R-2022-339 - 10/27/2022 RESOLUTION NO. R-2022-339
WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering
Services ("Contract') with BGE, Inc. for the Red Bud Lane North Project, and
WHEREAS, BGE, Inc. has submitted Supplemental Contract No. 3 to the Contract to modify
the provisions for the scope of services and to increase the compensation, and
WHEREAS, the City Council desires to enter into said Supplemental Contract No. 3 with
BGE, 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 execute on behalf of the City Supplemental
Contract No. 3 to the Contract with BGE, Inc., a copy of same being attached hereto as Exhibit "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 Government Code, as amended.
RESOLVED this 27th day of October, 2022.
CRAIGORG Mayor
City of Round ck, Texas
ATTEST:
EAGAN SP KS, Citf Clerk
011220222',48)6&35635514
EXHIBIT
"A„
STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO.3
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: BGE,INC. ("Engineer")
ADDRESS: 101 West Louis Henna Boulevard,Suite 400,Austin,TX 78728
PROJECT: Red Bud Lane North
This Supplemental Contract No. 3 to Contract for Engineering Services is made by and between
the City of Round Rock, Texas, hereinafter called the "City" and BGE, Inc., hereinafter called
the"Engineer".
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter
called the"Contract,"on the 12th day of September, 2019 for the Red Bud Lane North Project in
the amount of$436,411.52; and
WHEREAS,the City and Engineer executed Supplemental Contract No. 1 on February 25, 2021
to amend the scope of services and to increase the compensation by $689,788.50 to a total of
$1,126,200.02; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 2 on May 26, 2022 to
amend the scope of services and to increase the compensation by $49,912.00 to a total of
$1,176,112.02; 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$128,389.00 to a total of$1,304,501.02;
NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract
is amended as follows:
I.
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.
II.
Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by
$128,389.00 the lump sum amount payable under the Contract for a total of$1,304,501.02, as
shown by the attached Addendum to Exhibit D.
Supplemental Contract Rev.06/16
0199.1947;48554199-0964 84275
1
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
BGE,INC.
By.
Eric Busker, Proiect Manager
09/26/2022
Date
Supplemental Contract Rev.06/16
0199.1947;4855-4199-0964 84275
CITY OF ROUND ROCK APPROVED AS TO FORM:
By•
Craig Morgan,Mayor Stephan L.Sheets, City Attorney
Date
Supplemental Contract Rev.0611 d
0199.1947;4855-4199-0964 84275
3
Red Bud Lane North City of Round Rock
From US 79 to Paloma Lake Blvd Exhibit B
Services to be Provided by the Engineer
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
Red Bud Lane from US 79 to Paloma Lake Blvd and along CR 122 approximately 500' and
along Old Settler's Road approximately 600LF. The project consists of reconstructing
approximately 1.5 miles of the existing 3-lane roadway section to a 4-lane divided facility and
adding a right turn lane on CR 122. This project involves surveying, geotechnical, environmental,
public involvement,engineering analyses,and associated details necessary to produce PS&E to a
100% design.
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 Subsurface Utility Engineering(SUE)Quality Level B
and A,Utility Coordination and Utility Engineering services for approximately
thirteen(13)utilities as listed below on the Redbud Lane Project:
• Grande—Line installed after initial field work performed
B. The work to be performed by the Engineer under this contract shall consist of
providing engineering services required for SUE Quality Level B and A,Utility
Coordination and Utility Engineering on the Redbud Lane Project.
C. Initiate one-call(811)and coordinate with utility companies. Halff will initiate utility
companies to mark their lines. Markings will be surveyed by Inland Geodetics.
D. These services include as-needed SUE,utility adjustment coordination, and utility
engineering activities including obtaining record information on existing utilities
from utility owners to identify all known existing public utilities,updating the Quality
level C and D base map depicting the horizontal utility locations,updating and
maintaining a Utility Conflict Matrix(UCM)and Utility Layout identifying potential
known conflicts.
E. 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:
Sheet 1 of 5
Red Bud Lane North City of Round Rock
From US 79 to Paloma Lake Blvd Exhibit B
Services to be Provided by the Engineer
• Quality Level D-Existing Records: Utilities are plotted from review of
available existing records.
• 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.
• 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. (11,000 LF of utilities
estimated)
• 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.(up to thirty two(32)test holes)
F. Utility Adiustment Coordination including one(1)utility coordination meeting
with the City of Round Rock and individual utility companies.
i. The Utility Coordinator shall perform utility coordination and liaison activities
with involved utility owners, their consultants, and the City of Round Rock.
a. The Utility Coordinator shall coordinate all activities with the City of Round Rock,or their
designee,and 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-
Sheet 2 of 5
Red Bud Lane North City of Round Rock
From US 79 to Paloma Lake Blvd Exhibit B
Services to be Provided by the Engineer
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.
G. Utility Engineering including the identification of utility conflicts, coordination,
compliance with City of Round Rock standards,and resolution of utility conflicts.
The Engineer shall coordinate all activities with the City of Round Rock, or their
designee, and will be responsible for the following:
i. Existing Utility Layout:The Engineer shall maintain a utility layout in the latest
version of AutoCAD Civil 3D used by the City of Round Rock. This layout shall
include highlighted existing utilities which are to remain in place or be
abandoned, and adjusted utilities. This layout will be utilized to evaluate
alternatives.The Engineer will utilize the layout of existing utilities as prepared,
if available,and make a determination of the following;
a. Facilities in conflict with the proposed project that are to be relocated.
b. Facilities to be abandoned in place.
C. Facilities to remain in service and in place.
d. The Engineer shall be responsible for determining if there are additional
facilities, not shown in the Subsurface Utility Engineering (SUE)
documents, which require relocation. The Engineer shall coordinate this
information with the City of Round Rock immediately upon discovery.
ii. Meetings with Utility Companies: As required, to facilitate utility conflict
identification and resolution, the Engineer shall:
a. Establish contact with all existing utilities within and adjacent to the
project limits and set up utility coordination meetings to discuss concepts
and options for construction.
b. Prepare and present, in collaboration with the City of Round Rock,
instruction and orientation sessions as required. The instruction shall
introduce the SUE Plans, the proposed utility layout, processes,
demonstrate the technology and facilitate the preparation of work orders,
billings, and contract related documentation as it pertains to utility
adjustment work.
iii. Review of Utility's Proposed Adjustments,the Engineer shall:
a. Evaluate Alternatives: The Utility Engineer shall evaluate alternatives in
the adjustment of utilities balancing the needs of both the City of Round
Rock and the Utility.
b. Review Estimates and Schedules: The Utility Engineer shall 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 standards and
proposed location data. The responsibility for quality and accuracy of
Utility adjustment plans will remain with the Utility Company.
d. Prepare a Signed and Sealed Proposed Utility Layout in the latest version
of Micro Station used by the State that can be overlaid on the base file with
drainage
Sheet 3of5
Red Bud Lane North City of Round Rock
From US 79 to Paloma Lake Blvd Exhibit B
Services to be Provided by the Engineer
H. Deliverables:
i. Two (2)Proposed Utility Layouts(11"x 17")signed and sealed by a Texas
Professional Engineer
ii. Two(2) sets of Test Hole Data Forms(8.5"x I I") signed and sealed by a
Texas Professional Engineer
iii. Utility Contact List
iv. Utility Conflict Matrix/Exhibit
V. Notification Letters
vi. Meeting Minutes for one (1)coordination meeting with the City of Round
Rock and individual utility companies
vii. Meeting Minutes for individual coordination meetings with the utility
companies
viii. AutoCAD Civil 3D electronic project files in US feet(213) format
UTILITIES DESIGN (Function Code 164)
1. Based on the subsurface utility identification and a conflict matrix (by others) identifying
existing water facilities that may be potential conflict with the proposed roadway
improvements within the project's limits of construction.
Water Infrastructure:
• STA 29+18: Relocate approx. 100 if of 16"WL and ARV vent. ARV to remain in place.
• STA 43+28: Relocate approx. 120 if of 8"WL
• STA 48+22: Relocate approx. 1201f of 8"WL
• STA 63+06: Relocate approx. 1101f of 12" WL
• STA 63+06: Relocate approx. 1301f of 8"WL
• STA 79+75 to 83+46: Relocate approx. 371 if of 16"WL, FH, and Valves
BID PHASE SERVICES (Function Code 170)
I. Project Manual Development—Prepare project manual utilizing front-end documents
and specifications provided by City(TxDOT or COA can be used as needed)
including bid items,contract,and special conditions.
J. Provide bidding support services, including assistance with responding to bidder
questions, attend pre-bid meeting, and prepare minutes.
K. Prepare Responses to Bidders' questions.
L. Tabulate,evaluate bids, and make apparent low bidder award recommendation
CONSTRUCTION PHASE SUPPORT SERVICES (Function Code 309)
A. Engineer shall provide construction support services, including assistance with
responding to contractor questions,attend pre-construction meeting, and prepare
minutes.
B. Assist City with Shop Drawing and material review and approval (assume 16
Sheet 4 of 5
Red Bud Lane North City of Round Rock
From US 79 to Paloma Lake Blvd Exhibit B
Services to be Provided by the Engineer
submittals)
C. Assist City with preparation of Change Orders,Alternate Design or Additional
Design Details
D. Respond to Questions related to the Plans -The Engineer shall be available to
respond to questions related to the plans and specifications as needed throughout the
duration of the construction. The Engineer will document each question in sufficient
detail, formulate a response and submit a written version of the response to the City
for distribution to all involved parties. Estimate assumes no more than ten(10)
Requests for Information.
E. The Engineer representative to attend site visits as needed at the request of the City,
estimated at eight(8) site visits, not included are visits to resolve E&O issues.
F. The Engineer shall not at any time supervise, direct,control, or have authority over
any contractor's work, nor shall Engineer have authority over or be responsible for
the means,methods, techniques, sequences, or procedures of construction selected or
used by any contractor,or the safety precautions and programs incident thereto, for
security or safety at the construction site,nor for any failure of a contractor to comply
with Laws and Regulations applicable to such contractor's furnishing and performing
of his work. The Engineer will not bear any responsibility or liability for defects or
deficiencies of the contractor.
Sheet 5 of 5
ADDENDUM TO EXHIBIT C
Work Schedule
Attached Behind This Page
Red Bud North EXHIBIT C-3
Work Schedule
ID Task Name Duration Stan Finish 2022 12023 2024 2025
F I M A I M I l I J I A S i 0 i N D F M I A I M I J I 1 A I S IQ I N I�F I M I A I M I J I J I A I S LQ I N I D JI F M
1 Red Bud North Project Schedule 587 days Tue 9/6/22 Wed 12/4/24
2 Supplemental WA#2 Execution 0 days Tue 9/6/22 Tue 9/6/22 916 p Supplemental WA#2 Execution
3 Bid Phase Services 67 days Tue 9/6/22 Wed 12/7/22
4 Advertisement 15 days Thu 10/20/22 Wed 11/9/22 10=
5 Bid Opening 0 days Wed 11/9/22 Wed 11/9/22 11/9 4�'-Bid Opening
6 Contract Award 0 days Wed 12/7/22 Wed 12/7/22 12/7"r* Contract Award
7 Construction Phase Services 520 days Thu 12/8/22 Wed 12/4/24 � s � -- ---- -
Page 1 Exhibit C-3
ADDENDUM TO EXHIBIT D
Fee Schedule
Attached Behind This Page
PROJECT NAME: RED BUD NORTH EXHIBIT D-FEE SCHEDULE
FROM US 79 TO CR 117
FC DESCRIPTION BGE Halff Inland TOTAL
FC 120 ENVIRONMENTAL $ - $ - $ - $ -
FC 130 ROW $ - $ - $ 7,870.00 $ 7,870.00
UTILITY COORDINATION $ - $ 14,775.00 $ - $ 14,775.00
FC 145 GENERAL MANAGEMENT/COORDINATION $ - $ - $ - $ -
FC 150 FIELD SURVEYING $ - $ - $ - $ -
FC 160 ROADWAY DESIGN CONTROLS $ - $ - $ - $ -
FC 161 DRAINAGE $ - $ - $ - $ -
FC162 SIGNING, PAVEMENT MARKINGS AND SIGNALIZATION $ - $ - $ - $ -
FC 163 MISCELLANEOUS ROADWAY $ - $ - $ - $ -
FC 164 UTILITIES DESIGN $ 44,754.00 $ - $ - $ 44,754.00
FC 170 BID PHASE SERVICES $ 22,648.00 $ - $ - $ 22,648.00
FC 309 CONSTRUCTION PHASE SUPPORT SERVICES $ 38,342.00 $ - $ - $ 38,342.00
EXPENSES $0.00 $ - $ - $ -
TOTAL $105,744.00 $14,775.00 1 $7,870.001 $128,389.00
BGE,INC. EXHIBIT 0-3-FEE SCHEDULE
PROJECT NAME:RED BUD NORTH
FROM US 79 TO CR 117
TASK DESCRIPTION Senior Project Project OC EIT Senior Senior Senior ENV Admin/ Total TOTAL LABOR
Pro Mgr Manager Engineer Manager Enginm Tech CADD Op ENV Socntist Cfoncal HRS.&COSTS
FC 120 ENVIRONMENTAL COMPLIANCE AND PUBLIC INVOLVEMENT 0 $0.00
0 $0.00
FC 130 ROWIDEKT<FICATION 311100
0 $0.00
FC 145 0
am
0 s0.00
FC 160 BOUNDARY SURVEY REVIEW SOHO
0 $0.00
FC 160 ROADWAY DESIGN CONTROLS 0 $O OO
0 SO.00
FC 161 DRAINAGES 0
0 $0.00
FC 102 SIGIIINQ PAVEMENT MARKINGS AND SIGNALIVATNIN 0 $o"
0 $0.00
FC 163 MRISCELLANEOU8(ROADWAY) 0
0 $0.00
UTILITIES;DESIGN 332 JATUM
Planning and Coordination with the City 10 8 18 $3,354.00
Overall Plan 1 Sheet 3 6 9 $1.074.00
Demo Plan 1 Sheet 3 14 17 $1.954.00
FC 164 Valve Isolation Plan 1 Sheet 5 8 12 25 $3.549.00
Overall sheet view 1 sheet 2 6 8 $936.00
P&P for Crossings 5 sheets 15 30 120 165 20,715.00
P&P 79+75 to 83+46 1 Sheat 4 12 20 36 54.756.00
Standard Utili Details(4 Sheets 4 12 1 24 40 $5.196.00
CA/OC 1 14 1 1 14 $3,220.00
BID PHASE SERVICES 170 848.00
Project Manual Development 4 8 1 8 1 1 40 1 4 1 64 $8.072.00
FC 170 Pre-bid mooring Attendance 2 2 2 6 $936.00
Respond to Bidders'Questions 4 12 32 40 88 $11.804.00
Bid Tabulation&Award 2 4 4 2 12 $1,836.00
CONSTRUCTION PHASE SUPPORT SERVICES 240
Pre-construction Meeting Attendance 2 2 2 2 8 $1,156,00
Site visits 8 ea 16 16 16 48 $8,144.00
FC 309 Shop Drawings/Submittals Review 16 ea 4 16 12 16 48 57,100.00
Change Orders Review and Processi 8 8 18 8 8 2 52 $8,534.00
Respond to Contractor Questions(RFIs)(10 ea 8 12 18 10 6 2 58 $9,690.00
P ect Walk-ThrulClose-oul 4 4 8 8 2 26 $3.718.00
HOURS SUB-TOTALS 1 1 82 84 170 32 138 202 0 0 0 16 742
CONTRACT RATE PER HOUR $225.00 $174.00 $138.00 5230.00 $
110.00 5110.00i $90.00 5220.00 5135.00 589.00
TOTAL LABOR COSTS 518.450.00 $14,616.00 523.460.00 $7,360.00 $15.180.00 $22.220.00 $0.00 $0.00 50.00 51.104.00 $
102,390.00 $105.744.00
SUBTOTAL $10317"00
FUNCTION CODE TOTAL Serior Project Project OC Senior Senior Senior ENV Admin/
TOTAL COSTS DIRECT TOTAL LABOR COSTS Project Manager Engineer Manger EIT Engineer CADD ENV Scientist Clerical TOTAL MRH BY FC
EXPENSE Manaw I I I I Tech Operator
BGE $105.744.00 SO.00 5105,744.00 82 84 170 32 138 202 0 0 0 16 724 724
SUBTOTAL LABOR HOURS 82 84 170 32 138 202 0 0 0 16 724
OTHER DIRECT EXPENSES QUANTITY UNIT RATE TOTAL
MAeage mie $ 0.56 $0.00
GPS rental da $ 45.00 $0.00
GeoSearch Radius Report each $ 250.00 50.00
Photoco' 11'x17' each $ 0.10 $0.00
Photocopies B/W I V X 1T each S 0.20 50.00
Pootcicopias Calor B 1rrX 11• each S 0.75 $0.00
lPhotocopies Color 11'X 17' each 1.25 50.00
11-aroo Format Plotting SF 1S 2.251 $0.00
SUBTOTAL DIRECT EXPENSES I I I 7W
SUMMARY
TOTAL LABOR COSTS $105,744.00
NON-SALARY OTHER DIRECT EXPENSES $0.00
GRAND TOTAL $103,744.00
HALFF ASSOCIATES EXHIBIT D-FEE SCHEDULE
PROJECT NAME:REO BUD NORTH
FROM US 79 TO CR 117
UTILITYSR U LITY CADD I SRSURVEY SURVEY 2 MAN SUE 1 CT ADMIN TOTAL LABOR
T A S K I D E S C R I P T I O N MANAGER ENGINEER COORDINATOR GIS MANAGER TECH SURVEY CREW SUE SUE ADMIN ASSISTANT MAN- CHARGES
TECH RPLS CREW MANAGER CREW CREW SPECIALIST HOURS
TASK 1 SUBSURFACE UTILITY ENGINEERING(SUE)
SUE LEVEL A(Up to 20 teat holes)($1,2501hole) 0
SUE LEVEL B(10,000 If estimated) 2 4 2 4 12 $ 1,650.00
SUBTOTAL HOURSICOSTS 0 0 0 2 0 4 0 2 0 4 0 0 12 S 1.650.00
TASK 2 UTILITY ADJUSTMENT COORDINATION/ENGINEERING
COORDINATION OF ENGINEERING ACTIVITIES 80 5 85 $ 13,125.00
MEETINGS 11 public A 2 Individual with each utility) 0 $
REVIEW PROPOSED ADJUSTMENTSICOORDINATE COMPLIANCE 0 $
0 $ -
SUBTOTAL HOURSICOSTS O 0 80 0 0 0 0 0 0 0J$85.00
5 85 13 125.00
FEE SUMMARY
TASK 1 SUBSURFACE UTILITY ENGINEERING(SUE) 12 $ 1,650.00
TASK 2 UTILITY ADJUSTMENT COORDINATIONIENGINEERING 65 $ 13125.00
TOTAL HOURS 0 0 60 2 0 4 0 2 0 45 97
RATES S $215.00 $195.00 $160.00 $95.00 $190.00 $120.00 $170.00 5150.00 $85.00 $170.0065.00
BASE SALARIES 11 REIMB'S TOTAL $0 0 12 800 $19D $0 80 0 $300 $0 680 $325 14 775.00
SERVICE 2CREW 3CREW SCREW IGPS PM RMS SEN TECH TECH LSLS ADMIN DIRECT REC.($15/Univ VEHICLESIEBOIUnNOry) '5($55/Unit/D INDIRECT TOT&
RATE I HOUR $150 WO $100 5120 $100 $135 1 $102 $911 $150 $50 #dun.Ad Hone edUNN gem,8dUnS serve
OBILIIATIOIBADWN $ T S
5 $ $
RECOVER SURVEY CONTROL 5 $ $
ET SECONDARY CONTROL $ S T
E S t
IELD SURVEY FOR TWO $ $ $
SB SEGMENT S $ S
.REO BUD S $ IS
ATAPROCESSING $ $ S
811 COORDINATON S $ $
OHM OHRS OHRS OHRS 0MRS 0MRS 0MRS 0MRS 0MRS 0MRS E OHRs7DAYs ODAYS S 5
PROPERTY RESEARCH S $ $
ROPERTY SCHEMATIC 5 $ $
IELD SURVEY BOUNDARY T $ S
OUNOARY ANALYSIS $ S S
OW RECONSTRUCTION S S T
$ S $
ARCEL ACO PACKAGE DI 8HRS 8HRS SHRS 8HRS 8HRS 8HRS 8HRS 13HRS $ ).8]0.00 $ S 7.810.00
SET MONUMENTS I is $ T
REVIEW S $ 5
OW PRODUCTS 8 HRS OHRS OHRS 8HRS S HRS 8 HRS 8 HRS 8HRS 8 MRS 13 MRS $ 7.870.00 OHRS 0 DAYS 0 DAYS $ S 1,010.00
SUE-TOTAL 8HRS OFFS OHRS 0 HRS 8 HRS 8 HRS I 8HRS 8HRS $HRS 13 MRS $ 7,870.00 TOTAL 0 HRS TOTAL O DAYS TOTAL 0 DAYS S S 7,87D.00
REWBURSEABLE ITEMS S
REWBURSEABLE SERVICES E
ESTIMATED FEE $1,200 $0 $0 $960 peplNf8$1.080 $816 1 5780 Imm#o#1 $710 1 SO $0 SO E 7870.00
$7,870
Cost Variables: Reimburseable Services Include: Reimbus ble Fees Induda.
GPS Receivers $15 $0.00 $0.00
Vehicle $60 $0.00 $0.00
ATV $55 $0.00 SOHO
Total: $0.00 Tdd. $0.00