Loading...
04/01/2013-CC-Agenda Packet-Regulargeh a�TE-AS AGENDA CITY COUNCIL MONDAY, APRIL 1, 2013 7:00 PM 502 ELM STREET 1. Call Meeting to Order, Invocation, Pledge of Allegiance. 2. Citizens Input: (Citizens are allowed 3 minutes to speak. The City Council is unable to respond or to discuss any issues brought up during this section). CONSENT AGENDA 3. a) Approval of Minutes: March 18, 2013 -Work Session March 18, 2013 - Council b) Disbursements 4. Consider any Items Removed From Consent Agenda. REGULAR AGENDA 5. Consider, Discuss and Possibly Approve Appointing the Following to the Planting and Zoning Commission: Ramie Hammonds, Place 1 Dennis Dillon, Alternate 6. Consider, Discuss and Possibly Approve an Extension of the Existing Agreement With First United Bank as the Depository Through December 31, 2013. 7. Consider, Discuss and Possibly Approve Advertising for Bids on the Freese Drive Paving and Sidewalk Improvements. 8. Consider, Discuss and Possibly Approve the Expenditure of $300,000 in 4A Industrial Funds for Engineering and Construction of Wastewater Lines Along I-35. 9. Consider, Discuss and Possibly Approve a Consultant Services Agreement With Pacheco -Koch for the Design of Water and Wastewater Improvements for I-35 North Interceptor Line. 10. Adjourn. I, the undersigned authority, do hereby certify that this Notice of Meeting was posted on the bulletin board, at the City Hall of the City of Sanger, Texas, a place convenient and readily accessible to the �general public at all tirt�PAIIV "Sajil notice was posted on the following date and time: l '! l�.�i S406 L.m. and shall remain posted until meeting is adjourned. �� .• <� Tami Taber, City Secretary City of Sanger, Texas ��'o, T ...C, .`' MINUTES: CITY COUNCIL WORKSESSION March 18, 2013 PRESENT: Mayor Thomas Muir, Councilman Billy Ezell, Councilman Russell Martin, Councilman Scott Stephens, Councilman Gary Bilyeu ABSENT: Councilman Allen Chick; City Secretary, Tami Taber OTHERS PRESENT: City Manager, Mike Brice; Deputy City Secretary, Cheryl Price; Finance Director, Cheryl Davenport; Director of Development Services, Joe Iliff, Kimberly Knox, Weaver and Tidwell LLP; Joyce Herzog 1. Call Meeting to Order. Mayor Muir called the meeting to order at 6:01 p.m. 2. Overview of Audit for Fiscal Year End 2011/2012 by Weaver and Tidwell, L.L.P. Kimberly Knox of Weaver and Tidwell LLP was recognized and provided copies of the September 30, 2012 Independent Auditors Report and Financial Statements. She noted good news that the Independent Auditors Report states that the City of Sanger received an unqualified opinion, which is the highest level of assurance that they can give. Ms. Knox gave a brief overview and summary of the report and discussed material weaknesses and significant deficiencies. There was no material weaknesses noted this year. There were two significant deficiencies noted. One being yearend review and reconciliation of the financial statements. Ms. Knox noted that the transition to the new Finance Director Cheryl Davenport who was employed October 1, probably did not allow sufficient time to complete and review financial reports before the audit. The other item was moved down from material weakness to significant deficiency having to do with fixed assets and ensuring they are recorded in the proper fund. She noted that Finance Director Cheryl Davenport provided a written response to the deficiencies and procedures, which are being revised to correct all of the issues, identified. Mayor Muir asked if Ms. Knox, that since their firm performs audits on several other cities, if she could give a general idea of how Sanger compares financially to other similar Cities Ms. Knox advised that hiring CPA for your Finance Director says a lot and shows a commitment to wanting to get it right. She noted that as far as compared to other cities that site would think that Sanger has a strong financial system in place; and, is definitely in a healthy place based on statistics. City Manger Mike Brice, summarized charts provided to Council by Finance Director Cheryl Davenport comparing Sanger in Debt and Sales Tax to other cities. There was brief discussion regarding the information provided. 3. Update and Discussion on Proposed Amendments to Sanger's Architectural Standards for the Historical Core, Allowing Additional Exterior Materials and Requiring Architectural Character. Joe Iliff, Director of Development Services summarized history and possible actions for Council discussion based on the comments of the Historic Preservation Commission, the Planning and Zoning Commission and the public. 1. Create a Central Core Overlay District (CCOD). The district would be the area where the modified architectural standards would apply. The balance of the city limits (all the area on within the CCOD) would be unaffected and the existing architectural standards would apply. The CCOD would have no affect on any covenants, codes, or restrictions applied by a homeowners association or deed restriction. 2. Fo• new single-family houses within the CCOD, permit the use of non -masonry materials for exterior facades. This could be as simple as having no requirement (beyond the building code) or by expanding the list of allowed materials. 3. For new single-family homes within the CCOD, require their design to include a minimum number of architectural elements that create a more ornamented, complex character. This being achieved by setting a minimum score that a house design must meet based on an objective criteria. 4. For new single-family homes within the CCOD, allow designs that do not meet the objective criteria described in #3 with the approval of City Council. This allows a property owner to innovate and be creative in how they contribute to tine neighborhood character. City council would approve the design if they find it equal to or better than the objective standard. 5. For all other construction (multi -family, commercial, etc.) the CCOD would encourage the property owner seek Council's approval to use architectural alternatives, as already provided for in the existing standards. Direction and feedback were requested on the following questions: 1. Are the proposed boundaries of the CCOD appropriate? 2. How does the Council want to expand the allowable materials? 3. Based on the Scoring criteria, what would be the minimum score required for approval? After considerable discussion between Joe Iliff and Councilmembers, it was consensus of the Council that 2nd, 5th, and Bolivar Streets should be required to have a higher minimum score than other streets in the CCOD. More than a flat roof and and front porch should be required for an all brick construction and the construction materials would be left to staffs discretion. Joe Iliff advised he had the direction he needed and would make revisions and bring the item back to the Council for further consideration. 4. Overview of Items on Regular Agenda. No Summary. 5. Adjourn. Mayor Muir adjourned the worksession at 7:06 p.m. MINUTES: CITY COUNCIL MEETING March 18, 2013 PRESENT: Mayor Thomas Muir, Councilman Billy Ezell, Councilman Russell Martin, Councilman Scott Stephens, Councilman Gary Bilyeu ABSENT: Councilman Allen Chick; City Secretary, Tami Taber OTHERS PRESENT: City Manager, Mike Brice; Deputy City Secretary, Cheryl Price; Finance Director, Cheryl Davenport; Director of Development Services, Joe Iliff; Sam Alexander; Joyce Herzog; Tony Featherstone; Margaret Duncan; Kimberly Knox, Weaver and Tidwell LLP 1. Call Meeting to Order, Invocation, Pledge of Allegiance. The meeting was called to order by Mayor Muir at 7:10 p.m. Councilman Stephens led the Invocation, followed by the Pledge of Allegiance led by Councilman Martin. 2. Citizens Input: (Citizens are allowed 3 minutes to speak. The City Council is unable to respond or to discuss any issues brought up during this section). Sam Alexander, 3219 McReynolds Road, was recognized and voiced his concern regarding citations being issued to residents when their dogs were at large. He felt that the city should give at least one warning before giving a resident at ticket. He also felt the City needed to redo the ordinances with all of the new Animal Control changes and to reflect the correct fees. Joyce Herzog, 2017 Brooke Drive, was recognized and voiced her concern regarding her street signs. She advised that the signs were spelled and referenced differently (Brooke Street - Brook Drive) at each end of her street and requested the city please correct this. CONSENT AGENDA 3. a) Approval of Minutes: March 4, 2013 - Work Session March 4, 2013 - Council Meeting b) Disbursements c) Approve Proclamation #03-18-13 - Poison Prevention Week d) Approve Resolution #1103-06-13 - Authorizing the Award of a Professional Service Provider Contract Covering Surveying Services Pertaining to the Community Development Block Grant A Motion was made by Councilman Ezell to approve the Consent Agenda as drafted. The Motion was seconded by Councilman Martin. Motion carried unanimously. (4-0, Councilman Chick Absent). 3. Consider any Items Removed From Consent Agenda. None. REGULAR AGENDA 5. Consider, Discuss and Possibly Act on Approving Audit for Fiscal Year End 2011/2012 by Weaver and Tidwell LLP. Mayor Muir noted that Council just had a worksession with the Auditor who gave a review of the Audit. They advised the Council that the City of Sanger received an unqualified opinion, which is the highest level of audit that you can get. He noted they had a few suggestions in it, which we will make adjustments to do, as we are always trying to improve. Overall, it came out very well. A motion was made by Councilman Stephens Approving the Audit for Fiscal Year End 2011/2012 by Weaver and Tidwell LLP as presented. The motion was seconded by Councilman Martin. The motion carried unanimously (4-0, Councilman Chicle absent). 6. Consider, Discuss and Possibly Approve Soliciting Request for Proposals (RFP) for a Standby Contract for Emergency Response, Management and Recovery Services. City Manager Brice advised that this is the topic, which was discussed in the Council Worksession a few weeks ago. This contract is to have someone on standby so if we ever have a disaster we only have to make one phone call and we will have people here to help us manage it, who will be dedicated to as. Staff has put the RFP together and is ready to put it out to different vendors for them to bid on. Responses to the RFP will be assessed and brought back to Council for approval. Councilman Ezell prompted brief discussion regarding debris, staging locations and disposal sites. It was noted the contractor would contract for debris disposal at a landfill, clean up the staging disposal sites and the City has several locations throughout the City that could be used for that purpose, which would not cost anything because it is our property. City Manager Brice advised that this contract would not cost the City anything until the work is initiated. We would also know what prices we would be charged up front. FEMA has a process that needs to be followed and these type companies are familiar with the steps that need to be taken. Having this contract should speed up the process of getting help when we need it. A Motion was made by Councilman Bilyeu to approve soliciting Request for Proposals for a Standby Contract for Emergency Response, Management, and Recovery Services. The Motion was seconded by Councilman Stephens. The motion carried unanimously (4-0, Councilman Chick absent). 7. Conduct a Public Hearing Regarding Ordinance #03-03-13 - Amending the Comprehensive Zoning Ordinance and Central Zoning Map by Granting a Specific Use Permit for a Snow Cone Stand (Sno2Go) Into a 770 Square Feet (Approximate)Paved Area of the Northeast Coiner of the Parking Lot Located at 701 N. Stemmons. Mayor Muir opened the Public Hearing at 7:25 p.m and solicited anyone who wished to speak either for or against. Tony Featherstone and Margaret Duncan, 1809 Sandstone Drive, Sanger Texas were recognized. Mr. Featherstone advised that Margaret owns the Sno2Go Business. The business used to be across the street at the gas station. They opted to move to the Grocery Store across the street because the location they were in was not a safe location. They plan to keep it at that site and operate it approximately 8 to 9 months of the year. They plan to keep up the site year round. Margaret Duncan noted that she was always concerned that someone would get hurt at the old location. There was no place to park and the cars would be going by to get to Jack in the Box and she was concerned someone would get run over. She said they would do everything they need to do to make this a safe location. In addition, it was dangerous for customers who would cross FM 455 to get to the gas station location. Mayor Muir noted that the Council did receive an e-mail from Cleetus Beanhouse in opposition to the request. There being no further citizens who wished to speak either for or against, Mayor Muir closed the Public Hearing at 7:29 p.m. 8. Consider, Discuss and Possibly Approve Ordinance #03-03-13 - Amending the Comprehensive Zoning Ordinance and Central Zoning Map by Granting a Specific Use Permit for a Snow Cone Stand (Sno2Go) Into a 770 Square Feet (Approximate) Paved Area of the Northeast Corner of the Parking Lot Located at 701 N. Stemmons. It was noted the hours would be from early afternoon to store closing time. A Motion was made by Councilman Stephens approving Ordinance 03-03-13 Amending the Comprehensive Zoning Ordinance and Central Zoning Map by Granting a Specific Use Permit for a Sno Cone Stand (Sno2Go) into a 770 square foot (approximate) paved area of the northeast corner of the parking lot located at 701 N. Stemmons. The Motion was seconded by Councilman Ezell. The motion carried unanimously (4-0, Councilman Chick absent). 9. Consider, Discuss and Possibly Approve the Final Plat of Lot 1R of the DATCU Sanger Addition, Being a Re -plat of a Portion of Block 15, J.R. Sullivan West Addition, 1.246 Acres of the Rueben Bebee Survey. Joe Iliff, Director of Development Services was recognized to present the plat. He advised that the plat is to include 25' of abandoned ROW into the lot. He noted it is already dedicated by prescriptive dedication, but needs to be platted. He noted they are in compliance. A Motion was made by Councilman Bilyeu approving the Final Plat of Lot IR of the DATCU Sanger Addition, Being a Re -plat of a Portion of Bloch 15, J.R. Sullivan West Addition, 1.246 Acres of the Rueben Bebee Survey. The Motion was seconded by Councilman Martin. The motion carried unanimously (4-0, Councilman Chicle absent). 10. INFORMATION ITEMS: a) Financial and Investment Reports - February b) Library Report- February c) All American Dogs Report - February 11. Adjourn. There being no further business, Mayor Muir Adjourned the meeting at 7:40 p.m. 3/21/2013 11:21 AM REFUNDS CHECK REGISTER PAGE: 1 PACKET: 05686 US - Refund VENDOR SET: 99 AP VENDOR SET BANK: POOL POOLED CASH ACCOU14T CHECK CHECK CHECK CHECK VENDOR ---- ---------------- I.D. NAME ------------------------------------------------------------------------- TYPE DATE DISCOUNT AMOUNT ------------------------------ N04 AMOUNT 1 EXCEL REALTY I-000201303215010 EXCEL REALTY R 3/21/2013 8.82 053262 8.82 1 EXCEL REALTY I-000201303215011 EXCEL REALTY R 3/21/2013 0.90 053263 0.90 1 EXCEL REALTY I-000201303215012 EXCEL REALTY R 3/21/2013 4.65 053264 4.65 1 FANNIE ME I-000201303215013 FANNIE ME R 3/21/2013 4.80 053265 4.80 ** B A N K T O T A L S ** NO4 DISCOUNTS CHECK ME TOTAL APPLIED REGULAR CHECKS: 4 0.00 19.17 19.17 HANDWRITTEN CHECKS: 0 0.00 0.00 0.00 PRE -WRITE CHECKS: 0 0.00 0.00 0.00 DRAFTS: 0 0.00 0.00 0.00 VOID CHECKS: 0 0.00 0.00 0.00 NON CHECKS: 0 0.00 0.00 0.00 CORRECTIONS: 0 0.00 0.00 0.00 BANK TOTALS: 4 0.00 19.17 19.17 3/21/2013 11:27 AM A / P CHECK REGISTER PACKET; 05685 Regular Paynen[s 3/21/13 CF VENDOR SET: 99 BANK POOL POOLED CASH ACCOUNT PAGE: i CHECK CHECK CHECK CHECK VENDOR NAME / I.D. DESC TYPE DATE DISCOUNT AMOUNT NOS M4OUNT 19050 6E CAPITAL RETAIL BANK / AMAZON C-194595302362 DVDS R 3/21/2013 2.97 053266 I-194591591162 DVDS R 3/21/2013 16.99CR 053266 I-194593462460 DVDS R 3/21/2013 31.98CR 053266 I-194598359016 DVDS R 3/21/2013 19.96CR 053266 I-267780048227 DVDS R 3/21/2013 38.98CR 053266 1-267781543489 DVDS R 3/21/2013 45.79CR 053266 I-267782324168 DVDS R 3/21/2013 11.93CR 053266 162.66 25410 HINKLEY 6 BARFIELD - CLP, INC I-9731 NEW BELZ ENT INTERLOCAL R 3/21/2013 13,080.000R 053267 13,080.00 15100 BISHOP, SOSHUA I -BISHOP ARSO 2013 INSIDE QUALIFY AMMO R 3/21/2013 49.78CR 053268 49.78 22720 BWI I-11743941 CHEMICALS R 3/21/2013 697.85CR 053269 697.85 22300 CARD SERVICE CENTER I -CATERING BOB 2/9/1 GAMING DAY SUPPLIES R 3/21/2013 60.000R 053210 I-0O2kSMJNITY 2/21/13 COMMUNITY COFFEE - CITY R 3/21/2013 83.94CR 053270 I-DSHS WELBORN 2013 RENEWL - E14T WELBORN R 3/21/2013 96.000R 053270 I-IKEA 2/1/13 PICTURE FRAMES-MA'l0R PICK R 3/21/2013 239.76CR 053270 I-INT PARTY 2/19/13 RABBIT COSTUME R 3/21/2013 116.94CR 053270 I -ORIENTAL 2/19/13 EASTER EGGS FOR HUNT R 3/21/2013 304.000R 053270 I -PREMIER 2/21/13 COPIES OF MAPS R 3/21/2013 15.30CR 053270 I -SPORTS 2/15/13 SPORTS AUTH. -ELLIPTICAL R 3/21/2013 1,109.98CR 053270 I -SPORTS 3/12/13 SPORTS AUTH. TREADMILL R 3/21/2013 1,119.97CR 053270 I-TNL 2/5/13 TNL-BUILDING OFF. DUES R 3/21/2013 50.000R 053270 I -TRACTOR 2/15/13 RUBBER MATS -TRACTOR SUPP R 3/21/2013 119.97CR 053210 I-TRISTATE 2/26/13 STUDY EXAM R 3/21/2013 249.95CR 053270 I-YIAINART 2/27/13 EASTER CANDY/DECOR R 3/21/2013 192.14CR 053270 I-WALMART 217113 WALMART - VINEGAR R 3/21/2013 21.42CR 053270 3,779.97 `VOID' VOID CHECK V 3/21/2013 053271 • VOID" 00520 CASCO INDUSTERIES, INC. I-123506 CASCO BOOTS - BRAD BELL R 3/21/2013 362.000R 053272 362.00 02490 CENTURYLINK 1-3/10-4/10113 PHONE 3/10-4/10/13 R 3/21/2013 1,384.94CR 053273 1,384.94 3/21/2013 11:27 AM A / P CHECK REGISTER PACKET: 05685 Regular Paynents 3/21/13 OF VENDOR SET: 99 BANK POOL POOLED CASH ACCOUNT PAGE: 2 CHECK CHECK CHECK CHECK VENEOR NAND / I.D. DESC TYPE DATE DISCOUNT MOUNT NOt AMOUNT 24170 CIS SEWER EQUIP.NENT CO. INC. I-13728 JET TRUCK PARTS R 3/21/2013 1,658.23CR 053274 1,658.23 00050 CONLEY SAND & GRAVEL I-9805 FLEX BASE -WATER LINE R 3/21/2013 475.00CR 053275 475.00 08880 COOPER'S COPIES I-102271 SIGN FOR CITY HALL -HOURS R 3/21/2013 17.50CR 053276 17.50 23620 COTE'S MECHANICAL I-CN2013144 ICE MACHINE RENTAL R 3/21/2013 354.000R 053277 354.00 11570 CULLIGAN I-03092013 WATER BOTTLE SRV 2013 R 3/21/2013 9.000R 053278 9.00 08460 DELL COMPUTERS, LLP I-XJ3PX47X5 DELL PRINTER INK R 3/21/2013 746.79CR 053279 746.79 18190 DEPARTN NT OF INFORMATION RESOURCE I-13021026N LONG DISTANCE 2/1-2/28/13 R 3/21/2013 27.06CR 053280 27.06 17640 DOLLAR GENERAL - CHARGED SALES I-1000181447 COFFEE CHEAPER, CLEANIIIG R 3/21/2013 95.45CR 053281 1-1000182112 JANITORIAL & COFFEE R 3/21/2013 53.85CR 053281 149.30 22400 DUNN, REECE I-DUNN AMMO 2013 MIMS QUALIFY AM10 R 3/21/2013 100.00CR 053282 100.00 25530 EPIC SPORTS I-356581 FIELD LINE FIELD MARKERS R 3/21/2013 477.56CR 053283 477.56 1 EUBANKS, LORI I-EUBANKS 3/17/13 DEPOSIT R 3/21/2013 100.000R 053284 100.00 1 FACTEAU, JA IME I-FACTEAU 3/8/13 ➢EPOSIT R 3/21/2013 100.000R 053285 100.00 19270 FAMILY DOLLAR I-990743402585801577 TOILET PAPER, COFFEE R 3/21/2013 45.80CR 053286 1-990743402585901577 TOILET PAPER, COFFEE R 3/21/2013 46.000R 053286 I-990743402586201577 TOILET PAPER, COFFEE R 3/21/2013 49.75CR 053286 1-990743402586301517 TOILET PAPER, COFFEE R 3/21/2013 46.000R 053286 187.55 3/21/2013 11:27 AM A / P CHECK REGISTER PAGE: 3 PACKET: 05685 Regular Payments 3/21/13 OF VENDOR SET: 99 BANK POOL POOLED CASH ACCOUNT CHECK CHECK CHECK CHECK VENDOR UMM / I.O. DESC TYPE DATE DISCOUNT AMOUNT N09 AMMUT 18430 FIRST UNITED BANK I-03/15/2013 RESEARCH FEES R 3/21/2013 24.50CR 053287 24.50 18790 EUELMAN I-NP37428432 VEHICLE FUEL 3/4-3/10/13 R 3/21/2013 2,423.49CR 053288 I-NP37470710 VEHICLE FUEL 3/11-3/17113 R 3/21/2013 2,594.76CR 053288 5,018.25 1 GEROS, KASSANDRA I-GEROS 3/16/13 DEPOSIT R 3/21/2013 100.000R 053289 100.00 11730 ICC I-INVO259359 UPDATE CODE HOOKS R 3/21/2013 646.13CR 053290 646.13 20220 INGRA24 I-70940524 BOOKS R 3/21/2013 135.25CR 053291 135.25 01240 INLAND TRUCK PARTS, INC. I-18-68242 INSPECTIONS 41/ AIR BRAKE R 3/21/2013 62.000R 053292 62.00 15780 ITRON 1-281674 MAINTENANCE 4/1-5/31/13 R 3/21/2013 1,059.75CR 053293 1,059.75 01380 KARL-KLEMENT FORD, INC. I-327302FOWG FUEL GASKET R 3/21/2013 3.81CR 053294 I-FONG326358 TRANSMISSION COOLER LINE R 3/21/2013 13.83CR 053294 17.64 08020 KINNEY, RONALD I-KINHEY AM!0 2013 REIMB QUALIFY AM-0 R 3/21/2013 58.38CR 053295 58.38 25060 LEMMNS PUBLICATIONS IKC I-1055 FEB SHS SPORTS PAGE R 3/21/2013 55.000R 053296 55.00 1 MCDANIEL, GLENDA I-MCDANIEL 3/10/13 DEPOSIT R 3/21/2013 100.000R 053297 100.00 20450 PARKER, CARL I -PARKER AM!O 2013 REIMB QUALIFY ffiO:0 R 3/21/2013 75.98CR 053298 75.98 19200 PATEMARK TRAFFIC PRODUCTS OF TEXAS,INC. I-0080650-Ill PARK SIGHS R 3/21/2013 47.80CR 053299 47.80 02050 PITNEY BOWES, INC. I-1350363 MR13 POSTAGE METER RENTAL R 3/21/2013 540.000R 053300 540.00 3/21/2013 11:27 AN A / P CHECK REGISTER PAGE: 4 PACKET: 05685 Regular Paynenta 3/21/13 CV VENDOR SET: 99 BANK POOL POOLED CASH ACCOUNT CHECK CHECK CHECK CHECK VENDOR NAME / I.D. DISC TYPE DATE DISCOUNT AMOUNT N09 AMOUNT 02170 REINERT PAPER L CHEMICAL, INC. I-295523 TOILET TISSUE, SOAP, SPRA R 3/21/2013 56.61CR 053301 56.61 12820 RICOH USA, INC 1-5025393729 PRINTER MAINT. 2012-2013 R 3/21/2013 664.74CR 053302 664.74 06750 RILEY, MICHAEL I-RILEY AMz!0 2013 REIDIB QUALIFY AM:O R 3/21/2013 57.98CR 053303 57.98 02370 SHERWIN WILLIAMS I-5302-7 4 GALLONS INDUSTRIAL ENAM R 3/21/2013 91.20CR 053304 91.20 09550 SOUTHWEST CHEMICAL, I NO. I-96680 CHLORINE CYLINDERS R 3/21/2013 1,597.50CR 053305 1,597.50 23530 TEXAS DEPT OF ROTOR VEHICLE I-3/20/13 SCOFFLAW SCOFFLAW ESCROW ACCT R 3/21/2013 500.000R 053306 500.00 07700 VEST, JOSHUA I -VEST AMMO 2013 RANG QUALIFY AM:O R 3/21/2013 58.38CR 053307 58.38 * ' T 0 T A L S ' * N04 DISCOUNTS CHECK ART TOTAL APPLIED REGULAR CHECKS: 41 0.00 34,886.28 34,886.28 HANDWRITTEN CHECKS: 0 0.00 0.00 0.00 PRE -WRITE CHECKS: 0 0.00 0.00 0.00 DRAFTS: 0 0.00 0.00 0.00 VOID CHECKS: 1 0.00 0.00 0.00 NON CHECKS: 0 0.00 0.00 0.00 CORRECTIOUS: 0 0.00 0.00 0.00 REGISTER TOTALS: 42 0.00 34,886.28 34,886.28 TOTAL ERRORS: 0 TOTAL EARNINGS: 0 amgeh *TEXAS BOARD AND COMMISSION APPLICATION NAME: ,� g . L DATE: ADDRESS: �01 a- 11(c 61— �CCi2ZV, K lI a(F p HOME PHONE: EMAIL: ( OCCUPATION: (If retired, describe former occupation or profession) ( ffi`J�J15�ClilY d i QI'1�-4q PRIOR SERVICE ON A CITY BOARD/COMMISSION? YES ( IF YES, PLEASE DESCRIBE: PLEASE NUMBER EACH BOARD/COMMISSION YOU ARE INTERESTED IN SERVING ON WITH 1 FOR FIRST PREFERENCE, 2 FOR SECOND PREFERENCE, ETC.. LEAVE BLANK ANY BOARD/COMMISSION YOU WOULD NOT LIKE TO BE CONSIDERED FOR. 2 BOARD OF ADJUSTMENT HISTORIC PRESERVATION COMMISSION KEEP SANGER BEAUTIFUL BOARD LIBRARY BOARD PARKS BOARD PLANNING AND ZONING COMMISSION 4A BOARD 4B BOARD OTHER LIST QUALIFICATIONS INCLUDING PROFESSIONAL AND/OR COMMUNITY ACTIVITIES THAT MAKE YOU A GOOD CANDIDATE FOR THE ABOVE POSITION(S): I f\aV e, Vjor Ktct fW 44 Ci cA A: S P jU rty, i n 4 DZV- .l %Mk r�k Dk Q rjrr eri�c �x -ttk I u st 5 y ec rE> b�cx�'aoe, T (G S KObki n WC SCE-ev) U r+i6 00-(-i on 3 reb:6 a� 40 hL � tc I� CecLe , j. � hC>.�L ,521'Uec,� on -tGiz �ou�tti�pLYts i�rds, a5 t�ei'.e as mare, 5cha�l) A�t�fiC� hazy Do you understand that attendance and active support is required for each appointee? gYes ❑ No Signature AL Ud �Q/13 Date: 3 RETURN COMPLETED APPLICATION TO: Office of the City Secretary City of Sanger PO Box 1729 - 502 Elm Street Sanger, Texas 76266 This information will become a public record. BOARD AND COMMISSION APPLICATION TEXAS a F)0 i'l I : )/ - � NAME: �' DATE: ADDRESS: / 4OZ HOME PHONE: EMAIL OCCUPATION: (If retired, describe former occupation or profession) _ PRIOR SERVICE ON A CITY BOARD/COMMISSION? YES NO IF YES, PLEASE DESCRIBE: PLEASE NUMBER EACH BOARD/COMMISSION YOU ARE INTERESTED IN SERVING ON WITH 1 FOR FIRST PREFERENCE, 2 FOR SECOND PREFERENCE, ETC.. LEAVE BLANK ANY BOARD/COMMISSION YOU WOULD NOT LIKE TO BE CONSIDERED FOR. BOARD OF ADJUSTMENT HISTORIC PRESERVATION COMMISSION KEEP SANGER BEAUTIFUL BOARD LIBRARY BOARD PARKS BOARD PLANNING AND ZONING COMMISSION 4A BOARD 4B BOARD OTHER LIST QUALIFICATIONS INCLUDING PROFESSIONAL AND/OR COMMUNITY ACTIVITIES THAT MAKE YOU A GOOD CANDIDATE FOR THE ABOVE POSITIONN((S): f / �'l Do yoG Understand that attendance and active support is required for each appointee? Yes D No Signature: Date: RETURN COMPLETED APPLICATION TO: Office of the City Secretary - City of Sanger - _ PO Box 1729 - 502 Elm Street Sanger, Texas 76266 e This Information will become a public record., March 14, 2013 City of Sanger Depository Contract City of Sanger P.O. Box 1729 Sanger, TX 76266 Attention: Mr. Mike Brice Dear Sir: Extension of Existing Contract This document is submitted as a proposal to serve as an extension of the existing agreement as the depository for City of Sanger Funds and to provide banking services from January 1, 2013 to December 31, 2013. This bank agrees to the existing contract terms with the following changes in terms: Now Account -Public Funds Interest at .05 % to be adjusted by agreement. Money Market — Public Funds Interest at .20% to be adjusted by agreement. Paragraph 2) To pay interest on funds of the City of Sanger designated as "time deposits" or certificates of deposit of not less than: (a). Interest at 0.15% per annum 7 to 89 days . 3 months (b) Interest at 0.20% per annum 90 to 179 days 6 months (c) Interest at 0.40% per annum 180 to 269 days 9 months (d) Interest at 0.40% per annum 270 to 359 days 1 year (e) Interest at 0.70% per annum 360+ days 2 years These rates do not apply past January 1, 2014. Maximum aggregate balance not to exceed $15,000,000.00. Additional deposits above this amount will be negotiated. Thank you for selecting First United Bank and Trust Company as your depository bank. Your business is greatly appreciated. Sincerely, dames F. Adams President First United Bank & Trust jfa Acknowledgment: Mike Brice City Manager City of Sanger Box 1250 • Sanger, TX 76266 - 940.458.2001 • Fax: 940.458.2006 MQ TEXl1S COUNCIL AGENDA ITEM AGENDA TYPE ❑ Regular ❑ Special ® Consent Reviewed by Finance ❑ Workshop ❑ Executive ❑ Public Hearing Reviewed by Legal ❑ Yes ® Not Applicable -�s Not Applicable Council Meeting Date: April 1, 2013 Submitted By: Robert Woods City Manager Reviewed/Approval Initials ��.� Date ACTION REQUESTED: ❑ORDINANCE # ❑ RESOLUTION ® APPROVAL ❑ CHANGE ORDER ❑ AGREEMENT ❑ APPROVAL OF BID ❑ AWARD OP CONTRACT ❑ CONSENSUS ❑ REAPPOINTMENTS AGENDA CAPTION Discussion and possible action on the Advertisement for Bids on Freese Drive Paving and Sidewalk Improvements. FINANCIAL SUMMARY ❑N/A ❑GRANT FUNDS ❑OPERATING ESPENSF. ❑REVENUE ❑CI P M13UDOFTFD []NON -BUDGETED FISCAL YEAR: PRIOR YEAR CURRENT YEAR FUTURE YEARS TOTALS Proposed Expenditure Amount $250,000 Encumbered Amount BALANCE FUND(S) TO BE USED: General M$ 250,000 Utility ❑ $= Special ❑ $ BACKGROUND/SUMMARY OF ITEM Staff is recommending advertising for bids on April 14, 2013 for construction of Freese Drive Paving and Sidewalk Improvements. The proposed sidewalk will be constructed on the west side Freese Drive. This segment of sidewalk will provide a pedestrian path connecting Swisher Park to the local residential area along with connecting to the Fifth (5°i) Street segment of the Trail and Sidewalk master plan. STAFF OPTIONS & RECOMMENDATION Staff recommends advertising for bids on April 14, 2013. List ofsupporting I)ocuments/EsbibitsAttached: Prior Action/Review byCouncil, Boards,Commissions orOther Agencies: SGR13MA43- COUNCIL AGENDA ITEM AGENDA TYPE ® Regular ❑ Special ❑ Consent Reviewed by Finance ❑ Workshop ❑ Executive ❑ Public Hearing Reviewed by Legal ❑ Yes ® Not Applicable ❑ Yes Lj Not Applicable Council Meeting Date: April 1, 2013 Submitted By: Mike Brice City Manager Reviewed/Approval Initials Date 3 _ gz - ACTION REQUESTED: ❑ORDINANCE ❑ RESOLUTION ® APPROVAL ❑ CHANGE ORDER ❑ AGREEMENT ❑ APPROVAL OF BID ❑ AWARD OF CONTRACT ❑ CONSENSUS ❑ REAPPOINTMENTS Consider, Discuss and Possibly Approve the Expenditure of $300,000 in 4A Industrial Development Funds for Engineering and Construction of Wastewater Lines Along Interstate I-35. FINANCIAL SUMMARY ®N/A ❑GRANT FUNDS []OPERATING EXPENSE []REVENUE❑CI P []BUDGETED❑NON-BUDGETED FISCAL YEAR: PRIOR YEAR CURRENT YEAR FUTURE YEAR(S) TOTALS Proposed Expenditure Amount Encumbered Amount BALANCE FUND(S) TO BE USED: General ❑$ Utility ❑ $ Special ❑ $ BACKGROUND/SUMMARY OF ITEM On March 18, 2013 the 4A board approved $300,000 for engineering and construction of wastewater lines along the east side of I-35 from South of Betz Road North to View Road and on the West Side of I-35 from Betz Road South toward FM 455. These funds will allow us to start engineering and expedite construction once a funding method is decided upon. STAFF OPTIONS & RECOMMENDATION List of Supporting Documents: Prior Action/Review by Council, Boards, Commissions or Other Agencies: ST Rgeh TE}MAS COUNCIL AGENDA ITEM AGENDA TYPE ❑ Regular ❑ Special ® Consent Reviewed by Finance ® Workshop ❑ Executive ❑ Public Hearing Reviewed by Legal ❑Yes ❑ Not Applicable M Yes I Ll Not Applicable Council Meeting Date: April 1, 2013 Submitted By: Mike Brice City Manager Reviewed/Approval Initials �— 1,-� Date ACTION REQUESTED: ❑ORDINANCE # ❑ RESOLUTION ® APPROVAL ❑ CHANGE ORDER ❑ AGREEMENT ❑ APPROVAL OF BID ® AWARD OF CONTRACT ❑ CONSENSUS ❑ REAPPOINTMENTS AGENDA CAPTION Recommendation of Award to Pacheco -Koch contract for design of Water and Wastewater Improvements for Interstate 35 North— Interceptor Line. FINANCIAL SUMMARY ❑N/A ❑GRANT FUNDS ❑OPERATING EXPENSE [—]REVENUE ❑CIP ❑BUDGETED ❑NON -BUDGETED FISCAL YEAR: PRIOR YEAR CURRENT YEAR FUTURE YEAR(S) TOTALS Proposed Expenditure Amount Encumbered Amount BALANCE FUND(S) TO BE USED: General ❑$ Utility ❑ $ Special ❑ $ BACKGROUND/SUMMARY OF ITEM Pacheco -Koch was one of the five engineering firms approved by City Council at the October 15, 2012 council meeting. Staff selected Pacheco Koch feeling that they have the appropriate staffing level and knowledge in dealing with these types of projects. STAFF OPTIONS & RECOMMENDATION Staff recommends award of contact to Pacheco -Koch for the amount of the $294,465 dollars. List of Supporting Documents/Exhibits Attached: Pacheco Koch Engineering Contract Prior Action/Review by Council, Boards, Commissions or Other Agencies: CITY OF SANGER CONSULTANT SERVICES AGREEMENT This agreement ("Agreement') is made by and between the City of Sanger, Texas ("City") and Pacheco Koch, LLC (the "Consultant") acting by and through their authorized representatives. Recitals: WHEREAS, the City desires to engage the services of Consultant as an independent contractor and not as an employee in accordance with the terns and conditions set forth in this Agreement; and WHEREAS, the Consultant desires to render Consultant services for the City in accordance with the terms and conditions set forth in this Agreement in connection with North Interstate 35 Outfall Sewer, Phases I, I1, HI & 1V (the "Project"); NOW THEREFORE, in exchange for the mutual covenants set forth herein and other valuable consideration, the sufficiency and receipt of which are hereby acknowledged, the parties agree as follows: Article I Term 1.1 The term of this Agreement shall begin on the last date of execution hereof (the "Effective Date") and continue until the services are completed unless sooner terminated as provide herein. 1.2 Either party may terminate this Agreement by giving thirty (30) days prior written notice to the other party. In the event of such termination the Consultant shall be entitled to compensation for any services completed to the reasonable satisfaction of the City in accordance with this Agreement prior to such termination. Article II Scope of Services 2.1 The Consultant agrees to provide the Professional Consultant services for the Project as set forth in Exhibit "A". Deviations fi•om the scope may be authorized in writing from time to time by the City. 2.2 The parties acknowledge and agree that any and all opinions and cost estimates provided by the Consultant represent a professional opinion consistent with the standards of the industry. 2.3 All materials and reports prepared by the Consultant in connection with this Agreement are "works for hire" and shall be the property of the City. The City shall have the right to publish, disclose, distribute and otherwise use such materials and reports in accordance with the Consultant Practice Act of the State of Texas. Consultant shall upon completion of the services, or earlier termination, provide the City with a complete set of 22" x 34" blackline completed drawings plus a compact disc or flash drive containing all construction plan sheets in scanned 22" x 34" black & white "PDF" images at 400 dpi. Agreement for Consulting Services Page - 1 - Article III Schedule of Work The Consultant agrees to commence services upon written direction from the City and to complete the required services in accordance with a work schedule as set forth in Exhibit `B" (the "Work Schedule"). Article IV Compensation and Method of Payment 4.1 The City shall compensate the Consultant for the services by payment of fees as set forth in Exhibit "C". Unless otherwise provided herein, payment to the Consultant shall be monthly based on the Consultant's monthly progress report that shows the total amount of fees earned to date and the amount due and payable as of the current statement, in a form reasonably acceptable to the City. The monthly invoices shall be submitted on or before the 15"' day of each calendar month. The City shall pay such monthly statements within thirty (30) days after receipt and City verification of the services and expenses unless otherwise provided herein. The final payment of the fee shall be made after satisfactory completion of the services and City acceptance of the services and the submittal of record drawings as applicable. 4.2 Unless otherwise provided in Exhibit "C" the Consultant shall be responsible for all expenses related to the services provided pursuant to this Agreement including, but not limited to, travel, copying and facsimile charges, telephone, internet and email charges. Article V Devotion of Time; Personnel; and Equipment 5.1 The Consultant shall devote such time as reasonably necessary for the satisfactory performance of the work under this Agreement. Should the City require additional services not included under this Agreement, the Consultant shall make reasonable effort to provide such additional services at mutually agreed charges or rates, and within the agreed time schedule and without decreasing the effectiveness of the performance of services required under this Agreement. 5.2 To the extent reasonably necessary for the Consultant to perform the services under this Agreement, the Consultant shall be authorized to engage the services of any subcontractors agents, assistants, persons, or corporations that the Consultant may deem proper to aid or assist in the performance of the services under this Agreement with the prior written approval of the City. The cost of such personnel and assistance shall be borne exclusively by the Consultant. 5.3 The Consultant shall furnish the facilities, equipment, telephones, facsimile machines, email facilities, and personnel necessary to perform the services required under this Agreement unless otherwise provided herein. 5.4 The Consultant shall submit monthly progress reports and attend monthly progress meetings scheduled by the City or more frequently as may be required by the City from time to time based upon Project demands. Each progress report shall detail the work accomplished and special problems or delays experienced on the Project during the previous report period, and the planned work activities and special problems or delays anticipated for the next report period. Agreement for Consulting Services Page - 2 - 5.5 The Consultant shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, or disability. Article VI Miscellaneous 6.1 Entire Agreement. This Agreement constitutes the sole and only agreement between the parties and supersedes any prior understandings written or oral agreements between the parties with respect to this subject matter. 6.2 Assignment. lent. The Consultant may not assign this Agreement in whole or in part without the prior written consent of City. In the event of an assignment by the Consultant to which the City has consented, the assignee shall agree in writing with the City to personally assume, perform, and be bound by all the covenants, and obligations contained in this Agreement. 6.3 Successors and Assigns. Subject to the provisions regarding assignment, this Agreement shall be binding on and inure to the benefit of the parties to it and their respective heirs, executors, administrators, legal representatives, successors and assigns. 6.4 Governing Law. The laws of the State of Texas shall govern this Agreement; and velure for any action concerning this Agreement shall be in the State District Court of Denton County, Texas. The parties agree to submit to the personal and subject matter jurisdiction of said court. 6.5 Amendments. This Agreement may be amended by the mutual written agreement of the parties. 6.6 Severability. In the event any one or more of the provisions contained in this Agreement shall for any reason be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality or unenforeeability shall not effect any other provisions, and the Agreement shall be construed as if such invalid, illegal, or unenforceable provision had never been contained in it. 6.7 brdependent Contractor. It is understood and agreed by and between the parties that the Consultant in satisfying the conditions of this Agreement, is acting independently, and that the City assumes no responsibility or liabilities to any third party in connection with these actions. All services to be performed by Consultant pursuant to this Agreement shall be in the capacity of an independent contractor, and not as an agent or employee of the City. Consultant shall supervise the performance of its services and shall be entitled to control the manner and means by which its services are to be performed, subject to the terms of this Agreement. There is no intended third party beneficiary to this agreement. 6.8 Right -Of -Access. The City will furnish right -of -access on the land for the Consultant to perform the required surveys, or other necessary investigations. The Consultant will take reasonable precautions to minimize damage to the land in the performance of such surveys and investigations. The City will explain to landowners that some damage to vegetation may be unavoidable when obtaining access to the site, and in performance of the survey and investigation activities. Agreement for Consulting Services Page - 3 - 6.9 Notice. Any notice required or permitted to be delivered hereunder may be sent by first class mail, overnight courier or by confirmed telefax or facsimile to the address specified below, or to such other party or address as either party may designate in writing, and shall be deemed received three (3) days after delivery set forth herein: If intended for City - Representative: Robert Woods, P.E. Director of Public Works / City Engineer City of Sanger 201 Bolivar Street, PO Box 1729 Sanger, Texas 76266 Telephone: 940-458-2059 Facsimile: 940-458-4180 If intended for Consultant - Representative: Brian D. O'Neill, P.E. Principal 6000 Western Place, Suite 625 Fort Worth, Texas 76107 Telephone: 817-412-7155 Facsimile: 817-412-7156 6.10 Counterparts. This Agreement may be executed by the parties hereto in separate counterparts, each of which when so executed and delivered shall be an original, but all such counterparts shall together constitute one and the same instrument. Each counterpart may consist of any number of copies hereof each signed by less than all, but together signed by all of the parties hereto. 6.11 Exhibits. The Exhibits A, B and C, attached hereto are incorporated herein and made a part hereof for all purposes. 6.12 Indemnification. Consultant shall release, indennrify and hold harmless City and its officers, agents and employees fi-om and against all damages, injuries (including death), claims, property damages (including loss of Ilse), losses, demands, suits, judgments and costs, including reasonable attorney's fees and expenses, in any way arising out of, related to, or resulting fi•mn the services provided by Consultant to the extent caused by the negligent act or omission or intentional wrongfitl act or omission of Consultant, its officers, agents, employees, subcontractors, licensees; invitees or any other third parties for whom Consultant is legally responsible. 6.13 Audits and Records. The Consultant agrees that during the term hereof the City and its representatives may, during normal business hours and as often as deemed necessary, inspect, audit, examine and reproduce any and all of the Consultant's records relating to the set -vices provided pursuant to this Agreement for a period of one year following the date of completion of services as determined by the City or date of termination if sooner. 6.14 Conflicts of Interests. The Consultant represents that no official or employee of the City has any direct or indirect pecuniary interest in this Agreement. Agreement for Consulting Services Page - 4 - 6.15 Insurance. (a) Consultant shall during the term hereof maintain in fall force and effect the following insurance: (1) a policy of insurance for bodily injury, death and property damage insuring against all claims, demands or actions relating to the Consultant's performance of services pursuant to this Agreement with a minimum combined single limit of not less than $1,000,000 Dollars per occurrence for injury to persons .(including death), and for property damage; (2) policy of automobile liability insurance covering any vehicles owned and/or operated by Consultant, its officers, agents, and employees, and used in the performance of this Agreement; and (3) statutory Worker's Compensation Insurance covering all of Consultant's employees involved in the provision of services under this Agreement. (b) All insurance and certificate(s) of insurance shall contain the following provisions: (1) name the City, its officers, agents and employees as additional insureds as to all applicable coverage with the exception of Workers Compensation Insurance; (2) provide for at least thirty (30) days prior written notice to the City for cancellation, non -renewal, or material change of the insurance; (3) provide for a waiver of subrogation against the City for injuries, including death, property damage, or any other loss to the extent the same is covered by the proceeds of insurance. (c) All insurance companies providing the required insurance shall be authorized to transact business in Texas and be rated at least "A" by AM Best or other equivalent rating service. (d) A certificate of insurance evidencing the required insurance shall be submitted to the City prior to commencement of services. Executed in two 2 counterparts, each of which is deemed to be an original and as of the day and date first written in this Contract. EXECUTED this day of 2013. CITY OF SANGER: CONSULTANT: By: Name: Title: 0 Name: Mark A. Pacheco, P.E., R.P.L.S. Title: President Agreement for Consulting Services Page - 5 - EXHIBIT A to Agreement between the City of Sanger, Texas (CITY) and Pacheco Koch LLC, (CONSULTANT) for Consulting Services EXHIBIT `A' — SCOPE OF SERVICES NORTH INTERSTATE 35 OUTFALL SEWER, PHASES I, II, III & IV PROJECT DESCRIPTION: The project consists of alignment determination and preparation of construction plans and bid documents for the North Interstate 35 Outfall Sewer, Phases I, II, III & IV. The project generally consists of a sanitary sewer outfall main to serve the north end of the City generally from the existing sewer adjacent to the railroad north to View Road. The total length of the project is approximately 17,100 linear feet. BASIC SERVICES: A. Project Management, Coordination & Permitting Manage the Team: • Lead, manage and direct design team activities • Ensure quality control is practiced in performance of the work • Communicate internally among team members • Task and allocate team resources Communications and Reporting: • Attend a pre -design project kickoff meeting with CITY staff to confirm and clarify scope, understand CITY objectives, and ensure economical and functional designs that meet CITY requirements • Conduct review meetings with the CITY at the end of each design phase • Prepare invoices and submit monthly in the format requested by the CITY. • Prepare and submit monthly progress reports • Prepare and submit baseline Project Schedule initially and Project Schedule updates • Coordinate with other agencies and entities as necessary for the design of the proposed infrastructure and provide and obtain information needed to prepare the design • With respect to coordination with permitting authorities, CONSULTANT shall communicate with permitting authorities such that their regulatory requirements are appropriately reflected in the designs. CONSULTANT shall work with regulatory authorities to obtain approval of the designs, and make changes necessary to meet their requirements as part of the design scope. 1/2912013 Page 1 EXHIBIT A to Agreement between the City of Sanger, Texas (CITY) and Pacheco Koch LLC, (CONSULTANT) for Consulting Services 3. Survey Coordination & Conversion: CONSULTANT will review an on the ground survey of the project prepared by others and provided by the CITY. If required pursuant to a review of the survey, CONSULTANT will prepare a letter of review comments and will submit this letter to the CITY to obtain necessary survey revisions, additional information or clarification. Included in this item are two (2) reviews of the survey with the purpose of the second review being to verify that the comments and any additional information required have been addressed. Also included in this item is the conversion of supplied digital information to standard Pacheco Koch CAD layering format and drafting standards. TxDOT & Railroad permit preparation: CONSULTANT will provide coordination with the Railroad and TxDOT for Permitting of the proposed wastewater crossing. Included in this item are: • Coordination of submittal of Application for License Agreement. • Research and provide TxDOT or Railroad design specifications. • Coordination for final plan approval. • Up to three (3) coordination meetings, if required. • Application and Permitting fees and special insurance premiums are not included. 5. GeotechnicalInvestigation: • Soil investigations, including field and laboratory tests, borings, related engineering analysis and recommendations for determining soil conditions will be made. In addition to the above investigations, borings and appropriate field and laboratory analysis will be made at reasonable intervals along the project alignment. Constructability Review: • Prior to the 60 percent review meeting with the CITY, the CONSULTANT shall schedule and attend a project site visit with the CITY Project Manager and Construction personnel to walk the project. The CONSULTANT shall summarize the CITY's comments from the field visit and submit this information to the CITY in writing. 7. Utility Clearance: • The CONSULTANT will consult with the CITY public utilities, private utilities and government agencies to determine the approximate location of above and underground utilities, and other facilities (current and future) that have an impact or influence on the project. CONSULTANT will design CITY facilities to avoid or minimize conflicts with existing utilities, and where known and possible consider potential future utilities in designs. 112912013 Page 2 EXHIBIT A to Agreement between the City of Sanger, Texas (CITY) and Pacheco Koch LLC, (CONSULTANT) for Consulting Services B. Conceptual Design (30% Submittal) — The Conceptual Design shall be submitted to CITY per the approved Project Schedule. The purpose of the conceptual design is for the CONSULTANT to • Study the project, • Identify and develop alternatives that enhance the system, • Present (through the defined deliverables) these alternatives to the CITY, • Recommend the alternatives that successfully addresses the design problem, and • Obtain the CITY's endorsement of this concept. CONSULTANT will develop the conceptual design of the infrastructure as follows. Data Collection • In addition to data obtained from the CITY, CONSULTANT will research proposed improvements in conjunction with any other planned future improvements known by the CITY that may influence the project. • The CONSULTANT will also identify and seek to obtain data for existing conditions that may impact the project including but not limited to; utilities, agencies (TxDOT and railroads), City Master Plans, and property ownership as available from the Tax Assessor's office. • The data collection efforts will also include conducting special coordination meetings with affected property owners and businesses as necessary to develop sewer re-routing plans. 2. The Conceptual Design Package shall include the following: • Technical memorandum containing graphic exhibits and written summary of alternative design concepts considered strengths and weaknesses of each, and the rationale for selecting the recommended design concept. • Proposed phasing of any water and sanitary sewer work that is included in this project documented in both the project schedule and narrative form. • Documentation of key design decisions. • Opinions of probable construction cost. 1/29/2013 Page 3 EXHIBIT A to Agreement between the City of Sanger, Texas (CITY) and Pacheco Koch LLC, (CONSULTANT) for Consulting Services C. Preliminary Design (60% Submittal) — Prepare preliminary construction plans. Prepare the following sheets at the engineering scale indicated: • Cover Sheet • Quantity sheet and General Notes • Project Layout & Control Sheet • Detail sheets • Sewer plan and profile sheets for improvements. Scale 1" = 40' Horizontal; 1" = 4' Vertical • Traffic Control Plan • Erosion control plans Information required can be combined on sheets if the information can be clearly shown and is approved by the City of Sanger project manager. 2. Assemble City of Sanger standard construction contract documents and modify special technical specifications, if needed, for the project (if any). 3. Prepare an estimate of construction quantities and develop the preliminary opinion of probable construction costs. 4. Submit three (3) 22"x34" sets of preliminary 60% plans, one (1) set of construction contract documents, special conditions and preliminary opinion of probable construction costs to the CITY for review. One (1) set of half size (11"x17") plans will be submitted with the 60% plan submittal. 5. Meet with City of Sanger staff to discuss CITY comments on preliminary plans, contract documents, and opinion of construction cost. D. Final Design (95% & 100% Submittals) — 1. Revise preliminary plans incorporating comments from the City of Sanger. 2. Finalize construction plans for proposed improvements. 3. Finalize construction contract documents including City of Sanger standard specifications, special technical specifications and special conditions (if any). 4. Estimate of final construction quantities and final opinions of construction cost. 5. Submit three (3) sets of final plans (95% plans), City of Sanger contract documents. One (1) set of half size (11"x17") plans will be submitted with the 95% plan submittal. 6. Incorporate CITY final comments into the plans and bid documents. 1 /29/2013 Page 4 E. F EXHIBIT A to Agreement between the City of Sanger, Texas (CITY) and Pacheco Koch LLC, (CONSULTANT) for Consulting Services 7. Submit (1) sealed proof set of final plans (100% plans), specifications for CITY approval. 8. Once approved by the City of Sanger submit: • Thirty (30) bound copies of the bid documents (Plans & Specifications) • Three (3) half -sized sets of the final plans. • An additional ten (10) sets of Plans and Specifications will be provided as needed. Bid Phase Services — CONSULTANT will support the bid phase of the project as follows. Plan Distribution: The CONSULTANT shall sell contract documents and maintain a plan holders list of documents sold. Bidder Assistance: • The CONSULTANT will develop and implement procedures for receiving and answering bidders' questions and requests for additional information. The procedures shall include a log of all significant bidders questions and requests and the response thereto. The CONSULTANT will provide technical interpretation of the contract bid documents and will prepare proposed responses to all bidders' questions and requests, in the form of addenda. Attend the prebid conference in support of the CITY. Attend the bid opening in support of the CITY. 3. Bid Analysis: Tabulate and review all bids received for the construction project, assist the CITY in evaluating bids, and recommend award of the contract. Assist the CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. Incorporate all addenda into the contract documents and issue conformed sets. Construction Administration — 1. The CONSULTANT shall attend the preconstruction conference. 2. After the pre -construction conference, the CONSULTANT shall provide project exhibits and attend public meeting, if any, to help explain the proposed project to residents. The CITY shall select a suitable location and mail the invitation letters to the affected customers. 1/29/2013 Page 5 EXHIBIT A to Agreement between the City of Sanger, Texas (CITY) and Pacheco Koch LLC, (CONSULTANT) for Consulting Services 3. The CONSULTANT shall visit the project site at requested intervals as construction proceeds to observe and report on progress. 4. Prepare construction "Record Drawings" based upon mark-ups and information provided by the construction contractor(s). Submit one (1) set of the record drawings (with "record drawing stamp" bearing the signature of the Engineer and the date) to the City on a CD-ROM disk or flash drive containing scanned 22"x34" black and white PDF images. Services not included in Basic Services for this contract: • Construction inspection services • As -built surveys of constructed improvements • Public hearings or City Council/Commission meetings • Attend a utility coordination meeting to start relocation process with affected franchise utilities. Distribute copies of final plans and proposed schedule for bid letting and construction to affected franchise utilities • Provide periodic site visits (monthly) by the design engineer with a written inspection report submitted to the City for each visit • Prepare and process change orders • Reset property comer monumentation disturbed or removed during or after construction • Required Application and permitting fees or special insurance premiums are not included END OF EXHIBIT 'A' 1/29/2013 Page 6 EXHIBIT B to Agreement between the City of Sanger, Texas (CITY) and Pacheco Koch, LLC (CONSULTANT) for Consulting Services EXHIBIT'B' — SCHEDULE NORTH INTERSTATE 35 OUTFALL SEWER, PHASES I, II, III & IV Phase I: Water & Sanitary Sewer from Lois Road to View Road Activity Estimated Duration (weeks) Estimated Completion N.T.P. Notice -To -Proceed Conceptual Design Submittal 30% 4 4 Weeks Preliminary Design Submittal 65%) 8 12 Weeks Preliminary City Review Complete 1 13 Weeks Final Design Submittal 95%) 4 17 Weeks Final Cit Review complete 1 18 Weeks Final Plans Complete 100% 4 22 Weeks Receive Bids 4 26 Weeks Contract Award 4 30 Weeks Begin Construction 2 32 Weeks Compete Construction 22 54 Weeks Record Drawings 2 56 Weeks Phase II: Sanitary Sewer from BNSF Railroad to Interstate 35 Crossing; Phase III: Sanitary Sewer from Interstate 35 Crossing to Lois Road; and Phase IV: Sanitary Sewer from West end of Interstate 35 Crossing to South Activity Estimated Duration (weeks) Estimated Completion N.T.P. Notice -To -Proceed Conceptual Design Submittal 30% 4 4 Weeks Preliminary Design Submittal 65% 16 20 Weeks Preliminary City Review Complete 2 22 Weeks Final Design Submittal 95% 8 30 Weeks Final City Review Complete 2 32 Weeks Final Plans Complete 100%) 8 40 Weeks The CONSULTANT is not responsible for delays beyond it's' control. END OF EXHIBIT'B' 1/29/2013 Page 1 EXHIBIT C to Agreement between the City of Sanger, Texas (CITY) and Pacheco Koch, LLC (CONSULTANT) for Consulting Services EXHIBIT'C' — COMPENSATION AND METHOD OF PAYMENT NORTH INTERSTATE 35 OUTFALL SEWER, PHASES I, II, III & IV COMPENSATION: For all professional engineering services included in EXHIBIT'A', Scope of Services, the CONSULTANT shall be compensated a lump sum fee of $ 294,465.00 as summarized below. The total lump sum fee shall be considered full compensation for the services described in EXHIBIT A, including all labor materials, supplies, and equipment necessary to deliver the services. Phase I: Sewer from Lois Road to View Road Basic & Special Services A. Project Management, Coordination & Permitting $ 1,635 B. Conceptual Design / Alignment Study (30% Submittal) 4,670 C. Preliminary Design (60% Submittal) 15,070 D. Final Design (90% & 100% Submittals) 8,540 E. Bid Phase Services 1,585 F. Construction Administration 2,930 G. Reimbursable Expense (Not to Exceed) 739 H. Field Survey (') 3,300 1. Permanent Easement Preparation 0 J. Geotechnical Investigation 2,756 Total Not to Exceed $ 41,225 Phase I: Water from Lois Road to View Road Basic & Special Services A. Project Management, Coordination & Permitting $ 2,075 B. Conceptual Design / Alignment Study (30% Submittal) 5,035 C. Preliminary Design (60% Submittal) 19,860 D. Final Design (90% & 100% Submittals) 10,265 E. Bid Phase Services 1,800 F. Construction Administration 3,085 G. Reimbursable Expense (Not to Exceed) 785 H. Field Survey (1) 4,620 I. Permanent Easement Preparation 0 J. Geotechnical Investigation 2,757 Total Not to Exceed $ 50,282 3/6/2013 Page 1 EXHIBIT C to Agreement between the City of Sanger, Texas (CITY) and Pacheco Koch, LLC (CONSULTANT) for Consulting Services Phase II: Sanitary Sewer from BNSF Railroad to Interstate 35 Crossing Basic & Special Services A. Project Management, Coordination & Permitting $ 3,380 B. Conceptual Design / Alignment Study (30% Submittal) 6,625 C. Preliminary Design (60% Submittal) 26,075 D. Final Design (90% & 100% Submittals) 15,085 E. Bid Phase Services 3,385 F. Construction Administration 5,680 G. Reimbursable Expense (Not to Exceed) 1,278 H. Field Survey t'r 3,960 I. Permanent Easement Preparation 5,500 J. Geotechnical Investigation 3,308 Total Not to Exceed $ 74,276 Phase III: Sanitary Sewer from Interstate 35 Crossing to Lois Road Basic & Special Services A. Project Management, Coordination & Permitting $ 3,380 B. Conceptual Design / Alignment Study (30% Submittal) 6,560 C. Preliminary Design (60% Submittal) 23,010 D. Final Design (90% & 100% Submittals) 13,425 E. Bid Phase Services 3,385 F. Construction Administration 5,600 G. Reimbursable Expense (Not to Exceed) 1,237 H. Field Survey tii 0 I. Permanent Easement Preparation 0) 0 J. Geotechnical Investigation 3,308 Total Not to Exceed $ 59,905 Phase IV: Sanitary Sewer from West end of Interstate 35 Crossing to South Basic & Special Services A. Project Management, Coordination & Permitting B. Conceptual Design / Alignment Study (30% Submittal) C. Preliminary Design (60% Submittal) D. Final Design (90% & 100% Submittals) E. Bid Phase Services F. Construction Administration G. Reimbursable Expense (Not to Exceed) H. Field Survey tit I. Permanent Easement Preparation J. Geotechnical Investigation Total Not to Exceed $ 1,280 1,595 9,640 5,575 0 605 374 8,250 6,600 827 $ 34,746 3/6/2013 Page 2 EXHIBIT C to Agreement between the City of Sanger, Texas (CITY) and Pacheco Koch, LLC (CONSULTANT) for Consulting Services Phase IV: Water from Chapman to Betz Basic & Special Services A. Project Management, Coordination & Permitting $ 1,130 B. Conceptual Design / Alignment Study (30% Submittal) 1,900 C. Preliminary Design (60% Submittal) 9,190 D. Final Design (90% & 100% Submittals) 7,355 E. Bid Phase Services 0 F. Construction Administration 605 G. Reimbursable Expense (Not to Exceed) 374 H. Field Survey t'i 8,250 I. Permanent Easement Preparation t't 4,400 J. Geotechnical Investigation 827 Total Not to Exceed $ 34,031 GRAND TOTAL NOT TO EXCEED $ 294,465 (') Provided by City through independent contractor. METHOD OF PAYMENT: The CONSULTANT shall be paid monthly payments as described in Article IV of the AGREEMENT. The cumulative sum of such monthly partial fee payments shall not exceed the total current project budget including all approved Amendments. Each invoice shall be verified as to its accuracy and compliance with the terms of this Agreement by an officer of the CONSULTANT. Monthly statements for reimbursable services performed by sub consultants will be based upon the actual cost to the CONSULTANT plus ten percent (10%). Direct reimbursable expenses for services such as printing, express mail, fees, mileage and other direct expenses that are incurred during the progress of the project will be billed at 1.1 times the CONSULTANT'S cost. END OF EXHIBIT'C' 3/6/2013 Page 3 PACHECOKOCH Project No.: 0100 FEE BUDGET ESTIMATE Client: City of Sanger BASIC DESIGN & CONSTRUCTION SERVICES Project Title: North 135 Outfall Sewer, Phase I (Sewer) Water & Sanitary Sewer from Lois Road to View Road DESCRIPTION OF WORK TASK BASIS OF MANHOUR ESTIMATE TOTAL MH'S PER TASK TOTAL FEE PER TASK PROJ MGR $215.00 SENIOR ENGR $180.00 STR/ELEC/HYD ENGR $190.00 PROJECT ENGR $120.00 DESIGN TECH/Err $95.00 TECH. CADD S80.00 OA/OC REVIEW $180.00 SECTY $70.00 QNTY UNIT PROJECT MANAGEMENT. COORDINATION & PERMITTING PROJECTMANAGEMENT 2.0 2.0 $ 430.00 PRELIMINARY CONFERENCE WITH CLIENT/SITE VISIT 1 N/A 0.5 0.5 1.0 $ 167.50 SURVEY COORDINATION & CONVERSION 1 N/A 1.5 0.5 2.0 $ 215.00 CONSTRUCTABILITY REVIEW 1 N/A 0.5 0.5 1.0 $ 150.00 TxDOT& RAILROAD COORDINATION & PERMITTING 1 N/A 1.5 1.0 0.5 0.5 3.5 $ 350.00 UTLITY CLEARANCE COORDINATION 1 EACH 0.5 1.5 0.5 2.5 $ 322.50 SUB -TOTAL= $ 1,635.00 CONCEPTDESIGN COLLECT& REVIEW EXISTING DATA 1 NIA 0.5 1.5 2.0 S 287.50 ALIGNMENT & GRADE STUDY 1 N/A 1.0 1.5 12.0 4.0 4.0 0B 1 1 23.0 S 271&00 CONCEPT DESIGN TECHNICAL MEMO 1 EACH 1.5 1.6 5.0 2.5 0.5 11.0 S 1,465.00 CLIENT CONFERENCE/REVIEW MEETING 1 N/A 0.5 0.5 0.5 1S S 202.50 SITE VISIT 1 EACH 1 0.0 $ SUBTOTAL• S 4,670.00 PRELIMINARY DESIGN 60%SUBMITTAL COVERSHEET/INDEX 0 SHEET 0.5 0.5 $ 47.50 PROJECT LAYOUTSHEET 1 SHEET 0.5 0.5 0.5 1.5 $ 147.50 QUANTITY/LEGEND/CONTROL SHEET 0 SHEET 0.5 0.5 1 1.0 2.0 $ 230.00 GENERAL NOTES SHEET 1 SHEET 0.5 0.5 0.5 0.5 2.0 $ 255.00 SANITARY SEWER PLAN AND PROFILE SHEETS 6 SHEET 2.0 8.0 32.0 36.0 24.0 2.0 104.0 $ 11410.00 WATER PLAN AND PROFILE SHEETS 0 SHEET 0.0 S EROSION CONTROL SHEETS 2 SHEET 0.5 0.5 2.0 2.0 5.0 $ 517.50 TRAFFIC CONTROL SHEETS 2 SHEET 0.5 1.0 1.0 2.0 3.0 7.5 $ 837.50 QUANTITY TAKE -OFF AND OPINION OF COST N/A N/A 0.5 1.0 0.5 0.5 2.5 $ 297.50 SPECIFICATIONS 1 BOOK 0.5 1.0 3.0 1.0 1.0 0.5 2.0 9.0 $ 1052.50 SITE VISITS 1 EACH 0.5 0.5 S 107.50 CLIENT CONFERENCE/REVIEW MEETING 1 N/A 0.5 0.5 1.0 S 167.60 SUBTOTALS $ 15,070.00 FINAL DESIGN (90%& 100%SUBMITTALS COVER SHEET/INDEX 0 SHEET 0.5 0.5 1.0 $ 100.00 PROJECTLAYOUTSHEET 1 SHEET 0.5 0.5 1.0 $ 87.50 DLANTBY/LEGEND /CONTROL SHEET 0 SHEET 0.5 0.5 0.5 0.5 2.0 $ 237.50 GENERAL NOTES SHEET 1 SHEET 0.5 0.5 1.0 $ 107.50 DETAIL SHEETS 3 SHEET 0.5 0.5 1.0 2.0 2.0 6.0 $ 667.50 SANITARY SEWER PLAN AND PROFILE SHEETS 6 SHEET 1.0 4.0 12.0 24.0 8.0 2.0 51.0 5,655.03" WATER PLAN AND PROFILE SHEETS 0 SHEET 0.0 $ EROSION CONTROL SHEETS 2 SHEET 1.0 0.5 1.5 $ 135-0D TRAFFIC CONTROL SHEETS 2 SHEET 0.5 0.5 1.0 2.0 4.0 S 422.50 OUANTY TAKE-0FF AND OPINION OF COST WA WA 0.5 0.5 0.5 0.5 2.0 $ 237.50 SPECIFICATIONS 1 BOOK 0.5 1.0 1.0 1.0 0.5 1.0 5.0 $ 662.50 SITE VISITS 1 EACH 0.5 0.5 S 60.00 CLIENTCONFERENCE/REVIEW MEETING 1 N/A 0S 0.5 1.0 S 167.50 SUB -TOTAL= S &540.00 PACHECO KOCH Project No.: 0100 FEE BUDGET ESTIMATE Client: City of Sanger BASIC DESIGN & CONSTRUCTION SERVICES Project Title: North 135 Outfall Sewer, Phase I (Sewer) Water & Sanitary Sewer from Lois Road to View Road March 6, 2013 BASIS DESCRIPTION OF WORK TASK OF MANHOUR TOTAL TOTAL PROJ SENIOR STR/ELEC/HYD PROJECT DESIGN TECH. QA/QC ESTIMATE MGR ENGR ENGR ENGR TECH/ER CADD REVIEW SECT' MH'S PER FEE PER QNTY UNIT 5215.00 $180.00 $190.00 $120.00 $96.00 $80.00 $180.00 $70.00 TASK TASK BIDDING PHASE COORDINATE PLAN REPRODUCTION & DISTRIBUTION 1 NIA 0.5 BIDDING ASSISTANCE 1 N/A 0.5 0.5 1.0 1.0 1.5 $ 160.00 BID OPENING 1 N/A 1.0 1.0 0.5 2S $352.50 BID TABULATION 1 N/A 0.5 0.5 2.0 $ 335.00 RECOMMENDATION OF AWARD 1 N/A 0.5 1.0 2.0 $ 237.50 NOTICE OF AWARD 0 NA 0.5 0.5 $ 202.50 REVIEW&ASSEMBLE CONTRACTS 1 N/A 0.5 �25 $ 1.0 1.0 $ 297.50 SUOTAL= $ 1,585.00 CONSTRUCTION PHASE NOTICE TO PROCEED 0 N/A PRECONSTRUCTION CONFERENCE - 1 NA 1.5 1.5 0.0 $ MEETING WITH AFFECTED PROPERTY OWNERS 1 N/A 0.5 1.0 3.0 S 502.50 SHOP DRAWING REVIEW 0 N/A 1.5 1.5 $ 227.50 $ SITE VISITS 4 N/A 4.0 2.0 0.0 TESTREPORTREVIEW 0 N/A 6.0 $ 1100.00 PLAN CLARIFICATIONS/CHANGE ORDERS 0 WA $ MONTHLY CONTRACTOR'S ESTIMATE 0 N/A 0.0 $ FINAL INSPECTION 0 N/A 0.0 $ CONTRACTOR'S FINAL PAY ESTIMATE 0 N/A 0.0 S CERTIFICATEOFCOMPLETION 0 N/A 0.0 $ - RECORD DRAWINGS 15 SHEET 0.5 3.0 9.0 0.5 0.0 13.0 $ $ 1,100.00 SUB -TOTAL- 5 2,930.00 HOURS SUB -TOTALS 23.5 22.0 0.0 90.5 84.5 60.5 5.5 10.0 296.5 $ 34,43D.00 TOTAL LABOR COSTS 5,052.50 3.960400 10.860.00 8,027.O 4,840.00 990.00 700.00 $ 34,430.D0 %OFTOTALHOURS 7.9% 7.4% 0.0% 30.5% 28.5% 20.4% 100.0°0 PRINTING& REPRODUCTION EXPENSES QUANTITY UNITPRICE AMOUNT ENGINEERING LABOR COSTS: REIMBURSABLE EXPENSES TOTAL ENGINEERING (Basic Services) $ 34,430.00 739.00 PRINTING- 11 X 17 PLANSREVIEW SETS 8 SETS 15 PLOTS/SET 120 0.50 60.00 PRINTING 22 X 34 PLANS REVIEW SETS 12 SETS 15 PLOTS/SET 180 1.00 180.00 PRINTING- 22 X 34 PLANS(UTILrrY CLEARANCE SETS 12 SETS 15 PLOTS/SET 160 1.00 18D00 S 35,169.00 PRINTING- 22 X 34 PLANS (BID $ETB) 0 SETS 15 PLOTS/SET 0 1.00 PRINTING- I I X 17 PLANS ID SETS) 4 SETS 15 PLOTS/SET 60 0.50 30.00 OTHER DIRECT COSTS -fSoec al Services) PRINTING -22X 34 PLANS (AS -BUILT SETS 2 SETS 15 PLOTS/SET 30 1.00 30.00 PDF PREPARATION 0.5 SETS 15 PLOTS/SET 1 8.00 4.00 FIELD SURVEY (1000 LF @S3.00ILF) $ 3,300.00 SPECIFICATIONS- 8S X 11 PAPER COPIES 4 SETS 100 COPIESISET 460 0.10 40.00 EASEMENT PREPARATION GEOTECHNICAL INVESTIGATION TOTAL ENGINEERING (Spoclal Services) TOTAL DESIGN FEE S $ 2,756.00 SPECIFICATIONS- 8.5 X 11 PAPER COPIES(SID SETS) 0 SETS 100 COPIES/SET 0 0.10 TOTAL PRINTING & REPRODUCTION EXPENSES is 524.00 $ 6,056.00 at 225.00 DIRECT EXPENSES PLOTTING- 11 X 17 PAPER PLOTS 6 SETS 15 PLOTS/SE7 90 0.50 45.00 PLOTTING -22X34 PAPER PLOTS 6 SETS 15 PLOTS/SET 90 1.00 90.00 REPRODUCTION- 8.6 X 11 PAPER COPIES 100 COPIES 100 0.10 10A0 DELIVERYSERVICE 1 PKGS 1 15.00 15.00 AUTO EXPENSE 2 TRIPS 50 MI/R21P 100 0.55 55.00 TOTAL PER PHASE DIRECT EXPENSES $ 215.00 PACHECO KOCH Project No.: 0100 FEE BUDGET ESTIMATE Client: City of Sanger BASIC DESIGN & CONSTRUCTION SERVICES Project Title: North 135 Outfall Sewer, Phase I (Water) Water & Sanitary Sewer from Lois Road to View Road DESCRIPTION OF WORK TASK BASIS OF MANHOUR ESTIMATE TOTAL MH-S PER TASK M3fCI1 b, LVlJ TOTAL FEE PER TASK PROJ MGR $215.00 SENIOR ENGR $180.00 STR/ELEC(HYD ENGR $190.00 PROJECT ENGR $120.00 DESIGN TECH/ER S95.00 TECH. CADD $80.00 QAA)C REVIEW $180.00 SECTY $70.00 ONTY I UNIT PROJECT MANAGEMENT. COORDINATION & PERMITTING PROJECT MANAGEMENT 2.0 2.0 S 430.00 PRELIMINARY CONFERENCE WITH CLIENT/SITE VISIT 1 N/A 1.0 1.0 0.6 2.5 $ 37D.00 SURVEY COORDINATION & CONVERSION 1 N/A 0.5 1.5 2.0 S 287.50 CONSTRUCTABILITY REVIEW I N/A 0.5 0.5 0.5 1.5 $ 186.00 U90T& RAILROAD COORDINATION & PERMITTING 1 N/A 0.5 0.5 1.5 1.0 1.0 0.5 5.0 $ 58].50 UTILITY CLEARANCE COORDINATION 1 EACH 1.5 0.5 2.0 S 215.00 SUB -TOTAL. $ 2,076.00 CONCEPT DESIGN COLLECT& REVIEW EXISTING DATA 1 NIA 0.5 1.5 2.0 S 237.50 ALIGNMENT&GRADE STUDY I N/A 1.5 1.5 12.0 4.0 4.0 1.0 24.0 $ 2,912.50 CONCEPT DESIGN TECHNICAL MEMO I EACH 1.5 1.5 5.0 2.5 1.0 11.5 $ 1.S0D.00 CLIENT CONFERENCE/REVIEW MEETING 1 N/A OS 0.5 1.0 S 167.50 SITE VISIT 1 EACH 0.5 0.5 1.0 $ 167.50 SUB -TOTAL = $ 51035.00 PRELIMINARY DESIGN (60 %SUBMITTAL) COVER SHEET/INDEX 1 SHEET 0.5 0.5 0.5 0.5 2.0 S 237.50 PROJECTLAYOUTSHEET 0 SHEET 0.5 1.0 1.0 2.5 S 2S5.00 QUANTITY/LEGEND/CONTROL SHEET 1 SHEET 0.5 0.5 1.0 1.5 1.0 540.00 GENERAL NOTES SHEET 0 SHEET 0.5 0.5 0.5 1.6 $ 195.00 SANITARY SEWER PLAN AND PROFILE SHEETS 0 SHEET 0.0 $ WATER PLAN AND PROFILE SHEETS 8 SHEET 2.0 10.0 4p.0 54.0 40.0 2.0 148.0 $ 15720.00 EROSION CONTROL SHEETS 2 SHEET O.S 2.0 2.0 4.5 Is 41MOD TRAFFIC CONTROL SHEETS 2 SHEET 0.5 1.0 1.0 2.0 3.0 ].5 $ 837.50 QUANTITY TAKE-0FF AND OPINION OF COST WA N/A 0.5 0.5 1.0 0.5 0.5 3.0 $ 405.00 SPECIFICATIONS I BOOK 0.5 1.0 3.0 1.0 1.0 0.5 2.0 9.0 $ 1052.50 SITE VISITS 1 EACH 0.5 D.5 $ 60.00 CLIENT CONFERENCE/REVIEW MEETING 1 N/A 0.5 OS 1.0 $ 167.50 SUB -TOTAL $ 191860.00 FINAL DESIGN 90%&1W%SUBMITTAL$ COVER SHEET/INDEX 1 SHEET 0.5 0.5 S 47.50 PROJECT LAYOUTSHEET 0 SHEET 0.5 0.5 0.5 0.5 2.0 S 237.50 QUANTITY/LEGEND/CONTROL SHEET I SHEETI OS 0.5 0.5 0.5 2.0 $ 25TOO GENERAL NOTES SHEET 0 SHEET 0.5 0.5 0.5 1.5 $ 1T/.50 DETAIL SHEETS 2 SHEET 0.5 1.0 2.0 2.0 5.5 $ 560.00 SANITARY SEWER PLAN AND PROFILE SHEETS 0 SHEET 0.0 S WATER PLAN AND PROFILE SHEETS 8 SHEET 1.0 4.0 16.0 28.0 16.0 2.0 67.0 $ 7,155.00 EROSION CONTROL SHEETS 2 SHEET 0.5 0.5 1.0 1.0 3.0 $ 342.50 TRAFFIC CONTROL SHEETS 2 SHEET 0.5 1.0 2.0 3.5 S 315.00 QUANTITY TAKE-0FF AND OPINION OF COST WA NIA 0.5 0.5 0.5 0.5 2.0 S 237.50 SPECIFICATIONS I BOOK OS 1.0 1.0 1.0 0.5 1.0 5.0 $ 662.50 SITE VISITS 1 EACH 0.5 0.5 O.5 $ 107.50 CUENTCONFERENCE/REVIEW MEETING 1 N/A 0.5 0.5 $ 167.50 SUB -TOTAL= $ 10,265A0 PACHECOKOCH Project No.: 0100 FEE BUDGET ESTIMATE Client: City of Sanger BASIC DESIGN & CONSTRUCTION SERVICES Project Title: North 135 Outfall Sewer, Phase I (Water) Water & Sanitary Sewer from Lois Road to View Road BASIS March6.2013 OF DESCRIPTION OF WORK TASK MANHOUR TOTAL TOTAL PROJ SENIOR STR/ELEC/HYD PROJECT DESIGN TECH. -FIREVIEW OAIOC ESTIMATE MGR ENGR ENGR ENGR TECH/ER CADD SECTY MH'S PER FEE PER pNTY UNIT BIDDING PHASE $215.00 $180.00 $190.00 S120.D0 $95.00 380.00 $190.00 $70.00 TASK TASK COORDINATE PLAN REPRODUCTION & DISTRIBUTION i N/A 0.5 BIDDING ASSISTANCE 1 - N/A 0.5 0.5 1.0 11 0 .0 1.5 S 160.00 BID OPENING 1 N/A 2.0 . 2.5 $ 352.50 BID TABULATION 1 N/A 0.5 1.0 3.0 $ 550.00 RECOMMENDATION OF AWARD 1 WA 0.5 0.5 1.0 2.0 S 237.50 NOTICE OF AWARD 0 N/A 0.5 0.5 1.5 S 202.50 REVIEW &ASSEMBLE CONTRACTS 1 N/A 0.5 0.0 $ 1.0 1.0 2.5 is 207.50 SUB -TOTAL. $ 1,800.00 CONSTRUCTION PHASE NOTICE TO PROCEED 0 N/A PRECONSTRUCTION CONFERENCE 1 N/A 1.5 1.5 00 S MEETING WITH AFFECTED PROPERTY OWNERS 1 N/A 1.0 3.0 $ 502.50 SHOP DRAWING REVIEW 0 WA 0.5 1.5 $ 275.00 SITE VISTS 4 N/A 4.0 2 0.0 $ TEST REPORT REVIEW 0 N/A .0 6.0 S 1.100.00 PLAN CLARIFICATIONS/CHANGE ORDERS 0 N/A MONTHLY CONTRACTOR'S ESTIMATE 0 N/A FINAL INSPECTION 0 WA CONTRACTOR'S FINAL PAY ESTIMATE 0 NIA o.o $ CERTIFICATE OF COMPLETION 0 N/A 0.0 $ RECORD DRAWINGS 16 SHEET 0.5 0.5 3.0 O.o s 9.0 0.5 13.5 $ 1,2W.50 SUBTOTALv $ 3.085.00 HOURS SUBTOTALS 26.0 25.0 0.0 103.5 109.0 86.5 6.5 10.5 369.0 $ TOTAL LABOR COSTS 6,020.00 4,500.00 12,420.00 10.355.00 6.920.00 t.170.00 735.00 $ 42,120.00 42,120.00 %OF TOTAL HOUR$ PRINTING& REPRODUCTION EXPENSES OUANiTIY UNIT PRICE AMOUNT ENGINEERING LABOR COSTS: REIMBURSABLE EXPENSES TOTAL ENGINEERING (Seek, Services) $ 42,120.00 785.00 PRINTING- 11 X 17 PLANS (REVIEW SETS 8 SETS 16 PLOTS/SET 128 0.50 64.00 PRIMING- 22 X 34 PLANSREVIEW SETS 'CLEARANCE 12 SETS 16 PLOTS/SET 192 1.00 192.00 PRINTING-22 X 34 PLANS U-I1U SETS 12 SETS 16 PLOTS/SET 192 1.00 192.00 $ 42,905.00 PRINTING- 22 X 34 PLANS (BID SETS) 0 SETS 16 PLOTS/SET 0 1.00 PRINTING-11 X17 PLANS BID SETS 4 SETS 16 PLOTS/SET 64 0.50 32.X OTHER DIRECT COSTS - (Seeclal Services) PRINTING -22X 34 PLANS AS -BUILT SETS 2 SETS 16 PLOTS/SET 32 1.00 32.00 POP PREPARATION 0.5 SETS 16 PLOTS/SET 1 8.00 4.00 FIELD SURVEY(1400 LF@ S3.00/1-F) $ 4.620.00 SPECIFICATIONS.8.5 X 11 PAPER COPIES 4 SETS 100 COPIES/SET 400 0.10 40.00 EASEMENT PREPARATION $ SPECIFICATIONS -B.SX it PAPER COPIES (BID SETS) 0 SETS 100 COPIES/SET 0 0.10 GEOTECHNICAL INVESTIGATION $ 2,757.00 TOTAL ENGINEERING (Special Sorvlcos) $ 7,377.00 TOTAL PRINTING & REPRODUCTION EXPENSES $ 556.00 DIRECT EXPENSES PLOTTING-11 X 17 PAPER PLOTS 6 S TOTAL DESIGN FEE 50282.00 16 PLOTS/SET 96 0.50 48.00 PLOTRNG- 22 X 34 PAPER PLOTS 6 16 PLOTS/SET 96 1.00 96.00 REPRODUCTION- 8.5 X 11 PAPER COPIES is' J!GS '. 150 0.10 15.00 DELNERYSERVICE I . 1 5.00 15.00 15.00 15.00 AUTO EXPENSE 2 50 MI/IRIP t00 TOTAL PER PHASE DIRECT EXPENSES $ 229.00 PACHECO KOCH Project No.: 0100 FEE BUDGET ESTIMATE Client: City of Sanger BASIC DESIGN & CONSTRUCTION SERVICES Project Title: North 135 Outfall Sewer, Phase II Sanitary Sewer from BNSF Railroad North to 135 Bore at Selz Road Length =5,400 LF DESCRIPTON OF WORK TASK BASIS OF MANHOUR ESTIMATE TOTAL MH'S PER TASK TOTAL FEE PER TASK PROJ MGR $215.00 SENIOR ENGR $180.00 STWELEC/HYD ENGR $190.00 PROJECT ENGR $12D.00 DESIGN TECH/Err $95.0D TECH. CADD $80.00 ONQC REVIEW S180.00 SECTY $]0.00 ON UNR PROJECT MANAGEMENT, COORDINATION & PERMITTING PROJECT MANAGEMENT 2.5 2.5 S 53].50 PRELIMINARY CONFERENCE WITH CLIENT/SITE VISIT t N/A 1.0 1.0 0.5 2.5 S 370.00 SURVEY COORDINATION & CONVERSION 1 N/A 0.5 2.0 5.0 5.0 0.5 13.0 S 1,257.50 CONSTRUCTABILUY REVIEW 1 N/A 0.5 0.5 0.5 1.5 $ 185.00 TMDOT& RAILROAD COORDINATION & PERMITTING 1 NIA 0.5 0.5 2.0 1.0 1.0 0.5 5.5 S 641.50 UTILFTY CLEARANCE COORDINATION 1 EACH 0.5 2.0 0.5 3.0 $ 382.50 SUB -TOTAL= $ 3,38D.00 CONCEPTOESIGN COLLECT& REVIEW EXISTING DATA 1 WA 1.0 2.0 3.0 $ 455.00 ALIGNMENT &GRACE STUDY 1 N/A 1.5 2.0 14.0 7.0 7.0 1.0 32.5 $ 376TS0 CONCEPT DESIGN TECHNICAL MEMO t EACH 20 2.0 6.0 3.0 1.0 14.0 $ 186&00 CLIENTCONFERENCE/REVIEW MEETING 1 NIA 1.0 1.0 0.5 2.5 S 370.00 SITE VISIT 1 EACH 0.5 0.5 1.0 S 167.50 SUB -TOTAL- $ 6,625.00 PRELIMINARY DESIGN (60%SUBMITTAL COVER SHEET/INDEX 1 SHEET 0.5 0.5 1.0 0.5 2.5 $ 285.00 PROJECT LAYOUT SHEET 1 SHEET 0S 1.0 1.5 1 1.5 4.5 $ 4]2.50 QUANTITY/LEGEND/CONTROL SHEET i SHEET 0.5 0.5 1.5 t5 2.0 1 6.0 § 680.00 GENERAL NOTES SHEET 1 SHEET 1.0 OS 1.0 - 1.0 1 3.5 $ 450.00 SANITARY SEW ER PLAN AND PROFILE SHEETS 8 SHEET 5.0 12.0 50.0 58.0 32.0 2.0 159.0 S 17665.00 WATER PLAN AND PROFILE SHEETS 0 SHEET 0.0 $ EROSION CONTROL SHEETS 4 1 SHEET 0.5 0.5 1.5 5.0 5.0 12S S 1.252.50 TRAFFIC CONTROL SHEETS 4 SHEET 1.0 2.0 2.0 4.0 6.0 15.0 $ 1675.00 QUANTITY TAKE -OFF AND OPINION OF COST WA NIA 0.5 0.5 4.0 2.0 1.5 8.5 $ 987.50 SPECIFICATONS 1 BOOK 1.0 2.0 6.0 2.0 2.0 1.0 4.0 18.0 $ 2105.00 SITE VISRS 1 EACH 0.5 0.5 1.0 $ 167.60 CLIENT CONFERENCEIREVIEW MEETING 1 NIA 1.0 1.0 2.0 $ 335.00 SUB -TOTAL= $ 26,075.00 FINAL DESIGN (90%& 100%SUBMITTAL$ COVER SHEET/INDEX 1 SHEET 0.5 0.5 0.5 1 1.5 $ 147.50 PROJECT LAYOUT SHEET t SHEET 0.5 0.5 1.0 1.0 1 3.0 S 325.00 OUANTTIY / LEGEND / CONTROL SHEET 1 SHEET 1 0.5 0.5 1.0 1.0 1.0 4.0 $ 492.50 GENERAL NOTES SHEET 1 SHEET 0.5 0.5 1.0 0.5 2.5 $ 285.00 DETAIL SHEETS 5 SHEET 0.5 1.0 2.0 4.0 4.0 11.5 $ 1 M7'S0 SANTARV SEWER PLAN AND PROFILE SHEETS 8 SHEET 25 6.0 26.0 32.0 12.0 2.0 80.5 $ 9097.50 WATER PLAN AND PROFILE SHEETS 0 SHEET 0.0 $ EROSION CONTROL SHEETS 4 SHEET 0.5 0.5 2.0 2.0 5.0 S 517.50 TRAFFIC CONTROL SHEETS 4 SHEET 0.5 1.0 1.5 4.0 7.0 § 690.00 OUANT7YTAKE-0FF AND OPINION OF COST N/A WA 0.5 1.0 t0 1.0 0.5 4.0 S 475.00 SPECIFICATIONS 1 BOOK 1.0 2.0 2.6 2.0 1.0 2.0 10.0 $ 1325.00 SITE VISITS 1 EACH 0.5 D.5 1.0 $ 167.50 CLIENT CONFERENCE/REVIEW MEETING t WA 1.0 1.0 2.0 $ 335.00 $UB-TOTAL= $ 15,085.00 PACHECO KOCH Project No.: 0100 FEE BUDGET ESTIMATE Client: City of Sanger BASIC DESIGN & CONSTRUCTION SERVICES Project Title: North 135 Outtall Sewer, Phase 11 Sanitary Sewer from BNSF Railroad North to 135 Bore at Betz Road Length = 5,400 LF DESCRIPTION OF WORK TASK BIDDING PHASE BASIS OF MANHOUR ESTIMATE TOTAL MH'S PER TASK March 6, 2013 TOTAL FEE PER TASK PROJ MGR S215.00 SENIOR ENGR $180.00 STR/ELEC/HYD ENGR S190.00 PROJECT ENGR $120.00 DESIGN TECH/EIT S95.00 TECH. CADD $80.00 GO REVIEW S180.00 SECTY $70.00 QNTY UNIT COORDINATE PLAN REPRODUCTION &DISTRIBUTION BIDDING ASSISTANCE BID OPENING BID TABULATION RECOMMENDATION OF AWARD NOTICEOFAWARD REVIEW BASSEMBLE CONTRACTS 1 1 1 1 1 0 1 N/A N/A N/A N/A N/A N/A N/A 1.0 3.0 1.0 1.0 1.0 1.0 1.0 2.0 2.0 1.0 1.0 2.0 2.0 1.0 2.0 1.0 2.0 3.0 5.0 5.0 4.0 33.0 .0 5.0 S 320.00 $ 705.00 5 8B5.00 $ 4]5.00 $ 4 5.00 $ 1 S 595.00 SUB-TOTAL S 3,385.00 CONSTRUCTION PHASE NOTICE TO PROCEED 0 N/A PRECONSTRUCT )N CONFERENCE MEETING WITH AFFECTED PROPERTY OWNERS SHOP DRAWING REVIEW 1 1 O N/A N/A N/A 3.0 1.5 3.0 1.5 EMS SITE VISITS 4 WA 8.0 4.0 D TEST REPORT REVIEW 0 WA 0. PLAN CLARIFICATIONS/CHANGE ORDERS 0 N/A MONTHLY CONTRACTOR'S ESTIMATE 0 N/A FINAL INSPECTION D N/A 0.0 CONTRACTOR'S FINAL PAY ESTIMATE 0 N/A 0.0 $ CERTIFICATE OF COMPLETION RECORD DRAWINGS 0 25 N/A SHEET 0.5 1.0 5.0 15.0 0.0 1.0 0. 22.5 $ S 1,972.50 SUB -TOTAL- $ 5ARD.00 HOURS SUB -TOTALS TOTAL LABOR COSTS 49.0 10.535.00 36.5 5.570.00 0.0 153.5 18.420.00 143.0 13,585.00 105.5 8,440.00 7.5 t.350.00 19.0 1.330.00 514.0 $ 60,230.00 $ 60.230.00 %pF TOTAL HOUR$ 9.5% ].t% 0.0% 29.9% 27.6% 20.5% 1.5% 3.7% 100.0% PRINTING& REPRODUCTION EXPENSES QUANTITY UNITPRICE I AMOUNT ENGINEERING LABOR COSTS: REIMBURSABLE EXPENSES TOTAL ENGINEERING (Basic Services) $ 60,230.00 1,27800 PRINTING- 11 X 17 PLANS (REVIEW SETS 8 SETS 25 PLOTS/SET 200 o50 1 100.00 PRINTING- 22 X 34 PLANSREVIEW SETS 12 SETS 25 PLOTS/SET 300 1.00 300.00 PRINTING-22XS4 PLANS UTLRYCLEARANCESETS 12 SETS 25 PLOTS/SET 300 1.00 300.00 $ 61,508.D0 PRINTING- 22 X 34 PLANS (BID SETS) 0 SETS 25 PLOTS/SET 0 1,00 PRINTING-11 X17 PLANS BID SETS 4 SETS 25 PLOTS/SET 100 0.50 50.00 OTHER DIRECT COSTS - (Special Services) PRINTING-22 X 34 PLAINS (AS -BUILT SETS 2 SETS 25 PLOTS/SET 50 1.00 50.00 POF PREPARATION 1 SETS 25 PLOTS/SET 1 8.00 Sm FIELD SURVEY(1200 LF@S3.00/LF) EASEMENT PREPARATON(5@$1000/EA) GEOTECHNICAL INVESTIGATION TOTAL ENGINEERING (Special Services) TOTAL DESIGN FEE $ 3,960.00 S 51500.00 S 3.308AD SPECIFICATIONS.8.5 X 11 PAPER COPIES SPECIFICATIONS -B.SX I PAPER COPIES (BID SETS) 8 0 SETS SETS 100 100 COPIES/SET COPIES/SET 800 0 0.10 0.10 80.00 TOTAL PRINTING & REPRODUCTION EXPENSES $ small $ 12,768.00 S 74276.00 DIRECT EXPENSES PLOTTING - I I X 17 PAPER PLOTS 6 PLOTS/SET 150 0.50 75.00 PLOTTING- 22 X 34 PAPER PLOTS 6 PLOTS/SET 150 1.00 150.00 REPRODUCTION- 8.5 X 11 PAPER COPIES 260 ft 250 0.10 25.00 DELIVERY BERVICE 2 2 15.00 30.00 AUTO EXPENSE 4 MIIIRiP 200 0.551 110.00 TOTAL PER PHASE DIRECT EXPENSES $ 390.00 PACHECOKOCH Project No.: 0100 Client: City of Sanger Project Title: North 135 Outfall Sewer, Phase III Sanitary Sewer f135 Bore at Selz Road to Lois Road FEE BUDGET ESTIMATE BASIC DESIGN & CONSTRUCTION SERVICES Lmgn = 5,600 LF DESCRIPTION OF WORK TASK BASIS OF MANHOUR ESTIMATE TOTAL MH'S PER TASK TOTAL FEE PER TASK PROJ MGR $215.00 SENIOR ENGR $180.00 STR/ELEC/HYD ENGR $190.00 PROJECT ENGR $120.00 DESIGN TECH/ER $95m TECH. CADD $80.00 OAIQC REVIEW $180.00 SECTY $70.00 ONTY UNIT PROJECT MANAGEMENT, COORDINATION & PERMITTING PROJECT MANAGEMENT 2.5 2.5 S 537.50 PRELIMINARY CONFERENCE WITH CLIENT/SITE VISIT 1 N/A 1.0 1.0 0.5 2.5 $ 370.00 SURVEY COORDINATIONS CONVERSION 1 NIA 0.5 2.0 5.0 5.0 0.5 1 13.0 $ 1.257.50 CONSTRUCTABILTIY REVIEW 1 N/A 0.5 0.5 0.5 1.5 $ 185.00 TAROT& RAILROAD COORDINATION & PERMITTING 1 N/A 0.5 0.5 2.0 1.0 1.0 0.5 5.5 $ 647.50 UTILITY CLEARANCE COORDINATION 1 EACH 0.5 2.0 0.5 3.0 $ 382.50 SUB -TOTAL. $ 3,380.00 CONCEPT DESIGN COLLECT& REVIEW EXISTING DATA 1 NIA 1.0 2.0 3.0 $ 455.00 ALIGNMENT 8 GRADE STUDY 1 N/A IS 2.0 12.0 8.0 BD 1.0 32.5 S 3702.50 CONCEPT DESIGN TECHNICAL MEMO 1 EACH 2.0 2.0 6.0 3.0 1.0 14.0 $ 1,865.00 CLIENT CONFERENCEIREVIEW MEETING 1 N/A 1.0 1.0 0.5 2.5 $ 37p.00 SITE VISIT 1 EACH 0.5 0.5 1.0 $ 167.50 SUB -TOTAL $ 61560.00 PRELIMINARY DESIGN (60%SUBMITTAL COVER SHEET/INDEX 1 SHEET 0.5 0.5 1.0 0.5 2.5 $ 285.00 PROJECT LAYOUT SHEET 1 SHEET 1 0.5 1.0 2.0 1.5 5.0 S 520B0 OUANTITY/LEGEND /CONTROL SHEET 1 SHEET 0.5 0.5 1.5 1.5 2.0 6.0 $ 680.00 GENERAL NOTES SHEET 1 SHEET 1.0 0.5 1.0 1.0 3.5 450.00 SANITARY SEWER PLAN AND PROFILE SHEETS 7 SHEET 4.5 10.0 42.0 48.0 26.0 2.0 132.5 $ 16807.50 WATER PLAN AND PROFILE SHEETS 0 SHEET 0.0 $ EROSION CONTROL SHEETS 4 SHEET 0.5 0.5 1.5 5.0 55.0 .5 112. 252 W 50 $ 1, TRAFFIC CONTROL SHEETS 4 SHEET 1.0 2.0 2.0 4.0 .0 $ 125 00 OLIANITfYTAKE-OFFANO OPINION OF COST N/A NIA 0.5 0.5 3.0 1.0 1.0 6.0 $ 732.50 SPECIFICATIONS 1 BOOK 1.0 2.0 6.0 2.0 2.0 1.0 4.0 18.0 S 2105.00 SITE VISITS 1 EACH 0.5 0.5 1.0 S 167.50 CLIENT CONFERENCEIREVIEW MEETING 1 WA 1.0 1.0 2.0 $ 335.00 SUE -TOTAL $ 23.010.00 FINAL DESIGN 90%&100%SUBMITTALS COVER SHEET/INDEX - 1 SHEET 0.5 0.5 0.5 1.5 $ 147.W PROJECT LAYOUTSHEET 1 SHEET 0.5 0.5 1.0 1.0 3.0 $ 325.00 QUANTITY/LEGEND/CONTROL SHEET 1 SHEET 0.5 0.5 1.0 1.0 1.0 4.0 S 492.50 GENERAL NOTES SHEET 1 SHEET 0.5 0.5 1.0 0.5 2.5 $ 285.00 DETAIL SHEETS 5 SHEET 0.5 1.0 2.0 4.0 4.0 11.5 $ 1.227.50 SANTARY SEWER PLAN AND PROFILE SHEETS 7 SHEET 2.5 5.0 20.0 24.0 12.0 2.0 65.5 $ ]437.50 WATER PLAN AND PROFILE SHEETS 0 SHEET 0.0 $ EROSION CONTROL SHEETS 4 SHEET 0.5 0.5 2.0 2.0 5.0 $ 517.50 TRAFFIC CONTROL SHEETS 4 HEE71 0.5 1.0 1.5 4.0 7.0 $ 590.00 OUANTIIYTAKE-OFF AND OPINION OF COST WA N/A 0.5 1.0 1.0 1.0 0.5 4.0 $ 475.00 SPECIFICATIONS 1 BOOK 1.0 2.0 2.0 2.0 1.0 2.D 10.0 1325DD SITE VISITS 1 EACH B5 0.5 1.0 S 16].50 CLIENT CONFERENCE/REVIEW MEETING 1 WA 1.0 1.0 2.0 S 335.00 SUB -TOTAL. $ 13,425.00 PACHECO KOCH Project No.: 0100 Client: City of Sanger Project Title: North 135 Outfall Sewer, Phase III Sanitary Sewer f135 Bore at Belz Road to Lois Road FEE BUDGET ESTIMATE BASIC DESIGN & CONSTRUCTION SERVICES Len90=5,600 LF March 6. 2013 BASIS OF TOTAL TOTAL PROJ SENIOR STR/ELEC/HYD PROJECT DESIGN TECH. OAIQC DESCRIPTION OF WORK TASK MANHOUR MH'S FEE ESTIMATE MGR ENGR ENGR ENGR TECH/EF CADD REVIEW SECTY PER PER gNTY UNIT $215.00 $180.00 $190.00 $120.00 S95.Do $80.00 $180.00 $70.00 TASK TASK BIDDING PHASE COORDINATE PLAN REPRODUCTION & DISTRIBUTION 1 N/A 1.0 BIDDING ASSISTANCE 1 N/A 1.0 1.0 2.0 .0 22.0 3.0 5.0 6 320.00 $ BID OPENING 1 N/A 3.0 2.0 920.00 BID TABULATION 1 N/A 1.0 1.0 2.0 5.0 4.0 $ 885.00 $ 475.00 RECOMMENDATION OF AWARD 1 N/A 1.0 1.0 NOTICE OF AWARD 0 N/A 1.0 3.0 $ 405.00 REVIEW ASSEMBLE CONTRACTS i N/A 1.0 0.0 $ 2.0 2.0 5.0 $ 595.00 6UB-70TAL= $ 3,385.00 CONSTRUCTION PHASE NOTICE TO PROCEED 0 N/A 0.0 $ PRECONSTRUCTION CONFERENCE 1 N/A 3.0 3.0 6.0 5 1.005.00 MEETING WITH AFFECTED PROPERTY OWNERS 1 N/A 1.6 i5 3.0 $ 502.50 SHOP DRAWING REVIEW 0 N/A 00 $ SITE VISITS 4 WA 8.0 4.0 12.0 $ 2200.00 TEST REPORT REVIEW 0 N/A 0.0 Is PLAN CLARIFICATIONS/CHANGE ORDERS 0 N/A 0.0 $ MONTHLY CONTRACTOR'S ESTIMATE 0 N/A 0.0 $ FINAL INSPECTION 0 N/A 0.0 S CONTRACTOR'S FINAL PAY ESTIMATE 0 N/A 0.0 S CERTIFICATE OF COMPLETION 0 WA RECORD DRAWINGS 24 SHEET 0.5 1.0 5.0 14.0 1.0 0 0 21.5 $ $ 1,892.50 SUB -TOTAL- $ 5,600.00 HOURS SUB -TOTALS 48.5 33.5 0.0 136.5 125.5 99.0 7.5 19.0 469.5 $ 55,360.00 TOTAL LABOR COSTS 10.42].50 6,030.00 16.380.00 11,922.50 7.920.00 1,350.00 1,330.00 $ 55,360.00 %OFTOTALHOURS 10.3% ].1% 0.0% 4.0% 100.0% 34 LABOR COSTS: $ 55,360.00 REIMBURSABLE EXPENSES 1,237.0 TOTAL ENGINEERING (Basle Services) $ S6.597.00 I SURVEY (0 LF @ $3.00/1-F) $ IMENTPREPARATION $ ECHNICAL INVESTIGATION S 3,M&00 TOTAL ENGINEERING (SPoclal Services) $ 3,308.00 PACHECOKOCH Project No.: 0100 FEE BUDGET ESTIMATE Client: City of Sanger BASIC DESIGN & CONSTRUCTION SERVICES Project Title: North 135 Outfall Sewer, Phase IV Sanitary Sewer 135 Bore (West ROW) at Betz Road to South (Assumed to bid with Phase 111) LergM 12,500 LF DESCRIPTION OF WORK TASK BASIS OF MANHOLE: ESTIMATE TOTAL MH'S PER TASK March 6, 2013 TOTAL FEE PER TASK PROJ MGR $215.00 SENIOR ENGR $180.00 STRIELEC/HYD ENGR $180.00 PROJECT ENGR 6120.00 DESIGN TECH/Err $95.00 TECH. CADD $80.00 OWCC REVIEW $180.00 SECIY 570.00 ONTY UNIT PROJECT MANAGEMENT, COORDINATION & PERMITTING PROJECT MANAGEMENT 1.5 1.5 S 322.50 PRELIMINARY CONFERENCE WITH CLIENT/SITE VISIT 1 N/A 0.5 00.5 .5 . $ 0 1075 107.0 SURVEY COORDINATION &CONVERSION 1 N/A 1.0 2.0 2.0 $ CON$TRUCTABILf1Y REVIEW 1 N/A 0.5 0.5 1.0 S 150.00 TxOOT& RAILROAD COORDINATION & PERMITTING 1 N/A 0.5 0.5 0.5 1.5 S 135.00 UTILITY CLEARANCE COORDINATION 1 EACH 0.5 0.5 1.0 S 95.00 SUB -TOTAL = S 1,280.OD CONCEPT DESIGN COLLECT& REVIEW EXISTING DATA 1 N/A 0.6 0.5 $ 60.00 ALIGNMENT& GRADE STUDY 1 N/A 0.5 0.5 2.0 2.0 2.0 0.5 7.5 $ 877.50 CONCEPT DESIGN TECHNICAL MEMO CLIENT CONFERENCE/REVIEW MEETING i 1 EACH NIA 0.5 1.0 2.0 1.0 0.5 5.0 0.0 S 657.50 $ SITE VISIT 1 EACH 0.0 Is SUB -TOTAL > $ 1.695.00 PRELIMINARY DESIGN (60%SUBMITTAL) COVER SHEET/INDEX 0 SHEET 0.0 S PROJECTLAYOUTSHEET 1 SHEET 0.5 0.5 1.5 1.0 .5 3. $ 372.50 OUANTITV/LEGEND /CONTROL SHEET 0 SHEET $ GENERAL NOTES SHEET 0 SHEET 00 S SANITARY SEWER PLAN AND PROFILE SHEETS 4 SHEET 2.5 4.0 24.0 24.0 16.0 1.0 71.5 $ 7.8T/.50 WATER PLAN AND PROFILE SHEETS 0 SHEET 0.0 S EROSION CONTROL SHEETS 1 SHEET 0.5 0.5 1.5 1.5 0.5 4.5 $ 50250 TRAFFIC CONTROL SHEETS 0 SHEET ox $ QUANTITY TAKEOFF AND OPINION OF COST N/A NIA 0.5 0.5 2.0 1.0 1.0 $ 612.50 SPECIFICATIONS 0 BOOK 0.0 $ SITE VISrTS CLIENT CONFERENCE/REVIEW MEETING 1 1 EACH N/A 0.5 0.5 0.5 0.5 $ 10T50 $ 167.50 $UB-TOTAL= $ 9.64D.00 FINAL DESIGN 90%&1D0%SUBMITTALS COVER SHEET/ INDEX 0 SHEET - 0.0 $ PROJECT LAYOUT SHEET 1 SHEET 0.5 1.0 1.0 2.5 $ 235.00 QUANTITY / LEGEND ICONTROL SHEET 0 SHEET 0.0 $ GENERAL NOTES SHEET 0 SHEET 0.0 $ DETAIL SHEETS 0 SHEET 0.0 $ SANITARY SEWER PLAN AND PROFILE SHEETS 4 SHEET 1.0 2.0 10.0 18.0 S.0 2.0 39.0 $ 4295W WATER PLAN AND PROFILE SHEETS 0 SHEET 0.0 $ EROSION CONTROL SHEETS 1 SHEET 0.5 1.0 1.0 2.5 S 235.00 TRAFFIC CONTROL SHEETS 0 SHEET 0.0 $ OUAN'Rtt TAKEOFF AND OPINION OF COST WA N/A 0.5 0.5 1.0 1.0 OS 3.5 $ 415.00 SPECIFICATIONS 0 BOOK p. $ E wsrrs CLIENT CLIENT CONFERENCEOiEVIEW MEETING 1 1 EACH N/A 1.0 ..5 1 1.00 2.0 $ 60.00 SUBTOTAL= $ 5.575.D0 PACHECOKOCH Project No.: 0100 FEE BUDGET ESTIMATE Client: City of Sanger BASIC DESIGN & CONSTRUCTION SERVICES Project Title: North 135 Outfall Sewer, Phase IV Sanitary Sewer 135 Bore (West ROW) at Selz Road to South (Assumed to bid with Phase 111) Length =2.500 LF March 6. 2013 BASIS OF TOTAL TOTAL PROJ SENIOR STR/ELEC/HYD PROJECT DESIGN TECH. OAIOC DESCRIPTION OF WORK TASK MANHOUR MH'S FEE ESTIMATE MGR ENGR ENGR ENGR TECH/EIT CADD REVIEW SECTY PER PER QNTY UNIT $216.00 $180.00 $180.00 $120.00 $95.00 $80.00 $180.00 $T0.00 TASK TASK BIDDING PHASE COORDINATE PLAN REPRODUCTON 8 DISTRIBUTION 0 N/A BIDDING ASSISTANCE 0 N/A 0.0 $ BID OPENING 0 N/A 0.0 S - BIDTABULATION 0 N/A 0.0 $ RECOMMENDATION OF AWARD 1 0 N/A 0.0 $ NOVICE OF AWARD 0 N/A o.0 5 REVIEW &ASSEMBLE CONTRACTS 0 WA 0.0 $ 0.0 $ SUB -TOTAL. $ CONSTRUCTION PHASE NOTICE TO PROCEED 0 N/A PRECONSTRUCTION CONFERENCE 0 N/A 0.0 S MEETING WITH AFFECTED PROPERTY OWNERS 0 N/A 0.0 $ SHOP DRAWING REVIEW 0 WA 0.0 0.0 $ S SITE VISTS 0 N/A TESTREPORTREVIEW 0 N/A 0.0 $ PLAN CLARIFICATIONS CHANGE ORDERS 0 N/A 0.0 S MONTHLY CONTRACTOR'S ESTIMATE 0 N/A 0 0 $ FINAL INSPECTION 0 N/A 0.0 $ CONTRACTOR'S FINAL PAY ESTIMATE 0 WA 0.0 $ 0 00 $ CERTIFICATE OF COMPLETION 0 WA RECORD DRAWINGS 6 SHEET 0.5 2.0 4.0 0.5 00 7.0 $ 1 S 605.00 SUB -TOTAL. $ 605.00 HOURS SUBTOTALS 9.0 10.0 0.0 48.0 54.0 39.0 4.5 2.0 166.5 S 18.695.00 TOTAL LABOR COSTS 1.935.00 1,800.00 S.T60.00 5,130.00 3.120.00 81D.00 140.00 $ 18,05.00 %OFTOTALNOURS 5.4% 6.0% 0.0% 28.8% 32.4% 23.4% 2.'!% 1.2% 100.0% LABOR COSTS: $ 18.695.00 REIMBURSABLE EXPENSES 374,00 TOTAL ENGINEERING (Basic $ervlces) S 19,069.00 SURVEY (2500 LF @ $3.00/LF) $ 8,250.00 MENT PREPARATION IS@$1000/EA) S 61600.00 ECHNICAL INVESTIGATION S 827.00 S 15,677.00 TOTAL ENGINEERING(Spoclal Services) TOTAL DESIGN FEE i 8A TAR en PACHECO KOCH Project No.: 0100 Client: City of Sanger Project Title: North 135 Outfall Sewer, Phase IV Water from Chapman to Belz Road (Assumed to bid with Phase lin FEE BUDGET ESTIMATE BASIC DESIGN & CONSTRUCTION SERVICES Length =4,000 LF DESCRIPTION OF WORK TASK BASIS OF MANHOUR ESTIMATE TOTAL MH'S PER TASK Meech 6, 2013 TOTAL FEE PER TASK PROJ MGR S215.00 SENIOR ENGR $180.00 STR/ELEC/HYD ENGR $180.00 PROJECT ENGR $120.00 DESIGN TECH/ER $95.00 TECH. CADD $80.00 OAIOC REVIEW S180.00 SECTY $70.00 ONTY UNIT PROJECT MANAGEMENT, COORDINATION & PERMITTING PROJECTMANAGEMENT 1.0 1.0 S 21S.00 PRELIMINARY CONFERENCE WITH CLIENT/SITE VISIT 1 N/A 0.5 0.5 1.0 S 167.50 SURVEY COORDINATION & CONVERSION 1 N/A 1.0 2.0 2.0 5.0 S 470.00 CQNSTRUCTABILRY REVIEW 1 N/A 0.0 Is 17x00T& RAILROAD COORDINATION & PERMITTING 1 N/A 0.5 0.5 1 0.5 0.5 2.0 $ 182.50 UTILITY CLEARANCE COORDINATION 1 EACH 0.5 0.5 1.0 $ 95.00 SUB -TOTAL= $ 1,130.00 CONCEPT DESIGN COLLECT& REVIEW EXISTING DATA 1 WA 0.5 0.5 S 60.00 ALIGNMENT & GRADE STUDY 1 WA 1.0 1.0 2.0 2.0 2.0 0.5 8.5 S 1,075.00 CONCEPT DESIGN TECHNICAL MEMO 1 EACH 1.0 1.0 2.0 1.0 0.5 SS $ 765.00 CLIENT CONFERENCE/REVIEW MEETING 1 N/A 0.0 S SITE VISIT 1 EACH 0.0 S $UB40TAL- $ 1,900.00 PRELIMINARY DESIGN(60%SUBMITTAL COVER SHEET/INDEX 0 SHEET 0.0 $ PROJECT LAYOUTSHEET 0 SHEET 0.5 0.5 1.5 1.0 3.5 S 372.50 QUANTITY/LEGEND/CONTROL SHEET 0 SHEET 0.0 S GENERAL NOTES SHEET 0 SHEET 0.0 S SANITARY SEWER PLAN AND PROFILE SHEETS 0 SHEET 0.0 S WATER PLAN AND PROFILE SHEETS 5 SHEETI 2.0 4.0 20.0 28.0 16.0 1.0 71.0 $ 7670.00 EROSION CONTROL SHEETS i SHEET I 0S 0.5 1.0 1.0 0.5 3.5 $ 415.00 TRAFFIC CONTROL SHEETS 0 SHEET 1 0.0 $ OUANTTIV TAKE -OFF AND OPINION OF COST N/A N/A 1 0.5 2.0 1.0 1.0 4.5 S 505.00 SPECIFICATIONS 0 BOOK 1 0.0 $ SITE VISITS 1 EACH 0.5 0.5 S 60.00 CLIENT CONFERENCEIREVIEW MEETING 1 WA OS 0.5 1.0 $ 167.50 SUS•TOTAl- $ 9,190.00 FINAL DESIGN 90%&100%SUBMITTALS COVER SHEET/INDEX 0 SHEET 0.0 S PROJECT LAYOUT SHEET 0 SHEET 0.5 1.0 1.0 2.5 $ 235.00 QUANTITY/LEGEND/CONTROL SHEET 0 1 SHEET 0.0 S GENERAL NOTES SHEET 0 SHEET 0.0 $ DETAIL SHEETS 0 SHEET 0.0 $ SANITARY SEWER PLAN AND PROFILE SHEETS 0 SHEET 1.0 4.0 16.0 20.0 12.0 2.0 55.0 It 6075.00 WATER PLAN AND PROFILE SHEETS 5 SHEET D.0 $ EROSION CONTROL SHEETS 1 SHEET 0.5 1.0 1.0 2.5 $ 236.00 TRAFFIC CONTROL SHEETS 0 SHEET - 0.0 $ QUANTTIY TAKE -OFF AND OPINION OF COST N/A N/A 0.5 0.5 1.0 1.0 0.5 3.5 $ 415.00 SPECIFICATIONS 0 BOOK 0.0 $ SITE VISITS 1 EACH OS 0.5 $ 60.00 CLIENTCONFERENQE/REVIEW MEETING 1 N/A 1.0 1.0 2.0 $ $3$00 SUB -TOTAL v $ 7,355.00 PACHECO KOCH Project No.: 0100 Client: City of Sanger Project Title: North 135 Outfall Sewer, Phase IV Water from Chapman to Belz Road (Assumed to bid with Phase III) FEE BUDGET ESTIMATE BASIC DESIGN & CONSTRUCTION SERVICES Length=4,000 LF DESCRIPTION OF WORK TASK BASIS OF MANHOUR ESTIMATE TOTAL MH'S PER TASK TOTAL FEE PER TASK PROJ MGR $215.00 SENIOR ENGR $180.00 STR/ELECMYD ENGR 5 180.00 PROJECT ENGR $120.00 DESIGN TECH/ER $95.00 TECH. CADD $80.00 QA/QC REVIEW 5180.00 SECTY $70.00 ONTY UNIT BIDDING PHASE COORDINATE PLAN REPRODUCTION S DISTRIBUTION 0 WA 0.0 S BIDDING ASSISTANCE 0 WA 0.0 S BID OPENING O N/A 0.0 S BID TABULATION 0 WA 0.0 S RECOMMENDATION OF AWARD 0 N/A 0.0 S NOTICE OF AWARD 0 N/A 0.0 S REVIEW& ASSEMBLE CONTRACTS D N/A 0.0 S SUB -TOTAL= $ CONSTRUCTION PHASE NOTICE TO PROCEED 0 N/A BD S PRECONSTRUCTON CONFERENCE 0 NIA 0.0 S MEETING WITH AFFECTED PROPERTY OWNERS 0 N/A O.D S SHOP DRAWING REVIEW 0 N/A 0.0 S SrrEVISRS 0 NIA 0.0 S TEST REPORT REVIEW 0 N/A 0.0 S PLAN CLARIFICATIONS / CHANGE ORDERS 0 N/A - O.0 S MONTHLYCONTRACTOR'S ESTIMATE 0 N/A 0.0 S FINAL INSPECTION 0 N/A 0.0 $ CONTRACTOR'S FINAL PAY ESTIMATE 0 WA 0.0 S CERTIFICATE OF COMPLETION 0 WA 0.0 $ RECORD DRAWINGS 6 SHEET 0.5 2. 44.0 7.0 S 605.66 SUB -TOTAL- $ 605.00 HOURS SUB -TOTAL$ 8.0 12.0 0.0 50.5 62.0 42.5 181.5 $ 20,18000 TOTAL LABOR COSTS 1,720.00 2,160.DD 6.060.00 5,890.00 3,400.00 l4.5 N2.0 S 20,180.00 %OFTOTALHOURS 4.4% 6.6% 0.0% 27.8% 34.2% M.4% 100.0%, PRINTING S REPRODUCTION EXPENSES QUANTITY UNITPRICE AMOUNT ENGINEERING LABOR COSTS: REIMBURSABLE EXPENSES TOTAL ENGINEERING(Baslc Servicos) $ 20.180.00 374.00 PRINTING-11X17PLANS REVIEWSETS 8 SETS 6 PLOTS/SET 48 0.50 24.00 PRINTING -22 X 34 PLANS(REVIEW SETS 12 SETS 6 PLOTS/SET 72 1.D0 7200 PRINTING- 22 X 34 PLANS(UTIUIY CLEARANCE SETS) 12 SETS 6 PLOTS/SET 72 1.00 72.00 $ 20,554.00 PRINTING- M X 34 PLANS (BID SETS) 0 SETS 6 PLOTS/SET 0 1.00 PRINTING -11 X 17 PLANS (BID SETS) 4 SETS 6 PLOTS/SET 24 0.50 12.00 OTHER DIRECT COSTS -(50eF]al Servfcesl PRINTING-22 X 34 PLANS(AS-BUILTSETS) 2 SETS 6 PLOTS/SET 12 1.00 12.00 PDF PREPARATION 1 SETS 6 PLOTS/SET 1 8.00 8.00 FIELD SIJRVEY(25DO LF@$3.00t-F) EASEMENT PREPARATION (4 Q$1000/EA) GEOTECHNICAL INVESTIGATION TOTAL ENGINEERING (Spocial Scrvlces) TOTAL DESIGN FEE S 8,250.00 $ 4.400.00 $ 827.00 SPECIFICATIONS- 83 X 11 PAPER COPIES 4 SETS 100 COPIES/SET 400 0.10 40.00 SPECIFICATIONS- 8.5 X 11 PAPER COPIES (BID SETS) 0 SETS 100 COPIES/SET 0 0.10 TOTAL PRINTING & REPRODUCTION EXPENSES S 240.00 $ 13,477,00 34 031.00 DIRECT EXPENSES PLOTTING-11 X 17 PAPER PLOTS 6 SETS 6 PLOTS/SET 36 0.50 18.00 S 294.465.00 PLOTTING -M X 34 PAPER PLOTS 6 SETS 6 PLOTS/SET 36 1.00 36.00 REPRODUCTION -8.5X 11 PAPER COPIES 100 COPIES s. 100 010 1 10.001 DELNERYSERVICE 1 PKGS :. 1 15.00 15.00 AUTO EXPENSE - 2 TRIPS 50 MI rrRIP 100 0.55 55.00 TOTAL PER PHASE DIRECT EXPENSES Is 134.00 • GEOTECHNICAL ENGINEERING • ENVIRONMENTAL CONSULTING • CONSTRUCTION MATERIALS ENGINEERING January 22, 2013 Proposal No.: P13.107 Pacheco Koch, Inc. Mr. Brian O'Neill, P.E, 6000 Western Place, Suite 625 Fort Worth, Texas 76107 Subject: Proposed Geotechnical Study Sanger Utility Line Sanger, Texas Dear Mr. O'Neill: We are pleased to submit this proposal for subsurface exploration and professional geotechnical engineering services. The proposed project site is located in Sanger, Texas. PROJECT DESCRIPTION We understand that Pacheco Koch is preparing a utility design and require subsurface conditions. There is approximately 17,000 linear feet of sewer lines and 5,000 linear feet of water lines. Currently, it is expected that the bottom of the pipe will be installed between 5 and 10-feet below existing grades. SCOPE OF SERVICES The object of this geotechnical investigation will be to obtain subsurface data and a discussion of our findings. All services provided will be performed in accordance with generally accepted engineering standards prevailing at the time and in the area that the work is performed. Field Services Borings will be drilled at 1,000 foot intervals along the alignment for a total of 22 borings. Twelve borings be advanced to an approximate depth of 10-feet and ten borings will be advanced to an approximate depth of 15-feet along the utility alignment. The borings will be staked by Alliance. It is understood that it will be possible for the borings to be offset off of existing roads as needed to prevent the need for lane closures, traffic control and flagmen. If required in any areas, this would result in an additional charge. Alliance will contact Dig Tess and the City of Sanger for general subsurface utility clearing within the easements. Alliance will not be responsible for damage to utilities that are not clearly marked. Ft. Worth • Dallas • Frisco • Austin 3761 N. Beach Street • Ft. Worth, TX 76137 Tel:817.595-4565 Fax:817-595.1033 • www.aggengr.com Alliance Geotechnical Group Sanger Utility Line Sanger, Texas Thin -walled tube samples, split -barrel samples and standard penetration test samples will be collected as appropriate for the soils encountered. The rock material will be tested in -place using the Texas Department Cone Penetrometer Test. Groundwater will be recorded during drilling, at completion of drilling and at the end of day, where practical. After completion of the observations, the borings will be backfilled with soil cuttings. The samples will be logged in our laboratory by a professional staff member or engineer. Note: it is our understanding that a full size drill rig may be utilized on this project. Should this change and a low clearance rig be needed, the drilling fees will be increased, Also, additional charges would be required if an ail -terrain marsh buggy is required in some areas. Laboratory Services Selected laboratory testing of the obtained samples will be performed to evaluate soil classification, strength, compressibility, expansiveness and other characteristics of the subsurface materials and provide data for analysis. These tests include but are not limited to the following, ➢ Moisture content Y Dry unit weight Y Sieve analysis v Atterberg limits Y Swell at overburden Alliance Geotechnical Group will retain soil and rock samples for 30 days after completion of laboratory testing unless other arrangements are made by client. Engineering Analysis and Report Data obtained from the field Investigation, laboratory tests and past experience will be used in the engineering analysis and development of recommendations. Information to be provided is as follows; A plan of borings mapping the approximate location of each boring A log of each boring with the boring number, depth of each stratum, material description, soil classification and groundwater information Y Generalized soil cross sections v A brief discussion of the site geology v A brief discussion of previous construction activity, if encountered v Outline engineering properties of any existing fills, if encountered ➢ Grading recommendations ➢ Corrosion considerations based on visual soil classification Y A discussion of subsurface soil and groundwater conditions r Estimates of expansive soil movement related to settlement and expansive soils v Discussion for dewatering, if groundwater is encountered ➢ Earthwork recommendations, including material type(s) and backfill requirements ➢ A summary of laboratory test results v Electronic copies of the report Page 2 Alliance Geotechnical Group Sanger Utility tine Sanger, Texas CONDITIONS We respectfully request that Pacheco Koch and/or their representative provide the following: w Landowner permission, right(s) of entry, permits, easements or other access authorization required to perform our proposed services. v Final depths of the pipe COMPENSATION Alliance Geotechnical Group proposes to perform the above services for a lump sum of $12,530. This amount will not be exceeded without prior approval (with the exception of the exceptions noted in the Field Services). Should subsurface conditions be encountered which warrant significant revisions in this scope of services, we will contact you prior to initiating the work. If additional services are desired, they may subsequently be agreed upon in writing and rendered under this agreement for additional, negotiated compensation. Please indicate your approval of this proposal by signing below. After you have signed both originals, please return one copy of the entire document and retain the other for your records. Any modifications of the language must be accepted by both parties. We appreciate the opportunity to provide you with our services. If you have any questions or wish to discuss any aspect of the project, please call us. Following your authorization, we are ready to begin work and look forward to a successful project. Sincerely, Iilance Geotechnical Grou Kim L. England, C.E.T: Sr. Project Manager Page 3 MarkJ. Farrow, E. Sr. Geotechnical Engineer i EXHIBIT ®®2 PROJECT DESCRIPTION PHASE HAND PHASE Ill KEY TO FEATURES PROJECT CORRIDOR - EXISTING S.S. PROPOSED S.S. NOTES BACKGROUND IMAGE FROM BING AERIALS Pacheco DALLAS . FORT WORTH . HOUSTON 1-29-13 DATUM NAD 1983 TEXAS STATE PLANE NORTH CENTRAL ZONE FIPS 4202 500 1,000 Feel N S