Loading...
R-2016-3289 - 3/10/2016RESOLUTION NO. R-2016-3289 WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering Services ("Contract") with Atkins North America, Inc. for the E. Bagdad Avenue Extension Project, and WHEREAS, Atkins North America, Inc. has submitted Supplemental Contract No. 1 to the Contract to modify the provisions for the scope of services, and WHEREAS, the City Council desires to enter into said Supplemental Contract No. 1 with Atkins North America, 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 Atkins North America, 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 10th day of March, 2016. ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: - W" - Ae�btE SARA L. WHITE, City Clerk 0112.1604;00352697 EXHIBIT „A» STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO. 1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: ATKINS NORTH AMERICA, INC. ("Engineer") ADDRESS: 6504 Brifte Point Parkway, Suite 200, Austin, TX 78730 PROJECT: E. Bagdad Avenue Extension 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 Atkins North America, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 24th day of September, 2015 for the E. Bagdad Avenue Extension Project in the amount of $104,700.41; 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 $326,360.94 to a total of $431,061.35; 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 $326,360.94 the lump sum amount payable under the Contract for a total of $431,061.35, 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.12/01/08 0199.1539; 00352200 84275 ATKINS NORTH AMERICA, INC. Un Date CITY OF ROUND ROCK Alan McGraw, Mayor Date Supplemental Contract 0199.1539;00352200 APPROVED AS TO FORM: Stephan L. Sheets, City Attorney Rev.12/01/08 84275 ADDENDUM TO EXHIBIT A City Services The City of Round Rock Public Works Department will furnish the Engineer the following items/information: TASK 1: PROJECT MANAGEMENT 1. Review and approve invoices. TASK 2: SURVEYING 1. Provide any Round Rock specific surveying requirements. TASK 3: ENVIRONMENTAL STUDIES 1. Review and provide feedback on environmental tech memo. TASK 4: PRELIMINARY DESIGN/30% PLANS 1. Review and approve design parameters and typical section. 2. Provide as -built plans for adjacent roadways and trails as needed. 3. Provide City of Round Rock utility information. 4. Provide subdivision plats and site plans along the corridor. 5. Provide available information on existing drainage facilities. 6. Provide hydraulic design criteria. 7. Review and provide comments on 30% plans. 8. Provide applicable information on the City's Downtown Master Plan project including but not limited to current traffic data (ADT and percent trucks), future traffic projections (ADT and percent trucks), and landscaping/beautification guidelines. TASK 6: GEOTECHNICAL DESIGN 1. Review and approve geotechnical analysis and pavement design TASK 7: 60% PLANS 1. Review and provide comments on 60% plans. TASK 8: 95% PLANS 1. Review and provide comments on 95% plans. TASK 9: 100% PLANS/FINAL SUBMITTAL 1. Review and approve 100% plans and submittal documents. ADDENDUM TO EXHIBIT B Engineering Services PROJECT DESCRIPTION This Supplemental Contract consists of preparation of 30%, 60%, 95% and 100% PS&E plans for the project as well as survey, environmental tech memo and pavement design. The proposed project will include a new location 3 -lane roadway connection between Burnet St and S Black St as well as the widening of S Georgetown St to 3 -lanes between S Black St and E Main St. Existing E Bagdad Ave between McNeil Rd and Burnet St will be relocated directly adjacent to the railroad as a 3 -lane section. The approximate length of the project is 0.54 miles. TASK 1: PROJECT MANAGEMENT 1. Prepare monthly project status updates and invoices. 2. Manage sub -consultants. 3. Maintain project execution plan including QA/QC plan and schedule. TASK 2: SURVEYING Engineering Design Survey 1. Recover, verify, and utilize established control from work performed previously in the immediate area. Set primary control monuments at strategic locations at the north and south limits of the project as inter -visible pairs with no greater than 500 feet between each monument. The values will be relative to NAD 83 Texas State Plane Coordinates, Central Zone, 4203 (scaled to surface values) and reconciled to the CORR GPS monument system. A "combined scale factor" will be derived for coordinate conversion purposes based on an average CSF of all primary point coordinates. Vertical Datum will be GPS derived orthometric heights. 2. Establish a vertical control system for the project. A benchmark system will be established at approximately 500' intervals along the project route. Differential level lines will be conducted for establishing the elevation at each benchmark. A list of benchmarks with coordinates (to be used for locating purposes only), descriptions, and reported elevations will be included in the project deliverables. 3. Place a utility location request with "One Call" system for designating of the underground utilities within the project limits. 4. Collect spot elevations and grade breaks along the project route at intervals conducive to precise DTM generation. The data will include curbs, gutters, pavement markings, culverts, driveways, portions of parking areas, visible utilities and/or "one call" markings, drainage features, irrigation installations as encountered, trees (ornamentals and/or 8" dbh and up, if any) and any improvements within the defined area. Provide flow line elevations of "wet" manholes within the project limits. Generate a 1 foot contour interval DTM file of the project area. NOTE: reasonable attempts for measurements at silted Page 1 of 7 drainage structures will be performed. Significant excavation of silt could result in seeking of additional fees for data acquisition. ROW/Boundary Survey 1. Perform sufficient research and of property records from various sources and office tasks to develop the record ROWS and adjacent easements of record. This task will be perfonned without benefit of title abstract for adjacent properties. There may be other instruments not shown or known that affect the properties. 2. Perform sufficient field and office work to reasonably attempt recovery of property corners, highway monuments, or other evidence along the project route to aid in the analysis and reconstruction and depiction of the existing Bagdad Avenue (including side streets as per limits described) ROW. 3. Prepare two survey plats and accompanying metes and bounds descriptions for parcels to be acquired from the UPRR along McNeil Road and southerly boundary of the CORR 2.2 acre tract. ASSUMPTIONS The Surveyor shall notify the client prior to performing the work if: a. Sufficient right-of-way monumentation cannot be found to re-establish the existing alignments and associated right-of-way lines along the project corridor. b. Traffic Control cannot be managed by the Surveyor's personnel. c. The work is delayed due to weather or other circumstances beyond the Surveyor's direct control. d. Coordination with City personnel or landowners that limits the access to their installations or availability of records for the survey (specifically UPRR ROW). TASK 3: ENVIRONMENTAL STUDIES Incorporate new areas of proposed project limits into the environmental tech memo. TASK 4: PRELIMINARY DESIGN/30% PLANS Incorporate new areas of proposed project limits into the 30% roadway and drainage plans. TASK 5: DIRECT EXPENSES 1. Mileage for project meetings and site visits. 2. Printing and reproduction of deliverables. Page 2 of 7 TASK 6: GEOTECHNICAL DESIGN 1. Drill a total of five (5) 10 -foot soil borings spaced along the existing and proposed roadway alignment at an approximate spacing of 600 feet. Total drilling footage is 50 feet. 2. The soil borings will be properly backfilled with bentonite chips and a single lift of cold patch asphalt where applicable. The soil samples will be obtained using shelby tubes and/or split -spoon samplers. Field-testing of soil samples will include pocket penetrometer in the cohesive soils and Standard Penetration Test (SPT) in the cohesionless soils. 3. All the field sampling and laboratory tests will be performed according to typical geotechnical standards, where applicable, or with other well established procedures. Perform appropriate laboratory tests on soil samples recovered from the borings. Laboratory testing will include moisture content, liquid limit, plastic limit, unconfined compression, Texas Triaxial Classification, and percent passing No. 200 Sieve tests. In addition, test for sulfate content of the subgrade samples. 4. Geotechnical staff will use the borings to prepare an estimate of the potential vertical rise (PVR) and Effective Plasticity Index (PI) for use in the subgrade stabilization design recommendations. Provide geotechnical analysis needed for pavement design. 5. The pavement design will include consideration of estimated traffic loads as well as geotechnical borings and lab testing results. The traffic data required includes current and projected traffic counts and truck percentages. 6. Conduct nondestructive deflection testing (NDT) with the Falling Weight Deflectometer (FWD) along the existing roadway to calculate existing subgrade design parameters, as per TxDOT requirements. This data will also be used to finalize boring locations so that geotechnical data is collected based on changes in subgrade conditions identified in deflection profile plots of the NDT data. 7. Prepare one Asphalt Concrete Pavement design considering Flexible Base and the worst case subgrade condition. Provide special attention to the high plasticity soils within the project limits. TASK 7: 60% PLANS Roadway 1. Address comments from the City of Round Rock 30% Review. 2. Refine design cross-sections (50' intervals), calculate limits of construction, verify ROW and construction easements, and compute earthwork quantities. 3. Revise and detail typical sections. 4. Complete plan/profile sheets. 5. Develop the following sheets: Index of sheets, project layout, horizontal alignment data, removal plan, intersection layouts, driveway plan/profile sheets, miscellaneous roadway details. Page 3 of 7 6. Traffic Control Plan (TCP). a. A detailed TCP shall be developed for E Bagdad Ave under traffic utilizing the MUTCD and the current TxDOT Barricade and Construction Standards. The TCP will identify the existing and proposed traffic control devices that will be used to handle traffic during construction, including regulatory signs, warning signs, construction warning signs, detour signs, construction pavement markings, channelizing devices, portable changeable message signs, flashing arrow boards, barricades, barriers, etc. b. Prepare a narrative of the construction sequencing, including acceptable construction work hours. C. Prepare roadway detour details as required for Burnet St. 7. Compute and tabulate quantities. 8. Select standard details. 9. Prepare construction cost estimate. Traffic 1. Prepare signing and pavement markings layouts. 2. Prepare illumination plan layouts. 3. Prepare small sign, pavement marking, and illumination summaries. 4. Utility coordination with power provider for the illumination electrical service pole locations. Utilities 1. Attend City of Round Rock monthly utility coordination meetings. 2. Develop waterline replacement plans for existing 8 -inch waterline along E. Bagdad Avenue from S. Shepard Street to S. Georgetown Street and along S. Georgetown Street from E. Main Street to E. Bagdad Avenue. 3. Leave AC pipe crossing in place, assuming proposed depth of cover is sufficient given proposed roadway. 4. Develop water & wastewater adjustments plans and details. 5. Incorporate existing infrastructure and proposed relocation designs from utility owners into utility plans. Drainage 1. Prepare drainage report documenting hydrologic and hydraulic methodology and modeling assumptions. 2. Estimate quantities and prepare cost estimate. Page 4 of 7 3. Include drainage details and standards. 4. Prepare specifications. 5. Onsite drainage plans including storm drains, inlets, outfalls and other associated drainage considerations will be adjusted as required to comply with the City's review comments of the 30% design plans. TASK 8: 95% PLANS All Disciplines I . Address comments from the City of Round Rock 60% review. 2. Continue development and detailing of sheets. 3. Prepare construction cost estimate, construction time estimate, specifications, and general notes. 4. Atkins will provide Storm Water Pollution Prevention Plans (SWPPP) to minimize sediment discharge from the project area during construction in accordance with best management practices. TASK 9: 100% PLANS/FINAL SUBMITTAL All Disciplines 1. Address comments from the City of Round Rock 95% Review. 2. Prepare construction cost and construction time estimates. 3. Prepare specifications and general notes. 4. Attend pre-bid, bid opening and process bids. NOT INCLUDED WITHIIN THIS SCOPE The following items are not included with this scope because the level of effort to complete these tasks is very dependent on the final route selected. These items, if necessary, would be added to the scope through a supplemental agreement. I. The project team assumes the project will be constructed using local funding sources and will not require any federal permitting. 2. TxDOT environmental document 3. Environmental permitting or agency coordination 4. Beautification plans including, but not limited to landscaping or concrete fence plans 5. Public involvement 6. Storm water detention design or associated plans Page 5 of 7 7. Water quality design or preparation of a water pollution abatement plan 8. Bid package preparation DELIVERABLES Pro 8ect Management 1. Monthly project status updates and invoices Environmental 1. Environmental technical memo ROW Mapping 1. Survey plats and metes and bounds descriptions for two parcels to be acquired. Geotechnical Design 1. Geotechnical and pavement design report to include site vicinity map, geology map, plan of borings, boring logs, laboratory test results summary, groundwater conditions, generalized subsurface conditions, pavement thickness design inputs and resulting recommendations, and general earthwork recommendations. 30% Submittal 1. Electronic submittal and two 11"X17" plan sets to include cover sheet, typical sections, preliminary roadway plan and profile sheets, preliminary drainage layouts and cross sections 2. 30% construction cost estimate 60% Submittal 1. Electronic submittal and two 11"X17" plan sets to include all required plan sheets and cross sections 2. Drainage Report 3. 60% construction cost estimate 95% Submittal 1. Electronic submittal and two 11"X17" plan sets to include all revised plan sheets and cross sections 2. Drainage Report 3. 95% construction cost estimate 4. A list of Specifications, Special Provisions and General Notes 100% Submittal 1. Electronic submittal and two final signed and sealed sets of l l"X17" full-scale paper drawings. Specifications and special provisions will be complete and suitable for bidding and award of a construction contract. Page 6 of 7 One electronic file of drawings, cross sections and supporting data 3. 100% cost estimate 4. Construction time estimate Page 7 of 7 ADDENDUM TO EXHIBIT C Work Schedule Attached Behind This Page LU i 0 0 aj > 0 v 75 c -3 ru 5 —, a U) OJ O> N0 ri 0 J � w Ln lD lD ri � r1 r1 \ to \ lfl l0 \ \ O A r1 O -1 \ \ LU J \ - rl w \ O r1 LD \ r -i O O \ N O\)\ -I \ rl rl \ rl \ M \ N \ rl ri 00 \\-I 4. O) N \ c -I m \ M \ \ O) rl \ 0) \ \ 1, M \ M \ N rl ri \ c -I N N M O O \ N \ -1 H \ ri \ r1 rl \ Ln Ln N w L!) N Ln Lf) rt \ \ n \ '--I \ N M r1 O \ N \ 'i N w L a) M \ C C \ \ C \ C C \ I� n 00 \ O -I \ \ CO ri O rl r1 H \ V) ofcli .0 Ln 00 O0 a Ol ._ Ol .- rl rl .OJL .1 iL C 0) .L cO CO ._ ..- cO cO CO .0 LL .` LL LL LL c G L F- LL t LL F- LL z F- F- LL G C LL LL G LL G G LL F- F- F- O V) z LLI lD X U U'1 Ln Lf) 6=) Ln w w LD 1, lD LD LD ri LD ei lD lD lD to LD \ \ - \ lD w F_ e -I W r -I rl y'"I i--1 ri ci ri \ -. rl �" 1 r1 \ \ �" I LD r1 d' rl ri <D .-i LU m \ ri \ \ \ rl \ \ \ \ O \ \ ei \ M C) \ -i c -I \ M Ln LD M \ \ d• \ rl N N : N \ \ \ a -i \ >Q = O) N \ rl Ol r1 N \ \ rl \ Ly \ p) \ O r1 M \ N \ M rl M �-{ \ N \ N N ri \ r1 \ N \ O \ N O O e 1 \ N 0q ro X \ \ \ O O O Ln \ Lt) M \ \ I� t Z \ r1 00 00 0) ri O O ri N W O) M D) rl rl rl -. Cp CO Lf) N Ln In n \ 00 rl c -I O O O Q a) a) a) : 7 7 a) p 0) a) a) a) C O O O O () �. F- LL �_ F- Ll- LL w c O N T LO to T L0 y T t0 N T m N n T n T to T v T o T T > N vi to v m T T a s 'O a T T f0 T to R N > T T T @ T T 10 T LO (0 T T t0 co a m s m 00 n ro a co s a Lo a a o a LO a 0 s 0 a a a a a 0 m a 0 a a 0 a a a La o a a a l ri : rl ri Ln ci Li LNn a -I Ln a -i r1 r1 v LD a Ln ri M L!) r1 iD ri r1 o Ln O M Lf) H M r1 rl M O N N 00 r -i LD N I i i i � C a1 ci V L CC G a) •> F� U f0 w UO LID CD F- C aJ a) a) QJ to D +1D+ C E C toclito C bD N Ln a) E a a OLU O Ln Y j a M �Oy O �O�yy W Ln �O�yy W W o o ° Ln a`'i c Leo c ��- r�o z ca � 3 O v F- 3 F- 3 F- O c o p y c E > o O v� o u) v p O a) v v v m `° +� > Co a p m v y a>) 3 m `° v t' a>i 3 rl `0 v t' Ln a) Cf z Q ''.. 'V >' O R fa0 O Q .fl � T Y N L a1 O N Y l�`0 ca0 O Q = T Y a)OJ a) Q O � T Y al a) ` N \U O. O L CL _ 05 a C7 Ln v F- 13. z U n U Ln U CI Ln 6 F ` L L J Z Q Ln w a (D a a a m ci I N M V to lD n i 00 ' I m O ' .-i I r -I N r1 I ('�) ; rl d' c -I to rl LD I c -I , 1` .-i 00 ri O) rl O N r1 i N N N M N V N M ID n N N N 00 N I I V O O 7 V 00 N d' O CT N 69 69 b9 F/} O N m ca (4 ce 0 ( +U 0 O R. �0 M (C) 0 0 (O N 0 1 O M'T O (f) — 00 O 0 00 N O m V CV 4 4 N O N (n (D s- to V CO O r W U) n N 'd' w V 00 00 O N M J (0 N LO O) — O (n � N (D N (A N 69 N O (D Cn N Efl Cfi (ti CA - (A Vq rMM O F- O (Lq (D C\l C14 ITy O N 0c0 N N V Cf} (A 69 O V .Q CO O O U) (LO (LO U) Ud bpi. O L .., T 0) LO (fl N LO V y (A V' 00 (d V M U N (OD c(DD c(DD N L f-- IT 00 00 (D N 00 f0 M O O 6q N (D LO 00 J Fi? EfY FO- 'a d t6 O J L r = 0 O (D t!) O CC) (D Ch CV co t� F... 0 ch N 0) (OD C\lIT N t6 J U) C f4 N Y LL � F— y O N a C m U) � U) N c N 0 C E N ZA a)f1 C C C ECU W C L (o c6 (CO a J U O E o Q '0 Z> (L)N O o o O QQ U) W LL U' COD N 0 F- C -4 ch d' u) (O Ih O O Z Q F— F— F— F— F— F— F— F— F— (7 V O O 7 V 00 N d' O CT N 69 69 b9 F/} O N m ca (4 ce 0 ( +U 0 O R. Z O c Z 4tW J X Cl w W FnH Q w = 0 J W Q (L 0 (- O� m w r � 00 CY) 0') C6 C14 H r' = LO co C LQ O O00o ti N N U '- ch N 00 <O V' ch Cl) Q U 61) 64 V� 00L g C C C m N O W m LO U) a cfl 69. t» c O� cq � ~N a) W N ta 69- 69 00 IT � OOo C N o C N T CO N (0 a) m 'co LO 0 W K? CA 63 co O L L N L C� O O) — N +' 'c c co = N 0) (1)W C C fA fil fR d rn o00 � rn (0 N r •� (C�6 CO cl)�O 00 M 000 O •- 0 o V <» 6c.� F» cov O co a 0 Y a) N U cn (0 C N cl U C� c a) O Ucn - O C O > O to 'O U O C C Q N _ N fn C Cz C6 O ~ � C O O 7 C U O3 N N X T O N EN"�-' U 0 ,U O � R' E c� N R Q 0, C C CO CO d dCL O •�c"i N a a C6 o Z O N W F- X J X a W H > M a W J a a La (L 0 M aU) m W O m @ i p N co co Vp cc F Ln ER (f3 C_ @ O U) 00 co U co N a U ER cfl c» U O O O 00 U) O_ U N co M (V (, ER 60) EA O 00 ` N M N a 61) cq c O co cq M M N S f» ss 01) O co N OOD N N W f0 LO N N N N N C' N M O U a LO N N C9 � Q1 N N N N U) V3 fR ER U) n Ocorn _ Rf u� g :-.LO I- 00 0 N � N U LO N N N N N L E Cf) C •� U O p O V coCD co W N a N N M CO c ' o .Q I U N N Y U) (6 E Y G> N W c N (0 ` o O f9 N Ecn y N ~ a pN N 6 0. NV C 'R ay O NNN ,y rL... E -. f6 Q O CO,.. .« N 7 N N i:a _O C) (D S C G :Ll C7 Ny ai WL .= CV c'i V L6 co m U :r m O •n Q m U o W LL H E BAGDAD AVE EXTENSION SUPPLEMENTAL#1 EXHIBIT D Task 4: Preliminary Design/30% Plans Task Description Senior Project Project Senior Engineer Senior Design Design Senior CA DD Total Manager Manager (QAOC) Engineer Engineer EIT Operator Hours Rales $ 78.85 S 64.90 S 71.46 S 51.12 $ 48.08 S 27.24 S 40.39 Page 4 J Q f - Z W 5 W J d 0.. D U) 0 o 10o00000 0 c O O 0 0 0 0 0 0 0 v o 0000000 v O 6fk LO M N F{} EA Hi E9 Lf) c � r O F- FD. O OU700000 (� O 0 0 — U7 to O LO LO M U-)OONI-- Lf) � O f- vi EA EA 69 - a) co Efl O Efl EA EA N K} U �L w C D O O 0 O 0) O t!') `- N C cc 3 Cf N Q X W = O (n LL.000Q QQ D J (n W W W W W W .w+ U i LO Y N I— X O r L 'a OXX N N,N N p � i N C Z co � � O' C N N - O CD m 'm .m U O. X t9 t/7 O O N O O O � z W Y� U U U N O 4 N O O n O V O UL L . L d U CU o•a. a)X o o N>> L L L L O e O to vU.SWn.a.�000 Q CLIF- E BAGDAD AVE EXTENSION SUPPLEMENTAL#1 EXHIBIT D Page 6 TASK 7: 60% PLANS Task Description Senior Project Manager Project Manager Senior Engineer (QAQC) Senior Engineer Design Engineer Design EIT Senior Operator Alenc l Clerical Total Hours Rates S 78.85 S 64.90 S 71.46 S 51.12 $ 48.08 S 27.24 S 40.39 $ 31.50 A. Roadway 1. Cover Sheet NTS 1 4 5.0 2. Index 2 10 12.0 3. Summary of Quantities a. Earthwork 4 16 20.0 b.Roadway 8 20 28.0 c. Traffic Control 4 4 8.0 d. Driveways 4 12 16.0 e. Removal 4 12 16.0 4. Project Layout 1"=200' 2 16 18.0 5. Horizontal Alignment Data 2 8 10.0 6. Typical Sections 0.5 1 4 5.5 7. Traffic Control Plan 1"=100' 2 2 8 24 36.0 8. Plan & Profile 1"=100'H, 1"=20'V 0.5 1 2 16 18.5 9. Intersection Layouts Assume 5 1"=40' 4 20 40 64.0 10. Driveway Plan & Profile Sheets Assume 5 driveways) 1 2 24 27.0 11. Removal Plan 1"=100' 2 8 16 26.0 12. Miscellaneous Roadway Details 2 8 24 34.0 13. Cross -Sections 2 2 40 44.0 14. Standards 4 2 8 1 14.0 15. Cost Estimate 1 6 24 31.0 16. QA/QC 20 16 16 52.0 17 Prepare Submittal Package 2 1 8 16 26.0 18 Prepare for and Attend Meetings 2 4 8 12.0 B. Traffic 1. Signing & Pavement Markings a. Signing & Pavement Marking Layout 1"=100' 12 1 36 48.0 b. Quantities 1. Small Signs 2 12 14.0 2. Pavement Markings 2 12 14.0 C. Standards 4 4.0 d. QA/QC 4 4.0 2. Illumination a. Illumination Layout 16 36 52.0 b. Quantities 2 8 10.0 c. Standards 1 1 4 5.0 d. QA/QC 4 4.0 C. Utilities 1. Water & Wastewater Adjustment Plans and Details 15 45 60.0 2. Draft Existing & Proposed Utility Plans Provided by Owners 6 14 20.0 3. Specifications and Estimate 12 12.0 4. QA/QC 4 8 12.0 5. Utility Coordination Meetings 8 32 40.0 D.;Drainage 1. Drainage Report a. Report 6 10 22 38.0 b. Exhibits, Tables & Figures 2 6 4 12.0 c. QA/QC 1 2 2.0 2. Drainage CADD a. Quantities 2 8 10.0 b. Overall DA 4 4 8.0 c. Interior DA 1 2 8 10.0 d. Storm Sewer P&P 8 20 12 40.0 e. Hydraulic Data 2 8 2 12.0 I. Drainage Details 2 4 6.0 . Drainage Standards 2 4 6.0 h. Cost Estimate 2 2.0 i. Specifications 2 2.0 M. QA/QC 12 12.0 Totals 29.0 36.0 131.0 199.0 482.0 105.0 982.0 Raw Labor Multiplier S - 2.88 $ $ 1,882.10 2.88 S 5.429 $ 2,572.56 2.88 S 7,420 S 6,696.72 2.88 S 19.316 $ 9,567.92 2.88 $ 27,597 $ 13,129.68 2.88 S 37,870 $ 4,240.95 2.88 S 12,232 $ - 2.88 S - S 38,089.93 S 109,864.16 Page 6 E BAGDAD AVE EXTENSION SUPPLEMENTAL#1 EXHIBIT D Page 7 TASK 8: 95% PLANS Task Description Senior Project Manager Project Manager Senior Engineer (QAQC) Senior Engineer Design Engineer Design EIT Senior CADD Operator Admin/ Clerical Total Hours Rates S 78.85 S 64.90 S 71.46 S 51.12 S 48.08 S 27.24 $ 40.39 S 31.50 A. Roadway 1. Cover Sheet NTS 1 2 3.0 2. Index 1 6 1 1 7.0 3. General Notes 1 2 8 11.0 4. Summary of Quantities a. Earthwork 2 8 10.0 b.Roadway 4 8 12.0 c. Traffic Control 0.5 2 2 4.5 d. Driveways 2 4 6.0 e. Removal 2 4 6.0 5 Project Layout 1 "=200' 1 4 5.0 6. Horizontal Alignment Data 7. Typical Sections 1 2 3.0 8. Traffic Control Plan 1"=100' 1 1 8 16 26.0 9. Plan & Profile 1"=100'H, 1"=20'V 1 1 2 4 8.0 10. Intersection Layouts Assume 5 1"=40' 4 4 10 20 38.0 11. Driveway Plan & Profile Sheets Assume 5 driveways) 1 2 12 15.0 12. Removal Plan 1"=100' 1 4 12 17.0 13. Miscellaneous Roadway Details 1 4 12 17.0 14. Cross -Sections 1 2 20 23.0 15. Standards 2 1 4 7.0 16. Cost Estimate 4 16 20.0 17 QA/QC 8 8 16 32.0 18 Prepare Submittal Package 2 8 16 26.0 19 Prepare for and Attend Meetings 2 4 8 12.0 B. Traffic 1. Signing & Pavement Markings a. Signing & Pavement Marking Layout 1"=100' 6 24 30.0 b. Quantities 1. Small Signs 1 8 9.0 2. Pavement Markings 1 8 9.0 c. Standards 2 2.0 d. QA/QC 4 4.0 2. Illumination a. Illumination Layout 8 16 24.0 b. Quantities 6 6.0 c. Standards 2 2.0 d. QA/QC 4 4.0 C. Utilities 1. Water & Wastewater Adjustment Plans and Details 6 15 21.0 2. Draft Existing & Proposed Utility Plans Provided by Owners 3 7 10.0 3. Specifications and Estimate 4 4.0 4. QA/QC 1 2 4 6.0 5. Utility Coordination Meetings 8 1 24 32.0 D. Drainage 1. Revise Drainage Report Based on 60% Comments a. Report 2 6 8.0 b. Exhibits, Tables & Figures 2 6 8.0 c. QA/QC 2 2.0 2. Drainage CADD a. Quantities 1 1 2 4 6.0 b. Overall DA 1 2 2 5.0 c. Interior DA 2 2 2 6.0 d. Storm Sewer P&P 4 4 8 16.0 e. Hydraulic Data 2 4 2 8.0 I. Drainage Details 1 2 3.0 . Drainage Standards 1 1 2.0 h. Cost Estimate 2 2 4.0 i. Specifications 2 2 4.0 j. QA/QC 8 8.0 3. Erosion Control a. SWPPP 2 6 12 20.0 b. Erosion Control Plans & Standards 2 6 12 12 32.0 Totals 26.0 18.0 85.5 119.0 300.0 55.0 603.5 Raw Labor Multiplier S - 2.88 S S 1,687.40 2.88 S 4,867 S 1,286.28 2.88 $ 3,710 S 4,370.76 2.88 5 12,607 $ 5,721.52 2.88 S 16.503 S 8,172.00 2.88 S 23,571 $2,221.45 2.88 S 6,407 S - 2.8B S - S 23,459.41 S 67.664.82 Page 7 E BAGDAD AVE EXTENSION SUPPLEMENTAL#1 EXHIBIT D Page 8 TASK 9: 100% PLANS/FINAL SUBMITTAL Task Description Senior Project Manager Project Manager Senior Engineer (QAQC) Senior Engineer Design Engineer Design EIT Senior CADD Operator Admin/ Clerical Total Hours Rates S 78.85 S 64.90 S 71.46 $ 51.12 $ 48.08 S 27.24 S 40.39 S 31.50 A. Roadway 1. Cover Sheet NTS 1 2 3.0 2. Index 1 1 3 4.0 3. General Notes 1 2 4 7.0 4. Summary of Quantities a. Earthwork 1 4 5.0 b.Roadway 2 4 6.0 c. Traffic Control 1 1 2 4.0 d. Driveways 2 4 6.0 e. Removal 2 4 6.0 5 Project Layout 1"=200' 1 2 3.0 6. Horizontal Alignment Data 1 2 1 3.0 7. Typical Sections 1 2 3.0 S. Traffic Control Plan 1"=100' 1 1 4 8 14.0 9. Plan & Profile 1"=100'H, 1"=20'V 1.0 1 2 4 8.0 10. Intersection Layouts Assume 5 1"=40' 2.0 2 4 8 16.0 11. Driveway Plan & Profile Sheets Assume 5 cinvewa s 1 1 8 10.0 12, Removal Plan 1"=100' 1 2 8 11.0 13. Miscellaneous Roadway Details 1 4 12 17.0 14. Cross -Sections 1 1 10 12.0 15. Standards 2 2 1 4 1 8.0 16. Cost Estimate 1 4 8 1 13.0 17. QA/QC 12 6 16 34.0 18 Specifications and special provisions 2 8 10.0 19. Construction time estimate 2 24 26.0 20. Prepare Submittal Packa e 2 8 8 18.0 21. Prepare for and Attend Meetings 2 4 8 12.0 B. Traffic I 1. Signing & Pavement Markings a. Signing & Pavement Marking Layout 1"=100' 2 12 1 14.0 b. Quantities 1. Small Signs 1 4 5.0 2. Pavement Markings 1 4 5.0 c. Standards 1 1.0 d. QA/QC 4 4.0 2. Illumination a. Illumination Layout 2 1 12 1 14.0 b. Quantities 4 4.0 c. Standards 1 1.0 d. QA/QC 4 4.0 O. Utilities 1. Water &Wastewater Adjustment Plans and Details 4 8 12.0 2. Draft Existing & Proposed Utility Plans Provided by Owners 1 3 4.0 3. Specifications and Estimate 2 2.0 4. QA/QC 2 1 4 6.0 5. Utility Coordination Meetings 8 1 24 32.0 D. Drainage I 1. Drainage Report a. Report 4 4.0 b. Exhibits, Tables & Figures 4 4.0 c. QA/QC 2 1 2.0 2. Drainage CADD a. Quantities 2 2 4.0 b. Overall DA 1 2 3.0 c. Interior DA 1 2 3.0 d. Storm Sewer P&P 2 2 1 5.0 e. Hydraulic Data 2 2 1 5.0 f. Drainage Details 1 1 2.0 . Drainage Standards 1 1 2.0 h. Cost Estimate 2 2 4.0 i. Specifications 2 2 4.0 '. QA/QC 4 4.0 4. Erosion Control a. SWPPP 1 2 4 7.0 b. Erosion Control Plans & Standards 1 6 7.0 Totals 29.0 22.0 83.0 99.0 165.0 29.0 427.0 Raw Labor Multiplier $ - 2.88 S S 1,882.10 2.88 $ 5,429 51,572.12 2.88 S 4,535 S 4,242.96 2.88 S 12,238 $ 4,759.92 2.88 S 13,729 S 4,494.60 2.88 S 12,964 S 1,171.31 2.88 S 3,378 $ - 2.88 S - $ 18,123.01 S 52,272.85 Page 8