Loading...
RES 2022-1001 - PSA with JEO Consulting Group for OPW 54429 - Papio WRRF Primary Clarifier Sludge Pumping ImprovementsG.Standard of Care.The standard of care applicable to Provider's Services will be the degree of skill and diligence normally employed by professional engineers or consultants performing the same or similar Services at the time said services are performed.Provider will re-perform any services as defined in Exhibit “B” not meeting this standard without additional compensation. H.Subsurface Investigations.In soils,foundation,groundwater,and other subsurface investigations, the actual characteristics may vary significantly between successive test points and sample intervals and at locations other than where observations,exploration,and investigations have been made.Because of the inherent uncertainties in subsurface evaluations,changed or unanticipated underground conditions may occur that could affect total PROJECT cost and/or execution.These conditions and cost/execution effects are not the responsibility of Provider. I.Provider's Personnel at Construction Site (where applicable) i.The presence or duties of Provider's personnel at a construction site,whether as onsite representatives or otherwise,do not make Provider or Provider's personnel in any way responsible for those duties that belong to City and/or the construction contractors or other entities,and do not relieve the construction contractors or any other entity of their obligations,duties,and responsibilities,including,but not limited to,all construction methods,means,techniques,sequences,and procedures necessary for coordinating and completing all portions of the construction work in accordance with the construction Contract Documents and any health or safety precautions required by such construction work. ii.Provider and Provider's personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions and have no duty for inspecting the health or safety deficiencies of the construction contractor(s)or other entity or any other persons at the site except Provider's own personnel. iii.The presence of Provider's personnel at a construction site is for the purpose of providing to City a greater degree of confidence that the completed construction work will conform generally to the construction documents and that the integrity of the design concept as reflected in the construction documents has been implemented and preserved by the construction contractor(s).Provider neither guarantees the performance of the construction contractor(s)nor assumes responsibility for construction contractor's failure to perform work in accordance with the construction documents. For this AGREEMENT only,construction sites include places of manufacture for materials incorporated into the construction work,and construction contractors include manufacturers of materials incorporated into the construction work. J.Construction Progress Payments.Where construction phase services are provided; recommendations by Provider to City for periodic construction progress payments to the construction contractor(s)will be based on Provider's knowledge,information,and belief from selective sampling that the work has progressed to the point indicated.Such recommendations do not represent that continuous or detailed examinations have been made by Provider to ascertain that the construction contractor(s)have completed the work in exact accordance with the construction documents;that the final work will be acceptable in all respects;that Provider has made an examination to ascertain how or for what purpose the construction contractor(s) have used the moneys paid;that title to any of the work,materials,or equipment has passed to 2 Revised: 03/08/2021 City free and clear of liens,claims,security interests,or encumbrances;or that there are no other matters at issue between City and the construction contractors that affect the amount that should be paid. K.Record Drawings.Record drawings,if required,will be prepared,in part,on the basis of information compiled and furnished by others,and may not always represent the exact location, type of various components, or exact manner in which the PROJECT was finally constructed. Provider is not responsible for any errors or omissions in the information from others that is incorporated into the record drawings. III.DUTIES OF CITY A.City designates Justin Ward,whose business address and phone number are 15705 Harlan Lewis Road,Bellevue,NE 68123-5728,402-444-2204 as its contact person for this project, who shall provide a notice to proceed and such other written authorizations as are necessary to commence or proceed with the project and various aspects of it. B.City Furnished Data.Upon request,City will provide to Provider all available/known data in City's possession relating to Provider's services on the PROJECT.Provider will reasonably rely upon the accuracy, timeliness, and completeness of the information provided by City. C.Access to Facilities and Property.City will make its facilities accessible to Provider as required for Provider's performance of its services. D.Advertisements,Permits,and Access.Unless otherwise agreed to in the Scope of Services, City will obtain,arrange,and pay for all advertisements for bids;permits and licenses required by local,state,or federal authorities;and land,easements,rights-of-way,and access necessary for Provider's services or PROJECT construction. E.Prompt Notice.City will give prompt written notice to Provider whenever City observes or becomes aware of any development that affects the scope or timing of Provider's Services,or of any defect in the work of Provider or construction contractors. F.Asbestos or Hazardous Substances. 1)If asbestos or hazardous substances in any form are encountered or suspected,Provider will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. 2)If asbestos is suspected,Provider will,if requested and if Provider has the knowledge, skills and ability,manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. 3)City recognizes that Provider assumes no risk and/or liability for a waste or hazardous waste site originated by other than Provider. G.Litigation Assistance.The Scope of Services does not include costs of Provider for required or requested assistance to support,prepare,document,bring,defend,or assist in litigation undertaken or defended by City.All such Services required or requested of Provider by City, 3 Revised: 03/08/2021 except for suits or claims between the parties to this AGREEMENT,will be reimbursed as mutually agreed. IV.COMPENSATION AND PAYMENT A.The cost of services as specified in the Scope of Service,shall be performed on an hourly basis,but in no event shall it exceed $99,864.00.Detailed breakdown of costs shall be shown in Exhibit “C”. B.Reimbursable expenses shall be billed to the City by the Provider.Invoices billed to the City for services by the Provider shall be limited to services performed within a single calendar year.For agreements which span multiple calendar years,invoicing shall be separated between calendar years.Year-end invoices (for services through December 31 of a given calendar year)shall be submitted to the City no later than January 31 of the following calendar year.After review and approval,City shall provide payment for reimbursable expenses on a monthly basis unless the parties agree to some other schedule.Provider shall pay any suppliers or sub-contractors within 30 days of receipt of reimbursement from the City. C.Errors and Omissions.Additional work that is required to be performed by Provider that is a result of errors or omissions by Provider shall not be compensated by City. D.INCREASE OF FEES The parties hereto acknowledge that,as of the date of the execution of the Agreement, Section 10-142 of the Omaha Municipal Code provides as follows:Any amendment to contracts or purchases which taken alone increase the original fee as awarded (a)by ten percent,if the original fee is one hundred fifty thousand dollars ($150,000)or more,or (b)by seventy-five thousand dollars ($75,000)or more,shall be approved by the City Council in advance of the acceptance of any purchase in excess of such limits.However,neither contract nor purchase amendments will be split to avoid advance approval of the City Council. The originally approved scope and primary features of a contract or purchase will not be significantly revised as a result of amendments not approved in advance by the City Council. The provisions of this section will be quoted in all future City contracts.Nothing in this section is intended to alter the authority of the Mayor under section 5.16 of the Charter to approve immediate purchases. V.OWNERSHIP OF INSTRUMENTS OF SERVICE The City acknowledges the Provider ’s documents,including electronic files,as instruments of professional service.Nevertheless,upon completion of the services and payment in full of all monies due to the Provider,the final documents prepared under this Agreement shall become the property of the City.The City shall not reuse on another Project or make any modifications to the documents without prior written authorization of the Provider.The City agrees,to the fullest extent permitted by law,to indemnify and hold harmless the Provider,its officers,directors,employees and subconsultants (collectively,Provider)against any damages,liabilities or costs,including reasonable attorneys’fees and defense costs,arising from or in any way connected with the 4 Revised: 03/08/2021 unauthorized reuse or modification of the documents by the City,regardless of whether such reuse or modification is for use on this Project or another Project VI.ADDITIONAL SERVICES In the event additional services for the aforementioned Project not covered under this Agreement are required, the Provider agrees to provide such services at a mutually agreed upon cost. VII.INSURANCE REQUIREMENTS The Provider shall carry professional liability insurance in the minimum amount of one half million dollars and shall carry workers’compensation insurance in accordance with the statutory requirements of the State of Nebraska. VIII.INDEMNIFICATION The Provider agrees,to the fullest extent permitted by law,to indemnify,defend and hold harmless the City,its officers,directors and employees (collectively,City)against all damages,liabilities or costs,including reasonable attorney’s fees and defense costs,to the extent caused by the Provider ’s negligent performance of professional services under this Agreement and that of its subconsultants or anyone for whom the Provider is legally liable;provided,that with respect solely to the said duty to defend,such duty of the Provider to defend shall arise only if,and to the extent,such duty is covered by Provider’s liability insurance.The City agrees,to the fullest extent permitted by law,to indemnify and hold harmless the Provider,its officers,directors,employees and subconsultants (collectively,Provider)against all damages,liabilities or costs,including reasonable attorney’s fees and defense costs in connection with the Project,to the extent caused by the City’s negligent acts or the negligent acts of anyone for whom the City is legally liable.Neither the City nor the Provider shall be obligated to indemnify the other party in any matter whatsoever for the other party’s own negligence.The Provider shall not be liable for any loss of profit,loss of business or any incidental, special, indirect or consequential losses. IX.TERMINATION OF AGREEMENT Either party may terminate this Agreement without cause upon fifteen (15)days’notice in writing. If either party breaches this Agreement,the non-defaulting party may terminate this Agreement after giving seven (7)days’notice to remedy the breach.On termination of this Agreement,the City shall forthwith pay Provider for the services performed to the date of termination and all finished or unfinished documents,data surveys,studies,drawings,maps,models,reports or photographs shall become, at the City’s option, its property. X.GENERAL CONDITIONS A.Non-discrimination.Provider shall not,in the performance of this Agreement,discriminate or permit discrimination in violation of federal or state laws or local ordinances because of race,color,creed,religion,sex,marital status,sexual orientation,gender identity,age,or 5 Revised: 03/08/2021 disability as recognized under 42 USCS 12101 et seq.and Omaha Municipal Code section 13-89,race,color,creed,religion,sex,marital status,sexual orientation,gender identity, national origin, age, or disability. B.Captions.Captions used in this Agreement are for convenience and are not used in the construction of this Agreement. C.Applicable Laws.Parties to this Agreement shall conform with all existing and applicable City ordinances,resolutions,state laws,federal laws,and existing and applicable rules and regulations. Nebraska law will govern the terms and the performance under this Agreement. D.Interest of the City.Pursuant to Section 8.05 of the Home Rule Charter,no elected official or any officer or employee of the City shall have a financial interest,direct or indirect,in any City Agreement.Any violation of this section with the knowledge of the person or corporation contracting with the City shall render the Agreement voidable by the Mayor or Council. E.Interest of the Provider.The Provider covenants that he presently has no interest and shall not acquire any interest,direct or indirect,which would conflict with the performance of services required to be performed under this Agreement;he further covenants that in the performance of this Agreement, no person having any such interest shall be employed. F.Authorization to Proceed.Execution of this AGREEMENT by City will be authorization for Provider to proceed with the work, unless otherwise provided for in this AGREEMENT. G.Force Majeure.Provider is not responsible for damages or delay in performance caused by acts of God,strikes,lockouts,accidents,or other events beyond the control of Provider.In any such event, Provider ’s contract price and schedule shall be equitably adjusted. H.Intellectual Property.City acknowledges and agrees that in the performance of the development service,Provider may utilize its proprietary data,concepts,methods,techniques, processes,protocols,ideas,inventions,know-how,trade secrets,algorithm,software,works of authorship,software and hardware architecture,databases,tools,other background technologies and standards of judgment that Provider developed or licensed from third parties prior to the Effective Date (the “Pre-Existing Technology”). Subject to the terms and conditions of this AGREEMENT,Provider hereby grants to City a non-exclusive,non-transferable,royalty-free license under Provider ’s Intellectual Property Rights to utilize the Pre-Existing Technology for the purpose of the City Project. City shall not,and shall not allow any third party to:(i)modify or otherwise create derivative works of the Pre-Existing Technology;(ii)use the Pre-Existing Technology for any other purpose,other than the City Project;(iii)make,have made,use,reproduce,license,display, perform,distribute,sell,offer for sale,service,support,or import any product that incorporates,embodies and/or is based upon the Pre-Existing Technology;(iv)sublicense, 6 Revised: 03/08/2021 distribute or otherwise transfer to a third party any of the Pre-Existing Technology by itself or as incorporated into software or hardware;or (v)reverse engineer,disassemble,decompile or attempt to derive the source code or underlying ideas or algorithms of the Pre-Existing Technology. Any additional use of the Pre-Existing Technology shall require a separate written license agreement. I.Suspension,Delay,or Interruption of Work.City may suspend,delay,or interrupt the Services of Provider for the convenience of City.In such event,Provider's contract price and schedule shall be equitably adjusted. J.No Third Party Beneficiaries.This Agreement gives no rights or benefits to anyone other than City and Provider and has no third- party beneficiaries. K.Merger.This Agreement shall not be merged into any other oral or written agreement,lease, or deed of any type. This is the complete and full Agreement of the parties. L.Modification.This Agreement contains the entire Agreement of the parties.No representations were made or relied upon by either party other than those that are expressly set forth herein.No agent,employee,or other representative of either party is empowered to alter any of the terms hereof unless done in writing and signed by an authorized officer of the respective parties. M.Assignment.The Provider may not assign its rights under this Agreement without the express prior written consent of the City. N.Strict Compliance.All provisions of this Agreement and each and every document that shall be attached shall be strictly complied with as written,and no substitution or change shall be made except upon written direction from authorized representative. O.LB 403 Contract Provisions.-NEW EMPLOYEE WORK ELIGIBILITY STATUS -The Contractor is required and hereby agrees to use a federal immigration verification system to determine the work eligibility status of new employees physically performing service within the State of Nebraska.A federal immigration verification system means the electronic verification of the work authorization program authorized by the Illegal Immigration Reform and Immigrant Responsibility Act of 1996,8 U.S.C.1324a,known as the E-Verify Program, or an equivalent federal program designated by the United States Department of Homeland Security or other federal agency authorized to verify the work eligibility status of a newly hired employee. If the Contractor is an individual or sole proprietorship,the following applies:1.The Contractor must complete the United States Citizenship Attestation Form,available on the Department of Administrative Services website at www.das.state.ne.us 2.If the Contractor indicates on such attestation form that he or she is a qualified alien,the Contractor agrees to provide the US Citizenship and Immigration Services documentation required to verify the Contractor ’s lawful presence in the United States using the Systematic Alien Verification for Entitlements (SAVE)Program.3.The Contractor understands and agrees that lawful presence 7 Revised: 03/08/2021 in the United States is required and the Contractor may be disqualified or the contract terminated if such lawful presence cannot be verified as required by Neb. Rev. Stat. §4-108. P.Certificate of Authorization.If this Agreement contemplates the performance of professional architecture or engineering work by the Provider,the Provider shall provide to the City,and maintain in good standing,a current Certificate of Authorization from the State of Nebraska as required by Neb. Rev. Stat. section 81-3436. Q.Debarment or suspension by any federal agency.(This section applies if any part of this Agreement is funded by a federal agency.)Office of Management and Budget (OMB)guidelines require that any individual or entity that has been placed on the Excluded Parties List System (“EPLS”-available for review through www.sam.gov)may not be a participant in a federal agency transaction that is a covered transaction or act as a principal of a person participating in one of those covered transactions.These guidelines apply to covered transactions under a grant from any federal agency for which a recipient expects to receive reimbursement for expenditures incurred or an advance on future expenditures. The Contractor providing goods and/or services to the City of Omaha certifies,by acceptance and execution of this Agreement,that neither it nor its principals are presently debarred, suspended,proposed for debarment,declared ineligible,or voluntarily excluded from participation in this transaction by any federal department or agency.The Contractor further agrees,by accepting and executing this Agreement,that it will include this clause without modification in all lower tier transactions,solicitations,proposals,contracts,and subcontracts.Where the Contractor or any lower tier participant is unable to certify this statement, it shall attach an explanation to this Agreement. R.Contract Compliance Ordinance No. 35344, Section 10-192 Equal Employment Opportunity Clause. During the performance of this contract, the Contractor agrees as follows: 1)The Contractor shall not discriminate against any employee or applicant for employment because of race,color,creed,religion,sex,marital status,sexual orientation,gender identity,national origin,age,or disability.The Contractor shall ensure that applicants are employed and that employees are treated during employment without regard to their race, color,creed,religion,sex,marital status,sexual orientation,gender identity,national origin,age,or disability.As used herein,the word “treated”shall mean and include, without limitation,the following:recruited,whether by advertising or by other means; compensated;selected for training,including apprenticeship;promoted;upgraded; demoted;downgraded;transferred;laid off;and terminated.The Contractor agrees to and shall post in conspicuous places,available to employees and applicants for employment, notices to be provided by the contracting officers setting forth the provisions of this nondiscrimination clause. 2)The Contractor shall,in all solicitations or advertisements for employees placed by or on behalf of the Contractor,state that all qualified applicants will receive consideration for employment without regard to race,color,creed,religion,sex,marital status,sexual 8 Revised: 03/08/2021 orientation, gender identity, national origin, age, or disability. 3)The Contractor shall send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding a notice advising the labor union or worker ’s representative of the Contractor ’s commitments under the Equal Employment Opportunity Clause of the City and shall post copies of the notice in conspicuous places available to employees and applications for employment. 4)The Contractor shall furnish to the Human Rights and Relations Director all Federal forms containing the information and reports required by the Federal government for Federal contracts under Federal rules and regulations,and including the information required by Sections 10-192 to 10-194,inclusive,and shall permit reasonable access to his records.Records accessible to the Human Rights and Relations Director shall be those which are related to Paragraphs (1) through (7)of this subsection and only after reasonable notice is given the Contractor.The purpose for this provision is to provide for investigation to ascertain compliance with the program provided for herein. 5)The Contractor shall take such actions with respect to any subcontractor as the City may direct as a means of enforcing provisions of Paragraphs (1)through (7)herein,including penalties and sanctions for noncompliance;however,in the event the Contractor becomes involved in or is threatened with litigation as the result of such directions by the City,the City will enter into such litigation as necessary to protect the interests of the City and to effectuate the provisions of this division;and in the case of contracts receiving Federal assistance,the Contractor or the City may request the United States to enter into such litigation to protect the interests of the United States. 6)The Contractor shall file and shall cause his subcontractors,if any,to file compliance reports with the Contractor in the same form and to the same extent as required by the Federal government for Federal contracts under Federal rules and regulations.Such compliance reports shall be filed with the Human Rights and Relations Director. Compliance reports filed at such times as directed shall contain information as to the employment practices,policies,programs and statistics of the Contractor and his subcontractors. 7)The Contractor shall include the provisions of Paragraphs (1)through (7)of this Section, “Equal Employment Opportunity Clause”,and Section 10-193 in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor. S.Conflict. In the event of any conflict between this Agreement and any of the exhibits attached hereto, the terms of this Agreement shall take precedence. 9 Revised: 03/08/2021 EXHIBIT “A” RESERVED EXHIBIT “B” SCOPE OF SERVICES Page 1 of 3 Pages Exhibit “B” Scope of Services Project Description: This project involves the replacement of the existing primary clarifiers sludge and scum pumps at the City’s Papillion Creek Water Resource Recovery Facility (PCWRRF). In general, the project objectives are: ·In-kind replacement of the eight (8) existing primary sludge pumps and four (4) primary scum pumps, ·Replacement of the existing suction and discharge piping headers for all sludge and scum pumps, ·Upgrade of the existing lighting fixtures with the sludge pumping station to LED fixtures, ·No modifications to existing rooms, electrical, controls, plumbing, or HVAC systems are anticipated. The scope of services to be provided by JEO generally include the following: ·preparation of drawings and technical specifications ·preparing construction cost estimates, ·assisting the City in obtaining bids for the Project, and ·Performing other required tasks as described in detail hereinafter. Scope of Services A. Project Management: 1. Coordination of design disciplines including facilitating communication and transfer of documents both internally and externally. a. Provide timely and coordinated communication to and from the Owner for requests for information, providing progress updates, scheduling meetings, and receiving and providing feedback. b. Preparation of a design schedule. c. Provide oversight to ensure scope of services and schedule are met. d. Work with disciplines to identify potential risks and how to mitigate those risks. e. Review billed hours by project team and prepare invoice statements for Owner. B. Preliminary Design Phase: 1. Conduct a kick-off meeting with Owner to review the scope and schedule for the project. Conduct a site visit with operations staff while onsite. 2. Review the existing record drawings and specifications from the original construction of the sludge pump station. Conduct site visit(s), as necessary. 3. Prepare pump hydraulic calculations for the various operational scenarios to confirm operating ranges for proposed pumps. 4. Coordinate with local manufacturer representative of Moyno pumps. 5. Conduct a review of the electrical system for the sludge pumping station and determine the extent of demolition necessary for the project. It is assumed the electrical demolition extents will not extend beyond the local disconnect. 6. Prepare demolition plan, sections and details to illustrate which equipment and piping are to be removed as part of the project. JEO intends to utilize existing PDF files provided by the City as background files for the plan development. 7. Prepare plan and section view drawings for the proposed pumping equipment and associated process piping within the lower level of each sludge pumping station. Page 2 of 3 Pages 8. Prepare a construction phasing plan designed to minimize disruption to the unit processes (only 1 pump can be taken offline at a time). 9. Prepare a preliminary opinion of probable construction cost for the project. 10. Create a 30% plan set that includes a title sheet, location map, demolition plan/sections, equipment and piping plan/sections. 11. Conduct an internal 30% QA/QC of the preliminary plans. 12. Submit the preliminary plans to the City for review and conduct a 30% review/plan-in-hand walkthrough with City staff. C. Final Design Phase: 1. Revise design plans following receipt of 30% review comments from internal QA/QC and comments from Owner’s representatives. 2. Prepare design plans for the electrical system changes necessary to power the proposed equipment and upgrade the existing lighting fixtures to LED. 3. Prepare structural calculations, plan, section, and details for modification to the pump pads and pipe supports. 4. Create a 60% plan set that includes revisions from 30% plans and additional drawing sheets illustrating electrical design, structural design and more detail on the process drawing sheets. Conduct an internal 60% QA/QC of the plan set. Revise design based on 60% review comments received. 5. Review front-end bidding / contract documents provided by the City and incorporate into overall specifications. 6. Develop and write technical specifications for those portions of the project not covered by the City’s Standard Specifications. 7. Prepare a final opinion of probable construction cost for the Project. 8. Create a 90% plan and specification set. Conduct an internal 90% QA/QC review of the plan and specification set. 9. Conduct a 90% review with City of Omaha staff of the plans, opinion of probable cost, technical specifications, bidding documents, and contract documents. 10. Revise design plans following receipt of 90% review comments from internal QA/QC and comments from Owner’s representatives. Create final plan set and sign and seal by an engineer registered in the State of Nebraska. D. Bidding and Negotiation Phase: 1. Provide the City with copies of the sealed Contract Documents for printing and distribution. 2. Attend a pre-bid meeting to address questions from potential bidders. 3. Respond to inquiries from prospective bidders and prepare and issue any addenda required. 4. Analyze construction bids and provide a written recommendation of award along with any supporting documentation to advise and assist the Owner in award of a construction contract. Project Schedule: A. Preliminary Design Phase ............................................................................. 60 days from Notice to Proceed B. Final Design Phase................................................................ 60 days from Acceptance of Preliminary Design C. Bidding and Negotiation Phase..................................................................................................................TBD D. Construction Administration Phase................................................................................................................TBD Page 3 of 3 Pages Meetings Included in Scope: A. Preliminary Design: 1. Kickoff meeting 2. 30% PIH review meeting B. Final Design: 1. 90% review meeting C. Bidding and Negotiation Phase: 1. Pre-bid meeting Key Assumptions: A. City will provide original drawings for plan production backgrounds B. No major modifications to the electrical and controls systems are planned. It is assumed the electrical and control modifications will be limited to the system from the replacement pump to the local disconnect. C. No NDEE Construction Permit to be obtained (in-kind replacement only) Additional Services Not Provided within Scope of Services: A. Topographic survey. B. Design of any architectural room modifications. C. Design of any electrical upgrades beyond the local power disconnect for each pump. D. Design of any plumbing or HVAC upgrades. E. Design of any control system upgrades. F. Permitting assistance. G. Construction administration and/or on-site RPR inspections of Contractor’s daily work H. Meetings not outlined above. EXHIBIT “C” BREAKDOWN OF COST PCWRRF Primary Clarifier Sludge Pumping Improvements OPW 54429 JEO #221527.00 Structural Admin QA/QC PM PE EI CAD Sr. PE PE/CAD PE Clerical $ 250.00 $ 220.00 $ 165.00 $ 120.00 $ 165.00 $ 255.00 $ 175.00 $ 205.00 $ 90.00 Task A: Project Management 1 Cordination with City and Design Team 9,520.00$ 48 40 8 Total Task Hours 48 0 40 0 0 0 0 0 0 8 Total Task Fee 9,524.00$ -$ 8,800.00$ -$ -$ -$ 4.00$ -$ -$ 720.00$ Task B: Preliminary Design Phase 1 Review existing plans, specs and other data 2,630.00$ 18 8 8 2 2 Vendor Coordination and Research 1,010.00$ 6 4 2 3 Pump hydraulics review and selection 2,160.00$ 14 12 2 4 Prelim Electrical System Review 1,825.00$ 12 1 2 4 5 6 Prepare Demo Plan/Sections/Details 3,690.00$ 24 2 6 16 6 Prepare Equipment Layout, Piping Plans 6,240.00$ 40 8 8 24 7 Constructiton Phasing Plan 900.00$ 6 4 2 8 Prepare OPC 1,970.00$ 14 4 8 2 9 Create 30% Plan Set 3,780.00$ 24 4 4 16 10 Conduct 30% QAQC Review 1,430.00$ 6 4 1 1 11 Site Visit 2,900.00$ 18 4 4 4 4 2 Total Task Hours 174 4 4 51 32 56 3 15 0 9 Total Task Fee 27,575.00$ 1,000.00$ 880.00$ 8,415.00$ 3,840.00$ 9,240.00$ 765.00$ 2,625.00$ -$ 810.00$ Task C: Final Design Phase 1 Update Plans based on comments 6,390.00$ 42 6 12 24 2 Electrical Plan 5,040.00$ 28 2 2 24 3 Structural Calcs/Details 3,615.00$ 19 2 5 12 4 Prepare 60% Plan and QC 7,005.00$ 37 4 5 10 4 12 2 5 Front-end Specs 3,240.00$ 24 8 16 6 Technical Specs 12,820.00$ 83 40 24 4 6 4 5 7 Update OPC 1,250.00$ 8 4 2 2 8 Prepare 90% Plans and internal QC 8,725.00$ 45 4 5 10 8 16 2 9 90% Review Meeting with City 2,900.00$ 18 4 4 4 4 2 10 Finalize Plans 1,750.00$ 10 2 4 2 2 Total Task Hours 314 8 4 78 58 53 18 66 22 7 Total Task Fee 52,735.00$ 2,000.00$ 880.00$ 12,870.00$ 6,960.00$ 8,745.00$ 4,590.00$ 11,550.00$ 4,510.00$ 630.00$ Task D: Bidding and Negotiation Phase 1 Document Distribution 2,340.00$ 16 8 4 4 2 Attend Pre-Bid Meeting 1,560.00$ 8 4 2 2 3 Respond to Inquires and Issue Addenda 4,810.00$ 30 12 8 4 2 4 4 Analyze Bid and Provide Recommendation 1,320.00$ 10 4 4 2 Total Task Hours 64 0 4 26 12 8 2 6 0 6 Total Task Fee 10,030.00$ -$ 880.00$ 4,290.00$ 1,440.00$ 1,320.00$ 510.00$ 1,050.00$ -$ 540.00$ Total Project Hours 600 12 52 155 102 117 23 87 22 30 Total Project Fee 99,864.00$ 3,000.00$ 11,440.00$ 25,575.00$ 12,240.00$ 19,305.00$ 5,869.00$ 15,225.00$ 4,510.00$ 2,700.00$ Exhibit "C" WIG Staff Electrical Staff Total Task Fee Estimate Total SubTask Fee Estimate Total Task Hours Total SubTask Hours