HomeMy WebLinkAboutResolution - 2018-R0206 - Freese And Nichols - 06/28/2018Resolution No. 2018-RO206
Item No. 6.8
June 28, 2018
RESOLUTION
I
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for
and on behalf of the City of Lubbock, Professional Services Contract No. 13900 for Engineering
Services, by and between the City of Lubbock and Freese and Nichols, Inc., and related documents.
Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and
shall be included in the minutes of the City Council.
Passed by the City Council on June 28, 2018
DANIEL M. POPE, MAYOR
ATTEST:
Reb cca Garza, City Secr tary
APPROVED AS TO CONTENT:
Michael G. Keenum, P.E. CFM. Division Director of Engineering/City Engineer
APPROVED AS TO FORM:
K lli Leisure, Assistant City Attorney
ccdocs/RES.PSC-13900 Freese and Nichols, Inc.
06.1 12018
Resolution No. 2018-RO206
PROFESSIONAL SERVICES AGREEMENT
STATE OF TEXAS
COUNTY OF LUBBOCK
This Professional Service Agreement ("Agreement") Contract No. 13900 is entered into this -Mh
day of June , 2018, is by and between the City of Lubbock (the "City"), a Texas home rule
municipal corporation, and Freese and Nichols, Inc., (the" Engineer"), a Texas corporation.
WITNESSETH
WHEREAS, The City desires to contract with the Engineer to provide professional services for
Elevated Storage Tank (EST) Design and Pressure Zone Delineation, (the "Activities"); and
WHEREAS, the Engineer has a professional staff experienced and is qualified to provide
professional engineering services related to Activities, and will provide the services, as defined below, for
the price provided herein, said price stipulated by the City and the Engineer to be a fair and reasonable
price; and
WHEREAS, the City desires to contract with the Engineer to provide professional services
related to the Activities, and Engineer desires to provide the Services related to same.
NOW THEREFORE, for and in consideration of the teens, covenants and conditions set forth in
this Agreement, the City and the Engineer hereby agree as follows:
ARTICLE I. TERM
The tern of this Agreement commences on the Effective Date and continues without interruption
for a tern of 1,000 days. If the Engineer determines that additional time is required to complete the Services,
the City Engineer, may , but is not obligated to, in his or her discretion, execute an agreement to grant up
to an additional six (6) months of time so long as the amount of the consideration does not increase. An
amendment to this Agreement resulting in an increase in the amount of the consideration must be approved
by the City acting through its governing body.
Page 1 of 10
ARTICLE II. SERVICES AND COMPENSATION
A. Engineer shall conduct all activities and within such timeframes as set forth on Exhibit "A",
attached hereto (the "Services").
B. Engineer shall receive as consideration to be paid for the performance of the Services, in an
amount not to exceed $2,282,070.00 for the Elevated Storage Tank Design and the Pressure Zone
Delineation, as set forth in Exhibit `B",
ARTICLE III. TERMINATION
A. General. City may terminate this Contract, for any reason or convenience, upon thirty (30) days
written notice to Engineer. In the event this Agreement is so terminated, the City shall only pay Engineer
for services actually performed by Engineer up to the date Engineer is deemed to have received notice of
termination, as provided herein.
B. Termination and Remedies. In the event Engineer breaches any term and/or provision of this
Contract, the City shall be entitled to exercise any right or remedy available to it by this Contract, at law,
equity, or otherwise, including without limitation, termination of this Contract and assertion of an action
for damages and/or injunctive relief. The exercise of any right or remedy shall not preclude the concurrent
or subsequent exercise of any right or remedy and all rights and remedies shall be cumulative.
ARTICLE IV. NON - ARBITRATION
The City reserves the right to exercise any right or remedy available to it by law, contract, equity,
or otherwise, including without limitation, the right to seek any and all forms of relief in a court of
competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising
its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive,
and may be exercised concurrently. To the extent of any conflict between this provision and another
provision in, or related to, this Agreement, this provision shall control.
ARTICLE V. REPRESENTATIONS AND WARRANTIES
A. Existence. Engineer is a corporation duly organized, validly existing, and in good standing under
the laws of the State of Texas and is qualified to carry on its business in the State of Texas.
B. Corporate Power. Engineer has the corporate power to enter into and perform this Contract and
all other activities contemplated hereby.
Page 2of10
C. Authorization. Execution, delivery, and performance of this Contract and the activities
contemplated hereby have been duly and validly authorized by all the requisite corporate action on the part
of Engineer. This Contract constitutes legal, valid, and binding obligations of the Engineer and is
enforceable in accordance with the terms thereof.
D. Engineer. Engineer maintains a professional staff and employs, as needed, other qualified
specialists experienced in providing the Services, and is familiar with all laws, rules, and regulations, both
state and federal, including, without limitation the applicable laws, regarding the Activities contemplated
hereby.
E. Performance. Engineer will and shall conduct all activities contemplated by this Contract in
accordance with the standard of care, skill and diligence normally provided by a professional person in
performance of similar professional services, and comply with all applicable laws, rules, and regulations,
both state and federal, relating to professional services, as contemplated hereby.
F. Use of Copyrighted Material. Engineer warrants that any materials provided by Engineer for use
by City pursuant to this Contract shall not contain any proprietary material owned by any other party that
is protected under the Copyright Act or any other law, statute, rule, order, regulation, ordinance or
contractual obligation relating to the use or reproduction of materials. Engineer shall be solely responsible
for ensuring that any materials provided by Engineer pursuant to this Contract satisfy this requirement and
Engineer agrees to indemnify and hold City harmless from all liability or loss caused to City or to which
City is exposed on account of Engineer's failure to perform this duty.
ARTICLE VI. SCOPE OF WORK
Engineer shall accomplish the following: Professional Services related to the Services, as
provided in Exhibit "A", attached hereto and made a part hereof.
ARTICLE VII. INDEPENDENT CONTRACTOR STATUS
Engineer and City agree that Engineer shall perform the duties under this Contract as an
independent contractor and shall be considered as independent contractor under this Agreement and/or in
its activities hereunder for all purposes. Engineer has the sole discretion to determine the manner in which
the Services are to be performed. During the performance of the Services under this Agreement, Engineer
and Engineer's employees and/or sub -consultants, will not be considered, for any purpose, employees or
agents of the City within the meaning or the application of any federal, state or local law or regulation,
Page 3 of 10
including without limitation, laws, rules or regulations regarding or related to unemployment insurance, old
age benefits, workers compensation, labor, personal injury or taxes of any kind.
ARTICLE VIII. INSURANCE
The Engineer shall procure and carry, at its sole cost and expense through the life of this Agreement,
except as otherwise provided herein, insurance protection as hereinafter specified, in form and substance
satisfactory to the City, carried with an insurance company authorized to transact business in the state of
Texas, covering all aspects and risks of loss of all operations in connection with this Agreement, including
without limitation, the indemnity obligations set forth herein. The Engineer shall obtain and maintain in
full force and effect during the term of this Agreement, and shall cause each approved subcontractor or sub -
consultant of the Engineer to obtain and maintain in full force and effect during the term of this Agreement,
commercial general liability, professional liability and automobile liability coverage for non -owned and
hired vehicles with insurance carriers admitted to do business in the state of Texas. The insurance
companies must carry a Best's Rating of A-VII or better. Except for Professional Liability, the policies will
be written on an occurrence basis, subject to the following minimum limits of liability:
Commercial General Liability:
Per Occurrence Single Limit: $1,000,000
General Aggregate Limit: $2,000,000
Professional Liability:
Combined Single Limit: $1,000,000
Automobile Liability:
Combined Single Limit for any auto: $1,000,000 Per Occurrence
Employer's Liability:
Per Occurrence Single Limit: $1,000,000
The Engineer shall further cause any approved subcontractor or sub -consultant to procure and
carry, during the term of this Agreement, the insurance coverage required of Engineer herein, including
without limitation, Professional Liability coverage, protecting the City against losses caused by the
professional negligence of the approved subcontractor or sub -consultant. The City shall be listed as a
primary and noncontributory additional insured with respect to the Automobile Liability and Commercial
General Liability and shall be granted a waiver of subrogation under those policies. The Engineer shall
provide a Certificate of Insurance to the City as evidence of coverage.
Page 4 of 10
The Certificate shall provide 30 day's notice of cancellation. A copy of the additional insured
endorsement and waiver of subrogation attached to the policy shall be included in the Certificate. Engineer
shall elect to obtain worker's compensation coverage pursuant to Section 406.002 of the Texas Labor Code.
Further, Engineer shall maintain said coverage throughout the term of this Agreement and shall comply
with all provisions of Title 5 of the Texas Labor Code to ensure that the Engineer maintains said coverage.
The Engineer may maintain Occupational Accident and Disability Insurance in lieu of Worker's
Compensation. In either event, the policy must be endorsed to include a waiver of subrogation in favor of
the City. If at any time during the life of the Agreement or any extension hereof, Engineer fails to maintain
the required insurance in full force and effect, Engineer shall be in breach hereof and all work under the
Agreement shall be discontinued immediately.
Notwithstanding anything contained herein to the contrary, the professional liability policy shall be
maintained at Engineer's sole cost and expense. The retroactive date shall be no later than the
commencement of the performance of this Contract and the discovery period (possibly through tail
coverage) shall be no less than 10 years after the completion of the Services provided for in this Contract.
The provisions of this Article VIII shall survive the termination or expiration of this Agreement.
ARTICLE IX. EMPLOYMENT OF AGENTS/RETAINING OF CONSULTANTS
Engineer may employ or retain consultants, contractors, or third parties (any of which are referred
to herein as "Sub -consultant"), to perform certain duties of Engineer, as set forth on Exhibit "A", attached
hereto, under this Contract, provided that City approves the retaining of Sub -consultants. Engineer is at all
times responsible to City to perform the Services as provided in this Agreement and Engineer is in no event
relieved of any obligation under this Contract upon retainage of any approved Sub -consultant. Any agent
and/or Sub -consultant retained and/or employed by Engineer shall be required by Engineer to carry, for the
protection and benefit of the City and Engineer and naming said third parties as additional insureds,
insurance as described above required to be carried by Engineer in this Contract.
Engineer represents that such services are either under applicable value thresholds or are otherwise
exempt from notice and/or bid requirements under Texas Law.
ARTICLE X. CONFIDENTIALITY
Engineer shall retain all information received from or concerning the City and the City's business
in strictest confidence and shall not reveal such information to third parties without prior written consent
of the City, unless otherwise required by law.
Page 5 of 10
ARTICLE XI. INDEMNITY
ENGINEER SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF LUBBOCK AND
ITS ELECTED OFFICIALS, OFFICERS, AGENTS, AND EMPLOYEES FROM ALL SUITS,
ACTIONS, LOSSES, DAMAGES, CLAIMS, OR LIABILITY OF ANY KIND, CHARACTER, TYPE,
OR DESCRIPTION, INCLUDING WITHOUT LIMITING THE GENERALITY OF THE FOREGOING,
ALL EXPENSES OF LITIGATION, COURT COSTS, AND ATTORNEY'S FEES, FOR INJURY OR
DEATH TO ANY PERSON, OR INJURY TO ANY PROPERTY, RECEIVED OR SUSTAINED BY
ANY PERSON OR PERSONS OR PROPERTY, TO THE EXTENT ARISING OUT OF, RELATED TO
OR OCCASIONED BY, THE NEGLIGENT ACTS OF ENGINEER, ITS AGENTS, EMPLOYEES,
AND/OR SUBCONSULTANTS, RELATED TO THE PERFORMANCE, OPERATIONS OR
OMISSIONS UNDER THIS CONTRACT AND/OR THE USE OR OCCUPATION OF CITY OWNED
PROPERTY. THE INDEMNITY OBLIGATION PROVIDED HEREIN SHALL SURVIVE THE
EXPIRATION OR TERMINATION OF THIS AGREEMENT.
ARTICLE XII. COMPLIANCE WITH APPLICABLE LAWS
Engineer shall comply with all applicable federal, state and local laws, statutes, ordinances, rules
and regulations relating, in any way, manner or form, to the activities under this Contract, and any
amendments thereto.
ARTICLE XIII. NOTICE
A. General. Whenever notice from Engineer to City or City to Engineer is required or permitted
by this Contract and no other method of notice is provided, such notice shall be given by (1)
actual delivery of the written notice to the other party by hand (in which case such notice shall
be effective upon delivery); (2) facsimile (in which case such notice shall be effective upon
delivery); or (3) by depositing the written notice in the United States mail, properly addressed
to the other party at the address provided in this article, registered or certified mail, return
receipt requested, in which case such notice shall be effective on the third business day after
such notice is so deposited.
Page 6 of 10
B. Engineer's Address. Engineer's address and numbers for the purposes of notice are:
FREESE AND NICHOLS, INC.
Nicholas Lester, P.E.
4055 International Plaza, Suite 200
Fort Worth Texas, 76109
Telephone: 817-735-7393
Facsimile: 817-73 5 -7491
C. City's Address. The City's address and numbers for the purposes of notice are:
Josh Kristinek, P.E.
City of Lubbock
P.O. Box 2000
1625 13th Street
Lubbock, Texas 79457
Telephone: 806-775-3397
D. Change of Address. Either party may change its address or numbers for purposes of notice by
giving written notice to the other party as provided herein, referring specifically to this Contract, and setting
forth such new address or numbers. The address or numbers shall become effective on the 15th day after
such notice is effective.
ARTICLE XIV. CITY -PROVIDED DATA AND RESPONSIBILITIES
A. Provision of Data. City shall furnish Engineer non -confidential studies, reports and other
available data in the possession of the City pertinent to Engineer's Services, so long as City is entitled to
rely on such studies, reports and other data for the performance of Engineer's Services under this Contract
(the "Provided Data"). Engineer shall be entitled to use and rely, so long as such reliance is reasonable,
upon all such Provided Data.
ARTICLE XV. MISCELLANEOUS
A. Captions. The captions for the articles and sections in this Contract are inserted in this Contract
strictly for the parties' convenience in identifying the provisions to this Contract and shall not be given any
effect in construing this Contract.
B. Audit. Engineer shall provide access to its corporate books and records to the City. The City
may audit, at its expense and during normal business hours, Engineer's books and records with respect to
this Contract between Engineer and City.
Page 7of10
C. Records. Engineer shall maintain records that are necessary to substantiate the services provided
by Engineer.
D. Assignability. Engineer may not assign this Contract without the prior written approval of the
City.
E. Successor and Assigns. This Contract binds and inures to the benefit of the City and Engineer,
and in the case of City, its respective successors, legal representatives, and assigns, and in the case of
Engineer, its permitted successors and assigns.
F. Construction and Venue.
THIS CONTRACT SHALL BE GOVERNED BY AND CONSTRUED IN ACCORDANCE WITH THE
LAWS OF THE STATE OF TEXAS. THIS CONTRACT IS PERFORMABLE IN LUBBOCK COUNTY,
TEXAS. THE PARTIES HERETO HEREBY IRREVOCABLY CONSENT TO THE SOLE AND
EXCLUSIVE JURISDICTION AND VENUE OF THE COURTS OF COMPETENT JURISDICTION OF
THE STATE OF TEXAS, COUNTY OF LUBBOCK, FOR THE PURPOSES OF ALL LEGAL
PROCEEDINGS ARISING OUT OF OR RELATING TO THIS CONTRACT OR THE ACTIONS THAT
ARE CONTEMPLATED HEREBY.
G. Severability. If any provision of this Contract is ever held to be invalid or ineffective by any
court of competent jurisdiction with respect to any person or circumstance, the remainder of this Contract
and the application of such provision to persons and/or circumstances other than those with respect to which
it is held invalid or ineffective shall not be affected thereby.
H. Amendment. No amendment, modification, or alteration of the terms of this Contract shall be
binding unless such amendment, modification, or alteration is in writing, dated subsequent to this Contract,
and duly authorized and executed by Engineer and City.
I. Entire Agreement. This Contract, including Exhibits "A Parts 1-2, B Parts 1-2, C, and D" attached
hereto, contains the entire agreement between the City and Engineer, and there are no other written or oral
promises, conditions, warranties, or representations relating to or affecting the matters contemplated herein.
J. No Joint Enterprise. Nothing contained herein shall be construed to imply a joint venture, joint
enterprise, partnership or principal — agent relationship between Engineer and the City.
Page 8 of 10
K. Documents Owned by City. Any and all documents, drawings and specifications prepared by
Engineer as part of the Services hereunder, shall become the property of the City when Engineer has been
compensated as set forth in Article II, above. The Engineer shall make copies of any and all work products
for its files.
L. Notice of Waiver. A waiver by either City or Engineer of a breach of this Agreement must be in
writing and duly authorized to be effective. In the event either party shall execute and deliver such waiver,
such waiver shall not affect the waiving party's rights with respect to any other or subsequent breach.
M. Third Party Activities. Nothing in this Agreement shall be construed to provide any rights or
benefits whatsoever to any party other than City and Engineer.
N. Non -Appropriation. All funds for payment by the City under this Contract are subject to the
availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of
funds by the City Council of the City of Lubbock for the services provided under the Contract, the City will
terminate the Contract, without termination charge or other liability, on the last day of the then -current
fiscal year or when the appropriation made for the then -current year for the services covered by this Contract
is spent, whichever event occurs first (the "Non -Appropriation Date"). If at any time funds are not
appropriated for the continuance of this Contract, cancellation shall be accepted by the Engineer on thirty
(30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be
obligated under this Contract beyond the Non -Appropriation Date.
REMAINDER OF PAGE LEFT BLANK INTENTIONALLY
Page 9 of 10
EXECUTED as of the Effective Date hereof.
CITY OF LUBBOCK
Daniel M. Pope, MAYOR
ATTEST:
Q-J _60'e 4 - 4--"/ —
Rebe ca Garza, City Secretary
APPROVED AS TO CONTENT:
/"'-J aa� ZIL��
Michael G. Keenum, P.E. CFM, Division Director of Engineering/ City Engineer
APPROVED AS TO CONTENT:
n, P.E., Assistant City Engineer/ Capital Projects and Design
APPROVED AS TO FORM:
W& I
r
K lli Leisure, Assistant City Attorney
Firm
FREESE AND NICHOLS. INC.
By:
Nicholas Lester, P.E., Vice President
Page 10 of 10
EXHIBIT A
SCOPE OF SERVICES FOR:
ELEVATED STORAGE TANK DESIGN AND PRESSURE ZONE DELINEATION
PRELIMINARY DESIGN, FINAL DESIGN and CONSTRUCTION REPRESENTATION
GENERAL:
A. Elevated Storage Tank (EST) Design and Pressure Zone Delineation (The "Project") includes the project
administration and design for the following facilities:
1. Design of Pressure Zone Delineation
2. Demolition of 501h Street 1.0 MG EST
3. Design of up to 200 LF of 20" Water Line to 501h Street 2.0 MG EST site
4. Design of 501h Street 2.0 MG EST
5. Design of up to 2,200 LF of 20" Water Line to Milwaukee 2.0 MG EST site
6. Design of Milwaukee 2.0 MG EST
7. Design of up to 800 LF of 20" Water Line to 82"d Street 2.0 MG EST site
8. Design of 82"d Street 2.0 MG EST
9. Design of up to 200 LF of 20" Water Line to 3rd Street 2.0 MG EST site
10. Design of 3rd Street 2.0 MG EST
11. Design of up to 200 LF of 20" Water Line to Clovis Highway 2.0 MG EST site
12. Design of Clovis Highway 2.0 MG EST
B. The Project will be five bid packages:
1. Pressure Zone Delineation Bid Package
2. Demolition of 501h Street 1.0 MG EST, Construction of 50`h Street 2.0 MG EST and Milwaukee 2.0
MG EST, and Construction of up to 2,200 LF of 20" Water Line Bid Package
3. Construction of 82"d Street 2.0 MG EST and Construction of up to 800 LF of 20" Water Line Bid
Package
4. Construction of 3rd Street 2.0 MG EST and Construction of up to 200 LF of 20" Water Line Bid
Package
5. Construction of Clovis Highway 2.0 MG EST and Construction of up to 200 LF of 20" Water Line Bid
Package.
Page 1 of 26
C. The following facilities are not part of the Project. If added to the Project, this Agreement may be
amended to provide such facilities, and additional compensation may be granted to Engineer therein.
1. Design of water treatment facilities.
D. This contract will include:
1. Design of Pressure Zone Delineation
2. Design of all five ESTs, site work, and associated water lines to connect to the existing system.
3. Bid and Award of Pressure Zone Delineation Bid Package (Bid Package #1)
4. Bid and award for the Demolition of 50th Street 1.0 MG EST, Construction of 50th Street 2.0 MG
EST and Milwaukee 2.0 MG EST, and Construction of up to 2,200 LF of 20" Water Line Bid Package
(Bid Package #2)
5. General representation, resident representation, and onsite inspection of the Pressure Zone
Delineation Bid Package
6. General representation, resident representation, and onsite inspection of the Demolition of 50th
Street 1.0 MG EST, Construction of 50th Street 2.0 MG EST and Milwaukee 2.0 MG EST, and
Construction of up to 2,200 LF of 20" Water Line Bid Package
The three remaining tank projects bid and award, general representation, resident representation,
and onsite inspection will be added by Amendment in the future.
BASIC SERVICES: The Basic Services include the project administration, preliminary investigations and
reports, preparation of detailed design, as set forth herein, and construction documents. Construction bid
and award services and construction phase services are also included in basic services. Engineer sometimes
referred to as "FNI" shall render the following professional services in connection with the development of
the Project:
A. GENERAL SCOPE OF SERVICES TASKS: ENGINEER will provide the following as part of the preliminary and
final design phase of The Project:
1. Attend a kick-off meeting to clarify OWNER'S requirements forthe Project, review pertinent data,
review Project staffing and organization, and present the initial work plan and schedule.
2. Provide administration and managements of The Project. Review ongoing activities. Monitor
schedule and budget. Review progress with OWNER on a regular basis. Discuss issues with the
OWNER as they are noted. Attend coordination meetings (up to 4) with the OWNER. Prepare
and distribute minutes of the meetings. All meetings provided for in this Agreement shall occur
at the offices of the OWNER, or other location determined by the OWNER.
Page 2 of 26
3. Provide monthly update reports which include the following:
*Status of the work
• Major tasks to be completed in the next month
*Discussion of major issues
•Scope changes to project scope or Engineer's scope
• Project budget update (if major changes since the last update)
*Project schedule update (if major changes since the last update)
*Status of deliverables
B. PRESSURE ZONE DELINEATION/FIELD ASSESSMENT: FNI shall provide professional services as follows:
1. FNI will develop a protocol for the assessment and sequencing of all the pressure zone isolation
valves. This protocol will include procedures for valves that were identified as open, closed, or
missing from the Water Master Plan preliminary valve inspections. FNI will also develop field
collection worksheets for documenting and collecting data in the field. FNI will meet with the
City to review the protocol and update the procedures as necessary before the field assessment.
2. FNI will locate and determine position and valve functionality for all valves on pressure plane
boundary. FNI will be present for the assessment but will utilize City (Sometimes referred to as
"OWNER") field crews for this effort including removal of asphalt pavement if necessary. FNI will
record the findings from the assessment for inclusion into the preliminary design report.
3. FNI will prepare a preliminary design report which outlines the next steps of the pressure zone
delineation. The report will include field assessment results and identified actions for each
pressure zone isolation valve.
4. FNI will create a construction package for up to 29 valve replacements as identified in the Water
Distribution System Master Plan. The number of valve replacements will be confirmed during
the field assessment and in the preliminary design report.
5. FNI to provide plans, specifications, contract documents, and bid proposals for one construction
contract to complete the pressure plane delineation project. Six (6) hard copies and one
electronic copy of these items shall be submitted to the OWNER.
Page 3 of 26
C. DESIGN PHASE: FNI shall provide professional services in this phase as follows:
1. Hydraulic Modeling and Evaluation of Elevated Storage Tank Locations: FNI will utilize the City's
existing and future extended period simulation (EPS) model runs to evaluate the following items:
a. Up to ten (10) elevated storage tank locations (two locations for each tank). FNI will use the
results of the hydraulic modeling along with the overall evaluation criteria to rank each of
the site locations.
b. System pressures and operational fill/drain rates with other tanks in the pressure zone.
c. Sequencing of tanks for added operational impacts and facility changes. This will include
impacts with 1-tank, 2-tanks, etc. in service in each pressure zone. FNI will coordinate with
City operations staff to develop recommended pumping sequences and desired on/off
triggers.
d. FNI will utilize the model to develop and quantify updated energy cost savings on pumping
with the new elevated storage tanks in operation.
e. FNI will utilize the model to calculate water age in the existing distribution system with the
new elevated storage tanks in operation. FNI will quantify the citywide system impacts with
and without tank mixing systems. FNI will provide mapping and electronic shapefile data if
desired.
f. FNI will provide on -call support services to the City for operational inquiries or additional
operational modifications and their impacts.
2. Develop Draft Preliminary Engineering Report (PER): FNI will develop a draft preliminary
engineering report detailing the results of the hydraulic modeling and the site evaluation
criteria. FNI will provide a recommendation for the elevated storage tank site in the report.
Preliminary Opinions of Probable Construction Costs (OPCC) will be prepared for the
improvements including any alternatives. FNI will deliver one (1) electronic copy and five (5)
hard copies of the draft PER to the City for review.
3. Meetings: FNI will prepare meeting agendas and minutes for all meetings and workshops listed
below:
g. Attend one project site evaluation associated with the design of the project improvements.
h. Attend one review workshop to review OWNER's comments on the Preliminary Engineering
Report (PER).
Page 4 of 26
4. Final Preliminary Engineering Report (PER): Once FNI receives comments from City during PER
review workshop, FNI will finalize preliminary engineering report detailing the results of the
hydraulic modeling and the site evaluation criteria. FNI will provide a recommendation for the
elevated storage tank site in the report. Preliminary Opinions of Probable Construction Costs
(OPCC) will be prepared for the improvements including any alternatives. FNI will deliver one (1)
electronic copy and five (5) hard copies of the final PER to the City for their records.
5. Public Meetings: FNI will meet with the City and Lubbock citizens for up to ten (10) public
meeting where the chosen site locations will be presented along with proposed concepts, site
renderings, and site requirements. FNI will provide shadow cast studies to aid in these meetings.
Refer to special services for additional detail on tank rendering and shadow cast study
assumptions for each EST. Five (5) public meetings are assumed during site selection, and five
(5) public meetings are assumed prior to construction of the tank.
6. Design Milestones: Once PER has been finalized, FNI will commence final design of the project.
Design submittals for each EST bid package shall be provided by FNI to the OWNER at 60% and
90%. The submittals shall include construction drawings, specifications, contract documents, bid
proposal, updated schedule, and updated opinion of probable construction costs. Six (6) hard
copies and one electronic copy of these items shall be submitted to the OWNER at each of the
submittal dates. Workshops will be held with the Owner at 60% and 90% design milestones.
7. Design Scope (for each EST): Provide final layout, elevation, details, and specifications for five (5)
elevated storage tanks, showing tank and pedestal, inlet and outlet lines, control valves, drains,
overflow, interior and yard piping, access ladders, valves and vaults, re -circulation arrangement,
manways, logo, access roadway, fencing, and site drainage. Provide adequate detail to enable
the tank manufacturer to prepare final design and shop drawings for the tank foundation and
complete tank. Scope shall also include up to 3,400 linear feet of 20" water line design.
8. Structural Engineering (for each EST): Provide Structural plans, cross -sections, details, and
specifications for the piping penetrations and tank overflow outfall structure. Elevated storage
tank contractor is responsible for structural design of the tank and foundation. FNI will review
structural design submittal of elevated storage tank contractor.
9. Electrical Engineering (for each EST): Provide Electrical plans, details, and specifications for the
elevated storage tank electrical equipment, instrumentation, controls, lighting, control valve, and
security intrusion alarm features. Scope will also include radio path analysis and design and EST
bowl LED lighting system design.
Page 5 of 26
10. Stormwater and Overflow Analysis (for each EST): Perform site visit to document the existing
drainage patterns and features. Collect previously -approved Drainage Analysis Reports (DARs)
for the proposed sites and reference available Master Drainage Plan Data (MDP) where
available. Drainage analysis requirements will vary based on proximity to an existing Special
Flood Hazard Area (SFHA). Complete required analysis and submittal as identified in the
Drainage Criteria Manual (DCM). Attend up to one meeting to discuss the site drainage at all five
EST sites.
3rd Street EST, Clovis Hwy. EST, and 50th Street EST Locations:
For sites without an approved DAR, delineate on -site and off -site drainage areas and runoff using
the appropriate methodology based on the requirements set forth in the DCM. Calculate the
capacity of on -site and off -site existing drainage features in the immediate vicinity of the site.
Develop proposed drainage improvements on -site and immediately off -site using normal depth
analysis to carry the larger of the site runoff or tank overflow. Prepare a drainage area map of
the site reflecting the results of the stormwater and overflow analysis. For sites with an approved
DAR, confirm that proposed condition complies with assumptions and calculations previously
prepared. Update calculations, where required, to accommodate the proposed site conditions.
Prepare and submit the Drainage Improvements for Capital Projects Documentation Checklist.
82nd Street EST and Milwaukee EST Locations
For sites without an approved DAR, delineate on -site and off -site drainage areas and runoff using
the appropriate methodology based on the requirements set forth in the DCM. Calculate the
capacity of on -site and off -site existing drainage features in the immediate vicinity of the site.
Develop proposed drainage improvements on -site and immediately off -site using normal depth
analysis to carry the larger of the site runoff or tank overflow, except where locations are in the
influence of a playa. Prepare a drainage area map of the site reflecting the results of the
stormwater and overflow analysis. For sites with an approved DAR, confirm that proposed
condition complies with assumptions and calculations previously prepared. Update calculations,
where required, to accommodate the proposed site conditions. Prepare a Playa Cut/Fill Submittal
in conformance with the DCM and Ordinance 38.07 and 38.08. Prepare and submit the Drainage
Improvements for Capital Projects Documentation Checklist. Prepare and submit the Floodplain
Development Permit in conformance with the DCM, including an Elevation Certificate and a
Floodproofing Certificate.
Page 6 of 26
11. FAA Coordination (for each EST): Coordinate with FAA regarding siting, height, marking, and
lighting requirements for the elevated storage tank.
12. Bid Set of Plans for Demolition of 50th Street 1.0 MG EST. Construction of 501h Street 2.0 MG EST
and Milwaukee 2.0 MG EST, and Construction of 2,200 LF of 20" Water Line: Provide plans,
specifications, contract documents, and bid proposals for construction contract to complete this
project.
13. Bid Set of Plans for Construction of 82"d Street 2.0 MG EST: Provide plans, specifications, contract
documents, and bid proposals for construction contract to complete this project.
14. Bid Set of Plans for Construction of 3rd Street 2.0 MG EST: Provide plans, specifications, contract
documents, and bid proposals for construction contract to complete this project.
15. Bid Set of Plans for Construction of Clovis Highway 2.0 MG EST: Provide plans, specifications,
contract documents, and bid proposals for construction contract to complete this project.
16. TCEQ Coordination (for each EST): FNI to lead coordination efforts with TCEQ regarding the new
elevated storage tank and existing elevated storage tank rehabilitation.
D. BID OR NEGOTIATION PHASE. Upon completion of the design services and approval of "Final" drawings
and specifications by Owner, FNI will proceed with the performance of services in this phase as follows:
1. Bid Phase services will be performed for the following bid packages:
a. Pressure Zone Delineation Bid Package
b. Demolition of 50th Street 1.0 MG EST, Construction of 50th Street 2.0 MG EST and Milwaukee
2.0 MG EST, and Construction of 2,200 LF of 20" Water Line Bid Package
2. Assist OWNER in securing bids, issuing notice to bidders and notifying selected plan rooms. The
notice to bidders will be furnished to OWNER for publication in the local news media. The cost
for publications shall be paid by OWNER.
3. Distribute plans to bidders using the web -based CivCast utilized by Freese and Nichols forbidding
projects. Cost for any bidder's requests for hard copies of bid documents will be paid for by
bidder. Keep a record of prospective bidders and plan rooms and other parties to whom the
bidding documents have been distributed. Advertise for bids on FNI's website, and keep the
website updated with addenda information, plan holder lists, and bidding information.
4. Attend one (1) pre -bid conference for each construction contract.
5. Issue Addenda as appropriate to clarify, correct, or change the bidding documents.
Page 7 of 26
6. Assist OWNER in the opening, tabulation, and analysis of the bids received and furnish
recommendations on the award of contract as appropriate.
7. Assist OWNER in the preparation of documents for execution of the construction contract. FNI
will conform the contract documents, make four (4) original copies for execution. FNI will also
make ten (10) conformed copies of the plans and specifications for use by the Contractor and
OWNER and Engineer. The ten (10) copies will include five (5) full size copies, five (5) half size
copies, and electronic PDF copy.
8. The Bid and Award phase will be considered complete upon execution of the construction
contracts and distribution of the conformed copies of the plans and specifications.
E. CONSTRUCTION PHASE (GENERAL REP): Upon completion of the bid or negotiation phase services, FNI
will proceed with the performance of construction phase services as described below. FNI will endeavor
to protect Owner in providing these services however, it is understood that FNI does not guarantee the
Contractor's performance, nor is FNI responsible for 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.
1. Construction Phase services will be provided for the following bid packages:
a. Pressure Zone Delineation Bid Package
b. Demolition of 50th Street 1.0 MG EST, Construction of 50th Street 2.0 MG EST and
Milwaukee 2.0 MG EST, and Construction of 2,200 LF of 20" Water Line Bid Package
2. Assist Owner in conducting pre -construction conference(s) with the Contractor(s), review
construction schedules prepared by the Contractor(s) 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.
3. Establish communication procedures with the Owner 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.
Page 8 of 26
4. Establish and maintain a project documentation 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. 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 projects.
Monitor the progress of the contractor in sending and processing submittals to see that
documentation is being processed in accordance with schedules.
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 one site visits per month (Total of 21 site visits) 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 Owner against
defects and deficiencies in the work of Contractors and will report any observed deficiencies to
Owner. Visits to the site in excess of the specified number are an additional service.
7. Notify the contractor of non -conforming work observed on site visits. Review quality related
documents provided by the contractor such as test reports, 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.
9. Interpret the drawings and specifications for Owner and Contractor(s). Investigations, analyses,
and studies requested by the Contractor(s) and approved by Owner, 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 Owner to
determine the cost and time impacts of these changes. Prepare change order documentation
for approved changes for execution by the Owner. Documentation of field orders, where cost to
Page 9 of 26
Owner 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 Owner are an additional service. Substitutions of materials or
equipment or design modifications requested by the Owner 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 Owner 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 Owner 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. Assist in the transfer of and acceptance by the construction contractor of any Owner furnished
equipment or materials.
13. Conduct, in company with Owner's representative, four pre -coating site meetings (two for the
Milwaukee EST and two for the 501h Street EST).
14. Conduct, in company with Owner's representative, a final review of the Project 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 one trip are an additional service.
15. Revise the construction drawings in accordance with the information furnished by construction
Contractor(s) reflecting changes in the Project made during construction. Five (5) half -sized sets
and Two (2) full-sized sets of prints of "Record Drawings" shall be provided by FNI to Owner.
Page 10 of 26
SPECIAL SERVICES: FNI shall render the following special services in connection with The Project:
A. ENVIRONMENTAL PERMITTING REVIEW: An FNI environmental scientist will assemble and review
data such as aerial photographs, USGS topographic maps, National Wetlands Inventory (NWI)
maps, and the USGS National Hydrography Dataset (NHD); conduct a site visit at ten (10) proposed
EST sites; review the proposed design with the design engineers; and prepare a technical
memorandum to document what, if any, environmental permits/authorizations are required.
B. PHASE 1 ENVIRONMENTAL SITE ASSESSMENT: FNI shall conduct and prepare a Phase I
Environmental Site Assessment (ESA) for four (4) proposed Elevated Storage Tank (EST) sites in
Lubbock, Texas. The Phase I ESA will be conducted based on standards published by the
Environmental Protection Agency All Appropriate Inquiries (AAI) Final Rule and ASTM International
(ASTM) under Standard Guideline E1527-13, "Standard Practice for Environmental Site
Assessments: Phase I Environmental Site Assessment Process." The following components will be
included in the Phase I ESA report: a historical land use review, regulatory agency records review,
site reconnaissance visit and interviews. The Phase I ESA does not include an investigation or survey
for the presence of mold, lead -based paint, or asbestos.
C. EVALUATION OF HEAVY METALS ASSOCIATED WITH SOT" STREET ELEVATED STORAGE TANK: FNI
will review data from previous tank inspections and coatings investigations, as applicable, to
determine appropriate testing for tank removal. FNI will collect up to 8 samples of paint from the
exterior wall and/or legs of the elevated storage tank. FNI does not propose to collect independent
samples from interior paint. Exterior paint samples will be used to represent all paint on the tank to
be removed. Samples will be analyzed for total and leachable heavy metal concentrations for waste
classification and worker safety purposes. FNI will prepare a letter report documenting the sample
analytical results and providing any special requirements needed to be taken during tank
removal. If elevated concentrations of any heavy metal compound are detected in paint samples,
FNI will provide specifications for proper handling of coatings containing elevated concentrations of
heavy metals during construction.
D. GEOTECHNICAL ENGINEERING (FOR EACH EST): FNI will perform the following geotechnical tasks
(for each EST):
Coordinate field activities for site access. Contact Texas One Call System and local utilities to locate
buried utilities within existing easements and right-of-way. For each tank, provide three (3) borings
to a depth of 35 feet at the proposed tank pedestal perimeter and one (1) boring to a depth of 60
feet at select locations. Provide a total of seven (7) borings to a depth of 15 feet along the proposed
Page 11 of 26
pipeline corridors to each tank site. During drilling, obtain soil samples for testing using 3-inch
diameter Shelby tubes for cohesive soils and using a 2-inch diameter split -barrel sampler for non -
cohesive soils. Perform Texas Cone Penetrometer (TCP) tests in rock and rock -like material. Backfill
borings with cuttings and plug the upper foot of each boring with quick -setting concrete mix.
During drilling, observations of seepage and groundwater will be recorded. Provide an engineer or
geologist to log the borings, direct the drilling, record the blow counts from field tests, and handle
and store the samples. Select samples for laboratory testing, assign tests, and review test results.
Tests are expected include classification tests (liquid and plastic limits and percent passing the #200
Sieve), moisture contents, pressure swell tests, and unconfined compression tests. Review
subsurface conditions and soil properties found by the field and laboratory work and discuss the
implications for design with FNI engineers. FNI will prepare a technical memorandum of the
geotechnical investigation for each tank bid package (4 total technical memoranda) presenting the
boring locations, boring logs, lab test results and a discussion of general subsurface conditions at
the site and their impact on the design. The report will include recommendations for subgrade
preparation below the tank, recommended foundation type(s) and allowable loading, pavement
design and a general discussion of construction issues.
E. SURVEYING: FNI will retain and monitor and direct, through a subcontract, the efforts of a survey
firm (Hugo Reed) to provide the following services:
1. Survey of five (5) EST sites. Each site survey shall include the following:
a. Coordinates/Elevations relative to NAD83/NAVD88.
b. Property boundary.
c. Elevations across body of property sufficient to produce 1-foot contours.
d. Drainage features — flow line, breaklines, swales, crowns, curbs, gutters, ditches.
e. Visible indications of underground utilities including manholes, inlets, valves, pull
boxes, risers, poles and transformers.
f. Other underground utilities based on markings, maps, and/or drawings provided by
others as the result of a Texas811 locate.
g. All existing trees over 3" in caliper measured 3' above ground level.
h. Drainage structures — size, type, rim, and flow line (including headwalls features).
i. Pipe size, type, and flow line elevations of sanitary sewer lines to be tied into at
accessible manholes.
j. Signage along adjacent streets and in parking areas
k. Location of visible, existing improvements.
I. Spot elevations in open areas.
m. Minimum of 2 permanent control points for future construction.
2. ROW to ROW Topographic Survey of 3,400 LF Pipeline Corridor:
a. 2,000 LF to Milwaukee EST
b. 800 LF to 82nd Street EST
c. 200 LF to 501h Street, 3rd Street, and Clovis Highway tanks.
Page 12 of 26
3. Survey top of nut for 100 valves along pressure zone boundary.
4. X,Y,Z Pothole Location Data for 5 Locations at proposed connections to the distribution system.
F. LAND PLATTING AND EASEMENT DOCUMENT PREPARATION: FNI will retain and monitor and
direct, through a subcontract, the efforts of a survey firm (Hugo Reed) to provide the following
services:
1. Boundary survey of properties necessary for title transfer and preparation of final plat
(excluding the 50th Street site which is already platted and owned by the City).
2. Five (5) boundary surveys/exhibits for water line easement acquisition.
3. Preparation of four (4) final plats for recording.
G. FULL-TIME SURFACE PREPARATION AND COATING INSPECTION SERVICE (FOR EACH EST): FNI will
retain Boswell Consulting as a subconsultant and perform the following tasks:
1. Provide full-time Surface Preparation and Coating Inspection Service during the interior and
exterior coating processes for the elevated tank.
2. Services include:
a. Review of project plans and specifications to evaluate that proper surface preparation
and coating application techniques are being followed.
b. Submittal of Daily Reports on the days of inspections, including a record of ambient
weather conditions, material batch numbers, general and sub -contractor information,
and a complete summary of work completed.
c. Checking coating products to verify they meet specs.
d. Checking blast material and anchor profiles of steel.
e. Checking mixing and application of each of the coating products.
f. Checking dry film thickness after each coat is cured and before next coat is applied.
g. Monitoring testing of all immersed areas for pin -holes or holidays.
3. Services include providing a coating inspector for a maximum of 840 hours on each tank. The
estimated hours for inspection is an assumption and the actual required may vary depending
on the Contractor's means and methods. During construction, FNI will track the inspector's
hours and notify the City if additional hours are required to complete the project.
4. Welding inspection will be performed by contractor per AWWA D107. Boswell consulting will
visit the site one time for interpretation of X-ray film for weld testing. Does not include
providing X-ray crew and X-ray testing.
H. PUBLIC INVOLVEMENT: FNI will retain and monitor and direct, through a subcontract the efforts of
a Public Involvement Firm to provide the following services:
1. Participating in four (4) internal strategy/planning meetings by phone with the consultant team.
Page 13 of 26
2. Coordinating with the lead consultant and City staff on plans for public meetings related to the
design and construction of each overhead storage tank.
3. Reviewing draft announcements (to be prepared by City staff) about each public meeting, and
providing relevant guidance and input on the messaging and communications strategy for each.
4. Attending each public meeting and handling attendee registration on -site
Five meetings would be held during the tank design phase (all in year one of the
project)
EST RENDERING AND SHADOW STUDY (FOR EACH EST): FNI will the following services to aid in
public meeting presentations:
1. Conduct one (1), half day (up to four hours) tank aesthetics concept meeting with City staff. At
this meeting the FNI project manager and 3-D rendering technician will discuss with City staff
the City's ideas and concepts for the steel bowl paint scheme and potential pedestal
improvements.
a. FNI will provide past examples of other composite elevated tanks that have received or
concepts that show aesthetic treatments to the bowl and pedestal.
b. FNI will provide tank "worksheets" for the group to sketch ideas
c. At the conclusion of the meeting. City staff will provide FNI with recommendation for
aesthetic improvements at each site.
d. On the same day as this meeting, FNI will take photographs of the site to be used in the
3-D rendering of the aesthetic options.
2. FNI will develop one 3-D rendering for each of the potential tank sites (10 renderings total) and
submit the renderings electronically to City staff for comment.
3. Upon receipt of City comments on the renderings, FNI will make the agreed upon changes and
resubmit electronic versions of the renderings and provide three (3) board -mounted renderings
for each tank site analyzed (10 renderings total) for use in City Council presentations.
4. FNI will take the City's preferred option, revise the 3-D renderings into a final tank concept
rendering to be used in public meetings, City promotions, and design. FNI will provide the City
electronic files of the rendering and one board -mounted rendering.
5. FNI will provide up to five (5) shadow cast studies for potential tank sites.
Page 14 of 26
TIME OF PERFORMANCE: FNI is authorized to commence work on The Project upon execution of this
AGREEMENT and agrees to complete the services in accordance with the following schedule:
• Notice to Proceed from Owner — Third Quarter 2018
• Submit Pressure Plane Delineation Preliminary Design Report —Third Quarter 2018
• Submit Pressure Plane Delineation Project 100% Plans and Specifications —Third Quarter 2018
• Submit Preliminary Engineering Report for Tank Locations and Hydraulic Modeling —Third Quarter 2018
• Submit 60% Level Plans for Demolition of 50th Street 1.0 MG EST, Construction of 50th Street 2.0 MG
EST and Milwaukee 2.0 MG EST, and Construction of 2,200 LF of 20" Water Line — Fourth Quarter
2018
• Submit 90% Level Plans and Specifications for Demolition of 50th Street 1.0 MG EST, Construction of
50th Street 2.0 MG EST and Milwaukee 2.0 MG EST, and Construction of 2,200 LF of 20" Water Line
— First Quarter 2019
• Submit 60% Level Plans for Construction of 82nd Street 2.0 MG EST — Fourth Quarter 2018
• Submit 90% Level Plans and Specifications for Construction of 82nd Street 2.0 MG EST — First Quarter
2019
• Submit 60% Level Plans for Construction of 3rd Street 2.0 MG EST— Fourth Quarter 2018
• Submit 90% Level Plans and Specifications for Construction of 3rd Street 2.0 MG EST — First Quarter
2019
• Submit 60% Level Plans for Construction of Clovis Highway 2.0 MG EST— Fourth Quarter 2018
• Submit 90% Level Plans and Specifications for Construction of Clovis Highway 2.0 MG EST— First Quarter
2019
• Submit 100% Level Plans and Specifications for Demolition of 50th Street 1.0 MG EST, Construction of
50th Street 2.0 MG EST and Milwaukee 2.0 MG EST, and Construction of 2,200 LF of 20" Water Line
—Third Quarter 2019
• Submit 100% Level Plans and Specifications for Construction of 82nd Street 2.0 MG EST —Third Quarter
2019
• Submit 100% Level Plans and Specifications for Construction of 3rd Street 2.0 MG EST — Third Quarter
2019
• Submit 100% Level Plans and Specifications for Construction of Clovis Highway 2.0 MG EST — Third
Quarter 2019
Page 15 of 26
The above schedule is based upon OWNER review of the design submittals within two weeks of submittal.
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. In the event FNI asserts that it is entitled to additional time, it
shall provide notice to the OWNER as soon as reasonably practicable after the event allegedly causing such
delay shall occur ("Delay Event"), but in no event to exceed five (5) business days after the occurrence of the
Delay Event. FNI shall use and exercise all diligence to promptly remove or remediate such Delay Event. In
the event notice of the Delay Event shall not be provided as prescribed herein, FNI shall not be entitled to
relief from schedule as provided in this AGREEMENT. These delays may include but are not limited to delays
in OWNER or regulatory reviews, delays on the flow of information to be provided to FNI, except any delays
occasioned by subcontracts or sub consultants of FNI, and governmental approvals. These delays may result
in an adjustment to compensation.
Page 16 of 26
EXHBIT A, PART 2, ADDITIONAL SERVICES
ELEVATED STORAGE TANK DESIGN AND PRESSURE ZONE DELINEATION
PRELIMINARY DESIGN, FINAL DESIGN and CONSTRUCTION REPRESENTATION
ADDITIONAL SERVICES: Additional project administration and design services to be performed by FNI, if
authorized by Owner, which are not included in the above described General Service, Basic Services, and
Special Services, are, except as may otherwise provided to be performed by FNI, described as follows:
A. Field layouts or the furnishing of construction line and grade surveys.
B. Providing services to investigate existing conditions or facilities, or to make measured drawings
thereof, or to verify the accuracy of drawings or other information furnished by Owner.
C. Providing renderings, model, and mock-ups requested by the Owner.
D. Making revisions to drawings, specifications or other documents when such revisions are 1) not
consistent with approvals or instructions previously given by Owner or 2) due to other causes not
solely within the control of FNI.
E. 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.
F. 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 Owner.
G. Preparing applications and supporting documents for government grants, loans, or planning
advances and providing data for detailed applications.
H. Providing shop, mill, field or laboratory inspection of materials and equipment. Observe factory
tests of equipment at any site remote to the project or observing tests required as a result of
equipment failing the initial test.
Preparing Operation and Maintenance Manuals or conducting operatortraining.
J. Preparing data and reports for assistance to Owner 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. Assisting Owner 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).
Page 17 of 26
L. Performing investigations, studies and analyses of substitutions of equipment and/or materials or
deviations from the drawings and specifications.
M. Assisting Owner 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. This
provision shall not apply to any expense related to a legal action to which FNI is aparty.
N. 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.
O. Performing investigations, studies, and analysis of work proposed by construction contractors to
correct defective work.
P. 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.
Q. Services required to resolve bid protests or to rebid the projects for any reason other than fault of
any type or degree of FNI.
R. Visits to the site in excess of the number of trips included in the General Services, Basic Services,
or Special Services for periodic site visits, coordination meetings, or contract completion activities.
S. Providing basic or additional services on an accelerated time schedule. 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 Owner.
T. Providing services made necessary because of unforeseen, concealed, or differing site conditions
or due to the presence of hazardous substances in any form, except as noted in the scope of
services.
U. Providing value engineering studies or reviews of costsavings proposed by others.
V. Prepurchase or preselection or any alternate contract structure or number of contracts other than
stipulated in Exhibit A —Basic Services.
W. Provide any services after the satisfactory conclusion and completion of the General Services, Basic
Services, and Special Services of the Project.
Page 18 of 26
EXHBIT C, ENGINEER'S ADDITIONAL CONDITIONS
ELEVATED STORAGE TANK DESIGN AND PRESSURE ZONE DELINEATION
PRELIMINARY DESIGN, FINAL DESIGN and CONSTRUCTION REPRESENTATION
RESPONSIBILITIES OF OWNER: Owner shall perform the following in a timely manner so as not to delay the
services of FNI:
A. Wherever used in this document, the term Engineer includes Engineer's officers, directors,
partners, employees, agents, and Engineers Consultants.
B. Designate in writing a person to act as Owner'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 Owner's policies and decisions with respect
to FNI's services for the Project.
C. Provide all criteria and full information as to Owner'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 Owner will require to be included in the drawings and specifications.
D. 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 as provided
in this AGREEMENT.
E. 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 thisAGREEMENT.
F. 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
Owner deems appropriate for such examination and render in writing decisions pertaining thereto
within a reasonable time so as not to delay the services of FNI.
G. 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, except as otherwise the responsibility of FNI as provided in thisAGREEEMENT.
H. Give prompt written notice to FNI whenever Owner observes or otherwise becomes aware of any
development that affects the scope or timing of FNI's services.
Page 19 of 26
J.
Direct FNI through an Amendment to this agreement authorized by the City's governing body to
provide, Additional Services as stipulated in Exhibit "A," Part 2, if deemed necessary by Owner.
Provide the following services, unless provided specifically otherwise in this Agreement:
a. Provide land acquisition services.
b. Provide pothole of existing distribution system lines at proposed 20" water line connections
(5 locations total).
c. Valve functionality testing along pressure plane boundary.
d. Asphalt removal and repair to aid in exposing existing valves within the system along the
pressure plane boundary.
e. Pay all platting fees, legal services fees.
f. Pay all permits fees and mitigation cost.
g. Provide land title research and title policy.
h.. Provide advertisement for bids in local publications as required.
Page 20 of 26
EXHIBIT B, PART 1— BUDGET
ELEVATED STORAGE TANK DESIGN AND PRESSURE ZONE DELINEATION
PRELIMINARY DESIGN, FINAL DESIGN and CONSTRUCTION REPRESENTATION
CITY and ENGINEER have established a not -to -exceed budget of $2,282,070.00 for the Elevated Storage
Tank Design and Pressure Zone Delineation to complete all services under this AGREEMENT. This amount
will not be exceeded without a contract amendment agreed upon and executed by both parties to this
agreement. CITY will pay the ENGINEER hourly, for services identified in Exhibit "A, Part 1", based on
ENGINEERS Fee Schedule presented as EXHIBITS B, Parts 1-2. Subconsultant services will be billed at cost to
ENGINEER with a 10 percent handling fee. The Budget is presented for the services of ENGINEER under this
AGREEMENT is provided in this Exhibit B. CITY and ENGINEER agree to allow redistribution of funds
between Activities and tasks as appropriate to allow flexibility in providing the needed services within the
not -to -exceed budget.
ENGINEER agrees to complete these services as delineated above. Should there be a Change in Scope of
Work or Time of Performance, then this can result in an amendment or modification for extension on time
to this AGREEMENT which shall be negotiated at that time.
The budget assumes that all work will be completed within 1,000 calendar days from the Notice to Proceed.
Page 21 of 26
EXHIBIT D, PROJECT REPRESENTATION
ELEVATED STORAGE TANK DESIGN AND PRESSURE ZONE DELINEATION
PRELIMINARY DESIGN, FINAL DESIGN and CONSTRUCTION REPRESENTATION
A. The ENGINEER will provide the following construction phase staff for Demolition of 50th Street 1.0
MG EST, Construction of 50th Street 2.0 MG EST and Milwaukee 2.0 MG EST, and Construction of
2,200 LF of 20" Water Line Bid Package as follows:
Resident Project Rep — Elevated Storage Tanks 24 hours per week for 77 weeks
Resident Project Rep — Pressure Zone Delineation 30 hours per week for 12 weeks
B. The ENGINEER will have a Resident Project Representative on the Site. 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 Owner 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 Owner with the
knowledge of and under the direction of ENGINEER.
C. 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.
Page 22 of 26
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 Owner's liaison with CONTRACTOR
when CONTRACTOR's operations affect Owner's on -site operations.
b. Assist in obtaining from Owner additional details or information, when required for
proper execution of the Work.
4. Shop Drawings and Samples:
a. Receive Samples which are furnished at the Site by CONTRACTOR and notify
ENGINEER of availability of Samples for examination.
b. 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.
Page 23 of 26
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.
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 Owner 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 Owner, 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.
Page 24 of 26
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 Owner 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.
C. Conduct a final inspection in the company of ENGINEER, Owner 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.
D. 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 Owner 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.
Page 25 of 26
EXHIBIT B, PART 2 - HOURLY RATE SCHEDULE COMPENSATION
ELEVATED STORAGE TANK DESIGN AND PRESSURE ZONE DELINEATION
PRELIMINARY DESIGN, FINAL DESIGN and CONSTRUCTION REPRESENTATION
Not to Exceed: Compensation to FNI for Basic Services in Exhibit A shall be computed on the basis of the Schedule of Charges, but shall not
exceed Two Million Two Hundred Eight -Two Thousand Seventy Dollars ($2,282,070.00). 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 Exhibit A, FNI Will notify CITY for
CITY's approval before proceeding. Additional Services shall be computed based on the Schedule of Charges.
Schedule of Charges:
Position
Rate Position
Rate
PRINCIPAL
389 3D VISUALIZATION COORDINATOR
190
GROUP MANAGER
272 ENVIRONMENTAL SCIENTIST VII
243
ENGINEER VIII
295 ENVIRONMENTAL SCIENTIST VI
212
ENGINEERVII
2B9 ENVIRONMENTAL SCIENTIST V
179
ENGINEER VI
251 ENVIRONMENTAL SCIENTIST IV
156
ENGINEER V
196 ENVIRONMENTAL SCIENTIST III
134
ENGINEER IV
179 ENVIRONMENTAL SCIENTIST II
94
ENGINEER III
159 ENVIRONMENTAL SCIENTIST 1
93
ENGINEER II
150 ARCHITECT VI
214
ENGINEER 1
124 ARCHITECT V
194
ELECTRICAL ENGINEER VI
238 ARCHITECT IV
156
ELECTRICAL ENGINEER V
192 ARCHITECT III
150
ELECTRICAL ENGINEER rV
156 ARCHITECT II
121
ELECTRICAL ENGINEER III
145 ARCHITECT I
104
ELECTRICAL ENGINEER II
140 PLANNER VI
226
ELECTRICAL ENGINEER 1
133 PLANNER V
174
MECHANICAL ENGINEER VI
228 PLANNER IV
137
MECHANICAL ENGINEER V
202 PLANNER III
125
MECHANICAL ENGINEER IV
177 PLANNER[
103
MECHANICAL ENGINEER III
156 HYDROLOGIST V
196
PROGRAM MANAGER II
233 HYDROLOGIST N
154
CONSTRUCTION CONTRACT ADMIN III (Manager)
195 HYDROLOGIST III
142
CONSTRUCTION CONTRACT ADMIN III (Spec. Insp)
160 HYDROLOGIST II
130
CONSTRUCTION CONTRACT ADMIN III (CM)
145 SENIOR GEOLOGIST
152
CONSTRUCTION CONTRACTADMIN III (RPR)
111 GEOTECHNICAL ENGINEER VI
251
CONSTRUCTION CONTRACT ADMIN II (RPR)
126 PUBLIC INVOLVEMENT COORDINATOR
143
CONSTRUCTION CONTRACT ADMIN I (DCS II)
118 WEB SERVICES ADMINISTRATOR
167
CONSTRUCTION CONTRACT ADMIN I (DCS)
106 WORD PROCESSINGISECRETARLAL
86
DOCUMENT CONTROL CLERK
110 OPERATIONS ANALYST
155
SR DESIGNER
197 CONTRACT ADMINISTRATOR
98
DESIGNER II
168 INFORMATION SERVICES ADMINISTRATOR
85
DESIGNER 1
141 INFORMATION SERVICES CLERK III
67
CADD DESIGNER
168 INFORMATION SERVICES CLERK II
63
TECHNICIAN IV
145 INFORMATION SERVICES CLERK 1
82
TECHNICIAN III
115 CO-OP
75
TECHNICIAN II
96 STORMWATER ENGINEER VII
215
TECHNICIAN 1
74 STORMWATER ENGINEER VI
198
GIs COORDINATOR
148 STORMWATER ENGINEER V
175
GIS ANALYST IV
138 STORMWATER ENGINEER IV
150
GIS ANALYST III
114 STORMWATER ENGINEER Ill
131
GIS ANALYST II
97 STORMWATER ENGINEER II
113
GIS ANALYST 1
75 STORMWATER ENGINEER 1
106
Rates for In -House Services
Technologv Charge Bulk Printing and Reproduction
$8.50 per hour Black and White
$0.10 per copy
Color
$0.25 per copy
Travel Plot - Bond
$2.50 per plot
Standard IRS Rates Plot - Color
$5.75 per plot
Plot - Other
$5.00 per plot
Binding
$0.25 per binding
OTHER DIRECT EXPENSES:
Other direct expenses are reimbursed at actual cost times a multiplier of 1.10. They include outside printing and reproduction expense,
communication expense, travel, transportation and subsistence away
from the FNI office and other rniscellanecus 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. 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
aooropmates the cost to FNI if an FNI emplovee was Derforminq the same or similar services.
These ranges and rates will be adjusted annually in February.
LUB15
Page 26 of 26
No Text
�������
�������
�������
�ic���ica�.s:a��
�������
�������
-------
3 d 5 LU3esouroeatOLCRLLLLubbodl J-lad Stom" Tank Design end P- Zone
� �>+�n:r,-;ra�R*r-•i--ram:,,;,;•-,� �
No Text
Freese and Nichols, Inc.
City of Lubbock
Pressure Zone Delineation
6/6/2018
Detailed Cost Breakdown
Basic Se
Employee
Phase
Task
Project Role
Tasks 1 Current Hourly Bill Rate ->
$272
$175
$179
$179
$145
GENERAL SCOPE OF SERVICES
Internal Kick -Off Meeting
1
1
2
2
External Kick -Off Meeting
10
8
Project Management
4
8
Monthly Reporting
6
PRESSURE PLANE DELINEATION/FIELD
ASSESSMENT
Valve Functionality Field Visit
10
24
Pressure Plane Delineation PDR
4
20
24
Pressure Plane Delineation Construction Documents
12
24
40
48
BID PHASE (PRESSURE ZONE DELINEATION)
Advertisement
2
1
Responding to Bid Phase Questions
1
4
6
Bid Tab and Qualification Review
1
2
4
Recommendation for Award of Contract
4
Notice of Award
1
Prepare Construction Contract Documents
4
8
Prebid Meeting
10
10
Bid Opening
10
10
CONSTRUCTION PHASE (GENERAL REP,
RESIDENT REPRESENTATION FOR PRESSURE
ONE DELINEATION)
Establish and Maintain Project Doc System
2
Review Contractor's Submittals
2
2
6
12
Coordination with Contractor
2
1
4
4
Notify Contractor of non -conforming work, review
test reports, equipment, installation reports, etc.
1
2
2
2
Interpret drawings and specs for RFIs
1
1
4
4
Coordination with Testing Lab
1
Change Orders
2
1
4
6
Review Pay Estimates
Coatinglnspection
Meetings - Monthly Site Visit (2 RMO, 1 NCL)
10
20
Preconstruction Conference
10
10
Final Site Inspection and Punch List
10
10
Record Drawings
1
4
4
12
Monthly Invoicing (One Page Reports)
Part -Time, Resident Project Representative Services
(in field/document control) 30 hours per week for 12
eeks
Final Close Out
Total Basic Services Hours
1021
8
196
109
68
Total Basic Services Labor Effort
$ 27,744 1
$ 1,400
$ 35,084
$ 19,511
$ 9,860
1 of 4 L:\Resources\OLCR\L\Lubbock\Elevated Storage Tank Design and Pre
Freese and Nichols, Inc.
City of Lubbock Project Fee Summary
Pressure Zone Delineation Basic Services 171,687
6/6/2018 Special Services 10,010
Detailed Cost Breakdown Total Project 181,697
Phase
Task
Expenses
Tech Charge
Miles
Meals
Hotel
B&W
(sheet)
Color
(sheet)
Binding
(each)
Lg Format -
Bond-
B&W (sq.
ft.)
Lg Format -
Glossy/Myl
ar - B&W
((sq. ft.
Other
Total Exp
Effort
GENERAL SCOPE OF SERVICES
$
Internal Kick -Off Meeting
6
$ 51
External Kick -Off Meeting
18
50
$ 1,446
Project Management
12
300
100
$ 157
Monthly Reporting
6
$ 51
PRESSURE PLANE DELINEATION/FIELD
ASSESSMENT
$ -
Valve Functionality Field Visit
106
100
100
$ 2,174
Pressure Plane Delineation PDR
48
$ 408
Pressure Plane Delineation Construction Documents
124
10
260
$ 1,122
$
BID PHASE (PRESSURE ZONE DELINEATION)
$ _
Advertisement
3
$ 26
Responding to Bid Phase Questions
11
$ 94
Bid Tab and Qualification Review
7
$ 60
Recommendation for Award of Contract
4
50
50
$ 52
Notice of Award
1
50
50
$ 26
Prepare Construction Contract Documents
12
100
100
10
1200
$ 440
Prebid Meeting
20
30
$ 1,441
Bid Opening
20
15
$ 874
CONSTRUCTION PHASE (GENERAL REP,
RESIDENT REPRESENTATION FOR PRESSURE
ZONE DELINEATION)
$ _
Establish and Maintain Project Doc System
2
$ 17
Review Contractor's Submittals
22
100
100
$ 222
Coordination with Contractor
11
$ 94
Notify Contractor of non -conforming work, review
test reports, equipment, installation reports, etc.
7
$ 60
Interpret drawings and specs for RFIs
10
$ 85
Coordination with Testing Lab
1
$ 9
Change Orders
13
$ 111
Review Pay Estimates
100
100
$ 35
Coating Inspection
$
Meetings - Monthly Site Visit (2 RMO, 1 NCL)
30
200
200
$ 2,388
Preconstruction Conference
20
30
200
200
$ 1,511
Final Site Inspection and Punch List
20
30
$ 1,441
Record Drawings
21
100
100
10
2400
$ 816
Monthly Invoicing (One Page Reports)
$ _
Part -Time, Resident Project Representative Services
(in field/document control) 30 hours per week for 12
weeks
7,500
$ 9,401
Final Close Out
$ _
Total Basic Services Items
555
7,500
155
-
1,300
1,100
30
3,860
-
-
Total Basic Services Expenses Effort I
$ 4,718
$ 4,088
$ 171
$ -
$ 130
5 275
$ 8
$ 965
$
1
$ 24,612
Phase
Task
Subconsultants
Hugo Reed
and
[Name 2]
[Name 3]
[Name 4]
Total Sub
Effort
GENERAL SCOPE OF SERVICES
$
Internal Kick -Off Meeting
$
2 of 4 L:\Resources\OLCR\L\Lubbock\Elevated Storage Tank Design and Pressure Zone Delineation\Pressure Zone Delineation Fee_Spreadsheet.xlsm 6/6/2018
Freese and Nichols, Inc.
Lubbock
Pressure Zone Delineation
6/6/2018
Detailed Cost Breakdown
External Kick -Off Meeting
Project Management
Monthly Reporting
PRESSURE PLANE DELINEATION/FIELD
ASSESSMENT
Valve Functionality Field Visit
Pressure Plane Delineation PDR
Pressure Plane Delineation Construction Documents
BID PHASE (PRESSURE ZONE DELINEATION)
Advertisement
Responding to Bid Phase Questions
Bid Tab and Qualification Review
Recommendation for Award of Contract
Notice of Award
Prepare Construction Contract Documents
Prebid Meeting
Bid Opening
CONSTRUCTION PHASE (GENERAL REP,
RESIDENT REPRESENTATION FOR PRESSURE
ZONE DELINEATION)
Establish and Maintain Project Doc System
Review Contractor's Submittals
Coordination with Contractor
Notify Contractor of non -conforming work, review
test reports, equipment, installation reports, etc.
Interpret drawings and specs for RFis
Coordination with Testing Lab
Change Orders
Review Pay Estimates
Coating Inspection
Meetings - Monthly Site Visit (2 RMO, 1 NCL)
Preconstruction Conference
Final Site Inspection and Punch List
Record Drawings
Monthly Invoicing (One Page Reports)
Part -Time, Resident Project Representative Services
(in field/document control) 30 hours per week for 12
weeks
Final Close Out
Total Basic Services Subconsultants Cost
$ -
$ --
Total Basic Services Subconsultants Effort
$ - Is
- Is
Is
Is
-
Special Si
Employee
Phase
Task
Project Role
Tasks 1 I Current Hourly Bill Rate ->
$272
$175
$179
$179
$145
SURVEYING
Survey of 100 valves along pressure zone boundary
Total Special Services Hours
-
-
-
Total Special Services Labor Effort
$ -
$
$
3 of 4 L:\Resources\OLCR\L\Lubbock\Elevated Storage Tank Design and Pre
Freese and Nichols, Inc.
Pressure Zone Delineation
6/6/2018
Detailed Cost Breakdown
Phase
Task
Expenses
Tech Charge
Miles
Meals
Hotel
B&W
(sheet)
SURVEYING
Survey of 100 valves along pressure zone boundary
Total Special Services Items
-
-
-
-
-
Total Special Services Expenses Effort
$
Phase
Task
Subconsultants
Hugo Reed
and
Associates,
Inr
[Name 2]
[Name 3]
[Name 4]
SURVEYING
Survey of 100 valves along pressure zone boundary
9,100
Total Special Services Subconsultants Cost
9,100
-
-
-
-
Total Special Services Subconsultants Effort
1 $ 10,010
1 $
Is
Is
is -
4 of 4 L:\Resources\OLCR\L\Lubbock\Elevated Storage Tank Design and Pre
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1 of 1
Complete Nos. 1- 4 and 6 it there are interested parties.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2018-363878
Freese and Nichols, Inc.
Fort Worth, TX United States
Date Filed:
06/05/2018
2 Name of govemmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Lubbock
Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
Contract No. 13900
Engineering Services for Elevated Storage Tank Design and Pressure Zone Delineation.
4
Nature of interest
Name of Interested Patty
City, State, Country (place of business)
(check applicable)
Controlling
Intermediary
Coltharp, Brian
Fort Worth, TX United States
X
Pence, Robert
Fort Worth, TX United States
X
Gooch, Tom
Fort Worth, TX United States
X
Milrany, Cindy
Fort Worth, TX United States
X
Nichols, Mike
Fort Worth, TX United States
X
New, John
San Antonio, TX United States
X
Cole, Scott
Fort Worth, TX United States
X
Hatley, Tricia
Oklahoma City, OK United States
X
Taylor, Jeff
Houston, TX United States
X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is Kelly Shriver and my date of birth is
My address is 4055 International Plaza, Suite 200 Fort Worth D(—, 76109 USA
(street) (city) (state) (zip code) (country)
declare under penalty of perjury that the foregoing is true and correct
Executed in Tarrant County, State of Texas on the 5th day of June 201 .
(month) (year)
(24J�L
Sign re Wauthorized agent of contracting business entity
(Declarant)
Forms orovided by Texas Ethics Commissinn wune, athirc ctata tY tic v, n CCOV]
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
lofl
Complete Nos. 1- 4 and 6 if there are interested parties.
OFFICE USE ONLY
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
CERTIFICATION OF FILING
Certificate Number:
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
2018-363878
Freese and Nichols, Inc.
Fort Worth, TX United States
Date Filed:
06/05/2018
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Lubbock
Date Acknowledged:
06/19/2018
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
Contract No. 13900
Engineering Services for Elevated Storage Tank Design and Pressure Zone Delineation.
Nature of interest
4 Name of Interested Party
City, State, Country (place of business)
(check applicable)
Controlling
Intermediary
Coltharp, Brian
Fort Worth, TX United States
X
Pence, Robert
Fort Worth, TX United States
X
Gooch, Tom
Fort Worth, TX United States
X
Milrany, Cindy
Fort Worth, TX United States
X
Nichols, Mike
Fort Worth, TX United States
X
New, John
San Antonio, TX United States
X
Cole, Scott
Fort Worth, TX United States
X
Hatley, Tricia
Oklahoma City, OK United States
X
Taylor, Jeff
Houston, TX United States
X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is and my date of
birth is
My address is
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in County, State of on the
day of , 20
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.5523