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•