Loading...
HomeMy WebLinkAboutC2010-034 - 3/9/2010 - ApprovedAMENDMENT N0.4 TO CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas hereinafter called "City", and Freese and Nichols. Inc. hereinafter called "CONSULTANT", agree to the following amendments to the Contract for Professional Services for Garwood Water Supply Proiect (Proiect No. 8424), as authorized and amended by: Ori final Contract October 28, 2003 Motion No. M2003-394 $116,100.00 Amendment 1 October 19, 2004 Motion No. M2004-387 $285,490.00 Amendment 2 December 18, 2007 Motion No. M2007-334 $911,997.00 Amendment 3 March 11, 2009 Administrative A royal $0.00 Amendment No. 4 will add Preliminary Design Phase, Design Phase, Bid Phase and Construction Phase and Additional Services for Marv Rhodes Pipeline Phase 2 (Proiect No. E10008) to the Garwood Water Supply Project. ^ In the original contract, EXHIBIT "A", PART 1. SCOPE OF SERVICES, SECTION A. BASIC SERVICES, shall be amended to expand Basic Services to include the following as described in the attached Amendment No. 4 Exhibit "A": - ITEM NO.2 Preliminary Phase (Authorized) in the amount of $1,514,814.00. - ITEM N0.3 Design Phase (Not Authorized) in the amount of $3,068,522.00. - ITEM N0.4 Bid Phase (Not Authorized) in the amount of $102,000.00 - ITEM NO. 5 Construction Phase (Not Authorized) in the amount of $1,200,000.00 ^ In the original contract, EXHIBIT "A", PART 1 SCOPE OF SERVICES, shall be amended to expand Scope of Services to include the following as described in the attached Amendment No. 4 Exhibit "A" and Exhibit "A-1 ": - SECTION B. ADDITIONAL SERVICES in the amount of $3,791,254.00. In the original contract, EXHIBIT "A", SECTION 3. FEES shall be modified as shown on the attached Amendment No. 4 Exhibit "A" for a revised fee not to exceed $9,676,590.00 (Nine Million Six Hundred Seventy-Six Thousand Five Hundred Ninety Dollars and Zero Cents), for a total restated fee not to exceed $10,990,177.00 (Ten Million Nine Hundred Ninety Thousand One Hundred Seventy-Seven Dollars and Zero Cents). All other terms and conditions of the October 28, 2003 contract and amendments between the City and Consultant shall remain in full force and effect. CITY OF CORPU CHRISTI ~/ ~~~,~ ~ ~ /J Juan Pera s, Jr., P.E. Date Assistant City Manager 2010-034 M2010-051 03/09/10 FREESE AND NICHOLS, INC. ~ ~, Zy3• l,o Ron Guzman, P.E. Date Vice President/Group Manager 5402 S. Staples, Suite 208 Corpus Christi, TX 78411 361-561-6500 Office; 361-561-6501 Fax Freese and Nichols holes Pipeline Phase 2wmendrnent No. 4- Mary Rhodes Phase 2wmendrnent No. 4.doc AMD. N0.4 Pa e 1 of 2 V RECOMMENDED o Pete Anaya, P. Date Director of Engineering Services ATTEST Armando Chapa, City Secretary AP ,RrOVED TO FOR °~ ~-~-~ Assistant City t rney Date ~~ ~ ©'~ AtlTHOii1ZE4 iT C-0IflfCll ~ ~ ~ ~ SECRETARY ~° AMD. N0.4 Pa e 2 of 2 H:WOME1KellyO\GEN\WATER\Etl)008- Mary Rhodes Pipeline Phase 2Wrnendment No. 4- Mary Rtiades Phase 2Wmendment No. 4.doc EXHIBIT "A" CITY OF CORPUS CHRISTI MARY RHODES PIPELINE PHASE 2 (Project No. E10008) Parent Project: GARWOOD WATER SUPPLY PROJECT (Project No. 8424) 1. SCOPE OF SERVICES A. Basic Services. Basic Services will include the following in addition to those items shown on Exhibit "A-1" Task List. 1. Study Phase (Competed under the original contract for engineering services and Amendment No. 1, Amendment No. 2 and Amendment No. 3) 2 . Preliminary Phase. (Authorized) The Consultant will: It is the intent of the Preliminary Phase to provide a study and report of project scope with economic and technical evaluation of alternatives, and upon approval, proceed in a letter engineering report which includes Preliminary designs, drawings, and written description of the project. This report. shall include: a. Provide scope of soil investigations, borings, and laboratory testing. b. Confer with the City staff regarding the design parameters of the Project. The Engineer will participate in a minimum of two formal meetings with City staff, provide agenda and purpose for each formal meeting; document and distribute meeting minutes and meeting report within seven (7) working days of the meeting. The Consultant will participate in discussions with the operating department and other agencies (such as the Texas Department of Transportation (TxDOT) and Texas Commission of Environmental Quality (TCEQ)) as required to satisfactorily complete the Project. c. Submit one (1) copy in an approved electronic format, and one (1) paper copy of the Engineering Report, with executive summary, opinion of probable construction costs with life cycle analysis, defined technical evaluations of identified feasible alternatives, and review with City staff to produce an acceptable format which contains common municipal elements. Design Memorandum will include the following (with CONSTRUCTABILITYbeing a major element in all the following items): 1) Review of the Project with the respective Operating Department(s) and discussions including clarification and definition of intent and execution of the Project; The Consultant will meet with City staff to collect data, discuss materials and methods of construction, and identify design and construction requirements. 2) Review and investigation of available records, archives, and pertinent data related to the Project including taking photographs of the Project site, list of potential problems and possible conflicts, AMD. N0.4 EXHIBIT "A" Pa e 1 of 17 H:\HOME\KellyO\GEN\WATER\E1000t3-Mary Rhodes Pipeline Phase 2\Amendment No. 4-Mary Rhodes Phase 2\Exhibit A (3).doc intent of design, and improvements required, and conformance to relevant Master Plan(s). 3) Identify results of site field investigation including site findings, existing conditions, potential right ofway/easements, and probable Project design solutions; (which are common to municipalities). 4) Provide a presentation of pertinent factors, sketches, designs, cross-sections, and parameters which will or may impact the design, including engineering design basis, preliminary layout sketches, identification of needed additional services, preliminary details of construction of critical elements, identification of needed permits, identification of specifications to be used, identification of quality and quantity of materials of construction, and other factors required for a professional design (CONSTRUCTABILITY). 5) Advise of environmental site evaluations and archeology reports that are needed for the Project (Environmental issues and archeological services to be an Additional Service). 6) Identify and analyze requirements of governmental authorities having jurisdiction to approve design of the Project and permitting, environmental, historical, construction, and geotechnical issues; and meet with pertinent authorities. 7) Confer, discuss, and meet with City operating department(s) and Engineering Services staff to produce a cohesive, well-defined proposed scope of design, probable cost estimates(s) and design alternatives. 8) Provide a letter stating that the Consultant and Sub-consultant Engineers have checked and reviewed the design memorandum prior to submission. 9) Provide an analysis on project impacts towards "re-engineering" and effects on cost savings toward City operations, which this project will affect. City staff will provide one set only of the following information (as applicable): a. Record drawings, record information of existing facilities, and utilities (as available from City Engineering files). b. The preliminary budget, specifying the funds available for construction; c. Through separate contract, related GIS mapping for existing facilities. d. A copy of existing studies and plans (as available from City Engineering files). e. Field location of existing city utilities. (Consultant to coordinate with City Operating Department). f. Provide applicable Master Plans. AMD. N0.4 EXHIBIT "A" Pa e2of17 H:\HOME\KellyO\GEN\WATER\E10008- Mary Rhodes Pipeline Phase 2Wmendment No. 4-Mary Rhodes Phase 2\Exhibit A (3).doc 3. Design Phase., (Not Authorized) Upon approval of the preliminary phase, designated by receiving authorization to proceed, the Consultant will: a. Study, verify, and implement design memorandum recommendations including construction sequencing, connections to the existing facilities, and restoration of property and incorporate these plans into the construction plans. Development of the construction sequencing will be coordinated with the City Operating Department(s) and Engineering Services staff. b. Prepare (1) set of Construction Bid and Contract Documents in City format (using City Standards as applicable), including Contract agreement forms, general conditions and supplemental conditions, notice to bidders, instruction to bidders, insurance, bond requirements, and preparation of other contract and bid related items; specifications and drawings to fix and describe, for one bid or for multiple bids, the size and character of the entire Project; description of materials to be utilized; and such other essentials as may be necessary for construction and cost analysis. c. Provide assistance identify testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under additional services). d. Prepare final quantities and estimates of probable costs with the recommended construction schedule. The construction schedule will provide a phased approach to better track progress and payments. e. Furnish one (1) copy of the interim plans (plans only-identify needed specifications) to the City staff for review and approval purposes with estimates of probable construction costs. Identify distribution list for plans and bid documents to all affected utilities including City and all other affected entities. Required with the interim plans is a "Plan Executive Summary" which will identify and summarize the project by distinguishing key elements such as: • Pipe Size or Building Size • Pipe Material, etc. • Why one material is selected over another • Advantages of selections • ROW requirements and why • Permit requirements and why • Easement requirements and why • Embedment type and why • Constructability, etc. • Specific requirements of the City • Standard specifications • Non-standard specifications • Any unique requirements • Cost, alternatives, etc. • Owner permit requirements and status f. Assimilate all review comments, modifications, additions/deletions and proceed to next phase, upon Notice to Proceed. AMD. N0.4 EXHIBIT "A" Pa e3of17 H:\HOME\KellyO\GEN\WATER\E1000t3- Mary Rhodes Pipeline Phase 2\Amendment No. 4-Mary Rhodes Phase 21Exhibit A (3).doc g. (If required) Provide one (1) copy of pre-final plans and bid documents to the City staff for review and approval purposes with revised estimates of probable costs. Compile comments and incorporate any requirements into the plans and specifications, and advise City of responding and non- responding participants. h. Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that submittal of the interim, pre-final (if required), and final complete plans and complete bid documents with specifications accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City staff. The Consultant and Sub-consultant shall submit a letter declaring that all engineering disciplines of all phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines including but not limited to structural, civil, mechanical, electrical, etc. i. If required, provide traffic controls including a Traffic Control Plan, illumination, markings and striping, signalization, and as delineated by the City Traffic Engineering Department. j. Upon approval by the Director of Engineering Services, provide one (1) set (hard copy and electronic) of final plans and contract documents suitable for reproduction (In City Format) and said bid documents henceforth become the sole property and ownership of the City of Corpus Christi. k. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. I. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. m. Provide a Storm Water Pollution Prevention Plan. n. Ordinance No. 19663 establishes the Municipal Public Arts Program requiring works of art to be included in certain city vertical construction projects. If it is determined this project is subject to Municipal Public Art Program, the Consultant will cooperate during the design process to fulfill the requirements of the ordinance. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. b. Provide the budget for the Project specifying the funds available for the construction contract. c. Provide the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. AMD. N0.4 EXHIBIT "A" Pa e4of17 H:\HOME\KellyO\GEN\WATER\E10008-Mary Rhodes Pipeline Phase 2Wmendment No. 4- Mary Rhodes Phase 2\Exhibit A (3).doc 4. Bid Phase. (Not Authorized) The A/E will: a. Participate in the pre-bid conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Assist the City in solicitation of bids by identification of prospective bidders, and review of bids by solicited interests. c. Review all pre-bid questions and submissions concerning the bid documents and prepare, in the City's format, for the Engineering Services' approval, any addenda or other revisions necessary to inform contractors of approved changes prior to bidding. d. Attend bid opening, analyze bids, evaluate, prepare bid tabulation, and make recommendation concerning award of the contract. e. In the event the lowest responsible bidder's bid exceeds the project budget as revised by the Engineering Services in accordance with the A/E's design phase estimate required above, the Engineerwill, at its expense, conferwith City staff and make such revisions to the bid documents as the City staff deems necessary to re-advertise that particular portion of the Project for bids. The City staff will a. Arrange and pay for printing of all documents and addenda to be distributed to prospective bidders. b. Advertise the Project for bidding, maintain the list of prospective bidders, receive and process deposits for all bid documents, issue (with the assistance of the A/E) any addenda, prepare and supply bid tabulation forms, and conduct bid opening. c. Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. d. Prepare, review and provide copies of the contract for execution between the City and the contractor. 5. Construction Phase. (Not Authorized) The A/E will perform contract administration to include: a. Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Review for conformance to contract documents, shop and working drawings, materials and other submittals. c. Review field and laboratory tests. d. Provide interpretations and clarifications of the contract documents for the contractor and authorize required changes, which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. e. Make regular visits to the site of the Project to confer with the City project inspector and contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the AMD. N0.4 EXHIBIT "A" Pa e5of17 H:\HOME1KellyO\GEN\WATER\E10008- Mary Rhodes Pipeline Phase 2Wmendment No. 4-Mary Rhodes Phase 2\Exhibit A (3).doc contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. f. Prepare change orders as authorized by the City (coordinate with the City's construction division); provide interpretations and clarifications of the plans and specifications for the contractor and authorize minor changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. g. Make final inspection with City staff and provide the City with a Certificate of Completion for the project. h. As applicable, review and assure compliance with plans and specifications, the preparation of operating and maintenance manuals (by the Contractor) for all equipment installed on this Project. These manuals will be in a "multimedia format" suitable for viewing with Microsoft's Internet Explorer, version 3.0. As a minimum the Introduction, Table of Contents, and Index will be in HTML (HyperText Markup Language) format, with HyperText links to the other parts of the manual. The remainder of the manual can be scanned images or a mixture of scanned images and text. use the common formats for scanned images - GIF, TIFF, JPEG, etc.. Confirm before delivery of the manuals that all scanned image formats are compatible with the image-viewing software available on the City's computer -Imaging for Win95 (Wang) and Microsoft Imaging Composer. Deliver the manuals on a CD-ROM, not on floppy disks. i. Establish communication procedures with the City and contractor. Submit monthly reports of construction progress. Reports will describe construction progress in general terms and summarize project costs, cash flow, construction schedule and pending and approved contract modifications. j. Establish and maintain a project documentation system consistent with the requirements of the construction contract documents. Monitor the processing of contractor's submittals and provide for filing and retrieval of project documentation. Produce monthly reports indicating the status of all submittals in the review process. Review contractor's submittals, including, requests for information, modification requests, shop drawings, schedules, and other submittals in accordance with the requirements of the construction contract documents for the projects. Monitor the progress of the contractor in sending and processing submittals to see that documentation is being processed in accordance with schedules. k. Notify the contractor of non-conforming work observed on site visits. Review quality related documents provided by the contractor such as test reports, equipment installation reports or other documentation required by the Construction contract document. I. Establish procedures for administering constructive changes to the construction contracts. Process contract modifications and negotiate with the contractor on behalf of the City to determine the cost and time impacts of these changes. Prepare change order documentation for approved changes for execution by the City. Documentation of field orders, where cost to the City is not impacted, will also be prepared. Investigations, analyses, studies or design for substitutions of equipment or materials, corrections of defective AMD. N0.4 EXHIBIT "A" Pa e6of17 H:\HOME\KellvO\GEN\WATER\E10008- Marv Rhodes Pipeline Phase 2Wmendment No. 4- Mary Rhodes Phase 2\Exhibit A (3).doc or deficient work of the contractor or other deviations from the construction contract documents requested by the contractor and approved by the Owner are an additional service. Substitutions of materials or equipment or design modifications requested by the City are an additional service. m. Prepare documentation for contract modifications required to implement modifications in the design of the project. Receive and evaluate notices of contractor claims and make recommendations to the City on the merit and value of the claim on the basis of information submitted by the contractor or available in project documentation. Endeavorto negotiate a settlement value with the Contractor on behalf of the City if appropriate. Providing these services to review or evaluate construction contractor(s) claim(s), supported by causes not within the control of FNI are an additional service. n. Assist in the transfer of and acceptance by the construction contractor of any Owner furnished equipment or materials. o. This contract assumes that FNI will provide the services of a Project Representative (PR) at the Site to assist FNI and to provide more extensive observation of Contractor's work. Duties, responsibilities, and authority of the PR will be determined at the conclusion of the bid phase. The City staff will: a. Prepare applications/estimates for payments to contractor. b. Conduct the final acceptance inspection with the Engineer. B. Additional Services (ALLOWANCE) This section defines the scope (and ALLOWANCE) for compensation for additional services that may be included as part of this contract, but the Consultant will not begin work on this section without specific written approval by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The Consultant will, with written authorization by the Director of Engineering Services, do the following: Permitting (Authorized) Furnish the City all engineering data and documentation necessary for all required permits. The Consultant will prepare this documentation for all required signatures. The Consultant will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. Texas Department of Licensing and Regulation (TDLR ) 2. Right-of-Way (ROW) Acquisition Survey (Authorized) The Consultant will review existing ROW and easements to ascertain any conflicts and provide field ROW surveys and submit ROW plats and descriptions for the City's use in the acquisition process. All work must comply with Category 1-A, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. All work must be tied to and conform with the City's Global Positioning System (GPS) control AMD. N0.4 EXHIBIT "A" Pa e7of17 H:\HOME\KellyO\GEN\WATER\E10008-Mary Rhodes Pipeline Phase 2\Amendment No. 4-Mary Rhodes Phase 2\Exhibit A (3).doc network and comply with all TxDOT requirements as applicable. Consultant will be required to perform all necessary deed research. 3. Topographic Survey (Authorized) Provide field surveys, as required for design including the necessary control points, coordinates and elevations of points (as required for the aerial mapping of the Project area. Establish base survey controls for line and elevation staking (not detailed setting of lines and grades for specific structures or facilities). All work must be tied to and conform with the City's Global Positioning System (GPS) control network and comply with Category 6, Condition I specifications of the Texas Society of Professional Surveyors' Manual of Practice for Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the project area. 4. Subsurface Utility Investigation (Authorized)Upon receiving authorization from the City to proceed, provide subsurface utility engineering investigation in accordance with ASCE Standard "ASCE C-1, 38-02, Standard Guideline forthe Collection and Depiction of Existing Subsurface Utility Data". The proposed subsurface utility investigation will be as follows: A. Excavation -The survey scope includes working with a subsurface utility excavator to perform Quality Level A investigation of underground utilities in specified areas through the project limits. (Quality Level A involves the use of nondestructive digging equipment at critical points to determine the horizontal and vertical position of underground utilities, as well as the type, size, condition, material, and other characteristics.) Utilities located at this quality level will be physically located and tied to the topographic survey control. The utility will be identified and an elevation will be obtained to the top of the utility. B. Utility Location -The survey scope includes locating certain utilities to Quality Level B. (Quality Level B involves surveying visible above ground utility facilities, such as manholes, valve boxes, posts, etc., and correlating this information with existing utility records.) These utilities will be located by obtaining aOne-Call Notice and measuring the marked locations. C. Storm Water -Storm water facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible storm water manholes and drainage inlets. D. Wastewater -Wastewater facilities within the project limits will be located to Quality Level C. Locations will be based on the surveyed locations of accessible wastewater manholes. E. Water -Water facilities within the project limits will be located to Quality Level C. AMD. N0.4 EXHIBIT "A" Pa e8of17 H:\HOME\KellyO\GEN\WATER\E10008- Mary Rhodes Pipeline Phase 2Wmendment No. 4-Mary Rhodes Phase 2\Exhibit A (3).doc F. Gas -Gas facilities within the project limits will be located to Quality Level C by the Consultant. The City of Corpus Christi Gas Department will provide Quality Level A. The A/E will coordinate this activity. G. Coordinate with local franchises to achieve Quality Level A. 5. Aerial Photography (Authorized) Provide high-resolution color aerial photography for use in the design drawings. Establish ground control with GPS techniques and tie all control to the State Plane Coordinate System, NAD 83. 6. Corrosion Engineering (Authorized) Perform a soil corrosivity study including: a. Document Review -Review of alignment, geotechnical information, and preliminary plans and specifications for pipeline design. b. Field Soil Resistivity Testing -Measure soil resistivity using the Wenner Four Electrode Method along the proposed alignment. The resistivity testing will be conducted at 800 to 1,000-foot intervals to a depth of 20 feet below grade. c. Soil analysis -Test 10 soil samples provided by the project geotechnical engineers for as received and saturated resistivities. The soil sample will be tested for as-received and minimum electrical resistivity. If the minimum resistivity is found to be less than 1,000 ohmcm, the soil sample will be forwarded to a laboratory for chemical analysis of chlorides, sulfates, pH, and bi-carbonates. d. Foreign Utility Observation - Perform a field verification of foreign utilities for confirmation of location and condition of existing pipelines. The observation will also be conducted to determine whether the utilities are cathodically protected and the location of any corrosion control facilities, . as they might impact the installation and operation of the proposed pipeline. e. Letter Report - Prepare a letter report with the results of the soil resistivity testing, chemical analysis, and foreign utility observation. The degree of corrosivity of the soil will be discussed with respect to each of the proposed pipe material options. Prepare corrosion control design documents including: a. Plans and Specifications -Prepare Details in AutoCAD 2010 format and Technical Specification Section 13110 "Cathodic Protection" for the cathodic protection system. b. Estimate of Probable Cost -Prepare an estimate of probable cost for the construction of the cathodic protection system. 7. Surge Analysis (Authorized) Provide the following services for the proposed Mary Rhodes Pipeline Phase 2 pipeline and pump station: 1. Phase I -Collect Data 2. Phase II -Model Development AMD. N0.4 EXHIBIT "A" Pa e9of17 H:\HOME\KellyO\GEN\WATER\E10008- Mary Rhodes Pipeline Phase 2Wmendment No. 4- Mary Rhodes Phase 21Exhibit A (3).doc Develop numerical models for the appropriate software procedure based on system parameters as provided in Phase 1 data collection. This phase includes steady state simulations for design flow rates. 3. Phase III -Transients Case Simulations Recommend case simulations for investigation. For the proposed project the following would be typical candidate cases for simulation of surges for each model: CASE 1 Normal pump shutdown with valve operation CASE 2 Pump Startup with full pipe and valve operation CASE 3 Total power failure all operating pumps CASE 4 Partial power failure - 50% of operating pumps a. Base Case Simulations -The transient cases shall be simulated for base case conditions, as-built, or as designed for the flow. All existing surge protection devices or proposed devices shall be included in analysis. b. If the maximum allowable surge pressures in the system are violated under conditions in "A" above, additional surge protection devices will be sized and added to the model. The cases in "A" above will be re-run at the flow rates to determine the locations (if any), size, characteristics, and new set points for both existing and new surge protection devices on the system. 4. Phase IV -Report Preparation Review and interpret results of computer simulations and provide three copies of a written report with graphs and plots of simulation results. The draft report will be submitted to the District for review and comments. A meeting or phone conference will be scheduled with the District to review and discuss comments on the draft report. A final report will be issued that includes the resolution of comments by the District. 8. Geotechnical Investigation (Authorized) Provide the following geotechnical services: 1. Field exploration a. Coordinate field activities between the sub consultant and FNI personnel. b. Drill a total of eighty (80) soil borings along the pipeline route to a depth of 20-ft below natural grade. This corresponds to one boring every 1/2 mile of pipeline route. Include piezometer readings to determine water levels. c. Drill ten (10) soil borings at the pump station site to a depth of 100-ft below natural grade. Drill five (5) additional soil borings under the Colorado River bottom to a depth of 80-ft below the river bottom. d. Drill soil borings for the water tank at the Lake Texana Intake Pump Station to a depth of 150-ft. e. Obtain relatively undisturbed tube samples and standard penetration test samples as appropriate for the soils encountered. f. Observe for groundwater seepage during drilling and record level. AMD. N0.4 EXHIBIT "A" Pa e10of17 H:\HOME\KellyO\GEN\WATER1E10008-Mary Rhodes Pipeline Phase 2Wmendment No. 4- Mary Rhodes Phase 2\Ezhibit A (3).doc g. Backfill boreholes with cuttings upon completion. h. Conduct field resistivity tests at twenty (20) locations evenly spaced along the route. i. Drill four (4) soil borings in the area of the Palmetto Bend Dam outfall to a depth of 100 ft. j. Drill eight (8) additional soil borings along the pipeline route in the area of river and creek crossings to a depth of 100 ft. 2. Laboratory Testing Selected laboratory testing will be conducted on samples that are representative of materials obtained during the field exploration. The tests will be used to evaluate and classify the soils, identify subsurface site characteristics, and provide data for analysis. These tests include: • Atterberg limits (liquid and plastic limits, 30 tests maximum); • Percent passing No. 200 sieve (30 tests maximum); • Moisture content and unit dry weight determination (30 test maximum); • Moisture content only (30 tests maximum); • One-dimensional consolidation (1 test maximum); • Unconfined compressive strength (30 tests maximum); • Deliver samples to corrosivity consultant for their use. 3. Engineering Analysis and Report An engineering analysis and evaluation of the field and laboratory data will be performed for the project, based on available project concepts. Information to be provided in the report includes: • Plan of borings illustrating the approximate location of each boring and scale to which the drawing is made; • A log of each boring indicating the boring number, depth of each stratum, soil classification and description, and groundwater information; • Description of the field exploration and laboratory testing; • Summary of laboratory test results; • Discussion of subsurface soil and groundwater conditions; • General discussion of the geology along the route; • Allowable bearing pressures along the bottom of the pipeline trenches and lateral earth pressures. OSHA soil types for the trench walls and recommendations for trench backfill; • Recommendations on pipe trench stabilization techniques; • Field electrical resistivity tests results; • Seismic geotechnical criteria; • Earthwork recommendations including general comments regarding the excavation potential and potential construction difficulties. 4. Final Design Phase Consultation Review subsurface conditions and soil properties disclosed by the field work and discuss the implications for design with the FNI engineers. AMD. N0.4 EXHIBIT "A" Pa e 11 of 17 H:\HOME\KellyO\GEN\WATER\E10008-Mary Rhodes Pipeline Phase 2\Amendment No. 4-Mary Rhodes Phase 2\Exhibit A (3).doc 9. Archeological Investigation (Authorized) Provide the following services for archeological investigation: 1. Analyze topographic, soils and geologic maps of the project area to identify where prehistoric sites are most likely (i.e. at stream crossings and for some distance back from the crossings). 2. Analyze historic maps and aerial photographs (minimally 1930's and 1960's if available) to identify where historic sites are most likely. 3. Perform a field survey targeting the areas identified in (1) and (2). Some of the survey can be done with the shovel testing (potential historic sites and smaller stream crossings), while backhoe trenching will probably be needed at the larger stream crossings. 4. Prepare a technical report meeting the requirements of the Texas Historical Commission after completion of field work. 5. Prepare an application for an antiquities permit from the Texas Historic Commission. 6. Complete a file search concerning known and potential archeological sites in the project area. 10. Hydraulic Modeling (Authorized) Perform hydraulic modeling for the project. Create a scalable physical model of the Colorado River Intake and Pump Station and provide resulting design recommendations. 11. ROW Acquisition (Authorized) Perform easement acquisition services including: 1. Complete deed research for use in creating easement documents for approximately 200 properties. Easement documents will be prepared by FNI's surveyor. 2. Conduct land cost research in the project area and develop compensation offers for property owners. 3. Meet with the City to discuss compensation offers and overall easement acquisition strategy. 4. Act as the City's agent to purchase temporary and permanent easements for a maximum of 200 parcels. 5. Participate in bi-weekly meetings with the City to discuss property acquisition. AMD. N0.4 EXHIBIT "A" Pa e12of17 H:\HOME\KellvO\GEN\WATER\E10008-Marv Rhodes Pipeline Phase 21Amendment No. 4- Mary Rhodes Phase 2\Exhibit A (3).doc 12. Construction Observation Services (TBD) Provide project representative(s) (PR) to provide construction inspection. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the A/E shall endeavor to provide further protection for the CITY against defects and deficiencies in the Work. The duties and responsibilities of the PR are described as follows: A. General: PR will act as directed by and under the supervision of A/E, and will confer with A/E regarding PR's actions. .PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with A/E and Contractor, keeping the CITY advised as necessary. B. Conference and Meetings: Attend meetings with Contractor, such as pre- construction conferences, progress meetings, job conferences and other project-related meetings as required by the City, and prepare and circulate copies of minutes thereof. C. Liaison: 1) Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. 2) PR shall communicate with CITY with the knowledge of and under the direction of A/E . D. Interpretation of Contract Documents: Report when clarifications and interpretations of the Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. E. Shop Drawings and Samples: 1) Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. 2) Record date of receipt of Samples and approved Shop Drawings. 3) Advise Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal for which PR believes that the submittal has not been approved. F. Review of Work and Rejection of Defective Work: Conduct on-Site observations of Contractor's work in progress to assist A/E in determining if the Work is in general proceeding in accordance with the Contract Documents. Report whenever PR believes. that any part of Contractor's work in progress will not produce a completed Project that conforms to the Contract Documents or will prejudice the integrity of the design concept of the completed Project, or has been damaged, or does not meet the requirements of any inspection, test or approval required to be made; and advise City and A/E of that part of work in progress that PR believes should be corrected or rejected or should be uncovered for observation, or requires special testing, inspection or approval. Observe whether Contractor has arranged for inspections required by Laws and Regulations, including but not limited to those to be performed by public agencies having jurisdiction over the work. AMD. N0.4 EXHIBIT "A" Pa e13of17 H:\HOME\KeIIVO\GEN\WATER\E10008-Mary Rhodes Pipeline Phase 2\Amendment No. 4-Mary Rhodes Phase 2\Exhibit A (3).doc G. Records: 1) Maintain orderly files for correspondence, reports of job conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, A/E's clarifications and interpretations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. 2) Prepare a daily report utilizing approved City format, recording Contractor's hours on the Site, weather conditions, data relative to questions of Change Orders, Field Orders, Work Change Directives, or changed conditions, Site visitors, daily activities, decisions, observations in general, and specific observations in more detail as in the case of observing test procedures; and send copies to A/E and the City. H. Reports: 1) Furnish periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shop Drawing and Sample submittals. 2) Report immediately to the CITY and A/E the occurrence of any Site accidents, any Hazardous Environmental Conditions, emergencies, or acts of God endangering the Work, and property damaged by fire or other causes. 3) Provide project photo report on CD-ROM at the rate of a minimum of two photographs per day, including an adequate amount of photograph documentation of utility conflicts. I. Completion: 1) Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. 2) Participate in a final inspection in the company of A/E, the CITY, and Contractor and prepare a final list of items to be completed or corrected. 3) Observe whether all items on final list have been completed or corrected and make recommendations concerning acceptance and issuance of the Notice of Acceptability of the Work. 13. Start-up Services (TBD) Provide on-site services and verification for all start-up procedures during actual start up of major Project components, systems, and related appurtenances if needed and required. 14. O&M Services (Authorized) Prepare the Designer's suggested Operations and Maintenance Manual for the project during the Design Phase. The manual will cover normal and contingency operations instructions. The manual is intended to supplement O&M manuals from the equipment suppliers and not be a comprehensive O&M manual for the entire project. The manual will include the designer's suggested operation and maintenance activities, test data, curves, and maintenance schedules. Hard copies and electronic copies will be furnished. AMD. N0.4 EXHIBIT "A" Pa e14of17 H:\HOME\KellyO\GEN\WATER\E10008- Mary Rhodes Pipeline Phase 2Wmendment No. 4- Mary Rhodes Phase 2\Exhibit A (3).doc 15. Warranty Phase (TBD) Provide a maintenance guaranty inspection toward the end of the one-year period after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. 16. Provide SCADA Documentation (TBD) Provide standardized SCADA documentation, which will include PFDs, P&IDs, loop sheets, logics, SCADA architecture, DCS I/O lists, instrument lists, tie-in lists, piping lists, equipment lists, and instrumentation specification sheets. 17. Provide the services above authorized in addition to those items shown on Exhibit "A-1" Task List. 2. SCHEDULE DAY DATE ACTIVITY Monday February 22, 2010 Begin Preliminary Design Phase Monday May 3, 2010 Begin Field Investigations Monday July 26, 2010 Submit Prelim Design Report Monday January 3, 2011 Environmental Clearance Monday January 3, 2011 Begin Final Design Phase Friday September 9, 2011 Submit Final Design Documents TBD TBD Begin Bid Phase TBD Tgp Begin Construction Phase 3. FEES A. Fee for Basic Services. The City will pay the Consultant a fixed fee for providing for all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1-4 above, and for all expenses incurred in performing these services. For services provided in Section I.A.1-4, Consultant will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon Consultant's estimate (and City Concurrence) of the proportion of the total services actually completed at the time of billing. For services AMD. N0.4 EXHIBIT "A" Pa e15of17 H:\HOME\KellyO\GEN\WATER\E10008- Mary Rhodes Pipeline Phase 2Wmendment No. 4-Mary Rhodes Phase 2\Exhibit A (3).doc provided in Section I.A.4, the statement will be based upon the percent of completion of the construction contract. City will make prompt monthly payments in response to Consultant's monthly statements. B. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the Consultant snot-to-exceed fee as per the table below: Summary of Fees ORIGINAL CONTRACT 8424 AMD. NO. 1 8424 AMD. NO.2 8424 BASIC SERVICES 1 Stud Phase $116,100.00 $285,490.00 $911,997.00 2 Prelimina Phase Authorized 0.00 0.00 0.00 3 Desi n Phase Not Authorized 0.00 0.00 0.00 4 Bid Phase Not Authorized 0.00 0.00 0.00 5 Construction Phase Not Authorized 0.00 0.00 0.00 Subtotal Basic Services 116,100.00 285,490.00 911,997.00 ADDITIONAL SERVICES 1 Permittin Authorized 0.00 0.00 0.00 2 ROW Ac uisition Surve Authorized 0.00 0.00 0.00 3 To o ra hic Surve Authorized 0.00 0.00 0.00 4 Subsurface Utili Ex loration Authorized 0.00 0.00 0.00 5 Aerial Photo rah Authorized 0.00 0.00 0.00 6 Corrosion En ineerin Authorized 0.00 0.00 0.00 7 Sur e Anal sis Authorized 0.00 0.00 0.00 8 Geotechnical Investi ation Authorized 0.00 0.00 0.00 9 Archeolo ical Investi ation Authorized 0.00 0.00 0.00 10 H draulic Modelin Authorized 0.00 0.00 0.00 11 ROW Ac uisition Authorized 0.00 0.00 0.00 12 Construction Observation Services 0.00 0.00 0.00 13 Start-U Services 0.00 0.00 0.00 14 O & M Services Authorized 0.00 0.00 0.00 15 Warran Phase 0.00 0.00 0.00 16 Provide SCADA Documentation 0.00 0.00 0.00 Subtotal Additional Services 0.00 0.00 0.00 TOTAL AUTHORIZED FEE $116,100.00 $285,490.00 $911,997.00 AMD. N0.4 EXHIBIT "A" Pa e16of17 H:\HOME\KellyO\GEN\WATER\E10008- Mary Rhodes Pipeline Phase 2Wmendment No. 4- Mary Rhodes Phase 2\Exhibit A (3).doc AMD. NO.3 8424 AMD. N0.4 E10008 TOTAL BASIC SERVICES 1 Stud Phase $0.00 $0.00 $1,313,587.00 2 Prelimina Phase 0.00 1,514,814.00 $1,514,814.00 3 Desi n Phase Not Authorized 0.00 3,068,522.00 $3,068,522.00 4 Bid Phase Not Authorized 0.00 102,000.00 $102,000.00 5 Construction Phase Not Authorized 0.00 1,200,000.00 $1,200,000.00 Subtotal Basic Services 0.00 5,885,336.00 $7,198,923.00 ADDITIONAL SERVICES 1 Permittin Authorized 0.00 267,414.00 267,414.00 2 ROW Ac uisition Surve Authorized 0.00 350,000.00 350,000.00 3 To o ra hic Surve Authorized 0.00 891,165.00 891,165.00 4 Subsurface Utili Ex loration Authorized 0.00 286,000.00 286,000.00 5 Aerial Photo rah Authorized 0.00 23,750.00 23,750.00 6 Corrosion En ineerin Authorized 0.00 122,768.00 122,768.00 7 Sur e Anal sis Authorized 0.00 104,181.00 104,181.00 8 Geotechnical Investi ation Authorized 0.00 312,737.00 312,737.00 9 Archeolo ical Investi ation Authorized 0.00 184,650.00 184,650.00 10 H draulic Modelin Authorized 0.00 37,398.00 37,398.00 11 ROW Ac uisition Authorized 0.00 1,060,601.00 1,060,601.00 12 Construction Observation Services 0.00 TBD TBD 13 Start-U Services 0.00 TBD TBD 14 O & M Services Authorized 0.00 150,590.00 150,590.00 15 Warran Phase 0.00 TBD TBD 16 Provide SCADA Documentation 0.00 TBD TBD Subtotal Additional Services 0.00 3,791,254.00 3,791,254.00 TOTAL AUTHORIZED FEE $0.00 $9,676,590.00 $10,990,177.00 *The proposed fees are based on 2010 dollars and will be subject to negotiation for the final scope and current year dollars at the time professional services are authorized for bid and construction phases. The construction services fee is based on construction duration of 2 years. The estimated cost of construction for the Mary Rhodes Pipeline Phase 2 is $115,000,000. The basic services fee proposal for Amendment No. 4 is $5,885,336; therefore, the percentage of basic engineering services cost to construction cost forAmendment No. 4 is 5.12%. AMD. N0.4 EXHIBIT "A" Pa e17of17 H:\HOME\KellyO\GEN\WATER\E10008-Mary Rhodes Pipeline Phase 2\Amendment No. 4- Mary Rhodes Phase 2\Exhibit A (3).doc EXHIBIT "A-1" TASK LIST CITY OF CORPUS CHRISTI MARY RHODES PIPELINE PHASE 2 (Project No. E10008) Parent Project: GARWOOD WATER SUPPLY PROJECT (Project No. 8424) BASIC SERVICES Preliminary Design Phase and General Items: 1. Kick-off Meeting -Conduct one meeting with the City to confirm the goals, schedule, and deliverables for the project. 2. Progress Meetings -Conduct monthly meetings with the City to discuss the progress of the project and quarterly meetings with TWDB to discuss the progress of the Environmental Assessment. These meetings will include design workshops when needed. 3. Existing Data Collection -Obtain and review all available data for the raw water pipeline corridor, Colorado River Pump Station and Intake Site, and Mary Rhodes Raw Water Pipeline System. These will include: a. Previous Studies b. Construction Drawings of Existing Facilities c. Aerial Photographs d. Soil Surveys e. USGS Quadrangle Maps f. Tax Record Property Owner Maps g. Construction Plans of existing water and/or sewer lines h. FEMA Maps i. Other Maps and Data Sources 4. Obtain and Review EJCDC Front-End Documents -Meet with the City to resolve review comments and revise EJCDC standard documents accordingly. This task is limited to two meetings. 5. Water Infrastructure Funding (WIF) Assistance -Coordinate with Texas Water Development Board (TWDB) on WIF funding loan closing, engineering clearance and environmental clearance for preliminary and final design phase funding. 6. Life-Cycle Cost Analysis -Perform life-cycle cost analysis for proposed pipeline and pump station. Determine future operating costs for the proposed facilities. 7. Develop Proiect Corridor for Pipeline -Determine the limits of the raw water pipeline project corridor based upon geographic and topographic features in conjunction with project terminus. Plot engineering constraints and other significant route information on color aerial, USGS topo, or other appropriate base map. Incorporate property line and landowner information that is readily available from tax appraisal district records. 8. Conduct Field Review of Raw Water Pipeline Proiect Corridor -Conduct field review, with representatives of the City, of the project corridor to ensure avoidance or AMD. N0.1 EXHIBIT "A-1" Pa e 1 of 22 H:\HOME\KellyO\GEN\WATER\E10008- Mary Rhodes Pipeline Phase 2\Amendment No. 4-Mary Rhodes Phase 2\Exhibit A-1 (2).doc minimization of environmental, permitting, and engineering issues and determine presence of any additional constraints. 9. Preliminary Determination of Roadway Foreign Utility, Stream and Railroad Crossings - Contact various agencies and utility companies for information regarding roadway, foreign utilities, stream, and railroad crossings along proposed alignment. Author correspondence to public and private utility companies with potential facilities in the area notifying them of the project and requesting information as to the location of any of their existing, proposed, or relocated facilities. 10. Route Selection -Determine and finalize route based on minimizing environmental, permitting, and engineering concerns, identifying all issues associated with the route. Furnish map of recommended route. 11. Pipeline Alignment Selection Meeting -Meet with the City to review the recommended alignment. Adjust the alignment based upon City comments prior to release of surveying. 12. Pipeline Material Options -Evaluate pipe material options and include recommendations in the Engineering Feasibility Report. 13. Pipeline Preliminary Design -Provide preliminary design of pipeline appurtenances, road crossings, corrosion protection requirements, connections, bedding and backfill, creek and river crossings, and fencing. 14. Pump Station and Intake Alternatives -Provide an evaluation of two intake pump station locations and perform conceptual design of up to three intake options. Intake options will include an intake channel into the river, intake pipes into the river, and evaluation of the LCRA pump station. Assume design of a new pump station and intake on the Colorado River. Provide a recommendation for the pump station and intake. Evaluation criteria will include construction cost, permitting considerations, phasing and future expansion, schedule constraints, and O&M considerations. This task includes one site visit and one meeting with LCRA. 15. The preliminary design for the Pump Station and intake shall include the followin a. Pump selection; b. Motor type and means of correcting to 95% power factor; c. Motor cooling type; d. Pump control valve selection; e. Power equipment selection for the pump station; f. HVAC equipment; g. Conceptual layout of instrumentation, controls, and SCADA assuming tie in West Water Delivery System; h. Coordination with power company to supply power for the project (design of substation and power supply lines will be handled by power company); i. Design of interconnect for portable generator at the pump station; j. Building floor plan and equipment layout; k. Architectural sketches of walls roof, and floor plan; I. Pump Station civil layout; m. Sizing and locating a settling basin for suspended solids; n. Typical road sections; o. Flow meter layout; AMD. NO. 1 EXHIBIT "A-1" Pa e 2 of 22 H:\HOME\KellyO\GEN\WATER1E10008-Mary Rhodes Pipeline Phase 2\Amendment No. 4-Mary Rhodes Phase 2\Exhibit A-1 (2).doc p. Structural requirements. 16. Marv Rhodes Existing Facilities Site Visits -Conduct site visits to the three (3) pump stations: West Delivery System Intake Pump Station, Bloomington Pump Station, and Woodsboro Pump Station. 15. Marv Rhodes Existing Facilities Assessment and Hydraulic Analysis -Evaluate existing West Water Delivery System and Mary Rhodes Pipeline to determine the system's ability to transport the additional water from the Mary Rhodes Pipeline Phase 2 project. Review system curves and hydraulic conditions of existing system. Make recommendations on final design items including additional pumps, piping and valves, electrical and instrumentation systems at each of the three (3) pump stations. This task will include evaluation of the addition of one (1) pump and VFD at each of the three (3) pump stations. 16. Integration of Marv Rhodes Pipeline Phase 2 Facilities and Piping Modifications into the existing Marv Rhodes system -Provide an evaluation of up to three (3) alternatives for integration and connection of the Mary Rhodes Pipeline Phase 2 facilities to the existing Texana Intake suction piping. The evaluation will include types of connections and control options including piping and valve considerations, location and capacity alternatives of ground storage facilities for receiving Mary Rhodes Pipeline Phase 2 water, flow metering requirements, electrical and instrumentation requirements, and structural requirements. Provide a recommendation for the connection and piping modifications. Evaluation criteria will include construction cost, permitting considerations, phasing and future expansion, schedule constraints, and O&M considerations. 17. Marv Rhodes System Pump Evaluation -Contact various pump manufacturers to determine pumps that are available for the three (3) pump stations. Evaluate selections by manufacturers and make recommendations to the City for inclusion in specifications. Review original specifications and recommend updates for the proposed pump specifications. Evaluate weight of available pump equipment with respect to the structure if these differ substantially from the existing equipment and original design assumptions. 18. Mary Rhodes System Electrical System Analysis -Review existing electrical systems for each of the three pump stations, and their capability to meet existing and future operating conditions. Set design criteria, validate transformer and switchgear arrangements, determine layout, and establish design recommendations for electrical equipment and SCADA improvements. 19. Engineering Feasibility Report - Prepare a report detailing the findings of the activities performed in the Preliminary Design Phase for the proposed raw water pipeline, Colorado River Pump Station and Intake, and improvements to Lake Texana West Water Delivery System and Mary Rhodes Pipeline. Establish major design parameters for the project. Include all necessary information outlined in TWDB's guidelines for preparation of Engineering Feasibility Reports. This report shall serve as the preliminary design report for the proposed raw water pipeline, Colorado River Pump Station and Intake, and the Modifications to the Mary Rhodes Raw Water Pipeline System. It will summarize the results of the preliminary phase and provide recommendations for the final design phase. Provide a draft of the Engineering Feasibility Report to TWDB at the 60% stage. AMD. NO. 1 EXHIBIT "A-1" Pa e 3 of 22 H:\HOME\KellyO\GEN\WATER\E1000t3-Mary Rhodes Pipeline Phase 2Wmendment No. 4- Mary Rhodes Phase 2\Exhibit A-1 (2).doc 20. Submit Engineering Feasibility Report to the City -Submit to the City for review eight (8) copies of the report. 21. Review Meeting with the City -Meet with the City and obtain City's comments on the Engineering Feasibility Report. 22. Submit Engineering Feasibility Report to TWDB -When the Engineering Feasibility Report has been approved by the City, submit to TWDB for review and approval eight (8) copies of the Engineering Feasibility Report. 23. Review Meeting with TWDB -Meet with TWDB and obtain comments on the Engineering Feasibility Report. Resolve any questions and comments provided by the City. 24. Preliminary Design Cost Opinion -Submit the Engineer's probable cost opinion for the recommended raw water pipeline alignment and Preliminary Engineering Report recommendations. Final Design Phase: 1. Produce design drawings and specifications as described below for the following facilities: • Approximately 40 miles of 54"-60" raw water pipeline and associated appurtenances; • Colorado River Pump Station and Intake, based on a peak flow of 46 MGD and a typical flow of 31 MGD; • Addition of one (1) pump and VFD, including electrical and instrumentation equipment, piping, and valves to support the pumping unit at the Lake Texana Intake Pump Station; • Additional piping, ground storage tank, control systems, flow monitoring, and modifications to existing piping for connection and integration of the proposed Mary Rhodes Pipeline Phase 2 facilities to the existing Lake Texana Intake Pump Station; • Additional pipeline, ground storage tanks, control systems and flow monitoring at the Bloomington and Woodsboro Pump Stations; • Addition of one (1) pump and VFD, including electrical and instrumentation equipment, piping, and valves to support the pumping unit at the Bloomington and Woodsboro Pump Stations. 2. Preparation of Background Drawings -Utilize the results of the Topographic Survey and Aerial Photography to create plan view background drawings for the Colorado River pump station and intake site, the selected raw water pipeline route, and the water tanks at the existing Mary Rhodes facilities. These background Drawings will also serve as base sheets for the final raw water pipeline plan and profile sheets and design drawings. 3. Specification Preparation -Prepare required front-end documents and a table of contents for the technical specifications for each project. 4. Hydraulic Profile Verification -Verify the hydraulic profile of the proposed raw water pipeline based on survey data. AMD. NO. 1 EXHIBIT "A-1" Pa e 4 of 22 H:\HOME\KellyO\GEN\WATER\E10008- Mary Rhodes Pipeline Phase 2\Amendment No. 4- Mary Rhodes Phase 21Exhibit A-1 (2).doc 5. State Agency/Roads/Railroad/Utility Coordination -Incorporate the requirements of various agencies and utility companies regarding roadway, foreign utilities, stream, and railroad crossings along proposed alignment into Contract Documents. 6. Interim Final Design Submittal -Provide drawings showing the conceptual plan views for the proposed Colorado River Pump Station and Intake, raw water pipeline alignment including location of appurtenances for the selected alignment, and Improvements to Lake Texana Intake Pump Station, Bloomington Pump Station, and Woodsboro Pump Station. A total of eight (8) sets (half size) of Interim Final Design documents for each project will be submitted for review by the City. The Interim Final Design Submittal for the raw water pipeline will consist of aerial plan views with the selected alignment and easements along with appurtenances and required crossings. The Interim Final Design Submittal for the Colorado River Pump Station and Intake shall consist of the general plan views and sections of the pump station structure and piping, building floor plans and elevations, and plan and sections views for the Colorado River Intake. The Interim Final Design Submittal for the Improvements to Lake Texana Intake Pump Station, Bloomington Pump Station, and Woodsboro Pump Station shall consist of general plan views and sections of the existing pump station structures and piping, building floor plans and elevations, proposed pumps and equipment, piping, and valves at each pump station location. Plan and section views for the connection and integration of the Mary Rhodes Pipeline Phase 2 system including the proposed ground storage tank facilities, flow metering facilities, yard piping, and valves will also be included. 7. Review Comments -The City will consolidate their submittal review comments and provide to FNI. FNI will incorporate the City's comments into subsequent submittals or prepare a written response in disagreement. 8. Interim Final Design Review Meeting - A meeting will be conducted by the Engineer with the City to review the comments for each project. 9. Update Study Level Cost Opinion -The opinion of probable construction costs for each project will be updated based on new information provided since the Engineering Feasibility Report was generated. 10. Pipeline Plan and Profile Drawings -Prepare plan and profile drawings of the raw water pipeline. All drawings will be produced in AutoCAD Civil 3D. 11. Colorado River Pump Station and Intake Piping, Electrical, Architectural, Structural, Mechanical Drawings -Prepare pump station, civil, piping, electrical, architectural, structural, and mechanical drawings for the intake pump station. 12. Improvements to Lake Texana Intake Pump Station, Bloomington Pump Station, and Woodsboro Pump Station Drawings -Prepare drawings for the proposed ground storage tanks and associated piping and control connections located at the Lake Texana Intake Pump Station, Bloomington Pump Station, and Woodsboro Pump Station. Prepare drawings for the additional pumps and flow metering facilities proposed for the Woodsboro, Bloomington and Lake Texana Intake pump stations. 13. General Detail Sheets -Prepare standard and general detail sheets for the raw water pipeline, Colorado River pump station and intake, and improvements to Lake Texana West Water Delivery System and Mary Rhodes Pipeline. 14. Roadway Utility Stream & Railroad Crossing Detail Sheets -Prepare required details for raw water pipeline crossings that incorporate individual entity crossing requirements. AMD. NO. 1 EXHIBIT "A-1" Pa e 5 of 22 H:\HOME\KellyO\GEN\WATER\E10008- Mary Rhodes Pipeline Phase 2Wmendment No. 4-Mary Rhodes Phase 2\Exhibit A-1 (2).doc 15. Connection Details -Prepare details for all connection points. 16. Specification Preparation -Revise EJCDC front-end documents and prepare technical specifications for each project. 17. State Agency/Road/Railroads/Utility Coordination -Incorporate requirements of various agencies and utility companies regarding roadway, foreign utilities, stream, and railroad crossings along proposed alignment into the Contract Documents. 18. Pre-Final Design Submittal - Submit a total of eight (8) sets (half size) of Pre-Final Design Submittal design documents for each project to the City for review. 19. Review Comments -The City will consolidate their submittal review comments for each project and provide to the Engineer. The Engineer will incorporate the City's comments into the final submittal or prepare a written response of disagreement. 20. Final Design Submittal Review Meeting - A meeting will be conducted by the Engineer with the City to review the comments for each project. 21. Prepare Final Opinion of Probable Construction Cost -The Opinion of Probable Construction Cost will be finalized for each project based on the Final Design Submittal 2 drawings and specifications. 22. Prepare Final Construction Contract Documents -After receipt of agency review comments and the City's comments on documents, prepare final sealed contract documents and resubmit. 23. Issue Final Construction Contract Documents -Submit eight (8) sets (three (3) full size and five (5) half size drawings) and eight (8) sets of specifications for the following contracts: • Colorado River Intake and Pump Station and Improvements to the Lake Texana Intake Pump Station, Bloomington Pump Station and Woodsboro Pump Station; • Mary Rhodes Pipeline Phase 2 Raw Water Pipeline, East Section; • Mary Rhodes Pipeline Phase 2 Raw Water Pipeline, Central Section; • Mary Rhodes Pipeline Phase 2 Raw Water Pipeline, West Section. Bid and Construction Phase: • BID PHASE. Upon completion of the design services and approval of "Final" drawings and specifications by the City, FNI will proceed with the performance of services in this phase as follows: o Assist the City in securing bids. Issue a Notice to Bidders to prospective contractors and vendors listed in FNI's database of prospective bidders, and to selected plan rooms. Provide a copy of the notice to bidders for the City to use in notifying construction news publications and publishing appropriate legal notice. The cost for publications shall be paid by the Gity. o Print Bid Documents and distribute to selected plan rooms, and to prospective bidders that respond to the Notice to Bidders. o Maintain information on entities that have been issue a set of bid documents. Distribute information on plan holders to interested contractors and vendors on request. o Assist the City by responding to questions and interpreting bid documents. Prepare AMD. NO. 1 EXHIBIT "A-1" Pa e 6 of 22 H:\HOME\KellyO\GEN\WATER\E10008- Mary Rhodes Pipeline Phase 2\Amendment No. 4- Mary Rhodes Phase 2\Exhibit A-1 (2).doc and issue addenda to the bid documents to plan holders if necessary. o At the City's request, FNI will assist the City in the opening, tabulating, and analyzing the bids received. Review the qualification information provided by the apparent low bidder to determine if, based on the information available, they appearto be qualified to construct the project. Recommend award of contracts or other actions as appropriate to be taken by the Clty. Pre-qualification of all prospective bidders and issuing a list of eligible bidders prior to the bid opening is an additional service. o Assist the City in conducting apre-bid conference for the construction projects and coordinate responses with the Clty. Response to the pre-bid conference will be in the form of addenda issued after the conference. Attend the tour of the project site after the pre-bid conference. Furnish contractor copies of the drawings and specifications for construction pursuant to the General Conditions of the Construction Contract. CONSTRUCTION PHASE: Upon completion of the bid or negotiation phase services, FNI will proceed with the performance of construction phase services as described below. FNI will endeavor to protect the City in providing these services however, it is understood that FNI does not guarantee the Contractor's performance, nor is FNI responsible for supervision of the Contractor's operation and employees. FNI shall not be responsible forthe means, methods, techniques, sequences or procedures of construction selected by the Contractor, or any safety precautions and programs relating in any way to the condition of the premises, the work of the Contractor or any Subcontractor. FNI shall not be responsible forthe acts or omissions of any person (except its own employees or agents) at the Project site or otherwise performing any of the work of the Project. These services are based on the use of FNI standard General Conditions for construction projects. Modifications to these services required by use of other general conditions or contract administration procedures are an additional service. If general conditions other than FNI standards are used, the City agrees to include provisions in the construction contract documents that will require the construction contractor to include FNI and their subconsultants on this project to be listed as an additional insured on contractor's insurance policies. o Assist the City in conducting pre-construction conference(s) with the Contractor(s), review construction schedules prepared by the Contractor(s) pursuant to the requirements of the construction contract, and prepare a proposed estimate of monthly cash requirements of the Project from information provided by the Construction Contractor. o Establish communication procedures with the City and contractor. Submit monthly reports of construction progress. Reports will describe construction progress in general terms and summarize project costs, cash flow, construction schedule and pending and approved contract modifications. o Establish and maintain a project documentation system consistent with the requirements of the construction contract documents. Monitor the processing of contractor's submittals and provide for filing and retrieval of project documentation. Produce monthly reports indicating the status of all submittals in the review process. Review contractor's submittals, including, requests for information, modification requests, shop drawings, schedules, and other submittals in accordance with the requirements of the construction contract documents for the projects. Monitor the AMD. NO. 1 EXHIBIT "A-1" Pa e 7 of 22 H:\HOME\KeIly01GEN\WATER\E10008- Mary Rhodes Pipeline Phase 21Amendment No. 4-Mary Rhodes Phase 2\Exhibit A-1 (2).doc progress of the contractor in sending and processing submittals to see that documentation is being processed in accordance with schedules. o Based on FNI's observations as an experienced and qualified design professional and review of the Payment Requests and supporting documentation submitted by Contractor, determine the amount that FNI recommends Contractor be paid on monthly and final estimates, pursuant to the General Conditions of the Construction Contract. o Make monthly visits to the site (as distinguished from the continuous services of a Resident Project Representative) to observe the progress and the quality of work and to attempt to determine in general if the work is proceeding in accordance with the Construction Contract Documents. In this effort FNI will endeavorto protect the City against defects and deficiencies in the work of Contractors and will report any observed deficiencies to the City. Visits to the site in excess of the specified number are an additional service. o Notify the contractor ofnon-conforming work observed on site visits. Review quality related documents provided by the contractor such as test reports, equipment installation reports or other documentation required by the Construction contract documents. o Interpret the drawings and specifications for the City and Contractor(s). Investigations, analyses, and studies requested by the Contractor(s) and approved by the City, for substitutions of equipment and/or materials or deviations from the drawings and specifications is an additional service. o Establish procedures for administering constructive changes to the construction contracts. Process contract modifications and negotiate with the contractor on behalf of the City to determine the cost and time impacts of these changes. Prepare change order documentation for approved changes for execution by the City. Documentation of field orders, where cost to the City is not impacted, will also be prepared. Investigations, analyses, studies or design for substitutions of equipment or materials, corrections of defective or deficient work of the contractor or other deviations from the construction contract documents requested by the contractor and approved by the Owner are an additional service. Substitutions of materials or equipment or design modifications requested by the City are an additional service. o Prepare documentation for contract modifications required to implement modifications in the design of the project. Receive and evaluate notices of contractor claims and make recommendations to the City on the merit and value of the claim on the basis of information submitted by the contractor or available in project documentation. Endeavorto negotiate a settlement value with the Contractor on behalf of the City if appropriate. Providing these services to review or evaluate construction contractor(s) claim(s), supported by causes notwithinthe control of FNI are an additional service. o Assist in the transfer of and acceptance by the construction contractor of any Owner furnished equipment or materials. o Conduct, in company with the City's representative, afinal review of the Project for conformance with the design concept of the Project and general compliance with the Construction Contract Documents. Prepare a list of deficiencies to be corrected by the contractor before recommendation of final payment. Assist the City in obtaining legal releases, permits, warranties, spare parts, and keys from the contractor. Review and comment on the certificate of completion and the recommendation for final payment to the Contractor(s). Visiting the site to review completed work in excess of two trips are an additional service. AMD. N0.1 EXHIBIT "A-1" Pa e 8 of 22 H:\HOME\KellyO\GEN\WATER\E10008-Mary Rhodes Pipeline Phase 2Wmendment No. 4-Mary Rhodes Phase 2\Exhibit A-1 (2).doc ADDITIONAL SERVICES A. Geotechnical FNI will subcontract with a geotechnical firm to provide the geotechnical investigation and report for the Mary Rhodes Pipeline Phase 2 Project. The scope of services is described below. 1. Field exploration a. Coordinate field activities between the sub consultant and FNI personnel. b. Drill a total of eighty (80) soil borings along the pipeline route to a depth of 20-ft below natural grade. This corresponds to one boring every 1/2 mile of pipeline route. Include piezometer readings to determine water levels. c. Drill ten (10) soil borings at the pump station site to a depth of 100-ft below natural grade. Drill five (5) additional soil borings under the Colorado River bottom to a depth of 80-ft below the river bottom. d. Drill soil borings for the water tank at the Lake Texana Intake Pump Station to a depth of 150-ft. e. Obtain relatively undisturbed tube samples and standard penetration test samples as appropriate for the soils encountered. f. Observe for groundwater seepage during drilling and record level. g. Backfill boreholes with cuttings upon completion. h. Conduct field resistivity tests at twenty (20) locations evenly spaced along the route. i. Drill four (4) soil borings in the area of the Palmetto Bend Dam outfall to a depth of 100 ft. j. Drill eight (8) additional soil borings along the pipeline route in the area of river and creek crossings to a depth of 100 ft. 2. Laboratory Testing Selected laboratory testing will be conducted on samples that are representative of materials obtained during the field exploration. The tests will be used to evaluate and classify the soils, identify subsurface site characteristics, and provide data for analysis. These tests include: • Atterberg limits (liquid and plastic limits, 30 tests maximum); • Percent passing No. 200 sieve (30 tests maximum); • Moisture content and unit dry weight determination (30 test maximum); • Moisture content only (30 tests maximum); • One-dimensional consolidation (1 test maximum); • Unconfined compressive strength (30 tests maximum); • Deliver samples to corrosivity consultant for their use. 3. Engineering Analysis and Report An engineering analysis and evaluation of the field and laboratory data will be performed for the project, based on available project concepts. Information to be provided in the report includes: • Plan of borings illustrating the approximate location of each boring and scale to which the drawing is made; • A log of each boring indicating the boring number, depth of each stratum, soil classification and description, and groundwater information; Description of the field exploration and laboratory testing; AMD. NO. 1 EXHIBIT "A-1" Pa e 9 of 22 H:\HOME\KellyO\GEN\WATER\E10008- Mary Rhodes Pipeline Phase 2\Amendment No. 4-Mary Rhodes Phase 2\Exhibit A-1 (2).doc • Summary of laboratory test results; • Discussion of subsurface soil and groundwater conditions; • General discussion of the geology along the route; • Allowable bearing pressures along the bottom of the pipeline trenches and lateral earth pressures. OSHA soil types for the trench walls and recommendations for trench backfill; • Recommendations on pipe trench stabilization techniques; • Field electrical resistivity tests results; • Seismic geotechnical criteria; • Earthwork recommendations including general comments regarding the excavation potential and potential construction difficulties. 4. Final Design Phase Consultation Review subsurface conditions and soil properties disclosed by the field work and discuss the implications for design with the FNI engineers. B. Surveying Services FNI will subcontract with a surveying firm to provide surveying services for easement acquisition and design of the project. All surveying shall meet the standards of the Manual of Practice for Land Surveying in the State of Texas. The scope of work is described below. 1. TAD Maps -Provide one (1) copy of local Tax Appraisal District (TAD) Property Boundary Maps encompassing all properties within 100 feet either side of the preliminary pipeline alignment. 2. Ownership map - Prepare a deed plot of all ownerships, right-of-way, and existing easements within 100 feet either side of the preliminary pipeline alignment. All properties shall be numbered to match the corresponding list of landowners to be provided by FNI via Property Acquisition Services. 3. Project Control -Establish horizontal and vertical control from Texas State Plane coordinates, referenced to NAD 83 and NAVD 88. RTK/GPS or conventional surveying methods shall be utilized to establish X, Y, and Z coordinates. The surveyor shall provide appropriate length adjustments for the earth's curvature, where applicable. Locate property corners as required to establish property lines along the preliminary pipeline alignment and establish a minimum of one permanent control point (horizontal and vertical control) every 1,500 feet along the pipeline route. Provide X, Y, Z benchmarks within 200 feet of the beginning and end of the project and at a maximum of 1 mile spacing along the pipeline. Run level checks on all benchmarks. 4. Topographic Survey -Upon selection of final pipeline alignment and pump station location by FNI, locate all existing utilities and improvements within 100 feet either side of the final pipeline alignment and in the designated pump station site area and record a general description of the existing terrain. Features to tie in shall include, but not be limited to, the top elevation of manholes and invert elevations for all entering and existing conduits, tops of curbs, edges of pavement, bridges, retaining walls, drainage structures, channels and drainage ways, valves, slabs, utility signs and structures, fences, landscaping features, limits of vegetation, (trees and brush), cleanouts, mailboxes, driveways, sidewalks, utility poles, vaults, tanks, etc. Surveyor shall arrange for flagging of existing utilities prior to survey. Coordinate field work for topographic surrey with SUE AMD. NO. 1 EXHIBIT "A-1" Pa a 10 of 22 H:\HOME\KellyO\GEN\WATER\E10008- Mary Rhodes Pipeline Phase 21Amendment No. 4-Mary Rhodes Phase 2\Exhibit A-1 (2).doc firm to verify that utilities have been located prior to start of work. Take cross- sections at 50 foot intervals along the proposed alignment and at all grade breaks. Provide sufficient ground shots to create 1-ft contours for the pipeline easement and pump station site. 5. Bathometric Survey -Provide survey for the Colorado River Intake Pump Station. Provide sufficient ground shots to create 1-ft contours for the bed and banks of the Colorado River in the area of the intake. 6. Aerial Photography -Provide high-resolution color aerial photography for use in the design drawings. Establish ground control with GPS techniques and tie all control to the State Plane Coordinate System, NAD 83. 7. Easements -Prepare an exhibit and metes and bounds legal easement description for each tract the final pipeline alignment will cross as well as the pump station easement. Easements shall be signed and sealed by a Registered Professional Land Surveyor, currently licensed to practice in the State of Texas. Each easement shall have attached to it a copy of the corresponding deed for that property and a calculated closure with a lot summary sheet. One (1) draft copy of each easement shall be submitted. to the City and FNI for review. Incorporate comments as appropriate an submit three (3) final copies of the easement and corresponding deed to owner and one (1) final copy to the engineer. This proposal is based on providing 45 easements. Adjustments to the total compensation for easements required less than or in excess of 45 will be made at the unit price established for easements. The legal descriptions and exhibits shall be in accordance with the following: Legal descriptions shall include sufficient information to identify the location, boundaries, monumentation, and area of the described tract, as well as its relationship to the parent tract out of which it is surveyed. Each legal description shall be accompanied by an exhibit plat that depicts the worded description. Legal descriptions and exhibit plats shall be reproduced on 8'/z" x 14" legal sized paper. All must be legible. The exhibit plat or legal description should be able to stand alone. The legal descriptions (metes and bounds descriptions only) shall contain the following: • General Description • Name of current owner of record; • Type of conveyance record (warranty deed, quit claim deed, etc.) • The conveyance instrument recording information (deed record, volume, and page); • Survey name and abstract number; • County, city and state. Specific Description • Point of Beginning tied to a monumented corner of the parent tract • Check bearings and distances against exhibit plat (they should be the same) • Curve data must contain the following: delta, radius, length, long chord bearing, and long chord distance. State if curve is tangent or non-tangent. • References to adjoining properties AMD. NO. 1 EXHIBIT "A-1" Pa a 11 of 22 H:\HOME\KellyO\GEN\WATER\E10008- Mary Rhodes Pipeline Phase 2Wmendment No. 4-Mary Rhodes Phase 2\Exhibit A-1 (2).doc • Basis of Bearing • Legal description should acknowledge existence of the exhibit plat • Acreage to the appropriate number of decimal places (no square feet) • The exhibit Plat should contain the following: • North arrow • Graphic scale • Legend • Mathematical closure • Abstract name and number • Basis of bearing • Controlling monuments • Check bearings and distances against legal descriptions (they should be the same) • Show adjoiners • Show existing easements (with instrument recording information) • Exhibit plat should acknowledge existence of a legal description • Line and curve tables are discouraged • Curve data must contain the following: delta, radius, length, long chord bearing and long chord distance. State if curve is tangent or non-tangent. • The survey plat shall bear the firm name, surveyors name, address, phone number of the land surveyor responsible for the land survey, his/her official seal, his/her original signature, and date surveyed. • Acreage to the appropriate number of decimal places (no square feet). 8. Provide one electronic surrey file, AutoCAD 2010 or more recent version. 9. Surveyor to tie in all geotechnical bore locations. 10. Surveyor to flag Centerline PI's and maintain line of sight using t-posts. 11. Locate Property and Railroad Crossings -Locate and reference the nearest mile marker at all railroad crossings, all property lines, and property corners to pipeline centerline by station and offset. 12. Boundary Surveys -Provide boundary surveys and legal exhibits as required for the City to acquire sites for a pump station, storage pond, and grounds storage tanks site (20 acres or less). C. Subsurface Utility Exploration FNI will subcontract with a subsurface utility exploration (SUE) firm to provide the following SUE services: 1. General SUE Services a. Provide SUE services for easement acquisition and pipeline design on the Mary Rhodes Pipeline Phase 2 project. The project area is generally described as AMD. NO. 1 EXHIBIT "A-1" Pa a 12 of 22 H:\HOME\KellyO\GEN\WATER\E10008-Mary Rhodes Pipeline Phase 2Wmendment No. 4- Mary Rhodes Phase 2\Exhibit A-1 (2).doc beginning in Matagorda County on the west bank of the Colorado River and extending south and west to the West Delivery System Intake at Lake Texana in Jackson County. The SUE area will extend 100 feet on either side of the pipe. centerline. This task is limited to 100 test holes. b. All SUE work shall be in accordance with the ASCE standard "ASCE C-1, 38-02, Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data," as well as the general standard of care in the Subsurface Utility Engineering profession. 2. SUE Services to be Provided: a. Quality Service Level B (QL-B Designating Services) -This level of service includes designation which is to indicate, by marking with paint, the presence and approximate horizontal location of subsurface utilities using geophysical prospecting techniques, including, without limitations, electromagnetic, sonic, and acoustical techniques. The SUE provider will provide the following designating services to aid the client in the design of the pipeline, establish the easements, creation of construction plans or project development plans, or for other purposes agreed upon by the parties. The SUE provider will: i. Provide all equipment, personnel, and supplies required for performing designating services. ii. Conduct appropriate investigation of site conditions. iii. Designate the approximate horizontal location of the existing utilities within the project limits as previously described in the General SUE Services section. iv. Mark the utilities on the ground to be surveyed. v. Utilize Texas One Call and/or Dig Tess location services and measure all utilities at the marked locations. b. Quality Services Level A (QL-A Locating/Test Hole Service) -The level of service includes locating the accurate horizontal and vertical position of subsurface utilities by excavating a test hole using vacuum excavation techniques and equipment that is non-destructive to utilities. The SUE provider will: i. Provide all equipment, personnel, and supplies required to perform locating services. Utilize existing records and designated utilities at the site and investigate site conditions. iii. Excavate test holes to expose the utility to be measured in such a manner that insures the safety of the excavation and the integrity of the utility to be measured. In performing such excavations, the SUE provider shall comply with applicable utility damage prevention laws and coordinate with utility inspectors as required by law. Excavations will be performed using vacuum excavation equipment that is non-destructive to existing facilities. iv. Furnish and install markers directly above the centerline of utility structure and in each excavated test hole. v. Investigate, evaluate, measure, and record: • actual depth to top of utility referenced to a marker installed AMD. NO. 1 EXHIBIT "A-1" Pa a 13 of 22 H:\HOME\KellyO\GEN\WATER\E10008-Mary Rhodes Pipeline Phase 2Wmendment No. 4- Mary Rhodes Phase 2\Exhibit A-1 (2).doc directly above the centerline of the exposed utility structure. • outside diameter of utility and configuration of non-encased, multi- conduit systems. vi. Backfill around the exposed facility using the excavated materials. Excavations will be backfilled and compacted in lifts. Compaction will comply with permit requirements. vii. Provide permanent restoration of pavements within limits of original cut. When test holes are excavated in areas other than roadway pavement, these disturbed areas shall be restored as nearly as reasonably possible to the condition that existed prior to the excavation. viii. Evaluate and compare field information with utility information described in utility records and resolve conflicts. 3. Project Deliverables a. Data Management -SUE provider will analyze and correlate all field collected data with the collected record data to insure continuity of the information collected, as well as to resolve conflicts between data sets. All data must be correlated to the project monumentation set by the project surveyors. b. Plan Preparation -Plan sheets (22" x 34") must be prepared for the QL-B service utilizing AutoCAD 2010 or newer and meeting ASCE and City of Corpus Christi Standards. The utilities will be referenced by the type of utility and color coded to APWA standards, utility company or agency name, address, telephone number, and contact person. c. Submittals -two (2) sets of plan sheets and two (2) sets of electronic files in AutoCAD 2010 or newer .dwg file format as well as all available utility records scanned and placed on CD-ROM must be provided for the QL-A and QL-B service. Two (2) sets of test hole reports, signed and sealed by a Professional Engineer licensed or registered in the State of Texas, depicting the utility excavated at each of the utility conflicts must be provided, and the locations of the test holes must be indicated on the QL-B plan sheets and electronic files. D. Corrosion Analysis FNI will subcontract with a corrosion firm to provide the following corrosion services: 1. Soil Corrosivity Study a. Document Review -Review of alignment, geotechnical information, and preliminary plans and specifications for pipeline design. b. Field Soil Resistivity Testing -Measure soil resistivity using the Wenner Four Electrode Method along the proposed alignment. The resistivity testing will be conducted at 800 to 1,000-foot intervals to a depth of 20 feet below grade. c. Soil analysis -Test 10 soil samples provided by the project geotechnical engineers for as received and saturated resistivities. The soil sample will be tested for as-received and minimum electrical resistivity. If the minimum resistivity is found to be less than 1,000 ohmcm, the soil sample will be forwarded to a laboratory for chemical analysis of chlorides, sulfates, pH, and bi-carbonates. d. Foreign Utility Observation - Perform a field verification of foreign utilities for confirmation of location and condition of existing pipelines. The observation will AMD. NO. 1 EXHIBIT "A-1" Pa a 14 of 22 H:\HOME\KellyO\GEN\WATER\E10008- Mary Rhodes Pipeline Phase 2Vlmendment No. 4-Mary Rhodes Phase 2\Exhibit A-1 (2).doc also be conducted to determine whether the utilities are cathodically protected and the location of any corrosion control facilities, as they might impact the installation and operation of the proposed pipeline. e. Letter Report - Prepare a letter report with the results of the soil resistivity testing, chemical analysis, and foreign utility observation. The degree of corrosivity of the soil will be discussed with respect to each of the proposed pipe material options. 2. Corrosion Control Design a. Plans and Specifications -Prepare Details in AutoCAD 2010 format and Technical Specification Section 13110 "Cathodic Protection" for the cathodic protection system. b. Estimate of Probable Cost -Prepare an estimate of probable cost for the construction of the cathodic protection system. E. Surge Protection Retain and monitor the efforts of a surge protection engineering firm to provide the following services for the proposed Mary Rhodes Pipeline Phase 2 pipeline and pump station: 1. Phase I -Collect Data 2. Phase II -Model Development Develop numerical models for the appropriate software procedure based on system parameters as provided in Phase 1 data collection. This phase includes steady state simulations for design flow rates. 3. Phase III -Transients Case Simulations Recommend case simulations for investigation. For the proposed project the following would be typical candidate cases for simulation of surges for each model: CASE 1 Normal pump shutdown with valve operation CASE 2 Pump Startup with full pipe and valve operation CASE 3 Total power failure all operating pumps CASE 4 Partial power failure - 50% of operating pumps a. Base Case Simulations -The transient cases shall be simulated for base case conditions, as-built, or as designed for the flow. All existing surge protection devices or proposed devices shall be included in analysis. b. If the maximum allowable surge pressures in the system are violated under conditions in "A" above; additional surge protection devices will be sized and added to the model. The cases in "A" above will be re-run at the flow rates to determine the locations (if any), size, characteristics, and new set points for both existing and new surge protection devices on the system. 4. Phase IV -Report Preparation Review and interpret results of computer simulations and provide three copies of a written report with graphs and plots of simulation results. The draft report will be submitted to the District for review and comments. A meeting or phone conference will be scheduled with the District to review and discuss comments on the draft report. A final report will be issued that includes the resolution of comments by the District. AMD. NO. 1 EXHIBIT "A-1" Pa a 15 of 22 H:\HOME\KellyO\GEN\WATER\E10008- Mary Rhodes Pipeline Phase 2\Amendment No. 4- Mary Rhodes Phase 2\Exhibit A-1 (2).doc Retain and monitor the efforts of a surge protection engineering firm to provide the following services for the improvement of the West Water Delivery System and Mary Rhodes Pipeline: 1. Phase I -Collect Data The existing model from 2002 (Turner Collie & Braden) will be used for the Mary Rhodes pipeline. This model will be reviewed and the data verified for with current existing parameters. The cost estimate assumes that FNI will obtain permission to use the existing 2002 Mary Rhodes model from Turner Collie and Braden, City of Corpus Christi, or Lavaca River Authority. 2. Phase II -Existing Model Upgrade The existing numerical models for the appropriate software procedure (LIQT) based on system parameters as provided in Phase 1 data collection. This phase includes steady state simulations for design flow rates. 3. Phase III -Transients Case Simulations Recommend case simulations for investigation. For the proposed project the following would be typical candidate cases for simulation of surges for each model: CASE 1 Pump power failure -Intake Pump Station CASE 2 Pump power failure -Bloomington Pump Station CASE 3 Pump power failure -Woodsboro Pump Station CASE 4 Accidental inlet valve closure -Bloomington Pump Station CASE 5 Accidental inlet valve closure -Woodsboro Pump Station CASE 6 Accidental Inlet valve closure -Stevens Inlet WTP a. Base Case Simulations -The transient cases shall be simulated for base case conditions, as-built, or as designed for the flow. All existing surge protection devices or proposed devices shall be included in analysis. b. If the maximum allowable surge pressures in the system are violated under conditions in "A" above, additional surge protection devices will be sized and added to the model. The cases in "A" above will be re-run at the flow rates to determine the locations (if any), size, characteristics, and new set points for both existing and new surge protection devices on the system. 4. Phase IV -Report Preparation Review and interpret results of computer simulations and provide three (3) copies of written report with graphs and plots of simulation results. The draft report will be submitted to the District for review. and comments. A meeting or phone conference will be scheduled with the District to review and discuss comments on the draft report. A final report will be issued that includes the resolution of comments by the District. F. Archeological Investigation Retain and monitor the efforts of a registered professional archeologist to provide the following services: 1. Analyze topographic, soils and geologic maps of the project area to identify where prehistoric sites are most likely (i.e. at stream crossings and for some distance back from the crossings). 2. Analyze historic maps and aerial photographs (minimally 1930's and 1960's if available) to identify where historic sites are most likely. AMD. NO. 1 EXHIBIT "A-1" Pa a 16 of 22 H:\HOME\KellyO\GEN\WATER\E10008- Mary Rhodes Pipeline Phase 2\Amendment No. 4-Mary Rhodes Phase 2\Exhibit A-1 (2).doc 3. Perform a field survey targeting the areas identified in (1) and (2). Some of the survey can be done with the shovel testing (potential historic sites and smaller stream crossings), while backhoe trenching will probably be needed at the larger stream crossings. 4. Prepare a technical report meeting the requirements of the Texas Historical Commission after completion of field work. 5. Prepare an application for an antiquities permit from the Texas Historic Commission. 6. Complete a file search concerning known and potential archeological sites in the project area. G. Environmentallnvestigation FNI and Alan Plummer (Environmental Scientists) will perform the following environmental tasks related to the project: 1. Conduct Site Visit a. Collect data needed to describe vegetative cover, wildlife habitat, jurisdictional waters and/or wetlands, land use, and signs of potential hazardous materials contamination within and adjacent to the project area. b. The presence of potential habitat for any state or federally listed threatened or endangered species will be determined. 2. Preparation of Draft and Final EA a. Complete an Environmental Assessment (EA) for environmental clearance by TWDB. Submit quarterly updates on the EA to TWDB and coordinate with all necessary regulatory agencies. The EA will follow the Guidelines for Preparation of Environmental Assessments and will include the following: i. A brief, complete explanation of the purpose and need for the proposed project. ii. A complete, concise description of the proposed project and its costs, which must agree with the engineering feasibility report. iii. A description of the social and natural environment of the entire area which would be affected directly or indirectly by the proposed project, including geological elements, hydrological elements, floodplains and wetlands, climatic elements, biological elements, historical or archeological resources, social and economic conditions, land use, land use planning and controls, other programs and projects in the area, and an overall site assessment. iv. A description of the alternatives considered during the development of the proposed project and an explanation of the evaluation of alternatives and how monetary and environmental factors were considered in the selection of the proposed project. v. A description and evaluation of potential direct, indirect, and secondary impacts which may result from the proposed project upon the social, economic and environmental resources of the affected area of the project, and an explanation of how each potentially adverse impact can be avoided, reduced to an acceptable level, or mitigated by structural and non-structural measures. AMD. NO. 1 EXHIBIT "A-1" Pa a 17 of 22 H:\HOME\KellyO\GEN\WATER\E10008- Mary Rhodes Pipeline Phase 2Wmendment No. 4-Mary Rhodes Phase 21Exhibit A-1 (2).doc vi. An identification of beneficiaries and non-beneficiaries of the proposed project and an assessment of the public acceptability of the project, its costs, and its potential environmental impacts. vii. A summary of comments obtained from and required documentation of coordination with appropriate agencies (e.g., Corps of Engineers, Texas Parks and Wildlife Department, Texas Commission on Environmental Quality) and the affected public. viii. A description of the potential adverse impacts which cannot be avoided should the project be implemented. ix. A description of the future of the environment without the proposed project. x. A description of the extent to which the project may involve tradeoffs between short term environmental losses and long term gains or vice versa. xi. A description of public outreach efforts. xii. A description of the consultation process that includes a summary of agency comments and FNI responses. 3. Agency Coordination a. Submit the draft EA to the appropriate agencies, as required, including the U.S. Army Corps of Engineers, U.S. Fish and Wildlife Service, Texas Commission on Environmental Quality, Texas Water Development Board, Texas Parks and Wildlife Department, Federal Emergency Management Agency, local managers of the National Flood Insurance Program, and the local council of government. b. Provide follow-up assistance, including soliciting project review outcomes from agencies and responding to questions and requests for information. c. Preparing letters of response to agency comments as required. d. Incorporation of agency coordination information and copies of correspondence into EA. 4. Section 404 Permitting a. Conduct Field Survey and Letter Report i. Prior to making a field visit, Environmental Scientists will obtain pertinent background information for the site such as soils maps, topographic maps, floodplain maps, and other readily available data. This information will be evaluated to guide the field survey described below. ii. Environmental Scientists will conduct a pedestrian survey of the project area to identify environmental issues. This investigation will include the following: - Identification of "waters of the U. S." as defined by U. S. Army Corps Engineers' regulations. These waters of the U. S. are regulated by the USACE and require a permit for activities conducted within the jurisdictional boundaries. The presence of jurisdictional waters such as ephemeral, intermittent, or perennial streams, wetlands, or other open waters will be documented. AMD. NO. 1 EXHIBIT "A-1" Pa a 18 of 22 H:\HOME\KellyO\GEN\WATER\E10008-Mary Rhodes Pipeline Phase 2Wmendment No. 4- Mary Rhodes Phase 2\Exhibit A-1 (2).doc iii. Environmental Scientists will prepare a letter report that will include a description of field observations described above; an opinion of whether or not jurisdictional waters are present, and if so, the type(s) of waters; an estimate of the area of impact to waters of the U.S.; and a discussion of potential USACE Section 404 permit options. b. Jurisdictional Determination Report and Preconstruction Notification (PCN) or Individual Permit Application. i. If required under the terms and conditions of the applicable nationwide permit or permits, Environmental Scientists will prepare a permit application, including a Jurisdictional Determination Report. ii. The draft application will be submitted to the Owner for review and comment. After the Owner's comments are incorporated into the application, it will be submitted to the Fort Worth District Corps of Engineers. iii. If a PCN or permit application is required, Environmental Scientists will submit documentation to the Owner describing the permit conditions and requirements. c. Mitigation Plan i. If required by the permit conditions, Environmental Scientists will assist the Owner with preparation of a mitigation plan to compensate for impacts of the project that cannot be avoided or minimized. d. Respond to Corps of Engineers Comments on the PCN/Permit Application. i. After submitting a permit application to the Corps, Environmental Scientists will provide up to 16 hours of follow-up assistance to the City in responding to the Corps' comments. Items that may be needed under this task include: • Responses to questions, • Requests for additional information, • Revisions to the mitigation plan. Requests from the Corps for additional information beyond the estimated number of hours in this agreement will require a contract modification. H. Physical Modeling of Colorado River Pump Station and Intake Retain and monitor the efforts of a hydraulic engineering firm to perform hydraulic modeling for the project. This firm will create a scalable physical model of the Colorado River Intake and Pump Station and provide resulting design recommendations. I. Easement Acquisition Services Retain and monitor the efforts of an easement acquisition firm to perform easement acquisition services including: 1. Complete deed research for use in creating easement documents for approximately 200 properties. Easement documents will be prepared by FNI's surveyor. 2. Conduct land cost research in the project area and develop compensation offers for property owners. AMD. NO. 1 EXHIBIT "A-1" Pa a 19 of 22 H:\HOME\KellyO\GEN\WATER\E10008-Mary Rhodes Pipeline Phase 2\Amendment No. 4-Mary Rhodes Phase 2\Exhibit A-1 (2).doc 3. Meet with the City to discuss compensation offers and overall easement acquisition strategy. 4. Act as the City's agent to purchase temporary and permanent easements for a maximum of 200 parcels. 5. Participate in bi-weekly meetings with the City to discuss property acquisition. SERVICES NOT INCLUDED IN CONTRACT The following services will not be included or will be provided under separate contracts: 1. Electrical substations and power transmission lines, which will be provided by the electric utility. FNI will coordinate with power suppliers for required facility power requirements; 2. Electrical generators; 3. Chemical facilities. FNI will design the pipeline to allow for addition of future chemical facilities designed outside of this contract; 4. Improvements at the O.N. Stevens Water Treatment Plant; 5. Mitigation required to meet regulatory requirements; 6. Upgrades to LNRA, LCRA, City of Corpus Christi, or any other facilities, other than listed above; 7. Off-channel reservoirs or other facilities required for future expansions or upgrades; 8. Rehabilitation of existing pumps at the Lake Texana Intake Pump Station. 9. Design for adding a second pump and VFD including all piping, valves, electrical and instrumentation at each of the three (3) pump stations: Texana Intake, Bloomington, Woodsboro; 10. Condition assessment and design of improvements to Mary Rhodes Pipeline; 11. Improvements to the West Water Delivery System SCADA system; 12. Blending study; 13. Pre-purchase of equipment; 14. FNI furnished project website; 15. Providing services to investigate existing conditions of facilities, or to make measured drawings thereof, or to verify the accuracy of drawings or other information furnished by the City, other than those listed in Basic Services; 16. Providing renderings, model, and mock-ups requested by the City, other than those listed in Basic Services; 17. Making revisions to drawings, specifications or other documents when such revisions are 1) not consistent with approvals or instructions previously given by the City or 2) due to other causes not solely within the control of FNI; 18. Providing consultation concerning the replacement of any work damaged by fire or other cause during the construction, and providing services as may be required in connection with the replacement of such work; 19. Providing shop, mill, field or laboratory inspection of materials and equipment. Observe factory tests of equipment at any site remote to the project or observing tests required as a result of equipment failing the initial test, other than those inspections and tests listed in Basic Services; 20. Conducting pilot plant studies or tests; 21. Preparing data and reports for assistance to the City in preparation for hearings before regulatory agencies, courts, arbitration panels or mediator; giving testimony, personally AMD. NO. 1 EXHIBIT "A-1" Pa a 20 of 22 H:\HOME\KellyO\GEN\WATER\E10008-Mary Rhodes Pipeline Phase 2Wmendment No. 4- Mary Rhodes Phase 2\Exhibit A-1 (2).doc or by deposition, and preparations therefore before any regulatory agency, court, arbitration panel or mediator, other than those listed in Basic Services; 22. Field layouts or the furnishing of construction line and grade surveys; 23. Investigations involving detailed consideration of operation, maintenance and overhead expenses, and the preparation of rate schedules, earnings and expense statements, feasibility studies, appraisals, evaluations, assessment schedules, and material audits or inventories required for certification of force account construction performed by the City; 24. Preparation of required Operation and Maintenance Manuals or conducting operator training; 25. Appearance before regulatory agencies or courts as an expert witness in any litigation with third parties or condemnation proceedings arising from the development of the Project including the preparation of engineering data and reports for assistance to the City; 26. Assisting the City in the defense of prosecution or litigation in connection with or in addition to those services contemplated by this agreement. Such services, if any, shall be furnished by FNI on a fee basis negotiated by the respective parties outside of and in addition to this agreement; 27. Design, contract modifications, studies or analysis required to comply with local, State, Federal or other regulatory agencies that become effective after the date of this agreement; 28. Providing value engineering studies or reviews, other than those listed in Basic Services; 29. Preparing statements for invoicing or other documentation for billing other than for the standard invoice for services attached to this professional services agreement; 30. Detailed delineation of complex wetland boundaries; 31. Additional consultation with U. S. Fish and Wildlife Service if threatened or endangered species are encountered, .other than that consultation listed in Basic Services; 32. Consultation with other state and federal agencies; 33. Tree survey; 34. Assistance with holding public meeting(s) or hearing(s); 35. Assist the City in the preparation of Construction Contract Documents for construction contracts. Provide Construction Contract Documents which include information from the apparent low bidders bid documents, legal documents, and addenda bound in the documents for execution by the City and construction contractor. Distribute these documents to the contractor with a notice of award that includes directions for the execution of these documents by the construction contractor. Provide the City with the remaining documents for use during construction. Additional sets of documents can be provided as an additional service. 36. Revise the construction (as-built) drawings in accordance with the information furnished by construction Contractor(s) reflecting changes in the Project made during construction. 37. Construction Observation Phase Services including Resident Representation. RESPONSIBILITES OF OWNER Owner shall perform the following in a timely manner so as not to delay the services of FNI: 1. Designate in writing a person to act as the City's representative with respect to the services to be rendered under this agreement. Such person shall have contract authority AMD. NO. 1 EXHIBIT "A-1" Pa a 21 of 22 H:\HOME\KellyO\GEN\WATER\E10008-Mary Rhodes Pipeline Phase 2V\mendment No. 4- Mary Rhodes Phase 2\Exhibit A-1 (2).doc to transmit instructions, receive information, interpret and define the City's policies and decisions with respect to FNI's services for the Project. 2. Provide all criteria and full information as to the City's requirements for the Project, including design objectives and constraints, space, capacity and performance requirements, flexibility and expandability, and any budgetary limitations; and furnish copies of all design and construction standards which the City will require to be included in the drawings and specifications. 3. Assist FNI by placing at FNI's disposal all available information pertinent to the Project including previous reports and any other data relative to design or construction of the Project. 4. Examine all studies, reports, sketches, drawings, specifications, proposals and other documents presented by FNI, obtain advice of an attorney, insurance counselor and other consultants as the City deems appropriate for such examination and render in writing decisions pertaining thereto within a reasonable time so as not to delay the services of FNI. 5. Give prompt written notice to FNI whenever the City observes or otherwise becomes aware of any development that affects the scope or timing of FNI's services. 6. Furnish or direct FNI to provide, Additional Services as stipulate in Additional Services outlined above or other services required. 7. Bear all costs incidental to compliance with the requirements of this section, Responsibilities of Owner. AMD. NO. 1 EXHIBIT "A-1" Pa a 22 of 22 H:\HOME\KellyO\GEN\WATER\E10008-Mary Rhodes Pipeline Phase 2Wmendment No. 4-Mary Rhodes Phase 2\Exhibit A-1 (2).doc / ... SUPPLIER NUMBER TO BE ASSIGNED BYCIT~ PURCHASING DNISION V~rw City of CITY OF CORPUS CHRISTI cor~iis DISCLOSURE OF INTEREST Chnsti City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to pprovide the following information. Every, question must be answered. If the question is not a~~licable, answer with `NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Freese & Nichols, Inc. P. O. BOX: STREET ADDRESS: 5402 S. Staples, Suite 208 CITY: Corpus Christi ZIP: 78411 FIltM IS: 1. Corporation ® 2. Partnership ^ 3. Sole Owner ^ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this pa a or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Chnsti having an "ownership interest" constituting 3% or more of the ownership in the above named "fine.' Name Job Title and City Department (if known) N/A 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title N/A 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee N/A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "fine." Name Consultant N/A FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Ron Guzman, P.E. Title: Vice PresidentlGroup Manager (Type or Priot) Signature of Certifying J Date: Z ~ t Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part-time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are created as non-profit organizations. e. "Official: ' The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation.