R-2024-017 - 2/8/2024 RESOLUTION NO. R-2024-017
WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering
Services ("Contract") with BGE, Inc. for the SH 29 Raw Water Line Relocation (IH 35 to Wolf Ranch
Parkway) Project, and
WHEREAS BGE, Inc. has submitted Supplemental Contract No. 1 to the Contract to modify
the provisions for the scope of services and to increase the compensation, and
WHEREAS, the City Council desires to enter into said Supplemental Contract No. 1 with
BGE,Inc., Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City Supplemental
Contract No. 1 to the Contract with BGE, Inc., a copy of same being attached hereto as Exhibit "A"
and incorporated herein for all purposes.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551,Texas Government Code, as amended.
RESOLVED this 8th day of February, 2024.
d A/
CRA10 MORG , Mayor
City of Round r
k,Texas
ATTEST:
77t&D
AAAJ
.7 kA -I
City Clerk—
V"tro. S"Ouv . J
0112.20242:48594743-8240
EXHIBIT
"AN
STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO. 1
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: BGE, INC. ("Engineer")
ADDRESS: 101 W. Louis Henna Boulevard, Suite 400,Austin, TX 78728
PROJECT: SH 29 Raw Water Line Relocation (IH 35 to Wolf Ranch Parkway)
This Supplemental Contract No. 1 to Contract for Engineering Services is made by and between
the City of Round Rock, Texas,hereinafter called the"City"and BGE, Inc., hereinafter called the
"Engineer."
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter
called the "Contract," on the 6th day of October, 2023 for the SH 29 Raw Water Line Relocation
(11-135 to Wolf Ranch Parkway)Project in the amount of$31,550.00; 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 $250,943.93 to a total of$282,493.93;
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
$250,943.93 the maximum amount payable under the Contract for a total of$282,493.93,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
0199.202330;4867-0278-7486 84275
1
BGE,INC.
By. �...� .4
Brian D.Rice
1/17/2024
Date
Supplemental Contract Rev.06/16
0199.202330;4867-0278-7486 84275
2
CITY OF ROUND ROCK APPROVED AS TO FORM:
By:
Craig Morgan,Mayor Stephanie L. Sandre, City Attorney
Date
Supplemental Contract Rev.06/16
0199.202330;4867-0278-7486 84275
3
SH 29 Raw Water Line Relocation City of Round Rock
Engineering Design Services Exhibit A
Services to be Provided by City January 8,2024
ADDENDUM TO EXHIBIT A-CITY SERVICES
• City of Round Rock will provide all available record drawings for the pipeline and associated
documents to the Engineer, as needed.
• City of Round Rock will facilitate discussions with the City of Georgetown and TOOT, 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.
SH 29 Raw Waterline Relocation City of Round Rock
Engineering Design Services Exhibit B
Services to be Provided by the Engineer January 8, 2024
ADDENDUM TO EXHIBIT B—ENGINEERING SERVICES
Project Background
The Texas Department of Transportation (TxDOT) has developed 30% plans for the proposed roadway
widening project, known as the State Highway Improvement-SH 29(Project). The City of Round Rock(City)
has received subsurface utility identifying the existing 30" raw waterline as a conflict with the proposed
improvements within the project's limits of construction.The City's request for professional services proposal
includes investigating and designing the relocation of the following water facilities within the limits of the
Project(unless otherwise noted):
Water Infrastructure
• Abandon and relocate approximately 2,880' LF of 30" raw waterline, including the air release valve,
from Sta 155+50 to 184+50.
Scope of Services
The following Scope of Services is proposed for the completion of the Project. It is assumed the water line
design will be bid and constructed before the roadway plans. The various tasks and deliverables are to be
performed and submitted in accordance with the Project's approved schedule.
1. Project Management and Meetings
a. Project Management: All communication and submittals to the City will be directed through the
team's Project Manager unless specifically authorized otherwise. The project management
activities shall include task leadership and direction, telephone and written communication, project
updates and status reports, project schedule, and personnel and data management along with
other general project management activities.
b. Meetings and Site Visits: BGE to provide agendas & meeting minutes. Meetings will include
submittal discussions, schedule updates, and overall project coordination. Three (3) 2-hour site
visits during design are included in this task. It is assumed that Project design and bidding will
occur over a 7-month period with a periodic 1-hour coordination meeting with Utility staff. Meetings
will also be held with TxDOT and their roadway design consultants. Coordination with other utilities,
including dry utilities, are included as necessary during design and construction. Additional
meetings may be held during bid-phase and construction phase services, as defined below.
2. 30% Design
BGE will complete the 30%design submittal, which includes the following:
a. Regulations research, background conflict research, and minimum design guidelines to be
reflected in the 30%design phase deliverable. Determine horizontal pipeline alignment.
b. Preparation of 30% plans showing plan view only.
c. Deliverables
i. 30% Drawings showing plan view only. 1 PDF for CORR.
3. 60% Design
BGE will complete the 60%design submittal, which includes the following:
1
SH 29 Raw Waterline Relocation City of Round Rock
Engineering Design Services Exhibit B
Services to be Provided by the Engineer January 8,2024
a. Regulations research, background conflict research, and minimum design guidelines to be
reflected in the 60% design phase deliverable. Determine horizontal and vertical pipeline
alignment(s)- Includes preparation of overall water plan showing proposed alignment and
associated appurtenances(valves, etc.).
b. Preparation of plan sheets and notes. It is assumed that the compilation of the City's standard
water details will be included in the construction documents, as necessary. It is assumed that the
Project will include the City's general standard notes, which will not be amended by the Engineer
for this Project.
c. Develop 60%Opinion of Probable Construction (+l-20%).
d. Quality control and assurance, will be conducted for all deliverables prior to final submittal to the
City.
e. Develop revised 60% submittals for TxDOT review and hold review meeting with TxDOT.
f. Deliverables
i. 60% Engineering Plans. 1 PDF each for CORR and TxDOT.
ii. 60%OPCC. 1 PDF.
iii. One (1)written response to 60% comments and submittal update.
4. 90% Design
BGE will complete the 90%design submittal, which includes the following:
a. Preparation of plan sheets and notes. It is assumed that the compilation of City's standard water
details will be included in the construction documents, as necessary. Similarly, it is assumed that
the Project will include the City's general standard notes, which will not be amended by the
Engineer for this Project.
b. Project technical specifications—compile, review, and produce project technical specifications.
c. Front-end contract requirements—City front end documents will be used for the bid package.
d. Preparation of a 90%Opinion of Probable Construction Cost(+l-20%).
e. Quality control and assurance, per the pre-approved QA/QC plan, will be conducted for all
deliverables prior to final submittal to the City.
f. Develop revised 90% submittals for TxDOT review, including traffic control plans, and hold review
meeting with TxDOT.
g. Deliverables
i. 90% Engineering Plans. 1 PDF each for CORR and TxDOT.
ii. 90% OPCC. 1 —PDF.
iii. 90%Specifications. 1 —PDF.
iv. One (1)written response to 90% comments and submittal update.
5. 100% Design
BGE will complete the 100% submittal, which includes the following:
a. Address 90% comments and finalize engineering drawings and Project specifications; to include
City-provided standard technical specifications. BGE to provide any additional needed
specifications.
b. Obtain City approval and clearance of final comments.
c. Develop 100% OPCC (+l- 10%).
2
SH 29 Raw Waterline Relocation City of Round Rock
Engineering Design Services Exhibit B
Services to be Provided by the Engineer January 8,2024
d. Quality control and assurance will be conducted for all deliverables prior to final submittal to the
City.
e. Develop revised 100% submittals for TxDOT review, including traffic control plans, and hold review
meeting with TxDOT.
f. Deliverables
i. 100%Signed and Sealed Engineering Plans. 1 PDF each for CORR and TxDOT.
ii. 100%Specifications. 1 —PDF.
iii. One (1)written response to 100%comments and submittal update.
iv. TxDOT RULIS permit.
6. Subsurface Utility Engineering
BGE's subconsultant, TRG will perform SUE services for this project in general accordance with the
recommended practices and procedures described in ASCE publication ASCE/UESI/CI 38-22 "Standard
Guideline for Investigating and Documenting Existing Utilities". SUE Quality Level definitions and data
limitations are included in Exhibit C, attached to this proposal.
The scope of this proposal includes QLB and QLA SUE services to include:
In general, QLB SUE services are requested within the limits of the SH29 Raw Waterline project
as shown in red on Exhibit D (fee spreadsheet). TRG is being requested to provide QLB SUE for
approximately 340'on either end of the proposed raw waterline.The following areas are specifically
excluded from the scope of work of this proposal: private property.
TRG has made the following assumptions for the QLB SUE Services on this project:
• TRG will attempt to designate the following utilities within this area: potable water, reclaimed water,
chilled water, natural gas/crude oil/refined product pipelines, communication duct banks, fiber optic,
cable television, telephone, traffic signal cables, street lighting, TxDOT CTMS cables, and electric.
• Wastewater and storm drain facilities will be inverted at manholes and will be depicted as QLC
information.
• TRG will attempt to designate utility service lines, however, because these lines are often
non-conductive and not shown on records TRG cannot guarantee all service lines will be included
in the final deliverables.
The following facilities/items are specifically excluded from the scope of work of this
proposal: overhead utilities, private service lines, irrigation lines.
• TRG will attempt to provide Electronic Depth readings calculated by TRG's geophysical
equipment. If Electronic Depth readings can be obtained, they will be provided every 50 feet.
However, due to the inconsistency with Electronic Depth readings, TRG cannot guarantee the
accuracy of the information. Data will be provided for informational purposes only.
This proposal also includes up to nine (9)QLA SUE test holes at locations that will be provided
by the Client following a review of the QLB SUE information. TRG has made the following
assumptions related to test hole excavations on this project:
• Test holes will be excavated using vacuum excavation equipment.
3
SH 29 Raw Waterline Relocation City of Round Rock
Engineering Design Services Exhibit B
Services to be Provided by the Engineer January 8,2024
• All test holes will be accessible to truck/trailer-mounted vacuum excavation equipment. Any
improvements required to access test hole locations (clearing, grading, mat installation, etc.)will be
provided by others at no cost to TRG).
• Right-Of-Way(ROW) permits from the City of Georgetown (City)and/or the Texas Department of
Transportation (TxDOT)will be required. TRG will obtain all required permits and ensure that
coordination and compliance with the City is provided.
• Designed traffic control plans will not be required.
• 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 following items are specifically excluded from this scope of work:flowable fill for backfill of test
holes,full-section pavement repair(including sidewalks)
• 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.
• Excavation in rock, or to a depth greater than 18 feet, is considered beyond the scope of this
proposal.
• The survey of SUE field markings and test hole locations is also included in this scope of work.
Deliverables
TRG will provide the following as a final deliverable:
• A utility file in CAD format depicting all SUE data documented on the project.
• A summary sheet of all test hole coordinate data and depth information.
• 8.5"x 11"Test Hole Data Forms for all test hole locations completed. These forms will be signed
and sealed by a Professional Engineer and delivered to the Client in electronic PDF form.
• 11"x 17" SUE Plan Sheets depicting all SUE data documented on the project. These plans will be
signed and sealed by a Professional Engineer and delivered to the Client in
electronic PDF form.
A Utility Report containing metadata (e.g, scope of work, work limits, dates of performance, survey
control, etc.), information about the Utility Investigation not otherwise conveyed in other project
deliverables, and recommendations to address data deficiencies.
7. Geotechnical Investigation
BGE's subconsultant, Balcones Geotechnical,will perform the geotechnical investigation for the project.
The geotechnical investigation and report for this project will include field, laboratory, and
engineering phases. The following sections of this proposal include the scope of our services in
three study phases, a cost estimate, an estimated schedule, and proposed terms and conditions.
Field Investigation
Based on geologic mapping and area experience, the project site is likely underlain by
surficial clay remnants and limestone of the Edwards and Comanche Peak formations. Based on
our understanding of the proposed construction, we propose the following drilling scope. A Plan
showing the proposed boring locations is shown in Exhibit D (Fee Spreadsheet).
4
SH 29 Raw Waterline Relocation City of Round Rock
Engineering Design Services Exhibit B
Services to be Provided by the Engineer January 8,2024
Boring Designation Boring Depth Total Location
B-1, B-3, B-5 20 ft 60 ft Alignment
B-2, B4 25 ft 50 ft Trenchless Crossings
TOTAL DRILLING FOOAGE 110 ft
Borings will be advanced using a truck mounted drilling rig equipped with augering and
sampling techniques.The limestone stratum will be continuously core sampled where competent
limestone is encountered. Soils will be sampled by either pushing a thin-walled tube (ASTM
D1587)or with a split barrel sampler while performing the Standard Penetration Test(ASTM
D1586). Rotary rock coring will be performed in general accordance with ASTM D2113.
Laboratory Testing
Laboratory testing will be performed on recovered soil and rock samples selected by the
geotechnical engineer to aid in soil classification and to measure engineering properties.
Laboratory testing is expected to include moisture content, Atterberg limits, fines content(percent
passing the No. 200 sieve), and unconfined compression strength testing of clay and limestone
samples. Analytical testing will include pH, soluble sulfates, soluble chlorides and box resistivity
for corrosion potential analysis by others. The actual laboratory program will depend upon the
type of soils and rock encountered.
Engineering Report
The Geotechnical Report will be prepared by a professional engineer licensed in the State
of Texas, and specifically, will include:
1. Description of subsurface conditions encountered in the borings, including boring logs
with descriptions of strata, summaries of laboratory test results, and water levels
obtained at the time of drilling.
2. Boring location plan.
3. Results of laboratory testing.
4. General discussion of geology and groundwater conditions.
5. Geotechnical design parameters including modulus of soil reaction, E',for buried
pipelines, and bedding and backfilling recommendations.
6. Recommendations for OSHA temporary slopes and excavation potential.
7. Comments regarding proposed construction and earthwork.
An electronic copy(PDF)of the report will be submitted unless otherwise requested.
8. Bid Phase Services
Bid Phase services includes the following:
a. Attendance at the pre-construction conference.
b. Response to contractor questions via project addenda (assume 2 addenda).
5
SH 29 Raw Waterline Relocation City of Round Rock
Engineering Design Services Exhibit B
Services to be Provided by the Engineer January 8,2024
c. It is assumed that the review of all bidders will be conducted by the City and that BGE will review
low bidder and/or their sub-contractor for general qualifications and check associated references in
relation to water pipeline installations.
d. Analysis of variations in bid(compared to estimate)and recommendation of award.
e. Issuance of conformed construction documents resulting from project addenda.
g. Deliverables
v. 100% Signed and Sealed Engineering Plans. 1 PDF and 4— 11 x17 copies.
vi. 100% Specifications, 1 PDF and 4 8-1/2 x 11 copies.
9. Construction Phase Services
It is assumed that construction duration for the City's component of the Project is approximately six(6)
months(from NTP to the raw water line project completion). BGE will support the Project during
construction as follows:
a. Project Management/Coordination
b. Attend pre-construction conference and provide meeting minutes.
c. Project meetings/construction observation including construction observation reports. Assume
representation of weekly meetings by BGE construction administration staff with one of those
meetings attended by a Professional Engineer. Also assumes up to two additional meetings, as
needed.
d. Construction material submittal reviews.
e. Respond to requests for Information (RF Is)/modifications.
f. Review contractor or City initiated change orders and provide responses.
g. Final walkthrough and issuance of punch list items.
h. Deliverables
i. Construction observation reports in pdf format
ii. Shop drawing submittal log in pdf format
iii. Change order log in pdf format
iv. Monthly pay estimate concurrence in pdf format
V. Record Drawings in pdf, shape file, and AutoCAD format.
10. Compensation
Reference Exhibit"D"for a breakdown of services.
11. Schedule
BGE's submittals to the City will generally follow the durations below based on NTP (assuming 2 week or
less turn around reviews from the City). Note that each submittal includes subsequent partial revision and
review from TOOT(10 days for review). To meet the overall schedule, design will continue during TOOT
review periods. TOOT letting schedule for the roadway project is 03/10/2025. This schedule shows the
substantial completion after the roadway letting.
6
SH 29 Raw Waterline Relocation City of Round Rock
Engineering Design Services Exhibit B
Services to be Provided by the Engineer January 8,2024
DurationTask Narne
NTP 1 day Mon 2/5/24 Mon 2/5/24
30% Design 3 days Tue 2/6/24 Thu 2/8/24
NTP to Subconsultants(SUE and Geotech) 1 day Tue 2/6/24 Tue 2/6/24
30%CORR Review 5 days Wed 2/7/24 Tue 2/13/24
ROW Permit from TxDOT for SUE Level B Effort 3 days Wed 2/14/24 Fri 2/16/24
Perform and Receive SUE Level B Effort 20 days Mon 2/19/24 Fri 3/15/24
Receive ROW Permit for Level A SUE Effort 3 days Mon 3/25/24 Wed 3/27/24
Receive ROW Permit for Geotechnical Investigation 3 days Mon 3/25/24 Wed 3/27/24
Perform Geotechnical Investigation 10 days Thu 3/28/24 Wed 4/10/24
Perform and Receive Level A SUE Effort 20 days Thu 3/28/24 Wed 4/24/24
60%Design 20 days Wed 2/14/24 Tue 3/12/24
60%CORR Review 5 days Wed 3/13/24 Tue 3/19/24
60% Revisions for TxDOT Submittal 5 days Wed 3/20/24 Tue 3/26/24
60%TxDOT Review 20 days Wed 3/27/24 Tue 4/23/24
90%Design 20 days Thu 4/25/24 Wed 5/22/24
90%CORR Review 5 days Thu 5/23/24 Wed 5/29/24
90%Revisions for TxDOT Submittal 3 days Thu 5/30/24 Mon 6/3/24
90%TxDOT Review 10 days Tue 6/4/24 Mon 6/17/24
100%Design and Specs 15 days Tue 6/4/24 Mon 6/24/24
100%CORR Review 7 days Tue 6/25/24 Wed 7/3/24
100% Revisions for TxDOT Submittal 3 days Thu 7/4/24 Mon 7/8/24
Finalize Plans and Specs 10 days Tue 7/9/24 Mon 7/22/24
Post for Bid 1 day Tue 7/23/24 Tue 7/23/24
Bid 15 days Wed 7/24/24 Tue 8/13/24
Select Contractor 5 days Wed 8/14/24 Tue 8/20/24
Contracts and Council for Selection 17 days Wed 8/21/24 Thu 9/12/24
Contractor Notice to Proceed 22 days Fri 9/13/24 Mon 10/14/24
Contractor Order Pipe(12 week delivery projected) 2 days Mon 11/4/24 Tue 11/5/24
Contractor Mobilize 10 days Fri 11/22/24 Thu 12/5/24
Construction 80 days Fri 12/6/24 Thu 3/27/25
Substantially Complete 1 day Fri 3/28/25 Fri 3/28/25
TxDOT Letting of SH 29 Expansion 1 day Mon 3/10/25 Mon 3/10/25
7
SH 29 Raw Waterline Relocation City of Round Rock
Engineering Design Services Exhibit B
Services to be Provided by the Engineer January 8,2024
12. Assumptions
a. Subsurface Utility Engineering (SUE). It is assumed that all available SUE data will be provided by
TOOT. Additional SUE data is required for approximately 300' north and south of TxDOT's
information.That SUE effort is included in this engineering scope and fee (see Item 6)to be
provided by TxDOT's SUE contractor, The Rios Group.
b. Environmental and Archeological professional services are not necessary for the construction of
the City's portion of the project. All environmental and/or archeological permitting associated with
pipeline relocations will be incorporated with the overall roadway improvement project managed by
TOOT and will not be the responsibility of BGE.
c. Topographic and tree surveying. BGE will utilize field survey provided by the TOOT(via TxDOT's
engineer) related to TxDOT's road improvements project for base mapping purposes. BGE has
been provided design files that include survey information sufficient for the raw water line design
project.
d. All TOOT permitting associated with pipeline relocations will be performed by BGE with support
from City.
e. A temporary water main will not be included as part of the overall design to keep water service
available to the City's customers. Each main will be isolated and shut off from the rest of the
system during pipeline relocation. If it is determined that a temporary main is necessary, an
additional services scope and fee proposal will be submitted to the City for review and approval.
f. The Project scope document and associated fee hours were prepared with the assumption that the
Project's construction phase is 4-months in duration. If the construction period is extended, an
additional services proposal will be submitted to the City for the anticipated extended time period
for staff consideration and approval.
8
ADDENDUM TO EXHIBIT C
Work Schedule
Attached Behind This Page
SH 29 Raw Water Line Relocation City of Round Rock
Engineering Design Services Exhibit C
Project Schedule January 8,2024
EXHIBIT C-PROJECT SCHEDULE
Task
me Duration Start Finish
NTP- 1 day Mon 2/5/24 Mon 2/5/24
30%Design 3 days Tue 2/6/24 Thu 2/8/24
NTP to Subconsultants(SUE and Geotech) 1 day Tue 2/6/24 Tue 2/6/24
30%CORR Review 5 days Wed 2/7/24 Tue 2/13/24
ROW Permit from TxDOT for SUE Level B Effort 3 days Wed 2/14/24 Fri 2/16/24
Perform and Receive SUE Level B Effort 20 days Mon 2/19/24 Fri 3/15/24
Receive ROW Permit for Level A SUE Effort 3 days Mon 3/25/24 Wed 3/27/24
Receive ROW Permit for Geotechnical Investigation 3 days Mon 3/25/24 Wed 3/27/24
Perform Geotechnical Investigation 10 days Thu 3/28/24 Wed 4/10/24
Perform and Receive Level A SUE Effort 20 days Thu 3/28/24 Wed 4/24/24
60% Design 20 days Wed 2/14/24 Tue 3/12/24
60%CORR Review 5 days Wed 3/13/24 Tue 3/19/24
60% Revisions for TxDOT Submittal 5 days Wed 3/20/24 Tue 3/26/24
60%TxDOT Review 20 days Wed 3/27/24 Tue 4/23/24
90%Design 20 days Thu 4/25/24 Wed 5/22/24
90%CORR Review 5 days Thu 5/23/24 Wed 5/29/24
90%Revisions for TxDOT Submittal 3 days Thu 5/30/24 Mon 6/3/24
90%TxDOT Review 10 days Tue 6/4/24 Mon 6/17/24
100%Design and Specs 15 days Tue 6/4/24 Mon 6/24/24
100%CORR Review 7 days Tue 6/25/24 Wed 7/3/24
100%Revisions for TxDOT Submittal 3 days Thu 7/4/24 Mon 7/8/24
Finalize Plans and Specs 10 days Tue 7/9/24 Mon 7/22/24
Post for Bid 1 day Tue 7/23/24 Tue 7/23/24
B,id 15 days Wed 7/24/24 Tue 8/13/24
Select Contractor 5 days Wed 8/14/24 Tue 8/20/24
Contracts and Council for Selection 17 days Wed 8/21/24 Thu 9/12/24
Contractor Notice to Proceed 22 days Fri 9/13/24 Mon 10/14/24
Contractor Order Pipe(12 week delivery projected) 2 days Mon 11/4/24 Tue 11/5/24
Contractor Mobilize 10 days Fri 11/22/24 Thu 12/5/24
Construction 80 days Fri 12/6/24 Thu 3/27/25
Substantially Complete 1 day Fri 3/28/25 Fri 3/28/25
TxDOT Letting of SH 29 Expansion 1 day Mon 3/10/25 Mon 3/10/25
Page 1 of 1
ADDENDUM TO EXHIBIT D
Fee Schedule
Attached Behind This Page
PROJECT NAME: EXHIBIT D-1-FEE SCHEDULE
SH 29 RAW WATERLINE RELOCATION
January 8,2024
TASK IDESCRIPTION BGE Balcones The Rios Group TOTAL
1 PROJECT MANAGEMENT $ 14,214.00 $ 14,214.00
2 30 PERCENT DESIGN $ 10,945.00 $ 10,945.00
3 60 PERCENT DESIGN $ 61,757.00 $ 61,757.00
4 90 PERCENT DESIGN $ 44,072.00 $ 44,072.00
5 100 PERCENT DESIGN $ 41,497.00 $ 41,497.00
6 BID SERVICES $ 3,605.00 $ 3,605.00
7 CONSTRUCTION PHASE SERVICES $ 21,250.00 $ 21,250.00
8 GEOTECHNICAL INVESTIGATION (Balcones Geotechnical) $14,845.00 $ 14,845.00
9 SUBSURFACE UTILITY ENGINEERING (SUE) (TRG) $ 38,084.18 $ 38,084.18
10 OTHER DIRECT EXPENSES $674.75 $674.75
Total $ 250,943.93
BGE,INC. EXHIBIT D-1-FEE SCHEDULE
PROJECT NAME:SH 29 RAW WATER LINE RELOCATION
TASK DESCRIPTION Senior Project Project EIT Senior CADD Tech Construction Construction QA/QC Admin/ Total TOTAL LABOR
Project Mgr Manager Engineer CADD Op PM Inspectorl Clerical HRS.&COSTS
1 PROJECT MANAGEMENT $14,214.00
Contract Administration 24 12 6 42 $8,994.00
Periodic design meetings 6 12 12 24 $5,220.00
$0.00
2 30 PERCENT DESIGN $10,945.00
Data Collection 8 8 16 $2,360.00
Develop horizontal pipeline alignments 4 12 12 16 44 $6,720.00
Preparation of plan sheets and notes 0 $0.00
Overall Plan and sheet view 1 1 3 8 12 $1,865.00
3 60 PERCENT DESIGN $61,757.00
Data Collection 8 8 16 $2,360.00
Develop horizontal and vertical pipeline alignments 4 12 12 16 44 $6,720.00
Preparation of plan sheets and notes 0 $0.00
Overall Plan and sheet view 1 1 3 8 12 $1,865.00
Abandonment and Plan 3 2 8 4 8 4 26 $3,596.00
P&P for 30"WL Relocation 6 6 25 15 65 111 $16,530.00
E&S Plan and Details 5 4 20 20 44 $5,920.00
Standard Utility Details 3 3 5 4 4 16 $2,655.00
Coordination with TxDOT Designer and Georgetown 4 12 16 $2,980.00
Develop technical specifications 3 6 4 13 $2,046.00
Develop 60%OPCC 2 4 8 4 18 $2,660.00
QA/QC 16 16 $4,480.00
QA/OC of documents and reconcilliatlon 4 6 10 2 22 $4,010.00
60%Review Meeting with City 2 3 S $1,025.00
Revise for TxDOT Review 2 6 16 24 $3,730.00
60%Review Meeting with TxDOT 2 4 6 $1,180.00
0 $000
4 90 PERCENT DESIGN $44,072.00
Data Collection 0 $0.00
Develop horizontal and vertical pipeline alignments 0 $0.00
Preparation of plan sheets and notes 0 $0.00
Overall Plan and sheet view 1 1 2 8 11 $1,710.00
Abandonment and Plan(3) 2 6 2 6 4 20 $2,766.00
P&P for 30"WL Relocation(6) 6 25 15 40 86 $13,030.00
E&S Plan and Details(5) 4 8 10 22 $3,020.00
Standard Utility Details(3) 3 4 6 6 19 $3,020.00
Coordination with TxDOT Designer and Georgetown 4 12 16 $2,980.00
Develop technical specifications 3 3 4 10 $1,581.00
Develop 90%OPCC 2 4 8 4 18 $2,660.00
QA/0C 1 12 12 $3,360.00
QA/QC of documents and reconcilliation 4 6 10 2 22 $4,010.00
90%Review Meeting with City 2 3 5 $1,025.00
Revise for TxDOT Review 2 6 16 24 $3,730.00
90%Review Meeting with TxDOT 2 4 6 $1,180.00
$0.00
5 100 PERCENT DESIGN $41,497.00
Response to 90%Comments 0 $0.00
Final preparation of plan sheets and notes 0 $0.00
Overall Plan and sheet view(1) 1 1 2 $275.00
Abandonment and Plan(3) 2 3 6 11 $1,745.00
P&P for 30"WL Relocation(6) 6 15 5 20 46 $7,430.00
BGE,INC. EXHIBIT D-1-FEE SCHEDULE
PROJECT NAME:SH 29 RAW WATER LINE RELOCATION
E&S Plan and Details(5) 2 4 4 10 F $1,370.00
Standard Utility Details(3) 1 3 2 2 8 $1,265.00
Coordination with TxDOT Designer and Georgetown 4 8 12 $2,360.00
Final Technical Specifications and Project Manual 1 8 4 13 $1,796.00
Develop 100%OPCC 1 4 6 4 15 $2,130.00
OA/OC 20 20 $5,600.00
QA/OC of documents and reconciliation 4 1 6 10 2 22 $4,010.00
Submit Final Project Manual to the City 2 6 4 4 16 $2,266.00
Revise for TxDOT Review 2 6 16 24 $3,730.00
90%Review Meeting with TxDOT 2 4 6 $1,180.00
Final 100%Package 4 12 24 40 $6,340.00
S BID SERVICES $3,605.00
Pre-Bid Meeting 3 3 6 $1,155.00
RFI Response 1 4 2 1 8 $1,380.00
Evaluate Bids 1 2 2 1 6 $1,070.00
7 CONSTRUCTION PHASE SERVICES $21,250.00
RFI Response/Submittal Reponse 15 8 23 $4,650.00
Site Visit Meetings Pre-bid,4-month project duration 12 36 48 $6,900.00
Monthly Pay Estimates and Change Orders, 16 8 $4,880.00
Project Closeout Final Walk,RR closeout documents 12 4 16 32 $4,820.00
HOURS SUB-TOTALS 0 138 319 145 351 45 40 68 54 30 1166 1190
CONTRACT RATE PER HOUR $265.00 $280.00 $155.00 $125.00 $140.00 $120.00 $230.00 $150.00 $280.00 $69.00
TOTAL LABOR COSTS $0.00 $38,640.00 $49,445.00 $18,125.00 $49,140.00 $5,400.00 $9,200.00 $10,200.00 $15,120.00 $2,070.00 $197,340.00
SUBTOTAL $197,340.00
TOTAL TOTAL Senior Project Project Senior CADD Tech QAQC Admin I TOTAL MH BY
TASK TOTAL COSTS DIRECT LABOR Project Manager Engineer EIT CADD Clencal TASK
EXPENSE COSTS Manager Operator
$198,014.75 $674.75 $197,340.00 0 138 319 145 351 45 40 68 54 30 1190 1190
0
SUBTOTAL LABOR HOURS 0 138 319 145 351 45 40 68 54 30 1190 1190
SUBTOTAL LABOR EXPENSES $798,014.75 $674.75 $197,340.00 0.0% 11.6% __F_26.8% 12.2% 29.5% 3.8% 3.4% 5.7% 4.5% 2.5%
OTHER DIRECT EXPENSES QUANTITY UNIT RATE
Mileage 600 mile $ 0.56 $336.00
Photocopies B/W 11'X 17" 600 each $ 0.20 $120.00
Photocopies Color 8 1/2"X 11each $ 0.75 $0.00
Photocopies Color 11"X 17' each $ 1.25 $0.00
Geosearch hazmat each $ 500.00 $0.00
Large Format Plotting 0 SF $ 2.25 $0.00
,Mileage 350 each $ 0.63 $218.75
DIRECT EXPENSES $674.75
SUMMARY
LABOR COSTS $197,340.00
NON-SALARY OTHER DIRECT EXPENSES $67475
GRAND TOTAL $198,014.75
51129 RAW WATFR HNF RF I a(ll- .AfC
ONf39FOTFFl1NKAF
Deole hn ,]Fv..119etlon C—a ,kdo -Atlacf —1
5H29 W.brllru R,b U—
Round Rxk,TX
1.Fbmm Qmww uA Rb SubWWI Sol Rock
M PWM CeordklO L,ym4 0n ,H Dpt 0-25 25-35 35-50 0-25 2535 35-50
FWW E 5 $95.00 250 M B-1 20 5 15
T C 1 $55.00 5500 B-2 25 5 20
$pYR Gaolsdnral E R Ruud 2 nr 19500 390 o0 B-3 20 5 5 15
Trk to MFMaW $1,205.W B� 25 5 5 20
1s Dmm.M s,,pov B-5 20 5 15
Mo0RM-/DarrgbtratM 1 I... 00 5o w
R Tkne rraw-tlne MFwaen a Nr $225,DC 900.00 110 25 o 85 0 0
SdD 25 0 2000 700.00
Rock D 05 0 $36,DD 3 D60 00
L 30 nr 95.00 2 050.00 f
Trip C 7 55.00 165.00 �-
Tuk 18 lubt l 10,32500
Tank 1 S.M $SA3@M
L Unll Ral. Ub."
Caren S'm 5 ucn 75.00 $315.00
A LMb 5 e.cn $7500 375.00
(PH
C—.1 5 .ecn 5]500 37500
Conoebn -!
SuOebl.Cnbr/3M Ma 1 eecn 00 00 00 00 -
S Tu T POM Lotl Tents C. UUFrhr. 0 $2,500. Noo
P FN— 2 a.cn $12500 $25000 -s
Tank 2 ftbWW $1TTSM
Rat s•b9.lr L�_�- - "�n.e�•f.• iL. ... _ 5��.
O..l.Ohrlea
P W.w o Mw $250DO $0 Do t
SpM GsobOnnk.l E Ya..r R.Ruud 1 sio5w $7800w
l
P E 18 noun 125 00 2 Doo 00
CweduMeE .asst B Mur $BSW $75000
Tank 3 su69o9.1 $3 SNM F
TawE twl wcw $14u5M �1�l�t i ""x '•
,>-wt
9 d•
lrnbNF wi..
Ne<ul 5
TM Rloa... EKIRMT 0-FEE 501EMLF
PROTECT NAME:w 29 Raw Waur Una Ra--.
SUPERVNOIIY SUE PROF, ASSISTANT ER SR SURVEY *ADD ENOMEERMO FEID AD3811 TOTAL LABOR
T A S K I D E S C R 1 P T I O N ENOSIEER PROJECT ENOMEE14 PROJECT MANAGER TECH TECH. SNNAOER S—IST MAEF CHARGES
YAIIAOER NAMApER RPLS HOURS
TASK 1 Mort/OMu 140or
i 8 10 d0 4 a N $6
SUBTOTAL HOURNCOSTS 3 8 0 to 0 9 M) 4 4 0
TASK 2 DW d Ea —* R— OT'
ROW P—. { 500.00 1
TnMk Control f 1.000.00 2 {2,000
Sr1'M f 2,500 00 2.5 $8,230
SUBTOTAL HOURSA;OSTS 1 $4'750
TASK 3 OL'B'SUE !Rata Ow
Ona DN19NI1p Parwn $ 160.00 a0 b $4A06
10 P-,D-iq—"Cray { 250.00 10 10 32,500
SUBTOTAL HOURS/COSTS 60 ".•"a
TASK 4 OL'A'SUE TW HOMa Rata OTY
04 it]15.00 4 15260
64 R 31,600.00 3 $4'�
8.13 ft $1,".5.06 2 $3,890
W IC
BTOTAL HOURSOSTs $14,050
FEE SUMMARY
TASK 1 Mer1E OHi-la Ear ". Saw
TASK 2 DNaal E Pawaaa ".,750
TASK 3 OL'B'SUE D-io-O q 50 $4'm
TASK 4 OL'A'SUE TW 110144 114,050
TOTAL HOURS 2S o 10 0 0 40 4 4 0 $4
RATER 3 3190.58 $169.71 3185.19 {118.30 $110A9 3190.00 $74.84 $74.87 5127.43 381.39
BABE BA1M!!B P11�7 TOTK 3352 31.015 W 31.15] W ". 32.994 3299 3509 $4 $35.064
EXHIBIT B Legend
'. Feature 1
/ QLB SUE Area
i
L'q
i At
1
3> `"mays4
3i Z.
r 'M
1,
PM C'NM,. .T —Q of Aw gmYLCi •UMNe.+.ak WPS•IM31CaurcA33 W S.L;p ebr bon�2)p9 SH]9WLReau�wn
] a
y,�A• C'iw�l
do i
r
js
IL
LLI
LU
• t�F 4. .i. �, , O f�•t l0 � i 4. Q
t, �+, a W o
F , 1 R neA Y„ )
Lo
cn
cn
Cq
uj
r
e ` '
W
uj