Loading...
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