Loading...
HomeMy WebLinkAboutResolution - 2012-R0036 - Contract - Hugo Reed And Associates Inc.- Slide Road Design And Engineering - 01_26_2012Resolution No. 2012--R0036 January 26, 2012 Item No. 5.9 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, a Professional Services Contract for the design and engineering of Slide Road from Marshall Street to US 84, by and between the City of Lubbock and Hugo Reed 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 January 26, 2012 TOM MARTIN, MAYOR ATTEST: 1 eb1 ca Garza, City Secret APPRO'v -ZD AS TO CONTENT: O�— Ili t t 4 Marsha eed, P.E., Chie Operatin Officer W AS TO FORM: , Assistant City Attorney vw:ccdocs/PES.Contract-Hugo Reed & Assoc., Inc. January 5, 2012 Resolution No. 2012—R0036 DESIGN AND ENGINEERING of SLIDE ROAD FROM MARSHALL STREET TO US 84 CITY of LUBBOCK CONTRACT for PROFESSIONAL SERVICES THE STATE OF TEXAS § THE COUNTY OF LUBBOCK § THIS CONTRACT is made by and between the City of Lubbock, Texas, hereinafter called the OWNER, and Hugo Reed and Associates, Inc., hereinafter called HRA. NOW, THEREFORE, in consideration of the mutual covenants and agreements herein contained, the OWNER and HRA do mutually agree as follows. AGREEMENT ARTICLE 1. CONTRACT PERIOD This contract becomes effective when fully executed by both parties. The effective date of this contract shall be January 26, 2012. The Project Contract Period is anticipated to be eight (9) months, beginning on the date that HRA receives written Notice to Proceed from the OWNER. HRA will not begin work or incur costs until so authorized in writing by the OWNER. HRA anticipates receiving Notice to Proceed on or before January 31, 2012. ARTICLE 2. SCOPE OF SERVICES HRA will provide the professional services described in Attachment A, "Project Scope and Services." The OWNER will furnish services described in Attachment B, "Services to be provided by OWNER." ARTICLE 3. COMPENSATION The maximum amount payable under this contract for Basic Services and Reimbursable Expenses shall not exceed $619,169,00 unless an amendment is executed as provided hereinafter. Payment is authorized for costs incurred in accordance with the fee schedule attached hereto and labeled Attachment C, "Basis for Payment." HRA is authorized to submit periodic requests for payment within thirty days after costs are incurred as authorized herein. The request for payment shall be made using forms acceptable to the OWNER and shall show the total amount earned to the date of submission and the amount due and payable as of the date of the current billing. All requests for payment will be mailed to the address shown on the signature page of this contract. ARTICLE 4. WORK AUTHORIZATION The OWNER will authorize the work as described in Attachment A to be performed by HRA by the execution of this contract. The total cost authorized shall not exceed the maximum amount payable Slide Road from Manhall Street to Us 84 Page I established in Article 3, "Compensation," nor shall completion dates extend beyond the end of the contract period established in Article I, "Contract Period," unless either is authorized by amendment as provided hereinafter. ARTICLE 5. PROGRESS Upon acceptance of a work authorization, HRA shall undertake and complete the authorized work. The OWNER or HRA can request conferences to be provided at HRA's office, the office of the OWNER, or at other agreed upon locations. ARTICLE 6. INSPECTION OF WORK The OWNER and any of their authorized representatives have the right at all reasonable times to inspect or otherwise evaluate the work performed or being performed hereunder and the premises in which it is being performed. If any inspection or evaluation is made on the premises of HRA, HRA shall provide all reasonable facilities and assistance for the convenience of the inspectors in the performance of their duties. All inspections and evaluations shall be performed in such a manner as will not unduly delay the work. ARTICLE 7. AMENDMENTS If it becomes necessary at any time during the contract period to change the scope of work, the contract period, the maximum amount payable, the complexity, or the character of this contract, an amendment must be prepared and executed within the contract period established in Article I above. The OWNER retains the right to reject any such amendment proposed by HRA unless the OWNER finds the proposed amendment necessary to complete the work authorized herein. Any such amendment will be made in writing agreed to by all parties hereto and duly executed before the end of the contract period specified in Article I above. ARTICLE 8. SUSPENSION OF WORK Should the OWNER desire to suspend the work but not terminate the contract, the OWNER will issue a written order- to stop work setting out the terms of the suspension. HRA will stop all work and cease to incur costs during the term of the suspension. HRA will resume work when notified to do so in writing by the OWNER. Suspension of work does not extend the contract period. If additional time is required to complete the work because of the suspension, a contract amendment will be executed in accordance with Article 7, "Amendments." ARTICLE 9. REPORTING HRA shall promptly advise the OWNER in writing of events which have a significant impact upon the contract, including: Problems, delays, or adverse conditions which will materially affect the ability to meet time schedules and goals, or preclude the attainment of project work units by established time periods. A statement of the action taken or contemplated shall accompany this disclosure. Slide Road From Marshall Street to US 84 Page 2 Favorable developments or events which enable meeting time schedules and goals sooner - than anticipated or producing more work units than originally projected. ARTICLE 10. RECORDS HRA agrees to maintain all books, documents, papers, accounting records, and other evidence pertaining to costs incurred and work performed hereunder and shall make such materials available at its office during the contract period and for seven years from the date of final payment under the contract for inspection by the OWNER or any of their duly authorized representatives for the purpose of making audits, examinations, excerpts, and transcriptions. ARTICLE 11.OWNERSHIP OF DOCUMENTS Upon completion or termination of this contract, all documents prepared by HRA or furnished to HRA by the OWNER shall be delivered to and become the property of the OWNER. All sketches, photographs, calculations, and other data prepared under this contract shall be made available, upon request, to the OWNER without restriction or limitation on their further use, however, re -use of any documents by OWNER or others for any purpose other than originally intended and specific to this Project shall be at the sole risk of the user, and HRA shall bear no liability for such re -use. HRA may, at its own expense, have copies made of the documents or any other data furnished the OWNER under this contract. ARTICLE 12. HRA RESOURCES HRA warrants that the firm presently has adequate qualified personnel in its employment for performance of services required under this contract, or will be able to obtain such personnel from sources other than the OWNER. Unless otherwise specified, HRA shall furnish all equipment, materials, and supplies required to perform the work authorized herein. All employees of HRA or of any subcontractor shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of HRA or any subcontractor who, in the opinion of the OWNER, is incompetent, or whose conduct becomes detrimental to the work, shall immediately be removed from association with the project. ARTICLE 13. SUBCONTRACTS HRA shal l not subcontract or otherwise transfer any portion of the work authorized in this contract unless specifically authorized in writing by the OWNER. HRA will require any subcontractors to comply with the applicable terms of this contract. ARTICLE 14. SUCCESSORS AND ASSIGNS The OWNER and HRA each bind itself, its successors, executors, administrators and assigns of such other party in respect to all covenants of this agreement. HRA shall not assign, subcontract, or transfer its interest in this agreement without the written consent of the OWNER. ARTICLE 15. CERTIFICATE OF INSURANCE HRA shall provide the OWNER with evidence that it has insurance coverage in accordance with a current "Certificate of Insurance," which will indicate all insurance currently being maintained in Slick Road from Marshall Street to US S4 Page 3 full force and effect by HRA. The insurance and limits will be reviewed by the OWNER'S Risk Management Coordinator. LIRA will not commence work until the OWNER has reviewed and approved the insurance coverage. Insurance Requirements are shown on Exhibit B. ARTICLE 16. DISPUTES HRA shall be responsible for the settlement of all contractual and administrative issues arising out of procurement made by HRA in support of the work authorized herein. ARTICLE 17. REMEDIES Violation or breach of contract terms by HRA shall be grounds for termination of the contract, and any increased cost to the OWNER arising from HRA's default, breach of contract, or violation of terms shall be paid by HRA. This agreement shall not be considered as specifying the exclusive remedy for any default, but all remedies existing at law and in equity may be availed of by either party and shall be cumulative. ARTICLE 18. TERMINATION This contract may be terminated before the completion date established in Article 1, "Contract Period," by any of the following conditions: A. By mutual consent and agreement of both parties hereto. B. By the OWNER, with notice in writing to HRA as consequence of failure by HRA to perform the services herein set forth in a satisfactory manner and within the limits provided, with proper allowances being made for circumstances beyond the control of HRA. C. By either party, upon the failure of the other party to fulfill its obligations as set forth in the Scope of Services attached hereto and labeled Attachment A and Attachment B, giving written notice one to the other establishing the effective date of termination. D, By the OWNER, for reasons of it's own and not subject to the mutual consent of HRA, upon not less than thirty days written notice to HRA. E. By satisfactory completion of all services and obligations described herein. Should the OWNER terminate this contract as herein provided, costs other than costs due and payable at the time of termination shall thereafter be paid to HRA. In determining the value of the work performed by HRA prior to termination, the OWNER shall be the sole judge. Payment for work at termination will be based on work completed at that time, including partially completed surveys, subject to the conditions established in the paragraph following. In the case of partially complete projects, eligible costs will be calculated on the number of hours documented to the satisfaction of the OWNER multiplied by the hourly rate for the appropriate personnel plus any additional cost authorized in Attachment C, "Basis for Payment," incurred to the date of termination remaining unpaid. Slide Road from Marshall Street to US 84 Page 4 If HRA defaults in performance of this contract or if the OWNER terminates the contract for fault on the part of HRA, the OWNER will give consideration to the actual work performed to the date of default, the cost to the OWNER of employing another firm to complete the required work, and the time required to do so, and other factors which affect the value to the OWNER of the work performed at the time of default. If the termination of this contract is due to the failure of HRA to fulfill its obligations, the OWNER may take over the project and prosecute the work to completion by contract or otherwise. In such case, HRA shall be liable to the OWNER for any additional cost occasioned the OWNER thereby. ARTICLE 19. COMPLIANCE WITH LAWS HRA shall comply with all Federal, State, and local laws, statutes, ordinances, rules and regulations, and the orders and decrees of any courts, or administrative bodies or tribunals in any matter affecting the performance of this contract, including, without limitation, workers' compensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When required, HRA shall furnish the OWNER with satisfactory proof of compliance therewith. ARTICLE 20, INDEMNIFICATION HRA shall save harmless the OWNER from all claims and liability due to activities of HRA, its agents, or employees, performed under this contract and which result from an error, omission, or negligent act of HRA or of any agent or person employed by HRA. HRA shall also save harmless the OWNER from any and all expenses, including attorney fees which might be incurred by the OWNER in litigation or otherwise resisting said claim or liabilities which might be imposed on the OWNER as the result of such activities by HRA, its agents, or employees. To the extent allowed by law, the OWNER shall save harmless HRA from all claims and liability due to activities of the OWNER, its agents, or employees, performed under this contract and which result from an error, omission, or negligent act of the OWNER or of any agent or person employed by the OWNER. To the extent permitted by law, the OWNER shall also save harmless HRA from any and all expenses, including attorney fees which might be incurred by HRA in litigation or otherwise resisting said claim or liabilities which might be imposed on HRA as the result of such activities by the OWNER, its agents, or employees. ARTICLE 21. SIGNATORY WARRANTY The undersigned signatory for Hugo Reed and Associates, Inc. hereby represents and warrants that he is an officer of the organization for which he has executed this contract and that he has full and complete authority to enter into this contract on behalf of his firm. The undersigned signatory for the OWNER hereby represents and warrants that he/she has full and complete authority to enter into this contract on behalf of this organization. Slide Road fiom Marshall .Sfrcct to US 84 Page 5 IN WITNESS WHEREOF, the parties have executed this Agreement by their duly authorized representatives as of the date first written above. CITY OF LUBBOCK TOM MARTIN, MAYOR APPROVED AS TO CONTENT: , M a j A I Q= Q- j M rsha Reed, P.E., Chief Operations Officer oo Fran in, P.E., City Engineer APPROVEP AS TO FORM: Chad Weaver, Assistant City Attorney Mailing Addresses: ATTEST: Rebec)o Garza, City Secretary HUGO REED AND ASSOCIATES, INC. Stevan M. Coleman, P.E. Executive V.P. Operations For the purpose of this agreement, the following addresses shall be used to mail all required notices, reports, claims and correspondence: For: Hugo Reed and Associates, Inc. 1601 Avenue N Lubbock, TX 79401 Attn: Mr. Bernard J. Gradel, Jr., President For: City of Lubbock 1625 13"' Street Lubbock, Texas 79401 Attn: Ms. Marsha Reed, P.E. Slide Road from Marshall Street to US R4 Page 6 Resolution No. 2012—R0036 ATTACHMENT A to AGREEMENT for PROFESSIONAL SERVICES PROJECT SCOPE and SERVICES OWNER: City of Lubbock, Texas PROJECT: Slide Road from Marshall Street to US 84 The scope of services for this project is as follows: [. BASIC SERVICES A. DESIGN SERVICES The Basic Design Services are outlined in detail in Exhibit AI, Worksheets 1-7, according to the tasking and man-hours indicated therein, Following is a summary of the major categories for the Basic Services to be performed: a. Coordination with all Stakeholders. b. Coordination with utilities on necessary relocations. C. Design and PS&E of Slide Road from Marshall Street to US 84 a. Pavement Design b. Drainage Design — culverts and channels c. Continuous Street Lighting d. Traffic signals e. Utility relocation plans f. All associated design details g. Preparation of Specifications and General Notes d. Prepare parcel plats and survey ROW and easements for Roadway ROW, Drainage Easements and Utility Easements. e. Coordination with TxDOT on widening of US 84 approaches at Slide Road intersection. f. Coordination with TxDOT Design Division for letting 2. Deliverable~ a. 30% review plans b. 95% review plans C. Final Mylar plan set to TxDOT Austin Design Division d. TxDOT Specifications e. Special Provisions f. Special Specifications g. General Notes Slide Road h-om Marshall Slrcct to US 84 Page 7 Resolution No. 2012-R0036 ATTACHMENT B to AGREEMENT for PROFESSIONAL SERVICES SERVICES to be PROVIDED BY OWNER OWNER: City of Lubbock, Texas PROJECT: Slide Road from Marshall Street to US 84 The OWNER will provide any and all information available to OWNER, upon request, which may be pertinent to HRA's prosecution of the work. OWNER shall assist consultant team in contacts with and requests for information from other public and private agencies as may become necessary during consultant team's prosecution of the services anticipated under this agreement. OWNER shall promptly notify HRA whenever OWNER becomes aware of any occurrence having a material impact on the project. The OWNER shall provide adequate personnel to review submittals and coordinate location and time for meetings as necessary for the prosecution of the work. OWNER shall appoint a Project Manager who will be the primary point of contact for HRA during prosecution of HRA's work on the project, and who shall have authority to make material decisions within his/her delegated authority. OWNER shall provide timely reviews of submittals and timely responses to HRA's Requests for Information so as not to unnecessarily hinder the progress of the work. OWNER shall assist in acquiring permission for access to any public properties necessary for HRA's prosecution of the work. OWNER will arrange or assist in determining time and place for all meetings or presentations required other than those purely for internal benefit of the consultant team. Slide Road from Marshall Street to US 84 Page a Resolution No. 2012-R0036 ATTACHMENT C to AGREEMENT for PROFESSIONAL SERVICES BASIS for PAYMENT OWNER: City of Lubbock, Texas PROJECT: Slide Road from Marshall Street to US 84 For Services rendered under this Contract, OWNER agrees to pay HRA as follows: A. GENERAL 1. HRA will be paid according to the personnel classifications and hourly rate schedules shown in Table C-1, based on actual services performed on the project by classification and hours. Services performed by the subcontractors will be billed at cost. 2. Monthly payments will be made to HRA based on the uncontested amount of each monthly statement prepared and submitted by HRA. Each monthly statement will be itemized to show the amount of work actually performed by each personnel classification and with associated reimbursable expenses for both HRA and the subcontractors. Statements will be submitted in a format acceptable to OWNER. 3. Anticipated delivery date of the final Mylar plans to Austin TxDOT Design Division is May 15, 2012. The contract period is outlined in Article 1. Should the Notice to Proceed on the Project not be received by the anticipated date, OWNER agrees that it may be necessary to reconsider the anticipated delivery date and, if necessary, to modify same by amendment to this contract if so agreed upon by both the OWNER and HRA. B. BASIC SERVICES The maximum compensation to be billed OWNER by BRA for performance of the Basic Services and Reimbursable Expenses shall not exceed $619,169.00 Slide Road from Marshall Street to US 94 Resolution No. 2012-R0036 TABLE C-1 PERSONNEL SERVICE RATES for AGREEMENT for PROFESSIONAL SERVICES COMPENSATION RATES OWNER: City of Lubbock, Texas PROJECT: Slide Road from Marshall Street to US 84 Hourly fees listed herein will apply for the term of this contract. C. PERSONNEL SERVICES Cateeory of Personnel /HR Huso Reed and Associates. Inc. Principal -in -Charge or Officer 150.00 Engineering or Surveying Project Manager 135.00 Senior Professional Engineer 125.00 Professional Engineer 105.00 Development Coordinator 105.00 Senior Registered Professional Land Surveyor 110.00 Engineer -in -Training 90.00 Engineering Technician/Survey Crew Manager 75.00 Senior CADD Technician 75.00 Researcher/Clerical 71.00 Survey Crew 175.00 Parkhill. Smith & Cooner. Inc. Principal -in -Charge or Officer 178.00 Project Manager 151.00 Senior Professional Engineer 134.00 Professional Engineer 116.00 Engineer -in -Training 98.00 Engineering Technician 87.00 Senior CADD Technician 79.00 Clerical 70.00 Slide Road from Marshall Street to US 84 Category of Personnel (cont.) /HR Gorrondona & Associates. Inc Project Manager 147.84 Project Engineer 137.02 Registered Professional Land Surveyor 97.00 CADD Technician 93.75 Quality Level "B" SUE Field Crew 220.00 Quality Level "A" SUE Field Crew 325.00 Two Man Field Crew 112.00 Clerical/Technical Support 55.25 Yvonne Newman Eneineerina. Inc. Principal -in -Charge or Officer 140.00 Project Manager 127.00 Senior Professional Engineer 116.00 Engineer -in -Training 87.00 Research/Clerical 39.00 CMT Eneineerine. Inc. Principal -in -Charge or Officer 150.00 Project Engineer 150.00 Engineer -in -Training 85.00 CADD Technician 59.00 Project Administrator 39.00 Slide Road from Marshali Street to US 94 Resolution No. 2012-R0036 EXHIBIT A TASKING, MAN-HOURS and REIMBURSABLE EXPENSES for BASIC SERVICES OWNER: City of Lubbock, Texas PROJECT: Slide Road from Marshall Street to US 84 Slide Road from MarAall Street to US 84 Resolution No. 2012—R0036 CITY OF LUBBOCK, TEXAS ENGINEERING SERVICES Slide Road from Marshall Street to US 84 ESTIMATE OF MAN-HOURS, TASKS and EXPENSES SUMMARY January 6, 2012 Basic Personnel Basic Services Reimbursable ,Company Design Phase Expenses TOTAL • • Reed • $332,990 NIA $332,990 Parkhill, Smith & Cooper, Inc. $222,912 $2,956 $225,868 Yvonnes $15,086 NIA $15,086 Gorrondona & Associates, Inc. $25,753 NIA $25,753 CMT Engineering, Inc. $7,622 $11,851 $19,473 TOTALS $604,363 $14,806 $619,169 MA20121SIide_Road_Marsha11 to US84\documents\ContractlSlide_Rd_North_Tasking.xls 1 of 12 EXHIBIT A-1 CITY OF LUBBOCK, TEXAS DESIGN AND ENGINEERING SERVICES Slide Road from Marshall Street to US 84 ESTIMATE OF MAN-HOURS and TASKS WORKSHEET 1 HUGO REED ANO ASSOCIATES,0. Task Principal In Charge Engr. or Surveying Project Manager Prof. Engineer Dev. Coord. EIT Technician or Survey Crew Manager Senior CADD Technician Survey Crew Total Hours Total Extension IS1 ««««<<<< Rates >>>>»»»» $150.00 $135.00 $125.00 $105.00 $90.00 $75.00 S75.00 $175.00 A Host Stakeholder's Meeting 8 8 8 8 32 $3,840 B Host Progress Meetings - Bi-weekly (9) 18 18 8 18 62 $7,590 1. Prepare Agendas 36 18 54 $6,480 2. Prepare and Distribute Meeting Minutes 36 18 54 $6,480 C Hold Special Coordination meetings as necessary (Assm 3) 3 12 9 24 $2,880 D Prepare Monthly Status Report and Invoice 4 32 1 36 S4,920 E Internal CWQC Prior to 30%, 95% and Mylar Submittals 12 36 48 S6.660 F ,..ah Sub General PM and Coordination .. ,,,,,,-C onsuftants 80 80 W10.800 Task 1 - PM QAIQC Subtotal 45 258 0 16 71 0 0 0 390 S49.650 A Ccnfirm/Verify Existing Control Monuments 4 8 16 28 $3,940 B Set New Control Monuments as Necessary 8 16 24 $3,400 C Establish Permanent Benchmarks @ Approx. 1000' Intervals 8 24 32 $4,800 D Field Data Collection to Supplement Existing Survey 4 4 $540 1. Verify Existing Field Topography 8 16 4 28 $2,620 2. Conduct Additional Topography Survey as Necessary 8 40 48 S7,600 3. Setup GeoPak Project 8 8 16 32 $3,000 4. Prepare Tin File of Topographic Data 4 16 20 $1,560 E Provide Horizontal and Vertical Control Survey Sheet(s) 4 8 8 16 1 36 $3.060 F Coordinate Survey Control with Gorrondona 4 4 8 S840 i, fncorpurate Existing Utilities Into Survey Files 2 16 18 $1,470 Task 2 - Design Survey Subtotal 0 26 0 0 281 561 58 100 278 $32,830 2of12 EXHIBIT A-1 CITY OF LUBBOCK, TEXAS DESIGN AND ENGINEERING SERVICES Slide Road from Marshall Street to US 84 ESTIMATE OF MAN-HOURS and TASKS WORKSHEET 1 HUGO REED AND ASSOCIATES, INC. Task Principal In Charge Engr. or Surveying Project Manager Prof. Engineer Dev. Coord. EIT Technician or Survey Crew Manager Senior CADD Technician Survey Crew Total Hours 06-Jan-12 Total Extension «««««« Rates »»»»»» $150,00 $135.00 $125.00 $105.00 $90.00 $75.00 $75.00 $175.00 A Coordinate with Property Owner 2 8 40 50 S5,580 B Prepare Right of Way Map Drawing 4 4 32 40 $3,240 C Prepare Parcel Plats 40 40 80 160 $14,400 D Prepare Field Notes Description 32 24 56 $6,120 E Field Stake Property Comers 1 101 80 90 $14, 750 F JSurvey and Design Data for Right of Way and Easements 4 4 S540 Task 3 - Surveys for Right of Way Subtotal 2 88 0 40 0 78 112 80 400 S44,630 A Manage Gorrondona SUE Services/Exchange Information 16 16 S2.160 B Coordinate with Utility Companies for Relocation 40 20 60 S7,500 C Develop Utility Relocation Plan & Schedule 24 20 44 $4,740 D Survey and Document Location of Relocated Utilities 4 2 4 8 18 $2.390 E Incorporate Relocated Utilities into Design Files 2 8 10 S870 Task 4 - Utility Coordination Subtotal 0 86 0 20 0 2 32 8 148 $17,660 I A Prepare Drainage Area Map 4 20 20 44 $3,B40 B Prepare Duplicate Effective ICPR Modei 8 8 $720 C Verify Future Fully Developed ICPR Model 8 8 $720 D Analyze Culvert Crossings and Channel Hydraulics in ICPR 20 80 1 100 $9,900 E Prepare Hydraulic Data Sheet 8 24 16 48 $4,440 F Design and Prepare Culvert Layout(s) 40 80 120 240 $21,600 G Design and Prepare Drainage Channel Sheet(s) 20 40 60 120 $10,800 H Prepare Miscellaneous Drainage Details Sheet(s) 16 32 40 88 $8,040 1 Prepare Drainage Quantity Summary Sheets 8 16 8 32 $3,120 J Incorporate Standard Drainage Sheets 2 4 6 $570 K Prepare Specifications and General Notes 81 1 1 8 1 S1,080 Task 5 - Drainage Subtotal 0 1261 01 0 308L 0 268 0 7021 S64,830 3of12 EXHIBIT A•1 CITY OF LUBBOCK, TEXAS DESIGN AND ENGINEERING SERVICES Slide Road from Marshall Street to US 84 ESTIMATE OF MAN-HOURS and TASKS WORKSHEET 1 HUGO REEDASSOCIATES,0. Task Principal In Charge Engr. or Surveying 'Project Manager Prof. Engineer Day. Coord. EIT Technician or Survey Crew Manager Senior CADD Technician Survey Crew Total Hours Total Extension «««««« Rates »T»»»»> S150.00 $135.00 S125 00 $105.00 $90.00 $75.00 $75.00 $175.00 A Establish Horizontal Alignment 24 16 32 72 $7.320 B Refine Proposed Typical Sections 16 8 24 48 $4.600 C Establish Vertical Profile 80 80 40 200 1 $21,000 D Coordinate Proposed Cross Section Development With PSC 1 80 40 80 200 $20,40D E Review and Design Coordination of P&P Sheets 80 40 120 $14,400 F Prepare Intersection Layouts 40 40 80 $8,400 G Design US 64 Lane Widening and Crossover 40 24 64 $7,200 H Prepare Horizontal Alignment Control Data Sheet 2 4 6 S57C Task 6 - Roadway Design Subtotal 0 362 0 24 160 0 244 0 790 $84,090 A Coordination with City of Lubbock and TxDOT 24 24 $3,240 B Work With YNEfExchange Information 24 16 40 $4.440 Task 7- Illumination Subtotal 0 48 0 0 0 0 16 0 64 $7,680 A Cost Estimates at 30, 95, and 100 Percent Submittals 2 16 18 $2,460 B Work with CHIT regarding Geotechnical Investigations 20 32 52 $5,580 C Print/Collate/Bind Plan Submittals at 30%, 95%, Mylar 24 48 24 96 $9,360 D Review Specs and Sign Plans in DCIS 8 $1,080 E Respond to Questions from City & TxDOT Lubbock District 20 20 40 $4.500 F Respond to Questions from TxDOT Design Division 8 4 12 $1,440 G Respond to Questions from City & TxDOT Traffic Division 16 8 24 $2,880 FH—Task Respond to Questions from Bidders 24 12 36 $C320 8 - Miscellaneous Subtotal 2 136 0 0 124 0 24 0 286 $31.620 Subtotal Hours 491 1130 or- 1001 6911 1361 7641 1881 3058 $332.990 Subtotals for Worksheet 1 HRA Basic Services - Design Phase $ 7,350 1 $ 152,550 1 $ -Is 10,500 $ 62,190 S 10,200 $ 57,304 $ 32,900 $ 332.990 4of1. EXHIBIT A-1 CITY OF LUBBOCK, TEXAS DESIGN AND ENGINEERING SERVICES Slide Road from Marshall Street to US 84 ESTIMATE OF MAN-HOURS and TASKS WORKSHEET Cooper,Parkhill, Smith & Task Prin. in Charge Proj. Mgr. Sr. Prof. Engr. Prof. Engr EIT Tech. or Designer Drafter CADD Cierical Total Hours 0. Total Extension $1 «««««« Rates »»»»»» $178.00 $151-00 $134.00 $116.00 $98.00 $87.00 $79 00 $70.00 - A lAttend Stakeholder's Meeting 8 81 8 1 2 26 S3,204 B Attend Progress Meetings - Bi-weekly (9) 27 27 15 9 78 $9,795 C Attend Special Coordination Meetings (Assm 3) 9 9 9 27 $3,447 D Prepare Monthly Status Report and Invoice 12 12 24 $2.652 E Internal CA/QC prior to 30%, 95% and Mylar submittals 24 24 48 $6,840 F Coordinate with Prime ?0 401, 8 68 58,940 Task 1 - PM QAfQC Subtotal 0 100 108 0 32 0 0 31 271 $34,878 A CADD Project Set up, to include GeoPak, Pattern, etc. 2 2 16 20 $1,764 B Cut Plan Sheets (1"= 100' horiz) 1 8 9 $766 C Cut Intersection Layout Sheets 1 8 9 $766 D Existing Typical Sections (Existing Slide and US 84) 8 8 16 32 $3,120 E Proposed Typical Sections 8 12 16 36 $3,512 F Roadway Profile Design Iterations with Hydraulic Designer 40 60 40 140 $14.400 G Title Sheet 1 2 4 7 $646 H Index of Sheets 4 4 4 12 S1,244 I Project Layout Sheet 1 1 2 4 $408 J Detail and Annotate P&P Sheets 60 80 120 260 $25.360 K Miscellaneous Pavement Details 2 2 8 12 $1,132 L Develop Cross Sections Criteria Files 40 40 $5,360 M Develop Preliminary Design X-sections and proposed tins 241 60 40 124 $12,256 Develop Final Design X-sections and proposed tins 16 16 24 56 $5,608 Plot, Print, Review Design Cross Sections (30%, 95%a, Final) 6 6 12 24 $2,448 MQ Calculate Roadway Quantities (60% & 95%) by sheet 20 40 80 140 $13,640 Removal Plans 2 12 16 16 46 $4,492 Specifications, Special Conditions & General Notes 16 16 24 56 $5,680 $ Roadway Standard Sheets 4 4 4 $ 20 $2,024 Task 2 - Roadway Plans Subtotal 0 0 256 831 262 0 422 24 1047 $104,626 5of12 EXHIBIT A-1 CITY OF LUBBOCK, TEXAS DESIGN AND ENGINEERING SERVICES Slide Road from Marshall Street to US 84 ESTIMATE OF MAN-HOURS and TASKS WORKSHEET 2 Parkhill, Smith & Cooper, Task Prin. in Charge Proj. Mgr. Sr. Prof. Engr Prof. Engr EIT Tech. or Designer Drafter CADD Clerical Total Hours 0, Total Extension ($) «««««« Rates »»»»»» $178.00 $151.00 $134.00 $116 00 $98.00 $87.00 $79.00 $70-00 *' A Inventory of Existing Signs (US 84) 1 1 2 $232 B iSummary of Existing Signs (US 84) 2 4 7 $646 C IPaverrent Marking & Signing Layout (1" = 100' scale} 2 8 16 26 $2 460 D Sign/Miscellaneous Detail Sheets 1 1 2 4 $408 E Non-standard Sign Detail Sheets 1 1 1 3 $329 F Calculate Signing and Pavement Marking Quantities 1 41 41 9 $914 u 0 0.-..em Stand Signings Pavement and Sheets. 1 1.1 2 ?1 6 $604 Task 3 - Signing & Pavement Markings Subtotal 0 0 8 15 5 0 29 0 57 $5,593 A Develop TCP for Slide Road (One Phase) 1 4 8 8 21 $2 014 8 Develop Preliminary TCP for US 84 Intersection for TOOT 31 8 16 24 51 $4.794 C Develop Final TCP for US 84 Intersection 2 4 8 16 30 $2,780 D Miscellaneous Details 2 4 6 $548 E Calculate TCP Quantities 8 8 16 S1,560 F TCP Standa u Sheets 1 ? 3 $274 Task 4 -TCP Subtotal 0 0 6 27 32 0 62 0 127 $11,970 6 of 12 EXHIBIT A-1 CITY OF LUBBOCK, TEXAS DESIGN AND ENGINEERING SERVICES Slide Road from Marshall Street to US 84 ESTIMATE OF MAN-HOURS and TASKS WORKSHEET 2 eoa Task Prin. in Charge Proj. Mgr. Sr. Prof. Engr. Prof, Engr EIT Tech. or Designer Drafter CADD Clerical Total Hours i. Total Extension $) c«c««c«cRates >>>>>>aaaa?? $178,00 $151-00 $134.00 $116.00 $9800 $87.00 $79.00 $70.00 A Meetings %Mth CRMWA (Assm Three meetings) 12 12 3 27 S3,210 B Develop Alternatives for Crossing CRMWA Water Line 2 16 8 4 30 $3,224 C Design "Special" CRMWA Crossing Layout & Details 8 8 8 16 40 $4,048 D Structural Design of "Special" CRMWA Crossing 4 16 6 16 42 $4,244 E Address Review Comments from CRMWA i 4 4 2 1 10 1 51.014 Task 5 - Water and Sewer Design 0 D 261 561 26 0 381 31 149 1 $15.740 A Prepare DSR Form at Project Kickoff 4 12 2 4 22 $2,650 B Prep & Attend 2 MAPO's in North Pointe 8 8 2 18 $1,844 C Tabulate Cost Estimates at 30, 95, and 100% Submittals 2 40 40 8 90 $10,862 D Prepare Form 1002, Time Determination Summary 2 24 2 28 $3,658 E Enter bid tabs, specs, general notes in TxDOT DCIS system 24 24 $3,216 F Print/Collate/Bind Plan Submittals at 30, 95. Mylar 3 9 24 24 4 64 $6.187 G despond to Questions from City & TxDOT Lubbock District g 24 24 16 68 $7,436 H 'Respond to Questions from TxDOT Design Division 4 8 8 16 36 $3,724 1 Respond to Questions from City & TxDOT Traffic Division 16 16 161 52 $5,580 J Respond to Questions from Bidders 4 16 16 8 44 $4,948 Task 6 - Miscellaneous Subtotal 01 27 1811 401 881 01 901 201 446 $50,105 Subtotal Hours D 127 5051 221 4451 01 641 781 2097 $222,912 Subtotals for Workshaet 2 PSC Basic Services - Design Phase $ - $ 19,177 1 $ 78,390 $ 25,636 1 S 43,610 ; - $ 50,639 $ 5,460 1 $ 222,912 7of12 EXHIBIT A-1 CITY OF LUBBOCK, TEXAS DESIGN AND ENGINEERING SERVICES Slide Road from Marshall Street to US 84 ESTIMATE OF MAN-HOURS and TASKS WORKSHEET 3 _ Task Principle In Charge Project Manager Senior Prof. Engr. Prof. Engr. EIT Tech. or Designer Drafter CADD Clerical Total Hours 0. Total Extension {S) <<<c««<o« Rates »»»»»» $140.00 $127.00 $116.00 $87.00 S39.00 Usk billilli W441 iNi A Participate in Project Meetings via Teleconference 1 5 6 $775 B Prepare Monthly Status Report and Invoice 1 5 5 11 $970 C Internal QAIQC prior to 30%. 95% and Mylar submittals 3 12 15 S11773 D Coordination with Prime 5 5 $635 Task 1 - PM l3AlQC Subtotal 2 18 12 0 0 0 0 5 37 $4,153 A Coordination with Lubbock Power & Light and TxDOT 2 2 $254 B Continuous Illumination Design 2 16 18 $2,110 C Illumination Layouts 2 18 45 65 $6,257 F Standards, Specifications, General Notes for Signals 4 01 4 $508 Task 10 -Traffic Signals Subtotal 0 10 34 D 45 0 0 0 89 $9,129 A Cost Estimates at 30%, 95%, and Mylar Submittals 1 6 7 $902 B Summary Sheets 0 $o C Plan Submittals at 30%, 95% and Mylar Submittals 61 7 $902 Task 14 Miscellaneous Subtotal 21 121 01 ol 0 0 01 ol 14 $1,804 Subtotal Hours 4 40 46 0 45 0 0 5 140 $15,086 Subtotals for Worksheet 3 YNE Basic Services - Design Phase $ 560 $ 5,080 $ 6,336 $ - 1 $ 3,915 $ - 1 $ - 1 $ 195 $ 15,086 8of12 EXHIBIT A -'I CITY OF LUBBOCK, TEXAS DESIGN AND ENGINEERING SERVICES Slide Road from Marshall Street to US 84 ESTIMATE OF MAN-HOURS and TASKS W 0' RKSHE ET 14 •'-i D• ►. Task Project Manager RPLS Project Engineer CARD Tech QL"B" SUE Field Crew QL"A" SUE Field Crew 2 Man Survey Field Crew Technical Support Total Hours Total Extension {$7 «««««« Rates »»»»»» $147 84 $97.00 $137.02 593.75 $220 00 $325.00 $112.00 555.25 A lCONSTAIC-11110N PKAaESaIll 1 QL "A' SUE - Test Hales on Gas & Fiber Optic Only 2 21 4 8 32 8 56 $13 084 2 OL "B" SUE- Includes pulfing as -built records, marking utilities from 100' outside of ROW an each side. Includes utilities within future Slide Road ROW, Ursuline ROW, US 84 and the Marshall Street Intesection. Roes not include street light circuits or traffic signals. 4 2 4 8 40 12 8 70 $12,669 Total Hours 6 4 8 16 40 32 20 8 126 S25.753 Worksheei 4 GORROMbil Onlc Swvkes ; 8B7 S 388 6 1,066 $ 1,$00 i 8,800 5 18 $ 2,240 $ 442 $25,753 9of12 EXHIBIT A-1 CITY OF LUBBOCK, TEXAS DESIGN AND ENGINEERING SERVICES Slide Road from Marshall Street to US 84 ESTIMATE OF MAN-HOURS and TASKS WL'&1RKSl-iFcT 5 CMT ENGINEERING, INC. Task TCharge Project Manager Deputy Project Manager Project Engineer Engineer In Training CADD Tech Project Administrator Total Tours 0. Total Extension {$i «<tctccctcc Rates »»»»»» $150.00 $85.00 $59 00 S39.00 A Monthly Project Meetings (1) 21 21 4 $ 470 B Prepare Monthly Status Report and Invoice 4 10 14 $ 990 C coordination with Prime 5 51 75^ Task 1 - PM QA/QC Subtotal 11 0 0 0 2 0 10 23 $ 118 *ASampling Subgrade Material 4 24 28 $ 1,756 9 Prepare Geotech Report 4 36 $ 3.656 task 14 Miscellaneous Subtotal 0 0 0 12 2:4l 241 4 64 S 3,372 Subtotal Hours 11 0 01 12 26 24 14 67 $ 7 622 Subtotals for Worksheet 5 CMT Basic Services - Design Phase $ 11650 $ - $ $ 1,800 $ 2,210 $ 1,416 $ 546 $ 7,622 Of ' EXHIBIT A-1 CITY OF LUBBOCK, TEXAS DESIGN AND ENGINEERING SERVICES Slide Road from Marshall Street to US 84 ESTIMATE OF EXPENSES WORKSHEET 6 COOPER, ,. Reimbursable Expenses Qty. Unit Unit Price Unit Extension Mileage (Engineers) 20mi/trip for 20 trips -Engineers 400 Miles r0 $0.550 per mile $220 Reproduction 11x17 Copies (Paper, includes checking prints) 9000 Sheets @ $0.20 per copy $1,800 11x17 Copies (Mylar) 150 Sheets �q $2.00 per copy $300 8.5x11 Copies 2500 Sheets @ $0.10 per sheet $250 Miscellaneous Postage, shipping and delivery, mist. 0 Mailings @ $10.00 per mailing $0 Long Distance Telephone 0 Project @ $500.00 per protect $0 Subtotals for Worksheet 6 PSG Reimbursables $2,570 wl Contract multiplier for Reimbursables = 1,15 $2,956 Total PSC Expenses $2,956 11 of 12 EXHIBIT A-1 CITY OF LUBBOCK, TEXAS DESIGN AND ENGINEERING SERVICES Slide Road from Marshall Street to US 84 ESTIMATE OF EXPENSES WORKSHEET 7 'CMT ENGINEERING, INC. r. . Reimbursable Expenses City. Unit Unit Price Unit Extension Travel Milage 300 miles @ $0.55 per mile $165 Reproduction 8.5x11 Copies 400 Sheets @ $0.10 per copy $40 Testing Fees Subgrade Material Atterburg Limits 1 Soil Class 1 Moisture 40 Each @ $130,00 Each $5,200 Geotechnical Borings 20 Each @ $145.00 Each $2,900 Hot Mix 1 Base Cut asphalt cores 3 Each @ $100.00 Each $300 Repair Holes 1 Each @ $100.00 Each $100 Miscellaneous Drill Rig Mobilization 1 Each @ $1,000.00 Each $1,000 Repair Holes 1 Each @ $100.00 Each $100 Drill Crew Per Diem 2 Days @ $250.00 Day $500 Subtotals for Worksheet 7 CMT Engineering Reimbursables $10,305 w/ Contract multiplier for reimbursables = 1.15 $11,851 Total CMT Expenses $11,851 12 of 12 Resolution No. 2012—R0036 EXHIBIT B INSURANCE REQUIREMENTS General Liabilitv: Contractor's insurance shall contain broad form contractual liability with a combined single limit of a minimum of $1,000,000 each occurrence and in the aggregate and shall include the following: • Broad Form Contractual Liability • Personal Injury and Advertising Injury • Products and completed operations • Fire Damage Limits may be maintained in any amount of primary and excess coverage. Professional Liability: Contractor's insurance shall contain Professional Liability with a combined single limit of at least $1,000,000 each occurrence and in the aggregate. Business Automobile Liability: Contractor's insurance shall contain a combined single limit of at least $500,000 per occurrence, and include coverage for but not limited to the following: • Bodily injury and property damage • Any and all vehicles owned, used or hired Workers' Compensation and Employers Liability Insurance: Contractor shall elect to obtain workers' compensation coverage pursuant to Section 406.002 of the Texas Labor Code. Further, Contractor shall maintain said coverage throughout the term of this Agreement and shall comply with all provision of Title 5 of the Texas Labor Code to ensure that the Contractor maintains said coverage. Any termination of workers' compensation insurance coverage by Contractor or any cancellation or non -renewal of workers' compensation insurance coverage for the Contractor shall be a material breach of this contract. The Contractor may maintain Occupational Accident and Disability Insurance in lieu of Worker' Compensation. In either event, the policy must be endorsed to include a waiver of subrogation in favor of the City of Lubbock. Employer's Liability with limits of at least $500,000 each accident, $500,000 by disease policy limit, and $500,000 by disease each employee shall also be obtained and maintained throughout the term of this Agreement. Other Insurance Requirements: Contractor's general liability and auto liability insurance policies through policy endorsement must include wording, which states that the policy shall be primary and non-contributory with respect to any insurance carried by City of Lubbock. The certificate of insurance described below must reflect that the above wording is included in evidenced policies. All policies must be endorsed to include a waiver of subrogation in favor of the City of Lubbock. Slide Road from Marshall Street to US 84