Loading...
R-05-07-28-11F2 - 7/28/2005 RESOLUTION NO. R-05-07-28-11F2 WHEREAS, the City of Round Rock has previously entered into an Agreement for Engineering Services ("Agreement" ) with HDR Engineering, Inc . for IH-35 modifications from Chandler Road to Westinghouse Road, and WHEREAS, HDR Engineering, Inc. has submitted Supplemental Agreement No. 2 to the Agreement to modify the provisions for the scope of services, and WHEREAS, the City Council desires to enter into said Supplemental Agreement No. 2 with HDR Engineering, Inc. , Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City Supplemental Agreement No. 2 to the Agreement with HDR Engineering, Inc. , a copy of same being attached hereto as Exhibit "A" and incorporated herein for all purposes . The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 28th day of July, 2005 . WELL, Playor Cit of Round Rock, Texas ATTESTOA,t�/e. y)1ak'22V- CHRISTINE R. MARTINEZ, City Secretary PPFDesktop\::ODMA/WORLDOX/O:/WDOX/RESOLUTI/PS0728F2.WPD/sc STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO. 2 TO CONTRACT FOR ENGINEERING SERVICES FIRM: HDR Engineering, Inc. ("Engineer") ADDRESS: 4401 West Gate Blvd., Suite 400,Austin,TX 78745 PROJECT: 11135 Frontage Road (Chandler Road to Westinghouse) This Supplemental Contract No. 2 to Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and HDR Engineering, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 11th day of March, 2004 for the IH 35 Frontage Road (Chandler Road to Westinghouse) in the amount of$836,329.00; and WHEREAS, the City and Engineer executed Supplemental Agreement No. 1 on January 13, 2005, to modify the provisions for the scope of services and to increase the compensation by $418,431.00 for a total of$1,254,760.00; and WHEREAS, it has become necessary to amend the Contract to modify the provisions for the scope of services, and to increase the compensation by $158,520.00 for a total of$1,413,280.00; and NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: 1. Article 2, Engineering Services and Exhibit B, Engineering Services shall be amended as set forth in the attached Addendum To Exhibit B. IL Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $158,520.00 the lump sum amount payable under the Contract for a total of$1,413,280.00, as shown by the attached Addendum to Exhibit D. Supplemental Contract Rev.03/02/04 Hdr-ih-35frontage;TX04MOD35;88108 84275 1 EXHIBIT nAn IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. HD=C. By: /.�/os Date CITY OF ROUND ROCK APPROVED AS TO FORM: By: Nyle Maxwell, Mayor Stephan L. Sheets, City Attorney Date Supplemental Contract Rev.03/02/04 Hdr-ih-35frontage;TX04MOD35;88108 84275 2 ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: The work to be performed under this supplement shall consist of completing the following items/information between Chandler Rd. and Westinghouse Rd. along IH 35 and to the east and west of the existing Chandler Road bridge: 1) The Traffic Control Plan will be revised to provide for the operation of two (2) westbound traffic lanes on the Chandler Road bridge over IH 35 at all times during construction. There will also be a minimum of one (1) eastbound lane open at all times during construction. The other phases of the preliminary traffic control plan will be adjusted accordingly. Included are the following items: a) Development of at least two preliminary layouts of traffic control plan through the Chandler Road bridge area. b) Meeting with TxDOT and City of Round Rock to review options and decide on a concept to be included in project construction documents. c) Development of plan sheets, typical sections, notes, standard plans and other documents to facilitate the revised construction features. 2) The storm sewer design calculations, plan layout, profiles and summary sheets will be revised to reflect the following changes: a) The storm sewer design will be revised to provide for the capacity of a ten year design storm. This is an increase in the design storm frequency from the five year storm. All inlet and pipe capacities will be reviewed and revised as necessary to incorporate this revision in design criteria. b) All proposed inlet structures and pipe sizes will be reviewed and revised to incorporate the use of ten (10) foot minimum length inlet structures. c) The location of the culvert extension at Northbound Frontage Road Sta. 2147+09 will be relocated to Sta. 2145+05. This relocation is necessary to facilitate a proposed storm water detention facility being developed along the east side of the frontage road. The services will include revisions to the storm sewer system in the area of the culvert. 3) The design of the Chandler Road bridge over IH 35 will be revised to include the removal and replacement of the two (2) outside concrete box beams on both sides of the bridge. Due to the transverse post tensioning of the existing bridge beams, a concrete bridge deck will be incorporated into the design to facilitate traffic on the bridge during construction. The plan sheets, details and construction notes for the phased construction of this work will be developed along with revisions to the overall Traffic Control Plan. 4) In order to facilitate future widening of the existing Westinghouse Road Bridge, the location of the proposed turn-around bridge will be reviewed. Services will include the following items: a) Collection of background data on existing and proposed construction on Westinghouse Road. b) Development and analysis of preliminary geometrics for Westinghouse Road widening and realignment. c) Development of possible conceptual layouts for widening/replacement of the existing Westinghouse Road bridge. d) Meeting with TxDOT to conclude as to the impacts of future work on Westinghouse Road as it relates to the proposed turn-around bridge directly south of the existing bridge. e) Incorporate the changes to the turn-around bridge location to the project construction drawings. 5) Utility location services (SUE) will be provided in the project corridor. These services will include Quality Level A (horizontal and vertical locates) and Quality Level B (horizontal locates) described as follows: a) QL-B services of designating the SBC telephone, gas line and fiber optic lines from Chandler Road to Westinghouse Road and along the north side of Chandler Road. The Round Rock water main will be located over the same area. b) QL-A services of locating the utilities in question by Test Hole excavation will be provided at the locations of potential conflict with the proposed improvements associated with the IH 35 Improvement Project. c) Approximately 16,500 linear feet of SBC Communication lines and Round Rock water main will be designated (Quality Level B (QL-B) SUE services). The total number of Test Holes for this Scope of Services is eighteen (18); twelve (12) SBC communication lines, five (5) Round Rock waterlines, and one (1) gas line. The location of the twelve (12) Test Holes for the SBC communication lines to be excavated may be in a concrete encasement or duct. d) Field locate and obtain accurate horizontal position of visible SBC surface features such as pull boxes or manholes and Round Rock Water line for the area of investigation as described within Scope of Work. e) Quality Service Level B (QL-B Designating Services) Designate is to indicate, by marking with paint, the presence and approximate horizontal location of subsurface utilities using geophysical prospecting techniques, including, without limitations, electromagnetic, sonic and acoustical techniques. The Engineer will provide the following designating services to aid the design of site, right-of-way, construction plans or project development plans, or for other purposes as agreed to by the parties. Included will be the following: 1. Provide all equipment, personnel and supplies required for performing designating services. 2. Conduct appropriate investigation of site conditions. 3. Designate the approximate horizontal location of the existing utilities within the project limits as previously described. 4. Mark the utilities on the ground to be surveyed and/or excavated. 5. Markings on the ground are to be used for design purposes and not for construction excavation purposes. The use of information provided does not relieve any contractor from the duty to comply with applicable utility damage prevention laws and regulations, including, but not limited to, giving notification to utility owners or "one-call" centers 'before excavation. 6. The accuracy of subsurface data can be influenced by factors beyond our control, such as conductivity of materials and their surroundings, soil moisture content,proximity of other underground utilities or structures, depth of utility, etc. Therefore, only the accuracy of data obtained by actual physical verification (through vacuum excavation or otherwise) can be guaranteed to applicable engineering and/or surveying standards. 7. The Engineer will provide all SUE services to the prevailing standard of care applicable in the Subsurface Utility Engineering profession. f) Quality Service Level A - Locating (Test Hole) Services: Locating services is to locate the accurate horizontal and vertical position of subsurface utilities by excavating a test hole using vacuum excavation techniques and equipment that is non-destructive to utilities. In performing locating (test hole) services, the Engineer will: 1. Provide all equipment,personnel and supplies required to perform locating services. 2. Utilize existing records and designated utilities at the site and investigate site conditions. 3. Excavate test holes to expose the utility to be measured in such a manner that insures the safety of the excavation and the integrity of the utility to be measured. In performing such excavations, the Engineer shall comply with applicable utility damage prevention laws and coordinate with utility inspectors, as required. Excavations will be performed using specially developed vacuum excavation equipment that is non-destructive to existing facilities. If contaminated soils are discovered during the excavation process, the Engineer will so notify the Client. 4. Investigate, evaluate, measure and record a) actual depth to top of utility referenced to a marker installed directly above the centerline of the exposed utility structure and b) outside diameter of utility and configuration of non-encased, multi-conduit systems. 5. Furnish and install markers directly above the centerline of utility structure and in each excavated test hole. 6. Backfill around the exposed facility using the excavated materials. Excavations will be backfilled and compacted in lifts. Compaction will comply with permit requirements. 7. Provide permanent restoration of pavement within limits of original cut. When test holes are excavated in areas other than roadway pavement,these disturbed areas shall be restored as nearly as reasonably possible to the condition that existed prior to excavation. 8. Evaluate and compare field information with utility information described in utility records and resolve conflicts. g) All services will be provided to the standard of care applicable in the subsurface engineering profession. The project deliverables consist of two (2) sets of 22"x 34" drawings of the Quality Level B services and two (2) Test Hole reports for each location and two (2) electronic files in MicroStation US feet(213)DGN format on CD-ROM. The Engineer will not be responsible for any omission of utility information that is not obtainable via electromagnetic, sonic, or acoustical designating services. Non-metallic piping, inactive electric and/or communication lines may or may not be found by electromagnetic, sonic or acoustical designating practices. The Engineer does not warrant and/or guarantee that all existing utilities will be found. ADDENDUM TO EXHIBIT D Fee Schedule Project Name: IH 35 Chandler Road to Westinghouse Road-Supplement No.2 Consultant: HDR Engineering,Lnc. Cost Component,Hours Schematic PS&E Bridge Project Total Admin. Hours Project Principal 0 20 32 4 56 Project Manager/Senior Engineer. 0 98 104 40 242 Design Engineer 0 171 0 60 231 Engineer-in-Training 0 92 82 24 198 Sr. Design Technician 0 6 140 0 146 CADD Technician 0 144 0 2 146 Clerical/Steno 0 48 0 4 52 Total Hours 0 579 358 134 1071 Cost Component,Dollars Rate Project Principal $236 $0 $4,715 $7,545 $943 $13,203 Project Manager/Senior Engineer. $151 $0 $14,800 $15,706 $6,041 $36,546 Design Engineer $117 $0 $20,027 $0 $7,027 $27,054 Engineer-in-Training $86 $0 $7,939 $7,076 $2,071 $17,087 Sr. Design Technician $99 $0 $592 $13,807 $0 $14,399 CADD Technician $77 $0 $11,095 $0 $154 $11,249 Clerical/Steno $55 $0 $2,663 $0 $222 $2,885 Labor Dollars $0 $61,831 $44,134 $16,458 $122,423 TOTAL EXPENSES W/10%markup $5,325 SUE(Surveying &Mapping, Inc.) $30,771 Survey $0 Geotech $0 Environmental Document(EA/FONSI) $0 Signing,Striping,Illumination $0 TOTAL LUMP SUM FEE $158,520 S��GPO AG Nov cwn NPN01 , G i FM X431 � IH 35 Area ImprovementsN� aK DATE: July 22, 2005 SUBJECT: City Council Meeting - July 28, 2005 ITEM: 11.F.2. Consider a resolution authorizing the Mayor to execute Supplemental Contract No. 2 to the Contract for Engineering Services with HDR Engineering, Inc. for IH-35 modifications from Chandler Road to Westinghouse Road. Department: Transportation Services Staff Person: Tom Martin, Director of Transportation Services Justification: TxDOT has requested a scope change in the proposed roadway improvements to better allow for increased traffic volumes anticipated due to the proposed Simon/Chelsea Development in the area of Chandler Road/RM 1431, IH-35, and Westinghouse Road. This increase in scope will allow for the revision of the traffic control plan to provide for the operation of two westbound traffic lanes on Chandler Road bridge over I-35 at all times during construction and a minimum of one lane open at all times eastbound; revise storm sewer plans to provide for the capacity of ten year design storm; revise design of the Chandler Road bridge to include the removal and replacement of two outside concrete box beams on both sides of the bridge; collection of background data on existing and proposed construction of Westinghouse Road in order to facilitate the future widening of the existing Westinghouse Road Bridge; utility relocation services. Funding: Cost: $158,520.00 Source of funds: 4B Corporation (1/2 cent Sales Tax) Outside Resources: HDR Engineering, Inc. Background Information: The original scope of this project included the reversing of the on and off ramps at Chandler Road, construction of a turnaround structure at Chandler Road, widening of the northbound frontage road in the vicinity of the Simon/Chelsea Development and intersection improvements on Chandler Road. The original contract with HDR Engineering for the design of this work was approved by the Council at their March 11, 2004 meeting. Supplemental Agreement No. 1 approved at the January 13, 2005 council revised the scope to include the design of a turnaround structure at Westinghouse Road, widening Chandler Road /RM 1431 overpass to a six lane structure, and ancillary roadway work to align with the bridge widening. Miscellaneous acceleration and deceleration lane work to improve traffic flow, extending the north bound frontage road to Westinghouse Road and associated intersection improvements. Public Comment: N/A EXECUTED DOCUMENT FOLLOWS STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO. 2 TO CONTRACT FOR ENGINEERING SERVICES FIRM: HDR Engineering, Inc. ("Engineer") ADDRESS: 4401 West Gate Blvd., Suite 400,Austin, TX 78745 PROJECT: 11135 Frontage Road (Chandler Road to Westinghouse) This Supplemental Contract No. 2 to Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and HDR Engineering, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 11th day of March, 2004 for the IH 35 Frontage Road (Chandler Road to Westinghouse) in the amount of$836,329.00; and WHEREAS, the City and Engineer executed Supplemental Agreement No. 1 on January 13, 2005, to modify the provisions for the scope of services and to increase the compensation by $418,431.00 for a total of$1,254,760.00; and WHEREAS, it has become necessary to amend the Contract to modify the provisions for the scope of services, and to increase the compensation by $158,520.00 for a total of$1,413,280.00; and NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: I. Article 2, Engineering Services and Exhibit B, Engineering Services shall be amended as set forth in the attached Addendum To Exhibit B. II. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $158,520.00 the lump sum amount payable under the Contract for a total of $1,413,280.00, as shown by the attached Addendum to Exhibit D. Supplemental Contract Rev.03/02/04 Hdr-ih-35frontage;TX04MOD35;88108 84275 1 IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. HDR ENGINEERING, INC. By: G K—zl� x4n Zkft " E Date CITY OF RO N 49CK APP EDSaOFRM: By: N0o.45X,ve1?,'-X1ayor Steph L. Sheets, City Attorney '7 Date Supplemental Contract Rev.03/02/04 Hdr-ih-3 5 frontage,TX04MOD35,88108 84275 2 ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: The work to be performed under this supplement shall consist of completing the following items/information between Chandler Rd. and Westinghouse Rd. along IH 35 and to the east and west of the existing Chandler Road bridge: 1) The Traffic Control Plan will be revised to provide for the operation of two (2) westbound traffic lanes on the Chandler Road bridge over IH 35 at all times during construction. There will also be a minimum of one (1) eastbound lane open at all times during construction. The other phases of the preliminary traffic control plan will be adjusted accordingly. Included are the following items: a) Development of at least two preliminary layouts of traffic control plan through the Chandler Road bridge area. b) Meeting with TxDOT and City of Round Rock to review options and decide on a concept to be included in project construction documents. c) Development of plan sheets, typical sections, notes, standard plans and other documents to facilitate the revised construction features. 2) The storm sewer design calculations, plan layout, profiles and summary sheets will be revised to reflect the following changes: a) The storm sewer design will be revised to provide for the capacity of a ten year design storm. This is an increase in the design storm frequency from the five year storm. All inlet and pipe capacities will be reviewed and revised as necessary to incorporate this revision in design criteria. b) All proposed inlet structures and pipe sizes will be reviewed and revised to incorporate the use of ten (10) foot minimum length inlet structures. c) The location of the culvert extension at Northbound Frontage Road Sta. 2147+09 will be relocated to Sta. 2145+05. This relocation is necessary to facilitate a proposed storm water detention facility being developed along the east side of the frontage road. The services will include revisions to the storm sewer system in the area of the culvert. 3) The design of the Chandler Road bridge over IH 35 will be revised to include the removal and replacement of the two (2) outside concrete box beams on both sides of the bridge. Due to the transverse post tensioning of the existing bridge beams, a concrete bridge deck will be incorporated into the design to facilitate traffic on the bridge during construction. The plan sheets, details and construction notes for the phased construction of this work will be developed along with revisions to the overall Traffic Control Plan. 4) In order to facilitate future widening of the existing Westinghouse Road Bridge, the location of the proposed turn-around bridge will be reviewed. Services will include the following items: a) Collection of background data on existing and proposed construction on Westinghouse Road. b) Development and analysis of preliminary geometries for Westinghouse Road widening and realignment. c) Development of possible conceptual layouts for widening/replacement of the existing Westinghouse Road bridge. d) Meeting with TxDOT to conclude as to the impacts of future work on Westinghouse Road as it relates to the proposed turn-around bridge directly south of the existing bridge. e) Incorporate the changes to the turn-around bridge location to the project construction drawings. 5) Utility location services (SUE) will be provided in the project corridor. These services will include Quality Level A (horizontal and vertical locates) and Quality Level B (horizontal locates) described as follows: a) QL-B services of designating the SBC telephone, gas line and fiber optic lines from Chandler Road to Westinghouse Road and along the north side of Chandler Road. The Round Rock water main will be located over the same area. b) QL-A services of locating the utilities in question by Test Hole excavation will be provided at the locations of potential conflict with the proposed improvements associated with the IH 35 Improvement Project. c) Approximately 16,500 linear feet of SBC Communication lines and Round Rock water main will be designated (Quality Level B (QL-B) SUE services). The total number of Test Holes for this Scope of Services is eighteen (18); twelve (12) SBC communication lines, five (5) Round Rock waterlines, and one (1) gas line. The location of the twelve (12) Test Holes for the SBC communication lines to be excavated may be in a concrete encasement or duct. d) Field locate and obtain accurate horizontal position of visible SBC surface features such as pull boxes or manholes and Round Rock Water line for the area of investigation as described within Scope of Work. e) Quality Service Level B (QL-B Designating Services) Designate is to indicate, by marking with paint, the presence and approximate horizontal location of subsurface utilities using geophysical prospecting techniques, including, without limitations, electromagnetic, sonic and acoustical techniques. The Engineer will provide the following designating services to aid the design of site, right-of-way, construction plans or project development plans, or for other purposes as agreed to by the parties. Included will be the following: 1. Provide all equipment, personnel and supplies required for performing designating services. 2. Conduct appropriate investigation of site conditions. 3. Designate the approximate horizontal location of the existing utilities within the project limits as previously described. 4. Mark the utilities on the ground to be surveyed and/or excavated. 5. Markings on the ground are to be used for design purposes and not for construction excavation purposes. The use of information provided does not relieve any contractor from the duty to comply with applicable utility damage prevention laws and regulations, including, but not limited to, giving notification to utility owners or "one-call" centers before excavation. 6. The accuracy of subsurface data can be influenced by factors beyond our control, such as conductivity of materials and their surroundings, soil moisture content, proximity of other underground utilities or structures, depth of utility, etc. Therefore, only the accuracy of data obtained by actual physical verification (through vacuum excavation or otherwise) can be guaranteed to applicable engineering and/or surveying standards. 7. The Engineer will provide all SUE services to the prevailing standard of care applicable in the Subsurface Utility Engineering profession. f) Quality Service Level A - Locating (Test Hole) Services: Locating services is to locate the accurate horizontal and vertical position of subsurface utilities by excavating a test hole using vacuum excavation techniques and equipment that is non-destructive to utilities. In performing locating (test hole) services, the Engineer will: 1. Provide all equipment, personnel and supplies required to perform locating services. 2. Utilize existing records and designated utilities at the site and investigate site conditions. 3. Excavate test holes to expose the utility to be measured in such a manner that insures the safety of the excavation and the integrity of the utility to be measured. In performing such excavations, the Engineer shall comply with applicable utility damage prevention laws and coordinate with utility inspectors, as required. Excavations will be performed using specially developed vacuum excavation equipment that is non-destructive to existing facilities. If contaminated soils are discovered during the excavation process, the Engineer will so notify the Client. 4. Investigate, evaluate, measure and record a) actual depth to top of utility referenced to a marker installed directly above the centerline of the exposed utility structure and b) outside diameter of utility and configuration of non-encased, multi-conduit systems. 5. Furnish and install markers directly above the centerline of utility structure and in each excavated test hole. 6. Backfill around the exposed facility using the excavated materials. Excavations will be backfilled and compacted in lifts. Compaction will comply with permit requirements. 7. Provide permanent restoration of pavement within limits of original cut. When test holes are excavated in areas other than roadway pavement, these disturbed areas shall be restored as nearly as reasonably possible to the condition that existed prior to excavation. 8. Evaluate and compare field information with utility information described in utility records and resolve conflicts. g) All services will be provided to the standard of care applicable in the subsurface engineering profession. The project deliverables consist of two (2) sets of 22"x 34" drawings of the Quality Level B services and two (2) Test Hole reports for each location and two (2) electronic files in MicroStation US feet(2D) DGN format on CD-ROM. The Engineer will not be responsible for any omission of utility information that is not obtainable via electromagnetic, sonic, or acoustical designating services. Non-metallic piping, inactive electric and/or communication lines may or may not be found by electromagnetic, sonic or acoustical designating practices. The Engineer does not warrant and/or guarantee that all existing utilities will be found. ADDENDUM TO EXHIBIT D Fee Schedule Project Name: IH 35 Chandler Road to Westinghouse Road -Supplement No. 2 Consultant: HDR Engmeerm Inc _ Cost Component, Hours Schematic PS&E Bridge Project Total Admin. Hours Project Principal 0 20 32 4 56 Project Manager/Senior Engineer. 0 98 104 40 242 Design Engineer 0 171 0 60 231 Engineer-in-Training 0 92 82 24 198 Sr. Design Technician 0 6 140 0 146 CADD Technician 0 144 0 2 146 Clerical/Steno 0 48 0 4 52 Total Hours 0 579 358 134 1071 Cost Component, Dollars Rate Project Principal $236 $0 $4,715 $7,545 $943 $13,203 Project Manager/Senior Engineer. $151 $0 $14,800 $15,706 $6,041 $36,546 Design Engineer $117 $0 $20,027 $0 $7,027 $27,054 Engineer-in-Training $86 $0 $7,939 $7,076 $2,071 $17,087 Sr. Design Technician $99 $0 $592 $13,807 $0 $14,399 CADD Technician $77 $0 $11,095 $0 $154 $11,249 Clerical/Steno $55 $0 $2,663 $0 $222 $2,885 Labor Dollars $0 $61,831 $44,134 $16,458 $122,423 TOTAL EXPENSES W/10%markup $5,325 SUE(Surveying&Mapping, Inc.) $30,771 Survey $0 Geotech $0 Environmental Document(EA/FONSI) $0 Sign ing,Striping, Illumination $0 TOTAL LUMP SUM FEE $158,520