Loading...
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