Loading...
HomeMy WebLinkAboutResolution - 2019-R0411 - Amendment 1 with Kimley-Horn and Associates - 11_19_2019Resolution No. 2019-RO411 Item No. 6.12 November 19, 2019 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Amendment No. I to Contract No. 13877 dated December 18, 2017, for professional services for the South Lubbock Sanitary Sewer Extension Phase 3, by and between the City of Lubbock and Kimley-Horn and Associates, Inc., of North Carolina, and related documents. Said Amendment is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on November 19, 2019 DANIEL M. POPVYOR, ATTEST: Reb ca Garza, City Secretar APPROVED AS TO CONTENT: Michael G. Keenum, P.E., Division Director of Engineering/City Engineer APPROVED AS TO FORM: K Ili Leisure, Assistant City Attorney ccdocs.:RES.Amend I to Contract 13877 October 21, 2019 Resolution No. 2019-RO411 Amendment I To Agreement Between The City of Lubbock, TX And Kimley-Horn and Associates, Inc. THIS IS THE FIRST AMENDMENT TO THE AGREEMENT, Contract No. 13877 dated and entered into the 18th day of December 2017 by and between the City of Lubbock ("City") and Kimley-Horn and Associates, Inc. ("Engineer"), a North Carolina Corporation, for providing professional services for the South Lubbock Sanitary Sewer Extension Phase 3 ("Project"). WFI NESSETH: WHEREAS, now the City desires to revise the scope of services to Contract No, 13877 to include the provision of bidding and construction contract administration services. The details of work to be performed are fully described in the Scope of Work, Exhibit "A", and set forth as fully incorporated herein. Compensation for the additional services set forth in Exhibit "A" shall not exceed $132,300 and are to be billed at such rates as set forth in the Budget Summary set forth in Exhibit "B". Time of completion for the additional services shall not exceed more than 600 days. WHEREAS, all other portions of the original Agreement shall remain in place and are not altered by this amendment. NOW, THEREFORE, the City and the Engineer agree to the terms of this FIRST AMENDMENT: IN WITNESS HEREOF, the parties have executed this Agreement as of this 121h day of November 2019. CITY OF LUBBOCK U.I.- Daniel M. Pope, Mayor ATTEST: ADA &0,4 eb ca Garza, City Secret ry Page I of 2 APPROVED AS TO CONTENT: 114� 4420.�� Michael Keenum, P.E., Division Director of Engineering/City Engineer n Turpin, P.�iXant City Engineer/Capital Projects and Design APPROVEM S TO FORM: rOTLAPPt Leisure, Assistant City Attorney Kimley-Horn and Associates, Inc. By: . Allif J 1Y.111- -JMpdScott R. Arnold, P.E., Assistant Secretary Page 2 of 2 Exhibit A to Amendment Number 1, dated .2019. Proiect Understanding Amendment Number 1 is for Construction Contract Administration Services relating to the construction of Phase 3 of the South Lubbock Sanitary Sewer Extension project. The limits of the Project are Quaker Avenue to Chicago Avenue, The Engineer understands that the City will provide inspection services, and Resident Project Representative services are excluded from this scope of services. Engineer shall perform the following Professional Services: Task 1 — Construction Contract Administration (CCA) Services 1. Pre -Construction Conference. Engineer will prepare for and attend one Pre - Construction Conference prior to commencement of Work at the Site. Visits to Site and Observation of Construction. Engineer will make visits as directed by City in order to observe the progress of the work. This task assumes 11 site visits. Such observations will not be exhaustive or extend to every aspect of Contractor's work. Observations will to be limited to spot checking, selective measurement, and similar methods of general observation. Based on information obtained during site visits, Engineer will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents, and Engineer will keep City informed of the general progress of the work. Engineer will not supervise, direct, or have control over Contractor's work, nor shall Engineer have authority to stop the Work or have responsibility for the means, methods, techniques, equipment choice and usage, schedules, or procedures of construction selected by Contractor, for safety programs incident to Contractor's work, or for any failure of Contractor to comply with any laws. Engineer does not guarantee the performance of any Contractor and has no responsibility for Contractor's failure to perform its work in accordance with the Contract Documents. 3. Recommendations with Respect to Defective Work. Engineer will recommend to City that Contractor's work be disapproved and rejected while it is in progress if, on the basis of its observations, Engineer believes that such work will not produce a completed Project that generally conforms to the Contract Documents. a. Clarifications and Interpretations. Engineer will respond to up to four Contractor requests for information and issue necessary clarifications and interpretations of the Contract Documents. Any orders authorizing variations from the Contract Documents will be made by City. 5. Change Orders. Engineer may recommend Change Orders to the City and will review and make recommendations related to Change Orders submitted or proposed by the Contractor. This task includes up to three change orders. 6. Shop Drawings and Samples. Engineer will review and approve or take other appropriate action in respect to Shop Drawings and Samples and other data which Contractor is required to submit, but only for conformance with the information given in the Contract Documents. Such review and approvals or other action will not extend to means, methods, techniques, equipment choice and usage, schedules, or procedures of construction or to related safety programs. This task includes up to nine shop drawing reviews. 7. Substitutes and "or -equal." Engineer will evaluate and determine the acceptability of substitute or "or -equal" materials and equipment proposed by Contractor in accordance with the Contract Documents. 8. Inspections and Tests. Engineer may require special inspections or tests of Contractor's work as Engineer deems appropriate and may receive and review certificates of inspections within Engineer's area of responsibility or of tests and approvals required by laws or the Contract Documents. Engineer's review of certificates will be for the purpose of determining that the results certified indicate compliance with the Contract Documents and will not be an independent evaluation that the content or procedures of such inspections, tests, or approvals comply with the requirements of the Contract Documents. Engineer shall be entitled to rely on the results of such tests. 9. Disagreements between City and Contractor. Engineer will, if requested by City, render written decision on all claims of City and Contractor relating to the acceptability of Contractor's work or the interpretation of the requirements of the Contract Documents. In rendering decisions, Engineer shall be fair and not show partiality to City or Contractor and shall not be liable in connection with any decision rendered in good faith. 10. Applications for Payment. Based on its observations and on review of applications for payment and accompanying supporting documentation, Engineer will determine the amounts that Engineer recommends Contractor be paid. Such recommendations of payment will be in writing and will constitute Engineer's representation to City, based on such observations and review, that, to the best of Engineer's knowledge, information and belief, Contractor's work has progressed to the point indicated and that such work -in - progress is generally in accordance with the Contract Documents subject to any qualifications stated in the recommendation. In the case of unit price work, Engineer's recommendations of payment will include determinations of quantities and classifications of Contractor's work, based on observations and measurements of quantities provided with pay requests. By recommending any payment, Engineer shall not thereby be deemed to have represented that its observations to check Contractor's work have been exhaustive, extended to every aspect of Contractor's work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to Engineer in this Agreement. It will also not impose responsibility on Engineer to make any examination to ascertain how or for what purposes Contractor has used the moneys paid on account of the Contract Price, nor to determine that title to any portion of the work in progress, materials, or equipment has passed to City free and clear of any liens, claims, security interests, or encumbrances, nor that there may not be other matters at issue between City and Contractor that might affect the amount that should be paid. 11. Substantial Completion. Engineer will, after notice from Contractor that it considers the Work ready for its intended use, in company with City and Contractor, conduct a site visit to determine if the Work is substantially complete. Work will be considered substantially complete following satisfactory completion of all items with the exception of those identified on a final punch list. 12. Final Notice of Acceptability of the Work. Engineer will conduct a final site visit to determine if the completed Work of Contractor is generally in accordance with the Contract Documents and the final punch list so that Engineer may recommend final payment to Contractor. Accompanying the recommendation for final payment, Engineer shall also provide a notice that the Work is generally in accordance with the Contract Documents to the best of Engineer's knowledge, information, and belief based on the extent of its services and based upon information provided to Engineer. 13. Limitation of Responsibilities. Engineer shall not be responsible for the acts or omissions of any Contractor, or of any of their subcontractors, suppliers, or of any other individual or entity performing or furnishing the Work. Engineer shall not have the authority or responsibility to stop the work of any Contractor. 14. Record Drawings. Prepare project "Record Drawings" based on information provided by the Contractor as to the actual field placement of the work including any changes or deletions. Engineer is not responsible for the accuracy of the information provided by others. Engineer will provide the following deliverables: a. One 22"x34" set of black line Record Drawings b. One set of .PDF file Record Drawings c. One digital file (.kmz or .DWG) of the final alignment. Additional Services Additional services to be performed if authorized by the City, but which are not included in the above -described Scope of Services, are as follows: 1. Resident Project Representative services. 2. Accompanying the City when meeting with the TCEQ, U.S. Environmental Protection Agency, or other regulatory agencies during the course of the Project, beyond those meetings identified above. The Engineer will assist the City on an as -needed basis in preparing compliance schedules, progress reports, and providing general technical support for the City's compliance efforts. 3. Assisting City or Contractor in the defense or prosecution of litigation in connection with or in addition to those services contemplated by this Agreement. Such services, if any, will be furnished by the Engineer on a fee basis negotiated by the respective parties outside of and in addition to this Agreement. 4. Sampling, testing, or analysis beyond that specifically included in the Scope of Services referenced herein above. 5. Preparing applications and supporting documents for government grants, loans, or planning advances, and providing data for detailed applications. 6. Appearing before regulatory agencies or courts as an expert witness in any litigation with third parties or condemnation proceedings arising from the development or construction of the Project, including the preparation of engineering data and reports for assistance to the City. 7. Providing professional services associated with the discovery of any hazardous waste or materials in the project site. 8. Additional meetings beyond those identified in the Scope of Services. 9. Preparation for and attendance to public meetings to discuss the project. 10. Any services not listed in the Scope of Services. Schedule Engineer will provide the Construction Phase Services as indicated in the contract documents regarding Time of Completion. Fee and Billin Engineer will provide the Reimbursable Tasks identified in the Scope of Services on a labor fee plus expense basis total, not to exceed $132,300 for the reimbursable tasks, which includes all reimbursable expenses. The not to exceed amount will not be exceeded without the City's prior written approval and amendment of this Agreement. The reimbursable fee breakdowns below are provided for budgeting purposes only and are not intended to represent a specific budget for each reimbursable task. Engineer reserves the right to reallocate the reimbursable budget among tasks as determined necessary by Engineer. Labor fees will be billed according to the rate schedule shown in the Agreement. Direct reimbursable expenses including express delivery services, fees, and other direct expenses will be billed at 1.10 times cost. An amount will be added to each invoice to cover certain other expenses such as in-house duplicating, local mileage, telephone calls, facsimiles, postage, and word processing. Administrative time related to the project will be billed hourly. Technical use of computers for design, analysis, GIS, and graphics, etc. will be billed at $10.00 per hour. All permitting, application, and similar project fees will be paid directly by the City. Reimbursable fees will be invoiced monthly based on the actual amount of services performed and expenses incurred. Payment of all fees will be due within 30 days of your receipt of the invoice. Kimley»)Horn Task Fee Calculation ProjectGeneral • • Client: City of Lubbock Project: S. Lubbock SS Ext Ph. 3 KHA No: 063126023 PM: Aaron Rader Task Effort Summary Labor: $ 119, 000 Expenses: $ 6,100 Office Exp. $ 7,200 TOTAL. 132,300 cap` c� �g1 . ocQ`oti Q`o�mey`oc�ti�y��� y Date: September 10, 2019 Task Information Number: 1 NameConstruction Phase Svcs Task Mgr: Kenny Friar Task Descriptions: GLC: PS P5 P3 I N5 (Hrs) — Expenses IF) Prepare for and attend Pre -Con Mtg 9 18 27 $ 500 Request for Information (Assume 4) 4 24 36 16 B0 Shop Drawing/Submittal Review (Assume 9) 5 45 45 94.5 Change Orders (Assume 3) 6 18 24 48 Prepare for and attend Site Meetings 30 44 44 118 $ 6.000 (1 per Month for 11 months) Contractor Pay Application Review/Process 6 11 22 22 60.5 General QCIPM1Admin 10 40 20 70 Final Walk Through 10 10 20 Record Drawings 4 18 40 62 Project Closeout 5 10 10 25 Subtotals: 691 229 2391 68 605 $ 5.500 02 SLSS Ph3-BPA Amend 1 Attachment Hourly Breakdown Asm Page 1 of 1 Printed: 2019-09-10, 2:45 PM Resolution No. 2017-RO487 Item No. 6.10 December 18, 2017 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Professional Services Contract No. 13877 for engineer services for the South Lubbock Sanitary Sewer Extension, Phase 3, by and between the City of Lubbock and Kimley-Horn and Associates, Inc., and related documents. Said Contract is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on December_ 18, 20U DANIEL M. POPE, MAYOR -� ATTEST: Rebe ca Garza, City Secretary APPROVED AS TO CONTENT: ,' "&e- L.. Michael G. Keenum, P.E., City Engineer APPROVED AS TO FORM: �c Kelli Leisure, Assistant City Attorney ccdocs/RES.PSC 13$77.South Lubbock Sanitary Sewer Extension, Phase 3 12.05.2017 Resolution No. 2017-RO487 PROFESSIONAL SERVICES AGREEMENT STATE OF TEXAS § COUNTY OF LUBBOCK § This Professional Service Agreement ("Agreement") Contract No. 13877 is entered into this 18th day of December 2017, is by and between the City of Lubbock (the "City"), a Texas home rule municipal corporation, and Kimley Horn and Associates, Inc., (the" Engineer"), a North Carolina corporation. WITNESSETH WHEREAS, The City desires to contract with. the Engineer to provide professional services for South Lubbock Sanitary Sewer Extension, Phase 3, (the "Activities"); and WHEREAS, the Engineer has a professional staff experienced and is qualified to provide professional the Engineer services related to Activities, and will provide the services, as defined below, for the price provided herein, said price stipulated by the City and the Engineer to be a fair and reasonable price; and WHEREAS, the City desires to contract with the Engineer to provide professional services related to the Activities desires to provide the Services related to same. NOW THEREFORE, for and in consideration of the terms, covenants and conditions set forth in this Agreement, the City and the Engineer hereby agree as follows: ARTICLE I. TERM The term of this Agreement commences on the Effective Date and continues without interruption for a term of 730 days. If the Engineer determines that additional time is required to complete the Services, the City Engineer, may , but is not obligated to, in his or her discretion, execute an agreement to grant up to an additional six (6) months of time so long as the amount of the consideration does not increase. An amendment to this Agreement resulting in an increase in the amount of the consideration must be approved by the City acting through its governing body. Page 1 of 10 ARTICLE H. SERVICES AND COMPENSATION A. The Engineer shall conduct all activities, and within such timeframes, as set forth on Exhibit "A", attached hereto (the "Services"). B. The Engineer shall receive as consideration to be paid for the performance of the Services, in an amount not to exceed $606,200, as set forth in Exhibit "B". ARTICLE M. TERMINATION A. General. The City may terminate this Agreement, for any reason or convenience, upon thirty (30) days written notice to the Engineer. In the event this Agreement is so terminated, the City shall only pay the Engineer for services actually performed by the Engineer up to the date the Engineer is deemed to have received notice of termination, as provided herein. B. Termination and Remedies. In the event the Engineer breaches any term and/or provision of this Agreement: the City shall be entitled to exercise any right or remedy available to it by this Agreement, at law, equity, or otherwise, including without limitation, termination of this Agreement and assertion of an action for damages and/or injunctive relief. The exercise of any right or remedy shall not preclude the concurrent or subsequent exercise of any right or remedy and all rights and remedies shall be cumulative. ARTICLE IV. NON - ARBITRATION The City reserves the right to exercise any right or remedy available to it by law, contract, equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in, or related to, this Agreement, this provision shall control. ARTICLE V. REPRESENTATIONS AND WARRANTIES A. Existence. The Engineer is a corporation duly organized, validly existing, and in good standing under the laws of the State of Texas and is qualified to carry on its business in the State of Texas. B. Corporate power. The Engineer has the corporate power to enter into and perform this Agreement and all other activities contemplated hereby. Page 2 of 1D C. Authorization. Execution, delivery, and performance of this Agreement and the activities contemplated hereby have been duly and validly authorized by all the requisite corporate action on the part of the Engineer. This Agreement constitutes legal, valid, and binding obligations of the Engineer and is enforceable in accordance with the terms thereof. D. Engineer. The Engineer maintains a professional staff and employs, as needed, other qualified specialists experienced in providing the Services, and is familiar with all laws, rules, and regulations, both state and federal, including, without limitation the applicable laws, regarding the Activities contemplated hereby. E. Performance. The Engineer will and shall conduct all activities contemplated by this Agreement in accordance with the standard of care, skill and diligence normally provided by a professional person in performance of similar professional services, and comply with all applicable laws, rules, and regulations, both state and federal, relating to professional services, as contemplated hereby. F. Use of Copyrighted Material. The Engineer warrants that any materials provided by the Engineer for use by City pursuant to this Agreement shall not contain any proprietary material owned by any other party that is protected under the Copyright Act or any other law, statute, rule, order, regulation, ordinance or contractual obligation relating to the use or reproduction of materials. The Engineer shall be solely responsible for ensuring that any materials provided by the Engineer pursuant to this Agreement satisfy this requirement and the Engineer agrees to indemnify and hold City harmless from all liability or loss caused to City or to which City is exposed on account of the Engineer's Failure to perform this duty. ARTICLE VI. SCOPE OF WORK The Engineer shall accomplish the following: Professional Services related to the Services, as provided in Exhibit'W', attached hereto and made a part hereof. ARTICLE Vil. INDEPENDENT CONTRACTOR STATUS The Engineer and the City agree that the Engineer shall perform the duties under this Agreement as an independent contractor and shall be considered as independent contractor under this Agreement and/or in its activities hereunder for all purposes. The Engineer has the sole discretion to determine the manner in which the Services are to be performed. During the performance of the Services under this Agreement, the Engineer and the Engineer's employees and/or sub -consultants, will not be considered, for any purpose, employees or agents of the City within the meaning or the application of any federal, state or local law or Page 3 of 10 regulation, including without limitation, laws, rules or regulations regarding or related to unemployment insurance, old age benefits, workers compensation, labor, personal injury or taxes of any kind. ARTICLE VIII. INSURANCE The Engineer shall procure and carry, at its sole cost and expense through the life of this Agreement, except as otherwise provided herein, insurance protection as hereinafter specified, in form and substance satisfactory to the City, carried with an insurance company authorized to transact business in the state of Texas, covering all aspects and risks of loss of all operations in connection with this Agreement, including without limitation, the indemnity obligations set forth herein. The Engineer shall obtain and maintain in full force and effect during the term of this Agreement, and shall cause each approved subcontractor or sub - consultant of the Engineer t to obtain and maintain in full force and effect during the term of this Agreement, commercial general liability, professional liability and automobile liability coverage for non -owned and hired vehicles with insurance carriers admitted to do business in the state of Texas. The insurance companies must carry a Best's Rating of A-VU or better. Except for Professional Liability, the policies will be written on an occurrence basis, subject to the following minimum limits of liability: Commercial General Usability: Per Occurrence Single Limit: $1,000,000 General Aggregate Limit: $2,000,000 Professional Liability: Combined Single Limit: $1,000,000 Automobile Liability: Combined Single Limit for any auto: $1,000,000 Per Occurrence Employer's Liability: Per Occurrence Single Limit: $1,000,000 The Engineer shall further cause any approved subcontractor or sub -consultant to procure and carry, during the term of this Agreement, the insurance coverage required of Engineer herein, including without limitation, Professional Liability coverage, protecting the City against losses caused by the professional negligence of the approved subcontractor or sub -consultant. The City sball be listed as a primary and noncontributory additional insured with respect to the Automobile Liability and Commercial General Liability and shall be granted a waiver of subrogation under those policies. The Engineer shall provide a Certificate of Insurance to the City as evidence of coverage. Page 4 of 10 The Certificate shall provide 30 day's notice of cancellation. A copy of the additional insured endorsement and waiver of subrogation attached to the policy shall be included in the Certificate. The Engineer shall elect to obtain worker's compensation coverage pursuant to Section 406.002 of the Texas Labor Code. Further, the Engineer shall maintain said coverage throughout the term of this Agreement and shall comply with all provisions of Title 5 of the Texas Labor Code to ensure that the Engineer maintains said coverage. The Engineer may maintain Occupational Accident and Disability Insurance in lieu of Worker's Compensation. In either event, the policy trust be endorsed to include a waiver of subrogation in favor of the City. If at any time during the life of the Agreement or any extension hereof, the Engineer fails to maintain the required insurance in full force and effect, the Engineer shall be in breach hereof and all work under the Agreement shall be discontinued immediately. Notwithstanding anything contained herein to the contrary, the professional liability policy shall be maintained at the Engineer's sole cost and expense. The retroactive date shall be no later than the commencement of the performance of this Agreement and the discovery period (possibly through tail coverage) shall be no less than 10 years after the completion of the Services provided for in this Agreement. The provisions of this Article VM shall survive the termination or expiration of this Agreement ARTICLE ix. EWLOYII'IENT OF AGENTS/RETAMMG OF CONSULTANTS The Engineer may employ or retain consultants, contractors, or third parties (any of which are referred to herein as "Sub -consultant"), to perform certain duties of Engineer, as set forth on Exhibit "A", attached hereto, under this Agreement, provided that the City approves the retaining of Sub -consultants. The Engineer is at all tunes responsible to the City to perform the Services as provided in this Agreement and the Engineer is in no event relieved of any obligation under this Agreement upon retainage of any approved Sub -consultant. Any agent and/or Sub -consultant retained and/or employed by the Engineer shall be required by the Engineer to carry, for the protection and benefit of the City and the Engineer and naming said third parties as additional insureds, insurance as described above required to be carried by the Engineer in this Agreement. The Engineer represents that such services are either under applicable value thresholds or are otherwise exempt from notice and/or bid requirements under Texas Law. Page 5 of 10 ARTICLE X. CONFIDENTIALITY The Engineer shall retain all information received from or concerning the City and the City's business in strictest confidence and shall not reveal such information to third parties without prior written consent of the City, unless otherwise required by law. ARTICLE XL I DEYMTY THE ENGINEER SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF LUBBOCK AND ITS ELECTED OFFICIALS, OFFICERS, AGENTS, AND EMPLOYEES FROM ALL SUITS, ACTIONS, LOSSES, DAMAGES, CLAIMS, OR LIABILITY OF ANY KIND, CHARACTER, TYPE, OR DESCRIPTION, INCLUDING WITHOUT LIlv1TITNG THE GENERALITY OF THE FOREGOING, ALL EXPENSES OF LITIGATION, COURT COSTS, AND ATTORNEY'S FEES, FOR INJURY OR DEATH TO ANY PERSON, OR INJURY TO ANY PROPERTY, RECEIVED OR SUSTAINED BY ANY PERSON OR PERSONS OR PROPERTY, TO THE EXTENT ARISING OUT OF, RELATED TO OR OCCASIONED BY, THE NEGLIGENT ACTS OF THE ENGINEER, ITS AGENTS, EMPLOYEES, AND/OR SUBCONSULTANTS, RELATED TO THE PERFORMANCE, OPERATIONS OR OMISSIONS UNDER THIS AGREEMENT AND/OR THE USE OR OCCUPATION OF CITY OWNED PROPERTY. THE INDEMNITY OBLIGATION PROVIDED HEREIN SHALL SURVIVE THE EXPIRATION OR TERMINATION OF THIS AGREEMENT. ARTICLE = COMPLIANCE WITH APPLICABLE LAWS The Engineer shall comply with all applicable federal, state and local laws, statutes, ordinances, rules and regulations relating, in any way, manner or form, to the activities under this Agreement, and any amendments thereto. ARTICLE XIII. NOTICE A. General. Whenever notice from the Engineer to the City or the City to the Engineer is required or permitted by this Agreement and no other method of notice is provided, such notice shall be given by (1) actual delivery of the written notice to the other party by hand (in which case such notice shall be effective upon delivery); (2) facsimile (in which case such notice shall be effective uponn delivery); or (3) by depositing the written notice in the United States snail, properly addressed to the other party at the address provided in this article, registered or certified mail, return receipt requested, in which case such notice shall be effective on the third business day after such notice is so deposited. Page 6 of 10 B. Engineer's Address. The Engineer's address and numbers for the purposes of notice are: KIMI.EY HORN AND ASSOCIATES, INC. Aaron K. Rader, P.E. 13829 Technology Drive Suite A-2 Oklahoma City, Oklahoma 73134 Telephone: 405-241-5454 C. City's Address. The Citys address and numbers for the purposes of notice are: John Turpin, P.E. City of Lubbock P.O. Box 2000 1625 13th Street Lubbock, Texas 79457 Telephone: 806-7752342 D. Change of Address. Either party may change its address or numbers for purposes of notice by giving written notice to the other party as provided herein, referring specifically to this Agreement, and setting forth such new address or numbers. The address or numbers shall become effective on the 15th day after such notice is effective. ARTICLE MY. CITY -PROVIDED DATA AND RESPONS113ELrIUS Provision of Data. The City shall furnish the Engineer non -confidential studies, reports and other available data in the possession of the City pertinent to the Engineer's Services, so long as the City is entitled to rely on such studies, reports and other data for the performance of the Engineer's Services under this Agreement (the "Provided Data 1. The Engineer shall he entitled to use and rely, so long as such reliance is reasonable, upon all such provided Data. ARTICLE XV. bUSCELLANEOUS A. Captions. The captions for the articles and sections in this Agreement are inserted in this Agreement strictly for the parties' convenience in identifying the provisions to this Agreement and shall not be given any effect in construing this Agreement. B. Audit The Engineer sball provide access to its corporate books and records to the City. The City may audit, at its expense and during normal business hours, the Engineer's books and records with respect to this Agreement between the Engineer and the City. Page 7 of 10 C. Records. The Engineer shall maintain records that are necessary to substantiate the services provided by the Engineer. D. Assignability. The Engineer may not assign this Agreement without the prior written approval of the City. E. Successor and Assigns. This Agreement binds and inures to the benefit of the City and the Engineer, and in the case of the City, its respective successors, legal representatives, and assigns, and in the case of the Engineer, its permitted successors and assigns. F. Construction and Venue. THIS AGREEMENT SHALL BE GOVERNED BY AND CONSTRUED IN ACCORDANCE WITHTHE LAWS OF THE STATE OF TEXAS. THIS AGREEMENT IS PERFORMABLE IN LUBBOCK COUNTY, TEXAS. THE PARTIES HERETO HEREBY IRREVOCABLY CONSENT TO THE SOLE AND EXCLUSIVE JURISDICTION AND VENUE OF THE COURTS OF COMPETENT JURISDICTION OF THE STATE OF TEXAS, COUNTY OF LUBBOCK, FOR THE PURPOSES OF ALL LEGAL PROCEEDINGS ARISING OUT OF OR RELATING TO THIS AGREEMENT OR THE ACTIONS THAT ARE CONTEMPLATED HEREBY. G. Severability. If any provision of this Agreement is ever held to be invalid or ineffective by any court of competentjurisdiction with respect to any person or circumstance, the remainder of this Agreement and the application of such provision to persons and/or circumstances other than those with respect to which it is held invalid or ineffective shall not be affected thereby. H. Amendment. No amendment, modification, or alteration of the terms of this Agreement shall be binding unless such amendment, modification, or alteration is in writing, dated subsequent to this Agreement, and duly authorized and executed by the Engineer and the City. I. Entire Agreement This Agreement, including Exhibits "A" through "B" attached hereto, contains the entire agreement between the City and the Engineer, and there are no other written or oral promises, conditions, warranties, or representations relating to or affecting the matters contemplated herein. J. No Joint Enterprise. Nothing contained herein shall be construed to imply a joint venture, joint enterprise, partnership or principal -- agent relationship between the Engineer and the City. Page 8 of 10 K. Documents Owned by City. Any and all documents, drawings and specifications prepared by Engineer as part of the Services hereunder, shall become the property of the City when the Engineer has been compensated as set forth in Article II, above. The Engineer shall make copies of any and all work products for its files. L. Notice of Waiver. A waiver by either the City or the Engineer of a breach of this Agreement must be in writing and duly authorized to be effective. In the event either party shall execute and deliver such waiver, such waiver shall not affect the waiving party's rights with respect to any other or subsequent breach. M. Third Party Activities. Nothing in this Agreement shall be construed to provide any rights or benefits whatsoever to any party other than the City and the Engineer. N. Non -Appropriation. All funds for payment by the City under this Agreement are subject to the availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of funds by the City Council of the City of Lubbock for the services provided under the Agreement, the City will terminate the Agreement, without termination charge or other liability, on the last day of the then - current fiscal year or when the appropriation made for the then -current year for the services covered by this Agreement is spent, whichever event occurs first (the "Non -Appropriation Date"). If at any time funds are not appropriated for the continuance of this Agreement, cancellation shall be accepted by the Engineer on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this Agreement beyond the Non -Appropriation Date. O. No Boycott of Israel. The Engineer warrants that it complies with Chapter 2270, Subtitle F, Title 10 of the Texas Government Code by verifying that: (I) The Engineer does not boycott Israel; and (2) The Engineer will not boycott Israel during the term of the Agreement. REMAINDER OF PAGE LEFT BLANK INTENTIONALLY Page 9 of 10 EXECUTED as of the Effective Date hereof. CITY OF LUBBOCK ATTEST: D , L", —5y— Retie ca Garza, City Secrel4ru APPROVED AS TO CONTENT: A 14 -4-j� p- Michael G. Keenum, P.E., City Engineer ohn Turp n, P gineering CIP and Design Se Manager APPROVED AS TO FORM: Ke li Leisure, Assistant City Attorney DANIEL M. POPE, MAYOR Firm Kimley- aCAss'aces, Inc. By: S i ' t Page 10 of 10 EXMIT "A" Scope of Services for South Lubbock Sanitary Sewer Extension Phase 3 Proiect Understanding This project is identified in the City of Lubbock Wastewater Master Plan, August 2009, as the 130"h Street Gravity Line. Phase I of this project consisted of an extension from the Southeast Water Reclamation Plant to the intersection of 9P St. and Avenue P. Phase 2 of this project consisted of an extension from 98`s Street and University Ave. to 136" St. and Quaker Ave. This Agreement will extend the sanitary sewer line from Quaker Ave. to Frankford Ave. The Final Design of the sanitary sewer extension is based on the approved alignment shown in the attached exhibit. The Scope of Services for future bidding/construction phase services, as recommended by the City of Lubbock, is not included and may be provided as an amendment to this contract. Task I --- Project Management A. Prepare for and conduct monthly progress meetings to monitor the development of the project. Six (6) total meetings in Lubbock are anticipated. B. Prepare and e-mail monthly progress reports to the project team (City, subconsultants (as necessary), and KHA Staff). C. Prepare project correspondence and invoicing documents. D. Coordination with subconsultant and City regarding Land Acquisition of easements. Task 2 — Topographic Survey A. Establish control monuments (3 per mile) with aluminum caps set in concrete with static GPS based on approval from City of Lubbock (this work will be from Quaker Ave. to Frankford Ave.). B. Establish a vertical control for monuments using digital level and City of Lubbock control on NAVD 88/NAD 83. C. Perform a field survey to identify and locate existing topographic elements within the sanitary sewer alignment including, but not limited to the following: a. Property comer monuments b. Existing pavement, curbs, sidewalks, barrier free ramps, etc. c. Roadway and lane striping d. Driveways e. Existing culvert sizes and invert elevations f. Existing driveways and swales g. Utility manholes, vaults, water valves, water meters, telephone poles, power poles, utility markers, other public utilities, and franchise utilities h. Traffic signal poles, cabinets, and other signal equipment i. Signs (excluding temporary signs) j. Trees, including species and caliper Buildings and permanent structures k. Retaining walls 1. Fence limits and material types (excluding temporary fences) ATTACHMENT "A" - 1 OF 9 m. Other applicable physical features that could impact design D. Prepare a right-of-way / easement base map a. The right-of-way / easement base map shall be contained on standard size plan sheets (22"x34") at a scale not smaller than I" = 30', shall be sealed, dated, and signed by a Registered Professional Land Surveyor and shall contain the following: i. Summary sheet listing all parcels to be acquired, property owners, gross area of property, square footage and type of easements, net area of property after acquisition, a column for volume and page of filing, and current volume and page H. Comers of all parcels tied to the centerline iii. Location of all existing property pins iv. Location of all new property pins v. Parcel number vi. Area required vii. Area remaining viii. Current owner ix. Any existing platted easements or easements filed by separate instrument including easements provided by utility companies E. Prepare a final topographic drawing in digital format (including contours and break lines) showing the features located in the field as well as right-of-way base map information, an ASCII coordinate file of the points located in the field, and a hard copy of the coordinates and feature descriptions Task 3 — Final Design F. Geotechnical a. Subsurface Exploration i. Seven (7) bores will be taken to a depth ranging from 15 to SO feet below existing grade to determine subsurface conditions and make recommendations regarding embedment, backfill and excavation parameters. U. Soil samples obtained from the test borings will be identified according to test boring number and depth, and a representative portion of each sample will be sealed in a plastic bag to protect against moisture loss. b. Laboratory Services i. Samples will be transported to the laboratory where they will be examined and visually classified by a Geotechnical Engineer using the AASHTO and Unified Soil Classification System (USCS) in general accordance with ASTM D 2488. To aid in classification of the soils and determination of their selected engineering characteristics, a testing program will be conducted on selected samples in general accordance with the following standards: ATTACHMENT'A" • 2 OF 9 Laboratory Test Test Standard Moisture Content ASTM D 2216 Atterberg Limits ASTM D 4318 Percent Passing No. 200 Sieve ASTM D 1140 c. Engineering Services i. Laboratory test results will be used to classify the soils according to the AASHTO soil classification and also determine the soil and groundwater conditions relative to utility installation. ii. Prepare a geotechnical report that presents the results of the field and laboratory data as well as analyses and recommendations. The data contained in the geotechnical report will be made available to contractors during the bidding process for information purposes only. G. Franchise Utility Coordination a. This agreement includes Subsurface Utility Engineering (SUE) Quality Level C (QUV) which includes QL"D" information supplemented with information obtained by surveying visible above -ground utility features such as valves, hydrants, meters, manhole covers, etc. b. Send notification letters to identified franchise utility companies to obtain their applicable record drawing information. c. Perform conflict analysis based upon information received through topographic survey and franchise utility record drawings. d. Coordination with franchise utility companies on location, protection, and/or relocation of identified utilities. e. The due -diligence provided for this project will consist of reviewing "As -Built" documents available from the City and utility owners. Utilities that are not identified through these efforts will be here forth referred to as "unknown" utilities. Locating and designating these "unknown" utilities outside of the immediate route area is not included in this work. H. Plans a. Prepare engineering plans, specifications, and construction contract documents for project bidding and regulatory approval. Plans will consist of 22"x 34" plan and profile sheets at 1"=40'. The Consultant anticipates preparing approximately 25-35 plan sheets. The Consultant will provide the following information on the plan sheets: i. Civil sheets 1. Cover 2. General project notes I Horizontal and vertical control 4. Plan and profile view 5. Erosion control plan 6. Traffic control plan 7. Pavement repair details 8. Construction details ATTACHMENT "A" - 3 OF 9 I. Contract Documents a. Specifications will include technical specifications for materials and installation of the proposed facilities. The Contract Documents will be based upon the Client's Standard Contract documents. The Client's requirements for Public Works Construction will govern all other specifications. J. Permitting a. Submit plans and specifications to TCEQ for review. b. Assist Client with TxDOT and County permit application by providing required documentation. K. Perform up to four (4) site visits with City Staff to verify existing conditions and proposed design components. L. Submit to the Client 60% complete plans, specifications, contract documents, and OPCC for review and comments. M. Make revisions based on the Client's review of the 60% submittal. N. Submit to the Client 95% complete plans, specifications, contract documents, and OPCC for review and comments. O. Make revisions based on the Client's review of the 95% submittal. P. Submit Final plans, specifications, contract documents, and OPCC to client. Meetings: A. Meet with Client to present 600/c complete plans, specifications, contract documents and an OPCC for this phase of the project. B. Meet with Client to present 95% complete plans, specifications, contract documents and an OPCC for this phase of the project. Deliverables: A. Three (3) copies of 60% complete plans, specifications, contract documents and an OPCC for review and continent. B. Three (3) copies of 95% complete plans, specifications, contract documents and an OPCC for review and comment C. Three (3) copies of final plans, contract documents and OPCC ATTACHMENT W - 4 OF 9 Task 4 — Land Acquisition Services Provide services necessary to acquire rights -of -way in a form acceptable to the Client. Services will be provided in accordance with HB 1495 — The Land Owner's Bill of Rights. The limits of the land acquisition will be from Quaker Avenue to Frankford Avenue (5 parcels are anticipated for land acquisition). Major tasks for land acquisition services and rights -of -way will include the following items. A. Document preparation - Consultant will be responsible for surveys, legal descriptions, and parcel plats required for the acquisition of the necessary rights -of -way. The necessary legal documents will be filed at the Lubbock County Courthouse for acquisition of the necessary rights -of -way. The right-of-way documents will be submitted to the Client for review. B. Title information - Title Policies will be purchased based on the Texas Title Insurance Premium Rates effective at the time of purchase. A premium rate table is attached. Consultant will prepare the necessary title examinations to research and retrieve deeds for affected parcels. Information from the title examination including land owner name, a copy of the warranty deed, and a description of the necessary easement affecting the property will be provided to the Client. A copy of the Title Commitment for each property, including a review of liens or other exceptions, will be provided to the Client. A determination as to the acceptability of the exceptions will be the responsibility of the Client. Any actions required to clear title are outside this scope of services and will be negotiated as additional services if necessary. C. Negotiation - Consultant will provide services relating to right-of-way acquisition. Permission from land owners of affected parcels will be obtained and signed documentation provided to others requiring access to the subject tracts to fulfill specific contractual obligations. If necessary, negotiations for compensation for right -of -entry will be conducted in consultation with the Client. A good faith effort will be made to obtain the necessary rights -of -way through the negotiation process, which will generally consist of no less than three contacts with the property owner or authorized representative. Generally, no more than five contacts will be necessary to either reach an agreement or determine if further negotiations would be non -productive and eminent domain actions necessary. If absentee owners are involved, the negotiations may be conducted via telephone, fax, or by mail. If the schedule for acquisition of the right-of-way or other factors arises, which make it expedient, travel outside of the project area to meet with the absentee owners may be desirable. If such events arise, the travel must be specifically authorized by the Client. If such travel is authorized the expenses involved including the agents time will be considered as additional services. The initial offer made to the property owner will be based on the value approved as previously discussed in No. I and 2 above. All counter-offers by the property owner along with recommendations will be presented to the Client for their consideration. Meetings will be held with appropriate Client staff or the City Council as necessary to present negotiation information. Meetings with the City Council will be held as scheduled for regular and special sessions. The Client must approve such counter offers prior to authorizing any requested changes. All monetary offers made to the property owners will be within the limits authorized by the ATTACHMENT W - 5 OF 9 Client in the various stages of the negotiation. After reaching an agreement with the landowner on the consideration and all other terms of the transaction, a Memorandum of Agreement (MIA) executed by the property owner will be forwarded to the Client for ratification. This MIA will set forth the compensation and any other terms and conditions agreed upon. The Client will be responsible for obtaining the ratification and for returning the ratified MIA. The document will then be signed and recorded at the Lubbock County Courthouse. The payment to the property owner and the closing procedures will be in compliance with the procedures defined in No. 7, Closing Procedures, below. In the event these good faith efforts fail to produce a satisfactorily negotiated agreement, Consultant will recommend the Client use the power of Eminent Domain to acquire the right-of-way. Services for this task will be compensated on a per man day not -to -exceed basis. Services relating to actions involving Eminent Domain are not included in this scope of services and must be authorized by the Client as additional services. D. Title review for oil and gas leases and severed mineral rights - A review of the Title Commitment will be performed to ascertain if any outstanding oil and gas leases are effective and valid for each parcel. Consultant will also review Title Commitment in an attempt to discover whether property has all minerals severed. Consultant will notify the Client of such situations and work with the Client to minimize liability or exposure. E. Closing procedures - Consultant will coordinate contacts with the Client and Title Company to deliver payments to the property owner and record the documents. The documents will be returned to the Client after recording at the Lubbock County Courthouse. ATTACHMENT W - 6 OF 9 Additional Services/Future Tasks Additional services to be performed if authorized by the City, but which are not included in the above -described Scope of Services, are as follows: A. Update to the City's GIS data or maps; B. Water line or other City owned utility design; C. Bidding and Construction phase services; D. Update to the land use plan; E. Perform condition assessment on any existing sanitary sewer line including flow monitoring; F. Preparation of platting documents and/or real property survey for site acquisition; G. Permitting, application, and similar project fees; H. Accompanying the City when meeting with the TCEQ, U.S. Environmental Protection Agency, or other regulatory agencies during the course of the Project, beyond those meetings identified above. The Engineer will assist the City on an as -needed basis in preparing compliance schedules, progress reports, and providing general technical support for the Client's compliance efforts; I. Assisting City or Contractor in the defense or prosecution of litigation in connection with or in addition to those services contemplated by this Agreement. Such services, if any, will be furnished by the Engineer on a fee basis negotiated by the respective parties outside of and in addition to this Agreement; J. Sampling, testing, or analysis beyond that specifically included in the Scope of Services referenced herein above; K. Preparing applications and supporting documents for government grants, loans, or planning advances, and providing data for detailed applications; L. Appearing before regulatory agencies or courts as an expert witness in any litigation with third parties or condemnation proceedings arising from the development or construction of the Project, including the preparation of engineering data and reports for assistance to the City; M. Providing professional services associated with the discovery of any hazardous waste or materials in the project site; N. Additional meetings beyond those identified in the Scope of Services; O. Preparation for and attendance to public meetings to discuss the project; and P. Any services not listed in the Scope of Services. AMCHMENT "A' - 7 OF 9 Schedule Engineer will provide the Services as expeditiously as practicable to meet the described schedule. a Final Design — 6 months upon notice to proceed. Fee and Billing Engineer will provide the Reimbursable Tasks identified in the Scope of Services and shown in the Table below on a labor fee plus expense basis total, not to exceed $606,200 for the reimbursable tasks, which includes all reimbursable expenses. The not to exceed amount will not be exceeded without the client's prior written approval and amendment of this Agreement. The reimbursable fee breakdowns below are provided for budgeting purposes only and are not intended to represent a specific budget for each reimbursable task. Engineer reserves the right to reallocate the reimbursable budget among tasks as determined necessary by Engineer and approved by City's representative. Labor fees will be billed according to the attached rate schedule. Direct reimbursable expenses including express delivery services, fees, and other direct expenses will be billed at 1.10 times cost. An office expense amount will be added to each invoice to cover certain other expenses such as in-house duplicating, local mileage, telephone calls, facsimiles, postage, and word processing. Reimbursable fees will be invoiced monthly based on the actual amount of services performed and expenses incurred. Payment of all fees will be due within 30 days of your receipt of the invoice. Section I Task: Task Fee: 1. Project Management $66,200 2. Topographic Survey $157,400 3. Final Design $349,900 4. Land Acq iisition $32,700 Total Reimbursable Fee: $606,200 A77ACHM5NT "A" - 8 OP 9 Kimley-Horn and Associates, Inc. Standard Rate Schedule (Hourly Rate) Senior Professional 1....................................................................... $240 - $255 Senior Professional II ..................................................................... $170 - $245 Professional.................................................................................... $155 - $185 Senior Technical Support ............................................................... $115 - $185 TechnicalSupport.......................................................................... $70 - $100 Analyst........................................................................................... $100 - $155 SupportStaff...................................,.............................................. $75 - $ 110 Effective July 2017 ATTACHMENT "A" - 9 OF 9 Kimsey)*Horn Project Fee Calculation a • Client: City of Lubbock Project: SLSSE Phase 3 KHA No. TBD PM. Aaron Rader EXHIBIT B-1 Budget Summary Dale: Nov 13, 2017 Pee Type: • CP r Fix Mutt Expense Mult: 1.10 r' Schedule: LUB Office Exp W 4.6% No. Task Name Hours Labor Fxp-erises Office Subtotal 100 200 300 _ 000 Pr eat Management _ , Togo Sury HRA Final Design Land Acquisition HRA� 223 $ 47,500 $ 16,500 $ 2200, $ 85 200 _ - $ 157.400 $ 157,4D0 $ 349,9DD $ 32 700 1, 303 $ 292,50D $ 43,900 $ 32,700 $ 13,5D0 TOTALS:J 1,526 $ 340,000 $ 250,500 $ 15,700 $ 606,205 Kim ep Horn EXHIBIT B-1 Task Fee Calculation Data, November 13. 2017 Project Client City of Lubbock Labor: $ 47.500 Number - 100 Project: SLSSE Phase 3 Expenses: $ 16,600 Name: Project Management KHA No: TBD Office Ex $ 2,200 Task Mgr: Garrett Putman PM: Aaron Rader DAL: ,200 Task Descrl ona: GLC IRS PSI P31(Hra) t.xpenses i 6 monthly progress meetings Uacumenl for meek s Coordinate vnth,supconsullants Prepare monthly progress reports t:leclronicfile setup _ 24 48 Al — _ — 120 12 18 1 'i $ 15,O00 — - — - 12 0 8 12 12 Pro act Aftnlatratlon _Carras^andence - -! Involctng 15 B 1-21 JSu Iota 231 74 14 4 15,000 Kim ey>>> Horn EXHIBIT B-1 Task Fee Calculation Data: November 13, 2D17 Project InformatiDn• r Client: City of Lubbock Labor: $ - Number. 200 Project: SLSSE Phase 3 Expenses: $ 167,400 Name: Topo Survey (HRA) KHA No: T80 Office Ex : $ Task Mgr. Garrett Putman PM: Aaron Rader T : I is, Kim ey * Horn EXHIBIT B_, cask Fee Calculation Date: November 13, 2017 General r1roject InfDTmation Task Information Client: C4 of Lubbock labor: $ 292,500 Number: 306 Project SLSSE Phase 3 Expenses: $ 43,900 Name: Final Design KHA No: THD Office Expi: $ 13,500 Task Mgr Garrett Putman PM: Aaron Rader TOTAL: 349,900 Task Descriptions: GLC PS PI I PS NO (Hn) Expenses(s) Geotechnlcal Engineering See PaveTex tea breakdown attached 24 12 60 ZO B0 32 S 11,869 $ 6A00 + Reduce survey data Confirm survv information Franchise Utility Coordination Data Collection Send notifrcalion letter Conflict snalysislexhibil Coordination wilh ulllilp compsnles Plan Sheets General Shoals (Cover. Cantroiietc) ry_ General Pra�ect Notes_ - - 6 10 50 20 30 20 30 - -- 50 8 ' f0 21 2 8 Plan and Profile Erosion Control Ian 25 120 101 240 _ ------- 385 30 40 Traffle Control Plan sheets 2 201 15 1 70 30 - 20 "30 92 Pavement repair details _ Detalls Contract Documents Font end documents Technical i ecications _ Coordinate with contractors_ for cost end conslnidablilly issues 47 _ 7 w..85 34 30 10 5 20 40 20 60% OPEC 90% OPCC �— - _Final OPCC 1 f 5 - 5 10 10 1$ I 5 10 16 Permitting (TCEO and TXI]O Site Visits (4 visits) _DA{QC Review Address Comments +- 60% and 95% Plan Submittal Meating Deliverables 60% Plans 95% Plans _ _ Final Plans 4 . 8 _ - - 12 $ 10,000 S 9,000 S _ 75_0 3 750 $ 1,500� IG 32 32 Go _ 4 _ - - - 60 15 25 -- 1100 36 - 12 12 1 12 5 _ - -- 10 1 5 4 10 1 5 4 10 _ LL, Su Iota s 8 402 779 39.889 Kim eyl Horn EXHIBIT S4 Task Fee Calculation Date: November 13, 2017 ProjectGpncral • •n Task InforMation Client City of Lubbock Labor: $ - Number: 40a Project: SLSSfE Phase 3 Expenses: $ 32,700 Name: Land Acquisition (HRA) KHA No: TBD Office Ex : $ - Task Mgr: Garrett Putman PM. Aaron Rader TOTAL: 32, EXHIBIT B-2 HUGO REED & ASSOCIATES - TOPOGRAPHIC SURVEY SERVICES SOUTH LUBBOCK SANITARY SEWER EXTENSION - PHASE 3 ESTIMATE OF MAN -DAYS, TASKS and EXPENSES Ralw.l Lj I S. 130.00 s 95.00 S _Wp_pT3_§6bbj f 16o.00 L A 1f Task 1 - Project Mana ement Project Meetings (Assume One PerMonth rorThree Months) g 3 B 15 i 01t).00 Review Meettnps - a0%. 60%, 90% end Fhal Reviaw Meetings a 6 1e S 2 300.0D terrol QAJQC prior to submittals 4 e 12 S 1 Do mj , site Visits 4 4 S tl8000 Oe*n Kcho f Meeting 2 2 4 390 00 U6TIty Coord. Nleetkrgn 2 2 ,� reirdnert. Alignment 4 4 15 102D.OD ask 1 - p Probn Man. Subtotal NourelCoataL 67 Is 80liD 00 Task 2 - S Eslabbh Project Horizontal and Vertical Control (Quaker Avenue fa FM1565 d rklordAve.)1 4 9 7A S 571&00 B Ux:lft Section Comers to Reestablish Alignrtronts (Quaker Avenue to FM15a5 S klord Ave.) 4 1.21. 24 40 f 5 92QOO t Permanent Control Monuments (Approx. 3 Nbrwmentsomile, to FM 150) 2 4 5 24 all S 5 61Q00 FM 1 6 6 40 s6 S a 95MOD e 1 1 9 w s ti 180.00 tailed or i "mud Quaker A 1 1 1 4 4 11 S 1 39MOD ter ar 1I 5th and taker venue l 1 1 1 4 4 it S 1 3MOD or 1 and ❑vakr rsacban 1 1 1 e 8 1 f 290AD tailed S of C venue im 1 1 4 4 10 S 1 255.0D �lof Road umsky I a teil[� Avenue # ."jjhjpq ai 5 FM 156S and Frankkxd a 8 S H.akef pogrephicAmptovemnnyent Suof Quaker Avenue northto FM 16 45 (Approx n Crass Sections 1 1 6pographlrAmprovement Survey of proposedmule permal to FM 1555 behveert Avenue and Slide Road A ff Cross Saetiona 3 12 Z4 41 Survey of Me Road north to FM 1565 (Approx_ 50 It n w runs opoprap kMnprovemetd Survey al proposed route parallel to FM 15a5 weal or Ode Hand ft. Appmx. tOD SW 1 1J5 1 7opogrephirJlrnprarerrertt Surrey of prwosed mute around Drainage Basin BMft. A 1W Ft Cos&PE!" 7opograpldcAmpmvements Survey of proposed route from drmnage basin to Aw 100 a EXHIBIT B-2 HUGO REED b ASSOCIATES - TOPOGRAPHIC SURVEY SERVICES SOUTH LUBBOCK SANITARY SEWER EXTENSION - PHASE 3 ES71MATE OF MAN -DAYS, TASKS and EXPENSES Rats: s 150.00 i 130.00 s oo s e5Ao I S fl0W I X WJX 180.00 r I S moment Survey of Chicago Avenue north to FM 1585 (ApprmL a Cross lons 16 20 S 32W,110 movements Survey of proposed route from Chicago Avenue thru Hditre Builnegs Park 50 R 3 opogrephldlmprovemer a Survey of proposed route from HuM nes Business ark sloop fhe rrcrih line of Affordable Slorage to Fr Wdmd Avenue (Appm 5o Secdo"I i 1 2 B is S 1$85100 V ?Mitfimpfowerneft Survey of proposed route along the Fmnkkwd FM 7 Sfaee Evidence of Existing UWides Wudfng Manholes with InveAs, Valves, Gar Vahros, etc (Ones Not Indlude Data Cakrefien for Mom oeated SL ;a FAA Im 1 Lomie icd — 5 e C Lots . Z TenBin Dp of 8 e 4613 B Cfde! Kee 24 20 i l and Reemd fa m:Hmumlco i6 32 Pena M14 i aak 2-Su SuLfotmI5to 3 134,021.00 Subtotal Hours and Cost Subtotal Labor & Basic Services $ 143,071,00 Previous Contract Balance Not g3 need $ _ Net Subtotal Labor & Basic Services $ 143,071.00 EXHIBIT B-3 FEE PROPOSAL GEOTECHNICAL INVESTIGATION PaveTex 12804 County Road 2500 Lubbock TX 79404 PAVETMOk Office (806) 771-7283 Fax (806) 771-7062 Client: Kimley-Horn and Associates, Inc. Project: SLSSE Phase 3 Location: Lubbock Texas Date: November 7, 2017 GeotechnicalInvestigation Fee Ty Estimate Geotech Bode s Per Foot $ 14.00 265 $ 3,710.00 Drill Rig Moillization $ 1,000.00 1 $ 1 000.00 Nil Crew Per Diem $ 240.00 1 $ 240.00 Laboratog Vests Solis Atterber Limits $ 70.00 30 $ 2,100.00 Classificafion of soils Inc washedgrad) $ 75.00 30 $ 2,250.00 Moisture content $ 10.00 30 $ 300.00 Technician ! Engineering Field Technician Hourly $ 59.00 20 $ 1,180.00 Senior Geotech Houri $ 175.00 8 $ 1,050.00 Administrafive/Clerical 1 hr minimum month) $ 59.00 1 $ 59.00 Total $ 11 889.00 EXHIBIT B-4 HUGO REED & ASSOCIATES - LAND ACQUISITION SERVICES SOUTH LUBBOCK SANITARY SEWER EXTENSION - PHASE 3 ESTIMATE OF MAN -DAYS, TASKS and EXPENSES HRA CTHG Man pay Crew Day Man Da TASK DESCRIPTION $ 1,000.00 $ 1,200.00 S 1,600.00 Fee 1 DOCUMENTATION PREPARATION Hugo Reed and Associates, Inc. 4 5 $ 10,000.00 Craig, Terrill, Hale & Grantham, LLP 3 $ 4,800.00 2 TITLE REPORT INFORMATION Craig, Terrill, Hale & Grantham, LLP $ 1,500.00 Individual reports on an'as needed' basis' 3 NEGOTIATION ]Hugo Reed and Associates, Inc. (3 contacts per land owner) 5 $ 5,000.00 TITLE REVIEW FOR OIL & GAS LEASES 4 AND SEVERED MINERAL RIGHTS Craig, Terrill, Hale & Grantham. LLP 3 $ 4,600.00 5 PROJECT MANAGEMENT Hugo Reed and Associates, Inc. 2 $ 2,ODO.00 Craig, Terrill, Hale & Grantham, LLP 1 $ 1.600.00 6 CONDEMNATION - ADDITIONAL SERVICES Fee $ 11,000.00 $ 6,000.00 1 $ 11,200.00 1 $ 29,700.00 Tasking in this spreadsheet is based on preliminary pipeline route prcvided by Kimley-Hom and Associates. Inc. and all associated land acquisition services for 5 parcels. Should a change in route be required or should additional parcels be identified, an amendment to this agreement for out of scope services will be required. 'To be obtained by from a title company of Sub consultants choice at the approximate rate of $300 each, 5 max KAGM_MarketinglLubbackl.SLSSE Ph3%PPP%Subcansu11ant*M%C0L SLSSE Ph3_HRA Land Acquisltlon 2017102a.xls Page I 7