Contract - Williamson County - 10/24/2019 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".
'�J 96e01 aea-cc02-4725-b760-1 a053e6c9Oab
201 !Q-C-174ls-
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 maj eure.
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.
nJ'
Executed to be effective this 24 day of , 2019 (the"Effective Date").
(SIGNATURES ON FOLLOWING PAGES)
3
WILLIAMSON COUNTY
By: fQ%
William Gravell, Jr., County Judge
Date:
Attest:
Nancy Riste , yty
ler
ROUND ROCK,TEXAFy
By: T
Craig Morgan,May
Date:
Attest:
!7,Nhite, City Clerk
WILLIAMSON COUNTY
By:
William Gravell, Jr., County Judge
Date:
Attest:
Nancy Rister, County Clerk
RO RC JK,TEXAS
By:
r W Rl'r 13A�SE,M KE`�o�t.�t�R�TEIYI
Date: p,04, b q
Attest:
4
SHEET INDEX OWNER INFORMATION
t M,mWt �t iJh
c-act cwEA OWNERr
C-OO2 COOZAL NOTES w CITY OF ROUND ROCK,TEXAS
�p�
C-too KEY MAP a Y l L L.I'A M:S O 2008 ENTERPRISE DRIVE
c-tot PWFOSED WASiElt'A7ER MSKHOLE AClUSHENiS-SHEET 1 COUNTYROUND ROCK,TEXAS 78664-
C-102 PROPD=wASMNATER MANHOLE ACtUS MOM-SKEET 2 1848 CONTACT.
c-105 clmaosm WASTEITATFR MANHOLE AramuDvts-sHEEi} JEFF BELL
SEN10R PROJECT MANAGER
fi 0-104 PROPOSED WASTMAtER MANHOLE Ar.PjS{UaM-SHM 4
g 612-2113.7076
C-705 PROPOSED YE PELSHM-. WILLIAMSON COUNTY
-501 sTANDARO oETATA sHEc ns- t OcSiGNeR:
-502 ST uom D-DAS-SHEET z COBS FENDLEY
HAIRY MAN ROAD WASTEWATER MANHOLE HUNTIAND DR.-M752 UITE100
AIJSTIN;TEXAS 78752
ADJUSTMENTS CONTACT:
STANL£Y FEES,P.E.
512-834-9798
S TOTAL NUMBER OF WASTEWATER MANHOLE ADJUSTMENTS:22
TOTAL NUMBER OF VENT PIPE RELOCATIONS:2
PROJECT LIMITS: HAIRY MAN ROAD 90%SUBMITTAL
$ ADJUSTMENT OF EXISTING SANITARY SEWER MANHOLES
NOT FOR
t N 'j I CONSTRUCTION
�y< r SUBMITTED FOR REVIEW:
o HAIRY MAN RD.>� Piroau Otll:ry
,i END HAIRY MAN
MANHOLE ADJUSTMENTS RDIBRUSMY �..�-�+.
n RELouRDN CREEK RD. E
� '' IMPROVElAENTS
SOSSFE OLEYS.P.E. pg7E
BRUSITYCREEXRD, ` COBB FENOLEY,INC.
3 SAM-BASS RD
P 1
A.-PROVALS:
cRBE+c eErrD BLVD.
REAT OAKS D.Q. '
s BEGiNY CITY OF ROUND ROCK;TEXAS GATE
.� HAIR MAN
RDJBRUSITY
-�� CREEK RD.
IMPRROOVEMENTS
w
s
3
VICINITY MAR Exhibit A
s (NOT TO SCALE) INS
Co�b����
icy
TePeNb rTePLsrro.aooas7ot
3 EXHIBIT
505 EAST HUNTLAND DRIVE,SURE 7O0
`s AUSTLN,TEXAS TOTS.+
Tn 572BDi9798(FAX 5728U.7277
O) WJYYV.COBBFENOLEY.COM
a
INDEX OF SHEETS w
OWNER INFORMATION
C-002 TITLE OWNER:
G002 GENERAL NOTES CITY OF ROUND ROCK TEXAS
C-100 KEYMAP W I L L I A M S O N 2008 ENTERPRISE DRIVE
C-101 PROPOSED VENT RELOCATION C iO`U N TYY ROUND ROCK.TSCAS78664
C-102 PROPOSED WASTEWATER MANHOLE ADJUSTMENTS 1846 CONTACT:
'
C-5022 STANDARD DETAILS-SHEET JEFF BELL
C-50 STANDARD DETAILS SHEET 2 SENIOR PROJECT MANAGER
512.218.7076
WILLIAMSON COUNTY DESIGNER:
COBB FENDLEY
GREAT OAKS AT BRUSHY CREEK WW MANHOLE AS E.TIN.TDLA 78752 SUITE
AUSTIN,TEXAS 78752
a ADJUSTMENTS CONTACT.STANLEY FEES,P.E.
S7&83-9798
a 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% SUBMITTAL
s ADJUSTMENT OF EXISTING SANITARY SEWER MANHOLES NOT FOR
N CONSTRUCTION
' 3 SUBMITTED FOR REVIEW.
s'" L• I �% HAIRY MAN RD.,, �a rWr.rr
END HAIRY MF N """^°""""'•s MANHOLE
ADJUSTMENTS ANOVENT RELOCATIONS .RDJRD.78RBRUSITY RD.
.. IMPROVEMENTS e+ +~ryry
COABBB FFEENDLEEY,I P.C. DATE
.BRUSHY CREEK.RD" SAM BASS RD
C APPROVALS:
CREEK SEND.BLYO:
- n
�'GREAT OAKS
BEGIN �Fk / CIfYOFROUNDROCK:TEXAS DAfE
HAIRY MAN
RDjBRUSITY _
CREEK RD,
IMPROVEMENTS
h�
T
i
VICINITY MAP t
,a Ews,a.aeeamc. ,�"o eye ia`vern�`iiO° (�w'wtf NOT TO SCALE} �hlul� A
e CobbFe4ey
6 TOPE NO.27C 7 TEPLS NO,100467M
tl 505 EAST HUNTLAND DRIVE,SUITE 100
L
AUSTBJ,TEXAS
572,63a,II7Se l FAX 512XU,2.69d,7Z-,7
1MMN.COBBFENDLEY.DOM
EXHIBIT
Ono
on
CobbFendley
TBPE Fimi Reglslraflon No.274
i'
i
F
Proposed Scope of Services
Great Oaks-Brushy Creek Wastewater Manhole Adjustments
t!
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
t
this proposal. Below is a detailed scope of services..
I. Design Phase
During the Design Phase, CobbFendley will prepare plans and compile specifications for the construction of
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, 90% 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
information. This: proposal assumes that the survey information will be provided by
Williamson County with flowlines of manhole inverts'.
ii. AWU Meeting. CobbFendley will coordinate a meeting with the AWU staff to submit the
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
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
I 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
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 I
Roadway PS&E and are not included in this estimate.
B. 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
j(
I !
I
1
Great Oaks-Brushy Creek WW MH Adjustments Scope of Services
111 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
i above,90%progress set,and 100%Final Bid Set submittal. We will provide three(3)sets of 11"W"size
I 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.
1. 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. Aftend pi:e-hid nonfeire-pG-e. Meeting agend-a and- minutes prepared 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. anFaeadatien: 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.
III. 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 RFls and respond with clarifications as needed. This proposal assumes one
(1)RFI.
e .
Exhibit B
Cobb, Fendley&Associates,Inc. Page 2 of 3 Nov 4,2018
tk
F
k
Great Oaks-Brushy Creek WW MH Adjustments Scope of Services
E
I
G. Final Walk Through and Punch List. CobbFendley will attend the final walk through and coordinate with
the assigned project inspector on the punch list items.
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 I. Record Drawings. CobbFendley will prepare a set of record drawings based on Contractor's redlines in the
field.
The following items are not included in construction phase services:
A. Review of pay estimates.
B. Review of change orders.
i C. Additional construction phase services periodic site visits are limited to one (1). If additional visits are
I 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 $1,550.00 $15.00 $1,565.00
Construction $5,828.00 $323.00 $6,151.00
Total $42,672.00 $871.00 $43,543.00
I
Exhibit B
Cobb, Fendley&Associates, Inc. Page 3 of 3 Nov 4,2028
Contract No: Great Oaks-Bn:sRy Creek Work Authorimation No.
Wastewater ManholeAd;ustments Supplemental No.
Hours Expenses
$235.00 S160.00 $125.00 $135.00 $110.00 572.00 s0.5s0 S12.000 SO.150
Der hour Der hour Der hour Der hour Der hair per hour per mle per each Dersheet
Savior Senior Total
Task Proj Engr UI Proj Engr I Technician U Clerical Mileage Delivery .Copies Total Budget
En ineer Technician' Hours
Oesirn Phase
I
A.Plans 0 $0.00
a.30%Deliverable 200 0 SO.00
i.Oata Gathering4 24 28 S3640.00
ii.AWU filleetinq 4 4 100 8 S1.140.00
b.90%Deliverable 0 S0.00
L General Notes 1 sheet) 2 2 4 $570.00
5.Overall La rout Sheet'(1 sheet) 2 8 10 $1.320.00
Z..Plan View MH Ad'ustrnenlSnees(4 a 40 44 $5.640:00
iv.Detail Sheets 1`2 sheets) 4 12 16 $2.140.00
D.t00%Deliverable SO.00
L General Notes 1 sheet 2 4 6 $820.00
n.Overall Lavcut Sheet 1 sheet 2 8 Sl M0.00
lii..Plan View MH Adjustment Sheets 4 4 24 28 $3,640.00
iv.Data''Sheets t2.shees 2 6 8 $1,070.00
B.SDecificatiors 2 4 a $820.00
C.Quantity Take-Oft(Bid Form 2 4 6 $820.00
0.Cost Estimate 2 4 6 S820.00
E.QA QC 6 6 S1.410A0
F.Submittal Packages 2 8 12 4 2000 20 S2 780.00
G.Res and to Comments 4 16 20 $2.640.00
H.Meetin s with Chy of Austin Water Utility 4 4 200 B $1 14C.00
I.Approvals 12 12 2 200 26 S3 564.D0
Hour Sub Total 6 64 18e 0 0 2 200 4 2500 1 260
Subtotal Labor Coss- $1.410.00 $10.240.00 S23,500.00' $0.00 $0.00 S144.00 S110.00 S48.00' S375,00 I S35294.00
Subtotal Expense Coss S533.00
BEd Phase
A.Pre-bid conference
0 $0.00
B.Resoond!o rantraD!ars'auestions 2 2 4 S570.00
C_Prepare addenda 1 2 2 "too 4 S570.00
E.Review bid tat* 1 2 3 S41 OM
F. Review Recommendation of Award 0 $0.00
I
Hour Sub Total 1 0 5 6 0 0 0 0 I 0 100 1 It
Subtotal Labor Costs 1 $0.00 $800.00 1 $750.00 1 MOO I SO.00 1 $0.00 1 $0.00 1 SO.00 S15,00 1 $1.550.00
Subtotal Expense Costs $15.00
Great Oaks-Brushy Creek Exhibit iB
Wastewater Manhole Adjustments Page 1 of 2 Oct 3 2018
Comract No: Great Caks-Brushy Creek Work Authorization No,
Wasteirrater ManholeAdi4stmens Supplemental No.
Hours Expenses
$235.00 5160.00 - 5125.00 5135.00 S110.00 S72.00 $0.550 $12.000 so.ISO
aerhour er hour er hour er hour oerhour per hour per rifle Der each ersheet
Senior Senior Total
Task praj Engr III Proj Engr•I' Technician U Clerical Mileage Delivery Copies Total Budget
En ineer Technician Hours
Construction Phase
I
A.Attend preconstiucion meeting 2 70 $320.00
B.Attend progress meetings 1 2 140 $320.00
C.Attend site visits 1 2 $320.00
a"""
10 & 10 4 4 S249B4O0
E.Resoond tD RFls 1 2 2 4 40 S570.00
F.Chanoe orders 0 2 100 SD.00
G.Final walk-throw h .2 70 - $320.00
H.Pro ect dose-out 2 S320.00
I.Record drawin s 1 8 .- 1 a S7 160.00
Hour Sub Total 0 19 2D 0 0 4 1 280 11 143 0
Subtotal labor Costs S0.00 S3040.00 1 $3200.06 S0.00 $0.00 S288.00 $154.00 S132.00 $21.45 S0.00 S5.e2a.00
Subtotal Expense Costs S32100
Task Labor Expense Total Fee
Design $35.294.00 5533.G0 S35,627.CD
Bid I S1550.00 S75.00 $1.565.DD
Construction I S5,82B.00 S323.00 56.151.00
Total I S4 672.00 S871.00 543.43.00
Great Gaks--Bushy Creek
Exhibit B
Wastewater Manhole Adjustments Page 2 oi'2 Oct 3.2018
Williamson County
Great Oaks/Brushy Creek-WWMH Adjustments
Preliminary Opinion of Probable Cast
October 29,2018
Item Description I Quantity J Unit I Unit Cost Total Cost
506-WW Major Manhole Adjustment,All Dia.,Complete in 5 EA $ %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 $ 8,000.0o $ 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%) $ 24,376.00
Grand Total $ 121,875.00
d
a
a
Exhibit C