Loading...
R-2017-4453 - 5/25/2017 RESOLUTION NO. R-2017-4453 WHEREAS, the City of Round Rock has previously entered into an Agreement for Professional Consulting Services for Engineering and Design Services Related to the Roundville Lane Project("Agreement") with Stantec Consulting Services, Inc.; and WHEREAS, Stantec Consulting Services, Inc. has submitted Supplemental Agreement No. 2 to amend the Agreement to modify the Scope of Services, the Fee, and the Term of services for the Roundville Lane Project; and WHEREAS, the City Council desires to enter into said Supplemental Agreement No. 2 with Stantec Consulting Services, Inc.,Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City Supplemental Agreement No. 2 to "City of Round Rock Agreement for Professional Consulting Services for Engineering and Design Services Related to the Roundville Lane Project with Stantec Consulting Services, Inc.," a copy of same being attached hereto as Exhibit "A" and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended. RESOLVED this 25th day of May, 2017. CRAIGRGA ayor City of R and R , Texas ATTEST: S914�, SARA L. WHITE, City Clerk 0112.1704;00378488 EXHIBIT „A„ SUPPLEMENTAL AGREEMENT NO.2 TO "CITY OF ROUND ROCK AGREEMENT FOR PROFESSIONAL CONSULTING SERVICES FOR ENGINEERING AND DESIGN SERVICES RELATED TO THE ROUNDVILLE LANE PROJECT WITH STANTEC CONSULTING SERVICES,INC." CITY OF ROUND ROCK § STATE OF TEXAS § KNOW ALL BY THESE PRESENTS: COUNTY OF TRAVIS § COUNTY OF WILLIAMSON § THIS SUPPLEMENTAL AGREEMENT NO. 2 to "City of Round Rock Agreement for Professional Consulting Services for Engineering and Design Services related to the Roundville Lane Project with Stantec Consulting Services, Inc.," hereinafter called "Supplemental Agreement No. 2," is made by and between the City of Round Rock, Texas, a home-rule municipality, hereinafter called the "City" and Stantec Consulting Services, Inc., hereinafter called the"Consultant." WHEREAS, the City and Consultant executed the referenced "City of Round Rock Agreement for Professional Consulting Services for Engineering and Design Services related to the Roundville Lane Project,"hereinafter called the "Agreement,"on June 9, 2016; and WHEREAS,the City and Consultant executed Supplemental Agreement No. 1 to amend the Scope of Services on March 23, 2017 by Resolution No. R-2017-4292; and WHEREAS, the City desires to further amend the Scope of Services to add additional engineering and design services for the Roundville Lane Project; and WHEREAS, it is necessary to amend the Scope of Services, the Fee and the Term of services provided in the Agreement; NOW THEREFORE, in consideration of the mutual promises and obligations in the Agreement and this Supplemental Agreement No. 2, the City and Consultant agree that said Agreement is amended and supplemented as follows: 00377982/ss2 I. Section 1.0 of the Agreement is hereby amended to read as follows: 1.0 EFFECTIVE DATE, DURATION,AND TERM This Agreement shall be effective on the date this Agreement has been signed by each party hereto, and shall remain in full force and effect until it expires by operation of the term indicated herein, or is terminated or extended as provided herein. The term of this Agreement shall be until full and satisfactory completion of the work specified herein is achieved, with an estimated completion date of August 24;,2018 October 5, 2018. H. Section 3.0 of the Agreement is hereby amended to read as follows: 3.0 SCOPE OF SERVICES Consultant shall satisfactorily provide all services described herein and as set forth in Exhibit"B" and the Addendum to Exhibit `B." Consultant shall perform the Scope of Services in accordance with the Tentative Work Schedule set forth in Exhibit "C" and the Addendum to Exhibit "C." III. Section 5.0 of the Agreement is hereby amended to read as follows: 5.0 CONTRACT AMOUNT Not-to-Exceed Fee: In consideration for the professional consulting services to be performed by Consultant, City agrees to pay Consultant an amount not-to-exceed Four- Hundred For-Of One TThe'usaYCNine Hundred and N O/T1nn�Dollars (SAA-1,900-.0404 nFive Hundred Seventy-Eight Thousand Seven Hundred Sixty-Three and 25/100 Dollars ($578,763.25), in accordance with Exhibit "D" entitled "Fee Schedule," and the Addendum to Exhibit "D," which document is attached hereto and incorporated herein by reference for all purposes, in payment for services and the Scope of Services deliverables as delineated in Exhibit "B" and the Addendum to Exhibit`B." Reimbursable Expenses: Reimbursable expenses shall not exceed Four-— Five u,.,,.1red and No/100 Dollar-q Nine Thousand Five Hundred and No/100 Dollars 2 ($4300:00) ($9,500.00) and shall be paid for only the "Reimbursable Expenses" described in Exhibit `B." Reimbursable expenses shall be included in the not-to-exceed fee of$444;998:08 $578,763.25 set forth above. IV. This Supplemental Agreement No. 2 shall amend the original Agreement only as set forth herein with no other changes in terms or conditions of the original Agreement. IN WITNESS WHEREOF, the City and Consultant have executed this Supplemental Agreement to be effective as of the last date of due execution by both parties. CITY OF ROUND ROCK, TEXAS STANTEC CONSULTING SERVICES, INC. By: By: Printed Name: Printed Name: Title: Title: Date Signed: Date Signed: ATTEST: By: Sara L. White, City Clerk FOR CITY, APPROVED AS TO FORM: By: Stephan L. Sheets, City Attorney 3 EXHIBIT B The proposed project involves the engineering, design, permitting, bidding and construction phase support of approximately 1,700 linear feet (LF) of 12-inch diameter water line, 1,300 LF of 8-inch wastewater line,and 75 LF of 24-inch diametersteel casing within the Roundville Lane ROW from A.W. Grimes Boulevard to SH 45 Frontage Road, and associated appurtenances in accordance with the City of Round Rock's Design and Construction Standards. Exhibit G, attached, outlines the conceptual alignment identified for the water and wastewater lines used for the preparation of the scope of services defined below. SCOPE AND FEES Proposal No. 17-119 Based on our understanding of City of Round Rock's (City) needs at this time and the current status of this project,we propose to provide the following specific services: A. Construction Documents We will prepare intermediate and final construction documents for bidding. It is assumed the water and wastewater lines will be included in the Roundville Lane construction documents and will not be prepared as a stand-alone project. 1. We will prepare 60%, 90% and 100% plans, for the water and wastewater lines for review and approval by the City. The design of the proposed water and wastewater lines will be as depicted in the Exhibit G, attached. The following sheets identified below will be prepared in accordance with the City requirements. It is assumed the details needed for the erosion and sediment controls, tree protection, and traffic control details are included in the roadways plan sheets. a. General Notes and Legend b. Wastewater Line Plan and Profile sheets C. Wastewater Details d. Water Line Plan and Profile sheets e. Water Details f. Erosion and Sediment Controls and Tree Protection Plans (for the water and wastewater lines) g. Traffic Control Plans (Up to four (4) phases for the water and wastewater line construction are included) 2. We will prepare an opinion of Probable Construction Cost for the water and wastewater lines (OPCC) at the 60%and 100%design phases. 3. We will submit 60%plans for review by the City. 4. We will address comments and progress the plans to a 90% level, and submit for review by the City. Design with community in mind V:\2220\administration\!Administrative Team\PROP\2017\101-1 50\17-1 19-SB-PROP.docx/dn 5. We will address comments and progress the plans to a 100% level, and submit for approval by the City. 6. We will address minor comments and provide bid documents to the City. 7. We will prepare and update the project schedule at the 60%, 90%and 100%design phases. B. Bidding and Award Services Based on preliminary coordination, we understand this project will be publicly bid by the City. Bidding services will be performed on a 1-time basis. It is assumed the City of Round Rock will prepare the project manual and handle the advertisement, plan sales, bidders list, and distribution of addenda to plan holders for this project. 1. We will prepare a bid tab for the water and wastewater elements of the plan set. 2. We will identify the list of City of Round Rock technical specifications applicable to the water and wastewater elements of the project. 3. We will prepare special provisions as needed to the City of Round Rock technical specifications for use on this project, if necessary. 4. We will issue Addenda to clarify the water and wastewater elements of the Bidding Documents, if necessary. C. Construction Phase Services (six(6) months) Construction administration services as assumed to last for up to six(6) months for the water and wastewater elements of the project. If the construction extends beyond the duration assumed, additional services will be requested. 1. We will review, approve, reject, or ask for clarifications on water and wastewater element submittals and shop drawing submitted by Contractor for general compliance of the Construction Contract Documents. Up to 15 submittals are included. 2. We will interpret the water and wastewater elements of the Construction Contract Documents and respond to requests for information (RFI) from the Contactor. Up to three (3) RFIs are included. 3. We will coordinate change orders with the Contractor and make recommendations to the City, if necessary. 4. We will provide periodic construction observation services, as requested by the City. Construction visits and observations are performed to observe the progress of work completed by Contractor and general conformance with contract documents. We have budgeted one (1) visit a month totaling two (2) hours per visit. The total construction time is anticipated to be 6-months so we have budgeted 12 hours for Consultant's construction observer. Additional visits, if requested by City or required due to delays in the construction schedule, will be considered Additional Services. Design with community to mind V:\2220\administration\!Administrative Team\PROP\2017\101_150\17-1 19-SB-PROP.docx/dn 5. Once construction has been substantially completed, we will conduct a substantial completion site observation visit and prepare a punch list for the water and wastewater lines, as required. Once the punch list has been significantly completed, we will conduct a final completion site observation visit and prepare an Engineer's Letter of Concurrence for the water and wastewater lines prior to issuing Final Acceptance. 6. Based on redlined Record Drawing plans furnished to Consultant by the Contractor, we will revise the original water and wastewater line construction drawings to reflect "Record Drawing" conditions of the water and wastewater lines, and furnish one (1) set of CAD files and a PDF to the City. The above items will be performed on a 1-time basis. Services performed outside of the above will be provided at Consultant's Standard Hourly Rates as Additional Services. D. Project Meetings 1. Depending on needs and nature of the project, the amount of project meeting time can vary drastically. We have budgeted six (6) formal project meetings one (1) hour in length for the project, plus travel time and meeting minute preparation, for a total of 12 hours. Additional meetings will be provided at Consultant's Standard Hourly Rates,as additional services. E. Project Management The following services will be provided based on a 14-month total project duration. If the total project duration extends beyond 14 months, additional services may be required. 1. We will respond to questions from the City and other stakeholders on the project including emails and phone calls, if necessary. 2. We will coordinate with project team members throughout the design, bidding, and construction phases of the project to distribute information. Coordination will include emails, phone calls and electronic file exchange, if necessary. F. Reimbursables/Reproduction 1. Reproduction, courier, and delivery services will be provided for this project and billed in accordance to Consultant's Standard Rate Schedule. In addition, minor out-of-pocket expenses for outside reproduction, travel expenses, courier, and review agency fees, etc. incurred will be billed at Cost. DELIVERABLES The water and wastewater plans will be incorporated into the roadway plans. The 60%deliverable will lag the 60% and 90% roadway plan set deliverable by a few weeks. In order to catch up with the roadway design schedule, comments received from the 60%submittal will be addressed during the 90%design phase, and comments received from the 90%submittal will be addressed during the 100%design phase. The 100%deliverables will be concurrent with the roadway plans along with the Bid Set,as shown in Exhibit C. • Construction Documents-We will provide the City with a PDF and three (3) 11"x17" size copies of the 60% construction documents including plans, schedule, and Design with community in mind V:\2220\administration\!Administrative Team\PROP\2017\101_150\17-119-SB-PR0P.docx/dn OPCC, for review. We will address the City's comments from the 60% submittal, progress the plans and provide the City with a PDF and three (3) 11"x17"size copies of the 90% construction documents including plans, draft bid tab, list of technical specifications, and draft special provisions, if required. • Bidding Documents -We will address comments from the 90% submittal progress the plans and will provide the City with a PDF and three (3) 11"x17" size copies of the 100% construction documents including plans, bid tab, list of technical specifications, and special provisions,if required. We will address minor comments and provide a PDF of the Bid Documents to the City. • Contract Documents-We will provide the City with a PDF and two (2) full size hard copies of the contract documents issued for construction, including executed plans, and project manual, incorporating all addenda issued during bidding. We will provide the Contractor two (2) full size sets of documents and a PDF of the executed contract documents. • Record Drawings-We will provide the City with a PDF and CAD files of the record drawings for the water and wastewater elements of the project. ASSUMPTIONS In preparing this proposal,we have made the following assumptions: • City of Round Rock will provide design flows for the wastewater line. • Survey of finished floor elevations of existing structures or elevations where sewer exits the structure will be required for the project. • City of Round Rock will provide right-of-entry, if needed for the project. • Utilities will be installed using open cut construction methods. • Geotechnical information collected with the Roundville Lane roadway project will be sufficient for the water and wastewater utility design for the project.If additional geotechnical information is required;it will be considered additional services. • A TxDOT utility permit will not be required for the project. • No construction phase surveying or construction staking services are included. • Soil boring stake out is not included. • This project will not encounter significant opposition from City, County, or State review agencies, neighborhood groups, environmental groups, etc. • City will manage construction coordination if multiple Contractors are working in the project area. • City will provide inspection and materials testing for construction of the project. • Consultant shall not supervise, direct, or have control over the Contractor's work, nor have any responsibility for the construction means, methods, techniques, sequences, or procedures selected by the Contractor, nor for the Contractor's safety precautions or programs associated with the work. These rights and responsibilities are solely those of the Contractor. • City of Round Rock will perform utility coordination for the water and wastewater elements of the project. Design with community in mind V:\2220\administration\!Administrative Team\PROP\2017\101_150\17-119-SB-PROP.docx/dn The following items are excluded from this proposal but can be provided as an additional service: • Design revisions required due to amendments/changes in regulatory criteria (i.e., zoning and subdivision ordinances, design criteria, results of legislation, court decisions, etc.) adopted after the date of the proposal, which becomes effective retroactive prior to the date of the proposal, or which might benefit City's development to the extent City's desire to incorporate them into the project. • Proposed TxDOT right-of-way takings,which result in major redesign efforts. • Redesign of the alignment after the layout has been approved by City or his designated representative. • Field engineering during construction. • Corrosion protection analysis, reports, and recommendations. • Cathodic protection systems. • Tree mitigation. • Review of Pay Applications. • Warranty period walk through. The following services are excluded unless specifically identified as included in this proposal. • Structural design of any kind. • Excessive interpretation of contract drawings and specifications for Contractor or City representative who does not familiarize himself with the contract drawings and specifications. • Geotechnical engineering, pavement design, materials testing, soil borings or analysis. • Environmental site assessments, delineation of jurisdictional waters, endangered species and KARST feature investigations, environmental investigations, or permitting of any kind. • Design of franchise utility services for electricity, gas, cable, telephone, etc. • Construction inspection services. • Requests for variances from approved plans to accommodate field conditions. • Field changes or change order requests resulting from errors made by the Contractor. • Coordination, scheduling, or performance of construction materials testing and inspection. • FEMA CLOMR or LOMR preparation. DeF,j gn wi1h community to mind V:\2220\administration\!Administrative Team\PROP\2017\101_150\17-1 19-SB-PROP.docx/dn Exhibit C Roundville Lane Improvements Project-Water and Wastewater Lineswk, Stantec %so ID Task Name D" )1alf 1.2018 Half 2.211.18 _ L sun; : F",I,. . 'k i [ , .......... _- ��iii .-, I-M- . , 1 �J---------- A 1 Rouradville Lane Improvements 3110 days i�x�4 Fri 18 Work Product.1 W-.--1 pS., 32 days Mon 4124117 Wed 61`71117 Notice to Proceed-60%PS&E 0 day. Man 4124/17 Man 41241171 4 1 60%PS&E Preparation 24 days Tue 4/25/17 Fri 512611711 ..............I i Submit 60%PS&E to City 0 days Fri 5/26/17 Fri 512(5117� 6 60%Design Review Meeting with City 1 clay Man 5r29117 Mon 52911 7 71 Review-City 7 days Mon 5129/17 Tue&1Y1 7 8-1 Comments Issued Odays Wed 6/7/17 Wed 617117 9 Work Product#2 WfWW-90%PS&E 45 days Thu 618117 Thu 8/1101117 10 Notice to Proceed-90%PS&E 0 days Thu 6/8/17 Thu 6017 11 1 90%PS&E Preparation 35 day, Thu 618/17 Wed 7126/17 12 7 Submit 90%PS&E to City 0 days Wed 7126/17 Wed 7/26117 13 1 90%Design Review Meeting with City 1 day Th.7127117 Th.7/27117 _U Review-City 10 days Thu 7127117 Wed 89/1 7 iS comments Issued 0 days Thu 8'10/17 Thu 8,11717 16 Work Product#3 WIWW-100%PS&E 61 day. Fri 6111117 Mo.11111117 --V -17 Notice to Proceed-100%PS&E 0 days Fri 8111117 Fri 13/11/17 18 t 10096 PS&E Preparation 39 days TueB/15117 Fri 1016117 19 Submit 100%PS&E to City 0 days Fri 10IM17 Fri 1016/171 47 20 I011%Design Review Meeting I day Man 1019/17 Mon 10/91171 -21 Review-City 14 day. Tus I0II0'17 Fri 1027/1 22 Address Comments 5 days Man 1030'17 FW 11/3117 Z 23 Comment Responses Issued and Bid Plans Submitted 0 days Man I IJSA 7 Man 11/6/1 7 24 Work Product#4 WIWW-Bid&Award Phase 30 days Man 1116117 Fri 12115117 25 Advertise Project 20 day, Man 11017 Fri 1211/17 28 I Bid Opening 0 day. Fri 1211/17 Fri 1211/17 27 Bid Evaluations 10 days Man 1214117 Fri 12115/17 -28—i Contract A-rd/NTP 0 days Fri 1211517 Fri 12/1517 Walk Product#5 W/WW-Construction Phase 210 days Mon 12118117 Fri=51113 30 Pre-Construction Meeting 0 days Mon 12118117 Man 12118117 ♦ 31 Construction Phase Administration WAVW 100 days Man 12/13/17 Fri 514/18 M Construction Completion/Project Close-out(Est.Site Opening 30 days Man 8/27118 F61015118 SepVCcL 2018) ............ ................ ........................................................... ....... ........... Task Roiled Up Milestone ♦ Baseline Split ................ Manual Task External Tasks Baseline Baseline Summary Q� External Tasks Duration-only External Milestone Project Rotmdviffe Lane Milestone Raked Up Basel4ne Project Summary 9 Manual Summary RoKup 4 Progress Date:Fri 4114117 Baseline Milestone 0 Raked Up Baseline Milestone 0 Group By Summary W"'mmm-1r Manual Summary O Deadline Summary - Rallied Up Progress Inactive Milestone Slart-anly Raged Up Task Split ..I.I........ Inactive Summary ..... .......: I'mish-only, IIUS1565-FO11WORKGROUPM20lactivek=10606%TmnsportatiankTrProject Managemen"W-WWPrp.sahSchedule%Rmndvgle�_60-90-100%W-M.mpp Page I Black Represents Original Schedule Blue Represents Actual Schedule Red Represents Newly Added Tasks Exhibit D Fee Schedule Project Name: Roundville Lane Project Water and Wastewater Lines (Final Design 60-90-100%) Total Total Other Task Labor Hours Loaded Labor Cost Direct Costs Subconsultants TOTALS A. Construction Documents 491.5 $72,343.75 $0.00 $0.00 $72,343.75 B. Bidding and Award Services 47 $6,633.00 $0.00 $0.00 $6,633.00 C. Construction Phase Services (six (6) months) 175.5 $25,060.50 $0.00 $0.00 $25,060.50 D. Project Meetings 24 $2,682.00 $0.00 $0.00 $2,682.00 E. Project Management 154 $25,144.00 $0.00 $0.00 $25,144.00 F. Reimbursables/Reproduction 10 $0.00 $5,000.00 $0.00 $5,000.00 GRAND TOTAL: 892 $131,863.25 $5,000.00 $0.00 $136,863.25 Note: Water and Wastewater Plans will be part of the Roundville Lane roadway reconstruction plans. Tasks A-B,and E are Lump Sum Fee Tasks C-D,and F are an Hourly Fee based on a smooth project implementation City of Round Rock-Roundville Ln Water and Wastewater Lines Detailed Engineering Fee Estimate SB,AS AJ AP JP SK EV,RF DN Scope of Work # 1 171 161 190 155 135 131 105 Task SR PM PM QA/QC SRDGNR EIT SRCAD ADMIN Fee A Construction Doc's $ 72,343.75 1 Construction Drawings 20 a IGen Notes&Legend 1 0.5 0.3 2.0 1.0 $ 578A0 b Wastewater P&P's 4 4.0 2.0 32.0 16.0 $ 8,184.00 c Wastewater Details 2 1.0 0.5 8.0 4.0 _ $ 2,046.00 d Water P&P's 5 5.0 2.5 40.0 20.0 $ 10,230,00 e Water Data lls 1 1.0 0.5 1 8.0 4.0 1 $ 2,046.00 f Erosion Cntrl&Tree Prot Plans 3 1.5 0.8 24.0 12.0 $ 5,739.00 g TCPs 4 2.0 18.0 2.0 40.0 $ 8,790.00 2 OPCC 3 1,0 4.0 $ 711,00 3 60%submittal to Owner for Review 1 1.0 2.0 1.0 $ 546.00 4 90%Plan Preparation 22 a Gen Notes&Legend 1 0.3 2.0 1.0 $ 487.75 b Wastewater P&P's 4 2.0 1.0 16.0 8.0 $ 4,092.00 c Wastewater Details 2 0.5 0.3 4.0 2.0 $ 1,023.00 d Water P&P's 5 2.5 1.3 20.0 10.0 $ 5,115.00 e Water Details 1 0.5 0.3 4.0 2.0 $ 1,023.00 f Erosion Cntrl&Tree Prot Plans 5 1.0 0.5 12.0 4.0 $ 2,666,00 g TCPs 4 2.0 4.0 8.0 $ 2,034.00 1 90%Submittal 0.5 2.0 2.0 2.0 $ 875.50 i update project schedule 0.5 4.0 $ 625.50 5 100%Plan Preparation 22 a JGen Notes&Legend 1 1.0 0.5 $ 222.50 b Wastewater P&P's 4 1.0 0.5 8.0 4.0 $ 2,046.00 c Wastewater Details 2 0.3 2.0 0.5 $ 420.25 d Water P&P's 5 1.3 0.8 10.0 5.0 _ $ 2,581.25 e Water Details 1 0.3 2.0 0.5 $ 420.25 f Erosion Cntrl&Tree Prot Plans 5 0.5 0.3 4.0 2.0 $ 1,023.00 g TCPs 4 1.0 2.0 4.0 $ 1,017.00 h OPCC Update 1.0 2.0 _ $ 441.00 1 100%Submittal 0.5 2.0 2.0 2.0 $ 875.50 j update project schedule 1 0.5 2.0 $ 355.50 fi IBld Plan Preparation 22 a Gen Notes&Legend 1 0.3 0.5 0.3 $ 154.00 b Wastewater P&P's 4 0.5 0.3 4.0 2.0 $ 1,023.00 c Wastewater Details 2 0.3 0.5 $ 120.25 d Water P&P's 5 0.8 0.5 5.0 2.5 $ 1,335.75 e Water Details 1 0.5 $ 77.50 f Erosion Cntrl&Tree Prot Plans 5 0.3 2.0 1.0 $ 487.75 g TCPs 4 0.5 1.0 1.5 0.5 2.0 $ 808.50 h OPCC Update 0.5 2.0 $ 355.50 i Bid Submittal _ _ 0.3 1.0 1.0 1.0 $ 437.75 j update project schedule 0.3 1.0 $ 177.75 7 JPrepare Project Schedule 3 2.0 6.0 $ 1,152.00 B Bid and Award Services $ 6,633.00 1 Bid Tab Preparation 1.0 4.0 $ 711.00 2 Technical Spec(ficatlons2.0 4.0 $ 882.00 3 Special Provisions 2 1.0 3.0 6.0 $ 1,206.00 4 JAcIdenda 2 4,0 12.0 8.0 2.0 $ 3,834.00 C Construction Phase Services(6 Month Duration) $ 25,060.50 1 Submittals 15 7.5 30.0 7.5 $ 6,120.00 2 RFI's 3 1.5 _ 6.0 12.0 6.0 $ 3,436.50 3 Change Orders 2 3.0 2.0 10.0 16.0 2.0 $ 4,813.00 4 Site Visits 6 4.0 8,0 $ 1764,00 5 Substantial Comp(1),final camp(1),letter 2 4.0 _ 4.0 4.0 $ 1,644.00 6 Record Dwgs 22 3.0 1.0 32.0 12.0 $ 7,283.00 D Project Meetings $ 2,682.00 1 Meetings-(1hrx6mtgs) 6 12.0 6.0 $ 2,682.00 E Project Management $ 25,144.00 1 Contract Administration 14 56.0 14.0 14,0 14.0 $ 16,296.00 2 IStakeholder Coordination 14 28.0 14.0 14.0 $ 8,848.00 F Reimbursables i i $ 5,000.00 Total Hours 1 1 165.5 25.0 29.0 308.0 1 259.8 54.0 39.5 1 $136,863.25 Water Total $ 70,368.75 Wastewater Total $ 66,383.25 V:\2220\active\222010606\Transportation\TT Project Management\W-WW Proposal\Fee\2017.04.04 Roundv111eLN-Wtr-WW-FeeR2.xlsx