HomeMy WebLinkAboutRes 2022-07-1209 Amendment to Task Order with Birkhoff Hendricks & Carter for State Hwy 5 Utility Relocation projectCITY OF ANIMA, TEXAS
RESOLUTION NO. j6-07 lgaq
A RESOLUTION OF THE CITY OF ANNA, TEXAS APPROVING AND
AUTHORIZING THE CITY MANAGER TO EXECUTE AN AMENDMENT TO AN
EXISTING TASK ORDER WITH BIRKHOFF HENDRICKS AND CARTER, LLC,
FOR THE STATE HIGHWAY 5 UTILITY RELOCATION PROJECT, FOR
EASEMENT ACQUISITION SERVICES, AS SHOWN IN EXHIBIT "A"
ATTACHED HERETO, AND PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the City of Anna is seeking to relocate and expand water and sanitary
sewer utilities along the State Highway 5 corridor prior to the TxDOT widening of State
Highway 5; and,
WHEREAS, the City of Anna entered into an existing Task Order with Birkhoff
Hendricks and Carter, LLC on April 13, 2021 in Resolution 2021-04-894 ; and
WHEREAS, the design of the proposed improvements is at the 60% level, and the City
is ready to proceed with easement acquisition; and,
WHEREAS, Birkhoff Hendricks and Carter, LLC, has submitted a Task Order
Amendment attached hereto as Exhibit "A'; and,
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE
CITY OF ANNA, TEXAS, THAT:
Section 1. Recitals Incorporated.
The recitals above are incorporated herein as if set forth in full for all purposes.
Section 2. Authorization.
The City Council hereby approves entering into and authorizes the City Manager to
execute a task order amendment with Birkhof Hendricks and Cater, LLC, for the State
Highway 5 Utility Relocation project as shown in Exhibit "A" attached hereto.
PASSED AND APPROVED by the City Council of the City of Anna, Texas, on this
day of , 20220
ATTEST:
City Secretary, Carrie L. Land
Exhibit A
(following page)
BIRKHOFF, HENDRICKS & CARTER, L.L.P.
PROFLSSIQNAL 1(;N(GINI'sl✓I24
1911) tirecmi6ta rive„ suite fitK4
t4�EiN it'. 61Ri:F1rJEF. P.E.
t;ARY C, nFNDRICKS, P,E,
It)e R. Cox I'Ix, 11.H.
t.tATT HICKEY, RE-
ANDRMt r R4ATA, JR., PS_
i?EREK H. CI1ANTY, PT
CKA10 t•i. KERKI10", P.E,
1t1S:IIN IVY, PAL
Mr. Gteg Peters, P.E.
C)irector of Public Works
City of Anna
3223 North Powell Parkway
Anna, Texas 75409
Ire: State
1lialttvay
S �
utility
Relocations
F3HC
Job Code;
2018,162
(Amendment A'o, 1)
Dear hir. Peters:
Iialtus,Texas i52�t3 PilonetZt•1j361-i10it
Februar}' 22, 2022
��-�vw.bhellp:casn
As you requested, we
are pleased to submit
Amendment
No.
1 to our Engineering Services
Agreement with City
of Anita dated April 13,
2(l21 for the State
Highway —utility
Relocations project.
This Amendment No. l Wrill separate the plan set into two projects to be bid separately. Project one will be from
FM 455 to County Road 423. Project two will ite from County lit�ad �123 to W, raster Grossing Road. 'Chic.
amendment covers creating two sets of construction plans and Specifications; additional bidding phase services
and additional construction phase services,
Also included in this amendment is a land rights agent to assist the City in procuring easement, for the project
(cost paid to property owners not included). nand rights agents fees will be incurred on a per parcel basis. In
the event an casement is not required for the prnjcet upon final alignment approval by TxDOT, the parcel will
not be pursued, and fees not incurred. We will engage Whitman Land Group, LLC to assist in procurement of
the casements for this project. The fee per parcel is $2,990, which does include title for each property. `rime,
on an hourly basis, has been included with this task lUr BHC coordination with the laud rights agent and the City
regarding the easement procurement, For budgetary purposes, 42 parcels are included for the land rights
acquisition.
C)n the basis, Part VI: Fee Not to Exceed Amount of the original agreement is hereby modified as follows:
Project A — SH 5 Utility Relocations
Contract Amount ($)
Project A - Amendment Revised
Current No.1 Contract
Contract
Design Phase
S1241318
$6,250
$130,568
us
Bidding Phase
$8,288
$4 730
$13,018
z
Construction Phase
S33.151
$10,850
t
$44,001Wiwi
L
subtotal — Final Design
$165,757
$21830
$187,587
Part A: Field Surveys
$24,735
$24,735
Part B: Level "A" SUE
$0
$0
ffi
Pat C: Plat/Field Notes
$129,000
$129,000
I'anrt [): Printing o1'P1ansJSpccs
$1,200
$500
$1,700
Pail F: TxDOT Meetings
$1800
$18,000
F
0
ra
Part F: Lands Rights Agent
$0
$136,080
$136,080
Subtotal m Additional Services
$172,935
$13600
$3099515
Project Grand Total:
$3381692
$158,410
$497,102
if ibis Amendment No. 1 to our original agreement dated April 13,2021 meets with your approval, please ttavc
one set executed for the City of Anna and an additional executed and returned to our nfiic;e. We loi�k forward
to our continued work can this project with you and yotuo staff.
Sincerely,
Cram i14. K rkhoif, P.F.., C.F.M.
AP1'1tt)VED FOR THE C1'1'Y C_1F Al�l�lA,''EXAS
14ir. C;reg Peters, P.E. Director of Public 1F'orks laatc
CITY OF ANNA, TEXAS
RESOLUTION NO. 2021ovk+L
A RESOLUTION OF THE CITY OF ANNA, TE)CAS APPROVING AND AUTHORIZING
THE CITY MANAGER TO EXECUTE A TASK ORDER BY AND BETWEEN THE CITY
OF ANNA, TEXAS AND BIRKHOFF, HENDRICKS, & CARTER, LLC, IN AN AMOUNT
NOT TO EXCEED THREE HUNDRED THIRTY-EIGHT THOUSAND SIX HUNDRED
NINETY-TWO DOLLARS AND ZERO CENTS ($338,692.00) AS SHOWN IN EXHIBIT "A"
ATTACHED HERETO, AND PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the SH 5 Utility Relocation and Improvement Project is shown as a critical Capital
Improvement Project in the City of Anna Community Investment Plan, and;
WHEREAS, relocation of utilities is required for the future widening of State Highway 5, and;
WHEREAS, the proposed utility improvements will improve the water supply and pressure for
the City of Anna and the neighbors and businesses along SH 5 in accordance with the City's
master plans for utilities, and;
WHEREAS, Birl<hoff, Hendricks, &Carter, LLC has provided a task order for engineering design
services, and;
WHEREAS, the project shall be funded through Water and Sanitary Sewer Impact Fees, and;
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
ANNA, TEXAS, THAT:
Section 1. Recitals Incorporated.
The recitals above are incorporated herein as if set forth in full for all purposes.
Section 2. Authorization.
The City Council hereby authorizes the City Manager to execute the task order agreement as
shown in Exhibit "A" attached hereto.
PASSED AND APPROVED by the City Council of the City of Anna, Texas, on this 0A day of
OF A/V'. PPROVED:
Pikeell
,
ATTEST:
Carrie Land, City Secretary
Sao
Mayor
EXHIBIT "/�"
BIRI{HOTF, HI;NDRICI{S &CARTER, L.L.P.
PROFESSIONAL ENGINEERS
t 1910 G1c<nvillo Avc., Sufic G00 UJllet,'fcxes 73243
101R1 rv. amxuoFF, e.E.
OARY C IIF110RICKS, �.G
lOER.CAIITER,P.P.
AIATrI IICKDY, P.E.
ANDR RV? MATH, JR. P.1.'
IOSEPII r. (In A)MY5K1, III, M
oTxEK D. CIIAHEY, P.a
CnAla M. KERN I Ia FP, P.E
Mr. Greg Pclers, P.E.
DireclorofPublic Works
City of Anna
3223 North Powell Parkway
Auna, Texas 75409
Re: General Engineering Scrvices—'Cask Order
SH 5 Utlllty Rclocnllmrs (rcrlsert)
Dear Mr, Pettus:
Phone (214)]li1-7900
June 18, 2020
mvtv.hhcllp.com
In accordance with your request and our existing generol engineering services agrccnrcnt, we arc
pleased to submit This General ScrvicesTaskOrderletterforservicesrelated to Iheprepmntior ofplans)
specifications, bidding documents and contract ndministration for the:
Relocations of nvntcr rf�Ir�.a�tlr�l�ltl�rr g of Stntc Hglnvny 5
Pro ect A•
Z
the Collin County Outer Loop 411312021 City
FM 455 Council Agenda Item
approval
From: PM 455
To: Grayson County Line
GENERAL PROJECT DESCRIPTION
Prepmo pions spccificotions and bidding documents; turd provide cousquclion contract
administration for the required water and wastewater relocolions to accommodate the Texas
Department of Transportation's Stale Highway 5 Paving and Drainage Improvemonls Project.
Based ou schematic layout of the State Highway 5 widening, we have estimated the required water
and server relocations us follows:
i0P&FImI SIb ACECIVellnrtt Finn � Derlrr DrcLllour-DNfa•Oufgur 7UPLSFflm 10a118�a0
I�1o13 m.<Ir.1..nN11).\l.,itQ„6<Wrhn1,.l.a.4Na\ t.Je+J,n,cui� au\.+blefe, rar.0 rv<.•<at.,,4,/ Jn.
Mr. Greg reter•s
Ge116eal Services Tasic Order: SH 5 Utility Relocations (revised)
June 18, 2020 4113/2021 City
rage 2 of 1 I Council Agenda Item
Annrnval
Pro ect A
A. Relocation of the existing 10-inch water• line generally along the east side of SH 5 from the
Cunningham Drive l0 Ace) 5-feet south of FM 455.
B. Relocation of a 2-inch water• line constructed generally along the west side of State Highway
5 just north of the Collin County Outer Loop to FM 455 be replaced with a 12-111ch water line
C. One (1)124nch sanitary sewer crossing under State Highway 5.
D. Relocation of 6-Inch sanitary sewer line serving it portion of the west side of State Highway
5 (being replaced with an 8-inch)
E. Relocation of an existing 8-inch water line along the east side of SH 5 fiom north of the
Coyote Den to 511' Street
F. Relocation of existing 8-inch water line crossing under SH 5 in steel encasement
(�. Relocation of existing 12-itrch wate line crossing under SH 5 in steel encasement
H. Relocation of existing 8-inch water line along the west side of SH 5. Limits are from the
Powell ground storage tonic to the City's public Works building. The itemized opinion of
probable construction costs includes installing the new line as a l6-inch water line, which is
in compliance with the City's adopted masterplan
I. Relocation of the existing 15411ch sanitary sewer line along the east side of SH 5
J. Relocation of the existing 8-inch water line that serves the residential development on the
west side of SH 5, north of Rosamond
I{. Relocation of axisting ch force main from the sweetwater lilt station. Itemized opinion
of probable construction cost includes over -sized steel encasement for ti►ture replacement of
the force main
L, Relocation of existing 12-inch water line crossing SH 5
M. Relocation of existing 8-inch water line crossing SI-i 5
N. Relocation of a portion of the City's 12-inch water supply line from the COMA line to the
west and powell well sites
Texas Anrerlcne Prrblie iYorlrs Assaclnlloe 2010 Alvnrrlae
Tsnvirauaenlrr! ProJecl oflbe Year S10 - $100 Million
1:\7015 tontdeWnipV017 th5 v111Iry nletedom4eHudreNtedUh S Ylllity reb<ndon+•lak wdoriuJon famul oa�am¢n4evl+<d.dxr
rl,71r rszs
reins
Mt'. Greg Pctcrs
General Services Task Order; SH 5 Utility Relocations (revised)
June 18, 2020
Page 3 of 1 l
The preliminary project layout was evaluated based on the preliminary schematic with profile
published by TxDOT, As of the date of this task authorization, we have not received the Subsurface
Utility Evaluation (SUE) for this project. An additional 12-inch water line crossing was evaluated at
the intersection of FM 455 and SH 5, Based on the record drawings provided to its and the preliminary
schematic, the water line will not be in conflict as it has over 7-feet of cover from the proposed grade
of the roadaway.
A ProjectLocation Map identifying these expected utility relocations marked "Exhibit A" is attached
hercto and made it part of this Task Order.
Based on our understanding of the project requirements, our opinion of probable project budget is
summarized below:
..: ..::. :.....:..:.....:.,,:.,: •...... • ., . .
Pi�e]lminni'y
': SIk 5. Utilit
F. ,��I;S,Utiltty
; SFI 5 Utility.
,: ,
3✓ngmcorug:
Reocatlons`
Itrlocntigns;'
Roloentlons..:
;:.
:,......•:.•,t: ::::: ;':;,:;;
:Report
><'rnjectA
P►ojectB;0
`>otal
Opinion of Probable Construction
Cost
$l 780 422
$3 487 892
$5 268 314
Quality Control Material Testing
4
$87197
$131707
Basic Engineering and Additional
Services
$24 500
$3389692
$478 013
$841 205
Estimated Land Rights Acquisitions
$176 895
$308 287
$485 182
Total Project Budget
$G 72G 408
4/7 3/2021 Clty
A copy of our itemized opinion of cost (s attached as Appendix A for reference only. Connell Agenda Item
approval
TcensAnterlemr Pnh/!c {Vor/rsAssocindou 2010�1rvnrdee
Envlronnreulal ProJecf of the Yem' $10 - $]00 Mlflion
I:,7015 toeW<v�mffi017 fh5 milky retoutlm+4evl¢MevL<daA 5 mlllq rtloeYlam dal wdiatudon fanmu�emeA.m+iuddocs rCXQB
rL in rJ26
Mr, Greg Peters
General Services Task Order, SH S Utility Relocations (revised)
Jtine. 18, 2020
Page 4 of 11
SCOPE of sl?RVICCS � Alreadycomplete
Part 1: Preliminary Engineering [report (Project A S B)
Pecpnre a prcliminau•y engineering letter report that confirms the alignnrenl and sizes of the proposed
relocations based on the currently available and TxDOT Imnished S1I S righkof--way strip reap and
"plans adequate for utility relocations". Prepare an updated project budget, summary of required land
ri fits fls wellns_Vo1etd;tl�ii�i imia4cjoli yNit o tl cicgpii: i i�t ,,ibvl)w 11s,�—. -.--Y- _�
Y V Y Y
Part Ira. Preparation of Plans, Specifications, Bidding Documents and Construction Contract
Administration (Applies to both Project A and Project B)
Based on the findings in Part I above, preparation of conshuction plans, specifications, bidding phase
services and construction administration phase services for the following,
A. Construction Plan -Profile Sheets prepared at a scale of not less than 1"=20'.
B. Standard Details,
C.
Special Details. 4/13/2021 City
Council Agenda Item
D. Cover Sheet, Location Map and Sheet Index, approval for Project
E. Submittals to State Regulatory Agencies, as required. A only
F, Preparation of Texas Department of Transportation permits, as required.
G. Coordination with other Franchise Utility companies,
II. 2-Design review meetings.
I. Opinion of Probable Construction Estimate,
J. Preparation of Specifications and Contract Documents,
IC, Assist in procuring geotechnical engineering information or reports as the project
requirements dictate.
L, Printing of preliminary plans and specifications for review by the City.
Bidding Phase
A. Assist the City staff in advertising for bids. This will include e-mailing "Notice to
Contractors" to contractors experienced in this type of conshuction. City will have
Notice published in local newspaper.
B. Sell bidding documents to potential bidders and their suppliers and other parties.
Texas Anrerlcan Pubtle Works Assuclallau 2010 Arvardee
Errvironnrenial prnfecl of the Year $10 - $100 Million
1.V015 amilcv�innU017 AS uliliry 6011111Y td3ra10n9 431%4LOwhn1e11 ronIt 1g1em1ntt W trJ1K4 Texas
rn7,r rssh
MY. Greg Peters
General Se►viees Task Order: SH 5 Utility Relocations (revised)
June 18, 2020
Page 5 of 11
C. P►•ovide bidding documents to City of Anna, bodge Repot•ts, and two other• parties
requested by the City.
D. Assist during"opening ofbids and provide bidding tally sheets.
B. Provide bid tabulation to City and contractors who submitted bids.
F. Obtain the following information frotri the biddetst
1. Past work history.
2. Physical resources to produce the project.
Cr, Formulate opinion from information received and provide the City a summary of the
opinion for their• use in selection and award of the construction contract.
H, After award of contract, furnish ten sets of prints of the final plans, specifications
and contract documents to the City for construction use by the City and Contractor.
Construction PI►ase
A. Attend apre-constuction conference, includingprepating an agenda.
B. Attend coordination meetings with contractor, quality control personnel, and City
representatives to discuss strategy, problem areas, progress, and any required
coordination.
C. Review shop drawings and other submittal information, which the Contractor
submits. This review is for the benefit of the Owner and covers only general
conformance with information given by the Contract Documents. The contractor is
to review and stamp their approval on submittals prior to submitting to the Engineer.
Review by the Engineer does not relieve the Contractor of any responsibilities, safety
measures or the necessity to construct a complete and workable facility in accordance
with the Contract Documents.
D. Provide written responses to requests for information or clarification to City or
Contractor.
B. Prepare and process routine change orders for this project as they pertain to the
original scope ofwork.
F. Malce periodio site visits during construction as the project ►•equirements diotate,
Minimum of one project site visit per mohtlr.
TexasAmertean Pnbtic iVorlrsAssoclallon 2010A►Vnr�lee
Env6onniealal Project of►he Yeal•.81 D - ffi100 Mt!lto�i
1.g7013 touldeWned10I7,hS ullpyrtlocutxi4cilad4avhtdWi! Wlliry ttlanion+•luic r,MMrindon fermi iytmitntr<vhtddaa �•eXR3
FlV"au
Mr. Greg Peters
General Services Task Order: SH 5 Utility Relocations (revlsed)
June 18, 2020
Page 6 of 11
G. Review monthly pay request from information obtained in the field.
H. Accompany the City during their final inspection of the project.
I. Recommend final acceptance of work based on information from the on -site
representative.
J. Prepare Record Drawings. Utilizing on -site representative and Contractor
construction record information, consultant will prepare one set of 22"x 34"
reproducible record drawings on mylarand one set of electronic image files in Adobe
Acrobat file format and ACAD.dwg file format.
Part III: Additional Services fAnniics to P►'otects A and $
A. Design, Property and Construction Surveys.
B. revel V' Sub -surface Utility Engineering (SUB) of existing utilities, in particular
at the 41" and 5°i Sheet water line crossings shown on TxDOT's SUE.
C. Preparation of Plat and Field Note Descriptions for expected water line easements
requited. Eighty-two (82) easement descriptions are included for the purpose of
establishing a budget for this phase of work.
D. Printing of final plans and specifications for distribution to prospective bidders and
the successful contractor.
B. Attend Texas Department of Transportation Utility Coordination Meetings (6
meetings for Project A, 4 Meeting for Project B) and assist with preparation of utility
agreements as required.
Part IV: T;xciusions (Applies fo Protects A and Bl
The intent of this scope of services is to include only the services specifically listed herein
and none others. Services specifically excluded from this scope of services include, but
are not necessarily limited to the following:
A. Environmental impact statements and assessments
B. Fees for permits or advertising
C. Certification that work is in accordance with plans and specifications
D. Environmental cleanup
Texas
American Public Works Assoclndon ZDIOA►vardee
Envtt onuientat PA# aject gJ'Uie Year• $!0 - $100 Mtlltorr
117013 teatderluvH11011 tTSvllllty rafartta�he����d+t�ileMh S oUlity rdxt0ent•wkaulhofiLta� fann�t �yeimrol.rcrluddoex 7'efiQS
Fhm P526
Mr. Greg Peters
General Services Task Order: SH 5 Utility Relocations (revised)
Jtine 18, 2020
Page 7 of I I
F. Landscape architecture
F. Flood plain reclamation plans
G. Trench safety designs
H. Quality control and testing services during construction
T. Services in connection with condemnation hearings
J. Phasing of Conhactor•'s work
K. On -site safety precautions, programs and responsibility
L. Consulting services by others not included in proposal
M. Revisions and/or change orders as a result of revisions after completion of original
design (unless to correct error on plans)
N. Traffic engineering report or study
O. Title searches
P. Fiduciary responsibility to the City
TsrasAnrwicar PnGNc Worlrs Associnitou 2010 Arvur�lee
Euvlrwmre�da►Project aj'Ihe Yenr• $10 - $lOOMilliar
N10IS eoMdalrmrtl017 SAS of Iiq nianlom4eW<dveN+tMh S uilllly �eloeniani.lut �uh«lu�lau foneq,premeM�nieetdxl %CCpS
FYrm rsss
Mr. Greg Peters
General Services Task Order; SH 5 Utility Relocations (revlserl)
June 18, 2020
Page 8 of I I
Part V: COMPLETION SCHEDULE
Completion schedule is entirely dependent on which portions of the contract are
executed, It is our understanding that the City may or may not phase this project.
Part VI: SEE NOT TO EXCEEA AMOUNT
Part A � Basic Servlces
Payment for Part I and Part 11- Basic Services described under Preliminary Engineering Report and
Design, Bidding and Construction Contract Administration, shall be on a Lump Sum Basis in the
following Amounts:
Pro ect A
Pro ect B
Total
Part I- Preliminary
En ineerin Report
$24 500
$24 500
Part 11 - Design Phase
$124 318
$247 253
$371 571
Part II - Bidding Phase
$8 288
$9 046
$17 334
Part 11 - Construction Phase
$33 151
$45 229
$78 380
Total Basic Services
Lump Sum Fee
$165757
$301528
$491785
Part B � Additional Services
For the Additional Services described in Part III we propose to be compensated on a salary cost basis
times a multiplier of 2.41, with expenses at actual invoice cost times 1.15. The two man survey crew
will be billed at a crew rate of $175 per hour. Automobile mileage for special services will be
invoiced at $0.55 per mile.
We suggest you budget approximately $349,20 in the following amounts for• Part B Additional
Service for this project;
Tarns Anrerlcnn Pnbltc Works AssorinJion 2010 Arvnrrlee
�nvA•onrnemaJ Pf ofecl of/he Yenr $10 - $700 Million
I:V013 tonWtYtanedtON+LS ml0qukmiau4nlxQv�M+tduD S utliky retonllon+•Iut+uQorh+Uo. (Door oy<emulxevL+ddx+ •/'CXtht
Flrnf P526
Mr. Greg Peters
General Services Trisk Order: SH 5 Utility Relocations (revlaedJ
Juno18,2020
Puge 9 or 11
Project A
Pr•oIce( B
Total
A. Design and Boundary
Surveys
$24 735
$39 285
$64 020
B. Level "A" SUIT
$10 000
$10,000
C. Preparation of Plat and
Field Note Descriptions
82
$129,000
$117000F$3491420
D. Printing of Plans &
Specifications
$1200
$11200
L. FrxDOT Utility
Coordination Mcclin gs
$18 000
MGM
f'olnl AddltionnlService
Nat to Exceed Amount
$172 935
$176 485
Tcxns Bonr•d of Prafcssionnl Lmul Suuvcying Cmrtnet Lifmnnutimt
Recipients of professional land surveying services under this agreement may direct compinints
regrading such services to the Texas Board of Professional and Land Surveying, 12100 Park 35 Circle,
II iilding A, Suite 156, MC 230, Austin, TX 78753, Phone (S12) 239-5263, Pax (512) 239-5253,
]f this Gcncral Cnglaccring Services Agreement Trask Order Hotels wiliuyoar opprovnl, please sign and
return one set to our office along with your directive to proceed. 1Ve look fotivnrd to working with you
on lltis imporlunl project for Ilre City of Anna and are ovailnble to discuss this task further nl your
convenience.
Sincerely yours,
Craig M. Kcrkhoff, P.G•, C.P.M.
APPI);OVTD�FO,It TIi); CI'CY OI' ANNA,
City Mnnngcr•
Tarnri6rredrrm Public tVorksArrocfnrlon7Ul0Au�nrrfcc
L•nvironxrcurnl Prnfcrro/nc� YearS1U-$lUfl AJII!!nn
roms,m�•,..:unfaac.,:,rx�en..t.a,..i�a,�racn,a.�.t.,.,�.a.a�..a�r..,w.r�"�w..a,:-ra:.. )•anr
f$nn rS16
Y.
1
I
m
+
I
t •.
U
l
it
aIN
too
I
1
'1
r
l II ►;.
tiiirP•-err•+•-- ,�i—.._,r
V 103f021d 3NIl HOlYW
7---- i. II I •f- 1 1177, II !
P3
IMT
HO1tlY1
-- Vj
9 103f08d all" HOlVYI
65,P l� •. ���
3
1/ u
11 fin{ofe.
Zz
I ' N z�3 p C
ap nm
i� 3cNN
It
N
"pd - t
m~aZ ag
'coo--
m
au000m ----
E
It
zet
j
_ d Atom
ii--c 'VYVNgN[NNfi9.
Q - ` \_
am i D
�kZi'i r t•i un
(I ;i a 1 .i
-i a ; Y'
04
I •"
C iW x
' 1'
�o�ooax�o
F1v
o"
w
�83x8:0@
_
l
0 1�3f021d 3Nf1 H�1tlYi
9
I d'
8 e
L rit
OF Me 01.0
va
{m
IN
IF
el
1 [ W
i30It
aIF
OF; No
�
_ �rC I N ;1 ..�. �o t
(' i ili and s m
y rna� g�
OF
I Z
x I I I ! (.I...0 ooaIL
w Q a
Iwo u U
sz a No i ! I`Bu> O a�
OF NO
o
x Zjo h��0�
i !1 vl it f i' w J4 1 v ag
d N O N � 6LL)-
_ 1
d ONE
0.
OFF
At
H 9
I�
xOF
OFF
FF
F.
o
of {jPF-{ V
L. „i NO!
r--- p No
:j jNO P
;^ NO v if i tti° i1 v HE
OF
. FUPON.i t 'F CL
w
, i vl 3 UPI
OFF) 1 ! f, 3
0 ! iem II ii
IXpeat IL IL
WOO
( N K
a 451
oz3 ti l i o' gig J W W
qo;, aooN0
E pP Nrj
liw t
r/ v�) 4azal Q �p
N 1I.1I Aft
N u { I .1 VI f:1S WFee) J O, If)O UNI
O n
.•. t x m� I� i 0-i0 A
tQ I ! I` 0Ot kn � 0
1
m 1I !: I ii a oOFF
t lI t f�$g
aFeltz. .,{t .9`z{
(#�
1 '
i ice.
Jig
IRS' 1 '}✓� �' Al
fit
It
`1
`st—
G �— S r I 1
in J i gZi
o I I "Ki 1 13
ij WIN
gill
All
'AJ
?.
tt�
A fit
tie
NO
rt t Milt
it i. i c
U
e—
,^
'>: -' Soo
i,2S 41 All
'iK IL if 13,
fH
—�v —
o —
;\ N A
1p
� t ail N
s=_a¢
sm
�
Irliti
i
1 �
� 1
i
I \ ^N Z
_x 4Z s
—N OLL
�'• UQ
SPIN,
o N S e
i�a
1 i U i O
I W MINN
allot I
lei E
0
O d4
NINE
CION
41 It
! ! i
i -IILA
It
j I r io irg) „1 i
� Nil
N OfOp N' pp� N� O N; nO� �0 � Q
INC
filli�
i WEgg
�
AltI o o
- W "a
fir
%s' !' Air aiip
' cr
',
{ A $n III
j & ,NIs ufill
b
NJ
Inex
0 all
o
.�.
pgc
• ' 1 7
i`. io
JOANUNNIT
i j I ' ;� '� ya;Not
.
' ; 1
oil
Ng q
i og
q'.t
088 08
=s_
�S'd88
III
h
a p „
�06� .� :.I 1 i I t.• ` �
d1:
1 to
wo
Go NCO
0 IN CC
Ca CNIC'.
t 1 (!� Iie a _p �a
m-nII.O�j, N it �Wjt
Ii MCC,t! c5 •t� 1` 3 a a it F t w c o�tz Q� L
I I I 1 ;jtr NCL9L w o b
j`19 a J'{ d Lj W N o a
FIN
•{5� `_ _ F NON a� V
0
VP •jy -' 1 ;�J'.h4 � �� 1t 1.-, •.�15 Hlb'3 w J pLaNmJ-o o � N C3
1 -r
1r.IL
1
IC
COX1I All
°u
If LN C.iYkP y�
aglaflel
_ If
DAP
qu
z,,41 I'll
1 W zL
In 0
SSNJ
n a 0;iiaf No if
;l ��zo
cIN
c F
W
u o 33 d
W00 a W
Ix
NI
.. - Dull,If
1 lx
IS•L :52 I(m;- N Y 3a�r. �?7t3� {t{ior
INC
ri
n.
ri
coon
0 CAP
J Wall,;i j t37 9
441" a low "Ill
MINI
* 1 COON'[.�Hly.3..NC)LZJCIA oo
Ak IF)
%j''"%' ail' f'= ''g
s- 3too
>
Ir No tot;
�r'/ U I
OWN
Ste'�.l i._ _ _ ._.._
qs Out OM
Le
to
At,to . Yf•_
o'tot
a
I . lot
!' j { g ;
too too! CK
j I'A o
00
ofof
. iIfis HIP 51A
{
� I
to
Lot i
it 111
�. VIV' I I
too a
r
..._..&_.._[,
I i tw „'is out'M
HVT
�I ea' ,co f
I isi�iiN ,-
1 1 1\ I I O
F s i
;$
W. r,�
Itl lit
_ s�_---'15 Hlb'MFIN It
dome Imm"O
�S IH
a a { f
too
061
DIS
I ; yea i
(, j"9WNW
...
not ! {
uw j s
to
Ci
i
aL Lot.
6 I I Ld
off, i
'til
€ i
! Lot" (. ! sW
- o
o ' o
�r
� 4 ! It
i i
lot
UGfir." 1', W'
.i Ftoo
asgo, .w All. me
aL
FaFpS 1 j .! i — „w�
N„„ .• ,:
IC
W W,y •Zi
4 1 l t
"orb
= ed�
14,
o�oi, _
s _WAS
%I
W i
f 4
i 3
y
! a snot
`
w
o
III p
i
BIRKnvr r nENDRICKS & CARTER, L.L.P.
PROFESSIONAL ENGINEERS
11910 Greenville Ave., Suite 600 Dallas, Texas 75243
JOHN W. BIRKIiOFF, P.E.
GARY C. HENDRICKS, P.E.
JOE R. CARTER, P.E.
MATT HICKEY, P.E.
ANDREW MATA, JR., P.E.
DEREK B. CHANEY, P.E
CRAIG M. KERKHOFF, P.E.
JUSTIN IVY. P.E.
Mr. Greg Peters, P.E.
Director of Public Works
City of Anna
3223 North Powell Parkway
Anna, Texas 75409
Re: State Highway 5 —Utility Relocations
BHC Job Code 2018-162 (Amendment No. 1)
Dear Mr. Peters:
Phone (214) 361-7900
February 22, 2022
www.bhcllp.com
As you requested, we are pleased to submit Amendment No. 1 to our Engineering Services Agreement with City
of Anna dated April 13, 2021 for the State Highway 5 —Utility Relocations project.
This Amendment No. 1 will separate the plan set into two projects to be bid separately. Project one will be from
FM 455 to County Road 423. Project two will be from County Road 423 to W. Foster Crossing Road. This
amendment covers creating two sets of construction plans and Specifications; additional bidding phase services
and additional construction phase services.
Also included in this amendment is a land rights agent to assist the City in procuring easements for the project
(cost paid to property owners not included). Land rights agents fees will be incurred on a per parcel basis. In
the event an easement is not required for the project upon final alignment approval by TxDOT, the parcel will
not be pursued, and fees not incurred. We will engage Whitman Land Group, LLC to assist in procurement of
the easements for this project. The fee per parcel is $2,990, which does include title for each property. Time,
on an hourly basis, has been included with this task for BHC coordination with the land rights agent and the City
regarding the easement procurement. For budgetary purposes, 42 parcels are included for the land rights
acquisition.
On the basis, Part VI: Fee Not to Exceed Amount of the original agreement is hereby modified as follows:
Project A — SH 5 Utility Relocations
Contract Amount $
Project A - Amendment Revised
Current No.I Contract
Contract
Design Phase $124,318
b ri Bidding Phase $8,288
s a
a Construction Phase $33,151
Subtotal — Final Design $165,757
,� Part A: Field Surveys $24,735
c.
0
Part B: Level "A" SUE $0
Part C: Plat/Field Notes $1291000
Part D: Printing of Plans/Specs $1,200
a Part E: TxDOT Meetings $18,000
0
Part F: Lands Rights Agent $0
b
Subtotal — Additional Services $1729935
Project Grand Total: � $338,692
$130,568
$13,018
$44,001
$1879587
,735
$129,000
$1,700
$183000
$1361080
$309,515
$497,102
If this Amendment No. 1 to our original agreement dated April 13,2021 meets with your approval, please have
one set executed for the City of Anna and an additional executed and returned to our office. We look forward
to our continued work on this project with you and your staff.
APPROVED FOR THE CITY OF ANNA, TEXAS
Mr. Greg Peters, P.E. Director of Public Works
Sincerely,
P
Craig M. erkhoff, P.E., C.F.M.
Date