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 $