HomeMy WebLinkAboutResolution - 2024-R0158 - Contract 17969, With Freese And Nichols, Inc, Unpaved Roads Improv. Prj. - 04/09/2024Resolution No. 2024-R0158
Item No. 0158
Apri19, 2024
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
and on behalf of the City of Lubbock, Professional Services Agreement Contract No. 17969
the design of unpaved road improvements, by and between the City of Lubbock and Freese
Nichols, Inc., and related documents. Said Contract is attached hereto and incorporated in
resolution as if fully set forth herein and shall be included in the minutes of the City Council.
Passed by the City Council on A�ril 9, 2024
: : ' : /� ��'t�77
ATTES :
Courtney Paz, City S cretary
ApPROVED AS TO CONTENT:
n A •t
L.c/
Erik Rejino, Assistant City Manager
APl'ROVED AS TO PORM:
{
elli Leisure, Senior Assistant City Attorney
ccdocslRES.PSA-No. 17969 PN1 unpaved roads
3.25.24
Resolution No. 2024-R0158
PROFESSIONAL SERVICES AGREEMENT
STATE OF TEXAS §
COUNTY OF LUBBOCK §
This Professional Service Agreement ("Agreement") Contract No. 17969 is entered into this
9th day of April , 2024, is by and between the City of Lubbock (the "City"), a Texas home
rule municipal corporation, and Freese and Nichols, Inc. (the" Engineer"), a Texas corporation.
WITNESSETH
WHEREAS, The City desires to contract with the Engineer to provide professional services for
the Design of Unpaved Road Improvements, (the "Activities"); and
WHEREAS, the Engineer has a professional staff experienced and is qualified to provide
professional engineering 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, and Engineer 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 12 months. 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 11
ARTICLE II. 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 $204,000, as set forth in Exhibit "B" and Exhibit "C".
ARTICLE III. 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.
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
Page 2 of 11
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 "A", attached hereto and made a part hereof.
ARTICLE VII. 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
regulation, including without limitation, laws, rules or regulations regarding or related to unemployrnent
insurance, old age benefits, workers compensation, labor, personal injury or taxes of any kind.
Page3of11
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 speciiied, 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 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-VII 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 Liability:
Per Occurrence Single Limit: $1,000,000
General Aggregate Limit: $2,000,000
Professional Liability:
Combined Single Limit: $2,000,000
Automobile Liability:
Combined Single Limit for any auto: $1,000,000 Per Occurrence
Employer's Liability:
Per Occurrence Single Limit: $1,000,000
Worker's Compensation
Per Occurrence Single Limit: $500,000
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 shall 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.
The Certificate shall provide 30 days' 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
Page4of11
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 must 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 VIII shall survive the termination or expiration of this Agreement.
ARTICLE LX. EMPLOYMENT OF AGENTS/RETAI1vING 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 times 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.
ARTICLE X. CONFIDENTIALITY
The Engineer shall retain all information received from or concerning the City and the City's
business in strictest confdence and shall not reveal such information to third parties without prior written
consent of the City, unless otherwise required by law.
ARTICLE XI. INDEM1vITY
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 LIMITING TH� GENERALITY OF THE FOREGOING,
Page 5 of 11
ALL EXPENSES OF LITIGATION, COURT COSTS, AND ATTORNEY'S FEES, FOR INNRY 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. THF INDEMNITY OBLIGATION PROVIDED HEREIN SHALL SURVIVE THE
EXPIRATION OR TERMINATION OF THIS AGREEMENT.
ARTICLE XII. 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 pariy by hand (in which case such notice shall be
effective upon delivery); (2) facsimile (in which case such notice shall be effective upon delivery); or (3)
by depositing the written notice in the United States mail, 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.
B. Engineer's Address. The Engineer's address and numbers for the purposes of notice are:
Freese and Nichols, Inc.
David A. Green
1500 Broadway Street Suite 206
Lubbock, Texas 79401
Telephone: 806-686-2716
Email: david.green@freese.com
C. City's Address. The City's address and numbers for the purposes of notice are:
Joe Schaunaman
City of Lubbock
P.O. Box 2000
1314 Avenue K
Lubbock, Texas 79457
Telephone: 806-775-2173
Email: j schaunaman@mylubbock.us
Page6of11
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 XIV. CITY-PROVIDED DATA AND RESPONSIBILITIES
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'he Engineer shall be entitled to use and rely, so long as such
reliance is reasonable, upon all such Provided Data.
ARTICLE XV. MISCELLANEOUS
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 shall 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.
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. Constntction and Venue.
THIS AGREEMENT SHALL BE GOVERNED BY AND CONSTRUED IN ACCOR.DANCE WITH THE
LAWS OF THE STATE OF TEXAS. THIS AGR.EEMENT IS PERFORMABLE IN LUBBOCK
COUNTY, TEXAS. THE PARTIES HERETO HEREBY IItREVOCABLY CONSENT TO THE SOLE
AND EXCLUSIVE JURISDICTION AND VENUE OF THE COURTS OF COMPETENT
Page 7 of 11
JURISDICTION OF THE STATE OF TEXAS, COUNTY OF LUBBOCK, FOR THE PURPOSES OF
A�.L 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 competent jurisdiction 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 "C" 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.
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 ternunate 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
Page 8 of 11
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. Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist
Organization Prohibited. Pursuant to Section 2252.152 of the Texas Government Code, prohibits the City
from entering into a contract with a vendor that is identified by The Comptroller as a company known to
have contracts with or provide supplies or service with Iran, Sudan or a foreign terrorist organization
P. No Boycott of Israel. Pursuant to Section 2271.002 of the Texas Government Code, a) This
section applies only to a contract that: (1) is between a governmental entity and a company with 10 or more
full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly from public
funds of the governmental entity. (b) A governmental entity may not enter into a contract with a company
for goods or services unless the contract contains a written verification from the company that it: (1) does
not boycott Israel; and (2) will not boycott Israel during the term of the contract.
Q. Texas Government Code 2274. By entering into this Agreement, Contractor verifies that: (1) it
does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive
that discriminates against a firearm entity or firearm trade association or (2) the verification required by
Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a company
with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or more,
Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it does not have a practice,
policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and
will not discriminate during the term of the contract against a firearm entity or firearm trade association.
R. Contractor represents and warrants that: (1) it does not, and will not for the duration of the
contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas
Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time
employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that, pursuant
to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not boycott
energy companies during the term of the Agreement. This verification is not required for an agreement
where a governmental entity determines that these requirements are inconsistent with the governmental
entity's constitutional or statutory duties related to the issuance, incurrence, or management of debt
obligations or the deposit, custody, management, borrowing, or investment of funds.
S. Texas Public Information Act. The requirements of Subchapter J, Chapter 552, Government
Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if
the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter.
To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees
to: (1) preserve all contracting information related to the contract as provided by the records retention
Page 9 of 11
requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to
the governmental body any contracting information related to the contract that is in the custody or
possession of the entity on request of the governmental body; and (3) on completion of the contract, either:
(A) provide at no cost to the governmental body all contracting information related to the contract that is in
the custody or possession of the entity; or (B) preserve the contracting information related to the contract
as provided by the records retention requirements applicable to the governmental body.
T. Professional Responsibility. All architectural or engineering services to be performed shall be
done with the professional skill and care ordinarily provided by competent architects or engineers practicing
under the same or similar circumstances and professional license.
Page 10 of 11
EXECUTED as of the Effective Date hereof.
CITY OF LUBBOCK
ATTEST:
Courtney Paz, City Secretary
APPROVED AS TO CONTENT:
City Department Head , C, �.L7 �,�� � �
APPROVED AS TO FORM:
elli Leisure, Senior Assistant City Attorney
Firm
Freese and Nichols, Inc.
By: �� ��.�,
Nicholas Lester, Vice President/Principal
Email: ncl�u,freese.com
Page 11 of 11
EXHIgIT A
SCOPE OF SERVICES FOR:
UNPAVED ROADS IMPROVEMENTS PROJECT
GENERAL: The City of Lubbock (OWNER) is working on an initiative to pave all existing unpaved roads in the
City of Lubbock and is requesting assistance from Freese and Nichols, Inc. (ENGINEER) to complete
design tasks in pursuit of this initiative. Specific project locations (listed below) and needs are to be
identified for each project assignment and bid sets will be combined, at the City's discretion and
according to the City's funding schedule.
•Newcomb Avenue from Avenue E to Mesa Road
•Mesa Road from Owens Street to Kent Street
•Vanda Avenue from E 46`h Street to E 50th Street
•E 47th Street from Vanda Avenue to South East Drive
•Ivory Avenue from E 54`h Street to alley before E 58th Street
BASIC SERVICES: The Basic Services include the project administration, preliminary investigations and
reports, preparation of detailed design as set forth herein, construction documents, and construction bid
and award services. ENGINEER shall render the following professional services in connection with the
development of the Project:
A. GENERAL SCOPE OF SERVICES TASKS: ENGINEER will provide the following as part of the Project:
1. Attend a kick-off meeting to clarify the City's requirements for each assignment, review
pertinent data, review Project staffing and organization, and present the initial work plan and
schedule.
2. Provide administration and management of The Project. Review ongoing activities. Monitor
schedule and budget. Review progress with OWNER on a regular basis. Discuss issues with the
OWNER as they are noted. Attend monthly coordination meetings with the OWNER. Prepare
and distribute minutes of the meetings. All meetings provided for in this Agreement shall occur
at the offices of the OWNER, or other location determined by the OWNER.
3. Provide monthly update reports which include the following:
•Status of the work
•Major tasks to be completed in the next month
Page 1 of 9
• Discussion of major issues
•Scope changes to project scope or Engineer's scope
•Project budget update (if major changes since the last update)
• Project schedule update (if major changes since the last update)
•Status of deliverables
B. DESIGN PHASE: FNI shall provide professional services in this phase as follows:
1. Prepare plans, specifications, contract documents, designs, and layouts of improvements to be
constructed for the execution of the Unpaved Roadway Improvements initiative.
2. Advise OWNER of need for and recommend Right Of Way and Easements.
3. Furnish necessary information to utility companies whose facilities may be affected by the
Project. Coordinate the locating and potential relocation with utility companies.
4. Provide appropriate analysis of drainage conditions to show no adverse impacts and to meet
City requirements for each assignment.
5. Preliminary (60%) Deliverable - Furnish OWNER electronic copies of preliminary plans,
specifications, and estimates marked "Preliminary" for approval by OWNER. Submitted
documents will include typical sections, plan and profile sheets, and typical details. The
drawings will be sufficient to show the overall layouts and design intent but will lack many
notes and minor details. The specifications will include a list of planned City or TxDOT bid
items.
6. After OWNER'S review, ENGINEER will meet with OWNER to discuss review comments.
7. 100% Deliverable - Furnish OWNER electronic copies of preliminary (100%) plans,
specifications, and bid proposals marked "Preliminary" for approval by OWNER. ENGINEER will
meet with the OWNER to present the preliminary plans and specifications. After OWNER'S
review, ENGINEER will meet with OWNER to receive comments. Upon final approval by
OWNER, ENGINEER will complete the plans and specifications and provide OWNER six (6) sets
of copies of "Final" plans and specifications. 100% Deliverable documents will include all
drawing sheets and specifications with some minor corrections and notes remaining.
8. Prepare bidder's proposal forms (project quantities) of the improvements to be constructed for
the Unpaved Roadway Improvements project.
Page 2 of 9
C. CERTIFICATE OF NO-RISE: A segment of Mesa Rd currently crosses over a FEMA-designated Zone AE
with defined regulatory floodway. Therefore, the proposed paving improvements along this segment
will require the preparation and submittal of a No-Rise Certification to the City of Lubbock. This effort
includes the following tasks:
1. Convert the effective FEMA model for this area from HEC-2 to HEC-RAS.
2. Prepare Duplicate Effective model - duplicate the results of the effective model.
3. Prepare Corrected Effective model - make any corrections to the effective model, such as
technical errors in the effective modeling or the inclusion of any floodplain changes that
occurred prior to the date of the effective model.
4. Prepare Existing Conditions model - reflect any modifications that have occurred within the
floodplain since the date of the effective model but prior to the proposed improvements.
5. Prepare Proposed Conditions model - reflect the proposed conditions.
6. Conduct hydraulic simulations for the 100-year storm event, including floodway analysis.
Hydrologic inputs will be adopted from the effective model, no hydrologic analysis updates are
included in this scope of work.
7. Prepare No-Rise Certification and supporting Technical Memorandum.
8. This scope of work assumes that a revision of floodway boundaries will not be required. If the
proposed improvements require a change in the FEMA-designated floodway boundaries, FNI
can prepare a floodway revision request as an additional service.
D. BID AND AWARD PHASE: Upon completion of the design services and approval of "Final" drawings and
specifications by Owner, FNI will proceed with the performance of services in this phase as follows upon
request from the City:
1. Assist OWNER in securing bids, issuing notice to bidders and notifying selected plan rooms.
2. Attend one (1) pre-bid conference.
3. Issue Addenda as appropriate to clarify, correct, or change the bidding documents.
4. Assist OWNER in the opening, tabulation, and analysis of the bids received and furnish
recommendations on the award of contract as appropriate.
Page 3 of 9
SPECIAL SERVICES: FNI shall render the following special services in connection with The Project:
A. SURVEYING: The City of Lubbock has collected survey for the portions of Newcomb Avenue, Mesa Road,
Vanda Avenue, and E 47`h Street included in the project. FNI will retain and monitor and direct, through
a subcontract, the efforts of a survey firm to provide the following services for 54th & Ivory and where
additional topographic and/or boundary survey are needed to prepare design documents for the
remaining four projects, up to the allocated effort:
1. Topographic Survey
2. Establish project control.
3. Research property owners, plats, deeds, easements and ROW.
4. Locate existing property corners to establish property and ROW.
5. Request 811 utility marking and incorporate markings into survey deliverable.
6. Prepare exhibits and legal descriptions for right-of-way/easement acquisitions.
TIME OF PERFORMANCE: FNI is authorized to commence work on The Project upon execution of this
AGREEMENT and agrees to complete the services within eighteen (18) months.
If FNI's services are delayed through no fault of FNI, FNI shall be entitled to adjust contract schedule
consistent with the number of days of delay. In the event FNI asserts that it is entitled to additional time, it
shall provide notice to the OWNER as soon as reasonably practicable after the event allegedly causing such
delay shall occur ("Delay Event"), but in no event to exceed five (5) business days after the occurrence of
the Delay Event. FNI shall use and exercise all diligence to promptly remove or remediate such Delay Event.
In the event notice of the Delay Event shall not be provided as prescribed herein, FNI shall not be entitled
to relief from schedule as provided in this AGREEMENT. These delays may include but are not limited to
delays in OWNER or regulatory reviews, delays on the flow of information to be provided to FNI, except any
delays occasioned by subcontracts or sub consultants of FNI, and governmental approvals. These delays
may result in an adjustment to compensation.
Page 4 of 9
PART 2, ADDITIONAL SERVICES
UNPAVED ROADS IMPROVEMENTS PROJECT
ADDITIONAL SERVICES: Additional Services to be performed by FNI, if authorized by Owner, which are not
included in the above described General Services, Basic Services, and Special Services, are, except as may
otherwise provided to be performed by FNI, described as follows:
A. Subsurface Utility Engineering (SUE).
B. Geotechnical Engineering (field work or pavement design).
C. Right-of-Way acquisition services beyond the preparation of instruments as described in SPECIAL
SERVICES. �
0. Any drainage modeling or analysis in the case where adverse impacts exist in the proposed
condition.
E. FEMA Coordination or making modifications to the Certificate of No Rise as a result of FEMA
comments.
F. Formal City of Lubbock submittals for Drainage Analysis Reports (DARs) or Playa Lake Cut/Fill Plans.
G. Additional survey to supplement data collected by the City that exceeds the allocated fee amount.
H. Field layouts or the furnishing of construction line and grade surveys.
I. Providing services to investigate existing conditions or facilities, o� to make measured drawings
thereof, or to verify the accuracy of drawings or other information furnished by Owner.
J. Making revisions to drawings, specifications or other documents when such revisions are 1) not
consistent with approvals or instructions previously given by Owner or 2) due to other causes not
solely within the control of FNI.
K. Preparing data and reports for assistance to Owner in preparation for hearings before regulatory
agencies, courts, arbitration panels or any mediator, giving testimony, personally or by deposition,
and preparations therefore before any regulatory agency, court, arbitration panel or mediator.
L. Assisting Owner in preparing for, or appearing at litigation, mediation, arbitration, dispute review
boards, or other legal and/or administrative proceedings in the defense or prosecution of claims
disputes with Contractor(s).
M. Assisting Owner in the defense or prosecution of litigation in connection with or in addition to
those services contemplated by this AGREEMENT. Such services, if any, shall be furnished by FNI on
a fee basis negotiated by the respective parties outside of and in addition to this AGREEMENT. This
Page 5 of 9
provision shall not apply to any expense related to a legal action to which FNI is a party.
N. Design, contract modifications, studies or analysis required to comply with local, State, Federal or
other regulatory agencies that become effective after the date of this agreement.
O. Services required to resolve bid protests or to rebid the projects for any reason other than fault of
any type or degree of FNI.
P. Visits to the site in excess of the number of trips included in the General Services, Basic Services, or
Special Services for periodic site visits, coordination meetings, or contract completion activities.
Q. Providing basic or additional services on an accelerated time schedule. The scope of this service
include cost for overtime wages of employees and consultants, inefficiencies in work sequence and
plotting or reproduction costs directly attributable to an accelerated time schedule directed by the
Owner.
R. Providing services made necessary because of unforeseen, concealed, or differing site conditions or
due to the presence of hazardous substances in any form, except as noted in the scope of services.
S. Provide any services after the satisfactory conclusion and completion of the General Services, Basic
Services, and Special Services of the Project.
T. Preparation of a Pre-Construction Notification or an Individual Section 404 permit application for
submittal to the U.S. Army Corps of Engineers (USACE).
U. Preparation of a Jurisdictional Determination (JD) Report or a request for a USACE 1D.
V. Presence/absence surveys for federally listed threatened/endangered species.
W. Conducting cultural resources studies or surveys.
X. Phase I Environmental Site Assessment.
Y. Preparation of a Storm Water Pollution Prevention Plan (SWPPP).
Z. Other environmental permitting assistance or services not specifically described under BASIC
SERVICES of this scope.
AA. Environmental assessment & THC coordination
BB. General and/or Resident Representation during construction.
Page 6 of 9
PART 3, RESPONSIBILITIES OF THE OWNER
UNPAVED ROADS IMPROVEMENTS PROJECT
RESPONSIBILITIES OF OWNER: Owner shall perform the following in a timely manner so as not to delay the
services of FNI:
A. Owner recognizes and expects that certain Change Orders, herein so called, may be required.
Any responsibility of Engineer for the costs of Covered Changed Orders will be determined on the
basis of applicable contractual obligations and professional liability standards. For purposes of this
paragraph, the responsibility of Engineer for the costs of Change Orders will not include:
• any costs that Owner would have incurred if the Change Order work had been included
originally in the Contract Documents and its lack of inclusion was not due, in whole or in
part, to any fault, error, or omission of Engineer related thereto,
• Any costs that are due to unforeseen site conditions, or
• Any costs that are due to changes made by the Owner.
• Any costs that are incurred due to the negligence of the construction contractor
Wherever used in this document, the term Engineer includes Engineers officers, directors,
partners, employees, agents, and Engineers Consultants.
8. Designate in writing a person to act as Owner's representative with respect to the services to be
rendered under this AGREEMENT. Such person shall have contract authority to transmit
instructions, receive information, interpret and define Owner's policies and decisions with respect
to FNI's services for the Project.
C. Provide all criteria and full information as to Owner's requirements for the Project, including design
objectives and constraints, space, capacity and performance requirements, flexibility and
expandability, and any budgetary limitations; and furnish copies of all design and construction
standards which Owner will require to be included in the drawings and specifications.
D. Assist FNI by placing at FNI's disposal all available information pertinent to the Project including
previous reports and any other data relative to design or construction of the Project as provided in
this AGREEMENT.
�, Arrange for access to and make all provisions for FNI to enter upon public and private property as
required for FNI to perform services under this AGREEMENT.
Page 7 of 9
F. Examine all studies, reports, sketches, drawings, specifications, proposals and other documents
presented by FNI, obtain advice of an attorney, insurance counselor and other consultants as
Owner deems appropriate for such examination and render in writing decisions pertaining thereto
within a reasonable time so as not to delay the services of FNI.
G. Furnish approvals and permits from all governmental authorities having jurisdiction over the
Project and such approvals and consents from others as may be necessary for completion of the
Project, except as otherwise the responsibility of FNI as provided in this AGREEEMENT.
t�. Give prompt written notice to FNI whenever Owner observes or othen�vise becomes aware of any
development that affects the scope or timing of FNI's services.
Furnish, or direct FNI to provide, Additional Services as stipulated in Exhibit "A," Part 2, if deemed
necessary by Owner.
J. Bear all costs incident to compliance with the requirements of this Exhibit "A", Part 3.
K. Provide the following services, unless provided specifically otherwise in this Agreement:
a. Provide land acquisition services.
b. Pay all permits fees and mitigation cost.
c. Provide land title research and title policy.
d. Provide advertisement for bids in local publications as required.
Page 8 of 9
EXHIBIT B — BUDGE7
UNPAVED ROADWAY IMPROVEMENTS
CITY and ENGINEER have established a not-to-exceed budget of 204 000 to complete services under this
AGREEMENT. This amount will not be exceeded without a contract amendment. CITY will pay the ENGINEER
hourly, for services identified in Exhibit A, based on ENGINEERS Fee Schedule presented as EXHIBIT C.
Subconsultant services will be billed at cost to ENGINEER with a 10 percent handling fee. The Budget is
presented for the services of ENGINEER under this AGREEMENT are provided in this Exhibit B. CITY and
ENGINEER agree to allow redistribution of funds between Tasks as appropriate to allow flexibility in
providing the needed services within the not-to-exceed budget.
ENGINEER agrees to complete these services as delineated above. Should there be a Change in Scope of
Work or Time of Performance, then this can result in an amendment to this contract which shall be
negotiated at that time.
Page 9 of 9
FREESE ANb NICHOLS, INC.
ATTACHMENT CO
Exhibit C
Position
Principal / Group Manager
Technical Professional - 6
Technical Professional - 5
Technical Professional - 4
Technical Professional - 3
Technical Professional - 2
Technical Professional -1
CAD Technician/Designer - 3
CAD Technician/Designer - 2
CAD Technician/Designer - 1
Senior CAD Technician/Designer
Construction Manager - 4
Construction Manager - 3
Construction Manager - 2
Construction Manager -1
Corporate Project Support - 3
Corporate Project Support - 2
Corporate Project Support - 1
Intern/ Coop
Rates for In-House Services
Technolosv Char�e
$8.50 per hour
Travel
Standard IRS Rates
LUBBOCK RATE SCHEDULE
Bulk Printins and Reproduction
Small Format (per copy)
Large Format (per sq. ft.)
Bond
Glossy / Mylar
Vinyl / Adhesive
Mounting (per sq. ft.)
Binding (per binding)
Rate
342
335
270
232
194
170
140
188
141
112
232
200
151
143
112
157
141
108
73
B&W Color
$0.10 $0.25
$0.25 $0.75
$0.75 $1.25
$1.50 $2.00
$2.00
$0.25
OTHER DIRECT EXPENSES:
Other direct expenses are reimbursed at actual cost times a multiplier of 1.10. They include outside printing and reproduction
expense, communication expense, travel, transportation and subsistence away from the FNI office and other miscellaneous expenses
directly related to the work, including costs of laboratory analysis, test, and other work required to be done by independent persons
other than staff members. For Resident Representative services performed by non-FNI employees and CAD services performed In-
house by non-FNI employees where FNI provides workspace and equipment to perform such services, these services will be billed at
cost times a multiplier of 2.0. This markup approximates the cost to FNI if an FNI employee was performing the same or similar
services.
Rates to be adjusted no more than 5% annually
LU822
CERTIFICATE OF INTERESTED PARTIES
FORnn 1295
lofl
Complete Nos.1- 4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos. i, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entiry filing form, and the ciry, state and country of the business entity's place Certificate Number:
of business. 2024-1136206
Freese and Nichols, Inc.
Fort Worth, TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 03/19/2024
being filed.
City of Lubbock Date Acknowledged:
04/03/2024
3 Provide the identification number used by the governmental entiry or state agency to track or identity the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
17969
Unpaved Roads Improvements Project
Nature of interest
4
Name of Interested Party City, State, Country (place of business) (check applicable)
Controlling Intermediary
Pence, Bob Fort Worth, TX United States X
Coltharp, Brian Fort Worth, TX United States X
Archer, Charles Raleigh, NC United States X
Greer, Alan Fort Worth, TX United States X
Hatley, Tricia Oklahoma Ciry, OK United States X
Johnson, Kevin Dallas, TX United States X
Payne, Jeff Fort Worth, TX United States X
Reedy, Mike Houston, TX United States X
Wolfhope, John Austin, TX United States X
5 Check only if there is NO Interested Parry. ❑
6 UNSWORN DECLARATION
My name is , and my date of birth is
My address is ,
(street) (city) (state) (zip code) (country)
I declare under penalry of perjury that the foregoing is true and correct.
Executed in County, State of , on the day of , 20
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.5b35d027
CERTIFICATE OF INTERESTED PARTIES
FORnn 1295
1 of 1
Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos. l, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form, and the ciry, state and country of the business entity's place Certificate Number:
of business. 2024-1136206
Freese and Nichols, Inc.
Fort Worth, TX United States oate Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 03/19/2024
being filed.
City of Lubbock Date Acknowledged:
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
17969
Unpaved Roads Improvements Project
Nature of interest
4 Name of Interested Pa Ci State, Count lace of business check a licable
►tY tY� �Y (P ) ( PP 1
Controlling Intermediary
Pence, Bob Fort Worth, TX United States X
Coltharp, Brian Fort Worth, TX United States X
Archer, Charles Raleigh, NC United States X
Greer, Alan Fort Worth, TX United States X
Hatley, Tricia Oklahoma Ciry, OK United States X
Johnson, Kevin Dallas, TX United States X
Payne, Jeff Fort Worth, TX United States X
Reedy, Mike Houston, TX United States X
Wolfhope, John Austin, TX United States X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is Pam Fordtran , and my date of birth is
My address is 800 N. Shoreline, Suite 1600N Corpus Christi TX 78401 USA
(street) (city) (state) (zip code) (country)
I declare under penalry of perjury that the foregoing is true and correct.
Executed in Nueces County, State of Texas , on the 19th day of March 20 24
(month) (year)
�� �a��
Signature of authorized agent of contracting business entity
(Declarant)
Forms providetl by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.5b35tlOZ7