Loading...
HomeMy WebLinkAboutC2018-032 - 1/23/2018 - Approved INTERLOCAL AGREEMENT BETWEEN THE PORT OF CORPUS CHRISTI AUTHORITY OF NUECES COUNTY,TEXAS AND THE CITY OF CORPUS CHRISTI, TEXAS REGARDING PROFESSIONAL SERVICES FOR THE EVALUATION OF DESALINATION PLANT This Agreement Regarding Professional Services for the Evaluation of Desalination Plant (the"Agreement")is made and entered into by and between the Port of Corpus Christi Authority of Nueces County, Texas, a navigation district operating under Article XVI, Section 59 of the Texas Constitution("Authority"),and the City of Corpus Christi,Texas,a municipal corporation and home rule city of the State of Texas("City"). Authority and City are sometimes referred to in this Agreement as"Parties"and individually as a"Party". RECITALS WHEREAS, on October24,2017,M&G Polymers USA,LLC("M&GPolymers")filed a voluntary petition for relief under chapter 11 of the Bankruptcy Code in the Bankruptcy Court for the District of Delaware (Case No. 17-12307) and, thereafter, on October 30, 2017, eleven other debtors(including M&G Waters USA,LLC("M&G Waters")commenced chapter 11 cases before the same Court (together with the chapter 11 case of M&G Polymers, the "M&G Bankruptcy" and the 12 debtors collectively referred to as "M&G Debtors"); WHEREAS, on November 16, 2017,the M&G Debtors filed a Motion for Entry of Order Approving Bidding Procedures for the Sale of Certain of the Debtors' Assets [Docket No. 173] (the "Sale Procedures Motion"); WHEREAS, the Sale Procedures Motion sought Court approval of extensive procedures governing the M&G Debtors' efforts to sell substantially all of their assets (the "Sale Procedures"); WHEREAS,M&G Waters was formed to purchase,install and operate certain desalination equipment and boilers(the "Desalination Assets")in Corpus Christi,Texas; WHEREAS, under the Sales Procedure Motion,prospective bidders may bid on all or any combination of the M&G Debtors' assets, including the Desalination Assets; WHEREAS, by Order dated December 14, 2017, the Court granted Debtors' Sale Procedures Motion [docket entry 490]; WHEREAS,the deadline by which prospective interested parties must submit preliminary indications of interest(each a"Proposal'and,the date by which Proposals must be submitted,the "Proposal Deadline") with respect to the Desalination Assets is January 30, 2018 at 5:00 p.m. Eastern Time; WHEREAS, the deadline by which prospective bidders must submit final binding bids (each a"Final Bid"and,the date by which Final Bids must be received,the"Final Bid Deadline") 2018-032 1/23/18 1 M2018-018 Port of Corpus Christi INDEXED is March 6,2018 at 5:00 pm Eastern Time; WHEREAS,the Desalination Assets include a seawater desalination plant("Desalination Plant") for industrial use with a design capacity of 22 million gallons per day (24,643 acre-feet per year); WHEREAS, Authority has contracted for professional services to evaluate the Desalination Plant for possible acquisition; WHEREAS, the City is not interested in submitting a proposal or bid within the M&G Bankruptcy process, but the City desires to utilize work product of the professionals identified herein in order to consider pursuing acquisition of the Desalination Assets after said assets are purchased by a successful bidder within the M&G Bankruptcy; WHEREAS, Authority and the City, exercising their mutual authority and furthering their mutual interests, wish to enter into this Agreement in order to allow the City the right to use the work product and all related information prepared by Authority's Engineer and Consultant identified herein for any purpose deemed necessary by the City; NOW THEREFORE, for and in consideration of the mutual promises and covenants set forth herein, this Agreement is entered into by and between the City and Authority and based on these consideration, undertakings and agreements, the receipt and sufficiency of which is hereby acknowledged,the Parties agree, covenant and contract as follows: ARTICLE 1 EVALUATION OF DESALINATION PLANT 1.1 Professional Services. Authority has engaged Amec Foster Wheeler Environment & Infrastructure, Inc. ("Engineer" or "Amec") and Nova Infrastructure, LLC ("Consultant" or "Nova") to perform certain professional services in connection with the acquisition of the Desalination Plant, including but not limited to: (1) determining the cost to complete the Desalination Plant, the value of the Desalination Plant as an industrial water source, the cost to construct a mirror image system adjacent to the current Desalination Plant, and the cost to replace storage tank capacity at the Desalination Plant; and (2) providing financial projections, capital structure analysis and financing support for the transaction (collectively referred to as the "Professional Services"). The following Professional Services agreements are attached and incorporated into this Agreement as Exhibit A: (1) Professional Engineering Services Contract between the Authority and Amec Foster Wheeler Environmental & Infrastructure executed by Authority on October 23, 2017, with maximum amount of$45,000; (2) Amendment No. 1 to Professional Services Contract for Supplemental Services Project Name: Regional Water Supply Desalination Project No. 17-711A between Authority and Amec Foster Wheeler Environmental& Infrastructure executed by Authority on December 13, 2017, with maximum amount of$40,000; and (3) Consulting Services Contract between Authority and Nova Infrastructure,LLC, effective December 6, 2017,for$15,000 per month for up to a three month term. WL-312225 2 CUL of Corpus Chrsu 1.2 City Right to Use. Authority grants City and the City's officers,employees,agents and consultants, a perpetual license and full access and right to use any and all work product and reports of Engineer and Consultant including the information referenced in said work product or reports. The City and its officers, employees, agents and consultants may utilize any of the work product, reports and information provided by Engineer or Consultant for any purpose deemed necessary by the City including but not limited to use in any potential acquisition of the Desalination Assets by the City after said assets are purchased through the M&G Bankruptcy. In exchange, the City agrees to reimburse Authority for the following costs of Professional Services paid by Authority: up to $85,000 for Professional Services provided by Amec;and up to$15,000 for Professional Services provided by Nova. The City will pay Authority within 60 days of receipt of invoices from Authority for the Professional Services. ARTICLE 2 EFFECTIVE DATE 2.1 Effective Date. This Agreement shall become effective the date it is signed by both Parties (the"Effective Date") ARTICLE 3 GENERAL PROVISIONS 3.1 No Joint Enterprise. This Agreement is not intended to and shall not create ajoint enterprise between Authority and the City. The Parties are undertaking governmental functions under this Agreement and the purpose of the Agreement is solely to further the public good,rather than any pecuniary or proprietary purpose. 3.2 Agreement not for Benefit of Third Parties. This Agreement is made for the exclusive benefit of Authority and the City and not for the benefit of any third party or parties. 3.3 Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Texas, and it shall be performable in Nueces County, Texas. 3.4 Severability. If for any reason any section,paragraph,subdivision,clause,phrase, word or provision of this Agreement shall be held invalid or unconstitutional by final judgment of a court of competent jurisdiction, it shall not affect any other section, paragraph, subdivision, clause, phrase, word or provision of this Agreement, for it is the intent of the Parties that every section, paragraph, subdivision, clause, phrase, word or provision hereof be given full force and effect for its purpose. 3.5 Successors. This Agreement shall be binding upon and shall inure to the benefit of the Parties,their successors and permitted assigns. 3.6 Amendments. No amendments,modifications or other changes to this Agreement shall be valid or effective without the written consent of the Parties. W43]2225 3 Guy of CoTu'Gloom 3.7 Immunity. It is expressly understood and agreed that nothing in this Agreement waives or relinquishes the right of Authority or the City to claim any exceptions, privileges, or immunities as may be provided by law. 3.8 Notices. All notices,demands or requests from the City to Authority shall be given to the Port of Corpus Christi Authority of Nueces County, Texas, Attention: Sean Strawbridge, Chief Executive Officer,P.O.Box 1541, Corpus Christi, Texas 78403, or at such other address as Authority shall request in writing. All notices, demands or requests from Authority to the City shall be given to the City of Corpus Christi, Attention: City Attorney, at 1201 Leopard Street, Corpus Christi,Texas 78401,or at such other address as the City shall request in writing. 3.9 Payments. Any payment made by either the City or Authority for any of the services provided pursuant to this Agreement shall be made out of current revenues available to such party as required by the Interlocal Cooperation Act. All funding obligations of the City under this Agreement are subject to the appropriation of funds in its annual budget. 3.10 Interlocal Cooperation Act. This Agreement is subject to the terms and provisions of the Texas Interlocal Cooperation Act, (the "Act"), codified as Chapter 791 of the Teas Government Code. Each party represents that this agreement has been duly passed and approved by its governing body, as required by the Act. (Signature Page Follows/ WL3I2225 4 City of Corpus Christi IN WITNESS WHEREOF,the Parties have caused this Agreement to be executed by their duly authorized representatives as of the respective dates set forth below the signature of each Party's representative. CITY OF CORPUS CHRISTI,TEXAS F.ffrorti as to brill: 9. •1 tv I� By: tb • IQ-0d-D U«n gu l;9 Assistant G` Attorney For City Attorney . a,D t 1 Date: ATTEST: 1 ,4e /4z, RE ECCA HUERTA PORT OF CORPUS CHRISTI AUTHORITY CITY SECRETARY OF NUECES COUNTY,TEXAS • By: 4.011111.11111F 6i,,,,. 4 9p iers, Date: OIU HUKi i• T COUNCIL 23 I 40 SECRETARY a WL-312225 5 City of Corpus Christi EXHIBIT A (1) Professional Engineering Services Contract between the Authority and Amec Foster Wheeler Environmental & Infrastructure executed by Authority on October 23, 2017 PROFESSIONAL ENGINEERING SERVICES CONTRACT THIS CONTRACT(the"Contract")is made and entered into effective as of the 2nd day of October,2017("Effective Date")by and between the Port of Corpus Christi Authority ofNueces County, Texas ("Authority"), and Amec Foster Wheeler Environment & Infrastructure, Inc. ("Engineer"), each a "Party' and collectively as"Parties". NOW THEREFORE, in consideration of the promises and mutual covenants contained herein, and for other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged,the Parties hereby agree as follows: I. CONTRACT: Authority hereby engages the Engineer and the Engineer hereby accepts its engagement for the purpose of providing to Authority the engineering services ("Services") as are generally described in the"Scope of Services" set forth in Exhibit A to this Contract which is incorporated herein by reference. Engineering designs, reports, drawings and specifications prepared hereunder will be sealed by a Registered Professional Engineer licensed to practice in the State of Texas and in accordance with applicable provisions of the Texas Engineering Practice Act and Rules of the Texas Board of Professional Engineers. 2. PERIOD OF SERVICE: The Engineer shall complete the Services on or before February 28, 20I8(the"Deadline"), unless the Authority agrees to extend the Deadline for good ivtnu r; provided, however, that the Authority may terminate this Contract at any time in accordance with Section 14. Time is of the essence in performance of this Contract. There will be no obligation established between Authority and the Engineer for performance of the Services until Authority provides the Engineer with a written notice to proceed which shall be issued upon execution of this Contract and receipt by the Authority of appropriate Certificates of Insurance and !, other documentation as may be required herein. The term of this Contract ("Term") shall begin !i on the Effective Date and shall end on the first to occur of the following: (1) the Deadline,as the same may have been extended by the Authority,(2)the date on which,in the opinion of Authority, all of the Services have been rendered, (3) the date on which this Contract is terminated by the Authority pursuant to Section 14, or (4) the date on which this Contract is terminated by the Engineer pursuant to Section 14. 3. COORDINATION OF SERVICES BY AUTHORITY: Authority shall designate a Project Representative who will, on behalf of Authority, coordinate with the Engineer and administer this Contract. It shall be the responsibility of the Engineer to coordinate all assignment- related activities with the Project Representative. For the purposes of this Contract,the Project Representative shall be: Sarah L. Garza Port of Corpus Christi Authority PO Box 1541, Corpus Christi,TX 78403 (361) 885-6163 sarah(tdnocca.com 1 SII Professional Engineering Services Contract Form—September 2016 Authority may change the Project Representative at any time by giving the Engineer written notice of such change. 4.NOTICES: Notices, demands, requests or other formal communication related to the Contract shall be deemed to have been given when received, whether delivered personally or mailed. E-mail communications may be considered as fennel notification provided the e-mail message states the message is intended as a formal notice and the receiving Patty acknowledges receipt of the message as a formal notification. Notices shall be addressed as follows: If to the Authority: John P. LaRue Executive Director Port of Corpus Christi Authority 222 Power Street Corpus Christi,Texas 78401 .II E-mail: iohn(rdoocca.com If to the Engineer: David R.Hoffinan,P.E. Vice President Amec Foster Wheeler plc Environmental&Infrastructure 3755 S. Capital of Texas Highway, Suite 375 Austin,Texas 78704 -___--- E-mail:david.hoffman@amec.com_ Either Party may change the mailing or E-mail address for notifications by providing written notice of such change to the other Party. 5. CHANGES: This Contract may be changed or modified at the request of either the III Engineer or the Authority, provided both Parties agree to the requested change, and a written amendment or modification of this Contract is prepared and executed by the Parties. 6. ENGINEER'S RESPONSIBILITIES: In addition to all other obligations contained herein,the Engineer agrees,warrants,and represents that: 6.1 The Engineer will furnish all material, equipment, labor and supplies in such quantities and of the proper quality to professionally and timely perform the Services, except as otherwise mutually agreed by the Parties; 6.2 The Engineer shall perform the Services with the professional skill and care ordinarily provided by competent engineers practicing in the same or similar locality and under the same or similar circumstances and professional license; 6.3 The Engineer will comply with the provisions of all federal, state, and local laws, regulations,ordinances,requirements and codes which are applicable to its performance of Services; 302886 2 Professional Engineering Services Contract Form—September 2016 6.4 The Engineer is not and will not be bound by any agreement and has not assumed nor will assume any obligation which would,in any way,restrict its ability to perform the Services or be inconsistent with the Services; 6.5 In performing the Services, the Engineer will not use any third party's confidential or propriety information, or infiinge the rights of another party, nor will the Engineer disclose to the Authority, or bring onto the Authority's premises,or induce the Authority to use any third party's confidential or proprietary information; 6.6 The Engineer does not have the authority to act for the Authority,bind the Authority in any respect,or incur any debts or liabilities in the name of or on behalf of the Authority, except as otherwise expressly authorized in writing by the Authority; 6.7 Engineer's Opinions of probable cost or other forms of cost estimates will be based on the Engineer's experience, the design, and current market conditions to the extent practicable. Authority hereby acknowledges that Engineer cannot warrant that estimates of probable cost provided by Engineer will not vary from actual market prices obtained by Authority; 6.8 Engineer is an independent contractor for the performance of his duties under this Contract. Accordingly,the Engineer shall be responsible for payment of all taxes including federal,state and local taxes arising out of the Engineer's activities in accordance with this Contract. Engineer is responsible for payment of the compensation, including any withholding, Social Security, or other taxes on such compensation, of any subcontractors retained by Engineer,or Engineer's employees performing work on the Project; 6.9 Engineer has and hereby retain"§full control of any supervision over the Engineer's • obligations hereunder and over any persons employed or subcontracted by the Engineer for performing Services hereunder; 6.1.0 Engineer will inno waybe considered an agent,partner,joint venturer,or employee of Authority at any time during the Term. Engineer will only render advice to Authority and will not undertalce to commit Authority to any course of action in relation to a third party unless expressly requested and authorized to do so by the Authority in writing. 6.11 As of the Effective Date and at all times while providing Services hereunder, the Engineer shall. possess and maintain in good standing any and all licenses or other authorizations and approvals necessary to perforin the Services consistent with its status as an independent contractor and in compliance with all applicable laws and regulations; 6.12 Engineer may, with prior written approval of Authority, use representations of designs or other engineering services provided hereunder for promotional purposes. Authority reserves the right to review and approve,in advance of any publication or use, promotional materials containing reference to or images related to the work produced under this Contract. /I 302886 3 Pr t'essional Engineering Services Contract Form—September 2016 • 7. COMPENSATION: The compensation to be paid Engineer for providing the Services shall be the compensation described in Exhibit B hereto,which is incorporated herein by reference; provided,however, the total paid to Engineer for the Services shall not exceed Forty- five Thousand Dollars ($45,000). Engineer will obtain the approval of Authority's Project Representative relative to incurring travel and other expenses before incurring such costs. 8. INVOICE PROCEDURE AND PAYMENT: Engineer shall submit invoices monthly to the Authority for work performed during the preceding calendar month. Such invoices shalt be due and payable by Authority on or before thirty (30) days from receipt by Authority. Monthly compensation will be for the Services actually performed during the billing period, invoiced in accordance with the Fee.Schedule included in Exhibit B. Invoices shall also describe any work performed by subcontractors retained by Engineer and reimbursable costs. Subcontractor cost mark-up shall not exceed five percent(5%). Engineer will provide sufficient • detail with each invoice to substantiate the requested amount of monthly payment. At the Authority's request,Engineer will provide additional backup such as signed time sheets,invoices for materials and subcontracted service or other documentation sufficient to establish the accuracy of the invoices. Invoices are to be submitted in a format previously approved by Authority. 9.INSURANCE: Engineer shall procure and maintain at its sole expense,for as long as Engineer is obligated to provide Services under this Contract, the policies of insurance described in Exhibit C attached hereto and in at least the minimum amounts specified in Exhibit C to protect Engineer from claims which may arise out of'or result from Engineer's Services pursuant to this Contract, whether such operations be by Engineer, by any subcontractor of Engineer, by anyone directly or indirectly employed by Engineer or Engineer's subcontractor, or by anyone for whose acts Engineer or Engineer's subcontractor maybe liable. At least five(5)days prior to execution of this Contract,Engineer will provide to Authority's Risk Program Manager certificates of insurance issued by each insurance company providing any of the required insurance coverage, and the text entered in each certificate must be acceptable to Authority. The requirement to provide acceptable certificates of insurance is a material condition of this Contract, and work under this Contract will not commence until certificates of insurance have been received,reviewed,and accepted by Authority. The minimum limits of liability and coverage for the insurance required are set forth in Exhibit C attached hereto, which is incorporated herein by reference. 10. INDEMNIFICATION AND RELEASE. Engineer hereby releases and discharges Authority and its agents,servants,representatives,employees,officers,directors, and Port Commissioners (collectively, the "Authority Parties") from liability for and assumes the risk of loss or damage to the property of Engineer and the injury or death of any person employed by Engineer. Engineer shall defend,indemnify and hold harmless the • Authority Parties from and against all damages, losses, costs and expenses, of any nature whatsoever, whether incurred as a judgment, settlement, penalty, fine or otherwise (including reasonable attorneys'fees and the cost of defense),in connection with any action, proceeding, demand or claim but only to the extent caused by the negligent acts,errors, or omissions of the Engineer,its employees, agents, or subconsultants, or others for whom the Engineer is legally liable,in the performance of Sefvices under this Contract. The Engineer is not obligated under this paragraph to indemnify the Authority Parties for the negligent acts of the Authority Parties. gip 302886 4 Professional Engineering Services Contract Form—September 2016 Engineer's indemnity obligations under this Section 10 shall not be limited by a limitation on the amount or type of damages, compensation or benefits owed by Engineer to any employee of Engineer under workers' or workmen's compensation acts, disability benefit acts, or other employee benefit acts. The obligations of the Engineer under this Section 10 shall survive the and of the Term of the Contract. 11. LIMITATION OF LIABILITY: Except as otherwise expressly provided herein, neither Party shall be liable or responsible to the other Party for any indirect, incidental or consequential loss or damage of any nature whatsoever(including, but not limited to, contract, negligence or tort liability) of the other Party, including without limitation, any actual or anticipated profits,loss of time,inconvenience,commercial loss or any other damages,even if the Party has advance notice of the possibility of such damages. 12. DISCLOSURE OF INTERESTED PARTIES: Engineer will comply with the provisions of Section 2252.908 of the Texas Government Code and Chapter 46 of the Texas Ethics Commission Rules by preparing a Texas Form 1295, "Certificate of Interested Parties" and submitting the signed and notarized form to Authority at the time Engineer submits the signed •contract to Authority. 13. ASSIGNMENT: Neither Authority nor Engineer will assign or transfer its interest in this Contract without the written consent of the other. 14. SUSPENSION OR TERD'IINATION: Authority may suspend or terminate this Contract for convenience with seven(7)days prior written notice to Engineer of such action. Upon termination of this Contract in accordance with this paragraph, Authority will have no further • obligation to the Engineer hereunder except to pay the Engineer unpaid fees and expenses which the Engineer can reasonably show to have been earned under this Contract. Under no circumstances may Engineer claim or recover consequential damages from Authority. In the event of suspension of Services, the Engineer shall resume the full performance of the Services when directed in writing to do so by Authority. Suspension of the Services for reasons other than the Engineer's negligence or failure to perform shall not affect the Engineer's • compensation as provided for in this Contract. The schedule for performance of the Services shall be amended by a mutually agreed,written modification to this Contract to reflect the suspension. Either Party may terminate this Contract by giving written notice to the other Party if the other Party("Defaulting Party"): (a)materially breaches any term, condition or provision of this Contract and fails to cure the breach to the satisfaction of the notifying Party within ten(10)days after the Defaulting Party receives a written notice of the breath from the notifying Party, or(b) becomes the subject of any proceedings under state or federal law for the relief of debtors or otherwise becomes Solvent,or bankrupt,or makes any assignments for the benefit of one or more creditors. rAr 302286 5 Professional Engineering Services Connect Form—September 2016 15.DISPUTES: Each Party agrees that any dispute between the Parties relating to this Contract will first be submitted in writing to a panel of two senior executives of the Authority and Engineer,who shall promptly meet and confer in an effort to resolve such dispute through good faith consultation and negotiation. Each Party'sexecutive shall be identified by notice to the other Party,and may be changed at any time thereafter also by notice to the other. Any decisions of the executives will be final and binding on the Parties, In the event the executives are unable to resolve any dispute within thirty (30) days after submission to them, either Party may then refer such dispute to mediation. If the Parties refer to mediation any controversy or claim arising out of or relating to this Contract or the existence,validity,breach or termination thereof,whether dining or after its term, they shall select a mutually acceptable mediator within forty-five(45) days thereafter. Neither Party shall unreasonably withhold consent to the selection of a mediator. The Parties shall share equally the costs of mediation. If the Parties agree,they may substitute other forms of alternative dispute resolution. Any mediation shall not extend beyond thirty(30)days after the appointment of the mediator,and should the Parties fail to resolve any dispute by mediation within such 30-day period,the Parties shall have all rights available at law or in equity. 16.ATTORNEY'S FEES,DEFAULT: In the event Engineer or Authority breach any of the terms of this Contract and the Party not in default employs attorneys to protect or enforce its rights hereunder and prevails,then the defaulting Party agrees to pay reasonable attorney's fees and costs incurred by the prevailing Party. 17.STAFFING: Engineer will designate in writing to Authority its project representative, and the manner in which it will provide staff support for the project,which must be approved by Authority. Engineer must notify Authority's Project Representative of any change in personnel assigned to perform work under this Contract, and the Authority's Project Representative has the right to reject the person or persons assigned to fill the position or positions. The Authority's Project Representative shall also have the right to require the removal of the Engineer's previously assigned personnel,including Engineer's project representative,provided sufficient cause for such • removal exists. The criteria for requesting removal of an individual will be based on, but not limited to,the following: technical incompetence, inability to meet the position's qualifications, failure to perform,poor attendance, ethics violation,unsafe work habits, or damage to Authority or other property. Upon notice for removal,Engineer shall replace such personnel with personnel substantially equal in ability and qualifications for the positions and shall submit the proposed replacement personnel qualification and abilities to the Authority,in writing,for approval. 18. OWNERSHIP OF WORK PRODUCT: Studies,plans,reports, surveys, drawings, specifications, cost estimates, cothputations and other information(collectively"Work Product") and documents prepared by the Engineer,subconsultants,and/or suppliers wider this Contract will remain the Authority's property upon completion. This provision does not apply to pre-existing proprietary information of Engineer,subconsultants,and/or suppliers. • 19.CONFIDENTIAL INFORMATION: It is understood that information developed by or communicated to Engineer in the performance of this Contract, as well as any and all information in whatever form or medium supplied to Engineer in connection herewith which is rof Ps 6 Professional Engineering Services Contract Fonn—September 2016 • not generally available to the public is proprietary to the Authority and constitutes confidential information of the Authority. Engineer will make no oral or written disclosure of such information to third parties either during or after the term of this Contract,except as approved in writing by the Authority's Project Representative or as otherwise required by law. In the event the Engineer becomes aware that confidential information must be disclosed under a legal requirement, Engineer will notify Authority of the requirement and the affected information. 20.FORCE MAJEURE: Neither Party shall be considered in default in the performance of its obligations hereunder to the extent that the performance of such obligation is delayed by any cause beyond the reasonable control of the affected Party. In the event of such a delay, the time for performance for the affected Party shall be extended for a period equal to the time lost during the delay, or the Contact may be terminated in accordance with terms herein should such delay be sufficient that termination is in the best interest of the Authority. 21. SEVERABILITY and WAIVER: If any part of this Contract is held to be invalid, illegal; or unenforceable in any respect,such determination shall not affect any other provision of this Contract, and this Contract shall then be construed as if the invalid, illegal, or unenforceable provision had not been included in this Contract. Further, the failure of either Party in any one or more instances to insist upon strict performance of any of the terms and provisions of this Contract or to exercise any option herein conferred shall not be construed as a waiver or relinquishment to any extent of the right to assert or rely upon any such terms,provisions or options on any future occasion. 22. GOVERNING LAW: This Contract shall be governed by and construed in accordance with the laws of the State of Texas. The Parties agree that venue of all claims and lawsuits arising out of this Contract shall lie in Nueces County,Texas. 23.OPEN RECORDS: The Authority is a governmental body subject to the requirements of the Texas Public Information Act (Texas Government Code, chapter 552), and as such the Authority is required to disclose to the public (upon request) this Contract and certain other information and documents relating to the,consummation of the transactions contemplated hereby. In this regard,the Engineer agrees that the disclosure of this Contract or any other information or materials related to the consummation of the transactions contemplated hereby to the public by the Authority as required by the Texas Public Information Act or any other applicable law will not expose the Authority(or any party acting by,through or under the Authority)to any claim,liability or action by the Engineer. 24.NO ORGANIZATIONAL CONFLICT OF INTEREST: Engineer hereby certifies that it has no actual or potential Organizational Conflict of Interest, "Organizational Conflict of Interest"means that because of other activities or relationships with other persons or entities, the Engineer is unable or potentially unable to render impartial assistance or advice to Authority or the Engineer's objectivity in performing the services under this Contract is or might otherwise be • impaired. Engineer agrees to immediately notify Authority of any actual or potential Organizational Conflict of Interest that develops during the term of this Contract. Engineer agrees that Authority may terminate this Contract immediately if it becomes aware of any Organizational Conflict of Interest during the term of the Contract: 3 2886 7 Professional Pfessional Engineering Services Contract Form—September 2016 �/ 25. DEFAMATION: The Parties covenant and agree that in no event, and at no time during the Tenn or at any time thereafter,shall either of them disparage,denigrate,slander, libel or otherwise defame the other or the other's businesses, services, properties or assets, or employees,personnel, agents,or representatives. 26.HEADINGS: All Section headings or other titles used in this Contract are used solely for convenience and shall not affect or be used in connection with the interpretation or construction of this Contract. 27. ENTIRETY 01' CONTRACT: This writing embodies the entire Contract and understanding between the Parties hereto, and there are no other contracts or understandings,oral or written, between them with reference to the subject matter hereof that are not merged herein and superseded hereby. No alteration, change,or modification of the terms of this Contract shall be valid unless made in writing and signed by both Parties hereto. [Signature page follows this page] • • 302886 8 9 Profeseionat Engineering Services Contract Form—September 2016 IN WITNESS WHEREOF,this Contract is made effective as of the Effective Date. PORT OF CORPUS CHRISTI AUTHORITY OF NUEC COeti TEXAS By: (LL .Cs tcr ame: john P.L: ' 1- Title: Executive Direc r Date: lb'�'J "Authority" AMEC FOSTER WHEELER ENVIRONMENT &INFRASTRUCTURE,INC: BY: ..1lti / e Name: David R.Boffin:LSE. Title: Vice President 4111 Date: O Al "Engineer" 302886 ' 9 Professional Engineering Services Contract Form-September 2016 • EXHIBIT A SERVICES The Engineer will perform the following services in accordance with the terms and conditions sat forth in this Contract: Scope of Work: Task 1: Kick-off Teleconference A kick-off teleconference will be held within one week after award.Primary team members from Engineer will participate.The goal will be to fully understand project expectations,obtain points of contact within M&G Chemicals, plan the site visits, and finalize what is expected to be a compressed schedule. Task 2: Document Review Engineer will prepare a list of requested documents for review including a MI set of permits, process flow diagrams, process and information diagrams, operations manuals and as-built drawings. T his review will occur at the facility and include interviews with appropriate personnel. Prom this set of documents,Engineer will assess the system and identify any data gaps or issues of potential concern. Task 3: Facility Inspection Concurrent with the document review,Engineer will tour the site.The goals will be to assess: • Aquatic—Is high quality sea water at the intake sustainable or is the water supply subject to varying water quality that will negatively affect system performance in the future? • Pre-Treatment—Are the pre-treatment processes adequate to treat intake water? • • Filtration—Will the filtration system operate with a high degree of reliability? • Discharge—Will discharge water mix adequately in a manner that will protect local marine species? • Mechanical/Electrical—Will the system function in a reliable manner? • Civil—Is the plant constructed in a manner suchthatit will be a good longterm investment? Tasks 2 and 3 timeframe will be limited to two days. Anticipated engineering disciplines will include at a minimum: • Process Engineer experienced in water filtration • Civil • Mechanical Task 4:Report At the completion of the documents review, interviews and site reconnaissance,Engineer will provide the following: • A summary phone call/email of the site observations within two days following the facility visit. • A draft report within 20 business days following the facility visit. • A final report within 5 business days of receiving final comments from PCCA. Task 5: Phase!Environmental Site Assessment A Phase I ESA will be performed at the facility, which will be defined as the desalination plant currently owned by M&G Chemicals. The M&G chemical plant will be considered part of the surrounding area.The purpose of the Phase I ESA is to evaluate the presence or potential presence of recognized environmental conditions(RECs)as a result of present or past activities on or in the vicinity.The Phase I ESA will be conducted in accordance with the United States Environmental Protection Agency's (tJSEPA) All Appropriate Inquiry (AAI) Rule and conforming to ASTM International,Inc. (ASTM)E1527-13.The following scope of work has been prepared so that the completed Phase I ESA meets the requirements of the EPA AAI Rule and ASTM Standard E 1527- 13. Historical Documentation:A review of historical documentation will be performed for the facility and surrounding areas to evaluate for potential RECs.The review will include aerial photographs, historical maps, city directories, available building/water permits, and previous environmental reports. Engineer understands this was a greenfield development,but intends to review property uses back to 1950, or to first developed use as is reasonably ascertainable. Interviews: Engineer will attempt to interview individuals that are likely to have material information regarding the potential for contamination. ASTM E1527-13 requires that the User provide contact information for such individuals. As such, Engineer will be requesting contact information for key facility individuals, as available, including.past and present owners and operators who have material information regarding the potential for contamination. Environmental Records: A review of selected local, State, and Federal environmental regulatory agencies will be conducted for records, lists, or other readily available sources of information through a vendor.This review will be conducted to determine if the facility or nearby properties are listed as having aknown environmental issue,are under investigation,or are regulated by State of Federal environmental regulatory agencies. Engineer will list regulated facilities within radii specified by ASTM E 1537-13. User Provided Information: In order to complete the Phase I ESA according to the USEPA AM Rule and ASTM E 1527-13,Engineer will request from the User the following information for the facility: • Identification of environmental liens. • Consideration of purchase price vs.fair market value. • Consideration of specialized knowledge. • Specialized knowledge that Users may have regarding the facility or operations must be considered by the Users. This would include inherent information that the Users might have because of the type of work performed for which the Users may be familiar. • Consideration of commonly known information.Commonly known information about the facility must be considered by both Users and Engineer. Commonly known information could be identified through interviews,website information,newspaper articles,and other • information commonly and publicly known about the facility. Review of Published Literature: Engineer will review available literature on the soils, geology, and hydrogeology in the facility vicinity. Phase I ESA Narrative Report: A Phase I ESA report will be prepared for the facility and will • include vicinity and Property-specific maps, discussion,findings, opinion, and conclusions. Each report will also include a statement that AM was performed in conformance with the standards and practices set forth in 40 CFR Part 312 and will reach conclusions required by ASTM B 1527- 13. Deliverables: • .Draft and final Desalination Plant Due Diligence Report in PDF. • Draft and final Phase I Environmental Site Assessment Report in PDF. Schedule: The schedule is as defined above in each task. II EXHIBIT B FEE SCHEDULE The Engineer will perform the Services described in Exhibit A in accordance with the terms and conditions of this Contract on an hourly fee basis; provided, however, that the total fee for services rendered under this Agreement will not to exceed $45,000, without Authority's written approval. Services provided by Engineer will be billed at the hourly rates specified in Exhibit B. These fees will cover all of Engineer's overhead costs, including but not limited to, office rent, long distance telephone charges,postage,payroll and copying charges. Kick-off Meer _ 12 $2 600 2 Document Review 54 $11,300 3 Facitit I ction 50 $9,000 4 Report 101 $17,800 5 Phase ESA 32 _. $4 00_ Total 249 $45 000 The Authority agrees to reimburse the Engineer for certain authorized and approved travel expenses incurred by the Engineer during the Term and directly resulting from the Engineer's performance of the Services under this Contract. Reimbursement for lodging and meals may not exceed the maximum allowable per diem rates for domestic or foreign travel as set by the U.S. Department of Defense, Defense Travel Management Office. Lodging and meal per diem rates li for specific locations (foreign and domestic) may be found at: http://www.defensetravel.dod.milisite/perdiemCalc.cfml. Authority will also reimburse the Engineer for document production costs and other direct costs (collectively, "Direct Costs") incurred by the Engineer in performing the Services. The Engineer shall submit proper documentation of any such approved travel expenses and Direct Costs to Authority from time to time, and such costs and expenses shall be billed to Authority at Engineer's actual cost. !i Not later than the twentieth (20th) day of each calendar month, Engineer shall submit to Authority detailed invoices for all services performed and Direct Costs incurred,if any,pursuant to this Agreement during the prior calendar month. The invoices shall describe in detail the Services performed during the prior month and shall list the days and hours worked, the hourly rates charged,pre-approved Direct Costs,milestone achievements,tasks performed or completed, and the Services performed during each day of the prior month. Authority shall review the invoices and notify Engineer in writing(including email)within twenty(20)days of any disputed amounts. Should this Contract be terminated for any reason,the Engineer will be paid all fees earned up to the termination date and any approved direct expenses incurred. The fees listed on Exhibit B will remain in effect throughout the duration of this contract. RATE SCHEDULE PROFESSIONAL SERVICES CLASSIFICATION RATE/HOUR Principal $220 Senior Associate $210 Associate $191 Senior2 $174 Seniorl $156 Technical Professional 3 $128 Technical Professional 2 $115 TechnicalProfessional 1 $110 TECHNICIAN SERVICES CLASSIFICATION RATE/HOUR Technician6 $105 Technician 5 $92 Technician $87. Technician 3 $75 Technician 2 $69 Technician 1 $59 ADMINISTRATIVE SERVICES CLASSHHCATION RATE/HOUR Administrative Level 6 $92 Administrative Level 5 $87 Administrative Levet4 $82 Administrative Level 3 $69 Administrative Level 2 $64 Administrative Level I $59 OTHER DIRECT EXPENSES Travel Expenses:Transportation(mileage,air travel,car rental,etc.),lodging,meals,&incidental expenses Cost Subcontract-Expenses: Supplies or services furnished to Amec Poster Wheeler in support of project activities Cost plus 5% by any supplier or firm,except temporary agency or consultant staff charged at above hourly rates Direct Expenses:Other expenses in support of project activities Cost Plus 5% Unit Pricing: Any unit pricing work,such as laboratory analysis,in-house equipment rental,etc.will be quoted separately EXHIBIT C INSURANCE Without limiting the indemnity obligations or liabilities of Engineer or its insurers, provided herein, Engineer agrees to carry and maintain at its sole expense policies of insurance ("the Policies")of the types and in the minimum amounts as follows: TYPE OF INSURANCE LIMITS OF LIABILITY A. Workers'Compensation Statutory B. Employer's Liability $500,000 per Occurrence $500,000 Aggregate C. Commercial General Liability . $1,000,000 per Occurrence $2,000,000 Aggregate • The CGL Policy will provide contractual liability coverage at the aforementioned limits. D. Business Automobile Liability $500,000 per Occurrence Automobile liability insurance coverage will include all owned, non-owned; and hired vehicles. E. Professional Liability $1,000,000 Engineer will procure and maintain professional liability insurance for protection from claims arising out of performance of its Services under this Contract caused by any error, omission, or act for which the Engineer is legally liable. Policies written on a claims-made basis shall have an extended reporting period of at least two (2)years beyond termination of the Contract. Each policy, except Professional Liability,must contain an endorsement to the effect that the issuer waives any claim or right of subrogation to recover against the Authority, its Port Commissioners,officers and employees("Authority Parties"). Additionally,the Authority Parties shall be designated as an Additional Insured either by a blanket additional insured or a specific endorsement on all policies, except for Worker's Compensation, Employer's Liability, and Professional Liability. In the event that the work of Engineer's employees fall within the purview of the United States Longshoremen's and Harbor Workers' Compensation Act, the Jones Act or the Federal Employer's Liability Act, Engineer shall extend its insurance coverage to provide insurance against the liabilities imposed under the applicable Act or Acts. • d Each policy, except Workers' Compensation and Professional Liability, must contain an endorsement that the policy is primary to any other insurance available to the Additional Insureds with respect to claims arising under this Contract. The insurance required as listed above, shall apply to any contractor or subcontractor performing for or on behalf of Engineer, and Engineer shall ensure that any such subcontractor is aware of and is in compliance with the insurance requirements during any period such contractor is performing work under this Contract. The minimum insurance required may be increased periodically upon request by Authority to commercially reasonable limits. The company writing each of the Policies must possess a current rating with A.M.Best Company of at least°A-,VII". Engineer's liability shall not be limited to the specified amounts of insurance required herein. EXHIBIT A (2) Amendment No. 1 to Professional Services Contract for Supplemental Services Project Name: Regional Water Supply Desalination Project No. 17- 711A between Authority and Amec Foster Wheeler Environmental & Infrastructure executed by Authority on December 13, 2007 AMENDMENT NO. 1 TO PROFESSIONAL ENGINEERING SERVICES CONTRACT FOR SUPPLEMENTAL SERVICES PROJECT NAME: REGIONAL WATER SUPPLY DESALINATION PROJECT NO. 17-711A This Amendment No. I to Professional Engineering Services Contract for Supplemental Services (the"Amendment)is made effective as of December 12, 2017 ("Amendment Date"by and between the Port of Corpus Christi Authority of Nueces County, Texas, a navigation district operating under Article XVI,Section 59 of the Texas Constitution("Authority"),and Amen Foster Wheeler Environment&Infrastructure, Inc. ('Engineer). Authority and Engineer are sometimes individually referred to herein as a"Parry"and collectively as the "Parties': WHEREAS, Authority and Engineer entered into a Professional Engineering Services Contract effective as of October 2,2017, in connection with Due Diligence Work Associated with M&G Desalination Plant/Facility(the"Agreement');and WHEREAS,capitalized terms in this Amendment shall have the meanings given to them in the Agreement, except as provided herein;and WHEREAS, the Authority and Consultant have agreed to amend and supplement the Agreement(i) to provide for additional Services under the Agreement, (ii) to specify the deadline for performing the additional Services, and (iii)to specify the additional compensation payable to Consultant under the Agreement for the additional Services; NOW, THEREFORE, for a goad and valuable consideration, the Parties hereby agree as follows: A. Exhibit A of the Agreement is hereby amended by adding thereto the additional services described Attachment A to this Amendment (the "Supplemental Services). B. The Consultant shall complete all the Supplemental Services on or before February 23,2018,unless the Authority agrees to extend the deadline. C. The Authority agrees to pay for Supplement Services on an hourly fee basis in accordance with the terms of the Agreement,including the Fee Schedule attached to the Agreement as Exhibit B; provided, however that the total fee paid to the Engineer for the Supplemental Services shall not exceed Forty Thousand Dollars ($40,000.00), without Authority's written approval. D. This Amendment shall be binding on the successors and assigns of the Parties. 309911 Page 1 of3 • E. Except as specifically amended hereby, all terms and conditions of the Agreement shall remain in full force and effect. In the event of any conflict between the terms and conditions of this Amendment and the terms and conditions of the Agreement,the terms and conditions of this Amendment shall control. F. This Amendment maybe executed in multiple counterparts, each of which will be considered to be an original. Signature pages maybe detached from the counterparts and attached to a single copy of this document to physically form one document.The Parties may provide signatures to this Amendment by facsimile or Adobe ".pdf' file and such facsimile or Adobe".pdf' file signatures shall be deemed to be the same as original signatures. [Signature page follows this page.] 309B34 Page 2 of 2 In Witness Whereof, each Party has caused this Amendment to be executed by its duly authorized representative effective for all purposes as of the Amendment Date. PORT OF CORPUS CHRISTI AUTHORITY OF NUECES CO TY, TEXAS By: < ;I' 1 John P. ;IIII Executive Director Date: 1Z l3/17 AMEC FOSTER WHEELER ENVIRONMENT& INFRASTRUCTURE, INC.. By: je=2L‘27/7/ Name: David R.Hoffman,P Title: Vice President Date: /Z/Z/17 309911 Page 3 of 3 ATTACHMENT A SUPPLEMENTAL SERVICE The Engineer will perform the following services in accordance with the terms and conditions set forth in the Contract and this Amendment to the Contract Scope of Work Develop a cost estimate that identifies: • The cost to complete construction; • The cost to construct a mirror image system adjacent to the current facility; and • The cost to replace storage tank capacity currently present with the Resin plant. The following scope of work will be implemented by the Engineer: Task 1: Kick-off Teleconference A kick-off teleconference will be held within one week after Effective Date of this Amendment.Primary team members from Engineer will attend.The goal will be to fully understand project expectations and schedule necessary for the project. Task 2: Cost Estimate Preparation Engineer will utilire multiple sources of information to develop cost estimates described above. Sources will include costs from previous projects, contractor quotes, and MS Means and ASPEN databases. Engineer will work with Authority and City Staff, as well as the Authority's consultant(s),as needed,in the preparing a valuation for acquisition of the facility. The deliverable will include a memorandum and support models describing the estimates, cost buildup, and supporting documentation. Task 3:Meetings and Site Visits Engineer will attend meetings and plant tours as requested by Authority. EXHIBIT A (3) Consulting Services Contract between Authority and Nova Infrastructure, LLC, effective December 6, 2017 CONSULTING SERVICES CONTRACT THIS CONI ACT (the "Contract") is made and entered into effective as of the 6th day of December,2017("Effective Date")by and between the Port of Corpus Christi Authority of Nueces County,Texas("Authority"),andNovaInfrastructure,LLC("Consultant"),each a"Party" and collectively as"Parties". NOW THEREFORE, in consideration of the promises and mutual covenants contained herein, and for other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged,the Parties hereby agree as follows: 1. CONTRACT: Authority hereby engages the Consultant and the Consultant hereby accepts its engagement for the purpose of providing to Authority the consulting services ("Services") as are generally described in the"Scope of Services" set forth in Exhibit A to this Contract which is incorporated herein by reference. wt8 ��ryry�� 2. ERIOD OF SERVICE: The Consultant shall complete the Services on or before �Y March 31, 208;1 (the "Deadline"), unless the Authority agrees to extend the Deadline for good reason; provided, however, that the Authority may terminate this Contract at any time in accordance with Section 14. Time is of the essence in performance of this Contract. There will be no obligation established between Authority and the Consultant for performance of the Services until Authority provides the Consultant execution of this Contract and receipt by the Authority of appropriate Certificates of Insurance and other documentation as may be required herein. The term of this Contract("Term')shall begin on the Effective Date and shall end on the first to occur of the following: (1)the Deadline,as the same may have been extended by the Authority,(2)the date on which,in the opinion of Authority,all of the Services have been rendered,(3)the date on which this Contract is terminated by the Authority pursuant to Section 14,or(4)the date on which this Contract is terminated by the Consultant pursuant to Section 14. 3. COORDINATION OF SERVICES BY AUTHORITY: Authority shall designate a Project Representative who will, on behalf of Authority, coordinate with the Consultant and administer this Contract. It shall be the responsibility of the Consultant to coordinate all assignment-related activities with the Project Representative. For the purposes of this Contract,the Project Representative shall be: (Name) Sean Strawbridge(Deputy Executive Director&COO) (Address)222 Power Street, Corpus Christi,TX 78401 (Phone No.) 361.885.6133 (Email) sstrawbridge@poccacom Authority may change the Project Representative at any time by giving the Consultant written notice of such change. 1 PCCA Consulting Services Contact-Nova Infrastructure Execution Version 4. NOTICES: Notices, demands,requests or other formal communication related to the Contract shall be deemed to have been given when received, whether delivered personally or mailed. E-mail communications may be considered as formal notification provided the e-mail • message states the message is intended as a formal notice and the receiving Party acknowledges receipt of the message as a formal notification. Notices shall be addressed as follows: If to the Authority: John P.LaRue Executive Director Port of Corpus Christi Authority 222 Power Street Corpus Christi,Texas 78401 E-mail:john@pocca.com • If to the Consultant: Christopher Beall-Nova Infrastructure,LLC 26 Mohawk Lane, Greenwich, CT 06878 917-940-4592 E-mail: cbeall@novainfrastmctute.com Either Party may change the mailing or E-mail address for notifications by providing written notice of such change to the other Party. 5. CIIANGES: This Contract may be changed or modified at the request of either the Consultant or the Authority, provided both Parties agree to the requested change, and a written amendment or modification of this Contract is prepared and executed by the Parties. 6. CONSULTANT'S RESPONSIBILITIES: In addition to all' other obligations . contained herein,the Consultant agrees,warrants, and represents that: 6.1 The Consultant will furnish all material, equipment, labor and supplies in such quantities and of the proper quality to professionally and timely perform the Services, except as otherwise mutually agreed by the Parties; 6.2 The Consultant shall perform the Services with the professional skill and care ordinarily provided by competent consultants practicing in the same or similar locality and under the same or similar circumstances and professional license; • 6.3 The Consultant will comply with the provisions of all federal,state,and local laws, regulations,ordinances,requirements and codes which are applicable to its performance of Services; 6.4 The Consultant is not and will not be bound by any agreement and has not assumed nor will assume any obligation which would,in any way,restrict its ability to perform the Services or be inconsistent with the Services; 6,5 In performing the Services, the Consultant will not use any third party's confidential or propriety information, or infringe the rights of another party, nor will the 2 PCCA Consulting Services Contract-Nova Infrastructure Execution Version Consultant disclose to the Authority, or bring onto the Authority's premises,or induce the Authority to use any third party's confidential or proprietary information; 6.6 The Consultant does not have the authority to act for the Authority, bind the Authority in any respect,or incur any debts or liabilities in the name of or on behalf of the Authority, except as otherwise expressly authorized in writing by the Authority; 6.7 Consultant is an independent contractor for the performance of his duties under this Contract. Accordingly, the Consultant shall be responsible for payment of all taxes including federal, state and local taxes arising out of the Consultant's activities in accordance with this Contract. Consultant is responsible for payment of the compensation, including any withholding, Social Security, or other taxes on such compensation, of any subcontractors retained by Consultant, or Consultant's employees performing Services consistent with its status as an independent contractor and in compliance with all applicable laws and regulations; 6.8 Consultant has and hereby retains full control of any supervision over the Consultant's obligations hereunder and over any persons employed or subcontracted by the Consultant for performing Services hereunder; 6.9 Consultant will in no way be considered an agent, partner, joint venturer, or employee of Authority at any time during the Term. Consultant will not undertake to commit Authority to any course of action in relation to a third party unless expressly requested and authorized to do so by the Authority in writing. 6.10 As of the Effective Date and at all times while providing Services hereunder, the Consultant shall possess and maintain in good standing any and all licenses or other authorizations and approvals necessary to perform the Services. 7. COMPENSATION: The compensation to be paid Consultant for providing the Services shall be the compensation described in Exhibit B hereto,which is incorporated herein by reference;provided,however,the total paid to Consultant for the Services shall not exceed Forty- Five Thousand Dollars ($45,000)plus approved reimbursable expenses. Consultant will obtain the approval of Authority's Project Representative relative to incurring travel and other expenses before incurring such costs. 8. INVOICE PROCEDURE AM) PAYMENT: Consultant shall submit invoices monthly to the Authority for work performed during the preceding calendar month. Such invoices shall be due and payable by Authority on or before thirty (30) days from receipt by Authority. Monthly compensation will be for the Services actually performed during the billing period, invoiced in accordance with the Fee Schedule included in Exhibit B. Invoices shall also describe any work performed by subcontractors retained by Consultant and reimbursable costs. Consultant will provide sufficient detail with each invoice to substantiate the requested amount of monthly payment. At the Authority's request, Consultant will provide additional backup such as signed time sheets, invoices for materials and subcontracted service or other documentation sufficient to 3 PCCA Consulting Services Contract-Nova Infrastructure Execution Version 1 establish the accuracy of the invoices. Invoices are to be submitted in a format previously approved by Authority. 9. INSURANCE: Consultant shall procure and maintain at its sole expense, for as long as Consultant is obligated to provide Services under this Contract, the policies of insurance described in Exhibit C attached hereto and in at least the minimum amounts specified in Exhibit C to protect Consultant from claims which may arise out of or result from Consultant's Services pursuant to this Contract,whether such operations be by Consultant,by any subcontractor of Consultant,by anyone directly or indirectly employed by Consultant or Consultant's subcontractor, or by anyone for whose acts Consultant or Consultant's subcontractor may be liable. At least five(5)days prior to execution of this Contract,Consultant will provide to Authority's Risk Program Manager certificates of insurance issued by each insurance company providing any of the required insurance coverage,and the text entered in each certificate must be acceptable to Authority. The requirement to provide acceptable certificates of insurance is a material condition of this Contract,and work under this Contract will not commence until certificates of insurance have been received, reviewed, and accepted by Authority. The minimum limits of liability and coverage for the insurance required are set forth in Exhibit C attached hereto,which is incorporated herein by reference. 10. INDEMNIFICATION AND RELEASE. Consultant hereby releases and discharges Authority and its agents, servants,representatives, employees, officers, directors, and Port Commissioners(collectively,the"Authority Parties")from liability for and assumes the risk of loss or damage to the property of Consultant and the injury or death of any person employed by Consultant. Consultant shall defend,indemnify and hold harmless the Authority Parties from and against all damages, losses, costs and expenses, of any nature whatsoever, whether incurred as a judgment,settlement,penalty,fine or otherwise(including reasonable attorneys'fees and the cost of defense), in connection with any action, proceeding, demand or claim but only to the extent caused by the negligent acts, errors, or omissions of the Consultant, its employees, agents, or subconsultants,or others for whom the Consultant is legally liable,in the performance of Services under this Contract. The Consultant is not obligated under this paragraph to indemnify the Authority Parties for the negligent acts of the Authority Parties. Consultant's indemnity obligations under this Section 10 shall not be limited by a limitation on the amount or type of damages,compensation or benefits owed by Consultant to any employee of Consultant under workers' or workmen's compensation acts, disability benefit acts, or other employee benefit acts. The obligations of the Consultant under this Section 10 shall survive the end of the Term of the Contract. 11. LIMITATION OF LIABILITY: Except as otherwise expressly provided herein, neither Party shall be liable or responsible to the other Party for any indirect, incidental or consequential loss or damage of any nature whatsoever (including, but not limited to, contract negligence or tort liability) of the other Party, including without limitation, any actual or anticipated profits,loss of time,inconvenience,commercial loss or any other damages,even if the Party has advance notice of the possibility of such damages. 4 PCCA Consulting Services Contract-Nova Infrastructure Execution Version 12. DISCLOSURE OF INTERESTED PARTITES: Consultant will comply with the provisions of Section 2252.908 of the Texas Government Code and Chapter 46 of the Texas Ethics Commission Rules by preparing a Texas Form 1295, "Certificate of Interested Parties" and submitting the signed and notarized form to Authority at the time Consultant submits the signed • contract to Authority, This provision will only apply to contracts approved by the Port of Corpus Christi Authority Port Commission. 13.ASSIGNMENT: Neither Authority nor Consultant will assign or transfer its interest in this Contract without the written consent of the other. 14. SUSPENSION OR TERMINATION: Authority may suspend or terminate this Contract for convenience with seven (7) days prior written notice to Consultant of such action. Upon termination of this Contract in accordance with this paragraph,Authority will have no further obligation to the Consultant hereunder except to pay the Consultant unpaid fees and expenses which the Consultant can reasonably show to have been earned under this Contract. Under no circumstances may Consultant claim or recover consequential damages from Authority. In the event of suspension of Services,the Consultant shall resume the full performance of the Services when directed in writing to do so by Authority. Suspension of the Services for reasons other than the Consultant's negligence or failure to perform shall not affect the Consultant's compensation as provided for in this Contract. The schedule for performance of the Services shall be amended by a mutually agreed,written modification to this Contract to reflect the suspension. Either Party may terminate this Contact by giving written notice to the other Party if the other Party (`Defaulting Party"): (a)materially breaches any term,condition or provision of this Contract and fails to cure the breach to the satisfaction of the notifying Party within ten(10)days after the Defaulting Party receives a written notice of the breach from the notifying Party, or(b) becomes the subject of any proceedings under state or federal law for the relief of debtors or otherwise becomes insolvent,or bankrupt,or makes any assignments for the benefit of one or more creditors. 15.DISPUTES: Each Party agrees that any dispute between the Parties relating to this Contract will first be submitted in writing to a panel of two senior executives of the Authority and Consultant,who shall promptly meet and confer in an effort to resolve such dispute through good faith consultation and negotiation. Each Party's executive shall be identified by notice to the other Party,and may be changed at any time thereafter also by notice to the other. Any decisions of the executives will be final and binding on the Parties. In the event the executives are unable to resolve any dispute within thirty (30) days after submission to them, either Party may then refer such dispute to mediation. If the Parties refer to mediation any controversy or claim arising out of or relating to this Contract or the existence,validity,breach or termination thereof,whether during or after its term, they shall select a mutually acceptable mediator within forty-five (45) days thereafter. Neither Party shall unreasonably withhold consent to the selection of a mediator. The Parties shall share equally the costs of mediation. If the Parties agree,they may substitute other forms of alternative dispute resolution. Any mediation shall not extend beyond thirty(30) days after the appointment 5 PCCA Consulting Services Contract-Nava Infrastructure Execution Version of the mediator,and should the Parties fail to resolve any dispute by mediation within such 30-day period,the Parties shall have all rights available at law or in equity. 16. ATTORNEY'S FEES, DEFAULT: In the event Consultant or Authority breach any of the terms of this Contract and the Partynot in default employs attorneys to protect or enforce its rights hereunder and prevails,then the defaulting Party agrees to pay reasonable attorney's fees and costs incurred by the prevailing Party. 17. STAFFING: Consultant will designate in writing to Authority its project representative, and the manner in which it will provide staff support for the project which must be approved by Authority. Consultant must notify Authority's Project Representative of any change in personnel assigned to perform work under this Contract, and the Authority's Project Representative has the right to reject the person or persons assigned to fill the position or positions. The Authority's Project Representative shall also have the right to require the removal of the Consultant's previously assigned personnel, including Consultant's project representative, provided sufficient cause for such removal exists. The criteria for requesting removal of an individual will be based on,but not limited to,the following: technical incompetence,inability to meet the position's qualifications, failure to perform, poor attendance, ethics violation, unsafe work habits, or damage to Authority or other property. Upon notice for removal,Consultant shall replace such personnel with personnel substantially equal in ability and qualifications for the positions and shall submit the proposed replacement personnel qualification and abilities to the Authority,in writing,for approval. 18. OWNERSHIP OF WORK PRODUCT: Studies,plans,reports, surveys, drawings, specifications, computations and other information(collectively"Work Product")and documents prepared by the Consultant subconsultants, and/or suppliers under this Contract will remain the Authority's property upon completion. This provision does not apply to pre-existing proprietary information of Consultant,subconsultants,and/or suppliers. 19.CONFIDENTIAL INFORMATION: It is understood that information developed by or communicated to Consultant in the performance of this Contract, as well as any and all information in whatever form or medium supplied to Consultant in connection herewith which is not generally available to the public is proprietary to the Authority and constitutes confidential information of the Authority. Consultant will make no oral or written disclosure of such information to third parties either during or after the term of this Contract except as approved in writing by the Authority's Project Representative or as otherwise required by law. In the event the Consultant becomes aware that confidential information must be disclosed under a legal requirement,Consultant will notify Authority of the requirement and the affected information. 20.FORCE MAJEURE: Neither Party shall be considered in default in the performance of its obligations hereunder to the extent that the performance of such obligation is delayed by any cause beyond the reasonable control of the affected Party. In the event of such a delay,the time for performance for the affected Party shall be extended for a period equal to the time lost during the delay, or the Contract may be terminated in accordance with terms herein should such delay be sufficient that termination is in the best interest of the Authority. 6 PCCA Consulting Services Contract-Nova Infrastructure Execution Version 21. SEVERABILITY and WAIVER: If any part of this Contract is held to be invalid, illegal, or unenforceable in any respect, such determination shall not affect any other provision of this Contract,and this Contact shall then be construed as if the invalid,illegal, or unenforceable provision had not been included in this Contract. Further,the failure of either Party in any one or more instances to insist upon strict performance of any of the terms and provisions of this Contract or to exercise any option herein conferred shall not be construed as a waiver or relinquishment to any extent of the right to assert or rely upon any such terms,provisions or options on any future occasion. 22. GOVERNING LAW: This Contract shall be governed by and construed in accordance with the laws of the State of Texas. The Parties agree that venue of all claims and lawsuits arising out of this Contract shall lie in Nueces County,Texas. 23.OPEN RECORDS: The Authority is a governmental body subject to the requirements of the Texas Public Information Act (Texas Government Code, chapter 552), and as such the Authority is required to disclose to the public (upon request) this Contract and certain other information and documents relating to the consummation of the transactions contemplated hereby. In this regard,the Consultant agrees that the disclosure of this Contract or any other information or materials related to the consummation of the transactions contemplated hereby to the public by the Authority as required by the Texas Public Information Act or any other applicable law will not expose the Authority(or any party acting by,through or under the Authority)to any claim,liability or action by the Consultant. 24. NO ORGANIZATIONAL CONFLICT OF INTEREST: Consultant hereby certifies that it has no actual or potential Organizational Conflict of Interest. "Organizational Conflict of Interest"means that because of other activities or relationships with other persons or entities,the Consultant is unable or potentially unable to render impartial assistance or advice to Authority or the Consultant's objectivity in performing the services under this Contract is or might otherwise be impaired. Consultant agrees to immediately notify Authority of any actual or potential Organizational Conflict of Interest that develops during the term of this Contact. Consultant agrees that Authority may terminate this Contract immediately if it becomes aware of any Organizational Conflict of Interest during the term of the Contract. 25. DEFAMATION: The Parties covenant and agree that in no event, and at no time during the Term or at any time thereafter,shall either of them disparage,denigrate, slander, libel or otherwise defame the other or the other's businesses, services, properties or assets, or employees,personnel,agents,or representatives. 26.HEADINGS: All Section headings or other tides used in this Contract are used solely for convenience and shall not affect or be used in connection with the interpretation or construction of tbis Contract 27. ENTIRETY OF CONTRACT: This writing embodies the entire Contract and understanding between the Parties hereto, and there are no other contracts or understandings, oral or written, between them with reference to the subject matter hereof that are not merged herein 7 PCCA Consulting Services Contract-Nova Infrastructure Execution Version and superseded hereby. No alteration, change, or modification of the terms of this Contract shall be valid unless made in writing and signed by both Parties hereto. [Signature page follows this page] IN WITNESS WHEREOF,this Contact is made effective as of the Effective Date. PORT OF CORP C I' . it AUTHORITY OF NUECES COUN ' % By: A APULIA! Name: J' , , . IS' - Title: ecutive Director Date: iz/lgI f7 . "Authority" NOVA IlVFRASTRUCTUItE LLC By: Name: htis Beall Title: Maria Partner Date: /2 l8 / "Consultant" • • 8 PCCA Consulting Services Contract-Nova Infrastructure Execution Version EXHIBIT A SCOPE OF SERVICES The Consultant will perform the following services in accordance with the terms and conditions set forth in this Contract: • Tactical and strategic support towards acquiring M&G Water USA — Potential debt purchase — Auction participation/strategy • Evaluation of auction procedures • Preparation/evaluation of financial projections and valuation analysis — Discounted cash flow analysis — Comparable transaction analysis — Comparable company analysis — Dividend discount model — Credit analysis — Capital structure analysis • Financing support for the transaction • Preparation of committee/commission materials supporting the valuation • Interact with legal and other advisors to form the acquisition plan EDIT B FEE SCHEDULE The Consultant will receive fees structured as follows: • Retainer of$15,000 per month: valid for three consecutive months, commencing upon execution of the Contract,with renewal option available at the discretion of the Authority • Travel and business expenses up to$4,999 with approval of the Authority • At a later date,staff may present to the Port Commission an amendment to this Agreement for payment of a"success fee"which is yet to be defined. The Consultant will perform the Services described in Exhibit A in accordance with the . terms and conditions of this Contract on a fixed rate fee basis; provided, however, that the total fee for services rendered under this Contract will not to exceed $49,999, without Authority's written approval. Services provided by Consultant will be billed as specified in Exhibit B. These fees will cover all of Consultant's overhead costs, including but not limited to, office rent, long distance telephone charges,postage,payroll and copying charges. The Authority agrees to reimburse the Consultant for certain authorized and approved travel expenses incurred by the Consultant during the Term and directly resulting from the Consultant's performance of the Services under this Contract. Reimbursement for lodging and meals may not exceed the maximum allowable per diem rates for domestic or foreign travel as set by the U.S. Department of Defense,Defense Travel Management Office. Lodging and meal per diem rates for specific locations (foreign and domestic) may be found at: http://www.defensetravel.dod.mil/site/perdiemCalc.cfm. Authority will also reimburse the Consultant for Direct Costs incurred by the Consultant in performing the Services. The Consultant shall submit proper documentation of any such approved travel expenses and Direct Costs to Authority from time to time, and such costs and expenses shall be billed to Authority at Consultant's actual cost. Not later than the twentieth(20th)day of each calendar month, Consultant shall submit to Authority detailed invoices for all services performed and Direct Costs incurred,if any,pursuant to this Agreement during the prior calendar month. The invoices shall describe in detail the Services performed during the prior month and shall list the days and hours worked, approved Direct Costs,milestone achievements,tasks performed or completed,and the Services performed during each day of the prior month. Authority shall review the invoices and notify Consultant in writing(including email)within twenty(20)days of any disputed amounts. Should this Contract be terminated for any reason, the Consultant will be paid all fees earned up to the termination date and any approved direct expenses incurred. EXHIBIT C INSURANCE Without limiting the indemnity obligations or liabilities of Consultant or its insurers, provided herein, Consultant agrees to carry and maintain at its sole expense policies of insurance ("the Policies")of the types and in the minimum amounts as follows: TYPE OF INSURANCE LIMITS OF'.LABILITY A. Workers' Compensation Statutory B. Employer's Liability $500,000 per Occurrence $500,000 Aggregate C. Commercial General Liability $1,000,000 per Occurrence $2,000,000 Aggregate The CGL Policy will provide contractual liability coverage at the aforementioned '. limits. D. Business Automobile Liability $500,000 per Occurrence Automobile liability insurance coverage will include all owned, non-owned, and hired vehicles. E. Professional Liability $1,000,000 Consultant will procure and maintain professional liability insurance for protection from claims arising out of performance of its Services under this Contract caused by any error, omission, or act for which the Consultant is legally liable. Policies written on a claims-made basis shall have an extended reporting period of at least two (2)years beyond termination of the Contract. Each policy, except Professional Liability,must contain an endorsement to the effect that the issuer waives any claim or right of subrogation to recover against the Authority, its Port Commissioners,officers and employees("Authority Parties"). Additionally,the Authority Parties shall be designated as an Additional Insured either by a blanket additional insured or a specific endorsement on all policies, except for Worker's Compensation, Employer's Liability, and ProfessionalLiability. In the event that the work of Consultant's employees fall within the purview of the United States Longshoremen's and Harbor Workers' Compensation Act,the Jones Act or the Federal Employer's Liability Act, Consultant shall extend its insurance coverage to provide insurance against the liabilities imposed under the applicable Act or Acts. Each policy, except Workers' Compensation and Professional Liability, must contain an endorsement that the policy is primary to any other insurance available to the Additional Insureds with respect to claims arising under this Contract. The insurance required as listed above, shall apply to any contractor or subcontractor performing for or on behalf of Consultant,and Consultant shall ensure that any such subcontractor is aware of and is in compliance with the insurance requirements during any period such contractor is performing work under this Contract. The minimum insurance required maybe increased periodically upon request by Authority to commercially reasonable limits. The company writing each of the Policies must possess a current rating with A.M.Best Company of at least"A-,VII". Consultant's liability shall not be limited to the specified amounts of insurance required herein.