Contract - Brown & Gay Engineers, Inc. - 11/16/2023 STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO. 8
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: BROWN & GAY ENGINEERS, INC. ("Engineer")
ADDRESS: 101 West Louis Henna Boulevard, Suite 400,Austin, TX 78728
PROJECT: Gattis School Road Segment 6
This Supplemental Contract No. 8 to Contract for Engineering Services is made by and between
the City of Round Rock, Texas, hereinafter called the "City" and Brown & Gay Engineers, Inc.,
hereinafter called the "Engineer."
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter
called the "Contract," on the 11th day of February, 2016 for the Gattis School Road Segment 6
Project in the amount of$482,439.90; and
WHEREAS,the City and Engineer executed Supplemental Contract No. 1 to the Contract on May
10, 2018 by Resolution No. R-2018-5420 modifying the scope of services and increasing the
compensation by $401.872.25 for a total of$884,312.15; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 2 to the Contract on
October 1, 2018 to modify the provisions for the scope of services and to increase the
compensation by $8,540.00 for a total of$892,852.15; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 3 to the Contract on
September 12, 2019 to modify the provisions for the scope of services and to increase the
compensation by $177,053.00 to a total of$1,069,905.15; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 4 to the Contract on
January 23, 2020 to modify the provisions for the scope of services and to increase the
compensation by $119,914.00 to a total of$1,189,819.15; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 5 to the Contract on
December 2, 2020 to modify the provisions for the scope of services and to increase the
compensation by $216,816.50 to a total of$1,406,635.65; and
WHEREAS, the City and Engineer executed Supplemental Contract No. 6 to the Contract on
March 26,2021 to modify the provisions for the scope of services and to increase the compensation
by $25,190.00 to a total of$1,431,825.65; and
Supplemental Contract Rev.06/16
0199.1602;4861-0470-2089 84275
R-2023 -3�p ,
WHEREAS, the City and Engineer executed Supplemental Contract No. 7 to the Contract on
March 10,2022 to modify the provisions for the scope of services and to increase the compensation
by $88,390.00 to a total of$1,520,215.65; 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 $125,704.00 to a total of$1,645,919.65;
NOW THEREFORE,premises considered, the City and the Engineer agree that said Contract is
amended as follows:
I.
Article 1, City Services and Exhibit A, City Services shall be amended as set forth in the attached
Addendum To Exhibit A.
II.
Article 2, Engineering Services and Exhibit B, Engineering Services shall be amended as set forth
in the attached Addendum to Exhibit B. Exhibit C, Work Schedule shall be amended as set forth
in the attached Addendum to Exhibit C.
III.
Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by
$125,704.00 the lump sum amount payable under the Contract for a total of $1,645,919.65, as
shown by the attached Addendum to Exhibit D.
IN WITNESS WHEREOF,the City and the Engineer have executed this Supplemental Contract
in duplicate.
[signature pages follow]
Supplemental Contract Rev.06/16
0199.1602;4861-0470-2089 84275
2
BROWN & GAY ENGINEERS, INC.
By: C2uL A-) g6,gTaAd-
Erin N.Gonzal
10/23/2023
Date
Supplemental Contract Rev.06/16
0199.1602;4861-0470-2089 84275
3
CITY OF ROUND ROCK APPROVED AS TO FORM:
Craig rgan, ayor Stephanie L. Sandre, City Attorney
23
Date
Supplemental Contract Rev.06/16
0199.1602;4861-0470-2089 84275
4
ADDENDUM TO EXHIBIT A
CITY SERVICES
• City of Round Rock will provide digital design files for development/roadway projects to the
Engineer, as needed.
• City of Round Rock will provide any records available which would assist in the completion of
the project development.
• City of Round Rock will provide timely reviews and decisions necessary to maintain the project
work schedule.
Gattis School Road City of Round Rock
From Red Bud Lane to Via Sonoma Trail Exhibit B-8
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 Gattis School Road from Red Bud Lane to Via Sonoma Trail and along Red
Bud Lane approximately 500' south of Gattis School Road. The project consists of
reconstructing approximately 0.65 miles of the existing 4-lane roadway section to a 6-lane
divided facility and adding a right turn lane on Red Bud Lane. This project involves surveying,
engineering analyses, and associated details necessary to produce PS&E to a 100% design,
including bidding & award services, and construction phase support.
The ENGINEER shall perform all work and prepare all deliverables in accordance with the latest
version of the City of Round Rock criteria.
The ENGINEER shall perform quality control and quality assurance (QA/QC) on all deliverables
associated with this project.
The ENGINEER shall provide traffic control in accordance with the Texas Manual on Uniform
Traffic Control Devices (TMUTCD) when performing onsite activities associated with this
contract.
RIGHT OF WAY DATA (Function Code 130)
1. Utility Coordination (Halff Associates, Inc.)
E. The Engineer shall perform all Subsurface Utility Engineering (SUE), Utility
Coordination, and Utility Engineering services for approximately twelve (15)utilities
as listed below:
Underground
• AT&T—Telephone
• AT&T—Fiber Optic Cable
• Grande Communications—Fiber Optic Cable
• Round Rock ISD—Fiber Optic Cable
• City of Round Rock—Water
• City of Round Rock—Wastewater
• City of Round Rock—Lighting/traffic signal
• Time Warner Cable—Cable TV
• Atmos Energy—Gas
• Oncor Electric Delivery—Electric
• Manville WSC—Water
• Windermere Utility Co. —Wastewater
• Zayo
• Altice Sudden Link
• Google Fiber—Fiber Optic Cable
Sheet 1 of 8
Gattis School Road City of Round Rock
From Red Bud Lane to Via Sonoma Trail Exhibit B-8
Services to be Provided by the Engineer
F. The work to be performed by the Engineer under this contract shall consist of
providing engineering services required for SUE, Utility Coordination and Utility
Engineering on the Gattis School Road Project. The existing utility file will be
referenced into the current roadway design sheets to create a test hole location work
plan. A sketch of the area to be included for the proposed test hole locations "Level
A"will be provided prior to the start of the work and must be approved by the City of
Round Rock.
G. These services include SUE, utility adjustment coordination activities including but
not limited to, meeting and contact with utilities on the project, initial project
notifications,preparation of existing utility layouts,providing progress reports,
preparation of contact lists, reviewing conflicts between the utilities and the proposed
project, and creation of a utility conflict list. The above list of services is general in
nature and should not be considered inclusive to the engineer's responsibilities, as
listed in the following scope.
H. Subsurface Utility Engineering (SUE) including utility investigations subsurface
and above ground prepared in accordance with AASHTO standards [ASCE C-13 8-
02]
38-
02] and Utility Quality Levels as follows.
i. Utility Quality Levels are defined in cumulative order(least to greatest) as follows:
a. Quality Level D - Existing Records: Utilities are plotted from review of
available existing records.
b. Quality Level C - Surface Visible Feature Survey: Quality level "D"
information from existing records is combined with surveyed surface-
visible features (performed by surveyor). Includes Quality Level D
information. If there are variances in the designated work area of Level D
then a new schematic or plan layout, if needed, is required showing the
limits of the proposed project and limits of the work area required for this
work authorization; including highway stations, limits within existing or
proposed right of way, additional areas outside the proposed right of way,
and distances or areas to be included down existing intersecting roadways.
C. Quality Level B - Designate: Two-dimensional horizontal mapping. This
information is obtained through the application and interpretation of
appropriate non-destructive surface geophysical methods. Incorporates
quality levels C and D information to produce Quality Level B.If there are
variances in the designated work area of Level D then a new schematic or
plan layout, if needed, is required showing the limits of the proposed project
and limits of the work area required for this work authorization; including
highway stations, limits within existing or proposed right of way, additional
areas outside the proposed right of way, and distances or areas to be
included down existing intersecting roadways.
d. Quality Level A - Locate (Test Hole): Three-dimensional mapping and
other characterization data. This information is obtained through exposing
utility facilities through test holes. Actual locations are tied to survey
control (performed by surveyor). Incorporates quality levels B, C and D
information to produce Quality Level A.
ii. Designate Quality Level B),Designate means to indicate the horizontal location of
Sheet 2 of 8
Gattis School Road City of Round Rock
From Red Bud Lane to Via Sonoma Trail Exhibit B-8
Services to be Provided by the Engineer
underground utilities by the application and interpretation of appropriate non-
destructive surface geophysical techniques.Designate(Quality Level B)Services are
inclusive of Quality levels C and D.
The UC shall:
a. As requested by the City, compile"As Built"information from plans,plats
and other location data as provided by the utility owners.
b. Coordinate with utility owner when utility owner's policy is to designate
their own facilities at no cost for preliminary survey purposes.The Engineer
shall examine utility owner's work to ensure accuracy and completeness.
C. Designate, record and mark the horizontal location of the existing utility
facilities using non-destructive surface geophysical techniques.No storm
sewer facilities are to be designated. A non-water base paint,utilizing the
American Public Works Association(APWA)color code scheme,must be
used on all surface markings of underground utilities.
d. Correlate utility owner records with designating data and resolve
discrepancies using professional judgment. A color-coded composite utility
facility plan with utility owner names, quality levels, line sizes and
subsurface utility locate (test hole) locations, if applicable shall be
submitted. It is understood that the line sizes of designated utility facilities
detailed on the deliverable are from the best available records and that an
actual line size is normally determined from a test hole vacuum excavation.
A note must be placed on the designate deliverable that states "lines sizes
are from best available records".All above ground appurtenance locations
must be included in the deliverable. This information shall be provided in
AutoCadd Civil 3D format. The electronic file shall be delivered on CD. A
hard copy is required and must be sealed and dated by Halff.
e. Clearly identify all utilities that were discovered from quality levels C and
D investigation but cannot be depicted in quality level B standards. These
utilities must have a unique line style and symbology in the designate
(Quality Level B) deliverable.
iii. Subsurface Utility Locate Test Hole) Service (Quality Level A) (Up to 4 Test
Holes),Locate means to obtain precise horizontal and vertical position,material type,
condition,size and other data that may be obtainable about the utility facility and its
surrounding environment through exposure by non-destructive excavation
techniques that ensures the integrity of the utility facility. Subsurface Utility Locate
(Test Hole)Services(Quality Level A)are inclusive of Quality Levels B,C,and D.
The Engineer shall:
a. Review requested test hole locations and advise the City of Round Rock in
the development of an appropriate locate(test hole)work plan relative to
the existing utility infrastructure and proposed highway design elements.
b. Coordinate with utility owner inspectors as may be required by law or
utility owner policy.
C. Neatly cut and remove existing pavement material,such that the cut not to
exceed 0.10 square meters (1.076 square feet)unless unusual circumstances
exist.
d. Measure and record the following data on an appropriately formatted test
Sheet 3 of 8
Gattis School Road City of Round Rock
From Red Bud Lane to Via Sonoma Trail Exhibit B-8
Services to be Provided by the Engineer
hole data sheet that has been sealed and dated by the Engineer:
i. Elevation of top and/or bottom of utility tied to the datum of the
furnished plan. (Provided by surveyor)
ii. Identify a minimum of two benchmarks utilized. Elevations shall be
within an accuracy of 15mm (.591 inches) of utilized benchmarks.
(Provided by surveyor)
iii. Elevation of existing grade over utility at test hole location. (Provided
by surveyor)
iv. Horizontal location referenced to project coordinate datum. (Provided
by surveyor)
V. Outside diameter of pipe or width of duct banks and configuration of
non-encased multi-conduit systems.
vi. Utility facility material(s).
vii. Utility facility condition.
viii. Pavement thickness and type.
ix. Coating/Wrapping information and condition.
X. Unusual circumstances or field conditions.
e. Excavate test holes in such a manner as to prevent any damage to
wrappings,coatings,cathodic protection or other protective coverings and
features.
f. Be responsible for any damage to the utility during the locating process. In
the event of damage, the Engineer shall stop work, notify the appropriate
utility facility owner, City of Round Rock, and appropriate regulatory
agencies. The regulatory agencies include but are not limited to the Railroad
Commission of Texas and the Texas Commission on Environmental
Quality. The Engineer will not resume work until the utility facility owner
has determined the corrective action to be taken. The Engineer shall be
liable for costs involved in the repair or replacement of the utility facility.
g. Back fill excavations with appropriate material, compact backfill by
mechanical means, and restore pavement and surface material. The
Engineer shall be responsible for the integrity of the backfill and surface
restoration for a period of three years. Install a marker ribbon throughout
the backfill.
h. Furnish and install a permanent above ground marker directly above center
line of the utility facility.
i. Provide complete restoration of work site and landscape to equal or better
condition than before excavation. If a work site and landscape is not
appropriately restored,the Engineer shall return to correct the condition at
no extra charge to the City of Round Rock.
j. Plot utility location position information to scale.
I. Utility Adiustment Coordination including utility coordination meetings with
individual utility companies, and communication and coordination with utilities.
i. The Utility Coordinator shall perform utility coordination and liaison activities
with involved utility owners, their consultants, and the City of Round Rock to
achieve timely project notifications, formal coordination meetings, conflict
Sheet 4 of 8
Gattis School Road City of Round Rock
From Red Bud Lane to Via Sonoma Trail Exhibit B-8
Services to be Provided by the Engineer
analysis and resolution.
a. The Utility Coordinator shall coordinate all activities with the City of
Round Rock,or their designee,to facilitate the orderly progress and timely
completion of the design phase. The Utility Coordinator will be
responsible for the following:
b. The Utility Coordinator shall provide initial project notification letters to
all affected utility companies, owners, and other concerned parties, if
needed.
C. The Utility Coordinator shall provide the City of Round Rock and all
affected utility companies and owners a Utility Contact List for each project
with all information such as: (a) Owner's Name; (b) Contact Person; (c)
Telephone Numbers; (d) Emergency Contact Number; (e) E-mail
addresses; (f) as well as all pertinent information concerning their
respective affected utilities and facilities, including but not limited to: size,
number of poles, material, and other information which readily identifies
the utilities companies' facilities.
d. The Utility Coordinator shall advise utility companies and owners of the
general characteristics of the Project and provide an illustration of the
project footprint for mark-up of the utility facility locations that occupy
the project area.
e. The Utility Coordinator shall coordinate which utilities will conflict with
roadway construction and make the utility company aware of these
conflicts.
f. The Utility Coordinator shall respond to request for information (RFI)'s
as needed during the utility construction phase.
g. The Utility Coordinator shall monitor the utility adjustments status on a
monthly basis and provide regular status updates.
J. Utility Engineering The Engineer will provide engineering services required for the
development of construction plans of Two 4-inch conduits for future fiber optic cable
installation with pull boxes approximately every 500 feet.
Conduit plans will be developed along Gattis School Road beginning at Via Sonoma
Trail and ending at Red Bud Lane. The conduit plans will include lateral conduit
connections between the conduit backbone and pull boxes located traffic signal
cabinets. Lateral conduit connections to the traffic signal cabinets will utilize existing
crossing locations already designed for proposed traffic signals at the following Gattis
Sheet 5 of 8
Gattis School Road City of Round Rock
From Red Bud Lane to Via Sonoma Trail Exhibit B-8
Services to be Provided by the Engineer
School Road cross streets:
i. Via Sonoma Trail
ii. Lake Forest Drive
iii. High County Boulevard
iv. Red Bud Lane
FIELD SURVEYING (Function Code 150) (Inland Geodetics)
1. General
A. Surveys provided will be in accordance with the "Texas State Board of Land
Surveying" and the applicable City of Round Rock regulations.
B. Survey field notes will be submitted if requested by the City of Round Rock.
C. Survey control (vertical and horizontal) captured and established during the initial
phase will be utilized.
D. Perform ROW staking as requested by the City of Round Rock.
E. Verify and compare previously located utility data with current ground conditions.
The Surveyor will contact the One-Call System in advance of performing field
surveys to attempt data collection includes ties to location of marked utilities (if
needed). This task does not always allow for timing of markings with the survey
activities. Reasonable attempts to coordinate with utility owners will be made to
achieve efficiency in data collection. Historically, results in this task have been
marginal and there may cause to seek additional compensation for repeated trips to
the project site to complete this effort.
ROADWAY DESIGN CONTROLS (Function Code 160)
1. 100% Design Development
Perform the following items to incorporate a portion of the Red Bud South project into the
plans.
A. Geometric Design—Revise the horizontal alignment; vertical profile; pavement
cross slopes; front slope, back slope, and ditch configuration that meet acceptable
design criteria and remain within the limits of the proposed ROW.
B. Design Cross Sections —Develop roadway cross sections associated with the
proposed horizontal alignment and vertical profile in accordance with acceptable
design criteria.
C. Typical Sections—Prepare existing and proposed typical sections.
D. Plan & Profile Drawings (1"=100')—Drawings to include critical basemap
information, control and benchmark data,proposed roadway improvements including
horizontal and vertical roadway geometry, pavement edge geometry, drainage,
Sheet 6 of 8
Gattis School Road City of Round Rock
From Red Bud Lane to Via Sonoma Trail Exhibit B-8
Services to be Provided by the Engineer
grading and miscellaneous improvements.
E. Alignment Data Sheets—Prepare horizontal and vertical alignment data sheets with
the Geopak baseline descriptions.
F. Earthwork Quantities—Prepare final cut/fill and general earthwork calculations to
support design elements and roadway construction efforts.
DRAINAGE (Function Code 161)
100% PS&E:
A. Develop storm water hydrology for the existing and ultimate roadway section
throughout the limits of the project. The model shall incorporate the 10%, 4% and
1% annual chance storm (10-year, 25-year, and 100-year) events. Modeling shall
develop storm water flows to all cross culverts and roadway conveyances. Based on
the data developed, drainage infrastructure shall be designed for the project area to
include a level of detail sufficient to establish cost estimates and required easements
and possession and use agreements for the construction of the proposed drainage
structures and channel improvements.
B. Develop designs for proposed storm water collection systems for the proposed curb-
and-gutter portion of the project area. Storm sewer designs shall be developed using
Geopak Drainage.
C. Identify potential utility conflicts based on design for the project area.
D. Develop locations for detention facilities if applicable.
E. Coordinate the design with the City of Round Rock.
MISCELLANEOUS (ROADWAY) (Function Code 163)
Repackage 100%PS&E for re-letting.
A. Traffic Control Plans (TCP)—Prepare Sequence of Phased Construction. Prepare
TCP cross sections to identify temporary pavement needs. Identify impacts to
existing drainage. TCP will be presented in construction plans.
B. Cost Estimates—Prepare updated construction cost estimates at each milestone
submittal.
BID PHASE SERVICES (Function Code 170)
A. 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.
B. Provide bidding support services, including assistance with responding to bidder
questions, attend pre-bid meeting, and prepare minutes. Agenda will be prepared by
Sheet 7 of 8
Gattis School Road City of Round Rock
From Red Bud Lane to Via Sonoma Trail Exhibit B-8
Services to be Provided by the Engineer
the City.
C. Prepare Responses to Bidders' questions.
D. 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. Agenda will be prepared by the City.
B. Assist City with Shop Drawing and material review and approval (assume 16
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. At the completion of pond construction, the City will provide survey information for
the pond locations or modifications. With the City survey information, the Engineer
will provide certification that the ponds were constructed per plan.
G. 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 8 of 8
ADDENDUM EXHIBIT C
WORK SCHEDULE
DATE MILESTONE
October 2023 —March 2024 Coordinate with Utilities
January 2024 Letting
April 2024 Award Construction Contract-NTP Construction
April 2024—April 2026 Construction Phase Services
ADDENDUM TO EXHIBIT D
FEE SCHEDULE
Attached Behind This Page
PROJECT NAME: GATTIS SCHOOL RD EXHIBIT D-8- FEE SCHEDULE
FROM RED BUD LN TO VIA SONOMA TRL
FC DESCRIPTION BGE Halff Inland TOTAL
FC 110 ROUTE AND DESIGN STUDIES $0.00 $0.00
FC 120 ENVIRONMENTAL $0.00 $0.00
FC 130 ROW $0.00 $26,310.00 $26,310.00
FC 145 GENERAL MANAGEMENT/COORDINATION $0.00 $0.00
FC 150 FIELD SURVEYING AND PHOTOGRAMMETRY $0.00 $5,412.00 $5,412.00
FC 160 ROADWAY DESIGN CONTROLS $9,671.00 $9,671.00
FC 161 DRAINAGE $33,272.00 $33,272.00
FC 162 SIGNING, PAVEMENT MARKINGS, AND SIGNALIZATION $0.00
FC 163 MISCELLANEOUS ROADWAY $16,177.00 $16,177.00
FC 170 BID PHASE SERVICES $18,474.00 $18,474.00
FC 309 CONSTRUCTION PHASE SUPPORT SERVICES $16,388.00 $16,388.00
EXPENSES $0.00 1 $0.00
F-- TOTAL $93,982.00 $26,310.00 $5,412.00 1 $125,704.00
BROWN GAY ENGINEERS,INC. EXHIBIT D-1-FEE SCHEDULE
PROJECT NAME: GATTIS SCHOOL RD
FROM RED BUD LN TO VIA SONOMA TRL
TASK DESCRIPTION Senior Project Project EIT Senior Senior Senior ENV Admin/ Total TOTAL LABOR
Project Mgr Manager Engineer Engineer Tech CADD Op ENV Scientist Clerical HRS.&COSTS
FC 110 ROUTE AND DESIGN STUDIES 0 $0.00
Data collection $0.00
Review of data $0.00
Complete design summary form $0.00
Route studies $0.00
CAMPO Application Assistance 0 0 0 0 0 0 0 $0.00
FC 120 ENVIRONMENTAL COMPLIANCE AND PUBLIC INVOLVEMENT 0 $0.00
1.Data Collection and Environmental Constraints Mapping 0 $0.00
2.TxDOT Environmental Scoping Documentation 0 $0.00
3.Archeological Background Study Technical Report 0 $0.00
4.Historic Structures Project Coordination Request Form 0 $0.00
5.Water Resources Technical Report 0 $0.00
6.Biological Evaluation and Tier 1 Form 0 $0.00
7.Hazardous Materials Initial Site Assessment 0 $0.00
8.Traffic Noise Analysis 0 $0.00
Coordination with TxDOT on ENV 0 $0.00
Public involvement
General public outreach 0 $0.00
Public meetings 0 $0.00
1 on 1 meetings with key stakeholders 0 $0.00
Community meetings with HOAs 0 $0.00
FC 130 RIGHT OF WAY DATA 0 $0.00
Utility coordination 0 $0.00
FC 145 PROJECT MANAGEMENT $0.00
Meetings 0 $0.00
General contract administration 0 $0.00
LGPP Checklist 0 $0.00
FC 160 ROADWAY DESIGN CONTROLS $9,671.00
Final Design Development
Geometric design 0 $0.00
Revisions to Alignment at project limits 0 $0.00
Design cross sections util conflict 0 $0.00
100%PS&E-Red Bud Update
Typical Sections 1 2 2 6 5 16 $2,059.00
Plan&Profile Drawings 1 6 8 10 25 $3,473.00
Alignment Data Sheets 1 2 2 8 13 $1,673.00
Earthwork Quantities 2 4 4 8 18 $2,466.00
Identi potential utility conflicts/adjustments 0 $0.00
FC 161 DRAINAGE $33,272.00
External storm water hydrology(ex/prop) 0 $0.00
Internal storm water hydrology(ex/prop) 1 3 3 4 2 13 $1,821.00
HEC-RAS designs for all cross drainage(ex/prop) 0 $0.00
Hydraulic Data Sheets 0 $0.00
Culvert Layout P&P Sheets 0 $0.00
Geo ak Drainage design for proposed storm sewer(ex/prop) 4 16 16 24 16 76 $10,292.00
Storm Sewer P&P Sheets 4 12 16 32 40 104 $13,116.00
Hydraulic Data Sheets-SS 2 4 8 6 20 $2,542.00
Avoid potential utility conflicts/adjustments 6 8 6 20 $2,808.00
Detention Design 1 2 4 2 3 12 $1,675.00
Coordinate design with the CoRR staff 2 2 2 6 $1,018.00
BROWN GAY ENGINEERS,INC. EXHIBIT D-1-FEE SCHEDULE
PROJECT NAME: GATTIS SCHOOL RD
FROM RED BUD LN TO VIA SONOMA TRL
TASK DESCRIPTION Senior Project Project EIT Senior Senior Senior ENV Admin/ TOTAL LABOR
Proiect M r Manager Engineer Engineer Tech CADD Op ENV Scientist Clerical HRS.&COSTS
FC 162 SIGNING,PAVEMENT MARKINGS,AND SIGNALIZATION $0.00
Signing&Pavement Markings plan sheets and details 0 $0.00
Proposed Traffic Signal layouts and details 0 $0.00
Quantity Summary sheets 0 $0.00
FC 163 MISCELLANEOUS ROADWAY $16,177.00
Traffic control plans(TCP)-Construction Narrative/Phased Construction 1 2 3 3 9 $1,317.00
Traffic control plans(TCP)-Phased Layouts 2 4 3 8 6 23 $3,100.00
Traffic control plans(TCP)-Cross Sections 1 1 2 2 6 $895.00
Traffic control plans(TCP)-Temp Signal analysis 0 $0.00
Title Sheet/Project La out/Misc Drawings 0 $0.00
Cost estimates 1 2 5 6 14 $1,923.00
Illumination Photometric Stud Modeled in AGI 32 0 $0.00
Illumination Layout Roll Plot w/light intensity measurements 0 $0.00
Illumination Circuit Design,Layouts,and Details 0 $0.00
Plan Change Coordination for ITS Conduit 0 $0.00
Specification Development 0 $0.00
Re-package plans for advertisement 2 6 10 16 18 52 $6,614.00
Update standards 2 6 12 20 $2,328.00
0 $0.00
FC 170 BID PHASE SERVICES $18,474.00
Project Manual Development(Updates) 2 4 4 20 2 32 $4,036.00
Pre-bid Meeting Attendance 2 2 2 6 $936.00
Respond to Bidders'Questions 4 12 32 40 88 $11,804.00
Bid tabulations&Award 2 4 4 10 $1,698.00
FC 309 CONSTRUCTION PHASE SUPPORT SERVICES $16,388.00
Pre-Construction Meeting Attendance 2 2 2 2 8 $1,156.00
Site Visits 4 ea 8 8 8 1 24 $4,072.00
Shop Drawings/Submittals Review 8 ea 2 8 6 8 24 $3,550.00
Change Orders review and processing 0 $0.00
Respond to Contractor Questions(RFIs)(10 ea 8 12 18 10 2 50 $7,610.00
Project Walk-Thru/Close-out 0 $0.00
HOURS SUB-TOTALS 56 124 148 202 151 0 0 0 8 689 689
CONTRACT RATE PER HOUR $225.00 $174.00 $138.00 $110.00 $110.00 $90.00 $195.00 $130.00 $69.00
TOTAL LABOR COSTS $12,600.00 $21,576.00 $20,424.00 $22,220.00 $16,610.00 $0.00 $0.00 $0.00 $552.00 $93,982.00
SUBTOTAL $93,982.00
TOTAL TOTAL Senior Project Project Senior Senior Senior ENV Admin/
FUNCTION CODE TOTAL COSTS DIRECT LABOR Project Manager Engineer EIT Engineer CADD ENV Scientist Clerical TOTAL MH BY FC
EXPENSE COSTS Manager Tech O erator
$93,982.00 $0.00 $93,982.00 56 124 148 202 151 0 0 0 8 689 689
0
SUBTOTAL LABOR HOURS 56 124 148 202 151 0 0 0 8 689 689
SUBTOTAL LABOR EXPENSES 1 $93,982.00 1 $0.00 1 $93,982.00 8.1% 18.0% 1 21.5% 1 29.3% 21.9% 0.0% 1 0.0% 1 0.0% 1.2%
BROWN GAY ENGINEERS,INC. EXHIBIT D-1-FEE SCHEDULE
PROJECT NAME: GATTIS SCHOOL RD
FROM RED BUD LN TO VIA SONOMA TRL
OTHER DIRECT EXPENSES QUANTITY UNIT RATE
Milea e 0 mile $ 0.56 $0.00
Photocopies B/W 11"X 17" 0 each $ 0.20 $0.00
Photocopies Color 8 1/2"X 11" 0 each $ 0.75 $0.00
Photocopies Color 11"X 17" 0 each $ 1.25 $0.00
Geosearch hazmat 0 each $ 500.00 $0.00
Lar e Format Plottin 0 SF $ 2.25 $0.00
SUBTOTAL DIRECT EXPENSES
SUMMARY
TOTAL LABOR COSTS $93,982.00
NON-SALARY OTHER DIRECT EXPENSES $0.00
GRAND TOTAL $93,982.00
HALFF&ASSOCIATES EXHIBIT D-FEE SCHEDULE
PROJECT NAME:GATTIS SCHOOL RD
FROM RED BUD LN TO VIA SONOMA TRL
PRINCIPAL PROJECT SR PROJECT DESIGN EIT SENIOR UTILITY CARD/ SURVEY SURVEY 2 MAN SUE 1 MAN 2 MAN 2 MAN LERICAL TOTAL LABOR
TASK/DESCRIPTION MANAGER ENGINEER ENGINEER ENGINEER UTILITY COORDINATOR GIS iAANAGEF TECH SURVEY FIELDSUE SUE LOCATING /ADMIN MAN- CHARGES
COORDINATOR RPLS CREW ANAGE CREW CREW CREW HOURS
TASK 1 SUBSURFACE UTILITY ENGINEERING(SUE)
SUE FOR CONSTRUCTION PHASE 0 $0
0 $0
SUBTOTAL HOURS/COSTS 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
TASK 2 UTILITY ADJUSTMENT COORDINATION
MEETINGS/COORDINATION 10 14 80 4 108 $16,810
RESPOND TO RFI's 0 $0
SUBTOTAL HOURS/COSTS 0 1 0 10 14 0 0 0 80 0 1 0 0 1 0 0 1 0 1 0 4 1 0 108 16810
TASK 3 UTILITY ENGINEERING
EXISTING UTILITY LAYOUT/CONFLICT ANALYSIS 6 40 4 50 $7,860
MEETINGS(1 public,up to 12 individual) 0 $0
CONDUIT DESIGN-ITS 4 6 12 $1,640
SUBTOTAL HOURS/COSTS 0 0 0 10 8 0 0 40 0 0 0 0 0 0 0 4 0 62 $9,500
FEE SUMMARY 0
TASK 1 SUBSURFACE UTILITY ENGINEERING(SUE) 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 $0
TASK 2 UTILITY ADJUSTMENT COORDINATION 0 0 10 14 0 0 0 80 0 0 0 0 0 0 0 4 0 108 $16,810
TASK 3 UTILITY ENGINEERING 0 0 0 10 8 1 0 1 0 t 40 1 0 1 0 1 0 1 0 1 0 1 0 1 0 1 4 1 0 fit 1 $9.500
TOTAL HOURS 0 0 10 24 8 0 0 120 0 0 0 0 0 0 0 1 8 0 170
RATES f $225.00 $185.00 $175.00 $150.00 $130.00 $100.00 $170.00 $150.00 $85.00 $175.00 $90.00 $140.00 $115.00 $70.00 $140.00 $24(.00 $65.00
BASE SALARIES&REIMB'S TOTAL $0 $0 $1,750 $3,600 $1,040 $0 $O $18,000 $0 $0 $0 $0 $0 $0 $0 $0 $26,310
SUE Level A(EA)
0.00 It to 3.50 It $1,000.00 $0
Over 3.50 ft to 10.00 It $1,250.00 $0
Over 10.00 ft to 15.00 ft $1,500.00 $0
Over 15.00 ft io 20.00 It $1,800.00 $0
Over 20.00 ft $2,250.00 $0
Subtotal $0
INLAND GEODETICS EXHIBIT D-1- FEE SCHEDULE
PROJECT NAME: GATTIS SCHOOL RD
FROM RED BUD LN TO VIA SONOMA TRL
SERVICE 2 CREW 3 CREW 4 CREW ADD PM RPLS 1GPS TECH GPS TECH ADMIN TOTAL
RATE / HOUR $138 $160 $183 $42 $136 $132 $118 $98 $98 $54
ROE $
SITE VISITS (TASK 2) $ -
50.1 -ADMIM MOBILIZE 0 HRS 0 HRS 0 HRS 0 HRS 0 HRS 0 HRS 0 HRS 0 HRS 0 HRS 0 HRS $ -
ADDNL FIELD SURVEY $ -
DELIVERABLES $ -
50.2 - FIELD SURVEYING 0 HRS 0 HRS 0 HRS 0 HRS 0 HRS 0 HRS 0 HRS 0 HRS 0 HRS 0 HRS $ -
BOUNDARY ANALYSIS $ -
SECONDARY FIELD SURVEY 24 HRS 3 HRS 12 HRS $ 5,412.00
ROW ACQ PARCEL PROD $ -
ROW ACQ PARCEL REV (1) $ -
ROW MONUMENTATION $ -
50.3 - ROW ACQ TASKS 0 HRS 24 HRS 0 HRS 0 HRS 0 HRS 3 HRS 0 HRS 12 HRS 0 HRS 0 HRS $ 5,412.00
SUB-TOTAL 0 HRS 24 HRS 0 HRS 0 HRS 0 HRS 3 HRS 0 HRS 12 HRS 0 HRS 0 HRS $ 5,412.00
REIMBURSEABLE ITEMS $ -
REIMBURSEABLE SERVICES 1 $ -
ESTIMATED FEE $0 $3,840 $0 $0 $0 $396 $0 $1,176 $0 $0 $5,412.00
Cost Variables: Reimburseable Services Include: Reimburseable Fees Include:
GPS Receivers $15 $0.00 SUPPLIES $0.00
Vehicle $60 $0.00 TITLES $0.00
ATV $55 $0.00
Total: $0.00 Total: $0.00