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