Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Resolution - 2010-R0105 - Contract 7054 Alan Plummer Associates, Inc. Services For North Water Treatment - 03/04/2010
Resolution No. 2010—RO105 March 4, 2010 Item No. 5.10 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock BE and is hereby authorized and directed to execute for and on behalf of the City of Lubbock, a Professional Services Agreement between the City of Lubbock and Alan Plummer Associates, Inc. to provide certain professional evaluation, engineering, and design services in connection with the North Water Treatment Plant Improvements, 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 Council. Passed by the City Council this 4th day of __ _„ March _ 2010. TOM MARTIN, MAYOR ATTEST: Tarza, APPROVED AS 'i O CONTENT: Marsha Reed, P.E., Chief Operating Officer AS ty Attorney Professional Srvs Agrmnt-Alan Plummer Assoc Inc res 224 10 Resolution No. 2010-RO105 PROFESSIONAL SERVICES AGREEMENT This Professional Services Agreement ("Agreement") resultant to RFQ 05 -143 -BM (Contract 7054) is entered into this 4th day of March , 2010, by and between the City of Lubbock (the "City"), a Texas home rule municipal corporation, and Alan Plummer Associates, Inc. (the "Engineer"), a Texas corporation. WITNESSETH WHEREAS, Engineer has substantial skill and experience in design and professional construction oversight of public water treatment plants and related 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. 1 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 1.01 Engineer shall conduct all activities and within such time frames, as set forth on Exhibit "A", "Scope of Services", attached hereto (the "Services"). ARTICLE II 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. 2.02 This Agreement shall expire on June 1, 2011. 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. 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. 2 ARTICLE III Independent Contractor 3.01 It is understood and agreed that Engineer is to perform the Services in a sound and 4.01 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. ARTICLE IV Events of Default/Remedies a. City's Defaults/Enp-ineer'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/City'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 3 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. ARTICLE V Insurance/Indemnity 5.01 Engineer shall procure and carry, at its sole cost and expense through the life of this Agreement, insurance protection as hereinafter specified, in form 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: 4 Commercial General Liability: Combined Single Limit: Professional Liability: Combined Single Limit: Automobile Liability: Combined Single Limit for any auto: $1,000,000 $1,000,000 $500,000 Per Occurrence 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 5 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. 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 USDA Grant 6.01 The City has obtained, or contemplates obtaining, grant funds from the United States Department of Agriculture("USDA") to fund a portion of the Project. The Engineer shall assist the City with the application and administration of this grant including preparation of an environmental assessment as provided in Exhibit "A". Compensation for these services shall be as provided in Exhibit `B". 0 ARTICLE VII Miscellaneous 7.01 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. 7.02 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 United States mail, as set forth above. For City: Aubrey Spear, P.E., Director of Water Utilities P.O. Box 2000 Lubbock, Texas 79457 Facsimile: (806) 775-3344 Email: aspear@mylubbock.us For Engineer: David Gudal, P.E. Principal Alan Plummer Associates, Inc. 1320 South University Drive, Suite 300 Fort Worth, Texas 76107 Facsimile: (817) 806-1700 Email: dgudal@apaienv.com 7 7.03 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. 7.04 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 other agreements, whether written or oral. This Agreement may not be modified or amended except in writing and duly executed by each party hereto. 7.05 Nothing contained herein shall be construed to imply a joint venture, joint enterprise, partnership or principal — agent relationship between Engineer and the City. 7.06 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. 7.07 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 0 compensated as set forth in Section 2.01, 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. 7.08 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. 7.09 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 Agreement. The term "Engineer", as used in and for all purposes of this Agreement, includes Engineer's subcontractors and subconsultants. City and Engineer each bind itself or himself, their legal representatives and permitted assigns in respect to all provisions of this Agreement. 7.10 Nothing in this Agreement shall be construed to provide any rights or benefits whatsoever to any party other than City and Engineer. 7.11 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 0 and provisions of this Agreement, and that such person possesses authority to execute this Agreement and bind Engineer hereto. 7.12 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. 10 IN WITNESS WHEREOF, the parties have executed this Agreement by their duly authorized representatives as of the date first written above. ALAN PLUMMER 4 ASSOC ES, INC. c0 , DAVID GUDA , ., PRINCIPAL CITY OF LUBBOCK TOM MARTIN, MAYOR ATTEST: Rebec a Garza, City Secretary APPROVED AS TO CONTENT: Marsha Reed, P.E., Chief Operatilons Officer Spear, :E., Tfirector of Water Utilities Il Resolution No. 2010—RO105 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: WATER TREATMENT PLANT IMPROVEMENTS The purpose of this Agreement is as follows: Design and bid phase assistance for the water treatment plant modifications and improvements. This Agreement may be amended to include construction phase services per Paragraph 2.04 of the Agreement. SCOPE OF SERVICES The Engineer agrees to furnish the City with the following specific services: BASIC ENGINEERING SERVICES 1. USDA Rural Development Assistance (APAI No. 0425-008-01): 1.1. Provide assistance to the City with the application and administration of USDA Rural Development Funding for the Project. The City will prepare and submit applications to the USDA. 1.2. Prepare an environmental assessment, as required, for USDA Rural Development funding. 2. Survey and Geotechnical Information (APAI No. 0425-008-02): 2.1. Advise City as to the necessity of the City providing or obtaining data or services from others and assist the City in connection with any such services. 2.2. Provide field surveying at the Terminal Storage Reservoir and Water Treatment Plant required for the design of the Project. 2.3. Provide geotechnical services at the Terminal Storage Reservoir and Water Treatment Plant required for the design of the Project. 2.3.1. In soils, foundation, groundwater, and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations, exploration, and investigations have been made. 2.3.2. Because of the inherent uncertainties in subsurface evaluations, changes or unanticipated underground conditions may occur that could affect the total 12 (:\projects\0425\008-01\projectmgmt\contracts\apai\final\100209- apai- wtp improve- scope.docx Project cost and/or execution. Such changed conditions and cost/execution effects are not the responsibility of the Engineer. 3. Disinfection System Evaluation (APAI No. 0425-008-03): 3.1. Evaluate four (4) alternatives for the disinfection system. The alternatives to be evaluated include: 3.1.1. Replacement of the chlorine gas system with an identical system. 3.1.2. Replacement of the chlorine gas system with a 0.8 -percent sodium hypochlorite on-site generation and feed system. 3.1.3. Replacement of the chlorine gas system with a 12.5 -percent sodium hypochlorite on-site generation and feed system. 3.1.4. Replacement of the chlorine gas system with a 12 percent sodium hypochlorite storage and feed system. 3.2. Each option shall be capable of a plant flow rate of 15 MGD to the maximum capacity of the plant. 3.3. Evaluate the life -cycle costs associated with each system. 3.4. Prepare a technical memorandum discussing each option and the life -cycle costs. 4. Project Meetings (APAI No. 0425-008-04): 4.1. Kick-off Meeting: 4.1.1. Attend a kick-off meeting with the City at the City's facility: 4.1.1.1. To review the scope of work. 4.1.1.2. To verify the City's requirements for the Project. 4.1.1.3. To review the schedule for the Project. 4.1.1.4. To determine data that is useful in the design of the Project. 4.1.1.5. To discuss the division of work in the Project for incorporation into a maximum of four (4) sets of Plans and Specifications for the Water Treatment Plant Improvements and one (1) set of Plans and Specifications for the SCADA Upgrade. 4.1.2. Deliverables: 4.1.2.1. Electronic copy of the minutes of the meeting. 4.2. Project review workshops: 4.2.1. Level I (30 -percent): 4.2.1.1. Conduct one (1) project review workshop at the City's facility. 4.2.1.2. Engineer shall utilize senior staff members with experience acceptable to the City. 4.2.1.3. The Level I design package will be provided fifteen (15) days prior to the meeting. 13 f:\projects\0425\008-01\projectmgmt\contracts\apai\final\100209- apai- wtp improve- scope.docx 4.2.1.4. Deliverables: 4.2.1.4.1. Electronic copy of the minutes of the meeting. 4.2.2. Level II (60 -percent): 4.2.2.1. Conduct one (1) project review workshop at the City's facility. 4.2.2.2. Engineer shall utilize senior staff members with experience acceptable to the City. 4.2.2.3. The Level II design package will be provided fifteen (15) days prior to the meeting. 4.2.2.4. Deliverables: 4.2.2.4.1. Electronic copy of the minutes of the meeting. 4.2.3. Level III (90 -percent): 4.2.3.1. Conduct one (1) project review workshop at the City's facility. 4.2.3.2. Engineer shall utilize senior staff members with experience acceptable to the City. 4.2.3.3. The Level III design package will be provided fifteen (15) days prior to the meeting. 4.2.3.4. Deliverables: 4.2.3.4.1. Electronic copy of the minutes of the meeting. 4.3. Project update workshops: 4.3.1. Conduct bimonthly project update workshops with the City at the City's facility. 4.3.2. Deliverables: 4.3.2.1. Electronic copy of the minutes of the meeting. 5. Flocculation/Sedimentation Basin and Electrical Improvements (WTP Improvements Project 1): 5.1. Level I Design (APAI No. 0425-008-11): 5.1.1. Develop Process and Instrumentation Diagrams (P&IDs) and prepare operation and control descriptions for the following processes: 5.1.1.1. Flocculation/Sedimentation basin sludge removal equipment, slide gates with flow metering, and sludge telescoping valve back-flushing. 5.1.2. Prepare draft technical specifications for the following major equipment items: 5.1.2.1. Sedimentation Basins Sludge Removal Equipment. 5.1.3. Prepare mechanical designs and layouts for the following: 5.1.3.1. Site layout. 5.1.3.2. Flocculation/Sedimentation basins for the following activities: 5.1.3.2.1. Replacement of the sludge removal mechanisms and kick -plates. 5.1.3.2.2. Replacement of pipe supports. 5.1.3.2.3. Replacement of flocculation baffle walls. 14 f:\projects\04251008-01\projectmgmt\contracts\apai\final\100209- apai- wtp improve- scope.docx 5.1.4. Electrical: 5.1.4.1. Design replacement of the following electrical gear: 5.1.4.1.1. Water Treatment Plant electrical distribution switchgear. 5.1.4.1.2. Control Building switchboard Panel B and Panel I. 5.1.4.1.3. Chemical Building motor control center and lighting panels. 5.1.4.2. Design electrical for new and modified facilities listed above. 5.1.5. Instrumentation and Controls: 5.1.5.1. Perform designs for instrumentation and controls including PLCs, as necessary, for new and modified facilities as described above. 5.1.5.2. All equipment should have provisions for monitoring and start/stop from SCADA. 5.1.6. SCADA Coordination and Programming: 5.1.6.1. Prepare specifications and designs for the incorporation of modifications to the upgraded SCADA/HMI system, as described in Paragraph 6.1. 5.1.6.2. Develop the extent of programming for existing and new PLCs to be performed by a general construction contractor. 5.1.7. Opinion of Probable Construction Cost: 5.1.7.1. The Engineer shall submit to the City good faith cost estimates or Opinions of Probable Construction Cost (OPCC) which shall be based on calculated quantities such as areas or volumes, or other unit costs which indicates the cost of each category of work involved in construction of the Project. Engineer will obtain quotes from equipment suppliers related to this project and periodically update unit costs based on recent trends and bidding information in this region. In providing opinions of cost, financial analysis, economic feasibility projections, and schedules for the Project, the Engineer has no control over cost of 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 parities; 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 Project cost, financial aspects, economic feasibility, or schedules will not vary from the Engineer's opinions, analyses, projections, or estimates. 15 f:\projects\0425\008-01\projectmgmt\contracts\apai\final\100209- apai- wtp improve- scope.docx 5.1.8. Deliverables: 5.1.8.1. Submit five (5) copies of the prepared memoranda, specifications, and drawings (11" x 17") to the City for review. 5.2. Level II/III Design (APAI No. 0425-008-12 and 0425-008-13): 5.2.1. Based on the Level I design (Paragraph 5.1), the Engineer shall prepare, for approval by the City, Drawings and Specifications setting forth in detail requirements for the construction of the Project, which shall comply with all applicable laws, statutes, ordinances, codes, and regulations. The Standard of Care applicable to the Engineer's services will be the degree of skill and diligence normally employed by professional engineers or consultants performing the same or similar services at the time such services are performed. Engineer will re -perform any service not meeting this Standard of Care without additional compensation. 5.2.2. Definition of Design Levels: 5.2.2.1. Level II — The plans and specifications will be approximately 60 -percent complete at this level. 5.2.2.2. Level III — The plans and specifications will be approximately 90 -percent complete at this level. 5.2.3. In addition to the items in Paragraph 5.1, the following items will be included in this level of design: 5.2.3.1. None. 5.2.4. Contract documents: 5.2.4.1. The Engineer shall assist the City in preparation of necessary bidding information, special conditions, bidding forms, the conditions of the contract, and the form of agreement between the City and general contractor. Engineer will use the City's "front-end" documents for the Project. Engineer will use the Engineer's technical specifications. All documents must comply with the City's purchasing department requirements. 5.2.5. Opinion of Probable Construction Cost: 5.2.5.1. The Engineer shall advise the City of any adjustments to the Opinion of Probable Construction Cost prepared during Level I at both the Level II and Level III phases, as described in Paragraph 5.1.7. 5.2.6. Authorities having jurisdiction and permits: 5.2.6.1. The Engineer shall assist the City in connection with the City's responsibility, if any, for filing documents required for the approval of governmental authorities having jurisdiction over the Project. This 16 f:\projects\0425\008-01\projectmgmt\contracts\apai\final\100209- apai- wtp improve- scope.docx coordination shall include submitting plans, preparing responses, and communicating with the following agencies, when required: 5.2.6.1.1. Texas Commission on Environmental Quality. 5.2.6.1.2. A Registered Accessibility Specialist for the Texas Department of Licensing and Regulation to verify conformance with the Texas Accessibility Standards. 5.2.6.1.3. Federal Aviation Administration and the City of Lubbock Department of Aviations for coordination with airport properties. 5.2.6.1.4. Asbestos surveys. 5.2.6.1.5. City Departments. 5.2.6.1.6. Texas Parks and Wildlife. 5.2.6.1.7. U.S.D.A. Rural Development 5.2.6.2. Furnish the City, when requested, the engineering data necessary for applications for the routine permits required by local, state, and federal authorities listed in 5.2.6.1. 5.2.6.3. Assist in preparing permit applications associated with those items listed in Paragraph 5.2.6.1. 5.2.6.4. Preparation of detailed applications for government grants or loans, or environmental and/or archeological surveys will be provided as Special Services, if required and not outlined in Basic Services. 5.2.6.5. Submit plans, specifications, and contract documents to the applicable federal and state agency(s) for approval, where required. 5.2.6.6. Furnish such information necessary to utility companies whose facilities may be affected or services may be required for the Project including the coordination of affected utilities needing relocation. 5.2.7. Deliverables: 5.2.7.1. Furnish five (5) sets of the specifications, drawings (11"x17"), and contract documents to the City for Level II review. 5.2.7.2. Furnish five (5) sets of the specifications, drawings (11" x 17"), and contract documents to the City for Level III review. 5.2.7.3. Furnish five (5) sets of the specifications, drawings (11" x 17"), and contract documents marked "preliminary' for final approval by the City. 5.2.7.4. Upon final approval by the City, the Engineer will provide the City with three (3) full-size (22" x 34") sets, five half-size (11" x 17") sets, one (1) reproducible full-size (22" x 34") set, and an electronic version of the "final" plans and specifications. 17 f:\projects\0425\008-01\projectmgmt\contracts\apai\final\100209- apai- wtp improve- scope.dou 5.3. Advertisement and Bid Phase (APAI No. 0425-008-14): 5.3.1. Advertisement: 5.3.1.1. Assist the City in securing bids and notifying construction news publications of the Project. 5.3.1.2. Conduct a pre-bid conference at a location determined by the City. 5.3.1.3. Respond to questions and prepare addenda, as required. 5.3.2. Bid Opening: 5.3.2.1. Assist the City in opening, tabulation, and analysis of the bids received and furnish recommendations on the award of the contract or the appropriate actions to be taken by the City. 5.3.2.2. Assist the City in the preparation of formal contract documents for construction contracts. 5.3.2.3. Prepare conformed specifications and drawings based upon addenda issued during advertisement. 5.3.3. Deliverables: 5.3.3.1. Furnish City three (3) full-size (22" x 34") sets and five half-size (11" x 17") sets of "conformed" plans and specifications. 5.3.3.2. None. 6. SCADA Upgrade 6.1. Design (APAI No. 0425-008-51): 6.1.1. Prepare specifications and designs for a complete new SCADA/HMI system for the Water Treatment Plant control room. The design will utilize existing PLCs and communication networks. 6.1.2. Develop the extents of programming for existing PLCs to be performed by a generation construction contractor. 6.1.3. Opinion of Probable Construction Cost: 6.1.3.1. Refer to Paragraph 5.1.7. 6.1.4. Deliverables: 6.1.4.1. Provide five (5) sets of 50 -percent plans and specifications for review. A review meeting for the SCADA Upgrade will be incorporated into one of the Water Treatment Plant meetings. 6.1.4.2. Provide five (5) sets of plans, specifications, and bid proposals marked "preliminar/' for final approval by the City. 6.1.4.3. Upon final approval by the City, the Engineer will provide the City with three (3) full-size (22" x 34") sets, five (5) half-size (11" x 17") sets, one (1) reproducible full-size (22" x 34") set, and an electronic version of the "final" plans and specifications. 18 (:\projects\0425\008-01\projectmgmt\contracts\apai\final\100209- apai- wtp improve- scope.dou 6.2. Advertisement and Bid Phase (APAI No. 0425-008-52): 6.2.1. Advertisement: 6.2.1.1. Assist the City in securing bids and notifying construction news publications of the Project. 6.2.1.2. Conduct a pre-bid conference at a location determined by the City. 6.2.1.3. Respond to questions and prepare addenda, as required. 6.2.2. Bid Opening: 6.2.2.1. Assist the City in opening, tabulation, and analyses of the bids received and furnish recommendations on the award of the contract or the appropriate actions to be taken by the City. 6.2.2.2. Assist the City in the preparation of formal contract documents for construction contracts. 6.2.2.3. Prepare conformed specifications and drawings based upon addenda issued during advertisement. 6.2.3. Deliverables: 6.2.3.1. Furnish City three (3) full-size (22" x 34") sets and five half-size (11" x 17) sets of "conformed" plans and specifications. 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 except as provided for USDA Rural Development funding, as described in the Basic Engineering Services and except as listed in 5.2.6.1. 2. Providing additional copies of plans, specifications, and contract documents. 3. Preparing environmental surveys, archeological surveys, impact assessments or 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 overheat 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. Attending additional meetings as requested by the City. 7. Preparation or acquisition of easements, if required. 19 f:\projects\04251008-01\projectmgmt\contracts\apai\final\100209- apai- wtp improve- scope.docx 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 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 schedule provided for causes beyond the Engineer's control, the Engineer reserves the right to request renegotiation of those portions of the lump sum affected by the time change according to the hourly rates listed in Exhibit C. 20 f:\projects\0425\008-01\projectmgmt\contracts\apai\final\100209- apai- wtp improve- scope.docx Lf) 0 2 O P4 1 O 0 N O z 9 O r -I O O a P4 d z C W Q O Q W G J a Q J Q W H W CL O 0 rn m z O O Y a w m w w LL z I- D D O z U) D co (D C > > w = a) E E c Q 2 (y L L CO > > -ca > > a > > > > d W 0 fn fn ca m w c N y z0nn-0no.annna a 0) = 16 o c c a) aa) w= of z° CL CL 2O O0 0 LU W LL W W 0 0 O LO LO LL00 H m J J J J J J J J OJ 0 U a x 0 H 0 0 0 0 0 0 0 0 0 0 w w r' LnOL)OLnO000Oww M M .- CC Z ct �t d' CV .- 0- LL M M't 0 0 0 Ln 0 0 T- T- C (D 6 N N M (O M M O M r N N N 0 >O U co a. LU rn c > a) > a) T- T - Ca m a) E > > w o Q 69 r 69 N 69 M 69 CO Ef3 r EiT N Ef3 M EiT Ite- Ef3 E!3 N to !A w O Y z a O 999 U r - - - Ln Ln m I- cu w w w w O o O o w w c m m Q 0 2 Q x 0 0 0 0 0 0 0 0 0 Z c - c - CL w 0 0 0 0 0 0 0 0 0 0 9 9 O(D Q n rn 0 0 Ln Ln Ln Ln Ln Ln Ln Ln CL CL IL m O 0 N N N N N N N N N N Qp lz 0 0 0 0 0 0 0 0 0 0 D a. CL CL LL Lu cnLLw z N wW w _ a. V w0 H U > s J W N N CO �- N z � z - In Ln In Ln CD (O 0 z w W Z m m Z W R W — wa zxN E E a'>u)(Dcn W Z5 CL m J J J- p -E a) a) V W Q Q N (0 U U N W w U w C O m W W »° m c N Mn E Z Z Z o 0 m Q c Cc ~ U = cc», = ® W 0 w a) E . U > f0 za O CL O L W O I-- Ix a) aUi 0E z U IL a O a) n >1 �, c � ca W VI- N c E D a (D- �0 =o as ® Z c O 0 v `p_F- m 0 0 D U) 0 IL L L. U) ii W H w t. O U N In W J in a w J w 0 O z a W z O H N w J 2 iV D U) D a) (D C > > J = a) E E c Wm (y L L CO N ca J Q (D E a) d LU O 0 ca m w c N y a 0) = 16 o c c a) aa) w= of z° CL CL 2O O0 0 LU W LL W W 0 0 O LO LO LL00 H m 00 r oZIL Qg '' M� W N r' CV M M .- CC Z ct �t d' CV .- 0- a 4 u U C (D CL O CL O a) Z Y Y Y 0 >O U co a. LU rn c > a) > a) 3 J Ca m a) E > > w Q Q (D a) a) C U U O O O.> w Y Y a. a CL o U C C C m m cu yC c m C w y Q c m m cu m 2 Q c c o c 0 c 0 Z E Z c - c - V a Cc c a)o � 9 9 O(D > rn rn rn aa) m o (D a) m 'D m o w O S ch a 0 U) a S� CL CL IL m 0 0 0- of of Qp c p75 cn (D O` N U t5U Oa) t5Q 92 002 U U D a. CL ww LL Lu cnLLw z wW Z= _ a. w0 s s s J iV w J m w J w G 000 w aVU cnP:O QZa v Q � F- w z H O— V w z O N w J 2 LU a z V LY O w IL C) z 2w w cn wQ z Z5 n. z w y C CD 0 CL E m U 'C U N w N N a E y 40- 00 oO c 0 m �U �U 0.a a .o m m ao m N C C C �c m _ m CL m c m in a U a a 1E y N O C m a) j a a` z ULaiiQ v ccoo � rn .- N M M co cD co co Z � L L m cn y as N m 0O cm a.? >O > ca m a ca A) aa) `° cu a aa) 3 m m m a a a > c m ._ o U (D U t5 a m = N > a9 (D (0 d C M Co CL o a a C1.9 IL LL C m C .y m m C O .6 w C C N N D > 'D C m m a 4 'D m 'C m o m rn c E c 0— CL CD cm j CDD D ED Cc 0 U j Q B Q Q U U 20 a Q U) LL W E u cVn cV a� aD J N N W J m � c W m Y > m J W a) d C N C CL D U —_ rn c D O N NO C N (1) D.. J Z 20, W WWW LL C) 0 N 0 (DD ti w } p O N N N N a0a QZ M �- v W M CV r,: C14 N Z P 4 N N N N 0- 4 ui 4 CL t� a t a L LLJ Z Y Y L= .6 N 3: a. w m 3 3 3 m LD m LD a 0 0 0 D it 2� 1= 16 it ami 0 m > 0 '� (1) o m 'o a o. o a. o. c c c c C13 m m m cc c c c m (A m y m y m W CO m m m QO O O O Z 16 .4 iC U(D N a N w N a) N wEa) E� E� Ea) O N O N O N O N O wU) U)0. U)0. CL o f c E c E c E O N O O a) O _d LL W LL W LL W LL W C9 Z W W W Q Z 2 5 a75 75 z 5 Z(D W 0 i a aa) J J J J M N X U �0 N 0a 0 U 0 W J N c m W Y m a rn J W N c C) O 7 a N C_ CL O O O C O N J Z 200 W LL000 v coc wH Q M Cco Cl) Cl) M ola M 04 .- F- W M P7 I . CM C7 Z H N N N CV V— 4L6 4 a CL a) O o LU cn -19 OZ >Y > a >-> LU ON N N J_ cu d N N CD U a' r UU a' U a. N N a) > .0.( a) N O O O a ao a a m m m m c c c c c c m com ca y ca W m m m m 2 4c .O O O O Z c�Cw cCw N Nw V C N C N C N C N EE EE EE EE W > > o > > p w a>o c a ago c c. a)o c n ago c n f f o o O o U C U C U C U C U U O? U U 2.2 U U O a) U U O ? LL W LL W LL W LL W Z R W LU cn W Q Z2 5 iL 75 75 za W a a a J J J J X U �0 N 0a 0 U 0 k E 2 J � 2 J � > a k 2 G > zi m m� c § c: \ \ im § \ k k / _9 k 0 k / t\ m »ca § R < � LL} / k z z I 200 UJ co k /§0 / k �2a e ea ¢ q ® — c c q _ _ _ _ e w Z e w � w 2 8 e 3 w W n N n W n @ n — a w 2§ 2 a a w w a % G � � z k 7 k z 0 Co w % § 8 § a_ 2 § k / g � \ E c 2 k I = k k L k k V5 0 0 0 2 k § 2 :9 :2 § L LL « a. m m c o \ \ \ 3 9 c ca (n wim z5 42 eta) {E {E w§t §§ §b 0 � § � § � o I wnCL C/) CL Cl) CL X72 §£ §£ k k0 \ // // $\ 0 U-w U-w m 0 c zx a 3 E = \ \ <\I Resolution No. 2010—RO105 ALAN PLUMMER ASSOCIATES, INC. HOURLY FEE SCHEDULE (2009): Staff Description Admin Staff Senior Admin Staff Designer/Technician Senior Designer/Technician Engineer-in- Training/Scientist-in- Training Project EnainPPr/SciPntist EXHIBIT C Alan Plummer Associates, Inc. Enprotec/Hibbs & Lockwood, Professional Land Todd, Inc. Andrews & $ 190.00 -- -- Surveyor Newnam, Inc. Staff Code Billing Rate Billing Rate Billing Rate Al —A3 $ 65.00 $43.94 $ 75.00 A4 $ 75.00 C1 — C2 $ 80.00 $74.74 $100.00 C3 — C4 $ 100.00 -- $145.00 ES1 — ES3 $ 95.00 -- -- ES4 $ 110.00 $78.32 $125.00 Registered $ 125.00 -- $180.00 Engineer/Scientist Professional Land -- -- $87.26 $ 190.00 -- -- Surveyor Principal ES8 — ES9 $ 220.00 $162.98 $220.00 2 Man Survey Crew -- -- $76.78 -- CMT Tech 1 -- - $45.14 -- Senior Project E5 $ 125.00 -- $180.00 Engineer/Scientist Project Manager ES6 $ 150.00 $125.46 $180.00 Senior Project ES7 $ 190.00 -- -- Manager Principal ES8 — ES9 $ 220.00 $162.98 $220.00 Billing rates may be adjusted by up to 4 percent annually (at the beginning of each calendar year) during the term of this Agreement. A multiplier of 1.10 will be applied to all direct expenses. Direct expenses will include subconsultant invoices, reproduction expenses, and traveling expenses. 26 f:\projects\0425\008-01\projectmcdmt\contracts\apai\final\100209- apai- wtp improve- scope.docx 0 C> N Ln 0 0 0 0 0 0 0 0 0 0 0 N � O c1� O cn 0 0 0 0 0 47 N N r r O ti OMO N r N eN- E,9 d3 E,9 b9 E,9 ER b9 b9 b9 b9 � fA O •-- W 'cY M c° O c0 O M 1f1 00 r 00 N O N CCI r N W cN ti x w GF G O c0 N r to M In O 00 er V 'V_ N 00 O O I- O Or-- w o - .- N 00 G tG (OD cV° if .r-- EA ER EA 69 d4 EFT b9 b9 E9 69 Q U 'C U N m LU 0)N Na LU H > > O (A O M O` " °, Co U C m dCL E CD o E N E C as w O a U =° .� w L U r U (D 0 -V LUO w Oy w ° cn N U m ° c c U) c° O _R x _Z J c a c_ .c y g I m o w ca ccCU f0 m f9 m N N Z m c M ° c c0 0 O UO cc LL Z w :� io »- m :g LL c .� m co c :° Q y cu (C o N _ m0 CL 0 _ CO E C W c c D N G a ° 5 E o .o m p ¢ E yi .o > :? w " m m c G. a m N (D 0O OJ N E O0 CD Cl)n C V U U C 2 T� U O o D c N O O O O Y CL Z 7 cu .� li (D D D O E Q Q CD DV -0 al 3 G. D w 0 d J J J Q U) cn0 J .93 +r •-- N M S �-- N M� r N O O O O .- s- s- s- In In FQ- 0 � J C00 00 a0 00 O O 00 00 00 O C Z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z o ` a 6 cn N ui ui cn cn 6 ui 9 N N N cA N N N N N N Ln Ly 0 0 0 8 0 0 00 g 0 cl cs 0 T OL 0 0 Resolution No. 2010-RO105 City of Lubbock, Texas Lubbock WTP Improvements USDA Rural Development Assistance 0416-008-01 l.rJt1M44NNa .nO D.cnpUen PMgpJ 06 Prof 4{r Prot Mat Pry Enaf DT T.h.W. Clt&SJ 00 Ubf P.rtmlN 1..M7 •Y7No. uWD.e�pe'en n) nl 1Nn (brat n n nl fon 9, Hwn FH 111) T.Win USDA Rural DivalopmelH Assistance 1 0 a 0 0 0 0 0 9 f 1.160 100.0 A 0 0 0 0 0 0 e 0 0 a •0% f 0 0 { 00% 1 B 0 s 00% s a 0 1 00% e 0 0 1 00% s 0 0 s 00% B 0 0 a 0 0 0 0 0 0 { OA 1 0 S 00% 1 0 S 00% 0 a 00% I I I 1 0 a 00% S 0 a 00% C 0 0 0 0 6 0 0 0 0 1 OA% I o 1 00% a o 1 00% 3 a a 00% f 0 1 00% s 0 { 00% 0 e o e • e e e e o 1 010% r 0 a 00% a 0 e 00% 1 0 a 00% 0 a 00% s 0 a Dox E o 0 0 o e o e e e i oAx I o 1 oox 7 0 t 00% a 0 a 00% r 0 { 00% s 0 t 00% PM AOML'4$TRATNE70CTAe%e 1 0 1 0 0 0 0 0 1 a Iµ0 100.0% I au.WC4," 0 0 a 00% T sib C—&e. , 1 a s 1 aeo ea •% Hq'.dN.nINr.W 1 I � S 000 .f.1% TOTALLABOR Teff Ubr Henn 1 1 I 0 0 e 9 0 t Ulu Ubr Ar M UseRJ..pq Hwr 1170 1110 {110 1111 111 1W ITS 1700 Tabi=nts by Labor CAfp.ry 1 Ia a 1 1,100 1 i 1 I 1 S 1,449 Lab. CJ P—Mof ToW Ubr ITJ% 0A% $a.% 0/% 0.0% 9.0% 4.0% 0.0% 100.0% TOTAL 14-1 Tagsebc+n.eaml. TOM Rgmbr..M.. 1 TaIJ EA .e. { 11,110 GRAND AL • USDA Rural D4VGlQpM1nt7G—S5—UftC* f 20.3501 BUSCONSULTANT EXPENSES REIM13URBABLE EXPENSES cod. Dunld" 10 ..opts- awidill)l Mukup rw1111 CA A. AhU4 C—Y-4 1 1.10 a RA Ubnb Aru. - 1 1.10 1 CC CM ErVCa AAK EU1- 1 171x1 1.10 1 16.000 Rc Coe H S 1.10j CE EWftdCWutar. 1 1.10 s AH IEtMW 1 1.10 1 CC O.ehJYkre.nProm 1 130 i R1 [HH— ee mo. a 1.10 1 CM 4.Jun<J C"A"'1 1,10 I 111 O'darc.T.Y { 1.10 1 CO Onw Crrrtu+ f SAO 1 RM ML.a. { 1.10 I IS SbuquJ C—A. t 1 1.10 { ISO 00 - Eq— 1 1.10 a CY S— C—Aui EN 1 1.1015 RP ►va+W SrtY.. a Mol 1 CI USW EM—dg Nu. TKI $ 1.10 1 RR M 1 1.10 { C7 USWCW&wf 1 1.10 RS SA DF Pah . a SAO 1 CS 1 7.10 { RT In.w. M.e.. L q V is 1.10 S Ct 1 1.10 a Ru 100 1 C3 1 1.10 s RI 1 Iso s Ce a Mo 1 Ra I { TOTAL SUBCONSULTANT F"EN•ES I 17,11's 1 11,110 TOTAL REIYBUNJ1BlE F1VENSE7 1 1 F,ke;M.W130[d01V:o.c: SCaC.C.LtPKO1110a773`jC.EY dO. WTP k enr...ti Pam 1NN+r1 f.b 731010 Yvnyro'.dl 07ANI0 Clry of Lubbock Texts Lubbock WTP Improvements Survey and OeolecAnleal InformaLlon 0e25-000-02 Uvnt lPnrr.l Ho. nd(MmApuon PdnJPJ v. rr0l wsr Prq w{. Tkal Ener m Twmw.n a.nw Da Tett Leer P•M.1.1 I. .:J 3 p.J1 U.."D..46a 0-1, 1%nl .I Inr11 r.) m'.) rm.) Navr. F«d111 Taw F» Suety and Oeolochnlad lnformallon 1 0 S 0 0 0 0 0 1 S 1,486 100.0 A 0 0 0 0 0 0 e e 0 1 Oa% ( I I 1 0 ! 00% T 0 ! 00% 3 0 ! 00% t 0 ! 00% s 0 f 00% B 0 0 0 0 0 0 0 0 0 i 0.0% 1 0 f 00% 1 0 l 00% s 0 1 00% t 0 { 0(A s 0 1 00% C o o e 0 e a o • 0 1 0 A 1 0 s 00% T 05 00% 3 0 1 00% t o i 0a% s 0 ! 00% 0 0 o e o o • e o e 1 0.e% / 0 1 00% 2 0 1 00% s 0 1 00% t 0 t 00% s o ! 00% E e o a 0 e v • 0 0 { eax / 1 0 1 00% T 0 1 00% T 0 1 00% tIf 0 f 00% sI 1 0 1 00% ! Pw ADVAMITRA"AMTA3%e 1 0 a 0 0 0 0 0 0 i 1,Nt 144.0% 1 a.wtentro 0 0 1 00% T 1 e cod .5v1 1 1 51 am 599% S '.cr Na+ -.4 1 1 { 000 434% TOLAGO TAL Tad Uke R.ur. t • • e e e e • TotJ UOerAmeunl t IAN 100.0% Ubw Rd.. pt Nour ITTo mo 1144file 111 144 ITe We TOJAmoud' by Ub.r C.tpery { 144 t 1 I,t44 1 s IAII L,bor c.r ery vn:.+l al raw L•bW 11.fx eax w.nL I44.e% TOTAL TaJ euOw+..ue•nu 1 11,111 Taw AlbN.rI1G•. i TatJE. u. 1 IIAf/ GRAN urve an e01ee TICal lnfOrml On 1 , SUSCONSULTANTEXPENSES REIMBURSABLE EXPENSES coda 0•ad a. 1.dQtIIIj w.ft r.. Ill Cod. O.wdPO.n Rud9tlpl fluty F..(Ift) CA AW.4 Cb M..7 3 1.10 s RA Uw. A. ! 1.10 1 CO cm Figr C -A q 1 1.10 1 RO C - PAW 1 1.10 CE EL,Akal C-Aw 1 1.10 $ 1111 Ke...ACJ/ 1.10 $ CO Ow.-Wn1 C-..-Ul s 6,031 1.10 1 5,531 N lmtlowA 1 1.10 i cu V.SinW Canu4H ! 1.10 1 AL Os .T.% 1 i.t0 i CO W.,C-.rtat s 1.10 1 Ru Er.O.•..IAa.O. i 1.10 ! ca c-.# tt f 1.10 1 RO OYw Eq.- f 1.10 ! CY 6n. Car.tarl 1 534S 1.10 i GAW RP TVab...d SW.. ! 1.1015 Cl 1 CIO 1 AR I 1 1.10 ! W 1 1.10 1 113 sn ,0. .Pab•. ! 1.10 f C3 { IAD ! RT TmW. 4•J.•Led' 1 1.10 f CI 1.10 ! RU T.•ewnnnKe(an 7 100 f CS S 1.10 1 RI ! 1.10 1 ed1 1.10! RD ! 1.10 f TOTALaUeCONSULIANTEXPENSE6 { te,111 { 11 11 TOTAL REIV6URSA•LE EXPENSES 1 1 f.pga.W75J]601V%aaNOrflxtr.•WAnGVf00T•oS1C+PYafb?3006001ubbbctX/lP_hye r. ue�Pwt_1M�.1 F.O M301fltla*prajMs mono CRy of Lubbock, TexA a Lubbock WTP ImprOvamsnls 011lnfectlon system Evaluation 0426.006-03 Ltt.l 2 lPe... I R4" DIKAPUan Pnntlpal UPtailtVi mimil holluit Eli T.tANWn CUnc.l OC TqJ USaN-1 of L... prnl Inn IAnI I (nnl I fMl rq Ch,.) IN. Henn T F..III) Taw fw OlElnlsellon System Evaluation 7 I 0 •d 122 0 0 0 3 fab $ 24,262 100.0 A O(JOrp#m Evw.Oon f 0 It 71 0 0 b It of { 0,140 443% 1 CAI is 0.. t 1 4 24 29 f 3.000 148% 2 0.1. fyp..Wt. (o 4%) 1 / 24 20 s 3.063 146% l Or..h N.s'oldal. f123%) ENI 0 a 00% 1 bhN Aht. 1 4 21 29 1 3602 /166% 3 0 1 00% e UN CScf.fs.t. a 0 1• 30 0 0 0 0 42 1 I'm ail% t I/. Cyc�Ce.3 2 to 30 12 1 6,330 222% 2 22 00% 3 0 1 00% 1 0 1 00% 3 0 a OR C TKANul II.ma.nean t 0 10 30 0 0 0 0 at 1 $Alt SIA% f T.e'n<NV.raaxM 2 10 30 42 1 54. 221% 2 0 a 00% 3 0 1 00% 4 0 f 00% 3 0 0 0 0 0 0 0 0 0 • S 0.0% 0 1 00% o s 00% 0 s 00% 0 s aox o i 00% 0 0 0 0 0 0 0 0 0 1 OA% 0 a 00% 0 s 00% 0 s 00% 0 1 00% 0 1 00% 1 P11 ADUIMaTMIVF106TTA3X3 0 0 1l 0 0 0 0 3 f1 1 2,100 11.1% 1 O„ Ce�td 3 3 a 600 26% 2 3x6Coaa-e- 0 a oox 3 p,%',dm..c,, " 1 u t foo 87% TOTAL LA DOR TalJt,ewx.ar. 1 0 40 131 e 0 a a 02 TNJ UOorAmwN f 11,131 100'4% iKJ Amoval. by Ubor C.tpery 1 1'412 { 1 0.000 1 11,110 1 1 1 1 400 f 11,Ut Ulw Ctl P.K.nl of Tow Ulgr IA% 0.011 2A1% 12{X 0.0% 0.0% 0.0% 24% 1000% TOTAL1 1. •axoa.ua.,,n { 11314 Tat" A*,,WmUt. a Tat.1 E.p.ngt 1 11.111 OMND TOTAL • Ilin adlOn Ilam wlvallon b SUBCONSULTANT EXPENSES REIMBURSABLE EXPENSES Cees Ot Kilpdoo Bod9Nlill W& F.. KR Cees D-Apdon ea M (III Yn3V FK (I11 CA &-&A dC-f. N f 1.10 1 RA Lsb"brrMa4W { f.f0 _ CO CWL- Cer LLy f 1660 3.10 i 16101 AO an Cw 1 1.10 1 CE E...) AM S 1.10,1 RH K.Wilw { 1.10 1 CO 0-01w iOP.eJ C,ftm a 1.10 1 N 1n14 . R. rae..ator 1 1.10 1 CU uoo-kNC Awt S 1.10 a AL Lam IX"�#T.L h- S 1.10 1 CO O'hV C~.v { 1.1011 RU Emoort. /AL.2. S 1.10 1 CS $r b1NCaxila•( S LID S RO OPwE,.-. I 1.to 1 CY a.n. Cra.Urt i 1.10 i 1 RP P. "..e bas'c.. 1 1.10 3 CI S 1.10 1 RA R 5I.to 1 C2 i 1.IOf�__ R6 bit ,dM Poa:� 1 1.t0 1 C3 S 1.30 3 RT TmM. W.S. Le32'ry i 1.10 I C4 S 1.10 i RU Te'KSTmurb.tGrx f 100 1 CS 1 1.10 $ R1 1 1,10 1 C6 S 1.10 S R2 S 1.10 1 TOTAL IUSLOHfULTAIR FXI[xfFa a 0.644 1 II,IIt TOTALREIM.SUIUABLE EXPENSES 1 I1 F.yq'.d.'0.?30CdOfVn;.cN.3rltat.C�WAV01002.25YCeF1 aLd2500600t100oJ{_YITP_tepr>,rr. 11 p+rl_i�'tdn.1_F.623201U.n.;W3 02AVID City of Lubbock Ta%a1 Lubbock WTP Improvements ProJect Meetings 0352-006-04 L.rN I(ph. Sallie. and D..<nptbn pmdr+l Ir. Prq N{, Prg40r P,,1 Eh{, 11TT.rhnM4n CI.,NaI OC Tad L.bm P.n.nla L-13(hd)H0. .Md0.wrPYe+ n n n n PuG W P,.) Na/n 1..0111 Tad FM Project Meetings 100 100 123 0 0 I 0 0 0 330 111 60,531 100.0 A ga4R M..IlnO 10 10 Is 0 0 • 0 0 30t 91% 1 1C•rt-DRI/II•Jq 10 10 10 30 f 6,000 92% 2 0 3 00% 3 0 s 00% of 0 9 00% 6 0 t 00% f Fn).a 11.+Nww94.hep. 30 30 30 0 0 • 0 o ro 514100 1TA% L.WI f0 10 10 30 3 SIAM 92% ! L.,e,11 1010 10 30 9 4800 02% L.WN 10 10 10 30 3 90W 12% L 0 3 00% 31 0 s Oo% C P,gwUP4N.we,kmeP. f0 Io 10 e 0 • 0 0 Ito IS 31.111 $1.3% I L.WI 20 20 20 eo s 11.200rlL.nIN 20 20 20 00 s 11.x,03 Luau 20 20 20 00 s 112514 0 t 30 t 0 0 0 0 0 0 9 0 0 0 1 0 t 2 0 t 0 3 0 00% 1 0 f 00% 3 0 f 00% E 0 0 • 0 4 0 0 0 10.0% 0.0% I 0 f 00% 2 0 f 00% 3 0 t 00% / 0 s 00% 3 0 1 0o% { PU AD41NI3TRATIYE100 11)(11 0 0 24 0 0 0 0 1 30 { 4100 T.5%1 0o.:nwa>, e e s 1.200 20% 2 $,A C.-S-1- 0 s 00% 7 pnldH.rrs>thM 21 21 3 3000 60% TOTAL Taw Labm Noun Ica 100 111 0 0 0 0 1 310 Tad ubwA-M1 1 10.111 100.6% Taw AmouMl.gL,bOrcdpo,y a 4,011 1 19.000 t 11,100 t 1 •I i t s 1,300 { Is,fu Labs CNp P.n:Nla Taw Ubor 30171 il.f% 10.1% 0.0% •.0% 0.0% 0.1% 20% 100.0% TOTALN L 7411IOeCM.uI 1 31,001 to Taw RNmW,u01.. 1 1/,110 Taw u w. 2 4,146 GRAND T TA . Pro oet "Un 9 6 113• SUBCONSULTANTEI(PENSES REIMBURSABLE EXPENSES ted. dKn uon a NDI M.A. F.. of Cod. 0.6anpbn 11Y411N It 4.,kv/ F. 1IIt1 CA AW.d Ce .I m 1 1.10 1 RA Latin A.W. 3 1.10 1 CCCM rCarwt.�- f 11.445 1.10 5 19,190 RC Cd+ ri. I 1.10 1 CE GctrcU Cm.,Aan f 1667 1.101 13,620 RN 147.rta1 1 1.10 1 C4 Ow'ach+'N Cr..uAK f 1.10 2 R1 Ir H-S Rt o xf- t 1.10 s CU U.duldew Cen„la.•1 f 1.10 1 Al. Cf"ws T.,Sh-, 1 1.10 t co 014, C-ft-t f 1.10 9 R4 E. MOWS. 1 2.900 1.10 s 3.190 CS 60.41.1CawM.4 3 SAO { RO W. FP-. I 1.10 IS Cy .91,4 Co Ult f 1.10 9 AP h.dd..d e.,M1e.. 1 1.10 1 Cl 3 1.10{ RR R . f 1.10s C2 3 SAO { 89 SA Pak.. i 1.10 3 W f 1.1 1 RT TnW, Wd., Led2Yq 1 1670 1.10 f 19950 r4 1 1.70 I RU T.'Kr.+mni.sw f 1.00 3 Cs f 1.10 1 RI I 1.10 1 cs f 1.10 { R7 1 1.10 1 TOTALlOeCONIULTANT E%PENIEf { 30.00! 1 3).009 TOTAL R[14elip, Ae15 E%/EN{Ef 1 iT•400 { 10340 F.•pn:ed.047500901V,tieaVp-flat �WA1201002.25(Co32aW25006CPW660ck 5Y1P YMpo.�.✓tom /uLTN11-k P.b 252010,1.-)P,q.44 Omlo City of Lubbock, Teta Lubbock WTP Improvements Level l • FlacculatlorOadimenlation Basin and ElecWcal improvements 0625-008.11 1.4r111(Ph.64) KP *t4 O.KdplieA PAnepe Dr. Prof Mgr ►r4 Mgt Pref Der [JTT.ahnloYn CUde.l OC TolY Ubel Mr..M.1 L... 3rnws..adN eP6.1 tent tbr.) (bn th.) mnl pr.)NO Hour, Fee ulll Tele F. Level I- Flocculatlon/Sedlmentallon Be On And E14W. 13 61 161 20 tee 208 10 12 669 16 79,016 100.0' A PIOO.II me Lad-tulvt Ofaeum. 6 14 14 6 W 40 0 0 111 1 11,160 Il.T% t fbmdatb-RN..M.t-a, sash 24 24 40 0 126 S 15,600 leT% e opr.tlatL-A C"IrolO...ApUer. 0 1 2 0 e 0 1 0 e s 1.6" 1.5% f fbaPf.een.dmo.a>e,6.e, 1 2 e 2 9 a 1.020 1.31 C. Eewpm.nup.dee.Oen. 1 0 6 0 e 0 1 a Is T swJ.RamoreEWpmH + I I 4 I I 0 ,I I 1 1 1a 1 1.96 11x 0 M.UWW Man. 7 0 44 ]0 106 111 0 0 SIS 1 34,320 43.4% 1 $4. Ma, 1 3 0 /2 26 1 2510 32% ] ffacrhF.'.4.dlnyl.7ln 2 u 10 % 150 7t1 s 31.840 t03% E OW" Co rehMIM aM RsOw 0 1 1 0 0 0 0 0 10 { 4Too 21 1 C410 . .e, I e I 6 I I I I I 10 S 1700 22% F In.Wmp4den, CanW, W SCADA 0 Is 0 0 100 0 10 { 1,100 1a f G.1,614.1I 10 I I I I I I 10 { 1.900 2411 0 00.6-IPre►.MeCea.lnrtV-Coe I 1 e 0 1e e o e u 1 1.968 ux r 0xc 1 1 e 10 fa s 1980 ]s% H Lo.,IIo.Yen►..7+e. e 2 3 0 e e ! 0 21 1 27a Lex r bv.T.raur eee0o o a t 2 2 2 6 s ru t o% t '.dR.w.w 1514 06 1 2 ] 2 e 7 715 1.0% 3 Fn.IL.WtP.A," 1 t 2 2 2 6 a 600 1.1% 1 MbmY M.Mlnea t t 0 0 is e e 0 31 { 1,111 12% 1 Kd.7N.HF/ 1 1 11 1 1 1 6010 07% 2 ol.wj CadldVWN 2 7 ] 4 +0 1 1.600 1.9% 1 Nae+yPrg.uN.MN 3 3 i e is 1 1230 26% . T q G�3..R1 7 1 6 0 { 065 1.2% 4 Prq.a 6tAMuLp.ndatpMe ! 3 4 0 10 0 1 0 It 1 2441 3.1 1 sPvduw a,ds:n:q 2 I ] I 4 I I t0 I I 1 i 19 a 2445 3.1% S PM AO1nH13T11ATF1EfOCTA3%a 0 0 11 0 0 0 0 It 01 ! fe,le0 13.1% 1 ou.ure.rml 12 111 Z400 30% 2 $,A e 6 e 1.200 Islet 2 'fm- -1 b 40 111, 7.203 9.1% TOTAL TOteL.e'H.,$ 13 11 IIT M 111 is. 10 13 111 Tate L,bw A-tI t naso 10-0.4% Tot at TaeAmeueuWubore+pert' { r.46o s 0.1►1 1 u,u1 s 1,100 1 U,ae ! 10.12a { r.o ! 2.4ao CYp P.Kard of T.W Ober 1.6% 71.3% N.7% 21% I7 a% 77.7% 0.1% 3.0% 100.0% TOTAL E Tate&ubwswkmU { 17'40 Tate RemWruM.a 1 2,111 Ute E.P.H. 1 77,071 0 O - Level I • FlocculatloniSedimentillon "in and ElectricalImprovements 6 106,9591 SUBCONSULTANT EXPENSES REIMBURSABLE EXPENSES Coda 11.pdpden - sad a Is M.rba F4 lu) coda O..cd ton sue .1(11) Marbr► Fp lu CA AeMMC-ta-t 1 L1e s RA uben A-W. s 1.10 { CC cab ErV Co rAbl 1 1,436 1.10 3 IAW Re C-PJ. s 1.10 s CE EacSeal Cerawrt I s 10.692 1.10 1 22961 RH Kablkal S 1.10 e cOd.e'xM'.atc.nat 1 { 1.10 s RI L 14- R.f 230 1.10 1 2T5 CM UWu.icdC-Alert { 1.10 a RL L. DRaroa T.r. f1.10 s CO 0'.t-an r cal +d { 1.10 1 RM Er.:pwy. W. f 1.10 S C6 lw-2 IC-P t { 1.10 a Re OMrEg-,6 1 1.10 a Cv w.oM C-U'd s 1.10f RP n.d,..a6.re.. 1 tote 3 Cl s 1.10 1 RR R..oeJde, f T50 1.10 t azs C2 s 1.10 f Re IH .wa rod.-. f 230 +.w 1 275 c3 f 1.10 s RT D". MW. L"Orn s 1.000 1.10 { 0.1oo C4 f 1.10 1 RU T...er.r.,;o$- e 100 s Cs s 1.10 { R1 f t.fo s No C4 a 1.10 f R2 { f fOfAI IUBCO%6ULTAN7 EAPEliea { 2J,IJl { 11,140 TOTAL AMM1URSA6LE EXPEK/EO f 21{3 1 3.416 f.'pqW.Cr73LO601UhsectW�.fCortncbWk,l01D01351CopT N0173-0060DLn56x4,YlT►_M+pa.aal. PytiNlJiul F.02370+OYa�%re;WS OW23110 City of Lubbock, Texas Lubbock WTP Improvements Level 11 • FlocculalfoNSsdlmentallon Basin and E(actdoal Improvements 0425-006-12 L-12(P11n.) Ha .nd D-OpOon PAnd►a ar.Prelypr Pr.Ia9r "Ener ET i«r�lam CI.&A CC TKJ UbaI P.rcw11041 Lr.J7(7.W N...+dDtarpem O.n (nn n n n (6n1 M-1 Chi.) Item x..0111 T.W I. Level 11 • F(occulaUeNSpolmontatlon Basin and Electd 17 a3 113 20 133 176 a 11 620 6 6/,075 100.0 A Oenenlshwo 1 0 11 0 43 0 1 2 143 6 15.143 243% 1 025 1.00 200 3 S 313 0.6 Co+✓2MJ J IMnnOr 0 3 00% 7 AS[s2rfKo,1 .'M ,Ws 050 203 203 5 3 "s 07% 4 Q.ur.rNon. 050 2W 400 400 100 12 3 12H 19% S $4. Ant 060 300 1200 2400 W 1 3.460 60% 6 Pnow Pbr D)ysrt 1.00 400 1200 1600 33 5 7100 63% 7 P'.V P,x.0 D1iV2 lhm:✓.'m, _ t.W 100 1200 pW 25 1 2ew 42% / .:6o P-7. _ _ �1W 200 aW 100 200 11 1 2040 32% P P' Sa.W. 4NJ,t I.W 200 1 400 aW IS s law 25% B 61uu.N 0Ka1/ 0 6 0 0 0 0 0 a 0 1 04% I Ow 0 1 00% J N.oft-ke 0 1 00% 7 devcfrnA 2100% 4 N.r..-I o s 00% 0 6 00% 0 epdna.twne f a t 10 4 0 4 0 31 1 3,410 14% 1 wbe«Aara &..WC-of I 0 s a0', a r.d...Jsp--*vrauw,m•In 7 1 10 4 4 21 f 2uO 36% 0 IfeaulWaJS.e nenmlen B.O.. 1 0 21 fa of is a 0 133 1 14.110 ».1% 1 aatre 1 23 10 w Is 162 6 16n0 251% E El .meal C-41.af.e IndR W 3 ti 1 0 0 0 0 0 2s 6 0,000 7A% l CoonY.So., S 0 10 S 1.700 27% J R.rrr 26 126 26 f0 5 3,300 S21% T Not-OM ON C.W, -d SCAOA a 30 0 0 0 30 0 0 10 6 SAN 13.1% f 6,.1---"voo "SCAT a I 30 ( I 1 I 30 I I eo I e..00 141% 0 opud" of vrouble CenrwWen C.d 3 e ► 0 l/ o e a Is 1 3.476 IA% 1 We I6 16 IB a f 2613 42% H Lad 10.000 Paatepe 0 1 1 0 3 2 1 0 T 1 110 1.1% 1 fnt✓nd 0141' Ce'dd 033 0'A 1 I 030 3 1 341 06% 2 Rs'.a R.rvrltbti bP 025 060 1 1 OSO 3 s 304 06% i I,I,mJ Motet. 6 1 1 0 T 0 a 0 23 1 3,140 AA% 1 Ou Co,6dN, 2 2 2 2 4 7 1710 20% a N 1443.✓:. 24 25 4 S 16 1 2,250 76x { Pr. ADRWIIIRAT1VFlOa TASKS 0 0 u 0 a o a 1 It 1 I1n1 14.I% I a,vAco td to 9 s $.am 24% 2 Srt Coo,..O- 10 10 3 f 191 27X 2 Pr Odyn .1 _ 70 1 38 6 6,100 09% TOrAL LABOR TdJLaOer Henn 11 33 111 M IN 174 6 11 IH T.tJ UbmAmo.nl 6 N,O1/ 1694% faaAmevnttbAtabxCHpery latetGd PeRenl NTotJ tAOa I 3A10 1.1% S mrs 114% 3 11,110 IIA% { 2700 1 12730 f 14{b 1 110 3 2x00 { N,/1J TOTAL TaJa.ttal,ea.nu 1 04,14! Taa RJmb.r..a.e 1 1.160 Taa E, 3 t.149T TAL •neve occuN oru edlmenW on es nand a deal lm rovements SUBCONSULTANT EXPENSES REIMBURSABLE EXPENSES Cee, D,KA Bw N 11 V.anO 3..141 Cede Dualp.bn awl,((III V.d.p It. (till CA Arthlocl C-.ft4 1 1.10 S RA L bx. Arr ie S 1.10 I CO Chi E-Cer�.wt1Y 1 Lt0 $ Re Com JK 3 Litt I CE E' .-tie.!C-".t f TOTA 1.10 p Bass Rif1.WW 6 410 { CA owwc dL'e-wx f 1.10 3 RI 61!10..14 R. .6-c s Lt0 7 C4 uw dc.l Cerriun f 1,10 f RL OrW-W. tune f 14740 LID S 70625 CO o0 fcorphrt 1 1.10 1 R4 Er' re W4.2. 3 1.105 CS Srw. QC-Ar1 f 1.10 1 RO OJYE+Denae S 1.10 1 07 s- Cerrk wd 0 t.lo 1 RP P. O.A.S ow .. 1 1.10 3 C1 3 t.10 1 RR Rt•n.A,ea, 1 675 1.10 f 656 G2 { 1.10 6 Re SN .D.% Pewee 1 161.00 1.10 1 2082$ CS 1 1.10 5 Rr T-A 4..!.. L f 1.10 S U 5 1.10 5 AU T.Yw.'n.T,rataro f f.W S CS s 5.10 1 Ri f 1.10 5 C4 { 1.103 R7 f 1.10 { tO1At. SDBCONSUVANT EAPERSEa p IA31 S 04.433 TOTAL REWIURSA%LE EIPENIES i too 1.100 Ebre..d,YY25`aC6011PetjKLOpm1CMnC IAPAr�1DOL331Cop70101730WODLL-0O.cr�1v3P Fnprevwo Pa.7.1,/"-J.b 25201012.x. 6 00/13110 City of Lubbock Teen Lubbock W TP Improvements Level III-FloccuixiloNbedlmenlallon Bain and Electrical Improvements 0421-001.13 L.wIS1M.1.l H. uW p.erf/UM /MtlPJ Or.Pm(Vfr Prq Yfr Pref Ener EITT. ku. CUnul DC Tdtl Ua« P.rw�ld ln.r2R.WNe..MM.ef2un nl tent (ant I 1 I lnn! tarp fAnf taut Hevn F. (1111 UU F.. Level III • Flocculatlonlbedlmen(ation Basin and Ele 16 94 103 39 107 146 6 6 469 S 67,793 100.01 A O..rY{n.0 0 0 1 0 / 1 0 0 17 It 1,170 2.7% 1 Ce,.SNM 1 0 f 00% 2 Od,, 1. Opt 100 40o eco 13 s 1 22% 1 Aw.i..5o,,.ws .nom, o s 00% 4 0-11kh. 0 5 00% i 31, R,4 0 s 00% a Px... Fa.asDY*, o s 00% 7 nw75a2... w.o,kv ✓.an o s 00% a Y kAsN. 0 s 00% e P' S.4M, "N0.1 o s uuw. dD.fn. 1 0 1 14 of 21 0 0 71 1 TAa> 111% 1 Cfi 025 1 a i 1 i I s Le50 29% J N.da+sa 025 I6 4 se v 5 2220 34% 7 s ter. 025 1 3 i s I to 6 +660 29% 4 025 x 45 e e 1 23 s 2asa 4i% 0 f 00% 0 /P.tlauUone 2 0 4 4 4 0 2 0 If 1 2,070 7a% f fumed frnd FiN, Mi.M0/ 2 4 4 4 I to 3 20.0 35% t r..%*11 SPW6 0;11+. A3Nao, 02-11) 0 { 00% D Floecul.derJlMrrraUtbA a..lne 1 0 as 10 14 7t 0 0 US 1 11,710 JIa% f Pamb6-1.dn✓4.5on B. ah. 1 25 10 50 76 162 f 16710 259% E E1KIrIW COordhW60.4R.,Mr i 11 f 0 0 0 0 0 a1 1 1,061 U% I Coerlf..!en 6 6 f0 S 1,700 29% t R.,Lr 26 1x6 23 t6 f 3,303 67% F UsU-U0*NCwI;cA r.d ICADA 0 M 0 0 0 30 0 0 14 { SAW tfa% 1 Irs!&~e m"SCAD4 30 30 W 1 8.400 115% 0 Oprao(Pnaatl.cle.truc%oece.l 1 0 4 0 1 0 0 0 I$ 3 1,416 21% 1 07CC 06 4 ( a ( 13 f 1.170 25% H I. -I elO qn/K1.21 I a 4 a 1 a 4 0 22 f a,NS 411% 1 7f.r•.roa✓ Carty 023 Tao x 2 fro 6 s 647 1.1% 7 Prvi.CA.r3rrH'✓4AOP 025 060 I I 050 a s u5 on 7 re it.WOfPMp. 050 025 1.00 1 I Oso 4 3 630 04% 4 S1.i4P . 050 1.00 coo 2 2 20] 9 f 970 17% 1 ht..d Ww9y. i 1 T 0 T 0 0 a is 1 Via Ia% I Qu.Oj C.MoINr.Uq t t 2 2 6 1 1,310 23% t N uN.0 . 23 25 i S 15 7 2250 39% J Ooremm.uAefneyC*DWAMIM 2 a 3 0 a 0 0 0 1 i /N I.ls 1 TCEOP(.n R.hr 025 t 1 f 206 OA% t VIa•Oy.MTCEO 2 I / 5 740 1.7% 1 PLI ADVUOeTRATNE/OCTA191 0 0 43 0 0 4 0 f 61 1 kon, 11.1% I w. e. ea a e 1 1.600 24% t ut. C.e•WiNen 10 f0 Is 1.460 26% 2 PR'.61Nry.vM 33 b f 4%0 en TOTAL LAIC Td.f Ubw Hoon 11 64 102 tl 107 IN 1 1 Ile T."(.1Ube Amount f 11,117 100.0% Taft Amount.yUOor C.fpery 1 7,211 1 10,113 { 11,117 1 3,116 1 10,141 f 17,110 f 400 1 1,100 1 11,111 t,aae.f P.n.6t.Tdr7.eer IA% 11.7% all% 1.120 '70,111 21020 0.120 2120 100020 TOTAL EIPE iStS Ir. brt.ldavn SO-) Td.l eYbCPllalNn 1 24,147 Td.1 RdmWn.tl.. 1 1.100 Tdai F.pM.0 6 23,101 RAND 70TAL - Level III - F oeeu al oNSed mental on Basin and ecl a m 7ovements 3, SUBCONSULTANTE%PENSE6 REIMBURSABLE EXPENSES Cod. 0.Kd 11.4011111 VanuP F..11111 Code 0114AFOOn eudtuilll wta p 1.11111 CA A'.Ktw C-..%" f 1.10 3 RA UbnU Arr ', f Lit) 3 ec ca1 Cp+wlud s Lw a Re 00" a. eE EwYc4leonuUY 1 22.370 1.10 3 24,007 RH H.eYeO s +.10 3 Co O..o,*w eP a tm 6 1.10 1 TV e.71> «R. res em s 1.to s cu V.dan e.i Cevu4Y S 2.10 s AL Lcea D.fa Tei 1 167.50 1.10 f 20625 CO Orel, cx -I 5 1.10 1 Ru E*Pby.. Vt4.0. 1 1.10 $ C5 fhdwl C -".n f 1.10 1 RO 063. Erur.. f 1.10 f CY suw Corr.Ut f 1.10 ! RP P.0 -d WA:.. 6 1.10 f cIRR R. 6 s2s I.w s 660 C2 f 1.10 6 RS p,' ,O.A Pet.•. 5 10750 1.fa 6 20625 W 5 1.10 f RT I W,V..'.,Le62'ry f 1.111 3 C4 6 1.10 f RU Te'.o 1-1.6- f 1.co s C5 1 1.1013 RI 6 1.10 f or 3 1.I06 R2 s 1.103 TOTAL SUSCONSMANT EXPENSES 1 21,3141 If 14,147 TOTAL REIV9URSAaLE EXPENSES 1 1,000 1 1,100 F)pro;,M.'0.2SOO601Ym;.a4p+fCM.'SCS'APAvoloor2rycaP6aanawoOL.,w6a. wrn r. Prn.r.n. /aY 1+rz:n,t F.bz201o,d., •w7 W/1S70 CI17 of Lubbock Texas Lubbock WTP Improvements Advartlnment and Bid Phase • FloaculatloNSed1menlatlon Basln and ElectAal Improvements 0115-001.14 L.vJ:tmnd N>and alo APll.n vArwPd u. Prq MRL P.q M9r vrq [n9r flTTmMklan ct..wl a iau ulHN P.naela U,J36r.w No r40.-Vfh nl that n n1 thn Pro n) .. Neon FM IUU Tow lw Advertisement and Bid Phau-Floeeu4tloNSedlm@at 1 0 45 16 3f 10 11 3 119 S 47,033 100.0 A AdrMl.mw4-d8l4Pbau 0 0 31 to 11 a T 0 T1 t9,121 N3% f A -WC -ml a 12 IS a 1 N 1 5.120 30.1% 2 R.a.VIJ."f0 10 1 1,600 /S% 3 eAo 10 to f 1600 S/% I R.rva a.A. 3 1 t a f 910 63% 3 h'a6c. dA.ad 1 1 t s 225 11% t Canf-d Orra313. 1 0 1 0 Se 31 1 0 U a 1,710 SSA% l Cmev¢.d6. 1 1 IS 32 1 57 S 3.630 321% 2 0 f 00% 3 0 f a" I 0 t 00% a 0 f 00% C 0 0 1 0 0 a 0 0 0 s 0,1% 1 0 f on 2 o f 00% s o ! 00% I 0 ! 00% 3 0 s 00% 0 e o 0 0 0 o e o 0 t e.o% 1 0 a 00% 2 0 s 00% 3 0 $ 00% 1 0 6 00% 3 0 s ow E 0 0 0 0 0 0 0 0 11 I 0 f 00% 2 0 S 00% S 0 f 00% I 0 S 00% s 0 s 00% s PM AOVIh73TRATIYEJOOTAeXa e e it 0 e 0 0 3 to i am 13,1% 1 OVdry Cabo 3 3 S wo 36% 2 SLe C-an.S.n 3 3 $ 100 27% 2 'WNvr.n✓d e e 1 1.300 7ox TOTAL LAIOR Tow LAW Hoare 1 0 I N 11 32 10 11 3 Ids TadubaA-M I s 11A31 100,1% Te1JAmount. by Uba Cdpory 1 270 1 { 6.110S1,110 1 1,010 1 5.100 1 ISS 1 100 I 11,031 UlarCdp Porcala Tow Ubor tA% 0.0% 40.e% le,% 11.1% 21.1% S.i% S.S% Joe% TOTAL .Id TaJfVOa..Yt.n4 1 1,111 TaJ A.W W nabl.r 1 6,170 Tad Ea9Mr.. ! I,NS ONANDT AL- Adverll+ealenl and aid Phu* - Floccua trN a mentalon flaiin and Electrical lm roveMOAU 1 25,000 SUBCONSULTANTEXPENSES REIMBURSABLE EXPENSES Cad. 0.90pdon 5.d a161 M.noP 14.U111 1 cads 0.16Apden *Yd MSII M.Mp F..t1t11 CA NNIw C-Aard 6 1.10 S IIA Oban 1.10 t CC CM a• C " S 1.10 1 RC C .Pj . ! 1 10 ! ce e.W jce ",-t s 2.1" 1.70 1 205 RN H[eltal a 1.10 ! CO Ow0401 Cenrl+M 1 1.10 1 Rl t H- R.pdati. 1 1.tO CV Vef e"Ce ".,t 3 1.1011 AL DdAms T.'. f 1.10 1 co awC-UrA f 1.1011I RV E. PIo3.. Ntul. 1 270 170 3 227 cs s6.a d ce nA" 1 1.1011 RD W. E,O.n... a 1410 1 CY En. Corwlarl 1 1.10 5 RP P..N..4 San%.. s 1.10 S CI 1 1.10s AR R. f 3.000 1.1 $ 3.300 C2 1 1.10 4 AS SK .D.h Pok.. S 2.000 1.10 2200 C3 $ 1.10 1 RT Treat WetL 'V 1 600 1.10 $ 660 U ! 1.10 a AV T.wvam.n2.6- i 1.00 S CS f 1.10 f AI CO $ 1.10 a R2 1 /.f0 f TOTAL SUSCONSULTANT EXPENSES 1 ! I 2111 TOTALREIV6URU6lE EXPENSES 1 1,700 t e,110 F.`Ore,.aPJ.2sOD60nP:oaxVpmttxLn:.aUPAV01002.25YCaSY a0425 -C 0Wbbo WTP_hp, *Ks P.1_tNtdnd-F.f 252010.e .?q.dS omic City of Lubbock, Texas Lubbock WTP Improvements SCADA Upgrade • Design 042E-0OS•61 Ltr112(PIu1.)Ite..n4 D-eption Pdrdpd 6n Prq X4r Ptg Ylr I Prq En}r I OT 1 C10"I 00 TOM US., P-101 L...I 3 Lrr W Ne..40.o-ptin tent nl nl (hnl len) 0Nr t%1Q (4n) Hous /-(111) TwF" SCADA Upgrade• Gotten o 3Eo 6 0 0 660 0 to 442 (s 111,100 100.0 A OCAOA4Nn 0 40 0 e e o e 0 40 1 7.90 u% I SCADA SwA 40 40 s 1.400 64% } o s o o% } o s owl / o i 00% s o 1 001 s Ir.lHncenrgarrbn 0 40 0 0 0 e 0 0 a 6 7,"0 4A% 1 s,mnco-nv,.:b, 40 40 4 7.000 04% } 0 i 00% 3 1 0 4 00% 4 0 1 001 S 0 1 001 C lap„UdApN Un 0 >0 0 0 4 0 0 0 20 1 3,400 SA% 20 23 S 3800 3.4% 2 0 1 00% 3 0 s Do% 4 0 1 00% 1 0 1 00% D PLD. 0 100 0 0 0 400 0 0 100 1 14.000 44.1% f PAID, aro 400 800 3 74.WO b.I% 2 o 6 00% 3 0 6 001 4 0 1 00% A 0 3 00% e a 0 e 4 a0 0 0 In 1 14,"0 112% 10 Im 1 14.400 137% } 0 3 00% 3 0 7 OC% I 0 1 00% s o 0 00% PW ADWNISTRATNVOCTA19e 0 0 4 0 6 0 0 14 L 1 4.100 3.1 I i i i 1s s 3.700 20% 2 S16C"Irlwon o s 00% 2 '.d Nt -,t 0 0 f 970 00% TOTAL Upon Toll ltbofHwu 0 340 1 0 0 410 0 1{ 112 Tad Ubof Amount 1 fIi,100 100.0% TaYAnwuM. eY4eor Crpory I ! ",100 t 100 1 1 ! "240 1 1 2.102 1 111.100 user CM ►.rtAnl a Taw U., 0.014 17.1% 03X l0% 0.0X 34.4% 0.0% 21% 700.0% TOTAL tt TNY 0u10on.ueuu4 1 Tar rtWnCun.bt" 1 1.160 idJ Esp--. i L,100 DRANO A - rade • Design 113.000 SUBCONSULTANT EXPENSES REIMBURSABLE EXPENSES Ced. D."dpdan Sud rtlll uarl4p F,,Ill$j C.4. D..enrtf.. put .1118 u.nur P-1111 CA AIMCana •t 1 1.10 1 RA L b"-yAJ-W. i _ 1.10 1 CC CA1 Carwt.a ! 1.10 F RO C-Pa. ! 1.10 1 CE ¢-e`cr Crtut.rl 11 1.10 1 RH HYakJ i 1.10 1 CO OW.-H:cJ C-Pum ! 1.10 1 LD Wfl-R. '.Wim ! lJO i C4 UWueieJ C-All 3 Lio I RL Ld P"+ oTOW- 1 1.10 1 co o-3r c-ft" s 1.10 6 Ru Em .. rAn.. s 1.10 s C3 Ii6LdrvJCm.� q 1 Lto 1 RO 63wFp- I s IAC S Cr su . cK. " s 1.10 3 RP P-N..4 9-t.. s Lto s cl ! 1.10 1 RR R. mduaibT 1 1.10 1 C2 s 1.10 s RS SH 3.0.r .n.P.OXp. 1 r.lo 1 C3 -� s I.10 ! RT Tr...1.u-W. 1 1,000 t.10 ! 1.100 C4 s I.lo 1 Ru r.HcanR,nUGaa 1 Too i C3 1 1.10 ! RL 1 1.10 1 Cs 1 1.10 3 R2 6 Lit) I TOTAL 4USCONSULTANT EXPENSES 1 1 TOTAL REIU4URSAOLF EXPENSES 1 1,400 1 1.100 r.Ipo.ercnsuroelw,o.uv2ucaus:auPAmolomasTw�iaa WL► 6nyoNR✓i. PN IN2� 1 F.6i31<110d.T o'W9 MAA City or Lubbock, Texas Lubbock WTP Improvements SCADA Upgrade -Advertisement and Bid Phi le 0625-008-52 L.r.12IPnuU Nw.na 04uApu.6 L.rY3(r.al Ne A�daw.ri�n Pd.aPY Inn) ar. Prq Ver mm ►1q 116r Innl Ptqusr nr P-1 T. enelaan pull CI.Ac.I (hr.) OC r. YLAb iaer Ho.n r.. -am Mrc..la Total F. SCADAUpgrade- AdvortlsemenlandOldPhase 17 15 73 16 0 66 11 3 166 i 11,766 100.0 A Ah.N..mr.l aA/ fill PA... 1 Ad.,vt.. m 17 1 I1 1 77 11 6 1 e 6 6 1 0 / le i6 ! 11,170 t zwo 614% 137% 1 Prr•34N.w•' 10 t0 70 { 7 190 16.1% 3 w0p.,iv 1010 p 3 ]700 10.7% 1 R".a* 1 I 7 0 1 0 3 f.1rS 66% 3 Naar..rA.. d 1 f 1 1 1 7 6}S 71% 6 C.olomud Drr.ha. I C -to -,..dc- . 0 E i a e 6 2 / 60 10 A 0 6 N 56 f 11}10 f 6]10 114% 263% 2 0 f 00% 3 0 7 00% 1 0 s 00% 0 s 00% C 0 0 6 0 0 0 0 0 0 0 1 f OA 00% 2 0 f 00% 0 f 00% 0 s 00% 0 s 00% D i 0 0 0 0 e 1 0 0 0 f OOt 0 1 00% 0 1 00% 0 1 00% 0 a 00% E 1 0 0 0 0 0 0 0 0 0 0 1 { 0A% 00% 1 0 1 00% 0 1 00% 0 a 00% 0 6 00% PY A0V1NISTAATra=TA6xe 1 W.1N C --a 0 0 e 0 0 0 0 7 7 11 1 1At$ 1 COO 1A% 32% 1 316 C-41.38. 0 1 00% 1 P'.a AF----" R 6 0 f me 6.11% TOTAL LASO Td.ILaexHe.n TgYUOorA-Al Is II 7i It 0 16 to 3 IN 1 1s,T11s 100.0% Tad Arwwnu by lAlor Cln.ry LA7m CY Porc.ela Totalubor 3 OA/0 1 olo 131% "'Y.u.otL { "m 1 1..70 6 { 1,710 a fAaC 11.1% ee% :711% 66% { 106 14x 3 Was 100.0% TOTAL s T.tY S.ba0..aan4 Total Ralobel.aelrr T14W E,W l.. i 7 1 7,771 1 7,331 ORANO TOTAL - SCADA Upgrade -Advertisement and Bb Phase S 21100 SUBCONSULTANT EXPENSES REIMBURSABLE EXPENSES Cee. o. Wpd.0 8.43.1 DU RA IAbon• Ana W. s RC 0" . ! RH KVoAW f RI I,.H.u.R f RL L.V Clea -T.'. - Ru EA-..ptotu V.A.p. { 120 RO Odur Eq -s { RP [P -N W 3-i.. 6 RR R. { I.000 IIS N' ,f7.h Posy . f W, .0010, RT Tr". W..* Ledp:17 $ COO RV T.'.eonr•: aSt. s R1 f Ri f TOTAL REIMBURSABLE EAPEN6E6 a 1.110 u.Mp LIC 1 Lill f 1.10 3 1.10 7 1.10 f 1.10 It 1.10 f TAT) 1 1.10 1 1.10 ! 1.10 s 1.00 s 1.10 1 1.10 1 1 1 ►w 111111 171 1.100 65700 550 1,311 "a D.. Apdee 5-12"(S61 M.A. ►..UIU CA AdA1.a Conr.Atue a 1.10 s u Cb! e-larl ! 1.10 { CE Ce.1$Y C4,4AArt 1.10 a CO O.atadl" Cr.RRne { 1.10 a Cu WW...W c-'A.li 3 1.10 3 TA Odw C-A.A f 1.I0 7 Cs 3aulvYC`-1ar/ f 1.101 CY fin. Ce,w4K { 1.10 { CI f 1.10 a Ci a 1.10 3 C3 s 1.10 s CI f 1.10 f C3 1 1.10 f C6 7 I.10 1 TOTAL SUACONfULTANT EXPEN3E3 i i F.�MrU12�000.O1Vhe;.cLVe�'CetnbWA71OtD01• CeppdW2S006001L00eeY WT► 4.palr..rta_Pul,,,t•Y1LW r.6232010riapra.a l0 07A3I10 � } a &2_2___a__■ }�� �§e�$ 2__§ K7■EKJƒ&22a R! &�# ___§ ! R � �#■ §k\s ■ �� A / 11 ka �A § §> (• I . §CC� ! ■> � 2 §� Cd £k3 n cc 0[£ | -■m ;��. i §, R §)� )./ k ■ i ) § mm `■E 2 a «• t .7 ! ] 2! !§) i!| ' 7 , k§! ■'�|-�■:;_ !!;!■77�i72 .�« Resolution No. 2010-RO105 Andrews Inc.Ln LwoNwOAo5,,, !"fir PA N♦ Date 1/5/2010 Project Name Lubbock Water Treatment PlantRehab - Project 1 - Meetings Unly Client Number Flocculation/Sed imen a ion ano Electricalimprovements Project Number Project Manager Uenney Howard Project Summary Schematic DesignI Senior Engineer I Engineer I Designer Level 1 Design Development Level 2 Construction DocumentsI Senior Engineer ( Engineer Level 3 Expenses Task Description Expenses Schematic Design - Level 1 1 1981.8 Design Development - Level 2 1131 i Construction Documents - Level 3 2247.4 Bid Services - Level 4 1 370.4 [Expenses Total S 5.352.70 Fee Summary Design Fee $ 11 360.00 Fac enses 1 1$ 5,352.70 Total Fee 1 1 $ 16 712.70 LnLockwood, Inc.Andrews 8 Newnam, w Lfn A —.1 C--- Date f1 wLI`A— Date 1/5/2010 Project Name Lubbock Water Treatment PlantRenab - Project 1 - meetings Unly Client Number Flocculation/bedimentatio—n—a—n=ecuicaI improvements Project Number Discipline Lead Completing MH Estimate Denney Howard Electrical Design Development Senior Electrical Eng Electrical Engineer Designer (EIT) Clerical Schematic Design Totals Denney Howard Gaspar D. Garcia Merrell Nichols Ruby Sherman Level 2 0 $ Design Development Totals 8 $ 1,440.00 Task Description MH I Fee MH Fee MH Fee MH Fee Bimonthly workshop with Owner 1 $ 16 $ 1.760.00 $ $ OC Review workshop with Owner 8 $ 1,440.00 $ $ $ Design Development Totals 8$ 1,440.00 16 S 1,760.00 0 $ 0 $ Desi n Development Totals 24 $ 3,200.00, Discipline Totals Task Description Senior Electrical Eng MH Fee Electrical Engineer MH Fee MH Designer (EIT) Fee Clerical MH Fee Schematic Design Totals 0 $ e $ 880.00 0 $ 0 $ Design Development Totals 8 $ 1,440.00 16 $ 1,760.00 0 $ 0 $ Construction Documents Totals 16 $ 2,880.00 32 S 3,520.00 0 $ 0 $ Bid Services Totals 0 $ 8 $ 880.00 0 $ 0$ Disci line Totals 24 $ 4,320.00 1 64 S 7,040.00 0 $ 0 $ Discipline Totals 1 88 $ 11 360.00 Ln Lockwood, Andrews !t Newnem, Inc. Lfll A Y ffIM MA N Group 70 - Direct Expenses -Electrical Only Design Development lQuantity jUnit Cost ($) Total Schematic Design Half-size 11'x17' of Half-size 11'x17 of $0.00 Travel Per Diem 4 $150.00 $600.00 Travel Expenses / Mileage 2512 $0.55 1 1 381.60 Misc Expenses (Shipping) $0.00 Subtotal $1,981.60 Design Development Travel Per Diem Half-size 11'x17' of Travel Expenses / Mileage $0.00 Specifications $0.00 $0.00 Design Analysis $0.00 Travel Per Diem 2 $25.00 $50.00 Travel Expenses / Mileage 1256 $0.55 $690.80 Misc Expenses Shi in 1 $12.50 $12.50 ADA Review 8 Submittal $0.00 Subtotal $753.30 Construction Documents Travel Per Diem Half-size 11'x17' of Travel Expenses / Mileage $0.00 Specifications $0.00 $0.00 Design Analysis $0.00 Travel Per Diem 6 $25.00 $150.00 Travel Expenses / Mileage 3768 $0.55 $2,072.40 Misc Expenses 2 $12.50 $25.00 Subtotal $2,247.401 Bid Services Travel Per Diem 11 1$25.00 $25.00 Travel Expenses / Mileage 1628 1$0.55 1 $345.40 Misc Expenses $0.00 Subtotal $370.40 Bi -Monthly Meeting 1 Bi -Monthly Meeting 1 OC Review 10 copies to Owner 4 BI -Monthly Meeting 2 OC Review, 60% and 90% 80% Submittal 10 copies to Owner 90% Submittal 10 copies to Owner 4 trips, 4 different project bids LnLockwood, Andrews & Newnem, Inc. w iro ,r rn.. rw n. Date 1/5/2010 Project Name LUbboCK Water I reatiment PlantReha omClient Number occu a o e Imen a Ion an a e Project Number Project Manager enney Howara Project Summary Schematic Design Level 1 Construction Documents I Senior Engineer I Engineer I Designer I Drafter Level 3 Expenses Task Description Expenses Schematic Design - Level 1 0 Design Development - Level 2 0 Construction Documents - Level 3 0 Bid Services - Level 4 0 [Expenses Total $ Fee Summary Design Fee $ 49 440.00 Ex enses S Total Fee S 49.440.00 Lin Loe&kwoort.Andrews I. nc. w prNo w=,,A nw,r ra..re nr Date Project Name Client Number Project Number Discipline Lead Completing MH Estimate 1/5/2010 Lubbock a er I reatment Plante me occu a o a Imen a Ion an acr ovemen I t 11-1 OdZI -UUU- Denney Howard Electrical n Schematic Design Level 1 Task Description Senior Electrical Eng Denney Howard MH Fee Electrical Engineer Gaspar D. Garda MH Fee MH Designer (EIT) Merrel Nichols Fee Clerical Ruby Sherman MH Fee Confirm Project Scope / Mckoff Meeting 2 $ 380.00 8 $ 880.00 $ $ Confirm Budget Analysis 4 $ 720.00 $ $ $ Confirm Drawing List Deliverables and Schedule 4 $ 720.00 $ $ $ Project Management 80 $ 14,400.00 $ $ $ Work Plan 1 $160.00 4 $ 440.00 $ $ Code Review S 2 S 220.00 $ $ Contact Utility$ $ 1 S 110.00 $ $ Schematic Design Totals 911$ 16,380.001 151$ 1,650.001 GIs I 0 S Schematic Design Totals 1061$ 18,030.00 90.00 6 $ 660.00 Design Development 9 P Level 2 Task Description Senior Electrical Eng Denney Howard MH Fee Electrical Engineer Gaspar D. Garda MH Fee MH Designer (EIT) Merrel Nichols Fee MH Clerical Ruby Sherman Fee Demolition Plans-E)dsdng Electrical Gear 1.5 $ 270.00 3 $ 330.00 6 $ 630.00 $ WTP Main Distribution Switchgear 0.5 $ 90.00 1 $ 110.00 2 $ 210.00 S Control Bldg Switchboard Panels B and 1 0.5 $ 90.00 1 $ 110.00 2 $ 210.00 $ Chemical Buildi MCC and Lighting Panels 0.5 $ 90.00 1 $ 110.00 2 $ 210.00 $ Power Plans 1.75 $ 315.00 12 $ 1,320.00 22 $ 2,310.00 $ WTP Main Distribution Switchgear 0.5 $ 90.00 6 $ 660.00 10 $ 1,050.00 $ Control Bldg Switchboard Panels B and 1 0.5 $ 90.00 2 $ 220.00 4 $ 420.00 $ Chemical Buildi MCC and Lighting Panels 0.5 $ 90.00 4 $ 440.00 8 $ 840.00 $ Replacement and modification of existing feeders to 9 sludge removal mechanisms located in floclsedimentation basins 0.25 $ 45.00 $ $ 840.00 $ One Line Dia rams 1.5 $ 270.00 4 $ 440.00 0 $ 1,575.00 $ WTP Main Distribution Switchgear 0.5 S 90.00 2 $ 220.00 $ 8,295.00 $ Control Building Switchboards 0.5 $ 90.00 1 $ 110.00 $ $ Chemical Bldg MCC 0.5 $ 90.00 1 S 110.00 $ $ Outline Specifications $ 1 $ 110.00 $ $ Prepare estimate of probable cost 2 $ 360.00 8 $ 880.00 $ $ Preliminary Design Package Copies 10 sets 6 $ 630.00 2 $ 150.00 Desi n Develo ment Totals 6.75 $ 1,215.00 28 $ 3,080.00 34 $ 3,570.00 0 $ Desi n Develo ment Totals 68.75 $ 7,865.00 Construction Documents Level 3 Task Description Senior Electrical Eng Denney Howard MH Fee Electrical Engineer Gaspar D. Ganda MH Fee MH Designer (EIT) Merrel Nichols Fee MH Clerical Ruby Sherman Fee Demolition Plans -Existing Electrical Gear 2 $ 360.00 2 $ 220.00 $ $ Addenda 1 $ 180.00 4 $ 440.00 Items listed above in DD 3 $ 540.00 6 $ 660.00 12 $ 1,260.00 $ Power Plans 74 $ 8,140.00 79 $ 8,295.00 20 $ Bid Services Totals 3$ 540.00 Items listed above in DD 3.5 $ 630.00 24 $ 2,640.00 44 $ 4,620.00 $ Oneline Diagrams Disci ine Totals 125.25 $ 22,545.00 123 S 13,530.00 Items listed above in DD 3 $ 540.00 8 $ 880.00 0 $ $ Specifications 4 $ 720.00 10 $ 1,100.00 $ 16 $ 1,200.00 Update estimate of probable cost 4 projects) 4 $ 720.00 12 $ 1,320.00 $ $ Design Package 4 separate projects sets $ $ 8 $ 840.00 2 $ 150.00 Reserve 7 $ 1,280.00 14 $ 1,540.00 15 $ 1,575.00 2 $ 150.00 Construction Documents Totals 24.5 $ 4,410.00 74 $ 8,140.00 79 $ 8,295.00 20 $ 1,500.00 Construction Documents Totals 1 197.5 $ 22 345.00 Bid Services Level 4 Task Description Senior Electrical Eng Denney Howard MH Fee Electrical Engineer Gaspar D. Garda MH Fee MH Designer (EIT) Merrel Nichols Fee Clerical Ruby Sherman MH Fee RFI's 2 $ 360.00 2 $ 220.00 $ $ Addenda 1 $ 180.00 4 $ 440.00 $ $ Bid Services Totals 3 $ 540.00 6 $ 680.00J 0 $ 0 $ Bid Services Totals 9 $ 1,200.00 74 $ 8,140.00 79 $ 8,295.00 Discipline Totals Task Description Senior Electrical Eng MH Fee Electrical Engineer MH Fee Designer (EIT) MH Fee MH Schematic Design Totals 91 $ 16,360.00 15 $ 1,650.00 0 $ 0 $ Design Development Totals 6.75 $ 1,215.00 28 $ 3,080.00 34 $ 3,570.00 0 M15GO.000 Construction Documents Totals 24.5 $ 4,410.00 74 $ 8,140.00 79 $ 8,295.00 20 $ Bid Services Totals 3$ 540.00 6 $ 680.00 0 $ 0 $ Disci ine Totals 125.25 $ 22,545.00 123 S 13,530.00 113 $ 11,865.00 20 Discipline Totals 1381.25.$ 49 440.00 1 ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/Y 2/1812010 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION McLaughlin Brunson Insurance Agency, LLP ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 6600 LBJ Freeway, Suite 220 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Dallas Tx 75240 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (214) 503-1212 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURERA: XL Specialty Insurance Company 37885 Alan Plummer Associates, Inc. INSURERS: Travelers Indem. Co. of Conn. 1320 South University Drive, Suite 300 INSURERC: Travelers Lloyds Insurance Co. Fort Worth TX 76107 1 INSURERD: Travelers Prop Cas of America COVFROGFS 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRADDI OF INSURANCE POLICY NUMBER POLICY EFFECEMMIDDTIVE POLICY EXPIRATIONTYPE DATE (MMIDDfYYI LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 11000,000 DAMAGE TO RENTED PREMISESEaoccurence $ 11000,000 C X COMMERCIAL GENERAL LIABILITY PACP 1996L981 6/15/2009 6/15/2010 CLAIMS MADE � OCCUR MED EXP (Any one person) $ 10,000 PERSONAL &ADV INJURY $ 11000,000 GENERAL AGGREGATE $ 2,000,000 GEN'LAGGREGATELIMIT APPLIES PER: PRODUCTS - COMP/OPAGG $ 2,000,000 POLICY FX PRO LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ D X ANY AUTO BA 2003L924 6/15/2009 6/15/2010 (Ea accident) 11000,000 BODILY INJURY $ ALL OWNED AUTOS SCHEDULED AUTOS (Per person) BODILY INJURY $ X HIRED AUTOS X NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE X There are no owned X autos. (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO AUTO ONLY: AGG $ EXCESS/UMBRELLALIABILITY EACH OCCURRENCE $ 4,000,000 B X OCCUR FICLAIMS MADE CUP 642BY427 6/15/2009 6/15/2010 AGGREGATE $ 4,000,000 S $ DEDUCTIBLE $ RETENTION $ TH- WORKERS COMPENSATION AND OR LIMIT ER EMPLOYERS' LIABILITY E.L. EACH ACCIDENT $ ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. DISEASE - EA EMPLOYE $ OFFICER/MEMBER EXCLUDED? Des describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $ A OTHER Professional Liab DPR9618974 5/9/2009 5/9/2010 $ 2,000,000 Per Claim/ Annual Aggregate DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS 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. City of Lubbock is named as additional insured on the general, auto, and umbrella liability as required by contract. General liability is primary and non-contributory with respect to any insurance carried by City of Lubbock. Auto Liability is primary with respect to any insurance carried by City of Lubbock. All policies CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL EOIZINWEMM MAIL 30 DAYS WRITTEN City of Lubbock Attn: Aubrey Spear, P.E. NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, EQIICR91K8BXMMCSId3KXW P. O. Box 2000 !!NpffiR]MMEBI>OVAOXXX Lubbock TX 79457-2000 ACORD 25 (2001/08) AUTHORIZED REPRESENTATIVE n Q, I1 •, LIn.,.�0: © ACORD CORPORATION 198E IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) n<...e n —F i 2/18/2010 DESCRIPTION OF OPERATIONS SECTION CONTINUED I DATE 2/18/zolo City of Lubbock Attn: Aubrey Spear, P.S. P. O. Box 2000 Lubbock TX 79457-2000 Alan Plummer Associates, Inc. 1320 South University Drive, Suite 300 Fort Worth TX 76107 include a waiver of subrogation in favor of City of Lubbock. - RS: North Water Treatment Plant Improvements - APAI No. 0425-008-00 DOC (10/2003) nv..e 7 ..F Alan Plummer Associates, Inc. PACP 19961_981 COMMERICAL GENERAL LIABILITY Resolution No. 2010—RO105 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 0=22 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 INSURANCE (Section iii) for this Coverage (Section II): Part. 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- sions or the acts or omissions of those acting on your behalf: a. In the performance of your ongoing opera- tions; b. In connection with premises owned by or rented to you;.or c. In connection with "your work" and included within the "products -completed operations 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. 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 arises out of an offense committed; 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- C. age as an additional insured specifically• 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 addi- tional insured shall be the limits which you agreed in that "contract or agreement requir- ing Insurance" to provide for that additional 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 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. 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 02007 The Travelers Companies, Inc. - Page 1 of 2 Includes the copyrighted material of Insurance Services Office, Inc., with its permission. t#I*N COMMERICAL GENERAL LIABILITY injury" or "property damage" occurs, or the "per- sonal injury" offense is committed. D. The following definition is added to DEFINITIONS (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 04" "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 copyrighted material of Insurance Services Office, Inc., with its permission. Resolution No. 20101-RO105 CERTIFICATE OF LIABILITY INSURANCE OP ID BH DATE(MM/DD/YYYY PLUM -02 02/18/10 ACEC/MARSH 701 Market St., Ste. 1100 St. Louis MO 63101 Phone:800-338-1391 Fax:888-621-3173 Alan Plummer Assoc., Inc. Att• No. Anne Lemmons 1320 S. Universityy Ste. 300 Fort Worth TX 7 M COVERAGES ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE I NAIC # INSURER A: Twin City Fire Insurance INSURER B: INSURER C: INSURER D: INSURER E: 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IrAb LTR NSR TYPE OF INSURANCE POLICY NUMBER EFFECTIVE DATE MWDD POLICY IRATION DATE MM/DD LIMITS GENERAL LIABILITY EACH OCCURRENCE $ PREMISES (Ea occurence) $ COMMERCIAL GENERAL LIABILITY CLAIMS MADE F—]OCCURMED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ POLICY PRO LOC JECT AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY $ (Per accident) HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO E AUTO ONLY: AGG $ EXCESS / UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR E-1 CLAIMS MADE AGGREGATE $ S $ DEDUCTIBLE $ RETENTION $ A WORKERS COMPENSATION- AND EMPLOYERS' LIABILITY Y/NX ANY PROPRIETOR/PARTNER/EXECUTIVr 84WBGF19231 11/01/09 11/01/10 TORY LIMITS ER E.L. EACH ACCIDENT $1,000,000 OFFICERIMEMBER EXCLUDED? I—1 (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $1,000,000 Ifyes, describe under SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 OTHER DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Project: North Water Treatment Plant Improvements APAI No. 0425-008-00 - Waiver of Subroagation is included as respects The City of Lubbock. Coverage is primary and noncontributory to all other insurance. WC040306R CERTIFICATE HOLDER CANCELLATION City of Lubbock Attn: Aubrey Spear, P.E. P.O. Box 2000 ACORD 25 (2009/01) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO CITY OF DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. The ACORD name and logo are registered marks of ACORD hts reserved. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT Policy Number: 84WBGFI9231 Endorsement Number: 001 Effective Date: 11/01/09 Effective hour is the same as stated on the Information Page of the policy. 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. SCHEDULE Person or Organization Job Description City of Lubbock lol u� Countersigned by IS4 Authorized Representative Form WC 04 03 06R (1) Printed in U.S.A.