Loading...
HomeMy WebLinkAboutR2025-013 20250113RESOLUTION NO. R2025-13 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 FM 518 Utility Relocation Project (Broadway Street from Old Chocolate Bayou Road to McLean Road), in the estimated amount of $1,646,780.00; and authorizing the City Manager or his designee to enter into a Reimbursement Agreement between the City and the Pearland Economic Development Corporation (PEDC) as it relates to the Project. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That certain contract for design services associated with the FM 518 Utility Relocation 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 FM 518 Utility Relocation Project and enter into a related Reimbursement Agreement with the PEDC. PASSED, APPROVED and ADOPTED this the 13th day of January, A.D., 2025. ________________________________ J.KEVIN COLE MAYOR ATTEST: ________________________________ FRANCES AGUILAR, TRMC, MMC CITY SECRETARY APPROVED AS TO FORM: ________________________________ DARRIN M. COKER CITY ATTORNEY Docusign Envelope ID: 5DE91000-0F0D-4540-9456-9A80D7DC4FE0 Design 1 of 8 D2. Revised 04/2019 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 FM 518 Utility Relocation Phase 2 (Old Choclate Bayou to McLean Road) ("PROJECT"). (Project #WW2609) 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 provide Relocation Design and Easement Survey Services for Water and Sanitary Sewer Utilities. 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. Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B Design 2 of 8 D2 Revised 04/2019 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 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 Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B Design 3 of 8 D2 Revised 04/2019 own work and the manner in which it is performed. The CONSULTANT is not to be considered an agent or employee of the CITY. SECTION II - PERIOD OF SERVICE This CONTRACT will be binding upon execution and end January 13, 2031. 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: 1.Basic Services (Not to Exceed)$1,534,370.00 2. Additional Services shall require independent and specific authorization and shall be billed as (Not to Exceed): $107,410.00 3. Bid Phase Services (Hourly Not to Exceed) 4. Construction Phase Services (Hourly Not to Exceed) 5. Reimbursable Expenses (Not to Exceed)$5,000.00 6.Total:$1,646,780.00 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. 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 Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B Design 4 of 8 D2 Revised 04/2019 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. 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 Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B Design 5 of 8 D2 Revised 04/2019 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 4424 West Sam Houston Parkway N., Suite 600, Houston, Texas 77041. 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. Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B Design 6 of 8 D2 Revised 04/2019 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. 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. ____________________________ CITY OF PEARLAND, TEXAS DATE Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B 1/14/2025 | 11:46 AM CST Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B 1920 Country Place Parkway, Suite 400 | Pearland, Texas 77584 | 281.993.4952 | fax 281.993.8086 | www.cobbfendley.com December 9, 2024 Mr. Lorenzo Wingate Director of Engineering & Public Works City of Pearland 2016 Old Alvin Road Pearland, Texas 77581 Re: Proposal for Professional Engineering Services – Revision 1.6 FM 518 Utility Relocation Phase 2 – Old Chocolate Bayou to McLean Road (WW2609), TxDOT CSJ: 0976-02-086 Relocation Design and Easement Survey Services for Water and Sanitary Sewer Utilities Proposal for Professional Engineering Services CobbFendley Project No. 2412-____ Dear Mr. Wingate: Cobb, Fendley & Associates, Inc. (“CobbFendley”) is pleased to submit this proposal for professional engineering services to assist the City of Pearland (“Client”) with relocation design for water and sanitary sewer utility conflicts as well as easement survey services with TxDOT’s future road construction of Farm to Market Road 518 (FM 518). CobbFendley proposes to provide the Scope of Services as outlined in the attached Exhibit A. Fee breakdown for Design Services are as follows: BASIC SERVICES 1. Relocation Design…………………………………………………………….............................$1,507,470.00 2. Lift Station Parcel (Survey Services)…………………………………………………….………$ 26,900.00 SUBTOTAL = $ 1,534,370.00 ADDITIONAL SERVICES 3. Easement Parcels (Survey Services)...................................................................................$ 70,190.00 4. Geotechnical.........................................................................................................................$ 15,220.00 5. Electrical...............................................................................................................................$ 22,000.00 SUBTOTAL = $ 107,410.00 REIMBURSABLE EXPENSES 6. Reimbursable Expenses.......................................................................................................$ 5,000.00 TOTAL = $1,646,780 Thank you for the opportunity to submit this proposal. Please advise if you have any questions or require additional information. Sincerely, COBB, FENDLEY & ASSOCIATES, INC. Amber Hurd, P.E. Vice President, Department Manager Attachments Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B EXHIBIT A Page 2 of 12 EXHIBIT A SCOPE OF SERVICES & COMPENSATION Cobb, Fendley & Associates, Inc. Proposal for Professional Engineering Services FM 518 Utility Relocation Phase 2 – Old Chocolate Bayou to McLean Road (WW2609) SCOPE OF SERVICES The specific tasks to be performed by CobbFendley in conjunction with this project are limited to the following: 1. Relocation Design: A. CobbFendley will prepare plans, specifications, and an estimate (PS&E) for Client’s water and sanitary facilities that are in conflict with TxDOT’s proposed roadway construction. The limits of the relocation are from Old Chocolate Bayou Road to McLean Road. Client’s relocations will be included in TxDOT’s PS&E for their contractor to construct with Client’s inspection oversight. See Exhibit B – Overall Layout See Exhibit C – Opinion of Probable Construction Cost Based on the preliminary schematic provided by TxDOT and City GIS maps, CobbFendley has independently verified and estimated the relocation design plan set based on the limits of TxDOT’s proposed pavement improvements. It is estimated that the relocation design plan set will include relocation of approximately 21,150 LF of 6” to 16” water line including seventeen (17) 150-250 LF crossings under FM 518 with the necessary gate valves, service lines, fire hydrants and steel casings. This design also includes relocation of approximately 16,570 LF of 4” to 36” sanitary sewer gravity line, and 4,810 LF of 4” to 16” sanitary sewer force main with necessary manholes, air release valves, steel casings, dewatering and bypass pumping. Also included in this project is the replacement of the Westgate Lift Station as the current lift station will be within TxDOT’s proposed right-of-way. It will be constructed to meet the City standards which will include, but not limited to: a new wet well with corrosion resistant liner, new submersible pumps including guiderails, new wet well hatch, fittings, valves and discharge piping, providing new city standard electrical control panel along with new electrical rack and providing a new City standard manual transfer switch for mobile generator connection. Additional items include replacement of the concrete work slab surrounding the wet well and installing a new 8-foot chain link fence with slats. Property and boundary surveys will be required in order to obtain an easement or parcel to install the infrastructure described above. Cobb, Fendley & Associates, Inc. (CobbFendley) will provide the following engineering services as part of the relocation design: • Follow TCEQ, City of Pearland and TxDOT requirements for the project • Perform site visits for the relocation design • Prepare quantity take-off, engineering construction cost estimates, and summary sheets • Develop Specifications, including matching with TxDOT specification numbers • Q/A and Q/C checks • Revisions based on TxDOT and or City comments Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B EXHIBIT A Page 3 of 12 CobbFendley will utilize topographic survey data, geotechnical reports, subsurface utility engineering (SUE) investigations and CAD drawings provided by TxDOT to prepare the following construction plan documents. CobbFendley’s deliverable for the relocation plan set will consist of the following items, not limited to: • General Notes - Water – 1 Sheet, • General Notes - Sanitary – 1 Sheets, • Summary of Quantities – 2 Sheets, • Right of Way (R.O.W.) Plan and Profiles – 44 Sheets, • Utility Crossing Plan and Profiles – 17 Sheets, • Lift Station Plan and Details – 4 Sheets • Lift Station Electrical – 3 Sheets • Water Details – 3 Sheets, • Sanitary Sewer Details – 3 Sheets, Note: Plan and Profiles Sheets are based on 1:50 Scale B. CobbFendley will conduct or attend the following meetings and correspondence (Agenda and Meeting Minutes will be provided 2 days in advance and after meeting, respectively): • Attend initial meeting with the City staff and TxDOT to kick-off the project • Coordinate with TxDOT to gather CAD files and geotechnical documents • Coordinate with TxDOT and Utility Coordinator to gather utility record research on existing underground utilities, overhead utilities, and pipeline crossings within project limits • Coordinate with City on utility alignments • Conduct 60%, 90%, and 100% relocation design review meetings with Client • Coordinate with TxDOT on Paving and Drainage design conflicts • Attend TxDOT’s 60%, 90%, and 100% design milestone meetings • Coordinate with TxDOT on preparation of Utility Agreement Package • For each design submittal, CobbFendley will submit a comment log/response to the City addressing the comments and a Design Basis Memo describing the design changes • Design submittals for review will be submitted to the City electronically through Bluebeam sessions and on a shared drive, as requested. Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B EXHIBIT A Page 4 of 12 2. Surveying Services (Lift Station Parcel) A. Right of Entry • Research property ownership • Maintain copies of correspondence and contacts with property owners • Contact property owner by phone and/or letter requesting signature on the Right of Entry (ROE) Agreement • Seek to obtain signed ROE from property owner for the purposes outlined by Client. • Transmit copies of the signed ROEs to Client B. Abstracting • Obtain vesting deed information and existing recorded easement documents • Perform deed sketch to plot all deed and easement details, to support field operations C. Field Surveying (Boundary Reconnaissance) • Perform boundary reconnaissance as needed to place easements on un-verified parcels (1 total). Surveyor shall make field ties to existing project control, prepare easement deed sketches, based on abstract information identified within City Planning Letter reports applicable to easements descriptions only. • Make direct ties to existing project control and georeference all field data files. D. Proposed Lift Station Parcel Parcel survey work will be in accordance with TSPS Category 1B Standard Boundary Survey • CobbFendley will deliver a hard copy and an electronic file containing the results of the boundary survey drawn to a scale as directed by the engineer. In addition, an ASCII file of all points collected will be provided. • CobbFendley will locate the existing project control and ROW monumentation for FM 518 within the project limits. Surveyor will perform on-the-ground survey of existing boundary for the proposed lift station parcel. • CobbFendley will prepare a Parcel Description for the lift station parcel or tract consisting of two parts: (1) a metes and bounds description of the property and (2) an parcel exhibit. Each part of a Parcel Description will be signed and sealed by a RPLS. The following will be provided to the City for land acquisition services: • Proposal is based on the need for 1 Lift Station Parcel. E. Real Estate Appraisal Services • Appraiser will prepare and conduct personal pre-appraisal contact with interest owners or their designated representative for each parcel and offer opportunity to accompany the Appraiser on the inspection of the subject property • As necessary, prepare written notification to the Client of any environmental concerns associated with the right of way to be acquired that could require environmental re-mediation • Appraisal Report o Appraiser will prepare an appraisal report for each parcel to be acquired in compliance with the Uniform Standards of Professional Appraisal Practice as Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B EXHIBIT A Page 5 of 12 promulgated by the Appraisal Foundation and in compliance with Client policies and procedures. • Appraisal Review o Review Appraiser will review all appraisal reports for each parcel to determine consistency of values, supporting documentation related to the conclusion reached, and compliance with Client policies and procedures as well as the Uniform Standards of Professional Appraisal Practice. • Updated Appraisal Report (if necessary) o Appraiser will prepare an updated appraisal report for each parcel to be acquired in compliance with the Uniform Standards of Professional Appraisal Practice as promulgated by the Appraisal Foundation and in compliance with Client policies and procedures. o Beyond delivery of the appraisal assignments, the Appraiser may be called to provide preparation and testimony for a Special Commissioners Hearing (Hearing). F. Negotiation Services • CobbFendley will analyze preliminary Title Commitment report from Client’s preferred title company to determine potential title problems and prepare a title curative plan outlining methods to cure title deficiencies. • Secure Title Commitment updates in accordance with insurance rules and requirements for parcel payment submissions. • CobbFendley will analyze appraisal report(s) and confirm the Client approved value prior to making offer for each parcel. • CobbFendley will prepare and send the letter transmitting the Landowner’s Bill of Rights by Certified Mail-Return Receipt Requested (CMRRR) to owner of each parcel. • CobbFendley will prepare all documents required on forms approved by the Client and in compliance with State and Federal laws. (i.e., the initial offer letter, purchase agreement, instruments of conveyance) • CobbFendley will send the written offers and appraisal report(s) to each property owner or the property owner’s designated representative through CMRRR. • Maintain follow-up contacts and secure the necessary instruments upon acceptance of the offer for the closing. • CobbFendley will respond to property owner inquiries verbally and in writing within two (2) business days. • CobbFendley will prepare and maintain a contact log for each parcel. • CobbFendley will advise property owner of counteroffer process, assist them with the preparation of the counteroffer package, and will transmit written counteroffer to Client. • The curative services necessary to provide a clear title to the Client are the responsibility of CobbFendley and thus are part CobbFendley’s fee for Negotiation Services. Fees charged by financial institutions to process lien releases or title insurance fees will be passed through without mark-up and are not included in the CobbFendley services fee. • CobbFendley performs closing services in conjunction with the Title Company and will attend closings. In the event of a closing by mail, title work will be reviewed prior to the closing by mail and again prior to recording of the instrument. • CobbFendley will cause the recordation of all original instruments immediately after closing at the County Clerk’s Office, except for donations, which must be forwarded to the Client for acceptance prior to recording. These recording costs are reimbursed as pass-through costs. Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B EXHIBIT A Page 6 of 12 • CobbFendley will secure title insurance for all parcels acquired, insuring acceptable title to the Client. Written approval by the Client is required for any exception. Title insurance costs will be reimbursed as pass-through costs. G. Condemnation Support Services (Pre-Hearing Support) • Upon receipt of a copy of the final offer, request an updated title commitment for Eminent Domain from the Title Company or as deemed necessary by the City. • Prepare a packet containing copies each of the following documents: Commitment, Negotiator’s Reports, Appraisal Acknowledgment, Pre-appraisal Contact Sheet, signed and sealed property description, and plat, Final Offer Letter, any correspondence from the landowner or representatives, one original copy of the appraisal report, and any real property records which are relevant to any unusual joiner or service issue. Submit packet to the City staff for submission to the Legal Department. • Maintain a copy of the condemned parcel. In an event of a judgment/award, consultant shall coordinate with City staff to obtain copies of all executed post hearing documents for the condemned parcel. (award, JAO, deposit letter) • If a settlement is agreed upon by both parties prior to condemnation, Provider shall coordinate with City staff to complete all necessary procedures to close the file. • Provide all closed parcel files including condemned parcels to City. • Attendance at depositions, pre-trial, or other court hearings. • Any other services deemed necessary by the City’s legal department to successfully litigate and defend the City’s position in court including but not limited to production request. • Any person employed by the Provider for work on this project in any capacity shall be available to testify in any eminent domain proceedings upon request by the City. H. To be provided by Client • Copies of all appraisal reports produced or acquired by the Client relating specifically to existing parcels prepared in the last 10 years. • Timely reviews and approval of all submissions. • All necessary standard forms and brochures. • Process and issue all payments of approved purchase prices for each parcel, relocation payments, and incidental expenses involved in the transfer of property to the Client. • Fees charged by financial institutions to process lien releases or title escrow fees. • Final approval for all appraisals • Payment of costs of incidental expenses required to transfer real property to the Client. • Responsible for the disposal of property and the accommodation, coordination, verification, and adjustment of utilities. Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B EXHIBIT A Page 7 of 12 ADDITIONAL SERVICES 3. Surveying Services (3 Easement Parcels) A. Right of Entry • Research property ownership • Maintain copies of correspondence and contacts with property owners • Contact property owner by phone and/or letter requesting signature on the Right of Entry (ROE) Agreement • Seek to obtain signed ROE from property owner for the purposes outlined by Client. • Transmit copies of the signed ROEs to Client B. Abstracting • Obtain vesting deed information and existing recorded easement documents • Perform deed sketch to plot all deed and easement details, to support field operations C. Field Surveying (Boundary Reconnaissance) • Perform boundary reconnaissance as needed to place easements on un-verified parcels (3 total). Surveyor shall make field ties to existing project control, prepare easement deed sketches, based on abstract information identified within City Planning Letter reports applicable to easements descriptions only. • Make direct ties to existing project control and georeference all field data files. D. Proposed Easement Parcels 1) All easement parcels survey work will be in accordance with TSPS Category 1B Standard Boundary Survey • CobbFendley will deliver a hard copy and an electronic file containing the results of the boundary surveys described above drawn to a scale as directed by the engineer. In addition, an ASCII file of all points collected will be provided. • CobbFendley will locate the existing project control and ROW monumentation for FM 518 within the project limits. Surveyor will perform on-the-ground surveys of existing boundary for each proposed easement. • CobbFendley will prepare a Parcel Description for each parcel or tract consisting of two parts: (1) a metes and bounds description of the property and (2) an easement exhibit. Each part of a Parcel Description will be signed and sealed by a RPLS. The following will be provided to the City for land acquisition services: • Proposal is based on the need for 3 Easement Parcels. E. Real Estate Appraisal Services • Appraiser will prepare and conduct personal pre-appraisal contact with interest owners or their designated representative for each parcel and offer opportunity to accompany the Appraiser on the inspection of the subject property • As necessary, prepare written notification to the Client of any environmental concerns associated with the right of way to be acquired that could require environmental re-mediation • Appraisal Report Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B EXHIBIT A Page 8 of 12 o Appraiser will prepare an appraisal report for each parcel to be acquired in compliance with the Uniform Standards of Professional Appraisal Practice as promulgated by the Appraisal Foundation and in compliance with Client policies and procedures. • Appraisal Review o Review Appraiser will review all appraisal reports for each parcel to determine consistency of values, supporting documentation related to the conclusion reached, and compliance with Client policies and procedures as well as the Uniform Standards of Professional Appraisal Practice. • Updated Appraisal Report (if necessary) o Appraiser will prepare an updated appraisal report for each parcel to be acquired in compliance with the Uniform Standards of Professional Appraisal Practice as promulgated by the Appraisal Foundation and in compliance with Client policies and procedures. F. Negotiation Services • CobbFendley will analyze preliminary Title Commitment report from Client’s preferred title company to determine potential title problems and prepare a title curative plan outlining methods to cure title deficiencies. • Secure Title Commitment updates in accordance with insurance rules and requirements for parcel payment submissions. • CobbFendley will analyze appraisal report(s) and confirm the Client approved value prior to making offer for each parcel. • CobbFendley will prepare and send the letter transmitting the Landowner’s Bill of Rights by Certified Mail-Return Receipt Requested (CMRRR) to owner of each parcel. • CobbFendley will prepare all documents required on forms approved by the Client and in compliance with State and Federal laws. (i.e., the initial offer letter, purchase agreement, instruments of conveyance) • CobbFendley will send the written offers and appraisal report(s) to each property owner or the property owner’s designated representative through CMRRR. • Maintain follow-up contacts and secure the necessary instruments upon acceptance of the offer for the closing. • CobbFendley will respond to property owner inquiries verbally and in writing within two (2) business days. • CobbFendley will prepare and maintain a contact log for each parcel. • CobbFendley will advise property owner of counteroffer process, assist them with the preparation of the counteroffer package, and will transmit written counteroffer to Client. • The curative services necessary to provide a clear title to the Client are the responsibility of CobbFendley and thus are part CobbFendley’s fee for Negotiation Services. Fees charged by financial institutions to process lien releases or title insurance fees will be passed through without mark-up and are not included in the CobbFendley services fee. • CobbFendley performs closing services in conjunction with the Title Company and will attend closings. In the event of a closing by mail, title work will be reviewed prior to the closing by mail and again prior to recording of the instrument. • CobbFendley will cause the recordation of all original instruments immediately after closing at the County Clerk’s Office, except for donations, which must be forwarded to the Client for acceptance prior to recording. These recording costs are reimbursed as pass-through costs. Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B EXHIBIT A Page 9 of 12 • CobbFendley will secure title insurance for all parcels acquired, insuring acceptable title to the Client. Written approval by the Client is required for any exception. Title insurance costs will be reimbursed as pass-through costs. G. To be provided by Client • Timely reviews and approval of all submissions. • All necessary standard forms and brochures. • Process and issue all payments of approved purchase prices for each parcel, relocation payments, and incidental expenses involved in acquiring easement parcels for the Client. • Fees charged by financial institutions to process lien releases or title escrow fees. • Final approval for all appraisals 4. Geotechnical Investigation The geotechnical investigation will be performed by Geotest Engineering Inc., in accordance with the attached proposal. 5. Electrical Services The electrical services will be performed by Baird, Gilroy & Dixon, LLC, in accordance with the attached proposal. Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B EXHIBIT A Page 10 of 12 EXCLUSIONS FROM THE SCOPE OF SERVICES 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 ADDITIONAL SERVICES. CobbFendley shall undertake such additional services as assigned by the City upon written direction from the City. Examples of such items are as follows: • Subsurface Utility Engineering (SUE) beyond what is provided by TxDOT • Surveying (Topographic) and Staking to be provided by TxDOT • Assessment of Private Utilities • City Fiber; (TxDOT has included this in their design scope if needed due to drainage conflicts) • Assistance in the preparation of a TxDOT Advanced Funding Agreement (AFA); (to be prepared by TxDOT) • Preparation of a Utility Agreement or Joint Use Acknowledgement; (to be prepared by TxDOT) • Bid Phase Services • Construction Phase Services (includes Construction Administration, Construction Management and Construction Inspection) • ROW Maps • Appraiser Hearing • Prep/Testimony • Title abstract/Policy/Escrow fees • Appraiser Hearings or Negotiation Services related to new utility easements. • Post-Petition Condemnation Support Services • Any service not specifically listed in the Scope of Services Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B EXHIBIT A Page 11 of 12 BASIS OF COMPENSATION Cobb, Fendley & Associates, Inc. Proposal for Professional Engineering Services FM 518 Utility Relocation Phase 2 – Old Chocolate Bayou to McLean Road (WW2609) BASIC SERVICES (Lump Sum) The Compensation to be paid to CobbFendley for providing the BASIC SERVICES rendered under this agreement shall be based as shown below. Reimbursable items and subconsultants will be subject to a 5% administration charge. 1. Relocation Design Water Relocation Design (Lump Sum).......................................................................$638,200 Reproduction, mileage, delivery charges, etc. (Not to Exceed) ....................................$2,000 Subtotal....................................................................................................$606,780 Sanitary Sewer Relocation Design (Lump Sum) .......................................................$816,130 Westgate Lift Station Design (Lump Sum) ..................................................................$86,560 Reproduction, mileage, delivery charges, etc. (Not to Exceed) ....................................$3,000 Subtotal....................................................................................................$905,690 2. Surveying Services (Lift Station Parcel) Surveying Services Lift Station Parcel (Lump Sum)....................................................$26,900 Subtotal......................................................................................................$26,900 TOTAL, Basic Services, Including Reimbursables.............................................$1,539,370 ADDITIONAL SERVICES (Not to Exceed) The Compensation to be paid to CobbFendley for providing the ADDITIONAL SERVICES rendered under this agreement shall be based as shown below. Reimbursable items and subconsultants will be subject to a 5% administration charge. 3. Surveying Services (Easement Parcels) Surveying Services 3 Proposed Easement Parcels ...................................................$70,190 4. Geotechnical Investigation Geotechnical Investigation by Geotest (incl. 5% markup)..................................................$15,220 5. Electrical Services Electrical Services by Baird, Gilroy & Dixon, LLC (incl. 5% markup).................................$22,000 Subtotal, Additional Services ................................................................$107,410 TOTAL, Basic & Additional Services, Including Reimbursables ......................$1,646,780 The Compensation for any other Additional Services which the City desires to be added to the work scope of the project shall be negotiated. Subconsultant invoices will be subject to a 5% administration charge. Services will be charged according to those personnel directly involved in providing the service and will be rounded to the nearest half hour. Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B EXHIBIT A Page 12 of 12 FEE SUMMARY TABLE WATER SANITARY SEWER TOTAL RELOCATION DESIGN $ 604,780.00 $ 816,130.00 $ 1,420,910.00 REIMBURSABLES $ 2,000.00 $ 3,000.00 $ 5,000.00 ENGINEERING SURVEY LIFT STATION $ 86,560.00 $ 26,900.00 $ 113,460.00 UTILITY EASEMENTS (3 PARCELS) $ - $ 70,190.00 $ 70,190.00 GEOTECHNICAL & ELECTRICAL $ 37,220.00 $ - $ 37,220.00 TOTAL $ 1,646,780.00 Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B <<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<E!. E!.E!.E!. E!. E!.E!.E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!.E!. E!. E!. E!. E!. E!. E!. E!. E!. E!.E!. E!. E!. E!. E!.E!. E!. E!.E!.E!.E!.E!.E!.E!.E!. E!. E!. E!. E!. E!. E E E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!.E!.E!.E!. E!.E!. E!. E!. E!. E!. E E!. E!. E!. E!. E!. E!. E!. 0" 2" 6" 6"6"4"8"4"8"6"2"6"6"3"8"8"16"6"6"6"16"6"10"6"8"10"8"2"6"2"12"8"2" 1 2 " 3"6"3"6"12"6"10"6"6"6"2"6"6"12"6"10"6"6"12" 6"6" 12"6"12"6"2"6"6"12" 1 0 " 8"3"6"6"6" 16" 12" 12"6"12"6"16"16" 6"10"12"12" 12" 12"16"16" 8"6"6"6"10"8"12"6"12"12"16"10"6"10"6" 16"6"12"6"6"6"6"12"10"16"8"16"2" 6" 2"8"8"16"2"6" 6" 6"8"6" 6"MCLEAN RDJASPER RDGARDENRDJOSEPHINE ST WAGONTRAILW BROADWAY STBROADWAY ST THELMA STHARKEYRDW OAKSBLVDOCHOARDANTHONYDRODAYRDREDOAK LNCANTU RD COLONYLNAPPLE SP R I N G S D R W WALNUT ST NECHESRIVER DRLIVINGSTONDRFRANCIS DRHALBERT DRCUNNINGHAM DRWOODY RDLYNN DRPEAR ST SILSBEE DR LEGGETT LN APPLE SPRINGS DRJOHNSON DRW OAKS CIRCLE LN CORRIGAN DRW PEAR ST CUNNINGHAMDRCARMONA LN LEGGETT LNASPENLNMAPLELNMEGAN ST CARMONA LN COUNTY ROAD 889 HATFIELDRDROCKLAN D D R GLENDALEDRVILLAGEMILLS DRLAZY BEND DR W OAKSCIR ECAMDEN LN4"4" 8" 12"6"12"8"12"36 "8"8" 24" 8"8"24"8"10"8"10" 8"4"8"8"8"24"10"8"36"8"8"6"8"8"8"12"10"10"4"8"8" 6"8"24"24"8" 6" 8"12"8"8"24"8"24"8"4"8"8" 8"8"10"4"8"8"12"8" 12" 8" 8"8"8" 8"10"8"8" 6"10"8" 8" 4"8"10"12"10"8" 8"8"6"6"8"8" 8"8"6"8"6" 8" 10" 8"24"10"6" 2 4 " 10"24"6"36"8"8"8"12"8"24"8"8"8"8"8"8"8"8" 10"10"24"8"8"15" 10"24"10"24"8"8"8"10"8"12"8"8" 8" 10"12"12" 12"8"10" 8" 10" 10" 2 4 "8"8"8"8"8"12" 8" 8" 8"8"8"8" 8"8"8"10"10" 8" 10"8"8"6"8"12"8"12"8" 10"8"8"8"8"8"36"8"6"8"10"12"24"10"8"8"8"8"36"10"10"10" 8"6"10"15"8" 8"12"24"8" 12" 8"8"8"24"8" 15" 8"8"6"6"36"8" 8" 8" 8"8"4"8"<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<<E!. E!.E!. E!. E!. E!. E!.E!. E!. E!. E!. E!.E!.E!. E!. E!.E!.E!. E!.E!. E!.E!.E!.E!.E!.E!.E!. E!.E!. E!.E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!.E!. E!.E!. E!. E!. E!. E!. E!.E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. E!. EE E!. E!. E!. E!. ")") ")8"8"16"8"8"6"16"12"16"8"2 " 2"10"2" 6"6"16" 12"8"12"16"6"16"12"16" 8" 8"8"8"8"6"8"12"8"16"8"8 " 16" 16" 8" 16"6"16"12"8"12"12"16"16"12"8"16"8"16" 16"16"8"8 " 16" 8" 8" 16"12"8"8"6" 8 " 8" 12" 16"8"8" 16"12"16"16" 16"12"8"16"6"8 "8"WESTCHESTERRDPIPER RDFM-1128OLD MAX CTBROWNSTONE PLW BROADWAY ST REIDBLVDNIPPER L NFREEDOMDR DAWNRIVER LNOAK RDROY RDOLDCHOCOLATEBAYOU RDMASONCTWESTGATE DRAVALONCOVE LNAFTON DR KATELYN DR CHAD DRQUIETARBOR LNAVALONLAKE LNTRANQUILITYLAKE BLVDMORENCI STMISTY LAKE LN MANVEL RDBYPSMAX RDMA X R D QUIET TRACE LN WATERLILLY LN RODRIQUEZ RDZAPALAC RD8"12"8"12"8"12"8"10"8"8"8"8"12"8"10"8" 1 0 " 12" 8" 8" 10 "10"1 0 " 8"6"10"8"8"12"8"8"8"8"1 0 "10"10"10 " 10 " 8" 10"6"8"12" 12"8"8"12"12" 6" 8"8"12"10"10"8"10"8"8"10"8"8"12"18"12" 8" 12" 8"10"8"8"12"8"8"8"8"10"8"8"6"8"6"12" 8" 8" 8"8"12"12"6"10" 12"6"12"12"8" 8" 12"10"8"12"8"8"8" 8"8"12"18"10"12"8"8"12" 8" 12"12"12"8"10"8"8"8"16"16"8"12"12"8"8" Legend Proposed Pavement Proposed ROW Existing ROW Parcels Pipelines Existing Sanitary Sewer Gravity Main Force Main Manhole ")Lift Station Existing Water Water Main E!.Hydrants Air Release Valve Blow Off Valve Hydrant Valve <Main Line Valve ³1920 Country Place Parkway, Suite 400 Pearland, Texas 77584 281.993.4952 | fax 281.993.8086 www.cobbfendley.com EXHIBIT B: TXDOT CSJ: 0976-02-086 Relocation of City Water and Sanitary Sewer Utilities (Old Chocolate Bayou Road to McLean Road) City of Pearland1 in = 500 feet Westgate Lift Station Food Town Lift Station Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B Client: City of PearlandProject Name: FM 518 Utility Relocation Phase 2 – Old Chocolate Bayou to McLean Road (WW2609)Item No.Item DescriptionUnit Quantity Unit PriceExtended Price16-inch (I.D) water main, restrained joints, (Fusable PVC) by open-cut, including bends and fittingLF 640 $ 100.00 64,000.00$ 28-inch (I.D) water main, restrained joints, (Fusable PVC) by open-cut, including bends and fittingLF 1,280 $ 110.00 140,800.00$ 310-Inch (I.D.) water main, restrained joints, (Fusable PVC) by open-cut, including bends and fittingLF 1,195 $ 125.00 149,375.00$ 412-inch (I.D.) water main, restrained joints, (Fusable PVC), by open-cut, including bends and fittingLF 7,310 $ 140.00 1,023,400.00$ 516-inch (I.D.) water main, restrained joints, (Fusable PVC), by open-cut, including bends and fittingLF 10,725 $ 220.00 2,359,500.00$ 612-inch steel casing, by bore construction, including end seals and spacersLF 360 $ 400.00 144,000.00$ 716-inch steel casing, by bore construction, including end seals and spacersLF 1,055 $ 450.00 474,750.00$ 824-inch steel casing, by bore construction, including end seals and spacersLF 490 $ 680.00 333,200.00$ 930-inch steel casing, by bore construction, including end seals and spacers255 $ 780.00 198,900.00$ 106-inch Wet Connection & Valve with BoxEA 6 $ 1,800.00 10,800.00$ 118-inch Wet Connection & Valve with BoxEA 14 $ 2,200.00 30,800.00$ 1210-inch Wet Connection & Valve with BoxEA 4 $ 2,700.00 10,800.00$ 1312-inch Wet Connection & Valve with BoxEA 7 $ 3,500.00 24,500.00$ 1416-inch Wet Connection & Valve with BoxEA 4 $ 4,500.00 18,000.00$ 15Install New Fire Hydrant AssemblyEA 57 $ 7,800.00 444,600.00$ 16Remove and Salvage Fire Hydrant, to CityEA 40 $ 800.00 32,000.00$ 17Remove and Dispose 6" Water Line PipeLF 610 $ 20.00 12,200.00$ 18Remove and Dispose 8" Water Line PipeLF 1,090 $ 25.00 27,250.00$ 19Remove and Dispose 10" Water Line PipeLF 995 $ 30.00 29,850.00$ 20Remove and Dispose 12" Water Line PipeLF 7,230 $ 35.00 253,050.00$ 21Remove and Dispose 16" Water Line PipeLF 10,660 $ 40.00 426,400.00$ 6,208,175.00$ Opinion of Probable Construction CostWATER MAIN ITEMS SUBTOTALWATER MAIN ITEMSBASE ITEMSEXHIBIT C1 of 3Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B Client: City of PearlandProject Name: FM 518 Utility Relocation Phase 2 – Old Chocolate Bayou to McLean Road (WW2609)Item No.Item DescriptionUnit Quantity Unit PriceExtended Price22Dewatering for Sanitary Sewer PipeLF 16,570 $ 70.00 1,159,900.00$ 234-inch Sanitary Sewer Gravity Main, by Open-Cut, All DepthsLF 250 $ 80.00 20,000.00$ 248-inch Sanitary Sewer Gravity Main, by Open-Cut, All DepthsLF 3,150 $ 180.00 567,000.00$ 2510-inch Sanitary Sewer Gravity Main, by Open-Cut, All DepthsLF 2,990 $ 220.00 657,800.00$ 2612-inch Sanitary Sewer Gravity Main, by Open-Cut, All DepthsLF 8,410 $ 240.00 2,018,400.00$ 2715-inch Sanitary Sewer Gravity Main, by Open-Cut, All DepthsLF 615 $ 270.00 166,050.00$ 2824-inch Sanitary Sewer Gravity Main, by Open-Cut, All DepthsLF 800 $ 340.00 272,000.00$ 2936-inch Sanitary Sewer Gravity Main, by Open-Cut, All DepthsLF 355 $ 400.00 142,000.00$ 3016-inch steel casing, by Bore Construction, including end seals and spacersLF 770 $ 220.00 169,400.00$ 3124-inch steel casing, by Bore Construction, including end seals and spacersLF 490 $ 650.00 318,500.00$ 3234-inch steel casing, by Bore Construction, including end seals and spacersLF 140 $ 820.00 114,800.00$ 3346-inch steel casing, by Bore Construction, including end seals and spacersLF 140 $ 900.00 126,000.00$ 34Remove Existing Sanitary ManholesEA 35 $ 1,000.00 35,000.00$ 35Remove and Dispose 4-inch Sanitary Sewer PipeLF 220 $ 30.00 6,600.00$ 36Remove and Dispose 8-inch Sanitary Sewer PipeLF 2,985 $ 35.00 104,475.00$ 37Remove and Dispose 10-inch Sanitary Sewer PipeLF 2,925 $ 40.00 117,000.00$ 38Remove and Dispose 12-inch Sanitary Sewer PipeLF 6,915 $ 45.00 311,175.00$ 39Remove and Dispose 15-inch Sanitary Sewer PipeLF 610 $ 50.00 30,500.00$ 40Remove and Dispose 24-inch Sanitary Sewer PipeLF 730 $ 60.00 43,800.00$ 41Remove and Dispose 36-inch Sanitary Sewer PipeLF 250 $ 70.00 17,500.00$ 425-foot Diameter Precast Concrete Manholes, Sealed and VentedEA 50 $ 5,500.00 275,000.00$ 43Sanitary Sewer Service ConnectionEA 30 $ 2,000.00 60,000.00$ 44Reconnect Existing Sanitary Sewer to New Manhole EA 16 $ 750.00 12,000.00$ 45By-Pass Pumping (Sanitary Sewer)LS 1 $ 120,000.00 120,000.00$ 6,864,900.00$ WASTEWATER ITEMS SUBTOTALWASTEWATER ITEMSBASE ITEMS2 of 3Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B Client: City of PearlandProject Name: FM 518 Utility Relocation Phase 2 – Old Chocolate Bayou to McLean Road (WW2609)Item No.Item DescriptionUnit Quantity Unit PriceExtended Price46Remove and Dispose Existing Westgate Sanitary Sewer Lift Station and Salvage PumpsEA 1 $ 70,000.00 70,000.00$ 47Sanitary Sewer Lift Station (Replacing Westgate LS)LS 1 $ 2,000,000.00 2,000,000.00$ 484-inch Sanitary Sewer Force Main, by Open-Cut, All DepthsLF 360 $ 90.00 32,400.00$ 498-inch Sanitary Sewer Force Main, by Open-Cut, All DepthsLF 2,050 $ 120.00 246,000.00$ 5012-inch Sanitary Sewer Force Main, by Open-Cut, All DepthsLF 2,260 $ 150.00 339,000.00$ 5116-inch Sanitary Sewer Force Main, by Open-Cut, All DepthsLF 135 $ 170.00 22,950.00$ 5224-inch steel casing, by Bore Construction, including end seals and spacersLF 150 $ 650.00 97,500.00$ 52Force Main ConnectionEA 7 $ 6,100.00 42,700.00$ 52Remove and Dispose 4-inch Force Main PipeLF 350 $ 30.00 10,500.00$ 53Remove and Dispose 8-inch Force Main PipeLF 2,040 $ 35.00 71,400.00$ 54Remove and Dispose 12-inch Force Main PipeLF 2,230 $ 45.00 100,350.00$ 55Remove and Dispose 16-inch Force Main PipeLF 90 $ 50.00 4,500.00$ 3,037,300.00$ FORCE MAIN AND LIFT STATION ITEMSFORCE MAIN AND LIFT STATION ITEMS SUBTOTAL25% CONTINGENCY4,027,593.75$ GRAND TOTAL20,137,968.75$ SUBTOTAL16,110,375.00$ BASE ITEMS3 of 3Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B PROPOSED SCHEDULECity of PearlandFM 518 Utility Relocation Phase 2 – Old Chocolate Bayou to McLean Road (WW2609)12.9.24JAN 2025FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DECJAN 2026FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DECJAN 2027FEB MAR APRKickoff of Project Kickoff Obtain 60% TXDOT Design Drawings (Paving & Drainage) Data Collection & Field Recon Develop Project Plans Prepare Project Details TxDOT Coordination 30% Design Submittal 30% Submittal Review and Comments (COP/TxDOT) 60% Design Submittal 60% Submittal Develop Specifications and Estimates Review and Comments (COP/ TxDOT) 90% Submittal 90% Submittal Review and Comments (COP/ TxDOT) Finalize Plans for Bidding 100% Final Submittal Parcel Procurement TxDOT Letting - TBD Construction Period (16 Mths) * Construction duration is based on utility construction only. This will vary based on the Contractors means and methods along with other items going on concurrently. Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B Proposal No. 1140662299 May 31, 2024 Ms. Kimberly Waddell, P.E. Associate | Municipal Project Manager Cobb Fendley 1920 Country Place Parkway, Suite 400 Pearland, TX 77584 Re: Proposal for Geotechnical Services City of Pearland – FM 518 Lift Station Relocation City of Pearland, Texas Dear Ms. Waddell, In accordance with the request from you on May 22, 2024 and conversation on May 30, 2024, Geotest Engineering, Inc. is pleased to submit this proposal for the referenced project. Based on the information received, it is our understanding that as part of the TxDOT widening project the existing lift station will be relocated to a new site located west of Oak Road intersection. The new lift station will be approximately 25 feet deep. The scope of services for this study is based on the email dated May 22, 2024, and consists of performing site clearance, calling Texas 811 and Coordinate with utility locators to get area for the proposed boring location cleared, drilling one (1) 45-foot boring, installing one (1) piezometer in the open borehole to obtain long term water level reading, performing laboratory tests, performing engineering analyses to develop geotechnical recommendations for the proposed lift station. The geotechnical recommendations will include a minimum of foundation recommendations, wet well construction (caisson method), groundwater control and construction considerations. The cost for the geotechnical services is estimated to be $13,829.00. A cost breakdown is presented on Attachment No. 1. It should be noted that the above cost includes one (1)day of site clearance. We appreciate the opportunity to propose on this project. We hope this cost proposal meets your approval. If you have any questions, please contact us. Sincerely, GEOTEST ENGINEERING, INC. TBPE Registration No. F-410 Naresh Kolli, P.E Sr. Project Manger NK\ego Copies Submitted: (1-PDF) PC38\Geotechnical\Proposals\40662299.DOC ACCEPTED BY: PRINTED NAME: TITLE: DATE: Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B Geotechnical Investigation Pearland FM 518_Lift Station Relocation City of Pearland, Texas Proposal No. 1140662299 UNIT RATE COST Engineering Services Senior Engineer 4 hrs.$225.00 $900.00 Staff Engineer 32 hrs.$123.00 $3,936.00 Support Personnel (Drafting, Word Processing)4 hrs.$70.00 $280.00 $5,116.00 Subsurface Field Investigation Mobilization/Demobilization 1 LS $700.00 $700.00 Drilling and Continuous Sampling (0-50')45 ft $26.00 $1,170.00 Vehicle Charge 10 hrs.$12.00 $120.00 Field Coordination, Utilities Clearance, Loggingand groundwater measurements 12 hrs.$96.00 $1,152.00 Piezometer Installation and Abandonment 45 ft $46.00 $2,070.00 Site Clearence 1 day $2,500.00 $2,500.00 $7,712.00 Laboratory Tests Liquid and Plastic Limits 4 ea.$71.00 $284.00 Moisture Content 19 ea.$11.00 $209.00 Percent Passing No. 200 Sieve 4 ea.$55.00 $220.00 Unconsolidated Undrained Triaxial Tests 4 ea.$72.00 $288.00 Subtotal $1,001.00 Total $13,829.00 Attachment No. 1 COST BREAKDOWN QUANTITY Subtotal Subtotal pc38:\geotechnical\Proposals\1140662299_Cost\Cost Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B 9711 S. Mason Rd. Suite 125 PMB 326 Richmond, Texas 77407 (281) 529-5005 www.bgdeng.com TBPE Firm No. 16575 May 30, 2024 Kimberly Waddell, P.E. Cobb Fendley & Associates, Inc 1920 Country Place Parkway, Suite 400 Pearland, TX 77584 Re: Professional Engineering Services Proposal for Pearland FM 518 Lift Station Relocation Pearland, Texas BGD Project No. 155-0052; Rev.0 Dear Kimberly: We appreciate the opportunity to present this proposal for electrical engineering services in connection with the Pearland FM 518 Lift Station Relocation. Project Understanding This project includes the relocation of the existing FM518 lift station to accommodate a TxDOT road widening project. The lift station , a larger gravity sewer line will be constructed to collect and feed a new regional lift station. This will eliminate the need for two existing lift stations currently in the area. The electrical service equipment will be replaced to meet the City’s standards. Coordination with CenterPoint service consultant will occur to verify equipment meets their standards during the design phase. A manual transfer switch and generator connector will be provided for portable emergency power. Square D equipment and components will be specified and included throughout the electrical design. A new pump control panel design to meet City of Pearland standards will be installed. The new control panel will include breakers, starters, surge protection, and equipment as required for the site. A new SCADA panel and antenna pole will be installed and integrated into their existing SCADA network. Based on our understanding of your project, the review and approval process, we prepared the following scope of services and fee proposal for your consideration. Scope of Services A. Electrical Design Phase Services 1. The electrical construction drawings shall include the following: a. Electrical site layout depicting location of electrical equipment and conduit routing. b. Electrical one-line diagram of the complete facility and load analysis specifying electrical equipment sizes. c. Conduit schedule specifying conductor and conduit sizes. d. Electrical control schematics for the proposed equipment. e. Electrical details. Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B Kimberly Waddell, P.E. Page 2 May 30, 2024 2. Electrical Technical Specifications a. Division 13 & 16 specifications for electrical work and equipment required. 3. Deliverables a. 80% review set for internal and agency reviews in electronic format (PDF). b. 100% signed and sealed construction drawings in electronic format (PDF). c. Electrical specifications in electronic format (PDF). 4. Items provided by Client a. AutoCAD drawings. i. Site layout ii. Border b. Load information including motor horsepower B. Construction Phase Services 1. Review electrical shop drawings and submittals. 2. Review and comment on any Requests for Information (RFI). 3. One (1) final inspection at substantial completion and provide a punch list of observed electrical deficiencies. Additional site visits may be requested and shall be billed as an hourly service. 4. Interpret the intent of the plans via telephone or email. C. Arc Flash Hazard Analysis 1. Coordinate maximum available short-circuit current available from Utility. 2. Perform an over-current protection device coordination study, short-circuit study, and arc flash hazard analysis per IEEE 1584-2018 on submitted electrical equipment using the latest version of ETAP software. 3. Provide arc-flash labels to Contractor for installation on electrical equipment as required by the National Electrical Code (NFPA 70) and the Standard for Electrical Safety in the Workplace (NFPA 70E). Proposed Fee A. Electrical Design Phase Services (Lump Sum) = $15,000 B. Construction Phase Services (Lump Sum) = $5,000 C. Arc Flash Hazard Analysis (Bid Allowance7) = $4,000 Special Considerations This proposal is based on the following special considerations: 1. This proposal shall be subject to the Subconsultant Agreement provided by your office. 2. Civil design items including buildings, concrete slabs, drainage, and landscaping are not included. Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B Kimberly Waddell, P.E. Page 3 May 30, 2024 3. Reimbursable expenses including outside services not performed by Baird Gilroy & Dixon, LLC personnel shall be provided and reimbursed at cost plus 10%. 4. Hourly Services, if any, shall be provided in accordance with the enclosed Schedule of Hourly Rates. This rate may be revised upon written notification in January of each year. 5. The proposed fees shall be considered in their entirety for the scope of services. Should you wish to contract with us for only a portion of the work, we reserve the right to negotiate individual scope items on their own merits. 6. This proposal shall be valid for sixty days from this date and may be extended upon approval by this office. 7. The most recent editions of the National Electrical Code (NFPA 70) and the Standard for Electrical Safety in the Workplace (NFPA 70E) require Owners of facilities with electrical equipment to be responsible for the documentation, installation, and maintenance of arc flash labels on electrical equipment. Studies can only be completed when the actual model numbers of the equipment and utility information is known. Professional engineering services for Arc Flash Hazard Analysis shall be included in the construction contract as allowance within the bid form of the project. It is understood that this fee will be invoiced directly to the general contractor during the construction phase of the project unless requested otherwise. 8. Cost estimates prepared by the engineer represent their best judgment as a design professional familiar with the construction industry. It is recognized, however, that the engineer has no control over the cost of labor, materials, or equipment; over the contractor’s methods of determining bid prices; or over competitive bidding or market conditions. Accordingly, the engineer cannot and does not guarantee that bids will not vary from any cost estimate prepared by them. We appreciate the opportunity to submit this proposal and look forward to working with you. Please send us your Subconsultant Agreement referencing this proposal to execute at your convenience. Should you have any questions, please call. Sincerely, Jon-Paul Dixon, P.E. Baird Gilroy & Dixon, LLC Principal P:\Projects\155\0052\01 Contracts\Proposal-Pearland FM 518 Lift Station Relocation Rev.0.docx Enclosure(s) Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B SCHEDULE OF HOURLY RATES Effective January 2024 Subject to Annual Revision in January 2025 ENGINEERING PERSONNEL Electrical Engineer’s Assistant I $60 Electrical Engineer’s Assistant II $80 Electrical Staff Engineer $130 Electrical Project Engineer $150 Electrical Sr. Project Engineer $165 Electrical Project Manager $200 Officer – Principal $250 DESIGNER/DRAFTING PERSONNEL CAD Operator I $75 CAD Operator II $90 Designer I $105 Designer II $120 PROGRAMMING PERSONNEL Programmer’s Assistant I $60 Programmer’s Assistant II $80 Programmer I $145 Programmer II $160 Programmer III $180 Programmer IV $200 OFFICE PERSONNEL Project Support Administrator $80 Accounting Manager $90 9711 S. Mason Rd. Ste. 125 PMB 326 Richmond, TX 77407 (281) 529-5005 www.bgdeng.com TBPE No. F-16575 Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B INSR ADDLSUBR LTR INSR WVD DATE (MM/DD/YYYY) PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person) $ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident) $AUTOS ONLY AUTOS AUTOS ONLY HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE $ CLAIMS-MADE AGGREGATE $ DED RETENTION $$ PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ If yes, describe under E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE Phoenix Insurance Company Travelers Property Cas. Co. of America Farmington Casualty Company Endurance American Specialty Ins Co Travelers Indemnity Company 12/09/2024 USI Southwest 9811 Katy Freeway, Suite 500 Houston, TX 77024 713 490-4600 Tami Melton 713 490-4600 713-490-4700 tami.melton@usi.com Cobb, Fendley & Associates, Inc. 4424 W Sam Houston Parkway N Suites 600 Houston, TX 77041 25623 25674 41483 41718 25658 A X X X 6306T020324PHX24 07/10/2024 07/10/2025 1,000,000 1,000,000 10,000 1,000,000 2,000,000 2,000,000 E X X X BA5T9261002443G 07/10/2024 07/10/2025 1,000,000 B X X X 10,000 CUP4S01891424NF 07/10/2024 07/10/2025 12,000,000 12,000,000 C N UB6T0405192443G 07/10/2024 07/10/2025 X 1,000,000 1,000,000 1,000,000 D Professional Liability DPL30039639001 07/10/2024 07/10/2025 $5,000,000 per claim $5,000,000 annl aggr. The General Liability and Automobile Liability policies include an automatic Additional Insured endorsement that provides Additional Insured status to the Certificate holder, only when there is a written contract or written agreement between the named insured and the certificate holder that requires such status, and only with regard to work performed on behalf of the named insured (GL: CGD2460419 ; AL: CAT4740216 ). (See Attached Descriptions) City of Pearland, TX 2016 Old Alvin Road Pearland, TX 77581 1 of 2 #S47281554/M45260485 COBBFENDClient#: 153896 S5PZP 1 of 2 #S47281554/M45260485 Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B Controlling Name of Interested Party4 Nature of interest City, State, Country (place of business) Intermediary (check applicable) CERTIFICATE OF INTERESTED PARTIES 1295FORM 1 of 1 1 OFFICE USE ONLY 2 12/12/2024 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. Name of business entity filing form, and the city, state and country of the business entity's place of business. Cobb, Fendley & Associates, Inc. Houston, TX United States Name of governmental entity or state agency that is a party to the contract for which the form is being filed. Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 3 City of Pearland, Texas FM 518 Utility Relocation Phase 2 WW2609 2024-1248725 01/08/2025 Date Filed: Date Acknowledged: Certificate Number: CERTIFICATION OF FILING Silver, Monica XHouston, TX United States Warth, Dan XAustin, TX United States Eastland, Charles XHouston, TX United States Scurry, Floyd XHouston, TX United States Ram, Vineeta XHouston, TX United States 6 Signature of authorized agent of contracting business entity My name is _______________________________________________________________, UNSWORN DECLARATION Check only if there is NO Interested Party.5 My address is _______________________________________________, _______________________, and my date of birth is _______________________. Executed in ________________________________________County, I declare under penalty of perjury that the foregoing is true and correct. (street)(state)(zip code)(country) (year)(month) _______, ______________, _________. State of ________________, on the _____day of ___________, 20_____. (city) (Declarant) Version V4.1.0.5dd2ace2www.ethics.state.tx.usForms provided by Texas Ethics Commission Docusign Envelope ID: 6746CFF6-A249-44B6-B0B1-1242452EB39B 1 REIMBURSEMENT AGREEMENT FM 518 / BROADWAY RECONSTRUCTION PHASE II WATER AND SANITARY SEWER RELOCATION DESIGN This Agreement is entered into this 13th day of January, 2025, by and between the CITY OF PEARLAND, TEXAS (hereinafter "City"), and the Pearland Economic Development Corporation (hereinafter "PEDC"). WHEREAS, the PEDC is a Type B economic development corporation, created pursuant to Chapter 505 of the Texas Local Government Code, as amended; and WHEREAS, the PEDC previously approved a Broadway Corridor Development Plan (hereinafter, “Plan”) consisting of a variety of recommended mobility, infrastructure, economic development and corridor appearance improvements intended to support the Pearland Prosperity Strategic Plan’s goal of enhancing the appearance of the FM 518 / Broadway Corridor in order to sustain its economic prosperity; and WHEREAS, the City, PEDC, and Texas Department of Transportation (TxDOT) desire the construction of Phase II of the FM 518 / Broadway Reconstruction improvements between Cullen Parkway and McLean Road (hereinafter “Improvements”); and WHEREAS, TxDOT has entered into contracts for the design of the Improvements along the FM 518 / Broadway corridor that incorporate recommendations from the Plan; and WHEREAS, the City is responsible for designing and relocating the water and sanitary sewer facilities in conflict with the Improvements; and WHEREAS, Section 501.103 of the Texas Local Government Code (hereinafter “Code”), in pertinent part, defines the term “project” to mean “expenditures that are found by the board of directors to be required or suitable for infrastructure necessary to promote or develop new or expanded business enterprises, limited to: (1) streets and roads, rail spurs, water and sewer utilities, electric utilities, or gas utilities, drainage, site improvements, and related improvements; (2) telecommunications and Internet improvements . . .”; and WHEREAS, the PEDC desires to fund the City’s cost to perform the engineering design of the water and sanitary sewer facility relocations necessary for the construction of the Improvements; and WHEREAS, PEDC approved funding the City’s cost of the engineering design for relocation of water and sanitary sewer utilities in Phase II of the FM 518 / Broadway Reconstruction project at its June 27, 2024 Board of Directors’ meeting; and WHEREAS, City and PEDC desire an agreement to set forth their respective responsibilities with regard to the Improvements. 2 W I T N E S S E T H: NOW THEREFORE, in consideration of the foregoing premises and other good and valuable consideration the receipt and sufficiency of which is hereby acknowledged, it is hereby agreed as follows: 1. The cost of the engineering design for the relocation of water and sanitary sewer facilities in Phase II of the 518 / Broadway Reconstruction project is $1,833,600.00 (“City Participation”) as itemized in, Exhibit “A” hereto attached. PEDC shall fund an amount equal to the City’s Participation, which shall be paid to City in installments or a lump sum amount. The timing and amount of the payment shall be determined at sole discretion of the City, but in no event shall the total payments exceed the City Participation amount. 2. The initial term of this Agreement shall be for a period of four (4) years, commencing on the 13th day of January, 2025, and may be renewed as needed until the Improvements are substantially complete, except that the maintenance obligations of PEDC shall survive the term of this agreement perpetually. 3. This Agreement may only be amended, modified, or supplemented by written agreement and signed by both parties. 4. No assignment by a party hereto of any rights under or interests in this agreement will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under this Agreement. 5. Nothing herein is intended to supersede or waive any City ordinance or regulation pertaining to such construction. 6. Whenever possible, each provision of this Agreement shall be interpreted in such manner as to be effective and valid under applicable law, but if any provision of this Agreement is prohibitive or invalid under applicable law, such provision shall be ineffective to the extent of such provision or invalidity, without invalidating the remainder of such provision or the remaining provisions of this Agreement. 7. This Agreement shall be construed and enforced in accordance with and governed by the laws of the State of Texas. 8. To accomplish execution of this Agreement, it may be executed in multiple counterparts. 3 9. The Parties agree that any suit arising out of or related to this Agreement shall be filed in Brazoria County Texas. 10. All notices which are required or may be given pursuant to this Agreement shall be in writing and shall be sufficient if delivered personally or by first class mail, postage prepaid, return receipt requested, or by a nationally recognized courier, to the parties and their attorneys at the addresses set out below or such other addresses as the parties or their attorneys may hereafter notify one another: If to City: City of Pearland Attn: Trent Epperson, City Manager 3519 Liberty Drive Pearland, TX 77581 If to PEDC: Pearland Economic Development Corporation Attn: Chairman 3519 Liberty Drive, Suite 350 Pearland, TX 77581 Notice delivered in accordance with the terms hereof shall be effective upon receipt. In witness whereof, the parties have hereunto set their hands and signatures on the date first above mentioned. ATTEST Frances Aguilar City Secretary .M0 00%011111l" PEAR co*�4 ♦j PEARLAND ECONOMIC DEVELOPMENT CORPORATION a Texas non-profit corporation By: Jer Cha fr r. • • • • ` r",.listt%Iifl' `+► CITY OF PEARLAND, a Texas municipal corporation By: Trent Epperson, City Manager 4 5 EXHIBIT A 1920 Country Place Parkway, Suite 400 | Pearland, Texas 77584 | 281.993.4952 | fax 281.993.8086 | www.cobbfendley.com June 20, 2024 Mr. Lorenzo Wingate Director of Engineering & Public Works City of Pearland 2016 Old Alvin Road Pearland, Texas 77581 Re: Proposal for Professional Engineering Services – Revision 1.1 Farm to Market Road 518 (FM 518): From Old Chocolate Bayou Road to McLean Road TxDOT CSJ: 0976-02-086 Relocation Design and Easement Survey Services for Water and Sanitary Sewer Utilities Proposal for Professional Engineering Services CobbFendley Project No. 2212-____ Dear Mr. Wingate: Cobb, Fendley & Associates, Inc. (“CobbFendley”) is pleased to submit this proposal for professional engineering services to assist the City of Pearland (“Client”) with relocation design for water and sanitary sewer utility conflicts as well as easement survey services with TxDOT’s future road construction of Farm to Market Road 518 (FM 518). CobbFendley proposes to provide the Scope of Services as outlined in the attached Exhibit A. Fee breakdown for Water and Sanitary Sewer Design respectively are as follows: FEE SUMMARY WATER SANITARY SEWER TOTAL RELOCATION DESIGN $ 644,400.00 $ 966,600.00 $ 1,611,000.00 SURVEYING SERVICES $ - $ 180,300.00 $ 180,300.00 GEOTECHNICAL & ELECTRICAL $ - $ 37,300.00 $ 37,300.00 REIMBURSABLES $ 2,000.00 $ 3,000.00 $ 5,000.00 TOTAL $ 1,833,600.00 Thank you for the opportunity to submit this proposal. Please advise if you have any questions or require additional information. Sincerely, COBB, FENDLEY & ASSOCIATES, INC. Amber Hurd, P.E. Vice President, Department Manager Attachments EXHIBIT A Page 2 of 9 EXHIBIT A SCOPE OF SERVICES & COMPENSATION Cobb, Fendley & Associates, Inc. Proposal for Professional Engineering Services FM 518: Utility Relocation Design (Old Chocolate Bayou Road to McLean Road) SCOPE OF SERVICES The specific tasks to be performed by CobbFendley in conjunction with this project are limited to the following: 1. Relocation Design: A. CobbFendley will prepare plans, specifications, and an estimate (PS&E) for Client’s water and sanitary facilities that are in conflict with TxDOT’s proposed roadway construction. The limits of the relocation are from Old Chocolate Bayou Road to McLean Road. Client’s relocations will be included in TxDOT’s PS&E for their contractor to construct with Client’s inspection oversight. See Exhibit B – Overall Layout See Exhibit C – Opinion of Probable Construction Cost Based on the Preliminary Conflict Assessment, it is estimated for the relocation design plan set to include 21,150 LF of 6” to 16” water line including seventeen (17) 150-250 LF crossings under FM 518 with the necessary gate valves, service lines, fire hydrants and steel casings. This design also includes approximately 16,570 LF of 4” to 36” sanitary sewer gravity line, and 4,810 LF of 4” to 16” sanitary sewer force main with necessary manholes, air release valves, steel casings, dewatering and bypass pumping. Also included in this project is the replacement of the Westgate lift station as the current lift station will be within TxDOT’s proposed right-of-way. It will be constructed to meet the City standards which will include a new wet well with corrosion resistant liner, new submersible pumps including guiderails, new wet well hatch, fittings, valves and discharge piping, providing new city standard electrical control panel along with new electrical rack and providing a new City standard manual transfer switch for mobile generator connection. Additional items include replacement of the concrete work slab surrounding the wet well and installing a new 8-foot chain link fence with slats. Property and boundary surveys will be required in order to obtain an easement or parcel to install the infrastructure described above. If during design of the TxDOT drainage and paving improvements additional City of Pearland facilities need to be relocated, such as additional water or sanitary sewer lines or lift stations, additional services will be requested based on the additional design tasks. Cobb, Fendley & Associates, Inc. (CobbFendley) will provide the following engineering services as part of the relocation design: • Follow TCEQ, City of Pearland and TxDOT requirements for the project • Coordinate with TxDOT and Utility Coordinator to gather utility record research on existing underground utilities, overhead utilities, and pipeline crossings within project limits • Coordinate with TxDOT to gather CAD files and geotechnical documents EXHIBIT A Page 3 of 9 • Perform field work associated with relocation design • Prepare quantity take-off, engineering construction cost estimates, and summary sheets • Develop Specifications, including matching with TxDOT specification numbers • Q/A and Q/C checks • Revisions based on TxDOT and or City comments CobbFendley will utilize all survey data, geotechnical reports, subsurface utility engineering (SUE) investigations and CAD drawings provided by TxDOT to prepare the following construction plan documents. CobbFendley’s deliverables for the relocation plan set will consist of the following items: • General Notes (Water and Sanitary) – 2 Sheets, • Summary of Quantities – 2 Sheets, • Right of Way (R.O.W.) Plan and Profiles – 44 Sheets, • Utility Crossing Plan and Profiles – 17 Sheets, • Water Details – 3 Sheets, • Sanitary Sewer Details – 3 Sheets, • Engineers Construction Cost Estimate. • Specifications (Using TxDOT’s Spec Numbers) Note: Plan and Profiles Sheets are based on 1:50 Scale B. CobbFendley will conduct or attend the following meetings and correspondence: • Kick-off meeting with Client • Attend TxDOT’s 30%, 60%, 90% and 100% design milestone meetings • Conduct 30%, 60%, 90% and 100% relocation design review meetings with Client • Attend initial meeting with the City staff to kick-off the project • Attend meeting with City at 30% to discuss plans and potential conflicts • Coordinate with City on utility alignments • Coordinate with TxDOT on Paving and Drainage design conflicts • Attend meeting with City at 60% to discuss plans and potential conflicts • Coordinate 60% plans with TxDOT current plans • Coordination with TxDOT on preparation of Utility Agreement Package • Coordinate with City on 100% plans • Coordinate 100% plans with TxDOT for submittal into TxDOT Roadway Plans 2. Surveying Services A. Project Management 1) Communication • Prepare initial property owner contact list for properties requiring abstracting. • Attend status meetings as requested with Client and Project Team. The attendance of the status meetings will be on an as needed basis, as requested by Client. • Prepare survey status report EXHIBIT A Page 4 of 9 2) File Management • All project and parcel documents will be kept at CobbFendley offices and on the CobbFendley computer server, with permanent records in digital/electronic format transferred to the Client, once project is complete. • Maintain records of all payments to property owners including amount and date paid. Electronic copies will be provided to the Client. • Maintain copies of all correspondence and contacts with property owners. Electronic copies will be provided to the Client at the end of the project or upon request. B. Abstracting • Perform subdivision plat and deed research for documents cited on existing TxDOT ROW map. Prepare inventory of subdivision plats, deeds, easements, including conveyance notes for easements and plats (i.e. specific language of easement conveyance or plat dedication, such as sewer, waterline, utility, etc.) • Engage Abstractor (3rd Party Consultant) to obtain City Planning Letters for each property where easements are not indicated on TxDOT ROW Map (55 Parcels without easements shown on existing map set). • Real Estate Appraisal Services C. Field Surveying (Boundary Reconnaissance) • Perform boundary reconnaissance as needed to place easements on un-verified parcels (55 total). Surveyor shall make field ties to exiting project control, prepare easement deed sketches, based on abstract information identified within City Planning Letter reports applicable to easements descriptions only. • Make direct ties to existing project control and georeference all field data files. D. Exhibits and Easement Research Report • Perform coordinate geometry data reduction, prepare CAD base file with all Survey data. • Prepare exhibit(s) showing City easements adjacent to FM 518. • Prepare an appraisal report containing easement data from the abstractor and field surveying investigation. Submit report to the City staff for submission to the TxDOT. E. Proposed Easement Parcel 1) All easement parcels survey work will be in accordance with TSPS Category 1B Standard Boundary Survey • CobbFendley will deliver a hard copy and an electronic file containing the results of the boundary surveys described above drawn to a scale as directed by the engineer. In addition, an ASCII file of all points collected will be provided. • CobbFendley will locate the existing project control and ROW monumentation for FM 518 within the project limits. Surveyor will perform on-the-ground surveys of existing boundary for each proposed easement. • CobbFendley will prepare a Parcel Description for each parcel or tract consisting of two parts: (1) a metes and bounds description of the property and (2) an easement exhibit. Each part of a Parcel Description will be signed and sealed by a RPLS. The following will be provided to the City for land acquisition services: • Proposal is based on the need for 4 Easements. EXHIBIT A Page 5 of 9 • Additional easements on the same parent tracts will be completed at a rate of $4,200 per additional description/plat. F. Right of Entry • Research property ownership • Maintain copies of correspondence and contacts with property owners • Contact property owner by phone and/or letter requesting signature on the Right of Entry (ROE) Agreement • Seek to obtain signed ROE from property owner for the purposes outlined by Client. • Transmit copies of the signed ROEs to Client G. Real Estate Appraisal Services • Appraiser will prepare and conduct personal pre-appraisal contact with interest owners or their designated representative for each parcel and offer opportunity to accompany the Appraiser on the inspection of the subject property • As necessary, prepare written notification to the Client of any environmental concerns associated with the right of way to be acquired that could require environmental re-mediation • Appraisal Report o Appraiser will prepare an appraisal report for each parcel to be acquired in compliance with the Uniform Standards of Professional Appraisal Practice as promulgated by the Appraisal Foundation and in compliance with Client policies and procedures. • Appraisal Review o Review Appraiser will review all appraisal reports for each parcel to determine consistency of values, supporting documentation related to the conclusion reached, and compliance with Client policies and procedures as well as the Uniform Standards of Professional Appraisal Practice. • Updated Appraisal Report (if necessary) o Appraiser will prepare an updated appraisal report for each parcel to be acquired in compliance with the Uniform Standards of Professional Appraisal Practice as promulgated by the Appraisal Foundation and in compliance with Client policies and procedures. • Appraisal Hearing Preparation and Testimony (hourly, estimated @ $5,000/parcel) o Beyond delivery of the appraisal assignments, the Appraiser may be called to provide preparation and testimony for a Special Commissioners Hearing (Hearing). H. Negotiation Services • CobbFendley will analyze preliminary Title Commitment report from Client’s preferred title company to determine potential title problems and prepare a title curative plan outlining methods to cure title deficiencies. • Secure Title Commitment updates in accordance with insurance rules and requirements for parcel payment submissions. • CobbFendley will analyze appraisal report(s) and confirm the Client approved value prior to making offer for each parcel. EXHIBIT A Page 6 of 9 • CobbFendley will prepare and send the letter transmitting the Landowner’s Bill of Rights by Certified Mail-Return Receipt Requested (CMRRR) to owner of each parcel. • CobbFendley will prepare all documents required on forms approved by the Client and in compliance with State and Federal laws. (i.e., the initial offer letter, purchase agreement, instruments of conveyance) • CobbFendley will send the written offers and appraisal report(s) to each property owner or the property owner’s designated representative through CMRRR. • Maintain follow-up contacts and secure the necessary instruments upon acceptance of the offer for the closing. • CobbFendley will respond to property owner inquiries verbally and in writing within two (2) business days. • CobbFendley will prepare and maintain a contact log for each parcel. • CobbFendley will advise property owner of counteroffer process, assist them with the preparation of the counteroffer package, and will transmit written counteroffer to Client. • The curative services necessary to provide a clear title to the Client are the responsibility of CobbFendley and thus are part CobbFendley’s fee for Negotiation Services. Fees charged by financial institutions to process lien releases or title insurance fees will be passed through without mark-up and are not included in the CobbFendley services fee. • CobbFendley performs closing services in conjunction with the Title Company and will attend closings. In the event of a closing by mail, title work will be reviewed prior to the closing by mail and again prior to recording of the instrument. • CobbFendley will cause the recordation of all original instruments immediately after closing at the County Clerk’s Office, except for donations, which must be forwarded to the Client for acceptance prior to recording. These recording costs are reimbursed as pass-through costs. • CobbFendley will secure title insurance for all parcels acquired, insuring acceptable title to the Client. Written approval by the Client is required for any exception. Title insurance costs will be reimbursed as pass-through costs. I. Condemnation Support Services (Pre-Hearing Support) • Upon receipt of a copy of the final offer, request an updated title commitment for Eminent Domain from the Title Company or as deemed necessary by the City. • Prepare a packet containing copies each of the following documents: Commitment, Negotiator’s Reports, Appraisal Acknowledgment, Pre-appraisal Contact Sheet, signed and sealed property description, and plat, Final Offer Letter, any correspondence from the landowner or representatives, one original copy of the appraisal report, and any real property records which are relevant to any unusual joiner or service issue. Submit packet to the City staff for submission to the Legal Department. • Maintain a copy of the condemned parcel. In an event of a judgment/award, consultant shall coordinate with City staff to obtain copies of all executed post hearing documents for the condemned parcel. (award, JAO, deposit letter) • If a settlement is agreed upon by both parties prior to condemnation, Provider shall coordinate with City staff to complete all necessary procedures to close the file. • Provide all closed parcel files including condemned parcels to City. • Attendance at depositions, pre-trial, or other court hearings. EXHIBIT A Page 7 of 9 • Any other services deemed necessary by the City’s legal department to successfully litigate and defend the City’s position in court including but not limited to production request. • Any person employed by the Provider for work on this project in any capacity shall be available to testify in any eminent domain proceedings upon request by the City. J. To be provided by Client • TxDOT ROW Maps • Copies of all appraisal reports produced or acquired by the Client relating specifically to each parcel prepared in the last 10 years. • Schematics and plans of project • Timely reviews and approval of all submissions. • All necessary standard forms and brochures. • Process and issue all payments of approved purchase prices for each parcel, relocation payments, and incidental expenses involved in the transfer of property to the Client. • Fees charged by financial institutions to process lien releases or title escrow fees. • Final approval for all appraisals, relocation supplements, and relocation move payments, including paying movers for a cost estimate for moving personal property. • Payment of costs of incidental expenses required to transfer real property to the Client. • Responsible for the disposal of property and the accommodation, coordination, verification, and adjustment of utilities. ADDITIONAL SERVICES Geotechnical Investigation: The geotechnical investigation will be performed by Geotest Engineering Inc., in accordance with the attached proposal. Electrical Services: The electrical services will be performed by Baird, Gilroy & Dixon, LLC, in accordance with the attached proposal. EXHIBIT A Page 8 of 9 EXCLUSIONS FROM THE SCOPE OF SERVICES 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 ADDITIONAL SERVICES. CobbFendley shall undertake such additional services as assigned by the City upon written direction from the City. Examples of such items are as follows: • Subsurface Utility Engineering (SUE) beyond what is provided by TxDOT • Surveying (Topographic) and Staking to be provided by TxDOT • Assessment of Private Utilities • City Fiber; (TxDOT has included this in their design scope if needed due to drainage conflicts) • Revisions to Utility Plans in addition to those associated with the standard design milestones. • Assistance in the preparation of a TxDOT Advanced Funding Agreement (AFA); (to be prepared by TxDOT) • Preparation of a Utility Agreement or Joint Use Acknowledgement; (to be prepared by TxDOT) • Bid Phase Services • Construction Phase Services (includes Construction Administration, Construction Management and Construction Inspection) • ROW Maps • Appraisal Updates or Appraiser Hearing • Prep/ Testimony • Title abstract/Policy/Escrow fees • Appraiser Hearings or Negotiation Services related to new utility easements. • Condemnation Support Services • Any service not specifically listed in the Scope of Services EXHIBIT A Page 9 of 9 BASIS OF COMPENSATION BASIC SERVICES The Compensation to be paid to CobbFendley for providing the BASIC SERVICES rendered under this agreement shall be based on Lump sum fees for overall phases of the work as shown below. Reimbursable items and subconsultants will be subject to a 10% administration charge. Water Relocation Design: 1. Water Relocation Design (Lump Sum) ..................................................................... $644,400 2. Reproduction, mileage, delivery charges, etc. (Not to Exceed) .................................... $2,000 Subtotal ................................................................................................. $646,400 Sanitary Sewer Relocation Design: 3. Sanitary Sewer Relocation Design (Lump Sum) ....................................................... $966,600 4. Reproduction, mileage, delivery charges, etc. (Not to Exceed) .................................... $3,000 Subtotal ................................................................................................. $969,600 TOTAL, Basic Services, Including Reimbursables ........................................... $1,616,000 ADDITIONAL SERVICES: 5. Surveying Services (Lump Sum) ......................................................................... $180,300.00 a. Easement Research ................ $153,560.00 b. Lift Station Parcel ............................ $26,740 6. Geotechnical Investigation by Geotest (Lump Sum) (incl. 10% markup) ............. ……… $15,300 7. Electrical Services by Baird, Gilroy & Dixon, LLC (Lump Sum) (incl. 10% markup) .......... $22,000 Subtotal, Additional Services ............................................................... $217,600 TOTAL, Basic & Additional Services, Including Reimbursables ..................... $1,833,600 The Compensation for any other Additional Services which the City desires to be added to the work scope of the project shall be negotiated. Subconsultant invoices will be subject to a 10% administration charge. Services will be charged according to those personnel directly involved in providing the service and will be rounded to the nearest half hour. 8 0 0� ,2•• 12• • 12•J\_• 12 _._—' r u� a w z 3 Westgate Lift Station o WATERLILLY LN V v v m MISTY LAKE LN J a' 6.. 1 8.. (1T VI 8.. W >_ re fi T • V��(� 0 6..„. e 8.. °T 6 QUIET TRACE LN a„ ^ o•• W BROADWAY ST- o Jz J 0 W— I— J m 'a0— , oQ • 8 • 16 12" ce s ❑ J 12 r yr] 8• 6•' j8.. Food Town Lift Station 8•• 6 LL a CHAD I DR ,6• z o aV 2J KATELYNDIIR U z— Legend Proposed Pavement Proposed ROW Existing ROW Parcels Pipelines LAZY BEND DR BROADWAY ST —t— C RCLE LN Existing Sanitary Sewer Existing Water Gravity Main Water Main ---- Force Main ♦ Hydrants Manhole / Air Release Valve ❑ Lift Station / Blow Off Valve • Hydrant Valve ▪ Main Line Valve 1 1 1 1 JOSEPHINE 6"ST�L 1 in = 500 feet 6•.J .CANTO RD 0 6—_= o> MEGAN ST A SPR LEGGET W BROADWAY ST Im CAMDEN LN 6) 8 W PEAR ST EXHIBIT B: TXDOT CSJ: 0976-02-086 Relocation of City Water and Sanitary Sewer Utilities (Old Chocolate Bayou Road to McLean Road) City of Pearland PEAR • ST 1920 Country Place Parkway, Suite 400 Pearland, Texas 77584 281.993.4952 I fax 281.993.8086 www.cobbfendley.com Client: City of PearlandProject Name: FM 518 From Old Chocolate Bayou Road to McLean RoadItem No. Item Description Unit Quantity Unit Price Extended Price16-inch (I.D) water main, restrained joints, (Fusable PVC) by open-cut, including bends and fittingLF 640 $ 100.00 64,000.00$ 28-inch (I.D) water main, restrained joints, (Fusable PVC) by open-cut, including bends and fittingLF 1,280 $ 110.00 140,800.00$ 310-Inch (I.D.) water main, restrained joints, (Fusable PVC) by open-cut, including bends and fittingLF 1,195 $ 125.00 149,375.00$ 412-inch (I.D.) water main, restrained joints, (Fusable PVC), by open-cut, including bends and fittingLF 7,310 $ 140.00 1,023,400.00$ 516-inch (I.D.) water main, restrained joints, (Fusable PVC), by open-cut, including bends and fittingLF 10,725 $ 220.00 2,359,500.00$ 612-inch steel casing, by bore construction, including end seals and spacersLF 360 $ 400.00 144,000.00$ 716-inch steel casing, by bore construction, including end seals and spacersLF 1,055 $ 450.00 474,750.00$ 824-inch steel casing, by bore construction, including end seals and spacersLF 490 $ 680.00 333,200.00$ 930-inch steel casing, by bore construction, including end seals and spacers255 $ 780.00 198,900.00$ 106-inch Wet Connection & Valve with Box EA 6 $ 1,800.00 10,800.00$ 118-inch Wet Connection & Valve with Box EA 14 $ 2,200.00 30,800.00$ 1210-inch Wet Connection & Valve with Box EA 4 $ 2,700.00 10,800.00$ 1312-inch Wet Connection & Valve with Box EA 7 $ 3,500.00 24,500.00$ 1416-inch Wet Connection & Valve with Box EA 4 $ 4,500.00 18,000.00$ 15Install New Fire Hydrant Assembly EA 57 $ 7,800.00 444,600.00$ 16Remove and Salvage Fire Hydrant, to City EA 40 $ 800.00 32,000.00$ 17Remove and Dispose 6" Water Line Pipe LF 610 $ 20.00 12,200.00$ 18Remove and Dispose 8" Water Line Pipe LF 1,090 $ 25.00 27,250.00$ 19Remove and Dispose 10" Water Line Pipe LF 995 $ 30.00 29,850.00$ 20Remove and Dispose 12" Water Line Pipe LF 7,230 $ 35.00 253,050.00$ 21Remove and Dispose 16" Water Line Pipe LF 10,660 $ 40.00 426,400.00$ 6,208,175.00$ EXHIBIT COpinion of Probable Construction CostWATER MAIN ITEMS SUBTOTALWATER MAIN ITEMSBASE ITEMS1 of 3 Client: City of PearlandProject Name: FM 518 From Old Chocolate Bayou Road to McLean RoadItem No. Item Description Unit Quantity Unit Price Extended Price22Dewatering for Sanitary Sewer PipeLF 16,570 $ 70.00 1,159,900.00$ 234-inch Sanitary Sewer Gravity Main, by Open-Cut, All DepthsLF 250 $ 80.00 20,000.00$ 248-inch Sanitary Sewer Gravity Main, by Open-Cut, All DepthsLF 3,150 $ 180.00 567,000.00$ 2510-inch Sanitary Sewer Gravity Main, by Open-Cut, All DepthsLF 2,990 $ 220.00 657,800.00$ 2612-inch Sanitary Sewer Gravity Main, by Open-Cut, All DepthsLF 8,410 $ 240.00 2,018,400.00$ 2715-inch Sanitary Sewer Gravity Main, by Open-Cut, All DepthsLF 615 $ 270.00 166,050.00$ 2824-inch Sanitary Sewer Gravity Main, by Open-Cut, All DepthsLF 800 $ 340.00 272,000.00$ 2936-inch Sanitary Sewer Gravity Main, by Open-Cut, All DepthsLF 355 $ 400.00 142,000.00$ 3016-inch steel casing, by Bore Construction, including end seals and spacersLF 770 $ 220.00 169,400.00$ 3124-inch steel casing, by Bore Construction, including end seals and spacersLF 490 $ 650.00 318,500.00$ 3234-inch steel casing, by Bore Construction, including end seals and spacersLF 140 $ 820.00 114,800.00$ 3346-inch steel casing, by Bore Construction, including end seals and spacersLF 140 $ 900.00 126,000.00$ 34Remove Existing Sanitary ManholesEA 35 $ 1,000.00 35,000.00$ 35Remove and Dispose 4-inch Sanitary Sewer PipeLF 220 $ 30.00 6,600.00$ 36Remove and Dispose 8-inch Sanitary Sewer PipeLF 2,985 $ 35.00 104,475.00$ 37Remove and Dispose 10-inch Sanitary Sewer PipeLF 2,925 $ 40.00 117,000.00$ 38Remove and Dispose 12-inch Sanitary Sewer PipeLF 6,915 $ 45.00 311,175.00$ 39Remove and Dispose 15-inch Sanitary Sewer PipeLF 610 $ 50.00 30,500.00$ 40Remove and Dispose 24-inch Sanitary Sewer PipeLF 730 $ 60.00 43,800.00$ 41Remove and Dispose 36-inch Sanitary Sewer PipeLF 250 $ 70.00 17,500.00$ 425-foot Diameter Precast Concrete Manholes, Sealed and VentedEA 50 $ 5,500.00 275,000.00$ 43Sanitary Sewer Service Connection EA 30 $ 2,000.00 60,000.00$ 44Reconnect Existing Sanitary Sewer to New Manhole EA 16 $ 750.00 12,000.00$ 45By-Pass Pumping (Sanitary Sewer) LS 1 $ 120,000.00 120,000.00$ 6,864,900.00$ WASTEWATER ITEMS SUBTOTALWASTEWATER ITEMSBASE ITEMS2 of 3 Client: City of PearlandProject Name: FM 518 From Old Chocolate Bayou Road to McLean RoadItem No. Item Description Unit Quantity Unit Price Extended Price46Remove and Dispose Existing Westgate Sanitary Sewer Lift Station and Salvage PumpsEA 1 $ 70,000.00 70,000.00$ 47Sanitary Sewer Lift Station (Replacing Westgate LS)LS 1 $ 2,000,000.00 2,000,000.00$ 484-inch Sanitary Sewer Force Main, by Open-Cut, All DepthsLF 360 $ 90.00 32,400.00$ 498-inch Sanitary Sewer Force Main, by Open-Cut, All DepthsLF 2,050 $ 120.00 246,000.00$ 5012-inch Sanitary Sewer Force Main, by Open-Cut, All DepthsLF 2,260 $ 150.00 339,000.00$ 5116-inch Sanitary Sewer Force Main, by Open-Cut, All DepthsLF 135 $ 170.00 22,950.00$ 5224-inch steel casing, by Bore Construction, including end seals and spacersLF 150 $ 650.00 97,500.00$ 52Force Main Connection EA 7 $ 6,100.00 42,700.00$ 52Remove and Dispose 4-inch Force Main PipeLF 350 $ 30.00 10,500.00$ 53Remove and Dispose 8-inch Force Main PipeLF 2,040 $ 35.00 71,400.00$ 54Remove and Dispose 12-inch Force Main PipeLF 2,230 $ 45.00 100,350.00$ 55Remove and Dispose 16-inch Force Main PipeLF 90 $ 50.00 4,500.00$ 3,037,300.00$ FORCE MAIN AND LIFT STATION ITEMSFORCE MAIN AND LIFT STATION ITEMS SUBTOTAL25% CONTINGENCY 4,027,593.75$ GRAND TOTAL20,137,968.75$ SUBTOTAL 16,110,375.00$ BASE ITEMS3 of 3 Proposal No. 1140662299 May 31, 2024 Ms. Kimberly Waddell, P.E. Associate | Municipal Project Manager Cobb Fendley 1920 Country Place Parkway, Suite 400 Pearland, TX 77584 Re: Proposal for Geotechnical Services City of Pearland – FM 518 Lift Station Relocation City of Pearland, Texas Dear Ms. Waddell, In accordance with the request from you on May 22, 2024 and conversation on May 30, 2024, Geotest Engineering, Inc. is pleased to submit this proposal for the referenced project. Based on the information received, it is our understanding that as part of the TxDOT widening project the existing lift station will be relocated to a new site located west of Oak Road intersection. The new lift station will be approximately 25 feet deep. The scope of services for this study is based on the email dated May 22, 2024, and consists of performing site clearance, calling Texas 811 and Coordinate with utility locators to get area for the proposed boring location cleared, drilling one (1) 45-foot boring, installing one (1) piezometer in the open borehole to obtain long term water level reading, performing laboratory tests, performing engineering analyses to develop geotechnical recommendations for the proposed lift station. The geotechnical recommendations will include a minimum of foundation recommendations, wet well construction (caisson method), groundwater control and construction considerations. The cost for the geotechnical services is estimated to be $13,829.00. A cost breakdown is presented on Attachment No. 1. It should be noted that the above cost includes one (1)day of site clearance. We appreciate the opportunity to propose on this project. We hope this cost proposal meets your approval. If you have any questions, please contact us. Sincerely, GEOTEST ENGINEERING, INC. TBPE Registration No. F-410 Naresh Kolli, P.E Sr. Project Manger NK\ego Copies Submitted: (1-PDF) PC38\Geotechnical\Proposals\40662299.DOC ACCEPTED BY: PRINTED NAME: TITLE: DATE: Geotechnical Investigation Pearland FM 518_Lift Station Relocation City of Pearland, Texas Proposal No. 1140662299 UNIT RATE COST Engineering Services Senior Engineer 4 hrs.$225.00 $900.00 Staff Engineer 32 hrs.$123.00 $3,936.00 Support Personnel (Drafting, Word Processing)4 hrs.$70.00 $280.00 $5,116.00 Subsurface Field Investigation Mobilization/Demobilization 1 LS $700.00 $700.00 Drilling and Continuous Sampling (0-50')45 ft $26.00 $1,170.00 Vehicle Charge 10 hrs.$12.00 $120.00 Field Coordination, Utilities Clearance, Loggingand groundwater measurements 12 hrs.$96.00 $1,152.00 Piezometer Installation and Abandonment 45 ft $46.00 $2,070.00 Site Clearence 1 day $2,500.00 $2,500.00 $7,712.00 Laboratory Tests Liquid and Plastic Limits 4 ea.$71.00 $284.00 Moisture Content 19 ea.$11.00 $209.00 Percent Passing No. 200 Sieve 4 ea.$55.00 $220.00 Unconsolidated Undrained Triaxial Tests 4 ea.$72.00 $288.00 Subtotal $1,001.00 Total $13,829.00 Attachment No. 1 COST BREAKDOWN QUANTITY Subtotal Subtotal pc38:\geotechnical\Proposals\1140662299_Cost\Cost 9711 S. Mason Rd. Suite 125 PMB 326 Richmond, Texas 77407 (281) 529-5005 www.bgdeng.com TBPE Firm No. 16575 May 30, 2024 Kimberly Waddell, P.E. Cobb Fendley & Associates, Inc 1920 Country Place Parkway, Suite 400 Pearland, TX 77584 Re: Professional Engineering Services Proposal for Pearland FM 518 Lift Station Relocation Pearland, Texas BGD Project No. 155-0052; Rev.0 Dear Kimberly: We appreciate the opportunity to present this proposal for electrical engineering services in connection with the Pearland FM 518 Lift Station Relocation. Project Understanding This project includes the relocation of the existing FM518 lift station to accommodate a TxDOT road widening project. The lift station , a larger gravity sewer line will be constructed to collect and feed a new regional lift station. This will eliminate the need for two existing lift stations currently in the area. The electrical service equipment will be replaced to meet the City’s standards. Coordination with CenterPoint service consultant will occur to verify equipment meets their standards during the design phase. A manual transfer switch and generator connector will be provided for portable emergency power. Square D equipment and components will be specified and included throughout the electrical design. A new pump control panel design to meet City of Pearland standards will be installed. The new control panel will include breakers, starters, surge protection, and equipment as required for the site. A new SCADA panel and antenna pole will be installed and integrated into their existing SCADA network. Based on our understanding of your project, the review and approval process, we prepared the following scope of services and fee proposal for your consideration. Scope of Services A. Electrical Design Phase Services 1. The electrical construction drawings shall include the following: a. Electrical site layout depicting location of electrical equipment and conduit routing. b. Electrical one-line diagram of the complete facility and load analysis specifying electrical equipment sizes. c. Conduit schedule specifying conductor and conduit sizes. d. Electrical control schematics for the proposed equipment. e. Electrical details. Kimberly Waddell, P.E. Page 2 May 30, 2024 2. Electrical Technical Specifications a. Division 13 & 16 specifications for electrical work and equipment required. 3. Deliverables a. 80% review set for internal and agency reviews in electronic format (PDF). b. 100% signed and sealed construction drawings in electronic format (PDF). c. Electrical specifications in electronic format (PDF). 4. Items provided by Client a. AutoCAD drawings. i. Site layout ii. Border b. Load information including motor horsepower B. Construction Phase Services 1. Review electrical shop drawings and submittals. 2. Review and comment on any Requests for Information (RFI). 3. One (1) final inspection at substantial completion and provide a punch list of observed electrical deficiencies. Additional site visits may be requested and shall be billed as an hourly service. 4. Interpret the intent of the plans via telephone or email. C. Arc Flash Hazard Analysis 1. Coordinate maximum available short-circuit current available from Utility. 2. Perform an over-current protection device coordination study, short-circuit study, and arc flash hazard analysis per IEEE 1584-2018 on submitted electrical equipment using the latest version of ETAP software. 3. Provide arc-flash labels to Contractor for installation on electrical equipment as required by the National Electrical Code (NFPA 70) and the Standard for Electrical Safety in the Workplace (NFPA 70E). Proposed Fee A. Electrical Design Phase Services (Lump Sum) = $15,000 B. Construction Phase Services (Lump Sum) = $5,000 C. Arc Flash Hazard Analysis (Bid Allowance7) = $4,000 Special Considerations This proposal is based on the following special considerations: 1. This proposal shall be subject to the Subconsultant Agreement provided by your office. 2. Civil design items including buildings, concrete slabs, drainage, and landscaping are not included. Kimberly Waddell, P.E. Page 3 May 30, 2024 3. Reimbursable expenses including outside services not performed by Baird Gilroy & Dixon, LLC personnel shall be provided and reimbursed at cost plus 10%. 4. Hourly Services, if any, shall be provided in accordance with the enclosed Schedule of Hourly Rates. This rate may be revised upon written notification in January of each year. 5. The proposed fees shall be considered in their entirety for the scope of services. Should you wish to contract with us for only a portion of the work, we reserve the right to negotiate individual scope items on their own merits. 6. This proposal shall be valid for sixty days from this date and may be extended upon approval by this office. 7. The most recent editions of the National Electrical Code (NFPA 70) and the Standard for Electrical Safety in the Workplace (NFPA 70E) require Owners of facilities with electrical equipment to be responsible for the documentation, installation, and maintenance of arc flash labels on electrical equipment. Studies can only be completed when the actual model numbers of the equipment and utility information is known. Professional engineering services for Arc Flash Hazard Analysis shall be included in the construction contract as allowance within the bid form of the project. It is understood that this fee will be invoiced directly to the general contractor during the construction phase of the project unless requested otherwise. 8. Cost estimates prepared by the engineer represent their best judgment as a design professional familiar with the construction industry. It is recognized, however, that the engineer has no control over the cost of labor, materials, or equipment; over the contractor’s methods of determining bid prices; or over competitive bidding or market conditions. Accordingly, the engineer cannot and does not guarantee that bids will not vary from any cost estimate prepared by them. We appreciate the opportunity to submit this proposal and look forward to working with you. Please send us your Subconsultant Agreement referencing this proposal to execute at your convenience. Should you have any questions, please call. Sincerely, Jon-Paul Dixon, P.E. Baird Gilroy & Dixon, LLC Principal P:\Projects\155\0052\01 Contracts\Proposal-Pearland FM 518 Lift Station Relocation Rev.0.docx Enclosure(s) SCHEDULE OF HOURLY RATES Effective January 2024 Subject to Annual Revision in January 2025 ENGINEERING PERSONNEL Electrical Engineer’s Assistant I $60 Electrical Engineer’s Assistant II $80 Electrical Staff Engineer $130 Electrical Project Engineer $150 Electrical Sr. Project Engineer $165 Electrical Project Manager $200 Officer – Principal $250 DESIGNER/DRAFTING PERSONNEL CAD Operator I $75 CAD Operator II $90 Designer I $105 Designer II $120 PROGRAMMING PERSONNEL Programmer’s Assistant I $60 Programmer’s Assistant II $80 Programmer I $145 Programmer II $160 Programmer III $180 Programmer IV $200 OFFICE PERSONNEL Project Support Administrator $80 Accounting Manager $90 9711 S. Mason Rd. Ste. 125 PMB 326 Richmond, TX 77407 (281) 529-5005 www.bgdeng.com TBPE No. F-16575