R-2019-0415 - 10/24/2019 RESOLUTION NO. R-2019-0415
WHEREAS, Chapter 791 of the Texas Government Code, V.T.C.A., authorizes local
governments and agencies of the state to enter into agreements with one another to perform
governmental functions and services, and
WHEREAS, the City of Round Rock ("City") wishes to enter into an Agreement with
Williamson County regarding improvements to sewer line along Hairy Man Road,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 an
Agreement with Williamson County, a copy of same being attached hereto as Exhibit "A" and
incorporated herein for all purposes.
The City Council hereby fmds 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 24th day of October, 2019.
City of Round Rock, Texas
WRIT BAESE,Mayor Pro-Tern
ATTEST:
MEAGAN SPINKS, Deputy City Clerk
0112.1902;00433329
EXHIBIT
"A"
AGREEMENT WITH CITY OF ROUND ROCK,TEXAS AND WILLIAMSON
COUNTY REGARDING IMPROVEMENTS TO SEWER LINE ALONG HAIRY MAN
ROAD
This Agreement ("Agreement") is entered into by and between the City of Round Rock, Texas.
("City"), a Texas political subdivision and Williamson County, Texas ("County"), a Texas
political subdivision.
RECITALS
WHEREAS,the Brushy Creek Regional Waste Water System(`BCRWWS")was created
by the cities of Round Rock, Leander, Cedar Park and Austin to design, construct and operate a
regional wastewater treatment system to provide the cities with wastewater treatment; and
WHEREAS, a BCRWWS 54"sanitary sewer pipeline(the"Pipeline")is currently located
within the right-of-way of Hairy Man Road in Williamson County,Texas; and
WHEREAS, County is currently designing improvements to Hairy Man Road and the
Great Oaks Bridge at Brushy Creek(the"County Project"); and
WHEREAS, the parties desire to incorporate into the design of the Project the design and
construction to adjust approximately 25 manholes,3 manhole vents and one cast-in-place manhole
as part of the Pipeline(the"Adjustment Project"); and
WHEREAS, after the design of the Adjustment Project is approved, the County will
incorporate the Adjustment Project as a separate bid item in the County Project; and
WHEREAS,prior to contract award,the City will remit the bid amount for the Adjustment
Project to the County.
NOW, THEREFORE, in consideration of the foregoing premises and the mutual
covenants and agreements herein contained, City and County agree as follows:
1. Adjustment Project. This Agreement addresses the adjustment of approximately 25
manholes, 3 manhole vents and one cast-in-place manhole which are currently located
within the right-of-way of Brushy Creek Road and the Great Oaks Bridge at Brushy Creek.
The approximate location of the adjustment project is attached hereto as Exhibit"A".
2. Adjustment Project Design. The engineering firm of CobbFendley has been contracted
to design the Adjustment Project and the City will be responsible for all CobbFendley
payments.The CobbFendley Proposed Scope of Services is attached hereto as Exhibit`B".
96e01aea-cc02-4725-b760-1a053e6c90ab
3. Construction. After approval of the contract design by the City,the County will construct
the Adjustment Project in conjunction with the County Project and in conformity with the
CobbFendley Proposed Scope of Services for the Adjustment Project. The City will
conduct inspections of the Adjustment Project during construction and after acceptance of
the Adjustment Project, the City will resume responsibility for operation and maintenance
of the Pipeline.
4. Payment and Costs.
a. The initial cost estimate for construction of the Adjustment Project is expected to
be approximately $121,875 (the "Construction Costs"). The Preliminary Opinion
of Probable Construction Costs is attached hereto as Exhibit"C". Prior to contract
award, City agrees to pay County the Construction Costs.
b. Any changes to the routing or design of any segment or phase of the Adjustment
Project after County's acceptance may affect costs. City agrees to bear any
additional costs resulting from any changes by City to the routing or design to
accommodate City's system improvements or to provide supplemental benefits to
City, if approved in advance, in writing,by the City.
5. Communication. City and County agree to hold periodic project status information
meetings. County's official point of contact for the Adjustment Project Terron Evertson,
County Engineer. City's official point of contact is Jeff Bell, Sr. Project Manager, City of
Round Rock. City and County agree to include these designated points of contact in the
chain of communication for all significant decisions and recommendations prepared by
design engineers and other parties and representatives.
6. Schedule. Design and construction of the Adjustment Project is expected to take
approximately 24 months. The parties acknowledge that the timeframe is estimated and is
subject to force majeure.
7. Compliance with Laws.
a. During the term of the Agreement, the parties will perform in compliance,
conformance, and accordance with all applicable laws,rules, and regulations of the United
States, and of any state or political subdivision thereof.
b. In accordance with Chapter 2270,Texas Government Code, a governmental entity
may not enter into a contract with a company for goods or services unless the contract
contains written verification from the company that it: (1) does not boycott Israel; and(2)
will not boycott Israel and will not boycott Israel during the term of this contract. The
signatory executing this Agreement on behalf of Vendor verifies Vendor does not boycott
Israel and will not boycott Israel during the term of this Agreement.
2
8. Liability; No Waiver of Immunities.
a. City does not assume any liability for any property damage, injuries or death in
connection with the design, engineering or construction of the Adjustment Project.
TO THE EXTENT PERMITTED BY LAW, COUNTY HEREBY AGREES TO
INDEMNIFY,DEFEND AND HOLD CITY AND ITS DIRECTORS,OFFICERS,
EMPLOYEES AND AGENTS HARMLESS FROM AND AGAINST ANY AND
ALL LOSS, LIABILITY, CLAIM, DAMAGE, COST OR EXPENSE
(INCLUDING REASONABLE LEGAL FEES AND EXPENSES)ARISING OUT
OF OR IN CONNECTION WITH THE DESIGN, ENGINEERING OR
CONSTRUCTION OF THE ADJUSTMENT PROJECT.
b. Nothing in this Agreement shall be deemed to waive, modify or alter to any extent
any defense or immunity available at law or in equity to City or County, or their
past or present officers,employees,or agents,nor to create any legal rights or claim
on behalf of any non-party.
9. Term.The term of this Agreement is for a period of three(3)years from the Effective Date
unless otherwise earlier terminated by the parties.
10. Entire Agreement. This Agreement represents and contains the entire agreement and
understanding between the parties with respect to the subject matter herein and supersedes
any and all prior or contemporaneous oral and/or written agreements and understandings.
11. Governing Law. This Agreement shall be construed and enforced in accordance with
Texas law. The Parties acknowledge that Subchapter 1, Chapter 271 of the Texas Local
Government Code is a legislative waiver of any sovereign immunity with the County to
this Agreement, and each party waives immunity to suit for the purpose of adjudicating
any claims under this Agreement. Venue for the litigation of any dispute arising hereunder
shall be in Williamson County,Texas.
12. Counterparts.This Agreement may be executed in any number of counterparts,and it will
not be necessary.
Executed to be effective this day of , 2019 (the"Effective Date").
(SIGNATURES ON FOLLOWING PAGES)
3
WILLIAMSON COUNTY
By:
William Gravell, Jr., County Judge
Date:
Attest:
Nancy Rister, County Clerk
ROUND ROCK,TEXAS
By:
Craig Morgan, Mayor
Date:
Attest:
Sara White, City Clerk
4
SHEET INDEX OWNER INFORMATION
c-GD,. CD'Y,7t ObVNER•
O-m CEI ERAL NOTFS w CITY OF ROUND ROCK,TEXAS
c-100 KEY ww W I L Li A m,s O N.• 2005 ENTERPRISE DRIVE
C-101 PROPOSED WASTEWATER WNHOLEADJUSDAFNTS—SHEET? COUNTY ROUND ROCK,TE%1S7B66A
C-102 PROPOSED WASTEWASER MANHOLE ACJLTSTUCICS—SHEET 2 is-is CONTACT.
a c-103 PROPOSED WASTEWATER Marala.E AC0Lh71dE7Y15-SHEET 0 JEFF BELLSENIOR PROJECT`MANAGER
$ C—tOd PROPOSED WASTEWATER MANHOLE:=05McENTS—SHEET 4
g 512-21E.7076
501 PROSTMO EOVEMRELOfSHED' WILLIAMSON COUNTY _
ATVM
c—S01 sTANDARp DETAILS-SHED', DESIGNER.
c-502 STAVONdro DEEULS-SHEET 2 505 S FEN LEY DR SUITE t00
R
HAIRY MAIM ROAD WASTEWATER MANHOLE AUSTIN,TEXAS 78752
ADJUSTMENTS CONTACT:
STANLEY FEES,P.E.
$ 5124M4-9798
TOTAL NUMBER OF WASTEWATER MANHOLE ADJUSTMENTS:97
TOTAL NUMBER OF VENT PIPE RELOCATIONS:2
PROJECT LIMITS: HAIRY MAN ROAD
90%SUBMITTAL
ADJUSTMENT OF EXISTING SANITARY SEWER MANHOLES NOT FOR
N CONSTRUCTION
SUBMITTED FOR REVIEW.
4 NARY MAN RD.� Pn WxFL�H,
END HAIRY MAN
RDJERUSITY .A 4.••
MANHOLE ADJUSTMENTSAND VENT
REL6cn7MIMON CREEK RD.
: IF6PROVEMENTS s7aNLErFE=s;P.E.. DATE
4 , - COBB FENDLEY.{NC..
L ? BRUSHY CREEK RD. SAM BASS RD
APPROVALS:
6 �f� GREATOAKSDR.
_ HAIRIY MAN 7' N ,6� qTY OF ROUND Ra Y,.TEXAS DATE
RDJBRUSITY
CREEK RD.
IMPROVEMENTS
5
k
b
Y
§ KrncECT VICINITY MAP Exhibit A
„�^�� � (NOTTO'SCALE)
�0�°CabF�nd1q FQ
.E TEPE N0.276.1 7SPL9 N0.IOU9701
O 505 EAST HUNTLANO DRIVE.SUITE 100
a
`s RU57LU.TEXAS 51202
El)
51Z57d.97951 FA%i1203d,7277
VWUN..00SSFENDLEY.COM
INDEX OF SHEETS OWNER INFORMATION
C l TITLE SHEET OWNER:
C 002 GENERAL NOTES CITY OF ROUND ROCK.TEXAS
C-101 KEYM ILL 1 A M S 6N 2W8 ENTERPRISE DRIVE
..
G10 PROPOSED
ED VENT RELOCATION C O'U N l`Y ROUND ROM TEKAS78554
G102 PROPOSED WASTEWATER MANHOLE ADJUSTMENTS 1848 CONTACT'
'
G501 STANDARD DETAILS-SHEET 1 JEFF BELL
G502 STANDARD DETAILS- SENIOR PROJECT MANAGERS•SHEET2 512218=7075
WILLIAMSON COUNTY DESIGNER:
GREAT OAKS AT BRUSHY CREEK WW MANHOLE A�,� 875 S�' '�
ADJUSTMENTS CONTACT
s STANLEY FEES,P.E.
5124Wb9798
TOTAL NUMBER OF WASTEWATER MANHOLE ADJUSTMENTS;3
TOTAL NUMBER OF VENT PIPE RELOCATIONS:1
PROJECT LIMITS: HAIRY MAN ROAD STA 195+00 TO 206+00 90°jo SUBMITTAL
5
R ADJUSTMENT OF EXISTING SANITARY SEWER MANHOLES NOT FOR
a
N ) CONSTRUCTION
a
I 3- SUBMITTED FOR REVIEW.
5 N.
HAIRY MAN RD. I wferreasfu un
� END HAIRY IMANHOLE
`a .AD:USi7dENTS ANDVENT RD USITY
REIOCATlON �^�
JBR t+r�
' CREEK RD.
y� IMPROVEMENTS
STAN.EY FEES.F.E. DATe
BRUSHY :COBS FENDLEY,INC.
' CREEK.Rp. SAM BA4S RD
A M
F APPROVALS:.
t
CREEK fiEND.BLVO:
�r�R.
t BEGIN a ! CITY CF ROUND ROCK FJUS DATE
4 HAIRY MAN .-
RDJBRUSITY
CREEK RD.
IMPROVEMENTS
os _..._ VICINITY MAP Exhibit A
fn e.asi�_rrn-vnrra. ....tiD'maee�ul`seo�eM� wpII wee (NOT TO SCALE).
®®o cobbEss4ley
S TSPE NO.276 1 TRPLS NO,1OW701
x 505 EAST HUNTL ANO ORME,SUITE 1 DO
2 AUSTIM TEXAS 79752
512-634.97981 FAX S12591,7M
VNWJ.COBBFENDLEY.COM
`
EXHIBIT
E
o CobbFendley
i TBPE Fin RegWrallon No.274
1
Proposed Scope.of Services
Great Oaks-Brushy Creek Wastewater Manhole Adjustments
CobbFendley will provide design, bid, and construction phase services for the major and minor manhole
adjustments for 23 manholes along Great Oaks and Brushy Creek in Williamson County. This project is assumed
to follow the same timeline as the Hairy Man Rd Wastewater Line Relocation project, but this project requires extra
coordination with the City of Austin Water Utility(AWU) department, so these meetings and efforts are included in
i this proposal. Below is a detailed scope of services.
i
i
I. Design Phase
I
Duringi the Design Phase, CobbFendley will prepare plans and compile specifications for the construction of
i the utility adjustments. This assumes that traffic controls and erosion controls will be included in the roadway
set of plans for Great Oaks at Brushy Creek. If either are required at a later date,this will result in a change of
scope.
A. Plans. The design phase assumes a 30%.schematic layout, 906/6 design plans, and 100% final submittal
to the Brushy Creek Stakeholders.
a. 30% Deliverable.An 11x17 exhibit with aerial background and location map of proposed manhole
adjustments will be provided to Brushy Creek stakeholders. This assumes the deliverable will be
sent to Williamson County and the City of Round Rock electronically for review and that no
meetings.will be necessary. This assumes the plans will be distributed to the appropriate review
entities for their input, except for AWU;which CobbFendley will handle.
i. Date gathering. Obtain plans and. electronic files for roadway and topographical
i information. This: proposal assumes that the survey information will be provided by
Williamson County with flowlines of manhole inverts.
I ii. AWU Meeting. CobbFendley will coordinate a meeting with the AWU staff to submit the
I plans and hold a meeting to go over the concept and invite comments from the AWU staff.
b. 90% Deliverable. CobbFendley will prepare design plans for submittal to the Brushy Creek
stakeholders at 90% completion, incorporating the 30% comments. We anticipate the following
sheets to be included in our design set.
i. General Notes. Assemble a set of general notes using City of Round Rock and TCEQ
standards.(1 Sheet).
ii. •Overall Layout Sheet(1 Sheet). Prepare an overall reference sheet to scale
I iii. Plan View Manhole Adjustments(4 Sheets).Prepare plan view manhole adjustment sheets
for the proposed wastewater line manholes as identified in the attached layout sheets.
iv. Detail Sheets. Prepare detail sheets showing standard construction details and special,
project-specific details.Assumes 2 sheets.
c. 100% Deliverable. CobbFendley will prepare design plans for submittal to City of Round Rock.at
100% completion, incorporating the 90% comments. This is assumed to be the final submittal for
this project scope.We anticipate the following sheets to be included in our design set.
i. General Notes. Assemble a set of general notes using City of Round Rock and TCEQ
i standards. (1 Sheet)
ii. Overall Layout Sheet(1 Sheet). Prepare an overall reference sheet to scale
iii. Plan View Manhole Adjustments(4 Sheets).Prepare plan view manhole adjustment sheets
for the proposed wastewater line manholes as identified in the attached layout sheets.
iv. Detail Sheets. Prepare detail sheets showing standard construction details and special,
project-specific details.Assumes 2 sheets.
Note: Erosion and Sedimentation Controls and Traffic Controls are assumed to be included in the
Roadway PS&E and are not included in this estimate:
Specifications. CobbFendley will assemble standard technical specifications to be included in the roadway
contract documents. A full set of utility specifications required will be provided with the 100%submittal for
the wastewater manhole adjustments. City of Round Rock standard technical specifications will be used
for this project. This proposal assumes that front end/contract documents will be prepared by others.
C. Quantity Take-Off.. CobbFendley will perform a quantity take off and prepare a bid form. A quantity take-
off will be performed at the 100%submittal. Bid items to be included in the bid form will be prepared by the
roadway consultant.
Exhibit B
( Cobb, Fendley&Associates, Inc. Page 1 of 3 Nov 4,2018
I
i
t
I
i
Great Oaks-Brushy Creek WW MH Adjustments Scope of Services
I
D. Cost Estimate. CobbFendley will prepare an opinion of probable construction cost for the 100% (+/-5%)
submittal. Cost estimate will not be provided at 30%.
E. QA/QC. CobbFendley will perform internal quality control reviews on the plans and specifications prior to
each submittal to Brushy Creek.
F. Prepare 2 submittal packages. CobbFendley will assemble plans and specifications and submit to Brushy
Creek and AWU for review. This proposal assumes there will be a 30% Schematic Plan set as discussed
above, 90%progress set, and 100% Final Bid Set submittal. We will provide three(3)sets of 11°x17"size
plans and specifications and electronic package for each submittal.
G. Respond to comments. CobbFendley will review comments provided by City of Round Rock and Brushy
Creek and prepare a written response to the comments for inclusion with the subsequent submittal.
H. Meetings with AWU (2). This proposal coordination for the project and two (2) submittals to the AWU for
' their approval. If the correspondence, meetings, and revisions required by the AWU exceeds these listed
in this scope of services,then additional services will be required.
I. Approvals. Coordinate with City of Round Rock Engineering Department, Brushy Creek stakeholders,and
AWU to obtain required approvals for construction. This proposal assumes that permits, not associated
with the manholes identified in this scope of services,will be obtained by others.
Design Engineering Phase services will be performed for a fee of $35,294.00 plus approximately $533.00 in
expenses. This assumes that no TCEQ permitting will be required for the Manhole adjustments or manhole with
CIP base installed on the existing line.The submittals to City of Austin are assumed to be three submittals: 30%,
90%, and 100%. If additional comments are generated after the 100%, additional services will be required.
11. Bid Phase
CobbFendley will assist in the bidding of the project. This proposal assumes that the utility relocation bid items
will be included in the roadway project bid and CobbFendley will provide assistance as related to wastewater
relocations only. This proposal also assumes that the Owner will engage a bidding assistance center for the
distribution and management of plans during bid phase. Distribution of plans and maintenance of a plan holders
list is not included in this proposal. Below is a detailed scope of services for bid phase:
A. Attend pFe--b*d- A-enferenr.e. Meeting agenda and rninutes prepaFed by others.
B. Respond to contractor's questions during bidding process.
C. Prepare addenda(assume 1)to address contractor questions. 'Distribution by others.
D. Review bid tabs.
E. RLAWRW rnniFAGt0F FeGGFnmefidatiGn. It is assumed the contractor will be selected by the prime engineer
and County Bond Manager.
Bid Phase services will be performed for a fee of$1,550 plus approximately$15.00 in expenses.
111. Construction Phase
CobbFendley will provide limited construction administration and observation assistance to the project and
Brushy Creek. This proposal does not include inspection services. This proposal assumes construction
duration of two(2)months. All scopes of services in this proposal are related to wastewater utility relocations
only. Below is a detailed scope of services for construction phase:
A. Attend preconstruction meeting.
B. Attend one(1) meetings when utility adjustments are in process.
C. Attend periodic site visits. Assume one(1)site visit(not coincident with progress meetings).
D. Review project submittals/shop drawings. CobbFendley will review each submittal up to two (2)times. If
the Contractor requires a third submittal, it will be reviewed as an additional service and at the Contractor's
expense, as will be written in the contract documents. This proposal assumes 12 submittals.
E. Respond to Requests for Information(RFI). CobbFendley will coordinate with City of Round Rock, Brushy
Creek,and the Contractor on RFIs and respond with clarifications as needed. This proposal assumes one
(1)RFI.
eFdeF documents should they be new Thio PF9pesal assumes e(4) Ghange eFder. '.
Exhibit B
Cobb, Fendley&Associates, Inc. Page 2 of 3 Nov 4,2018
F:
Great Oaks-Brushy Creek WW MH Adjustments Scope of Services
i.
i
i
G. Final Walk Through and Punch List. CobbFendley will attend the final walk through and coordinate with
i the assigned project inspector on the punch list items.
j H. Project Close Out. CobbFendley will assist City of Round Rock and Brushy Creek on closing out the
contract, reviewing final pay application and affidavits, and preparing a Concurrence Letter.
I. Record Drawings. CobbFendley will prepare a set of record drawings based on Contractor's redlines in the
i field.
The following items are not included in construction phase services:
A. Review of pay estimates.
j B. Review of change orders.
II C. Additional construction phase services periodic site visits are limited to one (1). If additional visits are
required,then this will result in additional services.
D. This Construction Phase Services assumes that one project inspector amongst the stakeholders will
be assigned and there will not be coordination amongst the various stakeholders during construction.
This assumes that the City of Austin coordination during construction will not be required.
Construction Phase services will be performed for a fee of$5,828.00 plus approximately$323.00 in expenses.
Great Oaks-Brushy Creek
Wastewater Manhole Adjustments
Task Labor Expense Total Fee
Design $35,294.00 $533.00 $35,827.00
Bid $1,660.00 $15.00 $1,565.00
Construction $5,828.00 $323.00 $6,151.00
Total $42,672.00 $871.00 $43,543.00
i
M
Exhibit B
Cobb, Fendley&Associates, Inc. Page 3 of 3 Nov 4,2018
Con'.ract No: Great Oaks-Brushy Creek Work AuLhortation No.
W2stew.,ate.r Manhole Adjustments Supplemental No.
Hours Expenses
$235.00 $160.00 i $125.00 $135.00 $110.00 S72,00 S0.550 $12.000 S0.150
per hour per hour perhour perhour oerhour per hour permle pereacti oer sheet
Senior sonio r Total
Tack Proj Engr UI Proj Engr I Technician U Clerical Mileage Delivery Copies Total Budget
Engineer Technician Hours
oesl^n Phase
A.Plans I 0 S0.00
a.30V Deliverable 200 0 $0.00
i.Data Gatne in 4 24 28 S3 640.00
"r,.AWU Meeting 4 4 100 a S1,140.00
b.90%Deliverable 0 S0:00
i.General Notes 1 sheet', 2 2 4 S570.00
ii.Overall Layout Sheet(1 sheet) 2 a 10 $1.320.00
M.,Plan View MH Adjustment Sheets 4 4 40 44 $5.640.00
iv.Detail Sheets r2 sheets 4 12. 16 $2 140.00
c.100%Deliverable S0.00
L General Notes 1 sheet 2 4 6 $820.00
I Qverall La,=t Sheet 1 sheet 2 8 1 $1,320.00
iii..Plan View MH Adjustment Sheets 4 4 24 28 $3.646.00
iv.Detail Sheets f2 sheets 2 6 8 $1.070.00
B.Specifications 2 4 _ S $620,00
C.Quanti •Take-Q;JBid Form 2 4 6 5820.00
D.Cost Estimate 2 4 6 $820.00
E.CA/QC 6 6 $1,410.00
F.Submittal packages 2 6 12 4 2000 20 S2.760.00
G.Respond to Comments 4 16 20 $2 640.00
H.Meetings with.City of Austin Water UtliN 4 4 1 200 8 St 140.00
1.Aporovals 12 12 2 200 26 S3 564.00
Hour Sub Total 6 64 188 0 0 1 2 200 4 2500 1 260
Subtotal Labor Cosh S1.410M $10.240.00 S23.500A0 1 $0.00 SD.)0 1 $144.00 S110.00 SUM S375.00 535,294.00
Subtotal Expense Costs $533.00
Bid Pha=e
A.Pre-bid conference 0 $0.00
B.Resoond to contractors'questions 2 2 4 $570.00
C,Prepare addenda 9 2 2 100 4 $570.00
E.Review bU tabs - 1 2 3 S410.W
F. Review Recommendation of Award 0 S0.00
I
I
Hour SubToal 0 5 6 0 0 0 0 1 0 100 1t
Subtotat Labor Costs $0.00 $800.00 $750.00 50.00 $0.00 $0.00 1 $0.00 1 S0,00 1 $15.00 151.550.00
Subtotal Expense Costs - 515.00
Great Oaks-Brushy Creek Exhibit B
Wastewater Manhole Adjustments Page 1 of 2 Oct 3 2018
Contract No: Great Oaks-Brushy Creek Work Authorization.No,
Wastewater b9anholeAdj4stmenis Supplemental No.
Hours Expenses
$235.0o $160.00 $125.00 $135.40 5.110.00 $72.00 $O.MO I $12.040 $0.150
oerhoLr per hour erhour erhour oar hour per cermile tier each ersheet
Task Sentor Proj Engr UI Proj Engr I Senior Technician U. Clwk.l Mileage Delivery Copies Total Total Budget
n E ineer Technician Nouns
Consiru=ion Phase
I
A.Attend preccristrualion meeting 2 70 $320M
B.Attend crocress meetin s 1 2 140 $320.00
C.Attend site Visits 1 2 $320.00
D.Review subm ttals(101 5 10 4 4 S2 498.00
E.Resoond to RRs 1 2 2 4 1 40 5570.00
F..Chance orders 0 2 1 10o SOM
G.Final watk-throw h .2 70 $320.00
H.Pro ect closeau: 2 5320.O0
I.Record drawn s 1 8 - 1 3 $t 160.00
Hour Sub Total 0 19 20 0 0 4 280 11 143 1 0
Subtotal Labor Costs $0.00 $3040.00 $3200.00 $4.OD $0.00 $2 mnn $154,00 Si32A0 S2i.45 30— $5.828,00
Subtotal ense Costs
5323,00
Task Labor Expense Total Fee
Desicn S35294.00 5533.00 S35827.00
Bid $1550.00 '$15,D0 51.565.00
Construction I S5.828.00 5323.04 $6.151.00
Total I 542672.00 $871A0 S43543,00'
f
Great Oaks-Brushy Creek Exhibit B
Wastewater Manhole ACpystments Page2 of 2 0--3 2018
Williamson County
Great Oaks/Brushy Creek-WWMH Adjustments
Preliminary Opinion of Probable Cost
October 29,2.018
Item Description Quantity Unit Unit Cost Total Cost
506-WW Major Manhole Adjustment,All Dia.,Complete in 5 EA $ 3,000.00 $ 15,000.00
Place
506-WW Minor(Manhole Adjustment,All Dia.,Complete in 18 EA $ 2,000.00 $ 36,000.00
Place
506-WW Standard Precast Manhole w/CIP Base, 6'Dia. 1 EA $ 8,000.00 $ 8,000.00
510-WW Connection to Existing Wastewater Line 2 EA $ 2,000.00 $ 4,000.00
SP.506-WW Interior Sealant,4' Dia. Exist. Manhole 345 LVF $ 100.00 $ 34,500.00
Subtotal $ 97,500.00
Contingency(25%) $ 24,375.00
Grand Total $ 121,876.00
MiT
Exhibit C