Loading...
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