Item 4BCITY OF
SOUTHL_AKE
MEMORANDUM
(May 4, 2010)
To: Shana Yelverton, City Manager
From: Robert H. Price, P.E., Director of Public Works
Subject: Approve a professional services agreement for the design of
FM1938 Phase 2 with TranSystems Corporation in the amount
of $1,498,107.13
Action
Requested: Approve a professional services agreement for the design of
FM1938 Phase 2 with TranSystems Corporation in the amount of
$1,498,107.13.
Background
Information: FM 1938 is a joint project with the Cities of Southlake and Keller,
the Town of Westlake, Tarrant County, the Texas Department of
Transportation (TxDOT), and the Regional Transportation Council
(NCTCOG — RTC). On August 23, 2007, the Texas Department of
Transportation executed Minute Order #111060 designating FM
1938 onto the state highway system from the intersection of
Southlake Blvd (FM 1709) to the intersection of State Highway 114.
This action allows available State and Federal funds to be used for
construction of the roadway.
The Cities of Southlake and Keller, the Town of Westlake, and
Tarrant County agreed to provide design engineering services and
right of way to TxDOT for the project. On March 5, 2002, the City
of Southlake entered into an Interlocal Agreement with Tarrant
County, the City of Keller, and the Town of Westlake for the joint
acquisition of right -of -way necessary to make the roadway
improvements to FM 1938 from FM 1709 to State Highway 114.
Tarrant County agreed to fund the cost of the right of way and
provide the acquisition services necessary to obtain the right -of-
way.
Construction of FM1938 Phase 1 is anticipated to begin in Spring
2010 for the section of roadway within the Town of Westlake.
FM1938 Phase 1 will be a 6 lane roadway and will transition to a 4
lane roadway south of Dove Road in the Town of Westlake and will
continue approximately 300 If south of the Randol Mill Road in
Southlake. FM1938 Phase 2 will continue as a 4 lane roadway
from the Randol Mill bend and transition to a 6 lane roadway at
Johnson Road and will include improvements to the intersection of
FM1938 and Southlake Boulevard (FM1709). Design of the
roadway will include pavement design, drainage basin detention,
structural retaining wall design, as needed, utility relocation design,
and ROW documents for acquisition by Tarrant County. Design will
also include a preliminary concept landscape design for the
FM1938 medians.
TranSystems will also prepare the contract documents and assist in
the bid phase of the project. TranSystems will also provide general
representative inspection services during construction of the
TxDOT project by making periodic site visits to observe the
progress of the construction and the quality of the work.
TranSystems will also be addressing any Requests for Information
(RFI) that are developed by the contractor.
The design schedule anticipates completion of the design contract
in the Fall of 2011. Construction funding is programmed in the
approved FY 2010 and proposed FY 2011 CIP Budgets.
Previously, the City of Southlake has expended funds toward the
design of Phase I of this project in the amount of $235,171.
Tarrant County, through efforts of Precinct III Commissioner Gary
Fickes, has committed funding toward the FM1938 roadway
expansion project. A portion of the Tarrant County funds have
been expended on Phase I of the project. Staff will be presenting
an Interlocal Agreement for Council's consideration on an upcoming
Council agenda. Based upon discussions with City of Keller staff,
staff will be presenting an Interlocal Agreement for Council's
consideration on an upcoming Council agenda addressing Keller's
participation.
The anticipated construction cost projection for Phase II is
$20,928,948. Based upon this construction cost estimate, the
engineering fee is approximately 7.2% of the construction cost. It
should be noted that this fee includes both Basic as well as Special
Services. A substantial portion of the fee is Special Services for
surveying and ancillary services required in order to provide the
engineering design services.
Financial
Considerations: Funds for the FM 1938 Phase 2 engineering design are included in
the General Fund CIP. These funds have been included in
successive CIP Budgets from 2001 to present.
Currently, there is an available balance of $1,274,966.00 in the CIP
fund for FM 1938, Phase 2 following prior expenditures of $235,171
for previously incurred engineering fees. Staff anticipates
participation by Tarrant County of approximately $450,000 for
engineering and participation by Keller in the amount of $260,000
(25% of the remainder) for engineering. Tarrant County will also
provide an unspecified amount for right of way acquisition.
Southlake's net obligation under this contract should be
approximately $790,000 with participation by Tarrant County and
Keller. Pending completion of the interlocal agreements, Staff
proposes to utilize short term intrafund transfers to ensure the
contract is fully funded.
Strategic Link: The construction of FM1938 Phase 2 links to the city's strategy
map relative to the focus areas of Mobility, Partnerships and
Volunteerism, Infrastructure, and Performance Management and
Service Delivery. The specific corporate objectives that are met by
the construction of this project include: Provide travel convenience
within City and region, Collaborate with select partners to
implement service solutions, Investing to provide and maintain high
quality public assets, and Providing High Quality Customer Service.
Citizen Input/
Board Review: N/A
Legal Review: This is the standard professional services contract that has been
previously reviewed by the City Attorney.
Alternatives: The City Council may approve the professional services agreement
with TranSystems Corporation or deny it.
Supporting
Documents: Location Map
TranSystems Corporation Contract, Scope and Fee
Project Schedule
Staff
Recommendation: Approve a professional services agreement for the design of
FM1938 Phase 2 with TranSystems Corporation in the amount of
$1,498,107.13.
Staff Contact: Robert H. Price, P.E., Public Works Director
Gordon J. Mayer, Jr., P.E., City Engineer
Cheryl Taylor, P.E., Civil Engineer
40
r
PER
•
IS
••
•
a�
J
i,
I
W
W
a
fT�
W O
:0L
mw
Q
ti
W
7
LU
0
W
J
W
Y
(`J
cc
m
0 1t
AGREEMENT FOR ENGINEERING SERVICES
THIS AGREEMENT is made this day of , 2010 by and
between the City of Southlake, Texas (hereinafter referred to as "CITY "), and
TranSystems Corporation (hereinafter referred to as "ENGINEER ").
WHEREAS, CITY contemplates the need to make improvements to FM 1938
from Southlake Boulevard (FM 1709) to Randol Mill Bend. This project is to be known
as the FM 1938 — Phase II 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
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 refers 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
agreement and this Agreement shall be modified in writing accordingly.
Page 1
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 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 or joint 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 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.
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, 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.
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
Pale 3
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.
10. Provide any other information or assistance as outlined in Attachment B
hereto.
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 Article I, the ENGINEER shall be
paid on a lump sum basis in the amount of $805,206.97 for Basic Services and on an
hourly basis plus expenses in an amount not to exceed 692,900.16 (as outlined in
Attachment C) with a total not to exceed cost ceiling of $1,498,107.13 as billed monthly
by ENGINEER.
IV. ARTICLE
TIMES OF BILLING AND PAYMENT
The ENGINEER shall bill CITY monthly for costs incurred in accordance with the
work performed provided the limits set out in Article III hereof have not been exceeded.
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.
Remittances shall be made to ENGINEER's office at 500 West 7 Street, Suite 1100,
Fort Worth, Texas 76102.
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 (see Attachment D) as determined by the actual costs
incurred and by actual time 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
governmental agency;
Pa 'ue 5
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. No warranty,
express or implied, is made or intended by the ENGINEER's undertaking herein or its
performance of services, and it is agreed that the ENGINEER is not a fiduciary with
respect to the CITY.
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 or for any
cause upon ten (10) days written notice to the ENGINEER. 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.
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
Page 6
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 upon execution of
this Agreement. 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
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.
Page 7
XI. ARTICLE
AUTHORIZATION, PROGRESS AND COMPLETION
CITY and ENGINEER agree that the Project is planned to be completed by
September 30, 2011. 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: Shana Yelverton
City Manager
City of Southlake
1400 Main Street, Suite 460
Southlake, Texas 76092
Phone: 817- 748 -8400
Fax: 817- 748 -8010
If to ENGINEER: Raul Pena III, P.E.
Senior Vice President
TranSystems Corporation Consultants
500 West 7 Street, Suite 1100
Fort Worth, Texas 76102
Phone: (817) 339 -8950
Fax: (817) 336 -2247
Page 8
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 e executed
in two equal originals on the date and year first above mentioned.
CITY OF SOUTHLAKE
By:
John Terrell, Mayor
ATTEST:
By:
City Secretary
Page 9
ENGINEER: TRANSYSTEMS CORPORATION
Raul Pena, III, P.E., Senior Vice President
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
of , and acknowledged
to me that he /she executed the same for the purposes and consideration therein
expressed.
Given under my hand and seal of office this day of
A. D.
(SEAL) Notary Public, State of Texas
Notary's Name Printed
Page 10
ATTACHMENT A
SERVICES TO BE PROVIDED BY THE ENGINEER
The City of Southlake (hereinafter to be referred to as the City) has commissioned the services of
TranSystems, Inc. (hereinafter to be referred to as the Engineer) to serve as the Engineer on this
project. The Texas Department of Transportation (hereinafter to be referred to as TxDOT) will
require special coordination as the project will be let through the TxDOT letting system.
Preliminary Studies and Design
A. Design Criteria. The Engineer shall design the project according to the approved design
criteria. Plans and specifications will be prepared in the TXDOT format. The Engineer
shall supply project specific design criteria (typical sections, estimate, design exceptions,
etc.) to be inserted into the Design Elements form for discussion at the Design Concept
Conference (DCC).
B. Data Collection. The Engineer shall collect, review and evaluate data described below.
The Engineer shall notify the City in writing whenever the Engineer finds disagreement
with the information or documents:
I. Data, if available, from the City and TxDOT, including "as -built plans ", existing
schematics, right -of -way maps, SUE mapping, existing cross sections, existing
planimetric mapping, environmental documents, existing channel and drainage
easement data, existing traffic counts, accident data, BRINSAP records, PMIS data,
identified endangered species, identified hazardous material sites, current unit bid
price information, current special provisions, special specifications, and standard
drawings.
2. Documents for existing and proposed development along proposed route from local
municipalities and local ordinances related to project development.
3. Utility plans and documents from appropriate municipalities and agencies.
4. Readily available flood plain information and studies from the Federal Emergency
Management Agency (FEMA), the U. S. Army Corps of Engineers, local
municipalities and other governmental agencies in addition to that provided by the
City.
C. Field Reconnaissance. The Engineer shall conduct field reconnaissance and collect data
including a photographic record (to be maintained in Engineer's office) of notable
existing features.
D. Design Concept Conference. The Engineer, in cooperation with the City and TxDOT
shall plan, attend and document a Design Concept Conference (DCC). The conference
will provide for a brainstorming session in which decision makers, stakeholders and
technical personnel may discuss and agree on:
1. Roadway and drainage design parameters
2. Project development schedule
3. Other issues as identified by the City
E. Design Schematic. The Engineer will update the design schematic to current TxDOT
design criteria and topographic features.
F. Geotechnical Borings. The Engineer will hire a geotechnical firm to provide the existing
soil conditions, retaining wall global stability analysis and pavement design analysis for
this project.
PUBLIC INVOLVEMENT
A. Public Involvement. The Engineer shall provide technical assistance, preparation of
exhibits for, and minutes of, two (2) meetings to inform the public of impacts to
neighborhoods and businesses due to roadway shutdowns, detours and access restrictions.
RIGHT -OF -WAY (ROW) DATA
A. Right -of -Way Map.
1. Deed research
a. Using the owner information gathered for right of entry, obtain copies of the
vesting deeds, plats and other records for the affected parcels and the adjoining
properties. Estimated 86 properties.
b. Prepare a working sketch from the deed research of the affected and adjoining
parcels
2. Field boundary investigation- Estimated 43 Parcels
a. Search and tie both front and rears corners of the affected parcels.
b. Make an on the ground survey of any improvements severed by the proposed right-
of -way line
c. A registered surveyor will be in the field to direct the boundary investigation
3. Boundary resolutions
a. Overall parcel boundaries will be reconstructed in accordance with the Texas
Board of Professional Land Surveying standards
4. An overall base map of the project will be developed
5. Prepare right -of -way maps, parcel descriptions and parcel plats in accordance with
TxDOT Fort Worth District standards. Estimated 86 Parcels
6. Deliverables in accordance with the Fort Worth District standards
a. One full size right of way map on paper, Scale V = 50'(22" x 34 ")
b. Three half size right of way maps on paper, Scale 1" = 100' (11' x 17 ")
c. One set of folders for each Parcel, Parts 1 & 2, etc.., would be considered one
folder. With one (copy signed and sealed) legal, sketch, closure sheet, parent tract
deed (& Bi- Section if applicable) secured inside on the right side. Note: Just pencil
on tab of folder what Parcel no. and FTW District will make the label
d. Three copies (signed & sealed) of each legal and sketch loose inside of folder
e. Two separate sets (copies) of legal and sketch on each parcel
f One separate set of Originals signed and sealed by R.P.L.S. legal & sketch
2
g. CD with DGN Master File, Map Sheets, Excel Point List and Raw Data File and /or
Field Notes
h. Control points with coordinates on Excel Point List
7. Right -of -way staking
a. Stake the proposed right -of -way line one time with wooden lathes at an
approximate 100' interval or line of sight
b. Stake for construction offsets to proposed TxDOT Type 11 concrete monuments
along the proposed right -of -way at all PCs, PT, PI and at a maximum of 1500'
spacing. Once monuments have been constructed by the contractor, punch brass
cap with exact location of ROW. Set smooth iron rods and TxDOT caps at all PCs,
PTs, PIs and at a maximum of 1500' spacing. Estimating 80 Irons will be
required.
c. Stake each property line crossing the proposed right -of -way with a 5/8 inch
smooth iron rod and aluminum TxDOT cap. Estimating 50 Irons
d. Stake all remaining corners of the taking parcel and rear corners of the parent
parcel as needed with 5/8 inch iron rod with a TranSystems plastic cap. Estimating
65 Irons
e. TxDOT to supply the smooth 5/8 inch iron rods and the brass and aluminum
TxDOT right -of -way caps
8. Any necessary traffic control will be in accordance with current TxDOT Traffic
Control Plan for Surveying Operations
B. Utility Locations (SUE Survey).
1. Develop quality Level `B" SUE only. The Quality Level "B" SUE is limited to
designating those utilities that have been installed within the project limits since the
previous Quality Level `B" SUE was completed by G &AI in 2008. Quality level "B"
SUE is defined as two - dimensional (x, y) information obtained through the
application and interpretation of non - destructive surface geophysical methods. Also
known as "designating" this quality level provides the horizontal position of
subsurface utilities within approximately one foot
2. Survey required for collection of SUE data
3. Deliver updated Quality Level "B" SUE on 11x17 plans depicting the type and
horizontal location of the designated utilities
FIELD SURVEYING AND PHOTOGRAMMETRY
All available existing field surveying and photogrammetry will be provided by the City.
A. Aerial Survey.
1. Digital Planimetric Mapping
a. Digital data collected at 1 " =50' scale for selection for features that are identifiable
or interpretable from aerial photographs
b. Digital planimetric data to be provided in 2D Mircostation format.
2. Digital Terrain Model (DTM) Development
3
a. Developed using the specified breakline random point method
b. Data collected to accurately depict the terrain and meet and /or exceeds the
specified accuracy requirements for maps with 1' contours
c. DTM to be provided in GEOPAK format
d. DTM to be provided on CD
e. Develop TIN file using breaklines and mass points
3. Digital Orthophoto Development
a. Produce digital orthophotos of the specified area
b. Provide a 0.25' pixel resolution
c. Delivered in Tiff with Tiff world files and Descartes "hmr" format
B. Design Survey.
1. Secure right of entry for survey crews
a. Research tax records for approximately 150 parcels to request right of entry.
Additional parcels over the estimated actual takes for placement of aerial panels,
adjoining parcels, and stream sections
b. Stake holder responses logged in a database detailing any conditions or
requirements for entry
c. Provide excel spreadsheet with stakeholder's address and status
2. Establish horizontal and vertical control
a. Control points will be set at approximately 1500' intervals
b. Points will be located in areas that will be protected as much as practical from
future construction
c. Coordinates and elevations will be based on the TxDOT Fort Worth District VRS
network. Differential levels will be run between control points for vertical quality
d. Previous control points set by others (G &AI) will be tied. If possible a translation
and rotation factor will be determined to match current TxDOT control
3. Establish aerial panels
a. Panels will be set at approximately 1800' intervals
b. Wing panel set 300' either side of centerline
c. Elevations to be established by differential leveling.
d. Panels will be removed from private property after the aerial data is confirmed
4. Supplemental topographic surveys
a. Perform on the ground surveys of the areas that were obscured by vegetation or
other causes from the aerial mapping.
b. Check aerial information for accuracy
c. Locate underground utilities as marked by others (SUE)
d. Detail drainage structures
e. Verify top and flow line elevations of wet utilities.
f Centerline profiles of existing cross streets a total of 700', of which 500' will
extend past the proposed tie in point.
5. Stream cross sections
a. Estimating 5 locations
El
b. 4 sections per location
6. Geotech
a. Estimating 15 bore locations.
b. Locations will be marked and actual location of bore will be surveyed after
drilling.
ROADWAY DESIGN
A. Roadway Design. The Engineer shall provide roadway plan and profile drawings using
CADD standards as required by TxDOT. The drawings shall consist of a planimetric file
of existing features and files of the proposed improvements. The roadway base map shall
contain line work that depicts existing surface features obtained from the schematic
drawing. Existing major subsurface and surface utilities shall be shown. Existing and
proposed right -of -way lines shall be shown. Plan and Profile to be shown on separate or
same sheets (this depends upon width of pavement) for main lanes.
1. The Plan view shall contain the following design elements:
a. Calculated roadway centerlines for new main lanes, and cross streets. Horizontal
control points shall be shown. The alignments shall be calculated using
GEOPAK.
b. Pavement edges for all improvements (main lanes, cross streets, and driveways).
c. Lane and pavement width dimensions.
d. The geometrics of auxiliary lanes.
e. Proposed structure locations, lengths and widths.
f Direction of traffic flow on all roadways. Lane lines and /or arrows indicating the
number of lanes shall also be shown.
g. Drawing scale shall be F =50'
h. Control of access line, & ROW lines and easements.
i. Begin /end superelevation transitions and cross slope changes.
j . Limits of riprap, block sod, and seeding.
k. Existing utilities and structures.
1. Benchmark information.
m. Radii call outs, curb location, safety items and American with Disabilities Act
Accessibility Guidelines (ADAAG) compliance items.
2. The Profile view shall contain the following design elements:
a. Calculated profile grade for proposed main lanes and cross streets. Vertical curve
data, including "K" values shall be shown.
b. Existing and proposed profiles along the proposed centerline of the main lanes.
c. Drawing vertical scale shall be distorted 10' vertical to 1' horizontal.
B. Typical Sections. Typical sections shall be required for all proposed and existing
roadways and structures. Typical sections shall include width of travel lanes, shoulders,
outer separations, border widths, curb offsets, and ROW. The typical section shall also
include PGL, centerline, pavement design, longitudinal joints, side slopes,
sodding /seeding limits, concrete traffic barriers and sidewalks, if required, station limits,
common proposed /existing structures including retaining walls, riprap, limits of
embankment and excavation, etc.
5
C. Main Lane Road Design. The Engineer shall provide the design as shown on the
approved updated schematic. The design shall be consistent with the current TxDOT
Roadway Design Manual.
D. Cross Streets. The Engineer shall provide an intersection layout detailing the pavement
design and drainage design at the intersection of each cross street. The layout shall
include the curb returns, geometrics, transition length, stationing, pavement and drainage
details. The Engineer shall design for full pavement width to the ROW and provide a
transition to the existing roadway.
E. Cut and Fill Quantities. The Engineer shall develop an earthwork analysis to determine
cut and fill quantities and provide final design cross sections at 100 feet intervals. Cross
sections shall be delivered in standard GEOPAK format on 11"x17" sheets and electronic
files. The Engineer shall provide all criteria and input files used to generate the design
cross sections. Cross sections and quantities shall consider existing pavement removals.
Two sets of drawings shall be submitted by the Engineer at the 60% and final submittals,
respectively.
F. Pavement Design. The Engineer shall incorporate the pavement design developed by
the Geotechincal Engineer and approved by TxDOT for this project.
G. Estimate. The Engineer shall independently develop and report quantities in standard
TxDOT bid format at the 60 %, 90% and Final PS &E submittals.
DRAINAGE DESIGN
This contract does include the detailed design of outfall improvements outside of the right of
way, and for ditch outfall transitions of cross drainage culvert structures to the existing ditch.
Preliminary hydraulic design of all drainage structures (culverts, storm sewers, channels, etc.)
shall be submitted to the City and State for review. This preliminary submission shall include
the overall drainage plan, structure layout, and hydraulic computations. All hydraulic design
shall be in accordance with the TxDOT Hydraulic Manual or agreed upon requirements, except
where variances are permitted in writing by the City and /or State.
A. Hydrologic Studies, Discharges.
1. Drainage area maps showing existing conditions and proposed improvements
2. Determine 2, 10, 25, 50 and check 100 yr design floods
3. Show Natural Ground Profile
4. Show Proposed Roadway Profile(s)
5. Identify Existing drainage outfalls
6. Identify all existing waters (i.e. creeks, ditches)
7. Hydrologic data /discharge determination
8. Determine detention requirements and impacts to adjacent areas
9. Determine outfall impacts due to changes in collection method upstream (from
overland /ditch to storm drain)
10. Review and Verify of Phase 1 drainage basin in Wildwood Estates completed by
Graham Associates
X
B. Culvert and Storm Drain Design.
1. Hydraulic computations
a. Culverts
b. Storm Sewers
c. Outfall s
2. Culverts (Plan and Profile)
a. New culverts
b. Culvert replacements
3. Storm sewers (Plan and Profile)
a. New storm sewers
b. Inlets
c. Manholes
d. Trunk lines
4. Outfall channel(s)
5. Summary of Quantities
6. Determine areas requiring trench protection, etc
7. Show all utility conflicts and minimize impacts and /or relocations where possible
C. Storm Water Pollution Prevention Plans (SW3P). The Engineer shall develop SW3P,
on separate sheets from (but in conformance with) the TCP, to minimize potential impact
to receiving waterways. The SW3P shall include text describing the plan, quantities,
type, phase and locations of erosion control devices and any required permanent erosion
control measures.
The Engineer shall use standard details where practical. No design and detailing of hydraulic
structures have been included with this scope of work.
SIGNING, MARKINGS AND SIGNALIZATION
A. Signing. The Engineer shall prepare drawings, specifications and details for all signs and
coordinate with the City for overall temporary, interim and final signing strategies and
placement of signs. Sign detail sheets shall be prepared for small signs showing
dimensions, lettering, shields, borders, corner radii, etc., and shall provide a summary of
small signs. The Engineer shall also designate the shields to be attached to guide signs.
The proposed signs shall be illustrated and numbered on plan sheets. Sign foundation
shall be selected from TxDOT Standards and conform to MUTCD requirements
The Engineer shall provide the following information on signing layouts:
1. Roadway layout.
2. Center line with station numbering.
3. ROW lines.
4. Culverts and other structures that present a hazard to traffic.
5. Location of utilities.
6. Existing signs to remain, to be removed, or to be relocated.
7. Proposed signs (illustrated and numbered).
7
B. Pavement Markings. The Engineer shall detail permanent and temporary pavement
markings and channelization devices on plan sheets. The Engineer shall coordinate with
the City for overall temporary, interim, and final pavement marking strategies. Pavement
markings shall be selected from the latest TxDOT standards.
The Engineer shall provide the following information on pavement marking layouts:
1. Proposed markings (illustrated and quantified) which include pavement markings,
object markings and delineation.
2. Quantities of existing pavement markings to be removed.
3. Proposed delineators and object markers.
4. The location of interchanges, mainlanes, grade separations, frontage roads and ramps.
5. The number of lanes in each section of proposed highway and the location of changes
in numbers of lanes.
6. ROW limits.
7. Direction of traffic flow on all roadways.
C. Traffic Signalization.
1. Existing plan information will be obtained from TxDOT and the City, as available,
including:
a. Roadway plans for FM 1709 and more recent roadway projects along said road
b. Existing traffic signal and interconnect plans
c. Plat maps for adjacent properties
In addition to existing plan information, other available information such as traffic
counts and the type of existing controllers along the corridor will also be obtained.
2. Field check the base map, verifying critical dimensions such as roadway widths, lane
widths, etc.
3. Contact power company to identify potential service feed locations. Once
preliminary plans are completed, the plans will be sent to the utility company to
continue coordination of power service.
4. Utilizing traffic count data provided by the City, perform a capacity analysis to
evaluate appropriate lane configurations and signal phasing.
5. The location of the existing lighting will be discussed with the City to determine if
additional lights are needed at the intersection, or if some of the lights should be
shifted to the traffic signal mast arms. Power service for the lighting will be
coordinated with the traffic signals, as necessary, either feeding lights on the mast
arm poles from the existing lighting circuits or via a new circuit through the signal
controller. Lighting and interconnect (if required) details and quantities will be
incorporated into the signal plan sheets and details as necessary.
6. Preliminary plans will be submitted to the City, TxDOT and the utility companies for
review. Once review comments are received, a meeting will be held with the City
and TxDOT to review the comments, as necessary.
7. Final plans and construction cost estimates will be prepared, incorporating the review
comments.
LANDSCAPE
A. Schematic Design.
0
1. Programming — Hold a pre- design conference to discuss City's Program and desire image for
the project
2. Analysis — A analysis of the entire site, existing features and the urban design plan will be
made
3. Streetscape Plan
a. Develop one (1) schematic design that meets the criteria set forth in the Urban Design
Plan for Landscape Developments of the medians and parkways
b. Develop two (2) alternative plans with a reduced scope of work
c. Prepare illustrative materials for public presentation
4. Irrigation - Develop a master layout for taps, meters, controllers, sleeves and main lines
5. Cost Estimate — Prepare for each of the three (3) alternatives
RETAINING WALLS
A. Structural Design Details (limited to approx. 4000 LF)
1. Spread Footing or MSE type walls
B. Retaining Wall Layout (PLAN)
1. Designation of reference line
2. Beginning and ending retaining wall stations
3. Station of each retaining wall joint
4. Offset from reference line
5. Horizontal curve data
6. Number of retaining wall panels and lengths
7. Total length of wall
8. Indicate face of wall
9. All wall dimensions and alignment relations (alignment data as necessary)
10. Soil core hole locations based on information provided by TxDOT Geotechnical
Design Manual
C. Retaining Wall Layout (ELEVATION)
1. Top of wall elevations at each joint or interval
2. Existing and finished ground line elevations
3. Height of stem /panel at each joint
4. Wall panel designations
5. Top of footing elevations /leveling pads
6. Limits of measurement for payment
7. Type, limits and anchorage details of railing (If applicable)
8. Top and bottom of wall profiles and soil core hole data plotted at correct station and
elevation. The plot shall be at the same scale as the wall profile. Ground water
elevations and the observation date shall be shown based on the geotechnical
information provided from the State.
D. Foundation Studies
E. Global Stability. Analyze wall for Rotational (Global) Stability. Analysis will be as
directed by TxDOT Geotechnical Manual and shall have a minimum 1.25 factor of
safety.
9
F. Estimate
G. Summary of Quantities
H. Typicals. Typical X- section(s), coring details and bridge abutment to wall details
I. General Guidelines for Retaining Walls
1. The engineer shall make final design calculations and final detail drawings in
accordance with standard requirements of the Texas Department of Transportation.
The designer and checker shall check all calculations and initial each page.
2. For purposes of uniformity statewide, soil core hole data shall be shown on layouts as
illustrated in the Bridges and Structures Foundation Exploration and Design Manual.
3. Foundation exploration provided by the State shall conform to the requirements set
forth in Administrative Circular No. 25 -84, Administrative Circular 33 -87 and
Administrative Circular No. 25 -92.
J. Geotechnical Services for Retaining Walls
1. Subsurface Exploration
a. Evaluate 17 boring to depths of 25 to 40 feet below existing ground on 500 foot
centers
b. Cohesive soil samples obtained using 3 -inch Shelby tube samplers
c. Non - cohesive soil samples obtained using 2 -inch diameter standard split spoon
samplers
d. Rock to be evaluated using the TxDOT cone penetration tests
e. Stake all boring locations using normal taping procedures, with approximate
locations shown on the plan or borings
f Backfill all bore holes with drill cuttings and plugged at surface with hand
tamping
2. Laboratory Services
a. Perform the following tests will be performed. Specific types and quantities will
be determined based on geological conditions encountered in the borings
1. Moisture content and soil identification
2. Percent passing #4, #40, #200 sieve
3. Liquid and plastic limit determinations
4. Unconfined compression tests on soil
5. Direct shear strength on soil
6. Unit weight determinations
Engineering Services
a. Three (3) copies of the engineering report to present the results of the field and
laboratory data with analyses and recommendations to address:
1. General soil and ground water conditions
2. Boring logs provided per TxDOT Wincor methodology
3. Potential vertical rise calculations per TxDOT Test Method TEX -124 -E
4. Recommendations for wall foundation, type, depth and allowable bearing
5. Foundation construction requirements
10
6. Recommended lateral pressures for the design of below -grade walls and
retaining structures
7. Slope stability analyses for wall sections
8. Earthwork recommendations
TRAFFIC CONTROL
Traffic Control Plan, Detours and Sequence of Construction. The Engineer shall prepare
Traffic Control Plans (TCP) for the project. A detailed TCP shall be developed in accordance
with the latest edition of the Texas Manual on Uniform Traffic Control Devices for Streets and
Highways (Texas MUTCD). The Engineer is to implement the current Barricade and
Construction (BC) standards as applicable. The Engineer shall interface and coordinate phases
of work, including the TCP, with adjacent Engineers.
A. The Engineer shall provide a written narrative of the construction sequencing and work
activities per phase and determine the existing and proposed traffic control devices
(regulatory signs, warning signs, guide signs, route markers, construction pavement
markings, barricades, flag personnel, temporary traffic signals, etc.) to be used to handle
traffic during each construction sequence. The Engineer shall show proposed traffic
control devices at grade intersections during each construction phase (stop signs, signals,
etc.). The Engineer shall show temporary roadways and detours required to maintain
lane continuity throughout the construction phasing.
B. Where detours are required, the Engineer shall develop typical cross sections, calculate
quantities, and show horizontal and vertical alignment information. The Engineer shall
provide a detailed layout and arrangement of construction signs, construction pavement
marking, traffic control devices (including temporary signals and signal heads).
C. Continuous, safe access to all properties during all phases of construction is mandatory.
Approval from the City is required for any elimination of existing access capacity.
D. The Engineer shall design temporary drainage to replace existing drainage disturbed by
construction activities or to drain detour pavement. The Engineer shall show horizontal
and vertical location of culverts and required cross sectional area of culverts.
E. The Engineer shall identify and delineate any outstanding ROW parcels.
ILLUMINATION
A. Preliminary Roadway Illumination Layout and Sign Lighting Electrical Circuit Layout
1. Sign lighting circuits can be placed on Signing and Marking Sheets. Do not place
roadway illumination on signing sheets.
B. Final Roadway Illumination and Sign Lighting Electrical Circuit Layouts
1. Roadway layout showing pavement edges and shoulders, curbs, retaining walls, etc.
2. Center line with station numbering
3. ROW lines
4. Symbol legend. Use department standard symbols for lighting and electrical
11
5. Culverts and the other structures that present a hazard to traffic
6. Location of underground utilities, if not shown on plan profile
7. Location of overhead electrical lines, both crossing and parallel to ROW
8. Existing sign lighting circuits and roadway illumination to remain, to be removed, to
be relocated
9. Existing service poles, electrical circuits, ground boxes, etc.
10. Contact electric utility for service pole locations, voltage characteristics
11. Location of proposed sign lighting circuits and roadway illumination.
12. Proposed electrical circuits.
13. Tabulation of all quantizes including proposed, existing to be relocated, existing to be
removed. The layout sheet quantizes and lighting summary shall be shown.
Tabulations to include estimated quantity with a column for final quantities
UTILITY EXHIBITS
The Engineer shall coordinate with the City regarding utilities. The Engineer shall prepare
drawings using English units early in the design phase to be used as exhibits in utility
agreements. The Engineer shall show existing utilities, including those in conflict with
construction on this project. The Engineer shall prepare plans to avoid utility adjustments, if
feasible. The Engineer shall incorporate all requirements identified in the utility agreements.
The Engineer shall continue to maintain and update the utility exhibits as necessary.
Identify and evaluate utility conflicts with proposed construction. Prepare and submit to the
City, drawings for required utility agreement:
A. An 11 x 17 inch reproducible drawing and title
B. Each utility drawing will include the following:
1. Existing right of way lines
2. Existing or proposed roadways
3. Proposed storm sewers
4. Underground utility in plan and profile
5. Limits of existing pipe casing
6. Owner of utility
7. Control of access line
8. Benchmark data
9. Utility company construction contact and phone number
10. Typical section view lengthwise along all pipe alignments crossing under the
pavement
C. Copies of correspondence with utility companies (if any)
D. Prepare a list of potential conflicts with existing utilities prior to the 30 percent submittal
and at every milestone submittal date thereafter. This list must include highway station
number, name of utility company and type of facility, proposed highway facility, the
conflicts with storm sewer, roadway, drainage ditch and drilled shaft, etc. The Engineer
shall maintain and update the conflict list as necessary.
12
CONSTRUCTION DOCUMENTS
A. Specifications. The Engineer shall develop the list of standard specifications with the
appropriate reference items to the estimate. The Engineer shall also identify the need for
any special specifications and /or special provisions. The Engineer shall prepare General
Notes (from TxDOT's Master List of General Notes), Special Specifications and Special
Provisions for inclusion in the plans and bidding documents. The Engineer shall provide
General Notes, Special Specifications and Special Provisions in rich text format.
B. Construction Schedule. The Engineer shall prepare a construction contract time
schedule using the latest version of Primavera or SureTrak software in accordance with
TxDOT's Administrative Circular No. 17 -93. The schedule shall indicate tasks, subtasks,
critical dates, milestones, deliverables and review requirements in a fonnat which depicts
the interdependence of the various items, and adjacent construction packages. The
Engineer shall provide assistance to the City in interpreting the schedule.
13
ATTACHMENT B
SERVICES TO BE PROVIDED BY THE CITY
Project Limits: Proiect shall extend along FM 1938 from 1,100 feet South of the
Intersection of FM 1709 to 100 feet South of Randol Mill Bend
The City will furnish to the Engineer the following items:
1. Available horizontal control points.
2. All electronic and paperwork existing project information from existing
schematic, if available.
3. Existing facilities construction documents and "record drawings ".
4. Available traffic counts and design year traffic projections necessary to update
and or upgrade the traffic signals at intersection of FM 1709 and FM 1938.
5. Available right -of -way maps.
6. The City will assist with all required permits and agreements.
7. Assistance will be provided to the Engineer to obtain the required data and
information from other local, regional, City and federal agencies.
8. The City will coordinate and secure approval for any detour routes /roadway
closures with EMS, school system, U.S. Mail, etc.
9. Design criteria for roadway, retaining walls, drainage, and hydraulics.
10. City shall provide all ROW data and field survey information required for
project development. This shall include but not limited to: ownership and
existing easement data in project area, existing ROW maps, surface location,
size, and flow line elevations of existing utilities and storm drains, wire and
low -wire elevations (telephone and electrical services that cross the project),
aerial photogrammetry, topography generated from aerial flight, aerial survey
and associated control, supplemental topographic surveys, surveys for design
and project development, , all pole locations, and mailbox locations.
Attachment C
DESIGN FEE
SUMMARY PAGE
FM 1938
Task Name
Performed by
Basic Serv.
Special Serv.
Preliminary Studies and Design
TranSystems
$40,418.35
Public Involvement (2 meetings)
TranSystems
$8,157.77
Roadway Design
TranSystems
$247,842.87
Drainage
TranSystems
$269,731.92
Signing, Pavement Markings, Signalization
TranSystems
$91,574.28
Miscellaneous (Roadway)
TranSystems
$155,639.55
$186,314.47
Managing PS &E Services
TranSystems
$62,322.00
Design Surveys
TranSystems (Survey)
$112,649.43
ROW Surveys
TranSystems (Survey)
$190,452.56
Subsurface Utility Exploration
Gorrondona
$21,551.77
Landscaping and Aesthetics
Thompson Landscaping
$36,152.16
Geotechnical Investigations
CMJ Engineering
$39,250.00
Arial Photo and digital Ortho
$21,340.00
Subtotal Engineering Costs
$805,206.97
$678,190.16
TranSystems Reimbursable Costs
TranSystems
$14,710.00
Total Anticipated Fee for FM 1938
1
$1,498,107.13
FM 1938
TranSystems Fee
Page 1 of 1
Attachment D
SCHEDULE OF RATES
For The Year Beginning January 1, 2010
General Labor Category
GLC
FW -202
Technician IV
T4
95.55
Technician III
T3
81.90
Technician I
T1
50.00
Surveyor V
S5
126.75
Surveyor IV
S4
117.00
Surveyor III
S3
75.00
Surveyor II
S2
60.00
Surveyor I
S1
50.00
Real Estate Specialist V
RA5
115.00
Real Estate Specialist IV
RA4
110.00
Real Estate Specialist III
RA3
90.00
Real Estate Specialist II
RA2
80.00
Real Estate Specialist I
RA1
65.00
Structural Engineer IV
ES4
145.00
Civil Engineer V / Principal
EC5
214.50
Civil Engineer IV
EC4
165.75
Civil Engineer III
EC3
136.50
Civil Engineer II
EC2
121.87
Civil Engineer I
EC1
92.62
Marketing Administrator III
AM3
104.25
Marketing Administrator II
AM2
66.50
Marketing Administrator I
AM1
40.00
Administrator II
A2
58.50
Administrator I
Al
39.00
2 Man Survey Crew
2M
126.75
GPS Survey Crew
1 M
100.00
FLT
\ � ��
Fl
c, -- - - - - - - - - - - - - - - - - - -
�2 �2
a
. . . . . . . . . . . . . . . . . . . - - - - - - - - - - - - -
- \ ! ,- �\ {.} \� I s
RE E
o P a \)))( } §)! } \
.
A 3 . .