Loading...
R-09-11-12-10A1 - 11/12/2009RESOLUTION NO. R -09-11-12-10A1 WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering Services ("Contract") with Huggins/Seiler & Associates, L.P. for the North Mays Extension/Arterial "M" from Jeffrey Way to Old Settlers Blvd. Project, and WHEREAS, Huggins/Seiler & Associates, L.P. has submitted Supplemental Contract No. 2 to the Contract to modify the provisions for the scope of services, and WHEREAS, the City Council desires to enter into said Supplemental Contract No. 2 with Huggins/Seiler & Associates, L.P., 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 Contract No. 2 to the Contract with Huggins/Seiler & Associates, L.P., 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. O:\wdox\SCC1nts\0112\0905\MUNICIPAL\R91112A1.DOC/rmc RESOLVED this 12th day of November, 2009. ATTEST: 9,/vkA._ vueinte SARA L. WHITE, City Secretary 2 )-11. dlt• ALAN MCGRAW, Mayor City of Round Rock, Texas STATE OF TEXAS COUNTY OF WILLIAMSON § § § SUPPLEMENTAL CONTRACT NO. 2 TO CONTRACT FOR ENGINEERING SERVICES FIRM: HUGGINS/SEILER & ASSOCIATES, L.P. ("Engineer") ADDRESS: 116 East Main Street, Round Rock, TX 78664 PROJECT: North Mays Extension/Arterial "M" from Jeffrey Way to Old Settlers Blvd. This Supplemental Contract No. 2 to Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and Huggins/Seiler & Associates, L.P., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 241" day of January, 2008 for the North Mays Extension/Arterial "M" from Jeffrey Way to Old Settlers Blvd. Project in the amount of $144,625.80; and WHEREAS, the City and Engineer executed Supplemental Contract No. 1 on June 19, 2009 to amend the scope of services and to increase the compensation by $32,287.30 to a total of $176,913.10; and WHEREAS, it has become necessary to amend the Contract to modify the provisions for the scope of services and to increase the compensation by $87,408.80 to a total of $264,321.90; and NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: I. Article 2, Engineering Services and Exhibit B, Engineering Services shall be amended as set forth in the attached Addendum To Exhibit B. Exhibit C, Work Schedule shall be amended as set forth in the attached Addendum To Exhibit C. II. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $87,408.80 the lump sum amount payable under the Contract for a total of $264,321.90, as shown by the attached Addendum to Exhibit D. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. Supplemental Contract 01993035/173471 EXHIBIT a .0 "A" Rev.12/01 /08 84275 HUGGINS/SEILERt4z SSOCIATES, L.P. By: Date CITY OF ROUND ROCK By: Alan McGraw, Mayor Date Supplemental Contract 0199.7035/173471 2 APPROVED AS TO FORM: Stephan L. Sheets, City Attorney Rev.! 2/01/08 84275 ADDENDUM TO EXHIBIT B ENGINEERING SERVICES To accommodate a need to 'prepare environmental documentation for work being done on a State of Texas maintained roadway, specifically Mays Street (BI 35) south of Old Settler's Blvd., there is a need to separate the construction documents into two parts. In addition to this, revisions to the existing design and deviations from originally agreed upon services have been requested. These changes along with the affects of separating the construction documents into two parts are described below: Separation of documents into a main bid and an add alternative bid to accommodate TxDOT environmental document requests. 1. Create a Categorical Exclusion document meeting TxDOT requirements for submission and approval. 2. Removal all proposed construction on Old Settlers Blvd. between Mays and IH 35. 3. Separate the project into a main bid and an add alternate bid to facilitate construction should the environmental document not be approved or approval is delayed. 4. Revise PS&E package including traffic control phasing, roadway, signal, storm sewer, and other design elements to facilitate 2 above. 5. Prepare bidding documents for an add alternative scenario. Project design deviations. 1. Revise the pavement structure from a flexible base with asphalt section to a full depth asphalt section. 2. Move all sidewalks away from the back of curb to provide a safer and more aesthetic "Gateway" roadway to the future convention center area. 3. Determine retaining wall needs and design walls to facilitate construction of the sidewalks described in 2 above. 4. Add continuous illumination to this project. SERVICES TO BE PROVIDED BY BLANTON & ASSOCIATES, INC. I. INTRODUCTION Blanton & Associates, Inc. (B&A) shall prepare a Programmatic Categorical Exclusion (PCE) environmental document for proposed improvements to the intersection of Mays Street and Old Settlers Boulevard (Blvd). In addition, improvements include approximately 1,000 feet of Mays Street just south of the intersection. No new right-of-way or easements would be needed for the project ENVIRONMENTAL STUDIES (FC 120) As stated above, B&A shall prepare the PCE in accordance with State and Federal laws, rules and regulations including the National Environmental Policy Act (NEPA) and the requirements of TxDOT and the Federal Highway Administration, and in accordance with applicable Standards of Uniformity, Memoranda of Understandings (MOU's) and Memoranda of Agreements (MOA's) with resource agencies. The Engineer shall: 1. Review the general scope of the project and identify known enviromnental constraints, including issues related to adjacent land uses. 2. Meet with TxDOT to gather existing information, review issues of concern, refine the scope of work, and discuss the schedule for environmental activities. 3. Prepare PCE, The PCE will include: a. Description of the existing facility, including existing roadway features, traffic and general project setting. b. Description of the proposed facility, including the need for the proposed improvements. c. Existing conditions and potential impacts, including: 1) Land use: Including Section 4(0 issues, prime farmlands and right-of-way needs 2) Socioeconomic Impacts: Including limited information on demographic data, growth trends, displacements and environmental justice 3) Water Quality: Including Floodplains, Waters of the U.S., Section 404 permits, and Texas Pollutant Discharge Elimination System (TPDES) requirements. The proposed work at any water crossings will be discussed, including potential work in the stream, habitat impacts, and erosion and sedimentation. Temporary and permanent water quality control measures will be discussed as well as the need for Section 401 Water Quality Certification requirements. A site visit will be performed to identify waters of the U.S. (including wetlands) in the right-of-way and immediately upstream and downstream of the project. Section 404 permit implications will be reviewed and summarized. A permit determination will be included in the CE. 4) Air Quality Impacts: Effects to air quality will be discussed. For the purposes of the scope and fee, it is assumed that no air quality analysis would be necessary. 5) Noise Impacts: Effects to noise levels will be discussed. For the purposes of the scope and fee, it is assumed that no noise study would be necessary. 6) Vegetation Impacts: Vegetation will be characterized and impacts will be assessed per the TxDOT/TPWD MOA. 7) Wildlife and Threatened/Endangered Species Impacts: Existing databases will be reviewed and a site visit will be performed to assess potential candidate, threatened or endangered species habitat on and adjacent to the right-of-way. The U.S. Fish and Wildlife Service/Website will be contacted in order to obtain a current list of candidate, threatened, or endangered species within Williamson County. Background on the habitat requirements and range of the species will be incorporated into the environmental document and impacts will be evaluated. Necessary background information and analysis of impacts to biological resources will be prepared. Biological resources to be assessed will include vegetation, wildlife, migratory birds, endangered species, and aquatic resources. The project area is in USFWS Endangered Karst Zone 4, which indicates that no habitat for endangered karst invertebrates exists in the project area. 8) Archaeological Resources: The proposed construction is subject to the Antiquities Code of Texas (ACT). A qualified Archeologist under contract with the Engineer will prepare a background and checklist as described in TxDOT's Standards of Uniformity. The Archeologist will conduct a background search and will assess if an archeological survey is recommended. If survey is recommended, the work will be performed under a separate scope and fee. 9) Historic Structures: A qualified Historian under contract with the Engineer will prepare a background and checklist as described in TxDOT's Standards of Uniformity. The Historian will conduct a background search and will assess if a historic resources reconnaissance survey is recommended. If survey is recommended, the work will be performed under a separate scope and fee. The area of potential effects is assumed to the existing right-of-way. 10) Construction Impacts: The Engineer will summarize and discuss construction related affects associated with the project, including detours, in the PCE 11) Hazardous Waste/Materials: The Engineer will perform an Internet database search as well as a site visit and windshield survey of properties within a '/4-mile of the project site for the purpose of identifying hazardous material issues. 12) Public involvement: It is assumed that no public involvement would be necessary for the project. If a meeting with affected property owners is necessary, and B&A assistance is needed, B&A will provide a separate scope and fee. 13) Exhibits: This will include: a location map (USGS quad map), typical sections, plan view with aerial photo and photos of surrounding area. 4. Process PCE document, including: a. Prepare five (5) copies of the preliminary draft of the PCE, unbound, for submittal to the City of Round Rock and TxDOT Austin District, if requested. b. Revise preliminary draft PCE based on comments. Resubmit the required number of copies to the REC for review. Based on comments by the REC, the PCE will be revised and a final document will be submitted to the REC. ADDENDUM TO EXHIBIT C WORK SCHEDULE The work included in this contract will be completed by December 31, 2010 ADDENDUM TO EXHIBIT D FEE SCHEDULE (Attached behind this page) EXHIBIT D City of Round Rock '. Mays Extension (Arterial M) Sheet 1 `of 4 LABOR COSTS BY FUNCTION CODE : F.C. 110 ROUTE AND DESIGN STUDIES F.C. 120 ENVIRONMENTAL STUDIES F.C. 130 RIGHT OF WAY PLANS F.C. 150 FIELD SURVEYS / MAPPING F.C. 160 ROADWAY DESIGN CONTROLS F.C. 161 DRAINAGE F.C. 182 SIGNING, MARKINGS, AND SIGNALIZATION F.C. 163 MISCELLANEOUS (ROADWAY) F.C. 164 MANAGING CONTRACTED PROF. SERVICES F.C. 165 TRAFFIC MANAGEMENT SYSTEMS F.C. 170 BRIDGE DESIGN F.C. 190 PROJECT MANAGEMENT F.C. 191 SUPPORT SERVICES F.C. 310 CONSTRUCTION PROJECT SUPERVISION F.C. 320 CONSTRUCTION INSPECTION F.C. 330 CONSTRUCTION JOB CONTROL TOTALS DIRECT LABOR $ $ 268.00 $ $ $ 3,902.00 $ 544.00 $ 5,624.00 $ 17,308.00 S $ $ $ $ - $ $ 27,646.00 OVERHEAD 160.00% $ $ $ $ $ 5,853.00 $ 816.00 $ 8,436.00 $ 25,962.00 $ $ $ $ $ $ 402.00 $ $ 41 469.00 77-77 DIRECT COSTS: EXPENSES: Final Mylar Plots Reproduction Mileage Airline Flights Per Diem Mail & Deliveries id Ve ririfor3ids UNIT SF EA Mile EA Day EA RATE QUANTITY._ $ $ 670.00. $ $ $ 9,755.00 $ 1,360.00 $ 14,060.00 $ 43.270.00 S $ $ S $ $ $ $ 6911600 TOTAL FIXED FEE 12.00% 1,170.60 163.20 1,687.20 5,192.40 3 8 293.80 TOTAL COST $ $ 750.40 $ $ $ 10,925.60 $ 1,523.20 $ 15,747.20 $ 48,462.40 $ $ $ $ s $ :77,408.80 TASK $ TOTAL TOTAL SUBCONTRACTS TOTAL DIRECT COSTS TOTAL COST $ 10,000.00 $ 87,408.80 H/SA MANHOUR SUMMARY Sheet 2 of 4 Downtown Projects 4&5 City of Round Rock H/SA Contract no 230.12.00 FC 110 ROUTE AND DESIGN STUDIES Manhours Rate Direct Labor Project Manager $46.00 $ Engineer V $46.00 $ Engr Spec V $46.00 $ Engineer III $42.00 $ Engr Spec III $42.00 $ Engineer I $38.00 $ Engr Tech III $34.00 $ Sub -total 0 $ FC 120 ENVIRONMENTAL STUDIES Manhours Rate Direct Labor Project Manager 2 $46.00 $ 92.00 Engineer V $46.00 $ Engr Spec V 2 $46.00 $ 92.00 Engineer 01 $42.00 $ Engr Spec III 2 $42.00 $ 84.00 Engineer 1 $38.00 $ Engr Tech III $34.00 $ Sub -total 6 $ 268.00 FC 130 RIGHT OF WAY PLANS Manhours Rate Direct Labor Project Manager $46.00 $ Engineer V $46.00 $ Engr Spec V $46.00 $ Engineer 10 $42.00 $ Engr Spec 111 $42.00 $ Engineer! $38.00 $ Engr Tech 111 $34.00 $ Sub -total 0 $ FC 150 FIELD SURVEYS/MAPPING Manhours Rate Direct Labor Project Manager $46.00 $ Engineer V $46.00 $ Engr Spec V $46.00 $ Engineer III $42.00 $ Engr Spec III $42.00 $ Engineer 1 $38.00 $ Engr Tech III $34.00 $ Sub -total 0 $ FC 160 H/SA MANHOUR SUMMARY Sheet 3 of 4 Mays Extension City of Round Rock ROADWAY DESIGN CONTROLS Project Manager Engineer V Engr Spec V Engineer 111 Engr Spec 111 Engineer 1 Engr Tech 111 FC 161 DRAINAGE Project Manager $46.00 $ Engineer V $46.00 $ Engr Spec V $4600 $ Engineer 111 $42.00 $ Engr Spec III $4200 $ Engineer 1 $38.00 $ Engr Tech 111 16 $34.00 $ 544.00 Sub -total 16 $ 544.00 PC 162 SIGNING, MARKINGS AND SIGNALIZATION Manhours Rate Direct Labor Project Manager 12 $46.00 $ 552.00 Engineer V 13 $46.00 $ 598.00 Engr Spec V 13 $46.00 $ 598.00 Engineer 111 13 $42.00 $ 546.00 Engr Spec III 25 $42.00 $ 1,050.00 Engineer 1 26 $38.00 $ 988.00 Engr Tech III 38 $34.00 $ 1,292.00 Sub -total 140 $ 5,624.00 FC 163 MISCELLANEOUS (ROADWAY) Manhours Rate Direct Labor Project Manager 19 $46.00 $ 874.00 Engineer V 38 $46.00 $ 1,748.00 Engr Spec V 38 $46.00 $ 1,748.00 Engineer III 38 $42.00 $ 1,596.00 Engr Spec 111 69 $42.00 $ 2,898.00 Engineer I 88 $38.00 $ 3,344.00 Engr Tech 111 150 $34.00 $ 5,100.00 Sub -total 440 $ 17,308.00 Sub -total H/SA Contract No. 238.01.00 Manhours Rale Direct Labor 2 $46.00 $ 92.00 4 $46.00 $ 184.00 4 $46.00 $ 184.00 4 $42.00 $ 168.00 20 $42.00 $ 840.00 22 $38.00 $ 836.00 47 $34.00 $ 1,598.00 103 $ 3,902.00 Manhours Rate Direct Labor FC 170 BRIDGE DESIGN Project Manager Engineer V Engr Spec V Engineer 111 Engr Spec 111 Engineer 1 Engr Tech 111 Manhours Sub -total Rate Direct Labor 0 $46.00 $ 0 $46.00 $ 0 $46.00 $ 0 $42.00 $ 0 $42.00 $ 0 $38.00 $ 0 $34.00 $ 0 $ H/SA MANHOUR SUMMARY Sheet 4 of 4 Mays Extension City of Round Rock H/SA Contract No. 238.01.00 FC 164 MANAGING CONTRACTED PROF. SERVICES Manhours Rate Direct Labor Project Manager Engineer V Engr Spec V Engineer III Engr Spec III Engineer1 Engr Tech III Sub -total FC 165 TRAFFIC MANAGEMENT SYSTEMS Project Manager Engineer V Engr Spec V Engineer 111 Engr Spec III Engineer I Engr Tech 111 O $46.00 $ 0 $46.00 $ 0 $46.00 $ O $42.00 $ 0 $42.00 $ 0 $38.00 $ O $34.00 $ 0 $ Manhours Rate Direct Labor Sub -total FC 190 PROJECT MANAGEMENT Project Manager Engineer V Engr Spec V Engineer 111 Engr Spec 111 Engineer I Engr Tech III O $46.00 0 $46.00 0 $46.00 O $42.00 O $42.00 0 $38.00 0 $34.00 0 Manhours Rate Direct Labor FC 191 SUPPORT SERVICES Project Manager Engineer V Engr Spec V Engineer III Engr Spec III Engineer 1 Engr Tech III Sub -total 0 Manhours $46.00 $ $46.00 $ $46.00 $ $42.00 $ $42.00 $ $38.00 $ $34.00 $ $ Sub -total Rate Direct Labor 0 $46.00 $ 0 $46.00 $ 0 $46.00 $ 0 $42.00 $ 0 $42.00 $ 0 $38.00 $ 0 $34.00 $ 0 $ FC 310 CONSTRUCTION PROJECT SUPERVISION Manhours Rate Direct Labor Project Manager 0 $46.00 $ Engineer V 0 $46.00 $ Engr Spec V 0 $46.00 $ Engineer ID 0 $42.00 $ Engr Spec III 0 $42.00 $ Engineer 1 0 838.00 $ Engr Tech 111 0 $34.00 $ - Sub -total 0 $ N W sg North Mays Extension/Arterial "M Jeffrey Way to Old Settlers Blvd / -��'� DATE: November 5, 2009 SUBJECT: City Council Meeting — November 12, 2009 ITEM: 10A1. Consider a resolution authorizing the Mayor to execute Supplemental Contract No. 2 with Huggins/Seiler & Associates, L.P. for the North Mays Extension/Arterial "M" from Jeffrey Way to Old Settlers Boulevard Project. Department: Staff Person: Justification: Engineering and Development Services Tom Word, P.E., Chief of Public Works Operations Supplemental Contract No. 2 with Huggins/Seiler & Associates, L.P. adjusts the scope of the original contract to include environmental work, changes to roadway sections, and continuous illumination. Strategic Plan Relevance: The scope adjustment in Supplemental Contract No. 2 will promote the construction of major elements of the transportation and mobility systems as approved by the City Council in the Master Transportation Plan, as stated in Strategic Goal 26.0. Funding: Cost: $87,408.80 Source of funds: RR Trans Dev Corp Construction (4B) Outside Resources (if applicable): Huggins/Seiler & Associates, L.P. Public Comment (if applicable):: EXECUTED DOCUMENT FOLLOWS STATE OF TEXAS COUNTY OF WILLIAMSON SUPPLEMENTAL CONTRACT NO. 2 TO CONTRACT FOR ENGINEERING SERVICES FIRM: HUGGINS/SEILER & ASSOCIATES, L.P. ("Engineer") ADDRESS: 116 East Main Street, Round Rock, TX 78664 PROJECT: North Mays Extension/Arterial "M" from Jeffrey Way to Old Settlers Blvd. This Supplemental Contract No. 2 to Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and Huggins/Seiler & Associates, L.P., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 24" day of January, 2008 for the North Mays Extension/Arterial "M" from Jeffrey Way to Old Settlers Blvd. Project in the amount of $144,625.80; and WHEREAS, the City and Engineer executed Supplemental Contract No. 1 on June 19, 2009 to amend the scope of services and to increase the compensation by $32,287.30 to a total of $176,913.10; and WHEREAS, it has become necessary to amend the Contract to modify the provisions for the scope of services and to increase the compensation by $87,408.80 to a total of $264,321.90; and NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: 1. Article 2, Engineering Services and Exhibit B, Engineering Services shall be amended as set forth in the attached Addendum To Exhibit B. Exhibit C, Work Schedule shall be amended as set forth in the attached Addendum To Exhibit C. H. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $87,408.80 the lump sum amount payable under the Contract for a total of $264,321.90, as shown by the attached Addendum to Exhibit D. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. Supplemental Contract 0199.7035/173471 Rev.12/01 /08 84275 HUGGINS/SEILER 8/ ASSOCIATES, L.P. By: ill B4ty (L. 1-usc Date CITY OFR UND ROCK APP 0 ED AS TO F RM: By: )11 Stephan . Sheets, City Attorney Alan McGraw, Mayor ILt)1 Date Supplemental Contract 0199.7035/ 173471 2 Rev.12/01/08 84275 ADDENDUM TO EXHIBIT B ENGINEERING SERVICES To accommodate a need to prepare environmental documentation for work being done on a State of Texas maintained roadway, specifically Mays Street (BI 35) south of Old Settler's Blvd., there is a need to separate the construction documents into two parts. In addition to this, revisions to the existing design and deviations from originally agreed upon services have been requested. These changes along with the affects of separating the construction documents into two parts are described below: Separation of documents into a main bid and an add alternative bid to accommodate TxDOT environmental document requests. 1. Create a Categorical Exclusion document meeting TxDOT requirements for submission and approval. 2. Removal all proposed construction on Old Settlers Blvd. between Mays and IH 35. 3. Separate the project into a main bid and an add alternate bid to facilitate construction should the environmental document not be approved or approval is delayed. 4. Revise PS&E package including traffic control phasing, roadway, signal, storm sewer, and other design elements to facilitate 2 above. 5. Prepare bidding documents for an add alternative scenario. Project design deviations. 1. Revise the pavement structure from a flexible base with asphalt section to a full depth asphalt section. 2. Move all sidewalks away from the back of curb to provide a safer and more aesthetic "Gateway" roadway to the future convention center area. 3. Determine retaining wall needs and design walls to facilitate construction of the sidewalks described in 2 above. 4. Add continuous illumination to this project. SERVICES TO BE PROVIDED BY BLANTON & ASSOCIATES, INC. I. INTRODUCTION Blanton & Associates, Inc. (B&A) shall prepare a Programmatic Categorical Exclusion (PCE) environmental document for proposed improvements to the intersection of Mays Street and Old Settlers Boulevard (Blvd). In addition, improvements include approximately 1,000 feet of Mays Street just south of the intersection. No new right-of-way or easements would be needed for the project ENVIRONMENTAL STUDIES (FC 120) As stated above, B&A shall prepare the PCE in accordance with State and Federal laws, rules and regulations including the National Environmental Policy Act (NEPA) and the requirements of TxDOT and the Federal Highway Administration, and in accordance with applicable Standards of Uniformity, Memoranda of Understandings (MOU`s) and Memoranda of Agreements (MOA's) with resource agencies. The Engineer shall: 1. Review the general scope of the project and identify known environmental constraints, including issues related to adjacent land uses. 2. Meet with TxDOT to gather existing information, review issues of concern, refine the scope of work, and discuss the schedule for environmental activities. 3. Prepare PCE. The PCE will include: a. Description of the existing facility, including existing roadway features, traffic and general project setting. b. Description of the proposed facility, including the need for the proposed improvements. c. Existing conditions and potential impacts, including: 1) Land use: Including Section 4(f) issues, prime farmlands and right-of-way needs 2) Socioeconomic Impacts: Including limited infonnation on demographic data, growth trends, displacements and environmental justice 3) Water Quality: Including Floodplains, Waters of the U.S., Section 404 permits, and Texas Pollutant Discharge Elimination System (TPDES) requirements. The proposed work at any water crossings will be discussed, including potential work in the stream, habitat impacts, and erosion and sedimentation. Temporary and permanent water quality control measures will be discussed as well as the need for Section 401 Water Quality Certification requirements. A site visit will be perforrned to identify waters of the U.S. (including wetlands) in the right-of-way and immediately upstream and downstream of the project. Section 404 permit implications will be reviewed and summarized. A permit determination will be included in the CE. 4) Air Quality Impacts: Effects to air quality will be discussed. For the purposes of the scope and fee, it is assumed that no air quality analysis would be necessary. 5) Noise Impacts: Effects to noise levels will be discussed. For the purposes of the scope and fee, it is assumed that no noise study would be necessary. 6) Vegetation Impacts: Vegetation will be characterized and impacts will be assessed per the TxDOT/TPWD MOA. 7) Wildlife and Threatened/Endangered Species Impacts: Existing databases will be reviewed and a site visit will be performed to assess potential candidate, threatened or endangered species habitat on and adjacent to the right-of-way. The U.S. Fish and Wildlife Service/Website will be contacted in order to obtain a current list of candidate, threatened, or endangered species within Williamson County. Background on the habitat requirements and range of the species will be incorporated into the environmental document and impacts will be evaluated. Necessary background information and analysis of impacts to biological resources will be prepared. Biological resources to be assessed will include vegetation, wildlife, migratory birds, endangered species, and aquatic resources. The project area is in USFWS Endangered Karst Zone 4, which indicates that no habitat for endangered karst invertebrates exists in the project area. 8) Archaeological Resources: The proposed construction is subject to the Antiquities Code of Texas (ACT). A qualified Archeologist under contract with the Engineer will prepare a background and checklist as described in TxDOT's Standards of Uniformity. The Archeologist will conduct a background search and will assess if an archeological survey is recommended. If survey is recommended, the work will be performed under a separate scope and fee. 9) Historic Structures: A qualified Historian under contract with the Engineer will prepare a background and checklist as described in TxDOT's Standards of Uniformity. The Historian will conduct a background search and will assess if a historic resources reconnaissance survey is recommended. If survey is recommended, the work will be performed under a separate scope and fee. The area of potential effects is assumed to the existing right-of-way. 10) Construction Impacts: The Engineer will summarize and discuss construction related affects associated with the project, including detours, in the PCE 11) Hazardous Waste/Materials: The Engineer will perform an Internet database search as well as a site visit and windshield survey of properties within a '/-mile of the project site for the purpose of identifying hazardous material issues. 12) Public involvement: It is assumed that no public involvement would be necessary for the project. If a meeting with affected property owners is necessary, and B&A assistance is needed, B&A will provide a separate scope and fee. 13) Exhibits: This will include: a location map (USGS quad map), typical sections, plan view with aerial photo and photos of surrounding area. 4. Process PCE document, including: a. Prepare five (5) copies of the preliminary draft of the PCE, unbound, for submittal to the City of Round Rock and TxDOT Austin District, if requested. b. Revise preliminary draft PCE based on comments. Resubmit the required nimiber of copies to the REC for review. Based on comments by the REC, the PCE will be revised and a final document will be submitted to the REC. ADDENDUM TO EXHIBIT C WORK SCHEDULE The work included in this contract will be completed by December 31, 2010 ADDENDUM TO EXHIBIT D FEE SCHEDULE (Attached behind this page) EXHIBIT D City of Round Rock . Mays Extension (Arterial M)���x Sheet I of A 4 * a --',i., :: ' _ , ' * ,, LABOR COSTS BY FUNCTION CODE : DIRECT LABOR OVERHEAD 150.00% TOTAL LABOR+OVHD FIXED FEE 12.00% TOTAL COST F.C. 110 ROUTE AND DESIGN STUDIES F.C. 120 ENVIRONMENTAL STUDIES F.C. 130 RIGHT OF WAY PLANS F.C. 150 FIELD SURVEYS / MAPPING F.C. 160 ROADWAY DESIGN CONTROLS F.C. 161 DRAINAGE F.C. 162 SIGNING, MARKINGS, AND SIGNALIZATION F.C. 163 MISCELLANEOUS (ROADWAY) F.C. 164 MANAGING CONTRACTED PROF. SERVICES F.C. 165 TRAFFIC MANAGEMENT. SYSTEMS F.C. 170 BRIDGE DESIGN F.C. 190 PROJECT MANAGEMENT F.C. 191 SUPPORT SERVICES F.C. 310 CONSTRUCTION PROJECT SUPERVISION F.C. 320 CONSTRUCTION INSPECTION F.C. 330 CONSTRUCTION JOB CONTROL $ - $ 268.00 $ - $ 3,902.00 $ 644.00 $ 5,624.00 $ 17,308.00 $ - $ - $ - $ - $ - $ - $ - $$ - $ $ 402.00 $ $ 5,853.00 $ 816.00 $ 8,436.00 $ 25,962.00 $ - $ - $ - $ - $ - $ - $ - $ $ $ 670.00. $ - $ - $ 9,755.00 $ 1,360.00 $ 14,060.00 $ 43,270.00 $ - $ - $ - $ - 5 - $ - $ $ - .'. $ $ 80.40 $ - $ - $ 1,170.60 $ 163.20 $ 1,687.20 S 5,192.40 $ - $ - $ $ - S - $ - S . . . $ :750_40 $ $ $ 10,925.60 $ 1,523.20 $ 15,747.20 $ 48,462.40 $ $ . - $ $ '...:.-':.; :. ;' - $ $ : .:. .;$ .,- $ $ TOTALS $ 27,646.00 $ 41 469.00 $ 69 11500 $ 8,293 80 $ 77 408.40 DIRECT COSTS: x EXPENSES: UNIT RATE : QUANTITY TOTAL . r Final Mylar Plots Reproduction Mileage Airline Flights Per Diem Mal & Deliveries dVerUSe for Bids : 0 SF EA Mile EA Day EA S�` x Y- '3 ti-... Jy A'?j $- $ $r�� - $'$ $ 4 �, a k ' S �w x��,: �w � h "1 $ $��` $ $ _��: $ - .. ' ,. �' S • TOTAL EXPENSES $ 0. . SUB-CONTRACTS:TOTAL TASK TOTAL �-k �3a'ti'�� 2,�� �a Z4i N-�x.1atx, cSa �rz•. ,e�c' i'Y'['- aTi"v.-t n's�, 'S�`".^, '� 'ii� '�'"`'� �,Ye. S.v+'x".3., +' . w^'Sy�' + i4,{��{�'��'i.. �'4 �a4-i- -u'�a y<v-.,tl 3 `�yY`Y"'as. '3.fir '� ``'. c-«.n -L',, a.t�a- ¢S-'4 `{-y'''h''.^y;.»-wu,^`i-4$..+`':'�$�fi.-'c'� r�ffi.,rz�ax- vc � Emily-'1.3Fi-�"h_n- L.,.}2- c`3' Y ......::3 `.. z. SUBCONTRACTS goidaslor► a en _ " r *>a�. "< a�� yG+`'. �4� -�` ,yt�'F3e fi ' l ..rt�'a "«hti k.. "�� `- � 3 a- roc E.t'i4,�}i. k $�"� ''kE,y*wu �.. +9�' ^'� �`SV-'.� §A" 5.pvt+"'. �T,.a��.55 M;"�� Y a-y, ....... ..:ci.n � A. _tet";:=ii__... .sw.^.� �,`4�, 3 S`�-."t"`e ,..4 �'�' �i t -}'v.-jam.," Y i�€+`+.S"`"` +k" +'%'.-.5 3�y Fj g'H+'f�'A:�5.g•"�4, �yg _'l.-�'+ I''"F JS.'Y 4v.F.:�_..,y .x...-.. :j�'.::.:_ $ 10,000.00 . i �"&` y�s%r „ dSg E" �'� s� Fy4,�Y" 'R ++...: �F,• ! sar: `�'l' Jh •" # -—'+�4'. -�' `5..,. om. 2 :.• TOTAL DIRECT COSTS 9 $ 10 00 0 -.. - � TOTAL. COST $ 87,408.80 H/SA MANHOUR SUMMARY Sheet 2 of 4 Downtown Projects 4&5 City of Round Rock H/SA Contract no 230.12.00 FC 110 ROUTE AND DESIGN STUDIES Manhours Rate Direct Labor Project Manager $46.00 $ Engineer V $46.00 $ Engr Spec V $46.00 $ Engineer III $42.00 $ Engr Spec 111 $42.00 $ Engineer I $38.00 $ Engr Tech 111 $34.00 $ Sub -total 0 $ FC 120 ENVIRONMENTAL STUDIES Manhours Rate Direct Labor Project Manager 2 $46.00 $ 92.00 Engineer V $46.00 $ Engr Spec V 2 $46.00 $ 92.00 Engineer 111 $42.00 $ Engr Spec 111 2 $42.00 $ 84.00 Engineer 1 $38.00 $ Engr Tech III $34.00 $ Sub -total 6 $ 268.00 FC 130 RIGHT OF WAY PLANS Manhours Rate Direct Labor Project Manager $46.00 $ Engineer V $46.00 $ Engr Spec V $46.00 $ Engineer 111 $42.00 $ Engr Spec 111 $42.00 $ Engineer 1 $38.00 $ Engr Tech ill $34.00 $ Sub -total 0 $ FC 150 FIELD SURVEYS/MAPPING Manhours Rate Direct Labor Project Manager $46.00 $ Engineer V $46.00 $ Engr Spec V $46.00 $ Engineer III $42.00 $ Engr Spec 111 $42.00 $ Engineer I $38.00 $ Engr Tech III $34.00 $ Sub -total 0 $ HISA MANHOUR SUMMARY Sheet 3 of 4 Mays Extension City of Round Rock H/SA Contract No. 238.01.00 FC 160 ROADWAY DESIGN CONTROLS Manhours Rate Direct Labor Project Manager 2 $46.00 $ 92.00 Engineer V 4 $46.00 $ 184.00 Engr Spec V 4 $46.00 $ 184.00 Engineer III 4 $42.00 $ 168.00 Engr Spec 111 20 $42.00 $ 840.00 Engineer 1 22 $38.00 $ 836.00 Engr Tech 111 47 $34.00 $ 1,598.00 FC 161 DRAINAGE Project Manager Engineer V Engr Spec V Engineer 111 Engr Spec 111 Engineer 1 Engr Tech 111 Sub -total 103 $ 3,902.00 Manhours Rate Direct Labor Sub -total $46.00 $ $46.00 $ $46.00 $ $42.00 $ $42.00 $ $38.00 $ 16 $34.00 $ 544.00 16 $ 544.00 FC 162 SIGNING, MARKINGS AND SIGNALIZATION Manhours Rate Direct Labor Project Manager 12 $46.00 $ 552.00 Engineer V 13 $46.00 $ 598.00 Engr Spec V 13 $46.00 $ 598.00 Engineer 111 13 $42.00 $ 546.00 Engr Spec III 25 $42.00 $ 1,050.00 Engineer 1 26 $38.00 $ 988.00 Engr Tech 111 38 $34.00 $ 1,292.00 Sub -total 140 $ 5,624.00 FC 163 MISCELLANEOUS (ROADWAY) Manhours Rate Direct Labor Project Manager 19 $46.00 $ 874.00 Engineer V 38 $46.00 $ 1,748.00 Engr Spec V 38 $46.00 $ 1,748.00 Engineer III 38 $42.00 $ 1,596.00 Engr Spec 111 69 $42.00 $ 2,898.00 Engineer 1 88 $38.00 $ 3,344.00 Engr Tech 111 150 $34.00 $ 5,100.00 Sub -total 440 $ 17,308.00 FC 170 BRIDGE DESIGN Manhours Rate Direct Labor Project Manager 0 $46.00 $ Engineer V 0 $46.00 $ Engr Spec V 0 $46.00 $ Engineer 111 0 $42.00 $ Engr Spec!!! 0 $42.00 $ Engineer 1 0 $38.00 $ Engr Tech HI 0 $34.00 $ Sub -total 0 $ 4 H!SA MANHOUR SUMMARY Sheet 4 of 4 Mays Extension City of Round Rock H/SA Contract No. 238.01.00 FC 164 MANAGING CONTRACTED PROF. SERVICES Manhours Rate Project Manager 0 $46.00 $ Engineer V 0 $46.00 $ Engr Spec V 0 $46.00 $ Engineer 111 0 $42.00 $ Engr Spec III 0 $42.00 $ Engineerl 0 $38.00 $ Engr Tech III 0 $34.00 $ Direct Labor Sub -total FC 165 TRAFFIC MANAGEMENT SYSTEMS Project Manager Engineer V Engr Spec V Engineer II1 Engr Spec 111 Engineer I Engr Tech 111 Sub -total FC 190 PROJECT MANAGEMENT Project Manager Engineer V Engr Spec V Engineer III Engr Spec III Engineer! Engr Tech III FC 191 SUPPORT SERVICES Project Manager Engineer V Engr Spec V Engineer III Engr Spec III Engineer 1 Engr Tech 111 Sub -total 0 $ Manhours Rate Direct Labor 0 $46.00 $ 0 $46.00 $ 0 $46.00 $ 0 $42.00 $ 0 $42.00 $ 0 $38.00 $ O $34.00 $ 0 $ Manhours Rate Direct Labor $46.00 $ $46.00 $ $46.00 $ 642.00 $ $42.00 $ $38.00 $ $34.00 $ 0 $ Manhours Rate Direct Labor 0 $46.00 0 $46.00 O $46.00 O $42.00 0 $42.00 O $38.00 O $34.00 Sub -total FC 310 CONSTRUCTION PROJECT SUPERVISION Project Manager Engineer V Engr Spec V Engineer 111 Engr Spec III Engineer! Engr Tech III 0 Manhours Rate Direct Labor Sub -total 0 $46.00 $ O $46.00 $ O $46.00 $ 0 $42.00 $ 0 $42.00 $ 0 $38.00 $ 0 $34.00 $ O $