Loading...
HomeMy WebLinkAboutResolution - 2013-R0347 - Agreement - Alan Plummer Associates Inc.- Disinfection System For Well Field - 10/24/2013Resolution No. 2013-RO347 n.,4"—I r-.�...� ,— n n In VI. LV UCL L,i, LV1_7 Item No. 5.4 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 Agreement No. 11217 to design disinfection system improvements for the Bailey County Well Field, by and between the City of Lubbock and Alan Plummer Associates, Inc., of Fort Worth, Texas, 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 GLE . ROBERTSON, MAYOR ATTEST: kcca Garza, City Secreta APPROVED AS TO CONTENT: R. Keith Smith, P.E., Director of Public Works APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney vwxcdocs! RES. PSA -Alan Plummer & Assoc September 26, 2013 Resolution No. 2013—RO347 PROFESSIONAL SERVICES AGREEMENT This Professional Services Agreement ("Agreement") for the Bailey County Well Field Disinfection System Improvements is entered into this 24th day of October , 2013, 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 with public water treatment plants and related infrastructure necessary to design the Bailey County Well Field Disinfection System Improvements (the "Project"), more specifically described as follows: City intends to design disinfection system improvements for the Bailey County Well Field. The design will be in accordance with the Texas Commission on Environmental Quality (TCEQ) requirements. Engineer will perform structural, mechanical, SCADA, and electrical/instrumentation design associated with the disinfection system improvements. Engineer is to provide preliminary design for the disinfection system improvements and advertisement/bid phase services WHEREAS, Engineer has demonstrated competence and qualifications to perform the Services, as defined below, and will perform the Services for the price provided herein, said price stipulated by City and Engineer to be a fair and reasonable price; WHEREAS, the City desires to contract with Engineer to perform services related to the Project and Engineer desires to provide the services related to same. NOW, THEREFORE, for good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the City and Engineer agree as follows: ARTICLE I Services 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"). 1.02 Engineer's Personnel at the Project Site: The presence or duties of the Engineer's personnel at the Project site, whether as on-site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to City and/or to other contractors, subcontractors, or other entities, and do not relieve the other contractors, subcontractors, or other entities of their obligations, duties, and responsibilities, including, but not limited to, all methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the work of those parties in accordance with their contract requirements and any health or safety precautions required by such work. The Engineer and its personnel have no authority to exercise any control over any contractor, subcontractor, or other entity or their employees in connection with their work or any health or safety precautions and have no duty for inspecting, noting, observing, correcting, or reporting on health or safety deficiencies of any contractor, subcontractor, or other entity or any other persons at the Project site except Engineer's own personnel. Conditions which may appear unsafe to the Engineer will be reported to the Contractor and the City. -2- 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 a not to exceed amount of $320,717 as provided in Exhibit `B". Billing rates for time and materials portions are provided in Exhibit "C," attached hereto. The materials and labor amounts shall be invoiced to the City monthly for work performed. 2.02 This Agreement shall expire five hundred forty (540) calendar days following Notice to Proceed. 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 timely 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 If the Engineer determines that additional time is required to complete the Services, the City Engineer may execute an agreement to grant up to an additional six (6) months of time so long as the amount of the consideration does not increase. An amendment to this agreement resulting in any increase in the amount of the consideration must be approved by the City acting through its governing body. -3- ARTICLE III Independent Contractor 3.01 It is understood and agreed that Engineer is to perform the Services in a sound 4.01 and professional manner and exercising the degree of care, skill and diligence in the performance of the Services as is exercised by a professional engineer under similar circumstances and Engineer hereby represents to the City that the Services shall be so performed. Further, Engineer is and shall be considered at all times an independent contractor under this Agreement and/or in its service, hereunder. During the performance of the Services under this Agreement, Engineer and Engineer's employees will not be considered, for any purpose, employees or agents of the City within the meaning or the application of any federal, state or local law or regulation, including without limitation, laws, rules or regulations regarding or related to unemployment insurance, old age benefits, workers compensation, labor, personal injury or taxes of any kind. ARTICLE IV Events of Default/Remedies a. City's Defaults/Engineer's Remedies In the event the City shall default in the performance of any term or provision of this Agreement for any reason other than failure by Engineer to perform hereunder, Engineer may, if said default shall be continuing after five (5) days notice of such default is deemed received by the City, exercise any right or remedy available to it by law, contract, equity or otherwise. b. Engineer's Defaults/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 -4- failure by the City to perform hereunder, the City may, if said default shall be continuing after five (5) days notice of such default is deemed received by Engineer, exercise any right or remedy available to it by law, contract, equity or otherwise, including without limitation, specific performance and/or the right to terminate this Agreement without additional notice. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this document, this provision shall control. 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, commercial general liability and automobile liability coverage with insurance carriers admitted to do business in the state of Texas. The -5- insurance companies must carry a Best's Rating of A -VII or better. The policies will be written on an occurrence basis, subject to the following minimum limits of liability: 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 on 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 additional insured with respect to the Automobile Liability and Commercial General Liability on a primary and non contributory basis to include product-comp/op and provide a waiver of subrogation in favor of the city of Lubbock 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. Engineer shall elect to obtain worker's compensation coverage pursuant to Section 406.002 of the Texas Labor Code. Further, 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 C.� maintains said coverage. Any termination of workers' compensation insurance coverage by Engineer or any cancellation or non -renewal of workers' compensation insurance coverage for the Engineer shall be material breach of this contract. 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, arising from, or related to Engineer's use or occupation of City owned lands, and/or any matter related to Engineer's activities, performances, 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. -7- ARTICLE VI Miscellaneous 6.01 Engineer shall comply with applicable laws, statutes, regulations, ordinances, rules and any other legal requirement related to, in any way, manner or form, the performance of the Services contemplated herein at the time services are performed. 6.02 Any notice required by this Agreement shall be deemed to be properly served, if (i) provided in person or by telephonic facsimile; or (ii) deposited in the United States mail by certified letter, return receipt requested, addressed to the recipient at recipient's address shown below, subject to the right of either party to designate a different address by notice given in the manner just described. Notice shall be deemed to be received when delivered if provided in person or by telephonic facsimile or, if deposited in the United States mail, as set forth above, three (3) days after depositing such notice in the United States mail, as set forth above. For City: John Turpin, P.E. City of Lubbock P.O. Box 2000 Lubbock, Texas 79457 Facsimile: (806) 775-2051 For Engineer: David A. Gudal, P.E. Alan Plummer Associates, Inc. 1320 South University Drive, Suite 300 Fort Worth, Texas 76107 Facsimile No. (817) 870-2536 -9- 6.03 THIS AGREEMENT IS TO BE CONSTRUED UNDER TEXAS LAW WITHOUT REGARD TO CONFLICT OF LAW RULES THAT WOULD DIRECT APPLICATION OF THE LAWS OF ANY OTHER JURISDICTION. THE OBLIGATIONS OF THE PARTIES CREATED BY THIS AGREEMENT ARE PERFORMABLE, AT LEAST IN PART, IN LUBBOCK COUNTY, TEXAS. VENUE FOR ANY ACTION BROUGHT PURSUANT TO THIS AGREEMENT, OR ACTIVITY CONTEMPLATED HEREBY, SHALL EXCLUSIVELY BE IN LUBBOCK COUNTY, TEXAS. 6.04 This Agreement, including the exhibits and attachments hereto, represents the entire and sole agreement between the City and Engineer with respect to the subject matter hereof and supersedes any and all prior negotiations, understandings, representations or other agreements, whether written or oral. This Agreement may not be modified or amended except in writing and duly executed by each party hereto. 6.05 Nothing contained herein shall be construed to imply a joint venture, joint enterprise, partnership or principal — agent relationship between Engineer and the City. 6.06 If any provision of this Agreement is declared invalid or unenforceable, such provision shall be deemed modified to the extent necessary to render it valid and enforceable so long as said modification is reasonably within the intent the parties as originally expressed. In the event such provision may not be so modified, the unenforceability or invalidity of any provision shall not affect any other provision of this Agreement, and this Agreement shall continue in force and effect as if such provision had not been included in this Agreement. N 6.07 Any and all final documents, drawings and specifications prepared by Engineer as part of the Services hereunder, shall become the property of the City when Engineer has been compensated as set forth in Section 2.01, 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. 6.08 A waiver by either City or Engineer of a breach of this Agreement must be in writing to be effective. In the event either party shall execute and deliver such waiver, such waiver shall not affect the waiving party's rights with respect to any other or subsequent breach. 6.09 Except as otherwise provided herein, neither City nor Engineer may assign or subcontract any part of the Services under this Agreement, in whole or in part, without the written consent of such assignment by the non -assigning party. Engineer may, subject to the right of approval by the City, subcontract certain of the Services to highly qualified professionals. The 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. 6.10 Nothing in this Agreement shall be construed to provide any rights or benefits whatsoever to any party other than City and Engineer. Engineer represents and warrants to City that it has taken all actions necessary to authorize the party executing this Agreement to bind, in all respects, Engineer to all terms and provisions of this Agreement, and that such person possesses authority to execute this Agreement and bind Engineer hereto. -10- IN WITNESS WHEREOF, the parties have executed this Agreement by their duly authorized representatives as of the date first written above. ATTEST: ALAN PLUMMER ASSOCIATES, INC. 92aJ't.Aj1 By: Name: David A. Gudal, P.E. Title: Principal CITY OF LUBBOCK Glen oberts ,-Mayor RRebe,ca Garza, City Secret TO CONTENT: L. Wod�ranklin, P.E., City Engineer P. ohn Turpin, P.fj, Chief Water Utilities Engineer APPROVED AS TO FORM: City Attorney 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: BAILEY COUNTY WELL FIELD DISINFECTION SYSTEM IMPROVEMENTS The purpose of this Agreement is to: • Provide design and advertisement/proposal phase services for new disinfection facilities at the Bailey County Well Field. Scope of Services The Engineer agrees to furnish the City with the following specific services: BASIC ENGINEERING SERVICES 1. Preliminary Design and Evaluations 1.1. Disinfection Evaluation and Preliminary Design 1.1.1. The Engineer will summarize two (2) years of the following data provided by the City in Microsoft Excel format: 1.1.1.1. Bailey County potable water flow. 1.1.1.2. Chlorine doses at each feed point. 1.1.1.3. Ammonia doses at each feed point. 1.1.1.4. Chlorine residual (free and/or total) measured at each sample location. 1.1.1.5. pH at each sample location. 1.1.1.6. Temperature at each sample location. 1.1.2. The Engineer will establish design criteria for the following storage and feed systems: 1.1.2.1. 12.5 -percent sodium hypochlorite. 1.1.2.2. Liquid ammonium sulfate. 1.1.3. The Engineer will determine size of storage and feed facilities for the following systems: 1.1.3.1. 12.5 -percent sodium hypochlorite system. 1.1.3.2. Liquid ammonium sulfate system. 1.1.4. The Engineer will develop preliminary process and instrumentation diagrams (P&IDs) and prepare operation and control descriptions for the following: 1.1.4.1. 12.5 -percent sodium hypochlorite storage and feed system. 1.1.4.2. Liquid ammonium sulfate storage and feed system. 'texas Registered Engineering Firm F-13 1 of 14 \\ftw2.ftw.apai\share\busdev\proposals\proposals 2013\2013-008- 00_lubbock_bailey_county_well field disinfection _ system_improvernenls\contract\2013-008-00 exhibita b c .2013-09-17 docx LI V'VII VIL�..Lp11 V'C VL4`V ICL /A1��LL�VIL[V'T City of Lubbock, Texas Bailey County Well Field Disinfection System Improvements 1.1.5. Since the disinfection strategy at the Bailey County Well Field is unchanged, the Engineer will not perform disinfection contact time (CT) calculations. 1.1.6. Deliverables: 1.1.6.1. The Engineer will furnish the City with the following: 1.1.6.1.1 1.1.6.1.2. 1.2. Meetings and Workshops 12.5 -percent sodium hypochlorite storage and feed system P&ID and operation and control memorandum. Liquid ammonium sulfate storage and feed systems P&ID and operation and control memorandum. 1.2.1. Kick-off Meeting and Review Meeting 1.2.1.1. The Engineer will attend a combination kick-off and review meeting with the City at the City's facility. Representatives from the Engineer will include the principal -in -charge, project manager, and lead project engineer. 1.2.1.2. This meeting will review the following items: 1.2.1.2.1. Scope of work. 1.2.1.2.2. Discuss the work plan. 1.2.1.2.3. Verify the City's requirements for the Project. 1.2.1.2.4. Review the schedule for the Project. 1.2.1.2.5. Review Project deliverables, workshops, and meetings. 1.2.1.2.6. Review the preliminary design package as described above. 2. Detailed Design — Bailey County Disinfection Improvements 2.1. The Engineer shall prepare, for approval by the City, drawings, and specifications setting forth in detail the 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. The Engineer will re -perform any service not meeting this standard of care without additional compensation. 2.2. The Engineer will assist the City in preparation of necessary request for proposal information and proposal forms. The Engineer will utilize the City's front end documents (Division 0, which includes the request for proposal requirements, contractual terms and conditions, etc.). These documents will be prepared by the City's Purchasing Department with input from the Engineer. Input from the Engineer will primarily be on the bid tabulation form. 2of14 \\ftw2.ftw.apai\share\busdev\proposals\proposals_2013\2013-008- 00_lubbock_bailey_county_wel1_fie1d_disinfec1ion_syslem_improvements\contract\2013-008-00_exhibita_b_c_2013-09-17.docx C1N%.JIPICC1%IIV%'` CL-INV1r`C Ar`I�CC�AEKIT LIYVt1YLL1 \IIYV VLI\V IVC flVl\CLIVI IV 1 City of Lubbock, Texas Bailey County Well Field Disinfection System Improvements 2.3. Definition of Design Levels: 2.3.1. Level I — This package will include the following: 2.3.1.1. Mechanical drawings (plans and sections) of Project components. 2.3.1.2. Civil drawings consisting of piping, piping connections, etc. 2.3.1.3. Process and instrumentation diagrams. 2.3.1.4. Technical specifications for major equipment items (Division 11). 2.3.2. Level III — This package will include the following: 2.3.2.1. Level I package. 2.3.2.2. Structural drawings. 2.3.2.3. Electrical drawings. 2.3.2.4. Instrumentation drawings. 2.3.2.5. Technical specifications for Division 1 through 17. 2.3.2.6. Recommended comments to City's front-end documents. 2.4. The Engineer will finalize process and instrumentation diagrams (P&IDs) and prepare operation and control descriptions for the following: 2.4.1. 12.5 -percent sodium hypochlorite storage and feed system. 2.4.2. Liquid ammonium sulfate storage and feed system. 2.5. The Engineer will prepare a construction sequence for the project activities. This construction sequence will be reviewed by the City and then incorporated into the contract documents. 2.6. The Engineer will provide detailed design for the following facilities: 2.6.1. 12.5 -percent Sodium Hypochlorite 2.6.1.1. Storage facilities, including metal roof (sun shield) and wind/visual block walls. 2.6.1.1.1. Storage and containment will be sized for two (2) fiberglass reinforced plastic storage tanks. 2.6.1.2. Feed facilities, including a new pre -cast concrete building for feed systems. 2.6.1.2.1. The new pre -cast concrete building will be sized to house the following items: 2.6.1.2.1.1. One (1) sodium hypochlorite feed skid and associated piping. 2.6.1.2.1.2. Two (2) mixing pumps, control systems, piping, and valves. These pumps are part of the hydraulic mixing system for the primary feed point vaults. 3 of 14 \\fiw2.ftw.a1)ai\share\busde0proposaIs\proposaIs_2013\2013-008- 00_1ubbock_bai1ey_c0unty_we11_field_disinfection_system_improvem ents\contract\2013-008-00_exhibita_b_c_2013-09-17.docx ENGINEERING CSR AGR`=KA`K1T City of Lubbock, Texas Bailey County Well Field Disinfection System Improvements 2.6.2. Liquid Ammonium Sulfate 2.6.2.1. Storage facilities will be located at the modified chlorine building and storage area and will include a metal roof (sun shield) and wind/visual block walls. 2.6.2.1.1. Storage and containment will be sized for two (2) fiberglass reinforced plastic storage tanks. 2.6.2.2. Feed facilities will be located at the modified chlorine building and storage area. 2.6.2.2.1. The existing chlorine building will be modified to house one (1) liquid ammonium sulfate feed skid and associated piping and all chlorine (free and total) analyzers. 2.6.3. Piping and Valve Modifications 2.6.3.1. Replace three (3) buried pump station isolation gate valves that are leaking. 2.6.3.2. Replace the globe valve. It is assumed that the existing vault is adequate and will be reused for the new valve. 2.6.3.3. Two connections (one upstream and one downstream of existing vaults) with ability to fully isolate existing and proposed vaults. 2.6.3.4. One (1) meter vault with flanged magnetic flow meter. 2.6.3.5. One (1) chemical feed and mixing vault that will contain the following elements: 2.6.3.5.1. Upstream chlorine/chloramine sample. 2.6.3.5.2. Sodium hypochlorite injection. 2.6.3.5.3. Hydraulic mixing elements (nozzle and piping) for the sodium hypochlorite injection. 2.6.3.5.4. Chlorine/chloramine sample. 2.6.3.5.5. Liquid ammonium sulfate injection. 2.6.3.5.6. Hydraulic mixing elements (nozzle and piping) for the liquid ammonium sulfate injection. 2.6.3.5.7. Chlorine/chloramine samples. 2.6.3.6. The existing vaults and piping will remain in place with no modifications. 2.6.3.7. The ground water piping into the ground storage tank shall be modified. The following pipelines shall be connected such that all flows pass through one common, existing inlet on the western side of the tank: 2.6.3.7.1. 30 -inch supply from the north (downstream of the 8 -inch well line) that enters the ground storage tank on the north side. 4 of 14 \\ftw2.ftw.apai\share\busdev\proposals\proposaIs_2013\2013-008- 00_lubbock_bailey_county_well_field_disinfection_system_improvements\contract\2013.008.00_ exhibita_b_c_2013-09-17 docx /Ir`C At-OCCIACKM LE1AvIvInACuAIIIAvSEA\V IVISrwI%"L-1vIL_1141 City of Lubbock, Texas Bailey County Well Field Disinfection System Improvements 2.6.3.7.2. 18 -inch bypass line from the north that enters the ground storage tank on the west. 2.6.3.7.3. Two lines from the west that enter the ground storage tank on the west. 2.6.3.8. Ground Storage Tank Chemical Feed Vault 2.6.3.8.1. One (1) chemical feed vault shall be designed near the western existing common inlet so that all flows entering the tank can be dosed with chlorine and ammonia. It is assumed that flow metering is existing for all of these incoming streams and that a flow meter is not required at this vault. 2.6.3.8.2. The vault will be sized to house the following items: 2.6.3.8.2.1. Sodium hypochlorite injection. 2.6.3.8.2.2. Hydraulic mixing elements (nozzle and piping) 2.6.4. Electrical, Instrumentation, and SCADA 2.6.4.1. The Engineer will include all necessary electrical, instrumentation, and SCADA improvements for the above described facilities. It is assumed that the existing electrical gear can accommodate the sodium hypochlorite, liquid ammonium sulfate, and mixing systems without the need for additional switchgear, panel -boards, and other equipment. The intent is to provide 480 VAC from the switch -board area to a new panel -board for these systems. No improvements will be made to the existing switchgear, panel - boards, other electrical panels, or to the emergency power systems (including the mobile generator). 2.6.4.2. The existing ammonia building will be repurposed to house the necessary electrical and instrumentation equipment building for these improvements. 2.6.5. Structural Services 2.6.5.1. The Engineer will provide structural services for the facilities described above. 5of14 \\ftw2.ftw.apai\share\busdev\proposals\proposaIs_2013\2013-008- 00_lubbock_bailey_county_well_field_disinfection_system_improvements\contrac1\2013.008-00_exhibita b c 2013-09-17 docx for the sodium hypochlorite injection. 2.6.3.8.2.3. Chlorine/chloramine sample. 2.6.3.8.2.4. Liquid ammonium sulfate injection. 2.6.3.8.2.5. Hydraulic mixing elements (nozzle and piping) for the liquid ammonium sulfate injection. 2.6.3.8.2.6. Chlorine/chloramine sample. 2.6.3.8.2.7. Two (2) hydraulic mixing pumps. 2.6.4. Electrical, Instrumentation, and SCADA 2.6.4.1. The Engineer will include all necessary electrical, instrumentation, and SCADA improvements for the above described facilities. It is assumed that the existing electrical gear can accommodate the sodium hypochlorite, liquid ammonium sulfate, and mixing systems without the need for additional switchgear, panel -boards, and other equipment. The intent is to provide 480 VAC from the switch -board area to a new panel -board for these systems. No improvements will be made to the existing switchgear, panel - boards, other electrical panels, or to the emergency power systems (including the mobile generator). 2.6.4.2. The existing ammonia building will be repurposed to house the necessary electrical and instrumentation equipment building for these improvements. 2.6.5. Structural Services 2.6.5.1. The Engineer will provide structural services for the facilities described above. 5of14 \\ftw2.ftw.apai\share\busdev\proposals\proposaIs_2013\2013-008- 00_lubbock_bailey_county_well_field_disinfection_system_improvements\contrac1\2013.008-00_exhibita b c 2013-09-17 docx LE- lvlviNLE- LE- Aii��C QCONI CM wOCCRACiwT City of Lubbock, Texas Bailey County Well Field Disinfection System Improvements 2.6.6. Ventilation Systems 2.6.6.1. The Engineer will provide ventilation design for the following items: 2.6.6.1.1. Vaults. 2.7. Opinion of Probable Construction Cost 2.7.1. The Engineer will submit to the City an opinion of probable construction cost which shall be based on calculated quantities such as areas or volumes, or other unit costs which indicate 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 costs, financial analysis, economic feasibility projections, and schedules for the Project, the Engineer has no control over cost or price of labor and materials; unknown conditions of existing equipment or structures that may affect operation and maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by third parties; quality, type, management, or direction of operation 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. 2.8. Meetings and Workshops 2.8.1. Review Meeting No. 1 (Level I Design) 2.8.1.1. The Engineer will attend a review meeting with the City at the City's facility. Representatives from the Engineer will include project manager. 2.8.1.2. This meeting will review the Level I drawings and specifications. 2.8.2. Review Meeting No. 2 (Level III Design) 2.8.2.1. The Engineer will attend a review meeting with the City at the City's facility. Representatives from the Engineer will include the project manager. 2.8.2.2. This meeting will review the Level III drawings and specifications. 2.9. Deliverables: 2.9.1. The Engineer will furnish the City with the following for each meeting and workshop: 2.9.1.1. Electronic copy (Adobe Portable Document Format) of the meeting agenda seven (7) days prior to each meeting. 2.9.1.2. Meeting notes seven (7) days after each meeting. 2.9.1.3. Half-size drawings (11" x 17") —four (4) sets. 2.9.1.4. Specifications — four (4) sets. 6 of 14 \\ftw2.ftw.apai\share\busdev\proposals\proposals_2013\2013-008- 00_lubbock_bailey_county_well_field_disinfeclion_system_improvements\contract\2013-008-00_exhibita_b_c_2013-09-17.docx CZMDX CC wDCMAAMKIIT City of Lubbock, Texas Bailey County Well Field Disinfection System Improvements 2.9.2. Final Plans 2.9.2.1. The Engineer will furnish the City with the following final documents: 2.9.2.1.1. Half-size drawings (11" x 17") —four (4) sets. 2.9.2.1.2. Full-size drawings (22" x 36") — two (2) sets. 2.9.2.1.3. Specifications — six (6) sets. 2.9.2.1.4. Electronic Adobe Portable Document Format (half-size drawings, full-size drawings, and specifications). 3. Advertisement and Proposal Phase Services 3.1. Advertisement 3.1.1. The Engineer will assist the City in securing proposals, issuing notice to offerors, and notifying construction news publications of the Project. 3.1.2. The notice to offerors will be furnished to the City for publication in the local news media. The cost for publication shall be paid by the City. 3.1.3. The City will handle distribution of the request for proposal documents (drawings, technical specifications, and contract documents). 3.1.4. The Engineer will participate in one (1) pre -proposal conference at locations designated by the City. 3.1.5. The Engineer will respond to requests and prepare addenda for the City issue, as required. 3.2. Proposal Opening 3.2.1. The Engineer will not attend the proposal opening. 3.3. Proposal Review and Recommendation 3.3.1. The Engineer shall participate with the City in one (1) meeting to review and evaluate the proposals submitted for the Project at a location designated by the City. 3.3.2. The Engineer will review the proposals based on the criteria established in the request for proposals. 3.4. Conformed Specifications and Drawings 3.4.1. The Engineer shall prepare conformed specifications and drawings based upon the addenda issued during the advertisement. 3.4.2. Deliverables: 3.4.2.1. The Engineer will furnish the City with the following: 3.4.2.1.1. Full-size drawings (22" x 36") — two (2) sets. 3.4.2.1.2. Half-size drawings (11" x 17") —four (4) sets. 3.4.2.1.3. Specifications — six (6) sets. 7 of 14 \\ftw2.ftw.apai\share\busdev\proposa Is\proposals_2013\2013-008- 00_lubbock_bailey_county_well_field_disinfeclion_system_improvements\contract\2013008.00_exhibita_b_c_2013-09-17.docx En G-1.NEERlnir SESPAW10E AG'REEnnEnlT City of Lubbock, Texas Bailey County Well Field Disinfection System Improvements 3.4.2.1.4. Adobe Portable Document Format (PDF) files of the drawings and specifications. 3.4.2.2. The Engineer will furnish the contractor with the following: 3.4.2.2.1. Full-size drawings (22" x 36") — ten (10) sets. 3.4.2.2.2. Half-size drawings (11" x 17") — zero (0) sets. 3.4.2.2.3. Specifications — ten (10) sets. 3.4.2.2.4. Adobe Portable Document Format (PDF) files of the drawings and specifications. 3.4.2.3. The Engineer will furnish eight (8) sets of contract documents (specifications) for execution by the City and contractor. Three (3) copies will be delivered to each the City and the contractor. The remaining two (2) copies will be retained by the Engineer. 4. Project Management 4.1. The Engineer will provide project management activities to properly plan the work, sequence, manage, coordinate, schedule, and monitor the scope tasks and completion of the tasks. 4.2. The Engineer will prepare a project management plan including scope, budget, schedule, communication plan, project team, and file organization. 4.3. The Engineer will conduct internal team coordination meetings as required to accomplish the work. 4.4. The Engineer will provide monthly status updates to the City describing and showing the percent complete for scope and tasks and issues, budget status, and schedule. 4.5. The Engineer will coordinate, prepare, and reviewing monthly invoices for payment. 4.6. The Engineer will maintain and update, on a monthly basis, the following items: 4.6.1. Action item log. 4.6.2. Decision log. 4.6.3. Project change log. ADDITIONAL SERVICES Additional 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: 5. Geotechnical Engineering and Surveying Services 5.1. Geotechnical Services 5.1.1. The Engineer will perform soil borings at the Project site for design. 5.1.2. The Engineer will perform soil testing and develop foundation design parameters for facilities and structures for the Project. 8of14 \\ftw2.ftw.apai\share\busdev\proposals\proposaIs_2013\20'13-008- 00_lubbock_bailey_county_well._field_disinfection_syslem_improvements\contract\2013-008-00_exliibita _b_ c_2013.09-17.docx ENGINEERING SERWICB AGREEMENT City of Lubbock, Texas Bailey County Well Field Disinfection System Improvements 5.1.3. 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. 5.1.4. Because of the inherent uncertainties in subsurface evaluations, changes or unanticipated underground conditions may occur that could affect the total Project cost and/or execution. Such changed conditions and cost/execution effects are not the responsibility of the Engineer. 5.2. Surveying 5.2.1. The Engineer will perform surveying for the Project site. 5.2.2. It is assumed that no easements are necessary for this Project. 5.2.3. It is assumed that no county, State of Texas, or railroad crossing permits are required for this Project. SPECIAL SERVICES Special services may be performed by the Engineer, if authorized by the City, which are not included in the above-described Basic Engineering Services, as described below: 1. Preparing applications and supporting documents for grants, loans, or planning advances for providing data for detailed applications. 2. Providing additional copies of reports, drawings, specifications, and contract documents. 3. Preparing environmental impact statements, storm water discharge permits, and 404 permit applications, except as specifically included in the Basic Engineering Services. 4. Appearing before regulatory agencies or courts as an expert witness in any litigation with third parties other than condemnation proceedings arising from the development or construction of the Project, including the preparation of engineering data and reports for assistance to the City. 5. Investigations involving detailed consideration of operation, maintenance, and overhead expenses, and the preparation of rate schedules, earnings and expense statements, feasibility studies, appraisals, evaluations, assessment schedules, and material audits for inventories required for certifications by force account performed by the City. 6. Payment of fees for permit applications and publication of notices. 7. Public relations activities and consulting services. 9 of 14 \\ftw2.ftw.apai\share\busdev\proposals\proposals_2013\2013-008- 00_lubbock—ba iley_county_well_field_disinfection_syslem_improvements\contract\2013-008-00_exhibi ta_b_c_2013-09-17.docx I=nl('ZIKIPP G, SiERVICIE 4rA��KA=KIT Vl-NV%V IVVV3 %VIVIVI11 1 City of Lubbock, Texas Bailey County Well Field Disinfection System Improvements 8. Any other additional services that maybe required by the City for completion of the Project that are not included in the Basic Engineering Services such as detailed design of power recovery facilities. 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 connect be defined sufficiently at this time to establish the maximum compensation. 10. Providing construction phase services that include general construction administration, resident project representation, and/or limited onsite project representation. 11. Providing post construction services that include warranty assistance and preparation of an operation and maintenance manual for the project components. Special Engineering Services, which may be required by the City, shall be based on the actual hours and costs in accordance with Exhibit C. No work will be undertaken with this item without specific written authorization from the City. 10 of 14 Mw2.ftw.apakshare\busdev\proposals\proposals_2013\2013-008- 00_lubbock_bailey_county_well_field_disinfection_system_improvemeats\contract\2013-008 00_exhibita_b_c_2013-09-17.docx ENIGNIEERINIG CER.\/I(`E A(,RPf✓nA�nIT City of Lubbock, Texas Bailey County Well Field Disinfection System Improvements ALAN PLUMMER ASSOCIATES, INC. EXHIBIT B This Exhibit B 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: BAILEY COUNTY WELL FIELD DISINFECTION SYSTEM IMPROVEMENTS 1. Budget Amount by Scope Item for Basic Engineering Services Task Item Task Name Budget Amount 1 Preliminary Design and Evaluations $ 37,915 2 Detailed Design — Bailey County Disinfection Improvements $ 211,701 3 Advertisement and Proposal Phase Services $ 35,236 4 Project Management Included Tasks Total Basic Engineering Services (Not to Exceed) $ 284,852 2. Budget Amount by Scope Item for Additional Engineering Services Task Task Name Budget Amount Item 5 Geotechnical Engineering and Surveying Services $ 35,865 Total Additional Engineering Services (Not to Exceed) $ 35,865 3. Budget Amount for Engineering Services Basic Engineering Services $ 284,852 Additional Engineering Services $ 35,865 Total Engineering Services $ 320,717 11 of 14 \\ftw2.ftw.apaAshare\busdev\proposals\proposaIs_2013\2013-008- 00_lubbock_bailey_county_well_field_disinfection_system_improvements\contract\2013-008-00 exhibita_b_c_2013-09-17.docx FSI( WEERING CFR,\/!CE AGREEMENT City of Lubbock, Texas Bailey County Well Field Disinfection System Improvements 4. Terms of Payment Payments to the Engineer will be made as follows: A. The Engineer shall provide the City sufficient documentation to reasonably substantiate the invoices. B. The Engineer will issue monthly invoices for all work performed under this Agreement. Invoices are due and payable within 30 days of approved receipt. C. In the event of a disputed or contested billing, only that portion so contested will be withheld from payment, and the undisputed potion will be paid. The City will exercise reasonableness in contesting any bill or portion thereof. No interest will accrue on any contested portion of the billing until mutually resolved. D. If the City fails to make payment in full to the Engineer for billings contested in good faith within sixty (60) days of the amount due, the Engineer may, after giving seven (7) days' written notice to City, suspend services under this Agreement until paid in full, including interest. In the event of suspension of services, the Engineer shall have no liability to the City for delays or damages caused the City because of such suspension of services. 5. Direct Expenses (Reimbursable) A. The Engineer's reimbursable expenses, when part of the basis of compensation, are those costs incurred on or directly for the City's Project, including, but not limited to, necessary transportation costs, including Engineer's current rates for Engineer's vehicles; meals and lodging; laboratory tests and analyses; computer services; work processing services, telephone, printing, binding, and reproduction charges; all reimbursable costs associated with outside consultants, subconsultants, subcontractors, and other outside services and facilities; and other similar costs. Reimbursement for reimbursable expenses will be on the basis of actual charges when furnished by commercial sources and on the basis of current rates when furnished by the Engineer. Engineer and subcontractor direct (reimbursable) expenses will be billed at a cost plus a 10 - percent surcharge. B. The Engineer will be paid on an hourly basis rate, as shown in Exhibit C. Engineer (reimbursable) expenses, including subcontractors/subconsultant labor and expenses will be billed at cost to the Engineer plus a 10 -percent surcharge. 12 of 14 \\ftw2.ftw.apaAshare\busdev\proposals\proposaIs_2013\2013-008- 00_lubbock_bailey_county_well_field_disinfection_system_improvements\contract\2013-008-00 _exhibita_b_c_2013-09.17.docx ENIGINFFRINIG CFR\/IrE A(vREFK/IEKIT City of Lubbock, Texas Bailey County Well Field Disinfection System Improvements C. The Engineer shall keep records on the basis of generally accepted accounting practices of costs and expenses and such records shall be available for inspection by the City during normal business hours. 6. Not to Exceed Compensation A. The Engineer will perform the services described in Exhibit A at a "not to exceed" total compensation amount of $320,717, unless this Agreement is amended otherwise by the City Council. The final compensation for the major tasks can be over or under the estimated budget amount per task, as shown in Item 1 and 2 of this Exhibit, as long as the total "not to exceed" amount (Item 3) is not surpassed. 13 of 14 \\ftw2.ftw.apaAsha re\busdev\proposals\proposaIs_2013\2013-008- 00_lubbock_bailey_county_well_field_disinfection_system_improvements\contract\2013-008-00_exhibita_b_c_2013-09-17 docx ENGINEERING-SERIGE_AGREFMENT City of Lubbock, Texas Bailey County Well Field Disinfection System Improvements ALAN PLUMMER ASSOCIATES, INC. EXHIBIT C This Exhibit C 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: BAILEY COUNTY WELL FIELD DISINFECTION SYSTEM IMPROVEMENTS Hourly Fee Schedule (2013): Staff Description Staff Code Billing Rate Administrative Staff Al —A3 $ 75.00 Senior Administration Staff A4 $ 92.00 Designer / Technician C1 —C2 $ 92.00 Senior designer / technician C3 — C4 $ 119.00 Engineer -in -training / scientist -in -training ES1 — ES3 $ 121.00 Project engineer / scientist ES4 $ 136.00 Senior project engineer / scientist ES5 $ 151.00 Project Manager ES6 $ 177.00 Senior Project Manager ES7 $ 237.00 Principal ES8 — ES9 $ 266.00 14 of 14 \\ftw2.ftw.apaAsha re\busdev\proposals\proposals_2013\2013-008- 00_lubbock_bailey_county_well_field_disinfection_syslem_improvem eats\contract\2013-008-00_exhibita_b_c_2013-09-17.docx City of Lubbock, TX Capital Project Project Cost Detail October 10, 2013 Capital Project Number: Capital Project Name: Encumbered/Expended City of Lubbock Staff Agenda Item October 10th, 2011 Milw & M.Sharp Water Line Re -Route Encumbered/Expended to Date Estimated Costs for Remaining Appropriation Uncommitted Remaining Appropriation Total Appropriation To Date 92312 Bailey County Well Field Disinfection Budget $ 591 320,717 320,717 679,283 679,283 $ 1,000,000 hs,- -ALAN-PLUMMER- n ASSOCIATES, INC. ENVIRONMENTAL ENGINEERS AND SCIENTISTS 2013-008-00 September 25, 2013 Mr. Greg Baier, P.E. Civil Engineer Water Utilities Engineering City of Lubbock 162513 th Street Lubbock, Texas 79401 Celebrating 35 Years of Servi, e 1978 - 2013 Re: City of Lubbock Bailey County Well Field Disinfection System Improvements Professional Services Agreement Dear Mr. Baier: Enclosed are three copies of the Professional Services Agreement for the above mentioned project. We are looking forward to working with you and the City on this project. Please call me if you have any questions. Sincerely yours, ALAN PLUMMER ASSOCIATES, INC. James L. Naylor, P.E. (Texas No. 92721) Project Manager JLN/mhp Enclosure 1320 SOUTH UNIVERSITY DRIVE SUITE 300 FORT WORTH,TEXAS 76107 PHONE 8 1 7 806 1 700 FAX 817870 2536 www apaienv com TBPE F. rm No. 13 A� �® CERTIFICATE OF LIABILITY INSURANCEDATSEZM4 Zp 3YY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. if SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER McLaughlin Brunson Insurance Agency, LLP 6600 LBJ Freeway CONTACT NAME: Joe A Bryant A/CNN Ext: (214) 503-1212 A/C No: Suite 220 Dallas TX 75240 E-MAIL ADDRESS: INSURERS AFFORDING COVERAGE NAIC # INSURERA:Travelers Indemnity Company 25658 INSURED Alan Plummer Associates, Inc. INSURER B: Charter Oak Fire Insurance Co. 25615 INSURER C: Travelers Lloyds Ins. Company 41262 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑X OCCUR 1320 S. University Drive, #300 INSURERD:XL specialty Insurance Company 37885 INSURER E: Fort Worth TX 76107 INSURER F: PREMISES Ea occurrence $ 1,000,000 COVERAGES CERTIFICATE NUMBER: cert ID 20200 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICY EFF MM/DD POLICY EXP MM/DD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 C X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑X OCCUR Y Y PACP1996L981 ValPapers-$1,000,000 6/15/2013 6/15/2014G PREMISES Ea occurrence $ 1,000,000 MED EXP (Any one person) $ 10,000 PERSONAL BADV INJURY $ 1,000,000 X X, C, U Coverage X Contractual Liab. GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X PRO LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident 1,000,000 BODILY INJURY (Per person) $ B X ANY AUTO Y Y BA2003L924 6/15/2013 6/15/2014 ALL OWNED SCHEDULED AUTOS AUTOS No Owned Autos BODILY INJURY Per accident $ ( ) X NON -OWNED HIRED AUTOS X AUTOS PROPERTY DAMAGE Per accident $ $ A X UMBRELLA LIAB X OCCUR Y Y CUP642SY427 6/15/2013 6/15/2014 EACH OCCURRENCE $ 4,000,000 EXCESS LIAB CLAIMS -MADE AGGREGATE $ 4,000,000 DED I I RETENTION $ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? N / A TORY I IUIT'; ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYE $ (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ D Professional LiabilityY N DPR9708300 5/9/2013 5/9/2014 Per Claim/ $ 2,000,000 Annual Aggregate DESCRIPTION OF OPERATIONS / LOCATIONS/ VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) The claims made professional liability coverage is the total aggregate limit for all claims presented within the policy period and is subject to a deductible. 30 Days Notice of Cancellation in favor of the certificate holder on all policies. City of Lubbock is shown as an additional insured on the general, auto and umbrella liability coverages as required by contract. General liability coverage is on a primary and non-contributory basis. Umbrella liability follows form. Auto liability coverage is on a primary basis. A waiver of subrogation is shown in favor of the additional insured on all policies as required by contract.RE: Bailey County Well Field Disinfection System Improvements - APAI Project # 425-017-00 VCR I trR,N 1 rz nvt_unrc L ANL t:LLA I IUN City of Lubbock Attn: John Turpin, PE PO Box 2000 Lubbock TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD PLUM -02 OP ID: JMC CERTIFICATE OF LIABILITY INSURANCE DAT E(MM/DD/YYYY) A4/aA / R vvrctr 'v THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PROD PRODUCER AC UCER SH 800-338-1391 701 Market St., Ste. 1100 888-621-3173 St. Louis, MO 63101 Jeff B. Connelly CONTACT NAME: ac Nr o EM : ac No): E-MAIL ADDRESS: GENERAL LIABILITY INSURERS AFFORDING COVERAGE NAIC # INSURERA:TWIn City Fire Insurance 29459 INSURED Alan Plummer Assoc., Inc. 1320 S UNIVERSITY DR FORT WORTH, TX 76107 INSURER B: INSURER C: COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR INSURER D: INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ICYEXP LTR TYPE OF INSURANCEim ADDL POLICY NUMBER MM/DDS MM/DDIYYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 'DAMAGE TO REN I tu PREMISES Ea occurrence $ COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ GEN'L AGGREGATE LIMIT APPLIES PER —]17POLICY PROj F LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ BODILY INJURY (Per person) $ ANY AUTO ALL OWNEDSCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE $ Per accident $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED I I RETENTION $ $ A WORKERS COMPENSATIONX AND EMPLOYERS' LIABILITYTORY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N OFFICER/MEMBER EXCLUDED? (Mandatory In NH) N / A 84WBGBNO482 11/01/12 11/01/13 WC STATU- I JOTH- LIMITS I ER E.L. EACH ACCIDENT $ 1,000,00 E.L. DISEASE - EA EMPLOYEE $ 1,000,00 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ 1,000,00 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more apace Is required) RE: APAI Project #425-017-00; Bailey County Well Field Disinfection System Improvements - When required by written contract: Waiver of Subrogation is included in favor of City of Lubbock. 30 days notice of cancellation will be given to the certificate holder per policy endorsement. (WOSWC) CITYOF City of Lubbock Attn: John Turpin, PE PO Box 2000 Lubbock, TX 79457 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 84WBGBNO482 WORKERS COMPENSATION INSURED: Alan Plummer Assoc., Inc. ADDITIONAL COVERAGES WHEN REQUIRED BY WRITTEN CONTRACT This is a summary of the Coverage provided under the policy: Waiver of Subrogation 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 any person or organization from whom you are required by written contract or agreement to obtain this waiver, but only with respect to bodily injury arising out of the operations where you are required by written contract or agreement to obtain this waiver of rights from us. Rev 5. 13