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.