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