Loading...
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