HomeMy WebLinkAboutR2023-148 2023-06-26DocuSign Envelope ID: 9D94D508-A547-441 B-9DB0-19DDC1 E248FB
RESOLUTION NO. R2023-148
A Resolution of the City Council of the City of Pearland, Texas, authorizing a
construction management services contract with HDR, Inc. in the estimated
amount of $983,797.20, for the Smith Ranch Road Widening Project (FM 518 to
Hughes Ranch Road).
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS:
Section 1. That certain contract for construction management services associated with
the Smith Ranch Road Widening Project, a copy of which is attached hereto as Exhibit "A" and
made a part hereof for all purposes, is hereby authorized and approved.
Section 2. That the City Manager or his designee is hereby authorized to execute, and
the City Secretary to attest, a contract for construction management services associated with the
Smith Ranch Road Widening Project.
PASSED, APPROVED and ADOPTED this the 26th day of June, A.D., 2023.
DocuSigned by:
9z
ATTEST:
DocuSigned by: :
CC2231FrF41'
FRANCES AGUILAR, TRMC, MMC
CITY SECRETARY
APPROVED AS TO FORM:
DocuSigned by:
F4B6...
DARRIN M. COKER
CITY ATTORNEY
J. KEVIN COLE
MAYOR
DocuSign Envelope ID: 161DACC5-00AA-4E16-A6E8-377DB4BA7312
CONTRACT FOR PROFESSIONAL SERVICES
THIS CONTRACT is entered into upon final execution by and between the City of Pearland
("CITY") and HDR Engineering, Inc. ("CONSULTANT").
The CITY engages the CONSULTANT to perform Construction Management and Inspection
Services for a project known and described as Smith Ranch Road Extension ("PROJECT").
(Project # TR1501)
SECTION I - SERVICES OF THE CONSULTANT
The CONSULTANT shall perform the following professional services to CITY standards and in
accordance with the degree of care and skill that a professional in Texas would exercise under
the same or similar circumstances:
A. The CONSULTANT shall perform Construction Management and Construction
Services. See Exhibit A, attached, for a detailed SCOPE OF WORK. The
PROJECT schedule shall conform to the construction schedule.
B. The CONSULTANT acknowledges that the CITY (through its employee
handbook) considers the following to be misconduct that is grounds for
termination of a CITY employee: Any fraud, forgery, misappropriation of funds,
receiving payment for services not performed or for hours not worked,
mishandling or untruthful reporting of money transactions, destruction of assets,
embezzlement, accepting materials of value from vendors, or consultants, and/or
collecting reimbursement of expenses made for the benefit of the CITY. The
CONSULTANT agrees that it will not, directly or indirectly; encourage a CITY
employee to engage in such misconduct.
C. The CONSULTANT recognizes that all drawings, special provisions, field survey
notes, reports, estimates and any and all other documents or work product
generated by the CONSULTANT under the CONTRACT shall be delivered to the
CITY upon request, shall become subject to the Open Records Laws of this State.
D. The CONSULTANT shall procure and maintain for the duration of this
Agreement, insurance against claims for injuries to persons, damages to property,
or any errors and omissions relating to the performance of any work by the
CONSULTANT, its agents, employees or subcontractors under this Agreement,
as follows:
(1) Workers' Compensation as required by law.
(2) Professional Liability Insurance in an amount not less than $1,000,000 in
the aggregate.
Design
1 of 7 D3. Revised 04/2019
DocuSign Envelope ID: 161DACC5-00AA-4E16-A6E8-377DB4BA7312
(3)
Comprehensive General Liability and Property Damage Insurance with
minimum limits of $1,000,000 for injury or death of any one person,
$1,000,000 for each occurrence, and $1,000,000 for each occurrence of
damage to or destruction of property.
(4) Comprehensive Automobile and Truck Liability Insurance covering
owned, hired, and non -owned vehicles, with minimum limits of
$1,000,000 for injury or death of any one person, $1,000,000 for each
occurrence, and $1,000,000 for property damage.
The CONSULTANT shall include the CITY as an additional insured under the
policies, with the exception of the Professional Liability Insurance and Workers'
Compensation. The CONSULTANT shall agree to waive its Right to
Subrogation. Certificates of Insurance and endorsements shall be furnished to the
CITY before work commences. Each insurance policy shall be endorsed to state
that coverage shall not be suspended, voided, canceled, and/or reduced in
coverage or in limits ("Change in Coverage") except with prior written consent of
the CITY and only after the CITY has been provided with written notice of such
Change in Coverage, such notice to be sent to the CITY either by hand delivery to
the City Manager or by certified mail, return receipt requested, and received by
the City no fewer than thirty (30) days prior to the effective date of such Change
in Coverage. Prior to commencing services under this CONTRACT,
CONSULTANT shall furnish CITY with Certificates of Insurance, or formal
endorsements as required by this CONTRACT, issued by CONSULTANT'S
insurer(s), as evidence that policies providing the required coverage, conditions,
and limits required by this CONTRACT are in full force and effect.
E. The CONSULTANT shall indemnify and hold the CITY, its officers, agents, and
employees, harmless from any claim, loss, damage, suit, and liability of every
kind for which CONSULTANT is legally liable, 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 errors in design, any of which are caused by the
negligent act or omission of the CONSULTANT, his officers, employees, agents,
or subcontractors under this CONTRACT.
F. All parties intend that the CONSULTANT, in performing services pursuant to this
CONTRACT, shall act as an independent contractor and shall have control of its
own work and the manner in which it is performed. The CONSULTANT is not to
be considered an agent or employee of the CITY.
SECTION II - PERIOD OF SERVICE
This CONTRACT will be binding upon execution and end upon completion of the construction
related work not to exceed , months after execution of this contract.
Design
2 of 7 D3. Revised 04/2019
DocuSign Envelope ID: 161DACC5-00AA-4E16-A6E8-377DB4BA7312
SECTION III - CONSULTANT'S COMPENSATION
A. The total compensation for the services performed shall not exceed the total noted
in Section B.
B. The CITY shall pay the CONSULTANT in installments based upon monthly
progress reports and detailed invoices submitted by the CONSULTANT based
upon the following:
1. Basic Services (Lump Sum)
2. Additional Services shall require independent and specific authorization
and shall be billed as (Lump Sum): $124,013.75
3. Bid Phase Services (Hourly Not to Exceed)
4. Construction Phase Services (Hourly Not to Exceed) $830,008.45
5. Reimbursable Expenses (Not to Exceed) $29 775.00
6. Total: $983,797.20
C. The CITY shall make payments to the CONSULTANT within thirty (30) days
after receipt and approval of a detailed invoice. Invoices shall be submitted on a
monthly basis.
D. CONSULTANT shall invoice for work performed during the preceding thirty day
period ("Billing Period"). The Billing Period shall run from the 26th day to the
25th day of each consecutive month. Invoices shall be submitted to CITY not
more frequently than once every 30 days. CONSULTANT shall be responsible
for timely submittal of all invoices and CONSULTANT shall not be entitled to
payment for invoices in arrears. All invoices shall reflect most recent single
Billing Period only and represent the true, correct and accurate account of work
performed during the Billing Period.
E. For an agreed contract amount identified as "Lump Sum", Not to Exceed" and
"Reimbursable" the CONSULTANT shall not exceed the fixed contractual
amount without written authorization in the form of a Contract Amendment.
CONSULTANT shall provide 45 days prior notice to the CITY in the event
contract fees may exceed the fixed contract amount. CONSULTANT shall be
responsible for ensuring that such authorization is complete and executed by all
parties performing any work or submitting any invoices for work that exceeds the
fixed contract amount under any expense category.
F. Allowable Reimbursable Expenses
Design
3 of 7 D3. Revised 04/2019
DocuSign Envelope ID: 161DACC5-00AA-4E16-A6E8-377DB4BA7312
CONSULTANT shall identify and include in the proposal any anticipated
Reimbursable Expenses, and shall itemize Reimbursable Expenses by work
category. Reimbursable Expenses shall be invoiced AT COST without
subsequent markup by the CONSULTANT. All invoices containing a request for
Reimbursable Expenses shall include copies of the original expense receipts
itemized per the allowable category. Allowable Reimbursable Expenses include:
• Hard copy reproductions, copies and/ or binding costs
• Postage
• Mileage, for travel from Consultant's local office (within a 25 mile radius)
to meetings at the City or job -site. Mileage shall be charged at the current
IRS rates.
• Travel expenses, mileage from local office to State or federal regulatory
agency office beyond 100 miles.
• Lodging expenses, for destinations beyond 100 miles from the
Consultant's local office AND when business hours exceed eight hours
within one business day OR requires more than one eight hour day.
F.2. Disallowed Expenses
Disallowed Expenses include travel expenses for professional expertise traveling
into the greater Houston area from Consultant offices outside of the greater
Houston area.
SECTION IV - THE CITY'S RESPONSIBILITIES
A. The CITY shall designate a project manager during the term of this CONTRACT.
The project manager has the authority to administer this CONTRACT and shall
monitor compliance with all terms and conditions stated herein. All requests for
information from or a decision by the CITY on any aspect of the work shall be
directed to the project manager.
B. The CITY shall review submittals by the CONSULTANT and provide prompt
response to questions and rendering of decisions pertaining thereto, to minimize
delay in the progress of the CONSULTANT'S work. The CITY will keep the
CONSULTANT advised concerning the progress of the CITY'S review of the
work. The CONSULTANT agrees that the CITY'S inspection, review,
acceptance or approval of CONSULTANT'S work shall not relieve
CONSULTANT'S responsibility for errors or omissions of the CONSULTANT or
its sub-consultant(s) or in any way affect the CONSULTANT's status as an
independent contractor of the CITY.
Design
4 of 7 D3. Revised 04/2019
DocuSign Envelope ID: 161DACC5-00AA-4E16-A6E8-377DB4BA7312
SECTION V - TERMINATION
A. The CITY, at its sole discretion, may terminate this CONTRACT for any reason --
with or without cause -- by delivering written notice to CONSULTANT personally or
by certified mail at 4828 Loop Central Drive, Suite 800, Houston Texas 77081.
Immediately after receiving such written notice, the CONSULTANT shall
discontinue providing the services under this CONTRACT.
B. If this CONTRACT is terminated, CONSULTANT shall deliver to the CITY all
drawings, special provisions, field survey notes, reports, estimates and any and all
other documents or work product generated by the CONSULTANT under the
CONTRACT, entirely or partially completed, together with all unused materials
supplied by the CITY on or before the 15th day following termination of the
CONTRACT.
C. In the event of such termination, the CONSULTANT shall be paid for services
performed prior to receipt of the written notice of termination. The CITY shall
make final payment within sixty (60) days after the CONSULTANT has delivered
to the CITY a detailed invoice for services rendered and the documents or work
product generated by the CONSULTANT under the CONTRACT.
D. If the remuneration scheduled under this contract is based upon a fixed fee or
definitely ascertainable sum, the portion of such sum payable shall be
proportionate to the percentage of services completed by the CONSULTANT
based upon the scope of work.
E. In the event this CONTRACT is terminated, the CITY shall have the option of
completing the work, or entering into a CONTRACT with another party for the
completion of the work.
F. If the CITY terminates this CONTRACT for cause and/or if the CONSULTANT
breaches any provision of this CONTRACT, then the CITY shall have all rights
and remedies in law and/or equity against CONSULTANT. Venue for any action
or dispute arising out of or relating to this CONTRACT shall be in Brazoria
County, Texas. The laws of the State of Texas shall govern the terms of this
CONTRACT. The prevailing party in the action shall be entitled to recover its
actual damages with interest, attorney's fees, costs and expenses incurred in
connection with the dispute and/or action. CONSULTANT and CITY desire an
expeditious means to resolve any disputes that may arise between under this
CONTRACT. To accomplish this, the parties agree to mediation as follows: If a
dispute arises out of or relates to this CONTRACT, or the breach thereof, and if
the dispute cannot be settled through negotiation, then the parties agree first to try
in good faith, and before pursuing any legal remedies, to settle the dispute by
mediation of a third party who will be selected by agreement of the parties.
Design
5 of 7 D3. Revised 04/2019
DocuSign Envelope ID: 161DACC5-00AA-4E16-A6E8-377DB4BA7312
SECTION VI - ENTIRE AGREEMENT
This CONTRACT represents the entire agreement between the CITY and the CONSULTANT
and supersedes all prior negotiations, representations, or contracts, either written or oral. This
CONTRACT may be amended only by written instrument signed by both parties.
SECTION VII - COVENANT AGAINST CONTINGENT FEES
The CONSULTANT affirms that he has not employed or retained any company or person, other
than a bona fide employee working for the CONSULTANT to solicit or secure this
CONTRACT, and that he has not paid or agreed to pay any company or person, other than a
bona fide employee, any fee, commission, percentage brokerage fee, gift, or any other
consideration, contingent upon or resulting from the award or making of the CONTRACT. For
breach or violation of this clause, the CITY may terminate this CONTRACT without liability,
and in its discretion, may deduct from the CONTRACT price or consideration, or otherwise
recover, the full amount of such fee, commission, percentage brokerage fee, gift, or contingent
fee that has been paid.
SECTION VIII- SUCCESSORS AND ASSIGNS
This CONTRACT shall not be assignable except upon the written consent of the parties hereto.
—DocuSigned by:
6/27/2023 I 10:55 AM CDT
---F838B12DC746423...
CITY OF PEARLAND, TEXAS
DATE
David C. Weston, VP June 21, 2023
CONSULTANT DATE
Design
6 of 7 D3. Revised 04/2019
DocuSign Envelope ID: 161DACC5-00AA-4E16-A6E8-377DB4BA7312
House Bill 89 Verification
David Ca Weston (Person name). the undersigned
representative (hereafter referred to as "Representative'') of
HDR Engineering, Inc. (company or
business name, hereafter referred to as "Business Entity'). being an adult over the age
of eighteen (18} years of age, after being duly sworn by the undersigned notary. do
hereby depose and affirm the following:
1. That Representative is authorized to execute this verification on behalf of
Business Entity;
2, That Business Entity does not boycott Israel and will not boycott Israel during the
term of any contract that will be entered into between Business Entity and the City of
Pearland; and
3. That Representative understands that the term "boycott 1srae1 is defined by
Texas Government Code Section 2270.001 to mean 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, out does not inckide
an action made for ordinary business purposes.
SIGNATURE OF REPRESENTATIVE
SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on
this 21st day of June , 2023
GABRIEL BEVERLY
Notary D 0132796250
my Commission Expires
Noyfrnber 23,, 2024
imp -
w w -w w
I
Notary Public
Design
7 017 Roiri.vd 04/2019
DocuSign Envelope ID: 161DACC5-00AA-4E16-A6E8-377DB4BA7312
Contract No.
ATTACHMENT C
SERVICES TO BE PROVIDED BY THE ENGINEER
The Engineer shall perform the following tasks by function code as outlined below:
FUNCTION CODE 130
RIGHT OF WAY AND UTILITY COORDINATION
1) Verify that utilities that were re -located for this project have been moved to a location that
will not inhibit the construction of the project.
2) Coordinate with private utilities any issues that arise during the utility relocation
investigation.
3) Verify right of way agreements with adjacent landowners are in -place prior to construction.
a) Review landowner agreements for inclusion during construction.
FUNCTION CODE 145
MANAGEMENT OF CONTRACT
1) Prepare monthly progress report for City Project Manager. Report to include:
a) Work that has been completed since last monthly report.
b) Upcoming work on the project.
c) Issues that have been resolved and new issues that have come up since the last monthly
report.
d) Contractors' personnel onsite and sub -contractors onsite.
e) Relevant photos of work completed onsite.
2) Develop internal project schedule to assist in project staffing.
3) Meet with members of City Project Management staff and TXDOT staff on regular basis.
4) Coordinate project issues with Contractor, City Project Manager, TxDOT and other
stakeholders — document these discussions and decisions.
FUNCTION CODE 166
CONSTRUCTIBILITY REVIEW
1) Review plan set designed by others for constructability and that the project is constructable.
2) Complete a bid item quantity take -off to verify the quantity of bid items to be used on the
project.
3) Review the project specifications
a) Verify that items listed in bid tab have an associated specification.
Engineering-Engineering_SpecDelwWA.doc Attachment 0-1 Page 1 of 8
DocuSign Envelope ID: 161DACC5-00AA-4E16-A6E8-377DB4BA7312
Contract No.
b) Compare any TxDOT specifications with applicable City of Pearland specifications.
4) Make site visits to verify that items in field are properly shown on plan sheets.
5) Prepare a document with findings from the Constructability Review. This document to be
submitted to the Engineer of Record for their consideration to incorporate into the plan
documents.
a) Verify and work with FOR regarding incorporating items noted in review into plan set.
FUNCTION CODE 309
DESIGN CONFIRMATION, CHANGES AND ALTERATIONS
1) Utilize the City's Construction Management software system to: receive, route, track and log
Contractor communications, Submittals, Change Orders, RFI's, Pay Applications and Citizen
Complaint/Resolution Log; communicate with Contractor the status of submittal reviews;
review submittal and RFI's to verify that timely responses are provided; notify City Project
Manager, Contractor and Design Engineer of time critical issues.
a) Respond to RFI's when such response does not require the Engineer's opinion or expertise
or direction from City.
b) Assemble and maintain notes, comments, sketches and supportive data relative to the
Project to facilitate the revision of drawings to conform to the final as -built conditions.
Review Contractor's record keeping periodically to ensure completeness, timeliness and
progress.
2) Prepare and issue request for proposals in a timely manner. Review RFP and contractor
proposal for additional work with City Project Manager and Design Engineer for approval.
Record the status of RFP and Responses from Contractor, City and Design Engineer and
verify they are logged and tracked in the City's construction management software system.
3) Provide recommendation on technical matters as an advocate for the City. Evaluate
Contractor's response/proposal for merit, cost, time, accuracy and price practicality.
Negotiate with Contractor on City's behalf, if required.
4) Prepare Change Order and documentation including signatures of Contractor, Engineer and
Construction Manager for delivery to City.
FUNCTION CODE 310
PROJECT SUPERVISION
1) Act as the City's on -site representative administering the contract for construction and
Engineering-Engineering_SpecDelwWA.doc Attachment 0-1 Page 2 of 8
DocuSign Envelope ID: 161DACC5-00AA-4E16-A6E8-377DB4BA7312
Contract No.
providing overall project oversight, maintain record of decisions and changes made.
Services provided will suppOlt the City's efforts to comply with TxDOT Local
Government Project Procedures (LGPP). Construction Manager will utilize Chapter 9 of
TxDOT LGPP in supporting the City.
2) Meetings: Schedule and conduct construction progress meetings; record minutes from
construction progress meetings and distribute via City's software system to: City Project
Manager, Design Engineer and contractor throughout the duration of the project.
a) Schedule meetings every two weeks, minimum, to review the following: work
progress and schedule, outstanding issues, status of submittals and responses, shop
drawings, unforeseen issues, and changes to the work.
(1) Coordinate additional meetings as necessary to discuss and resolve problems and
provide guidance in a timely manner.
(2) Coordinate/monitor the following: utility relocation activities for compliance,
utility installation verification, rep01 iing, record management and as -built
drawings.
(3) Attend all utility coordination, construction, and scheduling meetings.
(4) Obtain copy of ROW permit and prints from Public Works in order to monitor
progress of utility relocation per permit/plan.
3) Construction Contract Administration
a) Project final documentation is required in electronic/digital format, utilizing City's
software system as is feasible.
(1) As field problems arise, notify the Design Engineer and City Project Manager of
proposed solutions to resolve problems.
(2) Review and update as -built documents regularly with contractor.
(3) Monitor and confirm adherence to approved project baseline schedule. Review
contractor's schedule monthly, confirm compliance with City's intended schedule,
and provide recommendations as needed to retain and regain schedule if needed.
(4) Recommend alternate project sequencing/scheduling to keep project on schedule.
(5) Prepare monthly summary report of construction activities with outstanding issues
outlined for review. Monthly progress info lmation associated with the project will
be submitted to the Project Manager for review and approval.
(6) Record weather conditions on jobsite daily.
4) Coordinate work of contractor with external agencies and utility companies. Coordinate
Engineering-Engineering_SpecDelwWA.doc Attachment 0-1 Page 3 of 8
DocuSign Envelope ID: 161DACC5-00AA-4E16-A6E8-377DB4BA7312
Contract No.
contractor's operations with other City contracts and construction as well as with property
owners for planned service outages, street closures, and access control issues to properties
including notifications.
a) Confirm construction conformance and compliance with TCEQ, NOI and NOT.
b) Confirm construction conformance with permitted activities such as: City of Pearland permits,
U.S. Army Corps of Engineers permits, TxDOT roadway permits, and any Railroad
agreements.
5) Maintain records of decisions, actions and activities with regard to construction operations
via the City's software system (i.e. Change Orders, RFI's and responses, Submittals and
responses, Request for Proposals, correspondence, SWPPP inspections.)
FUNCTION CODE 320
INSPECTION OF WORK IN PROGRESS AND PROJECT RECORDS
1) Provide full-time on -site technical observation of Contractor's activities to confirm that
work materials, structures, equipment and workmanship comply with the Contract
Documents including Addenda, and Change Orders. Report on whether Contractor
maintains good construction practices and professional standards prevailing in the local
City, County, and State of Texas. Utilize City's software system for all inspection reports.
a) Notify the City Project Manager if Contractor's work that is observed is not in
compliance with the Contract Documents or specifications. Notify the City Project
Manager and Design Engineer of Contractor's failure to take measures to repair and bring
work in compliance.
(1) Issue Advisory Notices to Contractor for observed work that is not in compliance
with approved construction documents.
(2) Issue Non -Compliance Reports to Contractor if non -conforming work is not
brought into compliance or if plan of action to bring work into compliance is not
conducted in timely manner.
(3) Inspect and observe the materials and equipment being incorporated into the work
to verify that they are handled, stored and installed in accordance with the
Contract Documents and specifications. Report to the City Project Manager
regarding these activities.
2) Identify, record and notify Design Engineer of known problems or failures to meet
performance requirements in a timely manner to minimize delay in the progress of the project.
Engineering-Engineering_SpecDelwWA.doc Attachment 0-1 Page 4 of 8
DocuSign Envelope ID: 161DACC5-00AA-4E16-A6E8-377DB4BA7312
Contract No.
Make recommendation(s) for appropriate solution to the City Project Manager and Design
Engineer.
3) Prepare and maintain daily progress log or daily construction reports, photographs,
records and track quantities installed that day utilizing the City's software system.
4) Confirm that contractor reviews and approves daily reports and quantities.
5) Confirm contractor has obtained necessary permits and is maintaining Traffic Control,
public notification and Storm Water Pollution Prevention Plans, facilities, equipment or
arrangements in accordance with contract documents.
6) Attend and participate in progress meetings.
7) Create contacts for your record for: names, addresses, telephone numbers and email of
project contractors, subcontractors, sub consultants and major suppliers of material and
equipment; store in City's software system.
8) Immediately notify the City Project Manager and Design Engineer in the event of an on -
site accident. Record and note conditions, activities and witnesses to the event.
a) Maintain Resolution Log and respond to citizen complaints in software system.
9) Consult with City Project Manager and Design Engineer in advance of scheduled major
work operations, tests, inspections or start of important phases of project.
10) Pay applications will be generated by the City's software system based on quantities
approved in the daily reports. Review and confirm quantities provided by contractor for
work performed.
a) Review work conducted daily on daily inspection reports and material installed
(1) measurements submitted by contractor; verify work conducted and bid item
quantities via City's software system; meet monthly to review pay estimate and
quantities with contractor
b) Review progress pay application with Design Engineer for approval or revision prior
to submittal to City.
(1) Finalize pay application with signatures from Contractor, Engineer and
Construction Manager certifying quantities and amounts via City's
software system.
(2) Notify City Project Manager when all electronic signatures are completed in the
City's software systemfor invoice processing.
Engineering-Engineering_SpecDelwWA.doc Attachment 0-1 Page 5 of 8
DocuSign Envelope ID: 161DACC5-00AA-4E16-A6E8-377DB4BA7312
Contract No.
(3) Track and record requests for rain or other delays with potential to add to
Contract Time in Daily Reports in City's software system.
(4) Provide an independent quantity forecast bid items to identify potential quantity
over -runs as part of pay estimate review.
c) Upon completion of the work, prepare a final progress payment including a balancing
change order zeroing out all unused quantities utilizing City's software system. Identify
and add additional quantities and make any approved changes to the Contract Time.
(1) Review and coordinate with Design Engineer to provide Engineer's
recommendation for Substantial Completion or Final Acceptance. (See Close-out
Section)
FUNCTION CODE 330
JOB CONTROL
1) Coordinate testing laboratory activities with Contractor's activities. Review test reports for
compliance with Contract Documents. Log, track and retain test reports in City's software
system. Review results with Contractor. Monitor and record corrective action(s) and/or re-
testing for compliance. Confirm compliance with City's specifications
a) Review lab test reports and log any failures.
b) Review Invoicing from Laboratory to daily activities.
2) Coordinate and communicate on work involving Brazoria County Drainage District No. 4
(BDD4) and work within their property boundaries.
FUNCTION CODE 352
FINAL CONSTRUCTION DOCUMENTS
1) Provide list for substantial completion walk through/inspection. Schedule and conduct project
walk through upon receipt of Contractor's notification of substantial completion. Include City
Project Manager, FOR and others as directed. Prepare a list of non -conforming work based on
visual inspections. Record and monitor contractor's corrective efforts and schedule. Schedule
final completion inspection for any remaining corrections.
2) Coordinate and obtain Design Engineer's signature and seal on Substantial Completion
certificate and Final Completion and Acceptance certificate.
3) Review and compile any Operation and Maintenance documents required from the
Engineering-Engineering_SpecDelwWA.doc Attachment 0-1 Page 6 of 8
DocuSign Envelope ID: 161DACC5-00AA-4E16-A6E8-377DB4BA7312
Contract No.
Contractor forward to Engineer for review. Upload and/or verify that Contractor's closeout
documents are uploaded to Construction Management Software.
4) Review for completeness and accuracy, including; affidavits of final payment, final pay
estimates, as built records, redlines and drawings. Once received, notify the Design
Engineer and City Project Manager when completed.
a) Upon completion of close out items, provide recommendation for City's Substantial
Completion/Final Acceptance certificate.
b) Provide indexed project files, redline plans and as -built or record drawings to City via
City's software system.
5) Conduct Project Close -Out Meeting.
6) Prepare and recommend final payment application. (Prepare job record logs transmittals, and
correspondence reports in an organized file for delivery to City.)
7) Consult with City on any potential Warranty items requiring repair or replacement.
8) Schedule, arrange and coordinate a One Year Walk-through of the project to review
status of the work 30 days prior to expiration of the One Year Maintenance period.
9) Provide staff to conduct and participate in the warranty inspections.
a) Prepare list of non -conforming work for presentation to the City Project Manager, Design
Engineer and Contractor via City's software system.
i) Oversee repairs for non -conforming work with Contractor.
ii) Submit final report on completed warranty repairs.
FUNCTION CODE 390
CONSTRUCTION ENGINEERING NOT OTHERWISE CLASSIFIED
1) Chair Pre -Construction Meeting
a) Schedule and conduct the pre -construction meeting; record and disseminate minutes
from pre -construction meeting.
(1) Set communications protocol and contract administration procedures, establish
progress meeting schedule and submittal schedule.
(2) Provide agenda for meeting: Key milestone dates, pay application procedures,
schedule, public notification issues and procedures, utility coordination issues,
traffic control, pelmitting, property owner notification and coordination,
temporary facilities, contractor's use of Construction Management Software
etc.
Engineering-Engineering_SpecDelwWA.doc Attachment 0-1 Page 7 of 8
DocuSign Envelope ID: 161DACC5-00AA-4E16-A6E8-377DB4BA7312
Contract No.
2) Consultant's observation or monitoring portions of the work performed under construction
contracts shall not relieve construction contractor(s) from responsibility for performing work
in accordance with applicable contract documents. Consultant shall not control or have
charge of, and shall not be responsible for, construction means, methods, techniques,
sequences, procedures of construction, health or safety programs or precautions connected
with the work and shall not manage, supervise, control or have charge of construction.
Consultant shall not be responsible for the acts or omissions of construction contractor(s) or
other parties on the project.
Engineering-Engineering_SpecDelwWA.doc Attachment 0-1 Page 8 of 8
DocuSign Envelope ID: 161DACC5-00AA-4E16-A6E8-377DB4BA7312
Prime Provider: HDR
CSJ:
Highway: Smith Ranch Road
EXHIBIT D - FEE SCHEDULE
METHOD OF PAYMENT: SPECIFIED RATE
SUMMARY
PRIME PROVIDER NAME: HDR
CSJ: 0912-31-293
HIGHWAY: Smith Ranch Road
SUBTOTALS
Prime Provider
(HDR)
Subprovider
Materials &
Testing (HVJ
Associates)
FC 130
(130)
Direct Labor Cost
$ 11,527.61
$ 11,527.61
Fixed Fee/Profit
$ 1,152.76
$ 1,152.76
nOther Direct Expense
$ -
FC 145
(145)
Direct Labor Cost
$ 26,647.71
$ 26,647.71
Fixed Fee/Profit
$ 2,664.77
$ 2,664.77
Other Direct Expense
FC 166
(166)
Direct Labor Cost
$ 66,733.55
$ 66,733.55
Fixed Fee/Profit
$ 6,673.35
$ 6,673.35
Other Direct Expense
FC 309
(309)
Direct Labor Cost
$ 67,739.88
$ 67,739.88
Fixed Fee/Profit
$ 6,773.99
$ 6,773.99
Other Direct Expense
FC 300
(310)
Direct Labor Cost
$ 69,416.18
$ 69,416.18
Fixed Fee/Profit
$ 6,941.62
$ 6,941.62
nOther Direct Expense
$ -
FC 300
(320)
Direct Labor Cost
$ 451,470.96
$ 451,470.96
Fixed Fee/Profit
$ 45,147.10
$ 45,147.10
Other Direct Expense
$ 29,775.00
$ 29,775.00
FC 300
(330)
Labor (Include Overhead and Profit)
$ 106,997.15
$ 25,149.40
$ 81,847.75
Unit Cost/Material Testing
$ 32,675.94
$ 2,514.94
$ 30,161.00
Other Direct Expense
$ 12,005.00
$ 12,005.00
FC 300
(352)
Direct Labor Cost
$ 13,952.23
$ 13,952.23
Fixed Fee/Profit
$ 1,395.22
$ 1,395.22
Other Direct Expense
FC 300
(390)
Direct Labor Cost
$ 21,915.62
$ 21,915.62
Fixed Fee/Profit
$ 2,191.56
$ 2,191.56
Other Direct Expense
GRAND TOTALS * SEE ASSUMPTIONS
$ 983,797.20
$ 859,783.45
$ 124,013.75
(DBE %)
12.61%
Assumptions To Develop Maximum Fee Payable Under This Work Authorization:
1. Schedule
• Project is 204 working days, 11 months long would include rain days
Page 1 of 6 Exhibit D
DocuSign Envelope ID: 161DACC5-00AA-4E16-A6E8-377DB4BA7312
EMIR, -FEE SCHEDULE
METHOD. 9626927.522.120
Labor Rale Der Dour • Dip0.091,0. Date
12.134 • 1214111.094, 0.01,
3515,, .Nxomixxn
9529E.36.66,9
1.715,63.12.6,192.216.
39443.0236 a x
43124911.6.94.799
Med Labor Cost
Leber c,• OH 41++.511297624.(1. lax
1.4341
43123.2113, C.2
Ftied
.1+060
TOTAL 4303320ST
IMIECTOR
9530 $ 9230 $ 6030
54.00 4300
9D30 5
110139022139073311342.613
.x 5 55.005 49305 33.00
4292 5 45.08
COOS
16
36030 5 355.00 s - s s s s s 52030 s x2.60
356030
295 20
$ ,.550.54
37247.
9. $ 937.96 5- s - s s s s1.538 $ 70.76 5
96 5 5 93.60
.s 10008s
,355.39 $ 403.76 $ - 5 5 5 5 5 ,357.92 $ 4100. $
575 00
6.302
21.1
88 19
$ 970.10
$ 3=52.54
6631
23453
0.655.90
229197
31121.17
FC 146 (144 • 60811609x.602114 CTEO.u3,730 PE
Prepare Mot, Progress Reperts
0722.2 and Main. Proje2.02,17
10
10
Prepere, Ors.. and file correapondence
7,274 and 777.2
Document Phone..
Direct Labor Cost
Div. Leber ces .014.1 •+.51912 NNxN 1 • tax
19,1
3303.21
Ftied .1+174
TOTAL 4301230ST
3.325 00 5 236030 s
2.45030 s s 920.00 5
5.00
65
e5 703.47s
9,92x..5 7,73310 $
0570.05 $
627.01
s
2330 5
320.00 $ 5 x37939 $
25233
21.1
23453
$ 20547.71
$ 29,512312
Plan 2729,2 124.7
20
5.27.14.72.22.4221 1,101,0.0ilyapeclitelons
3.93. to review .µr.
20
16
16
Venfy 692.2961.ro µr.
O ,1 La. Cost
Div. Leber c®1.014.1. 1.x6060111, 1 • tax
19,1
33039.113,39.
nod .,601
TOTAL 4303320ST
5.840.00 5 11,776 00 s
338030 s
386600
5 1960630
4,364.00
95 30,014.67 5
1.743 85 300747 $
x,20.17 5 33,016.14 $ - 5 5 40020 $
8616005 6
x s
139230
21.1
23453
5 55,5511.52
$ 5,50045
$ 61,5319.57
5 1030.20
$ 2131733
FC ,09 (5601 • 9,6,3IOewBwan
602.722 Submtels
Review m Reµynem Rns
40
75
Oders
Review Cor0.0.0.0on Contract adnursvaDon Man.
20
20
16
Provide .20,23 Negobation
0.1.0tai Labor Douro
Divt1 Labor Cost
114.1 Labor 0001. OH 41. 16498 3791, 1• tax
36.3
43123.2113, C.2
Ftied
.1+060
.300.005 9360305 610.005
540.00 5 2,46030 5
38,741 65 775 137639 5 6,270. 5
85 1339.69 5 155.48 s
137 64
5
627.01
s
1uu. $ 14.10092 $ 4710.15 $ 13x60 5 62006 5
3,07200
739102
21.1
$ 23870.00
23453
5 65,93•96
$ 66,923.60
3,072.00
7,590.02
FC 500(x4 • GENERAL 90x37602
Meangs
1.76.272. Review To 192.07 37292299
20
40
10
.0.5.000m00,05 0,50,
3me 2-2222,02972
10
20
0.91 Labor Cost
Dino 14,C,•ON 1.1000(060.1+•+,917
1.4 120
33171, Labor Cost
• 9«110x1
TOTI311-6.303 COST
9,500.00 $ 1,97600
5488 2 5480
05 056571 s
3,28000 5
30 s
5488
43x.00 5
. 5
5488
5438
20125.06
DAIu
21,137.57
520.00
2.61
1,167 97
11,80
23161
3,700.23
2461
5 17,556.00
2.61
5 40.330.92
5 4,499119
22461
742136 $ 656.57 5
26.43696 $ 733222 5
83,02 5
93007 5
351.73 5
135033
0,162.65
Mn1x
6 2,507.73
2,58499
63,00 (3x1 -GENE.. IOM.,
80
322.217.4,22 io 1.793121.3,24 20
morally Progress Pay Ealwwt. 20
750
remcso.5µmn9 1D
Din. Labor Cost5 0.550.00 5 12,00000 s
114.1 Labor 0..014.1.1.41911,1, 1 • tax
19,1
$3123.2113, C.2
Ftied
.1+160
TOTAL 4301230ST
s 338030 s 900.00 s 920.00 5
1,920
112.52400 s 47120 00 s 5,09680 $
530.00
23453
2,370
5 MAMBO
2,179 25 33.65
23,9730 $ 563 .60 $
s
925
x s 229 39 s 2340 5
5 40020 5 0.431 5 23922 5
21.1
276,000.77 5 96605.73 5 30 $
00 5 9,460 57 5 1,324 48 5
03300.5 10100030 5 14,56922 5
5 67,619.66
5 74,35.1.63
$ 333,35130
022,736.43
FC ,00 (ION -GENERAL FUNCTION
Co 0.397 Dig MOO,
20
300,22. •101.230 laborabry 10
8.-Totai Ia. Hours
▪ ,22,C,•ON 1.1000(060.1+•+..
91
63171,4212abor Cost
Fixed 0011060 435. 5 562.78 5
TOTAL LABOR COST 5 0.7900 $ 0.19033
4710.005 2,208 00
5488 2 5480
264.00 5
45 5 362775 s 410.00 5
5488 5488
3,910.00 5 1,040.00 5 1,68680 $
5 0.592.00
2.61 2.61 2461 2.61
02 5 2.33594 s 3.70023 5
5 10,10
6,30
22461
24,74520
137352
4180 5
459.00 5
862.50 5
9.4x50 5 4509.53 5 315160 $
$
5 51,4.60
699,e 10966166199 Punch 116
20
16
16
Pro99.10009199.0 Punch 116 60:69
DD0D, Labor c.x•ON DI.1.540(OM,•+ae1
IF.wI
5.4,1171926, 6779 81 5 460.12 s
Mod 001+0x1 677. $
Tms4w0eemT 5 7357.79 $ 51541
;6x.00 $ 1.00
5488 2 5480
5488 5488
2,916.00 5 - 168.48 5
$ 0,504.50
2.61 2.61 2461 2.61
02 5 37342 5
22461
0.700.40.
6,034
7.373.78
5 37.84 5
4073, $ - 5 11626 $
5 724.88
$ 7,973.67
Fe ,00(,)• GENERAL DIN1RiON
M Lexg /Wm. Prior To Cons..
397.1
6000.0e
16
[Ogles an0.040.ms
Internal. Extemel Au.
16
16
SuProtel Labor Hem
0.71 Labor Cost
1900.00 5 120830 s - 5 5 32800 $
2,81630 $ 72800 $ 1.17956 5
600
0.72335
21.1
23463
5312,22127,39.
.9 601
TOTAL LABOR COST
765
75 562785
83,02 5
x00
,206.59 $ 41033 $ - 5 5 519.60 5
605 1,635.165 2,640965
632 D s 163.52 s M. 5
635732 $ 1,79360 $ x,51860 $
5
$ 133035
5 17.713
1.060 91
DocuSign Envelope ID: 161 DACC5-00AA-4E16-A6E8-377DB4BA7312
Prime Provider: HDR
CSJ:
Highway: Smith Ranch Road
EXHIBIT D - FEE SCHEDULE
METHOD OF PAYMENT: UNIT COST
OTHER DIRECT EXPENSES
QUANTITY
UNIT
FIXED/MAX
RATE
TOTAL
Lodging/Hotel - Taxes and Fees
0
day/person
Max
$ -
Lodging/Hotel (Taxes/fees not included)
0
day/person
Max
$ -
Meals (Excluding alcohol & tips) (Overnight stay required)
0
day/person
Max
$ -
Mileage
12000
mile
Fixed
$ 0.655
$ 7,860.000
SUV or ATV Rental (Includes taxes and fees; Insurance costs will not be reimbursed)
0
day
Max
$ -
Construction Truck (Includes operation, and maintenance costs; Insurance costs will not be reimbursed)
15
day
Fixed
$ 80.00
$ 1,200.000
Construction Truck (Includes operation, and maintenance costs; Insurance costs will not be reimbursed)
(1 truck per month for 10 months)
11
month
Fixed
$ 1,600.00
$ 17,600.000
Construction Truck 4X4 (Includes operation and maintenance costs; Insurance costs will not be
reimbursed)
0
day
Max
$ -
Construction Truck 4x4 (Includes operation and maintenance costs; Insurance costs will not be
reimbursed)
0
month
Max
$ -
Rental Car Fuel
0
gallon
Max
$ -
Rental Car (Includes taxes and fees; Insurance costs will not be reimbursed)
0
day
Max
$ -
Air Travel - In State - Short Notice (Coach)
0
Rd Trip/person
Max
$ -
Air Travel - In State - 2+ Wks Notice (Coach)
0
Rd Trip/person
Max
$ -
Air Travel - Out of State - 2+ Wks Notice (Coach)
0
Rd Trip/person
Max
$ -
Air Travel - Out of State - Short Notice (Coach)
0
Rd Trip/person
Max
$ -
Taxi/Cab fare
0
each/person
Max
$ -
Parking
1
day
Max
$ 10.00
$ 10.000
Toll Charges
100
each
Max
$ 5.00
$ 500.000
Standard Postage
0
letter
Fixed
$ -
Certified Letter Return Receipt
0
each
Fixed
$ -
Overnight Mail - letter size
5
each
Max
$ 25.00
$ 125.000
Overnight Mail - oversized box
1
each
Max
$ 35.00
$ 35.000
Courier Services
1
each
Max
$ 30.00
$ 30.000
Photocopies B/W (11" X 17")
1000
each
Fixed
$ 0.15
$ 150.000
Photocopies B/W (8 1/2" X 11")
2500
each
Fixed
$ 0.10
$ 250.000
Photocopies Color (11" X 17")
800
each
Fixed
$ 1.20
$ 960.000
Photocopies Color (8 1/2" X 11")
1000
each
Fixed
$ 1.00
$ 1,000.000
Digital Ortho Plotting
0
sheet
Fixed
$ -
Plots (B/W on Bond)
25
per sq. ft.
Fixed
$ 1.00
$ 25.000
Plots (Color on Bond)
25
per sq. ft.
Fixed
$ 1.20
$ 30.000
Plots (Color on Photographic Paper)
0
per sq. ft.
Fixed
$ -
Color Graphics on Foam Board
0
square foot
Fixed
$ -
Presentation Boards 30" X 40" Color Mounted
0
each
Max
$ -
Report Printing
0
each
Max
$ -
Report Binding and tabbing
0
each
Fixed
$ -
Notebooks
0
each
Max
$ -
Reproduction of CD/DVD
0
each
Max
$ -
CDs
0
each
Fixed
$ -
4" X 6" Digital Color Print
0
picture
Fixed
$ -
Hazardous Materials Database Search
0
per search
Max
$ -
Railroad - Flagger (Service provided by RR)
0
hour
Max
$ -
Railroad - Insurance in addition to STD Minimum Required (Minimum coverage of $1 Million required by
RR.)
0
each
Max
$ -
Railroad - Permit
0
each
Max
$ -
Railroad - Safety Training (If required - Heavy Rail Safety Training Certificate, includes classroom training
and employee certification card.)
0
Per Person
Max
$
Traffic Control Services, Arrow Boards and Attenuator trucks - Large Project (Includes labor, equipment
and fuel)
0
day
Max
$ -
Traffic Control Services, Arrow Boards and Attenuator trucks - Medium Project (Includes labor, equipment
and fuel)
0
day
Max
$ -
Traffic Control Services, Arrow Boards and Attenuator trucks - Small Project (Includes labor, equipment
and fuel)
0
day
Max
$ -
Attenuator trucks - (Lane/Shoulder Closure) (Includes labor, equipment and fuel)
0
day
Max
$ -
Attenuator trucks - (No Lane Closure) (Includes labor, equipment and fuel)
0
day
Max
$ -
Portable Message Board
0
day
Max
$ -
Law Enforcement/Uniform Officer (including vehicle)
0
hour
Max
$ -
Boat with Motor
0
day
Max
$ -
Cellular Telephone & Data Plan
0
each/month
Max
$ -
Wireless Router/Server
0
month
Max
$ -
Laptop Computer/I Pad and data plan
0
each/month
Max
$ -
Desktop & Microcomputer w/Plotter-each/month
0
sheet
Max
$ -
Mobilization/Demobilization Laboratory
0
each
Max
$ -
AASHTO Accreditation Aggregates Laboratory
0
each
Max
$ -
AASHTO Accreditation Hot Mix Laboratory
0
each
Max
$ -
AASHTO Accreditation Soil Laboratory
0
each
Max
$ -
CCRL Accreditation
0
each
Max
$ -
Equipment Calibration
0
each
Max
$ -
Office Trailer Rental
0
each
Max
$ -
GPS Receiver (rates applied to actual time GPS units are in use)
0
hour
Max
$ -
SharePoint License Fee and Server
0
each/month
Max
$ -
Personal Protective Equipment (hat, vest, gloves, boots, hearing prot., glasses & fall protection (Lanyards,
Harnesses) one time only
0
per employee
Max
$
Safety Lights for Leased/Owened Vehicle (One time only)
0
each
Max
$ -
TOTAL OTHER DIRECT EXPENSES
$ 29,775.00
Page 3 of 6
Exhibit D
DocuSign Envelope ID: 161 DACC5-00AA-4E16-A6E8-377DB4BA7312
Sub -Provider: HVJ Associates
CSJ:
Highway: Smith Ranch Road
EXHIBIT D - FEE SCHEDULE
METHOD OF PAYMENT: SPECIFIED RATE
TASK DESCRIPTION
PROJECT
MANAGER
PROJECT
ENGINEER
ENGINEERING
ASSISTANT
SENIOR
ENGINEER
TECH (Field)
SENIOR
ENGINEER
TECH (Field)(OT)
ENGINEERING
TECH
(Field)
JUNIOR
ENGINEERING
TECH
SENIOR
GEOLOGIST
GEOLOGIST
ENGINEER
TECH
1-A CERT
ENGINEER
TECH
1-B CERT
FIELD
TECH
ADMIN/
CLERICAL
TOTAL
LABOR HRS.
& COSTS
MATERIALS SAMPLING and TESTING SERVICES - HVJ
Work Authorization Termination Date:
JOB CONTROL (FUNCTION CODE 330)
All materials testing task and technician quality assurance management
2
40
0
0
42
Quality control oversight over technical field resource during construction phase tasks
80
650
730
Field sampling and testing technician assigned, Level 1A and 1B
0
Field sampling and testing technician assigned part time
0
Report preparation, documentation review, and delivery to project staff and files
2
5
10
80
97
0
HOURS SUB -TOTALS
4
45
0
0
90
650
0
0
0
0
0
0
80
869
CONTRACT RATE
$201.50
$193.75
$161.20
$102.30
$102.30
$86.80
$62.00
$83.70
TOTAL LABOR COSTS
$806.00
$8,718.75
$0.00
$0.00
$9,207.00
$56,420.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$6,696.00
$81,847.75
SUMMARY
TOTAL LABOR COSTS (SR)
$81,847.75
TOTAL OTHER DIRECT EXPENSES
$12,005.00
TOTAL FOR MATERIALS & TESTING (UC)
$30,161.00
MATERIALS & TESTING GRAND TOTAL
$124,013.75
Page 4 of 6 Exhibit D
DocuSign Envelope ID: 161DACC5-00AA-4E16-A6E8-377DB4BA7312
Sub -Provider: HVJ Associates
CSJ:
Highway: Smith Ranch Road
EXHIBIT D - FEE SCHEDULE
METHOD OF PAYMENT: SPECIFIED RATE
OTHER DIRECT EXPENSES
QUANTITY
UNIT
FIXED/MAX
RATE
TOTAL
Lodging/Hotel - Taxes and Fees
day/person
Max
$ 25.00
$ 0.00
Lodging/Hotel (Taxes/fees not included)
day/person
Max
$ 83.00
$ 0.00
Meals (Excluding alcohol & tips) (Overnight stay required)
day/person
Max
$ 41.00
$ 0.00
Mileage
4000
mile
Fixed
$ 0.58
$ 2300.00
Rental Car Fuel
day
Max
$ 25.00
$ 0.00
SUV or ATV Rental (Includes taxes and fees; Insurance costs will not be reimbursed)
day
Max
$ 100.00
$ 0.00
Construction Truck (Includes operation, and maintenance costs; Insurance costs will not be reimbursed)
5
day
Fixed
$ 80.00
$ 400.00
Construction Truck (Includes operation, and maintenance costs; Insurance costs will not be reimbursed)
2
month
Fixed
$ 1,500.00
$ 3000.00
Construction Truck 4X4 (Includes operation and maintenance costs; Insurance costs will not be reimbursed)
1
day
Max
$ 125.00
$125.00
Construction Truck 4x4 (Includes operation and maintenance costs; Insurance costs will not be reimbursed)
1
month
Max
$ 1,600.00
$ 1600.00
Rental Car Fuel
gallon
Max
$ 3.75
$ 0.00
Rental Car (Includes taxes and fees; Insurance costs will not be reimbursed)
day
Max
$ 50.00
$ 0.00
Air Travel - In State - Short Notice (Coach)
Rd Trip/person
Max
$ 400.00
$ 0.00
Air Travel - In State - 2+ Wks Notice (Coach)
Rd Trip/person
Max
$ 300.00
$ 0.00
Air Travel - Out of State - 2+ Wks Notice (Coach)
Rd Trip/person
Max
$ 500.00
$ 0.00
Air Travel - Out of State - Short Notice (Coach)
Rd Trip/person
Max
$ 650.00
$ 0.00
Taxi/Cab fare
each/person
Max
$ 50.00
$ 0.00
Parking
0
day
Max
$ 20.00
$ 0.00
Toll Charges
0
each
Max
$ 2.00
$ 0.00
Standard Postage
letter
Fixed
$ 0.49
$ 0.00
Certified Letter Return Receipt
each
Fixed
$ 4.55
$ 0.00
Overnight Mail - letter size
each
Max
$ 15.00
$ 0.00
Overnight Mail - oversized box
each
Max
$ 30.00
$ 0.00
Courier Services
each
Max
$ 25.00
$ 0.00
Photocopies B/W (11" X 17")
each
Fixed
$ 0.20
$ 0.00
Photocopies B/W (8 1/2" X 11")
each
Fixed
$ 0.10
$ 0.00
Photocopies Color (11" X 17")
each
Fixed
$ 0.74
$ 0.00
Photocopies Color (8 1/2" X 11")
each
Fixed
$ 0.40
$ 0.00
Digital Ortho Plotting
sheet
Fixed
$ 1.25
$ 0.00
Plots (B/W on Bond)
per sq. ft.
Fixed
$ 0.50
$ 0.00
Plots (Color on Bond)
per sq. ft.
Fixed
$ 1.00
$ 0.00
Plots (Color on Photographic Paper)
per sq. ft.
Fixed
$ 4.00
$ 0.00
Color Graphics on Foam Board
square foot
Fixed
$ 4.00
$ 0.00
Presentation Boards 30" X 40" Color Mounted
each
Max
$ 65.00
$ 0.00
Report Printing
each
Max
$ 25.00
$ 0.00
Report Binding and tabbing
each
Fixed
$ 4.25
$ 0.00
Notebooks
4
each
Max
$ 5.00
$ 20.00
Reproduction of CD/DVD
each
Max
$ 3.00
$ 0.00
CDs
each
Fixed
$ 1.00
$ 0.00
4"x6" Digital Color Print
picture
Fixed
$ 0.25
$ 0.00
Hazardous Materials Database Search
per search
Max
$ 300.00
$ 0.00
Railroad - Flagger (Service provided by RR)
hour
Max
$ 60.00
$ 0.00
Railroad - Insurance in addition to STD Minimum Required (Minimum coverage of $1 Million required by RR.)
each
Max
$ 3,000.00
$ 0.00
Railroad - Permit
each
Max
$ 500.00
$ 0.00
Railroad - Safety Training (If required - Heavy Rail Safety Training Certificate, includes classroom training and employee certification card.)
Per Person
Max
$ 150.00
$ 0.00
Traffic Control Services, Arrow Boards and Attenuator trucks - Large Project (Includes labor, equipment and fuel)
day
Max
$ 2,000.00
$ 0.00
Traffic Control Services, Arrow Boards and Attenuator trucks - Medium Project (Includes labor, equipment and fuel)
day
Max
$ 1,375.00
$ 0.00
Traffic Control Services, Arrow Boards and Attenuator trucks - Small Project (Includes labor, equipment and fuel)
day
Max
$ 1,000.00
$ 0.00
Attenuator trucks - (Lane/Shoulder Closure) (Includes labor, equipment and fuel)
day
Max
$ 400.00
$ 0.00
Attenuator trucks - (No Lane Closure) (Includes labor, equipment and fuel)
day
Max
$ 250.00
$ 0.00
Portable Message Board
day
Max
$ 200.00
$ 0.00
Law Enforcement/Uniform Officer (including vehicle)
hour
Max
$ 50.00
$ 0.00
Boat with Motor
day
Max
$ 200.00
$ 0.00
Cellular Telephone & Data Plan
8
each/month
Max
$ 120.00
$ 960.00
Wireless Router/Server
month
Max
$ 30.00
$ 0.00
Laptop Computer/IPad and data plan
8
each/month
Max
$ 200.00
$ 1600.00
Desktop & Microcomputer w/Plotter-each/month
sheet
Max
$ 32.50
$ 0.00
Mobilization/Demobilization Laboratory
each
Max
$ 2,000.00
$ 0.00
AASHTO Accreditation Aggregates Laboratory
each
Max
$ 6,500.00
$ 0.00
AASHTO Accreditation Hot Mix Laboratory
each
Max
$ 7,500.00
$ 0.00
AASHTO Accreditation Soil Laboratory
each
Max
$ 6,500.00
$ 0.00
CCRL Accreditation
each
Max
$ 11,000.00
$ 0.00
Equipment Calibration
each
Max
$ 1,000.00
$ 0.00
Office Trailer Rental
each
Max
$ 500.00
$ 0.00
GPS Receiver (rates applied to actual time GPS units are in use)
hour
Max
$ 20.00
$ 0.00
SharePoint License Fee and Server
each/month
Max
$ 800.00
$ 0.00
Personal Protective Equipment (hat, vest, gloves, boots, hearing prot., glasses & fall protection (Lanyards, Harnesses) one time only
4
per employee
Max
$ 500.00
$ 2000.00
Safety Lights for Leased/Owened Vehicle (One time only)
each
Max
$ 1,000.00
$ 0.00
TOTAL OTHER DIRECT EXPENSES
$ 12,005.00
Page 5 of 6 Exhibit D
DocuSign Envelope ID: 161 DACC5-00AA-4E16-A6E8-377DB4BA7312
Sub -Provider: HVJ Associates
CSJ:
Highway: Smith Ranch Road
EXHIBIT D - FEE SCHEDULE
METHOD OF PAYMENT: SPECIFIED RATE
SERVICES TO BE PROVIDED
TEST CODE
QUANTITY
UNIT
RATE
Cost
sieve Analysis or rine ana Coarse Aggregate
TEX 401-A
16
each
65.00
5 1,040.00
Air Content of Freshly mixed Concrete by the Volumetric Method
ASTM C 173
Hrly
$ -
Air Content ot Freshly mixed Concrete by the Pressure Method
ASTM C 231
Hrly
$ -
Slump ot Hydraulic Cement Concrete
ASTM C 143
Hrly
$ -
Unit Weight, yield, and Air content ot Concrete
ASTM C 138
Hrly
$ -
Making and Curing Concrete I est Specimens
ASTM C 31
Hrly
$ -
Flexural Strength of Concrete Using Simple Beam Third -Point Loading
ASTM C 78
1
each
25.00
$ 25.00
of s
-
Surveying and Sampling Soils for Highways (TxPAV or NICET Certified Technician Time)
Tex -100-E
Hrly
$ -
Preparing Soil and Flexible Base Materials for Testing (TxPAV or NICET Certified Technician Time)
Tex -101-E
Hrly
$ -
Determining Moisture Content in Soils Materials
Tex -103-E
2
each
12.00
$ 24.00
Determining Liquid Limits of Soils
Tex -104-E
8
each
35.00
$ 280.00
Determining Plastic Limit ot Soils
Tex -105-E
8
each
28.00
$ 224.00
Determining the Bar Linear Shrinkage of Soils
Tex -107-E
3
each
60.00
$ 180.00
Determining the Specific Vravity of Soils
Tex -108-E
1
each
45.00
$ 45.00
Particle Size Analysis of Soils
Tex -110-E
1
each
50.00
$ 50.00
Determining the Amount of Material in Soils Finer than the 75 m (No. 200) Sieve
Tex -111-E
8
each
45.00
$ 360.00
Laboratory Compaction Characteristics and Moisture -Density Relationship of Base Materials
Tex -113-E
6
each
200.00
$ 1,200.00
Laboratory Compaction Characteristics and Moisture -Density Relationship of Subgrade, Embankment Soils and Backfill Materials
Tex -114-E
8
each
190.00
$ 1,520.00
Field Method for Determining In -Place Density of Soils and Base Materials
Tex -115-E
Hrly
$ -
Ball Mill Method for Determining In -Place Density of Soils and Base Materials
Tex -116-E
3
each
220.00
$ 660.00
I naxial Compression tor Disturbed Soils and Base Materials
Tex -117-E
3
each
1,600.00
$ 4,800.00
Soil -Cement I esting
Tex -120-E
1
each
350.00
$ 350.00
Soil -Lime I esting (4 points) (/o lime determination)
Tex -121-E
4
each
225.00
$ 900.00
Determining Soil pH
Tex -128-E
1
each
28.00
$ 28.00
Measuring the Resistivity ot Soil Materials
Tex -129-E
1
each
75.00
$ 75.00
Slurry I esting
Tex -130-E
Hrly
0.00
$ -
I exas Cone Penetration
Tex -132-E
each
24.00
$ -
Measuring Thickness of Pavement Layer
Tex -140-E
Hrly
$ -
Determining Sulfate Content in Soils-Colorimetric Method
Tex -145-E
3
each
89.00
$ 267.00
Molding, Testing, and Evaluating Bituminous Black Base Materials
Tex -126-E
2
each
1,400.00
$ 2,800.00
Consolidated Undrained Triaxial Compression Test for Undisturbed Soils (3 points)
Tex -131-E
1
each
75.00
$ 75.00
Soil Organic Content Using UV-Vis Method
Tex -148-E
3
each
89.00
$ 267.00
Standard Compaction Proctor
D-698
1
each
190.00
$ 190.00
Modified Compaction Proctor
D-1557
1
each
200.00
$ 200.00
Cement Content of Freshly Mixed CSS Mixture
D-806
each
350.00
$ -
Comp. Strength of CSS Sample, Including Molding
D-1632 &
D1633
6
each
65.00
$ 390.00
Maximum & Minimum Density (Sands)
D-4254
each
150.00
$ -
$
Bituminous Mixtures
$ -
Sieve Analysis of Fine and Water Absorption of Aggregates
Tex -200-F
2
each
60.00
$ 120.00
Bulk Specific Gravity and Water Absorption of Aggregates
Tex -201-F
2
each
55.00
$ 110.00
Apparent Specific Gravity of Material Finer Than No. 50 (300 pm) Sieve
Tex -202-F
2
each
55.00
$ 110.00
Sand Equivalent Test
Tex -203-F
2
each
75.00
$ 150.00
Design of Bituminous Mixtures
Tex -204-F
1
each
1,800.00
$ 1,800.00
Laboratory Method of Mixing Bituminous
Tex -205-F
Hrly
$ -
Compacting Test Specimens of Bituminous Mixtures
Tex -206-F
1
each
55.00
$ 55.00
Determining Density of Compacted Bituminous Mixtures
Tex -207-F
Hrly
$ -
Test for Stabilometer Value of Bituminous Mixtures
Tex -208-F
1
each
90.00
$ 90.00
Determining Asphalt Content of Bituminous Mixtures by Extraction
Tex -210-F
1
each
165.00
$ 165.00
Theoretical Maximum Specific Gravity of Bituminous Mixtures
Tex -227-F
1
each
80.00
$ 80.00
Determining Asphalt Content from Asphalt Paving Mixtures by the Ignition Method
Tex -236-F
2
each
140.00
$ 280.00
Determining Deleterious Material and Decantation Test for Coarse Aggregates
Tex -217-F
1
each
80.00
$ 80.00
Sampling Bituminous Mixtures
Tex -222-F
Hrly
$ -
Superpave Gyratory Compacting of Test Specimens of Bituminous Mixtures
Tex -241-F
1
each
120.00
$ 120.00
$ -
Aggregates & Concrete
$ -
Sampling Stone, Gravel, Sand and Mineral Aggregates
Tex -400-A
Hrly
$ -
Sieve Analysis of Fine and Coarse Aggregate
Tex -401-A
4
each
65.00
$ 260.00
Fineness Modulus of Fine Aggregate
Tex -402-A
3
each
55.00
$ 165.00
Saturated Surface -Dry Specific Gravity and Absorption of Aggregates
Tex -403-A
3
each
60.00
$ 180.00
Determining Unit Mass (Weight) of Aggregates
Tex -404-A
3
each
60.00
$ 180.00
Determining Percent voids and solids in Aggregates
Tex -405-A
3
each
22.00
$ 66.00
Materials Finer than No. 200 in miniral aggregates (Decantation test for concrete aggregates)
Tex -406-A
4
each
55.00
$ 220.00
Sampling Freshly Mixed Concrete
ASTM C-172
Hrly
$ -
Organic Impurities in Fine Aggregate for Concrete
Tex -408-A
5
each
55.00
$ 275.00
Free Moisture and Water Absorption in Aggregate for Concrete
Tex -409-A
2
each
40.00
$ 80.00
Abrasion of Coarse Aggregate Using the Los Angeles Machine
TEX410-A
8
each
175.00
$ 1,400.00
Soundness of Aggregate Using Sodium Sulfate or Magnesium Sulfate (5 cycles)
Tex -411-A
8
each
200.00
$ 1,600.00
Determining Deleterious Material in Mineral Aggregate
Tex -413-A
3
each
70.00
$ 210.00
Air Content of Freshly Mixed Concrete by the Volumetric Method
ASTM C-173
Hrly
$ -
Slump of Portland Cement Concrete
ASTM C-143
Hrly
$ -
Air Content of Freshly Mixed Concrete by the Pressure Method
ASTM C-231
Hrly
$ -
Unit Weight, Yield, and Air Content (Gravimetric) of Concrete
ASTM C-138
Hrly
$ -
Compressive Strength of Cylindrical Concrete Specimens
TEX-418A
250
each
23.00
$ 5,750.00
Splitting Tensile Strength of Cylindrical Concrete Specimens
Tex -421-A
1
each
42.00
$ 42.00
Measuring Temperature of Freshly Mixed Portland Cement Concrete
ASTM C-1064
Hrly
$ -
Determining Pavement Thickness by Direct Measurement
Tex -423-A
Hrly
$ -
Obtaining and Testing Drilled Cores of Concrete
ASTM C-42
4
each
100.00
$ 400.00
Determining Compressive Strength of Grouts
Tex -442-A
4
each
22.00
$ 88.00
Making and Curing Concrete Test Specimens
ASTM C-31
Hrly
$ -
Flexural Strength of Concrete Using Simple Beam Third -Point Loading - Same test as line 56 above
ASTM C-78
1
each
30.00
$ 30.00
Capping Cylindrical Concrete Specimens
ASTM C-617
0
Hrly
$ -
Capping Cylindrical Concrete Specimens
ASTM C-617
0
Hrly
$ -
Determining Crushed Face Particle Count
Tex -460-A
1
each
55.00
$ 55.00
Fine or Coarse Aggregate Angularity
1
each
25.00
$ 25.00
Flat and Elongated Particles
1
each
25.00
$ 25.00
Total
$ 30,161.00
++ Testing to be performed in the field by the technician, see specified Rate schedule for payment.
Page 6 of 6
Exhibit D
DocuSign Envelope ID: 161 DACC5-00AA-4E16-A6E8-377DB4BA7312
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1 of 1
Complete Nos. 1 - 4 and 6 if there are interested parties.
Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties.
OFFICE USE ONLY
CERTIFICATION OF FILING
Certificate Number:
2023-1036769
Date Filed:
06/20/2023
Date Acknowledged:
1 Name of business entity filing form, and the city, state and country of the business entity's place
of business.
HDR Engineering, Inc.
Houston, TX United States
2 Name of governmental entity or state agency that is a party to the contract for which the form is
being filed.
City of Pearland
3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
TR1501
Construction Management and Inspection Services for Smith Ranch Road Extension
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
HDR, Inc.
Omaha, NE United States
X
Keen, Eric
Omaha, NE United States
X
Meysenburg, Galen
Omaha, NE United States
X
LeCureux, David
Omaha, NE United States
X
McLaughlin, Thomas
White Plains, NY United States
X
Henderson, John
Omaha, NE United States
X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is David C. Weston , and my date of
birth is
,
My address is 4828 Loop Central, Suite 800 , Houston , TX
77081 , US .
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Harris Texas 21st June 23
Executed in County, State of , on the day of , 20 .
(month) (year)
Signature ofauthorizedorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission
www.ethics.state.tx.us
Version V3.5.1.a18ea2ca
Contract No.
ATTACHMENT C
SERVICES TO BE PROVIDED BY THE ENGINEER
The Engineer shall perform the following tasks by function code as outlined below:
FUNCTION CODE 130
RIGHT OF WAY AND UTILITY COORDINATION
1) Verify that utilities that were re -located for this project have been moved to a location that
will not inhibit the construction of the project.
2) Coordinate with private utilities any issues that arise during the utility relocation
investigation.
3) Verify right of way agreements with adjacent landowners are in -place prior to construction.
a) Review landowner agreements for inclusion during construction.
FUNCTION CODE 145
MANAGEMENT OF CONTRACT
1) Prepare monthly progress report for City Project Manager. Report to include:
a) Work that has been completed since last monthly report.
b) Upcoming work on the project.
c) Issues that have been resolved and new issues that have come up since the last monthly
report.
d) Contractors' personnel onsite and sub -contractors onsite.
e) Relevant photos of work completed onsite.
2) Develop internal project schedule to assist in project staffing.
3) Meet with members of City Project Management staff and TXDOT staff on regular basis.
4) Coordinate project issues with Contractor, City Project Manager, TxDOT and other
stakeholders — document these discussions and decisions.
FUNCTION CODE 166
CONSTRUCTIBILITY REVIEW
1) Review plan set designed by others for constructability and that the project is constructable.
2) Complete a bid item quantity take -off to verify the quantity of bid items to be used on the
project.
3) Review the project specifications
a) Verify that items listed in bid tab have an associated specification.
Engineering-Engineering_SpecDelwWA.doc Attachment 0-1 Page 1 of 8
Contract No.
b) Compare any TxDOT specifications with applicable City of Pearland specifications.
4) Make site visits to verify that items in field are properly shown on plan sheets.
5) Prepare a document with findings from the Constructability Review. This document to be
submitted to the Engineer of Record for their consideration to incorporate into the plan
documents.
a) Verify and work with FOR regarding incorporating items noted in review into plan set.
FUNCTION CODE 309
DESIGN CONFIRMATION, CHANGES AND ALTERATIONS
1) Utilize the City's Construction Management software system to: receive, route, track and log
Contractor communications, Submittals, Change Orders, RFI's, Pay Applications and Citizen
Complaint/Resolution Log; communicate with Contractor the status of submittal reviews;
review submittal and RFI's to verify that timely responses are provided; notify City Project
Manager, Contractor and Design Engineer of time critical issues.
a) Respond to RFI's when such response does not require the Engineer's opinion or expertise
or direction from City.
b) Assemble and maintain notes, comments, sketches and supportive data relative to the
Project to facilitate the revision of drawings to conform to the final as -built conditions.
Review Contractor's record keeping periodically to ensure completeness, timeliness and
progress.
2) Prepare and issue request for proposals in a timely manner. Review RFP and contractor
proposal for additional work with City Project Manager and Design Engineer for approval.
Record the status of RFP and Responses from Contractor, City and Design Engineer and
verify they are logged and tracked in the City's construction management software system.
3) Provide recommendation on technical matters as an advocate for the City. Evaluate
Contractor's response/proposal for merit, cost, time, accuracy and price practicality.
Negotiate with Contractor on City's behalf, if required.
4) Prepare Change Order and documentation including signatures of Contractor, Engineer and
Construction Manager for delivery to City.
FUNCTION CODE 310
PROJECT SUPERVISION
1) Act as the City's on -site representative administering the contract for construction and
Engineering-Engineering_SpecDelwWA.doc Attachment 0-1 Page 2 of 8
Contract No.
providing overall project oversight, maintain record of decisions and changes made.
Services provided will suppOlt the City's efforts to comply with TxDOT Local
Government Project Procedures (LGPP). Construction Manager will utilize Chapter 9 of
TxDOT LGPP in supporting the City.
2) Meetings: Schedule and conduct construction progress meetings; record minutes from
construction progress meetings and distribute via City's software system to: City Project
Manager, Design Engineer and contractor throughout the duration of the project.
a) Schedule meetings every two weeks, minimum, to review the following: work
progress and schedule, outstanding issues, status of submittals and responses, shop
drawings, unforeseen issues, and changes to the work.
(1) Coordinate additional meetings as necessary to discuss and resolve problems and
provide guidance in a timely manner.
(2) Coordinate/monitor the following: utility relocation activities for compliance,
utility installation verification, rep01 iing, record management and as -built
drawings.
(3) Attend all utility coordination, construction, and scheduling meetings.
(4) Obtain copy of ROW permit and prints from Public Works in order to monitor
progress of utility relocation per permit/plan.
3) Construction Contract Administration
a) Project final documentation is required in electronic/digital format, utilizing City's
software system as is feasible.
(1) As field problems arise, notify the Design Engineer and City Project Manager of
proposed solutions to resolve problems.
(2) Review and update as -built documents regularly with contractor.
(3) Monitor and confirm adherence to approved project baseline schedule. Review
contractor's schedule monthly, confirm compliance with City's intended schedule,
and provide recommendations as needed to retain and regain schedule if needed.
(4) Recommend alternate project sequencing/scheduling to keep project on schedule.
(5) Prepare monthly summary report of construction activities with outstanding issues
outlined for review. Monthly progress info lmation associated with the project will
be submitted to the Project Manager for review and approval.
(6) Record weather conditions on jobsite daily.
4) Coordinate work of contractor with external agencies and utility companies. Coordinate
Engineering-Engineering_SpecDelwWA.doc Attachment 0-1 Page 3 of 8
Contract No.
contractor's operations with other City contracts and construction as well as with property
owners for planned service outages, street closures, and access control issues to properties
including notifications.
a) Confirm construction conformance and compliance with TCEQ, NOI and NOT.
b) Confirm construction conformance with permitted activities such as: City of Pearland permits,
U.S. Army Corps of Engineers permits, TxDOT roadway permits, and any Railroad
agreements.
5) Maintain records of decisions, actions and activities with regard to construction operations
via the City's software system (i.e. Change Orders, RFI's and responses, Submittals and
responses, Request for Proposals, correspondence, SWPPP inspections.)
FUNCTION CODE 320
INSPECTION OF WORK IN PROGRESS AND PROJECT RECORDS
1) Provide full-time on -site technical observation of Contractor's activities to confirm that
work materials, structures, equipment and workmanship comply with the Contract
Documents including Addenda, and Change Orders. Report on whether Contractor
maintains good construction practices and professional standards prevailing in the local
City, County, and State of Texas. Utilize City's software system for all inspection reports.
a) Notify the City Project Manager if Contractor's work that is observed is not in
compliance with the Contract Documents or specifications. Notify the City Project
Manager and Design Engineer of Contractor's failure to take measures to repair and bring
work in compliance.
(1) Issue Advisory Notices to Contractor for observed work that is not in compliance
with approved construction documents.
(2) Issue Non -Compliance Reports to Contractor if non -conforming work is not
brought into compliance or if plan of action to bring work into compliance is not
conducted in timely manner.
(3) Inspect and observe the materials and equipment being incorporated into the work
to verify that they are handled, stored and installed in accordance with the
Contract Documents and specifications. Report to the City Project Manager
regarding these activities.
2) Identify, record and notify Design Engineer of known problems or failures to meet
performance requirements in a timely manner to minimize delay in the progress of the project.
Engineering-Engineering_SpecDelwWA.doc Attachment 0-1 Page 4 of 8
Contract No.
Make recommendation(s) for appropriate solution to the City Project Manager and Design
Engineer.
3) Prepare and maintain daily progress log or daily construction reports, photographs,
records and track quantities installed that day utilizing the City's software system.
4) Confirm that contractor reviews and approves daily reports and quantities.
5) Confirm contractor has obtained necessary permits and is maintaining Traffic Control,
public notification and Storm Water Pollution Prevention Plans, facilities, equipment or
arrangements in accordance with contract documents.
6) Attend and participate in progress meetings.
7) Create contacts for your record for: names, addresses, telephone numbers and email of
project contractors, subcontractors, sub consultants and major suppliers of material and
equipment; store in City's software system.
8) Immediately notify the City Project Manager and Design Engineer in the event of an on -
site accident. Record and note conditions, activities and witnesses to the event.
a) Maintain Resolution Log and respond to citizen complaints in software system.
9) Consult with City Project Manager and Design Engineer in advance of scheduled major
work operations, tests, inspections or start of important phases of project.
10) Pay applications will be generated by the City's software system based on quantities
approved in the daily reports. Review and confirm quantities provided by contractor for
work performed.
a) Review work conducted daily on daily inspection reports and material installed
(1) measurements submitted by contractor; verify work conducted and bid item
quantities via City's software system; meet monthly to review pay estimate and
quantities with contractor
b) Review progress pay application with Design Engineer for approval or revision prior
to submittal to City.
(1) Finalize pay application with signatures from Contractor, Engineer and
Construction Manager certifying quantities and amounts via City's
software system.
(2) Notify City Project Manager when all electronic signatures are completed in the
City's software systemfor invoice processing.
Engineering-Engineering_SpecDelwWA.doc Attachment 0-1 Page 5 of 8
Contract No.
(3) Track and record requests for rain or other delays with potential to add to
Contract Time in Daily Reports in City's software system.
(4) Provide an independent quantity forecast bid items to identify potential quantity
over -runs as part of pay estimate review.
c) Upon completion of the work, prepare a final progress payment including a balancing
change order zeroing out all unused quantities utilizing City's software system. Identify
and add additional quantities and make any approved changes to the Contract Time.
(1) Review and coordinate with Design Engineer to provide Engineer's
recommendation for Substantial Completion or Final Acceptance. (See Close-out
Section)
FUNCTION CODE 330
JOB CONTROL
1) Coordinate testing laboratory activities with Contractor's activities. Review test reports for
compliance with Contract Documents. Log, track and retain test reports in City's software
system. Review results with Contractor. Monitor and record corrective action(s) and/or re-
testing for compliance. Confirm compliance with City's specifications
a) Review lab test reports and log any failures.
b) Review Invoicing from Laboratory to daily activities.
2) Coordinate and communicate on work involving Brazoria County Drainage District No. 4
(BDD4) and work within their property boundaries.
FUNCTION CODE 352
FINAL CONSTRUCTION DOCUMENTS
1) Provide list for substantial completion walk through/inspection. Schedule and conduct project
walk through upon receipt of Contractor's notification of substantial completion. Include City
Project Manager, FOR and others as directed. Prepare a list of non -conforming work based on
visual inspections. Record and monitor contractor's corrective efforts and schedule. Schedule
final completion inspection for any remaining corrections.
2) Coordinate and obtain Design Engineer's signature and seal on Substantial Completion
certificate and Final Completion and Acceptance certificate.
3) Review and compile any Operation and Maintenance documents required from the
Engineering-Engineering_SpecDelwWA.doc Attachment 0-1 Page 6 of 8
Contract No.
Contractor forward to Engineer for review. Upload and/or verify that Contractor's closeout
documents are uploaded to Construction Management Software.
4) Review for completeness and accuracy, including; affidavits of final payment, final pay
estimates, as built records, redlines and drawings. Once received, notify the Design
Engineer and City Project Manager when completed.
a) Upon completion of close out items, provide recommendation for City's Substantial
Completion/Final Acceptance certificate.
b) Provide indexed project files, redline plans and as -built or record drawings to City via
City's software system.
5) Conduct Project Close -Out Meeting.
6) Prepare and recommend final payment application. (Prepare job record logs transmittals, and
correspondence reports in an organized file for delivery to City.)
7) Consult with City on any potential Warranty items requiring repair or replacement.
8) Schedule, arrange and coordinate a One Year Walk-through of the project to review
status of the work 30 days prior to expiration of the One Year Maintenance period.
9) Provide staff to conduct and participate in the warranty inspections.
a) Prepare list of non -conforming work for presentation to the City Project Manager, Design
Engineer and Contractor via City's software system.
i) Oversee repairs for non -conforming work with Contractor.
ii) Submit final report on completed warranty repairs.
FUNCTION CODE 390
CONSTRUCTION ENGINEERING NOT OTHERWISE CLASSIFIED
1) Chair Pre -Construction Meeting
a) Schedule and conduct the pre -construction meeting; record and disseminate minutes
from pre -construction meeting.
(1) Set communications protocol and contract administration procedures, establish
progress meeting schedule and submittal schedule.
(2) Provide agenda for meeting: Key milestone dates, pay application procedures,
schedule, public notification issues and procedures, utility coordination issues,
traffic control, pelmitting, property owner notification and coordination,
temporary facilities, contractor's use of Construction Management Software
etc.
Engineering-Engineering_SpecDelwWA.doc Attachment 0-1 Page 7 of 8
Contract No.
2) Consultant's observation or monitoring portions of the work performed under construction
contracts shall not relieve construction contractor(s) from responsibility for performing work
in accordance with applicable contract documents. Consultant shall not control or have
charge of, and shall not be responsible for, construction means, methods, techniques,
sequences, procedures of construction, health or safety programs or precautions connected
with the work and shall not manage, supervise, control or have charge of construction.
Consultant shall not be responsible for the acts or omissions of construction contractor(s) or
other parties on the project.
Engineering-Engineering_SpecDelwWA.doc Attachment 0-1 Page 8 of 8
Prime Provider: HDR
CSJ:
Highway: Smith Ranch Road
EXHIBIT D - FEE SCHEDULE
METHOD OF PAYMENT: SPECIFIED RATE
SUMMARY
PRIME PROVIDER NAME: HDR
CSJ: 0912-31-293
HIGHWAY: Smith Ranch Road
SUBTOTALS
Prime Provider
(HDR)
Subprovider
Materials &
Testing (HVJ
Associates)
FC 130
(130)
Direct Labor Cost
$ 11,527.61
$ 11,527.61
Fixed Fee/Profit
$ 1,152.76
$ 1,152.76
nOther Direct Expense
$ -
FC 145
(145)
Direct Labor Cost
$ 26,647.71
$ 26,647.71
Fixed Fee/Profit
$ 2,664.77
$ 2,664.77
Other Direct Expense
FC 166
(166)
Direct Labor Cost
$ 66,733.55
$ 66,733.55
Fixed Fee/Profit
$ 6,673.35
$ 6,673.35
Other Direct Expense
FC 309
(309)
Direct Labor Cost
$ 67,739.88
$ 67,739.88
Fixed Fee/Profit
$ 6,773.99
$ 6,773.99
Other Direct Expense
FC 300
(310)
Direct Labor Cost
$ 69,416.18
$ 69,416.18
Fixed Fee/Profit
$ 6,941.62
$ 6,941.62
nOther Direct Expense
$ -
FC 300
(320)
Direct Labor Cost
$ 451,470.96
$ 451,470.96
Fixed Fee/Profit
$ 45,147.10
$ 45,147.10
Other Direct Expense
$ 29,775.00
$ 29,775.00
FC 300
(330)
Labor (Include Overhead and Profit)
$ 106,997.15
$ 25,149.40
$ 81,847.75
Unit Cost/Material Testing
$ 32,675.94
$ 2,514.94
$ 30,161.00
Other Direct Expense
$ 12,005.00
$ 12,005.00
FC 300
(352)
Direct Labor Cost
$ 13,952.23
$ 13,952.23
Fixed Fee/Profit
$ 1,395.22
$ 1,395.22
Other Direct Expense
FC 300
(390)
Direct Labor Cost
$ 21,915.62
$ 21,915.62
Fixed Fee/Profit
$ 2,191.56
$ 2,191.56
Other Direct Expense
GRAND TOTALS * SEE ASSUMPTIONS
$ 983,797.20
$ 859,783.45
$ 124,013.75
(DBE %)
12.61%
Assumptions To Develop Maximum Fee Payable Under This Work Authorization:
1. Schedule
• Project is 204 working days, 11 months long would include rain days
Page 1 of 6 Exhibit D
Icier HOP.
.�way=m1,11wnRoad
MOTO FEE SCHEDULE
Labor.. Per Hour •8.53,44 Rate
41+5. • 3103.0.10.0.413
0615/ mo<E.xn
u6mEe:.ee,g
uem�44we3�«5.emn
Prepare Lady Aereemerm
03005 91005 6100 5
54.00 4300 5
08,00 5
.00 5 65.00 5 4900 5 33.00
4222 5 48.08
16
0.301.30or Cost
Dive cen•gx.. •+.0408 .4.44)1.1:89
3Fxn
38600 5 360.00 s - s s s s s .A0 s 392. s
2,560.00
5
5 ,.661464
3347.
5. $ 937.96 5- s - s s s s1,335.38 $ 3050.76 5
5 s 9180 5
10008
33433
5 4,2x..
s
5 0.655.36
•
TOTAL LABOR COST
,,065.39 5 403.76 $ 1.7.92 $ 410014 $
5 970.10
01124.47
.145 (145, • 410.5x. cONTR.cTEmO.uTEu RE
Prepare Mostly Progress Repeals
Develops's] Maintain Project Schedtle
10
20
20
10
Document Phone Cells
5.34.1 Labor Noun
175
3.325.00 5 2,76800 s
2,46000 s s 920.00 5
5 1035530
Cost •OH 4I• 1.3488 .0. 1 • tax
P'.iel
Rod eel+0ro
TOTAL ..903 COST
65
e5 703.475
9,322.x4 5 3,0010 $
6,27,055 5
627.01
s
6,0030 $ 5 337939 5
33433
$ x9,3,xaa
•
Plan Feasibility 103,.
Estate. of Otentlest °urn Take off
Specitmation Review anti dd8wr30.,o.
SIM Visits to review items a n pare
Propare Plan Review DetecmhationDocarnant
30
30
16
16
133
mµ00
335
Oinct La. Cost
c®1.8. •1.1.0488 x04411 • tax
Me.
6.040.00 5 ,,.776.00 s
338600 s
5 21,89300
4,864.0
nod Fe...
TOTAL LABOR COST
17.3 95 30,014.67 5
e5 300137 5
. s
19,12737 5 33406.14 $ - 5 5 9,13600 $
1,092.50
33433
$ 5530.52
5 5,58035
$ 61,359.37
•
5 10,914.03
$ 13,01753
FC ,091x0. • 9ye., v.3.0engwAa
Rests, of Submittals
Review r9 Replying m RAs
Pam. Orders
75
65
10
30
20
Enimete Co.
Provide
16
160
10
100
Divel c®1•ex •1.1.008.134.1 • tax
43,44,
3.04.1
Rod e...
TOT. .3444 COST
x5}00.00 5 5,050.0 $ 620.00 5
540.00 5 2,460.0 5
65 775 1,37635 5 6,170. 5
e5 1383695 155.48 s
137 64
5
627.01
s
4x,51.5. 5 1413662 $ .7,0.x5 $ .x99 $ 6,00,06 $
$ 23370.00
33433
$ 66,92335
3,072.00
•
7,595.03
200.. • GENERAL FUNCTION
40
10
100
Wont Schedtle Review To Include P.R.
20
ID
Mme Impact/10777s
ID
30
100
Project Porresponessue
140
ID
10
10
0.a144bor cost • OH . • 1.5x01841441 + • .50.
3.4.1 Labor Cost
9,500.00 $ 2,57600
25488 25480
895 656571s
3,28000 5
00 s
43x.83 5
x 5
20325.06
$ 17,33600
5535.30
23461
5 25,57736
5 2,507.73
5 27.399
.0
TOT311-0903 COST
3,43336 5 65057 5
6.634.6 $ 7,00.21 5
836.03 5
9,.6.07 5
35.73 5 168.21
135033
5 2233352
$
6 nxx
Fc 300(x01 • GEN.. nNlcne.
80
140
160
Pro3c,... 74 Inclukt 30
non. Pro.. Fay Es..6
30 10
re...5µimng ID
100
160
3.04.4114.0.14eure 14.
5 0.550.00 5 12,88000 s
s 338600 s 900.00 s 920.00 5
1,930 1.40
.2,8x00 s 42.120.00 s 5,096.80 5
53000
33433
Divel c®1.8x •. • 1.88 • tax
Me.
Rod .0034
TOTAL .303 COST
25 338265
s
23,97.6 5 36,1.39 $
52 5
5
036 . 5 339 39 s 49 5
$ 9,13600 $ 33235. 5 337999 5
21561
176,005.77 5 97,605.73 5 30 5
00 5 9,460575 1,32448 5
303,60035 5 ..05630 $ .3x23 5
5 5.76132
$ 73351.63
•
$ 333,95.30
5
5
422,23533
FC ,001:x01 • GENERAL FUNCTION
1.0 18[04)
20
8.1,6611.7.11oure 15
03•0113...5 1,710.00 $ 00
0.011.3. Cost •OH +• .500x41.1+•.5.
..1
6.4.1 Labor Cost
Fmed F«110..1 4.. $ 562.78 5
1.3A1L4608 cam 5 4.29430 $ 6,19033 5
25488 25480
45 5 5.627.75 418.00 5
25488 25488
3810.00 5 1,040.00 5 1,684.80 $
$ 3053.00
2.61 2.61 2461 2.61
,02 5 333594 s 3,78423 5
,0,40420
14,74530
1,47452
6319.73
4180 5
69.00 5
862.50 5
9,487.53 5 3569,53 5 316365 5
$
5
11,0461
20
16
16
con•g. •1.1.5x00.4, • .5.
IF.nI
3,.0.00 $ 1.00
25488 25480
01 5 46898 s
005
25488 25488
306.60 5 - 1x.6 5
5 2,544.05
2.61 2.61 2461 2.61
,02 5 37832 5
5 324.29
5
2,464.43
22461
6,70344
57034
Mod eel+0x1
303..6.eemT 5 2353.29 5 515.3e 5
5 37.84 5
6,6733 5 - 5 41.6 5
5 3923.62
Fe ,00(500).85.ENuwn.x.
M .....tree Poor To Gons..00
41ee.gs
10
16
Dismies and .044ms 10
Internal. ExtemalAudet
16
16
1900.00 5 1,0800 s - 5 5 320.00 s
181600 s 72800 s 1.179.36 5
500
eiel
44 00x1
TOTAL LASOP COST
765
27 5 562 78 $ 6360 5
5525.33 $ 61653 5 - 5 5 919.61 $
21.1
895 1,635.165 65
o s 163.52 5 M.5
6,95733 $ 1,73.61 $ x,913.61 $
5
5 .3035
5 13.7.13
5 1367035
Prime Provider: HDR
CSJ:
Highway: Smith Ranch Road
EXHIBIT D - FEE SCHEDULE
METHOD OF PAYMENT: UNIT COST
OTHER DIRECT EXPENSES
QUANTITY
UNIT
FIXED/MAX
RATE
TOTAL
Lodging/Hotel - Taxes and Fees
0
day/person
Max
$ -
Lodging/Hotel (Taxes/fees not included)
0
day/person
Max
$ -
Meals (Excluding alcohol & tips) (Overnight stay required)
0
day/person
Max
$ -
Mileage
12000
mile
Fixed
$ 0.655
$ 7,860.000
SUV or ATV Rental (Includes taxes and fees; Insurance costs will not be reimbursed)
0
day
Max
$ -
Construction Truck (Includes operation, and maintenance costs; Insurance costs will not be reimbursed)
15
day
Fixed
$ 80.00
$ 1,200.000
Construction Truck (Includes operation, and maintenance costs; Insurance costs will not be reimbursed)
(1 truck per month for 10 months)
11
month
Fixed
$ 1,600.00
$ 17,600.000
Construction Truck 4X4 (Includes operation and maintenance costs; Insurance costs will not be
reimbursed)
0
day
Max
$ -
Construction Truck 4x4 (Includes operation and maintenance costs; Insurance costs will not be
reimbursed)
0
month
Max
$ -
Rental Car Fuel
0
gallon
Max
$ -
Rental Car (Includes taxes and fees; Insurance costs will not be reimbursed)
0
day
Max
$ -
Air Travel - In State - Short Notice (Coach)
0
Rd Trip/person
Max
$ -
Air Travel - In State - 2+ Wks Notice (Coach)
0
Rd Trip/person
Max
$ -
Air Travel - Out of State - 2+ Wks Notice (Coach)
0
Rd Trip/person
Max
$ -
Air Travel - Out of State - Short Notice (Coach)
0
Rd Trip/person
Max
$ -
Taxi/Cab fare
0
each/person
Max
$ -
Parking
1
day
Max
$ 10.00
$ 10.000
Toll Charges
100
each
Max
$ 5.00
$ 500.000
Standard Postage
0
letter
Fixed
$ -
Certified Letter Return Receipt
0
each
Fixed
$ -
Overnight Mail - letter size
5
each
Max
$ 25.00
$ 125.000
Overnight Mail - oversized box
1
each
Max
$ 35.00
$ 35.000
Courier Services
1
each
Max
$ 30.00
$ 30.000
Photocopies B/W (11" X 17")
1000
each
Fixed
$ 0.15
$ 150.000
Photocopies B/W (8 1/2" X 11")
2500
each
Fixed
$ 0.10
$ 250.000
Photocopies Color (11" X 17")
800
each
Fixed
$ 1.20
$ 960.000
Photocopies Color (8 1/2" X 11")
1000
each
Fixed
$ 1.00
$ 1,000.000
Digital Ortho Plotting
0
sheet
Fixed
$ -
Plots (B/W on Bond)
25
per sq. ft.
Fixed
$ 1.00
$ 25.000
Plots (Color on Bond)
25
per sq. ft.
Fixed
$ 1.20
$ 30.000
Plots (Color on Photographic Paper)
0
per sq. ft.
Fixed
$ -
Color Graphics on Foam Board
0
square foot
Fixed
$ -
Presentation Boards 30" X 40" Color Mounted
0
each
Max
$ -
Report Printing
0
each
Max
$ -
Report Binding and tabbing
0
each
Fixed
$ -
Notebooks
0
each
Max
$ -
Reproduction of CD/DVD
0
each
Max
$ -
CDs
0
each
Fixed
$ -
4" X 6" Digital Color Print
0
picture
Fixed
$ -
Hazardous Materials Database Search
0
per search
Max
$ -
Railroad - Flagger (Service provided by RR)
0
hour
Max
$ -
Railroad - Insurance in addition to STD Minimum Required (Minimum coverage of $1 Million required by
RR.)
0
each
Max
$ -
Railroad - Permit
0
each
Max
$ -
Railroad - Safety Training (If required - Heavy Rail Safety Training Certificate, includes classroom training
and employee certification card.)
0
Per Person
Max
$
Traffic Control Services, Arrow Boards and Attenuator trucks - Large Project (Includes labor, equipment
and fuel)
0
day
Max
$ -
Traffic Control Services, Arrow Boards and Attenuator trucks - Medium Project (Includes labor, equipment
and fuel)
0
day
Max
$ -
Traffic Control Services, Arrow Boards and Attenuator trucks - Small Project (Includes labor, equipment
and fuel)
0
day
Max
$ -
Attenuator trucks - (Lane/Shoulder Closure) (Includes labor, equipment and fuel)
0
day
Max
$ -
Attenuator trucks - (No Lane Closure) (Includes labor, equipment and fuel)
0
day
Max
$ -
Portable Message Board
0
day
Max
$ -
Law Enforcement/Uniform Officer (including vehicle)
0
hour
Max
$ -
Boat with Motor
0
day
Max
$ -
Cellular Telephone & Data Plan
0
each/month
Max
$ -
Wireless Router/Server
0
month
Max
$ -
Laptop Computer/I Pad and data plan
0
each/month
Max
$ -
Desktop & Microcomputer w/Plotter-each/month
0
sheet
Max
$ -
Mobilization/Demobilization Laboratory
0
each
Max
$ -
AASHTO Accreditation Aggregates Laboratory
0
each
Max
$ -
AASHTO Accreditation Hot Mix Laboratory
0
each
Max
$ -
AASHTO Accreditation Soil Laboratory
0
each
Max
$ -
CCRL Accreditation
0
each
Max
$ -
Equipment Calibration
0
each
Max
$ -
Office Trailer Rental
0
each
Max
$ -
GPS Receiver (rates applied to actual time GPS units are in use)
0
hour
Max
$ -
SharePoint License Fee and Server
0
each/month
Max
$ -
Personal Protective Equipment (hat, vest, gloves, boots, hearing prot., glasses & fall protection (Lanyards,
Harnesses) one time only
0
per employee
Max
$
Safety Lights for Leased/Owened Vehicle (One time only)
0
each
Max
$ -
TOTAL OTHER DIRECT EXPENSES
$ 29,775.00
Page 3 of 6
Exhibit D
Sub -Provider: HVJ Associates
CSJ:
Highway: Smith Ranch Road
EXHIBIT D - FEE SCHEDULE
METHOD OF PAYMENT: SPECIFIED RATE
TASK DESCRIPTION
PROJECT
MANAGER
PROJECT
ENGINEER
ENGINEERING
ASSISTANT
SENIOR
ENGINEER
TECH (Field)
SENIOR
ENGINEER
TECH (Field)(OT)
ENGINEERING
TECH
(Field)
JUNIOR
ENGINEERING
TECH
SENIOR
GEOLOGIST
GEOLOGIST
ENGINEER
TECH
1-A CERT
ENGINEER
TECH
1-B CERT
FIELD
TECH
ADMIN/
CLERICAL
TOTAL
LABOR HRS.
& COSTS
MATERIALS SAMPLING and TESTING SERVICES - HVJ
Work Authorization Termination Date:
JOB CONTROL (FUNCTION CODE 330)
All materials testing task and technician quality assurance management
2
40
0
0
42
Quality control oversight over technical field resource during construction phase tasks
80
650
730
Field sampling and testing technician assigned, Level 1A and 1B
0
Field sampling and testing technician assigned part time
0
Report preparation, documentation review, and delivery to project staff and files
2
5
10
80
97
0
HOURS SUB -TOTALS
4
45
0
0
90
650
0
0
0
0
0
0
80
869
CONTRACT RATE
$201.50
$193.75
$161.20
$102.30
$102.30
$86.80
$62.00
$83.70
TOTAL LABOR COSTS
$806.00
$8,718.75
$0.00
$0.00
$9,207.00
$56,420.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$6,696.00
$81,847.75
SUMMARY
TOTAL LABOR COSTS (SR)
$81,847.75
TOTAL OTHER DIRECT EXPENSES
$12,005.00
TOTAL FOR MATERIALS & TESTING (UC)
$30,161.00
MATERIALS & TESTING GRAND TOTAL
$124,013.75
Page 4 of 6 Exhibit D
Sub -Provider: HVJ Associates
CSJ:
Highway: Smith Ranch Road
EXHIBIT D - FEE SCHEDULE
METHOD OF PAYMENT: SPECIFIED RATE
OTHER DIRECT EXPENSES
QUANTITY
UNIT
FIXED/MAX
RATE
TOTAL
Lodging/Hotel - Taxes and Fees
day/person
Max
$ 25.00
$ 0.00
Lodging/Hotel (Taxes/fees not included)
day/person
Max
$ 83.00
$ 0.00
Meals (Excluding alcohol & tips) (Overnight stay required)
day/person
Max
$ 41.00
$ 0.00
Mileage
4000
mile
Fixed
$ 0.58
$ 2300.00
Rental Car Fuel
day
Max
$ 25.00
$ 0.00
SUV or ATV Rental (Includes taxes and fees; Insurance costs will not be reimbursed)
day
Max
$ 100.00
$ 0.00
Construction Truck (Includes operation, and maintenance costs; Insurance costs will not be reimbursed)
5
day
Fixed
$ 80.00
$ 400.00
Construction Truck (Includes operation, and maintenance costs; Insurance costs will not be reimbursed)
2
month
Fixed
$ 1,500.00
$ 3000.00
Construction Truck 4X4 (Includes operation and maintenance costs; Insurance costs will not be reimbursed)
1
day
Max
$ 125.00
$125.00
Construction Truck 4x4 (Includes operation and maintenance costs; Insurance costs will not be reimbursed)
1
month
Max
$ 1,600.00
$ 1600.00
Rental Car Fuel
gallon
Max
$ 3.75
$ 0.00
Rental Car (Includes taxes and fees; Insurance costs will not be reimbursed)
day
Max
$ 50.00
$ 0.00
Air Travel - In State - Short Notice (Coach)
Rd Trip/person
Max
$ 400.00
$ 0.00
Air Travel - In State - 2+ Wks Notice (Coach)
Rd Trip/person
Max
$ 300.00
$ 0.00
Air Travel - Out of State - 2+ Wks Notice (Coach)
Rd Trip/person
Max
$ 500.00
$ 0.00
Air Travel - Out of State - Short Notice (Coach)
Rd Trip/person
Max
$ 650.00
$ 0.00
Taxi/Cab fare
each/person
Max
$ 50.00
$ 0.00
Parking
0
day
Max
$ 20.00
$ 0.00
Toll Charges
0
each
Max
$ 2.00
$ 0.00
Standard Postage
letter
Fixed
$ 0.49
$ 0.00
Certified Letter Return Receipt
each
Fixed
$ 4.55
$ 0.00
Overnight Mail - letter size
each
Max
$ 15.00
$ 0.00
Overnight Mail - oversized box
each
Max
$ 30.00
$ 0.00
Courier Services
each
Max
$ 25.00
$ 0.00
Photocopies B/W (11" X 17")
each
Fixed
$ 0.20
$ 0.00
Photocopies B/W (8 1/2" X 11")
each
Fixed
$ 0.10
$ 0.00
Photocopies Color (11" X 17")
each
Fixed
$ 0.74
$ 0.00
Photocopies Color (8 1/2" X 11")
each
Fixed
$ 0.40
$ 0.00
Digital Ortho Plotting
sheet
Fixed
$ 1.25
$ 0.00
Plots (B/W on Bond)
per sq. ft.
Fixed
$ 0.50
$ 0.00
Plots (Color on Bond)
per sq. ft.
Fixed
$ 1.00
$ 0.00
Plots (Color on Photographic Paper)
per sq. ft.
Fixed
$ 4.00
$ 0.00
Color Graphics on Foam Board
square foot
Fixed
$ 4.00
$ 0.00
Presentation Boards 30" X 40" Color Mounted
each
Max
$ 65.00
$ 0.00
Report Printing
each
Max
$ 25.00
$ 0.00
Report Binding and tabbing
each
Fixed
$ 4.25
$ 0.00
Notebooks
4
each
Max
$ 5.00
$ 20.00
Reproduction of CD/DVD
each
Max
$ 3.00
$ 0.00
CDs
each
Fixed
$ 1.00
$ 0.00
4"x6" Digital Color Print
picture
Fixed
$ 0.25
$ 0.00
Hazardous Materials Database Search
per search
Max
$ 300.00
$ 0.00
Railroad - Flagger (Service provided by RR)
hour
Max
$ 60.00
$ 0.00
Railroad - Insurance in addition to STD Minimum Required (Minimum coverage of $1 Million required by RR.)
each
Max
$ 3,000.00
$ 0.00
Railroad - Permit
each
Max
$ 500.00
$ 0.00
Railroad - Safety Training (If required - Heavy Rail Safety Training Certificate, includes classroom training and employee certification card.)
Per Person
Max
$ 150.00
$ 0.00
Traffic Control Services, Arrow Boards and Attenuator trucks - Large Project (Includes labor, equipment and fuel)
day
Max
$ 2,000.00
$ 0.00
Traffic Control Services, Arrow Boards and Attenuator trucks - Medium Project (Includes labor, equipment and fuel)
day
Max
$ 1,375.00
$ 0.00
Traffic Control Services, Arrow Boards and Attenuator trucks - Small Project (Includes labor, equipment and fuel)
day
Max
$ 1,000.00
$ 0.00
Attenuator trucks - (Lane/Shoulder Closure) (Includes labor, equipment and fuel)
day
Max
$ 400.00
$ 0.00
Attenuator trucks - (No Lane Closure) (Includes labor, equipment and fuel)
day
Max
$ 250.00
$ 0.00
Portable Message Board
day
Max
$ 200.00
$ 0.00
Law Enforcement/Uniform Officer (including vehicle)
hour
Max
$ 50.00
$ 0.00
Boat with Motor
day
Max
$ 200.00
$ 0.00
Cellular Telephone & Data Plan
8
each/month
Max
$ 120.00
$ 960.00
Wireless Router/Server
month
Max
$ 30.00
$ 0.00
Laptop Computer/IPad and data plan
8
each/month
Max
$ 200.00
$ 1600.00
Desktop & Microcomputer w/Plotter-each/month
sheet
Max
$ 32.50
$ 0.00
Mobilization/Demobilization Laboratory
each
Max
$ 2,000.00
$ 0.00
AASHTO Accreditation Aggregates Laboratory
each
Max
$ 6,500.00
$ 0.00
AASHTO Accreditation Hot Mix Laboratory
each
Max
$ 7,500.00
$ 0.00
AASHTO Accreditation Soil Laboratory
each
Max
$ 6,500.00
$ 0.00
CCRL Accreditation
each
Max
$ 11,000.00
$ 0.00
Equipment Calibration
each
Max
$ 1,000.00
$ 0.00
Office Trailer Rental
each
Max
$ 500.00
$ 0.00
GPS Receiver (rates applied to actual time GPS units are in use)
hour
Max
$ 20.00
$ 0.00
SharePoint License Fee and Server
each/month
Max
$ 800.00
$ 0.00
Personal Protective Equipment (hat, vest, gloves, boots, hearing prot., glasses & fall protection (Lanyards, Harnesses) one time only
4
per employee
Max
$ 500.00
$ 2000.00
Safety Lights for Leased/Owened Vehicle (One time only)
each
Max
$ 1,000.00
$ 0.00
TOTAL OTHER DIRECT EXPENSES
$ 12,005.00
Page 5 of 6 Exhibit D
Sub -Provider: HVJ Associates
CSJ:
Highway: Smith Ranch Road
EXHIBIT D - FEE SCHEDULE
METHOD OF PAYMENT: SPECIFIED RATE
SERVICES TO BE PROVIDED
TEST CODE
QUANTITY
UNIT
RATE
Cost
sieve Analysis ot rine ana Coarse Aggregate
TEX 401-A
16
each
65.00
5 1,040.00
Air Content of Freshly mixed Concrete by the Volumetric Method
ASTM C 173
Hrly
$ -
Air Content ot Freshly mixed Concrete by the Pressure Method
ASTM C 231
Hrly
$ -
Slump ot Hydraulic Cement Concrete
ASTM C 143
Hrly
$ -
Unit Weight, yield, and Air content ot Concrete
ASTM C 138
Hrly
$ -
Making and Curing Concrete I est Specimens
ASTM C 31
Hrly
$ -
Flexural Strength of Concrete Using Simple Beam Third -Point Loading
ASTM C 78
1
each
25.00
$ 25.00
of s
-
Surveying and Sampling Soils for Highways (TxPAV or NICET Certified Technician Time)
Tex -100-E
Hrly
$ -
Preparing Soil and Flexible Base Materials for Testing (TxPAV or NICET Certified Technician Time)
Tex -101-E
Hrly
$ -
Determining Moisture Content in Soils Materials
Tex -103-E
2
each
12.00
$ 24.00
Determining Liquid Limits ot Soils
Tex -104-E
8
each
35.00
$ 280.00
Determining Plastic Limit ot Soils
Tex -105-E
8
each
28.00
$ 224.00
Determining the Bar Linear Shrinkage of Soils
Tex -107-E
3
each
60.00
$ 180.00
Determining the specific Vravity of Soils
Tex -108-E
1
each
45.00
$ 45.00
Particle Size Analysis of Soils
Tex -110-E
1
each
50.00
$ 50.00
Determining the Amount of Material in Soils Finer than the 75 m (No. 200) Sieve
Tex -111-E
8
each
45.00
$ 360.00
Laboratory Compaction Characteristics and Moisture -Density Relationship of Base Materials
Tex -113-E
6
each
200.00
$ 1,200.00
Laboratory Compaction Characteristics and Moisture -Density Relationship of Subgrade, Embankment Soils and Backfill Materials
Tex -114-E
8
each
190.00
$ 1,520.00
Field Method for Determining In -Place Density of Soils and Base Materials
Tex -115-E
Hrly
$ -
Ball Mill Method for Determining In -Place Density of Soils and Base Materials
Tex -116-E
3
each
220.00
$ 660.00
I naxial Compression tor Disturbed Soils and Base Materials
Tex -117-E
3
each
1,600.00
$ 4,800.00
Soil -Cement I esting
Tex -120-E
1
each
350.00
$ 350.00
Soil -Lime I esting (4 points) (/o lime determination)
Tex -121-E
4
each
225.00
$ 900.00
Determining Soil pH
Tex -128-E
1
each
28.00
$ 28.00
Measuring the Resistivity ot Soil Materials
Tex -129-E
1
each
75.00
$ 75.00
Slurry I esting
Tex -130-E
Hrly
0.00
$ -
I exas Cone Penetration
Tex -132-E
each
24.00
$ -
Measuring Thickness of Pavement Layer
Tex -140-E
Hrly
$ -
Determining Sulfate Content in Soils-Colorimetric Method
Tex -145-E
3
each
89.00
$ 267.00
Molding, Testing, and Evaluating Bituminous Black Base Materials
Tex -126-E
2
each
1,400.00
$ 2,800.00
Consolidated Undrained Triaxial Compression Test for Undisturbed Soils (3 points)
Tex -131-E
1
each
75.00
$ 75.00
Soil Organic Content Using UV-Vis Method
Tex -148-E
3
each
89.00
$ 267.00
Standard Compaction Proctor
D-698
1
each
190.00
$ 190.00
Modified Compaction Proctor
D-1557
1
each
200.00
$ 200.00
Cement Content of Freshly Mixed CSS Mixture
D-806
each
350.00
$ -
Comp. Strength of CSS Sample, Including Molding
D-1632 &
D1633
6
each
65.00
$ 390.00
Maximum & Minimum Density (Sands)
D-4254
each
150.00
$ -
$
Bituminous Mixtures
$ -
Sieve Analysis of Fine and Water Absorption of Aggregates
Tex -200-F
2
each
60.00
$ 120.00
Bulk Specific Gravity and Water Absorption of Aggregates
Tex -201-F
2
each
55.00
$ 110.00
Apparent Specific Gravity of Material Finer Than No. 50 (300 pm) Sieve
Tex -202-F
2
each
55.00
$ 110.00
Sand Equivalent Test
Tex -203-F
2
each
75.00
$ 150.00
Design of Bituminous Mixtures
Tex -204-F
1
each
1,800.00
$ 1,800.00
Laboratory Method of Mixing Bituminous
Tex -205-F
Hrly
$ -
Compacting Test Specimens of Bituminous Mixtures
Tex -206-F
1
each
55.00
$ 55.00
Determining Density of Compacted Bituminous Mixtures
Tex -207-F
Hrly
$ -
Test for Stabilometer Value of Bituminous Mixtures
Tex -208-F
1
each
90.00
$ 90.00
Determining Asphalt Content of Bituminous Mixtures by Extraction
Tex -210-F
1
each
165.00
$ 165.00
Theoretical Maximum Specific Gravity of Bituminous Mixtures
Tex -227-F
1
each
80.00
$ 80.00
Determining Asphalt Content from Asphalt Paving Mixtures by the Ignition Method
Tex -236-F
2
each
140.00
$ 280.00
Determining Deleterious Material and Decantation Test for Coarse Aggregates
Tex -217-F
1
each
80.00
$ 80.00
Sampling Bituminous Mixtures
Tex -222-F
Hrly
$ -
Superpave Gyratory Compacting of Test Specimens of Bituminous Mixtures
Tex -241-F
1
each
120.00
$ 120.00
$ -
Aggregates & Concrete
$ -
Sampling Stone, Gravel, Sand and Mineral Aggregates
Tex -400-A
Hrly
$ -
Sieve Analysis of Fine and Coarse Aggregate
Tex -401-A
4
each
65.00
$ 260.00
Fineness Modulus of Fine Aggregate
Tex -402-A
3
each
55.00
$ 165.00
Saturated Surface -Dry Specific Gravity and Absorption of Aggregates
Tex -403-A
3
each
60.00
$ 180.00
Determining Unit Mass (Weight) of Aggregates
Tex -404-A
3
each
60.00
$ 180.00
Determining Percent voids and solids in Aggregates
Tex -405-A
3
each
22.00
$ 66.00
Materials Finer than No. 200 in miniral aggregates (Decantation test for concrete aggregates)
Tex -406-A
4
each
55.00
$ 220.00
Sampling Freshly Mixed Concrete
ASTM C-172
Hrly
$ -
Organic Impurities in Fine Aggregate for Concrete
Tex -408-A
5
each
55.00
$ 275.00
Free Moisture and Water Absorption in Aggregate for Concrete
Tex -409-A
2
each
40.00
$ 80.00
Abrasion of Coarse Aggregate Using the Los Angeles Machine
TEX410-A
8
each
175.00
$ 1,400.00
Soundness of Aggregate Using Sodium Sulfate or Magnesium Sulfate (5 cycles)
Tex -411-A
8
each
200.00
$ 1,600.00
Determining Deleterious Material in Mineral Aggregate
Tex -413-A
3
each
70.00
$ 210.00
Air Content of Freshly Mixed Concrete by the Volumetric Method
ASTM C-173
Hrly
$ -
Slump of Portland Cement Concrete
ASTM C-143
Hrly
$ -
Air Content of Freshly Mixed Concrete by the Pressure Method
ASTM C-231
Hrly
$ -
Unit Weight, Yield, and Air Content (Gravimetric) of Concrete
ASTM C-138
Hrly
$ -
Compressive Strength of Cylindrical Concrete Specimens
TEX-418A
250
each
23.00
$ 5,750.00
Splitting Tensile Strength of Cylindrical Concrete Specimens
Tex -421-A
1
each
42.00
$ 42.00
Measuring Temperature of Freshly Mixed Portland Cement Concrete
ASTM C-1064
Hrly
$ -
Determining Pavement Thickness by Direct Measurement
Tex -423-A
Hrly
$ -
Obtaining and Testing Drilled Cores of Concrete
ASTM C-42
4
each
100.00
$ 400.00
Determining Compressive Strength of Grouts
Tex -442-A
4
each
22.00
$ 88.00
Making and Curing Concrete Test Specimens
ASTM C-31
Hrly
$ -
Flexural Strength of Concrete Using Simple Beam Third -Point Loading - Same test as line 56 above
ASTM C-78
1
each
30.00
$ 30.00
Capping Cylindrical Concrete Specimens
ASTM C-617
0
Hrly
$ -
Capping Cylindrical Concrete Specimens
ASTM C-617
0
Hrly
$ -
Determining Crushed Face Particle Count
Tex -460-A
1
each
55.00
$ 55.00
Fine or Coarse Aggregate Angularity
1
each
25.00
$ 25.00
Flat and Elongated Particles
1
each
25.00
$ 25.00
Total
$ 30,161.00
++ Testing to be performed in the field by the technician, see specified Rate schedule for payment.
Page 6 of 6
Exhibit D