Contract - K Friese & Associates - 2/11/2021STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO. 1
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: K FRIESE + ASSOCIATES, INC. ("Engineer")
ADDRESS: 1120 S. Capital of Texas Hwy, Building 2, Suite 100, Austin, TX 78746
PROJECT: Greenlawn Boulevard Widening — SH 45 to IH 35
This Supplemental Contract No. 1 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 24th day of October, 2019 for the Greenlawn Boulevard Widening
— SH 45 to IH 35 Project in the amount of $15 5,413.00; 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 $820,982.00 to a total of $976,395.00;
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.
II.
Article 2, Engineering Services and Exhibit B, En ineeriny 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 D, Fee Schedule shall be amended by increasing by
$820,982.00 the lump sum amount payable under the Contract for a total of $976,395.00, as
shown by the attached Addendum to Exhibit D.
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
Supplemental Contract Rev.06/16
0199.1953;00462867 84275
OK-102 1 _ t)
3
1
K FRIES + ASSOCIATES, INC.
By:
I1M MAs M. ( <Cc.
13 .�na zl
Date
Supplemental Contract Rev.06/16
0199.1953; 00462867 84275
CITY OF ROUND ROCK APP VED AST FORM:
By: MMKI .
Craig Morgan, yor Stephan L. Sheets, City Attorney
2�►I.21
Date
Supplemental Contract Rev.06/16
0199.1953; 00462867 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 deliverable 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. Tax Exemption Certificate for ROW services.
5. Title Commitments for ROW parcels.
ADDENDUM TO EXHIBIT B
Engineering Services
UNDERSTANDING
The City of Round Rock previously engaged K Friese + Associates, Inc. (KFA) to
develop a schematic level recommendation for the expansion of Greenlawn
Boulevard from IH-35 to SH 45. The existing roadway is a 4 lane divided urban
arterial facility which is experiencing distressed pavement in certain areas along the
project limits. The City desires to evaluate the existing pavement to determine which
areas can be improved by milling and overlay versus full depth reconstruction. The
project will be designed to construct a 6 lane divided urban arterial with dedicated
right and left turn lanes at Pflugerville Parkway and other locations as shown on the
project schematic roll plot. The existing culvert crossing at Gilleland Creek will be
analyzed for adequacy to convey the Atlas 14 100 year design storm. This proposal
includes scope for potentially replacing the culverts with twin bridges.
K Friese & Associates, Inc. (KFA) will prepare Plans, Specifications, and Estimate
(PS&E) suitable for bidding. Major items of the scope will include project
management, environmental documentation, roadway and drainage design, bridge
design, traffic signal adjustments, analysis of the existing pavement section
performance, traffic signal adjustment and illumination pole adjustments.
SCOPE OF SERVICES
TASK 1 — PROJECT MANAGEMENT
1. Project Management/Administration — This task includes routine
communication with the City; managing sub -consultants, manpower, budgets,
and schedules; invoicing; implementing and monitoring of QA/QC efforts; and
other activities associated with managing the project. A project duration of 18
months has been assumed for this proposal.
2. Project Meetings and Status Reports — KFA will attend regular status
meetings with the City to review progress and upcoming work. We have
budgeted for three meetings during the project following the 60%, and 90%
submittals, including meeting preparation and minutes. KFA will also submit
monthly status reports to the City documenting progress, budget, and
schedule.
TASK 2 —FINAL DESIGN
1. Environmental Documentation — Raba-Kistner Consultants, Inc. (RKI) will
perform the following environmental items.
a. Cultural Resources
• Prepare Desktop Review of Known and Potential Archaeological
Resources: The consultant will prepare the background review to
aid in the production of the Texas Historical Commission (THC)
B-1 of 12
ADDENDUM TO EXHIBIT B
Engineering Services
Texas Antiquities Committee (TAC) Pedestrian Survey Permit
Application.
• Submit Desktop Review to the THC: The consultant will submit
the permit application to the THC for review, approval, and the
granting. of the permit number for the pedestrian survey.
• Completion of the Pedestrian Survey and Technical Report:
Mobilization for and completion of the Pedestrian Survey which
will include an evaluation of the project area, the Area of
Potential Effect (APE), for the presence of standing historic
structures and buried archaeological deposits. Following the
completion of the fieldwork, the consultant will submit the draft
final technical report summarizing the findings of the
investigations to the THC for review.
RKCI will make revisions to the draft and final report to address
the comments of the oversight agencies.
b. Phase I Environmental Site Assessment:
• Review of Existing Data and Records - RKCI will review
reasonably ascertainable pertinent records and resource
materials that are practically reviewable within the cost and time
constraints of the ESA -I. Federal, state, local, and facility records
will be evaluated for environmentally significant information
regarding the site and documented facilities or incidents within the
approximate minimum search distance established by the
environmental professional in accordance with the ASTM
standard.
Review of Recorded Land Title Records: RKCI will review records
of fee ownership, leases, land contracts, easements, liens, and
other encumbrances on or of the property as provided by CLIENT
or owner, for the purpose of identifying past owners or operators
on the site who may have been involved in activities known or
reported to include the generation, handling, or disposal of
hazardous waste.
Site Reconnaissance - RKCI will perform a site reconnaissance in
an attempt to identify recognized environmental conditions in
connection with the properties. The environmental professional
shall visually and physically observe the property, and any
structure(s) located on the property not obstructed by bodies of
water, adjacent buildings, or other obstacles for environmental
hazards and conditions related to the property. The adjoining
properties, structures, and potential recognizable environmental
B-2 of 12
ADDENDUM TO EXHIBIT B
Engineering Services
hazards and conditions of the property shall be observed visually
from all adjacent public thoroughfares, roads, or access points, as
well as subject property.
c. Protected Species Habitat Evaluation: This task includes an assessment
of habitat for rare, threatened, and endangered species and U.S. Fish &
Wildlife designated critical habitat. RKCI will research readily available
environmental information from appropriate local, state, and federal
agencies relative to the project area. This will include a review of desktop
resources such as USGS topographic maps, aerial photography, Texas
Parks and Wildlife Department (TPWD) Natural Diversity Database
(TXNDD) Element of Occurrence Records (EOR), TPWD Rare Resources
by County lists, and U.S. Fish & Wildlife designated critical habitat field
visit will be conducted in support of the assessment. The vegetation of
the project area will be characterized, as will the ecological setting in
accordance with TPWD map publications, including The Vegetation Types
of Texas. This field data will aid in determining the potential presence
habitat suitable for state and federally listed species and critical habitat in
the proposed project area. RKCI will prepare a report documenting the
findings, which will include:
• Executive Summary
• Topography and Setting
• Aerial Photography
• Ecological Setting
• Wetlands
• Field Investigation
• Texas Parks and Wildlife Annotated List of Rare Species
• Texas Natural Diversity Database
• U.S. Fish & Wildlife Service Information Planning and Conservation
System data and Critical Habitat
0 Migratory Bird Treaty Act Considerations
• Recommendations and Best Management Practices
• References and Acronyms
At the request of the City of Round Rock, RKCI will initiate coordination
with relevant resource agencies (Texas Parks & Wildlife and the U.S. Fish
and Wildlife Service) to request any comments related to wildlife
resources under their purview.
d. Waters of the U.S. Delineation: RKCI will conduct field investigations and
prepare a Waters of the U.S. (WOUS) (including wetlands) determination
and delineation report for the site in accordance with current federal
delineation methodology including the 1987 U.S. Army Corps of Engineers
(USAGE) Wetland Delineation Manual and 2010 Regional Supplement for
the Great Plains Region. A determination will be made regarding the
B-3 of 12
ADDENDUM TO EXHIBIT B
Engineering Services
presence of potential WOUS, as defined using prescribed USACE
guidance, that may be subject to Clean Water Act Section 404 jurisdiction.
Should any potential jurisdictional features be identified, RKCI will identify
and delineate the boundaries, including special aquatic sites (e.g.,
wetlands), and collect a minimum of two representative wetland sample data
points. If no surface water features are identified, two Wetland
Determination Data Forms will be completed to document negative
findings. Any identified stream/wetland boundaries will be surveyed using a
survey -grade Global Positioning Satellite (GPS) system with sub -meter
accuracy.
RKCI will prepare a delineation report for the site complete with
appropriate field data forms to provide documentation of these conditions.
The report will include:
• Brief description of the project, methods/sampling procedures, and
results as required by the USACE;
• Boundaries of any waters of the U.S. identified in the field;
• Figure depicting the location of each wetland sample data point;
• Completed wetland data forms;
• Area (acres) of potential jurisdictional waters of U.S. shown on an
exhibit;
• Pertinent published data (e.g., historical USGS topographic maps,
historical aerial photography, Federal Emergency Management Agency
maps, National Wetland Inventory Maps, and USDA soil surveys) to
support the findings.
e. Clean Water Act Section 404 Permit Memo: In the event the stream is
considered by RKCI to be subject to CWAiurisdiction we will prepare a
Section 404 Permitting Memorandum outlining options for obtaining a
permit from the USACE.
2. ROW Surveying —Inland Geodetics LP (Inland) - Inland will Design and
establish secondary control traverse as needed for boundary data gathering
tasks, perform sufficient research of the affected properties to reconstruct the
existing boundary lines from record information. Inland will prepare a property
schematic generated from record data for the total project to include a list of
property owners. Inland will perform sufficient survey field boundary surveying
work for the project length to locate the record boundaries. Inland will perform
sufficient boundary analysis of the gathered field work to depict the reconstructed
boundaries. Inland will prepare metes and bounds descriptions with
accompanying survey plats for 5 parcels to be acquired along the project route.
This proposal assumes that Temporary Construction Easements will be
referenced as adjacent to and parallel with the described permanent easement.
Other easements that may be required will be proposed as supplemental
services with additional fees.
B-4 of 12
ADDENDUM TO EXHIBIT B
Engineering Services
3. Geotechnical Testing and Analysis —
a. Existing Pavement Analysis - Raba-Kistner Consultants, Inc. (RKCI) will
perform non-destructive Falling Weight Deflectorneter (FWD) Testing
along the approximate 5,200 lineal ft of roadway from Interstate Highway
35 (IH-35) to State Highway 45 (SH-45) in Round Rock, Williamson
County, Texas. The purpose is to determine the in -place layer moduli
using back calculation techniques. This will in turn assist in determining
the most appropriate options for rehabilitating the roadway and pinpoint
the location of weak layers that warrant addressing. In order to perform
the most accurate back calculations, the data must be correlated with
thickness information collected from drilled pavement core data.
The results of the data collection will be utilized to determine the moduli of
the existing asphalt pavement section and underlying subgrade. This
information will be utilized to provide new pavement design
recommendations that will accommodate a total equivalent 18mkip single
axle load of 4.2 million. TxDOT's FPS21 or other design programs
acceptable to the City of Round Rock will be utilized. Additionally, the
remaining life cycle of the existing pavement will be determined. RKCI will
update our previous pavement section with this information. We will
prepare two to three flexible pavement designs. The flexible pavement
designs will include but not limited to a subgrade stabilization option, a
full -depth asphalt section, and a performance enhancement option.
Prior to finalizing the final design, RKCI will coordinate preliminary findings
with the City.
b. Bridge Geotechnical Testing and Analysis — RKCI will drill up to four (4)
bridge borings at a depth of 60-feet below the existing ground surface.
The bridge scope of work will include the following:
• Geotechnical Bridge Report including boring location map, boring
logs (TxDOT WinCore logs), subsurface exploration procedures,
description of subsurface and groundwater conditions.
• RKCI will stake borings in the field, perform to
characterize soils and provide bridge capacity curves and
earthwork construction of the embankments.
• Traffic control for boring activities
Laboratory testing including moisture content, Afterberg limits,
sieve analysis for scour.
4. Bridge Design — P.E. Structural Consultants, Inc. (PESC) will provide bridge
design services. This task assumes that the existing bridge class culvert
B-5 of 12
ADDENDUM TO EXHIBIT B
Engineering Services
(5~9'X5' MBC) at Gilleland Creek will be replaced with two multi -span bridge
structures (one in each direction), each approximately 120 feet long, as required
to convey flow based on ATLAS-1 4 rainfall data for the equivalent 100-year event
with 2 feet of freeboard, and skewed to align with flow (anticipated standard skew
is 15 degrees). Superstructure is assumed to be prestressed concrete beams or
girders (e.g., TxDOT Prestressed Slab Beams or Tx Girders), with TxDOT
conventional reinforced concrete substructures on drilled shaft foundations.
Each bridge will carry 3 lanes of traffic with shoulders; southbound bridge will
also accommodate a shared use path on raised sidewalk section (45mph design
speed — no barrier required) with appropriate bridge railings. Assumed
embankment protection is standard TxDOT riprap. Custom bridge design is
assumed. Bridge design shall be in conformance with the TxDOT Bridge Design
Guide (Jan 2020), TxDOT LRFD Bridge Design Manual (Jan 2020), TxDOT
Bridge Project Development Manual (Jul 2019), TxDOT Bridge Detailing Guide
(August 2018) and AASHTO LRFD Bridge Design Specifications (8th Edition,
with interims) and City of Round Rock applicable bridge design criteria.
a. Bridge Preliminary Design
• PESC will coordinate with Geotechnical task lead to set bridge
boring locations, review and comment on Geotechnical Report,
and determine preferred foundation options.
• PESC will review available plans for the existing culvert and visit
the site to confirm and document existing conditions.
• PESC will coordinate with the H&H, Roadway and Traffic Control
leads to prepare bridge structure type options, bridge lengths and
span arrangements to convey the design flood and
accommodate roadway and traffic requirements. PESC will
prepare a preliminary cost comparison to select the most
economical viable option.
b. Bridge Layout and Typical Section - PESC will develop preliminary and
final bridge layout plans, elevations, and typical sections for the bridge
structures described above. It is assumed that phased construction may
be required. Effort includes geometry calculations, coordination of ROW,
utility, hydraulic and traffic control information, and foundation design. A
separate foundation layout will not be required.
c. Estimated Quantities and Bearing. Seat Elevations - PESC will prepare
estimated bid quantities and elevations in accordance with TxDOT
standard practice.
d. Abutment Design and Details - PESC will develop abutment designs and
details in accordance with TxDOT standard practice.
e. Interior Bent Design and Details - PESC will develop interior bent design
and details in accordance with TxDOT standard practice.
f. Bridge Framing Plan and Design - PESC will develop bridge
superstructure framing design and details in accordance with TxDOT
standard practice.
B-6 of 12
ADDENDUM TO EXHIBIT B
Engineering Services
g. Bridge Slab Plan, Transverse Sections and Details - PESC will develop
bridge deck design and details, including raised sidewalk details, in
accordance with TxDOT standard practice.
h. Prestressed Beam or Girder Design and Data - PESC will develop beam
or girder designs and details in accordance with TxDOT standard practice.
i. TxDOT Standard Details - PESC will select and prepare appropriate
TxDOT bridge standards; modification of standards is not anticipated.
ja Details for unique approach slabs or bridge drainage are not anticipated.
k. Bridge Calculations — PESC will assemble a complete set of bridge
calculations (Pdf format only).
5. Construction Plans — KFA will produce the following sheets (11 )1 x 17" Full -Size)
as appropriate for the revised roadway design. QA/QC is included in each sheet
task. The project assumes milestone plan submittals for 60%, 90%, 100%, and
Final (bid) stages.
a. MISCELLANEOUS PLANS
1. TITLE SHEET (1 Sheet)
2. INDEX OF SHEETS (1 Sheet)
3. QUANTITY/SUMMARY SHEETS (7 Sheets) —
1. Roadway Quantities
2. Summary of Drainage and Erosion Control
3. Summary of Pavement Markings and Traffic Controls
4. Illumination Summary Sheets
5. Traffic Signal Summary Sheets
6. Summary of Small Signs
4. GENERAL NOTES (2 Sheets)
5. HORIZONTAL ALIGNMENT DATA & SURVEY CONTROL (1
Sheet)
6. PROJECT LAYOUT (1 Sheet)
7. REMOVAL PLANS (3 Sheets)
b. TRAFFIC CONTROL
1. TRAFFIC CONTROL NARRATIVE (1 Sheet)
2. TRAFFIC CONTROL LAYOUTS (8 Sheets)
3. TRAFFIC CONTROL STANDARDS (14 Sheets)
c. ROADWAY PLANS & GEOMETRY
1. TYPICAL SECTIONS (5 Sheets) — Existing and Proposed typical
sections
2. ROADWAY PLAN AND PROFILE SHEETS (5 Sheets)
B-7 of 12
ADDENDUM TO EXHIBIT B
Engineering Services
3. INTERSECTION LAYOUTS (1 Sheet)
4. DRIVEWAY PLAN AND PROFILES (6 Sheets)
5. ROADWAY STANDARDS (5 Sheets)
6. CROSS -SECTIONS — (34 Sheets) KFA will
complete design
cross -sections at 50-foot stations and other locations as
necessary for the determination of cut and fill quantities and to
further refine the design vertical geometry.
d. BRIDGE PLANS
1. BRIDGE LAYOUTS AND TYPICAL SECTIONS (4 Sheets)
2. ESTIMATE QUANTITIES AND BEARING SEAT ELEVATIONS
(2 Sheets)
3. ABUTMENT PLANS, ELEVATIONS AND DETAILS (6 Sheets)
4. BENT PLANS, ELEVATIONS AND DETAILS (4 Sheets)
5. BRIDGE FRAMING PLANS (2 Sheets)
6. BRIDGE SLAB PLAN AND SECTION (4 Sheets)
7. PRESTRESSED BEAM DESIGN DATA (1 Sheet)
8. TXDOT BRIDGE STANDARDS (18 Sheets)
9. BRIDGE HYDRAULIC SHEET (1 Sheet)
10. SCOUR CALCULATION SHEET (1 Sheet)
e. DRAINAGE PLANS
1. OFFSITE DRAINAGE AREA MAP (1 Sheet)
2. ONSITE DRAINAGE AREA MAPS (4 Sheets)
3. STORM SEWER PLAN & PROFILE SHEETS (4 Sheets)
4. LATERAL PROFILE SHEETS (2 Sheets)
5. STORM SEWER HYDRAULIC CALCULATIONS (2 Sheets)
6. INLET CALCULATION SHEETS (2 Sheets)
7. DRAINAGE DETAIL SHEETS (10 Sheets)
f. UTILITY SHEETS
1. UTILITY LAYOUTS (3 Sheets)
2. UTILITY STANDARDS (2 Sheets)
g. SIGNING AND MARKING
1. SIGNING AND PAVEMENT MARKING LAYOUTS (3 Sheets)
2. SIGNING AND PAVEMENT MARKING STANDARDS (5 Sheets)
h. SIGNALIZATION
1. TRAFFIC SIGNAL PLANS (10 SHEETS)
2. TRAFFIC SIGNAL STANDARDS
i. ILLUMINATION
B-8 of 12
ADDENDUM TO EXHIBIT B
Engineering Services
1. ILLUMINATION PLANS (3 Sheets)
2. ILLUMINATION DETAILS (15 Sheets)
j. EROSION CONTROL SHEETS
1. STORMWATER POLLUTION PREVENTION PLAN (1 Sheet)
2. EROSION CONTROL PLAN SHEETS (3 Sheets)
3. EROSION CONTROL STANDARD SHEETS (3 Sheets)
6. ATLAS 14 Cross Drainage Structure Analysis and Tech Memo - KFA will analyze
the existing culvert at Gilleland Creek to determine the capacity of the existing
culverts to convey Gilleland Creek peak flood during the Atlas 14 5- 110-,25-, and
100-year storm events. KFA will determine the size of the box culverts or bridge
systems to convey the storm events if the existing culverts lack the capacity. The
analysis results and proposed improvements will be summarized in a technical
memorandum.
7. Opinion of Probable Construction Cost — KFA will prepare and submit an
engineer's opinion of probable construction cost in Microsoft Excel format at the
60% and , 90%9 100% and Final submittals to the City.
8. Contract Documents — KFA will prepare a set of construction contract documents
in accordance with City of Round Rock Standards including:
a. CONTRACT REQUIREMENTS
1. Notice to Bidders
2. Instructions to Bidders
3. Bid Bond
4. Bid Form
5. Statement of Bidder's Safety Experience
6. Agreement
7. Insurance & Construction Bond Forms
8. Performance Bond
9. Payment Bond
10. Certificate of Liability Insurance
11. General Conditions
12. Supplemental General Conditions
13. Special Conditions
b. Technical Specifications and Provisions
1. City of Round Rock Standard Specifications
2. Special Technical Specifications
3. Special Provisions
B-9 of 12
Greenlawn Boulevard
Exhibit B
Services to be Performed by the Engineer
9. Utility Coordination —
a. Utility Coordination Meetings — KFA and the Rios Group (RIOS) will attend
utility coordination meetings with the City and utility owners to relocate
facilities which cannot be avoided by reasonable roadway design
revisions. A total of five (5) meetings have been assumed for this scope.
KFA will prepare sketches as necessary to help facilitate utility
relocations.
b. Coordinate directly with utility owners (including CORR Utilities) to gather
as -built information, resolve conflicts identified during the design phase,
review utility relocation plans to verify that potential utility conflicts have
been resolved, and coordinate with utilities to verify that relocations are
complete. The utility relocation plan reviews include a total of six (6)
utilities with two (2) reviews each. RIGS will verify that utility relocations
are complete by communicating with utility owners. RIOS will not perform
field inspections or field verifications.
ce Utility Conflict Matrix — RIOS will review existing utilities, identify potential
conflicts, and prepare a utility conflict matrix summarizing conflicts. RIOS
will maintain utility conflict matrix throughout design and construction.
d. SUE Test Holes (As Needed) — RIOS will perform up to ten (10) QL "A"
SUE test holes along Greenlawn Blvd if needed in order to determine
potential utility conflicts in Round Rock, Texas. The limits of the SUE
investigation include Greenlawn Blvd. from IH 35 to SH 45, as outlined in
red on Exhibit B. TRG will excavate the test holes at locations determined
by the Client. To layout the test holes, TRG will attempt to designate 10-
feet of the target utility on each side of the test hole location.
10. Permitting For purposes of this proposal, it is assumed that the final roadway
design will require the following permits:
a. TDLR (TAS) Review — KFA will prepare and submit the required
documentation for a review and approval of the pedestrian facilities in
accordance with TDLR/TAS regulations.
Altura Solutions (ALTURA) will register the project with TDLR, perform
plan review of the project construction documents, Perform the final
inspection of the project upon completion.
11. Bid & Award — KFA will assist the City of Round Rock with contract
administration during the bid phase of the project.
a. Pre -Bid Conference — KFA will attend the pre -bid conference, document
any questions and responses provided at the meeting, and issue a follow-
up addendum if necessary.
B-10 of 12
Greenlawn Boulevard
Exhibit B
Services to be Performed by the Engineer
b. Addenda Preparation — KFA will interpret plans and specifications and
draft addenda, as necessary, for issuance. One (1) addendum has been
assumed for budgeting purposes.
c. Bid Opening and Review — KFA will attend the public bid opening,
tabulate the bids, and perform a review of the bid tabulation and
Contractor's qualifications. KFA will issue a Recommendation for Award
based on the lowest responsive bidder.
d. Contract Award —Following award of the Contract by the City, KFA will
assemble the necessary Contract Documents and coordinate with the
Contractor and City for execution.
e. Conforming Documents —Addenda items will be incorporated into a set of
" conformed" documents. We have included reproduction of 8 sets of
conformed documents to be issued for construction (4 to City; 4 to
Contractor).
TASK 3 — CONSTRUCTION PHASE
1. Construction Phase Services — KFA will assist the City of Round Rock with
contract administration during the construction phase of the project. We
understand the City of Round Rock will provide required construction inspection
services, and have assumed that the construction duration will be approximately
12 months. KFA's services will include:
a. Pre -Construction Conference — KFA will attend a pre -construction
conference with the City, Contractor, and other parties as appropriate, and
prepare the meeting minutes.
b. Progress Meetings and Site Visits — KFA will attend regular construction
meetings with the City, Contractor, and other parties as appropriate,
including preparing the meeting minutes. KFA will visit the site and
conduct construction meetings approximately every two weeks when
construction is in progress to verify that the work is generally in
conformance with the plans and specifications. For budgeting purposes,
we have assumed sixteen (16) meetings/site visits. KFA will prepare and
distribute meeting agendas and minutes.
c. Submittal Review — KFA will maintain a log of all Contractor submittals,
track review progress, review and approve submittals, and distribute
submittals to the appropriate parties.
d. Pay Estimate Review — KFA will review the Contractor's pay estimates
after approval by the City of Round Rock's on -site Inspector and make
recommendations for payment.
e. Preparation of Change Orders — KFA will review all Contractor's requests
for Change Orders and prepare Change Orders as appropriate. For
budgeting purposes we have assumed five (5) change orders.
f. Requests for Information (RF1s) — KFA will provide answers to requests
for information (RFI's) from Contractor as related to possible conflicts and
B-i I of 12
Greenlawn Boulevard
Exhibit B
Services to be Performed by the Engineer
clarifications needed between plans and specifications. Five (5) RFI's
have been assumed.
go Contract Close-out. KFA will attend a final project walkmthru, document
" punch list items", and issue an Engineer's Concurrence for Project
Acceptance letter.
h. Record Drawings. KFA will use the Contractor's redline as -built drawings
to document as -built conditions in the final record drawings. KFA will
supply the City of Round Rock with one set of reproducible record
drawings and provide one set of record drawings in pdf format.
ASSUMPTIONS
1. Water quality and detention design is not included in this proposal. The
project is within the Edwards Aquifer Transition Zone and flows away from the
Recharge Zone. It is not anticipated that a WPAP to TCEQ will be required.
2. TxDOT technical specifications will be used.
3. Utility design other than relocation of hydrant leads or valve and manhole
adjustments are not included with this proposal. KFA will coordinate with
utility companies for relocations through the City's Utility Coordination
Meetings.
4. The following environmental items are excluded from this proposal:
• If the pedestrian survey results in the finding of new prehistoric or
historic archaeological sites, and the investigations result in the
recommendation for National Register of Historic Places (NRHP)
eligibility testing, and if these recommendations are concurred with by
the THC additional archaeological investigations will be needed.
These investigations would take place under a separate NRHP
eligibility testing permit issued by the THC.
• TXDOT Categorical Exclusion Support
B-12 of 12
ADDENDUM TO EXHIBIT C
Work Schedule
Attached Behind This Page
ic
1
2
3
4
5
6
7
8
9
---10
11
12
13
14
15
16
17
18
19
20
21
Greenlawn Boulevard
Exhibit C
Work Schedule
Task Name Duration Start Finish Predece! 1st Quarte 2nd Quart 3rd Quarte 4th Quarte, 1st Quarte 2nd Quart 1 3rd Quarte, 4th Quarte
i �
Jan Feb1Ma A r ayJun Jul 'AugSep OctNovDec'Jan FebMa Apr�/IaYJun Jul�4u Se �cjNp\�DecJ
Nntirp to Prnrppri n rlavc Tm3 1/19/11 Tim 1/19/11 ♦ 2/16
Task 1 - Project Management/Administratic 485 days Tue 2/16/21 Mon 12/26/21
Task 2 - Final Design
228 days
Tue 2/16/21 Thu 12/30/2:
Environmental Documentation
60 days
Tue 2/16/21 Mon 5/10/211
ROW Survey
30 days
Wed 6/23/21Tue 8/3/21 10
Existing Culvert Analysis
30 days
Tue 2/16/21 Mon 3/29/211
Geotechnical Existing Pavement Analysis
35 days
Tue 2/16/21 Mon 4/5/21 1
60% Plans Preparation
45 days
Tue 4/6/21 Mon 6/7/21 7
60% QA/QC
10 days
Tue 6/8/21 Mon 6/21/218
60% Submittal
1 day
Tue 6/22/21 Tue 6/22/21 9
60% City Review and Comment
10 days
Wed 6/23/21Tue 7/6/21 10
90% Plans Preparation
30 days
Wed 7/7/21 Tue 8/17/21 11
90% QA/QC
10 days
Wed 8/18/21Tue 8/31/21 12
90% Submittal
1 day
Wed 9/1/21 Wed 9/1/21 13
90% City Review and Comment
10 days
Thu 9/2/21 Wed 9/15/2114
100% Plans Preparation
10 days
Thu 9/16/21 Wed 9/29/2115
100% QA/QC
5 days
Thu 9/30/21 Wed 10/6/2116
100% Submittal
1 day
Thu 10/7/21 Thu 10/7/21 17
Bid & Award
60 days
Fri 10/8/21 Thu 12/30/2118
Task 3 - Construction Phase - 12 Months
261 days
Fri 12/31/21 Sat 12/31/22 19
Contract Termination
0 days
Sat 12/31/22 Sat 12/31/22 20
Task
Inactive Task
Start -only E
Split
Inactive Milestone
Finish -only
Milestone
Inactive Summary
Deadline
Date: Tue 1/5/21
Summary
Manual Task
Progress
Project Summary
Duration -only
_ Manual Progress
External Tasks
Manual Summary Rollup
External Milestone
Manual Summary
Page C- 1
ADDENDUM TO EXHIBIT D
Fee Schedule
Attached Behind This Page
GREENLAWN BLVD
EXHIBIT D
FEE SCHEDULE
Billing Rate
$ 250.00
$ 175.00
$ 140.00
$ 105.00
$ 100.00
$ 85.00
Task
Principal
Project
Manager
Project
Engineer
EIT
Sr. CADD
Technician
Clerical
Total
Labor
Hours
Sub -
Total Labor Consultant Expenses
Cost Cost Cost
Total
Cost
Hours
Hours
Hours
Hours
Hours
Hours
Task 1 - Project Management
11
lProject Management/Administration
4
36
12
52
$8,320
$9,008
$17,328
21
JProject Meetings & Status Reports (5 Meetings)
20
20
40
$6,300
$4,264
$500
$11,064
Subtotal Task 1
4
56
20
0
0
12
92
$14,620
$13,272
$500
$28,392
Task
2 -Final Design
_
1
Environmental Documentation (RKCI)
0
a. Cultural Resources
2
2
$350
$17,196
$17,546
b. Phase 1 Environmental Site Assessment
2
2
$350
$3,296
$3,646
c. Protected Species Habitat Evaluation
2
2
$350
$5,046
$5,396
d. Waters of the US Delineation
2
2
$350
$4,396
$4,746
e. Clean Water Act Section 404 Permit Memo
2
2
$350
$392
$742
2
ROW Survey (Inland)
4
4
$700
$33,858
$34,558
3
Geotechnical Testing and Design (RKCI)
0
$0
$0
a. Existing Pavement Analysis
16
16
$2,800
$24,602
$27,402
b. Bridge Geotechnical Testing and Analysis
4
4
$700
$18,848
$19,548
4
Bridge Design (PESC)
8
8
16
$2,520
$113,280
$115,800
5
Construction Plans
0
$0
$500
$500
a. 1. TITLE SHEET (1)
1
2
4
7
$875
$875
2. INDEX OF SHEETS (1)
1
2
4
7
_
$875
$875
3. QUANTITY SUMMARY SHEETS (6)
4
16
24
44
$5,460
$8,419
$13,879
4. GENERAL NOTES (2)
4
8
12
$1,540
$1,540
5. HORIZONTAL ALIGNMENT DATA & SURVEY CONTROL (1)
1
2
8
11
$1,295
$1,295
6. PROJECT LAYOUT (1)
1
12
13
$1,435
$1,435
7. REMOVAL PLANS (3)
2
16
16
8
42
$5,070
$5,070
b. 1. TRAFFIC CONTROL NARRATIVE
2
12
14
$2,030
$2,030
2. TRAFFIC CONTROL LAYOUTS
24
100
100
80
304
$36,700
$36,700
3. TRAFFIC CONTROL STANDARDS (14)
1
2
4
7
$785
$785
c. 1. TYPICAL SECTIONS (5)
16
20
40
76
$9,800
$9,800
2. ROADWAY PLAN AND PROFILE SHEETS (5)
16
40
80
40
176
$20,800
$20,800
3. INTERSECTION LAYOUTS (1)
2
20
20
42
$5,250
$5,250
4. DRIVEWAY PLAN AND PROFILES (6)
4
12
40
56
$6,580
$6,580
5. ROADWAY STANDARDS (5)
1
8
4
13
$1,415
$1,415
6. CROSS SECTIONS (34)
16
48
88
152
$18,760
$18,760
d. BRIDGE PLANS (KFA & PESC)
14
24
40
4
82
$10,410
$34,964
$45,374
e. 1. OFFSITE DRAINAGE AREA MAP (1)
2
4
12
8
26
$2,970
$2,970
2. ONSITE DRAINAGE AREA MAPS (4)
4
12
24
8
$5,700
$5,700
3. STORM SEWER PLAN & PROFILE SHEETS (4)
8
16
80
40
144
$16,040
$16,040
4. LATERAL PROFILE SHEETS (2)
2
8
20
10
$4,570
$4,570
5. STORM SEWER HYDRAULIC CALCULATIONS (2)
4
16
60
10
90
$10,240
$10,240
6. INLET CALCULATION SHEETS (2)
2
12
40
8
$7,030
$7,030
7. DRAINAGE DETAIL SHEETS (10)
2
12
12
26
$2,810
$2,810
f. 1. UTILITY LAYOUTS (3)
2
16
20
40
78
$8,690
$8,690
2. UTILITY STANDARDS (2)
1
4
4
9
$995
$995
g. 1. SIGNING AND PAVEMENT MARKING LAYOUTS (3)
4
20
60
60
144
$15,800
$15,800
2. SIGNING AND AND PAVEMENT MARKING STANDARDS (5)
1
4
4
9
$995
$995
h. 1. TRAFFIC SIGNAL PLANS (10)
4
4
$700
$36,950
$37,650
2. TRAFFIC SIGNAL STANDARDS
0
$0
$10,598
$10,598
i. 11. ILLUMINATION PLANS (5)
4
4
$700
$14,789
$15,489
2. ILLUMINATION DETAILS (2)
0
$0
$4,708
$4,708
j. 1. STORMWATER POLLUTION PREVENTION PLAN (1)
1
2
2
5
$665
$665
2. EROSION CONTROL PLAN SHEETS (4)
4
8
40
32
84
$9,220
$9,220
3. EROSION CONTROL STANDARD SHEETS (3)
1
4
4
9
$995
$995
6
1ATLAS 14 Cross Drainage Structure Analysis and Tech Memo
8
60
20
4
92
$12,300
$12,300
7
Opinion of Probable Construction Cost
4
8
16
28
$3,500
$3,500
8
Contract Documents
4
8
16
28
$3,500
$3,500
9
a. Utility Coordination (KFA and RIOS)
20
20
$3,500
$48,869
$52,369
b. SUE Test Holes (10)
1
2
3
$385
$30,601
$30,986
10
JPermitting
2
4
6
$770
$2,075
$2,845
11
IBid & Award
a. Pre -Bid Conference
4
4
8
$1,260
$1,260
b. Addenda Preparation
1
4
6
8
19
$2,165
$11,703
$13,868
c. Bid Opening & Review
6
4
10
$1,470
$1,470
d. Contract Award
1
4
8
13
$1,535
$1,535
e. Conforming Documents
2
1
8 1
10
$1.0801
$4.453
$5,533
Subtotal Task 2
0
249
526
944
408
0
1977
$257,135
$429,043
$500
$686,678
Task
3 -Construction Phase
$0
1
a. Pre -Construction Conference
4
4
8
$1,120
$1,120
b. Progress Meetings and Site Visits
48
32
18
98
$14,770
$9,122
$500
$24,392
c. Submittal Review
8
80
20
108
$14,700
$12,285
$26,985
d. Pay Estimate Review
12
24
36
$5,460
$5,460
e. Preparation of Change Orders
4
16
32
40
92
$10,300
$9,594
$19,894
f. Requests for Information
4
12
16
32
$4,060
$6,084
$10,144
g. Contract Close -Out
4
16
16
36
$4,620
$1,664
$6,284
h. Record Drawings
2
8
20
30
$3,470
$8,1631
$11,633
Subtotal Task 3
0 1
86
188 1
106
60 1
0
If $58,506
$46,912
$500
$105,912
Project Totals
4
391
734
1,050
468
__J3807
12
2069 $330,255.00 $489,227 $1,500J
$820,982
Page D-1 of 1
.
. .
.
. -*....
:�. .. C3F. tESTED PAi��
I.. .I
.I�. 1_:.
ATE..
C-
.. :.. INTE�*_:,'.
71E.�I.
C.I--
."._,
.-
..
E---
""..
*.
RTIF--',-�
�*I:�
.�
I,I-
..I
...�_
I I� .. .I ._. IL .
�
- I I �..I
�
. . :I. .I
.''�.1..-. .� ....i-I
.:.II
.-
U
.-
..��
_:_--.
..I .I.
.....��
..
I.�-_.
..
�,I
ORM . 2.. 5►
F.. �.
:.-
9-.I..
..II-..
-.--
.0
..-.-
-I
.N-
.I..._11-.
.Il
1.i.....
� ._� . � .� . ..� ..
I I
iI I I .�..
I . ..�
I .1
I.
. ... .:
I �
� ..
. . 1I . � � .
—1� __ .I
_ _. _
.. -_ . I. 1
I � .�11
.�...�. .. .: ... .. .
... ..I.- ---_..* - --- _. i. 1_:I.11- 1. , -- - -1q - I...�.
.-:
.� .� -. .- -,-.
--.��I__I_ .�r
.---_-�..
.-. ..I. .:: 1,.
-.�
.....
-.I _.
-'.1..��I
I-.--
-I
1-���._.
-:. _-I.
_..
.0-.-.
-.-1
-.I--.W. 1�
-.L�
-.-,
-- .-._-,� 10....�.-"
I1
-..rI
M..1
_I'--
_.0�I
1�I1
1:.:'.
.... -,11,.
-.-1:
�...-
1.�
.W...�.-
-1I.
--_-
-.----.
_.�1
-..�:
.�
_I �- -.
11Ir.
-.i--
1. 0I
_'�I.:r-
0�-L
.�-:
1I� .'�
-l--
1,.- -..�
"..r
...
.I1.+
.�.+
--
I+11..I.
1M..�
1..
I�-
I�+
1-.I�I_
I'..�..
i-
_�.
_1..
.-1I-..-
-W.
1:.I
I--..
�-1
.-,
1M--.*.��.:,
.I.-
I-.
..--1.
. .�
. � �_I .
.I .10f
_
.
, - - -
-_. --I1. -_1. -1---0-1.
.." --::1.
.. .I.- .-I.. -.�
...I -.
.L_I -.�
.:..M
.:I _,_
.. ----
���.
.I .
-.
-. -� -. -I
_I--
._.
10
-...
-0-.
-.r --II_ ---
-.+m -. --l..I-_.
-.I
..
_ .. I . 11
.0.. . . ov.'m
....I .:'.. .*. I . �. ,I� �, :. .I .
I -
..
.. I
. ,
,.I �,, � .. .:. .-
. .: I .. . .-.-� �
.
.
.�* .� ..
�..''
complete.N0s1A>- 4 and 6:if
I...
1I .1
� here are interested Parttes.
..!-
, , .-..,- 1.. , .I .. ., ..
...*-
..�,..-_
..11 _��
...AI:
.I. *.� ....--'. '- .�. ... .r� ..L .I�
.....
:1�.�.
1..�
'. .`1I..:..
1.---,
_-II�.I
1I..
�..�
:I-..
-...
.��
..-�-.-
'�
.�I�._-.�
W--M
.� .r
... �.
1.-�-.,P-*s.I
_� .�
."...-
.. _.I.
1...I�_
.._���
'..
m-.�I
...L-
..�I.�
..I�.
_..-I
_'S
.-1-
...iII--
�-I ::� �. +
.-.
..I_.
_.
. ...
-1i-
.�:.
_!_-.,
..�,I
.I 1-I
..-_
-�
.I_!.�-
0"�.
_--.
M�
-,...
_�I�.1
.L...
*--
_..rw
.�I-
,--.�I-..
_... .....
_--*
'-._*._
.I I-.
1.I
_I-.
W--..
.,I
0...
_-.I�--.
_.-.-!.
i�L.��1Ii-
,-.
.�--
_. . ... I .
- -- -
-. --
� .-
.._..L
, -
OFFICE, USE OItLY"
IL ...
:_ .1�M.I
I.I
-I.
�::......�.*.I ..- ..�
I��._.II
I.
Ia.-.
*�.-_
.- .-
-.
_1 Mm
�_--
-7�.
...
..+I�II
M+
...-_."
...
.W_..-�.1
I..
..
:_:._
. 1�I I 1:.,II_
. .
Cpmp1ete Nos,1.2� &*-S and 6 i� t��re are na interested parties.
-. - .I . . . . .� . I::
I I� , _ ,. I
... ..:. I
.
r . � .. :.. . : :Is
I1 I- A.r ..:I- �.� .-.
.I:. ----- -..I� -I-
.,'.�
�I-.-
��:M..�
..... '.. ..._.�.� ...� ,'
..�.�
.I- ..� .�. I.
�1II.
..-.,,�._o----
..
1.�-_-_
..
.:'�
:,
-_
.Ii-I.
..1.
..��-.I
_'..-
�-
-1..,,�I
-1.
-..-_.-�
.-
-.i-
-�_-.
.I
-.-I
-.I...-.
.-
.-.�".
�--
..+
-..-
.-:
-I
_..1
.Q.II
-.
�I...+�--.
.�..�
_-..
_I
I1+I
i�I.-
-�-I
�I.-
.I�.
.I,..
-��._.I� .-.�1
-..
-�I+
:I-.
-���
�.I.1.
.I... .L_.I ..- 1-.I .. .-.I
CEl�TI�ICATICiW C1F Fl�lNCs
. . . .
r�I.
..I
... ..1�.-
.-'1IL..
..w
.�-.,-�1
:I
.--
..1i
.I-
�._-
..-
..
.-W_
.--.III
I.
:----.
.'*.
III.I.�
. m. .w . O.
11� �
-
-
�
.. � I .--
..�..I
--., ---.. -.�
.
.
.
T Name ofi`t�usihess.entity fi-llngfiorm, and the ei#y, state antt'ccuntry'af the.bus iness entity's place
... . . . .. .
I�
- ,� �'
.-..
'.. .� ,.-.�.'.. .'1:. *�
....I
�� --
I�.1
�. ..
._Il.�"-�..
-.. -.
... _.--.
:.-_I.
... -.
.-..M0.1.I...
11
,I.�
...�,.-
_.
,-�.
n*I M0.
.-I-_
.I
.-..
''��.-
.'I.:I
I. �...11.-
.:,II
o�1.+.LI
-'.
..�-w
...r-
...
.I I--
�...11.
..
.---I
-: 1. -I
..I'.I-"-
.I
V*-�:
1.
_-!
---1I�
m--I N..'-I
..,.-I
I.�...
M-.I�
.-.�
1.I 1.+ _H�I N-
o.-II.
,-L.
..,-I...
,.L
I.L
o.I
..I... �+.
_-�..�-:I�L.-.-
..��I-�I.
-rI
--II.�-
MI�
*.-
111 I_ ..
I.
.�
ceIificate Number:
- '.
..1--..
I..__
.�r--I
..I-
-_I.II:...-I
.I..I-�.
-+��-r�
.--.
'--
1-.
I.��
of:business. �.I�.�,
I � . �
I
.:
:I
,,-_-._I�
'
..'.
-..-
..I��
. .
. . .II
..
021n70749
-
......
.I- I_-
�Iw-
.-_I
�.-1-
'1
..I...I--
._-.
.--I
.I. .--..I.. ..
� :. I
I I..
K-Friese & Assaciates,'inc. I�
.
I .
�L
.�- :1.
..
�-
...�.rI
'-.....i
..
..
L.:
* .
Austin, TX United States . . -
.-I
.....-
I
Date �iledr
.l.
.I
......... .r
.-L,
.--_m
.�.I
..
.--.�.I.L_-
� _� .�_.'. . .
.--_:_.
1
.
.
. W
.* . ----
2 Name o govemmenta ehti�v:or.sEate agency t at s a party tat e' contract r w is t e orm is
I-,- .-. - - - -
.:—.II
_.- --_. .,I.
-....
..
-.--
.. �-' .'. '.
.-.1I
-� .r� -I ",1... 'I ... -� -.�-.:I1
..,.1..
_.'. ..� ..:
.,-..�.�-�
..�1..
..I��
---I+.I�..I..
-*-.-
.W.1 ..�._:4�I�I
--..
:,i.
-�-
-.�
-..
--I..
U..II_
.�I�.
'I
-- --I
-�:I
_.:
�.�1I
--II
,...
_-I..I.--i�
-_..�I.I
.-.
0'II-.
---.:*
-I-II
--�..�
---.�1r��I.�
-.I1_II-
--..rL.�_-... -.�....:1�.._II.
-...�...�'--:�..I
_....���III..:I.. -..r�rI.�:�_�
--:�.II.�.1,I�1 _.,-__I.-.,-..�.I.-i
.��+
_...._�
.�I-.I.-.
-.�I+.
-.r._I
-.-
-.-�..-.-�r.�L,:I.���
-.1�.
"-I-+�.._I�.II+
..r-.i.I.I�
..1.
..N-I._
0111312021
I
--..� .. ..-
-1..�:1.
._..
.--._$.
4I
._$
-...
1-...
18.�
.:.
.
being filed.
�
�
Uty of Round Rock
I
I I ..
r..
�.:I
I--
..1...
I1II�
DatW-ACknowledged:
.
...�
.1 .... " ..:-�
..O_.. ...
...:.l-_7
._,,Ir-.:
..... .'
.I-..�*
....��
...'
--II,..-_,,
...�I .-I .�.
I
.I
: . _ _.. ... ,.., :..
I....... ..
I .. ....
N
iNN
0..___
I� 1
:...
. ..* I I 1
. I . ... . .
* .
...I� I...
--- -I* .- -..
-.-.�0.-.. -.I
Pravide'3he iderrtif�catinn numer- se0 y the . - -
. . r . . -
-.... .II-�
.. qvvrnmental entry or SI%I*.agency t track or identify the contract, and brovIde a
. .. ..1 ....I I -.I�.I-..
*..-.� ,.:..I .. .. , .a.., .
-_-..I.. .:"
.
..
-. I..: .......111 .�
.���1 .I I� -��, -' .'
" -_1r. ,.o..I *'..I.: . ...�.-.-.-_,I ..
--10---.1:.r
p... �.-.I ' -I .I�.- .I
.-..
_� ��IW�..I1.I '.I .I .: '
....1
'I .... .1.. '
.I..-
._,I.�I -I
,..I.
-.I..�O.�.'
.I�
.*:.�.
..r
�--..r
'".'-. �- .-.
....�
-� *�I ..:. ...
..-_._.-
-.
.I1..�I
.. .I _I.
-...@--_-
",_ ...I .. -. . .I
i-_. .1..1
"I--$--
..
.._-:
...
..
..--
1..�
...-:-
-------s.-
-I *�L.
-1I,II.'II
,I.--
u+ .II -LI ,-
....II
-. .�II -.. .I
m-I
-.I..I.�LI.r'���...
.
-MI.I��--
-.. --. I.
---I�.��� L.
.. ,. --�
--I:,..�
-�.-_..-I-
-I�
.IL1-
1'.-U7.
III..
.m..I1-
..
_.----
.-..
---
*.,-..I..i.'
.I-I..1.��
_-I.Mi-I
--7---.
�II
.�_*
-�
_-VIII.
--I-..+
-. ..I��
.'.:..-
_-LII.�---
�-..�..
...
-.*-
-�I_i�-..
-.,
-.�..�..:
1...I.�-
'-I.
-..--�.-.�Ir.r�.
-_+-..".-...--.I�_
.II1r.
-I.-....L.I�1
--I.I�I
-+.1:I
---.II...
-.�.I...
..I _.r.
-�..
1..$--..�.--�.I
.+-.
-.I.�
....I. ----I.:.
M--.,..
*-�...�
.1
'..--..I..._II�1.
.-..
: .-.I-,�� * . . ..: ..- . ..:'.� . �
description of the servwc�es, goods, ot other VtopertY-16-b e FraYideunder the contract,...
. . I I.��
*
.,.-..I
1- . ..� ..............
.
... ..
..:�
� .��N"� .r
....,*�
'.. .."-. ..: .I ':: .. .�. .�
--.. .�. :.I :1.� ..I. . ':
"�_1.
..I .:*.�.:':� .:I ,.� *I .�
11.. .. .I. .I� .�
.--II
.I
1$��-i
...-�.-i
.I- .0*- .��
.I
..I� .1
-.
.r_I��.
.�r .i-'.
._.
'..-
-.�1..
.I .V
.I�III-l.
".
'I-.�II
I:�
....I
.�I ..I:II
*-I
.-I.I.+�I
.I�L.
.-..I
.I�II..:_--+I
-�.1
'.,..I...
, : .
—. r
.1
ri-.I
.-..�--
.. rM
.�1.
,.
III.�I
I1�.
II�.
�..t�.
..-'.. .-' ...r. � .-I .
� * .�
..I
�-_:.:,�I
��
., 1 ...
! Wdenng .,.
000000wGre�erwiawn.BIV. ,
.,
1,
.�
.
�.� *I
..i.,.::.�.r
:.' I.'�.I .�I. ,�.
'L
._--L-
"-
'I .�I ....
.,--
...�I..1I,.
.- .-
..,,
I�
..III
.*
I1.I�._I.�-
t-.II�
.�.._.
:.
..�
.-1
.
.
�
.
.. �I
I--
�I_-.
. .�-.,
��.-:.
�"+
�II I
:�. . �I
..I�,
Professional Er�gineering Services
. . .,-. . - . .
. .. 1I.,
.-" . .
: ��I
.I
. :
.
,_ I.—,
.�
.� -:I
''� 1II.r'�:1 *.I
.--..-I ' .-
...* ..
.
d. 'III+ I--
..I.1
,�I-.
.�.-
.II
.�..1r
�._
*II
.-
.L..
I .
1II � .� I
L�
1
I
1� I.
.I
�I �. ..
.I-�
-.
_.I
-. _. 1I -.
-_,.
_I:.
-.
--
--.-._III.
-. :
_:
__r�
--'.:. ___ @ N
.. I, .�. 1� ,.
.
�
--.-N- -I. --Ir �.*
r
-.----i-�-..-
- - ---------_. --- � .
. I ,
1 -_ I I.
4 �� �1
-_ --
----.
--
�I.N6.
-_.I
:-�I:�...
-- _I ..
--.�-.I�
,0-_
-I---��..I...
_.:.1...
l.-.
-�I
.-..
-.
_*.
--
-:_.
_1-'..".-..
-.
_-- -0
'..I.�L-
-..�.�
-+.
.I1.,�
*.. r �
.....
. . I
.
I�I
..
-.......
L.I "
I-.
_.
-.
"...:.W-I
..I
,.���.. -..
.���.-,
--:--.
-.I.�,�I..---I.
"�I:.�
�I-..1
�1
L:
.
..-.--
.I
.�-i
O
....��M� . .
of igtere8t
.
,-.LL .w: .-
.I- iI-
-�1w
., ..I1..-- .
.I ,-1...
I-- ��1--..�.��r-
.-
.I--
.�..�
�.
�-IUI--
.--- .--._
i--
I. . �.
NAme ot Jhkecestetl Party
� . I ' I� I
. II
-..-I--+I
.I�
.-w..1�
..I. .�..I.
:
*. ,
.
C1Iy St�tBt COUI7try (pIsi1G� of btl�5it14S&�
L .-.
I I ..I
�*. .. -I.
1.rII
.I I_.I .II :. -I
._.��
.. .. .I1
.....I..-
�..I..1�I1.�.�M---
.+:
�..L
.+: '1I -II ....--
....� .II
-0.
.-.I-!
...
.I.
.'-._
.-.1I�L�i-�
.I�.I.
...I-1
...
..'
M-N.._
.,I-� .. �
(ChBCk applicabl@)
..I.I . i
I-. w.
*,. - -
..�
l----
iI---. .- .I
.__-.i..
l--.- p.
.-
W1II1_-
--
.-.
.�I.
.II-
-,I,�.. _:1--."-. I., -I.-..
M.,:I
_.o
_. 1. -.
-. _'
_-.I'
i.
--�.
-_-'.
.*
--,.i
-...
�.L.-�1
� �.
r-I :
__-_ r .NI
N
I _--
W 4M
- - -s. -_,
-.I -- -I - --. -_, ---
M_ -_- ::
--.-..
-I �I
-.....
�+.-
�I�I..LII
---.
_.
-riII
-1:.
-..+.
.-_.�NW-.--.:
-.III�-
_. _.I..I��.�:.I�-.I...Ir
--
--..-.I��r
--..--
-..L.....�r
..*
.�
.-Ml..
..1
...
.�.
1
I
M
.
_I. --.. - - -.- -.� II�.
-.r� --!--
.II+ -I
-I .-
-,-..
..
-.r.I.�I
--- M-�
...+
..I
-.._-.-
-� .I
-�.�
1I 0I -I N. -.. M.
_..,
�.. N-�
W--.
iII. ,_ -I+
I.-..
..�..
..�..
...�_.�.I
W-�....-.-
1I.:I�.+1+
.-.I
I,...I10lIrI
.-.�..-.
0_
- -_
1.
1--
-8..
1..
--.II
M.
_
conto1ifn ..
_1-
*.-_
.II-
...N-...III.
.---
-.
..
Intermedfia
-
.._.� .-.
-_�I
-w.
-:.-
_.. -.�
l_:I.-�.I
-.�--.
-.
--...
- _. 0�
-1.,
��. rI.I.I..1
�._::I�
.�....I
.III--
Friese, Karen I
� � I
.I . . I�I I I�.,
. .. I .I
0l__. _
II- - - 0..II .. I-
- --L --
-_- --.
-W- -- --.W --
--I..r� �-�.
I.
��...
II.
�---______-.
.. �.
�L.�.
.-
:II_
-�I .I _-
I+...
... .:r
I.�.
.I.
�---�
..
r..WN-
-: 1I
��:
.?-I
i.�
6--.
-p_-
6l:
�. ---
-*
...1.'.
..1
..' . -.
..
Austin, TX United States
* . I ..� .-I . .. .
...L...
I .-�� 1r
.-
._, + I
-,... -... - -- --
..0I.1
.I. ------
.-..
--.+I.I
...�.:�
�.. --.I
.I.I,I
.I..
_� .II �II ....
-_.1..
.. .�
�..
.+..I .. -.
_--I.
-: -I
_.:iI--
-I
_I.I
--.I-rI
-lI
.-0._�1.
....
--.
.-�.
r..-..II.II.
1-�
r..-...+
.--
._.
.--..
�.LI�.I-I�
x
.I-i--.Ir
.I*-�1
I
I..-.
....�
-.. I.._
-... -..�
.�: -:
-.,..._
-.r
I,�.�
-...
-.. -I�
-..II*� -:.
_I.�
_..1�-�.-'I-I.
_:�.
-.1_A..�
-..*-
_..-_
-.1� 1. -.
_A:..,
_..I..�
I--*.
-----
-_�I-
--.-I�..
-.-,
�- .,
-M. -!I.
-,i.��
-'...1,
I_.1-
I.0.
Ii
i-'�.-_-.
-.�l,�_.�I
-----.*..I�
--_.._..—_-.�
.._
-'.*I
_-.I.
_--I..
--,
II .�
M.
1I-�:.
1-I�
-M.i_1'M
I:..
-w.,
-r
-ls.-_�
.I--'
_-.!_
-,`-
-�..
-Ir
-I
--._
..L*.I-
-. -I
-..-.
---"*I
--_�--
- __ __
1-1._.1
-1..
I �
I_L.�
I L �
i--I.
-
I. r-
- _....
. ..'�. . -_ ..I_...I .
.II.L .�
. . .II
�
_I_ ..�. I __,..� . I �I�
_1
-�-�
.. . . .. __-,1-.�.r-- 00. 11..I1.
.�I .
+.11II I . ..�
.... -
1+
�r.w...
.. --� -.- --_-
-
---,-WL-1_I
- .�.�I -I.
�
r..II--I
-..
.-II-. r-... i
�1..
�+.+
�I IM I
-0__�
��I-
.-I
...+I
+.
..
_I�1i�
..
.II*:1
.. I-
--�,.7I-
�. -1
I-_.--
:.III
_ ._�
.�...-
I�II1-
I ,N r_� i-
lMI
...II
.. ,
--.I
--- -
- _.I. -.r � .
I "
�i.�I
. --
�I --
I ��
I1..
-.I
-:II
-,I .-. .
. . II II�
.� . I- 1I
II..-..�I
--I .
. +..+
r_..---.
-LI ..
.-..i
.I .+� :. .
�..I
I_
N-.
_.-_-
M1. .I
U.
8 -------- ----r
. ----.- - -
i ..I - --. -
-. . ....
-.I
.�-�n
. - - -
.I. ..
� . --:.
-�_
,.
I.�.
�p��I1-._I�I
�
�-:. ..
..
.
..II�
IIII
I
-�
.�...
I .:. .+
1-
.i`
-w-I -. + .I
--.I
I -1
...� .+ _ _ I--
- -..I
--
-
-- --
-.II
-.L ..
..�. -I_I. .L
IL.
.-
N-�� --I--
IIr �
..�.
....
-I.
-..�.L_
-I .1.
.--_�I.��.r.
-�. -� 1�I .:I
�.I�
....
.--.I_1 -s
.-iO.
r-1.�
..�
-I�.
rIwi..
.I.II.
_- .-
lI.�.._ -..-1
.IN.
1..rI�
---
.+--
.__.I-- I
-_ ..
IN-_
1-....�.
..
_1
_..-.-..._..
..�.-..
-,,:
_'-...
'.�
,. r...M
'.
'.
6,-.I.I
-I..I-
I....
".
.*..
..'.
11l b.I..I
_ _I
I.I..
�
:...
.++.�.
- -- --
.*lI� .+..
I
_i
--.�
I
ii. �.. _I ii
.� ..
+II II .
.+: - -
--
..+�..+
I: --
II
�. L I
.
.I.-.�.
---
.� .. �L
n.
-��I�
._� r
-_r
_
i_I
�
._1I
.
-.-� .
'..
I.I.
�.
I'-
-
.�...�..
I
I .1.
.I .-I
-..I
"-1
_ -�I
'.-
.I.
.
-�.I
..-. i- I. -I
. . +
-. -. �I
��I
--.�
-I _� -. _. I. -I
I.. .
.I
I� -�
.��.
-..+
� -. .�
_--_.:
-�
-.�.�
. _r
.� I i-+
-.. -- -L
_-:.�-I
.I
-I r. �. 0. .I
-.
NIIW-
-.I
-�!I--�I�
-.
_--,'-
-I _�I. II- I�
.�I
-.
-...
--.-
-.
i�II
i-+�I.I..,I-��
-II _...
-��-.I
I-.a,I -
i+9
i..:...U-.
$_.-.
.- _-:.1.I�II_-I_I
-L.-.�
1�r.-.
"..,�1I.I..-I-�I.I
-.I.+.+1.L1.�00I.
-�-.--�I.-.---
�-1M._-.�
f_
.1-�I
..
-:+.�I++IN--�...�.�:
i.
I-.�.
r1..
..�.-.
---�i*
--..II-.
-.. -..�.�.L.�-�
l:**:-.-.-.�_I.�I:
4I.._-.
�II..-
,--..II+
l.:.._.-.-��.i
-�.:r�-
,-..
.�.-
1:I.
I.
0.I'.-.
--..
-.:I�
� .�I.�
rIII
-1.
+
1
.. 1.�I . --. _-I_
. .
_.
-
-
- ..-+.-.--
-4
.8.
- -
_-I
.: .
.
--
0� . - 1
Ii.
..-I
.-
i--
'-PI
1I..
...1.+
0II. 8.
-I.--.-0
-.-I.1
-. -
--'.--
H-...
-I
-..M-
-.� 1-
-I0--
-�-_ 0
--._-IW
-.
1--'-
1--.�-
-.I--I_-.
--I-
--�I
-.0
-
-.o!
I- ��---
_- -1
. --.
1---I
-
--.-
- - - --
�-I
_.-_
.--.. -- -- 1-.
_ _
0��1-II.....�-I
1IW
�I� - . --"- ''P..I�.--.IM.
. .
-
--
.-*+.-.I
.--.-__-. i-:II-
--.---P-I
"i
I-._.
.).
m. -..-
pII1
_..MiI
7--_-'II
-_.., mrIII..
-I-I
1MI.�rI..
N-*.
.s.�
..-,- Ii-.r
_I I�N1wI *-.1I
0U
--. -_. 1.-� - -
.��- 1.- � �
-I
.�I _-.
-M
1.--
,--I I �.
.I�. --..�_a-
I .I
----
1...
I M-
--...
-..I
_I
M
- _ �_
-N--
.
.I
.l.I-.I.---
I -ir
-I
.
-qI --.I-
.
---
--M.�L--
1_
.-- --- --
--.
---
-i
-. -+.-
U
-.
-_.�
-.+
-,�I
-.+-
.III M_� I.II -.�.�I
�-,I
-1." I-'m.-....II s_.II I'..:.
I-...:
L-I
...
-..r�_.
1II-.
-�'-:."
,'��I
-..I'.
..�.`
L..�
-I�I.-
-..I�- I
_...�---
-.. .,.1
-.-
--I -....I
-N'�l-�I.:._--. �-: �.
-I-II.
w...I.
-.I -.-._..-I
w.. :... �-L ..I,
�"iI
-.-'.
-....___w*
--.-
-,.'�
--.-.
-.L. --..' -.,., -*. ...r
I..I -:�:
I� I.-
-II.II...,�.
-.
-I..
-.
ft.**��I'..
--II
--_I
I.
--._.
I.
m7I,.�i
_.�._.-
---..,.�-,.�.
-.L1-M.1-_�
I
.-_o. -A
-_I-
I-�1
In..,
-. D'r.
-_..O-_.-..WW.��
.-I..
L.
- I�I_-+-.-
..I.I�.�:.--
_-I� -1.�1--j_
----'--.
-.-..-:_.,..
-.'-:..I
''1.�-r�
l�_:.�_I
-.
-L-- -
-_-.
II1
'-�,I�
II�-.
-...._..,..
-.+s--..-'
-*.�- I...
1-.':
-II�IM-
.I�---.
w__
--.I
-M-.....II. .O.-
---.
--.
__.-.:-.'..
�...
..
-*I�.�.rr-
-.I
-�.'.
-F-.I
-.-_LI
-�
.I�I
-..
-.:�'.
-I
-'u-.::A�
-.I w..
.._
-.
-.-...I-
.1
I- - --.:
--0......�
-...�..
IIL.
1-@
---
-.-_I
-.....w
I...-...r
-�
I..-:
.
-..--
-�
-�-.-�I+�.�.--
IieI
--.--..'_-
-+.1
I+
.1�. .W,,.
..,-
-P':�.
-I 1.II'
I-1.
._-,I-
.I-L...�1-
I�1I
o-� .*
I.I
-lI_-
---.... -..--
-.+� -. -
- .. I.
-.-.I
---..�.:.�
---..
II�I
-.�M-
II.-.
_� L.
I_...I.
I.�Ii�-..
-.
i..1-
.� I1
.-I I
. : .
.
-I-._.m
.---Io.
.
�.--
. . r I . .. I :.
--..:-....--.�.-IrI.i-.
I
.r.,
..I.L-� I m.., .I I
__ .
IIIL
- �I -.11I ,-. .
0 .1. 1-
- -
- .�
-.
i - . I
I.11.
�I �I.I .r ��I +I .I " I .. -. ..
�- -------
.�.II
�: .�
I
I...+
: � .. �. . L.. �. I I
++I
..
-....-�Ii�
� :
-. -.
.
_.-______
L
�.L-
I 0- I- . . .:
--
. -- .. . .
-
pL 1
Ir -. . .. .r
I ..
. � �.
.+
.:.�.
1I..
r
..I..
.L III.w�
�_--�I
-.�.o
II . .
- I .II
... ..
...I
_------�-.._-. .L L
- .
I
�. .+
0
.�III:+.1I-..I-
lI �s
� . II --1
U-. N-.0 M0.
�lI
-- --I
--.�+l..-
1
..-I
. I
II..
.� .
�:I.,IL.�.
IIWI.� ..
.. I,
I I
.-I,�
..
.I
. ...1-.�.�II...�I
I I .
I .� �
��
��-..I
� - .
I��II....IL_--I
.. I.I ....
.I
.. .I...,....
I
I - _
I
.�I. b.
I
.��1.I-
L
. . -
���. I.*I
..-
�
I-,...��I.�.I--I�..i*I.
� II . .L.
� �
. P-I:_.. I..-�:.+��IL.i-I�
..
r I�I -
- � II
I _ .�-
1 I.�.I.�
�
I.I.I�.:+
-.--.I.--...i1*�.I
--.I.. -I.O--..
..I
.. .��..
. .+ .. ..
. .�.I+.
.-.....I -.
+I_I-..-I.I
-I_....
I.
�I_r...
�
�.I.L
II . ��- -�-��Ii�..
II
.
.'.
--
� I
- .
,
i.
I 0
. . II . I I - - - I
-I.�---.
-1 . - - I -
�
..L.--I. . II
1-.�
-I. -
---- - -- --.- .�. .
..
-.-- - - - -
I
..-I -
.I
- - - -+.
. .I� : �
.. .
-
I�.I I-
- I
- ..
�Ii I
0II�....-I_- :.. *.
I
..-,
IL-*--0.�
I
-.�1.. -..�.
.-��.�..
:II. II I I -M
.-:e
.
,.:.....II_...I+I
.'.II.I.-
II ..�-
IIr 0II
o,. �r..�:I I
If:.... �.I�o-.I
L��... . L
:I'llI LI� - .Io
II. .�1
-I ....-
...
* � . .
'*5*, �..�.r... �
--� --- 1I
--... -.I:I..1N---II
. .
-.I�+++.IN.�..1.-I
I ..-
. . 1. .m. . elI.
I O.:
.I.--�
-I. - - -II A W
I1'.. 0..I.. .�
- --� - I---
:-'�.�III--�..+. I
I.I..
'-.�I .�.I_
....I�,-.�
�I
.0 -'
-.
-I.:_I...-..-.i..��I-
�
.�.-I..
�.--....�I-+. .
.I.. �
. I
_,I,..
II.�---��
...� 1.I�.��
�.M:�.�+��
�.0I..�I.
-.� I
�'
..:...I.1i--..I+I -..II+...
�.I.-+II
�-.11-.�I.�-
� .. J
5 Check only if there Is.N04nterested PAULy0- Q
+ . -
.�I-.I..1 .I@,.I
- -
.+. I"..L
.�II.I�..
.: .:.III
...�
�I..I:.I+I --�
-..I_
� -I+
1.-�.
--.....
.-
�L. II .
-.��
-I.I
-i- .I
..1r,
1.:I
,....��.�I
1I�r...
-.I.�
�. I
1.+.I -.
.��III-
.�.�-- -..r..I�
-.+I.
..-.
..� .� -I�
..�r�
-.
--.I..�
..-,rU
1+:.I.�
...� -I..�I
-II'.
--I. �II.�I.
L1i_
..�._.�..�,
II
+II,M-..I.Ir
II.-�
I ..I.
..-.-..�.
I I--.
-.. ..@�-....r.
-.-. -.
II+1-I�I.I
1_I-
1-.i-.-�:I�I�II.r�.1.
-1-. -I�-
.II--
1-
-..._.. -.�I
--
�.�,..L�I
I1..
ir�.I'...�
1-
_...---.
I..-
��I..I-
..�I
-.-.�I i..�r-.
1.I.
'II..
i.... -.. -.. I�.
.--1.
.I.. ..I:
--.-
.-.
..I _-1I1
-.�
-.�.�I.. -.-I
_v-..I1
-.
-..--
-�
-.
...I---.L.
- ."..,
-.. -.:-
-.-.
--A..-
I-.. - --I*.�W.
-.
- I. Pr.�-I
-_ -.
- -.I�.
L0
I-.-iI-_'-.
1I..-
I-�..I-..,
I... -.
..I��-II.....
-.-
- --�-I
I--�....
--._*I.-
-".-1..-+I
--....�
_..I-
-�-. --.
--'�-.
-.-. ..
�0.
-:M.I-
-L
.�-*.-.��.I---._.-
.I
I_.�-.II--�
I�
-.,-.
.--1-...
I--M.I-
. . . .._
.. � _
-_...
... . -
-
--*.--
.I_
-.�II ..-.
r
--.�'
L --
-I--.I _1
.
. - - - --.
I .� - -- +� + - --.
..-
. .-I
LI--
.I� .� .r�
�I.�_
--
_I --
.
. I I I I ._--
..
I
.. -.
-
�-
. Ib0---.-
--
I ..II -I--.
-
- -IwII-'.��-..
---.- --I-- - I
-. .�
.�11..I
- - - - .� --
N - -
_.Ip1
...-L�I
I .
.III�--1.. :.I
..
I-
--.I
-- IL
r
� _.I
�
-I..II�I
-.�
I .-� � .�-
--.
.� .II
. ..
- - --- I. -
��r - - -
+.i . .. ..�
-IrI.�
--.-
., -
..
..I..._.!.
-II
...L
..I.1�.IpIIIM
----
.,."
..I ��IIr_-I .
I:.
..I+.L...
.0. I-. I_.
1-. -. .:
.Ir--.
.I'IrI-.II.
0�I.
.--.
-_..
.� -. I. -.
---� .I
......:1
-1
-*.
-..
... .+�._I..�L. -.�
-...-
l.. ._.
_-.'.
-1Ii.
_.-.�..�
..-I
...-'.
--.L
".-.
_..I I.--
i-.II
-�
--. -.I��
�._-
..-I-..
i-.II
�_
i.��.
-+.I-1.
-��� �._.1.
.. 1�I
-.i-
.I. -.
-.� i�+ II
.I...
-_--.. _.
.�-.-�.i,-I
---.�
i:--
-%-I
."��III-"
1I
,I_-
pI--
1..-
--
I.�..I..
..I
_.--+..,...
I..�r..--0.I�--
I..,MI..
..r.I�_I.Ii.
.'.-...i.i-
�.I.
..I�1-..-
--.
I.
_..I-
��� iiiiiiI NM___
p... I W ,.+--..r
I .
I
I
� I-_r. I
..�
.-.
- - - - - - - - -
-
- . -
-
�I --
--- 1I.
6 UNSWCIRN DECLARAT!OIU
. :I.
+.
'...+
..-II.
�L -0-.�-
-._-�:.-..*+
�.
..I. .... 1-..
I. .. L1 ..
�+II1.
.1
--II_-._-..
+.-I��LI.
-...-.-
.1'.., _.
--
IL.�:I
.-.�,.
..�.I���.,.
,....
�:!.
..-1...-.I�,...
.�.p
*-.1,
---...
I�..I
-..
I....-.
_�.*
-- -�
_I_.I
I...+
-.�I---.*.
-1�
_I--
i-
-.--..-
N0--I.-_I.-.
-+''I
-..I.I
-I
-_.*-.--.
I.I.1.I..�
--I.-II
I-.....
-I._-_
Ii
.*. r
-I
7.I-l--
....+�-I..�
0.
--II-
I ��.
.
. . 1�. P- I I
'
- --. -
I
..I 0._+
..1W
�I
.
.I...
.Ir
...
-Ir�,_
$..
i.._..�I-"._ ...
I.'. M..
..1l-...
`-.�:'-..:.r ...
,,.
*.�.
._-IIrI
._ �_ .-
1I1-
4I..�.
*_..I_
I-_.�0--.I
-�._-I
-.
,0�.�I
4.,.
I_.�_
.I-
"--
.PIII�.. �
�I
_.. -
..-�-.1r-I
�..-,
1.�I..
�10--��.....
.-
.:'_-I...-oWI-*.
I+..�L.�
. :
. .
.I. ..-i
, ,
ft
. .
My name. is Tho&,,asIM. G1wet1S, P.E. ,and my date of birth is 11113/64
. l� 000. . - _I. .
. .-I . ~ -
..-.
..
I_-
-- - - ...
-.I.
.-..,..
�1.I
.*-.I
.-
....1.II
.I
�II:.�..,_
_ '�'.
.. .* +-
I.I.1.�.
-r�..
-+,.v
'I_
..� :.: ...
I.-'.
...I.1.:
,-I
-.�
f.
--_.,
,i.-
-.I
-.I
.I..
.,
..'.�.II
.-_I
-...+.-N+..II_.
�.. _.I
,r..I
n�
..:-�.��.��I
.-�
00..
�..
. �
,.+ .
�
.
*
.
My.address:lS. 'I��O S. Capi#al of TeXa$ Hihw�
�I���.r.
_- -.
-I.II
-...
-1
..+..
-..
-..
1..-......-
...
1.
w...."-.1
-1I
.'...0
+II�.. -i---.-Mi."
.1
--:.-.IIM_.
-..$-
.I.IIi1�.-..r
TX: 78746 �15A .
..-_.-
1�
-ft
-I
.. .� .
�-.
._
I---
I..I�-��_o
..
�.0
..".-
�N,
,.�:�...��..
...�.,I1,Ii..I��".�
�.�II..II
�rII�_I.
.�..-.��I'-.I_i.�.
I,I.i-r.I.
{sheet) (Cy)
.
...1�.,I�
+
.I.
.��
I .
.�:
.. �� �I�.
�I
..I.--�:.�.++
I..
IN.-
.I ...I
r�.-M
�
rI-II,
.._�I
.
,
-
_.
(stts) {xip code} (countrX)
. ..: . I .
.-I...
I1.+ .I� ..'
..++�
....
._-
I..
.�
.-
.-_ .�
�.+-.,
..__
.�-_
.I'..�1
:.�I�II.
...-
I�.e-.-
.-
L�.�-II
-1..
.
..
*+... .
,
I declare under.penalty of perjury that*Ane foregoing is trueand correct.
.'. . .
:::..:.7_..
..I
.--_I.�I1
.-.�.:.
�..I.r:
..I.�...
.....
.I.I.
II..
.-.
+.....'..
�'
II�II.�...I
.
.:
1
I1: ..I�
.I..
...�-
I..
.I��
._--:.-�
1�I.I
'1.
j..*.I.
�-..I
I.*
M.-.I.
�1.
.*, .i.-. -I:. .I-II.
.1I...1
-.�
�!..�...�
Vl.I
1..�II
_-I-. .. W..�
-.r.�
_..W..#���
-o. -I _- -m
1�
.--_-.+-
^..
.�-.�...
...1
-_.�
�
a-..---,
*. ..
W-II..
0..-...�
".
.1-6...
..� ._-
-I*
-. -.
.-11 -I_
.-...-
._
�-
I�.-.i-.W
�Il.
.M..:-7...I.�
.�-.�.I:
.�.�I.��
. I:
.
+
*".
. .
.*I.
.
�r. H-. 1M .-, I
Ececuted in Trav*s Gounry, Mate of TeX�S , on tha"I � day of �anU2ry , 2p 21
AR T...-...
-A ~ ....
01 .
0
?
W-.
._.-.
� I
:. .I -
------.. -:..�--
..� .* ...
..
%-.�
"
*-.�...-
...II
I�.I.M
-... ..
..- .� .. .-
...-���.��+I�.,
... ...,-..-��,.++1
.-.
I--
.-
IN .. .*I...
.�..-�.
1.
..�. �.-N�I-
I�L--
..I:rr
..-I.I"-�Ii
I.
� ..w
..
I �.I
.._"-+....-
. I
:
.�
.. �.
I.1
L.
0.-1-M.-1
1.I�
�I .-.
..1I_
.a-.
.II..M�II
.1
.+�-..r�
..
. � .
..I
. �.II .
.
(month} (Yr)
II� I .
.
-.,*
_.1W -II
_.-i.�
..:'
I-.1.��IL
.�..I
....
I-0I.II.
�0..
.1:�,I ...
IM�1�.I 4..
.-..-,I .'I.I.I�
I1�-..�.
I..r ...
-II..1.I� ...1:... .1L._.
..I �'I�L1
.I..1I...
-..�
-.�+:
.*I.I...I� ...
.I�.. .I -. .I
.' .�
......:*-.
-... .,
-',.*..L-.I_I-
,I t...
..1:I.I
-I-1
....I
..
..,I
.I
.-���1__-.�rA
..
..I.II
..I� ..
.-1-
....!
r.%.I
L.
-.+�.M-.
.
I-_ ..0.
.-.
..--...I
....I.-.���-r�
.-..i.��..-
:.7+:-.I�I.�
.-.I:
.._-I��+I.�1
..I'I.
. ..I
.
.-M.0.:
I
..
_,
.
. .I...
.
I
. ..
I.
-..'
�.-�
+..
..I
�.' .. .
...
.
I-..
.
/_.
..
.-.-.----.-=-.
-0.
-I.
-.
-.,I
--. -'..
-�...1II-
--;----.-I
-.....-
.1
...-,1.
_II -1r1------
--�r
--
-,-..i.II-
-.+I-..
.-�I'.�-.+
�1.
-I-...-
--..
..- --- -rI-
.I.-.
.I �I
-.�I+.I.
�.-1.
�...��__-0I..
II--.
-...-'.�
.1....I --
I .
III.
:I
.. .�
-
..
.7
..1...
.
-..------ -
.1� .M--
--.. -II�
-...
--.
.-P.1.,I
---
.0.II11.I
...---.I-1..�i
..
*. ..�� .1: ....I,1
-...
-..-1�
-...
-..r-1i
�-!. .-�
-.+�
�i�-.
_Ii-..
.II
.II...
W� -. .1
-1I
-..
-L
-I.I
.-�I�r--1
--
-W.I.
-.
--..
�..1II�_
-I -.
...-
1-I
s4gnature'of autito agent of eantractinm.business'e p*t :�-II-..I...I
..
-.-.:-..
-..I.
-..�II��
-.-I...._
l _. ._
-. *
*
w
--:---I -- ---
----
.. . . ....� .�..
. . .
I - I
.*
..-.L
.I...-
'II..-
-.
_.- ..I.
.
(Declarant)
. �
.--I.
I II0...II-
.
-� -:
-1-
-,
--��..M-.-.
-I
-.-�
__
I M __Mw� MMUMM ---------- - M-0-100-0- _--_-- ___ 040 _V_ ___1_ - --___i_-_I-mll-o-=___--iiiniin�-------------
- - - ------- - ----
Form* I s pr"ovided by Texas �fhics Co.,
mmission www.ethtrs state.bc.us
.
__ W-1111 ------------- - - ___ -M-M-MMUMIN ---- INUMM ___ - ________,*�
.I ..-t.--, - ffI � . � .. .8.
----- !_ -I-!----I L .0*-..c*. _..M..a
Version V�1. .VA 9.
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
10fl
Complete Nos, 1 4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos. 1, 21 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING
1
Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number:
of business. 2021-705749
K Friese & Associates, Inc.
Austin, TX United States Date Filed:
2
Name of governmental entity or state agency that is a party to the contract for which the form is 01/13/2021
being filed.
City of Round Rock Date Acknowledged:
01/14/2021
g
Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
000000-G reen lawn Blvd Widening
Professional Engineering Services
4
Name of Interested Party
City, State, Country (place of business)
Nature of interest
(check applicable)
Controlling
Intermediary
Friese, Karen
Austin, TX United States
X
5
Check only if there is NO Interested Party. ❑
6
UNSWORN DECLARATION
My name is ,and my date of birth is
My address is , Qnmnw�-
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in County, State of , on the day of , 20
(month) (year)
Signature of authorized agent of contracting business entity
(Declarant)
Forms provided by Texas Ethics Commission www,ethicsstatetxu Version Vl,,l,ceffd98a