Loading...
Item 4I MemoCITY OF 5OUTHLAKE Item 41 MEMORANDUM (April 6, 2021) To: Shana Yelverton, City Manager From: Rob Cohen, Director of Public Works Subject: Approve Supplement Agreement No. 1 with Halff Associates, Inc. (Halff) to provide additional survey and engineering services for storm drain and sidewalk improvements near the intersection of North Peytonville Avenue and Raven Bend Court in amount not to exceed $41,000. Action Requested: Approve Supplement Agreement No. 1 with Halff Associates, Inc. (Halff) to provide additional survey and engineering services for storm drain and sidewalk improvements near the intersection of North Peytonville Avenue and Raven Bend Court in amount not to exceed $41,000. Background Information: The purpose of this item is to approve Supplement Agreement No. 1 with Halff to provide additional survey and engineering services for storm drain and sidewalk improvements near the intersection of North Peytonville Avenue and Raven Bend Court. City Council approved an Engineering Services Agreement (ESA) with Halff at the August 6, 2019 Council Meeting in an amount not to exceed $59,500. Under the original scope, the solution is to offer a traditional point release structure and underground storm line to convey the runoff to the intersection's west side. Also included in the original scope is the addition of a sidewalk on the intersection's northeast corner. The Supplement Agreement No. 1 expands the project's scope to include additional drainage and water line improvements in an amount not to exceed $41,000. With this agreement, the desire is to incorporate a modified culvert and downstream channel, and an upstream storm drain extension into the initially proposed solution. These improvements will be designed for ultimate conditions following recommendations from "The Kirkwood Branch Watershed Study" performed by Halff. Waterline improvements are also to be incorporated into the original design according to the city's recommendations. Page 1 of 2 Item 41 This Supplement Agreement with Halff will provide additional topographic survey, subsurface utility engineering (SUE) services, and hydrologic and hydraulic analysis for downstream assessment. Financial Considerations: Funding for this agreement is budgeted as part of the approved Capital Improvement Program. This agreement is within the project budget. Strategic Link: This item links to the City's Strategy Map strategic focus areas of Safety & Security, Mobility, and Infrastructure. It specifically relates to the City's Corporate Objectives, C1: Achieve The Highest Standards Of Safety & Security, and F2: Invest To Provide & Maintain High Quality Public Assets. The Critical Business Outcome is, CBO5: Improve Quality Of Life Through Progressive Implementation Of Southlake's Comprehensive Plan Recommendations. Citizen Input/ Board Review: None. Legal Review: The proposed agreement is a standard agreement that the City Attorney has reviewed and approved. Alternatives: The City Council may approve or deny the agreement. Staff Recommendation: Approve Supplement Agreement No. 1 with Halff Associates, Inc. (Halff) to provide additional survey and engineering services for storm drain and sidewalk improvements near the intersection of North Peytonville Avenue and Raven Bend Court in amount not to exceed $41,000. Supporting Documents: Attachment A: Supplement Agreement Attachment B: 2019 Engineering Services Agreement Staff Contact: Rob Cohen, Director of Public Works Kevin Ferrer, Deputy City Engineer Page 2 of 2 Attachment A ENGINEER'S CONTRACT SUPPLEMENT AGREEMENT NO. 1 CITY OF SOUTHLAKE THE STATE OF TEXAS TARRANT COUNTY KNOW ALL MEN BY THESE PRESENTS: THIS SUPPLEMENT AGREEMENT made and entered into this day of 2021, by and between the City of Southlake, hereinafter referred to as "City" and Halff Associates, Inc., hereinafter referred to as the "Engineer". WITNESSETH THAT: WHEREAS, the City and the Engineer entered into a contract on 8/6/2019, to acquire professional engineering services for improvements at the intersection of N. Peytonville Avenue and Raven Bend Court; and WHEREAS the City desires to change the scope of the project to allow for payment of future "Additional Services" as defined in Section 2 of the Agreement; NOW THEREFORE, it is hereby agreed between the parties hereto that the contract of N. Peytonville/Raven Bend Storm Drain and Sidewalk improvements projects, be modified as follows: SCOPE OF CHANGE The project along the with original contract to incorporate the culvert and downstream channel improvements, storm system on Raven Bend, and water line improvements at the intersection of Peytonville and Raven Bend as outlined in attachment A. COMPENSATION The total amount of additional compensation under this contract is hereby increased by an amount not to exceed $41,100.00, as shown in Attachment C. TIME OF COMPLETION Engineering services to be rendered hereunder shall be complete at such time as stated in original agreement. ORIGINAL CONTRACT All requirements of the aforesaid contract of 8/6/2019, and this Supplement Agreement No. 1, shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused these present to be executed by their respective officers duly authorized as of the day and year first above written. OWNER: CITY OF SOUTHLAKE, TEXAS Robert Cohen Director of Public Works By: Laura Hill Mayor ENGINEER: Halff Associates, Inc. By:,:;�� +-�eal L---' \ V V Leigh A. Hollis Operations Manager,Frisco OEM HALFF mom January 13, 2021 034096.001 Mr. Robert Cohen Director of Public Works City of Southlake Public Works 1400 Main Street, Suite 320 Southlake, TX 76092 RE: Contract Amendment No. 1 for North Peytonville Storm Drain and Sidewalk Improvements Dear Mr. Cohen: We are pleased to present the following proposal for the additional survey and engineering services for the North Peytonville Storm Drain and Sidewalk Improvements located at the intersection of North Peytonville Ave and Raven Bend Ct. The additional survey and engineering services are described in Attachment "A" (Scope of Work), Attachment `B" (Schedule), and Attachment "C" (Fee Summary). The fees included in this proposal will be honored for up to 60 days from the date of this proposal. In addition, we have included preliminary exhibits and estimate of probable construction costs for your information. We appreciate the opportunity to be of service to you and look forward to working with you on this project. If you agree with the terms of this proposal, we will incorporate the proposal into the standard City of Southlake contract amendment for execution. Please feel free to contact me at (817) 764-7467 if you have any questions or need additional information. Sincerely, HALFF ASSOCIATES, INC. Irwk C-JJW4..� Mark C. Galvan, P.E. Civil Engineer HALFF ASSOCIATES, INC. 4000 FOSSIL CREEK BOULEVARD TEL (817) 847-1422 WWWHALFF,COM FORT WORTH, TX 76137-2720 FAX (817) 232-9784 Attachment "A" Scope of Work CONTRACT AMENDMENT NO. 1 North Peytonville Storm Drain and Sidewalk Improvements Southlake, Texas GENERAL — The City of Southlake has requested design services for additional improvements at the intersection of North Peytonville Ave and Raven Bend Ct. These improvements are to be incorporated into the original contract titled "North Peytonville Storm Drain and Sidewalk Improvements," dated July 19, 2019. The design services provided under this contract amendment will be separated into two (2) phases. The project shall be phased such that the improvements from the original contract, along with the culvert and downstream channel improvements, may be constructed first as highlighted in the attached exhibits. Phase 1 — Downstream improvements include, but are not limited to, the following: 1. Replace existing culvert, headwalls, and riprap located just west from the intersection of N Peytonville Ave and Raven Bend Ct. The proposed culvert will be designed for ultimate conditions in accordance with recommendations from "The Kirkwood Branch Watershed Study", by Halff Associates, such that the culvert and associated roadway will remain in place for the ultimate configuration. The proposed culvert flowline will be constructed lower than existing grade during the interim condition which will require a temporary raised floor to be installed inside the culvert. The temporary floor will provide the necessary capacity to properly facilitate the existing flows through the culvert as well as providing conveyance for the upstream storm drain improvements. The modification inside the culvert will be removed once additional downstream improvements are constructed to convey the fully developed/ultimate flows. Lastly, the new culvert headwalls will be graded and set such that a sidewalk may be constructed in the future along North Peytonville Ave. If the City opts to change design to a traditional culvert, which would have capacity for the existing drainage conditions but not the ultimate conditions, then any structural details required for the culvert modifications would be omitted. 2. Structural details for the culvert modification. If the City opts to the change design to a traditional culvert, this would be omitted. 3. Water line improvements per markups provided by the City. 4. Hydrologic and Hydraulic analysis for the downstream assessment (Service I). 5. Topographic and Boundary Survey (Service II). 6. Easement Documents (up to 3 parcels) (Service 7. Construction Plans, Specifications, and Estimates (Service V). Phase 2 — Upstream improvements will include, but not limited to, the following: 1. Storm drain extension east of North Peytonville Ave, along Raven Bend Ct. 2. Topographic Survey (Service II). 3. Subsurface Utility Engineering Services (Service III) 4. Construction Plans, Specifications, and Estimates (Service V). A second project manual is included in this phase if the City desires to bid this work separately. This work also includes the plans repackage for stand alone construction if desired. Up to two meetings are included in this proposal if needed for a second construction project. Procurement phase and construction phase services are not included and will be provided for an additional fee if required. Additional services for the design of future development (ultimate condition), outside what is specifically mentioned in this document, are not included under this contract amendment. The scope of services includes hydrologic and hydraulic modeling, topographic and boundary survey, sub -surface utility engineering (SUE), easement preparation, construction plans, specifications, and estimates (PS&E). Procurement phase services and construction phase services shall not be modified from the original contract. Halff will provide the following additional services: I. Hydrologic and Hydraulic (H&H) — Halff will provide H&H analysis for the downstream assessment to check potential adverse impacts of proposed improvements with existing conditions at intersection of North Peytonville Ave and Raven Bend Ct. The assessment will be documented in a brief letter report with exhibits. II. Topographic and Boundary Survey — Halff will provide the survey services necessary to design the proposed improvements and provide easement documents. The survey will include: 1. Field tie visible existing facilities required for final design including existing paving, curb, gutter, signs, building finished floor, building corners, pavement markings, trees, shrubs, above ground utility appurtenances, property corners, and any other surface features on and adjacent to the site. 2. Prepare a 1-ft contour interval topographic survey of the site and adjacent areas. III. Subsurface Utility Engineering Services — Halff will perform SUE in accordance with ASCE Cl/ASCE 38-02 "Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data." This standard defines the following Quality Levels: Quality Level -A: Precise horizontal and vertical location of utilities obtained by the actual exposure (or verification of previously exposed and surveyed utilities) and subsequent measurement of subsurface utilities, usually at a specific point. Minimally intrusive excavation equipment is typically used to minimize the potential for utility damage. A precise horizontal and vertical location, as well as other utility attributes, is shown on plan documents. Quality Level-B: Information obtained through the application of appropriate surface geophysical methods to determine the existence and approximate horizontal position of subsurface utilities. Quality Level-B data should be reproducible by surface geophysics at any point of their depiction. This information is surveyed to applicable tolerances defined by the project and reduced onto plan documents. Quality Level-C: Information obtained by surveying and plotting visible above -ground utility features and by using professional judgment in correlating this information to Quality Level- D information. Quality Level-D: Information derived from existing records or oral recollections. Quality Level -A Utility Test Holes (Vacuum Excavation): Up to two (2) additional test holes will be performed on various utilities at locations specified by City of Southlake. Halff will cut up to a 12" square test hole, excavate down to utility, record the depth to top of utility, backfill & compact the hole, and restore the surface to its original condition. An iron rod with cap or "x-cut" will be set to mark the approximate centerline location of the utility. A jackhammer will be utilized for work to be performed in asphalt and concrete areas. Quality Level-B Utility Designating: Halff will designate the approximate horizontal position of conductive/toneable utilities within the project limits using geophysical prospecting equipment and mark using paint and/or pin flags. We anticipate the designation of utilities including buried communication, natural gas, water, wastewater/sanitary sewer, and storm drain/storm sewer. Designation of irrigation lines, HDPE lines, gathering lines, asbestos concrete and/or PVC lines, as well as PVC lines without tracer wire or access are not part of this Scope of Services. Because of limited utility record information and the possibility of non-conductive/un- toneable utilities, Halff cannot guarantee all utilities will be found and marked within the project limits. Quality Level-C Survey Quality Level-B Utility Designation paint markings, pin flags, and above ground utility appurtenances as well the iron rod with cap or "x-cut" for Quality Level -A Test Holes will be surveyed and tied utilizing project survey control provided by others. Quality Level-D Records Research: Available Records will be provided to Halff by City of Southlake. Halff will perform additional utility record research as needed to successfully complete the project. Because there are situations where the utility does not have a metallic composition; a metallic tracer line attached; access to insert a tracer line within it, the approximate location of the utility may be determined through the use of utility records and direct correspondence with the utility owner/representative. In these areas, the information will be considered Quality Level-D, depicted according to utility record information only. SUE Field Manager / Professional Engineer: A SUE Field Manager will be on -site for a portion of this project for field crew supervision, field quality control, and coordination with on -site personnel. A Professional Engineer will be responsible for QA/QC, management of the contract, coordination with the project team and signing the final deliverables if required. Right -of -Entry: Right -of -Entry is not part of this Scope of Services as work is anticipated within the existing road Right -of -Way. If Right -of -Entry is required, it will be performed and provided to Halff by City of Southlake. Halff will coordinate with property owner(s) once right of entry has been obtained. Permitting: Street Cut permits will be coordinated with the City of Southlake as required. Work Zone Traffic Control: Halff will provide standard temporary work zone traffic control consisting of cones and free- standing signage for this project. Exact test holes locations are unknown and any required certified traffic control to be provided by Dallas Lite & Barricade, if needed. If an engineered traffic control plan is required for permit approval or if unique traffic control conditions exist, Halff will notify City of Southlake and submit a supplemental agreement for authorization prior to proceeding with additional work. IV. Easement Preparation — Exhibits and legal descriptions for proposed easements required for construction of the project will be prepared as follows: 1. This scope includes the preparation of up to three (3) permanent easements within the limits of survey for this project. Additional easements, if required and requested by the City, shall be prepared and provided by the Consultant for an additional fee. 2. Exhibits/Parcels shall be prepared on 8-1 /2" x 11"paper and shall include area required, area remaining, parcel number, and owner of record. Individual exhibits shall be stamped, dated, and signed by a Registered Professional Land Surveyor. Legal descriptions shall reference volume, page, and owner of record and shall be incorporated into the standard City of Southlake instrument document. 4. Set new iron pins at all new corners, PC's and PT's of permanent easement when not parallel to street ROW. V. Construction Plans — Halff shall develop additional plan sheets for review, permitting, bidding, construction, inspection, and record keeping. In general, construction plans shall be consistent with normal practice for projects of this nature. These plans will pertain to the improvements as described in this contract amendment and be included into the final plan set as described in the original contract. The following only pertains to additional sheets as required to incorporate Phase 1 and Phase 2 improvements into the final plan set. 1. Demolition Plan The demolition plan will show the construction limits and features to be removed and protected. The sheet(s) will include details as necessary. 2. Paving and Grading Plan The paving and grading plan will define the proposed paved and non -paved surfaces on the site and indicate the proposed grades. The plan will indicate drainage paths, high points, and surface slopes necessary to illustrate Texas Accessibility Standards compliance. Pavement marking and signage will be included in the plan. Drainage Plan, Profile and Calculations Halff will document the drainage calculations in accordance with the City of Southlake Drainage Design Criteria. The sheet(s) will include a plan and profile of the proposed storm drain with design HGL shown. 4. Structural Plans for Drainage Structures Halff will provide the structural design and detail(s) for proposed modified culvert. If the City opts to use a standard culvert, this would be omitted. 5. Water Line Plan and Profile A 12-inch water line will be designed at the intersection of North Peytonville Ave and Raven Bend Ct and will be in accordance with the City of Southlake standard details and criteria. The sheet(s) will include a plan and profile of the proposed 12-inch water line. No profile will be provided for the proposed 8-inch water line. 6. Traffic Control Plan Halff will prepare the necessary traffic control plan in accordance with the Texas MUTCD latest edition. 7. Erosion Control Plan The site disturbance for this project will be less than 1 acre. The erosion control plan will include the necessary best management practices to meet City and State standards for construction. The plan will be acceptable to include in the Contractor's Storm Water Pollution Prevention Plan (SW3P). The Contractor will be responsible to provide the complete SW3P. This plan may be combined with the Paving and Grading Plan if space allows. 8. Water Details The plans will include the necessary construction details. The details will be included on the plan sheets or additional sheets as necessary. City of Southlake standard details will be used, and special details will be provided if these details are not applicable. Specifications Halff will prepare additional specifications based on NCTCOG Public Works Construction Standards and City standard bid documents. These specifications will be incorporated into the final contract documents. 10. Opinion of Probable Construction Cost (OPCC) An estimate of probable construction cost will be provided based on the construction Plans. 11. Meetings and Review This amendment includes two (2) additional meeting to discuss project particulars as necessary to make design decisions pertinent to the additional storm drain and water line designs. ITEMS NOT INCLUDED IN THIS PROPOSAL: • Tax and Permitting Fees not described above • Geotechnical investigation. • Platting or zoning services • Foundation design. • City permitting • Construction SW3P • Services required after final acceptance of construction work • Revisions to drawings previously approved by the Client due to changes in: Project scope, budget, schedule, or when such revisions are inconsistent with written approvals or instructions previously given; enactment or revision codes, laws, or regulations subsequent to the preparation of such documents. • Preparation of presentation materials for marketing or purposes other than those defined above • Provide consultation, drawings, reports or other work products related to permits, approvals and ordinances not described above • Providing professional services for the field selection of plant materials • Construction materials testing • Providing services other than those outlined above • Site visits or meetings beyond the number identified above • Construction staking • Traffic Analysis Attachment "B" Schedule CONTRACT AMENDMENT NO.1 North Peytonville Storm Drain and Sidewalk Improvements Southlake, Texas Item Hydrologic and Hydraulic Survey SUE — Level B SUE — Level A Pre -Final Plans (90% Submittal) Final Plans (100% Submittal) Schedule Thirty (30) calendar days of receipt of the written Notice -To -Proceed from the City. Thirty (30) calendar days of receipt of the written Notice -To -Proceed from the City. Thirty (30) calendar days of receipt of the written Notice -To -Proceed from the City. Thirty (30) calendar days of receipt of the written Notice -To -Proceed and approval of test hole layout from the City. Sixty (60) calendar days of receipt of the written Notice -To -Proceed and approval of test hole layout from the City. Thirty (30) calendar days of receipt of comments from the City. Attachment "C" Fee Summary CONTRACT AMENDMENT NO.1 North Peytonville Storm Drain and Sidewalk Improvements Southlake, Texas PHASE 1— DOWNSTREAM IMPROVEMENTS Item Cost Hydrologic and Hydraulic $ 2,000 Topographic Survey and Boundary Survey $ 2,600 Right -of -Way Determination $ 7,500 Construction Plans $ 31,600 Demolition Plan $ 1,500 Paving and Grading Plan $ 4,200 Drainage Plan, Profile and Calculations $ 8,900 Structural Plans for Drainage Structures (Optional) $ 2,600 Water Line Plan and Profile $ 6,100 Traffic Control Plan $ 3,600 Erosion Control Plan $ 800 Water Details $ 500 Specifications $ 1,200 Opinion of Probable Construction Cost $ 1,000 Meeting and Review $ 1,200 TOTAL FOR PHASE 1 $43,700 PHASE 2 — UPSTREAM IMPROVEMENTS Item Cost Topographic Survey and Boundary Survey $ 4,600 SUE $ 12,300 Construction Plans $ 24,200 Demolition Plan $ 1,700 Paving and Grading Plan $ 1,700 Drainage Plan and Calculations $ 6,100 Traffic Control Plan $ 3,600 Erosion Control Plan $ 900 Second Manual (if required) $ 3,600 Plans Repackage for Construction (if required) $ 4,700 Opinion of Probable Construction Cost (if required) $ 700 Meeting and Review, up to two (2) (if required) $ 1,200 TOTAL FOR PHASE 2 $41,100 The estimated fee shall be considered a lump sum fee as shown above. Costs incurred will be carefully monitored during the progress of this project and will not be exceeded without prior approval from the client. Services will be invoiced monthly, based on the percentage of work completed. The budget established above does not include revisions to the scope of work after the Notice -to - Proceed. If revisions are requested by the client, a revision to the scope and budget will be required. Payment for services authorized and rendered are not contingent on third parry agreements. Furthermore, Halff Associates may withhold drawings, documents, reports, or any other tangible items produced under the terms of this agreement until all outstanding invoices are paid. Unless otherwise stated, fees quoted in this proposal exclude state and federal sales taxes on professional services. Current Texas law requires assessment of sales tax on certain kinds of surveying services but does not require sales taxes on other professional services. If new or additional state or federal taxes are implemented on the professional services provided under this contract during the term of the work, such taxes will be added to the applicable billings and will be in addition to the quoted fees. Pursuant to Article V. Additional Engineering Services outlined in the contract documents, the following rate table shall be used to calculate fees based on labor category specialty. These shall only be used at the request of the City and for items not specifically identified within Attachment A as part of this project. The rate table below includes all direct salaries, overhead, and profit. Attachment "D" Rate Table Pursuant to Article V. Additional Engineering Services outlined in the contract documents, the following rate table shall be used to calculate fees based on labor category specialty. These shall only be used at the request of the City and for items not specifically identified within Attachment A as part of this project. The rate table below includes all direct salaries, overhead, and profit. abor Category Architect 1 Low 75.00 High 90.00 II 92.00 126.00 III 130.00 166.00 IV 199.00 219.00 V 226.00 325.00 Engineer 1 85.00 110.00 11 107.00 145.00 111 146.00 211.00 IV 188.00 239.00 V 232.00 350.00 Scientist 1 72.00 97.00 11 98.00 128.00 111 133.00 168.00 IV 170.00 215.00 V 213.00 350.00 Landscape/ Planner 1 72.00 88.00 II 88.00 121.00 111 121.00 153.00 IV 155.00 201.00 V 209.00 340.00 Surveyor 1 92.00 95.00 11 96.00 118.00 111 133.00 142.00 IV 140.00 186.00 Field Tech 1 51.00 69.00 11 65.00 85.00 111 86.00 107.00 IV 116.00 138.00 V 153.00 216.00 Office Tech 1 43.00 69.00 11 69.00 89.00 III 86.00 120.00 IV 112.00 144.00 V 140.00 182.00 Administrative 1 29.00 69.00 11 67.00 85.00 111 82.00 112.00 IV 111.00 143.00 V 144.00 350.00 Specialist 1 66.00 97.00 11 97.00 133.00 III 124.00 171.00 IV 174.00 208.00 V 223.00 333.00 Intern 44.00 69.00 - k(\ H H." 114H M }\\ -------}\}{} \ ;;§;E::::: \§ ) { ; ,! ! !_!CL!*\!I&\ ' \\\/ !! 4 !;;!!;!!! 4■ ! \} \ ) ) /\ /\ (; �, 4■ _■ m �:;:!®;: / ! { }{ \ \� i � e !!! /!!i &; _ CROSS TIMBER DR LL N PEYTONVILLE AVE WATER LINE IMPROVEMENTS REMOVE AND REPLACE HEADWALL `MOVE AND REPLACE CONC RIPRAP �I 8" WE RAVEN BEND CT - - - --- --- ---------------- STORM DRAIN x IMPROVEMENTS ON 2 RAVEN BEND CT PHASE 2 2 -5'X2' RCB ui V LF 2-5'X4'RCB Q N i �W� OQY v)-10- mmmillilli w D z w w Y >w aQ a� �Lu wa=)w JZoQ J Zoo~ O ° } U w I w Y LLa 6�D 0 U) LL LL J Q of o� LL = aim MEN ■■■ CLIENT: City of Southlake STREET: North Peytonville Avenue HALFF ASSOCIATES, Inc. 4000 Fossil Creek Boulevard Fort Worth, Texas 76137 (817)847-1422 ESTIMATE OF PROBABLE CONSTRUCTION COST - PHASE 1 DATE: 1 /13/2021 PREPARED BY: MCG Item No. Description Unit Total Quantity Unit Cost Total Amount 1 Construction Staking LS 1 $2,500.00 $2,500 2 Barricades, Warning and Detour Signs LS 1 $5,000.00 $5,000 3 Mobilization LS 1 $11,720.00 $11,720 4 General Site Preparation LS 1 $5,000.00 $5,000 5 Joint Storm Water Pollution Prevention Plan LS 1 $2,500.00 $2,500 6 Remove and Dispose Existing Headwall for Dual Box Culvert EA 2 $2,500.00 $5,000 7 Remove and Dispose Existing 5-foot by 2-foot Concrete Box Culvert LF 36 $60.00 $2,160 8 Trench Safety for Storm Drain Line LF 36 $2.00 $72 9 Dual 5-foot by 4-foot Cast -In -Place Concrete Box Culvert LF 36 $600.00 $21,600 10 Parallel Wing Headwall for Dual 5-foot by 4-foot Concrete Box Culvert EA 2 $20,000.00 $40,000 11 Sawcut, Remove and Replace Asphalt Pavement SY 60 $60.00 $3,600 12 Sawcut and Remove Concrete Pavement and Flatwork SF 3,100 $1.50 $4,650 13 Concrete Riprap SY 125 $150.00 $18,750 14 Concrete Pilot Channel SY 220 $150.00 $33,000 15 Remove Fence (All Types) LF 20 $25.00 $500 16 Install 6-foot Wooden Fence LF 20 $65.00 $1,300 17 Rock Berm LF 10 $50.00 $500 18 Sodding SY 200 $10.00 $2,000 CULVERT LOWERING: SECTION 1 $159,852 10%CONTINGENCY $15,985 SECTION I SUBTOTAL $175,837 1 Sawcut, Remove and Replace Asphalt Pavement SY 60 $60.00 $3,600 2 Remove 18-inch Thick Concrete Ribbon Curb SF 15 $5.00 $75 3 Sawcut, Remove and Replace Existing Concrete Valley Gutter SY 35 $165.00 $5,775 4 Sawcut, Remove and Replace Concrete Curb and Gutter LF 10 $60.00 $600 5 Install 18-inch Thick Concrete Ribbon Curb SF 15 $12.00 $180 6 Remove Existing Water Line LF 300 $25.00 $7,500 7 Remove Existing Water Valve EA 1 $500.00 $500 8 Trench Safety for Water Lines LF 389 $2.00 $778 9 6-inch Water Line, by open cut LF 23 $45.00 $1,035 10 8-inch Water Line, by open cut LF 107 $60.00 $6,420 11 12-inch Water Line, by open cut LF 259 $100.00 $25,900 12 6-inch by 6-inch Tapping Sleeve EA 1 $3,000.00 $3,000 13 12-inch by 12-inch Tapping Sleeve EA 1 $5,000.00 $5,000 14 6-inch Water Valve EA 1 $1,500.00 $1,500 15 8-inch Water Valve EA 1 $1,500.00 $1,500 16 12-inch Water Valve EA 4 $2,500.00 $10,000 17 2-inch Blow Off Valve EA 1 $4,500.00 $4,500 18 Fire Hydrant Assembly EA 1 $4,500.00 $4,500 19 Connection to Water Line EA 2 $2,000.00 $4,000 WATER LINE IMPROVEMENTS: SECTION II $86,363 10%CONTINGENCY $8,636 SECTION II SUBTOTAL $94,999 TOTAL (1+II) $270,837 SAY $271,000 This statement was prepared utilizing standard cost estimate practices. It is understood and agreed that this is an estimate only, and that Engineer shall not be liable to Owner or to a third party for any failure to accurately estimate the cost of the project, or any part thereof. r ` r- I STORM DRAIN IMPROVEMENTS FOR CULVERT UPSIZE PHASE 01 N PEYTONVILLE __ a AVE -_ STORM DRAIN IMPROVEMENTS ON N PEYTONVILLE AVE ORIGINAL CONTRACT 8" WL tJdo w A WATER LINE Q IMPROVEMENTS N * L.1_ r �v j �0 < � V ! J I^..L RAVEN BEND CT STORM DRAIN 326 LF r� MPROVEMENTS ON SD MAIN RAVEN BEND CT \�; -40 w D z w W Y > W aQ a(D '� wa�w JZoQ J Zoo~ O ° } U W I W Y LLa �F- CD 0 LL LL o� J Q 2= aP� o� LL = aim iON ■■■ CLIENT: City of Southlake STREET: North Peytonville Avenue HALFF ASSOCIATES, Inc. 4000 Fossil Creek Boulevard Fort Worth, Texas 76137 (817)847-1422 ESTIMATE OF PROBABLE CONSTRUCTION COST - PHASE 2 DATE: 1 /13/2021 PREPARED BY: MCG Item No. Description Unit Total Quantity Unit Cost Total Amount 1 Construction Staking LS 1 $1,500.00 $1,500 2 Barricades, Warning and Detour Signs LS 1 $3,000.00 $3,000 3 Mobilization LS 1 $8,000.00 $8,000 4 General Site Preparation LS 1 $3,000.00 $3,000 5 Joint Storm Water Pollution Prevention Plan LS 1 $1,500.00 $1,500 6 Sawcut, Remove and Replace Asphalt Pavement SY 450 $60.00 $27,000 7 Sawcut, Remove and Replace Concrete Curb and Gutter LF 20 $60.00 $1,200 8 Trench Safety for Storm Drain Line LF 400 $2.00 $800 9 5-foot by 2-foot Class III Reinforced Concrete Box LF 330 $275.00 $90,750 10 24-inch Class III Reinforced Concrete Storm Drain Pipe (Open Cut) LF 70 $160.00 $11,200 11 Curb Inlet EA 4 $5,000.00 $20,000 RAVEN BEND CT SD IMPROVEMENTS $150,950 10%CONTINGENCY $15,095 SUBTOTAL $166,045 TOTAL $166,045 SAY $166,000 This statement was prepared utilizing standard cost estimate practices. It is understood and agreed that this is an estimate only, and that Engineer shall not be liable to Owner or to a third party for any failure to accurately estimate the cost of the project, or any part thereof. Attachment B Attachment A ORIGINAL D©CUN 4FNT AGREEMENT FOR ENGINEERING SERVICESCITY OF SOUTI-ILAKE Council Action( N Ord./Res, No. THIS AGREEMENT is made this day of &4&eAppro , between the City of Southlake, Texas (hereinafter referre to as "CITY"), and Halff Associates, Inc. (hereinafter referred to as "ENGINEER"). WHEREAS, CITY contemplates the need to make storm drain and sidewalk improvements at the intersection of N. Peytonville Avenue and Raven Bend Court. This project is to be known as the N. Peytonville/Raven Bend Storm Drain and Sidewalk Improvements project and hereinafter referred to as the "Project". WHEREAS, ENGINEER is qualified, able, and desirous of performing the necessary engineering work upon which the Project is based and is willing and able to work with CITY staff to organize and coordinate the professional services necessary to complete the Project. NOW, THEREFORE, CITY engages ENGINEER to perform, and ENGINEER agrees to perform, the engineering work for the Project, as more fully described herein below, and CITY agrees to pay as compensation, and ENGINEER agrees to accept as compensation, the payments on the dates and in the amounts herein specified, all in accordance with the terms more fully set out below and as provided in Attachment A — Scope of Work and Attachment C — Fee Summary which is attached hereto and incorporated by reference as if fully set forth herein. I. ARTICLE ENGINEERING SERVICES A. Scope of Work ENGINEER will provide the supervision, direction, personnel and equipment to perform the engineering Services outlined in Attachment A in accordance with the terms set forth in this Agreement and in Attachment A. B. Definitions Services refer to the professional services performed by ENGINEER pursuant to this Agreement. C. Changes CITY, without invalidating the Agreement, may order changes within the general scope of the work required by the Agreement by altering, adding to and/or deducting from the work to be performed. If any change causes an increase or decrease in ENGINEER's cost of, or the time required for, the performance of any part of the Services under the Agreement, an equitable adjustment will be made by mutual Page 1 agreement and this Agreement shall be modified in writing accordingly. D. Coordination with Owner The CITY shall make available to ENGINEER for use in performing Services hereunder all existing plans, maps, field notes, statistics computations and other data in the CITY's possession relative to existing facilities and to the Project. E. Site and Local Conditions ENGINEER has the right to examine the site in order to become acquainted with local conditions and accepts conditions at the site unless otherwise noted in writing to the CITY. Any coordination or scheduling of work by CITY shall not relieve ENGINEER from its responsibilities specified hereunder. Necessary arrangement for access to any site by ENGINEER's employees will be made with CITY. F. Assignment and Subcontractors/Third Party Rights The rights and obligations covered herein are personal to each party hereto and not to any third party and for this reason neither this Agreement nor any contract hereunder shall be assigned by either party in whole or in part; nor shall ENGINEER subcontract any of its obligations under this Agreement without the prior written consent of CITY. G. Independent Contractor ENGINEER covenants and agrees that it will perform the work hereunder as an independent contractor, and not as an officer, agent, servant, or employee of CITY; that ENGINEER shall have exclusive control of and exclusive right to control the details of the work performed hereunder, and all persons performing same, and shall be solely responsible for the acts and omissions of its officers, agents, employees, contractors, subcontractors, and consultants; that the doctrine of respondent superior shall not apply as between CITY and ENGINEER, its officers, agents, employees, contractors, subcontractors, and consultants, and nothing herein shall be construed as creating a partnership orjoint enterprise between CITY and ENGINEER. H. Disclosure By signature of this contract, ENGINEER warrants to CITY that it has made full disclosure in writing of any existing conflicts of interest or potential conflicts of interest, including personal financial interests, direct or indirect, in property abutting the proposed Project and business relations with abutting property owners. ENGINEER further warrants that it will make disclosure in writing of any conflicts of interest that develop subsequent to the signing of this contract and prior to final payment under the contract. Finally, Engineer warrants that it has submitted to the City a completed Conflicts of Interest Questionnaire as required by Chapter 176 of the Texas Local Government Code. Page 2 I. Approval by CITY Approval by CITY of this Agreement shall not constitute or be deemed to be a release of the responsibility and liability of ENGINEER, its officers, agents, employees, and subcontractors for the accuracy and competency of the Services performed under this Agreement, including but not limited to surveys, designs, working drawings and specifications and other engineering documents. Such approval shall not be deemed to be a waiver or an assumption of such responsibility and liability by CITY for any negligent act, error, or omission in the performance of ENGINEER's professional services or in the conduct or preparation of the subsurface investigations, surveys, designs, working drawings and specifications or other engineering documents by ENGINEER, its officers, agents, employees and subcontractors, it being the intent of the parties that approval by CITY signifies the CITY's approval of only the general design concept of the Improvements to be constructed. J. Indemnification ENGINEER SHALL AND DOES HEREBY AGREE TO INDEMNIFY AND HOLD HARMLESS CITY, ITS OFFICERS, AGENTS, AND EMPLOYEES FROM ANY AND ALL DAMAGES, LOSS OR LIABILITY OF ANY KIND WHATSOEVER, BY REASON OF DEATH OR INJURY TO PROPERTY OR PERSON CAUSED BY ANY OMISSION OR NEGLIGENT ACT OF ENGINEER, ITS OFFICERS, AGENTS, EMPLOYEES, INVITEES, OR OTHER PERSONS FOR WHOM IT IS LEGALLY LIABLE, WITH REGARD TO THE PERFORMANCE OF THIS CONTRACT, AND ENGINEER WILL, AT ITS COST AND EXPENSE, DEFEND, PAY ON BEHALF OF, AND PROTECT CITY AND ITS OFFICERS, AGENTS, AND EMPLOYEES AGAINST ANY AND ALL SUCH CLAIMS AND DEMANDS. THE PROVISIONS OF THIS SECTION ARE SUBJECT TO THE LIMITATIONS OF TEXAS LOCAL GOVERNMENT CODE SECTION 271.904 AND SHALL BE CONSTRUED TO THAT EFFECT. K. No Third Party Beneficiary For purposes of this Agreement, including its intended operation and effect, the parties specifically agree and contract that: (1) this Agreement only affects matters/disputes between the parties to this Agreement, and is in no way intended by the parties to benefit or otherwise affect any third person or entity (except the indemnitees identified or described in Article I, Section J., above), notwithstanding the fact that such third person or entities may be in a contractual relationship with CITY and ENGINEER, or both; and (2) the terms of this Agreement are not intended to release, either by contract or operation of law, any third person or entity from obligations they owe to either CITY or ENGINEER. Page 3 L. Successors and Assigns CITY and ENGINEER each bind themselves and their successors, executors, administrators and assigns to the other party to this Agreement and to the successors, executors, administrators and assigns of such other party with respect to all covenants of this Agreement. Neither CITY nor ENGINEER shall assign or transfer its interest in this Agreement without prior written consent of the other. II. ARTICLE CITY'S RESPONSIBILITIES CITY will: 1. Provide full information as to CITY's requirements for the Project; 2. Assist ENGINEER by placing at ENGINEER's disposal all information in CITY's control or knowledge which is pertinent to the Project, including executed right-of-way easements and final field survey data; 3. Examine all work presented by ENGINEER and respond within reasonable time and in writing to the material submitted by ENGINEER; 4. Pay all costs incident to advertising for obtaining bids or proposals from Contractors; 5. Give prompt written notice to ENGINEER whenever CITY observes or otherwise becomes aware of any defect in ENGINEER's work or in Contractor's work; 6. Designate in writing a person to act as its representative with respect to this Agreement, such person having complete authority to transmit instructions, receive information, and make or interpret the CITY's decisions; 7. Provide all information and criteria as to the CITY's requirements, objectives, and expectations for the Project including all numerical criteria that are to be met and all standards of development, design, or construction. 8. Provide to the ENGINEER all previous studies, plans, or other documents pertaining to the Project and all new data reasonably necessary in the ENGINEER's opinion, such as site survey and engineering data, environmental impact assessments or statements, zoning or other land use regulations, etc., upon all of which the ENGINEER may rely; and 9. Arrange for access to the site and other private or public property as required for the ENGINEER to provide its services. Page 4 III. ARTICLE COMPENSATION FOR ENGINEERING SERVICES The CITY shall compensate ENGINEER for services rendered under this Agreement, in accordance with the following: For the completion of the work contemplated in Attachment A, the ENGINEER shall be paid on a lump sum basis in the amount of $59,500 for Engineering, Procurement and Construction Services, as described in Attachment C and as billed monthly by ENGINEER. IV. ARTICLE TIMES OF BILLING AND PAYMENT The ENGINEER shall bill CITY monthly for any services and expenses incurred in accordance with the work performed subject to the limits set out in Article III. Payment shall be due within thirty (30) days of receipt by CITY of a properly prepared and correct invoice from ENGINEER. ENGINEER's invoices shall be accompanied by such records or other written proof as CITY deems necessary to verify the billings. Invoices shall be made to City Finance Department's office at 1400 Main Street, Suite 440, Southlake, Texas 76092. If CITY fails to make payment due ENGINEER within thirty (30) days of the day when payment for services and expenses is due under the terms of this Agreement, ENGINEER shall be entitled to interest on such unpaid sums at the rate provided in Chapter 2251 of the Texas Government Code. V. ARTICLE ADDITIONAL ENGINEERING SERVICES In addition to performing the engineering services set out in Article I, hereof, ENGINEER agrees to perform additional services as requested by CITY from time to time and CITY agrees to compensate ENGINEER for such services in accordance with ENGINEER's standard hourly fee and expenses (see Attachment C) for actual time expended and actual out-of-pocket sums expended, such services to be one or more of the following: 1. Make or prepare detailed description of sites, maps, or drawings related thereto and outside the scope of the Project; 2. Appearances before courts or boards on matters of litigation or hearings related to the Project; 3. Preparation of environmental impact assessments or statements for any Page 5 governmental agency; 4. Miscellaneous engineering work for CITY not related to the Project; 5. To provide resident project construction inspection, unless such inspection is not required, in writing, by the CITY; 6. Other services agreed to by the parties in writing and incorporated herein. VI. ARTICLE STANDARD OF CARE In performing its professional services, the ENGINEER will use that degree of care and skill ordinarily exercised, under similar circumstances, by reputable members of its profession in the same locality at the time the services are provided and in accordance with any applicable governmental laws, regulations and ordinances. VII. ARTICLE PERIOD OF SERVICE This Agreement shall be effective upon execution by CITY and ENGINEER, and shall remain in force until work is completed on the Project or until terminated under the provisions hereinafter provided in Article VIII. VIII. ARTICLE TERMINATION The CITY may terminate this Agreement at any time for convenience, with or without cause by giving written notice to the ENGINEER. Such termination may be made effective on such future date as agreed by the parties, but absent such agreement shall be immediate. Upon receipt of such notice the ENGINEER shall immediately discontinue all services and work and the placing of all orders or the entering into contracts for supplies, assistance, facilities, and materials in connection with the performance of this Agreement and shall proceed to cancel promptly all existing contracts insofar as they are chargeable to this Agreement. The ENGINEER, upon termination, shall be paid for all services rendered through the date of termination together with any additional reimbursable expense then due. Page 6 IX. ARTICLE OWNERSHIP OF DOCUMENTS 1. All completed or partially completed reports prepared under this Agreement, including the original drawings in both paper and electronic formats, shall become the property of CITY if this Agreement is terminated. Upon completion and payment of the contract, the final design, drawings, specifications and documents in both paper and electronic formats shall be owned by CITY. 2. Reuse, change or alteration by CITY or others acting by or on behalf of CITY of such documents without the permission of ENGINEER shall be at CITY's sole risk. X. ARTICLE INSURANCE ENGINEER shall carry and maintain at all times relevant hereto, at ENGINEER's expense, insurance of the type and of minimum coverage limits as follows: 1. Workers Compensation - Statutory Employer's Liability - Limits as required by the State of Texas. 2. Comprehensive General Liability, Bodily Injury and Property Damage including contractual liability in a combined single limit - $500,000 per occurrence. 3. Comprehensive Automotive Liability, Bodily Injury and Property Damage in a combined single limit - $1,000,000 per accident. Certificates of insurance for the above coverage in a form acceptable to CITY, evidencing the coverage required above, shall be provided to CITY within ten (10) business days after execution of this Agreement and prior to issuing Notice to Proceed. Such certificates shall provide that the insurer will give CITY not less than ten (10) days notice of any material changes in or cancellation of coverage. In the event any subcontractor of ENGINEER, with or without CITY's consent, provides or renders services under this Agreement, ENGINEER shall ensure that the subcontractor's services are covered by the same insurance limits as set forth above. ENGINEER shall not commence work under this Agreement until it has obtained Professional Liability (Errors and Omissions) Insurance as required hereunder and such insurance coverage has been approved by CITY. Such insurance shall be in the minimum amount of $1,000,000 and shall include coverage of Contractually Assumed Liability. The insurance coverage prescribed herein shall be maintained until one (1) year after CITY's acceptance of the construction project and shall not be canceled Page 7 without prior written notice to CITY. In this connection, upon the signing and return of this Agreement by ENGINEER, a Certificate of Insurance shall be furnished to CITY as evidence that the insurance coverage required herein has been obtained by ENGINEER, and such certificate shall contain the provision that such insurance shall not be cancelled or modified without thirty (30) days prior written notice to CITY. ENGINEER shall notify CITY within ten (10) days of any modification or alteration in such Professional Liability (Errors and Omissions) Insurance. XI. ARTICLE AUTHORIZATION, PROGRESS AND COMPLETION CITY and ENGINEER agree that the Project is planned to be completed as described in project schedule, Attachment B. ENGINEER shall employ manpower and other resources, and use professional skill and diligence to meet the schedule; however, ENGINEER shall not be responsible for schedule delays resulting from conditions beyond its control. By mutual agreement, CITY and ENGINEER may modify the Project schedule during the course of the Project and if such modifications affect ENGINEER's compensation, it shall be modified accordingly, subject to CITY's approval. It is understood that this Agreement contemplates full and complete engineering services for this Project, including any and all Services necessary to complete the work. For additional Engineering Services, the authorization by CITY shall be in writing and shall include the definition of the services to be provided, the schedule for commencing and completing the services, and the basis for compensation as agreed upon by CITY and ENGINEER. XII. ARTICLE NOTICE Any notice required under this Agreement will be in writing and given either personally, by registered or certified mail, return receipt requested, or by a nationally recognized overnight courier service, addressed to the parties as follows: If to CITY: Laura Hill Mayor City of Southlake 1400 Main Street, Suite 270 Southlake, Texas 76092 Phone: 817-748-8016 Fax: 817-748-8270 Page 8 If to ENGINEER: Dennis W. Haar, P.E. Project Manager Halff Associates, Inc. 4000 Fossil Creek Blvd. Fort Worth, Texas 76137 Phone: 817-847-1422 Fax:817-232-9784 All notice shall be effective upon the date of receipt. XIII. ARTICLE SEVERABILITY In the event that any provision of this Agreement shall be found to be void or unenforceable, such finding shall not be construed to render any other provisions of this Agreement either void or unenforceable. All provisions, which are void or unenforceable, shall not substantially affect the rights or obligations granted to or undertaken by either party. XIV. ARTICLE VENUE -LAW Venue of any suit or cause of action under this Agreement shall lie exclusively in Tarrant County, Texas. This Agreement shall be construed in accordance with the laws of the State of Texas. IN WITNESS WHEREOF the parties have caused this Agreement to be executed in two equal originals on the date and year first above mentioned. CITY OF SOLITHLAKE: Laura Hill, Mayor ATTEST: By: �i�J '' City retary i,,* ,iiiii1%0 Page 9 ENGINEER: HALFF ASSOCIATES, INC. On 48xahrHaynes; BRtflt4 THE STATE OF TEXAS § COUNTY OF TARRANT § Before me on this day personally appeared known to me [or proved to me on the oath of or through (description of identity card or other document)] to be the person whose name is subscribed to the foregoing instrument and that he/she is the duly authorized 1i1aRQSjdem of Halo AssDricifts,Inc. , and acknowledged to me that he/she executed the same for the purposes and consideration therein expressed. Given u lJ�nd .��td eal _of office this � day of AWI1W—, A.D. at)�q . boas DE NON DOUh SAS State oYTexas Notary's Name P nted Page 10 MEN HALFF July 19, 2019 P34096 Mr. Kyle Hogue, P.E. City of Southlake Public Works City Engineer/ Public Work Deputy Director 1400 Main Street, Suite 320 Southlake, TX- 76092 RE: Proposal For North Peytonville Storm Drain and Sidewalk Improvements Dear Mr. Hogue: We are pleased to present the following proposal to provide survey and engineering services for the North Peytonville Avenue storm drain and sidewalk improvements located at the northeast corner of North Peytonville Avenue and Raven Bend Court. The engineering services are described in Attachment "A" (Scope of Work), Attachment `B" (Schedule), and Attachment "C" (Fee Summary). The fees included in this proposal will be honored for up to 60 days from the date of this proposal. In addition, we have included a preliminary estimate of probable construction cost for your information. We appreciate the opportunity to be of service to you and look forward to working with you on this project. If you agree with the terms of this proposal, we will incorporate the proposal into the standard City of Southlake contract for execution. Please feel free to contact me at (817) 847-1422 if you have any questions or need additional information. Sincerely, HALFF ASSOCIATES, INC. Dennis W. Haar, P.E. Project Manager HALFF ASSOCIATES, INC. ._ .__ .-.. ... ._L '8' )E347 -422 Attachment "A" Scope of Work North Peytonville Storm Drain and Sidewalk Improvements Southlake, Texas GENERAL — Halff Associates will perform a detention analysis of the Shady Oaks Phase 3 detention pond at the southwest comer of the development to determine the impacts of converting the existing walled detention stricture to a traditional pond structure. The pond discharge will be piped from a proposed flow -controlled outlet structure and discharge to the existing ditch at the northwest comer of North Peytonville Avenue and Raven Bend Ct. 'the improvements will include approximately 120 linear feet of sidewalk along the east side of North Peytonville Avenue north of Raven Bend Ct and approximately 180 linear feet of storm drain with alignment based on SUE services described below. Ffalff will provide the following services: I. Detention Analysis — Halff will perform a detention analysis utilizing the InfoWorks ICM model developed as part of the Kirkwood/Higgins Branch Watershed Study to evaluate the proposed detention structure and outfall piping described above. The detention analysis will deternine proposed peak discharge rates from the pond to be at or below existing peak discharge rates compared to as -built design plans. A downstream assessment will be performed to confirm no increase in discharge to the receiving ditch at the northwest comer of the intersection of North Peytonville Avenue and Raven Bend Court. Erosion protection will be evaluated at the piped outfall from the pond. The analysis will be documented in a brief letter report with exhibits. II. Topographic Survey — Halff will provide the survey services necessary to design the proposed improvements. The survey will include: a. Establishing control based on City of Southlake Survey Control Points. Set additional horizontal and vertical survey control points suitable for use in design and construction. b. Field tic visible existing facilities required for final design including existing paving, curb, gutter, signs, building finished floor, building comers, pavement markings, trees, shrubs, above ground utility appurtenances, property corners, and any other surface features on and adjacent to the site. c. Prepare a 0.5' contour interval topographic survey of the site and adjacent areas. III. Subsurface Utility Engineering Services — Halff will perform SUE in accordance with ASCE. Cl/ASCE 38-02 "Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data." This standard defines the following Quality Levels: Quality level -A: Precise horizontal and vertical location of utilities obtained by the actual exposure (or verification of previously exposed and surveyed utilities) and subsequent measurement of subsurface utilities, usually at a specific point. Minimally intrusive excavation equipment is typically used to minimize the potential for utility damage. A precise horizontal and vertical location, as well as other utility attributes, is shown on plan documents. Quality Level-B: Information obtained through the application of appropriate surface geophysical methods to determine the existence and approximate horizontal position of subsurface utilities. Quality- Level-B data should be reproducible by surface geophysics at any point of their depiction. This information is surveyed to applicable tolerances defined by the project and reduced onto plan documents. Quality Level-C: Information obtained by surveying and plotting visible above -ground utility features and by using professional judgment in correlating this information to Quality Level- D information. Quality Level-D: Information derived from existing records or oral recollections Quality Level -A Utility'I'est Holes (_Vacuum Excavation Up to two (2) test holes will be performed on various utilities at locations specified by Ci of Southlake. Halff will cut up to a 12" square test hole, excavate down to utility, record the depth to top of utility, backfill & compact the hole, and restore the surface to its original condition. An iron rod with cap or "x-cut" will be set to mark the approximate centerline location of the utility. A jackhammer will be utilized for work to be performed in asphalt and concrete areas. Quality Level-B Utility Designating: Halff will designate the approximate horizontal position of conductive/tuneable utilities within the project limits using geophysical prospecting equipment and mark using paint and/or pin flags. We anticipate the designation of utilities including buried communication, natural gas, water, waste water/sanitary sewer, and storm drain/storm sewer. Designation of irrigation lines, HDPE lines, gathering lines, asbestos concrete and/or pvc lines, as well as pvc lines without tracer wire or access are not part of this Scope of Services. Because of limited utility record information and the possibility of non-conductive/un- toneable utilities, Halff cannot guarantee all utilities will be found and marked within the project limits. Quality Levcl-C Surveying: Quality Level-B Utility Designation paint markings, pin flags, and above ground utility appurtenances as well the iron rod with cap or "x-cut" for Quality Level -A Test Holes will be surveyed and tied utilizing project survey control provided by others. Quality Level-D Records Research: Available Records will be provided to Halff by City of Southlake. Halff will perform additional utility record research as needed to successfully complete the project. Because there are situations where the utility does not have a metallic composition; a metallic tracer line attached; access to insert a tracer line within it, the approximate location of the utility may be determined through the use of utility records and direct correspondence with the utility owner/representative. In these areas, the information will be considered Quality Level-D, depicted according to utility record information only. SUF. Field Manager / Professional I.ngincen A SUF: Field Manager will be on -site for a portion of this project for field crew supervision, field quality control, and coordination with on -site personnel. A Professional Engineer will be responsible for Qt\/QC, management of the contract, coordination with the project team and signing the final deliverables if required. Right-of-f ntrv: Right -of -Entry is not part of this Scope of Services as work is anticipated within the existing road Right -of -Way. If Right -of -Entry is required, it will be performed and provided to Halff by City of Southlak . Halff will coordinate with property owner(s) once right of entry has been obtained. Permitting: Street Cut permits will be coordinated with the City of Soudtlake as required. Work Zone Traffic Control: Halff will provide standard temporary work zone traffic control consisting of cones and free- standing signage for this project. Exact test holes locations arc unknown and any required certified traffic control to be provided by Dallas Lite & Barricade, if needed. If an engineered traffic control plan is required for permit approval or if unique traffic control conditions exist, Halff will notify City of Southlake and submit a supplemental agreement for authorization prior to proceeding with additional work. IV. Construction Plans— Halff will prepare the following construction plans and specifications using typical engineering scales formatted to 22-inch by 34-inch sheets suitable for reduction to 11-inch by 17-inch sheet size. These plans will incorporate comments received during the predevelopment meeting and client review. a. Cover Sheet — The cover sheet will be prepared in accordance to City development standards for permit submittal. b. Layout Sheet and General Notes — This sheet will define the survey control and provide specifications and notes to govern construction and meet City design criteria. c. Demolition Plan — The demolition plan will show the construction limits and features to be removed and protected. The sheet will include details as necessary. d. Paving and Grading Plan — The paving and grading plan will define the proposed paved and non -paved surfaces on the site and indicated the proposed grades. The plan will indicate drainage paths, high points, and surface slopes necessary to illustrate Texas Accessibility Standard compliance. Pavement [narking and signage will be included in the plan. c. Drainage Plan and Calculations — Halff will document the drainage calculations in accordance with the City of Southlake Drainage Design Criteria. The plan will include a plan and profile of the proposed storm drain with design HGL shown. f. Detention Pond Grading and Calculations —'Phis sheet will provide detention grading and outlet structure design/calculations. g. Structural Plans for Flow Controlled Inlet — Flalff will provide the structural design and detail of the proposed detention facility flow -controlled inlet. h. Traffic Control Plans — Halff will prepare the necessary traffic control plans in accordance with the Texas MUTCD latest edition. i. Erosion Control Plan —The site disturbance for this project will be less than 1 acre. The erosion control plan will include the necessary best management practices to meet City and State standards for construction. The plan will be acceptable to include in the Contractor's Storm Water Pollution Prevention Plan (SW3P). The Contractor will be responsible to provide the complete SW3P. This plan may be combined with the Paving and Grading Plan if space allows. j. Details — The plans will include the necessary construction details. The details will be included on the plan sheets or additional sheets as necessary. City of Southlake and TXDO'I' standard details will be used and special details will be provided if these details are not applicable. k. Specifications — Halff will prepare a project manual for the project based on the current NCTCOG Public Works Construction Standards and City standard bid documents. 1. Opinion of Probable Construction Cost An estimate of probable construction cost will be provided based on the construction plans. m. Texas Accessibility Standards Review and Inspection —The pedestrian elements for the project are anticipated to be less than $50,000 in construction cost. Halff will not submit to a local Registered Accessibility Specialist for review and final project inspection in accordance with the Texas Department of Licensing and Regulation (TDLR). n. Meetings and Review — Halff will conduct a kickoff meeting with City staff to discuss the project. Halff will submit a preliminary review plan set and project manual. Halff will meet with City staff to discuss comments. Halff will then address the City comments and submit the signed and sealed construction documents. V. Procurement Phase Services — Halff will provide the following construction phase services: a. Prepare 20 sets of plans and specifications for distribution b. distribute plans and specifications for bidding, c. maintain a plan holder's list, d. address contractor questions e. prepare addenda as necessary f. prepare a bid tabulation g. verify contractor references and experience h. provide a letter recommending contractor VI. Construction Phase Services — I lalff will provide the following construction phase services: a. Attend pre -construction conference b. Review submittals c. Address RFIs d. One site visit to view completed construction. e. Prepare punch list base on site visit. f. Prepare record drawings based on contractor plan markups. ITEMS NOT INCLUDED IN THIS PROPOSAL: • Tax and Permitting Fees not described above • TDLR Review • Geotechnical investigation. • Platting or zoning services • Easement preparation • Foundation design. • Structural design. • City permitting • Construction SW3P • Services required after final acceptance of construction work • Revisions to drawings previously approved by the Client due to changes in: Project scope, budget, schedule, or when such revisions are inconsistent with written approvals or instructions previously given; enactment or revision codes, laws, or regulations subsequent to the preparation of such documents. • Preparation of presentation materials for marketing or purposes other than those defined above • Provide consultation, drawings, reports or other work products related to permits, approvals and ordinances not described above • Providing professional services for the field selection of plant materials • Construction materials testing • Providing services other than those outlined above • Site visits or meetings beyond the number identified above • Construction staking • Traffic Analysis Attachment `B" Schedule North Peytonville Storm Drain and Sidewalk Improvements Southlake, Texas Item Schedule Detention Pond Analysis Six weeks from completion of existing conditions ICM model Survey Three weeks following completion of existing conditions ICM model SUE —Level B Three weeks following completion of existing conditions ICM model SUE —level A Two weeks following test hole layout approval Preliminary Plans Six weeks from completion of Detention Pond Analysis Final Plans Two Weeks following Owner preliminary plan approval Attachment "C" Fee Summary Item Cost Detention Analysis $14,500 Topographic Survey $3,500 SUE $8,800 Construction Plans $23,500 Cover Sheet $200 layout Sheet and General Notes $400 Demolition Plan $300 Paving and Grading Plan $2,600 Drainage Plan and Calculations $3,700 Detention Pond Grading & Calculations $2,200 Structural Plan $6,000 Traffic Control Plans $2,200 Erosion Control Plan $300 Details $1,700 Specifications $1,500 Opinion of Probable Construction Cost $600 Meeting and Re,,7ew $1,800 Procurement Phase Services $5,500 Construction Phase Services $3,700 TOTAL $59,500 The estimated fee shall be considered a lump sum fee as shown above. Costs incurred will be carefully monitored during the progress of this project and will not be exceeded without prior approval from the client. Services will be invoiced monthly, based on die percentage of work completed. The budget established above does not include revisions to the scope of work after the Notice -to - Proceed. If revisions are requested by the client, a revision to the scope and budget will be required. Payment for services authorized and rendered are not contingent on third party agreements. Furthermore, Halff Associates may withhold drawings, documents, reports, or any other tangible items produced under the terms of this agreement until all outstanding invoices are paid. Unless otherwise stated, fees quoted in this proposal exclude state and federal sales taxes on professional services. Current Texas law requires assessment of sales tax on certain kinds of surveying services but does not require sales taxes on other professional services. If new or additional state or federall taxes are implemented on the professional services provided under this contract during the term of the work, such taxes will be added to the applicable billings and will be in addition to the quoted fees.