Contract - Freese and Nichols Inc - 6/8/2023 DocuSign Envelope ID:3F55018C-8650-4CF1-Al DF-8A77661B448C
STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO. 2
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: FREESE AND NICHOLS, INC. ("Engineer")
ADDRESS: 10431 Morado Circle, Suite 300, Bldg. 5,Austin, TX 78759
PROJECT: Chisholm Trail South Improvements(Old Town)
This Supplemental Contract No.2 to Contract for Engineering Services is made by and between
the City of Round Rock, Texas, hereinafter called the "City" and Freese and Nichols, Inc.,
hereinafter called the "Engineer".
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter
called the"Contract",on the 24th day of March,2022 for the Chisholm Trail South Improvements
(Old Town) Project in the amount of$389,055.00; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 1 on October, 14, 2022
to amend the Contract to modify the provisions for the scope of services, work schedule, and fee
schedule; 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 $584,885.00 to a total of$973,940.00;
NOW THEREFORE,premises considered, the City and the Engineer agree that said Contract is
amended as follows:
I.
Article 2, En in�g 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
$584,885.00 the lump sum amount payable under the Contract for a total of$973,940.00,as shown
by the attached Addendum to Exhibit D.
IN WITNESS WHEREOF,the City and the Engineer have executed this Supplemental Contract
in duplicate.
Supplemental Contract Rev.06/16
0199.202204;4862-8091-0180 84275
R-20Z3-17 3
DocuSign Envelope ID:3F55018C-8650-4CF1-Al DF-8A77661 B448C
FREESE AND NICHOLS,INC.
FDoeuSigned by:
By: tiF W
3CB47F.
5/18/2023
Date
Supplemental Contract Rev.06/16
0199.202204;4862-8091-0180 84275
2
DocuSign Envelope ID:3F55018C-8650-4CF1-A1DF-8A7766lB448C
CITY OF ROUND ROCK APPROVED AS TO FORM:
CBy: ��v .<
Craig Mo n, yor Stephanie L. Sandre, City Attorney
3
Date
Supplemental Contract Rev.06/16
0199.202204;4862-8091-0180 84275
3
DocuSign Envelope ID:3F55018C-8650-4CF1-A1 DF-8A77661 B448C
ADDENDUM TO EXHIBIT B
Engineering Services
The CITY OF ROUND ROCK ("CITY") is proposing to develop a 0.44 mi segment of Chisholm Trail Road
between Sam Bass Road and RM 620. The work to be performed under this work authorization by FREESE
AND NICHOLS, INC. ("CONSULTANT") will consist primarily of the preparation of Plans, Specifications, and
Estimate ("PS&E"), the preparation of Bidding Documents, and performing Construction Phase Services.
This work will be based upon the 30% design schematic prepared by the CONSULTANT and approved by the
CITY in January 2023, during the preliminary design phase of the project.
120.1 PUBLIC INVOLVEMENT & OUTREACH
1.The CONSULTANT will prepare for and conduct one(1)public meeting for the project to be held upon approval
by the CITY, including the following:
• The CONSULTANT will provide logistics planning for the public meeting
• The CONSULTANT will prepare meeting notices and meeting materials including flyers, handouts,
agendas, name tags, sign-in sheets, comment cards, meeting exhibits and talking points as
necessary. One (1) round of comments/revisions will be completed on all public meeting materials.
• The CONSULTANT will arrange meetings with the CITY prior to the public meeting to review all
exhibits and other materials
• The CONSULTANT will provide staff to attend the public meeting including public engagement and
engineering staff to facilitate the meeting, present meeting materials, and answer questions
• The CONSULTANT will compile and prepare a public meeting summary report for the meeting
• The CONSULTANT will compile and prepare responses to comments at the public meeting
2. The CONSULTANT will perform outreach to directly impacted stakeholders prior to the commencement of
project construction to provide information of impending disruptions. Outreach may include phone calls, emails,
door-to-door visits, and individual meetings as needed. One half (1/2) day of visits is assumed and three (3)
individual meetings are assumed for budgeting purposes.
3. The CONSULTANT will develop and distribute construction-related materials including flyers, postcards, email
updates, media releases, social media posts, detour maps, and signage as needed during construction. Three
(3) rounds of updates and/or materials are assumed.
4. The CONSULTANT will develop updates for the project webpage, to be hosted on the City's website, to share
information on the project such as major milestones and long-term traffic impacts/detours. The content shall be
approved by the CITY and the CITY will be responsible for posting updates on the webpage. Three (3) updates
are assumed.
5. The CONSULTANT will maintain and update the project database of people, agencies and organizations
interested in the project. The list will include emails and other contact information as available.
6. The CONSULTANT will respond to stakeholder comments and inquiries as needed prior to and during
construction.
7. Project Management &Administration (20 months assumed)
• Prepare monthly invoices and progress reports
• Attend team coordination meetings and construction meetings
Deliverables:
• Public meeting materials and report
Page 1 of 11
DocuSign Envelope ID:3F55018C-8650-4CF1-A1DF-8A77661B448C
• Project webpage content
• Stakeholder database
120.2 ENVIRONMENTAL SERVICES
1. The CONSULTANT shall perform tasks related to compliance with Edwards Aquifer Protection Program
(EAPP), which is regulated by TCEQ and related to Section 401 Water Quality Certification. Compliance with
the EAPP is required for projects occurring in the Edwards Aquifer Recharge, Contributing, or Transition Zone.
The Engineer will do the following:
• Submit Water Pollution Abatement Plan (WPAP) Exception Request
Assumptions: No permit application would be submitted under this SOW besides the WPAP Exception Request.
No pedestrian surveys or intensive cultural resource surveys are included in this SOW and assumes any
necessary cultural resource investigations would occur if the THC requires one (and those efforts would require
a scope amendment). No presence/absence surveys for federal ly-listed species are included in this SOW.
Deliverables:
• WPAP Exception Request documenting the temporary best management practices (BMPs) adopted
to reduce potential pollutants entering the Edwards Aquifer during construction.
• Geologic Assessment, per EAPP requirements
130.0 UTILITY COORDINATION & SUBSURFACE UTILITY ENGINEERING (SUE) SERVICES
1. Utility Coordination Services will include the following:
• The CONSULTANT will attend monthly utility coordination meeting with the CITY and utility owners
during design. For the purpose of scoping, ten (10) months of one (1) hour Virtual meetings with (1)
attendee is assumed. The CONSULTANT will coordinate with the utility owners to determine scope
of utility relocations and minimize utility conflicts through design where reasonable and adequate
information is provided.
• The CONSULTANT will prepare and update a Utility Conflict Matrix (UCM) for the 60% and 90%
design submittals. The UCM will include potential conflicts with existing utilities and the proposed
project design.
2. SUE Services will include the following:
• The CONSULTANT will collect ten (10) QL "A" SUE test holes to verify conflicts between proposed
roadway and drainage improvements and existing wastewater utility. To layout the test holes, the
CONSULTANT will attempt to designate the target utility ten (10)feet either side of the test hole. The
CONSULTANT will survey the test holes and incorporate into the plan set.
• The CONSULTANT will utilize non-destructive vacuum excavation equipment to excavate test holes
at the requested locations. The CONSULTANT will make a reasonable attempt to designate unknown
utilities identified during field work; however, no guarantee is made that all unknown utilities will be
designated. Utilities will be marked and labeled to distinguish type and ownership. Field data depicting
the designated utilities, as well as relevant surface features, will be produced to ensure accuracy and
completeness of subsequent survey data. The CONSULTANT will review the collected survey data,
field data, and utility records for accuracy and completeness. Once each utility is located, the
CONSULTANT will record the size, type, material, and depth. Test holes will be uniquely marked.
Excavations will be backfilled by mechanical means with the appropriate material, and the original
surface will be restored. If necessary, the CONSULTANT 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. The CONSULTANT assumes that flowable fill
Page 2 of 11
DocuSign Envelope ID:3F55018C-8650-4CF1-A1 DF-8A77661 B448C
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. Due to the risk of damage, the CONSULTANT 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.
• The CONSULTANT has made the following assumptions with regard to the test holes on this project:
o All test holes will be accessible to truck-mounted vacuum excavation equipment.
o Right-Of-Way (ROW) permits from the CITY will be required.
o The CONSULTANT will obtain all required CITY permits and ensure that coordination and
compliance with the CITY is provided.
o Designed traffic control plans will not be required.
o Non-routine traffic control measures will be required. The CONSULTANT will acquire the
services of a qualified Maintenance-Of-Traffic(MOT)Subcontractor and ensure that adequate
traffic control is provided.
o The coring of pavement will be required.
Deliverables:
• A utility file in CAD format depicting all designated and located utilities.
• A summary sheet of all test hole coordinate data and depth information.
145.0 PROJECT MANAGEMENT
1. Project Administration Services will include the following:
• The CONSULTANT will submit to the CITY its invoices of services completed and compensation due,
arranged by task.
• Each month, and included with the submission of each invoice, the CONSULTANT will submit a
monthly report of the status of work performed through the end of the previous month. The
CONSULTANT will summarize decisions or agreements made, and will outline unresolved or pending
issues requiring the CITY'S involvement or decision;
2. Project Coordination Services will include the following:
• The CONSULTANT will meet with the CITY as needed. For the purpose of scoping, a maximum of
two (2) hour virtual meetings, including agenda and meeting minute prep, are assumed for eleven
(11) months with three (3) attendees. (Coordination meetings included under Project Administration
and Coordination Services include design and bid phases only. Coordination meetings conducted
during Construction Phase Services are included with Construction Phase Services.) The
CONSULTANT will prepare and distribute meeting agendas twenty-four (24) hours before the
meeting. The CONSULTANT will prepare and distribute meeting minutes within three (3) business
days of each meeting.
• The CONSULTANT will attend Comment Resolution Meetings after the 60% and 90% submittals to
discuss review comments. For the purpose of scoping, a maximum of two (2)three (3) hour in-person
meetings, including travel time and agenda and meeting minute prep, are assumed with three (3)
attendees. The CONSULTANT will respond in writing to reviewer comments for each submittal.
Responses will include explanations for any items in disagreement. The CONSULTANT will prepare
and distribute meeting minutes within three (3) business days of each meeting.
3. Quality Assurance/Quality Control (QA/QC) Services will include the following:
• The CONSULTANT will perform QA/QC measures at each milestone deliverable, including 60%,
90%, and 100% submittals.
Page 3 of 11
DocuSign Envelope ID:3F55018C-8650-4CF1-A1DF-8A77661B448C
• The CONSULTANT will provide QA/QC markups with each milestone deliverable package.
Deliverables:
• Meeting Minutes
• QA/QC markups with 60%, 90%, and 100%
160.0 ROADWAY DESIGN SERVICES
1. The CONSULTANT will refine horizontal and vertical geometry.
2. The CONSULTANT will develop proposed roadway digital terrain model (DTM)to be used for determination
of estimated earthwork quantities.
3. The CONSULTANT will prepare Roadway PS&E to include:
• Title Sheet (1 sheet)
• Index of Sheets (1 sheet)
• Project Layout Sheet at a 1"=100' scale (1 sheet)
• Existing and Proposed Typical Section Sheets, including width of travel lanes, width of shoulders,
border width, curb offsets, ROW width, centerline, profile grade line, pavement structure, side slopes,
sodding/seeding limits, and curb/retaining walls (2 sheets)
• Removal Layouts at a 1"=50' scale double stacked (3 sheets)
• Horizontal Alignment Data Sheets (1 sheet)
• Roadway Plan and Profile Sheets at a scale of 1"=50' H and 1"=10' V. The sheets will include
coordinates, superelevation data, stations, horizontal curve date, vertical profile data, elevations of
key alignment features, drainage features, utilities, and any other items required for the complete
construction of the Project. (5 sheets)
• Intersection Layout Sheets at a 1"=30' scale with spot elevations and proposed grading for the
intersections. (3 sheets) The following intersections will be included:
o Sam Bass Road
o Emmanuel Street
o Sunset Drive
• Driveway Details (5 sheets)
• Miscellaneous Roadway Details as needed (1 sheet)
• Cross-sections at a scale of 1"=20' H and 1"=10' V at 50 foot intervals; which will include proposed
roadway, roadside features, existing ground, proposed grading, existing ROW, proposed ROW, and
easements. The horizontal alignment, pavement cross-slope, existing ROW and proposed ROW
must all be labeled. (17 sheets)
• CITY and TxDOT standards (10 sheets)
• Quantity Summary Sheets (2 sheets)
Deliverables (60%, 90%, 100%)
• Roadway Plan Sheets and Standards
• Electronic Models (CAD design files)
161.0 DRAINAGE DESIGN SERVICES
1. The CONSULTANT will perform storm sewer analysis and design services, including:
• THE CONSULTANT will modify the proposed storm system trunkline as needed due to roadway
design changes or utility coordination items.
Page 4 of 11
DocuSign Envelope ID:3F55018C-8650-4CF1-A1DF-8A77661B448C
• THE CONSULTANT will design the profiles of the trunkline and laterals using the 25-yr design storm
and 100-yr check storm.
• THE CONSULTANT will import the GEOPAK Drainage model to StormCAD, which will be used to
design the storm system.
2. Drainage PS&E
The CONSULTANT will provide the following PS&E:
• Hydraulic Calculations (2 to 3 sheets)
• Onsite Drainage Area Maps (5 sheets = 1 overall + 4 onsite)
• Drainage Plan & Profile and Laterals (6 to 7 sheets = 4 P&P + 2 to 3 lateral)
• Miscellaneous Drainage Details (1 sheet)
• Drainage Standards
• Civil engineering specifications summary for each submittal
• Construction estimate for each submittal
3. QA/QC of Storm Sewer Analysis & Design
The CONSULTANT will perform independent QAQC of all storm sewer analysis and design components
including hydrology, hydraulics, and construction feasibility.
Deliverables (60%, 90%, 100%)
• Drainage Plan Sheets and Standards
• Drainage Civil Engineering Specifications Summary
• Drainage Construction Estimate
• Electronic Models (StormCAD and CAD design files)
Exclusions
The following assumptions were made during the development of this scope. If any of the below services are
found to be necessary during the project, EDGE will request additional services to be considered.
• Complex H&H modeling such as hydrograph method, HEC-RAS modeling, or HY8.
• Water quality design
162.0 SIGNING AND PAVEMENT MARKINGS SERVICES
1. The CONSULTANT will prepare signing and pavement marking design in accordance with the latest version
of the TMUTCD or applicable TxDOT standards.
2. The CONSULTANT will prepare signing and pavement marking PS&E, including:
• Proposed signing and pavement marking and delineation layouts on the same sheets at a scale of
1"=50' (3 sheets)
• Special sign panel details utilizing SignCAD as needed (1 sheet)
• Summary of Small Signs table utilizing the most current applicable TxDOT standards. No large guide
signs are anticipated. (1 sheet)
• CITY and TxDOT Standards (5 sheets)
• Quantity Summary Sheets (1 sheet)
Deliverables (60%, 90%, 100%)
Page 5 of 11
DocuSign Envelope ID:3F55018C-8650-4CF1-A1 DF-8A77661 B448C
• Signing and Pavement Markings Plan Sheets and Standards
• Electronic Models (CAD design files)
163.1 TRAFFIC CONTROL PLAN DESIGN SERVICES
1. The CONSULTANT will prepare a Traffic Control Plan (TCP). The TCP will be developed in accordance with
the most recent version of the Texas Manual of Uniform Traffic Control devices (TMUTCD). The TCP will identify
work areas, temporary paving, temporary shoring, signing, detour alignment, barricades, temporary drainage
structures, temporary retaining walls and other TCP related items as required
2. The CONSULTANT will prepare TCP PS&E to include:
• Sequence of Work and Narrative (1 sheet)
• Advance Warning Sign Layouts (1 sheet)
• TCP Typical Sections (2 phases) (2 sheets)
• TCP layouts, at a 1"=50' scale double stacked (2 phases) (6 sheets)
• Detour Plan, if required (2 phases) (2 sheets)
• CITY and TxDOT Standards (15 sheets)
• Quantity Summary Sheets (1 sheet)
Deliverables (60%, 90%, 100%)
• TCP Plan Sheets and Standards
• Electronic Models (CAD design files)
163.2 STORM WATER MANAGEMENT PLAN AND TREE PRESERVATION SERVICES
1. The CONSULTANT will develop a Storm Water Pollution Prevention Plan (SW3P) design based on CITY and
TxDOT standards.
2. The CONSULTANT will develop tree protection plans based on the CITY Tree Protection Ordinance.
3. CONSULTANT will prepare PS&E:
• Environmental Permits, Issues, and Commitments (EPIC) sheet using TxDOT Standards (1 sheet)
• SW31P Layouts at a scale of 1"=50' double stacked (3 sheets)
• CITY and TxDOT Standards (3 sheets)
• SW31P Summary Sheets using TxDOT Standards (2 sheet)
• Tree Inventory Summary Table listing the tree ID, type and size (1 sheet)
• Tree Protection Layouts at a scale of 1"=50' double stacked (3 sheets)
• Quantity Summary Sheets (1 sheet)
Deliverables (60%, 90%, 100%)
• SW3P Plan Sheets and Standards
• Electronic Models (CAD design files)
163.3 PEDESTRIAN ILLUMINATION DESIGN SERVICES
1. The CONSULTANT will develop pedestrian illumination design based on locations identified during preliminary
engineering, using CITY standards for 12' mounting height,150 W Antique Street Lamps, unless a similar
pedestrian pole is specified by the CITY. Luminance levels will not be calculated with this project.
Page 6 of 11
DocuSign Envelope ID:3F55018C-8650-4CF1-A1DF-8A77661B448C
2. The CONSULTANT will size conduit and conductor and specify a service following TxDOT's Highway
Illumination Manual.
3. CONSULTANT will prepare PS&E:
• Illumination Layouts at a scale of 1"=50' double stacked (3 sheets)
• Electrical Schematics and Service Data Sheet (1 sheet)
• CITY and TxDOT Standards (10 sheets)
• Quantity Summary Sheets (1 sheet)
Deliverables (60%, 90%, 100%)
• Illumination Plan Sheets and Standards
• Electronic Models (CAD design files)
163.4 SUPPLEMENTAL PS&E DOCUMENTS
The CONSULTANT will prepare accompanying documents to supplement the PS&E, including:
1. Opinion of Probable Construction Cost (OPCC)
2. Request for design exceptions or waivers, if needed
3. Contract Time Determination (CTD) schedule utilizing the Critical path Method (CPM) in Microsoft Project.
4. Project Manual including standard general provisions, instructions to bidders, bid forms, applicable prevailing
wage rates, standard and special specifications, special provisions, general notes, and any other information
required for complete construction of the Project.
5. Proof of project registration with the Texas Department of Licensing and Regulation (TDLR). The
CONSULTANT will engage a Registered Accessibility Specialist (RAS)to register the project with the TDLR and
perform Preliminary and Final reviews with the 90% and 100% submittals, respectively, to verify compliance with
the Texas Accessibility Standards (TAS).
Deliverables (60%, 90%, 100%)
• OPCC
• Request for exceptions or waivers, if needed
• CTD
• Project Manual
• Proof of project registration with TDLR
163.5 SUBMITTAL REQUIREMENTS
Submittals will include the following:
1. 60% Submittal:
• Provide two (2) paper copies for review of the items listed below and a PDF containing electronic
copies. Plan sheets and cross-sections will be prepared and submitted in 11"x17" paper format.
• The submittal will include the following, unless otherwise agreed to in writing with the CITY:
o Title Sheet
o Index of Sheets
o Project Layout Sheets
o Existing & Proposed Typical Sections
o General Notes
Page 7 of 11
DocuSign Envelope ID:3F55018C-8650-4CF1-A1DF-8A77661B448C
o Quantity Summary Sheets
o Sequence of Work
o Traffic Control Plan Sheets
o Traffic Control Standards
o Survey Control Data Sheets (Developed During Preliminary Engineering Phase)
o Horizontal Alignment Data Sheets
o Removal Layouts
o Roadway Plan & Profile Sheets
o Intersection Layouts
o Driveway Details
o Miscellaneous Roadway Details
o Roadway Standards
o Onsite Drainage Area Maps
o Hydrologic& Hydraulic Computation Sheets
o Storm Sewer Detail Sheet
o Miscellaneous Drainage Details
o Drainage Standards
o Signing & Pavement Marking Layouts
o Signing & Pavement Marking Standards
o Summary of Small Signs
o Illumination Layouts
o Illumination Electrical Schematics and Service Data
o Illumination Standards
o Small Sign Details
o SW3P Layouts
o Tree Inventory Summary Table
o Tree Protection Details
o Environmental Standards
o Existing Utility Layouts (Developed During Preliminary Engineering Phase)
o Proposed Utility Layouts (Water line plans under a separate design contract, but bid with this
project.)
o Roadway Cross-Sections
o OPCC
o Request for exceptions or waivers, if needed
o CTD
o Specification List
2. 90% Submittal:
• Provide two (2) paper copies for review of the items listed below and a PDF containing electronic
copies. Plan sheets and cross-sections will be prepared and submitted in 11"x17" paper format.
• The submittal will include the following, unless otherwise agreed to in writing with the CITY:
o Update of 60% Items
o Draft Project Manual and
o Draft Storm Water Pollution Prevention Plan for Construction
o Proof of project registration with TDLR
Page 8 of 11
DocuSign Envelope ID:3F55018C-8650-4CF1-A1DF-8A77661B448C
3. 100% Submittal:
• Provide two (2) original signed and sealed 11"x17" tabloid paper sets of the Final Construction
Drawings
• Provide two (2) original Project Manuals and Bid Documentation for advertisement and letting
• Provide two (2) original Storm Water Pollution Prevention Plan for Construction
• Provide electronic deliverable, including:
o PDFs of 100% submittal documents
o Microstation and GEOPAK/OpenRoads files
190.0 BID PHASE SERVICES
Bid Phase Services will include the following:
1. The CONSULTANT will attend the Pre-Bid Meeting with the CITY and prospective bidders. For the purpose
of scoping, one (1) four (4) hour in-person meeting, including travel time and agenda and meeting minute prep,
is assumed with two (2) attendees. The CONSULTANT will prepare meeting minutes and submit to the CITY
within three (3) business days.
2. The CONSULTANT will respond to Contractor questions raised during the bidding process and develop
addenda to the Bid Documentation as required.
3. The CONSULTANT will attend the formal bid opening. For the purpose of scoping, one (1) four (4) hour in-
person meeting, including travel time, is assumed with two (2) attendees.
4. The CONSULTANT will prepare a bid tabulation, analyze Contractor bids, check references and provide a
Recommendation to Award to the apparent lowest responsive responsible bidder within five (5) business days
of receiving the bid documents from the CITY.
5. The CONSULTANT will furnish a set of Final Construction Contract Documents including plan sheets, Project
Manual and SW3P to the awarded Contractor.
310.1 CONSTRUCTION PHASE SERVICES — CHISHOLM TRAIL SOUTH
In performing Construction Phase Services, it is understood that CONSULTANT does not guarantee the
Contractor's performance, nor is CONSULTANT responsible for the supervision of the Contractor's operation
and employees. CONSULTANT shall not be responsible for the means, methods, techniques, sequences or
procedures of construction selected by the Contractor, or any safety precautions and programs relating in any
way to the condition of the premises, the work of the Contractor or any Subcontractor. CONSULTANT shall not
be responsible for the acts or omissions of any person (except its own employees or agents) at the Project site
or otherwise performing any of the work of the Project.
Construction Phase Services will include the following:
1. The CONSULTANT will attend the Pre-Construction Meeting with the CITY and the awarded Contractor. For
the purpose of scoping, one (1) four (4) hour in-person meeting, including travel time and agenda and meeting
minute prep, is assumed with two (2) attendees. The CONSULTANT will prepare meeting minutes and submit
to the CITY within three (3) business days of the meeting.
2. The CONSULTANT will attend bi-weekly status meetings, as needed, at the Project location with the CITY
the Contractor. For the purpose of scoping, two (2) three (3) hour in-person meetings, including travel time and
agenda and meeting minute prep, is assumed with two (2) attendees each month for ten (10) months. The
CONSULTANT will prepare meeting minutes and submit to CITY within three (3) business days of the meeting.
3. The CONSULTANT will make periodic visits to the site to observe the progress and quality of the executed
work as an experienced and qualified design professional, and to determine in general if the work is proceeding
Page 9 of 11
DocuSign Envelope ID:3F55018C-8650-4CF1-A1DF-8A77661B448C
Services to be Provided by Consultant—Chisholm Trail South (Old Town) Improvements
in accordance with the plans and specifications and submit brief, monthly written reports relating to such visits.
For the purpose of scoping, visits are limited to one (1) visit per month and will be combined with the bi-weekly
status meeting; one (1) one (1) hour in-person meeting is assumed each month for ten (10) months, with travel
time and agenda and meeting minute prep time included with the bi-weekly status meeting effort. The
CONSULTANT will not be required to make continuous on-site inspections to check the quality or quantity of the
work. The CONSULTANT will not be responsible for the means, methods, techniques, sequences, or procedures
of construction selected by the Contractor or the safety precautions and programs incident to the work of the
Contractor. However, the CONSULTANT will report to the CITY any deficiencies in the work detected by the
CONSULTANT.
4. The CONSULTANT will review the Contractor's submittals such as Shop Drawings, Product Data and samples
and take appropriate action (approve, approve with modifications, reject, etc.), but only for conformance with the
design concept of the Project and compliance with the information given in the Contract Documents. Such action
will be taken with reasonable promptness to minimize delay. Reviews and approvals or other action will not
extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions and
programs incident thereto. The CONSULTANT will review Contractor's certificates of inspections, testing (to
include Field, Laboratory, Shop and Mill testing of materials), and approvals required by laws, rules, regulations,
ordinances, codes, orders or the specifications to determine generally that the results certified do substantially
comply with the specifications. The CONSULTANT will evaluate and determine the acceptability of substitute
materials and equipment proposed by the Contractor.
5. The CITY will require the Contractor to submit to the CONSULTANT any request for additional information
(RFI). The CONSULTANT will review and deliver to the CITY its written recommendation regarding the RFI. It is
anticipated that there will be two (2) RFI's per month during the Project.
6. The CONSULTANT will review monthly pay estimates and recommend approval or other appropriate action
on such estimates.
7. The CONSULTANT will review and assist in the development at the request of the CITY, any changes,
alterations or modifications to the Project that appear to be advisable and feasible and in the best interest of
CITY due to unknown field conditions encountered during construction. The CONSULTANT must be cognizant
that any such change may affect one or more of the various utilities and every effort will be made to avoid creating
a conflict because of the change. Such alterations will be made by the CITY in writing. For the purposes of
scoping, a maximum of four (4) modifications are assumed. Modifications deemed to be due to inconsistencies
in the design documents will not be counted in the estimated number of modifications in the contract.
8. The CONSULTANT will engage a RAS to perform a final inspection of all pedestrian elements upon project
completion to verify adherence to TAS standards. The CONSULTANT will provide an accompanying final
inspection report.
9. The CONSULTANT will perform with CITY representative(s) a final inspection of the Project to observe any
apparent defects in the completed construction with regard to conformance with the design concept and intent
of the specifications, assist the CITY in consultation and discussions with the Contractor concerning such
deficiencies, and make recommendations as to replacement or correction of the defective work. For the purposes
of scoping, one (1) six (6) hour meeting with three (3) attendees is assumed, including travel time and punch list
prep.
10. After completion of the work, and before final payment to the Contractor, it will be CITY responsibility to
require a set of"Record Drawings" from the Contractor, who has control of the work and who is in a position to
know how the Project was constructed. The CONSULTANT, after receiving this information, will transfer the
information to a set of "Record Drawings" or "As-Builts" for the CITY'S permanent file. The CONSULTANT will
also provide the As-Builts in PDF format. The CITY will not hold the CONSULTANT responsible for the
information provided by the Contractor.
Page 10 of 11
DocuSign Envelope ID:3F55018C-8650-4CF1-A1DF-8A77661B448C
Services to be Provided by Consultant—Chisholm Trail South (Old Town) Improvements
310.2 CONSTRUCTION PHASE SERVICES—HERITAGE TRAIL
In performing Construction Phase Services, it is understood that CONSULTANT does not guarantee the
Contractor's performance, nor is CONSULTANT responsible for the supervision of the Contractor's operation
and employees. CONSULTANT shall not be responsible for the means, methods, techniques, sequences or
procedures of construction selected by the Contractor, or any safety precautions and programs relating in any
way to the condition of the premises, the work of the Contractor or any Subcontractor. CONSULTANT shall not
be responsible for the acts or omissions of any person (except its own employees or agents) at the Project site
or otherwise performing any of the work of the Project.
Construction Phase Services will include the following:
1. The CONSULTANT will attend the Pre-Construction Meeting with the CITY and the awarded Contractor. For
the purpose of scoping, one (1) four (4) hour in-person meeting, including travel time and agenda and meeting
minute prep, is assumed with one (1) attendee.
2. The CONSULTANT will make periodic visits to the site to observe the progress and quality of the executed
work as an experienced and qualified design professional, and to determine in general if the work is proceeding
in accordance with the plans and specifications. For the purpose of scoping, The CONSULTANT will conduct
two (2)visits. The CONSULTANT will not be required to make continuous on-site inspections to check the quality
or quantity of the work. The CONSULTANT will not be responsible for the means, methods, techniques,
sequences, or procedures of construction selected by the Contractor or the safety precautions and programs
incident to the work of the Contractor. However, the CONSULTANT will report to the CITY any deficiencies in
the work detected by the CONSULTANT.
3. The CITY will require the Contractor to submit to the CONSULTANT any request for additional information.
(RFI). The CONSULTANT will review and deliver to the CITY its written recommendation regarding the RFI. It is
anticipated that there will be two (2) RFI's during the Project.
4. After completion of the work, and before final payment to the Contractor, it will be CITY responsibility to require
a set of "Record Drawings" from the Contractor, who has control of the work and who is in a position to know
how the Project was constructed. The CONSULTANT, after receiving this information, will transfer the
information to a set of "Record Drawings" or "As-Builts" for the CITY'S permanent file. The CONSULTANT will
also provide the As-Builts in PDF format. The CITY will not hold the CONSULTANT responsible for the
information provided by the Contractor.
Page 11 of 11
DocuSign Envelope ID:3F55018C-8650-4CF1-Al DF-8A77661 B448C
ADDENDUM TO EXHIBIT C
Work Schedule
Attached Behind This Page
0 days Thu 6/8/23 Thu 6/8/23 6/8
its 15 days Thu 6/8/23 Wed 6/28/23 1
77 days Thu 6/29/23 Fri10/13/23
nent 57 days Thu 6/29/23 Fri 9/15/23 2
0 days Fri 9/15/23 Fri 9/15/23 4 9/15
20 days Mon 9/18/23 Fri 10/13/23 5
60 days Mon 10/16/23 Tue 1/30/24
nent 40 days Mon 10/16/23 Fri 12/15/23 6
0 days Fri 12/15/23 Fri 12/15/23 8 2/15
20 days Wed 1/3/24 Tue 1/30/24 9
40 days Wed 1/31/24 Tue 3/26/24
iment 20 days Wed 1/31/24 Tue 2/27/24 10
0 days Tue 2/27/24 Tue 2/27/24 12 2/27
20 days Wed 2/28/24 Tue 3/26/24 13
40 days Wed 3/27/24 Tue 5/21/24 14
200 days Wed 5/22/24 Tue 2/25/25 15
i
20 days Wed 2/26/25 Tue 3/25/25 16
Task Inactive Task Manual Summary Rollup External Milestone
2 Split ............ Inactive Milestone Manual Summary I I Deadline
Milestone ♦ Inactive Summary Start-only C Progress
DocuSign Envelope ID:3F55018C-8650-4CF1-Al DF-8A77661 B448C
ADDENDUM TO EXHIBIT D
Fee Schedule
Attached Behind This Page
DocuSign Envelope ID:3F55018C-8650-4CF1-A1DF-8A77661B448C
Project Fee SummaryEXHIBIT D
Chisholm Trail(Old Town)PSSA 2 r
ervices 5 584,355
511212023 Services $
Detailed Cost Breakdown roject 6 584,885
Tasks Labor
It Wale,
/W't Min- Roia1
A*d wryer srbr Mai. Em CADD sr.EmrmmraY ErMmmrd c.ousw a.oepa a.batanral o.bawurs anror'ale Total Labor
Phase Task Task Description crr0a °°^•��°�°^ _ �aaaoerka Total Hours Effort
$219 $164 $252 $164 $144 $101 $252 $164 $164 $164 6119 $252 $97 $155
120.1 Public Involvement&Outreach _
1 Public Meeting 8 8 8 24 4,384,64
2 Stakeholder Outreach
3 Construction Materials
4 Project Webpage _
5 Stakeholder Database
6 Stakeholder Responses
7 Project Management&Expenses
120.2 jEnvvivarimental Services - -
1 JWPAP Exception Request 2 40 28 16 8 94 15,232.00
130.0 Utility Coordination&SUE Services
1 Utility Coordination Services 10 10 1,856.40
2 SUE Services
145.0 Project Management
1 Project Administration 21 1 21 21 53 10,086.82
2 Project Coordination 28 28 28 84 15,051.12
3 QA1QC 12 40 8 6o 15,018.48
lots Roadway Design Services
1 Roadway Geometric Design Refinement 4 12 24 40 6,363.00
2 Model 4 16 s0 100 15,170.20
3 Roadway PS&E
Tile Sheet(1 sheet) 2 2 4 8 18 2,17t.50
Index(1 sheet) 2 2 4 8 1 18 2.171.50
Project Layout(1 sheet) 2 2 4 20 28 3,395.62
Typical Sections(2 sheets) 2 2 8 24 38 4,365.42
Removal Layouts(3 sheets) 4 4 16 24 48 6,322.60
Horizontal Alignment Data(1 sheet) 2 2 2 8 1 14 1,880.62
Roadway P&P(5 sheets) _ a 8 40 40 98 12,992.64
Intersection Layout sheets(3 sheets) 4 4 24 24 56 7.485.12
Driveway Details(5 sheets) - _ 4 4 40 40 as 11,445.32
Mise Roadway Details(1 sheet) _ 2 2 4 8 18 2,171.50
Cron Sections(17 sheets_) 8 6 24 80 120 14,746.00
Standards(to sheets) 2 2 8 12 1,438.24
Quantity Summary(2 sheets) - - 2 2 12 4 20 2,WA.98
161.01 ilDridnage Design Services _-- -----
1 Storm Sewsr Analysis&Design 2 4 4 10 1,606.70
2 Drainage PS&E 2 4 4 10 1,686.70
3 QNQC
162.0 Signing and Pavement Marking Services
1 Signing and Pavement Marking Design 8 18 24 48 7,910.32
2 Signing and Pavement Marking PS&E
Layouts(3 sheets) 2 2 - 16 32 52 6,355.02
SignCAD details(1 sheet) 2 2 _ _ 4 24 32 3,BMW.
Summary of Small Signs(1 sheet) 2 2 _ 8 2 14 2,141.20
Standards(5 sheets) _ 2 _ 2 8 12 1,43824
Quantity Summary(1 sheet) 2 2 8 4 16 2,34522
163.1 TCP Design Servins
1 TCP Design 4 16 _ 60 so 12,261.40
2 TCP PS&E
Sequence of Work and Narrative(1 sheet) 2 2 8 4 18 1 2,345.22
_ Advance Waring 0 sheet) 2 2 1 12 8 24 3,335.02
Typical Sections(2 sheets) 2 2 12 12 28 3,743.06
Layouts(6 sheets) 4 8 60 40 112 15,016.68
Detour Plan(2 sheets) 2 4 20 20 1 46 6,053.94
Standards(10 sheets) 2 2 8 12 1,438.24
Quantity Summary(1 sheet) 2 2 8 4 18 2,346.22
163.2 Storm Water Management&
Tree Preservation Servicas
1 SW3P Design 8 20 40 80 146 19,080.72
2 Tres Protection Design 4 4 24 40 72 9,118.28
3 SWV&Tree Protection PS&E
DocuSign Envelope ID:3F55018C-8650-4CF1-A1DF-8A77661B448C
Project Fee Summary
Chisholm Trail(Old Town)PSSA 2 Basic Services $ 584,885
5112/2023 Special Service. $ -
Detailed Cost Breakdown Total ProjeM $ 584,885
Tasks Labor
Ae Pm)aW- Nt Pral Men- rretrM
Phase Task Task Description n°ha Mrasrr osdes s Ades> ce„a��oua, en uoo sr.Fimro� m enNerrrwd o.eksr orrusar ur.emo-«,m.rm ouaayaaemc. ACCou, o Adienirsa. Total Hour Total Labor
Effo
E219 $164 $252 $164 $144 $101 E252 $164 $164 $164 $119 E252 $97 $155 „
EPIC(1 sheet) 2 2 8 2 14 2,141.20
SW3P Layouts(3 sheets) 2 2 18 32 52 6,365.02
Standards(3 sheets) 2 2 6 10 1,234.22
SW3P Summary(2 sheets) 2 2 8 2 14 2.141.26
Tree Summary(1 sheet) 2 2 2 8 626.16
Tree Proteclion Layouts(3 sheets) 2 2 2 8 14 1,880.52
Quantity Summary(1 sheet) 2 2 8 4 18 2,345.22
163.3 Pedestrian Illumination Design Services --
1 Illumination Pole Design 2 2 8 12 1,937.18
2 Conduit,Conductor,d Service Design 24 24 1 48 e,799.12
3 Illumination PSBE
Layouts(3 sheets) 8 16 16 40 5,728.72
Electrical Schematics 6 Service Data(1 sheet) 4 8 8 20 2,564.36
Standards(10 sheets) 2 2 1 8 12 1,549.34
Quantity Summary(1 sheet) 4 8 4 1 1 16 2,456.32
163A Suppktmental ME Documents
1 OPCC 4 20 40 1 64 10,015.16
2 Design Waivers/Exceptions 4 8 1 12 2,209.88
3 CTD 4 20 24 24 72 10,136.36
4 Project Manual 20 40 40 40 140 20,947.40
5 TDLR Registration 6 TAS Review
163J SubmitW Requirements
190.01 Bid Phase Services
r3101.1
1 PwSid Meeting 4 4 6 1,593.26
2 Contractor Responses 4 B 12 2.275.52
3 Bid Opening 4 4 6 1,593.28
4 Bid Tabulations 4 8 16 28 4,671.68
5 Final Construction Documents 2 2 4 8 1,395.68
Construction Phase Services-Chisholm Trail South
1 Pre-Con Meeting 4 4 8 1.609.21
2 J&wsoldy Status Meetings - 8o 80 120 24,138.19
3 Site Visits - 10 10 20 4,023.03
4 Contractor Submittal Review 4 40 20 84 10,635.93
5 RFI Response _ 8 40 40 88 14,781.23
6 Pay Estimate Review 20 20 3,445.31
7 Design Revisions _ 2 4 4 32 18 56 8.375.89
8 RAS Review
9 Final Walk Through _ 6 8 6 18 3.549.81
10 As-Builts 2 4 4 20 1 40 70 9,377.47
310.2 Construction Phase SaMcas-Heritage Trall
1 Pre-Con Meeting 4 4 669.06
2 Site Visits 4 6 1 12 2.296.28
3 RFI Response 2 8 1 10 1,838.20
4 As-Builta 2 2 4 82e.51
Total Hour I Quantity 377 332 _ 40 238 _ 9ee 794 2 40 28 18 e e 21 21 2,911
Total Effort $ 84,682 E 55,222 $ 10,252 $ 40,672 E 144,597 $ 81,350 $ 504 $ 6,560 1 E 4,392 E Z624 1$ $52 $ 2,058 $ Z078 E 3,320 3 439
Peg.2 Fee Spreadsheet
DocuSign Envelope ID:3F55018C-8650-4CF1-A1DF-8A77661B448C
Project Fee Summary
Chisholm Trail(Old Town)PSSA 2 Basle Services 584,885
6112/2023 Sperdal Ser .
Detailed Cost Breakdown Totat Project 584,885
Tasks
Phase Task Task Description Miles Meals B&W(sheet) TCEQ Permit Total Expense
Fee Effort
120.1 IPublic Involvement&Outreach
1 IPublic Meeting
2 IStakeholdsr Outreach
3 lConstruction Materials
4 11project Webpage
5 IStakeholder Database
6 IStakeholder Responses
7 Project Menagemenl&Expenses
120.2 Environmental 9wvlees
1 IWPAP Exception Request 350.00 500.00 729.25
130.0 Utility Coordination&SUE Services
1 Utility Coordination Services
2 SUE Services
145.0 Project Management
1 Project Administration
2 Project Coordination 100.00 65.50
3 QAIQC
160.01 lRoadway Design Services
1 lRoadway Geometric Design Refinement
2 Model
3 lRoadway PS&E
Title Sheet(1 sheet)
Index(i sheet)
Project Layout(1 sheet)
Typical Sections(2 sheets)
Removal Layouts(3 sheets)
Horizontal Alignment Data(i sheet)
Roadway P&P(5 sheets)
Intersection Layout sheets(3 sheets)
Driveway Details(5 sheets)
Miss Roadway Details(1 sheet) _
Cross Sections(17 sheets_) _
Standards(10 sheets) _
Quantity Summery(2 sheets)
161.0 IDrainage Design Services
1 Storm Sewer Analysis&Design
2 Drainage PS&E
3 QAIQC
162A Signkq and Pavement Marking Services
1 Signing and Pavement Marking Design
2 Signing end Pavement Marking PS&E _
Layouts(3 sheets) _
Sigri details(1 sheet)
Summary of Small Signs(1 sheet)
Standards(5 sheets)
Quantity Summary(1 sheet)
163.1 TCP Design Services
1 TCP Design
2 TCP PS&E
Sequence of Work and Nametive(1 sheet)
Advance Warning(1 sheet)
Typical Sections(2 sheets)
Layouts(6 sheets)
Detour Plan(2 shoats)
Standards(10 sheets)
Quantity Summary(1 sheet)
1832 Bonn Water Management&
Tme Preservation Services
1 SW3P Design
2 Tree Protection Design
3 ISW3P&Tree Protection PSi TA
Page 3 Fee Spre dshset
DocuSign Envelope ID:3F55018C-8650-4CF1-A1 DF-8A77661 B448C
Project Fee Summery
Chisholm Trail(Old Town)PSSA 2 Basic Services 584,885
5/12/2023 Special Services -
Detalled Cost Breakdown Total Project S8a,885
Tasks
Phase Task Task Description Mlles Meals B&W(sheet) TCEQ Permit Total Expanse
Fee Effort
EPIC(1 sheet)
SW3P Layouts(3 sheets) _
Standards(3 sheets)
SW3P Summary(2 sheets_)_ _
Tree Summary 0 shoot)
Tree Protection Layouts(3 sheets)
Quantity Summary(1 shceq
1e3.3 Pail Illumination Design Services _---
1 Illumination Pole Design
2 Conduit,Conductor,&Service Design
3 Illumination PS&E
Layouts(3 sheets)
Electrical Schematics&Service Date(t sheet)
Standards(10 sheets)
Quantity Summery(1 sheet)
193A Supplemental PS&E Documents
1 OPCC
2 Design Waivers/Exceptions
3 CTD
4 Project Manual
5 TDLR Registration&TAS Review
163.51 13ularnittal Requirsmana 1,000.00 100.00
190.0 Bid Phase Services
1 Pre-Bid Meeting 50.00 32.75
2 Contractor Responses
3 Bid Opening 50.00 32.75
4 Bid Tabulations
5 Final Construction Doeumenle 200.00 20.00
310.11 lConsiftctlon Phase Sorvkes-Chisholm Trail So
1 Pro-Con Meeting 50.00 32.75
2 BLweekly Status Meetings 100.00 65.50
3 Site Visits_ 1,000.00 655.00
4 Contractor SubmtOai Review
5 RFIResponse
8 _Pay Estimate Review
7 Design Revisions
8 RAS Review
nal Welk Through _ 50.00 32.75
-Builts
!31.Z1. onstruction Phase Services-Heritage Trail
reCnMeeting 50.00 32.75
te Visits _ IDO.00 65.50
3 RFI Response_
4 "Builts
_ Total Hours/Quantity 1,900 1,200 500
Total Effort $ 1,245 s 1 s 120 1$ soo s 1,985
Page 4 Fee Spreadsheet
DocuSign Envelope ID:3F55018C-8650-4CF1-A1DF-8A77661B448C
Project Fee Summary
Chisholm Trail(Old Town)PSSA 2 Basic Services 584,885
6/12/2023 =i isl Services -
Detalled Cost Breakdown Total Project 584,885
Tasks Subconsuhants Total
Phase Task Task Description CD&P EDGE Rios Altura Inland Total Sub Total Effort
Effort
F
Public Involvement&Oubsaeh
1 IPublic Meeting 12,420.00 12,420.00 16.804.54
2 IStakeholder Outreach 3,460.00 3,460.00 3,150.00
3 Construction Materials __ 7,140.00 7.140.00 7,140.00
4 lProject Welainge 1.380.00 1,380.00 7,380.00
5 IStakeholder Database 3,140.001 3,140.001 3,140.00
6 IStakeholder Responses 7,780.00 7,780.00 7,780.00
7 jPmject Management&Expenses 10,944.00 10,944.00 10,944.00
1202 jEnvironmental Services
1 JWPAP Exception Request 15,96125
130.0 lUtility Coordination&SUE Services
1 Utility Coordination Services 3,823.86 3,823.86 5,48026
2 ISUE Services 29,861.52 5,000.00 34,861.52 34,861.52
145.0 Project Management
t Project Administration 10,088.82
2 Project Coordination 15,115.62
3 QAIQC 15,018.48
160.0 Roadway Design Services
way Geometric Design Refinement 1 Road 6.363.00
2 Model 15,17020
3 Roadway PS&E
Title Sheet(1 sheet) 2171.50
Index(1 sheet) 2:171.50
Project Layout(t sheet) 3,395.62
Typical Sections(2 sheets) 4,385.42
Removal Layouts(3 sheets) 6,322.60
Horizontal Alignment Data(1 sheet) 1,880.62
Roadway P&P(5 sheets) 12,992.64
Intersection Layout sheets(3 sheets) 7,486.12
Driveway Details(5 sheets) 11,445.32
Misc Roadway Details(1 sheet) 2,171.50
Cross Sections(17 sheets) _ 14,746.00
Standards(10 sheets) _ 1,43824
Quantity Summary(2 sheets) 2,926.98
141.0 Drainage Design Services _
1 Storm Sewer Analysis&Design 7,000.00 7.000.00 8,686.70
2 Drainage PS&E 30,840.00 30,840.00 32.525.70
3 QAIQC 6,400.00 6.400.00 6.400.00
182.0 Signing and Pavement Marking Services
1 Signing and Pavement Marking Design 7,910.32
2 Signing and Pavement Marking PS&E
Layouts(3 sheets) 1 6,365.02
_SigrGAD details(1 sheet) 3,603.66
Summary of Small Signs(1 sheet) 2,14120
Standards(5 sheets) 11,43824
Quantity Summery(1 sheet) 2,34522
163.1 TCP Design Services
1 TCP Design 12,261.40
2 TCP PS&E
Sequence of Work and Narrative(1 sheet) 2,34522
Advance Warning(1 sheet) 3,335.02
Typical Sections(2 sheets) 3,743.06
Layouts(6 sheets) 15,016.68
Detour Plan(2 sheets) 6,053.94
Standards(10 sheets) 1,43824
Quantity Summary(1 sheet) 2,34522
183Z storm Water Management&
Tres Preservation Services
1 SW3P Design 19,050.72
2 Tres Protection Design 9,11828
3 ISW3P&Tree Protection PS&E
Paps 5 Fee Sweaddreat
DocuSign Envelope ID:3F55018C-8650-4CF1-A1 DF-8A77661 B448C
Project Fee Summary
Chisholm Trail(Old Town)PSSA 2 Basic Services 584,885
511212023 W Services
Detailed Cost Breakdown ITOtal Project 584..
Tasks SubconsulhMs Total
Phase Task Task Description CD&P EDGE Rios Allure Inland Total Sub Total Effort
ort
EPIC(1 sheet) 2,141.20
SW3P Layouts(3 sheets) 6,365.02
Standards(3 sheets) 1,234.22
SW3P Summary(2 sheets) 2,141.2
Tree Summary(1 sheet) 826.1
Tree Protection Layouts(3 sheets) 1,860.62
Quantity Summary(1 sheet) 2,345.22
163.3 Pedestrian Illumination Dssign Services
1 Illumination Pole Design 1,937.18
2 Conduit,Conductor,&Service Design 6,799.12
3 Illumination PS&E
Layouts(3 sheets) 5,728.72
Electrical Schematics&Service Date(1 sheet) 2,864.36
Standards(10 sheets) 1,549.34
Quantity Summary(1 sheet) 2,456.32
143A l3upplensiantal PS&E Documents
1 JOPCC 10,015.16
2 Design Waivers/Exceptions 2,209.88
3 CTD 10,136.36
4 Project Manual 20,947.40
5 TDLR Registration&TAS Review 2,800.00 2,800.00 2,800.00
163.5 Submittal Requirements 100.00
190.0 Bid Phase Services_
1 Pre-Bld Meeting 1,626.03
2 lContractor Responses 2,275.52
3 Bid Opening 1,626.03
4 Bid Tabulations 4,671.66
5 Final Construction Documents 1,415.88
310.1 Construction Phase Services-Chisholm Trail So 9,340.00 9,340.00 9,340.00
1 PwCon Meeting 1,641.96
2 Bi-weekly Status Meetings 24,203.69
3 Site Visits 4,878.03
4 IC,ontractor Submittal Review 10,835.93
5 RFI Response 14.781.23
6 Pay Estimate Review 3,445.31
7 IDesign Revisions 8,375.89
8 RAS Review 2,200.00 2,200.00 2.200.00
9 Final Walk Through 3,582.58
10 As-Builts 9,377.47
310.2 Construction Phase Services-Heritage Trail
1 Pra-Con Meeting 721.81
2 Site Visits 2,363.78
3 RFI Response I 1 1 1,SW20
4 As-Builb 828.51
Total Hours I Quantity $ 46,284 1$ 53.580 $ 33.685 6 5,000 S 5,000
Total Effort $ 46,264 $
53,580 $ 33,6W It 5,000 9 5,000 $ 143,529 $ 584,885
Page 6 Fee Spreadsheet
DocuSign Envelope ID:3F55018C-8650-4CF1-A1 DF-8A77661 B448C
CD P
March 30, 2023
Andrea Bryant
Freese and Nichols, Inc.
10431 Morado Circle
Building 5, Suite 300
Austin, TX 78759
Dear Ms. Bryant,
Thank you for the opportunity to assist your team with additional services for the Chisholm Trail
South Improvements project. A detailed scope and fee schedule are attached.
Please contact me if you have any questions or need any further information regarding this
proposal.
Sincerely,
Julie Richey
Director of Business Operations
PO Box 5459 Austin,Texas 78763 1 cdandp.com 1 512-533-9100
DocuSign Envelope ID:3F55018C-8650-4CF1-A1 DF-8A77661 B448C
Public Involvement Specified Additional Services will include the following:
16.10 The CONSULTANT will prepare for and conduct one (1) public meeting for the project to be held
upon approval by the City of Round Rock;
a. The CONSULTANT will provide logistics planning for the public meeting
b. The CONSULTANT will prepare meeting notices and meeting materials including flyers,
handouts, agendas, name tags, sign-in sheets, comment cards, meeting exhibits and talking
points as necessary. One (1) round of comments/revisions will be completed on all public
meeting materials.
c. The CONSULTANT will arrange meetings with the City of Round Rock prior to the public meeting
to review all exhibits and other materials;
d. The CONSULTANT will provide staff to attend the public meeting including public engagement
and engineering staff to facilitate the meeting, present meeting materials, and answer
questions;
e. The CONSULTANT will compile and prepare a public meeting summary report for the meeting;
f. The CONSULTANT will compile and prepare responses to comments at the public meeting;
16.11 The CONSULTANT will perform outreach to directly impacted stakeholders prior to the
commencement of project construction to provide information of impending disruptions. Outreach may
include phone calls, emails, door-to-door visits, and individual meetings as needed. One half day of visits
is assumed and 3 individual meetings are assumed for budgeting purposes.
16.12 The CONSULTANT will develop and distribute construction related materials including flyers,
postcards,email updates, media releases, social media posts, detour maps, and signage as needed
during construction.Three rounds of updates and/or materials are assumed.
16.13 The CONSULTANT will develop updates for the project webpage,to be hosted on the City's
website,to share information on the project such as major milestones and long-term traffic
impacts/detours. The content shall be approved by the City and the City will be responsible for posting
updates on the webpage.Three updates are assumed.
16.14 The CONSULTANT will maintain and update the project database of people, agencies and
organizations interested in the project. The list will include emails and other contact information as
available.
16.15 The CONSULTANT will respond to stakeholder comments and inquiries as needed prior to and
during construction.
Project Management&Administration (20 months assumed)
1. Prepare monthly invoices and progress reports
2. Attend team coordination meetings and construction meetings
DocuSign Envelope ID:3F55018C-8650-4CF1-A1 DF-8A77661 B448C
Concept Development&Planning,LLC
Prime Provider Name: Freese and Nichols
Project Name: Chisholm Trail South
Public Public Public Public Total Labor Total Labor
Task Description Principal Engagement Engagement Engagement Engagement Hours Cost
Director Mana er S ecialist Coordinator
Public Involvement
16.10 Prepare for and conduct one(1)public meeting
a. Meeting planning(logistics, location,facility prep) 4 4 8 $1,280.00
b. Development of meeting notifications and meeting materials 1 8 8 20 0 37 $5,750.00
c. Review meeting with City of Round Rock 2 2 4 $680.00
d. Staffing and facilitation for one(1)public meeting 3 4 4 11 $1,480.00
e. Public meeting summary 1 2 4 7 $1,060.00
f. Prepare public meeting comment responses 1 1 4 8 14 $2,170.00
16.11 Conduct outreach to stakeholders 6 10 10 26 $3,460.00
16.12 Develop and distribute construction related materials(three rounds) 3 12 24 12 51 $7,140.00
16.13 Develop project webpage updates 1 4 4 9 $1,380.00
16.14 Maintain stakeholder database 2 6 18 26 $3,140.00
16.15 Provide stakeholder responses 2 4 15 30 51 $7,780.00
Project Management
1.Prepare invoices and progress reports 20 months assumed 10 10 $1,800.00
2.Attend team coordination meetings and construction meetings 12 20 32 $4,960,00
Hours Subtotals 4 46 58 134 44 286
Contract Rate Per Hour $230.00 $180.00 $160.00 $140.00 $110.00
Total Labor Costs $920.00 $8,280.00 $9,280.00 $18,760.00 $4,840.00 $42,080.00
Distribution of Staffing 1.40% 16.08% 20.28% 46.85% 15.38%
Other
Mileage 1,000 current rate $655.00
Corrugated Signs 20 $16.00 $320.00
Foam Boards 8 $60.00 $480.00
Postage 300 curent rate $189.00
Photocopies Color 8.5 X 11 200 $0.75 $150.00
Photocopies Color(11 X 17) 100 $1.00 $100.00
Venue Rental 1 $300.00 $300.00
Advertisements $1,000.00
Print/Mail Service 300 $1.50 $450.00
Project Email Subscription 9 $20.00 $180.00
Project Hotline/Voicemail 9 $40.00 $360.00
Direct Expenses Subtotal $4,184.00
Cost Summary
Total Labor Costs 1 42,080.00
Other Direct Expenses $4,184.00,
Grand Total $46,264.00
PAGE 1 OF 1
DocuSign Envelope ID:3F55018C-8650-4CF1-A1 DF-8A77661 B448C
r0Gc
ENGINEERING
May 12, 2023
Andrea Bryant, PE
Freese and Nichols, Inc
10431 Morado Circle, Suite 300
Austin,Texas 78759
DELIVERED VIA E-MAIL
Re: City of Round Rock Chisholm Trail Improvements PS&E
Dear Ms. Bryant:
EDGE Engineering, PLLC(EDGE) appreciates the opportunity to submit this professional engineering
proposal to Freese and Nichols, Inc(FNI) in support of the above referenced project.The attached scope
of services outlines EDGE's storm system design and plans, specifications, and estimate for the
improvements to Chisholm Trail from Sam Bass Road to Round Rock Avenue.
We appreciate the opportunity to support FNI on this project. Please feel free to contact me directly if
there are any questions regarding this proposal at 512-766-0463 or tkaatz@civil-edge.com.
Sincerely,
Travis Kaatz, PE, CFM
Principal
Attachments:
Scope of Work
Fee Schedule
DocuSign Envelope ID:3F55018C-8650-4CF1-A1DF-8A77661B448C
E
TBPE FIRM No.20690
315
El G3410 Far West Blvd.Suite 315
Austin,TX 78731
ENGINEERING 512.767.1009
SCOPE OF WORK
EDGE shall provide roadway storm system design and associated plan production, specifications, and
estimating. EDGE has previously provided a preliminary horizontal design of the storm sewer using
GEOPAK Drainage for the geometric layout for Chisholm Trail.This design will be modified as needed to
provide a final design.
Task 1:Storm Sewer Analysis& Design
• EDGE will modify the proposed storm system trunkline as needed due to roadway design
changes or utility coordination items.
• EDGE will design the profiles of the trunkline and laterals using the 25-yr design storm and 100-
yr check storm.
• EDGE will import the GEOPAK Drainage model to StormCAD, which will be used to design the
storm system.
Task 2: Drainage PS&E
• EDGE will provide the following plan sheets, specifications, and estimates:
a. Hydraulic Calculations (2 to 3 sheets)
b. Onsite Drainage Area Maps(5 sheets= 1 overall +4 onsite)
c. Drainage Plan & Profile and Laterals (6 to 7 sheets=4 P&P+ 2 to 3 lateral)
d. Miscellaneous Drainage Details (1 sheet)
e. Drainage Standards
f. Civil engineering specifications summary for each submittal
g. Construction estimate for each submittal
Task 3:QAQC of Storm Sewer Analysis& Design
EDGE will perform independent QAQC of all storm sewer analysis and design components including
hydrology, hydraulics, and construction feasibility.
Task 4: Construction Phase Services
• EDGE will provide two (2)site visits to review drainage related items under construction.
• EDGE will provide design change services after the 100%submittal.
• EDGE will provide final record drawings for drainage related items.
Deliverables(60%, 90%, 100%)
• Drainage Plan Sheets and Standards
• Drainage Civil Engineering Specifications Summary
• Drainage Construction Estimate
• Electronic Models (StormCAD and CAD design files)
1
DocuSign Envelope ID:3F55018C-8650-4CF1-A1 DF-8A77661 B448C
C TBPE FIRM No.20690 03410 Far West Blvd.Suite 315
Austin,TX 78731
ENGINEERING 512.767.1009
Exclusions
The following assumptions were made during the development of this scope. If any of the below
services are found to be necessary during the project, EDGE will request additional services to be
considered.
• Complex H&H modeling such as hydrograph method, HEC-RAS modeling, or HY8.
• Water quality design
• Erosion &Sedimentation control design
Basis of Compensation
EDGE proposes to provide the detailed "Scope of Work" for the Lump Sum amount of$53,580.
2
DocuSign Envelope ID:3F55018C-8650-4CF1-A1 DF-8A77661 B448C
'i GC
ENGINEERING
FEE SCHEDULE
Senior Project Engineer In CAD Total Total
Engineer Engineer Training Technician Labor Labor Expense Total
Task Description $200 $150 $100 $70 Hours Cost Cost Cost
1 Storm Sewer Anlaysis&Design 6 12 40 58 $7,000 $7,000
2 Drainage Sheet Production and Cost Estimate 0
a. Hydraulic Data Sheets 2 4 8 14 $1,800 $1,800
b. Onsite Drainage Area Maps 6 8 32 16 62 $6,720 $6,720
c. Drainage Plan&Profile and Laterals 6 18 48 18 90 $9,960 $9,960
d. Miscellaneous Drainage Details 2 4 12 4 22 $2,480 $2,480
e. Drainage Standards 2 4 8 4 18 $2,080 $2,080
f. Cost Estimate _ 4 12 24 40 $5,000 $5,000
g. Specification Summary _ 2 8 12 22 $2,800 $2,800
3 QAQC Storm Sewer Anlaysis&Design 32 32 $6,400 $6,400
4 Construction Services 8 24 32 12 76 $9,240 $100 $9,340
Project Totals 70 94 216 54 434 $53,480 $100 $53,580
511212023
DocuSign Envelope ID:3F55018C-8650-4CF1-A1DF-8A77661B448C
THE PiosGROUP
April 3, 2023
Andrea Bryant, P.E.
Freese and Nichols, Inc.
10431 Morado Circle
Building 5, Suite 300
Austin,TX 78759
512-617-3163
Andrea.Bryant(&freese.com
RE: Subsurface Utility Engineering and Utility Coordination Supplement
City of Round Rock-Chisholm Trail Rd., Round Rock, Texas
Dear Ms. Bryant:
The Rios Group, Inc. (TRG) is pleased to submit a supplementary cost proposal for Subsurface
Utility Engineering(SUE)and Utility Coordination(UC) for the above referenced project. This
proposal is based on information provided via email on March 27, 2023.
Introduction
TRG will perform SUE services for this project in general accordance with the recommended
practices and procedures described in ASCE publication CUASCE 38-02 "Standard Guidelines
for the Collection and Depiction of Existing Subsurface Utility Data." As described in the
publication, four levels have been established to describe and depict the quality of subsurface
utility information. The four quality levels are as follows:
• Quality Level D (QL"D")—Information obtained from existing utility records.
• Quality Level C (QL"C") — Surveyed data depicting visible above-ground features
supplemented with QL"D" information.
• Quality Level B (QL`B")—Two-dimensional horizontal information obtained through the
application and interpretation of non-destructive surface geophysical methods. Also
known as "designating," this level incorporates QL"C" information and provides
horizontal positioning of subsurface utilities to within approximately 1.0 foot.
• Quality Level A (QL"A") — Three-dimensional horizontal and vertical information
obtained through non-destructive vacuum excavation equipment to expose utilities at
critical points. Also known as "locating," this level incorporates QL"B" information and
provides horizontal and vertical positioning of subsurface utilities to within approximately
0.05 feet.
Scone of Work
Based on information provided by Freese and Nichols, Inc. (Client), TRG has developed a
proposed supplementary scope for SUE and UC services on this project. This scope may be
modified,with Client and TRG concurrence, during the performance of work if warranted by
changing or unexpected field conditions.
575 Round Rock West Drive, Building K, Suite 400 1 Round Rock,TX 786811 Phone: 512.580.5440
Subsurface Utility Engineering I Utility Coordination
DocuSign Envelope ID:3F55018C-8650-4CF1-A1 DF-8A77661 B448C
City of Round Rock-Chisholm Trail Rd. -Supplemental
April 3, 2023
Page 2 of 4
Subsur ace Utility Engineering
The scope of this proposal includes ten (10) QL"A" SUE test holes for the Chisholm Trail Rd.
project in Round Rock, Texas. The project limits are outlined in red on Exhibit B and the test
hole locations are to be identified by the Client. To layout the test holes, TRG will attempt to
designate the target utility 10-feet either side of the test hole.
The survey of SUE field markings and test holes is not included in this scope of work. It is
assumed that the Client's surveyor will provide SUE survey data for use in preparing the final
deliverables.
Any necessary Right-Of-Entry (ROE)permits, including railroad ROE, will be provided by the
Client prior to the start of field work.
Utility Coordination
TRG will perform UC services for this project to facilitate the accommodation of existing utilities.
TRG's utility coordination scope will be limited to the following activities on the project:
• TRG will prepare and update a Utility Conflict Matrix(UCM)for the 60%and 90%design
submittals. The UCM will include potential conflicts with existing utilities and the
proposed project design.
TRG Procedures
OL"D"and "C"—Records Research and Surface Feature Survey
It is the responsibility of the SUE provider to perform due-diligence with regard to records research
and the acquisition of available utility records. The due-diligence provided for this project will
consist of contacting the applicable One Call agency and associated utility owners/municipalities,
visually inspecting the work area for evidence of utilities, and reviewing available utility record
information.Additional utilities not identified through these efforts will be referred to as Unknown
utilities.
OL`B"—Designating
Following a review of the project scope and available utility records with the project manager,
TRG field personnel will begin designating the approximate horizontal position of known
subsurface utilities within the project area. A suite of geophysical equipment that includes
magnetic and electromagnetic induction will be used to designate conductive utilities. Where
access is available, a sonde will be inserted into non-conductive utilities to provide a medium for
transmission which can then be designated using geophysical equipment. Non-conductive utilities
can also be designated using other proven methods, such as rodding and probing. TRG will make
a reasonable attempt to designate Unknown utilities identified during field work; however, no
guarantee is made that all Unknown utilities will be designated. Utilities will be marked and
575 Round Rock West Drive,Building K, Suite 400 1 Round Rock,TX 786811 Phone: 512.580.5440
Subsurface Utility Engineering I Utility Coordination
DocuSign Envelope ID:3F55018C-8650-4CF1-A1DF-8A77661B448C
City of Round Rock-Chisholm Trail Rd. - Supplemental
April 3,2023
Page 3 of 4
labeled to distinguish type and ownership. Field data depicting the designated utilities, as well as
relevant surface features, will be produced to ensure accuracy and completeness of subsequent
survey data. The TRG project manager will review the collected survey data, field data,and utility
records for accuracy and completeness.
QL"A"—Locating
TRG will utilize non-destructive vacuum excavation equipment to excavate test holes at the
requested locations. To layout the test holes, TRG will follow the QL"B" — Designating
procedures described above. Once each utility is located,TRG will record the size,type,material,
and depth. Test holes will be uniquely marked. Excavations will be backfilled by mechanical
means with the appropriate material, and the original surface will be restored. If necessary, TRG
can core pavement up to a depth of 12 inches. Asphalt surfaces will be repaired with an asphalt
cold patch, and concrete cores will be epoxied in place, flush with the surrounding surface. TRG
assumes that flowable fill will not be required when backfilling test holes and that full-section
pavement repair (including sidewalks) will not be required to restore the original pavement
surface. If requested, these services can be provided at an additional cost.
TRG will establish any necessary routine traffic control measures at no additional cost. However,
if non-routine traffic control measures (lane closures, traffic detours, flagpersons, etc.) are
required, this service will be invoiced as a direct expense. Due to the risk of damage, TRG will
not attempt to probe or excavate test holes on AC water lines unless approval is obtained from the
owner in advance. Additionally,excavation in rock,or to a depth greater than 18 feet,is considered
beyond the scope of this proposal.
TRG has made the following assumptions with regard to the test holes on this project:
• All test holes will be accessible to truck-mounted vacuum excavation equipment.
• Right-Of-Way (ROW) permits from the City of Round Rock (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.
• 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 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.
575 Round Rock West Drive,Building K, Suite 400 1 Round Rock,TX 786811 Phone: 512.580.5440
Subsurface Utility Engineering I Utility Coordination
DocuSign Envelope ID:3F55018C-8650-4CF1-A1 DF-8A77661 B448C
City of Round Rock-Chisholm Trail Rd. -Supplemental
April 3,2023
Page 4 of 4
• 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.
• 60% and 90%utility conflict matrices in MS excel and PDF format
Schedule
TRG can mobilize within three(3)weeks of receiving Notice-To-Proceed(NTP). TRG
estimates that the QL "A" SUE work can be completed in twenty-one (21) working days
following approval of the City ROW permit,broken down as follows:
• QL"A" test hole layout and field work—6 days
• QL"A"Deliverable preparation— 15 days (following receipt of survey data from client)
The Utility Coordination schedule will be determined upon project review.
Estimated Fee
The total estimated cost to complete the work described herein is Thirty-Three Thousand Six
Hundred Eight-Five Dollars and 38/100 ($33,685.38). An itemized breakdown of cost is
provided in Exhibit A. Please note that these pricings are based on an assumption of quantities,
and that only actual quantities will be invoiced—up to the total Contract amount.
We look forward to working with you on this project. If there are any questions, please do not
hesitate to call at 512.580.5440.
Respectfully,
The Rios Group,Inc.
Marc Epperly, P.E.
Branch Manager
575 Round Rock West Drive,Building K, Suite 400 1 Round Rock,TX 786811 Phone: 512.580.5440
Subsurface Utility Engineering I Utility Coordination
DocuSign Envelope ID:3F55018C-8650-4CF1-Al DF-8A77661B448C
Q
Estimate for Subsurface Utility Engineering
and Utility Coordination EXHIBIT A
THERIUSGRU�11ty of Round Rock - Chisholm Trail Rd. - Supplement
Hourly Office Labor(SUE) Rate Assumed Unit of Sub-Total
Quantity Measure
Supervisory Engineer $ 166.06 2 HR $ 332.12
SUE Project Manager $ 151.93 6 HR $ 911.58
Assistant Project Manager $ 105.89 8 HR $ 847.12
CADD Technician $ 79.76 10 HR $ 797.60
Engineering Technician $ 66.85 2 HR $ 133.70
Field Manager $ 109.85 4 HR $ 439.40
Administrative Specialist $ 70.80 0 HR $ -
Sub-Total $ 3,461.52
Hourly Office Labor(UC) Rate Assumed Unit of Sub-Total
Quantity Measure
UC Project Manager $ 151.93 2 HR $ 303.86
Senior Utility Coordinator $ 160.00 4 HR $ 640.00
Utility Coordinator $ 120.00 24 HR $ 2,880.00
Sub-Total $ 3,823.86
Direct Expenses Rate Assumed Unit of Sub-Total
Quantity Measure
Traffic Control (Standard) $ 1,500.00 5 DAY $ 7,500.00
Sub-Total $ 7,500.00
QL"B" SUE Designating Rate Assumed Unit of Sub-Total
Quantity Measure
One Designating Person (TH Layout) $ 160.00 10 HR $ 1,600.00
Sub-Total $ 1,600.00
QL"A" SUE Test Holes
Outside Assumed Unit Of
Unit Rate- Depth Sub-Total
Pavement Rate Quantity Measure
0- 5 feet $ 1,315.00 6 EA $ 7,890.00
5 - 8 feet $ 1,600.00 2 EA $ 3,200.00
8 - 13 feet $ 1,995.00 2 EA $ 3,990.00
13 - 20 feet $ 2,575.00 0 EA $ -
Over 20 feet $ 3,025.00 0 EA $ -
Pavement Coring $ 370.00 6 EA $ 2,220.00
Test Hole Total 10
Sub-Total $ 17,300.00
Total Estimated Cost $ 33,685.38
575 Round Rock West Drive, Building K, Suite 4001 Round Rock, TX 786811 Phone: 512.580.5440
Subsurface Utility Engineering I Utility Coordination
>
P.0K:,e-Jos id
'• • '• • ' • Cr;� a E Euffet•
Round Rock NJest
O" ,aWIF
.o 'FA s s Ra patwalley t0
ted'St 1 411 e '
�: it ✓ ' Taco,�r 10 e ;ock� '� `•
d First United�Method�st hurch10,
.,.. .. l .ace ._•. `�'Y .� � �, - -
Sa 9$1 shy Creek VdIW"
Cal,beColl Sion •
I isr7 I - -
a Regus etas. Roun Rock- I`d_Town a
Summit Plaza �N
i ;. n �_J
R
N =The Round Rock
n \'
A
m • t prth t-
F d 4Gte�w°a'
_ a
Goo I ar
cn
I Ta uerias randinas
DocuSign Envelope ID:3F55018C-8650-4CF1-A1 DF-8A77661 B448C
FI �( I ra
Z
Solutions
April 13, 2023
Bryan Pham
Freese and Nichols, Inc.
10431 Morado Circle
Building 5, Suite 300
Austin, Texas 78759
RE: TAS Proposal for the Chisholm Trail Improvements Project
Dear Bryan:
This is a proposal for the project registration,preliminary plan review, final plan review, and final
inspection of the Chisholm Trail Improvements Project in Round Rock,Texas for compliance with
Chapter 469 of the Texas Government Code, State of Texas Architectural Barriers Act, and the
Texas Accessibility Standards(TAS).
Altura Solutions proposes to register the project with TDLR,perform the preliminary plan review,
final plan review, and perform the final inspection for compliance with the TAS.
Feel free to contact us at(512)410-7059 to answer any questions or discuss details of the proposal.
Thank you for considering Altura Solutions to meet your accessibility consulting needs. We look
forward to working with you on the project.
Sincerely,
J
Jesus Lardizabal,
RAS #1051
Manager
DocuSign Envelope ID:3F55018C-8650-4CF1-A1 DF-8A77661 B448C
Chisholm Trail Improvements Project Proposal for RAS Services
PROJECT SCOPE AND DESCRIPTION
Reconstruction of Chisholm Trail between Sam Bass Road and FM 620(approximately 2,300 LF)
to meet ADA compliance.
SCOPE OF WORK
Altura Solutions proposes to perform the following services in compliance with the Chapter 469
of the Texas Government Code, State of Texas Architectural Barriers Act to verify compliance
with the Texas Accessibility Standards (TAS):
• Register the project with TDLR
• Perform preliminary plan review of the 90% project construction documents (as provided by
client)
• Perform final plan review of the 100%project construction documents (as provided by client)
• Perform the final inspection of the project upon completion
EXCLUSIONS
The proposal excludes services to determine compliance with other federal, state, or local
accessibility requirements such as Public Rights-of-Way Guidelines(PROWAG)and accessibility
requirements of building and housing codes such as the International Building Code (IBC).
SCHEDULE
Altura Solutions will perform the project registration within three working days of receiving the
required documents and registration fee.
Altura Solutions will perform the preliminary plan review and provide a report of findings within
fifteen working days after receiving all required documents
Altura Solutions will perform the final plan review and provide a report of findings within fifteen
working days after receiving all required documents.
Altura Solutions will perform the final inspection and deliver the Inspection Report within fifteen
working days of receiving access to the facility and payment of Inspection Fee.
DELIVERABLES
The following items will be produced and delivered by Altura Solutions as part of this project:
• Altura Solutions will provide proof of project registration via the TDLR Proof of Registration
Sheet.
• Altura Solutions will provide the Preliminary Plan Review Report detailing the observed
findings of elements that are not in compliance with the Texas Accessibility Standards(TAS)
• Altura Solutions will provide the Final Plan Review Report detailing the observed findings of
elements that are not in compliance with the Texas Accessibility Standards (TAS).
• Altura Solutions will provide the Inspection Report detailing the observed elements that are
not in compliance with the Texas Accessibility Standards (TAS).
Altura Solutions,LLC Page 2 3616 Far West Blvd. Ste 117-288
(512)410-7059 Austin,Texas 78731
DocuSign Envelope ID:3F55018C-8650-4CF1-A1 DF-8A77661 B448C
Chisholm Trail Improvements Project Proposal for RAS Services
CONSULTING FEE AND INVOICING
The following fees are proposed for the services outlined in this proposal:
• Project Registration(includes TDLR's required registration fee)................$300.00
• TAS Preliminary Plan Review Report.......................................................$1,200.00
• TAS Final Plan Review Report..................................................................$1,300.00
• TAS Final Inspection Report.....................................................................$2,200.00
The total proposed consulting fee under this agreement is five thousand dollars and zero cents
($5,000.00).
To initiate services, the following items must be provided:
• Signed agreement
• A check for $1,200.00 for the Preliminary Plan Review fee should be made out to Altura
Solutions, LLC.
The fees listed above are limited to one preliminary plan review, one final plan review, one hour
of technical assistance/consulting, and one final inspection. Additional preliminary reviews, plan
review revisions,meetings, site visits,re-inspections,and additional consulting will be considered
additional services and will be billed in addition to the contract amount above.This consulting rate
is $195 per hour and $250 for site visits. Plan Review fees are valid for six months from date of
proposal and inspection fees are valid for twelve months from original estimated completion date,
after which Altura Solutions reserves the right to propose an increased fee.
Invoices for services are due within 30 days of receipt by client.
LIMIT OF LIABILITY
Client agrees that Altura Solutions' limit of liability for any claim against it for services performed
under this contract shall be limited to the total of fees paid to Altura Solutions pursuant to this
agreement, but excluding the Texas Department of Licensing and Regulation (TDLR) required
project filing fees.
Altura Solutions, LLC Client
By: By:
Print Name: Jesus Lardizabal Print Name:
Title: Manager Title:
Date: Date:
Altura Solutions,LLC Page 3 3616 Far West Blvd. Ste 117-288
(512)410-7059 Austin,Texas 78731
DocuSign Envelope ID:3F55018C-8650-4CF1-A1DF-8A77661B448C
F1--o-,
INLAND GEODETICS
Land Surveyors
nk--f
April 12,2023
Revised:April 13, 2023
Bryan Pham, PE
Transportation Design
Freese and Nichols, Inc.
512-617-3196
bryan.pham@freese.com
RE: Additional Services 3
Locate Test Holes
Project: Chisholm Trail Improvements
Mr. Pham:
Inland Geodetics is please to present our proposal to perform Professional Surveying Services for the above
referenced project. The specific scope of work is developed from email instructions dated April 10, 2023.
Inland understands that the City of Round Rock will secure ROE for surveying activities prior to NTP and provide
Inland copies with any special instructions.
SCOPE OF SERVICES
Project Site
t
1�
r
1
Locate Test Holes
1. Inland will utilize survey control monuments as established from previous work on this project.
2. The coordinate values will be reconciled to NAD 83 Texas State Plane Coordinates,Central Zone 4203, US
Survey feet and NAVD 88 for vertical control datums. These values will be derived from GPS SmartNet
1504 Chisholm Trail Road,Suite 103
Round Rock,TX 78681
512-238-1200
TBPELS Firm Reg. No. 10059100
DocuSign Envelope ID:3F55018C-8650-4CF1-A1DF-8A77661B448C
April 13,2023 Page 2 of 2
VRS observations at each point that include geographic positions of northing, easting and orthometric
heights.
3. Inland will coordinate with a Subsurface Utility Engineer (SUE) of the Clients choosing and locate a
maximum of ten (10)test holes from said SUE company within the Project Limits.
4. Deliverables will include 2D and 3D Topo (.dgn) processed files in MicroStation V8.11 SS10 with all chains
and points. Shall include within the drawing file: Company name, address,telephone number, surveyor's
name, dates) of survey and survey datum information. A list of benchmarks and project control
coordinates will be included.
The Lump Sum fees for the above services to be:
Locate Test Holes: $5,000.00 (non taxable)
TOTAL: $5,000.00
Inland will begin work within two (2)weeks of Notice to Proceed.
The estimated fee proposed above are based on personnel time required to perform the described Scope of
Services. Additional time requirements resulting from project scope changes, site/route changes, plan revisions,
field recovery of or discrepancies of control provided will be considered reasonable cause for us to seek additional
compensation for services not included in these amounts.
INLAND GEODETICS Client:
Miguel A. Escobar, LSLS, RPLS Signature: Date:
Chief Surveyor Printed Name:
1504 Chisholm Trail Road, Suite 103 Title:
Round Rock,Texas 78681 Company Name:
512-238-1200
P:\Proposals\Freese and Nichols(FNIC)\Chisholm Trail Add Service(FNIC-002)2023-02\Inland Proposal-Chisholm Trail Add Service 3-rev2023-04-13.doa
Inland Geodetics
TBPELS Firm No.10059100