Loading...
Contract - Kimley-Horn and Associates - 2/22/2024 STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO. 2 TO CONTRACT FOR ENGINEERING SERVICES FIRM: KIMLEY-HORN AND ASSOCIATES ("Engineer") ADDRESS: 10814 Jollyville Road, Building 4, Suite 200,Austin, TX 78759 PROJECT: Harrell Parkway Reconstruction 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 Kimley-Horn and Associates, hereinafter called the"Engineer." WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract," on the 22nd day of June, 2023 for the Harrell Parkway Reconstruction Project in the amount of$654,760.00; and WHEREAS,the City and Engineer executed Supplemental Contract No. 1 on September 14,2023 to amend the scope of services and to increase the compensation by $101,343.57 to a total of $756,103.57; 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 $1,803,722.40 to a total of$2,559,825.97; NOW THEREFORE,premises considered, the City and the Engineer agree that said Contract is amended as follows: I. Article 2, En ing eering Services and Exhibit B, En ing eering 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 $1,803,722.40 the lump sum amount payable under the Contract for a total of$2,559,825.97, 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 0199.202403;487713841-4370 84275 1 2-2024 - DSg KIMLEY-HORN AND ASSOCIATES By: Brian Boecker, Senior Vice President 2/2/2024 Date Supplemental Contract Rev.06/16 0199.202403;4877-4841-4370 84275 2 CITY OF ROUND ROCK APPROVED AS TO FORM: r By: _ Craig M gan, ayor Stephanie L. Sandre, City Attorney 21 22lg�f Date Supplemental Contract Rev.06/16 0199.202403;487748414370 84275 3 ADDENDUM TO EXHIBIT B Engineering Services City: Round Rock,Texas Location(s): Old Settlers Park Project: Harrell Parkway Improvements Supplemental Agreement No.2 PROJECT UNDERSTANDING Kimley-Horn(the"Engineer") will provide professional services for final design of Harrell Parkway, new connection between Harrell Parkway and Kenney Fort Blvd, and Sports Capital Crossing. Improvements consist of roadway reconstruction of Harrell Parkway; addition of left turn lanes at new connection between Harrell Parkway and Kenney Fort Blvd,Whitlow Way,new driveway connection at the Pavilion, Sports Capital Crossing, Aten Loop and Old Settlers Boulevard; bridge crossing at Chandler Branch; new roadway connection between Harrell Parkway and Kenny Fort Boulevard; reconstruction of Sports Capital Crossing to tie into the revised alignment of Harrell Parkway; a paved parking lot adjacent to Harrell Parkway at the pedestrian crossing;two(2)multi-purpose fields adjacent to the pedestrian crossing at Harrell Parkway; illumination; landscaping and aesthetic design for the corridor. The Engineer expects to coordinate the sequencing of the construction with the City and CMAR. The Engineer anticipates delivering up to three (3) separate construction packages consisting of main realignment section of Harrell Parkway and field/pavilion area (between Whitlow Way and Aten Loop),the Chandler Branch bridge reconstruction,and the remainder of Harrell Parkway roadway reconstruction. SCOPE OF SERVICES FOR LUMP SUM TASKS Kimley-Horn will provide the services specifically set forth below. Task 1—Project Management a) The Engineer will update the project schedule and work plan for final design scope of services. b) The Engineer will prepare and submit monthly invoicing and progress reports. c) The Engineer will attend up to twenty-four (24) progress and coordination meetings — This assumes a combination of in person (12) and virtual (12) meetings with the Client. Kimley- Horn will produce meeting minutes for each progress meetings. d) Design Team Coordination — Monthly Project Team meetings including Kimley-Horn and Subconsultants. Assumes twelve(12)team meetings. e) Attend a workshop with City and CMAR to review and value engineer 60%design submittal. f) Prepare for and attend a workshop with the City and CMAR to present and discuss aesthetic options for the realignment/pavilion area. g) Attend 60%and 100%design review meetings with City,CMAR,design team. Kimley-Horn will produce meeting minutes for each review meeting. h) Subconsultant Coordination—Regular coordination between the subconsultants and Kimley- Horn,consisting of file exchanges,scope locations,scope questions,and document preparation. i) Coordination with Waeltz&Prete and CMAR for interfaces and project development. Task Deliverables: i. Updated Project Development Schedule and updates ii. Monthly invoices iii. Monthly progress reports iv. Meeting Minutes Task 2—Design Survey The Engineer will contract with SAM LLC to conduct topographic mapping within the corridor to supplement the original survey completed. SAM's scope of services consists of: a) SAM shall extract topographic data from existing aerial flight for the following areas: • Along the north west corner of Harrell Parkway and US 79,between the existing SUP and Harrell Parkway • Along the west side of Harrell Parkway from US 79 to Old Settlers Association driveway • Along the west side of Harrell Parkway from southern most driveway of the Old Settlers RV Park to Chandler Branch • Along the east side of Harrell Parkway from northern most driveway to Dell Diamond to Chandler Branch • Along the west side of Harrell Parkway north of Chandler Branch to approximately 450' north of Chandler Branch • Along the east side of Harrell Parkway between existing trail and parking lot to accommodate new trail connection. • North of soccer field parking lot to connect existing sidewalk to proposed SUP. • Along north side of Whitlow Way to connect existing sidewalk to proposed SUP. • Near proposed pedestrian bridge alignment to tie existing trail to proposed SUP. • North of baseball fields, east of Harrell Parkway, to connect proposed SUP to existing sidewalk and connection between existing sidewalk to sidewalk adjacent to Old Settlers Boulevard. b) SAM shall utilize conventional survey methods or Global Positioning Systems to collect cross- sections and break lines at approximate 50-foot intervals within the above described project limits. Major grade-break lines necessary to produce a one-foot interval contour DTM will be collected,as well as any visible improvements including driveways(with type noted),driveway pipes, drainage structures (noting size, material and flowline elevation), edge of pavement, edge (shoulder) line, crown (physical centerline), guardrail, fences, signs (with text) and mailboxes, visible utilities and visible evidence of underground utilities to supplement aerial dataset. An additional 100' in either direction along Chandler Branch shall be included within the supplemental data collection. c) Trees, 8-inches and larger in diameter,within the additional areas of KMZ and including 100' in either direction from Harrell Parkway along Chandler Branch, will be located and tagged (noting size and species). d) SAM shall merge existing Harrell Parkway data with supplemental survey and existing Old Settlers Park data to create a seamless deliverable. e) SAM will return post construction and obtain survey 100' upstream and downstream of Chandler Branch and Chandler Branch Tributary 5 to be incorporated into the LOMR documents. 2 Deliverables: o 2D planimetrics&3D DTM(Microstation V8i) o GPK&TIN file o 1-Foot Contour map in Microstation V8i DGN format o PDF Field Book Copies o ASCII file of points o Photos Updates to Quality Level D(QL-D)and Quality Level C(QL-C)based on new survey areas listed above. Task 3—Final Roadway Design a) The Engineer will prepare the Title Sheet,Index,and Project Layout. b) The Engineer will prepare existing and proposed typical section sheets for Harrell Parkway, new connection between Harrell Parkway and Kenney Fort Blvd,and Sports Capital Crossing. c) The Engineer will prepare General Notes sheet including general notes provided by the City of Round Rock for construction, traffic control, drainage, excavation, grading, embankment, utility relocation, tree protection, rigid & flexible pavement, roadway incidentals, signals, lighting,pavement markings,and signs. General notes will also include a basis of estimate. d) The Engineer will prepare Alignment Data sheets for Harrell Parkway, new connection between Harrell Parkway and Kenney Fort Blvd, Sports Capital Crossing,and the shared-use- path. e) The Engineer will develop Summary Sheets for all proposed pay items. The Summary Sheets will have separate tables for each project element. f) The Engineer will develop a Sequence of Construction General Notes, Traffic Control Plan Narrative,and Traffic Control Typical Sections for each phase of construction. g) The Engineer will develop detailed Traffic Control Plan sheets for each phase of construction at a scale of 1"=50'. The Engineer will also develop a Detour Plan for each TCP phase showing traffic routes and signage for the Harrell Parkway and surrounding areas. h) The Engineer will develop Removal Plan sheets at a scale of 1"=50'. Tree removals/mitigation will be included. i) The Engineer will develop Roadway Plan and Profile sheet for Harrell Parkway, new connection between Harrell Parkway and Kenney Fort Blvd,Sports Capital Crossing at a scale of 1"=50'. j) The Engineer will develop Plan and Profile sheets for the shared-use path along Harrell Parkway at a scale of 1"=50'. k) The Engineer will develop Driveway Detail sheets for each driveway along Harrell Parkway, including driveway culvert details,plan and cross section views. 1) The Engineer will prepare miscellaneous detail sheets for improvements along Harrell Parkway,new connection between Harrell Parkway and Kenney Fort Blvd,and Sports Capital Crossing. Details will also include improvements required for modifications to existing parking areas and connecting existing sidewalk to proposed SUP m) The engineer will develop a Utility Conflict Matrix outlining conflicts with proposed improvements and mitigation plan. n) The Engineer will develop Retaining Wall Plan and Profile sheet for segments along Harrell 3 Parkway and the Pedestrian Bridge at a scale of 1"=50'. o) The Engineer will prepare retaining wall miscellaneous details. p) The Engineer will develop Pavement Marking and Signing Plans(plan view only)at a scale of 1"=50'for Harrell Parkway,new connection between Harrell Parkway and Kenney Fort Blvd, and Sports Capital Crossing. q) The Engineer will develop an Erosion Control Narrative and Erosion Control Plan sheets(plan view only) for temporary and permanent erosion control devices at a scale of 1"=50'. Plans will also include tree protection details and other miscellaneous details for Harrell Parkway, new connection between Hansell Parkway and Kenney Fort Boulevard, and Sports Capital Crossing. r) The Engineer will incorporate City Standard Details into the plans. s) The Engineer will update the 3D model at 60%and 100%design and provide cross sections at 50-ft stations showing all proposed elements and utilities. Cross sections will also be cut at every driveway and culvert. t) The Engineer will update the DSR and submit with each milestone. u) The Engineer will update the OPCC and submit with each milestone. v) The Engineer will coordinate with CMAR to prepare overall sequencing plan and prepare a Construction Time Determination for the multiple contracts. w) The Engineer will prepare comment response matrix and address 2 rounds of comments for 60%and 100%submittals for each package(up to 3 packages). x) The Engineer will develop a project manual and specifications for up to 3 separate packages. y) The Engineer will coordinate with TDLR sub-consultant to register the project and review. Task Deliverables: i. 60%and 100%Plans ii. 60 and 100%OPCC iii. 60%and 100%Cross Sections iv. DSR updated with each milestone v. Contract Time Determination vi. Special Provisions Forms for Utility Relocation and Environmental Clearance vii. Comment Response Matrix for each milestone Task 4—Final Bridge Design The following tasks are required for the design of the Chandler Branch bridge,which is assumed to be approximately 44'wide x 550' long. This scope assumes that a typical superstructure(prestressed slab beams)will be used with TxDOT standard bridge rails. Additional aesthetic enhancements would be considered additional services. a) The Engineer will prepare Bridge Layouts at a scale of 1"=40' or 1"=20' b) The Engineer will prepare Bridge Typical Sections c) The Engineer will calculate bridge geometry for superstructure and substructure.The Engineer will prepare a Summary of Bridge Quantities and Bearing Seat Elevations Sheet d) The Engineer will prepare Foundation Layout e) The Engineer will perform non-standard abutment design and prepare Abutment Plan and Elevation sheets and a common abutment details sheet. f) The Engineer will perform non-standard bent design and prepare Bent Plan and Elevation sheets and a common bent details sheet. g) The Engineer will perform the lateral analysis of drilled shafts for the foundations. 4 h) The Engineer will prepare Framing Plan sheets i) The Engineer will prepare Slab Detail sheets j) The Engineer will prepare Typical Transverse Section sheets k) The Engineer will incorporate appropriate Standard Details. 1) The Engineer will prepare boring logs. m) The Engineer will perform quality control for each deliverable. The following tasks are required for the design of the pedestrian bridge and pedestrian tunnel. Pedestrian Bridize: a) The Engineer will prepare Pedestrian Bridge Layouts at a scale of 1"=40' or 1"=20' and Pedestrian Bridge Typical Sections. b) The Engineer will design substructure and prepare Bridge Abutment sheets. c) The Engineer will prepare a summary of bridge quantities. d) The Engineer will prepare boring logs. e) The Engineer will incorporate appropriate Standard Details. f) The Engineer will prepare Bridge Foundation Design. g) The Engineer will perform the lateral analysis of drilled shafts for the foundations. h) The Engineer will perform quality control for each deliverable. Pedestrian Tunnel: a) The Engineer will coordinate with the CMAR(SpawGlass)and manufacturer(Contech)for the design of the pedestrian tunnel and adjacent retaining walls. Task 5—Final Drainage Design The Engineer will finalize the overall drainage analysis of the existing conditions vs proposed conditions to develop the final design for the new roadway connection between Harrell Parkway and Kenny Fort Boulevard, the reconstruction of Sports Capital Crossing, and the paved parking lot. The Engineer will prepare modifications to the previously prepared "Harrell Parkway Reconstruction Schematic Drainage Design Report"dated November 2023 per final roadway design. The Engineer's analysis will consist of: Final Roadway Analysis and Plan Production: a) Previously prepared drainage design criteria for culverts and ditches b) Culvert(non-FEMA crossings)design for the culvert crossings analyzed in the previously prepared schematic drainage design. o Perform Hydrology ■ Previously prepared existing and proposed condition hydrologic mapping and calculations will be revised per final roadway design. o Perform Hydraulics ■ Revise previously prepared proposed conditions HY-8 models based on final roadway design. c) Prepare final Ditch Analysis along the new roadway connection between Harrell Parkway and Kenny Fort Boulevard and the reconstruction of Sports Capital Crossing o The Engineer will determine final ditch size needs per final roadway design and proposed grading prepared in Task 4. d) The Engineer will prepare a Drainage Area Map for the project limits. e) The Engineer will prepare Hydrologic and Hydraulic Data sheets. f) The Engineer will prepare Ditch Calculations sheets. 5 g) The Engineer will prepare a Bridge Class Culvert Layout for Chandler Branch Tributary 5 at a scale of 1"=40'. h) The Engineer will prepare Culvert Layouts for 6 new cross culverts along Harrell Parkway and 1 existing culvert near the soccer fields and Rock'n River at a scale of 1"=40'. i) The Engineer will revise the previously prepared schematic drainage design report and incorporate a summary showing results of the final design of the paved parking lot,new connection between Harrell Parkway and Kenny Fort Boulevard and reconstruction of Sports Capital Crossing hydrology and hydraulics. The report will also include the calculations and results from the above detention pond analysis. j) The Engineer will prepare a Comment Response Matrix for 2 rounds of comments(60%and 100%). Final Detention Pond Analysis and Plan Production: a) Detention Pond Sizing/Location The Engineer will include: o Previously prepared analysis of existing pond o Final Design of Proposed Detention Pond ■ Revise previously prepared proposed condition drainage areas,land use conditions,and hydrologic parameters per final design to determine the impacts based on proposed Phase 3A(Harrell Parkway, Lakeview Parking, and Multi- purpose Fields)improvements and grading. ■ Determine volume and size of one detention pond needed to detain runoff created by proposed Phase 3A(Harrell Parkway,Lakeview Parking,and Multi-purpose Fields)and compensatory storage for the existing detention pond to be removed. ■ Determine emergency overflow weir and other design parameters for the proposed drainage pond and easement. o Evaluate Detention Pond ■ Engineer will include 1 detention pond location and prepare a pond layout exhibit (plan view only)of the detention pond and channel locations. b) The Engineer will prepare Pond Layout Sheet,Pond Grading, and Pond Outfall details. Task Deliverables: i. Plan sheets,bid items,and details will be incorporated in the Task Deliverables identified in Task 4. ii. Final sealed Drainage Report iii. Comment Response Matrix for each milestone Task 6—Final Illumination, Pedestrian Crossing Flashers,and Fiber Relocation Illumination The Engineer will prepare construction plans for the installation of permanent lighting at the following locations: s 1) Continuous roadway lighting along Harrell Parkway between US 79 and Old Settlers Boulevard. a) Continuous roadway lighting will consist of new lighting to accommodate pavement widening,installation of additional roadway lighting where required to meet City of Round Rock and AASHTO illuminance criteria,installation of new conduit and electrical conductors to accommodate regrading of ditches,and will be designed with intent for City to maintain system after construction(with electric meters,including conversion of existing Oncor-maintained lighting equipment to be on metered system). 2) Pedestrian path lighting adjacent to the lake(station 229+00 to 231+00 as shown in the schematic layout). 3) Pedestrian path and tunnel lighting under Harrell Parkway(at station 75+00 as shown in the schematic layout,including the path connection to and crosswalk over Sports Capital Crossing,but not including the adjacent parking area). The design phase will consist of the following tasks: a) Review as-built records and conduct site investigation to document existing illumination and electrical infrastructure within the project limits. b) Coordinate with City and lighting manufacturers to provide up to three(3) aesthetic lighting alternatives for tunnel lighting for City selection of preferred alternative. c) Develop a photometric(lighting level)model using AGi32 software to determine luminaire placement to meet illuminance requirements per City of Round Rock and AASHTO guidelines. d) Prepare a schematic roll plot at a scale of I"= 100' showing proposed luminaire locations and calculated lighting levels. e) Prepare plan sheets at a scale of I"=50' showing proposed locations of luminaire poles, luminaires,underground conduits,ground boxes, and electrical service meters. f) Coordinate with electrical utility provider(Oncor)to confirm locations of electrical service meters. g) Calculate electrical voltage drop in each circuit to determine minimum wire size and minimum conduit size in each conduit run. h) Design electrical service meters,including number of circuits,breaker sizes,and total electrical load. i) Review and select appropriate standard details and incorporate those details into the plans. j) Prepare a list of pay items and construction quantities required to build the proposed infrastructure. k) Prepare special specifications and special provisions for proposed infrastructure as required. 1) Prepare an opinion of probable construction costs to accompany each plan submittal. m) Perform internal quality control and assurance reviews prior to each submittal. Pedestrian Crossing Flashers The Engineer will prepare construction plans for the installation of pedestrian crossing flashers at two midblock crossings. The flasher assemblies will consist of pedestrian push buttons and warning signs with flashing lights. The design phase will consist of the following tasks: a) Prepare plan sheets at a scale of 1"=50' showing proposed locations of pedestal pole assemblies,underground conduits,ground boxes,and electrical service meters,and the size and type of warning sign affixed to each pedestal pole. b) Coordinate with electrical utility provider(Oncor)to confirm locations of electrical service meters. c) Determine the type and number of electrical wires in each conduit run. d) Design electrical service meters,including number of circuits,breaker sizes,and total electrical load. e) Review and select appropriate standard details and incorporate those details into the plans. f) Prepare a list of pay items and construction quantities required to build the proposed infrastructure. g) Prepare special specifications and special provisions for proposed infrastructure as required. h) Prepare an opinion of probable construction costs to accompany each plan submittal. i) Perform internal quality control and assurance reviews prior to each submittal. Fiber Optic Relocation The Engineer will prepare construction plans for the installation of city-owned underground fiber optic infrastructure for the length of the project. The construction plans will consist of underground conduit and ground boxes only and will be combined with illumination trenches wherever feasible. Additional conduit for fiber will be shown on illumination plan sheets and not on separate plan sheets. City forces will design,procure,and construct fiber optic cable infrastructure and make cable terminations. The design phase will consist of the following tasks: a) Prepare plan sheets at a scale of 1"=50' showing proposed locations of underground conduits and ground boxes for future fiber optic cable installation(by City forces). b) Review and select appropriate standard details and incorporate those details into the plans. c) Prepare a list of pay items and construction quantities required to build the proposed infrastructure. d) Prepare special specifications and special provisions for proposed infrastructure as required. e) Prepare an opinion of probable construction costs to accompany each plan submittal. f) Perform internal quality control and assurance reviews prior to each submittal. Plan sheets,bid items,and details will be included with the Task Deliverables identified in Task 4. Task 7—Final Water/Reclaimed Water Relocation The Engineer will perform the following tasks: a) Alignment Coordination • Data Collection • Alignment Options Design(up to 2 Alternatives)—Kimley-Horn will study the general project alignment to develop up to two alteratives for consideration of design.These will be plotted on a full-size exhibit to a scale that best represents the extents on 2204 sheet size. • Alignment Option OPCC(For 2 Alternatives)-Kimley-Horn will prepare an opinion of probable construction cost for the improvements. (The Consultant has no control over the cost of labor,materials,equipment,or over the Contractor's methods 8 of determining prices or over competitive bidding or market conditions.Opinions of probable costs provided are based on the information known to Consultant at the time and represent only the Consultant judgment as a design professional familiar with the construction industry.The Consultant cannot and does not guarantee that proposals,bids,or actual construction costs will not vary from its opinions of probable costs.) • Round Rock Meeting—Present the Alternatives for Round Rock input and general acceptance. b) Water/Reclaimed Water Plans—Kimley-Horn will prepare the following plans for design phase submittals for review to the City of Round Rock.Plans will be developed on 11"x 17" paper at 1"=40' scale. • General Notes—2 Sheets • Project Layout and Access Sheet—2 Sheets • Plan and Profiles—Potable water main 25 P&Ps assumed;The following are the assumptions for relocations by roadway station number: ■ Connection between Harrell Parkway and Kenney Fort Boulevard: STA 0+00-STA 6+00(600 LF 8"WL)-2 sheets ■ STA 35+00-STA 60+00(2500 LF 8"WL)-7 sheets ■ STA 67+00-STA 84+00(1700 LF 8"WL)-5 sheets ■ STA 93+00-STA 97+00(400 LF 8"WL)- 1 sheet ■ STA 102+00-STA 108+50(650 LF 8"WL)-2 sheets ■ STA 108+50-STA 116+00(750 LF 8"WL)-2 sheets ■ Culvert at STA 222+20(200 LF 8"WL)- 1 sheet ■ Culvert at STA 86+23.62(200 LF 8"WL)- 1 sheet ■ Culvert at STA 90+23.24(200 LF 8"WL)—1 sheet ■ Crossing at STA 30+00(100 LF 6"WL)-.5 sheet ■ Crossing at STA 59+00(100 LF 6"WL)-.5 sheet ■ Crossing at STA 70+00(100 LF 6"WL)-.5 sheet ■ Crossing at STA 80+00(100 LF 8"WL)-.5 sheet ■ Crossing at STA 96+00(100 LF 12"WL)-.5 sheet ■ Crossing at STA 98+00(100 LF 8"WL)-.5 sheet • Plan and Profiles—Reuse water main 5 P&Ps assumed;The following are the assumptions for relocations by roadway station number: ■ STA 54+00-STA 56+00(200 LF 24"RL)- 1 sheet ■ STA 63+00-STA 66+00(300 LF 24"RL)- 1 sheet ■ STA 73+00-STA 77+00(400 LF 24"RL)- 1 sheet ■ Crossing at STA 48+00(100 LF 24"RL)-.5 sheet ■ Crossing at STA 68+00(100 LF 4"RL)-.5 sheet ■ Crossing at STA 84+00(100 LF 24"RL)-.5 sheet ■ Crossing at STA 104+00(100 LF 4"RL)-.5 sheet • Standard Details—2 Sheets • Special Details—1 Sheet c) Opinion of Probable Construction Cost(OPCC). —the Consultant will update conceptual opinions of probable construction cost to reflect changes from the Design. The Consultant has no control over the cost of labor,materials,equipment,or over the Contractor's methods of determining prices or over competitive bidding or market conditions.Opinions of probable 9 costs provided herein are based on the information known to Consultant at this time and represent only the Consultant's judgment as a design professional familiar with the construction industry.The Consultant cannot and does not guarantee that proposals,bids,or actual construction costs will not vary from its opinions of probable costs. d) Technical Specifications—Kimley-Horn will prepare technical specifications,special provisions,and special specifications for submittal at each milestone. e) Quality Assurance and Quality Control(QA/QC). fl Address two(2)rounds of comments. Plan sheets,bid items,and details will be included with the Task Deliverables identified in Task 4. Task 8—Parking Lot and Multi-Purpose Fields The Engineer will perform the following task: a) Preparation of Design Development plans,sections,and preliminary specifications for the parking lot,sport fields and site development.The documents will locate and describe project components and material conditions in relationship to one-another. Plans will reflect revisions based on comments from 30%Schematic Design submittal. • Site development plans(layout,grading,storm sewer and drainage areas,lighting, power distribution,erosion control,planting and irrigation,and details). • Field Layout and striping b) Develop structural design for monument relocation at the northwest corner of Harrell Parkway and Old Settlers Boulevard. c) Incorporate irrigation adjustment details into the plans for the trees that will be removed to accommodate proposed improvements. d) Provide an opinion of probable cost for the parking lots,fields,and site development and answer questions regarding estimated cost data. e) Provide information on finishes,lighting,sports field turf. f) Prepare comment response matrix for 60%and 100%submittals. g) Perform quality control for each milestone. h) Address two(2)rounds of comments(60%and 100%). Task Deliverables: i. Provide One (1) 60%of the Parking Lot/Sports Fields Drawings Package(Electronic) and Specifications(Electronic) ii. Provide One(1) 100%of the Parking Lot/Sports Fields Drawings Package(Electronic)and Specifications(Electronic) The Engineer will also coordinate with Engineering Associates for the Lighting Plans for the parking lot and multi-purpose fields. Task 9—Bidding Phase Services The Engineer will perform the following tasks: a) Receive,record and provide responses to prospective bidder's and suppliers questions. Issue addenda as appropriate to clarify,correct,or change the bidding documents. 10 b) Assist the City in opening of bids,review and evaluate all bids including bid amount and prepare recommendation letter for award of the contract for construction. c) Include addenda items in the construction plans and issue"conformed"set of plans for construction. SCOPE OF SERVICES FOR SPECIFIED RATE TASKS Kimley-Horn will provide the services specifically set forth below. Task 10—Level A SUE The Engineer will contract with SAM LLC to conduct services for Quality Level A SUE. SAM's scope of services consists of: Quality Level A(QL-A) for up to twenty(20)test holes will be billed on an as-needed basis— Identifying the horizontal and vertical location of a subsurface utility segment or feature that is exposed,measured, and location and dimensions tied to the Project Survey Datum accurate to 0.1 ft vertical and 0.2 ft horizontal. This task is typically conducted to identify potential conflicts with future construction. SAM will use minimally intrusive excavation techniques that protect the integrity of the utilities in question, and that of other lines that may be encountered. The test hole will be excavated using air and/or water assisted vacuum excavation equipment intended for this purpose. The excavation procedure will include: • Clearing the Test Hole area of surface debris. • Core existing pavement where test holes occur within pavement. Cut is typically approximately 12 inches in diameter. • Excavating the Test Hole utilizing the above described equipment. The nominal diameter typically does not exceed 15-inches. Care will be taken to avoid damaging lines,wrappings, coatings,cathodic protection or other protective coverings and features. Hand digging will be conducted to the extent necessary to supplement the vacuum excavation process. • Exposing the utility only to the extent required for identification and data collection purposes. • Storing excavated material for re-use or disposal at an approved location near the project, as appropriate. • NO TRAFFIC CONTROL IS INCLUDED IN THIS SCOPE OF WORK. Data collected from the Test Hole will be recorded on a standard SAM, LLC Test Hole Data Sheet that will be subsequently signed and sealed. The location will be shown on the drawing. Data will include: • Utility owner(if known) • Top and/or bottom elevation of the utility relative to an above ground mark to a vertical accuracy of+/-0.1 feet • Field sketch showing horizontal location referenced to a minimum of two physical structures existing in the field. • Approximate centerline and bearing of utility. • Outside diameter of pipe,width of duct bank,and configuration of multi-conduit systems to the extent practical. • Utility structure material composition,when reasonably ascertainable. • Other pertinent information. Site restoration will consist of: • Replacing bedding material around exposed utility lines. • Backfilling and compacting the excavation using a steel tamper bar in one foot lifts. • Provide permanent pavement restoration to cored test hole locations with cold patch asphalt mix. • Furnishing and installing permanent surface marker(e.g.,P.K.nail,peg,steel pin,or hub) directly above the centerline of the utility. Task 11—Construction Phase Services The Engineer will perform the following tasks: a) Attend one(1)Pre-Construction meeting with the City and the Contractor estimated at one (1)hour. b) Attend bi-monthly construction status meetings(virtual),up to twenty-six(26)with the City and the Contractor estimated at one(1)hour each. c) Respond to up to fifteen(15)Request for Information(RFI)requests from the Contractor. Any orders authorizing variations from the Contract Documents will be made by Client. d) Develop and issue up to twelve(12)revised sheets due to City requested changes or unforeseen issues that may arise in the field. e) Review and make recommendations related to up to three(3)Change Orders submitted or proposed by the Contractor. f) Review and approve or take other appropriate action in respect to up to fifteen(15)Shop Drawings which Contractor is required to submit,but only for conformance with the information given in the Contract Documents. Such review and approvals or other action will not extend to means,methods,techniques,equipment choice and usage,schedules,or procedures of construction or to related safety programs. g) Review Applications for Payment based on observations and review of applications for payment and supporting documentation. Recommendations will be based on the Engineer's knowledge,information and belief,and will state whether in The Engineer's opinion Contractor's work has progressed to the point indicated,subject to any qualifications stated in the recommendation.The Engineer's recommendations will not be a representation that its observations to check Contractor's work have been exhaustive,extended to every aspect of Contractor's work,or involved detailed inspections. h) Attend up to 20 field visits,as directed by Client in order to coordinate the design of the work in the field with Contractor and field engineering subconsultant. Observations will not be exhaustive or extend to every aspect of Contractor's work. Observations will to be limited to spot checking,selective measurement,and similar methods of general observation. Based on information obtained during site visits,the Engineer will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents,and the Engineer will keep Client informed of the general progress of the work.The Engineer will not supervise, direct,or have control over Contractor's work,nor shall the Engineer have authority to stop 12 the Work or have responsibility for the means,methods,techniques,equipment choice and usage,schedules,or procedures of construction selected by Contractor,for safety programs incident to Contractor's work,or for any failure of Contractor to comply with any laws. the Engineer does not guarantee the performance of any Contractor and has no responsibility for Contractor's failure to perform its work in accordance with the Contract Documents. i) When requested by Contractor and Client,the Engineer will conduct one(1)site visit estimated at two(2)hours to determine if the Work is substantially complete.Work will be considered substantially complete following satisfactory completion of all items with the exception of those identified on a final punch list. j) Develop Final Notice of Acceptability of the Work.the Engineer will conduct one(1)final site visit estimated at two(2)hours to evaluate whether the completed Work of Contractor is generally in accordance with the Contract Documents and the final punch list so that the Engineer may recommend final payment to Contractor. k) Conduct one(1)final TDLR inspection walk-through with TDLR inspector to evaluate whether the completed Work of Contractor is in accordance with the applicable regulations, estimated at two(2)hours.TDLR review and inspection will be performed via a subconsultant(Accessibility Code Etc.)and the detailed scope of services for this work is provided in the proposal from Accessibility Code Etc.dated December 14,2023 and included in this contract. 1) Prepare record drawings from Contractor as-built information and as per City's standards. Submit full size set of plans and CAD files of record drawings per City requirements. LOMR Letter of Map Revision: The Engineer will prepare a LOMR application for submittal to the City of Round Rock and FEMA associated with the subject reach of Chandler Branch and Chandler Branch Tributary 5 (Tributary 5) designated as Zone AE floodplain. The subject reaches of Chandler Branch and Tributary 5 are unchanged from the subject reaches defined in the previously prepared Conditional Letter of Map Revision(CLOMR) dated November 2023. The LOMR application will consist of the following items: a) Previously prepared existing condition hydraulic modeling from the CLOMR b) Data Collection:obtain as-built data by others. o The engineer will use the as-built survey by others to create the as-built exhibits. c) Post-project Hydraulic Modeling: o Update the proposed condition models of Chandler Branch and Tributary 5 from the CLOMR to reflect as-built post-construction conditions using the on-ground survey data provided by others. The LOMR application will consist of the following items: i. LOMR Report ii. Pre-project Condition Hydraulic Modeling iii. Post-project Condition Hydraulic Modeling iv. Hydraulic Modeling Output V. FEMA Hydraulic Workmaps vi. FEMA Forms vii. Certified As-Built Exhibit viii. Draft Newspaper Notification 13 ix. Annotated FIRM X. Digital Files LOMR Report: The Engineer will incorporate a summary showing results of the final connection between Harrell Parkway and Kenny Fort Boulevard and reconstruction of Sport Capital Way hydrology and hydraulics into the LOMR report. The Engineer will submit the LOMB to the City of Round Rock and FEMA for review. Responses to up to two round of City comments and up to two rounds of FEMA comments are included in this task. If additional rounds of City or FEMA comment responses are required, this be performed as an additional service. The online FEMA LOMR fee is currently $8,000 and is noted as a direct expense in the fee spreadsheet. Services not included: Any services not specifically provided for in the above scope will be billed as additional services and performed at our then current hourly rates. Additional services we can provide include, but are not limited to,the following: a) Proposed trees adjacent to the Harrell Parkway alignment and irrigation associated. b) Detention pond analysis to detain overall park project. c) Public Involvement services d) Expenses for advertising or holding public meeting e) Legal Representation at hearings f) Design of temporary lighting for use before and/or during construction. g) Design of primary/secondary electric line relocation or extensions. h) Pedestrian path lighting,except for the locations specified in the scope. i) Research or selection of aesthetic luminaire pole or fixture treatments for conventional roadway lighting. City to provide product details for luminaire poles and luminaires and.ies photometric files for use by the Engineer. j) Design of luminaire pole foundations. City to provide foundation details associated with city-specified luminaire poles. k) Design of overhead mast arm flasher/warning lights and/or traffic signals. 1) Wastewater design/relocation. m) Attending Pre-Bid meetings. n) Pedestrian Tunnel design and coordination outside of what is identified in Task 4:Final Bridge Design. o) Additional survey for shared-use-path between Chandler Branch and US 79,to connect to existing sidewalk. 14 ADDENDUM TO EXHIBIT C Work Schedule Attached Behind This Page Exhibit C Harrell Parkway Prelim/Final Engineering Project Development Schedule ID Task Name Duration 'Start Finish 2024 '_- 2025 2026 __ Nov�DK Jan Fab Mar Apr_May lun luy=aiaOc[ NWLOac� _, Feb_LMnLw_ _1 m—a lurrLlurrL�5 Oct Nov Dec lan ob Marl, 1 Notice to Proceed 1 day Wed 1/17/24 Wed 1/17/24 /17 2 Additional Survey 35 days Wed 1/17/24 Tue 3/5/24 3 '60%Design Package A.1 60 days Wed 1/17/24 Tue 4/9/24 4 City Review 60%Plans Package A.1 10 days Wed 4/10/24 Tue 4/23/24 4/23 ' 100%Design Package A.1 25 days Wed 4/24/24 Tue 5/28/24 6 City Review 100%Plans Package A.1 10 days Wed 5/29/24 Tue 6/11/24 7 Final Plan Revisions Package A.1 10 days Wed 6/12/24 Tue 6/25/24 8 Construction Contracting A.1 30 days Wed 6/26/24 Tue 8/6/24 9 Begin Construction Package A.1 180 days Wed 8/7/24 Tue 4/15/25 10 60%Design Plans Package A.2 50 days Wed 4/10/24 Tue 6/18/24 11 City Review 60%Plans Package A.2 10 days Wed 6/19/24 Tue 7/2/24 12 100%Design Package A.2 25 days Wed 7/3/24 Tue 8/6/24 13 City Review 100%Plans Package A.2 10 days Wed 8/7/24 Tue 8/20/24 14 Final Plan Revisions Package A.2 10 days Wed 8/21/24 Tue 9/3/24 15 Construction Contracting A.2 30 days Wed 9/4/24 Tue 10/15/24 16 Begin Construction Package A.2 160 days Wed 3/5/25 Tue 10/14/25 17 60%Design Plans Package A.3 50 days Wed 7/10/24 Tue 9/17/24 18 City Review 60%Plans Package A.3 10 days Wed 9/18/24 Tue 10/1/24 19 100%Design Package A.3 25 days Wed 10/2/24 Tue 11/5/24 20 City Review 100%Plans Package A.3 10 days Wed 11/6/24 Tue 11/19/24 21 Final Plan Revisions Package A.3 10 days Wed 11/20/24 Tue 12/3/24 22 Construction Contracting A.3 30 days Wed 12/4/24 Tue 1/14/25 23 Begin Construction A.3 160 days Wed 1/15/25 Tue 8/26/25 24 City/FEMA Review Drainage 90 days Thu 11/16/23 Wed 3/20/24 Report/CLOMR 25 Finalize Drainage Report/CLOMR 20 days Thu 3/21/24 Wed 4/17/24 26 LOMR 30 days Fri 10/10/25 Thu 11/20/25 27 28 29 30 31 Task Project Summary ! Manual Task Start-only L Deadline i Project:Harrell Pkwy Split „,,,, Inactive Task DurationonlyFinish-only 7 Progress Date:Mon 1/29/24 Mikstone Inactive Milestone Manual Summary Rollup--t External Tasks Manual Progress Sumnury r ......... 1 Inactive Sumn nary Manual Summary External Milestone Page 1 ADDENDUM TO EXHIBIT D Fee Schedule Attached Behind This Page 3 U ;� RSay{A=R^-� � - - _ "=,y3•�AARa7�eR��A�RgRB�gpA�7ylA=E=3H�E• �� SSAXAXAR x `u s •H m-F+ mi�A �S _� RRRAR979Fa E tZ � 0'�•^.+ Ea e$ ='S='RH�mH�R"Rene -- .ge=SHR« �g [@_I i��- � A9�.•^oR 3� oR =yteS=- - - 'A« "aA� R$ -- E � 05 y y Ez na c` o° > > > y F F U I a u p B �,•� w �1 L 6�E S�F<y V G�'vim•'O Y Fn 9 i F�V m f F F f F k K aI K" � C K d s a o�u� "l u7"U tt� � |! ............ .=.��-m�� . ■, ........_�... ■- -.... e� n® �...! •_- | |..-.......- ._�_..�- - £§ --------.,-lm °■ ...l. �� �2 ,.,�, ,�., _ !� � , ............. „| ..�.. �| .f |-. ' ..�...... . ,' � ............. �� .��. ■ ,! ..�.� .,_.,.� �!!� | _ . .■ e| ._■ �■ . � '! � � ■ ` � ! ! ■ 7 � | .� ,! ■ ■ |� . f� ,£ A A - \` � || . . ■ . ; . . �! ' - _ _ ,�--�� ,� ■ -._�,�,�� ■� ■-,�..�e . ! •-� k, !■■, j ., ) ..-,..... _ , , _ _ _ _ _. ■ �|�22 ;k ■ . �� | -• -• - :! -|- � ! . � .., . a! , _.■.��. . =f ■-l--.!■ ■| .�. ,. E|. !� | �--.---. •---- ■| � --■::.= r E ! .--- ! !` ,-_ �| !f. |�!- | - -- - -- - ■® - �; -~-----• - ■ - - ®; §|- �|,_ | � {{§ ■ ■ • ■| �| < � : ; $■-� � !) ■ ! � ! ! . �■ �� |!� � �� � ` �: ! . |� t . ■ � �. � , !° | ! ,| � .. , 7_! � �� ` � ■� �� ! |!$� | ■|!!�! | | ��& � � ���■ |�!� |�� !! |) • !� | $ ,{l| ;2�|` ■ � !� ,|�� | ±!| -�!| ; •!! I |! |!!)f\ § |® ! •! Ali --&�&! z!! l2 ,I92 ' � � !� � • �n�G\■■=■# �| . . .,;...,,---� .�., ■� !f!| � ■■e-■9- "s| ; ■;|■aEe ■ .■. | | It °_- �� | . .■ ...,-,-,,.., „ ■| E . | I �! |! ! ■!| | / § E § § 7 � �■` | m }. | �! ■ |,.. \ ( . ; ` | @ ;l�i�\I■; / �f 2� • �§ � � !:{�R�f�! [) � ■� !!!��!| , �!\7| -- �! � � FEE-WU(1A11 LLC)- TYEMIDSMTEP. PAYIEMT WR DE1pN SUINEY Pba1 H�r1Y P�Yr�2 CYN.'IOn.M HPn ONS ON:NnSN I.2023 P,cnc,N NNNnr 1D21oie5o. TASK DESCRIPTON 9, ENIOR SENIOR PRGIECT LIDARIEIRMCT TOTAL PROJECT SURVEY 2-PERSON RECO GEOSPATIAL GEOSPATIAL SUE PROJECT SUE OFFlCE IABOR HR$ PROTECT MANAGER SURVEY TECHNICNN SURVEY CREW COORDIW.TOR SENIOR PM PLI TE- gwORTHO MANAGFA SUE PHASE MANAGER TECHNICWI MANAGER TECHNIGAN TECH IMAGERY 6COSTS ArMI EYs6w 2 2 I 6 69 26 112,- 1 14 220 00 A6tltleNYT Mw 1 I 12 .0 2 W 11000 Nc1 Tr9r NMNr M Wn�Nr rN r 0 b f6 M0.00 Atltll6wu1100' CmY 6TrFM 2 12 0 50 4 $1202000 SUE OS-0 1 2 4 31,116.00 SUE OL-0 1 2 4 31 116.00 GNOC. 1 1 4 12 1 4 1 2 6 S1..910.00 3NNTww 6 10 N ]. !2f1 6 2 6 50 26 4 10 1 3N,S10.00 31,250.00 31,260.00 61,91000 W.... 5]'60000 392_500 16)0.00 S1,DM00 32.620.00 $2,600.00 SS60.W 31,.60.00 31,7.0.00 CONIMCT RATE PER HOUR 3260.00 1)600 3116.00 100.00 $1B000 312500 - SM600 (206.00 1]0.00 100.00 (216.00 31.600 11000 DRC30OeM6 FUNR6 C06TIUNII OL-A Tr1IIaM MWd�dln Ntl Intl Idv. N mY1W 20 ft 600.00 NNN 000.00 MI 1000 1O (0.655 nJM f655.OD GPSRM 50 31600 k 3600.00 3UHTOTAL DREOT EKPEN6E6 151.165.00 9WTW N650000 NONSALARV OTHERdRECT F2tPEWEB 3W 156 DO