Loading...
Contract - Plummer and Associates, Inc. - 10/9/2025 STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO. 4 TO CONTRACT FOR ENGINEERING SERVICES FIRM: PLUMMER AND ASSOCIATES,INC. ("Engineer") ADDRESS: 8911 N Capital of TX Hwy,Building 1,Suite 1250,Austin,TX 78759 PROJECT: BCRWWS East WWTP Tertiary Filters Preliminary Engineering Report(PER) This Supplemental Contract No. 4 to Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and Plummer and Associates, Inc., hereinafter called the"Engineer." WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the"Contract,"on the 8th day of September, 2022 for the BCRWWS East WWTP Tertiary Filters Preliminary Engineering Report(PER) Project in the amount of$506,672.00; and WHEREAS,the City and Engineer executed Supplemental Contract No. 1 on September 14,2023 to amend the scope of services and to increase the compensation by $788,073.00 to a total of $1,294,745.00;and WHEREAS,the City and Engineer executed Supplemental Contract No.2 on January 19, 2024 to amend the scope of services and to increase the compensation by $40,463.50 to a total of $1,335,208.50; and WHEREAS, the City and Engineer executed Supplemental Contract No. 3 on July 25, 2024 to amend the scope of services and to increase the compensation by $561,302.00 to a total of $1,896,510.50; and WHEREAS,it has become necessary to amend the Contract to modify the provisions for the scope of services and to increase the compensation by $137,569.00 to a total of$2,034,079.50; NOW THEREFORE,premises considered,the City and the Engineer agree that said Contract is amended as follows: I. Article 1,City Services and Exhibit A, City Services shall be amended as set forth in the attached Addendum To Exhibit A. Supplemental Contract Rev.06/16 0199.202236;4921-7395-4151 84275 1 II. Article 2, Engineering Services and Exhibit B, Engineering_ Services shall be amended as set forth in the attached Addendum to Exhibit B. Exhibit C, Work Schedule shall be amended as set forth in the attached Addendum to Exhibit C. III. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $137,569.00 the maximum amount payable under the Contract for a total of$2,034,079.50, as shown by the attached Addendum to Exhibit D. IN WITNESS WHEREOF,the City and the Engineer have executed this Supplemental Contract in duplicate. [signature pages follow] Supplemental Contract Rev.06/16 0199.202236;4921-7395-4151 84275 2 PLUMMER AND ASSOCIATES, INC. By: Date Supplemental Contract Rev.06/16 0199.202236;4921-7395-4151 84275 3 CITY OF ROUND ROCK APPROVED AS TO FORM: By: 4e�/�nieL. Craig rgan, yor �Sand�re,City Attorney 5 Date Supplemental Contract Rev.06/16 0199.202236;4921-7395-4151 84275 4 ADDENDUM TO EXHIBIT A CITY SERVICES CITY OF ROUND ROCK BRUSHY CREEK REGIONAL WASTEWATER SYSTEM EAST PLANT—TERTIARY FILTERS CONSTRUCTION PHASE SERVICES SUPPLEMENTAL Per the scope of work documented in Exhibit B-Engineering Service,the City of Round Rock (CITY) responsibilities will include the following: • Continue to provide Plummer&Associates with requested information as needed, including, but not limited to as-built plans and specifications, previous Geotechnical reports, previous studies, record drawings, operational data, etc. • Provide Plummer with access to the CITY's facilities as needed to complete the work. • Review materials submitted by Plummer related to the project and provide comments back as requested. • Arrange for and coordinate regular meetings of the Project Partners for the review of information provided and to receive comments. • Manage material testing contractor UES Professional Solutions and provide any results back to Engineer in a timely manner. • Pay all State and local fees associated with the Tertiary Filters Project. • Provide assistance to the on-site personnel provided by consultants under this project as needed. • Obtain appropriate signatures on paperwork, including those from co-permittees as needed. 1 ADDENDUM TO EXHIBIT B ENGINEERING SERVICES This Exhibit is part of the Agreement between Plummer Associates, Inc. (Plummer) (the"Engineer")and the City of Round Rock(the "Owner")for the project generally described as: Brushy Creek Regional Wastewater Treatment System East Plant(BCE)Tertiary Filters Construction Phase Services INTRODUCTION Due to the revised baseline schedule sent by the Contractor in July 2025,the construction duration has extended beyond the originally anticipated completion in July 2025.This supplemental provides additional engineering support services to continue construction administration through January 2026. This scope covers continued support and coordination with the City, Contractor, and stakeholders during the construction phase, excluding services already budgeted under post-construction and integration tasks. The original scope covered 150 submittals (current total to date is 189) and 50 RFIs (current total to date is 58). Budgeted hours and fees for Post-Construction Services (e.g., startup, record drawings, O&M manual development)and SCADA Integration are not impacted and will be funded by the existing authorization. 1 ENGINEERING SERVICES DURING CONSTRUCTION 1.1 CONSTRUCTION PROGRESS MEETINGS Engineer will attend and facilitate up to five (5) additional monthly 1-hour construction progress meetings between August and December 2025. It is assumed that the Project Manager, one engineer, and one engineer-in-training may attend each construction progress meeting from the Engineer's team.The Engineer will facilitate, prepare agenda,and distribute meeting minutes for all progress meetings. Progress meeting agendas will include RFI and submittal logs. The Contractor is responsible for providing schedule updates, 3-week lookahead schedule, review progress since the last meeting.The Contractor will also inform whether each activity is on time, ahead of schedule, or behind schedule with respect to the construction schedule. 1.2 SITE VISITS Engineer will conduct up to five (5)additional monthly site visits to observe construction progress, review conformance with design intent, and identify any quality or coordination issues. Each visit will include a brief field report with photos and observations. Special attention will be given to yard piping installations, canopy erection, equipment placement, electrical installations, and tertiary filters startup readiness. 1 1.3 DOCUMENT REVIEW Engineer will provide ongoing review and response for the following additional items anticipated due to the extended construction: • Review of up to fifty-five(55)additional submittals and resubmittals • Response to up to twenty-five(25)additional Requests for Information (RFIs) • Evaluation of up to five(5)additional substitution requests Reviews will be conducted for conformance with the contract documents and alignment with the design intent. Reviews exceeding the quantities listed above will be considered additional services. 1.4 CHANGE ORDERS The Engineer will provide technical review and documentation for: • Up to three(3)additional contractor-initiated change order proposals • Up to ten (10)additional clarifications or field orders This scope includes evaluating the merit and technical basis of proposed changes, preparing supporting documentation, and assisting with coordination and implementation.The Engineer will work closely with the City to maintain project continuity and effectively address field-driven modifications. Requests exceeding these quantities will be considered additional services. 1.5 REJECTION OF WORK: Engineer will support the City and Construction Manager in documenting and addressing any required rejections of non-conforming work. This includes engineering review of field issues, coordination with Contractor, and preparation of supporting documentation. 2 PROJECT MANAGEMENT AND QUALITY CONTROL The Engineer will maintain oversight and coordination responsibilities throughout the extended construction period. Activities will include: • Updating action items,and track construction progress. • Issuing monthly progress updates summarizing task completion,outstanding issues,and budget status. • Facilitating coordination among design,construction,and quality control teams to ensure timely resolution of technical issues and submittal reviews. ASSUMPTIONS: I. CONTRACTOR REQUESTS Investigations, analyses, studies, or design for substitutions of equipment or materials, corrections of defective or deficient work of the contractor or other deviations from the construction contract documents requested by the contractor and approved by the City are additional services. 2 II. ADDITIONAL ENGINEERING REVIEWS The fee is based on the Submittal Reviews, RFls,and CMRs listed above. If additional reviews are necessary, due to incomplete submittals, or multiple review iterations, and if the RFIs and requested changes are beyond the estimated amounts, such that the combined budgeted fee for these items is exceeded,this will be considered an additional service. The substitution of materials or equipment or design modifications requested by the City are an additional service. I11. QUALITY ASSURANCE TASKS FOR SERVICES NOT LISTED Engineer will NOT provide Quality Assurance tasks associated with geotechnical,special inspections and additional survey services. 3 ADDENDUM TO EXHIBIT C Work Schedule Attached Behind This Page Exhibit C-Project Schedule Brushy Creek WWTP Tertiary Filler 23-Jul-25 10:44 •34323S.0 4A 234aT26 - - _ - 234 M.W."Cask �1ew r1..e w... -110 C--Dry TreckeiSWbnla-270•Sfi(G0113'3 326?351p30A 26-0au25 'OaQi6.C.—ArII�be1&Mke,bbl WC~Oay TlatAel—1 UB A43V NTP 023-SapZ4A A4520 Rw—A,,au—Bypaa,Plan M1om CORR 02W11-25' •Reueve Apg Bypaw Plan hom CORN I 44590 R—,App—Caro-Dravags 004ik'25. 0IAio,25 It—App-ed Ceno-Orsrany:. 3WJ-25.P— A3750 SubrM16 600& 4A 214435 Su—k. A3810 FRP Pp&VWasL Tro 7006 -24A M-M"-25A A4510 R—Sba Gabe 0 314,4.25' •Rau—Safe A3770V (I.)Wb1¢e I23S.24A 23Sp34A A3790 Sb L1yo4.Survey.lu,,&- 3235ap.24A 10-0J-24A A3760 (ta)Pnp Yldam.abOam 323Sap34A 25Sep24A A3780 (hal Rerene and Sa a Dbk Feara 2 23Sep34A 0004-244 —-- yq234»26.P-a 1 A3955 (21k)Trae&Buaki Rem-al 51404-24A IB-0tl-24A A41M (4-4ti-414pM)Rabe VY&an JB'a M13 .w 4A 274Dau24A 14Nw.".INliary l-bei Suu�.iuir A395D(k)E—%Tr.FQ •7 . 244 1641'254 A39e0 1301 FRP Clamel Slabs Tart Fb 4013 4Z4A 23 25A A3950(k)Sulgaae Prep Ad.FQ 2D 17-0 24A 17.W25A A43M aural Sla,ag at Flr SbucLn E—min 3 13.W 15A 1"Ja A A4 (3e)FRP Eabno,Wada TM.FQ 71 24,4,2SA 0-Nfty-25A A4010(30)FRP Slab Tel.Fb 1024Jan25A O6Fe6-25A A401D(3a)FR P EB C1amel Aiah Trt R 7124-25A 024hy-25A A39110(3e1FRP his—Wab Tel.Fib 1514FaeRMA 024by-25A A4040(31)FRP Ebv Mkaay Td Fb 71944aY25A 23JW.MA A4540 84 FRPY Ptoe,kWl 502,k6ZA 14 UJ SA &C FR P Wad Paas lrobl A4050(a)laak Taabg Trt Fib SkucLe Ella m1 7 244425 01Au925 (31)Leek T drg Trt Fb SkucYa E— (k)BaWd Td.Fb Shu,Aum 4 01!Au935 II Au}25 (3c)B1cme Tl.PO S— A4030(M)FR P Pump Rm and EB Clamber Deck,W.Fib 408Aup35 13A425 FRP Punp Rm aid EB Chamber Decks Trt Fib A4110(32)kada1 Tl.F&Sbaa 3 1441,-5 1"1g,25 —(39)In 1 W.Fit Stas, A4600 Gaut FFbi Trt Fla 314A1g35 1"1945 —Ga4 FFe1 TR Fla TN.FQWakebye 41Siup3 MIM-25 abs T.FQYVa&way, ...-. -.. AQ70(^TM.Fb Camp/ 20130.25 074545 I>n)TrtFbCero- A40B0(18al kcal 81ape Cane 51044-25 14No 5 0 M)YWa1BMpe Care A4570 Td.Fib H—aft 51044.25 14/4--25 STM,Fib H.-ala 2SSap-25,Fib,Ma&,*-1 ... _ A38'. (21c)aural Dram Lke,Tan.FQ 1525.13c24A 134a•25A A4S 11 d Gab,13111&MI 52DAWp 5 26419-25 IrW&SkOe Gab,1301&1401 A40r (Sa.ssl kbtd TAry Feer, 316Sap25 1BSaP25 X(.%)IWed Tian Firs 441( (ScbO)krttallad.FQ Pury,lyd Plprg 516519-25 22Sep35 15c50)Valid TM1 Fib PunpaldPpg A44 Wal Side Gab,br T..Fier 716SepZ 24-SeP75 1-1 Sbde Gab,bi Tel.Fib, 4411 ($a)PeH Pacae,Pips 523-Sep-25 29-51925 e(se) Pa.Pmreee Pip A45 Set 44Wel F16ga 3 255ep35 2&Sep25 S-1 4a,VM FIen2, 2 .P25.Yam Pipe 43800(211)R.Ixate NPWad Chem Fae0 thea 4001Ftw24A 0341 A A3915 RFIRN6(0ai y) ID O6F.ry-25A 204*-25A ..._-.J....- A4141 Ma1flDfJPVC Lm IS I24,LY25A OtAup35 1,a1d&DfJPVC LYre A4400(b)kblal 4&'RWNFRP Som UV-1 b Keynote M 5 234uF25A 014425A Ib)hab148/RYWI)FRP Imm UV-1 b Kiipq 20 A4W Undeldled 6DU Comld(RFI054) 5011.A 164uR.A Ulkdare6ed6DLaa C,aIW(RFIW4) A4450(7F7b)Coaect 8P FRP han TM.F!1 b JBS 6 154)-25 A 184425 A (7a->b)Connetl 84'FRP lrvn Tel.Fib,to JB4i A4460 Mndcb Dakape BYp m &214475' 30.1435 Ma—ia DlaaWe BYR. A4490 Dara,&Replace E-i I r Dian Lea.MHS&MH-47 5 2144,25 S,,RM Damo&Replace E1bag 1r Dan Ln.M146&MH-47 A45DO hurl 6DR,PVC ham Rene Fib, 525.h1.25 DIA1g25 had SMR/PVC Ism Reuaa Fier A4650 had 4&RWA/FRP hom UV-1 b TPS(Poa 6D Ra+o,4el 525.4425 01Aup-25 ketd 48Re FRP M1om UV4 b TPS(P.9 6D R—) A3820(211)Can 24"EB hom JW to TalWar PS 3114ALQQ5 O6A1g.25 x(21.)Demo 24'EH hom JBJ to Tanalel PS A3830(175)Byrom Punpag 41i4GD Fb EHto TranbTr PS 1404AW,15 21AQp5 (17b)Byr—s P.naV 4MGD Fb EB(o Tarbbr PS A3M(21a)Da M Fb EHb Trarblel PS 504AW-5 O gj25 (21a)Can M-Far El to Trader PS ..._-�.-._ A4170(175)Bypaw Puna hom JB-1 bErr Pf&W 1404Aup35 21A1g,25 (17 D)By..Puny,ham JBA b E8.Fla&W M850 Demo Eabbg Fb—.r SQSWe, 511A5 15Au225 Demo E,bbg Fbvmebr St-tura, A4210(7.n,Comed84'FRP M1om Fib-JB4 613A1g-25 (7.4b)Cnrneci B4"FRP 1—F&W.JB3 A4151 katY 12'Dan—W45&MH 815Au225 27A1g25 11W112'Draln Uro.MHAS&MW i ® Actual Work Critical Remaining Work 7-m—►Summary Page 1 012 TASK fitter All Activities 17— Remaining Work ♦ 0 Milestone 0Oracle Corporation Brushy Creek WWTP Tertiary Filter 23-Jul-25 10:44 AA60(M)kad 4C824"FRPhaw TPSb E..ReesBTeFear 1521Aug2S 105".25 14140(21tlMiclal lP5"Dbn LneWMHsbrFbrBwa61P5 3ffiu92Sap A5 OI :LS �(21tl)Iad 10'�e'pan Lra WMH'a tarso Baaaa81P5 A3855(10Nhga14B-BFV. 5 281,925 035p25 �(lm)hadW BFV. i A41C(71)Tag Dian Ppag 8 MHS 302S.P25 O.S,P25 (341)Tg pan Ppn98 M. A423D FRP P"T—M 704. 525 125.25 FRP Ppe TeMr2 l A3880(21a)N=R—r Q YS P" 1 Q .25 0Bp S25 �(21.)Demo R.--V YOM Plpe A4e9D Bypass T.— 1155.,.25 ISSep25 'BY,w TrmnMn A3905(ALT4)F,nkh6 had I2 PVC U—NPW 3235.,25 '_5-SeP� ALT,4 F—&Wall 12PVC Ino b NPW � 01-0c 25,J04 A4155 E—OtO JBB 3lMar-25A ;17%,-25A 14145 JB4 Deal tlumCbnp,or SO,CON1on 651744itr.25A 104In25A 6M LOMMns � A41M RFWNEv.uWy QJB9 5174liu-25A 274M-25A A4165 RFI0m-J891eaaa 1017Apr-25A 2Mp-25A 14225 JB9-MotliMd R,brS—&W 30124by25A 04Jorv25A ! A4215 JB4 Fabrcab Rebr-I aIdW J89 SOG 504Jun25A IW25A ed JB9 SOG 14135(21.)FRP JB9 1521JLL3' OBAup25 (21.)FRP J" A4500 - A45B0 BOOM JB9 21-aQ5 12AMZ B."JBB A41M(21a)Dsmo Evwp UMry ind,JB9 5nAM25 025".25 (210)Demo E.aan9 UMay vada J84 A4610 J64 Metall 525S.P25 01-0d-25 JB4 M"M A43p0 Excavak UVA -5 2D44,25 A 05.Iun25A •W-1 -�.-. A4340121i)C—W-1 P.WW 4e"FRP 205,1-251 0 —25A 'RP A4350(21h)Derrn W-I W SO6A A 05J-25A ' A43BU(21,)FRP UV-WColli 709JUF25A 23JMa25A JV-149-Cobr A42D5 FRPU 1 W Ras, 512JU 25A 2JJ,n25A VANORaae i A3B70 1219ynW 4B'FRP 1,i UV-1 17161un21A 2lJUF25A 48"FRP IOrUV-1 A43M Rlgl IWO*M UV-1 721.1,41-3. 23Ju925 (21916ecMBUV-1 i A4195 Dann E—V 5Y Pq M W-I and GBer V1brk 11 5 2-Ag25 2Mu925 Demo E.-g 54'Ppe M UW nd 0—Mb.hods j A4195(14.14813>13b)kad Sloe GOk.m UV-1 327Au925 28AIg25 x0-1461 3~M)I"abl Slee CrM b UV-1 A4620 WY Harxkrkb UV-1 20241,1-25 03-0d-25 �hSb1lMMalkm UV-1 19Au925 JBJ ...-_..�._._ A41M(4i C..A. 4051,.2BA 5 Oig2OaBJ 5 �IM)CJ A4590 S,tWFRPAkd Ferg 211Arp-E 12141225 -Se1BP FRP AM WeA4670 Nana Wabg JBJ 213Au925 141-225 �R.-Mkb M JBJ A42M(12.-12b)InObid Sltle Gab JBJ J15Au9-25 191-2-25 (12e-12b11netW Slde Gate JBJ 100-25.SAO -% A4270(21k1 FW Graerg 317.N,v-25 1&1J,r-25 x(21 k)Fng G.*V 1 A4250(21121b)SMe.ab IS PNw25 10-0ec25 1211211,)Siibt l A42BD(21k)SAO RMbraMn (21k)SM ReabaBon A3874(2101ntal Clan Lk*Ferrw 3-5 2".-5 00—(21))Alla-Chnn UrA Fenn 14Nw-25.EbNCM 13880(31,)EliCamq FoudMan d 14A1g25 (31,)EbraW Caro,FOUMgnn A44.'0 Rale Fbr CO.,CaMM SbE M 5 201,925 26AIg25 R.-Fan C.mq COMM St,4A A3900(31,)Ekc Cam,Sb,due3 271,925 29.0-225 1311 Ebc..al Cam,Sbucb.e A3910(19a)had PMMk M Ebd Cam, 301 Sep-25 Wd,p-2s X11%)11SMl Pank M EW Campy A38401191Remub Exat LVantl Comm pcibd-a N.MTNry F1, s0 .P25 1.5.25 —(I.)Remub Exkl LV.nd Comm DixO—WA Tdary Fla .......I...... A3920 0%)had pbbw*s bow EW Eb Rm m Ebb Lam, 3 11SW25 155".25 119"1I—I D,cb"nb hom Eaal EW Rw b EW Cann, A3930(lfw)R"mW P—and Canhk b»ch E.W Fla 5114apds 175".25 x(19,)Ramal Poser antl Conok b each E..Fba A4220 Irew'tls)Ebcteral 6 C-1,to JB'a 12 114..25 2(-SW-25 11W-20a)EWi WBCOnlakto JB'a A4410 had Du i—b BFV" 5165ap25 225p25 hgal DudbNa m BFV. A442D Rao Fit,Elt—M C—Iub 5235,p25 295ep25 R"Fir EI.—I Co ..__.. A4 Ebdnul and C.—k-8FV Vaub 5235,,,25 295&,,.25 Eiii—and C.—Ii,BN Nub A41M 120"1 had TM1 Fis EkcWA8 G—n 100$Nw 5 144 -25 121.1 had Tart F1,Elibra18 C.*.k 23—26,COwpkbon 2B SbAupBTaenp 301744-25 26{Mc-25 �.Iyy 1,Tea8n9 299 Subabr/alCompbbn 0 2t0ec251 C.M;OO— A4290 P-- 20290ec-25 2 25 Pumh Lat T999 hmlCampbtan 0 23Jen25' •Foal C—pbaon 11111111111101111 Actual WDrk Critical Remaining Work ViessessaI Summary Page 2 o12 TASK filter All Activities L. ___J Remaining Work ♦ ♦Milestone 0Oracle Corporation ADDENDUM TO EXHIBIT D Fee Schedule Attached Behind This Page Exhibit D-Fee Schedule Project Number:0982-011-01 PLUMMERDate: 8/13/2025 CONSTRUCTION PHASE SERVICES-SUPPLEMENTAL Version: 1 Project Project Sr.Electrical Plummer Manager Engineer EIT CAD Engineer Labor Plummer Fee KFA Fee FNI Fee Subs Total Total (hrs) (hrs) (hrs) (hrs) (hrs) (hrs) ($) ($) ($) $ ($I • • ADMIN. 00 1 Engineering Services During Construction 105 105 115 0 75 400 $ 85,200 $ 7,820 $ 14,430 $ 24,475 $ 109,675 1.1 Construction Meetings 15 15 15 5 50 $ 10,100 $ 3,910 $ 4,301 $ 14,401 1.3 Site Visits 5 5 5 5 20 $ 4,450 $ 3,810 $ 4,191 $ 8,641 1.4 Quality Assurance 5 5 5 5 20 $ 4,450 $ - $ 4,450 1.5 Document Review 0 $ - $ $ 1.5.1 Submittal Review 30 30 40 20 120 $ 24,950 $ $ 24,950 1.5.2 Substitutions Review sl 5 51 S 20 $ 4,450 $ $ 4,450 1.5.3 RFI Review 25 25 25 25 100 $ 22,250 $ - $ 22,250 1.6 Change Orders&Rejection of Work 20 20 20 10 70 $ 14,550 $ - $ 14,550 1.7 Substantial and Final Completion Review 0 $ - $ 100 $ 110 $ 110 3 Project Management and Quality Control 54 44 24 0 0 122 $ 24,110 $ 3,440 $ $ 3,784 $ 27,894 3.1 Project Management Activities 30 20 50 $ 10,550 $ 1,520 $ 1,672 $ 12,222 3.3 QC Reviews 0 $ - $ $ 3.4 Coordination with Pre-Procured Equipment Vendor 1 0 $ - $ - $ 3.5 Meetings with City Management 24 24 24 72 $ 13,560 $ 1,920 $ 2,112 $ 15,672 Previously Authorized Fee $ 1,896,511 Updated Contract Total $ 2,034,080 1of1 https://apaienv.sharepoint.com/sites/0982-011-01-Internal/Shared Documents/Internal/01 Contracts/1-1 Client/Construction Admin Amendment/Construction Admin Supplemental Worksheet_Plummer 8 /13/2025 • EESE AICHOLS S01 Cherry Street, Suite 2300 - Fort Worth,Texas 76102 + 317-735 7300 * FAX 317-735-7491 August 8,2025 Plummer, Inc. 8911 N Capital of TX Hwy Bldg 1—Suite 1350 Austin,Texas, 78759 Re: Brushy Creek East Regional WWTP Expansion—Filters Project Additional Construction Services Dear Perran Hutton, Freese and Nichols, Inc. (FNI) is pleased to submit this proposal for providing additional construction services due to the construction duration increasing by 5 months to Plummer, Inc. (CLIENT)for the Brushy Creek East Regional WWTP Expansion—Filters project. PROJECT UNDERSTANDING Our understanding is that Plummer will be the Prime to the Brushy Creek Regional Wastewater System Partners(Owner). FNI will be a sub-consultant to Plummer on this project. Our understanding of the scope of work for FNI under this proposal is detailed in Exhibit B.1. ARTICLE I -COMPENSATION FNI proposes to provide Basic Services as described herein for the lump sum fee of Fourteen Thousand Four Hundred Thirty Dollars ($14,430). TASK FEE Basic Services Total $ 14,430 We appreciate this opportunity to submit this proposal. If additional information or clarification is desired, please do not hesitate to contact us. If you agree with the services described above and wish for us to proceed with this assignment, please initiate contract proceedings. Sincerely, FREESE AND NICHOLS, INC. 0// 7__� Vimal Nair, PE Principal/Vice President Attachments: EXHIBIT"B.1"-Scope of Services