Loading...
HomeMy WebLinkAboutC2017-371 - 6/28/2017 - NA r ' CITY OF CORPUS CHRISTI AMENDMENT NO. 2 CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi. Texas, a Texas home-rule municipal corporation("City")and LNV, Inc.("Consultant"), agree to the following amendments to the Contract for Professional Services for O.N. Stevens Water Treatment Plant Intermediate Sludge Removal Phase I (Prolect No. E162461: Original Contract _ May 24, 2016 Motion No. M2016-052 $95,467 Amendment No. 1 December 20, 2016 Motion No. M2016-168 $91,480 In the Original Contract, Exhibit A, Scope of Services shall be amended as set forth in the attached Amendment No.2, Exhibit A. In the Original Contract. Exhibit A, Fees shall be amended based on the modified scope of services in the attached Amendment No. 2, Exhibit A for a fee not to exceed $26,700, for a total restated fee not to exceed $213,647. All other terms and conditions of the May 24, 2016 Contract for Professional Services between the City and Consultant,and of any amendments to that contract,which are not specifically addressed herein shall remain in full force and effect. CITY OF COR•USC' RI'T V LNV, INC. Ao 42:57 Vale .e . Gra P. . •• , P.E Date Gray, �� ,t� Date Dan S Ley-�: - Execu 'v- Director of Pu. is or* President 801 Navigation, Suite 300 7/1/7 c /7 Corpus Christi, Texas 78408 (361)883-1984 Office Mark Van Vleck ate (361)883-1986 Fax Assistant City Manager APPROVED AS TO LEGAL FORM 06\W- Aimee Alcorn-Reed 2017.06.15 14:22:51 -05'00' Assistant City Attorney Date ATTESTJAJ City Secretary Date -A-7 Project Number E16246 Accounting Unit 4096-041 Account 550950 Activity E16246-01-4096-EXP Account Category 50950 C'.,«..4 A1.....,.1A1,-.♦.,.`)n1G r`10 2017-371 6/28/17 1,E16246 ONSW T.INTERMEDIATE SLUDGE REMOVAL1AMENOMENT NO 2'CONTRACT DOC REV 10 1 15 LNV Inc. INDEXED . • • LNV Solutions Today with a engineers architects j surveyors Vision for Tomorrow TBPE FIRM NO. F-366 June 2, 2017 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 WATER TREATMENT PLANT INTERMEDIATE SLUDGE REMOVAL PHASE 1 CITY PROJECT NO. E16246 Dear Mr. Edmonds, In response to the City's request,we are proposing the following $26,700 amendment for services associated with the ONSWTP Intermediate Sludge Removal Phase 1 Project. PROJECT DESCRIPTION: The purpose of this project is to remove the maximum quantity of residuals from the lagoons at the City of Corpus Christi's O.N. Stevens Water Treatment Plant (ONSWTP) allowable within specific program budget constraints. This project will provide ONSWTP with a solution to restore a portion of the capacity at ONSWTP and particularly in Lagoons 5, 6, and 7. The consultant will design and develop bid documents for dredging and disposing of residuals at the City's landfill or through land application. The first option (Option A) involves dewatering and hauling the dewatered residuals to Cefe Valenzuela landfill where the City will be able to beneficially re-use the residuals to supplement their alternative daily cover (ADC) requirements. The second available option (Option B) involves dredging, hauling and beneficially re-using the residuals by land applying them on a registered site in accordance with TCEQ regulations. In addition, the City intends to adopt a bid evaluation process that will consider a number of indirect costs associated with the two options such as, but not limited to, increased traffic and ADC needs at the landfill. The consultant will also provide Bid Phase, Construction Administration and Additional Services. The scope of work is further detailed in the following sections. I. SCOPE OF SERVICES A. BASIC SERVICES 1. PRELIMINARY PHASE This task will not be required. Amend No. 2 City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A LNV Proj. No. 150625.002 Page 1 of 13 • • 2. DESIGN PHASE The Consultant will develop the appropriate construction drawings, specifications and contract documents to deliver the project with a Base Contract and an option for a Optional Renewal Contract. The project generally consists of dredging, hauling and delivering to disposal site,water treatment plant residuals from an existing storage lagoon. The residuals will be dredged from Lagoons 5, 6, and 7 located on-site at O.N. Stevens Water Treatment Plant, 13101 Leopard Street, Corpus Christi, Texas (ONSWTP),with the following provisions: • The contractor will be responsible for providing all equipment, materials, labor, permits, testing, and supervision required to dredge, haul and properly deliver the residuals to the disposal site. • For the Dewatering Option (Option Al the residuals will be disposed of at the Cefe Valenzuela Landfill, 2397 Co. Rd. 20, Robstown, TX 78380, owned by the City of Corpus Christi (approximately 20 miles from ONSWTP). • For the Land Application Option (Option B)the residuals will be land applied for beneficial reuse at a land application site to be determined, registered, and managed by the contractor, with City approval. • The Contractor will be responsible for conducting and providing the following documentation as necessary for the option bid by the Contractor: _..____.._.........._.. ... • trip tickets(both Options); • detailed work plan included in bid (both Options); • percent total solids tests for each load(Both Options); • paint filter tests for each load at the point of generation (Option A only); • TCLP and TPH tests for every 25,000 CY disposed of at the landfill (Option A only); • proof of land application site registration with TCEQ (Option B only, after bidding); • signed agreement or release of liability (Option B only);and, • soil testing as required for TCEQ registration (Option B only) • The contractor will NOT be responsible for tipping fees at the Cefe Valenzuela Landfill. • Existing contractor staging area near Hearn Rd. will be available to Contractor. Contractor will be responsible for maintaining the staging ---- ---- area in a condition that is suitable for their own use and will NOT be responsible for restoring the staging area to its existing condition. • Contractor award will be based on lowest responsive and qualified bidder but quantities on the Bid Form will be for evaluation purposes only. The bid documents will include hypothetical quantities that help to establish unit costs and to gain an understanding of the target quantities. Amend No. 2 City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A LNV Proj. No. 150625.002 Page 2 of 13 • Contract Price, measurement, and payment will be based on the price per dry ton (100% solids) removed from the lagoon within a total expenditure of approximately$3.75M in the Base Contract. • There will be an option for a Optional Renewal Contract in an amount equal to the Base Contract, approximately $3.75M. Renewal will be based on Contractor's successful performance, approval by the City/Engineer and concurrence from the Contractor. • The original contract and renewal will include milestones for dry tons (DT) removed during each period. • Milestones will be approximately 5,400 DT @ 130 days and 10,800 DT @ 230 days from NTP. • The total estimated quantity of residuals to be removed is approximately 18,000 DT for the Base Contract. a) Pre-Final Design Submittal The Consultant will prepare and submit, for City comment and approval, pre-final Contract Documents. The Contract Documents will include pre-final front end documents, pre-final plan sheets,and pre-final specifications which will all be developed to a 90% level of completion. b) Final Design Submittal The Consultant will prepare the Final Design Submittal which will consist of a final set of specifications, plan sheets, and front end documents that have addressed all comments and are signed and sealed by a professional engineer registered in the state of Texas. The consultant will also prepare the documents for distribution to the City and bidding contractors. c) Quality Assurance/Quality Control (QA/QC). The Consultant will follow established internal QA/QC procedures in order to ensure that all submittals to the City are consistent with the level of completion expected. As part of the established internal QA/QC procedures, all submittals will be reviewed by a subject matter expert who is not involved with the project design or administration. The submittal will be reviewed for general completeness, technical accuracy, and conformance with project scope and intent. Review comments will be issued and responses will be documented for each submittal. 3. BID PHASE This task will consist of assisting the City with conducting a project workshop, preparing the project workshop minutes, responding to bidder questions,preparing addenda, and evaluating the bids,and recommending an award to the Contractor. The City will advertise the bid and distribute Amend No. 2 City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A LNV Proj. No. 150625.002 Page 3 of 13 • • the bidding documents (plans, specifications, and addenda) to the interested bidders and suppliers. a) Sampling and Bench Testing Coordination & Support During bid advertisement, the consultant will coordinate with all identified prospective bidders to allow and assist them in obtaining residual samples from Lagoon No. 7 for analysis and bench testing. This process will allow prospective bidders to determine effectiveness of dewatering equipment and the required quantities of polymer and other dewatering aids as necessary. By determining the effectiveness and required quantities, the accuracy of the bids will be improved. b) Pre-Solicitation Workshop After a Preliminary Solicitation has been advertised on CivCast but before the Invitation to Bidders is advertised by the City, the Consultant will assist the City in conducting a Pre-Solicitation Workshop with the City and prospective Bidders in order to make Bidders aware of any unique project components,inform Bidders of the project details, clarify Bidder or City questions and solicit comments, questions and input from the City and Bidders. The Consultant will prepare a draft agenda for City review, address the review comments and finalize the agenda, and document the workshop in writing within 5 working days. c) Bidding Coordination and Addenda Preparation The Consultant will answer City and Contractor questions, develop written responses in the form of Contract Addenda, provide(1)hard copy and electronic set of any required addenda for distribution to Bidders, and provide overall support to City during the bid advertisement period. The addenda will include, as needed, (1) electronic copy(CD) and (1) half-size set of addenda drawings for distribution by the City to interested Bidders. Addendum#1 will Addend the Preliminary Solicitation on Civcast to include all Contract Documents including specifications, technical specifications, and drawings from which Bidders will develop their bids. d) Bid Evaluation and Recommendation of Award The Consultant will tabulate and review all bids received for compliance with the requirements of the Bid Documents, including addenda. After consultation with City, the Consultant will prepare a written award recommendation based on this review and knowledge of proposed contractors' and subcontractors' past performance records. Amend No. 2 City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A LNV Proj. No. 150625.002 Page 4 of 13 • 4. CONSTRUCTION ADMINISTRATION PHASE The intent of the Construction Administration Phase is to assist the City in confirming that construction of the Project is carried out in accordance with the requirements of the Contract Documents and to help facilitate and enable the Work to progress in an efficient and cost-effective manner,while maintaining facility operations. The anticipated level of effort is based on 18,000 DT of residuals being removed. a) General Project Administration and Meetings The tasks described below as part of the General Project Administration and Meetings task are estimated to consist of one Pre Construction Meeting and Monthly Status Meetings. Also included are approximately twenty four(24) hours for coordination, correspondence, and record keeping. These tasks are further described below. (1) As the designated Design Consultant for the project, LNV will consult with and advise the City and act as its representative during construction. The Consultant will not be responsible for the means, methods, techniques, sequences or procedures of construction selected by the Contractor(s) (except as otherwise specified in the Contract Documents)or the safety precautions and programs incident to the Work of the Contractor(s). (2) The Consultant will conduct specific inspections required by governing Codes, prepare applicable documentation and records of such inspections, and certify compliance with design requirements and governing Codes, as applicable. The Consultant will accompany visiting inspectors representing public or other agencies having jurisdiction over the Project and will record and report the outcome of these inspections. (3) The Consultant will review factory test reports as required by the Contract Documents and verify that the data reported meets the requirements of the contract documents. The Consultant will review test reports, whether by the Contractor or the Design Consultant, for compliance with quality standards and will take appropriate action to obtain additional data if necessary regarding the quality of materials and work in-place. (4) The efforts of the consultant will be directed toward providing a greater degree of confidence for the City that the completed Work of the Contractor conforms to the Contract Documents. However, the Consultant will not be responsible for the failure of Contractor to perform the Work in accordance with the Contract Documents. (5) On the basis of onsite examination of materials, equipment, and workmanship, the consultant will keep the City informed of the progress of the Work, will endeavor to guard the City against defects and deficiencies in such Work, and may disapprove or Amend No. 2 City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A LNV Proj. No. 150625.002 Page 5 of 13 • reject Work failing to conform to the Contract Documents. This task will include the following items: (6) Conduct a pre-construction conference. At the conference, the Consultant will identify field services to be provided and discuss appropriate coordination procedures. The Consultant will prepare an agenda for the meeting and will prepare and distribute the meeting notes. (7) Provide construction administration, quality control, value engineering support and coordination: The Consultant will provide construction administration and quality control services during the course of the project to assure that the overall technical correctness of the construction phase services and that specified procedures are being followed and the Consultant's schedules are being met. The Consultant will provide coordination functions during the construction phase as follows: (a) Hold coordination meetings with the City and Contractor. (b) Coordinate with regulatory and approving agencies and utilities as required. (c) Coordinate the work of specialty sub-consultants assigned to the project. (8) Maintain and provide detailed project records and documentation during the construction phase. Project records will include correspondence, schedules, submittals, test data, project data, payments, change orders, meeting minutes, clarifications, mark-ups of drawings and specifications, Contractor daily logs and other such documentation. Daily logs will be kept to document the progress and issues associated with the Work. In particular, Contractor daily logs should include dredging progress, quantities and characteristics of residuals dredged and dewatered, moisture content of the solids at various stages of dewatering, residuals levels in the Lagoon, average residuals removal rate, and dewatering rates. Project records will be delivered to the City's representative upon completion of the construction contract. Records will be maintained at the Consultant's office. Consultant will track project specific milestones. When milestones are not met,the Consultant will make recommendations to the City as to the preffered remedy to missed milestones. Consultatnt will document missed milestones and proceed accordingly to process required notices to contractor in accordance with the Contract Documents. Program progress tracking is further described in task 1.B.10.e)—i). b) Review Submittals and Test Results (1) The Consultant will receive, log and distribute for review and approval the submittals, shop drawings, samples, test results, operations and maintenance manuals, and other data that Contractor is required to submit. The Consultant will distribute and file the submittals after review action has been taken. The Amend No. 2 City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A LNV Proj. No. 150625.002 Page 6 of 13 Consultant will follow-up to verify that revisions are made and resubmitted as required and will verify that such required submittals are received and approved prior to installation or payment for the materials covered. The Consultant will also perform a review of the schedule of shop drawing submissions and schedule of values prepared by Contractor and will discuss status of the submittals at construction progress meetings. The Consultant will be responsible for completing the submittal reviews within 15 business days and for monitoring the status and timeliness of responses. (2) The Consultant will review and approve product data, shop drawings, samples, test results, operations and maintenance manuals, and other data that the Contractor is required to submit. However,such reviews will be conducted only for conformance with the design concept of the Project and compliance with the information given in the Contract Documents. Such review and approval or other action will not extend to means, methods, sequences, techniques or procedures of construction selected by Contractor, or to safety precautions and programs incident thereto. (3) As part of this task, the Consultant will maintain a submittal log showing dates of submittal, transmittal action to other sub- consultants, dates of return and review action. Copies of the log will be furnished to the City and the Contractor monthly. The Consultant will also evaluate the Contractor's request for substitutions. Submittal review efforts are based on a maximum of two (2) reviews per submittal and that no more than fifty percent (50%) of the total number of first submittals will require two (2) reviews. The level of effort for this task is based on receiving approximately ten (10) material submittals. Not included in the scope of work for this task is the witnessing of specification compliance testing at manufacturer's factories. c) Issue Interpretations and Clarifications (1) The Consultant will act as the main point of contact for interpretation of the requirements of the Contract Documents and judge of the acceptability of the work based on the requirements shown or specified. The Consultant will be responsible for responding to Requests for Information (RFI) within 5 business days and for monitoring the status and timeliness of responses. (2) As part of this task, the Consultant will maintain a RFI log showing dates of submittal, transmittal action to other sub- consultants, dates of return, and a summary of the response. Copies of the log will be furnished to the City and the Contractor monthly. The level of effort for this task is based on receiving 2 RF Is. (3) As specified in the General Conditions of the Contracts,the Consultant will interpret and issue decisions on claims of the Contractor(s)or the City relating to the acceptability of the work or the interpretation of the requirements of the Contract Documents or pertaining to the execution and progress of the work. The Amend No. 2 City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1,Amd. 2 Exhibit A LNV Proj. No. 150625.002 Page 7 of 13 • • Consultant will also have authority, as the City's representative, to require special inspection or testing of the work. (4) The Consultant will issue interpretations and clarifications of the Contract Documents, as requested by the Contractor(s) or as deemed necessary by the Resident Engineer, to facilitate proper fabrication,construction, or installation of work. The Consultant will render interpretations or decisions in good faith and in accordance with the requirements of the Contract Documents (e.g., within 10- days). (5) In the event of a claim or dispute by the Contractor, the Consultant will interpret the requirements of the Contract Documents and judge the acceptability of the work. The Consultant will make written recommendations to the City on all claims of the Contractor related to acceptability of the work, or the interpretation of the requirements of the Contract Documents pertaining to the execution and progress of work, or additional work as deemed necessary by the City. d) Site Visits (1) The Consultant will conduct regular visits to the site(at least one(1)per month)to familiarize themselves with the status of work, make spot checks of work-in-progress, verify conformance with the design intent, and conduct detailed coordination of construction issues. During site visits the Consultant will verify quantities and characteristics of residuals being dredged and dewatered along with moisture content of the solids at various stages of dewatering and residuals levels in the Lagoons based on Contractor daily logs in order to track and provide the data to the City monthly. A total of twenty four (24) site visits are anticipated for the duration of construction. e) Change Orders (1) The Consultant will review cost and time estimates for change orders and for Contractor's claims for additional cost or compensation due to differing site conditions, force majeure, material or equipment shortages, or other causes in order to determine whether they are justified under the Contract. The Consultant will also provide an estimate of the additional Design Consultant costs (if any) that would be incurred as a result of the change order. (2) The Consultant will make recommendations to the City's Project Manager on the amount of additional compensation, credit, or time extension due to the Contractor. In addition,the Consultant will clarify matters and work to resolve discrepancies with the Contractor. (3) The Consultant will perform necessary design revisions in connection with change orders to reflect modifications requested by the City, or as required by unforeseen conditions. Limited hours for coordination of the resulting change order requests and any Amend No. 2 City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A LNV Proj. No. 150625.002 Page 8 of 13 additional Design Consultant research and design efforts are included in this scope. (4) The Consultant will also perform necessary design revisions authorized by the City in connection with change orders to reflect modifications requested by the Contractor and will perform services in evaluating substitutions proposed by Contractor. Limited hours for coordination of the resulting change order requests and any additional Design Consultant research and design efforts are included in this scope. (5) The Consultant will consider and evaluate Contractor's suggestions for changes in the Contract Drawings or Specifications and respond as appropriate or as required by the Contract Documents. The Consultant will coordinate with the City and provide recommendations pertaining to the suggested design modifications. f) Substantial Completion/Final Acceptance Inspection Consultant will track project specific milestones. When milestones are not met, the Consultant will make recommendations to the City as to the preffered remedy to missed milestones. Consultatnt will document missed milestones and proceed accordingly to process required notices to contractor in accordance with the Contract Documents. Program progress tracking is further described in task I.B.10.e)—D. (1) Following notice from the Contractor, the Consultant will conduct an inspection to determine if the Project is substantially complete in accordance with the construction documents. If the Consultant considers the work substantially complete, then the Consultant will deliver to City and the Contractor a Certificate of Substantial Completion and a list of observed items requiring completion or correction (punch list), date for completion for the punch list, and recommendation for division of responsibilities between the City and the Contractor. (2) The Consultant will conduct a final inspection to determine if the finished Work has been completed to the standard required by the Contract Documents and that Contractor has fulfilled its obligations as required. This inspection will be based on the punch list and any other functional or operational deficiencies that occur in the time period between when the punch list is generated and the Final Inspection. A final list of items to be completed or corrected in accordance with the requirements of the construction documents will be prepared and submitted to the Contractor. (3) After the Contractor has completed the work of the final punch list and upon written notice from the Contractor, the Consultant will review and determine that items on the final list have been completed or corrected and make recommendations to the City concerning acceptance and final payment. Amend No 2 City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A LNV Proj. No. 150625.002 Page 9 of 13 • 9) �py`ferraats. _ . .. . . . .. _ B. Additional Services (Allowance) 10. Contractor Pay Request Verification & Contract Renewal Review In lieu of awarding the optional renewal to the contract awarded under the original bid package, the City will solicit bids for a new bid package. The new bid package will include Options A and B as described in previous sections of this amendment. The land application option is expected to require more intensive sampling, testing, and general oversight. For this reason the plan sheet revision task has been removed and replaced with sampling, testing, and oversight tasks. The Consultant will perform tasks during each renewal period to assist the City and Contractor in pay request verification and quantity tracking efforts as described below. a) The Consultant will review and evaluate Contractor daily logs in order to determine solids removal rates. b) Based on average sludge removal rates, expected sludge production rates, and observed sludge levels, the Consultant will develop estimates of quantities remaining in lagoons 5, 6, and 7. c) The Consultant will provide suggestions for improvements to dredging and dewatering operations and coordinate with City and Contractor to implement improvements as agreed upon by City and Contractor. d) The Consultant will closely monitor solids content testing results, landfill trip tickets, volumes of land applied material, .land application rates per acre, soil testing, and land application site maintenance and management to maximize accuracy in quantity calculations and ensure effectiveness and efficiency of the sludge removal operations. e) The Consultant will track program progress, expenditures and available program funds by compiling Contractor pay requests and sludge removal quantities from contractor daily logs and will provide the data to the City monthly. Amend No. 2 City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A LNV Proj. No. 150625.002 Page 10 of 13 f) The Consultant will provide regular updates to the City on funds allocated and funds remaining. g) The Consultant will meet with City staff and Contractor to provide interpretations/clarifications of the plans, specifications and/or contract procedures. h) The Consultant will coordinate with City staff on any required changes throughout the duration of the project as directed by the City. The Pay Request verification and Contract Renewal Review services described above and included in this amendment are based on one contract term for removal of approximately 15,000 to 20,000 DT of solids and of a duration not to exceed one (1)year. 11. City Council Action Request (CCAR) White Paper & Support The intent of this task is to provide Additional Services required to develop a White Paper to present information to City Staff related to solids handling at O.N. Stevens Water Treatment Plant(ONSWTP)and, more specifically, related to land application for beneficial reuse of ONSWTP residuals. The White Paper is intended to be used by City Staff in the development of a response memo to a City Council Action Request (CCAR). This task will evaluate the costs, benefits, and risks of soliciting a contract for land application for beneficial reuse of ONSWTP residuals. This task will also assist the City to compare the costs(additional or savings)to infrastructure supporting the residual removal project. The supporting infrastructure having the most significant impact on cost differential are the Cefe Valenzuela Landfill, City streets, and ONSWTP electrical power billings. This task will be limited to forty (40) hours with eight (8) of those hours being for a Principal or Senior Project Manager and thirty two(32)of those hours for a senior E.I.T or Project Engineer. This task will be billed on a Time and Materials basis. The anticipated amount for this task is $6.300 as shown in the Summary of Fees. Topics that the Consultant anticipate being addressed in this task, as they relate to intermediate residual removal and disposal, include the following: a) Landfill Cost b) Street Maintenance Cost c) ONSWTP Electrical Power Billing d) Hauling Quantities e) Land Application Benefit and Risk f) History of Solids Handling Studies g) City Council Action Request Support Amend No. 2 City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A LNV Proj. No. 150625.002 Page 11 of 13 SUMMARY OF FEES: Basic Services Fees Original Amd. 1 Amd. 2 Total Contract 1 Preliminary Design Phase $ - $ - $ - $ - I 2 Design Phase 45,105 $ 19,400 $ 9.600 $ 74,105 3 Bid Phase $ 10,080 $ $ 10,800 $ 20,880 4 Construction Phase - Original Construction Contract $ 19,035 $ - $ 19,035 - Optional Renewal $ 13,735 $ 5,300 $ (19,035) $ - - Optional Renewal $ - $ - $ 19,035 $ 19,035 - Subtotal Basic Services Fees $ 87,955 $ 24,700 $ 20,400 $133,055 Additional Services Fees (Allowance) Original Amd. 1 Amd. 2 Total Contract 1 Permit Preparation $ 1,300 $ - $ - $ 1,300 2 ROW Acquisition $ - $ - $ - $ - 3 Topographic Survey $ 4,092 $ 8,900 $ - $ 12,992 4 Environmental Issues $ - $ - $ - $ - 5 Public Involvement $ - $ - $ - $ - 6 SUE $ - $ - $ - $ - 7 Construction Observation Services $ - $ - $ - $ - 8 Warranty Phase $ 2,120 $ (2,120) $ - $ - 9 Start-Up Services $ - $ - $ - $ - 10 Contractor Pay Request Verification & Contract Renewal Review - Original Construction Contract TBD $ 30,000 $ - $ 30,000 - Optional Renewal TBD $ 30,000 $ (30,000) $ - - Optional Renewal TBD $ - $ 30,000 $ 30,000 11 CCAR Support $ - $ - $ 6,300 $ 6,300 Sub-Total Additional Services Fees Authorized $ 7,512 $ 66,780 $ 6,300 $ 80,592 ITotal Authorized Fee $ 95,467 $ 91,480 $ 26,700 $213,647 Amend No. 2 City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A LNV Proj. No. 150625.002 Page 12 of 13 4 SCHEDULE: Date Activity TBD NE Contract Execution (NTP) 1 Week after NTP CIVCAST Project Advertisement 3 Weeks after NTP Pre-Final Design Submittal 4 Weeks after NTP Final Design Submittal 7 Weeks after NTP _ Award Construction/Service Contract August 2018Dredging Operation Completion 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. Respectfully, / i Logan Burton, P.E. ,..7 PrincipalNice President LNV, Inc. TBPE Firm No. F-366 (512) 381 8333 loganb(a�lnvinc.com Amend No. 2 City Proj. No. E16246 ONSWTP Intermediate Sludge Removal Phase 1, Amd. 2 Exhibit A LNV Proj. No. 150625.002 Page 13 of 13