HomeMy WebLinkAboutR2023-047 2023-02-20DocuSign Envelope ID: 45279FCE-086B-4A7C-B61 D-8AF1 FAC492C0
RESOLUTION NO. R2023-47
A Resolution of the City Council of the City of Pearland, Texas, authorizing a
contract with Cobb Fendley & Associates, Inc., for design services associated
with the Sherwood Street Reconstruction Project, in the estimated amount of
$782,418.00.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS:
Section 1. That certain contract for design services associated with the Sherwood Street
Reconstruction Project, a copy of which is attached hereto as Exhibit "A" and made a part hereof for
all purposes, is hereby authorized and approved.
Section 2. That the City Manager or his designee is hereby authorized to execute and
the City Secretary to attest a contract for design services associated with Sherwood Street
Reconstruction Project.
PASSED, APPROVED and ADOPTED this the 20th day of February, A.D., 2023.
DocuSigned by:
�t
J. _ alum-6LE
MAYOR
ATTEST:
(—DocuSigned by:
Vale lL-S aM
5QFC22531-FFF415
FRANCES AGUILAR, TRMC, MMC
CITY SECRETARY
APPROVED AS TO FORM:
DocuSigned by:
DA440 KE R
CITY ATTORNEY
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
exhibit A
CONTRACT FOR PROFESSIONAL SERVICES
THIS CONTRACT is entered into upon final execution by and between the City of Pearland
("CITY") and Cobb, Fendley & Associates, Inc. ("CONSULTANT").
The CITY engages the CONSULTANT to perform professional services for a project known and
described as Sherwood Street Reconstruction and Water Line Replacement ("PROJECT").
(Project #TR2302 & WA2304)
SECTION I - SERVICES OF THE CONSULTANT
The CONSULTANT shall perform the following professional services to CITY standards and in
accordance with the degree of care and skill that a professional in Texas would exercise under the
same or similar circumstances:
A. The CONSULTANT shall perform professional services. See Exhibit A, attached,
for a detailed SCOPE OF WORK and PROJECT schedule. The PROJECT schedule
shall be submitted in digital and hard copy form in the Microsoft Project for
Windows format.
B. The CONSULTANT shall prepare and submit a detailed opinion of estimated cost
of the PROJECT.
C. The CONSULTANT acknowledges that the CITY (through its employee
handbook) considers the following to be misconduct that is grounds for termination
of a CITY employee: Any fraud, forgery, misappropriation of funds, receiving
payment for services not performed or for hours not worked, mishandling or
untruthful reporting of money transactions, destruction of assets, embezzlement,
accepting materials of value from vendors, or consultants, and/or collecting
reimbursement of expenses made for the benefit of the CITY. The CONSULTANT
agrees that it will not, directly or indirectly; encourage a CITY employee to engage
in such misconduct.
D. The CONSULTANT shall submit all final construction documents in both hard
copy and electronic format. Plans shall be AutoCAD compatible and all other
documents shall be Microsoft Office compatible. The software version used shall
be compatible to current CITY standards. Other support documents, for example,
structural calculations, drainage reports and geotechnical reports, shall be
submitted in hard copy only. All Record Drawings electronic files shall be
submitted to the CITY in TIF format.
E. The CONSULTANT recognizes that all drawings, special provisions, field survey
notes, reports, estimates and any and all other documents or work product generated
by the CONSULTANT under the CONTRACT shall be delivered to the CITY upon
request, shall become subject to the Open Records Laws of this State.
F. The CONSULTANT shall procure and maintain for the duration of this Agreement,
insurance against claims for injuries to persons, damages to property, or any errors
Design
1 of 7 D2. Revised 04/2019
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
and omissions relating to the performance of any work by the CONSULTANT, its
agents, employees or subcontractors under this Agreement, as follows:
(1) Workers' Compensation as required by law.
(2) Professional Liability Insurance in an amount not less than $1,000,000 in
the aggregate.
(3)
Comprehensive General Liability and Property Damage Insurance with
minimum limits of $1,000,000 for injury or death of any one person,
$1,000,000 for each occurrence, and $1,000,000 for each occurrence of
damage to or destruction of property.
(4) Comprehensive Automobile and Truck Liability Insurance covering owned,
hired, and non -owned vehicles, with minimum limits of $1,000,000 for
injury or death of any one person, $1,000,000 for each occurrence, and
$1,000,000 for property damage.
The CONSULTANT shall include the CITY as an additional insured under the
policies, with the exception of the Professional Liability Insurance and Workers'
Compensation. The CONSULTANT shall agree to waive its Right to Subrogation.
Certificates of Insurance and endorsements shall be furnished to the CITY before
work commences. Each insurance policy shall be endorsed to state that coverage
shall not be suspended, voided, canceled, and/or reduced in coverage or in limits
("Change in Coverage") except with prior written consent of the CITY and only
after the CITY has been provided with written notice of such Change in Coverage,
such notice to be sent to the CITY either by hand delivery to the City Manager or
by certified mail, return receipt requested, and received by the City no fewer than
thirty (30) days prior to the effective date of such Change in Coverage. Prior to
commencing services under this CONTRACT, CONSULTANT shall furnish CITY
with Certificates of Insurance, or formal endorsements as required by this
CONTRACT, issued by CONSULTANT'S insurer(s), as evidence that policies
providing the required coverage, conditions, and limits required by this
CONTRACT are in full force and effect.
G. The CONSULTANT shall indemnify and hold the CITY, its officers, agents, and
employees, harmless from any claim, loss, damage, suit, and liability of every kind
for which CONSULTANT is legally liable, including all expenses of litigation,
court costs, and attorney's fees, for injury to or death of any person, for damage to
any property, or errors in design, any of which are caused by the negligent act or
omission of the CONSULTANT, his officers, employees, agents, or subcontractors
under this CONTRACT.
H. All parties intend that the CONSULTANT, in performing services pursuant to this
CONTRACT, shall act as an independent contractor and shall have control of its
own work and the manner in which it is performed. The CONSULTANT is not to
be considered an agent or employee of the CITY.
Design
2 of 7 D2 Revised 04/2019
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
SECTION II - PERIOD OF SERVICE
This CONTRACT will be binding upon execution and end July 1, 2025.
SECTION III - CONSULTANT'S COMPENSATION
A. The total compensation for the services performed shall not exceed the total noted
in Section B.
B. The CITY shall pay the CONSULTANT in installments based upon monthly
progress reports and detailed invoices submitted by the CONSULTANT based
upon the following:
Transportation TR2302
1. Basic Services (Not to Exceed) $372,482.00
2. Additional Services shall require independent and specific authorization
and shall be billed as (Not to Exceed): $217,594.00
3. Bid Phase Services (Hourly Not to Exceed) $4,802.00
4. Construction Phase Services (Hourly Not to Exceed) $48,786.00
5. Reimbursable Expenses (Not to Exceed) $4,500.00
6. Total: $648,164.00
Water WA2304
7. Basic Services (Not to Exceed) $88,854.00
8. Additional Services shall require independent and specific authorization
and shall be billed as (Not to Exceed): $21,634.00
9. Bid Phase Services (Hourly Not to Exceed) $3,030.00
10. Construction Phase Services (Hourly Not to Exceed) $19,736.00
11. Reimbursable Expenses (Not to Exceed) $1,000.00
12. Total: $134,254.00
C. The CITY shall make payments to the CONSULTANT within thirty (30) days after
receipt and approval of a detailed invoice. Invoices shall be submitted on a monthly
basis.
Design
3 of 7 D2 Revised 04/2019
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
D. CONSULTANT shall invoice for work performed during the preceding thirty day
period ("Billing Period"). The Billing Period shall run from the 26th day to the 25th
day of each consecutive month. Invoices shall be submitted to CITY not more
frequently than once every 30 days. CONSULTANT shall be responsible for
timely submittal of all invoices and CONSULTANT shall not be entitled to
payment for invoices in arrears. All invoices shall reflect most recent single Billing
Period only and represent the true, correct and accurate account of work performed
during the Billing Period.
E. For an agreed contract amount identified as "Lump Sum", Not to Exceed" and
"Reimbursable" the CONSULTANT shall not exceed the fixed contractual amount
without written authorization in the form of a Contract Amendment.
CONSULTANT shall provide 45 days prior notice to the CITY in the event contract
fees may exceed the fixed contract amount. CONSULTANT shall be responsible
for ensuring that such authorization is complete and executed by all parties
performing any work or submitting any invoices for work that exceeds the fixed
contract amount under any expense category.
F. Allowable Reimbursable Expenses
CONSULTANT shall identify and include in the proposal any anticipated
Reimbursable Expenses, and shall itemize Reimbursable Expenses by work
category. Reimbursable Expenses shall be invoiced AT COST without subsequent
markup by the CONSULTANT. All invoices containing a request for
Reimbursable Expenses shall include copies of the original expense receipts
itemized per the allowable category. Allowable Reimbursable Expenses include:
• Hard copy reproductions, copies and/ or binding costs
• Postage
• Mileage, for travel from Consultant's local office (within a 25 mile radius)
to meetings at the City or job -site. Mileage shall be charged at the current
IRS rates.
• Travel expenses, mileage from local office to State or federal regulatory
agency office beyond 100 miles.
• Lodging expenses, for destinations beyond 100 miles from the Consultant's
local office AND when business hours exceed eight hours within one
business day OR requires more than one eight hour day.
F.2. Disallowed Expenses
Disallowed Expenses include travel expenses for professional expertise traveling
into the greater Houston area from Consultant offices outside of the greater Houston
area.
Design
4 of 7 D2 Revised 04/2019
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
SECTION IV - THE CITY'S RESPONSIBILITIES
A. The CITY shall designate a project manager during the term of this CONTRACT.
The project manager has the authority to administer this CONTRACT and shall
monitor compliance with all terms and conditions stated herein. All requests for
information from or a decision by the CITY on any aspect of the work shall be
directed to the project manager.
B. The CITY shall review submittals by the CONSULTANT and provide prompt
response to questions and rendering of decisions pertaining thereto, to minimize
delay in the progress of the CONSULTANT'S work. The CITY will keep the
CONSULTANT advised concerning the progress of the CITY'S review of the
work. The CONSULTANT agrees that the CITY'S inspection, review, acceptance
or approval of CONSULTANT'S work shall not relieve CONSULTANT'S
responsibility for errors or omissions of the CONSULTANT or its sub-
consultant(s) or in any way affect the CONSULTANT'S status as an independent
contractor of the CITY.
SECTION V - TERMINATION
A. The CITY, at its sole discretion, may terminate this CONTRACT for any reason --
with or without cause -- by delivering written notice to CONSULTANT personally
or by certified mail at 1920 Country Place Parkway, Suite 400, Pearland. TX 77584.
Immediately after receiving such written notice, the CONSULTANT shall
discontinue providing the services under this CONTRACT.
B. If this CONTRACT is terminated, CONSULTANT shall deliver to the CITY all
drawings, special provisions, field survey notes, reports, estimates and any and all
other documents or work product generated by the CONSULTANT under the
CONTRACT, entirely or partially completed, together with all unused materials
supplied by the CITY on or before the 15th day following termination of the
CONTRACT.
C. In the event of such termination, the CONSULTANT shall be paid for services
performed prior to receipt of the written notice of termination. The CITY shall
make final payment within sixty (60) days after the CONSULTANT has delivered
to the CITY a detailed invoice for services rendered and the documents or work
product generated by the CONSULTANT under the CONTRACT.
D. If the remuneration scheduled under this contract is based upon a fixed fee or
definitely ascertainable sum, the portion of such sum payable shall be proportionate
to the percentage of services completed by the CONSULTANT based upon the
scope of work.
E. In the event this CONTRACT is terminated, the CITY shall have the option of
completing the work, or entering into a CONTRACT with another party for the
completion of the work.
Design
5 of 7 D2 Revised 04/2019
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
F. If the CITY terminates this CONTRACT for cause and/or if the CONSULTANT
breaches any provision of this CONTRACT, then the CITY shall have all rights
and remedies in law and/or equity against CONSULTANT. Venue for any action
or dispute arising out of or relating to this CONTRACT shall be in Brazoria County,
Texas. The laws of the State of Texas shall govern the terms of this CONTRACT.
The prevailing party in the action shall be entitled to recover its actual damages
with interest, attorney's fees, costs and expenses incurred in connection with the
dispute and/or action. CONSULTANT and CITY desire an expeditious means to
resolve any disputes that may arise between under this CONTRACT. To
accomplish this, the parties agree to mediation as follows: If a dispute arises out of
or relates to this CONTRACT, or the breach thereof, and if the dispute cannot be
settled through negotiation, then the parties agree first to try in good faith, and
before pursuing any legal remedies, to settle the dispute by mediation of a third
party who will be selected by agreement of the parties.
G.
SECTION VI - ENTIRE AGREEMENT
This CONTRACT represents the entire agreement between the CITY and the CONSULTANT and
supersedes all prior negotiations, representations, or contracts, either written or oral. This
CONTRACT may be amended only by written instrument signed by both parties.
SECTION VII - COVENANT AGAINST CONTINGENT FEES
The CONSULTANT affirms that he has not employed or retained any company or person, other
than a bona fide employee working for the CONSULTANT to solicit or secure this CONTRACT,
and that he has not paid or agreed to pay any company or person, other than a bona fide employee,
any fee, commission, percentage brokerage fee, gift, or any other consideration, contingent upon
or resulting from the award or making of the CONTRACT. For breach or violation of this clause,
the CITY may terminate this CONTRACT without liability, and in its discretion, may deduct from
the CONTRACT price or consideration, or otherwise recover, the full amount of such fee,
commission, percentage brokerage fee, gift, or contingent fee that has been paid.
SECTION VIII- SUCCESSORS AND ASSIGNS
This CONTRACT shall not be assignable except upon the written consent of the parties hereto.
,-DocuSigned by:
2/22/2023 I 7:55 AM PST
r838D12DC746423...
CITY OF PEARLAND, TEXAS
Digitally signed by Brad
Matlock
Brad Matlock Date: 2023.02.08
m. 16:30:07-0600'
DATE
CONSULTANT DATE
Design
6 of 7 D2 Revised 04/2019
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
House Bill 89 Verification
I, Brad Matlock (Person name), the undersigned
representative (hereafter referred to as "Representative") of
Cohh. FAndlAy ( Associates„ Inc (company or
business name, hereafter referred to as "Business Entity"), being an adult over the age
of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby
depose and affirm the following:
1. That Representative is authorized to execute this verification on behalf of Business
Entity;
2. That Business Entity does not boycott Israel and will not boycott Israel during the
term of any contract that will be entered into between Business Entity and the City of
Pearland; and
3. That Representative understands that the term "boycott Israel" is defined by Texas
Government Code Section 2270.001 to mean refusing to deal with, terminating business
activities with, or otherwise taking any action that is intended to penalize, inflict economic
harm on, or limit commercial relations specifically with Israel, or with a person or entity
doing business in Israel or in an Israeli -controlled territory, but does not include an action
made for ordinary business purposes. Digitally signed by Brad
Brad Matlock Date 2023.02.08
16:30:34-06'00'
SIGNATURE OF REPRESENTATIVE
SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this
8th day of February , 20 23 .
Notary Public
ZANDRA OBOURN-GOODIE
z; �= Notary Public, State of Texas
Comm. Expires 12-20-2026
74.8E �c
,,,,,„% Notary ID 130016481
e
Design
7 of 7 D2 Revised 04/2019
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
CobbFendley
January 30, 2023
Mr. Lap Trinh
Senior Project Manager
City of Pearland Engineering and Public Works
2016 Old Alvin Rd
Pearland, TX 77581
Re: Proposal for Professional Engineering Services
City of Pearland Sherwood Street Reconstruction & Water Line Replacement
CobbFendley Project No.
Dear Mr. Trinh:
Cobb, Fendley & Associates, Inc. (CobbFendley) is pleased to submit this proposal for
professional engineering services in conjunction with the Sherwood Street Reconstruction &
Water Line Replacement project in Pearland, Texas. CobbFendley proposes to provide the
Scope of Services, and Compensation, Schedule and Level of Effort (LOE) as outlined in
Attachments A, B, C and D respectively.
Thank you for the opportunity to submit on this important paving, drainage and water line
project. Please advise if you have any questions or require additional information.
FEE SUMMARY
PAVING AND DRAINAGE
WATER LINE
TOTAL
BASIC SERVICES - DESIGN
$372,482
$88,854
$461,336
BID PHASE
$4,802
$3,030
$7,832
CONSTRUCTION ADMIN
$48,786
$19,736
$68,522
ADDITIONAL SERVICES
$122,594
$21,634
$144,228
SUPPLEMENTAL SERVICES
$95,000
$0
$95,000
REIMBURSIBLES
$4,500
$1,000
$5,500
Sincerely,
LEY & ` SSOCIATES, INC.
Brad Matlock, .E.
Vice President
Enclosures
1920 Country Place Parkway, Suite 400 I Pearland, Texas 77584 1281.993.4952 I fax 281.993.8086 I www.cobbfendley.com
TBPE Firm Registration No. F-274 I TBPLS Registration No. 10046700
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
City of Pearland January 30, 2023
Sherwood Street Reconstruction and Water Line Improvements
ATTACHMENT A
SCOPE OF SERVICES & COMPENSATION
Cobb, Fendley & Associates, Inc.
Proposal for Professional Engineering Services for
Sherwood Street Reconstruction and Water Line Improvements
Project Limits and Background
The project area is bound by FM 518 and commercial tracts to the north, Westminister
Drive to the east (project area includes no outlet roads to the east of Westminister
Drive), Windsor Drive to the south, commercial tracts including apartments to the west.
See Figure A for project limits. The neighborhood is comprised of single-family homes
with concrete sidewalks and a concrete curb and gutter street and storm sewer system.
Portions of the drainage system along the outer edges of the study are comprised of a
combination of storm sewers and roadside ditches.
The project scope includes drainage improvements, street replacement, regrading,
sidewalks, and water line replacement, as identified in the letter report dated October
2019 by ARKK Engineers. Sanitary sewer is not included in the scope however a conflict
review will be completed to determine storm sewer and water crossing requirements. It
should be noted that all streets bound within the project limits are included in this scope
of work with the exception of Westminister Drive.
General
Cobb, Fendley & Associates, Inc. (CobbFendley) will perform professional engineering
services as follows: provide topographic survey, drainage study, drainage design,
geotechnical engineering, civil design drawings for construction, bid phase services and
construction administration phase services
Sub Consultants
CobbFendley shall subcontract the geotechnical investigation and any other services not
specifically offered by CobbFendley to perform the tasks described in this scope of
service. Below is a list of the consultants that we anticipate on using for this project:
• Geotechnical Investigation — Geotest Engineering, Inc.
• Texas Department of Licensing and Regulation (TDLR) Registration, Review and
Inspection — TBD
Construction Estimate
The preliminary Opinion of Probable Construction Cost for this project is attached as
Figure B.
Page 1 of 13 Rev. 1
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
City of Pearland January 30, 2023
Sherwood Street Reconstruction and Water Line Improvements
BASIC SERVICES
CobbFendley will provide the following engineering services as part of its basic service.
The specific items of service include:
Coordination, Data Collection and Review:
1. Coordination, data collection and review
a. Attend Design Kick-off meeting with City to review City's objectives
i. Refine, define, and agree on project scope and limits
b. Review adjacent projects, current and future, to identify any interplay or
impact to or from subject project.
i. Identify any requirements stemming from this relationship if it exists
c. Identify existing data sources and resources currently held by the City and
make arrangements to obtain this information
d. Identify any gaps in this data and make arrangements to supplement
through other sources, specifically:
i. Survey
ii. Geotechnical
e. Perform preliminary site visits
30% Design and Drainage Analysis Basic Services:
1. Drainage analysis as part of the 30% design phase
a. Review LiDAR and determine overland sheet flow patterns, outfall locations
and determine drainage area boundaries
b. Calculate land use coefficients
c. Determine time of concentration flow paths
d. Perform hydrologic calculations for the required 3-, 10-, and 100 -year Atlas
14 rainfall events
e. Develop tailwater elevations based on COP drainage criteria for each
system
f. Create XP-SWMM model hydraulic model based upon received
topographic survey data to represent existing condition storm sewer
system (inlet level analysis)
g. Create inundation maps for the existing condition 3-, 10-, and 100 -year
Atlas 14 rainfall events.
h. Identify problem areas
i. Perform proposed condition hydraulic calculations to determine minimum
allowable pipe sizes (3 -year) necessary to convey the design storm event
j. Perform proposed condition inlet analysis
k. Create proposed condition XP-SWMM hydraulic model and analyze for
proposed condition 3-, 10-, & 100 -year Atlas 14 rainfall events
I. Compare/Contrast existing condition vs proposed condition models to
determine increase in flow to receiving streams to estimate required
detention volume
m. Create mitigated condition model which determine pipe sizes necessary for
inline detention and restriction
n. Meet with COP to discuss findings
Page 2 of 13 Rev. 1
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
City of Pearland January 30, 2023
Sherwood Street Reconstruction and Water Line Improvements
o. Prepare then submit drainage study report with necessary maps, models,
and exhibits
p. Respond to comments and submit final drainage study report
Note, In the event that alternatives related to this drainage design occur as a result
of adjacent project(s) interplay, there are tasks located in additional services that
could be scoped specifically and authorized separately.
2. Sherwood Oaks Drainage Study
a. Perform a drainage impact analysis for areas contributing flow to the storm
sewer systems within the neighborhood. An existing analysis will be
performed to verify present day condition land use and topography utilizing
2001, 2008 and 2018 LiDAR data and available aerial imagery. Hydrologic
runoff rates will be calculated for the 3-, 10-, and 100 -year Atlas 14 rainfall
events. An additional analysis will be performed to ensure runoff from the
100 -year rainfall event can be conveyed to a point in which water surface
elevations (WSEs) are contained within the ROW. If it is cost prohibitive to
contain WSEs within the ROW, the proposed 100-yr design will ensure
homes in the neighborhood are not inundated during the design extreme
event (24 -hour, 100 -year storm). Upon completion of the proposed design,
a comparison will be performed between existing and proposed condition
flows to identify areas in which impacts may occur as a result of the
proposed improvements. Alternatives (up to 3) will be created to provide
mitigation for increases in flow or WSEs.
3. Determine storm sewer pipe sizes, inlet sizes, develop flow line elevations,
tailwater elevations and preliminary HGL's.
4. Perform the utility and investigation work involving the research and identification
of all private and public utilities within the project limits.
a. Research the existence of public utilities such as sanitary, storm sewer and
waterlines.
b. Request any additional information from private utilities (CenterPoint Gas,
CenterPoint Electric, AT&T and Others) and pipeline.
c. Identify potential conflicts between the existing utilities and the proposed
project improvements.
d. Coordinate with Utility Company's on plans for relocations and provide
updated project design information.
5. Prepare cover sheet, legend and P&P key notes.
6. Prepare project layouts of existing and proposed, storm sewers, street pavement
reconstruction, proposed water lines and existing sanitary sewers.
7. Prepare 30% plans consisting of plan & existing profile, specifications and
topographic survey with abstracted parcel data.
8. Prepare preliminary opinion of construction cost with a 15% contingency.
Page 3 of 13 Rev. 1
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
City of Pearland January 30, 2023
Sherwood Street Reconstruction and Water Line Improvements
9. Coordinate with COP Urban Forester regarding trees within and near construction
zone and provide notes for preservation.
Final Design:
1. Coordinate with external regulatory agencies and identify and incorporate changes
from adjacent projects.
2. Incorporate review comments and revisions into preparation of 60% plans
including, but not limited to:
a. Calculate hydraulic grade lines within the system for the 3 year event (33%)
and design for the 100 year (1 %) event with overland flow
b. Prepare trunk and branch line system plan and profiles for pipe and
associated ditches. Finalize storm sewer design based on preliminary
engineering comments.
3. Provide proposed water line layouts and submit preliminary recommendations to
PWD for review and comment.
4. CobbFendley will provide typical section sheets prepared for the existing and
proposed roadway and at driveways. Typical section information will include:
a. Station Limits
b. Profile Grade Line Location
c. Centerline and Baseline Locations
d. Pavement Section
e. Pavement Cross Slopes
f. Curbs
g. Sidewalks
h. Green Space (Mow Strips)
5. Identify utility conflicts with private and other public utilities, submit plans to all
affected entities and attend a City Utility Relocation Conference to coordinate
relocation schedule and efforts.
6. CobbFendley will provide roadway plan and profile drawings using CADD
standards as required by the City. The drawings will consist of a plan and profile
view of existing features and proposed improvements.
Plan view will include:
a. Roadway centerlines and baselines
b. Pavement edges for all improvements
c. Lane and pavement width dimensions
d. 5 -ft wide sidewalks (both sides)
e. Proposed structure locations
f. Existing utilities and structures
g. Benchmark information
h. Radius callouts
i. Curb locations
j. Pavement Details
Page 4 of 13 Rev. 1
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
City of Pearland January 30, 2023
Sherwood Street Reconstruction and Water Line Improvements
Profile view will include:
a. Existing and proposed profiles along the proposed centerline
Existing and Proposed Grade Lines for pavement and natural
ground along the project centerline.
Notes: Storm Sewer Plan and Profiles and Roadway Plan and Profiles will be
included on the same Sheet. Plan and Profile sheets will be prepared
on 22"x34" format sheets.
7. Review Geotechnical Report and incorporate the pavement design as
recommended.
8. Provide construction plan drawings. The plans will include, at a minimum, the
following.
• Cover Sheet
• Overall Project Layout
• Typical Cross Sections
• SWPP Plan
• General Notes and Details
• Drainage Area Map
• Storm Sewer Layout
• Water Line Layout
• Survey Control Map
• Plan and Profiles Sheets
• Traffic Control Plan
9. CobbFendley will prepare Storm Water Pollution Prevention Plan (SW3P) sheets
and details based on the latest NPDES, and City standards to minimize the
potential impact to receiving waterways. The SW3P sheets will include:
a.
b.
c.
d.
e.
Erosion control measures to be used
Locations of erosion control devices
Phasing of erosion control measures
Permanent erosion control measures
Erosion control measure detail sheet(s)
10. CobbFendley will prepare Traffic Control Plan (TCP) sheets in accordance with the
Texas Manual on Uniform Traffic Control Devices (TMUTCD) for Streets and
Highways (latest edition). Plans sheets will include the following:
a. Written narrative of the construction sequencing and work activities per
phase.
b. Existing and proposed traffic control devices (regulatory signs, warning
signs, guide signs, route markers, construction pavement markings,
barricades, flag personnel, temporary traffic signals, etc.) to be used to
handle traffic during each construction sequence.
c. Typical sections for each phase
d. Proposed traffic control devices at grade intersections during each
construction phase (stop signs, flagperson, signals, etc.).
e. Temporary roadways, structures and detours required to maintain lane
continuity throughout the construction phasing.
Page 5 of 13 Rev. 1
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
City of Pearland January 30, 2023
Sherwood Street Reconstruction and Water Line Improvements
f. Continuous, safe access to each adjacent property during all phases of
construction and to preserve existing access.
g.
Temporary drainage to replace existing drainage disturbed by construction
activities or to drain detour pavement.
h. Interim signing for every phase of construction. Interim signing must
include regulatory, warning, construction, route, and guide signs.
i. Maintain continuous access to abutting properties during all phases of the
TCP.
11. CobbFendley will provide construction document deliverables based on the
milestone submittals below:
a. 60% Milestone Submittal:
i. 2 sets of 22"x34" plan sheets for City review.
ii. Technical specifications
iii. Opinion of Probable Construction Cost
iv. Digital Copy of the submittal and previous items in .pdf format
b. 90% Milestone Submittal:
i. 2 sets of 22"x34 plan sheets for City review.
ii. 1 project manual with specifications for City Review.
iii. Opinion of Probable Construction Cost
iv. Digital Copy of the submittal and previous items in .pdf format
c. Final Milestone Submittal:
i. 2 sets of 22"x34" plan sheets for City review.
ii. 1 project manual with specifications for City Review.
iii. Opinion of Probable Construction Cost
iv. Construction schedule.
v. Digital Copy of the submittal and previous items in .pdf format
12. Fully develop engineer's construction cost estimate for each item of work including
plan quantities.
13. Prepare bid form identifying each item and its planned quantity and include
supplemental work items.
14. Once all comments are received by all entities involved, CobbFendley will finalize
the construction documents for bidding.
Page 6 of 13 Rev. 1
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
City of Pearland January 30, 2023
Sherwood Street Reconstruction and Water Line Improvements
Bid Phase Services:
1. Provide Notice to Bidders (NTB) to the Project Manager in an electronic form
appropriate for the City's e -bid system format. City is responsible for advertising.
2. Reproduce and disseminate (2) two bid sets to the City PM (1), Purchasing (1) and
interested bidders
3. Chair pre -bid meeting and attend the Bid Opening
4. Respond in writing to questions from bidders and prepare addenda as necessary.
5. Prepare Engineer's Recommendation of Award Letter that includes the following
required content:
a. Check for math errors and reconcile any mathematical discrepancies
b. Review for unbalanced bid items
c. Certified Bid Tabulation including Engineer's estimate
d. Review of contractor's financial standing and references provided
e. Explanation of discrepancies between the Engineer's estimate and bids
f. Recommendation to award
6. Attend City Council meeting and recommendation for award of Contract for
Construction.
7. Produce and transmit to selected contractor five (5) sets of project manuals ready
for execution with City's Notice of Intent to Award (NOI)
Construction Administration:
1. Attend pre -construction meeting to provide information & answer questions.
2. Attend bi-weekly progress meetings with Construction Manager, Contractor &
City of Pearland as needed.
3. Review/approve & comment on Contractor's submittals, RFIs, Contractor
Proposals, Request for Change Orders (RCO).
4. (RCO) including coordination with Construction Manager on Proposals & Change
Orders using the City of Pearland's project management system.
5. Provide interpretive guidance for Contractor, Construction Manager in resolution
of problems.
6. Conduct Substantial Completion Inspection with CM or PM to:
a. review progress of work for Substantial Completion walk through
b. generate a punch list of items for correction
c. substantiate items that are completed
d. issue both Certificate of Substantial Completion (signed/sealed from
Design Engineer) & Final Acceptance or 2nd walk through.
Page 7 of 13 Rev. 1
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
City of Pearland January 30, 2023
Sherwood Street Reconstruction and Water Line Improvements
ADDITONAL SERVICES
Surveying
CobbFendley, as the project surveyor shall:
1. Establish horizontal and vertical project control within the project limits.
2. Collect cross-section data within the project limits. Cross sections shall consist
of natural ground, sidewalk edges, back of curb, gutter, crown of road, and any
visible grade breaks in between:
3. Perform a One -Call request for existing utilities prior to conducting field survey.
Surveyor shall keep a record of all correspondence.
4. Locate all pipelines and associated markers, vents, and test leads. Provide the
following Information for each line (Company Name, Contact Number, Pipe
Material (if provided), Depth (if toned/probed by owner, not the surveyor), and
Product Type as indicated on record drawings provided to surveyor or verified by
the Texas Railroad Commission GIS Online Maps.
5. Locate existing overhead and visible indication of underground utilities. Surveyor
is not performing subsurface excavation or field utility designation.
6. Surveyor will also collect measure downs and pipe sizes and direction of sanitary
and storm sewer utilities.
7. Locate topographical features and existing improvements (eg., mail boxes
(including type), traffic speed bumps or dips, street lights, street signs,
landscaping limits, widths of driveways, curb and gutter, driveway joints nearest
to ROW line, etc).
8. Locate Trees 8" in diameter and larger. Provide Tree species and trunk caliper
size in inches as well as the drip line.
9. Tie in pavement limits, including type.
Geotechnical Investigation
1. The geotechnical investigation will be performed by Geotest Engineering, Inc. in
accordance with the attached proposal. A geotechnical report will include
geotechnical engineering recommendations on subgrade preparation, pavement
design for concrete streets and storm sewer construction considerations.
Texas Department of Licensing and Regulation (TDLR) Compliance
1. TDLR project registration, design review and post -construction inspection is
included in this proposal as a budgetary item. CobbFendley will utilize a
subconsultant to perform ADA compliance review.
Page 8 of 13 Rev. 1
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
City of Pearland January 30, 2023
Sherwood Street Reconstruction and Water Line Improvements
Exclusions for the Scope of Services:
The services described above are the identified BASIC AND ADDITIONAL SERVICES
for this assignment. Other items that may arise during the course of the project that the
City may wish to add to the scope of services shall be deemed as SUPPLEMENTAL
ADDITIONAL SERVICES. CobbFendley shall undertake such supplemental additional
services as assigned by the City upon written direction from the City. Examples of such
items are as follows:
1. Attending or Conducting Public meetings.
2. Acquisition of Property or Easements.
3. Boundary Survey
4. Easement Documents (Metes and Bounds and Parcel Exhibits)
5. Construction Staking
6. Subsurface Utility Engineering (SUE) Level A or B
7. Urban Forestry Services
8. Environmental Services, including but not limited to Phase 1 ESA.
9. Design for drainage mitigation (i.e. inline or pond storage) based on proposed
flows.
10. Quality Control (QC) inspections, full or part time, during the construction phase
of the project.
11. Preparing Construction Pay Estimates
12. Construction Materials Testing (CMT) Services
13. Obtaining Construction Permits
14. Bidding project more than once
15. Any other services not specifically included within the description of the Basic
Services and Additional Services as described above.
If supplemental services are requested by the City, CobbFendley will provide the City
with a separate proposal for the supplemental work.
Page 9 of 13 Rev. 1
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
City of Pearland January 30, 2023
Sherwood Street Reconstruction and Water Line Improvements
ATTACHMENT B
BASIS OF COMPENSATION
The BASIC, ADDITIONAL AND SUPPLEMENTAL SERVICES rendered under this
proposal shall be based on fees for phases of the work as shown below.
BASIC SERVICES
1. Coordination, Data Collection and Review (Lump Sum) $16,852
2. 30% Design and Drainage Analysis (Lump Sum) $166,548
3. Final Design (Lump Sum) $277,936
4. Bid Phase Services (Hourly, Not to Exceed) $7,832
5. Construction Administration Services (Hourly, Not to Exceed) $68,522
ADDITIONAL SERVICES
1. Surveying (Lump Sum) $116,516
2. Geotechnical Investigation (by Geotest, including 10% markup) $24,412
3. TDLR Registration, Review and I nsp.(Budgetary including 10% markup) .. $3,300
SUPPLEMENTAL SERVICES
1. Drainage Impact Analysis (Hourly, Not to Exceed, if needed) $25,000
2. Drainage Mitigation Evaluation (Hourly Not to Exceed, if needed) $25,000
3. Additional Survey (Hourly Not to Exceed, if needed) $20,000
4. Additional Design (Hourly Not to Exceed, if needed) $25,000
Reimbursable Expenses
1. Reproduction, Mileage, Delivery Charges, etc. $5,500
TOTAL, Basic, Additional and Supplemental Srvs incl. Reimbursables $782,418
The Compensation to be paid to CobbFendley for providing the SERVICES rendered
under this proposal shall be Lump Sum and Hourly. Hourly Rates and Reimbursable
Expenses will be in accordance with the attached provided rate sheet.
The Compensation for any other Additional or Supplemental Services which the City
desires to be added to the work scope of the project shall be negotiated.
Page 10 of 13 Rev. 1
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
City of Pearland January 30, 2023
Sherwood Street Reconstruction and Water Line Improvements
la :�' CobbFendley
2023 Standard Rate Schedule
Senior Engineer V or Principal $330.00/HR
Senior Engineer IV or Project Manager V $314.00/HR
Senior Engineer III or Project Manager IV $307.00/HR
Senior Engineer II or Project Manager III $275.00/HR
Senior Engineer I or Project Manager II $250.00/HR
Engineer III or Project Manager I $199.00/HR
Engineer II $172.00/HR
Engineer I $142.00/HR
Graduate Engineer II. $131.00/HR
Graduate Engineer$119.00/HR
Sr. Project Coordinator $158.00/HR
Project Coordinator. $109.00/HR
Senior Technician III (GIS, Telecom, Utility, CAD, Field) $188.00/HR
Senior Technician II (GIS, Telecom, Utility, CAD, Field) $164.00/HR
Senior Technician I (GIS, Telecom, Utility, CAD, Field) $142.00/HR
Technician III (GIS, Telecom, Utility, CAD, Field) $121.00/HR
Technician II (GIS, Telecom, Utility, CAD, Field) $102.00/HR
Technician I (GIS, Telecom, Utility, CAD, Field) $75.00/HR
Licensed State Land Surveyor $267.00/HR
Senior Registered Professional Land Surveyor. $250.00/HR
Registered Professional Land Surveyor $199.00/HR
Project Surveyor $172.00/HR
Certified Photogrammetrist $226.00/HR
4 Person Survey Crew $217.00/HR
3 Person Survey Crew $194.00/HR
2 Person Survey Crew $164.00/HR
1 Person Survey Crew $119.00/HR
2 Person Hy -Drone Crew $387.00/HR
2 Person UAV Drone Crew $267.00/HR
Construction Manager III $330.00/HR
Construction Manager II $272.00/HR
Construction Manager I $212.00/HR
Construction Observer III $177.00/HR
Page 11 of 13 Rev. 1
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
City of Pearland
Sherwood Street Reconstruction and Water Line Improvements
January 30, 2023
Construction Observer II $149.00/HR
Construction Observer I $125.00/HR
Sr. Right -of -Way Agent III or ROW Project Manager III $275.00/HR
Sr. Right -of -Way Agent II or ROW Project Manager II $221.00/HR
Sr. Right -of -Way Agent I or ROW Project Manager I $199.00/HR
Right -of -Way Agent III or ROW Attorney $177.00/HR
Right -of -Way Agent II $155.00/HR
Right -of -Way Agent I $122.00/HR
Right -of -Way Technician. $111.00/HR
Administrative $119.00/HR
Clerical $91.00/HR
Field Data Device $40.00/HR/unit
SUBSURFACE UTILITY ENGINEERING
Two -Man Designating Crew (4 -Hour Minimum) $194/HR
One -Man Designating Crew (4 -Hour Minimum) $125/HR
Vacuum Excavation Truck with 2 Technicians (Vac 6000) (4 -Hour Minimum)$359/HR
Vacuum Excavation Truck with 2 Technicians (Vac 3000 & 4000) (4 -Hour Minimum)
$335/HR
Ground Penetrating Radar with 1 Technician (4 -Hour Minimum) $296/HR
Traffic Control Officer @ Cost + 10%
Traffic Control (Lane Closures, etc.) To Be Negotiated
Permits (Local, State, etc.) @ Cost + 10%
Designation, Location & Traffic Control Vehicles $6.50/Mile
REIMBURSABLE EXPENSES
Consultant or Specialty Contractor (Outside Firm) @ Cost + 10%
Courier, Special Equipment Rental @ Cost + 10%
Reasonable Out of Town Travel Expenses (Air, Hotel, Rental, etc.) @ Cost
Mileage (Standard Car or Truck) IRS Approved Rate
Per Diem for Out of Town Travel (Per Day/Person) GSA Standard Rate/Day
Title Plant Charges @ Cost + 10%
Other Misc. Expenses Related to the Project @ Cost + 10%
Page 12 of 13 Rev. 1
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
City of Pearland January 30, 2023
Sherwood Street Reconstruction and Water Line Improvements
In -House Reproduction:
➢ Copies (Up to 11" x 17") $0.15/Each
➢ Color Prints (Up to 11" x 17") $1.50/Each
➢ Color Prints (Larger than 11" x 17") $3.00/Sq. Ft.
➢ Bluelines (All Sizes) $1.00/Each
➢ Bond Prints (All Sizes) $2.00/Each
➢ Mylar Prints $12.00/Each
➢ Vellum Prints $9.00/Each
(*) Technology charges added to each billable man-hour.
Page 13 of 13 Rev. 1
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
FIGURE A
PROJECT LIMITS
SHERWOOD STREET RECONSTRUCTION AND WATER LINE IMPROVEMENTS
•
a.
4111,
49, :
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
FIGURE B
City of Pearland
Sherwood Street Reconstruction and Water Line Improvements
Opinion of Probable Construction Cost (OPCC)
January 2023
UNIT PRICES - GENERAL
ITEM NO.
SPEC.
ITEM DESCRIPTION
UNIT
MEASURE
UNIT
QUANTITY
UNIT PRICE
TOTAL IN FIGURES
1
01505
MOBILIZATION
LS
1
$168,028
$168,028
2
01555
TRAFFIC CONTROL PLAN
LS
1
$57,500
$57,500
3
01561
REINFORCED FILTER FABRIC FENCE
LF
2,000
$1.53
$3,060
4
01563
TREE PROTECTION
LS
1
$15,000
$15,000
5
01565
TEMP. EROSION , SDMT AND ENV. CONTROLS (INCL. INSTALL AND REMOVAL,
SWPPP PLAN, NOI AND OTHER PERMITS REQ. COORDINATION)
LS
1
$10,000
$10,000
6
DWG
REMOVE, SALVAGE AND REINSTALL TRAFFIC SIGNS WITHIN R.O.W. (FULL
PROJECT LIMITS AS REQUIRED TO COMPLETE WORK) AND INSTALL AND
REMOVE CIP PROJECT SIGNS
(PER DWGS)
LS
1
$45,000
$45,000
7
02762
SIGNAGE AND STRIPING
LS
1
$30,000
$30,000
8
02922
BLOCK SODDING (COMPLETE IN PLACE)
SY
4,700
$5.13
$24,111
9
02921
HYDROMULCH SEEDING (COMPLETE IN PLACE)
AC
2
$1,950
$3,900
TOTAL UNIT PRICES - GENERAL
$524,626
UNIT PRICES - PAVING ITEMS
ITEM NO.
SPEC.
ITEM DESCRIPTION
UNIT
MEASURE
UNIT
QUANTITY
UNIT PRICE
TOTAL IN FIGURES
10
02220
REMOVE AND DISPOSE OF EXISTING SUBGRADE, AND CONCRETE PAVEMENT
(ALL THICKNESSES)
SY
24,773
$8
$198,180
11
02220
REMOVE AND DISPOSE OF EXISTING SUBGRADE, BASE, AND ASPHALT
PAVEMENT (ALL THICKNESSES)
SY
741
$8
$5,925
12
02220
REMOVE AND DISPOSE OF EXISTING DRIVEWAY (ALL THICKNESSES)
SY
5,724
$9
$51,520
13
02220
REMOVE AND DISPOSE OF EXISTING CONCRETE SIDEWALK
(ALL THICKNESSES)
SY
7,090
$8
$56,721
14
02316
EXCAVATION
CY
1,000
$16
$16,000
15
02316
ROADSIDE DITCH REGRADING (COMPLETE IN PLACE)
LF
1,000
$28
$28,000
16
02330
EMBANKMENT (COMPLETE IN PLACE)
CY
200
$14
$2,800
17
02751
6 -INCH REINFORCED CONCRETE PAVEMENT
(COMPLETE IN PLACE)
SY
23,188
$63
$1,460,817
18
02751
7 -INCH REINFORCED CONCRETE PAVEMENT
(COMPLETE IN PLACE)
SY
2,326
$65
$151,161
19
02741
2 -INCH HOT MIX ASPHALT CONCRETE SURFACE PAVEMENT
(COMPLETE IN PLACE)
SY
383
$33
$12,650
20
02710
ASPHALT STABILIZED BASE (GR2) (PG64) (6 -INCH)
(COMPLETE IN PLACE)
SY
433
$36
$15,600
21
02335
LIME (HYDRATED LIME) (SLURRY) (8%) (COMPLETE IN PLACE)
TON
883
$205
$181,056
22
02335
8 -INCH LIME TREATMENT SUBGRADE (COMPLETE IN PLACE)
SY
29,058
$6
$174,349
23
02770
6 -INCH CONCRETE CURB (COMPLETE IN PLACE)
LF
15,953
$8
$127,622
24
02775
6 -INCH CONCRETE DRIVEWAY (COMPLETE IN PLACE)
SY
5,724
$68
$389,262
25
02771
5 -FOOT WIDE CONCRETE SIDEWALK (COMPLETE IN PLACE)
SF
79,764
$6
$478,584
26
02771
ADA PEDESTRIAN RAMP WITH DETECTABLE WARNING SURFACE
(COMPLETE IN PLACE)
SF
760
$28
$21,280
UNIT PRICES - PAVING ITEMS
$3,371,528
UNIT PRICES - STORM SEWER ITEMS
ITEM NO.
SPEC.
ITEM DESCRIPTION
UNIT
MEASURE
UNIT
QUANTITY
UNIT PRICE
TOTAL IN FIGURES
27
02220
REMOVE EXISTING INLET (ALL TYPES, COMPLETE IN PLACE)
EA
26
$600
$15,600
28
02631
CURB INLET (ALL TYPES, COMPLETE IN PLACE)
EA
32
$3,965
$126,880
29
02542
4 -FOOT TYPE C STORM SEWER MANHOLE
(COMPLETE IN PLACE)
EA
5
$4,170
$20,850
30
02631,
02632
5 -FT X 5 -FT CONFLICT JUNCTION BOX (COMPLETE IN PLACE)
EA
5
$12,000
$60,000
31
02220
REMOVE EXISTING STORM SEWER RCP
(COMPLETE IN PLACE)
LF
1,702
$20
$34,041
32
02630
24 -INCH DIAMETER RCP (COMPLETE IN PLACE)
LF
1,420
$115
$163,254
33
02630
30 -INCH DIAMETER RCP (COMPLETE IN PLACE)
LF
967
$132
$127,651
34
02630
36 -INCH DIAMETER RCP (COMPLETE IN PLACE)
LF
1,538
$150
$230,738
35
02630
48 -INCH DIAMETER RCP (COMPLETE IN PLACE)
LF
257
$234
$60,197
38
02630
60 -INCH DIAMETER RCP (COMPLETE IN PLACE)
LF
268
$345
$92,374
39
01570
TRENCH SAFETY SYSTEM
LF
4,182
$2
$8,364
UNIT PRICES - STORM SEWER ITEMS
$939,948
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
City of Pearland
Sherwood Street Reconstruction and Water Line Improvements
Opinion of Probable Construction Cost (OPCC)
January 2023
UNIT PRICES - WATER ITEMS
ITEM NO.
SPEC.
ITEM DESCRIPTION
UNIT
MEASURE
UNIT
QUANTITY
UNIT PRICE
TOTAL IN FIGURES
40
02220
REMOVAL OF EXISTING WATER LINE
(ALL SIZES, COMPLETE IN PLACE)
LF
200
$13
$2,600
41
02510
6 -INCH WATER LINE BY OPEN CUT (COMPLETE IN PLACE)
LF
1,823
$70
$127,596
42
02510
8 -INCH WATER LINE BY OPEN CUT (COMPLETE IN PLACE)
LF
5,518
$90
$496,598
43
02510
6 -INCH TAP SLEEVE & VALVE (COMPLETE IN PLACE)
EA
4
$4,600
$18,400
44
02510
8 -INCH TAP SLEEVE & VALVE (COMPLETE IN PLACE)
EA
1
$8,375
$8,375
45
02510
16 -INCH X 8 -INCH TAP SLEEVE & VALVE (COMPLETE IN PLACE)
EA
1
$8,000
$8,000
46
02511
RELOCATE WATER METER (COMPLETE IN PLACE)
EA
10
$475
$4,750
47
02515
LONG SIDE WATER SERVICE (COMPLETE IN PLACE)
EA
35
$2,225
$77,875
48
02515
SHORT SIDE WATER SERVICE (COMPLETE IN PLACE)
EA
35
$1,300
$45,500
UNIT PRICES - WATER ITEMS
$666,319
UNIT PRICES - PAVING AND DRAINAGE EXTRA WORK ITEMS
ITEM NO.
SPEC.
ITEM DESCRIPTION
UNIT
MEASURE
UNIT
QUANTITY
UNIT PRICE
TOTAL IN FIGURES
49
01564
DEWATERING FOR STORM SEWER (COMPLETE IN PLACE)
LF
1,000
$18
$18,000
50
02751
HIGH EARLY STRENGTH 6 -INCH REINFORCED CONCRETE PAVEMENT
(COMPLETE IN PLACE)
SY
500
$78
$39,000
51
02751
HIGH EARLY STRENGTH 7 -INCH REINFORCED CONCRETE PAVEMENT
(COMPLETE IN PLACE)
SY
500
$83
$41,500
UNIT PRICES - PAVING AND DRAINAGE EXTRA WORK ITEMS
$98,500
PROJECT TOTAL
$5,600,921
CONTINGENCY (20%)
$1,120,184
OVERALL TOTAL
$6,721,105
2 of 2
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
GEOTEST ENGINEERING, INC.
G�Engineers & Metertaisafr Testing
5600 Midriff Drive Houston, Texas 77036 Telephone: (713) 266-0588
Fax: (713) 266-2977
Proposal No. 1140605199
December 9, 2022
Mr. Stephen Ray, P.E.
Principal
CobbFendley
22316 Grand Corner Drive, Suite 100
Katy, Texas 77494
Re: Proposal for Geotechnical Investigation
Sherwood Place Reconstruction and Water Line Replacement
Pearland, Texas
Dear Mr. Ray:
In accordance with your request on December 5, 2022, Geotest Engineering, Inc. is
pleased to submit this proposal for the referenced project. The project includes reconstruction of
approximately 6,250 linear feet of paving and water line replacement within the existing
Sherwood Place Subdivision in Pearland, Texas. The proposed pavement will be a new concrete
pavement with subgrade. The proposed water lines will be placed at a depth of 5 feet and will be
constructed by auger method of construction.
Purpose and Scope
The purposes of this investigation are to evaluate the soil and water level conditions in
the project area to provide geotechnical recommendations for the proposed paving and utilities.
Based on the information provided to us on December 5, 2022, the scope of this study will
consist of the following:
• Calling Texas 811 and coordinating with utility locators to get areas for the proposed
borings cleared;
• Perform pavement coring at the proposed boring locations to access the subsurface
soils.
• Drilling and sampling thirteen (13) 15 -foot borings for the paving and water lines.
The approximate location of the borings is shown on Figure 1, Plan of Borings.
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
Mr. Stephen Ray, P.E. Proposal No. 1140605199
Page 2 December 9, 2022
• Grouting all boreholes using non -shrink cement bentonite grout after completion of
drilling and water level measurements. The use of cement bentonite grout will
eliminate the potential problems and safety hazards associated with surface
settlements that might occur if boreholes are backfilled with soil cuttings.
• Performing appropriate laboratory tests on selected representative samples to develop
the engineering properties of the soil;
• Perform engineering analyses to develop geotechnical recommendations for the
trenchless method of construction for the proposed waterline replacement,
groundwater control, pavement thickness including subgrade recommendations and
construction considerations.
• Submit a geotechnical investigation report containing a plan showing the locations of
the borings and recommendations as outlined above.
It is assumed that the borings will be located and tied -in by you or your surveyors after
completion of drilling.
Schedule and Fees
We should be able to start the fieldwork within one (1) week after receiving your written
authorization. It is estimated that the fieldwork will be completed in about one (1) week barring
bad weather. The laboratory tests will be completed in about three (3) weeks. The complete
geotechnical report, which will include field and laboratory data and geotechnical
recommendations, will be submitted in about eight(8) weeks after receiving your notice to
proceed.
Based on the scope of work outlined above, the cost of the field investigation, laboratory
testing, engineering analyses and geotechnical report will be a lump sum amount of $22,193.00.
The cost breakdown given in Attachment No. 1 is for additional information only. The invoices
will be billed on Lump Sum basis based on percent completion.
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
Mr. Stephen Ray, P.E. Proposal No. 1140605199
Page 3 December 9, 2022
We appreciate the opportunity to submit this proposal. Formal authorization is required
for our services. This may be provided by signing in the space provided below and returning one
copy for our files.
Sincerely,
GEOTEST ENGINEERING, INC.
Naresh Kolli, P.E.
Project Manager
Enclosures: Figure 1 — Proposed Plan of Borings
Attachment No. 1 — Cost Breakdown
NK\ego
Copies Submitted: (1-PDF)
PC38\Geotechnical\Proposals\2022\40605199.DOC
ACCEPTED BY: _
PRINTED NAME:
TITLE:
DATE:
uuuuSl9n Envelope ID. jr ,uI ID-994A-427F-B65E-r ouIAD I -3D
PROPOSED PLAN OF BORINGS
CITY OF PEARLAND
Web Map
PROPOSAL NO. 1140605199
Legend
BORING
1 inch = 292 feet
0 170
ft
340
This product is for informational purposes and may not have been
prepared for or be suitable for legal, engineering, or surveying
purposes. It does not represent an on -the -ground survey and
represents only the approximate relative location of property boundaries.
MAP PREPARED: NOVEMBER 2022
CREATED WITH WEB PRINT TOOL
FIGURE 1
•
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
Geotechnical Investigation
Sherwood Street Reconstruction
Pearland, Texas
Attachment No. 1
COST BREAKDOWN
Engineering Services
Senior Engineer
Project Engineer
Staff Engineer
Support Personnel (Drafting, Word Processing)
Direct Expenses
Subsurface Field Investigation
Mobilization/Demobilization of Buggy Mounted Drill Rig and Crew
Drilling and Continuous Sampling, Truck Mounted Rig, from 0 to 50 feet
Grouting of Completed Bore Holes
Utility Coordination and Marking Borings
Vehicle Charge
Concrete Coring
Traffic Control
Laboratory Tests
Liquid and Plastic Limits
Percent Passing No. 200 Sieve
Moisture Content
Mechanical Sieve Analysis, through No. 200 Sieve
Unconsolidated-Undrained Triaxial Compressive Strength, per Specimen or
Stage
Proposal No. 1140605199
QUANTITY UNIT RATE COST
4 hrs.
8 hrs.
40 hrs.
6 hrs.
1 ea.
195 ft.
195 ft.
12 hrs.
12 hrs.
13 ea.
3 day
20 ea.
16 ea.
77 ea.
4 ea.
20 ea.
Total
$170.00 $680.00
$133.00 $1,064.00
$105.00 $4,200.00
$68.00 $408.00
Subtotal $6,352.00
$400.00 $400.00
$24.00 $4,680.00
$8.00 $1,560.00
$75.00 $900.00
$9.00 $108.00
$110.00 $1,430.00
$750.00 $2,250.00
Subtotal $11,328.00
$68.00 $1,360.00
$52.00 $832.00
$9.00 $693.00
$62.00 $248.00
$69.00 $1,380.00
Subtotal $4,513.00
$22,193.00
pc38:\geotechnical\Proposals\11406051799\Cost ical\Proposa I s\11406051799\Cost
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
ATTACHMENT C
Sherwood
Street
Reconstruction and
Water
Line
Improvements
ID
Task Name
Duration
Start
Finish
Qtr 1, 2023 I Qtr 2, 2023 I Qtr 3, 2023 I Qtr 4, 2023 1 Qtr 1, 2024 I Qtr 2, 2024 I Qtr 3, 2024 I Qtr 4, 2024 I Qtr 1, 2025 I Qtr 2, 2025 I Qtr 3, 2025 I
1
PHASE 1 - PRELIMINARY DESIGN
147 days
Wed 3/1/23
Thu 9/21/23
r
•
3/1
r-,
i
'
9/1
2
NTP
0 days
Wed 3/1/23
Wed 3/1/23
3
Topographic Survey
67 days
Wed 3/1/23
Thu 6/1/23
4
Geotechnical Investigation
45 days
Wed 3/1/23
Tue 5/2/23
5
Prepare 30% P&P's
65 days
Fri 6/2/23
Thu 8/31/23
6
Existing Condition Drainage Analysis
14 days
Fri 6/2/23
Wed 6/21/23
7
Proposed Condition Drainage Analysis
24 days
Thu 6/22/23
Tue 7/25/23
8
Coordinate & Prepare Final H&H
14 days
Wed 7/26/23
Mon 8/14/23
9
Submit 30% Plans
1 day
Fri 9/1/23
Fri 9/1/23
10
30% Review by City Staff
14 days
Mon 9/4/23
Thu 9/21/23
11
PHASE 2 - FINAL DESIGN
112 days
Fri 9/22/23
Mon 2/26/24
11/10
1/4
.1/29
MI
•3/29
4/17
12
60% Design
35 days
Fri 9/22/23
Thu 11/9/23
13
60% Design Due Date
0 days
Fri 11/10/23
Fri 11/10/23
14
60% Review by City Staff
14 days
Fri 11/10/23
Wed 11/29/23
15
90% Design
25 days
Thu 11/30/23
Wed 1/3/24
16
90% Design Due Date
1 day
Thu 1/4/24
Thu 1/4/24
17
90% Design Review by City Staff
7 days
Fri 1/5/24
Mon 1/15/24
18
100% Drawings Complete
10 days
Tue 1/16/24
Mon 1/29/24
19
Final Approved Bid Package
10 days
Tue 2/13/24
Mon 2/26/24
20
Project Advertise
20 days
Fri 3/1/24
Thu 3/28/24
21
Project Bid Opening
p g
1 day
Fri 3/29/24
Fri 3/29/24
22
Construction Contract Award
1 day
Wed 4/17/24
Wed 4/17/24
23
PHASE 3 - CONSTRUCTION
283 days
Sat 6/1/24
Tue 7/1/25
r I
6/2
24
Construction NTP
1 day
Sun 6/2/24
Sun 6/2/24
25
Construction
260 days
Wed 6/5/24
Tue 6/3/25
26
Submit Record Drawings
1 day
Tue 7/1/25
Tue 7/1/25
Project: Sherwood Street Recon
Date: Mon 1/30/23
Task Inactive Task Manual Task Manual Summary Progress
Milestone 0 Inactive Milestone Duration -only Start -only C Manual Progress
Project Summary l Inactive Summary r Manual Summary Rollup Finish -only ]
Page 1
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
ATTACHMENT D
BASIC SERVICES LEVEL OF EFFORT (LOE) FEE ESTIMATE
Sherwood Street Reconstruction and Water Line Improvements
Date: 01/30/23
Principal I Senior
Engineer
Project Manager III
Project Manager I
Engineer I
Senior Technician I
Admin / Clerical
Total Hours
Total Cost
HOURLY RATE
$
330
$ 275
$
199
$ 142
$ 142
$
119
COORDINATION, DATA COLLECTION AND REVIEW
(PAVING AND DRAINAGE)
Project Meetings (Kick -Off + 2 Meetings + Meeting Minutes)
2
4
0
4
0
2
12
$ 2,566
Identify existing data sources and resources of the city
1
2
8
8
0
0
19
$ 3,608
Review Adjacent Projects, current and future, to identify any interplay or impact
1
2
8
8
0
0
19
$ 3,608
Field Visits and Data Collection
0
0
12
0
4
0
16
$ 2,956
Subtotal Hours
4
8
28
20
4
2
66
Subtotal Fee (Paving and Drainage)
$
1,320
$ 2,200
$
5,572
$ 2,840
$ 568
$
238
$ 12,738
COORDINATION, DATA COLLECTION AND REVIEW (WATER LINE)
Project Meetings (Kick -Off + 2 Meetings + Meeting Minutes)
0
1
0
2
0
2
5
$ 797
Identify existing data sources and resources of the city
0
1
4
4
0
0
9
$ 1,639
Review Adjacent Projects, current and future, to identify any interplay or impact
0
1
1
2
0
0
4
$ 758
Field Visits and Data Collection
0
0
2
0
2
2
6
$ 920
Subtotal Hours
0
3
7
8
2
4
24
Subtotal Fee (Water Line)
$
-
$ 825
$
1,393
$ 1,136
$ 284
$
476
$ 4,114
PREPARE AND SUBMIT 30% DESIGN (PAVING AND DRAINAGE)
Develop overall drainage area(s) for the study and provide exhibits
0
2
8
24
0
0
34
$ 5,550
Develop sub -drainage areas
0
1
2
20
8
0
31
$ 4,649
Develop the 1 percent (100 yr) and the 33 percent (3 yr) exceedance probabilities for the
drainage areas
0
4
16
0
0
0
20
$ 4,284
Calculate the percent impervious/discharge coefficients
0
2
8
20
16
0
46
$ 7,254
Calculate time of concentrations
0
2
6
18
14
0
40
$ 6,288
Develop flow rates for each system within the study area
0
2
4
20
16
0
42
$ 6,458
Develop tailwater elevations
0
2
8
0
0
0
10
$ 2,142
Determine inlet sizes and storm sewer pipe sizes
0
4
8
22
0
0
34
$ 5,816
Analysis of Utility Relocation Effort
1
2
8
12
10
0
33
$ 5,596
Cover Sheet (Project Title; Location & Vicinity Map)
0
0
1
4
4
0
9
$ 1,335
Legends (Const. & Topo), Abbreviations & Plan & Profile Key Notes
0
0
1
8
8
0
17
$ 2,471
Project Layout - Pavement Location Plan
1
1
2
20
18
0
42
$ 6,399
Project Layout — Existing & Proposed Storm Sewers
2
4
8
42
64
0
120
$ 18,404
Project Layout - Existing Sanitary Sewer
0
2
8
10
16
0
36
$ 5,834
Typical Sections
0
8
12
28
36
0
84
$ 13,676
Cross Sections(200ft intervals, intersections and driveways)
0
8
12
48
60
0
84
$ 19,924
30% Plans consisting of Plan & Profile, Specifications, and Topographic Survey with parcel
data
2
18
24
52
36
4
136
$ 23,358
Subtotal Hours
6
62
136
348
306
4
862
Subtotal Fee (Paving and Drainage)
$
1,980
$ 17,050
$ 27,064
$ 49,416
$ 43,452
$
476
$ 139,438.00
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
ATTACHMENT D (cont.)
BASIC SERVICES LEVEL OF EFFORT (LOE) FEE ESTIMATE
Sherwood Street Reconstruction and Water Line Improvements
Date: 01/30/23
Principal I Senior
Engineer
Project Manager III
Project Manager I
Engineer I
Senior Technician I
Admin / Clerical
Total Hours
Total Cost
HOURLY RATE
$ 330
$ 275
$ 199
$ 142
$ 142
$ 119
PREPARE AND SUBMIT 30% DESIGN (WATER LINE)
Analysis of Utility Relocation Effort
1
2
2
4
6
0
15
$ 2,698
Legends (Const. & Topo), Abbreviations & Plan & Profile Key Notes
0
0
1
2
4
0
7
$ 1,051
Project Layout — Existing & Proposed Water Lines
1
2
4
6
18
0
31
$ 5,084
Typical Sections
0
4
4
6
12
0
26
$ 4,452
Cross Sections(200ft intervals, intersections and driveways)
0
2
5
12
26
0
45
$ 6,941
30% Plans consisting of Plan & Profile, Specifications, and Topographic Survey with parcel
data
2
4
6
16
10
2
40
$ 6,884
Subtotal Hours
4
14
22
46
76
2
164
Subtotal Fee (Water Line)
$ 1,320
$ 3,850
$ 4,378
$ 6,532
$ 10,792
$ 238
$ 27,110.00
FINAL DESIGN PHASE SERVICES (PAVING AND DRAINAGE)
Identify, plan for and incorporate upgrades in conjunction with drainage objectives and work
by city and BDD4, design criteria
4
10
16
0
0
0
30
$ 7,254
Attend monthly progress/ update meetings at the City
8
10
0
0
0
4
22
$ 5,866
Coordinate with external regulatory and permitting agencies, (BDD4 review and approval)
6
16
10
0
0
0
32
$ 8,370
Demolition plans
1
2
4
20
16
0
43
$ 6,788
Storm Sewer Design
1
6
12
48
52
0
119
$ 18,568
Paving & Grading/Extreme Event Design
1
10
34
80
68
0
193
$ 30,862
Sanitary Sewer Layout
0
4
6
16
16
0
42
$ 6,838
Pavement Marking and Striping Plans
0
2
6
20
16
0
44
$ 6,856
SWPPP plans and details
0
2
4
12
0
0
18
$ 3,050
Driveway Schedule
0
2
6
16
36
0
60
$ 9,128
Prepare Traffic Control plan
1
2
12
24
28
0
67
$ 10,652
Prepare standard details
0
0
2
14
10
0
26
$ 3,806
Contract Documents (TOO, Intro Info, Bid Reqmt, Contract Reqmt)
1
4
8
0
0
6
19
$ 3,736
Technical Specifications
0
2
10
0
0
6
18
$ 3,254
Sheet by Sheet Quantity Take -off and Cost Estimate
0
1
4
38
48
2
93
$ 13,521
Prepare Construction Plans and Specifications at 60% and 90%
4
16
38
92
78
0
228
$ 37,422
Utility Conflict Coordination
0
4
10
32
16
0
62
$ 9,906
Submit 60% and 90% plans to Utility companies
1
4
16
0
0
0
21
$ 4,614
60% and 90% comment revisions
1
6
14
36
24
2
83
$ 13,524
QA/QC
2
4
16
0
0
0
22
$ 4,944
Technical Review Committee, preparation and meeting
4
4
8
12
0
2
30
$ 5,954
Address TRC comments, prepare minutes and provide final documentation for signatures
1
2
10
0
0
4
17
$ 3,346
Prepare bid sets via the City's e -bid system
1
1
2
4
0
4
12
$ 2,047
Subtotal Hours
37
114
248
464
408
30
1301
Subtotal Fee (Paving and Drainage)
$ 12,210
$ 31,350
$ 49,352
$ 65,888
$ 57,936
$ 3,570
$ 220,306
Page 2 of 5
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
ATTACHMENT D (cont.)
BASIC SERVICES LEVEL OF EFFORT (LOE) FEE ESTIMATE
Sherwood Street Reconstruction and Water Line Improvements
Date: 01/30/23
Principal I Senior
Engineer
Project Manager III
Project Manager I
Engineer I
Senior Technician I
Admin / Clerical
Total Hours
Total Cost
HOURLY RATE
$ 330
$ 275
$ 199
$ 142
$ 142
$ 119
FINAL DESIGN PHASE SERVICES (WATER LINE)
Demolition plans
1
2
4
8
8
0
23
$ 3,948
Water Line Design
1
2
12
20
24
0
59
$ 9,516
Prepare standard details
0
0
2
6
6
0
14
$ 2,102
Technical Specifications
0
2
4
0
0
6
12
$ 2,060
Sheet by Sheet Quantity Take -off and Cost Estimate
0
1
4
12
20
2
39
$ 5,853
Prepare Construction Plans and Specifications at 60% and 90%
4
8
10
18
28
0
68
$ 12,042
Utility Conflict Coordination
0
4
6
10
12
0
32
$ 5,418
Submit 60% and 90% plans to Utility companies
1
2
12
0
0
0
15
$ 3,268
60% and 90% comment revisions
1
4
8
12
12
2
39
$ 6,668
QA/QC
2
4
4
0
0
0
10
$ 2,556
Address TRC comments, prepare minutes and provide final documentation for signatures
1
2
4
0
0
4
11
$ 2,152
Prepare bid sets via the City's a -bid system
1
1
2
4
0
4
12
$ 2,047
Subtotal Hours
12
32
72
90
110
18
334
Subtotal Fee (Water Line)
$ 3,960
$ 8,800
$ 14,328
$ 12,780
$ 15,620
$ 2,142
$ 57,630
TOTAL DESIGN PHASE BASIC SERVICES HOURS
63
233
513
976
906
60
2751
TOTAL DESIGN PHASE BASIC SERVICES FEE
$ 20,790
$ 64,075
$ 102,087
$ 138,592
$ 128,652
$ 7,140
$461,336.00
BID PHASE SERVICES (PAVING AND DRAINAGE)
Provide Notice to Bidders (NTB) and list of bid items to the Project Manager in an electronic
form appropriate for the e -bid system
0
2
0
2
0
0
4
$ 834
Chair pre -bid meeting and attend Bid Opening
0
1
1
0
0
0
2
$ 474
Respond in writing to questions from bidders and prepare addenda
0
2
2
0
0
0
4
$ 948
Prepare Engineer's Recommendation of Award
0
1
2
0
0
1
4
$ 792
Attend City Council meeting
0
0
0
0
0
0
0
$ -
Produce and transmit to selected contractor five (5) sets of plans and project manuals in hard
copy
0
1
2
4
0
1
8
$ 1,360
Reproduce and disseminate bid sets
0
1
0
0
0
1
2
$ 394
Subtotal Hours
0
8
7
6
0
3
24
Subtotal Fee (Paving and Drainage)
$ -
$ 2,200
$ 1,393
$ 852
$ -
$ 357
$ 4,802.00
Page 3 of 5
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
ATTACHMENT D (cont.)
BASIC SERVICES LEVEL OF EFFORT (LOE) FEE ESTIMATE
Sherwood Street Reconstruction and Water Line Improvements
Date: 01/30/23
Principal I Senior
Engineer
Project Manager Ill
Project Manager I
Engineer I
Senior Technician I
Admin / Clerical
Total Hours
Total Cost
HOURLY RATE
$ 330
$ 275
$ 199
$ 142
$ 142
$ 119
BID PHASE SERVICES (WATER LINE)
Provide Notice to Bidders (NTB) and list of bid items to the Project Manager in an electronic
form appropriate for the e -bid system
0
1
0
1
0
0
2
$ 417
Chair pre -bid meeting and attend Bid Opening
0
1
1
0
0
0
2
$ 474
Respond in writing to questions from bidders and prepare addenda
0
1
1
0
0
0
2
$ 474
Prepare Engineer's Recommendation of Award
0
1
1
0
0
1
3
$ 593
Attend City Council meeting
0
0
0
0
0
0
0
$ -
Produce and transmit to selected contractor five (5) sets of plans and project manuals in hard
copy
0
1
0
2
0
1
4
$ 678
Reproduce and disseminate bid sets
0
1
0
0
0
1
2
$ 394
Subtotal Hours
0
6
3
3
0
3
15
Subtotal Fee (Water Line)
$ -
$ 1,650
$ 597
$ 426
$ -
$ 357
$ 3,030.00
TOTAL BID PHASE SERVICES HOURS
0
14
10
9
0
6
39
TOTAL BID PHASE BASIC SERVICES FEE
$ -
$ 3,850
$ 1,990
$ 1,278
$
$ 714
$7,832.00
CONSTRUCTION ADMINISTRATION (PAVING AND DRAINAGE)
PRE -CONSTRUCTION
attend pre -construction meeting
2
0
2
0
0
0
4
$ 1,058
CONTRACTOR SUBMITTALS
review/approve submittals, its, contractor proposals, request for co's
0
12
20
6
0
0
38
$ 8,132
REQUESTS FOR INFORMATION
0
provide interpretive guidance for contractor
0
12
20
0
0
0
32
$ 7,280
MEETINGS AND SITE VISITS
attend bi-weekly progress meetings (assume 14 months of construction)
0
56
0
0
0
0
56
$ 15,400
add' meetings -contractor, public, city, etc.
0
20
0
0
0
0
20
$ 5,500
PROJECT CLOSE-OUT
substantial completion inspection
1
8
0
0
0
0
9
$ 2,530
generate punch list of items for correction
1
2
0
0
0
4
7
$ 1,356
substantiate items that are completed
1
2
0
0
0
2
5
$ 1,118
issue final completion &acceptance letter
1
2
0
0
0
2
5
$ 1,118
RECORD DRAWINGS
provide record drawings based on contractor's as-builts
1
4
8
0
16
0
29
$ 5,294
Subtotal Hours
Subtotal Fee (Paving and Drainage)
7
$ 2,310
118
$ 32,450
50
$ 9,950
6
$ 852
16
$ 2,272
8
$ 952
205
$ 48,786.00
Page 4 of 5
DocuSign Envelope ID: 5FE3071B-994A-427F-B65E-FE26C1A59A5B
ATTACHMENT D (cont.)
BASIC SERVICES LEVEL OF EFFORT (LOE) FEE ESTIMATE
Sherwood Street Reconstruction and Water Line Improvements
Date: 01/30/23
Principal / Senior
Engineer
Project Manager III
Project Manager I
Engineer I
Senior Technician I
Admin / Clerical
Total Hours
Total Cost
HOURLY RATE
$
330
$ 275
$ 199
$ 142
$ 142
$ 119
CONSTRUCTION ADMINISTRATION (WATER LINE)
PRE -CONSTRUCTION
attend pre -construction meeting
2
0
2
0
0
0
4
$ 1,058
CONTRACTOR SUBMITTALS
review/approve submittals, rfis, contractor proposals, request for co's
0
2
4
2
0
0
8
$ 1,630
REQUESTS FOR INFORMATION
0
provide interpretive guidance for contractor
0
6
10
0
0
0
16
$ 3,640
MEETINGS AND SITE VISITS
attend bi-weekly progress meetings (assume 14 months of construction)
0
20
0
0
0
0
20
$ 5,500
add'I meetings -contractor, public, city, etc.
0
10
0
0
0
0
10
$ 2,750
PROJECT CLOSE-OUT
substantial completion inspection
0
2
0
0
0
0
2
$ 550
generate punch list of items for correction
0
2
0
0
0
2
4
$ 788
substantiate items that are completed
0
2
0
0
0
1
3
$ 669
issue final completion &acceptance letter
0
2
0
0
0
1
3
$ 669
RECORD DRAWINGS
provide record drawings based on contractor's as-builts
0
2
4
0
8
0
14
$ 2,482
Subtotal Hours
Subtotal Fee Water Line
2
$
660
48
$ 13,200
20
$ 3,980
2
$ 284
8
$ 1,136
4
$ 476
84
84
$ 19,736.00
TOTAL CONSTRUCTION ADMINISTRATION HOURS
9
166
70
8
24
12
289
TOTAL CONSTRUCTION ADMINISTRATION FEE
$
2,970
$ 45,650
$ 13,930
$ 1,136
$ 3,408
$ 1,428
$68,522.00
Page 5 of 5