Loading...
HomeMy WebLinkAboutResolution - 2012-R0381 - Agreement - Alan Plummer And Associates Inc. - 10_11_2012Resolution NO. 2012-RO381 October 11, 2012 Item No. 5.11 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, a Professional Services Agreement, by and between the City of Lubbock and Alan Plummer and Associates, 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 ATTEST: I 4� Rebec a Garza, City Secretary APPROVED AS TO CONTENT: October 11, 2012 M1 A'0 �' 0, f/ 0 �j M r ha eed, P.E., Chief Operations Officer APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vwxcdocs/RES.Agrmt-Alan Plummer Associates, Inc. September 4, 2012 Resolution NO. 2012-RO381 PROFESSIONAL SERVICES AGREEMENT This Professional Services Agreement ("Agreement") is entered into this 11 `h day of October, 2012, by and between the City of Lubbock (the "City"), a Texas home rule municipal corporation, and Alan Plummer and Associates, Inc. (the "Engineer"), a Texas corporation. WITNESSETH WHEREAS, Engineer has substantial skill and experience in design, professional construction oversight, and evaluation in connection with procurement of goods and professional services related to public water treatment plants and infrastructure necessary to make Water Treatment Plant Improvements (the "Project"), and more specifically described as follows: City intends to implement improvement needs to the Lubbock Water Treatment Plant and Terminal Storage Reservoir as identified through a comprehensive evaluation of water quality and process performance; hydraulics, plant capacity with respect to Texas Commission on Environmental Quality (TCEQ) requirements; present, imminent, and future regulations; disinfection strategy; and structural, architectural, HVAC, mechanical, SCADA, and electrical/instrumentation needs associated with the water treatment plant and terminal storage reservoir. Engineer is to provide design, and bid phase engineering services for the water treatment plant modifications and improvements identified. WHEREAS, Engineer has demonstrated competence and qualifications to perform the Services, as defined below, and will perform the Services for the price provided herein, said price stipulated by City and Engineer to be a fair and reasonable price; WHEREAS, the City desires to contract with Engineer to perform services related to the Project and Engineer desires to provide the services related to same. NOW, THEREFORE, for good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the City and Engineer agree as follows: ARTICLE I Services ] .O 1 Engineer shall conduct all activities and within such time frames, as set fbrth on Exhibit "A", "Scope of Services", attached hereto (the "Services"). ARTICLE ]I Compensation and Term 2.01 The consideration to be paid for the Services to be provided the City as described in Article I shall be as provided in Exhibit "B", attached hereto. This amount shall be invoiced to the City monthly for work performed. The Engineer will perform the services described in Exhibit "A" at a "Not to Exceed" total compensation amount of $7051411, unless this Agreement is amended otherwise by the City Council. The final compensation for the major tasks can be over or under the estimated budget amount per task, as shown in No. 1 of Exhibit "C" attached hereto, as long as the total "Not to Exceed" amount is not surpassed. 2.02 This Agreement shall expire on 1 July 2014 or upon completion of the tasks set forth on Exhibit "A", whichever is earlier. Additionally, the City may terminate this Agreement by providing written notice to Engineer at least thirty (30) days prior to the effective date of termination as provided in such notice, If Engineer determines that additional time is required to complete the Services, the City Manager, or her designee, may execute an agreement to grant up to an additional six (6) months of time so long as the amount of the consideration does not increase. Any amendment to this agreement resulting in any N increase in the amount of the consideration must be approved by the City acting through its governing body. 2.03 The Engineer's compensation is based on immediate authorization to proceed and timely completion of the Project. If the Project timing deviates from the assumed schedule for causes beyond the Engineer's control, the Engineer may request renegotiation of those portions of the compensation affected by the time change. 2.04 This agreement may be amended to include other services as required. ARTICLE III Independent Contractor 3.01 It is understood and agreed that Engineer is to perform the Services in a sound and professional manner and exercising the degree of care, skill and diligence in the performance of the Services as is exercised by a professional engineer under similar circumstances and Engineer hereby represents to the City that the Services shall be so performed. Further, Engineer is and shall be considered at all times an independent contractor under this Agreement and/or in its service, hereunder. During the performance of the Services under this Agreement, Engineer and Engineer's employees will not be considered, for any purpose, employees or agents of the City within the meaning or the application of any federal, state or local law or regulation, including without limitation, laws, rules or regulations regarding or related to unemployment insurance, old age benefits, workers compensation, labor, personal injury or taxes of any kind, 3 4.01 ARTICLE IV Events of DefaultlRemedies a. Citv's Defaults/Engineer's Remedies. In the event the City shall default in the performance of any term or provision of this Agreement for any reason other than failure by Engineer to perform hereunder, Engineer may, if said default shall be continuing after five (5) days notice of such default is deemed received by the City, exercise any right or remedy available to it by law, contract, equity or otherwise. b. Engineer's Defaults/Ci1y's Remedies. In the event Engineer shall default in the performance of any term or provision of this Agreement for any reason other than failure by the City to perform hereunder, the City may, if said default shall be continuing after five (5) days notice of such default is deemed received by Engineer, exercise any right or remedy available to it by law, contract, equity or otherwise, including without limitation, specific performance and/or the right to terminate this Agreement without additional notice. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. 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 to 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. 4 5.01 ARTICLE V Insurance/Indemnity Engineer shall procure and carry, at its sole cost and expense through the life of this Agreement, insurance protection as hereinafter specified, in farm and substance satisfactory to City, carried with an insurance company authorized to transact business in the state of Texas, covering all aspects and risks of loss of all operations in connection with this Agreement, including without limitation, the indemnity obligations set forth herein. Engineer shall obtain and maintain in full force and effect during the term of this Agreement, and shall cause each approved subcontractor or subconsultant of Engineer to obtain and maintain in full force and effect during the term of this Agreement, commercial general liability, professional liability and automobile liability coverage for non -owned and hired vehicles with insurance carriers admitted to do business in the state of Texas. The insurance companies must carry a Best's Rating of A-VII or better. Except for Professional Liability, the policies will be written on an occurrence basis, subject to the following minimum limits of liability: Commercial General Liability: Combined Single Limit: Professional Liabilitv: Combined Single Limit: Automobile Liability: Combined Single Limit for any auto: $1,000,000 $1,000,000 $500,000 Per Occurrence M Engineer shall further cause any approved subcontractor to procure and carry, during the term of this Agreement, Professional Liability coverage, as specified above for Engineer, protecting City against direct losses caused by the professional negligence of the approved subcontractor. The City shall be listed as a primary additional insured with respect to the Automobile Liability and Commercial General Liability and shall be granted a waiver of subrogation under those policies. Engineer shall provide a Certificate of Insurance to the City as evidence of coverage. The Certificate shall provide 30 days notice of cancellation. A copy of the additional insured endorsement and waiver of subrogation attached to the policy will be included in the Certificate. Contractor shall elect to obtain workers' compensation coverage pursuant to Section 406.002 of the Texas Labor Code. Further, Contractor shall maintain said coverage throughout the term of this Agreement and shall comply with all provision of Title 5 of the Texas Labor Code to ensure that the Contractor maintains said coverage. Any termination of workers' compensation insurance coverage by Contractor or any cancellation or non -renewal of workers' compensation insurance coverage for the Contractor shall be a material breach of this contract. The Contractor may maintain Occupational Accident and Disability insurance in lieu of Worker' Compensation. In either event, the policy must be endorsed to include a waiver of subrogation in favor of the City of Lubbock. Employer's Liability with limits of at least $500,000 each accident, $500,000 by disease policy limit, and $500,000 by disease each employee shall also be obtained and maintained throughout the term of this Agreement. C• If at any time during the life of the Agreement or any extension hereof, Engineer fails to maintain the required insurance in full force and effect, Engineer shall be in breach hereof and all work under the Agreement shall be discontinued immediately. Engineer shall indemnify and hold City and City's elected officials, officers, agents, employees and independent contractors harmless, to the fullest extent permitted 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 use or occupation of City owned lands, and/or the performance, operations or omissions under this Agreement to the extent of Engineer's negligence of any kind or type. The indemnity provided herein shall survive the expiration or termination of this Agreement. ARTICLE VI Miscellaneous 6.01 Engineer shall comply with applicable laws, statutes, regulations, ordinances, rules and any other legal requirement related to, in any way, manner or form, the performance of the Services contemplated herein at the time services are performed. 6.02 Any notice required by this Agreement shall be deemed to be properly served, if (i) provided in person or by telephonic facsimile; or (ii) deposited in the United States mail by certified letter, return receipt requested, addressed to the recipient at recipient's address shown below, subject to the right of either party to designate a different address by notice given in the manner just described. Notice shall be deemed to be received when delivered if provided in person or by telephonic facsimile or, if deposited in the United States mail, as set forth above, three (3) days after depositing such notice in the 7 United States mail, as set forth above. For City: John Turpin, P.E., Chief Water Utilities Engineer 1625 136 Street Lubbock, Texas 79401 Email: jturpin@mylubbock.us For Engineer: David Gudal, P.E. Principal Alan Plummer and Associates, Inc. 1320 South University Drive, Suite 300 Fort Worth, Texas 76107 Facsimile: (817) 806-1700 Email: dgudal@apaienv.com 6.03 THIS AGREEMENT IS TO BE CONSTRUED UNDER TEXAS LAW WITHOUT REGARD TO CONFLICT OF LAW RULES THAT WOULD DIRECT APPLICATION OF THE LAWS OF ANY OTHER JURISDICTION. THE OBLIGATIONS OF THE PARTIES CREATED BY THIS AGREEMENT ARE PERFORMABLE, AT LEAST IN PART, IN LUBBOCK. COUNTY, TEXAS. VENUE FOR ANY ACTION BROUGHT PURSUANT TO THIS AGREEMENT, OR ACTIVITY CONTEMPLATED HEREBY, SHALL EXCLUSIVELY BE IN LUBBOCK COUNTY, TEXAS. 6.04 This Agreement, including the exhibits and attachments hereto, represents the entire and sole agreement between the City and Engineer with respect to the subject matter hereof and supersedes any and all prior negotiations, understandings, representations or gather agreements, whether written or oral. This Agreement may not be modified or amended except in writing and duly executed by each party hereto. 6.05 Nothing contained herein shall be construed to imply a joint venture, joint enterprise, partnership or principal — agent relationship between Engineer and the City. 8 6.06 If any provision of this Agreement is declared invalid or unenforceable, such provision shall be deemed modified to the extent necessary to render it valid and enforceable so long as said modification is reasonably within the intent the parties as originally expressed. In the event such provision may not be so modified, the unenforceability or invalidity of any provision shall not affect any other provision of this Agreement, and this Agreement shall continue in force and effect as if such provision had not been included in this Agreement. 6.07 Any and all final documents, drawings and specifications prepared by Engineer as part of the Services hereunder, shall become the property of the City when Engineer has been compensated as set forth in Section 2.0t, above. The City will assume sole liability for any reuse or modification of the Engineer's work product. The Engineer may make copies of any and all work products for its files. 6.08 A waiver by either City or Engineer of a breach of this Agreement must be in writing to be effective. In the event either party shall execute and deliver such waiver, such waiver shall not affect the waiving party's rights with respect to any other or subsequent breach. 6.09 Except as otherwise provided herein, neither City nor Engineer may assign or subcontract any part of the Services under this Agreement, in whole or in part, without the written consent of such assignment by the non -assigning party. Engineer may, subject to the right of approval by the City, subcontract certain of the Services to highly qualified professionals. The right of approval of the City of Engineer's subcontractors is hereby delegated by the City Council of City to the Director of Water Utilities. The approval by the City of the subcontract requested by Engineer shall not affect the liability of Engineer hereunder to City for the timely performance of the Services as prescribed in this 9 Agreement. The term "Engineer", as used in and for all purposes of this Agreement, includes Engineer's subcontractors and sub -consultants. City and Engineer each bind itself or himself, their legal representatives and permitted assigns in respect to all provisions of this Agreement. 6.10 Nothing in this Agreement shall be construed to provide any rights or benefits whatsoever to any party other than City and Engineer. 6.11 Engineer represents and warrants to City that it has taken all actions necessary to authorize the party executing this Agreement to bind, in all respects, Engineer to all terms and provisions of this Agreement, and that such person possesses authority to execute this Agreement and bind Engineer hereto. 6.12 The authority to authorize Additional Services, as defined and limited herein, and to act as Owner representative, as contemplated herein, including but not limited to, Exhibit "A", is hereby subject to the City Council approval. IN WITNESS WHEREOF, the parties have executed this Agreement by their duly authorized representatives as of the date first written above. ALAN PLUMMER & ASSOCIATES, INC. DAVID GUD .E., PR CIPAL CITY OF LUB GLEN)Qz1� 71f1'RT9`ON, MAYOR 10 R:be a Garza. City Secretary APPROVED AS TO CONTENT: ild Au a- �v 0 4 Marsha Reed,, P.E.. Chief Operations Offlicer Turpin. P.E,, iiefMWter Utilities Engineer APPROVED AS TO DORM: Chad Weaver, AssisLant Cite AtLorney I'SA - Alan I'lumnicr 9511 REsolution NO. 2012-RO381 ALAN PLUMMER ASSOCIATES, INC. EXHIBIT A This Exhibit A is part of the Agreement between Alan Plummer Associates, Inc. (APAI) (the "Engineer) and the City of Lubbock (the "City") for a project generally described as: NORTH WATER TREATMENT PLANT IMPROVEMENTS PROJECT NO. 1 AND GROUNDWATER TREATMENT IMPACT EVALUATION The purpose of this Agreement is to: • Modify the Project No. 1 plans and specifications to include the electrical improvements and flocculation baffle wall replacement; • Provide advertisement and construction administration phase services; • Evaluate the impacts of the North Water Treatment Plant receiving 100-percent groundwater, and • Revise and update the North Water Treatment Plant Evaluation and Energy Audit dated December 2008. Scope of Services The Engineer agrees to furnish the City with the following specific services: BASIC ENGINEERING SERVICES 1, General Engineering Services 1.1 The Engineer shall provide general engineering services to support the City staff. 1.2. Certain assumptions are made in preparing this scope of services. To the extent possible, these assumptions are stated herein and reflected in the budget for services. If the work tasks required are different from the assumptions presented or if the City desires additional services, the resultant change in scope will serve as the basis for modifying this Agreement. 1.3. The Engineer will review data and information provided by the City through the services listed in the Basic Engineering Services, The Engineer shall be entitled to rely upon the accuracy of the data and information provided by the City and others without independent review, evaluation, or verification. 2. North Water Treatment Plant Improvements Project No. 1 Plans and Specifications Modifications 2.1. The Engineer shall modify the plans and specifications associated with the North Water Treatment Plant Improvements Project No. 1. The modified plans and specifications shall include the following major components: 21.1. Switchgear building to house the new water treatment plant electrical distribution switchgear; 1,fb.2 rl. aaOshardlhu-Wal. � csalstproposals_2�1 - µbboak_noflhNlp�1li_ca_fpYJuG07Ck tlOrtinu[Pyr�lacfl m�steRitanuPOate_ZDi b09.12�ocx 1 of 17 2.1.2. Replacement of the Control Building switchboard Panel B and Panel I; 2.1.3, Replacement of the Chemical Building lighting panels; 2.1.4. Replacement of the coagulated and settled water pipe supports in Flocculation/Sedimentation Basins 1, 3, 4, and 6; and 2.1.5. Replacement of the flocculation baffle walls in the six (6) existing basins. 2.2. The Engineer shall incorporate design for the items listed below: 2.2.1. Replacement of the anhydrous ammonia system with a liquid ammonium sulfate (LAS) system. The LAS storage tanks will be located outside in a concrete containment structure that will be located near the existing ammonia building. The LAS chemical feed pumps will be located in the existing ammonia building. No new buildings are proposed. Chemical feed pumps will be flow paced. 2.2.2. Replacement of the existing mobile electric generator with a stationary electric generator at the water treatment plant. The generator shall have an integral fuel tank and enclosure. No additional buildings are required. The generator shall report status back to the SCADA system. 2,3. Project Meetings 2.3.1. The Engineer will participate in a project kickoff meeting to discuss the approach to items 2.2.1 and 2.2.2, and a 60 percent review meeting for the additional items. 2.4. Deliverables 2.4.1, The Engineer will furnish the City with ten (10) half -sized (11"x17") sets of drawings and specifications of the 60 percent complete set of the new items (2.2.1 and 2.2.) 2.4.2. The Engineer will furnish the City with ten (10) half sized (11"x17") sets of drawings and specifications of the complete final review package. 2.4.3. The Engineer will furnish the City with two (2) full-sized (22" x 34°) sets of drawings. Eight (8) half -sized (1 V x 17°) sets of final drawings, ten (10) sets of final specifications, and one (1) electronic copy in Adobe Portable Document Format (PDF) of each of these items. 3. North Water Treatment Plant Improvements Project No. 1 Advertisement and Proposal Phase Services 3, 1. Advertisement 3.1.1. The Engineer will assist the City in securing proposals, issuing notice to offerors, and notifying construction news publications of the project. 31.2. The notice to offerors will be furnished to the City for publication in the local news media. The cost for publication shall be paid by the City. 3.1.3. The City will handle the distribution of the request for proposal documents (plans and specifications). - flwWli,20,-0224Q .:-. phi casrprI,ubback_nufflmro_c „_mRgPrWahk)p,aM_2 of 17 3.1.4. The Engineer will participate in two (2) pre -proposal conferences at locations designated by the City. 3.1.5. The Engineer will respond to questions and prepare addenda for the City to issue, as required. 3.2. Proposal Opening 3.2.1. The Engineer will not attend the proposal opening. 3.3. Proposal Review and Recommendation 3.3.1. The Engineer shall participate with the City in one (1) meeting to review and evaluate the proposals submitted for the Project at a location designated by the City. 3.4. Conformed Specifications and Drawings 3.4.1. The Engineer shall prepare conformed specifications and drawings based upon the addenda issued during the advertisement. 3.4.2. Deliverables 3.4.2.1, The Engineer will furnish the City with two (2) full-sized (22" x 34") sets of drawings, eight (8) half -sized (11" x 17") sets of drawings, ten (10) sets of specifications, and one (1) electronic copy in Adobe Portable Document Format (PDF) of each of these items. 3.4.2.2. The Engineer will furnish the selected contractor with ten (10) full-sized (22" x 34") sets of drawings, ten (10) sets of specifications, and one (1) electronic copy in Adobe PDF of each of these items. 3.4.2.3, The Engineer will furnish the City with eight (8) sets of executed contract documents. Three (3) copies will be delivered to each the City and the contractor. The remaining two (2) copies will be retained by the Engineer. 4. North Water Treatment Plant Improvements Project No. 1 General Construction Phase Services 4.1. The Engineer's responsibility to provide Basic Services for the Construction Phase under this Agreement commences with the award of the Contract for Construction and terminates at the end of the construction period for the project. 4.2. Construction Phase duties, responsibilities, and limitations of the Engineer shall not be restricted, modified, or extended without agreement of the City and Engineer in writing. 4.3. The Engineer shall be a representative of and shall advise and consult the City during construction. The Engineer shall have the authority to act on behalf of the City only to the extent provided in this Agreement unless otherwise modified by written instrument. 4.4. Engineer's Personnel at Construction Site 4.4.1. The presence and duties of Engineer's personnel at a construction site, whether as onsite representative or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or construction contractors or other entities, and do not relieve the construction contractors or any other entity from Rw2'r'� ePelkShWB�DUtdeV�yrOp07t[51pNpalIBIS 2Q1 i12071-022.0a lu66och 7mrd%V_phi ca. rprlat4ack nonhwkp pmect mevewanupftW 20124W12 3 of 17 their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the contract documents and any health and/or safety precautions by such construction work. 4.4.2. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health and/or safety precautions related to such work and have no duty for inspecting, noting, observing, correcting, or reporting on health and/or safety deficiencies of the construction contractors or other persons at the site except Engineer's own personnel. 4.4.3. The presence of the Engineer's personnel at a construction site is for the purpose of providing the Engineer and the City a greater degree of confidence that the completed work will conform generally to the contract documents and that the integrity of the design concept, as reflected in the contract documents, has been implemented and preserved. The Engineer neither guarantees the performance of any construction contractor nor assumes responsibility for contractor's failure to perform the work in accordance with the contract documents. 4.5. Internet -based Construction Management 4.5.1, The Engineer will provide, for use by the City and selected contractor, an intemet- based construction management system. 4.6. Pre -construction Conference 4.6.1. The Engineer shall conduct a pre -construction conference with the City and contractor at the City's facility. At a minimum, the following items shall be discussed at the pre - construction conference: 4,6.1.1. The construction schedules prepared by the contractor. 4.6.1.2. Construction phasing. 4.6.1.3. Designation of key personnel and their duties. 4.6.1.4. Procedures for the construction administration of the project. 4.7. Site Visits 4.7.1. The Engineer shall visit the construction site, when construction is in progress, to become familiar with the progress and quality of the work and to determine if the work is being performed in a manner that indicates that the work, when completed, will be in accordance with the contract documents. The number of site visits shall not exceed ten (14). 4.7.2. Additional site visits beyond those listed will be an Additional Service. Mwz.nw.apa . 37usdeNpropasels+provasals_zOtt,z�1,•azz Iubhoo,t ner,nw�p_�i_� �rVUDnoctsoronvtn,pro�eat mesterylanup0ata_20,1-��-,� .. 4 of 17 4.7.3. In addition, on the basis of these on -site observations as an engineer, the Engineer shall keep the City informed of the progress and quality of the work, and shall exercise reasonable care and due diligence in discovering and promptly reporting to the City any defects or deficiencies of the contractor or any subcontractor. 4.7.4. The City's approval, acceptance, use of, or payments for all or any part of Engineer's services hereunder or the project itself shall in no way alter the Engineer's obligations or the City's rights hereunder. 4.8. Construction Progress Meetings 4.8.1. The Engineer will participate in ten (10) construction progress meetings for the Project. 4.8.2. It is anticipated that the construction meetings will be part of the site visits (on the same day) as described in the site visits above. 4.8.3. The Engineer will prepare and distribute agendas and meeting notes for each meeting. 4.9. The Engineer will review samples; catalog data; schedules; shop drawings; laboratory, shop, and mill tests of materials and equipment; and other data pursuant to the general conditions of the construction contract. 4.10. The Engineer will interpret the intent of the plans and specifications for the City and contractors. Investigations, analyses, and studies required by the contractor and approved by the City for substitutions of equipment and/or materials or deviations from the plans and specifications will be considered an Additional Service. Note: Such studies conducted by the Engineer, if determined to be inadequate, due to incompleteness of the Engineer prepared plans and specifications will be redone without additional compensation. Any defective designs„ plans, and specifications furnished by the Engineer shall be promptly corrected by the Engineer at no additional cost to the City. 4.11. The Engineer will review and comment on monthly and final estimates for payment to contractor, pursuant to the general conditions of the construction contract. Recommendations by the Engineer to the City for periodic construction progress payments to the construction contractor will be based on the Engineer's knowledge, information, and belief from selective sampling that the work has progressed to the point indicated. Such recommendations do not represent: that continuous or detailed examinations have been made by the Engineer to ascertain that the construction contractor has completed the work in exact accordance with the contract documents; that the final work will be acceptable in all aspects; that the Engineer has made an examination to ascertain how or for what purpose the construction contractor has used the monies paid; that title to any of the work, materials, or equipment passed to the City free and clear of liens, claims, security interested, or encumbrances; or that there are no other matters at issue between the City and the construction contractor that affect the amount that should be paid. 1ftZRw epell4harebaeaevlpropaselslproposels_2011 -. 1-02Z-W_IubbavK parthwtp_h — rpr- ubWA_runhvA%propd Imamerplanupum 1a12.a9•12.aacx 5 of 17 4.12. Substantial and Final Review 4.12.1. The Engineer will conduct, in the company of the City's representative, a substantial completion review of the project for conformance with the design concept of the project and general compliance with the contract documents and provide a list of deficiencies to the contractor. 4.12.2. The Engineer will conduct, in the company of the City's representative, a final review of the project for conformance with the design concept of the project and general compliance with the contract documents, verify that items identified on the deficiency list from the substantial completion review have been completed, and make recommendation for final payment to the contractor. 4.13. Record ("As -built') Drawings 4.13,1. The Engineer will revise the construction drawings in accordance with the information furnished by the construction contractor and the Resident Project Representative reflecting changes to the project made during construction. Record drawings are defined as the drawings produced by the Engineer's modifications to the original design drawings to reflect the changes during the construction. 4,13.2. The Engineer will prepare record drawings, in part, on the basis of information compiled and furnished by others, and may not always represent the exact location, type of various components, or exact manner in which the project was finally constructed. 4.13.3. The Engineer is not responsible for any errors or omissions in the information from others that are incorporated into the record drawings. 4.13.4. Record drawings for the project will be issued by the Engineer within sixty (60) days after the comments and markups are provided by the construction contractor and the City. 4.13.5. The Engineer will provide the City with two (2) digital copies in Adobe PDF on compact disc, one full-sized (22" x 34") set of reproducible prints (unbound, Myiar), five (5) half - sized (11" x 17") sets of plans (bound, bond), and two (2) full-sized (22" x 34') sets of plans (bound, bond) to the City. 5. North Water Treatment Plant Improvements Project No. 1 Limited Onsite Project Representation 5.1. During construction, the Engineer shall provide limited onsite project representatives, in accordance with the Engineer's recommendations, who shall review the work of the construction contractor involved and report to the City, the Engineer, and the construction contractor opinions of the contractor's fulfillment of these recommended actions and adherence to the plans and specifications. The Engineer's project representatives shall endeavor to protect the City against defects and deficiencies in the work and to assure the work is carried out in conformance with the plans and specifications. However, the Engineer neither -0 -'+F IV0t1-022-p6_lubbvdc ru��thwippht Ca rCflubnu�c nattFn�np p�mctl_masterplahupaute :ID1z-aB.72.docx 6 of 17 guarantees the performance of the contractor nor assumes responsibility for the contractor's failure to perform work in accordance with the contract documents. 5.2. Limited onsite project representatives shall be provided as described below: 5.2.1. Electrical Review 5.2.1.1. A maximum of 400 hours of observation. 5.2.2. Mechanical Review 5.2.2.1. A maximum of 80 hours of observation 5.2.3. If additional time is required, the Engineer will receive additional compensation or relief by the City's personnel. 5.3. Project Documentation 5.3.1. The resident project representatives will take photographs of the progress and maintain a digital copy of them in an organized fashion. 5.4, Progress Payments 5.4.1. The Engineer will review and recommend City action on contract progress payments. Upon receipt of the contractor's payment request and the recommendation of the limited onsite project representatives, the Engineer will review the progress payment. 5.4.2. Based on the Engineer's and resident project representative's observations at the site of the work and evaluations of the contractor's estimates for payment, the Engineer shall review and certify the amounts due the contractor. 5.4.3. The Engineer's certification for payment shall constitute a representation to the City based on the Engineer's observation at the site and on the data comprising the contractor's estimates for payment; that the work has progressed to the point indicated and that the quality of work is in accordance with the contract documents. The foregoing representations are subject to minor deviations from the contract documents, The issuance of a certificate of payment shall further constitute a representation that the contractor is entitled to the payment in the amount certified. However, the issuance of a certificate of payment shall not be a representation that the Engineer has (1) reviewed construction means, methods, techniques, sequences, or procedures, or (2) ascertained how or for what the purpose the contractor has used money previously paid on account of the contract. 5.5. Construction Observation 5.5.1. The limited onsite project representative will provide field observation for conformance of the contractor's work with plans and specifications and notify the contractor and the City of any observed nonconforming work and monitor the progress of the contractor's corrective actions. The limited onsite project representative will advise contractor immediately of commencement of any work requiring a shop drawing or sample submission if the submission has not been approved. The limited onsite project IMR Rw BV✓31�.4}iHfa41a6d6b�p1UG99d�e+PrC�as@�s sa�I Q01 022•00 .--.':•. homiWlp_l - 4bQ(* PD*Wta_am.-{: 7 of 17 representative shall not be responsible for means, methods, techniques, sequences, or procedures of construction selected by the contractor or the safety precautions and programs incident to the work of the contractor. 5.5.2. The limited onsite project representative shall have the responsibility and authority to reject work that does not conform to the contract documents. Whenever the limited onsite project representative considers it necessary or advisable for implementation of the intent of the contract documents, the limited onsite project representative will recommend additional inspection or testing of the work in accordance with the provisions of the contract documents, whether or not such work is fabricated, installed, or completed. However, neither this authority of the limited onsite project representative nor a decision made in good faith either to exercise or not exercise such authority shall give rise to a duty or responsibility of the limited onsite project representative to the contractor, subcontractor, their agents, employees, or other persons performing portions of the work. 6. Master Plan Update 6.1. The intent of this section is to update the Water Treatment Plant Evaluation and Energy Audit report dated October 2008. This update will include the items listed below with focus on the impacts of a surface water treatment plant treating 100 percent groundwater. The City currently receives groundwater in the CRMWA raw water pipeline, which previously had a blend of surface water and groundwater. The pipeline currently has multiple connections to open storage reservoirs and is classified by the Texas Commission on Environmental Quality (TCEQ) as surface water and must be treated as such. However, it is possible that in the future the CRMWA pipeline could be cleaned, disinfected, and isolated from all open surface impoundments with air gaps to allow it to be classified as a "protected" groundwater pipe. This evaluation and resulting report will identify the water quality related treatment needs, and the TCEQ drinking water requirements for treating and disinfecting the groundwater at the North water treatment plant. The treatment facilities necessary as well as piping modifications will be identified for both groundwater scenarios, including continued use of the terminal storage reservoir (TSR). It is possible that a portion of the plant facilities will not be necessary for treating the groundwater and that flow can be "side -streamed" around them. Both capital and O&M costs analysis will be performed for the alternatives and their effect on the existing plant. An evaluation will be done to determine how much of the existing plant must be left online at any time to use the TSR during peak events. 6.2. Regulatory Review/Requirements 6.2.1. The Engineer will review the regulatory requirements associated with (1) surface water treatment, (2) groundwater under the influence (GUI), and (3) groundwater. lft2.{tw.GPiJR5ha1Vbusdavtpr0passlmprowo is 20 1Q01-OZ'•09_iub=A, ," - - . - %GCack_nonhNrtp�roJect3_rtle8terpl8nu�late_295�.63-10 dau 8 of 17 6.2.2. The capacity of the existing water treatment plant will be determined based on a regulatory basis. 6.2.3. The Engineer will prepare a technical memorandum for the regulatory review and the plant capacity. 6.3. Water Quality Review 6.3.1. The Engineer will review water quality data for raw water, settled water, filtered water, and finished water. 6.3.2. This data review will include a summary of the data review from the above -mentioned report, which is for a time period prior to the facility treating 100 percent groundwater. 6.3.3. This data review will also include recent data to show the impacts of receiving 100 percent groundwater. The water quality data will be provided to the Engineer in electronic (spreadsheet or database) format, 6.3.4. The capacity of the existing water treatment plant will be analyzed based on a treatment quality basis. 6.3.5. The Engineer will prepare a technical memorandum for the water quality review and the plant capacity. 6.4. Design and Treatment Criteria and Objectives 6.4.1. The Engineer will develop treatment criteria and objectives with the City based on the groundwater quality. 6.4.2. The Engineer will prepare a technical memorandum outlining the criteria and objectives. 6.5. Hydraulic Evaluation 6.5.1. The Engineer will evaluate the hydraulic profile impacts through the plant from the existing two potable water storage tanks (one in -ground and one above -ground) at the plant to a location near the City's existing TSR. 6.5.2. The hydraulic evaluations will include the following options: 6.5.2.1. Canadian River Municipal Water Authority (CRMWA) Pipeline Options 6.5.2.1.1. Groundwater delivered via existing raw water pipeline. 6.5.2.1.2. Groundwater delivered via dedicated groundwater pipeline. 6.5.2.2. City Potable Water Storage Tank Options 6.5.2.2.1. City utilizes below -grade ground storage tank and continues to lift water to the at -grade ground storage tank. 6.5.2.2.2. City utilizes at -grade ground storage tank only. 6.5.2.3. Disinfection Contact Basin 6.5.2.3.1. Evaluate impacts on hydraulics if the basin is not used (bypassed). 6.5.2.3.2. Evaluate impacts on hydraulics if basin remains in use. 4tw2 fiv opaloppaats_2011\2011-422.Uo. Ubt,Bch_norinwtp�h�_re_tpNua6otk_northvrtp_prvjecf�_rresterDWnuoeSta 2Gt2-a�}9a ' 9 of 17 6.5.3. The Engineer will prepare a technical memorandum outlining the findings of the hydraulic evaluations. 6.6. Disinfection Strategy 6.6.1. The Engineer will develop disinfection criteria and goals based on the City's input and Texas Commission on Environmental Quality requirements. The disinfection strategy will compare: onsite generation of 0.8 percent sodium hypochlorite for chlorine and (utilizing work from previous studies) to (1) continued use of chlorine gas incorporating replacement of the scrubber system with a dry scrubber system; and to (2) 12.5 percent bulk sodium hypochlorite storage and feed system. Chlorine dioxide scenarios will be compared to the chlorine disinfection scenarios with and without chlorine gas. 6.6.2. The Engineer will evaluate the following disinfection strategies: 6.6.2.1, Free chlorine zone followed by chloramine zone. 6.6.2.2. Chloramine only zone. 6.6.2.3. Chlorine dioxide zone followed by chloramine zone. 6.6.3. The evaluation will review the impacts on the disinfection process if the chlorine contact basin is (1) bypassed or (2) continued to be utilized (partially and totally). 6.6.4. The Engineer will prepare a technical memorandum discussing the options and disinfection strategies associated with each option. 6.7. Floccuiation Evaluation 6.7.1. As part of the operation and maintenance budget, City staff is intending to repaint the existing flocculators. The purpose of this evaluation is to compare the cost of repainting the flocculators with replacement. In addition to repainting, some of the drive bearings need replacement and the two -stage flocculation chambers have the same energy gradient valves (G-1). The G valves should decrease in sequential stages. 6.7.2. The replacement will consider walking -beam flocculators with lower G values in the second stage with new drive units. 6.7.3. The Engineer will determine the capital cost of the proposed replacement flocculators and compare the costs with the maintenance costs associated with the existing system. 6.7.4. The Engineer will develop and draw an illustrative plan and section for the proposed walking -beam floccuiator system in one basin. 6.7.5. The Engineer will also prepare a life -cycle cost evaluation considering the annual operation and maintenance cost differences of the existing and proposed flocculators systems. MW2.ew2U1IUal1•022•110.1UbbVA nn j2Ti_ce avunoow�_��,nnv�+o� t_ ra .-`2-as.12_.:. 10 of 17 6.7.6. The Engineer will evaluate two (2) alternatives for the flocculation system. The alternatives to be evaluated include: 6.7.6.1. Existing System 6.7.6.1.1. Abrasive blasting and repainting. 6.7.6.1.2. The above item plus replacing the bearings. 6.7.6.1.3. The above item plus splitting the stages. 6.T6.2. Replacing the existing system with a walking -beam system. 6.7.7. The Engineer will prepare a technical memorandum discussing the options, capital costs associated with each option, and the life -cycle cost for each option. 6.8. Terminal Storage Reservoir Evaluation 6.8.1. This evaluation will determine the necessary piping modifications and improvements based on the following options: 6.8.1.1. TSR continue to be used as a backup water source and groundwater flows to the City via the existing raw water pipeline, 6.8.1.2. TSR continue to be used as a back-up water source and groundwater flows to the City via a dedicated groundwater pipe with air gaps installed at the TSR. 6.8.1.3, 6.8.2. The Engineer will evaluate the internal piping modifications needed to separate the common inlet/outlet point. The cleaning cost developed in the original report will be updated based on estimates and by means of a bathymetric survey. 6.9. Improvements 6.9.1. The Engineer will include an assessment of all sedimentation valves and incorporate costs to repair or replace as needed. One (1) site visit will be made to assess valve conditions and discuss issues with City staff. 6.9.2. Based on the findings from the above evaluations, the Engineer will develop a list of proposed improvements for the existing water treatment plant. These improvements include an assessment of improvements previously recommended in the above - mentioned report and new improvements based on the groundwater treatment strategies investigated, considering continued use of the TSR. 6.9,3. The Engineer will prepare a technical memorandum outlining how the treatment criteria and objectives will be met at the water treatment plant with the proposed improvements. 6.10. Costs (Capital, Operation and Maintenance, Life Cycle) 6.101. The capital cost associated with proposed improvements will be developed by the Engineer. Capital costs associated with items from the North Water Treatment Plant epeY'siterelAusdevtpropas�spropasals 2a1 r'�01 - -- - . . ph[ cal ubhock nonhYAp_pMectt 11 of 17 Evaluation and Energy Audit will not be redeveloped but will be updated using the Engineering News Record (ENR) Construction Index. 6.10.2. The anticipated life -cycle costs will be developed for comparison to the existing operation to determine the impacts to the operations and maintenance budget for treating groundwater. 6.10.3. Any opinion of probable construction cost (OPCC) and life -cycle costs prepared by the Engineer represents its judgment as an engineering professional and is supplied for the general guidance of the City. In providing opinions of cost, financial analysis, economic feasibility projections, and schedules for the project, the Engineer has no control over cost or price of labor and materials; unknown conditions of existing equipment or structures that may affect operation and maintenance costs: competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operating personnel; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, the Engineer makes no warranty that the City's actual cost, financial aspects, economic feasibility, or schedules will not vary from the Engineer's opinions, analyses, projections, or estimates. 6.11, Implementation Plan 6.11.1. Based on input from the City, an implementation plan will be developed. Fiscal year budgets established by the City will be considered. 6.11.2. The Engineer will prepare a technical memorandum outlining the proposed plan. 6.12. Meetings 6.12.1. Kick-off Meeting 6.12.1,1. The Engineer will attend a kick-off meeting with the City at the City's facility. 6,12.2. Workshops 6.12.2.1. The Engineer will attend the following workshops with the City at the City's facility: 6.12.2.2. Workshop No. 1 6.12.2.2.1. Review the Regulatory Review/Requirements Technical Memorandum. 6.12.2.2.2. Review the Water Quality Review Technical Memorandum, 6.12.2.2.3. Develop the Design and Treatment Criteria and Objectives. 8.12.2.3. Workshop No. 2 i 6.12.2.3.1. Review the Hydraulic Evaluation Technical Memorandum. 6,12.2.3.2. Review the Disinfection Strategy Technical Memorandum, 6.12.2.3.3. Review the Flocculation Evaluation Technical Memorandum. 6.12.2.3.4. Review the Terminal Storage Reservoir Technical Memorandum. �hM1v,2 tAN apaF+sha aUN.'a8++lp�opasalsrpiPpOsa-.-- 1=11-022-00_luhaook ca 12 of 17 6.12.2.4. Workshop No. 3 6.12.2.4.1. Review the Improvements Technical Memorandum, 6.12.2.4.2. Review the Costs Technical Memorandum. 6.12.2.4.3. Develop an Implementation Plan, 6.12.2.5. Draft Report Review Conference Call 6.12.2.5.1. Review Draft Report. 6.13. Report 6,13.1. Based on the above technical memoranda and the workshops with the City, the Engineer will produce a report summarizing all of the above findings. The technical memoranda will be included as appendices to the report. 6,13.2. A draft copy of the report will be delivered to the City for review. 6,13.3, The Engineer will prepare the final report based on comments from the City. 6.14. Deliverables 6.14.1. The Engineer will furnish the City with ten (10) hard copies of each workshop package (total of three workshop packages). 6.14.2. The Engineer will furnish the City with ten (10) hard copies of the draft report. 6.14.3. The Engineer will furnish the City with ten (10) hard copies and one (1) electronic copy in Adobe PDF. ADDITIONAL ENGINEERING SERVICES Additional engineering services may be performed by the Engineer, if authorized by the City, which are not included in the above -described Basic Engineering Services, as described below: 1. Preparing applications and supporting documents for grants, loans, or planning advances for providing data for detailed applications. 2. Providing additional copies of reports, plans, specifications, and contract documents. 3. Preparing environmental impact statements, storm water discharge permits, and 404 permit applications, except as specifically included in the Basic Engineering Services. 4. Appearing before regulatory agencies or courts as an expert witness in any litigation with third parties other than condemnation proceedings arising from the development or construction of the project, including the preparation of engineering data and reports for assistance to the City. 5. Investigations involving detailed consideration of operation, maintenance and overhead expenses, and the preparation of rate schedules, earnings and expense statements, feasibility studies, appraisals, evaluations, assessment schedules, and material audits for inventories required for certifications by force account performed by the City. 6. Payment of fees for permit applications and publication of notices. 7. Public relations activities and consulting services. UIw2.Ifwapah9hom�busdW.rroWS31SL'<<, I" 2al=11-OU4CJdtiotA_nmiWA4ppM_W_rpNubhoGclrorthvKi_pmjedI_13 of 17 8. Any other additional services that may be required by the City for completion of the Project that are not included in the Basic Engineering Services. 9. Services known to be required for completion of the project that the City agrees are to be furnished by the Engineer or by a subconsultant that cannot be defined sufficiently at this time to establish the maximum compensation. Additional Engineering Services, which may be required by the City, shall be based on the actual hours and costs in accordance with Exhibit C. No work will be undertaken with this item without specific written authorization from the City. OTHER PROVISIONS The Engineer's compensation is based on immediate authorization to proceed and timely completion of the project. If the project timing deviates from the assumed schedule for causes beyond the Engineer's control, the Engineer reserves the right to request renegotiation of the rates for those portions affected by the time change according to the hourly rates listed in Exhibit C. N4U2 Av1 _20 11201 422.00 luthock_nortl -MLQ, ' - tp_projecr_mastar$XanupMe 2Q 2-79. 2 dou 14 of 17 ALAN PLUMMER ASSOCIATES, INC. EXHIBIT B This Exhibit B is part of the Agreement between Alan Plummer Associates, Inc, (the "Engineer") and the City of Lubbock (the "City") for a project generally described as: NORTH WATER TREATMENT PLANT IMPROVEMENTS PROJECT NO. 1 AND GROUNDWATER TREATMENT IMPACT EVALUATION 1. Budget Amount by Scope ftem for Basic ;Engineering Services: Task Task Name Estimated Budget Item Amount 1 General Engineering Services $ 71,565 2 North Water Treatment Plant Improvements Project No. 1 $ 109,274 Plans and Specifications Modifications 3 North Water Treatment Plant Improvements Project No. 1 $ 43,579 Advertisement and Proposal Phase Services 4 North Water Treatment Plant Improvements Project No. 1 $ 168.762 General Construction Phase Services 5 North Water Treatment Plant Improvements Project No. 1 $ 72,433 Resident Project Representation 6 Master Plan Update $ 236,223 Total Basic Engineering Services (Not to Exceed) $ 705,411 2. Terms of Payment Payments to the Engineer will be made as follows: A. The Engineer shall provide the City sufficient documentation to reasonably substantiate the invoices. B. The Engineer will issue monthly invoices for all work performed under this Agreement. Invoices are due and payment within 30 days of approved receipt. C. In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed portion will be paid. The City will exercise reasonableness in contesting any bill or portion thereof, No interest will accrue on any contested portion of the billing until mutually resolved. D. If the City fails to make payment in full to the Engineer for billings contested in good faith within 60 days of the amount due, the Engineer may, after giving seven (7) days' written notice to City, suspend services under this Agreement until paid in full, including interest, In the event of suspension of services, the Engineer shall have no liability to the City for delays or damages caused the City because of such suspension of services. :-sasr ArcFosa 5•1 I9017-04.00 -� ' Phl_ce_i ua� _ram �m + a , _ ,z�-,xde�r 15 of 17 3. Direct Expenses (Reimbursable) A. The Engineer's Reimbursable Expenses, when part of the basis of compensation, are those costs incurred on or directly for the City's project, including, but not limited to: necessary transportation costs, including Engineer's current rates for Engineer's vehicles; meals and lodging; laboratory test and analyses; computer services; word processing services, telephone, printing, binding, and reproduction charges; all reimbursable costs associated with outside consultants, subconsultants, subcontractors, and other outside services and facilities; and other similar costs. Reimbursement for Reimbursable Expenses will be on the basis of actual charges when furnished by commercial sources and on the basis of current rates when furnished by the Engineer. Engineer and subcontractor direct (reimbursable) expenses will be billed at cost plus a 10 percent (10%) surcharge. B. The Engineer will be paid on an hourly basis rate, as shown in Exhibit C, and any subcontractor personnel services will be billed at cost as shown in Exhibit C. Engineer and subcontractor direct (reimbursable) expenses will be billed at cost plus a 10 percent (10%) surcharge. C. The Engineer shall keep records on the basis of generally accepted accounting practices of costs and expenses and such records shall be available for inspection by the City during normal business hours. 4. Not to Exceed Compensation The Engineer will perform the services described in Exhibit A at a "Not to Exceed" total compensation amount of $705,411, unless this Agreement is amended otherwise by the City Council. The final compensation for the major tasks can be over or under the estimated budget amount per task, as shown in No. 1 of this Exhibit C, as long as the total "Not to Exceed" amount is not surpassed. MW211w BpsPsharelGusdeVtpo-C+C4�5dlatpraposala 2�1' == 1.OT2-0tl_I�Oack narmw�iishl_� �W4uh6ock noNtwtp,_p�a�ce1_masterplanupdatH 2P 2A9-12 dou 16 of 17 ALAN PLUMMER ASSOCIATES, INC. EXHIBIT C This Exhibit B is part of the Agreement between Alan Plummer Associates, Inc. (the "Engineer") and the City of Lubbock (the "City") for a project generally described as: NORTH WATER TREATMENT PLANT IMPROVEMENTS PROJECT NO. 1 AND GROUNDWATER TREATMENT IMPACT EVALUATION Hourly Fee Schedule (2012): EnprotectHibbs & Lockwood, Alan Plummer Associates, Inc. Todd, Inc. Andrews & Staff Description Newnam, Inc. Billing Rate Billing Rate Staff Code Billing Rate Admin. Staff Al — A3 $ 72.00 $ 50.00 $ 83.00 Senior Admin. Staff A4 $ 87.00 — -- DesignerlTechnician C1 — C2 $ 88.00 $ 88.00 $ 116.00 Senior Designer/Technician C3 — C4 $ 112.00 -- $ 176.00 Project Controls `- '- -- $ 83.00 Assistant Engineer -in -Training ES1 — ES3 $ 108.00 $ 110.00 $ 116.00 Scientist -in -Training Electrical RPR -- -- $ 110.00 Project Engineer/Scientist ES4 $ 129,00 $ 132.00 $ 165.00 Senior Project Engineer/Scientist Eg5 $ 146.00 $ 132.00 $ 204.00 Project Manager ES6 $ 166.00 $ 149.00 $ 220.00 Senior Project ES7 $ 216.00 $ 165.00 -- Manager Principal ES8 — ES9 $ 245.00 $ 193.00 $ 275.00 .ftw2.Rw 201 t12011-022•00_luhh0ek_n0nhwlpJhl_,; rpr -' ; . "" . . upoaTe 2012-o9-t2,dacr 17 of 17 ����1 0 CERTIFICATE OF LIABILITY INSURANCE DATE (MWDDNYYY) �. 8/8/2012 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s), PRODUCER McLaughlin Brunson Insurance Agency, LLP 6600 LBJ Freeway, Suite 220 Dallas TX 75240 NAME;. Pntriek P McLaughlin _ PHONE A1c Nu Ext: (214) 503-1212 c'No): E-MAIL ADDRESS: INSURER(5 AFFORDING COVERAGE NAIC 1f INSURERA:Travelers Indemnity Company 25658 INSURED Alan Plummer Associates, Inc. INSURERS: charter Oak Fire Insurance Co. 25615 INSURERC:XL Specialty ineuranae Company 37885 INSURERD:Travelers Lloyds Ina. company 41262 1320 S. University Drive, #300 INSURERS: Port Worth TX 76107 INSURER F COVERAGES CERTIFICATE NUMBER: Cart ID 15897 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF WDD PO C XP MWD LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 2,000,00C PREMISE9'ET a� ance $ 1,000,000 D X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE x I OCCUR Y Y PACP1996L981 ValPapere-$1, 000, 000 6/15/2012 6/15/2013 MED EXP (Anyone person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 X X, C, it Coverage X Contractual Liab. GENERAL AGGREGATE $ 2,000,000 GFJrf'L AGGREGATE LIMIT APPLIES PER: PRODUCTS • COMP/OP AGG $ 2,000,000 PR POLICY X ET El LOC $ - AUTOMOBILE LIABILITY EaaccidenntSl G M 1,000,000 X BODILY INJURY (Per penum) S B ANY AUTO Y Y BA2003L924 6/13/2012 6/13/2013 ALL. OWNED SCHEDULED AUTOS AUTOS HIREDAUTOS X AUUT�O -OWNED No Owned Autos BODILY INJURY (Per accident) $ X ROPERTY Perraccldent 'AGE $ i A X UMBRELLA LIAS X OCCUR Y Y CUP642BY427 6/15/2012 6/15/2a13 EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4,000,000 EXCESS LIAB CLAIMS -MADE DIED RETENTION S S WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y 1 N ANY PROPRIETORIPARTN—EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? (Mandatary In NH) NIA A WCSTAt,0 OrFf- TORY LIMITS ER E,L, EACH ACCIDENT S E.L. DISEASE - EA EMPLOYE4 S If yes, describe under DESCRIPTION OF OPERATIONS_ below E.L. DISEASE. POLICY LIMIT $ C Professional Liab N Y DPR3693889 5/9/2012 5/9/3013 Per Claim/Annual $ 2,000p000 Aggregate DESCRIPTION OP OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schaduie, It more space In required) The claims made professional liability coverage is the total aggregate limit for all claims presented within the policy period and is subject to a deductible. 30 Days Notice of Cancellation in favor of the certificate holder. City of Lubbock in shown as = additional insured on the general, auto and umbrella liability coverages as required by contract. Qeneral liability coverage is on a primary and non-contributory basis. Umbrella liability follows form. Auto liability coverage is on a primary basis. A waiver of oubrcgation in shown in favor of the additional insured on all policies as required by contract. AEt North Water Treatment Plant Improvements Project No. 1 And Groundwatar Impact Evaluation - APAI No. 2011-022-00 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Lubbock ACCORDANCE WITH THE POLICY PROVISIONS. Attnl John Turpin, P.E. AUTHORIZED REPRESENTATIVE P.O. Box 2000 Lubbock TX 79457 © 1966-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD Page 1 of i Alan Plummer Associates, Inc. - Policy #PACP1996L981 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. OTHER INSURANCE - ADDITIONAL INSUREDS This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PROVISIONS COMMERCIAL_ GENERAL LIABILITY CONDITIONS (Section IV), Paragraph 4, (Other Insurance), Is amended as follows: 1. The following Is added to Paragraph a. Primary Insurance: However, If you specifically agree In a written con- tract or written agreement that the Insurance pro- vided to an additional Insured under this Coverage Part must apply on a primary basis, or a primary and non-contributory basis, this insur- ance Is primary to other Insurance that Is avail- able to such additional Insured which covers such additional insured as a named Insured, and we will not share with that other Insurance, provided that: a. The "bodily Injury" or "property damage" for which coverage Is sought occurs; and b, The "personal Injury" or 'advertising Injury" for which coverage Is sought arises out of an of- fense committed subsequent to the signing and execution of that contract or agreement by you. 2. The first Subparagraph (2) of Paragraph b. Ex- cess Insurance regarding any other primary in- surance available to you is deleted, 3. The following is added to Paragraph b. Excess Insurance, as an additional subparagraph under Subparagraph (1): That Is available to the insured when the Insured is added as an additional Insured under any other policy, Including any umbrella or excess policy, CG DO 37 04 05 Copyright 2005 The St. Paul Travelers Companies, Inc. All rights reserved. Page 1 of 1 Alan Plummer Associates, Inc. - Policy #PACP19961.981 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. The following Is added to WHO IS AN INSURED (Section ]I). - Any person or organization that you agree in a "contract or agreement requiring Insurance" to in- clude as an additional Insured on this Coverage Part, but only with respect to liability for "bodily In- jury", 'property damage" or "personal injury" caused, in whole or In part, by your acts or omis- slons or the acts or omissions of those acting on your behalf: a. In the performance of your ongoing opera- tlons; b. In connection with premises owned by or rented to you; or c. In connection with "your work" and Included within the "products -completed operatlons hazard". Such person or organization does not qualify as an additional insured for "bodily Injury", "property damage" or "personal Injury" for which that per- son or organization has assumed liability In a con- tract or agreement. The Insurance provided to such additional Insured is limited as follows: d. This insurance does not apply on any basis to any person or organization for which cover- age as an additlonal Insured specificaliy is added by another endorsement to this Cover- age Part. e. This insurance does not apply to the render- Ing of or failure to render any "professional services". f. The limits of Insurance afforded to the addl- tional Insured shall be the limits which you agreed In that "contract or agreement requir- Ing Insurance" to provide for that addifional Insured, or the limits shown In the Declara- tions for this Coverage Part, whichever are less. This endorsement does not Increase the limits of Insurance stated In the LIMITS OF INSURANCE (Section III) for this Coverage Part. B. The following Is added to Paragraph a. of 4. Other Insurance In COMMERCIAL. GENERAL LIABILITY CONDITIONS (Section IV): However, if you specifically agree In a "contract or agreement requiring Insurance" that the insurance provided to an additional Insured under this Cov- erage Part must apply on a primary basis, or a primary and non-contributory basis, this insurance Is primary to other Insurance that is available to such additional Insured which covers such addi- tional Insured as a named Insured, and we will not share with the other insurance, provided that: (1) The "bodily Injury" or "property damage" for which coverage Is sought occurs; and (2) The "personal injury" for which coverage is sought arlses out of an offense committed; after you have entered into that "contract or agreement requiring insurance". But this Insur- ance still is excess over valid and collectible other Insurance, whether primary, excess, contingent or on any other basis, that Is available to the Insured when the Insured is an additional Insured under any other Insurance. C. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us In COMMERCIAL GENERAL LIABILITY CON- DITIONS (Section IV): We waive any rights of recovery we may have against any person or organization because of payments we make for "bodily Injury", "property damage" or "personal Injury" arising out of "your work" performed by you, or on your behalf, under a "contract or agreement requiring Insurance" with that person or organization. We waive these rights only where you have agreed to do so as part of the "contract or agreement requiring insur- ance" with such person or organization entered into by you before, and In effect when, the "bodily CG D3 8109 07 ® 2007 The Travelers Companles. Inc. Page 1 of 2 Includes the copyrighted material or Insurenm Services Office. Inc., with Its permisslon COMMERCIAL GENERAL LIABILITY injury" or "property damage" occurs, or the "per- sonal injury" offense is committed. D, The following definition Is added to DEI:INiTIONS (Section V): 'Contract or agreement requiring Insurance" means that part of any contract or agreement un- der which you are required to Include a person or organization as an additional Insured on this Cov- erage Part, provided that the "bodily Injury" and "property damage" occurs, and the "personal In- jury' Is caused by an offense committed: a. After you have entered into that contract or agreement; b. While that part of the contract or agreement is In effect; and c. Before the end of the policy period. Page 2 of 2 ® 2007 The Travelers Companies, Inc. CG D3 8109 07 Includes the copyrighled material of Insurance Sorylces Office, Inc., with Its permission Alan Plummer Associates, Inc. BA20031_924 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorse- required of you by a written contract executed ment, the provisions of the Coverage Form apply prior to any "accident" or "loss", provided that the unless modified by the endorsement. "accident" or "loss" arises out of the operations Paragraph 5. Transfer of Rights Of Recovery contemplated by such contract. The waiver ap- Against Others To Us of the CONDITIONS section plies only to the person or organization desig- is replaced by the following: nated In such contract. 5. Transfer Of Rights Of Recovery Against Oth- ers To Us We waive any right of recovery we may have against any person or organization to the extent CA T3 40 08 08 © 2008 The Travelers Companies, Inc. Page 1 of 1 Alan Plummer Associates, Inc. BA2003L924 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modifies Insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorse- a written contract or agreement that is signed and ment, the provisions of the Coverage Form apply executed by you before the "bodily injury" or °property unless modified by the endorsement. damage" occurs and that Is In effect during the policy The following Is added to the Section II — Liability period Is an "Insured" for Liability Coverage, but only Coverage, Paragraph A.I. Who Is An Insured Pro- for damages to which this Insurance applies and only to the extent that person or organization qualifies as vision: an `insured" under the Who Is An Insured provision Any person or organization that you are required to contained In Section II. Include as additional insured on the Coverage Form In CA Ta 37 08 08 0 2008 The Travelers Companles, Inc. Page 1 of t Alan Plummer Associates, Inc. - #CUP6428Y427 UMBRELLA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS This endorsement modifies insurance provided under the following: COMMERCIAL EXCESS LIABILITY (UMBRELLA) INSURANCE The following is added to Paragraph 11., OUR RIGHT a. "Bodily injury" or "property damage" caused by an TO RECOVER FROM OTHERS., of SECTION IV — "occurrence" that takes place; or CONDITIONS.: b. "Personal injury" or "advertising injury" caused by if the insured has agreed in a contract or agreement an "offense" that is committed; to waive that insured's right of recovery against any subsequent to the execution of the contract or agree - person or organization, we waive our right of recovery ment. against such person or organization, but only for payments we make because of: UM 04 88 07 08 ® 200e The Travelers Companies, Inc. Page 1 of 1 Includes the copyrighted material of Insurance Services Office, Inc, with its permission, Alan Plummer Associates, Inc. - #CUP6428Y427 UMBRELLA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF WHO 1S AN INSURED This endorsement modifies insurance provided under the following: COMMERCIAL EXCESS LIABILITY (UMBRELLA) INSURANCE Paragraph 2.f. of SECTION II — WHO IS AN IN- SURED is deleted and replaced by the following: f. Any other person or organization insured under any policy of the "underlying Insurance" listed in the SCHEDULE OF UNDERLYING INSURANCE of the DECLAMATIONS of this Insurance. This insurance is subject to all the provisions and limi- tations upon coverage under such policy of "un- derlying insurance", and, the limits of insurance afforded to such person or organization will be: (1) The difference between the "underlying in- surance" limits and the minimum limits of in- surance which you agreed to provide; or (li) The limits of insurance of this policy whichever is less. UM 04 45 05 06 © 2006 The St. Paul Travelers Companies, Inc. Page 1 of 1 PLUM-02 OP ID: JMC CERTIFICATE OF LIABILITY INSURANCE °AT08108/ 2 aarasrl2 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT; If the certlflcato holder Is an ADDITIONAL INSURED, the pollcy(IGs) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the Certificate holder In lieu of such endorsements . PRODUCER 800-338-1391 701 Marken St., Ste. 1100 888-621-3173 ACECARSHPAICN St. Louis, MO 63101 Sharon L. Zach NCOAMETACT: N E FA No, Ext : A/G No): E-MADDRESS: INSURERS AFFORDING COVERAGE NAIC tt INSURER A: Twin City Fire Insurance 29459 INSURED Alan Plummer Assoc., Inc. Ms. Anne Lemmons 1320 South University Drive INSURER B c INSURERc: Fort Worth, TX 76107 INSURER D : INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSA TYPE OF INSURANCE POLICY NUMBER MMtDD MMIDurrm LMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ED OCCUR j EACH OCCURRENCE S PREMISES Ea occurrence S MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- LDC JFCT PRODUCTS - COMPIOP AGG $ $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS HIRED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT Ea accident BODILY INJURY (Per person) $ BODILY INJURY (Per accident) S PROPERTY DAMAGE Per accfdenl S S UMBRELLA LEAS EXCESS LIAR HCLAIMS-MADE OCCUR EACH OCCURRENCE 3 AGGREGATE S DIED RETENTIONS $ A WORKERS COMPENSATION AND EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNERIEXECUTNE YIN OFFICERMIEMBER EXCLUDED? ❑ (Mandatary In NH) If ea, dewAbe under DESCRIPTION OF OPERATIONS balaa N I A 84WBGFI9231 11/01/11 11/01/12 X I WCRYSTATU- jOTH- LIMITS E.LEACH ACCIDENT $ 1,000,00 E.L. DISEASE - EA EMPLOYEE $ 1,000,00 E.L. DISEASE - POLICY LIMIT 3 1,000,00 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 1e1, AddNlonal Remarks Schedule, If ream space Is required) RE: North Water Treatment Plant Improvements Project No. 1 And Groundwater Impact Evaluation- APAI No. 2011-022-00- Waiver of Subrogation Is included in favor of City of Lubbock, (WOSWC) (, IzK t IPIL:A I t HULUtK L:ANL:tLLA 1IUIV- CITYOF SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Lubbock ACCORDANCE WITH THE POLICY PROVISIONS. Attn: Jahn Turpin, P.E. P.O. Box 2000 AUTHORIZED REPRESENTATIVE Lubbock, TX 79467 © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT Policy Number: 84WSGFI9231 Named Insured and Address: Alan Plummer Assoc., Inc. 1320 South University Drive Fort Worth, TX 76107 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement form us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. Person or Organization City of Lubbock SCHEDULE Countersigned by Form WC 04 03 06R (1) Printed in U.S.A. Job Description APAI No. 2011-022-00 North Water Treatment Plant Improvements Project No. 1 And Groundwater Impact Evaluation s Authorized Representative City of Lubbock North Water Plant Improvement Project No. 1 and Groundwater Treatment Impact Evaluation ENGINEERING DESIGN SERVICES BUDGET SUMMARY Project Project Nams APAI e41T LAN Tara) Percent Ha- Labor (6si) Rekrlb + Harms Raimb + Leber{66i1 HoursLabori f6l Rakrib + How" Ram* + Labor+ Raimb + Labor lsii) No. Expae 15tPon. Eveaa Expona Expasas of Total SUMMARY 2.726 S 404.223 $ 64,846 1,033 S 126,112 S 3,300 686 S 100,386 S 13,970 4.344 S 622,720 S 72,116 $ 701,&% 100.0% risk l Nemn WaSr Troeirnmot slant knpmmnwrts Project No.1 Gon"ergkrwrin6 434 a 6310,118 $ 4,667 a $ - S 6 e - 6 434 6 63.016 S 61647 6 71,646 10.0% ask2 NaAr Wallin Ttedn-d Plat krprevanterft Project"1 Plans and J"=bebppo, MOM -bona 4" 6 74,403 6 6,6" 0 6 - t let t 27,162 t we aw 6 10105 $ 7,67e 6 10I,274 16.1% Task 3 North Wa1tr TrooOraw4n PbW knioawnwnbr Project No. t AdwrOwnsot and Proposal Pkwa Qanvko 1" a 27,166 a 4A70 0 e - e 62 a 11,024 6 1,320 252 It Alas a s,310 4 43,676 4.1 ask 4 Nallk Water Tnwbn * Plea krp av rmants Project Na.1 (lnsral Canstrucaan Phase Ziarviu as a IlAn a 24,i40 0 e - e 254 6 "A" s 8,250 a47 a 13SA72 i 3:LM 5 164,7e2 21.6% Task 6 Nord, Whaler Trosiment Plat Irrpravamant+ Project Na, 1 Lk W W Onsi . Project Wepraanatatiw 30 a 61100 4 676 a 97,243 6 0 6 . i - W6 It 72,433 6 - i 72,433 11.6% Tasks I1estor Rae Update "Z 6 142 WA 6 10,II0 465 6 07" 1 31300 a 100 S 1717" a 3,5W I'ma $ 21e,613 $ 17,710 t 236= 34.7% TQTALLABOR Total Lobar Hours 2.726 1,033 666 4,344 Total Labor Am nt i 404,223 i 125.112 $ 100,385 i 629,720 100.0% TOTAL breakdow b4oM Total Subcons kl is i - $ - e s - Total Rekrmursables i ",a" S 6,876 s f1,s70 s 73,491 Total Expenses i S/,e4G S 6,875 f 13,370 : 76,691 GRAND TOTAL - North Water Plant Improvement Project No. 1 and Groundwater Treatment Impact Evali S 469,069 $ 131.987 S 114,365 $705,411 Lubbock Na VVrF Propol-MastwPlanllp0ata (APAI).165m (Summary (4)) page 1 of 1 6212012 n � 3 c z 8 8 8 8 8 8$ 8 8 8 8 8 8 8 7 �4Y ti �+oo • r: o+ do jee oa000 ■ a c a • . F H '� 1" W ' W � b } � a1 ■ C 5 + ' r m d 6 o z • d � m 19 no V c a x¢¢ i $88888$$89$$$$» E E E r g38�8w8��s�����i #: , | � . w !� _ ....... , � | e ■.��e�� , © - i� �a ;■ � ■ , . 7 ■ ,- ;f E� ■ ■ � . [IL ! - '| ! [f I ■ . , �! � $ ! ! | |! |2 |1111 \�!$k . .............. . �............... eBese.aa�e..ea |! � ■ 9 r � $ B S 8 8 8$ 8 8 S 8 8 8$� tme K Y s$ r � O r O . . ♦♦ 8 O . r t $GC v ag P L g i p p w n � � n 0 FFF yDDD N A A R A 0 3 R A 2 {R} D Q m v • S s O O r . O O O 6 e � �wv % ' O a a . . e . • • . e n g, $ o L -� S S o B"o 2f $ � ➢I � i m 8 �. i t a S � .'. L � 2ig'o 'o'g u'o - L IF Rl It Alan Plummer Associates, Inc. Budget North Water Treatment Plant Improvements Project No. t and Groundwater TleeterleM Impact ENalustion North Water Treestment Plant Improwrrrente Project No. 1 Limited Ortsite Project Representative Tasks Le.r I [Pnata) No. and DeecrlpaPn PNndpr Sr. Prp Meg Prnl last Pro Errar FJT TacllnFWn Clerlu 0C T. L w Percent.1 Le.ef 3 Teee) Ab end De ' n am 1 "_J rs (nre) Hours FM US Tout FM North Water TnsOnent Pla6M IrWwmmuRs Project No 0 20 D 0 0 0 i 10 0 30 • 0.190 100- 5.2 Umlfed PretM WPr.wrutlon 0 0 0 s u 0 0 a 0 1 0. t E).'fm.l I.r .d omit. PM-1 sartfab. 0 ; 0 0% 2 Medlsm0r Lmred O.M.Re ,.nfaarl 0 ;., Project Docurrl.nfa0an 5.4 Proerers Payment, 0 I a I 0 I 0 I 0 I 0 I a I a I 0 g1 D s D I 0 I a I o I 0 I 0 I 0 I 0 I 0. Is s PM ADMIMSTRATNU TASKS i OUrlf Conbr Team Renew a 20 0 a 0 0 to 0 00 a { R1a0 100, 2 Pr,,pd ehn 1 20 10 90 S 5.190 11)0.0% TQTAIL LABOR Toter Labor Have Tc,lal Later Arrant 0 20 0 0 0 0 I 70 I a 60 ; 6,190 ioa. ON Anante b, Laher Category Labor Percent.1 TOMlAbw s - 0.0% { a,sa0 67.2% 1 - O,D% 1 - D.D% 1 0.0% S - 9A% { e70 ia.e% ; 0.0% ; 6.+90 100. Tehl SubcarurMrin Total RrmburmNm Taw { ; { GRAND TOTAL - North Water Treatment PlaM Im marrts Pntfact No. 1 Curetted Orta to Profact tale 6 S 10D SU13CONSULTANT EXPENSES REIMBURSABLE EXPENSES Code I Description sus (ii) Markup Fa It CA Arc1~Cwuuttant ; 1.00 ; CC CM En Cermaant 1 1 00 s GE Eledrlcel Cmautant ; 1.00 $ Cn G-tech.M C -ft" S 1 DD S CM Mechtnler Cmeultart S 1 DD S CO 00- C.— kart ; 1.00 s CS SbucEYr C--u t S 100 S CY Surayirtg C—ftwed S 100 S G1 ; 1.00 s 12 $ 1.DD 1 C3 s 110 S G9 $ + oo s CS _ S 100 ; CSS 1 00 ; AL SU9CONIMLTANT PJfPE1IeEs ; f Mara. 1 � b o ow �4 d o -� f r M r w w w w r w r w w w w w w w w w w w w w w w w w w w w r w r w N w w w w w w w w w w w w w w w w w N w w w w w w w w w w w w w w w w M w w w w w S P G Nw uO pbj P o a r r a a 4 3 +� �i � • I It E a . r r � o � . H M a o r a f P f r m n h a t° d E % . is n' . N N - w - �, ry . Y a � c 10 e C S I a � C R � a TF - r 7 w f r f ~Y d I �p ! to CS � @■yey e o w ! 1e � �i • i r r i i i d r z 8 8 8 S 8 B 8 8 8 8$+ 8 8 i x y V w + 9 .tea O Y n * � Z - �] a Y p 1j¢{' ,3Yq /6 9 E 8 3g ird �ii X t m It N 1 • E a i. p p p g g � 4 bt tea8588 V 19 R x �« « p«�� «NN SrE. «« y.I « �� � «®!»k ! ° ° @ !`!k �#■- § &� .! § |■|sae |§§§§� �&§|§� §§�|s■ |��||( B§� � | ! ---.----.------ . ...... ...... ...... ...... ...... ... .. ,.., lreeep��,sa�fe �� - ------ ------ ------ ------ ------ --- -- - -- � � ��� ` |............... ` !■ �\|j|k k !� . _ ■ | f �! � , � . - � | §|�,!-@•2��-����� ! ■ kk) | !a £|k � E ! f ! I , 0- § ! Z• . � . . . . � | | ƒ | � | k � ! \ � 2 . � IL , §.. ................ ! !| ��\|��|#■ lkSwe2e,&G,Ed --�n1 | o c� ^m n �" � pp M i 4 Y a e o p e a � v C O O O O g S a o e e .j P 1¢ S iP a , 0 0 o a o o a o o e o F D g ■ i S S o « _ a s a a a a a a a a a a a a a a a a a a a aaaaaa a a a a a a a � s LL p M �ss sas oassossss n N w N N chi U V� V U U U U U U V U V S n12 12 n i Opp ; O m n N � • � � & n ap n a x M x n 8 8 8 8 S 8 8 S 8 8 8 0$ S I v� Iif ��E�i z a y p c 0 w a e e e e o e • N a a e a o e a o O c e N o o a N a a o s Y M Y aa� aa� Z i e e o e e a q � n � a ; a a,� G 6 o • o e O a � A � �g Q�.. i — a3 _ Z rn C e e e o 7 A q o e• a o e e x g Gp I Z ■ p•w• w R y R F i R S 8 S S 8 S S 8 8 8 S 8 8 a V u usu u��s����ss�� as3E� HE �► r w ..id- r n r .. H e e A A e W S e e e e e S 8 e e F F c Q O O O ' 9 _ € r m � m g= G Y n a � e e e e e a e e g H � e O N.- L 6 e e e e e 3 -IT T14 11 IIH I III -H - 1 F FF e Te e e e e + -- N • .- t- g F t I I i I I I I I z_ $ 3 �• 3 3 I J S �C �. 3 tgi t5 i I r` � ci ti � Gw o � � I .'�.. G�C � if ci g a y � F 6 n • x m P �' e e o e e n m LU to g• u" E o o P w rs �i a 8 ` p p a iqi x a F d 8 z �44 � .�j�, �i d O P a � y ry • I'� e � �� 3 W t S S a w AL ti Tl -�-rl I I F Z S 7i C U Q §i a 2 « n ;a i s W o a 55 yg o �4 8 w 8 8 8 8 8 8 8 8 8 S S S S 8 e� y e y y y w y .> n• 8 a� �, ac3 .1 � it G22�2�| # § ` &nl�q■!!n■,�ln,E ! ...............a � ...............� = r• c .� a 6 0 - o � R '� a o 6 a d o ., g g y 7 gg �Rg gg g@ Z i M N y N HAA ! ~ ffi S x a a o a a H. m 0 F A W IL O yII f ♦ a 4 a O � N Q =dd C • Q� a a S y 4 6� �+ • � � t Y � 6 ♦ Y � Y gt o e e o e o y WIL a 8 H 8$ 8 8 8 B 8 8 8 H 8 8 E » t E S U U ti ll s 01 L U U U� U V U O a i c 8 8 6 6 8 8 8 8 8 8 8 8 8$ s r a i ac NA did V chi u whill � ; § o... §■|| |EE| .�| - `- $ k ■ ■ �||| 7� §■ - $ |K �■ i� |\7� `!_ »7 | § |$ & # 2 - - �|,■ � ® Ems| } ■ l.., ,..,�. § � §« ��.« „ �� _�« § . . . . ��� ■■ ■� §_ � . f- | �| » |3®!|ƒIEI E| ` ! • |� ,, § . , , . ,,,.,...,.,.; . ■ �| ; ;;a;8;8 1 a.o;;o; ..., .. .,. ,,,,,, ,,,,,, ,,,,,, , ! � | | §|| §§§||■ |§§2§2 »§§§�| § �| ; ,§ , _ „ � «,a,_. ¥■m.« §#■#■� � ea |;a2,,,2;E222a«| | f»|I @| | �� | �| --------------- T .........� �� W Y�Yi �V��111�f�iWYlll�� �� ■gem �o �° i �� ■ � ■ n ii , ;.. �«. ■n . .■ �■ 77! , ! , f.,•. k |!--------------- � . . 1.�..... .,�.§�.,. . . .|§§ ■� '■■ - : °®!!! 2 , - ------------------------ ------------ - - -- � - ,....,....�. .! `| ■ .����, ■..........,�, . ... .e- ! \ )||!=kƒ! | !■| © - - - © - #!!E¢��■2&„ E;��| § $� ■ . � . , . . . ®§ 2 ,| ■ Fri-! IIL ■ §/ % 2f! �! ■ , , . � � . , | | ! , a City of Lubbock, TX Capital Project Project Cost Detail September 13, 2012 Capital Project Number: Capital Project Name: 92002 Wastewater Vehicle Storage Facility Budget Eneumberect/Expended Compliance Services Group, INC. Mechanical and Electrical Design $ 10,710 Design and Layout of property (in-house) 26,593 Agenda Item September 27, 2011 G.Greenstreet,INC Construction Commitment as of 9/27/201 1 171,450 Encumbered/Expended to Date 208,753 Estimated Costs_for Remaining Appropriation Uncommitted 184,247 Remaining Appropriation 184,247 Total Appropriation To Date $ 393,000