Loading...
HomeMy WebLinkAboutResolution - 2014-R0063 - Amendment To Agreement - Kimley-Horn And Associates Inc. - 02/27/2014RESOLUTION BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK: THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and on behalf of the City of Lubbock, Amendment No.1 to that certain Agreement dated April 13, 2013 for professional services, by and between the City of Lubbock and Kimley-Horn and Associates, Inc., and related documents. Said Amendment is attached hereto and incorporated in this resolution as if fully set forth herein and shall be included in the minutes of the City Council. Passed by the City Council on February 27, 2014 GLErjC. RO'RTSON, MAYOR ATTEST: I/ Reb cca Garza; City -Secreta APPROVED AS TO CONTENT: Y' 4 R. Keith Smith, P.E., Director of Public Works APPROVED AS TO FORM: Chad Weaver, Assistant City Attorney ga:ccdocs/RES.Amend #1 Agrmt-Kimley Horn & Associates February 7, 2014 AMENDMENT NUMBER 1 TO THE AGREEMENT BETWEEN THE CITY OF LUBBOCK (CLIENT) AND KIMLEY-HORN AND ASSOCIATES, INC. AMENDMENT NUMBER I DATED FEBRUARY 27, 2014 to the agreement between City of Lubbock, ("Client") and Kimley-Hom and Associates, Inc., ("Consultant") dated April 13, 2013 ("the Agreement") concerning South Lubbock Sanitary Sewer System Extension Phase I (the "Project"). The Consultant has entered into the Agreement with Client for the furnishing of professional services, and the parties now desire to amend the Agreement. Therefore, it is mutually agreed that the Agreement is amended to include Additional Services to be performed by Consultant and provisions for additional compensation by the Client to the Consultant, all as set forth in Exhibit A hereto. Amendment No. 1 extends the Agreement an additional 630 days from the expiration date of the Agreement. The parties ratify the terms and conditions of the Agreement not inconsistent with this Amendment, all of which are incorporated by reference. CLIENT: CONSULTANT: CITY OF LUBDqCK KIML,EY-HO AND S CIATES, INC. By: By: G obe son Jeff J s, Title: Mayor Date: February 27, 2014 ATTEST: Re ecca Garza, City ecret APPROV AS TO ORM: Chad Weaver, Assistant City Attorney Rev. 11-08 Title: Senior Vice President Date: -z, APPROVED AS TO CONTENT: Exhibit A to Amendment Number 1, dated February 27, 2014. Proiect Understanding Amendment Number 1 is for Preliminary and Final Design for Bid Package A of Route A identified in the South Lubbock Sanitary Sewer System Extension, Phase 2 Routing and Alignment Study. The limits of Bid Package A are from the intersection of 986' Street and University Drive to FM 1585 and Quaker Avenue, as shown in Exhibit 1. This amendment also includes land acquisition services from the end of Bid Package A to Milwaukee Avenue. Consultant shall perform the following Professional Services: Task 1— Project Management 1) Project Management a) Project Communication/Administration i) Prepare for and conduct monthly progress meetings to monitor the development of the project. Eight (8) total meetings anticipated (4 of which will be in Lubbock). ii) Prepare and e-mail monthly progress reports to the project team (City, subconsultants (as necessary), and KHA Staff). iii) Prepare project correspondence and invoicing documents. iv) Coordination with Hugo Reed and City regarding Land Acquisition (1) From University to Quaker (a) one (1) meeting a month for the first four months. (b) one (1) meeting a week for the last four months. (2) From Quaker to Milwaukee (a) An additional two (2) meetings a month for six months are anticipated. Task 2 - Preliminary Design 1), Preparation of the preliminary sanitary sewer alignment a) Prepare preliminary plan and profile from 98th Street and University to FM 1585 and Quaker Ave (electronic roll plot format, 1"=40'H and 1"=4' V scale). Items to be included: i) Plan: (1) Control data (2) Existing / proposed right-of-way and easements (3) Existing topography (4) Existing pavement (5) Proposed centerline alignment (6) Existing trees (7) Existing driveway locations (8) Existing storm drain and culvert locations (9) Existing water and sanitary sewer lines (10) Existing franchise utility locations (based upon SUE information) Rev. 11-08 ii) Profile: (1) Existing ground profile (2) Proposed vertical alignment 2) Traffic Control Plans a) Develop initial construction sequence plan views showing: i) Travel lanes and construction areas for each phase of construction ii) Temporary signing and striping, barricades, and other channelization devices iii) Narrative of the suggested sequence of construction iv) Vehicle and pedestrian detour routing during construction (if applicable) 3) Franchise Utility Coordination a) Data Collection and Research i) Send notification letter with project limits delineated to franchise utility companies. Gather existing franchise utility information. (5 companies are anticipated; AT&T, LP&L, Atmos, Sudden Link, and NTS) ii) Prepare exhibit that indicates franchise utility locations based upon SUE. iii) Coordinate possible conflicts due to vertical alignment of sanitary sewer line with SUE for additional data acquisition. iv) Prepare exhibit indicating franchise utility information based upon vertical information obtained from SUE survey. b) Coordination Meetings i) Coordination meeting with franchise utility companies to discuss any known potential conflicts and any future plans to extend franchise utility lines prior to sanitary sewer construction. (2 meetings per company; 1 of which will be in Lubbock) ii) Coordination meetings with franchise utility companies to discuss schedule and progress of relocations. (3 meetings per company, 1 of which will be in Lubbock) 4) Geotechnical a) Subsurface Exploration i) Ten (10) bores will be taken to a depth ranging from 10 to 40 feet below existing grade to determine subsurface conditions and make recommendations regarding embedment, backfill and excavation parameters. ii) Soil samples obtained from the test borings will be identified according to test boring number and depth, and a representative portion of each sample will be sealed in a plastic bag to protect against moisture loss. Rev. 11-08 b) Laboratory Services i) Samples will be transported to the CMT laboratory where they will be examined and visually classified by a CMT 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 c) Engineering Services i) Laboratory test results will be used to classify the soils according to the AASHTO soil classification. CMT will also determine the soil and groundwater conditions relative to utility installation. ii) Prepare a geotechnical report that presents the results of the field and laboratory data as well as analyses and recommendations. The data contained in the geotechnical report will be made available to contractors during the bidding process for information purposes only. 5) Subsurface Utility Engineering (SUE) a) SUE work required for this project will be performed in general accordance with the recommended practices and procedures described in ASCE Publication Cl/ASCE 38-02 (Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data). As described in the mentioned ASCE publication, four levels have been established to describe the quality of utility location and attribute information used on plans. The four quality levels are as follows: i) Quality Level D (QL"D") — Information derived from existing records; ii) Quality Level C (QL"C") - QL"D" information supplemented with information obtained by surveying visible above -ground utility features such as valves, hydrants, meters, manhole covers, etc. iii) Quality Level B (QL"B") — Two-dimensional (x,y) information obtained through the application and interpretation of non-destructive surface geophysical methods. Also known as "designating" this quality level provides the approximate horizontal position of subsurface utilities within approximately one foot. iv) Quality Level A (QL"A") — Also known as "locating", this quality level provides precise three dimensional (x,y,z) information at critical locations by exposing specific utilities. Non-destructive vacuum excavation equipment is used to expose the utilities at specific points which are then tied down by survey. Rev. 11-08 b) The due -diligence provided for this project will consist of reviewing "As -Built" documents available from the City and utility owners. Utilities that are not identified through these efforts will be here forth referred to as "unknown" utilities. The defined work area will be scanned using electronic prospecting equipment to search for "unknown utilities". Locating and designating these "unknown" utilities outside of the immediate route area is not included in this work. c) Once the QL"B", designating, has been completed, QL"A" locations will be located, as required for final design. d) For purposes of this proposal, it has been assumed that 55,000 linear feet of utilities will be designated by QL "B" and a total of fifteen (15) test holes will be required (10 holes 0'-4' deep, 3 holes 4'-8' deep, and 2 holes 8'-12' deep). e) Upon receipt of the processed survey data, a preliminary review of the data will be performed to check for completeness and accuracy. f) Once this preliminary review is complete the required SUE deliverables will be prepared which include plan sheets that are signed and sealed. g) Preliminary field sketches depicting the designated utilities will be prepared for use during subsequent surveying activities. These sketches will also be used to check the survey information for completeness and accuracy. h) Utility designating marks will be utilized to layout the test -hole locations. i) When test holes are required under pavement, a 10" core drill will be used to prevent spawling. The test hole will be backfilled with clean, dry backfill and finished with like material, concrete or asphalt. j) Non-destructive vacuum excavation equipment will be used to excavate test holes at the required locations. Once each utility is located, the utility type, size, material, depth to top, and general direction will be recorded. Each test hole will be assigned a unique ID number and will be marked with rebar/cap, nail/disk, or chiseled X, as appropriate. The test -hole ID number and other pertinent utility information will be placed at each test - hole location. Test -hole excavations will be backfilled with appropriate material and the original surface will be restored. The backfill will be compacted in lifts by mechanical means to prevent future settlement. k) SUE plans depicting the type and horizontal location of the designated utilities will be prepared. The size of each utility will also be presented on the SUE plans where test - holes have been completed. Where no test -holes have been completed, the size and material type will be provided only if the information is indicated on available record drawings. 1) A summary sheet containing test hole field notes will be produced. A test hole data form will be prepared for each test hole following receipt of coordinate and elevation information from the surveyor. SUE plans depicting designated utility information will be revised to include test hole locations. Rev. 11-08 6) Survey a) Data Collection and Property Research i) Gather existing plat information ii) Collect property owner and record information iii) Gather existing right-of-way and easement information iv) Prepare and distribute right -of -entry letters to adjacent landowners (1) Right -of -entry letter will be printed on City of Lubbock letterhead (provided by City) b) Design Survey i) The limits of the detailed design survey will be from 98th and University to FM 1585 and Quaker as shown on the attached exhibits. The survey will include the proposed alignment and easement (temporary and permanent) plus an additional 50 feet. ii) Establish control monuments (3 per mile) with aluminum caps set in concrete with static GPS based on approval from City of Lubbock (this work will be to Milwaukee Ave.). iii) Establish a vertical control for monuments using digital level and City of Lubbock control on NAVD 88/NAD 83 (this work will be to Milwaukee Ave.). iv) Perform a field survey to identify and locate existing topographic elements within the sanitary sewer alignment including, but not limited to the following: (1) Property corner monuments (2) Existing pavement, curbs, sidewalks, barrier free ramps, etc. (3) Roadway and lane striping (4) Driveways (5) Existing culvert sizes and invert elevations (6) Existing driveways and swales (7) Utility manholes, vaults, water valves, water meters, telephone poles, power poles, utility markers, other public utilities, and franchise utilities (8) Traffic signal poles, cabinets, and other signal equipment (9) Signs (excluding temporary signs) (10) Trees, including species and caliper Buildings and permanent structures (11) Retaining walls (12) Fence limits and material types (excluding temporary fences) (13) Other applicable physical features that could impact design v) Prepare a right-of-way / easement base map (1) The right-of-way / easement base map shall be contained on standard size plan sheets (22"04") at a scale not smaller than 1" = 30', shall be sealed, dated, and signed by a Registered Professional Land Surveyor and shall contain the following: (a) Summary sheet listing all parcels to be acquired, property owners, gross area of property, square footage and type of easements, net area of property after Rev. 11-08 acquisition, a column for volume and page of filing, and current volume and page (b) Comers of all parcels tied to the centerline (c) Location of all existing property pins (d) Location of all new property pins (e) Parcel number (f) Area required (g) Area remaining (h) Current owner (i) Any existing platted easements or easements filed by separate instrument including easements provided by utility companies vi) Prepare a final topographic drawing in digital format (including contours and break lines) showing the features located in the field as well as right-of-way base map information, an ASCII coordinate file of the points located in the field, and a hard copy of the coordinates and feature descriptions 7) Prepare a horizontal alignment only for the extension of the sanitary sewer line from FM 1585 and Quaker Ave. to FM 1585 and Milwaukee Ave for property acquisition services. 8) Preliminary Design Submittal (30%) a) Review Meeting i) Engineer will attend a review meeting with City staff in Lubbock and conduct an electronic review. Review comments will be recorded during this meeting and distributed to members of the design team and the City. This review shall include the following: (1) Plan and profile of proposed preliminary alignment (2) CAD drawing in Civil 3-D format showing the following: (a) Existing utility lines near proposed alignment (b) Conflict analysis of existing utilities and proposed alignment (c) Proposed connection location for selected route from approved routing and alignment report (d) Preliminary size and location of proposed junction structure(s) (3) Preliminary opinion of probable construction cost (4) Address City review comments Rev. 11-08 Task 3 - Final Design 1) Plans a) Prepare engineering plans, specifications, and construction contract documents for project bidding and regulatory approval. Plans will consist of 22"x 34" plan and profile sheets at 1"=40'. The Consultant anticipates preparing approximately 40-60 plan sheets. The Consultant will provide the following information on the plan sheets: i) Civil sheets (1) Cover (2) General project notes (3) Horizontal and vertical control (4) Bypass pumping plan (5) Plan view (6) Profiles (7) Erosion control plan (8) Traffic control plan (9) Pavement plan and profile (County section only) (10) Pavement repair details (11) Miscellaneous details 2) Contract Documents a) Specifications will include technical specifications for materials and installation of the proposed facilities. The Contract Documents will be based upon the Client's Standard Contract documents. The Client's requirements for Public Works Construction will govern all other specifications. 3) Permitting a) Submit plans and specifications to TCEQ for review. b) Assist Client with TxDOT and County permit application by providing required documentation. 4) Coordinate with Lubbock County on pavement repair details and traffic control plans, as required. 5) Perform up to five (5) site visits with City Staff to verify existing conditions and proposed design components. 6) Submit to the Client 60% complete plans, specifications, contract documents, and OPCC for review and comments. 7) Make revisions based on the Client's review of the 60% submittal. 8) Submit to the Client 95% complete plans, specifications, contract documents, and OPCC for review and comments. 9) Make revisions based on the Client's review of the 95% submittal. Rev. 11-08 Meetings: 1) Meet with Client to present 60% complete plans, specifications, contract documents and an OPCC for this phase of the project. 2) Meet with Client to present 95% complete plans, specifications, contract documents and an OPCC for this phase of the project. 3) Meet with TxDOT once to coordinate utility permit application documentation. 4) Meet with Lubbock County. Deliverables: 1) Three (3) copies of 60% complete plans, specifications, contract documents and an OPCC for review and comment. 2) Three (3) copies of 95% complete plans, specifications, contract documents and an OPCC for review and comment 3) Three (3) copies of final plans, contract documents and OPCC 4) Four (4) copies of review plans for TxDOT permit application 5) Four (4) copies of railroad permit and review plans Services/Deliverables provided by Client: 1) Submit TxDOT permit 2) Review and comment on each submittal. Task 4 — Land Acquisition Services Provide services necessary to acquire rights-of-way in a form acceptable to the Client. Services will be provided in accordance with HB 1495 — The Land Owner's Bill of Rights. The limits of the land acquisition will be from 981h Street and University to FM 1585 and Milwaukee Avenue (45 parcels are anticipated for land acquisition). Major tasks for land acquisition services and rights-of-way will include the following items. 1) Appraisals - Prepare written appraisals for each parcel to be acquired. Each appraisal will be reviewed for accuracy. The appraisals will be submitted to the Client with recommendations for just compensation for each parcel. Two valuations for each parcel will be provided. One valuation will be prepared representing preconstruction conditions and one valuation representing post -construction conditions. 2) Property costs and pricing - Preliminary valuations of properties will be developed. The preliminary valuations will assist in developing parameters for the land acquisition services. The offering price for the properties will be established based on the preliminary valuations Rev. 11-08 and in consultation with the Client. A value to be used for negotiation will be determined and a range of authority defined for Consultant by the Client. 3) Document preparation - Consultant will be responsible for surveys, legal descriptions, and parcel plats required for the acquisition of the necessary rights-of-way. The necessary legal documents will be filed at the Lubbock County Courthouse for acquisition of the necessary rights-of-way. The right-of-way documents will be submitted to the Client for review. 4) Title information - Title Policies will be purchased based on the Texas Title Insurance Premium Rates effective at the time of purchase. A premium rate table is attached. Consultant will prepare the necessary title examinations to research and retrieve deeds for affected parcels. Information from the title examination including land owner name, a copy of the warranty deed, and a description of the necessary easement affecting the property will be provided to the Client. A copy of the Title Commitment for each property, including a review of liens or other exceptions, will be provided to the Client. A determination as to the acceptability of the exceptions will be the responsibility of the Client. Any actions required to clear title are outside this scope of services and will be negotiated as additional services if necessary. 5) Ne oto iation - Consultant will provide services relating to right-of-way acquisition. Permission from land owners of affected parcels will be obtained and signed documentation provided to others requiring access to the subject tracts to fulfill specific contractual obligations. If necessary, negotiations for compensation for right -of -entry will be conducted in consultation with the Client. A good faith effort will be made to obtain the necessary rights-of-way through the negotiation process, which will generally consist of no less than three contacts with the property owner or authorized representative. Generally, no more than five contacts will be necessary to either reach an agreement or determine if further negotiations would be non-productive and eminent domain actions necessary. If absentee owners are involved, the negotiations may be conducted via telephone, fax, or by mail. If the schedule for acquisition of the right-of-way or other factors arises, which make it expedient, travel outside of the project area to meet with the absentee owners may be desirable. If such events arise, the travel must be specifically authorized by the Client. If such travel is authorized the expenses involved including the agents time will be considered as additional services. The initial offer made to the property owner will be based on the value approved as previously discussed in No. 1 and 2 above. All counter-offers by the property owner along with recommendations will be presented to the Client for their consideration. Meetings will be held with appropriate Client staff or the City Council as necessary to present negotiation information. Meetings with the City Council will be held as scheduled for regular and special sessions. The Client must approve such counter offers prior to authorizing any requested changes. All monetary offers made to the property owners will be within the limits authorized by the Client in the various stages of the negotiation. After reaching an agreement with the landowner on the consideration and all other terms of the transaction, a Memorandum of Agreement (M/A) executed by the property owner will be forwarded to the Client for ratification. This M/A will set forth the compensation and any other terms and conditions agreed upon. The Client will be responsible for obtaining the ratification and for returning the ratified M/A. The document will then be signed and recorded at the Lubbock County Courthouse. The payment to the property owner and the closing procedures will be in compliance with the procedures defined in No. 7, Closing Procedures, below. In the event these good faith efforts fail to produce a satisfactorily negotiated agreement, Consultant will recommend the Client use the power of Eminent Domain to acquire the right-of-way. Services for this task will be compensated on a per man day not -to -exceed basis. Services Rev. 11-08 relating to actions involving Eminent Domain are not included in this scope of services and must be authorized by the Client as additional services. 6) Title review for oil and gas leases and severed mineral rights - A review of the Title Commitment will be performed to ascertain if any outstanding oil and gas leases are effective and valid for each parcel. Consultant will also review Title Commitment in an attempt to discover whether property has all minerals severed. Consultant will notify the Client of such situations and work with the Client to minimize liability or exposure. 7) Closing procedures - Consultant will coordinate contacts with the Client and Title Company to deliver payments to the property owner and record the documents. The documents will be returned to the Client after recording at the Lubbock County Courthouse. Additional Services 1) Additional services to be performed if authorized by the City, but which are not included in the above-described Scope of Services, are as follows: a) Land acquisition for more than the identified parcels in the scope of services. b) Bid Phase Services. c) Construction phase services and/or resident project representative services. d) Accompanying the City when meeting with the TCEQ, U.S. Environmental Protection Agency, or other regulatory agencies during the course of the Project, beyond those meetings identified above. The Engineer will assist the City on an as -needed basis in preparing compliance schedules, progress reports, and providing general technical support for the Client's compliance efforts. e) Assisting City or Contractor in the defense or prosecution of litigation in connection with or in addition to those services contemplated by this Agreement. Such services, if any, will be furnished by the Engineer on a fee basis negotiated by the respective parties outside of and in addition to this Agreement. f) Sampling, testing, or analysis beyond that specifically included in the Scope of Services referenced herein above. g) Preparing applications and supporting documents for government grants, loans, or planning advances, and providing data for detailed applications. h) Appearing before regulatory agencies or courts as an expert witness in any litigation with third parties or condemnation proceedings arising from the development or construction of the Project, including the preparation of engineering data and reports for assistance to the City. i) Providing professional services associated with the discovery of any hazardous waste or materials in the project site. j) Additional meetings beyond those identified in the Scope of Services. k) Preparation for and attendance to public meetings to discuss the project. 1) Any services not listed in the Scope of Services. Schedule Engineer will provide the Services as expeditiously as practicable to meet the described schedule. 1) Preliminary Design, Final Design, Design Survey, and Land Acquisition from University to Quaker — 8 months upon Notice to Proceed 2) Land Acquisition from Quaker to Milwaukee — 14 months upon Notice to Proceed. Rev. 11-08 Fee and Billing Engineer will provide the Reimbursable Tasks identified in the Scope of Services and shown in the Table below on a labor fee plus expense basis total, not to exceed the amount shown below for the reimbursable tasks, which includes all reimbursable expenses. The not to exceed amount will not be exceeded without the client's prior written approval and amendment of this Agreement. The reimbursable fee breakdowns below are provided for budgeting purposes only and are not intended to represent a specific budget for each reimbursable task. Engineer reserves the right to reallocate the reimbursable budget among tasks as determined necessary by Engineer. Labor fees will be billed according to the rate schedule shown in the Agreement. Direct reimbursable expenses including express delivery services, fees, and other direct expenses will be billed at 1.10 times cost. An amount will be added to each invoice to cover certain other expenses such as in-house duplicating, local mileage, telephone calls, facsimiles, postage, and word processing. Administrative time related to the project will be billed hourly. Technical use of computers for design, analysis, GIS, and graphics, etc. will be billed at $10.00 per hour. All permitting, application, and similar project fees will be paid directly by the Client. Reimbursable fees will be invoiced monthly based on the actual amount of services performed and expenses incurred. Payment of all fees will be due within 30 days of your receipt of the invoice. Task: Task Fee: 1. Project Management $72,500 2. Preliminary Design $205,900 3. Final Design $405,800 4. Design Survey— Hugo Reed $214,500 5. Land Acquisition — Hugo Reed $431,700 6. Geotechnical Engineering — CMT $13,600 7. Subsurface Utility Engineering — Rios Group $119,400 Total Reimbursable Fee: $1,463,400 Rev. 11-08 ATTACHMENT B CURRENT HOURLY RATE SCHEDULE Kimley-Horn and Associates, Inc. Standard Rate Schedule (Hourly Rate) Senior Professional I Senior Professional II Professional Analyst Designer Technical Support Clerical/Administrative Support $195-$225 $155-$200 $115-$150 $95-$105 $130-$145 $75-$105 $60-$105 The rates listed above are applicable for up to 24 months after the date of execution of this Agreement. K:\FTW_Utilides\063126011\PPP\POST_NTP\AmendmentNol\SLSS Ph2-BPA Attachment B Current Hourly Rate Schedule.doc C®�® Kimley-Horn and Associates, Inc. ATTACHMENT C1 Budget Summary Project Workplan Budget Date: Feb 4, 2014 Client: City of Lubbock Project: S. Lubbock SS Ext Ph.2 BPA KHA No. 063126011 PM: Jeff James Fee Type: CP r Fix Mult. Expense Mult: 1.10 t" Schedule: LBB Allocation: 6.0% BudgetTask No. Task Name 720 Hours 730 Labor 740 00 Expenses Allocation $ Subtotal 100 Project Management 431,700 385 1,308 2,728 $ $ $ 61,600 179,700 370,300 $ $ $ 7,200 15,400 13,200 $ 3,700 $ 10,800 $ 22,300 $ $ $ 72,500 205,900 405,800 200 Preliminary Design _ 300 Final Design TOTALS: 1 4,421 $ 611,600 1 $ 35,800 $ 36,8001 $ 684,200 Task No. ITask Name 710 Design Survey - Hugo Reed 720 Land Acquisition - Hugo Reed 730 Geotech - CMT 740 SUE - Gorrondona •.- o•.t Summary Labor: $ 611,600 Expenses: $ 851,800 TOTAL: $ 1,463,400 TOTALS: 1 $ 708,143 1 1 $ 779,200 Page 2 of 8 K:\FTW_Utilities\063126011\PPP\POST_NTPWmendment Not\03SLSS Ph2-BPA Attachment C Workplan BudgeP*ted: 2/4/2014, 6:49 AM Cost Multiplier Subtotal $ 194,911 1.10 $ 214,500 $ 392,450 1.10 $ 431,700 $ 12,282 $ 108,500 -- - 1.10 $ 13,600 1.10 $ 119,400 TOTALS: 1 $ 708,143 1 1 $ 779,200 Page 2 of 8 K:\FTW_Utilities\063126011\PPP\POST_NTPWmendment Not\03SLSS Ph2-BPA Attachment C Workplan BudgeP*ted: 2/4/2014, 6:49 AM Kim|�+Ho[n EM" �ndAaaooi8 Date: February 4, 2014 Number 100 Name: Project Management Task Mgr: Aaron Rader Task Descriptions: GLC: �nd/�aaooi8tes`Inc. ATTACHMENT C1 Project Workplan Budget Client: City ofLubbock Labor: $ 61,600 Project: S.Lubbock S6Ext Ph.2BPA Expenses: $ 7`200 KHANo: 063126011 Allocation: 8 3700 Pm.. Jeff James TOTAL: $ 72'500 Date: February 4, 2014 Number 100 Name: Project Management Task Mgr: Aaron Rader Task Descriptions: GLC: P8 P5 (Hrs) Expenses($) 8 monthly progress meetings 4 conference call meetings 24 64 $6,000_ $500 12 4 meetings in Lubbock 32 ..12 32 Document for meetings 8 16 24 Coordinate with subconsultants 15 30 45 -Prepare weekly progress reports 8 16 32 Electronic file setup 18 Project Administration Correspondence 14 8 22 Invoicing 4 8 16 28 on land/easement acquisition items From University to Quaker -.-.,-- (1) meeting a week for 4 months 32 32 64 From Quaker to Milwaukee (2) meetings a month or 6 months 24 24 48 1 Subtotals:1 135 168 16 66 1 385 1 $6,500 Page noro m\FTvy_uu|uienmss1zso/1v"pP\pouT_mTnAmenumentmn1mnausophc'Bp*Attachment cWorkplan Budget ,Snwteu:zwoo1*.s:*yAM C®®"% Kimley-Horn and Associates, Inc. ATTACHMENT C1 Project Workplan Budget Date: February 4, 2014 'General Project Information Task Effort Summary 'Task Information Client: City of Lubbock Labor: $ 179,700 Number: 200 Project: S. Lubbock SS Ext Ph.2 BPA Expenses: $ 15,400 Name: Preliminary Design KHA No: 063126011 Allocation: $ 10,800 Task Mgr: Aaron Rader PM: Jeff James TOTAL: $ 205,900 ,task Description and Budgeting c�.Qa e�5e a�yw QQo� ypw Task Descriptions: GLC: P8 P51 P3 N5 (Hrs) Expenses ($) Reduce survey data_ 20 80 T 100 - $3,000 Coordination with surveyor 10 20 _ Coordination with SUE provider _ 10 20 _ 30 Confirm survey data 9 9 - _ 18 — Prepare preliminary plan and profile Control data 2 4 6 Exist/prop. ROW and easements 10 20 _ _ 30 Existing topography 15 40 _ _ 55 Existing storm system 2 5 _ _ 7 Existing utilities (wtr, swr, franchise) 20 40 _ 60 Proposed plan view 10_30 60 100 _ Proposed profile 10 30 60 100 Existing ground profile Horiz. alignment from Quaker to Milwaukee for property acquisition Traffic control plans 6 15 30 51 — 10 20 40 70 — Construction sequence plan 5 20 40 25 _ _ 65 Detour routing 5 10 _ _ 40 Franchise Utility Coordination Data Collection Send notification letter 5 20 _ 25 Location exhibit 10 30 40 _ Horiz & Vert conflict analysis/exhibit 20 40 60 _ — Coordination Information gathering meetings (10) 40 40 _ 80 $3,000 Schedule/Progress meetings (15) 60 60 _ 120 $3,000 Coordinate with TxDOT on permitting req. 8 8 _ _ 1(J- $1,500 Coordinate with County on permitting req. 8 8 _- 3 1_- $1,50.0—.---. Coordinate with contractors for cost and constructability issues 4 8 12 — - 10 30 20 _ Prepare OPCC QA/QC 60 _ 20 20 _ Address QA/QC comments -- n- ---- --- - Preliminary Design Submittal (1) Meeting at Lubbock Prep for meeting Address comments 5 20 25 — -- 8 8 8 24 $1,500 10 99 20 - 18 $500 30 Subtotals: 1941 4151 650 49 1308 $14,000 Page 4 of 8 K:\FTW Utilities\063126011\PPP\POST NTP\Amendment Not\03SLSS Ph2-BPA Attachment C Workplan BudgetAsnprinted: 2/4/2014, 6:49 AM C=®® Kimley-Horn own and Associates, Inc. Project Workplan Budget Client: City of Lubbock Project: S. Lubbock SS Ext Ph.2 BPA KHA No: 063126011 PM: Jeff James ATTACHMENT C1 Labor: $ 370,300 Expenses: $ 13,200 Allocation: $ 22,300 TOTAL: $ 405,800 nC . ♦ .,S` aJ i Date: February 4, 2014 i - - J Number: 300 Name: Final Design Task Mgr: Aaron Rader Task Descriptions: GLC: P8 P5 P3 N5 (Hrs) Expenses ($) Plan Sheets 4 10 _ General Sheets (Cover, Control, etc.) General Project Notes_ 2 5 10 Pumping Plan 2 20 40 621 _ _Bypass Plan and Profile (60 sheets) 180 480 720 Traffic Control Plan sheets (15 sheets) 100 _ 200 300 Errosion Control plan 10 30 _ _ 40 Roadway Plan and Profile (5 sheets) 40 80 _ 120 Pavement repair details 30 60 90 Details 20 40 60 Contract Documents Proposal Form 20 40 10 1 _ 70 Technical Specifications 30 60 20 110 Permitting (TxDOT, County, TCEQ) 20 40 60 Site Visits (5 visits) 50 50 20 120 $7,500 QA/QC Review / Comment Pick-up 40 40 80 160 60% and 95% Plan Submittal Meeting 20 20 20 60 1 $3,000 Deliverables _60% Plans 5 10 5 20 $500 95% Plans 5 _ 10 5 20 $500 _ _ Final Plans 5 10 10 25 $500 1 r2728 $12,000 Subtotals: 3241 9341 1420 501 Page 5 of 8 K:\FTW_Utilities\063126011\PPP\POST_NTP\Amendment Not\03SLSS Ph2-BPA Attachment C Workplan Budget.xP3ftted: 2/4/2014, 6:49 AM HUGO REED AND ASSOCIATES MAN HOUR BREAKDOWN SOUTH LUBBOCK SANITARY SEWER EXTENSION, PHASE 2 P roj Reg. Prof.Draf Survey Total Rates: ManagerTask In Charge $ 150.00 1 $ 145.00 1 Surveyor $ 110.00 1 $ 140.00 Crew Mgr. j $ 110.00 1 $ 90.00 $ 75.00 1 • ■. $ 75.00 1 Crew $ 175.00 1 Hours # Exten $ Task 1 - Project Management Task 1 - Project Man. Subtotal Hours/Costs Prin. Proj Task In Manager Charge Rates: $ 150.00 $ 145.00 1 Reg. Prof. Sr. Land P.E. $110.001 $ 140.00 1 Tech.or P.E. EIT Survey $ 110.00 $ 90.00 i $ 75.00 1 Draf A■■ $ 75.00 1 Survey Crew $ 175.00 Total Hours # Total Exten $ Task 2 - Surveying A Establish Project Horizontal and Vertical Control to Milwaukee Avenue 1 4 8 121 40 65 $ 9,510.00 B Locate Section Corners to Establish Alignments to Milwaukee Avenue 8 12 201 80 120 $ 17,980.00 Set Permanent Control Monuments (Approx. 3 Monuments/Mile, to Quaker C Avenue) 1 4 8 4 8 50 75 $ 11,260.00 D Establish Existing Rights -of -Way to Milwaukee Avenue 4 12 20 80 116 $ 17,400.00 E Develop Right -of -Way Basema to Milwaukee Avenue 2 12 20 20 180 234 $ 19,240.00 F Detailed Survey of 98th Street and University Avenue Intersection 1 2 2 16 16 37 $ 4,515.00 G Detailed Su ey of University Avenue and 114th Street Intersection 1 2 2 8 8 21 $ 2,515.00 H Detailed Survey of University Avenue and FM 1585 Intersection 2 4 4 16 16 42 $ 5,030.00 1 Detailed Survey of FM 1585 and Indiana Avenue Intersection 2 4 4 16 16 42 $ 5,030.00 J Detailed Survey of FM 1585 and Quaker Avenue Intersection 2 4 4 16 16 42 $ 5,030.00 Topographic/Improvement Survey of Route along University Avenue Corridor from 98th Street to FM 1585 and Alternate Route (Approx. 100 ft Cross K Sections, Primary and Alternate Route) 1 6 12 32 32 83 $ 9,705.00 Topographic/Improvements Survey of Route North of and Parallel to FM 1585 (Approx. 100 ft Cross Sections, North of North Edge of Paving in FM 1585, L Primary and Alternate Route) 1 6 12 32 32 83 $ 9,705.00 Topographictimprovements Survey of Route from FM 1585 and Indiana Avenue, South along Indiana Avenue Corridor approximately One -Half Mile (Approx. 100 M ft Cross Sections) 1 4 8 24 241 61 $ 7,185.00 Topographic/Improvement Survey of Route Approx. One -Haff Mile South of FM 1585 (Across Kelsey Park) from Indiana Avenue to Quaker Avenue (Approx. 100 N ft Cross Sections) 1 1 6 12 40 40 99 $ 11,705.00 Topographic/Improvements Survey of Route from Approximately One -Half Mile South of FM 1585 North Along Quaker Avenue Corridor to FM 1585 (Approx. O 100 ft Cross Sections) 1 4 1 8 24 24 61 $ 7,185.00 Locate Surface Evidence of Existing Utilities Including Manholes with Inverts, Water Valves, Gas Valves, etc. (Does Not Include Data Collection for Utilitites P Located by SUE to Quaker Avenue) 4 4 8 8 161 40 $ 5,020.00 Q Locate Geotechnical Test Holes 2 8 2 8 12 32 $ 4,020.00 R Locate Monitoring Wells Assume 10 Monitoring Wells 1 4 2 4 16 27 $ 3,835.00 S Develop 3-D Terrain Model of Project Corridor for Design 8 4 8 120 140 $ 11,120.00 T Document Research 24 80 104 $ 8,640.00 U Party Chief, Office Calculations, Record Keeping 40 40 $ 3,000.00 V RPLS, Supervision, Data Processing, Calculations and Record Keeping 60 60 $ 6,600.00 W Expenses $ 23,391.00 Task 2 - Surveying Subtotal Hours/Costs 1624 $ 208,621.00 HUGO REED AND ASSOCIATES MAN HOUR BREAKDOWN SOUTH LUBBOCK SANITARY SEWER EXTENSION, PHASE 2 • .. Proj Sr. Prof EIT Tech. Draf Clerical Total Total Task In Manager Manager P. E. Engr Charge Rates: $ $ $ $ $ .. Proj Sr. ProfDraf Clerical Total Total Task In Charge Rates:l $ 150.00 1 Manager Manager $ 145.00 1 $ 110.00 P. E. Engr o r .. Design 1 $ 140.00 1 $ 110.00 1 $ 90.00 $ 75.00$ 75.00 $ 175.00 Hours # Exten $ Task 7 - Analysis Subtotal Hours/Costs Task 4 - Water and Sanitary Sewer Design AG lAttend Monthly Project Meetings Assume One per Month for Three Months 6 6 $ 1,710.00 B Attend Review Meetings - 30% Review Meeting 4 4 $ 1,180.00 C Internal QA/QC prior to submittals 4 8 $ 1,720.00 D Collect As -built Construction Plans 4 8 $ 1,700.00 E Project Site Visits 8 $ 1,120.00 F Attend Design Kickoff Meeting 2 2 $ 590.00 G Attend Utility Coord. Meetings 2 2 $ 590.00 H Design and Construction Documents 8 24 1 $ 4,560.00 I 1preliminary Alignment 2 4 16 $ 3,120.00 J lExgenses $ Task 4 - water and San Swr Subtotal Hours / Costs $ 16,290.00 • .. Proj Sr. Prof EIT Tech. Draf Clerical Total Total Task In Manager Manager P. E. Engr Charge Rates: $ $ $ $ $ or .■ Hours Exten $ $ Design $ $ # $ Task 6 --Bid Phase Services Task 6 - Bid Phase Services Subtotal Hours/Costs Task 7 - Analysis Task 7 - Analysis Subtotal Hours/Costs Subtotal Hours and Cost Subtotal Labor & Basic Services $ 224,911.00 Previous Contract Balance Not Expensed $ 30,000.00 Net Subtotal Labor & Basic Services $ 194,911.00 SCOPE OF SERVICES SOUTH LUBBOCK SANITARY SEWER EXTENSION PHASE II LAND ACQUISITION SERVICES 23-Jan-14 HRA HAC CTHG WTTC DWH Man Day Crew Day Man Day Man Day Per Parcel Man Day $1,200.00 $1,440.00 $1,000.00 $1,600.00 $1,075.00 $800.00 TASK DESCRIPTION Fee 1 APPRAISAL Harris Appraisal Company, Inc. 51 $51,000.00 2 PROPERTY COSTS AND PRICING Harris Appraisal Company, Inc. 9 $9,000.00 3 DOCUMENTATION PREPARATION Hugo Reed and Associates, Inc. 40 35 $98,400.00 Craig, Terrill, Hale & Grantham, LLP 10 $16,000.00 4 TITLE INFORMATION AND CLOSING PROCEEDURES West Texas Title Company, Inc.* 30 $32,250.00 Collection of title insurancepremium** TBD** 5 NEGOTIATION Dee W. Hart, Jr. 105 $84,000.00 TITLE REVIEW FOR OIL & GAS LEASES 6 AND SEVERED MINERAL RIGHTS Craig, Terrill, Hale & Grantham, LLP 6 $9,600.00 7 PROJECT MANAGEMENT Hugo Reed and Associates, Inc. 60 $72,000.00 Harris Appraisal Company, Inc. 9 $9,000.00 Craig, Terrill, Hale & Grantham, LLP 2 $3,200.00 Dee W. Hart, Jr. 10 $8,000.00 8 CONDEMNATION -ADDITIONAL SERVICES Fee $120,000.00 $50,400.00 $69,000.00 $28,800.00 $32,250.00 $92,000.00 $392,450.00 Tasking is based on 30 parcels for preliminary design route from University Ave. to Milwaukee Ave. Should a change in route be required or should additional parcels be identified, an amendment to this agreement for out of scope services will be required. *Includes (1) tax certificates; (2) recording; (3) regular or certified copies; (4) wire transfer fees if required; (5) express fees incurred in order to transmit documents or funds; (6) Attorney Fees **Fee based on individual Parcel value. See attached Texas Title Insurance Premiums Referance Rate Guide FEE PROPOSAL GEOTECHNICAL INVESTIGATION CMT Engineering, Inc 12804 County Road 2500 ,,� 1 ca " e � a Lubbock TX 79404' 3 v o ; �e e r i Office (806) 771-7283 1:1� t Fax (806) 771-7062 Client: Kimley Horn and Associates, Inc. Attn: Aaron Rader, P.E. Project: South Lubbock Sanitary Sewer System Extension Phase II, Route A Location: Lubbock, Texas Date: December 11, 2013 Geotechnical Investigation Fee Qty Estimate Geotech Borings Per Foot $ 13.50 360 $ 4,860.00 Drill Rig Mobilization $ 1,000.00 1 $ 1,000.00 Drill Crew Per Diem $ 240.00 2 $ 480.00 Laboratory Tests Soils Atterburg Limits $ 65.00 30 $ 1,950.00 Classification of soils (inc washed grad) $ 70.00 30 $ 2,100.00 Moisture content $ 10.00 30 $ 300.00 Technician / Engineering Field Technician Hourly $ 49.00 8 $ 392.00 E.I.T. Hourly $ 85.00 10 $ 850.00 PM $ 175.00 2 $ 350.00 Totall $ 12,282.00 The Rios Group, Inc. Itemized Fee Breakdown for Subsurface Utility Engineering for the South Lubbock Sanitary Sewer Extension, Phase 2, Bid Package A Rate I Unit 10nit Description Sub -Total Direct Expenses Job Administration Traffic Control Survey $1,500.00 $1,500.00 $1,750.00 1 3 10 LS Daily Daily $1,500.00 $4,500.00 $17,500.00 Direct Expenses Sub -Total $23,500.00 QL "B" Sub -Total $1.25 55,000 LF $68,750.00 SUE QL "A" Locating (Test Holes) Depth In Pavement Using Coring Machine Assumed Quantity Outside Pavement Assumed Quantity Sub -Total 0-4 ft. 4-8 ft. 8-12 ft. 12-18 ft. $1,050.00 $1,350.00 $1,650.00 $2,500.00 5 1 1 0 $850.00 $1,150.00 $1,450.00 $2,300.00 5 2 1 0 $9,500.00 $3,650.00 $3,100.00 $0.00 QL "A" Sub -Total $6,550.00 7 $5,750.00 8 $16,250.00 Total Estimated Cost $108,500.00 ' M 7.5 ?? �- � ,f if �t�'� ��'.. a; . 'ti. �:ti J � � w t: ♦t J a� x w 1. Y F7 1i e.+:j S r : �ti !G!iY►T+w .d i 1 •rd .a �s.�t t �2 *' Sr' 1T 1_ �� ♦ r , �r• S�'J tuv t'•'�'.�ae '�1r'i .-- ,� ri 1 It< ..t 4 i rrt 1 rt LEGEND ws1, �.'f ;�'x1 I'a ^� ''+3' +} I t,`,z L s� ..r r Xy �7".'ej v ♦ . ' F i`��Z+«•�1 ✓1):. �•~ �,Z��i'S'+p r,yw'k �`�;34. ,t+/M1 fthY}Y♦'fir •1!Y ! t t`t ♦ }''�l+rTr �i{+ ►� j{ ty qiY UNIT UNE �'���,1Li f.°,+irD �� 1S''_t r:.��Jt' � t`ii7 i�� Y� t��i���lr'i��i:f' •rt �yy ��'�f`�• t=�{��' j�Ci,yt s p� 7. '�'"" t,La �k{F+p,« a.• • ��t •t } rt s tZ 14jt ` i'♦ aJ iy I• Ir �; ''� 5. -_.., '44;, ♦vNlt{ �91 rle riY: _ - --- PROPOSED SEINER UNE A u e, z [ .J • + q -- _ 'r,[^ 'Y"'r�t> st. rte. WL'!'i^"14.^.d 1 et t�f' v . ,e ♦ • t [ Z �? ri t '. 1 p,� 4 1 L! .E- 0;t,'..10o-Ctt 17i: rv.. :771ik1t I �% t 1 tr[- Kr Sl 4 •t �, it • ae y t>+ ♦ kfks�l+f a4SLt• e7•A HORIZONTAL SCALE 1' -2000` }t� 4J r;fI i�'•n Ll[t fi�~' .ice'• z•! ti s�" k��• y� 1 t - �t l.y rl �l1f L{. Ts 0 1000 2000 1 , 1' }�� i f 1,. ,.� -� t+ a t • r , ltti�l�i��`?F'�.�r _� i ... OstH ,� r�.�1 ,S rt t.,;,r� I•i i �' 'i 1'f. r� '�ih{fill ova} Kimley-Horn and Associates, Inc. +fi.T- �"Z1�7Js�r � r arw , 'u :'''>:'1�� 1 r ; : k" a a1. 4 s, r♦ +� a il,ti°---`� '77t i ♦ •` � at� ) .R 1r' 6r ° � r t 4' TF'p, �: � r � - � P 7 , ... • �U „ r� t•,/ 4•[•+1°9 L1. d _ c's {r.,. l 1+ i.' + fl [1a < 1 r. r t1 3N 1 7' T. w.3 .1+. �i Z { l� J ( [1 t p Z , r�..'f.'1T l Fy t ts r 1i��.it y,T 3{M'iSs ILP tz7 n+tt' d t Y I:tl}9fl7 )J ,r r s ,�•_�'' ..iJ:U1) I-x>,zsT..� rrr - �. 1f'tt[•4Frkrfr..ps to 1X•C'.IJ P:7316Ut:"Z k Yr I.r h -- • M1, }tll� � ?� ri.[ ►> r 1 � }r t tt t.- 1 � f •se `. -. r_� a C���w '� is � �=t� to .� �� - �P�, t' d 1IN ro :t �F: a• 1 a br J I '1141H fit II : 1 I' to �r..y1 I g 41 [ i i r• -•_. e •rt �mw .9' 'qTY OF LUBBOgC. LUBBOCK couNrr dip I^ ..a .c '_- :' .:1�:-! �4��'.+•I 1� 1(y r' �i y - DATE- DECEMBER 2013 ��_� bttl DESIGN: AKR PROPOSE SEVY9t ALIO+NdB�T QTY OF LUBBOCK a p�-HDIit n u 1 DRANK: TW � OM SRY SOUTH LUBBOCK SANITARYp�'�� CHECKED: RJJ SEWER EXTENSION PR I 0! KMA NO.: 053125011 N1•