HomeMy WebLinkAboutResolution - 2006-R0412 - Professional Services Agreement - Parkhill, Smith & Cooper, Inc. - 08/24/2006Resolution No. 2006-RO412
August 24, 2006
Item No. 6.11
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock BE and is hereby authorized and
directed to execute for and on behalf of the City of Lubbock, a Professional Services
Agreement by and between the City of Lubbock and Parkhill, Smith & Cooper, Inc., and
all related documents. Said Professional Services Agreement is attached hereto and
incorporated in this Resolution as if fully set forth herein and shall be included in the
minutes of the Council.
Passed by the City Council this 24th day of August 2006.
Ar
.► 7-3%0;We- /
.• �.•ILLER, MAYOR
ATTEST:
becca Ga a, City Secretary
APPROVED AS TO CONTENT:
ty
7
Richard K. Casner, First Assistant City ttorney
ml/ccdocs/PSC-LAH Preliminary Engineering.res
August 18, 2006
Resolution No. 2006-RO412
August 24, 2006
Item No. 6.11
PROFESSIONAL SERVICES AGREEMENT
This Professional Services Agreement ("Agreement") is entered into this 24th
day of August , 2006, by and between the City of Lubbock (the "City"), a
Texas home rule municipal corporation, and Parkhill, Smith & Cooper, Inc. (the
"Engineer"), a professional engineering corporation.
WITNESSETH
WHEREAS, Engineer has substantial skill and experience in the planning and
design of water supply, conveyance and treatment facilities, and such planning services
are needed in the Preliminary Engineering Phase of the development of the Lake Alan
Henry Water Transmission Pipeline, Pump Stations, Water Treatment Facility and
Related Projects as outlined in RFQ # 06-712-BM dated July 2006 (the "Activities");
WHEREAS, the City desires to contract with Engineer to perform services related
to the Activities and Engineer desires to provide the services related to same.
NOW, THEREFORE, for good and valuable consideration, the receipt and
sufficiency of which is hereby acknowledged, the City and Engineer agree as follows:
ARTICLE I
Services
1.01 Engineer shall conduct all activities and within such time frames, as set forth on
Exhibit "A", "Scope of Services", attached hereto (the "Services").
ARTICLE II
Compensation and Term
2.01 The consideration to be paid for the Services to be provided the City as described
in Article I shall be on a lump sum basis. The lump sum due and payable to
Engineer shall be $525,000. This amount shall be invoiced to the City monthly as
work is performed and as further described on Exhibit `B", "Payments to
Engineer", attached hereto.
2.02 This Agreement shall expire on January 1, 2008, contingent upon issuance of
Notice to Proceed by September 15, 2006; if the Notice of Proceed is provided
after September 15, 2006, the expiration date shall be extended a like number of
days. Additionally, the City may terminate this Agreement by providing written
notice to Engineer at least thirty (30) days prior to the effective date of
termination as provided in such notice. In the event this Agreement is so
terminated, the City shall pay Engineer only for services actually performed by
Engineer up to and including the date the Engineer is deemed to have received the
City's notice of termination.
ARTICLE III
Independent Contractor
3.01 It is understood and agreed that Engineer is to perform the Services in a sound
and professional manner and exercising the degree of care, skill and diligence in
the performance of the Services as is exercised by a professional engineer under
similar circumstances and Engineer hereby warrants to the City that the Services
shall be so performed. Further, Engineer is and shall be considered at all times an
independent contractor under this Agreement and/or in its service, hereunder.
-2-
4.01
During the performance of the Services under this Agreement, Engineer and
Engineer's employees 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 IV
Events of Default/Remedies
a. City's Defaults/Engineer's Remedies. In the event the City shall default in
the performance of any term or provision of this Agreement for any reason other
than failure by Engineer to perform hereunder, Engineer may, if said default shall
be continuing after five (5) days notice of such default is deemed received by the
City, exercise any right or remedy available to it by law, contract, equity or
otherwise.
b. Engineer's Defaults/City's Remedies. In the event Engineer shall default in
the performance of any term or provision of this Agreement for any reason other
than failure by the City to perform hereunder, the City may, if said default shall
be continuing after five (5) days notice of such default is deemed received by
Engineer, exercise any right or remedy available to it by law, contract, equity or
otherwise, including without limitation, specific performance and/or the right to
terminate this Agreement without additional notice.
The remedies set forth herein are cumulative and not exclusive, and may be
exercised concurrently.
-3-
5.01
ARTICLE V
Insurance/Indemnity
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, commercial general liability, professional liability and
automobile liability coverage 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. The policies will be written on an occurrence basis, subject to the
following minimum limits of liability:
Commercial General Liability:
Combined Single Limit:
Professional Liability:
Combined Single Limit:
Automobile Liability:
Combined Single Limit for any auto
$1,000,000
$500,000
$500,000 Per Occurrence
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
M
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.
Engineer shall indemnify and hold City and City's elected officials,
officers, agents, employees and independent contractors harmless, to the fullest
extent permitted by law, from and against any and all claims, demands, damages,
costs, liabilities and expenses, and including reasonable attorney's fees, as a result
of, related to or arising from Engineer's use or occupation of City owned lands,
and/or any matter related to Engineer's activities, performances, operations or
omissions under this Agreement. The indemnity provided herein shall survive the
expiration or termination of this Agreement.
519
ARTICLE VI
Miscellaneous
6.01 Engineer shall comply with all laws, statutes, regulations, ordinances, rules and
any other legal requirement related to, in any way, manner or form, the
performance of the Services contemplated herein.
6.02 Any notice required by this Agreement shall be deemed to be properly served, if
(i) provided in person or by telephonic facsimile; or (ii) deposited in the United
States mail by certified letter, return receipt requested, addressed to the recipient
at recipient's address shown below, subject to the right of either party to designate
a different address by notice given in the manner just described. Notice shall be
deemed to be received when delivered if provided in person or by telephonic
facsimile or, if deposited in the United States mail, as set forth above, three (3)
days after depositing such notice in the United States mail, as set forth above.
For City:
Tom Adams, Deputy City Manager
P.O. Box 2000
Lubbock, Texas 79457
Facsimile: (806) 775-2051
w/ copy to:
Wood Franklin, P.E.
P.O. Box 2000
Lubbock, Texas 79457
Facsimile: (806) 775-3344
For Engineer:
John S. Kelley, P.E.
Parkhill, Smith & Cooper, Inc.
4222 85`h Street
-6-
Lubbock, Texas 79423
Facsimile No. 806-473-3500
6.03 THIS AGREEMENT IS TO BE CONSTRUED UNDER TEXAS LAW
WITHOUT REGARD TO CONFLICT OF LAW RULES THAT WOULD
DIRECT APPLICATION OF THE LAWS OF ANY OTHER JURISDICTION.
THE OBLIGATIONS OF THE PARTIES CREATED BY THIS AGREEMENT
ARE PERFORMABLE, AT LEAST IN PART, IN LUBBOCK COUNTY,
TEXAS. VENUE FOR ANY ACTION BROUGHT PURSUANT TO THIS
AGREEMENT, OR ACTIVITY CONTEMPLATED HEREBY, SHALL
EXCLUSIVELY BE IN LUBBOCK COUNTY, TEXAS.
6.04 This Agreement represents the entire and sole agreement between the City and
Engineer with respect to the subject matter hereof and supersedes any and all
prior negotiations, understandings, representations or other agreements, whether
written or oral. This Agreement may not be modified or amended except in
writing and duly executed by each party hereto.
6.05 Nothing contained herein shall be construed to imply a joint venture, joint
enterprise, partnership or principal — agent relationship between Engineer and the
City.
6.06 If any provision of this Agreement is declared invalid or unenforceable, such
provision shall be deemed modified to the extent necessary to render it valid and
enforceable so long as said modification is reasonably within the intent the parties
as originally expressed. In the event such provision may not be so modified, the
unenforceability or invalidity of any provision shall not affect any other provision
-7-
of this Agreement, and this Agreement shall continue in force and effect as if such
provision had not been included in this Agreement.
6.07 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 Section 2.01, above.
6.08 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.
6.09 Neither City nor Engineer may assign this Agreement, in whole or in part, without
the written consent of such assignment by the non -assigning party. City and
Engineer each bind itself or himself, their legal representatives and permitted
assigns in respect to all provisions of this Agreement.
6.10 Nothing in this Agreement shall be construed to provide any rights or benefits
whatsoever to any party other than City and Engineer.
6.11 Engineer represents and warrants to City that it has taken all actions necessary to
authorize the party executing this Agreement to bind, in all respects, Engineer to
all terms and provisions of this Agreement, and that such person possesses
authority to execute this Agreement and bind Engineer hereto.
10
IN WITNESS WHEREOF, the parties have executed this Agreement by their
duly authorized representatives as of the date first written above.
Parkhill, Smith & Cooper, Inc.
By:
Name: John S. Kelley, P. .
Title: Firm Principal/Project Manager
CITY OF LUBBOCK
ATTEST:
R becca Ga a, City Secretary
APPROVED AS TO CONTENT:
Thomas Adams, Deputy City Manager
APPROVED AS TO FORM:
Richard K. Casner,
First Assistant City Attorney
mi/Cityatt/Richard/ProfessionalServicesAgreement-PSC inc-LAH
August 14, 2006
0
Resolution No. 2006-R0412
August 24, 2006
Item No. 6.11
Exhibit "A"
Lake Alan Henry Water Transmission Line, Pump Stations, Water Treatment
Facility and Related Projects
Scope of Services
The scope of services includes preliminary engineering for conveying surface water from Lake
Alan Henry to the City of Lubbock for use as a drinking water supply, with initial emphasis on
the pipeline route and facility locations in sufficient detail to enable the City to begin easement
and land acquisition proceedings. The project will also provide conceptual engineering for the
necessary associated facilities, including an intake pump station, intermediate pump stations, a
terminal storage reservoir, new water treatment plant, and connections to the existing distribution
system. The work will result in the preparation of an engineering report that provides a clear
understanding of the major facilities that will be required, issues that need to be resolved in
detailed design, including environmental and permitting issues, and opinions of probable
construction costs.
A. General Work Items — On or before January 1, 2008, Engineer shall perform the following:
1. Conduct a project initiation meeting to further clarify Owner's requirements for the
Project, identify and collect pertinent available data, review project staffing and
organization, present initial work plan, and present initial work schedule.
2. Geotechnical, archaeological, and environmental issues will be evaluated from a "desktop"
approach with no anticipated fieldwork other than general verification to avoid readily
available and known archaeological, wetland, floodplain, and similar sites. These
evaluations will consist of general evaluations of the key issues that could impact routing,
siting and alignment alternatives as well as project costs.
Regulatory agencies will be contacted to determine permitting requirements and to identify
any issues that could impact the project schedule, including a Certificate of Convenience
and Necessity (CCN) potentially required to provide utility service to the project
component locations.
4. Participate in informal meetings with the Owner to review progress and exchange ideas
and information. Prepare and distribute meeting minutes for project meetings.
B. Preliminary Work Items — On or before January 1, 2007, Engineer shall perform the
following:
1. Integrated Water Resources Evaluation
a. Review the City of Lubbock's Water Supply Plan and Report dated June 2005; verify
and quantify the City's available water supply sources and the projected system
demand requirements --both AAD and Peak Day.
-10-
b. Identify and quantify risks associated with each supply source that could impact the
City's ability to meet demand projections.
c. Prepare a water balance spreadsheet model to evaluate the conjunctive use of the
potential supply sources.
d. Evaluate the model to optimize the use of the resources on a daily, weekly, or monthly
time -step to help the City use its resources as effectively as possible to maximize their
yield.
2. Establish the basic design flow, maximum flow, flow ranges and patterns, and hydraulic
capacity of the conveyance, storage, and treatment facilities. Establish water quality
treatment goals for new facilities.
3. Evaluate and discuss with the City the potential impact of the location of the water
treatment plant (either near Lubbock, near Post, or at Lake Alan Henry) on the staffing and
operations of the plant and on the associated capacity and budgetary requirements of the
transmission pipeline, transmission pump stations, terminal storage reservoir, and water
treatment plant
4. Evaluate the extent of additional facilities needed to incorporate existing and proposed
facilities owned and operated by the White River Municipal Water District, including the
proposed Post Reservoir.
5. Review surrounding area and community water supply demands and projected deficiencies
as identified in the Regional Water Plan, and evaluate the impact of those additional
demands on the project. Evaluate the impact of those needs on the ability of the system to
provide treated water versus raw water to those cities, acknowledging that most of the
surrounding communities do not have surface water treatment facilities.
6. Identify existing energy and power providers available in the project areas. Evaluate
potential feasibility of integrated renewable sources, such as on -site wind energy as an
opportunity in Distributed Power Generation.
7. Review findings with City for direction and impact on subsequent work items.
C. Objectives, Selection Criteria and Data Review
1. The route study will include various alternatives:
a. Most direct route
b. Route maximizing use of highway right of way, as available
c. Route best accommodating potential connections with the proposed Post Reservoir
2. Selection and facility location(s) criteria will be determined in conjunction with the City,
and will include, among others:
a. Construction Costs
b. Land Costs
c. Environmental Permitting Issues
d. Total life cycle costs including capital, pumping, operations, and maintenance costs
e. Compatibility of alternate routes to allow a future water supply from the proposed Post
Reservoir
f. Cost of power lines and access roads to pump stations
3. Data review will include:
a. Aerial photography from DOQQ or other sources for cropland and other conflicts
b. USGS digital contour maps
c. Property maps from local appraisal districts
d. Geologic and soil mapping
e. Wetland mapping, species habitat mapping, and historical site mapping of the potential
routes
f. Flood mapping
g. Utility mapping where available
h. Mapping of White River Municipal Water District water transmission facilities
i. City mapping including master thoroughfare plans, utility maps, street maps, property
maps, aerial photography, and contour maps as available
j. Oil and gas well and pipeline mapping
Methodology
A. Route Study
1. Route Selection
a. Review available topographic, property, and utility maps within the corridor to
determine potential alternative alignments.
b. Conduct a surface reconnaissance field survey to review the potential alignment
alternatives within the corridor to determine if there are additional alternatives not
apparent from the available records, as well as to identify potentially problematic creek,
terrain, road crossings, and other conflicts.
c. Develop preliminary ownership maps, based on information that can be readily
obtained from the county appraisal district office(s) which reflects the proposed routing
of the project and the apparent ownership of the properties to be affected. This activity
is solely to estimate the number of easements that would be required to be obtained.
d. Meet with representatives of the various governmental agencies through which the
pipeline will pass to review alternative pipeline alignments through their area of
jurisdiction, as well as availability of public right-of-way for placement of the pipeline.
e. Identify both construction and permanent easement requirements.
SPA
2. Evaluate alternative hydraulic scenarios, piping materials, diameters, pipe pressure classes,
valve types and locations, and appurtenances such as blow -off and air release valves.
3. Evaluate relative route differences in cost, land issues, and hydraulics, as well as
environmental issues associated with each alternative route, as affects permitting,
construction time requirements, and construction costs, including:
a. Designations of waters of the United States
b. Archeological Sites
c. Historic sites
d. Wetlands
e. Playa lakes
f. Threatened and endangered species
4. Prepare summary memorandum.
a. Summarize advantages and disadvantages of the basic alignment and each alternative
alignment, considering geotechnical conditions, urban development conditions, service
requirements, construction difficulties, environmental factors, and overall costs.
b. Prepare estimates of probable construction cost for the alternatives and make a cost
effectiveness analysis of the alternatives based on the opinions of probable construction
costs, operating and maintenance costs, and other project costs.
c. Prepare recommendation for route, including identification of temporary and permanent
easement requirements.
d. Prepare a draft memorandum containing the materials, information and evaluations set
forth in this paragraph A, "Methodology" and submit to the City on or before May 1,
2007.
e. Review draft with Owner and revise as required on or before 30 days after the draft
memorandum has been delivered to the City.
f. Prepare a memorandum listing major review comments and the resolution of the
comments on or before 30 days after receiving comments from the City.
g. Issue final memorandum in sufficient clarity and detail for City to initiate field survey
work for the right-of-way and easement acquisition process on or before September 1,
2007.
B. Raw Water Intake
1. Review raw water intake concept and planned facilities.
a. Verify the intake pump station site
b. Identify and evaluate access and utilities to serve the intake pump station
c. Verify the tailwater elevations of the Probable Maximum Flood for the planned pump
station location.
-13-
2. Prepare summary memorandum.
a. Summarize findings, including geotechnical conditions, water quality issues,
constructability, access, utilities, environmental factors, and overall cost effects.
b. Summarize advantages and disadvantages of each alternative intake design concept.
c. Prepare estimates of probable construction cost for the alternatives and make a cost
effectiveness analysis of the alternatives based on the opinions of probable construction
costs, operating and maintenance costs, and other project costs.
d. Prepare a draft memorandum containing the materials, information and evaluations set
forth in this paragraph B, "Methodology" and submit to the City on or before January 1,
2007.
e. Review draft with Owner and revise as required on or before 30 days after the draft
memorandum has been delivered to the City.
f. Prepare a memorandum listing major review comments and the resolution of the
comments on or before 30 days after receiving comments from the City.
g. Issue final memorandum on or before May 1, 2007.
C. Pumping Station(s)
Pump station design criteria.
a. Establish the firm capacities and the capacity ranges for each pump station.
b. Identify type, number, capacity, speed ranges, drive types, horsepower, and type of
control for all pumping units.
c. Evaluate alternative pumping station site locations to determine the most cost-effective
locations for pipeline pressure, access, power supply availability, and site constraint
issues.
d. Evaluate alternatives for phasing pump station construction to meet initial and future
requirements.
e. Evaluate alternatives for controlling biological growth within the conveyance system
and means of delivering at the points of application.
f. Evaluate necessary surge control facilities.
g. Evaluate the need for on -site flow storage facilities.
h. Develop conceptual layouts of the pumping station on or before May 1, 2007. Include
in summary memorandum.
2. Prepare summary memorandum.
a. Summarize advantages and disadvantages of the alternatives, considering geotechnical
conditions, urban development conditions, service requirements, construction
difficulties, environmental factors, and overall costs.
b. Prepare estimates of probable construction cost for the alternatives and make a cost
effectiveness analysis of the alternatives based on the opinions of probable construction
costs, operating and maintenance costs, and other project costs.
-14-
c. Prepare a draft memorandum containing the materials, information and evaluations set
forth in this paragraph C, "Methodology" and submit to the City on or before May 1,
2007.
d. Review draft with Owner and revise as required on or before 30 days after the draft
memorandum has been delivered to the City.
e. Prepare a memorandum listing major review comments and the resolution of the
comments on or before 30 days after receiving comments from the City.
f. Issue final memorandum on or before September 1, 2007.
D. Water Treatment Facilities Plan
Review existing regulations and anticipated future regulations and evaluate the potential
impacts of these regulations on the Owner. Perform desktop review of source water quality
from Lake Alan Henry, future Post Reservoir, and future wastewater treatment plant
effluent.
a. Determine historical means, ranges, and trends of water quality constituents based on
available data.
b. Estimate water quality changes which may occur due to transport from source to point
of delivery.
c. Investigate the potential for water quality problems and improvements due to mixing of
treated water supply sources due to total dissolved solids, pH, alkalinity, disinfectants,
and other reactive characteristics.
d. Recommend additional testing to be performed by Owner for additional data as required
by the Texas Commission on Environmental Quality and the treatment technologies to
be evaluated, upon review of existing data. Develop sampling and testing protocol for
purpose of obtaining meaningful results.
2. Evaluate raw water storage needs. Identify locations and basic capacities needed. Optimize
size and location to minimize life -cycle cost of raw water conveyance facilities, taking into
account initial capital costs and long-term operation and maintenance costs.
3. Evaluate up to three alternative liquid treatment process alternatives that could be capable
of meeting the finished water quality parameters desired by the City of Lubbock.
4. Evaluate up to three sludge disposal alternatives to determine their ability to meet the
Owner's goals and objectives and meet existing and future regulatory requirements.
Potential disposal alternatives will include discharge to the sanitary sewer system, co -use
with wastewater treatment plant biosolids, landfill cover, on -site monofill, and potential
market to outside sources for soil amendments.
Upon completion of evaluation of sludge disposal alternatives, evaluate up to three solids
dewatering alternatives to meet the Owner's sludge disposal goals and objectives and
regulatory requirements.
-15-
5. Evaluate laboratory facilities needs. Review the adequacy of the existing laboratory
facilities to meet future needs.
6. Evaluate chemical delivery alternatives and review transportation corridors to the water
plant site.
7. Evaluate alternative layouts and develop preliminary site plan.
8. Develop preliminary hydraulic profile.
9. Develop architectural concept of the proposed treatment facility.
10.Develop basic utilities services concepts, including standby power.
I I.Prepare estimates of probable construction cost for the alternatives and make a cost
effectiveness analysis of the alternatives based on the opinions of probable construction
costs, operating and maintenance costs, and other project costs.
12.Prepare summary memorandum.
a. Summarize advantages and disadvantages of the alternatives, considering geotechnical
conditions, urban development conditions, service requirements, construction
difficulties, environmental factors, and overall costs.
b. Summarize probable construction cost.
c. Prepare a draft memorandum containing the materials, information and evaluations set
forth in this paragraph D, "Methodology" and submit to Owner on or before August 1,
2007.
d. Review draft with Owner and revise as required on or before 30 days after the draft
memorandum has been delivered to the City.
e. Prepare a memorandum listing major review comments and the resolution of the
comments on or before 30 days after receiving comments from the City.
f. Issue final memorandum on or before December 1, 2007.
E. Water Distribution System Evaluation
1. Review previous modeling efforts and subsequent system improvements. Identify impact
to the distribution system for alternate treatment plant locations.
2. Evaluate high -service or low -head pumping requirements into City distribution system.
Based on previous and updated distribution system models, optimize size and location to
maximize value of distribution system improvements.
3. Prepare summary memorandum
-16-
a. Prepare a draft memorandum containing the materials, information and evaluations set
forth in this paragraph E, "Methodology" and submit to Owner on or before August 1,
2007.
b. Review draft with Owner and revise as required on or before 30 days after the draft
memorandum has been delivered to the City.
c. Prepare a memorandum listing major review comments and the resolution of the
comments on or before 30 days after receiving comments from the City.
d. Issue final memorandum on or before December 1, 2007.
F. Power Delivery Plan
The effective use of energy for the large pumping load and water treatment processes will be
critical to the long-term economic operation of this project. On -site electric generation may
offer savings over electricity purchased through the local utility because on -site power is not
subject to losses through the utility's transmission and distribution system and the remote
pumping stations may require substantial construction of new transmission, substation and
distribution facilities to service these stations. An analysis of the electric loads of the facilities
and alternative electric supply options to develop a least -cost life -cycle energy supply plan for
the project will be performed. This study will include the following major tasks.
1. Energy Demand Analysis - Define the electric peak demand and demand profiles for the
facility based on the conceptual designs for the pumping stations and water treatment plant.
The cost of the local utility providing electricity to the facility will be determined as a basis
for comparison to an on -site wind energy generation option. Develop options for on -site
wind energy projects, including the impact of a single utility -scale wind turbine, enough
turbines to meet the project's minimum demand, and turbines to provide sufficient
generation to offset the facility's expected annual energy consumption. The feasibility of
each project option will be discussed in context with ERCOT interconnection allowances.
2. Wind Energy Technical Feasibility Review - The wind resource of the project site will be
evaluated using the Texas wind resource map and the performance characteristics of
nearby wind energy projects. Estimates of the likely annual and monthly average energy
production of candidate wind turbine designs will be prepared.
3. High-level Conceptual Design and Cost Estimate - A high level conceptual design will be
developed for each generation alternative that is deemed to be feasible in the previous task.
The conceptual design will include a description of the electric generation option, a
preliminary power generation layout diagram, and a major equipment list. Indicative
capital and operations and maintenance (O&M) cost estimates will then be developed for
each alternative to support the economic evaluation.
4. Economic Evaluation - The levelized cost of electricity will be calculated for each of the
short-listed power generation options. The levelized cost is the life -cycle cost per kWh of
-17-
generating power with a particular technology considering the capacity factor (utilization
factor), capital cost, operations cost, financing cost, and economic incentives.
5. Power Supply Plan Development - Develop a power supply plan based on the results of
each of the previous tasks. The cost of providing power will be considered along with the
generation profile of the most promising options. For example, wind energy provides an
intermittent generation profile which may or may not be acceptable for this application. An
integrated solution with multiple power supply options will likely be the best solution. This
approach combines the benefits of fixed -cost power generation with the reliability and
availability of traditional electric delivery options.
6. Prepare summary memorandum.
a. Summarize advantages and disadvantages of the alternatives, considering urban
development conditions, service requirements, construction difficulties, environmental
factors, and overall costs.
b. Summarize probable construction cost.
c. Prepare a draft memorandum containing the materials, information and evaluations set
forth in this paragraph F, "Methodology" and submit to the City on or before August 1,
2007.
d. Review draft with Owner and revise as required on or before 30 days after the draft
memorandum has been delivered to the City.
e. Prepare a memorandum listing major review comments and the resolution of the
comments on or before 30 days after receiving comments from the City.
f. Issue final memorandum on or before December 1, 2007.
G. Preliminary Engineering Report
1. Prepare a draft report that compiles the findings and recommendations of the individual
memoranda to present a recommended plan of improvements and opinions of probable
construction cost for that plan. Submit twenty copies to Owner for review and comment on
or before November 1, 2007.
2. After Owner has reviewed and commented, make any necessary modifications and submit
twenty copies of the final report to Owner on or before January 1, 2008. Submit to TCEQ
for concept approval.
DE:1
Resolution No. 2006-RO412
August 24, 2006
Item No. 6.11
EXHIBIT B
PAYMENTS TO ENGINEER
LUMP SUM METHOD
Article II of the Agreement is amended and supplemented to include the following agreement of the
parties:
ARTICLE II -- PAYMENTS TO THE ENGINEER
B4.01 For Basic Services Having A Determined Scope --Lump Sum Method of Payment
A. OWNER shall pay ENGINEER for Basic Services set forth in Exhibit A as follows:
1. A Lump Sum amount of $525,000.00 distributed per work item as follows:
Preliminary Work Items
$ 75,000
Route Study
$125,000
Raw Water Intake
$ 20,000
Pumping Stations
$ 60,000
Water Treatment Facilities Plan
$140,000
Water Distribution System Evaluation
$ 25,000
Power Delivery Plan
$ 25,000
Preliminary Engineering Report
$ 55,000
2. The Lump Sum includes compensation for ENGINEER's services and services of
ENGINEER's Consultants. Appropriate amounts have been incorporated in the Lump Sum to account
for labor, overhead, profit, and expenses.
3. The portion of the Lump Sum amount billed for ENGINEER's services will be based upon
ENGINEER's reasonable estimate of the proportion of the total services actually completed during the
billing period to the Lump Sum.
B4.02 For Authorized Additional Services --Standard Hourly Rates Method of Payment.
A. OWNER shall pay ENGINEER for authorized additional services, if and as set forth in writing,
from the City Manager, or his/her designee, such authority to designate the additional services being hereby
delegated by the City Council, shall be billed and payable as follows:
1. For labor on an hourly rate basis in accordance with the attached schedule.
2. For reimbursable expenses, on the basis of cost times a factor of 1.15 .
B. The hourly rate schedule will be adjusted each January 1st to reflect cost of living adjustments,
limited to a maximum increase of 3 % per annum.
-19-
Rules and Expenses for
Additional Services if Authorized
Client:
Project:
Agreement Date:
Classification Hourly Rate
PROFESSIONAL LEVEL VII
Engineer VII
Architect Vill
Landscape Architect Vlll
PROFESSIONAL LEVEL VI
Engineer VI
Architect VII
Landscape Architect VII
PROFESSIONAL LEVEL V
Engineer V
Architect VI
Landscape Architect VI
PROFESSIONAL LEVEL IV
Engineer IV
Architect V
Landscape Architect V
PROFESSIONAL LEVEL III
Engineer III
Architect IV
Interior Designer V
Engineering Technologist IV
Resident Project Representative IV
Landscape Architect IV
PROFESSIONAL LEVEL II
Engineer UII
Architect III
Interior Designer IV
Engineering Technologist III
Resident Project Representative III
Landscape Architect III
Expenses
Parkhill, Smith & Cooper, Inc.
Hourly Rate Schedule
Current through December 31, 2006
January 1, 2006
Classification Hourly Rate
148.00 PROFESSIONAL LEVEL 1 66.00
Intern (Architect) 1/11
Interior Designer III
Intern (Interiors) II
Engineering Technologist I/11
126.00 Resident Project Representative 1/11
CADD Manager V
SUPPORT STAFF III 63.00
Engineering Technician III/IV
112.00 CADD IV
Administrative Secretary III
SUPPORT STAFF 11 58.00
Accounting Clerk
96.00 CADD
Clerical
Engineering Technician 1/11
Administrative Secretary I 111
81.00 SUPPORT STAFF 1 32.00
Accounting Clerk Trainee
CADD Trainee
Clerical Trainee
73.00
Reimbursement for expenses, as listed below, incurred in connection with any additional services, will be at cost plus fifteen percent for items
such as:
1. Maps, photographs, postage, toll telephone, reproductions, printing, equipment rental, and special supplies related to the services.
2. Consultants, soils engineers, surveyors, contractors, and other outside services.
3. Rented vehicles, local public transportation and taxis, travel, and subsistence.
4. Special or job specific fees, insurance, permits, and licenses applicable to the work services.
5. Outside computer processing, computation, and proprietary programs purchased for the services.
Rate for professional staff for legal proceedings or as expert witnesses will be a rate one and one-half times the Hourly Rates specified above.
Excise and gross receipts taxes, if any, will be added as an expense.
The foregoing Schedule of Charges is incorporated into the agreement for the services provided, effective January 1, 2006 through
December 3I , 2006. After December 31, 2006, invoices will reflect the Schedule of Charges currently in effect, as limited in this Contract.