Loading...
HomeMy WebLinkAbout25-01 Approving an Agreement for Professional Services w Plumber Associates Inc 01-08-2025RESOLUTION IN 25-01 A RESOLUTION OF THE BOARD OF TRUSTEES OF THE TOWN OF FIRESTONE, COLORADO APPROVING AN AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN THE TOWN OF FIRESTONE AND PLUMMER ASSOCIATES INC WHEREAS, the Town of Firestone ("Town") is in need of professional design service for the expansion of its Water Treatment Plant; and WHEREAS, Plummer Associates Inc ("Plummer") having provided the design services for the Town's existing Water Treatment Plant is uniquely qualified to provide the design services for the expansion of the Water Treatment Plant; and WHEREAS, during the course of its services Plummer took on additional project duties such as construction management, site observation and technical support; and WHEREAS, given Plummer's extensive experience, knowledge and expertise regarding the design, construction and operation of the Town's Water Treatment Plant it is in the Town's best interest to have Plummer perform the design services for the expansion of the Water Treatment Plant NOW, THEREFORE, BE TT RESOLVED BY THE BOARD OF TRUSTEES OF THE TOWN OF FIRESTONE, COLORADO: The Professional Services Agreement for design services for expansion of the Town's Water treatment Plant between the Town of Firestone and Plummer Associates Inc is approved in substantially the same form as the copy attached hereto and made a part of this resolution and the Mayor is authorized to execute the Agreement on behalf of the Town. INTRODUCED, READ AND ADOPTED this 8`h day of January, 2025. TOWN OF AT�'EST: sy Carranco, Deputy Town Clerk COLORADO AGREEMENT FOR PROFESSIONAL SERVICES THIS AGREEMENT FOR PROFESSIONAL SERVICES (the "Agreement") is made and entered into this 9M day of , 2025 (the "Effective Date"), by and between the TOWN OF FIRESTONE, a Colorado municipal corpor On with an address of 9950 Park Avenue, Firestone, Colorado 80504 (the "Town"), and Plummer Associates, Inc., an independent Contractor with a principal place of business at 1320 South University Drive, Suite 300, Fort Worth, TX 76107 ("Contractor ") (each a "Party" and collectively the "Parties"). WHEREAS, the Town requires professional services and WHEREAS, Contractor has held itself out to the Town as having the requisite expertise and experience to perform the required professional services. NOW, THEREFORE, for the consideration hereinafter set forth, the receipt and sufficiency of which are hereby acknowledged, the Parties agree as follows: I. SCOPE OF SERVICES A. Contractor shall furnish all labor and materials required for the complete and prompt execution and performance of all duties, obligations, and responsibilities which are described or reasonably implied from the Scope of Services set forth in Exhibit A, attached hereto and incorporated herein by this reference and known as St Vrain WTP Expansion to 5 MGD Design (W2023- 9552.01) B. A change in the Scope of Services shall not be effective unless authorized as a modification to this Agreement. If the Contractor proceeds without such written authorization, Contractor shall be deemed to have waived any claim for additional compensation, including a claim based on the theory of unjust enrichment, quantum merit or implied contract. Except as expressly provided herein, no agent, employee, or representative of the Town is authorized to modify any term of this Agreement, either directly or implied by a course of action. II. TERM AND TERMINATION A, This Agreement shall commence on the Effective Date and shall continue until Contractor completes the Scope of Services to the satisfaction of the Town or until terminated as provided herein. B, Either Party may terminate this Agreement upon 30 days advance written notice. The Town shall pay the Contractor for all work previously authorized and completed prior to the date of termination. If, however, Contractor has substantially or materially breached this Agreement, the Town shall have any remedy or right of set-off available at law and equity. III. COMPENSATION In consideration for the completion of the Scope of Services by Contractor, the Town shall pay Contractor an amount not to exceed $1,718,566.00, This amount shall include all fees, costs Page 1 of 6 FIRESTONE <, ,� ,� and expenses incurred by Contractor , and no additional amounts shall be paid by the Town for such fees, costs, and expenses. Contractor may submit periodic invoices, which shall be paid by the Town within 30 days of receipt. IV. PROFESSIONAL RESPONSIBILITY A. Contractor hereby represents that it is qualified to assume the responsibilities and render the services described herein and has all requisite corporate authority and professional licenses in good standing, required by law. The work performed by Contractor shall be in accordance with generally accepted professional practices and the level of competency presently maintained by other practicing professional firms in the same or similar type of work in the applicable community. The work and services to be performed by Contractor hereunder shall be done in compliance with applicable laws, ordinances, rules and regulations, including the preference for Colorado Labor set forth in C.R.S. Article 17 Title 8. B. The Town's review, approval or acceptance of, or payment for any services shall not be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. C. Because the Town has hired Contractor for its professional expertise, Contractor agrees not to employ Sub -Contractor s to perform any work except as expressly set forth in the Scope of Services. V. OWNERSHIP A. Any materials, items, and work specified in the Scope of Services, and any and all related documentation and materials provided or developed by Contractor shall be exclusively owned by the Town. Contractor expressly acknowledges and agrees that all work performed under the Scope of Services constitutes a "work made for hire," To the extent, if at all, that it does not constitute a "work made for hire," Contractor hereby transfers, sells, and assigns to the Town all of its right, title, and interest in such work, The Town may, with respect to all or any portion of such work, use, publish, display, reproduce, distribute, destroy, alter, retouch, modify, adapt, translate, or change such work without providing notice to or receiving consent from Contractor. B. If the Town reuses or makes any modification to Contractor's designs, documents or work product without the prior written authorization of Contractor , the Town agrees, to the fullest extent permitted by law, to release the Contractor, its officers, directors, employees and sub -Contractor s from all claims and causes of action arising from such uses, and shall to the extent permitted by law indemnify and hold them harmless from all costs and expenses, including the cost of defense, related to claims and causes of action to the extent such costs and expenses arise from the Town's modification or reuse of the documents. C. The Town expressly acknowledges and agrees that the documents and data to be provided by Contractor under the Agreement may contain certain design details, features and concepts from the Contractor's own practice detail library, which collectively may form portions of the design for the Project, but which separately, are, and shall remain, the sole and exclusive property of Contractor . Nothing herein shall be construed as a limitation on the Contractor's right to re -use such component design details, features and concepts on other projects, in other contexts or for other clients, VI. INDEPENDENTCONTRACTOR Contractor is an independent Contractor. Notwithstanding any other provision of this Agreement, all personnel assigned by Contractor to perform work under the terms of this Agreement shall Page 2 of 6 FIRESTONE C 0 1. 0 It ,A II 0 be, and remain at all times, employees or agents of Contractor for all purposes, Contractor shall make no representation that it is a Town employee for any purposes. VII. INSURANCE A. Contractor agrees to procure and maintain, at its own cost, a policy or policies of insurance sufficient to insure against all liability, claims, demands, and other obligations assumed by Contractor pursuant to this Agreement. At a minimum, the Contractor shall procure and maintain, and shall cause any Sub -Contractor to procure and maintain, the insurance coverages listed below, with forms and insurers acceptable to the Town. 1. Worker's Compensation insurance as required by law. 2. Commercial General Liability insurance with minimum combined single limits of $1,000,000 each occurrence and $2,000,000 general aggregate. The policy shall be applicable to all premises and operations and shall include coverage for bodily injury, broad form property damage, personal injury (including coverage for contractual and employee acts), blanket contractual, products, and completed operations. The policy shall contain a severability of interests provision, and shall include the Town and the Town's officers, and employees, Contractor as additional insureds. No additional insured endorsement shall contain any exclusion for bodily injury or property damage arising from completed operations. 3. Professional liability insurance with minimum limits of $1,000,000 each claim and $2,000,000 general aggregate. B. Such insurance shall be in addition to any other insurance requirements imposed by law. The coverages afforded under the policies shall not be canceled, terminated or materially changed without at least 30 days prior written notice to the Town. In the case of any claims -made policy, the necessary retroactive dates and extended reporting periods shall be procured to maintain such continuous coverage. Any insurance carried by the Town, its officers, and its employees Contractor shall be excess and not contributory insurance to that provided by Contractor. Contractor shall be solely responsible for any deductible losses under any policy, C. Contractor shall provide to the Town a certificate of insurance as evidence that the required policies are in full force and effect. The certificate shall identify this Agreement. VIII. INDEMNIFICATION A. Contractor agrees to indemnify and hold harmless the Town and its officers, insurers, volunteers, representative, agents, employees, heirs and assigns from and against all claims, liability, damages, losses, expenses and demands, including attorney fees, on account of injury, loss, or damage, including without limitation claims arising from bodily injury, personal injury, sickness, disease, death, property loss or damage, or any other loss of any kind whatsoever, which arise out of or are in any manner connected with this Agreement if such injury, loss, or damage is caused in whole or in part by, the act, omission, error, professional error, mistake, negligence, recklessness or other fault of Contractor , any Sub -Contractor of Contractor , or any officer, employee, representative, or agent of Contractor , or which arise out of a worker's compensation claim of any employee of Contractor or of any employee of any Sub -Contractor of Contractor . Contractor I liability under this indemnification provision shall be to the fullest extent of, but shall not exceed, that amount represented by the degree or percentage of negligence or fault attributable to Page 3 of 6 C 0 I. 0 R A 0 0 Contractor, any Sub -Contractor of Contractor , or any officer, employee, representative, or agent of Contractor or of any Sub -Contractor of Contractor . B. If Contractor is providing architectural, engineering, surveying or other design services under this Agreement, the extent of Contractor's obligation to indemnify and hold harmless the Town may be determined only after Contractor's liability or fault has been determined by adjudication, alternative dispute resolution or otherwise resolved by mutual Agreement between the Parties, as provided by C.R.S. § 13-50.5-102(8)(c). IX. CHANGE ORDERS A. Change Order is a written instrument issued after execution of the Agreement signed by Town and Contractor, stating their Agreement, as applicable, upon all of the following: 1. The scope of the change in the Work; 2. The amount of the adjustment to the Contract Price and 3. The extent of the adjustment to the Contract Times(s). B. All changes in the Work authorized by the applicable Change Order shall be performed under the applicable conditions of the Contract Documents. Town and Contractor shall negotiate in good faith and as expeditiously as possible the appropriate adjustment of such changes. X. MISCELLANEOUS A. Governing Law and Venue. This Agreement shall be governed by the laws of the State of Colorado, and any legal action concerning the provisions hereof shall be brought in Weld County, Colorado. B. No Waiver. Delays in enforcement or the waiver of any one or more defaults or breaches of this Agreement by the Town shall not constitute a waiver of any of the other terms or obligations of this Agreement. C. Integration. This Agreement constitutes the entire Agreement between the Parties, superseding all prior oral or written communications. D. Third Parties. There are no intended third -party beneficiaries to this Agreement. E. Notice. Any notice under this Agreement shall be in writing and shall be deemed sufficient when personally presented or sent pre -paid, first-class United States Mail to the Party at the address set forth on the first page of this Agreement. F. Severability. If any provision of this Agreement is found by a court of competent jurisdiction to be unlawful or unenforceable for any reason, the remaining provisions hereof shall remain in full force and effect. e. G. Modification. This Agreement may only be modified upon written Agreement of the Parties. H. Assignment. Neither this Agreement nor any of the rights or obligations of the Parties shall be assigned by either Party without the written consent of the other. I. Governmental Immunity, The Town and its officers, and employees, are relying on, and do not waive or intend to waive by any provision of this Agreement, the monetary limitations or any other rights, immunities or protections provided by the Colorado Governmental Immunity Act, C.R.S. § 24-10-101, et seq., as amended, or otherwise available to the Town and its officers, attorneys or employees. Page 4 of 6 FIRESTONE (: 0 1. 0 R A U 0 J. Rights and Remedies. The rights and remedies of the Town under this Agreement are in addition to any other rights and remedies provided by law. The expiration of this Agreement shall in no way limit the Town 's legal or equitable remedies, or the period in which such remedies may be asserted, for work negligently or defectively performed, K. Subject to Annual Appropriation. Consistent with Article X, § 20 of the Colorado Constitution, any financial obligation of the Town not performed during the current fiscal year is subject to annual appropriation, shall extend only to monies currently appropriated, and shall not constitute a mandatory charge, requirement, debt or liability beyond the current fiscal year. L. Representative Authority. Each person signing this Agreement represents and warrants that he or she is duly authorized and has the legal capacity to execute the Agreement. M, Dispute Resolution: For the resolution of any dispute arising hereunder that cannot be resolved through negotiation between the parties, the Town and the Consultant agree that the dispute shall be submitted to nonbinding mediation prior to either party resorting to litigation. Mediation costs shall be borne equally by the parties. Notwithstanding the foregoing, nonbinding mediation shall not be required for determinations of liability or fault pursuant to 'Section VIII Indemnification' of this Agreement. Any dispute not resolved through negotiation or mediation shall be resolved in the District Court of Weld County of the State of Colorado, and in no other court, IN WITNESS WHEREOF, the Parties have executed this Agreement as of the Effective Date. F ATTf ST: ="bon Con c Jr. Misr Can�ic�� ptpcc Tov�n G�rk APPROVEDAS TO F9MioA 01 William P. Hayashi, Town By: PLUMMER ASSOCIATES, INC 019W ,.,g,Ke by axMr o a .n Patrick O'Brien �,�o�E� oe�uo��� r'Ger���`�` Page 5 of 6 f IRLb I Unt EXHIBIT A SCOPE OF SERVICES (see attached 19 pages) Page 6 of 6 FIRESTONE <�,t.,,> December 17, 2024 Town of Firestone Julie Pasillas, Director of Water and Community Resources 9950 Park Ave, Firestone, CO 80504 TRANSMITTED VIA EMAIL (NO HARD COPY WILL FOLLOW): jpasillas{a� irestoneco.gov dlindsav@ccginc.us RE: Professional Engineering Services Proposal —Planning and Design Phase Services for the St. Vrain Water Treatment Plant (SVWTP) Phase 2 Expansion Plummer Project #4129-002-01 Dear Julie Pasillas: Thank you for the opportunity to submit our professional engineering services proposal to the Town of Firestone (Town or Firestone) for the design of the St. Vrain Water Treatment Plant (SVWTP) Phase 2 Expansion project. We value the relationship built during design and construction of the SVWTP Phase I project and look forward to the opportunity to work with your Staff to complete the project's next expansion phase. The objective is to expand the existing facility from 1.5 to 5 MGD. The project team is largely the same as the team that performed the Phase 1 Design, Construction Observation, and Construction Administration purposes. From Plummer, this includes Kelly Fearney as Project Manager, Julian Paiz as Lead Engineer, Acacia Ortiz as Assistant Project Manager and Design Engineer and Patrick O'Brien as the Principakin-Charge. Our primary subconsultants are the same with the addition of Code Compliance International to assist with review of building, electrical and fire code compliance. An organizational chart is included on the following page. SVWTP Phase II Expansion Page 1 of 9 t 1 . Patrick O'Brien, PE,'PMP '' Acacia Ortiz, PE Julian Paiz, PE Salar,Saadatkhah, EIT Kelsey Buechler ±Kelly Fearney, PE Sar PhD, PE g,`PE ring, PE, ; gin, EIT Plummer designed Phase 1 of the plant with a firm 1.5 MGD capacity and with two expansion possibilities in mind; expansion to 2.25 MGD within the existing footprint and expansion to 5 MGD with an approximate 10,000-sf building expansion. Firestone desires planning and design of the 5 MGD expansion with flexibility in construction phasing and scope. The project will be constructed utilizing the Construction Manager at Risk (CMAR) delivery method. It is assumed that the 5 MGD expansion will incorporate the following major improvements: ■ Additional 10,000-sf pre-engineered metal building (PEMB). ■ Mirror image of the flocculation and sedimentation pre-treatment train. ■ Installation of four (4) additional OF skids and the associated OF feed pumps (within existing building footprint). ■ Addition of up to four (4) new low pressure RO feed pumps above the existing or an expanded interstage basin. ■ Membrane infill of the three (3) existing RO skids. ■ Multiple additional RO skids. ■ Additional raw water and finished water, above ground storage tanks. ■ Improvements to access roads, including a northern access road to the deep well injection site. ■ Grading and drainage improvements to accommodate the expansion and proposed access road. The following areas are excluded from the Phase 2 expansion design because Phase I configuration does not require additional work: SVWTP Phase II Expansion Page 2 o4 9 ■ Office, conference room, laboratory, and control room area. ■ Chemical storage rooms footprints. ■ Calcite contactor storage building. ■ Backwash recycle pond. ■ Clearwell. ■ Deep well injection site. The following project aspects will be evaluated and may be included in the expansion design: ■ Additional calcite contactors. ■ Additional geotube dewatering beds. ■ Expansion of the backup/emergency power generation system. ■ Improvements to chemical storage, such as bulk storage tanks in the existing chemical room footprints. ■ Addition of chemical handling lift system to allow for easier unloading of drums and totes at the overhead door locations into the chemical storage room. ■ Upgrade the gas chlorine 150dbs cylinder storage to 14on cylinders with installation of a scrubber. ■ Miscellaneous appurtenances such as air compressors, instrumentation, automatic valves, etc. ■ Expansion of the interstage basin to accommodate additional low pressure RO feed pumps. Below is a summary of our proposed scope of services, project schedule, and fee estimate. A draft Project Management Plan will be developed upon receiving a signed Agreement. The draft Project Management Plan will include: the scope, budget, schedule, work breakdown structure (project team structure and responsibilities), expectations of the Town, identify team members, a stakeholder management plan, risk management plan, and a quality assurance/quality control plan. We will conduct a lick -off meeting to review the draft Project Management Plan; Town staff will have the opportunity to provide input regarding the goals and objectives for the project. This meeting will be used to finalize the project schedule, task priorities, and identify the lines of communication. Additional items to be addressed include: ■ Discuss the project approach, items critical to the successful execution of the project, and related potential issues. ■ Discuss potential constraints, problems, and issues that maybe impact the project, and review solutions. Project management will occur throughout the project with monthly invoicing sent to the client. The project manager will be responsible for managing scope, budget, and schedule and communicating any deviations to the client. Plummer's senior level staff will be responsible for providing quality assurance and quality control reviews of all deliverables (excluding meeting agendas and notes). Deliverables: Plummer will provide a Project Management Plan at the project kick-off. For each monthly meeting, we will email a meeting agenda and supporting documents before the meeting; Plummer will email meeting notes within one week after the meeting concludes. SVWTP Phase II Expansion Page 3 of 9 Meetings: Plummer will conduct one kick-off meeting. During the project duration, Plummer will conduct monthly virtual meetings with the client. When monthly meetings are proximal to other project phase milestone meetings, Plummer and the Town may wish to cancel the monthly meeting. Plummer has planned for up to 8 in -person meetings throughout the project duration. We will email meeting agendas and supporting documents a minimum of two working days before the meeting; and prepare and email meeting notes within one week after the meeting concludes. Plummer will perform a planning level evaluation of the improvements needed to expand capacity to 5 MGD. 1. Flexibility and Flow Split: Plummer will evaluate design options fortreating two parallel raw water sources. For example, if future sources are lower in TDS and lower in bromide, the RO system could be bypassed. Plummer will develop a schematic, planning level design for keeping two source waters separated through the treatment processes up until the clearwell, where the sources would then combine. 2. Chemical Handling and Storage: Plummerwill revisitthe chemical storage systems and determine which areas should be converted from drums or totes to bulk chemical storage. 3. Chlorine Storage Evaluation: Plummer will provide an evaluation of utilizing chlorine gas, liquid sodium hypochlorite, or on -site generation for chlorine disinfection. The evaluation will include schematic equipment and storage tank sizing, advantages, and disadvantages for each option. Plummerwill determine necessary design aspects for expanding the existing chlorine gas storage. The analysis will help evaluate the best option for chlorine storage. Currently it is assumed that the use of chlorine gas will remain with potential upgrade to storage of ton cylinders. This evaluation will justify the design decision. 4. Redundancy: Plummer will review the entire plant for redundancy and shelf -spares to determine where additional, partial, or full redundancy is warranted. 5. Water Quality, CECs, Treatability: Plummer will review water quality of potential new sources and ability to meet current and potential future regulations such as Contaminants of Emerging Concern (CECs). Plummer will summarize water quality constituents of concern, potential future regulation timelines, and currently known technologies for treating these CECs. 6. Back-up / Emergency Power: Plummer will review the existing generator capacity, its ability to serve Phase 2, and the ability to serve the deep well injection site. The ability to utilize the existing generator with strategic power sequencing will be determined. µ 7. Reverse Osmosis: Plummer will evaluate RO treatment options and model expansion of the RO system to determine an optimal expansion configuration. Plummer will also evaluate the need and ability to expand the calcite contractor system. 8. Improvements Concept: Based on the findings of the project planning, Plummer will develop a wholistic concept approach for improvement and expansion of the WTP to carry forward into the design phase. Plummer will develop a Class V Opinion of Probable Costs for the proposed improvements to help facilitate conversations regarding project funding. Deliverables: Plummer will provide a draft Facility Expansion Technical Memorandum (TM) for client review and a final Technical Memorandum incorporating client comments. SVWTP Phase II Expansion Page 4 of 9 Meetings: Plummer has planned for monthly virtual meetings and one in -person meeting with Town staff to review the draft TM. Plummer will coordinate subconsultants to perform utility locates across the entire property and with a particular focus on duct banks in the vicinity of the storage tanks and pump station, and underground utilities around the calcite contractors. After utility locates, an entire site survey will be performed. The Phase 1 as -built plans and Record Set will be used to facilitate this work. The final site survey will create a new, clean base file for use in the design of Phase 2. Plummer will coordinate with CMT to update/amend/expand upon the Phase 1 geotechnical investigation and recommendations to make geotechnical recommendations for the Phase 2 improvements. Deliverables: Site survey inclusive of utility locate information in pdf and CAD format. Updated geotechnical recommendations report. Meetings: Plummer will coordinate one virtual meeting to discuss the results, constraints, and design impacts associated with the utility locates, survey, and geotechnical recommendations. Based on decisions and recommendations of the Planning Phase, Plummer will initiate the 30% design phase. The design team will review all background data and develop design criteria. Plummer will also develop a draft Basis of Design Report (BDR) and evaluate compliance with CDPHE design criteria. In addition to the engineering analysis, the remainder of the 30% design phase will include: ■ Project Management ■ 30% Engineering Analysis and Design ■ 30% Drawings ■ Technical Specifications Table of Contents ■ Sequence of Construction Documentation ■ Code Compliance Review (by a V party subconsultant) ■ Class IV Opinion of Probable Cost Typically, a 30% drawing set includes a cover sheet, general notes, a process flow diagram, draft process and instrumentation diagrams, plan and I<ey section views of process equipment, a site plan, grading plan, yard piping plan, a building schematic, and an electrical one -line diagram. During the 30% design, Plummer will determine solutions for access road changes, grading concepts, building interior clearances and rooflines, code compliance review (fire sprinkler or alarms, occupancy requirements), and general interior and exterior pipe routing concepts. Deliverables: Plummer will provide a 30% drawing set, table of contents of Technical Specifications, Class IV OPC, and a short Technical Memorandum to identify construction sequencing concepts. Meetings: We will coordinate one in -person 30% design review meeting with Town staff. Comments from the design review meeting will be incorporated in the 60% design drawings. SVWTP Phase II Expansion Page 5 of 9 Plummer will develop a CMAR Request for Proposal and Project Manual utilizing the latest EJCDC standard documents for the CMAR delivery method. Potential phased construction with an initial construction phase including expansion of the OF and infill of the RO skids to achieve 2.25 MGD followed by the construction of the remaining 23S MGD expansion. Pre -procurement of equipment will be under the CMAR, not directly by the Owner. The Contractor will develop a cost proposal using a partial design set and the Owner may enter into Contract for construction. However, forthe 5 MGD expansion, Plummer will develop a 100% Construction Set for the development of a GMP. ■ CMAR Contract Documents utilizing EJCDC CMAR standard contract documents ■ Respond to questions and prepare addenda during bid phase ■ RFP and CMAR Advertisement ■ Review proposal, conduct interviews, and make recommendation of award ■ CMAR Constructability and Value Engineering Review; incorporate comments into 60% design Deliverables: Plummer will provide a Project Manual for advertisement, selection, and contract with a CMAR. The 30% design set will accompany the CMAR RFP. Plummer will facilitate execution of contract documents. Meetings: Plummer will coordinate and participate in -person to interview the short-listed CMAR candidates. Y,4SK 6: 60°° ��S1GiV �hi�SE' (C"��'W� �3�Ft �ubrnittcr!): The 60% (CDPHE Review Set) Design Phase will follow the 30% design phase. Based upon the comments received from the 30% design review meeting and constructability and value engineering review by the CMAR, we will develop the 60% Design. The 60% Design Phase will include: ■ Project Management ■ 60% Engineering Analysis and Design ■ 60% Drawings ■ 60% Technical Specifications ■ CDPHE Basis of Design Report ■ Code Compliance Review (by a 3`d party subconsultant) ■ CMAR Constructability and Value Engineering Review ■ Submittal to CDPHE ■ Coordination with CDPHE including one conference call and one round of submittals to address comments. The 6001 plan set will include a cover sheet, general notes, a process flow diagram, process and instrumentation diagrams, detailed process plan and section views, typical details, civil sheets including a site plan, detailed grading plans, yard piping and piping coordinates, schematic -level architectural, SVWTP Phase II Expansion Page 6 of 9 structural, and mechanical level designs, and partial electrical, controls and instrumentation drawings. Deliverables: Plummer will submit the 60% Design Drawings, 60% Specifications, and Basis of Design Report to the client and CMAR for review and submittal to CDPHE. Comments from the code compliance review, client, and CMAR will be incorporated into the 90% set. Meetings: We have planned for monthly virtual meetings and one in -person meeting to review the 60% design submittal. The Final Design Phase will commence immediately after submittal to CDPHE and will proceed concurrently with the CDPHE review process. Based upon the comments received from the 60% design review meeting with the Town and CMAR, we will develop the final design. The Final Design Phase will include: ■ Project Management ■ Final Engineering Analysis and Design ■ 90% Drawings including general, civil, process, architectural, structural, mechanical, instrumentation, and electrical ■ 90% Technical Specifications ■ Drainage Compliance Letter confirming the impervious area, gross runoff, and continued stormwater retention compliance ■ 90% Submittal ■ Code Compliance Review (by a 3`d party subconsultant) ■ Final CMAR review and incorporation of comments ■ Final 100% Drawings including general, civil, process, architectural, structural, mechanical, instrumentation, and electrical ■ Final 100% Technical Specifications Typically, a final design drawing set includes bid ready detail for all disciplines. Currently, Plummer anticipates the final design plan set may be approximately 200 sheets. Deliverables: Plummer will deliver a 90% Drawing Set, Project Manual with Contract Document and Technical Specifications. Based on review from code compliance review, client, and CMAR, comments will be incorporated into the 100% Construction Set. Meetings: Plummer will also facilitate one in -person 9076 review meeting with the Town and CMAR. The following services are excluded: 1. Construction phase services. 2. Design for the expansion of the existing raw water supply (source development, raw water conveyance, water rights). 3. Design services for the existing finished water pump station 4. Design Services for the existing distribution system. SVWTP Phase II Expansion Page 7 of 9 5. Design Services for the existing deep well injection system. 6. Other services not specifically stated within the Scope of Services. 7. Project funding applications or reports. 8. Expansion does not include the following areas: Office, conference room, laboratory, and control room area; chemical storage rooms footprints; calcite contactor storage building; backwash recycle pond; and clearwell. These areas as constructed in Phase 1 are expected to be adequately sizeA to also accommodate Phase 2. Fhe TownI is responsible - r - following:__ 1. Providing water quality analysis for additional water sources. 2. Reviewing Plummer's draft deliverables within 10 working days. Delays in review will result in project delays. 3. Obtaining and managing design phase project funding. 4. Permitting fees will be the responsibility of the Owner. Contractor will be responsible for building department and State Electrical permits. 1. Building expansion will include 10,000-sf adjacent to the existing building. No other buildings are anticipated. The roofline will be continuous. 2. Below grade basins will include flocculation and sedimentation basins with potential expansion of the OF dry pit and potential expansion of the interstage basin. No expansion of the clearwell. 3. The HVAC equipment, fire suppression, and fire alarm systems in the existing footprint will remain as -is with no changes. 4. The delivery method will be CMAR. Any equipment pre -procurement will be executed through the CMAR. 5. Plummer will utilize a 3`d party subconsultant to review design drawings for building code complianceI including electrical and fire codes. Actual building permits are not part of the scope. 6. Plummer will participate in one conference call to discuss CDPHE questions and comments and will provide one resubmittal of documents to CDPHE to address their comments. 7. Plummer has planned to conduct virtual monthly meetings with the client and up to 8 in person meetings for critical design review meetings and CMAR interviews. Plummer is available to begin work immediately upon receiving written Notice to Proceed in January 2025. Design completion is estimated in mid to late 2026. SVWTP Phase II Expansion Page 8 of 9 The estimated compensation for performing the Scope of Services as identified herein is on a time and material basis (T&M) not -to -exceed fee of $1,718,566. Additional services can be provided upon request and mutual agreement. Plummer will submit progress invoices based on actual labor hours expended and reimbursable expenses. A copy of our rate schedule, fee estimate, and schedule are attached. If you have any questions, please contact Kelly Fearney at I<fearney@plummer.com or (970) 769-7422. Sincerely, PLUMMER Patrick O'Brien, PE, PMP Principal Mountain West Area Leader Encl.: 2024 Rate Schedule Schedule Fee Estimate PLUMMER Kelly Fearney, PE Project Manager Water Treatment Team Leader SVWTP Phase II Expansion Page 9 of 9 ATTACHMENT A PLUMMER ASSOCIATES, INC. HOURLY FEE SCHEDULE- MOUNTAIN WEST 2024 Updated for Town of Firestone to reflect Unanet Project Planning for the SVWTP Phase 2 Design Staff Admin $85.00-$115.00 Senior Admin $110.00-$125.00 Staff CAD, Designer/Technician 1 $80.00-$115.00 Senior CAD, Designer/Technician II & III, Senior Designer/Technician $120.00-$180.00 CAD Manager $150.00-$180.00 Intern $80.00-$110.00 Engineer -in -Training, Staff Engineer/Scientist I&II, Electrical Engineer I&II $95.00-$150.00 Project Engineer/Scientist III, Electrical Engineer III $130.00-$180.00 Programmer $165.00-$ 200.00 Programmer II $170.00-$260.00 Electrical Specialist $150.00-$210.00 Senior Electrical Engineer $260.00-$300.00 Project Manager I & II $180.00-$280.00 Subject Matter Expert/ Senior Project Manager $220.00-$300.00 Principal I&II $275.00-$360.00 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 1.15 will be applied to all direct expenses. A technology charge will be billed at $5 per labor hour. ■ FJ E _ o l C C l ca b C C G u LL AN III N C mi N m IT In n in In n u r U. a n IV art `J e; Ad r a n r� m m m III, III n n C m m m CA CA IN AN IN CA IN al N CA CLJ v A 14 CA An CA a. c? CA CA In In CA r F' r n CA AN dr,n c CA CA i# Ard 'n `" & CA CA c AdsTV a c ficJ c +. r - 5 m a A a ,n .- m do A CA a m v, c �� r- a I, ,I Po� I 5 -�, e k a tl 4 Pad a. P Y i i r +2. r vdq� ll F P i 12 2 s i A Y nA. 2 s At It s a s co s z s a x .. s i z At At .s °s `s c a s At c s i s s x i i It At a At s:$ In la CC o .. m III IT :N N It IT :n _ CA o, n 9-4 0 — n m T It n, � IN m T m CA III m IT T Ci In I'l t2 Ad 8 — 0 la T AT w Ad Az w g$ g n E E ? d IT o _ q S d e L b a A s° a c CA a A m y S-Ild 3 y E E c= o o g S u — p CA?_; o U k7 � o .Y z P a � E n? E 00 c ALL ;Ae s s Ik rAD ad m :r w(IT III c = CA EE m _ u E - ) cg u m? o w U w �, .. ad :j3 m 2i m c aal 0D .- .- .. 4 s as Q rd -- 4 AA CA rN CA CA CA b 4N IV CA rt CA CA c� 4 4 r CA CA CA cq c4 AN CA AN CA 4 4 d R. 4 nl Inn IT IT IT IT IT IT T IT T+ IT IT T T III IT IT III IT IT T IT IT T �.. T IT e IT It IT IT IT T IT T T VT IT III T It..� IT T: v Project Planning - Plummer From:1/13/2025 To: 1 /13/2025 Project: 4129-002-01 Firestone St. Vrain WTP Phase II Expansion -Planning &Design Phase PIC: OBrienI Patrick Client: 4129 Town of Firestone PM: Fearney, Kelly Budget I Bgt Hrs. ( Bgt Labor Bgt Direct Exp a PMP &Kick-off 42.00 ', 9,505.60 0.00 b PM, Coordination, Invoices 191.00 551878.25 0.00 c Meetings 440.00 86,181,05 47,721.02 d QC 326.00 95,094.40 0.00 Su Budget 0.00 0.00 0.00 Total 9,505.60 55,878.25 133,902.07 95,094640 a WQ modeling.& analysis 54.00 15,953.60 0.00 0.00 15,953.60 b Design concepts analysis 280.00 51,251,20 0.00 0.00 51,251,20 c Improvements concept 180.00 31,740.80 0.00 111049.20 42,790,00 d Draft Tech Memo 72:00 12,729.60 0.00 0.00 12,729660 e Final Tech Memo 22.00 3,692.00 0.00 0.00 31692,00 03 Utility Locates, Survey, Geotech 30.00 5,865.60 0.00 671500.00 63,365.60 a Utility Locates - 10.00 21184,00 0.00 22,000000 24,184.00 b Survey 14.00 25423.20 0.00 24,000,00 26,423,20 c Geotech 6.00 11258,40 0.00 11,500,00 12,758440 a Engineering Analysis 212.00 35,963.20 0.00 ' 0.00 35,963:20 b30%Drawings 540,00 87,505.60 0.00 21,417.60 1081923.20 c Specs TOC 9.00 1,690.00 0.00 0.00 13690,00 d Construction Sequence 12.00 2,516.80 0.00 0.00 21516,80 e Class IV OPC 48.00 102483,20 0.00 0.00 10,483620 f 30% Submittal 108.00 20,924.80 0.00 0.00 20,924080 g Owner & CodeCompliance Review 52.00 11,897,60 0.00 21,735,001 33,632.60 a Project Manual 76.00 b Bid Phase 38.00 c Interview & Recommendation of Award 24.00 d Design Review & VE 52.00 e Equipment Procurement 80.00 f Phased Notice to Proceed 10.00 g GMP Review ,& Final NTP 34:00 a Engineering Analysis 292.00 b 60%.Drawings.: 696.00 c 60% Specs 124.00 d CDPHE BDR 74.00 e 60% Submittal 212.00 f Code Compliance Review 12.00 g Owner & CMAR Review 60.00 18,886.40 '-0.00 <7,753.20 0.00 6,073.60 0.00 11,024.00 0:00 17,911.60 0.00 21541,75 0.00 7,776.85 0.00 50,446.22 115,644.60 23,254.80 129557.55 40,300.70 2/952475 13,249.70 0.00 0.00 0.00 0.00 0.00 0.00 0.00 '0.00 0.00 0.00 0.00 0.00 0.00 18 ,886.40 7,753.20 61073.60 11 t024,00 17,911.60 2,541.75 7,776.85 0.00 50,446.22 95,811:10 211,455.70 0.00 23,254.80 0.00 121557.55 0.00 40,300.70 43,470.00 46,422.75 0.00 13,249470 Page l of 8 50,446.22 115,644.60 23,254.80 129557.55 40,300.70 2/952475 13,249.70 0.00 0.00 0.00 0.00 0.00 0.00 0.00 '0.00 0.00 0.00 0.00 0.00 0.00 18 ,886.40 7,753.20 61073.60 11 t024,00 17,911.60 2,541.75 7,776.85 0.00 50,446.22 95,811:10 211,455.70 0.00 23,254.80 0.00 121557.55 0.00 40,300.70 43,470.00 46,422.75 0.00 13,249470 Page l of 8 Project Planning - Plummer From:1/13/2025 To: 1 /13/2025 h CDPHE Approval I 86.00I 15,250.801 0.00I OX a Engineering Analysis b 90% Drawings c 90% Specs d Drainage Compliance e 90% Submittal f Code Compliance Review g Owner & CMAR Review h 100% Drawings 1100% Specs j 100% Submittal I�T7i a PMP &Kick-off Electrical Engineer 11 Engineer/Scientist in Training I Principal 11 Programmer Programmer 11 Project Engineer/Scientist Senior Project Manager b PM, Coordination, Invoices Programmer 11 Senior Project Manager c Meetings Electrical Engineer 11 Engineer/Scientist in Training I Programmer Programmer 11 Project Engineer/Scientist Senior Project Manager d QC Principal I Principal 11 Project Manager I Senior Electrical Engineer Senior Project Manager 'a WQ modeling &analysis Engineer/Scientist in Training I Project Engineer/Scientist Senior Project Manager 152.00 24,141,90 0.00 790.00 126;557.70 0.00 156:00 28,684.60 0.00 30.00 6,651.95 0.00 246.00 47,839.70 0.00 12,00 21952,75 0.00 60.00 13,184.85 0.00 468.00 73,895.15 0.00 116.00 21,394.80 0.00 244.00 41,403.90 0.00 Alloc Hrs 42.00 4.00 4.00 4.00 8.00 12.00 191;00 27.00 164.00 440.00 40.00 80.00 1 80.00 326.00 6.00 98.00 82.00 58.00 8ZOO 84.00 16.00 0.00 95,708.52 0.00 0.00 0.00 43,470.00 0.00 91478,53 0*00 0.00 15,250.8( 24,141.90 222,266.22 28,684.60 61651,95 47,839.7C 46,422.7 13,184.89 83,373.6E 21,394.8C 41 s403.9( Alloc Amou 9,505.60 561.60 561.60 11352,00 1,185,60 956.80 11331,20 3,556.80 55,878,25 61548,17 49, 330.08 86,181:05 51717, 25 11,434,50 81046,20 91740,35 27,103, 70 24,139, 05 95,094.40 2,028.00 33, 881.15 16, 645.60 17,570.70 24, 968.95 561.60 10, 649.60 4, 742.40 Page 2 of 8 Project Planning - Plummer From:1/13/2025 To: 1/13/2025 b Design concepts analysis Designer/Technician Ill Engineer/Scientist in Training I Programmer Programmer 11 Project Engineer/Scientist Senior Project Manager c Improvements concept DesignerlTechnician 111 Engineer/Scientist in Training 1 Programmer 11 Project Engineer/Scientist Senior Designer/Technician Senior Project Manager d Draft Tech Memo Designer/Technician 111 Engineer/Scientist in Training 1 Programmer 11 Project Engineer/Scientist Senior Project Manager e Final Tech Memo Project Engineer/Scientist Senior Designerli'echnician Senior Project Manager Sr. Admin Staff a Utility Locates Project Engineer/Scientist Senior Project Manager b Survey Project Engineer/Scientist Senior Designer/Technician Senior Project Manager c Geotech Project Engineer/Scientist Senior Project Manager a Engineering Analysis Designer/Technician 111 Electrical Engineer 11 Engineer/Scientist in Training 1 Programmer Project Engineer/Scientist Senior Project Manager b 30% Drawings 280.00 80.00 40.00 24.00 48.00 64.00 24.00 180.00 16.00 60.00 16.00 20.00 72.00 8.00 16.00 4.00 36.00 8.00 22.00 12.00 6.00 2.00 2.00 10.00 6.00 4.00 14.00 4.00 8.00 2.00 6.00 4.00 2.00 212.00 24.00 24.00 40.00 540.00 51,251.20 11,648,00 51616,00 4, 742.40 11,481,60 10, 649.60 7,113, 60 31,740.80 3, 494.4G 6,177.6G 3,827.2G 9, 984.0G 2,329.6G 5, 928, 06 12,729:6C 11164.8C 2,246.4C 956.8C 51990,4( 21371,2( 3,692.00 11996,8( 873,6( 592,8( 228.8C 2;184.00 998.40 11185, 60 21423,20 1,164.80 592.80 1,258,40 665.60 592.80 35,963.20 3,494.40 3,369.60 51616,00 1,580.80 15, 974.40 51928,00 87,505.60 Project Planning - Plummer From:1113/2025 To: 1 /13/2025 Designer/Technician 111 Electrical Engineer 11 Programmer Project Engineer/Scientist Senior Designer/Technician Senior Project Manager c Specs TOC Programmer Project Engineer/Scientist Senior Project Manager d Construction Sequence Project Engineer/Scientist Senior Project Manager e Class IV OPC Principal 1 Programmer Project Engineer/Scientist Senior Project Manager f 30%Submittal Engineer/Scientist in Training I Programmer ll Project Engineer/Scientist Senior Designer/Technician Senior Project Manager g Owner & Code Compliance Review Programmer 11 Project Engineer/Scientist Senior Project Manager a Project Manual Principal 11 Programmer 11 Project Engineer/Scientist Senior Project Manager b Bid Phase Project Engineer/Scientist Senior Project Manager c Interview & Recommendation of Award Project Engineer/Scientist Senior Project Manager d Design Review & VE Engineer/Scientist in Training I Programmer Programmer ll Project Engineer/Scientist 06 36.00 96.00 96.00 124.00 176.00 12.00 9.00 2.00 6.00 1.00 12.00 8.00 4.00 48.00 fl 108.00 16.00 48.00 20.00 52.00 16.00 20.00 16.00 76.00 4.00 12.00 24.00 36.00 38.00 27.00 11.00 24.00 8.00 16.00 52.00 10.00 20.00 5,241.60 13, 478.40 18,969.60 20, 633.60 25, 625.60 31556,80 11690600 2,516.80 11331.20 1,185, 60 10,483,20 11352,00 11580,80 31993, 60 3,556,80 20t924A80 561.60 4,784.00 2,662.40 61988.80 5,928.00 11,897.60 31827.20 31328,00 41742,40 18,886.40 1,352.00 21870,40 3,993,60 10, 670.40 71753420 41492,80 31260,40 61073460 1,331.20 4, 742.40 11 t024,00 561.60 11185, 60 21392,00 3,328.00 Project Planning - Plummer From:1/13/2025 To: 1/13/2025 Senior Project Manager e Equipment Procurement Designer/Technician 1/1 Programmer Programmer 11 Project Engineer/Scientist Senior Project Manager f Phased Notice to Proceed Project Engineer/Scientist Senior Project Manager g GMP Review & Final NTP Project Engineer/Scientist Senior Project Manager 06 60% Design Phase 12.00 80.00 8.00 12.00 8.00 28.00 24.00 10.00 4.00 34.00 fiL�il�] a Engineering Analysis 292.00 Designer/Technician 1/1 32.00 Electrical Engineer 11 40.00 Engineer/Scientist in Training I 64.00 Programmer 28.00 Project Engineer/Scientist 96.00 Senior Project Manager 32.00 b 60% Drawings 696.00 Designer/Technician 1/1 76.00 Electrical Engineer 11 120.00 Engineer/Scientist in Training 1 48.00 Programmer 32.00 Programmer 11 16.00 Project Engineer/Scientist 132.00 Senior Designer/Technician 240.00 Senior Project Manager 32.00 c 60% Specs 124.00 Programmer 12.00 Project Engineer/Scientist 96.00 Senior Project Manager 12.00 Sr. Admin Staff 4.00 d CDPHE BDR 74.00 Electrical Engineer I! 4.00 Engineer/Scientist in Training 1 40.00 Programmer 4.00 Project Engineer/Scientist 20.00 Senior Project Manager 6.00 e 60%Submittal 212.00 Designer/Technician /1/ 20.00 Electrical Engineer 11 24.00 Engineer/Scientist in Training 1 16.00 3,556.80 17,911,60 11211.40 21466, 00 11990.20 41845,75 7/398425 21541,75 692.20 11849, 55 71776.85 31461,20 41315, 65 50,446:22 41677,82 51633,98 9,021.56 51551,76 16, 038,34 91522,76 115,644.60 11,507.90 17,522.40 7x008.96 61576,06 3,980.40 221843.9� 36, 340.86 23,254.80 2, 466.00 16, 613.80 31699.10 475.90 12,557.55 584.10 51840,80 822.00 3)461,10 11849,55 40t300,70 31028,40 31504,50 2,336.30 Project Planning - Plummer From:1/13/2025 To: 1 /13/2025 Programmer Programmer 11 Project Engineer/Scientist Senior Designer/Technician Senior Project Manager f Code Compliance Review Programmer 11 Project Engineer/Scientist Senior Project Manager g Owner & CMAR Review Engineer/Scientist in Training I Programmer Programmer 11 Project Engineer/Scientist Senior Project Manager h CDPHE Approval Engineer/Scientist in Training I Project Engineer/Scientist Senior Designer/Technician Senior Project Manager a Engineering Analysis Electrical Engineer 11 Engineer/Scientist in Training I Project Engineer/Scientist b 90% Drawings Designer/Technician Ill Electrical Engineer II Engineer/Scientist in Training I Project Engineer/Scientist Senior Designer/Technician Senior Project Manager c 90% Specs Electrical Engineer 11 Engineer/Scientist in Training 1 Programmer Programmer 11 Project Engineer/Scientist Senior Project Manager Sr. Admin Staff d Drainage Compliance Engineer/Scientist in Training I Senior Project Manager e 90% Submittal Designer/Technician 1/1 IBM 8,00 11644.00 28.00 6)965,60 40.00 61922,40 48,00 71268,20 28,00 8, 631.30 12,00 21952.75 8,00 1, 990.15, 2.00 346,10' 2.00 616,50 60,00 13,249,70 6,00 876,10 8,00 1,644.00 8,00 11990,15 22,00 3,807.30 16,00 41932,15 86,00 15,250,80 20.00 21920,40 50.00 8, 653, 00 8.00 1,211.35 8.00 21466,05 2,27400 386,70730` 152,00 24,141490 32.00 4,672,60 48.00 71008,90 72,00 12, 460, 40 790,00 126,557470 108,00 16,353.35 88.00 12, 849, 65 108.00 15, 770,20 152.00 26, 305.30 304.00 46, 031, 60 30.00 9,247.60 156.00 28,684.60 8,00 11168,15 32,00 41672,60 16.00 3)288,00 4,00 995.10 76,00 13,152, 65 16.00 4,932,20 4,00 475.90 30,00 6,651.95 16.00 21336.30 14.00 41315,65 246,00 472839470 24,00 31634410 Project Planning - Plummer From:1/13/2025 To: 1/13/2025 Electrical Engineer 11 Engineer/Scientist in Training I Programmer Programmer 11 Project Engineer/Scientist Senior Designer/Technician Senior Project Manager f Code Compliance Review Programmer 11 Project Engineer/Scientist Senior Project Manager g Owner & CMAR Review Engineer/Scientist in Training I Programmer Programmer Il Project Engineer/Scientist Senior Project Manager h 100% Drawings Designer/Technician Ill Electrical Engineer 11 Engineer/Scientist in Training I Project Engineer/Scientist Senior Designer/Technician Senior Project Manager i 100%o Specs Electrical Engineer 11 Engineer/Scientist in Training l Programmer Project Engineer/Scientist Senior Project Manager Sr. Admin Staff j 100%Submittal Designer/Technician ill Electrical Engineer 11 Engineer/Scientist in Training I Programmer Project Engineer/Scientist Senior Designer/Technician Senior Project Manager Sr. Admin Staff Allocated Budget Direct Expenses c Meetings Page 7 of 8 24.00 31504,50 34.00 41964,70 16.00 31288,00 28.00 61965,60 48.00 8,306.90 32.00 4,845.45 40.00 12, 330.45 12.00 21952,75 8.00 11990,15 2.00 346.10 2.00 616.50 60.00 13,184:85 6.00 876.10 6.00 1,233.00 8.00 1, 990.15 24.00 4,153.45 16.00 41932,15 468.00 73,895,15 40.00 61056,80 80.00 11,681.60 56.00 81177, 20 116.00 20, 074.85 168.00 25, 438.70 8.00 21466.00' 116.00 21,394;80 12.00 1, 752.30 16.00 ( 2,336.40 1 4.00 244.00 16.00 16.00 32.00 8.00 88.00 64.00 16.00 4.00 11 475.90 41,403.90 2, 422.70 2,336.30 4,672.60 11644,00 15, 229.30 91690,90 4,932.20 475.90 Alloc Amount 47 721.02 Project Planning - Plummer From:1/13/2025 To: 1 /13/2025 Miscellaneous Expenses Travel Budget for Subconsultants c Improvements concept CD Engineering, Inc. a Utility Locates T2 Utility Engineers b Survey T2 Utility Engineers c Geotech CMT Engineering, Inc. b 30% Drawings BCER Engineering, Inc. CD Engineering, Inc. g Owner & Code Compliance Review CC/ b 50% Drawings BCER Engineering, Inc. CD Engineering, Inc. Thomas Savory Architect AIA f Code Compliance Review CC/ 07 Final Design b 90% Drawings BCER Engineering, Inc. CD Engineering, Inc. Thomas Savory Architect AIA f Code Compliance Review CCI h 100% Drawings BCER Engineering, Inc. CD Engineering, Inc. 20,121.02 27, 600.00 Sched Amount 11,049.20 11,049.20 22,000.00 22, 000.00 24,000,00 24, 000.00 11,500,00 11, 500.00 21,417 14,977.60 21,735.00 21,735,00 95,811.10 20,240.00 50, 696.60 24,874,50 43,470.00 43, 470.00 ':95;708.52 16,353.00 68, 953.77 10, 401.75 43,470.Q0 43, 470.00 91478,53 1,817.00 7,661,53 Ar To y jl' I, +Nq•� /.! rY(ffls -y M � r 1, )i Ockl lo.R I I .0000 ` F If �. yr-. •� i ,a r. .r ti, -'s ?-•etilib- tr✓r _ yIT Floor lFTm-r— Fir Col. Iorz or AT Fro' IF For For 4 Ala if go it Fes fo of AI AT For or IF Tall a all tt It Fort, 44 ,( To k TOP il* Fk - t} �I,: •, ,p it t f: ,'1, rE ( i�a,a A For ITAll. IF ll fft IT Pit ? a rIF 7 p ; 1 �}{ tZ �, E,It i Pl To :� Design Period: 2025-2026 ) s,} _ �: IWO .qa, yt7 i• r Allqi nI F IT, FAA a t EE , Construction Period: 2027-2029 %'' t .LPs�- IorrJ'i x�-, --f yL}�� !Y. , s ,F C for I IF off IF AT I to pp IF I IF At }r� E s� �. lF IF LL or # I IT IF IF Floor Ill Ill 9N;;TF:! koi- 'YTo, AT Allier I Import rw i F ' #' AL or Flat 1 � . a Fri _ t` i 1 1 1 a Y- �.:IF or or FIf H,� 1 �Iff III III. `IF F Ti riL-N IF i rk. t — Too, Ic - q ac��II"��Ilt';. or i 2i cAm To ' %\ *-{{to `1.4 or } IFFIF All < bwS _ 4;'F'r .�l n% ydI IF IT _ LJr iTo 4 To IF or ��soup For %FT orfro fir, TFTTFFm �.IT r - �a4 — It locogw To ;k a. To Ira Ali IF t of rof rof rof rof rof } ` Foor y'r All d' p FIX k t Ali yTo 0, y' }_r � =N�%