Loading...
HomeMy WebLinkAboutResolution - 2024-R0268 - Contract 18097, HDR Engineering, Inc - 05/28/2024Resolution No. 2024-R0268 Item No. 7.14 May 28, 2024 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, Professional Services Contract No. 18097 for services related to planning and evaluation of strategic water supplies, by and between the City of Lubbock and HDR Engineering, Inc., and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on May 28, 2024 V - TRA AYN , . p�. -_._ .. _.. _. ATTEST: Cc APPROVED AS TO CONTENT: �• Erik Rejino, Assistant City Manager RES.PSC-HDR Engineering 18097 APPROVED AS TO FORM: Resolution No. 2024-R0268 PROFESSIONAL SERVICES AGREEMENT STATE OF TEXAS § COUNTY OF LUBBOCK § This Professional Service Agreement ("Agreement") Contract No. 18097 is entered into this2$th day of May , 2024, is by and between the City of Lubbock (the "City"), a Texas home rule municipal corporation, and HDR Engineering, Inc., (the" Engineer"), a Nebraska corporation authorized to conduct business in Texas. WITNESSETH WHEREAS, The City desires to contract with the Engineer to provide professional services for Strategic Water Supply Plan Update (the "Activities"); and WHEREAS, the Engineer has a professional staff experienced and is qualified to provide professional engineering services related to Activities, and will provide the services, as defined below, for the price provided herein, said price stipulated by the City and the Engineer to be a fair and reasonable price; and WHEREAS, the City desires to contract with the Engineer to provide professional services related to the Activities, and Engineer desires to provide the Services related to same. NOW THEREFORE, for and in consideration of the terms, covenants and conditions set forth in this Agreement, the City and the Engineer hereby agree as follows: ARTICLE I. TERM The term of this Agreement commences on the Effective Date and continues without interruption for a term of 180 days. If the Engineer determines that additional time is required to complete the Services, the Director of Water Utilities, may, but is not obligated to, in his or her discretion, 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. An amendment to this Agreement resulting in an increase in the amount of the consideration must be approved by the City acting through its governing body. Page 1 of 11 ARTICLE II. SERVICES AND COMPENSATION A. The Engineer shall conduct all activities, and within such timeframes, as set forth on Exhibit "A", attached hereto (the "Services"). B. The Engineer shall receive as consideration to be paid for the performance of the Services, in an amount not to exceed $84,522.86, as set forth in E�chibit "B". ARTICLE III. TERMINATION A. General. The City may terminate this Agreement, for any reason or convenience, upon thirty (30) days written notice to the Engineer. In the event this Agreement is so terminated, the City shall only pay the Engineer for services actually performed by the Engineer up to the date the Engineer is deemed to have received notice of termination, as provided herein. B. Termination and Remedies. In the event the Engineer breaches any term and/or provision of this Agreement, the City shall be entitled to exercise any right or remedy available to it by this Agreement, at law, equity, or otherwise, including without limitation, termination of this Agreement and assertion of an action for damages and/or injunctive relief. The exercise of any right or remedy shall not preclude the concurrent or subsequent exercise of any right or remedy and all rights and remedies shall be cumulative. ARTICLE IV. NON - ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject 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 Agreement, this provision shall control. ARTICLE V. REPRESENTATIONS AND WARRANTIES A. Existence. The Engineer is a corporation duly organized, validly existing, and in good standing under the laws of the State of Texas and is qualified to carry on its business in the State of Texas. B. Corporate Power. The Engineer has the corporate power to enter into and perform this Agreement and all other activities contemplated hereby. Page 2 of 11 C. Authorization. Execution, delivery, and performance of this Agreement and the activities contemplated hereby have been duly and validly authorized by all the requisite corporate action on the part of the Engineer. This Agreement constitutes legal, valid, and binding obligations of the Engineer and is enforceable in accordance with the terms thereof. D. Engineer. The Engineer maintains a professional staff and employs, as needed, other qualified specialists experienced in providing the Services, and is familiar with all laws, rules, and regulations, both state and federal, including, without limitation the applicable laws, regarding the Activities contemplated hereby. E. Performance. The Engineer will and shall conduct all activities contemplated by this Agreement in accordance with the standard of care, skill and diligence normally provided by a professional person in performance of similar professional services, and comply with all applicable laws, rules, and regulations, both state and federal, relating to professional services, as contemplated hereby. F. Use of Copyrighted Material. The Engineer warrants that any materials provided by the Engineer for use by City pursuant to this Agreement shall not contain any proprietary material owned by any other party that is protected under the Copyright Act or any other law, statute, rule, order, regulation, ordinance or contractual obligation relating to the use or reproduction of materials. The Engineer shall be solely responsible for ensuring that any materials provided by the Engineer pursuant to this Agreement satisfy this requirement and the Engineer agrees to indemnify and hold City harmless from all liability or loss caused to City or to which City is exposed on account of the Engineer's failure to perform this duty. ARTICLE VI. SCOPE OF WORK The Engineer shall accomplish the following: Professional Services related to the Services, as provided in Exhibit "A", attached hereto and made a part hereof. ARTICLE VII. INDEPENDENT CONTRACTOR STATUS The Engineer and the City agree that the Engineer shall perform the duties under this Agreement as an independent contractor and shall be considered as independent contractor under this Agreement and/or in its activities hereunder for all purposes. The Engineer has the sole discretion to determine the manner in which the Services are to be performed. During the performance of the Services under this Agreement, the Engineer and the Engineer's employees and/or sub-consultants, 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. Page 3 of 11 ARTICLE VIII. INSURANCE The Engineer shall procure and carry, at its sole cost and expense through the life of this Agreement, except as otherwise provided herein, insurance protection as hereinafter specified, in form and substance satisfactory to the 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. The Engineer shall obtain and maintain in full force and effect during the term of this Agreement, and shall cause each approved subcontractor or sub- consultant of the 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: Per Occurrence Single Limit: $1,000,000 General Aggregate Limit: $2,000,000 Professional Liability: Combined Single Limit: $2,000,000 Automobile Liability: Combined Single Limit for any auto: $1,000,000 Per Occurrence Employer's Liability: Per Occurrence Single Limit: $1,000,000 Worker's Compensation Per Occurrence Single Limit: $500,000 The Engineer shall further cause any approved subcontractor or sub-consultant to procure and carry, during the term of this Agreement, the insurance coverage required of Engineer herein, including without limitation, Professional Liability coverage, protecting the City against losses caused by the professional negligence of the approved subcontractor or sub-consultant. The City shall be listed as a primary and noncontributory additional insured with respect to the Automobile Liability and Commercial General Liability and shall be granted a waiver of subrogation under those policies. The Engineer shall provide a Certificate of Insurance to the City as evidence of coverage. The Certifcate shall provide 30 days' notice of cancellation. A copy of the additional insured endorsement and waiver of subrogation attached to the policy shall be included in the Certificate. The Engineer shall elect to obtain worker's compensation coverage pursuant to Section 406.002 of the Texas Page 4 of 11 Labor Code. Further, the Engineer shall maintain said coverage throughout the term of this Agreement and shall comply with all provisions of Title 5 of the Texas Labor Code to ensure that the Engineer maintains said coverage. The Engineer may maintain Occupational Accident and Disability Insurance in lieu of Worker's Compensation. In either event, the policy must be endorsed to include a waiver of subrogation in favor of the City. If at any time during the life of the Agreement or any extension hereof, the Engineer fails to maintain the required insurance in full force and effect, the Engineer shall be in breach hereof and all work under the Agreement shall be discontinued immediately. Notwithstanding anything contained herein to the contrary, the professional liability policy shall be maintained at the Engineer's sole cost and expense. The retroactive date shall be no later than the commencement of the performance of this Agreement and the discovery period (possibly through tail coverage) shall be no less than 10 years after the completion of the Services provided for in this Agreement. The provisions of this Article VIII shall survive the termination or expiration of this Agreement. ARTICLE IX. EMPLOYMENT OF AGENTS/RETAINING OF CONSULTANTS The Engineer may employ or retain consultants, contractors, or third parties (any of which are referred to herein as"Sub-consultant"), to perform certain duties of Engineer, as set forth on Exhibit A, attached hereto, under this Agreement, provided that the City approves the retaining of Sub-consultants. The Engineer is at all times responsible to the City to perform the Services as provided in this Agreement and the Engineer is in no event relieved of any obligation under this Agreement upon retainage of any approved Sub-consultant. Any agent and/or Sub-consultant retained and/or employed by the Engineer shall be required by the Engineer to carry, for the protection and benefit of the City and the Engineer and naming said third parties as additional insureds, insurance as described above required to be carried by the Engineer in this Agreement. The Engineer represents that such services are either under applicable value thresholds or are otherwise exempt from notice and/or bid requirements under Texas Law. ARTICLE X. CONFIDENTIALITY The Engineer shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. ARTICLE XI. INDEMNITY TT�i ENGINEER SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF LUBBOCK AND ITS ELECTED OFFICIALS, OFFICERS, AGENTS, AND EMPLOYEES FROM ALL SUITS, ACTIONS, LOSSES, DAMAGES, CLAIMS, OR LIABILITY OF ANY KIND, CHARACTER, TYPE, Page 5 of 11 OR DESCRIPTION, INCLUDING WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, ALL EXPENSES OF LITIGATION, COURT COSTS, AND ATTORNEY'S FEES, FOR INJURY OR DEATH TO ANY PERSON, OR INJURY TO ANY PROPERTY, RECEIVED OR SUSTAINED BY ANY PERSON OR PERSONS OR PROPERTY, TO THE EXTENT ARISING OUT OF, RELATED TO OR OCCASIONED BY, THE NEGLIGENT ACTS OF THE ENGINEER, ITS AGENTS, EMPLOYEES, AND/OR SUBCONSULTANTS, RELATED TO THE PERFOItMANCE, OPERATIONS OR OMISSIONS UNDER THIS AGREEMENT AND/OR TH�' USE OR OCCUPATION OF CITY OWNED PROPERTY. TH� INDEMNITY OBLIGATION PROVt�?ED HEREIN SHALL SURVIVE THE EXPIRATION OR TERMINATION OF THIS AGREEMENT. ARTICLE XII. COMPLIANCE WITH APPLICABLE LAWS The Engineer shall comply with all applicable federal, state and local laws, statutes, ordinances, rules and regulations relating, in any way, manner or form, to the activities under this Agreement, and any amendments thereto. ARTICLE XIII. NOTICE A. General. Whenever notice from the Engineer to the City or the City to the Engineer is required or permitted by this Agreement and no other method of notice is provided, such notice shall be given by (1) actual delivery of the written notice to the other party by hand (in which case such notice shall be effective upon delivery); (2) facsimile (in which case such notice shall be effective upon delivery); or (3) by depositing the written notice in the United States mail, properly addressed to the other party at the address provided in this article, registered or certified mail, return receipt requested, in which case such notice shall be effective on the third business day after such notice is so deposited. B. Engineer's Address. The Engineer's address and numbers for the purposes of notice are: HDR Engineering, Inc. David Dunn, P.E. 4401 West Gate Blvd., Suite 400 Austin, Texas 78745 Telephone: (512) 791-3671 Email: david.dunn(c�hdrinc.com C. City's Address. The City's address and numbers for the purposes of notice are: Greg Baier, P.E. City of Lubbock P.O. Box 2000 1314 Avenue K Lubbock, Texas 79457 Telephone: 806-775-3513 Email: gbaier@mylubbock.us Page 6 of 11 D. Change of Address. Either party may change its address or numbers for purposes of notice by giving written notice to the other party as provided herein, referring specifcally to this Agreement, and setting forth such new address or numbers. The address or numbers shall become effective on the 15th day after such notice is effective. ARTICLE XIV. CITY-PROVIDED DATA AND RESPONSIBILITIES Provision of Data. The City shall furnish the Engineer non-confidential studies, reports and other available data in the possession of the City pertinent to the Engineer's Services, so long as the City is entitled to rely on such studies, reports and other data for the performance of the Engineer's Services under this Agreement (the "Provided Data"). The Engineer shall be entitled to use and rely, so long as such reliance is reasonable, upon all such Provided Data. ARTICLE XV. MISCELLANEOUS A. Captions. The captions for the articles and sections in this Agreement are inserted in this Agreement strictly for the parties' convenience in identifying the provisions to this Agreement and shall not be given any effect in construing this Agreement. B. Audit. The Engineer shall provide access to its corporate books and records to the City. The City may audit, at its expense and during normal business hours, the Engineer's books and records with respect to this Agreement between the Engineer and the City. C. Records. The Engineer shall maintain records that are necessary to substantiate the services provided by the Engineer. D. Assignability. The Engineer may not assign this Agreement without the prior written approval of the City. E. Successor and Assigns. This Agreement binds and inures to the benefit of the City and the Engineer, and in the case of the City, its respective successors, legal representatives, and assigns, and in the case of the Engineer, its permitted successors and assigns. F. Construction and Venue. THIS AGREEMENT SHALL BE GOVERNED BY AND CONSTRUED IN ACCORDANCE WITH THE LAWS OF THE STATE OF TEXAS. THIS AGREEMENT IS PERFORMABLE IN LUBBOCK COUNTY, TEXAS. THE PARTIES HERETO HEREBY 1KREVOCABLY CONSENT TO THE SOLE AND EXCLUSIVE JURISDICTION AND VENUE OF THE COURTS OF COMPETENT Page 7 of 11 JURISDICTION OF THE STATE OF TEXAS, COUNTY OF LUBBOCK, FOR THE PURPOSES OF ALL LEGAL PROCEEDINGS ARISING OUT OF OR RELATING TO THIS AGREEMENT OR THE ACTIONS THAT ARE CONTEMPLATED HEI�BY. G. Severability. If any provision of this Agreement is ever held to be invalid or ineffective by any court of competent jurisdiction with respect to any person or circumstance, the remainder of this Agreement and the application of such provision to persons and/or circumstances other than those with respect to which it is held invalid or ineffective shall not be affected thereby. H. Amendment. No amendment, modification, or alteration of the terms of this Agreement shall be binding unless such amendment, modification, or alteration is in writing, dated subsequent to this Agreement, and duly authorized and executed by the Engineer and the City. I. Entire Agreement. This Agreement, including Exhibits "A" through "B" attached hereto, contains the entire agreement between the City and the Engineer, and there are no other written or oral promises, conditions, warranties, or representations relating to or affecting the matters contemplated herein. J. No Joint Enterprise. Nothing contained herein shall be construed to imply a joint venture, joint enterprise, partnership or principal — agent relationship between the Engineer and the City. K. Documents Owned by City. Any and all documents, drawings and specifications prepared by Engineer as part of the Services hereunder, shall become the property of the City when the Engineer has been compensated as set forth in Article II, above. The Engineer shall make copies of any and all work products for its fles. L. Notice of Waiver. A waiver by either the City or the Engineer of a breach of this Agreement must be in writing and duly authorized 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. M. Third Party Activities. Nothing in this Agreement shall be construed to provide any rights or benefits whatsoever to any party other than the City and the Engineer. N. Non-Appropriation. All funds for payment by the City under this Agreement are subject to the availability of an annual appropriation for this purpose by the City. In the event of non-appropriation of funds by the City Council of the City of Lubbock for the services provided under the Agreement, the City will terminate the Agreement, without termination charge or other liability, on the last day of the then- current fiscal year or when the appropriation made for the then-current year for the services covered by this Agreement is spent, whichever event occurs first (the "Non-Appropriation Date"). If at any time funds are not appropriated for the continuance of this Agreement, cancellation shall be accepted by the Engineer on Page 8 of 11 thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this Agreement beyond the Non-Appropriation Date. O. Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist Organization Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City from entering into a contract with a vendor that is identified by The Comptroller as a company known to have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization P. No Boycott of Israel. Pursuant to Section 2271.002 of the Texas Government Code, a) This section applies only to a contract that: (1) is between a governmental entity and a company with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. Q. Texas Government Code 2274. By entering into this Agreement, Contractor verifes that: (1) it does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association or (2) the verifcation required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and will not discriminate during the term of the contract against a firearm entity or firearm trade association. R. Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott energy companies or (2) the veriiication required by Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott energy companies during the term of the Agreement. This verification is not required for an agreement where a governmental entity determines that these requirements are inconsistent with the governmental entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt obligations or the deposit, custody, management, borrowing, or investment of funds. S. Texas Public Information Act. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees to: (1) preserve all contracting information related to the contract as provided by the records retention Page 9 of 11 requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to the governmental body any contracting information related to the contract that is in the custody or possession of the entity on request of the governmental body; and (3) on completion of the contract, either: (A) provide at no cost to the governmental body all contracting information related to the contract that is in the custody or possession of the entity; or (B) preserve the contracting information related to the contract as provided by the records retention requirements applicable to the governmental body. T. Professional Responsibility. All architectural or engineering services to be performed shall be done with the professional skill and care ordinarily provided by competent architects or engineers practicing under the same or similar circumstances and professional license. Page 10 of 11 EXECUTED as of the Effective Date hereof. CITY OF LUBBOCK A EST: Courtney Paz, Crty Secre a TO CONTENT: Greg Baier; �E., Interim Director of Water Utilities APPROVED AS TO FORM: � S' , Deputy i ttorney 1'7� HDR : Warrix, P.E., Vig� President Email: todd.warrix@hdrinc.com Page 11 of 11 Exhibit A Strategic Water Supply Plan Update Scope of 5ervices Background In 2013, HDR Engineering, Inc. (HDR) assisted the City of Lubbock (the City) in developing the City's 2013 Strategic Water Supply Plan (SWSP). HDR assisted the City in updating the SWSP in 2018 and has been asked to assist the City in developing the 2023 SWSP. The SWSP contains projections of population and water demands for a 100-year planning horizon, analyses of currently available supplies, and evaluations of a wide range of water supply alternatives to meet future water supply shortages. In conjunction with City staff, HDR will develop a water supply plan using a combination of the water supply alternatives evaluated. Scope of Services HDR will update the 2018 SWSP to develop the 2023 SWSP. Water demand projections and analysis of water needs will be completed similarly to previous efforts. This update will also include additional detail in the evaluations of some current supplies and water supply strategies than was completed for the 2018 SWSP. This additional detail is intended to support development of a Purpose and Need (P&N) statement related to the potential development of the proposed Lake 7. Initial work on the 2023 SWSP was performed under a previous contract. The following Scope of Services will complete the work. Task 1: Project Management. a. HDR will provide project management activities under this task, including coordination, scheduling, budgeting, and accounting. Assumptions: a. None. Deliverables: a. Monthly invoices. Schedule: a. Ongoing through project completion. Strategic Water Supply Plan Update Exhibit A Page 1 of 7 Task 2. Water Conservation Strategies. a. HDR will update the information contained in Chapter 5 Water Conservation Strategies and Appendix C of the 2018 SWSP to reflect current practices by the City, recent data, and the City's most current Water Conservation Plan and Ordinance. b. The City will assist by providing necessary data for the update and confirming that specific water conservation strategies are still applicable. Assumptions: a. None. Deliverables: a. Report text and graphics to be included in the draft and iina12023 SWSP. Schedule: a. Report text and graphics to be completed concurrently with the draft 2023 SWSP. Information to be Provided bv the Cit� a. The City's current Water Conservation Plan and Ordinance. b. Updated data regarding the effectiveness of the City's water conservation efforts. Task 3. Updated Evaluations of Previous Supply Alternatives Considered. a. HDR will update evaluations of supply alternatives considered in the 2018 SWSP. Costs will be updated to 2023 dollars and where necessary, supplies will be updated to account for additional hydrologic data and other information that may be available. b. Evaluations of strategies described in "Chapter 11. Other Strategies Considered" of the 2018 SWSP will not be updated. Evaluations of the following water supply alternatives will be updated: 1. Reclaimed Water Strate� • Indirect Reuse o CR 7300 Diversion from the North Fork o South Fork Discharge to Lake Alan Henry o North Fork Diversion to Lake Alan Henry Pump Station • Direct Potable Reuse o SEWRP to the NWTP o SEWRP to the SWTP o NWWRP to NWTP o NWWRP to Pump Station 9 o Lubbock Land Application Site (LLAS) Groundwater Potable Reuse Strategic Water Supply Plan Update Exhibit A Page 2 of 6 2. Groundwater Strategies • Roberts County Wellfield Capacity Maintenance • Bailey County Wellfield Capacity Maintenance • Roberts County Wellfield New Transmission Line 3. Aquifer Stora�e and Recovery (ASR) Strate� • Reclaimed ASR to NWTP • Reclaimed ASR to SWTP • CRMWA Supplies to ASR 4. Surface Water Strategies • Lake Alan Henry Phase II • Jim Bertram Lake 7 • Post Reservoir • North Fork Scalping Operation to Lake Alan Henry Assumptions: a. Supply strategies to be evaluated are limited to the above list. Deliverables: a. Report text and graphics to be included in the draft and fina12023 SWSP. Schedule: a. Updated evaluations will be completed within one month of NTP. Information to be Provided bv the Citv: a. The City will provide any updated information pertinent to the supplies from and costs of the water supply strategies to be evaluated. Task 4. Scoring and Ranking of Alternative Supply Strategies. a. HDR will coordinate with the City to modify the scoring/ranking methodology used in the 2018 SWSP to account for any changes in City priorities. b. HDR will update the scoring and ranking of the supply strategies evaluated using the modified scoring and ranking methodology. Assumptions: a. None. Deliverables: a. HDR will lead a workshop in person with the City to review and update the scoring/ranking methodology to be used. Strategic Water Supply Plan Update Exhibit A Page 3 of 6 b. Report text and graphics to be included in the draft and fina12023 SWSP. Schedule: a. Meeting to review and update the scoring/ranking methodology to be held within one month following completion of Task 3. b. Report text and graphics to be completed concurrently with the draft 2023 SWSP. Information to be Provided by the Cit,� a. Updated information regarding the City's priorities with regard to the scoring and ranking of potential water supply projects. Task 5. Water Supply Plan. a. HDR will develop a single water supply plan using a combination of the water supply alternatives evaluated. b. HDR will determine the iinancial impact of the water supply plan following the methodology used for the 2018 SWSP. Assumptions: a. The water supply plan will be developed considering draft practicability scores from Task 5 of the Lake 7 Pre-App Services (under separate contract). Deliverables: a. Report text and graphics to be included in the draft and fina12023 SWSP. b. HDR will lead a remote meeting to discuss the various options for combining strategies into the water supply plan. Schedule: a. HDR will develop the water supply plan within one month following completion of Task 4. b. Report text and graphics to be completed concurrently with the draft 2023 SWSP report. Information to be Provided by the Cit� a. Updated information regarding the City's rates and utility financial structure. Task 6. Project Report. a. HDR will prepare a draft report in PDF format and provide the draft report to the City's legal counsel for review. b. I-�DR will consider the comments provided by the City's legal counsel and will prepare a second draft report in PDF format for City staff review. c. The City will distribute the draft report amongst City staff as appropriate for review and provide a compiled, coordinated set of comments regarding the draft report. Strategic Water Supply Plan Update Exhibit A Page 4 of 6 d. I-T�R will address the City's comments into a final report and provide the final report in electronic (PDF) file format. Assumptions: a. None. Deliverable: a. Draft and Fina12023 SWSP report in PDF format. Schedule: a. HDR will provide the Draft 2023 SWSP report for legal counsel review within 1 month following completion of Task 5. b. HDR will provide the updated Draft 2023 SWSP report for City review within 1 month following receipt of comments from the legal counsel review. c. The City will provide review comments within one month following receipt of the draft report. d. HDR will provide the Final 2023 SWSP report within three weeks of receipt of City comments. Information to be Provided bv the Cit� a. Compiled set of review comments. Task 7. Present Findings to the Lubbock Water Advisory Commission (LWAC). a. HDR will present the iindings of the iina12023 SWSP to the LWAC at a day/time selected by the City, but within two months of submission of the Fina12023 SWSP. b. HDR will provide a draft of the PowerPoint presentation of the findings and conclusions of the work effort for review by the City's legal counsel. c. HDR will prepare an updated presentation reflecting the comments made by the City's legal counsel. d. HDR will provide a draft of the updated presentation of the findings and conclusions of the work effort for review by City staff prior to presentation to the LWAC. Assumptions: a. One HDR staff inember will attend the presentation and be available to answer questions. Deliverables: a. PowerPoint presentation summarizing the work effort for presentation to the LWAC. Schedule: a. Within three months of submission of the Final SWSP report. Strategic Water Supply Plan Update Exhibit A Page 5 of 6 Information to be Provided bv the Citv: a. Review of draft presentation. Schedule The scope of services described above will be completed and the draft report submitted to the City's legal counsel for review within 4 months following NTP. Interim project milestones are identiiied within each task description. Strategic Water Supply Plan Update Exhibit A Page 6 of 6 Exhibit B Strategic Water Supply Plan Update Budget CITY and ENGINEER have established a lump sum fee of $84,522.86 to complete all services under this Contract. Estimated fee is broken out by task as shown below. This amount will not be exceeded without a contract amendment. Estimated fees for each task represent the ENGINEER'S best estimate of the level of effort required to complete the tasks. The lump sum fee will be billed on a monthly basis based on the percentage complete for each task. ENGINEER agrees to complete these services as delineated above. If a change in Scope of Services or Time of Performance becomes necessary, an amendment to this contract shall be negotiated at that time. The following table summarizes the fee estimated to be required to complete the above scope of work. Task Task Description Lump Sum Fee 1 Project Management $3,500.00 2 Water Conservation Strategies $4,000.00 3 Updated Evaluations of Supply Alternatives $15,100.86 4 Scoring and Ranking of Alternatives $5,000.00 5 Water Supply Packages $8,000.00 6 Project Report $37,922.00 7 LWAC Presentation $11,000.00 Total Fee $84,522.86 Strategic Water Supply Plan Update Exhibit B Page 1 of 1