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