Loading...
R-05-06-23-14A3 - 6/23/2005RESOLUTION NO. R -05-06-23-14A3 WHEREAS, the City of Round Rock has previously entered into an Agreement for Engineering Services ("Agreement") with K. Friese & Associates, Inc. for the McNutt Creek Wastewater Interceptor Project - Phase I, and WHEREAS, K. Friese & Associates, Inc. has submitted Supplemental Agreement No. 2 to the Agreement to modify the provisions for the scope of services, and WHEREAS, the City Council desires to enter into said Supplemental Agreement No. 2 with K. Friese & Associates, 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 Agreement No. 2 to the Agreement with K. Friese & Associates, 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 23rd day of June, 2005 ATTE NY Q City AtthA/U2-) /e CHRISTINE R. MARTINEZ, City Secretary @PFDesktop\::ODMA/WORLDOX/O:/WDOX/RESOLDTI/R50623A3.WPD/sc , Mayor f Round Rock, Texas STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL CONTRACT NO. 2 TO CONTRACT FOR ENGINEERING SERVICES FIRM: K. Friese & Associates, Inc. ("Engineer") ADDRESS: 7600 Burnet Road, Ste. 290, Austin, TX 78757 PROJECT: McNutt Creek Wastewater Interceptor — Phase I 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 K. Friese & Associates, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 13th day of May, 2004 for the McNutt Creek Wastewater Interceptor in the amount of $79,991.66; and WHEREAS, the City and Engineer executed Supplemental Contract No. 1 on October 26, 2004 to modify the provisions for the scope of services and to increase the compensation by $496,725.00 to a total of $576,716.66; 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 $189,433.00 to a total of $766,149.66, and NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: I. 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. II. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $189,433.00 the lump sum amount payable under the Contract for a total of $766,149.66, as shown by the attached Addendum to Exhibit D. Supplemental Contract K.Friese-McNuttCrk; WWO1MNUTT; 86830 EXHIBIT nAn 1 Rev.03/02/04 84275 IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. K. FRIESE & ASSOCIATES, INC. By \- kin —L-2415( Date CITY OF ROUND ROCK APPROVED AS TO FORM: By: Nyle Maxwell, Mayor Stephan L. Sheets, City Attorney Date Supplemental Contract K.Friese-McNuttCrk; WWOIMNUTT; 86830 2 Rev.03/02104 84275 ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: EXHIBIT B ENGINEERING SERVICES GENERAL An approximately 150 -foot wide corridor for the McNutt Creek Wastewater Interceptor — Phase I was defined during the preliminary engineering phase of the project, coordinated with Landowners, and approved by the City for final design. After completion of field work for final design, the City requested that K Friese & Associates, Inc. (KFA) investigate alternate routes on the Gordon Tract and along Highway 79. These investigations and further coordination with landowners has resulted in adjusting the alignment on the Gordon tract to the west, extension of the project to the north side of McNutt Creek, and additional trenchless installation along the frontage of Highway 79. This supplemental amendment scope of services includes the work performed for the additional route analysis and the engineering, survey, environmental, and geotechnical work required for the alignment and construction method revisions. Meetings with developers along the frontage of Highway 79 indicate that commercial construction along the proposed McNutt Creek Interceptor alignment will occur between July 2005 and February 2006. In order to coordinate construction of the commercial development and the McNutt Creek Interceptor, the portion of the project along Highway 79 will be fast - tracked and bid separately. SCOPE OF SERVICES Alternate Route Evaluations A. Gordon Tract The City requested that KFA evaluate several alternate alignments on the Gordon tract, including two along the western property line and one along County Road 110. This item includes costs for creating plan and profiles for the alternate alignments, preparing cost estimates for these alignments, attending meetings and making field visits to inspect the alignments. B. Highway 79 Frontage Since the completion of preliminary engineering, several new commercial developments on the north side of Highway 79 along the proposed interceptor alignment have been planned. These developments will be under construction, and may be completed, before construction on the interceptor is started. After discussions with the developer, the City requested that KFA evaluate placing the interceptor south of Highway 79. This item includes costs for evaluating construction methods and impacts, creating a plan and profile for the alternate alignment, preparing cost estimates for the alignment, and making a field visit to inspect the site. Page 1 of 5 EXHIBIT B ENGINEERING SERVICES C. Additional Cultural Resources Survey This item is for additional cultural resources work performed on the LCRA property used for police training. The cultural resources investigation performed along the initial alignment indicated a site on this tract impacting the project. An alternate alignment was identified and additional work was required to verify that the proposed route is beyond the extents of the site. Revised Alignment Design Services A. Tree Survey SWCA will inventory all protected trees (trees greater than 8 -inches in diameter, excluding Chinaberry, Hackberry, Ash Juniper (Cedar), Chinese Tallow and Bois D'arc) by flagging, tagging, and recording information specific to each tree in a 150 -foot corridor along the rerouted alignment. The trees will be located by Inland Civil Associates, LLC (Inland) during the design survey and pertinent information will be shown on the project construction plans. B. Cultural Resources Survey SWCA will conduct a cultural resources survey of the roughly 2,800 ft rerouted portion of the interceptor in compliance with the Antiquities Code of Texas. SWCA will amend the current draft report to include the new investigations. C. Jurisdictional Waters Delineation SWCA will perform a jurisdictional waters delineation along the rerouted portion of the alignment. Upon completion, a report will be prepared which identifies the location of jurisdictional areas within a corridor 150 -feet wide and describe the areas found. D. Design Survey and Easement Metes and Bounds 1. Inland will recover the primary control previously established and perform a design survey, including a 1 -foot topographic survey within a 150 -foot wide corridor along the revised project alignment, record evidence of existing utilities, and the location of geotechnical bore holes. Inland will also perform a planimetric survey along the frontage of Highway 79 to document improvements to the area since the initial design survey due to construction of the Walmart Store. 2. Inland will prepare additional metes and bounds descriptions for permanent wastewater easements, temporary construction easements and access easements for the line extension north of McNutt Creek. Page 2 of 5 EXHIBIT B ENGINEERING SERVICES E. Geotechnical Investigation 1. Fugro Consultants, LP (Fugro) will perform a geotechnical investigation along the new alignment. This investigation will include 8 additional geotechnical borings and associated testing on the samples. Findings will be incorporated into the report of previous findings for this project. 2. New commercial development along the frontage of Highway 79 has resulted in additional trenchless installation in lieu of the previously planned open -cut installation. Fugro will perform additional testing on existing samples and document the testing results and anticipated ground conditions. Considering the quantity and diameter of the trenchless installation (over 3,000 linear feet total and 48 -inch diameter) the additional testing and documentation is appropriate for engineering design, bidding and construction. F. Engineering Design KFA will prepare additional plan sheets necessary for the extension of the line north, across McNutt Creek and access from County Road 110. Engineering and design for the creek crossing, environmental controls, and restoration are included. Trenchless Installation Contract A. Design Phase Services 1. KFA will separate the work along the Highway 79 frontage for bidding and construction. This work will include producing plan and profile sheets, details, erosion and sedimentation control sheets, and traffic control sheets. A project manual consisting of contract documents and technical specifications for bidding and construction will be assembled. Contract documents will also include a storm water pollution prevention plan (SWPPP). B. Permitting 1. With the assistance of WHM, KFA will coordinate the U.S. Highway 79 crossing with the Texas Department of Transportation and obtain the necessary approval and permit. KFA will also coordinate with Union Pacific Railroad to obtain a railroad crossing license for the project. 2. We expect the project to fall under Nationwide Permit 12 (NWP 12). US Army Corps of Engineers (USACE) notification is not required as a condition of NWP 12. SWCA will work with KFA to ensure the final project plans and specifications meet the terms and conditions of NWP 12. If conditions are such that pre -construction notification (PCN) of the USACE is required (greater than 0.10 acres of jurisdictional waters of the US or wetlands are impacted), SWCA will prepare and submit the PCN. 3. KFA will submit a summary letter to TCEQ documenting the project and address any comments or requests for additional information typically necessary for construction approval. Page 3 of 5 EXHIBIT B ENGINEERING SERVICES C. Deliverables 4. KFA will provide 60% and 100% submittals to the City for review and comment. Submittals will include 3 sets of %2 size drawings and contract documents and technical specifications as they are developed. Each submittal will also include an updated project cost estimate. 5. The final submittal will include one full size set of reproducible construction plans and complete set of contract documents and technical specifications suitable for public bidding. D. Bid Phase Services KFA will assist the City during the Bid Phase with contract document distribution, conducting the pre-bid conference and bid opening, and providing assistance throughout the bidding process. Services during the bid phase will include: 1. Attend pre-bid conference. KFA will attend the pre-bid conference with the City of Round Rock being the primary organizer/presenter. KFA will document technical questions and any responses provided at the meeting, and issue a follow-up addendum if necessary. 2. Reproduce, distribute and log bid documents. KFA will make bid documents available at our office for potential bidders and maintain a log of all documents distributed. Fees for bid documents will be payable to KFA. 3. Interpret plans and specifications and issue addenda. KFA will keep records of all inquiries and issue clarifications in addendum format only. KFA will draft addenda and review with the City prior to issuance. KFA will issue addenda to all plan holders via facsimile. 4. Conduct bid -opening, bid tabulation, bid evaluation, and issue a recommendation. KFA will conduct the public bid opening and record all bids received. After receipt of bids, KFA will tabulate the bids in unit price format. KFA will evaluate the bids for responsiveness, meet with the low bidder if necessary, and issue a recommendation of award to the City. 5. Assist the City in awarding contracts. KFA will assemble five (5) bound sets of contract documents and coordinate with the Contractor and City in their execution. E. Construction Phase Services KFA will assist the City with contract administration during the construction phase of the project. We understand the City will provide required construction inspection services. KFA's services will include: I. Construction document reproduction and distribution. KFA will incorporate addenda items in the construction documents as appropriate and reproduce and distribute the documents. For budgeting purposes we have assumed 10 sets of Contract Documents and Technical Specifications, ten full size sets of Construction Plans and ten %2 size sets of Construction Plans. 2. Attend pre -construction conference. KFA will attend the pre -construction conference with the City, Contractor, and other parties as appropriate with the City of Round Rock being the primary organizer/presenter. Page 4 of 5 EXHIBIT B ENGINEERING SERVICES 3. Conduct regular construction meetings. KFA will conduct regular construction meetings with the City, Contractor, and other parties as appropriate, including preparing the agenda and meeting minutes. For budgeting purposes we have assumed 14 meetings. KFA will visit the site (typically twice per month) to check the progress of the work and verify general conformance with the project plans and technical specifications. 4. Submittal Review. KFA will maintain a log of all Contractor submittals, track review progress, review and approve submittals, and distribute submittals to the appropriate parties. 5. Pay Estimate Review. KFA will review the Contractor's pay estimates after approval by the City's on-site Inspector and make recommendations for payment. 6. Preparation of Change Orders. KFA will review all Contractor's requests for Change Orders and prepare and distribute Change Orders as appropriate. 7. Contract Close-out. KFA will conduct a final project walk-thru, document "punch list items", issue a Certificate of Substantial Completion and issue an Engineer's Concurrence for Project Acceptance letter. KFA will also notify TCEQ of project completion. 8. Record Drawings. KFA will use the Contractor's redline as -built drawings to document as -built conditions in the final record drawings. KFA will supply the City with one set of reproducible Record Drawings. Page 5 of 5 ADDENDUM TO EXHIBIT C Work Schedule The changes to the Work Schedule for this project are as follows:. Exhibit C McNutt Creek Wastewater Interceptor-Phase I Design,Bid and Construction Schedule Mtgkuxcre,Etes wxvaeszrc�,±sr ID �Task Name Durailan ! E1ad Flnleh S amh:_..._. _ --. - "�'{.^^ ._..._.__.._...._.._ .__...._.__..... _ 11 '.t1 _ 1 !_ 'P� Rr ,IA�y A.IY.. IFE,O.fV..y.-,. 1^'mAL. .AAPd }MaY.�,_ ._ �.^^...-, ...YJNN�....... iA.H..al.. ._iSoptemb _Oclber '..NP Ombe IP...mbar. Jao:. 1 � COnim �,�( -'"""""-'"'" _ AN,3 yl lj 1'1,152/17 tr 1/j l/$I/Ifillfi3l/,30 /�3ZA14]I te/63I13Lf'O�v1 lj[0-0/�OMt]f dre SJ y0,ri115/32,300§,156112&.19Tk1j 1�(],j[I,:(Z]]24�/] t10�1 b/1481218IjB 9/_9,81119/1049/251 II 20131,1/611/1 11,1/21]/ LI,'LI 11 1j I✓ PP a 0tlaYe 8/84_ 16r181B0 10131 " t "{"' 'T 'S'Y pay £ $,141 3L.._r l ..9 1. Ti T tl 2 1✓ Nerceto Proceed OtleYs Mid t0Y1]/09 Wed 10137104 110137 1 HickroXMeeling 0days Weal 10127N4 We010/1]N4 4 1.1 Finellze Alignment 2W95Wed 11/3M09 Design FI-or&Modeling IB days TF.t1n1101 hatfBl06 ,Oaslgn FlOw3&MOtleling j —� I' I ., 11 ✓ Tree sonar 2wks Wetl 1N11/01 e11410s I I I rI � td `% Jurlaa 0lonal Walere De neali0n -2 4m MalIY1&O4 ne 1I9m5 I I r�l ' 1 i3`l Ij .......sources Survey 86 days Wed 13u101 Tue3I8106 1 1 CXu 1R_ 9 deTo '— ---- --- I I 1 -10...1✓ Deoteehnlcel lnveatlHatien 16 tlays Wed 12116/01 Tua 2115m6 GBat horicallve lgation i 12 ✓ Dal gn Survey 7.5 wka Weal Ib8N4 Fri OPen{utd LlA Elation Dael0n 182.6 tlays Fd 1120106 Tue 10/11106 1 ! 1 ! II 1 ..R4"i✓ 00%Datlgn 20 daysER1141/05 Ftl gums 11 . ]8%D IHn Ranged Allgnmenl Wark SO tlaY[ Tue 6114106 1 I ! R[Wed AllgnmeatW 1N Ii 3I 1 60!40es19n 26 tlaYa Wetl 6/16106 TYe BR106 1 I I I I I !60y,D g 90%Deal9n iO tlays M.—d4/a1-05 Tua 911LObi90%pefl9n i 58 100%Bes gn 30 tlays Weal&14/06 Tuet&itm6i 1 1100E Dealgn -- - l 85 TrencM1less Oeaign 46 days Mon 6111106 Fri 7116106 1. 1 - I T M1Mcs Oesi0n l 1 fib 40%Design Hwy78 26 days Mon 6116106 Fd 61171051 I 1 li _ 10%Design Hwy 79 ]4'i 100F Design Hwy 70 26 aayz Man 8119106 F117116106 I, 1 - --.-i t00ADesign XwYT1 I ! 03 nchleaa Eesemenl 0easaidons 3wks Mon&2 N5 Fri 71&05 I 1 II I 04 11/ Easement Desonpl vna lWaal) µks FH3/9N6 Frl4l3/O6r I 1 I Ease mam Demc611iana(5.d) 3wNz Wea>/10105 Mon 81bro6i j r 06 TrencM1less Perml111ng6 Appranls 50 tlays MDn 6/16106 Fri 3/6/06TM1 chess PeiI111ngd Approvals —' 1 7 -91 1 OPen{yl pe,mlHingdgpprovala 130 days Wea 6126/06 Too 11/2106 _ OpervCUl perm 11,g8Apmovals- ! Trenehless Bid&AAwerd 10 days Mon]I11106 Fr1919106 1 l 11 r T (less Bitld Aw rd 1 I' 102 I Open{ul Bid&Awa1d 69 aayz Wetl 1&15166 Mon 112/06 1 . I I ....106-1 Trench ess Conslructlon Phase 166 days Fri 913106 Fd 4m&031 1 - ' III 1 II Ii '! - j Ili - 1 131"j Open{ul Conalrustion P1a1e 201 days Mon imro8 Tua 10110/06 - I Pee.I - K FRIESE b ASSOCIATES.INC. ADDENDUM TO EXHIBIT D Fee Schedule The changes to the fee schedule for this project are as follows: 0 uJ -J vl w uJ • 0), 1# -)03. )) O on, 00a a a.--00-.. .31t). ,01,. .. AO' 0'4 1g n- Ts' 0 0 07 10 0 Nt. 0- ., ,,, 69 0 0 0 0 0 N "- CO, 69 a 4,.; OD 0-009)91.00) 0 4 69 LO LO 91. 99 0; on 69 ER 0 t'• e 0 0. 03 le 0 si V• n 'Ea 69 ffl- ,.... ;7.. 0a- o 69. 0 91. 03 0 0/ 03 ei 01 69 69 0 CO 99 0-: 49 0 0 0 03. sr .t; 69 oj 99 69 V) I- 03000700 CO 0 1- Coi 0 0 CD 10 03 0 In: 4 49 49 0 CO 0, N s- 99 07 1- 69 .0 CO 9- 01 .0. OS 0 N co. co 01 CO 03 CD 1- .r. ni e•- ,- .,- 0969 1-. CO 0 N n• o eei ni co- 0 CO 04 CO 01 . 3 - en ..c. 6 69 69 7, ...- oi .o. 0 CO co c° a' 1-. 99 0) n 0 OD ,-- 69 a: 13 m 45 0 0 .0 .- ',r, a. 0 v. 0 0 (-0- '0 0- CO 01 ar ni 0 49 3 fo3 QS 6.9 co 0 01 ;7,. co co 0 0 CO CO co ro •-• 0 CI 10 0 CA 01 zi. 47,.... 03 0 r..: 69 to to .-0) 043 ni co •-• 69 ca ('40 CD CO a 69 04 N 0 0-i CO 49 .13 oi 43 e- LO 00)09900 In 0 N ..3 (- CO 01 CO LO C..1 6) CD 99 n. 0 69 o4 z.,-, CO 0 A- CO 0 CO - - 0.1 A.- 69 49 CO 0. 9-. 0) LO CO - - 0. 9- 69 (9 0) 0 0 A- N1. 9- - - 01 1- 0 69. 9- 01 0- 9.. 0 01 - - 0 0 49 69 0 co. 0, N 0 1.... -4. sr ,,,- CD 69 sr N. V: 0 CO 49 co 2..' 0. X IA 0 0...99 (4) ,- 6.9 CR 0 0 0 0 z; 0 0 0 0 .7. .7; 0 0 0 0 0 0 t- ,7,. 47-, . 0 . 69 0 0 00 01 01 0363 0 00 0 ,- 69 0 0 01 0 63 0. 0 0 ID 69 0 0 0 1.0 1- 69..- 99 0 0 0 69 ..c, In (19 0 0 0 0 0 0 ,....1 69 0 0 0 0 0 01 ,..7 49 69 0 0 0 0 (-. A- 69 99 00 0 0 10 LO 49 0 0 o 0 le 0 0 0 n: 0 0 10 ai E 0 2. .--.. to C' 0 1 7). 0 0 0 0 0 0 01 c, ni 0 0 1, ni 0 0 ID 0 OD CO ni ni 01 CO 0 0 CP 0 en en 0 nia 69 0 0 0 0 CD 1.19 a' 6303- 0 o ,_ oi 93 o 49 o 4 9= 0 e-9 69 0 01 01 0" oo, E xt 63 )0 100 OD In 0 990 V N ..-. 69 0 0.. 0e- 01 01 0. 0, - )0 01 .- 9, In V V 0 ID •- 696 a 0 69 30.. CD 0 01 63 i r I-- CD 0 a.- 49 0 N ,.... o 69 ..." 17, 01 CO V) OD 01013 OD 0.- 0) 0 CO 0 0 0 0 1, 0) 0. to 49 9- 01 .0 'I' D to 0 OD 0 .3.3 In CD 99 69, 01 01 s-. - 0 CO 0.. ..- 0) 14) inIn 49 69 0 I: 49 ; 1 69- Or'70 0') t- C0 6.9 '-. a g 0 of I- _.• e- 0 0 2 N' 01 0) 0 01 0 •.- 0) N CO 0 co 0 0 0 - .0 0 - oi oo co c4 to to co °co sr ,c.0 F. ,to., mco „oo ooN 0, 01 sr 0 01 ,14 ° co o o 10 1(4 8 „,. o 0 0. 2 o 0 •- 0 0 N.: 69 0000 CD o N.: e- 69 0'3(00 0 0 o 0: N, 99 0 ,o. .303 sr 0 0 N 03 CO N 0 ,- c,, N .o. ,... 0 .o. CO CD CO 0 CADD Technician 2 0 0 0 0 tcS 01 69 29 5 0 4 0 0 I1 69 99 01 co ca .- sr L_$25.0o 68 12 o no 0100 src- 200 274 = 2 2 a: 311 iti co •-• I0 cc.• co N 0 0 N 0 N.- oi 4 ',7-2 01 99 V- °° ;:,?. co N. oi a .3. 0 . " *0 " ° . - 0 01 - 91. CD 01 sr ,-°a CO .o.° OD CO c> CO CO CD 0 to 0 _ 2 2 co .... •F W 0 •0. to st en 0 0 0 0 ca co a' to 69 00 0 0 01 01 co co 0 a o N sr sr 0.1 CA „, (C) ,_ 4 oo a co a ° 3, OD 0 73 g .0 to FT cc 2 to ^ 6 to sr 0 co to N. 6 01 9- 01 91. CO oo to N. 6 4.0.9 CA 0 CA CO OD 91- 0 .3 03 sr 2 ..te003,..,2.0 0 49 v- V' CsI 0 C,) 2 0 .5 0. •L2, 6 = 0 , a; sr ca co o o co 0 oi NI- 49 n. 0 (- 9- 01 0 0 o. cci 99 " 01 91. ('43 " e- 01 01 NI. 01 01 01 01 03 N9 N 09 Task 1 1 Rate ALTERNATE ROUTE EVALUATIONS A. Work on Revised Alignments on Gordon Property B. Investigation on Alignment South of Highway 79 C. Cultural Resources Survey - LCRA Tract Subtotal Alternate Alignments Work 1 Ct ALIGNMENT DESIGN SERVICES ITree Survey Cultural Resources Survey Jurisdictional Waters Delineation Design Survey & Esmt Metes & Bounds Geotechnical Investigation Engineering Design 'Subtotal Additional Services LESS INSTALLATION CONTRACT DHASE SERVICES Assemble Contract Documents Permitting Deliverables Design Submittals 'Final Submittal Design Phase CO 0 U.1 CC Lll cn 0 Pre -Bid Conference Distribute BId Documents Addenda Bid Opening & Recommendation 1 5 'Contract Award Assistance Subtotal Bid Phase I 1 CONSTRUCTION PHASE SERVICES Contract Document Distribution Pre -Construction Conference 'Construction Mtgs & Site Visits Submittal Review Pay Estimate Review Change Order Processing Contract Close-out Record Drawings Construction Phase Subtotal Trenchless installation I I TOTAL ADDITIONAL SERVICES WORK 0 0 tu Fii Ct LO 1-0 ••- en 2 _ 10 .- o4 co sr to o ro co 2 W 0 a) p w • CADD Technicia n c c O.?, O O U5 0.00%1 0.00% 0 0 0 O co 0 0 0 O 0 0 0 O r 0 000 O u) 0 O Ln 0 O 0 r 5.00%I o.00%1 5.00%1 0.00% 0.00%1 0 0 O LC) 0 0 O O r 0 0 O co Project Engineer O`r: o O O O N 5.00% 0 O O O 0 0 O O r 0 O 0 O CI 0 O O O r 0 O O Uj 5.00%I 0 O O O N 0 O O LI) r 0 O O 00 V' 0 O O LO 50.00% 40.00% 20.00%` 40.00% 0 0 0 O N Project Manager c 0 O O O '' 0 O O O N 5.00% 0 O 0 N 0 O O O N 0 O O LC) 2.50% 0 O 0 N 0 O O LC) 0 U5 N r 0 O O 0 r 20.00% 0 O 0 O N 0 0 0 N 5.00% 20.00% 0 0 0 OD Principal Zig 0.00% 0 0 Lf) N 2.50% 0 NON r 0 CO N 0 N r 0 r 0 0 0 0.00% 0.00%1 1.25% 1.25%1 1.25% 0 OO 1! N 1.25% 2.50% 2.00% 80 1 80 80 80 40 80 80 80 a00 80 80 40 80 40 200 CADD Technicia n 1 Hours 4 4 7 OD .d. V' V' (0 84 1 Project Engineer Hours aD V 00 ap 8 C0 4 4 8 24 32 40 40 (O A- O O O r r NI- 300 Project Manager f Hours co00 8 NNNN OD CI) C° CV VO, N Principal W pN 2 N r r r r r r r r r r 22 1 Task (Project Kick-off Meetings (2) Data Gathering Public Involvement/Right-of-Entries Meet with affected landowners Obtain ROE's Identify Candidate Alignments (2) Base mapping Field Investigations Survey Critical Elevations Route Analysis Environmental Constraints Survey Geological Assessment Easement Evaluation Utility Research Evaluate Plant Connection Options - Preliminary Modeling Construction Methods & Materials Evaluation Identify Permitting Requirements Coordination wJTxDOT and UPRR Cost Estimates Preliminary Engineering Report r r r r N 05 NC LC) 0 I- CO 0) r0 y T PINNU a ,k. i Yi s° r 'L-�"M Jnr .3" •�e{ �. 'e6"' ;,A ll d J i J lay / �b _ j AANN�YNNL 662 ' F �.} '!_ �; PP 4 t Y1 �i P e i q ,a. J p�Qpe prypp W+E McNutt Creek S Wastewater 5 Interceptor J' ROUND ROCK,TEXMAS 1 RP NOT •SCALE Project DATE: June 16, 2005 SUBJECT: City Council Meeting — June 23, 2005 ITEM: 14.A.3. Consider a resolution authorizing the Mayor to execute Supplemental Contract No. 2 to the Contract for Engineering Services with K. Friese & Associates, Inc. for the McNutt Creek Wastewater Interceptor Project - Phase I. Department: Water/Wastewater Utility Department Staff Person: Tom Clark, Water/Wastewater Utility Department Director Justification: K. Friese is currently under contract for Professional Engineering Services for the McNutt Creek Wastewater Interceptor. In addition to the original scope, alternate routes needed to be evaluated on the Gordon Tract and along Highway 79, which resulted in the realignment of the wastewater pipeline. Additionally, in order to coordinate construction of the commercial development, we are proposing to fast track the pipeline construction along Highway 79. Meetings with developers along the frontage of Highway 79 indicated that commercial construction along the proposed McNutt Creek Interceptor alignment will occur between July 2005 and February 2006. These investigations and further coordination with landowners has resulted in adjusting the alignment on the Gordon Tract to the west, extension of the project to the north side of the McNutt Creek, and additional trenchless installation along the frontage of Highway 79. This supplemental agreement scope of services includes the work performed for the additional route analysis, engineering, survey, environmental, and geotechnical work required for the alignment and construction method revisions. The portion of the McNutt Creek Interceptor along Highway 79 will be fast tracked and bid separately. This supplemental contract includes design, bid, and construction phase services for this separate construction contract. Funding: Cost: $189,433 Source of funds: Capital Projects Funds (Utility Fund) Outside Resources: K. Friese & Associates Paloma Lake Development and Pacific Development Background Information: The project scope of work will construct 9,550 feet of 48" wastewater interceptor from the existing Brushy Creek Regional Wastewater Plant located on the eastern side of the City of Round Rock, and extend north-easterly to a certain point along the McNutt Creek. Public Comment: N/A STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL CONTRACT NO. 2 TO CONTRACT FOR ENGINEERING SERVICES FIRM: K. Friese & Associates, Inc. ("Engineer") ADDRESS: 7600 Burnet Road, Ste. 290, Austin, TX 78757 PROJECT: McNutt Creek Wastewater Interceptor — Phase I This Supplemental Contract No. 2 to Contract for Engineering Services is made by and between the City of Round Rock, 'T'exas, hereinafter called the "City" and K. Friese & Associates, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 13th day of May, 2004 for the McNutt Creek Wastewater Interceptor in the amount of $79,991.66; and WHEREAS, the City and Engineer executed Supplemental Contract No. 1 on October 26, 2004 to modify the provisions for the scope of services and to increase the compensation by $496,725.00 to a total of $576,716.66; 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 $189,433.00 to a total of $766,149.66, and NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: I. 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. II. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $189,433.00 the lump sum amount payable under the Contract for a total of $766,149.66, as shown by the attached Addendum to Exhibit D. R-05-010 -0Q3-1443 Supplemental Contract K.Friese-McNuttCrk; WWOIMNUTT; 86830 1 Rev.03/02/04 84275 IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. K. FRIESE & ASSOCIATES, INC. • By: \-I z(65- Date (65 Date (0- 13-05 Date Supplemental Contract K.Friese-McNuttCrk; WWOIMNUTT; 86830 2 APP ' I VED AS TO L. ORM: Stepha L. Sheets, City Attorney Rev.03/02/04 84275 ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: EXHIBIT B ENGINEERING SERVICES GENERAL An approximately 150 -foot wide corridor for the McNutt Creek Wastewater Interceptor — Phase I was defined during the preliminary engineering phase of the project, coordinated with landowners, and approved by the City for final design. After completion of field work for final design, the City requested that K Friese & Associates, Inc. (KFA) investigate alternate routes on the Gordon Tract and along Highway 79. These investigations and further coordination with landowners has resulted in adjusting the alignment on the Gordon tract to the west, extension of the project to the north side of McNutt Creek, and additional trenchless installation along the frontage of Highway 79. This supplemental amendment scope of services includes the work performed for the additional route analysis and the engineering, survey, environmental, and geotechnical work required for the alignment and construction method revisions. Meetings with developers along the frontage of Highway 79 indicate that commercial construction along the proposed McNutt Creek Interceptor alignment will occur between July 2005 and February 2006. In order to coordinate construction of the commercial development and the McNutt Creek Interceptor, the portion of the project along Highway 79 will be fast - tracked and bid separately. SCOPE OF SERVICES Alternate Route Evaluations A. Gordon Tract The City requested that KFA evaluate several alternate alignments on the Gordon tract, including two along the western property line and one along County Road 110. This item includes costs for creating plan and profiles for the alternate alignments, preparing cost estimates for these alignments, attending meetings and making field visits to inspect the alignments. B. Highway 79 Frontage Since the completion of preliminary engineering, several new commercial developments on the north side of Highway 79 along the proposed interceptor alignment have been planned. These developments will be under construction, and may be completed, before construction on the interceptor is started. After discussions with the developer, the City requested that KFA evaluate placing the interceptor south of Highway 79. This item includes costs for evaluating construction methods and impacts, creating a plan and profile for the alternate alignment, preparing cost estimates for the alignment, and making a field visit to inspect the site. Page 1 of 5 EXHIBIT B ENGINEERING SERVICES C. Additional Cultural Resources Survey This item is for additional cultural resources work performed on the LCRA property used for police training. The cultural resources investigation performed along the initial alignment indicated a site on this tract impacting the project. An alternate alignment was identified and additional work was required to verify that the proposed route is beyond the extents of the site. Revised Alignment Design Services A. Tree Survey SWCA will inventory all protected trees (trees greater than 8 -inches in diameter, excluding Chinaberry, Hackberry, Ash Juniper (Cedar), Chinese Tallow and Bois D'arc) by flagging, tagging, and recording information specific to each tree in a 150 -foot corridor along the rerouted alignment. The trees will be located by Inland Civil Associates, LLC (Inland) during the design survey and pertinent information will be shown on the project construction plans. B. Cultural Resources Survey SWCA will conduct a cultural resources survey of the roughly 2,800 ft rerouted portion of the interceptor in compliance with the Antiquities Code of Texas. SWCA will amend the current draft report to include the new investigations. C. Jurisdictional Waters Delineation SWCA will perform a jurisdictional waters delineation along the rerouted portion of the alignment. Upon completion, a report will be prepared which identifies the location of jurisdictional areas within a corridor 150 -feet wide and describe the areas found. D. Design Survey and Easement Metes and Bounds 1. Inland will recover the primary control previously established and perform a design survey, including a 1 -foot topographic survey within a 150 -foot wide corridor along the revised project alignment, record evidence of existing utilities, and the location of geotechnical bore holes. Inland will also perform a planimetric survey along the frontage of Highway 79 to document improvements to the area since the initial design survey due to construction of the Walmart Store. 2. Inland will prepare additional metes and bounds descriptions for permanent wastewater easements, temporary construction easements and access easements for the line extension north of McNutt Creek. Page 2 of 5 EXHIBIT B ENGINEERING SERVICES E. Geotechnical Investigation 1. Fugro Consultants, LP (Fugro) will perform a geotechnical investigation along the new alignment. This investigation will include 8 additional geotechnical borings and associated testing on the samples. Findings will be incorporated into the report of previous findings for this project. 2. New commercial development along the frontage of Highway 79 has resulted in additional trenchless installation in lieu of the previously planned open -cut installation. Fugro will perform additional testing on existing samples and document the testing results and anticipated ground conditions. Considering the quantity and diameter of the trenchless installation (over 3,000 linear feet total and 48 -inch diameter) the additional testing and documentation is appropriate for engineering design, bidding and construction. F. Engineering Design KFA will prepare additional plan sheets necessary for the extension of the line north, across McNutt Creek and access from County Road 110. Engineering and design for the creek crossing, environmental controls, and restoration are included. Trenchless Installation Contract A. Design Phase Services 1. KFA will separate the work along the Highway 79 frontage for bidding and construction. This work will include producing plan and profile sheets, details, erosion and sedimentation control sheets, and traffic control sheets. A project manual consisting of contract documents and technical specifications for bidding and construction will be assembled. Contract documents will also include a storm water pollution prevention plan (SWPPP). B. Permitting 1. With the assistance of WHM, KFA will coordinate the U.S. Highway 79 crossing with the Texas Department of Transportation and obtain the necessary approval and permit. KFA will also coordinate with Union Pacific Railroad to obtain a railroad crossing license for the project. 2. We expect the project to fall under Nationwide Permit 12 (NWP 12). US Army Corps of Engineers (USACE) notification is not required as a condition of NWP 12. SWCA will work with KFA to ensure the final project plans and specifications meet the terms and conditions of NWP 12. If conditions are such that pre -construction notification (PCN) of the USACE is required (greater than 0.10 acres of jurisdictional waters of the US or wetlands are impacted), SWCA will prepare and submit the PCN. 3. KFA will submit a summary letter to TCEQ documenting the project and address any comments or requests for additional information typically necessary for construction approval. Page 3 of 5 EXHIBIT B ENGINEERING SERVICES C. Deliverables 4. KFA will provide 60% and 100% submittals to the City for review and comment. Submittals will include 3 sets of size drawings and contract documents and technical specifications as they are developed. Each submittal will also include an updated project cost estimate. 5. The final submittal will include one full size set of reproducible construction plans and complete set of contract documents and technical specifications suitable for public bidding. D. Bid Phase Services KFA will assist the City during the Bid Phase with contract document distribution, conducting the pre-bid conference and bid opening, and providing assistance throughout the bidding process. Services during the bid phase will include: 1. Attend pre-bid conference. KFA will attend the pre-bid conference with the City of Round Rock being the primary organizer/presenter. KFA will document technical questions and any responses provided at the meeting, and issue a follow-up addendum if necessary. 2. Reproduce, distribute and log bid documents. KFA will make bid documents available at our office for potential bidders and maintain a log of all documents distributed. Fees for bid documents will be payable to KFA. 3. Interpret plans and specifications and issue addenda. KFA will keep records of all inquiries and issue clarifications in addendum format only. KFA will draft addenda and review with the City prior to issuance. KFA will issue addenda to all plan holders via facsimile. 4. Conduct bid -opening, bid tabulation, bid evaluation, and issue a recommendation. KFA will conduct the public bid opening and record all bids received. After receipt of bids, KFA will tabulate the bids in unit price format. KFA will evaluate the bids for responsiveness, meet with the low bidder if necessary, and issue a recommendation of award to the City. 5. Assist the City in awarding contracts. KFA will assemble five (5) bound sets of contract documents and coordinate with the Contractor and City in their execution. E. Construction Phase Services KFA will assist the City with contract administration during the construction phase of the project. We understand the City will provide required construction inspection services. KFA's services will include: 1. Construction document reproduction and distribution. KFA will incorporate addenda items in the construction documents as appropriate and reproduce and distribute the documents. For budgeting purposes we have assumed 10 sets of Contract Documents and Technical Specifications, ten full size sets of Construction Plans and ten 1/2 size sets of Construction Plans. 2. Attend pre -construction conference. KFA will attend the pre -construction conference with the City, Contractor, and other parties as appropriate with the City of Round Rock being the primary organizer/presenter. Page 4 of 5 EXHIBIT B ENGINEERING SERVICES 3. Conduct regular construction meetings. KFA will conduct regular construction meetings with the City, Contractor, and other parties as appropriate, including preparing the agenda and meeting minutes. For budgeting purposes we have assumed 14 meetings. KFA will visit the site (typically twice per month) to check the progress of the work and verify general conformance with the project plans and technical specifications. 4. Submittal Review. KFA will maintain a log of all Contractor submittals, track review progress, review and approve submittals, and distribute submittals to the appropriate parties. 5. Pay Estimate Review. KFA will review the Contractor's pay estimates after approval by the City's on-site Inspector and make recommendations for payment. 6. Preparation of Change Orders. KFA will review all Contractor's requests for Change Orders and prepare and distribute Change Orders as appropriate. 7. Contract Close-out. KFA will conduct a final project walk-thru, document "punch list items", issue a Certificate of Substantial Completion and issue an Engineer's Concurrence for Project Acceptance letter. KFA will also notify TCEQ of project completion. 8. Record Drawings KFA will use the Contractor's redline as -built drawings to document as -built conditions in the final record drawings. KFA will supply the City with one set of reproducible Record Drawings. Page 5 of 5 ADDENDUM TO EXHIBIT C Work Schedule The changes to the Work Schedule for this project are as follows: Exhibit C McNutt Creek Wastewater Interceptor-Phase 1 Design,Bid and Construction Schedule 10 Task Nentspu2lion Mart FmsM1 ` IN E —rip_,((�0k r_._r,,,.,ry�s05�.T _ rt, m=Marg — eppnl..., MaY^ „, ,J e (y„_ TA gt b PI bar yO 1 b Wbor p emberJ ' .-.-_ !—............ .......__.— T.._.___ �/2�0/3TO1/1;I/�.1/314(,612/I Z1.12.121/91/id111]Y/30 Y6 1]. ].3/G`i/13320NY]'d/3 d/ ..". ••••••• .. �.•• —_ .,,,....... �s.N8Y4@..._W �� 7an 1 S/ fianVacl APPraval otlays�tua 1028/04 1'Ve 102U04 10/36 —' +- ..II ,,.10G1]F/2�4',6/1 t61¢U165in9d6/U,8(I jUt9¢21]l3 �— fl/1f•9/189/25f0/2IOI9�0/I/9125N311/Bj/ i r12_121Yd Y1fy1 C22a1/1' a _+,. J ...._ �� _ ]/10]/1]]/2d�/31 8/]8/14821828 9/0 -'-z "'IV Nonce to Proceed 0tlaya wed m2]/pd wed lorn/p 1p2] i- r _ i 1 IGckofl Meeting —0 di Wetl1027N4 VWdi02]/04 ._.„4 Flnellze Al gnmenl 2wkz Wed 1124N4 TVe1N/09 � I i✓ Deslgn Plow56 Modeling 49 days Thu 11111104 Tuetlms Deslgn Fl BMtllnB II _ il I✓ tt<e sonar zwke VVed 1z22ro4 rue vans - Ir I I I I I '1Y ✓' Juasamgpm nal Wamre Deeatmn 2 v/Fe Wed v2 1v04 v 5 Tid - - . 1 1 cn a•✓ X rel Resources curvv fis doy-.MW ilrelo4 ue I malas I C n IRso cos borve T I I I ' r r I _ 16 peo � I✓ tecM1niwllnveshgaflon 48 tlays Wetl 12115104 Tue 2/i61p6i '. I Geofe<bnl al lnvesngat on �— ��- 23 pesin5urv6 ].5 wks Wea 1Z8Nd Fa 128/05 �I 2] OP<n{ut8L1(I Station peslgn i8t5 tlays Frit/26105 TVe 1D/111061 it 24 T`/ ]pX Declgn Sb tlays--Fd 1128/05 FN31410611 r t j do%Co%Igo - �— I, 52 Revlsetlpl gnmani Work 25 tlays Wetl 6/11106 Te6114MG IV Ali0nment Work I II 60%Design 35 days Wetl 8115/e6 Tue 812105 60Y.Des gn 4] i Bok DeWetl Ubl86 slOn bptlays Te9113105 r 1 ( 9p%Design 56 100%Deslgn 30 days Watl 9/14/05 Rue 10/11105i r I I I I - It00X pe6 gnl I 65 Trencide%%Deslgn 46 Jays Mon 5116106ff Fa7/1B/p51 4 TM zc Deslgn I�� 66 AD%Deslgn Hwy]8 36 days Mons/i61o6 Fri 61171061 60%Deslgn Hwy T6— 74 MOOD sign Hwy]0 25 Jays MW61113105 Ed 7116106 'I 1o0A Oesiyn 1-wV19 r 't 88 TrennM1lesa Easement OescO Ilona 9vNs Man 62m05 Fn]/U05 t IF i —j✓ Easement Doscnpllona(West) 6wks-Fn 31A05 - 4/8/05I -85 Ee6emem DescaPl dna(East) 3wks Wetl]/20/05 Mon B/22/051 r 66-�— Trencdoes PennlHingBApprovals Bpaays Mon 6116/06-Ff,9/6/06 T<^.M1l %P IrmHI9d Approval% I Ir 91- ' Op%nCVl P. Xingd APPrevals 120 tlaYa Wetl 6126/16 Tu 11/8/051 li -r. 0111.111 11rmHn0 I Approval%' 1111 1 I l e] i Trenchlacc Bid 8gwarJ - dD days Mon>I16/Ob-Fn 9I8/06 r, r 1 Trencblaes 6ldSgwarU _ I '101� I Open-Cut BitlBAwertl 69 tlays Wed 1011206 Mon 1/Z06 •I: - It 109 I in..Me%s Conslruchon PM1as% 166 tlays FH B/9/OB Fd 4/36/06i Ij tr_ - 131 r OP-nCutC naW<flon Phase 201 tlays Mon 12N6 Tu 10110106 I I I Page 1 K FRIESE&ASSOCIATES,INC. ADDENDUM TO EXHIBIT D Fee Schedule The changes to the fee schedule for this project are as follows: 844 1.- a .69' to.cct; ".• .4.': • , • . .., ...... 76 C 0 0, 640E9 0 f 7 6 00 LO LO ,00N00 0NOl-O ovsocrioo 000 0 N - 0 06 e- 0 64 o o 49 0 401- f6 CV 9 ER 0 O10o 000 6969 LO 5 9 69 CO 1•-• 000000 494469ER 0) 0 .'co 0 E; 10 0 CV r6co00NDN 00r..-056ricr 00- 69R 0 - 463690 O 10 N10C00 o.d- O CO 1g0 N E; C 0Dkioo 01!- 0 64 2 > 0 o - l' -a a• 1') 01 69E1 CooOl 9 - co 69 O Cal CO 0 CO CD CV 0 CO 7 O1, 0 0 0 0 CR 0 C 0 0r o 64 (0 CV - 69 ,- 0) N N 0 00 0 CV - 0 9 »i N 69 (4) 0 0 s. 0 CO l'a V CV 0 6o 00 0 0 crr cj 63 CO 0 0 0 1, 0 0 0 0000ER69 6O "- 0) LO - O 0 1 CD N ( 0) NLO .0 CV 066 6o 0 0 CV 0 . o 0 0 69 63 oc 5ear° CO ER 44) oOXr. 0 111 or. or co .- 0 co 0 0 0 0 0 0 0 0 0 0 0 0 0 0 69 0 0 C co 0 CV 0 0 0 0 00 N (0 a-- 0 0 '0 0 0 0 0 10 0 69 0 L0 0 0 to co 0 0 0 10 LO 0 C• 69 0 0 0 0 0 LO 10 0 0 0 C4-10 o o0 Lo2 0 64 0 ra: CR e m69 ai 69 -L"' 1'3 0 ,,, 0 CO C 0 0 0 0 0 0 0 69 Cal ER 0 0 0 0 0 0 0) ((4 0 6 0 69 69 CV CO CO 0 0 01 cri 6 •- N 64 0 0 CV 6 - . 69 0 0 00 0 0 -0' oi 69 64 0 o la• CI; 69 0 4 0 0 ,- oi 69 0 N CO 0,14 64 --I ° 1010 COI, o o Cal e- 64 0 or .4. ‘- CO" 0 NN0410Na- 1,1--(,(--la-Nr LO N- a- 0 0 0 '3'0 ER 69 10, 'I' 0 69 1° lai 69•-• 9.1, M0 C•4 CO co - •.- 64 00 1,-00 0N 0(0 6 .-.. 69 0 r- ,... o -• 60 NOCO1a-03 CO 0) 60.0-01,r- ca. CO CD 0 Cal - ERcrr 69 69 or 01- o ER P--0000N0P-•"- LONI-CONI—Nra--0 o or LO CO 0 CO 69 0 0 ir a- CO 10, LO ..,- 0 0.. a- e- 69 6969 69 . pr. el: 17) 0 0 o l- CO 64 6 a•• 6 0 6 o or 0 Fo 00 ,.. co co o cr. _ ,_ o o •• .0 a-• 6 ° w o co " to r- .0- , ° ,.° oo olow° ..- or 40 co CV ,7, N°0000° 0) 4, .„_ CO CV LO LO ,,.0 c'rir' 0 2 „„C•1 c ar 0 0 0 ..... 0 ' 00to o 0- ..- .- co or 0 0 0.: o ..y. co cr CO orocococo 0)'','0 606 o ,- Nt .4.40 o 0) •-- co 0 CV Project Project CADD Engineer I Engineer II Technician Hours Hours Hours co CO 69 0 2 29 0 0 5 0 0 0 0 2 34 $34.90 $32.70 $25.00 1 1 I 11 ill 00000CV CV C0O 1Ml 1i 16 8 8 12 8 4 32 72 200 274 v.' 2 11111"r1 6" 111° . ,_011 00 CO a- CO 0 CD 0 11:111:111 0:1 NY CO 0) CO 0 ._ t5 or 0 n, co ._ .- to = 5 c o trit'°' Fs „, M.2 i 1- 1'C 1111 16'. V 0 N a- a- CV Nt 00 co Ill co co ° 1 CO 0 N 9 CV 0) 0 0 co or r N I CV 1 N CV 9.1 Cal N 01 CV CO 't N U.' CI Task • .. alternate Alignments Work Rate ALIGNMENT DESIGN SERVICES Tree Survey Cultural Resources Survey Jurisdictional Waters Delineation Design Survey & Esmt Metes & Bounds Geotechnical Investigation Engineering Design kdditional Services Rate _ESS INSTALLATION CONTRACT 3HASE SERVICES Assemble Contract Documents ,Permitting Deliverables Design Submittals Final Submittal Design Phase E SERVICES Pre -Bid Conference Distribute Bid Documents Addenda Bid Opening & Recommendation Contract Award Assistance 3id Phase JCTION PHASE SERVICES Contract Document Distribution Pre -Construction Conference Construction Mt. s & Site Visits Submittal Review Pay Estimate Review Change Order Processing Contract Close-out Record Drawin .s ;onstruction Phase I I Subtotal Trenchless Installation I I TOTAL ADDITIONAL SERVICES WORK ,5 3 ILI 0 0 1‹ ad ci ci ul . !. .r c6 . ,._. 0 , e-NC09-1 • -• CV 0 9- 10 0 raa CO 2 ra to re > W r i 844 CADD Technicia n 0d 0 0 0.00% 0.00% 0 0 co 0.00% 0 0 O , 5.00% 5.00% 0 0 O r 5.00% 0.00%1 0 0 In 0 0 0 0 0 0 0 0 t0 0 0 O c 0 0 co Project Engineer 0 \ O O d N \0 • O O ti 10.00% 10.00% 20.00% \ 0 O o O 5.00% \ 0 O 0 LA -5 \0 0 O 0 O N \ 0 O 0 to r 40.00% 50.00% 50.00% 40.00% \ 0 0 O 0 N \0 0 O o d V' \0 0 O 0 0 N Project Manager 0 0 o O O 0 O O O N 5.00% 0 0 0 0 000 N O N 0 0 U) 0 0 UD N 0 0 N 0 0 ID U) 1.25% 10.00% 0 0 O o 0 0 OO N N 5.00% 0 O 000 6 0 o c5 N 0 0 cd Principal O17-.. 0 O O O 0 O UD N 0 O to N 1.25% 2.50% 0 N Cl T- 1.25% 0.00% 0.00% 0.00% 125% 1.25% 1.25% 0 C3 UO N 0 U, N 1- 0 0 if) N 0 0 0 N 80 80 0 O 80 40 80 80---- 80 40 O CO y - 80 80 80 40 1 80 40 1 200 CADD Technicia n N o S 24 co V 7 V' 8 V '7 <Y CD 84 Project Engineer Hours 8 0 4 8 8 8 co'V' <t co II 24 32 40 40 CO 16 16 40 300 Project Manager Hours 8 O V 2 8 V NNN 2 CO CID CI) Z 7ODCI) 128 76.Q CV CL Hours NN ,-s- e- sr N Y M H Project Kick-off Meetings (2) Data Gathering Public Involvement/Right-of-Entries Meet with affected landowners Obtain ROE's Identify Candidate Alignments (2) Base mapping Field Investigations Survey Critical Elevations Route Analysis Environmental Constraints Survey Geological Assessment Easement Evaluation Utility Research Evaluate Plant Connection Options Preliminary Modeling Construction Methods & Materials Evaluation Identify Permitting Requirements Coordination w/TxDOT and UPRR Cost Estimates Preliminary Engineering Report s- CV�. N .- N c- N 00 st 10 O F- O OD 10