Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
Ordinance No. 16,074 ORDINANCE NO. 16,074
AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF BAYTOWN, TEXAS,
AUTHORIZING A PROFESSIONAL SERVICES AGREEMENT WITH HALFF
ASSOCIATES, INC. TO PROVIDE CIVIL ENGINEERING, BID PHASE AND
CONSTRUCTION PHASE SERVICES IN CONNECTION WITH THE SAN JACINTO
REGIONAL DETENTION DRAINAGE PROJECT; AUTHORIZING PAYMENT BY
THE CITY OF BAYTOWN IN AN AMOUNT NOT TO EXCEED THREE HUNDRED
FIFTY-ONE THOUSAND TWO HUNDRED FORTY AND NO/100 DOLLARS
($351,240.00); MAKING OTHER PROVISIONS RELATED THERETO; 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 and the City Clerk to attest to a Professional Services Agreement with Halff
Associates, Inc. to provide civil engineering, bid phase, and construction phase services in connection with
the San Jacinto Detention Drainage Project. A copy of said agreement is attached hereto as Exhibit "A"
and incorporated herein for all intents and purposes.
Section 2: That the City Council of the City of Baytown authorizes payment to Halff
Associates, Inc. in an amount not to exceed THREE HUNDRED FIFTY-ONE THOUSAND TWO
HUNDRED FORTY AND NO 100 DOLLARS($351,240.00)for professional services in accordance with
the agreement authorized in Section l hereinabove.
Section 3: That the City Manager is hereby granted general authority to approve a decrease or
an increase in costs by FIFTY THOUSAND AND NO 100 DOLLARS ($50,000.00)or less.
Section 4: 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 ity Council of the City of
Baytown this the 13"' day of February, 2025.
C9ALES .OH O , ayor
A EST v-re
f r CJ� ease seeeB ! " }
A GE JACKCit�,Clef ', s
r
„l1°°
APPROVED AS TO F \`Fr:01rf ,r
SCOTT LE O D, City Attorney
R Ordinances and Re.olutions Ordinance Drafts 2025-02-13\PSA with Halff Assoctates.San Jacinto Detention Drainage Project.kh.docx
EXHIBIT "A"
AGREEMENT FOR CONSULTING SERVICES
STATE OF TEXAS §
COUNTY OF HARRIS §
This Agreement (this "Agreement") is entered into by and between Halff Associates, Inc.
(hereinafter "Consultant") and the City of Baytown, a home-rile municipality located in llarris
and Chambers Counties, Texas (the "City").
1. Scope of Services/Consultant Fees
a. This Agreement authorizes Consultant to perform design,survey,civil engineering,
bid phase services, and construction phase services for the San Jacinto Regional
Detention Drainage Project (the "Work") for and on behalf of the City as specified
in the Scope of Work attached as Exhibit "A."
b. This Agreement shall commence on the date of execution by the City Manager and
(if not terminated in accordance with paragraph 10) shall terminate:
© upon completion of the Work in accordance with this Agreement, including
Exhibits;
number of months days (spelled out) (number of months days [numerical])
months days following execution by the City Manager, allowing for up to
number of renewals (spelled out) annual renewals;
the earlier of (a) completion of the Work in accordance with this Agreement,
including Exhibits; (b) number of months/days (spelled out) (number of
months days [numerical]) months days following execution by the City
Manager, allowing for up to number of renewals (spelled out) annual renewals.
C. The scope of the Work is detailed in Exhibit "A."
d. The compensation and professional fess are detailed in Exhibit"B."
e. The time schedules for the Work are specified in Exhibit "C."
f. Each of these Exhibits "A" through "C" is incorporated into this Agreement by
reference for all 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:
Agreement for Consulting Services, Page l
i. Land Surveying Services .............................................................$58,500.00
ii. Coordination of Meetings............................................................$37,250.00
iii. Drainage Analysis Alternatives Study.........................................$93,540.00
iv. Civil Engineering Services. .........................................................$43,770.00
V. Permitting/Plan Review & Approvals. ...................................... $22,880.00
vi. Bid Phase Services. .................................................................... $18,240.00
vii. Construction Phase Services. ..................................................... $50,580.00
viii. Additional Services. ....................................................................$16,480.00
ix. Reimbursable Expenses. ............................................................ $10,000.00
X. NA. ..................................................................................................... $0.00
xi. Total Not to Exceed..................................................................$351,240.00
b. Consultant shall not exceed the fixed contractual amount without written
authorization in the form of a Contract amendment.
C. Reimbursable Expenses 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;
(c) Mileage, for travel from Consultant's office to meetings at the City
or jobsite only if Consultant does not have a local office within a
fifty (50) mile radius of Baytown. Mileage shall be charged at the
current IRS rates;
(d) Travel Expenses, mileage from local office to state or federal
regulatory agency office beyond 100 miles; 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.
d. Disallowed Expenses
If Consultant has an office in Harris or Chambers Counties, Texas,
Disallowed Expenses shall include travel expenses for professionals
traveling into Harris or Chambers Counties from Consultant's offices
outside of Harris or Chambers Counties.
e. 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 Consultant's invoice being denied.
Agreement for Professional Services, Page 2 revised 6.12.24
f. 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 Kristin LeBlanc, P.E., to serve as Project Manager for
the Work performed under this Agreement. Any change of Project Manager shall
require thirty (30) days advance written approval from the City's Representative.
b. Licensed and Registered Professional Engineer
Consultant shall keep full-time registered 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.
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 Director of Public Works and Engineering or his her 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 use. However, the City does not guarantee the accuracy or
correctness of the documents so provided. Notwithstanding the foregoing,
Consultant 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 judgment as an experienced
and qualified professional. Each submittal of opinion of probable cost shall be
commensurate with the project design.
Agreement for Professional Services, Page 3 revised 6.12.24
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
i. 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 requestor for Work
is made by the City.
ii. The Work shall be designed and fiimished 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 with
Texas Department of Licensing and Regulation's rules and regulations.
iii. The codes and standards used in the profession set forth minimum
requirements.These may be exceeded by the Consultant if superior methods
are available for successful completion of the Work. 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.
iv. Consultant agrees the services it provides as an experienced and qualified
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.
V. 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.
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.
Agreement for Professional Services, Page 4 revised 6.12.24
7. Insurance
Consultant shall procure and maintain at its sole cost and expense for the duration of the
Agreement, insurance against claims for injuries to persons 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:
i. 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.
ii. Business Automobile Policy
■ Combined Single Limits: $1,000,000
■ Coverage for "Any Auto"
■ Waiver of Subrogation required.
iii. Errors and Omissions
■ Limit: $1,000,000 for this project
■ Claims-made form is acceptable
■ Coverage will be in force for one (1) year after completion of the
Project.
■ Waiver of Subrogation required.
iv. Workers' Compensation
■ Statutory Limits
■ Employer's Liability $500,000
■ Waiver of Subrogation required.
Agreement for Professional Services, Page 5 revised 6.12.24
b. The following shall be applicable to all policies of insurance required herein.
i. Insurance carrier for all liability policies must have an A.M. Best Rating of
ANIII or better.
ii. Only insurance carriers licensed and admitted to do business in the State of
Texas will be accepted.
iii. Liability policies must be on occurrence form. Errors and Omissions can
be on claims-made form.
iv. 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.
V. 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.
vi. 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.
vii. 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.
viii. 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.
8. 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
Agreement for Professional Services, Page 6 revised 6.12.24
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 EXPRESS 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 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.
Agreement for Professional Services, Page 7 revised 6.12.24
9. 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.
10. 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 tenninate this
Agreement if Consultant breaches this Agreement. A breach of this Agreement shall include, but
not be limited to, the following:
(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 perfonnance 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 product 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.
11. Records
Within ten (10) 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. Except for proprietary data, which we are enjoined from sharing.
Agreement for Professional Services, Page 8 revised 6.12.24
12. 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.
13. 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
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(60)calendar 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.
The City shall pay Consultant the maximum rate permitted by Chapter 2251 of the Texas
Government Code on any past due payment not received within thirty(30) days after the payment
due date. In accordance with § 2251.043, in a formal administrative or judicial action to collect
an invoice payment or interest due under this chapter, the opposing party, which may be the City
or Consultant, shall pay the reasonable attorney fees of the prevailing party.
14. 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 thirty (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.
15. Verifications
If Consultant has ten(10) or more full-time employees and Consultant's total compensation under
this Agreement has a value of One-Hundred Thousand Dollars ($100,000.00) or more, Consultant
makes the following verifications in accordance with Chapters 2271 and 2274 of the Texas
Government Code:
a. the Consultant does not boycott Israel and will not boycott Israel during the term
of the contract to be entered into with the City of Baytown;
b. the Consultant does not boycott energy companies and will not boycott energy
companies during the term of the contract to be entered into with the City of
Baytown; and
C. the Consultant does not have a practice, policy, guidance, or directive that
discriminates against a firearm entity or firearm trade association and will not
discriminate during the term of the contract against a firearm entity or firearm trade
association.
Agreement for Professional Services, Page 9 revised 6.12.24
16. 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.
17. 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:
HALFF ASSOCIATES, INC.
Attn: Kristin LeBlanc, P.E.
1201 N. Bowser Road
Richardson, Texas 75081
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 1-14), or any applicable 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.
Agreement for Professional Services, Page 10 revised 6.12.24
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.
Agreement for Professional Services, Page l l revised 6.12.24
IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiple
copies, each of which shall be deemed to be an original, but all of which shall constitute but one
and the same Agreement on the _ day of , 20_, the date of execution by the City
Manager of the City of Baytown.
CITY OF BAYTOWN
JASON REYNOLDS, City Manager
ATTEST:
ANGELA JACKSON, City Clerk
APPROVED AS TO FORM:
SCOTT LEMOND, City Attorney
CONSULTANT:
HALFF ASSOCIATES, INC.
►�all-I G
(SignoRuref
Kristin M. LeBlanc, P.E.
(Printed Name)
Associate Vice President
(Title)
Agreement for Professional Services, Page 12 revised 6.12.24
STATE OF Texas §
COUNTY OF Harris__ _ §
Before me on this day personally appeared Kristin M. LeBlanc in his/her
capacity as Assoc. Vice President-, on behalf of such Halff Associates, Inc. ,
X❑ 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
government or any state government that contains the photograph and signature of
the acknowledging person)
(check one)
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.
SUBSCRIBED AND SWORN before me this ._R_01 day of JA111A(Ar , 2025.
V P KRISTEN SWONKE
14
N:Notary Public,Stete of Texas Notary Public in and for the State of Texas
Comm.Expires 01-15-2018
"','2 ,�s`` Notary ID 129306641
R\Scott\Contracts%Prutessional Services Template-Non Grant docx
Aueement for Professional Services, Page 13 revised 6.12.24
0 '
■■■ haLff
■ ■ City of Baytown/TIRZ#1
11/26/2024
Page 2
EXHIBIT
SCOPE OF SERVICE
We understand the project overview is as follows per information received from the City of Baytown/TIRZ#1
on 10/23/2024. The project is located southwest of the intersection of IH-10 and John Martin Road, south
of the existing Bucee's, in the City of Baytown city limits.
• A new regional detention pond on a tract of approximately 22 acres for a proposed commercial
development with the potential for expansion by the City.
We have developed the scope and fee based on experience in the City of Baytown. The following scope
and fee include Survey, Engineering, Landscape Architecture, Permitting, Bidding and Construction Phase
services.
A. Boundary Survey
Halff Associates will perform a boundary verification survey of the subject tract(s), which we
will utilize in preparation of surveying and engineering deliverables for the project. The survey
will be performed in substantial accordance with TSPS Category 1-B, Condition II
requirements.This does not include the preparation of a separate survey map or ALTA survey
suitable for title insurance purposes or for addressing Schedule B items.
1. Halff will obtain a City Planning Letter (CPL) and rely on the CPL regarding the existence
of recorded easements, restrictions, and other matters of record affecting the subject
property.
2. The property corners of the subject tract will be recovered and flagged.
B. On-site& Goose Creek Topographic and Tree Survey
Halff Associates will perform a topographic and tree survey of the subject tract as identified in
red, pink and teal in Exhibit E. The following specific services will be provided:
1. Aerial or mobile LiDAR and conventional survey methods may be used for data collection.
2. Establish a minimum of two benchmarks.
3. Obtain a 100-foot grid on subject tract with limits being as followed:
a. East will extend to centerline of John Martin Road,
b. North will extend to edge of paving in Buc-ee's parking lot and the southern edge of
IH-10 Frontage Road.
c. Extend topo into adjoining properties 25-50 feet where applicable.
4. Locate above ground visible improvements.
5. Locate visible above-ground utility locations, either found by our surveyors or located for
us by utility companies and/or other agencies.
6. Provide location, pipe size, (if possible) and invert elevation of existing storm drain and
sanitary structures. Minimum of two structures per utility, if available.
7. Obtain flowlines and pipe sizes upstream and downstream of Goose Creek at IH-10.
8. Locate existing trees 6-inches diameter and greater. The client understands that certain
species of trees may be difficult to identify, particularly in winter months, and the client
Halff 114800 St. Mary's Ln., Suite 160 1 Houston, Texas 177079 Phone: 713.588.2450
■ ■ haLff'
OEM
■ ■ City of Baytown/TIRZ#1
11/26/2024
Page 3
should consider retaining an arborist to confirm the identification of certain trees in critical
areas.
9. Process field collected data for field survey.
10. Perform quality control for survey requirements.
11. Prepare base map illustrating data collected above.
12. Include property ownership and boundary information.
13. Extract spot elevations, break lines and prepare triangulated irregular network into DTM.
14. Obtain break lines and spot elevations sufficient for 1-foot contour intervals.
15. Load 1-foot contour information.
16. Provide a Civil 3D cad file.
C. Off-site Topographic Survey
Halff Associates will perform a topographic survey of the offsite areas as identified in blue and
yellow in Exhibit E. The following specific services will be provided:
1. Aerial or mobile LiDAR and conventional survey methods may be used for data collection.
2. Obtain a 100-foot grid on subject tract with limits. Extend topo into adjoining properties 25-
50 feet where applicable.
3. Locate above ground visible improvements.
4. Locate visible above-ground utility locations, either found by our surveyors or located for
us by utility companies and/or other agencies.
5. Provide location, pipe size, (if possible) and invert elevation of existing storm drain and
sanitary structures. Minimum of two structures per utility, if available.
6. Process field collected data for field survey.
7. Perform quality control for survey requirements.
8. Prepare base map illustrating data collected above.
9. Include property ownership and boundary information.
10. Extract spot elevations, break lines and prepare triangulated irregular network into DTM.
11. Obtain break lines and spot elevations sufficient for 1-foot contour intervals.
12. Load 1-foot contour information.
13. Provide a Civil 3D cad file.
D. Offsite Easement Preparation
Halff will prepare metes & bounds descriptions and accompanying easements for off-site
parcels on an as-needed basis. The descriptions will be prepared in a manner acceptable for
annexation, zoning, easement conveyance or other similar uses. Setting corner monuments
for the parcels is not included in this proposal. Large, complex figures or those requiring
additional field work to support, including on-site and/or off-site parcels,will require a additional
scope and fee. Individual parcel exhibits shall be in pdf format, and shall be sealed, signed
and dated by a Registered Professional Land Surveyor.
E. Post Construction As-built Survey
Halff will perform a post construction as-built survey of the proposed detention pond and
outfall structure. The following specific services will be provided:
Halff 14800 St. Mary's Ln., Suite 160 1 Houston, Texas 177079 Phone: 713.588.2450
haLff■ ■ City of Baytown/1 IRZ#1
11/26/2024
Page 4
1. Aerial or mobile LiDAR and conventional survey methods may be used for data collection.
2. Locate above ground visible improvements.
3. Locate visible above-ground utility locations, either found by our surveyors or located for
us by utility companies and/or other agencies.
4. Provide location, pipe size, (if possible) and invert elevation of existing storm drain and
sanitary structures. Minimum of two, if available.
5. Process field collected data for field survey.
6. Perform quality control for survey requirements.
7. Prepare base map illustrating data collected above.
8. Extract spot elevations, break lines and prepare triangulated irregular network into DTM.
9. Obtain break lines and spot elevations sufficient for 1-foot contour intervals.
10. Load 1-foot contour information.
A. Coordination and Meetings
1. Conduct one (1) Project Kickoff Meeting with the Design Team and Client.
2. Halff will hold bi-weekly meetings/conference calls with the City, TIRZ #1, and Design
Team during the design and permitting phase of the project to obtain information necessary
to complete the design of the project. Halff will prepare and distribute meeting minutes
following each meeting.
3. It is assumed that the design and permitting phase for each project will take approximately
eight(8) months.
4. Direct and coordinate the various elements and activities associated with preparing the
design.
5. Coordination with the Client and Design Team to obtain information necessary to complete
this project, including:
a. Title commitment
b. Boundary information
c. Preliminary site plan for the future/proposed development
6. Halff will contact CenterPoint to obtain as-built electrical and gas utility maps, AT&T to
obtain as-built telephone conduit maps, and the City, County, and/or utility supplier to
obtain as-built drawings for surrounding roadways and developments.
7. Provide ongoing quality assurance and quality control to ensure completeness of product
and compliance with contract documents.
8. Additional meetings/coordination with the design team or regulatory agencies are included
within specific tasks and are identified below.
A. Data Collection
Several documents were provided to the team by the City of Baytown, including:
• Construction plans for the private development (Bucees) north of the project site.
Halff 14800 St. Mary's Ln., Suite 160 1 Houston, Texas 177079 Phone: 713.588.2450
' haLff
■■■
■ ■ City of Baytown/TIRZ#1
11/26/2024
Page 5
• The City's most recent set of specifications, details and plan set requirements.
The Goose Creek model produced by Harris County Flood Control District (HCFCD) and
available online will be the baseline for this modeling effort. Halff will obtain and review any
additional available data for the project area. This includes, but is not limited to, additional
plans, models, and reports. Examples include:
• Any other previous planning or drainage studies in the area.
• Design plan sets for the development.
• Improvement plans along Goose Creek potentially proposed by HCFCD.
• The watershed protection limits, submitted as a shapefile.
The Halff team will perform one (1) field reconnaissance visit to observe existing conditions
and understand existing drainage patterns. The team will prepare a Field Observation Report
(FOR) to document site visit findings. In addition, data will be collected through the following
means:
• Digital data, including lidar, property boundaries,floodplain information,record drawings,
and other applicable information.
• Information provided by the developer working concurrently on the project, such as the
proposed land use and public utility locations.
• Survey, subsurface utility, and environmental assessments done by other teams as part
of this scope.
Data Collection Deliverable:
• Results of data collection efforts, including the FOR, included in the drainage report
B. Alternatives Analysis
The final site layout and design of the proposed tract has not yet been determined. Task B will
focus on communicating with the City of Baytown, TIRZ 1, and the site developer/engineer to
help propose different detention pond layouts and configurations that will optimize drainage at
the site. Halff will create a concept-level assessment of potential drainage layouts that include
conveyance and stormwater detention. Specific tasks will include:
• Develop hydrology and hydraulic (H&H) models utilizing Atlas 14 rainfall. The area will
be analyzed using the latest Harris County Flood Control District PCPM.The 2-, 10-, and
100-year storm events will be modeled.
• Determine preliminary grading to calculate the detention volume that can be required at
the site.
• Create an alternatives analysis for the proposed pond locations. Analyze up to three (3)
proposed pond options. Consideration will be given to the most current land plan,
potential environmental and other constraints in the project area. In addition, the
evaluation will make sure that there are no negative impacts downstream and sufficient
detention is provided at the site.
• Multiple layouts of the potential drainage conveyance and detention areas. It is assumed
that the proposed outfall will be directly into Goose Creek. However, another outfall
location may be needed and will be investigated as part of this effort.
• Evaluate the existing pond as a potential mitigation site as one of the up to three
alternatives. Determine the additional stormwater volume available if the pond was
expanded and regraded.
Halff 114800 St. Mary's Ln., Suite 160 1 Houston, Texas 177079 Phone: 713.588.2450
0 '
■■■ f zw
■ ■ City of Baytown/TIRZ#1
11/26/2024
Page 6
• Internal meetings with the land development team to discuss viable options for detention.
• A presentation to the developer, the TIRZ and the City to discuss conceptual findings
and determine the preferred drainage layout for the project area.
• Utilize Halff's internal QAQC documentation to perform reviews of the deliverables.
Include QAQC forms with the deliverables.
Alternatives Analysis Deliverable:
• Potential drainage layout exhibits
• An alternatives analysis for the proposed pond locations
• Completed QAQC forms
C. Drainage Impact Analysis and Reports
Based on the preferred detention placement identified in Task B, the proposed conditions
modeling for the preferred layout will be evaluated. External agency approval will be required
by the Harris County Flood Control District (HCFCD) and may be required by the Federal
Emergency Management Agency(FEMA). HCFCD will require a drainage impact analysis, and
FEMA may require a Letter of Map Revision (LOMR). This task will include the following:
• Delineate existing and proposed conditions drainage areas and prepare associated
drainage area maps.
• Develop hydrology and hydraulic (H&H) models for existing and proposed conditions
based on the latest HCFCD guidance documents.
• Create a drainage report summarizing the assumptions, methodologies, and
conclusions. The report shall consist of a narrative, exhibits, and other supporting
documentation (tabular data or appendices).
• Utilize Halff's internal QAQC documentation to perform reviews of the deliverables.
Include QAQC forms with the deliverables.
For HCFCD Drainage Impact Analysis
The team will complete a mitigation evaluation that compares existing and proposed peak flows
from the site. The team will verify that sufficient mitigation volume is provided to ensure no
adverse impact to Goose Creek based on Harris County Flood Control (HCFCD) criteria.
Specific tasks include the following:
• Complete a comparison of peak discharges and water surface elevations to determine if
there is any adverse impact in the vicinity of the project.
• Coordinate with HCFCD to discuss proposed improvements to Goose Creek.
• Submit the drainage report to HCFCD. The drainage report shall be prepared in
accordance with the latest HCFCD PCPM.
• Address up to two (2) rounds of comments from HCFCD.
For FEMA LOMR
If the project meets the thresholds for a Letter of Map Revision (LOMR), submission to the
Federal Emergency Management Agency (FEMA) will be required after construction. If this
tract requires a LOMR, at the conclusion of this analysis, a Special Flood Hazard Area map
and report will be prepared for submission to FEMA. This document will be submitted to
HCFCD and the floodplain administrator for review prior to submission to FEMA. It is assumed
Halff 14800 St. Mary's Ln., Suite 160 1 Houston, Texas 177079 Phone: 713.588.2450
M ' haLffµ
■ ■ City of Baytown/TIRZ#1
11/26/2024
Page 7
that the drainage report prepared previously under Task C will be sufficient for submission
under this task. Tasks will include:
• Final cleanup and preparation of the data for submittal.
• Map the Zone AE delineations (100-year and 500-year floodplain delineations with Base
Flood Elevations)within the floodway.
• Submit the LOMR package electronically for review.This task includes addressing up to
two (2) rounds of comments for the final completion of the LOMR.
• Submission to FEMA for approval.
• Task includes public notification via individual property owner letters or publication in a
local newspaper.
Drainage Impact Analysis and Reports Deliverable:
• Drainage impact analysis (including modeling and proposed detention rates)
• Drainage impact reports (draft and final versions)
• Technical memorandum for submittal to HCFCD, including addressing up to two (2)
rounds of comments
• LOMR package submission to FEMA, including addressing up to two (2) rounds of
comments
• Completed QAQC forms
IV. CIVIL ENGINEERING SERVICES
A. Detention Pond Construction Drawings
1. Halff will prepare a detention plan that meets the requirements of Harris County Flood
Control District (HCFCD), Harris County and the City of Baytown. This includes all
detention rate and volume calculations(as determined in Section III of this proposal),outfall
structure design, pilot channel, typical section and details required for construction.
2. It is assumed that the detention system will be a traditional gravity-drained detention pond
which will outfall to Goose Creek.
3. Halff will layout the proposed detention pond based on the survey, preliminary site plan
provided by the City, and drainage analysis results. Upon final approval of the detention
pond layout, a grading plan will be prepared. This plan will be suitable for construction and
will show existing ground contour lines (as included with the survey) and proposed spot
elevations needed to grade the site for drainage.
4. Halff will prepare final dirt calculations. The direct calculations will exclude utility spoils and
will be based on a 1.5 fill factor, unless told otherwise by the Client. It is assumed excess
material will be stored on site for future development. Halff will coordinate a utility spoils
location with the Client and the property owner.
5. Produce, in concert with the grading plan and drainage analysis, a drainage plan, which
will meet the requirements of the Client, Harris County, HCFCD and City of Baytown. The
construction drawings will indicate proposed storm sewer stubs to the future development
site, inlets, storm sewers, flumes, swales, headwalls, and other drainage features that are
necessary. Profiles of storm sewer improvements and the outfall into Goose Creek are
included in this task.
Halff 14800 St. Mary's Ln., Suite 160 1 Houston, Texas 177079 Phone: 713.588.2450
■■S haLff■■■ City of Baytown/TIRZ#1
11/26/2024
Page 8
6. An overall drainage area map will be prepared. The drainage area map will delineate
drainage areas and storm sewer runoff data for the proposed detention pond, future
development area and adjacent properties that may affect drainage of this site.
7. Halff will prepare a planting plan to address sod and hydro mulch for the pond banks and
pond basin. Two sod strips will be proposed on 20' maximum spacing to retain the
application of hydro mulch between the sod strips. Proposed sod strips to begin at the top
of bank and equally offset to the toe of slope or normal water surface elevation. The
planting plan will be submitted to Client for review and approval prior to providing final
construction documents. Applicable details and specifications will be included as part of
the construction document submittal.
8. This task does not include:
a. Design of or coordination for the design of a storm water pump station or underground
storm sewer. If there is not sufficient depth to allow for a gravity flow system, additional
scope and fee will be required.
b. Structural design of retaining walls, review of walls designed by others, nor inclusion
of structural details of any kind on this site. If structural engineering is needed for
design of retaining walls or other structural elements, Halff can provide a fee based on
the scope.
c. Extensions of off-site storm sewers.
d. Drainage infrastructure for the future development. The proposed drainage plan will
provide stubs to the future development for connection.
e. Permanent irrigation design or review of irrigation plans prepared by others. It is
assumed the contractor will utilize temporary irrigation for turf reestablishment only.
B. Storm Water Quality Management Plan (SWAMP)
1. This task includes the preparation of a Storm Water Quality Management Plan and report
to be submitted to City of Baytown for review and approval. Since this project disturbs
more than one (1) acre, the City requires that permanent measures be installed that
remove debris and potential pollutants from site runoff before it enters the publicly owned
storm sewer system.
2. This task includes initial installation inspection and certification. Annual renewals or
certifications are not included.
C. Erosion /Sedimentation Control Plan & Stormwater Pollution Prevention Plan (SWPPP)
1. Prepare one erosion control sedimentation plan in conjunction with the pond site and
drainage design.This task is for the preparation of design drawings and associated details
to be included in the SWPPP.
2. Halff will prepare a (SWPPP)and report for the Clirent. This task includes preparation of
the report, required drawings and details, and required application and forms. Halff will
prepare the Notice of Intent(NOI)and Notice of Termination (NOT). All documentation will
be provided to the Client and Contractor for submittal to the TCEQ for approval and to
maintain onsite during the course of construction. It will be the responsibility of the
Contractor to maintain all required storm water pollution prevention measures and keep
records of all required documentation such as inspection reports, maintenance records,
etc.
D. Bid Documents
1. Halff will create a project manual including front end documents, provided by the Client,
construction drawings, applicable reports and construction specifications. Construction
Halff 14800 St. Mary's Ln., Suite 160 1 Houston, Texas 177079 Phone: 713.588.2450
■■■ haLff �
■ ■ City of Baytown/TIRZ#1
11/26/2024
Page 9
specifications will also be included on the construction drawings. Halff will reference City
of Baytown, Harris County and Harris County Flood Control District specifications,standard
notes, and standard details.
2. This task does not include the preparation of written civil specifications for standard items
addressed in City or County standard specifications. If required, Halff will provide
specifications for specialized civil items. If written specifications are required, a revision to
the scope and fee will be necessary.
A. Halff will submit the drainage analysis prepared under Section III of this proposal to the City,
Harris County and Harris County Flood Control District for review and approval. Halff will meet
with County staff, as required, during the review process to address comments or questions
the agencies may have related to their review of the construction documents and to discuss
unique details of this project.
B. Halff will submit plans and reports prepared under Section IV of this proposal for City and staff
review and comment at 30%, 60%, and 90% levels of plan completion.
1. Attend one (1) meeting with the City plan reviewers at each interim stage of construction
document completion prior to the 100% plan submittal to discuss comments and plan
changes related to development of the project and to document staff comments for use
during preparation of subsequent plans.
2. Provide an opinion of probably construction cost at each interim stage of construction
document completion.
C. Provide project manual including specifications, SWPPP, construction documents, opinion of
probable construction cost and bidder instructions in City standard format at the 90%
completion stage. City of Baytown, Harris County, and/or Harris County Flood Control District
specifications, standard notes and details will be utilized.
D. Halff will submit the 90% construction documents to Harris County and Harris County Flood
Control District. Halff will meet with County staff, as required, during the review process to
address comments or questions the agencies may have related to their review of the
construction documents and to discuss unique details of this project.
E. After 90% comments (City, HC, and HCFCD) have been addressed, Halff will prepare and
submit 100% plans, project manual and opinion of probable construction cost prepared under
Section IV to the City, Harris County and Harris County Flood Control District for final permit
approval. Approved plans and project manual will be submitted to City staff for use during the
bidding/construction phases of the project.
Halff shall assist the Client in the one-time procurement and award of construction to a qualified
lowest and best bid contractor by performing the following tasks:
A. Halff will aid staff in the preparation of bid packets consisting of project specifications and plans,
line-item identification and bid form formatting, and by utilizing front-end documents preferred
by the Client. The bid packets will be provided to the Client for uploading to the Client's
selected method of bidding (ex: CivCast, Public Purchase, etc.).
B. Provide assistance during the bidding phase by answering technical questions from contractors
and attending a pre-bid meeting with the Client. The Client shall facilitate the meeting and set
the meeting date, time and location.
C. Halff will issue addendums, as needed, for bidder clarifications.
Halff 14800 St. Mary's Ln., Suite 160 1 Houston, Texas 177079 Phone: 713.588.2450
■■■ haLffN City of Baytown/TIRZ#1
11/26/2024
Page 10
D. Receive tabulated contractor bids in spreadsheet format from the Client for review. Prepare
selected bidder evaluations based on bid cost submissions and other criteria identified by the
Client. Prepare a letter of contractor recommendation for the Client's use.The Design team will
not evaluate Contractor financial statements,or the validity of bonds supplied by the Contractor
as a part of the bidding process.
E. The Client will be responsible for issuing Notice to Proceed and bond coordination with the
selected contractor.
A. Submittal Review
1. Review and provide written responses to contractor submittals and RFI's on the civil
construction drawings and specifications prepared by Halff.
2. Review material testing reports and notify the Client and Contractor if any tests are out of
compliance with the approved construction drawings and specifications.
3. Review of contractor pay applications and change order requests.
B. Meetings (During Construction)
1. Halff will facilitate a pre-construction meeting prior to the start of construction to review the
project schedule, project phasing, submittals and review general construction coordination
items. Halff will prepare meeting minutes and distribute to all parties for review and
acceptance.
2. Attend bi-weekly construction meetings, in person or virtually, during construction. These
meetings shall be coordinated with the Client and the contractor. Contractor to prepare
meeting minutes for each meeting and submit to the Client and Halff for review and
agreement. Construction is estimated to be six (6) months (12 meetings). Additional
meetings will be billed on a time and materials basis.
3. Conduct one (1) walk-thru of the project for substantial completion, issue punch list for
incomplete items necessary for completion.
4. Conduct one (1) final punch walk to verify completion of substantial completion punch list
items.
5. During on-site meetings, Halff will monitor the status and quality of civil construction and
determine in general if the construction is proceeding in accordance with the intent of the
design and construction documents. On the basis of observations, while at the site, the
Consultant will keep the Client informed of the progress of the civil construction and may
recommend to the Client a rejection of the contractor's work should it fail in compliance
with the contract documents.
C. Prepare As-built Plans
1. Halff will prepare as-built plans per the City of Baytown requirements. The as-built
drawings will be a sealed engineering plan set noting modifications by addendum, change
orders, field changes and as-built information provided by the contractor. This will be
prepared in addition to a full as-built survey.
ADDITIONAL
A. Subsurface Utility Engineering (SUE)
1. Should the design team feel the project could benefit from SUE services, Halff will review
an appropriate scope with the team. However, if pipeline crossings are required, SUE work
will be required, Once the scope is determined, a fee will be provided. There are varying
levels of SUE services. Below is a synopsis of each quality level.
Halff 114800 St. Mary's Ln., Suite 160 1 Houston, Texas 177079 Phone: 713.588.2450
■■E haLff■■■ City of Baytown/TIRZ#1
11/26/2024
Page 11
a. Quality Level-A: Precise horizontal and vertical location of utilities obtained by the
actual exposure (or verification of previously exposed and surveyed utilities) and
subsequent measurement of subsurface utilities, usually at a specific point. Minimally
intrusive excavation equipment is typically used to minimize the potential for utility
damage. A precise horizontal and vertical location, as well as other utility attributes, is
shown on plan documents.
b. Quality Level-B: Information obtained through the application of appropriate surface
geophysical methods to determine the existence and approximate horizontal position
of subsurface utilities. Quality Level-B data should be reproducible by surface
geophysics at any point of their depiction. This information is surveyed to applicable
tolerances defined by the project and reduced onto plan documents.
B. Geotechnical Services
Halff will subcontract with a geotechnical firm to provide geotechnical engineering services to
determine soil conditions at the project site and to develop construction recommendations for
improvements included in the project. Halff will receive and review the geotechnical
engineering report for design recommendations of paving (slope paving, pilot channel,
emergency spillway, etc.)and detention pond side slopes.
The location of the detention pond is unknown at the time of this proposal. Once the general
location of the detention pond and outfall location are known, Halff will procure a proposal from
a geotechnical firm to perform the work. The fee provided is an allowance and is subject to
change.
Halff 14800 St. Marys Ln., Suite 160 1 Houston, Texas 177079 Phone: 713.588.2450
' ' haLff■ ■ City of Baytown/TIRZ#1
11/26/2024
Page 12
ASSUMPTIONS AND EXCLUSIONS
1. No variance requests will be required.
2. The project will be permitted and developed in one phase.
3. No coordination with a municipal utility district (MUD), improvement district, FEMA or USACE will
be required.
4. There are no known environmental issues on the property.
5. No coordination with pipeline companies will be required.
6. Detention pond maintenance access from John Martin will be provided by others.
7. The City of Baytown will provide any additional information (models, reports, etc.) it has that are
relevant to the analysis.
8. The land use type and layout of the development will be known at the time the H&H team is
engaged and will not have significant changes that require a redo of the Alternatives Analysis.
9. HCFCD's Goose Creek model will be sufficient to use for modeling in this area.
10. The proposed detention pond will not include any amenities or pedestrian trails/sidewalks.
11. The proposed detention pond will be a dry bottom, gravity flow pond.
12. Survey Assumptions:
a. Vertical datum will be NAVD88 (Geoid 18) unless otherwise specified by others prior to the
commencement of the project.
b. The survey can be performed utilizing a combination of conventional and GPS (utilizing VRS
and RTK means).
c. CADD deliverable will be in surface coordinates based on Texas State Plane Coordinate
System of 1983 (NAD83/South Central Zone) utilizing a grid to surface scale factor of 1.00013
scaled about 0,0 unless otherwise requested.
d. Fees are contingent upon performing all survey scope items except the post construction as-
built concurrently.
e. Sufficient boundary monumentation needed to control the survey is recoverable, and in good
condition.
f. There are no encroachments, overlaps, gores or other issues affecting the boundary lines.
g. Halff will perform research of adequate thoroughness to support the determination of the
location of intended boundaries of the land parcel surveyed and will obtain deeds of record for
adjoining properties based upon current tax maps.
h. Chainsaw use may be necessary for site-line clearing, and the client authorizes cutting of
underbrush and small trees for this purpose.
i. The client will provide any permission necessary for access on adjoining properties to gather
topographic or boundary information that may be required.
j. Halff will address one round of client review comments or revisions on each the survey.
Subsequent revisions will be charged as Additional Services at our standard hourly rates.
k. This proposal does not include research efforts normally performed by a title company.
1. Research outside the original scope of this proposal; using a different surveyor's certificate; or
changes made to the survey after completion (if so required), will be charged as Additional
Services at our standard hourly rates.
m. Return trips to reset damaged control points or property corners.
n. Obtaining Right-of-Entry for adjoining tracts listed above, client to obtain.
Halff 114800 St. Mary's Ln., Suite 160 Houston, Texas 177079 Phone: 713.588.2450
0 '
■■■ halff
M City of Baytown/TIRZ#1
11/26/2024
Page 13
•
1. Geotechnical Investigation, Quality control and material testing services during construction
2. Water and sewer utility design
3. Environmental Site Assessments
4. Federal or state agency permitting, including USACE
5. Traffic signal design and warrant study
6. Additional site visits excepted as noted herein
7. Meetings or presentations not specified herein; additional meetings will be billed at an hourly rate.
8. Pipeline Company coordination
9. Revisions to plans requested by the Owner after the plans are approved
10. Permit fees, filing fees, pro-rated fees, impact fees and taxes
11. Design of electrical, gas, telephone, or other utility improvements
12. Full-time construction inspection
13. Engineering Certificates
14. Attendance or preparation for meetings and public hearings
15. Construction staking
16. Storm sewer lift station or pump design
17. Well and/or septic design
18. Texas Department of Licensing and Regulation Review for ADA Compliance
19. Environmental Services &Assessments not specified herein
20. TCEQ NOI Permitting
21. Pavement design beyond the recommendations provided by the geotechnical engineer contracted
by the Owner for consulting services on this development.
22. Preparation or submittal of documents to support Section 404 permitting is not included in this
scope. This includes independent supporting studies such as cultural resources surveys or
assessment of impacts to threatened and endangered species. Should the permitting be required,
an additional scope of work would be needed.
23. Tree Survey and/or Tree Protection Plan
24. Subsurface Utility Engineering (SUE), except as specifically noted
25. Design for relocation, adjustment and/or demolition of existing improvements or infrastructure not
already included in the scope.
26. Design of any off-site facilities or utility extensions off-site except as noted herein.
27. The Design Professionals shall not be required to execute any documents subsequent to the
signing of this Agreement that in any way might in the sole judgment of the Design Professional,
increase the Design Professional's risk or the availability or cost of his or her professional or general
liability insurance.
28. Fence foundation design or Light Pole foundation design.
29. Fence/Gate Design including but not limited to motor design, power, fire department knox box
coordination, card/voice remote entry device.
30. Design of retaining walls or design of landscape/decorative type retaining walls.
31. Quantity take-offs and/or Engineer's Statement of Probable Construction Cost for on-site
improvements.
32. Bidding Services.
33. Gas Line or Electric Line Relocations
34. TxDOT driveway and/or drainage permits
35. Permit submittal, except as specifically noted
Halff 114800 St. Mary's Ln., Suite 160 1 Houston, Texas 177079 Phone: 713.588.2450
! e e o e e o 0 0 0 0l0 0 0 0 0 0 0 o e o o e o 0 o e
o ci c Co• e o e po s le e a ;g e $ d e e e d
N O N O N N N O N y N q N N A Amy N 011.1. 1.
Islolgns•ei
O N
H �
M
oo$$o
sluellnsuoagng
Jsesueds3 la-la l o.Qi
�Hnno o c
N N N w
lad vnoH 1e1o1 N N
I I
uollellslulwpy
N
I
sl9 _ml- I
C
o b
113 a5eulelp
I
I JeaulBu3 0H
H
a8eulelp
N
JeBeueW $
loa(oJd e8euleJ4 v
y
° I I
s
M w IedlaulJd Ir
LJJ c$ e8euleJ4 I �
c.
o o
M m a $ I a
W `o O Iaalspur e o
-aI I N
edeaspuel
rc �
I
XJeBeueW $
w lao(ad la•114aN$ o o o o a
c edeacpuel
N I
130114aJV g
edeospuel•JS p
OOVO 1113 I1M3 0I'e o a o a o N N o G
JNulBu3 PIO ig
a.Ifiu311MO'JS$ e o N �m
N
l
I
I y
d ]
2g
a
m a C m
g o • 4 a 'c Q O g a g o c 3 0 c a m
c w m o c `0 3 n
ua
m 2 v N � m °u E 2 m a c o rn i m a • o.n ti
^° m :.1 O a Q 8 m r•Q O w a V rc a • m L U IL
�ytypw L 3 c j m a
c2g �v c c`° 55 wo r
-0 OEc'en c a c
w y o 0 0 4 dr m E lam
L ae w m m m mm d > c o N d 3 c 3S 'G v y" m a s m
m
c'o 2 w
3 •m 00 a a UU C �O¢o G UON W- O 6 m S .4J�a` a` _Nt7 � C ►•
aim
_Q in UO W 41 �Q y �Q OI U 7Qa�U d� N > 41 > N >QmU! H .>Q D7 x W 4J OF
Now
0 '
■■■ haLff
■ City of Baytown/TIRZ#1
11/26/2024
Page 16
EXHIBIT C
HIGH LEVEL/PRELIMINARY SCHEDULE
PROJECT SCHEDULE
Survey 45 days from Notice to Proceed
Drainage Analysis 90 days from Notice to Proceed
Presentation of Options to City 60 days from Notice to Proceed
Finalize Drainage Analysis 90 days from Approval of Option
Submit 30% Plans 30 days from receipt of Survey and Selection of
Pond Option
Submit 60% Plans 30 days from receipt of 30% comments from City
Submit 90% Plans 30 days from receipt of 60% comments from City
Submit 100% Plans 30 days from receipt of 90% comments from City &
County
Bid &Award Phase Estimated 75 days from advertisement
Construction Phase Estimated 180 days from Contractor's Notice to
Proceed
*Schedule calendar days excludes City and County review time/days and is subject to change.
Project schedule should be reviewed and agreed upon prior to execution of the contract.
Halff 114800 St. Mary's Ln., Suite 160 1 Houston, Texas 177079 Phone: 713.588.2450