Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Contract - HDR Engineering, Inc. - 2/27/2025
jUND ROCK TEXAS CITY OF ROUND ROCK CONTRACT FOR ENGINEERING SERVICES FIRM: HDR ENGINEERING,INC. ("Engineer") ADDRESS: 710 Hesters Crossim,Suite 150, Round Rock,TX 78681-7838 PROJECT: US 79 from 11135 to AW Grimes THE STATE OF TEXAS § COUNTY OF WILLIAMSON § THIS CONTRACT FOR ENGINEERING SERVICES ("Contract") is made and entered into on this the iAay of , 2025 by and between the CITY OF ROUND ROCK, a Texas home- rule municipal corporation,whos offices are located at 221 East Main Street,Round Rock,Texas 78664- 5299,(hereinafter referred to as"City"),and Engineer,and such Contract is for the purpose of contracting for professional engineering services. RECITALS: WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) 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, it is agreed as follows: Engineering Services Contract Rev.02/22 0199.202502;4935-5529-1418 4879-8103-9872;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 if attached to this Contract or repeated herein. ARTICLE 1 CITY SERVICES City shall perform or provide services as identified in Exhibit A entitled"City Services." ARTICLE 2 ENGINEERING SERVICES Engineer shall perform Engineering Services as identified in 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 in accordance with the Work Schedule, then City shall have the right to terminate this Contract as set forth below in Article 20. So long as the City elects not to terminate this Contract, it 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 if he/she/it determines, or reasonably anticipates, that the Engineering Services will not be completed in 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 in the Work Schedule as provided in 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 in 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 in 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 One Million Three Hundred Eighty-Nine Thousand Eight Hundred Eighty and 80/100 Dollars($1,389,880.80)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 in 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 in Exhibit B. Satisfactory 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 if 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 in 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 in a form acceptable to City. Progress payments shall be made in proportion to the percentage of completion of Engineering Services identified in 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 2251,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 in accordance with this prompt 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,materials, or equipment 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 payment with federal funds;or C. There is a bona fide dispute between Engineer and a subcontractor or between a subcontractor and its supplier concerning supplies,materials,or equipment delivered or the Engineering Services performed which causes the payment to be late; or D. The invoice is not mailed to City in strict accordance with instructions, if 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 costs incurred by Engineer related to any task for which a Notice to Proceed has not been issued. ARTICLE 8 PROJECT TEAM City's Designated Representative for purposes of this Contract is as follows: Dawn Scheel Project Manager 3400 Sunrise Road Round Rock, TX 78665 Telephone Number(512)218-6603 Fax Number N/A Email Address dscheelaroundrocktexas. ov 4 City's Designated Representative shall be authorized to act on City'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 in the orderly and sequential progress of Engineering Services. Engineer's Designated Representative for purposes of this Contract is as follows: Felipe Tudtud, PE Sr Project Manager 710 Hesters Crossing, Suite 150 Round Rock, TX 78681-7838 Telephone Number(512)685-2959 Fax Number N/A Email Address Felipe.Tudtudghdrinc.com ARTICLE 9 PROGRESS EVALUATION Engineer shall, from time to time during the progress of the Engineering Services, confer with City at City's election. Engineer shall prepare and present such information as may be pertinent and necessary, or as may be requested by City, in 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 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 periods; and such disclosure shall be accompanied by statement of actions taken or contemplated, and City assistance needed to resolve the situation, if any;and (2) Favorable developments or events which enable meeting the Work Schedule goals sooner than anticipated. 5 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 in writing by agreement and signature of both parties. The Engineering Services may be reinstated and resumed in 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 in writing by agreement and signature of both parties. If this Contract is 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 in 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 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 is 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 maximum 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 11. 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. 6 ARTICLE 13 SUPPLEMENTAL CONTRACTS The terms of this Contract may be modified by written Supplemental Contract if City determines that there has been a significant change in (1) the scope, complexity or character of the 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, if appropriate, shall be identified as provided in Article 4. It is 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 ofthe 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 in this Contract and are intended to be used with respect to this Project. However, it is 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 in any lawful manner as City elects. Any such subsequent use made of documents by City shall be at City's sole risk and without liability to Engineer, and, to the extent permitted 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 in 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 in 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 City permission 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 credentialed 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 Engineer. 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 in 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 City'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 provided in this Contract. Any electronic files are provided by Engineer for the convenience of City, and use of them is 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 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 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 in 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 it is being performed. If any review or evaluation is 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 in 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/BREACH OF CONTRACT Violation of contract terms or breach of contract by Engineer shall be grounds for termination 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 Services completed 9 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 in the performance of this Contract or if 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 state,federal 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 limitation, 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) As required by Chapter 2271, Government Code, Engineer hereby verifies that it 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 that is 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. (3) In accordance with 2274, Texas Government Code,a governmental entity may not enter into a contract with a company with at least ten (10) full-time employees for value of at least One Hundred Thousand and No/100 Dollars($100,000.00)unless the contract has a provision in the contract verifying that it: (1) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association;and(2)will not discriminate during the term of the contract against a 10 firearm entity or firearm trade association. The signatory executing this Contract on behalf of the Engineer verifies Engineer does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association, and it will not discriminate during the term of this Contract against any firearm entity or firearm trade association. (4) In accordance with 2274, Texas Government Code, a governmental entity may not enter into a contract with a company with at least ten (10) full-time employees for a value of at least One Hundred Thousand and No/100 Dollars($100,000.00)unless the contract has a provision in the contract verifying that it:(1)does not boycott energy companies;and(2)will not boycott energy companies during the term of this Contract. The signatory executing this Contract on behalf of Engineer verifies Engineer does not boycott energy companies, and it will not boycott energy companies during the term of this Contract. (5) 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. ARTICLE 22 INDEMNIFICATION Engineer shall save and hold City harmless from all liability for damage to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement, 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 from such negligent activities by Engineer, its agents, or employees. ARTICLE 23 ENGINEER'S RESPONSIBILITIES 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 and date all appropriate engineering submissions to City in accordance with the Texas Engineering Practice Act and the rules of the State Board of Registration for Professional Engineers. 11 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, direct or indirect, in the purchase or sale of any product, materials or equipment that will be recommended or required for the construction of the project. ARTICLE 26 INSURANCE (1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire term while this Contract is in effect professional liability insurance coverage in the minimum amount of One Million Dollars per claim from a company 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 in Article 26, Section(3). Engineer shall obtain and monitor the certificates of insurance from each subconsultant in 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 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 in coverage, and such notice thereof shall be given to City by certified mail to: 12 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 City'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 coverage in force to be filed with City. Such Certificates of Insurance are evidenced as Exhibit E herein entitled"Certificates of Insurance." 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 in any respect, then such invalidity, illegality or unenforceability shall not affect any other provision thereof and this Contract shall be construed as if 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. 13 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: City: City of Round Rock Attention: City Manager 221 East Main Street Round Rock, TX 78664 and to: Stephanie L. Sandre City Attorney 309 East Main Street Round Rock, TX 78664 Engineer: Felipe Tudtud, PE Sr Project Manager 710 Hesters Crossing, Suite 150 Round Rock, TX 78681-7838 ARTICLE 33 GENERAL PROVISIONS (1) Time is of the Essence. The Services shall be performed expeditiously as is 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/its 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 14 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 in 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 Contract if 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 in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. (3) Enforcement and Venue. This Contract shall be enforceable in 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. 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 information 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(s') 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 is 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 enter into this Contract. 15 IN WITNESS WHEREOF,the City of Round Rock has caused this Contract to be signed in 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 representatives for the faithful and full performance of the terms and provisions hereof. [signature page follows] 16 HDR ENGINEERING, INC. =11y signed by Word, DWA:2025.02.12 By: 17:36:43-06'00' Signature of Principal Printed Name: Justin A. Word Sr Vice President 17 CITY OF ROUND ROCK, TEXAS APPROVED AS TO FORM: By: Av - Craig Morgan, Ma r Stephanie L. Sandre, City Attorney ATTEST: By: �, AAjA; Ann Fr nklin, City 6erk 18 LIST OF EXHIBITS ATTACHED (1)Exhibit A City Services (2)Exhibit B Engineering Services (3)Exhibit C Work Schedule (4)Exhibit D Fee Schedule (5)Exhibit E Certificates of Insurance 19 EXHIBIT A City Services Project: US 79 Project Limits: From IH-35 to AW Grimes Project Length: 11,500 feet(2.2 Miles) The City of Round Rock(CITY)will provide the following: PROJECT MANAGEMENT The CITY will designate a Project Manager to represent the CITY. SCHEMATIC DESIGN /ENVIRONMENTAL/UTILITY ENGINEERING A. Reviews of recommendations offered by HDR Engineering, Inc. (ENGINEER)and approve or reject any or all work performed under this contract B. Review of progress of work and final acceptance of deliverables C. Processing of all periodic payment requests submitted by ENGINEER D. Submittal of documentation to regulatory agencies for review, comment, or approval when specified. E. All comments regarding the review of the engineering services completed F. Assistance in the coordination and scheduling of site visits G. Review and approval of typical roadway sections and design criteria developed by the ENGINEER H. Assist as necessary in obtaining the required data and information from other local, regional, state, and federal agencies I. Provide the ENGINEER with timely reviews and decisions necessary for the ENGINEER to maintain the project work schedule J. Distribute schematic layout to the appropriate agencies and the public K. Furnish available horizontal control points established by the CITY L. Furnish available plans and design information for adjoining projects M. Furnish available right-of-way maps N. Negotiate with all utility companies for any agreements and required relocations O. Pay all reviewing agency fees promptly including review, inspection and recording fees P. Assist with obtaining right-of-entry (ROEs) for adjoining property owners necessary for field surveying outside existing public right-of-way Q. Provide any records available which would assist in the identification of environmental constraints. City of Round Rock Page 1 of 1 Exhibit A City of Round Rock Work Authorization No. 1 US 79 from IH-35 to AW Grimes Prime Firm: HDR Engineering, Inc. EXHIBIT B Engineering Services The Engineer shall provide preliminary engineering services for the revision of a schematic design, re- evaluation of environmental documents, public involvement, data collection, conceptual traffic control, preliminary drainage design, surveying and mapping, utility engineering investigation, and utility coordination for US 79 from IH-35 to A.W. Grimes located within the City of Round Rock. FUNCTION CODE 110 ROUTE AND DESIGN STUDIES The Engineer shall revise the horizontal and vertical alignments for a proposed roadway schematic from IH 35 to Heritage Center Circle that includes design criteria, plan and profile, existing and proposed typical sections, existing and projected traffic volumes, and superelevation. The Engineer shall review and revised the approved US 79 schematic based on the latest Roadway Design Manuel. The Engineer shall furnish Microsoft Office, MicroStation and OpenRoads computer generated media containing the roadway schematic layout to the City. Supporting attachments and exhibits shall accompany the schematic layout. MicroStation and OpenRoads computer generated files containing the roadway design schematic shall be fully compatible with the software used by the City without further modification or conversion. The Engineer shall prepare preliminary drawings to identify potential impacts and constraints within the project corridor, including impacts to the nature, cultural, and human environment. The potential impacts and constraints identified must include existing and proposed utilities (both public and private), structures, burial grounds, neighborhood communities, historical landmarks, and undeveloped areas. Potential utility conflicts and structural impediments must be identified as such. The Engineer shall propose alternative alignments that avoid or minimize displacements and damages and prepare additional attachments or exhibits required to illustrate a preferred alternative alignment. The Engineer shall assist the City with agency meetings during the development of the schematic design as requested by the City. If requested by the City, the Engineer shall prepare a Notice and Opportunity to Comment and assist the City with stakeholder meetings, public meetings, and a public hearing, if requested. An itemization of the schematic design and engineering work activity to be performed under this contract is detailed below. The Engineer shall prepare designs in accordance with the latest version of: A. Roadway Design Manual, published by TxDOT B. Policy on Geometric Design of Highways and Streets, published by the American Association of State Highway and Transportation Officials' (AASHTO); C. Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges, published by TxDOT; D. Texas Manual on Uniform Traffic Control Devices (TMUTCD), published by TxDOT; E. LRFD Bridge Design Specifications, published by the American Association of State Highway and Transportation Officials' (AASHTO) 91h Edition (May 2020); F. Bridge Design Manual—LRFD, published by TxDOT Sept 2024 G. Hydraulic Design Manual, published by TxDOT; Page 1 of 21 City of Round Rock Work Authorization No. 1 US 79 from IH-35 to AW Grimes Prime Firm: HDR Engineering, Inc. When design criteria are not identified in these manuals, the Engineer shall notify the City and request direction. 110.1. Schematic Design —General Tasks. A. ROW Property Base Map The Engineer shall obtain information on existing ROW, easements, and property information from as-built plans, ROW maps, and tax records. The Engineer shall prepare a base map depicting the information. B. Typical Sections The Engineer shall develop both existing and proposed typical sections that depict the number and type of lanes, shoulders, median width and type, curb offsets, cross slope, border width, clear zone widths, bicycle and pedestrian accommodations (if needed), and ROW limits. C. Environmental Constraints The Engineer shall evaluate, and document impacts to environmentally sensitive sites (as identified by the Engineer and verified by the City) during the schematic design process. Environmentally sensitive sites include natural, cultural, and the human environment. Examples are historic and archeological resources, burial grounds, neighborhood communities and residential areas, farmland, floodplains, wetlands, endangered species, rare habitats, wildlife corridors, wildlife crossings, parks and nature preserves, geologic features, undeveloped areas, and significant trees. D. Drainage 1. Data Collection: The Engineer shall use data from as-built plans, subdivision plans, FEMA maps, and the preliminary Williamson County Atlas 14 models (assumed to be best available data) to locate drainage outfalls and to determine existing storm sewer and culvert sizes, design flows, and water surface elevations for use in the design of roadway geometry. 2. Cross Drainage: The Engineer shall conduct a schematic level cross drainage analysis to determine and evaluate the adequacy of the ROW needed to accommodate the proposed roadway and drainage system. The cross drainage analysis must: a. identify potential impacts to adjacent properties for the 100-year existing and ultimate watershed conditions floodplain extents dueto proposed highway improvements b. identify the water surface elevations at cross drainage locations (four locations identified) for the Annual Exceedance Probability (AEP) of: 50%, 20%, 10%, 4%, 2%, 1%, and 0.2% storm events C. review and evaluate TxDOT culvert inspection reports and video to determine integrity of existing cross drainage culverts d. provide overall drainage area map e. evaluate the opportunity to minimize impacts to adjacent properties f. coordinate with the City Floodplain Administrator(assume two coordination meetings.) Page 2 of 21 City of Round Rock Work Authorization No. 1 US 79 from IH-35 to AW Grimes Prime Firm: HDR Engineering, Inc. g. prepare cross drainage report section to include methodology, assumptions, and exhibits to be included in the schematic drainage report. 3. Storm Drain Trunk Lines: The Engineer shall conduct schematic level analysis of storm drain trunk lines to determine pipe sizes. The storm drain trunk line sizing must: a. identify adjacent properties that will convey runoff within the ROW b. identify and locate outfalls for potential internal drainage C. determine peak flows, using rational method, to size trunk line pipes at regular intervals d. prepare cost estimate for the schematic storm drain system e. prepare storm drain trunk line report section to include methodology, assumptions, and exhibits to be included in the schematic drainage report. 4. Detention Needs Analysis: The Engineer shall conduct a storm water detention needs analysis to evaluate potential peak flow impacts due to proposed schematic roadway improvements. This effort will include impact analysis for runoff leaving right-of-way, including HEC-HMS and HEC-RAS analysis of Onion Branch and Brushy Creek. For instances where increased flows do not discharge directly into receiving streams, analysis of conveyance capacity and impacts to structures will be assessed. 5. Detention Volume Analysis: If detention is needed, the Engineer will determine the approximate volume and footprint area of the detention pond(s) to estimate land acquisition. Detail design of the pond grading and outflow control structure is not included in this scope. A cost estimate will be prepared for this schematic level analysis. Engineer shall prepare detention needs report section to include methodology, assumptions, and exhibits to be included in the schematic drainage report. 6. Water Quality Needs: For project area located within the Edwards Aquifer Recharge Zone and Transition Zone, the Engineer shall follow the Texas Commission on Environmental Quality (TCEQ) Edwards Aquifer rules. The Engineer shall design water quality Best Management Practices (BMP) in accordance with the latest editions of RG-348—Complying with the Edwards Aquifer Rules Technical Guidance on Best Management Practices (July 2005); RG-348 Addendum Sheet(July 2012), or latest edition. As part of this work, the Engineer shall perform the following: a. BMP analysis: The Engineer shall locate BMPs previously permitted under the TCEQ Edwards Aquifer rules that might be impacted by the project. The Engineer shall determine the amount of total suspended solids (TSS) being treated under these permitted BMPs. b. TSS load calculations: The Engineer shall develop TSS load calculations to determine the TSS amount required to be treated under the Edwards Aquifer rules. This calculation is based on the increase in the amount of impervious cover within the project area, based on updates to the schematic. The Engineer will determine 80% of the increase in TSS load resulting from the development on the project. C. De facto water quality: The Engineer shall determine the amount of de facto water quality being treated via grassy swales (GS) and vegetative filter strips Page 3 of 21 City of Round Rock Work Authorization No. 1 US 79 from IH-35 to AW Grimes Prime Firm: HDR Engineering, Inc. (VFS). These locations are generally in areas where the existing geometry meets TCEQ standards for water quality and were not permitted as TCEQ BMPs under the Edwards Aquifer rules. d. TSS removal determination: The Engineer shall utilize the TCEQ calculation spreadsheet to determine the total amount of TSS removal required for the project. Engineer shall determine size and preliminary layout of StormTroopers to treat increased TSS loads e. Determine Hazard Material Trap (HMT) needs. Two existing HMT's are located at the Onion Branch crossing and will be evaluated. f. Prepare water quality section to include methodology, assumptions, and exhibits in the schematic drainage report. Report shall discuss the TSS removal required for the project and delineate the design approach for the water quality BMPs (StormTroopers). The Engineer shall coordinate with the City for preferred treatment options and determine necessary drainage easements required for the water quality BMP. The Engineer shall provide cost estimates for the BMPs and necessary drainage easements. 7. Schematic Drainage Report: Prepare schematic drainage report to include the cross drainage analysis, storm drain trunk line, detention needs, and the water quality analysis, which must be signed and sealed by a professional engineer licensed in Texas, must include applicable hydrologic and hydraulic models (e.g., HEC-RAS, HEC-HMS). The Engineer shall prepare a final drainage study in accordance with one or more of the following: TxDOT Hydraulic Design Manual, and other specific guidance provided by the City. If requested by the City, the Engineer shall evaluate the adequacy of the existing drainage structures; otherwise, the Engineer shall not evaluate the adequacy of the existing drainage structures. E. ROW Requirements The Engineer shall determine the ROW requirements based on the proposed horizontal and vertical alignments, typical sections, design cross sections, access control, terrain, construction requirements, drainage, clear zone, maintenance, intelligent transportation system (ITS), and environmental constraints and mitigation requirements. F. Construction Sequence The Engineer shall evaluate and document the requirements for construction staging and traffic control throughout the development of schematic design. The Engineer shall provide construction phasing assumptions to the City as requested and provide preliminary traffic control plan (TCP) layouts. G. Bicycle and Pedestrian Accommodations The Engineer shall comply with the United States Department of Transportation Policy Statement on Bicycle and Pedestrian Accommodation Regulations and Recommendations. The inclusion of bicycle and pedestrian facilities must be evaluated when the project is scoped. Public input when applicable, as well as local city and metropolitan planning organization for bicycle and pedestrian plans must be considered in this evaluation. H. Preliminary Design Conference The Engineer shall prepare and submit a preliminary Design Summary Report (DSR) to the City for review and approval and shall attend an initial kick-off meeting to establish and agree on fundamental aspects, basic features, concepts, and design criteria. Page 4 of 21 City of Round Rock Work Authorization No. 1 US 79 from IH-35 to AW Grimes Prime Firm. HDR Engineering, Inc. I. Roadway Design Criteria The Engineer shall develop the roadway design criteria based on the latest version of the TxDOT Roadway Design Manual and AASHTO Policy on Geometric Design of Highways and Streets guidelines. The design criteria must include the following roadway design elements: design speed, lane and shoulder widths, pavement structure and slopes, horizontal curvatures, horizontal and vertical clearances, range of vertical profile grades, and side slopes. If there is a discrepancy between the two sources, the TxDOT Roadway Design Manual will govern unless otherwise directed by the City. J. Alternative Evaluation 1, Alternative 1: Mays St Location: a. The Engineer shall coordinate with M35 Design teams for the design of IH-35 and US 79 interchange including the direct connectors (assumed 4 meetings) b. The Engineer shall optimize the Northbound to Eastbound Direct Connector and Westbound to Southbound Direct Connector design to determine tie-in limits west of Heritage Center Circle. K. Right of Entry The Engineer shall be responsible for obtaining right-of-entry (ROEs). ROEs are anticipated for property owners where the approved 2020 Schematic shows proposed ROW. L. Preliminary Driveway Design The Engineer shall determine the preliminary limits of construction for driveways impacted by proposed project. The Engineer shall provide a list of driveways where driveway licenses will be required. Driveway profiles shall be shown on a roll plot. 110.2. Geometric Design Schematics. The Engineer shall provide an updated geometric design schematic based on the approved 2020 schematic completed by LAN. The Engineer shall use Bentley OpenRoads tools in performing this task. The geometric design schematic must include both a plan view and profile view. A. The geometric schematic plan view must contain the following design elements: 1. Bentley OpenRoads calculated roadway alignments for mainlanes, ramps, and cross streets at major intersections and grade separations 2. Horizontal curve data shown on plan view at relevant stations or in tabularformat 3. Pavement edges, curb lines, bicycle and pedestrian accommodations to include Shared Use Paths, sidewalks, and/or shoulders for roadway improvements 4. Typical sections of existing and proposed roadways 5. Proposed bridge structures, including: a. Bridge abutment, bent, deck, girder, and rail type and locations b. Preliminary Bridge Quantities C. Bridge Typical Section Geometry d. Bridge hydraulic coordination 6. Proposed retaining wall and sound wall locations Page 5of21 City of Round Rock Work Authorization No. 1 US 79 from IH-35 to AW Grimes Prime Firm: HDR Engineering, Inc. 7. Proposed cross-drainage structures with outfall flow arrows and significant drainage features or waterways identified 8. Existing utilities and proposed utilities 9. Existing property lines and respective property ownership information 10. Existing ROW and easements 11. Proposed ROW and easements adequate for preparation of ROW maps 12. Waters of the US (WOTUS) 13. Control-of-access limits 14. Existing and projected traffic volumes 15. Location and text of the existing and proposed guide signs and the preliminary locations for changeable message signs 16. Lane lines, shoulder lines, and direction of traffic flow arrows indicating the number of lanes on roadways B. The geometric schematic profile view must contain the following design elements: 1. Calculated profile grade and vertical curve data including "K" values for curves and sight distance values for crest vertical curves on the mainlines 2. Existing ground line profiles along the centerline 3. Grade separations and overpasses/underpasses including preliminary abutment and bent locations, vertical clearances, assumed beam type, depth, span lengths 4. Calculated vertical clearances at grade separations (overpasses/underpasses) 5. Anticipated cross-drainage structures with approximate inlet and outfall elevations 6. Proposed ditch grading (special grading), if it does not follow the typical section. 7. Approximate locations of existing and proposed major utility crossings 8. The calculated profile grade for ramps and cross streets will be shown on separate Supplemental Profile rolls 110.3. Cross-Sections. The Engineer shall use a Bentley 3D OpenRoads model to generate preliminary cross- sections at 50 feet intervals. The Engineer shall determine earthwork volumes for use in the cost estimate. The Engineer shall prepare 11 inch x17 inch of the cross- sections and deliver as a .pdf. 110.4. Preliminary Construction Sequence. The Engineer shall prepare preliminary construction sequence layouts in conjunction with the geometric design schematic depicting the phasing and traffic detours anticipated to safely convey traffic. The layouts must demonstrate that adequate horizontal and vertical alignments are maintained, sufficient lane widths and shoulder widths or barrier offsets are feasible, and construction zones are adequate for constructability of proposed features. Proposed construction detours must provide adequate superelevation as necessary. The layouts must indicate how existing pedestrian and bicycle facilities are accommodated for each phase. 110.5. Preliminary Cost Estimate. The Engineer shall prepare a preliminary cost estimate for the project, including the costs of construction, required ROW and associated improvements. Current State unit bid prices must Page 6 of 21 City of Round Rock Work Authorization No. 1 US 79 from IH-35 to AW Grimes Prime Firm: HDR Engineering, Inc. be used in preparation of the estimate. 110.6. Schematic Design Project Deliverables. In conjunction with the performance of the services included under Function Code 110 of this attachment, the Engineer shall provide the following draft and final documents and associated electronic files as applicable A. Draft and Final copies of the preliminary drainage study B. Draft and final copies of the geometric schematic layouts (1 inch = 100 feet) C. Draft and final copies of the design schematic cross-sections on 11 inch x 17inch cut sheets D. Electronic 3D model copy of the preliminary cross-sections created using OpenRoads tools E. Electronic submittal of the hydrologic and hydraulic model digital files from the drainage study F. Copies of the preliminary construction sequence layouts in a roll plot G. Cost estimates for each milestone submittal H. KMZ or KML file of conceptual design schematic created from applicable DGN files for reviewing in Google Earth 1. Final schematic 3D model created using OpenRoads software FUNCTION CODE 120 SOCIAL, ECONOMIC, AND ENVIRONMENTAL STUDIES AND PUBLIC INVOLVEMENT 120.1. Environmental Documentation Standards. Each environmental service provided by the Engineer must have a deliverable. Deliverables must summarize the methods used for the environmental services and the results achieved. The summary of results must be sufficiently detailed to provide satisfactory basis for thorough review by the City, FHWA, and (where applicable) other agencies with regulatory oversight. Deliverables must meet regulatory requirements for legal sufficiency and adhere to the requirements for reports enumerated in the City's National Environmental Policy Act of 1969 (NEPA) Memorandum of Understanding (MOU). A. Quality Assurance/Quality Control Review For each deliverable, the Engineer shall perform quality assurance quality control (QA/QC) reviews of environmental documents and on supporting environmental documentation to determine whether documents conform with: 1. Current Environmental Compliance Toolkit guidance, documentation requirements, and templates published by TxDOT's Environmental Affairs Division (ENV) and in effect as of the date of receipt of the documents or documentation to be reviewed; 2. Current state and federal laws, regulations, policies, guidance, agreements, and memoranda of understanding between the City and other state or federal agencies; and 3. Guidelines contained in Improving the Quality of Environmental Documents, A Report of the Joint AASHTO/ACEC Committee in Cooperation with the Federal Highway Administration (May 2006)for: Page 7 of 21 City of Round Rock Work Authorization No. 1 US 79 from IH-35 to AW Grimes Prime Firm: HDR Engineering, Inc. a. Readability, and b. Use of evidence and data in documents to support conclusions. Upon request by the City, the Engineer shall provide documentation that the QA/QC reviews were performed by qualified staff. B. Deliverables must contain data acquired during the environmental service and be written to be understood by the public in accordance with the TxDOT's Environmental Toolkit guidance, documentation standards, and current guidelines, policies, and procedures. C. Electronic versions of each deliverable must be written in software that is fully compatible with the software currently used by the City and provided in the native format of the document for future use by the City. The Engineer shall supplement hard copy deliverables with electronic copies in searchable Adobe Acrobat(.pdf) format unless another format is specified. Each deliverable must be a single, searchable .pdf file that mirrors the layout and appearance of the physical deliverable. The Engineer shall deliver the electronic files on USB flash drive in both the document's native format and the PDF format. D. When the environmental service is to apply for a permit (e.g., United States Coast Guard (USCG) permit or USACE permit), the Engineer shall provide the permit and supporting documentation to the City as the deliverable. E. Submission of Deliverables 1. Deliverables must consist of documentation to support a categorical exclusion (CE) determination, or the preparation of an Environmental Assessment (EA) or an Environmental Impact Statement (EIS), as applicable. Technical reports and documentation must be prepared to support the applicable environmental classification (e.g. CE, EA, or EIS). Additionally, an Open-Ended (d) list Categorical Exclusion Classification Request Form must be prepared to classify the project as an Open Ended (d) list CE, if needed. 2. Deliverables must comply with applicable state and federal environmental laws, regulations, procedures, and TxDOT's Environmental Compliance Toolkits, documentation requirements, and templates. 3. On the cover page of environmental documentation, the Engineer shall insert the following language in a way that is conspicuous to the reader or include it in a CE project record: "The environmental review, consultation, and other actions required by applicable Federal environmental laws for this project are being, or have been, carried-out by TxDOT pursuant to 23 U.S.C. 327 and a Memorandum of Understanding dated December 9, 2019, and executed by FHWA and TxDOT." F. The City will provide the City's and other agency comments on draft deliverables to the Engineer. The Engineer shall revise the deliverable: 1. To include State commitments, findings, agreements, or determinations (e.g., wetlands, endangered species consultation, Section 106, or Section 4(f)), required for the transportation activity as specified by the City; 2. To incorporate the results of public involvement and agency coordination; 3. To reflect mitigation measures resulting from comments received or changes in the transportation activity; and Page 8of21 City of Round Rock Work Authorization No. 1 US 79 from IH-35 to AW Grimes Prime Firm: HDR Engineering, Inc. 4. To include with the revised document a comment response form (matrix) in the format provided by the City. G. The Engineer shall provide photographs and graphics that clearly depict details relevant to an evaluation of the project area. Comparable quality electronic photograph presentations must be at least 1200 x 1600 pixel resolution. The City can request images/graphics be provided in another format or quality. 120.2. Environmental Re-evaluation Form. A. The Engineer shall provide an environmental re-evaluation form. B. Minimum Deliverables: 1. Draft environmental re-evaluation form 2. Final environmental re-evaluation form 120.3. Environmental Technical Analyses and Documentation. A. Definition of technical analyses and documentation for environmental services. In general, technical analyses and documentation for environmental services might include a report, checklist, form, or analysis detailing resource-specific studies identified during the process of gathering data to make an environmental decision. The City may determine what technical reports and documentation are necessary for the given project. The Engineer shall prepare technical reports and documentation for the City with sufficient detail and clarity to support environmental determinations. Technical reports must be compliant with TxDOT's Environmental Compliance Toolkits, documentation requirements, and templates. The environmental document must reference the technical reports. Environmental technical reports and documentation must include appropriate NEPA or federal regulatory language in addition to the purpose and methodology used in delivering the service. Technical reports and forms must use templates and documentation standards as applicable and include sufficient information to determine the significance of impacts. B. Minimum Deliverables: 1. Draft and Final technical analyses and documentation 2. Draft and final public involvement and stakeholder engagement materials to include a public involvement and stakeholder communication plan; project stakeholder list; up to three (3) news releases; up to three (3) email updates to the stakeholder database; two (2) legal notices; up to ten (10) social media posts; twelve (12) certified mail letters to affected property owners; one (1)factsheet and two (2) updates; up to three (3) base PowerPoint presentations with tailored slides for up to 30 meetings; handouts, sign-in sheets, exhibits, and meeting summaries for up to 30 meetings; and documentation and responses for public comment submissions C. The exact environmental technical analyses and documentation must be determined at the work authorization level, but can include: 1. Section 4(f) Evaluations The Engineer shall provide Section 4(f) Evaluations. The Section 4(f) Evaluation must conform to the appropriate TxDOT Section 4(f) checklist for de minimis evaluations. Section 4(f) Evaluations must meet the requirements set forth in TxDOT's Environmental Compliance Toolkits. The 4(f) Section of the Page 9 of 21 City of Round Rock Work Authorization No. 1 US 79 from IH-35 to AW Grimes Prime Firm: HDR Engineering, Inc. environmental document states the reason a Section 4(f) evaluation is being completed. The 4(f) Section of the environmental document discusses the presence of Section 4(f) properties located in the project area. It is assumed that de minimis documentation will be needed due to additional ROW impacts at the Henna House property and Texas Baptist Childrens Home property, both Section 4(f) properties. 2. Environmental Public Involvement(23 CFR §771.111) The Engineer shall provide public involvement activities, which might include: a. The Engineer shall draft a public involvement and stakeholder communication plan b. Update stakeholder list based on previous project files C. Provide up to three (3) news releases d. Provide up to three (3) email updates to the stakeholder database e. Provide two (2) legal notices f. Provide up to ten (10) social media posts g. Send twelve (12) certified mail letters to affected property owners h. Develop one (1) factsheet and one (1) update i. Provide up to two (2) base PowerPoint presentations with tailored slides for 15 meetings j. Assist the City in conducting 15 meetings (6 meetings for properties under the Notice and Opportunity to Comment process, 4 meetings under the 4(f) process, and 5 meetings with various agencies) with property owners, stakeholders, the public, and various agencies to discuss and review the project and the schematic design. Provide handouts, sign-in sheets, exhibits, and meeting summaries for up to 15 meetings k. Provide documentation and responses for public comment submissions. I. The Engineer shall prepare a Notice and Opportunity to Comment as needed. The Engineer shall prepare schematic exhibits, constraints maps, and other necessary exhibits, and assist the City with presentations. 3. Community Impacts Analysis The Engineer shall provide community impact analyses. Community impacts includes environmental justice, limited English proficiency, and other issues as addressed in TxDOT environmental guidance. The Engineer shall perform community impact assessments including environmental justice analysis in accordance with Attachment A, Article 38, Sections J and K of the contract. Community impact analyses might include: a. Community Impacts Assessment Technical Report Form. The assessment may include: (1) Identification of environmental justice communities within the study area; (2) A community profile; (3) A displacement analysis; Page 10 of 21 City of Round Rock Work Authorization No. 1 US 79 from IH-35 to AW Grimes Prime Firm: HDR Engineering, Inc. (4) An access and travel pattern analysis; (5) A community cohesion analysis; (6) Determination if the project would have disproportionately high and adverse impacts on environmental justice communities. Impacts identified in the Community Impact Assessment and other relevant studies (i.e. noise analysis) must be considered to determine if the impacts disproportionately affect environmental justice communities; (7) Identification of possible mitigation measures to avoid or minimize adverse impacts to the environmental justice population within the project area; (8) Summary of public involvement process including methods used to accommodate persons with limited English proficiency; and (9) Identification of possible mitigation measures including those to avoid and minimize adverse impacts to the environmental justice population within the project area. 4. Biological/Natural Resources Management Analysis and Documentation The Engineer shall provide environmental documentation, conduct field surveys, and provide analysis of biological natural resources for compliance with state and federal regulations as described in the TxDOT Environmental Guide: Volume 2 Activity Instructions, http://ftp.dot.state.tx.us/pub/txdot-info/env/toolkit/060-06- ug i.pdf, and the associated forms, templates, and guidance found in the Natural Resources Toolkit, https://www.txdot.gov/inside- txdot/division/environmental/compliance-toolkits/natural- resources.html. The applicable natural resource studies must be determined at the work authorization level. In the case that field surveys are required, then the Engineer must contact ENV-NRM for clearance prior to starting work. ENV-NRM will verify that approved methods and appropriately permitted and experienced staff will be used. At the request of the City, the Engineer shall provide the following biological/natural resource analysis: a. Species Analysis Form, including: (1) Species Analysis Spreadsheet, which can include a habitat analysis for the entire project area, field surveys for protected species, and presence/absence surveys. (2) Tier 1 Site Assessment, which can include early coordination or administrative coordination with TPWD. (3) Bald and Golden Eagle Protection Act (BGEPA) analysis and coordination assistance. b. For projects within a USFWS Designated Karst Zone or Critical Habitat: (1) A USFWS permitted biologist must perform the habitat assessmentfor listed karst invertebrates per USFWS protocols. (2) A Texas licensed Professional Geoscientist (P.G.) must perform, sign, and seal the karst features survey. The Texas licensed P.G. must have experience in central Texas karst geology. 5. Initial Site Assessment (ISA) with Hazardous Materials Project Impact Evaluation Report Page 11 of 21 City of Round Rock Work Authorization No. 1 US 79 from IH-35 to AW Grimes Prime Firm: HDR Engineering, Inc. The Engineer shall provide an ISA with Hazardous Materials Project Impact Evaluation Report for the limits of the proposed project in accordance with Statement of Work for Hazardous Materials Processes related to NEPA in the TxDOT Hazardous Materials Management Toolkit (http://www.txdot.gov/inside- txdot/division/environmental/compliance-toolkits/haz-mat.html). 6. Archeological Documentation Services The Engineer shall provide archeological studies and documentation. Archeological studies must be sufficient to satisfy the current TxDOT Archeological Sites and Cemeteries Toolkit. An archeological background study must be performed prior to field work. If the Engineer was provided with a background study by the City, a new background study is not required. The Engineer shall provide archeological resource identification, evaluation, and documentation services. In compliance with TxDOT's Environmental Compliance Toolkits, the Engineer shall provide the following archeological services/deliverables: a. Supplemental Archeological background study 7. Historic Resource Identification, Evaluation, and Documentation Services The Engineer shall provide historic resource identification, evaluation,and documentation services. In compliance with TxDOT's Environmental Compliance Toolkits, the Engineer shall provide the following historic resource services/deliverables: a. Historic Resources PCR, and b. Supplemental Historic Resource Survey Report, reconnaissance level documentation. Services, except the historic resource PCR, must have prior approval by TxDOT's Environmental Affairs Division's Historical Studies Branch (ENV-HIST) to be performed. The historic resource PCR must be accepted by ENV-HIST prior to survey field work. FUNCTION CODE 135 UTILITY ACTIVITIES 135.1. Utility Engineering Investigation. The Engineer shall complete a Quality Level B subsurface utility engineering (SUE) investigation within the existing and proposed ROW along US 79 from IH 35 to AW Grimes Boulevard. The QLB investigation will be inclusive of Quality Level C and D SUE. The Engineer is estimated to complete five (5) Quality Level A test holes, as needed, at potential utility conflict locations. Quality Level A test holes will only be performed when approved or requested by the City. Utility engineering investigation includes utility investigations subsurface and above ground prepared in accordance with ASCE/CI Standard 38-22 [(http://www.fhwa.dot.gov/programadmin/asce.cfm)] and Utility Quality Levels. A. Utility Quality Levels (QL) Utility Quality Levels are defined in cumulative order (least to greatest) as follows: Page 12 of 21 City of Round Rock Work Authorization No. 1 US 79 from IH-35 to AW Grimes Prime Firm: HDR Engineering, Inc. 1. Quality Level D - Quality level value assigned to a utility segment or utility feature after a review and compilation of data sources such as existing records, oral recollections, locations marked by DIGTESS, and data repositories. 2. Quality Level C - Quality level value assigned to a utility segment or utility feature after surveying aboveground (i.e., visible) utility features and using professional judgement to correlate the surveyed locations of these features with those from existing utility records. 3. Quality Level B - Designate: Quality level value assigned to a utility segment or subsurface utility feature whose existence and position is based upon appropriate surface geophysical methods combined with professional judgment and whose location is tied to the project survey datum. Horizontal accuracy of Designated Utilities is 18" (including survey tolerances) unless otherwise indicated for a specific segment of the deliverable. Quality Level B incorporates quality levels C and D information. A composite plot is created. 4. Quality Level A—Quality level value assigned to a portion (x, y, and z geometry) of a point of a subsurface utility feature that is directly exposed, measured, and whose location and dimensions are tied to the project survey datum. Other measurable, observable, and judged utility attributes are also recorded (per District Best Practices). The utility location must be tied to the project survey datum with an accuracy of 0.1 feet (30-mm) vertical and to 0.2 feet (60-mm) horizontal. As test holes may be requested up front or during the project, test holes done prior to completion of QL D, C, or B deliverables must be symbolized on the QL B deliverable with a call out indicating test holes number. This is in addition to and not in lieu of the test hole. B. Utility Investigations Methodology 1. Utility Investigation Quality Level D The Engineer shall: a. Perform records research from available resources. Sources include: Texas811, Railroad Commission of Texas (Texas RRC), verbal recollection, as- built information from plans, plats, permits and other applicable information provided by the utility owners or other stakeholders. b. Document utility owners and contact information. c. Create a utility drawing of information gathered. 2. Utility Investigation Quality Level C The Engineer shall: a. In combination with existing Quality Level D information, utilize surveyed above- ground utility features and professional judgement to upgrade Quality Level D information to Quality Level C. For those utilities unable to be upgraded, retain as Quality Level D. b. Overhead utilities information must be gathered and depicted. Sag elevations of lowest utility must be documented at road crossings, per best practices document. C. Storm and sanitary sewer information must be gathered from Level D and upgraded to Level C as possible, unless otherwise directed by the City. d. Mapping of underground vaults may be requested by the City. e. Create composite utility drawing of information gathered. 3. Designate (Quality Level B) Page 13 of 21 City of Round Rock Work Authorization No. 1 US 79 from IH-35 to AW Grimes Prime Firm: HDR Engineering, Inc. Designate means to indicate the horizontal location of underground utilities by the application and interpretation of appropriate non-destructive surface geophysical techniques and reference to established survey control. Designating (Quality Level B) services are inclusive of Quality Levels C and D. The Engineer must: a. As requested by the City, compile "as-built" information from plans, plats and other location data as provided by the utility owners. b. Coordinate with utility owner when utility owner's policy is to designate their own facilities at no cost for preliminary survey purposes. The Engineer shall examine utility owner's work to verify accuracy and completeness. C. Designate, record, and mark the horizontal location of the existing utility facilities using non-destructive surface geophysical techniques. d. Using both active and passive scans to attempt to locate additional utilities, including unrecorded and abandoned storm and sanitary sewer facilities, at the direction of the City, may be investigated using additional methods such as rodding that would then classify them as Quality Level B. A non-water based pink paint or pink pin flags must be used on surface markings of underground utilities. e. Correlate utility owner records with designating data and resolve discrepancies using professional judgment. The Engineer must prepare and deliver to State a color-coded composite utility facility plan with utility owner names, quality levels, line sizes and subsurface utility locate (test hole) locations. The Engineer and State acknowledge that the line sizes of designated utility facilities detailed onthe deliverable will be from the best available records and that an actual line size is normally determined from a test hole vacuum excavation. A note must be placed on the designate deliverable only that states "lines sizes are from best available records". Above-ground utility feature locations must be included in the deliverable to the City. This information must be provided in the latest version of OpenRoads civil design system used by the City. The Engineer shall deliver the electronic file on USB flash drive, as requested by the City. A hard copy is required and must be signed, sealed, and dated by the registered engineer overseeing the utility engineering investigation. When requested by the City, the designated utility information must be over laid on the City's design plans. f. Determine and inform the City of the approximate electronic utility depths at critical locations as determined by the City. The limits of this additional information should be determined prior to the commencement of work. This depth indication is understood by both the Engineer and the City to be approximate only and is not intended to be used preparing the ROW and construction plans. g. Provide a monthly summary, with weekly updates, of work completed and in process with adequate detail to verify compliance with agreed workschedule. h. Close-out permits as required. i. Clearly identify 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. Page 14 of 21 City of Round Rock Work Authorization No. 1 US 79 from IH-35 to AW Grimes Prime Firm: HDR Engineering, Inc. j. Comply with applicable TxDOT policy and procedural manuals. 4. Subsurface Utility Locate (Test Hole) Service (Quality Level A) Locate is the process used to obtain precise horizontal and vertical position, material type, condition, size, and other data that may be obtainable about the utility facility and its surrounding environment through exposure by non-destructive excavation techniques that confirms the integrity of the utility facility. Subsurface Utility Locate (Test Hole) Services (Quality Level A) are inclusive of Quality Levels B, C, and D. The Engineer must: a. Review requested test hole locations and advise the City in the developmentof an appropriate locate (test hole) work plan relative to the existing utility infrastructure and proposed highway design elements. b. Coordinate with utility owner inspectors as may be required by law or utility owner policy. C. Place Texas 811 ticket 48 hours prior to excavation. d. Neatly cut and remove existing pavement material, such that the cut does not exceed 0.10 square meters (1.076 square feet) unless unusual circumstances exist. e. Measure and record the following data on an appropriately formatted test hole data sheet that has been sealed and dated by the Engineer: (1) Elevation of top of utility tied to the datum of the furnished plan. (2) Minimum of two benchmarks utilized. Elevations must be within an accuracy of 15mm (.591 inches) of utilized benchmarks. (3) Elevation of existing grade over utility at test hole location. (4) Horizontal location referenced to project coordinate datum. (5) Outside diameter of pipe or width of duct banks and configuration of non- encased multi-conduit systems. (6) Utility facility materials. (7) Utility facility condition. (8) Pavement thickness and type. (9) Coating/wrapping information and condition. (10) Unusual circumstances or field conditions. f. Excavate test holes in such a manner as to prevent damage to wrappings. coatings, cathodic protection, and other protective coverings and features. Water excavation can only be utilized with written approval from the appropriate TxDOT district office. g. Be responsible for damage to the utility during the locating process. In the event of damage, the Engineer must stop work, notify the appropriate utility facility owner, the City, and appropriate regulatory agencies. The regulatory agencies include: the Railroad Commission of Texas and the Texas Commission on Environmental Quality. The Engineer shall not resume work until the utility facility owner has determined the corrective action to be taken. The Engineer is liable for costs involved in the repair or replacement of the Page 15 of 21 City of Round Rock Work Authorization No. 1 US 79 from IH-35 to AW Grimes Prime Firm: HDR Engineering, Inc. utility facility. h. Back fill excavations with appropriate material, compact backfill by appropriate mechanical means, and restore pavement and surface material. The Engineer is responsible for the integrity of the backfill and surface restoration for a period of three years. i. Furnish and install a permanent above-ground marker (as specified by the City, directly above center line of the utility facility. j. Provide complete restoration of work site and landscape to equal or better condition than before excavation. If a work site and landscape is not appropriately restored, the Engineer shall return to correct the condition at no extra charge to the City. k. Plot utility location position information to scale and provide a comprehensive utility plan signed and sealed by the responsible professional engineer. This information must be provided in the latest version of MicroStation and be fully compatible with the OpenRoads civil design system used by the City. The electronic files will be delivered on USB flash drive as requested. When requested by the City, the locate information must be over laid on the City's design plans. I. Return plans, profiles, and test hole data sheets to the City. If requested, conduct a review of the findings with the City. m. Close-out permits as required. DELIVERABLES The Engineer shall provide the following: • PDF signed and sealed sets of 11 inch x 17 inch colored drawings depicting utility information collected. • PDF signed and sealed sets of 8.5"x11" Test Hole Data Sheets depicting utility information collected. • A Summary Sheet of Test Hole Data • Electronic submittal containing electronic MicroStation (DGN) files compatible with the latest version of ORD in US feet (2D) format. • 3D ORD model of existing utilities utilizing ORD 10.12. Depths of utilities will be based on electronic depths and Quality Level A SUE where available. If no electronic depth or QLA SUE data is available, utility elevations will be based upon UAR depths. • Record information in PDF format received from each utility. FUNCTION CODE 145 PROJECT MANAGEMENT 145.1. Project Management. The Engineer shall: A. Perform general Project Management during the course of the project to include coordination with the City and TxDOT, preparing invoices, and management of subconsultants B. Preparation of project correspondence including reports, record keeping, and letters as necessary. Page 16 of 21 City of Round Rock Work Authorization No. 1 US 79 from IH-35 to AW Grimes Prime Firm: HDR Engineering, Inc. C. Prepare and update as necessary the project design schedule D. Prepare Project Management Plan and QA/QC Plan E. Attend monthly project progress and coordination meetings with the City as required during the project development F. Attend project progress and coordination meetings with TxDOT as required during the project development (up to 6 meetings) G. Prepare monthly invoices and progress reports H. Perform QA/QC of deliverables prior to submittal to the City and TxDOT. Implement a documented QA/QC program in accordance with the Engineer's established procedures FUNCTION CODE 150 DESIGN SURVEY 150.1. Design Survey . A. Tasks to be Completed — Design Surveys The Engineer's Surveyor shall provide topographic survey - On US 79 from 500' west of IH-35 SBFR to 2,700' east of A.W. Grimes. - On Mays St from 400' south of Sunset Dr to 400' north of Northwest Dr - At Georgetown St intersection — 300' north of US 79 and 500' south of US 79 - At Sunrise St intersection — 600' north of US 79 - At AW Grimes intersection — 500' north of US 79 and 600' south of US 79 - At Onion Branch — 500' north of US 79 and 500' south of US 79 - At three major cross culvert locations — 300' north of US 79 and 300' south of US 79 Design Survey tasks include the following: 1. Collect data to create cross-sections and DTMs. 2. Locate existing utilities. 3. Locate existing improvements. 4. Provide details of existing bridge structures, including bridge limits, bents, columns, retaining walls, beam types, and natural ground elevations at Onion Creek Branch. 5. Locate details of existing drainage features including culverts, manholes, retention and detention ponds, flowlines, and associated features. 6. Review existing ROW maps and locate the existing ROW. a. Review existing ROW maps The Surveyor shall review ROW maps prepared by others for completeness using the current schematic and the checklist provided by the TxDOT district. b. Locate existing ROW Page 17 of 21 City of Round Rock Work Authorization No. 1 US 79 from IH-35 to AW Grimes Prime Firm: HDR Engineering, Inc. The Surveyor shall resurvey the existing ROW where it is necessary to update or redefine ROW lines. Standard surveying procedures must be adhered to including record research, recovering existing monuments, and replacing monuments as appropriate. The Surveyor shall prepare an abstract map, preliminary map, final map, GIS graphics file, and a Surveyor's report. The final map must also include a monument table showing the property monuments that were found and set, and certified by the Surveyor. The Surveyor shall prepare maps either in standard map sheets format or roll map format as requested by the TxDOT district. 7. Locate boreholes. 8. Verify the condition and usefulness of existing control points including verification of the values. Establish additional control as needed. Tie to other control points in the project vicinity including points established by the National Geodetic Survey (NGS), the Federal Emergency Management Agency (FEMA), and other local entities as directed by the City. 9. Update existing control information and prepare new survey control data sheets, as directed by the City to be included in the construction plan set as described below: a. The Surveyor shall prepare, sign, seal, and date a survey control index sheet and horizontal and vertical control sheet(s) to be inserted into the plan set. b. The survey control index sheet provides an overview of the primary project control and must include: (1) An unscaled vicinity map showing the general location of the project in relation to nearby towns or other significant cultural features. (2) A scaled project map showing the extents of the project and the location of the primary control points. The map must show street networks, selected street names, control point identification, and significant cultural features necessary to provide a general location of the primary control. (3) A table containing the primary control point values including the point number, northing, easting, elevation, stationing, and stationing offset values. (4) Map annotation including a graphic scale bar, north arrow, and standard TxDOT title block. The title block shall contain a section for the district name, county, highway, and CSJ number. The title block shall also contain a section for a Texas registered engineer to sign, seal and date the sheet to include the following statement, "The survey control information has been accepted and incorporated into this PS&E." The required format of the survey control index sheet can be downloaded from the TxDOT website. (5) In the title block under the heading "Notes", identification of the horizontal and vertical datum on which the primary control is based with the date of the current adjustment, the surface adjustment factor used, and unit of measure. The Surveyor shall include a note stating that the coordinates are State Plane and a notation specifying either grid or surface adjusted coordinates. C. The Surveyor shall prepare horizontal and vertical control sheets providing detailed information about the construction, location, and monumentation of Page 18 of 21 City of Round Rock Work Authorization No. 1 US 79 from IH-35 to AW Grimes Prime Firm: HDR Engineering, Inc. the primary control, which must include: (1) An unscaled location map for each primary control point showing the location of the monument in relation to physical features located in the vicinity. The location map must include a north arrow, the monument designation, the monument northing, easting, and elevation. (2) Directly below the location map a text description of the monument including size, material, and construction followed by a description of the location of the monument starting with the county and state followed by a description suitable to locate the monument on the ground. (3) Map annotation including a graphic scale bar, north arrow, and a standard TxDOT title block. The title block must contain a section for the district name, county, highway, and CSJ number and contain a section for a Texas registered engineer to sign, seal and date the sheet to include the following statement, "The survey control information has been accepted and incorporated into this PS&E." The required format of the survey control index sheet can be downloaded from the TxDOT website. (4) In the title block under the heading "Notes", identification of the horizontal and vertical datum on which the primary control is based with the date of the current adjustment, the surface adjustment factor used, and unit of measure. The Surveyor shall include a note stating that the coordinates are either grid or surface adjusted coordinates. 150.2. Deliverables for Design. The Surveyor shall provide the following: A. Digital terrain models(DTM) and the triangular irregular network(TIN)files in a format acceptable by the City. B. Maps, plans, or sketches prepared by the Surveyor showing the results of field surveys. C. Computer printouts or other tabulations summarizing the results of field surveys. D. Digital files or media acceptable by the City containing field survey data (ASCII data files). E. Maps, plats, plans, sketches, or other documents acquired from utility companies, private corporations, or other public agencies, the contents of which are relevant to the survey. F. Field survey notes, as electronic and hard copies. G. A digital and hard copy of computer printouts of horizontal and vertical conventional traverses, GPS analysis and results, and survey control data sheets. H. OpenRoad files. FUNCTION CODE 160 11631 —ROADWAY DESIGN MISCELLANEOUS ROADWAY 163.1. Utility Coordination. Page 19 of 21 City of Round Rock Work Authorization No. 1 US 79 from IH-35 to AW Grimes Prime Firm: HDR Engineering, Inc. A. Utility Base Map The Engineer shall obtain information on existing utilities from utility owners and shall conduct investigations to identify and evaluate known existing and proposed public and private utilities. The Engineer shall identify potential conflicts and attempt to minimize the potential adverse utility impacts in the preparation of the revised schematic design. The Engineer shall prepare a base map depicting the utility locations. The Engineer shall create and maintain a utility conflict matrix along with a utility conflict exhibit through the duration of the contract identifying potential known conflicts. The format of the matrix and exhibit must be consistent with the latest version of the TxDOT Austin District Utility Conflict Matrix and Utility Conflict Exhibit or other examples provided by the City. B. Utility Coordination The Engineer shall assist the City in conducting utility coordination meetings with utility companies, as required, to facilitate utility conflict identification and resolution. 1. The Engineer shall establish contact with existing utilities within and adjacent to the project limits. This process must also be extended to utilities that approach the TxDOT or the City, regarding plans to install facilities within the project limits after the project has been initiated. 2. The Engineer will issue TxDOT and Austin District notifications to utility companies within the project limits (notice of utility coordination (NOUC) and Notice of Proposed Construction (NOPC)), as applicable. Assumes one letter of each type per utility company and 15 utility companies. 3. The Engineer will prepare and submit Utility ID Request Forms to the Austin District for each utility company within the project limits. Assumes a total of 15 utility companies. 4. The Engineer will maintain and provide the Austin District Utility Status Report (USR) for utility companies within the project limits. 5. The Engineer will develop a SUE Workplans and then coordinate with the SUE provider on field activities and review SUE deliverables (assumes 2 SUE workplans: one for QL-B and a second for QL-A; assumes 2 meetings with the SUE provider). 6. The Engineer shall prepare an agenda, schedule and conduct, and document a single utility kick-off meeting to invite all identified utility companies to convey project information and to obtain information on existing and proposed facilities within the project limits. Major utility facilities to be discussed and analyzed to avoid relocation, if possible (assumes 15 utility companies). 7. The Engineer shall prepare agendas, and conduct meetings with utility companies and incorporate the City's project team to confirm existing facilities, utility company property interests, identified utility conflicts at a schematic level. Limited to 12 total meetings in schematic design. 8. The Engineer will attend the City of Round Rock utility coordination meetings (limited to 12 meeting for schematic design) 9. The Engineer shall establish and promote the desired agenda and methodologies for utility construction within the project limits. This shall consist primarily of promoting the construction of utilities as a part of the highway contract (i.e.,joint bid utility adjustments with highway contract), as applicable. Page 20 of 21 City of Round Rock Work Authorization No. 1 US 79 from IH-35 to AW Grimes Prime Firm: HDR Engineering, Inc. 10. The Engineer shall schedule and conduct utility coordination meetings (utility mapping verification meetings)with the City to coordinate the work effort and resolve problems. The Engineer shall prepare a written report of these utility coordination meetings. The meetings must include review of the following: a. Existing and proposed facilities (utility layouts) including major facilities to be avoided with the project, if possible, in pdf and 2D dgn formats. b. Utility Conflict Matrix (UCM) (assumes at schematic level submittal) note any identified property interests and long-lead items C. Review of 3D ORD model of existing & proposed utilities utilizing ORD 10.12 from SUE provider. C. Deliverables 1. Utility Conflict Matrix (UCM) along with Utility Conflict Exhibit in pdf format. The Utility Conflict Exhibits will be roll plot for schematic design (pdf and 2D dgn formats) and include callouts to indicate the conflict ID#s, utility owner, type of line (water, sewer, high pressure gas, etc.), material (if it is an AC pipe line, etc.), and size (if known). 2. Utility Contacts list in Excel and pdf format 3. Utility Summary to indicate major utility facilities or time sensitive items pertaining to utilities that need to be addressed in PS&E. Page 21 of 21 City of Round Rock Exhibit C-Work Schedule US79 From IH-35 to AW Grimes Work Authorization No. 1 Prime Firm:HDR Engineering,Inc ID Task Task Name Duration Start Finish 4,202 Qtr 1,202 Qtr 2,202 Qtr 3,202 Qtr 4,202 Qtr 1,202 Qt Mode o De Jan a Ma A a Jun Jul u Se Oct o De Jan IFeb6A a A 1 US 79 Schematic and Environmental 260 days Fri 2/28/25 Thu 2/26/26 2 Notice to Proceed 0 days Fri 2/28/25 Fri 2/28/25 ♦ 2/28 3 FC 110-Route and Design Studies 205 days Fri 2/28/25 Thu 12/11/25 4 W., Schematic Design-General Tasks 165 days Fri 2/28/25 Thu 10/16/25 5 W., Data Collection 10 days Fri 2/28/25 Thu 3/13/25 ■ 6 1% Typical Sections 2 days Fri 3/14/25 Mon 3/17/25 1 7 Ni Drainage 165 days Fri 2/28/25 Thu 10/16/25 8 O, Data Collection 20 days Fri 2/28/25 Thu 3/27/25 � 9 ori Cross Drainage 20 days Fri 6/6/25 Thu 7/3/25 10 W., Storm Drain Trunk Lines 40 days Fri 6/6/25 Thu 7/31/25 11 Detention Needs Analysis 20 days Fri 6/20/25 Thu 7/17/25 12 Detention Volume Analysis 20 days Fri 7/25/25 Thu 8/21/25 13 Water Quality Needs 10 days Fri 7/4/25 Thu 7/17/25 ■ 14 0., Schematic Drainage Report 40 days Fri 8/22/25 Thu 10/16/25 15 W, Preliminary Design Conference 0 days Mon 4/14/25 Mon 4/14/25 ♦ 4/14 16 w., Roadway Design Criteria 5 days Tue 3/18/25 Mon 3/24/25 1 i Page 1 Thu 1/23/25 City of Round Rock Exhibit C-Work Schedule US79 From IH-35 to AW Grimes Work Authorization No. 1 Prime Firm:HDR Engineering,Inc ID Task Task Name Duration Start Finish 4,202 Qtr 1,202 Qtr 2,202 Qtr 3,202 Qtr 4,202 Qtr 1,202 Qt Mode o DecJan Ma A a Jun a Oct o D nFe a A r 17 W., Alternative Evaluation 20 days Fri 3/14/25 Thu 4/10/25 n 18 r., Mays St Location 20 days Fri 3/14/25 Thu 4/10/25 19 W., Right of Entry 20 days Fri 2/28/25 Thu 3/27/25 20 wi Preliminary Driveway Design 10 days Fri 8/29/25 Thu 9/11/25 ■ 21 W,, Geometric Design Schematics 100 days Fri 4/11/25 Thu 8/28/25 22 w., Horizontal Design 100 days Fri 4/11/25 Thu 8/28/25 23 W., Vertical Design 100 days Fri 4/11/25 Thu 8/28/25 24 O,, Cross Sections 20 days Fri 8/29/25 Thu 9/25/25 25 ■ri Preliminary Construction Sequence 20 days Fri 8/29/25 Thu 9/25/25 26 W., Preliminary Cost Estimate 5 days Fri 9/26/25 Thu 10/2/25 27 Wi Project Deliverables 50 days Thu 10/2/25 Thu 12/11/25 r1 28 EP, Draft Preliminary Drainage Study 0 days Thu 10/16/25 Thu 10/16/25 ♦ 10/16 29 m, Final Preliminary Drainage Study 0 days Thu 12/11/25 Thu 12/11/25 ♦ 12/11 30 wi Draft Schematic Submittal Package 0 days Thu 10/2/25 Thu 10/2/25 ♦ 10/2 31 W., Final Schematic Submittal Package 0 days Thu 11/27/25 Thu 11/27/25 ♦ 11/27 Page 2 Thu 1/23/25 City of Round Rock Exhibit C-Work Schedule US79 From IH-35 to AW Grimes Work Authorization No. 1 Prime Firm:HDR Engineering,Inc ID Task Task Name Duration Start Finish 4,202 Qtr 1,202 Qtr 2,202 Qtr 3,202 Qtr 4,202 Qtr 1,202 Qt Mode o De Jan a Ma A a Jun Jul u Se Qctbobe )an1FebkAadA. 32 1% FC 120-Social,Economic,and Environmental Studies 230 days Fri 2/28/25 Thu 1/15/26 and Public Involvement 33 w4 Environmental Re-evaluation Form 40 days Thu 11/20/25 Thu 1/15/26 r1 34 Wi Draft Environmental Re-eval Form 0 days Thu 11/20/25 Thu 11/20/25 ♦ 11/20 35 W4 Final Environmental Re-eval Form 0 days Thu 1/15/26 Thu 1/15/26 ♦ 1/15 36 w4 Environmental Technical Analyses and Documentation 170 days Fri 2/28/25 Thu 10/23/25 37 W, Section 4f Evaluations 100 days Fri 6/6/25 Thu 10/23/25 38 Wi Public Involvement 110 days Fri 2/28/25 Thu 7/31/25 i 39 W4 Communication Plan 15 days Fri 2/28/25 Thu 3/20/25 40 W4 MAPO Meetings 40 days Fri 6/6/25 Thu 7/31/25 41 Wi Notice and Opportunity to Comment 20 days Fri 6/6/25 Thu 7/3/25 42 W4 Community Impacts Analysis 45 days Fri 7/4/25 Thu 9/4/25 43 wi Noise Analysis Technical Reporting 40 days Fri 7/4/25 Thu 8/28/25 44 Water Resources Analysis and Documentation 30 days Fri 6/6/25 Thu 7/17/25 Page 3 Thu 1/23/25 City of Round Rock Exhibit C-Work Schedule US79 From IH-35 to AW Grimes Work Authorization No. 1 Prime Firm:HDR Engineering,Inc ID Task Task Name Duration Start Finish 4,202 Qtr 1,202 Qtr 2,202 Qtr 3,202 Qtr 4,202 Qtr 1,202 Qt Mode o De Jan a Ma A a Jun Jul u Se Oct o De Jan Fe a A 45 0% Biological/Natural Resources Management Analysis 20 days Fri 6/6/25 Thu 7/3/25 and Documentation 46 W-, Initial Site Assessment(ISA) 40 days Fri 6/6/25 Thu 7/31/25 47 W., Archelogical Documentation Services 25 days Fri 6/6/25 Thu 7/10/25 48 0,i Historic Resource Identification 80 days Fri 6/6/25 Thu 9/25/25 49 W., FC 135 Utility Engineering 189 days Thu 3/27/25 Wed 12/17/25 50 UP, Utility Engineering Investigation 189 days Thu 3/27/25 Wed 12/17/25 51 W., QL-D/QL-C Investigation 30 days Fri 3/28/25 Thu 5/8/25 52 W., QL-B Investigation 105 days Thu 3/27/25 Thu 8/21/25 53 W., NTP 0 days Thu 3/27/25 Thu 3/27/25 ♦ 3/27 54 0i Mobilization 15 days Fri 3/28/25 Thu 4/17/25 55 W-, QL-B Field Work 40 days Fri 4/18/25 Thu 6/12/25 56 W-, QL-B Survey Work 20 days Fri 6/13/25 Thu 7/10/25 57 W, QL-B Deliverable 30 days Fri 7/11/25 Thu 8/21/25 58 W, QL-A Investigation 54 days Thu 10/2/25 Wed 12/17/25 1171 59 W, Approved Test Hole Locations 0 days Thu 10/2/25 Thu 10/2/25 ♦ 10/2 Page 4 Thu 1/23/25 City of Round Rock Exhibit C-Work Schedule US79 From IH-35 to AW Grimes Work Authorization No. 1 Prime Firm:HDR Engineering,Inc ID Task Task Name Duration Start Finish 4,202 Qtr 1,202 Qtr 2,202 Qtr 3,202 Qtr 4,202 Qtr 1,202 Qt Mode o De Jan a Ma A a Jun Jul u Se Oct o D J n Fe a A 60 N, Mobilization 15 days Fri 10/3/25 Thu 10/23/25 61 W., QL-A Field Work 4 days Fri 10/24/25 Wed 10/29/25 1 62 E, QL-A Survey Work 20 days Thu 10/30/25 Wed 11/26/25 63 W., QL-A Deliverable 15 days Thu 11/27/25 Wed 12/17/25 M 64 W., FC 145 Project Management 260 days Fri 2/28/25 Thu 2/26/26 65 N., Project Management 260 days Fri 2/28/25 Thu 2/26/26 66 Wi FC 150 Design Survey 95 days Fri 3/28/25 Thu 8/7/25 ��1 67 W, Design Survey 95 days Fri 3/28/25 Thu 8/7/25 68 EF., Data Collection and Mobilize Crews 5 days Fri 3/28/25 Thu 4/3/25 1 69 w., Horizontal/Vertical Controls 5 days Fri 4/4/25 Thu 4/10/25 1 70 Ni Field Survey 60 days Fri 4/11/25 Thu 7/3/25 71 NP, Process Data 15 days Fri 7/4/25 Thu 7/24/25 72 Wi ROW Base Mapping 10 days Fri 7/25/25 Thu 8/7/25 ■ 73 m., FC 163 Miscellaneous Roadway 220 days Fri 3/14/25 Thu 1/15/26 74 W, Utility Coordination 220 days Fri 3/14/25 Thu 1/15/26 Page 5 Thu 1/23/25 Exhibit D-Fee Schedule MY of Round Rock US79 From IH-35 to AW Grimes Work Authorization No.l Prime Firm:HDR Engineering,Inc HDR TASK ENGINEERING, HALFF ASSOCIATES,INC. McGRAY&McGRAY LAND THE RIOS GROUP FORESIGHT PLANNING& TOTALS INC. SURVEYOR,INC ENGINEERING SERVICES,LLC TASK 1:ROUTE AND DESIGN STUDIES(FC 110) $ 499,280.00 $97,471.00 $ - $ - $ - $ 596,751.00 TASK 2:SOCIAL/ECON/ENV STUDIES(FC 120) $ 86,440.00 $ - $ - $ - $87,765.22 $ 174,205.22 TASK 3:UTILITY ACTIVITIES-RIOS $ - $ - $ - $ 13,190.58 $ - $ 13,190.58 TASK 4:PROJECT MANAGEMENT(FC 145) $ 114,700.00 $16,412.00 $ - $ - $ - $ 131,112.00 TASK 5:DESIGN SURVEY(FC 150)-McGRAY $ - $ - $ 160,042.00 $ - $ - $ 160,042.00 TASK 6:MISC ROADWAY(FC 163) $ 185,134.00 $ - $ - $ - $0.00 $ 185,134.00 SUBTOTALS-LABOR $ 885,554.00 $ 113,883.00 $ 160,042.00 $ 13,190.58 $ 87,765.22 $ 1,260,434.80 DIRECT EXPENSES $ 1,705.00 $ 28,720.00 5 93,770.00 $ 5,251.00 $ 129,446.00 TOTALS $ 887,259.00 $ 113,883.00 $ 188,762.00 $ 106,960.58 $ 93,016.22 $ 1,389,880.80 EXHIBIT D 1/23/2025 PAGE 1 OF 10 FEE SCHEDULE ���®m�mm®m®mmm®00000®®®��mm� o�oo©000ao0o©o0oo©ooamaoomoa ��mmmmmmmmmmmm�®®m®mmmmmmmmm ,,.. ����c������c������������������ �m000000000000maa®000000000a �m������������o©o oo��������� ®������������ooaoo��������� �0������������00000��������� �o������������mm©oo��������� �a������������00 0 0®��������� �®������������ao 0 oa��������� �o������������o©o oo��������� �0������������00000��������� z�� �o�������������������������� ��®mmmmm�mmm®�mmmm��m�mm®®m® .. . �©a000aooaoa0000a0000aoo0�®m �o©�����������������������aa �00���������������������®��® �0����������������������o��o �0������������������o���o��0 �oa���������������������a��a �o�������������������������o �ooa0o®aaa0ooa0000aoo®ooaooa �aoo������o����������������� �ao�oo����o����������a������ �a������0�0����������������� �m�0����©o©����������������� �o�������������������������� �o������0mo����������������� �0�������00����������������� �o�������������������������� -o�������������������������� ®�©©©©�©m�v©©©r-.--rte�©��©�r�-�c�-�©mom©��rs-�© �mmmmmmm��mmm®000000®�®®®®mm . . ��oas0000®0000soa0000moo0a0® �o�������������������0©a�o�0 -o�������������������������� ©������������������0 0�0©tea o -o�������������������������� �o�������������������o�m o��0 -o�������������������������� �o������������������omoo��0 0 ©������������������00000�00 -o�������������������������� �a�������������������o��©��o �a�������o��������������©��o �m�������������������a��o��o ©����������������������®��o �o�������������������������� �o�������������������������� ©����������������������©��o -o�������������������������� -o�������������������������� �m�������������������o��o��o ®�����������o�������000�0�0 �0�����������a�������o 0 0�opo �0�������������������a o o�opo ®�����������v�������000�o�a ®�����������0�������m0m�o�o ®�����������o�������moa�o�a �0��������������������00���� -o�������������������������� �a�����moa�����������o00���a ©��������������������o©o��o �o�������������������®��o��� -o�������������������������� CIITY OF ROUND ROCK US 79-IH35 to AW Grimes HALFF ASSOCIATES,INC. Work Authorization No.1-Env.And Schematic Prime Firm:HDR Engineering,Inc TASK DESCRIPTION Prolsel Senior Sr.GC Prolsct Design EnglrHMr-In-Training Senior CARD Adm1N TOTAL HRS. TOTAL LABOR Manage Advisor Ravlsex Engineer Engineer Tsehnld. Clnlul HIM&COSTS TASK 1:ROUTE AND DESIGN STUDIES IFC 110) Drainage 0 $ Data Collection 8 8 8 24 $ 4,056.00 Cross Drainage 0 $ Storm Drain Trunk Lines 0 $ Detention Needs Analysis 8 4 28 36 104 180 $ 28,932.00 Detention Volume Analysis 4 2 24 36 112 178 $ 27,498.00 Water Quality Needs 8 2 15 29 87 141 $ 22,203.00 Schematic Drainage Report 4 2 12 16 60 94 $ 14,782.00 HOURS SUB-TOTALS 24 10 0 87 125 371 0 0 617 CONTRACT RATE PER HOUR $ 267.00 $ 295.00 $ 267.00 $ 210.00 $ 164.00 $ 133.00 $ 129.00 $ 128.00 TOTAL LABOR COSTS $6,408.00 $2,950.00 $0.00 $18,270.00 $20,500.00 $49,343.00 $0.00 $0.00 $97,471.00 %DISTRIBUTION OF STAFF HOURS 6.57% 3.03% 0.00% 18.74% 21.03% 50.62% 0.00% 0.00% 100.00% SUBTOTAL)TASK 1) $6,408.00 $2,950.00 $0.00 $18,270.00 $20,500.00 $49,343.00 $0.00 $0.00 $97,471.00 TASK 4:PROJECT MANAGEMENT FC 143 Project Coordination Meetings with CORR(assumed 12 meetings) 4 4 8 $ 1,372.00 Project Coordination Meetings with TxDOT(assumed 6 meetings) 4 4 8 $ 1,372.00 Monthly Progress Reports,Imoices,Billings(12 months) 12 12 24 $ 4,056.00 Quality Assurance and Quality Control 36 36 $ 9,612.00 HOURS SUB-TOTALS 0 0 36 20 0 8 0 12 76 CONTRACT RATE PER HOUR $ 267.00 $ 295.00 $ 267.00 $ 210.00 $ 164.00 $ 133.00 $ 129.00 $ 128.00 TOTAL LABOR COSTS $0.00 $0.00 $9,612.00 $4,200.00 $0.00 $1,064.00 $0.00 $1,536.00 $ 16,412.00 %DISTRIBUTION OF STAFF HOURS 0.00% 0.00% 58.57% 25.59% 0.00% 6.48% 0.00% 9.36% 100.00% SUBTOTAL(TASK 4) $0.00 50.00 59,612.00 $4200.00 $0.00 $1064.00 $0.00 $1536.00 $16,412.00 Total Project Hours 24 10 36 107 125 379 0 12 693 Project Totals $6,408.00 $2,950.00 $9,612.00 $22,470.00 $20,500.00 $50,407,00 $0.00 $1,536.00 $113,883.00 Total ProJsO%Distribution of Staff Hours 5.6% 2.6% 8.4% 19.7% 18.0% 44.3% O.0% 1.3% 100.00% Work Authorization Totals 313,883.00 ATTACHMENT D 1/23/2025 PAGE 3 OF 10 FEE SCHEDULE CATV OF ROUND ROCK US 79-IH3S to AW Grimes Work Authorization No.1-Schematic and Environmental McGMY a McGMY LAND SURVEYOR,INC Prime Firm:HDR Engineering Inc 1Px,on SurnY crew, 3-5-y G-2 . OPSMTK 3- SYrveYCrew.MN Surveycrew,.. S«reYnaY Aulo AO'SurnY TOTAL LABOR TASK DESCRIPTION Prol«I M,n,px Principal �wT VMMeane Day crew,wiN VehlNe VMicxe Ane DAb -C.ane Day Rewrc6x Aemini,trAxvA T«hnicun Sanror T«AnKi,n LIWR TearnK:lxr FYHe CooreiNrx TOTAL HRS. HRS.a COSTS cox«xon ,ne au cox«boo cAx.clan cal«6en ASK S:DESIGN SURVEY FC 150-McORAY Field S-ying Surveying0 $ Sur-y the Condor 8 260 1 30 1 320 30 14 644 $ 97,852.00 Aerial Fil hVExtrecxon 6 6 $ 1,182.00 Locate Boreholes(Up to X 2 16 10 2 4 34 $ 6,284.00 Tree Su,. (8"and above) 4 100 40 8 16 168 $ 27,600.00 DTM of Proposed Comdor 4 40 60 20 124 $ 14,348.00 Survey Control Sheets 4 30 20 30 4 88 $ 12,776.00 HOURS SUB-TOTALS 28 0 390 1 26 1 0 0 110 420 SO M 1064 CONTRACT RATE PER HOUR $ 197.00 $ 227.00 $ 197.OD 5 239.00 $ 257.00 $ 299.00 $ %.OD S 84,OD $ 108.00 S MOO $ 117.00 S 117.00 TOTAL LABOR COSTS 55,516.00 50.00 $76,830.00 $239.00 $6,682.00 $299.00 $0.00 $0.00 $11,880.00 $48,300.00 $5.850.00 $4,446.00 $160042.00 %DISTRIBUTION OF STAFF HOURS 3.45% O.OD% 48.01% 0.15% 4.18% 0.19% 0.00% 0.00% 7.42% 30.18% 3.66% 2.78% q10.00.0% SUBTOTAL TASK 5 55,516.00 $0.00 $76,830.00 $239.00 $6,692.00 5288.00 $0.00 $0.00 $11,880.00 548,300.00 55,850.00 $4,446.00 $160,"2.00 Total Project Hours 28 0 3% 1 26 1 0 0 110 420 SO M 1064 Pro' Totals SS,516.00 SD." $76,830.00 $239.00 $6,682.00 $299.00 $0.00 $0.00 $I1,s69.00 $48,300.00 55A50.00 $4,446.00 $169,"2.00 Wal Pr %Distribution of Staff Hours 34% 00% 48.0% 0.1% 4.2% 03% 0.0% 00% 7.4% 30.2% 3.7% 2.8% Work Authorization Totals 5169,"2.01) EXHIBIT D 1/23/2025 PAGE 4 O 10 FEE SCHEDULE CIITY OF ROUND ROCK U5 79-IH35 to AW Grimes THE BIOS GROUP Work Authorization No.1-Schematic and Environmental Prime Firm:HDR Engineering,Inc Assistant Project Supervisory Senior CADD Engineering TOTAL LABOR TASK DESCRIPTION Sr.Project Manager Project Manager Manager Engineer CADD Technician Technician Technician Field Manager TOTAL HRS. HRS.8 COSTS TASK 3:UTILITY ACTIVITIES-RIOS SUE Labor 8 12 20 6 40 10 8 12 116 $ 13,190.58 HOURS SUB-TOTALS 8 12 20 6 40 10 8 12 116 CONTRACT RATE PER HOUR $ 194.19 $ 159.76 $ 112.02 $ 199.62 $ 80.81 $ 102.37 $ 64.59 $ 125.75 TOTAL LABOR COSTS $1,553.52 $1,917.12 $2,240.40 $1,197.72 $3,232.40 $1,023.70 $516.72 $1,509.00 $13,190.58 %DISTRIBUTION OF STAFF HOURS 11.78% 14.53% 16.98% 9.08% 24.51% 7.76% 3.92% 11.44% 100.00% SUBTOTAL TASK 3 $1,553.52 $1,917.12 $2,240.40 $1,197.72 $3,232.40 $1,023.70 $516.72 $1,509.00 $13,190.58 Total Project Hours 8 12 20 6 40 10 8 12 116 Project Totals $1,553.52 $1,917.12 $2,240.40 $1,197.72 $3,232.40 $1,023.70 $516.72 $1,509.00 $13,190.58 Total Project%Distribution of Staff Hours 11.8% 14.5% 17.0% 9.1% 24.5% 7.8% 3.9% 11.4% 100.00% Work Authorization Totals $13,190.58 EXHIBIT D 1/23/2025 PAGE 5 OF 10 FEE SCHEDULE any OF ROUND ROCK US A-IN35 W AW Winos Work Authorization No.I-SEMmadc and ErnlronmerKal FORESIGHT PLANNING L ENGINEERING SERVICES,ll[ Mme Firm:HDR Engineering,Inc TASK DESCRIPTION 4 86Nw Enpewr f 8 ena3e«AiNlnq am uN6... W�+v T«6Nrw ar.bnpm., e6nbn wMrIN« nM.B Wan « n 8«cNN6 naP«YYr JubnBp«Nap OnIXik O«lies TOTILL M4 ASK 3:BOCIAUECON/ENV SNDffB FG 130 0 $ Envlromlental TwMkal Ma w and Do.umerdatkn 0 $ E..--1 Pu08c 1-I.-t 150 250 21 100 60 15 5)) 5 8),)65.22 HOURS SUB-TOTALS 0 0 0 0 0 0 0 150 250 22 15 517 CONTRACT RATE PER HOUR 5 237.16 5 23).16 $ 200.09 $ 15).16 $ 103.67 $ 12630 $ %.5) $ 318.68 5 160.)8 5 12601 $ 92.96 $ 123.01 $ 165.66 TOTAL LABOR COSTS 50.00 %..1 SOA. $0.00 511.00 $0.00 I Saw $32.60]00 1 $35395.00 52",2.221 $9,29600 $6,92460 1 $2,181.60 $ 8),)65.22 DISTRIBUTION OF STAFF HOURS 0.00% 060% 000% 0.00% 0.00% 0.110% 0.00% 37.3M 60.10% 3.16% 10.59% 561% 3.11% lw.-0 SUBTOTAL TASK 2 50.00 SO.m 50.00 $0.00 SOHO 50.00 5400 532 a02.00 $35,1%.00_=La $9 96.00 $6920.60 $2,n1.60 $6),)6522 Total Pr H- 0 0 0 0 0 0 0 ISO 250 22 100 60 IS Torala $0.00 $OMW SOHO So- $0.00 $400 5400 $32,a2A0 $35,1%.00 $4-2 59,296.00 56,9x.60 S2,71I1.E0 58).)65.22 Mal Pr %DletrtEulbn of Stall Hows 00% 4016 40% 00% 00% 00% 40% 31.691 60.11 3.11 10.61 5.61 3.11 1- W"AudhonXalkn Total, f8),)%.22 EXHIBIT D 1/23/2025 PAGE 6O 10 FEE SCHEDULE CIITY OF ROUND ROCK US 79- IH35 to AW Grimes Work Authorization No. 1-Schematic and Environmental Prime Firm: HDR Engineering, Inc HDR ENGINEERING, INC. - PROJECT DIRECT EXPENSES DESCRIPTION QUANTITY UNITS RATE TOTAL CADD Plotting (B/W Bond) 0 SF $ 0.50 $ Digital Ortho Plotting 0 SF $ 1.25 $ - 8'/2"X11" B/W Paper Copies 0 sheet $ 0.10 $ - 11"X17" B/W Paper Copies 0 sheet $ 0.20 $ - 81/2"X 11 Color Paper Copies 50 sheet $ 0.60 $ 30.00 11"X17" Color Paper Copies 50 sheet $ 0.80 $ 40.00 Report Binding 0 each $ 5.00 $ - Mileage 1000 mile $ 0.55 $ 545.00 Gas (Rent Car) 40 gallon $ 2.50 $ 100.00 Car Rental 2 day $ 100.00 $ 200.00 GPS Rental 2 dat $ 75.00 $ 150.00 Per Diem: Meals 2 day $ 40.00 $ 80.00 Site File Registration site $ 50.00 $ - Artifact Curation Report $ 425.00 $ - Per Diem: Hotel 1 night $ 110.00 $ 110.00 Hazmat Database Search 1 per search $ 350.00 $ 350.00 Historical Aerial Images 1 Units $ 100.00 $ 100.00 Tx Parks &Wildlife Data Request Fees each $ 15.00 $ - Foam Core Boards 30"x 40"approximately, Color, each $ 20.00 $ mounted Tube Counts LS $ 10,000.00 $ TCEQ WPAP Application Fee each $ 10,000.00 $ - Other Direct Expense Total $ 1,705.00 EXHIBIT D 1/23/2025 PAGE 7 OF 10 FEE SCHEDULE CIITY OF ROUND ROCK US 79-IH35 to AW Grimes Work Authorization No. 1-Schematic and Environmental Prime Firm: HDR Engineering, Inc McGRAY & McGRAY LAND SURVEYOR, INC - PROJECT DIRECT EXPENSES DESCRIPTION QUANTITY UNITS RATE TOTAL Mileage (per mile) MI $ GPS EA $ Ground Targets 12 EA $ 35.00 $ 420.00 FWAL Project Flight Miles 12 MI $ 65.00 $ 780.00 FWAL Transit Miles 24 MI $ 35.00 $ 840.00 Rie I VQ 15601 or 156011 LiDAR System 1 EA $ 25,000.00 $ 25,000.00 Digital Image Processing EA $ - Fixed wing single engine turbine EA $ - LiDAR Flight Crew Fixed Wing Aircraft(Includes Pilot 8 EA $ 210.00 $ 1,680.00 and LiDAR Operator) Other Direct Expense Total $ 28,720.00 EXHIBIT D 1/23/2025 PAGE 8 OF 10 FEE SCHEDULE CIITY OF ROUND ROCK US 79-IH35 to AW Grimes Work Authorization No. 1-Schematic and Environmental Prime Firm: HDR Engineering, Inc THE RIOS GROUP - PROJECT DIRECT EXPENSES DESCRIPTION QUANTITY UNITS RATE TOTAL ROW Permit 1 EA $500.00 $ 500.00 Signs/Barricades 3 DAY $1,500.00 $ 4,500.00 Survey (RPLS) 8 DAY $2,600.00 $ 20,800.00 QL"B" SUE Designation $ - One Designating Person 100 HR $168.00 $ 16,800.00 Two Person Designating Crew 50 HR $262.00 $ 13,100.00 QL"A"Test Hole Layout 20 HR $168.00 $ 3,360.00 QL"A" SUE Designating $ - 0-5 Feet 9 EA $1,380.00 $ 12,420.00 5-8 Feet 8 EA $1,680.00 $ 13,440.00 8-13 Feet 2 EA $2,100.00 $ 4,200.00 13-20 Feet 1 EA $2,700.00 $ 2,700.00 Over 20 Feet 0 EA $3,200.00 $ - Pavement Coring 5 EA $390.00 $ 1,950.00 Other Direct Expense Total $ 93,770.00 EXHIBIT D 1/23/2025 PAGE 9 OF 10 FEE SCHEDULE CIITY OF ROUND ROCK US 79- IH35 to AW Grimes Work Authorization No. 1-Schematic and Environmental Prime Firm: HDR Engineering, Inc FORESIGHT PLANNING & ENGINEERING SERVICES, LLC -PROJECT DIRECT EXPENSES DESCRIPTION QUANTITY UNITS RATE TOTAL Lodging/Hotel (Taxes/fees not included) 0 day/person $137.00 $ Lodging/Hotel -Taxes and Fees 0 day/person $45.00 $ Meals (Excluding alcohol &tips) (Overnight stay 0 day/person $69.00 $ required) Mileage 1000 miles at $0.67 $ 670.00 Presentation Boards 30''X 40" Color Mounted 10 each $100.00 $ 1,000.00 Photocopies (B&W) 8.5"x 11" 100 each $0.15 $ 15.00 Photocopies (Color)8.5"x 11" 1500 each $1.00 $ 1,500.00 Certified Letter Return Receipt 15 each $4.40 $ 66.00 Newspaper Display Legal Ads (Statesman) 2 each $1,000.00 $ 2,000.00 Other Direct Expense Total $ 5,251.00 EXHIBIT D 1/23/2025 PAGE 10 OF 10 FEE SCHEDULE EXHIBIT E Certificates of Insurance Attached Behind This Page I ® DATE(MMIDDIYYYY) ACC>o CERTIFICATE OF LIABILITY INSURANCE 6/l/2025 1/24/2025 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(les)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). TACT PRODUCER Lockton Companies,LLC NAME: 444 W.47th St.,Ste.900 PHONE FAX AIC,No. AIC No): Kansas City MO 64112-1906 E-MAIL (816)960-9000 ADDRESS: kcasu@lockton.com INSURER S AFFORDING COVERAGE MAIC p INSURER A:Lloyds of London INSURED HDR ENGINEERING,INC. INSURER B: 1016040 1917 SOUTH 67TH STREET INSURER C: OMAHA NE 68106 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 18140325 REVISION NUMBER: XXXXXXX 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 REDUCED BY PAID CLAIMS. INSR POLICY EXP TR TYPE OF INSURANCE ADDL SWVo UER POLICY NUMBER POLICY EFF IMMJDD1YYYY1 LIMITS COMMERCIAL GENERAL LIABILITY NOT APPLICABLE EACH OCCURRENCE $ XXXXXXX DA AGE TO RENTED—1 CLAIMS-MADE D OCCUR PREMISES(Ea occurrence) $ XXXXXXX MED EXP(Any oneperson) $ XXXXXXX PERSONAL&ADV INJURY $ XXXXXXX GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ XXXXXXX POLICY F]PET LOC PRODUCTS-COMP/OP AGG $ XXXXXXX OTHER: $ AUTOMOBILE LIABILITY NOT APPLICABLE Ea acCOBcidenntSINGLE LIMIT $ XXXXXXX ANY AUTO BODILY INJURY(Per person) $ XXXXXXX OWNED SCHEDULED BODILY INJURY(Per accldent) $ )(x}(xxxx AUTOS ONLY AUTOS — HIRED NON-OWNED PROPERTY DAMAGE $ XXXXXXX AUTOS ONLY AUTOS ONLY Per accident $ XXXXXXX UMBRELLA LIAR OCCUR NOT APPLICABLE EACH OCCURRENCE $ XXXXXXX EXCESS LIAB HCLAIMS-MADE AGGREGATE $ XXXXXXX DED RETENTIONS $ XXXXXXX WORKERS COMPENSATION NOT APPLICABLE AND EMPLOYERS'LIABILITY STATUTE ER ANY PROPRIETOR/PARTNERIEXECUTIVE Y/❑N N/A E.L.EACH ACCIDENT $ XXXXXXX OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-FA EMPLOYEE $ XXXXXXX It yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ XXXXXXX A ARCH&ENG N N P1001412400 1/1/2024 1/1/2025 PER CLAIM:$2,000,000 PROFESSIONAL AGGREGATE:$2,000,000. LIABILITY DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space is required) THIS CERTIFICATE SUPERSEDES ALL PREVIOUSLY ISSUED CERTIFICATES FOR THIS HOLDER,APPLICABLE TO THE CARRIERS LISTED AND THE POLICY TERMS)REFERENCED. RE:RFQ for US 79 from IH 35 to AW Grimes CERTIFICATE HOLDER CANCELLATION See Attachment SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 18140325 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Round Rock ACCORDANCE WITH THE POLICY PROVISIONS. Attention:City Manager/Brooks Bennett 221 East Main Street AUTHORIZED REPRESENTATI Round Rock TX 78664 ©1988 015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Attachment Code:D608624 Master ID: 1016040,Certificate ID: 18140325 This endorsement, effective: 06/01/2024-06/01/2025 Forms a part of policy no.: P1001412400 Issued to: HDR Engineering, Inc. By: Lloyd's of London NOTICE OF CANCELLATION TO CERTIFICATE HOLDERS ENDORSEMENT Except respect cancellation non-payment premium (10 day notice cancellation), the Insurer shall give 30.day notice cancellation the Certificate Holder(s)set forth herein, provided that: The First Named Insured is required by contract give notice cancellation the Certificate Holder, and Prior the Insurer sending notice cancellation the First Named Insured the First Named Insured shall provide the Insurer in writing, either directly or through the First Named Insured broker record, the name each person or organization requiring notice cancellation and the corresponding address such person orther employee responsible receipt of notice of cancellation on behalf of such organization. Notice cancellation be sent in accordance the terms and conditions the policy, except that the Insurer may provide written notice individually or collectively the Certificate Holders by email at the current email address given by the First Named Insured Proof sending the notice of cancellation by email shall be sufficient proof of notice. Any failure provide notice cancellation the Certificate Holder due inaccurate or incomplete information provided by the First Named Insured shall remain the sole responsibility the First Named Insured The following definitions apply to this endorsement: 1. First Named Insured means the Named Insured shown in Item 1. of Declarations. 2. Insurer means the insurance company shown in the header on the Declarations. All other terms and conditions of the policy remain the same