Loading...
R-14-01-09-F2 - 1/9/2014RESOLUTION NO. R -14-01-09-F2 WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering Services ("Contract") with Kennedy Consulting for the University Boulevard Widening Project, and WHEREAS, Kennedy Consulting has submitted Supplemental Contract No. 1 to the Contract to modify the provisions for the scope of services, and WHEREAS, the City Council desires to enter into said Supplemental Contract No. 1 with Kennedy Consulting, 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. 1 to the Contract with Kennedy Consulting, 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 9th day of January, 2014. ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: SARA L. WHITE, City Clerk 0112.1404;00289434 EXHIBIT STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL CONTRACT NO. 1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: KENNEDY CONSULTING ("Engineer") ADDRESS: 205 E. University Avenue, Suite 450, Georgetown, TX 78626 PROJECT: University Boulevard Widening This Supplemental Contract No. 1 to Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and Kennedy Consulting, hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 28th day of March, 2013 for the University Boulevard Widening Project in the amount of $408,758.95; 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 $741,250.00 to a total of $1,150,008.95; NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: 1. Article 1, City Services and Exhibit A, City Services shall be amended as set forth in the attached Addendum To Exhibit A. II. 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. III. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $741,250.00 the lump sum amount payable under the Contract for a total of $1,150,008.95, 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 0199.1355; 00288058 Rev. 12/01/08 84275 KENNEDY CONSULTING By: Date CITY OF ROUND ROCK By: Alan McGraw, Mayor Date Supplcmentai Contract 0199.1355; 00288058 2 APPROVED AS TO FORM: Stephan L. Sheets, City Attorney Rev.12/01 /08 84275 ADDENDUM TO EXHIBIT A CITY SERVICES Pro'e� ct Baekgroruid The City of Round Rock (the "City") proposes widening University Boulevard to a 6 -lane, median divided arterial section between the 1H 35 northboundfrontage ahe` roadEto Sunrise as head dx(the the "Project") utilizing the services of Kennedy Consulting, Ltd., consultant. The City will furnish to the Engineer the following oin oration and/or perform on ttleef of y will tasks for those items for which the City is offering provide endeavor to provide items requested by the Engineer etion, arereadily aafo oration sbpplied by the City le and germane to the Project as determined by the City at its so to the Engineer will consist of a minimum of one copy in a format deemed appropriate by the City at its sole discretion. 1. Provide a Project Manager to serve as the primary point of contact for the Engineer for the Project. 2. Furnish all applicable data and correspondence the City may have on file for the project. 3. Provide copies of the signed ROE letters to the Engineer. 4. Provide existing typical sections, as -built drawings, and right-of-way maps that the City inay have on file.ect. 5. Provide any existing survey data the City have fopldrainagethe sh�dy being pehfoc• n�ed by 6. Provide existing reports and design information others on Chandler Branch Tributary 1. 7. Provide assistance in obtaining information from local, regional, state, and federal agencies, as required. 8. Provide design criteria and approve design speed. 9. Provide timely reviews at predetermined milestones, decisions and directions necessary according to the agreed upon project schedule (Exhibit C). 10. Meet on an as needed basis to answer questions, provide guidance, and offer comment. 11. Promptly review invoices to City guidelines. 12. Provide a licensed Landscape Architect if design elements are to be included in the plans. ADDENDUM TO EXHIBIT B ENGINEERING SERVICES Project Back round The City of Round Rock (the "City") proposes widening University Blvd. to a 6 -lane, median ") divided arterial section from University Oaks Boulevard totle Sun Sunrise "EnRoaerd")s " eropei me utilizing the services of Kennedy Consulting, Ltd., (KCI) of consultant with support from the subconsultant team listedbelow. This ns, scopecationrvand includes field surveying, subsurface utility engineering (SUP, Estimate (PS&E), to be performed by the prime consultant or subconsultant team. u Thep roject scope is arranged in two separate phases of work. pr30e ioudsig s ork(fin 1 horiz atin (Design Phase 1) included only the effort required up al to ) submittal. This Work Authorization (Design Phase 2) will include the a df �IrPS&Eort re l uiredd an to complete the final design, from the final Schematic design$ construction phase services. e Design services during development of this project shall be derfoimed cntian corStadance with the eria latest available City of Round Rock Transportation DesignT Manual and TxDOT manuals from the design collection located Round n theRokxDad websixDOT des he n development of the project shall be consistent with City procedures and practices. This project shall be developed utilizing Microstation V8i and Geopak 2004. Project Team Subconsultants a. The Wallace Group, Inc. (TWG) Field Surveying, ROW & PUE Acquisition Documents, and Subsurface Utility Engineering b. Kiu►lcy-Hor►! & Associates, Inc. (KHA) Traffic Design and Construction Engineering Task: Field Surve in TWG The En ineer shall perform a topographic design to supplement the design survey completed in $ Design Phase 1. a. Recover and Verify Control Utilize the City's primary control monuments in tlPla e Coordinates1 Central project.e immediate vicinty of the Zone,4203 values will be relative to NAD 83 Texas Stfor (scaled to surface values). A "combined scale factor" Vert al Datum will bethe GPS derived centroid of the site for coordinate conversions to surface values. Orthometric heights and projected through the length of project.or five lEstabliocats wiv r the l control system for the project. Establish a benchmark system project limits. Differential level lines will be conducted for establishing the elevation at pro 1 ordinates (to be used for locatin each benchmark. A list of benclUnarks witl� will be included ul the project delit�erabl poses only), descriptions, and reported elevations b. Supplemental Field Survey Provide surveying services to supplement the design survey completed in Design Phase 1. Possible locations for supplemental survey may include; • New development / construction along the project (i.e. HEB construction) • Additional information for PS&E details (i.e. Special retaining walls) c. Prepare Deliverables Utilize the data collected2D° ong 3D t1TIN e f DAT,cai�d ASCII orridor in append the Microst Phase 1. Survey field notes and supporting electronic request. Task: ROW & PUE Ac uisition Documents TWG a. the Supplemental Field Survey to point file prepared during Design data will be made available upon Right -of -Way Acquisition Survey This task involves final boundary review, setting r iron rods with caps preparing gtexhibits ROW line and where property lines intersect the and legal descriptions. b, Right -of -Way Acquisition Survey with adjacent PLIE included This task involves final boundary review, setting iron °nROW line, andsp epar ��gg texlubrts he new ROW line and where property lines intersect thed and legal descriptions that will include adjacent PUE tt obcl riled cquirepart othhtthe ROW aacquisition. Monumentation of the limits of the PUE is sk. c. PUE Acquisition Survey This phase involves final boundary review, and preparing exhibits and legalis descriptions. Monumentation of the limits of the PUE is not includedpart Task: Subsurface Utilit En a. ineerin TWG Quality Service Level A (QL-A) les as Level A Test Holes will be performed for a limited number / shall locate the paccurate horof test Ozontal included in Exhibit D - Fee Schedule. The Engine and vertical position of subsurface utilities by e cav ti gto holeutistit sing vacuum excavation techniques and equipment that is hole) performing locating (test services, the Engineer shall: 1. Provide all equipment, personnel and supplies required to perform locating services. 2. Determine which equipment, personnel and supplies are required to perform such services. 2 3. Utilize existing records and designated utilities at the site and investigate site conditions. 4. Excavate test holes to expose the utility be en asurintegsuch rity cheat manner an erohat be ensures the safety of the excavation and measured. In performing such excavations, claordui to e with utility inshall spectors, ly with applicable utility damage prevention laws ar as required. Excavations will be performed r using sctive pecially i ally develting oped vacuum . If excavation equipment that is non- contaminated soils are discovered during the excavation process, the Surveyor will so notify the Engineer. 5. Investigate, evaluate, measure and record a) aboveactual the ceratdepth h toeo ttop e of utosed ility referenced to a marker installed directly utility structure and b) outside diameter of utility and configuration of non- encased, multi -conduit systems. 6. Furnish and install markers directly above the centerline of utility structure and in each excavated test hole. 7. Backfill around the exposed facility usingCompactionexcavated xe��ill ctomply Excavations ith permit will be backfilled and compacted in lifts. requirements. S. Provide restoration of pavement within limits of g hese disturbed oriinal cut. nareastest lshall oles are excavated in areas other than roadway pavement, be restored as nearly as reasonably possible to the condition that existed prior to excavation. 9. Evaluate and compare field information with utility inf rmatio<dd lscribed in utility records and resolve conflicts with LevelD, Task: Water Pollution Abatement Plan KCI LAJi�. Water �.. The Engineer shall define catchments within the project shall define catchment boundarlie andturedetained and cleaned in a proposed BMP. The Engineer eltif y the existing impervious cover, proposed new impervious cover and natural/landscaped rd } area contained in each. The Engineer shall prepare hydraulic computations utilizing; he le procedur s outlineGuidance on BeQ publication RG -348 (Complying with the Edwards Aquifer Management Practices) calculating the volume of rt off effluent mea each byat ea nt equi ung detention aand treatment in a BMP and the corresponding Engineer shall verify through the computations that the total effluent re 1 vedsby proposed BMPs meets or exceeds the project's effluent removal goalset by 3 The Engineer shall examine the project watershed and identifynre, to a iopose rdlB gesfeahore, se r blue -line discharge may flow a directly other highly env ronmentally sensitive area. endangered species habitat a. WPAP Report Preparation. The Engineer will prepare the WPAP forms as prescribed by TCEQ and provide necrm,WPAP y supporting documentation. These forms include SectionsAgent Autho • Information ozath�on, and Application, Temporary and Permanent Stormwater Core Data Form. The forms will be prepared in draft forms �vill,ally and be unodifiednastneceo the City of Rouincluded in the for document after review by the City. and icluded The Temporary Stormwater Section of the WPAP � sediment froill include lm hee rmwateprojectr as well ahs Prevention Plan (SW3P) for control of erosion a supporting narrative and forms as required by TCEQ. The Permanent Stormwater Section will include MaintenanceProcedure for the lPected BMP's prepared by the Engineer. The Engineer will include dude any plan sheets for inclusion into WPAP. The Engineer will i l prepare cand cledeit the e SW3P a td supporting documentation in the WPAP. The Engineer willregarding any sheets requiring City signatures. Task: Plans S ecifications & Estimate KCI a. General The Engineer shall prepare: 1. PS&E Title Sheet; 2. Index of Sheets — Identifies each sheet location thein plan hou. t the submittal poo essg; sheet number. The Index of Sheets shall be updatedg 3. Project Layout — Graphically depicts overall project limits; 4. Existing Typical Sections — Typical sections shall depict the edexisting conditions of the project roadways, based on survey information and 5. Proposed Typical Sections — Typical sections shall depict the proposed lane configurations and proposed pavement structure, as recommended by the geotechnical investigations; 6. Typical Section Details; 7. General Notes; 8. Quantity Summaries. b. Traffic Control The Engineer shall prepare: 4 1. Advance Warning Layout - Layout shall reference Standard Details, as appropriate; 2. TCP Typical Sections - Typical sections shall depict work zone limits and proposed traffic configuration through the construction zone; 3. Sequence of Construction Narrative - Narrative description of construction sequence shall be developed for each construction phase; 4. Phased Layouts - Assumed three (3) construction phases; 5. Detour Plans; 6. Standards Details, as appropriate. Standards thatand Txon 1l be DOTrevised Austm and sealed by the Engineer. City of Round Rock Standard Details District standards will be utilized, as applicable. c. Roadway The Engineer shall prepare: 1. Removal Plan - Removal sheets shall clearly indicate pavement and other pertinent items to be removed at a 1"=100' scale; 2. Survey Control - Sheets shall clearly indicate the benchmark locations and associated control information: These sheets shall be sealed by a RPLS; 3. Horizontal Alignment Data - Sheets shall depict the horizontal coordinate geometry information for the proposed roadway alignments; 4. Superelevation Table - Sheet shall include a summary of superelevation transitions through the project; 5. Plan and Profile sheets shall be developed for: a. University Blvd; b. Four (4) cross streets (University Oaks, Oakmont, Cypress, Sunrise); c. Seven (7) driveways; Drawings shall be prepared at a scale of 1"=40' H and 1"---4' V. Plan and profile sheets will not be created for areas of overlay / resurfacing. 6. Intersection Details - Drawings shall be prepared at a scale of 1"-20' H. Sheets shall depict spot elevations and contours at the intersections of: a. University Oaks at University Blvd; b. Oakmont at University Blvd; c. Cypress at University Blvd; d. Sunrise at University Blvd. 7. Miscellaneous Roadway Details; 8. Standards Details, as appropriate. Standards that require modification nd TxDOTbe revised Austin and sealed by the Engineer. City of Round Rock District standards will be utilized, as applicable. 5 d. Retaining Wall 1. Retaining Wall Layouts — Sheets shall provide plan and profile views for retaining wall limits. Each retaining wall shall be identified by a unique number. Elevations for top of wall, existing grade, finished grade and bottom of wall shall be provided in profile view; 2. Retaining Wall Typical Sections; 3. Retaining Wall Miscellaneous Details; 4. Standards Details, as appropriate. Standards that require modification will be revised and sealed by the Engineer. City of Round Rock Standard Details and TxDOT Austin District standards will be utilized, as applicable. c. Hydrologic Design The Engineer shall prepare: 1. Overall Drainage Area Map — Drainage areas have been delineated in previous studies. The Engineer shall reproduce the drainage areas provided onto plan sheets to be included in the final PS&E. Design Discharges — The Engineer shall utilize hydrologic data and calculations provided by the City for the drainage areas noted above for inclusion into the final PS&E. FEMA Coordination -- It is assumed that a Conditional Letter of Map Revision d. The (CLOMR) or Letter of Map Revision (LOMR) will Memorandume fortheiEt g � iew neer stand all provide the City a copy of the Hydraulic coordination on any other City projects. f. Hydraulic Design The Engineer shall prepare: 1. Hydraulic Data Sheets; ea 2. Culvert Layout - Culvert design shall be based City. Layout the drainage tSl>eets shall uon be and the runoff computations providedby Y shown at a scale of 1"=40' Horizontal. Plans shall show the location of existing and s, and proposed culverts, roadway alignment, roadway shatlltnechtde size, slopei improvements as required. Profile information for the culvert proposed and existing ground lines above the culvert, and hydraulic data. It is assumed there will be one (1) bridge class cross culvert. 3. Grading Layout — The Engineer shall design and detail drainage outfall channels. evised 4. Standards Details, as appropriate. Standards ock Standard Details and TxDOTat require modificaon will be Austin and sealed by the Engineer. City of Round District standards will be utilized, as applicable. 6 g. Storm Sewer Hydrologic design / computations — The Engineer shall prepare the hydrologic calculations associated with the storm designsain remaps,as run- off coefficients, etc. These calculations will be adjusted as inlet locationdrainage s and storm drain outfalls are moved during the design process. Hydraulic design / computations - The Engineer llanayze terrains enters and exitssed the drainage patterns, evaluating how water from the surrounding system. The Engineer shall prepare the design of each proposed storm drain system utilizing the WinStorm Design Software modeling system or GEOPAK Drainage. The Engineer shall prepare: 1. Internal Drainage Area Maps — The Engineer shall pee Interior bo uid ries a e d flow Area Maps at a scale of 1"=40'. These maps will depictdrainage area direction arrows. Each area will be identified with a unique number to be used to find run-off information from the calculation sheets. 2. Hydrologic & Hydraulic Data — These sheets will consist of run-off, inlet and storm drain computation sheets. 1 Drainage Plan —Sheets will provide a plan view �nbe the storrn sewer essoc'ated with its odranlage aorea system links will be identified with a unique 4. Drainage Profiles — Sheets will provide calculated computations of grade lines, flow lines, pipe sizing, etc. per specific storm sewer link for: • Main trunk line • Laterals 5. Ditch Design - The Engineer shall analyze tlproject Tl eetches to detrmine Engin Engineer will prepare cla capacity, velocities, and other pertinent information. tabular ditch layout schedule that depicts pertinent information about the roadside ditch geomehy and design. 6. Standards Details, as appropriate. Standards that require d Details and TxDOTn will be Ievised Austu and sealed by the Engineer. City of Round Rock S District standards will be utilized, as applicable. )i. Water Quality Design The Engineer shall develop plans for a water quality pond to include the follow sheets, as appropriate: 1. H&H Computations; 2. Plan and Grading Layout; 3. Structural Details; 4. Miscellaneous Details; 7 5. Standards Details, as appropriate. Standards that require modification will be revised and sealed by the Engineer. City of Round Rock Standard Details and TxDOT Austin District standards will be utilized, as applicable. Utilities 1. Existing Utility Layouts — Sheets will identify types and locations of existing utilities. j. Signing and Pavement Marking The Engineer shall prepare: 1. Signing and Pavement Marking Layout — The Engineer shall detail permanent signing, pavement markings, and chaiu1elization devices selected o fromnce the N7latestith ne TxMUTCD roposed typical section. Pavement markings shall be standards. Drawings will be prepared at a scale of 1"=40' H. 2. Summary of Small Signs — Utilize standard TxDOT sheets; 3. Non-standard Signs Details — TxDOT standards shall be utilized wherever possible; 4. Standards Details, as appropriate. Standards that require modification will be revised and sealed by the Engineer. City of Rotund Rock Standard Details and TxDOT Austin District standards will be utilized, as applicable. k. Environmental The Engineer shall prepare: 1. SW3P Layouts — Sheets will provide locations and types of erosion control measures along project limits. 2. Standards Details, as appropriate. Standards that require modification will be revised and sealed by the Engineer. City of Round Rock Standard Details and TxDOT Austin District standards will be utilized, as applicable. 1. Miscellaneous The Engineer shall prepare: 1. Construction Cost Estimate 2. Construction Timeline Determination — The Engineer shall develop a construction schedule to determine appropriate incentives and disincentives for incorporation in the construction documents. rrr. Submittals The Engineer shall provide the following information at each submittal: 1. 60% PS&E Submittal 2. 90% PS&E Submittal, with project Manual 3. Final PS&E Submittal, with project Manual n. Cross Sections - 50' cross sections 8 Task: Traffic Desi n KHA a. Task Administration b. Signalization The Engineer shall develop plans to replace existi g traf is signals with new mast -arm signal designs at the following locations onY Blvd: • University Oaks Blvd. • Oakmont Dr. • Sunrise Road The Engineer shall develop plans to install a new traffic rff c signal with mast -arm signal design at the intersection of University Blvd and Cypress 1. The Engineer shall conduct field reconnaissance to verify esigeolndittons signaplans such ach of the above locations. The Engineer shall design, wherepossible, that location of the proposed signal infrastructure does not affect operations of the existing signal. The signal plans will be prepared at a scale of 1"=40' and will include the following sheets: 2. Existing Conditions sheets will show locations of existing traffic control devices, underground, and overhead utilities at each intersection. poles, edestrian 3. Signal Layout sheets will show the locations of proposignnga itpo p d boxas, poles, signal heads, communication equipment, electrical signal cabinet, new electrical service, existing utilities, ilitiight of d pede to , and pr s ramps roadway improvements. Locations of pedestrianpoles a will be designed in conformance with ADA requirements. crossing. Due gieplans to lateraland e audible pedestrian signal head units at every p vertical clearance required from an overhead fut1► qui Vocatione ns of signal poleState s, the Engineer shall coordinate with City staff before g 4. Signal Elevation sheets will show placement of signal heads on a mast -arm and vertical clearance required for the mast -arm. 5. Conduit Chart and Electrical Wiring sheets will show the will be designed to er of electrical wires in each conduit run. A new ese e support total electrical load due to the new traffic r arae can d cuitsrfor traffic s gon at oal, intersection. Each electrical service will include threesep illumination, and ILSN. The Engineer shall coordinate with City staff and ONCOR to determine location of new electrical service. at ch 6. Phasing &Detection sheets will show theproposed 1 lbe deg gnedaur conformance Phasing and signal -heads for left - turn movements with 2011 Texas MUTCD. Video detection details for each movement will also be shown. 9 7. Prepare temporary traffic signal plans for the three (3) existing intersections that will be consistent with different construction phases to ensure traffic control at the time of construction. 8. Develop Quantity summary sheets for each intersection. 9. The Engineer shall use latest general notes issued by City of Round Rock and update appropriately as required for traffic signals. 10. Update the latest Standard sheets for mat arm poles and ds. Standards traffic tln signal pole le ffoundations, and provide other applicable modification will be revised and sealed by the Engineer. City of Round Rock Standard Details and TxDOT Austin District standards will be utilized, as applicable. 11. Develop appropriate unit prices for Signalization pay items. The Engineer shall provide Existing Condition s General Notesets, Signal Layout rvill be inclrudedSignal i n Elevation sheets at the b0% submittal. All sheets 90% submittal. The Engineer shall provide a list of applicable special ovo specifications special speciic �catiorns nals. If needed, the Engineer shall develop or modify up (2) q where an existing specification is unavailable. The Engineer shall be present in the field at the time of signal Cont turno ctat at e e each g of the four intersections. If needed, the Engineer shall provide nal timings for each signalized intersection and temporary signal timings for the new signal at University Blvd and Cypress Blvd. In the event that additional signals are warranted by ya su supphe lthe emental agreement t o this n and plan production for those facilities will be addressed g P work authorization. This scope does not include signal warrant study for any intersection. c. Ill,o,u,,afion The Engineer shall develop illumination plans or The continuous ighting will coordinate the proposedrtthe road along the entire stretch of the project corridor.Engineer City to determine: • Preference on locating the light poles in the median, one side or both sides of the proposed roadway. • Use of High Pressure Sodium (HPS) lamps or LED lamps. • Special aesthetics for the light poles. The Engineer shall: 1. Develop a photometric model using lighting forre safetyr 32 to determine that lighting. The Engineer minimum "Illuminance requirements aresatisfied shall conduct electrical and voltage drop cervicesrequiredsdetermine along thewire project corridor. sizes, and number and details of electrical s 10 The Engineer shall coordinate with ONCOR and City staff to determine locations to draw power and set electrical services. 2. Prepare layout sheets at a scale of 1"=40' showing and owication of e charts, poles, s onddeits, and wiring. The plans will also include conduit al services, and quantity summaries. 3. Develop Quantities summary sheets. 4. Provide applicable Standards sheets. Standards tR Rock Standard Details and TxDOT t require modification will be revised and sealed by the Engineer. City of Round Austin District standards will be utilized, as applicable. 5. Develop appropriate unit prices for Illumination pay items. Task: General Pro'ect Mana a. ement KCI General Managementd The Engineer shall establish and maintai��project meet witletheeCityla �d tot ger enets, es o� monthly progress reports, prepare invoices an an as needed basis for the duration of the project design. b. Subconsultant Supervision The Engineer shall establish a schedule for the enrg eeElnlgservices to be leer shall be respons ble for the d by the subconsultants at the beginning of the project. g coordination, supervision, review and incorporation of the subconsUltants` work. c. Project Coordination Meetings General project coordination with the City shall consist of one meeting per month for eight months. d. Utility Coordination The Engineer shall coordinate with local utiloto}i�pll°ztion Ireetuig hosted by tl eiders that have known lC tys in the project area and attend the monthly utility c e. Quality Assurance/Quality Control The Engineer shall review all work to assure that the work is in accordance with City requirements and that the work is completed in a timely and efficient manner. Task: Construction En;ineerin KCI & KHA Bid Phase Services The Engineer shall: 1. Prepare the Construction Project Manual and will attend a Pre -Bid Conference and Pre -Construction Meeting. 2. Develop and issue addenda, if required, to interpret, clarify or expand the bid documents. 3. Tabulate bids and prepare a contract award recommendation letter. 11 b. Construction Phase Services The Engineer shall: 1. Review all construction and material submittals for the project; 2. Attend construction meetings, as required; 3. Respond to Requests for Information (RFIs); 4. Review and authorize the contractor's monthly pay application; 5. Review proposed change orders; 6. Produce record drawings based solely on information, measurements, and mark-ups provided by the contractor and deliver to City of Round Rock Staff. 12 ADDENDUM TO EXHIBIT C Work Schedule Key work i t e ms:_ ➢ General Project Management ➢ Coordination Meetings ➢ Supplemental Surveying ➢ Subsurface Utility Engineering (SUE) ➢ 60% PS&E Submittal ➢ WPAP Submittal to TCEQ ➢ 90% PS&E Submittal ➢ Final PS&E Submittal Jan. 2014 - Sept. As needed, Jan. As needed, Jan. Jan. 2014 - June April 2014 June, 2014 July, 2014 August, 2014 2014 2014 - Aug. 2014 2014 - Aug. 2014 2014 ADDENDUM TO EXHIBIT D FEE SCHEDULE FOR KENNEDY CONSULTING, LTD. UNIVERSITY BLVD. WIDENING (PS&E PHASE) For services described in the Scope of Services, `Nreueand explanation the tof as detailed below. Cost breakdowns for engineering services expenses are shown on the following pages. LUMP SUM AMOUNT 741,250.00 Page Di of D1 DUM TO EXHIBIT D Fee Schedule Nork or Task Cost / Task Totals Kenpedy Consulting, Ltd. (KCL) KCL FEE SCHEDULE SUMMARY Kimley-Horn & Associates, Inc. (KHA) KHA FEE SCHEDULE SUMMARY $9,260.00 $412,920.00 $88,180.00 $60,630.00 $570,990.00 $100,756.00 $4,244.00 $105,000.00 ents The Wallace Group, Inc. (TWG) TWG FEE SCHEDULE SUMMARY Page D1 of D1 TOTAL FEE $9,720.00 $19,200.00 $36,340.00 $65,260.00 $741,250.00 ADDED Description of Task: Task: Task: Task: Water Pollution Abatement Plan Plans, Specifications, & Estimate General Project Management Construction Engineering Task: Task: Traffic Design Construction Engineering Task: Task: Task: Field Surveying ROW & PUE Acquisition Docun Subsurface Utility Engineering DUM TO EXHIBIT D Fee Schedule Nork or Task Cost / Task Totals Kenpedy Consulting, Ltd. (KCL) KCL FEE SCHEDULE SUMMARY Kimley-Horn & Associates, Inc. (KHA) KHA FEE SCHEDULE SUMMARY $9,260.00 $412,920.00 $88,180.00 $60,630.00 $570,990.00 $100,756.00 $4,244.00 $105,000.00 ents The Wallace Group, Inc. (TWG) TWG FEE SCHEDULE SUMMARY Page D1 of D1 TOTAL FEE $9,720.00 $19,200.00 $36,340.00 $65,260.00 $741,250.00 c 0 4. ca 0 F a ti N J N U ai T .0 .a a+ E N 7 c O O .c U ccu A 2 m a.. c O c Z' Y m E E 0 Page D1 of D3 O 0 U 4_- N 73 � J c E 7 C .0 U C 14-0>" 2 a) y.. C 0 C � Y E E 0) Staff I Costl Task P O to o n ' M C9 0 o O n h: M 49 O o O to n 49o O O N. - 0,4 OOOO O M 70 M to O 0D0v O to o O to to O 49 NOCOO C N t0 o O O 41 co 49 0 Oto [i 0 O f CA 0 N v )cj to 0OO N v c0 49 v CO 69 n n F 0 O to O Ost N .z,-,)N 0 q ° r 17_$3,430.00 D O on0X VI 0 c6 to 27 11 4 r O 9 or 0) i00 04 7 V V 0) co d v O n 04 rn CO o CO Staff -Hr. O N N c 4) E Q • 0 r 1- 0 N H 0- N 22 I r M N V .4' r 00 N M CO M 00 77 co CO t0 CO CO CO M CO 0) r M co N M N .... p 0 't E a 1. O O O O O O O O 0 O O O O O O O 0 P O O O O O O O O O Prof, 1 0 O O c0 O N c0 N M N M O t0 0/ N 0 O 0 O Of N N N I 24 - N 0 CO N 0 t0 CO r N 0 Prof. 2 24 _I CO CO 'd N N r M N t0 r f0 P 01 COCsi CO At N V N .4 r 12 N 0 00 N a 00 CO V' r V 00 N N N r r 0 r r r r 0 N r Al' d N O 04 r r r O r N r r 0 n_....-...�.wa ..O \Mnr4 ea. Taafr -•0 C 1. Retainina Wall Layouts GO c 0 4 CO (0 t.) Q_ > o c_ 0C 3. Retaining Wall Miscellaneous Details 4 Standard Details r1..ara11 rlrainana Area Man f`. I ,art 1 avant 4. Standard Details 1 1 Internal Drainage Area Maps 2 Hydrologic & Hydraulic Data 3 Drainage Plan 4. Drainaoe Profiles c y Q U h water r)ciality Desian 2 Plan / Gradina Layout 4) ro � t 1 i 4 Miscellaneous Details N 4) Q I v C o N 1 Existina Utility Layouts i Sianino and Pavement Markings 2. Summary of Small Signs 3 Non -Standard Sian Details 4. Standard Details Page D2 of D3 0 0 O) 0 h N M 0) N N N N 0) N 0 CO CO 0 N Kennedy Consulting, Ltd. Summary Page 03 of D3 Costl Task Totals CO 0 O to co 0 O co 00 0 to N OO O 00 7 co to 0 CA 0 CC) VJJPlans, Specifications, & Estimate Subtotal 95 411 914 1774 0 2491 31n4 go.a 4,.‘�•�v Tei.. 2....n.al D.nine4 Man9nE}ment ...• e4A ewn nn D t 11 A O N co n CO O 0 Q 6A CO O 0 O O O rn CO t O v- 0 00 m,_ ao w 0 • O CC)0 w CO 0 0 — ri u9 0 0 0 °) IA 0 O0 (0 O 0 CO M CO O 0 0 0 O r O ai 0 0 co t0 N CO 0 0 F CADD Time Staff -Hr. $20.00/Hr Totals v. i i vow......•......_.._.. _.. _ _ _..„ 0 4U d. Utility Coordination 0 20 - 10 10 0 8 0 p 0 0 16 e. Quality Assurance/Quality Control 8 _ Direct Expenses 190 General Project Management Subtotal 72 78 10' 10 20 0 Task: Construction Engineering a. Bid Phase Services 4 12 20 20 4 0 60 b. Construction Phase Services 4 8 8 0 0 22 1. Construction and Material Submittals 2 20 120 20 20 0 0 180 0 CnnctniMinn MeetinaS O CO CO 0 0) )17 O i V O '` p 12 N 0 Q 0 r- 0 O O O O O Prof. 1 8110.00/Hr O CO 0 V 0 N st 00 01 3- N of N Project Description of Work or Task Manager 5210.001Hr C. O N 0 ' c.."3 J (a/ M ju _cf) ri c 2 N '6 3 N 0 m a W c N n! v_ c n t c , I. 1. Construction Cost Estimate 2 Construction Timeline Determination ... Ci ihmiMa�a C C u c (1 c 0 0 O) 0 h N M 0) N N N N 0) N 0 CO CO 0 N Kennedy Consulting, Ltd. Summary Page 03 of D3 v) H 0 0 F O 0 c c m Item Description O O O co 4110 O Ifi 0) Y Direct Expenses O ON d7' 7n N 0 0 0 E O O V N 0 L U N O O eD d) O 0 co449 r N 0 O O Vl O O O O U co cu O U 0 i^ c vs us as U 14 v Q o 12 N a o,� C c =o 0 o > E Y E 0) 0 .`C 1- -. B N F V 0 r. r (6 co 0 N nV (00 M (n to 0 0 M O N (D M co O z.=,; -, to 0 M O O O N 0 CO (V o0 H 0 M 1A 00 (A 0 CO Goo N M co 0 o h N (A 22 11 S2,706.00 11 $1,530.00 I 0 O (0 •t CO 1 57 11 $6,093.00 30 $3,060.00 0 00 CO 0 M CO 0 N CO 0 (0 n O O '' CO II $1,204,00 0 O 0 CO O � 0(Ci ''d CO 0 O O N r N f7 1� ° r n h N r M M O M CO CO N CD M 01 Admin I Clerical $75.001Hr a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 d 0 0 0 v Project Acct S100.00/Hr O 0 0 0 0 0 0 0 0 O 0 0 0 0 O 0 o (0 0 0 0 (0 uLn f L W F (V I 0 COCO 100 O v 0 (O O a O V O V N 12 °' O f0 M r O n coCOt V Project Project Manager Engineer $225.00/Hr $117.00/Hr 22 _I CO rn CV N 40 1. N N N co (0 co N l 18 .N-. N CO `t N CO,.. CO N 00 (O o0 CO 0) CO V' V 0 CO CO 0 0 O O V Description of Work or Task c (z 0 (1 a u E m F N F a. Task Administration b. Signalization 1. Field Reconaissance 3. Signal Layout 4. Signal Elevation 5. Conduit Chart and Electrical Wiring 6. Phasing and Detection 7. Temporary Traffic Signal 8. Quantity Summary 9. General Notes 10. Standard Details 11. Unit Price Determination c. Illumination 1. Photometric Model 2. Illumination Layout 3. Quantity Summary 4. Standard Details 5. Unit Price Determination Direct Expenses Traffic Design Subtotal Task: Construction Engineering b. Construction Phase Services 1. Construction and Material Submittals 2. Construction Meetings Construction Engineering Subtotal Kimley-Horn & Associates, Inc. Summar) Page D1 of D1 gG Q y ro W o o E �a aao o 1 0 ca E i. E c E Y o U IS - ca CR coA 0 0 0 e00A c v IAF Unit Cost LO Ill O /A N O CA 0 O O N V! Kimley-Horn & Associates, Inc. Direct Expenses Quantity 160 375 V Y_ C mile unit C a Item Description Direct Expenses a, rn m 11. Copies - 11 x 17 111. Overnight shipping / Courler Page D1 of D1 0 4-. u N U • o, T3 .n 2 ''L nn 3 O u 2 o m I- cy E E co Staff Cost / Task Totals 0 O CON • CO 0 U) N N0) CO $2,435.00 I 0 O CO 0 0 O N Eq 0 0 ON N r CO 0 Lo toO1!) 0 0 h CO 0 0 d M CO V) 0 0 {O N CO 01 Staff -Hr. Totals CO co 29 C O CO co N) 0 Admin / Clerical $55.00/Hr N N 0) N N t., SUE Locator $90.00/Hr O O O O CO , a- Survey Crew $120.00IHr N N O N CO CO 0 Research Tech $75.00/Hr N +f) 0 h `d d' 1- Sr. CAD Tech $75.00/Hr r CO CO V d 0 16. 8 rn o •� C O y C O Q. a N CO CO CON V d Description of Work or Task ITask: Field Surveying a. Recover and Verify Control b. Supplemental Field Survey c. Prepare Deliverables Field Surveying Subtotal Task: ROW & PUE Acquisition Documents Direct Expenses ROW & PUE Acquisition Documents Subtotal Task: Subsurface Utility Engineering a. Level A SUE Survey / Field Work Direct Expenses Subsurface Utility Engineering Subtotal The Wallace Group, Inc. Summary Page DI of DI Summary of Direct Expenses The Wallace Group, Inc. 0 U ili 0 i" 0 o o OG w 0 o N h w 0. 0 0 O O V/ 0 0 N O) 1n 0 0 O w o N49 0 O tR o C. O H o 0 O H S a N :r 1.j � I Unit Cost I 0 O O CD 19 Co O O CO b9 O O O O 19 $1,250.00 0 O 1A 19 $1,950.00 $2,550.00 0 0 O O a L_ Quantity u) •f `d N t[) 0 0 0 kun U 0 0 0 NW 0 CD N each each N) 0 N Item Description ROW & PUE Acquisition Documents I. ROW Acquisition - exhibit & legal II. ROW Acquisition with adjacent PUE - exhibit & legal III. PUE Acquisition - exhibit & legal ROW & PUE Acquisition Documents Direct Expenses Subsurface Utility Engineering I. Level A SUE Test Hole, 0 feet to 5 feet utility depth L n m a w v_ 03 0 C-5 _m N > 0 W O S N W F Illco CO Q d O) J III. Level A SUE Test Hole, Over 8 feet to 13 feet utility depth IV. Level A SUE Test Hole, Over 13 feet to 20 feet utility depth V. Level A SUE Test Hole, Over 20 feet utility depth Subsurface Utility Engineering Direct Expenses D Exhibit D - Fee Schedule O N M a City of Round Rock Agenda Item Summary Agenda Number: F.2 Title: Consider a resolution authorizing the Mayor to execute Supplemental Contract No. 1 with Kennedy Consulting, Ltd. for the University Boulevard Widening Project. Type: Resolution Governing Body: City Council Agenda Date: 1/9/2014 Dept Director: Gary Hudder, Transportation Director Cost: $741,250.00 Indexes: RR Transportation and Economic Development Corporation (Type B) Attachments: Resolution, Exhibit A, University Widening Project Map Department: Transportation Department Text of Legislative File 14-1036 University Boulevard is experiencing rapid growth along the entire corridor, with corresponding increases in the volumes of traffic and delays along this arterial . Current traffic counts indicate an average travel time between IH 35 and Sunrise Road of approximately seven (7) minutes, with delay expected to grow exponentially over the next several years. This corridor serves the Round Rock Higher Education Center, two hospitals, an elementary school, as well as a Targe amount of residential and commercial uses. The original contract with Kennedy Consulting, Ltd. (KCI) developed a schematic and 30% plans to widen University to a 6 -lane divided roadway between IH -35 and Sunrise Road at a cost of $408,758.95. Supplemental Contract (S.C.) No. 1 provides 100% plans, specifications and estimates, as well as bid and construction phase services. In addition to surveying, right-of-way and easement documents, environmental reports, and the detail design customary with this level of effort, this contract will include public involvement and stakeholder coordination to ensure the project is successful. The cost of S.C. No. 1 is $741,250 which brings the total KCI compensation to $1,150,008.95. Funding for this project was provided via Amendments #29 and #31 to the Transportation Capital Improvement Program. Cost: $741,250.00 Source of Funds: Type B Corporation City of Round Rock Page 1 Printed on 1/7/2014 EXECUTED ORIGINAL DOCUMENIS FOLLOW STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL CONTRACT NO. 1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: KENNEDY CONSULTING ("Engineer") ADDRESS: 205 E. University Avenue, Suite 450, Georgetown, TX 78626 PROJECT: University Boulevard Widening This Supplemental Contract No. 1 to Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and Kennedy Consulting, hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 28th day of March, 2013 for the University Boulevard Widening Project in the amount of $408,758.95; 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 $741,250.00 to a total of $1,150,008.95; NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: I. Article 1, City Services and Exhibit A, City Services shall be amended as set forth in the attached Addendum To Exhibit A. II. 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. III. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $741,250.00 the lump sum amount payable under the Contract for a total of $1,150,008.95, 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 0199.1355; 00288058 1 P- -d9 -r- Rev.12/01 /08 84275 KENNEDY CONSULTIN AftiNtsul By: /a Date CITY OFOUND ROCK By: Alan McGraw, Mayor Date Supplemental Contract 0199.1355; 00288058 2 API' I VED • S TO , Vico1.1. WWI l, l J Stepl ' n L. Sheets, City Attorney ORM: Rev.12/01/08 84275 ADDENDUM TO EXHIBIT A CITY SERVICES Pro'ect Back round The City of Round Rock (the "City") proposes widening University Boulevard to a 6 -lane, median divided arterial section between the IH 35 northbound dfr'o frontage road ahe dito Sunrise as head dr(the the "Project") utilizing the services of KennedyConsulting, o consultant. wi The City will furnish to the Engineer the following infor adorne a and/or p rof rm ttl e oCiylio wig tasks for those items for which the City is offering P endeavor to provide items requested by its sole discretion. arethe Engineer that readily 'information s ppiied by the City and germane to the Project as determined by the City a to the Engineer will consist of a minimum of one copy in a format deemed appropriate by the City at its sole discretion. 1. Provide a Project Manager to serve as the primary point of contact for the Engineer for the Project. 2. Furnish all applicable data and correspondence the City may have on file for the project. 3. Provide copies of the signed ROE letters to the Engineer. 4. Provide existing typical sections, as -built drawings, and right-of-way maps that the City may have on file. 5. Provide any existing survey data the City may have on file for the vicinity of the prjojedct.. r 6. Provide existing reports and design information for drainage study being p ) others on Chandler Branch Tributary 1. 7. Provide assistance in obtaining information from local, regional, state, and federal agencies, as required. 8. Provide design criteria and approve design speed. 9. Provide timely reviews at predetermined milestones, decisions and directions necessary according to the agreed upon project schedule (Exhibit C). 10. Meet on an as needed basis to answer questions, provide guidance, and offer comment. 11. Promptly review invoices to City guidelines. 12. Provide a licensed Landscape Architect if design elements are to be included in the plans. ADDENDUM TO EXHIBIT B ENGINEERING SERVICES Project Background The City of Round Rock (the "City") proposes widening University Blvd. to a 6 -lane, median divided arterial section from University Oaks Boulevard to t1 Sunrise "EnRoiad")the " er jecme t") utilizing the services of Kennedy Consulting, Ltd., (KCI) pri consultant with support from the subconsultan1eteeam listed below.anPlans,This scopecationsservices and includes field surveying, subsurface utility engineering Estimate (PS&E), to be performed by the prime consultant or subconsultant team. The project scope is arranged in two separate phases work. the 30% previousWork o(finAl schematic) horization (Design Phase 1) included only the effort requiredup submittal. This Work Authorization (Design Phase 2) will include t ghdf Tl PS&E de ig uired red to complete the final design, from the final Schematic g n construction phase services. in cordance h the Design services during development of this projectshaDesitiibancle eConsh�ct on Standards Criteria Manual latest available City of Round Rock Transportation $ Manual and TxDOT manuals from the design collection located ond the RoTxDOT website and TxDOT des The development of the project shall be consistent with City of Rognprocedures and practices. This project shall be developed utilizing Microstation V8i and Geopak 2004. Pro'ect Team Subconsultants a. The Wallace Group, Inc. (TWG) Field Surveying, ROW & PUE Acquisition Documents, and Subsurface Utility Engineering b. Kiudey-Horn & Associates, Inc. (KHA) Traffic Design and Construction Engineering Task: Field Surve in TWG The Engineer shall perform a topographic design to supplement the design survey completed in Design Phase 1. a. Recover and Verify Control Utilize the City's primary control monuments in the immediate vicinityCentral the projeeZt 4 he e values will be relative to NAD 83 Texas State Plane Coordinates, (scaled to surface values). A "combined scale factor" e ll a1 Datum will bee GPS derived centroid of the site for coordinate conversions to surface vas Orthometric heights and projected through the length forf ve local osis within the control system for the project. Establish a benchmark system project linnits. Differential level lines will be conducted for establishing the elevation at 1 o used for each benchmark. A list of benchmark ihcoordinates � � � cin fed �e the projectdeliverables. only), descriptions, and reported elevations b. Supplemental Field Survey Provide surveying services to supplement the design survey completed in Design Phase 1. Possible locations for supplemental survey may • New development / construction along the project (i.e. HEB construction) • Additional 'information for PS&E details (i.e. Special retaining walls) c. Prepare Deliverables Utilize the data collected along the Project corridor C1IItho Supplemental t �lelprepared during g Des gn Survey to append the Microstation 2D, 3D, TIN, DAT, P Phase 1. Survey field notes and supporting electronic data will be made available upon request. Task: ROW & PUE Ac uisition Documents TWG a. Right -of -Way Acquisition Surveyg he new This task involves final boundary review, set th enev�iron ROW li mel and prepaYumgtexlilb is ROW line and where property lines intersect and legal descriptions. b. Right -of -Way Acquisition Survey with adjacent PUE included This task involves final boundary review, setting e iron ov ROW line, and preparingg texlnibits ROW line and where property lines intersect d and legal descriptions that will include adjacent PUE to e bl ided acquirepart iithhts eo kOW acquisition. Monumentation of the limits of the PUEis of in c. PUE Acquisition Surveyd This phase involves final boundary review,naa{ d preparing included as x partroing exh ths talk, legal descriptions. Monumentation of the limits of the PUE is Task: Subsurface Utilit End ineerin TWG a. Quality Service Level A (QL-A)les as Level A Test Holes will be performed for a iber / locate thepaccurate ho th of test hozontal included in Exhibit D — Fee Schedule. The Engineer g neer shall and vertical position of subsurface utilities bydestructive to utislties.t le using vacuum excavation techniques and equipment that s hole) performing locating (test services, the Engineer shall: 1. Provide all equipment, personnel and supplies required to perform locating services. 2. Determine which equipment, personnel and supplies are required to perform such services. 2 3. Utilize existing records and designated utilities at the site and investigate site conditions. at 4. Excavate test holes to expose the utility to b thee integrity measured not the ea utility thbe ensures the safety of the excavatio measured. In performing such excavations, the loordulate with utility inspect with applicable utility damage prevention laws as required. Excavations will be performed - racing stive pecially i elxistingelfacilitiesvacuum excavation equipment that is contaminated soils are discovered during the excavation process, the Surveyor will so notify the Engineer. ility 5. Investigate, evaluate, measure andrecord above the l depth top of ue exptosed referenced to a marker installed directly utility structure and b) outside diameter of utility and configuration of non- encased, multi -conduit systems. 6. Furnish and install markers directly above the centerline of utility structure and in each excavated test hole. d erials. Excavations 7. Backfill around the exposed facility lifts using the Compaction will ctomply with permit will be backfilled and compacted P requirements. 8. Provide restoration of pavement within limits Whenal cut. test holes are excavated in areas other than roadway pavement, hese disturbed areas shall be restored as nearly as reasonably possible to the condition that existed prior to excavation. 9. Evaluate and compare field information wit utility i fA infornotioescribed in utility records and resolve conflicts with Task: Water Pollution Abatement Plan KCI The Engineer shall define catchments within the project si lit its whose carutcn ff tff nt all be c pt T dd detained and cleaned in a proposed BMP. The Engineer identif the existing impervious cover, proposed new impervious cover and natural/landscaped Y area contained in each.in The Engineer shall prepare hydraulic computations utilizing the lesprocedures outlineG idan e on Besot publication R-34 G8 (Complying with the Edwards Aquifer Management Practices) calculating the volume of runoff off f °m t m each atby eachnt requiring detention and treatment in a BMP and the corresponding Engineer shall verify through the computations that the set l total y CEQ regi a removed dsby proposed BMPs meets or exceeds the project's effluent removalgo 3 fy d se The Engineer shall examine the project watershed and fidentif to aytuiroposerechargePsfeatore, discharge may flow directly into a stream or blue-line endangered species habitat or other highly environmentally sensitive area. a. WPAP Report Preparation The Engineer will prepare the WPAP forms may prescribed General InformationForm,rovide cWPAP essary supporting documentation. These formsy Application, Temporary and Permanent Stormwater Sections, f cti n , Agentlly Authorization, submitted and e Core Data Form. The forms will be prepared in City of Round Rock for review as appropriate. after op review The y ftorms e s ill be modified as necessary and included in the WPAP document The Temporary Stormwater Section of the WPAPill sediment frotm Stothererojectras well Pollutias PPrevention Plan (SW3P) for control of erosion supporting narrative and forms as required by TCEQ. The Permanent Stormwater Section will includeMaintenancel include Procedureny for theed selected plan BMP's prepared by the Engineer. The Engineer sheets for inclusion into WPAP. The Engineer will will coot ate prepare and incluwit Nthe City 3P and supporting documentation in the WPAP. The Eng inn any sheets requiring City signatures. Task: Plans Specifications, & Estimate LKCI a. General The Engineer shall prepare: 1. PS&E Title Sheet; 2. Index of Sheets —Identifies each sheet location edlthioughotut tine submittal pplan set and its onces nding sheet number. The Index of Sheets shall be pa 3. Project Layout — Graphically depicts overall project limits; 4. Existing Typical Sections — Typical sect -ions shall record drawings; conditions of the project roadways, based on survey informationand 5. Proposed Typical Sections — Typical sections shall depict the proposed lane configurations and proposed pavement structure, as recommended by the geotechnical investigations; 6. Typical Section Details; 7. General Notes; 8. Quantity Summaries. ii. Traffic Control The Engineer shall prepare: 4 1. Advance Warning Layout - Layout shall reference Standard Details, as appropriate; 2. TCP Typical Sections - Typical sections shall depict work zone limits and proposed traffic configuration through the construction zone; 3. Sequence of Construction Narrative - Narrative description of construction sequence shall be developed for each construction phase; 4. Phased Layouts - Assumed three (3) construction phases; 5. Detour Plans; 6. Standards Details, as appropriate. Standardand TxDOTon will be revised Austm and sealed by the Engineer. City of Round Rock Standard Details District standards will be utilized, as applicable. c. Roadway The Engineer shall prepare: 1. Removal Plan - Removal sheets shall clearly indicate pavement and other pertinent items to be removed at a i"=100' scale; 2. Survey Control - Sheets shall clearly indicate the benchmark locations and associated control information. These sheets shall be sealed by a RPLS; 3. Horizontal Align nent Data - Sheets shall depict the horizontal coordinate geometry information for the proposed roadway alignments; 4. Superelevation Table - Sheet shall include a summary of superelevation transitions through the project; 5. Plan and Profile sheets shall be developed for: a. University Blvd; b. Four (4) cross streets (University Oaks, Oakmont, Cypress, Sunrise); c. Seven (7) driveways; Drawings shall be prepared at a scale of 1"=40' H and 1"=4' V. Plan and profile sheets will not be created for areas of overlay / resurfacing. 6. Intersection Details - Drawings shall be prepared at a scale of 1"=20' H. Sheets shall depict spot elevations and contours at the intersections of: a. University Oaks at University Blvd; b. Oakmont at University Blvd; c. Cypress at University Blvd; d. Sunrise at University Blvd. 7. Miscellaneous Roadway Details; 8. Standards Details, as appropriate. Standards o k Standard Details and TxDOTat require modicaon will be rAustin evised and sealed by the Engineer. City of Round District standards will be utilized, as applicable. 5 d. Retaining Wall 1. Retaining Wall Layouts — Sheets shall provide plan and profile views for retaining wall limits. Each retaining wall shall be identified by a unique number. Elevations for top of wall, existing grade, finished grade and bottom of wall shall be provided in profile view; 2. Retaining Wall Typical Sections; 3. Retaining Wall Miscellaneous Details; 4. Standards Details, as appropriate. Standards that require modification will be revised and sealed by the Engineer. City of Round Rock Standard Details and TxDOT Austin District standards will be utilized, as applicable. c. Hydrologic Design The Engineer shall prepare: een eated in revious 1. Overall Drainage Area Map — Drainage ice tlneeareas drairnagenaveareasprovicleednont plansheels to studies. The Engineer shall repro be included in the final PS&E. Design Discharges — The Engineer shall utilize hydrologic data and calculations provided by the City for the drainage areas noted above for inclusion into the final PS&E. FEMA Coordination -- It is assumed that a Conditional Letter of Map Revision (CLOMR) or Letter of Map Revision (LOMR) will not be required. The Engineer shall provide the City a copy of the Hydraulic Memorandum for their review and coordination on any other City projects. f. Hydraulic Design The Engineer shall prepare: 1. Hydraulic Data Sheets; 2. Culvert Layout - Culvert design shall be based upon the drainage area information and the runoff computations provided by the City. Culvert Layout Sheets shall be shown at a scale of 1"=40' Horizontal. Plans shall show the location of existing and proposed culverts, roadway alignment, roadway width, utilities, and channel all ope, improvements as required. Profile above the mation rculvertthe vandlhydraulicedata. size, slit is proposed and existing ground assumed there will be one (1) bridge class cross culvert. 3. Grading Layout — The Engineer shall design and detail drainage outfall channels. 4. Standards Details, as appropriate. Standards that require modification will be revised and sealed by the Engineer. City of Round Rock Standard Details and TxDOT Austin District standards will be utilized, as applicable. 6 g. Storm Sewer Hydrologic design / computations — The Engineer shall prepare the hydrologic drainage areas calculations associated with the calculations storm will beain esigns adjusted asrinlet locations and storm,dlait run- off coefficients, etc. These cant outfalls are moved during the design process. Hydraulic design / computations - The Engineer shall analyze ng ter a exi a misting andid ex proposesthe d drainage patterns, evaluating how water from the s n u system. The Engineer shall prepare the design of each proposed storm drain system utilizing the WinStorm Design Software modeling system or GEOPAK Drainage. The Engineer shall prepare: 1. Internal Drainage Area Maps — The Engineer ciciip�lgi�auDrainage Maps at a scale of 1"=40'. These map pit eeUotried flow direction arrows. Each area will be identified with a unique number to be used to find run-off information from the calculation sheets. 2. Hydrologic & Hydraulic Data — These sheets will consist of run-off, inlet and storm drain computation sheets. he storm sewer rm 3. Drainage Plan —Sheets will provide aplan number iew of assoc'ated with its location. ainage area. system links will be identified with q 4. Drainage Profiles — Sheets will provide calculated computations of grade lines, flow lines, pipe sizing, etc. per specific storm sewer link for: • Main trunk line • Laterals 5. Ditch Design - The Engineer shall analylthe projct one The Engineer will prepare►tches to determine ditch capacity, velocities, and other pertinent i foitna tabular ditch layout schedule that depicts pertinent information about the roadside ditch geometry and design. 6. Standards Details, as appropriate. Standards that require ails anold TxDOTwill be 1Austu evised and sealed by the Engineer. City of Round Rock Standard D District standards will be utilized, as applicable. II. Water Quality Design The Engineer shall develop plans for a water quality pond to include the follow sheets, as appropriate: 1. H&H Computations; 2. Plan and Grading Layout; 3. Structural Details; 4. Miscellaneous Details; 7 5. Standards Details, as appropriate. Standards that require modification will be revised and sealed by the Engineer. City of Round Rock Standard Details and TxDOT Austin District standards will be utilized, as applicable. Utilities 1. Existing Utility Layouts — Sheets will identify types and locations of existing utilities. j. Signing and Pavement Marking The Engineer shall prepare: 1. Signing and Pavement Marking Layout — The Engineer shall detail permanent signing, pavement markings, and channelization devices in accordance with the proposed typical section. Pavetnent markings shall be selected from the latest TxMUTCD standards. Drawings will be prepared at a scale of 1"=40' H. 2. Summary of Small Signs — Utilize standard TxDOT sheets; 3. Non-standard Signs Details — TxDOT standards shall be utilized wherever possible; 4. Standards Details, as appropriate. Standards that require modification will be revised and sealed by the Engineer. City of Round Rock Standard Details and TxDOT Austin District standards will be utilized, as applicable. k. Environmental The Engineer shall prepare: 1. SW3P Layouts — Sheets will provide locations and types of erosion control measures along project limits. 2. Standards Details, as appropriate. Standards that require modification will be revised and sealed by the Engineer. City of Round Rock Standard Details and TxDOT Austin District standards will be utilized, as applicable. 1. Miscellaneous The Engineer shall prepare: 1. Construction Cost Estimate 2. Construction Timeline Determination — The Engineer shall develop a consh'uchon schedule to determine appropriate incentives and disincentives for incorporation in the construction documents. n,. Submittals The Engineer shall provide the following information at each submittal: 1. 60% PS&E Submittal 2. 90% PS&E Submittal, with project Manual 3. Final PS&E Submittal, with project Manual n. Cross Sections - 50' cross sections 8 Tack: Traffic Design K( HA) a. Task Admi►tistratiof b. Sig►►alizatiof The Engineer shall develop plans to replace existing traffic signals with new mast -arm signal designs at the following locations on University Blvd: • University Oaks Blvd. • Oakmont Dr. • Sunrise Road The Engineer shall develop plans to installC woffic Blvd.signal with mast -arm signal design at the intersection of University Blvd and Cypress 1. The Engineer shall conduct field reconnaieto whereify ossibleingeev`ncoditions at s gnat plans sucofh the above locations. The Engineer shall design, g , p that location of the proposed signal infrastructure does not affect operations of the existing signal. The signal plans will be prepared at a scale of 1"=40' and will include the following sheets: 2. Existing Conditions sheets will show at intersection.oof isti ng traffic control devices, underground, and overhead utilities 3. Signal Layout sheets will show the locations of proposed signal poles, p bestriaoxan poles, signal heads, communication equipment, electrical conduits, ground signal cabinet, new electrical service, existing utilities, poles' aieciright pedesti'yasnand access proP sed mps roadway improvements. Locations of ped e will be designed in conformance with ADA requirements. crossueg. Duehe sto lateral will land audible pedestrian signal head units at every p vertical clearance required from an °`'erhead electric line (per bthe State law), of signthe Engineer shall coordinate with City staff before finalizing locations al poles, 4. Signal Elevation sheets will show placement of signal heads on a mast -arm and vertical clearance required for the mast -arm. e pe and 5. Conduit Chart and Electrical Wiring sheets willecltcicalwserlviceywi'll be designed to er of electrical wires in each conduit run. A newe support total electrical load due to ti1e traffic separatesgnal cucuiitsnmination at for traffic signal, he intersection. Each electrical service will include illumination, and ILSN. The Engineer shall coordinate with City staff and ONCOR to determine location of new electrical service. at 6. Phasing &Detection sheets will show the movementspsed willpbe sde� signed inn conformance Phasing and signal -heads for left -turn with 2011 Texas MUTCD. Video detection details for each movement will also be shown. 9 he at 7. Prepare temporary traffic signal plans fophases three o ensure it afg icont of at theltimerof be consistent with different construction construction. 8. Develop Quantity summary sheets for each intersection. 9. The Engineer shall use latest general notes issued by City of Round Rock and update appropriately as required for traffic signals. 10. Update the latest Standard sheets formast-arm S#� tdp ledsS St ndardand sc th gatn requsire l pole foundations, and provide other applicable modification will be revised and sealed by the Engineer. City of Round Rock Standard Details and TxDOT Austin District standards will be utilized, as applicable. 11. Develop appropriate unit prices for Signalization pay items. al The Engineer shall provide Existing Conditionleets, Signal and General Notestwill be incltidedsheets, and ni n Elevation sheets at the b0% submittal. All sheets 90% submittal. The Engineer shall provide a list of applicable tspecial ftmique special specifications needed, the Engineer shall develop or modify p to two (2) where an existing specification is unavailable. turn - at The Engineer shall be present in the field at the l ovicieime of ig}nen nal Cont act r texisting signal he each of the four intersections. If needed, the Engineer p timings for each signalized intersection and temporary signal timings for the new signal at University Blvd and Cypress Blvd. In the event that additional signals are warrantettle 1 �a supplemCity, eittal agreeimentd#o tplhis production for those facilities will be addressed throg work authorization. This scope does not include signal warrant study for arty intersection. c. Illumination The Engineer shall develop illumination plans r continuous The Engineer illl coordinate with the g on the proposed road along the entire stretch of the project corridor. City to determine: • Preference on locating the light poles in the median, one side or both sides of the proposed roadway. • Use of High Pressure Sodium (HPS) lamps or LED lamps. • Special aesthetics for the light poles. The Engineer shall: 1. Develop a photometric model using lager sa g softwareefor safetyi 32 to determine that lighting. The Engineer minimum "Illuminance requirements conduit shall conduct electrical and voltage dropcalculations servicesorequiredsalong theine 'p ojecticorr dor. sizes, and number and details of electrical 10 The Engineer shall coordinate with ONCOR and City staff to determine locations to draw power and set electrical services. 2. Prepare layout sheets at a scale of 1"---40' showing location of poles, conduits, and wiring. The plans will also include conduit and wire charts, details on electrical services, and quantity summaries. 3. Develop Quantities summary sheets. 4. Provide applicable Standards sheets. S otRock Standard Detailndards that require s a nd TxDOT n will be revised and sealed by the Engineer. City Round Austin District standards will be utilized, as applicable. 5. Develop appropriate unit prices for Illumination pay items. Task: General Pro'ect Mana;ement a. KCI General Management The Engineer shall establish and maintain project schedules and budgets, develop monthly progress reports, prepare invoices and meet with the City and other entities on an as needed basis for the duration of the project design. b. Snbconsnitant Supervision. d by the The Engineer shall establish a schedule for the engineering Engineer shall be resposervices to be nsible for the subconsultants at the beginning of the project. $ coordination, supervision, review and incorporation of the subconsultants' work. c. Project Coordination Meetings General project coordination with the City shall consist of one meeting per month for eight months. The Engineer shall coordinate with local utility providers that have known facilities in the d. Utility Coordination project area and attend the monthly utility coordination meeting hosted by the City. e. Quality Assurance/Quality Control The Engineer shall review all work to assure that the work is in accordance with City requirements and that the work is completed in a timely and efficient manner. Task: Construction En a. neerrn KCI & KHA Bid Phase Services The Engineer shall: 1. Prepare the Construction Project Pre -Construction Meeting. 2. Develop and issue addenda, if documents. 3. Tabulate bids and prepare a contract award recommendation letter. Manual and will attend a Pre -Bid Conference and required, to interpret, clarify or expand the bid 11 b. Construction Phase Services The Engineer shall: 1. Review all construction and material submittals for the project; 2. Attend construction meetings, as required; 3. Respond to Requests for Information (RFIs); 4. Review and authorize the contractor's monthly pay application; 5. Review proposed change orders; 6. Produce record drawings based solely on information, measurements, and mark-ups provided by the contractor and deliver to City of Round Rock Staff. 12 ADDENDUM TO EXHIBIT C Work Schedule Ke work items: ➢ General Project Management ➢ Coordination Meetings ➢ Supplemental Surveying ➢ Subsurface Utility Engineering (SUE) ➢ 60% PS&E Submittal ➢ WPAP Submittal to TCEQ D. 90% PS&E Submittal ➢ Final PS&E Submittal Jan. 2014 - Sept. As needed, Jan. As needed, Jan. Jan. 2014 - June April 2014 June, 2014 July, 2014 August, 2014 2014 2014 - Aug. 2014 2014 - Aug. 2014 2014 ADDENDUM TO EXHIBIT D FEE SCHEDULE FOR KENNEDY CONSULTING, LTD. UNIVERSITY BLVD. WIDENING (PS&E PHASE) For services described in the Scope oen a veering services, we e uest es and explanation of the compensation as detailed below. Cost breakdowns forg expenses are shown on the following pages. LUMP SUM AMOUNT 741 250.00 Page D1 of D1 ADDENDUM TO EXHIBIT D Fee Schedule Description of Work or Task Kennedy Consulting, Ltd. (KCI) Task: Water Pollution Abatement Plan Task: Plans, Specifications, & Estimate Task: General Project Management Task: Construction Engineering Task: Traffic Design Task: Construction Engineering — — KCI FEE SCHEDULE SUMMARY Kimley-Horn & Associates, Inc. (KHA) KHA FEE SCHEDULE SUMMARY The Wallace Group, Inc. (TWG) Task: Field Surveying Task: ROW & PUE Acquisition Documents --Task: Subsurface Utility Engineering— — _ TWG FEE SCHEDULE SUMMARY Page D1 of 01 TOTAL FEE i Cost! Task Totals $9,260.00 $412,920.00 $88,180.00 $60,630.00 $570,990.00 $100,756.00 $4,244.00 $105,000.00 $9,720.00 $19,200.00 $36,340.00 $65,260.00 $741,250.00 0 0 V U c .0 E • C O O U c T f6 2 a, Y- C O C 1a E 0) Staff Cost / Task Totals O O N 19 O O N N V! O 1 O 1 001 1 W 1 h I 2 12 I 24 0 32 1 39 11 $4, 8 7 0.0 0 I O O 001 N NM O O Or co. Ca O O 0 CO CO V) O O M V CO 4! O O CP N N 24 1 40 L 80 .1 0 114 I 146 11 $18,900.00 I 2 8 1 16 1 0 1 21 27 ii 53,430,00 O O co Ul 0 o N r N 40 80 I 160 I 0 I 224 I 296 11 $38.960_00 0 a tO 6 0 O 0 00 O Hi O O 0 N 2 4 1 8 I 0 1 11 1 14 II $1,780.00 O O t�0 'l 1i11 Vl O O d dl O' O' O v N y1 1 20 I 40 1 80 I 0 I 112 I 144 11 $18,640.00 O 1 O 1 1 2 (O Vi 1--4 I 16 I 24 1 0 1 36 1 44 1I 55, 560.00 Adminl CADD Clerical Time Staff -Hr. 970.O0/Hr $20.00/14r Totals r- P! n 0 O) 01 CO N 10 r N N d r 1O O 10 O CO0 M Csi u O 41 N CO r . N Y N N 00) CO CO N 10 CO r N N ,- ,.. ,- t� V 4- 4- 4 O O O O O O O O O O O 0 O O O Task: Water Pollution Abatement Plan _ a. WPAP Report Preparation 2 8 20 40 Water Pollution Abatement Plan Subtotal 2 8 20 40 Task: Plans, Specifications, 8 Estimate - a. General _ - 1 Tule Sheet 1 2 4 8 ON- N 0 CO W CO0 0 N 'Pt 10D 0 0 0 M CO r CO to CO Y N 1- t0 Pe- N O, N N N � CO CO CO •N.. N C N V s^ ,- N r N N . N — m N 0 ^f 0 0 r CO a- 2. Index of Sheets 3. Project Layout 4. Existing Typical Sections 5. Proposed Typical Sections 6. Typical Section Details 7. General Notes 8. Quantity Summaries h Traffic Control 1. Advance Warning Layout 2. TCP Typical Sections 3. Sequence of Construction Narrative 4. Phased Layouts 5 Detour Plans 6. Standard Details c. Roadway 1. Removal Plan 2. Survey Control 3. Horizontal Alignment Data 4 Sunerelevation Table 5. Plan and Profile R_ intersection Details N 76 01 0 0 C td 2 i i r 8. Standard Details N p 1- U N � O O ti r M 1A O O n N CO CO O O coO N K O O r r I[1 fA o O co V H O O o 00 (n O O 1M0 (O IA O O t0 49 P "t O O N ea c0 co a0 t[) N O O �0 0 t0 � 46 46 O O N7 h O 0 st 44 O O 0 0 Y N (p CO Vi 19 P 0 O O N 6 00 O• r O O Y M M O O CO ' w I O N N r 4�177 V N st r N V o 0) 42 49 49 37 13 6�i N !P') q R tico V C 'O U P `d 78 (N� N 22 I (c, N V M r 78 33 83 77 38 16 CO 00 Of N r N M Admin 1 Clerical $70.00/Hr 0 0 0 0 p O O O O 00,0000 00000 O 0 0 0 Prof. 1 5110.00/Hr O r r a0 fro M COt0 00 24 24 24 20 8 24 0 m N Prof. 2 $140.001Hr st00 N COoo co v 00 N f0 st N N M N r co N f0 CO N N 24 CO N r 6 w Q m a 4 N C V N 4 12 10 8 N Y CO CO ? r .t M N N •cr r r 0 r r r r O N r 'Q ' N 0 N r r r 0 r N r r 0 Description of Work or Task 1 Retaining Wall Layouts 2- Retaining Walt Typical Sections 1 Wvdrninnic Desian nradina Lavout - g. Storm Sewer 1 5. Ditch Design • 3. Structural Details N ❑ N IS O ,n c o m N co N W }� Y v 10 y ',ice -C 5 CO A ryT 5 5 to F y r N 0) C 4 d W d ti W 0 i i%' 1 Sianlna and Pavement Marking Layouts • 3 Non -Standard Sian Details 1 4. Standard Details l 1 I O a7 V N -16 0 J 0 in E N • G O O U G l3 2 aT 9- 0 O c Y E E a Staff Cost! Task Totals 0O 0 09 MO O O O O 0 00 0.-- I° O O O O O OCD CO r Y) 7,-, O O 0 O O• O d d N O IR O 0 az K a M Admin / CADD • Clerical Time Staff -Hr. $70.00!Hr $20.001Hr Totals CO O n r NI M N. CO d r N 0 0 0 0 O 0 0 Prof. 1 $110.09/Hr 0 CO CO C. CD M N r N p Q S O N N a to a o0 c0 d d a - I. 1. Construction Cost Estimate 4 12 rnneen.Minn Timeline Determination 2 24 N N I Project • e.....s wnr4 nr T sk Manager 0 V 1. SW3P Layouts CMnrt9rti Retails ) 7 0 s � s N 2 v > E 4 N 1 n. Cross Sections DI... . Snaeifications. & Estimate Subtotal 0 O N 69 0 a O 69 0 a 40 0 d 0) 0 O O CO CO O 0 a 0 O O CO 0 O N O 0 N 0 0 O r O 0 O r- 0 d) CO 0 M 10 to N CO O N 0 O N co O 0 0 a. General Management 0 N N O d O O 0 0 O. co 2 8 .0 O O 0 0 0 0 O N O m O 0 O 0 c 5 v a 00 O 0 0 CS N Ta0 4; O 0) O O N O O w 0 n O O O d N N Task: Construction Engineering N d a. Bid Phase Services N N O O a CO N 0 O O O N N N N O O 2. Construction Meetings d 04 d O O O O O 3. Respond to RFIs O 0 0 0 O N N 4. Review Contractor Pay Applications N CO N O O O 5. Review Change Orders co N M O d 6. Record Drawings CO M oD N N N r a N E itft O) 0 Lys 0 4 0 0 2 Page D3 of D3 N d to vd a rn • x c w M O 7 E C 6 O w U O A 10 • Iii, E • X P.M. f11 of D1 .'. N- N N 2-. (I�n p t -i" 0 p O r- - c0 M O O N Y M K p O 0 m Di N 0 N M O NN o O co03 N Co O 0 O O O N W O O COO N ao t9 O o M CO cd M O O 00 N ao co O O O I.. N to O O O 1� N M O O o III (0 0 O O u7 4 N 0 O co 0) O 10 t9 0 O co O CO IH 00 N r» II S351.00 I O ch 4 w 0 co CO n O O r 1A $1,204.00 I O 0 cvj we. O d tl N O O O O N O (o a N M r N n 108 II N f` CO t` N h N N N (V M M 1- CO M ID CO pp N N M Of Admin Clerical $75.001Hr 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 d O 0 0 V 0 . _ O O V Q O 0. o N 0 0 0 0 0 co 0 0 0 0 0 0 0 0 0 0 10 O 0 0 cn �- L uu W h oi O a0 O O v O c0 O 1- O V O 'Q N 12 O O 0) C.1 18 O COa0 r .g` "' c O O C e' w (� 00 9 72 N o N N N c0 O O N �N... N M M N t Project Manager $225.001Hr 00 aCsi CO CO CO co co .r a o m co O O O aa) o 4 a Description of Work or Task a C W Q H V F Em F .t2 O g c 07 .O c O v LL 2. Existing Condition 3. Signal Layout 4. Signal Elevation 5. Conduit Chart and Electrical Wiring c m 0 $ .c O 7. Temporary Traffic Signal 8. Quantity Summary ' z E O U O) O W 0 O 11. Unit Price Determination O CO _ ti TV. 2 U « G L n- ' o 3 C O WI C � N 3. Quantity Summary 4. Standard Details 5. Unit Price Determination yIll f71 A�C lL ii O Traffic Design Subtotal Task: Construction Engineering 1 b. Construction Phase Services 1. Construction and Material Submittals 2. Construction Meetings 1 Construction Engineering Subtota Kimley-Horn & Associates, inc. Summar Page DI of D1 • V c d auN • l0 W .v O �! V1 d t) Q a 0 Y.. o E O �6 = E �. E m N Total Cost $ oi $75.00 1 o o oo $243.00 I .g. Ua C 7 N fA N IA O N Kimley-Horn & Associates, Inc. Direct Expenses C N 3 a co v- 375 V d . Item Description c $ 6 ., g G C) 2 11. Copies - 11 x 17 Illl. Ovemight shipping / Courier X yyX N N CN. U I- $1,760.00 $5,525.00 $2,435.00 G O O of w O Q Q O OO O to G O CO in fh w $32,750.00 $36,340.00 O `D sii a 12 N r 140 Admin / Clerical $55.00/Hr N N N In N N r SUE Locator $90.00/Hr O Q O O (CO r CO O r 0 Z G p 69 to N O M CO O d i 12 N til O IFCL S N N O N a a r Sr. CAD Tech $75.00/Hr K .- to M a a 40 w V mo O G p ci 4.N 17, N td td 00 a a H 1 Description of Work or Task Task: Field Surveying a. Recover and Verify Control b. Supplemental Field Survey c. Prepare Deliverables Field Surveying Subtotal Task: ROW & PUE Acquisition Documents Direct Expenses ROW & PUE Acquisition Documents Subtotal Task: Subsurface Utility Engineering a. Level A SUE Survey / Field Work Direct Expenses Subsurface Utility Engineering Subtotal The Wallace Group, Inc. Summary Page DI of D1 Summary of Direct Expenses The Wallace Group, Inc. Tont—a17;71 kkkk e . °° e g g k^ §& ci k 8 k m a 6 r• 2 Unit Cost } CO § $1,250.00 - § § k Quantity \ 2 % % 2 % ) 0 ) item Descfiption - ROW & PUE Acquisition Documents I 1. ROW Acquisition - exhibit & legal To oa W 2 /Z $ § te _ g'$ a \ / ) ROW & PUE Acquisition Documents Direct Expenses Subsurface Utility Engineering t { 7 § o Ili 1 uJ k k 11. Level A SUE Test Hole, Over 5 feet to 8 feet utility depth 111. Level A SUE Test Hole, Over 8 feet to 13 feet utility depth N. Level A SUE Test Hole, Over 13 feet to 20 feet utility depth V. Level A SUE Test Hole, Over 20 feet utility depth i I1 k 0 ck i # k �o ea 0 Exhibit D - Fee Schedule