Loading...
HomeMy WebLinkAboutC2015-195 - 5/11/2015 - NA CITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES AMENDMENT NO. 1 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 Oso Water Reclamation Plant Nutrient Removal and Re-rate to 24 MGD - Phase 2 (Final) (Project No. E12206), as authorized and amended by: Original NE Agreement June 11, 2013 Motion No. M2013-102 $9,998,629.00 Exhibit "A", Section I. Scope of Services, Part B. Additional Services, shall be amended to include Special Permitting Services, Geotechnical Investigation, Oso Water Reclamation Plant Digester 2 Structural Assessment and as specified in the attached Amendment No. 1 Exhibit "A". Exhibit "A", Section III. Fees, shall be amended as specified in Amendment No. 1 Exhibit "A" for a revised fee not to exceed $0.00 (Zero Dollars and Zero Cents), for a total restated fee not to exceed $9,998,629.00 (Nine Million Nine Hundred Ninety-Eight Thousand Six Hundred Twenty-Nine Dollars and Zero Cents). Monthly invoices shall be submitted in accordance with Exhibit "B". All other terms and conditions of the June 11, 2013 contract between the City and Engineer, and any amendments to that contract, which are not specifically addressed herein shall remain in full force and effect. '' •F .• • ' \S STI LNV, tki iifkiiii5 ►l (5- �� 3 C P— ie H. r.y, P.: (Da e) i-n Leyendecker, P.E. (D-te eE utive Dir- - or, -ublic Wo ks 'resident 801 Navigation, Suite 300 Corpus Christi, Texas 78408 RECOMMEND ' (361)883-1984 Office (361) 883-1986 Fax O•- ating Department (Date) APP:OVED AS TO LEGAL FORM �. 21., . 3-/3/S ssistant City Attorne ' (Date) for City Attorney APP 70:4:ix i' 1,41 - 40 rro, Office of Management and Budget (111 e 2015-195 INDEXED 5/11/15 AMEND. NO. 1 LNV Inc. Page 1 of 2 NATER\E12206 OSO WRP NUTRIENT REMOVAL&RE-RATE TO 24 MGD-PH 2(FINAL)WMENDMENT NO.1\CONTRACT.DOCX ATTEST F2/-be Rebecca Huerta, City Secretary Project No: E12206 Accounting Unit: 4249-064 ENTERED Account: 550950 Activity: E12206014249EXP MAR 05 2015 Account Category: 50950 Fund Name: Wastewater 2012B RVBD CDNTRA4:I ER AMEND. NO. 1 Page 2of2 K\ENGINEERING DATAEXCHANGEWENNIFER\WASTEWATER\E12206 OSO WRP NUTRIENT REMOVAL&RE-RATE TO 24 MGD-PH 2(FINAL)AMENDMENT NO 1\CONTRACT.DOCX LNV Solutions Today with a engineers I architects I contractors Vision for Tomorrow February 10, 2015 Mr. Jerry Shoemaker, P.E. Acting Director of Capital Programs City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 RE: AMENDMENT NO.1 TO PROFESSIONAL SERVICES CONTRACT Oso WRP Nutrient Removal and Re-rate to 24 MGD— Phase 2 (FINAL) City Project E12206 Dear Mr. Shoemaker: LNV received formal interim Notice to Proceed letters for Preliminary Design & Permitting services from the City on August 19, 2013 in the amount of $200,000 and on February 26, 2014 in the amount of $1,293,283 for a total not to exceed fee of $1,493,283. The Notice to Proceed letters included a modified scope intended to address the deteriorating condition of the aging treatment facilities at the Oso WRP, improve ongoing operational issues and to reliably and dependably treat wastewater in accordance with the City's discharge permit during the next 2 permitting cycles (approx. 10 yrs). LNV is requesting execution of this zero-cost Amendment No.1 to the above referenced contract to clarify the modifications to the original Basic Service scope, for adding un-scoped Additional Services and for revising the project schedule. On December 3rd, 2013, the City submitted an Oso WRP permit amendment application to TCEQ for renewal of the Oso discharge permit. However, TCEQ has informed the City that the Oso Bay dissolved oxygen (DO) standards have complicated the processing of the amendment. The City has requested additional services of the permitting team, in order to respond to TCEQ and provide assistance in resolving the issues associated with the discharge to Oso Bay. The issues involve the Oso Bay dissolved oxygen (DO) concentrations and the Engineer is proposing modifications to the Permitting task. At this time, the extent and type of the additional services is not fully defined. The scope of services list tasks that might be needed or desired and the Engineer will perform these services only as authorized by City. LNV is currently only proposing execution of the Preliminary Design Phase, Design Phase, Permitting, Topographic Survey, Geotechnical Services, and UV Feasibility Study at this time. A description of the project background and revised scope of services are provided below. AMEND. NO.1 EXHIBIT "A" 801 NAVIGATION I SUITE 300 I CORPUS CHRISTI,TEXAS 78408 Page 1 of 10 OFFICE 361.883.1984 I FAX 361.883.1986 I WWW.LNVINC.COM PROJECT DESCRIPTION: The contract for the above referenced project was approved by City Council on June 11, 2013 by Motion No. M2013-102 for an amount not to exceed $9,998,629.00. The scope of the project included major facility improvements at the Oso WRP (Contract "A") along with the decommissioning and replacement of the Laguna Madre WWTP with an effluent pump station (Contract "B"). The City has decided to delay the Laguna Madre WWTP decommissioning and effluent pump station and retain the option to implement these improvements at a later date, if so desired. However, many treatment units at the Oso WRP have exceeded their useful design life, are impacting the plants ability to dependably treat wastewater and are resulting in unanticipated emergency repairs and alleged permit violations. The deteriorating equipment requires significant O&M efforts to maintain the plant in tolerable condition to treat wastewater and to maintain permit compliance. The revised Contract "A" portion of the Phase 2 improvements includes Oso WRP facility upgrades and the replacement of equipment necessary to ensure continued plant reliability over the next 2 permitting cycles, meet the regulatory requirements through biological nutrient removal, provide additional treatment trains for O&M (18 MGD), and replace the temporary Phase 1 BPC Improvements. The following objectives will be achieved by implementing the revised improvements associated with Amendment No. 1. • Maintain regulatory compliance by replacing obsolete & maintenance intensive treatment units • Maximize the value of existing infrastructure • Replace existing Breakpoint Chlorination system with biological ammonia/total nitrogen removal for improved dependability and reduced risk associated with chemical feed • Provide accommodations for implementing phosphorus removal in the future • Reduce operation and maintenance (O&M) costs associated with inefficient process, equipment and chemical usage • Reduce process odors • Provide three (3) treatment trains for operational and maintenance flexibility (18 MGD) • Provide improved process automation and monitoring • Reduce the risk of future unanticipated emergency repairs and associated permit violations • Provide accommodations for future increased capacity for anticipated flows and/or basin transfers (Retrofit of 4th aeration basin can be done at a later date, if desired) • Provide back-up/emergency generator power for improved treatment reliability (3000 kW) The following objectives are dependent upon project budget and the results of the Filtration & UV Feasibility Study: • Provide improved coliform and enterococci removal and/or inactivation (Dependent upon results of UV Feasibility Study) AMEND. NO. 1 EXHIBIT "A" Page 2 of 10 SCOPE OF SERVICES: The Scope of Services for this contract shall be amended to modify the Basic & Additional Services as described below. A. BASIC SERVICES The engineering tasks shown in the original contract will remain the same. However, the number of treatment facilities being modified and/or constructed are being reduced, decreasing the estimated construction cost (2017 $) from the original $63,071,000 budget to $56,816,000. Based upon the results of the Filtration & UV Feasibility Study (Additional Service - Task 11) and the City's decision on how they would like to proceed, additional funds would be needed for the construction of a Filtration/UV facility. Contract "B" improvements are being placed on hold until further study is completed by the City. AMENDMENT NO.1 - RECOMMENDED IMPROVEMENTS The following improvements are included at this time: • Replacement of the existing LS1 with a new influent pump station (Sized for 80 MGD, Pumping Capacity of 60 MGD) • Additional odor control facility • Replacement of the existing headworks facility with improved screening, grit removal, and flow splitting capabilities (98 MGD) • Retrofit of one (1) of the existing West plant aeration basin for BNR including new aeration system (6 MGD) • New process train Aeration Basin 3 &4 (6 MGD/each) • Scum System Replacement on all 8 clarifiers ITEMS REMOVED FROM ORIGINAL SCOPE OF SERVICE The following items have been modified or removed from the scope of service at this time: • Reduced capacity of new influent pump station. Lift Station 2 will remain in service. • Retrofit of the existing East plant aeration basin trains will not be included • Simplified automation and SCADA system. Automation will only involve aeration basin DO control and Lift Station pump controls. • Potable and Non-potable plant water systems will not be included • Disinfection system modifications and CCC improvements • Maintenance Building • Miscellaneous improvements on the Digesters 2/3 will not be included AMEND. NO. 1 EXHIBIT "A" Page 3 of 10 B. ADDITIONAL SERVICES 1. Permitting & Agency Coordination 1.4 Special Permitting Services Water Quality Model • Review water quality data and water quality model • Work with the City's model consultant (RPS/Espey) to determine how to strengthen the model • Provide guidance and coordination with City's model consultant on the necessary effluent set scenarios to be modeled • Analyze and interpret modeling results and prepare summary documents for effectively communicating model results and impacts to City staff and TCEQ/EPA • Identify alternative modeling approaches, specifically with regard to minimum DO • Negotiating with TCEQ technical staff on how water quality model for Oso Bay will be applied, specifically with regard to the minimum DO model results • Prepare for and participate in three (3) meeting with TCEQ technical staff, as necessary • Prepare for and participate in one (1) meeting with EPA technical staff, if necessary • Aid City and modeling consultant in preparing response to agency comments Permitting • Identifying alternative permitting options that authorizes Oso WRP to discharge for several permit cycles and allows for long-term investments at the Oso WRP • Assess the short-term and long-term impacts of 303(d) of Oso Bay on the Oso WRP permit • Negotiate a water quality variance study o Negotiate with TCEQ & EPA and develop a protocol for assessing minimum and mean DO water quality standards change in Oso Bay o Document that an aquatic life use study for a DO standard change for Oso Bay is not practical • Assessment of benefits and detriments for including Oso WRP permit in Consent Degree • Negotiating and developing practical permitting options for Oso WRP with TCEQ executive staff o Coordinate with City staff, City legal counsel, and City Consultants o Prepare for and participate in meetings with TCEQ executive staff **SPECIAL NOTE ON PERMITTING: The fee for these permitting tasks is provided as an estimated allowance not to be exceeded without additional authorization. Typically, permitting service contracts are negotiated on a time and materials (T&M) basis. The benefit of a T&M contract is that although the specific permitting tasks may be fairly well understood, the level of effort required to complete the tasks can vary significantly. This can depend on modified permit requirements, permitting trends, public interest and regulatory decisions beyond the AMEND. NO. 1 EXHIBIT "A" Page 4 of 10 City's/Engineer's control. For this reason, it is important to clarify that although the Engineer trusts this is sufficient fee to complete the above tasks, it is possible the regulatory agencies (TCEQ/EPA) will request additional information, meetings and/or require special coordination efforts which may result in a future contract amendment. The Engineer will inform the City if additional allowance is necessary to complete any service requested by the City. Additional services that may become necessary as the project proceeds but are not included in the budget are listed below: • Development of a study to determine the appropriate DO standard for Oso Bay • Development of additional documentation not identified above • Meetings with City, TCEQ, EPA, or other regulatory authorities in addition to those provided above. • Meetings or telephone calls with potential or actual protestors, or the development of public information or strategies to aid in avoiding protests. 17. Geotechnical - Subsurface Investigation Perform a subsurface investigation and laboratory testing program and provide foundation recommendations for the proposed Oso WRP Nutrient Removal Project; (Ammonia)-Phase 2- Contract A, City of Corpus Christi Project No. E09007 to be constructed at the existing Oso Waste Water Treatment Plant located off Nile Drive in Corpus Christi, Texas. The project will include the construction of new structures, basins and various equipment associated with the facility. A description of the major structures, approximate footprint and the foundation depths below existing grade are provided in the following Table: Proposed Structure Approximate Founding Depth Footprint (sf) Below Grade (ft) Headworks 4,000 2 Lift Station 2,400 30 Odor Control 1,200 sf 7 Aeration basins (2 Proposed Basins) 22,940 to 30,000 18 Filtration & UV -- 10 to 18 ECR-5 & ECR-6 940 to 2,000 N/A— Pier supported Gen Building 2,400 At grade It is understood that the anticipated loads for the below grade basins will range between 500 psf and 2,000 psf. The design considerations for the below grade foundations will likely be trench safety and shoring and buoyancy. It is anticipated that some above grade structures may be supported on deep drilled pier foundations. Based on the descriptions of the proposed project above and Engineer's experience with the soils in the vicinity of the proposed project Engineer recommends performing 12 borings to termination AMEND. NO. 1 EXHIBIT "A" Page 5 of 10 depths of 40-feet in the vicinity of the proposed structure (Total Number of Borings: 12; Total Linear Feet of Drilling: 480 LF). The scope of work is outlined below. Scope of the Proposed Subsurface Investigation • Boring locations will be staked in the field prior to the field investigation and a site plan will be provided showing the proposed structures in reference to existing predominate site features. • Coordination with facility operations and Texas One Call will be performed by Engineer to identify underground utilities in the proximity of the boring locations. The borings will be relocated, if necessary. • Soil samples will be obtained at predetermined depths unless subsurface conditions warrant additional sampling. • The borings will be advanced to the depth specified above. • Groundwater readings will be obtained during drilling and immediately upon completion of the drilling operations and 24-hours after completion of the field operations, if possible. • After obtaining the delayed groundwater readings, the open boreholes will be backfilled with excess soils obtained during the drilling operations. Scope of Laboratory Testing Program • Supplementary Visual Classification (ASTM D 2487) • Water Content Tests (ASTM D 2216) • Atterberg Limits Tests (ASTM D 4318) • Unconfined Compressive Strength Tests (ASTM D 2166) • Percent Material Finer Than The#200 Sieve Tests (ASTM D 1140) All phases of the laboratory testing program will be performed in general accordance with applicable ASTM Specifications. All field and laboratory test results will be included on the boring logs or provided in the report. Geotechnical Engineering Report In addition to the field and laboratory testing, a geotechnical engineering report will be prepared that includes a description of the field exploration and laboratory tests, boring logs, a discussion of the engineering properties of the subsurface materials encountered, construction considerations and foundation recommendations. The Fee includes the field investigation, laboratory testing, foundation and pavement recommendations and report preparation. The following items will be added to the final invoice as required: 1. Additional drilling required due to subsurface conditions: $41.00 per linear foot. 2. Standby time: $175.00 per hour/per company. 3. Cores: $330.00 per core. AMEND. NO. 1 EXHIBIT "A" Page 6 of 10 Services provided by Engineer under this Agreement will be performed in a manner consistent with the degree of care and skill ordinarily exercised by members of the same profession currently practicing under similar circumstances. The Client shall provide for Engineer's right to enter the property owned by the Client and/or others and assure that the boring locations are clear of underground utilities and accessible to drilling equipment in order for Engineer to fulfill the Scope of Services included hereunder. 18. Digester 2 Structural Assessment During a recent plant condition assessment inspection, spalling concrete and exposed wire reinforcing was identified on the exterior wall of Digester 2 approximately 18-36 inches above the bottom of the tank. The assumed construction of the tank is a cast-in-place concrete wall with pre- stressed steel wire wrapped around the exterior face of the concrete which is then sprayed with a coating of gunnite or shotcrete for corrosion protection. The spalling appears to be associated with the exterior gunnite coating system and corrosion of the pre-stressed steel wires. Due to the age of the structure and cracks in the gunnite or cracks in the concrete wall or both, moisture has penetrated causing the pre-stressed steel wire to corrode and break off the gunnite. It was requested that the City drain the tank for further inspection and provide the original record drawings. This is not a design task but should be considered a high level planning/assessment task. The ultimate objective of this task is to determine whether the tank can be placed back in service in the interim, while the City is planning and implementing tank rehabilitation or repair. The assessment will include: • Review existing drawings (if available) to thoroughly understand the design and construction of the original structure and foundation system. • Perform an on-site inspection of the digester to obtain all necessary field information at accessible locations for proper assessment both while the tank is empty, and when the tank has been refilled. • Non-destructive tests, such as concrete soundings will be performed to determine deteriorated areas and extent of deterioration per area. • Prepare a "Draft" assessment report indicating our means and methods of our assessment, findings, professional opinions and recommendations. • Prepare a preliminary engineer's estimate of probable repair costs. • Prepare any necessary sketches for report clarifications. • Submit "Draft" report to City for review and comment. • Meet with City personnel as required to discuss the draft report and path forward. • Address final comments from City and submit three (3) binded reports sealed by a Texas Licensed Professional Engineer. At this time, the preliminary budget for construction repairs is $555,000 (including a 10% contingency). This preliminary construction cost estimate will be refined further once the structural assessment is complete and the actual repair methods are determined. AMEND. NO. 1 EXHIBIT "A" Page 7 of 10 • • SCHEDULE: All work under this contract shall be completed by the Engineer in accordance with the schedule shown below. TASK Duration Completion Date 1. Preliminary Design 260 Days December 19, 2014 1. Permitting TBD TBD 17. Geotechnical —Sub Invest. 45 Days 45 Days after NTP 18. Dig 2 Structural Assessment 14 Days 14 Days after NTP FEES: A. Fees for Additional Services Authorized. The City will pay the Engineer a lump sum fee not to exceed those shown in "ATTACHMENT 1" 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. Refer to ATTACHMENT 1. If you have any questions or if you would like to discuss in more detail, please feel free to call me at 361-960-2279. Sincerely, 'IW ) 1_,•--,r) Burton, P.E. //, Pr' cipalNice President L V, Inc. BPE Firm Reg No. F-366 AMEND. NO. 1 EXHIBIT "A" Page 8 of 10 C. SUMMARY FEE TABLE 02/10/2015-REVISED Construction Estimate Phase 2=$56.8M ORIGINAL CONTRACT ORIGINAL TASK CONTRACT A* CONTRACT B* CONTRACT AMENDMENT TOTAL PHASE 2 UNAUTHORIZED (050 WRP) (LMWWTP) 1 AUTHORIZED FEES REMAINING FEES TOTAL BASIC SERVICES 1. Preliminary Phase* $1,293,283 $620,514 $1,913,797 $0 $1,913,797 $1,186,898 $726,899 2. Design Phase* $2,564,148 $1,230,252 $3,794,400 $0 $3,794,400 $2,324,785 $1,469,615 3. Bid Phase* $71,410 $34,060 $105,470 $0 $105,470 $0 $105,470 4. Construction Phase* $862,552 $414,788 $1,277,340 $0 $1,277,340 $0 $1,277,340 Subtotal Basic Services $4,791,393 $2,299,614 $7,091,007 $0 $7,091,007 $3,511,683 $3,579,324 - ADDITIONAL SERVICES(ALLOWANCE) _1. Permitting&Agency Coordination* $129,083 $97,100 $226,183 $140,000 $366,183 $269,083 $97,100 2. Topo Survey&Land Acquisition $82,944 $157,066_ $240,010 $0 $240,010 $82,944 $157,066 3. Environmental Issues(TBD) $0 $0 $0 $0 $0 $0 $0 4. Construction Observation Services(TBD) $0_ $0 $0 $0 $0 $0 $0 5. Start-Up&Training* $250,068 $59,008 $309,076 $0 $309,076 $0 $309,076 6. Warranty Phase* $88,086 $24,876 $112,962 $0 $112,962 $0 $112,962 7. SCADA&O&M Documentation* $166,461 $35,220 $201,681 $0 $201,681 $0 $201,681 8. Public Involvement* $12,037 $12,057 $24,094 $0 $24,094 $0 $24,094 9. Conformed Contract Documents* $82,428 $34,790 $117,218 $0 $117,218 $0 $117,218 10. Exist.Facilities Condition Assessment $295,390 $0 $295,390 ($185,260) $110,130 $0 $110,130 11. Filtration&UV Disinfection Study $94,358 $0 $94,358 $0 $94,358 $94,358 $0 12. Windstorm Certification* $86,456 $20,904 $107,360 $0 $107,360 $0 $107,360 13. Peer Review-Coord.&Response* $367,305 $88,068 $455,373 $0 $455,373 $0 $455,373 14. LMWWTP Decommissioning* $0 $299,840 $299,840 $0 $299,840 $0 $299,840 15.Biogas/Natural Gas Onsite Cogen. $152,661 $0 $152,661 $0 $152,661 $0 $152,661 16.Oso WRP Energy Audit $271,416 $0 $271,416 $0 $271,416 $0 $271,416 17.Geotechnical Services $0 $0 $0 $35,760 $35,760 $35,760 $0 18.Dig 2 Structural Assessment $0 $0 $0 $9,500 $9,500 $9,500 $0 Subtotal Additional Services $2,078,693 $828,929 $2,907,622 $0 $2,907,622 $491,645 $2,415,977 TOTAL FEE $6,870,086 I $3,128,543 I $9,998,629 $0 $9,998,629 $4,003,328 $5,995,301 Council Approval June 11,2013 Admin Approval M2013-102 NOTES: M D * Rates have been escalated to the midpoint of construction for each contract. p. CO CD CU Z Z AMENDMENT I to CO_ 0 ATTACHMENT I y, .. Z , yo 0 City of Corpus Christi Oso WRP Nutrient Removal and Re-rate to 24 MGD - PH2 FINAL 1 February 10,2015 I r E12206 MANHOUR BREAKDOWN FOR SERVICES BY A/E CONSULTANT Description LNV Labor Estimate Task FUNCTIONAL TASKS Senior LNV Direct Admin Principal Project Project Engineer Cadd Cadd Admin/CI Task Total No. Manager Engineer Tech Tech erica) Total Expenses Fees Cost ADDITIONAL SERVICES 1 Permitting&Agency Coordination _ - 1.4 Special Permitting Services - Water Quality Model 8 18 24 4 7,336 69,873 6,987 Permitting 14 24 40 4 _ 11,246 40,127 4,013 380 38 1 TASK 1 Sub total of Hours - 22 42 64 8 0 0 136 1 TASK 1 Sub total of Cost $0 $4,202 $6,132 $7,552 $696 $0 $0 $18,582 $110,380 $11,038 $140,000 17 Geotechnical Investigation _ _ - Boring Map&Structure Descriptions 2 4 6 9 _ 2 $2,587 25,000 2,500 Foundation Alternatives 2 6 16 9 $3,929 Recommendations 1 4 6 3 $1,744 $0 17 TASK 17 Sub total of Hours - 5 14 28 21 0 2 70 17 TASK 17 Sub total of Cost $0 $955 $2,044 $3,304 $1,827 $0 $130 $8,260 $25,000 $2,500 $35,760 18 Digester 2 Structural Assessment _ - , Part A-Structural Assessment Memo 7_ 18 34 16 2 $9,499 $0 _ $0 $0 $0 $0 18 TASK 18 Sub total of Hours - 7 18 34 16 0 2 77 18 TASK 18 Sub total of Cost $0 $1,337 $2,628 $4,012 $1,392 $0 $130 $9,500 $0 $0 $9,500 $0 11 D $36,342 $135,380 $13,538 Q X m TOTAL AMENDMENT COST $ 185,260 9 - Z o co - D0 o 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% O& 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% m ei o 1 a • 1:211 SUPPLIER NUMBER TO BE ASSIGNED BY CITY PURCHASING DIVISION City of CITY OF CORPUS CHRISTI s corpus 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: 801 Navigation,Suite 300 CITY: Corpus Christi ZIP: 78408 FIRM IS: I. Corporation X 2. Partnership 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) id/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 al/t/ 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 NIA 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 �1� 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:-1Dan S. Leyendecker,P. E. Title: President (T)pe or Print) Signature of Certifying Date: z/Za/,s. 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.