Loading...
R-2022-027 - 2/10/2022 RESOLUTION NO. 8-2022-027 WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering Services ("Contract") with IJDR Engineering, Inc. for the CR H 2 from CR 1.1.7 to CR 110 Project, and WHEREAS, IIDR Engineering, Inc. has submitted Supplemental Contract No. I to the Contract to modify tile provisions for the scope of services and to increase the compensation, and WHEREAS, tile City Council desires to enter into said Supplemental Contract No. I with HDR Engineering, Inc., Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to eXeCLItC oil behalf of the City Supplemental Contract No. I to (lie Contract with HDR 1,nginecring, Inc., a copy of same being attached hereto as I"xhibit "A" and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date, hour, place and Subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Goverlinient Code, as amended. RESOLVE'll) this I Oth day of February, 2022. CRAIC, 0k(3 Mayor ek City of 21, Ze , 'rexas A'f"FEST: MEAdAN INKS, Chty Clerk 47112.^_(12_22,4585-72364A57 EXHIBIT "A„ STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO. 1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: HDR ENGINEERING,INC. ("Engineer") ADDRESS: 710 Hesters Crossing,Suite 150,Round Rock,TX 78681 PROJECT: CR 112 from CR 117 to CR 110 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 HDR Engineering, Inc., hereinafter called the"Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract," on the 9th day of January, 2020 for the CR 112 from CR 117 to CR 110 Project in the amount of$468,491.63; 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 $641,626.89 to a total of$1,110,118.52; NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: 1. Article 1, City Services and Exhibit A, City Services shall be amended as set forth in the attached Addendum To Exhibit A. 11. Article 2, Engineering Services and Exhibit B. Engineering Services shall be amended as set forth in the attached Addendum to Exhibit B. Exhibit C Work Schedule shall be amended as set forth in the attached Addendum to Exhibit C. III. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $641,626.89 the lump sum amount payable under the Contract for a total of$1,110,118.52, as shown by the attached Addendum to Exhibit D. Supplemental Contract Rev.06/16 0199.1963;4886-8103-5528 84275 1 IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in d iplicate. [signature pages follow] Supplemental Cot tract Rev.06/16 0199.1963;4886-81 3-5528 84275 2 HDR ENGINEERING,INC. By: Mark D. Borenstein, Vice President 01/06/22 Date Supplemental Contract Rev.46/16 0199.1963;4886-8103-5528 54275 3 CITY OF RI 3UND ROCK APPROVED AS TO FORM: By: Craig Morgan,Mayor Stephan L.Sheets,City Attorney Date Supplemental Cor tract Rev.06/16 0199A961,4886-81 3-5528 84275 4 ADDENDUM TO EXHIBIT A City Services For Roadway Improvements on CR 112 from CR 117 to CR 110Round Rock,Texas Project Limits: From 300 feet east of CR 117 to CR 110. Project Length: 6,400 feet(1.20 Miles) In coordination with the services to be provided by the ENGINEER, as described in Exhibit B, the CITY shall provide the following,as available: PROJECT MANAGEMENT The CITY will designate a Project Manager to represent the CITY. DESIGN / ENVIRONMENTAL / UTILITY ENGINEERING Any records available which would assist in the identification of environmental constraints. A. Reviews of recommendations offered by HDR Engineering, Inc. (ENGINEER)and approve or reject any or all work performed under this contract B. Review of progress of work and final acceptance of deliverables C. Processing of all periodic payment requests submitted by ENGINEER D. Submittal of documentation to regulatory agencies for review, comment,or approval when specified. E. All comments regarding the review of the engineering services completed F. Assistance in the coordination and scheduling of site visits G. Review and approval of typical roadway sections and design criteria developed by the ENGINEER H. Pavement design to be used for all new roadways, in consultation with the ENGINEER 1. Assist as necessary in obtaining the required data and information from other local, regional, state, and federal agencies J. Provide the ENGINEER with timely reviews and decisions necessary for the ENGINEER to maintain the project work schedule K. Distribute plan sets to the appropriate agencies and the public L. Schedule and coordinate,with the ENGINEER public involvement meetings M. Furnish available horizontal control points established by the CITY N. Furnish available plans and design information for adjoining projects O. Furnish available right-of-way maps P. Negotiate with all utility companies for any agreements and required relocations Q. Pay all reviewing agency fees promptly including review, inspection and recording fees R. Assist with obtaining right-of-entry(ROES) for adjoining property owners necessary for field surveying outside existing public right-of-way S. Right of Way Acquisition services and landowner negotiations T. Title Commitments for parcels to be acquired U. TDLR Permit and Registered Accessibility Specialist (RAS) review fees. V. Advertisement and solicitation for bids to construct the project W. Facilitate reviews by FEMA and payment of required review fees. X. Publish required notifications for the CLOMR/LOMR process. PLAN REVIEW TURN-AROUND TIMES • 60%Submittal: 3-4 Weeks • 90%Submittal: 3-4 Weeks 0 100%Final Submittal: 2-3 Weeks ADDENDUM TO EXHIBIT B Engineering Services For Roadway Improvements on CR 112 from CR 117 to CR 110 Round Rock,Texas Proiect Limits: From 300 feet east of CR 117 to CR 110. Project Length: ,400 feet(1.20 Miles) Pro'ect Statem t: The roadway improvements for CR 112 from CR 117 to CR 110 are to widen this 1.20-mile section from a two-lane roadway to six-lane divided roadway and add pedestrian facilities per the approved schematic devel ped in the Preliminary Engineering Phase. The work to be performed by HDR Engineering, Inc. (ENGINEER) for this work shall consist of providing engineering services for ROW survey, utility coordination, roadway, drainage, signing, pavement marki igs, and illumination at 60%, 90% and the Final Plans, Specifications, and Estimate (PS&E) submittals. The project limits are from 300 feet east of CR 117 to CR 110 for a length of approximately 6,400 feet. The project will follow the existing CR 112; however, the east end of the project includes it re-alignment to a new intersection with CR 1 I O/Avery Nelson Blvd. The ENGINEER shall coordinate with adjacent projects during the design development. The project shall be designed according to applicable design criteria including TxDOT's Roadway Design Manual (4R criteria), City of Round Rock .Design and Construction Standards (DACS), City of Round Rock Drainage Criteria Manual (I)CM), TxDOT Standards and Specifications, or other design standards and specifications as agreed to with the City of Round Rock(CITY). Project control A ill be based on and tied into the CITY's coordinate system and be compatible with the current Geographical Information Systems (GIS) in use by the CITY. The ENGINEER shall collect, review, and evaluate the available existing data pertaining to this project and prepare the project design in accordance with applicable requirements and policies of the CITY. The project will be developed in English units. The PS&E package shall be prepared in accordance with the requirements of the applicable TxDOT and CITY Specifications, Standards, and Manuals (current versions in effect on the NTP date). Whenever possible, TxDOT and the CITY's standard drawings, standard specifications, or previously approved special provisio s and/or special specifications will be used. If a special provision and/or special CR 112— and Rock,TX Page 1 of 21 Exhibit B specification must be developed for this project, it shall be in a format acceptable to the CITY and, to the extent possible, incorporate references to approved test procedures. All design exceptions to approved design criteria shall be requested in writing, by the ENGINEER for approval by the CITY prior to incorporating the criteria into the project design. The ENGINEER shall make reasonable efforts to minimize or avoid where possible, utility conflicts and the relocation of existing utilities. The ENGINEER shall prepare parcel sketches and metes and bounds descriptions for the parcels and ROW footprint previously determined at the 30%PS&E design level,subject to approval by the CITY. Federal funding is not anticipated at this time; however, if the CITY pursues federal funding, the ENGINEER will make available all project records prepared by the ENGINEER. Utility coordination and Subsurface Utility Engineering Quality Level `B' and `A' shall be completed at limited locations as necessary to evaluate potential utility conflicts. The CITY will be the principal point of contact for public or private inquiries regarding the project. The ENGINEER will prepare technical exhibits and attend public stakeholder meetings as requested by the CITY. The detailed scope of services for this work is further described below. 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. Status reporting, invoicing, and schedule updates are 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 CR 112—Round Rock,TX Page 2 of 21 Exhibit B conf rmance with the approved scope and project design. Subconsultants will forward their mont ly invoices directly to the ENGINEER. The ENGINEER will review, process, and cam ine 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 the proper tie-in conveyance of drainage, traffic control and schedule for both projects. The CITY intends to construct both projects as one construction contract. e. Qual ity Assurance / Quality Control: The ENGINEER will develop a project-specific quali control plan identifying key roles, responsibilities, record keeping procedures, and antici ated review dates and make a copy available to the CITY. The ENGINEER will provi a quality control of identified documents prior to each defined design submittal (60% 90% nd 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. Prep re and update Index of Sheets including standard selections B. Typical Sections: Typical sections shall be prepared for existing and proposed. Typical sections shall include width of travel lanes, shoulders, outer separations, border widths, sidewalks, curb offsets, and ROW. The typical section shall also include PGL, centerline, pavement design, longitudinal oints, side slopes, sodding/seeding limits, concrete traffic barriers and sidewalks, if required, stat on limits, common proposed and existing structures including retaining walls, existing pavement ren ioval, 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 improvement 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(as applicable) e. Begintend project stations £ Street names D. Horizontal Alignment Data Sheets: Sheet includes data for the Horizontal Alignment for CR 112 and cross streets. Superelevation data consisting of station, slope, and begin and end transition will be provided as needed. E. Roadway Ph in &Profile: The ENGINEER will develop plan and profile (1"= 50' sheets) using the survey acquirDd by the ENGINEER,as well as utilizing the approved roadway design criteria. The plan view shall contain the following design elements: a. Calcu ated roadway centerlines for roadways including cross streets as applicable. Horizontal control points shall be shown. CR 112— and Rock,TX Page 3 of 21 Exhibit B b. Pavement edges for all improvements (main lanes,cross streets,and driveways) c. Right of way and easement limits(proposed and existing) d. Linework for proposed drainage elements e. The geometrics (pavement cross slope, lane, and shoulder widths) and typical sections of the proposed highway roadway and crossroads f. Horizontal and vertical roadway alignments. g. Direction of traffic flow on all roadway lanes h. Sidewalks/Pedestrian facilities i. Identified utilities and providers The profile view shall contain the following design elements: a. Calculated profile grade for CR 112 and cross streets b. Existing and proposed profiles along the proposed centerline of CR 112. Maintain parallel grades for each direction of travel similar, if feasible c. Drawing vertical scale to be 1"=10' d. 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. 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)/PROWAG compliance items. The ENGINEER shall design for full pavement width to the ROW and provide a transition to the existing roadway. G. Driveway Plan & Profiles: Prepare driveway plan and profiles with 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" = 50' 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), PROWAG,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 50-foot intervals. Cross sections shall be delivered in standard GEOPAK format on 11"xl7" 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 removals. Annotation shall include at a minimum existing/proposed right of way, side slopes (front& back), and profiles. Utility information will be provided where grades/elevations are available. CR 112—Round Rock,TX Page 4 of 21 Exhibit B Cross sectio is shall be submitted by the ENGINEER at the 60%, 90%, and Final submittals, respectively. K. Miscellaneous Detail Sheets: Provide detail sheets (estimated 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 S.-lection: Include standard sheets applicable to project for roadway design elements. DRAINAGE DESIGN Data Collection A. Coordination with local agencies: Meet with local officials and City floodplain administrator to discuss proposed project following the 60%design submittal. Complex Hydraulic Design A. HydraulicModeling: The ENGINEER will update existing and proposed hydraulic analyses for four hyd tulic crossings at the following locations based on the latest design information to meet the desi an storm frequency: a. McNutt Creek below SCS#16 Reservoir b. McNutt Creek Tributary 1 c. McNutt Creek Tributary 2A d. McNutt Creek Tributary 2B Hydraulic an lyses will be based on effective HEC-RAS models included in the 30%Design submittal. Storm Drain Analysis and Design A. Storm Drains: The ENGINEER will perform the following storm drain design services: a. U date the storm drain analysis and design using Geopak Drainage and in orporating updated Rational Method peak flows for the specified frequencies. b. U date the storm drain design(inlets, laterals,trunk lines and outfalls)that minimize th interference with the passage of traffic or incur damage to the highway and local pr perty in accordance with the City of Round Rock Drainage Criteria Manual (E CM)and ATLAS 14. c. Determine hydraulic grade line starting at the outfall channel for each storm dr in design. Use the design water surface elevation of the outfall as the st,,rting basis(tailwater)for the design of the proposed storm sewer system. d. Ca culate manhole head losses. Compute manhole head losses as per FHWA's HEC-22. e. Limit discharge into existing storm drains and existing outfalls to the ca acity of the existing system,which will be determined by the ENGINEER. Evaluate alternate flow routes if necessary,to relieve system CR 112—R and Rock,TX Page 5 of 21 Exhibit B overload. f. Identify areas requiring trench protection,excavation, shoring,and de-watering. g. Design non-standard drainage details(junction boxes,pipe connections,etc.). h. Determine pipe strength requirements. 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. Update Cross Drainage Structures: a. Determine drainage areas and flows for cross culvert drainage systems. b. 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. • Determine Traffic Control Phasing for the construction of the cross culverts • Design inlet and outfall erosion protection at each crossing Storm Water Detention Analysis: Detention pond designs developed during the schematic phase will be removed from the project, and the ENGINEER will revise the drainage design and PS&E package accordingly. Conditional Letter of Map Revision (CLOMR): The previous drainage design was re-evaluated by removing the detention basins and determining the calculated increase in downstream water surface elevations. The ENGINEER will revise the drainage design accordingly and prepare two CLOMRs to be submitted to the CITY and FEMA for review and comment at the following locations: a. McNutt Creek b. McNutt Creek Tributary 2B A second CLOMR submittal will be prepared to address comments received. FEMA review fees will be paid directly by the CITY. Submittal packages include 60% PS&E level for CITY review and 90% level for FEMA review. A second FEMA submittal will be prepared to address CITY or FEMA comments. The ENGINEER will prepare the following submittals: a. Report summarizing methodologies,assumptions,results, and exhibits b. FEMA MT-2 Forms C. Example newspaper notification. The CITY will publish required notifications. d. CLOMR package for CITY review and Floodplain Administrator approval. e. CLOMR package for FEMA submittal. Fees to be paid by the CITY. Letter of Map Revision (LOMR): After construction is complete the ENGINEER shall prepare and submit the LOMR to the CITY and FEMA for review and approval. The scope and fee for this submittal assumes that the project is constructed according to the plans, and therefore no additional field survey will be required to document as-built conditions. Also, Williamson County is currently re-evaluating floodplain mapping throughout the County. The scope and fee is based on current effective models. The ENGINNER will prepare the following submittals: CR 112—Round Rock,TX Page 6 of 21 Exhibit B a. Final effective HEC-HMS Hydrology Model b. Final drainage report c. Prepare FEMA MT-2 Forms d. Final iewspaper publication. The CITY will publish required notifications. e. LOM package for CITY review and Floodplain Administrator approval. f. LOMIL package for FEMA submittal. Fees to be paid by the CITY. Update Plans Sheets for Drainage Design: A. 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 C. Hydraulic Data Sheets d. Scout Data Sheets(for bridges) e. Culvc rt Layout Sheets f. Storm Drain Plan/Profile Sheets g. Deter ion Pond Grading Plan and Typical Sections h. Deter ion Pond Maintenance Ramp Details i. Trench Protection and Special Shoring Details(if applicable) B. Prepare culvert cross sections and identify each cross-section's station location. C. Identify areas requiring trench protection, excavation, shoring and de-watering. D. Prepare drainage area maps. E. Prepare plan and profile sheets for storm drain systems and outfall ditches. F. Select any necessary standard details from City or TxDOT list of standards for items such as inlets, manholes,j iction boxes and end treatments. G. Prepare detail s for non-standard inlets, manholes and junction boxes. H. Prepare drainage details for outlet protection, outlet structures and utility accommodation structures. I. Identify pipe 3trength requirements. J. Prepare drainage facility quantity summaries. K. Identify potential utility conflicts and, if feasible, design to mitigate or avoid those identified conflicts. L. Consider ped strian facilities, utility impacts, driveway grades, retaining wall and concrete traffic barrier draina oe impacts. CR 112—R and Rock,TX Page 7 of 21 Exhibit B M. Identify existing ground elevation profiles at the ROW lines on storm sewer plan and profile sheets. N. Prepare Hydraulic Data Sheets for cross drainage structures at the outfall channel and indicate site location(e.g., station and name of creek). Hydrologic and Hydraulic Report: Prepare a Pre-Final and Final report summarizing the assumptions, methods for calculations, existing and proposed conditions, and results of analyses. The report will include discussion hydrologic and hydraulic analysis procedures and summaries of calculation results and input parameters along with ROW needs to accommodate roadside ditches and dentition. The ENGINEER will submit the Pre-Final report to the CITY for review and comment at the 60% Design submittal. The ENGINEER will address comments and submit a Final report to the CITY at the 100%Design submittal. BRIDGE DESIGN The ENGINEER will complete detailed design for the following bridges as shown on the interim design schematic: (a) Eastbound CR 112 at McNutt Creek Tributary 1 (b) Westbound CR 112 at McNutt Creek Tributary I The design approach will be to use the current edition of the AASHTO LRFD Bridge Design Specifications, including HL93 live load, TxDOT LRFD Design Manual, and standard bridge design practice. A prestressed concrete I-girder superstructure will be used in conjunction with a cast in place substructure and drilled shaft foundations for all structures. The ENGINEER will design the superstructure utilizing PGSuper software for prestressed concrete I- girder spans. The ENGINEER will design the substructure utilizing AASHTO LRFD Bridge Design Specifications and TxDOT design methodology. The ENGINEER will design the bridge foundations utilizing the TxDOT WINCORE program utilizing Texas Cone Penetrometer data provided by the geotechnical subconsultant. The ENGINEER will prepare the bridge details listed below in accordance with the TxDOT Bridge Detailing Manual. The level of effort assumed during the preparation of this fee proposal for each bridge is as follows: CR 112—Round Rock,TX Page 8 of 21 Exhibit B A. Eastbound and Westbound CR 112 at McNutt Creek Tributary 1 a. Conventionally cast concrete decks supported carried by girder type superstructures, supported on conventionally reinforced concrete caps and single or multi column bents and drilled shafts b. All girders will be prestressed concrete c. Prepare plan sheets for abutment design d. Prep a plan sheets for additional abutment details e. Prep a plan sheets for bent layout,elevation,and details f. Prep a framing plan and slab plan sheets g. Coml ute and prepare tables for slab and bearing seat elevations, dead load deflections,etc. h. Design beams and prepare beam design tables i. Perform calculations to determine elevations of bridge substructure and super structure elements j. Perfo calculations for design of bridge abutments k. Perform calculations for design of bridge bents 1. Perform calculations for bridge superstructure design m. Prepare appropriate TxDOT Standards DELIVERAB ES • 30% Bridge Design (Bridge Layouts) previously submitted and approved prior to starting detailed ridge design • 60%, 900%,and 1009/o Final Bridge Detail Plans • Calculation notebook for each bridge provided with 100%Bridge Detail Plans SIGNING AND PAVEMENT MARKING A. Signing: Thc ENGINEER shall prepare drawings, specifications, and details for necessary small signing. The ENGINEER shall coordinate with the City(and other Engineers as required)for overall temporary, in erim, and final signing strategies and placement of signs outside contract limits. a. Prepam sign detail sheets for non-standard signs showing dimensions, lettering, shield;, borders,corner radii,etc., and shall provide a summary of small signs. b. Desig iate the shields to be attached to guide signs. c. Illustr ite and number the proposed signs on plan sheets. d. Select each sign foundation from City or TxDOT Standards. B. PavementMarking: The ENGINEER shall detail permanent and temporary pavement markings and channelhation 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. CR 112—R and Rock,TX Page 9 of 21 Exhibit B The ENGINEER shall select Pavement markings from the latest City or TxDOT standards. The ENGINEER shall provide the following information on signing and 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 C. 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. TRAFFIC CONTROL PLAN.DETOURS.AND 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: A. Overall Phasing Plan: Develop an overall phasing plan for the project showing the phasing layout for construction of the proposed improvements. B. Traffic Control Narrative: 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, work zone pavement markings, barricades, flaggers,temporary traffic signals, etc.)to be used to handle traffic during each construction sequence. C. Traffic Control Phasing Layouts: Prepare Traffic Control Phasing Layouts (3 Phases assumed) for each phase of the project including typical sections that identify the travel lanes and work zones. The ENGINEER shall show proposed traffic control devices for at-grade intersections during each construction phase (stop signs, flaggers, signals, etc.). The ENGINEER shall show temporary roadways,structures and detours required to maintain traffic 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, CR 112—Round Rock,TX Page 10 of 21 Exhibit B warning, construction, route, and guide signs. The ENGINEER shall interface and coorc inate phases of work, including the TCP, with adjacent Engineers, which are responsible for the preparation of the PS&E for adjacent projects. b. Main An continuous access to abutting properties during all phases of the TCP. The ENG NEER 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 p oposed 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 writir g of the need and justification for such action. The ENGINEER shall identify and coordinate with all utility companies for relocations required. d. Desci ibe the type of work to be performed for each phase of sequence of construction and a iy special instructions (e.g., storm drain, culverts, bridges, railing, illumination, signa s, retaining walls, signing, paving surface sequencing or concrete placement, ROA 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 info ation deemed necessary for each phase of construction. f. Delin ate areas of wetlands on traffic control plans(if any). g. Design temporary drainage to replace existing drainage disturbed by construction activi ies or to drain detour pavement. The ENGINEER shall show horizontal and vertical location of culverts and required cross sectional area of culverts. If temporary shorir g is required, prepare layouts and show the limits on the applicable TCP. h. Quani ity Summary Sheets: Provide summary sheets showing item description, item unit, End item quantity for temporary and permanent traffic control bid items. i. Standards Selection: Include standard sheets applicable to project for traffic control design elements. ILLUNIINATI N The illumination design will include the following: A. Conduct a g ogle earth survey of the existing illumination (continuous and safety), associated electrical se ices, utility electric service drops, utility electric primary routing, and illumination abovegroundunderground infrastructure. B. Removal of all existing illumination (continuous and safety), associated electrical services, and illumination e boveground/underground infrastructure in conflict with the CR 112 reconstruction. C. Provide new continuous illumination, associated electrical services, and underground illumination CR 112—R and Rock,TX Page 11 of 21 Exhibit B infrastructure services for all continuous illumination. D. Utilize the minimal number of electrical services locations for the continuous illumination. E. Project'Task List a. Data Collection i. Utility power company(s)contact(s) ii. Existing utility(s)overhead and underground routing information iii. Existing illumination electrical services information (voltage, service size, connected loads, spares, etc.) iv. Available voltage for new illumination electrical services v. As-Builts of existing continuous, safety, and intersection Illumination along CRI 12 b. Survey i. HDR will perform a google earth survey of the existing illumination (continuous and safety), associated electrical services, utility electric service drops, utility electric primary routing, and illumination aboveground/underground infrastructure. c. Illumination Design i. Utility power company coordination ii. Photometric analysis (Project Limits) iii. Overcurrent protection of electric services and branch circuits iv. Voltage drop analysis for electrical services and branch circuits v. Electrical service load analysis and schematics vi. NEC and TxDOT compliance vii. Illumination Removal Plans viii. Illumination Summary& Plans ix. Illumination mounting details(if applicable) d. Electrical for Illumination System i. Utility Power Coordination Contact the utility power company(s) for existing available voltage, service size, connected loads, and locations of existing illumination electrical services. Coordinate the voltage, service size, connected loads, and locations of the new illumination electrical services. ii. Photometric Analysis CR 112—Round Rock,TX Page 12 of 21 Exhibit B Conduct photometric analysis (project limits) for continuous illumination foot-candle compliance. Photometric analysis will be utilized to determine the illumination assembly selection type, distribution, mounting height, and spacing for continuous illumination. iii. Overcurrent Protection Conduct overcurrent protection analysis for determining electrical service and branch circuit breaker sizes. iv. Voltage Drop Conduct voltage drop analysis for determining electrical service feeders, branch circuit conductors,and conduit sizes. v. Electrical Service Load Analysis and Schematics Conduct load analysis for all illumination electrical services to determine the electrical service sizes. Develop schematics for all illumination electrical services. vi. NEC and TxDOT Compliance Design illumination utilizing the most current TxDOT Highway Illumination Manual, City of Round Rock Standards, and applicable National Electric Code (NEC). vii. Illumination Removal Plans Develop illumination plans for removal of all existing illumination (continuous and safety), associated electrical services, and illumination aboveground/underground infrastructure in conflict with the CRI 12 reconstruction. viii. Illumination Summary& Plans Develop illumination plans for continuous illumination. Develop Illumination Summary for all illumination quantities ix. Illumination Details Develop illumination details for any custom mounting not covered by the TxDOT Standards or City of Round Rock Standards. STORM WATE I POLLUTION PREVENTION PLANS SW3P A. SW3P Plan beets: The ENGINEER shall develop the SW3P plan sheets to minimize potential impacts to receiving waterways. The SW3P shall include text describing the plan, quantities, type, phase,and to ations of erosion control devices(BMPs) and any required permanent erosion control. B. Quantity Su umary Sheets: Provide summary sheets showing item description, item unit, and CR 112—R and Rock,TX Page 13 of 21 Exhibit B estimated item quantities. C. Standards Selection: Include standard sheets applicable to the project for temporary and permanent SW3P 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 the latest available bid data from City or TxDOT sources. 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 Primavera 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 60%, 90%, and 100% Final submittals including a construability review at the 60%submittal and review of joint-bid utility pians (if any)at each submittal. UTILITY COORDINATION Utility Engineering including the identification of utility conflicts, coordination, compliance with the City of Round Rock utility criteria, and resolution of utility conflicts. Coordinate all activities with the CITY to facilitate the orderly progress and timely completion of the utility coordination phase. The ENGINEER shall advance the utility layout developed in the previous phase using SUE QL `B' information at selected locations in MicroStation format. This layout shall include all known existing utilities which are to remain in place or be abandoned, and all proposed adjusted/relocated 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 identify, CR 112—Round Rock,TX Page 14 of 21 Exhibit B mitigate,or cleat utility conflicts during 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 previously collected and reevaluate as revisions are made to the final design. A. Coordinatio i of engineering activities include: a. Utilit i Layout: Maintain a utility layout in the latest version of Microstation. This layo shall include all existing utilities which are to remain in place or be abanc oned, and all adjusted utilities. This layout shall be utilized to monitor the neces ity and evaluate alternatives. The ENGINEER's licensed Professional Engir eer (P.E.) shall utilize the layout of existing utilities as prepared, if available, and n take a determination of the following: (i) Facilities in conflict with the proposed project that are to be relocated. (ii) Facilities to be abandoned in place. (iii) Facilities to remain in service and in place as a result roadway design adjustment and meeting the current City of Round Rock Utilities Criteria (iv) The ENGINEER shall be responsible for determining if there are additional facilities, not shown in the Subsurface Utility Engineering (SUE) documents, which require relocation. (v) Coordinate this information with the City immediately upon discovery. (vi) Utility Conflict List: The ENGINEER shall update the Utility Conflict Tracking Report Spreadsheet,generated in Phase I with SUE QL `A' and QL `B' information. B. City Monthl and Individual Meetings with Utility Companies, as required, to facilitate utility conflict iden ification and resolution. a. Estab ish contact with all existing utilities within and adjacent to the project limits and et up utility coordination meetings to discuss concepts and options for cons ction. b. Scha ule all utility coordination meetings and assess compatibility with the schedule of the City. (i) et agenda for all coordination meetings as directed by the City. (ii) 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 r view: Activities completed since the last meeting Problems encountered. Late activities. Activities required by the next progress meeting. Solutions for unresolved and/or anticipated problems. Information or items required from other agencies/consultants. CR 112—R and Rock,TX Page 15 of 21 Exhibit B C. Review of Utility's Proposed Adjustments a. Evaluate Alternatives: Evaluate alternatives in the adjustment of utilities balancing the needs of both the City and the Utility. b. Review Estimates and Schedules: Review the utility adjustment estimates for reasonableness of cost and the timely scheduling of the adjustment. c. Review Plans for compliance with City of Round Rock Utility Criteria and proposed location data. The responsibility for quality and accuracy of Utility adjustment plans shall remain with the Utility Company. d. 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. D. Utility Layouts: Prepare utility layout sheets that display proposed improvements and known utilities to be used to determine the following: a. Known facilities conflicts have been resolved. b. All stakeholders have concurred with the various alignments. c. Establish the sequence of construction for all utility relocation work whether it is included as a part of the highway construction or not. d. Determine which utilities may be built as part of the contract(joint-bid) if any. e. Determine which facilities shall be relocated prior to construction. SUBSURFACE UTILITY ENGINEERING(SUE) Subsurface utility engineering services will be performed by Sub-Consultant. (See attached proposal B-1) RIGHT OF WAY SURVEYING Right of way surveying services for parcels to be acquired will be performed by Sub-Consultant (See attached proposal B-2) GEOTECHNICAL ENGINEERING AND PAVEMENT DESIGN Provide field exploration and foundation design for the twin bridges at McNutt Creek Tributary No. 1. Provide a rigid pavement design option for both segments of CR 112. This work will be performed by Sub-Consultant(See attached proposal B-3). DELIVERABLES The ENGINEER shall provide the following deliverables at each submittal: 1. 30% Plans Submittal (Submitted previously): CR 112—Round Rock,TX Page 16 of 21 Exhibit B 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. NGINEER's internal QA and QC markup set. d. Utility Conflict Matrix 2. 600Plans Submittal: a. One printed set and one electronic set of l 1" x 17" plan sheets (.PDF format) or the City review. b. Estimate of construction cost. c. NGINEER's internal QA and QC marked up set. d. Aility Conflict Matrix 3. 900/4 Plans Submittal: a. :)ne printed set and one electronic set of 11" x 17" plan sheets (.PDF format) or the City review b. ist of governing Specifications c. Jeneral notes d. Tans estimate e. ontract time determination summary (Construction Schedule) f. NGINEER's internal QA and QC marked-up set. g. 3ther supporting documents. 4. Fino 1 submittal (100%). a. Fwo printed sets and one electronic set of 11" x 17"plan sheets (.PDF format) b. levised supporting documents from 90%review comments. c. aster design reference files in Microstation format BID PHASE SE v A. Prel are Bid Manual — The ENGINEER shall prepare the project bid manual including fates City front end documents, bid tabulation form (electronic and pdf), contract documents and specifications. B. Atte id Pre-bid Meeting and Furnish Documents — The ENGINEER shall be present at the re-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. Rest and to Bidder's Questions - During the bid period all questions submitted to the ENC INFER shall be logged and responded to in the form of a comment matrix log. D. Prel are and Distribute Addendum—The ENGINEER shall produce no more than two (2) adde idurns, as needed, for question response or correction to the bid documents, and distr bution 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 to the CITY for award to the apparent low bidder. CR 112—R and Rock,TX Page 17 of 21 Exhibit B CONSTRUCTION PHASE SERVICES A. Pre-Construction Meeting — The ENGINEER will attend one 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 project. 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 whether to notify the Contractor of a planned or anticipated visit. The ENGINEER may notify the Contractor prior to a site visit 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 (BFI's) during construction. The ENGINEER will accept written Requests for CR 112—Round Rock,TX Page 18 of 21 Exhibit B Info nation provided by the Contractor. The Contractor is responsible for providing co fete and clearly written documents, ready for the ENGINEER'S review. The Contractor may submit RFI's to ask for clarification of the Construction Drawings, Spe ifications,or other information provided by the ENGINEER for: Bid ing 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 Dra ings for review, rather than an RFI, F. Cha ige Orders - The ENGINEER will provide cost adjustment information and revised cons ruction documents for change orders provided by the Contractor. Prior to completion of any hange 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 (esign 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 consction documents. All change orders will be prepared in accordance with City requirements and will be logged for recordkeeping purposes. Assume three (3) change orde s. G. Final Walk-Through / Punch List — The ENGINEER will accompany the City Rep sentative and the Contractor on a final walk-through when the Contractor notifies the CIT that the project is substantially complete and ready for final inspection. The NGINEER 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 pundi list of items yet to be completed,to be adjusted,removed and /or i eplaced; document incomplete or missing items; and note those items that are complete andccepted. The NGINEER, Contractor,and City will meet at a designated place and time to discuss the Fina Walk-Through findings and Punch List. It shall be the Contractor's responsibility to corn fete the Punch List to the satisfaction of the City prior to acceptance of the project as bein constructed in accordance with the construction documents. Foll wing 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 deliv rabies. 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 fort the project. One 11" 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 p oject CADD files and submitted to the CITY for review. CR 112—R and Rock,TX Page 19 of 21 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 Inspection and 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 City of Round Rock Page 20 of 21 Exhibit B CR 112 from CR 117 to CR 110 • TDLI L Submittal Permit and Inspection Fees and Report • Renderings or animated models • Retai iing Wall Design • Traff c Signal Warrant Studies or Signal Design • Utili Relocation Design • ROW acquisition services, landowner negotiations,and title commitments for parcels and easements to be acquired by the City • Bid advertisement for the construction project City of Round Rock Page 21 of 21 Exhibit B CR 112 from CR 117 to CR 110 IT H E'fJJ I'l C)S September 14, 2021 Philip A. I-''ulton. PE Sr, Transportation Pro�ject Manager I IDR, Inc. 710 liesters Crossing, Suite 150 Round Rock, Texas 78681 512-685-2,11 1 [21.6 HL).ru f Lo d r i 11C.0 o I'll ,RE: Subsurface Utility Engineering City of Round Rock - CR 112 East Segment, CR 117 to CR 110 Dear Mr. FLIhOW The Rios Group, Inc. (TR(3) is pleased to Submit a cost proposal lor Subsurface Utility Engineering (SLJE) for the above referenced protect. 'This proposal is based oil information provided via email and telephone can September 10, 2021. Introduction TRG will perform SUl" set-vices For this project in general accordance with the recommended practices and procedures described in ASCE publication CI/,ASCE 38-02 "Standard Guidelines for the Collection and Depiction of FIxisting Subsurface Utility Data," As described in (lie J)Ublication, fi)Ur levels have been established to describe and depict the quality ot'subsurfice utility information. The four quality levels are as 1`611ows: • Quality Level D (Ql,"D") Information obtained from existing utility records. • Quality Level C (QL"C") -- Surveyed data depicting visible above-grOUIld features SLipplemented 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" infortriation and provides horizontal positioning ofstibsurface utilities to within approximately 1.0 foot. • Quality Level A (QL"A") — Three-dimensional horizontal and vertical inflammation obtained through non-destructive vacuum excavation equipment to expose utilities at critical points. Also known as "locating," this level incorporates Q1.13" information and provides horizontal and vertical positioning ol'subSLII-f`aCC LItIlitieS to within approximately 0.05 feet.. Scope of Work Based oil information provided by HDR. Inc. (C'lient), TRG has developed a proposed scrape for SL1l'1; set-vices on this project. ]'his 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 78681 1 Phone. 5115 0,5440 City of Round Rock-CR 112 East Segment,CR 117 to CR 110 September 14 2021 Page 2 of 4 The scope of this proposal includes twenty(20)QL"A" SUE Test Holes at locations to be identified by the client along CR 112 from CR 117 to CR 110 in Round Rock,Texas. The project limit are shown 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 targeted QL"B" SUE, equivalent to approximately 3,000 linear feet,on specific utilities identified by the Client prior to the mobilization of TRG field personnel. 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 necessa Right-Of-Entry(ROE)permits will be provided by the Client prior to the start of field work. TRG Procedures L"D"and `C"—Records Research and Surface Feature Surve It is the respo risibility of the SUE provider to perform due-diligence with regard to records research and the acqu sition 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.,kdditional utilities not identified through these efforts will be referred to as Unknown utilities. L"B"— . kenating 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 anc 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 Nhich can then be designated using geophysical equipment. Non-conductive utilities can also bed signated 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 ade that all Unknown utilities will be designated. Utilities will be marked and labeled to dis inguish 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. L"A"—Locatin 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 described abo e. Once each utility is located,TRG will record the size,type,material,and depth. 575 Round Rock West Drive, Building K,Suite 400 1 Round Rock,TX 786811 Phone:512.580.5440 Subsurface Utility F.naineerinh I Utility Coordination City of Round Rock-CR 112 East Segment,CR 117 to CR 110 September 14,2021 Page 3 of 4 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 (CORR.) will be required. TRG will obtain all required City permits and ensure that coordination and compliance with the City is provided. • Designed traffic control plans will not be required. It is assumed that City of Austin or TxDOT standard TCPs will be utilized for any required lane closures. • Non-routine traffic control measures will be required. TRG will acquire the services of a qualified Maintenance-Of-Traffic (MOT) Subcontractor, and ensure that adequate traffic control is provided. • 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. 575 Round Rock West Drive,Building K, Suite 4001 Round Rock,TX 786811 Phone:512.580.5440 Subsurface Utility Engineering I Utility Coordination City of Round'Rock-CR 112 East Segment, CR 11.7 to CR 1117 September 14, 21121 Pag,e 4 of 4 Schedule TRG can nao,bilire within three (a) weeks of receiving Notice-To-Proceed (N-1`1)), rl RG estimates Haat the SI..11v work can he completed in nine (9) working days, broken clown as fillowvs:. 0 Ql," " field work. ---7 drays 0 QL "B " deliverable preparation---7days (following receipt Of'Survcy data front Client) ,rRG estimates that the Ql,*'A" SUE, work can be completed in ;seventeen (17)working; clays, broken down as fcallows: o Layout test holes-- "? days (concurrent with CSL"A" field world • Field work - 10 days • Deliverable Preparation —7 days (following receipt ofsurvey° data f"roma Client) Estimated Fee The total estimated cost to coinplete the work described herein is Forty-Two Thousand 'rhr~ee HundredSeventy-Two Dollar and 44/1,00 ($42,372.44). An itemized breakdown of'cost is provided in Exhibit A. Please note that these pricings are based on an assumption of quantities, and than, only Tactual quantities will be invoiced rrla to the tonal Contract amount. We look forw)!ard to working with YOU on this 1ar.o.ject. if there are any questions, please do not. hesitate to call at 5'17.58M440. Respectfully, 'nex Rios Group, Inc.. Robby Flub Project Manager i 525 Rorrnd Rack West Drive, Building l4, Suite 4001 Rouget Rock,TX 78681 A Phone: 512.580,5440 ff;°, Estiimate for Subsurface Utility Engineering C�ty of F"I"o�).vi""d Rodr,,,, EXHIBIT A C F I 12 '["E"a�s t S e g e nrt, C R I 17 trc'�'� C R I 10 Hourly Office Labor Rate ASSUrned Unit of Sub-Total Quantity Measure Supervisory Engineer $ 166,06 4 HR $ 664.24 SUE Project Manager $ 151,93 6 HR $ 911.58 Professional Engineer $ 143.73 HR $ - Assistant Project IManager $ 105.89 HR $ Engineer in Training $ 96.48 10 HR $ 964.80 CADD Technician $ 79.76 12 HR $ 957.12 Engineering Technician $ 66.85 6 HR $ 401.10 Field Manager $ 104.72 5 HR $ 523.60 Administrative Specialist $ 70.80 HR $ - 'Sub-Total $ 4,422.44 Assumed Unit of �Direst Expenses Rate Sub-Total Quantity Measure 'ROW Permit $ 500.00 1 EA $ 500.00 Traffic Control (Flagging) $ 1,200.00 2 DAY $ 2,400.00 Sub-Total $ 2,900.00 Quality Level "B" SUE and Rate Assumed Unit of Sub-Total Test Hole Layout Quantity Measure One Designating Person, 150.00 20 HR $ 3,000.00 One Designating Person- $ 150.00 20 HR $ 3,000.00Test Hole Layout Suib-Total $ 6,000.00 QL"A" SUE Test Holes Unit Rate,- Depth Outside Assumed Unit Of Sub-Total Pavement Rate, Quantity Measure 0- 5 feet $ 1,250.00 8 EA $ 10,0001,00 5 - 8 feet $ 1,525.00 10 EA $ 15,250,00 8 - 13 feet $ 1,900.00 2 EA $ 3,8001.00 13 - 20 feet $ 2,450.00 0 EA $ - Over 20 feet $ 3,025.00 0 EA $ Pavement Coring $ 350,00 0 EA $ - Test Hole Total 20 Sub-Total $ 29,050.00 Total Estimated Cost $ 42,372.44 575 Round Rock West Drive, Building K, Suiite 400 1 Round Rock, TX 78681 Phone: 512.580,5440 Sj,,,fl,:tsurfac,e WJtdity � IlIffild-y IIIII,b- CITY OF ROUND ROCK R 112 EAST SEG VIIENT FROM CR 117'TO CR 110 LOCATION IMAP r 1 � ri 91� � rl 4> I r �l n r � ✓r. r r � �l.r�wr�Ra�w�n 1504 Ihish lr Trail Road Suffe 103 Rourild Rocl(, 'rX 78681 - I II ad„_,..?a j...J*,.�i� 1 u...,, � �rJ. w ,, ..� 512-238-1200 PROFESSr!OvAu LAND SURVEYORS 512-23,8-1251 fax TBPELS Firrri Bred. No, 110059100 Sept. 20, 2021 Philip Fulton, PE `armor frcinspaurtatio n Proteid tvlcmager HDR 710 Flesters Crossing,Suite 150 Round Rock, uX 78681-7839 R c.,1t 112 East`,e'gment, CR 117 to CR 110, lv^V, Fulton: Scope of Services 11're Surveyor shc.iH provide Right of Way Acc.tr.,isiton sawrrveying services for the CRI 1 12 Inrnparover-ne.rnt Projec l between CR 117 and CR 1 10� If is understood ih at this Propracasc:rl is for up to 11 aar;:qu� sltio n pacracels within the stated lirnifs. NOM this proposal assumes fhccrf title obsIraacts will be provided prior to cielivearlrig lac'.arcel ac; ui.sftiorn packages. Field Surveying 1. Right-Of-Entry the Surveyor understarnds that Right of ErnPy will he prov6ed from the affected landowners along line proea:f roufe. Thaws will include tcarnclowwners subject to bOurac.iary lime verification car cdato gathering on Iracals adjoining line projccl tracts. This r°wrn be—r of ROES may exc.ecci the I 1 parcels,b6nrd aacgUred from. Copies of the signed RCE letters will be supplied to the surveyor prior to work commencing. l.irrrilations for access will be addressed as they ttner;ome known and c:djarslMents to scope of work, fee estimates, time schedules, and other tasks will be nnrade by supplemental IYOPascal. RO scupralsttfon Surveys A. The 5urvcayor shall yerierute,recover, and/or voify existirnrd prinicary rw ontrol at the site,it any, and reconcile; thea;., con tral tea krncawra existing lrnla rsect rng projects. B. The ufveyot small establish or denslfy addilloncal secondary ca.ontrul cis needed for tree project to collect dc'fca along the Iencf, th of the parojecl. Ct. the Surveyor shall, at their discretion, rase 5/8”iron sads v N'i distinguish'o'r"g caps, e.:otfon Spindles j,aavr d areas) or other duroblo entifies for the project control cis appwal'icalale. D. Inlcanc=l will pe.rforrr•n sufficient ra secrirc.:h of property arcorc;ds frcarn'r vcnaricaus sources 10 anotyze and develop an exhilalt of the rec ord ROW and p iop:aerty cornligc.arcalions for the affected area, lnlcarnd will Crerfomr sufficient f'eI d work to recover property corners and other to oundoraa related evldencWe to aid in the analysis and recornstruction of the affected par'opaeriies. Final dellverrat:alr s will be a signed and wailed survey p.'lIot ornd accompanying rr eie.s and kacaurncds description for each parcel. E. Title ,Akistrcac is shall be fpc idaed by the City in a timely fashion for the Use of the surVeyor in prepaanincl the ROW cacrda.aisltion elocuments, F. Irnlanc:d will rrnarnurnent flae ace rnrers of time acquired tract of land.. Topographic Survys A. The Surve ycr shall establish or rde:nsify radditiom'.il sec:oradcary control as rneaeaded for the Caro. eci RPS NA-CR 112 ROW Page 2 B. The Surveyor will collect spot elevations along the intersection of CR 112 and Avery Nelson Parkway including edges of back of curbs,driveways,visible utilities,drainage structures,centerline of roads, significant trees(8"and up),any other hard surfaced improvements within the defined area,grade breaks, flowlines f watercourses,and other significant features relevant to the project(MH inverts,if any). The collectec data will include spot elevations and breaklines sufficient to generate and/or merge to a 1 foot contour it iterval DTM for the project. C. Delivera les will include a spot point data in ASCII format,Microstation 2D and 3D,and TIN files. A list of benchmarks and project control coordinates will be included. D. The Surve Vor will locate and process up to 20 SUE test holes within the project limits. E. The Surve or will tie 2,600 linear feet of QL B utility markings. deliverables The Surveyor shall provide: A. ASCI point file, DGN files,and/or DWG files as appropriate. B. Prelir iinary set and final survey plats with metes and bounds descriptions for 11 parcels. C. PDF file of each Surveyor's project fieldbook if requested. Compensation ROW and Addiflor of Topo Surveying LUMP SUM FEE: $77,633.84 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 i'ght-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 m become necessary for extending the survey limits beyond the properties in question to satisfy the Texas Bc and of Professional Engineers and Land Surveyors regulations pertaining to sufficient research and investic ation with regards to the reconstruction of the affected boundary lines. This may be due to ambiguous eniority evidence or conflicting adjoining calls or descriptions that may not be located on the ground. B. Traffic Cant of 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 c sts 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: Brenda Sies Principal Inland Geodetics, LLC ----------7- -------------- _�A -L------------ B-3R A B A [Deliver y by Email: li< I S 'T' N E R 8100 Cameron Road,Suite 6-150 Proposal No. PAA21-185-00 Austin,TX 78754 October 4, 2021 (Revision No. 1) P 512.339,1745 F S12.339,6174 Mr. Philip A. Fulton, P.E. 'T"BPE Firm F-3257 Senior Transportation Project Manager HDR WWWRI(CLCOM 710 Nesters Crossing Road,Suite 150 Round Rock,Texas 78681 RE: Proposal for Geotechnical Engineering Study CR 11Bridge at McNutt Creek Tributary No. 1 Round Rock,Texas Dear Mr. Fulton: RABA KISTNER Consultants, Inc, (RKCi) is pleased to submit this proposal for Geotechnical Engineering Services for the above referenced project. The broad objectives of our study will be to determine soil conditions at the site and to develop foundation design recommendations and construction guidelines for a pair of bridges at County Road 112 crossing McNutt Creek Tributary No. 1 in Round Rock,Texas.Additionally, rigid (concrete) pavements are being considered as an option for the roadway in general. Described in this proposal are: • our understanding of pertinent project characteristics; • our proposed scope for field and laboratory study; • our proposed scope for engineering evaluation and reporting; • our tentative project schedule;and • our estimated not-to-exceed study cost. Project Description Under consideration in this study is a pair of bridges located at County Road 112,at its crossing with McNutt Creek Tributary No. 1 in Round Rock, Texas, The existing area consists of asphalt paved roads with open, grass-covered tracts of land on eitherside.The bridges have total spans on the order of 180 ft,and maximum pier loads on the order of 200 tons are anticipated. Additionally, rigid (concrete) pavements are being considered for County Road 112 in general. Field Stud To explore subsurface soil conditions at this site, RKCI recommends drilling 3 bridge borings as presented on the attached preliminary Boring Location Map,The borings will be advanced to approximate depths of 50 ft below the existing ground surface utilizing a truck mounted drilling rig. Samples will betaken,using conventional Shelby-tube,split-spoon,and auger Cutting(grab sample)sampling techniques.Additional field testing will include Texas Cone Penetrometer(TCP) testing,at 5 ft intervals.The borings will be located in the field utilizing a recreation grade hand-held GPS device, our scope of service does not include surveying in the boring location. The boreholes will be backfilled with auger cuttings and bentonite and then patched with asphalt. COINSULTAr%HS a D'W0.fl\HV1EN1W o PROHICI fv11\NA4.xHk1EN1_ - ft--RAS'1RUCPLMF 2 Proposal No. PAA21-185-00 October 4,2021(Revision No. 1) Water level readings will be recorded for the open boreholes during drilling and at drilling completion. If free water is encountered during drilling,the RKCI geologist will temporarily suspend drilling operations and obtain water level measurements in the open borehole at 5-minute intervals over a 15-minute time period. Water level measurements will also be recorded at completion of drilling prior to backfilling the boreholes with the auger cuttings and spoils generated during the drilling operations. Samples collected will be retained in our laboratory for 30 days after submittal of the final geotechnical report. Laboratory Testing Upon completion of the subsurface exploration,a testing program will be designed to define the strength and classification characteristics of the subgrade soils. The laboratory testing program is anticipated to include moisture content tests, Atterberg Limits (plasticity) tests, and grain size analyses. However, the actual type and number of laboratory tests will be based on the subsurface conditions encountered in the borings.The laboratory testing will be performed in general accordance with applicable ASTM standards. Engineering Report The results of the field and laboratory phases of the study will be reviewed by our staff of engineers and geologists. The results of our review, together with the supporting field and laboratory data, will be presented in a written,engineering report. The Geotechnical Engineering Report will include the following information and recommendations,if applicable: • A boring location map and boring logs; • A summary of the field and laboratory sampling and testing program, • A summary of the laboratory test results; • A review of general site conditions including descriptions of the site, the subsurface stratigraphy, groundwater conditions,and the presence and condition of fill materials,if encountered. • Foundation design recommendations,including: - seismic site class parameters; - expansive,soil-related movements using an empirical method for predicting Potential Vertical Rise(PVR)developed by the Texas Department of Transportation; - allowable side shear and end bearing resistance for deep foundations; - allowable uplift resistance for deep foundations;and - lateral LPile design parameters; • Foundation construction considerations,including: - site drainage; - site preparation; - embankment fill material specifications; - deep foundation excavations; - excavation considerations;and - fill placement compaction. R A B A K I S T N E R 3 Proposal No. AA21-185-00 October 4,20 1(Revision No. 1) • Rigid pavement component thickness recommendations for the roadway, in accordance with the City o Round Rock Transportation Criteria Manual. Our scope of v fork does not include a geologic fault study nor does it include conducting test pits at the site. Neither does t include global slope stability for embankments or walls. Site grading plans can result in changes in the subgrade conditions and alter foundation design recommendations. Final site grading plans will be helpful information in the preparation of our foundation engineering recommendations. The final repoit will be produced in a digital PDF and delivered via email. Tentative Pro'ect Schedule Based on our present workload and weather permitting, we anticipate that we could begin the field exploration phase of this study within 4 to 6 working days of receiving your written authorization(assuming right of way p(rmissions are given for a boring drilled in the roadway),provided the site is accessible to our truck-mountec drill rig and the Client has supplied us with available information regarding existing utilities and below gra a structures on site(if any). The field exploration and laboratory testing phase of the study is expected to take approximately 5 to 7 working days to complete.Engineering analyses and preparation of the engineerin report is expected to take an additional two to three weeks to complete,for an approximate project deliverable of approximately four to five weeks from authorization. We will be pleased to provide the design to m with verbal design information as the data becomes available, once drilling has been completed. Project Cost The total cost I or the study scope outlined herein is not to exceed$15,888.61. Should unusui I soil conditions be encountered in the field that indicates the desirability of significantly broadening the scope of the study,we will contact you to receive authorization before proceeding with any additional wo k. Additional services will be billed on a unit basis in accordance with our standard fees as indicated on tt e attached Schedule of Fees for Professional Services. If available, we request that the Client provide RKCI with a recent plat of the project site, a drawing illustrating exis Ing and proposed construction locations,and preliminary site grading plans prior to the start of our field exploration services. Also,it is our understanding that the Client will provide access to all boring locations for a onventional,truck-mounted drilling rig and that the Client will provide underground utility clearance. RKC will assist in locating underground utilities, provided the Client submits documentation of existing utility I cations. RKCI will take all precautions to prevent damage to property;however,RKCI cannot be responsible for tire rutting,or damage of landscaping. It should ben ted that our study scope and project cost does not include professional time and travel expenses for aarticipation in design team meetings. Furthermore, our estimate does not include professional tirne for plan review to determine whether the drawings comply with the intent of the geotechnical recommendations. R A B A K I S T N E R 4 Proposal No. PAA21-185-00 October 4,2021(Revision No. 1) Acceptance We appreciate the opportunity of submitting this contract and look forward to working with you in the development of this project, which will be carried out in accordance with this letter and the following attachments: Attachment Description I Standard Terms and Conditions II Schedule of Fees Please return one signed copy of this letter proposal to provide written authorization for our firm to complete work on the services outlined herein. Our invoices are due and payable upon receipt at P.O.Box 971037,Dallas,Texas 75397-1037. RKCI considers the data and information contained in this proposal to be proprietary. This statement of qualifications and any information contained herein shall not be disclosed and shall not be duplicated or used in whole or in part of any purpose other than to evaluate this proposal. Very truly yours, RABA KISTNER CONSULTANTS,INC. Accepted By: Signature Yvonne Garcia Thomas,P.E. Vice President A02�79 Typed or Printed Name Richard T.Shimono,P. . Project Engineer RTS/YGT:jg Title Attachments 1&II Copies Submitted:Above(1) Date RABAKISTNER Proposal No.PAA21-1 5-00 Attachment 1 October 4,2021 BABA 4 KISTNER STANDARD TERMS AND CONDITIONS 1. DEFINITIONS. the location of all underground utilities and other structures in the vicinity of RK borings or excavations. RK will not accept responsibility 1.1 RK. Raba Kistn r,Inc.,and/or one of its subsidiaries and will not be liable for affecting or damaging any underground (Project Control of Texas,Inc.or PC Sports,Inc.)that is utility,underground storage tank,or other subsurface condition not being engaged to provide the services to CLIENT in previously identified and located, or improperly located, by the connection witt the delivery of the proposal to which CLIENT,a utility,or a utility locating agency. these Standard Terms and Conditions relate. 4. SITE ACCESS AND SITE SAFETY. CLIENT shall provide right-of-entryto 1.2 CLIENT. Perso entity or organization for which RK is the buildings and sites which are the subjects of RK's services.CLIENT rendering services regarding the Project. represents that it possesses authority for such right-of-entry and that the building/site operator(s) possess the necessary permits and 1.3 PROJECT. The activity,venture,plan,building,site or licenses for current activities at the site. RK shall be responsible for investigation for which CLIENT has engaged RK to supervision and site safety measures of its own employees and provide professional services. subconsultants,but shall not be responsible for the supervision or health and safety precautions of any other parties,including CLIENT, 1.4 CONTRACTOR. erson,entity or organization providing CLIENT's contractors,subcontractors,or other parties present at the construction se ices, including labor and material for site. the Project. S. SUBSURFACE EXPLORATIONS.Subsurface conditions throughout the 1.5 SERVICES.The F rofessional services to be performed by site may vary from those depicted on logs of discrete borings,test RK as set forth n the proposal or Agreement to which pits,or other exploratory services.CLIENT understands RK's layout of the Standard Te ms and Conditions are attached. boring and test locations is approximate and that RK may deviate a reasonable distance from those locations. RK will take reasonable 1.6 AGREEMENT. K's proposal accepted by CLIENT and precautions to reduce damage to the site when performing services; these Standar Terms and Conditions which are however,CLIENT accepts that Invasive services such as drilling,or incorporated int and made apart of the Agreement. sampling may damage or alter the site. Site restoration is not provided unless specifically included in the scope of services. 2. SERVICES. RK is being engaged by the CLIENT to render professional services ("Services") involving only RK's 6. CHANGED CONDITIONS. If, during the term of this Agreement, advice,judgmen and opinion.RK may subcontract all or circumstances or conditions that were not originally contemplated by a portion of the iervices performed hereunder. RK shall or known to RK are uncovered or revealed,to the extent that they apply professia al judgment in determining the extent affect the scope of services,compensation,schedule,allocation of to which RK corr plies with any given standard identified risks or other material terms of this Agreement, RK may require In RK's instruments of professional services. CLIENT renegotiation of appropriate portions of this Agreement. RK shall expressly acknowledges that RK makes no warranties or notify the CLIENT of the changed conditions necessitating guarantees, ex ressed or implied, regarding the renegotiation,and RK and the CLIENT shall promptly and in good faith Services. attempt to renegotiate the terms of the agreement affected by the changed conditions. If changes cannot be agreed to with respect to 3. INFORMATION 21ROVIDED BY CLIENT. CLIENT may the changed conditions, the parties shall utilize the Dispute provide or dire t RK to utilize or rely upon certain Resolution/Utigation procedures in this Agreement. Information("ClENT Information")in the performance of RK's services. RK shall be entitled to rely upon such 7. TESTING AND OBSERVATIONS. CLIENT understands that testing and CLIENT Informat on.RK will not conduct an independent observation are discrete sampling procedures, and that such evaluation of tt a accuracy or completeness of such procedures indicate conditions only at the depths, locations, and CLIENT Informat n and shall not be responsible for any times the procedures were performed. RK will provide test results errors or omissic ns in such information. RK's report,as and opinions based on tests and field observations only for the work well as any recor imenclations,findings,and conclusions tested. CLIENT understands that testing and observation are not made by RK, ar dependent on information received continuous or exhaustive and are conducted to reduce — not from CLIENT. Changes or modifications to the eliminate—project risk. CLIENT agrees to the level or amount of information pr ided by CLIENT can affect RK's testing performed and the associated risk. CLIENT is responsible evaluation,reco mendations,findings and conclusions, (even if CLIENT delegates such responsibility to Contractor) for and CLIENT a rees—as a material term of this notifying and scheduling RK to perform these services. RK shall not Agreement—to iotify RK immediately, in writing, if be responsible for the quality and completeness of contractor's work CLIENT become aware of any such changes or or Contractor's adherence to the project plans, specifications and modifications, h cluding changes to the size, scope, other related documents. RK's performance of testing and location, or oth r material characteristics of CLIENT's observation services shall not relieve Contractor in any way from project. The CL ENT shall be responsible for providing responsibility for defects discovered in Contractor's work or create a Page 1 of 4 Legal\A5954\397228\481 -8923-4614.v3-9/24/20 R A B A K I S T N E R ADM100 Proposal No.PAA21-185-00 Attachment I October 4,2021 warranty or guarantee on the part of RK. CLIENT or a cause of action in the favor of any third party against either RK acknowledges that RK will not supervise or direct the or CLIENT. If CLIENT provides a copy of any report prepared by RK to work performed by Contractor or its subcontractors and others,it shall advise the recipient that the information contained in is not responsible for their means and methods. the report is provided for information only and is not to be relied upon by third parties. 8. ESTIMATE OF FEES FOR SERVICES. If included as part of RK's proposal,RK will,to the best of its ability,perform 12. LEED PROJECTS. Unless specifically addressed elsewhere in this the scope of services within the proposed fee estimate agreement, RK has no responsibility or liability, including duty to provided by RK. RK's proposal fees are based upon an defend or duty to indemnify,any parry(including but not limited to estimate of the services required to meet the CLIENT, owner, owner's agents, architects,engineers, contractors, specifications for the project and following generally construction managers, subcontractors) for the LEER certification accepted engineering practices.The CLIENT recognizes process including: developing, producing, or retaining any that unforeseen circumstances along with changes in documentation relating to the calculation of LEED points; and scope and project/contractor's schedules can influence attainment of LEED certification points or LEED ratings. the successful completion of the scope of services within the estimated proposed fees. Because Contractor has 13. STANDARD OF CARE. RK shall perform its professional services in sole control over the project and determines the means accordance with the standard of care and diligence normally and methods used to build/construct the project,RK's practiced by professional firms in performing services of a similar service fees are estimates and not lump sum or nature, in the same locality, under similar circumstances. CLIENT guaranteed maximum fees. The CLIENT is fully expressly acknowledges that RK makes no other warranties or responsible for payment for all services provided, guarantees,expressed or Implied,regarding its professional services including retests of areas or samples that failed to meet or its work product. Project specifications.The Estimate of Fees is valid for a period of 60 days after RK's proposal is submitted to 14. RISK ALLOCATION. RK will be responsible only for its own work,and CLIENT.If RK's proposal is not accepted by CLIENT within that of its sub-consultants,and not for defects in the work designed 60 days after it is submitted to CLIENT,RK may modify or built by others. the Estimate of Fees. 1S. LIMITATION OF LIABILITY. CLIENT AND RK HAVE EVALUATED THE 9. REPORTS. RK may provide CLIENT with written reports RISKS AND REWARDS ASSOCIATED WITH THIS PROJECT,INCLUDING in connection with the Services performed. Such reports RK'S FEE RELATIVE TO THE RISKS ASSUMED, AND AGREE TO will present such findings and conclusions as RK may ALLOCATE CERTAIN OF THE RISKS SO, TO THE FULLEST EXTENT reasonably make with the information gathered while PERMITTED BY LAW,THE TOTAL AGGREGATE LIABILITY OF RK(AND performing its services and provided by CLIENT. The ITS RELATED ENTITIES, EMPLOYEES, OWNERS, AGENTS, AND reports may be copied for inclusion in other documents REPRESENTATIVES) TO CLIENT (AND THIRD PARTIES GRANTED related to the project provided they are reproduced in RELIANCE ON RK'S WORK PRODUCT, OR OTHERWISE SEEKING their entirety.Reports and other instruments of service RECOVERY UNDER THIS AGREEMENT)IS LIMITED TO THE GREATER are prepared for,and made available for,the sole use of OF$100,0000RTHE FEE PAID RK UNDER THIS AGREEMENT,FOR ANY the CLIENT,and the contents thereof may not be used or AND ALL INJURIES, DAMAGES, CLAIMS, LOSSES, OR EXPENSES relied upon by others without the express written (INCLUDING ATTORNEY AND EXPERT FEES)ARISING OUT OF RK'S authorization of RK. Any unauthorized use or SERVICES OR THIS AGREEMENT REGARDLESS OF CAUSES)OR THE distribution of RK's reports shall be at the CLIENT's sole THEORY OF LIABILITY. risk and without liability to RK. 16, CONSEQUENTIAL DAMAGES. Neither CLIENT nor RK will be liable to 10. TOXIC AND HAZARDOUS MATERIALS. CLIENT shall the other for any special,consequential,Indirect,incidental or penal provide RK with all information within CLIENT's losses or damages of any kind,nor will CLIENT or RK be liable to the possession or knowledge related to the potential or other for losses, damages, or claims, regardless of how defined, presence of toxic or hazardous materials or pollutants at related to: lost profits; unavailability of property or facilities; the Project site. CLIENT agrees that RK neither created shutdowns or service interruptions;loss of use,revenue,opportunity, nor contributed to the creation or existence of any toxic or inventory;use charges,carrying costs,cost of substitute facilities, or hazardous materials or pollutants. In no event shall goods,or services;cost of capital,or claims of any other party and/or RK be required to sign a hazardous waste manifest or its customers. take ownership of any toxic or hazardous materials or pollutants. If unanticipated toxic or hazardous materials 17. SUSPENSION OF SERVICES. If CLIENT fails to make payments when or pollutants are encountered while RK is performing its due or otherwise is in breach of this Agreement,RK may suspend services,RK reserves the right to stop field operations performance of services upon seven (7) calendar days' notice to and notify CLIENT and CLIENT assumes responsibility to CLIENT. RK shall have no liability whatsoever to CLIENT for any costs notify appropriate regulatory agencies. RK and CLIENT or damages as a result of such suspension. Upon payment in full by must mutually agree to remobilize. CLIENT,RK may resume services under this Agreement,and the time schedule and compensation shall be equitably adjusted to 11. NO THIRD-PARTY BENEFICIARIES. The services and any compensate for the period of suspension plus any other reasonable report(s)prepared under this Agreement are for the sole time and expense necessary for RK to resume performance. Payment benefit and sole use of CLI ENT and are not for the use of of invoices shall not be subject to any discounts or set-offs by CLIENT any other party or person. Only CLIENT may rely upon unless agreed to in writing by RK. Payment to RK for services the services and any report or work product.Nothing in rendered and expenses incurred will be due and payable regardless this Agreement, or any subsequent amendments or of any subsequent suspension or termination of this Agreement by modifications, or in any report issued under this either party.CLIENT shall not make any changes to RK's banking and Agreement,shall create a contractual relationship with deposit information or payment instructions unless CLIENT Page 2 of 4 Legal\A5954\397228\4819-8923-4614.v3-9/24/20 ADM100 R A B A K I S T N E R Proposal No.PAA21-1 5-00 Attachment I October 4,2021 communicates I he requested changes to RK orally and in DAMAGES, LOSSES, AND EXPENSES (INCLUDING REASONABLE writing and obtains written confirmation from an RK ATTORNEYS'FEES,DEFENSE COSTS,AND COURT COSTS)ARISING officer that the requested changes are legitimate and FROM,OR ALLEGEDLY ARISING FROM,OR IN ANY WAY CONNECTED authorized by R C If CLIENT makes a payment to a third WITH, THE UNAUTHORIZED REUSE OR MODIFICATION OF THE party instead of to RK based on an unauthorized request DOCUMENTS BY CLIENT OR ANY PERSON OR ENTITY THAT to CLIENT for a change to RK's banking and deposit ACQUIRES OR OBTAINS THE DOCUMENTS FROM OR THROUGH information or payment instructions and without CLIENT WITHOUT THE WRITTEN AUTHORIZATION OF RK obtaining writti n confirmation of the change from RK, REGARDLESS OF WHETHER SUCH CLAIMS,DEMANDS,OR ACTIONS CLIENT will remain liable to RK for payment of the ARE FOUNDED IN WHOLE OR IN PART UPON ALLEGED NEGLIGENCE amount of the L nauthorized payment. OF RK,ITS OFFICERS,DIRECTORS,EMPLOYEES,OR CONSULTANTS. 18. WAIVER OF SUE ROGATION. To the extent damages are Parties other than CLIENT and RK may apply to use an instrument, covered by pro erty insurance,or any other available using a form prepared by RK for that purpose. Others' use of an Insurance cove age, CLIENT and RK waive all rights instrument shall be permitted only when CLIENT and RK both so agree; against each Aher and against the contractors, either shall have the right to forbid use by others.In addition,RK shall consultants, ag nts and employees of the other for make Its permission contingent upon the satisfaction of certain damages. CLIE1 IT agrees that CLIENT shall procure or conditions when,in RK's professional judgment,such a contingency is cause to be pr cured builder's risk insurance or other necessary. property insurai ice for its project. RK and CLIENT waive all rights against each other and any of their consultants, 20. DISPUTE RESOLUTION/LITIGATION. All claims, disputes,and other contractors,sub ontractors,sub-subcontractors,agents, controversies between RK and CLIENT arising out of,or in any way and employees,for damages caused by fire,flood,or related to, the services provided by RK shall be submitted to other causes of!oss to the extent covered by CLIENT's or mediation,before and as a condition precedent to,other remedies CLIENT's Contra or's builder's risk insurance,or other provided by law. Any litigation related to the Agreement or RK's available insuraf ice coverage. The policies shall provide performance of its professional services shall be commenced in a court waivers of subrogation by endorsement or otherwise. in Bexar County,Texas. CLIENT consents to personal jurisdiction in CLIENT shall require of its contractors, consultants, the State of Texas and agrees that venue of any litigation shall be in agents and emp oyees similar waivers in favor of RK and Bexar County,the county where RK's principal place of business is its subconsultar Is. A waiver of subrogation shall be located.CLIENT waives any objection to personal jurisdiction in Texas effective as to a person or entity even though that or to venue in Bexar County.The prevailing party in such litigation will person or enti y would otherwise have a duty of be entitled to recover all court costs,attorneys'fees,and other legally indemnification,contractual or otherwise,did not pay recoverable claim-related expenses. As a condition precedent to the insurance premium directly or indirectly, and mediation and/or litigation related to any claim arising out of the whether or not the person or entity had an Insurable services provided under this Agreement,CLIENT shall obtain a written interest in the pi operty damaged. affidavit from a registered,independent,and reputable professional engineer describing any error, omission or other act by RK that 19. OWNERSHIP OF DOCUMENTS. RK's reports,drawings, allegedly failed to comply with the professional standard of care plans, specificitions, and other documents and applicable to RK's performance of services and provide such affidavit deliverables ar instruments of professional service to RK. The affidavit shall comply with the requirements of Texas Civil ("Instruments of Service") developed by RK in Practice&Remedies Code Chapter 150. contemplation of a wide array of project-specific variables,includi ng how the documents will be used and 21. TERMINATION OF CONTRACT. CLIENT and RK may terminate RK's by whom.RK sh ill be the author,owner and custodian services at any time upon ten(10)calendar days'written notice. In of the instruments of Service, and shall retain all the event of termination,CLIENT agrees to fully compensate RK for common law, tatutory, and other reserved rights, services performed including reimbursable expenses through the including copyril ht. By execution of this Agreement,RK termination date,as well as reasonable demobilization expenses. RK grants to CLIENI a limited,nonexclusive license to use will terminate its services without waiving any claims against or the Instruments of Service for purposes of constructing, incurring any liability to CLIENT. using,and maint dining the project for which the services are performed,provided CLIENT substantially performs 22. STATUTE OF LIMITATIONS. Any applicable statute of limitations will Its obligations, i icluding prompt payment of all sums commence to run and any cause of action shall be deemed to have when due,undei this agreement. accrued not later than the earlier of the following:(1)the date of the report issued by RK giving rise to the cause of action;(2)the date on Upon completlof i of the services,and payment in full of which RK issues its last report under this Agreement;or(3)if RK is all monies due R ,CLIENT may retain copies of all such retained to perform construction observation,the date of substantial documents. THE INSTRUMENTS OF SERVICE ARE NOT completion of the project. INTENDED NOR REPRESENTED TO BE SUITABLE FOR REUSE ON EXTENSIONS, MODIFICATIONS, OR 23. FORCE MAJEURE. Neither party shall be liable in damages or have ADAPTATIONS OF THE PROJECT, OR ANY OTHER the right to terminate this Agreement for any delay or default in PROJECT.ANY REUSE OF SUCH DOCUMENTS,WITHOUT performing hereunder if such delay or default is caused by conditions WRITTEN VERIFI TION OR ADAPTATION BY RK FOR beyond its control ("Force Majeure") including, but not limited to THE SPECIFIC PU POSE INTENDED,WILL BE AT CLIENT'S Acts of God, Government restrictions (including the denial or SOLE RISK WITH UT LIABILITY OR LEGAL EXPOSURE TO cancellation of any export or other necessary license), wars, RK. CLIENT A REES, TO THE FULLEST EXTENT insurrections and/or any other cause beyond the reasonable control PERMITTED BY W, TO INDEMNIFY, DEFEND, AND of the party whose performance is affected. Force Majeure may not HOLD HARMLE RK, ITS OFFICERS, DIRECTORS, be claimed as a cause for delay in payment of money due and payable EMPLOYEES,AN CONSULTANTS AGAINST ALL CLAIMS, hereunder. Page 3 of 4 Legal\A5954\397228\481 -8923-4614.v3-9/24/20 ADM1Do RABAKISTINER Proposal No.PAA21-185-00 Attachment I October 4,2021 24. NO ASSIGNMENT. Neither RK nor CLIENT shall assign or transfer its interest in this Agreement without the express written consent of the other. 25. SEVERABILITY. Each provision of this Agreement is intended to be severable. If any terms or provisions of this agreement shall be held to be invalid, illegal, or unenforceable for any reason whatsoever,the validity, legality,and enforceability of the remaining provisions hereof shall remain in full force and effect and shall not in any way be affected or impaired thereby. Moreover, to the maximum extent allowed by law, the Parties hereto stipulate that any offending provisions will be modified or altered, as necessary, so as to give such provisions the maximum permissible effect and application intended. 26. ENTIRE AGREEMENT. This Agreement, and all of its attachments, constitutes the entire, integrated Agreement between the Parties to it, and this Agreement supersedes all other Agreements, oral or written between the Parties,concerning the subject set forth in this Agreement. This Agreement may not be amended except in writing,with that amendment being signed by both Parties. Page 4 of 4 Legal\A5954\397228\4819-8923-4614.v3-9/24/20 ADM100 R A B A K I S T N E R Proposal No. FIAA21-185-00 Attachment 11 October 4,20',1 LBABA 4 KISTNER SCHEDULE OF FEES FOR PROFESSIONAL SERVICES PERSONNEL, Principal............................................................................$135 to $250/hour Professional.......................................................................$70 to $200/hour Auto Cad Operator.................................................$65 to $110/hour Technical/Clerical/Administrative......................................$40 to $80/hour The specific hourly rate within each classification listed above depends on the experience, special training, and qualifications of the personnel needed for the project. For projects requiring work at any hazardous waste site, there will be a $10 per hour surcharge added to the normal billing rate for all personnel. Consultants to Raba Kistner (RK) will be charged according to their professional classification. EXPENSES: Use of company automobiles will be charged at $1.00 per mile. Automobiles and light trucks assigned to field sites will be charged at $70.00 per day, plus $1.00 per mile over 50 miles per day. Copies will be charged at$0.25 per page. Other project specific charges for use of RK equipment or for RK testing will be in accordance with established fee schedules. All other project specific, third-party costs will be charged at cost plus 15 percent. Invoices will be submitted monthly for work in progress in our standard format. They are due and payable upon receipt and become past due 30 days after the billing date. Past due invoices may be subject to late charges at the rate of 1-1/2 percent per month (18 percent per annum). In the event that the State of Texas legislates a sales tax on Professional Services, the amount of the tax will be PAYMENT added to the appropriate service rate charged. Our invoices are due and payable upon receipt at P.O. Box 971037, Dallas,Texas 75397-1037. Preparation of non-standard invoice will be charged on a time and materials basis in accordance with the rates in this fee schedule. CONDITIONS: Services will be performed in accordance with our Standard Terms and Conditions. The proposal to which this schedule is an attachment is valid for 90 days from the date of the proposal. Page 1 of I ADM101 02/0812012 RABAKISTNER ADDENDUM TO EXHIBIT C Work Schedule Attached Behind This Page ............ .. ........ CoRR CR 112 Exhibit C - Work Schedule HDD R Engineering, Inc. From: 300" EAST OF CR 117 to CR 110 22-Dec-21 16:05 Activity ID Activity Name Duration Start Finish I Total .. ...... — ay F-0 LJ.-Ioat. .Jana r:- 11-17,7;Wr�� —X ........... ....... p at— I E Xn�b I C,P 15 S- 1 190 17-Jan-22 07-O—ct-22 0i 0-7--_0 I. Rc6ect MaAave.rftm 161 17-Jan-22 29-Aug-22 19 29-Aug-22,I Projec PM1000 CR 112 Noiiw to Proceed PS&E 0 17-Jan-22 0 PM1010 Utility Coordination 100 17-Jan-22 03-Jun-22 39 ......... PM1020 Right of Way Ars vis 80 14-Mar-22 01-Ail-22, 19 PM1030 Project..Management,Submittal Prep,QC,CoordinaWn, 161 17-Jan-22 29-Avg-22 19 Ir 30 Per nl Design rinse '15 17-Jan-22 04-Feb-22 0 04-I-eb-22, 1 30 Percent Design Phase DES1010 Review 30%Design with CoRR&Address Comments .15 17-Jan-22 04-Feb-22 0 -p=MM 123 17-Jan-22 06-Jul-22 0 06-Jul-22,I It, 601 Percent Design Phase DES1020 60%Plans 40 17-Jan-22 11-Mar-22 0 DES1030 60%SLibmMat 1 14-Mar-22 14-Mar-22 0 DES1040 60%City of RR Review 15 15-Mar-22 04-Apr-22 0 DES1045 FEMA Review-90%H&H(Aflcw 90 Days) 67 05-Apr-22 06-Jiul-22 0 90Par:er#Dmpn1P1mse 61 05-Apr-22 28-Jun-22 221 8-jun-22,IV 90 Pence Design Phase DES1050 90%Plans 40 05-Apr-22 30-May-22 22 DES1060 90%Submittal I 31-May-22 31-May-22 22 IDES1070 90%City of RR Review 20 01-Jun-22 28-Jun-22 22 V lwpwe iloevvPhaw. 70 04-Jul-22 07-dict-22 0 —07-0 DES1080 100%PS&E Package 25 04-JLII-22 05-Aug-22 19 DES1085 FEMAAddress Comments--Final Review(90 Days) 67 07-Jul-22 07-Oct-22 0 DES1090 100%Submittal 1 08-Aug-22 08-Aug-22 19 DES1100 1010%City of RR Revew 15 09-Aug-22 2q-Aug-22 19 DES1110 Final Comments Sign&Seal Plans and Bid Docs 10 30-Auc g-22 12-Sep-22 19 WMMMMM Remaining Level of Effort 10mm""""W Summary Page 1 of 1 TASK filter:All Activities 000mon Actual Level of Effort CR 112 EAST Exhibit C-PSE Design Schedule Actual Work Classic WES Layout-CR1 12-pfulton Remaining Work CrIficat Remaining Work ADDENDUM TO EXHIBIT D Fee Schedule Attached Behind This Page EXHIBIT D Project:CR 112 from CR 117 to CR 110 SUPPLEMENTAL NO.1 Fee Schedule-Lump Sum Firm Provider.HDR Engineering,Inc. Hours for the Classifications Work Task Sr.Project Senior Project Design Engineer Sr.Design CADD Admin/ Sr Structural Structural TOTAL Total Manager Engineer Engineer Engineer In Training Technician Technician Clerical Engineer Engineer HOURS Amount TASK I Project Management Coordination with City 60 12 72 $18,120.00 Updates 18 30 $4,224.00 Subconsultant Coordination,Deliverables Review 24 24 1 48 $11,376.00 Coordination with RPS(tie-in at CR 117) 12 8 1 1 20 $4,828.00 QA/QC 12 10 22 $3,728.00 SUBTOTAL PROJECT MANAGEMENT 120 44 0 0 0 0 0 28 0 0 192 $42,276.00 TASK tl Roadwa Design Title Sheet 2 2 $194.00 Index of Sheets 4 2 6 $634.00 Typical Sections 2 8 8 18 $2,086.00 Project Layout 8 8 16 $1,656.00 Horizontal Alignment Data Sheets 4 4 8 $828.00 Roadway Plan 8&Profile Sheets 5 16 16 40 36 113 $13,767.00 Intersection Layouts-Cross Streets 5 16 16 40 36 113 $13,767.00 Driveway Layouts 2 16 16 34 $3,742.00 Removal layouts 4 16 16 36 $3,972.00 Pedestrian and Bicycle Facilities 4 16 16 36 $3,972.00 Roadway Cross Sections 4 4 80 88 $12,640.00 Miscellaneous Roadway Detail Sheets 4 16 16 36 $3,972.00 Quantity Summary Sheets 4 16 16 36 $3,972.00 Standards Selection 4 4 $388.00 SUBTOTAL ROADWAY DESIGN 0 18 52 80 136 80 180 0 0 0 546 $65,590.00 TASK RI U ate Drainage Design Hydrology Modify Runoff calculations for Design Storms 1 4 5 $771.00 Develop Internal Areas for Ditches 1 4 S $771.00 Storm Drains Coordinate Desi n with Utilities,Traffic,and Stm Swr 1 4 4 9 $1,251.00 Analyze Outfall impacts 1 4 4 9 $1,251.00 Determine trench protection andspecial shoring 1 4 4 9 $1,251.00 Cross-Drainage Structures Design and analyze Culverts 4 Structures 4 4 4 12 $1,896.00 Determine Culvert TLP Phasing 4 4 4 12 $1,896.00 'es12ninfetand Outlet Erosion Protection 4 4 4 1 1 12 $1,896.00 Page 1 of 6 EXHIBIT D Project:CR 112 from CR 117 to CR 110 SUPPLEMENTAL NO.2 Fee Schedule-Lump Sum Firm Provider.HDR Engineering,Inc. Hours for the ClassificaUorks Work Task Sr.Project Senior Project Design Engineer Sr.Design CADD Admin/ Sr Structural structural TOTAL Total Manager Engineer Engineer Engineer In Training Technician Technician clerical Engineer Engineer HOURS Amount Plan Sheets for Drain e Design Hydrologic Data Sheets 1 4 10 10 4 29 $3,853.00 Hydraulic Data Sheets 1 4 10 10 4 29 $3,853.00 Two CLOMRs:IFees Paid by CORK Per re FEMA Submittal at 90%Level for First Review 20 60 30 110 $16,240.00 Address Comments&Prepare FEMA Submittal at 10D% 20 60 30 110 $16,240.00 Storm Drain Plan&Profile 1 10 20 20 20 71 $8,985.00 Misc Drainage Detail Sheets 1 4 4 4 4 17 $2,299.00 Scour Calculations and Sheets 10 10 20 $2,850.00 Standards Selection 2 2 4 $472.00 Trench Protection and 5 ial Shoring Details 1 4 4 4 4 17 $2,299.00 Update Drainage Report at 90%and 100% 4 20 24 $4,160.00 SUBTOTAL DRAINAGE 0 66 S6 202 0 142 38 0 0 0 504 $72,234.00 TASK IV ROM Pavement Markings,D&OM(Permanent) Small Signing Small Signing Layouts 1 1 16 16 34 $3,692.00 Small Sign Details(Street Name Signs) 1 1 10 10 10 32 $3,650.00 Quantity SummarySheets 1 1 5 5 12 $1,415.00 Select Standards 2 2 $194.00 Pavement Markings Pavement Marking Layouts 1 1 16 16 34 $3,692.00 Quantity Summary Sheets 1 1 10 8 20 $2,256.00 Select Standards 2 2 $194.00 SUBTOTAL SIGNING,PAV'T MRK,D&OM 0 S 5 0 57 10 59 0 0 0 136 $15,093.00 TASK V Traffic Control Plan TCP Overall Phasing Pian 13 Phases) 4 8 12 24 $2,704.00 TCP Narrative&Notes 5 8 16 29 $3,257.00 TCP Typical Sections 8 16 16 40 $4,632.00 TCP Phasing Layouts 10 40 50 40 140 $15,930.00 TCP Culvert Phasing Layouts 4 4 8 4 20 $2,448.00 Quantity Summary Sheets 2 2 2 6 $654.00 Standards Selection 2 2 $194.00 SUBTOTAL TRAFFIC CONTROL PLAN 0 0 31 0 78 60 92 0 0 0 261 $29,819.00 TASKVI Illumination Illumination Layouts 2 40 42 $5,230.00 Photometric Analysis 6 60 66 $8,490.00 Circuit Diagrams 4 40 44 $5,660.00 Electrical Details 4 24 28 $3,740.00 Electric Service Coordination 4 4 8 $1,340.00 Quantity5ummarySheets 4 8 12 $1,820.00 Standards Selection 2 2 $240.00 SUBTOTAL ILLUMINATION 0 24 0 0 0 178 0 0 0 0 202 $26,520.00 Page 2 of 6 EXHIBIT D Project:CR 112 from CR 117 to CR 110 SUPPLEMENTAL NO.1 Fee Schedule-Lump Sum Firm Provider.HDR Engineering,Inc. Hours for the Qassiflgtions Wort Task Sr.Project Senior Project Design Engineer Sr.Design CADD Admin/ Sr Structural structural TOTAL Tota) Manager Engineer Engineer Engineer In Training Technician Technician Clerical Engineer Engineer HOURS Amount TASK VII Stormwater Pollution Prevention Plans SW3P SW3P Narrative Sheet 4 4 $440.00 repare SMP Plans,Erosion Control 40 60 100 $10,220.00 Standards Selection 2 2 $194.00 SUBTOTALSW3P 0 0 0 0 44 0 62 0 0 0 106 $10,854.00 Bridge Design TASK VIII EB and WB CR 112 at McNutt CreekTrb 1 2 Bridges at 3 Spats Each Bridge Layouts,Bearing Seats,Quantities Development B 30 20 40 98 $18,232.00 Design/Detail Abutments 50 10 40 100 1 $15,840.00 Design/Detail Bents 30 1 30 30 70 $11,660.00 Bore Log Sheets/Drill Shaft Calculations 20 10 20 50 $8,680.00 Framing Plan Details 20 10 20 50 $8,680.00 Prestressed Girder Unit Calculations/Details 40 10 30 80 $12,860.00 IGND 8 10 20 36 $7,240.00 Standards Modifications 8 4 8 20 $3,472.00 QC Structural Deliverables-60%,90%,Rnal 8 40 48 $12,952.00 SUBTOTAL BRIDGE DESIGN 16 0 0 0 0 206 0 0 124 208 SS4 $99,616.00 TASK IX PS&E Preparation General Notes(60%,90%,100%Submittals) 8 8 $2,072.00 Specifications(60%,90%100%Submittals) 8 8 $2,072.00 Plans and Estimates(60%,90%,100%Submittals) 8 8 10 20 40 40 126 $17,422.00 Contract Time Determination(Consbuction Schedule) 8 8 $2,072.00 Constructability,Review at 90% 4 4 $1,036.00 QA/QC Reviews(Atl Submittals) 12 32 44 $9,988.00 SUBTOTAL PS&E PREPARATION 48 40 10 20 40 40 0 0 0 0 198 $34,662.00 TASK X Utility Coordination Update Existing Utility Exhibits 2 4 4 4 14 $1,918.00 Update Utility Conflict(Tracking)List 4 8 8 8 28 $3,836.00 Utility Conflict Identification and Resolution 4 8 8 8 28 $3,836.00 Site visit and Attend Utility Workshop 2 4 4 4 14 $1,918.00 Prepare and Attend Utility Meetings with Utility Owners 4 8 8 8 28 $3,836.00 Prepare and Attend Utility Coordination Meetings 4 8 8 8 28 $3,836.00 Review Utility s Proposed Adjustment,Estimates,Schedules 4 8 8 8 28 $3,836.00 and Evaluate Alternatives Prepare Proposed Utility Layouts 4 8 8 8 28 $3,836.00 SUBTOTAL UTILITY COORDINATION 0 28 S6 0 56 0 56 0 0 0 196 $26,852.00 TASK XI Bid Phase Services Prepare Project Manual(Bid Documents) 4 8 12 $2,356.00 Prepare for and Attend Pre-Bid Meeting(1) 4 8 12 $2,356.00 Address Contractor Questions 4 8 12 $2,356.00 Prepare Addendum u to 2) 4 8 12 $2,356.00 Attend Bid Opening"' 2 2 $518.00 Prepare Bid Tabulation and Award Recommendation 1 4 5 $919.00 SUBTOTAL BID PHASE SVCS 19 0 36 0 0 0 0 0 0 0 SS $10,861.00 Page 3 of 6 EXHIBIT D Project:CR 112 from CR 117 to CR 110 SUPPLEMENTAL NO.1 Fee Schedule-Lump Sum Firm Provider.HDR Engineering,Inc. Hours for the Classifications Work Task Sr.Project Senior Project Design Engineer Sr.Design CADD Admin J Sr Structural Structural TOTAL Total Manager Engineer Engineer Engineer in Training Technician Technician Clerical Engineer Engineer FLOURS Amount TASK XII Construction Phase Services Pre-Construction Meeting(1) 2 4 6 $1,178.00 Review Construction Submittals(Up to 20) 5 20 25 $4,595.00 Monthly Construction Meetings(Up to 12) 12 24 36 $7,068.00 Site Visits(Up to 6) 6 12 18 $3,534.00 Requests for Information(RFIs)(Up to 15) 8 15 20 43 $6,747.00 Change Orders(Up to 3) 6 12 10 28 $4,634.00 Fina)Walk-Through/Punch List 2 8 10 $1,838.00 As-Built Plans and GIS Data Files 2 8 10 10 20 so $6,078.00 FEMA LOMR Submittal(Fees Paid by CORR) 2 10 20 60 92 $14,308.00 Project Management During Construction Phase 80 80 $20,720.00 SUBTOTAL CONSTRUCTION PHASE SVCS 125 10 123 60 40 10 20 0 0 0 388 $70,700.00 HOURS-TOTALS FOR SUPPLEMENTAL 328 235 369 362 451 726 507 28 124 208 3338 RATE $259.00 $215.00 $16500 $139.00 $110.00 $120.00 $97.00 $62.00 $272.00 $178.00 TOTAL HDR LABOR $ 84,952.00 $S0,S2S.00 $ 60,885.00 $50,318.00 $49,610.00 $87,120.00 $ 49,179.00 $ 1,736.00 $ 33,728.00 $37,024.00 $ 505,077.00 SUMMARY TASK I Project Management 192 $ 42,276.00 TASK it Roadway Design S46 $ 65,590.00 TASK III Update Drainage Design 504 $ 72,234.00 TASK IV Signing,Pavement Markings,D&OM(Permanent) 136 $ 15,093.00 TASK V Traffic Control Plan 261 $ 29,819.OD TASKVI Illumination 202 $ 26,520.00 TASK Vti Stormwater Pollution Prevention Plans(SW3P) 106 $ 10,854.00 Bridge Design TASK Vill EB and WB CR 112 at McNutt Creek Trib 1 SS4 $ 99,616.00 2 Bridges at 3 Spans Each TASK IX PS&E Preparation 198 $ 34,662.00 TASK Utility Coordination 196 $ 26,852.00 TASK XI Bid Phase Services 55 $ 10,86L00 TASK XII Construction Phase Services T 388 $ 70,700.00 Page 4 of 6 EXHIBIT D Project:CR 112 from CR 117 to CR 110 SUPPLEMENTAL NO.1 Fee Schedule-lump Sum Firm Provider:HDR Engineering,Inc. Hours for the Classifications Work Task Sr.Project Senior Project Design Engineer Sr.Design CADD Admin/ Sr Structural Structural TOTAL Total Manager Engineer Engineer Engineer in Training Technician Tecisnlclan clerical Engineer Engineer HOURS Amount BCONSULTANT SUE (See Attached Proposal-The Rios Group) $ 42,372 44 Right-of Way Acquisition Survey (See Attached Prowl-Intend Geodetics $ 77 633.84 Geotechnical(Bridge Borings) $ 15,888.61 See Attached Proposal-RKCI SUBTOTAL LABOR AND SUBCONSULTANTS $ 640,971.89 OTHER DIRECT EXPENSES #OF UNITS COST/UNIT Mileage((0 Current IRS Rate/mile) 11000 $ 0.58 $ 580.00 Courier Services(Deliveries) 3 $ 25.00 $ 75.00 FEMA Review Fees(To Be Paid By City of Round Rock) - $ - $ SUBTOTAL OTHER DIRECT EXPENSES $ 6SS.00 SUMMARY TOTAL HDR LABOR AND SUBCONSULTANTS $ 640,971.89 TOTAL OTHER DIRECT EXPENSES $ 655.00 GRAND TOTAL SUPPLEMENTAL NO.1 $ 641,626.89 Page 5 of 6 EXHIBIT D HDR ENGINEERING,INC. PROJECT NAME:CR 112 FROM CR 117 TO CR 110 SUPPLEMENTAL NO.1 Cost Component,Hours Total Hours Sr.Project Manager 328 Senior Engineer 235 Project Engineer 369 Design Engineer 362 Engineer-In-Training 451 Sr. Design Technician 726 CADD Technician 507 Admin/Clerical 28 Sr.Structural Engineer 124 Structural Engineer 208 TOTAL HOURS 3,338 Cost Component,Dollars Labor Rate Billing Rate Totals Sr. Project Manager $ 85.06 $ 259.00 $84,952.00 Senior Engineer $ 67.21 $ 215.00 $50,525.00 Project Engineer $ 53.57 $ 165.00 $60,885.00 Design Engineer $ 43.83 $ 139.00 $50,318.00 Engineer-In-Training $ 35.71 $ 110.00 $49,610.00 Sr.Design Technician $ 38.31 $ 120.00 $87,120.00 CADD Technician $ 30.84 $ 97.00 $49,179.00 Admin/Clerical $ 20.13 $ 62.00 $1,736.00 Sr.Structural Engineer $ 86.35 $ 272.00 $33,728.00 Structural Engineer $ 56.51 $ 178.00 $37,024.00 LABOR DOLLARS $ 505,077.00 Cost Component,Direct Expenses Units Cost/Unit Totals _ Mileage(Current IRS Rate/mile) 1,000 $ 0.58 $580.00 Courier Services(Deliveries) 3 $ 25.00 $75.00 SUBTOTAL OTHER DIRECT EXPENSES $655.00 PROJECT FEE SUMMARY-SUPPLEMENTAL NO.1 HDR Direct Labor Costs $ 163,986.04 HDR Indirect Costs 175% $ 286,975.57 HDR Direct Expenses $ 655.00 HDR Profit @12% 12% $ 54,115.39 Subconsultants The Rios Group SUE $ 42,372.44 Inland Geodetics Survey $ 77,633.84 RKCI Geotech $ 15,888.61 TOTAL FEE-SUPPLEMENTAL NO.1 $ 641,626.89 CITY OF ROUND ROCK CR 11.2 EAST SEGMENT FROM CR 117 TO CR 110 LOCATION MAP 17�d�itii � R �i r I i i1? i i ti ne r 1f V {;r1 0 i f