R-08-10-09-8D3 - 10/9/2008RESOLUTION NO. R -08-10-09-8D3
WHEREAS, the City of Round Rock desires to retain engineering
services for the Chisholm Trail Road Reconstruction/Parkway
Extension Project, and
WHEREAS, Rodriguez Transportation Group, Inc. has submitted a
Contract for Engineering Services to provide said services, and
WHEREAS, the City Council desires to enter into said contract
with Rodriguez Transportation Group, 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 a Contract for Engineering Services with Rodriguez
Transportation Group, Inc. for the Chisholm Trail Road
Reconstruction/Parkway Extension Project, a copy of said contract
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 9th day of October, 2008.
ALAN MCGRAW, Mayor
ATTEST: �w�) City of Round Rock, Texas
SARA L. WHITE, City Secretary
0:\WDOX\RESOLUTI\R81009D3.DOC/rmc
CITY OF ROUND ROCK
CONTRACT FOR ENGINEERING SERVICES
FIRM: RODRIGUEZ TRANSPORTATION GROUP, INC. ("Engineer")
ADDRESS: 1121 Taylor Draper Lane, Suite 100, Austin, TX 78759
PROJECT: Chisholm Trail Road Reconstruction/Parkway Extension
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on
this the day of , 2008 by and between the CITY OF ROUND ROCK, a Texas home -
rule municipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas
78664-5299, (hereinafter referred to as "City"), and Engineer, and such Contract is for the purpose of
contracting for professional engineering services.
RECITALS:
WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled
"Professional Services Procurement Act" provides for the procurement by municipalities of services of
professional engineers; and
WHEREAS, City and Engineer desire to contract for such professional engineering services; and
WHEREAS, City and Engineer wish to document their agreement concerning the requirements
and respective obligations of the parties;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable considerations, and the covenants and agreements hereinafter contained to be kept and
performed by the respective parties hereto, it is agreed as follows:
Engineering Services Contract
0199.7062; 144502
ST1ICHSM, STO5CHEXT
EXHIBIT
tie
1.
Rev. 01/07
00064494
CONTRACT DOCUMENTS
The Contract Documents consist of this Contract and any exhibits attached hereto (which
exhibits are hereby incorporated into and made a part of this Contract) and all Supplemental Contracts
(as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all
are as fully a part of this Contract as if attached to this Contract or repeated herein.
ARTICLE 1
CITY SERVICES
City shall perform or provide services as identified in Exhibit A entitled "City Services."
ARTICLE 2
ENGINEERING SERVICES
Engineer shall perform Engineering Services as identified in Exhibit B entitled "Engineering
Services."
Engineer shall perform the Engineering Services in accordance with the Work Schedule as
identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete
schedule so that the Engineering Services under this Contract may be accomplished within the specified
time and at the specified cost. The Work Schedule shall provide specific work sequences and definite
review times by City and Engineer of all Engineering Services. Should the review times or Engineering
Services take longer than shown on the Work Schedule, through no fault of Engineer, Engineer may
submit a timely written request for additional time, which shall be subject to the approval of the City
Manager.
ARTICLE 3
CONTRACT TERM
(1) Term. The Engineer is expected to complete the Engineering Services described herein in
accordance with the above described Work Schedule. If Engineer does not perform the Engineering
Services in accordance with the Work Schedule, then City shall have the right to terminate this Contract
as set forth below in Article 20. So long as the City elects not to terminate this Contract, it shall continue
from day to day until such time as the Engineering Services are completed. Any Engineering Services
performed or costs incurred after the date of termination shall not be eligible for reimbursement.
Engineer shall notify City in writing as soon as possible if he/she/it determines, or reasonably
anticipates, that the Engineering Services will not be completed in accordance with the Work Schedule.
(2) Work Schedule. Engineer acknowledges that the Work Schedule is of critical importance,
and agrees to undertake all necessary efforts to expedite the performance of Engineering Services
required herein so that construction of the project will be commenced and completed as scheduled. In
this regard, and subject to adjustments in the Work Schedule as provided in Article 2 herein, Engineer
shall proceed with sufficient qualified personnel and consultants necessary to fully and timely
accomplish all Engineering Services required under this Contract in a professional manner.
(3) Notice to Proceed. After execution of this Contract, Engineer shall not proceed with
Engineering Services until authorized in writing by City to proceed as provided in Article 7.
2.
ARTICLE 4
COMPENSATION
City shall pay and Engineer agrees to accept the amount shown below as full compensation for
the Engineering Services performed and to be performed under this Contract.
The amount payable under this Contract, without modification of the Contract as provided
herein, is the sum of Seven Hundred Thirty-two Thousand, Fifty-two and 90/100 Dollars ($732,052..90)
as shown in Exhibit D. The lump sum amount payable shall be revised equitably only by written
Supplemental Contract in the event of a change in Engineering Services as authorized by City.
Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support
the progress of the Engineering Services and to support invoices requesting monthly payment. Any
preferred format of City for such monthly progress reports shall be identified in Exhibit B. Satisfactory
progress of Engineering Services shall be an absolute condition of payment.
The fee herein referenced may be adjusted for additional Engineering Services requested and
performed only if approved by written Supplemental Contract.
ARTICLE 5
METHOD OF PAYMENT
Payments to Engineer shall be made while Engineering Services are in progress. Engineer shall
prepare and submit to City, not more frequently than once per month, a progress report as referenced in
Article 4 above. Such progress report shall state the percentage of completion of Engineering Services
accomplished during that billing period and to date. Simultaneous with submission of such progress
report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a
form acceptable to City. This submittal shall also include a progress assessment report in a form
acceptable to City.
Progress payments shall be made in proportion to the percentage of completion of Engineering
Services identified in Exhibit D. Progress payments shall be made by City based upon Engineering
Services actually provided and performed. Upon timely receipt and approval of each statement, City
shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City
reserves the right to withhold payment pending verification of satisfactory Engineering Services
performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its
determination, that tasks were completed.
The certified statements shall show the total amount earned to the date of submission and shall
show the amount due and payable as of the date of the current statement. Final payment does not relieve
Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its
negligence.
3.
ARTICLE 6
PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer
will be made within thirty (30) days of the day on which the performance of services was complete, or
within thirty (30) days of the day on which City receives a correct invoice for services, whichever is
later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law)
for payments not made in accordance with this prompt payment policy; however, this policy does not
apply in the event:
A. There is a bona fide dispute between City and Engineer concerning the supplies,
materials, or equipment delivered or the services performed that causes the payment to be
late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from making a
timely payment with federal funds; or
C. There is a bona fide dispute between Engineer and a subcontractor or between a
subcontractor and its supplier concerning supplies, materials, or equipment delivered or
the Engineering Services performed which causes the payment to be late; or
D. The invoice is not mailed to City in strict accordance with instructions, if any, on the
purchase order, or this Contract or other such contractual agreement.
City shall document to Engineer the issues related to disputed invoices within ten (10) calendar
days of receipt of such invoice. Any non -disputed invoices shall be considered correct and payable per
the terms of Chapter 2251, V.T.C.A., Texas Government Code.
ARTICLE 7
NOTICE TO PROCEED
The Engineer shall not proceed with any task listed on Exhibit B until the City has issued a
written Notice to Proceed regarding such task. The City shall not be responsible for work performed or
costs incurred by Engineer related to any task for which a Notice to Proceed has not been issued.
ARTICLE 8
PROJECT TEAM
City's Designated Representative for purposes of this Contract is as follows:
Bill Stablein
Project Manager I
Traffic Engineering Associate
Transportation Services Department
612 Commerce Cove
Round Rock, Texas 78664
Telephone Number (512) 218-3237
Fax Number (512) 218-3242
Email Address bstablein@round-rock.tx.us
4.
City's Designated Representative shall be authorized to act on City's behalf with respect to this
Contract. City or City's Designated Representative shall render decisions in a timely manner pertaining
to documents submitted by Engineer in order to avoid unreasonable delay in the orderly and sequential
progress of Engineering Services.
Engineer's Designated Representative for purposes of this Contract is as follows:
Robert Carrillo
Senior Project Manager
11211 Taylor Draper Lane
Suite 100
Austin, TX 78759
Telephone Number: (512) 231-9544, Ext. 108
Fax Number: (512) 231-9133
Email Address: rcarrillo@rtg-texas.com
ARTICLE 9
PROGRESS EVALUATION
Engineer shall, from time to time during the progress of the Engineering Services, confer with
City at City's election. Engineer shall prepare and present such information as may be pertinent and
necessary, or as may be requested by City, in order for City to evaluate features of the Engineering
Services. At the request of City or Engineer, conferences shall be provided at Engineer's office, the
offices of City, or at other locations designated by City. When requested by City, such conferences shall
also include evaluation of the Engineering Services.
Should City determine that the progress in Engineering Services does not satisfy the Work
Schedule, then City shall review the Work Schedule with Engineer to determine corrective action
required.
Engineer shall promptly advise City in writing of events which have or may have a significant
impact upon the progress of the Engineering Services, including but not limited to the following:
(1) Problems, delays, adverse conditions which may materially affect the ability to meet the
objectives of the Work Schedule, or preclude the attainment of project Engineering Services
units by established time periods; and such disclosure shall be accompanied by statement of
actions taken or contemplated, and City assistance needed to resolve the situation, if any;
and
(2) Favorable developments or events which enable meeting the Work Schedule goals sooner
than anticipated.
5.
ARTICLE 10
SUSPENSION
Should City desire to suspend the Engineering Services, but not to terminate this Contract, then
such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification
followed by written confirmation to that effect. Such thirty -day notice may be waived in writing by
agreement and signature of both parties. The Engineering Services may be reinstated and resumed in
full force and effect within sixty (60) days of receipt of written notice from City to resume the
Engineering Services. Such sixty-day notice may be waived in writing by agreement and signature of
both parties. If this Contract is suspended for more than thirty (30) days, Engineer shall have the option
of terminating this Contract.
If City suspends the Engineering Services, the contract period as determined in Article 3, and
the Work Schedule, shall be extended for a time period equal to the suspension period.
City assumes no liability for Engineering Services performed or costs incurred prior to the date
authorized by City for Engineer to begin Engineering Services, and/or during periods when Engineering
Services is suspended, and/or subsequent to the contract completion date.
ARTICLE 11
ADDITIONAL ENGINEERING SERVICES
If Engineer forms a reasonable opinion that any work he/she/it has been directed to perform is
beyond the scope of this Contract and as such constitutes extra work, he/she/it shall promptly notify
City in writing. In the event City finds that such work does constitute extra work and exceeds the
maximum amount payable, City shall so advise Engineer and a written Supplemental Contract will be
executed between the parties as provided in Article 13. Engineer shall not perform any proposed
additional work nor incur any additional costs prior to the execution, by both parties, of a written
Supplemental Contract. City shall not be responsible for actions by Engineer nor for any costs incurred
by Engineer relating to additional work not directly associated with the performance of the Engineering
Services authorized in this Contract or any amendments thereto.
ARTICLE 12
CHANGES IN ENGINEERING SERVICES
If City deems it necessary to request changes to previously satisfactorily completed Engineering
Services or parts thereof which involve changes to the original Engineering Services or character of
Engineering Services under this Contract, then Engineer shall make such revisions as requested and as
directed by City. Such revisions shall be considered as additional Engineering Services and paid for as
specified under Article 11.
Engineer shall make revisions to Engineering Services authorized hereunder as are necessary to
correct errors appearing therein, when required to do so by City. No additional compensation shall be
due for such Engineering Services.
6.
ARTICLE 13
SUPPLEMENTAL CONTRACTS
The terms of this Contract may be modified by written Supplemental Contract if City
determines that there has been a significant change in (1) the scope, complexity or character of the
Engineering Services, or (2) the duration of the Engineering Services. Any such Supplemental Contract
must be duly authorized by the City. Engineer shall not proceed until the Supplemental Contract has
been executed. Additional compensation, if appropriate, shall be identified as provided in Article 4.
It is understood and agreed by and between both parties that Engineer shall make no claim for
extra work done or materials furnished until the City authorizes full execution of the written
Supplemental Contract and authorization to proceed. City reserves the right to withhold payment
pending verification of satisfactory Engineering Services performed.
ARTICLE 14
OWNERSHIP OF DOCUMENTS
All data, basic sketches, charts, calculations, plans, specifications, and other documents created
or collected under the terms of this Contract are the exclusive property of City and shall be furnished to
City upon request. All documents prepared by Engineer and all documents furnished to Engineer by
City shall be delivered to City upon completion or termination of this Contract. Engineer, at its own
expense, may retain copies of such documents or any other data which it has furnished City under this
Contract.
ARTICLE 15
PERSONNEL, EQUIPMENT AND MATERIAL
Engineer shall furnish and maintain, at its own expense, quarters for the performance of all
Engineering Services, and adequate and sufficient personnel and equipment to perform the Engineering
Services as required. All employees of Engineer shall have such knowledge and experience as will
enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of
City, is incompetent or whose conduct becomes detrimental to the Engineering Services shall
immediately be removed from association with the project when so instructed by City. Engineer
certifies that it presently has adequate qualified personnel in its employment for performance of the
Engineering Services required under this Contract, or will obtain such personnel from sources other
than City. Engineer may not change the Project Manager without prior written consent of City.
ARTICLE 16
SUBCONTRACTING
Engineer shall not assign, subcontract or transfer any portion of the Engineering Services under
this Contract without prior written approval from City. All subcontracts shall include the provisions
required in this Contract and shall be approved as to form, in writing, by City prior to Engineering
Services being performed under the subcontract. No subcontract shall relieve Engineer of any
responsibilities under this Contract.
7.
ARTICLE 17
EVALUATION OF ENGINEERING SERVICES
City, or any authorized representatives of it, shall have the right at all reasonable times to review
or otherwise evaluate the Engineering Services performed or being performed hereunder and the
premises on which it is being performed. If any review or evaluation is made on the premises of
Engineer or a subcontractor, then Engineer shall provide and require its subcontractors to provide all
reasonable facilities and assistance for the safety and convenience of City or other representatives in the
performance of their duties.
ARTICLE 18
SUBMISSION OF REPORTS
All applicable study reports shall be submitted in preliminary form for approval by City before
any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any
final report.
ARTICLE 19
VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT
Violation of contract terms or breach of contract by Engineer shall be grounds for termination of
this Contract, and any increased costs arising from Engineer's default, breach of contract, or violation
of contract terms shall be paid by Engineer.
ARTICLE 20
TERMINATION
This Contract may be terminated as set forth below.
(1) By mutual agreement and consent, in writing, of both parties.
(2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to
perform the Engineering Services set forth herein in a satisfactory manner.
(3) By either party, upon the failure of the other party to fulfill its obligations as set forth
herein.
(4) By City, for reasons of its own and not subject to the mutual consent of Engineer, upon
not less than thirty (30) days' written notice to Engineer.
(5) By satisfactory completion of all Engineering Services and obligations described herein.
Should City terminate this Contract as herein provided, no fees other than fees due and payable
at the time of termination shall thereafter be paid to Engineer. In determining the value of the
Engineering Services performed by Engineer prior to termination, City shall be the sole judge.
Compensation for Engineering Services at termination will be based on a percentage of the Engineering
Services completed at that time. Should City terminate this Contract under Subsection (4) immediately
8.
above, then the amount charged during the thirty -day notice period shall not exceed the amount charged
during the preceding thirty (30) days.
If Engineer defaults in the performance of this Contract or if City terminates this Contract for
fault on the part of Engineer, then City shall give consideration to the actual costs incurred by Engineer
in performing the Engineering Services to the date of default, the amount of Engineering Services
required which was satisfactorily completed to date of default, the value of the Engineering Services
which are usable to City, the cost to City of employing another firm to complete the Engineering
Services required and the time required to do so, and other factors which affect the value to City of the
Engineering Services performed at the time of default.
The termination of this Contract and payment of an amount in settlement as prescribed above
shall extinguish all rights, duties, and obligations of City and Engineer under this Contract, except the
obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this
Contract is due to the failure of Engineer to fulfill his/her/its contractual obligations, then City may take
over the project and prosecute the Engineering Services to completion. In such case, Engineer shall be
liable to City for any additional and reasonable costs incurred by City.
Engineer shall be responsible for the settlement of all contractual and administrative issues
arising out of any procurements made by Engineer in support of the Engineering Services under this
Contract.
ARTICLE 21
COMPLIANCE WITH LAWS
(1) Compliance. Engineer shall comply with all applicable federal, state and local laws,
statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or
administrative bodies or tribunals in any manner affecting the performance of this Contract, including
without limitation, minimum/maximum salary and wage statutes and regulations, and licensing laws
and regulations. Engineer shall furnish City with satisfactory proof of his/her/its compliance.
Engineer shall further obtain all permits and licenses required in the performance of the
Engineering Services contracted for herein.
(2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the
Engineering Services performed hereunder. City is qualified for exemption pursuant to the provisions
of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act.
ARTICLE 22
INDEMNIFICATION
Engineer shall save and hold harmless City and its officers and employees from all claims and
liabilities due to activities of his/her/itself and his/her/its agents or employees, performed under this
Contract, which are caused by or which result from the negligent error, omission, or negligent act of
Engineer or of any person employed by Engineer or under Engineer's direction or control.
Engineer shall also save and hold City harmless from any and all expenses, including but not
limited to reasonable attorneys fees which may be incurred by City in litigation or otherwise defending
9.
claims or liabilities which may be imposed on City as a result of such negligent activities by Engineer,
its agents, or employees.
ARTICLE 23
ENGINEER'S RESPONSIBILITIES
Engineer shall be responsible for the accuracy of his/her/its Engineering Services and shall
promptly make necessary revisions or corrections to its work product resulting from errors, omissions,
or negligent acts, and same shall be done without compensation. City shall determine Engineer's
responsibilities for all questions arising from design errors and/or omissions. Engineer shall not be
relieved of responsibility for subsequent correction of any such errors or omissions in its work product,
or for clarification of any ambiguities until after the construction phase of the project has been
completed.
ARTICLE 24
ENGINEER'S SEAL
The responsible engineer shall sign, seal and date all appropriate engineering submissions to
City in accordance with the Texas Engineering Practice Act and the rules of the State Board of
Registration for Professional Engineers.
ARTICLE 25
NON -COLLUSION, FINANCIAL INTEREST PROHIBITED
(1) Non -collusion. Engineer warrants that he/she/it has not employed or retained any company
or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this
Contract, and that he/she/it has not paid or agreed to pay any company or engineer any fee,
commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting
from the award or making of this Contract. For breach or violation of this warranty, City reserves and
shall have the right to annul this Contract without liability or, in its discretion and at its sole election, to
deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee,
commission, percentage, brokerage fee, gift or contingent fee.
(2) Financial Interest Prohibited. Engineer covenants and represents that Engineer,
his/her/its officers, employees, agents, consultants and subcontractors will have no financial interest,
direct or indirect, in the purchase or sale of any product, materials or equipment that will be
recommended or required for the construction of the project.
ARTICLE 26
INSURANCE
(1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire
term while this Contract is in effect professional liability insurance coverage in the minimum amount of
One Million Dollars per claim from a company authorized to do insurance business in Texas and
otherwise acceptable to City. Engineer shall also notify City, within twenty-four (24) hours of receipt, of
any notices of expiration, cancellation, non -renewal, or material change in coverage it receives from its
insurer.
10.
(2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of
Engineer, Engineer shall require each subconsultant performing work under this Contract to maintain
during the term of this Contract, at the subconsultant's own expense, the same stipulated minimum
insurance required in Article 26, Section (1) above, including the required provisions and additional
policy conditions as shown below in Article 26, Section (3).
Engineer shall obtain and monitor the certificates of insurance from each subconsultant in order
to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance
for the duration of this Contract, and shall have the responsibility of enforcing these insurance
requirements among its subconsultants. City shall be entitled, upon request and without expense, to
receive copies of these certificates of insurance.
(3) Insurance Policy Endorsements. Each insurance policy shall include the following
conditions by endorsement to the policy:
(a) Each policy shall require that thirty (30) days prior to the expiration, cancellation, non-
renewal or reduction in limits by endorsement a notice thereof shall be given to City by
certified mail to:
City Manager, City of Round Rock
221 East Main Street
Round Rock, Texas 78664
(b) The policy clause "Other Insurance" shall not apply to any insurance coverage currently
held by City, to any such future coverage, or to City's Self -Insured Retentions of
whatever nature.
(4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained
by Engineer shall be borne solely by Engineer, with certificates of insurance evidencing such minimum
coverage in force to be filed with City. Such Certificates of Insurance are evidenced as Exhibit E herein
entitled "Certificates of Insurance."
ARTICLE 27
COPYRIGHTS
City shall have the royalty -free, nonexclusive and irrevocable right to reproduce, publish or
otherwise use, and to authorize others to use, any reports developed by Engineer for governmental
purposes.
ARTICLE 28
SUCCESSORS AND ASSIGNS
This Contract shall be binding upon and inure to the benefit of the parties hereto, their
successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any
interest in this Contract, in whole or in part, by operation of law or otherwise, without obtaining the
prior written consent of City.
11.
ARTICLE 29
SEVERABILITY
In the event any one or more of the provisions contained in this Contract shall for any reason be
held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or
unenforceability shall not affect any other provision thereof and this Contract shall be construed as if
such invalid, illegal or unenforceable provision had never been contained herein.
ARTICLE 30
PRIOR AGREEMENTS SUPERSEDED
This Contract constitutes the sole agreement of the parties hereto, and supersedes any prior
understandings or written or oral contracts between the parties respecting the subject matter defined
herein. This Contract may only be amended or supplemented by mutual agreement of the parties hereto
in writing.
ARTICLE 31
ENGINEER'S ACCOUNTING RECORDS
Records pertaining to the project, and records of accounts between City and Engineer, shall be
kept on a generally recognized accounting basis and shall be available to City or its authorized
representatives at mutually convenient times. The City reserves the right to review all records it deems
relevant which are related to this Contract.
ARTICLE 32
NOTICES
All notices to either party by the other required under this Contract shall be personally delivered
or mailed to such party at the following respective addresses:
City:
City of Round Rock
Attention: City Manager
221 East Main Street
Round Rock, TX 78664
and to:
Stephan L. Sheets
City Attorney
309 East Main Street
Round Rock, TX 78664
12.
Engineer:
Robert Carrillo
Senior Project Manager
11211 Taylor Draper Lane
Suite 100
Austin, TX 78759
ARTICLE 33
GENERAL PROVISIONS
(1) Time is of the Essence. Engineer understands and agrees that time is of the essence and
that any failure of Engineer to complete the Engineering Services for each phase of this Contract within
the agreed Work Schedule may constitute a material breach of this Contract. Engineer shall be fully
responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with
the terms of this Contract and the Engineer's standard of performance as defined herein. Where damage
is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the
extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal
rights or remedies.
(2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if
prevented from performing any of their obligations hereunder by reasons for which they are not
responsible or circumstances beyond their control. However, notice of such impediment or delay in
performance must be timely given, and all reasonable efforts undertaken to mitigate its effects.
(3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson
County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or
all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas.
This Contract shall be governed by and construed in accordance with the laws and court decisions of
the State of Texas.
(4) Standard of Performance. The standard of care for all professional engineering,
consulting and related services performed or furnished by Engineer and its employees under this
Contract will be the care and skill ordinarily used by members of Engineer's profession practicing
under the same or similar circumstances at the same time and in the same locality. Excepting Articles
25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise,
in connection with the Engineering Services.
(5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction
cost provided by Engineer are made on the basis of information available to Engineer and on the basis
of Engineer's experience and qualifications and represents its judgment as an experienced and qualified
professional engineer. However, since Engineer has no control over the cost of labor, materials,
equipment or services furnished by others, or over the contractor(s') methods of determining prices, or
over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or
actual project or construction cost will not vary from opinions of probable cost Engineer prepares.
(6) Opinions and Determinations. Where the terms of this Contract provide for action to be
based upon opinion, judgment, approval, review, or determination of either party hereto, such terms are
13.
not intended to be and shall never be construed as permitting such opinion, judgment, approval, review,
or determination to be arbitrary, capricious, or unreasonable.
ARTICLE 34
SIGNATORY WARRANTY
The undersigned signatory for Engineer hereby represents and warrants that the signatory is an
officer of the organization for which he/she has executed this Contract and that he/she has full and
complete authority to enter into this Contract on behalf of the firm. The above -stated representations
and warranties are made for the purpose of inducing City to enter into this Contract.
IN WITNESS WHEREOF, the City of Round Rock has caused this Contract to be signed in its
corporate name by its duly authorized City Manager or Mayor, as has Engineer, signing by and through
its duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and
representatives for the faithful and full performance of the terms and provisions hereof.
CITY OF ROUND ROCK, TEXAS APPROVED AS TO FORM:
By:
Alan McGraw, Mayor Stephan L. Sheets, City Attorney
ATTEST:
By:
Sara White, City Secretary
RODRIGUEZ TRANSPORTATION GROUP, INC.
Mark odriguez / Prin ip
14.
LIST OF EXHIBITS ATTACHED
(1) Exhibit A City Services
(2) Exhibit B Engineering Services
(3) Exhibit C Work Schedule
(4) Exhibit D Fee Schedule
(5) Exhibit E Certificates of Insurance
15.
Exhibit A
City Services
In general, the City of Round Rock and its representatives to their best efforts will render services as
follows:
1. Schedule, coordinate and conduct public involvement meetings.
2. Provide available criteria and full information as to the client's requirements for the project.
3. Furnish available existing plans and/or design information for the project and interface data for
any projects adjacent to the project.
4. Assist the engineer by placing at his disposal all available written data pertinent to previous
operations, reports and any other data (including previous hydraulic studies and models) affecting
the project.
5. Provide available existing traffic counts and design year traffic projections.
6. Provide available and all applicable special specifications, special provisions, and updated list of
bid items applicable to the project.
7. Examine documents submitted by the engineer and render decisions pertaining thereto, promptly,
to avoid unreasonable delay in the progress of the engineer's services.
8. Respond promptly in writing to requests by the engineer for authorization to proceed with specific
activities deemed desirable.
9. Negotiate with all utility companies for any agreements and/or relocations required.
10. Pay all reviewing agency fees promptly including review, inspection and recording fees.
11. Acquire any off-site easements required for the project.
Exhibit B
Engineering Services
The following "Project Scope of Work" will be used as the basis for the preparation of
construction plans for the Chisholm Trail Road reconstruction and Chisholm Parkway
extension project (Phase 2). The existing two-lane undivided Chisholm Trail will be
improved to a five (5) lane curb and gutter road with sidewalks, within a maximum 90' of
Right -of -Way (ROW). The design will include a 250 foot bridge over Onion Branch
Creek, floodplain analysis and FEMA coordination for the design over Onion Branch
Creek and associated drainage structures. In addition, the design will include storm
drains, water quality facilities, illumination design and water and wastewater designs.
Construction phase services are not included in this scope of services. The limits of
reconstruction for the Chisholm Trail improvements are from 400' north of Sam Bass
Road north to approximately 700' south of the FM 3406 intersection, a distance of
approximately 6200'. The design will align Chisholm Trail to tie to the proposed
improvements at Sam Bass Road and FM 3406. Road improvements at these two
intersections have been developed by others. The proposed project includes the 850'
extension of Chisholm Parkway and the intersection with Chisholm Trail. Chisholm
Parkway will transition from its existing section to a five (5) lane curb and gutter road
with sidewalks, within a maximum 80' of ROW.
The following scope provides information regarding anticipated project
preparation of construction plans, additional services to be provided
miscellaneous information.
The following assumptions pertain to the services to be performed and form
this scope of work:
parameters,
and other
the basis of
• The project will be prepared in two phases: 1) Schematic Design and 2)
Construction Documents. Each will be prepared and processed in accordance with
the rules and regulations of the City of Round Rock, Texas Commission on
Environmental Quality (TCEQ) and other regulatory agencies. This scope of
work modifies the original Phase 2 — Construction Documents scope to correlate
to the current design schematics.
• Final construction plans will be prepared in accordance with the alignment
defined in the schematic design.
• The City of Round Rock will review approved plans and provide
recommendations for utility locations.
• Water quality Best Management Practices (BMP's) in the form of
sedimentation/filtration ponds will be required for this project.
• Downstream conveyance, along Onion Branch Creek, is sufficient enough where
detention facilities are not required.
• The preliminary extent of any floodplain on the project site will be identified by
the Federal Emergency Management Agency, flood insurance rate maps for
Williamson County, Texas.
Exhibit "B", Page 1 of 13 Pages
PHASE 2 (REVISED)
FUNCTION CODE 120 (ENVIRONMENTAL INVESTIGATION AND
APPROVALS)
The Environmental Services will include all studies and documentation required for the
various regulating authorities, including U.S. Army Corps of Engineers (USACE), Texas
Historical Commission (THC), and the TCEQ. The intention of the Environmental
Services is to attain all necessary clearance letters and approvals from the various
interested parties in order to proceed with the proposed Chisholm Trail reconstruction
and Chisholm Parkway extension project.
Section 404 Clean Water Act Compliance
1. A wetland determination was conducted in the project area in 2003. It is
recommended that a site visit be conducted to update the delineation report.
Specific impacts of the project on waters of the U.S. will be determined and
measures to minimize the impacts will be identified. A revised report will discuss
applicable Section 404 options in accordance with the current permits and
conditions.
2. Authorization under section 404 of the Clean Water Act for the project will be
obtained. For the purposes of this scope and cost estimate, it is assumed that
permitting would include the preparation of either a Pre -construction Notification
or an Individual Permit to the USACE.
Endangered Species Act Compliance
1. An analysis of the project's effects on federally listed threatened and endangered
species will be conducted and reported in a letter to document the project's
compliance with the Endangered Species Act. In addition to background
research, a site visit would be conducted to assess the habitat relative to the
habitat requirements of the federally listed species of potential occurrence in the
project area.
Texas Antiquities Code Compliance
1. A background search of the appropriate files at the Texas Archeological Research
Laboratory and the Texas Archeological Sites Atlas will be conducted to locate any
know archeological sites within the project area.
2. A permit application and associated scope of work will be prepared for submittal to
the City of Round Rock and the THC. Coordination with the THC will also be
conducted regarding the project scope and compliance requirements.
3. A survey will be conducted and will be of sufficient intensity to determine the
nature, extent, and if possible, potential significance of any cultural resources
located with the project area. The survey will consist of a 100 percent pedestrian
survey with shovel and backhoe trenching as necessary.
Exhibit "B", Page 2 of 13 Pages
4. An intensive survey report will be produced, in accordance with the full report
guidelines as outlined by the THC's Rules of Practice and Procedure, if any historic
or prehistoric sites are discovered during the survey. If no cultural resources are
found during the survey, then a short report format will be followed. The report
will evaluate, to the extent feasible, the potential for designation, of the recorded
archeological sites as State Archeological Landmarks. The report will be
coordinated with the THC, respond to any comments, and provide documentation
of the coordination to the City of Round Rock.
FUNCTION CODE 130 (ROW and UTILITY COORDINATION)
Utility Conflict Identification
1. The Engineer shall identify potential utility conflicts and coordinate with the City
and the utility companies to help resolve the conflicts. The Engineer will make
changes to the plans as requested by the City in an attempt to accommodate
existing utilities. The Engineer will coordinate with the City on the requested
changes.
Utility Meetings
1. The Engineer will attend a maximum of twelve (12) utility meetings organized by
the City. The Engineer is to be in attendance to present plan information and
answer questions about the project.
FUNCTION CODE 150 (FIELD SURVEY)
Phase 1 surveying services includes those services required to obtain right of entry,
establish horizontal and vertical survey control, and perform engineering design surveys.
These services were completed in 2003. Since that time, there have been some changes
in both physical features and land ownership. The services identified below cover new
tasks associated with Phase 2 and task required to verify that there are no changes to
previous completed work. (Refer to McGray & McGray's Scope of Work for additional
details. The Phase 2 services to be provided are as follows:
Survey Control:
1. Find and verify project control as set up in 2003. Re-establish control if needed.
Right -of -Way Surveying and Mapping:
1. Perform research at Williamson County Appraisal District and courthouse to
update existing files with current land ownership.
2. Obtain right -of -entry to access needed properties for verification of property
corners and for locating any new comers.
3. Perform field reconnaissance to verify all property corners and monuments found
in 2003 still exists and are in there original locations as previously surveyed. Will
locate or relocate any new or revised corners.
4. Re -analyze existing boundaries based on current monument locations and new or
revised deeds.
Exhibit "B", Page 3 of 13 Pages
5. Prepare an additional 11 parcel plats and descriptions and show those on the
ROW strip map described in the Phase 1 scope of services.
Design Surveys:
1. Field survey driveways that have been added to the existing roadway since the
original field survey.
2. Field survey a maximum of twenty (20) locations (such as trees, signs, existing
water quality facilities) etc. as directed. Locations shall be determined, as needed,
by the design engineer.
3. Field survey existing utilities, as needed but not to exceed twenty (20) locations.
Subsurface Utility Exploration (SUE) will be conducted by others.
FUNCTION CODE 160 (ROADWAY DESIGN)
The Roadway Design Services will make minor refinements to the schematic horizontal
and vertical alignments and continue with the development of the construction
documents. The Roadway sheets for the construction plans will include:
MISCELLANEOUS PLANS
1. TITLE SHEET - Project title sheet will be completed as required for the
construction plans.
2. INDEX OF SHEETS - The Engineer will complete the detailed index of sheets
that shows each sheets location in the plan set, as well as its corresponding sheet
number. This index will be updated throughout the submittal process to allow for
easier reference during the review process.
3. PROJECT LAYOUT - Project layout sheets will be completed at a scale of
1"=200' that clearly indicates the limits of the entire project.
ROADWAY PLANS & GEOMETRY
1. PROPOSED TYPICAL SECTIONS - Proposed typical sections will be
completed for all proposed roadways within the project limits.
2. EXISTING TYPICAL SECTIONS - Existing typical sections will be completed
for all existing roadways within the project limits.
3. PLAN AND PROFILE — The Engineer will complete plan and profile sheets for
all proposed roadways within the project limits. Pedestrian facilities (sidewalks
and ramps) will be incorporated as required. All pedestrian facilities shall be
designed in accordance with ADAAG, and TAS.
The plan view shall contain the following design elements:
a) Roadway centerlines calculated using GEOPAK
b) Pavement edges for all improvements
c) Pavement width dimensions
d) Proposed structure locations, lengths and widths
e) Drawing scale shall be 1" = 50' or a scale as agreed upon by the City
f) Begin/end superelevation transitions and cross slope changes
g) Existing structures
Exhibit "B", Page 4 of 13 Pages
h) Radii callouts, curb location, CTB, guard fence, crash safety items and
American with Disabilities Act Accessibility Guidelines (ADAAG)
compliance items.
The profile view shall contain the following design elements:
a) Calculated profile grade for proposed roadways. Vertical curve data,
including "K" values shall be shown.
b) Water surface elevations at major stream crossing for 25 and 100- year
storms.
c) Drawing vertical scale to be 1" = 10' or scale as agreed upon by the City.
4. HORIZONTAL ALIGNMENT DATA SHEET - A horizontal alignment data
sheet will be prepared depicting the horizontal geometric information for the
project roadways.
5. REMOVAL PLANS - The Engineer shall provide plan sheets of pavement
removal to a 1" = 100' scale. Removal sheets shall indicate pavement and other
pertinent items to be removed with sufficient detail to assure Contractor will have
no problems understanding the intentions. Description of removal item including
material shall be included. Items shall be dimensioned.
GRADING AND DETAILS
1. CROSS SECTIONS - Design cross sections will be completed at 25 -foot stations
and other locations as necessary for the determination of cut and fill quantities.
These sections will also be used to further refine the design vertical geometry.
Cut and fill quantities determined from the design cross sections will be shown on
the plan/profile sheets. Cross sections will not be developed for phased TCP.
2. INTERSECTION LAYOUTS - The Engineer shall complete intersection layouts
for the Chisholm Trail Road/Chisholm Parkway intersection. The intersection
layout will include the design of the pavement and drainage layouts.
3. DRIVEWAY DETAILS - Driveway details will be prepared for each impacted
driveway along the project corridor. When possible these driveways will be
defined in a tabular format. Unique driveways will require individual details
defining there construction.
4. MISCELLANEOUS DETAILS - Miscellaneous detail sheets will be developed
for the project. The sheets will depict details required that are not defined in
standard detail sheets. When possible City, TxDOT Statewide or TxDOT Austin
District standards will be used for the project development.
5. TREE PROTECTION PLAN AND MISCELLANEOUS DETAILS — The
Engineer shall identify trees within the project limits to be preserved. The
Engineer shall coordinate with City staff in the development of the miscellaneous
details associated with the tree protection plan.
FUNCTION CODE 161 (HYDRAULIC DESIGN)
The Hydraulic Design Services will continue all studies and documentation required for
the various regulating authorities identified in (Phase 1). The design details of the
preferred permanent BMP, as identified in (Phase 1), will also be included. Drainage
sheets for the construction plans will include:
Exhibit "B", Page 5 of 13 Pages
BRIDGE HYDROLOGY AND HYDRAULIC ANALYSIS
1. BRIDGE HYDRAULICS — The Engineer will review the models created for the
proposed 250' bridge option and make adjustments as needed (original models
were prepared in 2003). In addition, the Engineer will develop a model to take
into account the anticipated filling in of the floodplain, up to the limits of the
floodway, directly upstream of the proposed structure.
2. FFEMA FLOODPLAIN EVALUATION — The Engineer will coordinate findings
of the hydrology and hydraulics analysis through the City and with the local
floodplain administrator.
3. CONDITIONAL LETTER OF MAP REVISION (CLOMR) — The Engineer will
prepare and process a CLOMR through the Federal Emergency Management
Agency (FEMA). Preparing the application will include completing the MT -2
(Forms 1 — 3) and the Payment Information Form. Processing the application will
include: submittal, address comments and re -submittal. A separate LOMR will
be required once the project is built to actually change the maps. Preparation
and submission of the LOMR will be a separate scope of work.
4. BRIDGE HYDRAULIC DATA SHEET — The Engineer will prepare the bridge
hydraulic data sheet summarizing findings of the hydrology and hydraulics
analysis for inclusion in the construction documents. The sheet shall include the
drainage boundaries for Onion Branch.
SCOUR ANALYSIS
1. The Engineer will conduct a scour analysis of the Onion Branch crossing for
contraction scour conditions and local scour of piers and abutments and will
provide estimates of the total scour depth for use in the design process. This
analysis assumes natural soils under the bridge.
STORM SEWER DESIGN
1. INTERIOR DRAINAGE AREA MAPS - Interior drainage area maps will be
finalized at a scale of 1"=100'. 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. RUN-OFF AND INLET COMPUTATIONS - Run-off to each inlet and inlet
hydraulic information will be calculated in accordance with TxDOT's Hydraulic
Manual and shown on the run-off and inlet computation sheets in WinStorm or
Geopak format.
3. STORM SEWER COMPUTATIONS - Storm sewers will be analyzed and
computations will be prepared for the storm sewer design in WinStorm or Geopak
format.
4. DRAINAGE PLAN AND PROFILES - Drainage plan and profile sheets will be
completed depicting locations of inlets, manholes, storm sewers, culverts, utilities,
channel improvements, and ditch locations and flowlines as required. These
sheets will be prepared at a scale of 1"=100'. Storm sewer profiles will be
prepared at a scale of 1"=100' H and 1"=10' V. Storm sewer profiles will show
Exhibit "B", Page 6 of 13 Pages
pipe size and type, slope, existing and proposed ground lines above the pipe,
pertinent hydraulic information, and locations and sizes of inlets and junctions.
5. LATERAL PROFILES - Lateral profile sheets will be developed for the project
storm sewer systems. These sheets will be developed at a scale of 1"=100' H and
1"=10' V.
6. DRAINAGE DETAILS - The Engineer shall provide drainage details for "non-
standard" structures in instances where City and/or TxDOT standard details
cannot be utilized.
7. TRENCH PROTECTION DETERMINATION - The Engineer will identify areas
of the storm sewer culvert construction that will require trench protection or
special shoring.
SW3P AND EROSION CONTROL
1. EROSION CONTROL PLANS - Erosion control plans will be prepared for the
length of project. Temporary storm water management devices will be needed to
minimize the sediment runoff during construction of this project. The anticipated
design components to be utilized on this project are silt fence, sand bags, rock
filter dams, sediment traps, and construction exits. One temporary erosion control
plan will be developed with notes that indicate that the contractor is responsible
for phasing the devices along with the construction sequencing. Permanent
erosion control measures will be included on these sheets as well.
2. SW3P - A Storm Water Pollution Prevention Plan (SW3P) will be prepared in
accordance with TCEQ regulations. These sheets will consist of narrative sheets
that summarize erosion control measures.
3. EROSION CONTROL DETAILS - Erosion control details will be prepared for
any related items that are not covered by City and/or TxDOT standard details.
WATER QUALITY AND DETENTION
1. WATER QUALITY — The Engineer will conduct hydrologic studies to determine
the discharges, and will perform the hydraulic design required for the proposed
sizing of two (2) sedimentation/filtration ponds. The selected BMP will be sized
in accordance with all applicable requirements and will reduce the increase in
total suspended solids (TSS) load associated with development by at least 80%.
The ponds will be designed in accordance with the latest version of the Texas
Commission on Environmental Quality — Edwards Aquifer Technical Guidance
Manual.
2. WATER QUALITY (STRUCTURAL DESIGN) — (Not Included in this Scope)
The Engineer will develop the structural design and details required for two (2)
sedimentation and filtration ponds proposed for the project. A supplemental
agreement will be issued for these services once the pond design is substantially
complete. The plan sheets to be developed for each pond will include the
following: Sedimentation/Filtration Retaining Wall Layout and
Sedimentation/Filtration Retaining Wall Reinforcing Details. The
Sedimentation/Filtration Retaining Wall Layout will consist of a plan view of the
proposed pond that identifies retaining walls, provides retaining wall areas,
provides a table of elevations and includes pond/wall dimensions. The
Exhibit "B", Page 7 of 13 Pages
Sedimentation/Filtration Retaining Wall Reinforcing Details will consist of a
retaining wall typical section, retaining wall design heights, retaining wall
properties, reinforcing details and a reinforcing steel schedule.
WATER POLLUTION ABATEMENT PLAN (WPAP) AND ORGANIZED SEWAGE
COLLECTION SYSTEM PLAN (OSCSP)
1. GEOLOGICAL ASSESSMENT — The Engineer will conduct field assessment of
the proposed upgrade of Chisholm Trail Road and Chisholm Parkway,
encompassing the project roadway/ROW and including a 50 -ft buffer outside both
ROW limits, plus two water -quality ponds along Onion Branch. Work products
will include report, maps, and tables required for a Geologic Assessment, per
Edwards Aquifer Rules of the Texas Commission on Environmental Quality
(TCEQ).
2. WPAP DEVELOPMENT — The Engineer will develop the WPAP for submittal to
the Texas Commission on Environmental Quality (TCEQ). Drainage Area Maps,
Total Suspended Solids Calculations, Load Removal Summary and Water Quality
Pond Calculations will be generated for use in the development of the WPAP.
FUNCTION CODE 162 (SIGNING AND PAVEMENT MARKINGS)
SIGNING AND PAVEMENT MARKINGS
1. SIGNING AND PAVEMENT MARKING LAYOUTS - Pavement marking
layouts will be prepared at a scale of 1" = 100'. These layouts will depict striping
and delineator type and location, as well as MBGF location, lengths, and end
treatments. Each sign will have a corresponding number that will relate that sign
to the sign summaries.
2. SMALL SIGN DETAILS - Detail sheets for small signs will be prepared for non-
standard signs. This sheet is intended to show the overall dimensions of the signs
by determining letter size and spacing. Details will not be to scale.
FUNCTION CODE 163 (MISCELLANEOUS ROADWAY PLANS)
Miscellaneous roadway includes the final assembly of the construction plans,
specifications and estimate, traffic control plans, illumination layouts, preparing the bid
documents, review and recommendation for award of contract.
The plans, specifications and estimate will include all necessary details required for
construction. Standard drawings will be used (City, TxDOT, and/or the City of Austin) to
every extent possible. Miscellaneous Roadway Plans will include:
MSE RETAINING WALLS
1. RETAINING WALL LAYOUTS - The Engineer shall prepare retaining wall
layouts at a max scale of 1"=40'. The layouts will show plan and profile views of
the retaining wall.
2. RETAINING WALL BORING LOGS — The Engineer shall prepare retaining
wall boring log sheets.
Exhibit "B", Page 8 of 13 Pages
3. RETAINING WALL HORIZONTAL ALIGNMENT DATA — The Engineer
shall prepared horizontal alignment data sheets summarizing the alignment data
for all proposed retaining walls.
4. RETAINING WALL TYPICAL SECTIONS — The Engineer will prepare typical
sections for all proposed retaining walls.
5. RETAINING WALL GLOBAL STABILITY — The Engineer will use the STABL
and the UTEXAS computer programs to analyze the walls for stability.
TRAFFIC CONTROL PLAN
1. SEQUENCE OF CONSTRUCTION - A detailed narrative for the sequence of
construction will be prepared and submitted to the State for review and
incorporation into the plans. The narrative will include a phase -by -phase, step-
by-step written account of the proposed activities throughout the construction
process. This is intended to be a narrative account of the activities shown in the
traffic control plan layouts.
2. TCP TYPICAL SECTIONS - Traffic control typical sections will be prepared for
each stage of the construction sequence to clearly delineate the position of the
existing traffic with respect to the proposed construction. Temporary traffic
barriers and pavement markings will also be shown and dimensioned.
3. TRAFFIC CONTROL PLANS - Detailed traffic control plans will be prepared at
a scale of 1" = 100'. These plans will be developed based on the City's approval
of the conceptual plans developed at the schematic design level. This plan will
describe the maintenance of traffic and sequence of work for each phase of the
proposed construction. Detour alignments, location of work areas, temporary
paving, temporary shoring, signing, barricades and other details will be required
to describe the traffic control plan. The Engineer will be required to ensure that
proper drainage can be maintained during each phase of construction.
4. DETOUR LAYOUTS - Detour layouts will be prepared showing plan & profiles
where required to define the geometry for detours required in the traffic control
plans. When widening is required that can be defined based on existing pavement
slopes, a detour profile will not be prepared. These layouts will be prepared at a
scale of 1"=100' H and 1"=10' V.
5. TCP DETAILS - Traffic control details will be developed for items not covered
by standard drawings.
6. SAFETY REVIEW MEETING - The Engineer will attend one meeting to present
the traffic handling scheme to the City. The Engineer will be responsible for
incorporating the City's comments in the traffic control plans. Following the
safety review meeting, a public meeting will be held to present the proposed
sequence of construction to the public. The Engineer will update the mailout list
prepare during the initial public meeting and provide the necessary exhibits for
the public meeting.
7. CONSTRUCTION SCHEDULE - An Engineer's opinion of construction
schedule will be computed in order to determine an approximate duration for each
of the phases of construction. The schedule will be prepared using SureTrak.
Exhibit "B", Page 9 of 13 Pages
ILLUMINATION
1. STREET LIGHTING - The Engineer will design street lighting within the project
limits using arterial roadway design criteria (i.e. 200 — 250' spacing with 250 watt
HPS lamp). The illumination layouts will identify the types of luminaries, poles,
wiring, etc.
2. ELECTRICAL CIRCUIT PLANS - The Engineer shall provide electrical circuit
plans and details for the roadway lighting systems within the project limits.
3. POWER SOURCE IDENTIFICATION - The Engineer will coordinate with the
utility provider and the City in identifying the power sources, conduit runs, etc.
and will show them on the project plans.
WATER/WASTEWATER
1. MEETINGS - The Engineer will attend a maximum of 16 meetings with the City
to discuss the status of the project and/or review comments. The meeting are
divided among:
a) Design Submittal Progress Meetings — 1 meeting each following the 30%,
60%, 90% and 100% submittals.
b) 12 utility meetings organized by the City and described under Function
Code 130.
2. ROUTE/SIZE COORDINATION — The Engineer will meet with City staff to
determine the desired location and coordinate the water line diameter for the
proposed facilities. It is assumed the City will provide the required design flows
for the wastewater facilities and no modification will be required to the
wastewater lines in South Industrial and North Industrial Boulevards.
3. EXISTING SERVICE CONNECTION COORDINATION — The Engineer will
work with the City of obtain site plans for existing tracts along the alignment to
determine the quantity and locations of existing water and wastewater
connections. It is assumed that the Engineer will make a formal request for
existing site plans and the City will research and provided the requested plans.
4. CONSTRUCTION DRAWINGS — The Engineer will prepare utility plan and
profile sheets (estimated at 27 plan sheets). Additionally, utility details sheets
will be prepared as needed.
5. TECHNICAL SPECIFICATIONS — The Engineer will submit for inclusion into
the Contract Documents pertinent City Standard Specifications and Special
Provisions as necessary.
6. PERMITTING — The Engineer will prepare and submit an Organized Sewage
Collection System Plan to the Edwards Aquifer Protection Program. It is
assumed that all TCEQ review and permitting fees will be paid by the City.
7. BID PHASE — Services include attending the Pre -Bid conference and assisting
with preparation of the required addenda.
8. CONSTRUCTION PHASE — Services include attending the Pre -Construction
conference (1 meeting), attending construction progress meetings (10 meetings),
preparing RFI responses, reviewing applicable submittals and preparing as -built
plans from contractor's red -line drawings.
Exhibit "B", Page 10 of 13 Pages
UTILITY LAYOUTS
1. UTILITY LAYOUTS — The Engineer shall develop existing utility layout sheets
for inclusion in the plans. The sheets shall be updated to include the location of
relocated facilities as relocation efforts progress and up until the final PS&E
package is submitted to the City.
QUANTITIES/SUMMARY SHEETS
Quantities will be calculated and tabulated on individual summary sheets for each of the
following and as necessary to bid this project.
1. Traffic Control (per each phase)
2. Earthwork
3. Roadway
4. Retaining Walls
5. Bridge
6. Removal
7. Pavement markings
8. Small Signs
9. Illumination
10. Erosion Control and SW3P
11. Drainage related items including inlets, manholes and storm sewer pipes
STANDARDS, SPECIFICATIONS AND ESTIMATE
1. STANDARDS - The Engineer will download the appropriate City and TxDOT
standards for the project from the applicable web site. Standards that require
modification will be adjusted 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.
2. SPECIFICATIONS - A tabulation of applicable specifications, special
specifications and special provisions will be prepared for submission with the
final PS&E package.
3. GENERAL NOTES - The Engineer will review general notes provided by the
City for applicability to the project. The Engineer will mark-up a set and return it
to the City for their review and approval.
4. OPINION OF PROBABLE CONSTRUCTION COST - An engineer's opinion of
probable construction cost will be prepared at the 60% submittal and prior to final
PS&E submittal, and supplied to the City in Microsoft Excel format.
This item also includes preparation of the bid documents, assisting the City of Round
Rock by distributing sets of bid documents to Contractors, evaluation of bids or proposals
and awarding contracts by assisting with the bid opening and tabulation of the bid
documents.
Exhibit "B", Page 11 of 13 Pages
FUNCTION CODE 170 (BRIDGE DESIGN)
PRELIMINARY BRIDGE LAYOUTS AND TYPICAL SECTIONS - The currently
proposed bridge is located at the Onion Branch crossing. The approximate length of the
bridge is 250'. There are three (3) anticipated bridge spans utilizing B34 box beams.
The bridge width is 76'. A preliminary bridge layout will be completed for this structure
in accordance with TxDOT's Bridge Design and Detailing manuals. The following is a
summary of tasks associated with the development of the bridge layouts and typical
sections:
1. Preliminary Typical Sections for the bridges will be completed.
2. Bridge layout sheets shall have the same vertical and horizontal scale, and shall
follow all of TxDOT's Bridge Division and Design Division policies,
specifications, and procedures.
3. The bridge layout shall be in conformance with TxDOT's Bridges and Structures,
Operation and Planning Manual and the Bridge Detailing Manual.
The Bridge layouts in Plan View shall contain the following information:
a) Horizontal curve information or bearing of centerline
b) Including horizontal, vertical and template information of all roadways or
railroads crossed
c) Bearing of centerline or reference line
d) Skew angle(s)
e) Slope for header banks and approach fills
f) Control stations at beginning and ending of bridge (with deck elevation)
g) Approach pavement and crown width
h) Bridge roadway width and curbs, face of rail, and sidewalks
i) Approach slab and curb returns
j) Limits and type of riprap
k) Proposed features under structure
1) Location of profile grade line
m) North Arrow
n) Typical bridge roadway section including preliminary proposed beam types
and spacings
o) Cross slope and superelevation data
p) Minimum horizontal and vertical clearance
q) Location of soil core holes (station and offset)
r) Bent stations and bearings
s) Retaining wall locations
t) Traffic flow directional arrows
u) Railing types shown
v) Joint types and seal size, if used
w) Beam line numbers consistent with span details
x) Critical horizontal clearances (location of railroad tracks, nearby structures
and utilities
Exhibit "B", Page 12 of 13 Pages
Bridge Layouts in Elevation View should contain the following:
a) Type of foundation and type of railing
b) Finished grade elevations at beginning and end of bridge
c) Overall length of structure, length and type of spans and units
d) Minimum calculated vertical clearance(s)
e) Existing and proposed ground lines clearly marked
f) Standard Title Block, grid elevations and stations
g) Profile grade data and bent numbers encircled
h) Type of riprap and soil core hole information with penetrometer test data
i) Fixed/expansion condition of all bents
j) Column "H" heights
k) Number, size and length of foundations
Additional layout requirements for waterway structures and bridge classification
culverts:
a) Design and 100 year peak discharges
b) Design and 100 year high water (HW)
c) Natural and through bridge velocities for design and 100 year floods
d) Calculated backwater for design and 100 year floods
e) Direction of flow for waterway crossings
f) Contours for water crossing
The Engineer shall develop bridge layouts from the schematic and submit an 80%
complete layout to the City within 60 days of commencing PS&E activities to provide
ample review and design time.
BRIDGE DESIGN — The Engineer will provide designs and structural detail plan sheets
for the identified bridge. The following plan sheets will be included:
1. Completed Bridge Layouts and Typical Sections
2. Foundation Layouts (as needed)
3. Table of Estimated Quantities
4. Abutment Details
5. Interior Bent Details
6. Superstructure Details
7. Modified TxDOT Standards as needed
8. Applicable TxDOT Structural Standards
FUNCTION CODE 190 (PROJECT MANAGEMENT)
The work effort and the management for the project included in this contract will be
conducted in the Engineer's office in Austin, Texas. At a minimum, monthly progress
reports will be submitted, which will detail on-going work as well as work accomplished
since the previous report. Additional project management duties will include the
following:
1. Development and implementation of QA/QC plan
2. Coordination with the project engineer for the Sam Bass Road intersection project.
3. Coordination with the sub -consultants and all project resources
Exhibit "B", Page 13 of 13 Pages
Exhibit C
Work Schedule
Attached Behind This Page
EXHIBIT "C"
a
0
z
0 O
rz Q
O�
a�
m�
J
0
N CO
LU x
0 C)
0
C - WORK SCHEDULE
m
2
W
E
a)
I-
0
w
c c 05O . a)
N - 5 -) <
-a a.)
a o v) a) E tY
U 1—
o -1 CO M c 0
0 = Q. vi o a)
L6 °6 a0i 0
c 0 a)..
Ce a) v) .: c W c
a w p c N O CO
o ca a? .a a) o� O W 0 0 a
U a) a) 0 co a'a o
cc ~ uiE caa))u)'ac0cp
co o c ow m E w o.E� =
0
me 3 Y o o E 1)"0 E
a) a as cid Cll V u) aa)) c N co 1-0"--
Z� OJ a. p�0 L®
a) "0 c
�;g c c� c >°tS � cp aa)—
ac) o'vOi�'c� y c c °p a)�
2a)a)O w� ii_ oil.
p
0 c np�0 vip >V 0.
Z LO c -O05 (n a) a)
O ._ O a) y 'c o
ET.. o a) 0 p
•
w U�
Q o a)pm co j.N
J1li
c;nui
ai
o� a�.
aa) m 0mif' 12. II ■
a) b Nc �
0oO ac) rn
CD
p a
C V N Ta C.9 m
a)) c
WDLL.
co
it c6
I
v) a
c .>
o a)
TA a) Ce
W > c 2 1
J O
a) Cl- (1) ,
Lots E c
co c aa)) i=E
as din c U
-0) a) 0 o
aoes
.5 06
5 o v)
6 Z w c
i 0 w 0 a-
"6 > sae
00 •,-: a0
E0 E o E
R
E
NN 0 to c C)
p d c 5 •
O @ U O c
O
O
a
w
rn
co
O
a
w
0)
O
O
0
U
0
0
rn0
O O
Z U
w
o�
co
0
z
N
CO
0
U
0
O
>
0
Z
co
O
U
w
p
L)
O
0)
0
Q
M
0)
0
z
ti
N
w
0
0
N
0)
0
m
w
LL_
O
T
a)
O
m
w
LL.
M
O
0)
0
M
a)
O
z
O
0)
0
J
r
N
CO
0
a
w
to
CO
0
OO
00
(f) CY)
T T
co oo
h -
O
M
0
0
N
O
0
1-
U
0
M
O
M
CO
O
U
0
M
O
co
O
F-
U
0
M
O
co0
N
co
0
N
O
CO 00
0 0
LU LLI
0 O 0
O
O
N
O
0
U
W
p
O
O
M
0)
0
z
O
N
O
0)
O
co
N
LO
(C)
0)0)
0 0CC Ce<
'4' '-
0 O
0
0)
0
W
LL.
O
N
O
N
O
1.0
0 (f)
M
O
N
(o dr
N
O
M
Lc)
O
N
O
T
0 0
T N
O
M
O
O
(C)
0 0
0
L0
N
O
U•)
O
a
0
c
p
N
TO
co
a
0
U
-o
as
0
c
0
0
N
a
C
c
0
(a
c
0
O
O
U
0
C
c
U
L
c
0
U
0
0
0
a
m
0
a)
c
O
c9
c
a
y
a)
0
0
a)
0
M
c
O
U
a)
0)
0)
O
U
a
.N
0
0
(a
0
Q
0 iii—
as
E m
w Ce
7)G°y!
U
70
m
c 0)
a a))
N 0
a)
p
i>,'" -
coToc
N it
Tu.
c_Z a)
LL_ p
w
a)
a)
L
0)
c
ns
d
v
a)
a)
0
O
a
0
>
0
a)
O
c
c
0
0
co
c
0
0
to
0)
2
U
0
.N
a)
0
a))
0
Q
c
J
E
H
c
0
U
2
N
c
0
U
a)
a
O
>
a)
0
0
0)
0
a
a
0
(0
(a
c
0)
a)
cn
(a
a
v
0
p
O
c
a)
a
0
>
p
c
c
0
U
w
c
0
0
w
0
2
U
c
a
N
a)
p
Q)
cC
a
a)
J
H
0
c
0
0
oes
(/)
w
vi
a)
E
-c)
a
0
O
O
0
N
O
O
M
O
0 0
0 0
T T
0
CO
O
0
O
T
0
CO
O
0
0)
O
a-
0 0
V"'
0
T
O
N
O
Cr)
O
O
N
O
N
O
N
00
0 0
N N
(00 0
O p O
N rn M
O_
O
M
O
N
O
Cr)
O
M
O
M
O
O
M
v)
3 c
O a3
•5 a
O
J c
E
o D E
p,
otf o �
cc
n J
oz a)
z .,...
O) LL.
�a 0
Ez
Q c
0 Q c
Z
LL
(0nw 0
0 D 0
M 0_ Nr
O)
O
-J
CO
N
w
O
-J
O
0
ca)
J
1—
c
c
O
0
060)
wcri
1(71
E
0)
a)
(a
n
O
tel'
w
0
J
CO
N
rn
O
-J
N
N
11)
U)
O
N
0
0)
0
0
0)
O
J
O
N
0)
O
0
0)
0 0
O
O
M
O
0
Submit Final Plans & Documents
O
O
Exhibit D
Fee Schedule
Attached Behind This Page
EXHIBIT "D"
EXHIBIT D FEE SCHEDULE
City of Round Rock
Chisholm Trail/Chisholm Parkway
Resolution No. R -XX -XX -XX -X)00(
DIRECT
OVERHEAD
TOTAL
FIXED FEE
TOTAL
LABOR COSTS:
LABOR
144.00%
LABOR+OVHD
11.00%
COST
F.C. 110 ROUTE AND DESIGN STUDIES
$ 1,295.00
$ 1,864.80
$ 3,159.80
$ 347.58
$ 3,507.38
F.C. 120 ENVIRON. STUDIES & PUBLIC INVOLVEMENT
$ 3,930.00
$ 5,659.20
$ 9,589.20
$ 1,054.81
$ 10,644.01
F.C. 130 ROW and Utility Coordination
$ 4,608.00
$ 6,635.52
$ 11,243.52
$ 1,236.79
$ 12,480.31
F.C. 351 DESIGN VERIFICATION, CHANGES & ALTERATIONS
$ -
$ -
$ -
$ -
$ -
F.C. 160 ROADWAY DESIGN CONTROLS
$ 42,622.50
$ 61,376.40
$ 103,998.90
$ 11,439.88
$ 115,438.78
F.C. 161 DRAINAGE
$ 50,115.50
$ 72,166.32
$ 122,281.82
$ 13,451.00
$ 135,732.82
F.C. 162 SIGNING, MARKINGS, AND SIGNALIZATION
$ 5,547.00
$ 7,987.68
$ 13,534.68
$ 1,488.81
$ 15,023.49
F.C. 163 MISCELLANEOUS (ROADWAY)
$ 40,393.50
$ 58,166.64
$ 98,560.14
$ 10,841.62
$ 109,401.76
F.C. 170 BRIDGE DESIGN
$ -
$ -
$ -
$ -
$ -
F.C. 190 PROJECT MANAGEMENT & ADMINISTRATION
$ 20,544.00
$ 29,583.36
$ 50,127.36
$ 5,514.01
$ 55,641.37
TOTALS
1 $ 169,055.50
$ 243,439.92
$ 412,495.42
$ 45,374.50
is W 457,869.92
DIRECT COSTS:
EXPENSES:
UNIT
RATE
QUANTITY
TOTAL
Final Ortho -photography Plots
SF
$ -
$ -
Reproduction
SF
$ -
$ -
Mileage
Mile
$ -
$ -
Airline Flights
EA
$ -
$ _
Per Diem
Day
$ -
$ _
Mail & Deliveries
EA
$ -
$ -
$ -
$ -
$ -
TOTAL EXPENSES
$ -
SUB -CONTRACTS:
TASK
TOTAL
Blanton & Associates
Environmental Support
$ 41,176.00
McGray & McGray
ROW Maps & Design Surveys
$ 71,478.00
Aguirre & Fields
Bridge Design & RW Global Stability
$ 67,570.98
Woodruff Geological Consulting
Geological Assessment
$ 8,800.00
K Friese & Associates
W/WW Design
$ 85,158.00
TOTAL SUB -CONTRACTS
$ 274,182.98
TOTAL DIRECT COSTS
$ 274 182.98
TOTAL COST 1
$ 732,052.90
Rodriguez Transportation Group, Inc Exhibit D
FEE ESTIMATE
CHISHOLM TRAIL 2008
EXHIBIT "D-1„ CITY OF ROUND ROCK
Environmental Services
1...._BLANTON & ASSOCIATES. INC.
00000
iv
N
519.0
$38,808.001
$38,808.00
PROJECT TOTAL BLANTON
$38,808.00
$2,368.00
to
mauM
A
e.aa
$55.00
ADMIN
CLERICAL
CO
e.
V N GD
N e-
CD 000
— 6
A
0 0
O C
co OD
r r
$55.00
CARTOGRAPHER
co O
e- Y
CO CO
e.
18
98.0
$5,390.00
$5,390.00
$65.00
TECHNICIAN
V
N
CO
40
72.0
$4,680.00
$4,680.00
$50.00
SCIENTIST I
CD
40
48.0
$2,400.00
$2,400.00
$75.00
SCIENTIST II
N
M
32.0
$2,400.00
$2,400.00
$85.00
PROJECT
MANAGER
CO CD.CO
e- a0
000
0 0 0
(0 11
O D
0349
TOTA
1CD
h
4.3
N
O
O
C3
(0
49
$280.001
00
Cl
0A
f
OO
a O c 0
7
0
49
DIRECT COST TOTAL $2368.00
$120.00
SR PROJECT
MANAGER
CO CD
0
2
86.0
$10,320.00
$10,320.00
1 QUANTITY
350.00
M
40
ID N
N 0
200
$134.00
PRINCIPAL
— •t
,.
1
7.0
$938.00
$938.00
UNIT PRICE
1D
0
(4
O
O
O
0D
4)
O
O
1n
CD
p
00
N
40
O O
N
N O
49 4!
O
0
4D
Environmental Services
Waters of the US Issues
USACE Permitting
T&E Species
Antiquities Permit and Letter Report for Archeology
Survey for Archeological Resources, if necessary
MANHOURS
DIRECT SALARY
SUBTOTAL FUNCTION CODE 120
DIRECT COSTS
Mileage Field Reviews
Trenching For Archeology ($600 per day)
Per Diem
PLOTTING DIGITAL OTHO PLOTING (SF)
11" X 17" Color Copies
8 1/2" X 11" Color Copies
8 1/2" X 11" B&W
Blanton Associates, Inc.
July 25, 2008
Page 1
of 3 Pages
McGRAY & McGRAY
LAND SURVEYORS, INC.
Robert Carrillo
Rodriguez Transportation Group
11211 Taylor Draper Lane
Suite 700
Austin, Texas 78759
(512) 231-9544
VIA E-MAIL
rcarrillo@rtg-texas.com
RE: Third Revised Proposal for Supplemental Services for the Chisholm Trail
Project. (Corrected)
Mr. Carrillo:
We appreciate the opportunity to provide you with this third revised proposal for the
above referenced project. As you know the work done for this project was done in
2003. Since that time there have been a few changes in both physical features and
land ownership. This proposal is a supplemental proposal to our October 9, 2002
revised proposal. The intent of this proposal is to both cover new tasks but to also get
us to verify that there are no changes to our previous work. The following represents
our understanding of the scope of services and our fee proposal:
Scope of Services:
Survey Control:
1) Find and verify original project control as set up in 2003. Re-establish control
if needed.
Right -of -Way Surveying and Mapping:
1) Perform research at Williamson County Appraisal District and courthouse to
update our existing files with current land ownership.
2) Obtain right -of -entry to access needed properties for verification of property
corners and for locating any new corners.
3) Perform field reconnaissance to verify all property corners and monuments
found in 2003 still exist and are in there original locations as previously
surveyed. Will locate or relocate any new or revised corners.
4) Re -analyze existing boundaries based on current monument locations and new
or revised deeds.
GERALD L. McGRAY RPLS
3301 HANCOCK DRIVE. SUITE 6
AUSTIN. TEXAS 76731
(512] 451-8591 FAX (512] 451-8791
JUDITH J. McGRAY RPLS
EXHIBIT "D-2"
Page 2 of 3 Pages
Mr. Carrillo
July 25, 2008
Page 2 of 3
5) Prepare an additional 11 parcel plats and descriptions and show those on the
accompanying ROW strip map described in the Phase 1 scope of services.
6) Prepare plats and descriptions for 5 construction easements.
Design Surveys:
1) Field survey driveways that have been added to the existing roadway since the
original field survey.
2) Field survey a maximum of 20 locations (such as signs, existing water quality
facilities) etc. as directed. Locations shall be determined, as needed, by the
design engineer.
3) Field survey existing utilities, as needed but not to exceed 20 locations.
Subsurface Utility Exploration (SUE) will be conducted by others.
4) Locate existing FEMA benchmark and run levels to existing project control.
Fees:
Field Crew (3 man):
RTK Field:
Research:
GPS Processing:
Tech:
Sr. Tech:
Field Coordinator:
RPLS:
Manager:
Reimbursables:
80 hrs. @ $143.00/hr =
64 hrs. @ $210.00/hr =
20 hrs. @ $ 63.00/hr =
9 hrs. @ $ 92.00/hr =
400 hrs. @ $ 76.00/hr =
60 hrs. @ $ 88.00/hr =
8 hrs. @ $ 90.00/hr =
54 hrs. @ $125.00/hr =
8 hrs. @ $145.00/hr =
Subtotal=
Maps, Deeds, Etc.
TOTAL
$ 11,440.00
$ 13,440.00
$ 1,260.00
$ 828.00
$ 30,400.00
$ 5,280.00
$ 720.00
$ 6,750.00
$ 1,160.00
$ 71,278.00
$ 200.00
$ 71,478.00
* The above referenced fee is in addition to the balance of our previous
work authorization from 2003.
We estimate it will take approximately 10 to 12 weeks (weekends and holidays
excluded) from notice to proceed to provide fmal product to you for items listed in the
survey scope, weather and circumstances beyond our control permitting.
EXHIBIT "D-2"
Page 3 of 3 Pages
Mr. Carrillo
July 25, 2008
Page 3 of 3
We will invoice time and materials actually used for this survey. As we get into this
survey we may allocate our resources slightly differently, but we will not exceed the
proposed fee without authorization from you and/or the City of Round Rock. Time
printouts will be included with the invoice.
If you think we have omitted any service you require or misinterpreted your request,
please call. We will be ready to begin this project as soon as we receive notice to
proceed. Please call me or Chris Conrad if you have any questions. We look forward
to working with you on this project.
Sincerely, Authorized to Proceed by:
Judith J. McGray, LS
President Signature Date
JJM/CIC:wjb Print Name
1 Structural I EIT I Engr. I Admin. I Total
Engineer Tech
IMO
IIIIIIIIIIIIIIIIIIIIIIIIIIIIII
iiiiiiiiiooiiiiuuiiiiiiii:
101111111011H01111
12
12
14
12 12 14 I eon
iiiii
24 24 28 80
6 7
6 20
7I 7 I80l Ila1
iiiiiiiiiii
22
22
25
72
29 29 34 I
IF
14 I 14 I 17 , I 48
209 I 191 223 0 684
it
iii
223
325.50
i;.
'
'
Task Units Quantity MH/Unit Sr. Project I Sr. StructuralProject
Manager L Engineer I Engineer
111111111111111111111111111111
111111111111011111111111111BliiiileiliiiiIN
! 0
,.cV,ow ,. ccnngs tangmeerl I Meetings I 4 I 4 8
c. Continent Response LS J 1 12 6
d Invotang, Schedule, Monthly Repot 1S 1 12 12
Subtotal Project Management 30
2. Bridge Design (Onion Branch Bridge)
_
'''
, lypilal aecnon for linage Layout I LS I I I 20 1 l
d Quantity Summary and Bearing Seat Elevations J Sheet 20 1
.
I
g. unalur Dent vestgn I Sheet I 1 2 40.... 4
h Beam Layout Sheet Sheet 1 20 1
1. Prestressed Concrete Beam Unit Sheet Sheet 1 28 2 - 1
j. Prestressed Beam Design & Beam Design Sheet Sheet 1 24 2
k Standards LS 1 16I
Subtotal Bridge Design (Onion Branch Bridge) 21
3. Construction Phase Services I I
,
5
Iausmral I.OnStructlOn Phase services { I I 7
4. Retaining Wall Design"
a. Global Stability Analysis LS 1 48 3
117,.
!
.,_ ,
.
0
:
,11111110111111
-1
1IIIiiiIiIIIIOIIHIHIIIIiIIIIIIi
1 °tat All runction Codes
Rate
7°
0
20.
e
0
da
W
a
ry�
3
2
Function Code Summary
00
F.C. 170 - Bridge Design
0
CO
0
8
0
8
0
8
0
1
y
Total FEE ESTIMATE - AGUIRRE & FIELDS, LP
8
z
EXHIBIT "D-4"
PROPOSAL
23 January 2008
to: Robert Carrillo, P.E.
from: Charles M. Woodruff, Jr., Ph.D., P.G.
re: Chisholm Trail Geologic Assessment
The proposed work is to conduct field assessment of proposed upgrade of Chisholm Trail
(1.1 mi.) and Chisholm Parkway (0.17 mi.), encompassing project roadway/ROW and
including 50 -ft buffer outside both ROW limits, plus two water -quality ponds along
Onion Branch. Work products will include report, maps, and tables required for a
Geologic Assessment, per Edwards Aquifer Rules of Texas Commission on
Environmental Quality (TCEQ).
Approximate total area to be surveyed is 29 acres (plus area of the two ponds). Proposed
work will entail survey of stereoscopic aerial photography (check availability through
McGray and McGray Surveyors) and follow-up field work by two geologists. Surveyors
will also provide base map at engineering site -plan scale showing topography and
waypoints, ROW limits, plans of water -quality ponds, and any pertinent natural or
cultural features (drainage features, buildings, fence lines, etc.; an airphoto base with
overprint of topography, ROW, etc. will suffice). TCEQ regulations require traverses at
50 -ft centers. Note that surveyors will provide (uploaded) GPS waypoints along ROW,
but only a few points will be provided along the 50 -ft buffer limit, so time will be
required to establish these limits during the geologic field work. Any "significant"
features (per TCEQ) found during survey will be downloaded from geologists' GPS units
for inclusion on surveyors' project map.
Proposed work will entail field work over 4 days (8 man -days by two geologists) and
one -day follow up/finalization of TCEQ documents. Assuming base maps are provided
in a timely fashion, work will be completed within one month (four weeks) from time of
authorization.
Budget will entail a not -to -exceed fee for services of $8,560.00 and expenses (mileage,
copying, etc.) of $240.00. Total not -to -exceed charges are proposed to be $8,800.00.
Woodruff Geological Consulting, Inc.
711 West 14th Street
Austin, Texas 78701
phone/fax: 512-480-0335
e-mail: chockw@swbell.net
EXHIBIT E
Certificates of Insurance
Attached Behind This Page
CERTIFICATE OF LIABILITY INSURANCE
PRODUCER:
USI Southwest
7600-B N. Cap, Of TX Hwv #200
Austin. Texas 78731
PhoneL5.12-451755 E-mail:
INSURED:
Rodriguez Transportation Group. Inc.
11211 Taylor Draper Lane
Austin. Texas 78759
Phone:512-231-9544 E-mail:
EXHIBIT "E"
Date: 08/15/2008
TDI number required. Please refer to the
Texas Dept of Insurance website: http://www.tdistate.tx.us/
THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations
hereinafter described, for the types of Insurance and in accordance with the provisions of the standard policies used by the companies,
and further hereinafter described. Exceptions to the policies are noted below.
CO TYPE OF POLICY EFFECTIVE EXPIRATION
LTR INSURANCE NUMBER DATE DATE
LIMITS
A GENERAL LIABILITY 61SBABY7300 03/12/08-03/12/09 GENERAL AGGREGATE $ 2,000,000
PRODUCTS-COMP/OP AGG.$ 2,000,000
PERSONAL & ADV. INJURY $1,000,000
EACH OCCURRENCE $1,000,000
FIRE DAMAGE (Any one fire) $300,000
MED. EXPENSE (Any one person)$10,000
B AUTOMOBILE LIABILITY 61 UECAG3344 03/12/08-03/12/09 COMBINED SINGLE LIMIT $1,000,000
BODILY INJURY (Per person)$
BODILY INJURY (Per accident) $
PROPERTY DAMAGE $
A EXCESS LIABILITY 61SBABY7300 03/12/08-03/12/09 EACH OCCURRENCE $2,000,000
AGGREGATE $2,000,000
B WORKERS' COMP. 61 WECJ02726 05110/08-05/10/09 STATUTORY LIMITS $
AND EMPLOYERS' LIABILITY
EACH ACCIDENT $1,000,000
DISEASE - POLICY LIMIT $1,000,000
DISEASE - EACH EMPLOYEE $1.000,000
C PROFESSIONAL LIABILITY #EONG21674345 07/22/08-07/22/09 Each Claim $2,000,000
Aggregate $2,000,000
BUILDERS' RISK INSURANCE
OR INSTALLATION INSURANCE
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS/EXCEPTIONS
The Cfty of Round Rock Is named as additional insured with respect to all policies except Workers' Compensation and Employers'
Liability' and `Professional Liability'. Should any of the above described policies be cancelled or changed before the expiration date
thereof, the issuing company will mail thirty (30) days written notice to the certificate holder named below.
CERTIFICATE HOLDER: City Manager
City of Round Rock
221 E. Main Street
Round Rock, Texas 78664
128384
00650 —1-2008
SIGNATUOF GENT LION E ' IN STATE OF TEXAS
TAO
Typed Name: ',Jim Jimmerson, Vice Pres.
Page 2
Certificate of Liability Insurance
COMPANIES AFFORDING COVERAGE
TDI
A
Hartford Lloyds Ins. Go.
38600
B
Hartford Casualty Ins. Co.
38525
C
Ace American Ins. Co.
42160
D
THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations
hereinafter described, for the types of Insurance and in accordance with the provisions of the standard policies used by the companies,
and further hereinafter described. Exceptions to the policies are noted below.
CO TYPE OF POLICY EFFECTIVE EXPIRATION
LTR INSURANCE NUMBER DATE DATE
LIMITS
A GENERAL LIABILITY 61SBABY7300 03/12/08-03/12/09 GENERAL AGGREGATE $ 2,000,000
PRODUCTS-COMP/OP AGG.$ 2,000,000
PERSONAL & ADV. INJURY $1,000,000
EACH OCCURRENCE $1,000,000
FIRE DAMAGE (Any one fire) $300,000
MED. EXPENSE (Any one person)$10,000
B AUTOMOBILE LIABILITY 61 UECAG3344 03/12/08-03/12/09 COMBINED SINGLE LIMIT $1,000,000
BODILY INJURY (Per person)$
BODILY INJURY (Per accident) $
PROPERTY DAMAGE $
A EXCESS LIABILITY 61SBABY7300 03/12/08-03/12/09 EACH OCCURRENCE $2,000,000
AGGREGATE $2,000,000
B WORKERS' COMP. 61 WECJ02726 05110/08-05/10/09 STATUTORY LIMITS $
AND EMPLOYERS' LIABILITY
EACH ACCIDENT $1,000,000
DISEASE - POLICY LIMIT $1,000,000
DISEASE - EACH EMPLOYEE $1.000,000
C PROFESSIONAL LIABILITY #EONG21674345 07/22/08-07/22/09 Each Claim $2,000,000
Aggregate $2,000,000
BUILDERS' RISK INSURANCE
OR INSTALLATION INSURANCE
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS/EXCEPTIONS
The Cfty of Round Rock Is named as additional insured with respect to all policies except Workers' Compensation and Employers'
Liability' and `Professional Liability'. Should any of the above described policies be cancelled or changed before the expiration date
thereof, the issuing company will mail thirty (30) days written notice to the certificate holder named below.
CERTIFICATE HOLDER: City Manager
City of Round Rock
221 E. Main Street
Round Rock, Texas 78664
128384
00650 —1-2008
SIGNATUOF GENT LION E ' IN STATE OF TEXAS
TAO
Typed Name: ',Jim Jimmerson, Vice Pres.
Page 2
Certificate of Liability Insurance
•
0
cn
U
X
vY :
Q �
n
g
L
E
0
0
0
M
DATE: October 1, 2008
SUBJECT: City Council Meeting — October 9, 2008
ITEM: 8D3. Consider a resolution authorizing the Mayor to execute a Contract for
Engineering Services with Rodriguez Transportation Group, Inc. for
Chisholm Trail Road Reconstruction/Parkway Extension project.
Department:
Staff Person:
Justification:
Transportation Services
Tom Martin, P.E., Director of Transportation Services
This contract will provide the necessary engineering and technical services for the preparation
of plans, specifications and estimates for the widening of Chisholm Trail Road and 850 feet of
Chisholm Parkway. Additionally, an aging waterline is to be replaced along the entire
alignment, and existing waste water lines are to be replaced along the southern one-third of
the alignment in this project. The design includes detours, grading, paving, signing, pavement
marking, delineation, construction sequencing, traffic control, illumination and drainage.
Funding:
Cost: $ 732,052.90
Source of Funds: 2001 GO Bonds
Outside Resources: N/A
Background Information:
The original contract with Rodriguez Transportation Group was approved by the City Council on
January 23, 2003. The contract included schematic design for Chisholm Trail between Sam Bass
Road and Old Settlers Boulevard and construction of Chisholm Parkway between Chisholm Trail
and the southbound IH -35 Frontage Road.
Public Comment: N/A
EXECUTED
DOCUMENT
FOLLOWS
CITY OF ROUND ROCK
CONTRACT FOR ENGINEERING SERVICES
FIRM: RODRIGUEZ TRANSPORTATION GROUP, INC. ("Engineer")
ADDRESS: 1121 Taylor Draper Lane, Suite 100, Austin, TX 78759
PROJECT: Chisholm Trail Road Reconstruction/Parkway Extension
THE STATE OF TEXAS
COUNTY OF WILLIAMSON
§
§
§
THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on
this the g - day of AAZJ e.. — , 2008 by and between the CITY OF ROUND ROCK, a Texas home -
rule municipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas
78664-5299, (hereinafter referred to as "City"), and Engineer, and such Contract is for the purpose of
contracting for professional engineering services.
RECITALS:
WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled
"Professional Services Procurement Act" provides for the procurement by municipalities of services of
professional engineers; and
WHEREAS, City and Engineer desire to contract for such professional engineering services; and
WHEREAS, City and Engineer wish to document their agreement concerning the requirements
and respective obligations of the parties;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein and other good and
valuable considerations, and the covenants and agreements hereinafter contained to be kept and
performed by the respective parties hereto, it is agreed as follows:
Engineering Services Contract Rev. 01/07
0199.7062; 144502 00064494
ST11CHSM, STO5CHEXT
4Z -0S -10-a9-0123
1.
CONTRACT DOCUMENTS
The Contract Documents consist of this Contract and any exhibits attached hereto (which
exhibits are hereby incorporated into and made a part of this Contract) and all Supplemental Contracts
(as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all
are as fully a part of this Contract as if attached to this Contract or repeated herein.
ARTICLE 1
CITY SERVICES
City shall perform or provide services as identified in Exhibit A entitled "City Services."
ARTICLE 2
ENGINEERING SERVICES
Engineer shall perform Engineering Services as identified in Exhibit B entitled "Engineering
Services."
Engineer shall perform the Engineering Services in accordance with the Work Schedule as
identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete
schedule so that the Engineering Services under this Contract may be accomplished within the specified
time and at the specified cost. The Work Schedule shall provide specific work sequences and definite
review times by City and Engineer of all Engineering Services. Should the review times or Engineering
Services take longer than shown on the Work Schedule, through no fault of Engineer, Engineer may
submit a timely written request for additional time, which shall be subject to the approval of the City
Manager.
ARTICLE 3
CONTRACT TERM
(1) Term. The Engineer is expected to complete the Engineering Services described herein in
accordance with the above described Work Schedule. If Engineer does not perform the Engineering
Services in accordance with the Work Schedule, then City shall have the right to terminate this Contract
as set forth below in Article 20. So long as the City elects not to terminate this Contract, it shall continue
from day to day until such time as the Engineering Services are completed. Any Engineering Services
performed or costs incurred after the date of termination shall not be eligible for reimbursement.
Engineer shall notify City in writing as soon as possible if he/she/it determines, or reasonably
anticipates, that the Engineering Services will not be completed in accordance with the Work Schedule.
(2) Work Schedule. Engineer acknowledges that the Work Schedule is of critical importance,
and agrees to undertake all necessary efforts to expedite the performance of Engineering Services
required herein so that construction of the project will be commenced and completed as scheduled. In
this regard, and subject to adjustments in the Work Schedule as provided in Article 2 herein, Engineer
shall proceed with sufficient qualified personnel and consultants necessary to fully and timely
accomplish all Engineering Services required under this Contract in a professional manner.
(3) Notice to Proceed. After execution of this Contract, Engineer shall not proceed with
Engineering Services until authorized in writing by City to proceed as provided in Article 7.
2.
ARTICLE 4
COMPENSATION
City shall pay and Engineer agrees to accept the amount shown below as full compensation for
the Engineering Services performed and to be performed under this Contract.
The amount payable under this Contract, without modification of the Contract as provided
herein, is the sum of Seven Hundred Thirty-two Thousand, Fifty-two and 90/100 Dollars ($732,052..90)
as shown in Exhibit D. The lump sum amount payable shall be revised equitably only by written
Supplemental Contract in the event of a change in Engineering Services as authorized by City.
Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support
the progress of the Engineering Services and to support invoices requesting monthly payment. Any
preferred format of City for such monthly progress reports shall be identified in Exhibit B. Satisfactory
progress of Engineering Services shall be an absolute condition of payment.
The fee herein referenced may be adjusted for additional Engineering Services requested and
performed only if approved by written Supplemental Contract.
ARTICLE 5
METHOD OF PAYMENT
Payments to Engineer shall be made while Engineering Services are in progress. Engineer shall
prepare and submit to City, not more frequently than once per month, a progress report as referenced in
Article 4 above. Such progress report shall state the percentage of completion of Engineering Services
accomplished during that billing period and to date. Simultaneous with submission of such progress
report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a
form acceptable to City. This submittal shall also include a progress assessment report in a form
acceptable to City.
Progress payments shall be made in proportion to the percentage of completion of Engineering
Services identified in Exhibit D. Progress payments shall be made by City based upon Engineering
Services actually provided and performed. Upon timely receipt and approval of each statement, City
shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City
reserves the right to withhold payment pending verification of satisfactory Engineering Services
performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its
determination, that tasks were completed.
The certified statements shall show the total amount earned to the date of submission and shall
show the amount due and payable as of the date of the current statement. Final payment does not relieve
Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its
negligence.
3.
ARTICLE 6
PROMPT PAYMENT POLICY
In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer
will be made within thirty (30) days of the day on which the performance of services was complete, or
within thirty (30) days of the day on which City receives a correct invoice for services, whichever is
later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law)
for payments not made in accordance with this prompt payment policy; however, this policy does not
apply in the event:
A. There is a bona fide dispute between City and Engineer concerning the supplies,
materials, or equipment delivered or the services performed that causes the payment to be
late; or
B. The terms of a federal contract, grant, regulation, or statute prevent City from making a
timely payment with federal funds; or
C. There is a bona fide dispute between Engineer and a subcontractor or between a
subcontractor and its supplier concerning supplies, materials, or equipment delivered or
the Engineering Services performed which causes the payment to be late; or
D. The invoice is not mailed to City in strict accordance with instructions, if any, on the
purchase order, or this Contract or other such contractual agreement.
City shall document to Engineer the issues related to disputed invoices within ten (10) calendar
days of receipt of such invoice. Any non -disputed invoices shall be considered correct and payable per
the terms of Chapter 2251, V.T.C.A., Texas Government Code.
ARTICLE 7
NOTICE TO PROCEED
The Engineer shall not proceed with any task listed on Exhibit B until the City has issued a
written Notice to Proceed regarding such task. The City shall not be responsible for work performed or
costs incurred by Engineer related to any task for which a Notice to Proceed has not been issued.
ARTICLE 8
PROJECT TEAM
City's Designated Representative for purposes of this Contract is as follows:
Bill Stablein
Project Manager I
Traffic Engineering Associate
Transportation Services Department
612 Commerce Cove
Round Rock, Texas 78664
Telephone Number (512) 218-3237
Fax Number (512) 218-3242
Email Address bstablein@round-rock.tx.us
4.
City's Designated Representative shall be authorized to act on City's behalf with respect to this
Contract. City or City's Designated Representative shall render decisions in a timely manner pertaining
to documents submitted by Engineer in order to avoid unreasonable delay in the orderly and sequential
progress of Engineering Services.
Engineer's Designated Representative for purposes of this Contract is as follows:
Robert Carrillo
Senior Project Manager
11211 Taylor Draper Lane
Suite 100
Austin, TX 78759
Telephone Number: (512) 231-9544, Ext. 108
Fax Number: (512) 231-9133
Email Address: rcarrillo@rtg-texas.com
ARTICLE 9
PROGRESS EVALUATION
Engineer shall, from time to time during the progress of the Engineering Services, confer with
City at City's election. Engineer shall prepare and present such information as may be pertinent and
necessary, or as may be requested by City, in order for City to evaluate features of the Engineering
Services. At the request of City or Engineer, conferences shall be provided at Engineer's office, the
offices of City, or at other locations designated by City. When requested by City, such conferences shall
also include evaluation of the Engineering Services.
Should City determine that the progress in Engineering Services does not satisfy the Work
Schedule, then City shall review the Work Schedule with Engineer to determine corrective action
required.
Engineer shall promptly advise City in writing of events which have or may have a significant
impact upon the progress of the Engineering Services, including but not limited to the following:
(1) Problems, delays, adverse conditions which may materially affect the ability to meet the
objectives of the Work Schedule, or preclude the attainment of project Engineering Services
units by established time periods; and such disclosure shall be accompanied by statement of
actions taken or contemplated, and City assistance needed to resolve the situation, if any;
and
(2) Favorable developments or events which enable meeting the Work Schedule goals sooner
than anticipated.
5.
ARTICLE 10
SUSPENSION
Should City desire to suspend the Engineering Services, but not to terminate this Contract, then
such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification
followed by written confirmation to that effect. Such thirty -day notice may be waived in writing by
agreement and signature of both parties. The Engineering Services may be reinstated and resumed in
full force and effect within sixty (60) days of receipt of written notice from City to resume the
Engineering Services. Such sixty-day notice may be waived in writing by agreement and signature of
both parties. If this Contract is suspended for more than thirty (30) days, Engineer shall have the option
of terminating this Contract.
If City suspends the Engineering Services, the contract period as determined in Article 3, and
the Work Schedule, shall be extended for a time period equal to the suspension period.
City assumes no liability for Engineering Services performed or costs incurred prior to the date
authorized by City for Engineer to begin Engineering Services, and/or during periods when Engineering
Services is suspended, and/or subsequent to the contract completion date.
ARTICLE 11
ADDITIONAL ENGINEERING SERVICES
If Engineer forms a reasonable opinion that any work he/she/it has been directed to perform is
beyond the scope of this Contract and as such constitutes extra work, he/she/it shall promptly notify
City in writing. In the event City finds that such work does constitute extra work and exceeds the
maximum amount payable, City shall so advise Engineer and a written Supplemental Contract will be
executed between the parties as provided in Article 13. Engineer shall not perform any proposed
additional work nor incur any additional costs prior to the execution, by both parties, of a written
Supplemental Contract. City shall not be responsible for actions by Engineer nor for any costs incurred
by Engineer relating to additional work not directly associated with the performance of the Engineering
Services authorized in this Contract or any amendments thereto.
ARTICLE 12
CHANGES IN ENGINEERING SERVICES
If City deems it necessary to request changes to previously satisfactorily completed Engineering
Services or parts thereof which involve changes to the original Engineering Services or character of
Engineering Services under this Contract, then Engineer shall make such revisions as requested and as
directed by City. Such revisions shall be considered as additional Engineering Services and paid for as
specified under Article 11.
Engineer shall make revisions to Engineering Services authorized hereunder as are necessary to
correct errors appearing therein, when required to do so by City. No additional compensation shall be
due for such Engineering Services.
6.
ARTICLE 13
SUPPLEMENTAL CONTRACTS
The terms of this Contract may be modified by written Supplemental Contract if City
determines that there has been a significant change in (1) the scope, complexity or character of the
Engineering Services, or (2) the duration of the Engineering Services. Any such Supplemental Contract
must be duly authorized by the City. Engineer shall not proceed until the Supplemental Contract has
been executed. Additional compensation, if appropriate, shall be identified as provided in Article 4.
It is understood and agreed by and between both parties that Engineer shall make no claim for
extra work done or materials furnished until the City authorizes full execution of the written
Supplemental Contract and authorization to proceed. City reserves the right to withhold payment
pending verification of satisfactory Engineering Services performed.
ARTICLE 14
OWNERSHIP OF DOCUMENTS
All data, basic sketches, charts, calculations, plans, specifications, and other documents created
or collected under the terms of this Contract are the exclusive property of City and shall be furnished to
City upon request. All documents prepared by Engineer and all documents furnished to Engineer by
City shall be delivered to City upon completion or termination of this Contract. Engineer, at its own
expense, may retain copies of such documents or any other data which it has furnished City under this
Contract.
ARTICLE 15
PERSONNEL, EQUIPMENT AND MATERIAL
Engineer shall furnish and maintain, at its own expense, quarters for the performance of all
Engineering Services, and adequate and sufficient personnel and equipment to perform the Engineering
Services as required. All employees of Engineer shall have such knowledge and experience as will
enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of
City, is incompetent or whose conduct becomes detrimental to the Engineering Services shall
immediately be removed from association with the project when so instructed by City. Engineer
certifies that it presently has adequate qualified personnel in its employment for performance of the
Engineering Services required under this Contract, or will obtain such personnel from sources other
than City. Engineer may not change the Project Manager without prior written consent of City.
ARTICLE 16
SUBCONTRACTING
Engineer shall not assign, subcontract or transfer any portion of the Engineering Services under
this Contract without prior written approval from City. All subcontracts shall include the provisions
required in this Contract and shall be approved as to form, in writing, by City prior to Engineering
Services being performed under the subcontract. No subcontract shall relieve Engineer of any
responsibilities under this Contract.
7.
ARTICLE 17
EVALUATION OF ENGINEERING SERVICES
City, or any authorized representatives of it, shall have the right at all reasonable times to review
or otherwise evaluate the Engineering Services performed or being performed hereunder and the
premises on which it is being performed. If any review or evaluation is made on the premises of
Engineer or a subcontractor, then Engineer shall provide and require its subcontractors to provide all
reasonable facilities and assistance for the safety and convenience of City or other representatives in the
performance of their duties.
ARTICLE 18
SUBMISSION OF REPORTS
All applicable study reports shall be submitted in preliminary form for approval by City before
any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any
final report.
ARTICLE 19
VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT
Violation of contract terms or breach of contract by Engineer shall be grounds for termination of
this Contract, and any increased costs arising from Engineer's default, breach of contract, or violation
of contract terms shall be paid by Engineer.
ARTICLE 20
TERMINATION
This Contract may be terminated as set forth below.
(1) By mutual agreement and consent, in writing, of both parties.
(2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to
perform the Engineering Services set forth herein in a satisfactory manner.
(3) By either party, upon the failure of the other party to fulfill its obligations as set forth
herein.
(4) By City, for reasons of its own and not subject to the mutual consent of Engineer, upon
not less than thirty (30) days' written notice to Engineer.
(5) By satisfactory completion of all Engineering Services and obligations described herein.
Should City terminate this Contract as herein provided, no fees other than fees due and payable
at the time of termination shall thereafter be paid to Engineer. In determining the value of the
Engineering Services performed by Engineer prior to termination, City shall be the sole judge.
Compensation for Engineering Services at termination will be based on a percentage of the Engineering
Services completed at that time. Should City terminate this Contract under Subsection (4) immediately
8.
above, then the amount charged during the thirty -day notice period shall not exceed the amount charged
during the preceding thirty (30) days.
If Engineer defaults in the performance of this Contract or if City terminates this Contract for
fault on the part of Engineer, then City shall give consideration to the actual costs incurred by Engineer
in performing the Engineering Services to the date of default, the amount of Engineering Services
required which was satisfactorily completed to date of default, the value of the Engineering Services
which are usable to City, the cost to City of employing another firm to complete the Engineering
Services required and the time required to do so, and other factors which affect the value to City of the
Engineering Services performed at the time of default.
The termination of this Contract and payment of an amount in settlement as prescribed above
shall extinguish all rights, duties, and obligations of City and Engineer under this Contract, except the
obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this
Contract is due to the failure of Engineer to fulfill his/her/its contractual obligations, then City may take
over the project and prosecute the Engineering Services to completion. In such case, Engineer shall be
liable to City for any additional and reasonable costs incurred by City.
Engineer shall be responsible for the settlement of all contractual and administrative issues
arising out of any procurements made by Engineer in support of the Engineering Services under this
Contract.
ARTICLE 21
COMPLIANCE WITH LAWS
(1) Compliance. Engineer shall comply with all applicable federal, state and local laws,
statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or
administrative bodies or tribunals in any manner affecting the performance of this Contract, including
without limitation, minimum/maximum salary and wage statutes and regulations, and licensing laws
and regulations. Engineer shall furnish City with satisfactory proof of his/her/its compliance.
Engineer shall further obtain all permits and licenses required in the performance of the
Engineering Services contracted for herein.
(2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the
Engineering Services performed hereunder. City is qualified for exemption pursuant to the provisions
of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act.
ARTICLE 22
INDEMNIFICATION
Engineer shall save and hold harmless City and its officers and employees from all claims and
liabilities due to activities of his/her/itself and his/her/its agents or employees, performed under this
Contract, which are caused by or which result from the negligent error, omission, or negligent act of
Engineer or of any person employed by Engineer or under Engineer's direction or control.
Engineer shall also save and hold City harmless from any and all expenses, including but not
limited to reasonable attorneys fees which may be incurred by City in litigation or otherwise defending
9.
claims or liabilities which may be imposed on City as a result of such negligent activities by Engineer,
its agents, or employees.
ARTICLE 23
ENGINEER'S RESPONSIBILITIES
Engineer shall be responsible for the accuracy of his/her/its Engineering Services and shall
promptly make necessary revisions or corrections to its work product resulting from errors, omissions,
or negligent acts, and same shall be done without compensation. City shall determine Engineer's
responsibilities for all questions arising from design errors and/or omissions. Engineer shall not be
relieved of responsibility for subsequent correction of any such errors or omissions in its work product,
or for clarification of any ambiguities until after the construction phase of the project has been
completed.
ARTICLE 24
ENGINEER'S SEAL
The responsible engineer shall sign, seal and date all appropriate engineering submissions to
City in accordance with the Texas Engineering Practice Act and the rules of the State Board of
Registration for Professional Engineers.
ARTICLE 25
NON -COLLUSION, FINANCIAL INTEREST PROHIBITED
(1) Non -collusion. Engineer warrants that he/she/it has not employed or retained any company
or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this
Contract, and that he/she/it has not paid or agreed to pay any company or engineer any fee,
commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting
from the award or making of this Contract. For breach or violation of this warranty, City reserves and
shall have the right to annul this Contract without liability or, in its discretion and at its sole election, to
deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee,
commission, percentage, brokerage fee, gift or contingent fee.
(2) Financial Interest Prohibited. Engineer covenants and represents that Engineer,
his/her/its officers, employees, agents, consultants and subcontractors will have no financial interest,
direct or indirect, in the purchase or sale of any product, materials or equipment that will be
recommended or required for the construction of the project.
ARTICLE 26
INSURANCE
(1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire
term while this Contract is in effect professional liability insurance coverage in the minimum amount of
One Million Dollars per claim from a company authorized to do insurance business in Texas and
otherwise acceptable to City. Engineer shall also notify City, within twenty-four (24) hours of receipt, of
any notices of expiration, cancellation, non -renewal, or material change in coverage it receives from its
insurer.
10.
(2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of
Engineer, Engineer shall require each subconsultant performing work under this Contract to maintain
during the term of this Contract, at the subconsultant's own expense, the same stipulated minimum
insurance required in Article 26, Section (1) above, including the required provisions and additional
policy conditions as shown below in Article 26, Section (3).
Engineer shall obtain and monitor the certificates of insurance from each subconsultant in order
to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance
for the duration of this Contract, and shall have the responsibility of enforcing these insurance
requirements among its subconsultants. City shall be entitled, upon request and without expense, to
receive copies of these certificates of insurance.
(3) Insurance Policy Endorsements. Each insurance policy shall include the following
conditions by endorsement to the policy:
(a) Each policy shall require that thirty (30) days prior to the expiration, cancellation, non-
renewal or reduction in limits by endorsement a notice thereof shall be given to City by
certified mail to:
City Manager, City of Round Rock
221 East Main Street
Round Rock, Texas 78664
(b) The policy clause "Other Insurance" shall not apply to any insurance coverage currently
held by City, to any such future coverage, or to City's Self -Insured Retentions of
whatever nature.
(4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained
by Engineer shall be borne solely by Engineer, with certificates of insurance evidencing such minimum
coverage in force to be filed with City. Such Certificates of Insurance are evidenced as Exhibit E herein
entitled "Certificates of Insurance."
ARTICLE 27
COPYRIGHTS
City shall have the royalty -free, nonexclusive and irrevocable right to reproduce, publish or
otherwise use, and to authorize others to use, any reports developed by Engineer for governmental
purposes.
ARTICLE 28
SUCCESSORS AND ASSIGNS
This Contract shall be binding upon and inure to the benefit of the parties hereto, their
successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any
interest in this Contract, in whole or in part, by operation of law or otherwise, without obtaining the
prior written consent of City.
11.
ARTICLE 29
SEVERABILITY
In the event any one or more of the provisions contained in this Contract shall for any reason be
held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or
unenforceability shall not affect any other provision thereof and this Contract shall be construed as if
such invalid, illegal or unenforceable provision had never been contained herein.
ARTICLE 30
PRIOR AGREEMENTS SUPERSEDED
This Contract constitutes the sole agreement of the parties hereto, and supersedes any prior
understandings or written or oral contracts between the parties respecting the subject matter defined
herein. This Contract may only be amended or supplemented by mutual agreement of the parties hereto
in writing.
ARTICLE 31
ENGINEER'S ACCOUNTING RECORDS
Records pertaining to the project, and records of accounts between City and Engineer, shall be
kept on a generally recognized accounting basis and shall be available to City or its authorized
representatives at mutually convenient times. The City reserves the right to review all records it deems
relevant which are related to this Contract.
ARTICLE 32
NOTICES
All notices to either party by the other required under this Contract shall be personally delivered
or mailed to such party at the following respective addresses:
City:
City of Round Rock
Attention: City Manager
221 East Main Street
Round Rock, TX 78664
and to:
Stephan L. Sheets
City Attorney
309 East Main Street
Round Rock, TX 78664
12.
Engineer:
Robert Carrillo
Senior Project Manager
11211 Taylor Draper Lane
Suite 100
Austin, TX 78759
ARTICLE 33
GENERAL PROVISIONS
(1) Time is of the Essence. Engineer understands and agrees that time is of the essence and
that any failure of Engineer to complete the Engineering Services for each phase of this Contract within
the agreed Work Schedule may constitute a material breach of this Contract. Engineer shall be fully
responsible for his/her/its delays or for failures to use his/her/its reasonable efforts in accordance with
the terms of this Contract and the Engineer's standard of performance as defined herein. Where damage
is caused to City due to Engineer's negligent failure to perform City may accordingly withhold, to the
extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal
rights or remedies.
(2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contract if
prevented from performing any of their obligations hereunder by reasons for which they are not
responsible or circumstances beyond their control. However, notice of such impediment or delay in
performance must be timely given, and all reasonable efforts undertaken to mitigate its effects.
(3) Enforcement and Venue. This Contract shall be enforceable in Round Rock, Williamson
County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or
all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas.
This Contract shall be governed by and construed in accordance with the laws and court decisions of
the State of Texas.
(4) Standard of Performance. The standard of care for all professional engineering,
consulting and related services performed or furnished by Engineer and its employees under this
Contract will be the care and skill ordinarily used by members of Engineer's profession practicing
under the same or similar circumstances at the same time and in the same locality. Excepting Articles
25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise,
in connection with the Engineering Services.
(5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction
cost provided by Engineer are made on the basis of information available to Engineer and on the basis
of Engineer's experience and qualifications and represents its judgment as an experienced and qualified
professional engineer. However, since Engineer has no control over the cost of labor, materials,
equipment or services furnished by others, or over the contractor(s') methods of determining prices, or
over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or
actual project or construction cost will not vary from opinions of probable cost Engineer prepares.
(6) Opinions and Determinations. Where the terms of this Contract provide for action to be
based upon opinion, judgment, approval, review, or determination of either party hereto, such terms are
13.
not intended to be and shall never be construed as permitting such opinion, judgment, approval, review,
or determination to be arbitrary, capricious, or unreasonable.
ARTICLE 34
SIGNATORY WARRANTY
The undersigned signatory for Engineer hereby represents and warrants that the signatory is an
officer of the organization for which he/she has executed this Contract and that he/she has full and
complete authority to enter into this Contract on behalf of the firm. The above -stated representations
and warranties are made for the purpose of inducing City to enter into this Contract.
IN WITNESS WHEREOF, the City of Round Rock has caused this Contract to be signed in its
corporate name by its duly authorized City Manager or Mayor, as has Engineer, signing by and through
its duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and
representatives for the faithful and full performance of the terms and provisions hereof.
CITY OF ROUND ROCK, TEXAS AP' ' OVED A TO FORM:
By:
Alan McGraw, Mayor
ATTEST:
By:
ftaitt
Sara White, City Secretary
RODRIGUEZ TRANSPORTATION GROUP, INC.
By: / d -L 4c -
Mark
Rodriguez / PrincipV.1
Step i n L. Sheets, City Attorney
14.
LIST OF EXHIBITS ATTACHED
(1) Exhibit A City Services
(2) Exhibit B Engineering Services
(3) Exhibit C Work Schedule
(4) Exhibit D Fee Schedule
(5) Exhibit E Certificates of Insurance
Exhibit A
City Services
In general, the City of Round Rock and its representatives to their best efforts will render services as
follows:
1. Schedule, coordinate and conduct public involvement meetings.
2. Provide available criteria and full information as to the client's requirements for the project.
3. Furnish available existing plans and/or design information for the project and interface data for
any projects adjacent to the project.
4. Assist the engineer by placing at his disposal all available written data pertinent to previous
operations, reports and any other data (including previous hydraulic studies and models) affecting
the project.
5. Provide available existing traffic counts and design year traffic projections.
6. Provide available and all applicable special specifications, special provisions, and updated list of
bid items applicable to the project.
7. Examine documents submitted by the engineer and render decisions pertaining thereto, promptly,
to avoid unreasonable delay in the progress of the engineer's services.
8. Respond promptly in writing to requests by the engineer for authorization to proceed with specific
activities deemed desirable.
9. Negotiate with all utility companies for any agreements and/or relocations required.
10. Pay all reviewing agency fees promptly including review, inspection and recording fees.
11. Acquire any off-site easements required for the project.
Exhibit B
Engineering Services
The following "Project Scope of Work" will be used as the basis for the preparation of
construction plans for the Chisholm Trail Road reconstruction and Chisholm Parkway
extension project (Phase 2). The existing two-lane undivided Chisholm Trail will be
improved to a five (5) lane curb and gutter road with sidewalks, within a maximum 90' of
Right -of -Way (ROW). The design will include a 250 foot bridge over Onion Branch
Creek, floodplain analysis and FEMA coordination for the design over Onion Branch
Creek and associated drainage structures. In addition, the design will include storm
drains, water quality facilities, illumination design and water and wastewater designs.
Construction phase services are not included in this scope of services. The limits of
reconstruction for the Chisholm Trail improvements are from 400' north of Sam Bass
Road north to approximately 700' south of the FM 3406 intersection, a distance of
approximately 6200'. The design will align Chisholm Trail to tie to the proposed
improvements at Sam Bass Road and FM 3406. Road improvements at these two
intersections have been developed by others. The proposed project includes the 850'
extension of Chisholm Parkway and the intersection with Chisholm Trail. Chisholm
Parkway will transition from its existing section to a five (5) lane curb and gutter road
with sidewalks, within a maximum 80' of ROW.
The following scope provides information regarding anticipated project parameters,
preparation of construction plans, additional services to be provided and other
miscellaneous information.
The following assumptions pertain to the services to be performed and form the basis of
this scope of work:
• The project will be prepared in two phases: 1) Schematic Design and 2)
Construction Documents. Each will be prepared and processed in accordance with
the rules and regulations of the City of Round Rock, Texas Commission on
Environmental Quality (TCEQ) and other regulatory agencies. This scope of
work modifies the original Phase 2 — Construction Documents scope to correlate
to the current design schematics.
• Final construction plans will be prepared in accordance with the alignment
defined in the schematic design.
• The City of Round Rock will review approved plans and provide
recommendations for utility locations.
• Water quality Best Management Practices (BMP's) in the form of
sedimentation/filtration ponds will be required for this project.
• Downstream conveyance, along Onion Branch Creek, is sufficient enough where
detention facilities are not required.
• The preliminary extent of any floodplain on the project site will be identified by
the Federal Emergency Management Agency, flood insurance rate maps for
Williamson County, Texas.
Exhibit "B", Page 1 of 13 Pages
PHASE 2 (REVISED)
FUNCTION CODE 120 (ENVIRONMENTAL INVESTIGATION AND
APPROVALS)
The Environmental Services will include all studies and documentation required for the
various regulating authorities, including U.S. Army Corps of Engineers (USACE), Texas
Historical Commission (THC), and the TCEQ. The intention of the Environmental
Services is to attain all necessary clearance letters and approvals from the various
interested parties in order to proceed with the proposed Chisholm Trail reconstruction
and Chisholm Parkway extension project.
Section 404 Clean Water Act Compliance
1. A wetland determination was conducted in the project area in 2003. It is
recommended that a site visit be conducted to update the delineation report.
Specific impacts of the project on waters of the U.S. will be determined and
measures to minimize the impacts will be identified. A revised report will discuss
applicable Section 404 options in accordance with the current permits and
conditions.
2. Authorization under section 404 of the Clean Water Act for the project will be
obtained. For the purposes of this scope and cost estimate, it is assumed that
permitting would include the preparation of either a Pre -construction Notification
or an Individual Permit to the USACE.
Endangered Species Act Compliance
1. An analysis of the project's effects on federally listed threatened and endangered
species will be conducted and reported in a letter to document the project's
compliance with the Endangered Species Act. In addition to background
research, a site visit would be conducted to assess the habitat relative to the
habitat requirements of the federally listed species of potential occurrence in the
project area.
Texas Antiquities Code Compliance
1. A background search of the appropriate files at the Texas Archeological Research
Laboratory and the Texas Archeological Sites Atlas will be conducted to locate any
know archeological sites within the project area.
2. A permit application and associated scope of work will be prepared for submittal to
the City of Round Rock and the THC. Coordination with the THC will also be
conducted regarding the project scope and compliance requirements.
3. A survey will be conducted and will be of sufficient intensity to determine the
nature, extent, and if possible, potential significance of any cultural resources
located with the project area. The survey will consist of a 100 percent pedestrian
survey with shovel and backhoe trenching as necessary.
Exhibit "B", Page 2 of 13 Pages
4. An intensive survey report will be produced, in accordance with the full report
guidelines as outlined by the THC's Rules of Practice and Procedure, if any historic
or prehistoric sites are discovered during the survey. If no cultural resources are
found during the survey, then a short report format will be followed. The report
will evaluate, to the extent feasible, the potential for designation, of the recorded
archeological sites as State Archeological Landmarks. The report will be
coordinated with the THC, respond to any comments, and provide documentation
of the coordination to the City of Round Rock.
FUNCTION CODE 130 (ROW and UTILITY COORDINATION)
Utility Conflict Identification
1. The Engineer shall identify potential utility conflicts and coordinate with the City
and the utility companies to help resolve the conflicts. The Engineer will make
changes to the plans as requested by the City in an attempt to accommodate
existing utilities. The Engineer will coordinate with the City on the requested
changes.
Utility Meetings
1. The Engineer will attend a maximum of twelve (12) utility meetings organized by
the City. The Engineer is to be in attendance to present plan information and
answer questions about the project.
FUNCTION CODE 150 (FIELD SURVEY)
Phase 1 surveying services includes those services required to obtain right of entry,
establish horizontal and vertical survey control, and perform engineering design surveys.
These services were completed in 2003. Since that time, there have been some changes
in both physical features and land ownership. The services identified below cover new
tasks associated with Phase 2 and task required to verify that there are no changes to
previous completed work. (Refer to McGray & McGray's Scope of Work for additional
details. The Phase 2 services to be provided are as follows:
Survey Control:
1. Find and verify project control as set up in 2003. Re-establish control if needed.
Right -of -Way Surveying and Mapping:
1. Perform research at Williamson County Appraisal District and courthouse to
update existing files with current land ownership.
2. Obtain right -of -entry to access needed properties for verification of property
corners and for locating any new corners.
3. Perform field reconnaissance to verify all property corners and monuments found
in 2003 still exists and are in there original locations as previously surveyed. Will
locate or relocate any new or revised corners.
4. Re -analyze existing boundaries based on current monument locations and new or
revised deeds.
Exhibit "B", Page 3 of 13 Pages
5. Prepare an additional 11 parcel plats and descriptions and show those on the
ROW strip map described in the Phase 1 scope of services.
Design Surveys:
1. Field survey driveways that have been added to the existing roadway since the
original field survey.
2. Field survey a maximum of twenty (20) locations (such as trees, signs, existing
water quality facilities) etc. as directed. Locations shall be determined, as needed,
by the design engineer.
3. Field survey existing utilities, as needed but not to exceed twenty (20) locations.
Subsurface Utility Exploration (SUE) will be conducted by others.
FUNCTION CODE 160 (ROADWAY DESIGN)
The Roadway Design Services will make minor refinements to the schematic horizontal
and vertical alignments and continue with the development of the construction
documents. The Roadway sheets for the construction plans will include:
MISCELLANEOUS PLANS
1. TITLE SHEET - Project title sheet will be completed as required for the
construction plans.
2. INDEX OF SHEETS - The Engineer will complete the detailed index of sheets
that shows each sheets location in the plan set, as well as its corresponding sheet
number. This index will be updated throughout the submittal process to allow for
easier reference during the review process.
3. PROJECT LAYOUT - Project layout sheets will be completed at a scale of
1"=200' that clearly indicates the limits of the entire project.
ROADWAY PLANS & GEOMETRY
1. PROPOSED TYPICAL SECTIONS - Proposed typical sections will be
completed for all proposed roadways within the project limits.
2. EXISTING TYPICAL SECTIONS - Existing typical sections will be completed
for all existing roadways within the project limits.
3. PLAN AND PROFILE — The Engineer will complete plan and profile sheets for
all proposed roadways within the project limits. Pedestrian facilities (sidewalks
and ramps) will be incorporated as required. All pedestrian facilities shall be
designed in accordance with ADAAG, and TAS.
The plan view shall contain the following design elements:
a) Roadway centerlines calculated using GEOPAK
b) Pavement edges for all improvements
c) Pavement width dimensions
d) Proposed structure locations, lengths and widths
e) Drawing scale shall be 1" = 50' or a scale as agreed upon by the City
0 Begin/end superelevation transitions and cross slope changes
g) Existing structures
Exhibit "B", Page 4 of 13 Pages
h) Radii callouts, curb location, CTB, guard fence, crash safety items and
American with Disabilities Act Accessibility Guidelines (ADAAG)
compliance items.
The profile view shall contain the following design elements:
a) Calculated profile grade for proposed roadways. Vertical curve data,
including "K" values shall be shown.
b) Water surface elevations at major stream crossing for 25 and 100- year
storms.
c) Drawing vertical scale to be 1" = 10' or scale as agreed upon by the City.
4. HORIZONTAL ALIGNMENT DATA SHEET - A horizontal alignment data
sheet will be prepared depicting the horizontal geometric information for the
project roadways.
5. REMOVAL PLANS - The Engineer shall provide plan sheets of pavement
removal to a 1" = 100' scale. Removal sheets shall indicate pavement and other
pertinent items to be removed with sufficient detail to assure Contractor will have
no problems understanding the intentions. Description of removal item including
material shall be included. Items shall be dimensioned.
GRADING AND DETAILS
1. CROSS SECTIONS - Design cross sections will be completed at 25 -foot stations
and other locations as necessary for the determination of cut and fill quantities.
These sections will also be used to further refine the design vertical geometry.
Cut and fill quantities determined from the design cross sections will be shown on
the plan/profile sheets. Cross sections will not be developed for phased TCP.
2. INTERSECTION LAYOUTS - The Engineer shall complete intersection layouts
for the Chisholm Trail Road/Chisholm Parkway intersection. The intersection
layout will include the design of the pavement and drainage layouts.
3. DRIVEWAY DETAILS - Driveway details will be prepared for each impacted
driveway along the project corridor. When possible these driveways will be
defined in a tabular format. Unique driveways will require individual details
defining there construction.
4. MISCELLANEOUS DETAILS - Miscellaneous detail sheets will be developed
for the project. The sheets will depict details required that are not defined in
standard detail sheets. When possible City, TxDOT Statewide or TxDOT Austin
District standards will be used for the project development.
5. TREE PROTECTION PLAN AND MISCELLANEOUS DETAILS — The
Engineer shall identify trees within the project limits to be preserved. The
Engineer shall coordinate with City staff in the development of the miscellaneous
details associated with the tree protection plan.
FUNCTION CODE 161 (HYDRAULIC DESIGN)
The Hydraulic Design Services will continue all studies and documentation required for
the various regulating authorities identified in (Phase 1). The design details of the
preferred permanent BMP, as identified in (Phase 1), will also be included. Drainage
sheets for the construction plans will include:
Exhibit "B", Page 5 of 13 Pages
BRIDGE HYDROLOGY AND HYDRAULIC ANALYSIS
1. BRIDGE HYDRAULICS — The Engineer will review the models created for the
proposed 250' bridge option and make adjustments as needed (original models
were prepared in 2003). In addition, the Engineer will develop a model to take
into account the anticipated filling in of the floodplain, up to the limits of the
floodway, directly upstream of the proposed structure.
2. FFEMA FLOODPLAIN EVALUATION — The Engineer will coordinate findings
of the hydrology and hydraulics analysis through the City and with the local
floodplain administrator.
3. CONDITIONAL LETTER OF MAP REVISION (CLOMR) — The Engineer will
prepare and process a CLOMR through the Federal Emergency Management
Agency (FEMA). Preparing the application will include completing the MT -2
(Forms 1 — 3) and the Payment Information Form. Processing the application will
include: submittal, address comments and re -submittal. A separate LOMR will
be required once the project is built to actually change the maps. Preparation
and submission of the LOMR will be a separate scope of work.
4. BRIDGE HYDRAULIC DATA SHEET — The Engineer will prepare the bridge
hydraulic data sheet summarizing findings of the hydrology and hydraulics
analysis for inclusion in the construction documents. The sheet shall include the
drainage boundaries for Onion Branch.
SCOUR ANALYSIS
1. The Engineer will conduct a scour analysis of the Onion Branch crossing for
contraction scour conditions and local scour of piers and abutments and will
provide estimates of the total scour depth for use in the design process. This
analysis assumes natural soils under the bridge.
STORM SEWER DESIGN
1. INTERIOR DRAINAGE AREA MAPS - Interior drainage area maps will be
finalized at a scale of 1"=100'. 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. RUN-OFF AND INLET COMPUTATIONS - Run-off to each inlet and inlet
hydraulic information will be calculated in accordance with TxDOT's Hydraulic
Manual and shown on the run-off and inlet computation sheets in WinStorm or
Geopak format.
3. STORM SEWER COMPUTATIONS - Storm sewers will be analyzed and
computations will be prepared for the storm sewer design in WinStorm or Geopak
format.
4. DRAINAGE PLAN AND PROFILES - Drainage plan and profile sheets will be
completed depicting locations of inlets, manholes, storm sewers, culverts, utilities,
channel improvements, and ditch locations and flowlines as required. These
sheets will be prepared at a scale of 1"=100'. Storm sewer profiles will be
prepared at a scale of 1"=100' H and 1"=l0' V. Storm sewer profiles will show
Exhibit "B", Page 6 of 13 Pages
pipe size and type, slope, existing and proposed ground lines above the pipe,
pertinent hydraulic information, and locations and sizes of inlets and junctions.
5. LATERAL PROFILES - Lateral profile sheets will be developed for the project
storm sewer systems. These sheets will be developed at a scale of 1"=100' H and
1"=10' V.
6. DRAINAGE DETAILS - The Engineer shall provide drainage details for "non-
standard" structures in instances where City and/or TxDOT standard details
cannot be utilized.
7. TRENCH PROTECTION DETERMINATION - The Engineer will identify areas
of the storm sewer culvert construction that will require trench protection or
special shoring.
SW3P AND EROSION CONTROL
1. EROSION CONTROL PLANS - Erosion control plans will be prepared for the
length of project. Temporary storm water management devices will be needed to
minimize the sediment runoff during construction of this project. The anticipated
design components to be utilized on this project are silt fence, sand bags, rock
filter dams, sediment traps, and construction exits. One temporary erosion control
plan will be developed with notes that indicate that the contractor is responsible
for phasing the devices along with the construction sequencing. Permanent
erosion control measures will be included on these sheets as well.
2. SW3P - A Storm Water Pollution Prevention Plan (SW3P) will be prepared in
accordance with TCEQ regulations. These sheets will consist of narrative sheets
that summarize erosion control measures.
3. EROSION CONTROL DETAILS - Erosion control details will be prepared for
any related items that are not covered by City and/or TxDOT standard details.
WATER QUALITY AND DETENTION
1. WATER QUALITY — The Engineer will conduct hydrologic studies to determine
the discharges, and will perform the hydraulic design required for the proposed
sizing of two (2) sedimentation/filtration ponds. The selected BMP will be sized
in accordance with all applicable requirements and will reduce the increase in
total suspended solids (TSS) load associated with development by at least 80%.
The ponds will be designed in accordance with the latest version of the Texas
Commission on Environmental Quality — Edwards Aquifer Technical Guidance
Manual.
2. WATER QUALITY (STRUCTURAL DESIGN) — (Not Included in this Scope)
The Engineer will develop the structural design and details required for two (2)
sedimentation and filtration ponds proposed for the project. A supplemental
agreement will be issued for these services once the pond design is substantially
complete. The plan sheets to be developed for each pond will include the
following: Sedimentation/Filtration Retaining Wall Layout and
Sedimentation/Filtration Retaining Wall Reinforcing Details. The
Sedimentation/Filtration Retaining Wall Layout will consist of a plan view of the
proposed pond that identifies retaining walls, provides retaining wall areas,
provides a table of elevations and includes pond/wall dimensions. The
Exhibit "B", Page 7 of 13 Pages
Sedimentation/Filtration Retaining Wall Reinforcing Details will consist of a
retaining wall typical section, retaining wall design heights, retaining wall
properties, reinforcing details and a reinforcing steel schedule.
WATER POLLUTION ABATEMENT PLAN (WPAP) AND ORGANIZED SEWAGE
COLLECTION SYSTEM PLAN (OSCSP)
1. GEOLOGICAL ASSESSMENT — The Engineer will conduct field assessment of
the proposed upgrade of Chisholm Trail Road and Chisholm Parkway,
encompassing the project roadway/ROW and including a 50 -ft buffer outside both
ROW limits, plus two water -quality ponds along Onion Branch. Work products
will include report, maps, and tables required for a Geologic Assessment, per
Edwards Aquifer Rules of the Texas Commission on Environmental Quality
(TCEQ).
2. WPAP DEVELOPMENT — The Engineer will develop the WPAP for submittal to
the Texas Commission on Environmental Quality (TCEQ). Drainage Area Maps,
Total Suspended Solids Calculations, Load Removal Summary and Water Quality
Pond Calculations will be generated for use in the development of the WPAP.
FUNCTION CODE 162 (SIGNING AND PAVEMENT MARKINGS)
SIGNING AND PAVEMENT MARKINGS
1. SIGNING AND PAVEMENT MARKING LAYOUTS - Pavement marking
layouts will be prepared at a scale of 1" = 100'. These layouts will depict striping
and delineator type and location, as well as MBGF location, lengths, and end
treatments. Each sign will have a corresponding number that will relate that sign
to the sign summaries.
2. SMALL SIGN DETAILS - Detail sheets for small signs will be prepared for non-
standard signs. This sheet is intended to show the overall dimensions of the signs
by determining letter size and spacing. Details will not be to scale.
FUNCTION CODE 163 (MISCELLANEOUS ROADWAY PLANS)
Miscellaneous roadway includes the final assembly of the construction plans,
specifications and estimate, traffic control plans, illumination layouts, preparing the bid
documents, review and recommendation for award of contract.
The plans, specifications and estimate will include all necessary details required for
construction. Standard drawings will be used (City, TxDOT, and/or the City of Austin) to
every extent possible. Miscellaneous Roadway Plans will include:
MSE RETAINING WALLS
1. RETAINING WALL
layouts at a max scale
the retaining wall.
2. RETAINING WALL
wall boring log sheets.
LAYOUTS - The Engineer shall prepare retaining wall
of 1"=40'. The layouts will show plan and profile views of
BORING LOGS — The Engineer shall prepare retaining
Exhibit "B", Page 8 of 13 Pages
3. RETAINING WALL HORIZONTAL ALIGNMENT DATA — The Engineer
shall prepared horizontal alignment data sheets summarizing the alignment data
for all proposed retaining walls.
4. RETAINING WALL TYPICAL SECTIONS — The Engineer will prepare typical
sections for all proposed retaining walls.
5. RETAINING WALL GLOBAL STABILITY — The Engineer will use the STABL
and the UTEXAS computer programs to analyze the walls for stability.
TRAFFIC CONTROL PLAN
1. SEQUENCE OF CONSTRUCTION - A detailed narrative for the sequence of
construction will be prepared and submitted to the State for review and
incorporation into the plans. The narrative will include a phase -by -phase, step-
by-step written account of the proposed activities throughout the construction
process. This is intended to be a narrative account of the activities shown in the
traffic control plan layouts.
2. TCP TYPICAL SECTIONS - Traffic control typical sections will be prepared for
each stage of the construction sequence to clearly delineate the position of the
existing traffic with respect to the proposed construction. Temporary traffic
barriers and pavement markings will also be shown and dimensioned.
3. TRAFFIC CONTROL PLANS - Detailed traffic control plans will be prepared at
a scale of 1" = 100'. These plans will be developed based on the City's approval
of the conceptual plans developed at the schematic design level. This plan will
describe the maintenance of traffic and sequence of work for each phase of the
proposed construction. Detour alignments, location of work areas, temporary
paving, temporary shoring, signing, barricades and other details will be required
to describe the traffic control plan. The Engineer will be required to ensure that
proper drainage can be maintained during each phase of construction.
4. DETOUR LAYOUTS - Detour layouts will be prepared showing plan & profiles
where required to define the geometry for detours required in the traffic control
plans. When widening is required that can be defined based on existing pavement
slopes, a detour profile will not be prepared. These layouts will be prepared at a
scale of 1"=100' H and 1"=10' V.
5. TCP DETAILS - Traffic control details will be developed for items not covered
by standard drawings.
6. SAFETY REVIEW MEETING - The Engineer will attend one meeting to present
the traffic handling scheme to the City. The Engineer will be responsible for
incorporating the City's comments in the traffic control plans. Following the
safety review meeting, a public meeting will be held to present the proposed
sequence of construction to the public. The Engineer will update the mailout list
prepare during the initial public meeting and provide the necessary exhibits for
the public meeting.
7. CONSTRUCTION SCHEDULE - An Engineer's opinion of construction
schedule will be computed in order to determine an approximate duration for each
of the phases of construction. The schedule will be prepared using SureTrak.
Exhibit "B", Page 9 of 13 Pages
ILLUMINATION
1. STREET LIGHTING - The Engineer will design street lighting within the project
limits using arterial roadway design criteria (i.e. 200 — 250' spacing with 250 watt
HPS lamp). The illumination layouts will identify the types of luminaries, poles,
wiring, etc.
2. ELECTRICAL CIRCUIT PLANS - The Engineer shall provide electrical circuit
plans and details for the roadway lighting systems within the project limits.
3. POWER SOURCE IDENTIFICATION - The Engineer will coordinate with the
utility provider and the City in identifying the power sources, conduit runs, etc.
and will show them on the project plans.
WATER/WASTEWATER
1 MEETINGS - The Engineer will attend a maximum of 16 meetings with the City
to discuss the status of the project and/or review comments. The meeting are
divided among:
a) Design Submittal Progress Meetings — 1 meeting each following the 30%,
60%, 90% and 100% submittals.
b) 12 utility meetings organized by the City and described under Function
Code 130.
2. ROUTE/SIZE COORDINATION — The Engineer will meet with City staff to
determine the desired location and coordinate the water line diameter for the
proposed facilities. It is assumed the City will provide the required design flows
for the wastewater facilities and no modification will be required to the
wastewater lines in South Industrial and North Industrial Boulevards.
3. EXISTING SERVICE CONNECTION COORDINATION — The Engineer will
work with the City of obtain site plans for existing tracts along the alignment to
determine the quantity and locations of existing water and wastewater
connections. It is assumed that the Engineer will make a formal request for
existing site plans and the City will research and provided the requested plans.
4. CONSTRUCTION DRAWINGS — The Engineer will prepare utility plan and
profile sheets (estimated at 27 plan sheets). Additionally, utility details sheets
will be prepared as needed.
5. TECHNICAL SPECIFICATIONS — The Engineer will submit for inclusion into
the Contract Documents pertinent City Standard Specifications and Special
Provisions as necessary.
6. PERMITTING — The Engineer will prepare and submit an Organized Sewage
Collection System Plan to the Edwards Aquifer Protection Program. It is
assumed that all TCEQ review and permitting fees will be paid by the City.
7. BID PHASE — Services include attending the Pre -Bid conference and assisting
with preparation of the required addenda.
8. CONSTRUCTION PHASE — Services include attending the Pre -Construction
conference (1 meeting), attending construction progress meetings (10 meetings),
preparing RFI responses, reviewing applicable submittals and preparing as -built
plans from contractor's red -line drawings.
Exhibit "B", Page 10 of 13 Pages
UTILITY LAYOUTS
1. UTILITY LAYOUTS — The Engineer shall develop existing utility layout sheets
for inclusion in the plans. The sheets shall be updated to include the location of
relocated facilities as relocation efforts progress and up until the final PS&E
package is submitted to the City.
QUANTITIES/SUMMARY SHEETS
Quantities will be calculated and tabulated on individual summary sheets for each of the
following and as necessary to bid this project.
1. Traffic Control (per each phase)
2. Earthwork
3. Roadway
4. Retaining Walls
5. Bridge
6. Removal
7. Pavement markings
8. Small Signs
9. Illumination
10. Erosion Control and SW3P
11. Drainage related items including inlets, manholes and storm sewer pipes
STANDARDS, SPECIFICATIONS AND ESTIMATE
1. STANDARDS - The Engineer will download the appropriate City and TxDOT
standards for the project from the applicable web site. Standards that require
modification will be adjusted 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.
2. SPECIFICATIONS - A tabulation of applicable specifications, special
specifications and special provisions will be prepared for submission with the
final PS&E package.
3. GENERAL NOTES - The Engineer will review general notes provided by the
City for applicability to the project. The Engineer will mark-up a set and return it
to the City for their review and approval.
4. OPINION OF PROBABLE CONSTRUCTION COST - An engineer's opinion of
probable construction cost will be prepared at the 60% submittal and prior to final
PS&E submittal, and supplied to the City in Microsoft Excel format.
This item also includes preparation of the bid documents, assisting the City of Round
Rock by distributing sets of bid documents to Contractors, evaluation of bids or proposals
and awarding contracts by assisting with the bid opening and tabulation of the bid
documents.
Exhibit "B", Page 11 of 13 Pages
FUNCTION CODE 170 (BRIDGE DESIGN)
PRELIMINARY BRIDGE LAYOUTS AND TYPICAL SECTIONS - The currently
proposed bridge is located at the Onion Branch crossing. The approximate length of the
bridge is 250'. There are three (3) anticipated bridge spans utilizing B34 box beams.
The bridge width is 76'. A preliminary bridge layout will be completed for this structure
in accordance with TxDOT's Bridge Design and Detailing manuals. The following is a
summary of tasks associated with the development of the bridge layouts and typical
sections:
1. Preliminary Typical Sections for the bridges will be completed.
2. Bridge layout sheets shall have the same vertical and horizontal scale, and shall
follow all of TxDOT's Bridge Division and Design Division policies,
specifications, and procedures.
3. The bridge layout shall be in conformance with TxDOT's Bridges and Structures,
Operation and Planning Manual and the Bridge Detailing Manual.
The Bridge layouts in Plan View shall contain the following information:
a) Horizontal curve information or bearing of centerline
b) Including horizontal, vertical and template information of all roadways or
railroads crossed
c) Bearing of centerline or reference line
d) Skew angle(s)
e) Slope for header banks and approach fills
f) Control stations at beginning and ending of bridge (with deck elevation)
g) Approach pavement and crown width
h) Bridge roadway width and curbs, face of rail, and sidewalks
i) Approach slab and curb returns
j) Limits and type of riprap
k) Proposed features under structure
1) Location of profile grade line
m) North Arrow
n) Typical bridge roadway section including preliminary proposed beam types
and spacings
o) Cross slope and superelevation data
p) Minimum horizontal and vertical clearance
q) Location of soil core holes (station and offset)
r) Bent stations and bearings
s) Retaining wall locations
t) Traffic flow directional arrows
u) Railing types shown
v) Joint types and seal size, if used
w) Beam line numbers consistent with span details
x) Critical horizontal clearances (location of railroad tracks, nearby structures
and utilities
Exhibit "B", Page 12 of 13 Pages
Bridge Layouts in Elevation View should contain the following:
a) Type of foundation and type of railing
b) Finished grade elevations at beginning and end of bridge
c) Overall length of structure, length and type of spans and units
d) Minimum calculated vertical clearance(s)
e) Existing and proposed ground lines clearly marked
f) Standard Title Block, grid elevations and stations
g) Profile grade data and bent numbers encircled
h) Type of riprap and soil core hole information with penetrometer test data
i) Fixed/expansion condition of all bents
j) Column "H" heights
k) Number, size and length of foundations
Additional layout requirements for waterway structures and bridge classification
culverts:
a) Design and 100 year peak discharges
b) Design and 100 year high water (HW)
c) Natural and through bridge velocities for design and 100 year floods
d) Calculated backwater for design and 100 year floods
e) Direction of flow for waterway crossings
f) Contours for water crossing
The Engineer shall develop bridge layouts from the schematic and submit an 80%
complete layout to the City within 60 days of commencing PS&E activities to provide
ample review and design time.
BRIDGE DESIGN — The Engineer will provide designs and structural detail plan sheets
for the identified bridge. The following plan sheets will be included:
1. Completed Bridge Layouts and Typical Sections
2. Foundation Layouts (as needed)
3. Table of Estimated Quantities
4. Abutment Details
5. Interior Bent Details
6. Superstructure Details
7. Modified TxDOT Standards as needed
8. Applicable TxDOT Structural Standards
FUNCTION CODE 190 (PROJECT MANAGEMENT)
The work effort and the management for the project included in this contract will be
conducted in the Engineer's office in Austin, Texas. At a minimum, monthly progress
reports will be submitted, which will detail on-going work as well as work accomplished
since the previous report. Additional project management duties will include the
following:
1. Development and implementation of QA/QC plan
2. Coordination with the project engineer for the Sam Bass Road intersection project.
3. Coordination with the sub -consultants and all project resources
Exhibit "B", Page 13 of 13 Pages
Exhibit C
Work Schedule
Attached Behind This Page
O
0
W
O
4,4,
O 0
O O
O
O
O
Cn D C
3 (1 0.
!v
3 co
cr
c G)
0)) m 3
•
1v z
yFa'
90 Rev m a
o O n
CD m
o
0
0)
D O
O O
c
3CD
3
v <
cn (D
m0
0)O
r. 3
90
CD
o y
O
(D (D
r3 07co�
Tm
m
m
z
D
r
z
0
z
D
r -
(i) (n
c
co
H
H
D
r
G)
O
01
0
W
0
O
Ce)
0
W
O
W
0
N
O
W
co
O
W
0
O
O
c 5 .0 50
Q (D 0. 0 0 7.
3 3 co co
r•: co (FD (D :
o cco p
o
e3 .gym
-0p3. 0 c
s) m.00 0
0)) pyo <
93 0- O 0 0
1
vm m7
0 (0= —
0 < 0
3(Q°o°p
m m
CD = 0 0to 0)
m 0 ro
-I 0 -0
m co Qo =
0 coD
c' r O
m m
•
lin
0
0
m
(n
G)
z
r
D
z
(1)
N
0
0)
0
O
01
0
co
O
N
0
W
O
0
O
0
O
N
0
O
O
c 5 0
CD<
0) n
Oosv
3
w 0 v
O z
m< o
2
Qo
G)
0 (D
-I r
0) 7
m
cCC)p
00m
O O co coc
0 m 0)
3y(0
3 mn
o.
(D n.1'3'
a
to
(0 y
(D O �
Sp 0a
CD
u, 0 O. QD
CI) 0. c
- 3 N
C
c c
(D
CD
0)
rn
O
0
m
(n
z
r
z
(n
W
o
N
O
> 1'
0 0
0
co
O
0
co
O
0
O
co
0)
O
0
01
O
0
O
O
W
O
O
O
O
O
O
T� j C to W ,(7 �j � Z7 01)1. j T
=-n
O O (D r: ,p 7
CUm
�a a
N• cn O .O•. 7 7 (�D CDD CD 0 N N.
o31o0DQmC3opa. 1p
c N c y(p(�D O !1) O n s
v� pm v c o' W� �sv
co fn 0 O -• = i0 N V) o (D
mOO ooao a3 m = �
=c 0g; Qp00 7•N '0 0 (D
(� Q° < m m F. 0 o• < 0 sv sv 0
p co .o• Po0_
n a
°'
m cu �' • =' 0a. 0
yo o = 0 ti
N0)r • 0)
(�D n O 3
0. c
0)
VROMINFINIZNIMIOIMI
0 D
',oil insole
co O 01 0
0
D
c
O
(0
O
C
r
(0
N
CO
C
cOr
O
()1
O 01
N �
0110
-% N -
01 O U1 O U1 0
0 N N -a
_. V V W 01 W
C
ZDDW71 D
ocooco
m (o co co
N
C-
C
r
O
(0
0
Co
D
73
O
0
01 01
N
001Cn0101
O
D
-
V W
T m
CO CO
CO CO
N
CO
z
O
CO
co
m
W
O
(0
01
0
m
0
O
co
N
O
D
Z
o
(0
W
O
W
0
01
0
m
0
o
O
N
co
N
0
01
v
m
0
O
O
N •--�
c.- L
00
(0 1(0
0 0
•
0 10
0
N
0o
O
-a O
0 0
00
CO O
01 01
N
01 01
NA
4-�
z
0
O
co
N
co
z
0
MO
W
W
0
0
O
co
Z
0
o
()o
01
()1
0)
0
0
O
co
O IN
W -•
O N
W W
0
C)
O
O
o N
00
oo
0
C)
o
co
N
O
0
0
o
O
01
O
01
O
O
co
Cnm
O
co
01
01
W
0
0
O
co
01
0
0
O
O
0
CO
m
O
co
0 -
0 m m
D
Z -0 -a
c0000
I C C OO
O. a a
• cn m m m
c (D 0Cnm
C 3c?3m
•= (IF Z3<
m a)
o
m3
`� 3
ip (D
0 0)
=
O
•
3 (D
73
(D
7 0)
(D
m -no
N 0)) t(Dn
11 'v (n
7
go 0
0 mP
Qo 0 Qo
0
p
c C 3 S.
3 (D to •
0.. cn
O
so
co
v
co
F10
.coT!O
O 0 (4 O C
r. sv sv m
♦ c-, m co 10 0
(13 v (n a n <
cr03 0 to N
3o30Pe�
0
o0a 0)
00
2 - -
gy0- (DOo
Z r.
Qo
co
Q° o 0.
v (D ((Dn 0
— .
0 CD
0 cn 13
c3 • a a
co 2 v)
3
3 Qe 7'
(1) (1) -0 Cali:
O = N
30 O N
T. o.
(D (=n
IIC <
C)
o m 85
rn 'v v c -1
.O•. O O_ (D (D `<
c•gi n3 01 mai CD 0)
gQ)0 3 0 0 n
o= 3 0�
0 3 0o
o0=•v 0)f) n
<..
cn c0
m
pow g 0Q°
O �] O "` 0) o .Z)
0 < o
o
(D 0 fn -0 _
--1 -in = 0)
3 m cn o
m
n.
m
D r c (D w
Qo 7 (D n
m
m
0
(0
3
1-0
mm
v •
0
co 3
o3i
o
(0
c Qo
C
-10
O c)
cn
m o
3 •
0)
m o-
r.
Ill'. 6Oc G)
p�c
C4 m ((Dl o :90; v —
■a,Vc0>>-a59�an (0a
mm�7•15 0 M-
3 0(D We 5 m 0
to _co 3
W (o' �) o o - fJ
o0 co 00 m 5 -0
0 m
0 (D (p O an
0
Sp ,
'
O
D
30 = o
x 0.0 fD
sv
0.0 aa, 0
* =X � c
co
`< to 0. y (D
o v co •=.
0) m o
07
0.
sv
0 (D •D
5.O
0
O
O
n.
5
0)
0
0
30
0
v
X -
= C) C
W =m
N
O�
rZ
3y
-13
rD
vz
O
30
0
c
3
„O.. 118IHX8
Exhibit D
Fee Schedule
Attached Behind This Page
EXHIBIT D FEE SCHEDULE
City of Round Rock
Chisholm Trail/Chisholm Parkway
Resolution No. R-XX-XX-XX-XXXX
1
EXHIBIT "D"
LABOR COSTS:
DIRECT
LABOR
OVERHEAD
144.00%
TOTAL
LABOR+OVHD
FIXED FEE
11.00%
TOTAL
COST
F.C. 110 ROUTE AND DESIGN STUDIES
F.C. 120 ENVIRON. STUDIES & PUBLIC INVOLVEMENT
F.C. 130 ROW and Utility Coordination
F.C. 351 DESIGN VERIFICATION, CHANGES & ALTERATIONS
F.C. 160 ROADWAY DESIGN CONTROLS
F.C. 161 DRAINAGE
F.C. 162 SIGNING, MARKINGS, AND SIGNALIZATION
F.C. 163 MISCELLANEOUS (ROADWAY)
F.C. 170 BRIDGE DESIGN
F.C. 190 PROJECT MANAGEMENT & ADMINISTRATION
TOTALS
1,295.00
3,930.00
4,608.00
42,622.50
50,115.50
5,547.00
40,393.50
20,544.00
$ 1,864.80
$ 5,659.20
$ 6,635.52
$ 61,376.40
$ 72,166.32
$ 7,987.68
$ 58,166.64
$ 29,583.36
3,159.80
9,589.20
11,243.52
103,998.90
122,281.82
13,534.68
98,560.14
50,127.36
$ 169,055.50 $ 243,439.92 $
412,495.42
DIRECT COSTS:
$ 347.58
$ 1,054.81
$ 1,236.79
$ 11,439.88
$ 13,451.00
$ 1,488.81
$ 10,841.62
$ 5,514.01
$ 45,374.50
$ 3,507.38
$ 10,644.01
$ 12,480.31
$ 115,438.78
$ 135,732.82
$ 15,023.49
$ 109,401.76
$ 55,641.37
$ 457,869.92
EXPENSES:
Final Ortho -photography Plots
Reproduction
Mileage
Airline Flights
Per Diem
Mail & Deliveries
TOTAL EXPENSES
UNIT
RATE
QUANTITY
TOTAL
SF
SF
Mile
EA
Day
EA
SUB -CONTRACTS:
Blanton & Associates
McGray & McGray
Aguirre & Fields
Woodruff Geological Consulting
K Friese & Associates
TOTAL SUB -CONTRACTS
TASK
TOTAL
Environmental Support
ROW Maps & Design Surveys
Bridge Design & RW Global Stability
Geological Assessment
W/WW Design
$ 41,176.00
$ 71,478.00
$ 67,570.98
$ 8,800.00
$ 85,158.00
TOTAL DIRECT COSTS
11
TOTAL COST
274,182.98
$ 274,182.98
$ 732,052.90
Rodriguez Transportation Group, Inc Exhibit D
03 Y
p U u
N 0
I - c
et _J
'idZy
aiO�
WmC'
WOE
LL 2O
C
O
h
_
O O W
EXHIBIT "D-1"
BLANTON & ASSOCIATES, INC.
0000
(0 (0
O
0
0
0
8
N
8
cc
2
N
CO
V
N
N
CO
O
O
ti
0
0
CO
43
Y0
0
O
(0
co
co
O
rn
0
0
0
69
8
N
Z
0 U
vi Z
409 0
U
W
H
F
a
o. H
Z
y3 W
U
co
N
0)
O
0
CV
0
O
O
oo
a
O
OqO
1D
O
O
O
V
O
O
0
N
69
O
N
F
O F
Z
y W
U
U
CO
0
0
0
2
E
0
W
N
O
O
0
H
pO
N
0
O
co
co
co
0
N
O
8
0
0
O
CNS)
oO
O
M
N
0
O
D
CA
E
a
W
Q
h
0
0.
co
W
>
20 0
.00
0
O
0
4
0
0
N
13c
E
a
0
0
0
0
0
0
C
0
0
0
0
7g-
0 0
0
,moo`
0
tp
cc
0
O
coco
un
>-
re
m
0
reU
W
O
N
0
W
00
s
V
LL
0
CO
CO
00
ZCOM aa
Z '3
s
0
0
O
C
UNIT PRICEI QUANTITY! TOTALI
O
h
6
0 O
00
co
ER
00
co
NN
co
N O
OM 69
$8.00
$20.00
$2,368.00
0
CO
CO
O 0
N N
40
200
I
I
DIRECT COST TOTAL
0M
I $0.45
OO
a
O N
O—
0
y
4343
409 co
49
DIRECT COSTS
Mileage Field Reviews
renching For Archeology ($600 per day).
Per Diem
PLOTTING DIGITAL OTHO PLOTING (SF)
11" X 17" Color Copies
8 1/2" X 11" Color Copies
8 1/2" X 11" B&W
Blanton Associates,
July 25, 2008
Page 1 of 3 Pages
Robert Carrillo
Rodriguez Transportation Group
11211 Taylor Draper Lane
Suite 700
Austin, Texas 78759
(512) 231-9544
VIA E-MAIL
rcatTillo@rtg-texas.com
RE: Third Revised Proposal for Supplemental Services for the Chisholm Trail
Project. (Corrected)
Mr. Carrillo:
We appreciate the opportunity to provide you with this third revised proposal for the
above referenced project. As you know the work done for this project was done in
2003. Since that time there have been a few changes in both physical features and
land ownership. This proposal is a supplemental proposal to our October 9, 2002
revised proposal. The intent of this proposal is to both cover new tasks but to also get
us to verify that there are no changes to our previous work. The following represents
our understanding of the scope of services and our fee proposal:
Scope of Services:
Survey Control:
1) Find and verify original project control as set up in 2003. Re-establish control
if needed.
Right -of -Way Surveying and Mapping:
1) Perform research at Williamson County Appraisal District and courthouse to
update our existing files with current land ownership.
2) Obtain right -of -entry to access needed properties for verification of property
corners and for locating any new corners.
3) Perform field reconnaissance to verify all property corners and monuments
found in 2003 still exist and are in there original locations as previously
surveyed. Will locate or relocate any new or revised corners.
4) Re -analyze existing boundaries based on current monument locations and new
or revised deeds.
GERALD L. McGRAY RPLS
3301 HANCOCK DRIVE, SUITE 6
AUSTIN. TEXAS 78731
t5127451-8591 FAX (512) 451-8791
JUDITH J. McGRAY RPLS
EXHIBIT "D-2"
Page 2 of 3 Pages
Mr. Carrillo
July 25, 2008
Page 2 of 3
5) Prepare an additional 11 parcel plats and descriptions and show those on the
accompanying ROW strip map described in the Phase 1 scope of services.
6) Prepare plats and descriptions for 5 construction easements.
Design Surveys:
1) Field survey driveways that have been added to the existing roadway since the
original field survey.
2) Field survey a maximum of 20 locations (such as signs, existing water quality
facilities) etc. as directed. Locations shall be determined, as needed, by the
design engineer.
3) Field survey existing utilities, as needed but not to exceed 20 locations.
Subsurface Utility Exploration (SUE) will be conducted by others.
4) Locate existing FEMA benchmark and run levels to existing project control.
Fees:
Field Crew (3 man):
RTK Field:
Research:
GPS Processing:
Tech:
Sr. Tech:
Field Coordinator:
RPLS:
Manager:
Reimbursables:
80 hrs. @ $143.00/hr =
64 hrs. @ $210.00/hr =
20 hrs. @ $ 63.00/hr =
9 hrs. @ $ 92.00/hr =
400 hrs. @ $ 76.00/hr =
60 hrs. @ $ 88.00/hr =
8 hrs. @ $ 90.00/hr =
54 hrs. @ $125.00/hr =
8 hrs. @ $145.00/hr =
Subtotal=
Maps, Deeds, Etc.
TOTAL
$ 11,440.00
$ 13,440.00
$ 1,260.00
$ 828.00
$ 30,400.00
$ 5,280.00
$ 720.00
$ 6,750.00
$ 1,160.00
$ 71,278.00
$ 200.00
$ 71,478.00
* The above referenced fee is in addition to the balance of our previous
work authorization from 2003.
We estimate it will take approximately 10 to 12 weeks (weekends and holidays
excluded) from notice to proceed to provide final product to you for items listed in the
survey scope, weather and circumstances beyond our control permitting.
EXHIBIT "D-2"
Page 3 of 3 Pages
Mr. Carrillo
July 25, 2008
Page 3 of 3
We will invoice time and materials actually used for this survey. As we get into this
survey we may allocate our resources slightly differently, but we will not exceed the
proposed fee without authorization from you and/or the City of Round Rock. Time
printouts will be included with the invoice.
If you think we have omitted any service you require or misinterpreted your request,
please call. We will be ready to begin this project as soon as we receive notice to
proceed. Please call me or Chris Conrad if you have any questions. We look forward
to working with you on this project.
Sincerely, Authorized to Proceed by:
Judith J. McGray, LS
President Signature Date
JJM/CIC:wjb Print Name
EIT Engr.
Tech Admin. Total
j I
40
20
N O
..
O oo
N N
N b
—>
r
P^
R d
aa00
�p
$22,766.50
Total
P
O
P
C
h
P O
h
^»
O
O
fA
a
C
N
O�
.n
O
O
apUo
'�
p
O
O
uoi
otal AFLP
ubconsultants
•otal FEE ESTIMATE - AGUIRRE & FIELDS, LP
r
N n
0 oo
`� e.
n N
.-.
—
r^, N
; L
O
»
F..'
h
M
N b
b
S
We
W
537,564.73 $7,239.75
n
w
Sttructural
jo
a z
..
_e
N.
as n
N N
H
209
pq� o
N
i H
y
i
C _
o
O
m
$0.00
Direct
Labor
O
ni
Sr. Structural
Fnnineer
c-
oo
g
$0.00
t
e
Direct ExpensesAmount
o Charge I $0.00
t Sr. Project
Manaeer
eoo
n
N rv—
—,nv—
rvN
men
Mn
b
b c.;
fn
Function Code Summary
a
m e
e
ON N
ON N
Oe ON
N N
b
n
�
4'
b
J
..
nNy�J
NyN
..y
.
.4
V]
Task
F.C. 170- Bridge Design
I. Project Management
a Site Visit
b- Review Meetings (Engineer)
c Comment Response
d Invoicing, Schedule, Monthly Reports
Subtotal Project Management
2. Bridge Design (Onion Branch Bridge)
a Bridge Optimization Study
b Bridge Layout
c. Typical Section for Bridge Layout
d Quantity Summary and Bearing Seat Elevations
e. Foundrtion Design
f Abutment Design
g. Interior Bent Design
h. Beam Layout Sheet
i- Prestressed Concrete Beam Unit Sheet
j Prestressed Beam Design & Beam Design Sheet
k. Standards
Subtotal Bridge Design (Onion Branch Bridge)
3. Construction Phase Services
I a Shop Plan Review
b Site Visits
Subtotal Construction Phase Serv'
tees
4. Retaining Wall Design
a Global Stability Analysis
Subtotal Retaining Wall Design
EXHIBIT "D-4"
PROPOSAL
23 January 2008
to: Robert Carrillo, P.E.
from: Charles M. Woodruff, Jr., Ph.D., P.G.
re: Chisholm Trail Geologic Assessment
The proposed work is to conduct field assessment of proposed upgrade of Chisholm Trail
(1.1 mi.) and Chisholm Parkway (0.17 mi.), encompassing project roadway/ROW and
including 50 -ft buffer outside both ROW limits, plus two water -quality ponds along
Onion Branch. Work products will include report, maps, and tables required for a
Geologic Assessment, per Edwards Aquifer Rules of Texas Commission on
Environmental Quality (TCEQ).
Approximate total area to be surveyed is 29 acres (plus area of the two ponds). Proposed
work will entail survey of stereoscopic aerial photography (check availability through
McGray and McGray Surveyors) and follow-up field work by two geologists. Surveyors
will also provide base map at engineering site -plan scale showing topography and
waypoints, ROW limits, plans of water -quality ponds, and any pertinent natural or
cultural features (drainage features, buildings, fence lines, etc.; an airphoto base with
overprint of topography, ROW, etc. will suffice). TCEQ regulations require traverses at
50 -ft centers. Note that surveyors will provide (uploaded) GPS waypoints along ROW,
but only a few points will be provided along the 50 -ft buffer limit, so time will be
required to establish these limits during the geologic field work. Any "significant"
features (per TCEQ) found during survey will be downloaded from geologists' GPS units
for inclusion on surveyors' project map.
Proposed work will entail field work over 4 days (8 man -days by two geologists) and
one -day follow up/finalization of TCEQ documents. Assuming base maps are provided
in a timely fashion, work will be completed within one month (four weeks) from time of
authorization.
Budget will entail a not -to -exceed fee for services of $8,560.00 and expenses (mileage,
copying, etc.) of $240.00. Total not -to -exceed charges are proposed to be $8,800.00.
Woodruff Geological Consulting, Inc.
711 West 14th Street
Austin, Texas 78701
phone/fax: 512-480-0335
e-mail: chockw@swbell.net
EXHIBIT E
Certificates of Insurance
Attached Behind This Page
CERTIFICATE OF LIABILITY INSURANCE
PRODUCER:
USI Southwest
7600-8 N. CaD. Of TX Hwy #200
Austin. Texas 28731
Phone:512-451-7555 E-mail:
INSURED:
Rodriquez Transportation Group, Inc.
11211 Taylor Draper Lane
Austin. Texas 78759
Phone:512-231-9544 E-mail:
EXHIBIT "E"
Date: 08/15/2008
TDI number required. Please refer to the
Texas Dept of Insurance website: htte:Ilwww.tdi.state.tx.usI
THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations
hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies,
and further hereinafter described. Exceptions to the policies are noted below.
CO TYPE OF POLICY EFFECTIVE EXPIRATION
LTR INSURANCE NUMBER DATE DATE
LIMITS
A GENERAL LIABILITY 61SBABY7300 03/12/08-03/12/09 GENERAL AGGREGATE $ 2,000,000
PRODUCTS-COMP/OP AGG.$ 2,000,000
PERSONAL & ADV. INJURY $1,000,000
EACH OCCURRENCE $1,000,000
FIRE DAMAGE (Any one fire) $300,000
MED. EXPENSE (Any one person)$10,000
B AUTOMOBILE LIABILITY 61 UECAG3344 03/12/08-03/12/09 COMBINED SINGLE LIMIT $1,000,000
BODILY INJURY (Per person)$
BODILY INJURY (Per accident) $
PROPERTY DAMAGE $
A EXCESS LIABILITY 61SBABY7300 03112/08-03/12/09 EACH OCCURRENCE $2,000,000.
AGGREGATE $2,000,000
B WORKERS' COMP. 61 WECJ02726 05/10/08-05/10/09 STATUTORY LIMITS $
AND EMPLOYERS' LIABILITY
EACH ACCIDENT $1,000,000
DISEASE - POLICY LIMIT $1,000,000
DISEASE - EACH EMPLOYEE $1,000,000
C PROFESSIONAL LIABILITY #EONG21674345 07/22/08-07/22/09 Each Claim $2,000,000
Aggregate $2,000,000
BUILDERS' RISK INSURANCE
OR INSTALLATION INSURANCE
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/SPECIAL ITEMS/EXCEPTIONS
The City of Round Rock Is named as additional insured with respect to all policies except 'Workers' Compensation and Employers'
Liability' and 'Professional Liability'. Should any of the above described policies be cancelled or changed before the expiration date
thereof, the issuing company will mall thirty (30) days written notice to the certificate holder named below.
CERTIFICATE HOLDER:
128384
00650 —1-2008
City Manager
City of Round Rock SIGNATU OF GENT LIC,EN E IN STATE OF TEXAS
221 E. Main Streetfi e
Round Rock, Texas 78664 ittlb t� ° r`' *'f9
Jv
Typed Name: tiJim Jimmerson, Vice Pres.
Page 2
Certificate of Liability Insurance
COMPANIES AFFORDING COVERAGE
TDI
A
Hartford Lloyds Ins. Co.
38600
B
Hartford Casualty ins. Co.
38525
C
Ace American Ins. Co.
42160
D
THIS IS TO CERTIFY THAT the Insured named above is insured by the Companies listed above with respect to the business operations
hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies used by the companies,
and further hereinafter described. Exceptions to the policies are noted below.
CO TYPE OF POLICY EFFECTIVE EXPIRATION
LTR INSURANCE NUMBER DATE DATE
LIMITS
A GENERAL LIABILITY 61SBABY7300 03/12/08-03/12/09 GENERAL AGGREGATE $ 2,000,000
PRODUCTS-COMP/OP AGG.$ 2,000,000
PERSONAL & ADV. INJURY $1,000,000
EACH OCCURRENCE $1,000,000
FIRE DAMAGE (Any one fire) $300,000
MED. EXPENSE (Any one person)$10,000
B AUTOMOBILE LIABILITY 61 UECAG3344 03/12/08-03/12/09 COMBINED SINGLE LIMIT $1,000,000
BODILY INJURY (Per person)$
BODILY INJURY (Per accident) $
PROPERTY DAMAGE $
A EXCESS LIABILITY 61SBABY7300 03112/08-03/12/09 EACH OCCURRENCE $2,000,000.
AGGREGATE $2,000,000
B WORKERS' COMP. 61 WECJ02726 05/10/08-05/10/09 STATUTORY LIMITS $
AND EMPLOYERS' LIABILITY
EACH ACCIDENT $1,000,000
DISEASE - POLICY LIMIT $1,000,000
DISEASE - EACH EMPLOYEE $1,000,000
C PROFESSIONAL LIABILITY #EONG21674345 07/22/08-07/22/09 Each Claim $2,000,000
Aggregate $2,000,000
BUILDERS' RISK INSURANCE
OR INSTALLATION INSURANCE
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/SPECIAL ITEMS/EXCEPTIONS
The City of Round Rock Is named as additional insured with respect to all policies except 'Workers' Compensation and Employers'
Liability' and 'Professional Liability'. Should any of the above described policies be cancelled or changed before the expiration date
thereof, the issuing company will mall thirty (30) days written notice to the certificate holder named below.
CERTIFICATE HOLDER:
128384
00650 —1-2008
City Manager
City of Round Rock SIGNATU OF GENT LIC,EN E IN STATE OF TEXAS
221 E. Main Streetfi e
Round Rock, Texas 78664 ittlb t� ° r`' *'f9
Jv
Typed Name: tiJim Jimmerson, Vice Pres.
Page 2
Certificate of Liability Insurance