Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Ordinance No. 15,435 ORDINANCE NO. 15,435
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF BAYTOWN, TEXAS,
AUTHORIZING A PROFESSIONAL SERVICES AGREEMENT WITH
FIVENGINEERING, LLC, FOR ENGINEERING SERVICES FOR THE ABBE LIFT
STATION PROJECT; AUTHORIZING PAYMENT BY THE CITY OF BAYTOWN IN
AN AMOUNT NOT TO EXCEED TWO HUNDRED THIRTY-NINE THOUSAND
NINE HUNDRED FIFTEEN AND 40.100 DOLLARS($239,915.40), MAKING OTHER
PROVISIONS RELATED THERETO, AND PROVIDING FOR THE EFFECTIVE
DATE THEREOF.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF BAYTOWN,TEXAS:
Section 1: That the City Council of the City of Baytown, Texas, hereby authorizes and directs
the City Manager to execute and the City Clerk to attest to a Professional Services Agreement with
Fivengineering, LLC, for engineering services for the Abbe Lift Station Project. A copy of said agreement
is attached hereto as Exhibit "A" and incorporated herein for all intents and purposes.
Section 2: That the City Council of the City of Baytown authorizes payment to Fivengineering,
LLC, in an amount not to exceed TWO HUNDRED THIRTY-NINE THOUSAND NINE HUNDRED
FIFTEEN AND 40;`100 DOLLARS ($239,915.40) for professional services in accordance with the
agreement authorized in Section 1 hereinabove_
Section 3: That the City Manager is hereby granted general authority to approve a decrease or
an increase in costs by FIFTY THOUSAND AND NO:`100 DOLLARS ($50,000.00)or less.
Section 4: This ordinance shall take effect immediately from and after its passage by the City
Council of the City of Baytown.
INTRODUCED, READ and PASSED by the affi ve vote of the City C incil of the City of
Baytown this the 27"'day of April, 2023.
•a DON CAPETILLO, M yor
TEST: r� : •,rn
a
i
o ..
• i n
f
ANGEL AC X1 Clerk-
c,V:
APPROVED AS TO ORM:
c
SCOTT LE , City Attorney
R:-.Karen Anderson-,ORDINANCES 2023 2023.04.27 PSAwithFivengineering4AbbeLitiStationProject.docx
EXHIBIT "A"
AGREEMENT FOR CONSULTING SERVICES
STATE OF TEXAS §
COUNTY OF HARRIS §
This Agreement(this"Agreement")is entered into by and between 5engineering,LLC(hereinafter
"Consultant")and the City of Baytown, a home-rule municipality located in Harris and Chambers
Counties, Texas(the "City").
1. Scope of Services/Consultant Fees
This Agreement authorizes Consultant to perform Engineering services for the evaluation of the
Abbe Lift Station, 7711 N. HWY 146, for rehabilitation or replacement, improvements for the
electrical and control systems and the possible addition of odor controls (the "Work") for and on
behalf of the City.
a. This Agreement shall commence on the date of execution by the City Manager and
shall terminate the earlier of: (a) completion of the Work in accordance with this
Agreement, including Exhibits; (b) Twenty Nine Months (29) months following
execution by the City Manager; or (c) Termination of this Agreement under
Paragraph 11.
b. The scope of the Work is detailed in Exhibit "A."
C. Compensation and professional fees are detailed in Exhibit"B."
d. The time schedules for the Work are specified in Exhibit "C."
e. Each of these Exhibits "A" through "C" is incorporated into this Agreement by
reference for all purposes.
2. Compensation and Professional Fees
a. The City shall pay Consultant in installments based upon monthly progress reports
and detailed invoices submitted by the Consultant based upon the following:
1. Preliminary Design Phase (Lump Sum) ............................................$70,726.40
2. Final Design Phase (Lump Sum).....................................................$108,172.00
3. Bid Phase(Hourly Not to Exceed).....................................................$11,397.00
4. Construction Phase Services (Hourly Not to Exceed).......................$49,620.00
5. N."A............................................................................................................$00.00
6. Total ................................................................................................$239,915.40
b. For an agreed contract amount identified as "Lump Sum," "Not to Exceed" and
"Reimbursable," Consultant shall not exceed the fixed contractual amount without
Agreement for Consulting Services,Page 1
written authorization in the form of a contract amendment.
C. Reimbursable Expenses are itemized by work category. Reimbursable Expenses
shall be invoiced AT COST, without subsequent markup by Consultant. All
invoices containing a request for Reimbursable Expenses shall include copies of
the original expense receipts itemized per allowable category.
(1) Allowable Reimbursable Expenses include:
(a) Hard copy reproductions, copies, and/or binding costs;
(b) Postage;
(c) Mileage, for travel from Consultant's local office (within a 25-mile
radius) to meetings at the City or jobsite. Mileage shall be charged
at the current IRS rates;
(d) Travel Expenses, mileage from local office to state or federal
regulatory agency office beyond 100 miles; and
(e) Lodging expenses for destinations beyond 100 miles from
Consultant's local office AND when business hours exceed eight
hours within one business day OR when Consultant's services
require more than one eight-hour day at the destination; provided
such expenses have been approved in writing by the City.
(2) Disallowed Expenses include travel expenses for professional expertise
traveling into the Greater Houston Area from Consultant's office outside the
Greater Houston Area.
d. Consultant shall invoice based upon total services actually completed during the
applicable month. Invoices and all required or requested backup information shall
be tendered no more often than once a month. Consultant shall not invoice the City
for services or expenses that were incurred more than sixty (60) days before the
date of the invoice. Failure to timely invoice the City for services or expenses shall
result in Consultant's invoice being denied.
e. In the event of a disputed or contested invoice, the City may withhold from payment
that portion so disputed or contested, and the undisputed portion will be paid.
3. Personnel of Consultant
a. Consultant's Project Manager
Consultant shall designate Frank Stephens,P.E.to serve as Project Manager for the
Work performed under this Agreement. Any change of Project Manager shall
require thirty (30) days advance written approval from the City's Representative.
b. Licensed and Registered Architects!Engineers
Consultant shall keep full-time registered architects and/or engineers licensed in
the State of Texas on staff and assigned to the Work for the duration of its
performance of the Work.
Agreement for Professional Services,Page 2
C. Data on Consultant's Employees
Prior to commencement of the Work,Consultant shall forward to the City a detailed
resume of the personnel that will be assigned to the Work. Such personnel shall
include, but not be limited to, architects and.'or engineers as applicable.
d. Rejection of Consultant's Employees
The City reserves the right to approve or reject from the Work any employees of
Consultant.
4. Designation and Duties of the City's Representative
a. The City's Director of Public Works and Engineering or his designee shall act as the
City's Representative.
b. The City's Representative shall use his best efforts to provide nonconfidential City
records for Consultant's usage on the Work and to provide access to City's property
and easements. However, the City does not guarantee the accuracy or correctness
of the documents so provided. Notwithstanding the foregoing, Consultant shall be
entitled to use and rely upon information provided by the City in performing the
services required under this Agreement only to the extent and level specified by the
City in writing for each document provided. Nothing contained herein shall be
construed to require the City to provide such records in any certain format. The
format in which the existing data and documentation will be provided shall be at the
sole discretion of the City.
S. Standards of Performance
a. Consultant shall perform all services under this Agreement with the care and skill
ordinarily used by members of Consultant's profession practicing under the same
or similar circumstances,time and locality. Opinion of probable cost shall be based
upon the Consultant's experience and represent its best judgment as an experienced
and qualified professional. Each submittal of opinion of probable cost shall be
commensurate with the project design.
Consultant shall be responsible for the technical accuracy of its services and
documents resulting therefrom, and the City shall not be responsible for discovering
deficiencies therein. Consultant shall correct such deficiencies without additional
compensation.
b. Codes and Standards
(i) All references to codes, standards, environmental regulations and/or
material specifications shall be to the latest revision, including all effective
supplements or addenda thereto, as of the date that the order for any
necessary equipment is made by the City or that the construction specified
is bid by the City.
Agreement for Professional Services,Page 3
(ii) If any such equipment is specially manufactured, it shall be identified to the
City, and the Contractor and the Seller shall present sufficient data to the
City to support the design and the suitability of the equipment.
(iii) All materials specified on any City project shall be in accordance with City,
ASTM, ACI, and AASHTO specifications, and with other recognized
standards. Proprietary material or other materials for which no generally
recognized standards exist may be used provided there has been at least five
(5) years of proven experience in the field, and such satisfactory
documentation has been approved by the City's Representative.
(iv) The Work shall be designed and furnished in accordance with the most
current codes and/or standards adopted by city, state,or federal government
or in general custom and usage by the profession and shall comply with
Texas Department of Licensing and Regulation's rules and regulations,
including the Texas Accessibility Standards.
(v) The codes and standards used in the profession set forth minimum
requirements. These may be exceeded by the Contractor or Consultant if
superior methods are available for successful operation of equipment and/or
for the construction project on which the Work is performed. Any
alternative codes or regulations used shall have requirements that are
equivalent or better than those in the above-listed codes and regulations.
Consultant shall state the alternative codes and regulations used.
(vi) Consultant agrees the services it provides as an experienced and qualified
architect/engineer will reflect the professional standards, procedures and
performances common in the industry for this project. Consultant further
agrees that any analysis, reports,preparation of drawings,the designation or
selection of materials and equipment, the selection and supervision of
personnel and the performance of other services under this Agreement will
be pursuant to the standard of performance common in the profession.
(vii) Consultant shall promptly correct any defective analysis caused by
Consultant at no cost to City. The City's approval, acceptance, use of or
payment for all or any part of Consultant's services hereunder or of the Work
itself shall in no way alter Consultant's obligations or the City's rights under
this Agreement. As applicable,Consultant shall provide the City with record
"as-built" drawings relating to the Work in an electronic format that is
acceptable to the City. City shall be in receipt of record drawings, if
applicable,prior to final payment.
(viii) Consultant has no control over the cost of labor, materials, equipment or
services furnished by others, other than its subconsultants. Data projections
and estimates are based upon Consultant's opinion based on experience and
judgment. Consultant cannot and does not guarantee that actual costs and/or
quantities realized will vary from the data projections and estimates prepared
by Consultant.
A,greement for Professional Services,Page 4
{ix} Consultant shall submit all final construction documents in both hard copy
and electronic format. Plans shall be AutoCAD compatible and all other
documents shall be Microsoft Office compatible. The software versions
used shall be compatible to current City standards. Other support
documents, for example, structural calculations, drainage reports and
geotechnical reports, shall be submitted in hard copy only. All Record
Drawings electronic files shall be submitted to the City in PDF/TIF format.
6. Schedule
Consultant shall not proceed with the Work or any stage thereof until written notice to proceed is
provided by the City's Representative. Consultant's obligation to render services specified in
Exhibit "B" will be for the entire period necessary for the final completion of the construction of
the Work. If the Consultant contributes to any delay in the schedule,Consultant will have no right
to seek and shall not be entitled to any additional compensation.
7. Instruments of Service
Upon execution of this Agreement, Consultant grants to the City an ownership interest in the
Instruments of Service. Consultant shall obtain similar interests from the City and Consultant's
consultants consistent with this Agreement. As noted in Articles 5 and 11, Consultant shall be
required to tender to City all Instruments of Service. With such ownership interest, it is expressly
understood by the parties hereto that the City may use the Instruments of Service for any purposes
which the City sees fit, including, but not limited to, subsequent construction, reconstruction,
alteration,and/or repairs of the Project. As a condition to the City's use of the Instruments of Service,
the City hereby expressly agrees to remove Consultant's name and all references to Consultant and
its consultants from the Documents. Provided that this Agreement is not terminated for cause by the
City, the City shall release any and all claims which the City could make arising out of or in
connection with any reuse of the documents by the City.
8. Insurance
Consultant shall procure and maintain at its sole cost and expense for the duration of the
Agreement, insurance against claims for injuries to persons or damages to property which may
arise from or in connection with the performance of the Work hereunder by Consultant, its agents,
representatives, volunteers, employees or subconsultants.
a. Consultant's insurance coverage shall be primary insurance with respect to the City,
its officials, employees and agents. Any insurance or self-insurance maintained by
the City, its officials, employees or agents shall be considered in excess of
Consultant's insurance and shall not contribute to it. Further, Consultant shall
include all subconsultants,agents and assigns as additional insureds under its policy
or shall furnish separate certificates and endorsements for each such person or
entity. All coverages for subconsultants and assigns shall be subject to all of the
requirements stated herein.
The following is a list of standard insurance policies along with their respective
minimum coverage amounts required in this Agreement:
1. Commercial General Liability
■ General Aggregate: $2,000,000
Agreement for Professional Services,Page 5
© Products&Completed Operations Aggregate: $2,000,000
■ Personal & Advertising Injury: $1,000,000
■ Per Occurrence: $1,000,000
■ Fire Damage$500,000
■ Waiver of Subrogation required
■ Coverage shall be broad form
■ No coverage shall be deleted from standard policy without
notification of individual exclusions being attached for review and
acceptance.
2. Business Automobile Policy
■ Combined Single Limits: $1,000,000
■ Coverage for'Al Ava" Coverage for non-owned and hired only A,yY
■ Waiver of Subrogation required
3, Errors and Omissions
■ Limit: $1,000,000 for this project
■ For all architects, engineers,and.+or design companies
■ Claims-made form is acceptable
■ Coverage will be in force for one (1) year after completion of the
Project
■ Waiver of Subrogation required
4. Workers'Compensation
■ Statutory Limits
■ Employer's Liability $500,000
■ Waiver of Subrogation required
b. The following shall be applicable to all policies of insurance required herein:
1. Insurance carrier for all liability policies must have an A.M. Best Rating of
A:V I I I or better.
2. Only insurance carriers licensed and admitted to do business in the State of
Texas wi II be accepted.
3. Liability policies must be on occurrence form. Errors and Omissions can
be on claims-made form.
4. Each insurance policy shall be endorsed to state that coverage shall not be
suspended,voided,canceled or reduced in coverage or in limits except after
thirty (30) days prior written notice by mail, return receipt requested, has
been given to the City.
5. The City, its officers, agents and employees are to be added as Additional
Insureds to all liability policies, with the exception of the Workers'
Compensation and Errors and Omissions Policies required herein.
Agreement for Professional Services,Page 6
6. Upon request and without cost to the City, certified copies of all insurance
policies and/or certificates of insurance shall be furnished to the City.
7. Upon request and without cost to the City, loss runs (claims listing) of any
and/or all insurance coverages shall be furnished to the City.
8. All insurance required herein shall be secured and maintained in a company
or companies satisfactory to the City, and shall be carried in the name of
Consultant. Consultant shall provide copies of insurance policies and
endorsements required hereunder to the City on or before the effective date
of this Agreement.
9. Indemnification and Release
CONSULTANT AGREES TO AND SHALL INDEMNIFY AND HOLD
HARMLESS AND DEFEND THE CITY, ITS OFFICERS, AGENTS,
AND EMPLOYEES (HEREINAFTER REFERRED TO AS THE
"CITY") FROM AND AGAINST ANY AND ALL CLAIMS, LOSSES,
DAMAGES, CAUSES OF ACTION, SUITS AND LIABILITY OF
EVERY KIND, INCLUDING ALL EXPENSES OF LITIGATION,
COURT COSTS, AND ATTORNEY'S FEES, FOR INJURY TO OR
DEATH OF ANY PERSON,FOR DAMAGE TO ANY PROPERTY OR
FOR ANY BREACH OF CONTRACT TO THE EXTENT ARISING
OUT OF OR IN CONNECTION WITH AN ACT OF NEGLIGENCE,
INTENTIONAL TORT, INTELLECTUAL PROPERTY
INFRINGEMENT,OR FAILURE TO PAY A SUBCONTRACTOR OR
SUPPLIER COMMITTED BY THE CONSULTANT OR THE
CONSULTANT'S AGENT,CONSULTANT UNDER CONTRACT,OR
ANOTHER ENTITY OVER WHICH THE CONSULTANT
EXERCISES CONTROL (COLLECTIVELY, CONSULTANT'S
PARTIES). IT IS THE EXPRESS INTENTION OF THE PARTIES
HERETO, BOTH CONSULTANT AND THE CITY, THAT THE
INDEMNITY PROVIDED FOR IN THIS PARAGRAPH IS
INDEMNITY BY CONSULTANT TO INDEMNIFY AND PROTECT
THE CITY FROM THE CONSEQUENCES OF CONSULTANT'S
PARTIES' OWN WILLFUL MISCONDUCT, JOINT OR SOLE
NEGLIGENCE AS WELL AS THE CONSULTANT'S PARTIES'
INTENTIONAL TORTS, INTELLECTUAL PROPERTY
INFRINGEMENTS, AND FAILURES TO MAKE PAYMENTS
ARISING OUT OF OR IN CONNECTION WITH THIS
AGREEMENT. SUCH INDEMNITY SHALL NOT APPLY,
HOWEVER, TO LIABILITY ARISING FROM THE PERSONAL
INJURY DEATH OR PROPERTY DAMAGE OF PERSONS THAT
Aereement for Professional Services,Page 7
IS CAUSED BY OR RESULTS FROM THE NEGLIGENCE OF ANY
PERSON OTHER THAN THE CONSULTANT'S PARTIES. IN THE
EVENT THAT ANY ACTION OR PROCEEDING IS BROUGHT
AGAINST THE CITY FROM WHICH THE CITY IS INDEMNIFIED,
CONSULTANT FURTHER AGREES AND COVENANTS TO
DEFEND THE ACTION OR PROCEEDING BY LEGAL COUNSEL
ACCEPTABLE TO THE CITY. THE INDEMNITY PROVIDED
HEREINABOVE SHALL SURVIVE THE TERMINATION AND/OR
EXPIRATION OF THIS AGREEMENT-, SUBJECT TO THE
LIMITATIONS IN TEXAS LOCAL GOVERNMENT CODE
SECTION 271.904 AND TEXAS CIVIL PRACTICE AND REMEDIES
CODE SECTION 130.002.
By this Agreement, the City does not consent to litigation or suit,and the City hereby
expressly revokes any consent to litigation that it may have granted by the terms of
this Agreement or any other contract or agreement, any charter, or applicable state
law. Nothing herein shall be construed so as to limit or waive the City's sovereign
immunity. Consultant assumes full responsibility for its services performed
hereunder and hereby releases, relinquishes and discharges the City, its officers,
agents, and employees from all claims, demands, and causes of action of every kind
and character, including the cost of defense thereof,for any injury to or death of any
person (whether they be either of the parties hereto, their employees, or other third
parties)and any loss of or damage to property(whether the property be that of either
of the parties hereto, their employees, or other third parties) that is caused by or
alleged to be caused by, arising out of, or in connection with Consultant's services to
be performed hereunder. This release shall apply with respect to Consultant's
services regardless of whether said claims,demands,and causes of action are covered
in whole or in part by insurance.
10. Subcontractors and Subconsultants
Consultant shall receive written approval of the City's Representative prior to the use of any
subcontractors or subconsultants. A copy of all proposed contracts with subconsultants and/or
subcontractors shall be given to the City before execution of such contracts.
11. Termination of Consultant
The City, besides all other rights or remedies it may have, shall have the right to terminate this
Agreement without cause upon written notice from the City Manager to Consultant of the City's
election to do so. Furthermore, the City may immediately and without notice terminate this
Agreement if Consultant breaches this Agreement. A breach of this Agreement shall include, but
not be limited to, the following:
(a) failing to pay insurance premiums, liens, claims or other charges;
(b) failing to pay any payments due the city, state, or federal government from
Consultant or its principals, including, but not limited to, any taxes, fees,
assessments, liens, or any payments identified in this Agreement;
Agreement for Professional Services,Page 8
(c) the institution of voluntary or involuntary bankruptcy proceeding against
Consultant;
(d) the dissolution of Consultant;
(e) refusing or failing to prosecute the Work or any separable part with the diligence
that will ensure its completion within the time specified in this Agreement;
(f) failing to complete Work within the time period specified in this Agreement; and/or
(g) the violation of any provision of this Agreement.
Upon delivery of any notice of termination required herein, Consultant shall discontinue all
services in connection with the performance of the Agreement. Within ten(10) days after receipt
of the notice of termination,Consultant shall submit a final statement showing in detail the services
satisfactorily performed and accepted and all other appropriate documentation required herein for
payment of services. At the same time that the final statement is tendered to the City, Consultant
shall also tender to the City's Representative all of Consultant's instruments of service, including
all drawings, special provisions, field survey notes, reports, estimates, and any and all other
documents or work product generated by Consultant under this Agreement, whether complete or
not, in an acceptable form and format together with all unused materials supplied by the City. No
final payment will be made until all such instruments of service and materials supplied are so
tendered.
If this Agreement is terminated for cause, Consultant shall be liable for any damage to the City
resulting therefrom. This liability includes any increased costs incurred by the City in completing
Consultant's services. The rights and remedies of the City in this section are in addition to any
other rights and remedies provided by law or under this Agreement.
12. Records
Within ten (10) days of the City's request and at no cost to the City, the City will be entitled to
review and receive a copy of all documents that indicate work on the Project that is subject to this
Agreement.
13. Supervision of Consultant
Consultant is an independent contractor, and the City neither reserves nor possesses any right to
control the details of the Work performed by Consultant under the terms of this Agreement.
14. Billing
The City shall have thirty (30) days to pay Consultant's invoices from the date of receipt of such
invoices and necessary backup information. All invoices must identify with specificity the work
or services performed and the date(s) of such work or services. In the event of a disputed or
contested invoice, the parties understand and agree that the City may withhold the portion so
contested, but the undisputed portion will be paid. Consultant shall invoice the City for work
performed no more than once a month and may not invoice the City for work not performed.
Invoices shall be received by the City no later than sixty(60)calendar days from the date Consultant
and/or its subconsultants perform the services or incur the expense. Failure by Consultant to comply
with this requirement shall result in Consultant's invoice being denied and the City being relieved
from any liability for payment of the late invoice.
15. Indebtedness
If Consultant, at any time during the term of this Agreement, incurs a debt, as the word is defined
in section 2-662 of the Code of Ordinances of the City of Baytown, it shall immediately notify the
Agreement for Professional Services,Page 9
City's Director of Finance in writing. If the City's Director of Finance becomes aware that
Consultant has incurred a debt,the City's Director of Finance shall immediately notify Consultant
in writing. If Consultant does not pay the debt within thirty(30) days of either such notification,
the City's Director of Finance may deduct funds in an amount equal to the debt from any payments
owed to Consultant under this Agreement, and Consultant waives any recourse therefor.
16. Verifications
If Consultant has ten (10)or more full-time employees and Consultant's total compensation under
this Agreement has a value of One Hundred Thousand Dollars($100,000.00) or more, Consultant
makes the following verifications in accordance with Chapters 2271 and 2274 of the Texas
Government Code:
a. Consultant does not boycott Israel and will not boycott Israel during the term of the
contract to be entered into with the City of Baytown;
b. Consultant does not boycott energy companies and will not boycott energy companies
during the term of the contract to be entered into with the City of Baytown; and
c. Consultant does not have a practice, policy, guidance, or directive that discriminates
against a firearm entity or firearm trade association and will not discriminate during the
term of the contract against a firearm entity or firearm trade association.
17. Reputation in the Community
Consultant shall retain a high reputation in the community for providing professional
architectural.'engineering services. Consultant shall forward a copy of any current petition or
complaint in any court of law which(a) asserts a claim for$50,000 or more for errors or omissions
in providing architectural.-engineering services and/or (b) seeks to deny Consultant the right to
practice architecture.,-'engineering or to perform any other services in the state of Texas.
18. Payroll and Basic Records
a. Consultant shall maintain payrolls and basic payroll records during the course of
the work performed under this Agreement and shall preserve them for a period of
three(3)years from the completion of the work called for under this Agreement for
all personnel working on such work. Such records shall contain the name and
address of each such employee, social security number, correct classification,
hourly rates of wages paid, daily and weekly number of hours worked, deductions
made and actual wages paid.
b. Consultant shall make the records required to be maintained under the preceding
subsection(a)of this section available at no cost to the City for inspection,copying
or transcription or its authorized representatives within fifteen (15) days of the
City's request therefor. Should the City request copies of the records, Consultant
may redact employee social security numbers and/or addresses. Consultant shall
permit such representatives to interview Consultant's employees during working
hours on the job.
19. Governing Law
This Agreement has been made under and shall be governed by the laws of the State of Texas.
The parties further agree that performance and all matters related thereto shall be in Harris County,
Texas.
Agreement for Professional Services,Page 10
20. Notices
Unless otherwise provided in this Agreement, any notice provided for or permitted to be given
must be in writing and delivered in person or by depositing same in the United States mail,postpaid
and registered or certified, and addressed to the party to be notified, with return receipt requested,
or by delivering the same to an officer of such party. Notice deposited in the mail as described
above shall be conclusively deemed to be effective, unless otherwise stated in this Agreement,
from and after the expiration of three(3) days after it is so deposited.
For the purpose of notice, the addresses of the parties shall be as follows unless properly changed
as provided for herein below:
For the City:
CITY OF BAYTOWN
Attn: City Manager
P. O. Box 424
Baytown, Texas 77522-0424
For Consultant:
5engineering, LLC
Attn: Frank Stephens P.E.
11200 Westheimer Rd. #353
Houston, Texas 77042
Each party shall have the right from time to time at any time to change its respective address
and each shall have the right to specify a new address, provided that at least fifteen (15) days
written notice is given of such new address to the other party.
21. No Third-Party Beneficiary
This Agreement shall not bestow any rights upon any third party, but rather, shall bind and benefit
Consultant and the City only. No person or entity not a signatory to this Agreement shall be
entitled to rely on Consultant's performance of its services hereunder,and no right to assert a claim
against Consultant by assignment of indemnity rights or otherwise shall accrue to a third party as
a result of this Agreement or the performance of Consultant's services hereunder.
22. No Right to Arbitration
Notwithstanding anything to the contrary contained in this Agreement, the City and Consultant
hereby agree that no claim or dispute between the City and Consultant arising out of or relating to
this Agreement shall be decided by any arbitration proceeding, including, without limitation, any
proceeding under the Federal Arbitration Act (9 U.S.C. Sections 1-14), or any applicable State
arbitration statute, including, but not limited to, the Texas General Arbitration Act, provided that
in the event that the City is subjected to an arbitration proceeding notwithstanding this provision,
Consultant consents to be joined in the arbitration proceeding if Consultant's presence is required
or requested by the City of complete relief to be recorded in the arbitration proceeding.
Agreement for Professional Services,Page 11
23. Waiver
No waiver by either party to this Agreement of any tern or condition of this Agreement shall be
deemed or construed to be a waiver of any other term or condition or subsequent waiver of the
same term or condition.
24. Complete Agreement
This Agreement represents the entire and integrated Agreement between the City and Consultant
in regard to the subject matter hereof and supersedes all prior negotiations, representations or
agreements, whether written or oral, on the subject matter hereof. This Agreement may only be
amended by written instrument approved and executed by both of the parties. The City and
Consultant accept and agree to these terms.
25. No Assignment
Consultant may not sell or assign all or part interest in this Agreement to another party or parties
without the prior express written approval of the City Manager of such sale or assignment. The
City may require any records or financial statements necessary in its opinion to ensure such sale
or assignment will be in the best interest of the City.
26. Headings
The headings used in this Agreement are for general reference only and do not have special
significance.
27. Severability
All parties agree that should any provision of this Agreement be determined to be invalid or
unenforceable, such determination shall not affect any other term of this Agreement, which shall
continue in full force and effect.
28. Ambiguities
In the event of any ambiguity in any of the terms of this Agreement, it shall not be construed for
or against any party hereto on the basis that such party did or did not author the same.
29. Authority
The officers executing this Agreement on behalf of the parties hereby represent that such officers
have full authority to execute this Agreement and to bind the party hershe represents.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiple
copies, each of which shall be deemed to be an original, but all of which shall constitute but one
and the same Agreement on the day of , 20—, the date of execution by the
City Manager of the City of Baytown.
CITY OF BAYTOWN
JASON E. REYNOLDS, City Manager
ATTEST:
Agreement for Professional Services,Page 12
ANGELA JACKSON,City Clerk
APPROVED AS TO FORM:
SCOTT LEMOND,City Attorney
CONSULTANT:
5en inns eering, LLC
�i y�l�Gt4:r
(Signal e)
Kelly Humphries, PE, PMP
(Printed Name)
Principal
(Title)
Agreement for Professional Services,Page 13
STATE OF TEXAS §
COUNTY OF HARRIS §
Before me on this day personally appeared Kelly Humphries, PE, PIMP, in his/her
capacity as Principal of Fivengineedng.LLC ,
on behalf of such Corporation ,
M known to me;
❑ proved to me on the oath of ;or
❑ proved to me through his/her current
(description of identification card or other document issued by the federal
government or any state government that contains the photograph and signature of
the acknowledging person)
(check one)
to be the person whose name is subscribed to the foregoing instrument and acknowledged to me
that he:she executed the same for the purposes and consideration therein expressed.
SUBSCRIBED AND SWORN before me this day of Pj= i 20c:�-
"oi-Cr
Stands Albarran Notary Public in and for the State of Texas
mYCt1f22MOxbxplre•
Is
Notary it)134077050
R Karen Anderson-.CONTPACTS12023'.CONTRACT TEMPLATES'Archrtecwral or Engineering Services Agreement Template-Section 2
Flexible(SL Final-Fdlable)dmx
Agreement for Ewfusignal Services,,Page 14
EXHIBIT "A"
SCOPE OF WORK
5e will provide Phase I Preliminary, Phase II Final Design, and Phase III Construction engineering
services for this project.Our scope of work for the project will include the evaluation of the existing
Abbe lift Station for rehabilitation or replacement, improvements for the electrical and control
systems, and the possible addition of odor controls.
BACKGROUND
The existing lift station consists of a 6-foot diameter concrete wet well with above-grade piping
and valves housed in a fiberglass enclosure that seats on top of the wet well. The control panel is
also located inside the fiberglass enclosure.The lift station site is located outside the 500-year flood
hazard area in Zone X designated as having minimal flooding chance.The lift station has two 7.5
HP submersible pumps arranged in a duty/standby configuration.The influent sewage is conveyed
to the wet well by a 10-inch PVC gravity sewer line and it is pumped for approximately 1,600 feet
via a 6-inch PVC force main to a manhole located near the intersection of Hwy 146 and Pinehurst
Drive.
The City of Baytown (City) wishes to rehabilitate or replace the lift station as access to the pumps,
discharge piping, valves, and controls is difficult due to the configuration of the above-grade
components stacked on top of the wet well inside of an enclosure.The existing wet well concrete
is showing deterioration with exposed aggregate and a delaminating surface coat.The lift station
components are also near the end of their useful life with inoperable valves and deteriorating
steel supports.
5e will perform a desktop analysis of the collection service area to confirm that the existing lift
station pumping capacity is sufficient to meet the demand. Based on the results of the collection
service area analysis, .fie will evaluate the replacement versus the rehabilitation options for the
existing lift station. The scope will include an evaluation of natural gas/diesel standby generators
and generator pumps as alternatives for standby power. The scope also includes the evaluation,
recommendation, and design of an odor control system.
SUMMARY PROJECT SERVICES
5 will provide the following professional engineering services for the project. The level of effort
presented herein is based on the following scope of work understanding:
1. Current and Future Capacity Analysis- Se will perform an analysis of current and future
land use of the lift station's service area to estimate sanitary sewer demands. se will
calculate the current capacity of the lift station and determine if the lift station is
adequately sized to handle current and future demands.The results of the analysis will be
summarized in a workshop with the City to determine the replacement or rehabilitation
scope.
2. Condition Assessment of the existing lift station-5e will perform a condition assessment of
the existing structure and equipment.The assessment will be based on available historical
data, record drawings, site visits, and operator input. The results of the assessment will be
used to provide recommendations for replacement or rehabilitation.
3. Evaluation and Recommendation of Emergency Power System - 5e will perform an
evaluation for standby emergency power at the lift station. The evaluation will include
diesel-powered generator, natural gas-powered generator, and diesel-powered pumps.
4. Evaluation and Recommendation of Odor Control System-Se will perform an evaluation
of available odor control technologies and their respective construction and life cycle
costs. The evaluation will be based on existing and future conditions of the lift station. No
monitoring of odor levels or dispersion models will be conducted.
Based on these scope items, Se will provide the following engineering services:
BASIC SCOPE OF SERVICES
Phase I - Preliminary Desian Phase -5e will prepare and submit a Basis of Design Report (BODR)
summarizing our findings of the existing lift station evaluation described above and provide
recommendations for proposed improvements. The preliminary design phase will consist of the
following tasks:
Task 1: Proiect Management
a) Se will coordinate the scope, schedule, and budget for this project. 5e assumes a maximum
duration of 4 months for the preliminary design phase.
b) Project management tasks will include managing and coordinating project efforts including
QA/QC of deliverables and invoice preparations.
Task 2: Data Collection
a) Research and Record Drawings Review: 5e will request and review informational resources
such as record drawings and historical data provided by the City.
b) Site visits / Condition Assessment: up to 1 day of site visits to collect data, photographs, and
record data.
c) Survey: Survey services will be provided by 5e subconsultant Weisser Engineering and will
include the following services
i) Topographic Survey: The topographic survey will identify surface features, site
topography and elevations of accessible subsurface utilities i.e. manholes, drainage
pipes and lift station wet well.
ii) Metes and Bounds Survey:The metes and bounds survey will include identifying the site
boundaries and any onsite easements.
iii) Plat Drawing:A survey plat drawing will be prepared for the City to submit and record.
d) Geotechnical Data: Geotechnical services will be provided by Se subconsultant Aviles
Engineering and will include the following services:
i) Geotechnical Investigation: Field investigation that includes one boring 45 feet deep
and one piezometer for the wet well construction, generator and odor control
foundations.
ii) Geotechnical Report: Prepare a report summarizing the results of the field investigation
and provides recommendations for the design of the foundations and wet well.
e) Structural Condition Assessment: $e subconsultant KIT Professionals, Inc. will conduct a visual
inspection of the wet well. The visual assessment will be limited to a visual observation of the
reinforced concrete structure. The visual assessment will be conducted from the surface
without entering the wet well.
f) Electrical Condition Assessment and Engineering: Electrical and instrumentation services will
be provided by Se subconsultant Baird Gilroy & Dixon, LLC and will include the following
services:
i. Condition Assessment: Site visit to inspect existing conditions of primary power, electrical
equipment, controls, and instrumentation.
ii. Prepare a narrative on the electrical rehabilitation scope and replacement scope
including generator and auxiliary pump recommendations.
iii. Prepare a preliminary cost estimate for electrical improvements.
iv. Prepare One-Line Diagram, and Process & Instrumentation Diagram (P&ID).
Abbe Addition Lift Station Improvements Project Page 2
Task 3: Basis of Design Report
a) This task will include preparation for, attendance, and minutes for meetings with City staff. 5e
anticipates a kick-off meeting, a capacity analysis workshop, one progress meeting, and one
final draft workshop to review the Draft BODR. The final draft workshop will lock in the final
design scope of work for the project.
b) Summary of the data collection.
c) Analysis of current and future service area demands.
d) Pump calculations, mechanical evaluation, and recommendation for lift station rehabilitation
/replacement.
e) Recommendation for standby power (natural gas generators, diesel fuel generators, and
diesel-powered pumps will be considered).
f) Recommendation for an odor control system addition.
g) Recommendations for Site/Civil improvements.
h) Bypass pumping evaluation and recommendations.
i) Engineer's Opinion of Probable Construction Cost (EOPCC)with 15%contingency.The EOPCC
will be developed in general conformance with the guidelines developed by the Association
for the Advancement of Cost Engineering (RACE) for a Class 4 Estimate.
j) 30%drawings including the drawings summarized in Table 1.
Table 1: BODR Drawing List
Drawing Drawing Name
C1 Site Plan
M1 Lift Station Mechanical Plan
M2 Lift Station Sections and System Curve
El One-Line Diagram
E2 P&ID
k) Review, address, and respond to City's review comments.
1) Revise report per comments and prepare and submit final BODR.
Phase II-Final Desian and Biddina- Based on the final BODR recommendations, 5 r will develop
detailed drawings, technical specifications, and EOPCC's for the public bid of the improvements
as a single construction package. All work products will receive an in-house quality control review
by a 5e professional engineer who is experienced in completing similar projects.The final drawings,
cost estimates, and technical specifications will be signed and sealed by a professional engineer
licensed in the State of Texas.5e will also provide bidding phase services to support the City in the
successful bid of the project.
Task 1: Proiect Management
a) Se will coordinate the scope, schedule, and budget for this project. 50 assumes a maximum
duration of 7 months for the final design phase.
b) Project management tasks will include managing and coordinating project efforts including
QA/QC of deliverables and invoice preparations.
Task 2: Document Pre oration and Submission
a) City / Site / Coordination Meetings: Up to 2 meetings with City staff to discuss progression of
the design.
b) Progress Submittals (50%, 90% & 100%): Preparation of 3 milestone deliverables including
drawings, technical specifications, and EOPCCs.
c) Technical Specifications: 5e will prepare technical specifications associated with the design.
The City's standard specifications will be used as the starting point where possible. If City's
standard specifications are not available or applicable, 5e will prepare the technical
specification.
d) OPCC:Se will prepare an Engineer's Opinion of Probable Construction Cost associated with
the design.
e) Addressing Review Comments: 5e will provide written responses to comments at each of the
Abbe Addition Lift Station Improvements Project Page 3
milestone deliverables and will incorporate comments into the design as appropriate.
f) Regulatory Agency Approval: 5e will coordinate with external regulatory and permitting
agencies. Documents will be submitted to the Texas Department on Environmental Quality
(TCEQ) for review and approval.
g) Building Permits, TCEQ, and Code Enforcement: 5e will submit necessary drawings and
technical specifications, design edits, and comment responses received from the City's
permitting department. If necessary, 5e will submit 90% lift station drawings to the Texas
Commission on Environmental Quality and address comments.
h) Technical Review Committee (TRC) Meeting Presentation: 5e will prepare,attend and present
for the TRC on the final design.
Task 3: Drawinas Preparation
a) Se will prepare detailed construction drawings for the project. The drawings will be prepared
in 2D AutoCAD electronic format.The drawings will incorporate applicable design criteria and
the City standards.5e will use the City's standard details,as needed.Where unique details are
required, 5e will provide them for the relevant portions of the design. Table 2 summarizes the
anticipated drawing list. 5e will submit plans for City review at the 60% and 90% phases. The
plans and documents will be provided electronically in PDF format.
Table 2: Design Phase Drawing List
Drawing Drawing Name
GI Cover Page
G2 Drawing Index and General Notes
G3 Legends and Abbreviations
D1 Demolition Plan
D2 Demolition Photographs
Cl Site Plan
C2 Yard Piping Plan
C3 Bypass Pumping Plan
C4 SWPPP
ZC1 SWPP Notes and Details
ZC2 Civil Details I
ZC3 Civil Details II
M1 Lift Station Mechanical Plan
M2 Lift Station Sections and System Curve
M3 Odor Control Plan and Section
M4 Odor Control Details
ZM1 Mechanical Details I
ZM2 Mechanical Details II
ZM3 Mechanical Details III
S l Wet Well and Valve Slab Plan and Section
S2 Wet Well Details
S3 Generator Slab Plan and Section
S4 Odor Control Slab Plan and Section
55 Structural Legend, Notes and Abbreviations
S6 Structural Details I
57 Structural Details Ii
El Electrical Legend and Abbreviations
E2 Electrical Demolition Site Plan
E3 Electrical Demolition Photographs
E4 Electrical Site Plan
E5 Electrical Wet Well Enlarge Plan
E6 Electrical Emergency Power Plan
E7 One-Line Diagram
Abbe Addition Lift Station Improvements Project Page 4
E8 Electrical Schedule
E9 Electrical Service Rack
DO Control Wirinq Diagram I
E11 Control Wiring Diagram II
E12 Control Panel Layout
E13 SCADA Panel Layout &Schematic Diagram
E 14 Electrical Details I
E 15 Electrical Details II
E16 Electrical Details III
Task 4: Bid Phase Services
a) se will assist the City during the Bid Phase with contract document distribution and aid
throughout the bidding process. Engineering services during the bid phase will be as follows:
L Se will provide bid documents in electronic format appropriate for the City's a-bid
platform.
ii. 5e will attend one pre-bid meeting and attend the bid opening.
iii. 5e will respond to prospective bidders' requests for clarification and information in the
form of contract addenda.
iv. 5e will review bid forms, check for mathematical errors and unbalanced bid items,
prepare bid tabulation, check apparent low bidder's references, and prepare
Engineer's Recommendation Award letter.
V. 5e will produce and deliver to the City five (5) sets of plans and project manuals
required for City signatures.
vi. 5e will attend a City Council meeting if needed to address questions regarding the
award of the construction contract.
vii. 5e will produce and deliver to the contractor three (3) sets of plans and project
manuals.
Phase III-Construction Phase Services-5e will provide construction phase services to support the
City during construction of the project. Construction Phase services will include the following:
1) Se will attend one pre-construction meeting.
2) Se will attend bi-monthly construction progress meetings,the budget assumes up to twenty
four progress meetings over the course of the construction.
3) 5e will review and respond to submittals and resubmittal as required by project
specifications.
4) 5e will review and respond to RFI's related to the design and provide guidance to the
Contractor and Construction Manager in resolution of issues.
5) Se will review monthly pay applications in conjunction with the City's inspector and Project
Manager.
6) 5e will attend one substantial completion walk-through and one final completion walk-
through and assist with the production of a punch list.
7) Se will prepare record drawings in electronic format.
ADDITIONAL SERVICE
Services requested by the City outside of the Basic Services scope w1l be authorized based on
negotiated contract amendments. Additional Services will require specific written authorizations
for not to exceed amounts. Additional Services include, but are not limited to the following:
• Preparation of easements or property acquisition documents.
• Property acquisition negotiation and procurement services.
• Condition assessment of buried piping associated with the lift station.
Abbe Addition Lift Station Improvements Project Page 5
• Subsurface utility investigations.
• Odor sampling studies, modeling, and characterization.
• Replacement or rehabilitation of offsite utilities.
• Lead and asbestos testing.
• Environmental testing.
• Nondestructive testing necessary to evaluate the condition of the reinforced concrete wet
well.
• Entry into confined spaces including the wet well to conduct a condition assessment.
• Additional Construction Phase Progress Meetings due to a construction schedule longer
than one (1) calendar year from Construction Notice to Proceed.
• Payment of permitting fees, review fees, and/or utility relocation fees.
Abbe Addition Lift Station Improvements Project Page 6
fir W IMRM 1ta1 AM4oiL7 Swm Exhibit T"
IAmb.005]-001 _ _
R,rn 0.,vgmila4 SLa�lvS 4iFf
4 tld (+11I0"I
RAffl 1 1 1
4
' wYGYa � III
1 e5 S
Lti_.
eirnh...s.�+aPws��rRno.....e.r...Y."1..�rt.wrcrr
sous _ a 5y' a, %A
191 go
_ 5
"4ws
Exhibit "B1f
R N
tRn DruBOR,'laN
Rqw RrayY RctPC NB, Pr RRW P,o1Pd Ey Ci .Eg O�ppiMl wr,.dnl .17 6id10 5,01aY4ln; S.GaIY IPOR SI fb:lwq 9h O, D—Cab [rtl F.
1 SraPYI f nn ,.nm
Ir
I t a
.laCarsnuon,t �� 1ai�
hPPw l.auR+Y:vn R a tOosl P� s I0 10 d 0 i S - 7"a
Speleswr.Ry�Ys�i RPrw I}�a7� S I+'2 S `5[[# ��� 1�,¢100 t 0
MQw.Yr 14y�Yv�4 R.... f 1�f] f I x 1 s'_ UA h
....a •P s,e.vr BP.r.co.�.wn �
PR Pn.w,fCE01r EravaTPn ' i 864Qm
s 7a S ]1
i o.rare,rNn Y ..V i ' a r I Y 7
I 9Y Pw a 4 B 9 >r ] f F
i
d
LI srx>+yPP Ra orw �"`— ..s o � —�—i-�--4
LI ,OPaYI a 1: i s 1
LI sso„RPv uv'abr+ .." _— Q 1 d r7 0 Y 4 S f
LIP _ w 1,s�_onV a 0 P3 0 I I m 4 f s
Ob.YM c4+wq Brtew. 4 � i i B 0 7l 7. ! t
LP coeaOwh 0 �— k - 7C l f t
- ""�
]_I rPe,w/0x+6■ t 7 0 + _ ' _ 0 1 -S $ � S - 1
C 0 it ]fi": 1 [ S 74t7W .LQ S
fat vatipw.p o 0 0 a F ■ S HI [ S J6tQW fiT1¢ f
.ti Yv an/- +• o o a o o- a s 1434 r s 1 aJ606 1 't
s 1
A,uvY N+rP w4mNoen 0 0 0 a 0 S 7.0 W f ! f
-
4r�e,YpuY1 -
f F+.trnutLMPrnPMHErP,.PPena 0 0 0 a 2 0 1 5w00 S SWW 1 S
,.a.r]xi.uWai.� a 01 0 0 0 [ T- ��.pp. [ S sw(A 1
Pal oP•oYm a 0 I 0 0 I 0 0 1 160W SE000
i.i iMt Vwl E,b9P PY,' 0 0 0 S 50000.
LII 9wsY 4R6PPow,PM _ 0 C, _ D __ -S 90007 f__90000 i
0 _ OTT S 90aW
f.1P 0 0 0 0 0 I ILOGG [ S /WAJ f f
Bw.w Rq a 0 0 0 F S f00.00 { W
0 0 1 sm 00 (q S
WYP,p PPPPnB 1 a o o ' a S SOa00
--fGPO+PRN[aputabw.nc PprPw ¢ ..Y a 0 0 S 1CW.W —{ f 1�� S -
#dBTS
Exhibit 'B11
ErwKrow.�i a a a c F F S S60dlt 5 Se�o.00 S'
- -� "t }soap° s s is6ao s" t
YOMMa L1 a F - -.F # S 550.051 S SFO 00 f
11 �aY�Bd Oo[v.MnlwtM FgiRT . I f f f _
[ehm R�wv.N3ww Rwpxrwpwp.L.R.
mwa' — {•
I a#e 41a1Rt} 1H a --
}w.lru s
l +a.a k+.ai.a�rpweH RrepmuwYpl�lA rql, -- —+ + i� 7t i r _ —I,� s f s— �ROa Y1,L1C 7G
1 9w•.aRw RwMM}_vt U4++W+� + 1 # ��I 1 L ;bl4JC'f }}A0' I S 6.15000 f - I1,i663d
I[4p4f 16(.iS s i!G]s
s 3d�9
1. Ae�IFww4�wslwrtm.IRwnw.wYr• — _ _ f } 3 } ...IACL
7-:
lal#y fgsl :4'1y1 }u{'1U f ]P L Y3'.L I•_ — -- IL
#Y4Ns��Tri 4
RfF4
Yl�7J
Exhibit"C"
Project Schedule
City of Baytown
Abbe Addition Lift Station Improvements Project
40 Task Name Dvrahon Slarl Finish 2023 2024 2025
A M J J . A S- O N, D J F M A M J J A 5. 0. N D. J F M A M J J A S 0
1 Project NTP Fri 412S23 Fri 42a23 #Project NTP
2 Be Internal Project Kickoff 7 days Fri 4128123 Thu 61U23 W Be Internal Project Kick-off
3 Project Plan.Schedule.OAIOC 7 days Fri 42623 Thu 51423 Project Plan,Schedule,QAIQC
4 Data Gathering.Data Gaps 7 days Fri 42823 Thu$1423 t Data Gathering,Data Gaps
5 l ity Project Kick-olf Thu Sf4123 Thu 614123 %T be-City Project Kick-off
e Project Goals I Risk Analysis 0 days Thu 51423 Thu 514r23 Project Goals I Risk Analysis
7 Preliminary Design Phase W -v Preliminary Design Phase
6 Draft Basis of Design Report 90 days Fri SIS123 Wed SIV23 ¢ C, Draft Basis of Design Report
9 Existing Canditions Assessment 7 days Fri SW3 Thu Sr1123 Existing Conditions Assessment
10 SeNice Area Analysis 40 days Fri 511223 Tue 62023 Iiiiiiiin Service Area Analysis
I I client workshop o days Tue 62023 Tut 620123 Client Workshop
12 Draft Technical Memo Subrrinal 43 days Wd 82123 Wed 0=3 Draft Technical Memo Submittal
13 Survey services 42 days wed 82123 Tue e1123 fiiiiiiiiiii Survey Services
14 Geotecfinical Service 60 days Wed 62123 Sa16119123 b�Geotechnieal Services
15 City Revimr-omments 14 days Thu a1323 Wad N1623 61 City RevlewlComments
16 Design Lock4n Workshop 0days Mon82123 Mon a21123 j Design Lock-In Workshop
17 Final Tech Memo Submittal 45 days Thu 811723 Sal WX23 I== Final Tech Memo Submittal
18 Final Design Phase Final Design Phase 9p 10
19 60%Design Submittal 90 days Fri 1816125 Wed VV24 4 aaaaaaaaaa—v 60%Design Submittal
21 CityRevieeComments 14 days Thu V024 Wed vi7n4 W City RevlewlComments
22 Citnt Workshop 0 days Mon IQW4 Mon 12W4 4 Client Workshop
23 90%Design submittal 60 days Tw 1;23124 Fri 3122124 20%Design Submittal t
25 City ReviewManlmenls 14 days Sat 3R324 Fri 41524 City ReviewlComments
26 Client TRC Workshop 0 days Wed 411024 Wed 411024 Client TRC Workshop
27 Bid Ready Documents 30 days Thu 411124 Fri 5fIQa4 Bid Ready Documents jhce
28 TCEO1Pemxtting Subrisals 90 days Sat 32W4 Thu 62024 TCEQIPermining Submittals
2e Bid Phase 35 days Sat Sri 1124 Fri 6114124 Bid Phase
30 6 d Advertise 28 days Sat 511124 Fri 0924 Bid Advertise_i IF
31 Bid Amid Recommendation 7 days Sal 61a24 Fit6114I24 Bid Award Recommendation i
32 Construction Phase Services 498 days Thu$113124 Mon 10113125
33 Notice to Proceed 0 days Thu 611324 Thu 611324 *1 6113
34 PreLunsbuction Meeting 0 days Wed 62624 Wed 52624 ' Pre-Construction Meeting
35 Bi-Monthly Progress Meetings 365 days Sal 72724 Sal 7rMS Bi-Monthly Progress Meetings
15 Review s Respond to Submittals 420 days Sal 72724 Sat 112324 Review 3 Respond to Submittals i F
37 Review a Respond to RFIs 365 days Sal 72724 Sat 72625 Review&Respond to RFI's
38 Review Monthly Pay Appkcabom 365 days Sat 72724 Sat 72625 Review Monthly Pay Applications
79 Substantial completion Inspection 0days Sat72S25 Sat7r2625 Substantial Completion Inspection 4i
40 Final Completion inspection 0 days Man a2525 Man 82525
Final Completion Inspection
41 Record Drawings Production 30 days Tut s2e125 Wed 92425 Record Drawings Production IL
42 Project closeout 5 days Thu lOR2s Mon 1wms Project Closeout
arrr,rx<—r,trm.rb.rr -- --------
5engineering