HomeMy WebLinkAboutResolution - 2011-R0249 - Contract - Freese And Nichols Inc.- Facility Assessment And Design, Pump Station - 06/09/2011asolution No. 2011—RO249
ane 9, 2011
Lem No. 5.11
RESOLUTION
IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
I
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
ecute for and on behalf of the City of Lubbock, a Contract for facility assessment and
Wliminary design of the Low Head B pump station, by and between the City of Lubbock
d Freese and Nichols, Inc. of Fort Worth, Texas, and related documents. Said Contract
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
.lune 9, 2011
TOM MARTIN, MAYOR
ATTEST:
Rebec a Garza, City Secretary
APPROVED AS TO CONTENT:
Marsha Reed, P.E., Chief Operation!s Officer
APPROVED AS TO FORM:
��-6
Chad Weaver, Assistant City Attorney
vwxedocs/RES.Contract-Freese & Nichols, Inc.
June 1, 2011
Contract. 10293
Resolution No. 2011-RO249
PROFESSIONAL SERVICES CONTRACT
STATE OF TEXAS
COUNTY OF LUBBOCK §
This contract, (the "Contract" or "Agreement"), effective as of the 9th day of
June , 2011 (the "Effective Date"), is by and between the City of Lubbock, (the
"City"), a Texas home rule municipal corporation, and Freese and Nichols, Inc.,
("ENGINEER") a Texas professional corporation authorized to conduct business in Texas.
WHEREAS, the City desires to obtain professional engineering services related to the
Facility Assessment and Preliminary Design of the Low Head B Pump Station (the
"Activities"); and
WHEREAS, 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 City and Engineer to
be a fair and reasonable price; and
WHEREAS, the City desires to contract with ENGINEER to provide professional
engineering services related to the Activities and Engineer desires to provide the Services
related to same.
NOW THEREFORE, for and in consideration of the terms, covenants and conditions
set forth in this Contract, the City and ENGINEER hereby agree as follows:
ARTICLE I. TERM
The term of this Contract commences on the Effective Date and continues without
interruption for a term of 185 days, as set forth in Exhibit "A", attached to and made a part
of this Agreement for all purposes. The term may be extended by subsequent amendments
of this Agreement, with the written and authorized consent of both parties.
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 set forth in Tasks A through C based on hourly rates set forth in Exhibit "A", not to
exceed $378,200.
FNI Professional Agreement Page 1 of 16
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 or equity, including without limitation, termination of this
Contract and assertion of action for damages and/or injunctive relief. The exercise of any
right or remedy shall not preclude the concurrent or subsequent exercise of any other right or
remedy and all other rights and remedies shall be cumulative.
ARTICLE IV. 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.
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 are 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 engineering services, and
comply with all applicable laws, rules, and regulations, both state and federal, relating to
professional engineering 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 or ordinance 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
FNI Professional Agreement Page 2 of 16
indemnify and hold City harmless from all liability or loss caused to City or by to which
City is exposed on account of ENGINEER's failure to perform this duty.
ARTICLE V. SCOPE OF WORK
ENGINEER shall accomplish the following:
Professional Engineering Services related to the Facility Assessment and Preliminary
Design of the Low Head B Pump Station, as defined in Exhibit "A," "Scope of Work".
ARTICLE VI. 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 subeonsultants, 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,
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 VII. INSURANCE
Engineer shall procure and carry, at its sole cost and expense through the life of this
Agreement, insurance protection as hereinafter specified, in form and substance satisfactory
to 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.
Engineer shall obtain and maintain in full force and effect during the term of this
Agreement, and shall cause each approved subcontractor or subconsultant of 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:
FNI Professional Agreement Page 3 of 16
Commercial General Liability:
Combined Single Limit:
Professional Liability:
Combined Single Limit:
Automobile Liability:
Combined Single Limit for any auto
$1,000,000
$1,000,000
$ 500,000 Per Occurrence
Engineer shall further cause any approved subcontractor or subconsultant to procure
and carry, during the term of this Agreement, Professional Liability coverage, as specified
above for Engineer, protecting City against direct losses caused by the professional
negligence of the approved subcontractor or subconsultant.
. The City shall be listed as a primary additional insured with respect to the Automobile
Liability and Commercial General Liability and shall be granted a waiver of subrogation
under those policies. Engineer shall provide a Certificate of Insurance to the City as
evidence of coverage. The Certificate shall provide 30 days notice of cancellation. A copy
of the additional insured endorsement and waiver of subrogation attached to the policy will
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 of Lubbock.
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.
ARTICLE VIII. EMPLOYMENT OF AGENTS/RETAINING
OF CONSULTANTS
ENGINEER may employ or retain consultants, contractors, or third parties (any of
which are referred to herein as "Subconsultant"), to perform certain duties of ENGINEER,
as set forth on Exhibit "A", attached hereto, under this Contract, provided that City approves
the retaining of Subconsultants. 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 Subconsultant. Any agent
and/or Subconsultant retained and/or employed by ENGINEER shall be required to carry,
F'NI Professional Agreement Page 4 of 16
for the protection and benefit of the City and ENGINEER and naming said third parties as
additional insureds, insurance as described above in this Contract.
ARTICLE IX. 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.
ARTICLE X. 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 OF OCCUPATION OF CITY OWNED PROPERTY. THE
INDEMNITY OBLIGATION PROVIDED HEREIN SHALL SURVIVE THE
EXPIRATION OF TERMINATION OF THIS AGREEMENT.
ARTICLE XI. COMPLIANCE WITH APPLICABLE LAW'S
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 XII. 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.
B. ENGINEER 's Address. ENGINEER 's address and numbers for the purposes of
notice are:
FNI Professional Agreement Page 5 of 16
Freese and Nichols, Inc.
Attn: Nick Lester, P.E.
4055 International Plaza, Suite 200
Fort Worth, Texas 76109
Telephone: (817) 735-7300
Facsimile: (817) 735-7491
C. City's Address. The City's address and numbers for the purposes of notice are:
City of Lubbock
Attn: John Turpin, P.E.
P. 0. Box 2000
1625 13th Street
Lubbock, Texas 79457
Telephone: (806) 775 — 2342
Facsimile: (806) 775 - 3344
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 XIII. CITY -PROVIDED 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 XIV. 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.
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.
FNI Professional Agreement Page 6 of 16
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 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
circumstances, 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," attached hereto,
contains the entire Contract 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.
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 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.
FNI Professional Agreement Page 7 of 16
EXECUTED as of the Effective Date hereof.
CITY OF LUBBOCK
Tom Martin, Mayor
ATTEST:
CP-J�' -d . V
Rebacca Garza, City Secret
APPROVED AS TO CONTENT:
MI)IJr
Mars a Reed, P.E., Chief Ope sting Officer
Turpin, P.E. 1ief Water Utilities Engineer
,77
APPROVED AS TO FORM:
1
4AmyS'slst i omey
FREESE AND NICHOLS, INC.
By: "116�
Name: Russell Gibson, P.E.
Title: Principal
FNI Professional Agreement Page 8 of 16
Resolution No. 2011—RO249
EXHIBTI' A
Low Head B Pump Station
Phase 1— Facility Assessment and Preliminary Design
Scope of Work for Freese and Nichols, Inc.
The Low Head B Pump Station (The Project) includes a detailed study of the pump station.
Phase I of The Project is intended to determine the general condition of the existing pump
station and review the hydraulics, to allow the City of Lubbock (The Owner) to proceed
with necessary improvements or replacement of the station. The existing pump station was
built in the early 1960's and has hydraulic and electrical limitations. The primary objective
of Phase 1 of the study is to determine the following items for the proposed system:
1. Perform preliminary hydraulic review of the existing system
2. Perform limited hydraulic modeling of the Low Head B PS piping (including the
incoming Baily County Line and outgoing two 24 -inch pipelines to Pump Station
Number 7)
3. Perform limited structural, electrical and mechanical evaluations of the existing
pump station
4. Perform asbestos survey and mitigation plan
5. Perform environmental review of the existing information provided for the soil
contamination
6. Evaluate five alternatives of pump station rehabilitation or pump station replacement
7. To Identify Permitting Requirements for the Pump Stations
8. Provide a preliminary design of the facilities for the chosen alternative, including the
following:
a. Initial and final pump station capacity, number of pumps, type of pumps
b. Pump Station site layout including pipelines, valves, and meters
c. initial investigations of the existing power supply
d. Stand-by diesel generator
e. Preparation of a Conceptual Design Report for Phase 1.
BASIC SERVICES: FNI shall render the following professional services in connection
with Phase 1 of The Project:
A.GENERAL
1. Kick -Off Meeting: Hold a kick-off meeting with the Owner to discuss scope,
schedule and data requirements. We will establish hydraulic criteria, modeling
scenarios, and assessment requirements. Possible criteria for the project include the
following:
a. Construction Costs Estimates
b. Life Cycle Cost
c. Building Permit Issues
d. Environmental Permitting Issues (asbestos and soil)
e. Phasing and Capacity for proposed facilities
f. Scenarios to be modeled
g. Discuss planning periods and operating conditions (average day, max Day, etc.)
FINI Professional Agreement Page 9 of 16
2. Obtain Data: FNI will obtain and review available data including:
a. Existing pump station drawings
b. Aerial photography from the City of Lubbock GIS system
c. USGS digital contour maps ( Where available)
d. Geologic and soil mapping
e. Obtain Property maps from local appraisal districts
f. City mapping including master thoroughfare plans, utility maps, street maps,
property maps, aerial photography, and contour maps where available. City of
Lubbock will assist FNI in the collection of these maps if requested by FNI.
g. Flood mapping
h. Utility mapping where available
i. Mapping of onsite piping and tie-ins
j. Geotechnical reports
k. Hydraulic model of City's water distribution system
3. Meetings and Communications: FNI will attend up to four meetings with the
Owner to discuss the project. FNI will prepare monthly reports to discuss the status
of the project, coordination items, completed tasks, and upcoming tasks. FNI will
attend one meeting with the power utility providers.
&FACILITY ASSESSMENT AND ALTERNATIVES EVALUTION
Onsite Assessment: FNI will perform an onsite review of the existing pump station
and review with engineering, operations and maintenance staff to discuss operations
issues, maintenance issues, and necessary improvements. FNI will evaluate the
existing Low Head B Pump Station for the following:
a. Structural — Visual review of overall building condition, the bridge crane, and
review any cracked piping.
b. Electrical — Review general condition all of the existing electrical equipment
including the incoming electrical service and associated transformer yard and the
existing motors.
c. HVAC — Review all of the HVAC Equipment including, but not limited to fans,
louvers, air conditioner units and heater units.
d. Pump — Review pump hydraulics provided by City of Lubbock from existing
SCADA data and existing pump test data
e. Pipe — Review piping and valve arrangements
FNI will make two, two-day site visits to look at the facilities and interview the staff.
2. Model / Hydraulic Review: FNI has been provided two models to date: a 2007
WaterGEMS calibrated average day model (average day demand conditions only)
and a separate H2ONet model that contains 2020 runs for average day, maximum
day and maximum hour demands (no existing system runs). Neither model contains
any facilities representing the Low Head B Pump Station, nor is either model tied
directly to the GIS. FNI will utilize the 2007 model for all analysis, and all modeling
will be conducted for steady state conditions. FNI will perform the following task:
FNI Professional Agreement Page 10 of 16
a. FNI will add the Low Head B Pump Station pumps and yard piping, along with
the transmission line and control valves from the Bailey Well Field supply, to the
2007 water system model from plans from the City.
b. FNI will update the model to include all 10" and larger lines not currently
included in the model from GIS.
c. FNI will review SCADA information, including but not limited to the Bailey
Well Field distribution system information and tanks receiving supply from the
Bailey Well Field, to understand system operation and constraints.
d. FNI will scale the average day demands in the model up to represent maximum
day demand conditions. FNI will revise the controls (initial status) on pumps at
pump stations to represent maximum day operating conditions. The current
controls/initial status on pumps are for average day demands only.
e. FNI will conduct maximum day demand modeling for existing system
conditions, using the City's 2007 model, based on current and future supply
needs to Pump Station #7 from the Bailey Well Field. The following alternates
will be modeled:
i. Rehabbing or replacing Low Head B Pump Station for current
head/capacity configuration
ii. Combining Low Head B and Pump Station 9 into one facility
iii. Redesigning Low Head B Pump Station for alternative head/capacity
configurations using existing system transmission line configuration
iv. Redesigning Low Head B Pump Station where both pipes are allowed
to gravity flow to Pump Station #7
f. FNI will evaluate the feasibility of adding a third parallel line from Low Head B
Pump Station to Pump Station 7 and utilize the model to determine maximum
flow rates assuming gravity flow (abandonment of Low Head B P.S.) under
average day and maximum day demand conditions.
3. Asbestos Inspection. An asbestos survey will be performed on the pump station by
licensed Texas Department of State Health Services to inspect and sample the
facility. The following task will be performed:
a. Conduct sampling of each suspect material in a random manner to accordance
with TDSHS recommended protocol.
b. Quantify materials in a homogenous area
c. Review any existing asbestos surveys or inspections
d. Analyze all samples using Polarized Light Microscopy using EPA Method 600
e. Provide information describing all local, state, and federal government laws as
they apply to ACBM.
f. Provide homogeneous area report that includes asbestos containing building
materials (ACBM), condition of materials, quantity of materials and estimated
abatement cost.
4. Environmental Assessment: There was possible soil contamination from a former
Stauffer Chemical Company Warehouse facility adjacent to the Pump Station
Number 9 site. Soil sampling was performed on the City of Lubbock property and
based on the information provided it does not appear that sample collection and
FNI Professional Agreement Page I I of 16
analysis is necessary to address worked protection and infrastructure integrity
concerns. FNI will perform the following task:
a. FNI will contact representatives of the former Stauffer Chemical Company or
TCEQ project files to obtain more recent environmental site investigation data.
FNI will review data obtained to verify the conclusions described above.
b. FNI will prepare a written memo documenting our data review and conclusions
related to construction worker safety, infrastructure integrity, and reuse of any
excess soils generated during construction on the project.
c. If the project design requires excavation of soils, those soils should not be reused
as clean fill off-site without sampling and analysis to determine if soils contain
organic chemicals in excess of residential cleanup levels.
5. Technical Memorandum: FNI will prepare a technical memorandum that includes
the results of the alternate analysis, results of the onsite assessment, preliminary
construction cost, hydraulic modeling results, permitting, schedule impacts, life cycle
cost and recommendations.
C. PRELIMINARY DESIGN REPORT
Pump Station: After the Owner has accepted the facility assessment and
alternatives evaluation report, FNI will provide a preliminary design and layout of
the pump stations, including system hydraulic grade line, number of pumps, pump
sizes, proposed pump station floor plan, storage tank size, proposed site layout,
communication facilities, one -line diagrams, stand-by generator size and location,
construction cost estimates, and land requirements.
2. Preliminary Design Report: FNI will prepare a draft report of the study and
present it to the Owner, After receipt of the Owner's comments, FNI will revise the
report and present the final draft to the Owner. The Preliminary Design Report will
include the following:
a. Description of Alternates
b. Recommendations for Facilities
c. Maps of the Alternate Pipeline Route and Project Facility Locations
d. Pump Selection
e. Motor type and means of correcting to 95% power factor
f. Motor Cooling type (air or water)
g. Pump Control valve selection
h. Power equipment selections
i. Equipment selections for HVAC equipment
j. Building floor plan and equipment layout
k. Preliminary architectural design of walls roof, and floor plan
1. Pump Station site civil layout
in. Recommendations for land and easements
n. Engineer's Opinion of Probable Construction Costs
o. Description of Permitting Requirements
p. Description of Power Requirements
q. Recommendations for stand-by generator
FNI Professional Agreement Page 12 of 16
r. Recommendations for improvements to the Existing Pump Stations
FNI will furnish (5) five hard copies and one electronic copy of the Preliminary
Design Report and the above preliminary design documents and present and review
them with the OWNER.
Items to be performed by City of Lubbock:
1. Provide Mapping as required for the following:
a. COL will assist FNI in obtaining mapping.
2. Provide copies of the existing plans
3. Provide any GIS and AutoCAD data for the existing system
4. Recommended Phases and Schedule for Project Development.
5. Provide interest rate, bond rates, electricity rates, etc. for life cycle cost
6. Assist FNI in obtaining Geotechnical, Asbestos, and Environmental Reports
FNI Professional Agreement Page 13 of 16
TIME OF PERFORMANCE
ENGINEER shall commence work immediately following authorization to proceed.
ENGINEER has reviewed the project with the CITY and agrees that the schedule presented
below is a reasonable timeframe within which to accomplish the work.
PROJECT SCHEDULE
Weeks Following
Cumulative
Milestone
Deliverable
Weeks
Dick -Off Meeting/Design Development
0
0
Facility Assessment and Report
8
8
Preliminary Design Report Draft
10
18
Preliminary Design Report Final
4
22
ENGINEER -CITY mutually agree that they will work toward meeting the above schedules.
Should the Scope of Work be changed and/or should problems arise during the course of the
work effort that could affect the above schedule, it is understood that both CITY and
ENGINEER will develop a revised schedule and budget limit, if required, to address scope
changes, delays by CITY, or other problems. It is understood that the ENGINEER must
proceed with the work while the CITY reviews each submittal. CITY agrees to submit all
review comments for the submittal within fourteen (14) days following the ENGINEER's
submittal. Impacts from CITY's comments, which require extensive rework, may impact the
schedule and budget and in -tum, may be considered a change in scope.
FNI Professional Agreement Page 14 of 16
BUDGET
CITY and ENGINEER have established a not-to-excced budget of $378, 200 to complete all
services under this Task Order. This amount will not be exceeded without a contract
amendment. CITY will pay the ENGINEER hourly, not to exceed $378, 200 for services
identified in Tasks 1 through 6, unless noted otherwise in the Scope of Work.
ENGINEER agrees to complete these services for this amount unless the Budget is amended
by CITY and ENGINEER as a result of a change to the Scope of Work or Time of
Performance.
The budget assumes that all work will be completed within 185 calendar days from the
Notice to Proceed.
FNI Professional Agreement Page 15 of 16
RATES FOR INHOUSE SERVICES
Print Shop
Computer and CAD Calcomp Plotter Color Copies & Printing $0.50 per single side copy
PC CAD Stations $10.00 per hr. Bond $2.50 per plot $1.00 per double side copy
Other $5.00 per plot
Color $5.75 per plot Black & White Copies & Printing $0.10 per single side copy
$0.20 per double side copy
Binding $5.75 per book
OTHER DIRECT EXPENSES:
Other direct expenses are reign bursed at actual cost times a multipl ier of 1.10. They include outside printing and reproduction expense, communication expense, travel,
transportation and subsistence away from the FNI office and other miscellaneous expenses directly related to the work, including costs of laboratory analysis, fest, and other
work required to be done by independent persons other than staff members. For Resident Representati ve 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 multi tieJroff
FNI�1'
OWNER
Resolution No.
2011-RO249
COMPENSATION
Compensation to Freese and Nichols shall be based on the following Schedule of Charges:
Not to Exceed: The total fee for Basic Services in Attachment SC shall be
computed on the basis of the Schedule of Charges,
but shall not exceed three hundred
t thousand two hundred dollars $378,200
If FNI sees the Scope of
Services changing so that Additional Services are needed,
including but not limited to
those services described as Additional Services in Attachment SC, FNI will notify
OWNER for OWNER's approval before proceeding.
Additional Services shall be computed based on the Schedul a of Charges.
Schedule of Charnes:
Position
RAI&
Posiltion
BAf&
PRINCIPAL
388.50
3D VISUALIZATION COORDINATOR
178.50
GROUP MANAGER
247.00
ENVIRONMENTAL SCIENTIST VII
228.90
ENGINEER VIII
269.85
ENVIRONMENTAL SCIENTIST VI
199.50
ENGINEER VII
263.55
ENVIRONMENTAL SCIENTIST V
168.00
ENGINEER VI
236.25
ENVIRONMENTAL SCIENTIST IV
147.00
ENGINEER V
185.00
ENVIRONMENTAL SCIENTIST ICI
126.00
ENGINEER IV
169.05
ENVIRONMENTAL SCIENTIST It
88.20
ENGINEER III
150.15
ENVIRONMENTAL SCIENTIST 1
87.15
ENGINEER II
141.75
ARCHITECT VI
201.60
ENGINEER 1
118.55
ARCHITECT V
182.70
ELECTRICAL ENGINEER VI
222.60
ARCHITECT IV
147.00
ELECTRICAL ENGINEER V
182.70
ARCHITECT III
140.70
ELECTRICAL ENGINEER IV
144.90
ARCHITECT 11
113.40
ELECTRICAL ENGINEER 111
136.50
ARCHITECT 1
97.65
ELECTRICAL ENGINEER II
132.30
PLANNER VI
213.15
ELECTRICAL ENGINEER 1
124.95
PLANNER V
163.80
MECHANICAL ENGINEER VI
215.25
PLANNER IV
129.15
MECHANICAL ENGINEER V
191.10
PLANNER 119
117.60
MECHANICAL ENGINEER IV
166.95
PLANNER 1
96.60
MECHANICAL ENGINEER 111
147.00
HYDROLOGIST V
184.80
PROGRAM MANAGER II
222.60
HYDROLOGIST IV
144.90
CONSTRUCTION CONTRACT ADMIN III (QC)
184.28
HYDROLOGIST Ill
133.35
CONSTRUCTION CONTRACT ADMIN III (CM)
136.50
HYDROLOGIST II
121.80
CONSTRUCTION CONTRACT ADMIN 11
128.00
GEOTECHNICAL ENGINEER VI
236.25
CONSTRUCTION CONTRACT ADMIN 1
115.50
PUBLIC INVOLVEMENT COORDINATOR
134.40
DOCUMENT CONTROL CLERK
106.05
WEB SERVICES ADMINISTRATOR
157.50
SR DESIGNER
196.35
WORD PROCESSING/SECRETARIAL
80.85
DESIGNER II
158.55
OPERATIONS ANALYST
145.95
DESIGNER 1
136.50
CONTRACT ADMINISTRATOR
92.40
CADD DESIGNER
168.00
INFORMATION SERVICES ADMINISTRATOR
79.80
TECHNICIAN IV
142.80
INFORMATION SERVICES CLERK III
63.00
TECHNICIAN III
114.45
INFORMATION SERVICES CLERK II
58.80
TECHNICIAN 11
95.55
INFORMATION SERVICES CLERK 1
57.75
TECHNICIAN 1
73.50
CO-OP
70.35
GIS COORDINATOR
144.90
GIS ANALYST IV
131,25
GIS ANALYST 111
108.15
GIS ANALYST II
96.60
GIS ANALYST 1
72.45
RATES FOR INHOUSE SERVICES
Print Shop
Computer and CAD Calcomp Plotter Color Copies & Printing $0.50 per single side copy
PC CAD Stations $10.00 per hr. Bond $2.50 per plot $1.00 per double side copy
Other $5.00 per plot
Color $5.75 per plot Black & White Copies & Printing $0.10 per single side copy
$0.20 per double side copy
Binding $5.75 per book
OTHER DIRECT EXPENSES:
Other direct expenses are reign bursed at actual cost times a multipl ier of 1.10. They include outside printing and reproduction expense, communication expense, travel,
transportation and subsistence away from the FNI office and other miscellaneous expenses directly related to the work, including costs of laboratory analysis, fest, and other
work required to be done by independent persons other than staff members. For Resident Representati ve 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 multi tieJroff
FNI�1'
OWNER
CITY OF LUBBOCK
LOW HEAD 8 PUMP STATION
PHASE 1- FACILITY STUDY AND PRELIMINARY DESIGN
4/19/2011
Task Group Laber Fee Expense
MW
General
Kickoff Meeting
WR Transmission
$
5,169.00
$
5,000.00
W/WW Master Planning/Modeling
$
1,890.00
$
350.00
Electrical
$
1,800.00
$
350.00
Obtain Data
Model/ Hydraulic Review
29,169.50
$ 325,105.00
$
WR Transmission
$
10,005.00
$
1,500.00
Environmental
$
2,240.00
Asbestos Inspection
Meetings
WR Transmission
W/WW Master Planning/Modeling
Electrical
SUBTOTAL
Facility Assessment and Alternate
Evaluations
Onsite Assessment
$ 19,740.00
$
5,000.00
$ 1,890.00
$
350.00
$ 6,8W.00
$
700.00
$ 49,534.00
$
13,250.00
WR Transmission
$
18,804.00
$ 6,000.00
Structural
$
4,735.00
$ 750.00
Electrical
$
6,750.00
$ 1,000.00
Mechanical
$
4,916.00
$ 750.00
Model/ Hydraulic Review
29,169.50
$ 325,105.00
$
WR Transmission
$
5,22.1.00
$ 1,500.00
W/WW Mater Planning/Modeling
$
34,059.00
S 2,257.00
Asbestos Inspection
King Consultants
$ 2,750.00
Environmental
$
872.00
Environmental Assessment
Environmental
$
3,112.00
$ 2,610.50
WR Transmission
$
1,470.00
$ 1,000.00
Technical Memorandum
WR Transmission
W/WW Master Planning/Modeling
Structural
Electrical
Mechanical
MMqQMNFFNW
Preliminary design Report
WR Tranmsmission
Archiectural
Structural
Electrical
Mechanical
TOTAL
$ 22,848.00
$
7,982.00
$ 5,561.00
$
320.00
$ 9,554.00
$
750.00
$ 6,525.00
$
750.00
$ 4,571.00
$
750.00
$ 1
$
29,169.50
$ 88,628.00
$
6,135.00
$ 10,000.00
$
1,000.00
$ 14,850.00
$
750.00
$ 18,485.00
$
2,000.00
$ 14,610.00
$
750.00
$ 146,573.00
$
10,635.00
$ 325,105.00
$
53,054.50
$ 378,159.50
City of Lubbock Low Head B PS
INR Transmission Manhour Estimate
3129/2011
Group
LOW HEAD B PS STUDY
Staff
CR
PM
PE
CAD
EIT
TOTAL
TOTAL
RLG NCL JKJ MDC ON HOURS
DOLLARS
Rate
Route Study Phase
General Rep Services:
1 Kick-off Meeting
2 Obtain Data
3 Client Meetings
4 Facility Assessment and Alternate Evaluatcns
4a Onsite Assessment
4b ModeUHydraulic Review
4c Environmental
4d Technical Memorandum
5 Preliminary Design Report
5a Site Plan Alternates
5b Plan and Section Alternates
Sc Equipment Layout
5d Pump Selection
Se Cost Estimates
5f Report
5g Life Cycle Cast
$ 247.00
$ 183.75
$ 169.00
1 $ 168.00 1$
141.75
12 12 24 $
5,169.00
10 30 10 10 60 $
10,005.00
36 48 12 96 $
13,740.00
24 46 24 96 $
18,804.00
4 12 12 28 $
5,221.00
8 8 $
1,470.00
8 24 40 24 40 136 $
22,848.00
2 16 24 24 24 90 $
14,924.00
4 12 40 32 24 112 $
18,731.00
4 16 20 24 32 96 $
15,876.00
4 6 20 32 62 1 $
10,006.50
1 8 12 24 45 $
7,147.00
4 20 40 40 104 $
17,093.o0
2 4 8 16 30 $
4,849.00
STUDY PHASE HOURS
STUDY PHASE EXPENSES
STUDY TOTAL
105
244
282
114
242
987
$ 171,883.50
$34,110.00
$ 205,993.50
$ 88,626.S0
Law Head B Mechanical
Rates
JSH VR TMG
Classification Mech VI Mech IV Tech IV
Task
$ 215.25
$ 166.95
$ 142.80
Subtotal
EXP
Onsite Assessment
4
24.25
0
$ 4,910.00
$
750.00
Technical Memo
2
16
10.25
$ 4,570.00
$
750.00
preliminary design
2
64
24.5
$ 14,610.00
$
750.00
Total
$ 24,090.00 1
$ 2,250.00
Freese and Nichols, Inc.
Task 8 Labor Task B
Total Exp Total
S 34,059 S 36,316
City of Lubbock
Low Head B Pump Station Evaluation
Detailed Cost Breakdown
BASIC SERVICES
TASK
TH
JLB
SJN NE LDS
TOTAL
TOTAL
TOTAL
HOURS
TOTAL LABOR
EXPENSES
EFFORT
HOURLY BILL RATE-
$247.00 !
$236.25
$169.05 $108.15 $60.85
Al Kickoff Meeting
8
8
S 1,890
$ 350
$ 2,240
A3 j~with City to discuss memo & anatpis
•
B
$ 1,890
S 350
$ 2,240
62a Add Low Head 6 P.S. & Bailey transmission In" kis model
•
12 8
26
$ 4,598
S 260
$ 4,112111
M I Update nxxW to include all 10" i orm
12
34 20
68
$ 10,740
S 662
S 11,408
82c Review SCADA Data to understand system operation and
conshaints
6
•
14
$ 2770
5 526
$ 3.298
62d Scale demands to maximum day demands & update
con"Is for pomps
4
12
16
$ Z974
$ 140
$ 3,114
62e Conduct max. day modeling for existing conditions for four
2
14
30
altematives
•
54
S 9,738
S 525
$ 10263
B2f Evaluate ea_psacity with and *a to P.S. 07
2
8
• - —
16
S 3.264
$ 142
S 3,406
5Prepam draft technical
S 5,581 ji
- 320
S _ 5 86f
Total Hours
6
74
118 40 2
Total Basic Services
240.0
$43,400
$3,27-7
546,977
Task 8 Labor Task B
Total Exp Total
S 34,059 S 36,316
LOW B PUMP STATION STUDY
Basic Services
Electrical
Classifications E.
JNH
ENG VI
RS
E. ENG V
JAE
Cadd Design
Total Hours Total Labor
Total Expense-
Total Effort
Hourly Bill Rate
222.60
182.70
168.00
Task
Description
1A
Kick Off Meeting
8
8
$ 1,800.00
$
350A0
$ 2,150.00
1C
Meetings with Client (2 trips)
24
8
32
$ 6,800.00
$
700.00
$ 7,500.00
2A
Onsite Assessment
30.5
30.5
$ 6,800.00
$
1,000.00
$ 7,800.00
2E
ITechnical Memorandum
15
17.5
32.5
$ 6,500.00
$
750.00
$ 7,250.00
3A
Preliminary Design Report
60.5
15
97.5
$18,500.00
$
2,000.00
$20,500.00
TOTALI
200.51
$40,400.00
4,800.00
t 14-5,200.00
Freese and Nichols, Inc.
City of Lubbock
Lowhead B Pumpstation - Environmental Services
Detailed Cost Breakdown
LABOR
LABOR CATEGORYMOURLY RATE
EMPLOYEE RWC KKM BME
TOTAL
HOURS
TOTAL
LABOR
EXPENSES
TOTAL
EFFORT
DESCRIPTION PROJECT ROLE ESVII ESIV GIS IV
HOURLY RATE $228.90
$147.00
$131.25
Obtain Data
-
15.25
15
$ 2,240.00
$2,240.00
Asbestos Inspection
3.0
1.25
4
$ 870.00
$2,750.00` $3,620.00
Environmental Assessment
4.0
8.0
7.8
20
$ 3,110.00
$ 2,610,50 $5,720.50
TOTAL HOURS 7
25
1 8 1
39 A
$11,580.60
ming uonsunanis Fee -scope and Fee Attacneo
1205 E. 46th Stet
Lubbock, Te= 79404
(806) 763-6157
1-800-658-6018
March 14, 2011
Nicholas Lester, P.E.
Freese and Nichols, Inc.
RE: Estimate for an Asbestos Survey for Pump Station # 9
Dear Mr. Lester:
Thank you for this opportunity to assist you in your inspection of Pump Station # 9.
I. INSPECTIONISURVEY
• Utilize Texas -licensed individuals, as required by the Texas Department of State
Health Services (TDSHS), to conduct inspection and sampling on all facilities as
directed by the Owner.
• Conduct sampling of each suspect material in a random manner in accordance with
TDSHS recommended protocol.
• Quantify (square/linear feet) al materials into homogeneous areas
• Review any existing asbestos surveys or inspections
•
Preparation of Chain of Custody for shipping of bulk samples to an Independent
laboratory.
II. LAi3oRAToRY ANALYsis
Utilize independent licensed and accredited laboratory, licensed by the TDSHS and
accredited by National Voluntary Laboratory Accreditation Program (NVLAP)
• Analysis by Polarized Light Microscopy (PLM) using Environmental Protection Agency
(EPA) Method 600
ENVIRONMENTAL SPECTALi<STS
BEWORD AUSTLY SAN AN A!LO OKLAHOMA
ID00
805 FOREST RCS. SUITE 107 86BROOM LANS. SUM 1517 3194 A' VB M RoLrM 1. BOIL 2132
76022 78743 76904 73006
8173549840 512.8013739 321.944.0931 3803742652
Certified report of all analytical results to coincide with Chain of Custody.
Ill. REPoaT
• Utilize Texas -licensed Consultant, as required by the Texas Department of State
Health Services (TDSHS), to prepare report
• Utilize Texas-ficensed Consultant or Management Planner, as required by the Texas
Department of State Health Services (TDSHS), to prepare an Operations and
Maintenance Plan (O&M)
• Provide homogeneous area report that includes Asbestos Containing Building
Materials (ACBM), condition of materials, quantity of materials and estimated
abatement cost.
• Provide information describing all Govemment, State and Local laws as they apply to
ACBM.
IV. FEES
Provide AutoCAD drawings of the facility which will identify sample locations and
locations of each homogeneous area. (Optional)
Inspectionand report.................................................................................. $ 1,250.00
PLM bulli sample analysis, Per Sample $20.00 Ea. Estimate 60 samples $ 1,200.00
Until we start our sampling process it is not known how many samples will be required. However, a
normal inspection usually does not take more than 60 samples. If more or fewer samples are
required, the cost will be decreased or Increased by the above cost per sample.
The above services include $1,000,000 per claiml$1,000,000 aggregate Professional Liability
Insurance (with ,pollution liability coverage) on a "claims made" basis, as well as $1,000,000 General
Liability Insurance for each project.
We trust this proposal answers all the questions you might have regarding our activities on this
project. if you should have any further questions or require additional information, please contact
King Consultants at (806) 763-6157 or on my cell phone at (806) 789-6763. Otherwise, we look
forward to providing your client with the best environmental consulting services in Texas.
1125 -STRUCTURAL
City of Lubbock
Low Head B PS
Hours
oursCosi
Tadmk w ry F
_
ESM V Enm"r v Enow ri
rorar
rorar
loran
Talk
Mtnruo Diaz
� M chael R Robed?
Sue M. Thor
'word PraoGs9or
]ulid A Whitcraft �►
tdbliri
EXfJBRSt!
Effort
Me.
Task Pi W– t
$235.25
$185.00
$75.5.15
$80.85
$142.80
2A
Onsite Assessment
200
---$4,725
`M�ty
'
$750
$5,475
2E
Technical Memo
18 0
4.0 _ _
3.0
30.25
$9,555
$750
$10,305
3
Preliminary Design Report
. __P-
42.0
12 0
—
2
_ 0
i77S
$14,83f1
$750.
—
�iS,S89
SL/aTOTALS J
80.0
16.0
5.0
48.0
la
52.230 1-
S21-28-01
Freese and Nichols, Inc.
City of Lubbock
Lowhead B Pumpstation - Architectural
Detailed Cost Breakdown
LABOR LABOR CATEGORYIHOURLY RATE
EMPLOYEE AM PKJ NEL
TOTAL
HOURS
TOTAL LABOR
TOTAL
EXPENSES
TOTAL
EFFORT
DESCRIPTION PROJECT ROLE GM ARCH VI CARD Des
HOURLY RATE $247.00 $201.60 $158.00
Preliminary Design 3.75 20.00 30.00 1
54
Is 10,000.00
$ 1,000.00 $11,000.00
TOTAL HOURSI 4 1 20 1 30
54
1
$11,000.00