Loading...
HomeMy WebLinkAboutC2010-319 - 8/24/2010 - ApprovedCITY OF CORPUS CHRISTI, TEXAS OSO WATER RECLAMATION PLANT NUTRIENT REMOVAL PROJECT (AMMONIA) (PROJECT NO. E09007) CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City} acting through its duly authorized City Manager or Designee (Director of Engineering Services} and LNV, lnc., a Texas corporation, 801 Navigation, Suite 300, Corpus Christi, Nueces County, Texas 78408, (ArchitectlEngineer - AIE}, hereby agree as follows: R 1. SCOPE OF PROJECT Oso_ Water Reclamation Plant Nutrient Removal Proiect (Ammonia] (Proiect No. E09007) -The City of Corpus Christi (City) owns and operates the Oso Water Reclamation Plant (WRP). The Oso WRP is currently permitted far 16.2 MGD average day flow (ADF) and discharges to the Cayo del Oso. The City has been advised by the Texas Commission on Environmental Quality (TCEQ) that the next discharge permit issues for the Oso WRP will contain a more restrictive ammonia limit, which the existing facility cannot meet without modifications. The new permit limits will likely take effect within the next two to three years. In addition, a large portion of the current development within the City of Corpus Christi is within the service area of the Oso WRP, and the City would like to investigate alternatives for increasing the treatment capacity at the Oso WRP. PHASE 1 -BREAKPOINT CHLORINATION & OSO WRP MASTER PLAN The scope of work consists of developing an interim process that can be implemented over the short term to limit ammonia discharges into the Cayo del Oso while developing a master plan for implementation of long-term process facilities to meet anticipated future discharge requirements and additional capacity needs within the Oso WRP's service area. PHASE 2 - OSO WRP NITRIFICATION & RE-RATING The scope of work consists of preliminary and final design, bidding, and construction phase services for implementation of the recommendations in the master plan. These recommendations are likely to involve modifications to the physical, chemical, and biological processes of the existing plant in orderto achieve nitrification to comply with the City's TCEQ discharge permit, and re-rating of the treatment capacity from 16.2 MGD to 20.2 MGD. 2. SCOPE OF SERVICES The AIE hereby agrees, at its own expense, to perform design services necessary to review and prepare plans, specifications, and bid and contract documents. In addition, AIE will provide monthly status updates (project progress or delays, Gantt charts presented with monthly invoices) and provide contract administration services, as described in Exhibit "A" and "A-1 ", to complete the Project. Exhibit "A-9" provides supplemental descrip#ion of services to Exhibit "A" and is not intended to supersede services described in Exhibit "A". Work will not begin on Additional Services until requested by the 201D-319sts, schedules}, and written authorization is provided by the Director of M2D10-197 08/24/10 Page 1 of 3 LNV ;P NUTRIENT REMOVALAMMONiA11 CONTRACT PROFESSIONAL SERVICES.~OC ~~*~~~~~ i ~ , e ~ ~ s AIE services will be "Services for Construction Projects"- (Basic Services for Construction Projects") which are shown and are in accordance with "Professional Engineering Services A Guide to the Selection and Negotiation Process, 1993" a joint publication of the Consulting Engineer's Council of Texas and Texas Society of Professional Engineers: For purposes of this contract, certain services listed in this publication as Additional Services will be considered as Basic Services. 3. ORDER OF SERVICES The A/E agrees to begin work on those authorized Basic Services for this contract upon receipt of the Notice to Proceed from the Director of Engineering Services. Work will not begin on any phase or any Additional Services until requested in writing by the AIE and written authorization is provided by the Director of Engineering Services. The anticipated schedule of the preliminary phase, design phase, bid phase, and construction phase is shown on Exhibit "A". This schedule is not to be inclusive of all additional time that_may be required for review by-the City staff and may be amended by or with-the concurrence of the Director of Engineering Services. The Director of Engineering Services may direct the AIE to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to this contract. AIE shall notify the City of Corpus Christi within three {3} days of notice if tasks requested requires an additional fee. 4. MANDATORY REQUIREMENTS AIE agrees to the mandatory contract and insurance requirements as set forth in Exhibit "B". 5. FEE The City will pay the AIE a fee, as described in Exhibit "A", for providing services authorized a total fee not to exceed $550,059.Q0 (Fine Hundred FiftvThousand Fifty„_Nine Dollars and Zera C,ents). Monthly invoices will be submitted in accordance with Exhibit "D". 6. TERMINATION OF CONTRACT The City may, at any time, with or without cause, terminate this contract upon seven days written notice to the AIE at the address of record. In this event, the AIE will be compensated for its services on all stages authorized based upon AIE and City's estimate of the proportion of the total services actually completed at the time of termination. 7. LOCAL PARTICIPATION The City Council's stated policy is that City expenditures on contracts for professional services be of maximum benefit to the local economy. The AIE agrees that at least 75% of the work described herein will be performed by a laborforce residing within the Corpus Christi Metropolitan Statistical Area {MSA}. Additionally, no more than 25% of the work described herein will be performed by a labor force residing outside the Corpus Christi Metrapolitan Statistical Area (MSA.) Page 2 of 3 H:IHOMEIVELMAPIGENIWASTEWATER1E09007 OSO WRP NUTRIENT REMOVAL AMMONIAII CONTRACT PROFESSIONAE. SERVICES.000 - L , i ) 8. ASSIGNABILITY ~ ! + , The A/E will not assign, transfer or delegate any of its obligations or duties in this contract to any other person without the prior written consent of the City, except for routine duties delegated to personnel of the AIE staff. If the AIE is a partnership, then in the event of the termination of the partnership, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the AIE fee may be assigned in advance of receipt by the AIE without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. 9. OVIINERSHIP OF DOCUMENTS All documents including contract documents(plans and specifications), record drawings, contractor's field data, and submittal data will be the sole property of the City, may not be used again by the AIE without the express written consent of the Director of Engineering Services. However, the AIE may use standard details that are not specific to this project. The City agrees that any modification of the plans will be evidenced on the plans, and be signed and sealed by a professional engineer prior to re-use of modified plans. 10. DISCLOSURE OF INTEREST AIE further agrees, in compliance with City of Corpus Christi Ordinance No. 17112, to complete, as part of this contract, the Disclosure of Interests form attached hereto as Exhibit "C". CITY OF ORPUS, HR1ST1 Y Juan Perale , Jr., P. E., Date Assistant ity Manager RECOM ~ By ~ o Pete Anaya, P. E., Date LNV, INC Dan S. ~ ndecker, ~ E. 801 ~ avigation, Ste 300 Corpus Christi, TX 78408 (361) 883-1984 Office (361) 883-1986 Fax Director of Engineering Services ~~t~D~ ~ a ~,~ ~...~... AUTHURIIE~ ATTEST ~ COt11~6CI1. -•°©~•~~ ~~ __. _. _ . By s~c~~raR Armando Chapa, City cretary APPROVED AS TO FORM Cit or y Date Page 3 of 3 H:IHOMEIVELMAPIGENIWASTEWATER1E09007 OSO WRP NUTRIENT REMOVAL AMMONIAII CONTRACT PROFESSIONAL SERVICES.DOC EXHIBIT A CITY OF CORPUS CHRISTI, TEXAS OSO WATER RECLAMATION PLANT NUTRIENT REMOVAL PROJECT {AMMONIA} (PROJECT NO. E09007) 1. SCOPE OF SERVICES PHASE '! -BREAKPOINT CHLORINATION & MASTER PLAN A. __ Basic Services ___ -_ _ _ __ Basic Services will include the following in addition to those items shown on Exhibit "A-1 ". 1. Preliminary Phase. The ArchitectlEngineer-AIE 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 Design memorandum 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. (The City Engineering Services Department will provide necessary soil investiga#ion and testing under one or more separate contracts). b. Confer with the City staff regarding the design parameters ofthe Project. The Engineerwill participate in a minimum of three (3} 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 A/E will participate in discussions with the operating department and other agencies {Texas Commission of Environmental Quality {TCEQ)) as required to satisfactorily complete the Project. c. Submit one {'I) copy in an approved electronic format, and one {1) paper copies of the Design Memorandum 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 CONSTRUCTABILITY being 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 AIE 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, intent of design, and improvements required, and conformance to relevant Master Plan(s). Page 1 of 18 H~IHOME4VELMAPIGEN4WASTEWATERYE09007 O50 WRP NUTRIENT REMOVAL ANiMONIAI2 CONTRACT EXHIBITA.~OC r 3) Identify results of site field investigation including site findings, existing conditions, potential right of wayleasements, 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 ofi 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 otherfactors required for a professional design (CONSTRUCTABIt_ITY). 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 AIE and Sub-consultant Engineers have checked and reviewed the design memorandum prior to submission. City staff will provide one set only of the following information (as applicable): a. Record drawings, record information ofi existing facilities, and utilities (as available from City Engineering files}. b. The preliminary budget, specifying the funds available for construction; c. Aeria! photography for the Project area. d. Through separate contract, related GIS mapping for exis#ing facilities. e. A copy of existing studies and plans. (as available from City Engineering files}. f. Field location of existing city utilities. (AIE to coordinate with City Operating Department). g. Provide applicable Master Plans. 2. Design Phase. Upon approval ofthe preliminary phase, designated by receiving authorization to proceed, the AIE 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 one (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. Page 2 of 9 $ H:IHDMESVELMAPIGENIWASTEWATERlE09007 OSD WRP NUTRIENT REMDVAL AMMDNIAI2 CONTRACT EXHIBITA.D4C c. Provide assistance to identify testing, handling and disposal of any hazardous materials andlor 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 {60%) 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: • _Pip~ Size_or Building Size_ -- • Pipe Material, etc. • Why o.ne material is selected over another • Pluses 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, additionsldeletions and proceed to next phase, upon Notice to Proceed. g. 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 AssurancelQuality 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 Ci#y staff. The Consultant AIE and Sub-consultant AIE 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. 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. 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. Page 3 of 18 H:4HOME4VELMAP\GENIWAS7EWATERIEO9OO7 OSO WRP NUTRkENT REMOVAL AMMONIAI2 CONTRACT EXH1RlT A.000 k. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. I. Provide a Storm Water Pollution Prevention Plan. 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 Praject speci#ying the funds available far the construction contract. c. Provide the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. __ __ - - - 3. Bid Phase. The AIE will: a. Participate in the pre-bid conference and provide a recommended agenda for critical construction activities and elements impacting 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, far 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 AIE's design phase estimate required above, the Engineer will, at its expense, confer with City staff and make such revisions to the bid documents as the City staff deems necessary to re-advertise that particular portion of the Praject 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 AIE) 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. 4. Construction Phase. The AIE will perform contract administration to include the following: a. Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacted the project. b. Review #or conformance to contract documents, shop and working drawings, materials and other submittals. c. Review field and laboratory tests. Page 4 of 18 H:4HOMEIVELMAPIGENIWASTEWATER46090~7 p5C WRP NUTRIENT REMdVAL AMMONIAI2 CONTRACT EXHIBIT A,000 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 contract documents. This will not be confused with the project representa#ive observation or continuous monitoring of the progress of cans#ruction. 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" sui#able 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. Review construction "red-line" drawings, prepare record drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later} of the record drawings. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular farm. All electronic data will be compatible with the City G1S system. The City staff will: a. Prepare applicationslestimates 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 AIE 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 AIE will, with written authorization by the Director of Engineering Services, do the following: Page 5 of 18 H:IHOMEIVELMAP5GEN4WASTEWA7ER5E09007 O50 WRP NUTRIENT REMOVAL AMMONIA52 CONTRACT EKH161TA.000 1. Permitting. Furnish the City all engineering data and documentation necessary for all required permits. The AIE will prepare this documentation for all required signatures. The A/E will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: a. Wetlands Delineation and Permit b. Temporary Discharge Permit c. NPDES Permit/Amendments d. Texas Commission of Environmental Quality (TCEQ) PermitslAmendments e. Nueces County f. Texas Historical Commission (THC) g. U.S. Fish and Wildlife Service (USFWS} h. U.S. Army Corps of Engineers (USAGE) __ _ _ __ i. United States Environmental Protection Agency (USEPA) 2. Topograpihic Survey. 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 -aerial photography to be provided by City). Establish base survey controls for line and elevation staking (not detailed set#ing 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 re#erence to a minimum of two (2) found boundary monuments from the project area. 3. Environmental Issues (TBD] a. Provide environmental site evaluations and Archeology Reports that are needed for the Project. b. identify and develop a scope of work for any testing, handling and disposal of hazardous materials andlor contaminated soils that may be discovered during construction. 4. Construction Observation Services. 1. Provide a project representative (PR) to provide periodic construction inspection. A. Through such additional observations of Contractor's work in progress and field checks of materials and equipment by the PR and assistants, the AIE shall endeavor to provide further protection for the CITY against defects and deficiencies in the Work. B. The duties and responsibilities of the PR are described as follows: 1. General: PR will act as directed by and under the supervision of AIE, and will confer with AIE regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shall in general be with AIE and Contractor, keeping the CITY advised as necessary. 2. 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. Page 6 of 18 H:SHOMESVELMAP5GENIWASTEWATER1E09007 OSO WRP NUTRIENT REMOVAL AMMONIAI2 CONTRACT EXHIBIT A.DOC 3. Liaison: A. Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. B. PR shall communicate with CITY with the knowledge of and under the direction of A/E 4. Interpretation of Contract Documents: Report when clarifications and interpretations ofthe Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. 5. Shop Drawings and Samples: A. Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. B. Record date of receipt of Samples and approved Shop Drawings. C. 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. 6. Review of Work and Rejection of Defective Work: A. 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. B. 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 AIE 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. C. 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. 7. Records: A. Maintain orderly files for correspondence, reports of jab conferences, reproductions of original Contract Documents including all Change Orders, Field Orders, Work Change Directives, Addenda, additional Drawings issued subsequent to the Contract, AIE's clarifications and interpre#ations of the Contract Documents, progress reports, Shop Drawing and Sample submittals received from and delivered to Contractor, and other Project related documents. B. 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 AIE and the City. 8. Reports: A. Furnish periodic reports as required of progress of the Work and of Contractor's compliance with the progress schedule and schedule of Shap Drawing and Sample submittals. B. Report immediately to the CITY and AIE 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. C. Provide project photo report an CD-ROM at the rate of a minimum of two photographs per day, including an adequate amoun# of photograph Page7of18 H'1HOME5VELMAP4GEN4WASTEWATER1E69007 050 WRP NUTRIENT REMOVAL AMMONIg52 CONTRACT EXHIBIT A.DOC documentation of utility conflicts. 9. Completion: A. Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. B. Participate in a final inspection in the company of AIE, the CITY, and Contractor and prepare a fins! list of items to be completed or corrected. C. 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. 5. Start-up Services. 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. 6. Warran Phase. 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 ar action to best correct defective conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty {6Q) days prior to the end of the maintenance guaranty period. 7. Provide SCADA Documentation. Provide standardized SCADA documentation, which will include PFDs, P&IDs, loop sheets, logics, SCADA architecture, DCS IIO lists, instrument lists, tie-in lists, piping lists, equipment lists, and instrumentation specification sheets. 8. Pilot Study. Provide the services above authorized in addition to those items shown on Exhibit "A-1" Task List. 9. Aso WRP Master Plan. Provide the services above authorized in addition to those items shown on Exhibit "A-1"Task List. 10.Oso WRP Process Modefing. Provide the services above authorized in addition to those items shown on Exhibit "A-1"Task List. Page 8 of 18 H'.1HOMEIVELMAPIGENIWASTEWATER4E09007 OSO WRP NUTRIENT REMOVAL AMMONIAI2 CONTRACT EXHIBIT A.DOC PHASE 2 -- OSO WRP NITRIFICATION & RE-RATING A. Basic Services. Basic Services will include the following in addition to those items shown on Exhibit "A-1 ". 1. Prelimina Phase, The ArchitectlEngineer-AIE 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 Design memorandum 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. (The City Engineering Services Department will provide necessary soil investigation and testing under one or more separate contracts). b. Confer with the City staff regarding the design parameters of the Project. The Engineerwill participate in a minimum of three (3) 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 AIE wNl participate in discussions with the operating department and other agencies (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 copies of the Design Memorandum 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 CONSTRUCTABILITY being 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 AIE 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, intent of design, and improvements required, and conformance to relevant Master Plans}. 3) Identify results of site field investigation including site findings, existing conditions, potential right of wayleasements, 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 otherfactors required for a professional design CONSTRUCTABILITY . Page9of18 H:LHOMEIVELMAPIGENIWASTEWATER1E09007 OSO WRP NUTRIENT REMOVAL AMMONIAI2 CONTRACT EXHISI7 A.DOC ~) 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 departments} and Engineering Services staff to produce a cohesive, weA-defined proposed scope of design, probable cost estimates(s) and design alternatives. 8} Provide a letter stating that the AIE and Sub-consultant Engineers have checked and reviewed the design memorandum prior to submission. 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. Aerial photography for the Project area. d. Through separate contract, related GIS mapping for existing facilities. e. A copy of existing studies and plans. (as available from City Engineering files). h. Field location of existing city utilities. (AIE to coordinate with City Operating Department). i. Provide applicable Master Plans. 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed, the AIE 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 Departments} and Engineering Services staff. b. Prepare one {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 to identify testing, handling and disposal of any hazardous materials andlar contaminated soils that may be discovered during construction (to be included under additional services). d. Prepare final quantities and estimates of probable costs wi#h 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 {60%}plans (plans only-identify needed specifications) to the City staff far review and approval purposes with estimates of probable construction costs. ldentify 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 Page 10 of 18 H:SHOMESVELMAP5GEN5WASTEWATER4E09007 OSO WRP NUTRIENT REMOVAL AMMONIAI2 CONTRACT EXHIBIT A.OOG 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 • Pluses 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, additionsldeletions and proceed to next phase, upon Notice to Proceed. g. 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 AssurancelQuality Control {QAIQC) 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 AIE and Sub-consultan# AlE shall submit a letter declaring that all engineering disciplines of al[ phases of the submittals have been checked, reviewed, and are complete prior to submission, and include signature of all disciplines including but no# limited to s#ructural, 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 fins! 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. !. Prepare and submit monthly status reports with action items developed from monthly progress and review meetings. m. Provide a Storm Water Pollution Prevention Plan. The City staff will: a. Designate an individual to have responsibility, authority, and control for coordinating activities for the construction contract awarded. Page 11 of 18 H'.1HOMEIVELMAPIGENIWASTEWATER1E49007 OSO WRP NUTRIENT REMOVAL AMMONIAI2 CONTRACT EXHIBIT A.000 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. 3. Bid Phase. The AIE will: a. Participate in the pre-bid conference and provide a recommended agenda for critical construction activities and elements impacting 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 fo 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 AIE's design phase estimate required above, the Engineer will, at its expense, confer with 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 far all bid documents, issue {with the assistance of the AIE) 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. 4. Construction Phase. The AIE will perform contract administration to include the following: 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 dacumen#s, 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 contrac# documents. This will net be confused with the project representative observation or continuous monitoring of the progress of construction. Page 12 of 18 H:SHOMESVELMAP5GEN5WASTEWATER5E08007 6S0 WRP NUTRIEN3 REMOVAL AMMONIAI2 CONTRACT EXHIBIT A.000 f. Prepare change orders as authorized by the City (coordinate with the City's construction division}; provide interpretations and clarifications ofi 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. Review construction "red-fine" drawings, prepare record drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans} and deliver to the Engineering Services a reproducible set and electronic file (AutoCAD r.14 or later} of the record drawings. Ail drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. The City staff will: a. Prepare applicationslestimates for payments to contractor. b. Conduct the final acceptance inspection with the Engineer. PHASE 2 - OSO WRP NITRIFICATION & RE-RATING 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 AIE 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 AIE will, with written authorization by the Director of Engineering Services, do the following: Permittin Furnish the City all engineering data and documentation necessary for all required permits. The A/E will prepare this documentation for all required signatures. The AIE will prepare and submit all permits as applicable to the appropriate local, state, and federal authorities, including, but not limited to: Page 13 of 1 S HaHOME1VELMAPIGEN4WASTEWATER1E09007 OSO WRP NUTRIENT REMOVALAMMONIAI2 CONTRACT EXF[I61T A.DDC a. Wetlands Delineation and Permit b. Temporary Discharge Permit c. NPDES Permit/Amendments d. Texas Commission of Environmental Quality {TCEQ) PermitslAmendments e. Nueces County f. Texas Historical Commission (THC) g. U.S. Fish and Wildlife Service {USFWS} h. U.S. Army Corps of Engineers {USAGE) i. United States Environmental Protection Agency (USEPA) 2. Topographic Survey. Provide field surveys, as required for design including the necessary control paints, coordinates and elevations of points (as required for the aerial mapping of the Project area -aerial photography to be provided by City}. Establish base survey controls for line and-elevafion staking (not defiailed setting of-lines arid- 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 far Land Surveying in the State of Texas, Ninth Edition. Include reference to a minimum of two (2) found boundary monuments from the project area. 3. Environmentallssues a. Provide environmental site evaluations and Archeology Reports that are needed for the Project. b. Identify and develop a scope of work for any testing, handling and disposal of hazardous materials andlor contaminated soils that may be discovered during construction. 4. Construction Observation Services. Provide a project representative (PR) to provide periodic construction inspection. A. 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. B. The duties and responsibilities of the PR are described as follows: 1. General: PR will act as directed by and under the supervision of AIE, and will confer with AIE regarding PR's actions. PR's dealings in matters pertaining to the Contractor's work in progress shat! in general be with AIE and Contractor, keeping the CITY advised as necessary. 2. 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. 3. Liaison: A. Serve as liaison with Contractor, working principally through Contractor's superintendent and assist in understanding the intent of the Contract Documents. B. PR shall communicate with CITY with the know{edge of and under the direction of AIE Page 14 of 18 H:IHOMEIVELMAPIG£NIWASTE WATERYE090D7 050 W RP NUTRIENT REMOVAL AMMON IA12 G ONTRACT EXHIB IT A. DOC 4. Interpretation of Contract Documents: Report when clarifications and interpretations ofthe Contract Documents are needed and transmit to Contractor clarifications and interpretations as issued. 5. Shop Drawings and Samples: A. Receive Samples, which are furnished at the Site by Contractor, and notify of availability of Samples for examination. . B. Record date of receipt of Samples and approved Shop Drawings. C. Advise Contractor of the commencement of any portion of the Work requiring a Shop Drawing or Sample submittal far which PR believes that the submittal has not been approved. 6. Review of Work and Rejection of Defec#ive Work: A. Conduct on-Site observations of Contractor's work in progress to assist AIE in determining if the Work is in general proceeding in accordance with the Contract ocuments. B. 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 AIE 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. C. 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. 7. Records: A. 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, AIE'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. B. 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 mare detail as in the case of observing test procedures; and send copies to AIE and the City. 8. Reporks: A. 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. B. Report immediately to the CITY and AIE 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. C. 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. Page 15 of 1$ H:IHOMEIVELMAP5GENIWASTEWATER1E09007 OSO WRP NUTRIENT REMOVAL AMMONIAI2 CONTRACT EXHIBIT A.DOC 9. Completion: A. Before the issue of Certificate of Completion, submit to Contractor a list of observed items requiring completion or correction. B. Participate in a final inspection in the company of AIE, the CITY, and Contractor and prepare a final list of items to be completed or corrected. C. Observe whether all items on final list have been completed or corrected and make recammendationsconcernfing acceptance and issuance of the Notice of Acceptability of the Work. 5. Start-up Serr-ices. 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. __ 6. Warran Phase. Provide a maintenance guaranty inspection toward the end of the one-year period after acceptance of the Project. Nate 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, 7. Provide SCADA Documentation. Provide standardized SCADA documentation, which will include PPDs, P&IDs, loop sheets, logics, SCADA architecture, DCS IIO lists, instrument [fists, tie-in lists, piping lists, equipment lists, and instrumentation specification sheets. 8. Pilot Study, NIA 9. Aso WRP Master Plan. Provide the services above authorized in addition to those items shown on Exhibit "A-1"Task List. 10.Oso WRP Process Modeling. Provide the services above authorized in addition to those items shown on Exhibit "A-1" Task List. Page 16 of 18 H:IHOMEIVELMAP5GEN5WASTEWATER5E09DW OSO WRP NUTRIENT REM05/ALAMM~NIA52 CONTRACT EXHIBITA,pOC 2. SCHEDULE PHASE 1 - PROPOSED PROJECT SCHEDULE DAY DATE ACTIVITY Wednesday September 22, 2010 Begin Preliminary Phase Monday July 5, 2011 Begin Design Phase Friday Jan 27, 2012 Interim 60% Submittal Friday March 2, 2012 City Review Friday April 27, 2012 Pre-Final Submittal Friday May 11, 2012 City Review Friday May 25, 2012 Final Submitta{ Monday (2) June_4 and_ 11, 2012 Advertise_for Bids __ TuelVlledlThu June 19-21, 2012 Pre-Bid Conference Wednesday June 27, 2012 Receive Bids Monday Sept 10, 2012 Begin Construction Weekday March 29, 2013 Construction Completion PHASE 2 -PROPOSED PROJECT SCHEDULE DAY DATE ACTIVITY Wednesday TBD Begin Preliminary Phase Monday TBD Begin Design Phase Friday TBD Interim 60% Submittal Friday TBD City Review Friday TBD Pre-Final Submittal Friday TBD City Review Friday TBD Final Submittal Monday {2} TBD Advertise far Bids TuelWedlThu TBD Pre-Bid Conference Wednesday TBD Receive Bids Monday TBD Begin Construction Weekday TBD Construction Completion 3. FEES A. Fee for Basic Services. The City will pay the AIE 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, A/E will submit monthly statements for basic services rendered. In Section I.A.1-3, the statement will be based upon AIE's estimate (and City Concurrence) of the proportion of the total services actually completed at the time of billing. For services provided in Section I.A.4, the statement will be Page 17 of 18 H:IHOME4VELMAPIGEMWASTEWATER4E09007 050 WRP NUTRIENT REMOVAL AMMONIA52 CONTRACT EXHIBIT A.DOC based upon the percent of completion of the construction contract. City will make prompt monthly payments in response to AIE's monthly statements. B. Fee for Additional Services. Far services authorized by the Director of Engineering Services under Section I.B. "Additional Services" the City will pay the AIE anot-to-exceed fee as per the table below: C. Summary of Fees PHASE 1 PHASE 2 TOTAL BASIC SERVICES 1 Prefimina Phase $97,454.00 TBD $97,454.00 2 Desi n Phase _139 508.OD TBD __ _ _ 139,5D8.00 3 Bid Phase 8,077.00 TBD 8,077.00 4 Construction Phase 33,929.00 TBD 33,929.00 Subtotal Basic Services Fees 278,968.00 TBD $278,968.00 ADD ITIONAL SERVICES 1 Permittin 8,924.00 TBD 8,924.00 2 To o ra hic Surve 8,670.00 TBD 8,670.00 3 Environmentallssues TBD TBD TBD 4 Construction Observation Services 49,748.00 TBD 49,748.00 5 Start-u Services 19,124.00 TBD 19,124.00 6 Warrant Phase 5 612.00 TBD 5,612.00 7 Provide SCADA Documentation 3,519.00 TBD 3,511.OD 8 Pilot Stud 71,536.00 0.00 71 536.00 9 Oso WRP Master Plan 0.00 72,679.00 72 679.00 1D Oso WRP Process Modelin 0.00 31,287.00 31 2$7.00 Subtotal Additional Services Fees 167 125.00 103,966.00 271,091.00 Total Authorized Fee $446,093.00 $1D3 966.00 $550 059.D0 The estimated cost of construction for PHASE 1 (Breakpoint Chlorination} for the Oso Water Reclamation Plant Nutrient.Removal Project (Ammonia} is $3,540,000. The Basic Services fee for the project is $278, 968. Therefore, the percentage of basic engineering services cost to construction costs is 7.97%. Page 18 of 18 {{.}yDME1V ELMAP}GEN4WASTE WATER1E09007 OSD WRP NUTRIENT REMDVAL AMMDNIAI2 CONTRACT EXH 161T A. DOC EXHIBIT A-1 SCOPE OF 1fVORK CITY OF CORPUS CHRISTI, TEXAS OSO WRP NUTRIENT REMOVAL PROJECT (AMMONIA) CITY PROJECT E09007 TABLE OF CONTENTS PHASE 1 -BREAKPOINT CHLORINATION BASIC SERVICES __ _ __ 1.0 Prcliminary Design Phase .................................................................................... 4 1.1. Project ManagementlAdministration ................................................................... 5 1.2. Project Meetings and Workshop .......................................................................... 5 1.2.1. Kickoff Meeting ........................................................................................... 5 1.2.2. Project Workshop .......................................................................................... 6 1.3. Data Collection and Review ................................................................................. 6 1.4. Field Investigation ...........:.................................................................................... 6 1.5. Development & Evaluation of Sodium Hypochlorite Storage & Feed ................ 6 1.6. Opinion of Probable Cost and Project Schedule .................................................. 7 1.6.1. Opinian of Probable Construction Cast ........................................................ 7 1.6.2. Project Schedule ............................................................................................ 7 1.7. Design Memarandum ........................................................................................... 7 2.0 Design Phase .......................................................................................................... 8 2.1. Project Management!Administration ................................................................... 8 2.2. Project Meetings and Design Workshops ............................................................ $ 2. 2.1. Project Update Meetings ....:.......................................................................... S 2. 2.2. Project Workshops ........................................................................................ S 2.3. Design Drawings and Contract Documents ......................................................... 9 2. 3.1. 60%, Pre-Final, and Final Drawings and Contract Documents .................... 9 2.4. QAIQC Review .................................................................................................... 9 2.5. Opinion of Probable Cost and Project Schedule ................................................ 10 2.6. Agency Notification ........................................................................................... 10 3.0 Bid Phase .............................................................................................................. 1d 3.1. Project Management/Administration ................................................................. 10 3.2. Bidding and Award ............................................................................................ 10 4.Q Construction Phase ............................................................................................. 1 ] 4.1. Project Management/Administration ................................................................. 11 4.2. Meetings ............................................................................................................. 11 4.3. Site Visits ........................................................................................................... 11 4.4. RFIs, Submittals, Change Orders and Pay Requests .......................................... 12 4.5. Final Review of Project Conformance ............................................................... 12 4.6. Record Drawings ................................................................................................ 12 EXHIBIT A-1 Page 1 of 21 ADDITIONAL SERVICES 1.0 Permitting ............................................................................................................12 2.0 Right of Way Acquisition (NIA) .........................................................................13 3.0 Topographic.Survey ............................................................................................13 4.0 Environmental Issues (TBD) ..............................................................................13 5.0 Construction Observation Services ...................................................................13 6.0 Start-Up ...............................................................................................................13 7.0 Warranty Phase ..................................................................................................13 S.0 Provide SCADA Documentation .......................................................................13 9.0 Pilot Study ............................................................................................................ 13 9.1. Management and Meetings ................................................................................ 14 9.1.1. Meetings ......................................................................................................14 9.1.2. Pilot Study Quality Control Review ........................................................... 15 9.2. Pilot Study Design .............................................................................................. 15 9.2.1. Onsite Process Inventory and Determination of Pilot Approach ................ 15 9.2.2. Pilot Study Design ...................................................................................... 15 9.2.3. Pilot Study Operation .................................................................................. 16 9.2.4. Monitoring and Data Collection .................:............................................... 16 9.3. Pilot Study Technical Memorandum ................................................................. 16 PHASE 2 - OSO INRP NITRIFICATION & RE-RATING BASIC SERVICES 1.0 Preliminary Design Phase (TBD) ...................................................................... 17 2.0 Design Phase (TBD} ............................................................................................ 17 3.0 Bidding Phase (TBD) .......................................................................................... 17 4.0 Construction Phase (TBD) ................................................................................. 17 ADDITIONAL SERVICES 1.0 Permitting (TBD) ................................................................................................ 17 2.0 Right of Way Acquisition (NIA} ......................................................................... 17 3.0 Topographic Survey (TBD) ................................................................................ 17 4.0 Environmental Issues (TBD) .............................................................................. 17 5.0 Construction Observation Services (TBD) ....................................................... 17 G.0 Start- Up {TBD} ................................................................................................... 17 7.0 Warranty Phase {TBD} ....................................................................................... 17 8.0 Provide SCADA Documentation {TBD) ........................................................... 17 9.0 Pilot Study {NIA) ................................................................................................. 17 10.0 Oso WRP Master Plan ........................................................................................ 17 10.1. Existing Process Evaluation ........................................................................... 1$ 10.1.1. Influent Flow Projections ........................................................................ 18 10.1.2. Inventory existing facility and evaluate Operational Data ...................... 18 10.1.3. Sampling ................................................................................................. 18 10.1.4. Regulatory Review and Establish Effluent Design Criteria .................... 18 10.2. Biological Treatment Facilities (with Nitrification) ....................................... 18 10.2.1. Integration of a Flow Equalization Basin ................................................ 19 EXHIBIT A-1 Page 2 of 21 10.2.1. Integration of a Flaw Equali~atian Basin ................................................ 19 10.3. Disinfection/chemical handling facilities ....................................................... 19 10.4, Biosolids Process Evaluation .......................................................................... 19 10.4.1. Aerobic Digestion ................................................................................... 19 10.4.2. Thickening ..............................................................................................19 10.4.3. Dewatering Facilities ............................................................................... 20 10.5. Master Plan Report ......................................................................................... 20 10.5.1. Project Workshops -Master Planning .................................................... 20 1i.0 Oso `WY2P Process Modeling .............................................................................. 20 11.1.1. Develop and Calibrate Process Models ................................................... 20 11.1,2, Influent Pumping, Preliminary Treatment, Hydraulic Capacity ............. 21 EXHIBIT A-1 Page 3 of 21 in~lroduction The City of Corpus Christi (City) owns and operates the Oso Water Reclamation Plant (WRP). The Oso WRP is currently permitted for 16.2 MGD average day flow (ADF} and discharges into the Cayo del Oso. The City has been advised by the Texas Commission on Environmental Quality (TCEQ} that the next discharge permit issues for the Oso WRP will contain a more restrictive ammonia limit, which the existing facility cannot meet without modifications. The new permit limits will likely take effect within the next two to three years. In addition, a large portion of the current development within the City of Corpus Christi is within the service area of the Oso WRP, and the City would like to investigate alternatives for increasing the treatment capacity at the Oso WRP. The City is currently constructing .the New Broadway WWTP, and needs to carefully manage capital outlays for other projects until the New Broadway WWTP is completed. PHASE 1 -BREAKPOINT CHLORINATION This scope of work is focused on developing an interim process referred to as breakpoint chlorination that can be implemented over the short term to limit ammonia discharges into the Cayo del Oso while developing a master plan for implementation of long-term process facilities to meet anticipated future discharge requirements and additional capacity needs within the Oso WRP's service area. Breakpoint chlorination can best be described as the process of feeding enough chlorine into the effluent to oxidizelremove the excess ammonia and nitrogen in the effluent prior to discharge. PHASE 2 - OSO WRP NITRIFICATION & RE-RATINGIEXPANSiON The scope of work consists of preliminary and final design, bidding, and construction phase services for implementation of the recommendations in the master plan. These recommendations are likely to involve modifications to the physical, chemical, and biological processes of the existing plant in order to achieve nitrification to comply with the City's TCEQ discharge permit, and expansion of the treatment capacity from 16.2 mgd to 20.2 mgd. PHASE 1-BREAKPOINT CHLORINATIO BASIC SERVICES 1.0 Preliminary Design Phase Prior to the preparation of detailed plans and specifications, ENGINEER will develop a Preliminary Design (30% Design) for the breakpoint chlorination facility. The purpose of the Preliminary Design phase is to EXHIBIT A-1 Page4of21 develop a design direction that incorporates the project site conditions and constraints, summarizes the rationale for each major detailed design decision, and contains design criteria including process control criteria and process descriptions for each component and system incorporated into the project. It is important to develop an adequate defiinition of the Project to enable the Detailed Design phase to proceed without significant changes. Another objective of Preliminary Design is to identify desirable equipment types, as well as the need to specify possible sole source procurement andlor equipment pre-purchase options. The selection and design of major process equipment will be based on technical factors, operability, and optimal lifecycle cost analysis. The results of Preliminary Design phase will be compiled into a Design Memorandum which will establish the design parameters, criteria, and concepts necessary for __ _ __ preparation. of__detailed .plans and specifications. ..The. DRAFT Design.. Memo will be delivered and presented to the City for a three (3) week staff review period followed by a resolution of comments at the 30% design workshop meeting. Comments from the City wil! be addressed and incorporated into the FINAL Design Memorandum. 1.1. Project ManagementlAdministration Provide general project management consisting of daily oversight of project work, correspondence with City and Team, and in-house quality assurance and quality control. Define the roles and responsibilities of Team members, communications plan, cost and schedule control, document control, and other project management processes and tools. ENGINEER will complete monthly project status reports in the City's standard format outlining work completed, work in progress, and work anticipated in the upcoming months. This task also addresses routine project planning activities needed to initiate the project including development of the preliminary project schedule, team formation and staffing, de#ailed project scoping, and related project planning. 1.2. Project Meetings and Workshop This task provides for meetings and workshops that pertain to the management and coordination of the Preliminary Design Phase of the project. ENGINEER will prepare and distribute written minutes of these meetings to the City and the Team. Action items and decisions shall be clearly identifiied in the notes. 1.2.1. Kickoff Meeting Plan and conduct a project kick-off meeting with representatives of the City and Team. The purpose of this meeting will be to initiate the project and develop a working understanding of the following: • Introduce the Project Team EXHIBIT A-1 Page 5 of 21 • Review of Project goals • Review project Scope of Work • Review project schedule • Identify information needed from the City • Identify City contacts • Establish communication protocol and project procedures 1.2.2. Project Workshop Plan and conduc# a project workshop with the City and Team upon completion of preliminary design (30%}. The purpose of this _ ___ workshop-- will _ be to _ -discuss the preliminary design recommendations in detail, receive and incorporate City input, facilitate decision-making and to resolve miscellaneous issues. The workshop will be approximately 4 hours in length. Deliverables: • Workshop Agenda & Minutes 1.3. Data Collection and Review Collect and review all available pertinent data associated with the breakpoint chlorination improvements, including but not limited to, record drawings, equipment information, base maps, and O&M Manuals. ENGINEER will provide a description of the necessary process data and will coordinate with the City to collect it. Effluent data not available firom plant records will be obtained by sampling. This additional data will establish current effluent characteristics. Sampling and testing wilt be performed by a qualified laboratory service andlor by the plant personnel and will be paid for by the City. 1.4. Field Investigation Conduct a site visit/field investigation of the Oso WRP #o verify and photograph the existing conditions, identi#y special design andlor construction constraints, and to gain an overall understanding of the project site. 1.5. Development & Evaluation of Sodium Hypochlorite Storage & Feed Evaluate this process to determine recommended locations, storage tank sizes, number of tanks, pumping capacities, etc. considering capital and operating cost, safety, reliability, and City feedback. This evaluation will be used to determine the mast EXHIBIT A-1 Page 6 of 21 appropriate system configuration and foot print to be used in the preliminary design. 1.6.Opinion of Probable Cost and Project Schedule 1.6,1. Opinion of Probable Construction Cost Develop an opinion of probable construction cost for the breakpoint chlorination alternative. 1,6.2. Project Schedule Develop a preliminary project schedule #or each of the major tasks associated with the project including design, bidding, permitting, construction, and start-up. Ensure this schedule is synchronized with the City's Capital Improvement Program (CIP) and- that it meets the City's mandated timeline for being in compliance. 1.7. Design Memorandum Prepare a Design Memorandum that will discuss the recommendations, explain the basis and rationale for the recommendations, constructability, and permitting requirements. The Design Memo wi11 include schematic layouts, sketches, and conceptual design criteria with appropriate exhibits to indicate proposed improvements. After review of the DRAFT Design Memorandum, City comments will be addressed and incorporated into the FINAL Design Memorandum. The Design Memorandum will include basic civil, mechanical, and electrical drawings, equipment cut sheets and the project cost estimate. The level of detail wil! include the following: Preliminary site plan including drainage and roads • Preliminary facility layouts • Updated process flow diagrams (ProcesslMechanical Schematics) • Updated mass and flow balances • Preliminary hydraulic profile and calculations • Updated process design criteria • Process equipment types, cut sheets and data sheets • Identify desired sole source procurement items (if any) • Chemical data, dosage, storage volumes, feed rates • Type, number, size, and approximate electrical load for major equipment • Structural criteria • MechanicailPlumbing criteria • Power feed criteria • Instrumentationlcontrol criteria EXH I B!7 A-1 Page 7 of 21 • Preliminary Control Strategies • Determine zoning requirements and constraints • Applicable codes and other local or permitting requirements • Opinion of Probable Construction Cost Estimate • Construction Schedule Deliverables: • Meeting Minutes • Monthly Project Status Reports • DRAFT Design Memorandum • FINAL Design Memorandum 2.0 Design Phase 2.1, Project ManagementlAdministration Provide general project management consisting of daily oversight of project work, correspondence with City and Team, and in-house quality assurance and quality control. Provide cost and schedule control, document control, and .other project management processes. ENGINEER will complete monthly project status reports in the City's standard format outlining work completed, work in progress, and work anticipated in the upcoming months. 2.2. Project Mee#ings and Design Workshops This task provides for meetings and workshops that pertain to the management and coordination of the Design Phase of the project. ENGINEER will prepare and distribute written minutes of these meetings to the City and the Team. Action items and decisions shall be clearly identified in the notes. 2.2.1. Project Update Meetings Attend on an as-needed basis (up to 1 per month) project update meetings with representatives of the City and Team. The purpose of these meetings will be to update City personnel on the overall project status, project schedule, and to address any on-going design issues. 2.2.2. Projec# Workshops Plan and conduct project workshops with the City and Team upon completion of 60% and Pre-Final design levels. The purpose of these workshops will be to discuss the design in detail, incorporate City input, facilitate decision-making, and to resolve miscellaneous issues. The workshops will be approximately 4 hours in length. EXHIBIT A-1 Page 8 of 21 2.3.Design Drawings and Contract Documents 2.3.1. 6Q%, Pre-Final, and Final Drawings and Contract Documents Upon receiving written authorization to proceed with the Design Phase, ENGINEER will prepare the 60% set of contract documents including drawings and specifications for the City's review. These documents will provide the general scope and extent of the work to be performed by the contractor. The drawings will include all civil, mechanical, and electrical and instrumentation improvements and will be submitted in 22"x34" or 11"x17" sheets. These drawings may include but will not be limited to: __ ____ 1._ __Title Sheet and Drawing Index __ __- __ 2. General Abbreviations and Legend 3. General Notes 4. Process Flow Diagrams 5. Control Layout Sheet 6. Project Site Layout 7. Feed Piping Layout 8. Containment Layout and Sections 9. Containment Details 10. Mechanical Drawings for all equipment 11. Mechanical Details 12. Electrical and Instrumentation Drawings 13. Electrical Details City of Corpus Christi Standard Specifications will be used where applicable. Technical Specifications will be developed and used when needed. Upon receiving the City's comments on the draft submittals, ENGINEER will address and incorporate each of the comments as necessary into the FINAL construction documents. 2.4. QAIQC Review Provide detailed review the breakpoint chlorination design submittals for technical merit, completeness of the drawings and specifications, and interdisciplinary coordination prior to submittal to the City. The Team and Senior Engineer will meet to review and resolve comments and suggested modifications to the progress EXHIBIT A-1 Page 9 of 21 submittals. The QAIQC review will focus on the following areas of review for each design submittal: • Consistency with the intent of the design concepts established in the 30% Design • Technical merit • Conformance with Design Checklist • Conformance with Regulatory Agency and Development Services Design Checklists • Constructability • Operability and Maintainability 2.v, Opinion of Probable Cost and Project Schedule Advise the City of any adjustments to the latest preliminary opinion of probable construction cost andlor schedule based on changes in general scope, extent or character or design requirements of the project. Furnish to the City a revised preliminary estimate of probable construction andlor schedule at each submittal stage. 2.6.Agency Notification Prepare and submi# the Summary Transmittal fetter as required by TCEQ Chapter 217. Provide backup documentation as requested by the permitting agencies. 3.0 Bid Phase 3.1. Project ManagementlAdministration 1. General project management consisting of daily oversight of project work and correspondence with City staff. 2. Engineer will complete monthly project status reports in the City's standard format outlining work completed, work in progress, and work anticipated in the upcoming months. 3. Contact prospective bidders regarding the project scope. 3.2. Bidding and Award 1. Pre-Bid Conference -Attend and actively participate in the pre- bid conference and provide information andlor clarifications as needed to aid in interpreting or expanding the contract documents. 2. Addenda -Prepare and issue addenda as required to clarify, modify andlor expand upon the contract documents. EXHIBIT A-1 Page 10 of 21 3. Bid Opening -Attend the bid opening and assist the City in tabulating all bids received on the project. Consult with the City and review the qualifications provided by the apparent !ow bidder as to the acceptability of the contractor. Provide a letter of recommendation to the City on which contractor should be awarded the project. 4. Council Award -Attend the Council meeting to provide any needed clarifications or information helpful in awarding the project. 4.0 Construction Phase 4.1. Project ManagementlAdministration __ - _ _ _ __ 1. General project management consisting of daily oversight of project work and correspondence with City staff. 2. Engineer will complete monthly project status reports in the City's standard format outlining work completed, work in progress, and work anticipated in the upcoming months. 3. Evaluate and determine the acceptability of substitute materials and equipment proposed by the Contractor. 4.2. Meetings 1. Attend pre-construction meeting to discuss project schedule, review construction procedures, establish party contacts, discuss project goals, and to answer contractor questions. 2. Attend up to one (1) special construction meeting per month on an as needed basis to discuss construction methods, intent of construction documents, and to provide any necessary clarifications. 4.3. Site Visits Engineer will perform regular site visits (at least 2 per month} throughout the duration of the project at intervals appropriate to the various stages of construction to determine in general if the work is being performed in accordance with the plans and specifications, to observe as an experienced and qualified design professional the construction progress and quality of the various aspects of the contractor's worn, and to resolve any unusual issues that may arise. Engineer will keep City staff informed on the work's progress. It is anticipated that the total project will take approximately six [6) months to complete construction and therefore a total of twelve [12) site visits are proposed. EXHIBIT A-1 Page 11 of 21 4.4. RFIs, Submittals, Change Orders and Pay Requests Engineer will issue necessary interpretations and clarifications of the Contract Documents, Plans andlor Specifications as necessary and based on input from the project inspector and the Engineer's site visit observations, each application for payment will be reviewed to determine the amount owed to the Contractor. Engineer wi11 review and approve shop drawings and equipment submittals which the Contractor is required to submit for conformance and compliance with the Contract Documents. Engineer will prepare any work directive changes and change order documents as required. 4.5. Finai Review of Project Conformance Engineer will conduct a site visit to determine if the work is substantially complete and a final inspection to confirm overall project conformance and to determine if the completed work is acceptable. Engineer will give written notice to the Contractor and to the City. 4.6. Record Drawings Engineer will prepare a set of Record Drawings showing those changes made during the construction process, based on the marked-up prints, drawings and other data furnished by the Contractor to the Engineer. ADDITIONAL SERVICES 1.0 Permitting Provide permitting assistance as described and in accordance with Exhibit A. ENGINEER will provide coordination- with regulatory personnel as required to ensure approval by all statelfederal agencies. This will involve detailed correspondence with TCEQ during the preliminary design and design phases to ensure their timely approval of the proposed process improvements andlor modifications and to maintain compliance with the City's discharge permit. Provide backup documentation, clarifications, answers as requested by the permitting agencies. EXHIBIT A-1 Page 12 of 21 2.0 Right of Way Acquisition (NIA} 3.0 Topographic Survey Engineer will conduct a field survey of the Oso Water Reclamation Plant site to obtain an accurate site plan, to identify critical elevations and key locations of all tie-in points. All survey data will be collected on the appropriate City datum. 4.0 Environmental Issues (TBD} 5.0 Construction Observation Services Project Representative - Engineer will provide a part-time Project - -Representative (PR) for the duration of construction and start-up. -- (Equivalent to 16 weeks @ 20 hrs per week) 6.0 Start~Up The Engineer will coordinate start-up assistance of the equipment with the manufacturer and Contractor to ensure project start-up activities are performed efficiently. This process will involve the review of start-up manuals submitted by the Contractor to ensure compliance with the Contract Documents. In addition, Engineer will develop and deliver to the City a project start-up schedule (as needed, up to one (2) weeks @ 40 hrs per week). This work will include providing the Wastewater Deparfiment with a Project Engineer fully knowledgeable of the proposed breakpoint chlorination facility for the sole purpose of training plant personnel on the proper operations of the pumps, tanks, monitoring equipment, etc. 7.Q Warranty Phase The Engineer will provide support services to the Clty in resolving equipment and warranty issues that may arise during the Warranty period. 8.0 Provide SCADA Documentation Provide SCADA Documenta#ion as described in Exhibit A. 9.0 Pilot Study Due to the scarcity of operational full scale breakpoint facilities, the City has requested that a pilot test be performed to confirm the concept for both the City and TCEQ. A review of the technical literature indicates that approximately 8 to 9 mglL of chlorine is required per mglL of ammonia nitrogen, and that significant alkalinity is consumed in the process. This scope assumes that approximately half of the plant influent (5.5 mgd) will be used to demonstrate the process. For 10 mglL ammonia and 5.5 mgd effluent flow, this will require 3,500 gpd of 12.5% sodium hypochlorite. EXHIBIT A-1 Page 13 of 21 Other alternatives, such as asmall-scaled engineered system with reactor tanks appear to be less cost effective, but will be considered. It is expected that the pilot test will verify the following: • Chlorine requirement (mglL of chlorine per mglL of ammonia} • pH adjustment requirements (supplemental sodium hydroxide feed, if necessary) • Achievable ammonia levels after dechlarination • Formation of unwanted byproducts • Sensitivity of control and monitoring systems The following scope of work is for engineering services for designing, executing, and analysis of a pilot scale breakpoint chlorination #acility at the OWRP. _Scope-Limiting Assumptions: - _ __ _ _ _ __ _ ___ • Liquid 12.5% sodium hypochlorite solution (bleach) will be used as the chlorine source • No new bleach tanks will be required; the chemical suppliers will have the ability to make daily deliveries during the pilot test if necessary • If sodium hydroxide is necessary, it will be provided in 300 gallon totes • The pilot test will be designed to provide operators with a reasonable staffing requirement similar to the full scale facility • The pilot test will be designed to approximate the expected full scale operation (chlorine dosage, mixing intensity, reaction time, pH monitoring and control} • The pilot plant operations will be performed by the Oso WRP staff with engineering support from ENGINEER • The City will procure and install any piping, equipment, control, and monitoring equipment needed for the pilot test as designed and specified by the ENG1Nl=ER • The City will procure all chemicals and perform all analytical tests used in the pilot test 9.1. Management and Meetings 9.1.1. Meetings The Pilot study will include up to 3 informal meetings. No kickoff meeting and workshop meetings will be held. This scope of work assumes to provide adequate detail to begin the project, and weekly project updates will be delivered to the City. A meeting will be held at the conclusion of the pilot study, a week after the City has received the Technical Memo outlining the results and recommendations developed from the pilot study. EXHIBIT A-1 Page 14 of 21 9.1.2. Pilot Study Quality Control Review ENGINEER wil[ provide the services of a Senior Engineer who will independently review the pilot study design for technical merit and completeness prior to submittal to the City. The Senior Engineer will be responsible for the following focused areas of review for each design submittal: • Technical merit • Safety • Conformance with Regulatory Agency and Development Services Design Checklists • Constructability • Operability and Maintainability 9.2. Pilot Study Design 9.2.1. Onsite Process inven#ory and Determination of Pilot Approach ENGINEER will review the existing process and inventory the available equipment and systems to determine the optimum means to execute the pilot study. This task will also include discussions with the Oso WRP's operations staff on how to best integrate the pilot study into daily operation of the Oso WRP. This task assumes that ENGINEER staff will provide up to three days at Oso WRP during this task. Following completion of the process inventory and discussions with Oso WRP operations staff, ENGINEER will recommend whether the pilot study should be conducted at full scale treating approximately half of the plant effluent, or a smaller engineered pilot system designed to treat a side stream. ENGINEER will present these recommendations to the City informally in a project meeting. 9.2.2. Pilot Study Design Following the onsite inventory, and determination of the pilot study approach, ENGINEER will design the necessary process piping and equipment. This consists of: • Chemica! metering pumps and controls • Residual chlorine analyzer • pH analyzer • Chemical piping and chlorine solution diffusers EXHIBIT A-1 Page 15 of 21 ENGINEER will provide the City with schematic drawings and technical specifications needed for the pilot facility. The scope includes approximately three (3) mechanical drawings and three {3} electricaVcontrols drawings. Procurement and installation of all equipment necessary to implement the pilot study recommendations developed in this task will be the responsibility of the City. Either City staff andlor asub-contractor will perform the installation. 9.2.3. Pilot Study Operafiion When the pilot facilities have been completed, ENGINEER will provide the necessary on-site staff to aid the Oso WRP personnel __ in_operations and. monitoring of the pilot facility during the full ten - __- {10} day pilot test period. The pilot test will begin when the following criteria have been met: • Effluent ammonia is below 10 mglL • Bleach tanks are full and deliveries are scheduled • Chemical pumping systems and chemical analyzers are operational . Provision of the additional chemicals and other incidentals necessary for operating the pilot study will be the responsibility of the City. 9.2.4. Monitoring and Data Collection During the pilot test, the City will operate the pilot study with the ENGINEER'S assistance. ENGINEER will monitor, sample, and per#orm analytical tests as required. The required data will include, as a minimum, the following: • Effluent flow • Secondary effluent ammonia concentration • Chemical pumping rate • Daily chemical usage • Pre -dechlor #ree chlorine concentration • Post -dechlor total chlorine residual concentration • Post -dechlor effluent ammonia concentration 9.3. Pilot Study Technical Memorandum ENGINEER will summarize the results of the pilot study in a technical memorandum and will provide the recommendations EXHIBIT A-1 Page 16 of 21 necessary to move forward with the Preliminary Design Phase of the project. PHASE 2 -DSO WRP NITRIFICATION & RE-RATIN BASIC SERVICES 1.0 Preliminary Design Phase (TBD) 2.0 Design Phase (TBD) 3.0 Bidding Phase (TBD} 4.0 Construction Phase (TBD) ADDITIONAL SERVICES 1.0 Permitting (TBD) 2.0 Right of Way Acquisition (NIA) 3.0 Topographic Survey (TBD) 4.0 Environmental Issues (TBD) 5.0 Construction Observation Services (TBD} 6.0 Start- Up (TBD) 7.0 Warranty Phase (TBD) 8.0 Provide SCADA Documentation (TBD) 9.0 Pilot Study (NIA) 10.0 Oso WRP Master Plan Provide engineering services associated with preparation of a Master Plan for the Oso Water Reclamation Plant. ENGINEER will perform an evaluation of the influent pumping, preliminary treatment systems, aeration basins, blower facilities, secondary clarifiers, disinfection, solids handling systems, electrical, controls and instrumentation, and effluent discharge downstream of disinfection and de-chlorination. EXHIBIT A-1 Page 17 of 21 10.1. Existing Process Evaluation 10.1.1. Influent Flow Projections No population projections and wastewater flows will be calculated. It is understood #hat with any proposed improvements or modifications associated with the nitrification process that the plant will be re-ratedlexpanded to 20 MGD including nitrification capabilities. The master plan will also investigate the feasibility of incorporating additional process capacity up to a total of 24 mgd ADF long-term capacity. 10.9.2. Inventory existing facility and evaluate Operational Data Review design reports and as-builts of previous WRP improvement projects. Perform afield-review of the existing facility to verify as- builts and -the capacities of the various process units. Collect available historical data from WRP operators. ENGINEER will inventory influent pumping, pretreatment, aeration basins, blower facilities, secondary clarifiers, disinfectionlchemicalfeed, solids streams, electrical, controls and instrumentation. 10.9.3. Sampling Additional sampling as necessary will be performed with an allowance. This additional data will establish current wastewater characteristics and provide process performance information for calibrating the process model. Sampling and testing will be performed by a qualified laboratory service and by the plant personnel. ENGINEER will provide the City with a description of the sampling requirements if needed. 10.1.4. Regulatory Review and Establish Effluent Design Criteria Review and summarize the Local, State and Federal regulations pertaining to wastewater and reclaimed water management with emphasis on the applicability to the City's goals. Summarize regulatory review cycles with respect to project planning period. Identify and summarize regulatory changes currently undergoing promulgation or changes and note timeline for their implementation with respect to project planning period. Identify and summarize emerging regulatory issues pertinent to the City's wastewater and reclaimed water master plan. 10.2. Biological Treatment Facilities {with Nitrification) Develop several alternatives, each based on the design influent and effluent design criteria established for this work. Evaluate and provide budgetary cost estimates for three possible process improvements for an ADF of 20 MGD as #ollows: EXHIBIT A-1 Page 1 S of 21 • Activated Sludge with nitrification • Activated Sludge with nitrification and denitrification • Activated Sludge with nitrification, denitrification, and biologics! phosphorus removal Each alternative will be developed to the extent that estimates of footprint, cons#ruction cost, operating cost, and electrical requirements may be developed. This includes identifying upgrades and expansions of the following: • Aeration Basins • Blowers • Secondary Sedimentation Basins Upgrades to the disinfection system and digestion system will be identifiied, though alternatives will not be evaluated. 10.2.1. Integration of a Flow Equalization Basin Evaluate addition of flow equalization to the Aso WRP to improve operations, performance, and possible enhanced ADF capacity. 10.3. Disinfectionlchemical handling facilities Provide estimates of footprint, construction cost, operating costs and electrical requirements for expansion of the existing disinfection and chemical handling facilities associated with chlorination and dechlorination. This work wil! not include evaluation of alternative disi,n#ectio,n„processes such as on-site chlorination or UV disinfection._~~~...._...,,.,. 10.4. Biosolids Process Evaluation The master plan will assume continued biosolids stabilization via aerobic diges#ion and disposal to landfill. The biosolids process evaluation will include identification of additional aerobic digestion tankage requirements for biosolids stabilization, thickening requirements, and dews#ering. 10.4.1. Aerobic Digestion Provide estimates of footprint, tankage volume, process air requirements, construction cast, operating casts and electrical requirements for expansion of the existing aerobic digesters. 10.4.2, Thickening Evaluate up to three biosolids thickening alternatives and provide estimates of footprint, construction cost, operating casts and electrical requirements far expansion of the existing aerobic digesters. EXHIBIT A-1 Page 19 of 21 10.4.3. Dewatering Facilities The master plan will assume continued dewatering via belt filter rp ess. Provide estimates of footprint, tankage volume, process air requirements, construction cost, operating costs and electrical requirements for future biosolids dewatering facilities at Oso WRP. 10.5. Master Plan Report The master plan report will include schematic layouts, sketches, and conceptual design criteria with appropriate exhibits to clearly indicate the considerations involved, summaries of the rationale for each major planning decision, design criteria including process control criteria and process descriptions for each component and system incorporated into the project, mass and flow balances, __ chemical data, dosage, storage volumes and feed rates, estimated electrical loads, conceptual building layouts, 20 year life cycle cost analyses, and conceptual footprintlsite plans of recommended facilities. 10.5.1. Project Workshops -Master Planning Two master planning-related workshops will be held with the City and Team as described below: 10.5.1.1. Master Planning Kickoff Workshop The purpose of this workshop will be to verify master planning objectives, identify issues, and identify information needed from the City. ENGINEER will develop the kickoff workshop agenda and prepare and distribute workshop minutes. 10,5.1.2. Master Planning Recommendations Workshop The purpose of this workshop is to review alternatives analyses and draft master planning recommendations, and seek input and consensus from the City. ENGINEER will develop the workshop agenda and workshop presentation and will prepare and distribute workshop minutes. 19.0 Oso WRP Process Modeling 11.1.1. Develop and Calibrate Process Models A simplified process model will be developed and calibrated to evaluate the existing process. This model will subsequen#ly be used to evaluate the alternatives for liquid and solids process upgrades. The process simulation model will be prepared using BioWinTM software. EXH I BIT A-1 Page 20 of 21 91.1.2. Influent Pumping, Preliminary Treatment, Hydraulic Capacity This work includes creating a hydraulic model of the plant. The hydraulic model will Ile developed using spreadsheet software and will include the entire treatment process from the influent pump station to the outfall. The hydraulic model will include two cases (average day flow for the maximum month and peak hour flow conditions). EXHIBIT A-1 Page 21 of 21 Exhibit B Manda#ory Requirements {Revised Sep#ember, 2001) IN RA RE IREMENT CONSULTANT LIABILITY INSURANCE A. The Consultant steal! not commence work under this Agreement until he/she has obtained all insurance required herein and such insurance has been approved by the City. Nor shall the Consultant allow any subconsultant to commence work until all similar insurance required of the subconsultant has been so obtained. B. The Consultant shall furnish two (2) copies of certificates, with the City named as an additional insured, showing the following minimum coverage in an insurance company acceptable to the City. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-Day Notice of Cancellation required on all Bodily Injury and Property Damage certificates Commercial General Liability including; $2,000,000 COMBINED SINGLE LIMIT 1. Commercial Form 2. Premises --Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products) Completed Operations Hazard 6. Contractuallnsurance 7. Broad Farm Property Damage 8. Independent Consultants 9. Personallnjury AUTOMOBILE LIABILITY--OWNED NON-OWNED $1,000,000 COMBINED SINGLE LIMIT OR RENTED WHICH COMPLIES WITH THE TEXAS WORKERS= WORKERS' COMPENSATION COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT EMPLOYERS' LIABILITY $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ $2,000,000 COMBINED SINGLE LIMIT ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include [ ] REQUIRED long-tern environmental impact for the disposal of [X] NOT REQUIRED contaminants BUILDERS' RISK See Section B-B-11 and Supplemental Insurance Requirements [ ]REQUIRED [X] NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B-6-11 and Supplemental Insurance Requirements [ ] REQUIRED [X] NOT REQUIRED EXHIBIT "B" Pa e 1 of 3 C. In the event of accidents of any kind, the Consultant shall furnish the City with copies of all reports of such accidents at the same time that the reports are forwarded to any other interested parties. II. INDEMNIFICATION AND HOLD HARMLESS A. Consultant agrees to indemnify, save harmless and defend the City of Corpus Christi, and its agents, servants, and employees, and each ofthem againstand hold it and them harmless from any and all lawsuits, claims, demands, liabilities, losses and expenses, including court costs and attorneys' fees, for or on account of any injury to any person, or any death at any time resulting from such injury, or any damage to any property, which may arise or which may be alleged to have arisen out of or in connection with the work covered by this contract. The foregoing indemnity shall apply except if such injury, death or damage is caused by the sole or concurrent negligence of the City of Corpus _Christi,_i#s_agents,_servants,or employees or_any_other_person__indemnified__ __ ~_ - hereunder. B. The Consultant shall obtain workers' compensation insurance coverage through a licensed insurance company.or #hrough self-insurance obtained in accordance with Texas law. If such coverage is obtained through a licensed insurance company, then the contract for coverage shall be written on a policy and endorsements approved by the Texas State Board of Insurance. If such coverage is provided through self-insurance, then within ten {1 D) calendar days after the da#e the City requests that the Consultant sign the contract documents, the Consultant shall provide the City with a copy of its certificate of authority toself-insure its workers' compensation coverage, as well as a letter, signed by the Consultant, stating that the certificate of authority to self-insure remains in effect and is not the subject of any revocation proceeding then pending before the Texas Workers' Compensation Commission. Further, if at any time before final acceptance of the Work by the City, such certificate of authority to self-insure is revoked or is made the subject of any proceeding which could result in revocation of the certificate, then the Consultant shall immediately provide written notice of such facts to the City, by certified mail, return receipt requested directed to: City of Corpus Christi, Department of Engineering Services, P. O. Box 9277, Corpus Christi, Texas 78469 -Attention: Contract Administrator. Whether workers' compensation insurance coverage is provided through a licensed insurance company or through self-insurance, the coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Consultant will be promptly met. rsci~ C ~de~s -Fi~s I~Ge~ lo Fnr nrn.rirlirtin t,i i elrlnrln r'n4 ~ ~B r ~ e u II ~e-- et+ sl~all~e-a-ser~ }eted ,r°~er~~ T;e 6 ° ~~~ " fl ~ p ~ p - - o a~-leas+ ,r, +~,~ .,,,,,,, ,~+ ~ de -r+s~~~ever~a t ~s ,~a s ~__ ~ ~ , r g ~ S91~a6t- EXHIBIT "B" Pa e2of3 .~h ~e~l rl i~iw..~1 Inca ~rorl nn ~na~ r~nlinv r~rnvid inn ~+~...h .rr.~..-.-..-....... ..rn r..~. III. On the certificate of insurance: • The City of Corpus Christi is to be named as an additional insured on the liability coverage, except for workers' compensation coverage. • Should your insurance company elect to use the standard ACORD form, the cancellation clause (bottom right) shall he amended by adding the wording "changed or" between "be"and "cancelled" and deleting the words "endeavor to"and the wording after "left". If the cancellation clause is not amended in the ACORD form, then endorsements shall be submitted. • The name of the project also needs to be listed under "description of operations". • At least 1Q-day written notice of change or cancellation will be required. IV. A completed Disclosure of Interest must be submitted with your proposal. EXHIBIT "B" Pa e$of3 ~~ SUPPLIER NUMBER ~1 TG BE ASSIGNED BY C.~'r~ PURCHASING DIVISION ~..w~~ .City. of CITY OF CORPUS CHRISTI Corpus DISCLOSURE OF INTEREST Christi City of Corpus Christi Ordinance 17112, as amended, requires all persons or frets 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 Piling Requirements, Certifications and defimtyons. COMPANY NAME: LNV Engineering P. O. BOX: STREET ADDRESS: 801 Navigation, Suite 300 CITY: Corpus Christi ZIP: 78408 FIRM IS: 1. Corporation X 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 Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department {if known) NIA 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 NIA 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 m the above named "firm." Name Board, Commission or Committee Dan S. Le endecker Marina Advisory Board 4. State the names of each employee or officer of a "consultant" for the City of Cor~us 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 "firm." Name Consultant NIA EXHIBIT "C" Pa e 1 of 2 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 rn general or a: substantial segment thereof, you shall disclose that fact in a si ed writing to the City official employee or body that has been requested to act in the matt r, 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. [Ethres 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: Dan S. Leyendecl;er, P. E. Title: President - _ (Type Or Print) Signature of Certifying Date: ~_ ~-~~a Person: ~ Y 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 ar 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 treated 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 firer, 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. EXIIIBIT "C" Pa e 2 of 2 e E QN d O~ ~ +~ ~ ~° a ~ ~ a i ~ ~ ~ v , ~ ~a~ a a' ~ G C t W a Z V ~ M ~ X r O O O ~ ~ Z Z ~ a *' ~ .y v H •~+ 'p ~ J d C ~ a V 0 \ 0 O 0 \ 0 ~ 0 \ 0 0 \ 0 0 \ 0 M 0 \ ~n N 0 \ 0 0 \ 0 0 \ 0 0 \ 0 o \ 0 a \ ~- r o \ O M 0 \ r r 0 \ M N 0 0 0 0 Q o 0 ^ ^ ^ o 0 o a o ~ ° m ~ ~ ° ~ u ~ ~ ~ o I - ~ r {f} y} Et} 64 0 0 O O ^ ^ ^ 0 0 0 0 Ef3 E!-} 0 0 O In LE7 m ~ Lh ~- ~ E{} Eft H4 ff3 O O Q O ^ ^ ^ ~ ~O O m m Q L(~ O Ln ~ N O ~ ~ F-- ~ ~ 0 0 ~ 0 ~ O N N ~ ~ ~ O O O I~ ~ N O r cD m m m 1~ N 1~ O - ~ ~ ~ ~ r M C'! OD N e^' r ~ 00 d N EA ~ EA 6~? Ef} r ~ O ~ O ~ ~ O ~ ^ ^ ^ N ~ N ti N O N CO ~ ~ ~ O N (D Op ~ ~ c-~ r r r N ff3 Ef3 E!3 Ef} 0 0 0 0 0 0 o a ^ ^ ^ 0 0 0 0 Ef} O O Ef3 N OO OO OLl N O N N O O t-' r O r r ~ ~, ~ r r r r r ~ N E~} d3 {yg 4f3 ^ ^ ^ o o Q o o ° ° ° ° ° ° ° O . n ~ n o o ~ ~ ~ o a 0 0 <- CV CV C4 (V N O N O Ef} f94 6F} 6g {f} {f} 7 O '~ ~C L C Q. o• E ~ a~ V L O C V N O Z Q T O Z a C O U N cs N ~ N ~ ~ V ~ ~ ~ U , ~ ~ ~ N U m N C~ ~ ~ c O cv ~ L N :a O . ~ ~ Od a ~ ao U cI~ v U W . ~ C d ~ U ~ N ~ _ A N L1. ~ ~ ~ ~ ~ ~ ~ U ~ _ ~ ~ o ~ ~ ~ Q ~ LL ~ ~ ~ ~ ~ ~ ~ ~ N f6 ~ U ~ i ~ m ~ ~+ H Q a ~ ~ a O c n n N ¢ EXHIBIT "D" Pa e1 of1