Loading...
R-12-10-11-G10 - 10/11/2012 i j 1 RESOLUTION NO. R-12-1041-G10 3 WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering k Services ("Contract") with Jacobs Engineering Group, Inc. for the Round Rock Treated Transmission F Line Segment 3 Project, and "z E WHEREAS, Jacobs Engineering Group, Inc. has submitted Supplemental Contract No. 2 to the Contract to modify the provisions for the scope of services, and n WHEREAS, the City Council desires to enter into said Supplemental Contract No. 2 with { Jacobs Engineering Group, 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 Contract No. 2 to the Contract with Jacobs Engineering Group, Inc., a copy of same being attached x hereto as Exhibit"A" and incorporated herein for all purposes. t 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 1 lth day of October, 2012. ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: IIAA F VI SARA L. WHITE, City Clerk 3 F' O:\wdox\SCC1nts\0112\1204\MUNICIPA000259369.DOC k' Y EXHIBIT "A" STATE OF TEXAS § COUNTY OF WILLIAMSON § 4 SUPPLEMENTAL CONTRACT NO. 2 TO CONTRACT FOR ENGINEERING SERVICES FIRM: JACOBS ENGINEERING GROUP,INC. ("Engineer") ADDRESS: 2705 Bee Cave Road,Suite 300,Austin,TX 78746-5688 PROJECT: Round Rocic Treated Transmission Line,Segment 3 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 Jacobs Engineering Group, Inc.,hereinafter called the"Engineer". n x WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the"Contract', on the 25th day of August, 2011 for the Round Rock Treated Transmission Line Segment 3 Project in the amount of$1,149,436.00; and WHEREAS,the City and Engineer executed Supplemental Contract No. 1 on March 16,2012 to amend the scope of services and to increase the compensation by $30,045.00 to a total of $1,179,481.00; WHEREAS, it has become necessary to amend the Contract to modify the provisions for the scope of services and to increase the compensation by$122,590.00 to a total of$1,302,071.00; NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: I. t t Article 2, Engineering Services and Exhibit B, Engineering Services shall be amended as set forth in the attached Addendum To Exhibit B. Exhibit C, Work Schedule shall be amended as set forth in the attached Addendum To Exhibit C. z E IL z Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $122,590.00 the lump sum amount payable under the Contract for a total of$1,302,071.00, as shown by the attached Addendum to Exhibit D. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. { Supplemental Contract Rev.12/01/08 0199.7181;00258983 84275 f 1 t JACOBSDT?NGINEERING GRO , INC. By: -12 G iZ Date CITY OF ROUND ROCK APPROVED AS TO FORM: x By: Alan McGraw,Mayor Stephan L. Sheets, City Attorney } Date t a i 6. 2 t: t 1 2 f g Supplemental Contract Rev.12/01/08 0199.7181;00258983 84275 1 2 ADDENDUM TO EXHIBIT B Engineering Services GENERAL t The objective of this Supplemental Agreement (SA) is to provide additional services related to planning, design, and construction phase services for the Round Rock Treated Transmission Line Segment 3. Major tasks associated with this SA included the following: • Pipeline Routing --Evaluation of additional alternatives for pipeline routing. • Boundary Survey—Survey of multiple easement boundaries per property owner requests. I • Pipeline and Dosing Station Modifications— Elimination of dosing station for design and construction phase services. i • Easement Services— Property acquisition survey for four(4) additional easements. { • Environmental Services— Modification to PCN application with USACE and additional archeological survey. ' Specific services included in this Supplemental Agreement No. 2 are described herein. BASIC SERVICES A. Preliminary Engineering Phase 1. Environmental Investigation & Permitting. Make minor revisions to USACE PCN a already submitted to include changes to pipeline alignment and dosing station. In addition, perform additional archeological investigation for the revised alignment along the Davis Tract. 2. Pipeline Route Analysis Evaluate additional options along Pipeline Alignment Alternative 2 along common property line between Galloway Tract and Lots 15/ 16 of Stonehurst Subdivision and along common property line between Galloway Tract and Davis Tract. Includes preparation of exhibits, cost comparisons, and tables showing advantages/disadvantages. In addition, perform i comparison of fee simple purchase of road right of way and dosing station site to acquisition of pipeline easement and lease area for dosing station site. Evaluate approximately three additional routes along Galloway, Davis, and Wiseman properties as part of easement negotiations and coordination with Cedar Park. Includes meetings and coordination with property owners, City of Cedar Park, and Owner, drawings, additional cost estimates, and technical memorandum documenting changes in alignment. 3. Metering, Chlorine Analyzing and Dosing Station and Remote Terminal Unit(RTU) Monitoring and Control Preliminary Design Develop technical memorandum documenting various chemical dosing options: (1) providing a future facility for 150 lbs chlorine gas cylinders; (2) providing a future facility for r chemical totes; and, (3) providing temporary connections for the temporary chemical dosing. Also, provide additional coordination with City related to radio path study. B. Final Design 1. Project Management& Coordination s 1 z: a. Project Administration. Manage overall scope, schedule, budget of project and coordinate activities associated with approximate six month extension in project schedule. x b. Conduct up to three additional meetings associated with selection of final route along Davis Tract and determination of dosing station requirements. 2. Boundary Line Staking Survey a. Utilize previously established primary and secondary control datum for the area of survey as described. This control was established for projects on the west and east junctures of this project. The values will be relative to NAD 83 Texas State Plane k Coordinates, Central Zone 4203 (scaled to surface values). Vertical Datum will be i GPS Orthometric heights and projected through the length of the project. b. Perform calculations for coordinate values for points along the prescribed lines at 100 foot intervals for the submitted easement surveys of the above stated limits. c. Set durable stakes along the boundary lines at interval locations at a suitable accuracy for taping of other boundary entities associated with the easement parcel. } 3. Drawing and Specifications a. Chemical Dosing Station. Modify chemical dosing station and provide revised 75% plans as indicated on CDM Smith scope of work (Section B) attached hereto. b. Treated Transmission Pipeline —Modify pipeline routing and access road along z Davis Tract as agreed upon with City in August 2012. Include removal of existing septic system and capping of residential well. Does not include design of new septic system or well. Update 75% plans and incorporate CDM Smith changes. Submit five (5) sets of revised 75% plans to City for review. i C. Bidding and Contract Award. See CDM Smith Scope of Work attached hereto (Section C). D. Construction Administration. See CDM Smith Scope of Work attached hereto (Section D). EXCLUSIONS . The following items are not included in the scope of work and will not be performed without E written authorization by Owner: 1. Revision to the Preliminary Engineering Report. 2. Design of new septic system for Davis Tract. 3. Extension of water service to Davis Tract. 4. Disinfection Requirements. Perform chloramine disinfection kinetic study to determine E disinfection requirements at the Treated Water Distribution Takepoint Site. 5. Water Quality Analysis. Perform additional desktop water quality studies to confirm water stability of blended waters (Round Rock's Lake Georgetown and Brushy Creek Regional Utility Authority's [BCRUA's] Lake Travis). 6. Acceptable Materials & Manufacturers. Determine acceptable materials and manufacturers for the proposed systems to be installed at the Treated Water Distribution Takepoint Site. 7. i PROJECT SCHEDULE As indicated on revised Exhibit C -Working Schedule, the final bid documents are anticipated to be submitted on February 22, 2013 based on approval of this Supplemental Agreement on October 25, 2012. 2 ADDENDUM TO EXHIBIT C Work Schedule ID 0 aak Name Dural 707 Stan FIn1aD elf t.t Half 2no Half 1 Half Zntl Malf Au SO Oct Nov pee Jan FOD Mat A r M Jun Jul Au Se Otl NOV DOC Jan FeD Mar A M Jun Jul AU ' Round Rock-Segment 3 TM 653 days 9112/2011; 3/12/2014 2 _... _._ 7 Planning&Prel Design 122 days 9/12/2011 2/28/2012 16 i ' Land Acquisition 484 days 912612011 8/1/2013 20 21 Property Owner Communication - 15 edays '2/17/2012. - 3/3/2012 - 22 Prepare Easement Does ._.--30�edays.... ...........2/231201:c..__...........3124/2012 ; 7/52012 .. ..82412012 24 --. EasementAeq(OfferAcceptedj 147 days 9110/2012 412/2013 p; as Condemnation(Offer Rejected) 135 days 1/25/2013 81112013 ; 49 Permitting 201 days 3/1/2012 12/6/2012 w _..... Cityof Cedar Park 20 days -",61-1,3-/20--1,2 7/10/2012 1 THC 20 days 6/13/2012 7/10/2012 ; 90 days 6/13/2012 10/16/2012 7 USACE 404 201 days 3/1/2012 12/6/2012 ®� - Pfo^eneo/ADsencoSunroy .......... ..._ .40etlayd....__. _._81152012 _ ..4130201 Q ---_- - -PCN ADPli atlon-- --- - 60 etlayi ---7112012 - _ 46=012 - 0 PCNRovL•lon -- _. 20tlays ---9282012:--..._.__10252012 .USACENSFW Rodlew conwitation - 7.5 omen ..4=012, -_.-12A62012 .........- .. . , .. 59 Williamson County '-' — -- 30 days --6/1312012-- --7/2412012 ----- --32-0--days---- -2/5/201..._--_ -- ---2/222 122- /__013-._... Final Design 11 , 1 Survey 50 days 12/5/2011 2/10/2012 62 30 days -- 2120/2012' - --3/80/2072 Q 63 75%Construction Documents 85 .. . ... 5 day s _ 2/15/2012 _...611212012 , 64 internal QA/QC 10 days 6/13/2017, 612612012 6 --- -- - City Review---------------____.___._ _ -10 days __--6/27Y2012, '___7/11_/2012- ' 9/27/2012[ - Revised 75%Constnidion Documents 30 days --^1012512012 ----121512012 69 City Review - ---10 days...........- 12/13/2012 -_.. 12126/2012 n 100"/6 Construction Documents 20 days 1 2/2 712 01 2._ •1/23/2013 1 Intemal QAlQC 10 days 1124/2013' 2/6/2013 City Review 10 days 2/7/2013 - Y12012013 - - Bid Doaiments - _..._.........----_-_._--- 2 days 2/2V2013, 2/22/2013 G j 4 - ----- ----- --- - -- -------------- -. 2/2-2-1,2-0-1-37.._.. -... . .. - 5 Advertise/6id/Award 61 days. 5/20/2013 v--�� 64 . Construction 212 days 5/20/2013 8/12/2014 Task Progress Summary 7—mmm—p External Task. f � Split b Spat .... ............ Milestone O Project Summory External MaOTask O ADDENDUM TO EXHIBIT D Fee Schedule t Directs f Total Jacobs Total Subs Total Services Description Expenses A Preliminary Engineering Phase I Environmental Investigation&Permitting $ 4,272 $ 7,500 $ 11,772 2 Pipeline Route Analysis $ 17,274 $ - $ 250 $ 17,524 3 Metering,Dosing Sta.,RTU $ 1,395 $ 6,842 $ 8,238 Sub-Total $ 22,942 $ 14,342 $ 250 $ 37,534 B Final Design Phase 1 Project Management&Coordination S 14,887 $ $ $ 14,647 2 Boundary Line Staking Survey $ 1,291 $ 5,712 $ 7,003 3 Drawings&Specifications $ 27,643 $ 44,789 $ 1,000 $ 73,432 Sub-Total $ 43,820 $ 50,501 $ 1,000 $ 95,321 C Bidding and Contract Award $ (950) $ (950) D Construction Administration S (9,315) $ (9,315) s: SubTotal -Amendment No . 2 $ 66,762 $ 54,578 $ 1,250 $ 122,590 Original Contract $ 519,855 $ 623,181 $ 6,400 $ 1,149,436 o- Supplemental Agreement No. 1 $ 3,990 $ 25,905 $ 150 $ 30,045 Total Contract Value $ 590,607 $ 703,664 $ 7,800 $ 1,302,071 t E i r f S b E r 1 i S F t IrROUNDROCK,TEXAS City Council Agenda Summary Sheet PURPOSE.PASSION.PROSPERITY. Agenda Item No. G10. Consider a resolution authorizing the Mayor to execute Supplemental Contract No. 2 with i Jacobs Engineering Group, Inc. for the Round Rock Treated Transmission Line Segment 3 i Agenda Caption: Project. Meeting Date: October 11, 2012 Department: Utilities and Environmental Services Staff Person making presentation: Michael Thane Utilities Director Item Summary: t The Round Rock Treated Transmission Line Segment 3 is the final segment required to deliver BCRUA treated water to the City's transmission system. The original scope of work included the development of three alternative alignments. It became necessary to develop a fourth alignment because of potential costs of acquiring easements without purchasing the future Arterial H right-of-way(ROW). C Supplemental Agreement#1 was for the evaluation of additional options along the east end of the selected pipeline , alignment and for obtaining approvals from the City of Cedar Park (related to the alignment of future New Hope Road ROW), and to facilitate easement and land acquisitions from property owners as they become necessary. Supplemental Agreement #2 is to provide additional services related to planning, design, and construction phase services. These additional services include revising the Preliminary Engineering Report, evaluation of additional pipeline routing, survey of multiple easement boundaries as requested from property owners and acquisition of four additional easements. r The original contract was for $1,149,436. Supplemental Agreement #1 for $30,045 increased the contract to $1,179,481.This Supplemental Agreement#2 for$122,590 will increase the contract to$1,302,071. f. Cost: $122,590 Source of Funds: Self-Financed Water Construction i' Recommended Action: Approval ( i } x i I E � J O w � o � i G F STATE OF TEXAS § § COUNTY OF WILLIAMSON § ; SUPPLEMENTAL CONTRACT NO. 2 TO CONTRACT FOR ENGINEERING SERVICES FIRM: JACOBS ENGINEERING GROUP,INC. ("Ensineer") ADDRESS: 2705 Bee Cave Road,Suite 300, Austin,TX 78746-5688 PROJECT: Round Rock Treated Transmission Line,Seament 3 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 Jacobs Engineering Group, Inc., hereinafter called the "Engineer". fi WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the"Contract", on the 25th day of August, 2011 for the Round Rock Treated Transmission Liffe Segment 3 Project in the amount of$1,149,436.00; and b WHEREAS,the City and Engineer executed Supplemental Contract No. 1 on March 16,2012 to amend the scope of services and to increase the compensation by $30,045.00 to a total of ; $1,179,481.00; r WHEREAS, it has become necessary to amend the Contract to modify the provisions for the scope of services and to increase the compensation by$122,590.00 to a total of$1,302,071.00; NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: 1. 4 Article 2. Engineering Services and Exhibit B, Engineering Services shall be amended as set forth in the attached Addendum To Exhibit B. Exhibit C, Work Schedule shall be amended as set forth in the attached Addendum To Exhibit C. II. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $122,590.00 the lump sum amount payable under the Contract for a total of$1,302,071.00, as shown by the attached Addendum to Exhibit D. E s IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. Supplemental Contract Rev.12/01/08 0199.7181;00258983 84275 t R 4 JACOB GINEERING GRO P, INC. i By: 11-2 Date K CITY OF R ND ROCK API VED S TO ORM: { By: Alan McGraw,Mayor Step L. Sheets, City Atorney to• l t2 Date e; S F S- g s E k S b l d 4 E F €f S t Supplemental Contract Rev.12/01/08 0199.7181;00258983 84275 t P 2 d f s 7 ADDENDUM TO EXHIBIT B Engineering Services i GENERAL 3 S The objective of this Supplemental Agreement (SA) is to provide additional services related to 4 planning, design, and construction phase services for the Round Rock Treated Transmission Line Segment 3. Major tasks associated with this SA included the following: 1 i • Pipeline Routing --Evaluation of additional alternatives for pipeline routing. • Boundary Survey— Survey of multiple easement boundaries per property owner requests. • Pipeline and Dosing Station Modifications— Elimination of dosing station for design and construction phase services. • Easement Services — Property acquisition survey for four(4) additional easements. • Environmental Services— Modification to PCN application with USACE and additional archeological survey. Specific services included in this Supplemental Agreement No. 2 are described herein. BASIC SERVICES A. Preliminary Engineering Phase 1. Environmental Investigation & Permitting. Make minor revisions to USACE PCN already submitted to include changes to pipeline alignment and dosing station. In addition, perform additional archeological investigation for the revised alignment along the Davis Tract. 2. Pipeline Route Analysis Evaluate additional options along Pipeline Alignment Alternative 2 along common property line between Galloway Tract and Lots 15/ 16 of Stonehurst Subdivision and along common property line between Galloway Tract and Davis Tract. Includes preparation of exhibits, cost comparisons, and tables showing advantages/disadvantages. In addition, perform comparison of fee simple purchase of road right of way and dosing station site to acquisition of pipeline easement and lease area for dosing station site. Evaluate approximately three additional routes along Galloway, Davis, and Wiseman properties as part of easement negotiations and coordination with Cedar Park. Includes meetings and coordination with property owners, City of Cedar Park, and Owner, drawings, additional cost estimates, and 5 technical memorandum documenting changes in alignment. fi 3. Metering, Chlorine Analyzing and Dosing Station and Remote Terminal Unit(RTU) Monitoring and Control Preliminary Design 2 Develop technical memorandum documenting various chemical dosing options: (1) providing a future facility for 150 lbs chlorine gas cylinders; (2) providing a future facility for chemical totes; and, (3) providing temporary connections for the temporary chemical dosing. Also, provide additional coordination with City related to radio path study. x E B. Final Design 1. Project Management& Coordination 1 3 g i f k a. Project Administration. Manage overall scope, schedule, budget of project and coordinate activities associated with approximate six month extension in project schedule. b. Conduct up to three additional meetings associated with selection of final route along Davis Tract and determination of dosing station requirements. 2. Boundary Line Staking Survey a. Utilize previously established primary and secondary control datum for the area of I survey as described. This control was established for projects on the west and east junctures of this project. The values will be relative to NAD 83 Texas State Plane Coordinates, Central Zone 4203 (scaled to surface values). Vertical Datum will be GPS Orthometric heights and projected through the length of the project. b. Perform calculations for coordinate values for points along the prescribed lines at 100 foot intervals for the submitted easement surveys of the above stated limits. I c. Set durable stakes along the boundary lines at interval locations at a suitable accuracy for taping of other boundary entities associated with the easement parcel. 3. Drawing and Specifications a. Chemical Dosing Station. Modify chemical dosing station and provide revised 75% plans as indicated on CDM Smith scope of work (Section B) attached hereto. b. Treated Transmission Pipeline —Modify pipeline routing and access road along Davis Tract as agreed upon with City in August 2012. Include removal of existing septic system and capping of residential well. Does not include design of new septic system or well. Update 75% plans and incorporate CDM Smith changes. Submit five (5) sets of revised 75% plans to City for review. A C. Bidding and Contract Award. See CDM Smith Scope of Work attached hereto (Section C). a 4 D. Construction Administration. See CDM Smith Scope of Work attached hereto (Section D). 3 EXCLUSIONS . The following items are not included in the scope of work and will not be performed without w written authorization by Owner: 1. Revision to the Preliminary Engineering Report. 2. Design of new septic system for Davis Tract. 3. Extension of water service to Davis Tract. 4. Disinfection Requirements. Perform chloramine disinfection kinetic study to determine disinfection requirements at the Treated Water Distribution Takepoint Site. 5. Water Quality Analysis. Perform additional desktop water quality studies to confirm water stability of blended waters (Round Rock's Lake Georgetown and Brushy Creek Regional Utility Authority's [BCRUA's] Lake Travis). 6. Acceptable Materials & Manufacturers. Determine acceptable materials and manufacturers for the proposed systems to be installed at the Treated Water Distribution Takepoint Site. 7. 4 d a s PROJECT SCHEDULE t As indicated on revised Exhibit C -Working Schedule, the final bid documents are anticipated to be submitted on February 22, 2013 based on approval of this Supplemental Agreement on October 25, 2012. 2 f ADDENDUM TO EXHIBIT C Work Schedule ID O ask Nome Duration Stan FRO or 1rt hart d Mall 151 hart 2nd Marc Oct Nov Jan Feb Mor M Jun Jul AUGScOct-LNQV Det Jen Feb Mar Jun JW Au ' Round Rock-Segment 3 TM 653 days 9/12/2011 3/12/2014 Planning&Prel Design 122 days 9/12/2011 2128/2012 ' Land Acquisition 484 days 9/26/2011 8/1/2013 Right-of-entry 30 days 9/26/2011 11/4/2011 Q / Property Owner Communication 15 edays 2/1712012 3/3/2012 Prepare Easement Docs 30 edays 2/23/2012 3/242012 DowsNopaatlons. 125 days .315=12 -824/201 Rev4;edEasementDccs .. - tDdays... 8272012 .... ....9/7201 . Easement O Acq( ff1 er Accepted) 47 days 9M 02012 41=13 P. Condemnation(Offer Rejected) 135 days 11252013 8112013 49 Permitting 201 days 3/1/2012 12/6/2012 City of Cedar Park 20 days 6/13/2012 7/102012 —91-7 _ THC - 20 days 6/13/2012 7/10/2012 WPAP 90 days 6/13/2012 10/16/2012 USACE 404 201 days 31112012 121612012 Presence/Absence Survey 46 edays 3/152012 4/302012 PCN Appk0bon 60 edays -3!112012 4/302012 ' PCN Revision - 20 days _ 9282012 1025/2012 - USACE&JSFW Review Consuhatlon 7.5 emons 4252012 1242012 wigiamson County 30 days 6/132012 7/24/2012 9 Final Design 320 days 12/5/2011 2/22/2013 Survey 50 days 12/5/2011 2110/2012 Geoteeh 30 days 2/202012 3/302012 Q 63 756A Construction Documents 85 days 2/152012 6/12/2012 Internal QA/QC 10 days 6/132012 6262012 City Review 10 days 6/272012 7/102012 Decision to Revise Alignment/Dose Sta. 57 days 7/112012 9/2712012 c Revised 75%Construction Documents 30 days 10/2512012 1215/2012 Internal 0A/QC 5 days 12/612012 12/12/2012 so City Review 10 days 12/1312012 12262012 1000/6 Construction Documents 20 days 1227/2012 1/2312013 1 internal QA/QC 10 days 1/24/2013 216/2013 City Review 10 days 2/72013 2202013 Bid Documents 2 days 2/21/2013 2/2212013 t —r4— Advertise/Bid/Award Advertise/Bid/Award 61 days 2/22/2013 5/2012013 �w to , Construction 212 days 5/20/2013 311212014 Task Progress Summary Ektemal Tasks - SpW 0 Sp9t Milestone ♦ Project Summary External M4eTask 0 ADDENDUM TO EXHIBIT D Fee Schedule i Total Jacobs Total Subs Directs J Total Services Description Expenses A Preliminary Engineering Phase I Environmental Investigation&Permitting $ 4,272 $ 7,600 $ 11,772 2 Pipeline Route Analysis $ 17,274 $ - $ 260 $ 17,624 3 Metering,Dosing Sta.,RTU $ 1,396 $ 6,842 $ 8,238 Sub-Total $ 22,942 $ 14,342 $ 260 $ 37,534 B Final Design Phase Project Management&Coordination $ 14,887 $ $ - g 14,697 2 Boundary Line Staking Survey $ 1,291 $ 5,712 $ 7,003 3 Drawings&Specifications $ 27,643 $ 44,789 $ 1,000 $ 73,432 Sub-Total $ 43,820 $ 501501 $ 1,000 $ 95,321 C Bidding and Contract Award $ (950) $ (950) D Construction Administration $ (9,316) $ (9,315) SubTotal -Amendment No . 2 $ 66,762 $ 54,578 $ 1,250 $ 122,590 Original Contract $ 519,855 $ 623,181 $ 6,400 $ 1,149,436 Supplemental Agreement No. 1 $ 3,990 $ 25,905 $ 150 $ 30,045 Total Contract Valuel 590,607 $ 703,664 $ 7,800 $ 1,302,071 i h i i