Loading...
HomeMy WebLinkAboutC2011-331 - 9/27/2011 - ApprovedCITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL_ SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469 -9277 (City) acting through its duly authorized City Manager or Designee .and HDR Engineering, Inc., a Nebraska corporation, 8404 Indian Hills Drive, Omaha, Nebraska, 68114, with offices at 555 N. Carancahua St., Suite 1650, Corpus Christi, TX 78401 (Architect/Engineer -- ALE), hereby agree as follows: 1. SCOPE OF PROJECT (CHAPARRAL STREET SIGNALIZATION FOR TWO WAY CONVERSION. Project Number 6610) The scope of the project includes Package A - preparation of traffic signal plans, technical specifications, summary of quantities, and estimate of probable cost for three intersections; Chaparral/William, Chaparral /Lawrence, and Chaparral /Schatzel. The signals shall accommodate two way traffic. The plans and technical specifications will be provided to Gignac and Associates for inclusion in the overall Chaparral Street Improvements project. Traffic Signal hardware shall be selected by Gignac and Associates. Packa e B —Assist the City staff in conducting an inventory of the signal system on the remainder of Chaparral St. from IH -37 to Cooper's Alley. 2, SCOPE OF SERVICES The A/E hereby agrees, at its own expense, to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, A/E 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, to complete the Project. Work will not begin on Additional Services until requested by the A/E (provide breakdown of costs, schedules), and written authorization is provided by the Director of Engineering Services. A/E 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. The summary of these tasks and services is as follows: 3. ORDER OF SERVICES The A/E agrees to begin work on those authorized Basic Services for 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 A/E 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 maybe required for review by the City staff and may be amended by or with the concurrence of the Director of Engineering Services. 2011 -331 M2011 -206 Contract for Engineering (ALE) Services 09/27/11 Page 1 of 3 HDR Engineering, inc. INDEXED The Director of Engineering Services may direct the A/E 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 (8) days of notice if tasks requested requires an additional fee. 4. MANDATORY REQUIREMENTS A/E agrees to the mandatory contract and insurance requirements as set forth in Exhibit B. 5. FEE The City will pay the A/E a fee, as described in Exhibit A, for providing services authorized. 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 A/E at the address of record. In this event, the A/E will be compensated for its services on all stages authorized based upon A/E 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 to the local economy. The A/E agrees to the extent possible the work described herein will be performed by a labor force residing within the Corpus Christi Metropolitan Statistical Area (MSA). 8. ASSIGNABILITY The A/E 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 A/E staff. If the A/E is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the A/E fee may be assigned in advance of receipt by the A/E without written consent of the City. 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. 9. OWNERSHIP 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 A/E 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. Contract for Engineering (A/E) Services Page 2 of 3 10. DISCLOSURE OF INTEREST AIE further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form attached hereto as Exhibit C. CITY OF CORPUS PHRISTI sy '` WD ate Juan Peral s Jr, P.E. Assistant City Manager RECOMMEN ED B Pete Anaya, P.E. Date Director of Engineering Services ATTEST By Armando Chapa, City S6 APPROVED AS TO FORM By ` V� lA City Attorney Date HDR ENGINEERING, IN Carl E. Crull, P.E. Date Vice President 555 N. Carancahua St., Suite 1650 Corpus Christi, TX 78401 (361) 857 -2211 Office (361) 857 -7234 Fax SEG W ENTERED AUG 25 2011 CONTRACT h7ANAGERS� Contract for Engineering WE) Services Page 3 of 3 EXHIBIT "A" CITY OF CORPUS CHRISTI, TEXAS TRAFFIC SIGNALS (CHAPARRAL STREET SIGNALIZATION FOR TWO WAY CONVERSION Project Number 6510) 1. SCOPE OF SERVICES A. Basic Services. Basic Services will include the following in addition to those items shown on Exhibit "A -1" Task List. 1. Preliminary Phase. PRELIMINARY PHASE SERVICES ARE INCLUDED IN THIS CONTRACT FOR PROJECT B ONLY AS DEFINED IN EXHIBIT A -1 2. Design Phase. DESIGN PHASE SERVICES ARE INCLUDED IN THIS CONTRACT FOR PROJECT A ONLY AS DEFINED IN EXHIBIT A -1 The A/E will: a. Provide one (1) set of the pre -final 1( 00 %) plans (unsealed and unstamped -- electronic and full -size hard copies) for City review b. Attend a Design Review Workshop (DRW). The A/E will compile the list of response and solutions agreed to at the DRW. The list will be emailed back to City staff within seven days following the DRW for distribution. Provide one hard copy and one electronic copy of the pre -final plans and bid documents to the City staff for review and approval purposes with revised opinions of probable costs. c. Upon approval by the Director of Engineering Services, provide one (1) set of the final documents (electronic and full -size hard copies) suitable for reproduction. 3. Bid Phase. BID PHASE SERVICES ARE INCLUDED IN THIS CONTRACT FOR PROJECT A ONLY AS DEFINED IN EXHIBIT A -1 4, Construction Phase. CONSTRUCTION PHASE SERVICES ARE INCLUDED IN THIS CONTRACT FOR PROJECT A ONLY AS DEFINED IN EXHIBIT A-1 B. Additional Services. NO ADDITIONAL SERVICES ARE INCLUDED IN THIS CONTRACT EXHIBIT "A" Page 1 of 3 2. SCHEDULE PROPOSED PROJECT SCHEDULE The following project schedule is proposed and may be modified during design as mutually agreed upon by the City and the AIE. DAY DATE I ACTIVITY PROJECT A Tuesday August 23, 2011 Council Approval of Contract Friday Immediately Begin Design Phase Friday September 15, 2011 Pre -Final Submittal 90% Friday TBD Review Meeting Monday September 22, 2011 Final Submittal 100% PROJECT B Tuesday August 23, 2011 Council Approval of Contract Friday August 26, 2011 Begin Preliminary Phase Friday October 7, 2011 Submit Draft Report Friday October 21, 2011 Review Meeting Friday October 31, 2011 Submit Final Report 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 those identified and will be full and total compensation for all services outlined in Section I.A.1 -4 above, and for all expenses incurred in performing these services. The fee for this project 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, A/E will submit monthly statements for 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 I.A.4, the statement will 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. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the AIE a not -to- exceed fee: EXHIBIT "A" Page 2 of 3 (Project No. 6510) SUMMARY OF FEES EXHIBIT "A" Page 3 of 3 CONTRACT TOTAL BASIC SERVICES 1 Preliminary Phase PROJECT B $24,500.00 $24,500.00 2 Design Phase PROJECT A $57,500.00 $57,500.00 3 Bid Phase PROJECT A $3,750.00 $3,750.00 4 Construction Phase PROJECT A $11,500.00 $11,500.00 Subtotal Basic Services $97,250.00 $97,250.00 ADDITIONAL SERVICES EXHIBIT "A" Page 3 of 3 EXHIBIT "A -1" TASK LIST (Provides supplemental description to Exhibit "A ". Exhibit "A -1" Task List does not supersede Exhibit "A. ") CITY OF CORPUS CHRISTI, TEXAS TRAFFIC SIGNALS (CHAPARRAL STREET SIGNALIZATION FOR TWO WAY CONVERSION). Project Number 6510) BASIC SERVICES: Preliminary Phase: PROJECT B A. Chaparral S treet and IH 37 Eastbound B. Chaparral S treet and IH 37 Westbound C. Chaparral Street and Twigg Street D. Chaparral Street and Taylor Street E. Chaparral S treet and Starr Street F. Chaparral Street and Peoples Street G. Chaparral Street and Sartain Street H. Chaparral Street and Coopers Alley 1. HDR will meet with the City of Corpus Christi (City) to obtain necessary information and establish project schedule. One (1) meeting has been assumed for budget purposes. 2. HDR will provide City updates on project progress. Updates will be provided by email and telephone as needed. 3. Coordinate with City to obtain existing as -built signal plans for the eight intersections listed above, if available 4. With the City signal technician, perform a field survey/ visual inspection of existing signal system to document the following: a. Condition and size of signal heads, both vehicular and pedestrian b. Condition of foundations; concrete and anchor bolts c. Condition of poles d. Location of poles for two way operation e. Condition of ground boxes f. Condition and size of conduits g. Condition of signal controller equipment h. Any intersections without ADA ramps. All condition assessments will be based on visual inspections only. 5. Identify additional signal equipment needed for the conversion of Chaparral Street to a two -way street EXHIBIT "A -1" Page 1 of 3 6. Identify additional signal equipment needed to meet current ADA criteria.. 7. Prepare a draft letter report that will a. Summarize the findings of existing signal equipment conditions and suitability for two -way operations. b. Summarize recommendations for repair, replacement, and upgrades to the system for two way operation. c. Summarize additional signal equipment required for two way operation. d. Summarize additional signal equipment required to meet current ADA criteria. e. Prepare an opinion of preliminary cost for the repairs, modifications and improvements to the signal system. 8. Meet with City to discuss results of the draft report and receive comments. One (1) meeting has been assumed for budget purposes. 9. Prepare a final report addressing all comments from the City. Desi n Phase: PROJECT A A. Chaparral S treet and Williams Street B. Chaparral S treet and Lawrence Street C. Chaparral Street and Schatzell Street 1. Meet with the City of Corpus Christi (City) and Gignac Architects to obtain necessary information, confirm scope of work, review design requirements and establish project schedule. One meeting has been assumed for budget purposes. 2. Provide City updates on project progress. Updates will be provided by email and telephone as needed. 3. Coordinate with Gignac Architects to obtain electronic plans for the listed intersections. This proposal assumes electronic files reflecting the proposed intersection layout are available and will be provided to HDR in DGN format.. 4. Conduct a field review of the intersections to note and verify physical constraints, power connection, utility placement, and any other details necessary for signal plan preparation. 5. Prepare a draft set of plans which will include existing intersection layout, proposed signal layout, pole and conductor schedules, wiring diagrams, VIVDS detection zones, traffic signal foundation, signal quantities, applicable design standards, and opinion of probable cost. The signal hardware shall be selected by Gignac Architects who will provide necessary drawings and specifications sealed by a Texas Registered Professional Engineer. The signal system will be designed to include pedestrian elements that meet ADA requirements. 6. Plans for modifications to the sidewalks, pavement, and accessibility ramps will be prepared by Gignac Architects. EXHIBIT "A -1" Page 2 of 3 7. Prepare a draft set of plans, technical specifications, quantity estimates, and opinion of probable costs for the intersection. The signal construction at this intersection will be bid as part of the Chaparral Street Improvements Project (Project No 6510). 8. Submit draft sets of plans, technical specifications, quantity estimates and opinion of probable cost to City and Gignac Architects for review. This proposal assumes that there will be only two submissions: 90% submittal which would include the complete plan set for City of Corpus Christi and Gignac Architects review and 100% submittal which would include the final plan sets addressing all City and Gignac Architects comments. 9. Meet with City to review 90% submittal comments. One meeting has been assumed for budget purposes. 10. Prepare final sets of plans, technical specifications, quantity estimates and opinion of probable costs which incorporates all previous comments, and submit to the City. Bid Phase: PROJECT A 1. Attend Pre -bid Conference 2. Answer Contractor's questions as they pertain to signals 3. Provide addenda language pertaining to signals to Gignac Architects fro inclusion in addenda. Construction Phase PROJECT A 1. Attend preconstruction conference. 2. Provide clarifications to plans as they relate to the signal construction. 3. Prepare information for any change orders that pertain to signal construction and provide to Gignac Architects. 4. Prepare record drawings as they relate to signal construction. EXHIBIT "A -1" Page 3 of 3 EXHIBIT "B" MANDATORY INSURANCE REQUIREMENTS & INDEMNIFICATION FOR AIE PROFESSIONAL SERVICESICONSULTANT SERVICES (Revised October 2010) A. Consultant must not commence work under this agreement until all insurance required herein has been obtained and such insurance has been approved by the City. The Consultant must not allow any subcontractor to commence work until all similar insurance required of the subcontractor has been obtained. B. Consultant must furnish to the City's Risk Manager, two (2) copies of Certificates of Insurance, showing the following minimum coverages by insurance company(s) acceptable to the City's Risk Manager. The City must be named as an additional insured for all liability policies, and a blanket waiver of subrogation is required on all applicable policies. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Written Notice of Cancellation, Bodily Injury & Property Damage non - renewal or material change required Per occurrence - aggregate on all certificates COMMERCIAL GENERAL LIABILITY including: 1. Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors $1,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY to included $1,000,000 COMBINED SINGLE LIMIT 1. Owned vehicles 2.. Hired — Non -owned vehicles PROFESSIONAL LIABILITY including: Coverage provided shall cover all employees, officers, directors and agents 1 . Errors and Omissions WORKERS' COMPENSATION $1,000,000 per claim 1 $2,000,000 aggregate (Defense costs not included in face value of the policy) If claims made policy, retro date must be prior to inception of agreement; have extended reporting period provisions and identify any limitations regarding who is an Insured Which Complies with the Texas Workers Compensation Act EMPLOYERS' LI ABILITY 500,000/500,000/500,000 EXHIBIT `B" Page I of 3 J-1GEtAStrests16510 - Downtown Streets (Chaparral) Bond Issue 20088 AE Agreement - HDRSExhibil B - Mandatory Insurance Requirements.docx C. In the event of accidents of any kind, Consultant must furnish the Risk Manager with copies of all reports within (10) ten days of accident. D. Consultant must obtain workers' compensation coverage through a licensed insurance company in accordance with Texas law. The contract for coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The coverage provided must be in amounts sufficient to assure that all workers' compensation obligations incurred will be promptly met. E. Consultant's financial integrity is of interest to the City; therefore, subject to Successful Consultant's right to maintain reasonable deductibles in such amounts as are approved by the City, Consultant shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Consultant's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A -VII. F. The City shall be entitled, upon request and without expense, to receive copies of the policies, declarations page and all endorsements thereto as they apply to the limits required by the City, and may require the deletion, revision, or modification of particular policy terms, conditions, limitations or exclusions (except where policy provisions are established by law or regulation binding upon either of the parties hereto or the underwriter of any such policies). Consultant shall be required to comply with any such requests and shall submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Consultant shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Management P.O. Box 9277 Corpus Christi, TX 78469 -9277 Fax: (361) 826 -4555 G. Consultant agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: Name the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation and professional liability polices; ii. Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; iii. Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and iv. Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation, non - renewal or material change in coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. EXHIBIT "B" Pa e 2 of 3 J:YGEN%Streets\6510 - Downtown Streets (Chaparral) Bond Issue 20084AE Agreement - HDRSExhibit B - Mandatory Insurance Requirements.doex H. Within five (5) calendar days of a suspension, cancellation, or non - renewal of coverage, Successful Consultant shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Consultant's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. I. In addition to any other remedies the City may have upon Consultant's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Consultant to stop work hereunder, and/or withhold any payment(s) which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. J. Nothing herein contained shall be construed as limiting in any way the extent to which Successful Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractors' performance of the work covered under this agreement. K. It is agreed that Consultant's insurance shall be deemed primary and non - contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. L. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. INDEMNIFICATION AND HOLD HARMLESS Consultant shall 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 all 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 he alleged to have arisen out of or in connection with the negligent performance of Consultant's services covered by this contract. The foregoing indemnity 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. EXHIBIT "B" Pa e3of3 J:5GEN15treets%6510 - Downtown Streets (Chaparrai) Bond Issue 20064AE Agreement - HMExhibit B - Mandatory tnsurance Requirements.docx SUPPLIER NUMBER TO BE ASSIGNED BYTITT PURCHASING DIVISION City of CITY OF CORPUS CHRISTI Corpus DISCLOSURE OF INTEREST Christi City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with `NA ". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: HDR Engineering, Inc. P. O. BOX: STREET ADDRESS: 555 N. Carancahua, Suite 1654 CITY: Corpus Chri ZIP: FIRM IS: 1. 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 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) NIA 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 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 NIA 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 75478 EXHIBIT "C" Page 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 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 1 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: Carl E. Crull, P.. E. Title: Vice President (Type or Print) Signature of Certifying Date: 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. "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. "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 `tC" Page 2 of 2 COMPLETE PROJECT NAME Project No. XXXX Invoice No. 12345 Invoice Date: ca x co W o � �a Basic Services: Preliminary Phase Design Phase Bid Phase Construction Phase Subtotal Basic Services Additional Services: Permitting Warranty Phase Inspection Platting Survey O & M Manuals SCADA Subtotal Additional Services Summary of Fees Basic Services Fees Additional Services Fees Total of Fees . Total Amount Previous Total Percent Contract Amd No. 1 Amd No. 2 Contract Invoiced Invoice Invoice Complete $1 ,000 $0 $0 $1,000 $0 $1,000 $1,000 1 1 500 %,1 6 2,000 1,000 0 3,000 1,000 500 1,500 500 0 250 750 0 0 0 2,500 0 1 ,000 3,500 0 0 0 $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% $2,000 $0 $0 $2,000 $500 $0 $500 25% 0 1,120 0 1,120 0 0 0 0% 0 0 1,627 1,627 0 0 0 0% TBD TBD TBD TBD TBD TBD TBD 0% TBD TBD TBD TBD TBD TBD TBD 0% TBD TBD TBD TBD TBD TBD TBD 0% $2,000 $1,120 $1,627 $4,747 $500 $0 $500 11% $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% 2,000 1,120 1,627 4,747 500 0 500 11% $8,000 $2,120 $2,877 $12,997 $1,250 $1,500 $3,000 23% CONTRACT FOR ENGINEERING (LARGE AIE) SERVICES EXHIBIT "D" Page 1 OF 1 Last Revision: Dec 2004