R-2020-0348 - 12/3/2020RESOLUTION NO. R-2020-0348
WHEREAS, the City of Round Rock desires to retain engineering services for the FM
1460/AW Grimes Boulevard Northbound Right Turn Lanes at Old Settlers Boulevard and Chandler
Creek Boulevard Project, and
WHEREAS, CP&Y, Inc. has submitted a Contract for Engineering Services to provide said
services, and
WHEREAS, the City Council desires to enter into said contract with CP&Y, Inc., Now
Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City a Contract
for Engineering Services with CP&Y, Inc. for the FM 1460/AW Grimes Boulevard Northbound Right
Turn Lanes at Old Settlers Boulevard and Chandler Creek Boulevard Project, a copy of said contract
being attached hereto as Exhibit "A" and incorporated herein for all purposes.
The City Council hereby finds and declares that written notice of the date, hour, place and
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 5 51, Texas Government Code, as amended.
RESOLVED this 3rd day of December, 2020.
CRAIG�VIORG, Mayor
City of/�ound Xock,, Texas
ATTEST:
SARA L. WHITE, City Clerk
0112.20202; 00460318
X TEXA.5
EXHIBIT
CITY OF ROUND ROCK
CONTRACT FOR ENGINEERING SERVICES
FIRM: CP&Y, INC. ("Engineer")
ADDRESS: 13809 Research Boulevard, Suite 300,, Austin, TX 78750
0
PROJECT: FM 1460/AW Grimes Boulevard Northbound Right Turn Lanes at Old Settlers
Boulevard and Chandler Creek Boulevard
THE STATE OF TEXAS §
COUNTY OF WILLIAMSON §
THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") i*s made and entered into on
this the day of , 2020 by and between the CITY OF ROUND ROCK, a Texas home -
rule municipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas
78664m5299, (hereinafter referred to as "City"), and Engineer, and such Contract I*s for the purpose of
contractingpprofessional
for engineering services.
RECITALS0
:
WHEREAS, V,,T,,C,,A,,, Government Code §2254.002(2)(A)(vi*i*) under Subchapter A entitled
"Professional Services Procurement Act" provides for the procurement by municipalities of services of
professional engineers; and
WHEREAS, City and Engineer desire to contract for such professional engineering services; and
WHEREAS, City and Engineer wish to document their agreement concerning the requirements
and respective obligations of the parties;
NOW, THEREFORE, WITNESSETH.
That for and in consideration of the mutual promises contained herein and other good and
valuable considerations, and the covenants and agreements hereinafter contained to be kept and
performed by the respective parties hereto, i"t i*s agreed as follows:
Engineering Services Contract
0199.202042; 00459154
Rev. 08/19
00192831
1
CONTRACT DOCUMENTS
The Contract Documents consist of this Contract and any exhibits attached hereto (which
exhibits are hereby incorporated into and made a part of this Contract) and all Supplemental Contracts
(as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all
are as fully a part of this Contract as 1*f attached to this Contract or repeated herein.
ARTICLE 1
CITY SERVICES
City shall perform or provide services as ideidentified*n Exhibit A entitled "City Services."
ARTICLE 2
ENGINEERING SERVICES
Engineer shall perform Engineering Services as iidentifiedin Exhibit B entitled "Engineering
Services. "
Engineer shall perform the Engineering Services in accordance with the Work Schedule as
identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete
schedule so that the Engineering Services under this Contract may be accomplished within the specified
time and at the specified cost. The Work Schedule shall provide specific work sequences and definite
review times by City and Engineer of all Engineering Services. Should the review times or Engineering
Services take longer than shown on the Work Schedule, through no fault of Engineer, Engineer may
submit a timely written request for additional time, which shall be subject to the approval of the City
Manager.
ARTICLE 3
CONTRACT TERM,
(1) Term. The Engineer is expected to complete the Engineering Services described herein in
accordance with the above described Work Schedule. If Engineer does not perform the Engineering
Services i*n accordance with the Work Schedule, then City shall have the right to terminate this Contract
as set forth below i*n Article 20. So long as the City elects not to terminate this Contract, I*t shall continue
from day to day until such time as the Engineering Services are completed. Any Engineering Services
performed or costs incurred after the date of termination shall not be eligible for reimbursement.
Engineer shall notify City in writing as soon as possible I*f he/she/it determines, or reasonably
anticipates, that the Engineering Services will not be completed i*n accordance with the Work Schedule.
(2) Work Schedule. Engineer acknowledges that the Work Schedule is of critical importance,
and agrees to undertake all necessary efforts to expedite the performance of Engineering Services
required herein so that construction of the project will be commenced and completed as scheduled. In
this regard, and subject to adjustments i*n the Work Schedule as provided I*n Article 2 herein, Engineer
shall proceed with sufficient qualified personnel and consultants necessary to fully and timely
accomplish all Engineering Services required under this Contract i*n a professional manner.
2
(3) Notice to Proceed. After execution of this Contract, Engineer shall not proceed with
Engineering Services until authorized in writing by City to proceed as provided I*n Article 7.
ARTICLE 4
COMPENSATION
City shall pay and Engineer agrees to accept the amount shown below as full compensation for
the Engineering Services performed and to be performed under this Contract.
The amount payable under this Contract, without modification of the Contract as provided
herein, is the sum of Two Hundred One Thousand Four Hundred Eighty -Seven and No/100 Dollars
($201 487*00) as shown in Exhibit D. The lump sum amount payable shall be revised equitably only by
written Supplemental Contract in the event of a change in Engineering Services as authorized by City.
Engineer shall prepare and submit to City monthly progress reports i*n sufficient detail to support
the progress of the Engineering Services and to support invoices requesting monthly payment,, Any
preferred format of City for such monthly progress reports shall be identified 1"n Exhibit B. Satisfactory
40
progress of Engineering Services shall be an absolute condition of payment.
The fee herein referenced may be adjusted for additional Engineering Services requested and
performed only I*f approved by written Supplemental Contract,,
ARTICLE 5
METHOD OF PAYMENT
Payments to Engineer shall be made while Engineering Services are in progress. Engineer shall
prepare and submit to City, not more frequently than once per month, a progress report as referenced i*n
Article 4 above. Such progress report shall state the percentage of completion of Engineering Services
accomplished during that billing period and to date. Simultaneous with submission of such progress
report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a
form acceptable to City. This submittal shall also include a progress assessment report i*n a form
acceptable to City.
Progress payments shall be made in proportion to the percentage of completion of Engineering
Services identified 1"n Exhibit D. Progress payments shall be made by City based upon Engineering
Services actually provided and performed. Upon timely receipt and approval of each statement, City
shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. City
reserves the right to withhold payment pending verification of satisfactory Engineering Services
performed.. Engineer has the responsibility to submit proof to City, adequate and sufficient in its
determination, that tasks were completed.
The certified statements shall show the total amount earned to the date of submission and shall
show the amount due and payable as of the date of the current statement. Final payment does not relieve
Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her/its
negligence.
3
ARTICLE 6
PROMPT PAYMENT POLICY
In accordance with Chapter 225 1, V.T.C.A., Texas Government Code, payment to Engineer
will-be.made within thirty (30) days of the day on which the performance of services was complete, or
within thirty (30) days of the day on which City receives a correct invoice for services, whichever is
later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law)
for payments not made i*n accordance with this prol-411pt payment policy; however, this policy does not
apply in the event.
A. There is a bona fide dispute between City and Engineer concerning the supplies,
ateri*a1s,orequi*p ent delivered or the services performed that causes the payment to be
late; or
B. The terms of a federal contract,, grant, regulation, or statute prevent City from making a
timely pay ent with federal funds; or
C. There i*s a bona fide dispute between Engineer and a subcontractor or between a
subcontractor and its supplier concerning supplies, materials, or equi*pment delivered or
0
the Engineering Services perfiormed wwhichcauses the payment to be late; or
D. The invoice Is is not mailed to City i*n strict accordance with instructions, i*f any, on the
purchase order, or this Contract or other such contractual agreement.
City shall document to Engineer the issues related to disputed invoices within ten (10) calendar
days of receipt of such invoice. Any non -disputed invoices shall be considered correct and payable per
the terms of Chapter 2251, V.T.C.A., Texas Government Code.
ARTICLE 7
NOTICE TO PROCEED
The Engineer shall not proceed with any task listed on Exhibit B until the City has issued a
written Notice to Proceed regarding such task. The City shall not be responsible for work performed or
's
costs incurred by Engineer related to any task for which a Notice to Proceed has not been issued.
ARTICLE 8
PROJECT TEAM
Cityls Designated Representative for purposes of this Contract is as follows:
JC (Jose) Montelongo II, E.I.T.
Project Manager
3400 Sunrise Road
Round Rock, TX 78665
Telephone Number (512) 218=7026
Mobile Number (512) 534-1038
Fax Number (512) 218m5563
Email Address J.Monteloi.i�o�i.rou�ldracktc�:as. 90'V
4
CI'*ty"s Designated Representative shall be authorized to act on CI*ty's behalf with respect to this
Contract. City or City"s Designated Representative shall render decisions in a timely manner pertaining
to documents submitted by Engineer in order to avoid unreasonable delay i"n the orderly and sequential
progress of Engineering Services.
Engineer's Designated Representative for purposes of this Contract is as follows0
:
Anthony J. Serda, P.E.
Vice President
13809 Research Boulevard, Suite 300
Austin, TX 78750
Telephone Number (512) 241 m2228
Fax Number (512) 349mO277ft-- --
Email Address aserdCal�ZC.)'VL, ------ co1n
ARTICLE 9
PROGRESS EVALUATION
Engineer shall, from time to time during the progress of the Engineering Services, confer with
City at Cl*ty's election. Engineer shall prepare and present such information as may be pertinent and
necessary, or as may be requested by City, i*n order for City to evaluate features of the Engineering
Services. At the request of City or Engineer, conferences shall be provided at Engineer's office, the
offices of City, or at other locations designated by City. When requested by City, such conferences shall
also include evaluation of the Engineering Services.
Should City determine that the progress in Engineering Services does not satisfy the Work
Schedule, then City shall review the Work Schedule with Engineer to determine corrective action
required.
Engineer shall promptly advise City in writing of events which have or may have a significant
19 impact upon the progress of the Engineering Services, including but not limited to the following:
(1) Problems, delays, adverse conditions which may materially affect the ability to meet the
objectives of the Work Schedule, or preclude the attainment of project Engineering Services
units by established time periodsD and such disclosure shall be accompanied by statement of
actions taken or contemplated, and City assistance needed to resolve the situation, i*f any;
and
(2) Favorable developments or events which enable meeting the Work Schedule goals sooner
than anticipated.
kql
ARTICLE 10
SUSPENSION
Should City desire to suspend the Engineering Services, but not to terminate this Contract, then
such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification
followed by written confirmation to that effect,, Such thirty -day notice may be waived i*n writing by
agreement and signature of both parties. The Engineering Services may be reinstated and resumed i*n
full force and effect within sixty (60) days of receipt of written notice from City to resume the
Engineering Services,, Such sixty-day notice may be waived i'*n writing by agreement and signature of
both parties. If this Contractl'*s suspended for more than thirty (30) days, Engineer shall have the option
of terminating this Contract.
If City suspends the Engineering Services, the contract period as determined I*n Article 3, and
the Work Schedule, shall be extended for a time period equal to the suspension period.
City assumes no liability for Engineering Services performed or costs incurred prior to the date
ID authorized by City for Engineer to begin Engineering Services, and/or during periods when Engineering
Services is suspended, and/or subsequent to the contract completion date.
ARTICLE 11
ADDITIONAL ENGINEERING SERVICES
If Engineer forms a reasonable opinion that any work he/she/it has been directed to perform I'*S
beyond the scope of this Contract and as such constitutes extra work, he/she/it shall promptly notify
City in writing. In the event City finds that such work does constitute extra work and exceeds the
Maxi um amount payable, City shall so advise Engineer and a written Supplemental Contract will be
executed between the parties as provided in Article 13. Engineer shall not perform any proposed
additional work nor incur any additional costs prior to the execution, by both parties, of a written
Supplemental Contract,, City shall not be responsible for actions by Engineer nor for any costs incurred
by Engineer relating to additional work not directly associated with the performance of the Engineering
Services authorized in this Contract or any amendments thereto.,
ARTICLE 12
CHANGES IN ENGINEERING SERVICES
If City deems it necessary to request changes to previously satisfactorily completed Engineering
Services or parts thereof which involve changes to the original Engineering Services or character of
Engineering Services under this Contract, then Engineer shall make such revisions as requested and as
directed by City. Such revisions shall be considered as additional Engineering Services and paid for as
specified under Article I I.
Engineer shall make revisions to Engineering Services authorized hereunder as are necessary to
correct errors appearing therein, when required to do so by City. No additional compensation shall be
due for such Engineering Services.
ARTICLE 13
SUPPLE -MENTAL CONTRACTS
The terms of this Contract may be modified by written Supplemental Contract if City
determines that there has been a significant change I*n (1) the scope, complexity or character of the
0 Engineering Services, or (2) the duration of the Engineering Services. Any such Supplemental Contract
must be duly authorized by the City. Engineer shall not proceed until the Supplemental Contract has
been executed. Additional compensation, I*f appropriate, shall be identified as provided I*n Article 4.
It i*s understood and agreed by and between both parties that Engineer shall make no claim for
extra work done or materials furnished until the City authorizes full execution of the written
Supplemental Contract and authorization to proceed. City reserves the right to withhold payment
pending verification of satisfactory Engineering Services performed.
ARTICLE 14
USE --OF DOCUMENTS
All documents, including but not limited to drawings, specifications and data or programs stored
electronically, (hereinafter referred to as "Instruments of Service") prepared by Engineer and its
subcontractors are related exclusively to the services described I*n this Contract and are intended to be
used with respect to this Project. However, i*t i'es expressly understood and agreed by and between the
parties hereto that all of Engineer 's designs under this Contract (including but not limited to tracings,
drawings, estimates, specifications, investigations, studies and other documents, completed or partially
completed),, shall be the property of City to be thereafter used i*n any lawful manner as City elects. Any
such subsequent use made of documents by City shall be at CI*ty's sole risk and without liability to
Engineer,rmi
and, to the extent tted by law, City shall hold harmless Engineer from all claims,
damages, losses and expenses, resulting therefrom. Any modification of the plans will be evidenced on
the plans and be signed and sealed by a licensed professional prior to re -use of modified plans.
By execution of this Contract and i@n confirmation of the fee for services to be paid under this
Contract, Engineer hereby conveys, transfers and assigns to City all rights under the Federal Copyright
Act of 1976 (or any successor copyright statute), as amended, all common law copyrights and all other
intellectual property rights acknowledged by law in the Project designs and work product developed
under this Contract,, Copies may be retained by Engineer. Engineer shall be liable to City for any loss or
damage to any such documents while they are i*n the possession of or while being worked upon by
Engineer or anyone connected with Engineer, including agents, employees, Engineers or subcontractors,,
All documents so lost or damaged shall be replaced or restored by Engineer without cost to City.
Upon execution of this Contract, Engineer grants to Citymi
rssion to reproduce Engineer's
work and documents for purposes of constructing, using and maintaining the Project, provided that City
shall comply with its obligations, including prompt payment of all sums when due, under this Contract.
Engineer shall obtain similar permission from Engineer's subcontractors consistent with this Contract. If
and upon the date Engineer is adjudged in default of this Contract, City is permitted to authorize other
similarly credentia1ed design professionals to reproduce and, where permitted by law, to make changes,
corrections or additions to the work and documents for the purposes of completing, using and
maintaining the Project.
7
City shall not assign, delegate, sublicense, pledge or otherwise transfer any permission granted
herein to another party without the prior written contract of.EngiDneer. However, City shall be permitted
to authorize the contractor, subcontractors and material or equipment suppliers to reproduce applicable
portions of the Instruments of Service appropriate to and for use i*n their execution of the Work.
Submission or distribution of Instruments of Service to meet official regulatory requirements or for
similar purposes in connection with the Project is permitted. Any unauthorized use of the Instruments of
Service shall be at CI*ty's sole risk and without liability to Engineer and its Engineers.
Prior to Engineer providing to City any Instruments of Service in electronic form or City
providing to Engineer any electronic data for incorporation into the Instruments of Service, City and
Engineer shall by separate written contract set forth the specific conditions governing the format of such
Instruments of Service or electronic data, including any special limitations not otherwise provi"dedi"n this
Contract. Any electronic files are provided by Engineer for the convenience of City, and use of them 10s
at City's sole risk. In the case of any defects in electronic files or any discrepancies between them and
any hardcopy of the same documents prepared by Engineer, the hardcopy shall prevail. Only printed
copies of documents conveyed by Engineer shall be relied upon.
Engineer shall have no liability for changes made to the drawings by other engineers subsequent
to the completion of the Project. Any such change shall be sealed by the engineer making that change
and shall be appropriately marked to reflect what was changed or modified.
ARTICLE 15
PERSONNEL, EQUIPMENT AND MATERIAL
Engineer shall furnish and maintain, at its own expense, quarters for the performance of all
41
Engineering Services, and adequate and sufficient personnel and equipment to perform the Engineering
Services as required. All employees of Engineer shall have such knowledge and experience as will
Is enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of
City, is incompetent or whose conduct becomes detrimental to the Engineering Services shall
immediately be removed from association with the project when so instructed by City. Engineer
certifies that it presently has adequate qualified personnel in its employment for performance of the
Engineering Services required under this Contract, or will obtain such personnel from sources other
than City. Engineer may not change the Project Manager without prior written consent of City.
ARTICLE 16
SUBCONTRACTING
Engineer shall not assign, subcontract or transfer any portion of the Engineering Services under
this Contract without prior written approval from City. All subcontracts shall include the provisions
required i*n this Contract and shall be approved as to form, in writing, by City prior to Engineering
Services being performed under the subcontract,. No subcontract shall relieve Engineer of any
responsibilities under this Contract.
8
ARTICLE 17
EVALUATION OF ENGINEERING SERVICES
City, or any authorized representatives of it, shall have the right at all reasonable times to review
or otherwise evaluate the Engineering Services performed or being performed hereunder and the
premises on which I*t I*s being performed. If any review or evaluation i'Ds made on the premises of
Engineer or a subcontractor, then Engineer shall provide and require its subcontractors to provide all
reasonable facilities and assistance for the safety and convenience of City or other representatives in the
performance of their duties.
ARTICLE 18
SUBMISSION OF REPORTS
All applicable study reports shall be submitted i*n preliminary form for approval by City before
any final report is issued,, city's comments on Engineer's preliminary reports shall be addressed in any
final report.
ARTICLE 19
VIOLATION OF CONTRACT TERMS/BREAC OF CONTRACT
Violation of contract terms or breach of contract by Engineer shall be grounds for terminat10
ion of
this Contract, and any increased costs arising from Engineer's default, breach of contract, or violation
of contract terms shall be paid by Engineer.
ARTICLE 20
TERMINATION
This Contract may be terminated as set forth below.
(1) By mutual agreement and consent, in writing, of both parties.
(2) By City, by notice in writing to Engineer, as a consequence of failure by Engineer to
perform the Engineering Services set forth herein in a satisfactory manner.
(3) By either party, upon the failure of the other party to fulfill its obligations as set forth
herein.
(4) By City, for reasons of its own and not subject to the mutual consent of Engineer, upon
not less than thirty (30) days' written notice to Engineer.
(5) By satisfactory completion of all Engineering Services and obligations described herein.
Should City terminate this Contract as herein provided, no fees other than fees due and payable
at the time of termination shall thereafter be paid to Engineer. In determining the value of the
Engineering Services performed by Engineer prior to termination, City shall be the sole judge.
Compensation for Engineering Services at termination will be based on a percentage of the Engineering
I
Services completed at that time. Should City terminate this Contract under Subsection (4) immediately
above, then the amount charged during the thirty -day notice period shall not exceed the amount charged
during the preceding thirty (30) days.
If Engineer defaults I*n the performance of this Contract or I*f City terminates this Contract for
fault on the part of Engineer, then City shall give consideration to the actual costs incurred by Engineer
in performing the Engineering Services to the date of default, the amount of Engineering Services
required which was satisfactorily completed to date of default, the value of the Engineering Services
which are usable to City, the reasonable and necessary cost to City of employing another firm to
complete the Engineering Services required and the time required to do so, and other factors which
affect the value to City of the Engineering Services performed at the time of default.
The termination of this Contract and payment of an amount in settlement as prescribed above
shall extinguish all rights, duties, and obligations of City and Engineer under this Contract, except the
obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this
Contract is due to the failure of Engineer to fulfill his/her/its contractual obligations, then City may take
over the project and prosecute the Engineering Services to completion. In such case, Engineer shall be
liable to City for any additional and reasonable costs incurred by City.
Engineer shall be responsible for the settlement of all contractual and administrative issues
arising out of any procurements made by Engineer in support of the Engineering Services under this
Contract.
ARTICLE 21
COMPLIANCE WITH LAWS
(1) Compliance. Engineer shall comply with all applicable federal, state and local laws,
statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or
administrative bodies or tribunals in any manner affecting the performance of this Contract, including
without 1'@m'otation, minimum/maximum salary and wage statutes and regulations, and licensing laws
and regulations. Engineer shall furnish City with satisfactory proof of his/her/its compliance.
Engineer shall further obtain all permits and licenses required in the performance of the
Engineering Services contracted for herein.
(2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the
Engineering Services performed hereunder. City is qualified for exemption pursuant to the provisions
of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act.
(3) As required by Chapter 2270, Government Code, Engineer hereby verifiesi that t does not
boycott Israel and will not boycott Israel through the term of this Agreement. For purposes of this
verification, "boycott Israel" means refusing to deal with, terminating business activities with, or
otherwise taking any action thatiDs intended to penalize, inflict economic harm on, or limit commercial
relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -
controlled territory, but does not include an action made for ordinary business purposes.
10
ARTICLE 22
INDEMNIFICATION
Engineer shall save and hold City harmless from all liability for damage to the extent that the
16
damage is caused by or results from an act of negligence, intentional tort, intellectual property
iinfrngement, or failure to pay a subcontractor or supplier committed by Engineer, Engineer's agent, or
another entity over which Engineer exercises control. Engineer shall also save and hold City harmless
from any and all expenses, including but not limited to reasonable attorneys' fees which may be
incurred by City in litigation or otherwise defending claims or liabilities which may be imposed on City
to the extent resulting activti"es
from such negligentiby Engineer, its agents, or employees.
ARTICLE 23
ENGINEER'S RESPONSIBILITIES
10
Engineer shall be responsible for the accuracy of his/her/its Engineering Services and shall
promptly make necessary revisions or corrections to its work product resulting from errors, omissions,
or negligent acts, and same shall. be done without compensation. City shall determine Engineer's
responsibilities for all questions arising from design errors and/or omissions. Engineer shall not be
relieved of responsibility for subsequent correction of any such errors or omissions in its work product,
or for clarification of any ambiguities until after the construction phase of the project has been
completed.
ARTICLE 24
ENGINEER'S SEAL
The responsible engineer shall sign, seal
40
City in accordance with the Texas Engineering
Registration for Professional Engineers.
and date all appropriate engineering submissions to
Practice Act and the rules of the State Board of
ARTICLE 25
NON -COLLUSION. FINANCIAL INTEREST PROHIBITED
(1) Non -collusion. Engineer warrants that he/she/it has not employed or retained any company
or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this
Contract, and that he/she/it has not paid or agreed to pay any company or engineer any fee,
commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting
from the award or making of this Contract. For breach or violation of this warranty, City reserves and
shall have the right to annul this Contract without liability or, in its discretion and at its sole election, to
deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee,
commission, percentage, brokerage fee, gift or contingent fee.
(2) Financial Interest Prohibited. Engineer covenants and represents that Engineer,
his/her/its officers, employees, agents, consultants and subcontractors will have no financial interest,
dior indirect, irectn the purchase or sale of any product, materials or equipment that will be
recommended or required for the construction of the Project.
I I
ARTICLE 26
INSURANCE
(1) Insurance. Engineer, at Engineer's sole cost, shall purchase and mantainiduring the entire
term while this Contract is iin effectprofessonal liability insurance coverage in the minimumamountof
One Million Dollars per claim from aco pany authorized to do insurance business in Texas and
otherwise acceptable to City. Engineer shall also notify City, within twenty-four (24) hours of receipt, of
any notices of expiration, cancellation, non -renewal, or material change in coverage it receives from its
insurer.
(2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of
Engineer, Engineer shall require each subconsultant performing work under this Contract to maintain
during the term of this Contract, at the subconsultant's own expense, the same stipulated minimum
insurance required in Article 26, Section (1) above, including the required provisions and additional
policy conditions as shown below i*n Article 26, Section (3).
Engineer shall obtain and monitor the certificates of insurance from each subconsultant i*n order
to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance
for the duration of this Contract, and shall have the responsibility of enforcing these insurance
16
requirements among its subconsultants. City shall be entitled, upon request and without expense, to
receive copies of these certificates of insurance.
(3) Insurance Policy Endorsements. Each insurance policy shall include the following
conditions by endorsement to the policy:
(a) Engineer shall notify City thirty (30) days prior to the expiration, cancellation, non -
renewal i*n coverage, and such notice thereof shall be given to City by certified mail to:
City Manager, City of Round Rock
221 East Main Street
Round Rock, Texas 78664
b The policy clause "Other Insurance" shall not apply to any insurance coverage currently
held bY City, to any such future coverage, or to Ci*ty's Self -Insured Retentions of
whatever nature.
(4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained
by Engineer shall be borne solely by Engineer, with certificates of insurance evidencing such minimum
10
coverage in force to be filed with City. Such Certificates of Insurance are evidenced as Exhibit E herein
entitled "Certificates of Insurance."
12
ARTICLE 27
COPYRIGHTS
City shall have the royalty -free, nonexclusive and irrevocable right to reproduce, publish or
otherwise use, and to authorize others to use, any reports developed by Engineer for governmental
purposes.
ARTICLE 28
SUCCESSORS AND ASSIGNS
This Contract shall be binding upon and inure to the benefit of the parties hereto, their
successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any
interest in this Contract, in whole or in part, by operation of law or otherwise, without obtaining the
prior written consent of City.
ARTICLE 29
SEVERABILITY
In the event any one or more of the provisions contained in this Contract shall for any reason be
held to be invalid, illegal or unenforceable i*n any respect, then such invalidity, illegality or
unenforceab1*11*ty shall not affect any other provision thereof and this Contract shall be construed as I"f
such invalid, illegal or unenforceable provision had never been contained herein.
ARTICLE 30
PRIOR AGREEMENTS SUPERSEDED
This Contract constitutes the sole agreement of the parties hereto, and supersedes any prior
understandings or written or oral contracts between the parties respecting the subject matter defined
herein,. This Contract may only be amended or supplemented by mutual agreement of the parties hereto
in writing.
ARTICLE 31
ENGINEER'S ACCOUNTING RECORDS
Records pertaining to the project, and records of accounts between City and Engineer, shall be
kept on a generally recognized accounting basis and. shall be available to City or its authorized
representatives at mutually convenient times. The City reserves the right to review all records it deems
relevant which are related to this Contract.
ARTICLE 32
NOTICES
All notices to either party by the other required under this Contract shall be personally delivered
or mailed to such party at the following respective addresses:
13
City of Round Rock
Attention: City Manager
221 East Main Street
Round Rock, TX 78664
and to:
Stephan L. Sheets
City Attorney
309 East Main Street
Round Rock, TX 78664
Engineer:
Anthony J. Serda, P.E.
Vice President
13809 Research Boulevard, Suite 300
Austin, TX 78750
ARTICLE 33
GENERAL PROVISIONS
(1) Time is of the Essence. The Services shall be performed expeditiously as i*s prudent
considering the ordinary professional skill and care of a competent engineer. Engineer understands and
agrees that time is of the essence and that any failure of Engineer to complete the Engineering Services
for each phase of this Contract within the agreed Work Schedule may constitute a material breach of
this Contract. Engineer shall be fully responsible for his/her/its delays or for failures to use his/her/itsr/*ts
reasonable efforts in accordance with the terms of this Contract and the Engineer's standard of
performance as defined herein. Where damage is caused to City due to Engineer's negligent failure to
perform City may accordingly withhold, to the extent of such damage, Engineer's payments hereunder
without waiver of any of City's additional legal rights or remedies. Any determination to withhold or
set off shall be made i*n good faith and with written notice to Engineer provided, however, Engineer
shall have fourteen (14) calendar days from receipt of the notice to submit a plan for cure reasonably
acceptable to City.
(2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Contractl"f
prevented from performing any of their obligations hereunder by reasons for which they are not
responsible or circumstances beyond their control. However, notice of such impediment or delay iOn
performance must be timely given, and all reasonable efforts undertaken to mitigate its effects.
(3) Enforcement and Venue. This Contract shall be enforceable i*n Round Rock, Williamson
County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or
all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas.
14
This Contract shall be governed by and construed in accordance with the laws and court decisions of
the State of Texas.
(4) Standard of Performance. The standard of care for all professional engineering,
consulting and related services performed or furnished by Engineer and its employees under this
Contract will be the care and skill ordinarily used by members of Engineer's profession practicing
under the same or similar circumstances at the same time and in the same locality. Excepting Articles
25 and 34 herein, Engineer makes no warranties, express or implied, under this Contract or otherwise,
in connection with the Engineering Services.
(5) Opinion of Probable Cost. Any opinions of probable project cost or probable construction
cost provided by Engineer are made on the basis of I*nformation available to Engineer and on the basis
of Engineer's experience and qualifications and represents its judgment as an experienced and qualified
professional engineer. However, since Engineer has no control over the cost of labor, materials,
equipment or services furnished by others, or over the contractor(s9) methods of determining prices, or
over competitive bidding or market conditions, Engineer does not guarantee that proposals, bids or
actual project or construction cost will not vary from opinions of probable cost Engineer prepares.
(6) Opinions and Determinations. Where the terms of this Contract provide for action to be
based upon opinion, judgment, approval, review, or determination of either party hereto, such terms are
not intended to be and shall never be construed as permitting such opinion, judgment, approval, review,
or determination to be arbitrary, capricious, or unreasonable.
ARTICLE 34
SIGNATORY WARRANTY
The undersigned signatory for Engineer hereby represents and warrants that the signatory i'os an
officer of the organization for which he/she has executed this Contract and that he/she has full and
complete authority to enter into this Contract on behalf of the firm. The above -stated representations
and warranties are made for the purpose of inducing City to enterl'onto this Contract.
IN WITNESS WHEREOF, the City of Round Rock has caused this Contract to be si'ognedi'en its
corporate name by its duly authorized City Manager or Mayor, as has Engineer, signing by and through
its duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and
Is
representatives for the faithful and full performance of the terms and provisions hereof.
Isignature page follows)
15
CITY OF ROUND ROCK, TEXAS
0
Craig Morgan, Mayor
ATTEST:
0
Sara L. White, City Clerk
CP&Yg INC.
Signature of Principal
Printed Name: Andrew A. Atlas
16
APPROVED AS TO FORM:
Stephan L. Sheets, City Attorney
(1) Exhibit A
(2) Exhibit B
(3) Exhibit c
(4) Exhibit D
(5) Exhibit E
LIST OF EXHIBITS ATTACHED
City Services
Engineering Services
Work Schedule
Fee Schedule
Certificates of Insurance
17
1 a V,
�464 0 11 *11 go
City Services
I. The Ci*tywl*ll furnish to the Engineer the following information and/or perform the following tasks:
1. Provide any existing datathe Owner has on file concerning the project, if available.
2. Assist with the coordination of any required public involvement.
3. Assist the Engineer, as necessary, in obtain49
ing any required data and information from the State, County,
neighboring Cities and/or other franchise utility companies.
4. Provide existing plans and designs for FM 1460, including pavement section, drainage facilities,
sidewalks, and the traffic signal at Old Settlers Road.
5. Give prompt written notice to Engineer whenever the Owner observes or otherwise becomes aware of any
development that affects the scope or timing of Engineer's services.
6. Meet on an as needed basis to answer questions, provide guidance and offer comment.
7. Provide construction inspection and construction testing services including coordination and scope of
services.
8. Review submittals and provide cotments.
oil
Engineering Services
The FM 1460/AW Grimes Blvd Northbound Right Turn Lane project will widen the existing FM 1460 roadway on the
northbound approach to the Old Settlers Boulevard intersection and to the Chandler Creek Boulevard intersection to provide
two separate dedicated right turn lanes. Currently at both locations, FM 1460 is a five -lane undivided urban roadway with
two through lanes in each direction and a twomway left turn lane in the center on the northbound approach. At Old Settlers
Boulevard, it is a divided urban roadway with raised concrete median on the southbound approach with two through lanes in
each direction and a left turn lane. The intersection at Old Settlers Boulevard is signalized with a traffic signal pole at each
of the four corners and the signals mounted on mast arms. The intersection at Chandler Creek Boulevard is signalized as well,
with a traffic signal pole at the northeast, northwest, and southwest corners with the signals mounted on mast arms.
The scope of this project will include the installation of a northbound right turn lane, one at Old Settlers Blvd and one at
Chandler Creek. The existing 5-foot sidewalk along FM 1460 will be reconstructed along the newly constructed turn lanes.
The Engineer shall provide the necessary engineering and technical services for the completion of surveying and mapping,
right-of-way mapping, and preparation of plans, specifications and estimates for the project.
Design services related to the design and plan production for this project will be performed in accordance with the latest
available City of Round Rock Transportation Design and Construction Standards Criteria Manual and TxDOT manuals from
the design collection located on the TxDOT website. The roadway will be designed based on TxDOT (3R) design criteria, as
applicable. The development of the project will be consistent with City and TxDOT design procedures and practices. This
project will be developed utilizing MicroStation V8i and Bentley Geopak V8i.
The tasks and products are more fully described in the following TASK OUTLINE.
TASK OUTLINE
I. SURVEYING SERVICES
A. TOPOGRAPHIC SURVEY
(provided by CP& Y, Inc.)
1. The Surveyor will provide the professional and technical staff necessary to perform a detailed topographic survey
of FM 1460, Old Settlers Boulevard, and Chandler Creek Boulevard extended limits and miscellaneous
wastewater manhole locations. The topographic/design survey will extend 5 feet outside the existing right-of-way
lines (if ascertainable without right -of -entry) and includes, but is not necessarily limited to: roadway, ditches,
major grade breaks, culverts, culvert types and sizes, inlets and other drainage structures, metal beam guard fence,
fences, driveways, sidewalks, pedestrian ramps, mailboxes, traffic and other signs, traffic signal poles including all
signal equipment, mailbox turnouts, striping (if it can be done safely with temporary traffic control devices), and
visible above ground utilities. Any required permitting fees or traffic control fees (other than standard traffic
control equipment) is not included in this proposal Surveyor will also submit a utility locate request to Texas8l I
for the segment along the roadway and survey in their markings. Surveyor will provide three horizontal control
points and two vertical benchmarks within or near the area.
2. The Surveyor shall locate right-of-way monumentation and other evidence to best -fit the existing right-of-way lines
for FM 1460 and intersecting roads within the limits of survey. This is not to be construed as boundary surveying at
this time nor is it considered taxable for the purposes intended at this time.
Exhibit B
CP&Y, Inc.
11/4/2020
1 of 9
B. DELIVERABLES
1. The Surveyor shall provide:
(provided by CP& Y, Inc.)
(a) 2D MicroStation V8 planimetric file.
(b) 3D MicroStation V8 DTM file including break -lines and 1 foot contours.
(c) Geopak V8i DTM (tin) file.
(d) ASCII point file.
(e) Two CD-ROM containing the specified files.
(f) PDF file of each Surveyor's project field book.
(g) Spreadsheet of landowners for right -of -entry letters
C. ASSUMPTIONS (provided by CP& Y, Inc.)
1. The Surveyor shall notify the client prior to performing the work if:
(a) Sufficient right-of-way monumentation cannot be found to re-establish the existing alignments and associated
right-of-way lines along the project corridor.
(b) The work is delayed due to weather or other circumstances beyond the Surveyor's direct control.
(c) Existing Project Control cannot be recovered or verified.
D. SUE
Exhibit B
1. All utility investigations will be performed in accordance with ASCE 38MO2: Standard Guideline for
the collection and Depiction of Existing Subsurface Utility Data. SUE services will include utility research,
quality level C/D SUE and OH Utility, CADD and processing of quality level B, QC review and ROW
permits. All utility locations for Quality Level "C" and "D" work will be based on the topographic features
collected during the survey portion of the project and as -built information that is provided by the city and the
utility owners.
(a) Quality Level D (QL="D") - Generally, QLm"D" indicates information collected or derived from research
of existing records and/or oral discussions.
(b) Quality Level C (QLm"C") - Generally, QLm"C" indicates information obtained by surveying and plotting
visible above -ground utility features and by using professional judgment in correlating this information to
QLM"D" information.
2. These services are for the purpose of aiding the design of the subject project by providing information related
to subsurface utilities in order to allow potential utility conflicts to be minimized or eliminated.
3. The Engineer will provide services that meet the standard of care for existing subsurface utility location and
mapping as established in Cl/ASCE 38mO2 by exercising due diligence with regard to records research and
acquisition of utility information, including visually inspecting the work area for evidence of utilities and
reviewing the available utility record information from the various utility owners, however, the Engineer
makes no guarantee that all utilities can or will be identified and shown as there still may be utilities within
the project area that are undetectable or unknown.
4. Facilities that are discovered through field investigative efforts by the Engineer, but no plan records or
ownership data can be identified will be hereafter referred to as "unknown" utilities. As part of these services,
the Engineer will provide QL=C information in the project deliverables for all unknown utilities that may be
identified in the field investigation of the project. Designating and/or locating unknown utilities will typically
not be part of the initial scope of work but depending on the client's needs can be added as additional work to
address concerns of the project impacts of "unknown" facilities.
5. Engineer will request utility records on all crossing utilities from the Client, public utilities and private utility
companies known to provide service within the project area, as well as other sources, in an effort to develop a
comprehensive inventory of utility systems likely to be encountered. Where available, Engineer will
download information on existing utilities via the City's Online system. Record documents may include
construction plans, system diagrams, distribution maps, transmission maps, geographic information system
data, as well as oral descriptions of the existing systems. The depiction of utilities from records (QLm"C" or
CP&Y, Inc.
11/4/2020
2of9
Exhibit B
"D") will be based on thorough field and office activities and shall be based on the most reliable indication of
position available.
6. Engineer will create and call in locate tickets for Texas8l I for the project corridors. Timing of locates will be
coordinated with Engineer's surveying staff to help ensure that locates are performed in concert with
surveying operations.
7. As part of the services provided in the Topographic and Boundary Survey Phase, the Engineer will visibly
investigate surface features and appurtenances or all utility systems shown on the record drawings that are
included within the project site, including but not limited to:
(a) wastewater manholes (including measure down)
(b) storm sewer manholes (including measure down)
(c) communication fiber manholes
(d) hand holds
(e) pull boxes
(f) water valves
(g) water meters
(h) fire hydrants
(i) cleanouts
(j) blow -offs
(k) pedestals (communication, fiber, electric)
(I) gas meters
(m) signal boxes
(n) electric poles (transmission and distribution)
(o) electric transformers
(p) light poles
(q) utility signs
8. Prepare documentation of the utilities encountered and marked by Texas8l 1, including their general location,
orientation, type & size, if known.
9. Deliverable will consist of a Quality Level C/D - 2d (DGN) file depicting all sub -surface utilities found from
record drawings and above ground appurtenances. The drawing will be signed and sealed by a Professional
Engineer licensed in the State of Texas.
For Quality Level "B"
10. Designate: Two-dimensional horizontal mapping. This information is obtained through the application and
interpretation of appropriate non-destructive surface geophysical methods. Utility indications are referenced to
established survey control. Incorporates quality levels C and D.
11. As requested, compile "As Built" information from plans, plats and other location data as provided by the
utility owners
12. 1Coordinate with the utility owner when utility owner's policy is to designate their own facilities at no cost for
preliminary survey purposes. The Consultant shall examine utility owner's work to ensure accuracy and
completeness
13. Designate, record, and mark the horizontal location of the existing utility facilities and their service laterals to
existing buildings using non-destructive surface geophysical techniques. No storm sewer facilities are to be
CP&Y, Inc.
11/4/2020
3 of 9
designated unless authorized by PM. A non -water base paint, utilizing the APWA color code scheme, must be
used on all surface markings of underground utilities.
14. Correlate utility owner records with designating data and resolve discrepancies using professional judgment,, It
is understood that line sizes of designated utilities are from the best available records and that an actual line
sizes is determined from a test hole vacuum excavation. The Consultant shall place a note on stating "lines
sizes are from best available records".
15. Clearly identify all utilities that were discovered from quality levels C and D investigation but cannot be
depicted in quality level B standards. These utilities must have a unique line style and symbology in the
designate (Quality Level B) deliverable
16. Comply with all applicable City policy and procedural manuals
II. PLANS, SPECIFICATIONS & ESTIMATE
The Engineer will develop and submit Plans, Specifications & Estimates (PS&E) plans at levels consistent with and
required for City 30%, 90% and final 100% plans.
A. DATA COLLECTION
(provided by CP& Y, Inc.)
1. Coordinate with the City of Round Rock to obtain pertinent project information.
2. Perform field investigations of the project.
3. Develop the roadway design criteria to be discussed, revised and approved by the City. This set of criteria will be
based on the City of Round Rock Transportation Design and Construction Standards Criteria Manual and Chapter 3
of the TxDOT Roadway Design Manual.
B. ENVIRONMENTAL STUDIES (provided by CP& Y, Inc.)
1. Categorial Exclusion Documentation
(a) Gather and prepare the necessary documentation to support a categorical exclusion determination by TxDOT.
The effort will include review of technical databases, technical literature, and governmental publications and
databases to identify conditions, issues or concerns with the potential to occur in the project area; field
investigations (during which representative photographs of the project area will be obtained); and preparation
of documentation (reports, memos, maps, etc.) for coordination with and submission to TxDOT. Issues to be
addressed through the investigation process include: protected species; water resources/waters of the U.S.;
vegetation and habitat; air; noise; community impacts; and hazardous materials. All work will be performed to
TxDOT standards for documentation of a categorical exclusion. If it is determined that an environmental
assessment is required, that work would require a supplemental work authorization.
2. Cultural Resources Investigation (SWCA Environmental Consultants)
(a) The proposed project is limited to intersection improvements (construction of two Right Turn Lanes) within
existing, previously disturbed right of way. Historic resources coordination is not anticipated to be required. An
archeological background study will be performed in accordance with TxDOT standards and requirements.
Should, after coordination with TxDOT, it be determined that additional cultural resources investigations are
needed for the proposed project or an archeological survey is required, the additional work would require a
supplemental work authorization.
C. ROADWAY DESIGN
1. Roadway Plans & Geometry
Exhibit B
(provided by CP& Y, Inc.)
(a) Existing typical sections will be completed depicting the existing conditions of the project roadway.
(b) Proposed typical sections will be completed depicting the improvements to FM 1460. The proposed typical
sections are intended to show the general cross -sectional configuration of the roadway in logical sections and
will be prepared to the appropriate level of detail and limits to convey that general information.
CP&Y, Inc.
11/4/2020
4of9
2.
(c) A horizontal alignment data sheets will be updated to include the horizontal geometric information for FM 1460,
Old Settlers Boulevard, and Chandler Creek Boulevard
(d) FM 1460 roadway plan and profile sheets shall be completed depicting the proposed construction. The plan and
profile sheets will be prepared at a scale of 1" =50' H and I"=5' V.
(e) The Engineer shall provide plan sheets of removals at a scale of F'= 100'. Removal sheets shall clearly identify
the disposition of roadway appurtenances. Description of removal items, including material, shall be included.
Grading and Details
(a) Design cross sections will be completed at 50mfoot interval along FM 1460 for the determination of cut and fill
quantities.
D. DRAINAGE
1. Drainage Design
(provided by CP& Y, Inc.)
(a) An interior drainage area map will be developed at a scale of V=100'. This map will depict drainage area
boundaries and flow direction arrows. Each area will be identified with a unique number to be used to find run-
off information from the calculation sheets. This sheet will also depict a plan and profile view for the relocation
of the existing curb inlets and tie to the existing storm sewer systems,, It is assumed that the existing storm sewer
systems will be of sufficient capacity for the proposed additional pavement areas.
(b) Run-off to each inlet and inlet hydraulic information will be calculated in accordance with the City of Round
Rock Drainage Design and Construction Standards Criteria Manual and TxDOT and shown on the run-off and
inlet computation sheets in Geopak Drainage format. Storm sewers will be analyzed and computations will be
prepared for the storm sewer design in Geopak Drainage format.
2. SW3P and Erosion Control
(a) Erosion control plans will be prepared for the length of project. Temporary storm water management devices
will be needed to minimize the sediment runoff during construction of this project. The anticipated design
components to be utilized on this project are silt fence, sand bags, rock filter dams, sediment traps, and
construction exits. One temporary erosion control plan sheet will be developed with notes that indicate that the
contractor is responsible for phasing the devices along with the construction sequencing. Permanent erosion
control measures will be included on these sheets as well.
(b) A Storm Water Pollution Prevention Plan (SW3P) will be prepared for this job in accordance with TCEQ
regulations. These sheets will consist of the TxDOT SW3P text sheets for erosion control measures.
(c) The project site is not within the Edwards Aquifer Recharge or Contributing Zone. Preparation of a Water
Pollution Abatement Plan (WPAP) or Contributing Zone Plan (CZP) is not included in this scope of work.
E. SIGMNG, MARKING, AND SIGNALIZATION (provided by CP& Y, Inc.)
1. Small Signing and Pavement Markings
(a) Signing and Pavement marking layouts will be prepared at a scale of 1 "=50' for FM 1460. Road signs and
markings will be shown all on the same plan sheet. Each sign will have a corresponding number for cross-
reference to the sign summaries.
2. Signalization (provided by HDR)
Exhibit B
Traffic signal plans will be prepared for the modification of the existing signal at the intersection of AW Grimes
Boulevard (FM 1460) at Old Settlers Boulevard and at Chandler Creek Boulevard. It is assumed that utility
coordination will not be required as part of the traffic signal development and that temporary traffic signal layouts
and details will not be required at the two intersections. If during final design, it is determined that a temporary
traffic signal plan is required, the Engineer shall prepare a budget and a schedule for the additional work. The
Engineer shall not commence work on a task prior to receiving written approval by the City.
Tasks to complete the traffic signal plans for AW Grimes and Old Settlers Boulevard include the following:
(a) Conduct field review at the intersection to note and verify physical constraints, power connection, utility
placement, and any other details necessary for signal plan preparation.
CP&Y, Inc.
11/4/2020
5 of 9
(b) Prepare existing signal and intersection layouts, as appropriate, for the proposed traffic signal location. Plans
will be prepared at a scale of I"=40' (or larger) and will indicate existing conditions, existing utilities, existing
striping, and existing traffic control devices, if applicable.
(c) Develop traffic signal layout at a scale of I"=40' (or larger) and indicate existing conditions, location of signal
pole, conduit, ground boxes, proposed traffic control devices, and proposed roadway improvements.
(d) Develop phasing and signing sheets for the traffic signal location.
(e) Develop conduit and conductor schedule sheets for the proposed traffic signal intersection, Wiring for power
to controller, illumination, and ILSN signs will run in separate conduit from traffic signal cable.
(f) Prepare traffic signal elevations showing the vertical clearance required for the mast arm and for each
pedestrian push button/signal head mounting height.
Tasks to complete the traffic signal plans for AW Grimes and Chandler Creek Boulevard include the following:
(9) Prepare existing signal and intersection layouts. Plans will be prepared at as scale of I"=40' or larger) and will
indicate existing conditions, existing utilities, existing striping, and existing traffic control devices, if applicable.
(h) Develop traffic signal layout for relocation of one (1) pedestrian pole in the southeast corner of the intersection
due to the construction of the proposed northbound right turn lane. Necessary wiring will be included to provide
connection to the new pedestrian pole. It is assumed that other signal equipment and ground boxes in that
corner are not impacted by the right turn lane construction. If the ground box is impacted, the design will be
complex as conduit and wiring may have to be replaced for the whole intersection and additional design sheets
will be required. A separate scope and fee will be submittedfo r the additional work.
F. MISCELLANEOUS
1. Utility Adjustments
(provided by CP& Y, Inc.)
(a) The Engineer will utilize subsurface utility data throughout the design process. A good faith effort will be made
to accommodate existing utility locations. Utility conflicts will be identified during the design process to allow
for relocation. The Engineer will coordinate with utility providers on necessary relocations. The Engineer shall
include the existing utility information in the plans.
(b) The Engineer will relocate existing 24minch and 16minch water line, approximately 250 LF, in the vicinity of the
right turn lane addition. Existing fire hydrant lead will be extended to move fire hydrant out of new pavement
limits.
2. Miscellaneous Plans
(a) A project title sheet will be prepared as required for the construction plans.
(b) A detailed index of sheets will be prepared that shows each sheets location in the plan set, as well as its
corresponding sheet number. This index will be updated throughout the submittal process to allow for easier
reference during the review process.
(c) Project layout sheets will be prepared at a scale of I"=200' that clearly indicates the limits of the entire project.
3. Traffic Control Plan
Exhibit B
(a) Traffic control typical sections will be prepared for each stage of construction sequence to clearly delineate
the position of the existing traffic with respect to the proposed construction. Temporary traffic barriers and
pavement marking will also be shown and dimensioned.
(b) A detailed narrative for the sequence of construction and traffic control general notes will be prepared and
submitted to the City for review and incorporation into the plans. The narrative will include aphase-by-phase,
step-by-step written account of the proposed activities throughout the construction process. This is intended to
be a narrative account of the activities shown in the traffic control plan layouts.
(c) Detailed traffic control plans will be prepared at a scale of I"= 100'. This plan will describe the maintenance of
traffic and sequence of work for each phase of the proposed construction. Location of work areas, temporary
paving, temporary shoring, signing, barricades, and other details will be required to describe the traffic control
plan. The Engineer will be required to ensure that proper drainage can be maintained during each phase of
construction.
(d) Traffic control details will be developed for items not covered by City of Round Rock or TxDOT standard
details.
CP&Y,, Inc.
11/4/2020
6of9
(e) An Engineer's opinion of construction schedule will be computed in order to determine an approximate duration
for each of the phases of construction. The schedule will be prepared using Microsoft Project.
4. Illumination
The engineer shall coordinate with the electrical provider for the City (Oncor) on the continuous illumination design
and electrical service locations.
(a) The Engineer will relocate illumination to ensure continuous and safety lighting along the project corridor. The
lighting will be shown on illumination layouts.
(b) The Engineer shall provide. electrical circuit plans and details for the roadway lighting systems within the project
limits.
(c) The Engineer will coordinate with the City in identifying power sources, conduit runs, and will show them on
the project plans. The Engineer shall identify potential overhead utility conflicts, and coordinate with the State
and the utility company to help resolve the conflicts.
5. Quantities
Quantities will be tabulated for each of the following and as necessary to bid this project:
(a)
Traffic Control
(provided by CP& Y, Inc.)
(b)
Earthwork
(provided by CP& Y, Inc.)
(c)
Roadway
(provided by CP& Y, Inc.)
(d)
Removal
(provided by CP& Y, Inc.)
(e)
Drainage
(provided by CP& Y, Inc.)
(f)
Small Signs
(provided by CP& Y, Inc.)
(g)
Pavement Markings
(provided by CP& Y, Inc.)
(h)
Signals
(provided by HDR)
(i)
Illumination
(provided by CP& Y, Inc.)
(j)
Utilities
(provided by CP& Y, Inc.)
(k)
Erosion Control and SW3P
(provided by CP& Y, Inc.)
6. Summary Sheets
Quantities that are calculated will be tabulated on individual summary sheets for inclusion in the construction plan
set:
(a)
Traffic Control
(provided bY CP&Y9 Inc.)
(b)
Earthwork
(provided by CP& Y, Inc.)
(c)
Roadway
(provided by CP& Y, Inc.)
(d)
Removal
(provided by CP& Y, Inc.)
(e)
Drainage
(provided by CP& Y, Inc.)
(f)
Small Signs
(provided by CP& Y, Inc.)
(g)
Pavement Markings
(provided by CP& Y, Inc.)
(h)
Signals
(provided by HDR)
(i)
Illumination
(provided by CP& Y, Inc.)
(j)
Utilities
(provided by CP& Y, Inc.)
(k)
Erosion Control and SW3P
(provided by CP& Y, Inc.)
7. Standards, Specifications and Estimate
Exhibit B
(a) The Engineer will download the appropriate standards for the project from the City of Round Rock and
TxDOT's website. Standards that require modification will be corrected and sealed by the Engineer. All other
standards will have their title blocks filled out with the applicable project data and printed for inclusion in the
final plan set.
(b) A tabulation of applicable specifications, special specifications and special provisions will be prepared for
submission with the final PS&E package.
(c) The Engineer will review general notes provided by the City for applicability to the project. The Engineer will
mark-up a set and return it to the City for their inclusion in the final plan set. The Engineer will work with the
City to complete the basis of estimate prior to beginning quantity calculations.
CP&Y,, Inc.
11/4/2020
7of9
(d) An opinion of probably construction cost will be prepared at the 30%, 90% and prior to the final PS&E
submittal, and supplied to the City in Microsoft Excel format.
8. Bid Documents
(a) The Engineer will prepare contract bid documents and proposals and make them available in electronic format
(PDF) as well as hard copy for the City's use.
G. BID AND CONSTRUCTION PHASE SERVICES
1. Bid Phase Services
(a) Prepare contract bid documents and assemble into a bid proposal package.
(b) Assist the City at contract bid opening.
(c) Tabulate the bids, research low bidder and make a recommendation of award to the City.
(d) The scope of this work does not include advertisement of the bid, maintenance of a plan holder's list and
coordination of the pre -bid conference (if desired).
2. Construction Phase Services
(a) Attend one (1)pre-construction conference with the City and the Contractor.
(b) Review submittals and shop drawings as required by the Construction Contract Documents, but only for
conformance with the design concept indicated in the Construction Contract Documents. Such reviews will not
extend to means, methods, techniques, sequences or procedures of construction or to safety precautions and
programs incident thereto.
(c) Attend two (2) meetings or site visits during project construction.
(d) Review and respond to Contractor requests for information (RFI).
(e) Make recommendations to the City regarding change orders as appropriate and when directed by the City.
(f) Review the Application for Payment and supporting documentation submitted by the Contractor. Such
recommendation for payment to the Contractor shall not be a representation that the Engineer:
(i) has made exhaustive or continuous on -site observations to check the quality or quantity of the Contractor's
work;
(I*i) has reviewed construction means, methods, techniques, sequences or procedures;
(iii) has reviewed copies of invoices received from subcontractors, material suppliers or other data requested by
the City to substantiate the Contractor's right to payment;
(iv) has ascertained how or for what purpose the Contractor has used monies previously paid by the City; or
(v) has determined that title to any of the Contractor's work has passed to the City free and clear of any liens,
claims, security interests or encumbrances.
(g) Conduct a final inspection together with the City and the Contractor to determine if the work has reached final
completion so that the Engineer may recommend final payment to the Contractor. If appropriate, make
recommendations to the City for final payment to the Contractor.
III. PROJECT MANAGEMENT
A. PROJECT MANAGEMENT (provided by CP& Y, Inc.)
1. Create and submit monthly invoices suitable for payment by the City.
2. Prepare monthly progress report for submission with the monthly invoices to provide a written account of the
progress made to date on the project.
3. Prepare a schedule depicting the key milestones and critical path items necessary to complete the PS&E phase of
project development. The schedule shall incorporate and depict the various tasks, subtasks, milestones and
deliverables. The schedule will be updated monthly throughout the duration of the project to reflect substantial
changes in progress that are found during review and coordination meetings. Any issues that need resolution or
action items will be identified in the progress report.
4. Meet formally once a month with the City to review project progress. The Engineer shall attend up to 6 monthly
coordination meetings with the City.
Exhibit B
CP&Y,, Inc.
11/4/2020
8 of 9
5. Prepare project meeting summaries for applicable meetings during the project development process.
6. The Engineer will have internal meetings with the consultant design team every two weeks for the length of the
project. It is assumed that these meetings will include key personnel from each discipline and will be required to
discuss and resolve project issues.
7. The Engineer shall formally close out the project and perform a documented archive process.
Exhibit B
CP&Y,, Inc.
11/4/2020
9 of9
XHIIBIT
Work Schedule
Attached.'`..d_-is^a`+
EXHIBIT C
AW Grimes Right Turn Lanes (Old Settlers & Chandler Creek)
Development Schedule
ID :Task Name Duration Start Finish :Predecessors 2020 2021 i 2022 2023
:
I.
i i
n A r ul Oct'Jan
nA r. I nA r ul Oc :JanA r. Jul :Oct Ja J
:Ja Ju :Oct Ja J t
.......z ...................... ......................... _ _
o AW Grimes Right Turn Lanes 370 days Mon 11/9/20 Fri 4/8/22 ..fYriw{„{tt tii` ��` - ' i AW Grimes Right Turn Lanes
.w.. .
1 NTP 0 days Mon 11/9/20 Mon �.1./9/20 11/9/20j NTP
,::,;-;:::::::;:;,;�,:,:*;:":::,:;.:.:--....i.:.?-..i..*�i i:i*?i;i�;i i*: i'�i:i*:*i j::: .... . .... . - -* *-'*- -, -'- -'- - - - -- - - -% � , -'- - .*.. .
::.
.ntr.,t. t ., \'X . . - . .. ....... :,; : n,¢� ::-;t,:.. } _ _ _ .,4�- : r/r:X •: • J{}-• . .Y .!P ' : r:;v i:;:}:i: }Xi%; � **:T. . v,i }Y: .:.. ff;;: .
.4.:: •:: �•, h }: }'f•R•:4.}•{{.}�U•i i•. #+{:C4 ,.. { :.v.�.t.: 'i'Sr.;N . ,% ; f . }% ...i. }i �••'��r X:..
}•: 04•. n:. ",. } .. ,• :.. .r:4 Y :.'�}.-fi' t;}..:: c: 4.:}::x •'}„} ?S X' .• . �vfp�.Ty.'t�],�
,. ... 4.� 4 v�: b .. r ., .: Y .. v ry .v..:.. .R... }. I i ••::}x•- nr' Y? f :'4:{!i}'iiFrii}•::'} .•c:
2 :)S.Sh.,v .. f.2.3 a.. ,:: :.t S. $s: .r<C. h:. .t .,: .:: ::-:: .04. i�C:.}.... .:; ..... •. •• .<:S? S: 3Y 4' h•5. :::.v r::{}. -:h'
.,v ., .o.}� :.. t .rr .-VY :. �.> X ... ..f 4 d :,c•: ;+f;; } t# . ,; ....
...St . } .. ...:..•: k , .? ! , .; '..}.f}`S.i„•.#�-s°<;:}F+} # <: ../ ; : fii. . •ai,s4 ,..+c ...,a .t..
.}W. ....... n.. n......w. n.. .}.. .: r .. r..:n.... r.......................r .................. ..... ...... ........ .......... ....... .. .
r ....n ...r..� nr ... ... r.... .....:. .x..:..... r}}:t-. r.:x::Y:::":i}':G}i}....}}:v?ivrr}: %r:'^'�il'f :: }'!.4}Xi:n. ....'t'r.. ....t.r................:. .....:...... .......Y..... ............
„.. .r .... .. ... .. .. .. ... .. ., .., ......................................................... ........r,. r.. .. .. :'fir:... ...... •u,a: . .hr ... .,... r.. ... r..tiYr..•}.,C }r n..v.. .. h}n vr...:....:.... .... .............................. ............ ...... }... r.?h ,. .$: rF. h: r. ,..:: f.•}}{:}:•i. ..: '{. +-:�v F \ J>f$•.
X . r... r .:. .... : h r f,•: }n•: rM $}.ir::.}:' {.ifii},fv:: n'vri::}4.}•.ty: r;
`Y ...... .........:Y... t...... ........ r........{}.. x..............................................................................W... {. .r:}...}f. ri} ...t• .. r . ... ... .... :..}:'!J 3 Y ::
s }..,: cs..... .s`........:.}:....r.......:.,.......r.,.{xyrr.:....r....,•:::............t..:•.::.:..............................................
:. h.. .. ..r ... .:.... ... ...... ... .. ... ... ..r .. X ................................................................. ... r. r 8. r. .. f. } .. M f ... / h. ... .. ... ... , Y'f.. r .. n. .:... r. ,.. r. ...,........ ... nk. n.. .. ..{v...%......................n.......................................... r.. r ..v .. : , ,• ....:.. J..r r.:v v,::,: :..v :•v. J ... ... ... , .. r ... r .: •r+.,r:...{:.v::: nv:r:.:•%.Or.:v: nvr.v::.v: r:::.w:::: F.v: r:: v::.:::::::::r::::::::::::::::::::::: }::::?:Ciii: i:i',
sY..:.... s?. ,.,............................................................... ...... ...
r ,. : w .. , w:n 4G .. .. ..v... .F ..:. v.. .v r. .... ., ::r... .::r•: v::.:v: ••: h..4r: •: :r:x .{.. }::ry:y{. { q� L ..:Sn `h: r :•xi::; :•:... 4 .. Yiii:i<}:,'::}'.:.
............:HY:{S.6X•A000 (AY:hY'1tt8}q•A'i�Y?��A,+4%LbiG fi�. a0r'f.•Y.+r n.:'tA+-. V({L: •' Y.uy.:,�Yd:2�C�C3�6�0i&6N> :: .: •:r}+r
:,.:::.....:.....:.Y... ..... ' dnX:%......x{fr{+i.nte;:n t....,,n�.w.,,:ta.,:.#..«t.,..,.. ,....i':i<•;i::;;.tS!'.%:e%S..c o #fits
...:-
................ .1a'K .?irak...>, ... .k£?L.• 4)'$'{„�,:.,:}r{' ....fr } Y• 4 3.:<'.'::;: •: "`"'%"d
3 CE Document Prep 40 days Mon 1/4/21 Fri 2/26/218SS+10 days
4
Environmental Clearance 0 days Fri 5j14/21 Fri1j213FF+55i x/ rz
.......................
S
..... .. .... . .. ... I I .11 L ,
::. .. , .:I:�:., ,� , .
.� ....
......... ..
%
�{ $�,
... :}:.' ...............
:..
;�.;::.Y :,. - ..... ,p:.vh;: n{v::::. ................. ..i h• i....r. :iYF:F^ p.
#' i )o .. ..;;' -,:::.v..............1.................v:--.v:..: }iii:vi:: ii': q �p n a
,,iXc w f.:..:�
• - r. 2r_ r. ''F. } .::::::.....:................:::.....:...::.::::....::..:.::.::.:.;rfi�. •F"-+
...{...... ..4 :.v:. ... .: . ... : ...¢..................................................................................................... h{t?(r�..... . t.0:.... .. ,.{' : .. .... .. .: .:-nv. :... {•;.f. �••� -v.• r. : .:.{v . r},�
U
,... �. .:. ?.:rrvF ...............................................n.................................................... ....,..... .}.4,. .55? .. .k .:.. h.F. +�,. .t }: X{-:tt:..}. ,: :S'}YY::'
;;• XSv: t•v:.rr7fh: ;y:. .tf' ?�>,:r`q
"'it•.>> ••: G:`•Siii �i{Si'?�SiY�'i{::;;i:{{iiiii:i{Ci:}}titi�{i:: {X{:{}}i;{{•^ ii:L:iiY�iil�'i-i'�ti':ii:y: }ii'}:{•+ii; / �p
{}•7a'•'}} Ftf• ^F/.•'' ,i. j d C'L ••-r+?Tr:'.'t.1
,. t,.}r{. W n .;�.. ..;J {..`, - rv'O}?Y::::::::::::}:}}:'{r: •{..}x•:'•}}}}rr:? ;ff.};'} rr�;v;:} ni ::'•: �?Y •:t' t ?. .{�''�{r;YF. ` t}r,•• {5 t {.;h �j y, y:
.Q•: 4. '. '•• •. ,; .v., ••}n . '.S,C'f„. v{: :}-{};n.:,'3ri'} j� •NHS.? :}. {
NOW Y,
6
Survey
30 days
Mon 11/9/20
Fri 12/18/201
7
PS&E Start' ::::::::::::::::::::::::::::::::::::::::::::::::::..:::
0 days s
y
Fri 12 1 20
8
>:>:: .:..,-
Fr' 12 18 20 6 ::} : '::?...
....::?:}:?::: }:
8
30% PS&E Plan Development
30 days Mon 12/21/20
Fri 1/29/217
...........................
9
:
30% PS&E Submittal ::::::::
0 days
Fri 1/29/21
Fri 1/29j218 ::;
I.--
10
. 1. - .1 1. - . . .. ..:. . .. . .,;:; ..... -.x;:..;..'.**= ................................... &`-..'...:..,.
30% PS&E Review
.. . . ."'. 11*1-..,.:
10 days
I .1 .:.: x, ". -
Mon 2/1/21
......... � ............ . - ...
Fri 2/12/219
.............................
11
90% PS&E Plan Development
35 days
Mon 2/15/21
..........
Fri 4/2/21 10
12
° °P
._1. E Subm a %:..:::::::::::.::::
90 S&1. OttI. I I ::�::::::::::::.1.1.1.
:::::;:....:::::.:.:::.::..:.
Q da y.
Fr' 1
:::::::.:.. i 4.2 2
..... /I.1.
%
'Fri 4 2 21`111:,.::.%:..::.::.::....
% / . / .::.::::::........
1.
13
90% PS&E Review
10 days
Mon 4/5/21
Fri 4/16/21 12
.... ........................
14
:
Final Plan Development
20 days
.1 _..
Mon 4/19/21
11 L_.._.
Fri 5/14/21 13
15
.
Submit final Plans,
0 da s
Y1.
Fri 5/14/21
. :::::::
Fri 5/14/21 14 _'`
:'.:
6
I.
{ x:. { ;:. :. ::.
n, r .,., .,t . : rY 'f ,Sp , x { v F <-.Y::....:...::
v•::: :.3:j: rY. +. �•.• : v y ' . .>x: , .. : ,Y.,.t.. ti.;�,45}.�.yr...}{+.�.,• ••.} „ f, i .Yff »,>.{, t}}^'�C . i. hpWW�� �Cr
.: ;} :" '!r :ny:Krv}4j;•' 1 t W?..+ CIXV,{ r.?':•:
x f;;:.{•::ri'ri:i::i:i:{.
•T {•F - +fib 'r}e. i{•
* ' v t .S
Q
:{? xx
L x,I.
'�Cy]j, . . ••:y,({., .. h ::,
r - ?µ
... .... ... .. ... .. ....:.. ... ... ... a. .. v. ,. ;,, ::
n. 'X•.. fi :.. n::.......... :::. ... .. .:.*f %•:i: ?:`:{{:ii:!iii:".::{vi:•i'v.
... .. ...n
:. ..... . .. ,.. . .. .. . . ...... ................ n... . .. .... ..:. .........................:................:..}
'mot
�n. �"�
w::: r +}.r- •S4 .
:....
.Y,�, {j„ a, '' y fF.{?}t }?�
j ^'?i .,.:{rv'��.2;':,X::
ir,v,�,. ,' -.. e{.... rn...: r.4w:::.
d _
i:: • ii.: i:::: .. r :: iv:::.v
::'{'nv:: ::.:,i.•v:::::................
f a,
.t .... ., .. h. .. ... .. .. t.. .. .. t , :. ..
... .:r .. .:. .. .. :. .,, . r .. n t Sh ,
. .. .. ..{`V"', ,Y,' , .{+{ .. , .... 4 ..
1.----
:rt:.W. , :. r...,..�Jpip
.....
...................... ....
...................
.. ..: ......
::
......,•::::::: •: S.t •:':: ... ,{,
.Y.r .....:.......:.r ... rh.x ...: .........r....•'•.}X.?;•X;•}x.•r.}}':.
# ......: .. f.: ..q.-:: :;.Y{..........................r},..f
'
........
..! ... ,.}.:::::..::::::::::::::::. �:nv::::::.v
{, :. fr:;r:->?::;;}>::::>:.- ... a:o::::}:::::::x;}:
. ..
17 Begin Construction 0 da s Fri 7 ` . � :..., ..:....
::: Fr .7 2 2115FS+35 da s
y /::{:::::::::::::::{:::}::::::::: / y
II
18 End Construction 0 days Fri 4/8/22 Fri 4/8j2217FS+2Q0 days
:
.::b ?
..'..
;t
3' I/ -
1- ..
ii ti p)#{E . br i°',sW"N P-P�}APERITY,
Environmental Documentation
rt
W1 CE Document Prep
.5a/14/21 Environmental Clearance
l
Desi n Phas
g
�. :: Survey
12 18 2t r}.. PS&E Start
/ /
".g 30% PS&E Plan Development
1/29'21 30% PS&E Submittal
30% PS&E Review
S
,
I.
}};Na 90% PS&E Plan Development
8:..
°
�! E
4 2 21 90/ PS& Submittal
E: °
90% PS&E Review
Final Plan Development
E.114/21 Submit final Plans
I.
r i Const uctn o
21 ?. .
Be 7/2/ Begin Construction
4/8/22 End Construction
...:'$:Yi::v>:iv::: :.;.:.1.
.::, :. ..
';.:y}:
{:.: r:: i:
�asMilestoneh Summary
....... .1... ,... .....,
11 . . , .
Page 1 of 1 4>.
.rfk .-
EXHIBIT D
Fee Schedule
Attached Behind This Page
EXHIBIT D SUMMARY
.............. ................... ....................................................... ......... ...... ............... . . . ...... .... ........... ................
. . ... .. ............... ....................................................... . ........ * * ................................................................. ....................... * :::::., ::%. :::::*.. * * , * %,..... ..................
......... ............
............. V ........... ....
........... ............... ....... .............................. .............. ....... ... .................. .................. ... ............... .............. .... ..... .................. .... . . .. ... .... . .. ...
.......... ......
............................
-M ....... ....... .... ..... .. .. ... ..... . . . . ul .... ..... . ... ....... . .. ... ..... ............ . . .... . ....... ............... .. ..... ....... .... ............. ...................... . .. .... .
F I 44 ............ .....
.1e.*.*.,.*.%%v . .... . ................. ...... ...... . ................ ....
........ . ...... .. ... .... ... ... ........ .........................
........ .......
............. ..... ... ....
........... ...........
...... ............... ......................
....... ..... ........ ............... % .... ......... ..... ........ ............ .......... ..... ............. .. .............. ....... ..... . .............. .................... ........ ... .......... ......... . . . .... .... . .....
........... . ........... . . .............. ............... .............
.... ............ .. .... ..... .......... ...... .. ... . ..
...... ........ ... . ......... ..........
........ . ... ................. . ..........
.......... ...... .... ... . *** *** i '.*.*.*.*.'.*.*.* ..... �% . ...... .......................... ...
..... ... ......... ..... . . . . .... . ..... .. .. ........ . . ..... .........
.......... ...... ..... .............. . .... ...... .... ........ ....................
............... . %.. " "***".-.-e.-.-.-.-.%-.-.-.-.-.-. ......
. .......... ....... .. .. ....................
............. . ..................... .......... .................... .. ............... .. ...... ........ %%***" ... ...... .. .............................. ........ ... ...... . .............. ......
... ..... ........ . ......................... ................ .............. . .......................
...................... .. . ..... .. "'****'**":-, ... ........... . . ..... ............. ........... . ..... ... .
.......... . . ..... ...... .. ........ ...................... ................. . .............. ...... ........... . ............
.............. -.-.%%*.-.-.*.-.-.,... ... ......... .....
......................... . .. ......... . .. . .... .... ..... .. . . .................... ..... ..... ...
............ ..... .............. .......... .............. ......... ........... ...... % ..............
... . . . .. . ........... .. ............... . ........... ....... ....................
IT
*.:*...:* .. .......... ...... . .......... . ...... ........ ..........
. .......................................... .......
........... ........ . ....... ... ................... ....... .............. . . .... . . ............
..... ......... ....... ... ..... %%-.-. ... .... ...... .............. % ................. ... % ........................ ....... ...........
....... ... ....... ........ . .......... ............ ......... .... .................................. ....... .................... ..... ............ ......... .. .......
......................... ............. ................... ................. ....... ................. .......... .......... ........... ... ............ ......... ........................ . ........ ..........
.......... ............................. ....... .
................. ;
.............
.......... * ...... . . . .
................
............... % ............ .... ..... .... .....
...... ....... ...
....... .... . . ............. . ...
.. ... .. . ........
. ......
%. : . ...... ...
.. .... . . .. .................. ....... .......
... .
. ...... ..........................
........ . I .............
............ . .
.......... . .. ... ........... ......
.......... .. ...... ...........
..........
............
............ ....... .......
...... ..........
. .... .
............... ..................... . .................... .............. .....................
......................
.......... .... .......... %.. . ..... ........ % ................. ............. :.:..% ................ : ..... ...
.................. :.:. *.*.*.' ", * *.-.-**.'-**--'*.*'-*.-*.-*::,:*.:*:.::*:*- :::::-- .........
........ ............ ...... . .......... ...............
. ... ... . .. . .............. %.% ......... .........
.... ........ ..... ...............
. . ..............
........... %*.*.*.*.V.%*-*-*.,.%' .. . .... ............... ........... ...............
.......... ........ ............... ..... . ............ .. ..... .
........... % ..... .... ........... .. ... .. .... % ....................... .......
. ..... e *.*
.. ......
� v��' v
.............. ........... ........................ .. . ....
....... .... % ...............
..... *.*.*.,.,.* .............................. .
..... ... ... ...... . ... . ......
..... ..... . ...... . ..... ..... ....
....... .................. ..........
.....................
.......... .... ........ ............. ........ ....... ... ......... % ..... ...... .. ................ ....
..... ....................... .. .. ....
..... ............... ....... ... ........ -::*' * * '.*.-..-..-.*'-'.*"*,*.-----"----- ...
.... ........... ......
�� �\y,�y.�� � �i �M�.v�
-:-: .. :- — * * " "
.... . .. .
..... ..........
..........
..... ........
...... ...........
TCi`igS�
I. SURVEY SERVICES
Surveying Services
CP&Y
$
36,423.00
1. SURVEY SERVICES SObtotal
$
38 423.00
II. PLANS, SPECIFICATIONS AND ESTIMATE
Data Collection
CP& Y
$
3,230.00
Environmental Studies
CP& Y
$
34,480.00
Environmental Studies- Cultural Resources Investigation SWCA
$
1,561.00
Roadway Design Controls
CP&Y
$
191375.00
Drainage Design
CP&Y
$
112155.00
Signing,Markings and Signalization
CP&Y
$
27400.00
Signing, Markings and Signalization - Signals
HDR
$
23,665.00
Miscellaneous
CP&Y
$
301170.00
Miscellaneous
HDR
$
41970000
Bid and Construct -ion Phase Services
CP&Y
$
14,660.00
Bid and Construction Phase Services
HDR
$
10,600.00
. . . . . . . .. . . . . . . . .
...... ild PLANS, SPECIRC.4TIONS AND ESTIMATE Subtotal
$
IseJ266,-'00
III. PROJECT MANAGEMENT
Project Management (6 months)
CP& Y
$
8,645.00
Ifl. PROJECT MANAGEMENT Subtotal
$
8j6 45*00
SUBTOTAL LABOR EXPENSES
$
201,334oOO
EXPENSES - CP&Y
CP&Y
$
153.00
EXPENSES-HDR
HDR
$
-
$
$
$
$
GRAND TOTAL
S
2019487oOO
------- ........................................... .... ...
LAF.S= ...... f. lee
..............
....... ....... . ............ .... . .......... ................
. ........ ... . . ................ % ......
.. .. ..... . ........ ......
................ ................................... .......... .......... .........
.. ............. .... .... .. ................... .... :: . . . . . . ..... ..... ........ .... ....... .....
.... ....... ... ........ . .... ...
...... . ........ .... .... %
......
.........
........ ...............
. .......... . ...... .. ............
. ............
......... ......... ........
............... .............
.............
................
- -----
CP&Y
$
1600691wOO
HDR
$
39y235uOO
SWCA
$
19561sOO
AW Grimes.Exhibit D.xlsx
SUMMARY Page 1 of 7
Exhibit D
FM 1460 Northbound Right Turn Lane at Cold Settlers Boulevard
FRS 1460 at Old Settlers Boulevard
City of Round Rock
Fee Schedule/Budget for CP&Y, Inc.
Task Description
Senior Project
Manager
urvey
Project
Manager
RPLS
SUE Project
Manager.
laiw r.
CAD
Technician
Two man
Survey Party
!Utility Tech
CARD
Operator
Admin /
Clerical
Total Labor
Hours
Total Direct
Labor Costs
$215.,00
$200.00 ,
$200,00
$140.00
$126.00
$150,4G,
$110,00
1 $110.00
fi5,00
1. SURVEY SERVICES
Right-of-way Analysis
-
1
4
-
16
-
-
-
1
22
$ 3,081.00
Horizontal & Vertical Control
-
1
3
-
8
24
-
-
-
36
$ 5,408.00
Topographic Survey
-
1
4
-
54
68
-
-
1
128
$ 18,069.00
SUE Quality Level "B"
-
-
-
6
-
48
6
10
1
71
$ 9,865.00
257
$ 36,423.00
1. SURVEY SERVICES- SUBTOTAL
HOURS SUB -TOTALS
SUBTOTAL
0
3
1 11
6
78
1 140
6
10
1 3
_ 257
$ 36,423.00
$ 36,423.00
$ -
$ 600.00
1 $ 2,200.00
$ 840.00
$ 9,828.00
1 $ 21,000.00
$ 660.00
$ 1,100.00
1 $ 195.00
1
AW Grimes Exhibit D.xlsx
I. Surveying Page 2 of 7
Exhibit D
FM 1460 Northbound Might Turn Lane at Old Settlers Boulevard V
FM 1460 at Old Settlers Boulevard
City of Round Rack
Fee Schedule/Budget for CP&Y, Inc.
Task Description
Project
Manager
Senior
Engineer
Design
Engineer
E.I.T.Planner
Environ
Manager
l!
Planner l
Biologist ltt
Biologist 11
CADp
Operator
GtS Specialist
Ad rnin I
Clerical
Total Labor
Hours
Total Direct
Labor Casts
$25.5.00;
$19fl.00
,14(3,4t7
$110.00
$22Q;00
« S.150) Go
$9 2,.fl0
$15iI,f E3
$11;4;t 0:,
$110.00
$90.00
$65.00
ll. PLANS, SPECIFICATIONS AND ESTIMATE
A DATA COLLECTION
Al Data Collection (Roadway + Water)
- 2 6 10 - - - - - - - -
18
$ 2,320.00
A3 Develop design Criteria
- 1 2 4 - - - - - - - -
7
$ 910.00
25
$ 3,230.00
B ENVIRONMENTAL STUDIES
B1 Categorical Exclusion Documentation
- - - - 24 32 40 50 60 - 60 20
286
$ 34,480.00
B2 Cultural Resources Investigation (SWCA)
- - - - - - - - - - - -
$ -
286
$ 34,480.00
C ROADWAY DESIGN CONTROLS
Cl Roadway Plans & Geometry
-
-
-
-
-
$ -
a Existing Typical Sections
-
-
1
4
-
-
-
-
-
4
-
-
9
$ 1,020.00
b Proposed Typical Sections
1
-
1
4
-
-
-
-
-
6
-
-
12
$ 1,495.00
c Horizontal Data Sheet
-
-
1
1
-
-
-
-
-
-
-
-
2
$ 250.00
e Plan and Profile Sheets
2
8
14
32
-
-
-
-
-
12
-
-
68
$ 8,830.00
g Removal Sheets
-
-
1
6
-
-
-
-
-
5
-
-
12
$ 1,350.00
C2 Grading and Details
-
-
-
-
-
-
-
-
-
-
-
$ -
a 50-ft Cross Sections
-
1
10
40
-
-
-
-
-
4
-
-
55
$ 6,430.00
158
$ 19,375.00
D1 Drainage Design
-
-
-
-
-
-
-
-
-
-
-
-
$ -
Interior Drainage Area Maps
-
-
2
8
-
-
-
-
-
2
-
-
12
$ 1,380.00
Run-off and Inlet Computations
-
-
2
8
-
-
-
-
-
-
-
-
10
$ 1,160.00
Storm Drain Computations
-
-
2
8
-
-
-
-
-
-
-
-
10
$ 1,160.00
Drainage Plan and Profile
1
2
10
20
-
-
-
-
-
16
-
-
49
$ 5,995.00
D2 SW3P and Erosion Control
-
-
1
12
-
-
-
-
-
-
-
-
13
$ 1,460.00
94
$ 11,155.00
E SIGNING, MARKING, AND S16NALIZATION
E1 Signing & Pavement Marking Layouts
- - 3 10 - - - - - 8 - -
21
$ 2,400.00
E2 Performed by HDR
- - - - - - - - - - - -
$ -
21
$ 2,400.00
F MISCELLANEOUS
Fla Utility Adjustments - accommodate exist utilities and ID conflicts
-
1
3
6
-
-
-
-
-
-
-
-
10
$ 1,270.00
F1 b Utility Adjustments - Water line relocation
-
8
32
-
-
-
-
-
-
24
-
-
64
$ 8,640.00
F2 Miscellaneous Plans
-
-
-
-
-
-
-
-
-
-
-
$ -
Project Title Sheet and Index
-
-
1
4
-
-
-
-
-
4
1
-
10
$ 1,110.00
Benchmark Layout
-
-
2
3
-
-
-
-
-
3
-
-
8
$ 940.00
F3 Traffic Control Plan
-
-
-
-
-
-
-
-
-
-
-
-
$ -
Advanced Warning Layout
-
-
1
7
-
-
-
-
-
-
-
-
8
$ 910.00
Narrative for Sequence of Construction
1
-
2
5
-
-
-
-
-
-
-
-
8
$ 1,085.00
Traffic Control Plan Sheet and Typical Sections
-
1
4
8
-
-
-
-
-
-
-
-
13
$ 1,630.00
Construction Time Determination Schedule
1
1
6
-
-
-
-
-
-
-
-
-
8
$ 1,285.00
F4 Illumination
-
-
-
-
-
-
-
-
-
-
-
-
$ -
Continuous Lighting Layouts
-
-
4
12
-
-
-
-
-
-
-
-
16
$ 1,880.00
Electrical Circuit Plans and Details
-
-
2
2
-
-
-
-
-
4
-
8
$ 940.00
State and Utility Coordination, Power Source Coordination
-
-
2
-
-
-
-
-
-
-
-
-
2
$ 280.00
F5 Quantities
-
-
4
15
-
-
-
-
-
-
-
-
19
$ 2,210.00
F6 Summary Sheets
-
-
4
6
-
-
-
-
-
-
-
-
10
$ 1,220.00
F7 Standards. Specifications and Estimate
-
-
-
-
-
-
-
-
-
-
-
-
$ -
Download, Prepare and Modify Standards
-
-
1
4
-
-
-
-
-
2
-
-
7
$ 800.00
Specifications
2
-
2
6
-
-
-
-
-
-
-
-
10
$ 1,450.00
General Notes
2
-
6
-
-
-
-
-
-
-
-
-
8
$ 1,350.00
Preliminary Cost Estimate
1
-
6
4
-
-
-
-
-
-
-
-
11
$ 1,535.00
F8 Bid Documents
1
-
2
10
-
-
-
-
-
-
-
-
13
$ 1,635.00
233
$ 30,170.00
G BID AND CONSTRUCTION PHASE SERVICES
G1 Bid Phase Services
- 4 8 12 - - - - - - -
-
24
$ 3,200.00
G2 Construction Phase Services
8 6 12 40 - - - - 20 -
-
86
$ 11,460.00
110
$ 14,660.00
. PLANS, SPEC I FI CATMU A L
HOURS SUB -TOTALS
20 35 160 311 24 1 32 50 60 114 61 20
927
$ 115,470.00
SUBTOTAL
1 $ 115,470.00
$ 5,100.00 $ 6.650.00 $ 22,400.00 $ 34,210.00 $ 5,280.00 $ 4,800.00F_Z0
3,600.00 $ 7.500.00 1 $ 6,600.00 $ 12,540.00 1 $ 5,490.00 $ 1,300.00
AW Grimes Exhibit D.xlsx
II. PS&E Page 3 of 7
Exhibit D
Fill 1460 Northbound Right Turn Lane at Old Settlers Boulevard
FM 1460 at told Settlers Boulevard
City of Round Rock
Fee Schedule/Budget for SWCA
Task Description
Project
Manager 11i1
specialist X1
Specialist ll
specialist �f
Total Labor
Hours
Total Direct
Labor Costs
$131.00
$187.00
k:
_$79.00
$109.00
Il. PLANS, SPECIFICATIONS AND ESTIMATE
B ENVIRONMENTAL STUDIES
132 Cultural Resources Investigation (SWCA)
4 1 1 1 8 1 2
15
$ 1,561.00
ESTIMATE-11. PLANS SPECIFICATIONS AND SUBTOTAL
HOURS SUB -TOTALS
SUBTOTAL --------- -- - - -- --- -- - - -- __ __- - - _ - - __
4
1
8
2
15
$ 17561.00
$ 524.00
$ 187.00
$ 632.00
$ 218.00
---
$ 19561.00
AW Grimes Exhibit D.xlsx
SWCA Page 4 of 7
Exhibit D - HDR
w -
n............n.................:.:...:.:....:.....:.
.... F11 1Q Northbound Right Turn Lane at t'�Id S+ttrs Boulevard
:::....::..:..................................:::::::::::.::::.
•:}i:•ii:4:•}:4:4i:{Q.};.Yo,.:,...:::•Y::?.::.is4:L:OY}YY:i4;:•YY:•:Y:•.4:v:??+?•Y:?:{??.};.;?•}i}}}:?•Y::•Y:•Y}};4:4:4:?•}Y'?•:4Y:4:?L>•iiY;:f.:�Yiii}{•Y:;:Y?•i:?C4il..$:4:4;.v}i:i::?4;•:4iii:•}:........... n...........vv.
....... v.........:YY::r.}}}i:•i}:•i}YY:•Y:v:x•YYi:•ii.+•:.;;::?}}:v}}Y}};}Y:4;•isLY}Y}}iY}}i}}YiiYY}i}}•4:C•i:•iY?:•}:•}}Y:4Y'Y.?•}is4y};•};•}:•}'•}}Y}:}}}:..•i::{•iYi%}::+n:4••}}:4}i:}}:4;4:•i:^}}}?iji::iy,:}::i':}::?j} ......... •::: wn.:::::::. ......
.............................v.....:..:..:..: e+:.:.......:.....:.....:..........:v......r................r..r.r.......4........ n...............v............. -
.�::::::::: w::::::::: :•:•.•.:.::::.:..::.::....:.:::::::.:::. �..�:::.:::::::::::.. ::v: n::.::: w:::::::.:. .::: :•:: n.�.�rv;: w.�::::::::::: v:::: n•: :v. �:.•%:?•i:>... .................... n. 4.. r.: Y.:: }i:4;.}}:n}}:•: ......... .. '
..........................:::................................................................:............}.......................................:........:......}......................rr...........................::...........,................ l�M 'I40 at Id Settlers Boul+�vard
.... ... .....................:v. x;:.:...........:::::::::. v...................n:..::: :w::::: n:v:: }::: }::::::::.::w:::: n::•: Y:::::;: }: r: }:Y:::Y: r:}: ••:.::::: w;: }: }:}•::: x; }:::::::::: w:;r •:: }}:: •:} •::::::::: }::::::: •: }. �.
i:::•iYY}:?4}}}f?•:4:4::0}}}}:•}}iiy;}:4:;�:4}:?.i::•:::.�::n.:n:::::.}:v}YY;:?•}:}?4:?}:??n:::n}Y::Y:'??.: Y'::::.}�?:i+4:•: n;•::::::.}}Y}:i•Y}y:•}:v3•}:?4}};};;;:4}}}n}:•}Y:?4:•}:4:is•Y}:4:•ii:•}i}::4'4:•}'•}}:w:}: }:{ :•i}
.:':::::::::v:::::::;^:::::::::n•::::•;.;wn;vv'?::ntir:`:ii:'i,.jS::ii:si:::?:}.:}isi::t'f$isisY:�i:�?iiii'r:•::i'r}ii::i�>::iiiiii>::iiiii::ki:i::i:}:'r>iii:L:}::?'ri;�};:i;:�:i�i?'i;:;Y:Yii<i}iCijiiii:Yii}:::: iiiirv,:i::iiii}ii{ii}?};:}?;:4ti;i:;:::;:::i'r w.::::...}:::::•is4;•y}f4}:?:?:4Y:^}::?<4ii:4Y:4:•}:•}. YY;•Y}: Y}}:vn}::.: Xi
..}:...�.:'}::.�::::::?:.�: r::::.:':: i:4Yi'?:?:••}:.??.:'::•.;:.: :•.. ..............:....... n,.................. .. .... :::.�n::v:::::::: .�}.� •.::::.:::. �: .�...........n...... n........::::: n+•: ...
. . < `: :::
Citv of Round Rock
Fee Schedule/Budget for HDR
Task Description
Project
Manager
Senior
Engineer
Design
Engineer
E.I.T.GADD
Operator
Admin /
Clerical
Total Labor
Hours
Total Direct
Labor Costs
o.oac0
$210.00
$125.00
$110.00
. .. ... .00
IL PLANS, SPECIFICATIONS AND ESTIMATE
E2 Signalization
$ -
Development of 90% & 100% Plan Set
$ -
a Field Review
3
3
6
$ 1,005.00
b Existing Signal Layout
2
4
24
30
$ 3,560.00
c Proposed Signal Layout
2
6
12
24
44
$ 5,880.00
d Signing and Phasing Sheets
2
4
8
14
$ 1,800.00
e Conduit and Conductor Schedule Sheets
1
4
8
12
25
$ 3,400.00
f Elevation Sheets
2
2
20
24
$ 2,870.00
g Foundation Details
2
2
12
16
$ 1,990.00
_
QAQC
8
8
$ 2,320.00
_
Submittal prepartion
4
4
8
$ 840.00
175
23,665.00
-T MISCELLANEOUS ROADWAY
F5 Quantities
$ -
h Signals
2
8
10
$ 1,420.00
F6 Summary Sheets
$ -
h Signals
2
4
6
$ 690.00
F7 Standards, Specifications and Estimate
$ -
a Standard Preparation
4
4
$ 440.00
b Specifications
2
2
4
$ 640.00
c General Notes
2
4
6
$ 860.00
d Cost Estimation
2
4
6
$ 920.00
36
4,970.00
G BID AND 0193TROCTION PHASE SERVICES (SUPPORT ONLY)
_ G1 Bid Phase Services
$ -
a Preparation of Bid Documents (Support Only)
2
4
6
$ 920.00
b Prepare for bid opening - respond to bidder questions
4
4
8
$ 2,000.00
G2 Construction Phase Services
$ -
a Pre -construction Conference
2
2
$ 580.00
b Shop Drawing Review (signal equipment only)
2
16
18
$ 3,840.00
c Site Field Visit (assume 1)
3
3
$ 720.00
d RFI Responses (assume 2)
_
2 4 4
3 _
-
..........
10
$ 1,820.00
_ _
g Final Site Inspection
3
$ 720.00
50
10,600.00
SUBTOTAL
14
13
55
57
118
4
261
$ 39,235.00
$ 4,060.00
$ 3,120.00
$ 11,550.00
1 $ 7,125.00
$ 12,980.00
$ 400.00
1 $39,235.00
AW Grimes Exhibit D.xlsx
HDR Page 5 of 7
Exhl"bl*t D
Lump Sum Basis
. ... ....... ....... . ....... ... ... ... . .. . ..... ... .. ....... .......... . ....... .....
.... ...... .... ...... ......
. .........
. ........ ........ �Bo ................. ......... ............... ........ .... .................
. ... ... un u:
... . . ... .. .. o- .h U rn.:.. La' .. ..... ...................... .......
Nodr.. �.h:*
t* 0
......... ... ............ ...... ...... ... ... ... . . .. ........ .. .. .. ... .. ...
. . .................... ......... . ...... ..... . .. ....... .. ........ ...... ................ .... ........ .
.... .. .... .... ... .. ........ ............ I ........ ............ ... .... ... ... ...
..... .......... ... .... .. ... ...... ........... * ................. .. ......... .................... ........... . . .. .............. ....... ... ..... .... . ...... ....... L.......,...,....,..........................................� ........ ........... .. ..................
. .......... . ...... ........... ... ......... ........... . ........ ... .......... I ...... .... ... . ... ..... . ... .. ..... ..... ....... .......... ............
............. ........ . . . .....
............. . .. ..... .. .... . .......... . ........ ................ I-- .....................
..... . ...... ..... ..... .. ....... .......... ................. ....... . ....... . . ...... .... .... I ...................... ....... ..............
.......... ........ .-.. ................. . .. . ........... .. ............. ... ......... . ... ... ... . ... . ......
.. . ... .. .. ... .. ... .. . .. .. .. ... ... .. ........... ... .. . . ...... .. .. . ... ..... ............ . .. ... ........... ..... ...... .. . ..... ...... .. .. ..... ... ... .... .... . ........ ... ... .. ... ...
. ... ....... ...... ... .... .... ... . ... .. ............. .... ................. ..... .............
.......... ... .. .. . ......
......... ..
............ ..... . ........ ................. ... ... ............. .... ....... ............ :M .......
............ ... I ........................... . ... .. ...... .......... .........
. . . . ......... .. .. ....... L . ....... . .... .. ...... . ....... .... ................ ... ...... . .......... .... . . .......... ........ . .. ...
. .. ....... .. - ...... .. . . ..... .
... . ... ...
...... ......... ....... ... I . ............ I ............. . .... . .. I .. ...... .
.......... I ....... ..
.............. ...... . ......
... .. ... ... .... ... ... ..... .. ...
............ ..... . ...... ... . ... . ..... .. ..... .... ..... ... ..... .............. ....................... ...
.......... ....... . ...... . . ..... .. ................................ .. .. ... ........ ... ... .. . . . . ..... . .... ......
.......... . .
...........
. ......... . ........ . .
.... .... .. .... ....... ............... . ............... . ......... ......... . ...... ....................... .......... L ..... . ..... ...... . ........... ....... ..... . ...... ......... .........
. ....... ... .. ... ... .. .. ... .
. .. .. .. ....... . ... ...... .. . .. ........... ..... . ............ ... .....
. . . .... ...... .... .... . ... ........ ... ... .. ... . ...... ... .... .. . .... ... . ....... . ........ .. .......
I d
F I I I ...... . ..........
evar a.,
M.
.46.0'. A ..011d:�... ...Bo u.. ...... .. . .............. ...... .. ....... ........ . .... .. ... ....... ...... ............ ... .....
... . ... .. ...... ...... .. ... ... ........ .. .. .. ... .. .......... . ............ ... ...... . ......... .... .. ............ *, - * .. ... .....
. .... .... .. .... ... .... ...... ... .... .... .... . . .......... . ... .. .. ... ......... ...... ....... .......... ...... . ......... . ...............
........... . .... . .... .... ...... ..... ........ . ........ ............. .............. ................................ .... ....... ... .. ................ ...... I ............ ................... ...... ......... ....... .... .......
.... . . ... . ... ... ... . .. . . ... . ..... .. ... ... ... ... ... ... ... .. . ... ... ... . ... ... ... .
... ......................... . ......... .. .. .............. . .. ... .... .................. .... .... .. .. ................ I ....... .........
... ........ .. ............. ..
. ..... ..... ........... .. ........ ... .. .... .
....... . .. . . ...... .......... ..
. . . ..... ..... . .. .... . . .. ............ .......... ........................... ........ ....... ...... ............. . .......... ...... . ... ..... I ........... . .. ..... ...
.... ............... ........ ...... ... ........ ... .... ... ....... ........ ......... ..... ... ..
..... ..... .... . .... .... .. .. . ..... . . ...... ...... .... ...... .. ................. .. ...... . ....... .. OC, ... .... . . .. ..
.. .... ... . ... .... . . . ....... .. .... ..............
...... .. .......... .... .... ... . . .
........... .. ............. ........ ... . ....... ... .. . .... ....... ..... .
...... . ..... .... ... .... .. ... .
... ...... ... ... . .............. ..... .... ..... ...... .. ........ ... .... .. . . ....
... .. ... ... ... ...... . ... . ..... . .. .......
..... ....... ....... .... ... .. .... .... . ... ...... . ....... ...... .. ......... .... ... . . .. .......... . ..... ...... .
... ....... �O 0. ..... . ...
... . . .... .............. ..... ...
... . .. ........
............. . .. ...
. . . ...... .
................. .... ... ....... .. .... ... .. .... .... ...... ........... -k`
.. ... .. . ..... ..... .........
......... .. . . . ...... .. ... .. .. ... .... . . . .. .. .......... .. .... .... ............... ...........
:'C f u.: n ... ... .. ... ... . ... .. ...
.......... .. ... .. ... .... .. ... ... . .... .... ... ..... .. ...... ..... . .
Fee Schedule/Budget for CP&Y, Inc.
. ..... .... .... ....... ... . .. .... ... ........ .. ........ . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
...... .. .. . p n
. ..... ....
. .. ..... ... .... . .
........... ......... .... .. .. ...... ...... ... .... ... .... ..
... ..........
,r T otal- Diveot
AL ........ .. .... . .
......... . ... .. .
10 T o. tal o
es -E W.
D. nv
-a
... .. .... ..... ........ r an. as
............ ...... ........ ..... ...... .... ......
........... . .. .. .. .... .... . ...... ...
................ ... .. .... . . ........ .. .....
.. ..... .. ...... ........ ...... .... . .. ..... ................ . ....... uin o
............... ......
Engwn r
on
ask--�*-Descn- U I
............. ....... r ............. ...... , . .. ...... no a.: :4
......... .. Manaaer E r M. H b 'r--:C�
........................ . ...... ......
........ ...
. . . ... .............................. ..
..........
........ .. ........ .. .. ... ... ... . .. . ..... . .. .......
........ ....... ......... . .......... .... .... . ..... . ........ ........ . ..... ........ ... ....... ............ .. ....... . ....... ........ ..... .. ...... ......... .............. ............................ ..... ..
�::: .... �::. W I ...... ............
........ .. .................. ...... .................. .... ....... ..... ......... ... ............
..............
... .. ... ... ........ .............. .... ....... .. ....
........... ........ ..................................... ... .. . . ................. ......... .. ...... .......... ...... .... ............. ..... ....... ....... ............. .......
. . . .. ............. ....... ........ ................. ......
............................. ................ . ..... ....... ........................ ...... . .. .............. ............ . ..... .. ....... .. ............. ... ... .... ........... ...... .... .......
.................. ..................... . .. ...
..... . .. ...........
....... ............. ....... ..... .. .... ....... ..................... ....... ... ..... ........ ...
.......... ... ... ........ ................... ...... .....
........... ........ ................... ........ ............................
. ................. ................ .......... ................ ... .......... .................... ..... ......
.. ..... ............. . ............... .......... . .......................... ... ....... ................... ... ............. .......... ... ... . . ...
...... . . . . ........................ ....... ......... ......... .......... . . .. ....... .... ...... . ... .... ........ . ... .... ..................... .... .. ........ ........... . .... .. ......... ....
..... ............ . .... ........ . .. . .. ....................
... ... . .. ... ....... ... ... ....... ........ .... .. ..... ...... .. .... ........ . ..... ..............
........... ........... . .............. ............... ...... .
. ......... .. .....
................ ...... ................ .. ..... ..
. ....... . .
. ...... .. .. .. ......
......... .
........ ............ .. .... ...
........... .... .... ...
....... ....... ...... . .. ...... . .. ...... .. . ...... .. . .... ......... ............ ......
..... . ..... . ..... d16i Sk: 0*'*" .... .........
. ... .......
.... ...... . .. . . .... ...... .. ................... ......
............ ..............................
..............
.............. . . . ... .......... .. .... .. ... .... ...
....... . ..... .. .......... .... ........ .. .... .. ... .... . . . .. . ....... ..... ......... . .......
..........
2 .00 1 00. 1
.... ... . ................... :...: .... At- ........ .
$ .. .. ......... ... ...... - I ..... ...
............ . .. ....... .................... . . .. ...... .. .....
Ill. PROJECT MANAGEMENT
Prepare Monthly Schedule Updates
2
4
6
$
19270,00
Prepare Monthly Invoices
3
6
4
13
$
29165,00
Prepare Monthly Progress Reports
1
3
4
$
825,00
Aftend Coordination Meetings w/City-
3
3
2
8
$
11775.00
Aftend Coordination Meetings wfTxDOT
3
3
2
8
$
11775,00
Prepare summaries of TxDOT meetings
1
1
4
6
$
835,00
$
$
46
$
80646w00
.. ... ......... . . . .. ............
....... ... ...... .. ....... ... ........ .... .. .... .......
........... .. .. . .. ...... ....... ...... . ....
. . ........ .... .. .. .....
Aw: . ..... ...... . . ....
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . .
SUBT T. ... ...
-A. S ..... ..
......... .
... ...... ........ ... .. ......
...... . ....... . ......
..... .... . ........... I ......................
............
. ...... ................
. . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . .
.... . ....... . . ....... ... ..............
.. ...... .........
......... ..
... . ..
......... .............. .... .. ............
.... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. ..
........ .
....
. . . . .
...... . ............ .. .
... ... .. .. .... ..... ..... .
....... ....... ..... ... .. .
.... ....... ...
...... I ...... . .... ... ... .
. ..... .... ......
. . . . . . . . . . . . . . . . . . . . ...
..... .......... ....... ........
....... .............. ............. ..... ....
... ... ... ... ..... ... . . ...
....... I .. ........ ........................... .......
.. ..... . .. .......... .. ................ .
. ... ............. ................. ................
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
.. ...... ... ..... ........ .
.......... ......
....... .... ...... ....
........... . ..... ............... ... .... ....
.............. ........ .. .....
................ 1-1 ............................ .
. ........... ......... . ...
. . . . . . . ... . . . . . . . . . . . . . . . . . . . . . . . .
......... ............ ....
..... ....... .............. ..
. ......
. . . .... . ... ... ..... ... .
......... ...... .. ... .... .. ... ... ..... ..
................. ........ .........
. ............ .... .... .....
... . . . . . . . . . ..
........... .... ....... ..
. ..... ...... . .................
..... .. ............ . .. . .....
.. . ....... . ....... ............. .. .....
. . ... .....
. . ... .. . . ... .... . . . . .
. .. .... ....... .... .. ......
.. ..... . .... .......
... ....... ...........
....
.. ... ....
. .. . .....
.......... .......... ..
. . ... ....... .. ............
. ..... . .
.... . ...... ... ... .
.. ... ..........
.... .
. . .. . . . . . . . . . . . . . . . ... . . . . .
....... ...
.........
................
...... . . . .
.....
...............
.. ....... ...... .. .. ..... .. ....
. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
.. .. . ... .... ....
...........
HOURS SUB -TOTALS
13
19
1
4
4
45
$
89645.001
SUBTOTAL
$� 39315,00
$
39610.001
$ 140.001$
440.00
$ 260.001$
880,0J0
1 $
89646mOO
AW Grimes Exhibit D.x1sx
HL Project Management Page 6 of 7
Exhibit D
Lump Sum Basis
................ ...... .. ... ................................................................ ...... .............................................. .........
......... .............................................. . ............... ... .................................. ..................................... ........................ ....... .....
.......... .........................
'................. ...............................................
...
F.......................... ............... .......'......M 1... .... ..................... ................ ................. ......... ....... ...............
.................... ...................... .....4....... . .. .
6a ....I.. ..... ...................................................................................................... ................. ........................N...............................................................
ort......h.. boun. .. ..... *...'*..... ..... ...... . .. .............. .. ..... ..... ......d ..................... Rig... .... ......... ........ ..... .. h...... ...........
.....t.........
....... .............................................. ......T........... ..........
..............u.............
.. ..... r....
n...
Lane. . . . . ....... at. ......... ... ..................
..t3.. .. ........... ..t...,
d .. .......... ..
......
..... S.. ...
.....
... ... ...e...... t.... tl.. .. ...
ers.............. ...... ...... Bou..I..
....-.... .-............... ...........
lev...............a. ... ...
..........r.......... ..... .... d
........ .... ............. .................. ......... ......... .... ... ..........................................I..................L..... ............... ......................................................................................
..........................
....... ........................
..
...... ........ . .. .....
.....
................................ ............. .... ....
......
.....
....
...
.....
..
FIV......................... .................
E 1460 at' C�[d Settlers Boulevard................. ... .. .............. ....
....................... .............. .................. ... ........I ........................................................ ....... ..................... ....................
................ ............ .. ....... ............. .......................
..................
........... ......................................................................
..............
....I............ -.................,... ......... ......., .............
......... .....................-..
............
... ....... ... ... . ... ... .... .. .. ... ... .. ... .. . ... ... ... ... ... .. ... .. ... .. ... . .
. . .. ... ... ... ... ... ... ... ...... .......
. ... ... .. ....... ..... .. ..... .. ........ ........
.................. ..... . .... .. .... ..... ............... ......... ..... ... ......... .......... .......... .. I ........ ....
...... ........................................................................... ....... .................... ........................................... ................................. .. ........... .......... ............................................ .... ............................................................................................................................ ..... .......... .......... .... .. ................. .............. .......r .. ....... ...................
.... ....... .... ........ ........... ........................ ............ ...... ................... .....................................................r .....................................r ........................................................................................................... ............................................ ................................................................................ .............................
...
......... ............r
.............
......... ............................ ....... .............r.................................................. ..
.................. .............. ..
.... ... ............. .....................
......... .... ... ......... ....
................... ................ .. ....
..
city o.... .. ... f Ro:-
u......... . .'.
nd R.... ..
..... . a.. . . c....
..... .. ............ ................ ........ ...... ............... ... ............
.... . ....... ...... ....... ................
................... ...-..................
........ .................. .....................................I................................... ....................
...............
.....................................
... ... .........
...... .. ....
............................................ ........... .......... .................. ............. ............ ..... ...
Expens---- ---- - ------ ---- - -
.. ...... .es... ... for CP&Y, Inc.
... ...
.. . ....... ..
.... ...... . ...... .......... .....
.......... .......... ... ... ... ... ... ...
........... ....... .. ... .. .. . ... .. .... ........ . ... . . ....
....... . ....... ............ .. ........................ ...... ....... ....... ............... ....... ............ . ...... ... .... ...... ..... ....... .. . ....... ..... ...... .................
.. ........ .. .. ...... ..... ...... . ..... ... . . ........ ........ ............ ........ .. ...... r ...... . .....
............
..... ... ....... ............ ............... ... ...... .. .......... .. . ........ ...
... ................................ . .......
.. ..... .................. .... ........ ...... ............. ... ... .. ... ........ . ........
.. ... .. ... .. .. ... ... . .... ....... ... ...... .. ... . ..
............. ............................ ................ ................... .......... .. . ...... ....
....................... I ........ L .............. .................... .......... .......... . ....... ......
........... ........... ....... ................. ........ ........
.......................... ................... .
........... ............ ... ....... ....... .. ..... ............. ................ ............. r ........
. ........................ ...................................... ............................. .... .................. .... .. .................. ....... ............. ..... .......... ............... ... .......... .............................................. . ... L'. 6.L......'. .......
........ ... ... ... ... ... .. . .................... ....... ........ .......
........................... .. . ................................................ ... .......... ... ....... ............. .................... ...... I ..... .. ..
........... ........ .......
...................... . ....... . ... .. ............... ...... ........... ........ * .. ............ ............ L .....................
. ... ................ .. ................... ........ . .....
....... ........ .
... .......... ..... .......
............. . .......... ....... ......... ..................
...........
....... ..... ................ .. .... ...
..................... .... ....... .................. ........... ........ ... ..... ...... ....................... .................. ...... ... ........ ...... ....... ... .
. ......... .. ...... .... ... .. ..... ............. . .......... ... .......... . . ....... ........... ...... ............. .....
... .. .. ... ........
........... .............................. ........................ ..................................... ................................. ..... .............. ....... . .............. ... .......
....................................................... .......... ............. ..................................... ......... .......... . ... ....... ........................... ....................................
.... ............... ... . ...E�cp.....
ense .. l.....t............e........... .......m. ............................... .... . .............................................. ..
.... ...... .........
.................. .... ................. ........ ........U................ni........... ... ...... ..... .... .............t .................................. ...... .....
..... ... ..I ........ .......U....... nit C. ..o.. ...s......t...... .............. ... .........
. ..........
...A....
m.......
o.......... u......
.... n... .......t ..... .....
. . ....... .........................
...................
........ ... ..T-.. .. . .
ota. ..
l C......... . o......
s....
..
t..
..
......
... . . ... ... . ....... ... .. ... ...... ....... .. ...
.... ........ .................. : ...... .... I .. .... ......................
. ...... .................... ...... .. ............ ................... .. ........ ................... ..... ..
.. .. ... ...... r ... .. . ..........
.. .. ...... . ...... ......... .... .... .... ............
............ .... . . ................ .. ... .. . ... ... ..
........ ..... ....... ....... .. ..... ..... ...... .... .. L ................. ...... . ............ ....................... .... ............ ... ................... ............... ..... ... ....... ...... .. ................ I .............. .. ........ ... .. .. ............ ..... .......... .. . ........
.
........ .. . ... .. ... . .. ........... ..................... ........... .................... . ..... .. ..........
.............. .. ..... .. ............ ........... .... ... .... .. .... ... . ........ ..... . .......... ... ... . . . ..... ... . .. .... . ........
. .............. . .. .. ...... .. .. .... .... .. ........... I .... .... ..................... . ... ... . .. .............. ........ ...... ........ . ............. ........ . ......................... ..... ........... ......... . .....
... . ... .... ....... .......
. .......... . .............................
... . ......... ........... .. ............. . ....... ....... .............. ... ... . ....... ........................... ... .....
.. ............. ....... ............ . ..... ... * .. ............ .......... I ....... .............. ........
. ......... ............... ............ ........................ ............ .. ........ . .... ... ... .. ...... . ..... ........... ...... ............. ..... ...... .... ......... . ... .. . ... ..........
......... ........................
................. .. .................................... ........ . ... .. ...........
� ........ ... L ............ ........ ... ... . ..... ............... ............
.. ... ... .. ....... ... ... ... ... ..... .. ... . .. .... .. I ........ .. .......... ...... ... ................ .... ......... .... .. ............ ..... .. ... .......... ..... ....... . .... ......... ...... ....... ............... ... . ..... .. ........ .. . .. .. ......
............. ...... . ..... ... ... ... ... ... ........................... . ..... .. .. ..... .... .
. .......... . .... .. . ... ... ... ... ....... .. . .. ... ... ... ... .. .. .. ........ .. ........... ... .... ....... ... .............. .......... ...
..... .. . ....... ... ... ......... ............ ..... .... ..... .... .. .. . . ......... . ........ .. .. ... ... ....... .... ........... .......... .............. ....... ......... ...... .........
...... . ..... . ...... ... .......... ... .. .. .............. ........ .. ..... ..... . ...... .... ...... ...... .. ........ ............ .. ........ I ........... .. .. .... . ...... . ............ .. .. ....
..... .... .. ... ..... .. ..... . ....... .......... .. ... .
........... .. . .... .... ....... . ..... .. . ............ ........ . .. . ..... ............ .... ........
. ... . .... ........... I .. ... . . .. .. . .... .... . ..... .. .... .....
CADD Plotting
sf
$ 1,50
$
Mllar Plots
If
$ 6,00
$
Digital Ortho Plotting
If
$ 2,00
$ -
11" X 17" Mylar
sheet
$ 1,00
$ -
8 1/2" X 11" B/W Paper Copieks
sheet
$ 0,10
100
$ 10,00
11" X 17" B/W Paper Co ies
sheet
$ 0.15
200
$ 30000
8 1/2" X 11"Color Paper Copies
sheet
$ 1,00
$ -
11" X 17" Color Pa er Copies
sheet
$ 1,80
$
Fax Copies
sheet
$ Oslo
$ -
Film and Development
roll
$ 8,00
$ -
4 X 6 Digital Color Prints
picture
$ 0,50
$ -
Oversized Digital Color Prints
picture
$ 50,00
$ -
Standard Postage
letter
$ 0,44
$
Express Mail (Standard)
each
$ 15,00
2
$ 30,00
Express Mail Oversized)
each
$ 30900
2
$ 60000
Deliveries
each
$ 25,00
$ -
Airfare
each
$ 200.00
$ -
Rental Car
day
$ 80000
$ -
Lod in
day
$ 85,00
$ -
Meals
day
$ 36,00
$ -
Mileage
mile
$ 0,575
40
$ 23600
GPS Rental
day
$ 80,000
$
HazMat Database Search
each
$ 250,000
$ -
Miscellaneous Project Related Expenses
NA
at cost
-
$......
.. ... .
T-DTAL'D:I* R...
----------------------- --------ECT EXPE�lSES
...
� ... ... . .
.......
153.d0...........
AW Grimes Exhibit D.xlsx
EXPENSES Page 7 of 7
Certificates of Insurance
Attached Behind This Page
ACC?R"0
CERTIFICATE OF LIABILITY INSURANCE
DATE (MM/DD/YYYY)
10/29/2020
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
Risk Strateg ies
12801 NortF� Central Expy. Suite 1710
Dallas, TX 75243
CONTACT
Joe B ant
NAME:o.
PHONE (214)503-1212 FAX No):-- (214) 503-8899
Ext):
e=MaL
nooRess: certificatedallas risk-strate ies.com
INSURERS AFFORDING COVERAGE NAICA
INSURER A: XL Specialty Insurance Company
37885
INSURED
CP&Y, Inc.
1820 Recial Row Suite 200
INSURER B: Travelers Indemnity Co of America
25666
INSURER C: Travelers Pro erty Casualty Co of Amer
25674
INSURERD:
Dallas TX 75235
INSURER E
INSURER F
COVERAGES CERTIFICATE NUMBER: 58345422 REVISION NUMBER:
THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCEPOLICYD BY PAID CLAIMS.
IPOLICY
LTR
TYPE OF INSURANCE
ADDLINS12
SUER
VWD
POLICY NUMBER
MM/DD E��
MAA/DD EXP
LIMITS
B
COMMERCIAL GENERAL LIABILITY
6805H846843
1/1/2020
I
1/1/2021
-
EACH OCCURRENCE
$1 000000
CLAIMS -MADE a OCCUR
DAMAGE TO ROWED
PREMISES Ea occurrence)
$1,000,000
MED EXP (Any one person)
$10,000
Contractual Liab
Sever. of Int. 8c X,C,U
PERSONAL 8 ADV INJURY
$1,000,000
AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
s2,000,000
GEN'L
POLICY ✓� E a LOC
PRODUCTS -COMP/OP AGG
$29000,000
Valuable Papers
$2,2459000
OTHER:
B
AUTOMOBILE LIABILITY
�
�
BA3865M855
1/1/2020
1/1/2021
COMIN
aBc deD SINGLE LIMIT nt)
$190000000
BODILY INJURY (Per person)
$
V/ ANY AUTO
BODILY INJURY (Per accident)
$
OWNED SCHEDULED
AUTOS ONLY AUTOS
PROPERTY DAMAGE
Per accident
$
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
C
�/
UMBRELLA LIAR
occuR
�/
�/
CUP21D349003
1/1/2020
1/1/2021
EACH OCCURRENCE
$10,000,000
AGGREGATE
$10,000,000
EXCESS LIAR
CLAIMS -MADE
DED ✓ RETENTION $ 10,000
$
C
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANYPROPRIETOR/PARTNER/EXECUTIVE Y /N
OFFICER/MEMBEREXCLUDED? �N
N / A
�
UB6N721941
1/1/2020
1/1/2021
�/ SPER TATUTE ERH
E.L. EACH ACCIDENT
$1,0000000
E.L. DISEASE - EA EMPLOYEE
$1,0001000
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE -POLICY LIMIT
$1 000,000
A
Professional Liability
DPR9958104
4/1/2020
4/1/2021
Per Claim $590009000
Annual Aggregate $590009000
DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
The claims made professional liability coverage is the total aggregate limit for all claims presented within the annual policy period and is
subject to a deductible. Thirty (30) day notice of cancellation in favor of the certificate holder on all policies.
RE: CP&Y Project # RNDR2000604.00 - AW Grimes (FM 1460) Right Turn Lane at Old Settlers (FM 3406)
CERTIFICATE HOLDER CANCELLATION
City of Round Rock
Attn: City Manager
221 East Main Street
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
Round Rock TX 78664
AUTHORIZED REPRESENTATIVEI I /f
Joe Bryant
ACORD 25 (2016/03)
O 1988=2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
58345422 1 20/21 GL/AL/UL/WC/PL I Ronna Dans 1 10/29/2020 1:06:14 PM (EDT) I Page 1 of 1