R-03-08-28-10F5 - 8/28/2003RESOLUTION NO. R -03-08-28-10F5
WHEREAS, the City of Round Rock has previously entered into an
Agreement for Engineering Services with Lockwood, Andrews & Newman,
Inc. for the Round Rock West Street Improvements Project, and
WHEREAS, Lockwood, Andrews & Newman, Inc. has submitted
Supplemental Agreement No. 1 to the Agreement for Engineering Services
for a change in the scope of services, and
WHEREAS, the City Council desires to enter into said Supplemental
Agreement No. 1 with Lockwood, Andrews & Newman, Inc., Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on
behalf of the City Supplemental Agreement No. 1 to the Agreement for
Engineering Services with Lockwood, Andrews & Newman, Inc., a copy of same
being attached hereto as Exhibit "A" and incorporated herein for all
purposes.
The City Council hereby finds and declares that written notice of
the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to the
public as required by law at all times during which this Resolution and
the subject matter hereof were discussed, considered and formally acted
upon, all as required by the Open Meetings Act, Chapter 551, Texas.
Government Code, as amended.
RESOLVED this 28th day of August, 20
ST:
./i/AC
NYL.i i'" or
Ci y .f Round Rock, Texas
CHRISTINE R. MARTINEZ, City Secre
@PFDesktop\:: ODMH,WORLDOX/O:/WDOX/RESOLUTI/R30828F5.WPD/rmc
ary
STATE OF TEXAS
COUNTY OF WILLIAMSON
SUPPLEMENTAL AGREEMENT NO. 1
TO AGREEMENT FOR ENGINEERING SERVICES
WITH LOCKWOOD, ANDREWS & NEWMAN, INC. FOR THE
G.O. BOND 2002 - VARIOUS ROUND ROCK WEST STREET IMPROVEMENTS
PROJECT
This Supplemental Agreement No. 1, to Agreement for Engineering Services is made by and
between the City of Round Rock, Texas, hereinafter called the "City" and Lockwood, Andrew &
Newman, Inc., hereinafter called the "Engineer".
WHEREAS, the City and Engineer executed an Agreement for Engineering Services,
hereinafter called the "Agreement", on the 14th day of November, 2002 for Round Rock West -
Various Street Improvements Project; and
WHEREAS, it has become necessary to amend the Agreement to modify the provisions for the
scope of services, modify the compensation, and to extend the Agreement; and
NOW THEREFORE, premises considered, the City and the Engineer agree that said
Agreement is amended as follows:
I
Article 2, Scope of Services to be Performed By Engineer and Exhibit B, Services to be
Performed by The Engineer shall be amended as set forth in the attached Addendum to Exhibit
B.
II
Article 3, Agreement Period, shall be amended to extend the Agreement period from November
14, 2003 to September 6, 2004.
III
Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing the cost by
$126,138.00, the lump sum amount payable under the Agreement for a total of $178,638.00.
53618
RRW street imp-supp-1
EXHIBIT
a
9 D "A"
Supplemental Agreement - Rev. 4/2/03
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Agreement in duplicate.
LOCKWOOD, ANDREW & NEWMAN, INC.
By:
Brian . Rice, P.E., Regional Manager
8//3
Date
CITY OF ROUND ROCK
By:
Nyle Maxwell, Mayor
Date
2 of 2
53618
RRW street imp -Supp -1
Supplemental Agreement - Rev. 4/2/03
CITY OF ROUND ROCK AGREEMENT
FOR ENGINEERING SERVICES WITH
Lockwood, Andrews & Newnam, Inc.
G.O. Bond 2002 — Various Round Rock West Street
LIST OF EXHIBITS ATTACHED
(1) Exhibit A "Services to be Performed by City"
(2) Exhibit B "Services to be Performed by Engineer"
(3) Exhibit C "Work Schedule"
(4) Exhibit D "Fee Schedule"
(5) Exhibit E "Work Authorizations"
(6) Exhibit F "Certificates of Insurance"
CITY OF ROUND ROCK AGREEMENT
FOR ENGINEERING SERVICES WITH
Lockwood, Andrews & Newnam, Inc.
G.O. Bond 2002 — Various Round Rock West Street
EXHIBIT A
"Services to be Performed by City"
The scope of services to be performed by the City is to facilitate the preliminary
engineering for street and water rehabilitation improvements in the Round Rock West
area generally bounded by: McNeil Road to the south, Round Rock West Drive to the
east, Deep Wood Drive to the west, and Westwood Drive, Glenda Drive and Dragon
Drive to the north, by administering this contract and by:
1. Providing to the engineer, without charge, copies as needed of all available maps,
plans, as -built drawings, and any other information relevant to the project.
2. Providing to the engineer, without charge, electronic copies as needed of aerial maps
of the area within the scope of the project.
3. Meeting with the engineer on occasion to review work in progress, to comment on the
work and to discuss the work with or answer questions from the engineer.
4. Providing general conditions and other front end documentation as required for the
project manual.
CITY OF ROUND ROCK AGREEMENT
FOR ENGINEERING SERVICES WITH
Lockwood, Andrews & Newnam, Inc.
G.O. Bond 2002 — Various Round Rock West Street
EXHIBIT B
"Services to be Performed by the Engineer"
The scope of services to be performed by the Engineer is to provide professional services
including preparation of construction drawings, contract specifications, bidding and
construction phase services for both Utility Replacement and the Blue Tubing Project.
Services to be performed by the Engineer for the Utility Replacement include the
following:
1. Prepare plans and specifications for the replacement of approximately 15,000 linear
feet of 8 -inch water lines with 8 -inch PVC C900 water line on Walsh, Westwood
Drive, Lakewood Lane, Bonwood Drive, Aqualine Cove, Abbey Road, Penny Lane,
Deer Run, Blue Jay Way, and the portions of St. Williams Drive between Bluff and
McNeil. The plan sheets of these water line replacements will be prepared at a scale
of 1" = 50' on 11" x 17" sheets and will include the following:
a. Plan drawings showing the horizontal location of the proposed water lines.
b. Details at each connection to existing mains, contractor will be instructed to not
perform size -on -size taps on A/C mains.
c. Traffic control plans for the water line replacement. LAN is assuming that the
traffic control plans will consist of details showing typical traffic control setup for
each type of situation where the construction will occur. Plans will include a
general layout, sequencing of construction, construction details, typical details,
and notes. This does not include time to design a detailed plan for every foot of
line replacement.
Services to be performed by the Engineer for the Blue Tubing Replacement include the
following:
2. Prepare plans and specifications for the replacement of all existing services. These
plans will be included in the overall plan set for the utility project.
a. In the areas of Utility Replacement, the replacement of services will be included
on the plan sheets.
b. For the areas where there is no water line replacement, an overall plan drawing of
the area will be used to illustrate the approximate location of the service
replacements.
c. Use standard notes and details developed by the City where appropriate.
d. Services will be designed to project from the existing meter to tie in perpendicular
to the main. Where service taps are under existing driveways, the meter will be
relocated and the service tap moved out of the limits of the driveway.
e. A traffic control plan will be developed showing a typical set up for traffic during
the service line replacements.
Services to be performed by the Engineer for both the Utility Replacement and the Blue
Tubing Placement include the following:
5. Preparation of a Project Manual including specifications provided by LAN and
contract documents developed by the City of Round Rock. LAN will incorporate any
City of Round Rock specifications as necessary.
6. Provide an engineer's opinion of probable cost at each submittal, assuming that
drawing submittals will be 50% complete, and drawings and specifications at 90%
complete, and final.
7. Assist in the Bidding of this project by issuing plans to bidders, answering questions,
preparing addenda as necessary, conducting a pre-bid conference, and preparing the
bid tab.
8. Assist during Construction by reviewing submittals, conducting bi-weekly site visits,
reviewing pay -estimates, and performing an observation upon completion of
construction.
CITY OF ROUND ROCK AGREEMENT
FOR ENGINEERING SERVICES WITH
Lockwood, Andrews & Newnam, Inc.
G.O. Bond 2002 — Various Round Rock West Street
EXHIBIT C
WORK SCHEDULE
(Behind this page)
I 13 I Final Approval
1
15 days I Tue 3/2/041 Mon 3/22/04 I M 11
Task Summary ^ Rolled Up Progress - Deadline V
Split Rolled Up Task Extemal Tasks
Progress IIIIIMMMIIIIIN Rolled Up Split Project Summary 41111110111111111.111.
Milestone ♦ Rolled Up Milestone 0 External Milestone .
m
ce
as
a
Project: RR West Utility Design Sched
Date: Mon 8/11/03
CITY OF ROUND ROCK AGREEMENT
FOR ENGINEERING SERVICES WITH
Lockwood, Andrews & Newnam, Inc.
G.O. Bond 2002 — Various Round Rock West Street
EXHIBIT D
FEE SCHEDULE
TABLE 1: Utility Relocation Hour Estimate
HOURS
Project
Project
Staff
CADD
DESIGN PHASE
Principal
Manager
Engineer
Engineer
Technician
Clerical
Total
Coordinate with Surveyor
1
12
4
17
Prepare Construction Drawings
Cover Sheet
2
2
4
General Notes
2
2
6
10
Traffic Control Sheets, 4 sheets
4
16
96
116
Water Line Plan Sheets, 25 sheets
4
50
50
200
304
Water Line Details
2
4
8
14
Contract Specifications
Prepare Technical Specifications
4
8
24
0
32
68
Assemble General Conditions and
Contract Documents
2
8
8
8
12
38
Construction Cost Estimate
0
8
24
8
4
44
LAN Design Phase Labor Total
0
15
94
126
332
48
615
BIDDING PHASE
Bid Phase
Issue plans to bidding office
4
4
8
Pre-bid Conference
2
4
6
Answer bidders questions
2
4
6
Issue addendums
2
4
8
14
Prepare bid tab & analyze
contractor qualifications
1
2
4
7
LAN Bid Phase Labor Total
0
1
8
20
0
12
41
CONSTRUCTION PHASE
Bi -weekly site visit / progress
meeting (8 months)
16
32
48
Review Shop Drawings
4
8
16
8
36
Conduct Observation Upon
Completion of Constr
8
8
16
Review Pay Estimates
8
8
LAN Construction Phase Labor
Total
4
40
56
0
8
108
TABLE 2: Utility Relocation Expense Estimate
DESIGN PHASE
Printing
Copies
Sheets/
Copy
Cost/
Sheet
Cost
50% Pans - 5 sets
5
32
$ 0.15
$ 24.00
95% Plans - 5 sets
5
32
$ 0.15
$ 24
95% Project Manual - 5 sets
5
150
$ 0.06
$ 45
100% Plans - 5 sets
5
32
$ 0.15
$ 24
100% Project Manual - 5 sets
5
150
$ 0.06
$ 45
Rate
Quantity
Mileage
$ 0.35
180
$ 63
Mail and Delivery
$ 20.00
5
$ 100
Subtotal Design Phase ODCs
$ 325
BIDDING PHASE
Printing
Copies
Sheets/
Copy
Cost/
Sheet
Cost
Bid Plans
5
32
$ 0.15
$ 24
Project Manuals
5
150
$ 0.06
$ 45
Rate
Quantity
Mileage
$ 0.35
60
$ 21
Mail and Delivery
$ 20.00
10
$ 200
Subtotal Bid Phase Printing
$ 290
CONSTRUCTION PHASE
Printing
Construction Docs - 10 sets of Plans
10
32
$ 0.15
$ 48
Construction Docs - 10 Project Manuals
10
150
$ 0.06
$ 90
Rate
Quantity
Mileage
$ 0.35
720
$ 252
Mail and Delivery
$ 20.00
8
$ 160
Subtotal Constr Phase Printing
$ 550
TABLE 3: Utility Relocation Hour Summary
DESIGN PHASE
HOURS
SALARY
DIRECT LABOR COST
Principal
0
$ 48.00
$ -
Project Manager
15
$ 42.00
$ 630
Project Engineer
94
$ 28.00
$ 2,632
Staff Engineer
126
$ 23.00
$ 2,898
CADD Designer
332
$ 22.00
$ 7,304
Clerical
48
$ 14.00
$ 672
Subtotal
615
$ 14,136
BID PHASE
HOURS
SALARY
DIRECT LABOR COST
Principal
0
$ 48.00
$ -
Project Manager
1
$ 42.00
$ 42
Project Engineer
8
$ 28.00
$ 224
Staff Engineer
20
$ 23.00
$ 460
CADD Designer
0
$ 22.00
$ -
Clerical
12
$ 14.00
$ 168
Subtotal
41
$ 894
CONSTRUCTION PHASE
HOURS
SALARY
DIRECT LABOR COST
Principal
0
$ 48.00
$ -
Project Manager
4
$ 42.00
$ 168
Project Engineer
40
$ 28.00
$ 1,120
Staff Engineer
56
$ 23.00
$ 1,288
CADD Designer
0
$ 22.00
$ -
Clerical
8
$ 14.00
$
112
Subtotal
108
$ 2,688
TABLE 4: Total Cost Utility Relocation
TOTAL COST
1 $ 43,381
1 $ 2,744
N
1
HW
M
1
Eft
$ 45,1651
CO
co
119
CA
Of
VP
FIXED FEE
12%
CO
d
EA
N
EF}
CMO
EA
03
16
V>
CCCM )
CO
$ 290
$ 550
1-
TOTAL I
$ 44,0001
$ 44,0001
TOTAL
LABOR+OVHD
M
f.-
o
01
Ef3
1 $ 2,450
CCOO
Cr)
^
H}
$ 48,547
MARK-UP
0
CA
OVERHEAD
174%
$ 24,597
CO
10
T
EA
N.
coo
. v
Ef}
$ 30,829
BASE
$ 40,000
DIRECT LABOR
$ 14,136
CA
CO
CO
v)
CO
CO
CV
Ei3
1 -
r
EA
Q
H
Surveying
LABOR COSTS
Design Phase
Bid Phase
Construction Phase
(TOTAL LABOR COSTS
DIRECT COSTS:
Expenses
Design Phase
Bid Phase
Construction Phase
Total Expenses
(Sub -Contracts
'Total Sub -Contracts
(TOTAL DIRECT COSTS
(TOTAL COST
TABLE 5: Blue Tubing Replacement Hour Estimate
HOURS
Project
Project
Staff
CADD
DESIGN PHASE
Principal
Manager
Engineer
Engineer
Technician
Clerical
Total
Prepare Construction Drawings
General Notes
2
4
8
14
Traffic Control Sheets, 1 sheets
4
8
0
24
36
Water Line Plan Sheets, 3 sheets
4
24
8
48
84
Water Line Details
2
4
8
14
Contract Specifications
Prepare Technical Specifications
4
4
8
0
12
28
Assemble General Conditions and
Contract Documents
2
2
2
4
4
14
Construction Cost Estimate
1
2
8
4
10
25
LAN Design Phase Labor Total
0
15
44
34
96
26
215
Project
Project
Staff
CADD
BIDDING PHASE
Principal
Manager
Engineer
Engineer
Technician
Clerical
Total
Bid Phase
Issue plans to bidding office
2
4
6
Collect plan fees
2
8
10
Pre-bid Conference
2
2
4
Answer bidders questions
2
4
6
Issue addendums
2
4
8
14
Prepare bid tab & analyze
contractor qualifications
2
4
4
10
LAN Bid Phase Labor Total
0
2
10
18
0
20
50
Project
Project
Staff
CADD
CONSTRUCTION PHASE
Principal
Manager
Engineer
Engineer
Technician
Clerical
Total
Bi -weekly site visit / progress
meeting (8 months)
16
32
48
Review Shop Drawings
4
4
12
8
28
Conduct Observation Upon
Completion of Constr
8
8
16
Review Pay Estimates
4
4
LAN Construction Phase Labor
Total
4
32
52
0
8
96
TABLE 6: Blue Tubing Replacement Expenses
DESIGN PHASE
Printing
Copies
Sheets/
Copy
Cost/
Sheet
Cost
50% Plans - 5 sets
5
6
$ 0.15
$ 4.50
95% Plans - 5 sets
5
6
$ 0.15
$ 5
95% Project Manual - 5 sets
5
20
$ 0.06
$ 6
100% Plans - 5 sets
5
6
$ 0.15
$ 5
100% Project Manual - 5 sets
5
20
$ 0.06
$ 6
Rate
Quantity
Mileage
$ 0.35
60
$ 21
Mail and Delivery
$ 20.00
2
$ 40
Subtotal Design Phase ODCs
$ 87
BIDDING PHASE
Printing
Copies
Sheets/
Copy
Cost/
Sheet
Cost
Bid Plans
5
6
$ 0.15
$ 5
Project Manuals
5
30
$ 0.06
$ 9
Rate
Quantity
Mileage
$ 0.35
30
$ 11
Mail and Delivery
$ 20.00
3
$ 60
Subtotal Bid Phase Printing
$ 84
CONSTRUCTION PHASE
Printing
Construction Docs - 10 sets of Plans
10
6
$ 0.15
$ 9
Construction Docs - 10 Project Manuals
10
30
$ 0.06
$ 18
Rate
Quantity
Mileage
$ 0.35
240
$ 84
Mail and Delivery
$ 20.00
4
$ 80
Subtotal Constr Phase Printing
$ 191
TABLE 7: Blue Tubing Replacement Hour SUmmary
DESIGN PHASE
HOURS
SALARY
DIRECT LABOR COST
Principal
0
$ 48.00
$ -
Project Manager
15
$ 42.00
$ 630
Project Engineer
44
$ 28.00
$ 1,232
Staff Engineer
34
$ 23.00
$ 782
CADD Designer
96
$ 22.00
$ 2,112
Clerical
26
$ 14.00
$ 364
Subtotal
215
$ 5,120
BID PHASE
HOURS
SALARY
DIRECT LABOR COST
Principal
0
$ 48.00
$ -
Project Manager
2
$ 42.00
$ 84
Project Engineer
10
$ 28.00
$ 280
Staff Engineer
18
$ 23.00
$ 414
CADD Designer
0
$ 22.00
$ -
Clerical
20
$ 14.00
$ 280
Subtotal
50
$ 1,058
CONSTRUCTION PHASE
HOURS
SALARY
DIRECT LABOR COST
Principal
0
$ 48.00
$ -
Project Manager
4
$ 42.00
$ 168
Project Engineer
32
$ 28.00
$ 896
Staff Engineer
52
$ 23.00
$ 1,196
CADD Designer
0
$ 22.00
$ -
Clerical
8
$ 14.00
$ 112
Subtotal
96
$ 2,372
TABLE 8: Blue Tubing Replacement Total Cost
TOTAL COST I
CNI
P.
r
ER
Ps
N
C
ER
r-
N
n
Eft
COC
N
co
EA
CO
Cr)
E?
0
CD
CO
N
ER
FIXED FEE
12%
OO
C
r
ER
1 $ 348
CO
ER
-
C1
ER
$ 87
CO
ER
0)
Ef}
3621
TOTAL
LABOR+OVHD
$ 14,029
0)
0)
C)
N
O)
0)
d'
CO
$ 23,427
OVERHEAD
174%
O
O
O
CA
o
EA
V'
CO.,
T
El9
N-
N
.-
y
ER
$ 14,877
DIRECT LABOR
0
N
T-
(0
Ee
$ 1,058
N
r-
CO
CV
E!}
0
LO
In
CO
ER
LABOR COSTS
Design Phase
Bid Phase
Construction Phase
NOTAL LABOR COSTS
DIRECT COSTS:
Expenses
Design Phase
Bid Phase
Construction Phase
Total Expenses
'TOTAL DIRECT COSTS
'TOTAL COST
CITY OF ROUND ROCK AGREEMENT
FOR ENGINEERING SERVICES WITH
Lockwood, Andrews & Newnam, Inc.
G.O. Bond 2002 — Various Round Rock West Street
EXHIBIT E
WORK AUTHORIZATIONS
(Behind this page)
CITY OF ROUND ROCK AGREEMENT
FOR ENGINEERING SERVICES WITH
Lockwood, Andrews & Newnam, Inc.
G.O. Bond 2002 - Various Round Rock West Street
EXHIBIT F
CERTIFICATES OF INSURANCE
(Behind this page)
CERTIFICATE OF LIABILITY INSURANCE
Date: 8/13/2003
PROFESSIONAL SERVICES
PRODUCER COMPANIES AFFORDING COVERAGE
LOCKTON COMPANIES
444 W. 47TH STREET, SUITE 900 A CNA INSURANCE (VICTOR O. SCHINNERER)
KANSAS CITY, MO 64112-1906
B LEXINGTON INS. CO.
INSURED
LOCKWOOD, ANDREWS & NEWNAM, INC. C
ATTN: MR. JOHN CHROSTEK
2925 BRIARPARK DRIVE D
HOUSTON, TX 77042
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 INSURANCE POLICY EFFECTIVE EXPIRATION
LTR NUMBER DATE DATE
LIMITS
A PROFESSIONAL LIAB(33.33%) AEA006161340 06/10/2003 06/10/2004 $15,000,000 EACH CLAIM/
B PROFESSIONAL LIAB(66.67%) 1323253 06/10/2003 06/10/2004 AND ANNUAL AGGREGATE
DESCRIPTION OF SPECIAL ITEMS/EXCEPTIONS
LAN PROJECT: CONSTRUCTION PHASE SERVICES
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 of Round Rock
221 E. Main Street
Round Rock, Texas 78664
attn: Christine Martinez, City Secretary
Rev'd 2/10/03 - Professional Liability Certificate.doc
SIGNATURE OF AUTHORIZED REPRESENTATIVE
/dtiti9
Typed Name: GROVER B. SIMPSON
Title: PRESIDENT, PROPERTY & CASUALTY,LOCKTON COMPANIES
ACORD.. CERTIFICATE OF LIABILITY INSURANCE
01/01/2004
DATE (MM/DD/YY)
07/28/2003
PRODUCER
LOCKTON COMPANIES
444 W. 47th Street, Suite 900
KANSAS CITY, MO 64112-1906
(816) 960-9000
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURED
1027788 LOCKWOOD, ANDREWS & NEWNAM, INC.
ATTN: MR. JOHN CHROSTEK
2925 BRIARPARK DRIVE
HOUSTON, TX 77042
INSURERA: VALLEY FORGE INSURANCE CO. (CNA)
INSURERB: TRANSPORTATION INSURANCE CO. (CNA)
INSURER C: AMERICAN INTERNATIONAL•
INSURER D : *SPECIALTY LINES INSURANCE COMPANY
INSURER E :
COVERAGE
PC
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSPOLICY
1T9
TYPE OF INSURANCE
POLICY NUMBER
EFFECTIVE
nATF (MMmn/YY4
POLICY EXPIATION
naTF (MMmnrvY)
LIMITS
B
GENERAL
LIABILITY
COMMERCIAL GENERAL LIABILITY
C1017317309
01/01/2003
01/01/2004
EACH OCCURRENCE
$ 1.000,000
X
FIRE DAMAGE (Any
$ 100,000
CLAIMS MADE X OCCUR
one Orel
MED EXP (Any
$ 5 000
X
CONTRACTUAL
one person)
PERSONAL & ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
s 2,000.000
GENL AGGREGATE LIMIT APPLIES PER:
—7
2.000 000
POLICY I C I JECT LOC
PRODUCTS - COMP/OP AGG
$
A
AUTOMOBILE
LLABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
TEXAS PIP -BASIC
C1017317312
01/01/2003
01/01/2004
COMBINED SINGLE LIMIT
(Ea accident)
$ 1,000,000
X
BODILY INJURY
(Per person)
$ 10000CXt
X
BODILY INJURY
(Per accident)
$ LXX
X
X
PROPERTY DAMAGE
(Per accident)
$ XXXXXXX
GARAGE
LIABILITY
ANY AUTO
NOT APPLICABLE
AUTO ONLY - EA ACCIDENT
$ XXXXXXX
OTHER THAN EA ACC
$ XXXXXXX
AUTO ONLY: AGG
$ LXX
C
EXCESS LIABILITY
BE 9414206
01/01/2003
01/01/2004
EACH OCCURRENCE
$ 20,000,000
X I OCCUR CLAIMS MADE
AGGREGATE
$ 20,000.000
$ 3c0000p(
UMBRELLA
DEDUCTIBLE FORM
s XXXXXXX
X
RETENTION $ 10,000
$ XXXXXXX
A
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
WC 131765991
01/01/2003
01/01/2004
X TORYTLIIMITS 24H -
E.L EACH ACCIDENT
$ 1,000,000
E.L DISEASE - EA EMPLOYEE
$ 1,000,000
E.L. DISEASE - POLICY LIMIT
$ 1,000,000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
LAN P R O JE C T: CONSTRUCTION PHASE SERVICES. CITY OF R O U N D ROCK IS ADDITIONAL INSURED AS RESPECTS GENERAL AND
AUTO LIABILITY IF R E Q U IR B D BY WRITTEN CONTRACT.
I
CERTIFICATE HOLDER
ADDITIONAL INSURED. INSURER LETTER
1855154
CITY OF ROUND ROCK
ATTN: CITY MANAGER
221 E. MAIN STREET
ROUND ROCK TX 78664
ACORD 25-8 (7/97)
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WLL ENDEAVOR TO MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FALURE TO DO SO SHALL
POSE NO OBLIGATION OR LIABLITY OF ANY KIND UPON THE INSURER. ITS AGENTS OR
REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
ACO = D CORPORATION 1988
ACORD,. CERTIFICATE OF LIABILITY INSURANCE 06/10/2004
PRODUCER
LOCKTON COMPANIES
444 W. 47th Street, Suite 900
KANSAS CITY, MO 64112-1906
(816) 960-9000
DATE (MM/DD/TY)
07/28/2003
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURED
1027790 LOCKWOOD, ANDREWS & NEWNAM, INC.
ATTN: MR. JOHN CHROSTEK
2925 BRIARPARK DRIVE
HOUSTON, TX 77042
INSURERA: CNA INSURANCE COMPANIES
INSURERB: LEXINGTON INS. COMPANY
INSURER C :
INSURER D :
INSURER E :
COVE
PC
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
MSR
J rQ
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATF (YMmnren
POLICY EXPIRATION
DATF (MMrtN1/YY)
LIMITS
GENERAL
LABILITY
COMMERCIAL GENERAL LIABILITY
NOT APPLICABLE
EACH OCCURRENCE
$
XXX {
FIRE DAMAGE (Any fire)
$ X)00000(
CLAIMS MADE OCCUR
one
MED EXP (Any
$ XXXXXXX
one oersonl
PERSONAL & ADV INJURY
$ )00 IX
GENERAL AGGREGATE
$ SIC
GEN'L AGGREGATE LIMIT APPLIES PER:
XXXXXXX
PRO -
POLICY JECT LOC
PRODUCTS - COMP/OP AGG
$
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
NOT APPLICABLE
COMBINED SINGLE LIMIT
(Ea accident)
$
XXXXXXX
BODILY INJURY
(Per person)
$
X 0(XXXX
BODILY INJURY
(Per accident)
$
XXXXXXX
PROPERTY DAMAGE
(Per accident)
s
XXXXXXX
GARAGE
LIABILITY
ANY AUTO
NOT APPLICABLE
AUTO ONLY - EA ACCIDENT
$
XXXXXXX
OTHER THAN EA ACC
$
XXXXXXX
AUTO ONLY: AGG
$
XXXXXXX
EXCESS
LIABILITY
OCCUR CLAIMS MADE
NOT APPLICABLE
EACH OCCURRENCE
$
XXXXXXX
AGGREGATE
$
IX
$ XX,0000(
UMBRELLA
DEDUCTIBLE FORM
$
XXXXXXX
RETENTION $
$
XXXXXXX
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
NOT APPLICABLE
WC STATU- OTH-
TORYS LIMITS ER
E.L. EACH ACCIDENT
$
XXXXXXX
E.L. DISEASE - EA EMPLOYEE
$
XXXXXXX
E.L. DISEASE - POLICY LIMIT
$
X 000(XX
A
B
OTHER
PROF LIAR(33.33%) PROF
LIAB (66.67%)
AEA00-616-13-40
1323253
06/10/2003
06/10/2003
06/10/2004
06/10/2004
EACH CLAIM SI5,000,000 ANNUAL
AGGREGATE$15,000,000
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/E(CLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
LANPROJECT: CITY CONTRACT W0079.20.004, WEST STREET REHAB.
I
CERTIFICATE HOLDER
ADDITIONAL INSURED. INSURER LETTER
CANCELLATION
1855152
CITY OF ROUND ROCK
ATTN: CITY MANAGER
221 E. MAIN STREET
ROUND ROCK TX 78664
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WLL ENDEAVOR TO MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FALURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABLITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
AC ORD 25-9 (7197)
AUTHORIZED REPRESENTATIVE
e ACO D CORPORATION 1988
N
SCALE: 1" = 1000'
2001 G.O. BOND
VARIOUS ROUND ROCK WEST
STREETS
ROUND ROCK, TEXAS
PURPOSE PASSION. PROSPERITY
DATE: August 22, 2003
SUBJECT: City Council Meeting - August 28, 2003
ITEM: *10.F.5. Consider a resolution authorizing the Mayor to execute
Supplemental Agreement No. 1 to the Agreement No. 1 to
the Agreement for Engineering Services with Lockwood,
Andrews & Newman, Inc. for the G.O. Bond Round Rock
West Street Project.
Resource:
History:
Tom Word, Chief of Public Works Operations
Danny Ha!den, City Engineer
Alysha Girard, Development Services Manager
The original contract was approved on November 14, 2002 by
resolution no.R-2002-11-14-13B7 for preliminary design plans for
water main replacements, water service replacements and street
repairs. Supplemental Agreement No. 1 will provide the final
design, construction documents and contract administration for
this project. Supplemental Agreement No. 1 is increasing the
contract in the amount of $126,138, which will bring the total cost
of the contract to $178,638.
Funding:
Cost: $ 126,138
Source of funds: $ 99,538 Capital Project Funds (2001 G. O. Bond)
$ 26,600 Blue Tubing Replacement Program
Outside Resources: Lockwood, Andrews & Newman, Inc.
Impact/Benefit:
Address problems with water mains that do not meet
current standards and that have been problematic. This
project is to carefully examine and correct street or
drainage problems, and to provide street maintenance.
Public Comment: N/A
Sponsor: N/A
EXECUTED
DOCUMENT
FOLLOWS
STATE OF TEXAS
COUNTY OF WILLIAMSON
SUPPLEMENTAL AGREEMENT NO. 1
TO AGREEMENT FOR ENGINEERING SERVICES
WITH LOCKWOOD, ANDREWS & NEWMAN, INC. FOR THE
G.O. BOND 2002 - VARIOUS ROUND ROCK WEST STREET IMPROVEMENTS
PROJECT
This Supplemental Agreement No. 1, to Agreement for Engineering Services is made by and
between the City of Round Rock, Texas, hereinafter called the "City" and Lockwood, Andrew &
Newman, Inc., hereinafter called the "Engineer".
WHEREAS, the City and Engineer executed an Agreement for Engineering Services,
hereinafter called the "Agreement", on the le day of November, 2002 for Round Rock West -
Various Street Improvements Project; and
WHEREAS, it has become necessary to amend the Agreement to modify the provisions for the
scope of services, modify the compensation, and to extend the Agreement; and
NOW THEREFORE, premises considered, the City and the Engineer agree that said
Agreement is amended as follows:
I
Article 2, Scope of Services to be Performed By Engineer and Exhibit B, Services to be
Performed by The Engineer shall be amended as set forth in the attached Addendum to Exhibit
B.
II
Article 3, Agreement Period, shall be amended to extend the Agreement period from November
14, 2003 to September 6, 2004.
III
Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing the cost by
$126,138.00, the lump sum amount payable under the Agreement for a total of $178,638.00.
1 oft
53618
RRW street imp-supp-1
P—O3—d8—a8-10F5
Supplemental Agreement - Rev. 4/2/03
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Agreement in duplicate.
LOCKWOOD, ANDREW & NEWMAN, INC.
By:
Date
Brian D. Rice, P.E., Regional Manager
CITY OF RO /ND RO
Ny ,�'%�ell �/or
By:
8c 8O3
Date
2 of 2
53618
RRW street imp-supp-1
Supplemental Agreement - Rev. 4/2/03
CITY OF ROUND ROCK AGREEMENT
FOR ENGINEERING SERVICES WITH
Lockwood, Andrews & Newnam, Inc.
G.O. Bond 2002 — Various Round Rock West Street
LIST OF EXHIBITS ATTACHED
(1) Exhibit A "Services to be Performed by City"
(2) Exhibit B "Services to be Performed by Engineer"
(3) Exhibit C "Work Schedule"
(4) Exhibit D "Fee Schedule"
(5) Exhibit E "Work Authorizations"
(6) Exhibit F "Certificates of Insurance"
CITY OF ROUND ROCK AGREEMENT
FOR ENGINEERING SERVICES WITH
Lockwood, Andrews & Newnam, Inc.
G.O. Bond 2002 — Various Round Rock West Street
EXHIBIT A
"Services to be Performed by City"
The scope of services to be performed by the City is to facilitate the preliminary
engineering for street and water rehabilitation improvements in the Round Rock West
area generally bounded by: McNeil Road to the south, Round Rock West Drive to the
east, Deep Wood Drive to the west, and Westwood Drive, Glenda Drive and Dragon
Drive to the north, by administering this contract and by:
1. Providing to the engineer, without charge, copies as needed of all available maps,
plans, as -built drawings, and any other information relevant to the project.
2. Providing to the engineer, without charge, electronic copies as needed of aerial maps
of the area within the scope of the project.
3. Meeting with the engineer on occasion to review work in progress, to comment on the
work and to discuss the work with or answer questions from the engineer.
4. Providing general conditions and other front end documentation as required for the
project manual.
CITY OF ROUND ROCK AGREEMENT
FOR ENGINEERING SERVICES WITH
Lockwood, Andrews & Newnam, Inc.
G.O. Bond 2002 — Various Round Rock West Street
EXHIBIT B
"Services to be Performed by the Engineer"
The scope of services to be performed by the Engineer is to provide professional services
including preparation of construction drawings, contract specifications, bidding and
construction phase services for both Utility Replacement and the Blue Tubing Project.
Services to be performed by the Engineer for the Utility Replacement include the
following:
1. Prepare plans and specifications for the replacement of approximately 15,000 linear
feet of 8 -inch water lines with 8 -inch PVC C900 water line on Walsh, Westwood
Drive, Lakewood Lane, Bonwood Drive, Aqualine Cove, Abbey Road, Penny Lane,
Deer Run, Blue Jay Way, and the portions of St. Williams Drive between Bluff and
McNeil. The plan sheets of these water line replacements will be prepared at a scale
of 1" = 50' on 11" x 17" sheets and will include the following:
a. Plan drawings showing the horizontal location of the proposed water lines.
b. Details at each connection to existing mains, contractor will be instructed to not
perform size -on -size taps on A/C mains.
c. Traffic control plans for the water line replacement. LAN is assuming that the
traffic control plans will consist of details showing typical traffic control setup for
each type of situation where the construction will occur. Plans will include a
general layout, sequencing of construction, construction details, typical details,
and notes. This does not include time to design a detailed plan for every foot of
line replacement.
Services to be performed by the Engineer for the Blue Tubing Replacement include the
following:
2. Prepare plans and specifications for the replacement of all existing services. These
plans will be included in the overall plan set for the utility project.
a. In the areas of Utility Replacement, the replacement of services will be included
on the plan sheets.
b. For the areas where there is no water line replacement, an overall plan drawing of
the area will be used to illustrate the approximate location of the service
replacements.
c. Use standard notes and details developed by the City where appropriate.
d. Services will be designed to project from the existing meter to tie in perpendicular
to the main. Where service taps are under existing driveways, the meter will be
relocated and the service tap moved out of the limits of the driveway.
e. A traffic control plan will be developed showing a typical set up for traffic during
the service line replacements.
Services to be performed by the Engineer for both the Utility Replacement and the Blue
Tubing Placement include the following:
5. Preparation of a Project Manual including specifications provided by LAN and
contract documents developed by the City of Round Rock. LAN will incorporate any
City of Round Rock specifications as necessary.
6. Provide an engineer's opinion of probable cost at each submittal, assuming that
drawing submittals will be 50% complete, and drawings and specifications at 90%
complete, and final.
7. Assist in the Bidding of this project by issuing plans to bidders, answering questions,
preparing addenda as necessary, conducting a pre-bid conference, and preparing the
bid tab.
8. Assist during Construction by reviewing submittals, conducting bi-weekly site visits,
reviewing pay -estimates, and performing an observation upon completion of
construction.
CITY OF ROUND ROCK AGREEMENT
FOR ENGINEERING SERVICES WITH
Lockwood, Andrews & Newnam, Inc.
G.O. Bond 2002 — Various Round Rock West Street
EXHIBIT C
WORK SCHEDULE
(Behind this page)
Round Rock West Rehabilitation Project
Utility Replacement and Blue Tubing Design Schedule
July 29, 2003
Aug '03 I Sep '03 Oct '03 Nov '03 Dec '03 I Jan '04 JFeb '04IMar'04 IApr '04 I May '04 I Jun '04 'Jul '04 I Aug '04 I Sep '04 I Oct '04 INov'04
m
1
•
a
a
29 Street Construction 6 mons Mon 6/7/04 Fri 11/19/04
Task Summary ^ Rolled Up Progress Deadline
Split Rolled Up Task External Tasks
Progress Rolled Up Split Project Summary 111101.1111.11111111111,
Milestone . Rolled Up Milestone O External Milestone •
Page 1
Finish
Mon 3/22/04
Fri 8/29/03
0
a
N
O
Thu 10/23/03
Thu 11/6/03
0
N
O
Fri 12/19/03
Mon 1/12/04
0
co
N
F
Wed 2/4/04
Fri 2/20/04
0
M
O
Mon 3/22/04
Mon 9/6/04
Fri 6/4/04
Fri 11/14/03
Mon 12/15/03
Tue 1/13/04
0
n
N
?
Tue 2/17/04
Q.
0
07
O
Thu 3/25/04
Fri 4/16/04
Mon 4/19/04
Wed 5/5/04
Sat 5/15/04
Fri 6/4/04
Start
Fri 8/29/03
O
N
li
Tue 9/2/03
Fri 9/12/03
Fri 10/24/03
O
li
Tue 12/2/03
Mon 12/22/03
Tue 1/13/04
Wed 2/4/04
Wed 2/4/04
Fri 2/20/04
Tue 3/2/04
Tue 3/23/04
Fri 11/14/03
Fri 11/14/03
O
VCO
li
0
cO
N
U
Wed 1/14/04
Wed 1/28/04
Wed 2/18/04
Tue 3/9/04
Fri 3/26/04
Mon 4/19/04
Mon 4/19/04
Wed 5/5/04
Mon 5/17/04
Duration
141 days
1 day
20 days
30 days
10 days
L15 days
14 days
13 days
16 days
1 day
16 edays
10 edays
0
13
0
E
N
v
0 days
20 days J
30 days
10 days
15 days
14 days
13 days
16 days
1 day
16 edays
10 edays
15 days
Task Name
Utility Replacement Design
Notice to Proceed
Survey
50% Design Plans for City
Review
City Review
90% Plans and
Specifications
City Review
Final Plans for Bidding
Advertise Project
Bid Opening
Council Approval
Contract Complete
Final Approval
Utilities Construction
Design Street Repairs
Notice to Proceed
Survey/Geotech
50% Design Plans for City
Review
City Review
90% Plans and
Specifications
City Review
Final Plans for Bidding
Advertise Project
Bid Opening
Council Approval
Contract Complete
Final Approval
Project: RR West Utility Design Sched
Date: Mon 8/11/03
0-
N
CI
V
u]
10
n
aD
T
O
—
N
M
e
^
1O
n
W
m
2
N
2
2
N
N
N
N
N
CITY OF ROUND ROCK AGREEMENT
FOR ENGINEERING SERVICES WITH
Lockwood, Andrews & Newnam, Inc.
G.O. Bond 2002 — Various Round Rock West Street
EXHIBIT D
FEE SCHEDULE
TABLE 1: Utility Relocation Hour Estimate
HOURS
Project
Project
Staff
CADD
DESIGN PHASE
Principal
Manager
Engineer
Engineer
Technician
Clerical
Total
Coordinate with Surveyor
1
12
4
17
Prepare Construction Drawings
Cover Sheet
2
2
4
General Notes
2
2
6
10
Traffic Control Sheets, 4 sheets
4
16
96
116
Water Line Plan Sheets, 25 sheets
4
50
50
200
304
Water Line Details
2
4
8
14
Contract Specifications
Prepare Technical Specifications
4
8
24
0
32
68
Assemble General Conditions and
Contract Documents
2
8
8
8
12
38
Construction Cost Estimate
0
8
24
8
4
44
LAN Design Phase Labor Total
0
15
94
126
332
48
615
BIDDING PHASE
Bid Phase
Issue plans to bidding office
4
4
8
Pre-bid Conference
2
4
6
Answer bidders questions
2
4
6
Issue addendums
2
4
8
14
Prepare bid tab & analyze
contractor qualifications
1
2
4
7
LAN Bid Phase Labor Total
0
1
8
20
0
12
41
CONSTRUCTION PHASE
Bi -weekly site visit / progress
meeting (8 months)
16
32
48
Review Shop Drawings
4
8
16
8
36
Conduct Observation Upon
Completion of Constr
8
8
16
Review Pay Estimates
8
8
LAN Construction Phase Labor
Total
4
40
56
0
8
108
TABLE 2: Utility Relocation Expense Estimate
DESIGN PHASE
Printing
Copies
Sheets/
Copy
Cost/
Sheet
Cost
50% Pans - 5 sets
5
32
$ 0.15
$ 24.00
95% Plans - 5 sets
5
32
$ 0.15
$ 24
95% Project Manual - 5 sets
5
150
$ 0.06
$ 45
100% Plans - 5 sets
5
32
$ 0.15
$ 24
100% Project Manual - 5 sets
5
150
$ 0.06
$ 45
Rate
Quantity
Mileage
$ 0.35
180
$ 63
Mail and Delivery
$ 20.00
5
$ 100
Subtotal Design Phase ODCs
$ 325
BIDDING PHASE
Printing
Copies
Sheets/
Copy
Cost/
Sheet
Cost
Bid Plans
5
32
$ 0.15
$ 24
Project Manuals
5
150
$ 0.06
$ 45
Rate
Quantity
Mileage
$ 0.35
60
$ 21
Mail and Delivery
$ 20.00
10
$ 200
Subtotal Bid Phase Printing
$ 290
CONSTRUCTION PHASE
Printing
Construction Docs - 10 sets of Plans
10
32
$ 0.15
$ 48
Construction Docs - 10 Project Manuals
10
150
$ 0.06
$ 90
Rate
Quantity
Mileage
$ 0.35
720
$ 252
Mail and Delivery
$ 20.00
8
$ 160
Subtotal Constr Phase Printing
$ 550
TABLE 3: Utility Relocation Hour Summary
DESIGN PHASE
HOURS
SALARY
DIRECT LABOR COST
Principal
0
$ 48.00
$ -
Project Manager
15
$ 42.00
$ 630
Project Engineer
94
$ 28.00
$ 2,632
Staff Engineer
126
$ 23.00
$ 2,898
CADD Designer
332
$ 22.00
$ 7,304
Clerical
48
$ 14.00
$ 672
Subtotal
615
$ 14,136
BID PHASE
HOURS
SALARY
DIRECT LABOR COST
Principal
0
$ 48.00
$ -
Project Manager
1
$ 42.00
$ 42
Project Engineer
8
$ 28.00
$ 224
Staff Engineer
20
$ 23.00
$ 460
CADD Designer
0
$ 22.00
$ -
Clerical
12
$ 14.00
$ 168
Subtotal
41
$ 894
CONSTRUCTION PHASE
HOURS
SALARY
DIRECT LABOR COST
Principal
0
$ 48.00
$ -
Project Manager
4
$ 42.00
$ 168
Project Engineer
40
$ 28.00
$ 1,120
Staff Engineer
56
$ 23.00
$ 1,288
CADD Designer
0
$ 22.00
$ -
Clerical
8
$ 14.00
$
112
Subtotal
108
$ 2,688
TABLE 4: Total Cost Utility Relocation
TOTAL COST I
COA
C6
M�
40
n
N
ER
N
00
E#}
$ 54,373'
(Co 1-
Tr
EA.
$ 99,5381
FIXED FEE
12%
CO
(D
.4-
H)
N
N
E6.
1 $ 884
N
CO
lt)
ER
N
M
EA-
$ 290
$ 550
ED
r
r
TOTAL
$ 44,000
$ 44,0001
TOTAL
LABOR+OVHD
$ 38,733
$ 2,450
,10
W
A
1
EA
$ 48,547
MARK-UP
0
T
r
OVERHEAD
174%
A
0)
I)
":17'
N
EA
10
II
T
EA
/N-
CO
y
EA
$ 30,829
BASE
$ 40,000
DIRECT LABOR
CD
CO
r-
EREi?EA
CO
CO
00
CD
N
$ 17,718
TASK
Surveying
LABOR COSTS
Design Phase
Bid Phase
Construction Phase
(TOTAL LABOR COSTS
DIRECT COSTS:
Expenses
Design Phase
Bid Phase
Construction Phase
Total Expenses
ISub-Contracts
(Total Sub -Contracts
'TOTAL DIRECT COSTS
'TOTAL COST
TABLE 5: Blue Tubing Replacement Hour Estimate
HOURS
Project
Project
Staff
CADD
DESIGN PHASE
Principal
Manager
Engineer
Engineer
Technician
Clerical
Total
Prepare Construction Drawings
General Notes
2
4
8
14
Traffic Control Sheets, 1 sheets
4
8
0
24
36
Water Line Plan Sheets, 3 sheets
4
24
8
48
84
Water Line Details
2
4
8
14
Contract Specifications
Prepare Technical Specifications
4
4
8
0
12
28
Assemble General Conditions and
Contract Documents
2
2
2
4
4
14
Construction Cost Estimate
1
2
8
4
10
25
LAN Design Phase Labor Total
0
15
44
34
96
26
215
Project
Project
Staff
CADD
BIDDING PHASE
Principal
Manager
Engineer
Engineer
Technician
Clerical
Total
Bid Phase
Issue plans to bidding office
2
4
6
Collect plan fees
2
8
10
Pre-bid Conference
2
2
4
Answer bidders questions
2
4
6
Issue addendums
2
4
8
14
Prepare bid tab & analyze
contractor qualifications
2
4
4
10
LAN Bid Phase Labor Total
0
2
10
18
0
20
50
Project
Project
Staff
CADD
CONSTRUCTION PHASE
Principal
Manager
Engineer
Engineer
Technician
Clerical
Total
Bi -weekly site visit / progress
meeting (8 months)
16
32
48
Review Shop Drawings
4
4
12
8
28
Conduct Observation Upon
Completion of Constr
8
8
16
Review Pay Estimates
4
4
LAN Construction Phase Labor
Total
4
32
52
0
8
96
TABLE 6: Blue Tubing Replacement Expenses
DESIGN PHASE
Printing
Copies
Sheets/
Copy
Cost/
Sheet
Cost
50% Plans - 5 sets
5
6
$ 0.15
$ 4.50
95% Plans - 5 sets
5
6
$ 0.15
$ 5
95% Project Manual - 5 sets
5
20
$ 0.06
$ 6
100% Plans - 5 sets
5
6
$ 0.15
$ 5
100% Project Manual - 5 sets
5
20
$ 0.06
$ 6
Rate
Quantity
Mileage
$ 0.35
60
$ 21
Mail and Delivery
$ 20.00
2
$ 40
Subtotal Design Phase ODCs
$ 87
BIDDING PHASE
Printing
Copies
Sheets/
Copy
Cost/
Sheet
Cost
Bid Plans
5
6
$ 0.15
$ 5
Project Manuals
5
30
$ 0.06
$ 9
Rate
Quantity
Mileage
$ 0.35
30
$ 11
Mail and Delivery
$ 20.00
3
$ 60
Subtotal Bid Phase Printing
$ 84
CONSTRUCTION PHASE
Printing
Construction Docs - 10 sets of Plans
10
6
$ 0.15
$ 9
Construction Docs - 10 Project Manuals
10
30
$ 0.06
$ 18
Rate
Quantity
Mileage
$ 0.35
240
$ 84
Mail and Delivery
$ 20.00
4
$ 80
Subtotal Constr Phase Printing
$ 191
TABLE 7: Blue Tubing Replacement Hour SUmmary
DESIGN PHASE
HOURS
SALARY
DIRECT LABOR COST
Principal
0
$ 48.00
$ -
Project Manager
15
$ 42.00
$ 630
Project Engineer
44
$ 28.00
$ 1,232
Staff Engineer
34
$ 23.00
$ 782
CADD Designer
96
$ 22.00
$ 2,112
Clerical
26
$ 14.00
$ 364
Subtotal
215
$ 5,120
BID PHASE
HOURS
SALARY
DIRECT LABOR COST
Principal
0
$ 48.00
$ -
Project Manager
2
$ 42.00
$ 84
Project Engineer
10
$ 28.00
$ 280
Staff Engineer
18
$ 23.00
$ 414
CADD Designer
0
$ 22.00
$ -
Clerical
20
$ 14.00
$ 280
Subtotal
50
$ 1,058
CONSTRUCTION PHASE
HOURS
SALARY
DIRECT LABOR COST
Principal
0
$ 48.00
$ -
Project Manager
4
$ 42.00
$ 168
Project Engineer
32
$ 28.00
$ 896
Staff Engineer
52
$ 23.00
$ 1,196
CADD Designer
0
$ 22.00
$ -
Clerical
8
$ 14.00
$ 112
Subtotal
96
$ 2,372
TABLE 8: Blue Tubing Replacement Total Cost
TOTAL COST
$ 15,7121
$ 3,2471
O
1-
N
17
$ 26,2381
N
CO
Cr)
O
O
CO
CO
N
FIXED FEE
12%
CD.,
CO
69
$ 348
I_ _ $ 7801
1 N
(9
$ 87
CO
Ea
O
r
EA
W
CD
M
TOTAL
LABOR+OVHD
$ 14,029
a)
a)
co
N
Ef}
a)
a)
O
te-
$ 23,427
OVERHEAD
174%
m
O
a)
O
69
$ 1,841
$ 4,127
$ 14,877
DIRECT LABOR
0
N
r
L
EA
$ 1,058
N
N.
CO
c.i.
EF?
0
Lt)
to
OO
EA-
LABOR COSTS
Design Phase
Bid Phase
Construction Phase
'TOTAL LABOR COSTS
DIRECT COSTS:
Expenses
Design Phase
Bid Phase
Construction Phase
Total Expenses
'TOTAL DIRECT COSTS
'TOTAL COST
CITY OF ROUND ROCK AGREEMENT
FOR ENGINEERING SERVICES WITH
Lockwood, Andrews & Newnam, Inc.
G.O. Bond 2002 — Various Round Rock West Street
EXHIBIT E
WORK AUTHORIZATIONS
(Behind this page)
CITY OF ROUND ROCK AGREEMENT
FOR ENGINEERING SERVICES WITH
Lockwood, Andrews & Newnam, Inc.
G.O. Bond 2002 — Various Round Rock West Street
EXHIBIT F
CERTIFICATES OF INSURANCE
(Behind this page)
• CERTIFICATE OF LIABILITY INSURANCE
Date: 8/ 13/2003
PROFESSIONAL SERVICES
PRODUCER COMPANIES AFFORDING COVERAGE
LOCKTON COMPANIES
444 W. 47TH STREET, SUITE 900 A CNA INSURANCE (VICTOR O. SCHINNERER)
KANSAS CITY, MO 64112-1906
B LEXINGTON INS. CO.
INSURED
LOCKWOOD, ANDREWS & NEWNAM, INC. C
ATTN: MR. JOHN CHROSTEK
2925 BRIARPARK DRIVE D
HOUSTON, TX 77042
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 INSURANCE POLICY EFFECTIVE EXPIRATION
LTR NUMBER DATE DATE
LIMITS
A PROFESSIONAL LIAB(33.33%) AEA006161340 06/10/2003 06/10/2004 $15,000,000 EACH CLAIM/
B PROFESSIONAL L1AB(66.67%) 1323253 06/10/2003 06/10/2004 AND ANNUAL AGGREGATE
DESCRIPTION OF SPECIAL ITEMS/EXCEPTIONS
LAN PROJECT: CONSTRUCTION PHASE SERVICES
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 of Round Rock
221 E. Main Street
Round Rock, Texas 78664
attn: Christine Martinez, City Secretary
Rev'd 2/10/03 - Professional Liability Certificate.doc
SIGNATURE OF AUTHORIZED REPRESENTATIVE
/4C491/43'
Typed Name: GROVER B. SIMPSON
Title: PRESIDENT, PROPERTY & CASUALTY,LOCKTON COMPANIES
ACORD,. CERTIFICATE OF LIABILITY INSURANCE
01/01/2004
DATE (MM/DD/YY)
07/28/2003
PRODUCER
LOCKTON COMPANIES
444 W. 47th Street, Suite 900
KANSAS CITY, MO 64112-1906
(816) 960-9000
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
INSURERS AFFORDING COVERAGE
INSURED
1027788 LOCKWOOD, ANDREWS & NEWNAM, INC.
ATTN: MR. JOHN CHROSTEK
2925 BRIARPARK DRIVE
HOUSTON, TX 77042
INSURER A: VALLEY FORGE INSURANCE CO. (CNA)
INSURER B: TRANSPORTATION INSURANCE CO. (CNA)
INSURERC: AMERICAN INTERNATIONAL*
INSURER D : *SPECIALTY LINES INSURANCE COMPANY
INSURER E :
PC
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
To
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MMmD/YY)
POLICY EXPIRATION
DATE (MM/DDM)
LIMITS
B
GENERAL
X
LIABILITY
COMMERCIAL GENERAL LIABILITY
C1017317309
01/01/2003
01/01/2004
EACH OCCURRENCE
$ 1,000,000
FIRE DAMAGE (Any one fire)
$ 100,000
CLAIMS MADE X OCCUR
MED EXP (Any one Denton)
$ 5,000
X
CONTRACTUAL
PERSONAL & ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS COMP/OP AGG
$ 2,000,000
POLICY X JECT LOC
-
A
AUTOMOBILE
LABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
TEXAS PIP -BASIC
C1017317312
01/01/2003
01/01/2004
COMBINED SINGLE LIMIT
(Ea accident)
$ 1,000,000
X
BODILY INJURY
(Per person)
$ XXXXXXX
X
BODILY INJURY
(Per accident)
$ )0000(XX
X
X
PROPERTY DAMAGE
(Per accident)
$ XXXXXXX
GARAGE
LIABILITY
ANY AUTO
NOT APPLICABLE
AUTO ONLY - EA ACCIDENT
$ XXX300X
OTHER THAN EA ACC
)00(XXXX
AUTO ONLY: AGG
$ XXXXXXX
C
EXCESS
LIABILITY
OCCUR CLAIMS MADE
❑ UMBRELLA
DEDUCTIBLE FORM
RETENTION $ 10,000
BE 9414206
01/01/2003
01/01/2004
EACH OCCURRENCE
$ 20,000,000
X
AGGREGATE
$ 20,000,000
$ XX X
$ XXXXXXX
X
$ XXXXXXX
A
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
WC 131765991
01/01/2003
01/01/2004
X -Tv( VAIMTS FFRH
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYEE
$ 1 000 000
E.L. DISEASE - POLICY LIMIT
$ 1,000,000
OTHER
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
LAN RR O J E C T: CONSTRUCTION PHASE SERVICES. CITY OF R O U N D ROCK IS ADDITIONAL INSURED AS RESPECTS GENERAL AND
AUTO LIABILITY IF REQUIRED BY WRITTEN CONTRACT.
1
CFICATE HOLDER
ERTI
ADDITIONAL INSURED. INSURER LETTER
CANCELLATION
1855154
CITY OF ROUND ROCK
ATTN: CITY MANAGER
221 E. MAIN STREET
ROUND ROCK TX 78664
ACORD 25-8 (7/97)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
o ACO = D CORPORATION 1988
ACORD.. CERTIFICATE OF LIABILITY INSURANCE
06/10/2004
DATE (MM/DD/YY)
07/28/2003
PRODUCER
LOCKTON COMPANIES
444 W. 47th Street, Suite 900
KANSAS CITY, MO 64112-1906
(816) 960-9000
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
INSURERS AFFORDING COVERAGE
INSURED
1027790 LOCKWOOD, ANDREWS & NEWNAM, INC.
ATTN: MR. JOHN CHROSTEK
2925 BRIARPARK DRIVE
HOUSTON, TX 77042
INSURER A: CNA INSURANCE COMPANIES
INSURER B: LEXINGTON INS. COMPANY
INSURER C :
INSURER D :
INSURER E :
VE
PC
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
j To
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MM/On/YY)
POLICY EXPIRATION
DATF (MM/DD/YY)
LIMITS
GENERAL
LIABILITY
COMMERCIAL GENERAL LIABILITY
NOT APPLICABLE
EACH OCCURRENCE
$
XXXXXXX
FIRE DAMAGE (Any one fire)
$
$
XXXXXXX
XXXXXXX
CLAIMS MADE OCCUR
MED EXP (Any one
person)
PERSONAL & ADV INJURY
$
XXXXXXX
GENERAL AGGREGATE
$
XXXXXXX
GEN'L
AGGREGATE LIMIT APPLIES PER:
PRO -
POLICY JECT LOC
PRODUCTS - COMP/OP AGG
$
XXXXXXX
AUTOMOBILE
LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
HIRED AUTOS
NON -OWNED AUTOS
NOT APPLICABLE
COMBINED SINGLE LIMIT
(Ea accident)
$
XXX3xxXX
BODILY INJURY
(Per person)
$
XXXXXXX
BODILY INJURY
(Per accident)
$
XXXXXXX
PROPERTY DAMAGE
(Per accident)
$
XXXXXXX
GARAGE
LIABILITY
ANY AUTO
NOT APPLICABLE
AUTO ONLY - EA ACCIDENT
$
XXXXXXX
EA ACC
$
XXX)XX
OTHER THAN
AUTO ONLY: AGG
$
XXXXXXX
EXCESS
LIABILITY
OCCUR CLAIMS MADE
NOT APPLICABLE
EACH OCCURRENCE
$
XXXXXXX
AGGREGATE
$
XXXXXXX
$
XXXXXXX
UMBRELLA
DEDUCTIBLE FORM
S
XXXXJ00(
RETENTION $
$
XXXXXXX
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
NOT APPLICABLE
WC STATU-
TATU- OTH-
TORY
TORYIIMITS ER
E.L. EACH ACCIDENT
$
XXXXXXX
E.L. DISEASE - EA EMPLOYEE
$
XXXXXXX
E.L. DISEASE - POLICY LIMIT
$
XX3XX
A
B
OTHER
PROF LIAB (33.33%) PROF
LIAB (66.67%)
AEA00-616-13-4006/10/2003
1 3 2 3 2 5 3
06/10/2003
06/10/2004
06/10/2004
EACH CLAM sIs,o0o,000 ANNUAL
AGGREGATE $15,000,000
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECUIL PROVISIONS
LANPROJECT: CITY CONTRACT#0079.20.004, W EST STREET REHAB.
CERTIFICATE HOLDER
ADDITIONAL INSURED. INSURER LETTER
CANCELLATION
1855152
CITY OF ROUND ROCK
ATTN: CITY MANAGER
221 E. MAIN STREET
ROUND ROCK TX 78664
ACORD 25-8 (7197)
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, RS AGENTS OR
REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
o ACO = D CORPORATION 1988