Loading...
HomeMy WebLinkAboutC2010-230 - 7/6/2010 - ApprovedAMENI]MENT NO. 7 TO CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas hereinafter called "CITY", and LNV ENGINEERING, hereinafter called "ARCHITECT/ENGINEER" ("AIE"), agree to the following amendment to the Contract for Professional Services as authorized and amended by: Ori final Contract June 3, 2008 Administrative A royal $42,900.00 1. SUBJECT: O.N. Stevens Facilities Feed Optimization Improvements (Chlorine/Chloramine Optimization Assessment} (Project No. 8605) The total scope of the project will be delivered via a single contract, with three (3) sets of construction bid and contract documents as follows (the improvements shall be accomplished as a traditional design-bid-build project): - Chemical Storage and Chemical Feed Systems - Sedimentation Basin Hydraulic Improvements - Programmable Lvgic Controller (PLC) Upgrades 2. SCOPE OF SERVICES The A/E hereby agrees, at its own.expense, to perform professional services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, AIE will provide monthly status updates (project progress or delays, gantt charts presented with monthly invoices} and provide contract administration services, as described in Exhibit "A" and "A-1", #o complete the project. Work will not begin on Additional Services until requested by the AIE (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. AIE services will be "Services for Construction Projects"- (Basic Services for Construction Projects") which are shown and are in accordance with "Professional Engineering Services- A Guide to the Selection and Negotiation Process, 1993" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of Professional Engineers. For purposes of this contract, certain services listed in this publication as Additional Services will be considered as Basic Services. 3. ORDER OF SERVICES The AIE agrees to begin work on those authorized Basic Services far this contract upon receipt of the Notice to Proceed from the Director of Engineering Services. Work will not begin on any phase or any Additional Services until requested in writing by the AIE and written authorization is provided by the Director of Engineering Services. The anticipated schedule of the preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit "A". This schedule is not to be inclusive of all additional time that may be required for review by the City staff and may be amended by or with the concurrence of the Director of Engineering Services. 2010-230 M2010-165 07 10 611 0-Facilities Feed OptimizationLAmd. Na. 1U1md, No. 1-Large AE Con[ract,doc LNV Engineering Large AIE Contract Page 1 of 3 ~~~~~ The Director of Engineering Services may direct the AIE to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to this contract. A/E shall notify the City of Corpus Christi within three (3} days of notice if tasks requested requires an additional fee. 4. INDEMNITY AND INSURANCE AIE agrees to the mandatory contract indemnification and insurance requirements as set forth in Exhibit "B". 5. FEE The City will pay the AIE a fee, as described in Exhibit "A", for providing services authorized, a total fee not to exceed ~832,547A0 {One Million Eight Hundred Thirty- Two Thousand Five Hundred Forty-Seven Dollars and Zero_ Cents]. Monthly invoices will be submitted in accordance with Exhibit "D". 6. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the AIE at the address of record. In this event, the AIE will be compensated for its services on all stages authorized based upon AIE and City's estimate of the proportion of the total services actually completed at the time of termination. 7. LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit #o the local economy. The AIE agrees that at least 75% of the work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan Statistical Area (MSA). Additionally, no more than 25% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metropolitan Statistical Area (MSA.) 8. ASSIGNABILITY The AIE will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the AIE staff. If the AIE is a partnership, then in the event of the termination of the partnership, this contract wll inure to the individual benefit of such partner or partners as the City may designate. No part of the AIE fee may be assigned in advance of receipt by the AIE without written consent of the Ci#y. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. Large AIE Contrac# Page 2 of 3 H:IHOMEhRachellelGENlWaterlONSWTP18645-Facilities Feed OptimizationWnd. No. 11gmd. No. 1-Large qE Contract.doc 4 . ~ ~ 9. O1IVNERSHIP OF DOCUMENTS All documents including contract documents (plans and specifications), record drawings, contractor's field data, and submittal data will be the sole property of the City, may not be used again by the A/E without the express written consent of the Director of Engineering Services. However, the AIE may use standard details that are not specific to this project. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re-use of modified plans. 10. DISCLOSURE OF INTEREST A/E further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure oflnferests form attached as Exhibit "C". CITY OF CORPl~S CHRI Juan Peral Jr., P.E. Assistant ity Manager RECOMM DED ~ ~o Pete Anaya, P. Date Director of Engineering Services ATTEST Armando Chapa, City Secretary LNV E ~'~~ Dan S. ecker, P. Date President 801 Navigation, Suite 300 Corpus Christi, TX 78408 (361) 883-1984; (361) 883-1986 AI~T'I~iORtIE© ~ ~E1~-~filL „„ ~? ~a ~ 10 .,,~.:~ AP ROVED A TO FARM 11 City Attorney ate Large AlE Contract Page 3 of 3 H:hHOMEIRachellelGENlWaterlpNSWi'PYti605-Facilities Feed pplimizalionlAmd. No. 41Amd. No. 1-Large AE Contract.dee t EXHIBIT "A" CITY OF CORPUS CHRISTI, TEXAS r O.N. STEVENS FACILITIES FEED OPTIMIZATIDN IMPROVEMENTS (CHLORfNE1CHLORAMINE OPTIMIZATfON ASSESSMENT) Project No. 8605 Amendment No. 1 I. SCOPE OF SERVICES A. Basic Services. 1. Preliminary Phase. The ArchitectlEngineer-AIE will: It is the intent of the Preliminary Phase to provide a study and report of project scope with economic and technical evaluation of alternatives, and upon approval, proceed with a Design Memorandum which includes preliminary designs, drawings, and written description of the project. Thls report shall include: a. Provide scope of sail investigations, borings, and laboratory testing and make recommendations tathe City. Coordinate all required services with the Geotech L.ab. (The City Engineering Services Department wiA provide necessary soil investigation and testing under one or more separate contracts.) b. Confer with the City staff at the start of this phase regarding the design parameters of the Project. The Engineer will participate in a minimum of one (1) formal meeting with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven (7) working days of the meeting. The AIE will discuss the project with the operating department (Water, Wastewater, Gas, Storm Water, Streets, etc.) and other agencies, including but not limited to the Texas Department of Transportation {TxDOT) and Texas Commission on Environmental Quality (TCEQ} as required to satisfactorily complete the Project. c. Submit one (1) copy in an approved electronic format, and one (1) paper copy of the Draft Design Memorandum of identified feasible alternatives, and review with City staff to produce an acceptable format. The Draft Design Memorandum will include the following (with CONSTRUCTABiLITYbeing amajor element in aII the following items}: 1 } Review the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution of the Project. The AIE will meet with City staff to collect data, discuss materials and methods of construction, and iden#ify design and construction requirements. 2) Review and investigation of available records, archives, and pertinent data related to the Project including taking photographs of the Project site, list of potential problems and possible conflicts, intent of design, and improvements required, and conformance to relevant Master Plans}. 3) Identify results of site field investigation including site findings, existing conditions, poten#ial right of wayleasements to be acquired, and probable Project design solutions (which are common to municipalities), in accordance with S.U.E. (Subsurface Utility Engineering) standards {CIIASCE 38-02}. Subsurface investigation will be paid as an additional service. AMD. N0.1 EXHIBIT "A" Pa e1 of9 N:IHDME1RachellelGENlWaterlON5WTP18605-Facilities Feed OptimizationVimd. No. 11Exhibit A-t3605.dac t ~ ' . ~ ' F 4} Provide a presentation of pertinent factors, sketches, designs, cross- sections, and parameters which wilt or may impact the design, including engineering design basis, preliminary layout sketches, identification of needed additional services, preliminary details of construction of critical elements, identification of needed permits, identification of specifications to be used, identification of quality and quantity of materials of construction, and other factors required for a professional design CONSTRUCTABILITY . 5) Advise of environmental site evaluations and archeology reports that are needed for the Project {environmental issues and archeological services to be an Additional Service). 6) Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project including permitting, environmental, historical, construction, and geotechnical issues; meet and coordinate with agencies such as RTA, CDBG, USPS, CCISD, community groups, TDI_R, etc. 7) Confer, discuss, and meet with City operating departments} and Engineering Services staff to produce a cohesive, well-defined proposed scope of design, probable cost estimates and design alternatives. 8} Provide a letter stating that the A/E and Sub-consultant Engineers have checked and reviewed the design memorandum prior to submission: 9) Provide an analysis on project impacts towards "re-engineering" and effects on cost. savings toward City operations, which this project will affect. d. Assimilate all review comments of the Draft Design Memorandum (if any) and provide one {1 }set of the Final Design Memorandum (electronic and hard copies using City Standards as applicable) suitable for reproduction. Said Final Design Memorandum henceforth becomes the sole property and ownership of the City of Corpus Christi. City staff will provide one set only of the fallowing information (as applicable): a. Record drawings, record information of existing facilities, and utilities (as available from City Engineering files). b. The preliminary budget, specifying the funds available for construction. c. Aerial photography for the Project area. d. Through separate contract, related GiS mapping for existing facilities. e. A copy of existing studies and plans. {as available from City Engineering files}. f. Field location of existing city utilities. (AIE to coordinate wi#h City Operating Department.) g. Provide applicable Master Plans. h. Provide bench marks and coordinates. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the AIE will: a. Study, verify, and implement Design Memorandum recommendations including construction sequencing, connections to the existing facilities, and restoration ofi property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff. b. Prepare one (1) set of the construction bid and contract documents (electronic and full-size hard copies using City Standards as applicable), including contract AMD. N0.1 EXHIBIT "A" I'a e2of9 H:IHOMEIRachellalGEN4WatarIDNSWTP186t75-Facilities Feed OpFimization4Amd. No. 1lExhibit A-BBO5.doe agreement forms, general conditions and supplemental conditions, notice to bidders, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid, the size and character of the entire Project; description of materials #o be utilized; and such other essentials as may be necessary for construe#ion and cost analysis. c. Provide assistance to identify testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under additiana! services). d. Prepare final quantities and estimates of probable costs with the recommended construction schedule. The construction schedule will provide a phased approach to track progress and paymen#s. e. Furnish one {1) set of the interim plans (60% submittal -electronic and full-size hard copies using City Standards as applicable} to the City staff for review and approval purposes with estimates of probable construction casts. Show existing elevations resulting from topographic survey.. Show loco#ions of utility lines, structures and their respective elevations resulting from the S.U.E. Use the City's numbering system for utility manholes. Identify distribution lis# for plans and bid documents to all affected utilities including City and all other affected anti#ies. Required with the interim plans is a "Plan Executive Summa "which will identify and summarize the project by distinguishing key elements such as: • Pipe Size or Building Size • Pipe Material, etc. • Why one material is selected over another • Pluses of selections • ROW requirements and why • Permit requirements and why • Easement requirements and why • Embedment type and why • Constructability, etc. • Specific requirements of the City • Standard specifications • Non-standard specifications • Any unique requirements • Cost, alternatives, etc. • Owner permit requirements and status f. Assimilate all review comments, modi#icatians, additionsldeletions and proceed to next phase, upon Notice to Proceed. g. Provide one (1) set of the pre-final plans and bid documents (90% submlttal - electronic and full-size hard copies using City Standards as applicable) to the City staff for review and approval purposes with revised estimates of probable costs. Compile comments and incorporate any requirements into the plans and specifications, and advise Ci#y of responding and non-responding participants. h. Provide Quality AssurancelQuality Control (QAIQC) measures to ensure that submi#tal of the interim, pre-final (if required), and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The Consultant A!E and Sub-consultant A!E shall submit a letter declaring that all engineering disciplines of aq phases of the submittals have been checked, reviewed, and are complete prior to submission, and include AMD. N0.4 EXHIBIT "A" Pa e3of9 H:4HOME4RacheRe4GEN14NaterlONSWTP48605-Facilities Feed OptlmizationlArnd. No. 14Exhibit A-81345.doc signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. i. If required, provide traffic controls including a Traffic Control Plan, illumination, markings and striping, signalization, and as delineated by the City Traffic Engineering Department. j. Provide one {1) set of the final (100°1°) plans (unsealed and unstamped -electronic and full-size hard copies using City Standards as applicable) far City's final review. k. Assimilate all final review comments (if any). !. Upon approval by the Director of Engineering Services, provide one (1) set of the final plans and contract documents (electronic and full-size hard copies using City Standards as applicable) suitable for reproduction. Said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. m. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. n. Prepare and submit monthly status reports-with action items developed from monthly progress and review meetings. o. Provide a Storm Water Pollution Prevention Plan, if required. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities #ar the construction contract awarded. b. Provide the budget for the Project specifying the funds available for the construction contract. c. Provide the City's s#andard speci#ications, standard detail sheets, standard and special provisions, and forms for required bid documents. 3. Bid Phase. The AIE will; a. Participate in the pre-bid conference and ,provide a recommended agenda for critical construction activities and elements impacted the project. b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c. Review all pre-bid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' approval, any addenda or other revisions necessary to inform contractors of approved changes priarto bidding. d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Sen-ices in accordance with the A/E's design phase estimate required above, the Engineer will, at its expense, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re- advertise that particular portion of the Project for bids. The City staff will: a. Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. b. Advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for al! bid documents, issue (with the assistance of the AIE) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. AMD. N0.7 . EXHIBIT "A" Pa e4of9 N:1HOM81Rae3'iellelGENlWatarIONSWTP18605-Facilities Feed OptimizalionWmd. No. 11Exhihil A-8fi05.doc d. Prepare, review and provide copies of the contract far execution between the City and the contractor. 4. Construction Phase. The A/E will perform contract administration to include the following: a. Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Review for conformance to contract documents, shop and. working drawings, materials and other submittals. c. Review field and- laboratory tests. d. Provide. interpretations and clarifications of the contract documents for the contractor and authorize required changes, which do not affect the contractor`s price and are not contrary to the general interest of the City under the contract. e. Make regular visits to the site of the Project to confer with the City project inspector and contractor to observe the genera! progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. f. Prepare change orders as authorized by the City (coordina#e with the City's construction division); provide interpretations and clarifica#ions of the plans and specifications for the contractor and authorize minor changes which do not affect the contractor`s price and are not contrary to the general interest of the City under the contract. g. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. h. As applicable, review and assure compliance with plans and specifications, the preparation of operating and maintenance manuals (by the Contractor) for all equipment installed on-this Project. These manuals will be in a "multimedia format" suitable for viewing with Microsoft's Internet Explorer, version 3.0. As a minimum the Introduction, Table of Contents, and Index will be in HTML (HyperText Markup Language) format, with HyperText finks to the other parts of the manual. The remainder of the manual can be scanned images ar a mixture of scanned images and text. Use the common formats for scanned images - GIF, TIFF, JPEG, etc.. Confirm before delivery of the manuals that all scanned image formats are compatible with the image-viewing software available on the City's computer - Imaging for Win95 (Wang) and Microsoft Imaging Composer. Deliver the manuals on a CD-RDM, not an floppy disks. i. Review canstruc#ion "red-line" drawings, prepare record drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later) of the record drawings within two (2) months of final acceptance of the project. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City G15 system. The City staff will: a. Prepare applicationslestimates for payments to contractor. b. Conduct the final acceptance inspection with the Engineer. AMD. N0. 'I EXHIBIT "A" Pa e5of9 H:IHOME1RachelielGENlWaterlONSWTP1861)5-Facilities Feed OptimizationL4md. No. ilExhibit A-B605.doc B. Additional Services (ALLOWANCE} This section defines the scope (and ALLOWANCE) for compensation for additional services that may be included as part of this contract, but the AIE will pat begin work on this section without specific written approval 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. The AIE will, with written authorization by the Director of Engineering Services, do the following: 1. Permit Pre oration. Furnish the City all engineering data and documentation necessary for all required permits. The AIE will prepare this documentation for all required signatures. The AIE will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. NPDES permits/Amendments: NOI or SW3P b. TCEQ PermitslAmendments: Updating the ONSWTP Contact Time Study and Monthly Operating Report in accordance with TCEQ requirements for treatment process changes associated with the FFOI's. Chemical storage variance far the storage of sodium hypachlorite 2. Topocraphic Survex and Parcel Descriptions. AIE will provide field surveys, as required for design including the necessary control points, coordinates and elevations of points {as required for the aerial mapping of the Project area -aerial photography to be provided by City). Establish base survey controls for line and elevation staking (pat detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the City's Global Positioning System {GPS) control network and comply with Ca#egory 6, Condition I specifications of the Texas Society of Professional Surveyor' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the project area. AIE will submit individual parcel descriptions and survey plats to the City along with afl title reports obtained in Section 2. A strip map showing all parcels required will be submitted along with parcel descriptions. The AIE will field mark and delineate all new right-of-way lines upon request of the City's Land Acquisition Division. 3. Start-ug Services. Provide on-site services and verification for all start-up procedures during actual start up of major Project components, systems, and related appurtenances if needed and required. 4. Warrartty Phase. 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, #ix, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report forthe 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 a# the maintenance. guaranty period. 5. SCADA Documentation Services. Provide the services above authorized in addition to those items shown on Exhibit "A-1"Task List, which provides supplemental description #a Exhibit "A." Note: The Exhibit "A-1"Task List does not supersede Exhibit "A." AMD. N0.1 EXHIBIT "A" Pa e6af9 H:4HOME4RachellelGENlWalaf~ON5WTP1B605-Facilities Feed OplimizalionlAmd. No. 14Exhibit A-BBl75.doc 6. Project Coordination. Project Coordination Services will consist of the necessary meetings to coordinate the design efforts of the three upgrade projects at the O.N. Stevens WTP, which wiA be under design simultaneously (Facility Feed Optimization, Raw Water Influent Improvements, and Electrical & Instrumentation Upgrades). Coordination. shall consist of jointly discussing and communicating the project requirements in efforts to solidify a cohesive review, acceptance, and incorporation of the drawings, specifications, and contract documents. 7. I_nte~ration Services. Provide all PLC descriptionslsequences of operation and related equipment, software and services, including onsite startup and commissioning assistance, factory acceptance testing, system integration, and onsite programming and technical support. For: • Caustic PLC panel (1 each) • High Service Pumps 1 PLC panel (3 each) • High Service Pumps 2 PLC panel (1 each) • East LAS Flouide PLC panel (1 each) • Sedimentation Basin PCR4 PLC panel (1 each) • Chemical Feed PCRS PLC panel (1 each) • Trac-Vac Madbus over Ethernet module (2 each) • SCADA HMIISystems migration and integration (1 each) 8. H draulic O timization Evaluation. The Engineer shall investigate the potential for improved distribution ofi flaw from the existing sedimentation basin inlet channels by adding a fu11-width and full-depth ported wall immediately downstream of the existing inlet ports, and prior to the flocculation zones. The proposed improvements will reduce short-circuiting, improve flocculation, and increase hydraulic detention time. . 2. SCHEDULE The Scope of Work for each document deliverables shall be completed in accordance with the project schedules indicated in Tables A-C. The AIE and OWNER agree that the completion schedules shown in the tables are reasonable and reflect actual work to be completed. --a ~ - • r .~. 10 Project Kick-off Meetin 30 60% Submittal 60 90% Submittal 81 Final Submittal TBD Pre-Bid Meetin TBD Pre-Construction Meetin AMD. N0.1 IrXHIBIT "A" Pa e7of9 H:4HQM@4RachallelGENl4Nater40NS1NTP18605-Facilities Feetl Oplimization4Amd. No. 11Exhihit A-8605.dot ~ . . - . 10 ~ a :~ ~-• ~.. .~ ~ ~ ^ Pro'ect Kick-off Meetin 30 1-Da Pro~ect Worksho :Desi n Team 90 Submittal of Draft Desi n Memo and Prelimina Drawin s for review 115 Fina! submittal of Desi n Memo and Prelimina Drawin s 200 60% Submittal 240 90% Submittal 285 Final Submittal TBD Pre-Bid Meetin TBD Pre-Construction Meetin 10 .~ .,~ ~ . ..e e ~ • a Pro'ect Kick-off Meetin 17 1-Da Pro~ect Worksho :Desi n Team 47 Final Submittal and Prelimina Drawin s and S ecifications 77 60% Submittal 107 90% Submittal 128 Final Submittal TBD Pre-Construction Meetin The schedules are based on receiving alE OWNER comments within 14 calendar days after each submittal. The OWNER and A/E mutually agree to work earnestly toward meeting the schedules. If the scope of work is changed or if the project is delayed, it is understood that the OWNER and A/E shall develop revised schedules and budgets to address the project changes. 3. FEES - A. Fee for Basic Services. The City will pay the AIE a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed Chase identified and will be fui! and total compensation far all services outlined in Section 1.A.1-4 above, and for all expenses incurred in performing these services. The fee for this projec# is subject to the availability of funds. The Engineer may be directed to suspend work pending receipt and appropriation of funds. For services provided in Section I.A.1-4, AIE will submit monthly statements far basic services rendered. In Section I.A.1-3, the statement will be based upon AIE's estimate (and City concurrence} of the proportion of the total services actually completed at the time of billing. For services provided in Section LA.4, the statement wilt be based upon the percent of completion of the construction contract. City will make prompt monthly payments in response to AIE's monthly statements. B. Fee for Additional Services. 1=nr services authorized by the Director of Engineering Services under Section I.B. "Additional Services," the City will pay the AIE anot-to-exceed fee as per the table below: AMD. NO.7 EXHIBIT "A" Pa e8of9 H:IHOME1RachallelGENlWaterIONSWTP11361)5-Facilities Feed OptimizationlAmd. No. 11Exhihit A-t3B05,dot Summary of Fees Original Amendment No. 1 Contract PHASE 1* PHASE II** Total Basic Services Fees 1. Preliminar Phase 42,900.00 199,712.00 0.00 242,612.00 2. Desi n Phase 0,00 447,760.00 0.00 447,760.00 3. Bid phase 0.00 0.00 29,958.00 29,958.00 4. Construe#ion Phase 0.00 0.00 138,710.00 138,710.00 Subtotal Basic Services Fees $42,900.00 $647,472.D0 $168,668.00 $859,040.D0 Subtotal Basic Services for Amendment 1 $816, 14D.00 Additional Services Fees (Allowance} 1. Permit Pre oration 0.00 26,040.00 0.00 26,040.00 2. To o ra hie Surve and Parcel Descri tions 0.00 8,089.00 0.00 8,089.00 3. S#art-u Services 0.00 0.00 26,701.00 28,701.00 4. Warrant Phase 0.00 0.00 19,502.00 19,502.DD 5. SCADA Documentation Services 0.00 0.00 193,D25A0 193,025.00 6. Pro~ect Coordination 0.00 106,214.00 0.00 106,214.00 7. Inte ration Services 0.00 316,044.00 296,262.00 612,306.00 8. H draulic O #imization Evaluation 0.00 24,530.00 0.00 24,530.00 Subtotal Additional Services Fees $0.04 $48D,917.DD $535,490.00 $1,016,407.00 Subtotal Additional Services for Amendment 1 $1,016,407.D8 Total Project Fee $42,900.OD $1,832,547.OD $1,875,447.00 * Phase I fees are associated with those occurring during Fiscal Year 2010-2011. **Phase II fees are associated with those occurring during Fiscal Year 2011-2012. The estimated cost of construction for O.N. Stevens Facilities Feed Optimization Improvements is $10,367,488. The basic services fee proposal far Amendment No. 1 is $816,140; therefore, the percentage of basic engineering services cost to construction cost for Amendment No. 1 is 7.9%. AMD. N0. 1 EXH1617 "A" Pa e9of9 H:hHOME4RachellelGENlwaterLONSWTP156i75-Facilities Feed OptimizationYAmd. No, 1LExhibit A-8fi45.doc EXHIBIT "A-1" -TASK LIST CITY Oi= CORPUS CHRISTI O.N. STEVENS FACILITIES FEED OPTIMIZATION IMPROVEMENTS (CHLORINEICHLORAMINE OPTIMIZATION ASSESSMENT) Project No. 8605 Amendment No. 1 PROJECT BACKGROUND This project is to build upon the analysis and recommendations made in the Facility Analysis Engineering Report for the O.N: Stevens WTP provided under City of Corpus Christi Project No. 8426, and upon the findings of free chlorine pilot work performed in the summer of 2007. The O.N. Stevens Water Treatment Plant Facility Analysis produced two primary documents: 1) the Engineering Letter Report en Automation and Electrical Supply System dated Augus# 2003, and 2) the overall Facility Analysis Engineering Letter Report dated May 2005. PURPOSE The purpose of this Exhibit "A-1" is to establish the AlE's Scope of Work, the Time of Performance, the Budget Estimate, and Payment Provisions for design and construction phase services for the O.N. Stevens WTP Facilities Feed Optimization improvements Project, in accordance with the Agreement between AIE and CITY. The Scope of Work is as follows: Basic services wilt include: • Preliminary Phase • Design Phase services • Bid Phase services • Construction Phase services Additional Services will include: • Permitting • Topographic Survey • Start-up Services • Warranty-Phase Services • SCADA Documentation Services • Project Coordination • Integration • Hydraulic Optimization Evaluation PROJECT ASSUMPTIONS The following assumptions have been used to develop the Scope of Services and budget for this project. 1. The total scope of the project will be delivered via a single contract, with 3 sets of Construction Bid and Contract Documents. The scope of this contract is the construction of AlagacidelOdor and Taste Control Chemical Feed System, Facilities Feed Optimization AMD. NO. 1 EXHIBIT "A-1" ~a e 1 of 16 H:IHOME1RachellelGENlSNaterlONSWTP16605-Facilities Feed OpfimizattonlAmd. No. 15Exhibit A-1-8605.doc Improvements, Sedimentation Basin Hydraulic Improvements, and PLC Upgrades -Plant Wide at the O.N. Stevens WTP. The Facilities Feed Optimization Improvemen#s and Sedimentation Basin Hydraulic Improvements will be combined with the Raw Water Influent Improvements {by others} in a single construction contract. The Algae ControllTaste and Odor Storage and Feed System and Programmable Logic Controller (PLC) Upgrades - Piant Wide will be separate projects for a total of 3 separate construction document deliverables: + Algae Control/Taste and Odor Storage and Feed System • Facilities Feed Optimization lmpravements & Sedimentation Basin Hydraulic Improvements • Programmable Logic Controller {PLC) Upgrades -East and Caustic 2. The improvements shall be accomplished as a traditional design-bid-build project. PROJECT ELEMENTS The O.N. Stevens WTP Facilities Feed Optimization Improvements project wil! consist of the following major elements: 1. Chemical Stora a Im rovements (Designed for 200 MGD plant capacity.} a. Two additional fiberglass bulk alum storage tanks b. Conversion of two polymer storage tanks to storage of LAS, and one additional fiberglass bulk liquid ammonium sulfate (LAS} storage tank c. Bulk storage #or twelve percent sodium hypochlorite in existing containment area sized for four {4) - 10,000 gallon tanks. 2. Chemical Feed Improvements (Designed far 200 MGD plant capacity.) a. New rapid mixing facilities ahead of each flocculation zone (four locations) to improve both the mixing of coagulant and the floc formation potential. Vault to be designed by others. b. New flow-paced metering pumps for feeding alum, cationic polymer, sodium hypochlorite and liquid ammonium sulfate. c. Proposed liquid copper sulfate feeding system (or other chemical for algae control, andlor taste and odor events as determined by a separate study) and chemical storage located at River Pump Station. Provide drawings for procurement and installation by City Forces before design phase of Facilities Feed Optimization Improvements & Sedimentation Basin Hydraulic Improvements. d. Open-ended pipe .chemical delivery system replaced with chemical diffusers, or stab tubes and mixing equipment for the introduction of alum, polymer, sodium hypochlorite, liquid ammonium sulfate, hydrofluosilicic acid and copper sulfate into the wa#er trea#ment train. e. Chemical injection point modifications, as discussed in previous reports; to op#imize the treatment process and improve efficiency of chemical use. f. Replacement of existing gaseous chlorine disinfection system with a delivered sodium hypochlorite system. The new sodium hypochlorite system shall be capable of conversion to an on-site sodium hypochlorite generation system. g. PLC replacementlupgrades for LAS, polymer, alum, sodium hypochlorite, and algae andlor taste odor control areas including integration. AMD. NO. 1 EXHIBIT "A-1" Pa e2of1fi H:1HONtEIRachelle4GENLWaterlONSWTP48605-Facilities Feetl 6ptimizationlAmd. No. riExhihil A-i-8605.dec h. Proposed lime slurry or soda ash feed system and bulk storage far alkalinity adjustment of the raw water. 3. Sedmentatian_Basin_Hydraulic Improvements {Designed for 200 MGD plant capacity.} a. Installation of a full width and depth baffle wall immediately downstream of the distribution channels at the head of each sedimentation basin to improve flow distribution across each basin. b. Installation of new walls in the former flocculation zone of each secondary sedimentation basin to form serpentine channels in which a period of free chlorination can be implemented, and ammonia can be fed at two different points to control length of time of free chlorination before forming chloramines. 4. Programmable Logic Controller {PLC Upgrades -East and Caustic (This work performed before Facilities Feed Optimization & Sedimentation Basin Hydraulic Improvements project.) a. Caustic PLC, VFD's, and panel replacement and relocation to the field from the Filter Building including integration. New flow paced metering pumps and associated suction and discharge piping. b. PLC replacement at East side of plant {HS1, HS2, WWR, and WWS} including integration. 5. Demolition of Abandoned Structures SUPPLEMENT TO SCOPE OF SERVICES The following tasks will be provided to~supplement the scope of services defined in the AIE's Exhibit "A." BASIC SERVICES PART 1 -PRELIMINARY DESIGN PHASE TASK 1.0 DESIGN MEMORANDUM Design criteria will be developed and. refined for process and equipment sizing, site layouts, samplelrepresentative process control descriptions, construction phasing requirements, preliminary instrumentation and control diagrams and cost estimates as appropriate for a Preliminary level of design. Included in this task are the following subtasks: 1.1 Data Collection Review plant operational data and procedures in the field to confirm approaches to be used in preliminary design. 1.2 Design Memorandum Prepare a Design Memorandum that addresses design criteria for the O.N. Stevens WTP Facilities Feed Optimization & Automation Improvements Project. The Design Memorandum shall be composed of a series of chapters addressing the major project elements. Each chapter will include information typically provided in City of Corpus Christi Water Treatment Plant Design Memorandum, including 30% Drawings, process and equipment selection, mechanical and structural layouts, and cost estimates for the AMD. N0.1 EXMBIT "A-1" Pa e3of16 H:IHOME1RachellelGENlWaterlONSWTP18695-Feeilities Feed OptisnizationUlmd, No, 14Exhihit A-1-8695.doc project elements. The intent of submission of stand-alone chapters is to streamline project progress and City review. The Design Memorandum will address the following components: 1.2.1 Design Criteria Summarize the intent of the project, and present the Basis of Design for the project in tabular form, listing each process element and key information for associated equipment, such as number and size of units, capacities, etc, for those project elements that will be designed. 1.2.2 Chemical Storage Improvements Develop preliminary design concepts for chemica! storage facility improvements for LAS, Alum, Sodium Hypochlorite, Lime Slurry and Polymer. 1.2.3 Chemical Feed Improvements Develop preliminary-design concepts for flow-paced chemical feed facilities plant wide. Assumes new pumped jet diffusion .rapid mix systems at the head of each treatment train. 1.2.4 Compatibility with On Site Sodium Hypochlorite Generation System Develop preliminary design concepts for conversion of the new delivered sodium hypochlorite system to an on site sodium hypochlorite system. The concepts shall be compatible with the onsite sodium hypochlorite system selected by the owner. 1.2.5 Sedimentation Basin Modifications Based upon the investigation of Task 3.1, develop preliminary design concepts for retrofit of a full width and depth orifice wall at the inlet to each sedimentation basin (8 total), and the addition of walls in the former flocculation zone of a!I four secondary clarifiers to provide a serpentine free chlorine contact zone. 1.2.6 HMI and PLC Upgrades Develop preliminary design concept for HMI and Pl,C Upgrades. 1.3 Prepara#ion of Preliminary Contract Documents Prepare Preliminary Plans based on the Design Memorandum and the decisions from the Design Workshop. Contract documents will include the features as described in Task 4.2 and as selected by the City. Drawings shall be prepared on 11" x 17" sheet format per the City's standards using AutoCAD software. Drawings shall be provided with text file format that index file name with sheet number. The overall Preliminary Contract Documents shall. include: a. Mechanical Plans & Major Cross Sections b. Process & Instrumentation Diagrams c. Structural Plans #or the Sedimentation Basin Improvements d. Process Flow Diagrams e. Preliminary Opinion of Probable Cost H:IHOMEIRachellelGENlWaterlONSWTPY8605-Facitities Feed OptimizationYAmd. No. 11Exhi6it A-1-BBOS.dac AMD. NO. 1 BXHIBIT "A-1" Pa e4of16 The AIE will be responsible for the preliminary design of the geometry and layout of process structures, preliminary design of mechanicallpracess unit operations, preliminary mechanical design and ,layout of new piping, preliminary architectural elevations for modified and new facilities, and the preliminary mechanical design of new and modified chemical storage and feed systems. 1.4 1.5 Quality Management Check The AIE shat! perform an internal Quality Management Check of the Preliminary Contract Documents. Deliverables 1.5.1 Design Memorandum An electronic version (PDF file) of each chapter of the Draft Design Memorandum will be provided to the City's project management group for review and comment. Comments received from review with the City will be incorporated in a final version of each chapter. 1.5.2 Drawings Provide an electronic copy of the Preliminary Drawings (AutoCAD #ormat}. 1.6 Meetings and Workshops Attend project- meetings throughout the preliminary design phase to keep the City informed on the progress, issues, and development of the preliminary design. These meetings and workshops are described further as follows: 1.6.1 Kick-Off Meeting Attend preliminary design project kickoff meeting with project participants to review the design Scope of Work and preliminary design delivery schedule. 1.6.2 Project Workshop Attend one full-day workshop. The purpose of the workshop will be to discuss the project with OWNER's personnel and make decisions. The ENGINEER will provide an agenda for the workshop no less than 3 days in advance of the workshop and will record the workshop activities, action items, and decisions. 1.8.3 Preliminary Engineering Report Review Workshop Attend one (1) half-day workshop. The purpose of the workshop will be to review the Draft Preliminary Engineering Report to incorporate City's review comments into the Final Preliminary Engineering Report. k:1HOME4RachellelGENlWaterlONSVJTP1t3505-Facilities Fsed OpfimizationlAmd, No. 11Exhidit A-7-8605.doc AMD. NO. 1 EXHIBIT "A-1" Pa e5of16 PART 2 -DESIGN PHASE The AIE shall complete a final design in accordance with the design concepts set forth in the Preliminary Phase.. Detailed drawings, technical specifications, and typical details shall be developed for mechanical project elements. Technical specifications shall be based on the format of the Construction Specifications Institute (CSI). Note: The AIE will use the City's plan preparation standards for their specific construction contract documents. TASK 2.0 PLANS AND SPECIFICATIONS 2.1 Prepare Plans and Specifications Provide plans and specifications in accordance with Exhibit A. 2.2 60-Percent Interim Design Submittal The AIE shall prepare and submit plans and specifications at the 60 percent level of completion in accordance with Exhibit A. The 60 percent design submittal shall include the various discipline plans, technical specifications, and typical details as appropriate to the level of design at the time of the submittal. The AIE shall also attend ahalf-day submittal review workshop with City Staff for the 60-Percent design submittal to the OWNER. The design team shalt develop a log of the OWNER's review comments and submit with the Pre-Final {90 Percent} submittal. 2.3 90-Percent Interim Design Submittal The AIE shall prepare and submit plans and specifications at the 90-percent level of completion in accordance with Exhibit A. The 90-percent design submittal shall include the various discipline plans, technical specifications, and typical details as appropriate to the level of design at the time of the submittal. Attend ahalf-day submittal review workshop with City Staff for the Pre-Final design submittal to the OWNER. The design team shall develop a lag of the OWNER's review comments and submit with the Final (100' Percent) submittal. 2.4 Quality Management Check The AIE shall perform an internal detailed c{uality management check, in accordance with Exhibit A. 2.5 Final Opinion of Probable Cost The AIE shall update the cost estimate and provide a final opinion of probable cost, in accordance with Exhibit A. 2.6 Final Design Submittal The AIE shall submit final documents, ready for bid solicitation, in accordance with Exhibit A. H:IHOME1RachellelGENhWaterlONSWTP1S605-Facilities Feed OptimizarionlAmd. No. 1YExhibit A-1-8605.doc AMD. NO. 7 EXHIBIT "A-1" Pa e 6 of 16 PART 3 -BID PHASE TASK 3.0 BID PHASE SERVICES Provide Bid Phase Services as described in Exhibit "A" for those elements of the Project designed by the A/E. PART 4 -CONSTRUCTION PHASE TASK 4.0 CONSTRUCTION PHASE SERVICES Construction Phase Services shall be provided in accordance with Exhibit "A" and as follows: 4.1 Pre-Construction Meeting -Attend in accordance with Exhibit "A." 4.2 Shop Drawing Review -Provide in accordance with Exhibit "A" for those elements of the Projec# designed by the A/E. 4.3 InterpretationslClarifications and Responses to Requests for Information -The AIE shall review and respond in writing to RFIs for those elements of the Project designed by the AIE. Questions and concerns that arise dining construction shall be documented using the Request for Information (RFI} format. Design team members shall provide oversight in each discipline to ensure that the decisions made in design are incorporated in the responses to RFIs generated during construction. 4.4 Site Visits - A/E will make regular visits (two per month for the duration of construction and startup} to the site to observe the general progress and quality of construction for those elements of the Project designed by the AIE, and to confer with Owner's on-site staff. 4.5 Change Orders - AIE shall prepare change orders authorized by the City far those elements of the Project designed by the AIE. 4.6 Final Inspection -Provide in accordance with Exhibi# "A" for those elements of the Project designed by the A/E. 4.7 Review Contractor-Submitted Operations and Maintenance Manuals -Provide in accordance with Exhibit A for those elements of the Project designed by the AIE. 4,8 Record Drawings -Provide in accordance with Exhibit A for those elements of the Project designed by the AIE. ADDITIONAL SERVICES The following Scope of Service describes Preliminary Design Phase Additional Services that may be provided as part of the O.N. Stevens WTP Facilities Feed Optimization Project, upon written approval by the AIE. H:4HOME4RachellehGENlWate~ONSWTP1B605-Facilities Feed pptimiaationSAmd. No. 15ExhibitA-7-6895.doe AMD. N0.1 EXHIBIT "A-1" Pa e7of16 PERMITTING Bulk Storage Volume Variance: The AIE shall provide assistance to the OWNER for acquiring a variance from the TCEQ fior bulk storage requirement of sodium hypochlorite. The coordination shall consist of providing correspondence, consultation, meetings, and exhibits for maximum of 80 hours. TCEQ Design Submittal: The AIE shall coordinate, prepare, and submit the required documentation far TCEQ approval of the design documents prior to bidding the project. One TCEQ review is assumed. CT Study and MOR: The AIE shall update the CT study, MOR documents and any other permitting documents associated with the new chemical systems (the Algae Control/taste and Odor Storage -Feed System and the Lime Slurry or Soda Ash Feed System). 2. TOPOGRAPHIC SURVEY Provide Topographic Survey services as described in Exhibit A for those elements of the project designed by the AIE. 3. START-UP SERVICES Provide Start-up services as described in Exhibit A for those elements of the Project designed by the A/E. The AIE will coordinate start-up assistance of the equipment with the appropriate Contractor staff to assure Project start-up activities are performed expeditiously. 4. WARRANTY PHASE SERVICES 5 s Provide Warranty Phase services as described in Exhibit A for those elements of the Project designed by the AIE. In addition to the Warranty Phase services described in Exhibit A, provide the services of AIE's staff (up to $0 hours total) to resolve equipment issues and o#her warranty issues that may arise during the warranty period. SCADA DOCUMENTATION SERVICES Provide standardized SCADA documentation, which will include PFDs, P&IDs, loop sheets, logics, SCADA architecture, DCS I/O lists, instrumen# lists, tie-in lists, piping lists, equipment lists, instrumentation specifiication sheets, and system administrator and user manuals. PROJECT COORDINATION SERVICES The AIE shall attend additional project coordination meetings no more often than bi- weekly, which will be billed as an additional service, The additional coordination meetings shalt be a maximum of 40 hours. These meetings shall be for the purpose of coordinating the design efforts of the three upgrade projects at the O.N. Stevens WTP, which will be under design simultaneously (Facility Feed Optimization, Raw Water Influent Improvements, and Electrical & Instrumentation Upgrades}. The AIE will coordinate with the City and its other design consultants regarding the Raw Water Influent Improvements, Process Monitoring Instrumentation and Automation H:IHOMEIRachellslGENlWaterlONSWTP18605-Facilities Feed OptimizationlAmd. No. 11Exhibit A-}-8605.doe AMD. NQ.1 EXHIIBlT °`A-1" Pa e8of96 Improvements, and Electrical Distribution Improvements Projects in the context of the design of the chemical storage and feed improvements. Coordination shall consist of A/E's attendance ofi meetings to jointly discuss and communicate project requirements. Additional coordination efforts include the review, acceptance, and incorporation of modifications to the drawings, specifications, and contract documents in providing a single set of bid documents for the Facilities Feed Optimization Improvements and Raw Water Influent Improvements projects. 7. INTEGRATION SERVICES The Programmable Logic Controller (PLC) and associated equipment will be added to Additional Services to provide the following equipment for the project: Qty. 1, Caustic PLC panel including fabrication, engineering services and onsite startup (using customer's enclosure and drives} Qty. 3, High Service Pumps 1 PLC panels including fabrication, engineering services and onsite startup {on back plates to be installed into the existing enclosure}. Qty. 1, High Service Pumps 2 PLC panel including fabrication, engineering services and onsite startup {on back plate to be installed into the existing enclosure). Qty. 1, East LAS Fluoride PLC panel including fabrication, engineering services and onsite startup (on a back plate to be installed into the existing enclosure}. Qty. 1, Sedimentation Basin PCR4 PLC panel including fabrication, engineering services and onsite startup (on back plate to be installed in#o the existing enclosure). Qty. 1, Chemical Feed PCRS PLC panel including fabrication, engineering services and onsite startup (on back plate to be installed into the existing enclosure). Qty. 2, Trac-Vac Modbus over Ethernet modules to be installed into the existing Allen- Bradley SLC5104 racks. Includes any program changes and onsite startup. Qty. 1, SCADA HMI 1 Systems migration and integration engineering sen-ices (computer hardware to be leasedlpurchased by the city}, Includes factory acceptance test procedure, test and onsite startup. Caustic PLC Panel Proposed Bill of Material: QTY PART NUMC3~f2 Dl~SCRIPTIQN 1 ED63B030L SIEMENS MGCB, 30A, 3 POLE, LINE/LOAD LUGS, ED125A FRAME SENTRON, 25KA 480VAC ENTERRUPTING RATING 1 3044157 PHOENIX UT6-PE (#24-#6AWG) GREENIYELLOW GROUND TERMINAL BLOCK 1 FUSECO-1413400 FUSECO MARATHON PDB, 1 iSA, 3 POLE, 1 INPUT (#2-#14AWG), 4 OUTPUT {#10-#16AWG 3 5SY4310-7 SIEMENS 55Y BREAKER, 10A, 3 POLE, 460VACl60VDC MAX, UL 1077, CHARACTERISTIC C, 54MM WIDE 1 5SY4211-7 SIEMENS 5SY BREAKER, 5A, 2 POLE, 460VAC160VDC MAX, UL 1077, . CHARACTERISTIC C, 36MM WIDE 1 MTG0500A 51EMENS CONTROL POWER TRANSFORMER, 500VA, 240I480VAC PRIMARY, 120VAC SECONDARY, TYPE MTG INTERNATIONAL 5 5SY4111-7 SIEMENS 5SY BREAKER, 5A, 3 POLE, 277VAC160VDC MAX, UL 1077, CHARACTERISTIC C, 18MM WIDE 1 5ST3700 SIEMENS 55Y BUSBAR, i-PHASE, FULLY INSULATED, 214MM, JUMPER UP TO 12 BREAKERS 5 3046184 PHOENIX UT4-TWIN 30DV, 3DA (#26-#10AWG) GRAY FEED THROUGH TERMINAL BLOCK 5 3D46223 PHOENIX UT4-TWIN-PE (#26-#1DAWG} GREENIYELLOW GROUND TERMINAL BLOCK 1 5600462 PHOENIX EM-DUO 120V, 15A GFI DUPLEX RECEPTACLE AMD. NO. 1 EXHIBIT "A-1" Pa egof16 H:IHOME1RachellelGENlWaterlONSWTP18B05-Facilities Feed OplimizatianlAmd. No. 11Exhihil A-1-8645.doe 1 2938581 PHOENIX QUINT POWER SUPPLY, 5A, 24V 10 3046090 PHOENIX UT4-HESI-24V 12-30V, 6,3A (#26-#10AWG) FUSED TERMINAL BLOCK, LED, 5X20 FUSE 14 3D46184 PHOENIX UT4-TWIN 300V, 3DA (#26-#1DAWG) GRAY FEED THROUGH TERMINAL BLOCK MOXA UNMANAGED ETHERNET SWITCH WITH 610110DBASET{X) PORTS, 1 EDS-3D8-MM-SC AND 2100BASEFX MULTI-MODE PORTS WITH SC CONNECTORS, 0 TO 60°C OPERATING TEMPERATURE 1 1769-PA4 ALLEN-BRADLEY COMPACTLOGIX POWER SUPPLY, 85-265VAC INPUT, 4A 5VDC12A 24VDG OUTPUT 1 1769-L32E ALLEN-BRADLEY COMPACTLOGIX PROCESSOR, 75DKBYTE, ETHERNETIIP 3 1769-1016 ALLEN-BRADLEY COMPACTLOGIX DIGITAL INPUT, 16DI, 24VDG i 1769-OB16 ALLEN-BRADLEY GOMPACTLOGIX DIGITAL OUTPUT, 16D0, 24VDG 2 1769-IF8 ALLEN-BRADLEY COMPACTLOGIX ANALOG INPUT, 8AI 1 1769-OF8C ALLEN-BRADLEY COMPACTLOGIX ANALOG OUTPUT, 8A0 CURRENT 1 1769-ECL ALLEN-BRADLEY COMPACTLOGIX LEFT END CAP {REQUIRED FOR 1769- L3X AN^ 1768-L4X IIO BANK 16 3TX7D14-1 BBOD SIEMENS 3TX70 INTERFACE RELAY (TERMINAL BLOCK STYLE}, 24VACIDC COEL, 1 CO CONTACT (fi AMPS MAX 1 3TX7014-7AA0 SIEMENS 3TX70 INTERFACE RELAY CONNECTING COMB, 16PIN 88 3046090 PHOENIX UT4-HEST-24V 12-30V, 6.3A (#26-#iDAWG) FUSED TERMINAL BLOCK, LED, 5X20 FUSE 112 3D46184 PHOENIX UT4-TWIN 300V, 30A (#26-#10AWG) GRAY FEED THROUGH TERMINAL BLOCK 1 52PX2W2A SIEMENS MUSHROOM HEAD PUSHBUTTON, RED, PUSH-PULL MAINTAINED, 1N0+1NC, 1-518" OPERATING HEAD 1 52AXGM 51EMENS MUSHROOM HEAD PUSHBUTTON GUARD, 1-518" OPERATING HEAD 1 52PX4D2Y 51EMENS PILOT LIGHT, RED LED, 24VDG FULL VOLTAGE 3 52PX8A3A 51EMENS PUSHBUTTON, GREEN, 1 N0+1 NC, FLUSH CAP 3 52PXSB2A SIEMENS PUSHBUTTON, RED, 1 NO+1 NC, EXTENDED CAP 3 52SX2CABA2 SIEMENS SELECTOR SWITCH, 3 POSITION MAINTAINED, 2N0+2NC, SHORT LEVER 1 BW-PUSHBUTTON-NP- BW INDUSTRIES PUSHBUTTON NAMEPLATE, 2.5H 2.5W, SURFACE 2.5X2.5X0625-RED ENGRAVED, WHITE LETTERS ON RED BACKGROUND 10 BW-PUSHBUTTON-NP- BW INDUSTRIES PUSHBUTTON NAMEPLATE, 2.5H 2.5W, SURFACE 2.5X2.5X0625-WHITE ENGRAVED, BLACK LETTERS ON WHITE BACKGROUND 2 CHNEUTi CUTLER-HAMMER 7-HOLE NEUTRAL GROUNDING BAR High Service Pumps 1 PLC Panels Proposed Bill of Material {three panels): 'QTY PA~tT NUMB~~: pESCR!!?TIQN i 5SY4118-7 1 POLE, 277VAC/6DVDC MAX, UL 1077, ECK BR ~ M A CHARAGTERIST C II fl 1 1V1 DE 1 3044131 PHOENIX UT6 600V, 50A (#24-#8AWG) GRAY FEED THROUGH TERMINAL BLOCK 1 3044157 PHOENIX UT6-PE (#24-#8AWG) GREENIYELLOW GROUND TERMINAL BLOCK 5 5SY4111-7 SIEMENS 55Y BREAKER, 5A, 1 POLE, 277VAC/60VDC MAX, UL 1077, CHARACTERISTIC C, 18MM WIDE 1 5ST3700 51EMENS 5SY BUSBAR, 1-PHASE, FULLY INSULATED, 214MM, JUMPER UP TO 12 BREAKERS 5 3046184 PHOENIX UT4-TWIN 300V, 30A (#26-#10AWG) GRAY FEED THROUGH TERMINAL BLOCK 5 3046223 PHOENIX UT4-TWIN-PE (#26-#10AWG) GREEN/YELLOW GROUND TERMINAL BLOCK AMD. N0.1 EXHIBIT "A-1" Pa e10af~6 H:LHOMEYRaohallelGENlWalor10N5UVTP18605-Faalities Feed ~ptimizalionlAmd. No. 11Exhi6il A-1-8605.doc f 1 56004$2 PHOENIX EM-DUO 120V, 15A GFI DUPLEX RECEPTACLE 1 2938581 PHOENIX QUINT POWER SUPPLY, 5A, 24V i0 3046090 PHOENIX UT4-HESI-24V 12-30V,-6.3A (#26-#10AWG) FUSED TERMINAL BLOCK LED, 5X20 FUSE 10 3046184 PHOENIX UT4-TWIN 300V, 30A (#26-#10AWG) GRAY FEED THROUGH TERMINAL BLOCK MOXA UNMANAGEDl=THERNET SWITCH WITH $ i0/100BASET(X) PORTS, 1 EDS-308-MM-SC AND 2 100BASEFX MULTI-MODE PORTS WITH SC CONNECTORS, 0 TO 60°G OPERATING TEMPERATURE 1 1769-PA4 ALLEN-BRADLEY COMPACTLOGIX POWER SUPPLY, 85-265VAC INPUT, 4A 5VDC12A 24VDC OUTPUT 1 1769-L32E ALLEN-BRADLEY COMPACTLOGIX PROCESSOR, 750KBYTE, ETHERNETIIP 2 1769-IQ16 ALLEN-BRADLEY COMPACTLOGIX DIGITAL INPUT, 16DI, 24VDC 2 1769-OB16 ALLEN-BRADLEY COMPACTLOGIX DIGITAL OUTPUT, 1$DO, 24VDC 5 1769-IF8 ALLEN-BRADLEY COMPACTLOGIX ANALOG INPUT, 8AI 1 1769-ECL ALLEN-BRADLEY COMPACTLOGIX LEFT END CAP (REQUIRED FOR 1769- L3XAND 1768-L4X IIO BANK) 32 3TX7014-1BB00 SIEMENS 3TX70 INTERFACE RELAY (TERMINAL BLOCK STYLE), 24VAC/DC COIL, 1C0 CONTACT (6 AMPS MAX 2 3TX7014-7AA0 S11=HENS 3TX70 ENTERFACE RI^LAY CONNECTING COMB, 16PIN 104 344$090 PHOENIX UT4-HESI-24V 12-30V, 6.3A (#26-#10AWG) FUSED TERMINAL BLOCK, LED, 5X20 FUSE 144 3046184 PHOENIX UT4-TWfN 300V, 30A (#26-#10AWG) GRAY FEED TIiROUGH TERMINAL BLOCK 1 A60P48 HOFFMAN PANEL, 56H 44W, FOR FLOOR-MOUNTED ENCLOSURES :1 55Y4118'-7 SIEMENS 5SY f3REPiKER, 15A, 1 POLE; 2.77V4C16=dVDC`MA7C, UL 1077 - CHARACTERISTIC C, 1'BAAM WIpE 9 3044131.. PHOENIX Tfi 600V 50;4 (#24-#BAWG) GRAY FEED THROUGH TERMINAL BLOCK i 3044157 PHOt^N1X UT6-PE (#24-#BAIIUG) GREEfV1YELLpW GROUND 7ERhliINAL _... BLOCK,. ;_ 5` 5SY4111=7 SIEMI=N5 5SY BREAKER, 5A, 1 SOLE, 277VAC16DVpC MAX, UL 3'0T?, CHARAGTEI~ISTIC C .19MM W€DE 1 5ST3700 SIEMENS 55Y BUSBAR, 1-PHASE, FULLY INSUI<ATED, 214MM, JUMPER UP TO 12!13REAKERS 5 304fi184 PHOENIX UT4-TWIN 3QflV, 30A (#26-#10AWG) GRAY F1=ED THROUGH` TERMINAL BLOCK 5 3046223 PHOENIX UT4-TWIN-PE {#25-iEF10AWG) REENIYELLOW GROUND 'TEF3MiNAL BLOCK 1 5604462- 'PHOENIX EM-DOO 420V, 15A GFI DUPLEX. RECEPTACLE. ` 1 293'8581: PHOEI+ffX QUINT POUIIER SUPPLY 5A, 24V 10 304$090 PHOIwNIX UT4<FiE51-2RV 12-30V; 6.3A (#26-#10A1NG) FUSED TEf~MINAL BL4CIC; LED, 5X20 FUSE 10 3448184 PHO~IVIX UT4-TWIN 300V, 30A (#26-#1OAWG) GRAY FEED THROUGH TERMINAL BfpCK MOXA' UNMANAGED ETHERNET SWi'TCH WITH $ t0/100BASET(X) PORTS, 1 EDS-308-MM=SC ANp 2 100BAS1=FX MULTI-MADE PORTS WITH SC COIVNECTOFtS 0 TO , &0°C t'7PERATING TEMPERATURE 1 1769-PA4 'ALLEN,BRADLEY OMAACTLOGIX POWER 5UPPLY, 85'-265VAC' NPUT; 4A• . _ 5VQC12A 24VDC OUTPUT 1 1769-L32E_ :ALLEN-BRADLEY COMRACTLQGIX PROCESSOR, 750KBYTE,'ETHERN+=TIIP' 1 1769~1Q16 ALLEN-BRADLEY COMPACTLOGIX DIGITAL INPUT 16Di; 24VDC- 3 '[75.9-0616 -ALLEN-BRADLEY COMPACTLOGIX DIGITAL OUTPUT, 16D0, 24VDC 1 1769-ECL ALLEN-BRADLEY COMPACTLOGIX LEFT END CAP.(f~EQU1REp FOR 1769- ..._.,.... 'L3X AND 1768=L4X llp BANK)....:. _ .._.. AHD. NO. 1 EXHIBIT "A-1" Pa e110f16 H:IHOME1RachellelGENlWater10N5WTP16t305-Facilities Feed Optimization+Amd. No. ilExhlbit A-1-B605.doc 48 3TX7014-1 BB00 SIEMENS 3TX7b INTERFACE RELAY ~`ERMINAL BLOCK STYLE- 24VAGIDC ~ ) COIL; ,1 C0 CONTACT 6 AMPS MAX 3 3TX7014-7AA0 SIEMENS 3TX701NTERFACE RI=LAY CONNECTING COMB, 96pIN 64 3046090 - PHOENIX UT4-HES!-24V 12-30V, 6.3A (#26-#1 OAWG) FUSED TERMINAL- BLOCK, LE1~, 5)C20 FUSlw 64 304$184- F'HOf=NIX UT4-; IN 300V, 30A (#26~10AWC) GRAY FEEl7 THROUGH TERMINAL BLOCK 1 i460F'48. - HOFFMAN PANEL 56H 44W, )=OR FLOOR-MOUN7ED'ENCLOSURES? : `' 1 5SY4i 18-7 SIEMENS 5SY BREAKER, 15A, 1 POLE, 277VAC/60VOC MAX, UL 1077, CHARACTERISTIC C, 18MM W1DE 1 3044131 PHOENIX UTB 6DOV, 50A (#24-#8AWG) GRAY FEED THROUGH TERMINAL BLOCK i 3044157 PHOENIX UT6-PE (#24-#BAWG) GREEN/YELLOW GROUND TERMINAL BLOCK 5 5SY4111-7 SIEMENS 5SY BREAKER, 5A, 1 POLE, 277VACIBOVDC MAX, UL 1077, CHARACTERISTIC C, 18MM WIDE i 5ST3700 SIEMENS 55Y BUSBAR,1-PHASE, FULLY INSULATED, 214MM, .PUMPER UP TO 12 BREAKERS 5 3046184 PHOENIX UT4-'TWIN 300V, 30A {#26-#10AWG}GRAY FEED THROUGH TERMINAL BLOCK 5 3046223 PHOENIX UT4-TWIN-PE (#26-#10AWG} GREEN/YELLOW GROUND TERMINAL BLOCK 1 5600462 PHOENIX EM-DUO 120V, 15A GFI DUPLEX RECEPTACLE i 2938581 PHOENIX QUINT POWER SUPPLY, 5A, 24V i0 3046090 PHDENIX UT4-HESI-24V 12-30V, 6,3A (#26~10AWG) FUSED TERMINAL BLOCK, LED, 5X20 FUSE 1D 3046184 PHOENIX UT4-TWIN 300V, 3DA (#26-#10AWG} GRAY FEEb THROUGH TERMINAL BLOCK MOXA UNMANAGED ETHERNET SWITCH WITH 6 1011008ASET(X) PORTS, 1 EDS-308-MM-SC AND 2 iDOBASEFX MULTI-MODE PORTS WITH SC CONNECTORS, 0 TO 6D°C OPERATING TEMPERATURE 1 1769-PA4 ALLEN-BRADLEY COMPACTLOGIX POWER SUPPLY, 85-265VAC INPUT, 4A 5VDC/2A 24VDC OUTPUT i 1769-L32E ALLEN-BRADLEY COMPACTLOGIX PROCI=5SOR, 750KBYTE, ETHERNETIIP 2 1769-IQi6 ALLEN-BRADLEY COMPACTLOGIX DIGITAL INPUT, i6bl, 24VDC 1 1769-0816 ALLEN-BRADLEY COMPACTLOGIX bIGITAL OUTPUT, 16DD, 24VDC 1 1769-lF8 ALLEN-BRADLEY COMPACTLOGIX ANALOG INPUT, 8AI 1 1769-OFBC ALLEN-BRADLEY COMPACTLOGIX ANALOG OUTPUT, 8AD CURRENT 1 1769-ECL ALLEN-BRADLEY COMPACTLOGIX LEFT END CAP (REQUIREb FOR 1769- L3XAND 1768-L4X IIO BANK i6 3TX7014-18600 SIEMENS 3TX7D INTERFACE RELAY {TERMINAL BLOCK STYLE), 24VAGIDC COIL, 1C0 CONTACT 6 AMPS MAX} 1 3TX7D14-7AA0 SIEMENS 3TX70 INTERFACE RELAY CONNECTING COMB, 16P1N 64 3046090 PHOENIX UT4-HESI-24V 12-30V, 6.3A (#26-#10AWG) FUSED TERMINAL BLOCK, LED, 5X20 FUSE 80 3046184 PHOENIX UT4-TWIN 300V, 30A (#26-#10AWG) GRAY FEED THROUGH TERMINAL BLOCK 1 A60P48 HOFFMAN PANEL, 56H 44W, FOR FLOOR-MOUNTED ENCLOSUR>;S High Service Pumps 2 PL.C Panel Proposed Bill of Material: QTY PART NUMBi=R Q~SCRiPTION 1 5SY411$-7 SIEMENS 5SY BREAKER, 15A, i POLE, 277VAC160VDC MAX, UL 1077, CHARACTERISTIC C, 18MM WIDE 1 3044131 PHOENIX UT6 600V, 50A (#24-#8AWG) GRAY FEED THROUGH TERMINAL BLOCK AMD. NQ. 1 EXHIBIT "A-1" Pa e12af16 H:IHOMI_1RachelfelGENlWaterlONSWTP18fi05-Facilities Feed OptimizationlAmd. No. 11Exhibil A-1-Bfi05.doc 1 3044157 PHOENIX UT6-PE (#24-#8AWG) GREENIYELLOW GROUND TERMINAL BLOCK 5 5SY4111-7 SIEMENS 55Y BREAKER, 5A, 1 POLE, 277VAC/60VDC MAX, UL 1077, CHARACTERISTIC C, 18MM W1DE 1 5ST3700 SIEMENS 5SY BUSBAR, 1-PHASE, FULLY INSULATED, 214MM, JUMPER UP TO 12 BREAKERS 5 3046184 PHOENIX UT4-TWIN 300V, 30A {#26~10AWG) GRAY FEED THROUGH TERMINAL BLOCK 5 3D46223 PHOENIX UT4-TWIN-PE {#26-#10AWG) GREENIYELLOW GROUND TERMINAL BLOCK 1 5600462 PHOENIX EM-DU0120V, 15A GFI DUPLEX RECEPTACLE 1 2936581 PHOENIX QUINT POWER SUPPLY, 5A, 24V 10 304609D PHOENIX UT4-HESI-24V 12-30V, 6.3A (#26~10AWG) FUSED TERMINAL BLOCK, LED, 5X20 FUSE 14 3046184 PHOENIX UT4-TWIN 300V, 3DA (#26-#10AWG) GRAY FEED THROUGH TERMINAL BLOCK MOXAUNMANAGED ETHERNET SWITCH WITH 6 101100BA5ET(X) PORTS, 1 EDS-308-MM-SC AND 2 100BASEFX MULTI-MODE PORTS WITM SC CONNECTORS, 0 TO 60°C OPERATING TEMPI=RATURE 1 1769-PA4 ALLEN-BRADLEY COMPACTLOGIX POWER SUPPLY, 85-265VAC INPUT, 4A 5VDC12A 24VDC OUTPUT 1 1769-L32E ALLEN-BRADLEY COMPACTLOGIX PROCESSOR, 750KBYTE, ETHERNETIIP 2 1769-IQ16 ALLEN-BRADLEY COMPACTLOGIX DIGITAL INPUT, 16DI, 24VDC 2 1769-OB16 ALLEN-BRADLEY COMPACTLOGIX DIGITAL OUTPUT, 16D0, 24VDC 4 1769-IFS ALLEN-BRADLEY COMPACTLOGIX ANALOG INPUT, 8AI 1 1769-OFBC ALLEN-BRADLEY COMPACTLOGIX ANALOG OUTPUT, 8A0 CURRENT 1 1769-ECL ALLEN-BRADLEY COMPACTLOGIX L>*FT END CAP (REQUIRED FOR 1769- L3XAND 1768-L4X I/O BANK 32 3TX70i4-iBB00 SIEMENS 3TX7D INTERFACE RELAY (TERMINAL BLOCK STYLE), 24VACIDC COIL, 1C0 CONTACT 6 AMPS MAX 2 3TX7014-7AA0 SIEMENS 3TX70 INTERFACE RELAY CONNECTING COMB, 16PIN 104 3046090 PHOENIX UT4-HESI-24V i2-30V, 6.3A (#26-#10AWG) FUSED TERMINAL BLOCK, LED 5X2D FUSE 144 3046184 PHOENIX UT4-TWIN 300V, 30A (#26~10AWG) GRAY FEED THROUGH TERMINAL BLOCK 1 A6DP48 HOFFMAN PANEL, 56H 44W, FOR FLOOR-MOUNTED ENCLOSURES East LAS Fluoride PLC Panel Proposed Bill of Material: Q7Y PART NUM$ER-- D~SCRIf'TfON 1 5SY4118-7 SIEMENS 55Y BREAKER, 18A, 1 POLE, 277VAC/60VDC MAX, UL 1077, CHARACTERISTIC C, 18MM WIDE 1 3044131 PHOENIX UT6 600V, 50A {#24-#BAWG) GRAY FEED THROUGH TERMINAL BLOCK 1 3044157 PHOENIX UT6-PE (#24~BAWG) GREENIYELLOW GROUND TERMINAL BLOCK 5 5SY41 i1-7 51EMENS 5SY BREAKER, 5A,1 POLE, 277VAC/BOVDC MAX, UL 1077, CHARACTERISTIC C, 18MM WIDE 1 5ST3700 51EMENS 55Y BUSBAR, 1-PHASE, FULLY INSULATED, 214MM, JUMPER UP TO 12 BREAKERS 5 3046184 PHOENIX UT4-TWIN 300V, 30A (#26-#10AWG) GRAY FEED THROUGH TERMINAL BLOCK 5 3D46223 PHOENIX UT4-TWIN-PE {#26-#10AWG) GREEN/YELLOW GROUND TERMINAL BLOCK 1 56D0462 PHOENIX EM-DUO 12DV, 15A GFI DUPLEX RECEPTACLE 1 2938581 PHOENIX QUINT POWER SUPPLY, 5A, 24V AMD. NO. 7 EXHIBIT "A-1" Pa e13af96 H:IWOME1RachellehGENlWater10N5W7P48805-Facilities Feed DptimizalionSAmd. No. 14Exhibit A-1-8845.doc 1D 3046090 PHOENIX UT4-HESI-24V 12-30V, 6.3A (#26-#10AWG) FUSED TERMINAL BLOCK, LED, 5X20 FUSE 10 3046184 PHOENIX UT4-TWIN 300V, 30A (#26-#10AWG) GRAY FEED THROUGH TERMINAL BLOCK MOXA UNMANAGED ETHERNET SWITCH WITH 6 1011006A5ET(X) PORTS, 1 EDS-308-MM-SC ANb 2 100BA5EFX MULTI-MOT3E PORTS WITH SC CONNECTORS, 0 TO 60°C OPERATING TEMPERATURE 1 1769-PA4 ALLEN-BRADLEY COMPACTLOGIX POWI=R SUPPLY, 85-265VAC INPUT, 4A 5VDC12A 24VDC OUTPUT 1 1769-L32E ALLEN-BRADLEY COMPACTLOGIX PROCESSOR, 750KBYTE, ETHERNETIIP 1 1769-IQ16 ALLEN-BRADLEY COMPACTLOGIX DIGITAL INPUT, 16DI, 24VDC 2 1769-IF8 ALLEN-BRADLEY COMPACTLOGIX ANALOG INPUT, SAi 1 1769-OFBC ALLEN-BRADLEY COMPACTLOGIXANALOGQUTPUT, BAO CURRENT 1 1769-ECL ALLEN-BRADLEY GOMPACTLOGIX LEFT END CAP (REQUIRED FOR 1769- L3XAND 1768-L4X f10 BANK 40 3046090 PHOENIX UT4-HESI-24V 12-30V, 6.3A (#26-#10AWG) FUSED TERMINAL BLOCK, LED, 5X20 FUSE 64 3046184 PHOENIX UT4-TWIN 300V, 30A (#2B-#10AWG) GRAY FEED THROUGH TERMINAL BLOCK 1 A6DP48 HOFFMAN PANEL, 56H 44W, FOR FLOOR-MOUNTED ENCL05URES Sedimentation Basin PCR4 PI.C Panel Proposed Bill of Material: QTY PANT NU:fVIgER ' D~SCfIATIbN .. 1 55Y4118-7 SIEMENS 5SY BREAKER, 15A, 1 POLE, 277VAC160VDC MAX, UL 1D77, CHARACTERISTIC C, 18MM WIDE 1 3044131 PHOENIX UT6 6DOV, 50A (#24-#8AWG) GRAY FEED THROUGH TERMINAL BLOCK 1 3044157 PHOENIX UT6-PE (#24-#BAWG) GREENIYELLOW GROUND TERMINAL BLOCK 5 5SY4111-7 SIEMENS 5SY BREAKER, 5A, 1 POLE, 277VAC/60VDC MAX, UL 1077, CHARACTERISTIC C, 18MM WIDE 1 5ST3700 SIEMENS 5SY BUSBAR, 1-PHASE, FULLY INSULATED, 214MM, JUMPER UP TO 12 BREAKERS 5 3046184 PHOENIX UT4-TWIN 300V, 30A (#26-#1DAWG) GRAY FEED THROUGH TERMINAL BLOCK 5 3D46223 PHOENIX UT4-TWIN-PE (#26-#10AWG) GREENIYELLOW GROUND TERMINAL BLOCK 1 5600462 PHOENIX EM-DUO 12DV, 15A GFI DUPLEX RECEPTACLE 1 2938581 PHOENIX QUINT POWER SUPPLY, 5A, 24V 10 3046090 PHOENIX UT4-HESI-24V 12-30V, 6.3A (#26-#10AWG) FUSED TERIVIINAL BLOCK, LED, 5X2D FUSE 10 3048184 PHOENIX UT4-TWIN 300V, 30A (#26-#10AWG) GRAY FEED THROUGH TERMINAL BLOCK MOXA UNMANAGED ETHERNET SWITCH WITH 6 101100BASET{X) PORTS, 3 EDS-308-MM-SC AND 2104BASEFX MULTI-MObE PORTS WITH SC CONNECTORS, 0 TO 60°C OPERATING TEMPERATURE 1 1769-PA4 ALLEN-BRADLEY COMPACTLOGIX POWER SUPPLY, 85-265VAC INPUT, 4A 5VDC12A 24VbC OUTPUT 1 1769-L32E ALLEN-BRADLEY COMPACTLOGIX PROCESSOR, 750KBYTE, ETHERNETIIP 6 1769-IQ16 ALLEN-BRADLEY COMPACTLOGIX DIGITAL INPUT, 16DI, 24VDC 2 1769-IFS ALLEN-BRADLEY COMPACTLOGIX ANALOG INPUT, 8AI 1 1769-ECL ALLEN-BRADLEY COMPACTLOGIX LEFT END CAP (REQUIRED FOR 1769- L3XAND 1768-L4X Il0 BANK 112 3046D90 PHOENIX UT4-HESI-24V 12-30V, 6.3A (#26-#10AWG) FUSED TERMINAL BLOCK, LED, 5X20 FUSE AMD. N0. 1 EXHIBIT "A-7" Pa e14of46 H:4HOh~EhRachellelGEN4WaterlONSWTP166iJ5-Facilities Feed OptimizaticnlAmd. No. 1\Exhibit A-1-8605.doc 928 3046184 PHOENIX UT4-TWIN 30DV, 3DA (#26-#10AWG) GRAY FEED THROUGH TERMINAL BLOCK 1 A60P48 HOFFMAN PANT=L, 56H 44W, FOR FLOOR-MOUNTED ENCLOSURES Chemical r=eed PCRS PLC Panel Proposed Bili of Material: Q7Y PART NUfVJBER _ _, .DESCI~1PTiC}N 1 5SY4118-7 SIEMENS 55Y BREAKER, 15A, 1 POLE, 277VACI60VDC MAX, UL 1077, CHARACTERISTIC C, 18MM WIDE 1 3044131 PHOENIX UT6 600V, 50A (#24-#BAWG) GRAY FEED THROUGH TERMINAL BLOCK 1 3044157 PHOENIX UT6-PE (#24~8AWG) GREENIYELLOW GROUND TERMINAL BLOCK 5 5SY4111-7 SIEMENS 5SY BREAKER, 5A, 1 DOLE, 277VAC/60VDC MAX, UL 1077, CHARACTERISTIC C, 98MM WIDE 1 5ST3700 SIEMENS 55Y BUST3AR, 1-PHASE, FULLY INSULATED, 214MM, JUMPER UP TO 12 BREAKERS 5 3046184 PHOENIX UT4-'TWIN 300V, 30A (#26-#10AWG) GRAY FEED THROUGH TERMINAL BLOCK 5 3046223 PHOENIX UT4-TWIN-PE (#26-#10AWG) GREEN/YELLOW GROUND TERMINAL BLOCK 1 56D0462 PHOENIX EM-DUO 120V, 75A GFI DUPLEX RECEPTACLE 1 2938581 PHOENIX QUINT IaOWER SUPPLY, 5A, 24V 10 3046090 PHOENIX UT4-HESI-24V 12-30V, fi.3A (#26-#10AWG) FUSED TERMINAL BLOCK, LED, 5X20 FUSE 94 3046984 PHOENIX UT4-TWIN 304V, 30A (#26-#10AWG) GRAY FEED THROUGH TERMINAL BLOCK MOXA UNMANAGED ETHERNET SWITCH WITH fi 1011008ASET(X) PORTS, 3 EDS-308-MM-SC AND 2100BASEFX MULTI-MODE PORTS WITH SC CONNECTORS, D TO fi0°C OPERATING TEMPERATURE 1 1769-PA4 ALLEN-BRADLEY COMPACTLOGIX POWER SUPPLY, 85-265VAC INPUT, 4A 5VDC/?A 24VDC OUTPUT 1 1769-L32E ALLEN-BRADLEY COMPAGTLOGIX PROCESSOR, 750KBYTE, ETHERNETIIP 2 1769-IQ16 ALLEN-BRADLEY COMPACTLOGIX DIGITAL INPUT, 16DI, 24VDC 5 1769-IF8 ALLEN-BRADLEY COMPACTLOGIX ANALOG INPUT, SAE 2 1769-OF8C ALLEN-BRADLEY COMPACTLOGIX ANALOG OUTPUT, 8A0 CURRENT 1 1769-ECL ALLEN-BRADLEY COMPACTLOGIX LEFT ENp CAP (REQUIRED FOR 1769- L3X AND 1768-L4X IIO BANK 48 304609D PHOENIX UT4-HESI-24V 12-30V, 6.3A (#26-#10AWG) FUSED TERMINAL BLOCK, LED, 5X20 FUSE 8D 3046184 PHOENIX UT4-TWIN 300V, 30A (#2fi-#10AWG) GRAY FEED THROUGH TERMINAL BLOCK 1 A60P48 HOFFMAN PANEL, 56H 44W, FOR FLOOR-MOUNTED ENCLOSURES Trac-Vacs PCR4 PLC Upgrade Proposed Bill of Material: Q7Y PART Nl1M8ER pE~CRfPTIQN 2 MVI46-MNET PROSOFT TECHNOLOGY MODBUS TCPIIP CLiENTISERVER COMMUNICATION MODULE AM©. NQ. 9 EXHIBIT "A-1" Pa e15of16 H:IFEOME1RachetlelGENlWaterlONSWFP18605-Facilities Feetl OptimizatsonL4rtttl. No. 11Exhihil A•1.6S05.doc i=actory Test, System Integration and Start Ua Services Factory Test, System Integration and Start-Up Services will be added to Additional Services to complete the following: 1. Engineering services to program, the PLC and HMI control functionality into the PLCs as well as design all required screens far the operator interface. ails: 2. Work with and support the City Staff in the transitional period from the existing HMI to the new HMI. 3. integrate existing serial communication devices, such as EI Pro Radios, MosCAD Radial, and Chlorine Unloading PLCs. 4. Factory acceptance testing for the system PLCs consisting of five, 8-hour weekdays. Includes authoring of a factory acceptance testing document. 5. Onsite startup and commissioning assistance for the system consisting of twenty, 8- hours days at O.N. Stevens Water Treatment Plant. 6. Onsite programming and technical support for startup and commissioning consisting of ten {10), 8-hour days. Assumptions, Clarifications and Exceptions: City of Corpus Christi shall provide a descriptionlsequence of operation. far each PLC for each Functional Area. City of Corpus Christi shall provide all Server, OWS, EWS, Switches, UPS, Rack equipment to support the project. City shall provide all HMI and SCADA licensed server software. 8. HYDRAULIC OPTIMIZATION EVALUATION Based upon previous observation of the treatment process and the results of previous tracer testing, the inlet hydraulics for all eight sedimentation basins needs to be improved to reduce short-circuiting, improve flocculation, and increase hydraulic detention time. The Engineer shall investigate the potential for improved distribution of flow from the existing sedimentation basin inlet channels by adding afull-width and full-depth ported wall immediately downstream of the existing inlet ports, and prior to the flocculation zones. The investigation shall be done by modeling conditions using the HydraulixT'" computer model. M:IHOME\Rashelle5GENlWaterlONSWTP58605-facitities Feed OptimizationWmd, No. ?1Exhibit A-?-5fi05.doc AMD. NO. 1 L~XHIBiT "A-1" Pa e16of16 EXHIBIT B MANDATORY INSURANCE REQUIRMENTS {Revised Jufy 2009) CONSULTANT LIABILITY INSURANCE A. The Consultant shall not commence work under this Agreement until helshe has obtained a!I insurance required herein and such insurance has been approved by the City. Nor shall the Consultant allow any subconsultant to commence work until ail similar insurance required of the subconsultant has been so obtained. B. The Consultant shall furnish two {2) copies of certificates, with the City named as an additions! insured, showing the following minimum coverage in an insurance company acceptable to the City. TYPE OF 1NSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on all Bodily Intury and Property Damage certificates Commercial General Liability including: $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises -Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products) Completed Operations Hazard 6. Contractual insurance 7. Broad Form Property Damage 8. Independent Consultants 9. Personallnjury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WORKERS' COMPENSAT[ON WHICH COMPLIES WITH THE TEXAS WORKERS= COMPENSATION ACT AND PARAGRAPH II DF THIS EXHIBIT EMPLOYERS` LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITYI $2,000,000 COMBINED SINGt_E LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include [ ] REQUIRED Fong-tern environmental impact for the disposal of [X] NOT REQUIRED contaminants BUILDI=RS' RISK See Section B-6-11 and Supplemental Insurance Requirements [ ]REQUIRED [X] NOT REQUIRED INSTALLATION 1=LOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements [ ] REQUIRED [X] NOT REQUIRED C. In the event of accidents of any kind, the Consultant shall furnish the City with copies of all reports of such accidents at the same time that the reports are forwarded to any other interest parties. EXHIBIT "B" Insurance Requirements Pa e 1 of 2 II. INDEMNIFICATION AND HOLD HARMLESS A. Consultant agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees, and each of them against and hold it and them harmless from any and al! lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connec#ion with the work covered by this contract. The foregoing indemni#y shall apply except if such injury, death or damage is caused by the sole or concurrent negligence of the City of Corpus Christi, its agents, servants, or employees or any other person indemnified hereunder, B. The Consultant shall ob#ain workers' compensation insurance coverage through a licensed insurance company or through self-insurance obtained in accordance with Texas law. If such coverage is obtained through a licensed insurance company, then the contract for coverage shall be written on a policy and endorsements approved by the Texas State Board of Insurance. If such coverage is provided through self-insurance, then within ten (10} calendar days after the dake the City requests that the Consultant sign the contract documents, the Consultant shall provide the City with a copy of i#s certificate of authority to self-insure its workers' compensation coverage, as well as a letter, signed by the Consultant, stating that the certificate of authority to self-insure remains in effect and is not the subject of any revocation proceeding then pending before the Texas Workers' Compensation Commission. Further, if at any time before final acceptance of the Work by the City, such certificate of authority to self-insure is revoked or is made the subject of any proceeding which could result in revocation of the certificate, then the Consultant shall immediately provide written notice of such facts to the City, by certified mail, return receipt requested directed to: City of Corpus Christi, Department of E=ngineering Services, P. O. Box 9277, Corpus Christi, Texas 78469 -Attention: Contract Administrator. Whether workers' compensation insurance coverage is provided through a licensed insurance company or through self-insurance, the coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Consultant will be promptly met. nrnuirlinn o~~nh inco~rnn nn r lll. On the certificate of insurance: • The City of Carpus Christi is to be named as an additional insured on the liability coverage, except for workers' compensation coverage. • Should your insurance company elect to use the standard ACORD form, the cancellation clause (bottom right) shall be amended by adding the wording "changed or" between "be" and "cancelled" and deleting the words "endeavor to" and the wording after "left". If the cancellation clause is not amended in the ACORD form, then endorsements shall be submitted. • The name of the project also needs to be listed under "description of operations". • At least 10-day written notice of change or cancellation will be required. lV. A completed Disclosure of Interest must be submitted with your proposal. EXHIBIT "B" Insurance Requirements Pa e2of2 i" SUPPLIER NTIMBER TO BE ASSIGNED BY I~~' PURCHASING DNISION a+....:r Co us ci ~of DISCLOSURE OF INTEREST Christi City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the Ctty to rovide the following information.. Every question must he answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: LNV Engineering P. O. BOX: STREET ADDRESS: 801 Navigation, Suite 300 CITY: Carpus Christi ZIP: k'IRM IS: I. Corporation X 2. Partnership ^ 3. Sole Owner ^ 4. 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 C sti having an "ownership interest" constituting 3% or more of the ownership in the above named "firm.' Name Job Title and City Department (if lrnown) NIA 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% ar more of the ownership in the above named "firm." Name Title NIA 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 Dan S. Le endecker Marina Advisory Board 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 NIA 78408 EXHTBTT "C" Pa e 1 of 2 FILING REQ~TIREMENTS If a person who requests official action on a matter lniows 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 m 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: Dan S. Leyendecker, P E. Title: President (Type or Print) Signature of Certifying Date: ~~~Zf ,~r~ Person: 'y 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. EXHIBIT "C" Pa e2of2