HomeMy WebLinkAboutResolution - 2837 - Contract - Power Projects Inc - Engineering Services, TTU Cogeneration Project - 05_12_1988i
Resolution #2837
May 12, 1988
Item 22
DGV:dw
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 contract with
Power Projects Inc. of 320 Lennon Lane, Walnut Creek, California 94598, for
engineering services in connection with the City of Lubbock/Texas Tech
Generating Facility, attached herewith, which shall be spread upon the
minutes of the Council and as spread upon the minutes of this Council shall
constitute and be a part of this Resolution as if fully copied herein in
detail.
Passed by the City Council this 12th day of May . 1988.
� VJ7. C - /// �
C. MCMINN, MAYOR
Ranet a _ooya, city secretary
AP VE S TO CONT T:
sworth, Lubbock. Power & Light
APPROVED AS TO FORM;
Donald G. Vandiver, First Assistant
City Attorney
Resolution #2837
ENGINEERING SERVICES
AGREEMENT
This Agreement is made this the 12th day of May ,
19 88 .
BETWEEN
The City of Lubbock, Texas, the Owner, and Power Projects, Inc.,
320 Lennon Lane, Walnut Creek, CA 94598, the Engineer.
A. SCOPE OF THE WORK
Provide professional services to prepare plans and specifi-
cations, assist in receiving bids and provide the adminis-
tration of construction contracts for the following project:
CITY OF LUBBOCK/TEXAS TECH UNIVERSITY GENERATING FACILITY
B. BASIC SERVICES
The Engineer shall provide professional services as follows:
1. Consult with the Owner to ascertain the requirements of
the Project and confirm such requirements to the Owner.
2. Prepare Schematic Design Studies consisting.of drawings
and other documents illustrating the scale and the re-
lationship of project components for approval of the
Owner and submit to the Owner a statement of probable
construction cost.
3. When applicable for the purpose of preparing grant ap-
plications, furnish sufficient detail and information
to satisfy the requirements of federal, state, county
and other funding agencies.
4. Prepare from the approved. Schematic Design Studies, for
approval by the Owner, the Design Development Documents
consisting of drawings and other documents to fix and
describe the size and character of the entire Project
as to materials, structure, mechanical and electrical
systems and such other essentials as may be appropriate
and submit to the Owner a further Statement of Probable
Construction Cost.
5. Furnish copies of Schematic Design Studies, Design De-
velopment drawings Contract Documents in quantities as
required by the Owner.
C.
Q
E.
6. Provide design compliance with Senate Bill No. 111,
Article 678, Chapter 324, Vernon's Civil Statutes, as
amended and with any and all federal government handi-
capped requirements.
THE OWNER'S RESPONSIBILITIES
1. The Owner may furnish such structural, mechanical,
electrical, chemical and other laboratory test, inspec-
tions and reports as he may deem necessary. A complete
survey of the site and utilities serving it, soil anal-
ysis and a program of the work, outlining in detail the
space requirements and their general relationship will
be provided as required by the Project.
2. The Owner may furnish such legal, accounting and insur-
ance counseling services as he may deem necessary for
the Project and auditing services as he may require to
ascertain how or for what purposes the Contractor has
used the monies paid him under the Construction Con-
tract.
3. When continuous field supervision of construction is
deemed necessary by the Owner, in addition to the Engi-
neer's basic services, the Owner shall bear the cost of
such supervisory personnel. This personnel must be mu-
tually acceptable to the Owner and the Engineer.
THE ENGINEER'S RESPONSIBILITIES
The Engineer shall not be responsible for the acts or omis-
sion of any contractor, subcontractor, supplier or the agent
or employee of any contractor, subcontractor or supplies in
the performance of this Agreement; however, nothing herein
shall be construed to release Engineer from liability for
failure to properly perform the duties and responsibilities
assumed by the Engineer pursuant to this Agreement.
COMPENSATION AND PAYMENT
1. Payments for basic services may be made monthly in pro-
portion to the service actually performed, but not to
exceed the percentages specified at the completion of
each phase of work as follows:
Schematic Design Phase 15%
Design Development Phase 20%
Construction Documents Phase 40%
Bidding or Negotiation Phase 5%
Construction Phase 20%
- 2 -
F. ADDITIONAL SERVICES
Services not included under the Basic Service article of
this Agreement shall be considered Additional Services.
Such Additional Services and related expenses shall be as
mutually agreed upon in writing by the Owner and Engineer
prior to the beginning of any work. Compensation for Addi-
tional Services shall be ae--€el-1-owss in accordance with the
Compensation Schedule for Consulting Engineering Services attached hereto as ,ir/)i
-1.--Bireet Petsere_el Fzmpe _-_ Exhibit C.�'���
'mbursement for direct personnel expense of tho
prin ls, associates and employees of the m who
are assig to and are productively a ed on the
project provi such services esearch, designing,
preparing drawings a rit' specifications.
Direct personnel ense shall"be, ased on an amount of
time a actual cost of sal3rivz normally paid,
inclu mandatory and customary benefits ch as
utory employee benefits, insurance, holiday aca-
tions, pensions and similar benefits.
rsement Expenses
Engira4neer shall be re i or his direct cost of
such expens eproduction, p out-of-state
and communications directly related -sh1
3. The cost o change or o the Engi-
neer's error or s responsibility of
er.
G. CONSULTANTS
It is contemplated that during the process of the work to be
performed under this Agreement, both parties may wish to re-
tain consultants at their own expense. It is specifically
understood and agreed that any consultant retained by the
Engineer shall be at Engineer's expense; however, the Owner
reserves the right to approve such consultants and the con-
ditions of their employment. It is further understood that
the Owner may retain consultants and that the expense for
the same shall be borne by the Owner.
H. CONTINUING SERVICES
Following completion of any phase of the work, the Owner may
elect to continue, delay, abandon or revise the work. The
payment for services accordingly will be as mutually agreed.
OV)
KJ
- 3 -
I. NONDISCRIMINATION IN EMPLOYMENT
J.
K. .
L.
There shall be no discrimination against any employee or ap-
plicant for employment because of race, religion, color, na-
tional origin, age, handicap or sex.
ACCOUNTING RECORDS
Records of the Engineer's direct personnel expenses and
records of accounts of reimbursable expenses for which reim-
bursement is requested shall be kept on a generally recog-
nized accounting basis and shall be available to the Owner.
Said records shall be preserved for a period of three years
after final payment.
TERMINATION OF AGREEMENT
This Agreement may be terminated by either party on thirty
(30) days written notice to the other party for failure or
refusal to perform in accordance with the terms and condi-
tions of this Agreement. Such termination shall be made by
the Owner, giving written notice directed as follows:
Power Projects, Inc.
320 Lennon Lane
Walnut Creek, CA 94598
Attn: Mr. Colin Taylor
likewise, termination by the Engineer shall be accomplished
by directing written notice to:
City Manager
City of Lubbock
P. O. Box 2000
Lubbock, Texas 79457
In the event of termination, the Engineer shall be paid his
compensation for services performed to termination date
based upon completion of services performed to termination
date, and based upon completion of work through any phase
under the fee basis as applicable, or on a direct personnel
expense basis as mutually agreed.
Copies of drawings, specifications or any other materials to
date of termination will be furnished to the Owner on date
of termination.
OWNERSHIP OF DOCUMENTS
Original Drawings and Specifications as instruments of ser-
vice are, and shall remain, the property of the Engineer
whether the project for which they are made is executed or
not. The Owner shall be permitted to retain copies, includ-
- 4 -
ing reproducible copies, of Drawings and Specifications for
information and reference in connection with the Owner's use
and occupancy of the Project. The Drawings and Specifica-
tions may be used by the Owner on other projects, for addi-
tions to this project, or for completion of this project by
others at no additional charge to Owner.
M. SUCCESSORS AND ASSIGNS
The Owner hereby binds itself, its successors, assigns and
legal representatives to the Engineer in respect to all
stipulations, terms and covenants of this Agreement; and
likewise, the Engineer hereby binds himself, his successors,
assigns and legal representatives to the Owner, in respect
to all stipulations, terms and covenants of this Agreement.
N. ASSIGNMENT
Neither the Owner nor the Engineer shall assign, sublet or
in any manner transfer it or their respective interest in
this Agreement to any other person, individual, firm, corpo-
ration or other interest without prior written consent of
the other respective party.
O. EXTENT OF AGREEMENT
This Agreement represents the entire and integrated agree-
ment between the Owner and the Engineer and supersedes all
prior negotiations, representations or agreements, either
written or oral. This Agreement may be amended only by
written instrument signed by both the Owner and the Engi-
neer.
P. APPLICABLE LAW
This Agreement shall be considered to be performed in
Lubbock County, Texas.
Q. DESIGNATION OF REPRESENTATIVE
Owner hereby designates the City Manager of the City of
Lubbock or the person designated as his representative, as
its duly authorized and designated representative to act for
and on behalf of Owner.
R. ARBITRATION
All questions of dispute under this Agreement shall be sub-
mitted to arbitration at the request of either party to the
dispute. The parties may agree upon one arbitrator, other-
wise, there shall be three; one named in writing by each
party and the third chosen by the two arbiters selected; or
if the arbiters fail to select a third within ten (10) days,
he shall be chosen by the District Judge, 72nd District of
- 5 -
Texas. Each arbiter shall be resident of the City of
Lubbock. Should either party fail to choose an arbiter
within ten (10) days, the Owner's Representative shall ap-
point such arbiter. Should either party refuse or neglect
to supply the arbiters with any papers or information de-
manded in writing, the arbiters are empowered by both par-
ties to take Ex Parte Proceedings. The arbiters shall act
with promptness. The decision of any two shall be binding
on both parties to the contract, unless either or both par-
ties shall appeal within ten (10) days from date of the
award by the arbiters, and it is hereby agreed that each
party shall have the right of appeal and all proceedings
shall be according to and governed by Arbitration Statutes
of Texas. The decision of the arbiters upon any question
submitted to arbitration under this contract shall be condi-
tion precedent to any right of legal action. The arbiters
are authorized to award the party whose contention is sus-
tained, such sums as they deem proper for the time, expense
and trouble incident to the appeal, and if the appeal was
taken without reasonable cause, they may award damages for
any delay occasioned thereby. The arbiters shall fix their
own compensation, unless otherwise provided by agreement,
and may assess the costs and charges of the arbitration upon
either or both parties. The award of the arbiters must be
made in writing and shall not be open to objection on ac-
count of the form of proceedings or award.
S. SPECIAL PROVISIONS
Special provisions applicable to this Agreement, if any, are
as follows: The following Special Provisions shall control over any conflicting
provisions of this contract:
1. The scope of this Agreement shall be limited to "Task
#1" and Task #2 as described in a letter dated April 8,
1988, and a Supplement thereto dated May 4, 1988 from
Lubbock Power and Light to Power Projects, Inc., and
further described as "Work Authorization No. 1" and
"Work Authorization #2" in the City of Lubbock Cogener-
ation Plant Proposed Work Authorizations, both of which
documents are attached hereto as combined Exhibit A and
made a part hereof for all intents and purposes. In
the event of a conflict between the provisions of Ex-
hibit A and the general conditions of this Agreement,
Exhibit A shall control.
2. Supplemental Terms and Conditions are attached hereto
as Exhibit B and made a part hereof for all intents and
purposes.
3. Compensation and billing shall be in accordance with
the Compensation Schedule for Consulting Engineering
Services attached hereto as Exhibit C, which compensa-
tion shall not exceed the maximum amounts specified in
"Work Authorization #1" and "Work Authorization #2" of
the City of Lubbock Cogeneration Plant Proposed Work
Authorizations, attached hereto as part of Exhibit A.
4. Engineer will proceed on individual elements of Task #1
and Task #2 only upon authorization by Owner to proceed
on such elements. Such authorization shall be oral
followed by written verification of authorization.
THIS AGREEMENT executed the day and year first written above.
OWNER
CITY OF LUBBOCK
xfwk
MAYOR `
TE
City Se etary
APPROVED AS TO FORM:
1
ENGINEER
POWER .PROJECTS
m
BY..
Title PRES I DENT
- 7 -
Compensation will be in accordance with Agreement
The total authorized amount under this Work Authorization is $131,300.
PPI may not exceed this limit without prior written approval from LP&L.
POWER PROJECTS. INC.
sy.
441-i4i
Title: PRESIDENT
O928T Page 2 of 2
LUBBOCK POWER & LIGHT
Title: Production Superintendent
Exhibit A (Part 2)
TO: Power Projects, Inc.
320 Lennon Lane
Walnut Creek, CA 94598
Agreement:
NA No.: 2
Project: LP&L/Texas Tech,
Date: April 22, 1988
Under the provisions of the Agreement indicated above. Power Projects. Inc.
is authorized to proceed with the work outlined below.
1. SCOPE
WA No. 2 - Site Preparation
Work scope shall be as detailed in Attachment WA-2A.
�3�I�!IUiI�
PPI will submit a preliminary issue of drawings and specifications to
LP&L for review within fifty (50) calendar days after the receipt of
this signed Work Authorization.
PPI intends to revise and resubmit the final drawings and specifications
to incorporate LP&L comments within twenty-five (25) calendar days
after the receipt of all comments from LP&L.
3. DELIVERABLES
PPI shall submit the following deliverables:
Preliminary Issue Drawings - 1 Reproducible and 3 Copies
Specifications - 1 Reproducible and 3 Copies
Einal Issue Drawings - 1 Reproducible and 3 Copies
Specifications - 1 Reproducible and 3 Copies
The proposed drawing and specification lists are included in Attachment
NA-2A.
0928T Page 1 of 2
Exhibit A (Part 3)
ATTACHMENT WA-2A
Page 1 of 2
PPI shall furnish drawings and specifications for the City of Lubbock
Cogeneration Plant site preparation and screening fences. Parkhill, Smith
and Cooper of Lubbock, Texas will perform the majority of the engineering
services for this work. PPI will provide services to manage this effort.
The following tasks are included:
WA-2 Tasks
III M.M. C."FTWAafarim. I
o Review existing drawings of proposed Brownfield Highway Right -of Way
with Texas Tech University and State Department of Highways and
Public Transportation (SDHPT)
o Meet with SDHPT and review their schematic design
o Review proposed right-of-way requirements with City of Lubbock
Director of Traffic and Transportation
o Review findings with PPI project team
o Finalize right-of-way requirements with Lubbock Power and Light/Texas
Tech University
Site Preparation
o Review soil boring reports (provided by LP&L)
o Review site survey.(provided by LP&L)
o Review existing drainage of site
o Review drainage of site with TTU Grounds Maintenance
o Obtain facility size from LP&L and PPI
o Plot site plan
o Determine ingress and egress to site
o Review site layout with LP&LITTU project personnel and PPI
o Prepare construction cost estimates for site development
Utility Relocation
o Review existing TTU utility maps
o Review utility company and city utility maps
record drawings
o Locate utility tunnel and prepare a plan and
o Review sanitary sewer requirements
o Review water line relocations
0928T
for conformance with TTU
profile drawing
Exhibit A (Part 3)
ATTACHMENT WA-2A
Page 2 of 2
Drawing List
Drawing No. Title
PSC-100 Site Plan
PSC-101 Existing Utilities
PSC-102 Control Building Layout
Specification List
0928T
PSC-100 Control Building Outline Specification
Exhibit A (Part 3)
4. COMPENSATION
Compensation will be in accordance with Agreement
5. AUTHORIZED AMOUNT
The total authorized amount under this Work Authorization is $45.000.
PPI may not exceed this limit without prior written approval from LP&L.
POWER PROJECTS. INC
By
Title: PRESIDENT.
0928T Page 2 of 2
Exhibit A (Part 3)
LUBBOCKPOWER
Title: Production -Superintendent
The Engineer agrees that it shall use sound and professional
principles and practices in accordance with normally accepted
engineering standards in the performance of services hereunder.
In the event of negligent performance of services by the Engineer
with respect to which the Owner gives written notice, the
Engineer shall proceed expeditiously to modify or correct the
services negligently performed.
The Engineer's liability as a result of services performed under
this Agreement. whether in contract, indemnity, contribution,
tort (including negligence, whether active. passive or of any
other kind). or otherwise, shall not exceed the dollar amount
paid to the Engineer for performance of services under this
Agreement. or $500.000. whichever is greater. The Engineer shall
not be liable to the Owner for any special, consequential.
incidental or penal losses or damages.
SC-3 FORCE MAJEURE
Neither the Engineer nor the Owner shall be liable for and is
excused from any failure to deliver or perform or for a delay
in delivering or performance due to a cause beyond its control,
including, but not limited to, acts of nature, governmental
actions, fire, labor difficulty. shortages. civil disturbances,
transportation problems. interruptions of power or communications,
failure of either party's suppliers or subcontractors. or natural
disasters.
The compensation and manner of payment to Power Projects. Inc. (Consultant)
for its professional services is as set forth below:
1. Personnel Charges: Personnel Charges shall be in accordance with the
attached Power Projects. Inc. Hourly Billing Rates Table for each job
classification.
An overtime premium factor of 1.35 shall be applied to Personnel Charges
computed in the preceding manner for hours worked (in accordance with
Consultant's policy) in excess of forty (40) hours per person per week or
eight (6) hours per person er day for Principal Engineer and below. All
other overtime hours shall ge billed as set forth above. Overtime hours
charged during a billing period will not exceed ten percent (10%) of the
total hours unless specifically authorized by Client.
Travel Time: Time spent in either local or Inter —city travel. when this
travel is in the interest of the work, will be charged in accordance with
the above paragraph Personnel Charges. Mhen traveling by public carrier.
a maximum charge of eight hours per day will be rude.
1a idays: Consultant's personnel are entitled to the following six
holidays.
New Year's Day
Memorial Day
Independence Day
Labor Day
Thanksgiving
Christmas
For personnel assigned outside Consultant's offices, alternate days to
match Client's holiday requirements will be assigned when requested. If
work is performed by Consultant's personnel on Client holidays which are
in excess of the above holiday entitlement, hours shall be char ed in
accordance with the personnel charges set forth above. If the job site is
Inaccessible to Consultant's personnel due to Client's holiday
requirements and work is not performed. only actual Salary Cost shall be
charged.
Job Site Inaccessibility: Nhen personnel assigned outside Consultant's
offices are unable to gain access to the job site due to severe inclement
weather or other causes beyond Consultant's control, reimbursement for
actual Salary Cost for the period of inaccessibility shall be charged.
2. Computer Charges: Consultant shall be paid at established rates for all
computer use by Consultant or Client personnel reasonably required in the
performance of work pursuant to this agreement.
Computer use includes the use of Consultant owned or leased hardware.
peripherals or terminal equipment. or the use of external service bureau
equipment.
— 1 —
Exhibit C (page 1 of 5)
3. jravel Expenses: Consultant shall be paid for all transportation and
subsistence expenses incurred by Consultant's personnel in connection
with the performance of services for work assignments of up to sixty (60)
days array from Consultant's offices. For field assignments of a duration
more than sixty (60) days and less than twelve (12) months. Consultant
shall be paid for all transportation and subsistence expenses incurred
during the first thirty (30) days and for a per diem paid to the employee
in accordance with Consultant's policy for the remaining time span. For
all assignments in excess of four weeks, actual transportation costs and
■anhours spent in transit for travel between the work location and the
employee's home at least every three weeks shall be paid. Time spent in
transit shalt be charged in accordance with the personnel charges set
forth .above.
For field assignments greater than twelve (12) months duration. Consultant
shall be reimbursed for relocation expenses at the beginning and
termination of the field assignment. This will include payment for all
Salary Costs and subsistence expenses in accordance with Consultant's
domestic relocation policy at the start and termination of the field
assignment. Consultant shall be reimbursed for a twenty-five dollar
($25.00) daily allowance paid to the employee in accordance with
Consultant's policy for the duration of the assignment. For assignments
of twelve (12) months or longer, actual transportation costs and manhours
spent in transit for travel between the work location and the employee's
home office every six months shall be paid. Transit time and time spent
at the office on Client related work shalt be charged in accordance with
the personnel charges set forth above.
4. Subcontractors and Retained Consultants: Any subcontractor or retained
consultant required in connection with the proiuch
ect shall be retained by
Consultant on behalf and as agent of Client. subcontractors or
retained consultants shall be billed at actual cost to Consultant plus
fifteen percent (15%) for administration.
S. Other Services and Supplies: Consultant shall be paid at actual cost for
direct expenses such as telephone. telegram and TWX charges. microfilming
and photographic charges, equipment and automobile rental charges which
are incurred by Consultant in the course of authorized work on the
project. Personal automobile use for authorized project travel shall be
billed at the mileage rate paid employees in accordance with Consultant's
policy.
Nord Processing. reproduction and other equipment teased and/or owned and
operated by Consultant shall be billed at assigned rates.
6. Billing: Compensation due Consultant shall be billed to Client at fiscal
monthly intervals and shall be due and payable within thirty (30) days
following receipt thereof. Billings shall be prepared in such form and
supported by such documents as Client may reasonably require.
7. Effective Period: This Compensation Schedule for Consultingg Engineering
Services is effective through December 31. 1988. Modifications to the
Schedule shall be submitted for Client review and approval sixty (60) days
prior to the effective date of any revision. In the event that a
modification to the Schedule is not submitted, the effective period shall
be automatically extended for an additional period of six (6) months.
—2—
Exhibit C (page 2 of 5)
Senior Manager/
Senior Technical Specialist
s 90.30
Manager/Technical Specialist
75.45
Principal Engineer
63.65
Senior Engineer
56.95
Engineer/Senior Designer
48.85
Drafter/Engineering Assistant/
Designer
40.75
Secretary
30.30
Exhibit C (page 3 of 5)
M. = • •
Principal (Engr VIII-7)
Project Manager (Engr V-8)
Project Architect (Arch IV-2)
Structural Engineer (Engr V-7)
Project Engineer (Engr V-3)
Project Architect (Arch IV-2)
Engineer in Training (Engr III-3)
CARD Operator
Structural EIT (Engr III-1)
Intern Architect (Arch II-1)
Typist (C!C I-4)
Drafter (DFT III-8)
Exhibit C (Page 4 of 5)
78.21
62.12
62.12
56.27
49.36
43.25
40.48
39.70
38.16
34.70
34.34
29.33
SULLIVAN, GRAY & SMITH
HOURLY BILLING RATES
Job Category
Mark Sullivan, Registered Professional Engineer
Donald Gray, Engineering Technologist — Planning
Gene Smith, Engineering Technologist — Transmission
Steve Owens, Registered Professional Engineer
Charles Pfingsten, Engineering Technician
Draftsman
Typist
Field Services
Surveying Crew
Exhibit C (page 5 of 5)
$60.00
45.00
45.00
60.00
40.00
25.00
20.00
40.00
65.00
s
LUBBOCKPObl1/LR & LIGHT
P.O. BOX 2000 e LUBBOCK, TEXAS 79457 • (806) 763-9381
April B,1988
Power Projects Inc.
320 Lennon Lane
Aalnut Creek, California 94598
ATTENTION: Peter C. van Alderwerelt, P.E.
SUBJECT: City of Lubbock Cogeneration Plant
REFERENCE: Preliminary Engineering Design Services Contract
Gentlemen:
The following are some thoughts that I had regarding the proposed scope
of work for PPI. The scope is divided into specific definable tasks as
we have previously discussed. Each task Kill be authorized on an
indivdual basis.
ML requests that PPI provide detailed cost breakdowns for the
following principle tasks. It is proposed that this Pork be performed on
a cost plus basis, Pith each task having a "guaranteed not to exceed"
maximum cost.
Task #1: Prepare plans and specifications for receiving turn -key design
build proposals.
This task shall include preliminary design calculations necessary to
properly select and specify all major and critical equipment items and
systems. The systems involved should include but not be limited to the
following:
a. C.E. LK2500 gas turbine Kith STIG modifications for HOx control
and power augmentation. This turbine/generator shall be
equipped Kith a 12.5 KV electric generator.
b. Heat recovery steam generator to deliver a nominal 65,000 lb/hr
of steam at 600 psig and 750 Deg F.
c. Rater treatment system for treatment of raw city water and
Texas Tech condensate.
d. Auxiliary systems including boiler feed water pumps, power
plant electric systems, instrumentation, Rater storage,
chemical storage and feed systems, freeze protection and
metering systems, etc.
�x� bit A C Pasf
This task shall include the development of an accurate and scaled site
plan showing all major equipment systems, buildings, roadways, site
utilities, and screening structures. This task shall include the
preparation or two cost estimates. The first cost estimate shall be
prepared as soon as possible after contract award and shall be based on
the most current costs from similar projects and will be used by LPtL to
verify the adequacy of the bond package. The Engineering Contract
second cost estimate shall be provided after all design is completed and
immediately prior to releasing plans and spec's to turn key bidders.
This task shall include the development of a project schedule outlining
anticipated duration of identifiable tasks. This schedule should start
with the award of the turnkey bid. Assume that the permitting process
is complete.
PPI can assume that gas service will be provided to the site by others.
If gas compressors are required, PPI can assume that these compressors
will be furnished and installed by the gas supplier. PPI should include
in their scope of work, the engineering time necessary to provide site
development space, station auxiliary power, controls and instrumentation
of the gas compressors.
This task should not include any electric substation or transmission
line work beyond the 12.5 EV generator breaker. This task should
include the design or all power plant electric auxiliaries up to the
high voltage terminals of the generator auxiliary transformer.
Specification preparation should include the development of all
commercial terms and conditions to supplement the City's standard public
works contract. Refer to the attached copy or the Public Norks
Contract. These revised commercial terms Will then be reviewed by the
legal staff of the City of Lubbock.
In costing of this task PPI should indicate the following information:
a. Number of proposed site visits and their intended purpose. (All
design review conferences shall,be in Lubboek,Texas)
b. Number of proposed drawing and spec submittal reviews.
c. Proposed list of specifications and drawings.
Task #2: Site preparation and screening fences.
In order to expedite the substation construction and service to new
loads the substation may need to be constructed out of sequence with the
power plant. In addition, Texas Tech must approve the fence and site
related details. If this portion of the job is included in the turn -key
construction contract, the problems of Tech's review could generate
change orders to the contract. It therefore seems feasible to consider
making the site work and fencing a separate package with complete and
detailed plans and specifications. Any problems with Tech's approval
would not delay getting the power plant project on the streets for bids.
PPI should submit detailed engineering costs for this task along with a
proposed list of drawings and specifications proposed number of
submittals. This task should probably be limited to rough site grading
and preparation, fence design and boiler/stack screening, and utility
relocation.
Soils investigations and reports are in progress and results will soon
be available. Site surveys are also being done and will soon be
available as well.
Task #3: Substation design
This task should include engineering services required to procure all
equipment for a transmission/distribution substation located at the
power plant site. Installation details should be adequate for
construction of the substation by LP&L crepe. Principle systems involved
in the design mould include the following:
a. Two 69KV to 12.47KV, substation transformers. Minimum size to
be 15/20/25 MVA, installed size to be determined by PPI.
b. Tao incoming 69KV line breakers and two 69KV transformer
breakers.
c. 15KV switchgear with a minimum of two incoming transformer
mains, possible bus tie breaker, generator breaker, generator
auxiliary breaker, six distribution feeder breakers. Actual
system configuration and capacity shall be determined by PPI.
d. Substation grounding
e. Protective relaying systems to include phase comparison power
line carrier systems.
f. Station DC power system.
g. SCADA system RTU' s
h. Substation bus including foundations and structural steel.
This task should include review and evaluation of bids, review of
submittals.
Task #4: Transmission line design
This task should include engineering services necessary to prepare plan
and profile sheets for approximately 1.5 miles of double circuit, steel
pole, 69KV transmission line. The work should also preparation of
specifications for procuring steel poles and related line materials,
evaluating pole bids, reviewing pole design drawings, and design of pole
foundations. Line construction will be by LP&L crews.
Task #5: Evaluate power plant turn -key proposals.
This task should include the economic and engineering evaluation of
proposed alternates or deviations contained the turn -key proposals. This
task should include a complete tabulation and evaluation of all
proposals and PPI's recommendations and justifications for the
successful turn -key bidder. This task should include travel time and
expenses for a site visit to present recommendations to the Lubbock City
Council.
Task #6: Power plant construction phase engineering services.
This task should include the review of contractors detailed design and
equipment submittals and shop drawings.
Task #7: Power plant construction phase field services.
This task should include providing field inspection of the power plant
construction including foundation construction, equipment erection, and
power plant start-up.
Task #8: Construction phase engineering services for site preparation
and screening fence.
This task should include engineering services to check submittals and
inspect site work, screening fence, and building construction.
Task #9: Field services for transmission line construction.
This task shall include staking of structures, setting grades for pole
foundations, inspection of foundation construction, and checking
conductor sags.
As always we would welcome your comments and suggestions. Please
elaborate in as much detail as you feel necessary. If your have any
questions or need further clarification on any of these items, please
call.
Sincerely,
LO OCR P HER & LI
iay,"Adsworth
Project Manager
PET/me
May 4, 1988
ADDENDUM
TO LETTER OF APRIL 08, 1988.
The Task No 2. has been ammended to read as follows:
Task #2: Site preparation and screening fences.
In order to expedite the substation construction and service to new
loads the substation may need to be constructed out of sequence with the
power plant. In addition, Texas Tech must approve the fence and site
related details. If this portion of the job is included in the turnkey
construction contract, the problems of Tech's review could generate
change orders to the contract. It therefore seems Feasible to consider
making the site work and fencing a separate package. This task covers
Site Development and Preliminary Design. Complete Detailed Plans and
Specifications shall be performed as a seperate task. any problems with
Tech's approval would not delay getting the power plant project on the
streets for bids.
PPI should submit detailed engineering costs for this task along with a
proposed list of drawings and specifications proposed number of
submittals.
Soils investigations and reports are in progress and results will soon
be available. Site surveys are also being done and will soon be
available as well.
Sincerely,
LUB OCR POKER & G T
i
Jay Kadsworth
Project Manager
PET/me
TO: Power Projects, Inc.
320 Lennon Lane
Nalnut Creek. CA 94598
Agreement:
NA No.: 1
Project: LP&L/Texas Tech,
Date: April 22, 1988
Under the provisions of the Agreement indicated above. Power Projects. Inc.
is authorized to proceed with the work outlined below.
i. SCOPE
NA No. l - Prepare Drawings and Specifications for Soliciting
Turnkey Design/Build Proposals
Work scope shall be as detailed in Attachment NA -IA.
2. SCHEDULE
PPI will submit a draft turnkey Request for Proposal (RFP). including
drawings and specifications. to LP&L for review within fifty (50)
calendar days after the receipt of this signed Work Authorization.
PPI intends to revise and resubmit the final RFP document to incorporate
LP&L comments within twenty-five (25) calendar days after the receipt
of all comments from LP&L.
3. DELIVERABLES
PPI shall submit the following deliverables:
Review Issue Drawings - l Reproducible and 3 Copies
Specifications - i Reproducible and 3 Copies
Final Issue Drawings - 1 Reproducible and 3 Copies
Specifications - 1 Reproducible and 3 Copies
The proposed drawing and specification lists are included in Attachment
NA -IA.
092ST Page 1 of 2
Exhibit A (Part 2)
ATTACHMENT NA-lA
Page 1 of 2
PPI shall prepare a Request for Proposal (RFP) suitable to solicit turnkey
bids to design and construct the LP&L/Texas Tech cogeneration plant. The
following tasks are included:
NA-1 Tasks
Identify Project Requirements
o Review LP&L Design Requirements
o Review Texas Tech Design Requirements
o Review Thermal Sales Agreement
o Permitting/Regulatory Review
o Prepare Initial Project Cost Estimate Based upon Similar Projects
o Prepare Plant Performance Specifications
o Prepare Heat Balance Diagrams
o Prepare Equipment Specifications
o Prepare Site Plan
o Prepare Electrical Single Line Diagram
o Identify Plant Piping and Electrical Interconnection Requirements
o Prepare Detailed Project Cost Estimate
o Prepare Project Schedule
o Prepare Commercial Terms and Conditions
o Assemble Draft RFP for Soliciting Turnkey Bids
Prepare Final Turnkey Bid Documents
o Incorporate LP&L Comments and Issue Final Turnkey RFP
Drawing List
0928T
C-100
Project Site Plan
M-100
Heat Balance Diagram - Rated Design Conditions
M-101
Heat Balance Diagram - Off -design Conditions
M-200
General Arrangement
M-300
Plant Interconnections w/Existing Utilities
E-100
Electrical Symbols and Legend
E-101
Main Single Line Diagram
E-102
480V Single Line Diagram
E-103
Control Schematics
G-100
Project Schedule
Exhibit A (Part 2)
ATTACHMENT WA-lA
Page 2 of 2
Specification List
GS-100 Specifications for Turnkey Cogeneration Plant
Specification includes following subsections:
092ST
Equipment
o Gas Turbine -generator
o Heat Recovery Steam Generator
o Water Treatment System
o Boiler Feedwater Pumps
o Electrical Equipment
o Storage Tanks
o Miscellaneous Equipment
Construction
o Finish Grading and Site Preparation
o Concrete Installation
o Structural Steel Erection
o Equipment Installation
o Piping Installation
o Cable and Raceway Installation
o Miscellaneous Construction Procedures
o Performance Guarantees
o Acceptance Test Procedures
Submittals
o List of Required Submittals
Exhibit A (Part 2)