R-00-01-13-10F3 - 1/13/2000Mayor
Robert A. Stlaka, Jr.
Mayor Pro -tem
Martha A. Chavez
Council Members
Tom Nielson
Earl M. Hairston
Rick Stewart
Earl Palmer
Janmy Joseph
City Manager
Robert L. Bennett. Jr
City Attorney
Stephan L. Sheets
CITY OF ROUND ROCK
June 23, 2000
Mr. Billy L. Huggins
Rodriguez & Huggins, Inc.
11211 Taylor Draper Lane
Austin, Texas 78759
Dear Mr. Huggins:
The Round Rock City Council approved Resolution No. R- 00- 01- 13 -10F3 at their
regularly scheduled meeting on January 13, 2000. This resolution approves
Supplemental Agreement No. 2 to the Contract to provide construction cost estimates
for SH 45 from Arterial B to CR 172, to establish the centerline of SH 45 from Arterial
B to CR 172, to establish the centerline of SH 45 from west of Greenlawn Boulevard to
Doublecreek Drive and, for construction plans for Arterial B from Louis Henna
Boulevard to US 79.
Enclosed is a copy of the resolution and supplemental agreement for your files. If you
have any questions, please do not hesitate to contract Tom Word at 218 -5555.
Christine Martinez
Assistant City Secretary
Enclosures
Fax: 512 -218 -7097
221 East Main Street
Round Rock, Texas 78664
512 -218 -5400
1 -800- 735 -2989 TDD 1- 800 -735 -2988 Voice
www.ci.round- rock.tx.us
RESOLUTION NO. R- 00- 01- 13 -10F3
WHEREAS, the City of Round Rock has previously entered into a
contract for engineering services ( "Contract ") with Rodriguez &
Huggins, Inc. to establish the alignment of Arterial B from US 79 to
south of Louis Henna Boulevard, preparation of a schematic, and
preparation of right -of -way documents, and
WHEREAS, Rodriguez & Huggins, Inc. has submitted Supplemental
Agreement No. 2 to the Contract to provide construction cost estimates
for SH 45 from Arterial B to CR 172, to establish the centerline of SH
45 from west of Greenlawn Boulevard to Doublecreek Drive, and for
construction plans for Arterial B from Louis Henna Boulevard to US 79,
and
WHEREAS,the City Council desires to enter into said Supplemental
Agreement No. 2 to the Contract with Rodriguez & Huggins, Inc., Now
Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on
behalf of the City Supplemental Agreement No. 2 to the Contract with
Rodriguez & Huggins, Inc., a copy of said supplemental agreement being
attached hereto and incorporated herein for all purposes.
The City Council hereby finds and declares that written notice of
the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to the
K.\ wPUOCS \RRSOLUTl \ROO113Pl.weo /sc
public as required by law at all times during which this Resolution and
the subject matter hereof were discussed, considered and formally acted
upon, all as required by the Open Meetings Act, Chapter 551, Texas
Government Code, as amended, and the Act.
RESOLVED this 13th day of January, 2000.
ATTEST:
12,
E LAND, City Secretary
2
City of Round Rock, Texas
THE STATE OF TEXAS §
THE COUNTY OF WILLIAMSON
SUPPLEMENTAL AGREEMENT NO. 2
TO CONTRACT FOR ENGINEERING SERVICES
This Amendment to the Contract for Engineering Services is made by and between the City of
Round Rock, Texas, hereinafter called the "City" and Rodriguez & Huggins, Inc., hereinafter
called the "Engineer ".
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter
called the "Contract," on the 13 day of May, 1999 to establish the alignment of Arterial B from
US 79 to south of Louis Henna Boulevard, prepare a schematic, and prepare right of way
documents for critical parcels, and
WHEREAS, ARTICLE 2, SCOPE OF SERVICES TO BE PROVIDED BY ENGINEER,
describes those engineering services to be provided by the Engineer as a part of the Contract, and
WHEREAS, ARTICLE 4, COMPENSATION, establishes the maximum lump sum payable
under this contract at $355,771.13 without modification of the contract, and
WHEREAS, it has become necessary to amend the contract to provide for a change in the scope
of services to provide construction cost estimates for State Highway 45 from Arterial B to
County Road 172 and to establish the centerline of State Highway 45 from west of Greenlawn to
Doublecreek Drive and construction plans for Arterial B from Louis Henna Boulevard to US 79.
WHEREAS, the Engineer has agreed to perform the additional work for $946,427.69 increasing
the lump sum fee for the contract to $1,302,198.82.
NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract
is amended as follows:
ARTICLE 4, COMPENSATION shall be amended by changing the lump sum amount payable
under this contract to $1,302,198.82.
ATTACHMENT "B ", Services to be Provided by the Engineer shall be amended as set forth in
the attached ADDENDUM NO. 2 to ATTACHMENT B.
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Agreement in duplicate.
Date
CITY OF ROUND ROCK
Robert A. Stluka Z r., Mayor
Date
EXHIBIT A
SERVICES TO BE PROVIDED BY THE CITY OF ROUND ROCK
The City of Round Rock will furnish to the Engineer the following items /information:
EXISTING INFORMATION ALONG CORRIDOR
1. Copies of as -built construction plans.
2. Utility information (plans, maps, etc.) archived within the City of Round Rock.
3. Subdivision plats and site plans along the Arterial B corridor.
RIGHT -OF -WAY (ROW)
1. Assist in the utility coordination process.
2. Assist in ROW acquisition process.
FIELD SURVEYING
1. Provide all survey information to date.
ROADWAY DESIGN CONTROL
1. Design speed and specific criteria for project design.
DRAINAGE DESIGN
1. Provide available information on existing drainage facility.
2. Provide Hydraulic design criteria for project design.
3. Coordinate Hydraulic design and submission of CLOMR with FEMA Administrator
and US Corps of Engineers.
4. Provide standard details as necessary.
SIGNING, PAVEMENT MARKINGS AND SIGNALIZATION
1. Provide standard details as necessary.
MISCELLANEOUS (ROADWAY)
1. Provide direction necessary to permit decisions for aesthetic treatment of structures
and landscaping.
2. Provide noise abatement coordination and design.
3. Coordinate and host utility coordination meetings.
4. Prepare and coordinate any Utility Agreements required.
5. Provide standard detail sheets, general note library, and specification as necessary.
RAILROAD AGREEMENT
1. The City of Round Rock will negotiate with the railroad company and provide all
components necessary to acquire necessary Railroad Agreements.
EXHIBIT B
SERVICES TO BE PROVIDED BY THE ENGINEER
The work effort and the management for the project included in this contract will be conducted in
the Engineer's office in Austin, Texas. The Engineer will be readily accessible to the City of
Round Rock staff and will meet with the City's project manager as necessary. At a minimum,
monthly progress reports will be submitted, which will detail on -going work as well as work
accomplished since the previous report. The Engineer will prepare a memorandum documenting
progress meetings.
When feasible, the City's standard drawings, and specifications of previously approved special
provisions /specifications will be utilized. If a special provision or special specification must be
developed under this contract, it shall be in the City's format, and, to the extent possible,
incorporate references to the City's approved test procedures.
All work is subject to the review and approval of the City of Round Rock. For those items that
require preliminary approval, a special designation for preliminary submission is noted in the
following list of services to be provided.
The plan sheets specified in the following list of tasks will adhere in format and content to
example sheets provided by the City's Project Manager. Specific project items not adequately
addressed on the example sheets should be discussed with the City's Project Manager. To
minimize revisions, the Engineer should request sample copies of any sheets /schematics /etc. for
clarification.
The Engineer will incorporate all plans furnished by the City into one complete set of
engineering documents.
The Engineer will solicit and secure written permission for entry to accomplish any work within
the proposed right -of -way. The Engineer is fully responsible for any traffic control required from
any data collection activities. The control must be consistent with the City's procedures. The
Engineer may not close a lane of traffic without the written approval of the City's Project
Manager. All survey work shall be done in accordance with Texas Board of Professional
Surveyors "Manual of Practice for Land Surveying."
GENERAL
The Scope of Services provided for Arterial B consists of the design of a new location six -lane
divided roadway section with an underground storm sewer system to be located between US 79
and Louis Henna Boulevard. A four -lane divided roadway will be built initially and constructed
in three separate phases. Right -of -way will be acquired for the entire Arterial B corridor. There
will be no fill -type retaining walls due to the acquisition of slope easements along both sides of
the proposed corridor.
Phasel will be located between Louis Henna Boulevard and Gattis School Road and will contain
approximately 4800 LF of roadway centerline. Phasel contains one bridge class culvert crossing
at Dry Creek Tributaryl. The roadway and culvert are located within the upper limits of a FEMA
studied area floodway and will require a CLOMR. A signal will be required at the intersection of
Arterial B and Gattis School Road.
Phase2 will be located between Gattis School Road and the westerly extension of Logan Drive.
The 1300 LF of roadway centerline does not contain any proposed cross - drainage structures or
signals.
Phase3 will be located between the northern limits of Phase2 and US79. The 6700LF of
roadway centerline contain three FEMA controlled stream crossings, one uncontrolled stream
crossing and a grade separated railroad crossing. Each of the three FEMA controlled stream
crossings located at Brushy Creek, Lake Creek and Dry Creek will contain conventional twin
bridge structures. The uncontrolled stream crossing for a Brushy Creek tributary located near
US79 will contain a bridge class culvert. The roadway will cross under the existing railroad
bridge structure located at Brushy Creek and will contain a minimum of 900LF of cut -type
retaining walls for all approaches. Modification of the existing signal system located at the
intersection of FM1460 and US79 will be required for installation of Arterial B.
The following design standards shall be used:
1. AASHTO A Policy on Geometric Design of Highways and Streets
2. TxDOT Standard Specifications, Special Provisions and Special Specifications
3. TxDOT Highway Division Operations and Procedures Manual, Part III
4. TxDOT Texas Manual on Uniform Traffic Control Devices for Streets and
Highways and Part VI of TxMUTCD
5. TxDOT Storm Water Management Guidelines for Construction Activities
6. TxDOT Hydraulic Manual Third Edition December 1985
7. TxDOT Bridges and Structures, Operation and Planning Manual
8. TxDOT Bridges and Structures Detailing Manual
9. TxDOT Bridges and Structures Foundation Exploration and Design Manual
10. AASHTO Standard Specifications for Highway Bridges
The Engineer shall provide the following engineering services required for the preparation of the
plans, specifications and estimate (PS &E).
RIGHT -OF -WAY (ROW)
1. Participate in the utility coordination process.
2. Develop proposed ROW requirements for Arterial B.
3. Prepare six (6) legal descriptions (with sketches) for ROW parcel acquisition.
4. Prepare slope easement descriptions for approximately 11 parcels and one drainage
easement.
FIELD SURVEYING
1. Identify existing utility information, determine area of conflicts and field locate
conflicting utility lines both horizontally and vertically.
2. Locate and stake soil test holes and boreholes.
3. Property line location for ROW parcel acquisition.
ROADWAY DESIGN CONTROL
1. Refine the horizontal and vertical alignment of roadways.
2. Determine vertical clearance at railroad grade separations.
3. Provide design cross - sections.
4. Compute earthwork quantities.
5. Prepare typical sections.
6. Develop plan/profile sheets while addressing pedestrian needs including sidewalks and
wheelchair ramps.
7. Develop intersection/driveway details.
8. Miscellaneous roadway details.
DRAINAGE DESIGN
1. Prepare drainage area maps showing existing conditions and proposed improvements.
2. Prepare hydraulic computations for culverts, bridges, channels, storm sewer and inlets.
3. Prepare hydraulic data sheets.
4. Analyze and modify existing hydraulic models of streams due to proposed structures.
5. Submit CLOMR for all impacted FEMA controlled stream crossings.
6. Determine limits of required permanent drainage easements and outfall structures.
7. Develop storm sewer plan/profile and culvert cross section sheets.
8. Develop miscellaneous drainage details.
9. Summary of quantities for drainage items.
10. Prepare Storm Water Prevention Plans (SW3P) plans.
11. Prepare SW3P quantities and summaries.
SIGNING, PAVEMENT MARKINGS AND SIGNALIZATION
1. Prepare signing and pavement markings layout:
2. Prepare summary of small signs.
3. Prepare summary of pavement markings.
4. Prepare Traffic signal plans.
5. Coordinate with local utility company and confirm signal/illumination power source.
MISCELLANEOUS (ROADWAY)
1. Prepare permanent cut -type retaining wall layouts and details.
2. Prepare Bridge layouts and details.
3. A detailed TCP shall be developed utilizing the MUTCD and the current TxDOT
Barricade and Construction Standards. Each phase should identify the existing and
proposed traffic control devices that will be used to handle traffic during each sequence
of construction, including regulatory signs, warning signs, construction warning signs,
guide signs, route markers, construction pavement markings, channelizing devices,
portable changeable message signs, flashing arrow boards, barricades, barriers, etc.
4. Prepare a narrative of the construction sequencing.
5. Develop TCP phasing quantities and summaries.
6. Prepare exhibits for utility and railroad agreements.
7. Prepare miscellaneous details as required
8. Prepare estimate, specifications and general notes.
9. Prepare special specifications as required for non - standard items.
10. Prepare cost estimate.
11. Develop construction time estimate.
Review submittals will be at 15 %, 90% and 95% plan completion. Final submittal of PS &E and
electronic files will be at 100% plan completion. The engineer will be responsible for the
construction letting process of the three individual construction phases.
DESIGN PHASE DELIVERABLES
30% Submittal
1. One drawing of design schematic and Design Concept Criteria.
2. Any preliminary structural layouts necessary for the approval process.
3. One print of project layout to be distributed to utility companies by engineer.
4. 50% construction cost estimate.
90% Submittal
1. 11"x17" plan sets to include all required plan sheets.
2. 90% construction cost estimate.
3. A list of Special Provisions and General Notes
4. Special specifications as needed.
95% Submittal
1. 11 "x17" plan sets to include all revised plan sheets and corresponding redlines.
2. 95% construction cost estimate.
3. A list of Special Provisions and General Notes
4. Special specifications as needed.
100% Submittal
1. One final signed and sealed set of 11 "X17" full -scale Mylar drawings and twenty -five
11 "X17" paper copies of the final Plans, Specification and Estimates (PS &E). Bid Packages
and Proposals will be complete and suitable for bidding and award of a construction contract.
2. One (1) electronic file of drawings, cross sections and supporting data.
3. 100% cost estimate.
4. Twenty -five (25) sets of 11 "X17" final design cross sections (paper copies) with earthwork
quantities.
CONSTRUCTION BIDDING PROCESS
1. Manage and coordinate all aspects of the construction bidding process necessary for the three
individual construction projects.
DATE: January 7, 2000
SUBJECT: City Council Meeting - January 13, 2000
ITEM: 10.F.3. Consider a resolution authorizing the Mayor to execute Supplemental
Agreement No. 2 to the Engineering Services Contract with Rodriguez &
Huggins, Inc. for Arterial "B". The cost is $1,302,198.82 to provide
construction cost estimates for State Highway 45 from Arterial "B" to
County Road 172 and to establish the centerline of State Highway 45 from
West of Greenlawn to Doublecreek Drive and construction plans for
Arterial B from Louis Henna Boulevard to US 79. Staff Resource Person:
Jim Nuse, Public Works Director.