Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2020-379 - 9/15/2020 - Approved
CITY OF CORPUS CHRISTI AMENDMENT NO. 1 to the CONTRACT FOR PROFESSIONAL SERVICES Project No. 18087A – Whitecap Wastewater Treatment Plant Improvements The City of Corpus Christi, Texas, hereinafter called “CITY,” and Lockwood, Andrews & Newnam, Inc., hereinafter called “CONSULTANT,” agree to the following amendment to the Contract for Professional Services Whitecap Wastewater Treatment Plant (WWTP) Improvements (Project No. 18087A) as authorized and administratively amended by: Original Contract August 8, 2018 Administrative Approval $49,300.00 IN THE ORIGINAL CONTRACT, EXHIBIT A, SCOPE OF SERVICES, shall be modified as shown in the attached Exhibit A. IN THE ORIGINAL CONTRACT, COMPENSATION shall be modified as shown in the attached Exhibit A for an additional fee not to exceed $906,888.00 for a total revised fee not to exceed $956,188.00. All other terms and conditions of the August 8, 2018 contract 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 CORPUS CHRISTI LOCKWOOD, ANDREWS & NEWNAM, INC. ________________________________ ___________________________ Michael Rodriguez Date Steven A. Gilbreath, P.E. Date Chief of Staff 500 N. Shoreline, Suite 905 Corpus Christi, TX 78401 (361) 882-2257 Office smharris@lan-inc.com APPROVED AS TO FORM ________________________________ Legal Department Date ATTEST ________________________________ City Secretary Date DocuSign Envelope ID: A98CBFF1-DD23-4760-9B7C-F2A24D2245B9 8/13/2020 DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F 8/14/2020 ___________________Authorized By Council ________________________09/15/2020 M2020-184 9/28/2020 9/28/2020 1 Attachment A Scope of Services & Fee Estimate Whitecap WWTP Improvements SITUATION: According to the 2018-2019 City of Corpus Christi’s Capital Improvement Plan, this project will provide for improvements to the Whitecap WWTP influent lift station/headworks, aeration basins, and clarifiers. The influent lift station/headworks includes replacing the bar screens and installation of a new grit removal system and replacement of the existing dry pit influent pumps and piping. The project also includes: rehabilitation of the aeration basin diffusers and air piping; rehabilitation of clarifiers 1 and 2, including necessary electrical and lighting improvements; replacement of the existing belt filter press system; and adding necessary facilities, specifically a portable centrifuge or other dewatering equipment. The Whitecap Wastewater Treatment Plant (WWTP) was originally constructed in 1974 as a traditional Activated Sludge (AS) wastewater treatment plant with the capacity of 0.5 million gallons per day (MGD) to serve the residents of Padre Island. The plant was expanded in 1991 to 0.8 MGD followed by another expansion in 1997 to a capacity of 2.5 MGD. The plant continues to operate as a traditional Activated Sludge (AS) wastewater treatment plant permitted for an average daily flow of 2.5 MGD with a 2-hour peak hourly flow 7.5 MGD. On August 9, 2018 LAN was contracted by the City of Corpus Christi (City) to provide a Preliminary Engineering Report (PER) to assess existing conditions and make recommendations for proposed improvements. The PER included a summary of observations, an evaluation of existing plant unit processes, summary of facility deficiencies and needed improvements, recommendations for improvements, and preliminary opinions of probable costs. The final PER was delivered to the City of Corpus Christi on May 24, 2019. The Preliminary Engineering Report identified several operational and maintenance, facilities, and energy savings improvements at the Whitecap WWTP. The unit processes identified in the PER for improvements include: •Bar Screen Building •Influent Lift Station/Headworks •Aeration Basins and Blowers •Secondary Clarifier #1 •Secondary Clarifier #2 •RAS / WAS Pump Station •Aerobic Digesters and Blowers •Solids Handling Facility Additionally, the Plant currently does not have a grit removal system. Grit removal is an invaluable asset to any plant and should be considered necessary for plants that serve coastal communities. Due to the location of the plant on Padre Island, significant amounts of sand and grit enter the collection system EXHIBIT A Page 1 of 16 DocuSign Envelope ID: A98CBFF1-DD23-4760-9B7C-F2A24D2245B9DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F 2 and are conveyed to the headworks in the influent flow. Without a grit removal system at the headworks, grit makes its way through the plant processes and settles out in channels and basins, reducing their effective treatment volume and capacity. Grit also causes premature wear and failure of mechanical equipment. This project will add a new grit removal system consisting of fine screening, hydraulically induced vortex grit chamber, and grit concentrator / classifier with conveyor. Summary of Proposed Improvements: Bar Screen Building •The building will be demolished down to the foundation / slab. •Remove existing climber screen and conveyor and replace with a continuously raked, ¼ -inch fine screen. •Install a new screenings conveyor that will include a covered washer compactor to reduce vectors and odors. •Install a second continuous-raked ¼ inch fine screen for redundancy. •Both screens and equipment will be enclosed allowing for a separation between the vapor space of the raw wastewater and the at-grade work area. •Both screens and equipment will be connected to the existing odor control system to mitigate odors and reduce nuisance odor complaints from surrounding residents. •Upgrade electrical and controls as necessary for new equipment and move all controls to the new ECR building. •A new canopy structure will be installed over the equipment which will include a screening wall to block the view of the equipment from the neighborhood. Influent Lift Station •Replacement of the three existing drive shaft dry well pumps and the existing monorail system. •Replace existing dry well pumps with Flygt N-series pumps or equivalent. •Install concrete protective coating system in the wet well / dry well. •Install a new movable jib crane inside building. Abandon in place the existing monorail crane. •Concrete ramp and loading dock on the exterior of the building. •Pump Platforms (steel walkway) at pump level & concrete pads for new pumps to support submersible pumps •Connection of the lift station facility to the proposed Odor Control system to mitigate odors, reduce nuisance odor complaints from surrounding residents, and reduce the potential for corrosion of equipment and materials within the building. •Install electromagnetic flow meters downstream of the pumps and include a chart recorder in the ECR for the new meters. Proposed Grit Removal System •Construction of a new hydraulically induced grit removal system with grit concentrator, classifier, and conveyor. •Includes associated piping, valves, gates, channels, basins, access stairs, electrical, controls, slab on grade, and other miscellaneous improvements for a complete working system. •Yard piping and valve modifications to accommodate new facility. •Slab on grade type foundation to support the new hydraulically induced grit removal system. EXHIBIT A Page 2 of 16 DocuSign Envelope ID: A98CBFF1-DD23-4760-9B7C-F2A24D2245B9DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F 3 • A new canopy structure will be installed over the equipment which will include a screening wall to block the view of the equipment from the neighborhood. Aeration and Clarifier Distribution Structures • Replace existing weirs on the aeration distribution structure to even the flow between the two aeration tanks. • Replace all existing crank handle sluice gate actuators with wheel actuators and new gear reducer actuators on both distribution structures and those located on the aeration basin structure. • Replace sluice gates, stems and stem guides as required on both distribution structures and the aeration basin structure. Aeration Basin • Install a new DO control system for improved aeration control and energy savings. • Replace the orifice meters with mass air flow meters, a newer technology. These meters would be strategically located along with new DO control to provide for proper blower control. • Replace the air piping and diffusers within the basin as needed. • Modify the basin effluent weirs to improve flow spit between basins. NOTE: LAN will evaluate the best method to modify the weirs during preliminary design. • Coat, patch / repair concrete basins, where necessary. • Replace electrical conduit, where necessary. Blower Houses and Air Supply System • Evaluate possible connection (for redundancy) of the two blower houses during preliminary design. • Provide for the procurement of a spare blower and motor for the plant to use a stand-by in the event that the existing equipment becomes inoperable. Secondary Clarifier #1 (Flat Bottom) • Re-coat or replace the interior clarifier mechanism’s, as necessary. • Repair the clarifier effluent boxes. • Repair / replace the stairs. Secondary Clarifier #2 (Sloped Bottom) • Remove and replace existing standard rake and replace with a spiral rake only. • Re-coat or replace the additional interior clarifier mechanism’s, as necessary. • Repair the clarifier effluent boxes and repair/replace stairs, if necessary. RAS / WAS Pumping System • Replace the existing RAS Pumps with Flygt N-series pumps or equivalent. Aerobic Digesters • Add an interior wall to create a separate mixing zone. • Install jet mixers or mixing aerators where mechanical energy is used for mixing and air is provided at a rate needed for endogenous respiration. This encourages the nitrification / denitrification process allowing energy to be reduced. • Install a gravity sludge pre-thickener inside existing structure. EXHIBIT A Page 3 of 16 DocuSign Envelope ID: A98CBFF1-DD23-4760-9B7C-F2A24D2245B9DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F 4 • Add post-thickener process equipment • Replace air diffusers, as necessary. Solids Handling Building • Demolition of the wood framed control room to accommodate a drive-thru access in the bay for sludge disposal trucks and use of larger dumpsters (9Y or 12Y). • Replace the belt press access platforms with stainless steel platforms. • Compare the cost to refurbish the existing belt press to the cost of purchasing ring press units, similar to the work performed at the Allison plant. • Replace the existing belt filter press equipment, if necessary. • Modify piping and interior of the building to accommodate a second belt press. BASIC SERVICES: LAN proposes the following BASIC SERVICES tasks: • Task 1 – Preliminary Engineering / Design Criteria • Task 2 – 60% Design Services • Task 3 – 90% Design Services • Task 4 – 100% Design Services • Task 5 – Bid Phase Services • Task 6 – Construction Phase Services Task 1 – Preliminary Engineering / Basis of Design 1. Participate in one (1) Project Kick-off Meeting and prepare meeting agenda and distribute meeting minutes to attendees within five working days of the meeting. The intent of this meeting is to complete a “Design Concept Review” based on the outcomes of the May 2019 Preliminary Engineering Report. A minimum this meeting will include: Engineering Services Project Manager; Director of Wastewater Utilities, Treatment Supervisor, and Plant Supervisor. 2. Operational and Maintenance Requirements - Coordinate with the City’s Project Manager, Utility Department, and Whitecap WWTP Operations and Maintenance staff to identify needs and key coordination events, including construction phasing and bypass operations. 3. Governmental Requirements / Permitting - Identify and analyze requirements of governmental authorities (TCEQ, etc.) having jurisdiction to approve design of the Project including permitting, environmental, and construction and assist the City’s Project Manager with coordination efforts with those agencies. 4. Provide coordination services concerning the geotechnical and concrete non- destructive/destructive testing requirements for the project. It is assumed the City will select and contract with the geotechnical/testing engineer, licensed in the State of Texas. LAN will provide the following during this coordination: • Once proposed site plan for new facilities has been approved by the City, LAN will prepare a boring plan showing locations of recommended borings. EXHIBIT A Page 4 of 16 DocuSign Envelope ID: A98CBFF1-DD23-4760-9B7C-F2A24D2245B9DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F 5 • Provide scope of work (in an electronic mail format) for the field exploration, laboratory testing and geotechnical analysis for input into the City prepared scope of work document. 5. Topographic / Hydraulic Data Collection – LAN will collect limited topographic data including locations (X,Y,Z) of plant infrastructure to confirm elevations of at key points within unit process structures and facilities (e.g. top of wall, bottom of basin, weir crests, channel inverts, pipe inverts, etc.) in the plant in order to assist with determining the hydraulic profile. 6. Preliminary Structural Engineering • Establish design criteria based on applicable national, state and local codes and standards, as deemed appropriate for the development of the construction documents. • Review of the geotechnical engineering report prepared for the specific site and consultation with the geotechnical engineer as necessary to ensure LAN’s interpretation of the report is appropriate and accurate. • Evaluation of code-required environmental loads imposed by wind, flood, and/or seismic events • Limited Structural Condition Assessment - visual observations only except where specifically noted in the process improvement items. • Specify a testing plan including Non-Destructive Testing (NDT) & limited Destructive Testing (DT) as necessary to develop construction documents. 7. Process Diagrams - LAN will review current processes and controls and prepare a preliminary Piping & Instrumentation Diagram (P&ID) which shows the piping and process equipment together with the instrumentation and control devices. LAN will also prepare a preliminary Process Flow Diagram (PFD) which will graphically show the general flow of wastewater through the treatment plant unit processes and equipment. The PFD will indicate the relationship between major equipment of a WWTP facilities and include design flow rates, loadings, and capacities. 8. Mechanical/Electrical/Process Analysis and Design – LAN will complete engineering design of the proposed improvements listed above. This task includes the use of software or calculations that will be documented via hand-written notes, drawings, exhibits, sketches, etc. Tasks will include: a. Influent Lift Station – Pump System Design / Calculations for New Pumps b. Grit Removal System Sizing & Screening c. Modifications to the Effluent Weirs at the Aeration Basin d. Evaluate connecting the two blower houses at the plant and provide a redundant air supply for the plant. e. Evaluate the electrical power requirements for the proposed equipment and electrical safety and code requirements to accommodate the proposed improvements. 9. Equipment Selection – LAN will consult with City of Corpus Christi staff to determine acceptable manufacturers of proposed equipment. LAN will then contact appropriate equipment vendors and request specifications, cut sheets, preliminary drawings, and budgetary costs for proposed equipment. LAN will document the equipment that will be included, as part of the final design. EXHIBIT A Page 5 of 16 DocuSign Envelope ID: A98CBFF1-DD23-4760-9B7C-F2A24D2245B9DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F 6 10. Plant Hydraulics - LAN will complete hydraulic calculations to establish the proposed preliminary hydraulic profile of the plant. Calculations will be performed using a combination of industry standard software, hand written calculations, and MS Excel spreadsheets. 11. Opinion of Probable Construction Costs (OPCC) – LAN will revise and update the opinion of probable construction costs delivered as part of the May 24, 2019 PER. 12. Design Progress Workshop – LAN will participate in one (1) Design Progress Workshop prior to delivery of the DRAFT Basis of Design Report with the Utilities Department and Whitecap WWTP staff. Due to the various unit processes and multiple disciplines involved in this project, LAN is assuming two days for this task. The main purpose of the meeting is to stimulate discussion between City personnel and the design team (all design discipline leads) to make sure our team has thought of everything and have all major design decisions accepted by the City so that LAN can progress with the final design efficiently. The driver/benefit of this is to avoid costly re-work and to maintain schedule and budget. LAN will prepare a meeting presentation (PPT), agenda, and distribute meeting minutes to attendees within five working days of the meeting. 13. Basis of Design Report - LAN will complete a Draft Basis of Design Report that includes the results of the preliminary engineering designs, analyses, hydraulic calculations, structural condition assessment & design requirements including interpretation of testing results provided by testing laboratory contracted by City of Corpus Christi as described in item 6 above, construction phasing & bypassing requirements, and selection of equipment. 14. 30% Construction Drawings - LAN will prepare applicable 30% Construction Drawings for the improvements listed above under this task. 30% drawings (22 sheets) will include: a. Overall Site Plan b. Yard Piping Plan c. Process Flow Diagram d. Process & Instrumentation Diagram e. Hydraulic Profile f. Bar Screen Building – Overall Plan (2 Sheets) g. Influent Lift Station – Overall Plan (2 Sheets) h. Grit Removal System – Overall Site Plan i. Grit Removal System – Sections / Elevations (2 Sheets) j. Aeration Basin Process Improvements (3 Sheets) k. Secondary Clarifier Improvements (2 Sheets) l. Aerobic Digester Process Improvements – Overall Plan (2 Sheets) m. Solids Handling – Overall Plan (3 Sheets) 15. Quality Control / Fatal Flaw Review & 30% Deliverable – Per LAN Quality Assurance / Quality Control program we will include a detailed internal fatal flaw analysis at the conclusion of this task. This review will be led by our Water/Wastewater Practice Leader. LAN will address internal comments and deliver a 30% set of deliverables to the client which include: a. Progress Workshop Presentation / Minutes / Notes b. Basis of Design Report c. 30% Construction Drawings EXHIBIT A Page 6 of 16 DocuSign Envelope ID: A98CBFF1-DD23-4760-9B7C-F2A24D2245B9DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F 7 d. 30% OPCC e. Executive Summary f. City of Corpus Christi Design Review Checklist 16. City of Corpus Christi Review Meeting - At the conclusion of the tasks above, it is assumed the City will review the LAN submittal and provide comments and those comments will be incorporated into the 60% Design Phase. As part of this task, LAN will attend one (1) project review meeting with City staff to review and receive City comments on the deliverables. Any significant modifications or additions to the work will be addressed at this time. Task 2 – 60% Final Design Services 1. Participate in one (1) Project Progress Meeting with Utilities Department and Whitecap WWTP staff prior to commencement of 60% Design to confirm the results of the Basis of Design Report. LAN will prepare meeting agenda and distribute meeting minutes to attendees within five working days of the meeting. 2. Structural Engineering - LAN will complete structural engineering, analysis, and design to accommodate the proposed improvements. This task includes: • Preparation of calculations for the development of construction documents. • Preparation of structural construction drawings (AutoCAD format) and specifications in one, (1) deliverable package. • Preparation of an opinion of probable construction cost for the process improvements. • The construction drawings will include plans, sections and details. • The technical specifications will be prepared and will include reference to applicable municipal or client standard specifications, if any. 3. Final Basis of Design Report - LAN will assimilate City review comments and provide one (1) Final Report (electronic and hard copies using City Standards as applicable) suitable for reproduction. 4. 60% Construction Drawings - LAN will prepare applicable Construction Drawings for the improvements listed above under this task. LAN will bring the 30% drawings up to 60% level and include the following as part of this deliverable (55 additional sheets): • Cover Sheet • Drawing Index • Testing Schedule / Estimate of Quantities • General Notes • Stormwater Pollution Prevention Plan • Yard Piping Profile • Bar Screen Building – Demolition Plan • Bar Screen Building – Detailed Plan • Bar Screen Building – Sections and Details • Influent Lift Station – Detailed Plan • Influent Lift Station – Sections and Details (2 Sheets) • Grit Removal System – Detailed Site Plans • Grit Removal System – Details (2 Sheets) EXHIBIT A Page 7 of 16 DocuSign Envelope ID: A98CBFF1-DD23-4760-9B7C-F2A24D2245B9DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F 8 • Aeration Basin Process Improvements Sections and Details • Secondary Clarifier #1 – Detailed Plan • Secondary Clarifier #1 – Sections and Details (2 Sheets) • Secondary Clarifier #2 – Detailed Plan • Secondary Clarifier #2 – Sections and Details (2 Sheets) • RAS/WAS Pump System Improvements • Aerobic Digester Process Improvements – Detailed Plan • Aerobic Digester Process Improvements – Sections and Details (3 Sheets) • Solids Handling – Detailed Plan • Solids Handling – Sections and Details (2 Sheets) • Structural General Notes (2 sheets) • Structural Typical Details (5 sheets) • Bar Screen Building Canopy Plan • Bar Screen Building Sections and Details (2 Sheets) • Lift Station Structural Plan (2 sheets) • Lift Station Structural Sections and Details (3 sheets) • Grit Removal System - Foundation Plan • Grit Removal System – Structural Sections and Details (2 Sheets) • Aerobic Digesters – Structural Plan • Aerobic Digesters – Structural Sections and Details (2 Sheets) • Bar Screen Building - Electrical / Instrumentation Plan • Lift Station - Electrical / Instrumentation Plan • Grit Removal System - Electrical / Instrumentation Plan • Aeration Basin Electrical / Instrumentation Plan • Aerobic Digester - Electrical / Instrumentation Plan • Solids Handling - Electrical / Instrumentation Plan 5. Technical Specifications – LAN will prepare a list of technical specifications (Part T of the City Standard Construction Documents) for those sections required for the project that are NOT included in the standard specifications from the City of Corpus Christi, including but not limited to mechanical, structural, and electrical equipment sections. 6. Contract Documents – LAN will prepare a 60% Bid Form in City of Corpus Christi standard format for the bid items associated with the proposed improvements. 7. Opinion of Probable Construction Costs – LAN will update the preliminary design opinion of probable construction costs to the 60% level. 8. Conduct Internal Quality Control (QC) Review – LAN will complete quality control checks in accordance with our internal quality control plan which includes: plans, specifications, calculations, and all written and/or electronic deliverables. 9. City of Corpus Christi Review Meeting - At the conclusion of the tasks above, it is assumed the City will review the LAN submittal and provide comments to LAN. Those comments will be incorporated into the 90% Design Deliverable. LAN will attend one (1) project review meeting EXHIBIT A Page 8 of 16 DocuSign Envelope ID: A98CBFF1-DD23-4760-9B7C-F2A24D2245B9DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F 9 with City staff to review and receive City comments on the 60% Design. Any significant modifications or additions to the work will be addressed at this time. Task 3 – 90% Final Design Services 1. 90% Construction Drawings - LAN will address the comments received at the conclusion of the 60% deliverable and prepare Construction Drawings under this task to 90% level. Civil, Mechanical, Electrical, and Structural standard details (not included in 60% submittal) will be included (approximately 10 additional sheets). 2. Prepare Contract Documents – LAN will review City of Corpus Christi standard contract documents, general requirements, and standard specifications (Part S) and complete those sections that require project specific input. 3. Prepare and Submit TCEQ Letter – LAN will prepare and submit a “Project Summary Letter” to the Texas Commission on Environmental Quality (TCEQ) in support of this project. 4. Technical Specifications – LAN will develop the technical specifications (Part T) for those sections required for the project that are NOT included in the standard specifications from the City of Corpus Christi including but not limited to mechanical, structural, and electrical equipment sections. 5. Opinion of Probable Construction Costs – LAN will update the 60% opinion of probable construction costs to the 90% level. 6. Conduct Internal Quality Control (QC) Review – LAN will complete quality control checks in accordance with our internal quality control plan which includes: plans, specifications, calculations, and all written and/or electronic deliverables. 7. City of Corpus Christi Review Meeting - At the conclusion of the tasks above, it is assumed the City will review the LAN submittal and provide comments to LAN. Those comments will be incorporated into the 100% Design Deliverable. LAN will attend one (1) project review meeting with City staff to review and receive City comments on the 90% Design. Any significant modifications or additions to the work will be addressed at this time. Task 4 – 100% Final Design Services 1. 100% Construction Drawings - LAN will address the comments received at the conclusion of the 90% submittal and finalize the Construction Drawings under this task to 100% level, ready to be Issued for Bid (IFB). 2. Finalize Contract Documents – LAN will finalize those sections of the City of Corpus Christi standard contract documents, general requirements, and standard specifications (Part S) that require project specific input. 3. Technical Specifications – LAN will finalize the technical specifications (Part T) to 100% level. EXHIBIT A Page 9 of 16 DocuSign Envelope ID: A98CBFF1-DD23-4760-9B7C-F2A24D2245B9DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F 10 4. Opinion of Probable Construction Costs – LAN will finalize the opinion of probable construction costs. 5. Conduct Internal Quality Control (QC) Review – LAN will complete quality control checks in accordance with our internal quality control plan which includes: plans, specifications, calculations, and all written and/or electronic deliverables. 6. City of Corpus Christi Review Meeting - At the conclusion of the tasks above, it is assumed the City will review the LAN submittal and provide comments to LAN. LAN will receive and address those comments and prepare the FINAL Issued for Bid (IFB) Documents. Task 5 – Bid Phase Services 1. LAN will participate in one (1) pre-bid conference to discuss scope of work and to answer scope questions. It is assumed that the City of Corpus Christi will prepare the meeting agenda and minutes. 2. Review all questions concerning the bid documents and prepare revisions to the plans, specifications and bid forms that may be necessary. For the purposes of this proposal, LAN assumes not more than six (6) major questions to be answered via CIVCAST. Major questions are those that require 4-8 hours to process and answer. 3. Attend one (1) bid opening and assist with the evaluation of bids. 4. Assist with the review of the Contractor’s Statement of Experience and confirm it meets Contract requirements. 5. For bids over budget, the A/E will confer with City staff and provide and, if necessary, make such revisions to the bid documents as the City staff deems necessary to re-advertise the Project for bids. For the purposes of this proposal, LAN assumes a total of 40 hours to revise bid documents. 6. Provide two (2) hard copy set and one (1) electronic set of conformed drawings a nd conformed Contract Documents (PDF and original [CAD/Word/etc.]) to the City. Task 6 – Construction Phase Services 1. LAN will participate in one (1) pre-construction meeting. It is assumed that the City of Corpus Christi will prepare the meeting agenda and minutes. 2. Respond to Requests for Information (RFI) during the construction process. LAN assumes six (6) RFI’s for this task. 3. Review Submittals – LAN will review contractor submittals as required in City of Corpus Christi General Conditions and Specifications. LAN assumes thirty-five (35) submittals for this task. 4. Testing – LAN will review materials testing reports and coordinate with the City’s third-party testing firm to ensure testing schedules are met for the project. 5. Prepare Requests for Proposals (RFP) / Change Orders – LAN will assist in preparing RFP’s, review/negotiate pricing and prepare change orders. LAN assumes six (6) Change Orders for this task. 6. Construction Observation – LAN will provide limited construction observation to monitor progress on the project and ensure construction is being completed in accordance with the contract documents. This includes delivery and installation of special equipment and contractors testing, start-up, and commissioning of special equipment. LAN assumes one visit per month (4 hours/each) for eighteen months, or 72 hours. EXHIBIT A Page 10 of 16 DocuSign Envelope ID: A98CBFF1-DD23-4760-9B7C-F2A24D2245B9DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F 11 7. Coordinate Contractor/vendor-provided Owner/Operator training and review lesson plan and O&M manual prior to training for special equipment. Special Equipment will include: a. Bar Screen & Screenings Conveyor b. Submersible Pumps c. Grit Removal System, Fine Screening, Pumps, and Conveyors d. Dissolved Air Control System & SCADA e. Belt Filter Press System 8. Complete one (1) substantial and one (1) Final Inspection and project close-out effort (ex., completion certificate, review as-built drawings, review of as-built O&M manuals). 9. Project Record Drawings – LAN will coordinate with City/Owners Representative to receive redlines from contractor and prepare one (1) PDF set of record drawings. ADDITIONAL SERVICES: This section defines the scope of additional services that may only be included as part of this contract if authorized by the Director of Engineering Services. LAN will not begin work on these services without specific written authorization by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. LAN proposes the following ADDITIONAL SERVICES tasks: • Task 1 - Permit Preparation • Task 2 - Warranty Phase Services Task 1 - Permit Preparation LAN will furnish the City all engineering data and documentation necessary for all required permits. LAN will prepare this documentation for all required signatures. LAN will prepare and submit identified permits as applicable to the appropriate local, state, and federal authorities including the Texas Commission on Environmental Quality (TCEQ). Task 2 - Warranty Phase Services LAN will provide a maintenance guaranty inspection toward the end of the one-year period after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. EXHIBIT A Page 11 of 16 DocuSign Envelope ID: A98CBFF1-DD23-4760-9B7C-F2A24D2245B9DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F 12 ITEMS NOT INCLUDED IN THE SCOPE OF SERVICES: Documents / Services to be provided by the City The City shall do the following in a timely manner so as to not delay the services of LAN: a. Provide all criteria and full information as to the City’s requirements for the project, including design objectives and constraints, space, capacity, and performance requirements, flexibility and expendability, and any budgetary limitations, and furnish copies of all design and construction standards which the City will require to be included in the Drawings and Specifications. b. Assist LAN by placing at LAN’s disposal all available information pertinent to the Project including previous reports and any other data relative to design or construction of the Project. c. City of Corpus Christi will directly contract with an independent, qualified testing agency which is licensed in the State of Texas to carry out any testing which is recommended by LAN following visual inspections. City shall provide testing report to LAN which will be a prerequisite for basis of design report and construction documents. d. Environmental assessments, audits, investigations and impact statements, and other relevant environmental or cultural studies as to the Project, the site and adjacent areas; e. Property, boundary, easement, right-of-way, topographic and utility surveys or data, including relevant reference points; f. Arrange for access to and make all provisions for LAN to enter upon public and private property as required for LAN to perform these services. g. Examine all alternate solutions, studies, reports, sketches, drawings, specifications, proposal, and other documents presented by LAN and render in writing decisions pertaining thereto. h. Provide approvals and permits from all governmental authorities having jurisdiction to approve the portions of the Project designed or specified by LAN and such approvals and consents from others as may be necessary for completion of such portions of the Project. Exclusions LAN shall consider the following items to be outside of the scope of work for the basic services tasks. LAN’s completion of all or a portion of the services outlined below shall require detailed scope development, the provision of additional fee, and formal, written authorization by the City. a. Remediation of any hazardous materials uncovered on the site b. Services for other agency or local permits not mentioned above (i.e., TxDOT, railroad, Americans with Disabilities Act (ADA), building permits, etc.) c. Payment of any application or permitting fees d. Hydrologic and/or floodplain studies related to the site e. Services related to disputes over pre-qualification, bid protests, bid rejection, and re- bidding of the contract for construction f. Services necessary due to the default of the selected general contactor g. Services related to damages caused by fire, flood, earthquake or other acts of God h. Services related to warranty claims, enforcement and inspection after final completion EXHIBIT A Page 12 of 16 DocuSign Envelope ID: A98CBFF1-DD23-4760-9B7C-F2A24D2245B9DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F 13 i. Services to support, prepare, document, bring, defend, or assist in litigation undertaken or defended by Owner j. Services related to any significant deviations and/or additions to anticipated detailed design scope. k. Specialty hydraulic analysis including computational fluid dynamic modeling and/or physical modeling. l. Architectural services (TAS compliance, TDLR review/registration, permitting services, and any design and CA phase services) m. Any testing during the design phase and/or construction phase n. A full condition assessment of all facilities and prescription of repairs o. Field reconnaissance to validate accuracy of record drawings provided by the Owner p. The evaluation of floodway effects upon the proposed infrastructure improvements and/or additions for debris load and associated impact factors, and scour and erosion effects q. Recommendations for restoration or repair of any existing roofing systems or building finishes. r. Design and details associated with restoration of structural strength and/or serviceability of the existing infrastructure affected by the proposed process improvements or additions, if necessary, will be considered an additional service s. Dynamic Analysis t. Acoustical and/or Vibration Isolation u. Document Reproduction v. Special Inspection w. Submission of design calculations EXHIBIT A Page 13 of 16 DocuSign Envelope ID: A98CBFF1-DD23-4760-9B7C-F2A24D2245B9DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F 14 SUMMARY OF FEES: The following table summarizes the fees associated with each task: BASIC SERVICES Hours Fee Task 1 - Preliminary Engineering / Basis of Design 1746 $ 262,055.00 Task 2 - 60% Design 1510 $ 230,310.00 Task 3 - 90% Design 970 $ 161,941.00 Task 4 - 100% Design 608 $ 98,057.00 Task 5 - Bid Phase Services 82 $ 14,251.00 Task 6 - Construction Phase Services 712 $ 120,274.00 Total Basic Services 5628 $ 886,888.00 ADDITIONAL SERVICES Permitting $ 10,000.00 Warranty Phase Services $ 10,000.00 Total Additional Services $ 20,000.00 Total Professional Services $ 906,888.00 LABOR RATES: The following table summarizes the rates associated with each personnel category: Personnel Rate / Hr Senior Structural Engineer $ 290.00 Program Manager / QAQC Manager $ 280.00 Senior Electrical Engineer $ 280.00 Electrical Engineer $ 235.00 Senior WWTP Engineer $ 226.00 Structural Engineer $ 205.00 Senior Construction Manager $ 188.00 Project Engineer VI $ 185.00 Project Manager $ 178.00 Project Engineer V $ 166.00 Senior Structural Designer $ 175.00 Structural Designer $ 150.00 Electrical Designer $ 142.00 Civil / Mechanical Designer $ 138.00 Project Engineer IV $ 124.00 Engineer-in-Training $ 110.00 Technician $ 107.00 EXHIBIT A Page 14 of 16 DocuSign Envelope ID: A98CBFF1-DD23-4760-9B7C-F2A24D2245B9DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F 15 PROJECT SCHEDULE: TASK 1 – PRELIMINARY ENGINEERING / BASIS OF DESIGN = 24 WEEKS / 6 MONTHS TASK 2 – 60% DESIGN = 28 WEEKS / 7 MONTHS TASK 3 – 90% DESIGN = 16 WEEKS / 4 MONTHS 1,702 Total 1 2 3 4 5 6 7 8 9 10 11 12 Phase and/or Hours Task Code Task Description 100.1 Project Kick-off Meeting / Design Concept Review 14 100.2 Operational and Maintenance Requirements 20 100.3 Governmental / Permitting Requirements 12 100.4 Coordinate Geotechnical Engineering 14 100.5 Topographic / Hydraulic Data Collection 9 100.6 Preliminary Structural Engineering 28 100.7 Process Diagrams (P&ID and PFD)66 100.8 MEP Analysis / Design 340 100.9 Equipment Selection 240 100.10 Plant Hydraulic Calculations / Proposed Hyd Profile 74 100.11 Opinions of Probable Construction Costs 40 100.12 Design Progress Workshop 38 100.13 Basis of Design Report 433 100.14 30% Construction Drawings 232 100.15 LAN QC / Fatal Flaw Review & 30% Deliverable 42 100.16 Client Review Meeting / Address Comments 100 - MONTHS MONTHS Task 1 - Preliminary Engineering / Basis of Design 1,304 Total 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 Phase and/or Hours Task Code Task Description 200.1 Project Progress Meeting 8 200.2 Structural Engineering 64 200.3 Final Basis of Design Report 80 200.4 60% Construction Drawings 952 200.5 Technical Specifications 28 200.6 Contract Documents 8 200.7 Opinions of Probable Construction Costs 42 200.8 LAN QC / Fatal Flaw Review & 60% Deliverable 38 200.9 Client Review Meeting / Address Comments 84 - Task 2 - 60% Detailed Design MONTHS MONTHS 918 Total 7 8 9 10 11 12 13 14 15 16 17 18 Phase and/or Hours Task Code Task Description 300.1 90% Construction Drawings 492 300.2 Contract Documents 28 300.3 Prepare TCEQ Letter 16 300.4 Technical Specifications 188 300.5 Opinions of Probable Construction Costs 52 300.6 LAN QC / Fatal Flaw Review & 30% Deliverable 50 300.7 Client Review Meeting / Address Comments 92 - Task 3 - 90% Detailed Design MONTHS MONTHS EXHIBIT A Page 15 of 16 DocuSign Envelope ID: A98CBFF1-DD23-4760-9B7C-F2A24D2245B9DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F 16 TASK 4 – 100% DESIGN = 8 WEEKS / 2 MONTHS TASK 5 – BID PHASE SERVICES = 4 WEEKS / 1 MONTH TASK 6 – CONSTRUCTION PHASE = 72 WEEKS / 18 MONTHS TOTAL DESIGN PHASE DURATION = 76 WEEKS TOTAL PROJECT DURATION = 152 WEEKS 494 Total 13 14 15 16 17 18 19 20 21 22 23 24 Phase and/or Hours Task Code Task Description 400.1 Issued For Bid Construction Drawings 208 400.2 Final Contract Documents 20 400.3 Technical Specifications 104 400.4 Opinions of Probable Construction Costs 44 400.5 LAN QC / Fatal Flaw Review & 30% Deliverable 38 400.6 Client Review Meeting / Address Comments 80 - Task 4 - 100% Detailed Design MONTHS MONTHS 207 Total 13 14 15 16 17 18 19 20 21 22 23 24 Phase and/or Hours Task Code Task Description 500.1 Pre-Bid Conference 5 400.2 Bidder Questions 56 400.3 Bid Opening / Evaluation of Bids 10 400.4 Review Contractors Statement of Experience 16 400.5 Bid Document Revisions / Addenda 68 400.6 Conformed Drawings / Contract Documents 52 - Task 5 - Bid Phase Services MONTHS MONTHS 666 Total 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 Phase and/or Hours Task Code Task Description 600.1 Pre-Construction Meeting 6 600.2 Respond to RFI's 69 600.3 Review Submittals 196 600.4 Review Material Testing Reports 36 600.5 RFP's / Change Orders 89 600.6 Construction Observations 120 600.7 Coordinate Contractor / Vendor /Owner Training 8 600.8 Final Inspections 48 600.9 Project Record Drawings 94 - Task 6 - Construction Phase Services MONTHS MONTHS MONTHS MONTHS EXHIBIT A Page 16 of 16 DocuSign Envelope ID: A98CBFF1-DD23-4760-9B7C-F2A24D2245B9DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F Basic Services: Preliminary Phase $49,300.00 $262,055.00 $311,355.00 Design Phase $490,308.00 $490,308.00 Bid Phase $14,251.00 $14,251.00 Construction Admin Phase $120,274.00 $120,274.00 Subtotal Basic Services $49,300.00 $886,888.00 $936,188.00 Additional Services: Permit Prepartion $10,000.00 $10,000.00 Topographic Survey $0.00 ROW Acquisition Survey $0.00 Environmental Issues $0.00 Public Meetings $0.00 Construction Observation $0.00 Traffic Control $0.00 Signalization Improvements $0.00 Warranty Phase $10,000.00 $10,000.00 Construction Inspection (T&M)$0.00 Platting Survey $0.00 O & M Manuals $0.00 SCADA $0.00 Subtotal Additional Services $0.00 $20,000.00 $20,000.00 Summary of Fees: Basic Services Fees $49,300.00 $886,888.00 $936,188.00 Additional Services Fees $0.00 $20,000.00 $20,000.00 Total Authorized Fees $49,300.00 $906,888.00 $956,188.00 WHITECAP WWTP IMPROVEMENTS CITY PROJECT NO. 18087A SUMMARY OF FEES Original Contract Amendment No. 1 Total Contract EXHIBIT A-1 Page 1 of 1 DocuSign Envelope ID: A98CBFF1-DD23-4760-9B7C-F2A24D2245B9DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTED CLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGG $JECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE Lockton Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816) 960-9000 LOCKWOOD, ANDREWS & NEWNAM, INC. ATTN: MR. DON SCHUETZ 2925 BRIARPARK DRIVE HOUSTON TX 77042 LEOAD01 American Casualty Company of Reading, PA 20427 National Fire Insurance Co of Hartford 20478 Travelers Property Casualty Co of America 25674 Valley Forge Insurance Company 20508 X X 1,000,000 300,000 10,000 1,000,000 2,000,000 2,000,000 X X X X 1,000,000 XXXXXXX XXXXXXX XXXXXXX XXXXXXX X X X 10,000 1,000,000 1,000,000 XXXXXXX N X 1,000,000 1,000,000 1,000,000 A 1015651956 1/1/2020 1/1/2021 D 1015651942 1/1/2020 1/1/2021 C ZUP-14N19818-20 1/1/2020 1/1/2021 B 1015651973 (AOS)1/1/2020 1/1/2021 D 1063334422 (CA)1/1/2020 1/1/2021 1/1/2021 1392953 Y Y Y Y N Y Y 12/20/2019 16678152 16678152 XXXXXXX CITY OF CORPUS CHRISTI ATTN: ENGINEERING SERVICES P.O. BOX 9277 CORPUS CHRISTI TX 78469-9277 RE: 18087A WHITECAP WASTWATER TREATMENT PLANT (WWTP) IMPROVEMENTS - CONTRACT SUPPORTING DOCUMENTS - AMD #5. THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, OFFICIALS, EMPLOYEES, VOLUNTEERS, AND ELECTED REPRESENTATIVES ARE NAMED AS ADDITIONAL INSURED ON THE GENERAL AND AUTOMOBILE LIABILITY POLICIES. THE TERM "OTHER INSURANCE" CLAUSE SHALL NOT APPLY TO THE CITY OF CORPUS CHRISTI WHERE THE CITY IS AN ADDITIONAL INSURED. A WAIVER OF SUBROGATION IS ISSUED IN FAVOR OF THE CITY ON THE GENERAL LIABILITY, AUTO LIABILITY, EXCESS/UMBRELLA AND WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY POLICIES. A THIRTY (30) DAY NOTICE OF CANCELLATION SHALL BE PROVIDED TO THE CITY. X See Attachments DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F NOTICE OF CANCELLATION TO CERTIFICATE HOLDERS This endorsement modifies insurance provided under the follow: Commercial General Liability Coverage Part Business Auto Coverage Form Workers Compensation and Employers Liability It is understood and agreed that: If the Named Insured has agreed under written contract to provide notice of cancellation to a party to whom the Agent of Record has issued a Certificate of Insurance, and if the Insurer cancels a policy term described on that Certificate of Insurance for any reason other than nonpayment of premium, then notice of cancellation will be provided to such Certificate holders at least 30 days in advance of the date cancellation is effective. If notice is mailed, then proof of mailing to the last known mailing address of the Certificate holder on file with the Agent of Record will be sufficient to prove notice. Any failure by the Insurer to notify such persons or organizations will not extend or invalidate such cancellation, or impose any liability or obligation upon the Insurer or the Agent of Record. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75014XX (1-15) Miscellaneous Attachment: M504158 Certificate ID: 16678152 DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F POLICY NUMBER: 1015651956 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identities person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form, This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: LOCKWOOD, ANDREWS & NEWNAM, INC. Endorsement Effective Date: 01/01/2020 SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization that the Named Insured is obligated to provide insurance where required by a written contract or agreement is an insured, but only with respect to legal responsibility for acts or omissions of a person or organization for whom liability coverage is afforded under this policy. Information required to complete this schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section It — Covered Autos Liability Coverage in the Business Auto and Moto Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form CA 20 48 10 13 Page 1 of 1 Miscellaneous Attachment: M504826 Certificate ID: 16678152 DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F Named Insured: Lockwood, Andrews & Newman, Inc POLICY NO. WC1015651973 This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule Specific Waiver Name of person or organization Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas Operations 3, Premium: The premium charge for this endorsement shall be 2% percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Refer to Schedule of Operations All other terms and conditions of the policy remain unchanged. This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective Date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy unless another expiration date is shown below. WC 42 03 04 B CNA Workers Compensation And Employers Liability Insurance Policy Endorsement ® Copyright 2014 National Council on Compensation Insurance, Inc, All Rights Reserved, Miscellaneous Attachment: M504827 Certificate ID: 16678152 DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F POLICY NUMBER: 1015651956 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. ___________________________________________________________________________ Named Insured: LOCKWOOD, ANDREWS & NEWMAN, INC. Endorsement Effective Date: 01/01/2020 ___________________________________________________________________________ SCHEDULE ____________________________________________________________________________ Name(s) Of Person(s) Or Organization(s): Any person or organization for whom or which you are required by written contract or agreement to obtain this waiver from us. You must agree to that requirement prior to loss. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. ____________________________________________________________________________ The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 © Insurance Services Office, Inc. Page 1 of 1 Miscellaneous Attachment: M504828 Certificate ID: 16678152 DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F Commerical General Liability Policy # 1015651942 Carrier: Valley Forge Insurance Co. Named Insured: Lockwood, Andrews & Newman, Inc. WAIVER OF SUBROGATION - BLANKET 26.WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1.the Named Insured's ongoing operations; or 2.your work included in the products-completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1.is in effect or becomes effective during the term of this Coverage Part; and 2.was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. CNA74858XX 01/15 Miscellaneous Attachment: M504831 Certificate ID: 16678152 DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused in whole or in part by your acts or omissions, or the acts or omissions of those acting on your behalf: A.in the performance of your ongoing operations subject to such written contract; or B.in the performance of your work subject to such written contract, but only with respect to bodily injury or property damage included in the products-completed operations hazard, and only if: 1.the written contract requires you to provide the additional insured such coverage; and 2.this coverage part provides such coverage. II. But if the written contract requires: A.additional insured coverage under the 11-85 edition, 10-93 edition, or 10-01 edition of CG2010, or under the 10- 01 edition of CG2037; or B.additional insured coverage with "arising out of" language; or C.additional insured coverage to the greatest extent permissible by law; then paragraph I. above is deleted in its entirety and replaced by the following: WHO IS AN INSURED is amended to include as an Insured any person or organization whom you are required by written contract to add as an additional insured on this coverage part, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of your work that is subject to such written contract. III. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A.coverage broader than required by the written contract; or B.a higher limit of insurance than required by the written contract. IV. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1.the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2.supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. V. Under COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance is amended to add the following, which supersedes any provision to the contrary in this Condition or elsewhere in this coverage part: CNA75079XX (10-16)Policy No: 1015651942 Page 1 of 2 Endorsement No:19 Valley Forge Insurance Co. Effective Date: 01/01/2020 Insured Name: LOCKWOOD, ANDREWS, & NEWNAM, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Miscellaneous Attachment: M504829 Certificate ID: 16678152 DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors - with Products-Completed Operations Coverage Endorsement Primary and Noncontributory Insurance With respect to other insurance available to the additional insured under which the additional insured is a named insured, this insurance is primary to and will not seek contribution from such other insurance, provided that a written contract requires the insurance provided by this policy to be: 1.primary and non-contributing with other insurance available to the additional insured; or 2.primary and to not seek contribution from any other insurance available to the additional insured. But except as specified above, this insurance will be excess of all other insurance available to the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1.give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2.send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 3.make available any other insurance, and tender the defense and indemnity of any claim to any other insurer or self-insurer, whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph 3. does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VII. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires you to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A.is currently in effect or becomes effective during the term of this policy; and B.was executed prior to: 1.the bodily injury or property damage; or 2.the offense that caused the personal and advertising injury; for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (10-16)Policy No: 1015651942 Page 2 of 2 Endorsement No:19 Valley Forge Insurance Co. Effective Date: 01/01/2020 Insured Name: LOCKWOOD, ANDREWS, AND NEWNAM, INC. Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Miscellaneous Attachment: M504829 Certificate ID: 16678152 DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTED CLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGG $JECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE Lockton Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816) 960-9000 LOCKWOOD, ANDREWS & NEWNAM, INC. ATTN: MR. DON SCHUETZ 2925 BRIARPARK DRIVE HOUSTON TX 77042 LEOAD01 Lloyd's of London 38253 XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX XXXXXXX PROFFESIONAL LIABILITY $1,000,000 EACH CLAIM AND $2,000,000 IN THE ANNUAL AGGREGATE A LDUSA2004566 7/1/2020 7/1/2021 NOT APPLICABLE NOT APPLICABLE NOT APPLICABLE NOT APPLICABLE 7/1/2021 1393396 6/26/2020 N N 16678156 16678156 XXXXXXX CITY OF CORPUS CHRISTI ATTN: ENGINEERING SERVICES P.O. BOX 9277 CORPUS CHRISTI TX 78469-9277 RE: 8087A WHITECAP WASTWATER TREATMENT PLANT (WWTP) IMPROVEMENTS - CONTRACT SUPPORTING DOCUMENTS - AMD #5. A THIRTY (30) DAY NOTICE OF CANCELLATION SHALL BE PROVIDED TO THE CITY. See Attachment DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F ADDITIONAL NAMED INSURED: LOCKWOOD, ANDREWS & NEWMAN, INC. ATTACHING TO AND FORMING PART OF POLICY NO. LDUSA2004566 ISSUE TO: Leo A. Daly Company and as more fully described in the Policy ISSUED BY: Underwriters at Lloyd's, London EFFECTIVE: 12:01 am Standard Time on 1 July, 2020 Endorsement Number: 19 LIMITED AUTHORITY TO ISSUE CERTIFICATES OF INSURANCE ENDORSEMENT In consideration of the premium charged, it is hereby understood and agreed as follows: (1)Underwriters authorize Lockton Companies LLC the ("Certificate Issuer") to issue Certificates of Insurance at the request or direction of the Insured. It is expressly understood and agreed that, subject to Paragraph (2) below, any Certificate of Insurance so issued shall not confer any rights upon the Certificate Holder, create any obligation on the part of the Underwriters, or purport to, or be construed to, alter, extend, modify, amend, or otherwise change the terms or conditions of this Policy in any manner whatsoever. In the case of any conflict between the description of the terms and conditions of this Policy contained in any Certificate of Insurance on the one hand, and the terms and conditions of this Policy as set forth herein on the other, the terms and conditions of this Policy as set forth herein shall control. (2)Notwithstanding Paragraph (1) above, such Certificates of Insurance as are authorized under this endorsement may provide that in the event the Underwriters cancel or non-renew this Policy or in the event of a Material Change to this Policy, Underwriters shall mail written notice of such cancellation, non-renewal, or Material Change to such Certificate Holder within a specified period of time; provided, however, that the Insurers shall have not be required to provide such notice more than 60 days prior to the effective date of cancellation, non-renewal, or a Material Change. The Insured shall provide written notice to the Underwriters of all Certificate Holders and the number of days' written notice of cancellation, non-renewal, or Material Change, if any, specified in each Certificate of Insurance (i) at inception of this Policy, (ii) 90 days prior to expiration of this Policy, and (iii) within 10 days of receipt of a written request from Insurers. Insurers' obligation to mail notice of cancellation, non-renewal, or a Material Change as provided in this paragraph shall apply solely to those Certificate Holders with respect to whom the Insured has provided the foregoing written notice to the Insurers. (3)It is further understood and agreed that Underwriters' authorization of the Certificate Issuer under this endorsement is limited solely to the issuance of Certificates of Insurance and does not authorize, empower, or appoint the Certificate Issuer to act as an agent for the Underwriters or bind the Underwriters for any other purpose. The Certificate Issuer shall be solely responsible for any errors or omissions in connection with the issuance of any Certificate of Insurance pursuant to this endorsement. (4)As used in this endorsement: (i)Certificate of Insurance means a document issued for informational purposes only as evidence of the existence and terms of this Policy in order to satisfy a contractual obligation of the Insured. (ii)Material Change means an endorsement to or amendment of this Policy after issuance of this Policy by the Underwriters that restricts the coverage afforded to the Insured, All other terms and conditions of the Policy remain unchanged. Miscellaneous Attachment: M507672 Certificate ID: 16678156 DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F CITY OF CORPUS CHRISTI DISCLOSURE 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. FIRM IS: 1. Corporation 2.Partnership 3.Sole Owner4.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 “ownershipinterest” constituting 3% or more of the ownership in the above named “firm.” Name Job Title and City Department (if known) 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 3.State the names of each “board member” of the City of Corpus Christi having an “ownershipinterest” constituting 3% or more of the ownership in the above named “firm.” Name Board, Commission or Committee 4.State the names of each employee or officer of a “consultant” for the City of Corpus Christiwho worked on any matter related to the subject of this contract and has an “ownershipinterest” constituting 3% or more of the ownership in the above named “firm.” Name Consultant COMPANY NAME: P. O. BOX: STREET ADDRESS: CITY: STATE: ZIP: Lockwood, Andrews & Newnam, Inc. NA 500 N. Shoreline Blvd., Suite 905 Corpus Christi TX 78401 X NA NA NA NA NA NA NA NA DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F 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 (Type or Print) Title: Signature of Certifying Person Date: 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. Stephen A. Gilbreath Vice President 3/30/2020 DocuSign Envelope ID: 962E6AC2-510C-42F3-B47C-5BEFDC91F38F