Loading...
HomeMy WebLinkAboutC2010-018 - 1/19/2010 - ApprovedAMENDMENT N0.2 TO CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas hereinafter called "CITY", and Bath Engineering Corporation, hereinafter called "CONSULTANT," agree to the following amendment to the Contract for Professional Services for O.N. Stevens Process Monitoring Instrumentation and Automation Improvements (Project No. 8600), as authorized and amended by: Ori final Small A/E June 3, 2008 Administrative A royal $47,000.00 Amendment No. 1 Aril 21, 2009 M2009-097 $398,600.00 EXHIBIT "A". PART 1. SCOPE OF SERVICES. SECTION A. BASIC SERVICES, shall be amended to expand the following Basic Services as set forth in Exhibit "A": • ITEM NO.1 Preliminary Phase shall be amended to include additional Preliminary Phase Services- $6,990.00 • ITEM N0.2 Design Phase shall be amended to include additional Design Phase Services- $54,720.00 • ITEM NO. 3 Bid Phase shall be amended to include additional Bid Phase Services- $2,780.00 • ITEM NO. 4 Construction Phase shall be amended to include additional Construction Phase Services- $4,050.00 EXHIBIT. "A", PART 1. SCOPE OF SERVICES. SECTION B. ADDITIONAL SERVICES, shall be amended to expand and/or add the following Additional Services as set forth in Exhibit "A": • ITEM NO. 5 Construction Observation shall be amended to include additional Construction Observation Services- $9,260.00 • ITEM N0.7 Field Investigation will be added to expand Additional Services- $9,190.00 • ITEM N0.8 Warranty Phase and As-Builts will be added to expand Additional Services- $5,800.00 • ITEM N0.9 PLC and Associated Eauipment will be added to expand Additional Services- $225,625.00 • ITEM NO. 10 Factory Test, System Integration and Start Up Services will be added to expand Additional Services -$62,500.00 EXHIBIT "A" PART 3. FEES SECTION C. SUMMARY OF FEES shall be modified and is attached as Exhibit "A" Summary of Fees for a revised fee not to exceed $380.915.00 (Three Hundred Eighty Thousand Nine Hundred Fifteen Dollars and Zero Centsl, for a total restated fee not to exceed 5826.515.00 (Eight Hundred Twenty-Six Thousand Five Hundred Fifteen Dollars and Zero Centsl. All other terms and conditions of the June 3, 2008 contract and any amendments between the City and Consultant will remain in full force and effect. CITYPF CORPU ~ C IST t ~r~G~ ,, j Z~ ~v 1 G ~0 Juan Peral Jr., P.E. (Date) Assistant City Manager BATH ENGIN RING RPORATION ' j'Z~(o i and C. Pittman, ., President (Date) 56 S. Staples St ite 110 Corpus Christi, TX 78411 (361) 992-2284 Office; (361) 992-2287 Fax 2010-018 M2010-023 AMD. N0.2 01/19/10 Pa e 1 of 2 a Treatmrnt Plant\8600- O.N. Stevens Proceu Monitor~g I~Wnlplt9[IOII and AotomNion InlpfOVCntCMBWn1EtIdtllEnt No. 2WnCOdInpN Bath Engineering Corp. ~~®~~YCn RECOMM DED /Z~v ~~ ~ Pete Anaya, P.E. (Date) Director of Engineering ATTEST r Armando Chapa, City Secre (Date) ~ ~'~ ~ ~~.. AUT/NORfZED :.-~ ~~~ . APPROVED AS TO ORM ~,. Assistant City Attorne Date) AMD. N0.2 Pa e2of2 H:\HOMEUCeIIyO\GEN\WATERW.N. Stevens Water Treatmrnt Plant\8600- O.N. Stevens Process Monitorvig Instrumrntation and Autom~ion [nyrovments\Amendmi~t No. Z\A>mdmeM No. 2.doc EXHIBIT A CITY OF CORPUS CHRISTI O.N. STEVENS PROCESS MONITORING INSTRUMENTATION AND AUTOMATION IMPROVEMENTS AMENDMENT N0.2 (PROJECT N0.8600) SCOPE OF THE PROJECT: The O.N. Stevens Water Treatment Plant filtration system is currently controlled by a single Siemens Programmable Logic Controller (PLC). This PLC is outdated and no longer supported by the manufacturer, although some compatible spare parts may be available from a third-party vendor. It is a single point of failure in the entire filtration system. Moreover, the PLC application software has gone through numerous undocumented changes. It does not provide ONSWTP Operations with sufficient level of reliability and control. In addition to automated control by the PLC each filter has a set of manual controls that allow operators to operate the filter manually. These controls are old, unreliable, and susceptible to failure due to corrosion. Troubleshooting these local controls is tedious and time-consuming. They are mounted on consoles located in the Filter Building galleries. The Filter Building is currently going through renovations that will convert filter galleries into a process laboratory, a visitor center, and management staff offices. The consoles will need to be removed from filter galleries while manual filter control must be retained. 1. SCOPE OF SERVICES a) Replace the filter PLC with twenty-two (22) small, dedicated PLCs. Each PLC shall run application software capable of full automatic control of the filter. The exact control logic will be coordinated with ONSWTP Operations. b) Install four stainless steel enclosures in the Filter Building basement to house PLCs for filters 1 through 12, three PLCs per enclosure. Demolish all existing manual control consoles for filters 1 through 12. Demolish all remote I/O racks for filters 1 through 12 located in existing stainless steel enclosures in Filter Building. c) Demolish wiring, manual controls, and remote I/O racks in manual control consoles for filters 12 through 22. Install new PLCs inside the consoles. d) Replace local pushbutton and switch controls for individual filter with several portable touch-screen control panels. Provide local hook-ups for portable panels to where operators can have unobstructed view of filters. e) Install network cabling, switching, and routing equipment to enable communication between all filter PLCs, portable control panels, and an uplink to ONSWTP SCADA system. f) Integrate the new PLCs into ONSWTP SCADA. 1.1 The Engineer will provide the necessary engineering design to furnish plans and specifications for bidding and construction purposes. The Engineer will also furnish all EXHIBIT "A" Pa e 1 of 5 H:WOME1KelyOK'EN\WATEt2W.N. Stevens Water Treatment Planfl8i00- O.N. Stevens Process Nlonltorlrp InsWmentatlon and Automaton ImprovementslAnwndment No. 21Exhlbk A (t~NAL~.doe equipment and enclosures listed in 4.4. The Engineer will also provide all system integration and programming and deliver a complete and operable system. 1.2 The Construction Contractor will furnish and install all supports, cables and conduit and mount the equipment furnished by the Engineer. The contractor will make final terminations as directed by the Engineer. The contractor will provide a competitive price based on the design provided in the plans and specifications. A. BASIC SERVICES 1.0 Preliminary Phase a) Field verify existing site conditions of the filter control system. b) Meet with City staff two (2) times to de0ne the project requirements. c) Develop conceptual block diagrams and a conceptual design for control equipment replacement including conduit and power wiring requirements as a basis for approval and to define the project scope of work. 2.0 Engineering & Design Phase a) Prepare design documents for all proposed improvements identified in Scoping Phase in the City of Corpus Christi format. b) Prepare City format contract documents. c) Develop a preliminary opinion of probable construction costs for all improvements. 3.0 Bid Phase a) Attend the pre-bid conference and assist City in defining, clarifying, and responding to bidder questions with respect to project design, specifications, materials, and methods. b) Prepare addenda necessary to inform contractors of modifications and clarifications prior to bid date. The City's Engineering Services will distribute any addenda. c) Attend the bid opening, tabulate bids according to the City Engineering Services preferred standard format, and make recommendations concerning award. 4.0 Construction Phase a) Attend and participate at the pre-construction conference, which will be chaired by Engineering Services. b) Coordinate with the City inspector to authorize minor field alterations that do not affect the contractor's price and are not contrary to the interest of the City. c) Conduct a "final inspection" with City and Contractor, and make a recommendation concerning final acceptance. B. ADDITIONAL SERVICES 5.0 Construction Observation Provide additional site observation to include a five (5) site visits during construction to observe the construction contractor's installation methods, materials and overall quality of construction. A written report will be provided for each inspection. EXHIBIT "A" Pa e2of5 H:UiOME11(oNyOltiEMWATERIO.N. Sbwns Wad Tnatmsrd PIanNB800.O.N. Stawiu Process Nbnltorlnp InsUumenfadon and A"tomatlon Mnprov~MslMrndmsnt No. 21ExINbk A (FINAL~.doe 7.0 Field Investigation Review existing documentation and extensive verification of existing field conditions for demolition of existing systems and installation of new systems providing operational continuity during demolition and new construction. 8.0 Warranty Phase & As-Builts 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. 9.0 PLC & Associated Equipment will be added to Additional Services to provide the following equipment for the project (estimated; actual fee based on vender approved prices): 1. Filters 1-12: Design, fabricate and test four (4) enclosures with three (3) filter PLCs each consisting of the following: a. Allen-Bradley CompactLogix L23E based, embedded Ethernet, micro PLC with 16 discrete inputs (24vdc), 16 discrete outputs (24vdc) with interposing relays, 4 analog inputs and 0 analog outputs. The PLC I/O will be pigtailed (up to 20') in order to facilitate landing directly on the existing marshalling terminals. b. 120vac circuit breaker and distribution c. 120vac convenience receptacle (duplex, 10amps) d. 24vdc, 5amp power supply and distribution e. Nema type 4x enclosure (316L stainless steel) with approximate dimensions of 72"H x 37"W x 24"D 2. Filters 13-22: Design, fabricate and test ten (10) sub-panels each consisting of the following: a. Allen-Bradley CompactLogix L23E based, embedded Ethernet, micro PLC with 16 discrete inputs (24vdc), 16 discrete outputs (24vdc) with interposing relays, 4 analog inputs and 0 analog outputs. The PLC I/O will be individually wired to field terminal blocks (supplied as part of this solution). b. 120vac circuit breaker and distribution c. 120vac convenience receptacle (duplex, 10amps) d. 24vdc, 5amp power supply and distribution e. Carbon steel sub-panel with approximate dimensions of 28"H x 34"W designed to mount into existing filter consoles EXHIBIT "A" Pa e3of5 H:IHOME11Caly01CEMWATERIO.N. Sgwro WaUr Tniagnent Planfl8800.O.N. Sbveru Procsss Monltori"p Instrunwrdatlon and Automaton NnprovsmsnbUlnrndmnd No. 2~Exhlbk A (FINAL).dae 3. Wash Water Tower: Design, fabricate, and test one (1) sub-panel each consisting of the following: a. Allen-Bradley CompactLogix L23E based, embedded Ethernet, micro PLC with 16 discrete inputs (24vdc), 16 discrete outputs (24vdc) with interposing relays, 4 analog inputs and 2 analog outputs. The PLC I/O will be individually wired to field terminal blocks (supplied as part of this solution). b. 120vac circuit breaker and distribution c. 120vac convenience receptacle (duplex, 10amps) d. 24vdc, tamp uninterruptible power supply and distribution e. Carbon steel sub-panel with approximate dimensions of 45"H x 33"W designed to mount into existing wash water tower enclosure 4. Provide two portable mobile HMI stations consisting of the following: a. Qty. 2, Siemens Mobile Panel 277 touch screen, 10" diagonal with a resolution of 800x600 pixels and integrated stop pushbutton b. Qty. 22, Mobile Panel 277 Profinet (Ethernet) connection boxes (field mountable), rated IP65 with two (2) network ports 5. Provide networking infrastructure material consisting of two (2) Dell 24-port, non- managed Ethernet switches. 10.0 Factory Test, System Integration & Start Up Services will be added to Additional Services to complete the following: 1. Engineering services to program filter and wash water tower control functionality into the PLC as well as design two screens on a Siemens Mobile Panel 277 with the following details: a. One screen for operation of the filters b. One screen for monitoring any faults and/or alarms 2. Update and revise National Instruments (NI) HMI to accommodate new addresses for the filters. Data transmittal will occur via NI-OPC so installation/verification of this software is necessary prior to start of engineering services. 3. Factory acceptance testing for the system (Filters 1-22) consisting of five, 8-hour weekdays. Includes authoring of a factory acceptance testing document. 4. Onsite startup and commissioning assistance for the system consisting of ten, 8- hours days at O.N. Stevens Water Treatment Plant. 5. Onsite technical support for startup and commissioning consisting of ten (10), 8- hourdays. EXHIBIT "A" Pa e4of5 H:WOME1KeIty01GEN1WATERIO.N. Stewna Watar Treatmtnt Pgrd18i00.O.N. Stwana Process Monltorlnp MatnmuMatbn and Automaton oprovemardsWrwndmant No. 21Exhlblt A (FINAL~.doC Assumptions, Clarifications and Exceptions: City of Corpus Christi shall provide adescription/sequence of operation for each filter and the Wash Water Tower (or filters if some operate differently than others). City of Corpus Christi is up to date on the HMI (National Instruments Lookout) support contract and associated OPC drivers. City will provide existing program logic to contractor for use in developing new code. 3. FEES ORIGINAL CONTRACT AMD. NO. 1 AMD. N0.2 TOTAL BASIC SERVICES 1 Prelimina Phase $47,000.00 $0.00 $6,990.00 $53,990.00 2 Desi n Phase 0.00 255,125.00 54,720.00 $309,845.00 3 Bid Phase 0.00 3,780.00 2,780.00 $6 560.00 4 Construction Phase 0.00 28,520.00 4,050.00 $32,570.00 Subtotal Basic Services 47,000.00 287,425.00 68,540.00 $402,965.00 ADDITIONAL SERVICES 1 Management of Change Develo ment 0.00 31,775.00 0.00 31,775.00 2 E ui ment Standards Develo ment 0.00 21,000.00 0.00 21,000.00 3 GPS Site Surve 0.00 6,000.00 0.00 6,000.00 4 Electronicall Veri FO Cable 0.00 12,000.00 0.00 12,000.00 5 Construction Observation Services 0.00 20,400.00 9,260.00 29,660.00 6 Process Sub-Consultant 0.00 20,000.00 0.00 20,000.00 7 Field Investi ation 0.00 0.00 9,190.00 9,190.00 8 Warran & As Guilts 0.00 0.00 5,800.00 5,800.00 9 PLC & Assoc. E ui ment Estimated 0.00 0.00 225,625.00 225,625.00 10 Factory Test, Integration & Start Up Services 0.00 0.00 62,500.00 62,500.00 Subtotal Additional Services 0.00 111,175.00 312,375.00 423,550.00 TOTAL AUTHORIZED FEE $47,000.00 $398,600.00 $380,915.00 $826,515.00 EXHIBIT "A" Pa e5of5 H:WOME1Ke11yOKit.N1WATERW.N. Sbwns Water Treatment Plant16600.O.N. Stevens Process Monltorlnp Instrumsrkatlonend Automaton knprovemsnlstMnndmsrk No. 21ExhibN A (FMULL.~.doc _- SUPPLIERNUMBER TO BE ASSIGNED BY~ITY- PURCHASING DIVISION City of CITY OF CORPUS CHRISTI c°rpus DISCLOSURE OF INTEREST Chnsti City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to pprovide the following informatlon. Every questlon must be answered. If the question is not a~~licable, answer with "NA". See reverse side for Filing Requirements, Certifications and defimtlons. COMPANY NAME: Bath Engineering Corporation P. O. BOX: STREET ADDRESS: 5656 S. Staples, Suite 110 CITY: Corpus Christi ZIP: FIRM IS: 1. Corporation ® 2. Partnership ^ 3. Sole Owner ^ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this pa e or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm.' Name Job Title and City Department (if known) N/A 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 N/A 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee N/A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant N/A 78411 EXHIBIT "B" Pa e 1 of 2 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 m 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: Richard C. Pittman, P.E. Title: President (Type or Print) Signature of Certifying ~ ate: ~ ~ ~OC Person: '~ ' 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, asself-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. EXHIBIT "B" Pa e2of2