No preview available
HomeMy WebLinkAboutPR 23459: DESIGN ENGINEERING SERVICES FOR THE CONSTURCTION OF CELL 47 AT THE LANDFILL BY SCS ENGINEERS OF HOUSTON, TEXAS 0 -- - - V! rIhur INTEROFFICE MEMORANDUM Date: November 21, 2023 To: The Honorable Mayor and City Council Through: Ronald Burton, City Manager From: Flozelle C. Roberts, EIT, MEng, MBA, CPM, Director of Public Works RE: PR 23459—Authorizing Design Engineering Services for the Construc i n Cell 47 at the Landfill by SCS Engineers of Houston, Texas Introduction: The agenda item seeks City Council's approval for the City Manager to execute a contract with SCS Engineers of Houston, Texas, for design engineering services of Cell 47 at the Landfill. Background: The Landfill occupies approximately 407.3 acres with 160 acres permitted for landfill disposal and 130 acres constructed and receiving waste. A horizontal and vertical expansion of the Landfill will enable extension of the Landfill's operating life, and will allow the continued service to Port Arthur's citizens and surrounding communities. Cell 47, a 9.2-acre area, is the next disposal cell, and requires design and construction for landfill expansion. SCS Engineers, which has extensive knowledge of the Landfill's site layout and operations, submitted a proposal to provide engineering services for the survey,design,preparation of plans and bidding documents, construction quality control for the construction of Cell 47 at the Landfill for$412,205.00. Budget Impact: Funds are available in the Other Capital Outlay Account, 307-50-000-8525-00-10-000. "Remember,we are here to serve the Citizens of Port Arthur" 444 4th Street X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294 Recommendation: It is recommended that City Council approve PR 23459 authorizing the City Manager to execute a contract with SCS Engineers of Houston, Texas, for design engineering services of Cell 47 at the Landfill. P.R.No.23459 11/21/2023 FCR Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH SCS ENGINEERS OF HOUSTON, TEXAS, TO PROVIDE PROFESSIONAL ENGINEERING DESIGN AND CONSTRUCTION ADMINISTRATION PHASE SERVICES FOR CELL 47 AT THE LANDFILL FOR A NOT-TO-EXCEED AMOUNT OF $412,205.00. BUDGETED FUNDS ARE AVAILABLE IN THE OTHER CAPITAL OUTLAY ACCOUNT,307-50-000- 8525-00-10-000. WHEREAS,the Landfill occupies approximately 407.3 acres with 160 acres permitted for disposal and 130 acres constructed and receiving waste; and, WHEREAS,a horizontal and vertical expansion of the Landfill will be necessary to extend the Landfill's operating life for continued service to Port Arthur's citizens and the surrounding communities; and, WHEREAS, SCS Engineers of Houston, Texas, submitted a proposal to provide surveying,professional engineering design, and construction administration phase services for the construction of Cell 47 at the Landfill as delineated in Exhibit A; and, WHEREAS, SCS Engineers of Houston, Texas, has been selected as the professional of choice because of their demonstrated competence and qualifications in the field and with the Landfill's operations as mandated by Texas Government Code Sections 2254.003 and 2254.004 and having provided similar services to other entities; and, WHEREAS,the City of Port Arthur desires to enter into a professional services contract with SCS Engineers of Houston, Texas, to provide surveying, professional engineering design, and construction administration phase services for the construction of Cell 47 at the Landfill for the not-to-exceed amount of$412,205.00; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT,the facts and opinions in the preamble are true and correct; and, P.R. No.23459 11/21/2023 FCR Page 2 of 3 THAT, the contract is attached hereto as Exhibit B, with SCS Engineers of Houston, Texas, to provide surveying, professional engineering design, and construction administration phase services as described in the contract; and, THAT, SCS Engineers of Houston,Texas,will receive a notice to proceed on this project; and, THAT, the City Manager of the City of Port Arthur is hereby authorized and directed to execute, on behalf of the City of Port Arthur, a professional services contract in substantially the same form as Exhibit B between the City of Port Arthur and SCS Engineers of Houston, Texas; and, THAT, the City of Port Arthur can terminate this contract at its convenience with thirty days' written notice; and, THAT, funding for this project is available in the Other Capital Outlay Account; and, THAT, a copy of the caption of this Resolution be spread upon the minutes of the City Council. READ, ADOPTED, AND APPROVED THIS day of December, 2023, at a Regular Meeting of the City Council of the City of Port Arthur, Texas, by the following vote: AYES: Mayor ; Councilmembers: NOES: Thurman Bill Bartie Mayor P.R. No.23459 11/21/2023 FCR Page 3 of 3 ATTEST: Sherri Bellard, TRMC City Secretary APPROVED AS TO FORM: 5 ✓l-e in4 w ) 'Valecia Tiztno, Esq. City Attorney APPROVED FOR ADMINISTRATION: Ronald Burton, CPM City Manager IL, I 4, �. • " ozel , 4 . Roberts, ' 1, MEng, C A, CPM Dire •f Public / s APPROVED AS TO AVAILABILITY OF FUNDS: Lynd 6s`well 4 -AL 6JtUi_el Director of Finance tk WA Clifton E. Williams, Jr., CPPB Purchasing Manager P. R.23459 EXHIBIT A (Proposal) SCS ENGINEERS Environmental Consultants & Contractors October 26, 2023 Ms. Flozelle Roberts Director of Public Works City of Port Arthur 444 4th Street Port Arthur,Texas 77640 Subject: Proposal to Provide Engineering Services for the Design, Preparation of Plans and Bidding Documents, Construction Quality Control and Land Surveying for the Construction of Cell 47 and other Associated Site Improvements at the City of Port Arthur Municipal Landfill Dear Ms. Roberts: Per your request, SCS Engineers (SCS) is pleased to present this proposal to the City of Port Arthur (City) to provide engineering services for the design, preparation of plans and bidding documents, construction quality control and land surveying for the construction of Cell 47 and other Associated Site Improvements at the City of Port Arthur Municipal Landfill. The City of Port Arthur Municipal Landfill sits on 407 acres of land. 160 acres are permitted for landfill disposal, with 130 acres already constructed and receiving waste. Cell 47 is the next disposal cell. Cell 47 is a 9.2-acre disposal cell with a Subtitle D and an alternate liner. This project will include the excavation and construction of Cell 47, and the various other improvements associated with the cell, including construction of the south pond, add-on sideslope berms, run-down channels, on-site roads, the extension of the perimeter drainage system, and the extension of the leachate forcemain system. SCOPE OF SERVICES Task 1 : Construction Plans, Specifications, and Bid Documents SCS will design and prepare construction plans, technical specifications, and bidding documents for use by the City of Port Arthur for the construction of Cell 47 at City of Port Arthur Municipal Landfill. In addition to the disposal cell, these plans will incorporate the previously prepared plans for the construction of erosion and sediment controls on the landfill and the south pond. Cell 47 will be designed with a leachate forcemain that will tie into the existing forcemain and a cell dewatering system. The plans for Erosion and Sedimentation Control and the South Detention Basin will be incorporated into the construction package from the Erosion and Sedimentation Control and Detention Basin construction package prepared in February 2023 and updated with the most recent topography. 12651 Briar Forest, Ste. 205, Houston, TX 77077 1281-293-8494 I eFax 281-293-7878 td* Flozelle Roberts October 26, 2023 Page 2 SCS will design and prepare construction plans for Cell 47 and assorted site improvements. These plans will include: • Cover Sheet, • Existing Conditions Plan, • Excavation and Dewatering System Plan, • Excavation and Dewatering System Plan Construction Point Sheet, • Top of Liner Subgrade Plan, • Top of Liner Subgrade Construction Point Sheet, • Top of Protective Cover Plan, • Top of Protective Cover Construction Point Sheet, • Leachate Forcemain and Dewatering System Plan, • Liner and Leachate Collection System Detail Sheet, • Dewatering System Detail Sheet, • Miscellaneous Detail Sheet, • South Detention Basin Plan - 1, • South Detention Basin Plan - 2, • Erosion and Sedimentation Control Plan, • Landfill Details - 1, • Landfill Details - 2, • Landfill Details - 3, • Landfill Details - 4, • Landfill Details - 5, • Landfill Details - 6, • Landfill Details - 7, • North Detention Basin Plan - 1, • North Detention Basin Plan - 2, and • Landfill Details - 8. SCS will utilize the City's most recent aerial topographic survey of the landfill for the design. SCS will prepare Technical Specifications for the construction of the earthwork,geosynthetic liner,and leachate collection system as appropriate. SCS will also prepare bid quantities,an Engineer's Estimate of Costs, and a bid tabulation sheet for the City's use in evaluating the bids. SCS will assist the City in preparing the Standard City Bid Documents. These plans,specifications,and bid documents will be prepared in general accordance with the TCEQ's regulations and the City of Port Arthur's latest permit, as amended or modified. SCS will prepare a PDF of the bid package for distribution to Contractors. This bid package will include the standard bid documents, technical specifications, and appendices that include construction drawings. SCS will participate in a mandatory pre-bid meeting at the City landfill office. SCS will address technical questions from contractors during the bidding phase of the project.The bid Flozelle Roberts October 26, 2023 Page 3 documents will require that only written requests require a response. Addenda will be issued, if required,to all contractors who attend the pre-bid conference and are plan holders. After the bids are received, SCS will tabulate the bids, identify the apparent low bidder, and confirm the qualifications of the low bidder. Task 2: Construction Quality Assurance Services The City of Port Arthur Municipal Landfill Construction Quality Assurance (CQA) project involves the construction of an approximate 9.2-acre composite lined Cell 47 and the various other improvements associated with the cell, including construction of the south pond, add-on sideslope berms, run-down channels, on-site roads, the extension of the perimeter drainage system, and the extension of the leachate forcemain system. A contractor will dewater the cell, excavate the cell, prepare the subgrade surface, provide and install a double-sided geocomposite underdrain and sump, install a 1-foot thick compacted cohesive soil barrier layer, provide and install a geosynthetic clay liner (GCL), provide and install the 60-mil HDPE flexible membrane liner, provide and install a geocomposite, provide and install the leachate collection system, install a 2-foot thick protective cover soil, construction of the south pond, add-on sideslope berms, run-down channels, on-site roads, the extension of the perimeter drainage system, and the extension of the leachate forcemain system. SCS has assigned a task manager (TM) to handle the scheduling of the SCS personnel, monitor the task budget, and assist in the preparation of the documentation report.A certifying engineer(CE) has been assigned to the project. This individual will review the progress of the project, review the field reports and files, make site visits to insure that construction is properly conducted, and certify the documentation report. The TM shall be responsible for the overall operations of the CQA project. This will include selecting project staff, insuring that the field operation for CQA is set-up properly, insuring all field and laboratory documentation is complete and accurate, and insuring that the project remains within the budget constraints. Any problems or conflicts, which may arise during the project, shall be brought to the attention of the CE and City. The CE shall be responsible for insuring that the project has met the permit requirements established in the SLQCP. This individual shall make sufficient visits to the site to be familiar with the work and to review the documentation process.The certifying engineer shall, upon completion of the project,certify that the work does in fact, meet the permit requirements. This person shall be a registered engineer in the State of Texas. He also will attend any important meetings and assist in preparation of the documentation report. SCS plans to send a qualified senior site CQA technician to the site to review the work to-date, set-up field operations and perform the pre-construction testing.This individual will perform all the necessary field-testing,sampling, monitoring and documentation phases of the work to completion. The senior site technician shall also be responsible for preparing daily reports, recording and distributing project meeting minutes, forwarding field documentation to the SCS office for computer data entry and keeping the City, TM, and CE informed as to the status of the project. SCS will supply the services of a registered land surveyor. The surveyor will document the subgrade, Flozelle Roberts October 26, 2023 Page 4 liner grade and top of protective cover layer and to provide the geomembrane panel placement,seam and repair location drawings, and set red-liner posts per TCEQ regulations. Seven sets of record drawings will be furnished for the documentation report. The surveyor's work shall be coordinated by the CQA senior site technician. Costs for surveying services have been included with this task. Geotechnical testing shall be performed by qualified laboratories selected by SCS and approved by the City. Emailed test results shall be required from the lab upon completion of any testing. Emails shall be sent to the senior site technician who in turn shall provide the TM and CE copies as needed. Final test results required for the documentation report shall be sent directly to the TM. SCS will prepare the required Liner Evaluation Reports. The report shall be a culmination of all the field and laboratory aspects of the project and will be signed and sealed by a professional engineer, registered in the State of Texas. This report shall include the following information: • A narrative describing the construction of the cells,test methods and results, • Field reports,field and laboratory test results, • Pertinent information regarding any design changes/permit modifications, • Personnel resumes of key individuals involved with the project, • Survey elevation drawing, GCL and geomembrane panel locations, and • Certification of final construction. A substantially complete copy of this report shall be made available to the City for review no later than two weeks after completion of the granular drainage layer installation activities. The final copy shall be completed within one week following return of the draft submittal. A total of seven copies of each report shall be reproduced, with three being submitted to the TCEQ, two being retained by SCS, and two delivered to the City of Port Arthur. SCHEDULE SCS will initiate work immediately upon Notice to Proceed from the City. SCS anticipates submittal of the 90 percent complete draft of the Construction Plans,Technical Specifications,and Bid Documents for Cell 47 to the City for your review and comment within 90 days of receipt of notice to proceed. The 100 percent complete set will be submitted to the City within 10 days of receipt of comments on the 90 percent set. Field staff will mobilize following the receipt of notice to proceed on the construction quality assurance task and within 2 days of contractor's completion of excavation. SCS has estimated the construction schedule at 22 weeks for the construction of Cell 47. SCS has budgeted to have the CQA Technician on-site for a maximum of 20 weeks and the 2nd CQA Technician on-site for a maximum of 3 weeks. FEE SCS proposes to perform the Task 1, Construction Plans, Specifications and Bid Documents on a lump sum basis for$75,740 and Task 2, Construction Quality Assurance Services on a Time and Expenses basis for an estimated $336,465;for a total of$412,205. This fee is based on the following assumptions: Flozelle Roberts October 26, 2023 Page 5 Task 1 -Construction Plans, Specifications and Bid Documents Position Hours Rate per Hour Cost Satellite Office Manager 40 $240.00 $9,600.00 Senior Project Professional 60 $175.00 $10,500.00 Project Professional I 120 $145.00 $17,400.00 Associate Staff Professional 80 $1 10.00 $8,800.00 CAD Designer 120 $135.00 $16,200.00 Office Service Manager 8 $120.00 $960.00 Secretarial/Clerical 16 $80.00 $1,280.00 Surveying (lump sum) 1 $6,000.00 $6,000.00 Expenses (lump sum) 1 $5,000.00 $5,000.00 TOTAL $75,740.00 Task 2-Construction Qualit Assurance Services STAFF Estimated Unit Cost Cost Hours/Units Principal Certifying Engineer 160 $240.00 $38,400.00 Senior Project Professional/Co-Certifying Engineer 200 $175.00 $35,000.00 Project Professional I 80 $145.00 $11,600.00 Associate Staff Professional 200 $1 10.00 $22,000.00 CAD Designer 40 $135.00 $5,400.00 Senior CQA Technician 1,200 $80.00 $96,000.00 2nd CQA Technician 210 $75.00 $15,750.00 Office Service Manager 10 $120.00 $1,200.00 Secretarial/Clerical 30 $80.00 $2,400.00 Expenses 1 $1,100.00 $1,100.00 Geotechnical Testing STRUCTURAL FILL/SUBGRADE Lab Compaction-ASTM D698 (1 per soil type) 3 $260 $ 780.00 I Moisture-ASTM D2216 (1 per soil type) 3 $10 $ 30.00 Particle Size-ASTM D422/D 1 140 (1 per soil type) 3 $60 $ 180.00' Atterberg Limits-ASTM D4318 (1 per soil type) 3 $60 $ 180.00 Permeability-ASTM D5084 (1 per soil type) 3 $305 $915.00 DRAINAGE STONE Particle Size-ASTM D422/D488 (1 per 3,000 c.y.) 1 $95 $ 95.00 Permeability-ASTM D2434 (1 per 3,000 c.y.) 1 $305 $ 305.00 Calcium Carbonate Content-J&L Test Method S 1 $350 $ 350.00 105-89 1 per 3,000 c. . Geosynthetic Clay Liner Conformance Testing Mass per Unit Area-ASTM D5993 (1 per 100,000 s.f.) 5 $45 $225.00 Flozelle Roberts October 26, 2023 Page 6 Hydraulic Conductivity GRI-GCL-2 OR ASTM 5084 (1 5 $300 $1,500.00 per 100,000 s.f.) Lap Joint Permeability-Flow box 1 $260 $260.00 Direct Shear-ASTM D6243 (1 per adjoining material) 3 $750 $2,250.00 In Plant Sam•lin. •er hour 20 $90 $1,800.00 60 mil HDPE Conformmance Testing Density-ASTM D1505/792 (1 per 100,000 s.f. and 5 $35 $ 175.00 every resin lot) Carbon Black Content-ASTM D 1603 (1 per 100,000 5 $55 $275.00 s.f. and every resin lot) Carbon Black Dispersion-ASTM 5596 (1 per 100,000 5 $55 $ 275.00 s.f. and every resin lot) Thickness-ASTM D5199/5594 (1 per 100,000 s.f. and 5 $30 $ 150.00 every resin lot) 'Tensile Properties-ASTM D638 (1 per 100,000 s.f. and 5 $85 $425.00 every resin lot) In Plant Sampling (per hour) 20 $90 $1,800.00 Construction Testing Peel/Shear-ASTM D4437 (1 per 500 I.f. of weld) 60 $46 $2,760.00 Other Expenses CQA Technicians Travel/Vehicle (per day)* 161 $65 $10,465.00 CQA Technician Lodging/Per diem (per day)* 161 $180 $28,980.00 Certifying Engineer Travel/Vehicle/Lodging (per 22 $400 $8,800.00 day) FedEx/Shipping (per week) 20 $400 $8,000.00 Final Report Binders and Copies (per report) 1 $2,200 $2,200.00 CQA Technician Mobilization/Demobilization (per 4 each)** $2,500 $5,000.00 Miscellaneous Supplies (per week)* 20 $65 $1,300.00 Troxler Rental (per week) 6 $190 $1,140.00 Surveying (lump sum) 1 $27,000 $27,000.00 TOTAL $336,465.00 1 * This estimate includes fees for 2 CQA monitors. **This fee includes time and expenses. Any additional Services that the City may request with regards to this project (i.e.: meetings, permit modifications) or other tasks, will constitute a change order for additional services, or prepared as additional task orders. As with other recent projects for the City, receipt of a Purchase Order will suffice for our notice to proceed. SCS appreciates this opportunity to present this proposal for your consideration. If you have any questions, please feel free to contact J. Roy Murray at(817) 358-6156. Flozelle Roberts October 26, 2023 Page 7 Sincerely, ------7., 1\.L -.) ja/MAJ 1 1414e4041. J. 1 Y 174,-...-1 R y Murray, P.E. Sam Franco, P.E. Vice President Senior Project Professional SCS ENGINEERS SCS ENGINEERS P. R.23459 EXHIBIT B (Contract) STATE OF TEXAS § CITY OF PORT ARTHUR,TEXAS § AGREEMENT FOR PROFESSIONAL SERVICES COUNTY OF JEFFERSON § This Agreement for Professional Services("Agreement") is made by and between the City of Port Arthur,Texas,a Texas home-rule municipality located in Jefferson County,Texas("City"), and SCS Engineers ("Professional") (individually, each a "Party" and collectively, "Parties"), acting by and through the Parties' authorized representatives. Recitals: WHEREAS, City desires to engage the services of Professional as an independent contractor and not as an employee in accordance with the terms and conditions set forth in this Agreement; and WHEREAS, Professional desires to render professional services in accordance with the terms and conditions set forth in this Agreement. NOW, THEREFORE, in exchange for the mutual covenants set forth herein and other valuable consideration, the sufficiency and receipt of which is hereby acknowledged, the Parties agree as follows: Article I Employment of Professional Professional will perform as an independent contractor for all services under this Agreement to the prevailing professional standards consistent with the level of care and skill ordinarily exercised by members of Professional's profession, both public and private, currently practicing in the same locality under similar conditions including but not limited to the exercise of reasonable, informed judgments and prompt, timely action. If Professional is representing this it has special expertise in one or more areas to be utilized in the performance of this Agreement,then Professional agrees to perform those special expertise services to the appropriate local, regional and national professional standards. Article II Term 2.1 The term of this Agreement shall begin on the last date of execution hereof by all parties hereto (the "Effective Date") and shall remain in effect for an estimated (12) months or until services are complete, including the time necessary to develop the project deliverables, subject to change upon request or mutual agreement(s). 2.2 Professional may terminate this Agreement by giving thirty(30) days prior written notice to City. In the event of such termination by Professional, Professional shall be entitled to compensation for services satisfactorily completed in accordance with this Agreement prior to the date of such termination. 2.3 City may terminate this Agreement by giving ten (10) days prior written notice to Professional. In the event of such termination by City, Professional shall be entitled to compensation for services satisfactorily completed in accordance with this Agreement prior to the date of such termination. Upon receipt of such notice from City, Professional shall immediately terminate working on, placing orders or entering into contracts for supplies, assistance, facilities or materials in connection with this Agreement and shall proceed to promptly cancel all existing contracts insofar as they are related to this Agreement. 2.4 Upon notice of termination by Professional or City, Professional shall immediately surrender all project documents produced by Professional and its subcontractors up to and including the date on which termination notice was given. Article III Scope of Services 3.1 Professional shall perform the services specifically set forth in Exhibit A, attached hereto and incorporated herein by reference, entitled"Scope of Services." In case of conflict with the language of Exhibit A and the provisions of this Agreement,the provisions of this Agreement shall control. Any additional services require the prior approval of the City Council of the City. 3.2 The Parties acknowledge and agree that any and all opinions provided by Professional represent the best judgment of Professional. Article IV Schedule of Work 4.1 Professional agrees to commence services upon written direction from City and to complete the tasks set forth in Exhibit A, Scope of Services, in accordance with a work schedule established by City(the "Schedule"),which is attached hereto and incorporated as Exhibit A. 4.2 In the event Professional's performance of this Agreement is delayed or interfered with by acts of City or others, Professional may request an extension of time for the performance of same as hereinafter provided, and City shall determine whether to authorize any increase in fee or price, or to authorize damages or additional compensation as a consequence of such delays, within a reasonable time after receipt of Professional's request. 4.3 No allowance of any extension of time, for any cause whatsoever, shall be claimed or made by Professional, unless Professional shall have made written request upon City for such extension not later than five(5)business days after the occurrence of the cause serving as the basis for such extension request, and unless City and Professional have agreed in writing upon the allowance of such additional time. Page 2 of 11 City of Port Arthur, Texas Professional Services Agreement Article V Compensation and Method of Payment 5.1 City shall pay Professional for the services specifically as set forth in Exhibit A and in accordance with the Rate Schedule in an amount not to exceed $412,205.00 for said services. 5.2 Each month Professional shall submit to City an invoice supporting the amount for which payment is sought. Each invoice shall also state the percentage of work completed on the Project through the end of the then submitted billing period,the total of the current invoice amount, and a running total balance for the Project to date. 5.3 Within thirty (30) days of receipt of each such monthly invoice, City shall make monthly payments in the amount shown by Professional's approved monthly invoice and other documentation submitted. 5.4 Professional shall be solely responsible for the payment of all costs and expenses related to the services provided pursuant to this Agreement including, but not limited to, travel, copying and facsimile charges, reproduction charges, and telephone, interne, e-mail, and postage charges, except as set forth in Exhibit A. 5.5 Nothing contained in this Agreement shall require City to pay for any services that are unsatisfactory as determined by City or which is not performed in compliance with the terms of this Agreement, nor shall failure to withhold payment pursuant to the provisions of this section constitute a waiver of any right, at law or in equity, which City may have if Professional is in default, including the right to bring legal action for damages or for specific performance of this Agreement. Waiver of any default under this Agreement shall not be deemed a waiver of any subsequent default. Article VI Devotion of Time, Personnel, and Equipment 6.1 Professional shall devote such time as reasonably necessary for the satisfactory performance of the services under this Agreement. City reserves the right to revise or expand the scope of services after due approval by City as City may deem necessary, but in such event City shall pay Professional compensation for such services at mutually agreed upon charges or rates, a copy of the Rate Schedule is attached hereto as Exhibit A,and within the time schedule prescribed by City, and without decreasing the effectiveness of the performance of services required under this Agreement. In any event, when Professional is directed to revise or expand the scope of services under this Agreement, Professional shall provide City a written proposal for the entire costs involved in performing such additional services. Prior to Professional undertaking any revised or expanded services as directed by City under this Agreement, City must authorize in writing the nature and scope of the services and accept the method and amount of compensation and the time involved in all phases of the Project. Page 3 of 11 City of Port Arthur, Texas Professional Services Agreement P 6.2 It is expressly understood and agreed to by Professional that any compensation not specified in this Agreement may require approval by the City Council of the City of Port Arthur and may be subject to current budget year limitations. 6.3 To the extent reasonably necessary for Professional to perform the services under this Agreement, Professional shall be authorized to engage the services of any agents, assistants, persons, or corporations that Professional may deem proper to aid or assist in the performance of the services under this Agreement. The cost of such personnel and assistance shall be borne exclusively by Professional. 6.4 Professional shall furnish the facilities,equipment,telephones,facsimile machines, email facilities, and personnel necessary to perform the services required under this Agreement unless otherwise provided herein. Article VII Relationship of Parties 7.1 It is understood and agreed by and between the Parties that in satisfying the conditions and requirements of this Agreement, Professional is acting as an independent contractor, and City assumes no responsibility or liability to any third party in connection with the services provided by Professional under this Agreement. All services to be performed by Professional pursuant to this Agreement shall be in the capacity of an independent contractor, and not as an agent, servant, representative, or employee of City. Professional shall supervise the performance of its services and shall be entitled to control the manner, means and methods by which Professional's services are to be performed, subject to the terms of this Agreement. As such, City shall not train Professional, require Professional to complete regular oral or written reports, require Professional to devote his full-time services to City, or dictate Professional's sequence of work or location at which Professional performs Professional's work, except as may be set forth in Exhibit A. Article VIII Insurance 8.1 Before commencing work, Professional shall, at its own expense, procure, pay for and maintain during the term of this Agreement the following insurance written by companies approved by the state of Texas and acceptable to City. Professional shall furnish to the City Manager certificates of insurance executed by the insurer or its authorized agent stating coverages, limits, expiration dates and compliance with all applicable required provisions. Certificates shall reference the project/contract number and be addressed as follows: City of Port Arthur, Texas Attention: Ronald Burton, City Manager 444 4th Street Port Arthur, Texas 77640-1089 Page 4 of 11 City of Port Arthur, Texas Professional Services Agreement IF A. Commercial General Liability insurance, including, but not limited to Premises/Operations, Personal & Advertising Injury, Products/Completed Operations, Independent Contractors and Contractual Liability, with minimum combined single limits of $500,000 per occurrence, $500,000 Products/Completed Operations Aggregate, and $500,000 general aggregate. Coverage must be written on an occurrence form. The General Aggregate shall apply on a per project basis. B. Workers' Compensation insurance with statutory limits; and Employers' Liability coverage with minimum limits for bodily injury: 1) by accident, $100,000 each accident, and 2) by disease, $100,000 per employee with a per policy aggregate of $500,000. C. Business Automobile Liability insurance covering owned, hired and non- owned vehicles, with a minimum combined bodily injury and property damage limit of $500,000 per occurrence. D. Professional Liability Insurance to provide coverage against any claim which the Professional and all professionals engaged or employed by the Professional become legally obligated to pay as damages arising out of the performance of professional services caused by error, omission or negligent act with minimum limits of$1,000,000 per claim, $1,000,000 annual aggregate NOTE:If the insurance is written on a claims-made form,coverage shall be continuous(by renewal or extended reporting period) for not less than thirty-six (36) months following completion of this Agreement and acceptance by City. 8.2 With reference to the foregoing required insurance, Professional shall endorse applicable insurance policies as follows: A. A waiver of subrogation in favor of City, its officials, employees, and officers shall be contained in the Workers' Compensation insurance policy. B. The City, its officials, employees and officers shall be named as additional insureds on the Commercial General Liability policy, by using endorsement CG2026 or broader. C. All insurance policies shall be endorsed to the effect that City will receive at least thirty (30) days notice prior to cancellation, non-renewal, termination, or material change of the policies. 8.3 All insurance shall be purchased from an insurance company that meets a financial rating of B+VI or better as assigned by A.M. Best Company or equivalent. Page 5 of 11 City of Port Arthur, Texas Professional Services Agreement Article IX Right to Inspect Records 9.1 Professional agrees that City shall have access to and the right to examine any directly pertinent books, documents, papers and records of Professional involving transactions relating to this Agreement. Professional agrees that City shall have access during normal working hours to all necessary Professional facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. City shall give Professional reasonable advance notice of intended audits. 9.2 Professional further agrees to include in subcontract(s), if any, a provision that any subcontractor agrees that City shall have access to and the right to examine any directly pertinent books, documents, papers and records of such subcontractor involving transactions related to the subcontract, and further, that City shall have access during normal working hours to all such subcontractor facilities and shall be provided adequate and appropriate work space, in order to conduct audits in compliance with the provisions of this section. City shall give any such subcontractor reasonable advance notice of intended audits. Article X Miscellaneous 10.1 Entire Agreement. This Agreement and any and all Exhibits attached hereto constitutes the sole and only agreement between the Parties and supersedes any prior or contemporaneous understandings,written agreements or oral agreements between the Parties with respect to the subject matter of this Agreement. 10.2 Authorization. Each Party represents that it has full capacity and authority to grant all rights and assume all obligations granted and assumed under this Agreement. 10.3 Assignment. Professional may not assign this Agreement in whole or in part without the prior written consent of City. In the event of an assignment by Professional to which the City has consented, the assignee shall agree in writing with the City to personally assume, perform, and be bound by all the covenants and obligations contained in this Agreement. 10.4 Successors and Assigns. Subject to the provisions regarding assignment, this Agreement shall be binding on and inure to the benefit of the Parties and their respective heirs, executors, administrators, legal representatives, successors and assigns. 10.5 Governing Law and Exclusive Venue. The laws of the State of Texas shall govern this Agreement, and exclusive venue for any legal action concerning this Agreement shall be in a District Court with appropriate jurisdiction in Jefferson County, Texas. The Parties agree to submit to the personal and subject matter jurisdiction of said court. 10.6 Amendments. This Agreement may be amended only by the mutual written agreement of the Parties. Page 6 of 11 City of Port Arthur, Texas Professional Services Agreement 10.7 Severability. In the event any one or more of the provisions contained in this Agreement shall for any reason be held to be invalid, illegal, or unenforceable in any respect by a court of competent jurisdiction, such invalidity, illegality or unenforceability shall not affect any other provision in this Agreement,and this Agreement shall be construed as if such invalid,illegal, or unenforceable provision had never been contained in this Agreement. 10.8 Survival of Covenants and Terms. Any of the representations, warranties, covenants,and obligations of the Parties,as well as any rights and benefits of the Parties,pertaining to a period of time following the termination of this Agreement shall survive termination, including, but not limited to, Section 3.3, Article X, and, in particular, Sections 10.13 and 10.14. 10.9 Recitals. The recitals to this Agreement are incorporated herein. 10.10 Notice. Any notice required or permitted to be delivered hereunder may be sent by first class mail, overnight courier or by confirmed telefax or facsimile to the address specified below, or to such other Party or address as either Party may designate in writing, and shall be deemed received three (3)days after delivery set forth herein: If intended for City: City of Port Arthur, Texas 444 4th Street Port Arthur, Texas 77640 Attn: Ronald Burton, City Manager Copy to: City of Port Arthur, Texas 444 4th Street Port Arthur, Texas 77640 Attn: Val Tizeno, City Attorney If intended for Professional: SCS Engineers 12651 Briar Forest, Suite 205 Houston, Texas 77077 (281)293-8494 Attn: J. Roy Murray, PE 10.11 Counterparts. This Agreement may be executed by the Parties hereto in separate counterparts, each of which when so executed and delivered shall be deemed an original, but all such counterparts shall together constitute one and the same instrument. Each counterpart may consist of any number of copies hereof each signed by less than all, but together signed by all of, the Parties hereto. 10.12 Exhibits. The exhibits attached hereto are incorporated herein and made a part hereof for all purposes. Page 7 of 11 City of Port Arthur, Texas Professional Services Agreement 10.13 Professional's Liability. Acceptance of the Project Documents by City shall not constitute nor be deemed a release of the responsibility and liability of Professional,its employees, associates, agents or subcontractors for the accuracy and competency of their designs, working drawings, specifications or other documents and work; nor shall such acceptance be deemed an assumption of responsibility by City for any defect in the Project Documents or other documents and work prepared by Professional, its employees, associates, agents or sub-consultants. 10.14 Indemnification. PROFESSIONAL AGREES TO INDEMNIFY AND HOLD HARMLESS CITY FROM AND AGAINST ANY AND ALL LIABILITIES, DAMAGES, CLAIMS,SUITS,COSTS(INCLUDING COURT COSTS,REASONABLE ATTORNEY'S FEES AND COSTS OF INVESTIGATION)AND ACTIONS BY REASON OF INJURY TO OR DEATH OF ANY PERSON OR DAMAGE TO OR LOSS OF PROPERTY TO THE EXTENT CAUSED BY PROFESSIONAL'S NEGLIGENT PERFORMANCE OF SERVICES UNDER THIS AGREEMENT OR BY REASON OF ANY ACT OR OMISSION ON THE PART OF PROFESSIONAL, ITS OFFICERS, DIRECTORS, SERVANTS, AGENTS, EMPLOYEES, REPRESENTATIVES, CONTRACTORS, SUBCONTRACTORS, LICENSEES, SUCCESSORS OR PERMITTED ASSIGNS (EXCEPT WHEN SUCH LIABILITY, CLAIMS, SUITS, COSTS, INJURIES, DEATHS OR DAMAGES ARISE FROM OR ARE ATTRIBUTED TO THE NEGLIGENCE OF THE CITY). IF ANY ACTION OR PROCEEDING SHALL BE BROUGHT BY OR AGAINST CITY IN CONNECTION WITH ANY SUCH LIABILITY OR CLAIM, THE PROFESSIONAL, ON NOTICE FROM CITY, SHALL DEFEND SUCH ACTION OR PROCEEDINGS AT PROFESSIONAL'S EXPENSE, BY OR THROUGH ATTORNEYS REASONABLY SATISFACTORY TO CITY. PROFESSIONAL'S OBLIGATIONS UNDER THIS SECTION SHALL NOT BE LIMITED TO THE LIMITS OF COVERAGE OF INSURANCE MAINTAINED OR REQUIRED TO BE MAINTAINED BY PROFESSIONAL UNDER THIS AGREEMENT. IF THIS AGREEMENT IS A CONTRACT FOR ENGINEERING OR ARCHITECTURAL SERVICES, THEN THIS SECTION IS LIMITED BY, AND TO BE READ AS BEING IN COMPLIANCE WITH, THE INDEMNITY SPECIFIED IN § 271.904 OF THE TEXAS LOCAL GOVERNMENT CODE, AS AMENDED. THIS SECTION SHALL SURVIVE TERMINATION OF THIS AGREEMENT 10.15 Conflicts of Interests. Professional represents that no official or employee of City has any direct or indirect pecuniary interest in this Agreement. Any misrepresentation by Professional under this section shall be grounds for termination of this Agreement and shall be grounds for recovery of any loss, cost, expense or damage incurred by City as a result of such misrepresentation. 10.16 Default. If at any time during the term of this Agreement, Professional shall fail to commence the services in accordance with the provisions of this Agreement or fail to diligently provide services in an efficient, timely and careful manner and in strict accordance with the provisions of this Agreement or fail to use an adequate number or quality of personnel to complete the services or fail to perform any of Professional's obligations under this Agreement, then City shall have the right, if Professional shall not cure any such default after thirty (30) days written notice thereof, to terminate this Agreement. Any such act by City shall not be deemed a waiver Page 8 of 11 City of Port Arthur, Texas Professional Services Agreement of any other right or remedy of City. If after exercising any such remedy due to Professional's nonperformance under this Agreement, the cost to City to complete the services to be performed under this Agreement is in excess of that part of the contract sum which as not theretofore been paid to Professional hereunder, Professional shall be liable for and shall reimburse City for such excess costs. 10.17 Confidential Information. Professional hereby acknowledges and agrees that its representatives may have access to or otherwise receive information during the furtherance of Professional's obligations in accordance with this Agreement, which is of a confidential, non- public or proprietary nature. Professional shall treat any such information received in full confidence and will not disclose or appropriate such Confidential Information for Professional's own use or the use of any third party at any time during or subsequent to this Agreement. As used herein, "Confidential Information"means all oral and written information concerning the City, its affiliates and subsidiaries, and all oral and written information concerning City or its activities, that is of a non-public,proprietary or confidential nature including,without limitation,information pertaining to customer lists, services,methods,processes and operating procedures, together with all analyses,compilations,studies or other documents,whether prepared by Professional or others, which contain or otherwise reflect such information. The term "Confidential Information" shall not include such information that is or becomes generally available to the public other than as a result of disclosure to Professional, or is required to be disclosed by a governmental authority under applicable law. 10.18 Remedies. No right or remedy granted or reserved to the Parties is exclusive of any other right or remedy herein by law or equity provided or permitted; but each right or remedy shall be cumulative of every other right or remedy given hereunder. No covenant or condition of this Agreement may be waived without written consent of the Parties. Forbearance or indulgence by either Party shall not constitute a waiver of any covenant or condition to be performed pursuant to this Agreement. 10.19 No Third Party Beneficiary. For purposes of this Agreement, including the intended operation and effect of this Agreement, the Parties specifically agree and contract that: (1) this Agreement only affects matters 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 entity may be in contractual relationship with City or Professional 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 owing by them to either City or Professional. [The Remainder of this Page Intentionally Left Blank] Page 9 of 11 City of Port Arthur, Texas Professional Services Agreement EXECUTED this day of , 2023. CITY: CITY OF PORT ARTHUR,TEXAS, A Texas home-rule municipality, By: Ronald Burton, City Manager ATTEST: Sherri Bellard, City Secretary APPROVED AS TO FORM: Val Tizeno, City Attorney EXECUTED this day of , 2023. PROFESSIONAL: SCS Engineers By: , Owner/Consultant Page 10 of 11 City of Port Arthur, Texas Professional Services Agreement Exhibit A Scope of Services/ Schedule Page 11 of 11 City of Port Arthur, Texas Professional Services Agreement SCS ENGINEERS Environmental Consultants & Contractors October 26, 2023 Ms. Flozelle Roberts Director of Public Works City of Port Arthur 444 4th Street Port Arthur, Texas 77640 Subject: Proposal to Provide Engineering Services for the Design, Preparation of Plans and Bidding Documents, Construction Quality Control and Land Surveying for the Construction of Cell 47 and other Associated Site Improvements at the City of Port Arthur Municipal Landfill Dear Ms. Roberts: Per your request, SCS Engineers (SCS) is pleased to present this proposal to the City of Port Arthur (City) to provide engineering services for the design, preparation of plans and bidding documents, construction quality control and land surveying for the construction of Cell 47 and other Associated Site Improvements at the City of Port Arthur Municipal Landfill. The City of Port Arthur Municipal Landfill sits on 407 acres of land. 160 acres are permitted for landfill disposal, with 130 acres already constructed and receiving waste. Cell 47 is the next disposal cell. Cell 47 is a 9.2-acre disposal cell with a Subtitle D and an alternate liner. This project will include the excavation and construction of Cell 47, and the various other improvements associated with the cell, including construction of the south pond, add-on sideslope berms, run-down channels, on-site roads, the extension of the perimeter drainage system, and the extension of the leachate forcemain system. SCOPE OF SERVICES Task 1 : Construction Plans, Specifications, and Bid Documents SCS will design and prepare construction plans, technical specifications, and bidding documents for use by the City of Port Arthur for the construction of Cell 47 at City of Port Arthur Municipal Landfill. In addition to the disposal cell, these plans will incorporate the previously prepared plans for the construction of erosion and sediment controls on the landfill and the south pond. Cell 47 will be designed with a leachate forcemain that will tie into the existing forcemain and a cell dewatering system. The plans for Erosion and Sedimentation Control and the South Detention Basin will be incorporated into the construction package from the Erosion and Sedimentation Control and Detention Basin construction package prepared in February 2023 and updated with the most recent topography. 12651 Briar Forest,Ste. 205, Houston, TX 77077 1281-293-8494 I eFax 281-293-7878 L,a Flozelle Roberts October 26, 2023 Page 2 SCS will design and prepare construction plans for Cell 47 and assorted site improvements. These plans will include: • Cover Sheet, • Existing Conditions Plan, • Excavation and Dewatering System Plan, • Excavation and Dewatering System Plan Construction Point Sheet, • Top of Liner Subgrade Plan, • Top of Liner Subgrade Construction Point Sheet, • Top of Protective Cover Plan, • Top of Protective Cover Construction Point Sheet, • Leachate Forcemain and Dewatering System Plan, • Liner and Leachate Collection System Detail Sheet, • Dewatering System Detail Sheet, • Miscellaneous Detail Sheet, • South Detention Basin Plan - 1, • South Detention Basin Plan - 2, • Erosion and Sedimentation Control Plan, • Landfill Details - 1, • Landfill Details - 2, • Landfill Details - 3, • Landfill Details - 4, • Landfill Details - 5, • Landfill Details - 6, • Landfill Details - 7, • North Detention Basin Plan - 1, • North Detention Basin Plan - 2, and • Landfill Details - 8. SCS will utilize the City's most recent aerial topographic survey of the landfill for the design. SCS will prepare Technical Specifications for the construction of the earthwork,geosynthetic liner,and leachate collection system as appropriate. SCS will also prepare bid quantities,an Engineer's Estimate of Costs, and a bid tabulation sheet for the City's use in evaluating the bids. SCS will assist the City in preparing the Standard City Bid Documents. These plans,specifications,and bid documents will be prepared in general accordance with the TCEQ's regulations and the City of Port Arthur's latest permit, as amended or modified. SCS will prepare a PDF of the bid package for distribution to Contractors. This bid package will include the standard bid documents, technical specifications, and appendices that include construction drawings. SCS will participate in a mandatory pre-bid meeting at the City landfill office. SCS will address technical questions from contractors during the bidding phase of the project.The bid Flozelle Roberts October 26, 2023 Page 3 documents will require that only written requests require a response. Addenda will be issued, if required,to all contractors who attend the pre-bid conference and are plan holders. After the bids are received, SCS will tabulate the bids, identify the apparent low bidder, and confirm the qualifications of the low bidder. Task 2: Construction Quality Assurance Services The City of Port Arthur Municipal Landfill Construction Quality Assurance (CQA) project involves the construction of an approximate 9.2-acre composite lined Cell 47 and the various other improvements associated with the cell, including construction of the south pond, add-on sideslope berms, run-down channels, on-site roads, the extension of the perimeter drainage system, and the extension of the leachate forcemain system. A contractor will dewater the cell, excavate the cell, prepare the subgrade surface, provide and install a double-sided geocomposite underdrain and sump, install a 1-foot thick compacted cohesive soil barrier layer, provide and install a geosynthetic clay liner (GCL), provide and install the 60-mil HDPE flexible membrane liner, provide and install a geocomposite, provide and install the leachate collection system, install a 2-foot thick protective cover soil, construction of the south pond, add-on sideslope berms, run-down channels, on-site roads, the extension of the perimeter drainage system, and the extension of the leachate forcemain system. SCS has assigned a task manager (TM) to handle the scheduling of the SCS personnel, monitor the task budget, and assist in the preparation of the documentation report.A certifying engineer(CE) has been assigned to the project. This individual will review the progress of the project, review the field reports and files, make site visits to insure that construction is properly conducted, and certify the documentation report. The TM shall be responsible for the overall operations of the CQA project. This will include selecting project staff, insuring that the field operation for CQA is set-up properly, insuring all field and laboratory documentation is complete and accurate, and insuring that the project remains within the budget constraints. Any problems or conflicts, which may arise during the project, shall be brought to the attention of the CE and City. The CE shall be responsible for insuring that the project has met the permit requirements established in the SLQCP. This individual shall make sufficient visits to the site to be familiar with the work and to review the documentation process.The certifying engineer shall, upon completion of the project,certify that the work does in fact, meet the permit requirements. This person shall be a registered engineer in the State of Texas. He also will attend any important meetings and assist in preparation of the documentation report. SCS plans to send a qualified senior site CQA technician to the site to review the work to-date, set-up field operations and perform the pre-construction testing.This individual will perform all the necessary field-testing, sampling, monitoring and documentation phases of the work to completion. The senior site technician shall also be responsible for preparing daily reports, recording and distributing project meeting minutes, forwarding field documentation to the SCS office for computer data entry and keeping the City, TM, and CE informed as to the status of the project. SCS will supply the services of a registered land surveyor. The surveyor will document the subgrade, Flozelle Roberts October 26, 2023 Page 4 liner grade and top of protective cover layer and to provide the geomembrane panel placement,seam and repair location drawings, and set red-liner posts per TCEQ regulations. Seven sets of record drawings will be furnished for the documentation report. The surveyor's work shall be coordinated by the CQA senior site technician. Costs for surveying services have been included with this task. Geotech nica I testing shall be performed by qualified laboratories selected by SCS and approved by the City. Emailed test results shall be required from the lab upon completion of any testing. Emails shall be sent to the senior site technician who in turn shall provide the TM and CE copies as needed. Final test results required for the documentation report shall be sent directly to the TM. SCS will prepare the required Liner Evaluation Reports. The report shall be a culmination of all the field and laboratory aspects of the project and will be signed and sealed by a professional engineer, registered in the State of Texas. This report shall include the following information: • A narrative describing the construction of the cells,test methods and results, • Field reports,field and laboratory test results, • Pertinent information regarding any design changes/permit modifications, • Personnel resumes of key individuals involved with the project, • Survey elevation drawing, GCL and geomembrane panel locations, and • Certification of final construction. A substantially complete copy of this report shall be made available to the City for review no later than two weeks after completion of the granular drainage layer installation activities. The final copy shall be completed within one week following return of the draft submittal. A total of seven copies of each report shall be reproduced, with three being submitted to the TCEQ, two being retained by SCS, and two delivered to the City of Port Arthur. SCHEDULE SCS will initiate work immediately upon Notice to Proceed from the City. SCS anticipates submittal of the 90 percent complete draft of the Construction Plans,Technical Specifications,and Bid Documents for Cell 47 to the City for your review and comment within 90 days of receipt of notice to proceed. The 100 percent complete set will be submitted to the City within 10 days of receipt of comments on the 90 percent set. Field staff will mobilize following the receipt of notice to proceed on the construction quality assurance task and within 2 days of contractor's completion of excavation. SCS has estimated the construction schedule at 22 weeks for the construction of Cell 47. SCS has budgeted to have the CQA Technician on-site for a maximum of 20 weeks and the 2nd CQA Technician on-site for a maximum of 3 weeks. FEE SCS proposes to perform the Task 1, Construction Plans, Specifications and Bid Documents on a lump sum basis for $75,740 and Task 2, Construction Quality Assurance Services on a Time and Expenses basis for an estimated $336,465;for a total of$412,205. This fee is based on the following assumptions: Flozelle Roberts October 26, 2023 Page 5 Task 1 -Construction Plans, Specifications and Bid Documents Position Hours Rate per Hour Cost Satellite Office Manager 40 $240.00 $9,600.00 Senior Project Professional 60 $175.00 $10,500.00 Project Professional I 120 $145.00 $17,400.00 Associate Staff Professional 80 $1 10.00 $8,800.00 CAD Designer 120 $135.00 $16,200.00 Office Service Manager 8 $120.00 $960.00 Secretarial/Clerical 16 $80.00 $1,280.00 Surveying (lump sum) 1 $6,000.00 $6,000.00 Expenses (lump sum) 1 $5,000.00 $5,000.00 TOTAL $75,740.00 Task 2-Construction Quality Assurance Services STAFF Estimated Unit Cost Cost Hours/Units Principal Certifying Engineer 160 $240.00 $38,400.00 Senior Project Professional/Co-Certifying Engineer 200 $175.00 $35,000.00 Project Professional I 80 $145.00 $11,600.00 Associate Staff Professional 200 $1 10.00 $22,000.00 CAD Designer 40 $135.00 $5,400.00 Senior CQA Technician 1,200 $80.00 $96,000.00 2nd CQA Technician 210 $75.00 $15,750.00 Office Service Manager 10 $120.00 $1,200.00 Secretarial/Clerical 30 $80.00 $2,400.00 Expenses 1 $1,100.00 $1,100.00 Geotechnical Testing STRUCTURAL FILL/SUBGRADE Lab Compaction-ASTM D698 (1 per soil type) 3 $260 $ 780.00 Moisture-ASTM D2216 (1 per soil type) 3 $10 $ 30.00 Particle Size-ASTM D422/D 1 140 (1 per soil type) 3 $60 $ 180.00 Atterberg Limits-ASTM D4318 (1 per soil type) 3 $60 $ 180.00 Permeability-ASTM D5084 (1 per soil type) 3 $305 $915.00 DRAINAGE STONE Particle Size-ASTM D422/D488 (1 per 3,000 c.y.) 1 $95 $ 95.00 Permeability-ASTM D2434 (1 per 3,000 c.y.) 1 $305 $ 305.00 Calcium Carbonate Content-J&L Test Method S 1 $350 $ 350.00 105-89 1 •er 3,000 c. . Geosynthetic Clay Liner Conformance Testing Mass per Unit Area-ASTM D5993 (1 per 100,000 s.f.) 5 $45 $225.00 Flozelle Roberts October 26, 2023 Page 6 Hydraulic Conductivity GRI-GCL-2 OR ASTM 5084 (1 5 $300 $1,500.001 per 100,000 s.f.) Lap Joint Permeability- Flow box l $260 $260.00 Direct Shear-ASTM D6243 (1 per adjoining material) 3 $750 $2,250.00 In Plant Sam•lin• •er hour 20 $90 $1,800.00 60 mil HDPE Conformmance Testing Density-ASTM D l 505/792 (1 per 100,000 s.f. and every resin lot) 5 $35 $ 175.00 Carbon Black Content-ASTM D1603 (1 per 100,000 s.f. and every resin lot) 5 $55 $275.00 Carbon Black Dispersion-ASTM 5596 (1 per 100,000 s.f. and every resin lot) 5 $55 $275.00 Thickness-ASTM D5199/5594 (1 per 100,000 s.f.and 5 $30 $ 150.00 every resin lot) Tensile Properties-ASTM D638 (1 per 100,000 s.f. and 5 $85 $425.00 every resin lot) In Plant Sampling (per hour) 20 $90 $1,800.00 Construction Testing Peel/Shear-ASTM D4437 (1 per 500 I.f. of weld) 60 $46 $2,760.00 Other Expenses CQA Technicians Travel/Vehicle (per day)* 161 $65 $10,465.00 CQA Technician Lodging/Per diem (per day)* 161 $180 $28,980.00 Certifying Engineer Travel/Vehicle/Lodging (per day) 22 $400 $8,800.00 FedEx/Shipping (per week) 20 $400 $8,000.00 Final Report Binders and Copies (per report) 1 $2,200 $2,200.00. CQA Technician Mobilization/Demobilization (per 4 $2,500 $5,000.00 each)** Miscellaneous Supplies (per week)* 20 $65 $1,300.00 Troxler Rental (per week) 6 $190 $1,140.00 Surveying (lump sum) 1 $27,000 $27,000.00 TOTAL L _ $336,465.00 * This estimate includes fees for 2 CQA monitors. **This fee includes time and expenses. Any additional Services that the City may request with regards to this project (i.e.: meetings, permit modifications) or other tasks, will constitute a change order for additional services, or prepared as additional task orders. As with other recent projects for the City, receipt of a Purchase Order will suffice for our notice to proceed. SCS appreciates this opportunity to present this proposal for your consideration. If you have any questions, please feel free to contact J. Roy Murray at(817) 358-6156. Flozelle Roberts October 26, 2023 Page 7 Sincerely, /*La) /.14140.r ti3r J. R y Murray, P.E. I Sam Franco, P.E. Vice President Senior Project Professional SCS ENGINEERS SCS ENGINEERS P.R.No.23459 11/21/2023 FCR Page 3 of 3 ATTEST: Sherri Bellard, TRMC City Secretary APPROVED AS TO FORM: ( --C C-1--C-- W1-e (PVI 0 ) 'Valecia Tiztno, Esq. ✓ City Attorney APPROVED FOR ADMINISTRATION: Ronald Burton, CPM City Manager i 1 / 0 AL _,1rM....ri ozel - i . Roberts, ' ►, MEng, C A, CPM Dire .f Public / s APPROVED AS TO AVAILABILITY OF FUNDS: Lynd swell Director of Finance tlJtati4_ Clifton E. Williams,Jr., CPPB Purchasing Manager