Loading...
Contract - Kennedy Consulting, Inc. - 11/10/2016 STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO.3 TO CONTRACT FOR ENGINEERING SERVICES FIRM: KENNEDY CONSULTING,INC. ("Engineer") ADDRESS: 205 E. University Avenue, Suite 450, Georgetown, TX 78626 PROJECT: University Boulevard Widening This Supplemental Contract No. 3 to Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and Kennedy Consulting, Inc., hereinafter called the"Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 28th day of March, 2013 for the University Boulevard Widening Project in the amount of$408,758.95; and WHEREAS, the City and Engineer executed Supplemental Contract No. 1 on January 9,2014 to amend the scope of services and to increase the compensation by $741,250.00 to a total of $1,150,008.95; and WHEREAS,the City and Engineer executed Supplemental Contract No. 2 on February 21,2014 to change the name of the firm from Kennedy Consulting, Ltd. to Kennedy Consulting, Inc.;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$529,747.60 to a total of$1,679,756.55; 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 $529,747.60 the lump sum amount payable under the Contract for a total of$1,679,756.55, as shown by the attached Addendum to Exhibit D. Supplemental Contract Rev.06/16 0199.1355;00366375 84275 IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. [signature pages follow] Supplemental Contract Rev.06/16 0199.1355;00366375 84275 2 KENNEDY CONSULTING, INC. By: I <- el�� J. vin Kennedy, Sr. Vice esident Date Supplemental Contract Rev.06/16 0199.1355;00366375 84275 3 CITY OF ROUND ROCK 4Stepn ED AST FORM: By: . Sheets, City Attorney ll � lo •lb Date Supplemental Contract Rev.06/16 0199.1355;00366375 84275 4 ADDENDUM TO EXHIBIT B Engineering Services ENGINEERING SERVICES Project Background The City of Round Rock (the "City") proposes widening University Blvd. to a 6-lane, median divided arterial section from University Oaks Boulevard to Sunrise Road (the "Project") utilizing the services of Kennedy Consulting, Inc., (KCI) (the "Engineer") as the prime consultant with support from the subconsultant team listed below. This scope of services includes field surveying, acquisition documents, subsurface utility engineering (SUE), preliminary design, environmental services, geotechnical studies, Plans, Specifications, and Estimate (PS&E) and construction engineering, to be performed by the prime consultant or subconsultant team. The project scope is arranged in two separate phases of work. A previous Work Authorization (Design Phase 1) included only the effort required up to the 30% design (final schematic) submittal. A previous Supplemental Work Authorization (Design Phase 2) included the additional effort required to complete the final design, from the final Schematic design through final PS&E design and construction phase services. It has become necessary to supplement the contract to include design services for the additional construction described below: • Extend proposed raised median along University Oaks Blvd. (north and south) • Develop alternative designs along Oakmont Dr. • Extend University Blvd. six-lane, raised median roadway east of Sunrise Rd. • Extend proposed raised median along Sunrise Rd. • Reconstruction of Hidden Valley Dr. intersection • Proposed signalization of Hidden Valley Dr. intersection • Develop PS&E package for Sunrise Rd./ Hidden Valley Dr. construction • Coordinate and develop exhibits for ROW acquisition • Land Planning for Pfizer/ Hospira Site Redesign • Project managementfor schedule extension Design services during development of this project shall be performed in accordance with the latest available City of Round Rock Transportation Design and Construction Standards Criteria Manual and TxDOT manuals. The development of the project shall be consistent with City of Round Rock and TxDOT design procedures and practices. This project shall be developed utilizing Microstation V8i and Geopak 2004. Proiect Team Subconsultants a. The Wallace Group, Inc. (TWG) — Field Surveying, ROW & PUE Acquisition Documents, and Subsurface Utility Engineering h. Terracon Consultants,Inc. —Geotechnical Studies C. Cox I McLain Environmental Consulting,Inc. —Environmental Investigations d. Kimley-Horn&Associates,Inc. (KHA)—Traffic Design and Construction Engineering Page B1 of B15 Task: Field Surveying (TWG) The Engineer shall perform a topographic design survey to supplement information previously collected. a. Establish Horizontal and Vertical Secondary Control Utilize the City's primary control monuments in the immediate vicinity of the project. The values will be relative to NAD 83 Texas State Plane Coordinates, Central Zone, 4203 (scaled to surface values). A "combined scale factor' will be derived for the centroid of the site for coordinate conversions to surface values. Vertical Datum will be GPS derived Orthometric heights and projected through the length of the project. Establish a vertical control system for the project. Establish a benchmark system within the project limits. Differential level lines will be conducted for establishing the elevation at each benchmark. A list of benchmarks with coordinates (to be used for locating purposes only), descriptions, and reported elevations will be included in the project deliverables. b. Research,Locate and Tie Right-of-way(ROW) Depict the existing ROW condition within the project limits. The topographic map will show ROW lines with a best-fit alignment to found property corners, record subdivision lines, and previous ROW survey work provided by the City of Round Rock. Replacement of missing ROW monuments or property pins is not part of this scope. C. Design Topographic and Cross Section Survey Collect spot elevations and grade breaks along the project route at intervals conducive to precise DTM generation (no greater than 100 foot intervals). The data will include curbs, gutters, culverts, and driveways, portions of parking areas, visible utilities and/or "one call" markings, drainage features (including flowline elevations), striping, trees 6" or larger within the project limits and any other visible improvements within the defined area. Generate a 1 foot contour interval DTM file of the project area. d. Prepare Deliverables&QA/QC Utilize the data collected along the Project corridor to append the Microstation 2D, 3D, TIN, DAT, and ASCII point file previously prepared. Survey field notes and supporting electronic data will be made available upon request. Page B2 of B15 Task: ROW& PUE Acquisition Documents(TWG) a. Right-of-Way Acquisition Survey This task includes final boundary review, setting iron rods with caps marking the new ROW line and where property lines intersect the new ROW line, and preparing exhibits and legal descriptions. b. Revised Right-of-Way Acquisition Survey This task includes final boundary review, setting iron rods with caps marking the new ROW line and where property lines intersect the new ROW line, and preparing exhibits and legal descriptions. C. PUE Acquisition Survey This task includes final boundary review, and preparing exhibits and legal descriptions. Monumentation of the limits of the PUE is not included as part of this task. Task: Subsurface Utility Engineering (TWG) The Subsurface Utility Engineering (SUE) Engineer will provide Quality Level D Services as described below. The SUE Engineer will coordinate with Texas811 and Utility Locators to request that underground utilities be marked. The SUE Engineer shall survey visible utilities, paint markings & pin flags indicating the presence and approximate location of subsurface utilities and add all available records and field utility information to the drawing. The SUE Engineer will provide all services to the standard of care applicable in the subsurface engineering profession. The services will meet or exceed the standard guidelines of ASCE C-1 38-02 circular for "Standard Guideline For The Collection And Depiction Of Existing Subsurface Utility Data". a. Quality Service Level D (QL-D) Utility records for the project area include: primary electric, telephone, fiber optic, gas, water, sanitary sewer and storm drain systems. The SUE Engineer will collect any additional utility records as necessary for the project. b. SUE Survey/Field Work Field locate and obtain accurate horizontal position of visible utility surface features for all of the utility systems described within Level D service. C. Prepare Deliverables &QA/QC The SUE Engineer will analyze and correlate all of the field-collected information with the collected record information for ensuring continuity of the information collected. All information will be correlated to the project's monumentation. Utility plan sheets (11"x 17") will be prepared. The utilities will be referenced by the type of utility, color coded to American Public Works Association standards, utility company or agency name, address, telephone number and contact person. Page B3 of B15 Task: Geotechnical Studies a. Field Program The Geotechnical Engineer shall collect one (1) boring to an approximate depth of about 6 feet along Hidden Valley Drive to evaluate subsurface conditions. Thicknesses of the existing pavement structure will be measured by coring the pavement surface. The Geotechnical Engineer shall collect one (1) boring to an approximate depth of about 6 feet along Sunrise Rd near its intersection with Hidden Valley Dr. to evaluate subsurface conditions. Thicknesses of the existing pavement structure will be measured by coring the pavement surface. The Geotechnical Engineer shall collect eight (8) coring of existing asphalt and base obtain existing pavement section thickness material along University Boulevard within the areas desired to be evaluated for rehabilitation. Traffic control services will be subcontracted to N-Line Traffic Maintenance to allow for coring in the roadways with standard truck-mounted equipment. The Geotechnical Engineer shall contact the Texas One-Call system to locate underground utilities within public right-of-ways and easements at the site. The Geotechnical Engineer shall not be responsible for damage to private utilities which are not made known. The Geotechnical Engineer shall take all reasonable efforts to reduce damage to the property. This scope has not accounted for restoring the site beyond backfilling the boreholes. If there are any restrictions or special requirements regarding the site or exploration, these should be made known prior to commencing field work. For safety purposes, all borings will be backfilled immediately after their completion with soil auger cutting and the surface of the boreholes will be capped with concrete. Excess auger cuttings will be disposed of on the site. Because backfill material often settles below the surface after a period of time, we recommend the boreholes be checked periodically and backfilled if necessary. b. Laboratory Testing The samples will be tested in a laboratory to determine physical engineering characteristics. Testing will be performed under the direction of a professional geotechnical engineer and will include visual classification, moisture content, dry density, grain size analyses, Atterberg limit, and strength tests (unconfined compression), as appropriate. C. Engineering Analysis and Report The results of the field and laboratory programs will be evaluated by a professional geotechnical engineer licensed in the State of Texas. Based on the results of the evaluation, an engineering report will be prepared that details the results of the testing performed, provides logs of the borings, and a diagram of the site/boring layout. Page B4 of B15 Task: Environmental Technical Memorandum Addendum The Engineer shall prepare an Environmental Technical Memorandum addendum related to the proposed eastern extension improvements, which is intended to document compliance with environmental regulations that are applicable to a City-funded project and does not include preparation of a NEPA document (CatEx, EA, or EIS) pursuant to the National Environmental Policy Act (NEPA) as no federal funding is anticipated. a. Project Management and Communications b. Biological Resources Update TPWD NDD database request to cover eastern project extension. If required, karst feature surveys or other threatened/endangered species surveys would be completed under an additional scope and budget. This scope does not include preparation of a participation application and submittal to the WCCF for coverage under the Williamson County Regional HCP. C. Hazardous Materials A database search of previously recorded hazardous material sites in the project area will be conducted and a summary incorporated into the environmental report for the eastern extension. During field visits, project environmental staff will identify sites within and near the project corridor that may pose a potential hazardous materials risk. A Phase I Environmental Site Assessment is not included in this Scope of Services. d. Environmental Tech Memo Preparation/Comment Response This task includes the writing and production of a brief addendum to the previously submitted environmental technical memorandum describing impacts associated with the eastern project extension. Archival research will be performed in the electronic and mapping files of the Texas Historical Commission (THC) Atlas Sites database, the Texas Archeological Research Laboratory (TARL), and/or any other relevant archives for information on previous cultural resource investigations conducted and previously recorded sites and historic properties in the vicinity of the eastern project extension's Area of Potential Effect(APE). e. Wetlands and Waters of the U.S. Wetlands specialists will perform evaluations of wetlands and waters of the U.S. in all areas potentially affected by the eastern project extension. In addition, a pre-construction notification will be prepared for submittal to the U.S. Army Corps of Engineers (USACE) for anticipate impacts to Chandler Creek in excess of 0.1 acres. Any individual permit preparation would be carried out under an additional scope and budget. f. Land Planning Environmental Tech Memo Development of a brief environmental tech memo for the Pfizer / Hospira site redesign, covering the following: Page B5 of B15 • Purchase, review and summarize a hazardous materials database search (does not constitute a Phase I ESA); • Address Clean Water Act compliance, Edwards Rules compliance, and Endangered Species Act compliance; • Review TARL/THC files related to archeological sites (Texas Antiquities Code compliance); • Summarize site conditions based on a brief site visit. Environmental Exclusions The following tasks are not covered in this scope of work and may or may not be necessary. If deemed necessary, these tasks could be conducted under a separate or supplemental work authorization: 1. Preparation of a NEPA document (CatEx, Environmental Assessment, or EIS); 2. Formal Section 10(a) Endangered Species Act consultation, including preparation of a stand-alone Biological Assessment or completion of Williamson County Regional HCP coordination; 3. Presence/absence surveys for endangered species; 4. Work extending beyond the specified limits of the project at the time of this work authorization; 5. Hazardous materials Phase I & Phase II ESAs; 6. Reconnaissance or intensive historic structures surveys, archeological surveys or assessments of eligibility, or management recommendations for any historic structures; 7. Archeological survey, site testing, or data recovery, and; 8. Litigation support. Task: Traffic Design (KHA) a. Traffic Design The Engineer shall: 1. Analyze multiple lane geometry scenarios, and determine lengths of left and right- turn bays at the intersections of University Blvd. with University Oaks Blvd., Oakmont Drive, and Sunrise Road. 2. Update and finalize traffic study memorandum summarizing the findings of the above analysis. Task: Plans, Specifications, & Estimate(KHA) a. Special Wingwalls (Retaining Walls) The Engineer shall develop details of the special wing walls for the proposed culvert extensions of the existing 18 barrel, 8'x4' cross culvert. Page B6 of B15 The Engineer shall: 1. Review the bridge culvert condition report (developed by others) and conduct field reconnaissance to verify existing conditions. 2. Design retaining walls separate from the main culvert structure at each of the four corners of wingwall locations using soil parameters per the Geotechnical Engineer. 3. Develop an alternative option stack block wall type to be consistent with adjacent retaining wall design. 4. Prepare the special wingwall plans at a scale of 1"=40' and shall include the following sheets: a. Retaining Wall Plan and Profile sheets — for South Walls and North Walls respectively. The two sheets will show locations of proposed extension plans for culverts boxes, underground and overhead utilities at each location, new wingwall length and height, retaining wall type, right of way, drainage arrangement, and proposed roadway improvements adjacent to the project site. The Engineer shall coordinate locations, phased construction, and traffic control. b. Retaining Wall Typical Section sheets will show design details for spread footing retaining walls, including material specs, geometry controls, reinforcement. 5. The Engineer shall update the latest Standard sheets for retaining walls, if applicable, and provide other applicable Standards. 6. The Engineer shall prepare retaining wall quantities, opinion of probable costs, and provide updated general notes for applicability to the project. b. Retaining Wall Review The Engineer shall review the retaining wall plans proposed at multiple locations. The Engineer shall perform a structural analysis of the retaining walls based on information provided by the Geotechnical Engineer. The Engineer shall prepare a memo discussing adequacy of TxDOT standard stack block retaining walls. If review results in the need for additional structural details beyond the use of TOOT Standards, the Engineershall develop the PS&E details as additional services. C. Signalization The Engineer shall develop plans to install a new traffic signal with mast-arm signal designs at the intersection of Sunrise Road and Hidden Valley Drive. 1. The Engineer shall conduct field reconnaissance to verify existing conditions at the above location. The Engineer shall design, where possible, new signal plans such that all proposed signal infrastructure lies within existing right-of-way. 2. The signal plans will be prepared at a scale of 1"=40' and will include the following sheets. a. Existing Conditions sheet will show locations of existing traffic control devices, underground, and overhead utilities atthe intersection. Page 87 of B15 b. Signal Layout sheet will show the locations of proposed signal poles, pedestrian poles, signal heads, communication equipment, electrical conduits, ground boxes, signal cabinet, new electrical service, existing utilities, right of way, and proposed roadway improvements. Locations of pedestrian poles and pedestrian access ramps will be designed in conformance with ADA requirements. The plans will include audible pedestrian signal head units at every pedestrian crossing. Due to lateral and vertical clearance required from an overhead electric line (per the State law), The Engineer shall coordinate with City staff before finalizing locations of signal poles. c. Signal Elevation sheet will show placement of signal heads on a mast-arm and vertical clearance required for the mast-arm. d. Conduit Chart and Electrical Wiring sheet will show the type and number of electrical wires in each conduit run. A new electrical service will be designed to support total electrical load due to the new traffic signal and illumination at the intersection. The electrical service will include three separate circuits for traffic signal, illumination, and ILSN. The Engineer shall coordinate with City staff and ONCOR to determine location of new electrical service. e. Phasing & Detection sheet will show the proposed phasing at each intersection. Phasing and signal-heads for left-turn movements will be designed in conformance with 2011 Texas MUTCD. Video detection details for each movement will also be shown. f. Quantities sheet will be provided for each intersection. 3. The Engineer shall use latest general notes issued by City of Round Rock and update appropriately as required for traffic signals. 4. Standards, Specifications, and Estimate a. The Engineer shall update the latest Standard sheets for mast-arm poles and traffic signal pole foundations, and provide other applicable Standards. Standards that require modification will be corrected and sealed by the Engineer. All other standards will have their title blocks filled out with the applicable project data and printed for inclusion in the final plan set. The Engineer shall utilize TxDOT Austin District standards when applicable. b. An opinion of probable construction costwill be prepared at 90% and prior to final PS&E submittal c. The Engineer shall provide a list of applicable special specifications for traffic signals. If needed, the Engineer shall develop or modify up to two (2) unique special specifications where an existing statewide specification is unavailable. 5. Project Administration Page B8 of B15 Task: Preliminary Design (KCI) a. Roadway Design The Engineer shall: • Establish the horizontal alignment from as-built drawings, existing or proposed ROW lines, or other appropriate methods; • Develop typical sections (pavement cross slopes, lane and shoulder widths, slope rates for fills and cuts)of the proposed facility; • Establish the proposed profile grade line; • Establish locations for pavement widening and reconstruction; • Identify median openings and turn lanes, in conjunction with the City; • Identify impacts to driveways; • Identify locations for pedestrian facilities; • Develop a preliminary drainage concept; • Develop preliminary cross sections; • Establish the proposed ROW footprint of the proposed facility. b. Utility Investigations The Engineer shall develop a conflict analysis summary, and coordinate with the utility owner and with the City to identify potential utility conflicts and relocations. C. Schematic of Proposed Improvements The Engineer shall prepare a plan schematic exhibit detailing the limits and extents of the proposed project improvements. The exhibit will include identification of the centerline alignment, proposed profile grade, existing and proposed ROW lines, areas of proposed pavement widening, median openings and turn lanes, driveway reconstructions, and preliminary drainage. d. Preliminary Cost Estimate The Engineer shall prepare a preliminary cost estimate itemizing and summing the construction cost of the proposed improvements. e. ROW Acquisition Exhibits The Engineer shall coordinate with the City's legal staff and develop design exhibits to assist the acquisition process. f. Land Planning Design/Exhibits The Engineer shall perform feasibility type architectural and engineering services on the Pfizer/ Hospira facility redesign, including the following: 1. Assess the impacts to the facility from the adjacent roadway widening project. 2. Identify conceptual level options of potential facility modifications which may alleviate the impacts from the roadway widening project. Page B9 of B15 3. Assist the City of Round Rock in determining if an adjacent parcel of land would provide value in alleviating the roadway widening impacts. 4. Provide a summary feasibility report which; a. Identifies the roadway impacts to the facility; b. Identifies preliminary options to the building configuration that may alleviate the roadway widening impacts. If it is determined that the addition of the adjacent parcel provides benefits to alleviating the roadway impacts, this will be identified; c. Simplified color coded diagrams indicating; • Impacts to the internal portion of the building; • Conceptual options for facility modifications. 5. Site Engineering A concept layout will be developed to determine the orientation of the redesigned loading bays, parking lot layouts and access to the public roadways. 6. Industrial /Systems Engineering: It is understood that the Pfizer loading docks facing Oakmont Drive may be impacted by the roadway widening scheme. The intent of the feasibility study related to the industrial/systems engineering is to assess the current operation of the Pfizer/ Hospira Facility to understand if changes to the exterior loading dock can occur. A cursory review of the operations, systems and materials management/movement of the production process is planned to understand how impacts to the loading dock affect production and shipping activities within the building. 7. Building Architectural: A cursory review of the existing building construction will be performed to assess the feasibility of providing new overhead door openings on the exterior of the building and/or options to reorient loading docks to reduce the impacts to building operations from the roadway widening project. 8. Required Information: The following documents and items are requested to support the architectural / engineering activities associated with the feasibility assessment. • Existing Drawings of the Facility— Architectural, building envelop construction and major utilities locations(i.e., major power equipment, HVAC equipment, etc.) • Process Information — Understanding of the manufacturing process or materials handling flow solely to understand the overhead door and loading dock locations and the potential to modify or relocate this infrastructure. Page 1310 of B15 Task: Plans, Specifications, & Estimate(KCI) b. General Sheets The Engineer shall prepare: 1. PS&E Title Sheet; 2. Index of Sheets — Identifies each sheet location in the plan set and its corresponding sheet number. The Index of Sheets shall be updated throughout the submittal process; 3. Project Layout —Graphically depicts overall project limits; 4. Existing Typical Sections — Typical sections shall depict the existing conditions of the project roadways, based on survey information and record drawings; 5. Proposed Typical Sections — Typical sections shall depict the proposed lane configurations and proposed pavement structure, as recommended by the geotechnical investigations; 6. Typical Section Details; 7. General Notes; 8. Quantity Summaries. C. Traffic Control The Engineer shall prepare: 1. Advance Warning Layout —Layout shall reference Standard Details, as appropriate; 2. TCP Typical Sections — Typical sections shall depict work zone limits and proposed traffic configuration through the construction zone; 3. Sequence of Construction Narrative — Narrative description of construction sequence shall be developed for each construction phase; 4. Phased Layouts —Assumed three(3)construction phases; 5. Detour Plans; 6. Standards Details, as appropriate. Standards that require modification will be revised and sealed by the Engineer. City of Round Rock Standard Details and TOOT Austin District standards will be utilized, as applicable. d. Roadway The Engineer shall prepare: 1. Removal Plan — Removal sheets shall clearly indicate pavement and other pertinent items to be removed at a 1"=100' scale; 2. Survey Control — Sheets shall clearly indicate the benchmark locations and associated control information. These sheets shall be sealed by a RPLS; Page B11 of B15 3. Plan and Profile sheets shall be developed for: d. University Blvd east of Sunrise; e. Sunrise Rd. south of University Blvd.; f. Hidden Valley Dr. Drawings shall be prepared at a scale of 1"=40' H and 1"=4' V. Plan and profile sheets will not be created for areas of overlay/ resurfacing. 4. Intersection Details — Drawings shall be prepared at a scale of 1"=20' H. Sheets shall depict spot elevations and contours at the intersections of: a. Sunrise at Hidden Valley Dr. 5. Miscellaneous Roadway Details and Standards Details, as appropriate. Standards that require modification will be revised and sealed by the Engineer. City of Round Rock Standard Details and TxDOT Austin District standards will be utilized, as applicable. e. Hydrologic and Hydraulic Design No additional cross drainage is included in the scope of services. For the project extension east of Sunrise Rd., the storm water is conveyed in the gutter to an existing inlet located above the 5-5'x5' cross drainage culvert. The proposed storm sewer system will outfall in or around the downstream end of the existing box culvert. The additional impervious cover will presumable provide an insignificant increase to the flow rate and therefore no hydraulic analysis will be performed. e. Storm Sewer Hydrologic design / computations — The Engineer shall prepare the hydrologic calculations associated with the storm drain designs including drainage areas maps, run- off coefficients, etc. These calculations will be adjusted as inlet locations and storm drain outfalls are moved during the design process. Hydraulic design / computations - The Engineer shall analyze the existing and proposed drainage patterns, evaluating how water from the surrounding terrain enters and exits the system. The Engineer shall prepare the design of each proposed storm drain system utilizing the WinStorm Design Software modeling system or GEOPAK Drainage. The Engineer shall prepare: 1. Internal Drainage Area Maps — The Engineer shall prepare Interior Drainage Area Maps at a scale of 1"=40'. These maps will depict drainage area boundaries and flow direction arrows. Each area will be identified with a unique number to be used to find run-off information from the calculation sheets. 2. Hydrologic & Hydraulic Data — These sheets will consist of run-off, inlet and storm drain computation sheets. 3. Drainage Plan — Sheets will provide a plan view of the storm sewer location. Storm system links will be identified with a unique number associated with its drainage area. Page B12 of B15 4. Drainage Profiles — Sheets will provide calculated computations of grade lines, flow lines, pipe sizing, etc. per specific storm sewer link for: • Main trunk line • Laterals 5. Ditch Design - The Engineer shall analyze the project ditches to determine ditch capacity, velocities, and other pertinent information. The Engineer will prepare a tabular ditch layout schedule that depicts pertinent information about the roadside ditch geometry and design. 6. Standards Details, as appropriate. Standards that require modification will be revised and sealed by the Engineer. City of Round Rock Standard Details and TxDOT Austin District standards will be utilized, as applicable. f. Water Quality Design The Engineer shall develop plans for a water quality pond to include the follow sheets, as appropriate: 1. H&H Computations; 2. Plan and/or Grading Layout; 3. Structural Details; 4. Miscellaneous Details; 5. Standards Details, as appropriate. Standards that require modification will be revised and sealed by the Engineer. City of Round Rock Standard Details and TxDOT Austin District standards will be utilized, as applicable. g. Existing Utility Layouts 1. Existing Utility Layouts—Sheets will identify types and locations of existing utilities. h. Signing and Pavement Marking The Engineer shall prepare: 1. Signing and Pavement Marking Layout — The Engineer shall detail permanent signing, pavement markings, and channelization devices in accordance with the proposed typical section. Pavement markings shall be selected from the latest TxMUTCD standards. Drawings will be prepared at a scale of 1"=40'H. 2. Summary of Small Signs—Utilize standard TxDOT sheets; 3. Non-standard Signs Details—TxDOT standards shall be utilized wherever possible; 4. Standards Details, as appropriate. Standards that require modification will be revised and sealed by the Engineer. City of Round Rock Standard Details and TxDOT Austin District standards will be utilized, as applicable. Page B13 of B15 i. SW3P Layouts The Engineer shall prepare: 2. SW3P Layouts — Sheets will provide locations and types of erosion control measures along project limits. 3. Standards Details, as appropriate. Standards that require modification will be revised and sealed by the Engineer. City of Round Rock Standard Details and TxDOT Austin District standards will be utilized, as applicable. j. Miscellaneous The Engineer shall prepare: 1. Construction Cost Estimate 2. Construction Timeline Determination — The Engineer shall develop a construction schedule to determine appropriate incentives and disincentives for incorporation in the construction documents. k. Submittals The Engineer shall provide the following information at each submittal: 1. 90% PS&E Submittal, with project Manual 2. Final PS&E Submittal, with project Manual 1. Cross Sections-50'cross sections Task: General Proiect Management(KCI) a. General Management The Engineer shall establish and maintain project schedules and budgets, develop monthly progress reports, prepare invoices and meet with the City and other entities on an as needed basis for the duration of the project design. b. Subconsultant Supervision The Engineer shall establish a schedule for the engineering services to be performed by the subconsultants at the beginning of the project. The Engineer shall be responsible for the coordination, supervision, review and incorporation of the subconsultants'work. C. Project Coordination Meetings General project coordination with the City shall consist of one meeting per month for eight months. d. Quality Assurance/Quality Control The Engineer shall review all work to assure that the work is in accordance with City requirements and that the work is completed in a timely and efficient manner. Page B14 of B15 Task: Construction Engineering (KCI & KHA) a. Bid Phase Services The Engineer shall: 1. Prepare the Construction Project Manual and will attend a Pre-Bid Conference and Pre-Construction Meeting. 2. Develop and issue addenda, if required, to interpret, clarify or expand the bid documents. 3. Tabulate bids and prepare a contract award recommendation letter. b. Constrtcction Phase Services The Engineer shall: 1. Review all construction and material submittals for the project; 2. Attend construction meetings, as required(including site visit during signal turn-on); 3. Respond to Requests for Information (RFIs); 4. Review and authorize the contractor's monthly pay application; 5. Review proposed change orders; 6. Produce record drawings based solely on information, measurements, and mark-ups provided by the contractor and deliver to City of Round Rock Staff. Page B15 of B15 ADDENDUM TO EXHIBIT C Work Schedule Key work items: ➢ General Project Management February 2016—September 2017 ➢ Coordination Meetings As needed, Feb. 2016— Oct. 2016 ➢ Supplemental Surveying As needed, Feb. 2016— Oct. 2016 Subsurface Utility Engineering (SUE) February 2016— October 2016 ➢ ROW Acquisition Coordination February 2016—September 2017 ➢ 100% PS&E Submittal (Sunrise Plans) February 2016 ➢ 95% PS&E Submittal (University Plans) September 2016 ➢ WPAP Submittal to TCEQ October2016 ➢ Final PS&E Submittal October 2016 ➢ Project Bidding September 2017 Construction Phase Services Sept. 2017—Aug. 2019 ADDENDUM TO EXHIBIT D Fee Schedule Attached Behind This Page EXHIBIT D-2 FEE SCHEDULE FOR KENNEDY CONSULTING, INC. UNIVERSITY BLVD. WIDENING (PS&E PHASE SUPPLEMENTAL) For services described in the Scope of Services, we request the compensation as detailed below. Cost breakdowns for engineering services and explanation of expenses are shown on the following pages. LUMP SUM AMOUNT $529,747.60 Page D1 of D13 EXHIBIT D-2 Fee Schedule Description of Work or Task Cost/ Task Totals Kennedy Consulting, Inc. (KCI) Task: Preliminary Design $137,000.00 Task: Plans, Specifications, & Estimate $151,810.00 Task: General Project Management $76,114.00 Task: Construction Engineering $35,380.00 KCI FEE SCHEDULE SUMMARY $400,304.00 Kimley-Horn&Associates, Inc. (KHA) Task: Traffic Design $3,750.00 Task: Plans, Specifications, &Estimate $33,844.00 Task: Construction Engineering $6,185.00 KHA FEE SCHEDULE SUMMARY $43,779.00 Cox[McLain Environmental Consulting, Inc. (CMC) Task: Environmental Services $12,281.60 CMC FEE SCHEDULE SUMMARY $12,281.60 The Wallace Group, Inc. (TWG) Task: Field Surveying $21,805.00 Task: ROW& PUE Acquisition Documents $32,000.00 Task: Subsurface Utility Engineering $7,920.00 TWG FEE SCHEDULE SUMMARY $61,725.00 Terracon Consultants, Inc. (TC) Task: Geotechnical Studies $11,658.00 TC FEE SCHEDULE SUMMARY $11,658.00 TOTAL FEE $529,747.60 Page D2 of D13 Summary of Manhours by Classification Kennedy Consulting, Inc. Project Senior Admin/ CADD Staff Description of Work or Task Manager Prof.1 Prof.2 Prof.1 Clerical Time Staff-Hr. Cost/ Task $210.00/Hr $170.00/Hr $140.00/Hr $110.00/Hr $70.001Hr $20.00/Hr Totals Totals Task: Preliminary Design a. Roadway Design 24 48 100 200 0 242 372 $49,200.00 b. Utility Investigations 16 32 40 60 0 82 148 $21,000.00 c. Schematic of Proposed Improvements 8 12 24 48 0 58 92 $12,360.00 d. Preliminary Cost Estimate 2 4 8 16 0 19 30 $3,980.00 e. ROW Acquisition Exhibits 16 20 40 80 0 97 156 $21,160.00 f. Land Planning Design/Exhibits 16 30 60 108 8 135 222 $29,300.00 Preliminary Design Subtotal: 82 146 272 512 8 633 1020 $137,000.00 Task: Plans,Specifications,&Estimate a. General Sheets 4 16 40 80 0 96 140 $17,960.00 b. Traffic Control 8 32 60 120 0 146 220 $28,720.00 c. Roadway 1. Removal Plan 2 4 10 24 0 28 40 $5,140.00 2. Survey Control 1 2 4 8 0 10 15 $1,990.00 3. Plan and Profile 8 16 30 60 0 73 114 $15,200.00 4. Intersection Details 2 8 16 32 0 39 58 $7,540.00 5. Miscellaneous Details 1 2 8 16 0 19 27 $3,430.00 d. Hydrologic and Hydraulic Design 0 0 0 0 0 0 0 $0.00 e. Storm Sewer 6 20 50 100 0 120 176 $22,660.00 f. Water Quality Design 2 10 24 40 0 51 76 $9,880.00 g. Existing Utility Layouts 1 2 4 8 0 10 15 $1,990.00 h. Signing and Pavement Markings 2 1 8 1 20 50 0 57 80 $10,080.00 i. SW-3P Layouts 2 4 1 16 1 32 1 0 1 38 1 54 11 $6,860.00 Page D3 of D13 Summary of Manhours by Classification Kennedy Consulting, Inc. Project Senior Admin/ CADD Staff Description of Work or Task Manager Prof.1 Prof.2 Prof.1 Clerical Time Staff-Hr. Cost/ Task $210.00/Hr $170.00/Hr $140.00/Hr $110.00/Hr $70.00/Hr $20.00/Hr Totals Totals j. Miscellaneous 1. Construction Cost Estimate 2 4 8 8 0 12 22 $3,100.00 2. Construction Timeline Determination 2 10 10 16 0 22 38 $5,280.00 k. Submittals 0 2 4 16 0 17 22 $2,660.00 I. Cross Sections 2 10 20 40 49 72 $9,320.00 Plans,Specifications,&Estimate Subtotal 45 150 324 650 0 787 1169 $151,810.00 Task: General Project Management a. General Management 80 0 0 80 12 0 172 $26,440.00 b. Subconsultant Supervision 20 0 0 40 0 0 60 $8,600.00 c. Project Coordination Meetings 20 0 0 20 0 0 40 $6,400.00 d. Quality Assurance/Quality Control 16 16 0 0 0 0 32 $6,080.00 Direct Expenses $28,594.00 General Project Management Subtotal 136 16 0 140 12 0 304 $76,114.00 Task: Construction Engineering a. Bid Phase Services 4 8 16 16 4 0 48 $6,480.00 b. Construction Phase Services 1. Construction and Material Submittals 1 2 6 6 0 0 15 $2,050.00 2. Construction Meetings 0 40 0 40 0 0 80 $11,200.00 3. Respond to RFIs 4 12 4 4 0 0 24 $3,880.00 4. Review Contractor Pay Applications 2 8 0 0 0 0 10 $1,780.00 5. Review Change Orders 4 16 12 12 0 0 44 $6,560.00 6. Record Drawings 1 2 8 16 0 0 27 $3,430.00 Construction Engineering Subtotal 16 88 46 94 4 0 248 $35,380.00 Kennedy Consulting,Inc.Summary279 254 642 1396 24 1420 2741 $400,304.00 Page D4 of D13 Summary of Direct Expenses Kennedy Consulting, Inc. Item Description Unit Quantity Unit Cost Total Cost Direct Expenses I. CADD Hr 1420 $20.00 $28,400.00 II. Mileage mile 100 $0.54 $54.00 Ill. Copies- 11 x 17 each 500 $0.20 $100.00 IV. Overnight shipping/Courier each 2 $20.00 $40.00 Kennedy Consulting, Inc. Direct Expenses $28,594.00 Page D5 of D13 Summary of Manhours by Classification Kimley-Horn &Associates, Inc. Project Project EIT/ Project Admin/ Staff Description of Work or Task Manager Engineer Tech Acct Clerical Staff-Hr. Cost/ Task $225.00/Hr $145.00/Hr $115.00/Hr $100.00/Hr $75.00/Hr Totals Totals Task: Traffic Design a. Traffic Study Updates $0.00 1. Analyze multiple intersection configuration 0 5 10 0 0 15 $1,875.00 2. Finalize tech memo 0 5 10 0 0 15 $1,875.00 Traffic Design Subtotal 0 10 20 0 0 30 $3,750.00 Task: Plans,Specifications,&Estimate a. Special Wingwalls(Retaining Walls) 1. Field reconaissance 0 3 3 0 0 6 $780.00 2. Analysis for Spread Footing Wall Option 0 5 10 0 0 15 $1,875.00 3. Analysis for Stack Block Wall Option 0 5 10 0 0 15 $1,875.00 4. Retaining Wall/Wingwall Plans a. Retaining Wall P&P sheet-North Side 4 17 34 0 0 55 $7,275.00 b. Retaining Wall Typical Sections 2 4 12 0 0 18 $2,410.00 5. Update Standard sheets 1 2 4 0 0 7 $975.00 6. Quantity summary, General Notes and OPCC 2 4 4 0 0 10 $1,490.00 b. Retaining Wall Review 4 8 0 0 0 12 $2,060.00 c. Signalization 1. Field reconaissance 0 3 3 0 0 6 $780.00 Page D6 of D13 Summary of Manhours by Classification Kimley-Horn &Associates, Inc. Project Project EIT/ Project Admin/ Staff Description of Work or Task Manager Engineer Tech Acct Clerical Staff-Hr. Cost/ Task $225.00/Hr $145.00/Hr $115.00/Hr $100.00/Hr $75.00/Hr Totals Totals 2. Signal Plans a. Existing Condition sheets 0 1 3 0 0 4 $490.00 b. Signal Layout sheets 3 9 15 0 0 27 $3,705.00 c. Signal Elevation sheets 1 2 4 0 0 7 $975.00 d. Conduit Chart and Electrical Wiring sheets 1 2 6 0 0 9 $1,205.00 e. Phasing and Detection sheets 1 4 4 0 0 9 $1,265.00 f. Quantity summary sheets 1 2 4 0 0 7 $975.00 3. General Notes 1 6 4 0 0 11 $1,555.00 4. Standards, Specifications, &Estimate $0.00 a. Update Standard sheets 0 1 2 0 0 3 $375.00 b. Develop OPCC 0 2 0 0 0 2 $290.00 c. Develop Special Specifications 1 2 0 0 0 3 $515.00 5. Project Administration 6 8 0 2 1 17 $2,785.00 Direct Expenses $189.00 Plans,Specifications, &Estimate Subtotal 28 90 122 2 1 243 $33,844.00 Task: Construction Engineering b. Construction Phase Services 1. Construction and Material Submittals 4 14 9 0 0 12 $3,965.00 2. Construction Meetings 6 6 0 0 0 12 $2,220.00 Construction Engineering Subtotal 10 20 9 0 0 24 $6,185.00 Kimley-Horn&Associates,Inc.Summary38 120 151 2 1 297 $43,779.00 Page D7 of D13 Summary of Direct Expenses Kimley-Horn & Associates, Inc. Item Description Unit Quantity Unit Cost Total Cost Direct Expenses I. Mileage mile 100 $0.54 $54.00 II. Copies- 11 x 17 unit 275 $0.20 $55.00 III. Overnight shipping/Courier unit 4 $20.00 $80.00 Kimley-Horn &Associates, Inc. Direct Expenses $189.00 Page D8 of D13 Summary of Manhours by Classification CoxjMcLain Environmental Consulting, Inc. Sr.Enviro. Envl.Prof.11 Envl.Prof.l Envl.Staff II Envl.Staff I Envl.Tech II Staff Description of Work or Task Scientist 11 Staff-Hr. Cost/ Task $138.00/Hr $100.63/Hr $86.25/Hr $71.88/Hr $63.25/Hr $51.75/Hr Totals Totals Task: Environmental Services a. Project Management and Communications 2 0 0 0 0 0 2 $276.00 b. Biological Resources 0 4 0 4 2 0 10 $816.54 c. Hazardous Materials 0 0 0 2 2 0 4 $270.26 d. Tech Memo Addendum 2 4 0 4 4 0 14 $1,219.04 e. USACE Pre-construction Notification--NWP#14 4 16 16 12 12 4 64 $5,370.64 f. Land Planning Env Tech Memo 4 12 0 12 12 12 52 $4,002.12 g. Direct Expenses $327.00 Environmental Services Subtotal: 12 36 16 34 32 16 146 $12,281.60 CMC SUMMARY1 12 36 16 34 32 16 146 $12,281.60 Page D9 of D13 Summary of Direct Expenses CoxIMcLain Environmental Consulting, Inc. Item Description Unit Quantity Unit Cost Total Cost Direct Expenses I. Mileage mile 50 $0.54 $27.00 II. HazMat Database Search (TelAll) each 1 $300.00 $300.00 Total Direct Expenses]l $327.00 Page D10 of D13 Summary of Manhours by Classification The Wallace Group, Inc. Project Sr.CAD Research Survey SUE Admin/ Staff Description of Work or Task Manager Tech Tech Crew Locator Clerical Staff-Hr. Cost/ Task $120.00/Hr $75.00/Hr $75.00/Hr $120.00/Hr $90.00/Hr $55.00/Hr Totals Totals Task: Field Surveying a. Establish Horiz.&Vert.Secondary Control 4 8 0 16 0 0 28 $3,000.00 b. Research,Locate,&Tie ROW 4 8 6 16 0 0 34 $3,450.00 c. Design Topographic&Cross-Section Survey 12 12 0 50 0 7 81 $8,725.00 d. Prepare Deliverables&QA/QC 24 50 0 0 0 0 74 $6,630.00 Field Surveying Subtotal 44 78 6 82 0 7 217 $21,805.00 Task: ROW&PUE Acquisition Documents Direct Expenses $32,000.00 ROW&PUE Acquisition Documents Subtotal $32,000.00 Task: Subsurface Utility Engineering a. Level D Subsurface Utility Engineering(SUE) 2 4 16 0 0 0 22 $1,740.00 b. SUE Survey/Field Work 4 10 0 16 20 0 50 $4,950.00 c. Prepare Deliverables&QA/QC 4 10 0 0 0 0 14 $1,230.00 Subsurface Utility Engineering Subtotal 10 24 16 16 20 0 86 $7,920.00 The Wallace Group,Inc.Summary54 102 22 98 20 7 303 $61,725.00 Page D11 of D13 Summary of Direct Expenses The Wallace Group, Inc. Item Description Unit Quantity Unit Cost Total Cost ROW& PUE Acquisition Documents I. ROW Acquisition -exhibit& legal each 15 $1,600.00 $24,000.00 II. Revised ROW Acquisition-exhibit& legal each 3 $1,000.00 $3,000.00 III. PUE Acquisition-exhibit&legal each 5 1 $1,000.00 j $5,000.00 ROW& PUE Acquisition Documents Direct Expenses $32,000.00 Page D12 of D13 Summary of Geotechnical Services Terracon Consultants, Inc. Item Description Unit Quantity Unit Cost Total Cost Field Program -Sunrise Rd./ Hidden Valley Dr. I. Minimum Field Charge for Rig & Crew day 1 $720.00 $720.00 II. Asphalt Coring LS 2 $230.00 $460.00 III. Vehicle Charge day 2 $40.00 $80.00 IV. Engineer, Pavement condition observation (Rehab Section) hour 4 $115.00 $460.00 V. Field Coordinator, per hour(staking, coordination, etc.) hour 7 $55.00 $385.00 Field Program -Sunrise Rd./Hidden Valley Dr. Subtotal $2,105.00 Field Program -University Blvd. I. Asphalt Coring and Subgrade Sampling (8 locations) LS 1 $2,800.00 $2,800.00 II. Traffic Control (up to 8 hours-day work) day 1.5 $1,150.00 $1,725.00 III. Traffic Control nightime surcharge LS 1 $1,400.00 $1,400.00 IV. Vehicle Charge day 2 $40.00 $80.00 V. Field Coordinator, per hour(staking, coordination, etc.) hour 8 $55.00 $440.00 Field Program -University Blvd.Subtotal $6,445.00 Laboratory Testing I. Atterberg Limits each 12 $50.00 $600.00 II. Moisture Content each 6 $8.00 $48.00 III. Unconfined Compression Test(soil) each 1 $30.00 $30.00 IV. Percent Passing the No. 200 Sieve each 12 $40.00 $480.00 Laboratory Testing Subtotal $1,158.00 Engineering & Report Preparation I. Senior Principal, P.E. hour 2 $170.00 $340.00 II. Project Geotechnical Engineer hour 12 $115.00 $1,380.00 III. Draftsman hour 2 $70.00 $140.00 IV. Clerical/Administrative Staff hour 2 $45.00 $90.00 Engineering & Report Preparation Subtotal $1,950.00 Total Direct Expenses $11,658.00 Page D13 of D13 EXHIBIT D Fee Schedule Summary Preliminary Design Final Design Additional Scope March 28,2013 Jan. 9, 2014 Date TBD Total Kennedy Consulting, Inc. $ 285,660.00 $ 570,990.00 $ 400,304.00 $ 1,256,954.00 Kimley-Horn &Associates, Inc. $ 20,325.05 $ 105,000.00 $ 43,779.00 $ 169,104.05 The Wallace Group, Inc. $ 62,150.00 $ 65,260.00 $ 61,725.00 $ 189,135.00 Terracon Consultants, Inc. $ 28,215.00 $ - $ 11,658.00 $ 39,873.00 CoxMcLain Environmental Consulting, Inc.1 $ 12,408.90 $ - $ 12,281.60 $ 24,690.50 $ 408,758.95 $ 741,250.00 1 $ 529,7Z7.60F$ 1,679,756.55 EXHIBIT D Fee Schedule Description of Work or Task Cost I Task Totals Kennedy Consulting, Ltd. Task: Data Collection $3,980.00 Task: Field Surveying $2,240.00 Task: Subsurface Utility Engineering $1,900.00 Task: Geotechnical Studies $4,900.00 Task: Environmental Technical Memorandum $1,180.00 Task: TCEQ Coordination $2,410.00 Task: Public Involvement $17,380.00 Task: Preliminary Design $195,720.00 Task: General Project Management $55,950.00 KCI FEE SCHEDULE SUMMARY $285,660.00 Kimley-Horn &Associates,Inc.(KHA) Task: Traffic Study $20,325.05 KHA FEE SCHEDULE SUMMARY $20,325.05 The Wallace Group, Inc.(TWG) Task: Field Surveying $50,455.00 Task: Subsurface Utility Engineering $11,695.00 TWG FEE SCHEDULE SUMMARY $62,150.00 Terracon Consultants, Inc.(TC) Task: Geotechnical Studies $25,815.00 Task: Geologic Assessment $2,400.00 TC FEE SCHEDULE SUMMARY $28,215.00 CoxjMcLain Environmental Consulting,Inc.(CMC) Task: Environmental Technical Memorandum $12,408.90 CMC FEE SCHEDULE SUMMARY $12,408.90 TOTAL FEE $408,758.95 Page D2 of D4 EXHIBIT D-1 Fee Schedule Description of Work or Task Cost/ Task Totals Kennedy Consulting, Ltd.(KCI) Task: Water Pollution Abatement Plan $9,260.00 Task: Plans,Specifications,&Estimate $412,920.00 Task: General Project Management $88,180.00 Task: Construction Engineering $60,630.00 KCI FEE SCHEDULE SUMMARY $570,990.00 Kimley-Horn&Associates,Inc.(KHA) Task: Traffic Design $100,756.00 Task: Construction Engineering $4,244.00 KHA FEE SCHEDULE SUMMARY $105,000.00 The Wallace Group,Inc.(TWG) Task: Field Surveying $9,720.00 Task: ROW&PUE Acquisition Documents $19,200.00 Task: Subsurface Utility Engineering $36,340.00 TWG FEE SCHEDULE SUMMARY $65,260.00 TOTAL FEE $741,250.00 Page D3 of D4 EXHIBIT D-2 Fee Schedule Description of Work or Task Cost/ Task Totals Kennedy Consulting, Inc.(KCI) Task: Preliminary Design $137,000.00 Task: Plans,Specifications,&Estimate $151,810.00 Task: General Project Management $76,114.00 Task: Construction Engineering $35,380.00 KCI FEE SCHEDULE SUMMARY $400,304.00 Kimley-Horn&Associates,Inc.(KHA) Task: Traffic Design $3,750.00 Task: Plans,Specifications,&Estimate $33,844.00 Task: Construction Engineering $6,185.00 KHA FEE SCHEDULE SUMMARY $43,779.00 CoxjMcLain Environmental Consulting,Inc.(CMC) Task: Environmental Services $12,281.60 CMC FEE SCHEDULE SUMMARY $12,281.60 The Wallace Group,Inc.(TWG) Task: Field Surveying $21,805.00 Task: ROW&PUE Acquisition Documents $32,000.00 Task: Subsurface Utility Engineering $7,920.00 TWG FEE SCHEDULE SUMMARY $61,725.00 Terracon Consultants, Inc.(TC) Task: Geotechnical Studies $11,658.00 TC FEE SCHEDULE SUMMARY $11,658.00 TOTAL FEE $529,747.60 Page D4 of D4 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 7-7 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-108656 Kennedy Consulting, Inc. Georgetown,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 09/07/2016 being filed. City of Round Rock Date Acknowledged: 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. R-13-03-28-17 University Blvd Supplemental 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Johnson, Mirmiran&Thompson, Inc Sparks, MD United States X Moeller,John Sparks, MD United States X Cheng, Daniel Sparks, MD United States X Smulovitz, Richard Sparks, MD United States X Kennedy,J. Kevin Georgetown,'TX United States X Aungst, Kurt McKinney,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. Nw�y g0y Owl, SHERYI ANN BONNET _- Notary Public.State of Texas �;= My Commission Expires September 06, 2019 «i�: illi Z - Signature of authorized agent of contrapeing business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said k4v%h.t!�J this the rt IiA day of (,W� 20_ to certify which,witness my hand and seal of office. Q• uu•� 5h4LA,1 Ann 1�onh(J . F Si nature of fficer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CERTIFICATE OF INTERESTED PARTIES FORM 1.295 lofl Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-108656 Kennedy Consulting, Inc. Georgetown,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 09/07/2016 being filed. City of Round Rock Date Acknowledged: 09/23/2016 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. R-13-03-28-17 University Blvd Supplemental 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Johnson, Mirmiran&Thompson, Inc Sparks, MD United States X Moeller,John Sparks, MD United States X Cheng, Daniel Sparks, MD United States X Smulovitz, Richard Sparks, MD United States X Kennedy,J. Kevin Georgetown,TX United States X Aungst, Kurt McKinney,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said this the day of 20 ,to certify which,witness my hand and seal of office. Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277