Contract - RPS Infrastructure Inc. - 7/22/2021 STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO. 1
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: RPS INFRASTRUCTURE,INC. ("Engineer")
ADDRESS: 4801 Southwest Parkway,Pkwv 2, Suite 150,Austin, TX 78735
PROJECT: CR 112 Improvements from A.W. Grimes Boulevard to CR 117
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 RPS Infrastructure, Inc.,
hereinafter called the"Engineer".
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter
called the "Contract', on the 5th day of December, 2019 for the CR 112 Improvements from
A.W. Grimes Boulevard to CR 117 Project in the amount of$347,442.39; 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$663,281.84 to a total of$1,010,724.23;
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. Engineering eering 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.
III.
Article 4, Compensation and Exhibit D. Fee Schedule shall be amended by increasing by
$663,281.84 the lump sum amount payable under the Contract for a total of$1,010,724.23, as
shown by the attached Addendum to Exhibit D.
Supplemental Contract Rev.06/16
0199.1958;0047498 84275
R-2021" 1 .180 1
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
[signature pages follow]
Supplemental Contract Rev.06/16
0199.1958;00474918 84275
2
RPS INFRASTRUCTURE, INC.
By: W�V1 T AVJ vV�
Date
Supplemental Contract Rev.06/16
0199.1958;00474918 84275
3
CITY OF ROUND ROCK APPR D AS TO 6RM:
By:
Craig Morg n, N yaor Stephan . Sheets, City Attorney
Date
Supplemental Contract Rev.06/16
0199.1958;00474918 84275
4
ADDENDUM TO EXHIBIT A
City Services
for Roadway Improvements on CR 112 from A.W. Grimes Blvd to CR 117
Round Rock, Texas
From: A.W. Grimes Blvd
To: approximately 400' east of CR 117
Length: 1.18 miles
County: Williamson
City: Round Rock
PROJECT STATEMENT
The roadway improvements for CR 112 from A.W. Grimes Blvd to approximately 400'
east of CR 117 are to widen this 1.18-mile section from a two-lane roadway to six-lane
divided roadway and add pedestrian facilities per the approved schematic developed in
the Preliminary Engineering Phase.
PROJECT DESCRIPTION
Existing Facility
This section of CR 112 begins at a mostly built out and signalized intersection at A.W.
Grimes Blvd then tapers down to a two-lane roadway for approximately 800-feet. The
next 1000-feet includes 42-feet of pavement (2-12-foot lanes, 2-9-foot shoulders). The
remainder of the roadway maintains approximately 22-feet of pavement with no
shoulders where the project limits end approximately 400' east of CR 117 near the future
Kenny Fort Blvd. intersection. CR 117 T's into CR 112 and is stop-signed controlled.
Drainage is currently maintained through road-side ditches and culverts. The existing
right-of-way is 60-feet wide. The roadway has no continuous curb & gutter or sidewalk.
Proposed Facility
The proposed roadway improvements include widening the existing limits to a six-lane
divided urban roadway. Curb and gutter and a drainage pipe system are anticipated to
accommodate drainage needs. A 10-foot shared use path is proposed on one side of the
roadway and a 6-foot sidewalk on the other. ROW will be required and is anticipated to
come predominately from the north side of the roadway. Due to the future alignment of
Kenny Fort Blvd approximately 800-feet east of CR 117, CR 117 will ultimately become
a driveway to access the nearby church. Median cuts and roadway stub-outs for future
intersections for PUD 84 will also be included.
CR 112—Round Rock,TX Pagel of 3 Exhibit A
In coordination with the services to be provided by the ENGINEER, as described in
Exhibit B, the CITY shall provide the following, as available:
I. ROUTE AND DESIGN STUDIES
1. Assist in coordination with other adjacent project studies including drainage
studies, alignment studies, residential, commercial, and industrial
development plans, and existing roadway plans in hard copy and
electronically (if possible).
2. Provide background information for design including:
a. Approval of typical sections for all roadways (including cross streets)
b. Approval of roadway pavement sections/design
3. The CITY shall confirm the roadway design criteria, design standards, project
objectives, and local requirements of the project in conjunction with the City's
Design and Construction Standards (DACS). The City's Transportation
Criteria Manual, Drainage Criteria Manual, Utilities Criteria Manual, and City
of Round Rock and TxDOT specifications are anticipated for use on the
proj ect.
IL RIGHT-OF-WAY DATA
1. CITY shall provide previous dedicated Rights-of-Way (ROW) parcel
sketches, field notes for existing ROW (if available).
2. With direction and coordination provided by the CITY, the ENGINEER shall
be responsible for utility coordination tasks. The CITY shall provide existing
plans for CITY owned utilities, identified developments and facilities within
the project limits.
3. City will assist with Right of Entry, as necessary, prior to field operations.
III. FIELD SURVEYING
1. The CITY shall provide all existing surveys (if available)to the ENGINEER.
IV. ROADWAY DESIGN CONTROLS
1. Traffic Volumes - The ENGINEER shall use current and projected traffic
information, based on available study information (if available).
2. Pavement Design — The CITY shall review and approve ENGINEER's
Geotechnical report which includes the proposed pavement design and
geotechnical borings.
3. Estimate and Quantity Sheets and General Notes - The CITY will supply
current specification and general notes if any for review by the ENGINEER.
CR 112—Round Rock,TX Page 2 of 3 Exhibit A
The ENGINEER will incorporate into the PS&E, TxDOT and CITY
specifications and general notes, as applicable.
V. DRAINAGE DESIGN
1. CITY shall provide any Drainage Impact Study information available
(including the HEC-1 and HEC-2, if desired), drainage and flood control
impact evaluation material, and preliminary drainage engineering information
related to the Engineer's focus area for design, if available. Design shall
follow ATLAS 14 requirements.
VI. SIGNING AND PAVEMENT MARKINGS
1. Standards—TxDOT standards will be used.
VII. MISCELLANEOUS
1. Agreements — With direction and coordination provided by the CITY, the
ENGINEER shall be responsible for securing necessary agreements pertaining
to the utilities as necessary.
2. CITY shall provide input of appropriate and applicable Standard sheets.
3. CITY shall relay approvals for local,regional, state and federal agencies and
provide assistance, as necessary, to obtain necessary data, information, and
approvals from the various agencies.
4. CITY will assist and sign submittals as necessary.
5. CITY shall provide reviews according to Exhibit C.
PLAN REVIEW TURN-AROUND TIMES
o 30%Submittal: 3-4 Weeks
o 60%Submittal: 3-4 Weeks
o 90%Submittal: 3-4 Weeks
o 100%/Final Submittal: 2-3 Weeks
CR 112—Round Rock,TX Page 3 of 3 Exhibit A
ADDENDUM TO EXHIBIT B
Engineering Services
for Roadway Improvements on CR 112 from A.W. Grimes Blvd to CR 117
Round Rock, Texas
From: A.W. Grimes Blvd
To: Approximately 400' east of CR 117
Length: 1.18 miles
County: Williamson
City: Round Rock
PROJECT STATEMENT
The roadway improvements for CR 112 from A.W. Grimes Blvd to approximately 400'
east of CR 117 are to widen this 1.18-mile section from a two-lane roadway to six-lane
divided roadway and add pedestrian facilities per the approved schematic developed in
the Preliminary Engineering Phase.
PROJECT DESCRIPTION
Existing Facility
This section of CR 112 begins at a mostly built out and signalized intersection at A.W.
Grimes Blvd then tapers down to a two-lane roadway for approximately 800-feet. The
next 1000-feet includes 42-feet of pavement (2-12-foot lanes, 2-9-foot shoulders). The
remainder of the roadway maintains approximately 22-feet of pavement with no
shoulders where the project limits end approximately 400' east of CR 117 near the future
Kenny Fort Blvd. intersection. CR 117 T's into CR 112 and is stop-signed controlled.
Drainage is currently maintained through road-side ditches and culverts. The existing
right-of-way is 60-feet wide. The roadway has no continuous curb &gutter or sidewalk.
Proposed Facility
The proposed roadway improvements include widening the existing limits to a six-lane
divided urban roadway. Curb and gutter and a drainage pipe system are anticipated to
accommodate drainage needs. A 10-foot shared use path is proposed on one side of the
roadway and a 6-foot sidewalk on the other. ROW will be required and is anticipated to
come predominately from the north side of the roadway. Due to the future alignment of
Kenny Fort Blvd approximately 800-feet east of CR 117, CR 117 will ultimately become
a driveway to access the nearby church. Median cuts and roadway stub-outs for future
intersections for PUD 84 will also be included.
CR 112—Round Rock,TX Page 1 of 19 Exhibit B
The work required is described below according to each task to be performed.
PROJECT MANAGEMENT
A. Managing Contracted Services (Project Management)
a. Coordination with CITY: The ENGINEER will coordinate with the CITY to
complete the PS&E for the project. The ENGINEER will prepare for and
attend monthly coordination meetings with the CITY to discuss project
progress, planned activities, key issues or items requiring decision or approval
by the City. The ENGINEER shall prepare meeting minutes for all meetings
and will distribute to staff for approval and record keeping. Project
Management services needed to complete the design phase are anticipated to
span a period of 16 months.
b. Invoicing and Schedule Updates: The ENGINEER will provide monthly
invoices for payment to the CITY including a project status report of work
completed within the reporting period, work anticipated in the next work
period, and any outstanding issues or concerns. The ENGINEER will also
provide design schedule updates with the monthly invoices detailing work
completed and any task adjustments. Invoicing for project development
anticipated to span a period of 16 months.
c. Subconsultant Coordination, Deliverables Review and Invoices: Monthly
coordination with the team will be conducted to ensure project milestones are
met. The ENGINEER will meet with Subconsultants to discuss progress,
design updates, constraints, and completion schedules for key tasks. The
ENGINEER shall review deliverables from Subconsultants for conformance
with the approved scope and project design. Subconsultants will forward their
monthly invoices directly to the ENGINEER. The ENGINEER will review,
process, and combine all invoices into one deliverable and forward one copy
for payment to the CITY.
d. Coordinate with CITY's consultant for adjacent section of CR 112: The
ENGINEER will coordinate monthly with the designer of the adjacent design
section to determine a proper tie-in, conveyance of drainage, traffic control
and schedule for both projects.
e. Quality Assurance / Quality Control: The ENGINEER will develop a
project specific quality control plan identifying key roles, responsibilities,
record keeping procedures, and anticipated review dates and make a copy
available to the CITY. The ENGINEER will provide quality control of
CR 112—Round Rock,TX Page 2 of 19 Exhibit B
identified documents prior to each defined design submittal (30%, 60% 90%
and Final) following established quality assurance processes.
ROADWAY DESIGN
A. Title Sheet and Index of Sheets
a. Prepare Title sheet per City of Round Rock Standard detail
b. Prepare and update Index of Sheets including standard selections
B. Typical Sections: Typical sections shall be prepared for both proposed and existing
roadways. Typical sections shall include width of travel lanes, shoulders, outer
separations, border widths, curb offsets, managed lanes, and ROW. The typical
section shall also include PGL, centerline, pavement design, longitudinal joints, side
slopes, sodding/seeding limits, concrete traffic barriers and sidewalks, if required,
station limits, common proposed and existing structures including retaining walls,
existing pavement removal (pavement coring shall be performed by the ENGINEER
to determine existing pavement structure for removal items only), limits of
embankment and excavation, and existing and proposed utilities.
C. Project Layout: Layout shall consist of a planimetric file of existing features and the
proposed improvements within the existing and proposed ROW. The layout shall
include the following features:
a. Existing/Proposed ROW
b. Existing/proposed horizontal alignment
c. Proposed drainage features
d. Proposed retaining walls/bridges/culverts (if applicable)
e. Begin/end project stations
f. Street names
D. Horizontal Alignment Data Sheets: Sheet includes data for the Horizontal
Alignment for main lane and cross streets. Superelevation data consisting of station,
slope, and begin and end transition will be provided as needed.
E. Roadway Plan & Profile: The ENGINEER will develop plan and profile (1" = 100'
sheets) using the survey acquired by the ENGINEER, as well as utilizing the
approved roadway design criteria.
The plan and profile will show the widening from A.W. Grimes Blvd to CR 117 and
will include the basic information necessary for the proper review and evaluation of
the proposed improvements.
The plan view shall contain the following design elements:
1) Calculated roadway centerlines for roadways including cross streets as
applicable. Horizontal control points shall be shown.
CR 112—Round Rock,TX Page 3 of 19 Exhibit B
2) Pavement edges for all improvements (main lanes, cross streets and
driveways)
3) Tentative right of way and easement limits (proposed and existing)
4) Linework for proposed drainage elements
5) The geometrics (pavement cross slope, lane, and shoulder widths) and
typical sections of the proposed highway roadway and crossroads
6) Horizontal and vertical roadway alignments.
7) Direction of traffic flow on all roadway lanes
8) Sidewalks/Pedestrian facilities
9) Identified utilities and providers
The profile view shall contain the following design elements:
1) Calculated profile grade for proposed main lanes (cite direction) and cross
streets
2) Existing and proposed profiles along the proposed centerline of the main
lanes. Maintain parallel grades for each direction of travel similar, if
feasible.
3) Drawing vertical scale to be 1"=10'
4) Existing and proposed utilities, including proposed drainage crossings.
F. Intersection Layouts - Cross Streets: The ENGINEER shall provide an
intersection layout detailing the pavement design and drainage design at the
intersection of each cross street (3 Intersections anticipated for PUD 84). The layout
shall include the horizontal and vertical alignments, curb returns, contours,
geometrics, transition length, stationing, pavement, drainage details, and American
with Disabilities Act Accessibility Guidelines (ADAAG) compliance items. The
ENGINEER shall design for full pavement width to the ROW and provide a
transition to the existing roadway.
G. Driveway Layouts: Prepare driveway layout and details including station,
pavement section, width, length, radii, proposed grades, parallel culvert details (if
needed) and associated temporary construction easements.
H. Removal Layouts: Provide removal layouts 1:100 scale (double bank) detailing
items to be removed for project limits.
I. Pedestrian and Bicycle Facilities: The ENGINEER shall coordinate with the City
to incorporate pedestrian and bicycle facilities as required or shown on the project's
schematic. All pedestrian/bicycle facilities must be designed in accordance with the
latest Americans with Disabilities Act Accessibility Guidelines (ADAAG), the
Texas Accessibility Standards (TAS), and the AASHTO Guide for the Development
of Bicycle Facilities.
J. Roadway Cross Sections: The ENGINEER shall develop a 3D design model of the
project corridor using Geopak or OpenRoads to determine earthwork quantities and
provide final design cross sections at 100 feet intervals. Cross sections shall be
delivered in standard GEOPAK format on 11"x17" sheets or roll plots and electronic
files. The ENGINEER shall provide all criteria and input files used to generate the
design cross sections. Cross sections and quantities shall consider existing pavement
CR 112—Round Rock,TX Page 4 of 19 Exhibit B
removals. Annotation shall include at a minimum existing/proposed right of way,
side slopes (front & back), profiles, etc. Utility information will be provided where
grades/elevations are available.
Cross sections shall be submitted by the ENGINEER at the 60%, 90%, and final
submittals, respectively.
K. Miscellaneous Detail Sheets: Provide detail sheets (3 sheets) for miscellaneous
design details.
L. Quantity Summary Sheets: Prepare and update summary sheets showing item
description, item unit, and item quantity for roadway bid items. Summary sheets
shall be updated at each milestone submittal.
M. Standards Selection: Include standard sheets applicable to project for roadway
design elements.
DRAINAGE DESIGN
Data Collection
A. Verify field conditions: Conduct field inspections to observe current conditions and
the outfall channels, the cross-drainage structures, drainage easements, and land
development projects that contribute to the flow
B. Coordination with local agencies: Meet with local officials and County and/or
City floodplain administrator to obtain historical flood records, interview local
residents and obtain frequency of road flood concerns.
Hydrology
A. Drainage Area Updates (External & Internal): The ENGINEER will update
external drainage areas that identify the offsite drainage area for each cross-drainage
structure within the project limits. The drainage areas will include the acreage,
calculated peak flows, and other pertinent hydrologic information. Internal drainage
area maps will be prepared for the design of the inlets and storm sewer system.
B. Storm Sewer Hydraulic Tables: The ENGINEER will prepare hydraulic data using
Geopak Drainage software for the proposed storm sewer system. The storm system
will be designed for the 25-year event per the approved design criteria.
C. Hydraulic Modeling: The ENGINEER will analyze culvert crossings at two
existing culvert locations using HEC-RAS and propose extensions or replacement of
the existing configurations as necessary to meet the 100-year design storm
frequency.
Storm Drains: The ENGINEER shall provide the following services:
1. Design and analyze storm drains using Geopak Drainage.
2. Size inlets, laterals, trunk line and outfall. Develop designs that minimize the
interference with the passage of traffic or incur damage to the highway and local
CR 112—Round Rock,TX Page 5 of 19 Exhibit B
property in accordance with the City of Round Rock Drainage Criteria Manual
(DCM) and ATLAS 14.
3. Determine hydraulic grade line starting at the outfall channel for each storm drain
design. Use the design water surface elevation of the outfall as the starting basis
(tailwater) for the design of the proposed storm sewer system.
4. Calculate manhole head losses. Compute manhole head losses as per FHWA's
HEC-22.
5. Limit discharge into existing storm drains and existing outfalls to the capacity of
the existing system, which will be determined by the ENGINEER. Evaluate
alternate flow routes if necessary,to relieve system overload.
6. Identify areas requiring trench protection, excavation, shoring, and de-watering.
7. Design non-standard drainage details (junction boxes,pipe connections, etc.).
8. Determine pipe strength requirements.
Cross Drainage Structures: The ENGINEER shall provide the following services:
1. Determine drainage areas and flows for cross culvert drainage systems.
2. Determine the sizing of the drainage crossings. Develop designs that minimize
the interference with the passage of traffic or cause damage to the highway and
local property in accordance with the City of Round Rock Drainage Criteria
Manual (DCM). Cross drainage design shall be performed using HY-8 or HEC
RAS.
a. Determine Traffic Control Phasing for the construction of the cross
culverts.
b. Design inlet and outfall erosion protection at each crossing.
Ditch Design: The ENGINEER shall provide the following services:
1. Develop plans for all ditch drainage facilities necessary to convey flow to outfalls.
2. Perform shear stress calculations and determine mitigation measures as necessary.
3. Design driveway culverts to meet ditch design criteria. Driveway culvert design
information will be shown on driveway tables/layouts.
4. Coordinate ditch design to be included in roadway cross-sections.
Plans Sheets for Drainage Design:
The ENGINEER shall provide the following services:
1. Prepare the PS&E package in accordance with the applicable requirements of the
City's specifications, standards, and manuals. Include the following sheets and
documents, as appropriate:
a. Drainage Area Maps
b. Hydrologic Data Sheets
CR 112—Round Rock,TX Page 6 of 19 Exhibit B
c. Hydraulic Data Sheets
d. Scour Data Sheets (if applicable)
e. Culvert Layout Sheets
f. Storm Drain Plan/Profile Sheets
g. Trench Protection and Special Shoring Details
2. Prepare culvert cross sections and identify each cross-section's station location.
3. Identify areas requiring trench protection, excavation, shoring and de-watering.
4. Prepare drainage area maps.
5. If applicable, prepare plan and profile sheets for storm drain systems and outfall
ditches.
6. Select any necessary standard details from City or TxDOT list of standards for
items such as inlets,manholes,junction boxes and end treatments.
7. Prepare details for non-standard inlets, manholes and junction boxes.
8. Prepare drainage details for outlet protection, outlet structures and utility
accommodation structures.
9. Identify pipe strength requirements.
10. Prepare drainage facility quantity summaries.
11. Identify potential utility conflicts and, if feasible, design to mitigate or avoid those
identified conflicts.
12. Consider pedestrian facilities, utility impacts, driveway grades, retaining wall and
concrete traffic barrier drainage impacts.
13. Identify existing ground elevation profiles at the ROW lines on storm sewer plan
and profile sheets.
14. Prepare Hydraulic Data Sheets for cross drainage structures at the outfall channel
and indicate site location (e.g., station and name of creek).
SIGNING AND PAVEMENT MARICING
A. Signing: The ENGINEER shall prepare drawings, specifications, and details for all
signs. The ENGINEER shall coordinate with the City (and other Engineers as
required) for overall temporary, interim, and final signing strategies and placement of
signs outside contract limits. The ENGINEER shall:
a. Prepare sign detail sheets for non-standard signs showing dimensions,
lettering, shields, borders, corner radii, etc., and shall provide a summary
of large and small signs.
b. Designate the shields to be attached to guide signs.
c. Illustrate and number the proposed signs on plan sheets.
d. Select each sign foundation from City or TxDOT Standards.
CR 112—Round Rock, TX Page 7 of 19 Exhibit B
B. Pavement Marking: The ENGINEER shall detail both permanent and temporary
pavement markings and channelization devices on plan sheets. The ENGINEER
shall coordinate with the City(and other Engineers as required) for overall temporary,
interim, and final pavement marking strategies. The ENGINEER shall select
Pavement markings from the latest City or TxDOT standards.
The ENGINEER shall provide the following information on sign/pavement marking
layouts:
a. Roadway layout.
b. Center line with station numbering.
c. Designation of arrow used on exit direction signs
d. Culverts and other structures that present a hazard to traffic.
e. Location of utilities.
f. Existing signs to remain,to be removed, or to be relocated.
g. Proposed signs (illustrated,numbered and size).
h. Proposed markings (illustrated and quantified) which include pavement
markings, object markings and delineation.
i. Quantities of existing pavement markings to be removed.
j. Proposed delineators and object markers.
k. Right-of-way limits.
1. Direction of traffic flow on all roadways.
Quantity Summary Sheets: Prepare and update summary sheets showing item
description, item unit, and item quantity for temporary and permanent signing and
pavement marking bid items.
C. Traffic Signals: To accommodate changes to the proposed CR 112 approach to AW
Grimes, plans and details will be developed for signal modifications. The traffic
signal plans shall be signed and sealed by a Texas Registered Professional Engineer.
The ENGINEER shall develop all quantities, general notes, specifications and
incorporate the appropriate agency standards required to complete construction.
Traffic signal poles, fixtures, signs, and lighting shall be designed per City of Round
Rock or TxDOT specifications and standards.
The following information shall be provided in the Traffic Signal Plans:
1. Layout
a. Estimate and quantity sheet
(1) List of all bid items
(2) Bid item quantities
(3) Specification item number
(4) Paid item description and unit of measure
b. Basis of estimate sheet(list of materials)
c. General notes and specification data.
d. Existing Condition Layout
CR 112—Round Rock, TX Page 8 of 19 Exhibit B
(1) Highway and intersection design features
(2) Roadside development
(3) Existing Traffic control including illumination
e. Plan sheet(s)
(1) Existing traffic control that will remain(signs and
markings)
(2) Existing utilities
(3) Proposed signal modifications
f. Notes for plan layout
g. Electrical Schedule and Phase sequence diagram(s)
(1) Signal locations
(2) Signal indications
(3) Phase diagram
(4) Signal sequence table
(5) Electric Schedule
2. General Requirements
a. Contact local utility company
(1) Confirm power source
b. Prepare governing specifications and special provisions list
c. Prepare project estimate
3. Summary of Quantities
a. Small signs tabulation
4. Sign Detail Sheets
a. All signs except route markers
b. Dimensioning(letters, shields,borders, etc.)
c. Designation of shields attached to guide signs
TRAFFIC CONTROL PLAN
Traffic Control Plan, Detours, Sequence of Construction: The ENGINEER shall
prepare Traffic Control Plans (TCP) for the project. A detailed TCP shall be
developed in accordance with the latest edition of the TMUTCD. The ENGINEER is
to implement the current Barricade and Construction (BC) standards as applicable.
The ENGINEER shall interface and coordinate phases of work, including the TCP,
with adjacent Engineers. The ENGINEER shall:
1. Develop an overall phasing plan for the project showing the phasing layout for
construction of the proposed improvements.
2. Provide a written narrative of the construction sequencing and work activities per
phase and determine the existing and proposed traffic control devices (regulatory
signs,warning signs, guide signs,route markers, construction pavement markings,
CR 112—Round Rock, TX Page 9 of 19 Exhibit B
barricades, flag personnel, temporary traffic signals, etc.) to be used to handle
traffic during each construction sequence.
3. Prepare a Schedule of Barricades and Advanced Warning Signs for the overall
Traffic Control Phasing plan.
4. Prepare Traffic Control Phasing Layouts (3 Phases) for each phase of the project
including typical sections that identify the travel lanes and work zone. The
ENGINEER shall show proposed traffic control devices at grade intersections
during each construction phase (stop signs, flag person, signals, etc.). The
ENGINEER shall show temporary roadways, ramps, structures and detours
required to maintain lane continuity throughout the construction phasing. The
Phasing Layouts will include the following:
a. Prepare each TCP in coordination with the City. The TCP shall include
interim signing for every phase of construction. Interim signing shall
include regulatory, warning, construction, route, and guide signs. The
ENGINEER shall interface and coordinate phases of work, including
the TCP, with adjacent Engineers, which are responsible for the
preparation of the PS&E for adjacent projects.
b. Maintain continuous access to abutting properties during all phases of
the TCP. The ENGINEER shall develop a list of each abutting
property along its alignment. The ENGINEER shall prepare exhibits
for and attend meetings with the public, as requested by the City.
c. Make every effort to prevent detours and utility relocations from
extending beyond the proposed Right-of-way lines. If it is necessary
to obtain additional permanent or temporary easements and Right-of-
Entry, the ENGINEER shall notify the City in writing of the need and
justification for such action. The ENGINEER shall identify and
coordinate with all utility companies for relocations required.
d. Describe the type of work to be performed for each phase of sequence
of construction and any special instructions (e.g. storm drain, culverts,
bridges, railing, illumination, signals, retaining walls, signing, paving
surface sequencing or concrete placement, ROW restrictions, utilities,
etc.) that the contractor should be made aware to include limits of
construction, obliteration, and shifting or detouring of traffic prior to
the proceeding phase.
e. Include the work limits, the location of channelizing devices, positive
barrier, location and direction of traffic, work area, stations, pavement
markings, and other information deemed necessary for each phase of
construction.
CR 112—Round Rock, TX Page 10 of 19 Exhibit B
f. Delineate areas of wetlands on traffic control plans.
5. Design temporary drainage to replace existing drainage disturbed by construction
activities or to drain detour pavement. The ENGINEER shall show horizontal
and vertical location of culverts and required cross sectional area of culverts. If
temporary shoring is required, prepare layouts and show the limits on the
applicable TCP.
6. Quantity Summary Sheets: Provide summary sheets showing item description,
item unit, and item quantity for temporary and permanent traffic control bid items.
7. Standards Selection: Include standard sheets applicable to project for traffic
control design elements.
ILLUARNATION
Illumination: The ENGINEER shall develop construction PS&E documents for
illumination of Roadway and Pedestrian facilities. The ENGINEER shall refer
to TxDOT's Highway Illumination Manual and other deemed necessary City or State
approved manuals for design of continuous lighting and safety lighting for all
conventional Lighting. The ENGINEER will use AGi32 to determine proper spacing and
location of illumination poles to satisfy proper uniformity, minimum and maximum
lighting requirements as established by AASHTO.
Illumination Layouts will be developed for continuous roadway lighting that identify
placement and type of illumination structures and locations of conduit and electrical
service.
Electrical calculations and circuit diagrams will be developed to identify placement of
illumination structures. Electrical details will be shown in the plans.
Quantity Summary Sheets: Provide summary sheets showing item description, item unit,
and item quantity.
Standards Selection: Include standard sheets applicable to project for illumination and
electrical design elements. Oncor pole standards shall be used.
STORM WATER POLLUTION PREVENTION PLANS
Stormwater Pollution Prevention Plans (SW3P): The ENGINEER shall develop
SW3P, on separate sheets from (but in conformance with) the Traffic Control Phasing
Plans, to minimize potential impact to receiving waterways. The SW3P shall include text
describing the plan, quantities, type, phase and locations of erosion control devices and
any required permanent erosion control.
Quantity Summary Sheets: Provide summary sheets showing item description, item unit,
and item quantity.
CR 112—Round Rock,TX Page 11 of 19 Exhibit B
Standards Selection: Include standard sheets applicable to project for temporary and
permanent SW3P design elements.
PS&E PREPARATION
A. Specifications and General Notes. The ENGINEER shall identify necessary
standard specifications, special specifications, special provisions and the
appropriate reference items. The ENGINEER shall prepare General Notes from
the City or TxDOT master list, Special Specifications and Special Provisions for
inclusion in the plans and bidding documents. The ENGINEER shall provide
General Notes, Special Specifications and Special Provisions in the required
format as specified by the City.
B. Plans and Estimate. The ENGINEER shall independently develop the submittal
package for each defined deliverable milestone. Numbering of Plan Sheets will be
updated with the continued development of the project documents for each
submittal. Electronic and hard copy sets of the project documents will be provided
at each milestone. The construction plans will include the necessary bid and
construction documentation to construct the project in standard City bid format at
the specified milestones (30%, 60% & 90%) and Final PS&E submittals. The
ENGINEER shall prepare a construction cost estimate at each defined milestone
using latest available bid data from City or State resources.
C. Contract time determination. The ENGINEER shall prepare a detailed contract
time estimate to determine the approximate time required for construction of the
project in calendar and working days at the 90% and Final PS&E milestone using
P6 software or Microsoft Project. The schedule shall include tasks, subtasks,
critical dates,milestones, deliverables, and review requirements in a format which
depicts the interdependence of the various items and adjacent construction
packages. The ENGINEER shall aid the City in interpreting the schedule.
D. QA/QC Reviews: ENGINEER will provide QA/QC reviews for 30%, 60%,
90%, and 100% submittals including a construability review at the 60% submittal
and review of joint bid utility plans at each submittal.
UTILITY COORDINATION
A. Utility Engineering including the identification of utility conflicts, coordination,
compliance with the UAR, and resolution of utility conflicts. Coordinate all
activities with the City, or their designee, to facilitate the orderly progress and
timely completion of the City's design phase.
The ENGINEER shall advance the utility layout developed in Phase I using Level
B information in MicroStation format. The information must be provided in a
format compatible with the current Computer Automated Design and Drafting
CR 1 12—Round Rock,TX Page 12 of 19 Exhibit B
(CADD) system. This layout shall include all existing utilities which are to
remain in place or be abandoned, and all proposed adjusted utilities. These layouts
are required to establish the location of the utility in plan view, the limits of the
project &profile view at locations mutually agreed upon by the City. This layout
shall be utilized to compare the PS&E design. The ENGINEER shall review and
incorporate these locations into the utility layout file. The ENGINEER shall
review all existing utility location data collected in Phase I. and reevaluate
revisions made to the PS&E.
1. Coordination of engineering activities include:
i. Utility Layout: Maintain a utility layout in the latest version of
Microstation. This layout shall include all existing utilities which are to
remain in place or be abandoned, and all adjusted utilities. This layout
shall be utilized to monitor the necessity and evaluate alternatives. The
ENGINEER's licensed Professional Engineer (P.E.) shall utilize the
layout of existing utilities as prepared, if available, and make a
determination of the following.
a. Facilities in conflict with the proposed project that are to be relocated.
b. Facilities to be abandoned in place.
c. Facilities to remain in service and in place as a result roadway design
adjustment and meeting the current UAR
d. The ENGINEER shall be responsible for determining if there are
additional facilities, not shown in the Subsurface Utility Engineering
(SUE) documents, which require relocation. Coordinate this
information with the City immediately upon discovery.
e. Utility Conflict List: The ENGINEER shall update the Utility Conflict
Tracking Report Spreadsheet, generated in Phase I with QL A and QL
B information.
2. Public & Individual Meetings with Utility Companies, as required, to facilitate
utility conflict identification and resolution.
i. Establish contact with all existing utilities within and adjacent to the
project limits and set up utility coordination meetings to discuss concepts
and options for construction.
ii. Schedule all utility coordination meetings and assess compatibility with
the schedule of the City.
iii. Set agenda for all coordination meetings as directed by the City.
iv. Progress Meetings: Meet with the City periodically to coordinate the
work effort and resolve problems and prepare a written report of such
meetings. The meetings shall review:
CR 112—Round Rock, TX Page 13 of 19 Exhibit B
a. Activities completed since the last meeting
b. Problems encountered.
c. Late activities.
d. Activities required by the next progress meeting.
e. Solutions for unresolved and/or anticipated problems.
f. Information or items required from other agencies/consultants.
3. Review of Utility's Proposed Adjustments
i. Evaluate Alternatives: Evaluate alternatives in the adjustment of utilities
balancing the needs of both the City and the Utility.
ii. Review Estimates and Schedules: Review the utility adjustment estimates
for reasonableness of cost and the timely scheduling of the adjustment.
iii. Review Plans for compliance with Utility Accommodation Rules and
proposed location data. The responsibility for quality and accuracy of
Utility adjustment plans shall remain with the Utility Company.
iv. Inspect Traffic control setup. Review for compliance with the regulations
of the most recent edition of the "Texas Manual on Uniform Traffic
Control Devices" (TMUTCD). Obtain approval from the City concerning
the proposed method of handling traffic prior to allowing commencement
of work.
4. The ENGINEER shall not provide services for the sole benefit of third parties.
5. Prepare a Signed and Sealed Proposed Utility Layout in the latest version of
MicroStation that can be overlaid on the base file with drainage and determine
the following.
i. Known facilities conflicts have been resolved.
ii. All stakeholders have concurred with the various alignments.
iii. Establish the sequence of construction for all utility relocation work
whether it is included as a part of the highway construction or not
iv. Determine which utilities shall be built as part of the contract.
V. Determine which facilities shall be relocated prior to construction.
UTILITY DESIGN
A. Utility Design: The ENGINEER will prepare design plans for the relocation of
existing City utilities within the project limits including:
i. Approximately 460 LF of 16"Reclaimed Waterline
ii. Approximately 570 LF of 36"Waterline
CR 112—Round Rock, TX Page 14 of 19 Exhibit B
1. The ENGINEER will perform site visits (up to 4) to confirm relocation needs and
maintain a utility adjustment schedule describing the proposed design elements
and duration.
2. The ENGINEER will develop and update a base file of the existing and proposed
utilities to be shown on the Utility Plans
3. The ENGINEER will develop proposed utility plan and profile layouts for the
identified waterlines per the City's Utility Criteria Manual. The proposed
relocations will mitigate conflicts with the proposed storm sewer and relocate the
new utilities from underneath the proposed pavement. The plans will include
existing utilities, existing and proposed ROW, drainage structures and proposed
roadway design.
4. The ENGINEER will gather and incorporate the necessary utility notes and
design standards into the construction documents.
SUBSURFACE UTILITY ENGINEERING (SUE)
Subsurface utility engineering services will be performed by Sub-Consultant (See
attached proposal B-1)
RIGHT OF WAY
Right of way Acquisition surveying services will be performed by Sub-Consultant (See
attached proposal B-2)
SOCIAL, ECONOMIC AND ENVIRONMENTAL STUDIES AND PUBLIC
INVOLVEMENT
If a CE is determined to be necessary then TxDOT CE — EDA Grant services will be
performed by Sub-Consultant (See attached proposal B-3)
DELIVERABLES
The ENGINEER shall provide the following information at each submittal:
1. 30% Plans Submittal
a. One printed set and one electronic set of 11" x 17" plan sheets (.PDF format)
for City Review.
b. Estimate of construction cost.
c. ENGINEER's internal QA and QC markup set.
d. Utility Conflict Matrix
2. 60% Plans Submittal:
a. One printed set and one electronic set of 11" x 17" plan sheets (.PDF format)
for the City review.
b. Estimate of construction cost.
c. ENGINEER's internal QA and QC marked up set.
d. Utility Conflict Matrix
CR 112—Round Rock,TX Page 15 of 19 Exhibit B
3. 90% Plans Submittal:
a. One printed set and one electronic set of 11" x 17" plan sheets (.PDF format)
for the City review
b. List of governing Specifications
c. General notes.
d. Plans estimate.
e. Contract time determination summary.
f. ENGINEER's internal QA and QC marked-up set.
g. Other supporting documents.
4. Final submittal (100%).
a. Two printed sets and one electronic set of I I" x 17" plan sheets (.PDF format)
b. Revised supporting documents from 90%review comments.
BID PHASE SERVICES
A. Prepare Bid Manual—The ENGINEER shall prepare the project bid manual
including latest City front end documents, bid tabulation form (electronic and pdf),
contract documents and specifications.
B. Attend Pre-bid Meeting and Furnish Documents—The ENGINEER shall be
present at the pre-bid meeting and describe the project improvements and bid
documents to prospective bidders. The ENGINEER shall document contractor
questions and provide responses along with the meeting sign-in sheet to all attendees.
C. Respond to Bidder's Questions - During the bid period all questions submitted to
the ENGINEER shall be logged and responded to in the form a comment matrix log.
D. Prepare and Distribute Addendum —The ENGINEER shall produce no more than
two (2) addendums, as needed, for question response or correction to the bid
documents, and distribution to bidders.
E. Attend Bid Opening—The ENGINEER shall be present at the bid opening to
announce and record prospective bids received.
F. Prepare Bid Tab and Letter of Recommendation —The ENGINEER shall analyze
contractor bids, prepare bid tabulation, check references, and make recommendation
for award to the apparent low bidder.
Construction Phase Services
A. Pre-Construction Meeting—The ENGINEER will attend a pre-construction meeting
with the Contractor, the City's project manager, and related City staff; at an agreed
upon date and time.
It would be appropriate at this time to include public and private utility companies,
City Planning & Engineering and Public Works representatives, and other parties
responsible for oversight and/or approvals that may be directly involved in this
proj ect.
CR 112—Round Rock,TX Page 16 of 19 Exhibit B
This meeting will be to discuss any project related items, including but not limited to
questions related to the construction documents,the construction schedule, scheduled
construction status meetings,pay requests, and communication methods (e-mail,
phone, fax, etc.) available to both the Contractor, the ENGINEER, and the CITY.
The ENGINEER will document meeting notes and submit to the City for inclusion
into the meeting minutes.
B. Review of Contractor Submittals—The ENGINEER will review construction
submittals and shop drawings relative to the project specifications and details
provided by the Contractor. The Contractor is responsible for providing shop
drawings that have complete project information, are clearly depicted, and are ready
for the ENGINEER'S review.
The Contractor may submit Shop Drawings and/or Construction Submittals noting
minor changes to the Construction Drawings, Specifications, or other information
provided by the ENGINEER; and within the area of expertise of the ENGINEER;
then modifications and/or approvals may be provided by the ENGINEER. A
maximum of twenty(20) Construction Submittal reviews are anticipated.
C. Monthly Construction Meetings—The ENGINEER will attend monthly
construction meetings at a location determined by the City. The CONTRACTOR will
provide an updated construction schedule, submit any pay requests, and forward any
discussions related to potential construction issues. A maximum of twelve (12)
meetings are anticipated.
D. Construction Site Visits—The ENGINEER will perform periodic site visits and
observations during project construction. Based on the construction schedule
timeline developed by the ENGINEER, no more than six(6)visits beyond the
monthly construction meetings are anticipated.
It is at the ENGINEER'S discretion as whether to notify the Contractor of a planned
or anticipated visit. The ENGINEER may notify the Contractor prior to a site visit in
order to meet the Contractor in the field and discuss ongoing construction operations.
The ENGINEER may request photographs and/or video be taken of specific items in
the field by the Contractor. The ENGINEER may also take photographs and/or video
to document construction progression, site conditions, or safety issues.
E. Requests for Information—The ENGINEER will respond to written Requests for
Information(RFI's)during construction. The ENGINEER will accept written
Requests for Information provided by the Contractor. The Contractor is responsible
for providing complete and clearly written documents, ready for the ENGINEER'S
review.
The Contractor may submit RFI's to ask for clarification of the Construction
Drawings, Specifications, or other information provided by the ENGINEER for
CR 112—Round Rock, TX Page 17 of 19 Exhibit B
Bidding Purposes; and within the area of expertise of the ENGINEER. A maximum
of fifteen (15)RFI reviews are anticipated.
If the Contractor requests RFI's for items outside of the ENGINEER'S area of
expertise; they may not be approved by the ENGINEER. The Contractor may then
choose to have a Registered Engineer in the State of Texas, with that specific
expertise,provide Sealed Shop Drawings for review, rather than an RFI,
F. Change Orders-The ENGINEER will provide cost adjustment information and
revised construction documents for change orders provided by the Contractor. Prior to
completion of any change order,the revisions to any bid documents requiring a
change in price will be discussed and approved with the City prior to submitting to
the contractor. Additional time for design modifications relative to new scoping items
that aren't considered omissions or errors of the ENGINEER will be vetted and
approved by the City before modification of the construction documents. All change
orders will be prepared in accordance with City requirements and will be logged for
recordkeeping purposes. Assume three(3) change orders.
G. Final Walk-Through/Punch List—The ENGINEER will accompany the City
Representative and the Contractor on a final walk-through when the Contractor
notifies the CITY that the project is substantially complete and ready for final
inspection.
The ENGINEER may photograph and/or video the completed work,make verbal
comments to the City Representative and to the Contractor during final walk-through;
develop a written punch list of items yet to be completed,to be adjusted,removed and
/or replaced; document incomplete or missing items; and note those items that are
complete and accepted.
The ENGINEER, Contractor, and City will meet at a designated place and time to
discuss the Final Walk-Through findings and Punch List. It shall be the Contractor's
responsibility to complete the Punch List to the satisfaction of the City prior to
acceptance of the project as being constructed in accordance with the construction
documents.
Following project acceptance,the Final Acceptance Letter will be completed, and the
contractor field notes will be included in as-built drawings as a part of the As-Built
Plan deliverables.
H. As-Built Plans—The ENGINEER will prepare and submit final as-built plans that
reflect field changes for RFI's and change order design modifications and Contractor
field mark-ups for the project. One I I" x 17" as-built set along with an electronic
copy of the drawings shall be submitted to the City for their records. Additionally,
GIS data files will be developed from the project CADD files and submitted to the
CITY for review.
CR 112—Round Rock,TX Page 18 of 19 Exhibit B
I. Project Management—The ENGINEER will attend bi-weekly meetings by phone
and coordinate with the CITY to comply with terms set forth in their agreement for
construction related activities including contractor's responsibilities and updates to
City Council. The ENGINEER will assist the CITY in updating traffic control
information for public use as needed through the construction phasing. The
ENGINEER will prepare monthly invoices and progress reports and implement a
QA/QC program throughout the project for all construction record deliverables.
DELIVERABLES
Final Design&Bidding
1. Conformed Construction Plans, Cost Estimate meeting City of Round
Rock and TxDOT Standards and Specifications
2. Project Bid Manual
3. Addendums
4. Bid Tabulation and Letter of Recommendation
Pre-Construction and During Construction:
1. Pre-Construction Meeting related documents such as:
a. Agenda
b. Meeting Minutes
2. Construction Submittals and Log
3. Construction RFI's and Log
4. Construction Site Visit Minutes
5. Change Order Requests
6. Construction Punch List
7. Construction Final Acceptance Letter
8. As-Built Plans& GIS files
Exclusions
- Construction Materials Testing services are excluded from this contract. These
services will be performed by the CITY through other contracting measures
- Design services beyond those specifically stated in this scope and any previously
approved scopes
- Additional construction surveying
- Daily or repeated Construction Inspection Services beyond field meetings
established in the scope
- TAS Review and Report
- Additional Public Meetings
- 3D modeling
- Retaining Wall and Bridge Design
CR 112—Round Rock,TX Page 19 of 19 Exhibit B
Ok THE RIOS GROUP B- 1
June 1, 2021
Rev 1
Kevin Hoffman, PE
RPS Group
4801 Southwest Parkway
Parkway 2, Suite 150
Austin, Texas 78735
512-328-5771
Kevin.Hoffman@rpsgroup.com
RE: Subsurface Utility Engineering
City of Round Rock- CR 112 Improvements
Dear Mr. Hoffinan:
The Rios Group, Inc. (TRG) is pleased to submit a revised cost proposal for Subsurface Utility
Engineering (SUE) for the above referenced project. The original proposal was based on
information provided via email and telephone on March 31, 2020. The revisions to this proposal
are based on information provided via telephone on June 1, 2021.
Introduction
TRG will perform SUE services for this project in general accordance with the recommended
practices and procedures described in ASCE publication Cl/ASCE 38-02 "Standard Guidelines
for the Collection and Depiction of Existing Subsurface Utility Data." As described in the
publication, four levels have been established to describe and depict the quality of subsurface
utility information. The four quality levels are as follows:
• Quality Level D (QL"D")—Information obtained from existing utility records.
• Quality Level C (QL"C") — Surveyed data depicting visible above-ground features
supplemented with QL"D"information.
• Quality Level B (QL"B")—Two-dimensional horizontal information obtained through the
application and interpretation of non-destructive surface geophysical methods. Also
known as "designating," this level incorporates QL"C" information and provides
horizontal positioning of subsurface utilities to within approximately 1.0 foot.
• Quality Level A (QL"A") — Three-dimensional horizontal and vertical information
obtained through non-destructive vacuum excavation equipment to expose utilities at
critical points. Also known as "locating," this level incorporates QL`B" information and
provides horizontal and vertical positioning of subsurface utilities to within approximately
0.05 feet.
Scope of Work
Based on information provided by RPS Group (Client), TRG has developed a proposed scope for
SUE services on this project. This scope may be modified,with Client and TRG concurrence,
during the performance of work if warranted by changing or unexpected field conditions.
575 Round Rock West Drive,Building K, Suite 400 1 Round Rock, TX 786811 Phone: 512.580.5440
Subsurface Utility Engineering I Utility Coordination
Round Rock CR 112 Improvements
June 1,2021
Page 2 of 4
Revl
The scope of this proposal includes ten (10) QL"A" SUE Test Holes at locations to be identified
by the client along CR 112 in Round Rock, Texas. The project limits are outlined in red on
Exhibit B. To layout the test holes, TRG will attempt to designate the target utility 10-feet either
side of the test hole.
Additionally, this proposal includes one day of QL`B" SUE (equivalent to approximately 2,000 -
2,500 linear feet) at locations near proposed drainage structures along the southern side of CR
112. It is assumed the client will provide precise locations where QL"B" SUE is required.
The survey of SUE field markings is not included in this scope of work. It is assumed that the
Client's Surveyor, Inland Geodetics,will provide SUE survey data for use in preparing the final
deliverables.
Any necessary Right-Of-Entry (ROE)permits, including railroad ROE, will be provided by the
Client prior to the start of field work.
TRG Procedures
QL"D"and "C"—Records Research and Surface Feature Survey
It is the responsibility of the SUE provider to perform due-diligence with regard to records research
and the acquisition of available utility records. The due-diligence provided for this project will
consist of contacting the applicable One Call agency and associated utility owners/municipalities,
visually inspecting the work area for evidence of utilities, and reviewing available utility record
information.Additional utilities not identified through these efforts will be referred to as Unknown
utilities.
QL`B"—Designating
Following a review of the project scope and available utility records with the project manager,
TRG field personnel will begin designating the approximate horizontal position of known
subsurface utilities within the project area. A suite of geophysical equipment that includes
magnetic and electromagnetic induction will be used to designate conductive utilities. Where
access is available, a sonde will be inserted into non-conductive utilities to provide a medium for
transmission which can then be designated using geophysical equipment. Non-conductive utilities
can also be designated using other proven methods, such as rodding and probing. TRG will make
a reasonable attempt to designate Unknown utilities identified during field work; however, no
guarantee is made that all Unknown utilities will be designated. Utilities will be marked and
labeled to distinguish type and ownership. Field data depicting the designated utilities, as well as
relevant surface features, will be produced to ensure accuracy and completeness of subsequent
survey data. The TRG project manager will review the collected survey data,field data, and utility
records for accuracy and completeness.
QL"A"—Locating
TRG will utilize non-destructive vacuum excavation equipment to excavate test holes at the
requested locations. To layout the test holes,TRG will follow the QL`B"—Designating procedures
575 Round Rock West Drive, Building K, Suite 400 1 Round Rock, TX 786811 Phone: 512.580.5440
Subsurface Utility Engineering I Utility Coordination
Round Rock CR 112 Improvements
June 1,2021
Page 3 of 4
Revl
described above. Once each utility is located, TRG will record the size, type, material, and depth.
Test holes will be uniquely marked. Excavations will be backfilled by mechanical means with the
appropriate material, and the original surface will be restored. If necessary, TRG can core
pavement up to a depth of 12 inches. Asphalt surfaces will be repaired with an asphalt cold patch,
and concrete cores will be epoxied in place,flush with the surrounding surface. TRG assumes that
flowable fill will not be required when backfilling test holes and that full-section pavement repair
(including sidewalks) will not be required to restore the original pavement surface. If requested,
these services can be provided at an additional cost.
TRG will establish any necessary routine traffic control measures at no additional cost. However,
if non-routine traffic control measures (lane closures, traffic detours, flagpersons, etc.) are
required, this service will be invoiced as a direct expense. Due to the risk of damage, TRG will
not attempt to probe or excavate test holes on AC water lines unless approval is obtained from the
owner in advance. Additionally,excavation in rock,or to a depth greater than 18 feet,is considered
beyond the scope of this proposal.
TRG has made the following assumptions with regard to the test holes on this project:
• All test holes will be accessible to truck-mounted vacuum excavation equipment.
• Right-Of-Way(ROW)permits from the City of Round Rock will not be required. If ROW
permits are required, it is assumed they will be provided at no cost to TRG.
• Designed traffic control plans
co o a s will not be required.
Zm P q
• Non-routine traffic control measures will not be required.
• The coring of pavement will not be required.
Deliverables
TRG will provide the following as a final deliverable to the Client:
• A utility file in CAD format depicting all designated and located utilities. The Client will
provide TRG with any necessary background files for use in completing the final
deliverables.
• A summary sheet of all test hole coordinate data and depth information.
• 8.5"x 11"Test Hole Data Forms for all test hole locations completed. These plans will
be signed and sealed by a Professional Engineer and delivered to the Client in electronic
PDF form.
Schedule
TRG can mobilize within three(3) weeks of receiving Notice-To-Proceed(NTP). TRG
estimates that the SUE work can be completed in nine (9)working days, broken down as
follows:
• QL B field work—2 days
• QL`B" deliverable preparation—7 days
575 Round Rock West Drive,Building K, Suite 400 1 Round Rock, TX 786811 Phone: 512.580.5440
Subsurface Utility Engineering I Utility Coordination
Round Rock CR 112 Improvements
June 1,2021
Page 4 of 4
Revl
TRG estimates that the QL"A" SUE work can be completed in thirteen (13) working days,
broken down as follows:
• Layout test holes— 1 day
• Field work—5 days
• Deliverable preparation—7 days (following receipt of survey data from client)
Estimated Fee
The total estimated cost to complete the work described herein is Nineteen Thousand Nine
Hundred Ninety-Seven Dollars and 60/100 ($19,997.60). An itemized breakdown of cost is
provided in Exhibit A. Please note that these pricings are based on an assumption of quantities,
and that only actual quantities will be invoiced—up to the total Contract amount.
We look forward to working with you on this project. If there are any questions, please do not
hesitate to call at 512.580.5440.
Respectfully,
The Rios Group, Inc.
7<4-�7
Robby Hub
Project Manager
575 Round Rock West Drive, Building K, Suite 400 1 Round Rock, TX 786811 Phone: 512.580.5440
Subsurface Utility Engineering I Utility Coordination
B-2
1504 Chisholm Trail Road
IN LAN Du suite 103
J
Round Rocl<, TX 78681
GEODETICS J 512-238-1200
PROFESSIONAL LAND SURVEYORS 612-238-1251 fax
TBPELS Firm Reg. No. 10059100
15 Mar 2021
Kevin Hoffman, PE
THRU: James Schwerciffeger, PE
RPS North America
Senior Project Manager
4801 Southwest Parkway, Parkway 2,Sulte 150
Austin, TX 78746
RECR 112 ROW Acquisition Survey
Mr. Hoffman:
Scope of Services
The Surveyor shall provide Right of Way Acquisition surveying services for the CR 112 Improvement Project between
AW Grimes Blvd.and CR 117. It is understood that this proposal is for up to 5 acquisition parcels within the stated
limits. NOTE: this proposal assumes that title abstracts will be provided prior to delivering parcel acquisition
packages.
Field Surveying
1. Right-Of-Entry
A. The Surveyor understands that Right of Entry will be provided from the affected landowners along the
project route. This will include landowners subject to boundary line verification or data gathering on tracts
adjoining the project tracts. This number of ROES may exceed the 5 parcels being acquired from. Copies
of the signed ROE letters will be supplied to the surveyor prior to work commencing. Limitations for access
will be addressed as they become known and adjustments to scope of work, fee estimates, time
schedules, and other tasks will be made by supplemental proposal.
ROW Acauisition Surveys
A. The Surveyor shall generate, recover, and/or verify existing horizontal and vertical project primary control at
the site, if any, and reconcile the control to known existing Intersecting projects.
B. The Surveyor shall establish or densify additional secondary control as needed for the project to collect
data along the length of the project.
C. The Surveyor shall, at their discretion, use 5/8" iron rods with distinguishing caps, cotton spindles(paved
areas)or other durable entities for the project control as applicable.
D. Inland will perform sufficient research of property records from various sources to analyze and develop an
exhibit of the record ROW and property configurations for the affected area. Inland will perform sufficient
field work to recover property corners and other boundary related evidence to aid in the analysis and
reconstruction of the affected properties. Final deliverables will be a signed and sealed survey plat and
accompanying metes and bounds description for each parcel.
E. Title Abstracts shall be provided by the City in a timely fashion for the use of the surveyor in preparing the
ROW acquisition documents.
F. Inland will monument the corners of the acquired tract of land.
RPS NA-CR 112 ROW Page 2
Deliverables
The Surveyor shall provide:
A. ASCII point file, DGN files, and/or DWG files as appropriate.
B. Preliminary set and final survey plats with metes and bounds descriptions for 5 parcels.
C. PDF file of each Surveyor's project fieldbook if requested.
Compensation
ROW Surveying LUMP SUM FEE: $32,760.74
ASSUMPTIONS
The Surveyor shall notify the client prior to performing the work if:
A. Sufficient boundary monumentation cannot be recovered to re-construct the existing alignments and
associated right-of-way lines along the project corridor or that sufficient evidence for adjoining boundary
lines of affected properties cannot be recovered and utilized for preliminary boundary line reconstruction.
NOTE: It may become necessary for extending the survey limits beyond the properties in question to satisfy
the Texas Board of Professional Engineers and Land Surveyors regulations pertaining to sufficient research
and investigation with regards to the reconstruction of the affected boundary lines, This may be due to
ambiguous seniority evidence or conflicting adjoining calls or descriptions that may not be located on the
ground.
B. Traffic Control can be managed by the Surveyor's personnel. If abnormal conditions or additional TC
apparatus is required,the Surveyor will notify the appropriate personnel prior to proceeding. There may be
additional costs contingent to this task.
C. The work is delayed due to weather, Right of Entry/access, or other circumstances beyond the Surveyor's
direct control.
Submitted:
4a,,,/- 6•
M.Stephen Truesdale, RPLS, LSLS
Principal
Inland Geodetics, LLC
MTN=
B-3
Memorandum
To: James Schwerdtfeger, RPS
From: Jeff Hall, BGE
Date: November 19, 2020
Subject: Scope for Additional Environmental Tasks—Round Rock CIP CR 112
As requested,please find BGE's environmental scope and fee for additional services for the CR
112 project. As the project will require construction within the TxDOT right-of-way(ROW) of
A.W. Grimes Boulevard, this scope includes tasks required to document a TxDOT Categorical
Exclusion (CE). Additionally, the City of Round Rock is pursuing federal funding through an
Economic Development Administration (EDA) grant. BGE has previously prepared and
submitted the EDA grant application Environmental Narrative. The EDA may request additional
environmental documentation or agency coordination. Based on EDA guidance, this scope
includes additional tasks that may be requested by the EDA. The fee is broken down as
individual task items, and BGE would proceed on a time and materials basis if a task is requested
by the City. Additional attachments listed in the EDA Environmental Narrative not included in
this scope have been determined to be not required or not applicable.
ENVIRONMENTAL STUDIES
1. TxDOT CE*—For work within TxDOT ROW only, based on preliminary design schematic
dated 4/27/2020.
• Submit Local Government Environmental Compliance Memorandum and THC
clearance documentation to TxDOT
• Prepare and submit the TxDOT Work Plan Development(WPD)to TxDOT
• Prepare and submit TxDOT Species Analysis Form and Species Analysis Summary
to TxDOT
• Prepare and submit Public Involvement Analysis documentation to TxDOT
• Coordinate with TxDOT for review and approval
* All other studies and agency coordination are excluded
2. EDA GRANT ADDITIONAL ENVIRONMENTAL DOCUMENTATION OR
AGENCY COORDINATION
• Consultation letters with additional federal agencies (up to 10)
• Public Involvement—letters to affected property owners, a public notice to be posted
on the City of Round Rock website, and coordination with the City of Round Rock to
document all previous public outreach
• Phase I Environmental Site Assessment (ESA) (up to three),Excluding Phase II ESAs
ADDENDUM TO EXHIBIT C
Work Schedule
Attached Behind This Page
Exhibit C-Project Schedule
ID Task ask Name Duration ril May June July �August l Septembf October Novembe December January February March April May Juno Ju August Saptembf October Novembe Dec
'a Mode M E B M E B M E B M E B M E B M E 8 M E B M E B M E B M E B M E B M E B M E B M_ B M E B M E B M E B M E B
t CR 212 PSAE Notice to Proceed 1 day? —IT
2 all Project Management 327 days
3� "i Utility Coordination 150 days Utility Coordination
41 all I
Right of Way Acquisition 90 days Right of Way Acquisition
5 _ 41 Environmental Documents 120 days I I Environmental Documents
6 Utility Relocation 120 days Utility Relocation
7 W4 30%Design Phase 61 days
i I
8 11K 30%Plans 45 days 30%Plans
9 OP 30%Submittal Iday 30%Submittal
10 all 30%City of RR Review 15 days : 30%City of RR Review
11 all 60%Design Phase 76 days
12 - 60%Plans 60days *ird w, 60%Plans
I I
13 - 60%Submittal 1day 60%Submittal
I
I
14 1l 60%City of RR Review 15 days 60%City of RR Review
i
15 Will 90%Design Phase 51 days l '-1
16 90%Plans 30 days JonvownW90%Plans
17 90%Submittal 1 day *90%Submittal
18 0: 90%City of RR Review 20 days ° 90%City of RR Review
19 100%Design Phase 26 days
20 er 100%PS&E 15 days 100%PS&E
21 � 100%Submittal 1 day '100%Submittal
22 � 100%City of RR Review 10 days 100%City of RR Review
Task Project Summary Manual Task Start-only E Deadline i
Project:CR 112 PS&E Work Sch Split Inactive Task Duration-onty Finish-only ] Progress
Date:Wed 5/19/21 Milestone ♦ Inactive Milestone Manual Summary Rollup External Tasks Manual Progress
Summary I Inactive Summary Manual Summary r1 External Milestone
Page 1
ADDENDUM TO EXHIBIT D
Fee Schedule
Attached Behind This Page
EXHIBIT D 6/9/2021
Project: CR 112 Final Design
Fee Schedule-Lump Sum
Firm Provider:RPS
Work'1'.ek Privcipal Sevior Project Sevior ProjM Project layjoeer A.wciate Ar.oeiate Lvgioeerl� Seviur Deei A4mia/ 1'aW 110 of Labor hr. ToW
MavW, lvgivrer lvyyveer 111 11 Cver Clerical
Hours DWGS per ehret Amouat
Project Management
Coordination with City 6 64 16 1 2 1 90 1 $19,560.00
luvuicin8 wtd Schedule updates 16 8 16 40 �$6,320.00Subconsultavt Coordination,Deliverables Review and Invoices 40 32 8 8 4 92 Coordination with HDR(tie-in at CR 117) 24 8 4 36 QA/QC 4 12 12 8 8 8 52
Subtotal: $58,880,00
Roadway Design
Roadway Dcsi fln
Title Shen 1 2 3 6 1 6 8960.Of1
Ind—fSheets 4 4 24 32 2 16 S4,840.00
Typical Sctons 2 4 18 16 40 2 20 $5,520.00
Project Layout 2 2 8 8 20 1 20 $2,880.00
Horiz-W Aligiment Dam Shy 2.s 1 2 2 2 7 1 7 $1,090400
Roadway Plan&Profile Sheet. 5 16 40 40 74 175 7 25 $24.370,00
Inturae tiou Layouts-Cross Sue- 4 6 16 24 50 2 25 $7,540.00
D.—.y Layou. 2 4 16 16 38 3 13 1 $5,540.00
Rcrooval L.y-. 2 6 16 32 56 4 14 58,280.00
Pedestrian and Bicycle Paciljtie. 1 4 8 8 21 7 3 $3,110.00
Roadway Crass Sections 4 24 44 80 152 15 IO $22,500.00
Miscellaneous Roadway DeWI Sheets 8 8 32 48 4 12 $8,000.00
Quantiry Summary Sheets 4 8 16 4 32 2 16 $4,040.00
Staudard..clectiou 4 4 8 8 1 $1,100.00
Subtotal: $99,770.W
Page 1 of 4
EXHIBIT D 6/9/2021
Project: CR 112 Final Design
Fee Schedule-Lump Sum
Firm Provider:RPS
Senior Project Senior Project Associate Aewciale Engineer f/ Aamia/ t'oua door Lobar bra 'PeW
Work'rask Yriacipal ylupeger t:aginerr Yraject Engineer Engineer lH II Senior Designer Clericd flours UWGS beet Amount per
Drainage Design
Duta C.Ilectiou
Verify Field Conditions 1 4 5 $730.00
C..rdiantio.with local ag-c.c, 1 16 17 $2 950.00
Hydrology
Coufirm curreut conditions with previous study 1 2 4 7 $1,070.00
Modify External Drainage areas 1 4 5 $730.00
Modify runoffealculations for design storms 1 4 5 MOM
Develop hnemal areas for stuns drains 1 4 4 9 $1,330.00
Develop u tem.]areas for ditches 1 4 4 9 $1,330.00
Sturm D—re.
Design mod moaylizc Storm Drains I 1 4 24 30 S4,190.00
Coordinate design with utilities,traffic and retaining walls 1 4 5 $910.00
Anaylize Hydraulic grade line 1 4 5 $910.00
Calculate tra th.le losses 1 4 5 $910.00
Amylize..,fall impacts 1 4 5 s910.00
Determine trrnch protecti..and special sh,m,g 1 4 4 9 $1,410.00
Cross-Drainage Strucutres
Design and mnaylize Culverts 1 4 24 29 $3,910.00
Determine Culvert TCP phasing 1 4 5 $910.00
Design inlet and outlet erosion protection 1 8 9 S1,230.00
Ditch Design
Ditch design details and calculations 1 6 10 17 $2,500.00
Driveway culvert design 1 2 8 11 S1,570.00
Plan Sheens for Drainage Design
Drainage An a Maps 24 44 16 16 100 5 20 $13,740.00
Hydrologic Data sheets 4 4 2 10 1 10 $1,240.00
Hydraulic Data Sheets 8 4 4 16 2 8 S2,040.00
Culvert Layouts 4 4 35 8 24 75 3 25 $10'095.00
Storm Drew Plan&Profile 1 24 70 40 40 175 7 25 $23,460,00
Drawage Detail she is 2 8 8 8 6 32 2 16 $4p600vOO
Staudards selection 2 4 4 10 5 2 S1,640.W
Trcnch Prol-Ii.rr mod Special Shmung Dctails 1 2 1 2 1 1 s 24 36 2 18 S5,400.00
Subtotal. $90,445.00
Signing,Pavement Markings,Signalization(Permanent)
Signing
Signung Layouts 1 1 4 8 Is 31 7 4 $4,610.00
Prepare small sign details 1 2 6 16 25 2 13 $3,720.00
Prepare Quantity Smmnaries 1 1 4 2 8 1 8 $1,200.00
Select Standards 1 2 2 1 5 5 1 $64O.OU
Pavement Mark gs
Pavement Making Layouts 4 12 16 32 7 5 $4,400.00
Select Standards 1 2 3 4 1 S450.00
Traffic Signal
Traffic Signal Design M dific.u..(1 Location) 2 8 20 24 54 2 27 $7,620.00
Saida selection 2 2 2 6 8 1 $1,080.00
Subtotal- $23,720.00
Page 2 of 4
EXHIBIT D 6/9/2021
Project: CR 112 Final Design
Fee Schedule-Lump Sum
Firm Provider: RPS
Werk'1'ar4 Yri.cipul Senior Project Senior Project Project F;ugi.eer Aaaociate Asruciale lnyj.eer l l Senior llniguer Aamm� 'Total 1.of L..or hn --od
Manager ingieeer Engineer W ll Clerical Haurr UWGS per.beet Amount
Traffic Control Plan
TCP Overall Phasing PI..(3 Ph..) 4 12 10 10 36 2 I8 $4,950.W
TCP Narrative&N.- 2 16 2 20 40 2 20 $5,150.00
TCP Schedule of Barticade. 2 4 2 2 10 1 10 $1,490.00
TCP Typical Sen— 4 16 24 44 3 15 $6,160.00
TCP Phasing I.youts 4 45 80 60 189 21 9 $26,220.00
TCP Culvert Phasing layouts 4 4 8 8 24 3 8 $3,680+00
Quantity nunneries 2 2 2 2 8 1 8 $1,290A0
Standard.selecti.. 2 2 2 2 8 tl 1 S1,150.00
Sub-1 550,090.00
Illumination
Illuminati..Lay.uts 2 28 48 48 126 7 18 $18,420+00
AGi 32 A.xlysis 6 36 24 510,500.00
Circuit Diagrams 4 24 24 12 64 2 32 S9,800.00
Electrical Deana 4 12 16 16 48 2 24 S7,360.00
Electric Service Coordi u.. 4 2 8 8 22 $3,460.00
Quantity aur....ies 1 4 16 21 1 21 $2,910.00
Sta.darda selec[io. 1 4 5 4 1 $730.00
Subtotal: S53,180.00
Stormwater Pollution Prevention Plans(SW3P)
SW3P Narrative 2 8 2 12 1 12 51,460.00
P pare SW3P Plans 6 12 22 40 40 130 21 6 SI8,300.00
Standard.sei-- 2 1 12 14 4 1 1 $500+00
SubwWl: $20,260.00
PS&E Preparation
Ge.eral..tea(60%,9W/6,100%submittal) 4 16 2 22 $3,0W00
Specs(6o%,9fr/IOv/.submittal) 4 16 2 22 $3,080.00
Plaus and Estimates(30%,60%90%,100%s.bmj.al) 4 16 2 22 $3,080.00
Co.swction Time Det=ninano. 14 16 40 $5,360.00
C.mtmctabihry Review,(1)90%review 2 4 4 4 2 16 $2,700.00
Utility eught nng(Joint-Bid)(6(P/,90%,100°/.aubmi-l) 6 12 12 2 32 $4,720.00
Conduct QC and QA review.(30%.60%,90%,100%submittal) 2 12 24 24 24 4 vU $14,U80.00
Submwl. $36.100.00
Utility Coordination
Update—tun g utility exhibds 4 4 4 12 4 10 S1,660.00
Update utility—flit(tracking)list 16 I6 8 40 $6,920.00
Utility covtliet identi5c b-and resolution 8 8 8 24 $3,960.00
Sit,viait and attend utility workxhup 6 6 6 18 S2,970.00
Pr yore u.d aneud aril nags with utility owuere 8 8 16 $2,960.00
Prepare and x.o.d utility co.rdinaei..meeting, 8 8 16 $2,960.00
Revi w Utility's proposed adjustment,estu.etes,schedules and Evaluate Altcma— 4 8 12 S2,W0.00
Pr pare Proposed Utility Layout 8 e 24 2464 S9,112 W
Subtotal: $33,030000
Utility Design
Site visits for utility relocations 2 1 4 1 8 1 1 10 1 24 1 1 1 $3,360.00
Update Proposed Utility Euhibita 4 8 4 N 12 36 55,640.00
Prepare Water Relocation Plan 10 12 8 56 45 IJI 5 21 $19,210.00
P,cp.e ReO.-ed Water Relocation PI.. 10 16 16 64 51 157 1 5 21 $22,910.00
Subtotal: $51,120.W
Bid Phase Services
Prepare Bid Manual 2 6 8 4 20 S2,8W.00
Ppare for and xne.d Pre-Bid Meeting(1) 2 2 2 2 8 $1,210.00
Addre-C..tr.etor Qe-i— 4 4 8 $1,180.00
Prep—Addendum(up to 2) 2 4 4 10 $1,640A0
Attc.d Bid Op.ung(1) 2 2 4 $800A0
Prepae Bid Tabulation wd Le— f R,e—,ndao.n 1 2 4 2 v $1.230.00
Subt.od $8,860.00
Page 3 of 4
EXHIBIT D 6/9/2021
Project: CR 112 Final Design
Fee Schedule-Lump Sum
Firm Provider:RPS
Seaior Project Jeaior Project Arwciate Arroeiate Eagioeer 1/ Id- 1'obd Na o[ Labor hrr TOW
Work Taro Yriacipal Yroje<t Eayjoeer Seaiur llnigoer
:Naarger Eagiueer Eayjaeer 111 11 Clerical Houn UWGS per cheer Amoual
Construction Phase Services
P,o-Cotutru o-Mccting(1) 2 4 2 2 10 $1,550.00
R-ww Countruction Submittals(up 10 20) 5 20 20
Monthly Cou—tiou Meetings(up to 12) 12 24 36 $6,840.00
Sire Vi—(up ro 6) 12 12 24 S4,800.00
Requests for Information(up to 15) 6 16 30 52 $7,850.W
Change Orders(up to 3) 3 9 15 27 54,095.00
Final Walk-Through/Punch List 4 6 10 $1 440.00
As Built Plans and GIS Data Files 1 6 36 I8 62 $8,680.00
Project Mw,agcmcln 2 48 20 2 72 $15,160.00
Subtotal: $57,965.00
HOURS SUB-TOTALS 17 1 495 1 624 353 1156 1 286 1 857 60 3782
Rate $280.00 $230.W $170.00 5140.OU $125.00 $110.00 $150.00 $80.00
SUBTOTAL $4,760.00 5113,850.00 $106,080.00 549,42U.00 $144,500M $31,460.00 $128,550.00 $4,800.00 $583,420.00
BEsclul•nury
BY FC
Project Management S 58,880.00
Roadway Design S 99,770.00
Drainage Design $ 90,445.W
Signing,Pavement Markings,Signalization(Permanent) $ 23,720.00
Traffic Control Plan S 50,090.00
Illumination S 53,180.00
MP S 20,26000
PS&E Preparation $ 36,100.00
Utility Coordination $ 33,030.00
Utility Design $ 51,120.00
Bid Phase Services $ 8,860.00
Construction Phase Services S 57,965.00
Subconsultants
Environmental(See Attached Proposal-BGE,Inc.)(if deemed necessary) S 26,060.00
SUE(See Attached Proposal-The Rios Group) 5 19,997.60
Right of Way Acquisition Survey(See Attached Proposal-Inland Geodetics) S 32,760.74
SUBTOTAL LABOR EXPENSES $ 662,23834
OTHER DIRECT EXPENSES 8 OF UNITS COST/UNIT
Milo,,(number x current state rate) 1,200 $ 0,58 5696.00
C'.—S--s(Dnlivenea) 3 $ 25-00 $75.00
Pruning(8 1/2"X 11") 100 $ 0,10 $10.00
P--g(11"X 17") 550 $ 0,25 5137.50
Plots(Coto,on Bond)(SF) 250 S 0,50 $125.00
SUBTOTAL DIRECT EXPENSES $1,043.50
SUMMARY
TOTAL COSTS S 662,23834
TOTAL EXPENSES $ 17043050
GRAND TOTAL $ 663.281.84
Page 4 of 4
aeEstimate for Subsurface Utility Engineering
THERIOSGROtJP �;ity of Round Rock EXHIBIT A
CR 112 Improvements
Hourly Office Labor Rate Assumed Unit of Sub-Total
Quantity Measure
Supervisory Engineer IV(15-20) $ 158.13 2 HR $ 316.26
Project Manager/ Professional
$ 137.27 6 HR $ 823.62
Engineer 1 (4-8)
Assistant Project Manager/
$ 91.81 4 HR $ 367.24
Engineer in Training I (0-S)
CADD Technician IV 15-20( ) $ 79.22 10 FIR $ 792.20
Field Manager $ 104.72 5 FIR $ 523.60
Administrative Specialist II (8-12) $ 67.42 4 FIR $ 269.68
Sub-Total $ 3,092.60
Quality Level "B" SUE and Assumed Unit of
Test Hole Layout Rate Sub-Total
y Y
Quantit Measure
One Designating Person 145.00 20 HR 2 900.00
g g $ $ ,
Sub-Total $ 2,900.00
QL"A" SUE Test Holes
Outside Assumed Unit Of
Unit Rate - Depth Sub-Total
Pavement Rate Quantity Measure
0 - 5 feet $ 1,205.00 4 EA $ 4,820.00
5 - 8 feet $ 1,470.00 5 EA $ 7,350.00
8 - 13 feet $ 1,835.00 1 EA $ 1,835.00
Test Hole Total 10
Sub-Total $ 14,005.00
Total Estimated Cost $ 19,997.60
575 Round Rock West Drive, Building K,Suite 400 1 Round Rock,TX 78681 Phone: 512.580.5440
Subsurface Utility Engineering I Utility Coordination
I.UKK
CR 112 ROW ACQUISITION
INLAND GEODETICS,LLC
FEE SCHEDULE
SERVICE 2 CREW 3 CREW 4 CREW 1GPS PM RPLS 3EN TECIr TECH LSLS ADMIN DIRECT GPS REC.( 15/Unit/Hour) VEHICLES( 60/UniUDay) ATV's( 55/UniUDay) INDIRECT TOTAL
RATE/HOUR 150 170 190 120 170 166 119 98 162 68 #of Units #of Hours #of Units #of Days #of Units #of Days
ADMIN MOBILIZATION 6 HRS 2 HRS 4 HRS 2 HRS r 1, 663.36 $ - $ 1,963.36
$ $ -
PROPERTY RESEARCH 2 HRS 4 HRS 4 HRS $ 1,479.22 $ - $ 1,479.22
SURVEY CONTROLS 8 HRS 8 HRS 2 HRS 2 HRS $ 2,729.90 $ - $ 2,729.90
ROE COORDINATION 4 HRS I $ 678.84 $ - $ 678.84
INITIAL FIELD SURVEY 20 HRS 8 HRS 4 HRS 2 HRS 4 HRS $ 5,135.06 $ - $ 5,135.06
BOUNDARY ANALYSIS 4 HRS 4 HRS $ 1.139.80 $ - $ 1,139.80
PARCEL PREPARATION(5 P) 2 HRS 12 HRS 100 HRS 4 HRS $ 14,521_18 $ - $ 14,521.18
TITLE REVIEW 2 HRS 6 HRS $ 1,046.66 $ - $ 1,046.66
PARCEL MONUMENTATION 16 HRS 8 HRS 2 HRS 2 HRS 2 HRS $A4,066.72 $ - $ 4,066.72
$ $ $ -
ROW ACQUISITION 44 HRS 0 HRS 0 HRS 24 HRS 14 HRS 32 HRS 124 HRS 0 HRS 0 HRS 12 HRS $ 0 HRS 0 DAYS 0 DAYS $ - $ 32,760.74
SUB-TOTAL 44 HRS 0 HRS 0 HRS 24 HRS 14 HRS 32 HRS 124 HRS 0 HRS 0 HRS 12 HRS TOTAL 0 HRS T TAL 0 DAYS TOTAL 0 DAYS - 32,760.74
REIMBURSEABLE ITEMS -
REIMBURSEABLE SERVICES -
ESTIMATED FEE $6,600 0 0 2,880 $2,376 $5,304 $14,780 0 0 821 0 0 1 1 so 32,760.74
Cost Variables: Reimburseable Services Include: Reimburseable Fees Include:
GPS Receivers $15 $0.00 $0.00
Vehicle $60 $0.00 $0.00
ATV $55 $0.00 $0.00
Total: $0.00 Total: $0,00
November 19,2020
Page 2
Fee Estimate:
Senior ENV ENV
Task Description ENV Scientist Tech I Fee
$220.00 $135.00 $90
TxDOT CE 18 34 $8 550
Additional Agency Consultation Letters 8 16 $3 200
Public Involvement 10 1 1 12 $3 280
Phase I ESAs 14 32 1 32 $10 280
Subtotal: $25 310
Other Direct Expenses GeoSearch for Phase I ESAs $750
Total: $26 060
CERTIFICATE OF INTERESTED PARTIES
FORM 1295
1 of 1
7-7
Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos.1,2,3,5,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. 2021-769252
RPS Infrastructure, Inc.
Austin,TX United States Date Filed:
2 Name of governmental entity or state agency that is a parry to the contract for which the form is 06/21/2021
being filed.
City of Round Rock Date Acknowledged:
3 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-CR112 East
Engineering Services for CR 112 East
4 Nature of interest
Name of Interested Party City,State,Country(place of business) (check applicable)
Controlling I Intermediary
5 Check only if there is NO Interested Party. ❑
X
6 UNSWORN DECLARATION
My name is Kevin J. Hoffman and my date of birth is
My address is 13704 Mesa Verde Drive Austin TX 78737 USA
(street) (city) (state) (zip code) (country)
I declare under penalty of perjury that the foregoing is true and correct.
Executed in Travis County, State of Texas on the 2 1 day of June 2021
(month) (year)
Signature of authori d g4ff f 96ntracting business entity
( clarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.ceffd98a