HomeMy WebLinkAboutC2020-338 - 9/29/2020 - ApprovedCITY OF CORPUS CHRISTI
AMENDMENT NO. 1 to the
CONTRACT FOR PROFESSIONAL SERVICES
The City of Corpus Christi, Texas, hereinafter called “CITY,” and CP&Y, Inc. 1820 Regal Row, Suite
200, Dallas, Texas, 75235, hereinafter called “CONSULTANT,” agree to the following amendment to
the Contract for Professional Services for Holly & Rand Morgan Elevated Storage Tanks
Implementation, Project No. 20267 as authorized and administratively amended by:
Original Contract June 05, 2020 Administrative Approval $49,538.00
IN THE ORIGINAL CONTRACT, EXHIBIT A, SCOPE OF SERVICES, shall be modified as shown in
the attached Exhibit A.
IN THE ORIGINAL CONTRACT, COMPENSATION shall be modified as shown in the attached Exhibit
A for an additional fee not to exceed $383,397.00 for a total revised fee not to exceed $432,935.00.
All other terms and conditions of the 06/05/2020 contract between the “CITY” and “CONSULTANT” and
of any amendments to that contract which are not specifically addressed herein shall remain in full force
and effect.
CITY OF CORPUS CHRISTI CP&Y, INC.
________________________________ ___________________________
Michael Rodriguez Date Marisa Trevino Vergara, PE Date
Chief of Staff Senior Vice President
1820 Regal Row, Suite 200
Dallas, Texas 75235
mvergara@cpi.com
APPROVED AS TO FORM
________________________________
Legal Department Date
DocuSign Envelope ID: F7E7067E-8765-427E-8E03-A41B58BBB58A
10/1/2020
10/1/2020 Ord.032221___________________Authorized By
Council ________________________09/29/2020
10/7/2020
10/7/2020
ATTEST:
_____________________________
Rebecca Huerta
City Secretary
Attachment A – Amendment # 1 Scope of Work
Implementation of the Holly and Rang Morgan ESTs Page 1 of 11
1)Scope of Work
The Consultant shall provide additional Engineering Services related to
updating the implementation plan for the TCEQ Alternative Capacity
Requirement (ACR), the design, bid and construction phases for the
recommendations to bring the Holly and Rang Morgan Elevated Storage Tanks
(EST) into service and planning efforts associated with the Expanded Pipe
Reinvestment Program.
2) Basic Services
The Engineer shall provide the following services:
i) Project Management
(1) Hold monthly meetings with the Owner to establish status of project, plan
future activities, and discuss design issues. Meetings will be conducted
using Teams or Owner web-based platform. In person meetings will be held
as needed and as travel/meeting restrictions allow.
(2) Perform project administrative duties such as progress monitoring,
scheduling, correspondence, and office administration.
(3) Submit monthly invoices with project status reports outlining the activities
during that billing period to the Owner.
(4) Attend internal Technical Review meetings with senior staff to ensure the
project is being properly executed and to provide technical oversight for the
project.
(5) Make three presentations on findings and recommendations to the Council
or senior management in PowerPoint format.
(6) Engineer will perform QA/QC activities for all deliverables for this project.
ii) Update to the ACR Implementation Plan
(1) Hydraulic Modeling
(a) Engineer will utilize GIS based hydraulic modeling software to perform
a hydraulic analysis of the Corpus Christi water distribution system.
(b) Engineer will update the model based on the changes made to the
system since the last modeling effort.
(c) Engineer will coordinate with Owner operations staff for system
requirements and current system operations.
(d) Scenarios run by the Engineer will include:
EXHIBIT A
SCOPE OF SERVICES
Amendment No. 1
Holly & Rand Morgan Elevated Storage Tanks
Implementation
DocuSign Envelope ID: F7E7067E-8765-427E-8E03-A41B58BBB58A
Attachment A – Amendment # 1 Scope of Work
Implementation of the Holly and Rang Morgan ESTs Page 2 of 11
(i) Analyze scenarios with two new ESTs (Holly and Rand Morgan).
(ii) Analyze scenarios with four new ESTs (Nueces Bay and Flour
Bluff). Validate the new tank locations and elevations.
(iii) Develop recommended PRV settings and pump sizes for all four
tanks.
(iv) Analyze scenarios removing old ESTs from service.
(v) Confirm all ACR requirements are met.
(vi) Simulations to check water quality/age and compare to water age/
water quality parameters provide by the Owner.
(vii) Extended period simulations to develop system operations
recommendations.
(e) The results of the hydraulic modeling effort will be summarized in the
Update to the ACR Implementation Plan.
(f) Engineer will provide design criteria of the PRV and by-pass pumps for
the Nueces Bay and Flour Bluff ESTs to the design engineer associated
with those tanks.
(2) Develop the updated ACR Implementation Plan and Report
(a) Provide background information regarding the current situation with the
elevated water storage tanks.
(b) Document the model development and modifications to the model since
the original ACR letter (2012 letter to TCEQ).
(c) Document the ACR requirements and the modeling results associated
with the ACR requirements.
(d) Update the implementation plan along with the schedule associated with
the implementation plan.
(3) Coordination with TCEQ
(a) Engineer will coordinate with TCEQ concerning the updated ACR
Implementation Plan.
(b) Engineer will have the following calls/meetings with the TCEQ:
(i) Preliminary meeting to document the process for which the update
to the ACR Implementation Plan will occur.
(ii) Coordination meeting to update TCEQ on the progress of the project.
(iii) Meeting to discuss the findings of the modeling effort as they relate
to the ACR requirements.
(c) Presentation to the TCEQ summarizing the final update to the ACR
Implementation Plan and schedule extension request.
(4) Deliverables - Draft and Final ACR Implementation Plan
iii) PRV/By-Pass Pump Design, Bid and Construction Phase Services
(1) PRV and by-pass pump design will be only for the Holly and Rand Morgan
ESTs. Similar improvements to the Nueces Bay and Flour Bluff ESTs will
be by others.
(2) 60% Design Phase
(a) The design will include the following for the Holly and Rand Morgan
ESTs:
(i) Mechanical
1. Confirm space requirements to determine if recommended
improvements will fit within the base of the new tanks (Holly and
Rand Morgan).
DocuSign Envelope ID: F7E7067E-8765-427E-8E03-A41B58BBB58A
Attachment A – Amendment # 1 Scope of Work
Implementation of the Holly and Rang Morgan ESTs Page 3 of 11
2. Based on the hydraulic model, Engineer will evaluate the size and
type of pumps for filling the ESTs.
3. Engineer will coordinate with PRV suppliers to for valve sizing,
controls and operation of the valve.
4. Provided necessary piping and valves for the pumps and PRVs.
(ii) Structural
1. Utilize previous Geotechnical Reports for use in structural
evaluations.
2. Evaluate existing EST slab to determine its capability of
supporting new pumps.
3. Design a new pump foundation/pad to support the new pumps.
(iii) Electrical
1. Engineer will coordinate with Electrical Provider to determine the
electrical needs required for the new pumps.
2. Engineer will assist with negotiations of any electrical supply
agreements, if needed.
3. Engineer will evaluate the types of electrical equipment required
for the new pumps and valves.
(iv) Instrumentation
1. PLC panel to control and monitor station pump equipment and
field instruments and will communicate with OWNER’s SCADA
system via their current network. If the existing tank PLC has
sufficient spare I/O then the existing PLC will be utilized.
2. Each pump will be provided with a local panel for manual
operation of each pump.
3. Develop proposed System Architecture.
4. Control narratives addressing process functions for all equipment
to be monitored or controlled by SCADA.
5. A list in the specifications of the proposed I/O points inclusive of
hard and virtual I/O points.
(b) Engineer will prepare 60% engineering Construction Documents, for the
OWNER’s review and comment, at a scale suitable for 11”x17” sheets.
Electronic files in PDF format will be provided to OWNER. Engineer shall
provide an electronic submittal in pdf format for both the drawings and
specifications. Full size drawings will not be prepared for 60% design
submittal.
(c) The 60% design submittal will include the following:
(i) Drawings, including:
1. Front End Sheets,
2. Major Plan Views (all disciplines),
3. Major Profile and Section Views (all disciplines),
4. One Line Diagrams,
5. PMID’s,
6. Limited Details.
(ii) The following specifications will be included:
1. Table of Contents (TOC) of specifications to be the included in
the Bid Documents,
2. Major Civil Pipeline,
3. Major Mechanical Equipment,
4. Major Electrical and Instrumentation Equipment,
DocuSign Envelope ID: F7E7067E-8765-427E-8E03-A41B58BBB58A
Attachment A – Amendment # 1 Scope of Work
Implementation of the Holly and Rang Morgan ESTs Page 4 of 11
5. Mechanical and Instrumentation Control Narratives.
(d) Perform internal peer and QA/QC review for all documents produced
prior to submitting to the District.
(e) Incorporate comments developed from peer and QA/QC review
process.
(f) Prepare 60% OPCC.
(g) Deliverables - 60% Plans, Specifications, and OPCC.
(3) 90% Design Phase
(a) Meet with OWNER to address OWNER’s comments for the Project,
based on review of the 60% Design submittal documents.
(b) Engineer will prepare written response to the comments generated by
OWNER.
(c) Engineer will prepare 90% engineering Construction Documents, for the
OWNER’s review and comment, at a scale suitable for 11”x17” sheets.
Electronic files in PDF format will be provided to OWNER. Engineer shall
provide an electronic submittal in pdf format for both the drawings and
specifications. Full size drawings will not be prepared for 90% design
submittal.
(d) Perform internal peer and QA/QC review for all documents produced
prior to submitting to OWNER.
(e) Incorporate comments developed from peer and QA/QC review
process.
(f) Prepare 90% OPCC.
(g) Deliverables – 90% Plans, Specifications, Written Response to
Comments to 60% Comments, and OPCC.
(4) Bid Documents (100%)
(a) Meet with OWNER to address OWNER’s comments for the Project,
based on review of the 90% Design submittal documents.
(b) Engineer will prepare written response to the comments generated by
OWNER.
(c) Engineer will finalize and prepare engineering Construction Documents
at a scale suitable for 11”x17” sheets. Electronic files in PDF format for
bidding will be provided to OWNER. Engineer shall provide an electronic
submittal in pdf format for both the drawings and specifications. Bid
drawings will incorporate appropriate review comments from the 90%
Design submitted to the Owner.
(d) Finalize drawings.
(e) Finalize specifications.
(f) Assist with the development of the front-end documents including
development of the bid items.
(g) Finalize Opinion of Probable Construction Cost.
(h) Perform internal peer and QA/QC review of Contract Documents prior
to submitting to the District.
(i) Incorporate comments generated from peer and QA/QC review process.
(j) Engineer, on the behalf of OWNER, will submit the drawings and
specifications to the TCEQ for their regulatory review.
(k) Deliverables - Plans, Specifications and Front-End Documents suitable
for bidding, OPCC.
DocuSign Envelope ID: F7E7067E-8765-427E-8E03-A41B58BBB58A
Attachment A – Amendment # 1 Scope of Work
Implementation of the Holly and Rang Morgan ESTs Page 5 of 11
(l) Exclusions – Does not include scope to assist the Owner in obtaining
alternative funding for this project.
iv) Bid Phase Services
(1) Attend Pre-Bid Conference.
(2) Field all bidder questions as they relate to the project. Engineer will provide
a compiled question and response log that will be included in each
addendum.
(3) Develop addenda content as necessary to clarify the intent of the Contract
Documents and/or to handle other administrative matters. The Owner’s
approval will be obtained prior to issuing any addenda items that affects the
scope of the project or significantly alters the Project as approved by Owner.
(a)
(4) Attend and assist Owner as needed during Bid Opening.
(5) Following the bid opening, Engineer will review statement of experience and
provide recommendation, electronically.
(6) Deliverables - Pre-Bid Meeting Minutes, Q&A Log, Addendum Content and
Electronic Bid Recommendation.
(7) The Owner will provide the following:
(a) Advertise the Project for bidding, maintain the list of prospective
bidders, issue any addenda, prepare bid tabulation and conduct the bid
opening.
(b) Coordinate the review of the bids with the A/E.
(c) Prepare agenda materials for the City Council concerning bid awards.
(d) Prepare, review and provide copies of the Contract for execution
between the Owner and the Contractor.
v) Construction Phase Services
(1) Engineer will prepare Conformed Documents, after the bid opening, that
incorporate any changes in the construction documents made by
addenda. Engineer will provide electronic PDF sets of construction
documents.
(2) Attend and assist Owner in a Pre-Construction Conference.
(3) Visit construction site during various stages of construction being
performed to observe as an experienced and qualified design professional
the progress and quality of the executed work by the Contractor(s) and to
determine if such work is proceeding in general accordance with the
Contract Documents. During such visits and on the basis of on-site
observations the Engineer will notify Owner of reasonably detectable
defects and deficiencies or work failing to conform to the Contract
Documents. Engineer will not, during such visits or as a result of such
observations of Contractor’s works in progress, supervise, direct, or have
control over Contractor’s work, nor will Engineer have authority over
responsibility for the means, methods, techniques, sequences, or
procedures of construction selected by Contractor, for safety precautions
and programs incident to Contractor’s work, or for any failure of Contractor
to comply with Laws and Regulations applicable to Contractor’s furnishing
and performing the work. Accordingly, Engineer neither guarantees the
performance of any Contractor nor assumes responsibility for any
Contractor’s failure to furnish and perform its work in accordance with
DocuSign Envelope ID: F7E7067E-8765-427E-8E03-A41B58BBB58A
Attachment A – Amendment # 1 Scope of Work
Implementation of the Holly and Rang Morgan ESTs Page 6 of 11
Contract Documents. Fee includes eight (8) site visits in addition to the
monthly construction meetings.
(4) Attend monthly construction meetings scheduled by Owner. Engineer will
attend up to 12 monthly construction meetings.
(5) Review and make recommendations for shop drawings, product data,
samples, and other submittals submitted by the Contractor. Fee includes
the review of up to 35 submittals (25 initial submittals, and 10
resubmittals).
(6) Provide answers on “Request for Information” (RFI’s) from the Contractor
and Owner as related to clarification of the plans and specifications and/or
to possible conflicts between the plans and specifications. Fee includes
the review of up to 10 RFIs.
(7) Review and make recommendations to Owner on change order request
from the Contractor. Fee includes up to 5 individual change order items.
(8) Conduct a walk-through with Owner and the Contractor to determine if the
Project is substantially complete, and a final walk thru to determine if the
work has been completed in accordance with the Contract Documents
and if the Contractor has fulfilled all of his obligations there under so that
Engineer may recommend, in writing, final payment to the Contractor and
may give written notice to Owner and the Contractor that the work is
acceptable, subject to any conditions therein expressed. It is assumed
that there is one day for each site for each visit for a total of 2 walk-
throughs.
(9) Incorporate changes made during construction based on information
received from the Construction Contractor into the Contract Documents
and submit record drawings within thirty (30) days after receiving as-built
information from the Contractor. Submit the following items to Owner:
(a) One set of construction record drawings on 22”x34” bond paper.
(b) Two sets of construction record drawings on 11”x17” bond paper
(c) One set of construction record drawings in digital (AutoCAD) format,
and in PDF.
(10) Engineer will notify TCEQ upon completion of the construction.
(11) Deliverables – Conformed Documents, Submittal Review Comments,
Responses to RFI’s, and Record Drawings.
(12) Exclusions
(a) Scope does not include daily construction inspections or specialty
inspections.
(b) PLC and HMI programming services are not included in this scope.
vi) Expanded Pipe Reinvestment Program (PgM)
(1) Information Review. The purpose of this task is to refine the pipe
reinvestment analysis that was presented in the first phase of this study and
create a more well-defined overall program. The following information will
be reviewed and used to develop the plan:
(a) GIS Data for the distribution system.
(b) Condition assessment projects that are underway or planned for the
next 10 years.
(c) Master planned projects to address growth that are underway or
planned for the next 10 years.
DocuSign Envelope ID: F7E7067E-8765-427E-8E03-A41B58BBB58A
Attachment A – Amendment # 1 Scope of Work
Implementation of the Holly and Rang Morgan ESTs Page 7 of 11
(d) Computerized Maintenance Management System (CMMS - Maximo
System) output that shows main breaks and customer line breaks in
GIS to assess pipe conditions.
(e) Bid tabs for all pipeline replacement projects over the last 5 years.
(2) Updated Reinvestment Estimate.
(a) A unit costing table will be generated to use for all pipe sizes in the
distribution system from 4 inch to 72 inch in size. All 3 inch and smaller
piping will be replaced with 4” pipe. Basis for costs will be bid
tabulations from the Owner’s projects, other bid prices from projects in
Texas, manufacturers pipe costs, and standard cost estimating
methods to develop cost for all sizes. Categories will be created to
include trenchless, open cut with and without pavement replacement.
(b) The main break information, together with pipe age and material
characteristics will be utilized to verify the target replacement age for
categories of pipes. These replacement age estimates, and
construction costs will be utilized to update the reinvestment analysis
values for broad budgeting purposes.
(3) Deliverables - The following submittals will be made in the course of this
task:
(a) Summary of data analysis.
(b) Summary of cost analysis and final proposed pipe estimates.
(c) Summary of pipe condition evaluation and replacement cycle
(d) Update of the reinvestment analysis.
3) Special Services
i) Fee is based on easements on at the Rand Morgan EST. Since the Holly EST
site is a former pump station site it is assumed the electrical infrastructure will
be adequate to service the new pumps.
ii) Easement Legal Description and Exhibit Preparation
(1) Provide Easement Legal Descriptions and Exhibits for the proposed
Electrical provider transformer yard and primary feed circuits.
(2) Perform survey, render field notes and prepare individual parcel exhibits for
new additional rights-of-way and/or easements needed for the project.
Exhibits shall include a standard signed and sealed exhibit and a reprint of
the boundary information on color aerial photography.
(3) Parcel Exhibits - Individual parcel exhibits shall be sealed, signed and dated
by a Registered Professional Land Surveyor and shall contain the following:
(a) Parcel number,
(b) Area required,
(c) Area remaining,
(d) Legal description,
(e) Current owner,
(f) Any existing platted easements or easements filed by separate
instrument including easements provided by utility companies,
(g) Any physical features,
(h) Metes and bounds descriptions of parcel to be acquired. The description
shall be provided on a separate sheet from the exhibit. Each type of
easement shall be described separately. If additional parcels are
DocuSign Envelope ID: F7E7067E-8765-427E-8E03-A41B58BBB58A
Attachment A – Amendment # 1 Scope of Work
Implementation of the Holly and Rang Morgan ESTs Page 8 of 11
determined to be acquired, then a supplemental adjustment shall be
made to the schedule of fees.
(4) Deliverables - parcel exhibits shall be in both hard copy (8½" x 11") and
pdf format.
4) Additional Services
i) Expanded Pipe Reinvestment Program
(1) Information Review. The purpose of this task is to create a more well-
defined overall program. The following information will be reviewed and
used to develop the plan:
(a) Maps of the collection system where sewer pipelines will be replaced
over the next 10 years.
(b) TXDOT or Owner’s street widening program maps and schedule for
the next 10 years.
(c) City of Corpus Christi pavement and storm drainage replacement
programs for the next 10 years.
(2) Develop the 10-year Pipe Replacement Program. Using the information
obtained from the Owner to develop a line by line pipe replacement program
designed to bring the program current and to a maintainable pipe
replacement program. The following information will be coordinated to
create a CIP plan:
(a) Street replacements and widening, pipelines upsized for growth, and
wastewater line replacements (for growth and condition) will be
evaluated with an attempt to coordinate concurrent construction of
pipe replacements with other similar or related projects to minimize the
cost of repaving, possible later relocation of new assets, and
disruptions to traffic and general public.
(b) Water pipelines determined to be replaced in the 10-year catchup
program will mapped and compared to the locations of the other
projects. The pipeline replacement projects in this time period will be
scheduled (within the 10-year period) to coordinate and potentially be
combined with other projects.
(c) Replacement projects will also be coordinated and scheduled as
follows:
(i) Nearby segments will be combined to create contiguous
segments.
(ii) Groups of projects in nearby proximity will be combined to create
a larger project.
(iii) The dollar value of the projects will be coordinated with the owner
to create projects that will encourage competitive bidding. The
number of projects created will influenced also by the Owner’s
ability to administer and inspect the projects.
(iv) Yearly investment levels will be balanced to create a more even
spending program.
(d) The final pipeline replacement program will consist of:
(i) Overall color-coded program map.
(ii) Annual detailed replacement map indicating coordinating
projects.
(iii) Unit price cost estimates by projects, by investment year.
DocuSign Envelope ID: F7E7067E-8765-427E-8E03-A41B58BBB58A
Attachment A – Amendment # 1 Scope of Work
Implementation of the Holly and Rang Morgan ESTs Page 9 of 11
(iv) Narrative to describe the approach and rational for the
development of the plane.
(3) Deliverables - The following submittals will be made in the course of this
task:
(a) Analysis of project coordination requirements.
(b) Pipe replacement Program for 10 years:
(i) Draft
(ii) Final
ii) Long Term Planning to 2035
(1) Data Collection
(a) Meet with Corpus Christi to hold a kickoff meeting/workshop. The
information below will be in addition to data already received from the
prior and current effort related to implementing the Holly and Rand
Morgan ESTs. Receive copies of as-built drawings, video inspections,
utility data map sets from existing geographical information system
(GIS), and other records useful to the understanding of the City’s water
system, including:
(i) As-built drawings
(ii) GIS base map files that include:
1. Pipe size, material, and installation date
2. Fire hydrants
3. Water valves
(iii) Storage tank information, including capacity, location, availability,
dimensions, water surface elevations, and system connections
(iv) Pressure reducing valve station information
(v) Source turn-out information
(vi) Booster pump station information, including design and operating
features, capacity, system head, elevation, and related features
(vii) Historic SCADA data
(viii) O&M records for leaks, repairs, and replacements
(2) Population and Water Demand Projections
(a) Growth projections will utilize data from the Owner’s planning group,
county growth projections, and state level growth data to determine the
amount and location of growth within the Owner’s water service
boundary. Any additional information from the City staff regarding
industrial, commercial, and residential developments that may have
any bearing on the projections will be integrated. The growth
projections will include an outlook to the year 2035.
(b) Create demand scenarios at 5-year increments to correspond to the
population growth for use in the model runs to evaluate existing system
capacity and provide for future customers.
(3) Hydraulic Modeling
(a) Engineer will update the model as necessary to accommodate the
projected future growth.
(b) Performance Criteria – Provide the appropriate performance criteria
and methodologies for analysis used to evaluate the existing
distribution system and its facilities, and to size future improvements.
(i) Minimum pressure for Peak Hour Demand, Maximum Day plus
Fire Flow
DocuSign Envelope ID: F7E7067E-8765-427E-8E03-A41B58BBB58A
Attachment A – Amendment # 1 Scope of Work
Implementation of the Holly and Rang Morgan ESTs Page 10 of 11
(ii) Storage capacity evaluation (operational, firefighting, and
emergency) in accordance with TCEQ and AWWA guidelines.
(iii) Maximum system pressure
(iv) Firm pumping capacity
(v) Planning level required fire flow per land use type
(vi) System reliability
(4) Develop CIP
(a) Identify improvements necessary to address new facilities required for
providing continued reliable water service through year 2035. Provide
phasing of improvements, capital cost requirements, cost estimates
which incorporate the consumer price index (CPI), and implementation
schedule. The 15-year plan will be divided into three 5-year CIP
programs.
(5) Deliverables - Draft and Final Report
5) Compensation
Basic Services
1) Project Management $30, 727
2) Update ACR Plan $ 99 ,4 09
a. Modeling $69,106
b. Develop the ACR Report $16,953
c. Coordinate with TCEQ $13,350
3) PRV/Pump Design $ 180,07 7
a. Design $118,636
b. Bid $4,702
c. Construction $56,739
4) Pipe Reinvestment PgM 60,600
a. Information Review $24,659
b. Update Reinvestment Cost Estimate $35,942
Basic Services Total $ 370,813
Special Services
1) Easement Survey $12, 584
Special Services Total $12, 584
Additional Services
1) Pipe Reinvestment Additional Tasks TBD
2) 2035 Long Range Planning TBD
Additional Services Total TBD
Amendment 1 Total $ 383,397
DocuSign Envelope ID: F7E7067E-8765-427E-8E03-A41B58BBB58A
Attachment A – Amendment # 1 Scope of Work
Implementation of the Holly and Rang Morgan ESTs Page 11 of 11
6) Schedule
Date Activity
NTP
Update to the ACR Implementation Plan
12 Weeks from NTP Modeling
16 Weeks from NTP Update Implementation Plan
PRV and By -Pass Pump Design
16 Weeks from NTP 60% Design
19 Weeks from NTP City Review
27 Weeks from NTP 90% Design
30 Weeks from NTP City Review
34 Weeks from NTP Final Bid Set
36 Weeks from NTP Advertise for Bids
38 Weeks from NTP Pre -Bid Conference
40 Weeks from NTP Receive Bids
47 Weeks from NTP Contract Award
52 Weeks from NTP Construction NTP
TBD Construction Complete
Expanded Pipe Reinvestment PgM
12 Weeks from NTP Information Review
24 Weeks from NTP Updated Reinvestment Estimate
DocuSign Envelope ID: F7E7067E-8765-427E-8E03-A41B58BBB58A