityof 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 14 Pe 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 A 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"cons 'tuting 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 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.LEYENDE R,P.E. Title: PRESIDENT (Type or Print) Signature of Certifying 4/4A--', J Date: 1/0 4 Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi,Texas either on a full or part-time basis, but not as an 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.