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