HomeMy WebLinkAboutResolution - 2012-R0185 - Agreement - Parkhill, Smith, And Cooper Inc.- Well Field Expansion - 05_03_2012I
Resolution No.
May 3, 2012
Item No. 5.11
2012—RO185
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to
execute for and on behalf of the City of Lubbock, an Agreement for Engineering Services
for the Bailey County Well Field Expansion, by and between the City of Lubbock and
Parkhill, Smith & Cooper, Inc., and related documents. Said Agreement is attached
hereto and incorporated in this resolution as if fully set forth herein and shall be included
in the minutes of the City Council.
Passed by the City Council on May 3, 2012
TOM KJARTIN, MAYOR
ATTEST:
")Yc
Retie ca Garza, City Secretq\,)
APPROVED AS TO CONTENT:
Marsha treed, P.E., Chief Operating Officer
APPROVED AS TO FORM:
Chad Weaver, Assistant City Attorney
vw:ccdocs/RES.Agrmt-PS&C
March 27, 2012
Resolution No. 2012-RO185
AGREEMENT
FOR
ENGINEERING SERVICES
(DESIGN AND BID PHASE SERVICES)
Project #
91003
Bailey County Well Field Expansion (Design and Bid Phase Services)
THIS A(i ZEEMENT, between the City of Lubbock, 'Texas (hereinafter referred to as Owner) and
Parkhill, Smith & Cooper, Inc., with principal offices at 4222 85°' Street. Lubbock, "Texas 79423
(hereinafter referred to as Engineer),
W ITNESSE ;TH:
WHEREAS, Owner intends to add 20 new Public Water Supply Wells including all necessary piping,
roads and electrical (primary and secondary) work necessary to provide water into the existing well field
infrastructure system; and
WHEREAS. Owner requires certain professional engineering services in connection with the Project
(hereinafter referred to as the Services). and
WHE'RE:AS, Engineer is prepared and has the ability to provide such Services,
NOW THEREFORE', in consideration of the promises contained herein, the parties hereto agree as
follows:
ARTiCLI I - EFT-FCTIVE DATE
"The effective date of this Agreement shall be May 3, 2012, This Agreement sliall terminate at
the close of business twelve (12) months from the effective date of the Agreement in accordance with the
schedule as shown on Exhibit A-2.
ARTICLE-2 - SERVICES TO BF PERFORMED BY ENGINEER
Engineer shall perform the Services described in Attachment A. Scope of Services, which is attached
hereto quid incorporated by reference as part of this Agreement.
ARTiCLE 3 - COMPENSATION
Owner shall pay Engineer for Services in accordance with Attachment B, Compensation, which is
attached hereto and incorporated by reference as part of this Agreement. Compensation for I)esign Phase
and Bid Phase Services shall not exceed $S59.753.(}(} without authorization by City Council.
ARTICLE 4 - STANDARD OF CART:
Engineer sliall exercise the same degree of care., skill and diligence in the performance of the Services as
is ordinarily provided by a professional engineer under similar circumstances at the same time and in (lie
same locality.
ARTIC F 5 - LIMITATIONS OF Ri.SPONSIBILITY
Engineer shall nut he responsible 1,01- actual means, methods. te:chniclues. sequences, pr'oceclures or safety
precautions and programs used in connection with the Project by others. Engineer shall assist the Owner
in the administering of its contracts with any vendor or other Project participant in order to fulfill
conlraCtual or other responsibilities to the Owner or to comply with federal, stale and local laws,
ordinances, regulations, rules. codes. orders, Criteriu :rncl standards.
ARTICLE, b - OPINIONS OFCOST AND SCHEI}Ui,E
Since Engineer has no control over the cost of labor, materials, equipment or services furnished by others,
of Over contractors', subcunlractors' or vendors' methods of determining prices, or over competitive
bidding or market conditions, 1,ngincer's opinion of cost shall he made on the basis of qualifications and
experience as a professional engineer.
Since Engineer has no control over the resources provided by others to meet contract schedules,
lingincer's forecast schedules shall he made on the basis of qualificalions and experience as a professional
engineer. Engineer cannon and does not guarantee that proposals, bids or actual Project costs will not vary
from his opinions of cost or that aclual schedules will not vary from his forecast schedules.
ARTICLE 7 - I,IABII,ITY AND INDEMNIFICATION
7.J General. Having, considered the potential liabilities that may exist during the performance of the
Services, the benefits of the i'roject, and the Engineer's fee for the Services, and in consideration of the
promises contained to this Agr'ecinenl. Engineer agrees to provide the indemnities set forth herein.
7.2 Indemnification. Engineer shall indemnify and hold City and City's elected officials, officers,
agents, employees and independent contractors harmless, to the fullest extent perrllitted by law, from and
against any and all claims. demands. damages. costs. liabilities and expenses, and including reasonable
attorney's fees. as a result of, related to or arising from Engineer's negligent acts, errors. or omissions.
The indemnity provided herein shall .survive the expiration or termination of this Agreement for a period
riot to exceed three year's.
7.3 Employee Claims. Engineer shall indenuiity Owner against legal liability for darnages arising out
of clainis by Engineer's employees. Owner shall indenrnif.y Engineer against legal liability for damages
arising out of claims by Owner's employees to the extent permitted by law.
7.4 Survival, Upon completion of all services, obligations and duties provided for in this Agreement.
or in the event of termination of this Agreement for any reason, the terms and condition% of this Article
shall survive.
ARTICLE S - INDEPENDENT CONTRACTOR
Engineer undertakes performance of the Services as an independent contractor and shall be wholly
responsible for the methods of its own performance and that of its subcontractors, agents and employees.
Owner shall have no right to supervise the methods used, but Owner shall have the right to observe such
performance. Engineer shall work closely with Owner in performing Services under this Agreement.
ARTICLE 9 - COMPLIANCE: WITH LAWS
In performance of the Services, Engineer will comply with applicable regulatory requirements, including
federal, state and local laws, rules. regulations, orders, codes, criteria and standards. Engineer shall
possess the licenses necessary to allow Engineer to perform the Engineering Services. Engineer shall not
be responsible for procuring permits. certificates and licenses required for any construction unless such
responsibilities are specifically assigned to Engineer in Attachment A. Scope of Services.
2
ARTICLE It) - INSURANCE,
Prior to the time Enginccr is entitled it) commence any part of the Services under this Agreement.
f?n-ineer shall proeurc, pay for, and maintain (lie following, insurance written by companies licensed in
the Stalc of Texas or mccling surplus lines requirements of 'Texas law and acceptable to Owner. The
insurance shall he evidenced by delivery to Owner of one (1) certificate of insurance, executed by the
insurer, li.sling coverage and limits. expiration date and term of policy, and certifying that the insurer is
licensed to do business in Tcxas or meet` the surplus lines rccluirenlents ol' TMIS law, or by delivery to
Owner cal, a eerliticd copy of each policy. including all endorsements. The insurance requirements shall
remain in effect throughout the tern` of this Agreement.
A. General Liability:
Engineer's insurance shall contain broad form contractual liability with a combined
single limit of a minimum of $500,000 each occurrence and in the aggregate and
Shall include the following:
• Bodily Injury and Property Damage
• Broad Form Contractual Liability
• Personal Injury and Advertising Injury
• Dire legal liability
• Products and complete operations.
13. Business Automobile Liability:
I:n`!inecr's insurance shall contain a combined single linait of' at least $500,000 per
occurrence. and include coverage liar, but not liniited to, the following:
• Bodily injury and property damage
• Any and all vctaicle` owned, used or hired
C. Workers' Compensation and Employer's Liability Insurance
Engincer shall e#ect to obtain workers' compensation coverage ptu-suant to Section 400.002
of the Texas .Labor Code. Further. Ellgincer shall maintain said coverage throughout [Ile
term of this Agreement and shall comply with all previsions of Title 5 of the Texas Labor
Code to ensure that the E,noineer maintains said covcragc. Any termination of workers
compensation insurance coverage by Engineer or any cancellation or non -renewal of
workers' compensation insurance coverage for the lingineer shall he a material breach of
this Agreement. The Engineer may maintain Occupational Accident and Disability
Insurance in lieu of Workers' Compensation. h1 eilher event. the policy must be endorsed to
include a waiver of subrogation in favor of the City of Lubbock.
Employer's Liability with limit~ of at least $500,000 each accident, $500,000 by disease
policy limit, and $500,000 by disease each employ shall atso he obtained and maintained
throughout the term of this agreement.
D. Other Insurance Requirements
Engineer's general liability and auto liability insurance policies d-wough policy endorsement
must include wording, which states that the policy shall he primary and non-contributory
with respect to any insurance carried by City of Lubbock. The certificate: of insurance
described roust reflect that the above working is included in evidenced policies,
1. Professional Liability Insurance (including errors and oanissions) with minimum limits of
$L,000.000 per claim.
1. Consultant shrill ohtain and raaainlain in hill force and cl`fcet during" the lernl oC this
Agreement, and shall cause each approved subcontractor or subconsuhant of Consultant to
obtain and maintain in full force and effect during the term of this Agreement, conurrercial
general liability, professional liability and automobile liability coverage with insurance
carriers admitted to do huffiness in the state of Texas. The policies will he written on an
occurrcncc basis and will be subject to minimum limits described in Article 10 of this
Agreement.
Engineer shall furnish owner certificates of insurance which shall include a provision that such insurance
shall not be canceled without at least thirty (30) days written notice to Owner.
ARTICLE 11 - OWNER'S RESPONSIBILITIES
Owner shall be responsible for all matters described in Attachment C, Owner's Responsibilities, which is
attached hereto and incorporated by reference as part oI` Ihis Agreement. For purposes of this Agreement,
Owner may act through Its governing body or through administrative officials.
ARTICLE 12 - REUSE OE DOCUMENTS
All document.~, including drawings, specifications and computer Software. prepared by Engineer pursuant
to this Agreement are instruments of service in respect to this Prqject. They are not intendcd or
represented to be suitable for reuse by Owner or others on extensions of- this Project or on any other
project. Any reuse without written verification or adaptation by Engineer for the specific purpose
intended will be at Owner's sole risk and without liability or legal exposure to Engineer.
ARTICLE 13 - AMENDMI;N•1', 'I'ERMINAI`ION ANI) STOP ORDERS
This Contract may be altered or arnended only by mutual written consent oi' both parties hereto and nray
be terminated by the (honer at any time by written notice to the Engineer. Upon receipt of such notice. the
Engineer shall, unless the notice directs otherwise, imanediately discontinue all work in connection with
the performance of this Contract and shall proceed to cancel promptly all existing orders insofar as such
orders are chargeable to this Contract. The Engineer shall submit a statement showing in detail the work
performed under this Contract to the elate of• lermination. The Owner shall then pay the 1 ngine.cr promptly
that proportion of the prescribed fee which applies to the work actually performed under this Contract,
less all payments that have been previously made. Thereupon, copies of all cotnpleled work accomplished
tinder this Contract shall be delivered to the Owner.
The Owner may issue a Stop Work Order to the Engineer at any tune. Upon receipt of such order, the
Engineer is to discontinue all work under this Contract and cancel all orders pursuant to the Contract,
unless the order otherwise directs. if the Owner sloes not issue a Restart Carder within 60 days after receipt
by the Engineer of the Stop Work Order, the Engineer shall retard this Contract terminated in accordance
with the foregoing provisions.
ARTICLE 14 - NONDISCLOSURE OF PROPRIETARY INFORMA` TON
Engineer shall consider all information provided by Owner to be proprietary unless such information is
available from puhlic sources or determined to be public information pursuant to the Texas Public
Information Act. Engineer shall not publish or disclose proprietary information for any purpose other than
the performance of the Services without the prior written authorization of Owner or in response to legal
process.
M
ARTICLE 15 - N(YHC I,'
Any notice, demand or request required by or made pursuant to Ibis Agreement shall he deemed properly
made it' personally delivered in writing or deposited in the United States mail, postage prepaid, to 1he
address sped tied below.
To Enoincer: Parkhill, Smith & Cooper, Inc.
AYFN: lanc Edwards. P.1..
4222 S5`1' Street
L.uhbock, Texas 79423
To Owner: City of Lubbock
A'17N: Wood Franklin, P.E.
P.O. Box 2000
Lubbock. Texas 79457-0001
Nolhing contained in this Article shall be construed to restrict the transmission of routine communications
between representatives of lsngincer and Owner.
ARTICLE' 16 - UNCONTROLLABLE FORCE'S
Neither Owner nor l nginecr shall he considered to be in default of this Agreement if delays in or failure
of pert Orntance shall be due to uncontrollable forces the effect of which, by the exercise of reasonable
diligence, the nonperforming party could not avoid. The term "uncontrollable forces" shall mean any
event which results in the prevention or delay of performance by a party of its obligation~ under this
Agreement and which is beyond the control of the nonperforming party. It includes, but is not limited lo.
fire, flood, earthquakes, storms. lightning, epidemic, war. riot, civil disturhance, sabotage. construction
Contractor default or ahandonnicnt, t'aifurc on the part of' the construction Contractor to otherwise pursue
construction of the project, legislative actions. Owner -directed changes to design criteria or scoly services
once criteria and scope have been agreed upon. Owner -directed changes to plans after plans have been
reviewed and approved (including partial submittal progress reviews). inability to procure permits,
licenses or authoriz.alions from any stale;. local or federal agency or person for any of the supplies,
materials, accesses or services required to be provided by either Owner or Engineer under this
Agreement,
Neither- party shall, however, he excused from performance if nonperformance is due to uncontrollable
forces which are removable or remediable and which the nonperformng party could have, with the
exercise of reasonable diligence, removed or remedied with reasonable dispatch. The provisions of this
Article shall not he interpreted or construed to require Engineer or Owner to prevent, settle or otherwise
avoid a strike, work slowdown or other labor action. The nonperforming party shall, within a reasonable
tinge of being prevented or delayed from performance by an uncontrollable force, give written notice to
the other party describing the circumstances and uncontrollable force preventing, continued performance
of the obligations of this Agreement.
ARTICLE t7 - GOVERNING LAW
This Agreement shall he governed by the laws of the State of Texas. Any suit brought to enforce any
provision of this Agreement or for construction of any provision thereof shall he brought in Lubbock
County, Texas.
ARTICLE 18 - MISCELLANEOUS
18.1 Nonwaiver. A waiver by either Owner or Engineer of any breach of this Agreement shall not be
binding upon the waiving party unless such waiver is in writing. hl the event of a written waiver_ such a
waiver shall not affect the waiving party s rights with respect to any other or further breach.
5
18.2 Severability. The invalidity. illc2ality or uncnl-Orccahility of any provision of this Agreement, or
the oecurrcncc of any event rendering any portion or provision of this Agreement void, shall in no way
affect the validity or enforceability of any other portion or prevision of the Agreement. Any void
provision shalt he deemed severed from the Agreement and the balance of the Agreement shall he
construed and enforced as if the Agreement did not contain the particular portion or provision hell[ to he
void. The parties further agree to reform the Agreement to replace any stricken provision with a valid
provision that Conics as clone as possible to the intent elf tlic stricken provision.
The provisions of this Article shall not prevent the entire Agreement from being void should a provision
which is of the essence of the Agreement he determined to be void.
ARTICLE 19 - INTEGRATION AND MODIFICATION
This Agreement represents the entire and integrated agreement between the parties and supersedes all
prior negotiations. represenlations and agreements, either written or oral. `['his Agreement may he
amended only by a written instrument signed by each of the parties.
ARTICLE 20 - SUCCESSORS AND ASSIGNS
Owner and Engineer each hinds itself and its directors. officers, partners, successors. executors,
administrators. assigns and legal representatives to the other party to this Agreement and to the partners,
successors. executors, administrators. assigns and legal representatives of such other party, in respect to
all covenants, agreements and obligations of this Agreement.
ARTICLE 21 - ASSIGNMENT
Neither Owner nor Engineer shall assign. sublet or transfer any rights under or interest in (including, but
without limitation, phonies that may become Clue or monies that arc due) this Agreement without the
written consent of the other, except to the extent that the effect of this limitation may he restricted by law.
Unless specifically stated to the contrary in any written consent to an assignment. no assignment will
release or discharge the assignor from any duty or responsibility under this Agreement. Nothing contained
in this paragraph shall prevent Engineer from employing such independent consultants. associates and
subcontractors as he may deem appropriate to assist him in the performance of the Services hereunder.
ARTICLE 22 - SUBCONTRACTORS
No work herein called for by the Engineers shall he subcontracted to a subcontractor who is not
acceptahle to the Owner or assigned without prior written approval of the Owner. The Engineer shall
require subcontracts to conform to the applicable terms of this Contract and include provisions which
require subcontractor compliance with Owner's Rules,
ARTICLE 23 - THIRD PARTY RIGHTS
Nothing, herein shall be construed to give any rights or benefits to anyone other than Owner and Engineer.
ART[CLE 24 — NUN ARBITRATION
The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all forms of relief in a court of
competent jurisdiction. Further. the City shall not be subject for any arbitration process prior to exercising
its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not
exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and
another provision in, or related to. this document, this provision shall control.
IN WITNESS WHEREOF, the parties have executed this Agreement.
CITY OF LUBBOCK. TEXAS
APPROVED AS TO CONTENT: ATTEST:
Tom Martin Rebe a Garza
Mayor City Secretary
APPROVE AS T FORM: APPROVED AS TO CONTENT:
ad Weaver oo ran m, P.E.
Assistant City Attorney City Eli eer
PARKHILL, SMITH & COOPER, INC.
By: Attest:
d n E. Davis, P.E. ane Edwards, P.E.
Vice President inn Principal
121-12l27(A I`WATU'NCI ATRAC I U 7% A IriTflAA,,rMIII1`,6R
7
Resolution No. 2012-RO185
ATTACHMENT A
TO
AGREEMENT FOR ENGINEERING SERVICES
Owner: City of Lubbock. 'Texas
Project: Bailey County Well Field Expansion — Design and Bid Phase
A I)I;SCRIP`I'ION Ol= SCOPE OP SERVICES
The scope of services for this project is as follows: Work will not proceed until Owner has
authorized Engineer in writing to proceed.
I. SI?RVICES
A. Services as defined by the tasks and man-hours in Exhibit A-1.
13. Service~ are to he provided according to the schedule shown in Exhibit A-2.
I1. AI)I)PI'IONAL SERVICES
A. At the request of the Owner. the Engineer will provide Additional Services upon
agreement between Owner acid the Engineer delining the extent of such Additional
Services and the amount and manner in which T:ngincer will be compensated for such
Additional Services.
B. Additional services may be: authorized by a notice -to -proceed in writing from the City
I;ngincer and addressed to the Engineer.
A-1
Resolution No. 2012-RO185
EXHIBIT A-1
SERVICES
TASKING, MAN-HOURS, REIMBURSABLES, AND SUBCONTRACTORS
PARKHILL, SMITH & COOPER,
INC.
PROJECT BUDGET SHEET
IIWA I'ION U(MI::
0Eslessom
N..... U... ■...
UN0. U M. 0
PROJI`VT NAME':
LUBBOCK BAILEY CO WELL FIELD 0I _'
-.,- _ „�• . -„
JOB No.:
01-2764-12
TASK:
1PRE
• •••: „ •
I ]ATE':
05f)1112
.r...............■
llOm'I` Ratew/M;i\
PRiSPARF"l) BY:
ALI:
PRINCIPAL:
AZL
PRO.I. MANAGER:
KSL
OVI?RIII;AI) RA'1'li:
PROFIT ON LABOR:
PROITF ON REIMB.-
10.00(X
PROFIT ON DIRE'UTS:
TOTAL 11-11":
S322.371
LABOR:
$1 13.1 12
LABOR:
$113.112
I)IRFCTS:
()VI?R1I1?Al):
SUBTOTAL:
$113.112
R€JMI3. CONSULTANTS:
S18T500
RI:IMB. FXPFNSF'S:
S2.736
REI.MB. FEE
S209.259
DIRF,C"€' ['ONS[JL'1'AN'Cti;
DIRECT EXPF,NSES:
TOTAL FF,E:
$321371
LABOR BUDGETS:
CO
DESCRIPTION
HOURS
COSTS
()I
Firm Principal
72
510.872
03
Fnineer
56
$6.496
03
i
Engineer
434
`550,344
03
Lngineer
390
537,240
08
L ngineering 'reChnali�gi�t
14
C'ADD Operwor
100
$7.600
tS
C1elicA
H
5560
Page 1 of 3
FEE ESTIMATING SHEET PROJECT:
ICK BAILEY Co WELL FIEL JOB NO.:
01-2764-12
TASK:
IPRE
SALARY
CATEGORY OF PERSONNEL
RATE PER HOUR
AZE
LN
KL
RK JV
AC
LF
FP
ENG
ENG
ENG aIG TECHN( CADD OPT
CLERICAL
TASK
01
03
03
03 08
14
18
Tri s
$151.00
$116.00
$116.00
$98.00 $98.00
$76.00
$70.00
TOTAL
PRELIMINARY
Obtain existing well field information
2
8
2
10
22
Review existing information
8
8
16
10
4
46
Verify Spacing at HPUWCD
8
8
16
Model existing system
2
16
24
42
Evaluate eixisting infrastructure
2
12
24
38
Determine probable well locations
2
24
48
74
Model proposed system
2
16
40
16
74
Evaluate proposed infrastructure needs
2
16
32
8
58
Evaluate design afternabves for proposed system
4
12
24
40
Prepare OPC for Construction
8
40
40
40
4
132
TEST HOLES
Coordiation on rig accessibility 6
8
32
64
32
4
140
Coordinate test hale drilling with City and driller
6
16
8
32
Witness test hole drilling 25
200
200
Analyze test hole results
32
40
40
24
136
BUDGET SUBTOTALS: HOURS/ Trips - 3f
72
56
434
380
100
81
10
SALARY
$10,872
$6,496
$50,344
$37,240
$7600
$560
$113,112
Page 2 of 3
FEE ESTIMATING SHEET PROJECT;
EIMBURSABLES
LUBBOCK BAILEY CC) WEJOB NO., 01-2764-12 TASK:
iPRE
REIMBURSABLE CONSULTANT COSTS
SUBTOTAL
511 STRUCTURAL CONSULTANTS
512 MECH/ELEC CONSULTANTS
513 ENV & CIVIL CONSULTANTS
514 LANDSCAPE CONSULTANTS
515 TESTING CONSULTANTS
616 SURVEYING CONSULTANTS
517 INTERIOR DESIGN CONSULTANTS
518 OTHER CONSULTANTS
'Driller for Test Holes 25 lest holes)
$187.500
TOTAL REIMBURSABLE CONSULTANTS
$i87,51x1
REIMBURSABLE EXPENSES
521 TRAVELILODGING
MOTEL DAYS 0
AIR TRAVEL AIR FARE 0
PARKING DAYS 0
CAR RENTAL DAYS 0
MILEAGE 160 MILES ®
$0.485
MEN 0 /MANDAY =
MEN 0 /MAN =
/DAY =
/DAY _
0 31 TRIPS = $2,405-60
SUBTOTAL
$2,406
522 REPRODUCTIONS
BLUELINE PRINTS
SEPIA PRINTS
PRINTING:
ORIGINAL SET-UP COST
COST PER SHEET
SINDING COST
XEROX
SHTS 0
SHTS 0
ORIGINALS
SETS 0
SETS 0
SHTS 0
$2.55 ® 8 SETS =
$8.51 0 SETS =
0 $0,15 /ORL =
$0.08 /SHT 0 260 SHEETS=
$2.00 /SET —
$0.08 IS14T =
SUBTOTAL
523 MODEL/RENDERINGSIPHOTOS
Shots 0 IShol
524 TELEPHONE 30 Caus ®
$1.00 /Call
$30
525 MEALS 25 DAYS 0
1
MEN 0 $12.00 /MANDAY
m
526 FIELD SUPPLIES
528 POSTAGE Mailings 0
/Mailin
529 PUBLICATIONS & SUBSCRIPTIONS
530 MISC REIMBURSABLE EXP
531 FAX Pa es 0
632 TEMPORARY PERSONNEL
533 DRAFTING SUPPLIES
534 OFFICE SUPPLIES
535 CADD 100 HOURS ®
!HOUR
536 FIELD EQUIP RENTAL
546 SOFTWARE
TOTAL REIMBURSABLE EXPENSES
$2,736
Page 3 of 3
PARKHILL, SMITH c& COOPER,
INC.
PROJECT BUDGET SHEET
■s/R/u•: Rwii�i:ia
::rr::ou:ru■■u.
■RYYReRRR..eq
ee
I RO.II:CT NAMli:
LUBBOCK BAILL:Y 0) WELL FIELD
_si 1 _
u..ou.
::::'::`••`•�••'•`
JOB NO.:
01-2764-12
" " its. ' 18
I ASK:
2DEi
/1 ■■■1 ■ 1 1 !P
ir.iioY_.u..die
DATE,: I i,:
05/01/12
■/r/■o■r.u■■oe.
.. e.■....R/.......
IIiI:'FYPL:
Houck Rate w/Max
PREiPARE'D BY:
ALE
PRINCIPAL:
ALE
PRO.1. MANAOFR:
KRL
UVl'.Rlfl?AD RATE':
PROITI' ON LABOR:
_
PROFITON REIMB:
I().00%
PRO IT ON DIR1iCTS:
TOTAL Il-'Is:
5496.395
LABOR:
$421.812
LABOR:
S421.912
DIRECTS:
OVERHEAD:
SliBTOTAL:
5421.812
REIMB. CONSULTANTS:
S64,000
RLIMB. EXPF;NSI:S:
S3.1i02
REIMB. FE:.1::
574.583
DIRECTCONSULTANTS:
l)IRI?t'"C FXPI:NSES:
"TOTAL FEE:
ti490,395
LABOR BUE)CiEFS:
CODE
DESCRIPTION
HOURS
COSTS
()I
Firm Principal
372
S56,172
03
Engineer
368
%42,688
03
Engineer
1,130
S 1 3 1 080
03
Envineer
1.040
S101920
09
En,oineering'Fechnician
140
S13.720
14
C'ADD Operator
1152
S64.752
I
18
Cleric;)l
164
S 1 1.480
Page 1 of 4
FEE ESTIMATING SHEET PROJECT: +CK BAILEY Co WELL FIEL JOB NO.: 01-2784-12
TASK:
20Es
SALARY
CATEGORY OF PERSONNEL
RATE PER HOUR
AZE/fS
LN/KS
KL RK JV
AC
LF
FP
ENG
ENG ENG ENG TECHNI
CAM OPT
CLERICAL
1
TASK 01
03
03 03 09
14
18
Trios $151.00
$116.00
$116.00 $98.00 $98.00
$76.00
$70.00
TOTAL
QA/QC
Project meetings
GENERAL
Coordinate and process survey
Coordinate easements and corridors
Overall project coordination {
Landowner coordination 4
MUNICIPAL WATER WELL PACKAGE
Well design
Design of screen and gravel
Individual pump and motor design
Well enclosure design
Prepare technical specifications
Submit well design to TCEQ
WELL FIELD COLLECTION LINE PACKAGE
Typical piping design for at each well location
Design collection lines based on hydraulic model
Prepare plan and profile sheets
Prepare technical specifications collection lines
Design and spec air valves and blowoffs
Submit collection line plans to TCEQ
WELL FIELD ACCESS ROAD PACKAGE
Test available caliche sources 2
Overall drainage design
Design drainage structures
Prepare typical design for well pads
Prepare plan and profile for roads
Prepare technical specifications for roads
WELL FIELD ELECTRICAL PACKAGE (Secondary)
Survey and collect data on existing system
Coordinate motor control with pump Hp
Perform well field load calculations
Coordinate design with Primary electrical
WELL FIELD ELECTRICAL PACKAGE (Primary) SGS
Review existing system 1
Meet with COOP 1
Model proposed and future system
Routing evaluation 4
Profile evaluation
Design Data
Prepare specifications
Structure Design
Spot Structures 5
Plan and Profile Sheets
Structure staking 6
Management/M eetirigs
80 80
16
4 16
24 32
40 80
24 64
4
4 16
4
4
4
4
4
4
4
4
4
4 24
4 12
4 20
4 24
4
4
4
4
4
4
4
4
4
4
4
80
40
24
24
80
16
16
16
2
16
4
8
16
16
8
16
4
8
16
32
4
20
4
24
40
80
40
64
148
32
32
24
24
32
80
40
80
40
40
48
80
24
40
40
8
32
16
168
16
84
120
24
272
280
8
96
80
124
4
60
16
92
8
18
16
68
8
2
30
16
16
64
40
64
100
20
32
32
24
8
16
16
64
16
24
16
8
16
80
120
8
T:
32
32
40
32
12
12
80
IN
32
40 160
24
16
2
0
24
40
124
204
60
72
30
24
100
76
32
224
32
52
56
104
112
64
4
232
68
68
28
52
76
68
296
56
288
Page 2 of 4
852
40
BUDGET SUBTOTALS: SAL RSY Trips 3GI $56,172 $42, 88 $131 080 $101 920 $13.71 0 $64.752 $11,480 I $421.812II
Page 3 of 4
FEE ESTIMATING SHEET PROJECT:
REIMBURSABLES
LUBBOCK BAILEY CO WEJOB NO.: 01-2764.12 TASK:
2DES
REIMBURSABLE CONSULTANT COSTS
SUBTOTAL
511 STRUCTURAL CONSULTANTS
512 MECHIELEC CONSULTANTS
513 ENV $ CIVIL CONSULTANTS
514 LANDSCAPE CONSULTANTS
515 TESTING CONSULTANTS
516 SURVEYING CONSULTANTS
_
$64.000
517 INTERIOR DESIGN CONSULTANTS
518 OTHER CONSULTANTS
TOTAL' REIMBURSABLE CONSULTANTS
$64.000
REIMBURSABLE EXPENSES
621 TRAVELILODGINU
MOTEL DAYS Q,
AIR TRAVEL AIR FARE eel
PARKING DAYS 0
CAR RENTAL DAYS 0
MILEAGE 160 MILES Ch
SOA85
MEN Q /MANDAY =
MEN 0 /MAN =
/DAY =
/DAY =
0 36 TRIPS- $2,70S 60
SUBTOTAL
S2.794
522 REPRODUCTIONS
BLUELINE PRINTS 15 SHTS Q
SEPIA PRINTS SHTS ea
PRINTING:
ORIGINAL SET-UP COST 500 ORIGINALS
COST PER SHEET 15 SETS a-
BINDING COST 15 SETS ®
XEROX SHTS P
$2.55 a 15 SETS = $573.75
$8.51 G SETS =
b SOAS /ORI. $75.00
$0.08 ISHT 0 250 SHEETS - S300.00
S2.00 /SET $30.DO
$0.OS /SHT =
SUBTOTAL
S979
523 MODFURENDERINGSIPHOTOS
ShOIS 0 !Shot
624 TELEPHONE 30 Calls Q
$1.00 /Call
$30
525 MEALS DAYS V
1
MEN 0 $12.00 iMANDAY
526 FIELD SUPPLIES
528 POSTAGE Mailings 4,
!Mailmg
529 PUBLICATIONS & SUBSCRIPTIONS
530 MISC REIMBURSABLE EXP
531 FAX Pages 0
532 TEMPORARY PERSONNEL
533 DRAFTING SUPPLIES
534 OFFICE SUPPLIES
mi
535 CARD $52 HOURS 0
!HOUR
636 FIELD EQUIP MENTAL
546 SOFTWARE
TOTAL REIMBURSABLE EXPENSES
$3,802
-- Trips are anticipated - 22 oT these trips would be used by SGS for staking and located eleelrical
structures is necessary
Page 4 of 4
PARKHILL, SMITH & COOPER,
INC.
PROJECT BUDGET SHEET
i .O('A'[ iON ('Oi )L:
I)
o....r■■ UNN.4
..................
■anrara..a.n..r■
4.1' 1MM_UN•,I:M':ii
.a•r■.■..a.anI'M)JI(FNAMIi:
LUBBOCK BAILEYOWED.FIEI
I201'
.10B NO.:
01-2764-12
+ ve
.1
TASK:
3BID
�•
ir.i:iir_+ii....rii
■.........a..aa.r■
1 `I'.1s'FYIII::
Ilotirly Rate w/Max
PRi;I'A17i-"D BY:
AGE
PRINCIPAL:
AGE
PR()J. MANAGER:
KSL
0VIiRIIEAD RATIi:
PROI'IT ON LABOR:
PROFFF ON REWB:
I
PROFIT ON DIRF,CTS:
TOTAI, FEI ;:
W.997
LAIMR:
S39,600
LABOR:
109,600
WRiiC'TS:
OVI;R11FAD:
S1.11;'FOTAI.:
$39.6(H)
RLI1\411. C'ONSUT,TANTS:
REIMB. I:XIIENSES:
S1,261
REIMI3. FEE:
S1,387
I)IREC'T CONST TTANTS:
DIRECT IiXMNSES:
TOTAL, FEE:
$40.987
LABOR BUDGETS:
C OI)F
DESCRIPTION
HOURS
COSTS
()I
Firm Principal
32
S4.832
Ili
Fagineer
SO
$9.280
03
h"ngineer
72
:S8352
03
Engineer
152
S 14.896
08
Engineering TechnoloCgisl
14
CADD Operator
k
Clerical
32
$2.240
Page 1 of 3
FEE ESTIMATING SHEET PROJECT:
ICKBAILEY COWELL FIELJOB NO.:
01-2764-12
TASK: 3sln
SALARY
CATEGORY OF PERSONNEL
RATE PER HOUR
AZE/TS
LN/KS
KL
RK JV
AC LF
FP
ENG
ENG
ENG JNG TECHW CADD OPT CLERICAL
TASK
01
03
03
03 08
14 18
Trips
$151.00
$116.00
$116.00
$98.00 $98.00
$76.00 $70.00
TOTAL
MUNICIPAL WATER WELL PACKAGE
Coordinate bid opening with City
1
4
4
8
Assist contractors during bid phase
16
2
24
8
50
Attend the bid opening
1
4
4
8
Review bids
2
8
10
Make recommendation to the City
1
4
2
2
8
WELL FIELD COLLECTION LINE PACKAGE
Coordinate bid opening with City
1
4
4
8
Assist contractors during bid phase
16
2
24
8
50
Attend the bid opening
1
4
4
8
Review bids
2
8
10
Make recommendation to the City
1
4
2
2
8
WELL FIELD ACCESS ROAD PACKAGE
Coordinate bid opening with City
1
2
4
Assist contractors during bid phase
16
4
24
8
Attend the bid opening
1
4
4
Review bids
4
8
Make recommendation to the City
1
4
2
2
WELL FIELD ELECTRICAL PACKAGE
Coordinate bid opening with City
1
2
4
Assist contractors during bid phase
32
16
24
8
Attend bid opening
1
4
4
Review bids
4
8
Make recommendation to City
1
4
2
2
BUDGET SUBTOTALS: HOURS/ Trips -
12
32
80
72
152
32
3
SALARY
$4,832
$9,280
$8,352
$14,896
$2,240
$39,600
Page 2 of 3
EE ESTIMATING SHFFT PROJECT:
EIMBURSABLES
LUBBOCK BAILEY CO WE JOB NO.: 01-2764A2 TASK:
3BID
REIMBURSABLE CONSULTANT COSTS
SUBTOTAL
511 STRUCTURAL CONSULTANTS
512 MECHIELEC CONSULTANTS
513 ENV & CIVIL CONSULTANTS
514 LANDSCAPE CONSULTANTS
S15 TESTING CONSULTANTS
516 SURVEYING CONSULTANTS
517 INTERIOR DESIGN CONSULTANTS
SIB OTHER CONSULTANTS
DOW for Test Holes 25 lest holes
TOTAL REIMBURSABLE CONSULTANTS
REIMBURSABLE EXPENSES
521 TRAVELA-ODGING
MOTEL DAYS ®
AIR TRAVEL AIR FARE 0
PARKING DAYS 0
CAR RENTAL DAYS 0
MILEAGE 160 MILES 0
$0.485
MEN 0 IMANDAY =
MEN 0 /MAN =
IDAY
IDAY =
@ 12 TRIPS = $931.20
SUBTOTAL
$931
522 REPRODUCTIONS
BLUELINE PRINTS
SEPIA PRINTS
PRINTING:
ORIGINAL SET-UP COST
COST PER SHEET
BINDING COST
XEROX
SHTS 0
SHTS ®
ORIGINALS
SETS a
SETS ®
SHTS Q
$2.5S ® B SETS =
$8.51 a SETS =
® $0.16 IORI. _
$0.00 ISHT ® 250 SHEETS =
$2.00 /SET =
$0.08 /SHT =
SUBTOTAL
523 MODEL/RENDERINGSIPHOTOS
Shots ® /Shot
524 TELEPHONE 30 Calls ®
S1.00 /Call
$30
525 MEALS 25 DAYS 0
1
MEN ® S12.00 IMANDAY
$300
526 FIELD SUPPLIES
528 POSTAGE Marlins 0
[Marlin
529 PUBLICATIONS & SUBSCRIPTIONS
530 MISC REIMBURSABLE EXP
531 FAX Pages 6
532 TEMPORARY PERSONNEL
633 DRAFTING SUPPLIES
534 OFFICE SUPPLIES
535 CADD HOURS
lHOUA
536 FIELD EQUIP RENTAL
646 SOFTWARE
TOTAL REIMBURSABLE EXPENSES
$1,2G1
Page 3 of 3
Resolution No. 2012-RO185
EXHIBIT A-2
SCHEDULE
ID
Task Name
Start
Finish i Mar
Apr may Jun Jul
AugSe Oct Nov Dec Jan
1
Bailey Co. Well Field Expansion 2012 Fri 611112
Mon 12131112
2
Preliminary
Fri 611112
Fri 8131/12
3
Design
Bid
Fri 611112
Sat 1211/12
Fri 11130/12
Mon 12/31/12
4
Task
External Milestone O
Manual Summary Rollup
Split
Inactive Task
Manual Summary
Project: Bailey Co. Well Field Expa
Milestone
• Inactive Milestone
Start -only C
Date: Mon 3/26/12
Summary
Inactive Summary
Finish -only
Project Summary
Manual Task
Deadline i
External Tasks
Duration -only --
Progress
Page 1
Resolution No, 2012—RO185
,ATTACHMENT B
TO
AGREEMENT FOR ENGINEERING SERVICES
Owner: City of Lubbock. Texas
Project: Bailey County Well Field 1?xpansion—Dcsi-n and Biel Phase
COM N "NSATION
13ASIC AND SUPPLEMENTAL SERVICES
For these services covered by this Agreement, the Owner atrces to pay the Enginccr as follows:
A. U1-NI RAL
The Ingineer will he paid on an hourly rate basis shown in Table 13-1 and
subcontract personnel services will he billed at cost. Engineer and subcontractor
reimbursable expenses will he billed at cost plus 10 percent surcharge_
Reimbursable expenses are shown in `fable 13-1.
2. The Engineer agrees to use its hest efforts to perform services as defines[ herein
within the billing limits stated below.
3. It is understood and a-rced that the maximum billings of each of the items listed
below are haled Oil the start of Services being authorized not later than ,tune 1.
')012 If starl of Basic SciMces is not authorized by (late given, it is understood
and aurecd that the upper billing limit may he adjusted accordingly by a
supplement to this Agreement.
4. Monthly payments shall be made to the Engineer by the Owner basest on
I;nginecr's statement. The statement shall be itemized to indicate the amount of
work performed and the associated reintbttrsable expenses and subcontract costs.
The itenvzed statements will include the pereettlagc complete for each task, This
information will be u.5ed by the Owner to track the earned value of work
completed to date.
5. The uncontested amount of each statement shall he due and payable upon receipt
by the Owner. Carrying charges of 1-1/2 percent per inonth from the billing date
shall he due for accounts that are not paid within 60 days after the billing date.
6. The Engineer shall keep records on the basis of generally accepted accounting
practices of costs and expenses and which records Shall he available for
inspection by Owner during normal business hours.
7. The Engineer shall provide adequate resources to complete the services described
herein within twelve (12) months of the date of the Owner's notice -to -proceed to
the Engineer.
B-1
13. SERVU."s
I. The maximum
billed for Services
including personnel
services and reimbursable
expenses for the
i:ngincer is shown its follows_
PSC
Sub-consullants
'Total
Preliminary
$ 134,871,00
$ 187.500.00
322,371,00
Design Phase
$ 321,745.00
$ 174,650.00
$ 496.395.00
Bid Phase
$ 32.987.00
$ 8J)00.00
$ 40.987.00
Total
$ 523.731.{}0
$ 370,150.0
$ 859,753.00
TOTAL SERVICES NOT TO EAC)' D WITHOUT AUTHORU7,A`I'ION $ 859.753.00
C:, ADDITIONAL SERVICES
Additional services must be authorized in writin4o by the Owner.
1. The maximum billed for Additional Services will be determined by mutual
consent before the Additional Service~ are authorized by the Owner.
2. The Engineer shall start. the performance of the authorzed Additional Services
within ten (10) days of the receipt of notice to proceed and will complete the
Additional Services within the time period determines[ by mutual consent before
the Additional Services are arfthol'iZCCI by the Owner.
B-2
Resolution No. 2012-tt0185
TABLE B-1
PERSONNEL SERVICES RATES
TO
AGREEMENT FOR ENGINEERING SERVICES
Owner: City cif Luhhock. "Texas
Project: 13ailey County Well Field Expansion —Design and Did Phase
COMPENSATION RATES
Hourly fees listed herein will apply through the term of the twelve (12) month contract, and apply
until December 31. 2012. It' the term of the contract is cxtendcd by mutual agreement beyond
December 31, 2012, then these rates may be evaluated for modification after ,January L 2013 by
multiplying the hourly fee by [lie ConsUnier Price Index increase published on or after January 1.
2013.
A. PROITSSEONAL SERVICES
Standard hourly billing rates for Parkhill. Smith and Cooper and SGS Engineering are
attached.
13. R1iIM13URSA131.1:]?Xl'I:NSI:S
1'lie following expense` are reintbursahle:
1. Travel, subsistence and incidental costs.
2. Use of motor vehicles on a monthly basis for assigned vehicles and oil a current
mileage hasis or rental cost basis for vehicles used for short periods.
3. Long distance telephone costs and project "onsite" telephone costs.
4. Reproduction of reports, drawings and specifications.
5. Postage, shipping or hand delivery charges for project -related materials.
6. Computer time charges, including program use charges.
7. Rental charge for use of equipment.
8. Cost of acquiring any other materials or services specifically for and applicable to
only this Project.
Compensation of reimbursable expenses shall he at cost plus a ten (10) percent
surcharge.
B-3
Client: City of Lubbock
Project: Bailey County Well Field Expansion
Agreement Date: May 2012
Classification Hourly Rate
PROFESSIONAL LEVEL VII $178.00
Engineer VI
Architect VI1
Landscape Architect VI
Interior Designer VII
PROFESSIONAL LEVEL VI $151.00
Engineer VI
Architect VI
Landscape Architect VI
interior Designer VI
PROFESSIONAL LEVEL V $134.00
Engineer V
Architect V
Landscape Architect V
Interior Designer V
PROFESSIONAL LEVEL IV $116.00
Engineer III, IV
Architect IV, Intern (Architect) IV
Landscape Architect IV
Interior Designer IV
Technologist IV
Resident Project Representative IV
PROFESSIONAL LEVEL 111 $98,00
Engineer 1/II
Architect Ili, Intern (Architect) III
Landscape Architect III
Intern (Landscape Architect) III
Interior Designer III
Technologist III
Resident Project Representative III
PROFESSIONAL LEVEL II $87.00
Intern (Architect) 11
Interior Designer 11, Intern (Interiors) 11
Landscape Architect II
Technologist it
Resident Project Representative II
Clerical Supervisor 11
Expenses
Parkhill, Smith & Cooper, Inc.
Hourly Rate Schedule
Current through December 31, 2012
January 1, 2012
Classification Hourly Rate
PROFESSIONAL LEVEL I
Intern (Architect) I
Intern (Interiors)
Intern (Landscape Architect) I
Technologist I
Resident Project Representative I
Clerical Supervisor I
SUPPORT STAFF III
Engineering Technician III, IV
CARD 111, IV
Administrative Secretary III
Architect Technician III, IV
Project Assistant 1/1I
SUPPORT STAFF 11
Architect Technician 1, II
Engineering Technician I, II
CADD I, 11
Accounting Clerk I, II
Administrative Secretary 1, II
Project Assistant EL
Word Processor 1, II
Receptionist I, 11
File Clerk I
SUPPORT STAFF I
Architectural Student EL
Engineering Student EL
Landscape Architecture Student EL
Interiors Student EL
CADD EL
Accounting Clerk EL
Word Processor EL
Receptionist EL
File Clerk EL
$79.00
$76.00
$70.00
$40.00
Reimbursement for expenses, as listed below, but not limited to, incurred in connection with the services, will beat cost plus fifteen percent for
items such as:
1. Maps, photographs, postage, telephone, reproductions, printing, equipment rental, and special supplies related to the services.
2. Consultants, soils engineers, surveyors, contractors, and other outside services.
3. Rented vehicles, local public transportation and taxis, road toll fees, travel, and subsistence.
4. Special or job specific fees, insurance, permits, and licenses applicable to the work services.
5. Mileage at IRS approved rate.
Rate for professional staff for legal proceedings or as expert witnesses will be a rate one and one-half times the Hourly Rates specified above.
Excise and gross receipts taxes, if any, will be added as an expense.
The foregoing Schedule of Charges is incorporated into the agreement for the services provided, effective January 1, 2012 through
December 31, 2012. After December 31. 2012, invoices will reflect the Schedule of Charges currently in effect.
R:IPSC Standard Fomr.\PSC Hourly Rate SchedulelwAGE-2012-wdirects.doc
SGtS
ENGINEERING, LLC
2012 STANDARD BILLING RATES
01/01/2012
BILLING CLASSIFICATION
2012 RATE
EMPLOYEE
Partner 5
160
Steve
Partner 4
152
Mike, Greg, Donny, Travis,
Lonnie, Monte
Partner 3
144
Partner 2
136
Partner 1
128
Senior Professional Engineer 5
160
Senior Professional Engineer 4
152
Les
Senior Professional Engineer 3
144
Senior Professional Engineer 2
136
Senior Professional Engineer 1
128
Associate Professional Engineer 5
133
Associate Professional Engineer 4
126
M
Associate Professional Engineer 3
119
Associate Professional En ' eer 2
112
Associate Professional Engineer 1
105
Graduate Engineer 5
105
Michael
Graduate Engineer 4
99
Graduate Engineer 3
93
Graduate Engineer 2
87
Jerrod, Joseph
Graduate Engineer 1
81
Mark, Chris W., Cody,
Travis K.
Senior Staff10
147
Senior Staff 9
141
Michael S.
Senior Staff 8
135
Senior Staff 7
129
Gene
Senior Staff 6
123
Catt
Page 2
2012 STANDARD BILLING RATES
BILLING CLASSIFICATION
2012 RATE
EMPLOYEE
Senior Staff 5
117
Senior Staff
111
Senior Staff 3
105
Senior Staff 2
99
Senior Staff 1
93
Chris P.
Construction Services 5
90
Galen, Gene
Construction Services 4
86
George, Lee, David
Construction Services 3
82
Gale
Construction Services 2
78
Construction Services 1
74
Senior Technician 5
89
Randy, Luis, Pete, Heath
Senior Technician 4
85
Senior Technician 3
81
Johnnie
Senior Technician 2
77
Senior Technician 1
73
Lead Technician 5
73
Lead Technician 4
i 70
Celeste
Lead Technician 3
67
Joe, Sammy
Lead Technician 2
64
Lead Technician 1
61
Associate Technician 5
63
Holly
Associate Technician 4
60
Michele
Associate Technician 3
57
Associate Technician 2
54
_
Associate Technician 1
51
Administrative Assistant 5
62
Administrative Assistant 4
59
Angie
Administrative Assistant 3
56
Kristen
Administrative Assistant 2
53
Cindy
Administrative Assistant 1
50
Page 3
2012 STANDARD
RATE SHEET ATTACHMENT
SPECIAL CHARGES AND ADDERS
(1/1/2012 through 12/31/2012)
Overtime Billing rate times 1.5 multiplier
Per Diem $125.00 per day
Expenses
Mileage
4-Wheeler
GPS (Survey Quality)
Ranger
Relay Test Equipment
(Omicron)
Actual out-of-pocket
On Road
Off Road
$75.00 per day
$350.00 per day
$250.00 per day
$500.00 per day
IRS allowable
IRS allowable plus $0.04
$1,800.00 per Substation checkout
NOTE: Billing of specialty charges may include a 10% administration fee.
NOTE: Specialty rates may be applicable for Forensic, Wind, and System Protection
services as determined by SGS Engineering on a project basis. These rates are available
upon request.
Resolution No. 2012—RO185
ATTACHMENT C
TO
AGREEMENT FOR ENGINEERING SERVICES
Owner: City of I,uhhock, Texas
Project: Bailey County Well Field i:xpansion —Design and Bid Phase
OWNER'S R1,SPONSIBII,ITII:S
The Owner will furnish, as required by the work and not at the expense of the i;ngincer, the
following items:
Access to all maps, drawings, reports, records, audits, annual reports and other data that
are available in the files of the Owner and which may be usefiuI in the work involved
under this Contract.
2. Secure pennission to enter upon public and private properly when required in
pert(lrillanCe of the l;ngineer'.s services.
3. Access to existing property. boundary. casement, right-of-way. utility surveys and
property descriptions.
4. I LIII diSCIosurc regarding the Project.
5. A Project Manager fully acquainted with the Project wh() lltls authority to approve
changes in the Project within the delegated authority of the Project. Manager, render
decisions promptly, and furnish information in a reasonable time frame. It is recognized
that certain changes or decisions will require City Manager and/or City Council
approval.
h. Examine all studies, reports, sketches, drawings. specifications. proposals and other
documents presented by Engineer, obtain advice of' an attorney, insurance counselor
and other consultants as Owner deems appropriate for such examination, and render in
writing decisions pertaining thereto} within a reasonable time so as not to delay the
,services of En}inecr.
7. Provide such legal accounting, independent cost estimating and insurance counseling
services as may he required for the Project and such auditing services as Owner may
require to ascertain how or for what purpose any contractor has used the monies paid to
hint under the construction contract.
8. Give prompt written notice to Engineer whenever Owner observes or otherwise
becomes aware of Duly defect in the Project.
9. Cooperate with Engineer in securing preliminary approvals and consensus from the
govemmental authorities having jurisdiction over the Project and such approvals and
consents from others as may be necessary for completion of the. Project.
C: - I
10. burnish, or direct Engineer to provide, necessary Supplemental Services as slipulated in
Attachment A of this Agreement or other services as required.
If. Give prompt written notice to Friginecr whenever Owner observes or otherwise
hecomes aware of a h',1ZW-d0LlS environmental condition or of any other development
that affects the scope or time of performance of P.nginecr's services, or any detect or
nonconformance in Engineer's services or in the work of any Conlraclor.
12. If Owner designates a construction manager or an individual or entity olhcr Ihm, or in
addition to, Engineer to represent Owner at the Site, define the duties. responsibilities.
and limitations of authority of such other party and the relation thereof to the duties,
responsibilities, and authority of lingincer.
13. Bear a1I costs incident to compliance with the requirements of this Attachment C.
C - 2
of
lubbockl
TEXAS
DATE April 17, 2012
TO Marsha Reed, P.E., Chief Operations Officer
FROM Wood Franklin, P.E., City Engineer
Subject:
Consider a resolution authorizing the Mayor to execute on behalf of the City of Lubbock an
agreement for Engineering Services with Parkhill, Smith & Cooper, Inc. for the design of the
Bailey County Well Field Expansion,
Summary:
During the past 20 years, extended drought periods have resulted in a declining water table
causing production from existing wells in the Bailey County Well Field to decline from more
than 60 million gallons per day (mgd) to approximately 50mgd. There is a need to expand the
well field and distribute the well production throughout the well field not only increasing the
production rates but also allow the wells to be cycled and allowed to recover. This project will
drill sufficient wells to restore the production capacity. This project will ensure an adequate
production capacity buffer to consistently produce the current 40mgd pipeline capacity while a
portion of the well field is inoperable due to maintenance, mechanical interruptions, lightening
strikes, etc. This project is consistent with the City of Lubbock Strategic Water Supply Plan.
This agreement for engineering services includes preliminary design, final design, and bid phase
services. The project includes modeling and design of the power distribution system, design of
the wells and pumps, design of the water distribution system, and design of the construction and
maintenance roadway system. There will be a future amendment to provide construction phase
services as the size and scope of the project is completed and bid for construction.
Fiscal Impact:
$13,650,260 is appropriated in Capital Improvement Project No. 91003, Bailey County Well
Field Improvements, with $882,705 available for this purpose.
Recommendation:
Marsha Reed, P.E., Chief Operating Officer