R-2020-0266 - 9/24/2020 RESOLUTION NO. R-2020-0266
WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering
Services ("Contract") with K Friese & Associates, Inc. for the Sam Bass Road 48-inch Water
Transmission Main Prqject, and
WHEREAS, K Friese & Associates, Inc. has submitted Supplemental Contract No. I to the
Contract to modify the provisions for the scope of services and to increase the compensation, and
WHEREAS, the City Council desires to enter into said Supplemental Contract No. I with K
Friese & Associates, Inc., Now Therefore
BE ITRESOLVED BV 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. I to the Contract with K Friese & Associates, Inc., 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, 1'exas Government Code, as amended.
RESOLVED this 24th day of September, 2020.
CRAIG )RGA , Mayor
City of Round R ck, Texas
ATI-EST:
"-
MEAGAN G A�NS' KS, 1) )uty City Clerk
0112.202112;20202,00454873
EXHIBIT
"A"
STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO. 1
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: K FRIESE & ASSOCIATES, INC. ("Engineer")
ADDRESS: 1.120 S. Capital of Texas Highway Ci View 2, Suite 100,Austin TX 78746
PROJECT: Sam Bass Road 48-inch Water Transmission Main
This Supplemental Contract No. I to Contract for Engineering Services is made by and between
the City of Round Rock, Texas, hereinafter called the "City" and K Friese & Associates, Inc.,
hereinafter called the "Engineer".
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter
called the "Contract", on the 5th day of December, 2019 for the Sam Bass Road 48-Inch Water
Transmission Main Project in the amount of$73,671.00; 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 $318,092.00 to a total of'$391,763.00;
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 J.1 c) Exhibit A.
II.
Article 2, Engineering Set-vices and I.-.xliibit B, lEngineering, Services shall be amended as set
forth in the attached Addendum to Exhibit 13. Exhibit C, Work Schedule shall be amended as set
forth in the attached Addendum to Exhibit C.
Article 4, Compensation and Exhibit 1), Fee Schedule shall be amended by increasing by
±_1
$318,092.00 the lump sum amount payable under the Contract for a total of $391,763.00, as
shown by the attached Addendum to Exhibit D.
Supplemental Contract 12ev,06/16
0 110.1901;00453720 84275
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
[Ognature pages fallow)
Supplemental Contract Rev.06/16
0199,1961;00453720 84275
2
RIESE & ASSOCIATES, INC.
By:
C ,l'(I 4 ..,,_III Ow
1. Er v
Date
5
CITY OF ROUND ROCK APPROVED AS TO FORM:
By:
Craig Morgan, Mayor Stephan L. Sheets, City Attorney
Date
Supplemental Contract Rev,06/16
0199.1961;00453720 84275
ADDENDUM TO EXHIBIT A
City Services
The City of Round Rock (City) will provide the following information and other
assistance to K Friese & Associates, (Engineer) that the City deems appropriate
and necessary.
1. Any readily available pertinent existing information relating to the services
to be performed by the Engineer; the City will provide one copy of such
information in a format chosen by the City.
2. Clear direction and/or response to questions or requests made by the
Engineer in the course of the Engineer's performance of services.
1 Timely review of deliverables that have been properly completed and
submitted by the Engineer, and timely provision of comments, if any, to the
Engineer resulting from said reviews.
4. Negotiate and execute Interlocal Agreement with Williamson County to
allow for joint bidding the proposed Sam Bass Water Transmission Main
with the Williamson Country Sam Bass Road Improvements.
ADDENDUM TO EXHIBIT B
Engineering Services
UNDERSTANDING
The City of Round Rock's (CORR) Water Distribution Master Plan has previously
delineated a 48-inch water transmission main known as "Sam Bass I" from FM 1431
to Tonkawa Trail and a 42-inch water transmission known as "Sam Bass 11" from
Tonkawa Trail to Wyoming Springs Drive. The total anticipated length of the Sam
Bass 1/11 alignment is approximately 14,000 linear feet. These projects were planned
for 2021 and 2022, respectively. A combination of factors, such as Sam Bass Road
Expansion in 2021/2022 by Williamson County, roadway planning/design of
Wyoming Springs by the City of Round Rock, and continued development
contributing to lower system pressures have accelerated the need to begin planning
and design of the Sam Bass water transmission main.
K Friese & Associates, Inc. (KFA) recently completed a preliminary engineering
report (PER) to determine a preferred alignment, pipeline material, construction
methodology, and explore potential design, bidding, and construction alternatives to
efficiently install the water transmission main within the Sam Bass Road ROW. The
PER phase focused on a 48-inch water transmission main, but recent master
planning and associated water modeling have determined that this pipeline shall be
42-inch diameter pipe.
The preferred alignment (Alignment A) was presented to Williamson County and
approved for joint bid of the water transmission main with the Williamson County
Sam Bass roadway and drainage improvements (Williamson County) project. The
preferred pipeline alignment is anticipated to be a 42-inch steel pipeline that will be
wholly constructed along and within the north side of the Sam Bass Road ROW, but
one easement has been identified for constructability and future operation and
maintenance activities.
The KFA Team for this assignment will include the following subconsultants:
• Survey and Mapping, LLC (SAM) — Surveying/Easement Document
• Chapman Engineering, LLC —Corrosion Protection
SCOPE OF SERVICES
The KFA Team will provide engineering design services including the following as
detailed below:
• Phase A— 60% Design Phase
• Phase B — 90% Design Phase
• Phase C — 100% Design and Bid Phase Services
This scope of services assumes that the detailed design will be based on open cut
construction with some trenchless road crossings using jack and bore installation.
Design of a tunnel using conventional tunnel boring machine or preparation of a
Geotechnical Baseline Report is not included in this scope of services.
Comprehensive topographic survey, environmental/cultural review, and geotechnical
investigations have previously been completed within the corridor for the Williamson
County project. The KFA Team will utilize base CAD files compiled, utilized, and
1
ADDENDUM TO EXHIBIT B
Engineering Services
prepared for the Williamson County project. The KFA Team will conduct field
investigation and soil resistivity testing to aid in developing the Cathodic Protection
design and will also prepare one permanent easement for constructability and future
operations and maintenance activities.
This project is anticipated to be joint bid with the Williamson County project and
utilize base file data developed by the Williamson County project for design
purposes. In addition, the transmission main project will coordinate and utilize the
traffic control plans, detour plans, tree protection, erosion and sedimentation control
plans developed by the Williamson County project. Anticipated plan sheets (11" x
17" sheets) to be prepared for this assignment include:
• 1 — Cover
• 1 — General Notes Sheet
* 1 — Quantities Sheet
• 2 — Project Layout Sheets
• 30— Plan and Profile Sheets for 42-inch diameter water main (1 40'H and
1"=10'V)
• 6— Detail Sheets
1. PROJECT MANAGEMENT
1.1. Project Management/Administration — This task includes routine
communication with the City; managing manpower, budgets, and
schedules; invoicing; implementing and monitoring of QA/QC efforts; and
other activities associated with managing the project.
1.2. Quality Assurance/Quality Control — KFA will implement Quality
Assurance activities throughout the project and will utilize uninvolved
senior KFA Engineers and Project Managers to perform Quality Control
reviews of each deliverable prior to submission.
1.3. Project Meetings and Status Reports — KFA will attend regular
coordination and status meetings with the City to review work plans,
progress, and upcoming work. KFA will schedule, prepare agendas, and
draft minutes for each meeting to document discussions and key
decisions. KFA will also submit monthly status reports to the City
documenting progress, budget, and schedule. KFA anticipates the
following meetings:
13.1. Design Kick-Off Meeting
1.12. Design Progression Review Meetings
1.3.2.1. 60% Design Review Meeting
1.3.2.2. 90% Design Review Meeting
1.3.2.3. 100% Design Review Meeting
1.3.3. Williamson County utility coordination and design coordination
meetings (two total)
1.3.4. Pre-Bid Conference
2
ADDENDUM TO EXHIBIT B
Engineering Services
1.15. Bid Opening
2, PHASE A - 60% DESIGN PHASE
2.1. Site Investigation and Soil Resistivity Testing — The KFA Team will
preform a site investigation and collect data regarding soil resistivity in at
least three (3) locations along the project corridor.
22 Plan Preparation and Coordination —The KFA Team will prepare plan and
profile sheets for approximately 13,300 LF of 42-inch diameter water
main. The plans will also include cover sheet, notes sheets, layout plan,
special details for items such as air valve vaults, verification of traffic
control plans (Williamson County project), and restoration plans specific to
water transmission main construction. Corrosion Protection detail sheets
will be prepared by Chapman Engineering per the attached scope and
fee.
2.3. Specifications — The KFA Team will prepare Technical Specifications for
the project. This will include special specifications for parts of the project
that are not covered by standard CORR specifications.
2.4. Opinion of Probable Construction Cost — KFA will prepare a project
construction cost estimate based on the additional project detail
developed during this phase.
2.5. Review and Respond to 60% Design Review Comments — KFA will review
and prepare responses to comments received from CORR and
Williamson County on the 60% submittal.
2.6. Utility Coordination — KFA will coordinate with Williamson County Utility
Coordinator and utility companies, as necessary, and prepare for and
attend the utility coordination meetings.
3. PHASE B - 90% DESIGN PHASE
3.1. Easement Document Preparation — The KFA team will perform field
survey and preparation of field note descriptions and exhibits for one
permanent easement, as identified in the PER and verified/finalized during
60% design phase. The field survey and easement document will be
performed and prepared by Survey and Mapping (SAM), LLC per the
attached scope and fee.
3.2. Plan Preparation and Coordination — The KFA Team will prepare updated
plan and profile sheets for approximately 13,300 LF of 42-inch diameter
water main. The plans will also include cover sheet, notes sheets, layout
plan, special details, special traffic control plans (if necessary), and
restoration plans. The KFA Team will coordinate plans with Williamson
County project to eliminate redundant scope and verify application and
phasing of environmental and traffic control measures.
3.3. Specifications — The KFA Team will prepare Technical Specifications for
the project. This will include special specifications for parts of the project
that are not covered by standard CORR specifications.
3
ADDENDUM TO EXHIBIT B
Engineering Services
3.4. Opinion of Probable Construction Cost — KFA will update the project
construction cost estimate based on the additional project detail
developed during this phase.
3.5. Review and Respond to 90% Design Review Comments— KFA will review
and prepare responses to comments received from CORR and
Williamson County on the 90% submittal.
3.6. Utility Coordination — KFA will coordinate with Williamson County Utility
Coordinator and utility companies, as necessary, and prepare for and
attend the utility coordination meetings.
4. PHASE C- 100% DESIGN PHASE AND BID PHASE
4.1. Plan Preparation - The KFA Team will prepare final plan and profile
sheets for approximately 13,300 LF of 42-inch diameter water main. The
plans will also include cover sheet, notes sheets, layout plan, and special
details.
42 Specifications — The KFA Team will update Technical Specifications for
the project. This will include special specifications for parts of the project
that are not covered by standard CORR specifications. KFA will also
assist in the preparation of front end specifications per Williamson County
and CORR standards, and KFA will modify sections accordingly (invitation
to Bidders, Bid Proposal, Special Conditions, and Supplemental
Conditions).
4.3. Opinion of Probable Construction Cost — KFA will update the project
construction cost estimate based on the additional project detail
developed during this phase.
4.4. Review and Respond to 100% Design Review Comments — KFA will
review and prepare responses to comments received from CORR and
Williamson County on the 100% submittal.
4.5. Preparation of Final "For Bid" Documents — Address any final comments
or changes required and prepare final construction documents for the
project to be distributed to the Bidders.
4.6. Prebid Conference — KFA will attend the Prebid Conference, prepare the
meeting agenda, and provide a presentation for bidders on project details.
4.7. Contractor's Questions — KFA will provide written interpretation of the
intent of plans and specifications to CORR and Williamson County for
distribution to Bidders.
4.8. Addenda — KFA will prepare addenda required to clarify, correct, or
change the bid documents.
4.9. Bid Evaluation and Award Recommendation — Williamson County will
provide a bid tabulation and bid packets from each bidder to KFA. KFA
will review qualifications and accuracy of the bid tabulation relative to the
water transmission main project, coordinate determination of the
4
ADDENDUM TO EXHIBIT B
Engineering Services
responsiveness of the low bidders, and assist in preparation of a letter of
recommendation of award.
QLARIFICATIONS
• KFA will utilize existing Williamson County Sam Bass Road design files and
data information as basis for the transmission main design.
• KFA will utilize existing Williamson County Corridor H — Sam Bass Road
Environmental Due Diligence Memorandum prepared by CoxJMcLain
Environmental Consultants, Inc. as the basis of the environmental and
cultural resources review.
• KFA will utilize existing Geotechnical Engineering Study for Corridor H — Sam
Bass Road from FM 1431 to Wyoming Springs Drive prepared by Raba
Kistner Consultants, Inc as the basis of subsurface geological
characterization review.
EXCLUSIONS
• Comprehensive Topographical and/or boundary survey —To be provided by
Williamson County
• Subsurface Utility Engineering data — To be provided by Williamson County
• Geotechnical investigations and/or reports —To be provided by Williamson
County
• Environmental/Cultural/Historical reports and/or permitting —To be provided
by Williamson County
• Hydraulic modeling
• Construction Phase and Close Out Services — Due to the planned joint
bidding of the Williamson County project and the Sam Bass 42-inch Water
Transmission Main, KFA's needed level of involvement in construction is
unknown. As the project develops and the interlocal agreement has been
executed, the needed level of involvement will be better defined and covered
via a future supplemental amendment.
• Subsurface Utility Exploration (SUE) — If additional SUE is determined to be
necessary, that effort will be covered via a future supplemental amendment.
• Small Diameter Utility Relocations —As detailed design progresses, it may be
necessary to relocate CORR small diameter water/sewer mains, and/or other
water utilities to allow for construction of the new transmission main. This
analysis will be completed during the 60% design phase as part of the base
scope of services. If relocation is recommended, the corresponding design
will be covered via a future supplemental amendment.
5
30 Chapman
11' 1 r'uclI*
I(FARS Eiigmeering
Cathodic Protection Field Measurements and Design,
Round Rock Water Pipeline, Sam Bass Road Area,
With K Friese + Associates, Inc.
Proposal Number 11300 ....................__................
_Proposal Date.... August 5, 2020
Proposal Writer Cal Chapman, P. E., NACE Cl' Specialist
Proposal Reviewer Mike Arnes, Anita Bowen
Client Contact Narne Jason Bybel, P.F., PMP, Senior Engineer
Client Company Name K Friese 4-Associates, Inc.
Client Contact Street Address 1120 S. Capital of Texas Highway
CitView2, Suite 100
Client Contact City, State, Zip Austin, 'I'exas 78746
Client Contact E-Mail Address jj2ybelfu-kfjese.con7
Dear Mr. Bybel:
Chapman Engineering is pleased to respond to your request for cathodic protection system design
work for this Round Rock water pipeline project. An aerial photo shows the work area described
in reporting YOU provided:
Sam Bass Road Alignment, from FM 1431, Northwest, to Wyoming Springs Dr., Southeast
Pertaining to the cathodic protection reqUirernents likely to be involved in this pro.ject, we offer
the following comments and possible work steps. Your feedback is most welcome.
.......... .......... ------------ .............. ..................
PA). [lox 1305 Bocrne.'Fexa78006
(830)816-3311 -(800)375-7747-Fax (830)816-1753
6
K Friese +Associates, Inc. Round Rock CP August 5, 2020
Chapman 1800 Page 7
1. Our evaluation of cathodic protection (CP) needs will include review of the geotechnical
report and K Friese overview document for the project, which you provided today by e-
mail. From that review, we will send our Project Engineer/MACE-Certified Corrosion
Technician to the field, for measurements of soil resistivity at a rninimurn ofthree locations
along the alignment area;
2 An Irnpressed-current Cathodic Protection System (ICCP) for below-grade ferrous metal
piping you describe is required. It is important, too, to learn if the new pipeline will be
electrically isolated from other metal structures at each end, or if we Must size up a CP
system to give protection to additional metal. It is possible that galvanic anodes could be
used, but with shallow rock contacts, they may not deliver protection for any significant
distance;
3. Chapman Engineering has significant experience in coating types, how they are applied,
how metal surfaces should be prepared before coating work is done, etc. We also have
experience with interactions between electrical grounding and underground steel
Structures, CP application in these circumstances, etc. If you or your Client have standard
specifications for use, these elements may already be covered. If not, we will provide this
expertise to the team, if you deem it appropriate.
We anticipate learning much more site detail when the one site visit is made. If a meeting with
You and your staff will help, then we can set LIP in-person or conference meeting time.
SCOPE OF WORK PROPOSED
The scope described includes CP design for 42-inch-nominal-diameter, underground water piping
of about 13,500 total feet and likely to be lap-welded steel (AWWA C200). This pipe run will
include various steel fittings, valves, vaults, etc., which must also be electrically bonded and
protected. You suggest a possible coating type of factory-applied polyethylene for line pipe
exterior. If better-quality coating is used, cathodic protection system sizing will be smaller.
"Design life" calculations will be provided in accordance with any requirements detailed, but
typically are done for a 20-plus-year project life. Chapman Engineering has provided CP design,
corrosion control Survey services, and CP system installation across the Austin area for many
years.
One significant concern is the very shallow contact with competent limestones. A CP system must
have larger driving voltage to push protective current to the pipe metal from the anode bed. A
deep anode bed is favored, to be installed in one fairly central location along the alignment, That
will also be the location of an AC power Supply and the rectifier. If you have a better sense of
where the Client may want or be able to base the CP systern, we will appreciate that information.
Based on Your e-rnail information, Chapman I`ngineering personnel will participate in one field
survey visit, then provide Consulting CornMUnications, CP system design, and specifications for
installation, commissioning and longer-term monitoring. Our plans will include proposed test
station locations. We usually intend to be involved, too, in the review of"bid packages from CP
contractor(s), to include evaluation of their experience, strength of project manager(s), and
likelihood of good performance. But that can be saved for a later time, to add to scope.
7
K Friese +Associates, Inc. Round Rock CII August 5, 2020
Chapman 1800 Page 8
Fee Schedule
We have attached our 2020 Rate Sheet, which is already in use on other K Friese projects. For
the above described engineering design and project Support work, Chapman Engineering is
providing a fee estimate of S8,580.00 broken down as follows:
Description Time to Cost Estimate & flours
Complete (q_4 s
Field Visit & Project Meeting 10 $2,980.00 (16 hours plus travel)
Preliminary Design 20 $3,200.00 (22 hours)
Final CP Design 15 $2,400.00 (14 hours)
If any additional on-site work or project meetings are called for, we will propose those costs
through written change orders.
KEY STAKEHOLDERS (CLIENT AND CRAPMAN ENGINEERING)
Client Project Leader Jason Bybel, P.E., PMP, Senior Engineer
Client Sponsor K Friese + Associates, Inc.
CE Project Managers Cal Chapman, P. E. & Mike Ames
Client will be responsible for any local or state permits, sales taxes, and other fees which may
apply. Because this work is all "professional services" in nature, sales tax should not apply.
A117DIT10NAL WORK
Chapman Engineering will not exceed the cost estimate unless an approved written change order
is signed by both parties. Chapman Engineering must have approval from K Friese + Associates,
Inc. Of Such a change order prior to any additional costs being incurred.
PAYMENT TERMS
K Friese +Associates, Inc. agrees to pay Chapman Engineering invoice(s) in accordance with the
existing Commercial Agreement Terms and Conditions governing Chapman Engineering's work.
If no agreement is in place, K Friese+Associates, Inc. will pay all invoices within thirty (30)days.
Any balance fell unpaid after 30 days will be subject to a finance charge Of 1.5%per month,or the
maximum allowed by law.
Any requested changes to previously completed work, or additional work requested by K Friese +
Associates, Inc., will be charged based on the attached T&M Rate Schedule, or the rate schedule
previously agreed between both parties.
,E LJRAL
Any abnormal work conditions that cause delays, Such as delays due to weather, delays associated
with site conditions, right-of-way issues, unknown circumstances or project delays due to waiting
on K Friese +Associates, Inc. or other contractors, and those delays cause Chapman Engineering
8
K Friese +Associates, Inc. Round Rock CI) August 5, 2020
Chapman 1800 Page 9
personnel to stand by, will be billed at T&M rates. In design phase, this is unlikely.
AUTHORIZATION
Please find attached an "Acceptance" block, for you tel complete to give Lis authorization and
"notice to proceed." Issuance of a PO is acceptance of theTerms and Conditions of this proposal.
We appreciate the opportunity to work with you on this pro.ject. If you should have any comments
or require any changes in our proposed scope of services, please contact the undersigned at(830)
816-3311.
CHAPMAN ENGINEERING AUTIJORIZED SIGNATURES
�Ioy
William M. "Mike" Ames Cal Chapman, P. F,.
Vice President, Technical Operations President
MACE CP Specialist #4343 NACE CP Specialist 423357
NACE Sr. Corrosion Technologist #4343 Texas PE 981.268
North Dakota PE 98286
New Mexico PE #19169
Oklahoma PE 426056
Model Law Engineer#35248,NCEES
NAGE-Certified Cathodic Protection
Specialist#23357
CC/ab
ACLEPTANCE
1, , on behalf of Friese + Associates, Inc., authorize
Chapman Engineering to proceed with the work described above for the proposed Project Costs,
for Proposal 1800 as detailed above, and per a schedule to be agreed between the parties.
- ----------------
Signature of Contracting Authority title Date
Printed Name of Contracting Authority
9
Him
SAM,LLC
4801Southwest Parkway,Bldg.Two,Suite 1W0,Austin,TX78735
0t512.447,O575Fax S12,3Zb3D29
| |nfo(�,�)sam,b|z www.sam,b|z mpuwzoo64R)o
Via Emai|:jbybe|@kfr\esezom
]uly 16, 2020
Mr.Jason 8ybe|, P.E, PMP
Senior Engineer
KFriese+Associates
1120 S. Capital ofTexas Highway, City View 2. Suite 1OO
Austin, TK78746
Re: Sam Bass Road Waterline Easement
SAM Proposal No. 1017038216A
DearJason:
Surveying And Mapping, LLC (SAM) appreciates the opportunity to submit proposal in response to
your request for surveying services along Sam Bass Road.This proposal is based upon the information
provided to us and includes those services required to provide easement exhibit preparation. See next
page for agraphic representation ofapproximate project limits.
After reviewing the attached proposal, please do not hesitate to call me if you have any questions.
Sincerely,
Scott C. Brashear, RPLS
Project Manager
[c: Donald Zdancewicz,RPLS
10
OPE OF SERVICES AND FEE
mBa a RoadWatemne Easement
PROJECT OVERVIEW
Surveying and Mapping, LLC (SAM) will provdepm¥adnal surveying 29imi to K Rmk + Associates
(Che¥) relating to the Sam Ba« adp�oect in q#amsonunty, QsThe approximate prloect
limits are depicted below in m$
», ®
< z
]]
ASSUMPTIONS
Survey will be performed in accordance with the attached Survey Scope of Work, with the following
assumptions. If these assumptions do not prove correct it may require the negotiation of a
supplemental agreement:
* Horizontal Datum and basis ofbearings will beTexas Coordinate System, Central Zone (4203),
NAD 83, and units will be U.S. Survey Feet, as derived from GPS observations and/or existing
survey control in the immediate vicinity.
• Vertical Datum will be the North American Vertical Datum of 1988(NAVD88)and units will be in
U.S. Survey Feet, as derived from GPS observations and calculated using Geoid 12B, and/or
existing survey control in the immediate vicinity.
• Unimpeded access tothe property will be provided.Any locked gates will be made accessible to
our field crews. Assumption is made that there are no delays accessing the property that would
hamper our work.
• Sufficient existing monuments marking the control exist and can be found in good
condition.
• Linevvorkhrr easement will be provided by the client.
• SAM shall utilize our existing ROW basemap from previous Sam Bass Road (Corridor H)project.
EASEMENT EXHIBIT PREPARATION
• Utilizing the existing RDVV basemoA SAM shall prepare easement documents for upLo one(1)
affected propedy. Documents shall consist ufthe following:
o Easement plat
o Field note (metes and bounds)description
o Closure reports
• All easement documents will be submitted to the client for review. Upon completion of one-
time review of all easement documents, SAM will make any necessary corrections. The final
easement documents will then be delivered iothe Client. Addressing any additional comments
isoutside ofthis scope ofservices.
• Upon approval ofthe preliminary easement documents, SAM shall set the easement corners(up
to 4 corners). The easement corners shall consist of 5/8-inch iron rods with plastic caps stamped
"SAK4".
12
PROJECT DELIVERABLES
Deliverables toClient will consist cfthe following:
• Easement documents(p|at/ReNnote) signed/sealed 6yaTexas RPLSinPDFfornat
• Closure Reports
FEE
These professional services will beperformed according tothe following estimated fees:
Easement Preparation $3,651.75
13
ADDENDUM TO EXHIBIT C
Work Schedule
Attached Behind This Page
K FRiESE Sam Bass 424nch Water Transmission Main Final Design Version 1.0.
Exhibit C
Project Schedule
,1D Task Name
Duration Start 'Finish Predece!. ':4th Quarter 1st Quarter 2nd Quarter 3rd Quarter 4th Quarter
i
_Sep Oct Nov Dec Jan.._.. Feb Mar Apr .....May ..Jun Jul... Aug.._ Sep ' Oct _ Nov rI
1 Sam Bass Road 42-inch Transmission Main Final Design 376 days Thu 4/24/24 Thu 3/3/22
2Notice to Proceed 0 days Thu 9/24/20 Thu 9/24/20 9124
3 Task 1-Project Management 199 days Thu 9/24/20 Tue 6/29/23 2 s
1.1,Project Managemer-_tTAdministrat9on 180 days Thu 9/24/20 Wed 6/2121
t.2.C2ualityAssurance/Quality Control 193 days Thu 9/24/20 Mon 6/21/21
6 Genera!QA/QC 180 days Thu 9/24/20 Wed 6/2'21 _
2 605 Internal CkAJQC Review and Revision 10 days Fri 1,18/21 Thu 1/21/21 21,22,2 ..
3 90%Internal QA/QC Review and Revision. 10 days Mon 4/12/21 Fri 4123/21 30,31,3
9 100%Internal QA/QC Review and Revision 10 days Tue 6/8,121 Mon 6/21/2138,39,4- '..
10 1,3.Project Meetings 3 Status Reports(8 Meetings) 199 days Thu 9/24/20 Tue 6/29/21 --------------�.
1;....., Design Kickoff Meeting 1 day Thu 10/8/20 Thu 10/8/20 2FS+10 '..
12
60%Design Review Meeting 1 day Fri 2/5/21 Fr 2/5/21 25
13 90%Design Review Meeting 1 day Mon 5/10/21 Mon 5/10/2134
14 100° Design Review Meeting 1 day Tue 6/29121 Tue 6/29/21 42 I
15 Williamson County Utility Coordination Meeting 1 day Fri 10/23120 Fri 10/23/20 2155+11
16 Williamson County Design Coordination Meeting 1 day Fri 11/20'20 Fri 11120!20 21SS+3{ l:
17...._ Pre-Bid Conference 1 day Thu 9/24/20 Thu 9/24/20
18 Bid Opening 1 day Thu 9/24/20 Thu 9/24/20
19......, Task 2-Phase B-60%Design Phase 91 days Fri 1019/20 Fri 2/12/21 11
20- 2,!,Site Invest gation and Soil Resistivity Testing 1 day Fri 10/9120 Fri 10/9/20 2FS+10
21........ 2-2.Pla^Preparation
50 days Fri10/9t20 Thu 12/17/2(2F
S,10
22 2-3-5pe tications 25 days Fri 12J4J20 Thu 1/7121 21SS+4{ 1..
L3 2.4 Opinion of Probable construction Costs 10 days Fri 12/18/20 Thu 12/31/2121
24 60%Design Submittal to CORR&Williamson County 0 days Thu 1/21/21 Thu 1121/21 7 1121
r ,
25 CORK Review Period 10 days Fr 1/22/21 Thu 214/21 24
26 2.5.Review and Respond to 60%Design Review Comments S days Man 2/8/21 Fri 2/12/21 12
27 2.8.1-Pti6ty Coordination 80 days Mon 10/26/2 Fri 2/12121 15 . .. '..
28 Task 3-Phase C-90%Design Phase 66 days Mon 2/15/21 Man 5/17/2226I
29 3.1.Easement Document Prepartion 20 days Mon 2/15/21 Fri 3/12/21 ..
30 -. 3.2.PIan Preparation 40 days Mon 2/15/21 Fri 4/9/21 -
31 3.3,Specificatnn;s 30 days Mon 2/15/21 Fri 3/26/21
32 3.1,0pinion of Probable Construction Costs 10 days Mon 3/29/21 Fri 4/9/21 31 71
3
3....... 90%Design Submittal to CORR&Wi€liamson County 0 days Fri 4/23/21 Fri+/23/21 8 4/23
34...... CORR Review Period 10 days Mon 4/26/21 Fri 5/7/21 33
Task _ External Milestone Manual Summary Rol',uP — - CriticalSplit
Split inactive Task Manual Summary ----------- Progress
Anticipated tire:9j24,'2G2{I Milestone inactive Milestone Start-only Manual Progress
Date:Fri 8,114/20
Design Completion Date:7/02/2021 Summary inactive Summary Finish-only
Project Summary Manual Task 4 Deadline
j
External Tasks Duration-o ly .. Critical
- - Page C-1 Sam Bass 42 WTM Design-Exhibit C
FRIESE — - — Sam Bass 424nch Water Transmission Main Final Design Version 1.0!
Exhibit
Project Schedule
i
ID '.Task Name Duration '..Start '.Finish Predeces. 4th Quarter 1st Quarter 2nd Quarter 3rd Quarter 4th Quarter
..Sep .....Oct Nov Dec JanFeb Mar _Apr May Jun Jul Aug._ Sep '� Oct L_. Nov
35 3.5.Re,ew and Respond to 90%Design Review Comments 5 days Tue 5/11/21 Mon 5/17/2113
36 3.6.lttility Coordination 60 days Mon 2/15/21 Fri 5/7/21 27
37 Task 4-Phase D-100%Design Phase and Bid Phase 208 days Tue 5/18/21 Thu 3/3/22 35 - -- - - -- I
3g 4.1.PIan Preparation 10 days Tue 5/18/21 Mon 5/31/2136
39 4.2.Speafications 5 days Tue 6/1/21 Mon 617/21 38
i 46 4.3 Opinion of Probable Construction Costs 5 days Tue 6/1/21 Mon 6/7/21 38
41 100%Design Submittal to CORK&Williamson County 4 days Mon 6121121 Mon 61211219
6/21
r
42 CORK Review Period 5 days Tue 6/22/21 Man 6/28/2141
43 4.4.Rewew and Respond to 160:,,Design Review Comments 2 days Tue 6/29/21 Wed 6/30/2142
44 4.5.Preparabon of Fina!"For Bid"Documents 2 days Thu 7/1/21 Fri 712/21 43
45 Design Complete issue Final Plans&Specifications for io days Fri 7f2f21 Fri 7j2f21 44 ;�74
46 4.6.Prebid Conference 1 day Thu 9/4/21 Thu 4/4/21 45FS+4f.
47 4.7.ContraKors Questions 15 days Fri 9/10/21 Thu 9/30/21 46
48 4.8 Addenda 15 days Fri 10/1/21 Thu 10/2112147
49 Bid Opening 1 day Thu 10/28/2`Thu 10/28/2.48FS+4
I
5p 4.9.Bid Evaluation and Award Recommendation 5 days Fri 10/24/21 Thu 11/4/21 49
51 Construction NTP 6 days Thu 3/3/22 Thu 3/3/22 49FS+9t
i
i
I
i
Task - External Milestone Manual Summary Rollup. Critical Split
i
i Split ,_.-, inactive Task Manual Summary Progress
Anticipated NTP:9124/2020 Milestone inactive Milestone Start-only Manual Progresses '=-
Date:Fri 8/14/26
i Design Completion Date:7102/2(321 Summary inactive Summary _ Finish-only 3 d
Project Summary € 't Manual Task _ -4 Deadline
External Tasks .. Duration-only
Critical ,e
i
Page C-2 Sam Bass 42 WTM Design-Exhibit C
ADDENDUM TO EXHIBIT D
Fee Schedule
Attached Behind 'This Page
"E SAM BASS 42-INCH WATER TRANSMISSION MAIN FINAL DESIGN VERSION 1.0
EXHIBIT D
FEE SCHEDULE
Billing Rate $ 250.00 I$ 250.00 $ 215.04 $ 385.00 $ '40.00 1$ 105.00 $ 105.00!S 90.00
Far i#
Pro et Prot Pn+jeet Project Sr.(ADD, Project Total n
Pt�ncl#tal Manager Maritager Firvinee€ enwritair FIT Toolhalcuirt Administrator labor TatelLabor SAA)>lho Engitnaei ExPenses Tota)
Task Hut's :}lours Hours Hours Hours: "mfrs Hours flours Hours cast Gast Gast Cost cast
Task 1-Project Management ,
1.1. 'Project Mana ementlAdministration(8 months) 1 2 32 8 43 58.3501 I $8,350
1.2.1 !Quality AssurancerQuafity Control 4 24 24 24 Y8 92 $18.840, $18.840
1 3.! IProect Meetin s&Status Reports i8 Meetings) 2 24 1 24 50 $9020: $244 $9.260
Subtotal Task 1 5 28 80 24 40 0 0 8 185 $36,210! $0' $01 $2 $36,450
Task 2-Phase B-60%Design Phase
2,1J i Site Investigation and Soil Resistivity Testing4 2 4 10 $1,560; $2,9801 $3 $4.570
_ __. ....
22I i Plan Preparation ! 120 Y 120 1$0 i 160 560 $76.200! $78.200
23. ISRecifications 40 58 4 _ 100 5168&01 _ $1$,860
1 I _
!
2 4` 1 Qpin(on of Probable Construction Costs _ 8 _ 12 - 12 i _ - 32 $4,660' I $4.660
2.5: Review and Respond to 60%Design Review Comments 8 12 16 8 44 55.920€ i $5.920
28' ;Utility Coordination i 1224 40 76 $10140` $10140
Subtotal Task 2 0 4 192 0 226 236 168 0 822 $f 15,340; $0! $2,980 $30 $118,350
Task -Phase C-90%Design Phase li
11. !Easement Document Prepartion i 4 42 10 $1.630! $3,652; $5,282
IPI3n Preparation 120 160 160 tOfl 540_ $75.500` $3,2001
33 sSpecifications 3. _ _ 24 40 24 88 $13,2801 !�� $13,280
_ 4. Opinion of Probable G��struetioe posts4 4 8 16 $2.260= 52,260
3 5. !Review and Respond to 90%Design Review Comments i 2 8 168 34 $4.070! 54,070
16, sUtility Coordination 12 24 40 76 510.1401 $10.140
Subtotal Task 3 0 0 166 4 240 j 248 110 0 764 $106,880 $3,652! $3,2001 $0 $113,732
Task 4-Phase D-100'1 Design Phase and Bid Phase i j
4A: Plan Preparation _ 24 32 40 16 112 $15,520. $2,400; $17,920
42., ISpecifications 26 32 i24 76 $11,3041 $11.3CG
4,3_ Opinion of Probable Construction Costs - — 4 4 8 16 $2,280 _ $2,260
4 4 R ve few and Respond to 100%Design Review Comments 24 4 4 14 $1,830; $1,830
4.5. !Preparation of Final"For Bid"Documents 4 ! 8 4 8 24 $3,244' _ $3.240
46, IPretzid Conference 4 48 $1,420! $34 $1.450
4 7., !Cantractots Questions 8 12 20 $3,4001 $3.400
4.8 (Addenda 8 2 8 ! 12 8 38 $5,310: $5,314
F-4.9_1Bid Evacuation and Award Racemmendation 4 8 8 20 $2,8201 $30 $2,850
Subtotal Task 41 0 0 78 2 112 100 36 0 328 $47,100' $0! $2,400: $60 $49,560
Protect Totals $ 28 $16 26 838 i $84 314 8 2099 30 6 580 310.-
Page D-1 of 1