Loading...
HomeMy WebLinkAboutC2018-743 - 11/20/2018 - NA CITY OF CORPUS CHRISTI CONTRACT FOR ENGINEERING DESIGN AMENDMENT NO.2 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 Facilities Feed Optimization Improvements (Project No. E12211): Original Contract April 19, 2016 Motion No. M2016-040 $1,091,812.00 Amendment No. 1 December 7, 2017 Administrative Approval $48,900.00 In the Original Contract, Exhibit A, Section I. Scope of Services shall be amended as set forth in the attached Amendment No.1, Exhibit A. In the Original Contract,Section III.Fees shall be amended based on the modified scope of services in the attached Amendment No. 1, Exhibit A for a fee not to exceed $49,200.00, for a total restated fee not to exceed $1,189,912.00. All other terms and conditions of the April 19,2016 Contract for Engineering Design 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 C•RP/ /US CHRISTI LNV,INC Ott A/ / / ! tp.!:� e tKehelm Date Interim City Manager President 801 Navigation, Suite 300 Corpus Christi, TX 78408 (361)883-1984 Office Mark Van Vleck ate (361)883-1986 Fax Assistant City Mana'er loganb@Invinc.com \O , teb Val • H. Gray, • Dat- E - tive Dir- r. P • /VA ��..�� // / /g Jeff H. Edmonds, '.E. 'a - Director of Engineering Services Accounting Unit 4098-062 Account 550950 APPRCVFf AS TO LEGAL FORM Activity E12211-01-4098-EXP 2018.11.09 13:47:45 Account Category 50950 -06'00' Fund Name Water 2019 Assistant City Attorney Date VTs1 .��,c% /114.1A4 � l l/�3 �f C2018-743 Date 11/20/18 I N STEVENS FACILITIES FEED OPTIMIZATION IMPROVEMENTSILNV AMENDMENT NO.2LLNV AMENDMENT NO 2 DOC LNV Inc. REV 10,t-15 S1ANNFfl . . LNV Solutions Today with a engineers I architects surveyors Vision for Tomorrow October 25, 2018 Mr. Jeff Edmonds, P.E. Director of Engineering Services City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 RE: AMENDMENT NO. 2 TO PROFESSIONAL SERVICES CONTRACT O.N. Stevens Facilities Feed Optimization Improvements City Project E12211 Mr. Edmonds: In response to the City's request, we are proposing Amendment No. 2 in the amount of$49,200 to provide additional services for the O.N. Stevens Facilities Feed Optimization Improvements Project (E12211) for a total re-stated project fee of$1,189,912. PROJECT BACKGROUND The purpose of this project is to provide select improvements for alum, polymer, and liquid ammonium sulfate (LAS), caustic, and chlorine facilities, along with select elements of sedimentation basin hydraulic improvements. Project elements include chemical storage, chemical feed, chemical injection, instrumentation, electrical, and structural improvements. The project will be delivered through basic and additional services in accordance with the Agreement between ENGINEER and OWNER. This contract will be combined with the Raw Water Influent Improvements Project (City Project 8643, by others) into one bid package. The Scope of Work has been previously established in Task Order No. 1 and amended in Amendment No. 1. PURPOSE The purpose Amendment No. 2 is to establish the scope of work, the time of performance, the budget, and payment provisions for additional design services for the O.N. Stevens WTP Facilities Feed Optimization Improvements Project that are needed to accommodate a change in coagulant used from alum to either polyaluminum chloride (PACI) or aluminum chlorohydrate (ACH). The use of either alternative would be expected to a) change Amend.No.2,Exhibit A,Page 1 of 5 801 NAVIGATION I SUITE 300 I CORPUS CHRISTI,TEXAS 78408 OFFICE 361.883.1984 I FAX 361.883.1986 I WWW.LNVINC.COM EXHIBIT A Page 1 of 5 the amount of bulk storage required, b)change the required coagulant feed rates, and c) change the need for alkalinity adjustment before flocculation.This amendment would revise the design and bid documents to include various bid alternatives to capture any changes required or allowed by changing coagulants from Alum to the proposed alternate coagulant (assumed to be PACI or ACH). Alum coagulant is still the project's basis of design and the improvements associated with Alum coagulation will remain the Base Bid. There is also a newly established separate project to convert gaseous chlorine disinfection to on-site generation (OSG)of sodium hypochlorite. Currently,the OSG facility is proposed directly adjacent to the west chemical feed and storage facilities.This amendment also includes tasks for coordination of design with the new OSG project. DESIGN ELEMENTS The additional work elements are as follows: • Addition of Bid Alternates to Plans to accommodate change in coagulant type • Addition of Bid Alternates to Specifications to accommodate change in coagulant type • Addition of Bid Alternates to Bid Form& Contract Documents to accommodate change in coagulant type • Coordination of design with On-Site Generation Project SCOPE OF WORK A. BASIC SERVICES: 1. Preliminary Phase- N/A 2. Design Phase i. Owner or Owner's Consultant will provide coagulant type and dose requirements and Engineer will determine the impact of changing coagulant on the coagulant storage and feed design. Drawings and specifications will be modified as needed to accommodate a design change or inclusion of a deductive alternative bid condition.The general locations of the coagulant storage and fee facilities will not change as a result of a change in coagulant. ii. Owner or Owner's Consultant will provide the OSG hypochlorite feed rate. Engineer will determine the impact of changing from gaseous chlorine to OSG on the chlorine flash mix design. Drawings and specifications will be modified as needed to accommodate a design change or inclusion of a deductive alternative bid condition. The general locations of the coagulant storage and fee facilities will not change as a result of a change in coagulant. iii. Owner or Owner's Consultant will provide coagulant type and dose requirements, including the alkalinity adjustment requirements that Amend.No.2,Exhibit A,Page 2 of 5 801 NAVIGATION I SUITE 300 I CORPUS CHRISTI,TEXAS 78408 OFFICE 361.883.1984 I FAX 361.883.1986 I WWW.LNVINC.COM EXHIBIT A Page 2 of 5 • may still exist if a form of PACI is selected as the coagulant. Engineer will determine the impact of changing coagulant on the alkalinity adjustment storage and feed design. Drawings and specifications will be modified as needed to accommodate a design change, or inclusion of a deductive alternative bid condition. iv. Engineer will estimate the capital cost difference in the improvements proposed as part of this contract associated with a change in coagulant. v. Engineer will perform quality management related to the required changes to the chemical feed design. 3. Bid Phase- N/A 4. Construction Administration Phase - N/A B. ADDITIONAL SERVICES: 8:--Warranty-Phase 9. `tartp I c_ . __s —r 10. Provide SCADA Documentation i. Engineer will reduce coordination hours and credit the hours back to the City. 17 Control System Integration 13. Operations and Maintenance Manual and Training i. Engineer will reduce coordination hours and credit the hours back to the City. 14. E 15. Process Automation System Development i. Engineer will reduce coordination hours and credit the hours back to the City. ii. Engineer will revise Electrical Instrumentation and Control Plans and Specifications as necessary to incorporate changes resulting from changes to coagulant, storage sizing and dose rate. Changes will also be incorporated in to process and instrumentation diagrams (P&IDs). Amend.No.2,Exhibit A,Page 3 of 5 801 NAVIGATION I SUITE 300 I CORPUS CHRISTI,TEXAS 78408 OFFICE 361.883.1984 I FAX 361.883.1986 I WWW.LNVINC.COM EXHIBIT A Page 3 of 5 SCHEDULE All work under Amendment No. 2 of this contract shall be completed by the Engineer in accordance with the revised overall project schedule provided in Attachment#1, also summarized in the table below. Activity lime to Completion Amendment 2 Notice to Proceed (NTP) TBD Design Phase 100%Submittal 55 Days from NTP City Review Comments 70 Days from NTP Design Phase Final Submittal 157 Days from NTP FEES A. Fees for Basic Services. The City will pay the ENGINEER the not-to-exceed fee shown in the Summary of Fees Table for services specified in this amendment.The fee will be full and total compensation for services and for all expenses incurred in performing these services. B. Fees for Authorized Additional Services. The City will pay the ENGINEER the not-to-exceed fee shown in the Summary of Fees Table for services specified in this amendment.The fee will be full and total compensation for services and for all expenses incurred in performing these services. Amend.No.2,Exhibit A,Page 4 of 5 801 NAVIGATION I SUITE 300 I CORPUS CHRISTI,TEXAS 78408 OFFICE 361.883.1984 I FAX 361.883.1986 I WWW.LNVINC.COM EXHIBIT A Page 4 of 5 C. Summary of Fees LNV FEE BREAKDOWN FOR SERVICES PERFORMED BY Original Amd.#1 Amd.#2 Contract DISCIPUNE Total Total total Total Basic Services Fees 1. Preliminary Phase $ 152,237 $ 9,400 $ - $ 161,637 2. Design Phase $ 524,317 $ 29,590 $ 55,500 $ 609,407 3. Bid Phase $ 13,620 $ 400 $ - $ 14,020 4. Construction Phase $ 212,112 $ 2,000 $ - $ 214,112 Subtotal Basic Services' $ 902,2861$ 41,390 1 $ 55,500 1$ 999,176 Additional Services Fees (Allowance) 1. Permit Preparation $ 24,949 $ - $ - $ 24,949 2. Topographic Survey $ 1,600_ $ 2,000 $ - $ 3,600 3. Start-up Services $ 14,946 $ - $ - $ 14,946 4. Warranty Phase $ 11,200 $ - $ - $ 11,200 5. SCADA Documentation Services $ 26,576 $ 1,000 $ (3,000). $ 24,576 6. Project Coordination $ 24,940 $ 900 $ - $ 25,840 7. Controls System Integration $ 5,931 $ 1,900 $ - $ 7,831 8. O&M Manual and Training $ 14,349 $ - $ (3,500). $ 10,849 9. Windstorm _ $ 4,660 _$ - $ - $ 4,660 10. Process Automation System Development LNV coord w Sub-Consultants on Original Scope $ (2,800) $ (2,800) OSG Coordination&Coagulant Change $ 3,000 $ 3,000 Process Automation System Development Sub-Total $ 60,375 $ 1,710 $ 200 $ 62,285 Subtotal Additional Senrices1 $ 189,526 1 $ 7,510 j $ (6,300)1 $ 190,736 Total Project j $ 1,091,812 1 $ 48,900 j $ 49,200 j $ 1,189,912 If you have any questions or if you would like to discuss in more detail, please feel free to call me at 512-381-8333. Sincerely, ,P� r Marcus (Me/e,t. Naiser, P.E. Vice President/ Project Manager mnaiser@Invinc.com LNV, Inc. TBPE Firm No. F-366 Amend.No.2,Exhibit A,Page 5 of 5 801 NAVIGATION I SUITE 300 I CORPUS CHRISTI,TEXAS 78408 OFFICE 361.883.1984 I FAX 361.883.1986 I WWW.LNVINC.COM EXHIBIT A Page 5 of 5