Loading...
HomeMy WebLinkAboutC2019-449 - 7/31/2019 - NA CITY OF CORPUS CHRISTI CONTRACT FOR PROFESSIONAL SERVICES AMENDMENT NO. 3 The City of Corpus Christi, Texas hereinafter called "CITY', and LNV, Inc. hereinafter called "ENGINEER" agree to the following amendment to the Contract for Professional Services for O.N. Stevens Water Treatment Plant Facilities Feed Optimization Improvements (Project No. 8605), as authorized and amended by: Original A/E Agreement June 3, 2008 Administrative Approval $42,900.00 Amendment No. 1 July 6, 2010 Motion No. M2010-165 $1,832,547.00 Amendment No. 2 September 24, 2015 Administrative Approval $0.00 In the Original Contract, Section 2. SCOPE OF WORK shall be amended to provide engineering design services for the design and construction of a new Sodium Permanganate Bulk Storage and Chemical Feed System as detailed on the attached Amendment No. 3, Exhibit A. In the Original Contract, Section 2. SCOPE OF WORK shall be amended as specified on the attached Amendment No. 3, Exhibit A. In the Original Contract, Section 3. FEE shall be amended as specified in Amendment No. 3, Exhibit A for a revised fee not to exceed $0.00, for a total restated fee not to exceed $1,875,447.00. Monthly invoices shall be submitted in accordance with Exhibit B. All other terms and conditions of the June 3, 2008 contract between the City and Engineer, and any amendments to that contract, which are not specifically addressed herein� shall remain in full force and effect. CITY OF CO-71S ' 'ISTI LNV, INC. ,ref p,•� �-• -7/3/9 /2 5 !`I eff H. Edmonds, P.E. Jc,— Dan S. Leyen ecker, P.E. ate Director of Engineering Services President 801 Navigation, Suite 300 Corpus Christi, Texas 78408 (361) 883-1984 Office (361) 883-1986 Fax loganb@Invinc.com APPROVED AS TO FORM 2019.07.30 09:09:21 -05'00' Project No: 8605 Assistant City Attorney Date Accounting Unit:4088-041 Account: 550950 Activity: 180193-01-4088-EXP ATTEST Account Category: 50950 Fund Name:Water 2012 RVBD ebecca Huerta, City Secretary AMEND. NO. 3 Page 1 of 2 KiENGINEERING DATAEXCHANGEICLARISSAJIWATER18605-ONSWTP FACILITIES FEED OPTIMIZATION IMPROVEMENTSILNV AMENDMENT 3'AMENDMENT 3 DOCX SCANNED CITY OF CORPUS CHRISTI ONSWTP SODIUM PERMANGANATE BULK STORAGE AND CHEMICAL FEED IMPROVEMENTS CITY PROJECT NO. 8605-AMENDMENT 3 Table of Contents EXHIBIT A: SCOPE OF WORK I PROJECT BACKGROUND 1 GENERAL INFORMATION 2 I. DESCRIPTION OF SCOPE 3 II. SCOPE LIMITING ASSUMPTIONS 3 III. SCOPE OF WORK 5 BASIC SERVICES 1.0 PRELIMINARY DESIGN PHASE(N/A) 5 2.0 DESIGN PHASE 5 3.0 BIDDING AND AWARD PHASE 10 4.0 CONSTRUCTION PHASE 11 ADDITIONAL SERVICES 1.0 PERMITTING &AGENCY COORDINATION (N/A) 15 2.0 TOPOGRAPHIC SURVEY (N/A) 15 3.0 SUBSURFACE UTILITY ENGINEERING (SUE) (N/A) 15 EXHIBIT A Page 1 of 21 4.0 START-UP AND TRAINING 15 5.0 SCADA AND O&M DOCUMENTATION 16 6.0 WINDSTORM CERTIFICATION SERVICES 16 EXHIBIT B: PRELIMINARY PROJECT SCHEDULE 18 EXHIBIT C: SUMMARY OF FEES AND DETAILED FEE ANALYSIS ...19 EXHIBIT A Page 2 of 21 • , , : , I. PROJECT BACKGROUND • BASE CONTRACT:O.N.Stevens Facilities Feed Improvements(Chlorine/Chloramine Assessment) project(City Project No. 8605) The O.N. Stevens Facilities Feed Improvements (Chlorine/Chloramine Assessment) project (City Project No. 8605) was executed in June 2008. The purpose of this project was to provide preliminary design services to help the O.N. Stevens Water Treatment Plant(ONSWTP)meet TCEQ requirements for chemical dosing. This involved improving chemical bulk storage facilities, chemical feed and handling at the plant for liquid ammonium sulfate (LAS), caustic soda, potassium permanganate and cationic polymer. • AMENDMENT 1: O.N. Stevens Water Treatment Plant Facilities Feed Optimization Amendment l to O.N Sevens Facilities Feed Improvements (Chlorine/Chloramine Assessment) project(City Project No. 8605)was executed in July 2010 to provide engineering services for the O.N. Stevens Water Treatment Plant Facilities Feed Optimization project (City Project No. E17047). The scope of this project involved providing design, bid and construction phase services for the following improvements at the plant. This project was later combined with the Raw Water Influent Improvements project(8643) and is currently in its design phase. o Chemical Storage and Chemical Feed Systems o Sedimentation Basin Hydraulic Improvements o Programmable Logic Controller(PLC) Upgrades • AMENDMENT 2: O.N. Stevens Water Treatment Plant Facilities Feed Optimization Improvements- Fluoride In September 2015, a zero-dollar amendment 2 was executed to the contract. The scope of this amendment included providing engineering services for the O.N Stevens Water Treatment Plant Facilities Feed Optimization Improvements-Fluoride project (E15233). The project involved EXHIBIT A Page 3 of 21 demolition of the existing fluoride facility at the ONSWTP and construction of a new fluoride system including chemical storage, chemical feed, chemical injection, instrumentation, electrical and structural improvements. The project was recently completed. • PROPOSED AMENDMENT 3: Sodium Permanganate Bulk Storage and Chemical Feed Improvements Project The City of Corpus Christi (City) has requested that unallocated funds remaining in the the O.N. Sevens Facilities Feed Improvements (Chlorine/Chloramine Assessment) project (City Project No. 8605) be used through a zero-dollar amendment 3. The scope of this amendment will be to provide engineering services for the design and construction of a new sodium permanganate bulk storage and chemical feed system at the ONSWTP. II. GENERAL INFORMATION The O.N. Stevens Water Treatment Plant (ONSWTP) has a rated capacity of 161.5 MGD and provides treated drinking water to the City of Corpus Christi.At the ONSWTP,conventional treatment processes like coagulation, flocculation, sedimentation, filtration and disinfection are used to effectively treat the influent raw water.The plant receives raw water from Choke Canyon/Lake Corpus Christi, Lake Texana and Colorado River and the water from the different sources is routed to the plant's raw water junction box where it is blended together. Influent raw water is sent to the pre- sedimentation basin to allow the larger particles in the water to settle. Due to the high organic matter and nutrients in the raw water sources, water temperatures and detention times, a significant algae problem is often noticed at the pre-sedimentation basin.Algae formation hinders the treatment process downstream by clogging filters and also alters the taste and odor of the water. In order to minimize algae formation and oxidize low-level impurities in water such as iron, manganese and arsenic, water is dosed with sodium permanganate. While sodium permanganate is effective in its role as an oxidant and algae reducer, at present,there is no permanent chemical storage facility for the chemical on site and it is handled and fed manually by plant operators. This is a safety hazard and also causes procurement,operational and dosing challenges for the plant staff. The current EXHIBIT A Page 4 of 21 . challenges, historical dosing, estimated future demand and proposed bulk storage and feed system design basis have been discussed in detail under E16264-TA18-Sodium Permanganate Bulk Storage and Chemical Feed Improvements Design Basis Report. III. DESCRIPTION OF PROJECT SCOPE The purpose of this project is to build on the work completed under E16264-TA18-Sodium Permanganate Bulk Storage and Chemical Feed Improvements Design Basis Report and design a new containment and chemical feed system for sodium permanganate at the ONSWTP. Under this AE contract,the Engineer will provide design and construction phase services for the following upgrades at the plant: • Site preparation • Sodium Permanganate Bulk Storage Containment Area • Sodium Permanganate Chemical Feed System • Sodium Permanganate Injection Locations • Yard Piping • Electrical and Instrumentation Improvements IV. SCOPE LIMITING ASSUMPTIONS The following scope limiting assumptions have been defined: • The scope of work for this project will build on the work completed under the Sodium Permanganate Bulk Storage and Chemical Feed Improvements Design Basis Report (City Project No. E16264-TA18). Due to this the design phase of this project will not include a 30% or 60% design submittal. The City staff will be able to provide input and review key design decisions during monthly project meetings. The Engineer will prepare a 100% pre-final submittal for City review and a final signed and sealed set of bid documents, incorporating all necessary comments and suggestions. EXHIBIT A Page 5 of 21 • It is to be noted that several improvements are being made at the front-end of the ONSWTP. The proposed sodium permanganate injection point under the current scope of work is intended to be located at the raw water junction box which is being designed and constructed as a part of the O.N. Stevens Water Treatment Plant Raw Water Influent and Chemical Feed project. This scope of work assumes that while the injection point will be designed as a part of this project, the construction will occur under the O.N Stevens Water Treatment Plant Raw Water Influent and Chemical Feed project. Design and construction details will be closely coordinated between both project teams. EXHIBIT A Page 6 of 21 V. SCOPE OF WORK BASIC SERVICES 1. PRELIMINARY DESIGN PHASE —N/A Under City project E16264-TA 18: Sodium Permanganate Bulk Storage and Chemical Feed Improvements Design Basis Report,certain design criteria were already established for the design and construction of a sodium permanganate system at the ONSWTP.The design phase for this project will take into account and build on the work already completed under E16264-TA18. 2. DESIGN PHASE Under this phase of work,the Engineer will perform design services for the following project elements: i. Sodium Permanganate Containment Area:Based on the Design Basis Report(City Project El6264-TA18), the sodium permanganate containment area is anticipated to house two(2)bulk storage tanks,one(1)day tank, feed and transfer pumps and other supporting equipment. The containment area size is expected to increase based on increased chemical dose required at the plant. The containment area will be sized appropriately to meet the sodium permanganate storage requirements and designed in accordance with all regulatory code standards. ii. Chemical Feed Equipment: All process equipment including but not limited to bulk storage tanks, day tanks, metering pumps,transfer pumps and injection points will be sized based on the design iii. criteria identified in the PER. Material compatibility with sodium permanganate will be confirmed for all equipment and accessories. iv. Chemical Injection Locations and Yard Piping: Proposed pipe material, size, length and routing will be finalized. 2.01 Meetings and Coordination: The Engineer will conduct regular meetings with the City to discuss critical decisions and update the City on project progress. The Engineer will keep record of these meetings and provide meeting agendas and meeting notes to all attendees. Action items and decisions shall be clearly identified in EXHIBIT A Page 7 of 21 the notes. The following meetings and workshops are anticipated to be conducted during the design phase: • Project Kickoff Meeting • Project Monthly Update Meetings (up to 6) • Pre-Final Design Workshop • Coordination with TCEQ • Internal design coordination meetings between Engineer and sub-consultants (Up to 8) 2.02 Preliminary Site Survey Data: The Engineer will review available plant survey data to determine parameters needed for design. 2.03 Geotechnical Investigation Findings: The Engineer will review existing geotechnical investigation information for the proposed project site. The Engineer will not perform any geotechnical investigations. 2.04 Civil-Site Design: The Engineer will finalize the site plans taking into consideration setbacks, site access, access roads, topography, existing utilities, and landscaping. The Engineer will finalize the yard piping and the grading and paving plans reflecting the proposed improvements. Site plans should include final property boundaries, easements, setbacks, zoning, floodplain delineations, topography, proposed structure locations, vehicular circulation (plant drives), finish floor or top of structure elevations, drainage patterns and major drainage features. In addition, the Engineer update the on-site water EXHIBIT A Page 8 of 21 runoff plan taking into consideration the proposed facility and will also finalize the Storm Water Pollution Prevention Plan (SWPP) for the plant. 2.05 Mechanical and Process Design: The Engineer will update chemical dosing information provided in the Design Basis Report and provide design services for the chemical feed system.The Engineer will provide mechanical layouts of the facility along with specifications for chemical feed and storage equipment and appurtenances. An updated process flow diagram will also be provided. 2.06 Power Distribution, Standby Power and One-Line Diagrams: The Engineer will update the electrical one-line diagrams showing major equipment and method of providing power, determine estimated electrical equipment sizes for housing requirements and develop preliminary electrical load calculations. The Engineer will update the stand-by power provisions defined in the PER along with one-line diagrams, electrical site plans, site lighting plans, conduit schedules, and panel schedules. 2.07 Plant Instrumentation Control System: The existing sodium permanganate controls will be upgraded with an automated system integrated into the plant's existing SCADA system as described in the Design Basis Report. The system network diagram and the individual points to be monitored, measured, alarmed and controlled described in the Design Basis Report will be updated during the preliminary design and provided in the Preliminary Engineering Report (PER). The Engineer will also provide the control strategy for the control panels and network connections to the existing SCADA system, but City staff will perform the integration and implement the control strategy. EXHIBIT A Page 9 of 21 2.08 Structural Design: The Engineer will provide structural engineering design services. This includes preparing final structural drawings and specifications based upon the process unit and containment area layouts developed in the Preliminary Design. 2.09 100% Pre-Final Design Submittal: The 100% Pre-final Design segment will include detailing the plans, specifications, project cost, schedule and other details based on the final PER submitted to the City. Work generally consists of completing typical and project details, incorporating City preferences in design, completing specifications, and completing coordination between civil, process, mechanical, structural, electrical and instrumentation control designers. The Engineer will prepare the following for the 100%pre-final design: i. Construction plans completed to 100% consisting of complete civil, process, mechanical, structural, electrical and instrumentation plans and details. All Construction plans will be on 11"x17" sheets. ii. Construction specifications completed to 100%which are anticipated to include: • Revised front end documents (Division 0). • Revised general requirements of contract (Division 1) • O&M Manual equipment requirements (Division 1) • Curricula and O&M training requirements (Division 1) • Divisions of technical specifications (Division 2 onwards, as needed) • All technical specifications will be prepared in accordance with the Construction Specifications Institute (CSI) for Divisions 1 to 48. EXHIBIT A Page 10 of 21 iii. Project Schedule and Construction Sequencing which will include a detailed phased approach to track progress and payments. iv. Final Quantities and Engineer's Estimate of Probable Construction Cost based on final design and construction plans. 2.010 FINAL Design-Construction Documents: The FINAL Design will incorporate the comments received from the City and regulatory agencies, and comments received from the QA/QC Engineer into a set of Contract Documents. All plans, specifications, and calculations required for the regulatory submittals will be sealed and signed by a Professional Engineer, as appropriate, who is registered in the State of Texas. The calculations will include those calculations required for permit review and approval (e.g. structural, plumbing, electrical, and drainage). Specifications will be delivered as an 8-1/2" x 11" set and on a CD-ROM in Microsoft Word and in Adobe PDF (or as directed by City). Plans will be submitted as both full size and '/2-size and on a CD-ROM in electronic files for the project in AutoCAD R2007, or as directed by City. Upon the receipt of the final comments from City and the regulatory agencies, the Engineer will incorporate the final comments into the construction documents and prepare them for distribution to the City, bidding Contractors, and the Team. • Notes and Scope Assumptions: o During the design phase regular update meetings will be scheduled with the City staff and project team as per the schedule shown under Task 1. o The 100% pre-final design documents will be submitted to the City staff for review and feedback. The schedule anticipates a two (2)week city review period. o At the end of the review period, a 100%pre-final workshop will be conducted with City staff to assimilate all comments and address any questions or concerns in the design. o The comments received will be incorporated as appropriate into the FINAL design package and submitted to the City for proceeding with the bidding and award phase. o It is assumed that this project will qualify for the industrial affidavit permit exemption. EXHIBIT A Page 11 of 21 • Deliverables: • 2 Sets of Plans (100% Pre-Final and FINAL) • 2 Sets of Specifications (100%Pre-Final and FINAL) • Construction Cost Estimates (100%Pre-Final and FINAL) • Maintenance of Plant Operations (MOPO) (100% Pre-Final and FINAL) • Operations and Commissioning Plan (100%Pre-Final and FINAL) • 1 CD of Specifications/Drawings in electronic format(PDF, Word and CAD files) 2.011 QA/QC: The Engineer will provide QA/QC services of. A Senior Engineer will review the 100%pre-final and FINAL design submittal for technical merit, quality of drawings and specifications, and interdisciplinary coordination prior to submittal to the City. The Design Team and the QA/QC Engineer will meet to review and resolve comments and discuss suggested modifications to the 100% pre-final and FINAL design submittal. The comments and resolutions will be documented appropriately. 3. BIDDING AND AWARD PHASE This task will consist of assisting the City with conducting a Pre-Bid Conference, preparing the Pre- Bid conference 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 the bidding documents (plans, specifications, and addenda)to the interested bidders and suppliers. 3.01 Pre-Bid Conference: Approximately 3 weeks after the notice of bids has been advertised by the City, the Engineer will assist the City in conducting a Pre-Bid Conference to review the details of the project and solicit questions regarding the Bid Documents. The Engineer will prepare a draft agenda for City review, EXHIBIT A Page 12 of 21 address the review comments and finalize the agenda, and document the conference in writing within five (5) working days. Deliverables: Meeting Agenda, Meeting Notes 3.02 Bidding Coordination and Addenda Preparation: The Engineer will answer City and Contractor questions, develop written responses in the form of Contract Addenda, provide (1) 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) full size and(1)half-size sets of addenda drawings for distribution by the City to interested Bidders. Deliverables:Contract Addenda as necessary 3.03 Bid Evaluation and Recommendation of Award: The Engineer will tabulate and review all bids received for compliance with the requirements of the bid documents, including addenda. After consultation with City, the Engineer will prepare a written award recommendation based on this review and knowledge of proposed contractors' and subcontractors' past performance records. Deliverables: Bid Tabulation Contract Award Recommendation Letter 4. CONSTRUCTION PHASE (Time & Materials) The intent of the Construction 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 the requirements of the City and regulatory agencies, within the project schedule, and with a minimum of disruption to ongoing activities at the facility. The anticipated construction duration for this project is nine (9) months. EXHIBIT A Page 13 of 21 • 3 During the construction phase of the project, the Engineer will assist the City by performing the following tasks: 4.01 General Project Administration and Meetings • Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted by the project. • Conduct monthly progress update meetings with City staff. Provide progress reports to City. • Provide construction administration, quality control, value engineering support and coordination. Deliverables: Meeting agenda, Meeting Notes and Progress Reports as required 4.02 Changes Orders The Engineer will review cost and time estimates for up to one (1) change order and for Contractor's claims for additional cost or compensation due to differing site conditions, force majeure,material or equipment shortages, or other causes. The Engineer will also provide an estimate of the additional Design Consultant costs (if any)that would be incurred as a result of the change order. Deliverables: Design Recommendations and Revisions as necessary 4.03 Perform Site Visits In addition to field services described above,the design 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. Field reports will be kept to document progress and issues. A total of(10) site visits are anticipated for the duration of construction. Deliverables: Field Reports as necessary EXHIBIT A Page 14 of 21 4.04 Review Submittals and Test Results The Engineer 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 Engineer will distribute and file the submittals after review action has been taken and 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 Engineer 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 Engineer will be responsible for completing the submittal reviews within 15 business days and for monitoring the status and timeliness of responses. As part of this task,the Engineer 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 Engineer 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 five (5) shop drawing submittals. Not included in the scope of work for this task is the witnessing of specification compliance testing at manufacturer's factories. Deliverables: Monthly Updated Submittals Log Reviewed Submittals with Submittal Status Test Data Reviews 4.05 Issue Interpretations and Clarifications The Engineer will act as 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 Engineer will be responsible for responding to Requests for Information (RFI) within five (5) business days and for monitoring the status and timeliness of responses. EXHIBIT A Page 15 of 21 As part of this task,the Engineer 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 five (5)RFIs. Deliverables:Monthly Updated RFI Log RFI Responses Contractor or City-Requested Change Reviews as necessary Contract Document Interpretations and Clarifications as necessary 4.06 Substantial Completion/Final Acceptance Inspection Following notice from the Contractor,the Engineer and other Project Team members will conduct an inspection to determine if the Project is substantially complete in accordance with the construction documents. If the Engineer considers the work substantially complete,then the Engineer 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. Project Team members 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. 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. After the Contractor has completed the work of the final punch list and upon written notice from the Contractor,the Engineer 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. Deliverables: Substantial Completion Recommendation Substantial Completion Punch List Final Completion Recommendation Final Completion Punch List EXHIBIT A Page 16 of 21 4.07 Record Drawings The Engineer will prepare and deliver to the City record drawings of the constructed work both in hard copy and complete electronic files for the project in AutoCAD and PDF. Record drawing information will be obtained from redlined drawings prepared by the Contractor. Deliverables: 1 full-size set and 1 half-size set of drawings 1 CD of drawings in AutoCAD and PDF format ADDITIONAL SERVICES This section defines the scope for compensation for additional services that may be included as part of this contract,but the A/E will not begin work on this section without specific written approval by the City Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by City Engineering Services as required. The A/E will,with written authorization by the Director of Engineering Services, do the following: 1. Permitting and Agency Coordination —N/A 2. Topographic Survey -N/A 3. Subsurface Utility Engineering (SUE)-Level A-N/A 4. Start-Up and Training Services Provide start-up services to transfer finished work from a construction status to an operating, functional system(s). Services include preparation of a project specific start-up and commissioning specification outlining the start-up plan requirements,review of Contractor's start-up plan,preparation and coordination of a start-up plan and procedures for City personnel to use, and up to 2-days of assistance to City personnel during commissioning. EXHIBIT A Page 17 of 21 • Notes and Scope Assumptions: Engineer will provide a start-up specification to the contractor. The contractor will be responsible for developing a detailed start-up plan based on the specification. 5. SCADA and O&M Documentation The Engineering services to be provided under this stage of work will include services related to the SCADA system and the preparation of an operations and maintenance manuals for the sodium permanganate system. The Engineer will also prepare Maintenance of Plant Operations(MOPO)plan to provide information to allow the Contractor to avoid interrupting the operation of new or existing treatment processes or units other than as coordinated with the City.This task also includes development of a plan for testing,startup,and initial operation of the sodium permanganate chemical feed system that is consistent with the anticipated sequence of construction.This plan will be developed with input from the City's operation and maintenance staff. 6. Windstorm Certification Services The Engineer will perform Windstorm calculations, inspections and provide certification for the sodium permanganate containment area through the following tasks: • Prepare WPI-1 form in accordance with the requirements of the Texas Department of Insurance (TDI) for Windstorm for the each of the New Structures; including foundations. • Review design calculations for new building structures and foundations to insure design is in accordance with the International Building Code 2003/2006 and Texas Dept. of Insurance for Windstorm compliance. • Perform wind pressure calculations in accordance with the International Building Code 2003/2006 for all building envelopes to insure all component and cladding elements meet or exceed the requirements of TDI for Windstorm. • Review all necessary submittals for foundation reinforcing, wall and floor framing, windows/frames/anchoring, doors/frames/anchoring, louvers/frames/anchoring and roofing for EXHIBIT A Page 18 of 21 • compliance with TDI. Initial submittal review and one (1) re-submittal review is included in this contract. Additional review of re-submittal's will be performed at an hourly rate of$150.00. • Perform necessary inspections during the entire construction process for all buildings and their respective foundation systems as required to visually verify that all foundation reinforcing, anchorage, primary and secondary framing, connections, sheathing installation, doors, windows and louvers are all constructed as designed. Additional re-inspections will be performed at an hourly rate of$150.00. • Submit WPI-2 —BC-S forms upon completion of construction to receive the WPI-8 Windstorm Certificate. • Windstorm Certification Requirements:The Contractor/Owner shall be responsible for providing all necessary Design/Assembly Documentation to the Windstorm Engineer/Inspector as required to conform to the requirements of the Texas Department of Insurance. EXHIBIT A Page 19 of 21 EXHIBIT B PRELIMINARY PROJECT SCHEDULE TASK DESCRIPTION DURATION (Months) Preliminary Design Phase N/A 100%Pre-Final Design 6 100%Final Design 1 Bidding and Award 4 Construction 9 TOTAL PROJECT DURATION 20 EXHIBIT A Page 20 of 21 EXHIBIT C SUMMARY OF FEES AND DETAILED FEE ANALYSIS Table 1 —Summary of Project Fees ORIGINAL AMD.NO.1 AMD.NO.2 PROPOSED TOTAL CONTRACT AMD.NO.3 BASIC SERVICES 1. Preliminary Phase $ 42,900.00 $ 199,712.00 $ 12,603.40 $ 255,215.40 2. Design Phase $ - $ 447,760.00 $ - $ 121,478.00 $ 569,238.00 3. Bid Phase $ - $ 29,958.00 $ - $ 9,954.50 $ 39,912.50 4. Construction Phase $ - $ 138,710.00 $ - $ 36,092.50 $ 174,802.50 r Subtotal Basic Services $ 42,900.00 $ 816,140.00 $ 12,603.40 $ 167,525.00 $ 1,039,168.40 ADDITIONAL SERVICES(ALLOWANCE) Permit Prepartion $ - $ 26,040.00 $ - $ - $ 26,040.00 Topographic Survey $ - $ 8,089.00 $ 830.10 $ - $ 8,919.10 Project Coordination $ - $ 106,214.00 $ - $ - $ 106,214.00 Integeration Services $ - $ 612,306.00 $ (28,371.50) $ (197,345.00) $ 386,589.50 Hydraulic Optimization Evaluation $ - $ - $ - $ - Start-up Services $ - $ 26,701.00 $ - $ 17,620.00 $ 44,321.00 Warranty Phase $ - $ 19,502.00 $ - $ 19,502.00 Risk Management Plan $ - $ - $ 5,160.00 $ 5,160.00 Construction Inspection(T&M) $ - $ - $ - $ - Platting Survey $ - $ - $ - $ - 0&M Manuals $ - $ 3,728.00 $ 3,530.00 $ 7,258.00 Windstorm $ - $ 2,334.00 $ 3,510.00 $ 5,844.00 SCADA $ - $ 193,025.00 $ - $ 193,025.00 Process Automation System Development $ - $ 8,876.00 $ - $ 8,876.00 Construction Observation Phase(T&M) $ - $ 24,530.00 $ - $ - $ 24,530.00 Subtotal Additional Services $ - $ 1,016,407.00 $ (12,603.40) $ (167,525.00) $ 836,278.60 TOTAL $ 42,900.00 $ 1,832,547.00 $ - $ - $ 1,875,447.00 Admin Approval Motion 2010-165 Admin Approval June 3,2008 July 6,2010 September 24,2015 EXHIBIT A Page 21 of 21 Sample form for: Payment Request COMPLETE PROJECT NAME AE Contract Project No. XXXX Revised 02/01/17 Invoice No. 12345 Invoice Date 01/01/2017 Total Current Previous Total Remaining Percent Basic Services: Contract Amd No. 1 Amd No. 2 Contract Invoice Invoice Invoice Balance Complete Preliminary Phase $1,000.00 $0.00, $0.00 $1,000.00 $0.00 $1,000.00 $1,000.00 $0.00 100.0% Design Phase $2,000.00 $1,000.00 $0.00 $3,000.00 $1,000.00 $500.00 $1,500.00 $1,500.00 50.0% Bid Phase $500.00 $0.00 $250.00 $750.00 $0.00 $0.00 $0.00 $750.00 0.0% Construction Phase $2,500.00 $0.00 $1,000.00 $3,500.00 $0.00 $0.00 $0.00 $3,500.00 0.0% Subtotal Basic Services $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3% . Additional Services: Permitting $2,000.00 $0.00 $0.00 $2,000.00 $500.00 $0.00 $500.00 $1,500.00 25.0% Warranty Phase $0.00 $1,120.00 $0.00 $1,120.00 $0.00 $0.00 $0.00 $1,120.00 0.0% Inspection $0.00 $0.00 $1,627.00 $1,627.00 $0.00 $0.00 $0.00 $1,627.00 0.0% Platting Survey TBD TBD TBD TBD TBD TBD TBD TBD TBD 0& M Manuals TBD TBD TBD TBD TBD_ TBD TBD TBD TBD SCADA TBD TBD TBD TBD TBD TBD TBD TBD TBD Subtotal Additional Services $2,000.00 $1,120.00 $1,627.00 $4,747.00 $500.00 $0.00 $500.00 $4,247.00 10.5% Summary of Fees: Basic Services Fees $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3% Additional Services Fees $2,000.00 $1,120.00 $1,627.00 $4,747.00 $500.00 $0.00 $500.00 $4,247.00 10.5% Total of Fees $8,000.00 $2,120.00 $2,877.00 $12,997.00 $1,500.00 $1,500.00 $3,000.00 $9,997.00 23.1% Notes: If needed, update this sample form based on the contract requirements. If applicable, refer to the contract for information on what to include with time and materials (T&M). um v x ca s CD 5:. o CO -« • EXHIBIT B-1 CONFIDENTIAL RATE SHEET Rate sheets are confidential pursuant to section 552.104 of the Texas Government Code since release of this information would give advantage to a competitor or bidder. In addition, section 552.110 of the TX Govt. Code protects third party commercial and financial information if release of the information would cause the third party substantial competitive harm. Final determination of confidentiality will be made by the Texas Attorney General. DOCUMENTATION OF PROVISIONAL / OVERHEAD RATES: Overhead rate documentation has been provided to the City of Corpus Christi and was utilized in reviewing and approving the loaded hourly rates below. PRINCIPALS: The Consultant must provide documentation with each payment request that clearly indicates how a Principal's time is allocated and the justification for that allocation. PRINCIPAL(S): HOURLY RATE TX REGISTRATION #: ($/h r) Project Consultant: CAD Technician: Clerical: Other— specify: SUBCONSULTANT(S): (firm) Principal(s): Project Consultant: CAD Technician: Clerical Other— specify: Add additional subconsultants as needed. Exhibit B-1 Confidential Rate Sheet Page 1 of 1 EXHIBIT C Insurance Requirements 1.1 Consultant must not commence work under this agreement until all required insurance has been obtained and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 1.2 Consultant must furnish to the Director of Engineering Services with the signed agreement a copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, Bodily Injury and Property Damage required on all certificates or by Per occurrence - aggregate applicable policy endorsements Commercial General Liability including: $1,000,000 Per Occurrence 1. Commercial Broad Form $2,000,000 Aggregate 2. Premises— Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury AUTO LIABILITY (including) $500,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased PROFESSIONAL LIABILITY $1,000,000 Per Claim (Errors and Omissions) If claims made policy, retro date must be prior to inception of agreement, have extended reporting period provisions 1 Rev 04/17 and identify any limitations regarding who is insured. 1.3 In the event of accidents of any kind related to this agreement, Consultant must furnish the City with copies of all reports of any accidents within 10 days of the accident. 1.4 Consultant shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Consultant's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. Consultant is required to provide City with renewal Certificates. 1.5 In the event of a change in insurance coverage, Consultant shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 business days of said change. Consultant shall pay any costs resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 1.6 Consultant agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: 1.6.1 List the City and its officers, officials, employees and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City with the exception of the professional liability/Errors & Omissions policy; 1.6.2 Provide for an endorsement that the "other insurance"clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; 1.6.3 If the policy is cancelled, other than for nonpayment of premium, notice of such cancellation will be provided at least 30 days in advance of the cancellation effective date to the certificate holder; 1.6.4 If the policy is cancelled for nonpayment of premium, notice of such cancellation will be provided within 10 days of the cancellation effective date to the certificate holder. 1.7 Within five (5) calendar days of a suspension, cancellation or non-renewal of 2 Rev 04/17 coverage, Consultant shall notify City of such lapse in coverage and provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Consultant's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 1.8 In addition to any other remedies the City may have upon Consultant's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to withhold any payment(s) if any, which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. 1.9 Nothing herein contained shall be construed as limiting in any way the extent to which Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractor's performance of the work covered under this agreement. 1.10 It is agreed that Consultant's insurance shall be deemed primary and non- contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. 1.11 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 3 Rev 04/17