HomeMy WebLinkAboutC2017-371 - 6/28/2017 - NA r '
CITY OF CORPUS CHRISTI
AMENDMENT NO. 2
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 Intermediate Sludge Removal Phase I (Prolect No. E162461:
Original Contract _ May 24, 2016 Motion No. M2016-052 $95,467
Amendment No. 1 December 20, 2016 Motion No. M2016-168 $91,480
In the Original Contract, Exhibit A, Scope of Services shall be amended as set forth in the attached Amendment
No.2, Exhibit A.
In the Original Contract. Exhibit A, Fees shall be amended based on the modified scope of services in the attached
Amendment No. 2, Exhibit A for a fee not to exceed $26,700, for a total restated fee not to exceed $213,647.
All other terms and conditions of the May 24, 2016 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 COR•USC' RI'T V LNV, INC. Ao
42:57
Vale .e . Gra P. . •• , P.E Date
Gray, �� ,t� Date Dan S Ley-�: -
Execu 'v- Director of Pu. is or* President
801 Navigation, Suite 300
7/1/7
c /7 Corpus Christi, Texas 78408
(361)883-1984 Office
Mark Van Vleck ate (361)883-1986 Fax
Assistant City Manager
APPROVED AS TO LEGAL FORM
06\W-
Aimee Alcorn-Reed
2017.06.15 14:22:51 -05'00'
Assistant City Attorney Date
ATTESTJAJ
City Secretary Date -A-7
Project Number E16246
Accounting Unit 4096-041
Account 550950
Activity E16246-01-4096-EXP
Account Category 50950
C'.,«..4 A1.....,.1A1,-.♦.,.`)n1G r`10
2017-371
6/28/17 1,E16246 ONSW T.INTERMEDIATE SLUDGE REMOVAL1AMENOMENT NO 2'CONTRACT DOC REV 10 1 15
LNV Inc.
INDEXED
.
•
•
LNV
Solutions Today with a
engineers architects j surveyors Vision for Tomorrow
TBPE FIRM NO. F-366
June 2, 2017
Mr. J.H. Edmonds, P.E.
Director of Capital Programs
City of Corpus Christi
1201 Leopard St.
Corpus Christi, TX 78401
Re: AMENDMENT NO. 2 TO PROFESSIONAL SERVICES CONTRACT
O.N. STEVENS WATER TREATMENT PLANT INTERMEDIATE SLUDGE REMOVAL
PHASE 1
CITY PROJECT NO. E16246
Dear Mr. Edmonds,
In response to the City's request,we are proposing the following $26,700 amendment for services
associated with the ONSWTP Intermediate Sludge Removal Phase 1 Project.
PROJECT DESCRIPTION:
The purpose of this project is to remove the maximum quantity of residuals from the lagoons at
the City of Corpus Christi's O.N. Stevens Water Treatment Plant (ONSWTP) allowable within
specific program budget constraints. This project will provide ONSWTP with a solution to restore
a portion of the capacity at ONSWTP and particularly in Lagoons 5, 6, and 7. The consultant will
design and develop bid documents for dredging and disposing of residuals at the City's landfill or
through land application. The first option (Option A) involves dewatering and hauling the
dewatered residuals to Cefe Valenzuela landfill where the City will be able to beneficially re-use
the residuals to supplement their alternative daily cover (ADC) requirements. The second
available option (Option B) involves dredging, hauling and beneficially re-using the residuals by
land applying them on a registered site in accordance with TCEQ regulations. In addition, the
City intends to adopt a bid evaluation process that will consider a number of indirect costs
associated with the two options such as, but not limited to, increased traffic and ADC needs at
the landfill. The consultant will also provide Bid Phase, Construction Administration and
Additional Services. The scope of work is further detailed in the following sections.
I. SCOPE OF SERVICES
A. BASIC SERVICES
1. PRELIMINARY PHASE
This task will not be required.
Amend No. 2
City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A
LNV Proj. No. 150625.002 Page 1 of 13
•
•
2. DESIGN PHASE
The Consultant will develop the appropriate construction drawings,
specifications and contract documents to deliver the project with a Base
Contract and an option for a Optional Renewal Contract. The project
generally consists of dredging, hauling and delivering to disposal site,water
treatment plant residuals from an existing storage lagoon. The residuals
will be dredged from Lagoons 5, 6, and 7 located on-site at O.N. Stevens
Water Treatment Plant, 13101 Leopard Street, Corpus Christi, Texas
(ONSWTP),with the following provisions:
• The contractor will be responsible for providing all equipment,
materials, labor, permits, testing, and supervision required to dredge,
haul and properly deliver the residuals to the disposal site.
• For the Dewatering Option (Option Al the residuals will be disposed
of at the Cefe Valenzuela Landfill, 2397 Co. Rd. 20, Robstown, TX
78380, owned by the City of Corpus Christi (approximately 20 miles
from ONSWTP).
• For the Land Application Option (Option B)the residuals will be land
applied for beneficial reuse at a land application site to be determined,
registered, and managed by the contractor, with City approval.
• The Contractor will be responsible for conducting and providing the
following documentation as necessary for the option bid by the
Contractor:
_..____.._.........._.. ... • trip tickets(both Options);
• detailed work plan included in bid (both Options);
• percent total solids tests for each load(Both Options);
• paint filter tests for each load at the point of generation (Option
A only);
• TCLP and TPH tests for every 25,000 CY disposed of at the
landfill (Option A only);
• proof of land application site registration with TCEQ (Option B
only, after bidding);
• signed agreement or release of liability (Option B only);and,
• soil testing as required for TCEQ registration (Option B only)
• The contractor will NOT be responsible for tipping fees at the Cefe
Valenzuela Landfill.
• Existing contractor staging area near Hearn Rd. will be available to
Contractor. Contractor will be responsible for maintaining the staging
---- ---- area in a condition that is suitable for their own use and will NOT be
responsible for restoring the staging area to its existing condition.
• Contractor award will be based on lowest responsive and qualified
bidder but quantities on the Bid Form will be for evaluation purposes
only. The bid documents will include hypothetical quantities that help
to establish unit costs and to gain an understanding of the target
quantities.
Amend No. 2
City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A
LNV Proj. No. 150625.002 Page 2 of 13
• Contract Price, measurement, and payment will be based on the price
per dry ton (100% solids) removed from the lagoon within a total
expenditure of approximately$3.75M in the Base Contract.
• There will be an option for a Optional Renewal Contract in an amount
equal to the Base Contract, approximately $3.75M. Renewal will be
based on Contractor's successful performance, approval by the
City/Engineer and concurrence from the Contractor.
• The original contract and renewal will include milestones for dry tons
(DT) removed during each period.
• Milestones will be approximately 5,400 DT @ 130 days and 10,800 DT
@ 230 days from NTP.
• The total estimated quantity of residuals to be removed is
approximately 18,000 DT for the Base Contract.
a) Pre-Final Design Submittal
The Consultant will prepare and submit, for City comment and
approval, pre-final Contract Documents. The Contract Documents
will include pre-final front end documents, pre-final plan sheets,and
pre-final specifications which will all be developed to a 90% level of
completion.
b) Final Design Submittal
The Consultant will prepare the Final Design Submittal which will
consist of a final set of specifications, plan sheets, and front end
documents that have addressed all comments and are signed and
sealed by a professional engineer registered in the state of Texas.
The consultant will also prepare the documents for distribution to
the City and bidding contractors.
c) Quality Assurance/Quality Control (QA/QC).
The Consultant will follow established internal QA/QC procedures
in order to ensure that all submittals to the City are consistent with
the level of completion expected. As part of the established internal
QA/QC procedures, all submittals will be reviewed by a subject
matter expert who is not involved with the project design or
administration. The submittal will be reviewed for general
completeness, technical accuracy, and conformance with project
scope and intent. Review comments will be issued and responses
will be documented for each submittal.
3. BID PHASE
This task will consist of assisting the City with conducting a project
workshop, preparing the project workshop minutes, responding to bidder
questions,preparing addenda, and evaluating the bids,and recommending
an award to the Contractor. The City will advertise the bid and distribute
Amend No. 2
City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A
LNV Proj. No. 150625.002 Page 3 of 13
•
•
the bidding documents (plans, specifications, and addenda) to the
interested bidders and suppliers.
a) Sampling and Bench Testing Coordination & Support
During bid advertisement, the consultant will coordinate with all
identified prospective bidders to allow and assist them in obtaining
residual samples from Lagoon No. 7 for analysis and bench testing.
This process will allow prospective bidders to determine
effectiveness of dewatering equipment and the required quantities
of polymer and other dewatering aids as necessary. By determining
the effectiveness and required quantities, the accuracy of the bids
will be improved.
b) Pre-Solicitation Workshop
After a Preliminary Solicitation has been advertised on CivCast but
before the Invitation to Bidders is advertised by the City, the
Consultant will assist the City in conducting a Pre-Solicitation
Workshop with the City and prospective Bidders in order to make
Bidders aware of any unique project components,inform Bidders of
the project details, clarify Bidder or City questions and solicit
comments, questions and input from the City and Bidders. The
Consultant will prepare a draft agenda for City review, address the
review comments and finalize the agenda, and document the
workshop in writing within 5 working days.
c) Bidding Coordination and Addenda Preparation
The Consultant will answer City and Contractor questions, develop
written responses in the form of Contract Addenda, provide(1)hard
copy and electronic set of any required addenda for distribution to
Bidders, and provide overall support to City during the bid
advertisement period. The addenda will include, as needed, (1)
electronic copy(CD) and (1) half-size set of addenda drawings for
distribution by the City to interested Bidders.
Addendum#1 will Addend the Preliminary Solicitation on Civcast to
include all Contract Documents including specifications, technical
specifications, and drawings from which Bidders will develop their
bids.
d) Bid Evaluation and Recommendation of Award
The Consultant will tabulate and review all bids received for
compliance with the requirements of the Bid Documents, including
addenda. After consultation with City, the Consultant will prepare a
written award recommendation based on this review and
knowledge of proposed contractors' and subcontractors' past
performance records.
Amend No. 2
City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A
LNV Proj. No. 150625.002 Page 4 of 13
•
4. CONSTRUCTION ADMINISTRATION PHASE
The intent of the Construction Administration Phase is to assist the City in
confirming that construction of the Project is carried out in accordance with
the requirements of the Contract Documents and to help facilitate and
enable the Work to progress in an efficient and cost-effective manner,while
maintaining facility operations. The anticipated level of effort is based on
18,000 DT of residuals being removed.
a) General Project Administration and Meetings
The tasks described below as part of the General Project
Administration and Meetings task are estimated to consist of one
Pre Construction Meeting and Monthly Status Meetings. Also
included are approximately twenty four(24) hours for coordination,
correspondence, and record keeping. These tasks are further
described below.
(1) As the designated Design Consultant for the project, LNV
will consult with and advise the City and act as its representative
during construction. The Consultant will not be responsible for the
means, methods, techniques, sequences or procedures of
construction selected by the Contractor(s) (except as otherwise
specified in the Contract Documents)or the safety precautions and
programs incident to the Work of the Contractor(s).
(2) The Consultant will conduct specific inspections required by
governing Codes, prepare applicable documentation and records of
such inspections, and certify compliance with design requirements
and governing Codes, as applicable. The Consultant will
accompany visiting inspectors representing public or other
agencies having jurisdiction over the Project and will record and
report the outcome of these inspections.
(3) The Consultant will review factory test reports as required
by the Contract Documents and verify that the data reported meets
the requirements of the contract documents. The Consultant will
review test reports, whether by the Contractor or the Design
Consultant, for compliance with quality standards and will take
appropriate action to obtain additional data if necessary regarding
the quality of materials and work in-place.
(4) The efforts of the consultant will be directed toward
providing a greater degree of confidence for the City that the
completed Work of the Contractor conforms to the Contract
Documents. However, the Consultant will not be responsible for
the failure of Contractor to perform the Work in accordance with the
Contract Documents.
(5) On the basis of onsite examination of materials, equipment,
and workmanship, the consultant will keep the City informed of the
progress of the Work, will endeavor to guard the City against
defects and deficiencies in such Work, and may disapprove or
Amend No. 2
City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A
LNV Proj. No. 150625.002 Page 5 of 13
•
reject Work failing to conform to the Contract Documents. This task
will include the following items:
(6) Conduct a pre-construction conference. At the conference,
the Consultant will identify field services to be provided and discuss
appropriate coordination procedures. The Consultant will prepare
an agenda for the meeting and will prepare and distribute the
meeting notes.
(7) Provide construction administration, quality control, value
engineering support and coordination: The Consultant will provide
construction administration and quality control services during the
course of the project to assure that the overall technical correctness
of the construction phase services and that specified procedures
are being followed and the Consultant's schedules are being met.
The Consultant will provide coordination functions during the
construction phase as follows:
(a) Hold coordination meetings with the City and
Contractor.
(b) Coordinate with regulatory and approving agencies
and utilities as required.
(c) Coordinate the work of specialty sub-consultants
assigned to the project.
(8) Maintain and provide detailed project records and
documentation during the construction phase. Project records will
include correspondence, schedules, submittals, test data, project
data, payments, change orders, meeting minutes, clarifications,
mark-ups of drawings and specifications, Contractor daily logs and
other such documentation. Daily logs will be kept to document the
progress and issues associated with the Work. In particular,
Contractor daily logs should include dredging progress, quantities
and characteristics of residuals dredged and dewatered, moisture
content of the solids at various stages of dewatering, residuals
levels in the Lagoon, average residuals removal rate, and
dewatering rates. Project records will be delivered to the City's
representative upon completion of the construction contract.
Records will be maintained at the Consultant's office. Consultant
will track project specific milestones. When milestones are not
met,the Consultant will make recommendations to the City as
to the preffered remedy to missed milestones. Consultatnt will
document missed milestones and proceed accordingly to
process required notices to contractor in accordance with the
Contract Documents. Program progress tracking is further
described in task 1.B.10.e)—i).
b) Review Submittals and Test Results
(1) The Consultant will receive, log and distribute for review and
approval the submittals, shop drawings, samples, test results,
operations and maintenance manuals, and other data that
Contractor is required to submit. The Consultant will distribute and
file the submittals after review action has been taken. The
Amend No. 2
City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A
LNV Proj. No. 150625.002 Page 6 of 13
Consultant will follow-up to verify that revisions are made and
resubmitted as required and will verify that such required submittals
are received and approved prior to installation or payment for the
materials covered. The Consultant will also perform a review of the
schedule of shop drawing submissions and schedule of values
prepared by Contractor and will discuss status of the submittals at
construction progress meetings. The Consultant will be responsible
for completing the submittal reviews within 15 business days and
for monitoring the status and timeliness of responses.
(2) The Consultant will review and approve product data, shop
drawings, samples, test results, operations and maintenance
manuals, and other data that the Contractor is required to submit.
However,such reviews will be conducted only for conformance with
the design concept of the Project and compliance with the
information given in the Contract Documents. Such review and
approval or other action will not extend to means, methods,
sequences, techniques or procedures of construction selected by
Contractor, or to safety precautions and programs incident thereto.
(3) As part of this task, the Consultant will maintain a submittal
log showing dates of submittal, transmittal action to other sub-
consultants, dates of return and review action. Copies of the log
will be furnished to the City and the Contractor monthly. The
Consultant will also evaluate the Contractor's request for
substitutions. Submittal review efforts are based on a maximum of
two (2) reviews per submittal and that no more than fifty percent
(50%) of the total number of first submittals will require two (2)
reviews. The level of effort for this task is based on receiving
approximately ten (10) material submittals. Not included in the
scope of work for this task is the witnessing of specification
compliance testing at manufacturer's factories.
c) Issue Interpretations and Clarifications
(1) The Consultant will act as the main point of contact for
interpretation of the requirements of the Contract Documents and
judge of the acceptability of the work based on the requirements
shown or specified. The Consultant will be responsible for
responding to Requests for Information (RFI) within 5 business
days and for monitoring the status and timeliness of responses.
(2) As part of this task, the Consultant will maintain a RFI log
showing dates of submittal, transmittal action to other sub-
consultants, dates of return, and a summary of the response.
Copies of the log will be furnished to the City and the Contractor
monthly. The level of effort for this task is based on receiving 2
RF Is.
(3) As specified in the General Conditions of the Contracts,the
Consultant will interpret and issue decisions on claims of the
Contractor(s)or the City relating to the acceptability of the work or
the interpretation of the requirements of the Contract Documents or
pertaining to the execution and progress of the work. The
Amend No. 2
City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1,Amd. 2 Exhibit A
LNV Proj. No. 150625.002 Page 7 of 13
•
•
Consultant will also have authority, as the City's representative, to
require special inspection or testing of the work.
(4) The Consultant will issue interpretations and clarifications of
the Contract Documents, as requested by the Contractor(s) or as
deemed necessary by the Resident Engineer, to facilitate proper
fabrication,construction, or installation of work. The Consultant will
render interpretations or decisions in good faith and in accordance
with the requirements of the Contract Documents (e.g., within 10-
days).
(5) In the event of a claim or dispute by the Contractor, the
Consultant will interpret the requirements of the Contract
Documents and judge the acceptability of the work. The Consultant
will make written recommendations to the City on all claims of the
Contractor related to acceptability of the work, or the interpretation
of the requirements of the Contract Documents pertaining to the
execution and progress of work, or additional work as deemed
necessary by the City.
d) Site Visits
(1) The Consultant will conduct regular visits to the site(at least
one(1)per month)to familiarize themselves with the status of work,
make spot checks of work-in-progress, verify conformance with the
design intent, and conduct detailed coordination of construction
issues. During site visits the Consultant will verify quantities and
characteristics of residuals being dredged and dewatered along
with moisture content of the solids at various stages of dewatering
and residuals levels in the Lagoons based on Contractor daily logs
in order to track and provide the data to the City monthly. A total of
twenty four (24) site visits are anticipated for the duration of
construction.
e) Change Orders
(1) The Consultant will review cost and time estimates for
change orders and for Contractor's claims for additional cost or
compensation due to differing site conditions, force majeure,
material or equipment shortages, or other causes in order to
determine whether they are justified under the Contract. The
Consultant will also provide an estimate of the additional Design
Consultant costs (if any) that would be incurred as a result of the
change order.
(2) The Consultant will make recommendations to the City's
Project Manager on the amount of additional compensation, credit,
or time extension due to the Contractor. In addition,the Consultant
will clarify matters and work to resolve discrepancies with the
Contractor.
(3) The Consultant will perform necessary design revisions in
connection with change orders to reflect modifications requested by
the City, or as required by unforeseen conditions. Limited hours for
coordination of the resulting change order requests and any
Amend No. 2
City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A
LNV Proj. No. 150625.002 Page 8 of 13
additional Design Consultant research and design efforts are
included in this scope.
(4) The Consultant will also perform necessary design revisions
authorized by the City in connection with change orders to reflect
modifications requested by the Contractor and will perform services
in evaluating substitutions proposed by Contractor. Limited hours
for coordination of the resulting change order requests and any
additional Design Consultant research and design efforts are
included in this scope.
(5) The Consultant will consider and evaluate Contractor's
suggestions for changes in the Contract Drawings or Specifications
and respond as appropriate or as required by the Contract
Documents. The Consultant will coordinate with the City and
provide recommendations pertaining to the suggested design
modifications.
f) Substantial Completion/Final Acceptance Inspection
Consultant will track project specific milestones. When
milestones are not met, the Consultant will make
recommendations to the City as to the preffered remedy to
missed milestones. Consultatnt will document missed
milestones and proceed accordingly to process required
notices to contractor in accordance with the Contract
Documents. Program progress tracking is further described
in task I.B.10.e)—D.
(1) Following notice from the Contractor, the Consultant will
conduct an inspection to determine if the Project is substantially
complete in accordance with the construction documents. If the
Consultant considers the work substantially complete, then the
Consultant will deliver to City and the Contractor a Certificate of
Substantial Completion and a list of observed items requiring
completion or correction (punch list), date for completion for the
punch list, and recommendation for division of responsibilities
between the City and the Contractor.
(2) The Consultant will conduct a final inspection to determine
if the finished Work has been completed to the standard required
by the Contract Documents and that Contractor has fulfilled its
obligations as required. This inspection will be based on the punch
list and any other functional or operational deficiencies that occur in
the time period between when the punch list is generated and the
Final Inspection. A final list of items to be completed or corrected
in accordance with the requirements of the construction documents
will be prepared and submitted to the Contractor.
(3) After the Contractor has completed the work of the final
punch list and upon written notice from the Contractor, the
Consultant will review and determine that items on the final list have
been completed or corrected and make recommendations to the
City concerning acceptance and final payment.
Amend No 2
City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A
LNV Proj. No. 150625.002 Page 9 of 13
•
9)
�py`ferraats. _ . .. . . . .. _
B. Additional Services (Allowance)
10. Contractor Pay Request Verification & Contract Renewal
Review
In lieu of awarding the optional renewal to the contract awarded under the
original bid package, the City will solicit bids for a new bid package. The
new bid package will include Options A and B as described in previous
sections of this amendment. The land application option is expected to
require more intensive sampling, testing, and general oversight. For this
reason the plan sheet revision task has been removed and replaced with
sampling, testing, and oversight tasks. The Consultant will perform tasks
during each renewal period to assist the City and Contractor in pay request
verification and quantity tracking efforts as described below.
a) The Consultant will review and evaluate Contractor daily logs in
order to determine solids removal rates.
b) Based on average sludge removal rates, expected sludge
production rates, and observed sludge levels, the Consultant will
develop estimates of quantities remaining in lagoons 5, 6, and 7.
c) The Consultant will provide suggestions for improvements to
dredging and dewatering operations and coordinate with City and
Contractor to implement improvements as agreed upon by City and
Contractor.
d) The Consultant will closely monitor solids content testing results,
landfill trip tickets, volumes of land applied material, .land
application rates per acre, soil testing, and land application site
maintenance and management to maximize accuracy in quantity
calculations and ensure effectiveness and efficiency of the sludge
removal operations.
e) The Consultant will track program progress, expenditures and
available program funds by compiling Contractor pay requests and
sludge removal quantities from contractor daily logs and will provide
the data to the City monthly.
Amend No. 2
City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A
LNV Proj. No. 150625.002 Page 10 of 13
f) The Consultant will provide regular updates to the City on funds
allocated and funds remaining.
g) The Consultant will meet with City staff and Contractor to provide
interpretations/clarifications of the plans, specifications and/or
contract procedures.
h) The Consultant will coordinate with City staff on any required
changes throughout the duration of the project as directed by the
City.
The Pay Request verification and Contract Renewal Review services
described above and included in this amendment are based on one
contract term for removal of approximately 15,000 to 20,000 DT of solids
and of a duration not to exceed one (1)year.
11. City Council Action Request (CCAR) White Paper & Support
The intent of this task is to provide Additional Services required to develop
a White Paper to present information to City Staff related to solids handling
at O.N. Stevens Water Treatment Plant(ONSWTP)and, more specifically,
related to land application for beneficial reuse of ONSWTP residuals. The
White Paper is intended to be used by City Staff in the development of a
response memo to a City Council Action Request (CCAR). This task will
evaluate the costs, benefits, and risks of soliciting a contract for land
application for beneficial reuse of ONSWTP residuals. This task will also
assist the City to compare the costs(additional or savings)to infrastructure
supporting the residual removal project. The supporting infrastructure
having the most significant impact on cost differential are the Cefe
Valenzuela Landfill, City streets, and ONSWTP electrical power billings.
This task will be limited to forty (40) hours with eight (8) of those hours
being for a Principal or Senior Project Manager and thirty two(32)of those
hours for a senior E.I.T or Project Engineer. This task will be billed on a
Time and Materials basis. The anticipated amount for this task is
$6.300 as shown in the Summary of Fees. Topics that the Consultant
anticipate being addressed in this task, as they relate to intermediate
residual removal and disposal, include the following:
a) Landfill Cost
b) Street Maintenance Cost
c) ONSWTP Electrical Power Billing
d) Hauling Quantities
e) Land Application Benefit and Risk
f) History of Solids Handling Studies
g) City Council Action Request Support
Amend No. 2
City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A
LNV Proj. No. 150625.002 Page 11 of 13
SUMMARY OF FEES:
Basic Services Fees
Original
Amd. 1 Amd. 2 Total
Contract
1 Preliminary Design Phase $ - $ - $ - $ -
I 2 Design Phase 45,105 $ 19,400 $ 9.600 $ 74,105
3 Bid Phase $ 10,080 $ $ 10,800 $ 20,880
4 Construction Phase
- Original Construction Contract $ 19,035 $ - $ 19,035
- Optional Renewal $ 13,735 $ 5,300 $ (19,035) $ -
- Optional Renewal $ - $ - $ 19,035 $ 19,035
-
Subtotal Basic Services Fees $ 87,955 $ 24,700 $ 20,400 $133,055
Additional Services Fees (Allowance)
Original
Amd. 1 Amd. 2 Total
Contract
1 Permit Preparation $ 1,300 $ - $ - $ 1,300
2 ROW Acquisition $ - $ - $ - $ -
3 Topographic Survey $ 4,092 $ 8,900 $ - $ 12,992
4 Environmental Issues $ - $ - $ - $ -
5 Public Involvement $ - $ - $ - $ -
6 SUE $ - $ - $ - $ -
7 Construction Observation Services $ - $ - $ - $ -
8 Warranty Phase $ 2,120 $ (2,120) $ - $ -
9 Start-Up Services $ - $ - $ - $ -
10 Contractor Pay Request Verification & Contract Renewal Review
- Original Construction Contract TBD $ 30,000 $ - $ 30,000
- Optional Renewal TBD $ 30,000 $ (30,000) $ -
- Optional Renewal TBD $ - $ 30,000 $ 30,000
11 CCAR Support $ - $ - $ 6,300 $ 6,300
Sub-Total Additional Services Fees Authorized $ 7,512 $ 66,780 $ 6,300 $ 80,592
ITotal Authorized Fee $ 95,467 $ 91,480 $ 26,700 $213,647
Amend No. 2
City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A
LNV Proj. No. 150625.002 Page 12 of 13
4
SCHEDULE:
Date Activity
TBD NE Contract Execution (NTP)
1 Week after NTP CIVCAST Project Advertisement
3 Weeks after NTP Pre-Final Design Submittal
4 Weeks after NTP Final Design Submittal
7 Weeks after NTP _ Award Construction/Service Contract
August 2018Dredging Operation Completion
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.
Respectfully,
/ i
Logan Burton, P.E.
,..7
PrincipalNice President
LNV, Inc.
TBPE Firm No. F-366
(512) 381 8333
loganb(a�lnvinc.com
Amend No. 2
City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A
LNV Proj. No. 150625.002 Page 13 of 13