Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R2022-114 2022-05-23
RESOLUTION NO. R2022-114 A Resolution of the City Council of the City of Pearland, Texas, authorizing a contract with Halff Associates, Inc., for design services associated with the McLean Water Production Facility Rehabilitation Project, in the estimated amount of $333,060.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That certain contract for design services associated with the McLean Water Production Facility Rehabilitation Project, a copy of which is attached hereto as Exhibit “A” and made a part hereof for all purposes, is hereby authorized and approved. Section 2. That the City Manager or his designee is hereby authorized to execute and the City Secretary to attest a contract for design services associated with McLean Water Production Facility Rehabilitation Project. PASSED, APPROVED and ADOPTED this the 23rd day of May, A.D., 2022. ________________________________ J.KEVIN COLE MAYOR ATTEST: ________________________________ LESLIE CRITTENDEN CITY SECRETARY APPROVED AS TO FORM: ________________________________ DARRIN M. COKER CITY ATTORNEY DocuSign Envelope ID: 45805948-E911-43CB-943E-F1A554593E69 KJ McLean Water Production Facility Project Boundaries MAP PREPARED: MAY 2022 CITY OF PEARLAND IT-GIS DEPARTMENT This product is for informational purposes and may not have been prepared for or be suitable for legal, engineering, or surveying purposes. It does not represent an on-the-ground survey and represents only the approximate relative location of property boundaries. 0 25 50 Feet ¡ CITY OF PEARLAND Water Production Facility Rehab KJ CAMDE N L N CAMDENLNCARMONA LN MCLEAN RDMcLean Maxar, Microsoft Exhibit A DocuSign Envelope ID: 3260BA75-4334-42AA-9CC5-28734A5663CD DocuSign Envelope ID: 3260BA75-4334-42AA-9CC5-28734A5663CD CONTRACT FOR PROFESSIONAL SERVICES THIS CONTRACT is entered into upon final execution by and between the City of Pearland ("CITY") and Halff Associates, Inc. ("CONSULTANT"). The CITY engages the CONSULTANT to perform professional services for a project known and described as McLean Water Production Facility Rehabilitation ("PROJECT"). (Project #WA2202) 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 provide professional 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 DocuSign Envelope ID: 3260BA75-4334-42AA-9CC5-28734A5663CD 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 DocuSign Envelope ID: 3260BA75-4334-42AA-9CC5-28734A5663CD SECTION II - PERIOD OF SERVICE This CONTRACT will be binding upon execution and end March 31, 2023. 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) $93,532.00 2. Additional Services shall require independent and specific authorization and shall be billed as (Not to Exceed): $0.00 3. Bid Phase Services (Hourly Not to Exceed) $9,790.00 4. Construction Phase Services (Hourly Not to Exceed) $51,764.00 5. Reimbursable Expenses (Not to Exceed) $0.00 6. Total: $155,086.00 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 Design 3 of 7 D2 Revised 04/2019 DocuSign Envelope ID: 3260BA75-4334-42AA-9CC5-28734A5663CD performing any work or submitting any invoices for work that exceeds the fixed contract amount under any expense category. 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 - Design 4 of 7 D2 Revised 04/2019 DocuSign Envelope ID: 3260BA75-4334-42AA-9CC5-28734A5663CD consultant(s) or in any way affect the CONSULTANT'S status as an independent contractor of the CITY. 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 10351 Stella Link Road, Houston, TX 77025. 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 15th 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 DocuSign Envelope ID: 3260BA75-4334-42AA-9CC5-28734A5663CD 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. —D/oc�uSigned� by: (LiuI PCifiesoi&. 5/24/2022 18:57 AM CDT CITYBOFPEARLAND, TEXAS DATE CONSULTANT DATE Design 6 of 7 D2 Revised 04/2019 DocuSign Envelope ID: 3260BA75-4334-42AA-9CC5-28734A5663CD House Bill 89 Verification Michael Barbier (Person name), the undersigned representative (hereafter referred to as "Representative") of Half Associates, Inc, (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. SIGNATURE OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this { day of a1 , 2022-. Notary Public Design 7 of 7 D2 Revised 0412019 DocuSign Envelope ID: 3260BA75-4334-42AA-9CC5-28734A5663CD jj HALFF April 25, 2022 Sergio Becerril Project Manager City of Pearland 2016 Old Alvin Road Pearland, TX 77581 Re: McLean Road Water Production Facility Rehabilitation Project Mr. Becerril: Half Associates, Inc. (Halff) appreciates the opportunity to propose engineering services to the City of Pearland (City) related to the McLean Road Water Production Facility Rehabilitation Project. Based on the original scope of services based on a Preliminary Engineering Report for the McLean Road Water Production Facility, the goal of this project is to perform the priority improvements as outlined in that scope. Several site visits and scoping meetings with the City have clarified and defined the limits of the scope of the project. Attached as "Attachment "A"" is the Scope of Services as agreed to by all parties. Half proposes to perform the Professional Services listed above on a lump sum basis, invoiced monthly based on percent complete. The total fee for the Professional Services listed above is $155,086.00 and is attached as "Attachment "B"". A summary of the proposed fee breakdown by task is provided below: PRELIMINARY DESIGN FINAL DESIGN BID PHASE SERVICES CONSTRUCTION PHASE SERVICES PROJECT CLOSEOUT TOTAL PROFESSIONAL SERVICES $19,372.00 $74,160.00 $9,790.00 $40.920.00 $10,844.00 $155,086.00 Work on the project can commence within two (2) weeks of the receipt of written authorization to proceed. Assuming the previously discussed Design Notice to Proceed of June 2022, we would anticipate meeting the target date for Final Design Submittal of January 2023. We trust this proposal is satisfactory. We appreciate the opportunity to be of service to you and look forward to working together on this project. Please call me at 713-588-2454 or email me at CarlDMcConnell@halff.com if you have any questions or comments. Sincerely HALFF ASSOCIATES, INC. Carl D. McConnell, PE, PMP Director of Water and Wastewater Utilities Attachments: Attachment "A" - Scope of Services Attachment "B" — Level of Effort HALFF ASSOCIATES, INC. 14800 ST. MARY'S LANE, SUITE 160 TEL 713-588-2450 WWW.HALFF.COM HOUSTON, TX 77079-2943 FAX 281-310-5259 DocuSign Envelope ID: 3260BA75-4334-42AA-9CC5-28734A5663CD EXHIBIT "A" SERVICES Design, Bid, and Construction Phase Services for City of Pearland McLean Road Water Plant Rehabilitation This Attachment "A" defines the services to be performed by Halff Associates, Inc. in conjunction with professional services for the McLean Road Water Plant Rehabilitation Project. Our services include the following: Project. Design of priority improvements will be made at the McLean Water Plant and will include: • Replacement of 2 existing booster pumps and motors with new booster pumps and motor. • Replacement of the incoming power service, including new service pole, service disconnect, and Automatic Transfer Switch, with new electrical rack and underground wiring and conduit. Existing conduit may be reused. • Replace all above ground booster pump piping, and valves between ground storage tank and plant discharge. No piping outside the plant site will be replaced. • Replace the existing Well Pump piping, and valves between ground storage tank and well head discharge. Flow meter will be relocated to allow proper upstream and downstream lengths for laminar flow. • All above ground piping will be coated with UV type coating system to match type used for surface water plan. • Re -coat generator enclosure and muffler assembly. • Design of Sanitary Sewer Line from Analyzer Drain Line to the existing Manhole on the north side of the plant. • Replace perimeter chain link fencing. Utilize existing gates and operators, if possible. • Add "over -the -top" ladders to the chemical containment system for access. • Replace the facility's storage room door, repair any cracks or holes, and recoat exterior. • Recoat exterior of Control Building, repair any cracks or holes. • Prepare as-builts drawings of plant site Attachment ` A " Services — Page 1 of 6 DocuSign Envelope ID: 3260BA75-4334-42AA-9CC5-28734A5663CD The proposal is based on the following assumption: • The project does NOT include any property acquisition services. • The project does NOT include any additional piping and/or metering facilities to directly connect from the McLean Water Plant to the distribution system. Only that piping inside the fenced Plant area is a portion of this project. • All Booster Pump capacities (head and flow rates) will be provided by the Owner for use by the Engineer to size and replace the Booster Pumps and Motors. • The re -coating of the existing Ground Storage Tank and the Elevated Water Storage Tank on the McLean Road Plant Site are outside the scope of this project. Color of all buildings, structures, and above ground piping will be selected by the Owner. I. Design Surveying. The Consultant shall provide surveying services, which, in general, may be defined as normal services applicable to a project of this type. The following will also apply. 1. Topographic features will be surveyed along with any and all other features needed for design, review, permitting, construction and inspection of the project. Coverage will extend far enough to integrate the design with the adjacent property features, including driveways, walkways, existing utilities, existing structures, and fences. 2. A Boundary Survey is not included in this scope of work. The Consultant will utilize the Platted information provided by the Owner as the basis for the limits of the McLean Road Water Plant site. 3. A tree survey is not included in this scope of work. II. Design - General The Provisions in this section apply to both the Civil and Electrical designs. 1. Design. - The design of the Project shall be in general accordance with City of Pearland and TCEQ design standards as applicable, and good engineering practices. 2. Utility Coordination. - During the design phase, the Consultant will coordinate with CenterPoint electric company and obtain information relating to existing utility lines serving the site. Attachment ` A " Services — Page 2 of 6 DocuSign Envelope ID: 3260BA75-4334-42AA-9CC5-28734A5663CD 3. Specifications. - The Consultant shall prepare technical specifications required for bidding and constructing the project. Specifications, bid items and quantities shall be furnished on hard copy and by electronic file in Microsoft Word and PDF formats. 4. Miscellaneous. Construction plans will address water line connection details, general construction sequencing, and other improvements, as needed. 5. Review Plans. — The Consultant shall develop plans, profiles and estimates of probable cost at the 60% milestone for review and comment by the Owner. Final plans shall be prepared and submitted at the 90% and 100% milestones. Also, the Consultant may submit plan sheets or working drawings to the City for review and comment to reduce the number of revisions that otherwise would be required. 6. Prints. — The Consultant shall provide either Two (2) sets of plans and specifications or One (1) Flash Drive with PDF formatted copies of the plans and specifications for review. The Consultant will prepare bid sets for distribution via the City's e -bid system. III. Design of Plans for Construction Construction Plans. The Consultant shall develop construction plans for review, permitting, bidding, construction, inspection and record keeping. In general, construction plans shall be consistent with normal practice for projects of this nature. The following particulars will also apply. The construction plans will consist of numerous sheets ordered as follows: 1. Title Sheet — (Sheet No. 1). The title sheet shall include a location map drawn to a scale of 1" = 1000', approximately ten inches square. It shall also include a sheet index with drawings numbered consecutively and without subscripts. Additionally, the title sheet shall show the project name, project number, date, City logo, Consultant's name, address, and telephone number and other items as may be specified. 2. Legend and General Notes Sheet(s). This sheet(s) will include a listing of abbreviations, legend, general notes, and key map. 3. Project Layout Sheet(s). The project layout sheet(s) shall be drawn to a scale of 1" = 200' and laid out with the north arrow pointed up on the sheet. The purpose of the project layout is to depict the project in a simplified view. Major items of work shall be shown without excessive detail. Attachment ` A " Services — Page 3 of 6 DocuSign Envelope ID: 3260BA75-4334-42AA-9CC5-28734A5663CD 4. Plan and Profile Sheets. Plan -profile sheets shall be arranged from south to north and from west to east, with the north arrow up or to the right on the sheet. Plan -profile sheets shall be drawn to a minimum scale of 1" = 40' h and 1" = 4' v. Stationing shall be from north to south with the beginning station being set at approximately 1+00). Each plan -profile sheet should include no more than 500 feet of improvement; thus, leaving ample margins both left and right. The plan and profile station should align vertically on the sheet with the proposed centerline drawn parallel to the profile grid. When there is a centerline curvature, the plan -profile should be drawn so that as much of the plan view is in alignment as possible. Plan -profile sheets shall depict all existing and proposed items pertinent to the project. 5. Detail Sheets. If available, City standard drawings may be used as a basis in developing standard details for this project. They will not be simply copied, but shall be reviewed and modified for this project. 6. Power Supply and Electrical Sheets. Electrical plans will be provided for the plant site. The following will be provided: an electrical site plan, electrical plan(s) and section(s), electrical one -line diagrams, appropriate schedules (panelboards, fixtures, etc), and electrical details. IV. Bidding, Construction, Closure. 1. Bidding — During the bidding phase for both projects, the Consultant will assist the City by addressing technical questions and preparing addenda. The Consultant will attend the pre -bid meeting. The Consultant will evaluate bids, attend the bid opening, and prepare the bid tabulation. The Consultant will attend City Council meeting and recommendation for the award of the Contract for Construction. The Consultant will produce and submit to the selected Contractor five (5) set of plans and project manuals in hard copy, and one electronic copy to Project Manager to accompany City's Notice of Intent to Award. 2. Construction Administration —The Consultant's design engineer and/or project manager shall attend the pre -construction meeting. The Consultant shall visit the site once per calendar month to evaluate the general progress of the construction and attend monthly construction progress meetings. Review samples, catalog data, schedules, shop drawings, modification results, and other submittals in accordance with the requirements of the construction Contract Documents. It is anticipated that the Consultant will review and respond to up to a total of 30 submittals. Review and approve monthly pay applications coordinating with the Construction Manager using the City's Pro Trak system. The Consultant will not be responsible for the Contractors' work, nor shall the Consultant be required to perform inspection services. The Consultant shall assist the City in the preparation Attachment ` A " Services — Page 4 of 6 DocuSign Envelope ID: 3260BA75-4334-42AA-9CC5-28734A5663CD of field changes and/or change orders which may become necessary for the orderly completion of the projects. The Consultant shall assist the City in performing final walk-through inspections and prepare a written "final punch list" for the project. Construction services are based upon an assumed maximum 250 calendar day construction schedule. 3. Closure — The Consultant shall prepare record drawings, incorporating all changes provided by the Contractor and known variations to provide the City the best possible set of record drawings. Final record drawings shall be furnished both electronically and on paper. IV. Construction Inspection Services — Halff will conduct periodic inspections to observe the construction work for progress and quality, and to assist with assurance that the work is proceeding in accordance with the approved plans and specifications. Specifically, Halff's scope includes: (1) Periodic On -site visits to the construction site for the duration of construction. (2) Attend monthly Progress Meetings with the Owner and Contractor to ascertain construction progress, work schedule, and coordinate the planned schedule of work. (3) Attend meetings with others as requested by the City when necessary to discuss issues regarding the construction project. (4) Upon substantial completion of construction, conduct investigation of the project and assist the City in preparing the punch list of work to be done to achieve final completion. Halff's scope does not include: (1) Full-time on -site inspection. (2) Construction materials testing for quality assurance. (3) Coordination of any construction materials testing and/or schedule. CONSULTANT SHALL NOT AT ANY TIME DIRECT, CONTROL, OR HAVE ANY AUTHORITY OVER ANY CONTRACTOR'S WORK, NOR SHALL CONSULTANT HAVE AUTHORITY OVER OR BE RESPONSIBLE FOR THE MEANS, METHODS, TECHNIQUES, SEQUENCES, OR PROCEDURES OF CONSTRUCTION SELECTED OR USED BY ANY CONTRACTOR, OR THE SAFETY PRECAUTIONS AND PROGRAMS INCIDENT THERETO, FOR SECURITY OR SAFETY AT THE PROJECT SITE, NOR FOR ANY FAILURE OF A CONTRACTOR TO COMPLY WITH LAWS AND REGULATIONS APPLICABLE TO SUCH CONTRACTOR'S FURNISHING AND PERFORMING OF ITS WORK. V. Services Provided By Subconsultants The City will pay 110% of each subconsultant's fee to the Consultant. Attachment 'A " Services — Page 5 of 6 DocuSign Envelope ID: 3260BA75-4334-42AA-9CC5-28734A5663CD VI. Miscellaneous. Miscellaneous services not provided for herein and not generally associated with a project of this type will be paid for under an amendment to this Agreement and for an additional fee. Attachment 'A " Services — Page 6 of 6 DocuSign Envelope ID: 3260BA75-4334-42AA-9CC5-28734A5663CD z Q a' J wm Wx = LLIA Luz v W J J a m W `m Zia 2 xQ a O H � aZ r$ 4,330.00 I $ 940.00 $ 5,264.00I e m ^ $ 3,200.00I $ 3,070.00 $ 1,600.00 $ 5,620.00 $ 7,926.00I $ 13,220.00 is m $ 1,070.00I $ 2,220.00 w $ 1,820.00 $ 2,330.00 $ 940.00 $ 1,750.00 $ 770.00 a $ 10,844.00I 0 0 O N O H 2 « A m V M r r V« V a a» V« V" m -3'3'. A $E SUBTOTAL LABOR' $5,890.00 I $28,20000 I $28,500.00 I $23,500.00 I $3,388.00 I $14,080.00 I $23,370.00 I $13,230.00 I $7,80000 I $616.00 I $1,392.00 I $3,520.00 I $1,600.00 I $155,086.00 CONTRACT TOTAL Q o 0 0 0 0 88 l' o N 0 0 0 o N 88 > I' o v ,,o 0 0 0 o o � 0 o g g o o m ,So a uwo o m 42 N a a A 4 rc IIIi Nw a a o a g g m w m a N n r N28 m m m U. r a a c ,., o m m ,N w ry ry m m e a z40 II"m o m m o o ry ,$m o o 2a s .g" ...g e a a g 1$ I m m a N m w N a m m a a a a m w w w w a a m m e w N m n w w n m m $ N g 6 a2,� w Jiill a m a in N w a N n n N w w a a a w a n a m w a a e a o m ry a a o 82 9M 0 Y a 2 0 IPreliminary Design Phase Services Design Kick -OS Meeting Scoping Analysis Preliminary Design Meeting with City Data Collection Survey Topographic Surveying Utility Research and Cadd a g u Project Management, Meetings, and Monthly Progress Reports Cover Sheet 8 Index General Notes Site Plan Booster Pump Piping Booster Pump Details Well Pump Piping Well Pump Ppiping Details Discharge Piping Discharge Piping Details Remediation Details for other Structures Electrical Plans Electrical Details Electrical QA/QC Technical Specifications Bid Form Construction Cost Estimate 2 a 'Bid Phase Services Pre -Bid Conference Bidders Questions Bid Opening Bid Tabulation Letter of Recommendation Attend City Council Meeting 2 1 1 U Pre -Construction Conference Submittal Reviews Site Inspections / Progress Meetings Pay Requests Substantial Walk Thru 8 Final Walk Thru Final Recommendation of Acceptance Project Close -Out As -Built Drawings MANHOUR SUBTOTAL MAX LABOR RATE PER HOUR DocuSign Envelope ID: 3260BA75-4334-42AA-9CC5-28734A5663CD CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 2 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2022-884503 Date Filed: 05/10/2022 Date Acknowledged: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Halff Associates, Inc. Houston, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Pearland 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. WA2202 Professional Engineering Services - McLean Water Production Facility Rehab 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Baker, Jessica Richardson, TX United States X Bertram, Shawn Austin , TX United States X Edwards, Mark Richardson, TX United States X Ickert, Andrew Fort Worth, TX United States X Jackson, Todd Austin, TX United States X Killen, Russell Richardson, TX United States X Llewellyn Sr., Mark Tallahassee, FL United States X Miller, Steve Austin, TX United States X Moya, Mike Austin, TX United States X Murray, Menton McAllen, TX United States X Pylant, Ben Fort Worth , TX United States X Sagel, Joseph Richardson, TX United States X Tanksley, Dan Richardson, TX United States X Zapalac, Russell Austin, TX United States X Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.191b5cdc DocuSign Envelope ID: 3260BA75-4334-42AA-9CC5-28734A5663CD CERTIFICATE OF INTERESTED PARTIES FORM 1295 2 of 2 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2022-884503 Date Filed: 05/10/2022 Date Acknowledged: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Halff Associates, Inc. Houston, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Pearland 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. WA2202 Professional Engineering Services - McLean Water Production Facility Rehab 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is Michael Barbier , and my date of birth is , May 2, 1983 My address is 14800 St. Mary's Lane, Suite 160 , Houston , TX 77079 , USA . (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Harris County, State of Texas , on the 10 day of May , 20 22 . (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.191b5cdc DocuSign Envelope ID: 3260BA75-4334-42AA-9CC5-28734A5663CD CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 2 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2022-884503 Date Filed: 05/10/2022 Date Acknowledged: 05/16/2022 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Halff Associates, Inc. Houston, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Pearland 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. WA2202 Professional Engineering Services - McLean Water Production Facility Rehab 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Baker, Jessica Richardson, TX United States X Bertram, Shawn Austin , TX United States X Edwards, Mark Richardson, TX United States X Ickert, Andrew Fort Worth, TX United States X Jackson, Todd Austin, TX United States X Killen, Russell Richardson, TX United States X Llewellyn Sr., Mark Tallahassee, FL United States X Miller, Steve Austin, TX United States X Moya, Mike Austin, TX United States X Murray, Menton McAllen, TX United States X Pylant, Ben Fort Worth , TX United States X Sagel, Joseph Richardson, TX United States X Tanksley, Dan Richardson, TX United States X Zapalac, Russell Austin, TX United States X Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.191b5cdc DocuSign Envelope ID: 3260BA75-4334-42AA-9CC5-28734A5663CD CERTIFICATE OF INTERESTED PARTIES FORM 1295 2 of 2 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2022-884503 Date Filed: 05/10/2022 Date Acknowledged: 05/16/2022 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Halff Associates, Inc. Houston, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Pearland 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. WA2202 Professional Engineering Services - McLean Water Production Facility Rehab 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is , and my date of birth is , My address is , , , (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of , on the day of , 20 . (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.191b5cdc DocuSign Envelope ID: 3260BA75-4334-42AA-9CC5-28734A5663CD II�i11•,r. JWY% HALFASSO ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)5/11/2022 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER Greyling Ins. Brokerage/EPIC 3780 Mansell Road, Suite 370 Alpharetta, GA 30022 CONTACT Carly Underwood PHONE 770.670.5324 FAX (A/C, No, EM): (A/C, No): ADDRESS: carly.underwood@greyling.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : National Union Fire Ins. Co. 19445 INSURED Halff Associates, Inc. 1201 N. Bowser Richardson, TX 75081 INSURER B : The Continental Insurance Company 35289 INSURER C : New Hampshire Ins. Co. P 23841 Allied World Surplus Lines Ins INSURERD: P 24319 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 21-22 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. INSLTR TYPE OF INSURANCE L INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY GL5856923 08/01/2021 08/01/2022 EACH OCCURRENCE $2,000,000 CLAIMS -MADE X OCCUR D PREMISES (Ea occurrence) $ 500,000 MED EXP (Any one person) $25,000 PERSONAL & ADV INJURY $2,000,000 GENERAL AGGREGATE $4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRO - PRODUCTS - COMP/OPAGG $4,000,000 $ A AUTOMOBILE X X LIABILITY ANY AUTO OWNED X S SCHEDULED AUTOS NON -OWNED AUTOS ONLY CA5717893 08/01/2021 08/01/2022 (Ea aBcideDiSINGLE LIMIT $2,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ B x UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 7015026436 07/01/2021 08/01/2022 EACH OCCURRENCE $5,000,000 AGGREGATE $5,000,000 DED I XI RETENTION$10,000 $ C WORKERS COMPENSATION EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/ N N N / A WC014195843 08/01/2021 08/01/2022 X STATUTE MUTE ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 D Professional Liab incl. Pollution 03113813 07/12/2021 08/01/2022 Per Claim $1,000,000 Aggregate $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: AVO: 47126.001 , Pearland / McLean Water Production. Project #WA2202. City of Pearland is named as an Additional Insured on the above referenced liability policies with the exception of workers compensation & professional liability where required by written contract. Waiver of Subrogation is applicable where required by written contract & allowed by law. Should any of the above described policies be cancelled by the issuing insurer before the expiration date thereof, 30 days' written (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION City of Pearland 2016 Old Alvin Pearland, TX 77581-0000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) 1 of 2 #S3258377/M2832129 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD REGA1 DocuSign Envelope ID: 3260BA75-4334-42AA-9CC5-28734A5663CD DESCRIPTIONS (Continued from Page 1) notice (except 10 days for nonpayment of premium) will be provided to the Certificate Holder. SAGITTA 25.3 (2016/03) 2 of 2 #S3258377/M2832129