Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutR2019-126 2019-05-20 RESOLUTION NO. R2019-126
A Resolution of the City Council of the City of Pearland, Texas, authorizing a
contract with AARK Engineering Services, in the amount of $98,550.00, for
design services associated with the Cullen Regional Lift Station Project
(Cullen Boulevard at FM 518).
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS:
Section 1. That certain contract by and between the City of Pearland and AARK
Engineering Services, a copy of which is attached hereto as Exhibit"A" and made a part hereof for
all purposes, is hereby approved.
Section 2. That the City Manager or his designee is hereby authorized to execute and
the City Secretary to attest an amended contract with AARK Engineering Services, for design
services associated with the Cullen Regional Lift Station Project.
PASSED, APPROVED and ADOPTED this the 20th day of May, A.D., 2019.
cJo-2-.),I. a„,ip
TOM REID
MAYOR
ATTEST:
I NG FING, C
C Y SE 'ETARY `..
APPROVED AS TO FORM:
DARRIN M. COKER
CITY ATTORNEY
Resolution No.
R2019-126
CONTRACT FOR PROFESSIONAL SERVICES
THIS CONTRACT is entered into upon final execution by and between the City of Pearland
("CITY") and ARKK Engineers ("CONSULTANT").
The CITY engages the CONSULTANT to perform professional services for a project known and
described as Cullen Regional Lift Station Odor Control & Rehabilitation ("PROJECT"). (Project
#WW1903)
SECTION I-SERVICES OF THE CONSULTANT
The CONSULTANT shall perform the following professional services to CITY standards and in
accordance with the degree of care and skill that a professional in Texas would exercise under the
same or similar circumstances:
A. The CONSULTANT shall perform engineering services. See Exhibit A, attached,
for a detailed SCOPE OF WORK and PROJECT schedule.The PROJECT schedule
shall be submitted in digital and hard copy form in the Microsoft Project for
Windows format.
B. The CONSULTANT shall prepare and submit a detailed opinion of estimated cost
of the PROJECT.
C. The CONSULTANT acknowledges that the CITY (through its employee
handbook)considers the following to be misconduct that is grounds for termination
of a CITY employee: Any fraud, forgery, misappropriation of funds, receiving
payment for services not performed or for hours not worked, mishandling or
untruthful reporting of money transactions, destruction of assets, embezzlement,
accepting materials of value from vendors, or consultants, and/or collecting
reimbursement of expenses made for the benefit of the CITY. The CONSULTANT
agrees that it will not, directly or indirectly; encourage a CITY employee to engage
in such misconduct.
D. The CONSULTANT shall submit all final construction documents in both hard
copy and electronic format. Plans shall be AutoCAD compatible and all other
documents shall be Microsoft Office compatible. The software version used shall
be compatible to current CITY standards. Other support documents, for example,
structural calculations, drainage reports and geotechnical reports, shall be
submitted in hard copy only. All Record Drawings electronic files shall be
submitted to the CITY in TIF format.
E. The CONSULTANT recognizes that all drawings, special provisions, field survey
notes,reports,estimates and any and all other documents or work product generated
by the CONSULTANT under the CONTRACT shall be delivered to the CITY upon
request, shall become subject to the Open Records Laws of this State.
F. The CONSULTANT shall procure and maintain for the duration of this Agreement,
insurance against claims for injuries to persons, damages to property, or any errors
Design 1 of 7 D2.Revised 04/2019
and omissions relating to the performance of any work by the CONSULTANT, its
agents, employees or subcontractors under this Agreement, as follows:
(1) Workers' Compensation as required by law.
(2) Professional Liability Insurance in an amount not less than $1,000,000 in
the aggregate.
(3) Comprehensive General Liability and Property Damage Insurance with
minimum limits of $1,000,000 for injury or death of any one person,
$1,000,000 for each occurrence, and $1,000,000 for each occurrence of
damage to or destruction of property.
(4) Comprehensive Automobile and Truck Liability Insurance covering owned,
hired, and non-owned vehicles, with minimum limits of $1,000,000 for
injury or death of any one person, $1,000,000 for each occurrence, and
$1,000,000 for property damage.
The CONSULTANT shall include the CITY as an additional insured under the
policies, with the exception of the Professional Liability Insurance and Workers'
Compensation. The CONSULTANT shall agree to waive its Right to Subrogation.
Certificates of Insurance and endorsements shall be furnished to the CITY before
work commences. Each insurance policy shall be endorsed to state that coverage
shall not be suspended, voided, canceled, and/or reduced in coverage or in limits
("Change in Coverage") except with prior written consent of the CITY and only
after the CITY has been provided with written notice of such Change in Coverage,
such notice to be sent to the CITY either by hand delivery to the City Manager or
by certified mail, return receipt requested, and received by the City no fewer than
thirty (30) days prior to the effective date of such Change in Coverage. Prior to
commencing services under this CONTRACT,CONSULTANT shall furnish CITY
with Certificates of Insurance, or formal endorsements as required by this
CONTRACT, issued by CONSULTANT'S insurer(s), as evidence that policies
providing the required coverage, conditions, and limits required by this
CONTRACT are in full force and effect.
G. The CONSULTANT shall indemnify and hold the CITY, its officers, agents, and
employees, harmless from any claim, loss,damage, suit, and liability of every kind
for which CONSULTANT is legally liable, including all expenses of litigation,
court costs, and attorney's fees, for injury to or death of any person, for damage to
any property, or errors in design, any of which are caused by the negligent act or
omission of the CONSULTANT,his officers,employees,agents, or subcontractors
under this CONTRACT.
H. All parties intend that the CONSULTANT, in performing services pursuant to this
CONTRACT, shall act as an independent contractor and shall have control of its
own work and the manner in which it is performed. The CONSULTANT is not to
be considered an agent or employee of the CITY.
Design 2 of 7 D2 Revised 04/2019
SECTION II-PERIOD OF SERVICE
This CONTRACT will be binding upon execution and end July 31, 2020.
SECTION III-CONSULTANT'S COMPENSATION
A. The total compensation for the services performed shall not exceed the total noted
in Section B.
B. The CITY shall pay the CONSULTANT in installments based upon monthly
progress reports and detailed invoices submitted by the CONSULTANT based
upon the following:
1. Basic Services (Lump Sum) $75,950.00
2. Additional Services shall require independent and specific authorization
and shall be billed as(Hourly Not to Exceed):
3. Bid Phase Services(Hourly Not to Exceed) $3300.00
4. Construction Phase Services (Hourly Not to Exceed) $18300.00
5. Reimbursable Expenses (Not to Exceed) $1,000.00
6. Total: $98,550.00
C. The CITY shall make payments to the CONSULTANT within thirty(30)days after
receipt and approval of a detailed invoice. Invoices shall be submitted on a monthly
basis.
D. CONSULTANT shall invoice for work performed during the preceding thirty day
period("Billing Period"). The Billing Period shall run from the 26th day to the 25th
day of each consecutive month. Invoices shall be submitted to CITY not more
frequently than once every 30 days. CONSULTANT shall be responsible for
timely submittal of all invoices and CONSULTANT shall not be entitled to
payment for invoices in arrears. All invoices shall reflect most recent single Billing
Period only and represent the true, correct and accurate account of work performed
during the Billing Period.
E. For an agreed contract amount identified as "Lump Sum", Not to Exceed" and
"Reimbursable"the CONSULTANT shall not exceed the fixed contractual amount
without written authorization in the form of a Contract Amendment.
CONSULTANT shall provide 45 days prior notice to the CITY in the event contract
fees may exceed the fixed contract amount. CONSULTANT shall be responsible
for ensuring that such authorization is complete and executed by all parties
performing any work or submitting any invoices for work that exceeds the fixed
contract amount under any expense category.
Design 3 of 7 D2 Revised 04/2019
F. Allowable Reimbursable Expenses
CONSULTANT shall identify and include in the proposal any anticipated
Reimbursable Expenses, and shall itemize Reimbursable Expenses by work
category. Reimbursable Expenses shall be invoiced AT COST without subsequent
markup by the CONSULTANT. All invoices containing a request for
Reimbursable Expenses shall include copies of the original expense receipts
itemized per the allowable category. Allowable Reimbursable Expenses include:
• Hard copy reproductions, copies and/or binding costs
• Postage
• Mileage, for travel from Consultant's local office (within a 25 mile radius)
to meetings at the City or job-site. Mileage shall be charged at the current
IRS rates.
• Travel expenses, mileage from local office to State or federal regulatory
agency office beyond 100 miles.
• Lodging expenses, for destinations beyond 100 miles from the Consultant's
local office AND when business hours exceed eight hours within one
business day OR requires more than one eight hour day.
F.2. Disallowed Expenses
Disallowed Expenses include travel expenses for professional expertise traveling
into the greater Houston area from Consultant offices outside of the greater Houston
area.
SECTION IV-THE CITY'S RESPONSIBILITIES
A. The CITY shall designate a project manager during the term of this CONTRACT.
The project manager has the authority to administer this CONTRACT and shall
monitor compliance with all terms and conditions stated herein. All requests for
information from or a decision by the CITY on any aspect of the work shall be
directed to the project manager.
B. The CITY shall review submittals by the CONSULTANT and provide prompt
response to questions and rendering of decisions pertaining thereto, to minimize
delay in the progress of the CONSULTANT'S work. The CITY will keep the
CONSULTANT advised concerning the progress of the CITY'S review of the
work. The CONSULTANT agrees that the CITY'S inspection, review, acceptance
or approval of CONSULTANT'S work shall not relieve CONSULTANT'S
responsibility for errors or omissions of the CONSULTANT or its sub-
consultant(s) or in any way affect the CONSULTANT'S status as an independent
contractor of the CITY.
Design 4 of 7 D2 Revised 04/2019
SECTION V-TERMINATION
A. The CITY, at its sole discretion,may terminate this CONTRACT for any reason--
with or without cause--by delivering written notice to CONSULTANT personally
or by certified mail at 7322 Southwest Freeway, Suite 1040, Houston, TX 77074.
Immediately after receiving such written notice, the CONSULTANT shall
discontinue providing the services under this CONTRACT.
B. If this CONTRACT is terminated, CONSULTANT shall deliver to the CITY all
drawings, special provisions, field survey notes, reports, estimates and any and all
other documents or work product generated by the CONSULTANT under the
CONTRACT, entirely or partially completed, together with all unused materials
supplied by the CITY on or before the 15t day following termination of the
CONTRACT.
C. In the event of such termination, the CONSULTANT shall be paid for services
performed prior to receipt of the written notice of termination. The CITY shall
make final payment within sixty(60) days after the CONSULTANT has delivered
to the CITY a detailed invoice for services rendered and the documents or work
product generated by the CONSULTANT under the CONTRACT.
D. If the remuneration scheduled under this contract is based upon a fixed fee or
definitely ascertainable sum,the portion of such sum payable shall be proportionate
to the percentage of services completed by the CONSULTANT based upon the
scope of work.
E. In the event this CONTRACT is terminated, the CITY shall have the option of
completing the work, or entering into a CONTRACT with another party for the
completion of the work.
F. If the CITY terminates this CONTRACT for cause and/or if the CONSULTANT
breaches any provision of this CONTRACT, then the CITY shall have all rights
and remedies in law and/or equity against CONSULTANT. Venue for any action
or dispute arising out of or relating to this CONTRACT shall be in Brazoria County,
Texas. The laws of the State of Texas shall govern the terms of this CONTRACT.
The prevailing party in the action shall be entitled to recover its actual damages
with interest, attorney's fees, costs and expenses incurred in connection with the
dispute and/or action. CONSULTANT and CITY desire an expeditious means to
resolve any disputes that may arise between under this CONTRACT. To
accomplish this,the parties agree to mediation as follows: If a dispute arises out of
or relates to this CONTRACT, or the breach thereof, and if the dispute cannot be
settled through negotiation, then the parties agree first to try in good faith, and
before pursuing any legal remedies, to settle the dispute by mediation of a third
party who will be selected by agreement of the parties.
Design 5 of 7 D2 Revised 04/2019
SECTION VI—ENTIRE AGREEMENT
This CONTRACT represents the entire agreement between the CITY and the CONSULTANT and
supersedes all prior negotiations, representations, or contracts, either written or oral. This
CONTRACT may be amended only by written instrument signed by both parties.
SECTION VII —COVENANT AGAINST CONTINGENT FEES
The CONSULTANT affirms that he has not employed or retained any company or person, other
than a bona fide employee working for the CONSULTANT to solicit or secure this CONTRACT,
and that he has not paid or agreed to pay any company or person, other than a bona fide employee,
any fee, commission, percentage brokerage fee, gift, or any other consideration, contingent upon
or resulting from the award or making of the CONTRACT. For breach or violation of this clause,
the CITY may terminate this CONTRACT without liability,and in its discretion,may deduct from
the CONTRACT price or consideration, or otherwise recover, the full amount of such fee,
commission, percentage brokerage fee, gift, or contingent fee that has been paid.
SECTION VIII-SUCCESSORS AND ASSIGNS
This CONTRACT shall not be assignable except upon the written consent of the parties hereto.
Y OF ' 7 R AND, TEXAS DATE
5 - 8- 2o ' )
Ck SULTA T / DATE
Design 6 of 7 D2 Revised 04/2019
House Bill 89 Verification
`Ja.v d W, (<as `R- (Person name), the undersigned
representative (hereafter referred to as "Representative") of
AFZKK Ln9ihccrsl LLC (company or
business name, hereafter referred to as "Business Entity"), being an adult over the age
of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby
depose and affirm the following:
1. That Representative is authorized to execute this verification on behalf of Business
Entity;
2. That Business Entity does not boycott Israel and will not boycott Israel during the
term of any contract that will be entered into between Business Entity and the City of
Pearland; and
3. That Representative understands that the term "boycott Israel" is defined by Texas
Government Code Section 2270.001 to mean refusing to deal with, terminating business
activities with, or otherwise taking any action that is intended to penalize, inflict economic
harm on, or limit commercial relations specifically with Israel, or with a person or entity
doing business in Israel or in an Israeli-controlled territory, but does not include an action
made for ordinary business purposes.
SI 'ATUR OF EPRESENTATIVE
SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this
8 day of mc/.. , 20/9.
' . DAVID JANSSEN FATTIG
.1`/ Notary ID#131233869 c ' / ,/,
My Commission Expires
'•r n'' August 3,2021
Notary Public
Design 7 of 7 D2 Revised 04/2019
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1 of 1
Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number:
of business. 2019-488173
ARKK Engineers, LLC
Houston,TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 05/08/2019
being filed.
City of Pearland Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a
description of the services,goods,or other property to be provided under the contract.
WW1903 ARKK
Consulting Engineering Services
Nature of interest
4
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling Intermediary
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION (l
.
My address is 3 H CO h-t m o n 5 V /S t1 ?)r, , '171A a`r144 G r, -// 77 3 36
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in f&r v' S County, State of / Cha S ,on the day of I'��((��(Cz'•r ,20
(month) (year)
Sigfrerre of authorize'd age • ontracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.39f8039c
ARKKENGINEERS
May 1, 2019
Ms. Mahagony Isabell
Project Manager— Engineering & Capital Projects
City of Pea rland
2559 Hillhouse
Pearland, Texas 77584
Re: Proposal for Engineering and Construction Phase Services for the City of Pearland's
"Cullen Regional Lift Station Odor Control & Rehabilitation" project
Dear Ms. Isa bell:
ARKK Engineers, LLC(ARKK) is pleased to submit this proposal for engineering services associated
with the referenced project. This proposal is based on our meetings and conversations and
information provided by the City. A brief overview of the project and scope of services are
provided below:
GENERAL OVERVIEW
The Cullen Regional Lift Station is located on the west side of Cullen Boulevard, just north of
Broadway, in a tract situated between a US Post Office and an Exxon gas station. The lift station
wet well basin is round in shape, having a diameter of 20 feet and a depth of 22 feet. The lift
station is presently in an "interim" stage of development, in that only three of the future five
pump slots are in use. The lift station currently has three submersible pumps having 6-inch
diameter discharge piping. Based on the site geometry, it appears that this lift station was
ultimately intended to have three pumps with 12-inch diameter discharge piping, and two pumps
having 6-inch diameter discharge piping, serving as "jockey" pumps.
The lift station has the following equipment presently installed:
• Three KSB brand submersible pumps with 6" ductile iron flanged discharge piping
• 20' diameter wet well with T-Lock style embedded plastic wall liner
• Two unused slots for future pumps, with 12" wet well discharge piping in place but
unused
• An odor control system that does not appear to be operational
• Control panels, non-VFD, with a manual transfer switch and quick connection for mobile
generator
Page 1 of 7
7322 Southwest Fwy Suite 1040 • Houston,TX 77074 • (713)-400-ARKK•www.arkkengineers.com • TX PE Firm No. 13872
As part of this project, it is anticipated that the following improvements will be made:
• Replace the three existing KSB submersible pumps with one of the following options:
o Replace the three pumps more or less in-kind with new units from a manufacturer
that the City prefers; or
o Replace the three pumps with higher flow capacity pumps from a manufacturer
that the City prefers.
• Remove all pump discharge piping from the wet well, including the pipes that extend
through the ceiling of the wet well (i.e.three 6-inch pipes and two 12-inch pipes). Replace
with new pump discharge piping, and possibly new base elbows. Extend discharge piping
to a point outside of the wet well, ending the 90-degree elbow fittings.
o There is a possibility that the City may want to extend the piping replacement
further such that the existing swing check valves are also replaced as part of the
project.
o The City may choose to also replace the unused 12-inch diameter discharge piping.
o For the piping within the wet well, Type 304 stainless steel flanged pipe is
suggested for this application.
• Install a new lift station odor control unit on site, using the City's preferred equipment or
equipment recommended by ARKK. Relocate odor control equipment on new pad or on
existing slab away from the lift station vents to reduce corrosion potential of the unit(s).
• Install a new permanent generator on the site, capable of operating the lift station during
peak flow conditions.
o The generator may be diesel powered or natural gas powered, to be determined
during the design phase.
o The installation is planned to include an automatic transfer switch so that the
generator is activated upon loss of power.
• Blast and Recoat all above ground wastewater piping, valves, and vents.
Other potential improvements include:
• Possible removal of the T-Lock wall liner material, and replacement with a 100% calcium
aluminate cementitious corrosion-resistant wall liner (trade name: SewperCoat) material
over the wet well basin walls and ceiling.
Based on preliminary cost estimates prepared by ARKK, an order-of-magnitude construction cost
of the project is $887,500 (includes a 20% construction contingency). During construction of
this project,the City of Pearland will provide a project site representative to observe the progress
Page 2 of 7
7322 Southwest Fwy Suite 1040 • Houston,TX 77074 •(713)-400-ARKK•www.arkkengineers.com • TX PE Firm No. 13872
of construction.Therefore, construction inspection services by ARKK Engineers personnel are not
part of the scope of this project.
SCOPE OF WORK
I. DESIGN PHASE SERVICES
• Perform field reconnaissance and measurements of the lift station site geometry to
verify the wet well dimensions and other information that would impact design and
construction.
• Prepare project specifications, civil drawings, mechanical drawings, electrical
drawings, and bid documents based on the anticipated improvements.
• Coordinate with lift station contractors for constructability review and comments.
• Upload to the City's Protrack site the 30% plan drawings and calculations to the City
for review and comments.
• Incorporate comments into the design.
• Upload to the City's Protrack site the 60% plan drawings, cost estimate, and project
manual to the City for review and comments.
• Incorporate comments into the bid documents.
• Upload to the City's Protrack site 90%plan drawings, cost estimate,and project manual
to the City for review and comments.
• Incorporate comments from the City into the final bid documents.
• Prepare a final cost estimate for the project.
• Prepare electronic documents for the City's e-bid online procurement system.
• Costs for reproduction will be charged under Reimbursibles for reproduction of plans,
specifications and reports.
• Reproduction for review sets,submittals to the City,governmental agencies, and utility
companies will be included in the cost for reproduction.
Page 3 of 7
7322 Southwest Fwy Suite 1040 • Houston,TX 77074 • (713)-400-ARKK•www.arkkengineers.com • TX PE Firm No. 13872
II. BID PHASE SERVICES
Bid Phase Services:
• Assist the City in obtaining bids for the project. City of Pearland will advertise the project
and will absorb all related advertising costs. ARKK will coordinate with the City and will
assist in developing the wording of the advertisement.
• Notify local contractors specializing in lift station work of the project.
• Conduct a pre-bid conference for potential bidders. Prepare meeting agenda and minutes
summary.
• During the bidding process, provide information to and answer questions from potential
bidders concerning the Project's construction documents.
• Prepare addendums as necessary.
• Prepare bid tabulation for this project. Check the bids for mathematical errors and/or bid
irregularities.
• Evaluate the bids and the qualifications of the apparent low bidders and advise the City
as to the acceptability of the apparent low bidder.
• Prepare of letter of recommendation for award of construction contract.
• Attend and participate in City Council meeting to award the construction contract.
Construction Administration Basic Services:
• Prepare an agenda for the pre-construction conference.
• Conduct a pre-construction conference for the project.
• Prepare a summary of meeting minutes for the pre-construction conference and
distribute to all attendees.
• Review and respond accordingly to all submittals as required by the contract
specifications.
• Create RFP's and review and respond to RFI's.
Page 4 of 7
7322 Southwest Fwy Suite 1040 • Houston,TX 77074 • (713)-400-ARKK•www.arkkengineers.com• TX PE Firm No.13872
• Prepare change orders necessitated by field conditions.
• Review the contractor's pay estimates, evaluate the completion of work and make
payment recommendations to the City.
• Visit the site at intervals appropriate to the various stages of construction to observe the
progress and quality of executed work and to determine in general if such work is
proceeding in accordance with the Contract Documents.
• ARKK will not be responsible for the means, methods, techniques, sequences or
procedures of construction selected by the Contractor(s) or the safety precautions and
programs incident to the work of the Contractor(s). ARKK's effort will be directed toward
providing a greater degree of confidence for the City that the completed work of
Contractor(s) will conform to the Contract Documents, but ARKK will not be responsible
for the failure of Contractor(s) to perform the work in accordance with the Contract
Documents. During site visits and on the basis of on-site observations ARKK shall keep the
City informed of the progress of the work, shall endeavor to guard the City against defects
and deficiencies in such work and may disapprove or reject work failing to conform to the
Contract Documents.
• Conduct a final inspection of the Project and make a recommendation for Final Payment
on the project.
FEE
Design Services - lump sum amount of: $75,950.00
Reproduction & Mileage Budget— not to exceed amount of: $ 1,000.00
Bid Phase Services- lump sum amount of: $ 3,300.00
Construction Administration Services— Not to exceed amount of: $ 18,300.00
Total Fee $98,550.00
ARKK Engineers, LLC will submit monthly progress invoices for all work completed to invoice date.
Hourly Services will be based on the attached Rate Schedule. Additional Services beyond those
described in the Scope of Services will be invoiced on the basis of the Rate Schedule and direct
cost plus 10%. Mileage will be invoiced at the federal rate. No additional services beyond the
scope of this proposal will be performed or invoiced without prior authorization from the City of
Pearland.
Page 5 of 7
7322 Southwest Fwy Suite 1040 • Houston,TX 77074 • (713)-400-ARKK•www.arkkengineers.com • TX PE Firm No. 13872
SCHEDULE
• Plans complete to 30%: 45 days from Notice to Proceed.
• 60% Plans complete: 60 days from receiving City comments on the 30% phase
• 90% Plans complete: 60 days from receiving City comments on the 30% phase
• 100% Plans complete: 30 days from receiving City comments on the 90% phase
ARKK Engineers appreciates the opportunity to submit this proposal and we look forward to
continuing our work with the City of Pearland.
Sincerely,
ARKK Engineers, LLC.
/Leititu taitswiLA:
Madhu Kilambi, P.E.
Senior Project Manager/ Principal
Page 6 of 7
7322 Southwest Fwy Suite 1040 • Houston,TX 77074 • (713)-400-ARKK•www.arkkengineers.com • TX PE Firm No. 13872
RATE SCHEDULE
Employee Classification Billing Rate
Project Principal $190/hour
Senior Construction Manager $190/hour
Senior Project Engineer $186/hour
Project Engineer $135/hour
Senior Designer $125/hour
CADD Operator $ 90/hour
Construction Technician $ 85/hour
Reimbursable expenses will be charged at cost plus 10%. Mileage will be charged at the current
IRS prevailing rate.
Page 7 of 7
7322 Southwest Fwy Suite 1040 • Houston,TX 77074 • (713)-400-ARKK•www.arkkengineers.com • TX PE Firm No.13872
BAI RD 9711 S.Mason Rd.
Ste. 125#326
133 GILROY
& DIXON Richmond,Texas 77407
( 5
www.bgdeng.com
- r TBPE No. F-16575
April 23, 2019
David Kasper, P.E.
ARKK Engineers, LLC
7322 Southwest Fwy, Suite 1040
Houston,TX 77074
Re: Professional Engineering Services Proposal for
Cullen Regional Lift Station Odor Control & Rehabilitation
Pearland,Texas
B&G No. 154-0004
Rev. 0
Dear Dave:
We appreciate the opportunity to present this proposal for electrical engineering services in
connection with the Cullen Regional Lift Station Odor Control & Rehabilitation in Pearland,Texas.
Project Understanding
The existing lift station electrical system includes a pump control panel and manual transfer switch with
quick connect for a portable generator. Improvements to the existing lift station include replacing
pumps with larger capacity/higher horsepower pumps. The existing electrical service will be analyzed to
confirm adequate ampacity for the new pumps. The existing control panel will be modified to
accommodate the larger pumps as necessary. A new odor control unit will be installed with power fed
from the control panel.
A new emergency generator will be installed capable of operating the lift station during peak flow
conditions. The existing manual transfer switch will be replaced with an automatic transfer. The
generator will be natural gas depending on the availability of gas service from CenterPoint.The electrical
and control system design will adhere to City of Pearland standards. Square D components will be used
throughout the design.
Based on our understanding of your project, the review and approval process, we prepared the
following scope of services and fee proposal for your consideration.
Scope of Services
A. Electrical Design Phase Services
1. The electrical construction drawings shall include the following:
Dave Kasper, P.E.
Page 2
April 23, 2019
a. Electrical site layout depicting location of electrical equipment, conduit routing, and site
lighting.
b. Electrical one-line diagram and load analysis specifying electrical equipment sizes.
c. Generator sizing calculations and fuel supply requirements
d. Conduit schedule specifying conductor and conduit sizes.
e. Electrical control schematics for the proposed equipment.
f. Electrical details.
2. Deliverables
a. 30% Review
b. 60% Review
c. 90% Review
d. 100%signed and sealed construction drawings in electronic format (PDF).
e. Electrical specifications in electronic format (PDF).
f. Bid item descriptions for bid form.
3. Items Provided by Client
a. AutoCAD drawings
i. Site Layout
ii. Border
b. Structural design for generator slab (where required)
B. Construction Phase Services
1. Review electrical shop drawings and submittals.
2. Review and comment on any Requests for Information (RFI).
3. Attend one (1) interim site inspection to observe construction.
4. Attend one (1) site visit to complete a final inspection and generate a punch list of deficient
items of the electrical construction.
5. Interpret the intent of the plans via telephone or email.
Proposed Fee
A. Base Electrical Design Phase Services (Lump Sum) _ $8,500
B. Construction Phase Services (Lump Sum) _ $3,500
Special Considerations
This proposal is based on the following special considerations:
Dave Kasper, P.E.
Page 3
April 23, 2019
1. Reimbursable expenses including outside services not performed by Baird Gilroy & Dixon, LLC
personnel shall be provided and reimbursed at cost plus 10%.
2. If requested, Additional services may be provided on and hourly basis or at a negotiated fixed
fee. Attached is our 2019 Schedule of Hourly Rates.These rates may be revised upon written
notification in January of each year.
3. The proposed fees shall be considered in their entirety for the scope of services. Should you
wish to contract with us for only a portion of the work, we reserve the right to negotiate
individual scope items on their own merits.
4. This proposal shall be valid for sixty days from this date and may be extended upon approval by
this office.
We appreciate the opportunity to submit this proposal and look forward to working with you. An
executed copy of this proposal will serve as our notice to proceed. Please return one copy to our office.
Should you have any questions, please call.
Sincere)
Jon-Paul Dixon, P.E.
Baird Gilroy& Dixon, LLC
Principal
\Projects\154\0004\Contracts\Proposal-City of Pearland Cullen LS Rehab.docx
APPROVED BY:
Signature
Name and Title(Printed)
Date
ARKK Engineers, LLC Project No.
Bi\i RD & 2002 Riverknoll Court
dirs4C Richmond,Texas 77469
Y
G I L RO (281)529-5005
ROY www.bairdgilroy.com
ELECTRICAL ENGINEERS TBPE Firm No. 16575
SCHEDULE OF HOURLY RATES
Effective January 2019
Subject to Annual Revision in January 2020
ENGINEERING PERSONNEL
Electrical Staff Engineer $100
Electrical Project Engineer $125
Electrical Sr. Project Engineer $150
Electrical Project Manager $175
Officer—Principal $190
DESIGNER/DRAFTING PERSONNEL
CAD Operator I $50
CAD Operator II $60
Designer I $80
Designer II $100
PROGRAMMING PERSONNEL
Programmer I $100
Programmer II $125
Programmer III $150
ARKKENG-01 DTAPIA
ACORO CERTIFICATE OF LIABILITY INSURANCE DAT5/8/2E D/YYYY)
5/8/2019
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 have ADDITIONAL INSURED provisions or 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 CONTACT
NAME:
Securance Corporation Agency PAH/O,NNo,Ext):(713)977-6606 FAX 713 785-6722
3100 S Gessner Rd,Ste 560 ( (A/C,No):( )
Houston,TX 77063 Mass:info@securancecorp.com
INSURER(S)AFFORDING COVERAGE NAIC S
INSURER A:Valley Forge Insurance Company
INSURED INSURER B:Continental Casualty-CNA
ARKK Engineers, LLC INSURER C:Continental Ins Co-CNA
James Andrews -
7322 S/W Frwy#1040 INSURER D:Hiscox Insurance Company,Inc. 10200
Houston,TX 77074 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.
INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS
LTRINSD WVD (MM/DD/YYYY) (MMIDD/YYYY1
A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000
CLAIMS-MADE X OCCUR 5085716164 12/17/2018 12/17/2019 DAMAGETORENTED 300,000
X X PREMISES(Ea occurrence) $ 10,000
MED EXP(Any one person) $
PERSONAL&ADV INJURY _$ 1,000,000
GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000
X POLICY PRO-
JECT LOC PRODUCTS-COMP/OP AGG $ 2,000,000
OTHER: $
A AUTOMOBILE LIABILITY _COMBIidentNED)IINGLELIMIT $ 1,000,000
ANY AUTO X X 5085716164 12/17/2018 12/17/2019 BODILY INJURY(Per person) $
OWNED SCHEDULED
AUTOS ONLY _ AUTOS
SSWN BODILY INJURY(Per accident)_$
X AUTOS ONLY x roam
PROPERTY acEciident)DAMAGE
B X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 1,000,000
EXCESS UAB CLAIMS-MADE X X 5085716276 12/17/2018 12/17/2019 AGGREGATE 3 1'000'000
DED X RETENTION$ 10,000 $
C WORKERS COMPENSATION Nr PER X PEATUTE. . ETH
AND EMPLOYERS'LIABILITY
ANY PROPRIETOR/PARTNERIEXECUTIVE Y/N X 5085716231 12/17/2018 12/17/2019 E.L.EACH ACCIDENT $ 1,000,000
Mand tory in NH)EXCLUDED? N/A 1,000,000
E.L.DISEASE-EA EMPLOYEE $
If yes,describe under 1,000,000
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $
D PROFESSIONAL URA130217318 11/14/2018 11/14/2019 LIMIT 2,000,000
D PROFESSIONAL URA130217318 11/14/2018 11/14/2019 AGGREGATE 2,000,000
DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required)
SEE ATTACHED ADDENDUM
Project:"Cullen Regional Lift Station Odor Control&Rehabilitation"
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Cityof Pearland THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
3519 Liberty Drive
Pearland,TX 77581 —
AUTHORIZED REPRESENTATIVE
ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
AGENCY CUSTOMER ID:ARKKENG-01 DTAPIA
LOC#: 1
ACORN ADDITIONAL REMARKS SCHEDULE Page 1 of 1
AGENCY NAMED INSURED
Corporation Agency ARKK Engineers, LLC
Securance Cor
p g Y James Andrews
POLICY NUMBER 7322 S/W Frwy#1040
SEE PAGE 1 Houston,TX 77074
CARRIER NAIC CODE
SEE PAGE 1 SEE P 1 EFFECTIVE DATE:SEE PAGE 1
ADDITIONAL REMARKS
THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM,
FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance
BLANKET ADDITIONAL INSURED WITH BLANKET WAIVER OF SUBROGATION FOR GENERAL LIABILITY AND AUTO LIABILITY
AND FOLLOW FORM UMBRELLA LIABILITY WHERE REQUIRED IN A WRITTEN CONTRACT ACCORDING TO ALL POLICY TERMS,
CONDITIONS,AND POLICY PROVISIONS.
THE GENERAL LIABILITY AND AUTO LIABILITY COVERAGES INCLUDE PRIMARY AND NON-CONTRIBUTORY WORDING WITH 30
DAYS NOTICE OF CANCELLATION, EXCEPT FOR NON-PAYMENT OF PREMIUM, AND WHERE REQUIRED IN A WRITTEN
CONTRACT IN ACCORDANCE TO POLICY PROVISIONS.
THE WORKERS COMPENSATION POLICY INCLUDES BLANKET WAIVER OF SUBROGATION AND 30 DAYS NOTICE OF
CANCELLATION
ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
r BAI RD 9711 S.Mason Rd.
Ste. 125#326
E3 GILROY
DIXON Richmond,Texas 77407
5
www.bgdeng.com
TBPE No. F-16575
April 23, 2019
David Kasper, P.E.
ARKK Engineers, LLC
7322 Southwest Fwy, Suite 1040
Houston,TX 77074
Re: Professional Engineering Services Proposal for
Cullen Regional Lift Station Odor Control & Rehabilitation
Pearland,Texas
B&G No. 154-0004
Rev. 0
Dear Dave:
We appreciate the opportunity to present this proposal for electrical engineering services in
connection with the Cullen Regional Lift Station Odor Control & Rehabilitation in Pearland,Texas.
Project Understanding
The existing lift station electrical system includes a pump control panel and manual transfer switch with
quick connect for a portable generator. Improvements to the existing lift station include replacing
pumps with larger capacity/higher horsepower pumps. The existing electrical service will be analyzed to
confirm adequate ampacity for the new pumps. The existing control panel will be modified to
accommodate the larger pumps as necessary. A new odor control unit will be installed with power fed
from the control panel.
A new emergency generator will be installed capable of operating the lift station during peak flow
conditions. The existing manual transfer switch will be replaced with an automatic transfer. The
generator will be natural gas depending on the availability of gas service from CenterPoint.The electrical
and control system design will adhere to City of Pearland standards. Square D components will be used
throughout the design.
Based on our understanding of your project, the review and approval process, we prepared the
following scope of services and fee proposal for your consideration.
Scope of Services
A. Electrical Design Phase Services
1. The electrical construction drawings shall include the following:
Dave Kasper, P.E.
Page 2
April 23, 2019
a. Electrical site layout depicting location of electrical equipment, conduit routing, and site
lighting.
b. Electrical one-line diagram and load analysis specifying electrical equipment sizes.
c. Generator sizing calculations and fuel supply requirements
d. Conduit schedule specifying conductor and conduit sizes.
e. Electrical control schematics for the proposed equipment.
f. Electrical details.
2. Deliverables
a. 30% Review
b. 60% Review
c. 90% Review
d. 100%signed and sealed construction drawings in electronic format(PDF).
e. Electrical specifications in electronic format (PDF).
f. Bid item descriptions for bid form.
3. Items Provided by Client
a. AutoCAD drawings
i. Site Layout
ii. Border
b. Structural design for generator slab (where required)
B. Construction Phase Services
1. Review electrical shop drawings and submittals.
2. Review and comment on any Requests for Information (RFI).
3. Attend one (1) interim site inspection to observe construction.
4. Attend one (1) site visit to complete a final inspection and generate a punch list of deficient
items of the electrical construction.
5. Interpret the intent of the plans via telephone or email.
Proposed Fee
A. Base Electrical Design Phase Services (Lump Sum) _ $8,500
B. Construction Phase Services (Lump Sum) _ $3,500
Special Considerations
This proposal is based on the following special considerations:
Dave Kasper, P.E.
Page 3
April 23, 2019
1. Reimbursable expenses including outside services not performed by Baird Gilroy & Dixon, LLC
personnel shall be provided and reimbursed at cost plus 10%.
2. If requested, Additional services may be provided on and hourly basis or at a negotiated fixed
fee. Attached is our 2019 Schedule of Hourly Rates.These rates may be revised upon written
notification in January of each year.
3. The proposed fees shall be considered in their entirety for the scope of services. Should you
wish to contract with us for only a portion of the work, we reserve the right to negotiate
individual scope items on their own merits.
4. This proposal shall be valid for sixty days from this date and may be extended upon approval by
this office.
We appreciate the opportunity to submit this proposal and look forward to working with you. An
executed copy of this proposal will serve as our notice to proceed. Please return one copy to our office.
Should you have any questions, please call.
Sincere)
Jon-Paul Dixon, P.E.
Baird Gilroy& Dixon, LLC
Principal
\Projects\154\0004\Contracts\Proposal-City of Pearland Cullen LS Rehab.docx
APPROVED BY:
Signature
Name and Title (Printed)
Date
ARKK Engineers, LLC Project No.
RA I RD & 2002 Ri ll Court
Richmond,Texas 77469
1M IL Ox (281)529-5005
www.bairdgilroy.com
ELECTRICAL ENGINEERS TBPE Firm No. 16575
SCHEDULE OF HOURLY RATES
Effective January 2019
Subject to Annual Revision in January 2020
ENGINEERING PERSONNEL
Electrical Staff Engineer $100
Electrical Project Engineer $125
Electrical Sr. Project Engineer $150
Electrical Project Manager $175
Officer—Principal $190
DESIGNER/DRAFTING PERSONNEL
CAD Operator I $50
CAD Operator II $60
Designer I $80
Designer II $100
PROGRAMMING PERSONNEL
Programmer I $100
Programmer II $125
Programmer III $150
Cullen Regional Lift Station Rehabilitation
City of Pearland
MANHOUR ESTIMATE
DATE: 5/1/2019
Sr.Project Senior CADD Construction
Principal Engineer Designer Operator Tech TOTAL TOTAL
HOURS COST
TASK DESCRIPTION $190 $186 $125 $90 $85
DESIGN PHASE
1 Project Kickoff Meeting 4 4 8 $1,504
2 Project Progress Meetings 8 8 16 $3,008
Review existing drawings,maps,master planning documents,GIS database,and
3 available As-Built drawings provided by the City. 8 8 $1,488
Perform site visits to identify surface features such as landscaping,utility markers,
pipeline markers,structures,and other apparent items that may impact the design and
4 construction of the project. 6 6 S1,116
5 Gather information on odor control units&present options to the City 12 12 $2,232
6 Coordinate with electrical engineering subconsultant 6 _ 6 $1,116
7 Provide estimated construction costs-30%Level 4 _ 4 $744
8 Provide estimated construction costs-60%Level 4 4 0744
9 Provide estimated construction costs-90%Level 4 4 $744
10 Provide estimated construction costs-100%Level 2 2 $372
11 Determination of replacement pump make,model,curve&present to City 8 _ 8 $1,488
12 Develop lift station bypass pumping plan 4 4 $744
13 Prepare Project Specifications-Front End Contracts 8 _ 8 $1,488
14 Prepare Project Specifications-Civ.&Mechanical Technical Specifications 2 32 34 $6,332
15 Prepare Project Specifications-Electrical Specifications 16 _ 16 52,976
16 OA/QC-30%/60%/90%&100% 12 3 15 $2,838
17 Meet with Contractors regarding Constructability Review-T Lock&Wall Liner 4 4 _ 8 $1,504
18 Meet with Contractors regarding Constructability Review-Odor Control 8 8 $1,488
DESIGN DRAWINGS
19 Cover Sheet/Vicinity Map 1 2 4 7 $796
20 General Notes 2 4 4 10 $1,232
21 Mechanical Plan-Pump,piping,and valve replacement 12 6 32 50 $5,862
22 Mechanical Plan-Odor Control Plan 12 6 16 34 $4,422
23 Mechanical Plan-Lift Station Wet Well Rehabilitation 12 6 16 34 $4,422
24 Lift Station Pipe Recoating Plan 6 6 16 28 $3,306
25 Generator Slab Plan and Detail 8 6 12 26 $3,318
26 Bypass Pumping Plan 126 16 34 $4,422
27 Lift Station Rehabilitation Details 1 6 12 20 38 $4,416
28 Lift Station Rehabilitation Details 2 6 12 20 38 $4,416
29 Electrical Plans-Generator Design 1 8 2 8 18 $2,458
30 Electrical Plans-Generator Design 2 8 2 8 18 $2,458
31 Electrical Plans-Pump Wiring&Reconnections 8 2 8 18 $2,458
DESIGN PHASE TOTALS 30I 242 72 I 1 180 0 524 $75,912
Sr.Project Senior CADD Construction
BID PHASE Principal Engineer Designer Operator Tech
32 Notify local contractors specializing in lift station work on the project 1 1 $186
Conduct a pre-bid conference for potential bidders.Prepare meeting agenda and
33 minutes summary 2 4 _ 6 $1,124
provide information to and answer questions from potential bidders concerning the
34 Project's construction documents 4 4 $744
35 Prepare addendums as necessary 1 _ 1 $186
Prepare bid tabulation for this project.Check the bids for mathematical errors and/or
36 bid irregularities 4 4 $340
Evaluate the bids and the qualifications of the apparent low bidders and advise the City
37 as to the acceptability of the apparent low bidder 2 2 $372
38 Prepare of letter of recommendation for award of construction contract 2 - 2 $372
39 Attend and participate in City Council meeting to award the construction contract 0 $0
BID PHASE TOTALS 2 14 0 0 4 20 $3,324
Sr.
Construction Sr.Project Senior CADD Construction
Manager Engineer Designer Operator Tech
CONSTRUCTION ADMINISTRATION PHASE
40 Prepare Pre-Construction Meeting Agenda 2 4 6 $712
41 Attend Pre-Construction Conference 4 4 8 $1,504
42 Attend Progress Meetings-3 meetings 12 12 24 $4,512
43 Submittal Review 2 6 24 32 $3,536
44 City Staff Field Support 8 4 4 16 $2,604
45 field Meetings-2 Meetings 8 8 $1,520
46 Review and Approve Pay Estimates 2 8 10 $1,052
47 Substantial Walk Through 4 4 $744
48 Final Walkthrough 4 4 $744
49 Review and Approve Final Pay Estimate 1 4 6 11 $1,444
CONSTRUCTION ADMINISTRATION PHASE TOTALS 35 42 0 0 46 123 $18,372
SCHEDULE
• Plans complete to 30%: 45 days from Notice to Proceed.
• 60% Plans complete: 60 days from receiving City comments on the 30% phase
• 90% Plans complete: 60 days from receiving City comments on the 30% phase
• 100% Plans complete: 30 days from receiving City comments on the 90% phase