Loading...
HomeMy WebLinkAboutR2024-237 2024-11-11Docusign Envelope ID: 26F20CBA-B999-4C7E-837B-95B92A435AC5 RESOLUTION NO. R2024-237 A Resolution of the City Council of the City of Pearland, Texas, authorizing an amended contract with Freese and Nichols, for professional construction administration services associated with the Barry Rose Water Reclamation Facility Project and the Longwood Water Reclamation Facility Decommissioning Project, in the additional amount of $3,485,698.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That certain amended contract for professional construction administration services associated with the Barry Rose Water Reclamation Facility Project and the Longwood Water Reclamation Facility Decommissioning 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 an amended contract for professional construction administration services associated with Barry Rose Water Reclamation Facility Project and the Longwood Water Reclamation Facility Decommissioning Project. PASSED, APPROVED and ADOPTED this the 11th day of November, A.D., 2024. ,-DocuSigned by: '-2FsoB858BC2A475 J. KEVIN COLE MAYOR ATTEST: rDocuSigned by: rs a94EC22531-FFF415 FRANCES AGUILAR, TRMC, MMC CITY SECRETARY APPROVED AS TO FORM: ,-DocuSigned by: DARRIN M. COKER CITY ATTORNEY •;` q . it 'i •o. F ES -V: s gin; Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1 DBOCDD CITY OF PEARLAND Engineering & Public Works Department 2016 Old Alvin Pearland, Texas 77581 Professional Services Contract Amendment For Barry Rose WRF Expansion and Replacement and Longwood WRF Decommissioning Date of Issuance: November 11, 2024 Amendment No: 2 Consultant: Freese & Nichols PO#: 2023-00001133 Explanation: This Amendment encompasses the following: Construction Phase Services for Barry Rose WRF Expansion and Replacement and Longwood WRF Decommissioning project. Description of Work Cost Time 1. Construction Phase Services $ 3,153,493 Days 2. Special Services $ 332,205 Days 3. $ Days Please attach back-up documentation Cost & Time Change Summary: Original Contract: Previous Amendment(s): Contract prior to this Amendment: Net increase (decrease) from this Amendment: Revised Contract: Cost Time $ 13,373,691 Days $ 25,418 Days $ 13,399,109 Days $ 3,485,698 Days $ 16,884,807 Days DocuSigned by: ACC D APP E By: ate: + �f By: "'�� Date: 11/12/2024 I 4:04 PM 1 i I /12.1z� F838B32DC746423 Consultant Owner *Consultant agrees to perform change(s) included in this Contract Amendment for the price and time indicated. The prices for changes included all costs associated with this Contract Amendment. No work is to be done until this Amendment is executed. No payment to the Consultant shall be made for work included in the Amendment until this Amendment is executed. Upon execution by all parties, the following changes identified for the Contract Value and/or Contract Time shown, are made part of the Contract. Design 1 of 1 D6. Revised 6:16 Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1 DBOCDD FEM NICHOLS 11200 Broadway St., Suite 2320 + Pearland, Texas 77584 + 832-456-4700 + FAX 817-735-7491 September 30, 2024 Lorenzo Wingate Director of Engineering & Public Works City of Pearland 2016 Old Alvin Road Pearland, Texas 77581 Innovative approaches Practical results Outstanding service www.freese.com Re: Construction Phase Services Proposal — Barry Rose WRF Expansion and Replacement and Longwood WRF Decommissioning Dear Mr. Wingate: Enclosed you will find our proposal for the Construction Phase Services for the Barry Rose WRF Expansion and Replacement and Longwood WRF Decommissioning project. Our proposal includes Basic Construction Phase Services for a lump sum fee of $3,153,493 and Special Services for a cost-plus fee of up to $332,205, resulting in a total fee of up to $3,485,698. The Special Services would only be performed if authorized by the City and reimbursed on a time and materials basis. If you need any additional information or have any questions ahead of our meeting, please reach out. Sincerely, Chuck Gilman, P.E. Assistant Division Manager Principal and Vice President Attachments: Attachment A: Proposal for Construction Phase Services Attachment B: Fee Summary Tables Attachment C: Subcontractor Proposals Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1DBOCDD ATTACHMENT SC SCOPE OF SERVICES FOR CONSTRUCTION PHASE SERVICES AND RESPONSIBILITIES OF CLIENT AMENDMENT 3 - PURCHASE ORDER 2023-00001133 ARTICLE 0 PROJECT UNDERSTANDING: The City of Pearland (Client) is planning to build a new Water Reclamation Facility (WRF) adjacent to their existing Barry Rose WRF. The new WRF will have an initial annual average day flow (ADF) of five (5) million gallons per day (MGD) and will be planned to be expanded up to an ultimate ADF capacity of 6.5 MGD at a future date. The initial and ultimate annual peak 2 -hour flow will be 26.0 MGD and 32.5 MGD, respectively. The Client will also decommission the existing Longwood WRF and pump incoming flows from the Longwood WRF site to the new 5 MGD Barry Rose WRF via a 3.9 mile long 20" (nominal) force main. Upon completion of the Longwood Lift Station and Force Main, the Longwood WRF will be decommissioned. As part of the proposed scope of services, Freese & Nichols, Inc. (FNI) will provide construction phase services (CPS) for the components designed by the FM Team for the project, the Barry Rose WRF Replacement and Expansion and Longwood WRF Decommissioning projects, which may include various packages within each guaranteed maximum price (GMP). The Client has also retained McCarthy Building Company (McCarthy) as their Construction Manager at Risk (CMAR) and Ardurra as their Owner's Advisor (OA). The following scope of work is intended to describe FNI services during construction to assist the Client, CMAR, and OA in successfully delivering the work. The Construction Phase Services are generally described below and further detailed herein under the Article I. Construction will be divided into three GMP packages. This scope of work assumes that the work will be done within 40 months from the date of notice to proceed (NTP). ARTICLE I CONSTRUCTION PHASE BASIC SERVICES: FNI will proceed with the performance of construction phase basic services as described below upon completion of the bid phase services for each GMP. FNI will endeavor to protect the Client in providing these services. However, it is understood that FNI does not guarantee the CMAR's performance, nor is FNI responsible for supervision of the CMAR's operation and employees. FNI shall not be responsible for the means, methods, techniques, or procedures of construction selected by the CMAR, or any safety precautions and programs relating in any way to the condition of the premises, the work of the CMAR or any Subcontractor. FNI shall not be responsible for the acts or omissions of any person SC -1 Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1DBOCDD (except its own employees or agents) at the Project site or otherwise performing any of the work of the Project. The scope of work, level of effort, and budget are based on the design documents prepared by the FNI Team. A. SCOPE OF WORK 1. Project Management: Perform general administrative duties associated with the project including progress monitoring, general correspondence, office administration, and invoicing for the scope items identified below. These duties include maintaining routine contact with the City to help meet the needs of the City in a timely manner and executing the work in accordance with the work plan, budget, and schedule. Project management will facilitate the deliverables defined further below and include email correspondence, and various internal project management logs. The level of effort assumes forty (40) months of construction phase project management, anticipated to begin at the end of the budgeted design phase project management. 2. Monthly Construction Progress Meeting: Participate in forty (40), Monthly Construction Progress Meetings with the Client, OA and CMAR. Review agendas and meeting minutes for each meeting provided by the OA. The Monthly Construction Progress Meetings will be inclusive of content for all three (3) GMPs and will commence after the Notice to Proceed issued for GMP 1 and continue until substantial completion for GMP 2 & 3, expected in July 2027. Representative(s) from the FNI Team will attend as necessary, commensurate with the work progression. 3. Submittal and Request for Information Review: Review andrespondto CMAR submittals in accordance with the requirements of the construction contract documents for the Project, and as further defined below. a. Review and respond to all shop drawings and O&M manuals, including up to an average of one resubmittal for each initial submittal. Cost for the effort to review submittals in excess of two (i.e. one initial submittal plus one resubmittal) will be tracked and communicated to the CMAR. The average number of submittals and resubmittals will be reviewed monthly and if the total number of submittals and resubmittals divided by the total initial submittals is greater than two at completion of construction, then the Owner will present the excess submittal cost to the CMAR for a deduct from the contract and will subsequently amend FNI' s contract accordingly after the deduct to the CMAR's contract has been fully executed. b. Interpret the drawings and specifications for the Client and CMAR, review CMAR requests for information (RFIs) and prepare responses in accordance with the Contract Documents. Provide interpretation and communicate engineering intent if information is not explicitly addressed in the Contract Documents. Investigations, analyses, and studies requested by the CMAR, and approved SC -2 Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1DBOCDD by Client, for substitutions of equipment and/or materials or deviations from the drawings and specifications can be provided as Special Service as discussed below. Simple substitutions of materials of construction requested in an RFI or submittal will be processed as such as part of basic services. c. Effort associated with engineering redesign due to change orders or field orders necessitated by the FNI Teams' errors and omissions will be provided at no additional charge provided the FNI Team is afforded the opportunity to be engaged early and mitigate the potential impact. Claims are addressed under Additional Services. Review of pay applications and record data, including test reports and samples will be the responsibility of the OA. FNI will not be provided with copies of pay applications or record data and FNI will not be expected to review or sign such documents unless attached to an RFI. 4. Site Visits: Make site visits to the construction sites as required in proportion to the magnitude of the work to observe the general progress. FNI will communicate any observed deficiencies and non- conforming work to the OA, responsible for issuing non-conformance reports (NCRs). a. TAS, TWIA and TDI Special Inspections i. Texas Accessibility Standards (TAS): Once construction is complete, a Registered Accessibility Specialist will provide one (1) on -site inspection and confirmation. ii. Texas Windstorm Insurance Association (TWIA): Review plans and submittals for compliance with Texas Department of Insurance (TDI) requirements for TWIA and conduct field inspections. Non- conforming work observed during the field inspections will be identified in an inspection report submitted to the Client and CMAR. Once all work is inspected and approved, submit a Certificate of Compliance to TWIA. 5. Substantial Completion Walkthrough: Conduct, in company with Client's representative, substantial completionwalkthrough(s) for the project GMP 2 and GMP 3 to establish final punch -list items for project completion and review of the Project for conformance with the design concept of the Project and general compliance with the Construction Contract Documents. Prepare a list of deficiencies to be corrected by the CMAR before the recommendation of final payment. The substantial completion walkthrough(s) will be conducted by leads from all design disciplines, such as process mechanical, civil, architectural, structural, HVAC, electrical, and instrumentation. 6. Final Completion Walkthrough: Conduct, in company with Client's representative, final review of the Project for conformance with the design concept of the Project and general compliance with the Construction Contract Documents. The final completion walkthrough will be conducted by representatives from the FNI design team. SC -3 Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1DBOCDD 7. Record Drawings: Revise the construction drawings in accordance with the information furnished by the CMAR reflecting changes in the Project made during construction. An electronic copy in CAD and PDF format shall be provided by FNI to the Client. All digital record drawings and model files will be provided to the Client via electronic submission. 8. GIS Shapefiles: Provide GIS shapefiles for the force main, lift stations, incoming gravity sewers, and gravity outfall per the City of Pearland Engineering Design Criteria Manual (EDCM). Shapefile layers and attributes will be limited to those required by Chapter 11.2.4 of the EDCM. 9. Post Construction Phase Services: Participate in end -of -warranty period inspections, scheduled approximately one (1) month prior to completion of the CMAR's warranty period. FNI will provide a letter to the Client for each inspection identifying any deficiencies found in workmanship, materials or equipment, and the recommended actions to be taken with a schedule of completion. The warranty period inspections will be attended by representatives from the FNI team. The management and inspection of warranty repairs provided by the CMAR will be the responsibility of others. ARTICLE II CONSTRUCTION PHASE SPECIAL SERVICES: When requested by the Client, the FNI Team shall render the following Construction Phase Special Services, which are not included in the Construction Phase Basic Services described above, in connection with the development of the Project. FNI will provide the services listed below to a degree commensurate with the scope and budget amount authorized by the Client. Special services required beyond the budget can be provided as an Additional Service (provided by Contract Amendment): 1. Change Management Support: a. Non -Conforming Work Corrective Actions: Review non-conformance reports provided by OA. Review corrective action plans provided by the CMAR and/or recommend actions to correct defective work and recommend to Client any special materials tests or performance tests needed. b. Contract Modifications (Changes in the Work): Review and provide supporting documentation for Owner and Contractor Construction Change Directive (CCD). Review CMAR Change Proposals and support the Client and OA in negotiations with the CMAR to determine the cost and time impacts of these changes. Review and support the Owner in the development of Change Order (CO) documentation for approved changes resulting from client -initiated changes or necessitated by faults of the CMAR. CO's necessitated by the FNI Teams' errors SC -4 Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1DBOCDD and omissions are covered under Basic Services. Review and support the Owner in the development of Field Orders (FO) where completion schedule or cost to Owner is not impacted. The OA will lead the development and processing of CCD, CO, and FO. The FNI Team will be responsible for providing revised technical specifications and drawings for use in the development of these change management documents as necessary. Minor changes in work may be handled as part of an RFI. c. Review substitutions of materials or equipment or design modifications requested by the Client. Simple substitutions requested in an RFI or submittal will be processed as such as part of Basic Services. 2. Review of CMAR claims and client -support in processing, mediating or litigating claims is an Additional Service. 3. Provide Startup and Commissioning Support: Start-up and commissioning will be led by the OA. The FNI Team will provide support as requested by the Owner. The level of effort assumes that FNI will do the following: a. Review the Overall Start-up and Acceptance Testing Plan Guidance Documents provide by the OA to confirm that it is in general alignment with Conceptual Startup and Commissioning Plan developed by FNI during the design phase. b. Provide up to five (5) visits to the site during start-up and commissioning to confirm that activities are being performed in general agreement with the Conceptual Startup and Commissioning Plan. Site visits will be attended by up to three (3) individuals from the FNI Team. c. Provide additional support during start-up and commissioning in the form of additional meetings, data analysis, communication and recommendations, as requested by the Owner. 4. Provide Value Engineering services or other services as requested by the Owner. ARTICLE III ADDITIONAL SERVICES: Additional Services to be performed by FNI, if authorized by Client, which are not included in the above -described Basic or Special Services and requiring contract amendment, are described as follows: A. Reviewing and approving content, administering, scheduling, coordinating, conducting, or participating in training of City personnel. B. Field layouts or the furnishing of construction line and grade surveys. C. Providing services to investigate existing conditions or facilities, or to make measured drawings thereof, or to verify the accuracy of drawings or other information furnished by Client. D. Revising drawings, specifications, or other documents when such revisions are 1) not consistent with SC -5 Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1DBOCDD approvals or instructions previously given by Client or 2) due to other causes not solely within the control of FNI. E. Providing shop, mill, field or laboratory inspection of materials and equipment. F. Observing factory tests of equipment at any site remote to the Project or observing tests required as a result of equipment failing the initial test. G. Preparing data and reports for assistance to Client in preparation for hearings before regulatory agencies, courts, arbitration panels or any mediator, giving testimony, personally or by deposition, and preparations therefore before any regulatory agency, court, arbitration panel or mediator. H. Assisting Client in preparing for, or appearing at litigation, mediation, arbitration, dispute review boards, or other legal and/or administrative proceedings in the defense or prosecution of claims disputes with CMAR. I. Assist in the transfer of andacceptance by the construction CMAR of any Client -furnished equipment or materials. J. Assisting Client in the defense or prosecution of litigation in connection with or in addition to those services contemplated by this Agreement. Such services, if any, shall be furnished by FNI on a fee basis negotiated by the respective parties outside of and in addition to this Agreement. K. Design, contract modifications, studies or analyses required to comply with local, State, Federal or other regulatory agencies that become effective after the date of this Agreement or post IFC document submittal, whichever is later. L. Services required to resolve bid protests or to rebid the Projects for any reason. M. Any services required because of default of the CMAR or the failure, for any reason, of the CMAR to complete the work within the contract time. N. Providing services after the completion of the construction phase not specifically listed in Basic Services. 0. Providing services made necessary because of unforeseen or differing site conditions or due to the presence of hazardous substances in any form. P. Providing value engineering studies or reviews of cost savings proposed by Construction CMARs after bids have been submitted. Q. Providing data, reports, or briefings to City Councils or governing boards on the status of the Project. R. Designing additional facilities beyond those identified in the Design Phase Contract. S. The scope of services for this Project assumes that the NPDES applications will be processed as uncontested, routine NPDES permit applications that would not require additional effort beyond that defined in Basic Services. Effort associated with any contested NPDES permits is an Additional Service. ARTICLE V TIME OF COMPLETION: The total construction phase duration, from notice to proceed (NTP) of July 11, 2024 for GMP 1 to final completion of all packages, is approximately forty-two (42) months. FNI is authorized to commence work on the Project upon execution of this Agreement and agrees to complete the services once Final Acceptance is issued to the CMAR and FNI obligations are fulfilled. SC -6 Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1DBOCDD ARTICLE VI RESPONSIBILITIES OF CLIENT: CLIENT shall perform the following in atimelymannerso as not to delay the services of FNI: A. Furnish the services of a Resident Project Representative (RPR) to act as Client' s on -site representative during the Construction Phase. B. Provide Construction Materials Testing for purposes of quality control during construction. Coordinate the work of testing laboratories and inspection bureaus required for the testing or inspection of materials, witnessed tests, factory testing, etc. for quality control of the Project. C. Client will arrange for access to and make all provisions for FNI to enter upon public and private property as required for FNI to perform services under this Agreement. D. Client will give prompt written notice to FNI whenever Client observes or otherwise becomes aware of any development that affects the scope or timing of FNI's services, or any defect or nonconformance of the work of any CMAR. D. Establish and maintain a project documentation system through the OA or CMAR, consistent with the requirements of the construction contract documents. SC -7 Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1DBOCDD ATTACHMENT CO COMPENSATION FNI proposes to perform the services outlined in the above sections for a Lump Sum fee of $3,153,493, Cost Plus fee of up to $332,205, and a total fee of up to $3,485,698 as shown in the table below. Phase Barry Rose WRF Expansion (#WW1502) Longwood WRF Decommissioning Lift Station, and Force Main (#WW 1906) Total Fee Fee Type Project Management and Construction Phase Basic Services $2,432,437 $721,056 $3,153,493 Lump Sum Construction Phase Special Services $318,197 $14,008 $332,205 Cost Plus Total Services: $2,750,634 $735,064 $3,485,698 Lump Sum + Cost Plus SC -8 Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1DBOCDD L _ Project Fee Summary Basic Services $ Special Services $ Total Project $ 2,432,437 318,197 2,750,634 Barry Rose WRF Fee Spreadsheet Labor Expenses Subconsultants Total Basic or Special Task Description David Munn Sheldon Buck Engineer III Engineer V Brent Handley Chuck Wolf Total Hours Total Labor Effort Tech Charge Miles Meals Hotel Other Total Expense Effort BVI GAI Plummer Sub Name 4 Total Sub Effort Total Effort PM Design Mngr EIT APM/ Disiscipline BIM/CAD Sr Adviser/CM $333 $333 $161 $273 $196 $175 Basic Project Management $ - $ - $ - $ - Basic Perform general administrative duties associated with the project including progress monitoring, scheduling, general correspondence, documentation, office administration, and invoicing 40 329 156 525 $ 165,488 525 1000 $ 5,612 92,880 22,200 29,398 $ 151,701 $ 322,802 Basic Quality Assurance and Senior Adviser Involvement 196 196 $ 34,300 196 $ 1,666 $ - $ 35,966 $ $ $ - $ Basic Basic Construction Phase Services $ $ $ - $ Basic Monthly Progress Meetings 80 80 $ 26,639 80 $ 680 $ - $ 27,319 Basic Design Discipline In -person Attendance 12 12 $ 3,996 12 $ 102 7,040 1,080 $ 8,526 $ 12,624 Basic Virtual Meeting Attendance $ $ 13,050 $ 13,703 $ 13,703 Basic Shop Drawing and O&M Reviews 600 1,350 900 2,850 $ 663,639 2,850 $ 24,225 182,098 106,590 78,253 $ 385,288 $ 1,073,152 Basic Review and Respond to RFIs 870 870 $ 237,697 870 $ 7,395 39,600 37,200 23,868 $ 105,701 $ 350,794 Basic Site Visits and Construction Progress Monitoring $ $ 33,930 $ 35,627 $ 35,627 Basic Monthly Site Visits 240 240 $ 79,917 240 2,000 $ 3,380 $ - $ 83,297 Basic Additional Site Visits 30 90 90 210 $ 64,548 210 3,200 $ 3,929 31,752 9,720 $ 43,546 $ 112,023 Basic TAS Inspection 8 8 $ 2,186 8 5000 $ 5,818 $ - $ 8,004 Basic TWIA/TDI Inspection 4 28 32 $ 8,982 32 $ 272 $ - $ 9,254 Basic Substantial Completion Walkthrough 16 40 40 80 12 188 $ 49,062 188 1,600 $ 2,670 14,820 13,860 2,682 $ 32,930 $ 84,663 Basic Final Completion Walkthrough 8 24 24 16 72 $ 18,902 72 800 $ 1,148 13,860 $ 14,553 $ 34,603 Basic Pre -Warranty Expiration Walkthrough 16 24 40 $ 11,885 40 $ 340 $ - $ 12,225 Basic Record Drawings 16 24 40 138 280 498 $ 112,422 498 $ 4,233 31,360 33,870 19,440 $ 88,904 $ 205,559 Basic GIS Files of Incoming Sanitary Sewer and Outfall 1 4 8 13 $ 2,996 13 $ 111 $ - $ 3,106 Basic Subconsultant Expenses $ $ 6,951 400 $ 7,719 $ 7,719 $ $ $ - $ $ $ $ - $ Construction Phase Special Services $ $ $ - $ Special Non -Conforming Work Corrective Actions and Contract Modifications 24 80 100 100 60 24 388 $ 94,070 388 $ 3,298 $ - $ 97,368 Special Start -Up and Commissioning $ $ 30,396 $ 31,916 $ 31,916 Special Review of Ardurra Report 4 12 18 34 $ 10,246 34 $ 289 4,968 $ 5,216 $ 15,751 Special Site Visits 30 30 60 $ 18,186 60 $ 510 5,040 1,620 $ 6,993 $ 25,689 Special Additional Communication and Meetings for Trouble -shooting 16 40 40 96 $ 25,647 96 $ 816 h 15,840 4,169 $ 21,009 $ 47,473 Special Owner Directed Services (including Value Engineering) $ 100,000 $ $ $ 100,000 $ $ $ - $ $ $ $ - $ $ $ $ $ $ $ $ $ $ $ $ $ Total Hours / Quantity 154 1,622 1,554 2,462 348 272 6,412 6,412 7,600 6,000 $ 429,946 $ 302,391 $ 175,598 $ Total Effort $ 51,280 $ 540,135 $ 250,886 $ 672,624 $ 68,284 $ 47,600 $ 1,730,809 $ 54,502 $ 5,092 $ $ $ 6,900 $ 66,494 $ 451,443 $ 317,511 $ 184,377 $ $ 953,331 $ 2,750,634 1 of1 L:\Client\0LCR\P\Pearland\Barry Rose WRF Replacement and Expansion and Longwood WRF Decommissioning\3-Amendments for Review\Amd #2\7th\Barry Rose Fee Export 9/30/2024 Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1DBOCDD Freese and Nichols, Inc. 1 Project Fee Summary Basic Services 721,056 Longwood Lift Station Fee Spreadsheet Special Services Total Project 14,008 735,064 II 'MI lip Labor r Expenses Subconsultants Total Basic or Special Task Description Sheldon Buck Eno Engelskirohen Enk Lopez Rebecca Peters Willie Adams Chuck Wolf Total Hours Total Labor Effort Tech Charge Other Total Expense Effort BVI GAI Plummer Total Sub Effort Total Effort PM APM EIT ill EngineerV BIM/CAD Sr Adviser $333 $264 $151 $271 $224 $175 Basic Project Management $ $ - $ - $ - Basic Perform general administrative duties associated with the project including progress monitoring, scheduling, general correspondence, documentation, office administration, and invoicing 20 160 24 40 244 $ 63,380 244 $ 2,074 8,580 $ 9,009 $ 74,463 Basic Quality Assurance and Senior Adviser Involvement 36 $ 6,300 36 $ 306 $ $ 6,606 Basic $ - $ $ - $ - Basic Basic Construction Phase Services $ - $ $ - $ - Basic Monthly Progress Meetings 60 60 $ 15,849 60 $ 510 8,700 1,080 $ 10,269 $ 26,628 Basic Shop Drawing and O&M Reviews 173 325 425 923 $ 209,894 923 $ 7,846 17,020 49,920 20,597 $ 91,914 $ 309,653 Basic Review and Respond to RFIs 50 80 70 200 $ 44,261 200 $ 1,700 3,680 6,975 11,837 $ 23,616 $ 69,578 Basic Site Visits and Construction Progress Monitoring $ - 2600 $ 2,990 5,040 $ 5,292 $ 8,282 Basic Monthly Site Visits 180 180 $ 47,547 180 $ 1,530 $ - $ 49,077 Basic Additional Site Visits 60 60 $ 16,230 60 $ 510 4,302 $ 4,517 $ 21,257 Basic TWIA/TDIInspection 16 16 $ 4,328 16 $ 136 $ $ 4,464 Basic Substantial Completion Walkthrough 4 10 10 64 88 $ 22,801 88 800 $ 1,668 5,760 6,120 $ 12,474 $ 36,943 Basic Final Completion Walkthrough 4 6 6 14 30 $ 7,613 30 800 $ 1,175 6,120 $ 6,426 $ 15,214 Basic Record Drawings 28 160 32 80 300 $ 58,179 300 $ 2,550 13,386 $ 14,055 $ 74,784 Basic TAS Inspection 8 8 $ 2,164 8 3000 $ 3,518 $ $ 5,682 Basic GIS Files 2 20 40 62 $ 14,883 62 $ 527 $ $ 15,410 Basic Subconsultant expenses $ $ 2,622 250 $ 3,016 $ 3,016 $ $ $ $ Special Construction Phase Special Services $ $ $ $ Special Start -Up and Commissioning 4 8 8 8 8 36 $ 8,221 36 $ 306 5,220 $ 5,481 $ 14,008 $ $ $ $ $ ilh_$ $ - $ Total Hours / Quantity 32 677 613 757 120 44 2,243 ' 2,243 7,200 $ 26,460 $ 112,683 $ 38,066 Total Effort $ 10,656 $ 178,830 $ 92,859 $ 204,772 $ 26,834 $ 7,700 $ 521,650 $ 19,066 $ 8,280 $ 27,346 $ 27,783 $ 118,317 $ 39,969 $ 186,069 $ 735,064 1 oft L:\Client\OLCR\P\Pearland\Barry Rose WRF Replacement and Expansion and Longwood WRF Decommissioning\3-Amendments for Review\Amd #2\6th - Final'ish\Longwood Fee Export 2024.09.12.xlsx 9/12/2024 Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1 DBOCDD BLACK &VEATCH Proposal for Professional Engineering Services Black & Veatch Corporation 920 Memorial City Way, Suite 600, Houston, TX 77024 D +1 713-590-2278 I E MunsonCM@BV.com City of Pearland Barry Rose Water Reclamation Facility (WRF) Replacement and Expansion Services for Longwood WRF Decommissioning Construction Phase Services Amendment Scope of Services and Level of Effort To: From: David Munn, P.E. Principal & Vice President Freese and Nichols, Inc. Christopher M. Munson, P.E. Project Manager Black & Veatch June 21, 2024 Black & Veatch is pleased to have the opportunity to submit this scope of services and level of effort to Freese and Nichols, Inc. to provide Construction Phase and Additional Design Phase services for the subject project. Please find the attached Exhibit A — Scope of Services, which provides the detailed Construction Phase and Additional Design Phase scope of services for the Barry Rose WRF Replacement and Expansion Services for Longwood WRF Decommissioning Project. Based on the scope of services included in Exhibit A, we propose to complete the Construction Phase Services for a not to exceed fee of $497,166.00. Attached for your reference is a detailed level of effort tabulation as Exhibit B. We look forward to beginning work on this important project and appreciate the opportunity to work with Freese and Nichols, Inc. and the City of Pearland. If you have any questions or require additional information, please contact me by email or phone at MunsonCM@bv.com or 504-250-5826(mobile) / 713-590-2278 (direct). Thank you, OLL1A,_ Christopher M. Munson, P.E. Project Manager TBPE Firm Registration No. F-258 Building a World of Difference.' Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1 DBOCDD EXHIBIT A - SCOPE OF SERVICES laBLACK&VEATCH SCOPE OF SERVICES FOR BARRY ROSE WATER RECLAMATION FACILITY REPLACEMENT AND EXPANSION SERVICES FOR LONGWOOD WATER RECLAMATION FACILITY DECOMMISSIONING CONSTRUCTION PHASE SERVICES AMENDMENT ARTICLE 0 PROJECT UNDERSTANDING: The City of Pearland (City) is planning to build a new Water Reclamation Facility (WRF) adjacent to their existing Barry Rose WRF. The new WRF will have an initial annual average day flow (ADF) of five (5) million gallons per day (MGD) and will be planned to be expanded up to an ultimate ADF capacity of 6.5 MGD at a future date. The initial and ultimate annual peak 2 -hour flow will be 26.0 MGD and 32.5 MGD, respectively. The City will also decommission the existing Longwood WRF and pump incoming flows from the Longwood WRF site to the new 5 MGD Barry Rose WRF via a 3.9 mile long 20" (nominal) force main. As part of the proposed scope of services, Black & Veatch, as a subconsultant to Freese & Nichols, Inc (FNI), will provide construction phase services (CPS) for the components designed by Black & Veatch that are incorporated into the Issued for Construction (IFC) documents for the project. The City has also retained McCarthy Building Company (McCarthy) as their Construction Manager at Risk (CMAR) and Ardurra as their Owner's Advisor (OA). The following scope of work is intended to form an integrated team, including the FNI Team, CMAR, OA and the City to deliver the work in an expedited, collaborative manner. The Construction Phase Services are generally described below and further detailed herein under the Article I. Construction will be divided into three guaranteed price packages (GPP). The general scope and currently anticipated milestone dates for each GPP are presented below in Table 1. Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1 DBOCDD EXHIBIT A - SCOPE OF SERVICES laBLACK&VEATCH Table 1— GPP Scope, Anticipated Start and Completion of Construction Dates Guaranteed Price Package Package Scope Anticipated Notice to Proceed Anticipated Final Completion Durations (months) 1 Equipment and materials procurement, rough grading, site mobilization, and sequencing batch -reactor (SBR) reinforced concrete structure 7/11/24 10/20/25 15 months 33 months 42 months 2 Construction of the Barry Rose WRF balance of plant; namely, everything remaining on the Barry Rose WRF site outside of GMP 1 and 3 1/9/25 10/15/27 33 months 3 Construction of the Longwood Lift Station and Longwood FM; and demolition of Longwood WRF 1/23/25 2/9/28 36 months Final Acceptance & Demolition Barry Rose and Longwood WRF Final Acceptance of New Construction (30 days) and demolition of Existing Facilities. 6/12/2027 2/9/28 8 months In general, Black & Veatch will be responsible for the following elements of work: ARTICLE I CONSTRUCTION PHASE BASIC SERVICES: Black & Veatch will proceed with the performance of construction phase basic services as described below upon completion of the bid phase services for each GPP. A. SCOPE OF WORK 1. Project Management: Black & Veatch shall manage scope, time, cost, quality, staff resources, communications, risk and procurements as necessary. One internal virtual meeting each month has been assumed. 2. Monthly Construction Progress Meetings: Black and Veatch will participate in eight (8), in -person Monthly Construction Progress Meetings with the City, FNI, OA and CMAR. Black & Veatch will review agendas and meeting minutes for each meeting provided by the OA. The Monthly SC -2 Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1 DBOCDD EXHIBIT A - SCOPE OF SERVICES ElBLACK&VEATCH Construction Progress Meetings will be inclusive of content for all three (3) GPPs and will commence after the Notice to Proceed issued for GPP 2 and continue until substantial completion for GPP 2. The Black 8( Veatch EM will attend each meeting in person. Four (4) of the eight (8) meetings described above will be attended by an additional member of the BV Team. 3. Submittal and Request for Information Review: Review and respond to CMAR submittals in accordance with the requirements of the construction contract documents for the Project, and as further defined below. a. Participate in up to 3 (three) pre -submittal meetings with the CMAR, subcontractors, and vendors. Pre -submittal meetings are intended to expedite the construction process, reduce the number of resubmittals, and improve construction quality. The meetings will be virtual and up to two (2) hours in length. Meetings will be attended by up to two (2) representatives from the BV Team. b. Review and respond to shop drawings, O&M manuals, and record data submittals, including resubmittals as noted in the table below. One review per submittal and resubmittal is assumed. Review of submittals beyond these numbers are considered as additional service. Table 2 provides the assumed number of submittals and provides the basis for the associated level of effort. c. Interpret the drawings and specifications for City and CMAR, review CMAR requests for information (RFIs) and prepare responses in accordance with the Contract Documents. Provide interpretation and communicate engineering intent if information is not explicitly addressed in the Contract Documents. Investigations, analyses, and studies requested by the CMAR and approved by City, for substitutions of equipment and/or materials or deviations from the drawings and specifications is an additional service. Table 2 provides the assumed number of RFIs and provides the basis for the associated level of effort. d. Effort pertaining to non -conforming work corrective actions, contract modifications, change orders, field orders, CMAR claims, and City -initiated changes are addressed below under Additional Services. Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1 DBOCDD EXHIBIT A - SCOPE OF SERVICES Table 2 — Assumed Number of Submittals and RFIs laBLACK&VEATCH Submittal Type GPP 1 & GPP 2 Assumed No. of Submittals and RFIs GPP 3 Assumed No. of Submittals and RFIs Shop Drawings / O&M Manuals 244 22 RFIs 40 4 Total 284 26 4. Site Visits: Make up to sixteen (16) total site visits for all GPP packages to the construction sites to observe the progress and the quality of work and to attempt to determine in general if the work is proceeding in accordance with the Construction Contract Documents. Black and Veatch's Engineering Manager will be present at all site visits. It is assumed that eight (8) of the site visits will be conducted on the same day as the Monthly Construction Progress Meetings and eight (8) additional trips will be included. a. Visits to the site in excess of the specified number are a Special Service. 5. Substantial Completion Walkthrough: Conduct, in company with City and FNI's representatives, one (1) concurrent substantial completion walkthrough for GPP 1 and GPP 2 and one (1) substantial completion walkthrough for GPP 3 to establish final punch -list items for project completion and review of the Project for conformance with the design concept of the Project and general compliance with the Construction Contract Documents. Prepare a list of deficiencies to be corrected by the CMAR before the recommendation of final payment. The substantial completion walkthroughs will be conducted by leads from all design disciplines, such as process mechanical, civil, architectural, structural, HVAC, electrical, and instrumentation. Black and Veatch will have five (5) participants for the GPP 1 and GPP 2 walkthrough and three (3) participants for the GPP 3 walkthrough. 6. Record Drawings: Revise the construction drawings, related to Black & Veatch's design scope of work, in accordance with the information furnished by construction CMAR reflecting changes in the Project made during construction. An electronic copy in PDF format shall be provided to FNI for use by the City. All digital record drawings and model files will be provided to FNI for coordination with the City via electronic submission. SC -4 Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1 DBOCDD EXHIBIT A - SCOPE OF SERVICES laBLACK&VEATCH 7. WRF Operations and Maintenance Manual: Black & Veatch will perform two (2) reviews of the SBR and SBR Blower sections of the Operations and Maintenance Manual prepared by FNI and the OA. Black 8( Veatch will participate in one (1) quality control review workshop to facilitate quality control, discuss O&M Manual progress, review updated sections of the manual, and receive input from the City. The workshop shall be attended by Black & Veatch's Project Manager and Engineering Manager. ARTICLE II CONSTRUCTION PHASE SPECIAL SERVICES: When requested by the City and directed by FNI, Black & Veatch shall render the following Construction Phase Special Services, which are not included in the Construction Phase Basic Services described above, in connection with the development of the Project. Black & Veatch will provide the services listed below to a degree commensurate with the budgeted amount. Special services required beyond the budget can be provided as an Additional Service (provided by Contract Amendment): 1. Provide Startup and Commissioning Support: Start-up and commissioning will be led by the OA. The BV Team will provide support as requested by FNI. The level of effort assumes that BV will do the following: a. Perform one (1) Review of the Overall Start-up and Acceptance Testing Plan Guidance Documents provide by the OA to confirm that it is in general alignment with Conceptual Startup and Commissioning Plan developed by FNI during the design phase. b. Provide up to four (4) visits to the site during start-up and commissioning to confirm that activities are being performed in general agreement with the Conceptual Startup and Commissioning Plan. Site visits will be attended by up to two (2) individuals from the BV Team. c. Provide additional support during start-up and commissioning in the form of additional meetings,data analysis, communication and recommendations, as requested by the Owner. Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1 DBOCDD EXHIBIT A - SCOPE OF SERVICES ARTICLE IV laBLACK&VEATCH ADDITIONAL SERVICES: Additional Services to be performed by Black & Veatch, if requested by FNI and authorized by City, which are not included in the above -described Basic or Special Services and requiring contract amendment, are described as follows: A. Reviewing and approving content, administering, scheduling, coordinating, conducting, or participating in training of City personnel. B. Field layouts or the furnishing of construction line and grade surveys. C. GIS mapping services or assistance with these services. D. Providing services to investigate existing conditions or facilities, or to make measured drawings thereof, or to verify the accuracy of drawings or other information furnished by Client. E. Providing renderings and mock-ups requested by the Client. F. Revising drawings, specifications, or other documents when such revisions are 1) not consistent with approvals or instructions previously given by Client or 2) due to other causes not solely within the control of FNI/BV. G. Providing consultation concerning the replacement of any work damaged by fire or other cause during the construction and providing services as may be required regarding the replacement of such work. H. Investigations involving consideration of operation, maintenance and overhead expenses, and the preparation of rate schedules, earnings and expense statements, feasibility studies, appraisals, evaluations, assessment schedules, and material audits or inventories required for certification of force account construction performed by Client. I. Preparing applications and supporting documents for government grants, loans, or planning advances and providing data for detailed applications. J. Providing shop, mill, field or laboratory inspection of materials and equipment. K. Observing factory tests of equipment at any site remote to the Project or observing tests required as a result of equipment failing the initial test. SC -6 Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1 DBOCDD EXHIBIT A - SCOPE OF SERVICES ElBLACK&VEATCH L. Preparing data and reports for assistance to Client in preparation for hearings before regulatory agencies, courts, arbitration panels or any mediator, giving testimony, personally or by deposition, and preparations therefore before any regulatory agency, court, arbitration panel or mediator. M. Assisting Client in preparing for, or appearing at litigation, mediation, arbitration, dispute review boards, or other legal and/or administrative proceedings in the defense or prosecution of claims disputes with CMAR. N. Assist in the transfer of and acceptance by the construction CMAR of any Client -furnished equipment or materials. O. Assisting Client in the defense or prosecution of litigation in connection with or in addition to those services contemplated by this Agreement. Such services, if any, shall be furnished by FNI on a fee basis negotiated by the respective parties outside of and in addition to this Agreement. P. Providing environmental support services beyond those in the Design Phase Contract including the design and implementation of ecological baseline studies, environmental monitoring, impact assessment and analyses, and other assistance required to address environmental issues. Q. Design, contract modifications, studies or analyses required to comply with local, State, Federal or other regulatory agencies that become effective after the date of this Agreement or post IFC document submittal, whichever is later. R. Services required to resolve bid protests or to rebid the Projects for any reason. S. Any services required because of default of the CMAR or the failure, for any reason, of the CMAR to complete the work within the contract time. T. Providing services after the completion of the construction phase not specifically listed in Basic Services. U. Providing services made necessary because of unforeseen, concealed, or differing site conditions or due to the presence of hazardous substances in any form. V. Providing value engineering studies or reviews of cost savings proposed by Construction CMARs after bids have been submitted. W. Preparing statements for invoicing or other documentation for billing other than for the standard invoice for services attached to this Professional Services Agreement. X. Providing data, reports, or briefings to City Councils or governing boards on the status of the Project. Y. Designing additional facilities beyond those identified in the Design Phase Contract. Z. The scope of services for this Project assumes that the NPDES applications will be processed as uncontested, routine NPDES permit applications that would not require additional effort beyond that defined in Basic Services. Effort associated with any contested NPDES permits is an Additional Service. AA. Preparation of a Stormwater Pollution Prevention Plan (SWPPP) for the Project. Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1 DBOCDD EXHIBIT A - SCOPE OF SERVICES ARTICLE V laBLACK&VEATCH TIME OF COMPLETION: The total construction phase duration, from notice to proceed (NTP) of GPP 1 to final completion of all packages, is approximately four (4) years. Black & Veatch is authorized to commence work on the Project upon execution of this Agreement and agrees to complete the services in accordance with the following schedule:_ Construction Phase Services 48 months from NTP issued for GPP 1 Post Construction Phase Services One month from Completion of Warranty Period If Black & Veatch's services are delayed through no fault of Black & Veatch, Black & Veatch shall be entitled to adjust contract schedule consistent with the number of days of delay. These delays may include, but are not limited to, delays in City or regulatory reviews, delays in the flow of information to be provided to Black & Veatch, governmental approvals, etc. These delays may result in an adjustment to compensation. Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1DBOCDD DETAILED LEVEL OF EFFORT Black. Veatch Barr, Pose MU Replacement and Expansion., Longwood MU Decommissioning Construction mass services level of Mort Project Project Mmin project project Engineering Civil (facilities) Civil (facilities) z1 Rl$000Level S I MM/CND Higher -Level el BIM/u0 -Higher. I0000ESUBTOTAL, m$Oer-LevelW Process Process rtup/Com Startup/mm Hours SUBTOTAL, Billings SUBTOTAL, EXPENSES TOTAL Billings $36000 $169.00 52 1.0.00 $110.00 5z60.00r $x0.001 5190.00 $3x0.00 5230.00 $150001 519,001 $140001 0.00 5x10.00 OM .0a1 5200.001 $150001 5340.00 5000 5199.00 $230001 5x30.001 $150001 5320.001 $20800 Task] Project Management Penedo Internal Meetings 48 48 5x9,740 50 5x9,740 Maintain and Monitor Scope/Schedule/Budget 48 48 5x9,740 50 5x9,740 Corporate support (Operations Analyst, Accounting swna0s5 ContractAdministrator) 4e 96 4B l9x $31,140 50 $11,140 Task I SUBTOTAL 59x,440 Taxi ^trirtlO ConiOniCK greu Meetmonthly ings ]404 N. a $7.040 00 $].040 S Shop Drawings - General l7j cry ll4xl z0 48 70 x B 70000$7,788 SD 50 70000 shop Drawings - Process Mechanical MI z0 5z $10580 513,3x0 $10580 $13,3x0 shop Drawings - on 06j 10 240 $0 2424 Drawings - Structural loll 46 96 $04$58 $x0, e0 $0 $x0,980 $04 Shop Drawings - ura11171 40 ax $10,x80 $0 $19,x80 Shop Drawings • Building Mechanical (16) x8 58 $]6,8x0 $0 $]6,8x0 Peopew and ntl to Of 1401' Site Visits ubl Respond l6 tm B $39,600 $0 $D $39,600 $0.040 $3.9$0 $31$14,75x $lo,ex0 Substantial on WalksM1rOugM1 B 0 lx $10,840 $12$27,840 Record Drawing, 40z0 e0 $31,160 $D $31,160 Review DBM Manuailwrtlapase in wprksnopl 8 16 l6 40 $10,770 50 $10,770 Task x SUBTOTAL 5406,640 Task ssarsvp and Commissioning Support 3z 48 4 B B 100 $79,ss4 $000 $30,396 Task 3 SUBTOTAL $30,094 Task 5 Loop...4 Construction Phase Instrumentation Shop Drawings - Review and Respond to Of 14j TO 17,0x0 16 24 $3,660 {5,760 So 117,020 So So $3,660 {5,760 $36,440 Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1DB0CDD GAI Gupta & Associates, Inc. consuRing engineering 302 Dennis Street, Houston, Texas 77006, Tel: 713-636-2936 Office, 713-636-2987 Fax Engineering services to provide electrical engineering Phase Ill construction services for City of Pearland Barry Rose WRF. July 19, 2024 Prepared For David Munn, PE Project Manager Freese and Nichols, Inc. 11200 Broadway Street Offices West, Suite 2320 Pearland, Tx 77584 From Gupta & Associates Inc.' Houston 302 Dennis Street Houston, TX 77006 Hoss Forouzan, PE Senior Vice President, Houston 713-636-2936 Office 832-331-9690 Cell Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1 DBOCDD City of Pearland Barry Rose WRF III Fee Proposal The proposal is developed per our understanding and scope of work outlined provided by Freese and Nichols for Phases III services for Berry Rose WRF 5 MGD expansion including. A. ARTICLE I: Scope of Work for Phase III Construction Services 1. Project Management a Respond to construction inquiries and project management activities b. Coordination with CenterPoint Energy 2. Monthly construction meeting (30 virtual) 3. Submittal and Request for Information Review b. Submittal Review (139 electrical submittals and resubmittals per assigned tasks) c. RFI Review (50 RFIs and revisions) 4. Site Visits/construction meetings: 13 site visits, 2 participants, 2 hours each. 5. Substantial Completion Walkthrough: GAI will participate in electrical inspection including preparation of punch list report and review process (3 days) 6. Final Completion Walkthrough: GAI will participate in electrical inspection including preparation of punch list report and review process including punch list report (3 days) 7. Record drawings/as built. B. ARTICLE II: Construction Phase Special Services 1. Provide Startup and Commissioning Services: a. Pre -Commissioning Workshop: Participate in one pre -commissioning site visit b. Commissioning: Provide additional support for troubleshooting and attend meetings. Thank you for the opportunity to work with you on this project. Sincerely Hoss Forouzan, P.E. Senior Vice President Page 2 of 2 Prepared by Hos Forouzan, PE Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1DB0CDD City of Pearland, Texas Barry Rose WRF 5 MGD Expansion RFQ No.: RPL23245 Engineering Fee Proposal for Phase Ill Electrical Services by GAI Item Task Description Estimated Man-hours Total (hrs) (cost cost $) Other Direct Costs Total Fee Electrical Admin Principal (hrs) p Sr. Project Manager g (hrs) Senior Engineer g (hrs) Pro. Engineer g (hrs) Grad Engineer (hrs) Senior CAD (hrs)) Admin Asst (hrs) Raw Salary $ 90.00 $ 75.00 $ 70.00 $ 65.00 $ 43.00 $ 39.00 $ 30.00 Burdened Salary Rate $ 270.00 $ 225.00 $ 210.00 $ 195.00 $ 129.00 $ 117.00 $ 90.00 ARTICLE I: SCOPE OF WORK FOR PHASE III SERVICES $ 284,991.00 1 Project Management 32 $ 17,880.00 a. Respond to construction inquiries and project management activities 40 24 96 $ 17,880.00 $ - b. Coordination with CenterPoint Energy 8 12 20 $ 4,320.00 $ - $ 4,320.00 2 Monthly construction meeting (30 virtual) 30 30 60 $ 13,050.00 $ - $ 13,050.00 3 Submittal and Request for Information $ b. Submittal Review (139) 120 240 110 86 556 $ 106,590.00 $ - $ 106,590.00 c. RFI Review (50) 40 80 40 40 200 $ 37,200.00 $ - $ 37,200.00 4 Site Visits/construction meetings (13 site visits) 78 78 156 $ 33,930.00 $ - $ 33,930.00 5 Substantial Completion Walkthrough including punch list report (3 days) 24 30 24 78 $ 13,860.00 $ - $ 13,860.00 6 Final Completion Walkthrough including punch list report (3 days) 24 30 24 78 $ 13,860.00 $ - $ 13,860.00 7 Record drawings/as-built 24 40 40 40 30 40 214 $ 33,870.00 $ - $ 33,870.00 8 Project Task Expenses (2.5% on Total Hrs Cost) $ 6,951.00 $ 6,951.00 ARTICLE II: CONSTRUCTION PHASE SPECIAL SERVICES $ 20,880.00 1 Provide Startup and Commissioning Services: 0 $ - $ - $ - a. Pre -Commissioning Planning (Review Ardurran Plan, attend 1 site visit) 8 8 8 24 $ 5,040.00 $ - $ 5,040.00 b. Commissioning and Filed Testing support & meetings 24 24 24 8 80 $ 15,840.00 $ - $ 15,840.00 GAI Noss Forouzan Barry Rose WRF 5 MGD Expansion Page 1 of 1 7/19/2024 Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1DB0CDD GAI Gupta & Associates, Inc. consuRing engineering 302 Dennis Street, Houston, Texas 77006, Tel: 713-636-2936 Office, 713-636-2987 Fax Engineering services to provide electrical engineering Phase Ill construction services for City of Pearland Longwood WRF. August 13, 2024 Prepared For David Munn, PE Project Manager Freese and Nichols, Inc 11200 Broadway Street Offices West, Suite 2320 Pearland, Tx 77584 From Gupta & Associates Inc.' Houston 302 Dennis Street Houston, TX 77006 Hoss Forouzan, PE Senior Vice President, Houston 713-636-2936 Office 832-331-9690 Cell Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1 DBOCDD City of Pearland Longwood WRF III Fee Proposal The proposal is developed per our understanding and scope of work outlined provided by Freese and Nichols for Phases III services for Longwood WRF decommissioning including. A. ARTICLE I: Scope of Work for Phase III Construction Services 1. Project Management a Respond to construction inquiries and project management activities b. Coordination with CenterPoint Energy 2. Monthly construction meeting (18 virtual) 3. Submittal and Request for Information Review b. Submittal review (64 electrical submittals and resubmittals per assigned tasks) c. RFI Review (10 RFIs and revisions) 4. Site visits/construction meetings: 4 site visits, 1 participant, 2 hours each. 5. Substantial Completion Walkthrough: Participate in electrical inspection including preparation of punch list report and review process (1 days) 6. Final Completion Walkthrough: Participate in electrical inspection including preparation of punch list report and review process including punch list report (1 days) 7. Record drawings/as built. B. ARTICLE II: Construction Phase Special Services 1. Provide Startup and Commissioning Services: a. Pre -Commissioning Workshop: Participate in one pre -commissioning site visit b. Commissioning: Provide additional support for troubleshooting and attend meetings. Thank you for the opportunity to work with you on this project. Sincerely Hoss Forouzan, P.E. Senior Vice President Page 2 of 2 Prepared by Hos Forouzan, PE Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1DB0CDD City of Pearland, Texas Barry Rose WRF 5 MGD Expansion RFQ No.: RPL23255 Longwood WRF Engineering Fee Proposal for Phase Ill Electrical Services by GAI Item Task Description Estimated Man-hours (hrs) (cost cost $) Other Direct Costs Total Fee Electrical Admin Principal (hrs) p Project Manager (hrs) Senior Engineer (hrs) Pro. Engineer (hrs) Grad Engineer (hrs) Senior CAD (hrs)) Admin Asst (hrs)Total Raw Salary $ 90.00 $ 75.00 $ 70.00 $ 60.00 $ 43.00 $ 38.00 $ 30.00 Burdened Salary Rate $ 270.00 $ 225.00 $ 210.00 $ 180.00 $ 129.00 $ 114.00 $ 90.00 ARTICLE I: SCOPE OF WORK FOR PHASE III SERVICES $ 107,463.00 1 Project Management 8 $ 6,000.00 a. Respond to construction inquiries and project management activities 16 8 32 $ 6,000.00 $ - b. Coordination with CenterPoint Energy 4 8 12 $ 2,580.00 $ - $ 2,580.00 2 Monthly construction meeting (18 virtual) 18 18 36 $ 7,830.00 $ - $ 7,830.00 3 Submittal and Request for Information $ a. Pre -submittal meeting (one meeting, two participants) 2 2 4 $ 870.00 $ - $ 870.00 b. Submittal Review (64) 64 128 32 32 256 $ 49,920.00 $ - $ 49,920.00 c. RFI Review (10) 5 15 10 10 40 $ 6,975.00 $ - $ 6,975.00 4 Site visits/construction meetings (4 site visits,1 participant, 6 hours each) 24 24 $ 5,040.00 $ - $ 5,040.00 5 Substantial Completion Walkthrough including punch list report (1 days) 12 12 10 34 $ 6,120.00 $ - $ 6,120.00 6 Final Completion Walkthrough including punch list report (1 days) 12 12 10 34 $ 6,120.00 $ - $ 6,120.00 7 Record drawings/as-built 10 16 20 24 16 86 $ 13,386.00 $ - $ 13,386.00 8 Project Task Expenses (2.5% on Total Hrs Cost) $ 2,622.00 $ 2,622.00 ARTICLE II: CONSTRUCTION PHASE SPECIAL SERVICES $ 5,220.00 1 Provide Startup and Commissioning Services: 0 $ $ - $ a. Pre -Commissioning Planning (Review Ardurran Plan, attend 1 site visit) 4 4 8 $ 1,740.00 $ - $ 1,740.00 b. Commissioning and Filed Testing support & meetings 8 8 16 $ 3,480.00 $ - $ 3,480.00 TOTAL 0 155 255 62 0 24 86 582 $ 110,061.00 $ 2,622.00 $ 112,683.00 GAI Noss Forouzan Longwood WRF Decommissioning Page 1 of 1 8/13/2024 Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1 DBOCDD Agreement for Professional Services Plummer Project No. 0312-065-01 Exhibit B Consultant Scope of Services The Agreement with Freese and Nichols, Inc. (Engineer) is supplemented to include the following Basic and Additional Services of Plummer Associates, Inc. (Consultant): 1 Project Management 1.1 Plummer will manage resources as needed for twenty-four (24) months of the total anticipated construction duration. This includes twenty-four (24) monthly internal coordination meetings and monitoring of scope, schedule, and budget. Participate in internal coordination monthly meetings on an as needed basis with FNI, total of twenty-four (24). Consultant shall prepare and provide invoices to Owner for services rendered on monthly basis. Monthly status reports will comprise a one -page summary of the progress to date on the Project, work completed in the prior month, work anticipated to be completed in the upcoming month, and discussion of scope, schedule, and/or budget issues. This assumes twenty-four (24) invoices. PRL23245 Barry Rose WRF Expansion 2 Construction Phase Services 2.1 Monthly Construction Progress Meetings: Plummer will attend two (2) monthly construction progress meetings in -person; limited to one participant. This scope item includes meeting time only for a 2 -hour duration. 2.2 Submittal & RFI Review: 2.2.1 Plummer will review up to six (6) general submittals, sixty (60) Process Mechanical submittals, six (6) structural submittals, and four (4) architectural submittals for a total of seventy-six (76) submittals. Review of submittals beyond these numbers will require additional authorization. 2.3 RFI Review: Interpret the drawings and specifications for Client and CMAR, review CMAR requests for information (RFIs) and prepare responses in accordance with the Contract Documents. Plummer will respond to twenty (20) RFIs. RFI responses above this number will require additional authorization. Investigations, analyses, and studies requested by the CMAR and approved by Client, for substitutions of equipment and/or materials or deviations from the drawings and specifications will also require additional authorization. 2.3.1 Effort pertaining to non -conforming work corrective actions, contract modifications, change orders, field orders, CMAR claims, and client -initiated changes will require additional authorization. 2.4 Site Visits: One individual from Plummer will conduct up to six (6) site visits during construction and provide summary of any items observed that do not conform to the design concept of the Project and general compliance with the Construction Contract Documents. 2.5 Substantial Completion Walkthrough: Plummer will attend one (1) substantial completion walkthrough for conformance with the design concept of the Project and general compliance with the Construction Contract Documents. A punch list will be provided for any items not conforming B-1 Plummer Associates, Inc. Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1 DBOCDD Agreement for Professional Services Plummer Project No. 0312-065-01 to contract documents; limited to two participants. This scope does not include final completion walkthrough. 2.6 Record Drawings: Plummer will revise construction drawings in accordance with the information furnished by CMAR to reflect changes in the Project made during construction. The record drawings will be provided in 22x34 via electronic PDF. All digital record drawings and model files will be provided to Client via electronic submission. 3 Start -Up and Commissioning 3.1 Plummer will review start-up plan provided by OA and provide one (1) round of review and comments. 3.2 One individual from Plummer will attend start-up site visit. This scope assumes a maximum of 6 - hours for this site visit. 3.3 Plummer will review final start-up test data report and provide one (1) round of review and comments. 3.4 Plummer will provide troubleshooting support during start-up and commissioning. Troubleshooting support is strictly limited to the hours depicted in the fee schedule. If hours dedicated to troubleshooting support are exceeded, additional authorization will be required before the continuation of work. PRL23255 Longwood WRF Decommissioning 5 Construction Phase Services 5.1 Monthly Construction Progress Meetings: Plummer will attend two (2) monthly construction progress meetings in -person; limited to one participant. This scope item includes meeting time only for a 2 -hour duration. 5.2 Submittal & RFI Review: 5.2.1 Plummer will review up to twenty (20) submittals for the demolition and decommissioning of Longwood. Review of submittals beyond these numbers will require additional authorization. 5.3 RFI Review: Review and respond to CMAR requests for information (RFIs) and prepare responses in accordance with the Contract Documents. Plummer will respond to ten (10) RFIs. RFI responses above this number will require additional authorization. Investigations, analyses, and studies requested by the CMAR and approved by Client, for deviations from the drawings and specifications will also require additional authorization. B-2 Plummer Associates, Inc. Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1 DBOCDD Agreement for Professional Services Plummer Project No. 0312-065-01 5.3.1 Effort pertaining to non -conforming work corrective actions, contract modifications, change orders, field orders, CMAR claims, and client -initiated changes will require additional authorization. 5.4 Site Visits: Plummer will conduct up to two (2) site visits during demolition and provide summary of any items observed that do not conform to the design concept of the Project and general compliance with the Construction Contract Documents. B-3 Plummer Associates, Inc. Docusign Envelope ID: 438F9DC6-03AE-4EE2-B8BB-48A7B1 DBOCDD PLUMMER Exhibit 1 - Fee Schedule City of Pearland Barry Rose WRF Replacement and Expansion Construction Administration Project Number: Date: 0312-065-01 7/24/2024 Principal In Charge (hrs) Project Manager (hrs) Project Engineer (hrs) EIT (hrs) Technician (hrs) Clerical (hrs) QC/ Lead Technical (hrs) Plummer Labor (hrs) Plummer Fee ($) Sub Fee ($) Expenses ($) Total ($) Fee Type (LS/CPM) 1 Project Management 8 98 0 0 0 0 0 106 $ 29,397.60 $ - $ - $ 29,397.60 1.1 Management 8 98 106 $ 29,397.60 $ - $ - $ 29,397.60 CPM PRL23245 - Barry Rose WRF Expansion 2 Construction Phase Services 2. Monthly Progress Meetings (2) - In -Person 2.2 Submittal Review (76) 2.3 RFI Review (20) 2.4 Site Visits (6) 2.5 Substantial Completion Walkthrough (1) 2.6 Record Drawings 3 Start -Up and Commissioning 3.1 Review Start -Up Plan 3.2 Start -Up Site Visit (1) 3.3 Review Final Test Data Report 3.4 Troubleshooting Support PRL23255 - Longwood WRF Decommissioning 4 168 50 36 54 536 $ 135,043.20 $ 4 304 80 36 12 100 $ 1,080.00 $ $ 78,253.20 $ 23,868.00 $ 9,720.00 $ 2,682.00 $ 19,440.00 10 36 $ 10,756.80 $ 2,484.00 $ 1,620.00 $ 2,484.00 $ 14 $ 4,168.80 $ 400.00 $ 135,443.20 400.00 1,080.00 $ 78,253.20 $ 23,868.00 $ 10,120.00 $ 2,682.00 19,440.00 $ 10,756.80 $ 2,484.00 $ 1,620.00 $ 2,484.00 $ 4,168.80 CPM CPM CPM CPM CPM CPM CPM 5 Construction Phase Services 10 82 1 ' 14 0 18 142 $ 37,815.60 $ - $ 250.00 $ 38,065.60 5.1 Monthly Progress Meetings (2) - Virtual 4 4 $ 1,080.00 $ - $ - $ 1,080.00 CPM 5.2 Submittal Review (20) 6 40 18 8 8 80 $ 20,596.80 $ - $ - $ 20,596.80 CPM 5.3 RFI Review (10) 4 26 10 40 $ 11,836.80 $ - $ - $ 11,836.80 CPM 5.4 Site Visits (2) 12 6 18 $ 4,302.00 $ - $ 250.00 $ 4,552.00 CPM ■ https://apaienv.sharepoint.com/sites/msteams_73010d-Internal/Shared Documents/Internal/01 Contracts/1-1 Client/Amend 2 Construction Proposal/2024.07.23 Barry Rose CA LOE.xlsx 1 of 1 7/24/2024