Loading...
HomeMy WebLinkAboutPR 22416: PROJECT ENGINEER FOR THE MAIN WASTWATER PLANT REHABILITATION BY FREESE & NICHOLS, INC. 0 „„-t rtltrrr Trras INTEROFFICE MEMORANDUM Date: March 17, 2022 To: The Honorable Mayor and City Council Through: Ronald Burton, City Manager From: Calvin Matthews, P.E., Water Utilities Director RE: PR 22416 — For Construction Management Services Rendered as Project Engineer for the Main Wastewater Plant Rehabilitation by Freese & Nichols, Inc. of Pearland, Texas Introduction: The intent of this Agenda Item is to seek the City Council's approval for the City Manager to execute a contract between the City of Port Arthur and Freese & Nichols, Inc. of Pearland, Texas for Construction Management Services Rendered as the Project Engineer for the Main Wastewater Plant Rehabilitation project. On September 7, 2021, City Council approved Res. No. 21-307, approving the negotiation of a contract with Freese & Nichols, Inc. for Professional Services Rendered as the Construction Phase Engineer for the Main Wastewater Plant Rehabilitation project. Freese &Nichols, Inc. has submitted a quote of$2,100,000.00 for the Professional Services to be rendered. Background: On September 7, 2021, City Council approved Res. No. 21-307, approving the negotiation of a contract with Freese & Nichols, Inc. for Construction Management Services Rendered as the Project Engineer for the Main Wastewater Plant Rehabilitation project. The Main Wastewater Plant, located at 6300 Procter Street Extension, will enter the construction phase in April 2022. Freese & Nichols, Inc. was selected for Project Engineer for the Main Wastewater Plant Rehabilitation through a competitive RFQ selection process. This "Remember,we are here to serve the Citizens of Port Arthur" City of ort rthu�� Texas engineering firm will provide all necessary professional engineering services throughout the construction phase. Budget Impact: Utilization of the services of Freese & Nichols, Inc. has been negotiated. Freese & Nichols, Inc. has submitted a quote of $2,100,000.00 for cost of the Professional Services to be rendered. Funds are available in Account No. 404-40-000-8516-00-00-000, Project No. TW- 0003-CON. Recommendation: It is recommended that City Council approve PR 22416, for the City Manager to execute a contract for construction management services with Freese &Nichols, Inc. of Pearland, Texas, to be funded from Account No. 404-40-000-8516-00-00-000, Project No. TW-0003-CON. "Remember,we are here to serve the Citizens of Port Arthur" P R No. 22416 3/17/2022 bw Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH FREESE & NICHOLS, INC. OF PEARLAND, TEXAS, FOR THE CONSTRUCTION MANAGEMENT SERVICES OF THE MAIN WASTEWATER TREATMENT PLANT REHABILITATION PROJECT LOCATED AT 6300 PROCTER STREET EXTENSION IN THE TOTAL AMOUNT OF $2,100,000.00 AND FUNDING IS AVAILABLE IN ACCOUNT NO. 404-40-000-8516-00-00-000, PROJECT NO. TW- 0003-CON. WHEREAS, pursuant to Resolution No. 21-370, Council approved the negotiation of a contract with Freese & Nichols, Inc. for Construction Management Services Rendered as the Project Engineer for the Main Wastewater Plant Rehabilitation project; and, WHEREAS, after negotiation and value engineering analysis, Freese &Nichols, Inc. has submitted a quote of$2,100,000.00 for the Construction Management Services to be rendered for the Construction Phase Services of the Rehabilitation Project, as delineated in Exhibit"A". NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT,the facts and opinion in the preamble are true and correct; and, THAT, the City Manager is hereby authorized and directed to execute, on behalf of the City of Port Arthur, a contract with Freese & Nichols, Inc. of Pearland, Texas, for providing Construction Management Services during the Main Wastewater Treatment Plant Rehabilitation Project; and, THAT, a copy of the caption of this resolution be spread upon the minutes of the City Council. P R No. 22416 3/17/2022 bw Page 2 of 3 READ, ADOPTED, AND APPROVED, this day of , 2022, AD, at a Regular Meeting of the City Council of the City of Port Arthur, Texas by the following Vote: AYES: Mayor: Councilmembers: NOES: Thurman"Bill" Bartie Mayor ATTEST: Sherri Bellard City Secretary APPROVED AS TO FORM: C. See. me &o ) Valecia Tizeno City Attorney P R No. 22416 3/17/2022 bw Page 3 of 3 APPROVED FOR ADMINISTRATION: Ronald Burton City Manager 41 i74411w.i Calvin Matthews, P.E. Water Utilities Director APPROVED AS TO FUND AVAILABILITY: ) ()\._,N._\L, n,,,,....1) Kandy Daniel y Interim Director of Finance ovo LA1 Clifton Williams, CPPB Purchasing Manager EXHIBIT "A" STATE OF TEXAS § CITY OF PORT ARTHUR,TEXAS § AGREEMENT FOR PROFESSIONAL SERVICES COUNTY OF JEFFERSON § This Agreement for Professional Services("Agreement")is made by and between the City of Port Arthur,Texas,a Texas home-rule municipality located in Jefferson County,Texas("City"), and Freese & Nichols,Inc. (FNI) ("Professional") (individually, each a"Party" and collectively, "Parties"), acting by and through the Parties' authorized representatives. Recitals: WHEREAS, City desires to engage the services of Professional as an independent contractor and not as an employee in accordance with the terms and conditions set forth in this Agreement; and WHEREAS, Professional desires to render professional services in accordance with the terms and conditions set forth in this Agreement. NOW, THEREFORE, in exchange for the mutual covenants set forth herein and other valuable consideration, the sufficiency and receipt of which is hereby acknowledged, the Parties agree as follows: Article I Emplovmcnt of Professional Professional will perform as an independent contractor all services under this Agreement to the prevailing professional standards consistent with the level of care and skill ordinarily exercised by members of Professional's profession, both public and private, currently practicing in the same locality under similar conditions including but not limited to the exercise of reasonable, informed judgments and prompt, timely action. If Professional is representing this it has special expertise in one or more areas to be utilized in the performance of this Agreement, then Professional agrees to perform those special expertise services to the appropriate local, regional and national professional standards. Article II Term 2.1 The term of this Agreement shall begin on the last date of execution hereof by all parties hereto (the "Effective Date") and shall continue thereafter for a period of fifty-one (51) months. 2.2 Professional may terminate this Agreement by giving thirty(30)days prior written notice to City. In the event of such termination by Professional, Professional shall be entitled to compensation for services satisfactorily completed in accordance with this Agreement prior to the date of such termination. 2.3 City may terminate this Agreement by giving ten (10) days prior written notice to Professional. In the event of such termination by City, Professional shall be entitled to compensation for services satisfactorily completed in accordance with this Agreement prior to the date of such termination. Upon receipt of such notice from City, Professional shall immediately terminate working on, placing orders or entering into contracts for supplies, assistance, facilities or materials in connection with this Agreement and shall proceed to promptly cancel all existing contracts insofar as they are related to this Agreement. Article III Scope of Services 3.1 Professional shall perform the services specifically set forth in Exhibit A,attached hereto and incorporated herein by reference, entitled"Scope of Services." In case of conflict with the language of Exhibit A and the provisions of this Agreement,the provisions of this Agreement shall control. Any additional services require the prior approval of the City Council of the City. 3.2 The Parties acknowledge and agree that any and all opinions provided by Professional represent the best judgment of Professional. Article IV Schedule of Work 4.1 Professional agrees to commence services upon written direction from City and to complete the tasks set forth in Exhibit A, Scope of Services, in accordance with a work schedule established by City(the "Schedule"),which is attached hereto and incorporated as Exhibit A. 4.2 In the event Professional's performance of this Agreement is delayed or interfered with by acts of City or others, Professional may request an extension of time for the performance of same as hereinafter provided, and City shall determine whether to authorize any increase in fee or price, or to authorize damages or additional compensation as a consequence of such delays, within a reasonable time after receipt of Professional's request. 4.3 No allowance of any extension of time, for any cause whatsoever, shall be claimed or made by Professional, unless Professional shall have made written request upon City for such extension not later than five(5)business days after the occurrence of the cause serving as the basis for such extension request, and unless City and Professional have agreed in writing upon the allowance of such additional time. Article V Compensation and Method of Payment 5.1 City shall pay Professional for the services specifically as set forth in Exhibit by payment of a fee not to exceed$2,100,000. 5.2 Each month Professional shall submit to City an invoice supporting the amount for which payment is sought. Each invoice shall also state the percentage of work completed on the Page 2 of 12 City of Port Arthur, Texas Professional Services Agreement Project through the end of the then submitted billing period,the total of the current invoice amount, and a running total balance for the Project to date. 5.3 Within thirty (30) days of receipt of each such monthly invoice, City shall make monthly payments in the amount shown by Professional's approved monthly invoice and other documentation submitted. 5.4 Professional shall be solely responsible for the payment of all costs and expenses related to the services provided pursuant to this Agreement including, but not limited to, travel, copying and facsimile charges, reproduction charges, and telephone, interne, e-mail, and postage charges, except as set forth in Exhibit A. 5.5 Nothing contained in this Agreement shall require City to pay for any services that is unsatisfactory as determined by City or which is not performed in compliance with the terms of this Agreement, nor shall failure to withhold payment pursuant to the provisions of this section constitute a waiver of any right, at law or in equity, which City may have if Professional is in default, including the right to bring legal action for damages or for specific performance of this Agreement. Waiver of any default under this Agreement shall not be deemed a waiver of any subsequent default. Article VI Devotion of Time, Personnel, and Equipment 6.1 Professional shall devote such time as reasonably necessary for the satisfactory performance of the services under this Agreement. City reserves the right to revise or expand the scope of services after due approval by City as City may deem necessary, but in such event City shall pay Professional compensation for such services at mutually agreed upon charges or rates, a copy of the Rate Schedule is attached hereto as Exhibit A,and within the time schedule prescribed by City, and without decreasing the effectiveness of the performance of services required under this Agreement. In any event, when Professional is directed to revise or expand the scope of services under this Agreement, Professional shall provide City a written proposal for the entire costs involved in performing such additional services. Prior to Professional undertaking any revised or expanded services as directed by City under this Agreement, City must authorize in writing the nature and scope of the services and accept the method and amount of compensation and the time involved in all phases of the Project. 6.2 It is expressly understood and agreed to by Professional that any compensation not specified in this Agreement may require approval by the City Council of the City of Port Arthur and may be subject to current budget year limitations. 6.3 To the extent reasonably necessary for Professional to perform the services under this Agreement, Professional shall be authorized to engage the services of any agents, assistants, persons, or corporations that Professional may deem proper to aid or assist in the performance of the services under this Agreement. The cost of such personnel and assistance shall be borne exclusively by Professional. Page 3 of 12 City of Port Arthur, Texas Professional Services Agreement 6.4 Professional shall furnish the facilities,equipment,telephones,facsimile machines, email facilities, and personnel necessary to perform the services required under this Agreement unless otherwise provided herein. Article VII Relationship of Parties 7.1 It is understood and agreed by and between the Parties that in satisfying the conditions and requirements of this Agreement, Professional is acting as an independent contractor, and City assumes no responsibility or liability to any third party in connection with the services provided by Professional under this Agreement. All services to be performed by Professional pursuant to this Agreement shall be in the capacity of an independent contractor, and not as an agent, servant, representative, or employee of City. Professional shall supervise the performance of its services and shall be entitled to control the manner, means and methods by which Professional's services are to be performed, subject to the terms of this Agreement. As such, City shall not train Professional, require Professional to complete regular oral or written reports, require Professional to devote his full-time services to City, or dictate Professional's sequence of work or location at which Professional performs Professional's work, except as may be set forth in Exhibit A. Article VIII Insurance 8.1 Before commencing work, Professional shall, at its own expense, procure, pay for and maintain during the term of this Agreement the following insurance written by companies approved by the state of Texas and acceptable to City. Professional shall furnish to the City Manager certificates of insurance executed by the insurer or its authorized agent stating coverages, limits, expiration dates and compliance with all applicable required provisions. Certificates shall reference the project/contract number and be addressed as follows: City of Port Arthur, Texas Attention: Ron Burton, City Manager 444 4th Street Port Arthur, Texas 77640 A. Commercial General Liability insurance, including, but not limited to Premises/Operations, Personal & Advertising Injury, Products/Completed Operations, Independent Contractors and Contractual Liability, with minimum combined single limits of $500,000 per occurrence, $500,000 Products/Completed Operations Aggregate, and $500,000 general aggregate. Coverage must be written on an occurrence form. The General Aggregate shall apply on a per project basis. B. Workers' Compensation insurance with statutory limits; and Employers' Liability coverage with minimum limits for bodily injury: 1) by accident, $100,000 each accident, and 2) by disease, $100,000 per employee with a per policy aggregate of $500,000. Page 4 of 12 City of Port Arthur, Texas Professional Services Agreement C. Business Automobile Liability insurance covering owned, hired and non- owned vehicles, with a minimum combined bodily injury and property damage limit of $500,000 per occurrence. D. Professional Liability Insurance to provide coverage against any claim which the Professional and all professionals engaged or employed by the Professional become legally obligated to pay as damages arising out of the performance of professional services caused by error, omission or negligent act with minimum limits of$1,000,000 per claim, $1,000,000 annual aggregate. NOTE:If the insurance is written on a claims-made form, coverage shall be continuous(by renewal or extended reporting period) for not less than thirty-six (36) months following completion of this Agreement and acceptance by City. 8.2 With reference to the foregoing required insurance, Professional shall endorse applicable insurance policies as follows: A. A waiver of subrogation in favor of City, its officials, employees, and officers shall be contained in the Workers' Compensation insurance policy. B. The City, its officials, employees and officers shall be named as additional insureds on the Commercial General Liability policy, by using endorsement CG2026 or broader. C. All insurance policies shall be endorsed to the effect that City will receive at least thirty (30) days notice prior to cancellation, non-renewal, termination, or material change of the policies. 8.3 All insurance shall be purchased from an insurance company that meets a financial rating of B+ or better as assigned by A.M. Best Company or equivalent. Article IX Right to Inspect Records 9.1 Professional agrees that City shall have access to and the right to examine any directly pertinent books, documents, papers and records of Professional involving transactions relating to this Agreement. Professional agrees that City shall have access during normal working hours to all necessary Professional facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Professional reasonable advance notice of intended audits. 9.2 Professional further agrees to include in subcontract(s), if any, a provision that any subcontractor agrees that City shall have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor involving transactions related to the subcontract, and further, that City shall have access during normal working hours to all such subcontractor facilities and shall be provided adequate and appropriate work space, in order to Page 5of12 City of Port Arthur, Texas Professional Services Agreement conduct audits in compliance with the provisions of this section. City shall give any such subcontractor reasonable advance notice of intended audits. Article X Miscellaneous 10.1 Entire Agreement. This Agreement and any and all Exhibits attached hereto constitutes the sole and only agreement between the Parties and supersedes any prior or contemporaneous understandings,written agreements or oral agreements between the Parties with respect to the subject matter of this Agreement. 10.2 Authorization. Each Party represents that it has full capacity and authority to grant all rights and assume all obligations granted and assumed under this Agreement. 10.3 Assignment. Professional may not assign this Agreement in whole or in part without the prior written consent of City. In the event of an assignment by Professional to which the City has consented, the assignee shall agree in writing with the City to personally assume, perform, and be bound by all the covenants and obligations contained in this Agreement. 10.4 Successors and Assigns. Subject to the provisions regarding assignment, this Agreement shall be binding on and inure to the benefit of the Parties and their respective heirs, executors, administrators, legal representatives, successors and assigns. 10.5 Governing Law and Exclusive Venue. The laws of the State of Texas shall govern this Agreement, and exclusive venue for any legal action concerning this Agreement shall be in a District Court with appropriate jurisdiction in Jefferson County, Texas. The Parties agree to submit to the personal and subject matter jurisdiction of said court. 10.6 Amendments. This Agreement may be amended only by the mutual written agreement of the Parties. 10.7 Severability. In the event any one or more of the provisions contained in this Agreement shall for any reason be held to be invalid, illegal, or unenforceable in any respect by a court of competent jurisdiction, such invalidity, illegality or unenforceability shall not affect any other provision in this Agreement,and this Agreement shall be construed as if such invalid, illegal, or unenforceable provision had never been contained in this Agreement. 10.8 Survival of Covenants and Terms. Any of the representations, warranties, covenants,and obligations of the Parties,as well as any rights and benefits of the Parties,pertaining to a period of time following the termination of this Agreement shall survive termination, including,but not limited to, Section 3.3, Article X, and, in particular, Sections 10.13 and 10.14. 10.9 Recitals. The recitals to this Agreement are incorporated herein. 10.10 Notice. Any notice required or permitted to be delivered hereunder may be sent by first class mail, overnight courier or by confirmed telefax or facsimile to the address specified Page 6 of 12 City of Port Arthur, Texas Professional Services Agreement below, or to such other Party or address as either Party may designate in writing, and shall be deemed received three (3) days after delivery set forth herein: If intended for City: City of Port Arthur, Texas 444 4th Street Port Arthur, Texas 77640 Attn: Ron Burton, City Manager Copy to: City of Port Arthur, Texas 444 4th Street Port Arthur, Texas 77640 Attn: Val Tizeno, City Attorney If intended for Professional: Freese &Nichols, Inc. 11200 Broadway Street Suite 2320 Pearland, Texas 77584 Attn: Murali Erat, P.E. 10.11 Counterparts. This Agreement may be executed by the Parties hereto in separate counterparts, each of which when so executed and delivered shall be deemed an original, but all such counterparts shall together constitute one and the same instrument. Each counterpart may consist of any number of copies hereof each signed by less than all, but together signed by all of, the Parties hereto. 10.12 Exhibits. The exhibits attached hereto are incorporated herein and made a part hereof for all purposes. 10.13 Professional's Liability. Acceptance of the Project Documents by City shall not constitute nor be deemed a release of the responsibility and liability of Professional,its employees, associates, agents or subcontractors for the accuracy and competency of their designs, working drawings, specifications or other documents and work; nor shall such acceptance be deemed an assumption of responsibility by City for any defect in the Project Documents or other documents and work prepared by Professional, its employees, associates, agents or sub-consultants. 10.14 Indemnification. PROFESSIONAL AGREES TO INDEMNIFY AND HOLD HARMLESS CITY FROM AND AGAINST ANY AND ALL LIABILITIES, DAMAGES, CLAIMS,SUITS,COSTS(INCLUDING COURT COSTS,REASONABLE ATTORNEY'S FEES AND COSTS OF INVESTIGATION)AND ACTIONS BY REASON OF INJURY TO OR DEATH OF ANY PERSON OR DAMAGE TO OR LOSS OF PROPERTY TO THE EXTENT CAUSED BY PROFESSIONAL'S NEGLIGENT PERFORMANCE OF SERVICES UNDER THIS AGREEMENT OR BY REASON OF ANY ACT OR OMISSION ON THE PART OF PROFESSIONAL, ITS OFFICERS, DIRECTORS, SERVANTS, Page 7 of 12 City of Port Arthur, Texas Professional Services Agreement AGENTS, EMPLOYEES, REPRESENTATIVES, CONTRACTORS, SUBCONTRACTORS, LICENSEES, SUCCESSORS OR PERMITTED ASSIGNS (EXCEPT WHEN SUCH LIABILITY, CLAIMS, SUITS, COSTS, INJURIES, DEATHS OR DAMAGES ARISE FROM OR ARE ATTRIBUTED TO THE NEGLIGENCE OF THE CITY). IF ANY ACTION OR PROCEEDING SHALL BE BROUGHT BY OR AGAINST CITY IN CONNECTION WITH ANY SUCH LIABILITY OR CLAIM, THE PROFESSIONAL, ON NOTICE FROM CITY, SHALL DEFEND SUCH ACTION OR PROCEEDINGS AT PROFESSIONAL'S EXPENSE, BY OR THROUGH ATTORNEYS REASONABLY SATISFACTORY TO CITY. PROFESSIONAL'S OBLIGATIONS UNDER THIS SECTION SHALL NOT BE LIMITED TO THE LIMITS OF COVERAGE OF INSURANCE MAINTAINED OR REQUIRED TO BE MAINTAINED BY PROFESSIONAL UNDER THIS AGREEMENT. IF THIS AGREEMENT IS A CONTRACT FOR ENGINEERING OR ARCHITECTURAL SERVICES, THEN THIS SECTION IS LIMITED BY, AND TO BE READ AS BEING IN COMPLIANCE WITH, THE INDEMNITY SPECIFIED IN § 271.904 OF THE TEXAS LOCAL GOVERNMENT CODE, AS AMENDED. THIS SECTION SHALL SURVIVE TERMINATION OF THIS AGREEMENT 10.15 Conflicts of Interests. Professional represents that no official or employee of City has any direct or indirect pecuniary interest in this Agreement. Any misrepresentation by Professional under this section shall be grounds for termination of this Agreement and shall be grounds for recovery of any loss, cost, expense or damage incurred by City as a result of such misrepresentation. 10.16 Default. If at any time during the term of this Agreement, Professional shall fail to commence the services in accordance with the provisions of this Agreement or fail to diligently provide services in an efficient, timely and careful manner and in strict accordance with the provisions of this Agreement or fail to use an adequate number or quality of personnel to complete the services or fail to perform any of Professional's obligations under this Agreement, then City shall have the right, if Professional shall not cure any such default after thirty (30) days written notice thereof, to terminate this Agreement. Any such act by City shall not be deemed a waiver of any other right or remedy of City. If after exercising any such remedy due to Professional's nonperformance under this Agreement, the cost to City to complete the services to be performed under this Agreement is in excess of that part of the contract sum which as not theretofore been paid to Professional hereunder, Professional shall be liable for and shall reimburse City for such excess costs. 10.17 Confidential Information. Professional hereby acknowledges and agrees that its representatives may have access to or otherwise receive information during the furtherance of Professional's obligations in accordance with this Agreement, which is of a confidential, non- public or proprietary nature. Professional shall treat any such information received in full confidence and will not disclose or appropriate such Confidential Information for Professional's own use or the use of any third party at any time during or subsequent to this Agreement. As used herein, "Confidential Information"means all oral and written information concerning the City, its affiliates and subsidiaries, and all oral and written information concerning City or its activities, that is of a non-public,proprietary or confidential nature including,without limitation,information pertaining to customer lists, services, methods,processes and operating procedures,together with Page 8 of 12 City of Port Arthur, Texas Professional Services Agreement all analyses,compilations,studies or other documents,whether prepared by Professional or others, which contain or otherwise reflect such information. The term "Confidential Information" shall not include such information that is or becomes generally available to the public other than as a result of disclosure to Professional, or is required to be disclosed by a governmental authority under applicable law. 10.18 Remedies. No right or remedy granted or reserved to the Parties is exclusive of any other right or remedy herein by law or equity provided or permitted; but each right or remedy shall be cumulative of every other right or remedy given hereunder. No covenant or condition of this Agreement may be waived without written consent of the Parties. Forbearance or indulgence by either Party shall not constitute a waiver of any covenant or condition to be performed pursuant to this Agreement. 10.19 No Third Party Beneficiary. For purposes of this Agreement, including the intended operation and effect of this Agreement, the Parties specifically agree and contract that: (1) this Agreement only affects matters between the Parties to this Agreement, and is in no way intended by the Parties to benefit or otherwise affect any third person or entity notwithstanding the fact that such third person or entity may be in contractual relationship with City or Professional or both;and(2)the terms of this Agreement are not intended to release,either by contract or operation of law, any third person or entity from obligations owing by them to either City or Professional. [The Remainder of this Page Intentionally Left Blank] Page 9 of 12 City of Port Arthur, Texas Professional Services Agreement EXECUTED this day of , 2022. CITY: CITY OF PORT ARTHUR,TEXAS, A Texas home-rule municipality, By: Ron Burton, City Manager ATTEST: Sherri Bellard, City Secretary APPROVED AS TO FORM: Val Tizeno, City Attorney EXECUTED this day of , 2022. PROFESSIONAL: FREESE & NICHOLS, INC. By: Name: Title: Page 10 of 12 City of Port Arthur, Texas Professional Services Agreement Exhibit A Scope of Services Page 11 of 12 City of Port Arthur, Texas Professional Services Agreement ATTACHMENT SC SCOPE OF SERVICES AND RESPONSIBILITIES OF CLIENT PROJECT UNDERSTANDING To address aging infrastructure and improve regulatory performance, the City of Port Arthur (City) desires to construct improvements to the Port Arthur Main Wastewater Treatment Plant (WWTP) and Main Outfall Lift Station. These improvements will not add capacity at this time and the plant will remain rated for its current permitted capacity of 9 MGD (45 MGD Peak 2-Hour). City has acquired a loan for the construction of improvements through Texas Water Development Board's(TWDB)Clean Water State Revolving Fund (CWSRF) program which includes funds for the engineering services. This agreement establishes the relationship between the City and Freese and Nichols, Inc. (FNI) to provide engineering services for the construction phase of the project. The project is to be substantially complete and ready for operation in forty-eight (48) months. Final completion is anticipated to be three (3) months after the date of substantial completion. Engineering services listed below will be completed in accordance with the requirements of TWDB for the CWSRF loan program. Major tasks in the scope of services include the following: • General construction representation. • Partial resident representation consisting of one (1) full-time Resident Representative/Inspector for first twenty-four (24) months of construction at 45 hours per week; and one (1) part-time Construction Manager for the full construction duration of fifty-one (51) months at 20 hours per week. • Materials testing for an amount of$100,000. • General coordination with TWDB. The staffing plan for inspection services for the full construction duration of fifty-one (51) months is contingent on City providing its own staff for inspection for the last twenty-seven (27) months. FNI will provide a full-time inspector only for the first twenty-four(24)months of construction. FNI recommends a six (6) month training period for City staff who will be performing inspection to facilitate a smooth transition of services mid-project. ARTICLE I BASIC SERVICES: FNI shall render the following professional services in connection with the development of the Project: A. GENERAL AND PROJECT MANAGEMENT 1. Perform general administrative duties associated with the project including progress monitoring, scheduling,general correspondence, documentation,office administration, and invoicing for the scope items identified below. These duties include maintaining routine contact with the City and TWDB to help meet the needs of the City in a timely manner and executing the work in accordance with the work plan, budget, and schedule. 2. Prepare TWDB Outlay Reports on a monthly basis. Reports will include all necessary information to ensure compliance with TWDB's CWSRF loan program. Coordinate with TWDB representative for site visits, change orders, and compliance with CWSRF requirements for the entire duration of the project noted in Article IV. SC-1 ATTACHMENT SC 3. Procure services of sub-consultants in accordance with TWDB's Disadvantaged Business Enterprise (DBE) program requirements including adherence to TWDB's "Six Good Faith Efforts". B. CONSTRUCTION PHASE GENERAL REPRESENTATION: Upon completion of the bid or negotiation phase services, FNI will proceed with the performance of construction phase general representation services as described below. In performing these services, it is understood that FNI does not guarantee the Contractor's performance, nor is FNI responsible for the supervision of the Contractor's operation and employees. FNI shall not be responsible for the means, methods, techniques, sequences or procedures of construction selected by the Contractor, or any safety precautions and programs relating in any way to the condition of the premises, the work of the Contractor or any Subcontractor. FNI shall not be responsible for the acts or omissions of any person (except its own employees or agents) at the Project site or otherwise performing any of the work of the Project. These services are based on the use of FNI's standard General Conditions for construction projects. Modifications to these services required by use of other general conditions or contract administration procedures are an additional service. If General Conditions other than FNI's standard are used, the City agrees to include provisions in the General Conditions that require Contractor to include FNI: (1) as an additional insured and in any waiver of subrogation rights with respect to such liability insurance purchased and maintained by Contractor for the Project (except workers' compensation and professional liability policies); and (2) as an indemnified party in the Contractor's indemnification provisions where the Client is named as an indemnified party. 1. Assist Client in conducting one (1) pre-construction conference with the Contractor, review construction schedules prepared by the Contractor pursuant to the requirements of the construction contract, and prepare a proposed estimate of monthly cash requirements of the Project from information provided by the Construction Contractor. 2. Establish communication procedures with the City and contractor. Submit monthly reports of construction progress. Reports will describe construction progress in general terms and summarize project costs, cash flow, construction schedule and pending and approved contract modifications. 3. Establish and maintain a project documentation system using FNI's FNiManager Document Management System consistent with the requirements of the construction contract documents. Monitor the processing of contractor's submittals and provide for filing and retrieval of project documentation. Produce monthly reports indicating the status of all submittals in the review process. 4. Review contractor's submittals, including, requests for information, modification requests, shop drawings, schedules, and other submittals in accordance with the requirements of the construction contract documents for the project. Monitor the progress of the contractor in sending and processing submittals to see that documentation is being processed in accordance with schedules. FNI agrees to review up to two (2) resubmittals for each submittal. Reviews after the second resubmittal will be considered an additional service. FNI will review up to the number of submittals (including resubmittals) noted in the table below. Any submittals reviewed beyond SC-2 ATTACHMENT SC these numbers are considered as additional service. The effort for the submittal review is estimated based on the average hours per submittal as shown in the table below. Submittal Type No. of Hours per Submittals Submittal Shop Drawings 396 O&M Manuals 89 2.7 Record Data 94 RFIs 150 2.0 Contact Modifications (CO, FO, CMR, PCM) 140 2.7 Pay Requests 48 2.8 Total Number of Submittals 917 5. Based on FNI's observations as an experienced and qualified design professional and review of the Payment Requests and supporting documentation submitted by Contractor, determine the amount that FNI recommends Contractor be paid on monthly and final estimates, pursuant to the General Conditions of the Construction Contract. 6. Make forty-eight(48)visits to the construction site(as distinguished from the continuous services of a Resident Project Representative) to observe the progress and the quality of work and to attempt to determine in general if the work is proceeding in accordance with the Construction Contract Documents. In this effort FNI will endeavor to protect the City against defects and deficiencies in the work of Contractors and will report any observed deficiencies to The City. Visits to the site in excess of the specified number are an Additional Service. 7. Construction Management and Inspection (CM&I) Services: a. Furnish the services of one(1)full-time Resident Project Representative(RPR)during the first twenty-four(24) months and one (1) half-time Construction Manager(CM) for fifty- one (51) months of the Construction Phase. Total hours assumed for CM&I services are based on one (1) full time RPR for the first 24 months at 45 hours per week and one (1) half-time CM for the full construction duration of 51 months at 20 hours per week. The RPR will act as directed by FNI to provide more extensive representation at the Project Sites during the first twenty-four (24) months of the Construction Phase. Through more extensive on-site observations of the work in progress and field checks of materials and equipment by the Resident Project Representative and assistants, FNI shall endeavor to provide further protection for City against defects and deficiencies in the work. Furnishing the services of a Resident Project Representative is subject to the provisions of the Basic Services and Attachment RPR. i. If City provides personnel to support the activities of the Resident Project Representative who is not FNI or FNI's agent or employee, the duties, responsibilities and limitations of authority of such personnel will be set forth in an Attachment attached to and made a part of this Agreement before the services of such personnel are begun. It is understood and agreed that such personnel will work under the direction of and be responsible to the Resident Project Representative. ii. Notify the contractor of non-conforming work observed on site visits. Review quality related documents provided by the contractor such as test reports, SC-3 ATTACHMENT SC equipment installation reports or other documentation required by the Construction contract documents. 8. Coordinate the work of testing laboratories and inspection bureaus required for the testing or inspection of materials,witnessed tests,factory testing,etc.for quality control of the Project. An allowance of $100,000 is assumed for Construction Materials Testing. The cost beyond the materials testing allowance shall be paid by the City and is not included in the services to be performed by FNI. 9. Interpret the drawings and specifications for The City and Contractor(s). Investigations,analyses, and studies requested by the Contractor(s) and approved by the City, for substitutions of equipment and/or materials or deviations from the drawings and specifications is an additional service. 10. Establish procedures for administering constructive changes to the construction contracts. Process contract modifications and negotiate with the contractor on behalf of the City to determine the cost and time impacts of these changes. Prepare change order documentation for approved changes for execution by the City. Documentation of field orders, where cost to City is not impacted, will also be prepared. Investigations, analyses, studies or design for substitutions of equipment or materials, corrections of defective or deficient work of the contractor or other deviations from the construction contract documents requested by the contractor and approved by the City are an additional service. Substitutions of materials or equipment or design modifications requested by the City are an additional service. 11. Prepare documentation for contract modifications required to implement modifications in the design of the project. Receive and evaluate notices of contractor claims and make recommendations to the City on the merit and value of the claim on the basis of information submitted by the contractor or available in project documentation. Endeavor to negotiate a settlement value with the Contractor on behalf of the City if appropriate. Providing these services to review or evaluate construction contractor(s) claim(s), supported by causes not within the control of FNI are an additional service. 12. Conduct, in company with City's representative, one (1) substantial completion walk-through review and one(1)final completion walk-through review of the project site for conformance with the design concept of the Project and general compliance with the Construction Contract Documents. Prepare a list of deficiencies to be corrected by the contractor before recommendation of final payment. Assist the City in obtaining legal releases, permits,warranties, spare parts,and keys from the contractor. Review and comment on the certificate of completion and the recommendation for final payment to the Contractor(s). Visiting the site to review completed work in excess of two (2) trips are an Additional Service. 13. Revise the construction drawings in accordance with the information furnished by construction Contractor(s) reflecting changes in the Project made during construction. Furnish The City three (3) 11x17 (half-size)sets and two (2) 22x34(full-size)sets of printed copies and one (1)electronic copy(.pdf format) of"Record Drawings." SC-4 ATTACHMENT SC ARTICLE II ADDITIONAL SERVICES: Any services performed by FNI that are not included in the Basic Services described above are Additional Services. Additional Services to be performed by FNI, if authorized by The City, are described as follows: A. Inspection services through Resident Project Representative (RPR) beyond first twenty-four(24) months of construction. Compensation shall be per the rates noted in Attachment CO. B. Materials testing beyond the allowance of$100,000 included in the basic services. C. Preparing Operation and Maintenance Manuals for the WWTP to reflect changes in the operation of the plant or conducting operator training. D. GIS mapping services or assistance with these services. E. Providing renderings, model, and mock-ups requested by the Client. F. Revisions to drawings, specifications or other documents when such revisions are 1) not consistent with approvals or instructions previously given by Client or 2) due to other causes not solely within the control of FNI. G. Providing consultation concerning the replacement of any Work damaged by fire or other cause during the construction, and providing services as may be required in connection with the replacement of such Work. H. Investigations involving consideration of operation, maintenance and overhead expenses, and the preparation of rate schedules, earnings and expense statements, feasibility studies, appraisals, evaluations, assessment schedules, and material audits or inventories required for certification of force account construction performed by Client. I. Preparing applications and supporting documents for government grants, loans, or planning advances and providing data for detailed applications. J. Preparing data and reports for assistance to Client in preparation for hearings before regulatory agencies, courts, arbitration panels or any mediator, giving testimony, personally or by deposition, and preparations therefore before any regulatory agency, court, arbitration panel or mediator. K. Furnishing Special Inspections required under chapter 17 of the International Building Code. These Special Inspections are often continuous, requiring an inspector dedicated to inspection of the individual work item, and they are in additional to General Representation and Resident Representation services noted elsewhere in the contract. These continuous inspection services can be provided by FNI as an Additional Service. L. Assisting Client in preparing for, or appearing at litigation, mediation, arbitration, dispute review boards, or other legal and/or administrative proceedings in the defense or prosecution of claims disputes with Contractor(s). SC-5 ATTACHMENT SC M. Performing investigations, studies and analyses of substitutions of equipment and/or materials or deviations from the drawings and specifications. N. Assisting Client in the defense or prosecution of litigation in connection with or in addition to those services contemplated by this Agreement. Such services, if any, shall be furnished by FNI on a fee basis negotiated by the respective parties outside of and in addition to this Agreement. 0. Providing environmental support services including the design and implementation of ecological baseline studies, environmental monitoring, impact assessment and analyses, permitting assistance, and other assistance required to address environmental issues. P. Performing investigations, studies, and analysis of work proposed by construction contractors to correct defective work. Q. Design, contract modifications, studies or analysis required to comply with local, State, Federal or other regulatory agencies that become effective after the date of this agreement. R. Visits to the site in excess of the number of trips included in Article I for periodic site visits, coordination meetings, or contract completion activities. S. Any services required as a result of default of the contractor(s) or the failure, for any reason, of the contractor(s)to complete the work within the contract time. T. Providing services after the completion of the construction phase not specifically listed in Article I. U. Providing basic or additional services on an accelerated time schedule (shorter than the time of completion noted in Article IV). The scope of this service include cost for overtime wages of employees and consultants, inefficiencies in work sequence and plotting or reproduction costs directly attributable to an accelerated time schedule directed by the Client. V. Providing services made necessary because of unforeseen, concealed, or differing site conditions or due to the presence of hazardous substances in any form. W. Providing services to review or evaluate construction contractor(s) claim(s), provided said claims are supported by causes not within the control of FNI. X. Providing value engineering studies or reviews of cost savings proposed by construction contractors after bids have been submitted. Compensation shall be per the rates noted in Attachment CO. Y. Provide follow-up professional services during Contractor's warranty period. SC-6 ATTACHMENT SC ARTICLE IV TIME OF COMPLETION: FNI is authorized to commence work on the Project upon execution of this Agreement and agrees to complete the services in accordance with the schedule based upon on a total project construction duration of fifty-one (51) months to final completion. If FNI's services are delayed through no fault of FNI, FNI shall be entitled to adjust contract schedule consistent with the number of days of delay. These delays may include but are not limited to delays in City or regulatory reviews, delays on the flow of information to be provided to FNI, governmental approvals, etc. These delays may result in an adjustment to compensation as outlined on the face of this Agreement and in Attachment CO. ARTICLE V RESPONSIBILITIES OF CLIENT: City shall perform the following in a timely manner so as not to delay the services of FNI: A. Provide inspection services for the last twenty-seven (27) months of construction. B. City recognizes and expects that change orders may be required to be issued during construction. The responsibility for the costs of change orders will be determined on the basis of applicable contractual obligations and professional liability standards. FNI will not be responsible for any change order costs due to unforeseen site conditions, changes made by or due to the City or Contractor, or any change order costs not caused by the negligent errors or omissions of FNI. Nothing in this provision creates a presumption that, or changes the professional liability standard for determining if, FNI is liable for change order costs. It is recommended that the City budget a minimum of 5%for new construction and a minimum of 10% for construction that includes refurbishing existing structures. C. Designate in writing a person to act as City's representative with respect to the services to be rendered under this Agreement. Such person shall have contract authority to transmit instructions, receive information, interpret and define City's policies and decisions with respect to FNI's services for the Project. D. Provide all criteria and full information as to City's requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations; and furnish copies of all design and construction standards which City will require to be included in the drawings and specifications. E. Assist FNI by placing at FNI's disposal all available information pertinent to the Project including previous reports and any other data relative to design or construction of the Project. F. Arrange for access to and make all provisions for FNI to enter upon public and private property as required for FNI to perform services under this Agreement. G. Examine all studies, reports, sketches, drawings, specifications, proposals and other documents presented by FNI, obtain advice of an attorney, insurance counselor and other consultants as City SC-7 ATTACHMENT SC deems appropriate for such examination and render in writing decisions pertaining thereto within a reasonable time so as not to delay, or cause rework in, the services of FNI. H. Furnish approvals and permits from all governmental authorities having jurisdiction over the Project and such approvals and consents from others as may be necessary for completion of the Project. I. City shall make or arrange to have made all subsurface investigations, including but not limited to borings, test pits, soil resistivity surveys, and other subsurface explorations. City shall also make or arrange to have made the interpretations of data and reports resulting from such investigations. All costs associated with such investigations shall be paid by The City. J. Provide such accounting, independent cost estimating and insurance counseling services as may be required for the Project, such legal services as City may require or FNI may reasonably request with regard to legal issues pertaining to the Project including any that may be raised by Contractor(s), such auditing service as City may require to ascertain how or for what purpose any Contractor has used the moneys paid under the construction contract, and such inspection services as City may require to ascertain that Contractor(s)are complying with any law, rule, regulation,ordinance, code or order applicable to their furnishing and performing the work. K. If City designates a person to serve in the capacity of Resident Project Representative who is not FNI or FNI's agent or employee, the duties, responsibilities and limitations of authority of such Resident Project Representative(s) will be set forth in an Attachment attached to and made a part of this Agreement before the Construction Phase of the Project begins. Said attachment shall also set forth appropriate modifications of the Construction Phase General Representation services as defined in Attachment SC, Article I, D,together with such adjustment of compensation as appropriate. L. Attend the preconstruction conferences, construction progress and other job-related meetings and substantial completion inspections and final payment inspections. M. Give prompt written notice to FNI whenever City observes or otherwise becomes aware of any development that affects the scope or timing of FNI's services, or any defect or nonconformance of the work of any Contractor. N. Furnish, or direct FNI to provide, Additional Services as stipulated in Attachment SC, Article II of this Agreement or other services as required. O. Bear all costs incident to compliance with the requirements of this Article IV. SC-8 ATTACHMENT SC ARTICLE VI DESIGNATED REPRESENTATIVES: FNI and Client designate the following representatives: Client's Designated Representative—Calvin Matthews, P.E. Director of Water Utilities calvin.matthews@portarthurtx.gov (409) 983-8226 Client's Accounting Representative— Kandy Daniel Director of Finance Kandy.Daniel@portarthurtx.gov (409) 983-8163 FNI's Designated Representative—Murali Erat, P.E. Project Manager Murali.Erat@freese.com (832) 456-4709 FNI's Accounting Representative—Kristina Isaac Operations Analyst Kristina.lsaac@freese.com (713) 600-6860 SC-9 Rev.11/20 ATTACHMENT RPR PROJECT REPRESENTATION The Engineer will have a Resident Project Representative on the Site. In performing these services, it is understood that FNI does not guarantee the Contractor's performance, nor is FNI responsible for the supervision of the Contractor's operation and employees. FNI shall not be responsible for the means, methods,techniques,sequences or procedures of construction selected by the Contractor,or any safety precautions and programs relating in any way to the condition of the premises,the work of the Contractor or any Subcontractor. FNI shall not be responsible for the acts or omissions of any person (except its own employees or agents) at the Project site or otherwise performing any of the work of the Project. A. The duties, responsibilities, and the limitations of authority of the Resident Project Representative, and designated assistants,are as follows: 1. Resident Project Representative is Engineer's agent at the site, will act as directed by and under the supervision of Engineer, and will confer with Engineer regarding Resident Project Representative's actions. Resident Project Representative's dealings in matters pertaining to the on-site Work shall in general be with Engineer and Contractor, keeping Client advised as necessary. Resident Project Representative's dealings with Subcontractors shall only be through or with full knowledge and approval of Contractor. Resident Project Representative shall generally communicate with Client with the knowledge of and under the direction of Engineer. 2. These services are based on the use of FNI's standard General Conditions for construction projects. Modifications to these services required by use of other general conditions or contract administration procedures are an additional service.If General Conditions other than FNI's standard are used,the Client agrees to include provisions in the General Conditions that require Contractor to include FNI:(1)as an additional insured and in any waiver of subrogation rights with respect to such liability insurance purchased and maintained by Contractor for the Project (except workers' compensation and professional liability policies); and (2) as an indemnified party in the Contractor's indemnification provisions where the Client is named as an indemnified party. B. Duties and Responsibilities of Resident Project Representative: 1. Schedules: Review the progress schedule,schedule of Shop Drawing submittals and schedules of values prepared by Contractor and consult with Engineer concerning acceptability. 2. Conferences and Meetings: Attend meetings with Contractor, such as preconstruction conferences, progress meetings, job conferences and other project-related meetings, and prepare and circulate copies of minutes thereof. RPR-1 Rev.11/20 ATTACHMENT RPR 3. Liaison: a. Serve as Engineer's liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of Contract Documents; and assist Engineer in serving as Client's liaison with Contractor when Contractor's operations affect Client's on-site operations. b. Assist in obtaining from Client additional details or information,when required for proper execution of the Work. 4. Shop Drawings and Samples: a. Record date of receipt of Shop Drawings and Samples. b. Receive Samples which are furnished at the Site by Contractor, and notify Engineer of availability of Samples for examination. c. Advise Engineer and Contractor of the commencement of any Work requiring a Shop Drawing or Sample if the submittal has not been approved by Engineer. 5. Review of Work, Rejection of Defective Work, Inspections and Tests: a. Conduct on-site observations of the Work in progress to determine if the Work is in general proceeding in accordance with the Contract Documents. b. Report to Engineer whenever Resident Project Representative believes that any Work will not produce a completed Project that conforms generally to the Contract Documents or will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated in the Contract Documents, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise Engineer of Work the Resident Project Representative believes should be corrected or rejected or should be uncovered for observation,or requires special testing,inspection or approval. c. Verify that tests, equipment and systems start-up and operating and maintenance training are conducted in the presence of appropriate personnel, and the Contractor maintains adequate records thereof; and observe record and report to Engineer appropriate details relative to the test procedures and start-ups. d. Accompany visiting inspectors representing public or other agencies having jurisdiction over the Project, record the results of these inspections and report to Engineer. 6. Interpretation of Contract Documents: Report to Engineer when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued by Engineer. RPR-2 Rev.11/20 ATTACHMENT RPR 7. Request for Revisions: Consider and evaluate Contractor's suggestions for revisions to Drawings or Specifications and report with Resident Project Representative's recommendations to Engineer. Transmit to Contractor in writing decisions as issued by Engineer. 8. Records: a. Maintain at the job site orderly files for correspondence, reports of job conferences,Shop Drawings and Samples, reproductions of original Contract Documents, including all Work Change Directives, Addenda, Change Orders, Field Orders, Written Amendments, additional Drawings issued subsequent to the execution of the Contract, Engineer's clarifications and interpretations of the Contract Documents, progress reports,submittals and correspondence received from and delivered to Contractor and other Project related documents. 9. Reports: a. Furnish to Engineer periodic reports as required of progress of the work and of Contractor's compliance with the progress schedule and schedule of Shop Drawings and Sample submittals. b. Consult with Engineer in advance of scheduled major tests, inspections or start of important phases of the Work. c. Draft proposed Written Amendments, Change Orders and Work Change Directives, obtaining backup material from Contractor and recommend to Engineer Written Amendments,Change Orders,Work Change Directives, and Field Orders. d. Report immediately to Engineer and Client the occurrence of any accident. 10. Payment Requests: Review Applications for Payment with Contractor for compliance with the established procedure for their submission and forward with recommendations to Client, noting particularly the relationship of the payment requested to the schedule of values,Work completed and materials and equipment at the Site but not incorporated in the Work. 11. Certificates, Maintenance and Operation Manuals: During the course of the Work,verify that certificates, maintenance and operation manuals and other data required to be assembled and furnished by Contractor are applicable to the items actually installed and in accordance with the Contract Documents, and have this material delivered to Engineer for review and forwarding to Client prior to final payment for the Work. 12. Completion: a. Before Engineer issues a Certificate of Substantial Completion,submit to Contractor a list of observed items requiring completion or correction. b. Observe whether Contractor has performed inspections required by laws or regulations, ordinances, codes or order applicable to the Work, including but not limited to those to be performed by public agencies having jurisdiction over the Work. RPR-3 Rev.11/20 ATTACHMENT RPR c. Conduct a final inspection in the company of Engineer,Client and Contractor and prepare a final list of items to be completed or corrected. d. Observe whether all items on final list have been completed or corrected and make recommendations to Engineer concerning acceptance. C. Limitations of Authority of Resident Project Representative: 1. Shall not authorize any deviation from the Contract Documents or substitution of materials or equipment(including"or-equal" items), unless authorized by Engineer. 2. Shall not exceed limitations of Engineer's authority as set forth in Agreement or the Contract Documents. 3. Shall not undertake any of the responsibilities of Contractor, Subcontractor, Suppliers, or Contractor's superintendent. 4. Shall not advise on, issue directions relative to or assume control over any aspect of the means, methods,techniques, sequences or procedures of construction unless such advice or directions are specifically required by the Contract Documents. 5. Shall not advise on, issue directions regarding or assume control over safety precautions and programs in connection with the Work or any activities or operations of Client or Contractor. 6. Shall not accept shop drawing or sample submittals from anyone other than the Contractor. 7. Shall not participate in specialized field or laboratory tests or inspections conducted by others, except as specifically authorized by Engineer. RPR-4 Rate Schedule Page 12 of 12 City of Port Arthur, Texas Professional Services Agreement COMPENSATION ATTACHMENT CO Compensation to FNI for Basic Services in Attachment SC shall be computed on the basis of the following Schedule of Charges,but shall not exceed Two Million One Hundred Thousand Dollars($2,100,000). If FNI sees the Scope of Services changing so that Additional Services are needed,including but not limited to those services described as Additional Services in Attachment SC, FNI will notify CLIENT for CLIENT's approval before proceeding. Additional Services shall be computed based on the following Schedule of Charges. Position Max Hourly Rate Professional 1 113 Professional 2 137 Professional 3 156 Professional 4 178 Professional 5 209 Professional 6 240 Construction Manager 1 103 Construction Manager 2 128 Construction Manager 3 138 Construction Manager 4 173 Construction Manager 5 209 Construction Manager 6 240 Construction Representative 1 92 Construction Representative 2 103 Construction Representative 3 128 Construction Representative 4 138 CAD Technician/Designer 1 96 CAD Technician/Designer 2 126 CAD Technician/Designer 3 153 Corporate Project Support 1 92 Corporate Project Support 2 111 Corporate Project Support 3 148 Intern/Coop 57 Senior Advisor 175 Rates for In-House Services and Equipment Mileage Bulk Printing and Reproduction Equipment Standard IRS Rates B&W Color Valve Crew Vehicle(hour) $75 Small Format(per copy) $0.10 $0.25 Pressure Data Logger(each) $200 Technology Charge Large Format(per sq.ft.) Water Quality Meter(per day) $100 $8.50 per hour Bond $0.25 $0.75 Microscope(each) $150 Glossy/Mylar $0.75 $1.25 Pressure Recorder(per day) $100 Vinyl/Adhesive $1.50 $2.00 Ultrasonic Thickness Guage(per day) $275 Coating Inspection Kit(per day) $275 Mounting(per sq.ft.) $2.00 Flushing/Cfactor(each) $500 Binding(per binding) $0.25 Backpack Electrofisher(each) $1,000 Survey Grade Standard Drone(per day) $200 $100 GPS(per day) $150 $50 OTHER DIRECT EXPENSES: Other direct expenses are reimbursed at actual cost times a multiplier of 1.00. They include outside printing and reproduction expense,communication expense,travel,transportation and subsistence away from the FNI office. For other miscellaneous expenses directly related to the work,including costs of laboratory analysis,test,and other work required to be done by independent persons other than staff members,these services will be billed at a cost times a multipler of 1.00. For Resident Representative services performed by non-FNI employees and CAD services performed In-house by non-FNI employees where FNI provides workspace and equipment to perform such services, these services will be billed at cost times a multiplier of 2.0.This markup approximates the cost to FNI if an FNI employee was performing the same or similar services. These ranges and/or rates will be adjusted annually in Februa 2C5092021