Contract - Brown and Gay Engineers BGE - 3/10/2022 sTATE OF 'FEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO. 7
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: BROWN & GAY ENGINEERS, INC. ("Engineer")
ADDRESS: 101 West Louis Henna Boulevard, Suite 400,Austin 'T': 78728
PROJECT: Gattis School Road Segment 6
This Supplemental Contract No. 7 to Contract for Engineering Services is made by and between
the City of Round Rock. Texas, hereinafter called the "City" and Brown & Gay Engineers, Inc.,
hereinafter called the "Engineer".
WHEREAS, the City and Engineer executed a Contract For Engineering Services, hereinafter
called the "Contract," on the I I th day of"February, 2016 for the Gattis School Road Segment 6
project in the amount of$482,439.90; and
WHEREAS, the City and Engineer executed Supplemental Contract No. I to the Contract on
May 10, 2018 by Resolution No. R-2018-5420 modifying the scope of services and increasing
the compensation by $401.872.25 for a total of$884,312.15;and
WHEREAS, the City and Engineer executed Supplemental Contract No. 2 to the Contract on
October 1, 2018 to modify the provisions for the scope of services and to increase the
compensation by $8,540.00 for a total of$892,852.15; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 3 to the Contract oil
September 12, 2019 to modify the provisions for the scope of services and to increase the
compensation by $177,053.00 to a total of S 1,069,905.15; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 4 to the Contract on.
January 23, 2020 to modify the provisions for the scope of services and to increase the
compensation by $119,914.00 to a total of'$1,189,819.15,- and
WHEREAS, the City and Frigineer executed Supplemental Contract No. 5 to the Contract on
December 2, 2020 to modify the provisions for the scope of services and to increase the
compensation by $216,816.50 to a total of$1,406,635.65; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 6 to the Contract oil
March 26, 2021 to modify the provisions flor the scope of services and to increase the
compensation by $25,190.00 to a total oP$1,43 1,825.65; and
act Rcv.06/16
0199,1 602;489 1-2980-0461 84275
WHEREAS, it has become necessary to amend the Contract to modify the provisions for the
scope of services and to increase the compensation by$88,390.00 to a total of$1,520,215.65;
NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract
is amended as follows:
I.
Article 1,City Services and Exhibit A. City Services shall be amended as set forth in Addendum
to Exhibit A.
II.
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
$88,390.00 the lump sum amount payable under the Contract for a total of$1,520,215.65, as
shown by the attached Addendum to Exhibit D.
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
[signature pages follow]
Supplcmcntal Contract Rev.06/16
0199.1602;4891-2980-0461 84275
2
BROWN&GAY ENGINEERS,INC.
Director of Tra po n
2/15/2022
Date
Supplemental Contract Rev.06/16
0199,1602;4891-2980-4461 84275
3
CITE OF ROUND ROCK A,.P'PR ID A,S 7 F R1 ;
By:
Craig Morgan,Mayor Stephan . Sheets, City Attorney
Ij Ick L'Q
Date
Supplemental ContTact Rev.06/16
0199 1602�4991.2980.0461 94275
ADDENDUM TO EXHIBIT A
City Services
• City of Round Rock will provide digital design files for development/roadway projects to the
Engineer,as needed.
• City of Round Rock will provide any records available which would assist in the completion ofthe
project development.
• City of Round Rock will provide timely reviews and decisions necessary to maintain the project
work schedule.
ADDENDUM TO EXHIBIT B
Engineering Services
The work to be performed by the ENGINEER under this contract consists of providing
engineering services required for the development of construction plans for the widening and
reconstruction of Gattis School Road from Red Bud Lane to Via Sonoma Trail and along Red
Bud Lane approximately 500' south of Gattis School Road.The project consists of
reconstructing approximately 0.65 miles of the existing 4-lane roadway section to a 6-lane
divided facility and adding a right turn lane on Red Bud Lane. This project involves surveying,
engineering analyses,and associated details necessary to produce PS&E to a 100%design,
including bidding&award services,and construction phase support.
The ENGINEER shall perform all work and prepare all deliverables in accordance with the latest
version of the City of Round Rock criteria.
The ENGINEER shall perform quality control and quality assurance(QA/QC)on all deliverables
associated with this project.
The ENGINEER shall provide traffic control in accordance with the Texas Manual on Uniform
Traffic Control Devices(TMUTCD)when performing onsite activities associated with this
contract.
RIGHT OF WAY DATA (Function Code 130)
1. Utility Coordination (Halff Associates,Inc.)
A. The Engineer shall perform all Subsurface Utility Engineering(SUE), Utility
Coordination,and Utility Engineering services for approximately twelve(12)utilities
as listed below:
Underground
• AT&T—Telephone
• AT&T—Fiber Optic Cable
• Grande Communications—Fiber Optic Cable
• Round Rock ISD—Fiber Optic Cable
• City of Round Rock—Water
• City of Round Rock—Wastewater
• City of Round Rock—Lighting/traffic signal
• Time Warner Cable—Cable TV
• Atmos Energy—Gas
• Oncor Electric Delivery—Electric
• Manville WSC—Water
• Windermere Utility Co.—Wastewater
* Zayo
B. The work to be performed by the Engineer under this contract shall consist of
providing engineering services required for SUE,Utility Coordination and Utility
Engineering on the Gattis School Road Project. The existing utility file will be
Sheet i of 5
referenced into the current roadway design sheets to create a test hole location work
plan.A sketch of the area to be included for the proposed test hole locations"Level
A"will be provided prior to the start of the work and must be approved by the City of
Round Rock.
C. These services include SUE,utility adjustment coordination activities including but
not limited to,meeting and contact with utilities on the project, initial project
notifications,preparation of existing utility layouts,providing progress reports,
preparation of contact lists,reviewing conflicts between the utilities and the proposed
project,and creation of a utility conflict list.The above list of services is general in
nature and should not be considered inclusive to the engineer's responsibilities,as
listed in the following scope.
D. Subsurface Utility Engineering(SUE) including utility investigations subsurface
and above ground prepared in accordance with AASHTO standards[ASCE C-1 38-
02] and Utility Quality Levels as follows.
i. Utility Quality Levels are defined in cumulative order(least to greatest)as follows:
a. Quality Level D - Existing Records: Utilities are plotted from review of
available existing records.
b. Quality Level C - Surface Visible Feature Survey: Quality level "D"
information from existing records is combined with surveyed surface-
visible features (performed by surveyor). Includes Quality Level D
information. If there are variances in the designated work area of Level D
then a new schematic or plan layout, if needed, is required showing the
limits of the proposed project and limits of the work area required for this
work authorization; including highway stations, limits within existing or
proposed right of way,additional areas outside the proposed right of way,
and distances or areas to be included down existing intersecting roadways.
C. Quality Level B -Designate:Two-dimensional horizontal mapping.This
information is obtained through the application and interpretation of
appropriate non-destructive surface geophysical methods. Incorporates
quality levels C and D information to produce Quality Level B. If there are
variances in the designated work area of Level D then a new schematic or
plan layout,if needed,is required showing the limits of the proposed project
and limits of the work area required for this work authorization;including
highway stations,limits within existing or proposed right of way,additional
areas outside the proposed right of way, and distances or areas to be
included down existing intersecting roadways.
d. Quality Level A - Locate (Test Hole): Three-dimensional mapping and
other characterization data.This information is obtained through exposing
utility facilities through test holes. Actual locations are tied to survey
control (performed by surveyor). Incorporates quality levels B, C and D
information to produce Quality Level A.
ii. Designate(Quality Level B),Designate means to indicate the horizontal location of
underground utilities by the application and interpretation of appropriate non-
destructive surface geophysical techniques.Designate(Quality Level B)Services are
inclusive of Quality levels C and D.
Sheet 2 of 5
The UC shall:
a. As requested by the City,compile"As Built"information from plans,plats
and other location data as provided by the utility owners.
b. Coordinate with utility owner when utility owner's policy is to designate
their own facilities at no cost for preliminary survey purposes.The Engineer
shall examine utility owner's work to ensure accuracy and completeness.
C. Designate, record and mark the horizontal location of the existing utility
facilities using non-destructive surface geophysical techniques.No storm
sewer facilities are to be designated.A non-water base paint,utilizing the
American Public Works Association(APWA)color code scheme,must be
used on all surface markings of underground utilities
d. Correlate utility owner records with designating data and resolve
discrepancies using professional judgment.A color-coded composite utility
facility plan with utility owner names, quality levels, line sizes and
subsurface utility locate (test hole) locations, if applicable shall be
submitted.It is understood that the line sizes of designated utility facilities
detailed on the deliverable are from the best available records and that an
actual line size is normally determined from a test hole vacuum excavation.
A note must be placed on the designate deliverable that states "lines sizes
are from best available records".All above ground appurtenance locations
must be included in the deliverable.This information shall be provided in
AutoCadd Civil 3D format.The electronic file shall be delivered on CD. A
hard copy is required and must be sealed and dated by Halff.
e. Clearly identify all utilities that were discovered from quality levels C and
D investigation but cannot be depicted in quality level B standards.These
utilities must have a unique line style and symbology in the designate
(Quality Level B)deliverable.
iii. Subsurface Utility Locate (Test Hole) Service (Quality Level A) (Up to 4 Test
Holes),Locate means to obtain precise horizontal and vertical position,material type,
condition,size and other data that may be obtainable about the utility facility and its
surrounding environment through exposure by non-destructive excavation
techniques that ensures the integrity of the utility facility.Subsurface Utility Locate
(Test Hole)Services(Quality Level A)are inclusive of Quality Levels B,C,and D.
The Engineer shall:
a. Review requested test hole locations and advise the City of Round Rock in
the development of an appropriate locate(test hole)work plan relative to
the existing utility infrastructure and proposed highway design elements.
b. Coordinate with utility owner inspectors as may be required by law or
utility owner policy.
C. Neatly cut and remove existing pavement material,such that the cut not to
exceed 0.10 square meters(1.076 square feet)unless unusual circumstances
exist.
d. Measure and record the following data on an appropriately formatted test
hole data sheet that has been sealed and dated by the Engineer:
i. Elevation of top and/or bottom of utility tied to the datum of the
furnished plan.(Provided by surveyor)
Sheet 3 of 5
ii. Identify a minimum of two benchmarks utilized.Elevations shall be
within an accuracy of 15mm (.591 inches) of utilized benchmarks.
(Provided by surveyor)
iii. Elevation of existing grade over utility at test hole location.(Provided
by surveyor)
iv. Horizontal location referenced to project coordinate datum.(Provided
by surveyor)
V. Outside diameter of pipe or width of duct banks and configuration of
non-encased multi-conduit systems.
vi. Utility facility material(s).
vii. Utility facility condition.
viii. Pavement thickness and type.
ix. Coating/Wrapping information and condition.
X. Unusual circumstances or field conditions.
e. Excavate test holes in such a manner as to prevent any damage to
wrappings,coatings,cathodic protection or other protective coverings and
features.
f. Be responsible for any damage to the utility during the locating process.In
the event of damage,the Engineer shall stop work,notify the appropriate
utility facility owner, City of Round Rock, and appropriate regulatory
agencies.The regulatory agencies include but are not limited to the Railroad
Commission of Texas and the Texas Commission on Environmental
Quality.The Engineer will not resume work until the utility facility owner
has determined the corrective action to be taken. The Engineer shall be
liable for costs involved in the repair or replacement ofthe utility facility.
g. Back fill excavations with appropriate material, compact backfill by
mechanical means, and restore pavement and surface material. The
Engineer shall be responsible for the integrity of the backfill and surface
restoration for a period of three years. Install a marker ribbon throughout
the backfill.
h. Furnish and install a permanent above ground marker directly above center
line of the utility facility.
i. Provide complete restoration of work site and landscape to equal or better
condition than before excavation. If a work site and landscape is not
appropriately restored,the Engineer shall return to correct the condition at
no extra charge to the City of Round Rock.
j. Plot utility location position information to scale.
E. Utility Adiustment Coordination including utility coordination meetings with
individual utility companies,and communication and coordination with utilities.
i. The Utility Coordinator shall perform utility coordination and liaison activities
with involved utility owners,their consultants, and the City of Round Rock to
achieve timely project notifications, formal coordination meetings, conflict
analysis and resolution.
a. The Utility Coordinator shall coordinate all activities with the City of
Sheet 4 of 5
Round Rock,or their designee,to facilitate the orderly progress and timely
completion of the design phase. The Utility Coordinator will be
responsible for the following:
b. The Utility Coordinator shall provide initial project notification letters to
all affected utility companies, owners, and other concerned parties, if
needed.
C. The Utility Coordinator shall provide the City of Round Rock and all
affected utility companies and owners a Utility Contact List for each project
with all information such as: (a) Owner's Name; (b) Contact Person; (c)
Telephone Numbers; (d) Emergency Contact Number; (e) E-mail
addresses; (f) as well as all pertinent information concerning their
respective affected utilities and facilities,including but not limited to: size,
number of poles,material,and other information which readily identifies
the utilities companies'facilities.
d. The Utility Coordinator shall advise utility companies and owners of the
general characteristics of the Project and provide an illustration of the
project footprint for mark-up of the utility facility locations that occupy
the project area.
e. The Utility Coordinator shall coordinate which utilities will conflict with
roadway construction and make the utility company aware of these
conflicts.
f. The Utility Coordinator shall respond to request for information(RFI)'s
as needed during the utility construction phase.
g. The Utility Coordinator shall monitor the utility adjustments on a
monthly basis and provide regular status updates.
F. Utility Engineering The Engineer will provide engineering services required for the
development of construction plans of Two 4-inch conduits for future fiber optic cable
installation with pull boxes approximately every 500 feet.
Conduit plans will be developed along Gattis School Road beginning at Via Sonoma
Trail and ending at Red Bud Lane. The conduit plans will include lateral conduit
connections between the conduit backbone and pull boxes located traffic signal
cabinets. Lateral conduit connections to the traffic signal cabinets will utilize existing
crossing locations already designed for proposed traffic signals at the following Gattis
School Road cross streets:
i. Via Sonoma Trail
ii. Lake Forest Drive
iii. High County Boulevard
iv. Red Bud Lane
Sheet 5 of 5
ADDENDUM TO EXHIBIT C
Work Schedule
DATE MILESTONE
March 8—June 30,2021 Coordinate with Utilities
April 2022 Letting(TxDOT)
June 2022 Award Construction Contract-NTP Construction
June 2022-March 2023 Construction Phase Services
ADDENDUM TO EXHIBIT D
Fee Schedule
Attached Behind This Page
PROJECT NAME: GATTIS SCHOOL RD EXHIBIT D-1-FEE SCHEDULE
FROM RED BUD LN TO VIA SONOMA TRL
FC DESCRIPTION BGE Halff Inland TOTAL
FC 110 ROUTE AND DESIGN STUDIES $0.00 $0.00
FC 120 ENVIRONMENTAL $0.00 $0.00
FC 130 ROW $0.00 $53,535.00 $53,535.00
FC 145 IGENERAL MANAGEMENT/COORDINATION $0.00 $0.00
FC 150 FIELD SURVEYING AND PHOTOGRAMMETRY $0.00 $3,208.00 $3,208.00
FC 160 ROADWAY DESIGN CONTROLS $10,170.00 $10,170.00
FC 161 DRAINAGE $0.00 $0.00
FC 162 SIGNING,PAVEMENT MARKINGS,AND SIGNALIZATION $0.00
FC 163 MISCELLANEOUS ROADWAY $9,122.00 $9,122.00
FC 170 BID PHASE SERVICES $0.00 $0.00
FC 309 CONSTRUCTION PHASE SUPPORT SERVICES $12,355.00 $12,355.00
EXPENSES $0.00 $0.00
TOTAL $31,647.00 $53,535.00 $3,208.00 $88,390.00
BROWN GAY ENGINEERS,INC, EXHIBIT 0-1-FEE SCHEDULE
PROJECT NAME: GATTIS SCHOOL RD
FROM RED BUD LN TO VIA SONOMA TRL
TASK DESCRIPTION Senior Project Project EIT Senior Senior Senior ENV Admini Total TOTAL LABOR
Proect k4gr Mana er Engineer En ineer Tech CARD Op ENV Scientist Clerical HRS.&COSTS
FC 110 ROUTE AND DESIGN STUDIES 0 $0.00
Data collection $0,00
Review of data $000
Complete design summary form WOO
Route studies 1 $0.00
CAMPO AEplication Assistance 0 0 1 0 0 10 00 $0.00
FC:120 ENVIRONMENTAL.COMPLIANCE AND PUBLIC INVOLVEMENT 5 $0.00
1.Data Collection and Environmental Constraints Mapping 0 $0.00
2.TxDOT Environmental Scopin2 Documentation 0 $0.00
3.Archeological Background Study Technical Report 0 $0.00
4.Historic Structures Project Coordination Request Form I 0 $0.00
5.Water Resources Technical Report. 0 $0.00
6.Biological Evaluation and Tier 1 Form 0 $0.00
7.Hazardous Materials Initial Site Assessment 0 $0.00
B.Traffic Noise Anal 's 1 0 $0.00
Coordination with TxDOT on ENV 0 $0.00
Public involvement
General public outreach 0 $0.00
Public 0 sloo
I on 1 meetings with key stakeholders 0 $0.00
Community meelin2svith HOAs 0 $0.00
FG 130 RIGHT OF WAY DATA 0 $0.00
Lffifity coordination 0 $0.00
FC 145 PROJECT MANAGEMENT $0.00
Meetings 0 50.00
General contract administration 1 0 $0,00
LGPP Checklist i 0 $G.00
FG 160; ROADWAY DESIGN CONTROLS $10,170.00
Final Design Development
Geometric design 0 Sam
Revisions to Agnment(at project limits) 1 0 $0.00
Design cross sections(util conflict) 0 $0.00
100%PS&E
Typical Sections 1 0 $0,00
Plan&Profile Drawings 1 1 0 $0.00
Alignment Data Sheets 0 50.00
Earthwork Quantities 0 $0.00
Identify potential utility conflictsladjustments 2 10 10 30 31) 82 $10.170,00
FC161 -DIRAINAGE-
.00
External storm water hydrology(eyJprop) 0 $0.00
Internal storm water hydrology(e)dprop) 50.00
HEC-RAS designs for all cross drainage(exlprop) 0 30.00
Hydraulic Data Sheets 0 $0.00
Culvert Layout P&P Sheets 0 $0.00
Geopak Drain22e,des!g2 for pro sed storm sewer(exJprop) 0 50.00
Storm Sewer P&P Sheets 0 $0.00
Hydraulic Data Sheets-SS 0 $0,00
lderrti!L(potential utility coriffictsfadjus!ments 0 50.00
Detention Desi gn9 $0,00
Coordinate design%vith the CoRR staff , $0,00
BROWN GAY ENGINEERS,INC. EXHIBIT D-1-FEE SCHEDULE
PROJECT NAME: GATTI$SCHOOL RD
FROM RED BUD LN TO VIA SONOMA TRL
TASK DESCRIPTION Senior Project Project EITSenior Senior Senior ENV Admiral TOTAL LABOR
Project Mgr Manager Engineer En neer Tech CADD Op I ENV Scientist Clerical HRS,&COSTS
FC 162 SIGNING PAVEMENT MARKINGS,AND SIGNALI2ATION $0.00
Si n n 5 Pavement Markinas rlan sheets and details 0 $0.00
Proposed Traffic Signal layouts and details 0 $0.00
Quantity Summary sheets 0 $0.03
FC 163 MISCELLANEOUS ROADWAY - $9,122.00
Traffic control plans(TCP-Construction IYarra4tvelP ased Construction -_ 0 $0.00
Traffic controlfans(TCP-Phased La^outs 0 $0.00
Traffic control plans(TCP)-Cross Sections 0 $0.00
Traffic control plans(TCP)-Temp Signal analysis 0 $0.03
Title SheetlPro`act La out/Misc DrawNs 0 $0.00
Cost estimates 0 50.00
Illumination Photometric Stud (Modeled in AGI 32) 0 $0.00
Illumination Layout Roll Plot sol light intensity measurements 0 $0.00
Illumination Circuit Design,Layouts,and Details 0 $0.00
Plan Chan e Coordination for ITS Conduit 2 6 6 30 10 54 $7.572.00
S eCifcation Development 1 2 10 13 $1.550.00
FC 170` BID PHASE SERVICES $0.00
Pro ect Manual Deuela anent 0 $0.00
Pre-bid Meeting Attendance 0 $0.00
Respond to Bidders'Questions 0 $0.00
Bid tabulations&Award 0 $0.00
FC 309 SNSTRUCMN PHASESUPPORT SERVICES $12,366.00
Pre-Construction Meetrnq Attendance _ 0 ....$0.00
Site Visits(8 cal 0 50.00
Shop Drawn s/Submittais Review(16 ea) 0 $0.00
Change Orders review and processing Red Bud) 5 15 15 35 30 100312.35x.00
Respond to Contractor Questions(RFIs)(10 ea) 0 50.00
Project Walk-Thru/Close-out -
0 $0.00
HOURS SUR-TOTALS 9 32 33 105 30 30 10 0 0 1 249 249
ACT RATE PER HOUR $225.00 5174,00 5138,00 $110.00 $110.00 $90.00 $195.00 $130.00 $69.00
--CONTRACT
LABOR COSTS $2.025.00 $5,568.00 54,554.00 511.550.00 53,30000 52,700,00 1 $1,950.00 $0.00 $0.00 1 $31,647.00
1
SUBTOTAL I 1 1 $31.547.00
TOTAL TOTAL Senior Project Project Senior Senior Senior ENV Admin/
FUNCTION CODES TOTAL COSTS DIRECT LABOR Project Manager Engineer EIT Engineer CARD ENV Scientist Clerical TOTAL MH BY FC
EXPENSE COSTS Manager Tech Operator
$31.547.00 $0.00 $31.547.00 9 32 33 105 30 30 10 0 0 1 249 249
O
SUBTOTAL LABOR HOURS 9 32 33 105 30 30 10 0 0 1 249 249
SUBTOTAL LABOR EXPE NSE:S 1 $31,647.00 1 $0,00 1 $31,647.00 3.6% 12,13 13.3% 1 42.2% 1 12,01A 1 12.0% 1 C0% 1 0.0% O.0
BROWN GAY ENGINEERS,INC. EXHIBIT D•1-FEE SCHEDULE
PROJECT NAME:GATTIS SCHOOL RD
FROM RED BUD LN TO VIA SONOMA TRL
OTHER DIRECT EXPENSES QUANTITY UNIT RATE
Milea e 0 mile $ 0.56 $0.00
Photocopies BIW 11"X 17" 0 each $ 0.20 $0.00
Photocopies Color 81/2"X 11" 0 each $ 0.75 $0.00
Photocopies Color 11"X 17" 0 each $ 1.25 $0.00
Geosearch naunat 0 each $ 500.00 $5.0D
LAtfge Format PlaW g 0 SF $ 2.25 $0.00
SUBTOTAL DIRECT EXPENSES QO
SUMMARY
TOTAL LABOR COSTS $31.647.00
NON-SALARY OTHER DIRECT EXPENSES $0.00
GRAND TOTAL $31,647.00
HALFF S.ASSOCIATES EXH181T D-FEE SCHEDULE
PROJECT NAME:GATTIS SCHOOL RD
FROM RED BUD IN TO VIA SONOMA TRL
PRINCIPAL PROJECT SR PROJECT DESIGN EIT SENOR UTILITY CADDI SURVEY SURVEY 2 MAN SUE 1 2 MAN 2 OLERICAI TOTAL LABOR
TASK/DESCRIPTION MANAGER ENGINEER ENGINEER ENGINEER UTILITY COORDINATOR GIS WARAGE1 TECH SURVEY FIELD SUE SUE LOCATING /ADMIN MAN- CHARGES
COORDINATOR RPLS CREW WANAGE CREW CREW CREW HOURS
TASK SUBSURFACE UTILITY ENNEE NG(SUE)
SUE FOR CONSTRUCTION PHASE 0 6 12 80 104 $8,990
o
SUBTOTALHOURSICOSTS 0 6 0 6 0 0 0 0 0 0 0 0 12 60 0 0 104 111,
so990
TASK UTILITY ADJUSTMENT COORDINATION
MEETIXMCOORIXNATION 20 20 $3.000
RESPOND TO RFPs 10 10 10 so 8 110 $17,620
SUBTOTAL HOURSICOSTS 0 10 10 10 0 0 0 100 0 0 0 0 0 0 0 S 138 $M S20
TASK 3 UTILITY ENGINEERING
EJUSTINGUTILITY LAYOUTICONFLiCTANALYSIS 10 4 20 34 SS,450
MEETINGS(1 public,up to 12 lndivWual) 0 s0
CONDWDEMGN-TTS 3 4 8 44 54 40 4 _167 WAYS
SUBTOTALHOURSICOSTS 3 14 6 48 0 54 0 20 40 0 0 0 0 0 0 4. 191. $23,925
FEESUMMARY
TASK1 SUBSURFACE UTILITY ENGINEERING(SUE) 0 8 0 8 0 0 0 0 0 0 0 0 12 80 0 0 101 $8,990
TASK UTILITY ADJUSTMENT COORDINATION 0 10 10 10 0 0 0 100 0 0 0 0 0 0 0 8 136 $20,620
TASK UTILITY ENGINEERING 3 14 8 48 0 S4 0 20 40 0 0 0 0 0 0 4 191 123.925
TOTAL HOURS i 3 30 110 64 0 61 D 120 40 0 0 0 12 80 0 12 433
RATES S s225.� 5186.00 1171.00 1110.00 5130.00 1100.00 5170.00 $150.00 $05.00 $175.00 $00.00 $140.00 S115.01) 570.00 $140.00 $240.00 $6SA0
BASE SALARIES A REIMS'S TOTAL 5 $3,550 $3,150 $9,400 s0 400 18 000 00 so1 $6800 SD $760
SUE Level A(EA)
0.00fl to 3.500 s1A00A0 so
Over 3.500 to 10.00 n $1.2som $0
over 10.00 5 to 15.00 0 $1.500.00 s6
Over ism 0 to 20.00 D S1,a00m so
Om 20.000 52,250olo SO
INLAND GEODETICS EXHIBIT D-1-FEE SCHEDULE AGonzales Est.
PROJECT NAME. GATTIS SCHOOL RD
FROM RED BUD LN TO VIA SONOMA TRL
RATE 1 HOUR $138 $160 $183 $42 $136 $132 $118 $98 $98 $5
ROE
SITE VISITS(TASK 2) '
50A -ADMIM MOBILIZE 0 HRS 0 HRS 0 HRS 0 HRS 0 HRS 0 HRS 0 F IRS 0 HRS 0 HRS 0 HRS ` ...
ADDNL FIELD SURVEY
DELIVERABLES . . 777-7771
,..
50.2-FIELD SURVEYING 0 HRS 0 HRS 0 HRS 0 HRS 0 HRS 0 HRS 0 HRS 0 HRS 0 FIRS 0 FIRS
BOUNDARY ANALYSIS
SECONDARY FIELD SURVEY `
ROW ACCT PARCEL PROD
ROW ACO PARCEL REV(1) 5 HRS 8 HRS 10 HRS
ROW MONUMENTATION
50.3_ROW ACO TASKS 0 HRS 5 HRS 0 HRS 0 HRS 8 HRS 10 HRS 0 HRS 0 HRS 0 HRS 0 HRS ._. ,.:.
SUB`=TOTAL 0 HRS 6 HRS 0 FIRS 0 HRS ' 8 FIRS 10 HRS, 0 HRS 0 HRS 0 HRS 0 HRS f ...
REIMBURSEABLE ITEMS
REIMBURSEABLE SERVICES \\ ~
ESTIMATED FEE $0 $800 $0 $0 $1,088 $1.320 $0 $0 $005
Cast Variables: Reimburseable Services Include: Reirnburseable Fees Include:
GPS Receivers $15 $0.00 SUPPLIES $0.00
Vehicle $60 $0.00 TITLES $0.00
ATV $55 $0.00
Total: $0.00 Total: $0.00