HomeMy WebLinkAboutC2016-254 - 7/26/2016 - Approved t
CITY OF CORPUS CHRISTI 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 HDR Engineering.Inc,, a
Nebraska corporation, 4401 West Gate Boulevard, Suite 400, Austin, Texas 78745,
(Consultant), hereby agree as follows:
1. SCOPE OF PROJECT
Corpus Christi Aauifer Storage and Recovery Feasibility Study(Project No. E162651
This project is to advance the evaluation of aquifer storage and recover (ASR) feasibility
within the Corpus Christi Aquifer Storage and Recovery District (District) through
exploratory testing, geochemical analysis and modeling and use this
information to develop recommendations for ASR operations.
2. SCOPE OF SERVICES
The Consultant hereby agrees to perform services to complete the Project, as detailed in
Exhibit "A". In addition, Consultant will provide monthly status updates (project progress
or delays presented with monthly invoices) and provide contract administration services, as
described in Exhibit "A", to complete the Project. Work will not begin on Additional
Services until requested by the Consultant (provide breakdown of costs, schedules), And
written authorization is provided by the Director of Engineering Services.
3. ORDER OF SERVICES
The Consultant 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
Consultant 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 Consultant 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. Consultant shall notify the City of Corpus Christi within three (3) days of
notice if tasks requested requires an additional fee.
4. FEE
The City will pay the Consultant a fee as described in Exhibit "A" for providing services
authorized, a total fee not to exceed $601.980.00. Fees invoiced will be computed by
multiplying payroll costs by a multiplier of 2.2, plus direct expenses (travel, printing, etc.).
1 -1-A16:234—nary and statutory benefits (Fringe Costs) equal to 48.83% of
Contract for Professional Services
7/26/16
IR\E16265 CC AQUIFER STORAGE&RECOVERY FEASIBILITY STUDY\CONTRACT\CONTRACT-CCASR.DOCX Page 1 of 5
Ord. 030902
HDR Engineering Inc. INDEXED
Salary Costs, subject to equitable adjustment each year to reflect changes in overall
compensation procedures and practices and any changes imposed by federal or state laws.
Subcontractor costs will be direct expenses without mark-up. Monthly invoices will be
submitted in accordance with Exhibit "B". Payments to the District are contingent upon
the appropriation of funds by the Texas Legislature.
5. INDEMNITY
Consultant shall fully indemnify and hold harmless the City of Corpus Christi and its
officials, officers, agents, employees, Texas Water Development Board, or other
entity, excluding the engineer or architect or that person's agent, employee or
subconsultant, over which the City exercises control ("Indemnitee") from and
against any and all claims, damages, liabilities or costs, including reasonable
attorney fees and court costs,to the extent that the damage is caused by or results
from an act of negligence, intentional tort, intellectual property infringement or
failure to pay a subcontractor or supplier committed by Consultant or its agent,
Consultant under contract or another entity over which Consultant exercises
control while in the exercise of rights or performance of the duties under this
agreement. This indemnification does not apply to any liability resulting from the
negligent acts or omissions of the City or its employees, to the extent of such
negligence.
Consultant shall defend Indemnitee, with counsel satisfactory to the City Attorney,
from and against any and all claims, damages, liabilities or costs, including
reasonable attorney fees and court costs, if the claim is not based wholly or partly
on the negligence of, fault of or breach of contract by Indemnitee. If a claim is
based wholly or partly on the negligence of, fault of or breach of contract by
Indemnitee, the Consultant shall reimburse the City's reasonable attorney's fees in
proportion to the Consultant's liability.
Consultant must advise City in writing within 24 hours of any claim or demand
against City or Consultant known to Consultant related to or arising out of
Consultant's activities under this Agreement.
The Consultant is solely responsible for securing all required licenses and permits from
local, state and federal governmental entities and solely responsible for obtaining sufficient
insurance in accordance with the general standards and practices of the industry or
governmental entities.
6. INSURANCE
Consultant agrees to comply with the insurance requirements in Exhibit "C".
7. TERMINATION OF CONTRACT
The City may terminate this contract for convenience upon seven days written notice to the
Consultant at the address of record. The City may terminate this agreement for cause
upon ten days written notice to the Consultant. If Consultant begins, within three days of
receipt of such notice, to correct its failure and proceeds to diligently cure such failure
Contract for Professional Services
K.\ENGINEERING DATAEXCHANGE\JENNIFER\WATER\E16265 CC AQUIFER STORAGE 8 RECOVERY FEASIBILITY STUDY\CONTRACT\CONTRACT-CCASR.DOCX Page 2 of 5
•
within the ten days, the agreement will not terminate.
In the event of termination, the Consultant will be compensated for its services on all
stages authorized based upon Consultant and City's estimate of the proportion of the total
services actually completed at the time of termination.
8. 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.
9. ASSIGNABILITY
The Consultant 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 Consultant staff. If the Consultant 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
Consultant fee may be assigned in advance of receipt by the Consultant 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.
10.OWNERSHIP OF DOCUMENTS
All documents including contract documents (plans and specifications), record drawings,
contractor's field data, inspection reports and submittal data will be the sole property of the
City, may not be used again by the Consultant without the express written consent of the
Director of Engineering Services. However, the Consultant 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. Ownership of data, materials and work papers, in any media,
that is gathered, compiled, adapted for use, or generated by the Consultant or District shall
become the joint property of the District, Consultant, and TWDB. Consultants shall have
no proprietary rights in such data, materials and work papers except as permitted by TWDB
and District contract.
11.STANDARD OF CARE
Services provided by Consultant under this Agreement shall be performed with the
professional skill and care ordinarily provided by competent engineers or architects
practicing in the same or similar locality and under the same or similar circumstances and
professional license; and performed as expeditiously as is prudent considering the ordinary
professional skill and care of a competent engineer or architect.
The Consultant and its contracted parties shall keep timely and accurate books and
maintain all financial accounting documents and records, including copies of invoices and
receipts related to the work under this contract in accordance with generally acceptable
Contract for Professional Services
K:\ENGINEERING DATAEXCHANGE\JENNIFER\WATER\E16265 CC AQUIFER STORAGE&RECOVERY FEASIBILITY STUDY\CONTRACT\CONTRACT-CCASR.DOCX Page 3 of 5
accounting principles. The Consultant shall make them available for examination and audit
by City, Executive Administrator of the TWDB, or any other authorized entity of the State
of Texas. Accounting by the Consultant and its contracted parties shall be in a manner
consistent with generally accepted accounting principles. The Consultant accepts the
authority of the Texas State Auditor's Office to conduct audits and investigations in
connection with all state funds received pursuant to this contract. The Consultant shall
comply with directives from the Texas State Auditor and shall cooperate in any such
investigation or audit. The Consultant agrees to provide the Texas State Auditor with
access to any information the Texas State Auditor considers relevant to the investigation
or audit. The Consultant will submit to audits and investigation by the State Auditor's Office
in connection with all state funds received pursuant to the contract.
12.DISCLOSURE OF INTEREST
Consultant agrees to comply with City of Corpus Christi Ordinance No. 17112 and
complete the Disclosure of Interests form as part of this contract.
13.CERTIFICATE OF INTERESTED PARTIES
For contracts that exceed $50,000, Consultant agrees to comply with Texas Government
Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of
this agreement.
Form 1295 requires disclosure of "interested parties" with respect to entities that enter
contracts with cities. These interested parties include:
(1) persons with a "controlling interest" in the entity, which includes:
a. an ownership interest or participating interest in a business entity by virtue
of units, percentage, shares, stock or otherwise that exceeds 10 percent;
b. membership on the board of directors or other governing body of a
business entity of which the board or other governing body is composed
of not more than 10 members; or
c. service as an officer of a business entity that has four or fewer officers, or
service as one of the four officers most highly compensated by a business
entity that has more than four officers.
(2) a person who actively participates in facilitating a contract or negotiating the terms
of a contract with a governmental entity or state agency, including a broker,
intermediary, adviser or attorney for the business entity.
Form 1295 must be electronically filed with the Texas Ethics Commission
at https://www.ethics.state.tx.us/whatsnew/elf info form1295.htm. The form must then be
printed, signed, notarized and filed with the City. For more information, please review the
Texas Ethics Commission Rules at https://www.ethics.state.tx.us/legal/ch46.html.
14.CONFLICT OF INTEREST
Consultant agrees to comply with Chapter 176 of the Texas Local Government Code and
file Form CIQ with the City Secretary's Office, if required. For more information and to
determine if you need to file a Form CIQ, please review the information on the City
Secretary's website at http://www.cctexas.com/govern ment/city-secretary/conflict-
Contract for Professional Services
K:\ENGINEERING DATAEXCHANGE\JENNIFER\WATER\E16265 CC AQUIFER STORAGE&RECOVERY FEASIBILITY STUDY\CONTRACT\CONTRACT-CCASR.DOCX Page 4 of 5
disclosure/index.
15.ENTIRE AGREEMENT AND CONTROLLING LAW
This Agreement represents the entire and integrated Agreement between City and
Consultant and supersedes all prior negotiations, representations or agreements, either
oral or written. This Agreement may be amended only by written instrument signed by both
the City and Consultant. This Agreement is governed by the laws of the State of Texas
without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in
Nueces County, Texas.
16.CONFLICT RESOLUTION BETWEEN DOCUMENTS
Consultant hereby agrees and acknowledges if anything contained in the Consultant-
prepared Exhibit "A", Consultant's Scope of Services, or contained in any other document
prepared by Consultant and included herein, is in conflict with this Agreement, this
Agreement shall take precedence and control to resolve said conflict.
CITY OF CORPUS CHRISTI HDR i�.NGINEERING, INC.
.... „,. , ,_.*, Ilroliy /
J.H. donds, P.E. Date K•II '
m .a•,4" . Date
Director of Engineering Services "e,i.r Vic: President
4401 West Gate Boulevard, Suite 400
Austin, Texas 78745
REC IVI EN ED (512) 912-5100 Office
✓ r (512) 912-5158 F x C
/ ,,e44
Ope ing pa ent I Date -1 SUII1UK LL:
IT COUNCIL.�,.. ,w_
APP VED AS TO LE AL FORM ,,, „_,.... / U,
- � / _��_�/ SECRE7ARv �I
F0(173,40,(� v
L al Department 5Date
APPR D /as";-i 77
- 36�� E/Ga4,s-a>-/"-exp°
,i �
Office of Management Date
and Budget Project Name Corpus Christi Aquifer
Storage and Recovery Feasibility Study
Project Number E16265 _82�
ATTEST Accounting Unit 4080-0`12 4/0/P-4• 0--
Account 550950 f
'@..�;�Q�.C� litWr Activity E162650140,90EXP IP 32S/ " 4 kyle-r*—
e ecca Huerta Date Account Category 50950
City Secretary -7/.14/Lc.
Fund Name Water CIP 06/-124
Contract for Professional Services
K:IENGINEERING DATAEXCHANGEUENNIFERIWATER\E16265 CC AQUIFER STORAGE&RECOVERY FEASIBILITY STUDY\CONTRACT\CONTRACT-CCASR DOCX Page 5 of 5
EXHIBIT "A"
Corpus Christi Aquifer Storage and Recovery Conservation
District and City of Corpus Christi
Corpus Christi Aquifer Storage and Recovery Feasibility Project
Scope of Work
April 28,2016
HDR along with its team of technical sub-consultants will perform the professional engineering services
described in this Scope of Work. The objective of the study is to determine aquifer storage and recovery
(ASR)feasibility within the Corpus Christi Aquifer Storage and Recovery District(District)through
exploratory testing,geochemical analysis,and modeling and use this information to develop
recommendations for ASR operations.
Background
The District,with support from the City, is actively studying ASR and to promote water supply
resiliency for industrial customers and for cost-effective long term regional water supply. The District
developed a 5-year plan in 2009 which /CCASRCO Boundaries
included a schedule of major elements of an ;
ASR feasibility plan. In support of the 5- ^rke era r2.4.41,1
r"�
year plan, the TWDB conducted a geologic
-- _ °�°
characterization of the District and • ` `
surrounding counties in 2012. In 2015,the
District performed a desktop aquifer ,r
characterization study at three specific areas �` Corpus
`hr h
within the District boundaries which was '°°°° �'
delivered in a 2016 report entitled"Aquifer // \, A
Characterization Study for ASR Feasibility". \� r/�r
Nowni.MIS
The study identified a preferred ASR test L
drilling location(Figure 1) based on FEZ
interpretation of nearby geophysical logs Figure 1-Study areas and preferred ASR test drilling location
that showed favorable permeable zones
comprised of sand or mostly sand spanning a few hundred feet within the lower Chicot and/or upper
Evangeline Aquifers,in either continuous unit or at multiple intervals considered most desirable for ASR
development. The results of the 2016 study serve as a basis for this scope of work, and continue pursuit
of the 5-year plan with site-specific hydrogeological and geochemical testing and modeling to
determine the optimal intervals within these formations for ASR development and operation.
In January 2016, the TWDB selected the District to receive a grant award of$433,000 to assist with
tasks outlined in this Scope of Work. The City committed$325,000 in Fiscal Year 2016 to evaluate
ASR feasibility.
The scope of work items utilizes data collected from previous studies and fulfills the second through
final year of the 5-year plan developed in 2009.
EXHIBIT "A"
Page 1 of 7
Organization of Scope of Work
As Basic Services, HDR will perform six major tasks for ASR feasibility. Drilling services will be
contracted directly,in a separate contract,between qualified driller and the District. HDR will provide
technical and support services necessary to select a qualified driller and supervise field collection activities
as denoted in the Scope of Services below.
0. Formulate Program: HDR understands that a successful ASR testing program hinges on good
communication and clear vision. HDR will meet with District and City Staff to identify goals and
objectives. Based on the meeting outcome, HDR will confirm drilling techniques appropriate to project
objectives, develop a field testing plan, and summarize results in a brief technical memorandum to
include a discussion of trade-offs in drilling techniques. HDR will provide updates and requests for
feedback during critical phases to achieve project success.
1. Develop and Supervise Exploratory Test Drilling Program: The HDR team will provide
supervision and technical support for up to three exploratory boreholes to a depth of about 1,200 feet to
assess the geology, hydrogeology, water quality, and geochemistry. The test drilling program will be
used to assess potential storage zones for treated water and also confining intervals that will limit
vertical movement of water from the target storage zone. The goal of the program is to collect
hydrogeological and geochemical parameters that can be used to characterize a potential ASR system at
the selected sites. HDR will summarize the results gained from the exploratory test program in a brief
technical memorandum.
2. Perform Geochemical Analysis and Modeling: The HDR team will conduct a geochemical
analysis to determine the compatibility of treated, source water for storing within the native aquifer setting.
This phase is critical in understanding water quality compatibilities to avoid reactions that lead to clogging
of the near-well pore space or mobilization of undesirable constituents from aquifer, increasing their
concentration in the water when it is recovered. This task will include a brief technical memorandum to
determine whether either of these situations is likely to occur, and what operational approaches,water
treatment, and/or aquifer conditioning might be necessary.
3. Develop a Field Scale Groundwater Model to Simulate Storage and Recovery Operations: The
HDR team will construct a numerical model using one of the MODFLOW family of groundwater codes,
along with a transport code such as MT3DMS or SEAWAT if saline water and density effects are found
to be potentially important from Tasks 1 and 2. HDR will meet with District and City Staff to identify
ASR operational scenarios for model simulation and the model will be used to simulate up to four
scenarios with different schedules and rates. Recovery efficiencies will be evaluated based on native
water quality and likely ASR operations. HDR will summarize the results of this task in a brief
technical memorandum to include modeling assumptions, results, and operational considerations.
4. Evaluate ASR Operating Policy Considerations: The HDR team will identify considerations for
ASR operating policy to mitigate risk and uncertainty. HDR will summarize in a brief technical
memorandum and provide recommendations of well yields,recovery efficiencies, and operations.
5. Meetings and Deliverables: HDR will meet with the TWDB, District, and the City to present
interim results; provide TWDB status reports; and prepare draft and final reports.
EXHIBIT"A"
Page 2 of 7
Scope of Work Tasks
0. Formulate Program-
Task 0.1- Prepare and meet with the District to identify goals, objectives, and preferred source water for
ASR. Submit water quality data request to the City including list of constituents of interest for the
study.
Task 0.2-Confirm drilling and sampling techniques to accomplish project objectives.
Task 0.3-Develop preliminary test drilling, sampling, and well construction plan.
Task 0.4-Prepare and deliver technical memorandum discussing trade-offs in drilling techniques. Meet
with District(one meeting) and City Council (one meeting) to discuss the memorandum and study
progress.
1. Develop and Supervise Exploratory Test Drilling Program
Task 1.1-Confirm test program approach including location, review of nearby logs to gain insight on
local aquifer structure and stratigraphy.
Task 1.2-Prepare design and specifications for test drilling program and contract documents. This
subtask includes HDR participation in the following activities and up to three meetings with driller
related to the following: Pre-bid meeting, receipt of proposals,bid opening, summary of bids received,
coordination and interview of drillers (as needed). Meet with the District(one meeting) to provide
recommendation on driller selection.
Task 1.3-Design and supervise a test drilling program of up to three boreholes.
Task 1.4-Collect and classify lithology at discrete depth intervals(30 to 45 feet)or perceived formation
changes to characterize permeable sand zones and impermeable clay intervals. Sieve analysis of collected
lithology samples may be used to determine grain size to use as a qualitative measurement of permeability.
Task 1.5-Collect core samples while drilling through permeable and confining areas of the borehole.
Cores will be collected for hydraulic testing and sent to the laboratory for geochemical analysis.
Laboratory measurements on each core for modeling purposes include,photograph, grain-size, x-ray
diffraction(mineralogy), x-ray fluorescence (chemistry), cation exchange capacity with individual
exchangeable cation concentrations, thin section petrology, scanning electron microscopy
photomicrographs and acid insoluble residue analysis.
Task 1.6- Collect water quality samples and specific capacity testing at intervals beginning in the lower
Chicot to determine salinity and relative specific capacity of the encountered formations as the borehole
is advanced. Periodically, the following field measurements will be obtained: temperature,
conductivity,pH, oxidation reduction potential(closed cell), dissolved oxygen and turbidity. Samples
will be collected for laboratory analysis of regulated constituents based on TCEQ requirements and may
include: silica, aluminum,both dissolved and total iron and manganese, calcium, magnesium, sodium,
potassium,total alkalinity, sulfate, chloride, fluoride, nitrate, ammonia, total Kjeldahl nitrogen, total
phosphorus,phosphate, total organic carbon, total dissolved solids, total suspended solids, specific
conductance and pH.
Task 1.7-Analyze geophysical logs and identify sand intervals for isolation and pump testing. Results
will be used to develop well screen interval recommendations.
Task 1.8-Provide field support for isolated interval testing(pump tests),while collecting continuous
water levels to calculate hydraulic conductivity. Collect water quality samples representative of discrete
intervals and send water quality samples to laboratory for analysis. Packer tests if practicable will be
conducted to isolate discrete intervals of the borehole for hydraulic conductivity testing. At the
EXHIBIT"A"
Page 3 of 7
•
end of the pumping phase, a water quality sample will be collected for laboratory analysis and at least
one will be analyzed for a full suite of chemical constituents, including radionuclides.
Task 1.9-Prepare and deliver a technical memorandum summarizing the exploratory drilling program.
Meet with District(one meeting) during interim stage of Task 1 to provide an update on field activities.
2. Perform Geochemical Analysis and Modeling
Task 2.1- Collect and analyze water quality data from Stevens WTP, Greenwood WWTP, or other
potential recharge water sources as provided by City staff One sample will be collected by HDR and
analyzed for a full suite of chemical constituents, including regulated organic, inorganic and
radionuclide constituents, at a minimum. Additional laboratory analyses for modeling purposes include:
silica, aluminum, both dissolved and total iron and manganese, calcium, magnesium, sodium, potassium,
total alkalinity, sulfate, chloride, fluoride, nitrate, ammonia, total Kjeldahl nitrogen, total phosphorus,
phosphate, total organic carbon, total dissolved solids, total suspended solids, specific conductance and
pH.
Task 2.2- Perform geochemical modeling of representative potential recharge water sources,native
groundwater from individual developed ASR wells and mixtures of source and native groundwater using
PhreeqC or The Geochemical Workbench thermodynamic modeling software. Results of the modeling
will be used to determine source compatibility with the aquifer mineralogy and physiochemical matrix of
individual ASR wells. Aquifer characteristics and field and laboratory measurements from the exploratory
testing program(Task 1.5 &Task 1.6 &Task 1.8)will be used in the modeling effort. Clay mineralogy
and CEC cation chemistry will be particularly important to this project because of chemical and total
dissolved solids differences in the source and native groundwater.
Task 2.3- Prepare and deliver technical memorandum to include laboratory test report,summary of
modeling fmdings,and geochemical analysis. Meet with District(one meeting) and City Council(one
meeting) to discuss results of exploratory testing program and geochemical analysis.
3. Develop a Field Scale Groundwater Model to Simulate Storage and Recovery Operations:
Task 3.1- Select grid and layering of model based on Task 1- drilling program and previous studies.
Task 3.2-Construct a local, field scale model and assign aquifer model parameters.
Task 3.3- Meet with the District to identify ASR operational scenarios for modeling, to include recharge,
production schedule, and rates in accordance with District goals.
Task 3.4- Prepare model simulations for up to four scenarios to evaluate the aquifer response of recharge
and recovery for different schedules and rates, including likelihood of stratification within storage and
movement during injection/idle/recovery periods. These simulations would span seasonal operations
(recharge in the winter and recovery in the summer)and long-term water banking.
Task 3.5-Evaluate impact of native brackish groundwater on ASR recovery.
Task 3.6-Prepare and deliver technical memorandum summarizing modeling assumptions,results, and
operational considerations.
4. Evaluate ASR Operating Policy Considerations
Task 4.1-Using results from Tasks 1-3, identify considerations for ASR operating policy to mitigate risk
and uncertainty. Such items will include but not be limited to TCEQ regulations, water quality
standards, subsidence, and supply protection measures.
Task 4.2- Prepare and deliver technical memorandum summarizing ASR operating policy considerations
considering estimated well yields and recovery efficiencies. Meet with District(one meeting) and City
Council(one meeting) to discuss ASR operating policy and study progress.
EXHIBIT"A"
Page 4 of 7
5. TWDB Coordination Meetings,Draft and Final Report Deliverables and Meetings
*Note: Meetings related to specific tasks and interim deliverables (technical memorandums) are
included above in Tasks 0-4.
Task 5.1-Prepare for and participate in a TWDB coordination meeting and up to three(3)project status
meetings with representatives of the TWDB and District/City staff to provide updates and interim results
of the studies.
Task 5.2-Prepare status reports to the TWDB after each major task to summarize preliminary findings.
Task 5.3-Prepare and submit a draft report and electronic presentation to the District. Meet with the
District(one meeting) and meet with City Council (one meeting) to summarize results of the draft
report. Submit draft report to TWDB, not later than March 29, 2019. The report to include the
following items to assess ASR feasibility for the study areas:
• Favorability of ASR well development for each area tested in the exploratory drilling program;
• Ranking of investigated areas based on ASR well feasibility;
• Optimal depths and storage intervals of planned ASR wells;
• Recommended injection and recovery rates per well for optimal performance;
• Considerations regarding geochemical compatibility and pre-treatment needs, if applicable;
• Number of wells to meet available flow volumes and desired objectives;
• ASR operational and policy considerations; and
• Next steps to complete an EPA Class V ASR well permit application.
Task 5.4- Prepare and submit a final report and electronic presentation to the District. Meet with the
District(one meeting) and meet with City Council(one meeting) to summarize results of the final
report. Submit final report to TWDB within six weeks of receipt of comments on the draft, not later
than June 27, 2019.
Project Schedule
The schedule is provided in Attachment 1. The draft report is scheduled to be provided to the District no
later than January 4, 2019 in order to provide adequate review schedule for delivery of draft report to the
TWDB by March 29, 2019. All work must be completed by August 30, 2019, which is the TWDB
Contract Expiration deadline.
EXHIBIT"A"
Page 5 of 7
Fee Estimate
The following table summarizes the fee for Tasks identified in the above scope of work.
TASK BUDGET
TASK DESCRIPTION AMOUNT
0 Formulate Program $44,287
1 Exploratory Test Drilling Program $276,055
2 Geochemical Analysis $65,906
3 Field Scale Groundwater Model $116,753
4 ASR Operating Policies $29,553
5 TWDB Coordination, Draft/Final $69,427
Deliverables and Meetings
Total $601,980
EXPENSE BUDGET
CATEGORY AMOUNT
Salaries &Wages $168,745
Fringe $82,398
Overhead/Profit $294,592
Travel $18,550
Supplies/Misc $27,097
Tech/Computer $9,598
Reproduction $1,000
Total $601,980
EXHIBIT"A"
Page 6 of 7
Attachment 1
Corpus Christi Aquifer Storage and Recovery Feasibility Project(Update Version 2,Apri 2;2016)
2016 2017 2018 2019
MJ 1 ASONDIPMAMI 1 A S O N D 1 FIM A M 111 A S 0 NI0 1 FMAMJIA
Contract Development/Approval
Task Formulate Program
Task 1-Exploratory Test Drilling Program
Task 2-Geochemical Analysis
Task 3-Field Scale Groundwater Model
11111111111117111 'ME'
Task 4-ASR Operating Policies
Task S-TWDB Coordination Meetings, +)' ♦ `
and Diafl/fr ial Repw t Delivexabixs and
Meetings
Deliverables
Draft Report to District-January 4,2019
Draft Report to TWDB March 29,2019
Receive Comments(60 dF May 28,2019
Final Draft-lune 27,2019
TWDB Acceptance/Approval-July 2019
Contrail Fvpiration-Aug 30,2819
ICity Council meeting
TWOS meeting
District meeting
Deliverable
Drilling services meetings-(1)solicitation of proposals;respond to driller inquiries)2j receipt of proposals;fist of performance-based drillers for consideration(3)open cost bids
City/District to Retein Dille!by Mat LII 24,2017
EXHIBIT "A"
Page 7 of 7
EXHIBIT "B"
SAMPLE PAYMENT REQUEST FORM
Sample form for
COMPLETE PROJECT NAME Payment Request
ProjectRev sed 07!27/00
No.XXXX
Invoice No.12345
Invoice Date:
Total Amount Previous Total Percent
Basic Services: Contract Amd No.1 Amd No.2 Contract Invoiced Invoice Invoice Complete
Preliminary Phase $1,000 $0 $0 $1,000 $0 $1,000 $1,000 100%
Design Phase 2,000 1,000 0 3,000 1,000 500 1,500 50%
Bid Phase 500 0 250 750 0 0 0 0%
Construction Phase 2,500 0 1,000 3,500 0 0 0 0%
Subtotal Basic Services $6,000 $1,000 $1,250 $6,250 $750 $1,500 $2,500 30%
Additional Services:
Permitting $2,000 $0 $0 $2,000 $500 $0 $500 25%
Warranty Phase 0 1,120 0 1,120 0 0 0 0%
Inspection 0 0 1,627 1,627 0 0 0 0%
Platting Survey TBD TBD TBD TBD TBD TBD TBD 0%
0&M Manuals TBD TBD TBD TBD TBD TBD TBD 0%
SCADA TBD TBD TBD TBD TBD TBD TBD 0%
Subtotal Additional Services $2,000 $1,120 $1,627 $4,747 $500 $0 $500 11%
Summary of Fees
Basic Services Fees $6,000 $1,000 $1,250 $8,250 $750 $1,500 $2,500 30%
Additional Services Fees 2,000 1,120 1,627 4,747 500 0 500 11%
Total of Fees $8,000 $2,120 $2,877 $12,997 $1,250 $1,500 $3,000 23%
Contract for Professional Services
Exhibit B
EXHIBIT "C"
Insurance Requirements
1.1 Consultant must not commence work under this agreement until all required
insurance has been obtained and such insurance has been approved by the City.
Consultant must not allow any subcontractor to commence work until all similar insurance
required of any subcontractor has been obtained.
1.2 Consultant must furnish to the Director of Engineering Services with the signed
agreement a copy of Certificates of Insurance(COI)with applicable policy endorsements
showing the following minimum coverage by an insurance company(s) acceptable to the
City's Risk Manager. The City must be listed as an additional insured on the General
Liability and Auto Liability policies, and a waiver of subrogation is required on all
applicable policies. Endorsements must be provided with COI. Project name and
or number must be listed in Description Box of COI.
TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE
30-written day notice of cancellation, Bodily Injury and Property Damage
required on all certificates or by Per occurrence - aggregate
applicable policy endorsements
Commercial General Liability including: $1,000,000 Per Occurrence
1. Commercial Broad Form $2,000,000 Aggregate
2. Premises—Operations
3. Products/ Completed Operations
4. Contractual Liability
5. Independent Contractors
6. Personal Injury-Advertising Injury
AUTO LIABILITY(including) $500,000 Combined Single Limit
1. Owned
2. Hired and Non-Owned
3. Rented/Leased
PROFESSIONAL LIABILITY $1,000,000 Per Claim
(Errors and Omissions)
If claims made policy, retro date must be
prior to inception of agreement, have
extended reporting period provisions
•
and identify any limitations regarding
who is insured.
1.3 In the event of accidents of any kind related to this agreement, Consultant must
furnish the City with copies of all reports of any accidents within 10 days of the accident.
1.4 Consultant shall obtain and maintain in full force and effect for the duration of this
Contract, and any extension hereof, at Consultant's sole expense, insurance coverage
written on an occurrence basis, by companies authorized and admitted to do business in
the State of Texas and with an A.M. Best's rating of no less than A- VII. Consultant is
required to provide City with renewal Certificates.
1.5 Consultant shall be required to submit a copy of the replacement certificate of
insurance to City at the address provided below within 10 days of the requested change.
Consultant shall pay any costs incurred resulting from said changes. All notices under
this Article shall be given to City at the following address:
City of Corpus Christi
Attn: Engineering Services
P.O. Box 9277
Corpus Christi, TX 78469-9277
1.6 Consultant agrees that with respect to the above required insurance, all
insurance policies are to contain or be endorsed to contain the following required
provisions:
1.6.1 List the City and its officers, officials, employees and elected
representatives as additional insured by endorsement, as respects
operations, completed operation and activities of, or on behalf of,the named
insured performed under contract with the City with the exception of the
professional liability/Errors & Omissions policy;
1.6.2 Provide for an endorsement that the"other insurance" clause shall not apply
to the City of Corpus Christi where the City is an additional insured shown
on the policy;
1.6.3 Provide thirty (30) calendar days advance written notice directly to City of
any suspension, cancellation, or non-renewal in coverage, and not less than
ten (10) calendar days advance written notice for nonpayment of premium.
1.7 Within five (5) calendar days of a suspension, cancellation or non-renewal of
coverage, Consultant shall provide a replacement Certificate of Insurance and applicable
endorsements to City. City shall have the option to suspend Consultant's performance
should there be a lapse in coverage at any time during this contract. Failure to provide
and to maintain the required insurance shall constitute a material breach of this contract.
1.8 In addition to any other remedies the City may have upon Consultant's failure to
provide and maintain any insurance or policy endorsements to the extent and within the
time herein required, the City shall have the right to order Consultant to remove the exhibit
hereunder, and/or withhold any payment(s) if any, which become due to Consultant
hereunder until Consultant demonstrates compliance with the requirements hereof.
1.9 Nothing herein contained shall be construed as limiting in any way the extent to
which Consultant may be held responsible for payments of damages to persons or
property resulting from Consultant's or its subcontractor's performance of the work
covered under this agreement.
1.10 It is agreed that Consultant's insurance shall be deemed primary and non-
contributory with respect to any insurance or self-insurance carried by the City of Corpus
Christi for liability arising out of operations under this agreement.
1.11 It is understood and agreed that the insurance required is in addition to and
separate from any other obligation contained in this agreement.
•
atiSUPPLIER NUMBER
TO BE ASSIGNED BY CITY
PURCHASING DIVISION
City of CITY OF CORPUS CHRISTI
Corpus DISCLOSURE OF INTEREST
Christi
City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do
business with the City to provide the following information. Everyquestion must be answered.
If the question is not applicable, answer with `NA". See reverse side for Filing Requirements,
Certifications and definitions.
COMPANY NAME: HDR Engineering,Inc.
P.O.BOX:
STREET ADDRESS: 4401 West Gate Blvd,Suite 400 CITY: Austin zip: 78745
FIRM IS: 1. Corporation ® 2. Partnership = 3. Sole Owner 0
4. Association [] 5. Other
DISCLOSURE QUESTIONS
If additional space is necessary,please use the reverse side of this page 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)
WA
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
Nq
3. State the names of each "board member" of the City of Corpus Christi having an"ownership
interest"constituting 3%or more of the ownership in the above named"firm."
Name Board,Commission or Committee
&IQ
4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi
who worked on any matter related to the subject of this contract and has an ownership
interest"constituting 3%or more of the ownership in the above named"firm."
Nam
Ae Consultant
FILING REQUIREMENTS
If a person who requests official action on a matter knows that the requested action will confer an
economic benefit on any City official or employee that is distinguishable from the effect that the
action will have on members of the public in general or a substantial segment thereof,you shall
disclose that fact in a signed writing to the City official,employee or body that has been
requested to act in the matter,unless the interest of the City official or employee in the matter is
apparent. The disclosure shall also be made in a signed writing filed with the City Secretary.
[Ethics Ordinance Section 2-349(d)]
CERTIFICATION
I certify that all information provided is true and correct as of the date of this statement, that I
have not knowingly withheld disclosure of any information requested; and that supplemental
statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur.
Certifying Person: Kelly J. Kaatz,P.E. Title: Senior Vice President
(Type or Print)
Signature of Certifying "11"/ '4°4' Date: � �/j�
Person:
DEFIN IONS
a. "Board member." A member of any board, commission, or committee appointed by the
City Council of the City of Corpus Christi,Texas.
b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to
have an effect on that interest that is distinguishable from its effect on members of the public
in general or a substantial segment thereof.
c. "Employee." Any person employed by the City of Corpus Christi,Texas either on a full or
part-time basis,but not as an independent contractor.
d. "Firm." Any entity operated for economic gain, whether professional, industrial or
commercial, and whether established to produce or deal with a product or service, including
but not limited to, entities operated in the form of sole proprietorship, as self-employed
person,partnership,corporation,joint stock company,joint venture,receivership or trust, and
entities which for purposes of taxation are 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 firm, including when such interest is held through an agent, trust, estate, or holding
entity. "Constructively held" refers to holdings or control established through voting trusts,
proxies,or special terms of venture or partnership agreements."
g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of
Corpus Christi for the purpose of professional consultation and recommendation.
CERTIFICATE OF INTERESTED PARTIES FORM 1295
1 of 1
Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business. 2016-70903
HDR Engineering, Inc.
Austin,TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 06/15/2016
being filed.
City of Corpus Christi Date Acknowledged:
r.
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, d provide a
description of the services,goods,or other property to be provided under the contract.
E16265
Corpus Christi Aquifer Storage and Recovery Feasibility Study
Nature of interest
4
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling I Intermediary
HDR, Inc. Omaha,NE United States X
Little, George A. Omaha, NE United States X
Keen, Eric L. Omaha, NE United States X
Felker, Brent R. Davis,CA United States X
O'Reilly, Charles L. Boston, MA United States X
5 Check only if there is NO Interested Party. ❑
6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct.
; ' • MICHELLE
NOTARY M BRITTONPUBLIC
i.r41,-
�� ••�,r. ..:
• oo ,»: State of Texas
:?'
$
Comet E .06-27-2017
e of hori d age tontracting business entity
••••
AFFIX NOTARY STAMP/SEAL ABOVE
Sworn to and subscribed before me,by the said /4,//(1�C L/C/ / Z ,this the I `� day of J(//:
20 /6e .to certify which,witness my hand and seal of fice.
73i. v1/► py1'N1a r�L�.�
Signature of officer administering oath Printed name of officer administering oath Title of officer adknistering oath
Forms provided by Texas Ethics Commission www.ethics•state.tx.us Version V1.0.1021