Loading...
HomeMy WebLinkAboutRes 2023-06-1458 Authorizing City Manager to Execute a Contract with BHC- Engineering Desing- HWY 5 Utility Relocation- Phase 2CITY OF ANNA, TEXAS RESOLUTION NO. )0 3 -0(o-1145$ A RESOLUTION OF THE CITY OF ANNA, TEXAS, AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT FOR PROFESSIONAL SERVICES, IN A FORM APPROVED BY THE CITY ATTORNEY WITH BIRKHOFF, HENDRICKS, & CARTER, LLC, FOR THE ENGINEERING DESIGN RELATED TO THE STATE HIGHWAY 5 UTILITY RELOCATION PROJECT, IN A FORM APPROVED BY THE CITY ATTORNEY PER THE PROPOSAL 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, Birkhoff, Hendricks, & Carter, LLC, were selected as part of the multi- discipline RFQ. 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 of Payment and Funding. That the City Council of the City of Anna hereby authorizes the City Manager to execute a professional service agreement in an amount not to exceed $934,702.00 with Birkhoff, Hendricks, & Carter for the Engineering Design of the Utility Relocations on SH5 between FM 455 and County Road 1106. That funding for the project shall come from the Water and Sewer Impact Fees. PASSED AND APPROVED by the City Council of the City of Anna, Texas on this 13 day of W2023. �J_Uj .l ATTEST: City Secretary, Carrie Land PROFESSIONAL ENGINEERING SERVICES AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Anna, Texas, hereinafter referred to as "City", and Birkhoff, Hendricks & Carter, L.L.P., hereinafter referred to as "Engineer", to be effective from and after the date as provided herein. The City desires to engage the services of the Engineer to complete engineering design provide bidding and construction administration services and provide surveying services for the State Highway 5 Utility Relocations — Phase 2 hereinafter referred to as the "Project"; and the Engineer desires to render such engineering design services for the City under the terms and conditions provided herein. That for and in consideration of the covenants contained herein, and for the mutual benefits to be obtained hereby, the parties hereto agree as follows: I. Employment of the Engineer The City hereby agrees to retain the Engineer to perform professional engineering services in connection with the Project; Engineer agrees to perform such services in accordance with the terms and condition of this Agreement. H. Scope of Services The parties agree that Engineer shall perform such services as expressly set forth and described in Exhibit "A", which is attached hereto and thereby made a part of this Agreement. The parties understand and agree that deviations or modifications, in the form of written changes may be authorized from time to time by the City. Engineer shall have no further obligations or responsibilities for the project except as agreed to in writing. Engineer's services and work product are intended for the sole use and benefit of Client and are not intended to create any third party rights or benefits, or for any use by any other entity or person for any other purpose. Engineer shall perform the professional engineering services with the professional skill and care ordinarily provided by competent engineers practicing in North Central Texas and under the same or similar circumstances and professional license. Professional services shall be performed as expeditiously as is prudent, considering the ordinary professional skill and care of a competent engineer. Professional Services Agreement 2023 Page I of 13 k1-1015 cwder mnt,2023 sh 5 uWiri• Woations - phase 2 engineering services agreement 2023.doa M. Schedule of Work The Engineer agrees to commence services immediately upon execution of this Agreement, and to proceed diligently with said service, except for delays beyond the reasonable control of Engineer. IV. Compensation and Method of Payment The parties agree that Engineer shall be compensated for all services provided pursuant to this Agreement in the amount and manner described and set forth in the Payment Schedule attached hereto as Exhibit `B" and thereby made a part of this Agreement. City agrees to pay invoices upon receipt. Statement for services shall include a line for previous payments, contract amount, and amount due current invoice. V. Information To Be Provided By The City The City agrees to furnish, prior to commencement of work, all information requested by Engineer that is available to the City. VI. Insurance Engineer agrees to procure and maintain for the duration of the contract Professional Liability Insurance ($3,000,000), Worker's Compensation, General Liability and Automobile Insurance. VII.Assignment and Subletting The Engineer agrees that neither this Agreement nor the services to be performed hereunder will be assigned or sublet without the prior written consent of the City. The Engineer further agrees that the assignment or subletting of any portion or feature of the work or materials required in the performance of this Agreement shall not relieve the Engineer from its full obligations to the City as provided by this Agreement. VIII. Contract Termination The parties agree that City or the Engineer shall have the right to terminate this Agreement without cause upon thirty (30) days written notice to the other. In the event of such termination without cause, Engineer shall deliver to City all finished or unfinished documents, data, studies, surveys, drawings, maps, models, reports, photographs or other items prepared by Engineer in connection with this Agreement. Engineer Professional Services Agreement 2023 Page 2 of 13 l:' 7015 contde 4anid023 sh 5 utility relocations - phase 2,eagineering sert9ces agreement 2023.docx shall be entitled to compensation for any and all services completed in accordance with the provisions of this Agreement prior to termination. IX. Engineer's Opinion of Cost The parties recognize and agree that any and all opinions of cost prepared by Engineer in connection with the Project represent the best judgment of Engineer as a design professional familiar with the construction industry, but that the Engineer does not guarantee that bids solicited or received in connection with the Project will not vary from the opinion by the Engineer. X. Construction On projects that include construction, the Owner recognizes that the Contractor and Subcontractors will be solely in control of the Project site and exclusively responsible for construction means, methods, scheduling, sequencing, jobsite safety, safety programs, and compliance with all construction documents and directions from Owner or Building Officials. Construction contracts are between the Client and the Construction Contractor. Consultant shall not be responsible for construction related damages, losses, costs, or claims; except only to the extent caused by Consultant's sole negligence. XI. Ownership of Documents Original drawings, specifications and reports are the property of the Engineer; however, the Project is the property of the City. City shall be furnished with such reproductions of drawings, specifications and reports. Upon completion of the services or any earlier termination of this Agreement under Article VM, Engineer will revise drawings to reflect changes made during construction as reported by the City and contractor, and will furnish the City with one set of construction record drawings in accordance with terms provided in Exhibit "A" — Engineering Services. All deliverables shall be furnished, as an additional service, at any other time requested by the City when such deliverables are available in the Engineer's record keeping system. XH. Complete Contract This Agreement, including the exhibits hereto numbered "A" through "E" constitutes the entire agreement by and between the parties regarding the subject matter hereof, and supersedes all prior or contemporaneous written or oral understanding. This agreement may only be amended, supplemented, modified or canceled by a duly executed written agreement. Professional Services Agreement 2023 Page 3 of M L• : i 015 contdcrtaana 2023 sh5 utilit relocations - phase l engineering services agreement 2021doa XIII. Mailing of Notices Unless instructed otherwise in writing, Engineer agrees that all notices or communications to City permitted or required under this Agreement shall be addressed to City at the following address: Mr. Ryan Henderson Interim City Manager City of Anna 120 W. 7's Street Anna, Texas 75409 City agrees that all notices or communications to Engineer permitted or required under this Agreement shall be addressed to Engineer at the following address: Mr. Craig M. Kerkhoff, P.E., C.F.M. Birkhoff, Hendricks & Carter, L.L.P. 11910 Greenville Ave., #600 Dallas, Texas 75243 Phone: (214) 361-7900 ckerkhoff(@bhcllp.com All notices or communications required to be given in writing by one party or the other shall be considered as having been given to the addressee on the date such notice or communication is posted by the sending party. XIV. Texas Board of Professional Engineers & Land Surveying Contact Information Recipients of professional land surveying services under this agreement may direct complaints regarding such services to the Texas Board of Professional Engineers & Land Surveyors, 1917 South Interstate 35, Austin, Texas 78741, Phone (512) 440-7723. XV. Contract Amendments This Agreement may be amended only by the mutual agreement of the parties expressed in writing. XVI. Effective Date This Agreement shall be effective from and after execution by both parties hereto, with originals in the hand of both parties. Professiolwl Services Agreemenr 2023 Page 4 of 13 1: 70I5 coatdmvmi'3033 sh 3 uWih Mout;uas -ph.. l-emm.ciq series eFe.ftt 209.doa WITNESS OUR HANDS AND SEALS on the date indicated below. CITY OF ANNA, TEXAS A Texas Home -Rule Municipal Corporation By: Date: ATTEST BIRKHOFF, HENDRICKS & CARTER, L.L.P. A Texas Limited Liability Partnership Texas Board of Professional Engineers & Land Surveyors Engineering Firm No. 526 Land Surveying Firm No. 100318-06 By. '00�- �.n V, Craig M. Kerkhoff, P.E., C.F.M. Date: GI / L71 L 3 eovannG i2ubid , t7e�u-+� c,+� 3 f </ Professional Services Agreement 2023 Page 5 of 13 1 MIS mmd"%m.U023 A 5 miliry M.C"om-PhW Zkt.& m , ewvicn.yrcwnrnl 2023.d. EXHIBIT "A" ENGINEERING SERVICES State Highway 5 Utility Relocations — Phase 2 The project generally consists of the design, bidding and construction administration for the required water and wastewater utility relocations to accommodate the Texas Department of Transportation's State Highway 5 Paving and Drainage Improvements Project from FM 455 to CR 373. Based on the schematic layout of the State Highway 5 widening and ROW acquisition, we have estimated the water and sanitary sewer relocation (shown on Exhibit D) as follows: A. Relocation of an existing 8-inch water line along the east side of SH 5 from north of the Coyote Den to 4 h Street B. Relocation of existing 8-inch water line crossing under SH 5 in steel encasement C. Relocation of existing 12-inch wate line crossing under SH 5 in steel encasement D. Relocation of existing 8-inch water line along the west side of SH 5. Limits are from the Powell ground storage tank to the City's public works building. The itemized opinion of probable construction costs includes installing the new line as a 16-inch water line, which is in compliance with the City's adopted masterplan E. Relocation of the existing 15-inch sanitary sewer line along the east side of SH 5. This line will be evaluated to attempt to remain in service. Design services are included to relocate the line, however easement acquisition to remove it from TxDOT is unlikely due to the DART ROW immediately adjacent to the east. F. Relocation of the existing 8-inch water line that serves the residential. development on the west side of SH 5, north of Rosamond G. Relocation of existing 3-inch force main from the sweetwater lift station. Itemized opinion of probable construction cost includes over -sized steel encasement for future replacement of the force main H. Relocation of existing 12-inch water line crossing SH 5 I. Relocation of existing 8-inch water line crossing SH 5, to be replaced with a 12-inch water line. J. Relocation of a portion of the City's 12-inch water supply line from the CGMA line to the west and powell well sites Included in the design task will be the design of a single water, with the size as called for on the City's adopted masterplan. A water line size other than the masterplan shall be directed by the City prior to the 60% plan submittal. Opinion of Probable Construction Costs are included for each of the projects in Exhibit E. Due to the varying land rights acquisition possibilities with this project, the fees associated with deed research, plat and field notes, permission to survey requests, title research and easement acquisition have been separated. In the occurrence of the full land rights for the project not being required, the associated tasks for those efforts will not be utilized or billed to the City. If land rights direction from the City and access allow, DAS Geospatial may be used to supplement the field survey task. Subsurface utility locates are included as an additional service task. For budgetary purposes, we have included ten (10) utility locates with this project. Effort with regards to communication with entities other than the City or TxDOT will be performed under the Coordination task. Professional Services Agreement 2023 Page 6 of 13 L%7013 contdec`=i,2023 sh 5 utilm- relocation - phase lengineering services agreement 2023.docx Part I: Design 1. Prepare Plan Sheets at a scale of not less than 1 "=20' for the 8-inch water lines. 2. Prepare Plan -Profile Sheets at a scale of not less than 1 "=20' for the approximate for water lines 12-inches and larger, and sanitary sewer lines 8-inches and larger. 3. Prepare standard construction details. 4. Prepare Coordinate Control Plans with benchmarks 5. Prepare Cover Sheet, Location Map and Sheet Index. 6. Attend two design review meeting with City Staff. 7. Submit sets of 30%, 60% and 90% review plans for City review. All submittals shall be via electronic file format (Adobe Acrobat file format or equal) 8. Prepare Opinion of Probable Construction Estimate at 60% and 90% plan submittals 9. Prepare Bid schedule, specifications and contract documents using NCTCOG Standard Specifications as the base. 10. Submittals to State Regulatory Agencies, as required 11. Prepare Signed and Sealed Construction Plans. 12. Prepare final bid documents including bid proposal forms, construction contract documents, construction plans and technical specifications. Part H: Bidding Phase: 1. The City will publish notices in the newspaper recognized by the City Council as the official newspaper for the City of Anna. BHC will post the plans for bid adverstisement on Civcast. 2. The Engineer will answer online questions in order submitted, in addition the Engineer will prepare addenda to modify the plans and specifications. Questions must be submitted by potential bidders a minimum of 72-hours before the bid opening. All addenda shall be posted a minimum of 24-hours before the bid opening. 3. Assist during opening of bids and provide bid tabulation sheets. 4. Complete cursory review of bid documents to determine that the bid includes all sheets of the Engineer's office original file set. 5. Obtain experience record and references from the apparent low bidder. Check references of apparent low bidder. Professional Services Agreement 2023 Page 7 of 13 1 `.7015 contdev'4= 2023 sh 5 uWitr relocations - phase 2'4ngineesiax services agreement 2023_dom 6. Formulate opinion from information received and provide a letter of recommendation for award of a construction contract. Bid tabulation summary sheets will also be sent to the City. Part III: Construction Phase 1. After award of contract, furnish six (6) sets of 11" x 17" final plans, specifications and contract documents to the City for construction use by the City and Contractor. 2. Attend the Pre -Construction Conference, including preparing an agenda. 3. Attend coordination meetings with contractor, quality control personnel, and City representatives as required to discuss strategy, problem areas, progress, and other coordination matters (9 meetings are included). 4. 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 stated 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. Review of shop drawings will be completed by review of electronic PDF Ries provided by the Contractor. 5. Provide written responses to requests for information or clarification to City or Contractor. Responses will be in electronic format. 6. Prepare and process routine change orders for this project as they pertain to the original scope of work. Transmittal will be electronically and will include construction plan sheet changes. 7. Make periodic site visits during construction as the project requirements dictate. Minimum of one project site visit per month. 8. Prepare monthly pay request from information obtained from Contractor and/or City Inspector, and prepare pay request along with letter of recommendation for payment. Pay requests will be transmitted electronically. 9. Accompany the City during their final inspection of the project. Prepare City's punch list and transmit it electronically. 10. Prepare Record drawing utilizing information from the contractor and on -site representative. Record drawings will be transmitted electronically in PDF format. Professional Services Agreement 2023 Page 8 of 13 k%7015 contder4=0023 sh 5 Win• relocation - phase'lengineering senices agreement 2023.doex Part IV: Additional Services 1. Field survey to locate existing facilities and topographic information for proposed facilities. Boundary survey for proposed easement acquisition. 2. Preparation of Plat and Field Note Descriptions for easements required. Thirty-nine (39) easement descriptions are included for the purpose of establishing a budget for this work. 3. Sub -surface utility locates of existing utilities. For budgeting purposes, ten (10) locates are included in the recommended budget. 4. Coordination with parties other than the City of Anna or TxDOT 5. TxDOT Coordination & Utility Reimbursement Agreement 6. Deed research. Thirty-nine (39) properties are included for the purpose of establishing a budget for this work. 7. Permission to Survey utilizing the Land Rights agent to make contact with each property owner. Thirty-nine (39) properties are included for the purpose of establishing a budget for this work. 8. Title Research by Land Rights agent. Thirty-nine (39) properties are included for the purpose of establishing a budget for this work. 9. Easement acquisition by Land Rights agent (does not include cost for easement paid to property owner or appraisal costs). Thirty-nine (39) easements are included for the purpose of establishing a budget for this work. 10. Printing of three (3) sets of final plans and specifications for distribution to the successful contractor. 11. Prepare Record Drawings and submit electronically (PDF) to City. Professional Semices Agreement 2023 Page 9 of 13 l:MI S contdWAzntI023 sh S utilityrelocations - Phase 2'en&eerimg services agreement 2023_d= Part V: Terms and Conditions For Electronic File Transfers Electronic files are transmitted on the terms and conditions below: By opening, accessing, copying or otherwise using the transmitted electronic files, these terms and conditions are accepted by the user. A. The electronic files are compatible with the following software packages operating on - a PC using Windows operating systems: • Autocad Civil 3D 2022, Civil 3D 2017 • Innovyse InfoWater Pro 3.0 with ESRI Arc Pro 2.7 • Innovyze InfoSewer Pro 7.6 with ESRI Arc Map 10.4 • ESRI 10.4 • MS Office 365 • Bluebeam Revu (PDF) Ver 10 - Ver 2020 B. Birkhoff, Hendricks & Carter, L.L.P. makes no warranty as to the compatibility of these files beyond the specified release of the above stated software. C. Because data stored on electronic media can deteriorate undetected or be modified, Birkhoff, Hendricks & Carter, L.L.P. will not be held liable for completeness or correctness of electronic media. D. The electronic files are instruments of our service. Where there is a conflict between the hard copy drawings and the electronic files, Birkhoff, Hendricks & Carter, L.L.P.'s hard copy file will govern in all cases. E. Electronic files may only be modified in accordance with the Texas Engineering Practice Act for modifying another Engineer's design. Professional Semices Agreement 2023 Page 10 of 13 L%701 S eontder mnt2023 sh S utility reloations - phase l engtHering services agreemew =3.doac Part VI: Exclusions 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. Certification that work is in accordance with plans and specifications. B. Consulting services by others not included in Scope of Services. C. Contractor's means and methods. D. Environmental cleanup. E. Environmental impact statements and assessments. F. Fees for permits. G. Fees for publicly advertising the construction project. H. Fiduciary responsibility to the Client. I. On -site construction safety precautions, programs and responsibility (Contractor's responsibility). I Phasing of Contractor's work. K. Quality control and testing services during construction. L. Revisions and/or change orders as a result of revisions after completion of original design (unless to correct error on plans). A Services in connection with condemnation hearings. N. Traffic engineering study or reports. O. Trench safety designs. P. Utility relocations or extensions Q. Wetlands determination Professional Services Agreement 2023 Page 11 of 13 1.1-701 5 coatdWaaaa 2023 sh 5 utility relocations - phase 2',eagiaeering services aM=eat 2023.d= EXHIBIT "B" COMPLETION SCHEDULE Notice to Proceed......................................................................... May 16, 2023 Permission to Survey Requests (PTS).......................................... May 30, 2023 * Begin Field Surveys..................................................................... June 30, 2023 Complete Field Surveys............................................................... September 29, 2023 Submit Preliminary Plans to City for Review .............................. November 17, 2023 Receive Review Comments from City ......................................... December 1, 2023 Plat and Field Notes completed .................................................... January 19, 2023 Complete Final Plans................................................................... March 15, 2023 Advertise Project.......................................................................... pending easement acquisition Construction................................................................................. 12 Months *All dates following Pei -mission to Survey date listed are based on the assumption that all permission to surveys can be obtained in 30 days. Professional Services Agreement 2023 Page 12 of 13 L%701 5 contdW4= 2023 sh 5 utility relocations - phase I -engineering services agreement 2023_doac EXHIBIT "C" PAYMENT SCHEDULE Payment for engineering services described under Parts I, II, and III shall be based on a lump sum amount of $475,043. The following is a summary of the estimated charges for the lump sum elements of the proposed services: Engineering Design............................................................. $395,711 Bidding Services..................................................................... $8,076 Construction Administration................................................. $719256 Payment for Additional Services described under Part IV shall be on the basis of salary cost times a multiplier of 2.45 for time expended on the task. Field survey crew shall be based on $185.00 per hour, inclusive of all equipment rentals and software licensing; plus mileage charge at the IRS established rate. Expenses shall be at invoice cost times a multiplier of 1.15. We recommend a budget of $459,659 be established for the hourly or as needed services. The following is a summary of the estimated charges for the as -incurred elements of the proposed services: Field and Boundary Survey ................................................... $%704 Plats and Field Notes (39)...................................................... $97,500 Sub -surface Utility Locates ................................................... $309000 Coordination (GTUA, DART, etc.) .......................................... $29500 TxDOT Coord. & Utility Reimbursement Agrmnt ............... $155000 Deed Research......................................................................... $58,500 Permission to Survey.............................................................. $189330 Title Research.......................................................................... $22,620 Land Rights Agent for Easement Acquisition ...................... $144,105 Printing of plans and specs ...................................................... $19200 Record Drawings..................................................................... $1,200 The maximum overall fee of $934,702 established herein shall not be exceeded without written authorization from the City, based on increased scope of services. Itemized invoices for services shall be submitted not more than once per month and will (include) be accompanied by a monthly progress report. Payment shall be due upon receipt of the invoice. Professional Services Agreement 2023 Page 13 of 13 L-1.7015 cantdec'aaai2023 sh 5 util v relocations - phase 2' engineering services agreement 2023_docx Exhibit E BIRKHOFF, HENDRICKS & CARTER, L.L.P. PROFESSIONAL ENGINEERS Terns Firm F526 Client: City of Anna Project: Pipeline A Project No. CONTDEV ANNA Date: 27-Apr-23 ENGINEER'S OPINION OF CONSTRUCTION COST By: CMK Item \o. Description I Quantity Unit Price Amount 1 Furnish & Install 8-Inch Water Line by Open Cut 1,600 LF $ 80.00 $ 128,000.00 2 Furnish & Install 8-Inch R. S. Gate Valve 3 Ea $ 4.500.00 $ 13,500.00 3 Transfer Existing Water Service Connection to New Water Line 6 Ea $ 1,500.00 $ 9,000.00 4 Connect to Existing Water Line 3 Ea $ 2,500.00 $ 7,500.00 5 Remove and Replace Concrete Pavement 70 SY $ 150.00 $ 10.500.00 6 Remove and Replace Gravel Pavement 200 SY $ 80.00 $ 16,000.00 7 Furnish Storm Water Pollution Prevention Plan 1 LS $ 2,500.00 $ 2,500.00 8 Desi n Trench Safety Plan 1 LS $ 2,500.00 $ 2,500.00 9 Furnish & Install Trench Safety System 1,600 LF $ 5.00 $ 8,000.00 10 Furnish, Install, Maintain & Remove Erosion Control Measures 1,600 LF $ 2.50 $ 4,000.00 11 Furnish, Install and Maintain H dromulch Seeding 3,556 SY $ 2.00 $ 7,111.11 Construction Subtotal: $ 208,611.11 Contingencies and Miscellaneous Items 15% $ 31,291.67 Construction Total: $ 239,902.78 Land Rights Acquisition 32.000 SF S 0.75 $ 24 000.00 Professional Services (Surveying, Engineering, Bidding & Construction Administration: Quality Control and Materials Testing: 2.50% $ 5,997.57 Estimated Project Total: $ 269,900.35 USE: $ 270,000.00 L:17015 Cowt)t,.A.2023 SH S Utdm Mommm rh.*: kdem=e COYMFV Avon E,r m S Qu..my Sheet xb page I Of I BIRKHOFF, HENDRICKS & CARTER, L.L.P. PROFESSIONAL ENGINEERS Terns Firm FS26 Client: City of Anna Project: Pipeline Project No. CONTDEV ANNA Date: 27-Apr-23 ENGINEER'S OPINION OF CONSTRUCTION COST By: CNM Item No. I Description I Quantir IInit Price Amount 1 Furnish & Install 8-Inch Water Line by Open Cut 40 LF $ 80.00 $ 3,200.00 2 Furnish & Install 8-inch Water Line w/ 14-inch Steel Encasement Pie 1/4" thick by Other Than Open Cut 140 LF $ 550.00 $ 77,000.00 3 Furnish & Install 8-Inch R. S. Gate Valve 2 Ea $ 4,500.00 $ 9,000.00 4 lConnect to Existing Water Line 2 Ea $ 2,500.00 $ 5,000.00 5 Furnish Storm Water Pollution Prevention Plan 1 LS $ 2,500.00 $ 2,500.00 8 Furnish, Install Maintain & Remove Erosion Control Measures 40 LF $ 2.50 $ 100,00 9 Furnish, Implement & Maintain Traffic Control Plan 1 LS $ 5,000.00 $ 5,000.00 Construction Subtotal: $ 101,800.00 Contingencies and Miscellaneous Items 15% $ 15,270.00 Construction Total: $ 117 070.00 Land Ri hts Acquisition 0 SF S 0.75 $ - Professional Services (Surveying, Engineering, Bidding & Construction Administration: Quality Control and Materials Testing: 2.50% $ 2,926.75 Estimated Project Total: $ 119,996.75 USE: $ 120,000.00 L:.7015 CootOa A=2023 SH 5 Ut0¢y Rebcamm - PLue: Refuevice CON'MEV Anna Ec to & QvmtmShw. hx Page 1 of 1 BIRKHOFF, HENDRICKS & CARTER, L.L.P. PROFESSIONAL ENGINEERS Texas Firm F526 Client: City of Anna Project: Pipeline C Project No. CONTDEVANNA Date: 27-Apr-23 ENGINEER'S OPINION OF CONSTRUCTION COST By: CNM Item No. I Description Quantity I Unit I Price Amount 1 Furnish & Install 12-Inch Water Line by Open Cut 40 LF $ 100.00 $ 4,000.00 2 Furnish & Install 12-inch Water Line w/ 20-inch Steel Encasement Pie 1/4" thick by Other Than Open Cut 140 LF $ 800.00 $ 112,000.00 3 Furnish & Install 12-Inch R. S. Gate Valve 2 Ea $ 6,500.00 $ 13,000.00 4 Relocate Fire Hydrant Assembly 2 Ea 1 $ 5,000.00 $ 10 000.00 4 Connect to Existing Water Line 2 Ea $ 2,500.00 S 5,000.00 5 Furnish Storm Water Pollution Prevention Plan 1 LS $ 2,500.00 $ 2,500.00 6 Design Trench Safety Plan 1 LS $ 2,500.00 $ 2,500.00 7 Furnish & Install Trench Safety System 40 LF $ 5.00 $ 200.00 8 Furnish, Install, Maintain & Remove Erosion Control Measures 40 LF $ 2.50 $ 100.00 9 Furnish, Implement & Maintain Traffic Control Plan 1 LS $ 5,000.00 $ 5,000.00 Construction Subtotal: $ 154,300.00 ,Contingencies and Miscellaneous Items 15% $ 23,145.00 Construction Total: $ 177,445.00 Land Rights Acquisition 0 SF $ 0.75 $ - Professional Services (Surveying, Engineering, Bidding & Construction Administration: 1 Quality Control and Materials Testing: 2.500o S 4,436.13 Estimated Project Total: $ 181,881.13 USE: $ 182,000.00 L.7015CewD. A. 20BSH5UWA3R.Ioutum-Ph..2P..6!..eCO4TDEVA E,> ,a &Q..MnySh.axlu Pagel of I BIRKHOFF, HENDRICKS & CARTER, L.L.P. PROFESSIONAL ENGINEERS Texas Firm F526 Client: City of Anna Project: Pipeline E Project No. CONTDEVANNA Date: 27-Apr-23 By: ENGINEER'S OPINION OF CONSTRUCTION COST CMK Item No. I Description I Quantity Unit Price Amount 1 Furnish Install -inchani aryewer Line wl Class Embedment b O en Cut 4,100 LF $ 130.00 $ 533,000.00 2 urms nsta lncri Sanitary Sewer Line w -inc Steel Encasement b Other Than O anCut 140 LF $ 800.00 $ 112,000.00 3 Turn nsta -inc arntary ewer me w -mc Steel Encasement by Other Than Open Cut 140 LF $ 725.00 $ 101,500.00 4 5-foot manhole w/ Epoxy Lining System 10 Ea $ 15,000.00 $ 150,000.00 5 Remove and Replace Concrete Pavement 107 SY $ 150.00 $ 16,000.00 6 Furnish Storm Water Pollution Prevention Plan 1 L.S. $ 2,500.00 $ 2,500.00 7 Design Trench Safety Plan 1 L.S. $ 2,500.00 $ 2,500.00 8 ImplementTrenchSafe S stems 4,100 L.F. $ 5.00 $ 20,500.00 9 Furnish, nsta , amtain emove Erosion Control Measures 4,100 L.F. $ 2.50 $ 10,250.00 10 Furnish, Implement & Maintain Traffic Control Plan 1 L.S. $ 2,500.00 $ 250000 11 Furnish, Install and Maintain H dromulch Seeding 9,111 SY $ 2.00 $ 18,222.22 Subtotal: $ 968,972.22 Contingencies and Miscellaneous Items 15% $ 145,345.83 Construction total: $ 1,114,318.05 Land Rights Acquisition 84,800 SF $ 0.75 $ 63,600.00 Professional Services (Surveying, Engineering, Bidding & Construction Administration: Quality Control and Materials Testing: 2.50% $ 27,857.95 Estimated Project Total: 00 $ 1,205,776.L�� I USE: $ 1,206,000.00 L:70l5 COWDa A=2023 SH3L'tdz Rdxmee,-I'have:RefvmceCO\'iDEt'AvaaEn®ateG Qm.t Shw..h. Page I of BIRKHOFF, HENDRICKS & CARTER, L.L.P. PROFESSIONAL ENGINEERS Texas Finn F526 Client: City of Anna Project: Pipeline E Project No. CO\TDEV A'\TA Date: 27-Apr-23 0 ENGINEER'S OPINION OF CONSTRUCTION COST CMK Item\o. I Description Quantity I unit Price Amount 1 Furnish Install -inc ani ary bewer Line w ass Embedment b O en Cut 4,100 LF S 130.00 $ 533,000.00 2 urnis nsta 1 -inc Sanitary Sewer Line w/ 24-inch Encasement b Other Than O en Cut 140 LF S 800.00 $ 112,000.00 -Steel 3 urnis nsta 1 -inc Sanitary Sewer Line w/ 18-inch Steel Encasement by Other Than Open Cut 140 LF $ 725.00 $ 101,500.00 4 5-foot manhole w/ Epoxy Lining System 10 Ea $ 15,000.00 $ 150,000.00 8 Remove and Replace Concrete Pavement 107 SY $ 150.00 $ 16,000.00 10 Furnish Storm Water Pollution Prevention Plan 1 L.S. $ 2,500.00 S 2,500.00 11 Design Trench Safety Plan 1 L.S. $ 2,500.00 S 2,500.00 12 Implement Trench SafetyS stems 4,100 L.F. S 5.00 S 20,500.00 13 Furnish,nsta , aintain emove trosion Control Measures 4,100 L.F. S 2.50 S 10,250.00 14 Furnish, Implement & Maintain Traffic Control Plan 1 L.S. S 2,500.00 S 2,500.00 13 Furnish, Install and Maintain H dromulch Seeding 9,111 SY S 2.00 $ 18,222.22 Subtotal: $ 968,972.22 Contingencies and Miscellaneous Items 15% $ 145,345.83 Construction total: $ 1,114,318.05 Land Rights Acquisition 84,800 SF $ 0.75 $ 63,600.00 Professional Services (Surveying, Engineering, Bidding & Construction Administration: Quality Control and Materials Testing:1 2.50% $ 27,857.95 L==[= Estimated Project Total:1 $ 1,205,776.00 I USE: $ 1,206,000.00 L '+Olt ComDecAma ]0'_t 5H! L't3m Rebcatiev .Phase = P.efrrevice COSiDEB p+„ Emaam & Qm.•tin 5hen.�hx Pogo 1 or 2 BIRKHOFF, HENDRICKS S CARTER, L.L.P. PROFESSIONAL ENGINEERS Terns Firm F526 Client: city o1' Project: Pipelitt, Project No. CONTDEV ANNA Date: 27-Apr-23 BY: CMK ENGINEER'S OPINION OF CONSTRUCTION COST Item No. Description Quantity I unit Price I Amount 1 urnis Install -inc ani ary ewer Line w ass Embedment b O en Cut 3,402 LF S 80.00 S 272,160.00 2 Furnish & Install 8-inc Sanitary Sewer ine w/ 1 -inc Steel Encasement by Other Than Open Cut 100 LF S 400.00 S 40,000.00 3 4-foot manhole w/ Epoxy Lining System 6 Ea $ 12,500.00 S 75,000.00 4 Remove and Replace Concrete Pavement 107 SY S 150.00 S 16,000.00 5 Furnish Storm Water Pollution Prevention Plan 1 L.S. S 2,500.00 S 2,500.00 6 Design Trench Safety Plan 1 L.S. S 2,500.00 S 2,500.00 7 Im lement Trench Safe S stems 3,402 L.F. S 5.00 S 17,010.00 8 urnis nsta I, aintain emove rosion ontrol Measures 3,402 L.F. S 2.50 S 8,505.00 9 Furnish, Implement & Maintain Traffic Control Plan 1 L.S. S 2,500.00 S 2,500.00 10 Furnish, Install and Maintain H dromulch Seeding 7,560 SY S 2.00 $ 15,120.00 Subtotal: $ 451,295.00 Contingencies and Miscellaneous Items 15% S 67,694.25 Construction total: $ 518,989.25 Land Rights Acquisition 68,040 SF S 0.75 $ 51,030.00 Professional Services (Surveying, Engineering, Bidding & Construction Administration: Quality Control and Materials Testing: 2.50% $ 12,974.73 Estimated Project Total: $ 582,993.98 USE: $ 583,000.00 L: 7015 Cont0a A= 2023 SH 5 U1lm. Relouttom -Phme ] Refeze=e CO\—iDEP.Am E,t,mete & Qmmhp Shm xlzx Page l of _' BIRKHOFF, HENDRICKS & CARTER, L.L.P. PROFESSIONAL ENGINEERS Texas Firm F526 Client: City ofAnm Project: Pipeline G Project No. CONTDEVANNA Date: 27-Apr-23 By: ENGINEER'S OPINION OF CONSTRUCTION COST CMK Item No. Description Quantip Unit Price Amount 1 Furnish Install -inc orce Main w -inchee Encasement by Other Than Open Cut 140 LF $ 400.00 $ 56,000.00 2 Connect to Exist Manhole 1 Ea $ 2,500.00 $ 2,500.00 3 Connect to Exist Force Main 1 Ea $ 2,500.00 $ 2,500.00 4 Furnish Storm Water Pollution Prevention Plan 1 L.S. $ 2,500.00 $ 2,500.00 5 B -Pass Pumoinci 1 L.S. $ 20,000.00 $ 20,000.00 6 Furnish, Implement & Maintain Traffic Control Plan 1 L.S. $ 2,500.00 $ 2,500.00 Subtotal: $ 86,000.00 Contingencies and Miscellaneous Items 15% $ 12,900.00 Construction total: $ 98,900.00 Land Rights Acquisition 1,250 SF $ 0.75 $ 937.50 Professional Services (Surveying, Engineering, Bidding & Construction Administration: Quality Control and Materials Testing: 2.50% $ 2,472.50 Estimated Project Total: $ 102,310.00 USE: $ 103 000.00 L 7015 C*=Det-Am'_0.13 SH 5l-tday Rebw w -Pi 2 Refemnm CONMEV A En=te & Qw SL is Page 1 of 2 BIRKHOFF, HENDRICKS & CARTER, L.L.P. PROFESSIONAL ENGINEERS Texas Firm F526 Client: City of Anna Project: Pipeline H Project No. CONTDEV ANNA Date: 27-Apr-23 ENGINEER'S OPINION OF CONSTRUCTION COST By: CMK Item No. Description Quantity I Unit Price Amount 1 Furnish & Install 12-Inch Water Line by Open Cut 40 LF $ 100.00 $ 4,000.00 2 Furnish & Install 12-inch Water Line w/ 20-inch Steel Encasement Pie 1/4" thick by Other Than Open Cut 140 LF $ 800.00 $ 112,000.00 3 Furnish & Install 12-Inch R. S. Gate Valve 2 Ea $ 6,500.00 $ 13,000.00 4 1 Connect to Existing Water Line 2 Ea 1 $ 2,500.00 $ 5,000.00 5 Furnish Storm Water Pollution Prevention Plan 1 LS $ 2,500.00 $ 2,500.00 8 Furnish, Install Maintain & Remove Erosion Control Measures 40 LF $ 2.50 $ 100.00 9 Furnish, Implement & Maintain Traffic Control Plan 1 LS $ 2,500.00 $ 2,500.00 Construction Subtotal: $ 139,100.00 Contingencies and Miscellaneous Items 15% $ 20,865.00 Construction Total: $ 159,965.00 Land Rights Acquisition 0 SF $ 0.75 $ - Professlonal Services (Surveying, Engineering, Bidding & Construction Administration: Quality Control and Materials Testing: 2.50% $ 3,999.13 Estimated Project Total: $ 163,964.13 USE: $ 164,000.00 L:7015 C.dDeVA=2073 SH5UUI¢ Mocanow-Phase2Refue eCON'MEVp Es to&QuNfinih"ttxlm Pagel of I BIRKHOFF, HENDRICKS & CARTER, L.L.P. Project No. CONTDEV ANNA PROFESSIONAL ENGINEERS Texas Firm F526 Client: CitvofAnna Project: Date: 27-Apr-23 ENGINEER'S OPINION OF CONSTRUCTION COST By: CMK Item No. I Description I Quantity I unit Price Amount 1 Furnish & Install 12-Inch Water Line by Open Cut 40 LF $ 100.00 $ 4,000.00 2 Furnish & Install 12-inch Water Line w/ 20-inch Steel Encasement Pie 1/4" thick by Other Than Open Cut 140 LF $ 800.00 $ 112,000.00 3 Furnish & Install 12-Inch R. S. Gate Valve 2 Ea $ 6,500.00 $ 13,000.00 4 JConnect to Existing Water Line 2 Ea $ 2,500.00 $ 5,000.00 5 Furnish Storm Water Pollution Prevention Plan 1 LS $ 2,500.00 $ 2,500.00 6 Furnish, Install, Maintain & Remove Erosion Control Measures 40 LF $ 2.50 $ 100.00 7 Furnish, Implement & Maintain Traffic Control Plan 1 LS $ 2,500.00 $ 2,500.00 Construction Subtotal: $ 139,100.00 ,Contingencies and Miscellaneous Items 15% $ 20,865.00 Construction Total: $ 159,965.00 Land Ri hts Acciuisition 0 SF $ 0.75 $ - Professlonal Services (Surveying, Engineering, Bidding & Construction Administration: Quality Control and Materials Testing: 2.50% $ 3,999.13 Estimated Project Total: $ 163,964.13 USE: $ 164 000.00 C 7015 Contnn_4ma2023 Sa51:tAgRe1*cauom- Plux 2 Rehceme CONMEP An= Estate&Qm SbeeWu Pagel of 1 BIRKHOFF, HENDRICKS & CARTER, L.L.P. PROFESSIONAL ENGINEERS Texas Finn F526 Client: City of Anna Project: Pipeline J Does not include relocation of the vault Project No. CONTDEV ANNA Date: 27-Apr-23 ENGINEER'S OPINION OF CONSTRUCTION COST By: CMK Item �o. 1 Description I Quantity Unit I Price I Amount 1 Furnish & Install 12-Inch Water Line by Open Cut 100 LF $ 100.00 $ 10,000.00 3 Furnish & Install 12-Inch R. S. Gate Valve 2 Ea $ 6,500.00 $ 13,000.00 4 Connect to Existing Water Line 2 Ea $ 2,500.00 $ 5,000.00 5 Fumish Storm Water Pollution Prevention Plan 1 LS $ 2,500.00 $ 2,500.00 6 Furnish, Install, Maintain & Remove Erosion Control Measures 100 LF $ 2.50 $ 250.00 7 For Seeding / H dromulch 222 SY $ 2.00 $ 444.44 Construction Subtotal: $ 31 194.44 .Contingencies and Miscellaneous Items 15% $ 4 679.17 Construction Total: $ 35,873.61 Land Rights Acquisition 2.000 SF S 0.75 $ 1,500.00 Professional Services (Surveying, Engineering, Bidding & Construction Administration: Quality Control and Materials Testing: 2.50% $ 896.84 4 Estimated Project Total: $ 38,270.45 USE: $ 39,000.00 LJOU CoaMm U=10:3 SH S IItfli et cauoas Phue?Refvence CO]TnEC dma &mwte & Qumtm SLeeLxlu Page I of CERTIFICATE OF INTERESTED PARTIES FORM 1295 loft Complete Nos. 1 - 4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING Certificate Number: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. 2023-1013460 Birkhoff, Hendricks & Carter Dallas, TX United States Date Filed: 04127/2023 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Anna Date Acknowledged: 3 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. SH 5 Util. Relos - Phase 2 Professional Engineering Services 4 Nature of interest Name of Interested Party City, Slate, Country (place of business) (check applicable) Controlling Intermediary Kerkhoff, Craig Dallas, TX United States X Mats, Andrew Dallas, TX United States X Hendricks, Gary Dallas, TX United States X Chaney, Derek Dallas, TX United States X Birkhoff, John Dallas, TX United States X 5 Check only If there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is Craig M. Kerkhoft and my date of birth is October 10, 1982 My address Is 11910 Greenville Ave, Suite 600 Dallas Texas 75243 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Dallas County, State of Texas , on the 27th day of April , 20 23 (month) (year) J,�� Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.7bd706d4 L State Highway 5 Utility Relocation Phase 2 If 40 -1 f C) 2.000 HOMZONTAL- SCALE IN FEET LAI - M? T Project Map till 1�t i Sri Phase 2 now 9,1111; Ilk - Am f +f~ �J` `.• ins I M : 1 y , 1��• •, tw , 'Cain 46 M ., Phase (Design complete, projectv� --,.i (( _ ,- the easement acquisition E� C! ' lint �. Opd 7 R ® Colin o n_ ute Coop