Loading...
Contract - K Friese & Associates Inc - 9/24/2020 STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPI.E.MENTAL CONTRACT NO. 1 'To CONTRACT FOR ENGINEERING SERVICES FIRM: K FRIESE & ASSOCIATES, INC. ("Engineer") ADDRESS: 1120 S. Capital of Texas HiLlh ay Cit 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 $316,092.00 to a total of$'391,763.00; NOW 'THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: I. Article 1, City Services and Exhibit A, City Services shall be amended as set forth in the attached Addendum To Exhibit A. 11. Article 2, Engineering Services and Exhibit B, Engineering Services shall be amended as set forth in the attached Addendum to Exhibit B. Exhibit C, Work Schedule shall be amended as set forth in the attached Addendum to Exhibit C. Article 4, Compensation and Exhibit Q, Fee Schedule shall be amended by increasing by $318,092.00 the lump sum amount payable Linder the Contract for a total of $391,763.00, as shown by the attached Addendum to Exhibit Q. SLIJ)jfleniental Contract Re%A6/16 0199A961,00453720 84275 F-"U20 -6216(0 IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. [signature pages fiollowl Supplemental Contract Rev.06/16 0199.1961;00453720 84275 2 K FRIESE & ASSOCIATES, INC. By: Thomas M. Owens, P ,E,. , Exec . V. P . 1 SEP 20 Date Supplemental Contract Rev.06/16 0199.1961;00453720 84275 3 CITY OF ROUND ROCK APPR ED AS TO ()RM: By: inJd Craig Morganvayor Stepha 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, 3. 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. Proiect 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: 1.3.1. 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 1.3.5. 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. 32 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 14. 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. 16. 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. CLARIFICATIONS • 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 Chapman ., sw VM Cathodic Protection Field. Measurements and Design, Round Rack Water Pipeline, Sam Hass Road Area, With K Friese + Associates, Inc. Proposal.Number _ _ _ 1800 Proposal Dae - August 5, 2020 Proposal Writer Cal Chapman, P. E., NAGE CP Specialist Proposal Reviewer Mike Ames, Arita Bowen Client Contact Name Jason Bybel, P.E., PMP, Senior Engineer Client Company Name K Friese + Associates, Inc. Client Contact Street Address 1.120 S. Capital of Texas Highway C"it View 2, Suite 1.00 Client Contact City, State,Zip Austin, Texas 75746 - Client Contact E-Mail Address ll�ylr l cr l l c ,c 'on.1 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 requirements likely to be involved in this project, we offer the following comments and possible work steps. Your feedback is most welcome. P.O. Box 1305 Boerne,'Texas 713006 (1130) 81.6-3311 -(800)375-7747—Fax (830)1116-1753 info(i7'elial)nian.engitecering www.cltsrl)rrran.errl;ir►ceritig 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/NACE-Certified Corrosion Technician to the field, for measurements of soil resistivity at a minimum of three locations along the alignment area; 2 Ali Impressed-current ('athodic 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 frorn 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; 1 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 [lave 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 up in-person or conference meeting time, SCOPE OF WORK PROPOSED The scope described includes CP design for 42-incli-norninal-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 Eavored, 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 system, we will appreciate that information. Based on your e-mail information, Chapman Engineering personnel will participate in one field survey visit, then provide consulting communications, 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 CP 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$8,580.00 broken down as follows: Description 'rime to Cost Estimate & Hours Com leie da 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 STAKEHOLDEH� (CLIENT AND CHAPMAN 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, ADDITIONAL 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 4- Associates, Inc. of such a change order prior to any additional costs being incurred. PAYMENITERMS 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 left 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. GENERAL 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 --i-Associates, Inc. Round Rock CP August 5, 2020 Chapman 1800 Page 9 personnel to stand by, will be billed at T&M rates. In design phase, this is unlikely. AUTHORIZA:EION Please find attached an "Acceptance" block, for you to complete to give Lis authorization and "notice to proceed." Issuance of a PO is acceptance of the Terms and Conditions of this proposal. We appreciate the opportunity to work with you on this project. 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 AUTHORIZED SIGNATURES William M. "Mike" Ames Cal Chapman, P. E. Vice President, Technical Operations President MACE CP Specialist #4343 MACE CP Specialist #23357 MACE Sr. Corrosion Technologist#4343 Texas PE #81268 North Dakota PE #8286 New Mexico PE #19169 Oklahoma PE #26056 Model Law Engineer#35248, NCEES MACE-Certified Cathodic Protection Specialist #23357 CC/ab ACCEPTANCE I, , on behalf of K Friese 4- 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. T"fitj­e­"--'---­-" —---------------- I nature of Contracting Authority Date N—intei"NS-a—me of C—ontra-'-c-t"lt—ig—Au-th—ori—ty--""'------------ 9 SAM, LLC 4OD1Southwest Parkway, Bldg.Two,Suite lQ0'Austin,T%72735 Ob51Z.447,0S75Fax 5l2,326]OZg | infv@psambir www.sambiz rapewzona am Via Emai|:jbybe|@kfriese.com July 16, 202 Mr.Jason 8vbe[ P.E, PMP Senior Engineer KFdeae + Associates 112OG. Capital nfTexas Highway, City View 2. Suite 1UO Austin, TX78748 Re: Sam Bass Road Waterline Easement SAM Proposal No. 1O17Q38216A Uear]ason: Surveying And Mapping, LLC (SAM) appreciates the opportunity to submit proposal in response to your request for surveying services along Sam Boss 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 graphic representation of approximate project limits. After reviewing the attached proposal, please do not hesitate to call me if you have any questions. Sincerely, Scott C. Brashear, RPLG Project Manager [c: Donald Zdancewicz, RPLS 10 mmw 44 SCOPE OF SERVICES AND FEE Sam Bass Road Waterline Easement PROJECT OVERVIEW Surveying and Mapping, LLC (SAM) will provide professional surveying services to K Friese + Associates (Client) relating to the Sam Bass Road project in Williamson County, Texas. The approximate project limits are depicted below in red. 0!r 11 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 be Texas Coordinate System, Central Zone (4203), NAD 83, and units will be U.S. Survey Feet, asderived 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. • Lineworkfor easement will beprovided bythe client, • SAM shall utilize our existing ROW basemap from previous Sam Bass Road (Corridor H)project. EASEMENT EXHIBIT PREPARATION • Utilizing the existing ROW basemap, SAM shall prepare easement documents for up to one (1) affected property. Documents shall consist ofthe 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 ofall easement documents, S4K4 will make any necessary corrections. The final easement documents will then be delivered tothe Client. Addressing any additional comments isoutside ofthis scope ofservices. • Upon approval of the preliminary easement documents, SAM shall set the easement corners (up to corners). The easement corners shall consist of 5/8-inch iron rods with plastic caps stamped "SAM". 12 4AW PROJECT DELIVERABLES Deliverables toClient will consist nfthe following: • Easement documents (plat/field note) signed/sealed by a Texas RPLS in PDFformat ° Closure Reports FEE These professional services will be performed according to the following estimated fees: Easement Preparation $3,6S1.7S 13 ADDENDUM TO EXHIBIT C Work Schedule Attached Behind This Page K, FRI ESE Version 1.0 + ASSOCVATES ... .......... —----------- ;ID Task Name 3rd Quarter 4th Quarter Jun Jul Aug Sep Oct Nov 1 Sam Bass Road 42-Inch Transmission Main Final De.0- 2 Notice to Proceed 3 Task 1 -Project Management 4 1,1,Project Management/Administration 5 1.2.Quality Assurance/Quality Control 6 General QA/QC 7, 60% Internal QA/QC Review and Revision 8 90% Internal QA/QC Review and Revision 9 i 100% Internal QA/QC Review and Revision 10 1.3.Project Meetings &Status Reports(8 Meeting,---------I 11 Design Kickoff Meeting 12 60% Design Review Meeting 13 90% Design Review Meeting 14 100% Design Review Meeting 15 Williamson County Utility Coordination Meet 16 Williamson County Design Coordination Mee 17 Pre-Bid Conference ........... 18 Bid Opening 19 Task 2-Phase B -60%Design Phase 20 2.1.Site Investigation and Soil Resistivity Testing 21 2.2.Plan Preparation 22 2.3.Specifications 23 2.4.Opinion of Probable Construction Costs 24 60% Design Submittal to CORR &Williamson Cc 25 CORR Review Period 26 2.5.Review and Respond to 60% Design Review Cory 27 2.6,Utility Coordination 28 Task 3 -Phase C-90%Design Phase 29 3.1.Easement Document Prepartion 30 3.2.Plan Preparation 31 3.3,Specifications 32 3.4.Opinion of Probable Construction Costs 33 90% Design Submittal to CORR &Williamson Co 34 CORR Review Period ......................... _---- _._._�:: - Task -------------- Task Split Anticipated NTP: 9/24/2020 Milestone Date:Fri 8/14/20 Design Completion Date:7/02/2021 Summary Project Sur External Ta ——-­-------------- -- Sam Bass 42 WTM Desi-._n- 9 ---Exhibit--- C ...... ...... K FRIESE Version 1.0 + ASSOCVATES W W'U,W, --------------------------------- ................------ --------------------- !ID Task Name 3rd Quarter 4th Quarter Jun Jul Aug Sep Oct Nov 35 3.5.Review and Respond to 90% Design Review Con 36 3.6,Utility Coordination 37 Task 4-Phase D-100%Design Phase and Bid Phan — 38 4.1.Plan Preparation 110091, 39 4.2.Specifications �Tfsml 40.. ..E4.3.Opinion of Probable Construction Costs 7zilil 41 I 1001 Design Submittal to CORR&Williamson C 6/21 42 CORR Review Period 43 4.4.Review and Respond to 100% Design Review Co 44 4.5.Preparation of Final"For Bid" Documents 45 Design Complete Issue Final Plans&Specificati ,; 7/2 46 4.6.Prebid Conference 71 47 4.7,Contractors Questions 48 4.8.Addenda 49 Bid Opening 50 4.9.Bid Evaluation and Award Recommendation 51 Construction NTP F II ....................-—---------------------- Task Split Anticipated NTP:9/24/2020 Milestone Date: Fri 8/14/20 Design Completion Date:7/02/2021 Summary Project Sur External Ta ....................................... ................ ............... Sam Bass 42 WTM Design - Exhibit C ADDENDUM TO EXHIBIT D Fee Schedule Attached Behind This Page F R f E S E SAM BASS 42-INCH WATER TRANSMISSION MAIN FINAL DESIGN VERSION 1.0 EXHIBIT D FEE SCHEDULE Billing Rate 250,00_$ 21-0,00 215-00 S 186 00 $ 146.00:5 10500:$ 90A30 \ \ \ - \ ..\ \ —:- \ .\ 001 \ \ Mt Task 1-Project Management 11 Project Manage mentlAdmnistratio (6 month_) 1 .,[ -,._. 8 43 58.351 � $8.350 '2 y_ .Qualit Assuranue.4ualt Control -.... 4 24 --.24 24 I,, 16 --._ , .-.-.. _ --.-. 92 118540. ---. - �_ - - _ - _ _ _ - _. _— 118.540 1 3 ,Project Meein s&Status Re its{S Mtestsn s' ... 2 24 24 -.--. -.-_ ...._ ----. 60 59,Q20. --. $240 -$9;260 Subtotal Task 1 5 28 80 24 40 0 0 8 r44 $36.210' $0 $0 $240 36.450 Task 2-Phase B-60>Design Phase : 2 I_ S.e Inves iga.,on and Sail Resistivity TW ng 4 2 _.... 4 -_- 51,560 ..-_ - S2980 $30 $4,570 22, Pian Preparation ....... ----. ----. 120 120----. 160 160 ---_ 176 200 ----. .. S76.200 2 3 Specifications 40 .... �. 56 $16.860 ... . ..._. $16,860 _ 1 - -- -60 24,- Qpumon o€Probable Construction Coss - --. --. --. -_ & 12 -- 12 ---_ -_ X4,660 - $4,6602 5 Rev€ew ffr- Respar; 1 � De gn Reriew Gomm_nr$ _ _ --- 8 ___ "L ---_ 8 526_ Utility Coordination; _ ._ __12 24 _ 447 __... _ 76 $10.140 __. $10,14:' Subtotal Task 2 0 0 192 0 226 i 236 168 0 822 $115,340: $02.980!. $30 $116,350 Task 3-Phase C-901 Design Phase_ 31\ Easement Document Prepartion 4 - 4 2 ..-_ 'fo 51.630. ---_$3,652 ---- $5.282 32 Pias,Preparation _ _... _.... __. ..._120 - 160_... 160 p _ 540 $75,500 $3 2Q S78,7003--,,-- -Speofications 4 ._... - 4t? __. . _. _ � _... 513.280=- _... . _... _ $13.280 _. _. __ ...... `x _. _.. < . _... ._5_4--- OP�n'=ono€Praaab+e Construe#ton s 4 4 8 Cos622x;^ 52.261'----. _.-- ----. 3 5 Renew and^nespanri to iJesigr:Review Comments ----. --_ 2 8 ---_ 'I6 ---_ & ;- ----. 34--.- -S4,070 ----. ----. _._ 54,070 3.6 Utility Coordination — - - -12 24 40 78 $14140 - - - 510.140 Subtotal Task 3 0 0 166 0 240 248 110 0 764 --T106.8801 $1652....... $3,200: $0 $113.732 Task 4-Phase D-100%Design Phase and Bid Phase - __- _ - ---_. .. , 41-,. Pan Preparation -_ ----. -..-- ----. --_ 24 -_--. _ 32 40 16 112 5'=5520 ----. f ---. .,2400'..... .__ $17.920 4 2 -Plan 20 32 _._ 24 7a_... S11.300t S11,300 4,3._ Opinion of Probable Construction Costs _---. __.. 4 .6. _ ----. 16 $2160 ---_ . ----. -_... $2.260 4-4, Review and Respond to 100°x„Design Review Comments .- � - 4 ---.. 4. __. 4 ----. 14 S't 830 -..- ._. ----. $1,830 4 5 Preparation of Fina' mor Bid"Documents _---. _. --. --. ----. 4 - 8 ---_ . 4 ---_ 8 .- ---_ cd ---$3,240 _ ----. -.--. 53,240 46 P eb:d Cor€erence.... __. -__ 4 - 4 -__ 8--_ .S1 420_ 30 $1,#50; 4,T Contractor's Ouesbons --__ T -----8 12 .. _ u.... r - e ---.. .._.. ._.__.. _ _ _.. 53.4.,1, _ ..3,406 4 8 ..,Addenda 8 2 8 12 8 38 - -.__SS 3'r0. ...-.. , .-._ 55,310 4,9 'Bid Evaluation and Award Recommendation 4 _.._._ -.-- 8 - $ - _. _-24 - 52 82"1 --._ --.-. - _S3o $2.854 Subtotal Task d 0 0 78 2 112 100 36 0 328 $47,100- $01 $2,400 0 $49.560 \�. .,.� A 7..a\ ��. v Page D-1 of 1