Loading...
HomeMy WebLinkAboutResolution - 2020-R0100 - Kimley-Horn Associates - 03/24/2020 Resolution No. 2020-RO100 Item No. 7.10 March 24, 2020 RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of th City of Lubbock is hereby authorized and directed to execute for and on behalf of the City Lubbock, Contract No. 15089 for 114`h Street Reconstruction from Slide Road to Quaker .+ enue, by and between the City of Lubbock and Kimley-Horn Associates, Inc., of North Carolina, 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 b the Ci Council on March 24 2 2 y City . , 0 0 DANIEL M. POPE, MAYOR ATTEST: Retie a Garza, City Secret• APPROVED AS TO CONTENT: Jesica Mc chern, A tart City Manager APPROVED AS TO FORM: elli Leisure, Assistant City Attorney ccdocs.-RES.Contract 14084 114 ' Street Reconstruction from Slide Road to Quaker Avenue March 17,2020 i Resolution No. 2020-RO100 PROFESSIONAL SERVICES AGREEMENT STATE OF TEXAS § COUNTY OF LUBBOCK § This Professional Service Agreement("Agreement")Contract No.15089 is entered into this 24th day of March ,2020, is by and between the City of Lubbock(the"City"),a Texas home rule municipal corporation,and Kimley-Horn and Associates,Inc.(the"Engineer"), a North Carolina corporation. WITNESSETH WHEREAS,The City desires to contract with the Engineer to provide professional services for the design of 110 Street Reconstruction from Slide Road to Quaker Avenue(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 365 days. If the Engineer determines that additional time is required to complete the Services,the City Engineer, may, but is not obligated to, in his or her discretion, execute an agreement to grant up to an additional six (6) months of time so long as the amount of the consideration does not increase. An amendment to this Agreement resulting in an increase in the amount of the consideration must be approved by the City acting through its governing body. Page 1 of 10 ARTICLE 11.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$876,559.00,as set forth in Exhibit"B". ARTICLE M.TERMINATION A. General. The City may terminate this Agreement, for any reason or convenience, upon thirty (30) days written notice to the Engineer. In the event this Agreement is so terminated, the City shall only pay the Engineer for services actually performed by the Engineer up to the date the Engineer is deemed to have received notice of termination,as provided herein. B. Termination and Remedies. In the event the Engineer breaches any term and/or provision of this Agreement, the City shall be entitled to exercise any right or remedy available to it by this Agreement, at law, equity, or otherwise, including without limitation, termination of this Agreement and assertion of an action for damages and/or injunctive relief. The exercise of any right or remedy shall not preclude the concurrent or subsequent exercise of any right or remedy and all rights and remedies shall be cumulative. ARTICLE IV.NON-ARBITRATION The City reserves the right to exercise any right or remedy available to it by law,contract,equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and another provision in,or related to,this Agreement,this provision shall control. ARTICLE V.REPRESENTATIONS AND WARRANTIES A. Existence. The Engineer is a corporation duly organized,validly existing,and in good standing under the laws of the State of Texas and is qualified to carry on its business in the State of Texas. B. Corporate Power. The Engineer has the corporate power to enter into and perform this Agreement and all other activities contemplated hereby. Page 2 of 10 C. Authorization. Execution, delivery, and performance of this Agreement and the activities contemplated hereby have been duly and validly authorized by all the requisite corporate action on the part of the Engineer. This Agreement constitutes legal, valid, and binding obligations of the Engineer and is enforceable in accordance with the terms thereof. D. Engineer. The Engineer maintains a professional staff and employs, as needed, other qualified specialists experienced in providing the Services,and is familiar with all laws,rules, and regulations, both state and federal, including, without limitation the applicable laws, regarding the Activities contemplated hereby. E. Performance. The Engineer will and shall conduct all activities contemplated by this Agreement in accordance with the standard of care, skill and diligence normally provided by a professional person in performance of similar professional services, and comply with all applicable laws, rules,and regulations,both state and federal,relating to professional services,as contemplated hereby. F. Use of Copyrighted Material. The Engineer warrants that any materials provided by the Engineer for use by City pursuant to this Agreement shall not contain any proprietary material owned by any other party that is protected under the Copyright Act or any other law, statute, rule, order, regulation, ordinance or contractual obligation relating to the use or reproduction of materials. The Engineer shall be solely responsible for ensuring that any materials provided by the Engineer pursuant to this Agreement satisfy this requirement and the Engineer agrees to indemnify and hold City harmless from all liability or Ioss 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 unemployment insurance, old age benefits, workers compensation, labor, personal injury or taxes of any kind. Page 3 of 10 ARTICLE VIII.INSURANCE The Engineer shall procure and carry, at its sole cost and expense through the life of this Agreement, except as otherwise provided herein, insurance protection as hereinafter specified, in form and substance satisfactory to the City, carried with an insurance company authorized to transact business in the state of Texas, covering all aspects and risks of loss of all operations in connection with this Agreement, including without limitation, the indemnity obligations set forth herein. The Engineer shall obtain and maintain in full force and effect during the term of this Agreement, and shall cause each approved subcontractor or sub-consultant of the Engineer 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 day's notice of cancellation. A copy of the additional insured endorsement and waiver of subrogation attached to the policy shall be included in the Certificate. The Engineer shall elect to obtain worker's compensation coverage pursuant to Section 406.002 of the Texas Page 4 of 10 Labor Code. Further, the Engineer shall maintain said coverage throughout the term of this Agreement and shall comply with all provisions of Title 5 of the Texas Labor Code to ensure that the Engineer maintains said coverage. The Engineer may maintain Occupational Accident and Disability Insurance in lieu of Worker's Compensation. In either event, the policy 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 IX. EMPLOYMENT OF AGENTS/RETAINING 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 confidence and shall not reveal such information to third parties without prior written consent of the City,unless otherwise required by law. Page 5 of 10 ARTICLE XI.INDEMNITY 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 THE GENERALITY OF THE FOREGOING, ALL EXPENSES OF LITIGATION, COURT COSTS, AND ATTORNEY'S FEES, FOR INJURY OR DEATH TO ANY PERSON, OR INJURY TO ANY PROPERTY, RECEIVED OR SUSTAINED BY ANY PERSON OR PERSONS OR PROPERTY, TO THE EXTENT ARISING OUT OF, RELATED TO OR OCCASIONED BY, THE NEGLIGENT ACTS OF THE ENGINEER, ITS AGENTS, EMPLOYEES, AND/OR SUBCONSULTANTS, RELATED TO THE PERFORMANCE, OPERATIONS OR OMISSIONS UNDER THIS AGREEMENT AND/OR THE USE OR OCCUPATION OF CITY OWNED PROPERTY. THE INDEMNITY OBLIGATION PROVIDED HEREIN SHALL SURVIVE THE EXPIRATION OR TERMINATION OF THIS AGREEMENT. ARTICLE 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 party 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: KIMLEY-HORN AND ASSOCIATES, INC. G. Brad Tribble, P.E. 2201 West Royal Lane, Suite 275 Irving, TX 75063 Telephone: 214-420-5600 Page 6 of 10 C.City's Address. The City's address and numbers for the purposes of notice are: Adam Nixon,P.E City of Lubbock P.O. Box 2000 1625 13th Street Lubbock,Texas 79457 Telephone: 806.775.2344 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"). The 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. Page 7 of 10 F. Construction and Venue. THIS AGREEMENT SHALL BE GOVERNED BY AND CONSTRUED IN ACCORDANCE WITH THE LAWS OF THE STATE OF TEXAS. THIS AGREEMENT IS PERFORMABLE IN LUBBOCK COUNTY, TEXAS. THE PARTIES HERETO HEREBY IRREVOCABLY CONSENT TO THE SOLE AND EXCLUSIVE JURISDICTION AND VENUE OF THE COURTS OF COMPETENT JURISDICTION OF THE STATE OF TEXAS, COUNTY OF LUBBOCK, FOR THE PURPOSES OF ALL LEGAL PROCEEDINGS ARISING OUT OF OR RELATING TO THIS AGREEMENT OR THE ACTIONS THAT ARE CONTEMPLATED HEREBY. G. Severability. If any provision of this Agreement is ever held to be invalid or ineffective by any court of 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 "B" attached hereto, contains the entire agreement between the City and the Engineer, and there are no other written or oral promises, conditions, warranties, or representations relating to or affecting the matters contemplated herein. J. No Joint Enterprise. Nothing contained herein shall be construed to imply a joint venture,joint enterprise, partnership or principal agent relationship between the Engineer and the City. 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. Page 8 of 10 N.Non-Appropriation. All funds for payment by the City under this Agreement are subject to the availability of an annual appropriation for this purpose by the City. In the event of non-appropriation of funds by the City Council of the City of Lubbock for the services provided under the Agreement, the City will terminate the Agreement, without termination charge or other liability, on the last day of the then- current fiscal year or when the appropriation made for the then-current year for the services covered by this Agreement is spent, whichever event occurs first (the "Non-Appropriation Date"). If at any time funds are not appropriated for the continuance of this Agreement, cancellation shall be accepted by the Engineer on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and the City shall not be obligated under this Agreement beyond the Non-Appropriation Date. O. SB 252. SB 252 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 2270.002 of the Texas Government Code, Respondent certifies that either(i) it meets an exemption criteria under Section 2270.002; or(ii) it does not boycott Israel and will not boycott Israel during the term of the contract resulting from this solicitation. Respondent shall state any facts that make it exempt from the boycott certification in its Response. Q. 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: (I)preserve all contracting information related to the contract as provided by the records retention 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. REMAINDER OF PAGE LEFT BLANK INTENTIONALLY Page 9 of 10 EXECUTED as of the Effective Date hereof. CITY OF LUBBOCK DANIEL M.POPE, MAYOR ATTEST: D.4 &01'La A---) Reb cca Garza, City Se re APPROVED AS TO CONTENT: Michael G. Keenum, P.E., CFM,Division Director of Engineering/City Engineer APPROVED AS TO CONTENT: �- Jos"inek, P Assistant City Engineer/Capital Projects and Design APPROVED AS TO FORM: feisure,Assistant City Attorney Kimley-Horn and Associates, Inc. C-40 By: _ G. Brad Tribble, P.E., Senior Vice President Page 10 of 10 EXHIBIT A Engineering Scope of Services 114th Street reconstruction - Slide Road to Quaker Avenue City of Lubbock PROJECT UNDERSTANDING 1. Existing corridor: a. Existing 3-lane HMAC pavement on improved subgrade b. Slide intersection throat width: 3 lanes c. Quaker intersection throat width: 7 lanes with additional eastbound right turn lane d. New HEB under construction at southwest corner of Quaker Avenue and 114th Street. Store opening projected to be late 2020 2. Proposed improvements include: a. 5-lane HMAC proposed roadway(concrete pavement as a bid alternate) b. 7-lane approaches at Slide Road and Quaker Avenue intersections (concrete approach legs) L No modifications to Slide Road and 114th Street West of Slide Road ii. No modifications to Quaker Avenue and 114th Street East of Quaker Avenue c. 50-ft. wide drainage channel within existing 50' drainage easement adjacent to south ROW d. Cross culverts immediately east of Savannah Avenue e. Minor water utility extensions 3. Special considerations for this project: a. Due to the late 2020 opening of the HEB at the southwest corner of 114th Street and Quaker Avenue,the City would like to pursue a non-traditional approach to bidding the project. This expedited option will be used only if the City can secure funding for this delivery schedule. In the case that funding cannot be secured for the initial phase in the timeframe proposed, a traditional delivery method will be used. This traditional method is addressed in this scope of services as a 30%, 60°x, and Final submission. b. Due to the limited calendar time for survey and design,the City wishes to bid the entire project at once. c. The bid will include all pay items and anticipated quantities for the entire project. We plan to avoid any significant quantity changes between 30%and 100%that might result in a change order. d. The bid documents will include: i. 100%plans on a 120-calendar day deadline to complete the 3 lanes in front of HEB property. ii. 30%-50% plans on a traditional calendar day contract to complete the balance of the project. 114th Street Reconstruction from Slide Road to Quaker Avenue Page 1 of 15 Exhibit A- Engineering Scope of Services March 16, 2020 e. Once 100% plans are complete they will be change ordered into the construction contract (not anticipating additional construction cost). The professional services generally will include: ■ Design survey • Existing Right-of-way(ROW) survey ■ ROW and easement acquisition services ■ Geotechnical investigation ■ SUE ■ Drainage study and associated design of channel and culvert improvements ■ Roadway design; including two bid alternatives for use of HMAC or concrete pavement ■ Minor water and sanitary sewer extensions and/or adjustments ■ Traffic signal adjustments at Slide Road intersection (including TxDOT coordination) • Traffic control plans • Utility coordination ■ Identify and partner with City to evaluate innovative project delivery (contracting) methods [Not anticipated at this time] ■ Identify and partner with City to evaluate innovative construction sequencing alternatives and bid alternates ■ Bidding Phase support services ■ Construction Phase Engineer of Record support services ■ Construction Phase RPR Services 1. Design Survey 1.1. Survey Data—develop an existing boundary survey and existing topographic data within the limits of this project. 1.1.1 Data Collection and Property Research—SURVEYOR will collect available data to determine the boundary locations and owner information for all adjacent properties within the project limits. • Design Survey • The limits of the survey along 114th Street will extend from the east side of Slide Road to the west side of Quaker Avenue. The survey will include the existing and proposed right-of-way width of 110', 50' drainage easement along south side of 11411 Street, and where subdivisions and structures are encountered adjacent to 114th Street. Data will be collected a minimum of 20-feet beyond the right-of-way or drainage easement limits. • The following areas shall also be surveyed: o Minor Cross Streets- 100-feet north and south of the proposed 114th Street centerline at every minor cross street. o Finished floor elevations of existing structures adjacent to the right-of- way as needed • Place control monuments with aluminum caps in concrete. Establish horizontal state plane coordinates (NAD 83) using GPS. Establish vertical 114th Street Reconstruction from Slide Road to Quaker Avenue Page 2 of 15 Exhibit A- Engineering Scope of Services March 16, 2020 control coordinates on NAVD 88. Monuments will be set to accommodate the limits of construction where possible. • Perform a field survey to identify and locate existing topographic elements within the roadway corridor including, but not limited to the following: o Evidence of property boundary locations adjacent to the corridor. o Existing pavement, curbs, sidewalks, barrier free ramps, etc. o Roadway and lane striping along 114th Street and intersecting streets o Driveways (including material) o Parking lots within 20-ft of proposed ROW o Alleys (including material) o Existing culvert sizes and invert elevations, including cross sections approaching culvert crossings and headwalls/wingwalls o Existing driveways and swales o Visible utilities including: manholes, vaults, water valves, water meters, telephone poles, power poles, utility markers, water well features, other public utilities, and franchise utilities o Traffic signal poles, cabinets, and other signal equipment o Signs (excluding temporary signs) o Trees (larger than 6" caliper) and tree clusters o Buildings and permanent structures o Retaining walls o Fence/Wall limits and material types (excluding temporary fences) o Other applicable physical features that could impact design o Prepare a final topographic drawing in digital format (including contours and break lines) showing the features located in the field as well as right-of-way strip map information, an ASCII coordinate file of the points located in the field, and a hard copy of the coordinates and feature descriptions 2. Right of Way Survey and Services 2.1. Provide Existing ROW Base Map 2.1.1 The existing right of way base map will include the following: • Parcels and easements with current recording information • Current property owner • Existing platted easements and easements available in the public record including easements provided by utility companies • Relate ROW to Roadway center line if Section Line differs 2.2. Perform the following ROW services in support of the City of Lubbock to acquire the needed property to construct the proposed roadway improvements. 2.2.1 Schedule and coordinate property appraisals. 2.2.2 Obtain Title Reports for each parcel to determine proper owner for negotiations. 2.2.3 Conduct appraisals on 1 parcel to determine fair market value for the purchase of a roadway easement. 2.2.4 Negotiate with property owners on behalf of City of Lubbock (up to 5 contacts) for purchase of roadway easement on 1 parcel. 114th Street Reconstruction from Slide Road to Quaker Avenue Page 3 of 15 Exhibit A- Engineering Scope of Services March 16, 2020 2.2.5 Obtain final approval from City of Lubbock prior to making offers and prior to making final agreement in negotiations. 2.2.6 Deliver properly executed documents to the City of Lubbock. 2.3. Prepare right of way instruments (1 parcel anticipated) 2.4. Individual parcel exhibits shall be on 8'/:"x11" paper, shall be sealed, dated, and signed by a Registered Professional Land Surveyor and shall contain the following: 2.4.1 Parcel number 2.4.2 Area required 2.4.3 Area remaining 2.4.4 Legal description 2.4.5 Current owner 2.4.6 Easements locatable in the public record 2.4.7 All physical features 2.4.8 Metes and bounds description of parcel to be acquired. The description shall be provided on a separate sheet from the exhibit. Each type of easement shall be described separately. 3. Geotechnical Investigation 3.1. Subsurface Exploration 3.1.1 Roadway • Three (3) roadway cores will be taken to determine the existing typical pavement section. o Slide Road to Quaker Avenue—3 cores • Seven (7) soil bores between the pavement and the ROW at locations to be determined by the engineer; to determine the quality of subgrade and whether the insitu soil will be suitable for roadway embankment (soil classification, moisture, relative density, etc.) • Soil samples will be identified according to test boring number and depth, and a representative portion of each sample will be sealed in a plastic bag to protect against moisture loss. • Atterberg limits will be performed to determine the engineering properties of the soil. 3.2. Laboratory Services Samples will be transported to the ENGINEER's laboratory where they will be examined and visually classified by a Geotechnical Engineer using the AASHTO and Unified Soil Classification System (USCS) in general accordance with ASTM D 2488.To aid in classification of the soils and determination of their selected engineering characteristics, a testing program will be conducted on selected samples in general accordance with the following standards: Laboratory Test Test Standard Moisture Content ASTM D 2216 Atterberg Limits ASTM D 4318 Percent Passing No. 200 Sieve ASTM D 1140 California Bearing Ratio (CBR) ASTM D 1883 114th Street Reconstruction from Slide Road to Quaker Avenue Page 4 of 15 Exhibit A- Engineering Scope of Services March 16, 2020 3.3. Engineering Services 3.3.1 Laboratory test results will be used to classify the soils according to the AASHTO and Unified Soil Classification System. ENGINEER will perform CBR's on selected samples to aid in the determination of the modulus of subgrade reaction or k- value used in rigid pavement design and the subgrade resilient modulus used on flexible pavement design. 3.3.2 Pavement Design: ENGINEER will analyze the results of the field exploration to provide pavement structure recommendations along with construction guidelines based on the results from the field and laboratory testing and provided traffic data. ENGINEER will prepare two (2) pavement options: one (1) pavement design option for rigid pavement and one (1) pavement design option for flexible pavement. 4. Subsurface Utility Engineering(SUE) 4.1. Utility Data—Franchise Utilities 4.1.1 The scope will include Quality Level (QL) B Subsurface Utility Engineering (SUE) Investigation, which is inclusive of(QL) D and C. The ENGINEER shall obtain information on existing utilities from utility owners and shall identify and evaluate known existing and proposed public and private utilities. The ENGINEER shall identify potential conflicts and attempt to minimize the potential adverse utility impacts in the preparation of the schematic design. The ENGINEER shall prepare a base map depicting the utility locations. 4.1.2 Utility investigations, both subsurface and above ground, will be prepared in accordance with ASCE C-138-02 and according to the Utility Quality Levels as described below: • Utility Quality Levels are defined in cumulative order (least to greatest) as follows: • Quality Level D- Existing Records: Utilities are plotted from review of available existing records. Level D is included in this scope of work. • Quality Level C-Surface Visible Feature Survey: Quality level "D" information from existing records is correlated with surveyed surface-visible features. Includes Quality Level D information. If there are variances in the designated work area of Level D, a new schematic or plan layout shall be necessary to identify the limits of the proposed project and the limits of the work area required for the work authorization; including highway stations, limits within existing or proposed right of way, additional areas outside the proposed right of way, and distances or areas to be included along existing intersecting roadways. Level C is included in this scope of work. • Quality Level B- Designate:Two-dimensional horizontal mapping. This information is obtained through the application and interpretation of appropriate non-destructive surface geophysical methods. Utility indications are referenced to established survey control. Incorporates quality levels C and D information to produce Quality Level B. If there are variances in the designated work area of Level D, a new schematic or plan layout shall be necessary to identify the limits of the proposed project and the limits of the 114th Street Reconstruction from Slide Road to Quaker Avenue Page 5 of 15 Exhibit A- Engineering Scope of Services March 16, 2020 work area required for the work authorization; including highway stations, limits within existing or proposed right of way, additional areas outside the proposed right of way, and distances or areas to be included along existing intersecting roadways. Level B is included in this scope of work. • Quality Level A—Locate (Test Hole):Three-dimensional mapping and other characterization data. This information is obtained through exposing utility facilities through test holes and measuring and recording(to appropriate survey control) utility/environment data. Incorporates quality levels B, C and D information to produce Quality Level A. Level A is NOT included in this scope of work. 4.1.3 The ENGINEER shall compile "Record Drawing" information from plans, plats and other location data as provided by the utility owners. A color-coded composite utility facility plan with utility owner names, quality levels and line sizes shall be prepared and delivered. It is understood by the ENGINEER that the line sizes of designated utility facilities detailed on the deliverable are from the best available records and that an actual line size is normally determined from a test hole vacuum excavation. A note must be placed on the designate deliverable only that states "lines sizes are from best available records". Above ground appurtenance locations collected as part of the topographic survey will be included in the deliverable to the County. This information shall be provided in the latest version of Micro Station or GeoPak used by the City. 4.1.4 Deliverables: • The electronic file will be delivered on CD or DVD. • A hard copy will be signed, sealed, and dated by the ENGINEER 5. Franchise Utility Coordination/Relocations 5.1. Coordination 5.1.1 At startup, send project notice to all Franchise Utilities via registered certified mail to provide project limits and schedule for construction. 5.1.2 Data Collection and Research • Update and maintain database of existing franchise utility representatives, including representative contact information (email, mailing address, phone, etc.) • Prepare exhibit that indicates franchise utility locations based upon SUE and survey • Coordination with Surveyor regarding topographic information to be collected on utility locations 5.1.3 Franchise Conflicts Evaluation • Coordinate possible conflicts due to vertical alignment of roadway and drainage facilities with SUE • Coordinate utility relocation assignments and schedule 5.1.4 Schedule, prepare for, attend and document up to four (4) Franchise Utility Coordination Meetings (one coordination meeting to be held at each of the following milestone submittals: project start-up, 30%(Preliminary Design), 60% 114th Street Reconstruction from Slide Road to Quaker Avenue Page 6 of 15 Exhibit A- Engineering Scope of Services March 16, 2020 and 100%design submittal). Meetings will address known potential conflicts and any future plans to extend franchise utility lines prior to roadway construction. 5.1.5 ENGINEER will work with franchise utilities to develop relocation plans to be prepared by the utility companies and initiated prior to letting. 6. Preliminary Design 6.1. Project Management 6.1.1 Conduct progress and design review meetings to monitor the development of the project. During the design phase of the project, conduct the following: • One (1) Project Kickoff Meeting with the City • Two (2) progress meetings with the City regarding project status and coordination issues. • Two (2) design review meeting on the preliminary milestone (30% and 60% Design) • For all meetings,the ENGINEER will prepare the meeting agendas and minutes 6.1.2 Coordinate with subconsultants (environmental, geotechnical, drainage, survey, and SUE) 6.1.3 Prepare and e-mail monthly progress reports to the City. 6.1.4 Maintain Project Schedule • Develop work plan (identify tasks and subtasks) • Develop roles and assignments • Develop and maintain schedule and interim milestones 6.1.5 Prepare Design Criteria (coordinate with City at Kickoff Meeting) 6.1.6 QA/QC milestone review for all deliverables in the Preliminary Design Phase • Perform an internal review of the preliminary designs in accordance with quality assurance standards established for this project. • QC/QA comments will be collected from each reviewer, documents, and comments addressed prior to review meeting with City. 6.1.7 Project Administration • Prepare project correspondence, and invoicing documents. 6.2. Data Collection (City to provide hard copy and electronic format if available) 6.2.1 Roadway Data • Electronic design files from TxDOT Slide Road improvements and any other plans available along the project limits 6.2.2 Drainage Data • Aerial and LiDAR information • Existing storm drainage facilities/ record drawings • Existing hydraulic models 6.2.3 Utility Data (Public Utilities)—Coordination with City • Existing water line locations/record drawings • Water master plan requirements • Existing storm sewer line locations/ record drawings • Storm sewer master plan requirements 114th Street Reconstruction from Slide Road to Quaker Avenue Page 7 of 15 Exhibit A- Engineering Scope of Services March 16, 2020 6.3. Preliminary Design Schematic (30%) 6.3.1 Prepare the schematic roadway design for a Principal Arterial (Modified)typical section as depicted in the 2018 City of Lubbock Master Thoroughfare Plan. This is a five (5) lane roadway section within a typical 110' right of way. • Prepare typical sections o Existing and Proposed o Depict subgrade and pavement • Prepare preliminary plan and profile (roll plot format). Items to be included: o Control data o Existing/proposed right-of-way o Existing topography o Existing pavement o Proposed centerline alignment and horizontal curve data o Proposed face of curb o Proposed medians (if applicable) o Proposed transition pavement tie-ins to existing pavement o Proposed storm sewer and culvert alignments and sizes o Exist ing/Proposed traffic signal poles o Existing trees to remain (if possible) o Existing trees to be removed o Existing driveway locations o Proposed commercial driveways (proposed residential driveways will be included in the final design) Existing culvert and/or storm drain locations Existing water line locations * Existing sanitary sewer line locations {-: Existing franchise utility locations (relying upon information provided by franchise utilities and the data collected as part of the SUE) o Existing Ground Profile o Proposed vertical alignment at proposed center line o Proposed vertical alignment at gutter flow line a Proposed cross drainage culverts o Superelevation Data • Prepare Preliminary 3D roadway model in Power GeoPak • Prepare Design Cross Sections on 11" x 17" sheets 6.3.2 Drainage • Coordination with drainage analysis subconsuitant regarding: 4, Roadway profile c Channel cross section and materials 0 Culvert sizing 0 Playa overflow limits and pavement recommendations • Prepare plan and profile for proposed 50-ft. wide drainage channel 114th Street Reconstruction from Slide Road to Quaker Avenue Page 8 of 15 Exhibit A- Engineering Scope of Services March 16, 2020 • Prepare plan for various side street cross culverts to convey drainage channel flows • Prepare plan and profile for 114th Street cross culvert just east of Vintage Township 6.3.3 Utilities • Existing Public Utilities o Graphically designate on the schematic the location of existing Public utilities based upon information provided by the City a Identify public utility conflicts with proposed roadway o Coordinate with the City to identify the need for extending new public utilities in the ROW ahead of paving • Public Utilities Design o Establish the preliminary location of proposed, relocated public utilities to avoid conflicts with proposed improvements a Establish the preliminary location of new public utilities to be installed in the ROW ahead of the paving project. 6.3.4 Traffic • Indicate existing and proposed traffic volumes on the schematic document. • Traffic Signals—indicate on the schematic the intersections which could potentially warrant a future traffic signal. • Traffic Control Plan—ENGINEER will develop a conceptual traffic control plan to determine how the project will be phased and constructed to provide access to adjacent properties during construction. • Develop Phased Cross Sections based on conceptual traffic control plan 6.4. Construction Cost Projection (Or Opinion of Probable Cost) 6.4.1 Perform quantity takeoff and develop construction cost projection 6.4.2 Evaluate both municipal and TxDOT bid tabulations for current trends in unit prices 6.5. Preliminary Design Schematic Deliverables (roll plot)—The roll plot schematic will be finished to a level of detail that is equivalent to a 30%complete plan set—but in roll plot format. 6.5.1 Deliverables shall include the following: • Schematic Roll Plot document • Design cross sections • Preliminary opinion of probable construction cost • Preliminary Traffic Control Plan and Sequence 7. Drainage Analysis 7.1. HRA will perform the following drainage analysis tasks in support of the roadway and drainage improvements design. 7.1.1 Data collection • HRA will extract models model data for the project area from the 2018 MDP Update models previously provided to the City. 114th Street Reconstruction from Slide Road to Quaker Avenue Page 9 of 15 Exhibit A- Engineering Scope of Services March 16, 2020 • Extract discharge hydrographs from Epic Business Park detention basin design for incorporation into design models 7.1.2 Existing conditions analysis • Extract existing conditions hydrologic data from System K LOMR model • Develop existing hydraulic cross sections and existing drainage improvement data for modeling • Model existing conditions in ICPR4 7.1.3 Proposed improvements analysis • Import sub-basin limits and hydrologic data from 2018 MDP Update models • Update design hydrologic data as needed • Develop model hydraulic network from proposed roadway profile and typical sections • Develop proposed drainage improvements for initial modeling based on 2018 MDP Update model results • Model proposed roadway and drainage improvements in ICPR4, iterate model to develop drainage improvement recommendations • Recommend drainage improvements including: o Roadway profile o Channel cross section and materials o Culvert sizing o Playa overflow limits and pavement recommendations 7.1.4 Deliverables • Drainage area map for PS&E package • Stormwater routing sheets documenting proposed flow depths S. Final Design 8.1. Project Management 8.1.1 Progress and Review Meetings: • Schedule, prepare for, attend, and document one three (3) Progress Meetings and one (1) Review Meeting to monitor the development of the project. o Progress Meetings will be held to discuss design issues and progress of plan production. o Review Meetings will be conducted (one (1) at 60% Plan Submittal). 8.1.2 Site Visits-Attend up to five (5) site visits during the final design phase to take photos, field measurements, and a plans-in-hand walk-through. 8.1.3 Coordinate with subconsultants 8.1.4 Prepare and e-mail monthly progress reports to City. 8.1.5 CIA/QC • ENGINEER will perform an internal review prior to all submittals (60% and 100%) in accordance with quality assurance standards established for this project. QA/QC comments will be collected from each internal reviewer, documented, and comments addressed prior to each plan submittal to the City 114«'Street Reconstruction from Slide Road to Quaker Avenue Page 10 of 15 Exhibit A- Engineering Scope of Services March 16, 2020 • City review comments will be documented and addressed after 60% review meeting. ENGINEER will create a "Comment Log" in spreadsheet format, documenting the comment and the action taken to resolve the comment. 8.1.6 Project Administration • Prepare project correspondence and invoicing documents 8.2. Roadway Design (PS&E) 8.2.1 Prepare plan/profile sheets on 11" x 17" plan sheets at a scale of 1" = 100' horizontal, and 1" = 10' vertical. (Start with 30% Rolls) • Include the following items in addition to those included in the preliminary design submittal: o Proposed easement locations (if any) o Proposed sidewalk locations o Proposed residential and commercial driveways o Horizontal Alignment Data o Traffic Control Phasing layouts o Pavement marking layouts o Erosion control plans o Barrier free ramps o Demolition plan o Intersection layouts o Small sign summary o Standard design details o TxDOT standards 8.2.2 Analyze all driveways within the project and develop driveway profiles as needed. Driveways will typically be defined vertically by spot elevations. 8.2.3 Develop Final 3D roadway model in Power GeoPak 8.2.4 Prepare design cross-sections • Develop on 50-ft station intervals and at driveway centerlines • Show pavement and subgrade, right-of-way limits, side slopes, pavement cross slopes, curbs, and sidewalks • Cross-sections will not be provided in the bid documents but will be made available to prospective bidders 8.2.5 Prepare roadway details to clarify intent of design 8.2.6 Compile applicable City standard details. Modify standard details as needed. 8.2.7 Pavement Markers and Marking Plans • Prepare pavement markers and marking layouts in accordance with City design standards and the Texas Manual of Uniform Traffic Control Devices (TMUTCD) • Prepare details to clarify intent of design • Compile applicable City standard details. Modify standard details as needed. • Signing layout and design will not be provided • List the signs on the TxDOT standard summary sheets together with totals for each mount type. 114th Street Reconstruction from Slide Road to Quaker Avenue Page 11 of 15 Exhibit A- Engineering Scope of Services March 16, 2020 8.3. Drainage Plans 8.3.1 Plan Production • Provide Drainage Area Map complete with time of concentration routes, curve numbers calculated as per the Drainage Criteria Manual (DCM) for each drainage area, drainage area denoted in acres, and all necessary points of interest labeled • Provide hydrologic and hydraulic data sheets showing the necessary calculations and assumptions • Provide drainage channel grading plan • Provide drainage culvert plans, profiles, and supporting details • Provide erosion control plans, details, and SWPPP • Provide depth of flow indications for the 100-year design storm within ROW and any corresponding finished floor elevations • Provide cut-fill plan where roadway embankment is placed within the limits of a playa lake • Prepare a Floodplain Development Permit • Provide drainage technical specifications for erosion control methods and any off-site earthwork • Evaluate impact of the TCP on surrounding drainage and provide interim drainage plan, if needed. 8.4. Utilities- Public 8.4.1 Water and Sewer Adjustments/Relocations • Adjustments to existing water valves and manholes will be specified in the plans. Prepare special utility details to clarify intent of design (if needed) • Prepare Water and/or Sewer Relocation plans where conflicts exist. 8.4.2 Ahead of Paving Utilities • Prepare new Water/Sewer extension plan and profile sheets 8.4.3 Compile applicable standard details. Modify standard details as needed. 8.5. Traffic 8.5.1 Traffic Signals • Design minor adjustments to existing Quaker Avenue traffic signals to align with proposed widening(minor adjustments are anticipated). This could include relocation of signal pole(s), ground box(es), controller cabinet, ped pole(s), and/or conduits and cables. • Design adjustments to existing Slide Road traffic signals to align with proposed widening(adjustment of pole(s) is anticipated). This could will include relocation of signal pole(s), ground box(es), controller cabinet, ped pole(s), and/or conduits and cables. • Coordination with TxDOT on Slide Road traffic signal adjustments and roadway improvements • All signal design is to be coordinated with the City of Lubbock Traffic Engineering Department. 8.6. ITS 114th Street Reconstruction from Slide Road to Quaker Avenue Page 12 of 15 Exhibit A- Engineering Scope of Services March 16, 2020 8.6.1 Design and install conduit, cable and ground boxes for ITS connections of traffic signals 8.7. Traffic Control Plans 8.7.1 Develop construction sequence plan showing: • Travel lanes and construction area for each phase of construction • Temporary signing and striping, barricades, and other channelization devices • Narrative of the sequence of work • Public utilities construction phasing (if needed) • Adjacent property access during construction 8.7.2 Develop typical TCP cross sections showing lane widths, edge conditions, channelization and proposed construction area 8.7.3 Develop TCP typical intersection staging plans for similar intersections. Develop custom intersection staging layouts for special conditions. 8.7.4 Develop TCP typical driveway staging plans for similar driveways. Develop custom driveway staging layouts for special conditions. 8.7.5 Prepare traffic control details to clarify intent of design 8.7.6 Compile applicable TOOT standard details. Modify standard details as needed. 8.8. Illumination 8.8.1 Design of pavement illumination systems to provide lighting levels in accordance with applicable local codes and Illuminating Engineering Society of North America (IESNA) recommended practices. 8.8.2 Prepare a photometric layout and perform one iteration of the photometric layout based on the City's review. 8.8.3 Prepare illumination construction plans as needed for inclusion in the civil construction documents. The illumination plans will include light pole location data,foundation details, conduit routing, conductor sizing, and electrical service locations. 8.8.4 Provide supporting calculations 8.8.5 Provide technical specifications for the light poles and fixtures. 8.8.6 Coordinate with local electric service providers for electrical service locations 8.8.7 Schedule and conduct two (2) meetings with LP&L and/or SPEC and the City to discuss design of the illumination system. ENGINEER will work to locate overhead utilities such that standard 30, 40' or 50' illumination poles can be installed without conflict with overhead utilities. 8.9. Interim Design Submittal (60%) Deliverables 8.9.1 Submit six (6) 11" x 17" paper copies of the 60% PS&E (with PDF file)to the City and TOOT for review and comment. 8.9.2 This submittal will provide assurance that project scope is addressing project issues, and will allow for design changes with sufficient lead time for minor revisions. Deliverables to be provided with this submittal include: • Typical Sections (100%) • Title Sheet (100%) • Index of Sheets (75%) 1141h Street Reconstruction from Slide Road to Quaker Avenue Page 13 of 15 Exhibit A- Engineering Scope of Services March 16, 2020 • Construction Phasing (100%) • Traffic Control Plan (75%) • Plan & Profile Sheets (90%) • Intersection Layouts (75%) • Hydraulic Analysis (100%) • Drainage Details (90%) • SW3P (90%) • EPIC Sheet (100%) • Utility Layouts (95%) • Signing and Striping Layouts (75%) • Illumination, ITS and Signal Layouts (75%) • Quantities and Summary Sheets (90%) • Updated Estimate 8.10. Final Design Submittal (Bid Set) Deliverables 8.10.1 Submit an electronic PS&E file submission as required by City,to include sealed plan sheets and all supporting documents required for bidding. 8.11. Post Bid Submittal Deliverables 8.11.1 Submit ten (10) 11" x 17" sets of plans after the project's bid opening. 8.11.2 Submit one (1) PDF electronic copy of the plan set and specifications, including addenda, on DVD after the project's bid opening. 9. Bid Phase Support 9.1. Support City during the bid phase to address and respond to questions from prospective bidders. 9.2. Prepare and submit addenda changes that are necessitated by questions during the bid phase. 9.3. Incorporate addenda changes into the Final Plan Set. 9.4. Assist the City in evaluating the bids and prepare a recommendation letter. 10.Additional Services Services not specifically identified in the Scope of Services above shall be considered additional and shall be performed on an individual basis upon authorization by the City. Such services shall include, but are not limited to, the following: • Construction staking • Design of any offsite drainage improvements beyond the improvements identified in the scope • Existing water or sanitary sewer relocations • Proposed water or sanitary sewer installations • Landscape design • Irrigation design • Construction Contract Administration • Construction Phase Engineer of Record support services 11411 Street Reconstruction from Slide Road to Quaker Avenue Page 14 of 15 Exhibit A- Engineering Scope of Services March 16, 2020 • Construction Phase RPR Services • Design of structural retaining walls • Preparation for and attendance at public meetings beyond what was identified in the scope • Furnish additional copies of review documents and/or bid documents more than the number of the same identified above • Assist the City as an expert witness in litigation about the project or in hearings before approving and regulatory agencies • Redesign to reflect project scope changes requested by the City or TxDOT, required to address changed conditions or change in direction previously approved by the City or TxDOT, mandated by changing governmental laws, or necessitated by the City or TxDOT's acceptance of substitutions proposed by the contractor TIME OF COMPLETION Consultant and Subconsultants are authorized to commence work on the Project upon execution of a mutually acceptable contract and agrees to complete the services according to the following non- traditional delivery schedule: • Design Survey, ROW Mapping, Geotechnical Investigation, SUE, Utility Coordination June 1, 2020 • Initial Design Phase Plans Ready for Bid (HEB Portion 100% and remainder 50% complete) June 1, 2020 • Final Design (100%complete plan set) August 14, 2020 Note: Schedule above will be adjusted to a more traditional schedule if funding is not able to be secured to allow for a contractor NTP the last week of July. An accelerated schedule will still be implemented with a traditional 100%complete plan bid set: 114th Street Reconstruction from Slide Road to Quaker Avenue Page 15 of 15 Exhibit A- Engineering Scope of Services March 16, 2020 Exhibit B-Fee Schedule Kimley*Horn City of Lubbock Contract No. 15089 114th Street-Quaker Avenue to Slide Road 16-Mar-20 Task No. Task Name(Lump Sum) Kimley-Horn Hugo Reed Rios Pavetex Subtotal I Design Survey $ 16,300.00 $ 57,085.00 $ - $ - $ 73,385.00 2 Right of Way Survey and Services $ 14,200.00 $ 37,550.00 $ - $ - $ 51,750.00 3 Geotechnical Investigation $ 5,600.00 $ - $ - $ 10,869.00 $ 16,469.00 4 Subsurface Utility Engineering(SUE) $ 11,500.00 $ 2,165.00 $ 44,250.00 $ - $ 57,915.00 5 Franchise Utility Coord./Relocations $ 49,100.00 $ - $ - $ - $ 49,100.00 6 Preliminary Design $ 183,400.00 $ - $ - $ - $ 183,400.00 7 Drainage Analysis $ 25,000.00 $ 37,980.00 $ - $ - $ 62,980.00 8 Final Design $ 337,600.00 1 $ 22,520.00 $ - $ - $ 360,120.00 9 Bid Phase Support $ 19,200.00 $ 2,240.00 $ - $ - $ 21,440.00 Total Contract Fee $ 661,900.00 1 $ 159,540.00 1 $ 44,250.00 $ 10,869.00 $ 876,559.00 Kimley-Horn will perform the services in Tasks 1-9 for the total lump sum fee of$876,559.00 inclusive of expenses. Individual task amounts are informational only. Kimley-Horn reserves the right to reallocate amounts among tasks as necessary. All permitting, application and similar project fees will be paid directly by the Client. Lump Sum fees will be invoiced monthly based on the overall percentage of services performed. Payment will be due within 25 days of your receipt of the invoice and should include the invoice number and Kimley-Horn project number Kimley*Horn Kimley-Horn and Associates,Inc. Standard Rate Schedule (Hourly Rate) Analyst $110-$170 Professional $165-$200 Senior Professional 1 $185-$260 Senior Professional II $250-$275 Senior Technical Support $130-$200 Support Staff $85-$120 Technical Support $75-$115 Effective through June 30, 2020 Subject to annual adjustment thereafter CERTIFICATE OF INTERESTED PARTIES FORM 1.295 1 of 1 Complete Nos.l-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2020-601183 Kimley-Horn and Associates,Inc. Dallas,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party tot the contract for which the form is03/23/2020 being filed. City of Lubbock ]Date Acknowledged: 3 Provide the identification number used by the govemmental 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. 032320 114th Street Roadway and Drainage Design Plans 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary McEntee,David L Dallas,TX United States X Lefton,Steve Dallas,TX United States X Cook,Richard N Dallas,TX United States X Atz,John Dallas,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is Sarah Meza and my date of birth is My address is 13455 Noel Road Dallas TX 75240 US (street) (city) (state) (zip code) (country; I declare under penalty of perjury that the foregoing is true and correct. Executed in Dallas County, State of Texas on the 23rd day of March .2o20 (month) (year) Signature of authorized agent of contracting business entity (Dederant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.3a6aaf7d CERTIFICATE OF INTERESTED PARTIES FORM 1.295 1of1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 12020-601183 Kimley-Hom and Associates,Inc. Dallas,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party tot the contract for whics the form s03/23/2020 being filed. City of Lubbock Date Acknowledged: 03/24/2020 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. 032320 114th Street Roadway and Drainage Design Plans 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary McEntee, David L Dallas,TX United States X Lefton,Steve Dallas,TX United States X Cook,Richard N Dallas,TX United States X Atz,John Dallas,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my dale of birth is My address is (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, Stale 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 V1.1.3a6aaf7d