Loading...
HomeMy WebLinkAboutC2018-195 - 4/24/2018 - NA } CITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES AMENDMENT NO. 4 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 Broadway Wastewater Treatment Plant Effluent Line Rehabilitation (Project No. E10003): Original Contract March 15, 2010 Administrative Approval $43,816.00 Amendment No. 1 November 8, 2011 Motion No. M2011-249 __ $245,158.00 Amendment No. 2 October 1, 2015 Administrative Approval $37,449.00 Amendment No. 3 January 18, 2018 Administrative Approval $0.00 Exhibit A, Scope of Services shall be amended as set forth in the attached Amendment No.4, Exhibit A. Exhibit A, Fees shall be amended based on the modified scope of services in the attached Amendment No. 4, Exhibit A for a fee not to exceed $0.00. for a total restated fee not to exceed $326,423.00. All other terms and conditions of the March 15, 2010 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 OF •RPU , TI; LNV, INC - ¢ Jeff Edmonds, P.E. •at: Dan S" TJ' er, P.E. Date Director of Engineering Services President 801 Navigation, Suite 300 Corpus Christi, TX 78408 (361)883-1984 Office (361)883-1986 Fax loganb@Invinc.com APPROVED AS TO LEGAL FORM 2018.04.18 14:21:47 -05'00' Assistant City Attorney Date ATTEST jeocr_o_r 441,t,e4 14ecca Huerta Date City Secretary 2018-195 4/24/18 ITER E 10003 BROADWAY W W TP EFFLUENT LINE RENABILITATION,LNIMMENDMENT NO 4 CONTRACT DOC REV 10 115 LNV Inc. INDEXED LNV engineers I architects I surveyors April 6, 2018 Mr. J.H. Edmonds, P.E. Director of Capital Programs City of Corpus Christi Engineering Services P.O. Box 9277 Corpus Christi,TX 78469-9277 Re: AMENDMENT NO.4 TO PROFESSIONAL SERVICES CONTRACT BROADWAY WWTP EFFLUENT LINE REHABILITATION (CITY PROJECT NO. E10003) Dear Mr. Edmonds: With regard to the services associated with Project E10003- Broadway WWTP Effluent Line Rehabilitation, we are proposing the following$0.00 amendment to assist the City by providing a tie-in detail for the Cured-In-Place-Pipe(CIPP)liner and the reinforced concrete pipe(RCP)at the insertion pit near Junction Box B. PROJECT BACKGROUND In 2017, LNV assisted the City with the design for the rehabilitation of the 42-inch reinforced concrete effluent line from New Broadway Wastewater Treatment Plant (NBWWTP). As per original design, 1,350 LF of the 42-inch effluent line from NBWWTP was to be rehabilitated by slip lining the existing pipe from Junction Box B to the outtake at Salt Flats Ditch. As per the City's directive, it was decided that the effluent line would be rehabilitated by CIPP lining instead of slip lining and construction on the project began in March 2018. In order to avoid the bypass pumps during the CIPP installation,the Contractor made an insertion pit approximately 100 feet downstream of existing Junction Box B (STA 37+48.9). The CIPP liner is now in place downstream of the insertion pit and the Contractor has requested information on a tie-in detail to terminate the CIPP liner at the insertion pit and tie it into the RCP. PURPOSE The purpose of this Amendment No. 4 is to assist the City with the design of a tie-in detail for the CIPP liner and RCP at the insertion pit located approximately 100 feet downstream of Junction Box B (STA 37+48.9). Amend. No.4 Exhibit A Page 1 of 3 • LNV engineers ( architects I surveyors SCOPE OF SERVICES: The Scope of Services for this contract is comprised of the following tasks: I. BASIC SERVICES ITEM 4—Construction Phase The Engineer will perform the following: 1. Schedule up to one(1) site visit to observe work completed. 2. Review the recently completed CCTV footage to observe existing conditions and constraints. 3. Coordinate with City Construction Inspector and Contractor regarding method of termination of CIPP liner. 4. Coordinate with CIPP vendors and review industry standards on repair and tie-in methods. 5. Identify and evaluate potential suitable methods of tie-in. 6. Prepare exhibit and/or written specification detailing the proposed tie-in between the CIPP liner and 42-inch RCP. 7. Research product availability and cost. Note: The Engineer will adopt the original design criteria and considerations into the recommendations if possible. However, it may be recommended that the tie-in connection be completed per gravity applications at this time and that the pressure constraints be addressed during future effluent line improvements associated with increasing the NBWWTP capacity. SCHEDULE Activity Completion Date Contract Execution-Notice to Proceed(NTP) TBD Basic Services: ITEM 4- Construction Phase: CIPP Liner & RCP 1 week after NTP Tie-in Detail SUMMARY OF A/E CONTRACT FEES Amendment 4 proposes to reallocate funds from Amendment 1 Start-Up Services to the Construction Phase for Amendment 4. This is shown in the following table: Amend. No.4 Exhibit A Page 2 of 3 LNV engineers I architects I surveyors 1 ORIGINAL AMD.NO.1 I AMD.NO.�AMD.NO.3 AMO.NO.4 TOTAL NTRACT BASIC SERVICES 111111 1. Preliminary Phase $ - $ - $ $ - 2. Design Phase $ 43,816.00 $ 94,670.00 $ 27,658.00 $ 38,185.00 $204,329.00 3. Bid Phase $ - $ 9,844.00_ $ 7,416.00 ,$ 17,260.00 4. Construction Phase $ - $ 35,552.00 $ - $ 18,420.00 $ 3,300.00 $ 57,272.00 Subtotal Basic Services(Authorized) $ 43,816.00 $140,066.00 $ 35,074.00 $ 56,605.00 $275,561.00 ADDITIONAL SERVICES(ALLOWANCE) 1. Permit Preparation(TBD) $ - $ - $ - $ 8,800.00 $ 8,800.00 2. ROW Acquisition Survey $ - $ 19,768.00 $ 2,375.00 $ 22,143.00 3. Topographic Survey $ - $ 6,056.00 $ - $ 6,056.00 4. Environmental Issues(TBD) $ - $ - $ - $ - 5. Construction Observation Services(85 weeks) $ - $ 67,200.00 $ - $(65,405.00) $ 1,795.00 6. Start-Up Services $ - $ 8,352.00 $ $ (3,300.00) $ 8,352.00 7. Warranty Phase $ - $ 3,716.00 $ - $ 3,716.00 Subtotal Additional Services $ - $105,092.00 $ 2,375.00 $(56,605.00) $ 50,862.00 TOTAL AUTHORIZED FEE $ 43,816.00 $245,158.00 $ 37,449.00 $0.00 $0.00 $326,423.00 Council 03-15-10 Approval on Admin 11-08-11 Approved on Approved on Pending Approval By Motion#. 10-01-15 01-23-18 Approval M2011-249 Please feel free to contact me if you have any questions or concerns. Sincerely, (.7 2,11 e Logan Burton, P.E. Principal/ Vice President LNV, INC. TBPE Firm No. F-366 Amend. No. 4 Exhibit A Page 3 of 3