Loading...
HomeMy Public PortalAboutAddendum No. 2 to Contract No. 98-2018 - Donohue Engineering - Project DesignADDENDUM NO.2 to CONTRACT NO.98-2018, as Amended by Addendum No. 1 to Contract No. 98-2018 THIS ADDENDUM, Addendum No. 2 to Contract No. 98-2018, is made and entered into this 13_ day of 0 OfV be r , 2020, by and between Richmond, Indiana, a municipal corporation acting by and through its Board of Sanitary Commissioners of the Richmond Sanitary District, with its office at 50 North 5th Street, Richmond, Indiana, 47374 (hereinafter referred to as "City"), and Donahue & Associates, Inc., 101 W. Ohio Street„ Suite 820, Indianapolis, Indiana 46204 (hereinafter referred to as "Contractor"). WHEREAS, City and Contractor entered into Contract No. 98-2018 on June 12, 2018, in which the Contractor was to provide City, in an amount not to exceed Nine Hundred Fifty - Five Thousand Six Hundred Dollars and No Cents ( $955,600.00), its professional engineering services to design WWTP Phase 1 Improvements, perform biding services for the Phase 1 Improvements, and to complete the Preliminary Engineering Report ("PER") as prescribed by the Indiana Finance Authority ("IFA") for funding by a State Revolving Fund ("SRF") loan, which was attached as Exhibit "A" to Contract No. 98- 2018; and WHEREAS, Said Contract No. 98-2018 was modified on September 13, 2019, in which the Contractor was to provide to City construction engineering services related to the WWTP Improvements project as described in in the document from Contractor, which document from Contractor is attached hereto and incorporated herein as Exhibit `B", consisting of nine (9) pages. Said Exhibit `B" describes the additional scope of its services and its fee proposal for such services, all of which is set forth in Exhibit A" and shall be for an amount not to exceed an additional Seven Hundred Forty -Seven Thousand Seven Hundred Dollars ($747,700.00), for a total amount due Contractor from City not to exceed One Million Seven Hundred Three Thousand and Three Hundred Dollars and No Cents ($1,703,300.00), as amended in Addendum No. 1 to Contract No. 98-2018; WHEREAS, City and Contractor agree to amend Contract No. 98-2018, as amended in Addendum No. 1 to Contract No. 98-2018, to provide services related to additional SCADA, PLC and sludge pump engineering design services related to the Wastewater Treatment Plant (WWTP) Improvements project as described in the scope and fee proposal, which is attached hereto and incorporated into this Agreement as Exhibit "C". The cost of the for additional services as set forth in the above "WHEREAS", with all other terms and covenants of Contract No. 98-2018, as amended in Addendum No. 1 to Contract 98-2018, remaining intact and unchanged, except that there would be additional costs and expenses incurred by Contractor in an amount not to exceed Fifty -Two Thousand Seven One Hundred Dollars and No Cents ($52,100.00) for the additional services and expenses sought in this Addendum No. 2 to Contract No. 98-2018, as amended in Addendum No. 1-2018, for a total amount due Contractor from City not to exceed One Million, Seven Hundred Fifty -Five Thousand Four Hundred Dollars and No Cents ($1,755,400.00). Addendum No. 2 to Contract No. 98-2018 z Page 2 of Addendum No. 2 to Contract No. 98-2018, as amended in Addendum No. 1 NOW, THEREFORE, in consideration of the mutual promises and covenants herein contained, including the above stated recitals, City and Contractor agree as follows: 1. The City and Contractor executed and entered into Contract No. 98-2018, on June 12,2018, as amended in Addendum No. 1 to Contract No. 98-2018. Pursuant to Contract No. 98-2018, Section XI. Miscellaneous, Contract No. 98-2018 may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes and signed by both parties. Contractor, as set forth in Exhibit "C" to this Amendment No. 2 to Contract No. 98- 2018, as amended in Addendum No. 1 to Contract No. 98-2018, shall provide City services related to additional SCADA, PLC and sludge pump engineering design services related to the WWTP Improvements project, all as set forth and described in Exhibit "C" to this Amendment No. 2 to Contract No. 98-2018, as amended in Addendum No. 1 to Contract No. 98-2018. a. Contractor's additional costs and expenses for the services provided as set forth Exhibit "C" in this Addendum No. 2 to Contract No. 98-2018, as amended in Addendum No. 1 to Contract No. 98-2018, shall not exceed Fifty -Two Thousand One Hundred Dollars and No Cents ($52,100.00), for a total amount not to exceed One Million Seven Hundred Fifty -Five Thousand Four Hundred Dollars and No Cents ($1,755,400.00) for Contract No. 98-2018, as amended in Addendum No. 1 to Contract No. 98-2018, and this Addendum No. 2 to Contract No. 98-2018. All funds for the services in Addendum No. 2 are from the Richmond Sanitary District, with no funds from the Storm Water Department. Both City and Contractor acknowledge and agree that, other than what is set forth above in paragraph number 2, the remainder of the terms, conditions and covenants in Contract No. 98-2018, as amended in Addendum No. 1 to Contract No. 98-2018, shall remain intact and unchanged and shall continue to be in full force and effect. Both parties agree that any person executing this Addendum No. 2 to Contract No. 98-2018, as amended in Addendum No. 1 to Contract No. 1-2018, in a representative capacity warrants that he or she has been duly authorized in writing by his or her principal to execute this Addendum and such authorization has not been rescinded or revoked. 'k;* Page 3 of Addendum No. 2 to Contract No. 9872018, as amended in Addendum No. 1 1N WITNESS WHEREOF, this Addendum No. 2 to Contract -No.:,98-2018, as amended in A endum No. 1 to Contract No. 98-2018,: is executed and approved by the undersigned representatives of the City and Contractor this 1 day of [�' }� �t;i�' : ; 2020, althougli signatures may be affixed on different dates. "CITY" "CONTRACTOR" THE CITY OF RICHMOND, DONOHUE & ASSOCIATES, INC. INDIANA by and through its :Board of Sanitary Commissioners r Jar ..,—._�.. By [. By: . Sue Miller; President Steven P. Gress, PE Printed: B:. - - Vice President Title: _. alcshi Vic :_ •. , - By 12-14-2020 Date: ns Member ` ;. APPROVE id Sow or City: of Rich ond, Indiana Date: 23' "Le2o k EXHIBIT A PART PROJECT DESCRIPTION/SCOPE OF SERVICES/TIMING A. PROJECT DESCRIPTION Professional engineering services to design Richmond Wastewater Treatment Plant (WWTP) Phase 1 Improvements, perform bidding services for the Phase 1 Improvements, and to complete the Preliminary Engineering Report (PER) as prescribed by the Indiana Finance Authority (IFA) for funding by a State Revolving Fund (SRF) loan. The PER will be completed from the WWTPSecondary Treatment Systems Evaluation and Facility Plan developed by Donohue under a prior agreement and consisting of complete PER Chapters 1, 2, 3, 4, and 6 plus a partial Chapter 5 which only addresses flood elevations in the facility plan. A description of the proposed WWTP Phase 1 Improvements is as follows: 1. Primary Clarifier Pump Replacement a. Replace four (4) existing circular primary clarifier influent pumps with four new pumps rated for a firm capacity of 27 MGD and add variable frequency drives (VFDs) for the pumps. b. Primary clarifier pump replacement and VFD addition will be an alternate bid item. c. Verify the Primary Pump Building is compliant with NFPA 820. If it is determined that the existing building and/or ventilation system are not compliant with current NFPA 820 standards, then Engineer will recommend improvements. Design of any improvements determined to be needed for NFPA 820 compliance are not included in this scope of services. 2. Primary Clarifier Drains and Sampling Improvement a. Include installation of valves and/or piping to allow for only primary sludge routing to the existing sludge mix tank while completely draining the circular primary clarifiers to the aeration tanks rather than the sludge mix tank. b. Relocate the primary effluent sampling location to the new aeration tank flow split structure upstream of the RAS feed point. c. Add a flowmeter on the combined primary sludge line to the sludge mix tank. 3. New Aeration Tank Flow Split Structure with Valves a. Install new aeration tank flow split structure to combine circular primary clarifier effluent, rectangular primary clarifier effluent, return activated sludge (RAS), supernatant, and circular primary clarifier drain flows and to split the flow into nine (9) pipes to each of the nine aeration tanks. b. Install flow meters and downstream flow control valves on each pipe to modulate and maintain a near equal flow split to the nine aeration tanks. 4. Aeration Tank Improvements EXHIBIT A to Addendum No 1 Page 1 of 13 a. Convert existing aeration tanks to an anaerobic / aerobic configuration. Install FRP baffle walls in the first pass (A -Pass) of each of the nine 3-pass aeration tanks to create an upstream anoxic/anaerobic zone and downstream aerobic zone. Install mixers in each anoxic/anaerobic zone. Anoxic/anaerobic zone sizing will be refined by design phase BioWin process modeling and will not exceed 2/3 of the A -pass volume based on process modeling performed during WWTP Secondary Treatment Systems Evaluation and Facility Plan development. b. Replace existing coarse bubble air diffusers with fine bubble membrane diffusers in the aerobic zones. Design may include provisions for future installation of diffusers in the possible second anoxic/anaerobic zones such that they could be converted to swing zones by adding diffusers in a future project. c. Rehabilitation of aeration tanks including precast walkway replacement in the A -passes with new metal grating, rehabilitation of concrete construction joint in the C-pass between Aeration Tanks 7 and 8 by epoxy injection of cracks and partial depth concrete rehabilitation, replacement of existing effluent boxes with a new baffle and weir system of stainless steel or fiberglass, and repair of handrail and handrail connections to existing deteriorated concrete. The rehabilitation of the aeration tanks is intended to be as described for the F-1 Priority items in the Grating and Railing Plant -Wide Assessment previously developed by Donohue under a separate Contract. d. Replacement of manually operated gates between passes in all nine (9) aeration tanks. 5. Aeration Blowers a. Replacement of two existing 800-HP blowers with two new approximate 300-HP single core turbo blowers or two new approximate 350-HP single stage integrally geared centrifugal blowers. Existing 500-HP multi -stage centrifugal blower is to remain for redundancy. b. Evaluatethe installation of single stage integrally geared centrifugal blowers orsingle core turbo blowers with either air foil/bump bearings or magnetic bearings. c. Provide a new control system and modifications for 480-V power requirements of the new blowers. d. Blower Building ventilation improvements to the extent needed for the new blowers and remaining existing blower. 6. Final Clarifier Flow Split Structure Improvements a. Addition of electric actuators and level position indicators on four (4) existing 8' wide by 3' manually operated weir gates controlling flow to each final clarifier. Addition of a water level sensor in the final clarifier flow split structure. b. New control system to automatically adjust gates based on flow split structure water level to maintain a near equal water level over each weir gate. 7. Final Clarifier Improvements a. Replace existing pipe organ sludge collection mechanisms in all four final clarifiers with new single suction header, rapid sludge removal mechanisms. EXHIBIT A to Addendum No 1 Page 2 of 13 b. Replace existing in -board, two-sided weir, effluent troughs with new concrete in -board effluent troughs mounted on the walls of the four clarifiers. c. Replace scum baffles and weirs with new fiberglass baffles and weirs. d. Install current density baffles in the four clarifiers. e. Rehabilitation of final clarifiers including new perimeter handrail systems, miscellaneous concrete rehabilitation around existing handrail mounts, and modifications to platform grating to adequately secure the existing grating panels. 8. RAS Flow Meter and Flow Control Valve Improvements a. Replace four sets of existing 14" flow meters, 14" flow control plug valves and 16" isolation valves with new 16" flow meters, flow control plug valves, isolation valves, and associated piping in the Sludge Pump and Metering Building. b. Modify elevation of the existing downstream RAS flow control weir plate and weir wall as required to ensure full pipe flow through the new larger magnetic flow meters while maximizing available differential, driving force, head from the existing final clarifiers. c. RAS flow meter and flow control valve improvements will be an alternate bid item. d. Engineer will evaluate the Sludge Pump and Metering Building to determine improvements needed for compliance with NFPA 820. If Building is currently classified as Class 1, Division 2 under NFPA 820 only due to insufficient ventilation, then Engineer will design needed ventilation system improvements. Design of improvements needed to improve the Sludge Pump and Metering Building's ventilation rate to 6 air changes per hour are included in this scope of services. 9. Rectangular Primary Clarifier Grating and Handrail Improvements a. Repair railing bar connections that have broken or completely separated in several locations around the rectangular primary clarifiers as identified in the Grating and Railing Plant -Wide Assessment previously developed by Donohue under a separate Contract. b. Replace existing corroded grating with new aluminum grating in various isolated areas around the rectangular primary clarifiers as identified in the Grating and Railing Plant - Wide Assessment. c. Repair aluminum walkways over the south end of the rectangular primary clarifiers. Repair is intended to include installation of grating retainer clips and removal and replacement of isolated grating panels that had previously been replaced in an incorrect orientation as identified in the Grating and Railing Plant -Wide Assessment. 10. SCADA System Upgrades a. Replace existing Bristol DPC-3300 or GE 90/30 process control hardware and associated input / output (1/0) modules with new Emerson Control Wave, Control Wave Micro programmable logic controllers (PLCs) and ethernet based remote 1/0 in each of the below listed locations. 1) Old Lab Building (serving the seven rectangular primary clarifiers) 2) Filter Building (2 units) EXHIBIT A to Addendum No 1 Page 3 of 13 3) Intermediate Pump Building (2 units, one serving the centrally located HMI computer system and one controlling the ICE/RAS pumps) c. Install new Control Wave Micro PLC with limited 1/0 in the Existing Blower Building associated with the Blower Building process improvements. d. Modifications to utilize the existing fiber optic cable infrastructure throughout the WWTP to serve the plant communication needs of the new processors. e. Similar PLC upgrades in the Primary Pump Building, Primary Clarifier Control Building No. 1, and Primary Clarifier Control Building No. 2 (serving the circular primary clarifiers and associated primary clarifier influent pumps) are not included in the project scope of services and are intended to be performed by others under separate contract with Richmond Sanitary District priorto the Phase 1 Improvements Project construction phase. B. SCOPE OF SERVICES Services to be provided by the Engineer for this Project under this Agreement are as follows: 1. Project Development and Management a. Assign Steve Gress as the Project Manager who will coordinate project activities and will be the principal liaison between the District and Engineer. b. Prepare a project work plan containing the project background, project goals and objectives, task based project scope, project schedule, listing and schedule of deliverables. c. Conduct a project kick-off meeting with the District's representatives to review project goals and objectives and to review the proposed project schedule. d. Provide monthly progress reports to the District to document services performed and schedule status. This is typically performed as part of the monthly project invoicing routine. 2. Richmond WWTP Phase 1 Design Services a. Process Design and Layout Phase 1) Review applicable available studies, reports, facility discharge flow charts, drawings, design summaries, and other existing facility information regarding the District's existing facilities. 2) Perform preliminary equipment selection based on preferences of District's staff and Engineer recommendations. For the single core turbo blowers, evaluate blowers with high speed air foil/bump bearings versus magnetic bearings. 3) Prepare unit process design calculations for an 18 mgd design average flow capacity and a 36 mgd peak flow capacity. EXHIBIT A to Addendum No 1 Page 4 of 13 4) Perform hydraulic evaluation of treatment plant from primary clarifier weirs through final clarifier weirs for unit process improvements and to determine hydraulic bottlenecks and recommended hydraulic improvements to achieve 36 mgd peak flow rate through the treatment plant as currently rated for peak flow. 5) Determine sizing requirements for the unit process improvements and the new anaerobic/aerobic (A/0) configuration system components. 6) Contract for topographic site survey services as needed to design the project. 7) Contract as needed for geotechnical engineering services for subsurface geotechnical exploration at the new aeration tank flow splitter structure location to determine the likely subsurface foundation conditions to aid in the structural design of the proposed structure. 8) Prepare flow sheets for the proposed improvements and conduct an internal flow sheet review meeting. Develop operation and control strategies for primary clarifier pumps and VFDs, aeration tank influent flow splitter, anoxic/anaerobic zones, automatic DO control in aeration tanks, turbo blowers, final clarifier influent flow splitter, new final clarifier mechanisms, and RAS flow meters and flow control valves. 9) Prepare preliminary process and instrumentation diagrams (P&IDs) after the flow sheet meeting. 10) Develop new process motor list and other electrical loads. 11) Identify major utilities and their approximate locations within the project site limits. 12) Utilizing available facility drawings and mapping, field visit observations, and discussions with the District, prepare preliminary layout drawings for project facilities and conduct an internal preliminary layout review meeting. 13) Prepare a process design and layout phase submittal consisting of written descriptions of the project indicating the proposed facilities along with the basis for selection, the final design criteria, a summary of preliminary hydraulic design calculations, a listing of any potential conflicts including environmental impacts and recommended solutions, any special construction requirements/procedures that may be known at the preliminary design stage, and the process design and layout phase drawings. 14) Prepare a preliminary opinion of the probable construction cost based on the preliminary layout drawings. 15) Perform an internal quality review of the preliminary layout drawings, project design description, and preliminary opinion of the probable construction cost. 16) Submit up to eight (8) printed sets (half size drawings) and/or a PDF copy of the process design and layout phase submittal to the Districtfor review and comment. 17) Conduct a process design and layout review workshop with the District's representatives to get their review comments and input on any necessary changes for the project design. Prepare workshop notes documenting proposed changes to the process design and layout phase completion EXHIBIT A to Addendum No 1 Page 5 of 13 documents and incorporate comments and any necessary changes into the design. b. Final Layout Phase 1) Complete hydraulic, structural, and other computations to define final size and location of new structures and existing structure modifications. 2) Develop final layout drawings, with designer notes forfinal layout review and approval. 3) Perform internal MID critique and final layout meetings. Revise P&IDs and final layout drawings after these meetings. 4) Prepare an index of proposed specifications for the final layout submittal. 5) Update the opinion of the probable construction cost based on the completed final layout design documents. 6) Perform an internal quality review of the final layout drawings, index of proposed specifications, and updated opinion of the probable construction cost. 7) Submit for review and comment by the District up to eight (8) printed sets and/or a PDF copy of the final layout drawings (half size), specifications index, the final design criteria, a summary of final hydraulic design calculations, any special construction requirements/procedures that may be known at the final layout design phase, a listing of permits required for construction approval, and the updated opinion of the probable construction cost. 8) Conduct a final layout review workshop with the District to get the District's review comments and input on any necessary changes for the project design including design changes to reduce the construction cost. Prepare workshop notes documenting proposed changes to the final layout design completion documents and incorporate comments and any necessary changes into the design. C. Final Design Construction Drawings Phase 1) After incorporation of the final layout workshop review comments and requested changes, prepare and distribute base sheet drawings to design disciplines in order to develop construction drawings for one prime contractor. Drawings will be developed using the Engineer's CADD standards. 2) Finalize MID drawings. 3) Prepare construction specifications utilizing the Engineer's master specifications. a) Front end bidding and contract documents will be prepared using applicable Engineers Joint Contract Documents Committee (EJCDC) documents for Division 0. b) Technical specifications will be prepared using the Construction Specifications Institute (CSI) 3-part format for 16 Divisions. 4) Conduct an internal meeting to coordinate location and specifications of wired components. EXHIBIT A to Addendum No 1 Page 6 of 13 5) Perform an internal designer review of the prepared final design construction drawings and specifications and then incorporate review comments. 6) The opinion of the probable construction cost will be updated based on the prepared final design construction drawings and specifications after designer review comments are incorporated. Also, revise the opinion of probable construction cost if necessary after the quality review comments are incorporated. 7) Perform an internal quality review of the final construction drawings and specifications after designer review comments are incorporated. Incorporate quality review comments. 8) After incorporation of quality review comments, submit up to eight (8) printed sets and/or a PDF copy of the final design construction drawings (half size), specifications, and updated opinion of the probable construction cost to the District for review and comment. 9) Conduct a final construction drawings and specifications review workshop with the District's representatives to get their review comments and input on any necessary changes for the project design. Prepare workshop notes documenting proposed changes to the final construction drawings and specifications. 10) Prepare and assist the District in submitting applications after incorporating the final design construction drawings and specifications workshop review comments into the final design documents to file for permits from or approvals of governmental authorities having jurisdiction to review or approve the final design of the project. Provide technical input and assist the District in consultations with appropriate authorities as required to. secure permits or approvals from the governmental authorities. The District shall pay the cost for submitting all regulatory agency permit applications. 11) Incorporate review comments received from the District and from the government agencies to which construction permit applications were submitted to finalize the drawings and specifications for bidding. Drawings for bidding purposes will be reproduced at half size unless electronically distributed. The final documents will be signed and sealed by registered professional engineers in the State of Indiana. The drawings and specifications will be prepared for the designed improvements to be bid as one project. 3. Phase 1 Bid Phase Engineering Services a. Prepare a Notice to Bidders and submit it to the District to publish twice in a local newspaper. The cost of publication will be paid by the District. b. A website-based document distribution service will be utilized to distribute bidding documents and addendums in digital format. This website service will be utilized to post the notice to bidders and the bid amounts for the received bids. Provide up to five (5) printed sets and a PDF electronic copy of the final design construction drawings (half-size EXHIBIT A to Addendum No 1 Page 7 of 13 or full-size) and the Project Manual to the District for display to potential bidders (two copies) and for the District's reference (up to three copies). c. Conduct a pre -bid conference to describe project work and answer prospective bidder questions. Prepare and issue meeting minutes. d. Prepare addenda as appropriate to interpret, clarify or expand the bidding documents and issue the addenda to prospective bidders. e. Consult with District concerning the acceptability of substitute materials and equipment proposed by contractors when substitution priorto the award of a contract is allowed. f. Assist District in the bid opening, prepare a bid tabulation analysis of bids, prepare recommendations for contract award, prepare a contract award resolution, and submit to the District for adoption of the contract award resolution or rejection of all bids. g. If the District adopts the contract award resolution, prepare and assist the District in submitting post bid documentation to the Indiana SRF in order to get approval from SRF for the District to award a construction contract. If the District desires to obtain a GPR Sustainability Incentive under the SRF Program, then prepare for submittal with the post bid documentation, a GPR Final Bid Summary. h. Assist the District to provide information requested by the Indiana SRF, financial consultant, and bond counsel in order to close on the SRF loan. i. After SRF approves the post bid documentation and authorizes award of a construction contract, then prepare a notice of award to be sent to the selected construction contractor along the construction contract. Assist the District in preparing construction contract, and advise the District on the acceptability of subcontractors and material suppliers proposed by the contractor for this project. 4. Preliminary Engineering Report Completion Based On Previously Developed WWTP Secondary Treatment Systems Evaluation and Facility Plan a. The PER report is to be prepared in the format prescribed by the Indiana Finance Authority (IFA) for funding by a SRF loan. b. Complete PER Chapter 5 -Evaluation of Environmental Impact 1) Engineer will identify the potential negative impacts of the project on the environment and the mitigation measures that may be needed. Prepare required environmental graphics as identified by Indiana SRF in its guidance documents for PER preparation. 2) Environmental concerns include farmland, soils/geology, air quality, noise, groundwater, drinking water, floodplains, wetlands, surface waters, endangered plants and animals, historic or archeological sites, recreational spaces, landmarks, construction impacts, and other indirect impacts. EXHIBIT A to Addendum No 1 Page 8 of 13 3) Engineer will rely generally upon readily available information, and no additional studies or subconsultant services are included in this PER scope of services. 4) Engineer will draft the fifth chapter of the PER summarizing the findings of the environmental evaluation. c. Prepare PER Chapter 7 - Legal, Financial, and Managerial Capabilities 1) Prepare the Authorized Representative Resolution and PER Acceptance Resolution, and submit to the Sanitary Board President for adoption; and then include both Resolutions in the PER. 2) Prepare and include the completed SRF Project Cost/Financing Information form. 3) Include Letters of Intent as applicable to significant flow/wasteload contributors and any applicable contract operator, such as but not limited to, sludge disposal contractor. 4) Include Inter -local Government Agreements, and/or Contracts or intent to obtain either. 5) Address the status of the required Asset Management Program for the wastewater utility, and if an Asset Management Program does not already exist, indicate the schedule for preparing it. 6) Engineer will draft the seventh chapter of the PER summarizing the above required information. d. Prepare PER Chapter 8 - Public Participation 1) Draft a notice for the public hearing for the District to have published. Include a copy of the Publisher's Affidavit from the local newspaper with the public hearing notice. The District will pay for the cost to publish the notice. 2) Notify significant flow/wasteload contributors or rate payers about the public hearing. 3) Have copies of the prepared PER Chapters 1 thru 7 available for public review ten (10) days prior to the public hearing. 4) The District intends to prepare the presentation, deliver the public hearing discussion about the project, and address public comments regarding the project. The District will arrange for the location of meeting. District will supply a court reporter/stenographer for preparation of a written transcript of the public hearing or the District shall prepare minutes. 5) Include in the PER the public hearing transcript or minutes and all written comments submitted by the public, including comments submitted during the public hearing and during the 5-day period following the hearing. Also include any response to comments provided by or on behalf of the participants. 6) Prepare and provide self -sticking mailing labels and/or email addresses for submittal to Indiana SRF, which may include the following: i. Attendees from the public hearing sign -in sheet. EXHIBIT A to Addendum No 1 Page 9 of 13 ii. Interested parties (those individuals, industries, groups, organizations who demonstrated an interest in receiving copies of the Environmental Assessment/Finding of No Significant Impact). iii. Adjoining property owners to the project (names and addresses to be provided by the District). iv. County Drainage Board (contact names and addresses to be provided by District). v. County Health Department (contact names and addresses to be provided by District). vi. Active Regional Planning Commission for the planning area (contact names and addresses to be provided by District if a regional planning commission exists). vii. Local media outlets (newspaper, radio, or TV station). viii. Customer communities. 7) Engineer will draft the eighth chapter of the PER summarizing the above required information. e. PER Documentation and Approval 1) Edit the previously prepared PER chapters for the public hearing based on review comments received from the District, and prepare an updated PER for submittal to the District. Up to five (5) printed copies plus one electronic copy of the updated PER will be submitted and presented at a meeting of the Richmond Sanitary District Board. The updated PER is to contain the following: • Executive Summary • Chapter 1— Project Location • Chapter 2 — Current Situation • Chapter 3 — Future Situation • Chapter 4 — Evaluation of Alternatives • Chapter 5 — Evaluation of Environmental Impact • Chapter 6 —Selected Plan • Chapter 7 — Legal, Financial & Managerial Capabilities EXHIBIT A to Addendum No 1 Page 10 of 13 • Chapter 8— Public Participation • Figures and appendices associated with the above chapters 2) Prepare a letter of transmittal for the Sanitary Board President, authorized SRF signatory, to sign, and deliver up to three (3) printed copies of the final PER to Indiana SRF to review and prepare comments. 3) Prepare responses to review comments received from Indiana SRF, and submit the responses to Indiana SRF along with a signed transmittal letter from the Sanitary Board President. C. PROJECTTIMING 1. Engineer shall be authorized to commence the Services set forth herein upon execution of this Agreement. The project milestone schedule based on authorization to commence by June 29, 2018 is as follows: Richmond WWTP Phase 1 Improvements and PER - Milestone Project Schedule Task Description Approximate Date Design of Phase 1 Improvements July 2018- May 2019 Preparation and Submittal of PER July — September 2018 Anticipated Approval of PER December 2018 Permit Applications Submittal with Plans and Specifications May 2019 Permit Applications Approved August 2019 Project Bidding August — September 2019 SRF Loan Closure November 2019 Construction Contract Award December 2019 Initiation of Phase 1 Improvements Construction January 2020 Anticipated Construction Substantial Completion December 2021 Anticipated Construction Final Completion April 2022 2. Engineer's services under this Agreement will be considered complete when Engineer has completed the above described bidding services scope of work that will follow after above listed Phase 1 design services and the PER completion services. PART II DISTRICT RESPONSIBILITIES A. In addition to other responsibilities of District set forth in this Agreement, District shall: 1. Identify a person authorized to act as the District's representative to respond to questions and make decisions on behalf of District, accept completed documents, approve payments to Engineer, and serve as liaison with Engineer as necessary for Engineer to complete its Services. EXHIBIT A to Addendum No 1 Page 11 of 13 2. Furnish to Engineer copies of existing documents and data pertinent to Engineer's Scope of Services, including but not limited to, where applicable and where not previously furnished: previous facility plan and PER studies; design and record drawings for existing facilities; monthly reports of operation in Microsoft Excel format; equipment operation and maintenance (O&M) manuals; property descriptions; land use restrictions; surveys, GIS information, and topographical survey information; geotechnical; and environmental studies or assessments. District shall be responsible for all requirements and instructions that it furnishes to Engineer pursuant to this Agreement, and for the accuracy and completeness of all reports, data, programs, and other information furnished by District to Engineer pursuant to this Agreement. Engineer may use and rely upon such requirements, instructions, reports, data, programs, and information in performing or furnishing services under this Agreement, subject to any express limitations or reservations provided by District applicable to the furnished items. 4. Provide to Engineer existing information regarding the existence and locations of utilities and underground facilities. S. Provide Engineer safe access to premises necessary for Engineer to provide the Services. 6. Inform Engineer whenever District observes or becomes aware of a Hazardous Environmental Conditions that may affect Engineer's Scope of Services or time for performance. PART III COMPENSATION, BILLING AND PAYMENT A. Compensation for the work as defined in the Scope of Services (Part 1) of this Agreement that is performed in 2018 shall be in accordance with Engineer's standard 2018 charge -out rates included on the following page. Engineer's standard 2019 charge -out rates have not yet been developed but will not increase by more than 3-percent rounded to the nearest $5 increment. Routine expenses will be billed at cost and subconsultant costs will include a 10% markup. The total cost for these services and expenses will not exceed $955,600. This total cost includes approximately $896,500 for design services, $39,200 for bidding services, and $19,900 for PER finalization. B. Engineer will bill District monthly, with net payment due in 30 days. C. Engineer will notify District if project scope changes require modifications to the above -stated contract value. Services relative to scope changes will not be initiated without written authorization from the District. EXHIBIT A to Addendum No 1 Page 12 of 13 Donohue & Associates, Inc. 2018 Billing Rates Employee Engineer/Specialist IX $240 Engineer/Specialist Vill $230 Engineer./Specialist VII $210 Engineer/Specialist VI $190 Engineer/Specialist V, Engineer/Specialist IV $155 Engineer/Specialist III` Engineer/Specialist II . $130 Engineer/Specialist I $115 Technician II $90 ,.Technician I Administrative Assistance III $80 ,Administrative Assistance 'II Administrative Assistance 1 $60 Notes: Labor charge -out rates are for normal work week. Billing rates above are in effect for2018. Billing rates for 2019 have not yet been developed but will not increase by more than 37percent rounded to the nearest $5 increment. Mileage is billed at the current IRS stipulated rate. Printing and reproductions are billed at cost. EXHIBIT A to Addendum No 1 Page 13 of 13 3DD0N0HUE AMENDMENT NO. 1 to ENGINEERING SERVICES AGREEMENT Wastewater Treatment Plant Phase 1 Improvements (Project) Original Agreement Executed: June 12, 2018 This Amendment is by and between: City of Richmond, Indiana (CITY) By and through its Board of Sanitary Commissioners 2380 Liberty Avenue Richmond, Indiana 47374 And, Donohue & Associates, Inc. (ENGINEER) 101 West Ohio Street, Suite 820 Indianapolis, IN 46204 Who agree to amend the original Agreement, as follows: EXHIBIT A, PART I — A. PROJECT DESCRIPTION The description of the proposed WWTP Phase 1 Improvements in the original agreement generally remains unchanged. EXHIBIT A, PART I — B. SCOPE OF SERVICES The engineering scope of services have been modified to include the following additional activities: 5. WWTP Phase 1 Improvements Construction Phase Services General Administration of Construction Contract. Consult with CITY and act as CITY's representative as provided in the General Conditions of the Contract Documents included in the Project Manual. The extent and limitations of the duties, responsibilities and authority of the ENGINEER as assigned in said General Conditions shall not be modified, except as ENGINEER and CITY may otherwise agree in writing. All of CITY's instructions to the construction contractor will be issued through ENGINEER, who shall have authority to act on behalf of CITY in dealings with construction contractor to the extent provided in this Agreement and said General Conditions except as otherwise provided in writing. b. Contract Documents Distribution. Furnish to Contractor up to four (4) printed copies of the Project Manual and half -scale or full-scale Drawings plus one copy of the Project Manual and EXHIBIT B to Addendum No 1 Page 1 of 9 Drawings in electronic portable document format (PDF) that incorporate all issued addenda during the bid phase. Additional printed copies will be furnished to the Contractor upon request at the cost of reproduction. If requested by the Contractor, one set of drawings in AutoCAD electronic format wilI be provided tothe Contractor. Electronicfiles will be delivered upon receipt of a signed disclaimer form by the Contractor and signed CITY release. Print and furnish up to another four (4) sets of the Project Manual and half -scale or full-scale Drawings plus one PDF copy of the Project Manual and Drawings that incorporate all issued addenda for use by the CITY. c. Pre -Construction Conference and Progress Meetings. Attend and conduct a Pre -Construction Conference for the Project prior to commencement of work at the Project site. Attend up to twenty (20) monthly construction progress meetings in addition to the pre -construction meeting when construction work is progressing on site, to be conducted by the construction contractor. ENGINEER is to prepare and distribute minutes for Pre -Construction Conference, and construction contractor is to prepare and distribute all progress meeting minutes. d. Visits to Site and Observation of Construction. Perform the following services in connection with observations of construction contractor's work in progress when attending construction progress meetings and periodically between monthly progress meetings: 1) Make visits to the Project Site on days of the twenty (20) monthly construction progress meetings and up to twenty (20) separate visits to the Project Site between progress meetings, forty (40) site visits in total, in order to observe as an experienced and qualified design/construction professional the progress and quality of the Work. Such visits and observations by ENGINEER are not intended to be exhaustive or to extend to every aspect of construction contractor's work in progress or to involve detailed inspections of construction contractor's work in progress beyond the responsibilities specifically assigned to ENGINEER in this Agreement and the Contract Documents, but rather are to be limited to spot checking, selective sampling, and similar methods of general observation of the Work based on ENGINEER'S exercise of professional judgment. Based on information obtained during such visits and such observations, ENGINEER will determine in general if construction contractor's work is proceeding in accordance with the Contract Documents, and ENGINEER shall keep CITY informed of the progress of the Work. 2) The purpose of ENGINEER'S visits at the Project site will be to enable ENGINEER to better carry out the duties and responsibilities assigned to and undertaken by ENGINEER during the Construction Phase; and in addition, by the exercise of ENGINEER'S efforts as an experienced and qualified design/construction professional, to provide for CITY a greater degree of confidence that the completed Work will conform in general to the Contract Documents and that the integrity of the design concept of the Project as a functioning whole as indicated in the Contract Documents has been implemented and preserved by construction contractor. ENGINEER shall not, during such visits or as a result of such observations of construction contractor's work in progress, supervise, direct, or Page 2 of 9 EXHIBIT B to Addendum No 1 Page 2 of 9 have control over construction contractor's work, nor shall ENGINEER have authority over or responsibility for the means, methods, techniques, sequences, or procedures of construction selected by construction contractor, for safety precautions and programs incident to construction contractor's work, or for any failure of construction contractor to comply with Laws and Regulations applicable to construction contractor's furnishing and performing the Work. Accordingly, ENGINEER neither guarantees the performance of construction contractor nor assumes responsibility for construction contractor's failure to furnish and perform its work in accordance with the Contract Documents. e. Defective Work. Recommend to the CITY that construction contractor's work be disapproved and rejected while it is in progress, if on the basis of such observations, ENGINEER believes that such work will not produce a completed project that conforms generally to the Contract Documents or that it will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated in the Contract Documents. f. Clarifications and Interpretations, Request for Information Forms,_ and Field Orders. Issue clarifications and interpretations of the Contract Documents as appropriate to the orderly completion of construction contractor's work. Up to a total of 240 clarifications, interpretations, request for information, and/or field orders are assumed in the budget estimate forthis task. ENGINEER may issue Field Orders authorizing minor variations from the requirements of the Contract Documents. g. Change Orders, Work Change Directives and Request for Proposals. Prepare Change Orders, Work Change Directives and Requests for Proposals and recommend Change Orders and Work Change Directives to CITY for approval by CITY as required. In addition, ENGINEER shall prepare all documentation that appropriate governmental authorities having jurisdiction over the project may require for review and approval of the Change Orders. Preparing up to 16 request for proposals and assisting RSD with up to 8 formal change orders and associated supporting documentation is assumed in the budget estimate for this task. h. Shop Drawings and Samples. Review and approve or take other appropriate action in respect to Shop Drawings and Samples.and other data that construction contractor is required to submit, but only for conformance with the information given in the Contract Documents and compatibility with the design concept of completed Project as a functioning whole as indicated in the Contract Documents. Such reviews and approvals or other action will not extend to means, methods, techniques, sequences or procedures of construction or to safety precautions and programs incident thereto. Review of approximately 130 initial shop drawing submittals or shop drawing submittals that are approvable by the Engineer are assumed in the budget estimate in this task. An allowance for approximately 12-percnet of the submittals to require 1 or more resubmittals prior to approval by the Engineer is also assumed in the budget estimate for this task. i. Manufacturer O&M Manuals. Review submitted manufacturer O&M manuals for compliance with contract document requirements. After the 0&M manuals are determined to be acceptable, they will be transmitted to the CITY. Review of 18 to 26 Manufacturers O&M Page 3 of 9 EXHIBIT B to Addendum No 1 Page 3 of 9 Manuals are assumed in the budget estimate for this task. If all Specification Sections of Division 13 O&M Manuals covering Instrumentation and Control (I&C) are submitted as one combined I&C O&M Manual, then 18 total O&M Manuals are anticipated. If 0&M Manuals for I&C are submitted by individual Specification Section, then a total of 26 O&M Manuals are anticipated. Substitutes and "or -equal" Evaluate and determine the acceptability of substitute or "or - equal" materials and equipment proposed by construction contractor. k. Inspections and Tests. ENGINEER'S review of such certificates will be for the purpose of determining that the results certified indicate compliance with the Contract Documents and will not constitute an independent evaluation that the content or procedures of such inspections, tests, or approvals comply with the requirements of the Contract Documents. ENGINEER shall be entitled to rely on the results of such tests. Disagreements between CITY and construction contractor. Render formal written decisions on all claims of CITY and construction contractor relating to the acceptability of construction contractor's work or the interpretation of the requirements of the Contract Documents pertaining to the execution and progress of construction contractor's work. In rendering such decisions, ENGINEER shall be fair and not show partiality to CITY or construction contractor., and shall not be liable in connection with any decision rendered in good faith in such capacity. m. Applications for Payment. Based on ENGINEER'S observations as an experienced and qualified design professional and on review of applications for payment and accompanying supporting documentation from construction contractor, ENGINEER shall: 1) Determine the amounts that ENGINEER recommends that construction contractor be paid. Such recommendations of payment will be in writing and will constitute ENGINEER'S representation to the CITY, based on such observations and review to the best of ENGINEER'S knowledge, information and belief, that construction contractor's work has progressed to the point indicated, the quality of such work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents and to any other qualifications stated in the recommendation), and the conditions precedent to construction contractor's being entitled to such payment appear to have been fulfilled in so far as it is ENGINEER'S responsibility to observe construction contractor's work. In the case of unit price work, ENGINEER'S recommendations of payment will include final determinations of quantities and classifications of construction contractor's work (subjectto any subsequent adjustments allowed by the Contract Documents). 2) By recommending any payment, ENGINEER shall not thereby be deemed to have represented that observations made by ENGINEER to checkthe quality or quantity of construction contractor's work as it is performed and furnished have been exhaustive, extended to every aspect of construction contractor's work in Page 4 of 9 EXHIBIT B to Addendum No 1 Page 4 of 9 progress, or involved detailed inspections of the work beyond the responsibilities specifically assigned to ENGINEER in this Agreement and the Contract Documents. Neither ENGINEER'S review of construction contractor's work for the purposes of recommending payments nor ENGINEER'S recommendation of any payment including final payment will impose on ENGINEER responsibility to supervise, direct, or control construction contractor's work in progress or for the means, methods, techniques, sequences, or procedures of construction or safety precautions or programs incident thereto, or construction contractor's compliance with Laws and Regulations applicable to construction contractor's furnishing and performing the work. It will also not impose responsibility on ENGINEER to make any examination to ascertain how or for what purposes construction contractor has used the moneys paid on account of the Contract Price, or to determine that title to any portion of the work in progress, materials, or equipment has passed to the CITY free and clear of any liens, claims, security interests, or encumbrances, or that there may not be other matters at issue between the CITY and construction contractor that might affect the amount that should be paid. Prior to recommending payment requests from construction contractor to the CITY for payment, the ENGINEER shall require lien waivers from prior payment applications from construction contractor. n. Instrumentation and Control (1&Q Verification Services 1) Attend factory testing for process control system programmable logic controller (PLC) panels at system supplier's facility prior to shipment. Inspect panels for general conformance to specifications, test input and output signal functionality and assist process control system programmer in offsite functional testing. Up to two events each two days in duration at the System Integrator's facility in Fort Wayne, Indiana is planned for factory testing. 2) Attend on -site field testing of process control system PLC panels after installation to check input and output signal wiring. Verify process control system programming meets requirements of functional descriptions. Due to the construction sequencing requirements, up to nine separate days of on -site PLC field testing is planned. o. Construction Contractor's Completion Documents. 1) Receive and review maintenance and operating instructions, schedules, and guarantees. 2) Receive bonds, certificates, or other evidence of insurance not previously submitted and required by the Contract Documents, certificates of inspection, tests and approvals, Shop Drawings, Samples and the annotated record documents, which are to be assembled by construction contractor in accordance with the Contract Documents to obtain final payment. Page 5 of 9 EXHIBIT B to Addendum No 1 Page 5 of 9 3) ENGINEER shall transmit these documents to CITY. p. Substantial Completion. Promptly after notice from construction contractor that the construction contractor considers the entire Work ready for its intended use, in the company of CITY and construction contractor, conduct an inspection to determine if the Work is Substantially Complete. ENGINEER shall prepare a list of any observed deficiencies during the inspection. At the direction of the CITY, ENGINEER shall prepare and deliver a certificate of Substantial Completion to CITY and the construction contractor. q. Startup and .Training Services 1) Training by the equipment manufacturers will be scheduled to take place prior to, or during, system demonstrations. 2) Prepare startup plans as applicable to coordinate the responsibilities of the construction contractor and the CITY at the time when construction is substantially complete. Submit the startup plans to the CITY and construction contractor for review. Respond to questions and incorporate recommended changes into the startup plan. 3) Provide engineering assistance for the major process equipment manufacturers performing the check-out and startup of the aeration system and blower system. Up to five days on -site for system startup is included in this Agreement. Final .Notice of Acceptability of the Work. Conduct a final inspection to determine if the completed Work of construction contractor is acceptable so that ENGINEER may recommend, in writing, final payment to construction contractor. Accompanying the recommendation for final payment, ENGINEER shall also provide a notice that the Work is acceptable to the best of ENGINEER'S knowledge, information, and belief based on the extent of the services provided by ENGINEER under its Agreement with the CITY. s. Record Documents. Receive and review annotated record documents from construction contractor, which are to be assembled by construction contractor in accordance with the Contract Documents to obtain final payment. Prepare Record Drawings showing appropriate record information based on the project annotated record documents received from the construction contractor. The completed Record Drawing deliverables for Project shall include up to two (2) full-size or half-size printed paper sets and an electronic set in PDF format. t. Limitation of Responsibilities. ENGINEER shall not be responsible for the acts or omissions of construction contractor, or of any of its subcontractors, suppliers, or of any other individual or entity performing or furnishing any of the Work. ENGINEER shall not be responsible for failure of construction contractor to perform or furnish the Work in accordance with the Contract Documents. Page 6 of 9 EXHIBIT B to Addendum No 1 Page 6 of 9 u. No Resident Project Representative Services are included in the ENGINEER'S scope of services for this Project. It is understood that the CITY will be providing daily inspection services of the construction contractor's activities throughout the construction contract duration. 6. Update to the CITY's Existing Operation and Maintenance Manual for the WWTP Phase 1 Improvements Project. a. Review the CITY'S Existing Operation and Maintenance (O&M) Manual from the 1980 WWTP Project as amended by the ENGINEER for prior ENGINEER designed WWTP improvements. b. Update the City's Existing O&M Manual by amending and adding recommended standard operating procedures (SOPS) for the new and modified unit processes included in the Phase 1 Improvements Project. c. Review the Draft 0&M Manual Update with the CITY in a workshop. Provide up to eight (8) hard copies and one electronic PDF copy of the Draft O&M Manual Update for the CITY'S review and comment. d. Revise the draft for CITY review comments received and finalize the O&M Manual Update. e. Provide the CITY with electronic copies of the Final O&M Manual Update, in both PDF and Word format, and up to three (3) bound hardcopies. Exhibit A, Part I — C. Project Timing 1. ENGINEER shall be authorized to commence the Services set forth herein upon execution of this Agreement Amendment. The bid opening for the WWTP Phase 1 Improvements Project is anticipated to be in September 2019 with SRF loan closure in October 2019 and construction contractor award anticipated in November 2019. The WWTP Phase 1 Improvements Project construction duration is 19 months to Substantial Completion and 21 months to Final Completion of construction. A schedule based on an anticipated construction start date in November 2019, is a follows: • WWTP Phase 1 Construction Engineering— November 2019 through August 2021 • Operation and. Maintenance (0&M) Manual Update o Draft 0&M Manual Update and Review Workshop— May 2021 o Final O&M Manual Update —June 2021 2. Project schedule above is considered independent of schedule listed in original Agreement. Exhibit A, PART III — COMPENSATION, BILLING AND PAYMENT Add the following paragraphs to the Original Agreement PART III, which addresses the change in compensation due to the additional scope of services included in this Agreement Amendment: Page 7 of 9 EXHIBIT B to Addendum No 1 Page 7 of 9 Y D. Compensation for the services set forth in Part I of this Agreement Amendment shall be increased $747,700 over the $955,600 maximum total cost of services established by the previously approved Agreement resulting in a revised total cost for services and expenses that will not exceed $1,703,300. E. Compensation for the work as defined in the Scope of Services (Part 1) of this Agreement Amendment that.is performed in 2019 shall be in accordance with ENGINEER'S standard 2019 charge -out rates included below. Routine expenses will be billed at cost. Donohue & Associates, Inc. 2019 Billing Rates 'i> 4 En in r/SA c4.4 k EhS106 r/Specialist Vill Engineh%Siaecialost $2 0 Engineefr/Specialist VI -$190 EiBineer/specialist V•� ' . $175,. Engineer/Specialist IV $160 Er'gineer/5peg ralost:,tl� $4S e Engineer/Specialist II $130 £rig*Weer/Spec>alNk:l' Technician II $15. $90 Teehrncran;M $80 Administrative Assistant711 $80 Af�1731n18t1'�'i]VB I�,SS[St31't� �i: $%0.� , AdmiriiArki,ve Assist6pt'l I $6Q Notes: 1. Labor charge -out rates are for normal work week. 2. Billing rates above are in effect for 2019 and may be adjusted annually to reflect labor cost increases. 3. Mileage is billed at the current. IRS stipulated rate. 4. Printing and reproductions are billed at cost. Page 8 of 9 EXHIBIT B to Addendum No 1 Page 8 of 9 APPROVED FOR CITY APPROVE R ENGINEER y� By: By: or Printed Name: Printed Na4 ee: Craig W. Brunner, PE Title: Title: President Date: Date: —/ A• /y . /9 Jam_ Page 9 of 9 EXHIBIT B to Addendum No 1 . Page 9 of 13 DD:)DONOHUE AMENDMENT NO. 2 to ENGINEERING SERVICES AGREEMENT Wastewater Treatment Plant Phase 1 Improvements (Project) Original Agreement Executed: June 12, 2018 This Amendment is by and between: City of Richmond, Indiana (CITY) By and through its. Board of Sanitary Commissioners 2380 Liberty Avenue Richmond, Indiana 47374 And, Donohue & Associates, Inc. (Contractor) 101 West Ohio Street, Suite 1650 Indianapolis, IN 46204 Who agree to amend the original Agreement, as follows: EXHIBIT A, PART I - A. PROJECT DESCRIPTION The description of the proposed WWTP Phase 1 Improvements in the original agreement generally remains unchanged. EXHIBIT A, PART I..— B. SCOPE OF SERVICES The engineering scope of services have been modified to include the following additional activities: 7. Addition of Two Gravity Thickener Pumps to the WWTP Phase 1 Improvements Construction Project a. The City wants to replace two sludge pumps serving the Gravity Thickeners with new positive displacement type sludge pumps in the Phase 1 Construction Project. The Contractor shall design new pumps and associated piping, valves, and appurtenances generally as described in Part I — B. 2. of this Agreement. Contractor shall also provide associated and limited electrical and instrumentation and controls engineering design. Contractor shall progress design as needed to prepare a Request for Proposal to the Phase 1 Project construction contractor to prepare and submit a price proposal on the work. b. Following design, the Contractor shall generally perform the Construction Phase Services of Part I — B. 5. of this Agreement as they pertain to the addition of these gravity thickener sludge pumps. EXHIBIT C to Addendum No 1 Page 1 of 4 8. Addition of SCADA and PLC work in the WWTP Phase 1 Improvements Construction Project a. The City wants to add SCADA system replacement including programming, graphics development, alarming, and reporting functions to the Phase 1 Construction Project. The City also wants to convert from Bristol RTU processors to Allen-Bradley PLCs throughout the Phase 1 Project. The Contractor shall design the new SCADA system architecture and PLC replacements as needed to prepare a Request for Proposal to the Phase 1 Project construction contractor. b. Following design, the Contractor shall generally perform the Construction Phase Services of Part I — B.S. of this Agreement as they pertain to the addition of this SCADA and PLC replacement work. Exhibit A, Part I — C. Project Timing Add the following paragraph under Part I — C. Project Timing 3. Scope of Service items 7 and 8 in Exhibit A, Part 1 — B. of this Agreement are anticipated to be complete within the timeframe of the WWTP Phase 1 Construction Project, by August 2021. Exhibit A. PART III — COMPENSATION, BILLING AND PAYMENT Add the following paragraphs to the Original Agreement PART III, which addresses the change in compensation due to the additional scope of services included in this Agreement Amendment: F. Compensation for the services set forth in Part I of this Agreement Amendment shall be increased $52,100 over the $1,703,300 maximum total cost of services established by the previously approved Agreement and Amendment 1 resulting in a revised total cost for services and expenses that will not exceed $1,755,400. G. Compensation for the work as defined in the Scope of Services (Part 1) of this Agreement Amendment that is performed in 2020 shall be in accordance with Contractor's standard 2020 charge -out rates included below: Routine expenses will be billed at cost. Page 2 of 4 EXHIBIT C to Addendum No 1 Page 2 of 4 &:Associates, Mt.- 2020 Billing'..Ratigs tio#BIEtdjh OW13i r ML 245 Engi-peer/Sle'6161i'st Vill 2 3�t5' E,hgin'6er/S-pO6aAkt- V1 I -pI5 Enginee r/$pecilailikVI Engineer/SpecialistV $ ISO jE,pgin-eer/SbeciaMtt.lV' $'i 60, 'Engineer/ ,pecialist.111 Engin.p. p la-listil 130 Engineer/Specialist;) TechnicAan 11 eciinician I" Technician Admiriist'r6t'ive:As§ista.nce'lif $80' ..Administrative Assistance 11 $70 Administrative Ass'istante"] Labor charge -out rates avpjo I'vorkweek. porm;@. V. r'2 0" 2 'a' nbadjusted 11 i.ng, rates are In -p#e6ff jpay., : annually bjefiectlabor:cost Increases. M i leg bi I idd , 't1th Stipulated e rate. "ge is a. etUF�er.R.I.R,S-�6 - ulat �d. Pri ting ancl.=shipping are .billed at -cost: ' Page 3 of 4 EXHIBIT C to Addendum No I Page 3 of 4 `Y // APPROVED OR C[TY By: Printed Name: Title: ? c' S 4�, 4- Date: i 0 /1 3 ILO APPROVED FOR CONTRACTOR By: ," ' ��r-4 1 Printed Name: Steven P. Gress, PE Title: Vice President Date: 10-05-2020 Page 4 of 4 EXHIBIT C to Addendum No 1 Page 4 of 4