Loading...
HomeMy WebLinkAboutC2015-277 - 9/24/2015 - NA • • CITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES AMENDMENT NO. 2 The City of Corpus Christi, Texas hereinafter called "CITY", and LNV, Inc. hereinafter called "ENGINEER" agree to the following amendment to the Contract for Professional Services for O.N. Stevens Water Treatment Plant Facilities Feed Optimization Improvements - Fluoride (Project No. 8605), as authorized and amended by: Original NE Agreement June 3, 2008 Administrative Approval $42,900.00 Amendment No. 1 July 6, 2010 Motion No. M2010-165 $1,832,547.00 EXHIBIT "A", SECTION I. SCOPE OF SERVICES shall be amended as specified on the attached Amendment No. 2 Exhibit "A". EXHIBIT "A", SECTION II. SCHEDULE shall be amended as specified on the attached Amendment No. 2 Exhibit "A". EXHIBIT "A", SECTION III. FEES shall be amended as specified in Amendment No. 2 Exhibit "A" for a revised fee not to exceed $0.00 (Zero Dollars and Zero Cents), for a total restated fee not to exceed $1,875,447.00 (One Million Eight Hundred Seventy-Five Thousand Four Hundred Forty-Seven Dollars and Zero Cents). Monthly invoices shall be submitted in accordance with Exhibit "B". All other terms and conditions of the June 3, 2008 contract between the City and Engineer, and any amendments to that contract, which are not specifically addressed herein shall remain in full force and effect. 2 ClS • " • U . \ Hr -TIpr-ir/OPIA "4"/"" LN , ilV I I lb. Aida / 1i '4E; < � i�%��� 77,x" Val- H. Gray, ' . •ate •an . f- decker, P . Date Exe, tive Director, Pu•lic Works Pres'=-n Navigation, Suite 300 Corpus Christi, Texas 78408 RECOMMEN•ED (361) 883-1984 Office 411 � (361) 883-1986 Fax4 , 15-17 O• atin' •-.moment Date APPROVED AS TO LEGAL FORM zd-/7_ 5 sistant City Attorney f Date for City Attorney APPROVE f aV/(i pus:_,. ..s RA ...,...a .....A D..,4g et Date 2015-277 `+ 9/24/15 AMEND. NO. 2 Page 1 of 2 LNV Inc. M605ONSWTP FACILITIES FEED OPTIMIZATION IMPROVEMENTS\AMENDMENT NO 2 LNV\CONTRACT.DOCX INDEXED • • ATTEST ^e ebecca Huerta, City Secretary Project No: 8605 Accounting Unit: 4088-041 Account: 550950 Activity: 180193014088 EXP . Account Category: 50950 Fund Name: Water 2012 RVBD AMEND. NO. 2 Page 2 of 2 K:\ENGINEERING DATAEXCHANGE\JENNIFER\WATER\8605 ONSWTP FACILITIES FEED OPTIMIZATION IMPROVEMENTS\AMENDMENT NO 2 LNV\CONTRACT.DOCX . . LNV engineers I architects f contractors August 27, 2015 Mr. J. H. Edmonds, P.E. Director of Capital Programs City of Corpus Christi 1201 Leopard St. Corpus Christi, TX 78401 RE: AMENDMENT NO.2 TO PROFESSIONAL SERVICES CONTRACT O.N. STEVENS FACILITIES FEED OPTIMIZATION IMPROVEMENTS CITY PROJECT 8605 Dear Mr. Edmonds: In response to the City's request, we are proposing the following $0.00 amendment for services associated with the ONSWTP Facilities Feed Optimization Improvements project. PROJECT BACKGROUND O.N. Stevens WTP Facilities Feed Optimization Improvements Amd. 2 is based upon the analysis and recommendations made for fluoride facility improvements outlined in the Facility Analysis Engineering Report for the O.N. Stevens Water Treatment Plant (ONSWTP) provided under City of Corpus Christi Project No. 8426 and also the Draft Design Memorandum for the ONSWTP Facilities Feed Optimization Improvements provided under Amendment No. 1 of this contract. The Draft Design Memorandum was submitted in January 2011 as part of the Amendment No.1 preliminary design. PURPOSE The purpose of Amendment 2 is to provide select improvements for fluoride which may include: chemical storage, chemical feed, chemical injection, instrumentation, electrical, and structural improvements which will be provided through basic and additional services in accordance with the Agreement between NE and CITY. Amd. 2 will be provided as a stand-alone bid package. The Scope of Work is as follows: Basic Services will include: 1. Preliminary Phase 2. Design Phase 3. Bid Phase 4. Construction Phase Additional Services will include: 1. Permitting • 2. Topographic Survey 3. Start-up Services 4. Warranty-Phase 5. SCADA Documentation 6. Project Coordination 7. Control System Integration 8. Operations and Maintenance Manual and Training 9. Windstorm 10. Process Automation and System Development PROJECT ASSUMPTIONS The following assumptions have been used to develop the Scope of Services and budget for this project. 1. The improvements shall be accomplished as a traditional stand-alone design- bid-build project and will not be combined with the Raw Water Influent Improvements project(City Project 8643, by others). 2. Existing fluoride containment area will be used for the new facilities. 3. Existing fluoride chemical feed equipment will be demolished and replaced. PROJECT ELEMENTS The O.N. Stevens WTP Facilities Feed Optimization Improvements associated with Amd. 2 for fluoride improvements will consist of the following major elements: 1. Chemical Storage Improvements (Designed for 200 MGD plant capacity) a. Bulk and day tank storage for fluoride. b. Installation of a protective coating on all concrete surfaces within the fluoride containment area. 2. Chemical Feed Improvements a. New flow-paced metering pumps with pump enclosures for feeding fluoride. b. Replace existing distribution piping with dual containment piping from the containment area to the injection points. 3. Chemical Injection Point Modifications a. Chemical injection point modifications for fluoride to optimize the treatment process and improve mixing. b. Replace chemical delivery system with chemical diffusers, or stab tubes, and mixing equipment for the introduction of fluoride into the water treatment train. a. New chemical injection vault for Fluoride injection will be provided upstream of Clearwell No. 1. AMEMDMENT 2 ONSWTP Facilities Feed Optimization Imps,Amd 2 EXHIBIT"A" City Project No.8605 Page 2 of 16 August 27,2015 b. Rehabilitation of the existing Clearwell 2 vault. 4. Instrumentation and Controls New instrumentation and controls at the fluoride facility to provide flow measurements for flow-paced chemical injection, monitor individual tanks levels, calculate current chemical inventories and assist in chemical storage leak detection. 5. SCADA and Integration SCADA and integration services for the fluoride facility will be provided accordingly to modernize the plant control system to improve the optimization and control of chemical addition, provide flow-paced control, and support the redundant controller systems to improve overall plant control and reliability. All new and relocated instrumentation will be integrated into the Plant SCADA HMI system via new and existing PLC installations. 6. Electrical Feed Improvements Electrical feed improvements for the fluoride facility will be made to serve pumps, receptacles, instrumentation, area lighting, and area buildings. 7. Civil Site Work and Structural Improvements Pump shade canopy and/or a prefabricated fiberglass building will be provided to protect fluoride pumps. 8. Demolition of Existing Structures Existing tanks, pumps, piping and appurtenances and FRP enclosure will be demolished. SUPPLEMENT TO SCOPE OF SERVICES The following tasks will be provided to supplement the scope of services defined in the A/E's Exhibit A. All task shown are associated with the fluoride facility improvements ONLY. A. BASIC SERVICES PART 1 - PRELIMINARY DESIGN PHASE TASK 1.0 DESIGN BASIS MEMORANDUM Design criteria will be developed and refined for process and equipment sizing, site layouts, sample/representative process control descriptions, construction phasing requirements, preliminary instrumentation and control diagrams and cost estimates as AMEMDMENT 2 ONSWTP Facilities Feed Optimization Imps,Amd 2 EXHIBIT"A" City Project No.8605 Page 3 of 16 August 27,2015 • 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 Basis Memorandum Prepare a Design Basis Memorandum that addresses the fluoride chemical feed design criteria for the O.N. Stevens WTP Facilities Feed Optimization Improvements. The Design Basis Memorandum shall be composed of a series of chapters addressing the major project elements. The Memo will document the critical design criteria and assumptions, including 30% Drawings, process and equipment selection, mechanical and structural layouts, and cost estimates for the project elements. The Design Basis 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 chemical storage facility improvements for fluoride. 1.2.3 Chemical Feed Improvements Develop preliminary design concepts for flow-paced chemical feed facilities for fluoride. 1.2.4 Chemical Injection Improvements Develop preliminary design concepts for chemical injection point improvements for fluoride. 1.2.5 Instrumentation and Controls Develop preliminary design concepts for instrumentation and controls for fluoride. 1.2.6 SCADA Develop preliminary design concepts for SCADA for fluoride. 1.2.7 Electrical Improvements AMEMDMENT 2 ONSWTP Facilities Feed Optimization Imps,Amd 2 EXHIBIT"A" City Project No.8605 Page 4 of 16 August 27,2015 Develop preliminary design concepts for the electrical improvements for fluoride. 1.2.8 Civil Sitework and Structural Improvements Develop preliminary design concepts for structural improvements 1.3 Preparation of Preliminary Contract Documents Prepare Preliminary Plans based on the Design Basis Memorandum and the decisions from the Design Workshop 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. Site plan b. Mechanical Plans & Major Cross Sections c. Process & Instrumentation Diagrams d. Structural Plans e. Process Flow Diagrams f. Preliminary Opinion of Probable Cost The NE's will be responsible for the preliminary design of the geometry and layout of process structures, preliminary design of mechanical/process 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 Quality Management Check The NE's shall perform an internal Quality Management Check of the Preliminary Contract Documents. 1.5 Deliverables 1.5.1 Design Basis Memorandum An electronic version (PDF file) of each chapter of the Draft Design Basis 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. AMEMDMENT 2 ONSWTP Facilities Feed Optimization Imps,Amd 2 EXHIBIT"A" City Project No.8605 Page 5 of 16 August 27,2015 1.5.2 Final Design Basis Memorandum (30%) Submittal The NE shall prepare and submit the Final Design Basis Memorandum with plans and specifications at the 30% level of completion in accordance with Exhibit A. The Final Design Basis Memorandum submittal shall include the various discipline plans, technical specifications, and typical details as appropriate to the level of design at the time of submittal and in accordance with the CITY's final review comments. 1.5.3 Drawings Provide an electronic copy of the Preliminary Drawings (PDF format). 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. Additionally, these meetings will facilitate identification of the project goals and proposed timetables. These meetings and workshops are described further as follows: 1.6.1 Kick-Off Meeting Attend preliminary design project kick-off 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. 1.6.3 Design Basis Memorandum Review Workshop Attend one (1) 2 hr workshop. The purpose of the workshop will be to review the Draft Design Basis Memorandum to incorporate City's review comments into the Final Design Basis Memorandum. The NE shall develop and distribute to project contributors a preliminary schedule of all required project documentation and assign responsibility for creating, updating and distributing project documentation. Additionally, the NE shall revise and redistribute such schedule throughout the life cycle of the project AMEMDMENT 2 ONSWTP Facilities Feed Optimization Imps,Amd 2 EXHIBIT"A" City Project No.8605 Page 6 of 16 August 27,2015 • PART 2 - DESIGN PHASE The NE 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 NE 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 NE 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 NE shall also attend a half-day submittal review workshop with City Staff for the 60-Percent design submittal to the OWNER. The design team shall develop a log of the OWNER's review comments and submit with the Pre-Final (100 Percent) submittal. 2.3 100-Percent Pre-Final Design Submittal The NE shall prepare and submit plans and specifications at the 100-percent level of completion in accordance with Exhibit A. The 100-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 a half-day submittal review workshop with City Staff for the Pre-Final design submittal to the OWNER. The design team shall develop a log of the OWNER's review comments and submit with the Pre-Final (100 Percent) submittal. 2.4 Quality Management Check The NE shall perform an internal detailed quality management check, in accordance with Exhibit A. AMEMDMENT 2 ONSWTP Facilities Feed Optimization Imps,Amd 2 EXHIBIT"A" City Project No.8605 Page 7 of 16 August 27,2015 2.5 Final Opinion of Probable Cost The NE shall update the cost estimate and provide a final opinion of probable cost, in accordance with Exhibit A. 2.6 Final Design Submittal The A/E shall submit final documents, ready for bid solicitation, in accordance with Exhibit A. 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 NE. 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 Project designed by the NE. 4.3 Interpretations/Clarifications and Responses to Requests for Information The NE shall review and respond in writing to RFIs for those elements of the Project designed by the NE. Questions and concerns that arise during 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. AMEMDMENT 2 ONSWTP Facilities Feed Optimization Imps,Amd 2 EXHIBIT"A" City Project No.8605 Page 8 of 16 August 27,2015 • 4.4 Site Visits NE 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 NE, and to confer with OWNER's on-site staff. 4.5 Change Orders NE shall prepare change orders authorized by the CITY for those elements of the Project designed by the NE. 4.6 Final Inspection Provide in accordance with Exhibit A for those elements of the Project designed by the NE. 4.7 Review Contractor-Submitted Operations and Maintenance Manuals Provide in accordance with Exhibit A for those elements of the Project designed by the NE. 4.8 Record Drawings Provide in accordance with Exhibit A for those elements of the Project designed by the NE. B. ADDITIONAL SERVICES The following describes the Additional Services that may be provided as part of the project, upon written authorization by the CITY. 1. PERMITTING TCEQ Design Submittal: The NE shall coordinate, prepare, and submit the required Summary Transmittal Letter documentation for TCEQ notification and authorization to begin construction. 2. TOPOGRAPHIC SURVEY Provide Topographic Survey services as described in Exhibit A for those elements of the project designed by the NE. AMEMDMENT 2 ONSWTP Facilities Feed Optimization Imps,Amd 2 EXHIBIT"A" City Project No.8605 Page 9 of 16 August 27,2015 • 3. START-UP SERVICES Provide Start-up services as described in Exhibit A for those elements of the Project designed by the NE. The NE shall provide detailed checklist and start-up coordination to assist the Contractor in performing all integration and programming. The NE will also coordinate start-up assistance of the equipment with the appropriate Contractor staff to assure Project start-up activities are performed expeditiously. Validate that the testing program submitted by the Contractor is in conformance with the Contract Documents and assure that the system(s) will respond properly during normal operations and anticipated unusual conditions. Observe conduct of testing and startup and verify that the approved testing program is followed and the reports provided are accurate and complete. Review the Contractor's training plan and instruction materials for compliance with Contract Documents. Contractor or Manufacturer training presentations will be scheduled and coordinated with City personnel and facility operation. 4. WARRANTY PHASE SERVICES Provide Warranty Phase services as described in Exhibit A for those elements of the Project designed by the NE. In addition to the Warranty Phase services described in Exhibit A, provide the services of NE's staff (up to 80 hours total) to resolve equipment issues and other warranty issues that may arise during the warranty period. 5. SCADA DOCUMENTATION SERVICES Provide standardized SCADA documentation, which will include PFDs, P&IDs, loop sheets, logics, SCADA architecture, DCS I/O lists, instrument lists, tie-in lists, piping lists, equipment lists, and instrumentation specification sheets. The construction documents will include the requirements within the Construction Contract and specifications that the Contractor is to prepare SCADA documents as specified, for submission to the NE for review and approval. NE will provide the final SCADA documentation to City in organized format when approved. Prepare construction documents listing requirements and specifications for the contractor to prepare an equipment operation and maintenance manual for submittal to the city. Incorporate review comments from the city, ONSWTP operations personnel and program manager and develop a final equipment O&M manual. 6. PROJECT COORDINATION SERVICES (N/A) AMEMDMENT 2 ONSWTP Facilities Feed Optimization Imps,Amd 2 EXHIBIT"A" City Project No.8605 Page 10 of 16 August 27,2015 projects with this project. The A/E will coordinate with the City, Water Program Manager, and other design consultants on the other ongoing plant projects. Coordination shall consist of NE's attendance of meetings to jointly discuss and communicate project requirements and various other correspondences to promote 7. CONTROL SYSTEM INTEGRATION Provide engineering services to review Contractor's control system configuration parameters such as P&ID parameters, set points, and alarm levels required to achieve correct operation, alarming, emergency notification, and response associated with the automated control system. Engineer will support and coordinate with Contractor on integration of the new PLC panel into the existing SCADA system, configuration of the Historical server, integration of the HMI screens into existing system-wide HMI, demonstration and verification to Owner stability of the new, integrated system. This task is subsequent to the Control Logic and Application Development. 8. OPERATIONS AND MAINTENANCE MANUAL AND TRAINING The NE shall provide engineering services for the operations and maintenance manual and corresponding training as follows: • Provide workshops to identify all required manuals and training. • Coordinate overall system training and submit training material to City for pre- review prior to training classes. • A total of 1 training support sessions that will last approximately 4 hours are planned. The training will be both classroom and hands-on and is intended to supplement the information presented in the O&M Manual. • Ensure that the Owner is in possession of all Manuals and has received all specified training prior to placing the finished product in service. 9. WINDSTORM Engineer will perform Windstorm calculations, inspections, and provide certification for structures as necessary. The City shall furnish existing windstorm certificates for recertification of existing structures. AMEMDMENT 2 ONSWTP Facilities Feed Optimization Imps,Amd 2 EXHIBIT"A" City Project No.8605 Page 11 of 16 August 27,2015 • Prepare WPI-1 form in accordance with the requirements of the Texas Department of Insurance (TDI)for Windstorm for the each of the New Structures; including foundations. • Review design calculations for new building structures and foundations to insure design is in accordance with the International Building Code 2003/2006 and Texas Dept. of Insurance for Windstorm compliance. • Perform wind pressure calculations in accordance with the International Building Code 2003/2006 for all building envelopes to insure all component and cladding elements meet or exceed the requirements of TDI for Windstorm. • Review all necessary submittals for foundation reinforcing, wall and floor framing, windows/frames/anchoring, doors/frames/anchoring, louvers/frames/anchoring and roofing for compliance with TDI. Initial submittal review and one (1) re-submittal review is included in this contract. Additional review of re-submittal's will be performed at an hourly rate of$150.00. • Perform necessary inspections during the entire construction process for all buildings and their respective foundation systems as required to visually verify that all foundation reinforcing, anchorage, primary and secondary framing, connections, sheathing installation, doors, windows and louvers are all constructed as designed. Additional re-inspections will be performed at an hourly rate of$150.00. • Submit WPI-2 —BC-5 forms upon completion of construction to receive the WPI-8 Windstorm Certificate. Windstorm Certification Requirements: The Contractor/Owner shall be responsible for providing all necessary Design / Assembly Documentation for all windows, doors, louvers...etc. to the Windstorm Engineer / Inspector as required to conform to the requirements of the Texas Department of Insurance. All windows, doors, Iouvers...etc., at a minimum, shall meet all positive (inward) and negative (outward) wind pressures for "Components and Cladding" in accordance with the International Building Code 2006 (IBC 2006 with latest Texas Revisions) as calculated by Texas Registered Professional Engineer for the specific project. All Custom-Built Doors / Windows must be tested for the appropriate wind design pressures with a certified facility as approved by the Texas Dept. of Insurance prior to receiving any certification. AMEMDMENT 2 ONSWTP Facilities Feed Optimization Imps,Amd 2 EXHIBIT"A" City Project No.8605 Page 12 of 16 August 27,2015 • 10. PROCESS AUTOMATION SYSTEM DEVELOPMENT Assist the City with defining and documenting the User Requirements Specifications (URS)for the control system. Control Logic and Application Development is a necessary step in designing, writing, and implementing the proper control logic. This task also insures that the control logic and applications meet the owner's expectations and requirements and that the components function properly before being integrated into the rest of the system. • Engineering Services to solicit from the Owner and document User Requirements Specification (URS) for the Process Automation • Engineering Services to develop Detailed Functional Specification (DFS) and Sequence Of Operation (SOO) based on User Requirements • Engineering Services to determine and specify all control system configuration parameters such as PID parameters, setpoints, and alarm levels required to achieve correct operation, alarming, and emergency notification and response of the automated control system. To include parameters for new pumps and equipment as well as modification to control system parameters for existing equipment. • Engineering Services to develop Integration, Verification, and Validation (IV&V) documentation. Develop phased testing and acceptance plan for the new control system. Develop all required testing scenarios, checklists, acceptance and sign-off documentation, installation and cutover sequence, and other quality control and acceptance documentation to be used by the contractor. • Engineering Services to develop drawings and specifications required by contractor to deliver a functional, integrated Process Automation System. • Engineering Services to coordinate, attend and witness acceptance tests, startup, and commissioning. Determine whether supplied system meets requirements and recommend acceptance to Owner. • Upon successful start-up and commissioning, update Detailed Functional Specification and Sequence of Operation, if required, and submit to Owner with As-Built documentation. • Provide engineering services required to coordinate the integrators development of the Human Machine Interface (HMI) graphics for the operator work stations. • Provide engineering services required to coordinate the integrators programming of the specified PLC platform according to the SOO. AMEMDMENT 2 ONSWTP Facilities Feed Optimization Imps,Amd 2 EXHIBIT"A" City Project No.8605 Page 13 of 16 August 27,2015 • Provide engineering services to coordinate the integrators verification and demonstrate to the City that the PLC and HMI operator workstation function as designed prior to installation in field. SCHEDULE All work under this contract shall be completed by the Engineer in accordance with the schedule shown below. ACTIVITY DATE NE Notice To Proceed (NTP) TBD Draft Design Basis Submittal 80 days after NTP Final Design Basis Submittal 120 days after NTP 60% Submittal 170 days after NTP 100% Pre-Final Submittal 210 days after NTP Final Submittal 250 days after NTP Receive Bids 280 days after NTP Begin Construction 370 days after NTP End Construction 550 days after NTP FEES A. Fee for Basic Services. The City will pay the NE a fixed fee for providing for all "Basic Services" authorized as per the tables 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, NE will submit monthly statements for services rendered. The statement will be based upon NE's estimate (and with City's concurrence) of the proportion of the total services actually completed at the time of billing. City will make prompt monthly payments in response to NE's monthly statements. A. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services," the City will pay the NE a not-to- exceed fee as per the tables on the following pages: AMEMDMENT 2 ONSWTP Facilities Feed Optimization Imps,Amd 2 EXHIBIT"A" City Project No.8605 Page 14 of 16 August 27,2015 SUMMARY OF FEES BILLED TO DATE ORIGINAL CONTRACT AMD NO.1 TOTAL CONTRACT BILLED TO DATE FEES REMAINING 7--7011ii,- jail, 7111 BASIC SERVICES 1. Preliminary Phase $ 42,900 $ 199,712 $ 242,612 $ 232,626.40 $ 9,985.60 2. Design Phase $ - $ 447,760 $ 447,760 $ 125,372.80 $ 322,387.20 3. Bid Phase $ - $ 29,958 $ 29,958 $ 8,987.40 $ 20,970.60 4. Construction Phase $ - $ 138,710 $ 138,710 $ 45,774.30 $ 92,935.70 Subtotal Basic Services $ 42,900 $ 816,140 $859,040 $ 412,760.90 $ 446,279.10 i Al ADDITIONAL SERVICES(ALLOWANCE) 1. Permitting $ - $ 26,040 $ 26,040 $ - $ 26,040.00 2. Topographic Survey $ - $ 8,089 $ 8,089 $ 7,280.10 $ 808.90 3. Start-Up Services $ - $ 26,701 $ 26,701 $ 8,811.33 $ 17,889.67 4. Warranty Phase $ - $ 19,502 $ 19,502 $ 6,435.66 $ 13,066.34 5. Provide SCADA Documentation $ - $ 193,025 $ 193,025 $ 146,699.00 $ 46,326.00 6.Project Coordination $ - $ 106,214 $ 106,214 $ 106,214.00 $ - 7.Control Systems Integration $ - $ 612,306 $ 612,306 $ 367,383.60 $ 244,922.40 8.Operations and Maintenance Manual and Training $ - $ - $ - $ - $ - 9. Windstorm $ - $ - $ - $ - $ - 10. Process Automation System Development $ - $ - $ - $ - $ - 11.Hydraulic Optimization Evaluation $ - 5 24,530 $ 24,530 $ 24,530.00 $ - Subtotal Additional Services $ - $ 1,016,407 $1,016,407 $ 667,353.69 $ 349,053.31 TOTAL $ 42,900 $ 1,832,547 $ 1,875,447 $ 1,080,114.59 $ 795,332.41 SUMMARY OF CONTRACT FEES ORIGINAL AMD.NO.1 AMD.NO.2 TOTAL CONTRACT BASIC SERVICES 1. Preliminary Phase $ 42,900 $ 199,712 $ 12,603.40 $ 255,215.40 2. Design Phase $ - $ 447,760 $ - $ 447,760.00 3. Bid Phase $ - $ 29,958 $ - $ 29,958.00 4. Construction Phase $ - $ 138,710 $ - $ 138,710.00 Subtotal Basic Services $ 42,900 $ 816,140 $ 12,603.40 $ 871,643.40 ADDITIONAL SERVICES(ALLOWANCE) 1. Permitting $ - $ 26,040 $ - $ 26,040.00 2. Topographic Survey $ - $ 8,089 $ 830.10 $ 8,919.10 3. Start-Up Services $ - $ 26,701 $ - $ 26,701.00 4. Warranty Phase $ - $ 19,502 $ - $ 19,502.00 5. Provide SCADA Documentation $ - $ 193,025 $ - $ 193,025.00 6.Project Coordination $ - $ 106,214 $ - $ 106,214.00 7.Control Systems Integration $ - $ 612,306 $ (28,371.50) $ 583,934.50 8.Operations and Maintenance Manual and Training $ - $ - $ 3,728.00 $ 3,728.00 9. Windstorm $ - $ - $ 2,334.00 $ 2,334.00 10. Process Automation System Development $ - $ - $ 8,876.00 $ 8,876.00 11.Hydraulic Optimization Evaluation $ - $ 24,530 $ - $ 24,530.00 Subtotal Additional Services $ - $ 1,016,407 $ (12,603.40) $ 1,003,803.60 TOTAL $ 42,900 $ 1,832,547 $ - $ 1,875,447 AMEMDMENT 2 ONSWTP Facilities Feed Optimization Imps,Amd 2 EXHIBIT"A" City Project No.8605 Page 15 of 16 August 27,2015 SUMMARY OF AUTHORIZED FEES FEES REMAINING AMD NO.2 AMD NO.2 FEES REMAINING AUTH FEES CONTRACT AFTER AMD 2 BASIC SERVICES ■ -� 1. DesiPreliminary ase 60 12,603.40 2. Desi•n Phase $ 322,387.20 r' 3. Bid Phase •� $ 3,495 $ 17,475.60 4. Construction Phase I $ 22,003 $ 70,932.70 Subtotal Basic Services $ 446,z79.10 $ 92,925 $ 12,603.40 $ 365,957.50 ADDITIONAL SERVICES(ALLOWANCE) 1. Permitting $ 26,040.00 $ 1,091 $ 24,949.00 2. Topographic Survey 808.90 $ 1,639 • • $ 3. Start-Up Services $ 17,889.67 $ 4,159 $ 13,730.67 4. Warranty Phase $ 13,066.34 $ 1,866 $ 11,200,34 S. Provide SCADA Documentation $ 46,326.00 $ 3,475 $ 42,851.00 6.Project Coordination $ - $ - 7.Control Systems Integration $ 244,922.40 $ 4,368 $ 212,182.90 8.Operations and Maintenance Manual and Training $ 3,728 $ 3,728 $ - 9. Windstorm $ 2,334 $ 2,334 $ - 10. Process Automation System Development $ 8,876 $ 8,876 $ - 11.Hydraulic Optimization Evaluation $ - $ - Subtotal Additional Service 05 $ 31,536 603.40 $ 304,913.91 TOTAL $ 795,332.41 $ 124,461 $ - $ 670,87L41 LNV shall perform said service and all acts attendant thereto with a reasonable standard of care and shall not be held to a higher standard of care unless specifically agreed to by the parties and said agreement is spelled out herein as a condition of this contract. All other terms and conditions of original contract and amendments between the City and Consultant will remain full force and effect. Respectfully, ("1,fri 8 /.7//5 Logan W. Burton, P.E. Vice President AMEMDMENT 2 ONSWTP Facilities Feed Optimization Imps,Amd 2 EXHIBIT"A" City Project No.8605 Page 16 of 16 August 27,2015 Sample form for: COMPLETE PROJECT NAME Payment Request Revised 07/27/00 Project No. XXXX Invoice No. 12345 Invoice Date: Total Amount Previous Total Percent Basic Services: Contract Amd No. 1 Amd No. 2 Contract Invoiced Invoice Invoice Complete Preliminary Phase $1,000 $0 $0 $1,000 $0 $1,000 $1,000 100% Design Phase 2,000 1,000 0 3,000 1,000 500 1,500 50% Bid Phase 500 0 250 750 0 0 0 0% Construction Phase 2,500 0 1,000 3,500 0 0 0 0% Subtotal Basic Services $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% Additional Services: Permitting $2,000 $0 $0 $2,000 $500 $0 $500 25% Warranty Phase 0 1,120 0 1,120 0 0 0 0% Inspection 0 0 1,627 1,627 0 0 0 0% Platting Survey TBD TBD TBD TBD TBD TBD TBD 0% O & M Manuals TBD TBD TBD TBD TBD TBD TBD 0% SCADA TBD TBD TBD TBD TBD TBD TBD 0% Subtotal Additional Services $2,000 $1,120 $1,627 $4,747 $500 $0 $500 11% Summary of Fees Basic Services Fees $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30% Additional Services Fees 2,000 1,120 1,627 4,747 500 0 500 11% Total of Fees $8,000 $2,120 $2,877 $12,997 $1,250 $1,500 $3,000 23% -ctm x to = 0 o Cl.. • 1=1 SUPPLIER NUMBER TO BE ASSIGNED BY CITY PURCHASING DIVISION City of CITY OF CORPUS CHRISTI s corpus OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Everyquestion must be 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: Corpus Christi ZIP: 78408 FIRM 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. fi 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) 1/h 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 AVA 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 /J/Ar" FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body.that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested: and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Dan S. Leyendecker,P. E. Title: President (Type or Print) Signature of Certifying / A Date: S 111' Z/2v/� Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, 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.