Loading...
R-05-02-10-12C1 - 2/10/2005RESOLUTION NO. R -05-02-10-12C 1 WHEREAS, the City of Round Rock has previously entered into an Agreement for Engineering Services ("Agreement") with S.D. Kallman, L.P. for the design of the Westinghouse Wastewater Interceptor, and WHEREAS, S.D. Kallman, L.P. has submitted Supplemental Agreement No. 5 to the Agreement for a change in the scope of services, and WHEREAS, the City Council desires to enter into said Supplemental Agreement No. 5 with S.D. Kallman, L.P., 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. 5 to the Agreement with S.D. Kallman, L.P., 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, allas required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 10th day of February, 2005. CHRISTINE R. MARTINEZ, City Secretary @PFDesktop\::ODMA/WORLDOX/O:/WDOX/RESOLUTI/R50210C1.WPD/sc WELL, Mayor of Round Rock, Texas STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL AGREEMENT NO. 5 TO AGREEMENT FOR ENGINEERING SERVICES FIRM: S. D. Kallman, L.P. ("Engineer") ADDRESS: 1106 S. Mays, Suite 100, Round Rock, TX 78664 PROJECT: Westinghouse Wastewater Interceptor This Supplemental Agreement No. 5 to Agreement for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and S. D. Kallman, L. P., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed an Agreement for Engineering Services, hereinafter called the "Agreement", on the 25th of January, 2001 for the design of the Westinghouse Wastewater Interceptor, in the amount of $125,500.00, and WHEREAS, on December 20, 2001, City and Engineer executed Supplemental Agreement No. 1 to (1) extend the contract period to December 31, 2002, (2) change the scope of services and work schedule, and (3) increase the lump sum fee by $10,000.00 for a total of $135,500.00, and WHEREAS, on December 19, 2002, City and Engineer executed Supplemental Agreement No. 2 to (1) extend the contract period to December 1, 2003, (2) change the scope of services and work schedule, and (3) increase the lump sum fee by $14,205.00, for a total of $149,705.00, and WHEREAS, on May 8, 2003, City and Engineer executed Supplemental Agreement No. 3 to (1) extend the contract period to July 1, 2004, (2) change the scope of services, and (3) increase the lump sum fee by $25,500.00 for a total of $175,205.00, and WHEREAS, on July 8, 2004, City and Engineer executed Supplemental Agreement No. 4 to extend the contract period, and WHEREAS, it has become necessary to amend the Agreement to modify the provisions for the scope of services, and to modify the compensation by $12,500.00 to a total of $187,705.00, and NOW THEREFORE, premises considered, the City and the Engineer agree that said Agreement is amended as follows: I. Article 2, Scope Of Services To Be Performed By Engineer and Exhibit B, Services To Be Performed By The Engineer shall be amended as set forth in the attached Addendum To Exhibit Supplemental Agreement SDKalman-westinghouse w/w; 81113 EXHIBIT HAT, Rev.03/02/04 64836 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 $12,500.00 the lump sum amount payable under the Agreement for a total of $187,705.00, as shown by the attached Addendum to Exhibit D. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Agreement in duplicate. S. D. KALLMAN, L. By: Stf,ve,A b. kitl ma.41,, :, P?P. G.S. ur5 2 oaS" Date r CITY OF ROUND ROCK APPROVED AS TO FORM: By: Nyle Maxwell, Mayor Stephan L. Sheets, City Attorney Date Supplemental Agreement SDKalman-westinghouse w/w; 81113 2 Rev.03/02/04 64836 Basic Services include: • ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: Preparation of Plans and Specifications, governmental approvals, TxDOT Highway R.O.W. crossing permits, assistance in advertising (City pays publication costs) and receiving Bids, Construction Phase services, preparation of as -built drawings and attendance at staff and City Council meetings, as requested. The preparation of the Sewage Collection System (SCS) and Water Pollution Abatement Plan (WPAP) Applications (Supplemental Agreement No. 1) for the project as it lies in the Edwards Aquifer Recharge Zone and the preparation of a Stormwater Pollution Prevention Plan (SWPPP) for conducting construction activities under the Nationwide Permit System The revision for construction plans and specifications to include Alternate Bid Item No. 1 to upsize a portion of the Westinghouse Wastewater Interceptor (Supplemental Agreement No. 2). Also, included are the revisions to construction plans and specifications, Sewage Collection System (SCS), Water Pollution Abatement Plan (WPAP) and Stormwater Pollution Prevention Plan (SWP3) applications to accommodate the relocation and redesign of approximately 1,900 1.f. of 27" wastewater line. The revision to existing construction plans for revised flow rates is also included (Supplemental Agreement No. 3). Also, included are the revisions to construction plans and specifications to incorporate the additional design surveys and access easements for Texas Crushed Stone property (Supplemental Agreement No. 5). Construction plans include the horizontal and vertical location of all existing utilities within the construction area. The utilities shall include, but not be limited to electric, gas, water, wastewater and communication utilities. • Construction plans shall provide horizontal and vertical control information sufficient, that contractor's surveyor can reestablish said controls and provide required construction staking. These control points shall be established on the ground. Engineer shall review and approve cut sheets, shop drawings and prepare and sign change orders. Special Services include: • Property surveys and preparation of wastewater line easement descriptions and drawings. • Supplemental Agreement No. 1 - Tree surveys for the limits of the wastewater line alignment as requested by the Owner. • Supplemental Agreement No. 2 - Preparation of additional documents for easement acquisition. • Supplemental Agreement No. 3 - Preparation of additional design surveys, tree surveys and field notes for easements. • Supplemental Agreement No. 4 - No Change. • Supplemental Agreement No. 5 — Preparation of additional design field surveys and access easements (2) for Texas Crushed Stone property. ADDENDUM TO EXHIBIT C WORK SCHEDULE (REVISED 1-13-05) — SUPPLEMENTAL AGREEMENT NO. 5 Date Milestone January 31, 2003 TxDOT Bore Permit for F.M. 1431 Approved July 10, 2003 Submittals for Plans, Specifications and SCS and WPAP Applications Approved by Public Works Department July 17, 2003 SCS and WPAP Applications Submittal to TCEQ (allow 90 days for review and approval October 17, 2003 SCS and WPAP Applications Approved by TCEQ; Wastewater Line Easement Acquisition Complete February 11, 2005 Notice to Proceed with Supplemental Agreement No. 5 given to Engineer. February 24, 2005 Public Notice Advertising Bids March 3, 2005 Public Notice Advertising Bids March 10, 2005 Public Notice Advertising Bids March 14, 2005 Pre -Bid Conference March 22, 2005 Bids Received at City Hall March 24, 2005 City Awards Contract April 6, 2005 Contractor Returns Contract Documents with Signature, Bonds, and Certificate of Insurance, Notice of Intent (NOI) Submitted to EPA April 13, 2005 City Signs Contract Documents; City and Engineer Hold Pre - Construction Conference and Issues Notice to Proceed. April 25, 2005 Begin Construction September 23, 2005 Construction Complete (5 Months) September 30, 2005 City and Engineer Prepare Final Punch List October 7, 2005 Final Project Acceptance --Facility in Service JA Wpdow3ESAS1343-G53.AtlachC_SuppAgrcei.doc ADDENDUM TO EXHIBIT D Fee Schedule PROJECT: Estimated Construction Cost Including 10% Contingency is $1,050,600. Fee Schedule - Basic Services: Compensation for Basic Services shall be as follows: Phase I. Engineering Services for Design Phase $ 93,500.00 Sewage Collection System Application $ 5,000.00 Stormwater Pollution Prevention Plan $ 1,500.00 Supplemental Agreement No. 1 - Water Pollution Abatement Plan Application $ 3,500.00 Supplemental Agreement No. 2 - Construction plans and specifications to include Alternate Bid Item No. 1 to oversize a portion of the Westinghouse Wastewater Interceptor $ 2,205.00 Supplemental Agreement No. 3 - Revisions to construction plans and specifications, Sewage Collection System (SCS), Water Pollution Abatement Plan (WPAP) and Stormwater Pollution Prevention Plan (SWP3) applications to accommodate the relocation and redesign of approximately 1,900 1.f. of 27" wastewater line. The revision to existing construction plans for revised flow rates is also included. $ 19,600.00 Supplemental Agreement No. 4 No Charge Supplemental Agreement No. 5 — Revisions to construction plans and specifications to incorporate the additional design $ 4,800.00 surveys and access easements. Phase II. Engineering Services for Construction Phase $ 16,500.00 Total Original Basic Services Fee $ 116,500.00 Total Supplemental Agreement No. 1 Basic Services Fee $ 3,500.00 Total Supplemental Agreement No. 2 Basic Services Fee $ 2,205.00 Total Supplemental Agreement No. 3 Basic Services Fee $ 19,600.00 Total Supplemental Agreement No. 4 Basic Services Fee No Charge Total Supplemental Agreement No. 5 Basic Services Fee $ 4,800.00 Total Amended Basic Services Fee $ 146,605.00 Fee Schedule - Special Services: Compensation for Special Services for field note and drawing preparation for wastewater line easements shall be reimbursed in accordance with Attachment H - Hourly Rate Schedule not to exceed $9,000. $ 9,000.00 ADDENDUM TO EXHIBIT D Fee Schedule PROJECT: Estimated Construction Cost Including 10% Contingency is $1,050,600. Supplemental Agreement No. 1 - Compensation for Special Services for a tree survey for the limits of the wastewater line alignment as requested by the Owner shall be reimbursed in accordance with Attachment H - Hourly Rate Schedule not to exceed $6,500. Supplemental Agreement No. 2 - Compensation for Special Services for preparation of additional documents for easement acquisition as requested by the Owner shall be reimbursed in accordance with Attachment H - Hourly Rate Schedule not to exceed $12,000. Supplemental Agreement No. 3 - Compensation for Special Services for preparation of additional design surveys, tree surveys and field notes for easement acquisition as requested by the Owner shall be reimbursed in accordance with Attachment H - Hourly Rate Schedule not to exceed $5,900. $ 5,900.00 $ 6,500.00 $ 12,000.00 Supplemental Agreement No. 4 No. Charge Supplemental Agreement No. 5 - Compensation for Special Services for preparation of additional design surveys and field notes for access easement acquisition as requested by the Owner shall be reimbursed in accordance with Attachment H - Hourly Rate Schedule not to exceed $7,700.00. $ 7,700.00 Total Original Special Services Fee $ 9,000.00 Total Supplemental Agreement No. 1 Special Services Fee $ 6,500.00 Total Supplemental Agreement No. 2 Special Services Fee $ 12,000.00 Total Supplemental Agreement No. 3 Special Services Fee $ 5,900.00 Total Supplemental Agreement No. 4 Special Services Fee No Charge Total Supplemental Agreement No. 5 Special Services Fee $ 7,700.00 Total Amended Special Services Fee $ 41,100.00 TOTAL ORIGINAL FEE $ 125,500.00 TOTAL SUPPLEMENTAL AGREEMENT NO. 1 FEE $ 10,000.00 TOTAL SUPPLEMENTAL AGREEMENT NO. 2 FEE $ 14,205.00 TOTAL SUPPLEMENTAL AGREEMENT NO. 3 FEE $ 25,500.00 TOTAL SUPPLEMENTAL AGREEMENT NO. 4 FEE No Charge TOTAL SUPPLEMENTAL AGREEMENT NO. 5 FEE $ 12,500.00 TOTAL AMENDED FEE $ 187,705.00 Note: Since it is assumed that the construction contractor shall provide construction staking for this project, no fees have been included for that task. I WTP OFF-SITE y y y y L z �', „wd c?r•.:-s tT €.fm„,.rz 9 r( :i ,� g # ._ \ PROPOSED CORR ACCESS EASEMENTS i WESTINGHOUSE ' WASTEWATER ' t INTERCEPTOR ; Legend s Interceptor �< Wastewater Lines - a � w�)a ���a z v � �• ci �. `� t� ,KP,t d ,. �,.3 s'�k k �. \» ? � 3+ u4 'f � -=,-- aey '" t� 1ff,Y `•� {� PM, .�.. �¢ N Wesfinghouse Not to scale water ROl1ND ROCK,TEXAS nnE'osEnixSinN.hxomrnirr. S S:\Graphics\Council Agenda 1tema\CIP_2005\Weslinghouse Intercepto—d DATE: February 4, 2005 SUBJECT: City Council Meeting - February 10, 2005 ITEM: *12.C.1. Consider a resolution authorizing the Mayor to execute Supplemental Agreement No. 5 to the Agreement for Engineering Services with S.D. Kallman, L.P. for the Westinghouse Wastewater Interceptor Project. Department: Water and Wastewater Utilities Staff Person: Tom Clark, Director of Utilities Justification: This resolution is required, to compensate S.D. Kallman, L.P. for the preparation of field notes and drawings for two (2) permanent access easements from Georgetown Railroad and Texas Crushed Stone for the Construction and Maintenance of the new Westinghouse Wastewater Interceptor. Funding: Cost: $12,500.00 Source of funds: Utility Capital Construction Funds Outside Resources: S. D. Kallman, L.P. Background Information: This project consists of the design of approximately 8,500 linear feet of wastewater main from 15 -inches to 30 -inches in diameter and serving approximately 4,000 acres. This Interceptor will run from the City's Water Treatment Plant connecting to an existing 36 - inch wastewater interceptor (constructed in 1985) located approximately 1,000 feet east of IH 35 and 5,000 feet south of Chandler Road. Public Comment: N/A STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL AGREEMENT NO. 5 TO AGREEMENT FOR ENGINEERING SERVICES FIRM: S. D. Kallman, L.P. ("Engineer") ADDRESS: 1106 S. Mays, Suite 100, Round Rock, TX 78664 PROJECT: Westinghouse Wastewater Interceptor This Supplemental Agreement No. 5 to Agreement for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and S. D. Kallman, L. P., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed an Agreement for Engineering Services, hereinafter called the "Agreement", on the 25th of January, 2001 for the design of the Westinghouse Wastewater Interceptor, in the amount of $125,500.00, and WHEREAS, on December 20, 2001, City and Engineer executed Supplemental Agreement No. 1 to (1) extend the contract period to December 31, 2002, (2) change the scope of services and work schedule, and (3) increase the lump sum fee by $10,000.00 for a total of $135,500.00, and WHEREAS, on December 19, 2002, City and Engineer executed Supplemental Agreement No. 2 to (1) extend the contract period to December 1, 2003, (2) change the scope of services and work schedule, and (3) increase the lump sum fee by $14,205.00, for a total of $149,705.00, and WHEREAS, on May 8, 2003, City and Engineer executed Supplemental Agreement No. 3 to (1) extend the contract period to July 1, 2004, (2) change the scope of services, and (3) increase the lump sum fee by $25,500.00 for a total of $175,205.00, and WHEREAS, on July 8, 2004, City and Engineer executed Supplemental Agreement No. 4 to extend the contract period, and WHEREAS, it has become necessary to amend the Agreement to modify the provisions for the scope of services, and to modify the compensation by $12,500.00 to a total of $187,705.00, and NOW THEREFORE, premises considered, the City and the Engineer agree that said Agreement is amended as follows: I. Article 2, Scope Of Services To Be Performed By Engineer and Exhibit B, Services To Be Performed By The Engineer shall be amended as set forth in the attached Addendum To Exhibit Supplemental Agreement SDKalman-westinghouse w/w; 81113 R-06-oa,10-124i Rev.03/02/04 64836 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 $12,500.00 the lump sum amount payable under the Agreement for a total of $187,705.00, as shown by the attached Addendum to Exhibit D. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Agreement in duplicate. S. D. KALLMA , L. . By: 5/A)• Steve -n D. Axilin n ? �'. ,tom. r'L. S . Ja.r Ar 2$ 42010,5-- Date CITY OF R 0 , N,1 ' OCK Air By: we avo Date Supplemental Agreement SDKalman-westinghouse w/w; 81 113 2 APPR ED AS TO I RM: Stepha L. Sheets, City Attorney Rev.03/02/04 64836 ADDENDUM TO EXHIBIT B Engineering Services The changes to the scope of this project are as follows: Basic Services include: Preparation of Plans and Specifications, governmental approvals, TxDOT Highway R.O.W. crossing permits, assistance in advertising (City pays publication costs) and receiving Bids, Construction Phase services, preparation of as -built drawings and attendance at staff and City Council meetings, as requested. The preparation of the Sewage Collection System (SCS) and Water Pollution Abatement Plan (WPAP) Applications (Supplemental Agreement No. 1) for the project as it lies in the Edwards Aquifer Recharge Zone and the preparation of a Stormwater Pollution Prevention Plan (SWPPP) for conducting construction activities under the Nationwide Permit System The revision for construction plans and specifications to include Alternate Bid Item No. 1 to upsize a portion of the Westinghouse Wastewater Interceptor (Supplemental Agreement No. 2). Also, included are the revisions to construction plans and specifications, Sewage Collection System (SCS), Water Pollution Abatement Plan (WPAP) and Stormwater Pollution Prevention Plan (SWP3) applications to accommodate the relocation and redesign of approximately 1,900 1.f. of 27" wastewater line. The revision to existing construction plans for revised flow rates is also included (Supplemental Agreement No. 3). Also, included are the revisions to construction plans and specifications to incorporate the additional design surveys and access easements for Texas Crushed Stone property (Supplemental Agreement No. 5). Construction plans include the horizontal and vertical location of all existing utilities within the construction area. The utilities shall include, but not be limited p electric, gas, water, wastewater and communication utilities. Construction plans shall provide horizontal and vertical control information sufficient, that contractor's surveyor can reestablish said controls and provide required construction staking. These control points shall be established on the ground. Engineer shall review and approve cut sheets, shop drawings and prepare and sign change orders. Special Services include: • Property surveys and preparation of wastewater line easement descriptions and drawings. • Supplemental Agreement No. 1 - Tree surveys for the limits of the wastewater line alignment as requested by the Owner. • Supplemental Agreement No. 2 - Preparation of additional documents for easement acquisition. ▪ Supplemental Agreement No. 3 - Preparation of additional design surveys, tree surveys and field notes for easements. • Supplemental Agreement No. 4 - No Change. • Supplemental Agreement No. 5 — Preparation of additional design field surveys and access easements (2) for Texas Crushed Stone property. ADDENDUM TO EXHIBIT C WORK SCHEDULE (REVISED 1-13-05) — SUPPLEMENTAL AGREEMENT NO. 5 Date Milestone January 31, 2003 TxDOT Bore Permit for F.M. 1431 Approved July 10, 2003 Submittals for Plans, Specifications and SCS and WPAP Applications Approved by Public Works Department July 17, 2003 SCS and WPAP Applications Submittal to TCEQ (allow 90 days for review and approval October 17, 2003 SCS and WPAP Applications Approved by TCEQ; Wastewater Line Easement Acquisition Complete February 11, 2005 Notice to Proceed with Supplemental Agreement No. 5 given to Engineer. February 24, 2005 Public Notice Advertising Bids March 3, 2005 Public Notice Advertising Bids March 10, 2005 Public Notice Advertising Bids March 14, 2005 Pre -Bid Conference March 22, 2005 Bids Received at City Hall March 24, 2005 City Awards Contract April 6, 2005 Contractor Returns Contract Documents with Signature, Bonds, and Certificate of Insurance, Notice of Intent (NOI) Submitted to EPA April 13, 2005 City Signs Contract Documents; City and Engineer Hold Pre - Construction Conference and Issues Notice to Proceed. April 25, 2005 Begin Construction September 23, 2005 Construction Complete (5 Months) September 30, 2005 City and Engineer Prepare Final Punch List October 7, 2005 Final Project Acceptance --Facility in Service J:\ W pdocs\ESAS\343-653.AttachC_SuppAgme5. doe ADDENDUM TO EXHIBIT D Fee Schedule PROJECT: Estimated Construction Cost Including 10% Contingency is $1,050,600. Fee Schedule - Basic Services: Compensation for Basic Services shall be as follows: Phase I. Engineering Services for Design Phase Sewage Collection System Application Stormwater Pollution Prevention Plan Supplemental Agreement No. 1 - Water Pollution Abatement Plan Application Supplemental Agreement No. 2 - Construction plans and specifications to include Alternate Bid Item No. 1 to oversize a portion of the Westinghouse Wastewater Interceptor $ 2,205.00 Supplemental Agreement No. 3 - Revisions to construction plans and specifications, Sewage Collection System (SCS), Water Pollution Abatement Plan (WPAP) and Stormwater Pollution Prevention Plan (SWP3) applications to accommodate the relocation and redesign of approximately 1,900 1.f. of 27" wastewater line. The revision to existing construction plans for revised flow rates is also included. $ 19,600.00 Supplemental Agreement No. 4 No Charge Supplemental Agreement No. 5 — Revisions to construction plans and specifications to incorporate the additional design $ 4,800.00 surveys and access easements. Phase II. Engineering Services for Construction Phase $ 16,500.00 Total Original Basic Services Fee $ 116,500.00 Total Supplemental Agreement No. 1 Basic Services Fee $ 3,500.00 Total Supplemental Agreement No. 2 Basic Services Fee $ 2,205.00 Total Supplemental Agreement No. 3 Basic Services Fee $ 19,600.00 Total Supplemental Agreement No. 4 Basic Services Fee No Charge Total Supplemental Agreement No. 5 Basic Services Fee $ 4,800.00 Total Amended Basic Services Fee $ 146,605.00 $ 93,500.00 $ 5,000.00 $ 1,500.00 $ 3,500.00 Fee Schedule - Special Services: Compensation for Special Services for field note and drawing preparation for wastewater line easements shall be reimbursed in accordance with Attachment H - Hourly Rate Schedule not to exceed $9,000. $ 9,000.00 ADDENDUM TO EXHIBIT D Fee Schedule PROJECT: Estimated Construction Cost Including 10% Contingency is $1,050,600. Supplemental Agreement No. 1 - Compensation for Special Services for a tree survey for the limits of the wastewater line alignment as requested by the Owner shall be reimbursed in accordance with Attachment H - Hourly Rate Schedule not to exceed $6,500. Supplemental Agreement No. 2 - Compensation for Special Services for preparation of additional documents for easement acquisition as requested by the Owner shall be reimbursed in accordance with Attachment H - Hourly Rate Schedule not to exceed $12,000. $ 6,500.00 $ 12,000.00 Supplemental Agreement No. 3 - Compensation for Special Services for preparation of additional design surveys, tree surveys and field notes for easement acquisition as requested by the Owner shall be reimbursed in accordance with Attachment H - Hourly Rate Schedule not to exceed $5,900. $ 5,900.00 Supplemental Agreement No. 4 No Charge Supplemental Agreement No. 5 - Compensation for Special Services for preparation of additional design surveys and field notes for access easement acquisition as requested by the Owner shall be reimbursed in accordance with Attachment H - Hourly Rate Schedule not to exceed $7,700.00. $ 7,700.00 Total Original Special Services Fee $ 9,000.00 Total Supplemental Agreement No. 1 Special Services Fee $ 6,500.00 Total Supplemental Agreement No. 2 Special Services Fee $ 12,000.00 Total Supplemental Agreement No. 3 Special Services Fee $ 5,900.00 Total Supplemental Agreement No. 4 Special Services Fee No Charge Total Supplemental Agreement No. 5 Special Services Fee $ 7,700.00 Total Amended Special Services Fee $ 41,100.00 TOTAL ORIGINAL FEE $ 125,500.00 TOTAL SUPPLEMENTAL AGREEMENT NO. 1 FEE $ 10,000.00 TOTAL SUPPLEMENTAL AGREEMENT NO. 2 FEE $ 14,205.00 TOTAL SUPPLEMENTAL AGREEMENT NO. 3 FEE $ 25,500.00 TOTAL SUPPLEMENTAL AGREEMENT NO. 4 FEE No Charge TOTAL SUPPLEMENTAL AGREEMENT NO. 5 FEE $ 12,500.00 TOTAL AMENDED FEE $ 187,705.00 Note: Since it is assumed that the construction contractor shall provide construction staking for this project, no fees have been included for that task.