Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Ordinance No. 15,432 ORDINANCE NO. 15,432
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF BAYTOWN,
TEXAS, AUTHORIZING THE SECOND AMENDMENT TO THE
PROFESSIONAL SERVICES AGREEMENT WITH KIMLEY-HORN AND
ASSOCIATES, INC., TO REMOVE CERTAIN TASKS RELATING TO
RIGHTS-OF-WAY, EASEMENT, AND TEMPORARY CONSTRUCTION
LICENSE ACQUISITION FROM THE ORIGINAL SCOPE OF WORK FOR
THE GARTH ROAD WIDENING PROJECT FROM I-10 TO BAKER ROAD,
THEREBY DECREASING THE CONTRACT AMOUNT BY FOUR HUNDRED
NINETY-SEVEN THOUSAND THREE HUNDRED FIFTY AND NO. 100
DOLLARS ($497,350.00); AND PROVIDING FOR THE EFFECTIVE DATE
THEREOF.
BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF BAYTOWN, TEXAS:
Section 1: That the City Council of the City of Baytown, Texas, hereby authorizes and
directs the City Manager to execute the Second Amendment to the Professional Services
Agreement with Kimley-Horn and Associates, Inc., to remove certain tasks relating to rights-of-
way, easement, and temporary construction license acquisition from the original scope of work for
the Garth Road Widening Project from I-10 to Baker Road, thereby decreasing the contract amount
by FOUR HUNDRED NINETY-SEVEN THOUSAND THREE HUNDRED FIFTY AND NOl100
DOLLARS ($497,350.00). A copy of said amendment is attached hereto as Exhibit "A" and
incorporated herein for all intents and purposes.
Section 2: This ordinance shall take effect immediately from and after its passage by the
City Council of the City of Baytown.
INTRODUCED, READ and PASSED by the affirmative vote of the City Council of the
City of Baytown this the 271h day of April, 2023.
NDON CAPETI LO, ayor
A TEST: r�
1.
ANGELA CKSON, .xy;Cl'erk,,,:.s4�' -.{ y
APPROVED TO ORM:
SCOTT LEM D, City Attorney
R_Waren Anderson.ORDINANCES 2023 2023.04 27?ndAmended2PSAw.ithKHA4GarthRoadWtdemngProject docx
EXHIBIT "A"
Consulting Services Contract Amendment
(.-I r,.-
BTOWN Date of Issuance: 4/13/2023 Amendment No: 2
Consultant: Kimley-Horn & Associates, Inc. Project No: RW1901
PO#: 2101528
Explanation:
The following amendment is to remove a portion of the scope of work from the original Professional Services
Agreement with Kimley-Horn and Associates, Inc., for the Garth Road Reconstruction project. The original
agreement was executed on November 18, 2020.
Description of Work Cost Time
Task 16 - Phases C, D, E and F, Right of Way and Easement Acquisitions -$808,100.00 0 Days
Services
Task 17 - Phases C, D and E, Temporary Construction License -$55,950.00 0 Days
Engineering Coordination and Right of Way Acquisition Fees
Reallocation of funds from Phases C, D and E to Phases A and B $366,700,00 0 Days
Total -$497,350.00
Proposal Scope/Schedule:
The removal of the scope of work for Task 16 in project Phases C, D, E and F, Right of Way and Easement
Acquisitions Services, will remove$808,100.00 from the design contract.
The removal of the scope of work for Task 17 Phases C, D, and E will remove an additional $55,950.00 from
the design contract.
The result is a net difference of$497,350.00 when the first contract amendment, approved by City Council on
November 22, 2022, in the amount of$366,700.00 is taken into consideration. The purpose of the first
amendment was to provide additional funding for right of way acquisition in Phases A and B.
Cost& Time Change Summary: Cost Time
Original Contract: $7,988,900.00 On call
Previous Amendment(s): $0.00 On call
Net increase (decrease) from this Amendment: -$497,350.00 On call
Revised Contract: $7,491,550.00 On call
[Remainder of Page Purposely Left Blank]
Design 1 ❑F 2 D6,Revised 03 2023
Consultant agrees to perform changes(s) included in this Contract Amendment for the price and time indicated.
The prices for changes included all costs associated with this Contract Amendment.
No work is to be done until this Amendment is executed. No payment to the Consultant shall be made for work
included in the Amendment until this Amendment is executed.
Unless a different meaning clearly appears from the context, words and phrases as used in this Amendment, the
terms and phrases as used herein shall have the same meanings as in the Agreement. The provisions of this
Amendment and the Agreement and all previous amendments, if any, shall be read together and construed as
one agreement provided that, in the event of any conflict or inconsistency, between the provisions of this
Amendment and the provisions of the Agreement and any previous amendment, the provisions of this
Amendment shall control. This Amendment has been jointly negotiated by the parties hereunder and shall not
be construed against a party hereunder because that party may have assumed primary responsibility for the
drafting of this Amendment. By this Amendment, the City does not consent to litigation or suit, and the City
hereby expressly revokes any consent to litigation that it may have granted by the terms of this Amendment, the
Agreement or any other contract or agreement or addenda, any charter, or applicable state law. Nothing
contained in this Amendment or in the Agreement shall be construed in any way to limit or to waive the City's
sovereign immunity.
The persons executing this Agreement hereby represent that each party has the full power and authority to enter
into and perform pursuant to the Amendment, and that each has been properly authorized and empowered to
enter into the Amendment.
Upon execution by all parties, the following changes identified for the Contract Value and/or Contract
Time shown, are made part of the Contract.
APPROVED: APPROVED:
By: f)14W G,6;" Date: 4/14/23 By: Date:
Consultant JASON E.REYNOLDS,City Manager
Brian Boecker
Printed Name r APPROVED AS TO CONTENT:
Senior Vice President By: Date: =3
Title FRANK O.SIMONEAUX,JR.,P.E.,PWE Director
APPROVED AS TO FUNDING:
By. Date:
VICTOR BROWNLEES,Finance Director
Design 2 of 2 D6, Revised 03/2023
EXHIBIT "A"
wah li ].Y.r f1+Srv1 rY.h+t -- .N•A.1 G51�1 I.N+ f.`rr Ly.`..a I��T�J Id fwl
ktih, iJfaL' Ikr+R. Fgta'x 1Lw� InrM•. [iWl III 1ANpn A6i rrI Y!. t}+r•.1 UM
num 1}MA UMw ss i 1tY Of a MA 51N
f rL 1f ifeaf.+eriwtlLlSl ilq sr+gMfn•wte.yf�y M++4wl rr+.cr
11q.t1
.�M+1ln I L3A.
Frr
EN
J.
iT t t1_•I
>tel w i
4 Y Jx
5 i -•Iti ��
1n ir►
1}l>• fIJ11L•fMq y11'r•ru�YwYpVtlay l-Y Pn/,w4YJirM
W+
+i•45 4 T.
a'F i IIL
J
t II
L i_ia
Y 1 I +
'f•
Irt it '] �• —� i 4
n...w
��I" 1.•rr h.-P. M.«.1 ,t.r/w! .M+OM rywl
Mta •WN Alw iAw�L.• k+ylrnr ti1+NM. I.wrrar 1•Ya...r 1 111 IYrpn .lr. �,li 1�'. +�m.tfL�l
_ itUa {;tl/ tllM. Hw.N sl�S,a sLSIW sxw yirL
faa Ira lid+►
1•\I7 luy.n+�[wlr.P•IY.w 11r�\rl YIr.Lr.l ta\M Ir
Olh
T — u].
--- _ "— — Lim
I'M \.
la\l! Xid,511a�1�1 - L�Tq"Rim* I
1
w,.. • i . ..ice
�•1 I
Ir\n
1 t,t
■M4L y 1 _
N I —
y x 3
EXHIBIT "B"
AGREEMENT FOR CONSULTING SERVICES
STATE OF TEXAS §
COUNTY OF HARRIS §
This Agreement (this "Agreement") entered into by and between Kimley-Horn and Associates.
Inc. (hereinafter "Consultant") and the City of Baytown, a home-rule municipality located in
Harris and Chambers Counties,Texas(the "City").
1. Scope of Services/Consultant Fees
This Agreement authorizes Consultant to perform final design, bid phase and construction phase
services for Garth Road Widening Project (CSJ0912-72-359)(the "Work") for and on behalf of
the City. The scope of the Work is detailed in Exhibit "A." The compensation and professional
fees for Consultant and its subconsultants is more particularly described in Exhibit "B" and shall
not exceed SEVEN MILLION NINE HUNDRED EIGHTY-EIGHT THOUSAND NINE
HUNDRED AND and NO!100 DOLLARS (57,988,900.00). The time schedules for the Work
are specified in Exhibit "C." Each of these Exhibits "A" through "C" are incorporated into this
Agreement by reference for a]I purposes.
2. Compensation and Professional Fees
a. The City shall pay Consultant in installments based upon monthly progress
reports and detailed invoices submitted by the Consultant based upon the
following,
. Basic Services (Lump Sum)..........................................................$7,500,700.00
2, Additional Services (Lump Sum)..............................................................$0.00
(These services require independent and specific advance,written authorization)
3. Bid Phase Services(Hourly Not to Exceed)......................................$87,500.00
4, Construction Phase Services (Hourly Not to Exceed).....................$400,700.00
5. Reimbursable Expenses (Not to Exceed)....................................................$0.00
6. Total .............................................................................................$7,988,900.00
b. For an agreed contract amount identified as "Lump Sum," "Not to Exceed" and
"Reimbursable," Consultant shall not exceed the fixed contractual amount without
written authorization in the form of a Contract amendment.
C. Reimbursable Expenses, as shown in Exhibit "B" are itemized by work category.
Reimbursable Expenses shall be invoiced AT COST, without subsequent markup
by Consultant. All invoices containing a request for Reimbursable Expenses shall
include copies of the original expense receipts itemized per allowable category.
(1) Allowable reimbursable Expenses include-
(a) Hard copy reproductions, copies, and or binding costs;
(b) Postage;
Agreement for Consulting Services, Page 1
(c) Mileage, for travel from Consultant's Iocal office(within a 25-mile
radius) to meetings the City or job-site. Mileage shall be charged
at the current IRS rates;
(d) Travel Expenses, mileage from local office to State or federal
regulatory agency office beyond I00miles; and
(e) Lodging expenses for destinations beyond 100 miles from
Consultant's local office AND when business hours exceed eight
hours within one business day OR when Consultant's services
require more than one eight-hour day at the destination; provided
such expenses has been approved in writing by the City.
(2) Disallowed Expenses include travel expenses for professional expertise
traveling into the Greater Houston Area from Consultant's office outside
the Greater Houston Area.
d. Consultant shall invoice based upon total services actually completed during the
applicable month. Invoices and all required or requested backup information shall
be tendered no more often than once a month. Consultant shall not invoice the
City for services or expenses that were incurred more than sixty(60) days before
the date of the invoice. Failure to timely invoice the City for services or expenses
shall result in ConsuItant's invoice being denied.
e. In the event of a disputed or contested invoice, the City may withhold from
payment that portion so disputed or contested, and the undisputed portion will be
paid.
3. Personnel of Consultant
a. Consultant's Project Manager
Consultant shall designate Constance Curtis, P.E., to serve as Project Manager for
the Work performed under this Agreement. Any change of Project Manager shall
require thirty days'advance written approval from the City's Representative.
b. Licensed and Registered Architects."Engineers
Consultant shall keep a full-time registered architects and/or engineers licensed in
the State of Texas on staff and assigned to the Work for the duration of its
performance of the Work.
C. Data on Consultant's Employees
Prior to commencement of the Work, Consultant shall forward to the City a
detailed resume of the personnel that will be assigned to the Work. Such
personnel shall include, but not be limited to, architects and/or engineers as
applicable.
Agreement for Professional Services,Page 2
d. Rejection of Consultant's Employees
The City reserves the right to approve or reject from the Work any employees of
Consultant.
4. Designation and Duties of the City's Representative
a. The City's Director of Public Works and Engineering or his designee shall act as
the City's Representative.
b. The City's Representative shall use his best efforts to provide nonconfidential City
records for Consultant's usage on the Work and to provide access to City's
property and easements. However, the City does not guarantee the accuracy or
correctness of the documents so provided. Notwithstanding the foregoing,
Professional shall be entitled to use and rely upon information provided by the
City in performing the services required under this Agreement only to the extent
and level specified by the City in writing for each document provided. Nothing
contained herein shall be construed to require the City to provide such records in
any certain format. The format in which the existing data and documentation will
be provided shall be at the sole discretion of the City.
5. Standards of Performance
a. Consultant shall perform all services under this Agreement with the care and skill
ordinarily used by members of Consultant's profession practicing under the same
or similar circumstances, time and locality. Opinion of probable cost shall be
based upon the consultant's experience and represent its best judgement as an
experienced and qualified professional. Each submittal of opinion of probable
cost shall be commensurate with the project design.
Consultant shall be responsible for the technical accuracy of its services and
documents resulting therefrom,and the City shall not be responsible for discovering
deficiencies therein. Consultant shall correct such deficiencies without additional
compensation.
b. Codes and Standards
(1) All references to codes, standards, environmental regulations and/or
material specifications shall be to the latest revision, including all effective
supplements or addenda thereto, as of the date that the order for any
necessary equipment is made by the City or that the construction specified
is bid by the City.
(2) If any such equipment is specially manufactured, it shall be identified to
the City, and the Contractor and the Seller shall present sufficient data to
the City to support the design and the suitability of the equipment.
Agreement for Professional Services,Page 3
(3) All materials specified on any City project shall be in accordance with
City, ASTM, ACI, and AASHTO specifications, and with other recognized
standards. Proprietary material or other materials for which no generally
recognized standards exist may be used provided there has been at least
five years of proven experience in the field, and such satisfactory
documentation has been approved by the City's Representative.
(4) The Work shall be designed and furnished in accordance with the most
current codes and/or standards adopted by city, state, or federal
government or in general custom and usage by the profession and shall
comply Texas Department of Licensing and Regulation's rules and
regulations, including the Texas Accessibility Standards.
(5) The codes and standards used in the profession set forth minimum
requirements. These may be exceeded by the Contractor or Consultant if
superior methods are available for successful operation of equipment
and/or for the construction project on which the Work is performed. Any
alternative codes or regulations used shall have requirements that are
equivalent or better than those in the above listed codes and regulations.
Consultant shall state the alternative codes and regulations used.
(6) Consultant agrees the services it provides as an experienced and qualified
architect/engineer will reflect the professional standards, procedures and
performances common in the industry for this project. Consultant further
agrees that any analysis, reports, preparation of drawings, the designation
or selection of materials and equipment, the selection and supervision of
personnel and the performance of other services under this contract will be
pursuant to the standard of performance common in the profession.
(7) Consultant shall promptly correct any defective analysis caused by
Consultant at no cost to City. The City's approval, acceptance, use of or
payment for all or any part of Consultant's services hereunder or of the
Work itself shall in no way alter Consultant's obligations or the City's
rights under this Agreement. As applicable, Consultant shall provide the
City with record "as-built" drawings relating to the Work, in an electronic
format that is acceptable to the City. City shall be in receipt of record
drawings, if applicable,prior to final payment.
(8) Consultant has no control over the cost of labor, materials, equipment or
services furnished by others, other than its subconsultants. Data
projections and estimates are based upon Consultant's opinion based on
experience and judgment. Consultant cannot and does not guarantee that
actual costs and/or quantities realized will vary from the data projections
and estimates prepared by Consultant.
Agrccmcnt For Prof ssi nal $ rvices Page 4
(9) Consultant shall submit all final construction documents in both hard copy
and electronic format. Plans shall be AutoCAD compatible and all other
documents shall be Microsoft Office compatible. The software versions
used shall be compatible to current City standards. Other support
documents for example structural calculations, drainage reports and
geotechnical reports, shall be submitted in hard copy only. All Record
Drawings electronic files shall be submitted to the City in PDF/TIF format.
6. Schedule
Consultant shall not proceed with the Work or any stage thereof until written notice to proceed is
provided by the City's Representative. Consultant's obligation to render services specified in
Exhibit B will be for the entire period necessary for the final completion of the construction of
the Work. If the Consultant contributes to any delay in the schedule, Consultant will have no
right to seek and shall not be entitled to any additional compensation.
7. Instruments of Service
Upon execution of this Agreement, Consultant grants to the City an ownership interest in the
Instruments of Service. Consultant shall obtain similar interests from the City and Consultant's
consultants consistent with this Agreement. As noted in Articles 5 & 11, Consultant shall be
required to tender to City all Instruments of Service. With such ownership interest, it is expressly
understood by the parties hereto that the City may use the Instruments of Service for any purposes
which the City sees fit, including, but not limited to, subsequent construction, reconstruction,
alteration, and/or repairs of the Project. As a condition to the City's use of the Instruments of
Service, the City hereby expressly agrees to remove Consultant's name and all references to
Consultant and its consultants from the Documents. Provided that this Agreement is not
terminated for cause by the City, the City shall release any and all claims which the City could
make arising out of or in connection with any reuse of the documents by the City.
8. Insurance
Consultant shall procure and maintain at its sole cost and expense for the duration of the
Agreement, insurance against claims for injuries to person or damages to property which may
arise from or in connection with the performance of the Work hereunder by Consultant, its
agents, representatives, volunteers, employees or subconsultants.
a. Consultant's insurance coverage shall be primary insurance with respect to the
City, its officials, employees and agents. Any insurance or self-insurance
maintained by the City, its officials, employees or agents shall be considered in
excess of Consultant's insurance and shall not contribute to it. Further, Consultant
shall include all subconsultants, agents and assigns as additional insureds under its
policy or shall furnish separate certificates and endorsements for each such person
or entity. All coverages for subconsultants and assigns shall be subject to all of
the requirements stated herein.
The following is a list of standard insurance policies along with their respective
minimum coverage amounts required in this Agreement:
Agreement for Professional Services,Page 5
Commercial General Liability
■ General Aggregate: $2,000,000
■ Products&Completed Operations Aggregate: $2,000,000
■ Personal&Advertising Injury: $1,000,000
■ Per Occurrence: $1,000,000
■ Fire Damage $500,000
■ Waiver of Subrogation required.
■ Coverage shall be broad form.
■ No coverage shall be deleted from standard policy without
notification of individual exclusions being attached for review and
acceptance.
2. Business Automobile Policy
■ Combined Single Limits: $1,000,000
■ Coverage for"Any Auto"
■ Waiver of Subrogation required.
3. Errors and Omissions
■ Limit: $1,000,000 for this project.
■ For all architects, engineers,and/or design companies
■ Claims-made form is acceptable
■ Coverage will be in force for one (1) year after completion of the
Project.
■ Waiver of Subrogation required.
4. Workers' Compensation
■ Statutory Limits
■ Employer's Liability$500,000
■ Waiver of Subrogation required.
h. The following shall be applicable to all policies of insurance required herein.
1. Insurance carrier for all liability policies must have an A.M. Best Rating
of A:V III or better.
2. Only insurance carriers licensed and admitted to do business in the State
of Texas will be accepted.
3. Liability policies must be on occurrence form. Errors and Omissions can
be on claims-made form.
4. Each insurance policy shall be endorsed to state that coverage shall not be
suspended, voided, canceled or reduced in coverage or in limits except
after thirty (30) days' prior written notice by mail, return receipt
requested, has been given to the City.
Agreement for Professional Services,Page 6
5. The City, its officers, agents and employees are to be added as Additional
Insureds to all liability policies, with the exception of the Workers
Compensation and Errors and Omissions Policies required herein.
6. Upon request and without cost to the City,certified copies of all insurance
policies and/or certificates of insurance shall be furnished to the City.
7. Upon request and without cost to the City, loss runs(claims listing) of any
and/or all insurance coverages shall be furnished to the City.
8. All insurance required herein shall be secured and maintained in a
company or companies satisfactory to the City, and shall be carried in the
name of Consultant. Consultant shall provide copies of insurance policies
and endorsements required hereunder to the City on or before the
effective date of this Agreement.
9. Indemnification and Release
CONSULTANT AGREES TO AND SHALL INDEMNIFY AND
HOLD HARMLESS AND DEFEND THE CITY, ITS OFFICERS,
AGENTS, AND EMPLOYEES (HEREINAFTER REFERRED TO AS
THE "CITY") FROM AND AGAINST ANY AND ALL CLAIMS,
LOSSES, DAMAGES, CAUSES OF ACTION, SUITS AND
LIABILITY OF EVERY KIND, INCLUDING ALL EXPENSES OF
LITIGATION, COURT COSTS, AND ATTORNEY'S FEES, FOR
INJURY TO OR DEATH OF ANY PERSON, FOR DAMAGE TO
ANY PROPERTY OR FOR ANY BREACH OF CONTRACT TO
THE EXTENT ARISING OUT OF OR IN CONNECTION WITH AN
ACT OF NEGLIGENCE, INTENTIONAL TORT, INTELLECTUAL
PROPERTY INFRINGEMENT, OR FAILURE TO PAY A
SUBCONTRACTOR OR SUPPLIER COMMITTED BY THE
PROFESSIONAL OR THE CONSULTANT'S AGENT,
CONSULTANT UNDER CONTRACT, OR ANOTHER ENTITY
OVER WHICH THE CONSULTANT EXERCISES CONTROL
(COLLECTIVELY CONSULTANT'S PARTIES). IT IS THE
EXPRESSED INTENTION OF THE PARTIES HERETO, BOTH
CONSULTANT AND THE CITY, THAT THE INDEMNITY
PROVIDED FOR IN THIS PARAGRAPH IS INDEMNITY BY
CONSULTANT TO INDEMNIFY AND PROTECT THE CITY
FROM THE CONSEQUENCES OF CONSULTANT'S PARTIES'
OWN WILLFUL MISCONDUCT, JOINT OR SOLE NEGLIGENCE
AS WELL AS THE CONSULTANT'S PARTIES' INTENTIONAL
Asreement for Profcssionai Scr_viccs,Pap 7
TORTS, INTELLECTUAL PROPERTY INFRINGEMENTS, AND
FAILURES TO MAKE PAYMENTS ARISING OUT OF OR IN
CONNECTION WITH THIS AGREEMENT. SUCH INDEMNITY
SHALL NOT APPLY, HOWEVER, TO LIABILITY ARISING FROM
THE PERSONAL INJURY, DEATH, OR PROPERTY DAMAGE OF
PERSONS THAT IS CAUSED BY OR RESULTS FROM THE
NEGLIGENCE OF ANY PERSON OTHER THAN THE
CONSULTANT'S PARTIES. IN THE EVENT THAT ANY ACTION
OR PROCEEDING IS BROUGHT AGAINST THE CITY FROM
WHICH THE CITY IS INDEMNIFIED, CONSULTANT FURTHER
AGREES AND COVENANTS TO DEFEND THE ACTION OR
PROCEEDING BY LEGAL COUNSEL ACCEPTABLE TO THE
CITY. THE INDEMNITY PROVIDED HEREINABOVE SHALL
SURVIVE THE TERMINATION AND/OR EXPIRATION OF THIS
AGREEMENT.
By this Agreement, the City does not consent to litigation or suit, and the City
hereby expressly revokes any consent to litigation that it may have granted by the
terms of this Contract or any other contract or agreement, any charter, or
applicable state law. Nothing herein shall be construed so as to limit or waive the
City's sovereign immunity. Consultant assumes full responsibility for its services
performed hereunder and hereby releases, relinquishes and discharges the City, its
officers, agents, and employees from all claims, demands, and causes of action of
every kind and character, including the cost of defense thereof, for any injury to or
death of any person (whether they be either of the parties hereto, their employees,
or other third parties) and any loss of or damage to property(whether the property
be that of either of the parties hereto, their employees, or other third parties) that is
caused by or alleged to be caused by, arising out of, or in connection with
Consultant's services to be performed hereunder. This release shall apply with
respect to Consultant's services regardless of whether said claims, demands, and
causes of action are covered in whole or in part by insurance.
10. Subcontractors and Subconsultants
Consultant shall receive written approval of the City's Representative prior to the use of any
subcontractors or subconsultants. A copy of all proposed contracts with Subconsultants and/or
subcontractors shall be given to the City before execution of such contracts.
11. Termination of Consultant
The City, besides all other rights or remedies it may have, shall have the right to terminate this
Agreement without cause upon written notice from the City Manager to Consultant of the City's
election to do so. Furthermore, the City may immediately and without notice terminate this
Agreement if Consultant breaches this Agreement. A breach of this Agreement shall include, but
not be limited to, the following:
Agreement for Professional Services,Page 8
(a) failing to pay insurance premiums, liens, claims or other charges;
(b) failing to pay any payments due the city, state,or federal government from
Consultant or its principals, including, but not limited to, any taxes, fees,
assessments, liens, or any payments identified in this Agreement;
(c) the institution of voluntary or involuntary bankruptcy proceeding against
Consultant;
(d) the dissolution of Consultant;
(e) refusing or failing to prosecute the Work or any separable part, with the
diligence that will ensure its completion within the time specified in this
Agreement;
(f) failing to complete Work within the time period specified in this
Agreement; and/or
(g) the violation of any provision of this Agreement.
Upon delivery of any notice of termination required herein, Consultant shall discontinue all
services in connection with the performance of the Agreement. Within ten(10)days after receipt
of the notice of termination, Consultant shall submit a final statement showing in detail the
services satisfactorily performed and accepted and all other appropriate documentation required
herein for payment of services. At the same time that the final statement is tendered to the City,
Consultant shall also tender to the City's Representative all of Consultant's instruments of
service, including all drawings, special provisions, field survey notes, reports, estimates,and any
and all other documents or work project generated by Consultant under this Agreement, whether
complete or not, in an acceptable form and format together with all unused materials supplied by
the City. No final payment will be made until all such instruments of service and materials
supplied are so tendered.
If this Agreement is terminated for cause, Consultant shall be liable for any damage to the City
resulting therefrom. This liability includes any increased costs incurred by the City in
completing Consultant's services. The rights and remedies of the City in this section are in
addition to any other rights and remedies provided by law or under this Agreement.
12. Records
Within ten days of the City's request and at no cost to the City, the City will be entitled to review
and receive a copy of all documents that indicate work on the Project that is subject to this
Agreement.
13. Supervision of Consultant
Consultant is an independent contractor and the City neither reserves nor possesses any right to
control the details of the Work performed by Consultant under the terms of this Agreement.
14. Billing
The City shall have thirty(30) days to pay Consultant's invoices from the date of receipt of such
invoices and necessary backup information. All invoices must identify with specificity the work
or services performed and the date(s) of such work or services. In the event of a disputed or
contested invoice, the parties understand and agree that the City may withhold the portion so
contested, but the undisputed portion will be paid. Consultant shall invoice the City for work
Agreement for Professional Services,Page 9
performed no more than once a month and may not invoice the City for work not performed.
Invoices shall be received by the City no later than sixty calendar (60) days from the date
Consultant and/or its subconsultants perform the services or incur the expense. Failure by
Consultant to comply with this requirement shall result in Consultant's invoice being denied and
the City being relieved from any liability for payment of the late invoice.
15. Indebtedness.
If Consultant, at any time during the term of this Agreement, incurs a debt, as the word is defined
in section 2-662 of the Code of Ordinances of the City of Baytown, it shall immediately notify
the City's Director of Finance in writing. If the City's Director of Finance becomes aware that
Consultant has incurred a debt, the City's Director of Finance shall immediately notify
Consultant in writing. If Consultant does not pay the debt within 30 days of either such
notification, the City's Director of Finance may deduct funds in an amount equal to the debt
from any payments owed to Consultant under this Agreement, and Consultant waives any
recourse therefor.
16. No Boycott Israel.
Consultant agrees that it will not boycott Israel during the tern of this Agreement. As used in
this section, "boycott Israel" means refusing to deal with, terminating business activities with, or
otherwise taking any action that is intended to penalize, inflict economic harm on, or limit
commercial relations specifically with Israel, or with a person or entity doing business in Israel
or in an Israeli-controlled territory, but does not include an action made for ordinary business
purposes.
17. Reputation In the Community
Consultant shall retain a high reputation in the community for providing professional
architectural/engineering services. Consultant shall forward a copy of any current petition or
complaint in any court of law which (a) asserts a claim for $50,000 or more for errors or
omissions in providing architectural/engineering services and/or(b) seeks to deny Consultant the
right to practice architecture/engineering or to perform any other services in the state of Texas.
18. Payroll and Basic Records
a. Consultant shall maintain payrolls and basic payroll records during the course of
the work performed under this Agreement and shall preserve them for a period of
three years from the completion of the work called for under this Agreement for
all personnel working on such work. Such records shall contain the name and
address of each such employee, social security number, correct classification,
hourly rates of wages paid, daily and weekly number of hours worked,deductions
made and actual wages paid.
b. Consultant shall make the records required to be maintained under the preceding
subsection (a) of this section available at no cost to the City for inspection,
copying or transcription or its authorized representatives within fifteen days of the
City's request therefor. Consultant shall permit such representatives to interview
Consultant's employees during working hours on the job.
Agreement for Professional Services,Page 10
19. Governing Law
This Agreement has been made under and shall be governed by the laws of the state of Texas.
The parties further agree that performance and all matters related thereto shall be in Harris
County,Texas.
20. Notices
Unless otherwise provided in this Agreement, any notice provided for or permitted to be given
must be in writing and delivered in person or by depositing same in the United States mail,
postpaid and registered or certified, and addressed to the party to be notified, with return receipt
requested, or by delivering the same to an officer of such party. Notice deposited in the mail as
described above shall be conclusively deemed to be effective, unless otherwise stated in this
Agreement, from and after the expiration of three(3)days after it is so deposited.
For the purpose of notice, the addresses of the parties shall be as follows unless properly changed
as provided for herein below:
For the City:
CITY OF BAYTOWN
Attn: City Manager
P. O. Box 424
Baytown,Texas 77522-0424
For Consultant:
Kimley-Horn&Associates, Inc.
Attn: Constance Curtis
11700 Katy Freeway, Ste. 800
Houston,Texas 77079
Each party shall have the right from time to time at any time to change its respective
address and each shall have the right to specify a new address, provided that at least fifteen (15)
days'written notice is given of such new address to the other party.
21. No Third-Party Beneficiary
This Agreement shall not bestow any rights upon any third party, but rather, shall bind and
benefit Consultant and the City only. No person or entity not a signatory to this Agreement shall
be entitled to rely on Professional's performance of its services hereunder, and no right to assert a
claim against Professional by assignment of indemnity rights or otherwise shall accrue to a third
party as a result of this Agreement or the performance of Professional's services hereunder.
22. No Right to Arbitration
Notwithstanding anything to the contrary contained in this Agreement, the City and Consultant
hereby agree that no claim or dispute between the City and Consultant arising out of or relating
to this Agreement shall be decided by any arbitration proceeding including, without limitation,
any proceeding under the Federal Arbitration Act (9 U.S.C. Sections I-14), or any applicable
Astreement for Professional Services,Page I I
State arbitration statute, including, but not limited to, the Texas General Arbitration Act,
provided that in the event that the City is subjected to an arbitration proceeding notwithstanding
this provision, Consultant consents to be joined in the arbitration proceeding if Consultant's
presence is required or requested by the City of complete relief to be recorded in the arbitration
proceeding.
23. Waiver
No waiver by either party to this Agreement of any term or condition of this Agreement shall be
deemed or construed to be a waiver of any other term or condition or subsequent waiver of the
same term or condition.
24. Complete Agreement
This Agreement represents the entire and integrated agreement between the City and Consultant
in regard to the subject matter hereof and supersedes all prior negotiations, representations or
agreements, either whether written or oral, on the subject matter hereof. This Agreement may
only be amended by written instrument approved and executed by both of the parties. The City
and Consultant accept and agree to these terms.
25. No Assignment
Consultant may not sell or assign all or part interest in this Agreement to another party or parties
without the prior express written approval of the City Manager of such sale or assignment. The
City may require any records or financial statements necessary in its opinion to ensure such sale
or assignment will be in the best interest of the City.
26. Headings
The headings used in this Agreement are for general reference only and do not have special
significance.
27. Severability
All parties agree that should any provision of this Agreement be determined to be invalid or
unenforceable, such determination shall not affect any other term of this Agreement,which shall
continue in full force and effect.
28. Ambiguities
In the event of any ambiguity in any of the terms of this Agreement, it shall not be construed for
or against any party hereto on the basis that such party did or did not author the same.
29. Authority
The officers executing this Agreement on behalf of the parties hereby represent that such officers
have full authority to execute this Agreement and to bind the party he/she represents.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiple
copies, each of which shall be deemed o by an orb �j,al, but all of which shall constitute but o e
and the same Ag reement on the da o 1,2fl20, the date of execution by the City
Manager of the City of Baytown.
Agreement for Professional Services,Page 12
CITY OF 13AYTOWN
City Manager
A' T.
IXTICIA BRYSCH,Cit CI k a• N
APPROVED AS TO FORM: W
� �"•. CQ
Y
�r ©1F
KAREN L. HORNER, City Attorney
CONSUII PANT:
Kimley-l-torn &Associates, Inc.
(Company Name)
J�C.N
(Signature)
Brian C.Boecker
(Printed Name)
I
Vice President
(Title)
STATE OF TEXAS §
COUNTY OF HARRIS §
Before me on this day personally appeared Brian Bop in his/her
capacity as Vice President of, Kimley-Horn & Associates, rnc. , on behalf of
such corporation/other,
® known to me;
❑ proved to me on the oath of ;or
❑ proved to me through his/her current
{description of identification card or other document issued by the federal
Aereemerri for Profcssronal Services Page 13 �
i
f
r
I
government or any state government that contains the photograph and signature of !
the acknowledging person)
(check one)
I
to be the person whose name is subscribed to the foregoing instrument and acknowledged to me
that he/she executed the same for the purposes and consideration therein expressed. I
SUBSCRIBED AND SWORN before me this l ithday of ...NMPmber ,2020
O`� �l4{J.1f1V
Notary Public in and for the State of Texas
11COBFs011Lega11[CmenWilc3lEnginceringlCngincering AgreememslForms 2020%Agmmern.
�ppaP�rr, DONNA W.STOEVER
$.' �0 Notary Public,State of Texas
±, = Comm.Expires 07-14-2023
fK pI�`�,, Nolafx ID 126673568
i
i
1
f
1
r
I
i
Irki
t
r
f
ff
I
fE
r
I
Agreement for Professional Services.Page 14 i
5
I
EXHIBIT"A"
SCOPE OF WORK
PROJECT BACKGROUND
The City received grant funding from the federal government to improve Garth Road from IH-10 to SH
146 to reduce traffic congestion and improve vehicular and pedestrian safety along the corridor. The City
has performed the Preliminary Engineering with TxDOT and is now moving into the final design phase. In
the Preliminary Engineering phase, in order to meet drainage requirements by TxDOT and Harris County
Flood Control District(HCFCD),the City needed to Phase the project. For the Final Design phase, the
Garth Road Final Design project consists of six phases of improvement along Garth Road from IH-10 to
SH 146 as follows and shown on Map 1 —Overall Garth Road Phasing Map:
• Phase A—Reconstruction of Garth Road from IH-10 to Hunt Road
• Phase B—Reconstruction of Garth Road from Hunt Road to Archer Road
• Phase C—Reconstruction of Garth Road from Archer Road to North of Cedar Bayou Lynchburg
Road
• Phase D—Reconstruction of Garth Road from North of Cedar Bayou Lynchburg Road to North of
Riceland Road
• Phase E—Reconstruction of Garth Road from North of Riceland Road to South of Baker Road
• Phase F--Reconstruction of Garth Road from South of Baker Road to SH 146.
This scope of work is for the final design, bidding phase services, and construction phase services of
Phases A through E and will produce four construction packages for the City to bid and award for
construction utilizing the Local Government Project Procedures(LGPP)for bidding and construction to be
led by the City with coordination with TxDOT. Right-of-way acquisition services will also be provided for
Phase F.
SCOPE OF WORK
The Consultant and it's sub-consultants will provide the following scope of work:
Task 1 —Pro-gram Management
The Consultant will provide the following Program Management services:
A. City Coordination. Coordination with Project Manager and various departments(Engineering and
Public Works). Coordination will include email correspondence, phone calls and meetings.
B. Monthly eroiect Status Update. Prepare a monthly status update per City provided standard format.
This monthly status will be reviewed at a monthly status update meeting with City staff and TxDOT
as needed and will also be included with the monthly invoice.
C. Meetings. The Consultant will attend meetings and coordinate with the City,TxDOT, HCFCD, and
sub-consultants as part of the subsequent tasks as part of the design. This task includes higher
level coordination meetings required to keep the project tasks on schedule and maintain
coordination amongst the City,the Consultant,the sub-consultants, Franchise Utility Companies,
TxDOT,and HCFCD. The Consultant will prepare for and lead the following meetings:
• Kick-off Meetinas
I. One (1)final design kick-off meeting with the City and sub-consultants to discuss
the overall project scope and schedule.
ii. One(1)final design kick-off meeting with the City and TxDOT to discuss the
overall project scope and schedule.
iii. One(1)final design kick-off meeting with the eight(8)Franchise Utility
Companies to discuss the overall project scope and schedule and franchise utility
relocations.
Iv. One(1)final design kick-off meeting with CenterPoint electric to discuss the
overall project scope and schedule.
• Progress Meetings
i. Monthly Status Update Meetings with the City, TxDOT, HCFCD, and sub
consultants(as needed).This scope of work includes the preparation for in
person meetings, coordination with other attendees for in person or virtual
attendance, and attendance for the Consultant's Project Manager for in person
meetings at the City.The Consultant Task Managers and sub-consultants will
attend the monthly meetings virtually as needed. At this time, it is anticipated
that approximately twenty-four(24)monthly meetings will be required.
• 30% Milestone Review Meetingjs The Consultant will coordinate with the City and TxDOT
to review City and TxDOT comments for the 30% submittal packages:
i. One(1)30%City Review Meeting for Construction Package 1 (Water and
Wastewater Advanced Work Package)
ii. One(1)30% City Review Meeting and one(1)TxDOT Review Meeting for
Construction Package 2(Phase A and B)
iii. One(1) 30%City Review Meeting and one(1)TxDOT Review Meeting for
Construction Package 3(Phase C and D)
iv. One(1)30%City Review Meeting and one(1)TxDOT Review Meeting for
Construction Package 4(Phase E)
• 60% Milestone Review M in The Consultant will coordinate with the City and TxDOT
to review City and TxDOT comments for the 60%submittal packages:
L One(1)60% City Review Meeting for Construction Package 1 (Water and
Wastewater Advanced Work Package)
ii. One(1)60%City Review Meeting and one(1)TxDOT Review Meeting for
Construction Package 2(Phase A and B)
iii. One(1)60%City Review Meeting and one(1)TxDOT Review Meeting for
Construction Package 3(Phase C and D)
iv. One(1)60%City Review Meeting and one(1)TxDOT Review Meeting for
Construction Package 4(Phase E)
• 90% Milestone Review Meetings The Consultant will coordinate with the City and TxDOT
to review City and TxDOT comments for the 90%submittal packages:
f. One(1)90%City Review Meeting for Construction Package 1 (Water and
Wastewater Advanced Work Package)
ii. One(1)90% City Review Meeting and one(1)TxDOT Review Meeting for
Construction Package 2(Phase A and B)
lii. One(1)90%City Review Meeting and one(1)TxDOT Review Meeting for
Construction Package 3(Phase C and D)
iv. One(1)90%City Review Meeting and one(1)TxDOT Review Meeting for
Construction Package 4(Phase E)
• F' Pre-Bid Meetings The Consultant will prepare for, schedule, and attend a combined
meeting with the City and TxDOT to finalize the submittal packages for bidding:
i. One(1)Final City Meeting for Construction Package 1 (Water and Wastewater
Advanced Work Package)
ii. One(1)Final City and TxDOT Meeting for Construction Package 2(Phase A and
B)
iii. One(1)Final City and TxDOT Meeting for Construction Package 3(Phase C and
D)
iv. One (1)Final City and TxDOT Meeting for Construction Package 4(Phase E)
D. TxDOT Coordination. The Consultant will coordinate with the TxDOT throughout the final design of
the project on the Tasks outlined below in this scope of work, The primary point of contact will be
the TxDOT dedicated Project Manager, but additional coordination with others within TxDOT's
Environmental or Administration may be required. The City Project Manager will lead the
coordination with TxDOT with support from the Consultant.
E. Harris County Flood Control District Channel 0105-10-00 and 0105-11-00 Coordination It is
anticipated that coordination for the South Road(Phase C)and Baytown Central(Phase D)
detention analysis will require additional coordination with Harris County Flood Control District
(HCFCD)leadership than what is standard as part of the Task 6 Drainage design permitting.The
Consultant will work with the City to coordinate with HCFCD and Harris County as needed and
anticipates two(2)meetings with the City and HCFCD to finalize the coordination on Baytown
acquiring the HCFCD channels 0105-10-00 and 0105-11-00 and the revised outfall to HCFCD
channel 0105-00-00.
Task 2—T a hic Survey
Based on the Client and TxDOT approved schematic, through the surveying sub-consultant, Kuo &
Associates, Inc. (Kuo), the Consultant will perform topographic survey along Garth Road from IH-10 to
south of Baker Road(Phase A through Phase E)and along three offsite storm corridors and detention pond
areas. Topographic surveying will be done as per TxDOT Survey Manual for design topographic surveying
and will be performed in detail to supplement the limited survey performed for the preliminary design phase
in 2019. The topographic survey will be performed in two phases with Segment A and B in the first phase
and Segment C, D, and E in the second phase.
Topographic surveying for the three phases will include the following:
A. -Qonsultant Coordination
• Coordinate with Kuo
• Review geotechnical report and provide one(1) round of comments
• Coordinate with the City and TxDOT to provide information to Kuo as needed.
B. Survey Cont{gl(Kuo)
• Survey controls will be tied to the TxDOT monuments and Texas State Plane
Coordinates System, South Central Zone NAD 83 and datum NAVD 88.
• Existing TxDOT survey monuments and survey controls will be recovered and
established for design survey.
• Survey will use TxDOT scale factor
• Survey Control Maps(11x17 size)will be prepared showing swing ties to traverse and
baseline points as well as TBM's as per TxDOT standard. The survey control maps will
be signed and sealed by a responsible professional in charge of the project.
• The signed and sealed survey control map will be submitted to TxDOT for review along
with the completed TxDOT checklist for topographic surveying.
C. Rgad Survey(Kuo)
• The proposed road survey will supplement limited survey performed for the preliminary
design in 2019.
• Cross sections will be surveyed at 50-foot intervals along the project route for a width
beyond 20 feet of street ROW as accessible.
• All visible planimetric features including trees with 4-inch and larger caliper size will be
surveyed along the road ROW for 20 feet on either side of the ROW as accessible.
• All visible existing utilities(i.e. Manholes, culverts, and power poles)will be located and
pipe size and flow line measure downs in the manholes and inlets will be obtained.
• Texas one-call system will be notified and pipeline companies will be contacted to probe
and mark pipeline locations to be tied to the survey.
• Plan view drawings will be prepared containing all topographic information and visible
utility features in MicroStation DGN/AutoCAD drawing format.
• Geotechnical bore locations will be located in the field and included in the drawing and
spreadsheet with bore information
• The topographic survey will be submitted to TxDOT for review along with the completed
TxDOT checklist for topographic surveying.
0. Offsite Storm Sewer and Detention Pond Survey(Kuo)
• Survey offsite storm sewer corridor and channels at 50 foot intervals.
• Survey detention pond area at 50 foot by 50 foot grid
• Survey visible topographic and utility features, including trees with 4-inch and larger
caliper size, along corridor and within detention pond areas.
• The topographic survey will be submitted to TxDOT for review along with the completed
TxDOT checklist for topographic surveying.
E. Right of Entry(Coordination(Kuo)
• Right of Entry(ROE)packages will be prepared for obtaining ROE from the private
property owners
• Adjoining property owners will be coordinatedlcontacted as feasible for obtaining access
to the properties as needed. The Consultant will coordinate with the City as necessary if
assistance with a property owner is needed.
F. DTM/Contour(Kuo)
• A surface(DTM)will be prepared in MicroStation for delineation of ground contours.
G. Utility Research and Plan&Profile(Kuo)
• Utility research will be performed by contacting various entities including but not limited to
the City, TxDOT, Harris County, and private utility companies for delineation of existing
utility lines. The utility contact table created with the preliminary design will be utilized to
continue coordination.
• Utility plan and profile drawings will be prepared in MicroStation DGN as base maps for
design work.
Task 3—Subsurface Utility Enalneerina(SUE)
Based on the franchise utility coordination performed with the preliminary engineering, it was found that
there are approximately sixty-five(65)crossing gas lines and approximately eight(8)additional franchise
utility companies with parallel utilities to the Garth Road corridor that will impact the project design. This
significant franchise and gas company presence along the corridor requires additional investigation for
final design. Through a Subsurface Utility Engineering(SUE)subconsultant(The Rios Group, Inc. (Rios)),
the Consultant will perform the SUE work required for the Garth Road project. The SUE work will be
performed in general accordance with the recommended practices and procedures described in ASCE
Publication Cl/ASCE 38-02{Standard Guideline for the Collection and Depiction of Existing Surface Utility
Data). As described in the mentioned ASCE publication,four levels have been established to describe the
quality of utility location and attribute information used on plans. The proposed SUE scope of work
includes the following
A. Consultant Coordination
• Coordinate with Rios
• Review geotechnical report and provide one(1)round of comments
• Coordinate with the City and TOOT to provide information to GES as needed.
B. Level A SUE.Rios will Perform Level A SUE on major utilities crossing Garth Road and other
utilities that could be potentially in conflict with proposed roadway improvements. Rios has
included one hundred and seventy-four(174)Level A test holes(132 on major utility crossings and
42 on potential conflicts). Level A SUE is broken out by Phase as follows:
a. Phase A—20 test holes
b. Phase B—34 test holes
c. Phase C— 10 test holes
d. Phase D—30 test holes
e. Phase E—80 test holes
C. y I B 5LIE. Rios will perform Level B SUE on utilities located within the existing Garth Road
ROW from IH-10 to 300 feet north of Birdsong Drive(Phases A, B.C, D,and E). Level B SUE is
broken out by Phase as follows:
a. Phase A—28,000 linear feet
b. Phase B—35,000 linear feet
c. Phase C—40,000 linear feet
d. Phase D—15,000 linear feet
e. Phase E—22,000 linear feet
D. It is anticipated that routine traffic control(cones and free-standing signage)will be utilized for the
Level B SUE and most of the Level A SUE. However, it is assumed that a maximum of 8 days of
non-routine traffic control measures(MUTCD barricades,flag person,changeable message board)
will be required for a portion of the Level A SUE. Non-routine traffic control measures are broken
out by Phase as follows:
a. Phase A—2 day
b. Phase B—3 day
c. Phase C—1 day
d. Phase D—1 day
e. Phase E— 1 day
E. Rios will survey the field locations and provide field sketches, unique locate ID, a summary sheet
for each test hole, and a utility base map in MicroStation showing the horizontal location of the
located utilities.
Task 4 R-Geotechnical Investigation
This task contains the scope of services for a geotechnical engineer to provide a geotechnical
investigation and engineering report for this project. As part of this task, through a geotechnical
engineering sub-consultant(Gorrondona Engineering Services, Inc. (GES))the Consultant will provide
the following services:
A. Consultant Coordination
• Coordinate with GES
• Review geotechnical report and provide one(1)round of comments
• Coordinate with the City and TxDOT to provide information to GES as needed.
B. Subconsultant Scooe of Service:The subconsultant,Gorrondona Engineering Services, Inc. (GES),
will provide the geotechnical investigation for the following:
• Roadway Geotechnical Bores. Seven(7)geotechnical bores up to 20 feet deep along
Garth Road for Phases A and B,and five(5)geotechnical bores up to 20 feet deep along
Garth Road for Phases C, D, and E. Two(2)geotechnical bore up to 30 feet deep along
Garth Road in the area of Cedar Bayou Lynchburg Road(Phase D).
• Drainage Geotechnical bores. Five(5)geotechnical bore up to 30 feet deep in the areas
of the detention pond and the proposed drainage improvements between the roadway
and the detention pond for Phase B. Six(6)geotechnical bore up to 30 feet deep in the
areas of the detention pond and the proposed drainage improvements between the
roadway and the detention pond for Phase C. Seven (7)geotechnical bore up to 30 feet
deep in the areas of the detention pond and the proposed drainage improvements
between the roadway and the detention pond for Phase D.
• It is understood that these borings may be located within the City ROW and ROW permits
will be required prior to mobilization for lane closures.
• It is assumed that the sites are readily accessible and will not require clearing for boring
equipment access. Clearing will be an additional service if required.
• The required survey location of the geotechnical bores will be provided as part of Task 2
—Topographic Survey.
• The engineering report will be prepared by a registered engineer and will present the
results of the field and laboratory data together with the analyses of the results and
recommendations. The report will meet City, TxDOT, and HCFCD requirements. A
digitally signed and sealed report in electronic format will be provided. The report will
address:
i. Soil and groundwater conditions encountered at the boring locations
ii. Soil and groundwater conditions encountered at the boring locations, Per
HCFCD requirements, the report will include gINT boring logs and soil profiles.
iii. Paving recommendations per TxDOT requirements.
iv. Underground utilities related recommendations including dewatering,
excavation/backfill, utility trench shoring, bracing and bedding recommendations,
v. Detention basin recommendations per HCFCD design Manual
vi. Culvert reoommendations
vii. Earthwork recommendations,including material and compaction requirements.
viii. Construction considerations related to soil and groundwater conditions at the
borings.
Task 5-Roadway Design
The Consultant shall prepare all work in accordance with the latest version of applicable City's/TxDOT
procedures, specifications, manuals, guidelines, standard drawings, and standard specifications or
previously approved special provisions and special specifications, which include: the TxDOT PS&E
Preparation Manual, Roadway Design Manual, Hydraulic Design Manual, the Texas Manual on Uniform
Traffic Control Devices (TMUTCD), Standard Specifications for Construction and Maintenance of
Highways, Streets and Bridges, (latest Edition), and other City approved manuals. When design criteria
are not identified in City/TxDOT manuals, the Consultant shall notify the City and refer to the American
Association of City Highway and Transportation Officials (AASHTO), A Policy on Geometric Design of
Highways and Street, (latest Edition). The Consultant shall prepare each PS&E package in a form suitable
for letting through the City's construction contract bidding and awarding process.
A. Geometric Design.The Consultant shall refine the horizontal and vertical alignments shown in the
Diagrammatic Concept Plan and design proposed horizontal and vertical alignments in English
units for cross streets. Minor modifications in the alignment must be considered to provide optimal
design. The City must approve the refined schematic prior to the Consultant proceeding to the 60%
milestone submittal.
B. Roadway Desian. The Consultant shall use Bentley's OpenRoads 3D Design technology in the
design and preparation of the roadway plan sheets.
The Consultant shall provide roadway plan and profile drawings using CADD standards as required
by the City. The drawings must consist of a planimetric file of existing features and files of the
proposed improvements. The roadway base map must contain line work that depicts existing
surface features obtained from the survey. Existing major subsurface and surface utilities must be
shown if requested by the City. Existing and proposed right-of-way lines must be shown. Plan and
Profile must be shown on same sheets. For cross street reconstruction more than 100'beyond the
main street right-of-way,Consultant will prepare a plan/profile of the cross-street improvements.
Otherwise,the side street improvements will be defined vertically by spot elevations.
The plan view must contain the following design elements:
• Calculated roadway and cross-street centerlines as applicable. Horizontal control points
must be shown. The alignments must be calculated using GEOPAK.
• Pavement edges for all improvements.
• Lane and pavement width dimensions.
• Proposed structure locations,lengths, and widths.
• Direction of traffic flow on all roadways. Lane lines and arrows indicating the number of
lanes must also be shown.
• Drawing scale shall be 1"=50'
• Control of access line. ROW lines and easements.
• Begin and end superelevation transitions and cross slope changes.
• Limits of riprap,block sod,and seeding.
• Existing utilities and structures.
• Benchmark information.
• Radii call outs, curb location, guard fence, crash safety items and American with
Disabilities Act(ADA)Accessibility Guidelines for Pedestrian Facilities in the Public Right
of Way(PROWAG)compliance items.
The profile view must contain the following design elements:
• Calculated profile grade for proposed roadway and cross streets(cite direction). Vertical
curve data,including"K"values must be shown.
• Existing and proposed profiles along roadway, cross streets, and proposed gutter line of
Garth Rd.
• The location of existing and proposed crossing utilities or structures.
• Drawing vertical scale to be 1"=10'.
C. Typical Sections.The Consultant shall prepare typical sections for proposed and existing roadway
and cross streets.Typical sections must include width of travel lanes, shoulders,outer separations,
border widths, curb offsets,and ROW. The typical section must also include Proposed Profile
Gradeline(PGL), centerline, pavement design, longitudinal joints, side slopes, sodding or seeding
limits, concrete traffic barriers and sidewalks,if required, station limits,common proposed and
existing structures including retaining walls, existing pavement removal,riprap, limits of
embankment and excavation, etc.
D. Cross Streets. The Consultant shall provide an intersection layout detailing the pavement design
and drainage design at the intersection of each cross street. The layout must include the horizontal
alignments,curb returns,geometrics,transition length, stationing, pavement, drainage details, and
American with Disabilities Act (ADA)Accessibility Guidelines for Pedestrian Facilities in the Public
Right of Way(PROWAG)compliance items. The Consultant shall design for full pavement width to
the ROW and provide a transition to the existing roadway.
E. Cut and Fill Quantities.The Consultant shall develop an earthwork analysis to determine cut and fill
quantities and provide final design cross sections at 100 feet intervals. Cross sections must be
delivered in standard GEOPAK format on 1 IIN17"sheets and electronic files.The Consultant shall
provide all criteria and input files used to generate the design cross sections. Annotation shall
Include at a minimum existing and proposed ROW,side slopes(front&back),profiles, etc.
F. Pavpmgnt Design.The Consultant shall incorporate the pavement design developed by the TxDOT
for this project,
G. Pedestrian and Bicycle Facllities The Consultant shall coordinate with the City to incorporate
pedestrian and bicycle facilities as required or shown on the Diagrammatic Concept Plan. All
pedestrian and bicycle facilities must be designed in accordance with the latest American with
Disabilities Act(ADA)Accessibility Guidelines for Pedestrian Facilities In the Public Right of Way
(PROWAG),the Texas Accessibility Standards(TAS), and the AASHTO Guide for the
Development of Bicycle Facilities.
H. Demolition Plan. Consultant will provide demolition and removal information as is deemed
necessary for construction.The proposed plan will take into consideration the phasing outlined in
the Traffic Control Plan in Task 12.
I. Driveways. The Consultant shall analyze all driveways within the project and develop driveway
profiles as needed. Typically driveways will be defined vertically by spot elevations.
J. Signing and Pavement Markings.
Signing
The Consultant shall prepare drawings,specifications and details for all signs. The Consultant shall
coordinate with the City(and other Consultants as required)for overall temporary,interim and final
signing strategies and placement of signs outside contract limits. The Consultant shall:
• Prepare sign detail sheets for large guide signs showing dimensions, lettering, shields,
borders, corner radii,etc.,and shall provide a summary of large and small signs to be
removed,relocated, or replaced,
• Designate the shields to be attached to guide signs.
• Illustrate and number the proposed signs on plan sheets.
Pavement Markings
The Consultant shall detail both permanent and temporary pavement markings and channelization
devices on plan sheets. The Consultant shall coordinate with the City(and other Consultants as
required)for overall temporary, interim, and final pavement marking strategies. The Consultant
shall select Pavement markings from the latest City standards. The Consultant shall provide the
following information on sign and pavement marking layouts:
• Roadway layout.
• Center line with station numbering.
• Culverts and other structures that present a hazard to traffic.
• Location of utilities.
• Existing signs to remain, to be removed,to be relocated or replaced.
• Proposed signs(illustrated, numbered and size).
• Proposed markings(illustrated and quantified)which include pavement markings, object
markings and delineation with beginning, end, and station offset from proposed roadway
centerline.
• Quantities of existing pavement markings to be removed.
• Proposed delineators, object markers, and mailboxes.
• The number of lanes and the location of changes in numbers of lanes.
• Right-of-way limits.
Direction of traffic flow on all roadways.
K. Storm Pollution Prevention Plans(SW3P).The Consultant shall develop SW3P, on separate
sheets from (but in conformance with)the TCP,to minimize potential impact to receiving
waterways. The SW3P shall include text describing the plan,quantities, type, phase and locations
of erosion control devices and any required permanent erosion control. The Contractor will be
responsible for preparing the SWPPP manual and Notice of Intent(NOI)and Notice of Termination
(NOT).
L. Compute and Tabulate Quantities.The Consultant shall provide the summaries and quantities
within all formal submittals.
M. (Higgellalmeous Structural Details. The Consultant shall provide necessary details required to
supplement standard details.
N. Contract Time Determination.The Consultant shall prepare a detailed contract time estimate to
determine the approximate time required for construction of the project in calendar and working
days (based on the City standard definitions of calendar and working days)at the 90% and Final
PS&E milestone. The schedule shall include tasks, subtasks,critical dates,milestones.
deliverables,and review requirements in a format which depicts the interdependence of the various
items and adjacent construction packages. The Consultant shall provide assistance to the City in
interpreting the schedule.
O. Specifications and General Notes. The Consultant shall identify necessary standard specifications,
special specifications,special provisions and the appropriate reference items. The Consultant shall
prepare General Notes from the District's Master List of General Notes, Special Specifications and
Special Provisions for inclusion in the plans and bidding documents. The Consultant shall provide
General Notes, Special Specifications and Special Provisions in the required format.
P. Constructability Review. The Consultant shall provide Independent Quality Review of the
constructability of PS&E sets. The Consultant shall perform constructability reviews at major project
design milestones(e.g. 30%, 60%,90%, and final plan)to identify potential constructability issues
and options that would provide substantial time savings during construction. The constructability
review must be performed for all roadway and structural elements such as Sequence of
Work/Traffic Control, Drainage(Temporary and Permanent), Storm Water Pollution Prevention Plan
(SW3P), Environmental Permits, Issues and Commitments(EPIC)by TxDOT addressed, identify
Utility conflicts; ensuring accuracy and appropriate use of Items,Quantities,General Notes,
Standard and Special Specifications, Special Provisions, Contract Time/Scheduls, Standards; and
providing detailed comments in an approved format. Reviews must be captured in a
Constructability Log identifying areas of concern and potential conflict. The Consultant shall provide
the results of all Constructability reviews and recommendations to the City at major project design
milestone submittals.
Q. Task Specific Design Coordination Meetings. The Consultant will coordinate during design as
needed with the City,TxDOT, HCFCD, Franchise Utilities, and other needed entities to coordinate
design decisions. At this time, it is anticipated that approximately two(2)design coordination
meetings will be required for each of Construction Packages 2, 3, and 4 for a total of six(6)
meetings. Effort associated with meetings and coordination for submittals is included in Task I —
Program Management.
Task 6—Drainage Design
A. Data Collection. Consultant will coordinate with Client to receive data required to prepare the
stormwater detention and culvert design. Consultant will request the following data sources:
record drawings, existing hydrologic and hydraulic studies, and storm sewer system maps.
B. Storm Sg- ruy r Design. Consultant will prepare drainage area maps, storm sewer plan sheets, profile
sheets,and hydraulic calculation sheets to convey the 100-year. Plans shall include sizing,
alignments, trunk lines, inlets,junction boxes,connections, manholes, utility crossings, hydraulic
grade lines, laterals, outfall location and grading/protection requirements.
C. StormW@ter Detention Design,. Consultant will design up to five(5)stormwater detention facilities to
reduce the increase in peak flow associated with the roadway improvements in the 2-, 10-,and
100-year events. It is anticipated that Phase A and Phase E will be underground detention facilities
and Phases B,C, and D will be a combination of underground and above ground detention
facilities. Stormwater detention design will be performed in general accordance with the currently
published Harris County Flood Control District(HCFCD)Policy, Criteria,&Procedure Manual
(PCPM). Stormwater detention design will mitigate for increases in impervious area and reduction
in time of concentration associated with converting the existing roadside ditches into underground
storm sewer system. The stormwater detention design will consist of the following:
• Detention Pond Layout and Grading sheets showing horizontal and vertical design of
above ground detention pond systems.
• Plan/Profile sheets showing horizontal and vertical alignment including pipe size,
material, slope, and elevation for underground detention pond systems.
• Outfall plan/profile sheets.
• Outfall detail sheets.
• Effort associated with meetings and coordination for milestone submittals is included in
Task 1 —Program Management.
D. Culvert Design. Consultant will design up to six(6)cross culverts to convey flow across Garth
Road. Cross culvert design will be performed in general accordance with the currently published
HCFCD PCPM. The culvert design will consist of the following:
• Plan/Profile sheets showing horizontal and vertical alignment including pipe size,
material, slope, and elevation.
• Headwall detail sheets.
• Effort associated with meetings and coordination for milestone submittals is included in
Task 1 —Program Management.
E. No-Impact Study. Consultant will prepare a No-Impact Study for submittal to HCFCD summarizing
the design associated with this task. The No-Impact Study will include the following:
• Report Text.
• Drainage Area Maps.
• Hydrologic Calculations.
• Hydraulic Calculations.
• Digital Files.
F. HCFCD Permitting. Consultant will submit the No-Impact Study to HCFCD and respond to up to
two rounds of comments associated with the items described in this task.
G. South Road(0105-10-001 Detention Analysis(Phase Q. HCFCD owns right-of-way or controls
easement for HCFCD Unit No. 0105-10-00 from Garth Road to the channel's confluence with
Goose Creek(0105-00-00). Consultant will evaluate expanding this existing channel to provide
stormwater detention for the roadway improvements. Effort associated with this task will consist of
the following:
• Discuss channel expansion and HCFCD right-of-way acquisition with Client and
HCFCD. Meetings and coordination for this effort are covered in Task 1 —Program
Management.
• Prepare existing condition hydrologic and hydraulic analysis of existing channel.
• Revise existing condition analysis based on proposed roadway improvements.
• Evaluate modifications to channel in order to mitigate increases in peak flow associated
with roadway improvements in general accordance with the HCFCD PCPM.
• Summarize the results of this task in a technical memorandum for submittal to the Client.
H. South Road Detention (0105-10-001Modification Plans Phase C . Consultant will prepare plans to
modify HCFCD Unit No. 0105-10-00. Consultant assumes modifications will include grading to
widen the existing channel within the ultimate right-of-way limits, modification of an existing
roadway culvert(West Road),and construction of a new outfall to into 0105-00-00. Effort
associated with this task will consist of the following:
• Demolition Plan showing structures to be removed.
• Grading Sheets showing horizontal and vertical design of the channel modifications.
• West Road culvert plan/profile sheet
• Outfall plan/profile sheet.
• Outfall detail sheets.
• HCFCD detail sheets.
I. Baytown Central Regional Detention Analysis(Phase 131- The Baytown Central Development is
located at the southeast comer of Cedar Bayou Lynchburg Road and Garth Road. There are
existing regional detention ponds on the east side of Baytown Central Boulevard that discharge into
the existing HCFCD ditch. Consultant will evaluate expanding this existing regional detention pond
system in the Baytown Central Development area to provide slormwater detention for the roadway
improvements. Effort associated with this task will consist of the following:
• Discuss regional detention pond expansion and HCFCD right-of-way acquisition with
Client and HCFCD. Meetings and coordination for this effort are covered in Task 1 --
Program Management.
• Prepare existing condition hydrologic and hydraulic analysis of regional pond system.
• Revise existing condition analysis based on proposed roadway improvements.
• Evaluate modifications to regional detention pond system in order to mitigate increases in
peak flow associated with roadway improvements in general accordance with the HCFCD
PCPM.
• Summarize the results of this task in a technical memorandum for submittal to the Client.
J. Baytown Central 13egigaal DetentionModification Plan D . Consultant will prepare plans to
modify the Baytown Central Regional Detention Pond. Consultant assumes modifications will
include grading to combine the existing channel and ponds into a single facility, removal of existing
outfall structures,and construction of a new outfall to into the HCFCD ditch. Effort associated with
this task will consist of the following:
0 Demolition Plan showing structures to be removed.
• Detention Pond Layout and Grading Sheets showing horizontal and vertical design of the
detention pond modifications.
• Outfall plantprofile sheet.
• Outfall detail sheets.
• HCFCD detail sheets.
K. Task cific Nplan Coordination Meetings. The Consultant will coordinate during design as
needed with the City,TOOT, HCFCD, Franchise Utilities,and other needed entities to coordinate
design decisions_ At this time,it is anticipated that approximately two(2)design coordination
meetings will be required for each of Construction Packages 2, 3,and 4 for a total of six(6)
meetings. Effort associated with meetings and coordination for submittals is included in Task 1—
Program Management.
Task 7—Water and Wastewater Desian
A. Data Collection.Consultant will coordinate with Client to receive the data required to analyze the
water and wastewater systems. Where data sources may be Incomplete, the City will complete data
or instruct the Consultant on assumptions to be used when data is incomplete. Consultant will
request the following data sources: record drawings, lift station operations and controls, and
wastewater collection system maps.
B. Water Desian. Consultant will design approximately 14,000 linear feet of 8-inch, 10-inch, 12-inch,
16-inch, and 30-inch water lines to be removed and replaced along the Garth Road corridor from
the intersection of IH-10 to just south of Baker Road(Phases A—E). The water design will consist
of the following:
• PianlProfile sheets showing horizontal and vertical alignment including pipe size,
material, slope, and elevation.
• Locations of water valves,bends, tees, reducers,fire hydrants, and connections to
existing water lines.
• Minor adjustments to existing water valve boxes and other appurtenances.
• Water service connections.
• Intersecting water lines and water line crossings under Garth Road will be replaced to
just beyond the limits of new pavement construction.
• Limits of the existing water lines to be removed.
• Incorporation of City of Baytown Standard Water Details
C. Waste-water Design. Consultant will design approximately 11,000 linear feet of 8-inch, 10-inch, 12-
inch. 15-inch,and 184nch gravity wastewater lines and approximately 3,000 linear feet of 12-inch
secondary diversion force main for the Garth Road Lift Station to be removed and replaced along
the Garth Road corridor from the intersection of IH-10 to just south of Baker Road(Phases A—E).
At this time, it is not anticipated that the 18-inch Garth Road force main installed in 2018 will be
impacted or need to be relocated. The wastewater design will consist of the following:
• Plan/Profile sheets showing horizontal and vertical alignment of gravity wastewater lines
including pipe size, material,and slope.
• Manhole size and location.
• Horizontal and vertical alignment of force mains including placement of air release
valves, if required.
• Minor adjustments to existing manholes and other appurtenances.
• Wastewater service connections.
• Intersecting wastewater and force main crossings under Garth will be replaced to just
beyond the limits of new pavement construction.
• Limits of existing wastewater lines,force mains,manholes, and other appurtenances to
be removed.
• Bypass pumping requirements and suggested plans.
• Submitting to the TCEQ for review and approval.
• Incorporating City of Baytown Standard Wastewater Details.
D. Technical Specifications. Consultant will prepare technical specifications in accordance with City of
Baytown Standard Specifications for water and wastewater improvements to be included in the
project manual. Where City of Baytown Standard Specifications are missing, Consultant will utilize
TxDOT standard technical specifications(latest published edition).
E. Task Specific"es' Coordinatign Meetings. The Consultant will coordinate during design as
needed with the City and other needed entities to coordinate design decisions. At this time, it is
anticipated that approximately three(3)design coordination meetings will be required. Effort
associated with meetings and coordination for submittals is included in Task 1 —Program
Management
Taste 8-_Frgnchise Utility and Gas Company Coordination
A. Franchise Utility Coordination. This task is intended to capture the effort associated with
coordination with approximately eight (8)franchise utilities to bring the existing above-ground
telecommunication utilities below ground and relocate existing underground telecommunication and
gas distribution utilities outside of the proposed paving limits.The franchise utility coordination work
will be performed in general accordance with the recommended practices and procedures
described in TxDOT ROW Utility Manual. Consultant will perform the following under this task:
• Review franchise utility information from the Preliminary Engineering with the City and
review encroachment agreements with the eight(8)franchise utilities that were identified
in the Preliminary Engineering.
• Establish a proposed corridor for each of the proposed Construction Packages for the
required franchise utility relocations.
• Hold a Franchise Utility Relocation Kick-off meeting with the City and the eight (8)
Identified telecommunication and gas line companies identified in the Preliminary
Engineering phase of the project. At this kick-off meeting,we will review identified
existing infrastructure and proposed utility corridor.
• Submit one set of 30%,60%,and 90% design plans for each construction package to
each franchise utility for their review and to request each franchise utility to confirm the
existing size, type, and location of existing utilities and confirm location of proposed
utilities.
• Locations of franchise utilities will be updated on the plan sheets per comments received
from the Franchise Companies.
• Submit one set of final design plans for each construction package and the project
schedule to each affected franchise utility for their review and comment.
B. Q9ssing Gas Company Coordination. This task is Intended to capture the effort associated with
coordination with approximately twenty(20)gas companies with approximately sixty-two(62)
pipeline crossings in the Garth Road corridor. Consultant will perform the following under this task:
0 Coordinate with gas line companies to identify gas line crossing requirements.
• Submit design plans at the 60%and 90%submittals for each construction package to
each company for their review and comment. Effort to address comments from gas
companies is included in Task 13-Construction Documents.
• Coordinate with each gas line company to obtain a letter of no objection (LONO). LONOs
will be included in the project manual. It is anticipated that the following number of
LONOs are required with each phase along the Garth Road corridor:
i. Phase A-5 LONOs
ii, Phase 8-10 LONOs
iii, Phase C-1 LONOs
iv. Phase D-10 LONOs
v. Phase E-36 LONOs
C. TAskSpecific Design Coordination Meetings.The Consultant will coordinate during design as
needed with the City,TxDOT, Franchise Companies,gas companies, and other needed entities to
coordinate design decisions. At this time, it is anticipated that approximately ten(10)design
coordination meetings in addition to those described in the task above will be required. Effort
associated with meetings and coordination for submittals is included in Task 1 -Program
Management.
Task 9--Landscape Architecture Design
Based on the City approved Concept, the Consultant will prepare Landscape Architecture Construction
Documents consisting of:
A. General Notes and Materials Legend. Showing material specification and general notes related to
proposed construction.
B. Hardscape Plans: Final design, layout, and dimensional control showing site handscape materials.
C. Planting Plans: Showing final planting plans with plant species, sizes, and location for trees, shrubs,
groundcover, and turf.
D. Irrigation Plans:The Irrigation Plans will identify a proposed head/drip layout,valve size and location,
point of connection and related appurtenances, pipe sizes, sleeve locations, and Controller location.
The plans shall include the Client's preferred irrigation equipment type(Toro, Hunter, Rainbird,etc.)
and irrigation equipment power source(Electrical or Solar).
E. Schematic LigUnga Design: Consultant will coordinate with the Electrical Engineer to size and locate
lights related to the landscape architecture components and show them on the Illumination Plans,
The plan may contain tree uplighting, and electrical receptacles. Electrical design and photometrics
associated with the project's lighting will be provided by other members of the consultant team.
F. Landscape and Hardsca a Details: Showing elements explicitly included in the Landscape
Architecture design, consisting of details, sections, and elevation views. Certain submittals, shop
drawings, samples, cut sheets and mockups will be listed for approval by Landscape Architect,
G. Specifications: Consultant will provide specifications and material selections within both the drawing
set and separate documentation.
H. Task Specific Design Coordination Meetings.The Consultant will coordinate during design as needed
With the City and other needed entities to coordinate design decisions, At this time, it is anticipated
that approximately two (2) design coordination meetings will be required for each of Construction
Packages 2, 3,and 4 for a total of six(6)meetings. Effort associated with meetings and coordination
for submittals is included in Task 1 -Program Management:.
The task excludes design of public art, signage, water features, architectural structures, shade structures,
and 3D renderings/models.
Task 10—Temporary and Permanent Signal Design
The Consultant will design a total of nine (9) traffic signals, for both permanent design and temporary
design. Below are the signalized Intersection locations:
1. Sharon Ln—Phase A
2. Independence Blvd—Phase A
3. Hunt Rd—Phase A
4. Santavy St—Phase 8
5. W Archer Rd—Phase B
B. South Rd—Phase C
7. Cedar Bayou Lynchburg Rd—Phase D
8. Baytown Central Blvd—Phase E
9. Baker Rd—Phase E
A. Permanent Signal Design. Design will consist of developing the signal layout for mast arm signal
pole configuration, signal head configuration, electrical details, signing and pavement marking
layouts, signal pole and foundation standards, quantities and construction cost estimates,and
specifications. The traffic signal design will also include provision for future fiber optic interconnect
by providing a conduit and pull box, if needed.
The traffic signal design plans will consist of the following plan sheets:
• Summary of Quantities
• Traffic Signal Notes
• Existing Conditions Sheet(where applicable)showing existing intersection and roadway layout,
signs, pavement markings,other notable above ground features,and the recorded utilities
• Traffic Signal Layout Sheet including overhead signs and pedestrian elements
• Traffic Signalization Detail Sheet with tabulation of quantities, electrical chart, timing table,
vehicular detection,and general notes
• Elevation Sheets showing all of the signal equipment per approach
• Standard Detail Sheets as may be applicable
B. Jemoorary Jignal Design. Design will consist of developing the temporary signal layout for span
wire signal configuration using temporary wood poles, signal head configuration, electrical details,
temporary signing and pavement marking layouts, temp signal standards, quantities and
construction cost estimates, and specifications.The temporary traffic signal design will also include
additional needed sheet for all construction phases where a temporary signal design change is
needed.
The temporary traffic signal design plans will consist of the following plan sheets:
• Temp Summary of Quantities
• Tamp Traffic Signal Notes
• Temp Traffic Signal Layout Sheet
• Temp Traffic Signalization Detail Sheet with tabulation of quantities, electrical chart, timing
table, vehicular detection, and general notes
• Temp Standard Detail Sheets as may be applicable
C. Task Specific Design Coordination Meeting. The Consultant will coordinate during design as
needed with the City,TxDOT, and other needed entities to coordinate design decisions. At this
time, it is anticipated that approximately three(3)design coordination meetings will be required one
(1)meeting for each of Construction Package 2, 3, and 4. Effort associated with meetings and
coordination for submittals is included in Task 1 --Program Management.
J@sk 11 —Illumination Design
Consultant will design roadway illumination design plans for Phases A through E. The illumination design
will follow the City of Baytown lighting guidelines and ordinances,TxDOT Highway Illumination Manual and
AASHTO's Roadway Lighting Design Guide. Light pole placement design along this roadway will be done
in coordination with the City and roadway designer and alternate various sides of the roadway. Consultant
will coordinate with the electrical utility company to identify the power source and design the electrical
circuits in compliance with National Electrical Code(NEC)guidelines.
Consultant will use AASHTO's Roadway Lighting Design Guide to determine the targeted average
illuminance values and uniformity ratios for this roadway.The Consultantwill use the AG132lighting analysis
program to prepare a photometric layout of the study corridor to verify that the minimum illuminance values
are reached and that there is lighting coverage for all sections of the roadway.
The roadway illumination design will be prepared at 1" = 100' on 11"x 17"plan sheets using MicroStation
V8. The roadway illumination design package will include the following plan sheets:
A. Roadway Illumination General Notes
B. Summary sheets and tabulated lighting quantities.
C. Roadway Illumination Design Layout Sheet showing proposed roadway illumination elements, light
pole and foundation details, wiring details, spacing and placement, electrical service,ground boxes,
conduit placement,conductor runs between poles, drops, transformers, suppliers, and meters.
D. Electrical Wiring Detail Sheet with tabulation of quantities, service types, electrical chart--
conductors and conduits.
E. Standard Detail Sheets as may be applicable
F. Task Soecific Designi Meetings. The Consultant will coordinate during design as
needed with the City, CenterPoint, TxDOT,and other needed entities to coordinate design
decisions. At this time, it is anticipated that approximately three(3)design coordination meetings
will be required one(1)meeting for each of Construction Package 2, 3,and 4. Effort associated
with meetings and coordination for submittals is included in Task 1 —Program Management.
Task 12—Traffic Control
A. Consultant will prepare Traffic Control Plans(TCP)demonstrating the construction sequence for
Phases A-E of Garth Road. TCP will show the temporary signing and striping required to provide
flow of traffic during construction. The construction sequence includes showing temporary signing,
striping, drainage and detours, barricades and other channelizing devices, proposed storm sewer
construction phasing, public utilities construction phasing and pedestrian routing during
construction. Consultant will develop TCP typical sections showing lane widths, channelizing
devices, direction of traffic, and work area.The plans will be developed in accordance with the
latest edition of the TMUTCD.The TCP design will follow current City of Baytown and TxDOT
Barricade and Construction (BC)standards and TCP standards.
B. Consultant will coordinate with the City and TOOT in scheduling a Traffic Control Workshop and
30%, 60%, 90%, and 100%submittal of the TCP for approval by the Traffic Control Approval Team
(TCAT). The Consultant will assist the City and TOOT in coordinating mitigation impacts to
adjacent schools,emergency vehicles, pedestrians, bicyclist and neighborhoods as required.
C. Consultant will develop each TCP to provide continuous safe access to each adjacent property
during all phases of construction and to preserve existing access. The Consultant shall notify City
and TxDOT in the event existing access must be eliminated and must receive approval from the
State prior to any elimination of existing access.
D. The design will be prepared at 1"=50'on I x17"plan sheets and electronic files using
MicroStation.The TCP sheets will consist of.
• Traffic Control Narrative
• Traffic Control Plan Typical Sections
• Traffic Control Plan Layouts
• Detour Plans
• Standard Detail Sheets
Task U—Public Outreach
After the TxDOT public outreach meeting period performed as part of the preliminary engineering design,
the Consultant will prepare for and attend the following meetings with the City for public outreach
purposes:
A. Approximately 50 individual meetings with adjacent business and property owners as requested by
the City for all phases of the project.
• The City will provide the list of tenants and property owners for the individual meetings.
• The Consultant will coordinate with the City to schedule the meetings with each of the
tenants and property owners and the Consultant will prepare for and attend the meetings
as required by the City.
B. Coordinate with the City to review and maintain a public 'dashboard" website to provide updated
information regarding project milestones and updated design information to the general public. The
City has contracted with a web development firm(Bang the Table)to host and build the website. The
Consultant will be given access to upload City approved exhibits, schedules, and design documents
to the Bang the Table dashboard as deemed appropriate by the City.
C. The Consultant will provide five (5) photo-simulation renderings along the corridor (one for each
Phase A through E). The locations of the renderings will be decided upon by the City and the
Consultant at the 90%Submittal.The renderings will show the roadway improvements and landscape
Improvements at the selected locations.
D. Prepare for and attend four(4) City Council Presentation to present 90% Construction Documents
and update Council on the status of the project prior to moving into the bidding and construction
phase of projects.
Task U—Construction Packages
Construction documents will be prepared as four(4)separate construction packages prepared with the
corresponding phases shown on Map t —Overall Garth Road Phasing Map. The construction packages
will be broken out as follows:
• Construction Document Package 1 —Water and Wastewater Plans for Phase A through E
• Construction Document Package 2—Phases A and B
• Construction Document Package 3--Phase C and D
• Construction Document Package 4—Phase E
These four packages will be compiled of the following documents:
A. Water and Wastewater Construction Document Package 1
I. Cover Page
ii. Sheet Index
iii. General Notes
iv. Project Control Sheets
V. Typical Sections
A. Demolition Layout
vii. Overall Utility Sheet
viii. Water Plan/Profile
ix, Wastewater Plan/Profile
X. Wastewater Bypass Pumping Plan
A Water and Wastewater Standard Details
A. SWPPP
B. Construction Documents(Packages 2. 3. and 4). The Consultant will prepare the following
construction documents:
i. Cover Page
ii. Sheet Index
iii. General Notes
iv. Project Control Sheets
V. Typical Sections
vi. Pavement Cross-Sections
vii. Demolition Layout
vial. Paving Plan/Profile
ix. Paving Details
x. Signing and Marking
A Drainage Area Map
xii. Drainage Area Calculations
Al. Drainage Plan/Profile
xiv. Drainage Laterals
xv. Detention Pond Plan
xvi, Culvert Crossings
xvii. Drainage Details
xviii. SWPPP
Am Traffic Control Plan
xx. Landscape Plan
xxi. Hardscape Plan
xxii. Irrigation Plan
xxiii. Temporary Signals
xxiv. Permanent Signals
xxv. Illumination Sheets
C. Tg&bDical_Saecifications. The Consultant will compile City of Baytown, Harris County, HCFCD,and
TxDOT standard technical specifications and prepare project specific technical specifications as
required for the construction packages.
D. Project Manual. The City will provide the Consultant with up front-end construction contract
documents for the project manual. The Consultant wilt provide the bid form for the front-end
documents and the Technical Specifications that supplement the front-end documents provided by
the City. The Consultant will compile the Project Manual for City and TxDOT review for each
construction package.
E. Opinions of Probable Costs. Consultant will prepare preliminary level opinions of probable costs
(OPCs). Opinions of probable costs provided herein are based on the information known to
Consultant at the time of the deliverable and represent only Consultant's judgment as a design
professional familiar with the construction industry.
F. The Consultant will prepare 30%, 60%,90%,and Final Construction Package Submittals for the
Water and Wastewater Construction Package 1 for review by the City.The Consultant will submit
the 30%, 60%,and 90%submittals to the City for one round of review. The Final submittal will not
be submitted for review but will be issued to the City for bidding and construction.
G. The Consultant will prepare 30%,60%,90%,and Final Construction Package Submittals for
Construction Packages 2,3,and 4 for review by the City and TxDOT.The Consultant will submit
the 30%, 60%, and 90%submittals to the City for one round of review. Then the consultant will
address City comments and submit the 30%,60%, and 90%submittal to TxDOT for one round of
review. The Final submittal will not be submitted for review but will be issued to the City for bidding
and construction.
H. The 90%Water and Wastewater Construction Package 1 will be submitted to TCEQ for review.
I. Along with the 90%Construction Documents submittal to TxDOT for Construction Packages 2, 3,
and 4,the Consultant will provide a completed Texas Department of Licensing and Regulation
(TDLR)application for review by the City. The Consultant will address City comments to the
application and then submit the TDLR application for each roadway Construction Document
Package for review in accordance with the Elimination of Architectural Barriers Act.
The submittals will include the following:
• 30%Review Submittal
i. 30% Plan and Profile PDF Plan set for City and TxDOT Review(as applicable).
1. 30%Submittal will include plan and profile alignment schematic for the
Water and Wastewater Construction Package 1,
2. 30%Submittal will include the sheets from Task 14.BJ-iii; v;viii;xi—xv;
and Ax for Construction Packages 2, 3, and 4.
ii. 30%OPC PDF
• 60% Review Submittal:
i. 60%Construction Documents—PDF Plan set for City and TxDOT Review(as
applicable)
ii. Table of Contents of Technical Specifications(PDF)
iii. 60%OPC PDF
• 90% Review Submittal:
i. 90%Construction Documents—PDF Plan set for City TxDOT, TCEQ, and TDLR
Review(as applicable)
H. 90%Project Manual—PDF to include Technical Specifications and Bid Form,
and Front-End documents(provided by the City)
iii. 90%OPC PDF
• Final Submittal:
I. Final Construction Documents—PDF Plan set for City and TxDOT Review(as
applicable)
ii. Final Project Manual—PDF to include Technical Specifications and Bid Form,
and Front-End documents(provided by the City)
iii. Final OPC PDF
Task 15—Metes,and Bounds and ROW Map Surveying Services
Based on the Client and TxDOT approved schematic, through the surveying sub-consultant, Kuo, the
Consultant will perform a boundary surveying scope of work that will include boundary surveying for
preparing one hundred and twenty five(125)parcel maps for the proposed roadway improvements along
the Garth Road corridor from IH-10 to SH 146.The surveywill comply with Category 1A,Condition 2 survey
of TSPS Manual of Practice and City of Baytown criteria for boundary survey, as applicable. The following
tasks will be performed for boundary surrey metes and bounds:
A. Verify parcel area for latest condition of topography
B. Obtain limited title report for each parcel property
C. Preparing plat map drawing for each parcel
D. Preparing metes and bounds description for the parcel
E. Map check closure for the parcel
F. Setting the parcel on the ground as appropriate
Deliverables will include final signed and sealed parcel maps (8.5x11 size) and metes and bounds. It is
assumed that there will be a preliminary submittal to the City for review and comment and a final submittal
to the City for their records.Table 15.1 below shows the estimated number of metes and bounds per Phase.
Table 15.1 —Estimated Number of Metes and Bounds By Phase
Phase Number of Metes and Bounds
A 17
B 20
C 17
D 7
E 22
I= 42
TOTAL 125
Additionally, through the surveying sub-consultant, Kuo, the Consultant will perform a boundary surveying
scope of work that will include boundary surveying for preparing Right of Way(ROW)maps In compliance
with TxDOT criteria with inclusion of proposed parcels for proposed widening of Garth Road from IH-10 to
SH 146.The following tasks will be performed for boundary survey ROW Map:
G. Survey all improvements beyond 50'of proposed parcel limit and include in the Existing ROW map
H. Include proposed parcels(125)in the ROW map
I. Prepare a cover sheet as per TxDOT standard
J. Prepare map index sheet as per TxDOT standard
K. Update existing ROW maps to TxDOT standard by including additional callouts, parcel taking
tables, parent tract Insets, including POC on back tot,etc.
L. Completing TxDOT check list for ROW maps only
The deliverables will be in compliance with the TxDOT standards and TxDOrs boundary survey
check list for ROW maps. Deliverables will include final signed and sealed ROW maps(in 34x22 size)in
hard and soft copies including CAD drawings and any other documents per the checklists.
Task 16—Right of Way and Easement Acquisition Services
For the convenience of the City, the Consultant will subcontract with firms referred to as the"Consultant's
ROW Acquisition Agent" and the "Consultant's Appraiser' for the right of way, temporary construction
license, and easement acquisition for the project. The Consultant is not licensed to provide real estate
services.
A. Appraisals. Once the metes and bounds are approved by the City for the right of way or easements
in Task 15, the Consultant's Appraiser will provide appraisals for a maximum of one hundred and
twenty five(125)parcels(estimated number of appraisals per Phase is consistent with Table 15.1
above).Appraisals will be approved by the City prior to negotiations with the property owners.The
appraisals will be prepared by State Certified Appraisers in accordance with the Uniform Standards
of Professional Appraisal Practice(USPAP). The appraisals will be suitable for use in
condemnation proceedings, if necessary.
B. Title Research.The Consultant's ROW Acquisition Agent will review the preliminary title
commitment or preliminary title search provided by the survey sub-consultant to verify the
ownership of the parcels to be acquired.
C. Negotiations. The Consultant's ROW Acquisition Agent will provide the services of qualified right-of-
way agents to meet the requirements of the City to secure the required right-of-way and easements
for the project and do the following for up to one hundred and twenty five(125)parcels(estimated
number of negotiations per Phase is consistent with Table 15.1 above):
• Review the title commitments for an understanding of any title issues specific to a parcel
and review the appraisal to communicate value reasoning to the property owner.
• Initiate initial contact in the form of an informational letter to each landowner describing
the project and its impact upon the landowners property.
• Prepare the initial offer letter,instruments of conveyance and other documents required
or requested by City.
• Make reasonable efforts to negotiate with the property owner in person to develop
rapport for successful discussions.
• Negotiate on behalf of the City and utilize the conveyance documents and other
necessary forms as prescribed by the Consultant and the City. The Consultant's ROW
Acquisition Agent will provide a good faith effort to acquire the rights-of-way through a
negotiation process,which will generally consist of a maximum of five(5)total contacts
(with at least one(1)contact being verbal or in person)with the property owner,or his
authorized representative.A maximum of five(5)total contacts will be provided to reach
an agreement with the property owner, or to determine that further negotiations will be
non-productive and that eminent domain actions will be necessary to acquire the
property. If absentee owners are involved, the negotiations may be conducted via
telephone,fax, or by mail. If the schedule for acquisition of the right-of-way or other
factors arise,which make it expedient, travel outside of the project area to meet with the
absentee owners may be desirable. If such events arise, the travel must be specifically
authorized by the City, If such travel is authorized, the expenses involved, including the
agent's services,will be considered as Additional Services.
• The initial offer made to the property owner will be based on the value authorized by the
City. All counter-offers by the property owner, along with the Consultant's ROW
Acquisition Agent recommendations will be presented to the City for consideration. The
City must establish and recommend such counter offers before the Consultant's ROW
Acquisition Agent will be authorized to agree to the requested changes, All monetary
offers made to the property owners will be within the limits authorized by the City in the
various stages of the negotiation.
• After reaching an agreement with the landowner on the consideration and all other terms
of the transaction,the Consultant's ROW Acquisition Agent will forward to the City a
Memorandum of Agreement(MIA)executed by the property owner to be ratified by the
City.This MIA sets forth the compensation and any other terms and conditions agreed
upon. The City will be responsible for obtaining the City's ratification and for returning the
ratified MIA to the Consultant's ROW Acquisition Agent. The Consultant's ROW
Acquisition Agent will then inform the Title Company that the parcel is ready for dosing.
The payment to the property owner and the dosing procedures will be in compliance with
the procedures defined in the Closing section.
• In the event these good faith efforts fail to produce a satisfactorily negotiated easement,
the Consultant's ROW Acquisition Agent will recommend to the City that the City use its
power of Eminent Domain to acquire the parcels.
D. Closing and Filing of Records. Title services, title insurance commitments, policies,closing and
escrow services, and updated title commitments will be provided by the Title Company selected by
the City("City's Title Company"). The Consultant's ROW Acquisition Agent will do the following for
Closing Service Settlement:
• Attend closings as needed and provide closing services to support the City's Title
Company.
• Record original instruments,when applicable, immediately after dosing at the Harris
County Clerk's office, except for donations which will be forwarded to the City for
acceptance prior to closing.
• Coordinate with the City's Title Company to secure all documents to transfer clear title to
the City.
• Prepare TREC promulgated Unimproved Property Contract, if required by the City's Title
Company.
• Furnish recording information and copies of recorded documents to the City and
Consultant.
• Assist the property owner in curing the title in order to complete the transaction.
E. Relocations. Relocation Services are not included in this Scope of Work.
F, Condemnation
• The Consultant's ROW Acquisition Agent will provide services to assist the City's use of
its power of eminent domain in acquiring the right-of-wayleasement for up to three(3)
parcels.
• The Consultant's ROW Acquisition Agent will submit property owner's names on those
parcels where negotiations were unsuccessful to the City.The City will be responsible for
preparing and approving a resolution authorizing condemnation of the needed parcels.
• Upon request of the City's legal advisor, the City will request an updated title commitment
from the City's Title Company.The Consultant's Appraiser will provide the City with an
updated appraisal report, on each of the parcels requiring condemnation, if necessary.
• The Consultant's ROW Acquisition Agent, upon receipt of the updated appraisal and title
commitment will prepare a final offer letter for approval to the City and TxDOT.At the
request of the City,the Consultant's ROW Acquisition Agent will mail the final offer letter
to the property owner.
• The Consultant's ROW Acquisition Agent will prepare and furnish to the City's legal
advisor a"file package"consisting of updated title commitments,updated appraisal
reports, right-of-way agents reports, legal descriptions and any other information in the
Consultant's ROW Acquisition Agent files for the legal advisor's use in the required
condemnation actions.
Task 17—Temporary Construction License
The City anticipates obtaining Temporary Construction Licenses from property owners along the alignment
for Phases A through E that may be impacted by construction but will not require permanent easement or
right of way acquisition. Each of the proposed licenses will require an exhibit be created by the Consultant
of the anticipated construction area and coordination by the Consultant's Right of Way Agent. The
Consultant will coordinate with the City for the language for the Temporary Construction License and then
create the exhibits for each identified property,At this time,it is anticipated that fifty(50)license documents
with property exhibits will be required for coordination of the Temporary Construction Licenses.The exhibits
will be provided to the Consultant's Right of Way Agent for coordination with the property owners for
completion of the Temporary Construction Licenses. Table 17.1 below shows the estimated number of
Temporary Construction Licenses per Phase.
Table 17.1 —Estimated Number of Temporary Construction Licenses By Phase
Phase Number of Metes and Bounds
A 8
B 12
C 17
D 10
E 3
TOTAL 50
Task 18—Phase 11 Environmental Site Assessment
This task contains the scope of services for an environmental scientist to provide a Phase fl
Environmental Site Assessment(ESA)and report at four sites identified as hazardous materials sites of
concern during the Initial Site Assessment. As part of this task,through an environmental sub-consultant
(Cox McLain Environmental Consulting, Inc(CMEC))the Consultant will provide the following services:
A. Consultant Coordination
• Coordinate with CMEC
• Review Phase II ESA report and provide one(1)round of comments
• Coordinate with the City and TxDOT to provide information to CMEC as needed.
B. Subconsuitant Scope of Service: The subconsultant,Cox McLain Environmental Consulting, Inc
(CMEC),will provide the following:
• Phase II Environmental Site Assessment(ESA)in compliance with ASTM E1903 at four
sites identified as hazardous materials sites of concern during the Initial Site Assessment.
1. Leaking Petroleum-Storage Tank(LPST)Sites.Three(3)of the Sites are being
investigated due to previous petroleum releases. These sites include:
1. Site one- Shell TPG 215 05 Mobil 12264 located at Garth Road and II-1-
10. (Phase A)
2. Site two-Garth Road Pipeline Site located west of Garth Road within a
pipeline easement south of Hunt Road. (Phase B)
3. Site three—multiple locations at the intersection of Garth Road and
Baker Road including former Chevron(now McDonald's)on NW corner,
Former Stop and Go 1267(now Shipley's Donuts)on SE corner; Custom
Cleaners 300 feet NW of the intersection;and a groundwater plume of
unknown origin located within the ROW. (Phase E)
ii. Dry Cleaner(DC)Sites.Two(2)sites will be investigated due to previous
releases and ongoing remediation efforts:
1. Site three—Custom Cleaners located northwest of the intersection of
Garth Road and Baker Road. (Phase E)
2. Site four—Former Bel Air and Glo Cleaners located west of Garth Road
south of Cedar Bayou Lynchburg Road. (Phase E)
• Field Sampling. Fieldwork will include the following:
i. Soil and groundwater sampling within the existing or proposed right of way
(ROW)near hazardous materials sites of concern. Between two(2)and six(6)
soil borings will be completed at each site.The soil borings will reach a maximum
depth of twenty(20)feet below ground surface(bgs)or five(5)feet below the top
of the water table if encountered.
ii. Soil cuttings will be logged and visually inspected for signs of hydrocarbons or
petroleum or chemical odors. A photoionization detector(PID)will be used to
Field screen soil cuttings.
III. Where groundwater is encountered, water samples will be collected. After
sampling completion,the boreholes will be filled with soil cuttings if no apparent
signs of hydrocarbons are identified or Indicated by elevated PID readings,and
capped with bentonite. Concrete patching will occur if drilling through concrete is
necessary.
• Laboratory Analysis_Soil and groundwater samples will be submitted to a Texas
Commission on Environmental Quality(TCEQ)approved laboratory that is accredited
through Texas Laboratory Accreditation Program(TLAP)and the National Environmental
Laboratory Accreditation Conference(NELAC). The following analyses will be performed.
i. Groundwater and soil samples from LPST Sites will be analyzed for Total
Petroleum Hydrocarbons(TPH) by and Benzene,Toulene, Ethylbenezene, and
Xylene(BTEX)and Methyl tert-butyl ether(MTBE).Soil samples will be analyzed
for percent moisture.
ii. Groundwater and soil samples from DC Sites will be analyzed for Volatile
Organic Compounds(VOC)and Semi-Volatile Organic Compounds(SVOCs).
Soil samples will be analyzed for percent moisture.
• Phase 11 ESA Report.A report complying with ASTM E1903 Phase II ESA standards will
be prepared.The report will Include a summary of methods, photos, maps,soil boring
logs,analytical results, laboratory reports,waste disposal documentation, and
recommendations. LPST results will be compared to the Texas Commission on
Environmental Quality(TCEQ)Petroleum Storage Tank(PST)Action Levels for soil
contamination, and DC results will be compared to the TCEQ Texas Risk Reduction
Rules(TRRR)Protective Concentration Levels(PCL).An electronic version of the report
will be provided. CMEC will address one round of City comments.
Task 19—Public Art Conceptual Deslan
It is anticipated that the City will install public art within the median at the Intersection of 1-10 and Garth
Road(Phase A). For the Public Art Conceptual Design, the Consultant will provide the following services:
A. Meet with City Staff and stakeholders to determine design inspiration. At this time, it is anticipated
that approximately two(2)coordination meetings will be required.
B. Design up to two(2)concepts for public art.The concepts will include 2 elevation views of each
Identifying scale, structure, graphic composition,materials,type styles, lighting and affinity imagery
to convey the design intent.
C. Prepare a draft for review and revise concepts based on one(1)round of reasonable comments.
Deliverables:
A. An electronic(PDF)of the two(2)draft concepts for public art.
B. An electronic(PDF)of the two(2)final concepts for public art.
Task 20—Public Art Desion Develoament
Based on the approved Task 19-Concept for Public Art at the Intersection of 1-10 and Garth Road
(Phase A),the Consultant will provide one of the following services:
A. The Consultant will assist in the placement, design direction, management,and coordination of
one(1)public art piece by an artist of the City's choosing. The Consultant's services include:
a. Assist City in selection of artist.
b. Coordinate vision and milestones with the artist via email, phone calls, and meetings.
c. Communicate public art status to the City.
d. Identify the location of public art in the Hardscape Plans.
e. Structural design of the base only.
f. Uplighting and electrical design.
B. The Consultant will provide design intent drawings of the public art. Services will include:
a. Schematic layout and details prepared for the purpose of communicating the general
layout, materials,and structure that will be provided to the contractor who will be
responsible for developing shop drawings with a manufacturer,
b. Review of shop drawings prepared by the Contractor.
c. Structural design of the base only. Signed, sealed structural design of the public art to be
provided by the Contractor.
d. Uplighting and electrical design. Contractor to provide electrical service needs to the
electrical engineer for incorporation into the electrical design.
C. Task Specific Design Coordination Meetings. The Consultant will coordinate during design as
needed with the City and other needed entities to 000rdinate design decisions. At this time, it is
anticipated that two(2)design coordination meetings in addition to those described in the task
above will be required. Effort associated with meetings and coordination for submittals is
included in Task 1 —Program Management.
Due to the unknown scope of work for the proposed public art,this task will be completed on an hourly,
not to exceed basis.This proposal assumes 180 hours of effort for the Consultant as shown in Exhibit B—
Level of Effort. If additional effort is required beyond the hours shown in Exhibit B,it will be considered an
Additional Service.
Task 21 —Bid Phase Services
Upon approval of the Construction Packages outlined in Task 14,the Consultant will perform the
following Bid Phase Services in conformance with the local Government Project Procedures(LGPP)
process for each of the four(4)Construction Packages:
A. Prepare a PDF of the bid documents to be uploaded to the City's website to be downloaded by
prospective bidders.
B. Prepare for and conduct a pre-bid meeting with prospective bidders
C. Issue addenda as appropriate to interpret,clarify,or expand the bidding documents
D. Attend the Bid Opening
E. Tabulate the bids received and evaluate the compliance of the bids received with the bidding
documents
F. Prepare a written summary of this tabulation and evaluation together with a letter addressing the
award of the construction contract
G. Attend City Council meeting and recommendation for award of Contract for Construction.
H. Final construction documents shall include the following:
I. Provide PDF's of the"Issued for Construction"Conformance Plans and Specifications to the City,
selected Contractor,and TxDOT.
Task 22—Construction Phase Services
Upon City and TxDOT approval of the selected contractor and City Council award of the Construction
Packages outlined in Task 14 above,the Consultant will perform the following Construction Phase
Services in conformance with the LGPP process for each of the four(4)Construction Packages:
A. Pre-Construction Conference, Attend pre-construction conference prior to commencement of
construction activity.
B. Monthly Progress Meeting. Attend monthly progress meetings with Construction Manager,
Contractor,&City of Baytown as needed-
C. Visits to Site and Observation of Construction. The Consultant will make visits as directed by the
City in order to observe the progress of the work. Such observations will not be exhaustive or
extend to every aspect of Contractor's work Observations will to be limited to spot checking,
selective measurement,and similar methods of general observation. The Construction Manager
will evaluate whether Contractor's work is generally proceeding in accordance with the Contract
Documents and will keep City informed of the general progress of the work.
Assumed number of site visits the Consultant will make by Construction Package are as follows:
a. Construction Package 1 —15 site visits
b. Construction Package 2—30 site visits
c. Construction Package 3—24 site visits
d. Construction Package 4—18 site visits
The Consultant will not supervise,direct.or have control over Contractor's work, nor shall the
Consultant have authority to stop the Work or have responsibility for the means,methods,
techniques,equipment choice and usage, schedules, or procedures of construction selected by
Contractor,for safety programs incident to Contractor's work,or for any failure of Contractor to
comply with any laws. The Consultant does not guarantee the performance of any Contractor
and has no responsibility for Contractor's failure to perform its work in accordance with the
Contract Documents.
D. Recommendations with Respect to Defective Work. The Consultant will recommend to the City
that Contractor's work be disapproved and rejected while it is in progress if, on the basis of its
observations, the Consultant believes that such work will not produce a completed Project that
generally conforms to the Contract Documents.
E. Clarifications and Interpretations. The Consultant will respond to reasonable and appropriate
Contractor requests for information and issue necessary clarifications and interpretations of the
Contract Documents. Any orders authorizing variations from the Contract Documents will be
made by the City.
F. Change Orders. The Consultant may recommend Change Orders to the City,and will review and
make recommendations related to Change Orders submitted or proposed by the Contractor.
G. Shop Drawings and Samples. The Consultant will review and approve or take other appropriate
action in respect to Shop Drawings and Samples and other data which Contractor is required to
submit, but only for conformance with the information given in the Contract Documents. Such
review and approvals or other action will not extend to means, methods,techniques, equipment
choice and usage, schedules, or procedures of construction or to related safety programs.
H. Substitutes and"or-equal." The Consultant will evaluate and determine the acceptability of
substitute or"or-equal"materials and equipment proposed by Contractor in accordance with the
Contract Documents.
I. Applications for Payment Per the LGPP process, the Construction Manager will fill out the pay
application paperwork for submittal to TxDOT. Based on its observations and on review of
applications for payment and supporting documentation,the Consultant will determine amounts
that the Consultant recommends Contractor be paid. Such recommendations will be based on
the Consultant's knowledge, information and belief, and will state whether in the Consultant's
opinion Contractor's work has progressed to the point indicated, subject to any qualifications
stated in the recommendation. For unit price work, the Consultant's recommendations of
payment will include determinations of quantities and classifications of Contractor's work,based
on observations and measurements of quantities provided with pay requests, The Consultant's
recommendations will not be a representation that its observations to check Contractor's work
have been exhaustive, extended to every aspect of Contractor's work,or involved detailed
inspections.
J. Substantial Completion. The Consultant will, after notice from Contractor and Construction
Manager that it considers the Work ready for its intended use, in company with City,Construction
Manager, and Contractor, conduct a site visit to determine if the Work is substantially complete.
Work will be considered substantially complete following satisfactory completion of all items with
the exception of those identified on a final punch list.
K. Final Notice of Acceptability of the Work. The Consultant will conduct a final site visit to
determine if the completed Work of Contractor is generally in accordance with the Contract
Documents and the final punch list so that the Consultant may recommend final payment to
Contractor. Accompanying the recommendation for final payment, the Consultant shall also
provide a notice that the Work is generally in accordance with the Contract Documents to the best
of the Consultant's knowledge, information,and belief based on the extent of its services and
based upon information provided to the Consultant.
L. Record Drawings:Prepare project"Record Drawings"based on information provided by the
Contractor, Construction Manager, and/or City as to the actual field placement of the work
including any changes or deletions. The Consultant is not responsible for the accuracy of the
information provided by the Contractor, Construction Manager,and/or the City. The Consultant
will provide one(1)PDF file of the Record Drawings(all sheets will be compiled Into one PDF)as
the final deliverable.
ADDITIONAL SERVICES
Kimley-Horn can provide additional services, if needed, upon the City's issuance of a written change in
scope. Any additional amounts paid to Kimley-Ham as a result of the material change to the Scope of the
Project shall be agreed upon in writing by both parties before the services are performed.
EXHIBIT-8'
LEVEL OF EFFORT
11m1 / 1.1 Fld
Iw.aa
fN4Ju 1n\Ir rl*d n." .W.$w .MJ6\If CAM IaVI WYrw Cw— r_R r+• rwl.F d
fJialu .4Jt\J MJaoI\vIV_ I.a k_ Narryr rab— I.rSYaw Fl1 b-I..J Ad m r d IN: 1\�nI{lal
Sak 1 y10•IaMi+a1.
6
ld 1• 1 l_ S l 1 S 4J
I.r 1 ?✓ t II Yti IIM.
�•' � •1�� p� i S 4W S J•Itl
rS •1.f J 4 t
♦1_ i i J 1 t } Y
rMa palrJ 1•t-1 J • J J S 4
w Yr 11 1 4 Jft—C l:AI t 1111
i i ..aY .Ira
•o
OR.
1i11.1 IN J 1 J y
K •-1 i J 1 1 a elq f ,.W
Iwn 111 J J J J P.
J.II 1 L•1
�f�'• a' t lim
+ IN 1' t Iva S *m-
Is 1 1 1 Yw I7.Y•.
1 F 1 44M
•1.1 J i J �{/
•1 f i J J 1 SDI J_
n1/
S 'I 1Y,Y
1
YI TI M S 71.f10
J.
el.• 1 } r Ilrn
� Ylala 1 �
K n+ \111
1 1 _ Diu
Slw
'tal 1_ r Jrtl
iMr MW
$*. L111 I..Yr t"'. h" A,—r A.**. f.4bi1 I.rl slF. 14-- 1"1" I.L IL
MIS. }.W"K{.f %1-0, I:lC, in— 111 h.lpl .Wwm. ark IY: {+sswlsL+Fl
lH1 mn" slw- MIN llrl
5+.1.51 sad r-A
Tas] ,11rYsyy .p TAk l.r llhM
6-03,4
1
.............._ -. .. ... ....... _ ti.—�T M
l \ pi I 1
7-7
yrsr' Y 1 — SO. 1 Y+
�3.iLQw� -T'
1H) LII.�FFw/ NIY�S.��
rl fjM 41M111
A
W
43" Rug
�.'Mr—
s MAW I
}
1 51 I
}Fl{ "_MI.M1wrR��M1�►S�1 fM b.+lrk1.►
rq Mf 11sH11
i
a rtw a141* I 1 4
1 } M F
._ �T. _..._.... v..�: tiw_:
3
Mn.1 r..Ih.wil.rH .r.1
t 4k 111 SIW 11.In1 1!. 1 .Wales
.4r.
%.Ir I..•_ s.rr.. IIIa�In r.e rwr ralt
MaN1 SWAN M1IoeIN.11w. IPl'- - Ha.p. l ...a` YPllm t11 161{rr M f+11 W. [..1arwlSlYsw
wl
IILLa }IYe MRa IMP. SM.. SIMPa ltaPl M.L
�R fU11
1AaNK IV-
:1 M1Iy I :Ifl,
M1w1 1. i 1,I,
M <tiaYwi. !. i 11•
S Mlj
4 14 77= q.Wf YYp
•�Iw I. 1. ay w 1,s
t.ln
IM •h� 1. 1. W 1, S .•SIII S 17Nri
_ S
W 1 i
i 1�
�a�a411 tA 5 KIM i I&W
ll R+V 1 N t 37AAA
_ 1Y- t Il.11
'Mall aYY. Ill 11 1 L.S
AN 1 1 { A J LR4
W I.
1 L yl N i
Ma.r mad K S
altJ i. 1 iIt ...
..TI
'.31s.11wr 4Ta��lly. IL 1 1 AN
r-- I •1 4 �.II { li. 1
ry nla- 1 S IJ LN
{Rrwrllwl.l
11rV}
�i MW hp.. R.jn1 f.401/ lir
i...,w fOrsf lairllL�11�• fip\.\ \lWpr Ii1M\\ 1�Yn\ }li IiJpp ,\!�i\ INJ IN• 1 rr11w
"A". IJ'1411 51A0 IITfJ4t 41Pm, 71144 \trl
k - f
� �I n 1 .\J•' '. s
..-'--- — I- A L io,
{ I z y}
]1
t.. i
{ Y
IF
f
1
_ \
~� j U.
1
F06.j
hi 1.1t --. ..
L ! Ri .... .
- - I-,
TrM
It
4 _
.
Rrt _ - I• ... —_� 1
__- 1
NwrYM
VSai Y] J•rrr h•F•1 Ny.l \.�L.Y �W.11 1-.\INI la\v •\YI,• 4rJ.rs IA lrrl IrL Ir4
Il�laf WWM�Ftr,rSb• Iripa•u \Irrlr 1\Ir..r }�lyar 111 IA\rpr ,aNW I.rJ H:. IY�..141Yr
49L1r 11Y41 fllld }I \IIFlI 1141s 41l11 alrl
.....;:.. • -i'ny-..: '.e-.•'.'.•te• .�r.rat ,....:x.,... .;..-..:�_-,st, n•-rcrnt�rr... ..:. ....,.
h Y•r I r 6r �b N S '1! S .1!'l.•rr
i Lar. IN Isa ! 44 21jw
•r.6w•�Y...-....--_ !tl Yl IPI 1\N b 4 •-4 HL .J IVI
1 H 1• f } IeaW
.iru rrrr W •r wl
rra.�J 1 40
N Iln Yprp
S 1NN
.c nrlo>J l.. >•1 rax.r(. S
.l {ate{I-�... ..�..�...�rex.�,��w.�...�.�......�,.. _- � .�..r•�_� ...-.,._� .a.,.�. ..wsv.rn� ,wx�+o .sco.c,+z -r� Itlrw��+wawa•.nr a+�..•i•:ww•a ,
Ili�s InIU.k 1 Id N 5 _\} } IVM
.rL..l.w+.. lr 111 Ih l s
1 n 1 S .Alo
V a LI /J
h.L r _ • 1-----
Lt.
..:.�..LN1 ::, rW >r\ _. - ,,. •J...cc.: .v..r:J..-. . u:1 ..v..Ic...,. _.r.tr:r --- t..
R {wm.o .tM�• 1 1s 3.,W { .YI♦
1 tiir 0
l t• } yli } �1
r 1. IY IS
y•nm IJ-
1ol
OI
1 Itl f Wr !
L 1 4 ♦Wtl f sNu
1
IlYasl�.Yw IPmr�11wn1
11v�/Id
la11N]ll .asYF1 R•Int Ir<.MJt �wsYY .{Ylwll l'NMl Ian NY
H.aN tuMal i/Ias ltry4. r ZI 11.4w r g. — ry!— fit rmk— .YwY T• Wtn iwrn iwl iw/ iwY T Sm
Ialarwl tlm
SiISA }iMJ• awa slimIIAeu slumt91iI Url
!I wL i f
rtKmr .YS i l a 0 S A/II!
J J• ! •P
h i
717—
.LLON SAI.S.
wS M <
17LMHi f 1
1 .I it 9
~I t IYYI H.Y11
r W Il Ip 5 MAP
1 _lblt
t 1 hl
--IT s _.1 _!.1
Nat ! YI 11 Iv 1• 1 Ilfi, ! II_N
1 A 11 11 6 1 1 T.il} 1 .14
11 1 1
line' Y 1 Y.l Y..
III' Jrr
1 • 9 1 µ
1 1 1 W. IP
1 #F1P J1 t a}JJ
4L4,j
rla i
Ia1t I a s W
Im IlJ II 11 Y 19 .W: 1 .NU
IIrK Arta 1 1 Y
iI li i'I it
r xW 1 i i4. S
s
`� IIYueY��ly.rFMnl ___ I.Sfs. .
++�++I� tiY.� 14hw1 fiynl .4wrilw .%.Aq Cull, Ify µbli+ .+, ir— iwl F.4 Irf{wi
rry. }NUJ Iisl114rl"• %P.". I 4.0— Ill IiNpi hVL Y.4.1 Ir. I%—INy
=� 13K� HIiI4 41K/i SIT}/i SIIlM MJII YWl
li
--
__
��....�.__ _— - - _ __ _—. I I}tit . 5
-- i
,
_ 1
7-4 j4;
_
_ ! - - L
Pf,.t Is..... .1
s.lw to nv..l .N...YY .i..qu CxNll I.ew lr/w c.r.... 1"r-1 7.&,r w
M`P/u %waa MPucl\vyW.w ryl.— ll. . lt-&— hwk— CIT I6I.n x+rl. 7'..r P.11 IW.rvl u(.1
sus'" oafs UKW mwe sills ulwfl 1"m 4r
rt a .w.1 ary IwN
..J.. 1 zi
1 •1. N 3 �!
rl
N.ta 4 1 N 1 M4tl S IVi>b
tv t S
! 1
yleryl � L 1 1. 1 fY 1 'J.9tl.
b Il. wl- 1 V V
.41 1 I/Ptl 1 Y
Iryt+.cY II P 1.•
P YP Y
l
At 1
lPrlln-1'
1 tl 11 } IN YI IP 1 lt,4f i aS,tm
...vq.. A7F. Y�-Yb. --r J. N Itl
0 .I�.Illlp A Ns1r4 ql b Itl 1 .J•
1 M 1
...tst I t 1. b V fl IM IP t ti.
IN `vw73.W
.I..wvh MtlMM 1 { IN A
Y.. Is uY
1 It ssm BSA" 5 low
!P 1T—W—W KIM
lifnslp.l•..111q.IP! Yl.I7sy p11P1('r• 31 31 fl f. IN .f 7 1 !9:V ! "J..P
..tlwnl. 1tiVllfv. Hunt Ilrt 1! 1! f1 V• a. i 1.. i J 25
N
1.
U3{flJ/11'wPw.�Yitll YI.11.1J.IIIK'r ?. N b b IN M ! 1 !YJlt 1 t-P.M.
1 V Jn ! t IJ t 41
A Y NI b I
Si.P 1
IS M
# t u ll{u
n..,n r.11)....IF...1 r I•M1I
II.aW
),rYlll Tral•I PIMR, IY+}u ,tw..ar .Y•►•1 ..51y, I.V. f.a 1'u I.ylrn I-(i.Y I-11.*
tit•. sr,a+f:ailrlp. lam,•. tl� I.II.n r.tr.a. III 1\.1p., ,%A.A ro k II:• It.wn/SI.n
SIMM 0 ssN Si"M IITf.a sil,IM —A )I.I
I.l l! 1wrIW.Y.tUi ltlril tl.Plle.yial l.+ymll.rf Y.r pl..,r.�ilI"k,
ima
( 1 1 1
I.Ir.rt.••wr,.. IIM. Im.
M a 1+ 1 .„ S
S {IIH/
1, aY
�.fitV t n {f
t.
Ml.n R 1 .icad 1.1t
I 1 1
if
Mra1:
a ( w
1 1 (
.aean.. . i MV s .liu
a 1 Y
W
l,.4aJ 1 ML
ta.tH {Iyllyuq yaf w.wNAgMFMtlwr})a.f
Mnlwl frY W
Bull
r�Alk It I LUM
tn�l.lk 1
) )
r I• 1-
�x
rn 10M. u
I.,,a., I ■
I: >r ItY S
t IId.
1
vIY TI— l . M—i
PI' I tiRam
rnli i f. Ma M
FXN pI f.4►. ►-0 .9ft— a�M L.IIMI IJ4 s.a t.. fyw. I.I IHd IJ I.Y
a1■lea PtluJ lu■S4�■. Irar.r !!gym I.trlar slum Ili 1�. .Mm IMI L 1\.rwl slMl
smw uau ulsw nI•w uns alas sfu■ sl.l
IJU An+ar4 TK l+
Iw
to
IMy ■ s s •r
i q i
n a.l■er ralry • W 74 Chd
All PAW
1
4riSn y I 1 1_�rl
aywVl ■•. 1 I 1 it
TA
pl
.O[rv.•oYy f IW
salt
Ni■•.1..Iw VYl S 14W
n
a...T.11•�
I"to III A%1lwfiii N..aan.11fid/.ly
11...d
1• 1
a/■e .. li 3 t b 1 _ 1
•11 M S 1113.101
IT law12
rrl c a.
IN of
PMN 1 alNl !, 1
I a
WA
1 s i sf t a
to iYItLw 4
SO-
TJe•
1 I l
•+rv+ is LN5s a.
In !1 I4n
4 1r— r - --v—
I Jj
FA
1. Yx rl
1�
Ilb+tiMn} 1. i.t1
Ifw..yi
Sr.Yi 711 }:w h.fn ny... .u.�1rk n.r,wr ralr. IM.. }NIA. Ir
I1w4. Sr1.r l:t•litiltiq IgYw. Il�.p. Igi.s. IaSYr. FII 1\ip.. M.A. Irr W.
S][f� S1M/I IIINs 41MIY IIt51+ 41l�1� 4NM y�
• AL _ _
V 1 f iT�
1 6\.
1 1}} 1 1
_ Hill I ISO y._
! ldal n! u
I 1 1 3.
..M.�w.y�.1• 1 f _I o
i.
IVP
r 1
} I!} 4
f2 1 1_ - 1.
f ,tl
w�ilM Is
-
41
IS ftf 4ay
M4,ff
'u.W. �• N �iN f .IN
1 V
_ •91yp14
5,11•Illl f.W h.*., 04. . .%-- ,"o. C.+14 lJr, }Nlw !
N.-t. Yd+wt ll,ralas.I�•I• tmb— U, IpW, fagb. III Ia.I$ .Ira TAe !rI �'�" IN I.W 1wM+11ti1
fMA 53^" final Hum Y17/w {hall "am 31•S
Iall] r.uM•nl Fad henan111r,1.\rIM I,sMI
N I
1 1
! In 1_ 1 Yti• f
WIIM -•+IIItl 1 1 S
Olt
! EbV
.�1 Y aY Y.YD
w • 1 1
1
Umm
.Mwu• f 4 JrY
M P+b 0LOU
,h1 1 1 7u ,H ., .
kwe
f ! T�TiEr
rn an I I I'w s iw
ro
■
�W f I.wa
r 1+ f r f )
i AI "-
1 wYY _hV II,V
ICI =F-
hoFMIRE
aw f 1.wu
hw,[
1. .t I. tlAV
.M +Y IH Y .Y I
S to y 71
� a
Itl I f kb AW
L w ! 1 ! S.Y•
1. IIF�tl aM
u I a
w
r
f1P0.70P
11.•a,�d.n�
UU4 ID F. TO IA
� • sdY.J N.ar D.��W`' 1.I.dlu1 ATI_S d.nq T.4Y CApp C— TWA 14%
sistm SIMAp $"At SHIM 514 dWU
Ta.N!. ]Nnq• w.
6 1 i ! S.9.
sy i 4 4s n tw s Irs
n Y f. 14 s .10
• un p r14 1L b
1 f. 11AW TRAM, !,
S•n C. .1 i s ,Ni
�Tvp 11� S VI
—20
v a,
t+�3s .•nA•
r I 4
i .� !• ! Y.67f
MMM
i y 1,ty
• •a Mn y 1 rtl
RNewf1 CVnq
SYh+.A tO I.aMr RY6 Frr 7OT.ai
\wi+t SYMnIf:Ana tk..nryr rrlKiril RrL+ J.,Tni C. Cre+ Tf1+1 let.
SIIo.w Shape sm.. MAN S14Ae 1 larie
11hr.liom rf►e}enef
EwTf+.l tD I.a1rr Sfp Fee TOM
referiril RrL• �.nq Tees CUIe Crew TWA fern
Slmee SllG.ee Ssm 91.ee SION }1frYr
q•
1 i f /:u
WIfl1W1Y17 + :J $ 1)AI
DI 1 M.M IR S 1 J'/.
11 ■ M .J 'M
J r ). }. .Y S. SIM1.
a f
n l a•W.d 1 e } ..
�
Y rY1M�' J ) i wwi
011.111,1.4
.ri'YI+N..Su+n a If. S .eAi
hs 1Yh+] i 1 R W S Y.Yae
Y ewn u ■ Y 116
Tark f
+.S S
w n n a u
IY. •N s
nn V .i
■ J YI 1,._i )1 1
e� elr.l u' .■Y
T nt1M
'•Ip QI._S QLA QL.S T'«I.al yat Frc Fwat
t Sat+Jd N—M—qqw Qt h1U 101•flml 14Ma1Jw aNmiolml 14J),) Sold
31.60 71.I.4 a SS.Sfasa SI.TfaJpa }1.g"agL-1 It }ta,
Tad al r aw,
!a'Yrl } 41 A-
t r a A
6w ,,ti 1113.3 5. a 5.H.a JN+1 S .1WAWA
7 ► +..
i.ay f•'x' } iaam
1,A A i S -Ma1
�I S�
,lW V A .w
Tadk ..e
FA,W4
a 3 1
pl
.1 V,791 ),-
Tad JM
L^-.A In 11• a s +1�•�
Jlxl n ea
Tadk W
ara
illt3 +• ' - aaa
s I illlayl
L"AAlk it
�.J•1a ) 1 ).-5 ) 5A.v v•.
Phase Summary
Tian A&Il 99.65/1
Pha)e C h 51
U 1159.230
1'hme F 1 SisT:llp
._ .M
�..
- - - -
...
In}LL
vN-.ii
Sb F- TOTAL
SubU,Lh Wp.nr4 w P4rlpal NFL% SIT CA03) Cm Lylte-t U0 to%
suersMCMIMM
q na 1 a 5 JWa
Yaf�,1 A I S W
Pr. .p le ow tnlal, Mp
S
11 1 a
Y a I a. S.pl
rLalleted Per Panel TMI mPhamA&B
$2 0 1
re
37 SUA70
2� SMA41)
22 SSO,S20
a2 MA20
TOTAL KIIO►1ETES A125 SZ ,
Stread IV S bFee TOTAL
Eudy -Ah"Name lTL•-W,.. hi-4w QPL% MIT C,WD t— Ev— Tna1 14%
Si■F.0 SIy401 3FF,m Al,m SN(m \lar►
Ta,t ISbRow m apd■■•
ky.•IYlnl F+ 1a7+ Ia ex6 4; 16 S i,1
+wot NPea•P� a J S 414
1 ♦ ,Ts b ) h66
PAW J )
4 J i .1 91 16
).■V q y.
Tad lie •an'q ■•
alal h vn _," Iswl F N S 4.1.1M
jwu
Y
x ,1a ■
oa o h + . h+. 1 It31 ) }7-lm
'+nn TaPe 1.•1v a 1 J S JIJ
•t 1a•paY I aDOI*.kurd s SALA
mrp w ♦ 1.M M Yf. y :bi6
J s 1
aea n _ 1
e 1 e
rya any x,mr + I. s
mn v, a a d I J s 414
h KJ+ l1wl Al. 6
J s 1
n n
YI $3,25, SINM —F-Irl-
6Frr Tor..L
K--k1 soul Nas¢ FEE la:.
4Is+f.
Tod MAORr APFN AKAL
Ntrt Irr for++1 w
Phases Panels
Phase A&11 37 $172,971
14a,eC It.n 24 s111.2h0
Pha.r F: 22 s1o:,aw
Hhasr F 42 519 W
L CHRE FEF1 125 $584.375
T.+►163 %%%o7wm.�umilo ,RE YF FEE
NrrWlaee rr.ran rl Fer . Minj
Phaes P*vttLs
Phase A&R 37 S14LAM
Phase C&h 24 S92.100
Phau E 22 S81.700
Phase F /2 5141,700
'1'OTA1-R%VS FIX 125 501.250
}f 310 �.h f. 1{11.11.
i sin swk.-L —txwlrwm FEE. th!:
Ito
t PA 17 H,,,RO11'.ICQuism0YACEM FEE
NrpHrerd frr a f,
■kS P3lrCth
Pk=e A&a 20 s.L1006
n!! C&0 27 s".SW
Ppast t 5�.950
TOTAL R%VS FEEI SO 1 $32,500
E apA�.e
+IA W fuJM N+Rr MC%L
Sulu%NA w D-F14— \I.u=eA +r EaA.}A 1 Ea.hel[I G•P, En UAl11 Art" EApe.e tPral IP!:
SllWo S73JM 51aM SH1M RASA@ W,71
S IPyi
wAMAYW iY9 1! S i 5 [IIAi
«I• a A. lat q
TA+S Ill
F {_ c•1 A S3"Ill s
15 1 lV l 10 S 4.i:l
A
imalpmr — ri S 1.W S I1+A7
rl A i 1 IV
III-- J
GarthRoad Phase A- E Final Design Fee Summary by Task
Task Task Name Fee Fee Type
1 Program Management(Lump Sum $ 420.000.00 LS
2 Survey(Lump Sum $ 170,600.00 LS
3 SUE(Lump Sum $ 536,800.00 LS
4 Geotechnical Investigation (Lump Sum) $ 135,100.00 LS
5 Roadmay Design (Lump Sum $ 971,700.00 LS
6 Drainage Design(Lump Sum $ 871,600.00 LS
7 Water/Wastewater Design (Lump Sum $ 545,500.00 LS
8 Franchise Utility Coordination and Gas Coordination(Lump Sum $ 327,900.00 LS
9 Landscape Architecture Design(Lump Sum $ 154,500.00 LS
10 Temporary and Permanent Signal Design(Lump Sum $ 311,800.00 LS
11 Illumination Design(Lump Sum $ 232,800.00 LS
12 Traffic Control(Lump Sum $ 284.100.00 LS
13 Public Outreach(Lump Sum $ 102,800.00 LS
14 Construction Documents(Lump Sum $ 663,500.00 LS
15 Metes and Bounds and ROW Map Surveying Services(Lump Sum $ 374,600.00 LS
16 Right of Way and Easement Acquisition(Lump Sum $ 1,149,400.00 LS
17 Temporary Construction License(Lump Sum $ 118 300.00 LS
18 Phase II ESA_(Lump Sum $ 78.700.00 LS
19 Public Art Conceptual Design -Phase A(Lump Sum $ 15,900.00 LS
20 Public Art Design Development-Phase A(Hourly Not to Exceed $ 35,100.00 NTE
Design Fee Total $ 7,500,700.00
21 Bid Phase Services(Hourly Not to Exceed $ 87,500.00 NTE
22 Construction Phase Services(Hourly Not to Exceed $ 400,700.00 NTE
Total Contract Fee Total $ 7,988,900.00
EXMBIT'C'
__ ..-_... ._,. SC14Etl111_r _
1
Ip inli•cc N•r•• Ovaoen Stan Fwnh RNdN
Ma l AA 1.41 alll IW l All Ir.m22 wsI All IYn1 All IYaa.A21 WP I AN 1Ye 1,AN .Ydl 2M IYdl M Nr.l A W.l Ali
f N I INM l a N I M M I + N I N M 1 1 N 1 S S N I I S N I N N I i N
1 Garth Aaad•P2.alp•iljn Phase Alhra.jh11A13days Toe L1/17/20Thu 1/6/26
1 2 ffestam Manalamsslt 12p der TM 11/11/zom"4127/33
e 0 Data Ga Hiss. 225 days T.e a211/t0 Man 10/21/2
ID ® Task2-Topajraphklwvq US4.11 Tw12100 Mans/10/21 r----g
IT Trill-SuE 225days Twu/I/20 MMIG/II/26
14 Teske.6a.l.shNeal lavesslgatian ES days he 22/1/201Mdn1/US$ 1 r1
i
e3 ® Taf111•EmA..n.l.n1.1 I20d&p T"JIM 0 Man S/1T/1l
al Dot".nd C.nftmailian Packages 4304M 111e1111/20 Men NOW
•A Pa+lateI-W"Adveeeed Package 241day+ Twl2/1/20 114en31/0/1l
21 11C"Dnlnajepes4ln IOSdays Tw1211120 Man!/111210 r--�
102 Padapal•Phase A90 303dan Tu.I211/20 hMn3132/22
162 ® Package 3-Phil.ei0 41S days rue 1211120 hbnl/11/1:
M 0.6.1od-M—E 410 days TW 1211AG M"1IVJ/12
248 AGwand Ealeme.IAeq.l%!daa 414003yf TYe 212121 Men 7117/23
24s Pa11ap2-PhowAi0 gas doll, TN.2h121 11an1/10 l 1--�^�-a^-�--•1
2e1 2 Peslap 3.Phase C A O 365 der Ta.4120n1 eAan P/12/23
ill 2 Peelap a.Phase ms den rue A/10121 Mee 10114/I
3as Pashap S•Pham P MS dap Tee 21/2121 Men 2111/»
00 ® Franchise andGsatltMy[eadlnallan MOWS Twl2l3R0 Mon10/3/t2
1 ESYraaud uboduls for 04 crape Plawded n JKHO112 A Ydt Is.QW cd•nd.r days for d"n,60 ralsndn days per 4:—I i,en►•[s•g.ter Pdd.rg Pisaf.Squat and 10 al.ndar dells ham hnN ampleYen per Pedigo far Cansbupron Phase S.n•ees
Pape 2
Ud1wkN.aw 0,/.den i{sw Ttdrh Pradai
1'L' �2AID ItOf,IMj =1401IQ, 114a1lejl i I..-$:2 ..J.1.1c21 1 N/) I0 sOf. WYL : ,) LAri lltr1 : Ag:, NIf;I:i
_ !S__N. JiYi4i l.La�N;1 4•Y 1..3_Nr.I.Y Y ,jf N.I 4 M'1 f:N 1 Y Y 1 f�X�J,4;,4 I;f�q
M Task I-iant&it UdPlrtlmrdoadw il0dars hw12/1/IOMaX IV/1/2id
F! fQ Task$-as VWftCaerdLaalhm 41*dwrs f1,e22/1/207dna10/1/226
1H �7 ltlding 4w C4nsbadba 121s days Two Al/on Tba11/S12s .
Ja0 � Padup I.@Win end Camtr,rslioa 270dap Tmll/0/11 Mon IIAIA
Jf7 y�, hdeln l•OWLrlfmd CamWWan 640dgs Tm2/1/tl Mnn2/204
11f ip Padolaf•mddbgmdCmasbvttFan 420daVs Menl/1ff74(d0jUM
In Padap 4.OId44gwW Caawvdbn SM dsrs Smglf/2S nw WQM
fsfmated sdwAuk iw the sa"prodded is 21004I Awp be I.MO cAtndsr dye far dedp+L d4«Mader dqs Per Cembuctian Paskape br fdmng PIweLMms and 10calendar dqs Sam fad cmap]*Sm par package 1arCmsvoctlen Phan Strwcas.
;A ti fa
rr,`' yf * !
` P:
- 1 � �Y i{'ti 11��•yn -`. _ ..- 4� Y����J}�\' r� �T
J9
GARTH k k} ;-r ROADy ,' t
�. - L
�L, ,WW
•Vng `f
sip
1
o.�
1'
7 p . .
sq?1 MARTIN A
R � •.',�' m
Google Earth
Yip' ir,C,dr4'`R: i r