Loading...
HomeMy WebLinkAboutC2016-051 - 2/15/2016 - NA CITY OF CORPUS CHRISTI AMENDMENT NO. 3 CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas, a Texas home-rule municipal corporation ("City")and LNV, Inc. ("Consultant"), agree to the following amendments to the Contract for Professional Services for O.N. Stevens Water Treatment Plant High Service Building No. 3 (Project No. E11066): Original Contract February 13, 2013 Administrative Approval $47,500.00 Amendment No. 1 October 15, 2013 Motion No. M2013-159 $2,358,103.00 Amendment No. 2 April 1, 2015 Administrative Approval $28,600.00 In the Original Contract, Exhibit "A", Section I. Scope of Services shall be amended as set forth in the attached Amendment No. 3, Exhibit"A". In the Original Contract, Section III. Fees shall be amended based on the modified scope of services in the attached Amendment No. 3, Exhibit "A" for a fee not to exceed $2,581.16, for a total restated fee not to exceed $2,436,784.16. All other terms and conditions of the February 13, 2013 Contract for Professional Services between the City and Consultant, and of any amendments to that contract,which are not specifically addressed herein shall remain in full force and effect. CITY!Dr CORPU HRISTI LNV, C. WA& ' 4 . , s1.1p. /A?", Val re H. Gra , P.E. V ate -�''or- Da . Leyen.ecker, P.E. Date Executive Direc r of�ublic W ks President 801 Navigation Corpus Christi, TX 78408 RECOMMENDED (361) 883-1984 Office \ea / _ . ,/.4 //2 // (361) 883-1986 Fax Operating Dep. Men 1 Date APPROVED AS TO LEGAL FO-M l‘-„___IA __-/lG 2-3—/67 As 'ant City Attorney Date APP VE ;17..it / Li , dit.hit17---- /51/ 111 O ice f anagement and Budget -i Project Number E11066 Accounting Unit 4096-062 ATTEST Account 550950 -).-e_ , Activity El 1066014096EXP e^ ,� „ ; A c/i(, Account Category 50950 2016-051 bate Fund Name Water 2015 CIP 2/15/16 INDEXED LNVInc. nee,,,.c.,.,r.,uonu On,I,o,inn kin ,,.,.L.,.,....,TMil ,,C,..,ro,,.T Mil, Solutions Today with a engineers ; architects 1 contractors Vision for Tomorrow September 17, 2015 Mr. J.H. Edmonds, P.E. Director of Capital Programs City of Corpus Christi 1201 Leopard St. Corpus Christi, TX 78401 Re: AMENDMENT NO.3 TO PROFESSIONAL SERVICES CONTRACT O.N.STEVENS WATER TREATMENT PLANT HIGH SERVICE PUMP BUILDING NO. 3 CITY PROJECT NO. E11066 Dear Mr. Edmonds, In response to the City's request, we are proposing the following $2,581.16 amendment for services associated with the ONSWTP High Service Pump Building No. 3 Project. PROJECT DESCRIPTION: The City of Corpus Christi, Texas, hereinafter called "City", and LNV, Inc. hereinafter called "Engineer", agrees to the following Contract Amendment for Engineering and Consulting Services provided for additional Design and Construction Administration Basic Services as well as Start-up, Warranty, SCADA & Equipment O&M Manual, Windstorm Certification and Geotechnical — Subsurface Investigation Additional Services associated with the above referenced project. The original scope of this project included all Basic and Additional Services associated with the design and construction of the new High Service No. 3 Pump Station and Alternate Power Expansion as described in Amendment No. 1, O.N. Stevens Water Treatment Plant High Service Building No. 3, executed October 17, 2013. This amendment will serve to reallocate unused funds which are no longer anticipated to be needed from the Peer Review Coordination & Response Additional Service. The unused monies in the amount of $138,053.70 are to be reallocated to the Design and Construction Phase Basic Services and Start-Up, Warranty, SCADA & Equipment O&M Documentation, Windstorm Certification and Geotechnical-Subsurface Additional Service for completing the scope of services of this amendment. An additional fee of $2,581.16 is required to complete the scope of services of this amendment. AMD. NO.3 EXHIBIT"A" Page 1 of 9 BREAKDOWN OF TASKS: (1) High Service No. 2 Pump Discharge Control Valve Replacement • Removal of the four(4) existing High Service No. 2 pump discharge tilting disc check valves and replace with same type of pump control valves and actuators proposed for High Service No. 3 (2) High Service No. 2 Motor Protection Relay (MPR) Replacement • Removal of twenty one (21) GE multilin motor protection relays existing in PCR #2 and PCR #3 and replacing with SEL motor protection relays for control and protection of High Service No. 2 pumps (3) Clearwell No. 1 Repairs ➢ Foundation ❖ Raise and Level interior column to design elevation as recommended by geotechnical engineer ❖ Seal floor cracks with hydrophobic sealant injection ❖ Replace existing floor expansion joints with hydrophilic water stop ➢ Walls ❖ Replace existing wall expansion joints with hydrophilic water stop ❖ Inject wall cracks with hydrophobic sealant ❖ Seal existing 48"diameter collar joint ❖ Repair segregated concrete below west wall pipe penetration • Columns ❖ Repair spalling concrete column capitals ❖ Drill and epoxy new reinforcement for concrete capital adjacent to east end of pump house ➢ Roof ❖ Inject roof cracks with hydrophilic sealant ❖ Replace reinforcing steel and otherwise repair concrete grade beams ❖ Repair spalling concrete in roof system AMD.NO.3 EXHIBIT"A" Page 2 of 9 • • Provide Geotechnical Engineering Recommendations ❖ Provide alternatives and recommendations for the type of foundation rehabilitation that should be considered in the design of the Clearwell No. 1 Repairs project. These recommendations should consider the findings of the subsurface investigation and report provided under Amendment No. 2 to this contract, along with any other pertinent geotechnical investigations in the immediate vicinity. (4) Existing Alternate Power Building Windstorm Certification • Perform a structural analysis of the existing Alternate Power Building including the foundation and identify any improvements necessary for the existing building to meet TDI Code Requirements. • Incorporate into the design of the High Service No. 3 bid package any improvements identified in the performed structural analysis as being necessary for the existing building to meet TDi Code Requirements. • Conduct onsite inspections as necessary during the construction phase to ensure improvements to the existing Alternate Power Building are meeting TDI Code Requirements. ➢ Conduct a post construction inspection & verification of the existing Alternate Power Building to complete TDI Windstorm Certification. In order to accomplish these tasks, the City plans to engage the Engineer to perform the design necessary for all replacement and repair improvements as identified above and issue contract documentation and administration for the construction of the improvements. The Engineer will prepare contract documents including design drawings and specifications and perform the required administration during the bidding and construction phases for implementation of the improvements. These services were not included in the original contract. AMD.NO.3 EXHIBIT"A" Page 3 of 9 I. SCOPE OF SERVICES The summary Scope of Services for this contract amendment include: • Additional Design Phase tasks required to provide the design for the High Service No. 2 Control Valve & Motor Protection Relay Replacement and Clearwell No. 1 Repairs. • Additional Construction Administration Phase tasks required to confirm that construction of the High Service No. 2 Control Valve & Motor Protection Relay Replacement and Clearwell No. 1 Repairs is in accordance to the plans, contract documents and specifications. • Additional Start-up & Training tasks required for transferring the finished work of the High Service No. 2 Control Valve& Motor Protection Relay Replacement to plant staff as an operational and functional system. • Additional Warranty Phase tasks required to provide services for a 12-month period after construction completion for correcting any defects observed for the High Service No. 2 Control Valve & Motor Protection Relay Replacement and Clearwell No. 1 Repairs. • Additional SCADA & Equipment O&M Documentation required to provide Equipment Operation and Maintenance Manuals for the High Service No. 2 Control Valve& Motor Protection Relay Replacement. • Additional Windstorm Certification required to provide TDI Certification for the Existing Alternate Power Building. • Additional Geotechnical — Subsurface Investigation required for reviewing RETL soil investigation reports to determine the foundation rehabilitation required for the Clearwell No. 1 Repairs. BREAKDOWN OF SERVICES: The original contract and amendments shall be modified to include the following: A. BASIC SERVICES 2. Design Phase a. Include High Service No. 2 Control Valve & Motor Protection Relay Replacement and Clearwell No. 1 Repairs into the construction sequencing, connections to the existing facilities, and restoration of property to be incorporated into the construction plans, contract documents and specifications. b. Coordinate the construction sequencing of the High Service No. 2 Control Valve & Motor Protection Relay Replacement and Clearwell No. 1 Repairs with City Operating Department(s) and Engineering Services staff. c. Provide additional assistance to identify testing, handling and disposal of any hazardous materials that may be discovered during construction for the High Service No. 2 Control Valve AMD.NO.3 EXHIBIT"A" Page 4 of 9 & Motor Protection Relay Replacement and Clearwell No. 1 Repairs. d. Include final quantities and estimates of probable costs with the recommended construction schedule for the High Service No. 2 Control Valve & Motor Protection Relay Replacement and Clearwell No. 1 Repairs. The construction schedule will provide a phased approach to track progress and payments. e. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the final complete plans and specifications for the High Service No. 2 Control Valve& Motor Protection Relay Replacement and Clearwell No. 1 Repairs accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. f. Include the High Service No. 2 Control Valve & Motor Protection Relay Replacement and Clearwell No. 1 Repairs plans and specifications into the final High Service No. 3 bid package to the City of Corpus Christi suitable for reproduction. 4. Construction Administration Phase a. Review Contractor submittals and operating and maintenance manuals for conformance to contract documents, shop and working drawings, materials and other submittals for the High Service No. 2 Control Valve & Motor Protection Relay Replacement and Clearwell No. 1 Repairs. b. Review and interpret field and laboratory tests for the High Service No. 2 Control Valve & Motor Protection Relay Replacement and Clearwell No. 1 Repairs. c. Provide interpretations and clarifications of the plans and specifications for the High Service No. 2 Control Valve & Motor Protection Relay Replacement and Clearwell No. 1 Repairs. d. Perform site visits for the High Service No. 2 Control Valve & Motor Protection Relay Replacement and Clearwell No. 1 Repairs to observe the general progress and quality of work being performed by the Contractor is being done in accordance with the Contract Documents. e. Prepare and include the record drawings for the High Service No. 2 Control Valve & Motor Protection Relay Replacement and Clearwell No. 1 Repairs into the final set of record drawings to be submitted to the City. AMD.NO.3 EXHIBIT"A" Page 5 of 9 B. ADDITIONAL SERVICES 5. Start-Up &Traininq Services a. Provide start-up services sufficient to transfer finished work of the High Service No.2 Control Valve&Motor Protection Relay Replacement and Clearwell No. 1 Repairs from a construction status to an operating, functional system. b. Provide training support to plant operating personnel on the system operational procedures for the High Service No. 2 Control Valve & Motor Protection Relay Replacement and Clearwell No. 1 Repairs. 6. Warranty Phase a. Provide warranty service inspections for a 12-month period for the High Service No.2 Control Valve&Motor Protection Relay Replacement and Clearwell No. 1 Repairs after completion of the construction phase. This scope assumes that such services may be required for up to 32 hours per 12-month warranty period in addition to the total time provided for this phase under Amendment No. 1. 7. SCADA Documentation and Equipment O&M Documentation a. Provide standardized SCADA documentation required for the High Service No. 2 Control Valve & Motor Protection Relay Replacement. SCADA documentation to include PFDs, P&IDs, loop sheets, logics, SCADA architecture, DCS I/O lists, instrument lists, tie-in lists, piping lists, equipment lists, and instrumentation specification sheets. b. Include the High Service No. 2 Control Valve & Motor Protection Relay Replacement into the final Equipment Operation and Maintenance Manual to be submitted to the City. 12. Windstorm Certification Engineer will perform Windstorm calculations, inspections, and provide certification for the existing Alternate Power Building. a. Prepare WPI-1 form in accordance with the requirements of the Texas Department of Insurance (TDI) for Windstorm for the existing structure of Alternate Power Building including its foundation. b. Conduct a visual site inspection of existing structure and foundation components and perform wind pressure calculations in accordance with the International Building AMD.NO.3 EXHIBIT"A" Page 6 of 9 Code 2003/2006 to ensure all component and cladding elements meet or exceed the requirements of TDI for Windstorm. c. Incorporate any retrofit improvements as necessary into the design bid package to improve the structure and foundation of the existing Alternate Power Building for meeting the requirements of TDI for Windstorm. d. Review of all necessary submittals for necessary retrofit improvements for compliance with TDI. Initial submittal review and one (1) re-submittal review is included in this contract. e. Perform necessary inspections during the entire construction process for the existing Alternate Power Building including the existing foundation system as required to visually verify that all retrofit improvements are all constructed as designed. f. Submit WPI-2 — BC-5 forms upon completion of construction to receive the WPI-8 Windstorm Certificate. Windstorm Certification Requirements: The Contractor/Owner shall be responsible for providing all necessary Design/Assembly Documentation for all windows, doors, louvers...etc. to the Windstorm Engineer/Inspector as required to conform to the requirements of the Texas Department of Insurance. All windows, doors, louvers...etc., at a minimum, shall meet all positive (inward) and negative (outward) wind pressures for "Components and Cladding" in accordance with the International Building Code 2006 (IBC 2006 with latest Texas Revisions) as calculated by Texas Registered Professional Engineer for the specific project. All Custom-Built Doors/Windows must be tested for the appropriate wind design pressures with a certified facility as approved by the Texas Dept. of Insurance prior to receiving any certification. 23. Geotechnical —Engineering) Recommendations a. Provide foundation rehabilitation recommendations prepared in general accordance with the City's Scope of Work Document. The recommendations will consider the findings of the subsurface investigation conducted under Amendment No. 2 of this project. In addition, a review will be conducted of all other pertinent geotechnical findings in the immediate vicinity of Clearwell No. 1, for this analysis. AMD.NO.3 EXHIBIT"A" Page 7 of 9 • II. SCHEDULE Activity Days from NTP Final Design Submittal 120 Days Award Contract 240 Days Construction Completion 1200 Days Warranty Completion 1565 Days Ill. FEES A. Fee for Basic Services. The City will pay the A/E a fixed 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, NE will submit monthly statements for services rendered. The statement will be based upon NE's estimate(and with City's concurrence) of the proportion of the total services actually completed at the time of billing. City will make prompt monthly payments in response to NE's monthly statements. B. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services," the City will pay the NE a not-to-exceed fee as per the table on next page: AMD.NO.3 EXHIBIT"A" Page 8 of 9 SUMMARY OF FEES ORIGINAL CONTRACT AMD.NO.1 AMD.NO.2 AMD.NO.3 TOTAL ka,aCSERVICES 1. Preliminary Phase $ 47,50000 S 381,371.00 S - 5 - $ 428,871.00 2. Design Phase S - $ 963,767.00 S $ 88,304.86 S 1,052,071.86 3. Bid Phase $ 5 35,219.00 5 5 - _ $ 35,219.00 4. Construction Administration Phase $ - 5 277,453.00 5 - 5 19,000.00 5 296,453.00 SUBTOTAL BASIC SERVICES(AUTHORIZED) $ 47,500.00 $ 1,657,810.00 $ $ 107,304.86 $ 1,812,614.86 ADDITIONALSEBV,XES(4Lf OWANC,1 1. Permit&Agency Coordination S - 5 24,026.00 $ - $ - $ 24,026.00 2. Topographic Survey $ - $ 58,346.00 5 - $ $ 58,346.00 3. Environmental Issues 5 - , $ 31,088.00 5 - $ - 5 31,088.00 4, Construction Observation Services 5 - TBD 5 - 5 - 5 5. Start-Up&Training Services $ - $ 77,927.00 S - $ 3,200.00 S 81,127.00 6. Warranty Phase $ - 5 53,906.00 5 - $ 4,950.00 5 58,856.00 7. SCADA&Equipment 0&M Documentation S - $ 51,175.00 S - $ 2,000.00 5 53,175.00 8.Publiclnvolvement(N/A) $ - N/A $ - $ - $ - 9.Electronic Operations 0&M Manual $ - TBD $ - 5 $ - 10.Conformed Contract Documents $ TBD $ - $ S - 11.Existing Facilities Condition Assessment $ TBD $ - $ - $ 12.Windstorm Certification (AUTHORIZED) S 5 19,800.00 5 - 5 21,68000 $ 41,480.00 13.Peer Review Coordination&Response (AUTHORIZED) $ - 5 153,393.00 $ - $ (138,053 70) $ 15,339.30 14.High Srvc.Pumping Sys.Energy Audit&Conservation Evaluation $ - TBD $ - $ 5 15.Physical laboratory Scale Hydraulic Modeling Study $ - TBD $ - $ 5 16,Disinfection CT Evaluation 5 TBD S - S 5 17.Plant Process and Hydraulic Evaluation $ - TBD S - $ $ 18.Electrical Studies (AUTHORIZED) S - 5 51,150.00 5 - $ $ 51,150.00 19.Control Logic&Application Development Support(AUTHORIZED) $ - $ 28,416.00 5 - 5 5 28,416.00 20.Control System Integration Coordination (AUTHORIZED) $ - $ 28,416.00 5 • $ $ 28,416.00 21.Project Manual (AUTHORIZED) $ $ 23,650.00 5 - $ 5 23,650.00 22.Program Management&Projects Coordination (AUTHORIZED) $ - 5 99,000.00 $ $ 5 99,000.00 23.Geotechnical-Subsurface Investigation (AUTHORIZED) S - S - $ 28,600.00 $ 1,50000 $ 30,100.00 SUBTOTAL ADDITIONAL SERVICES(AUTHORIZED) $ $ 700,293.00 $ 28,600.00 $ (104,723.70) $ 624,169.30 TOTAL AUTHORIZED FEE $ 47,500.00 $ 2,358,103.00 $ 28,600.00 $ 2,581.16 $ 2,436,784.16 LNV shall perform said service and all acts attendant thereto with a reasonable standard of care and shall not be held to a higher standard of care unless specifically agreed to by the parties and said agreement is spelled out herein as a condition of this contract. All other terms and conditions of February 18, 2013, October 15, 2013 and April 9, 2015 contract and amendments between the City and Consultant will remain full force and effect. Respectfully, #7 /‘5:1 — 045 Logan W. Burton, P.E. Vice President AMD.NO.3 EXHIBIT"A" Page 9 of 9