Loading...
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