Loading...
Contract - Studio 16:19, LLC - 3/12/2020 SUPPLEMENTAL AGREEMENT NO. 1 TO "CITY OF ROUND ROCK AGREEMENT FOR LANDSCAPE ARCHITECTURAL SERVICES RELATED TO THE SOUTH MAYS GATEWAY ENHANCEMENT PROJECT WITH STUDIO 116:19, LLC" CITY OF ROUND ROCK § STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TRAVIS § COUNTY OF WILLIAMSON § THIS SUPPLEMENTAL AGREEMENT NO. 1 to "City of Round Rock Agreement for Landscape Architectural Services related to the South Mays Gateway Enhancement Project with Studio 1 16:19, LLC," hereinafter called "Supplemental Agreement No. 1," is made by and between the City of Round Rock, Texas, a home-rule municipality, whose offices are located at 221 East Main Street, Round Rock, Texas 78664 (hereinafter referred to as the "City") and Studio 1 16:19, LLC, whose offices are located at 1717 North IH-35, Suite 308, Round Rock, Texas 78664 (hereinafter referred to as "Consultant"). WHEREAS, the City and Consultant executed the referenced "City of Round Rock Agreement for Landscape Architectural Services related to the South Mays Gateway Enhancement Project," hereinafter called the "Agreement" on December 7, 2018; and WHEREAS, it has become necessary to amend the Agreement to modify the provisions for the scope of services and to increase the compensation by $103,937.00 to $127,087.00; NOW THEREFORE, premises considered, and in consideration of the mutual promises and obligations in the Agreement and this Supplemental Agreement, the City and Consultant agree as follows: I. Section 2.0 PROPOSAL FOR SERVICES shall be amended as follows: For the purposes of this Agreement, the City agrees to furnish the Consultant the information set forth and appended to this Agreement as Exhibit "A" and the Addendum to Exhibit "A" titled "City Services," incorporated here in by reference for all purposes. For purposes of this Agreement Consultant issued its proposal for services, such proposal for services being attached to this Agreement as Exhibit "B" and the Addendum to Exhibit`B" titled "Scope of Services," incorporated herein by reference for all purposes. 00440294/ss2 II. Section 3.0 SCOPE OF SERVICES shall be amended as follows: Consultant shall satisfactorily provide all services described herein and as set forth in Exhibit"B" and the Addendum to Exhibit "B." Consultant shall perform the Scope of Services in accordance to the Work Schedule set forth in Exhibit "C" and the Addendum to Exhibit "C," attached hereto and incorporated herein for all purposes. III. Section 4.0 LIMITATIONS TO SCOPE OF SERVICES shall be amended as follows: Consultant's undertakings shall be limited to performing services for City and/or advising City concerning those matters on which Consultant has been specifically engaged. Consultant and City agree that the Scope of Services to be performed is enumerated in Exhibit "B" and the Addendum to Exhibit `B." IV. Section 5.0 CONTRACT AMOUNT shall be amended as follows: Not-to-Exceed Fee: In consideration for the professional consulting services to be performed by Consultant, City agrees to pay Consultant a amount not to exeeed Twenty-Three Thousand One Hundred Fifty and No/100 (23,150.00) plus an additional One Hundred Three Thousand Nine Hundred Thirty-Seven and No/100 ($103,937.00) added by this Supplemental Agreement No. 1, for a total not-to-exceed amount of One Hundred Twenty-Seven Thousand Eighty Seven and No/100 Dollars ($127,087.00), in accordance with Exhibit "D" and the Addendum to Exhibit "D," entitled "Fee Schedule," which document is attached hereto and incorporated herein by reference for all purposes, in payment for services and the Scope of Services deliverables as delineated in Exhibit "B" and the Addendum to Exhibit"B." V. This First Supplemental Agreement shall amend the original Agreement only as set forth herein with no other changes in terms of conditions of the original Agreement. [Signatures on the following page.] 2 IN WITNESS WHEREOF, the City and Consultant have executed this Supplemental Agreement No. 1 to be effective as of the last date of due execution by both parties. CITY OF ROUND ROCK, TEXAS STUDIO 116:199 LLC By: By: Printed Name: Q Printed Name: Title: G Title: N }� C-�IN►C�, 1 t G'P 1.... Date Signed: J Date Signed: oz- Z'+- ZOZd ATTEST: By: um Sara L. White, City Clerk FOR CITY, APPROVED AS TO FORM: By: m L5Z- Udt Stepha L. Sheets, City Attorney 3 T tit project# 18.452 SA01 EXHIBIT A Round Rock S. Mays Gateway Enhancements CIN SERVICES A.1. Information The Client shall provide available data about the site and other information on which the design is to be based as well as Client's budget parameters for the Project. The Consultant shall be entitled to rely on the accuracy and completeness of information provided by the Client.Available data is including,but not limited to,ALL Project information,prior work/studies,boundary surveys,tree surveys,AutoCAD base files,reports(geological,geotechnical,&/or environmental),and any other related items requested by the Consultant. A.2 Budget The Consultant shall reasonably strive to propose designs and prepare documents consistent with the Client's budget parameters. If provided by the Consultant as a part of the Scope of Services, opinions of probable construction costs are based on the Consultant's familiarity with the construction industry and are provided only to assist the Client's budget planning. Such opinions shall not be construed to provide a guarantee or warranty that the actual construction costs will be within the Project budget parameters at the time construction bids are solicited or construction contracts negotiated. A.3 Approvals The Client's decisions,approvals,reviews,and responses shall be communicated to the Consultant in a timely manner so as not to delay the performance of the Consultant Services. A.4 Project Permit and Review Fees Permit&Agency Review Fees are NOT included in Consultant Compensation. The Client shall pay ALL permit&agency review fees,if required,to secure jurisdictional approvals for the Project. A.5 Engineering Review&Support Transportation Engineering Design/ Review is NOT included in Consultant Scope and/or Compensation. The Client shall provide internal resources/support for the Consultant shall these services become required to secure approvals for the Project or issue a supplemental agreement for Consultant to secure these services on behalf of the for this Project. The Client shall provide, if required, coordination and support to Consultant with application and submittal of a Small Site Notice&Notice of Intent(NOI) for compliance with TCEQ requirements if required for the Project. january 31, 2020 design collaborate solve impact 16: 1q project# 18,452 SAO] EXHIBIT B Round Rock S. Mays Gateway Enhancements PLANNING & LANDSCAPE ARCHITECTURE SERVICES This Supplemental Number 01 is made effective upon execution of this Agreement under the terms and conditions established in the PROFESSIONAL CONSULTING SERVICES AGREEMENT,effective December 07. 2018 by and between studiol 6:19, LLC, (the"Consultant") and City of Round Rock Texas (the"Client"), and S. Mays Gateway Enhancements (Nash to Hesters Crossing) - Round Rock, TX (the "Project"). This Supplement is made for the Scope of Work as identified in "EXHIBIT B", herein and supersedes all other agreements pertaining to this Project, either written or oral. 13.1. Standard of Care Landscape Architectural & Planning Services shall be performed with care and diligence in accordance with the professional standards applicable at the time and in the location of the Project and appropriate for the nature and scope of this Project. 13.2. Scope of Supplemental Services Consultant Services to be provided under this Agreement are: ■ In collaboration with the Client, the Consultant will provide landscape architecture and planning services for the Project. ■ The Consultant will utilize the scope of work and deliverables from the Preliminary Vision Phase including the following: o Preliminary Visioning Package-South Mays Gateway Enhancements(Mar 2019) o Preliminary Visioning Priority Ranking Matrix(fun 2019) o Priority Ranking Budget Development(Tier I&Tier 2-July 2019) o Priority Ranking Budget Refinement(Tier IB-Dee 2019) to further develop schematic/design development plans for the "kit-of-parts"for the items identified below for the gateway corridor enhancements for the proposed Project limits within the CORR R.O.W from Nash Street to Hester's Crossing along the S.Mays Corridor: PHASE: PRIORITY RANKING: TIER 113 BUDGETGOAL: approx$1.5m ITEM# ITEM DESCRIPTION APPROx QUAN UNIT 1.0 I Bus Stops(enhanced pedestrian respite from elements) I 5 I EA ._..__.__...__..........._........__.__._....._._..._....._...._........_.__......._._.._.._.....................__...__._...._._....___.__..__..— __ —.....___._..____—..__._...__..___.._ ._............_.........I__..__...______ _.._.__....._�._ 2.0 I Screen Ground Mounted Utilities w/Art Screen and/or Landscape Plantings I 19 EA _..................._..,......._.._....__.__....__....,................_................__._.....__._____.__..._.__..__.___..__...____.------------__...__...._._..................._...._....... ........_.._........................................__i....._...._...._)_.______....._.__... 3.0 I Provide Enclosed Dumpster Screens PPP 11 I EA I 4..0_......._....._i___Replace Dilapidated Wood Fence(s)at ROW(various locations) __.__.__.___....._.......__....__.___...._......_.....__._._PPP_..__._200_..__'_..._.LF_ �... 1 A Gateway Entrance Feature @ Hester's Crossing Including hardscape,public art,and SO landscape planting elements (a shift from TIER 2) I 1 I LS .._ .._.... _....... ...... . .. ......... ......................._....------........._....._..._.........................._................_......._..............__.._...._._......i . .-..__..._.....__......__...._....._........_.._.__...'T. 6.0 Remove Damaged Trees under power lines(various locations) I I 63 EA I I ..........._.__... .. t I 7.0 Provide New Overhead Utility compatable Shade Trees in R.O.W. 1 85 EA 1.._....___......................___._._._.__.__....._..._----........_... _...------._..__.._.__.._._....__. _..._.__..__.. ..._.._..._._.___.._...._...._.....IV _.._._._' __....__..___._.__._._.._........_.i —__._.._._._...._........_-._i_ 1 8.0 i Provide Limestone Column(s)unifying element-(a shift from TIER 2) 1 32 j EA ir. ... __ _....__...__.._._... _....................._....._....._...._........_..__..........---_.._....._,_.....__...—.. _,__....._......... r ._. Improvements to rear of Renaissance Square: I 9.0 I PPP i 820 I LF I Screen Wall additional w/Enhanced Landsacpe Plantings january 31, 2020 design collaborate solve impact pg 3 of 13 16:1q project# 18.452-SAO 1 In conjunction with the performance of the foregoing Services, The Consultant shall provide the following submittals/deliverables/documents to the Client/Client's Representative: SA01_04: Project Management o The Consultant will manage the Project design team activities associated with the Project. The Consultant shall secure resources necessary to produce the Project deliverables and meet the Project schedule. All communications associated with the Project will be directly channeled through the Consultant Project Manager for distribution to the Project team as appropriate.The Consultant's Project Manager will be responsible throughout the Project for Project management and all communications, with the Client's Project Manager. The Consultant also employs a reputable QA/QC process and requires that a portion of every Project budget be dedicated to this explicit service to ensure that the Client receives quality work and a quality product that meets and exceeds their expectation. SA01_05: Schematic/Design Development(30%) ■ The Consultant will create schematic/design development plans for the"Kit of Parts". The level of design is characterized as 30% complete design plans. The schematic/ design development plans will further define the character of the improvements and essentials of the S. Mays Corridor, including further description of limits, size, shape, form, materials, and finishes. During this Project task the Consultant shall: o Conduct preliminary meeting(s) and/or discussions with Client including Pre- development meeting with City Engineering/ Transportation Services/ Planning Department&DSO as required. o Prepare preliminary schematic/ design development plan set drawings. Design will utilize acquired survey&subsurface utility data within the defined Project limits as well as utilize TxDOT standard specifications supplemented with City of Round Rock details. o Prepare schematic/design development imagery and graphics of proposed"kit of parts" for the Project elements to compliment schematic/design development plans. o Participate in two working sessions with City staff. o Refine the Project Budget based Schematic/ Design Development drawing and will coordinate with Client on a final Project Budget for implementation. o Review 30%Schematic/Design Development document and Project budget with Client. SA01_06: Meetings/Public Engagement ■ The Consultant will assist the Client on the following: o Coordination meetings with Client/ public stake-holder designees, and Client/ Staff to discuss, evaluate, and coordinate on the Client's program to ensure the Preliminary Vision Document and Tier Ranking program elements are incorporated in the Schematic/Design Development documentation. Two(2)meetings are included. january 31, 2020 design collaborate solve impact pg 4 of 13 iq project# 18.452-SAO] o Formal Presentations of Design Progress & 30% Schematic/ Design Development documentation to Client, public stake-holder designees, Client/ Staff, and/ or Client/ Citizen Leadership. Two(2)meetings are included. SA01 Task 300: Land Surveying ■ Land Surveying Services, as required, to be provided by Inland Geodetics, LLC as a sub- consultant to the Consultant. The Project Surveyor scope of service shall include the following,but not limited to ROW to ROW plus 15 feet per side along South Mays Street from Hester's Crossing Blvd.to 200 feet north of Nash Street. The topographic design survey and ROW delineation will be further limited to augment and update previous survey work for the City of Round Rock in 2015 as part of the Gattis School Road intersection improvements.The Project will also utilize the ROW delineation surveys performed for the City of Round Rock for the transfer from State of Texas, TxDOT holdings to CORR jurisdiction. This survey will be updated and verified with research and field survey for any changes or additions to the existing ROW condition. SA01 Task 301: Subsurface Utility Location ■ Subsurface Utility Location Services, as required,to be provided by T2 Utility Engineers as a sub-consultant to the Consultant. The Project Subsurface Utility Location Consultant scope of service shall include Quality Level D&Level C for the entire corridor but limit the Quality Level B designation to areas only where intensive subsurface activity is proposed to occur. The quality levels proposed are defined below: o Quality Level D-Records research ofexisting subsurface utilities within the Projectlimits compiled by contacting each utility owner and obtaining their existing facility records. QLD mapping is based upon information obtained from record drawings and typically will depict the utility type, ownership, size and material composition. o Quality Level C-A QLCfieldinvestigation ofthe Project site incorporates the QLD records research and further attempts to depict unobservable subsurface utility features by correlating them with surveyed surface utility features and attributes. QLC mapping typically includes utility type, ownership, size and material composition as indicated by available record information. o Quality Level B-Incorporates the results ofQLCand QLDmethods of utility investigation and the use of surface geophysical techniques under the direction of a Professional Engineerlicensed in the State of Texas to determine the existence and horizontal position of underground utilities. This activity is referred to as QLB, "Utility Designating': The information obtained in this manneris surveyed to Project control. Two-dimensional(2D) mapping information is obtained from the QLB designating effort. january 31, 2020 design collaborate solve impact pg 5 of 13 1M 1�. 1� project# 18,452_SA01 B.3 Supplemental Services Supplemental Services are in addition to the Scope of Services identified in Section B.2 and,when requested by the Client, either written or oral, shall entitle the Consultant to additional compensation beyond the Compensation stated below.The following Supplemental Services under this Agreement include but are not limited to: ■ ANY Sub-Consultant services not currently identified in Basic Services. ■ ANY professional service or task not currently identified in Basic Services. ■ Detailed inventory or recordation of existing structures,site surveys,etc.outside of the ROW. Development of As-Built Lrawings post design/ConJtl'lAl.tlon phase services. ■ TCEQ-coordination and submittal of WPAP for Edwards Aquifer Recharge protection. ■ Storm Water Pollution Protection Plan(SWPPP) ■ Traffic Impact Analysis ■ Flood Plain Studies or Flood Plain Modeling ■ Construction Staking ■ Storm Water System Modeling ■ Geotechnical Construction/Testing Lab Services ■ Environmental Studies ■ Governmental Fees&Fiscal ■ Preparation&Processing of Waivers, or Variances B.4 Changes to Approved Services Revisions to drawings or other documents shall constitute Supplemental Services when made necessary because of Client-requested changes to previously approved drawings or other documents, or because of Client changes to previous Project budget parameters or Project requirements. B.5 Schedule of Performance The Client's signature on this Agreement shall be the basis for the Consultant to begin providing services for the Project.The Consultant shall perform the services as expeditiously as is consistent with the standard of care described in section B.1,above. january 31, 2020 design collaborate solve impact pg 6 of 13 IM 16. 1� project# 18.452_SA01 EXHIBIT C Round Rock S. Mays Gateway Enhancements WORK SCHEDULE The Consultant shall complete the scope of services with in approx. 6 months, commencing upon the issuance or Notice to Proceed via signed agreement, and receipt of documents to be provided by the Client/ Client's Representative as specified in Exhibit A, above. ■ Schedule ofAnticipate Milestones ■ Surveying/Data Collection.............................................................. 60 days ■ Schematic/Design Development-30%............................................. 90 days ■ Public Engagement.................... .............. 60 days ...................................... ■ Proposed Project Anticipate Timeline CORR S.Mays Street Gateway Enhancements Major Milestones> Notice to Proceed Start Survey 30%Review Year Month Jan Feb Mar Apr May Jun Jul Au Service Description: Task 4 Project Management Task 5 Schematic/Design Development Task 6 Public Engagement NIC Final Design PS&E NIC Bid Phase Services NIC Construction Phase Services 300(s) Surveying&Data Collection january 31, 2020 design collaborate solve impact pg 7 of 13 \TM 16:1q project# 18,452 SA01 EXHIBIT D Round Rock S. Mays Gateway Enhancements FEE SCHEDULE D.1 Compensation for the Consultant Services performed under this Agreement shall be paid according to the following,plus Reimbursable Expenses as defined below: ■ REFER to BELOW-S.Mays Gateway Enhancements Fee Schedule(s) Consultant may alter compensation distributions between individual services and/ or subconsultants services to be consistent with the Services actually rendered, within the contract maximum. Supplemental Services when requested by the Client, either written or oral, shall entitle the Consultant to additional compensation to be determined on an hourly basis or on the basis of a negotiated fee. D.2 Reimbursable Expenses are expenditures made by the Consultant, its employees, and sub- Consultants in the interest of the Project. Reimbursable Expenses include but are not limited to travel expenses,costs of reproduction of documents,postage,services of professional Consultants which cannot be quantified at the time of contracting, and other, similar, direct Project-related expenditures and will be itemized per Consultant/Sub-consultant when expensed are present for payment within Monthly invoices. D.3 Monthly payments to the Consultant shall be based on (1)the percentage of the Scope of Services completed; and shall include payments for (2) Supplemental Services performed, and (3) Reimbursable Expenses incurred. D.4 Monthly Payments will be processed in accordance with Texas Prompt Payment Act, Texas Government Code, Subchapter B, Chapter 2251. The Client will make every effort to pay the Consultant within thirty days after the later of:acceptance of deliverables;the day of performance of services/deliverables were completed; or the day of receipt of a correct invoice for deliverables or professional services. At the Consultant's option, overdue payments may be grounds for termination or suspension of services. D.5 The Scope of Services to be provided under this Supplemental Agreement has been estimated to be completed within 180 calendar days of the initial NTP.In the event the Project time line is extended, compensation for services rendered after that time period shall be equitably adjusted. D.6 The parties agree to the following provisions with respect to this specific Agreement: o Supplemental Services-Current 2020 Rates are as noted herein: ■ Principal Planner/Landscape Architect: $185.00/hr. ■ Associate Principal Planner/Landscape Architect: $145.00/hr. ■ Senior Associate Planner: $115.00/hr. ■ Senior Associate Landscape Architect: $100.00/hr ■ Associate Planner/Landscape Architect: $ 90.00/hr. ■ Staff Planner/Landscape Designer: $ 75.00/hr. ■ Administrative $ 65.00/hr. january 31, 2020 design collaborate solve impact pg 8 of 13 l6: Jq A project# 18.452 SA01 EXHIBIT D-1 Round Rock S. Mays Gateway Enhancements FEE SCHEDULE — PRIME CONSULTANT studio lb:lq associate senior senior principal principal associate associate admin associate associate total hrs/ total fee/ PLA PLA planner designer designer planner task task SA01 05 Project Management total hrs 8 24 0 0 0 0 12 44 $ 5,740 SA01 06 Schematic/Design Development total hrs 56 72 96 32 52 1 64 36 408 $ 46,600 SA01 07 Meetings/Public Engagement total hrs 12 12 1 S 1 0 8 1 0 1 8 48 1$ 6,080 NIC Final Design: Plans,Specs,&Estimates(PS&E) total hrs 0 0 0 0 0 0 0 0 $ NIC Agency Review/Permitting total hrs 0 0 0 0 0 0 0 0 $ NIC Bid Phase Services total hrs 0 0 0 0 0 1 0 0 0 1$ NIC Construction Phase Services total hrs 0 0 0 0 0 0 0 0 $ TOTAL PROJECT LABOR HOURS: 76 108 104 32 60 64 56 1 500 Labor Cost Totals $14,060 $15,660 $11,960 $3,200 $5,100 $4,800 $3,640 $58,420 Reimbursable Expenses $1,800 SubConsultant Expenses 300 Land Surveyor-(Inland Geodetics) $28,912 301 Subsurface Utility Locator-(T2 Utility Engineers) $14,805 302 Structural Engineering-NIC $0 303 MEP Engineering-NIC s0 304 Geotechinal Engineering-NIC $0 Total- SA01 Soft Cost Budget $103,937 january 31, 2020 design collaborate , solve impact pg 9 of 13 Q CITY OF ROUND ROCK m c x SOUTH MAYS TOPOIROW cn Cl Q F--i INLAND GEODETICS,LLC = 0 w N vx y cN d CD m I I � N Cf) CO) c � W Q n O � Z� Cn C m r 3 Q D Q m CO. Z 3 n cD SERVICE 2CREW 3CREW 4CREW 1GPS PM RPLS ENTECI TECH LSLS ADMIN DIRECTPSREC.$1SUNYH HICLESI$601JNVD ATVs MUNtD INDIRECT TOTAL � 3 p RATE/HOUR $148 $172 $191 $125 $146 $140 $102 $98 $156 $56 #dU4ts #dHours #dUNts #o(Days #dU wts #dD rs Q S $ $ v C7 S O S $ .� Q MINiWOBUZATION 4 HRS 2 HRS 6 HRS 4 HRS $ 1,700.00 S S 1,700:00 (D OE CONTACTS AND COORD 2HRS 2HRS 16HRS 4HRS $ 2,428.00 S $ 2,428.00 (Q Cn MARY CNTL RECOVER 2 HRS 2 HRS $ 454.00 $ S 454.00 O CONDARY CONTROL 16 HRS 4 HRS 1 HRS 2 HRS 2 HRS $ 3,324.00 S S 3,324.00 O LS 8 HRS 1 HRS 1 HRS $ 1,618.00 $ S 1,618.00 IELD SURVEY 40 HRS 24 HRS 4 HRS 2 HRS 2 HRS $ 9,796.00 S S 9,796.00 ATAPROCESSING 2HRS 40HRS $ 4,360.00 $ S 4,360.00 Q ELIVERABLES 2 HRS 2 HRS 2 HRS 4 HRS $ 1,000.00 S S 1,000.00 $ S $ OW SURVEY 8 HRS 8 HRS 8 HRS 8 HRS 2 HRS $ 4,23200 S S 4,232.00 S $ $ - 64HRS 8HRS OHRS 38HRS SHRS 22HRS 79HRS 0HRS 0HRS 18 HRS $ 28,912000 HRS 0DAYS 0DAYS S 5 28,912.00 S 5 $ SUB-TOTAL 64 HRS 8 HRS 0 HRS 38 HRS 8HRS 22 HRS 79 HRS 0 HRS 0 HRS 18 HRS $ 28,91200"TOTAL 0 HRS TOTAL 0 DAYS TOTAL 0 DAYS IS $ 28,912.00 EIMBURSEABLE ITEMS $ REIMBURSEABLE SERVICES $ ESTIMATED FEE $9,472 $1,376 1 $0 1$4,750 1$1,168 1$3,060 1$8,0% 1 $O 1 $0 1 $1,008 1 1 1 SO I SO 1 1 $0 S 28,912.00 0 O 528,912 (`D Cast Vai*k: Reimbaseable Services Indude: Ramixirseable Fees Include: n GPS Receivers S15 $0.00 $0.00 �■ Vehide S60 50.00 $0.00 oD ATV S55 $0.00 $0.00 . Total: $0.00 Total $0.00 N D CD T'I 16.JQ. EXHIBIT D_3 project# 18,452-SAO] Round Rock S. Mays Gateway Enhancements FEE SCHEDULE - SUBCONSULTANT- Subsurface Utility Engineering S. Mays Street - Utility Investigation Prepared • • • 1619, LLC. ien?gineers PROJECT ESTIMATE T2 proposes to perform this work utilizing our standard rates for a not-to-exceed amount of$14,805.00 as detailed below in Exhibit"B", Fee Schedule. PROJECT SR PROJ. ASST FROJ SUE SURVEY CADD ADM TOTAL LABORCOSTS ENGINEER MANAGER MANAGER MANAGER MANAGER TECH CLERICAL HOURS $200.00 $165.00 $125.00 $110.00 5165.00 $90.00 $75.00 Records Research 2.0 8.0 10.0 Roduction,fReview of Plitt Deliverables 5.0 80 1 32.0 45.0 Survey Production Review/Control Research 0.0 Project Meetings/Safety Orientation 1.0 2.0 30 Pernit Coordination/Acquisition 2.0 4.0 6.0 Contract Administration 20 60 8.0 SUBTOTAL HOl1RS 5.0 5.0 8.0 8.0 0.0 40.0 60 72.0 SUBTOTAL DOLLARS $1,000.00 $825.00 57000.00 5880.00 $0.00 $3,600.00 5450.00 $7,755.00 SUBSURFACE UTILITY ENGINEERING COSTS CITY RATE UNIT TOTAL Designating&GPR Investigation(2-Man Crew&Equipment) 18 S 235.00 per hour $4.23000 Feld Verification Crew(Quality Level"C")(2-Man Crew&Equipment) 12 S 235.00 per hour $2,820.00 For field and records verification Traffic Control Single Lane Closure-Daly Rate(includes Warning Signs&Cones,Arrow Board,Delivery&Pickup) S 500.00 each $0.00 Single Lane Closure-NIGHT WORK(Includes Warning Signs&Cones,Arrow Board,Delivery&Pickup) S 900.00 each 50,00 Single Lane Closure-w/Flagging(Includes Warning Signs&Cones,Arrow Board,Delivery&Pickup) 5 1,350.00 each Double Lane Closure(&intersection)-Setup Per Day(Includes Warning Signs&Cones, S 2,450.00 each $000 Arrow Board,Delivery&Fckup) Police Escort(required for lane closures on TxDOT roadw ays) S 42.00 hour $000 SUBTOTAL DOLLARS $7,050.00 DIRECT EXPENSES QTY COST TOTAL Fpr Diem(hcludes Lodging) S 165.00 per day $000 Perritt/inspection Fees S 700.00 each $000 SUBTOTAL DOLLARS $0.00 TOTAL ESTIMATED FEE $14,805.00 january 31, 2020 design , collaborate solve impact p p 1 1 of 13 No Text