Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-00-03-23-13A4 - 3/23/2000
RESOLUTION NO. R- 00- 03- 23 -13A4 WHEREAS, the City of Round Rock desires to retain engineering services for the design of a four -lane divided section on US 79 from FM 1460 to CR 195 to include bridge design at Arterial A, and WHEREAS, Carter & Burgess, Inc. has submitted an agreement to provide said services, and WHEREAS, the City Council desires to enter into said agreement with Carter & Burgess, 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 an agreement with Carter & Burgess, Inc., for engineering services for the design of a four -lane divided section on US 79 from FM 1460 to CR 195 to include bridge design at Arterial A, a copy of said 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 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 23rd day of March E LAND, City Secretary %:\ WPDOCS \RESOLUTI \H00323A4.WPD /sc R.I RT A. STLUKA,IJ'., Mayor City of Round Rock, Texas STATE OF TEXAS COUNTY OF WILLIAMSON Contract No. THIS CONTRACT FOR ENGINEERING SERVICES ( "Contract ") is made by and between the City of Round Rock, 221 E. Main St., Round Rock, Texas 78664, hereinafter called "City" and Carter & Burgess, Inc. , having its principal business address at 901 S. Mopac, Bldg V. Suite 200, Austin, Texas 78746, hereinafter called "Engineer" for the purpose of contracting for engineering services. WITNESSETH WHEREAS, Government Code, Chapter 2254, Subchapter A, "Professional Services Procurement Act" provides for the procurement of professional services of engineers; and WHEREAS, the City desires to contract for engineering services described as follows: Plans, Specifications and Estimates for 1.5 miles of US 79, from County Road 195 to FM 1460. See Scope of Services in Attachment B. NOW, THEREFORE, the City and the Engineer, in consideration of the mutual covenants and agreements herein contained, do hereby mutually agree as follows: The City will furnish items and perform those services for fulfillment of the Contract as identified in Attachment A - Services to be Provided by the City, attached hereto and made a part of this Contract. engcontm.wpd/speclw AGREEMENT ARTICLE 1 SCOPE OF SERVICES TO BE PROVIDED BY CITY Page 1 of 13 ARTICLE 2 SCOPE OF SERVICES TO BE PROVIDED BY ENGINEER The Engineer shall perform those engineering services for fulfillment of the Contract as identified in Attachment B - Services to be Provided by the Engineer, attached hereto and made a part of this Contract. The Engineer shall prepare a schedule of work identified as Attachment C - Work Schedule, attached hereto and made a part of this Contract. The Work Schedule shall contain a complete schedule so that the Engineer's Scope of Services under this Contract can be accomplished within the specified time and contract cost. The Work Schedule will provide specific work sequence and definite review times by the City and the Engineer of the work performed. If the review time should take longer than shown on the work schedule, through no fault of the Engineer, additional contract time will be authorized by the City through a supplemental agreement if requested by a timely written request from the Engineer and approved by the City. The Engineer shall notify the City in writing as soon as possible if it determines, or reasonably anticipates, that the work under this Contract cannot be completed before the termination date, and the City may, at its sole discretion, extend the contract period by timely supplemental agreement as provided in Article 11- Supplemental Agreements. The Engineer shall allow adequate time for review and approval of the request for time extension by the City prior to expiration of this Contract. After execution of this Contract, the Engineer shall not proceed with the work outlined under Article 2 until authorized in writing by the City to proceed as provided in Article 6. This Contract shall terminate at the close of business on August 31, 2001 unless extended by written supplemental agreement duly executed by the Engineer and the City prior to the date of termination, as provided in Article 11- Supplemental Agreements, or otherwise terminated as provided in Article 19 - Termination. Any work performed or cost incurred after the date of termination shall be ineligible for reimbursement. engcontrc.wpd/spectw ARTICLE 3 CONTRACT PERIOD ARTICLE 4 COMPENSATION The City shall pay and the Engineer agrees to accept the lump sum amount shown below as full compensation for the engineering services to be performed under this Contract. The lump sum amount payable under this Contract without modification of the Contract is $398,182.00 as shown in Attachment D - Fee Schedule. The lump sum amount payable may be revised by supplemental agreement in the event of a change in scope, additional complexity from that originally anticipated or character of work as authorized by the City. Page 2 of 13 The Engineer shall prepare and submit to the City monthly progress reports in sufficient detail to support the progress of the work and in support of invoice requesting monthly payment. Any preferred format will be identified in Attachment B. Satisfactory progress of work shall be maintained as a condition of payment. The fee may be adjusted if additional work is approved by supplemental agreement and performed by the Engineer. ARTICLE 5 METHOD OF PAYMENT Payments to the Engineer for services rendered will be made while work is in progress. The Engineer will prepare and submit to the City, no more frequently than once per month, a progress report stating the percent completion of the work accomplished during the billing period and to date, and one original and one copy of a certified invoice in a form acceptable to the City). The submittal shall also include the progress assessment report, identified as Attachment 11-2. Payment of the lump sum fee will be in proportion to the percent completion of the work tasks identified in Attachment D - Fee Schedule. Upon receipt and approval of each statement, the City shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. The City shall reserve the right to withhold payment pending verification of satisfactory work performed. The Engineer must submit adequate proof to the City that the task was completed. The certified statements shall show the total amount earned to the date of submission and the amount due and payable as of the date of the current statement. Final payment does not relieve the Engineer of the responsibility of correcting any errors and/or omissions resulting from its negligence. engconttc.wpd/spectw ARTICLE 6 NOTICE TO PROCEED The City will issue a written authorization to proceed with the work identified in the scope of services. The City shall not be responsible for actions by the Engineer or any costs incurred by the Engineer relating to additional work not included in Attachment B - Services to be Provided by the Engineer. ARTICLE 7 PROGRESS The Engineer shall, from time to time during the progress of the work, confer with the City. The Engineer shall prepare and present such information as may be pertinent and necessary, or as may be requested by the City, in order to evaluate features of the work. At the request of the City or the Engineer, conferences shall be provided at the Engineer's office, the office of the City, or at other locations designated by the City. These conferences shall also include evaluation of the Engineer's services and work when requested by the City. Page 3 of 13 Should the City determine that the progress in production of work does not satisfy the Work Schedule, the City shall review the work Schedule with the Engineer to determine corrective action needed. The Engineer shall promptly advise the City in writing of events which have a significant impact upon the progress of the work, including: (1) problems, delays, adverse conditions which will materially affect the ability to attain program objectives, prevent the meeting of time schedules and goals, or preclude the attainment of project work units by established time periods; this disclosure will be accompanied by statement of the action taken, or contemplated, and any City assistance needed to resolve the situation; and (2) favorable developments or events which enable meeting the work schedule goals sooner than anticipated. ARTICLE 8 SUSPENSION Should the City desire to suspend the work, but not terminate the Contract, this may be done by thirty (30) calendar days verbal notification followed by written confirmation from the City to that effect. The thirty day notice may be waived in writing by both parties. The work may be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice from the City to resume the work. The sixty day notice may be waived in writing by both parties. If the City suspends the work, the contract period as determined in Article 3 is not affected and the Contract will terminate on the date specified unless the Contract is amended. The City assumes no liability for work performed or costs incurred prior to the date authorized by the City to begin work, during periods when work is suspended, or subsequent to the contract completion date. ARTICLE 9 ADDITIONAL WORK If the Engineer is of the opinion that any work it has been directed to perform is beyond the scope of this Contract and constitutes extra work, it shall promptly notify the City in writing. In the event the City finds that such work does constitute extra work and exceeds the maximum amount payable, the City shall so advise the Engineer and a written supplemental agreement will be executed between the parties as provided in Article 11. The Engineer shall not perform any proposed additional work or incur any additional costs prior to the execution, by both parties, of a supplemental agreement. The City shall not be responsible for actions by the Engineer or any costs incurred by the Engineer relating to additional work not directly associated with the performance of the work authorized in this Contract or as amended. enscontrc.wpd/speclw ARTICLE 10 CHANGES IN WORK Page 4 of 13 If the City finds it necessary to request changes to previously satisfactorily completed work or parts thereof which involve changes to the original scope of services or character of work under the Contract, the Engineer shall make such revisions if requested and as directed by the City. This will be considered as additional work and paid for as specified under Article 9 - Additional Work. The Engineer shall make such revisions to the work authorized in this Contract which has been completed as are necessary to correct errors appearing therein, when required to do so by the City. No additional compensation shall be paid for this work. ARTICLE 11 SUPPLEMENTAL AGREEMENTS The terms of this Contract may be modified by supplemental agreement if the City determines that there has been a significant change in (1) the scope, complexity or character of the service to be performed; or (2) the duration of the work. Additional compensation, if appropriate, shall be identified as provided in Article 4. Any supplemental agreement must be executed by both parties within the contract period specified in Article 3 - Contract Period. It is understood and agreed that no claim for extra work done or materials furnished shall be made by the Engineer until full execution of the supplemental agreement and authorization to proceed is granted by the City. The City reserves the right to withhold payment pending verification of satisfactory work performed. ARTICLE 12 OWNERSHIP OF DOCUMENTS All data, basic sketches, charts, calculations, plans, specifications, and other documents created or collected under the terms of this Contract are the exclusive property of the City and shall be furnished to the City upon request. All documents prepared by the Engineer and all documents fumished to the Engineer by the City shall be delivered to the City upon completion or termination of this Contract. The Engineer, at its own expense, may retain copies of such documents or any other data which it has furnished the City under this Contract. Release of information shall be in conformance with the Texas Open Records Act. engcontrc,wpd/spectw Page 5 of 13 The Engineer shall furnish and maintain, at its own expense, quarters for the performance of all services, and adequate and sufficient personnel and equipment to perform the services as required. All employees of the Engineer shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of the Engineer who, in the opinion of the City, is incompetent, or whose conduct becomes detrimental to the work, shall immediately be removed from association with the project when so instructed by the City. The Engineer certifies that it presently has adequate qualified personnel in its employment for performance of the services required under this Contract, or will be able to obtain such personnel from sources other than the City. The Engineer shall not assign, subcontract or transfer any portion of the work under this Contract without prior written approval from the City. All subcontracts shall include the provisions required in this Contract and shall be approved as to form, in writing, by the City prior to work being performed under the subcontract. The City and any authorized representatives, shall have the right at all reasonable times to review or otherwise evaluate the work performed or being performed hereunder and the premises in which it is being performed. If any review or evaluation is made on the premises of the Engineer or a subprovider, the Engineer shall provide and require its subproviders to provide all reasonable facilities and assistance for the safety and convenience of the City or USDOT representatives in the performance of their duties. engcontre.wpdispecrw ARTICLE 13 PERSONNEL, EQUIPMENT AND MATERIAL The Provider may not change the Project Manager without prior consent of the City. ARTICLE 14 SUBCONTRACTING No subcontract relieves the Engineer of any responsibilities under this Contract. ARTICLE 15 EVALUATION OF WORK Page 6 of 13 ARTICLE 16 SUBMISSION OF REPORTS All applicable study reports shall be submitted in preliminary form for approval by the City before final report is issued. The City's comments on the Engineer's preliminary report will be addressed in the final report. engcontrc.wpd/spectw ARTICLE 17 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of Contract terms or breach of contract by the Engineer shall be grounds for termination of the Contract and any increased cost arising from the Engineer's default, breach of contract or violation of contract terms shall be paid by the Engineer. ARTICLE 18 TERMINATION The Contract may be terminated before the stated termination date by any of the following conditions. (1) By mutual agreement and consent, in writing of both parties. (2) By the City by notice in writing to the Engineer as a consequence of failure by the Engineer to perform the 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 the City for reasons of its own and not subject to the mutual consent of the Engineer upon not less than thirty (30) days written notice to the Engineer. (5) By satisfactory completion of all services and obligations described herein. Should the 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 the Engineer. In determining the value of the work performed by the Engineer prior to termination, the City shall be the sole judge. Compensation for work at termination will be based on a percentage of the work completed at that time. Should the City terminate this Contract under (4) of the paragraph identified above, the amount charged during the thirty (30) day notice period shall not exceed the amount charged during the preceding thirty (30) days. If the Engineer defaults in the performance of this Contract or if the City terminates this Contract for fault on the part of the Engineer, the City will give consideration to the actual costs incurred by the Engineer in performing the work to the date of default, the amount of work required which was satisfactorily completed to date of default, the value of the work which is usable to the Page 7 of 13 City, the cost to the City of employing another firm to complete the work required and the time required to do so, and other factors which affect the value to the City of the work 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 the City and the Engineer under this Contract, except the obligations set forth in Article 19 of this Contract. If the termination of this Contract is due to the failure of the Engineer to fulfill its contract obligations, the City may take over the project and prosecute the work to completion. In such case, the Engineer shall be liable to the City for any additional cost occasioned the City. The Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of the procurement made by the Engineer in support of the scope of services under this Contract. ARTICLE 19 COMPLIANCE WITH LAWS The Engineer shall comply with all applicable Federal, State and local laws, statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or administrative bodies or tribunals in any manner affecting the performance of this Contract, including, without limitation, worker' scompensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When required, the Engineer shall furnish the City with satisfactory proof of its compliance therewith. The Engineer shall save harmless the City and its officers and employees from all claims and liability due to activities of itself, its agents, or employees, performed under this Contract and which are caused by or result from error, omission, or negligent act of the Engineer or of any person employed by the Engineer. The Engineer shall also save harmless the City from any and all expense, including, but not limited to, attorney fees which may be incurred by the City in litigation or otherwise resisting said claim or liabilities which may be imposed on the City as a result of such activities by the Engineer, its agents, or employees. The Engineer shall be responsible for the accuracy of its work and shall promptly make necessary revisions or corrections resulting from its errors, omissions, or negligent acts without compensation. The Engineer's responsibility for all questions arising from design errors and/or omissions will be determined by the City. The Engineer will not be relieved of the responsibility for subsequent correction of any such errors or omissions or for clarification of any ambiguities until after the construction phase of the project has been completed. engcontrc.wpd/spectw ARTICLE 20 INDEMNIFICATION ARTICLE 21 ENGINEER'S RESPONSIBILITY Page 8 of 13 engcontre.wpdispectw ARTICLE 22 ENGINEER'S SEAL The responsible Engineer shall sign, seal and date all appropriate engineering submissions to the City in accordance with the Texas Engineering Practice Act and the Rules of the State Board of Registration for Professional Engineers. ARTICLE 23 NONCOLLUSION The Engineer warrants that it has not employed or retained any company or persons, other than a bona fide employee working solely for the Engineer, to solicit or secure this Contract and that 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, the City shall have the right to annul this Contract without liability or, in its discretion, to deduct from the contract price or compensation, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. ARTICLE 24 INSURANCE The Engineer shall furnish the City a properly completed Certificate of Insurance approved by the City prior to beginning work under this Contract and shall maintain such insurance through the contract period. The completed Certificate of Insurance shall be attached hereto and identified as Attachment G. ARTICLE 25 INSPECTION OF ENGINEER'S BOOKS AND RECORDS AND AUDIT REQUIREMENTS The City shall have the exclusive right to examine the books and records of the Engineer for the purpose of checking the amount of work performed by the Engineer at the time of contract termination. The Engineer shall maintain all books, documents, papers, accounting records and other evidence pertaining to cost incurred and shall make such materials available at its office during the contract period and for four (4) years from the date of final payment under this Contract or until pending litigation has been completely and fully resolved, whichever occurs last. The City or any of its duly authorized representatives, shall have access to any and all books, documents, papers and records of the Engineer which are directly pertinent to this Contract for the purpose of making audits, examinations, excerpts and transcriptions. ARTICLE 26 Page 9 of 13 The Engineer warrants that the representations included in the Debarment Certification (Negotiated Contracts) submitted with the offer to provide services are current and still valid. The 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 the Engineer for governmental purposes. The Engineer agrees to comply with the Special Provision "Computer Graphics Files for Document and Information Exchange," if determined by the City to be applicable to this Contract and if so stated in Attachment B and attached hereto. The Engineer, and the City, do hereby bind themselves, their successors, executors, administrators and assigns to each other party of this agreement and to the successors, executors, administrators, and assigns of such other party in respect to all covenants of this Contract. The Engineer shall not assign, subcontract or transfer its interest in this Contract without the prior written consent of the City. 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, 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. engcontrc.wpd/spectw DEBARMENT, SUSPENSION AND DISCIPLINARY ACTION ARTICLE 27 COPYRIGHTS ARTICLE 28 COMPUTER GRAPHICS FILES ARTICLE 29 SUCCESSORS AND ASSIGNS ARTICLE 30 SEVERABILITY ARTICLE 31 Page 10 of 13 PRIOR CONTRACT SUPERSEDED This Contract constitutes the sole and only agreement of the parties hereto and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. engcontrc.wpd/spectw Page 11 of 13 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 address: engcantrc.wpolspectw City of Round Rock Engineer Attn.: City Manager Attn.: Bill Caffey, P.E. 221 E. Main St. Associate - Transportation Unit Manager Round Rock, TX 78664 Carter & Burgess, Inc. 901 S. MoPac Expressway, Bldg. 5, Suite 200 with copy to: Austin, Texas 78746 Stephan L. Sheets City Attorney 309 E. Main St. Round Rock, Texas 78664 ARTICLE 32 NOTICES Page 12 of 13 The undersigned signatory or signatories for the Engineer hereby represent and warrant that the signatory is an officer of the organization for which he or she has executed this Contract and that he or 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 the City to enter into this Contract. IN WITNESS HEREOF, the City and the Engineer have executed these presents in duplicate. Carter & Burgess, Inc. THE ENGINEER By F Clifton Davic Printed Name Principal Title February 22, 2000 Date engcontrc.wpd/spectw Robert Stluka, Mayor LIST OF ATTACHMENTS ARTICLE 33 SIGNATORY WARRANTY Attachment A - Services to be Provided by the City Attachment B - Services to be Provided by the Engineer Attachment C - Work Schedule, if applicable Attachment D - Fee Schedule Attachment E - Work Authorizations, if applicable Attachment F - Supplemental Work Authorizations, if applicable Attachment G - Certificate of Insurance, if applicable Page 13 of 13 Highway: US 79 Limits: From: FM 1460 To: County Road 195 Length: 1.5 Miles Control: 0204- 01 -0XX County: Williamson K. 12000\05- 0098- 0011AttA- proj2.wpd ATTACHMENT "A" Services to be Provided by the City Contract No. In conjunction with the services to be provided by the Engineer, as described in Attachment B, the City of Round Rock (City) will furnish to the Engineer the following items: 1. Furnish site plans and intersecting roadway locations for proposed arterials. 2. Furnish plans for realignment of FM 1460. 3. Furnish available and applicable City special specifications, special provisions, and updated list of bid items applicable to the project. 4. Furnish a tabulation of applicable unit prices. 5. Provide as -built construction plans for the 18" water line relocation. 6. Provide the Engineer with timely review and decisions necessary in order to permit the Engineer to maintain an agreed upon project schedule. 7. Furnish landscaping plant list and guidelines, if applicable. 8. Provide existing utility information, if available. 9. Assist with Public Hearing. 10. Furnish right -of -entry to property within proposed right -of -way. 11. Furnish information for proposed irrigation water lines. Highway: US 79 Limits: From: FM 1460 To: County Road 195 Length: 1.5 Miles Control: 0204- 01 -0XX County: Williamson ATTACHMENT "B" Services to be Provided by the Engineer Contract No. The work performed by the Engineer under this work authorization shall consist of providing engineering services required for the identification of utilities, field surveys, right -of -way plans, public involvement, environmental assessment, roadway design, 18" water line relocation (see Attachment "B1 "), landscape /irrigation plans and estimates (see Attachment "B2 "), and construction plans, specifications and estimates. All work to be performed under this contract shall be subject to review and approval of the City of Round Rock (City) and the Texas Department of Transportation (TxDOT). The Engineer will provide the overall project supervision, management, administration and coordination and will be the single point of contact between the City and TxDOT and all subcontractors. The Engineering work required under this work authorization is outlined according to each task to be performed in the Work Outline. The Engineer shall furnish all equipment, materials, supplies, and incidentals as required to perform the above mentioned engineering work except as otherwise specified in Attachment "A" which precedes this section. All work on the project shall conform with the applicable requirements of City and TxDOT manuals (updated or revised). The Engineer will meet with City and TxDOT representatives on an as required basis to report progress. Map drawings, bar graphs and reports may be used to present the project progress. Upon completion of the meeting, a meeting summary will be prepared to document project progress. A brief progress report will be furnished each month with the submission of the project invoice. The Engineer will identify all existing utilities by contacting utility companies and requesting data on existing utilities. The Engineer will coordinate utility relocations with each utility company. The Engineer will prepare an Environmental Assessment (EA) for the proposed project. In preparing the EA, the Engineer will: collect and review all available and pertinent environmental data; coordinate with involved resource agencies when necessary; conduct environmental baseline and impact analyses; develop mitigation plans for unavoidable impacts; establish information necessary for the processing of permits required for the development of this facility; and prepare the EA in compliance with State and Federal rules and regulations. This scope of services does include the preparation of a Section 4(f) statement of parkland impacts. The Engineer will conduct one Public Hearing. The Engineer will prepare the construction Plans, Specifications and Estimates (PS &E) for this project which will contain all of the required plans and details pertaining to grading, roadway, Attachment "B" US 79 Page 2 bridge, drainage, signing, pavement markings, delineation, sequence of construction, and all details necessary for construction. Whenever possible, the TxDOT standard drawings, standard specifications, or previously approved special provisions and /or special specifications will be used. If a special provision and /or special specification must be developed for this project, it shall be in TxDOT format and, to the extent possible, incorporate references to approved TxDOT test procedures. The Traffic Control Plan and Bridge Layouts will be submitted to TxDOT for review and approval early in the design stage. The Engineer will perform all necessary hydrologic studies and hydraulic design necessary for channel analysis for all drainage structures. PS &E for the above work shall be prepared in accordance with the applicable requirements of TxDOT Specifications, Standards, and manuals (updated for revisions). The Engineer will perform contract working days calculations as defined by AC 17 -93 and submit them with the final PS &E, or by using a critical path analysis program. The Engineer will develop the project using the English System of Measure. A copy of the data file tape can be furnished to the City and TxDOT. The computer graphics files furnished will comply with the Austin District Guidelines regarding computer files for document and information exchange. The Engineer shall develop a project specific storm water pollution prevention plan (SW3P) to comply with federal regulations (40 CFR part 122) published in the Federal Register on September 9. 1997. The Engineer shall furnish design cross - section plots showing both the original terrain and design cross- sections. Input and output computer files for generation of the design cross - sections will be furnished to the State. The Engineer shall provide conceptual plans for landscaping, using TxDOT supplied plant lists. This scope of services does include detailed landscaping /irrigation design and plans. K:\2000 \05- 0098- 001\AttB- proj2.wpd ATTACHMENT `Bl" SERVICES PROVIDED BY THE ENGINEER FOR 18" WATERLINE RELOCATION The following "Project Scope of Work" will be used as the basis for the preparation of plans for the relocation of the 18" Water Transmission Main along U.S. Highway 79 from old Settlers Park to the existing crossing of a 16" water line under US 79 at Palm Valley Lutheran Church driveway. The plans will include a preliminary alignment to be approved by the City of Round Rock and construction plans for final relocation of the line. The following scope provides the basic information regarding anticipated project parameters, preliminary plan services, basic services, additional services, services to be provided by the client and other miscellaneous provisions. 1.1 PROJECT PARAMETERS The following assumptions pertain to the provision of the Preliminary and Basic Services and form the basis of this scope of work: A. PROJECT will consist of preparation of a preliminary alignment for the 18" water transmission line along U.S. Highway 79. The plans will be approved by the City of Round Rock prior to beginning the final design. Final construction plans will be prepared in accordance with the alignment defined in the preliminary plans. B. The preliminary plans and construction documents will be prepared and processed in accordance with the rules and regulations of the City of Round Rock, Texas Natural Resource Conservation Commission and other regulatory agencies. C. A topographic/tree survey may be required for areas within the limits of the proposed alignment. D. CLIENT will review approved plans and provide recommendations for utility locations. E. Storm water detention and water quality facilities will not be required for this utility adjustment. F. Improvements will include connection into the existing water system and keeping the existing system operational during construction. In addition, several connections to the 18" main may be made for service to adjoining property. G. The preliminary extent of any floodplain on the PROJECT site will be identified by the Federal Emergency Management Agency, flood insurance rate maps for Williamson County, Texas. Any work necessary to modify flood plains will be additional services. H. Variances will be identified based on the preliminary plans and any changes to the scope or modifications requested by the owner which require variances will be additional services. I. All boundary monumentation is recoverable in good condition. There are no boundary disputes or law suits associated with this tract that will impact completion of the PROJECT. U.S. Highway 79 Water Line Relocation K: \2000 \05 - 0098- 001\AttB 1- proj2.wpd February 24, 2000 Page 1 1.2 PRELIMINARY ALIGNMENT PHASE The Preliminary Plan Services include those engineering services required to prepare and process the proposed Preliminary alignment of the 18" water line. Basic Services include and are limited to surveying, engineering design, and construction administration for the relocation of the 18" water line. The Additional Services include work items that may be required to supplement the Preliminary and Basic Services. They include revisions, construction staking, studies and designs performed by the ENGINEER upon authorization by the CLIENT. Geotechnical information is not included in the scope of services. The preliminary alignment phase will include development of preliminary construction plans with sufficient detail to identify the final alignment of the 18" water line. The preliminary alignment will be coordinated with the City of Round Rock and others. The Preliminary alignment phase services consist of those engineering and surveying services required to prepare and process a Preliminary alignment in accordance with the City of Round Rock and Williamson County requirements. The services to be provided by the ENGINEER are as follows: 1.2.1 Preliminary Alignment Phase ATTACHMENT °Bl" SERVICES PROVIDED BY THE ENGINEER FOR 18" WATERLINE RELOCATION a. Review existing water line alignment, proposed roadway improvements and other proposed developments along the water line corridor. b. Prepare preliminary water line alignment and report including identification of any constraints associated with the proposed alignment. c. Prepare erosion/sedimentation control plan. Assist CLIENT in locating spoils site(s). d. Process the preliminary plans through the City of Round Rock from review to approval. 1.3 BASIC DESIGN SERVICES The Basic Services will be performed in three phases: design, bidding, and construction. Improvements will consist of relocating the 18" water line along U.S. Highway 79. The services to be provided by the ENGINEER in each of these phases are as follows: 1.3.1 Final Design Phase a. Provide a list of any additional investigations, evaluations, and tests which may be required for design and are to be performed as Additional Services. b. Prepare final drawings and specifications for incorporation into the Contract Documents. The drawings and specifications will be based on the approved Preliminary Alignment and supporting documents, and shall comply with regulations in effect at the date of execution of this contract. Revisions resulting from modifications to this basis prompted by the CLIENT shall be performed as an Additional Service. c. Prepare one time, an ENGINEERS's opinion of probable construction cost based on the approved drawings, specifications, and materials. Prepare ENGINEER's estimate per City /County fiscal requirements. U.S Highway 79 Water Line Relocation K:\2000 \05- 0098- 001\AttB 1- proj2.wpd February 24, 2000 Page 2 ATTACHMENT `Bl" SERVICES PROVIDED BY THE ENGINEER FOR 18" WATERLINE RELOCATION d. ENGINEER will provide to the CLIENT, the engineering data necessary for applications for development permits and drawing approvals required by reviewing agencies. The ENGINEER will be responsible for procuring said development permits and approvals. The CLIENT will be responsible for payment of all review and permit fees. e. Prepare for review and approval by CLIENT, remaining components of Contract Documents including construction contract agreement forms, general conditions, supplementary conditions, and where appropriate, bid forms, invitations to bid, and instruction to bidders. f. Furnish the CLIENT 5 copies of approved fully executed City /County approved plans and Contract Documents. Any additional sets of Contract Documents for reviewing agencies, bidding, or any other use, are to be paid for as an Additional Service. g. ENGINEER will obtain a geotechnical study from a consultant to be approved by CLIENT for underground utility design at CLIENT's expense. h. ENGINEER is responsible for a "value engineering" analysis before completing design and construction plans. This will include review, with CLIENT, of the alternative designs and associated costs. 1.3.2 Bidding or Negotiating Phase a. Assist the CLIENT in obtaining bids or negotiating proposals for construction materials, equipment and services by distributing sets of bid documents to Contractors. b. Assist the CLIENT in evaluating bids or proposals in assembling and awarding contracts by supervising bid opening, tabulating bids, notifying bidders of results, writing letter of intent to award, writing notice to proceed, and reviewing and approving bond insurance documents. 1.3.3 Construction Phase a. Coordinate and attend mandatory pre- construction conference with client, contractor, review agencies and engineer prior to construction. b. Make visits to the site at intervals appropriate to the various stages of construction to observe as an experienced and qualified design professional the progress and quality of the executed work of Contractor(s) and to determine in general if such work is proceeding in accordance with the Contract Documents. ENGINEER shall not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of such work. c. Review and approve (or take other appropriate action in respect to) Shop Drawings and samples, the results of tests and inspections and other data which each Contractor is required to submit, but only for conformance with the design concept of the PROJECT and compliance with the information given in the Contract Documents (but such review approval of other action shall not extend to means, methods, sequences, techniques and procedures and construction or the safety precautions and programs incident thereto); determine the U.S. Highway 79 Water Line Relocation K:\2000\05- 0098 -001 \AttB 1 -proj 2.wpd February 24, 2000 Page 3 ATTACHMENT `Bl" SERVICES PROVIDED BY THE ENGINEER FOR 18" WATERLINE RELOCATION acceptability of substitute materials and equipment proposed by Contractor(s); and receive and review (for general content as required by the Specification) maintenance and operating instructions, schedules, guarantees, bonds and certificates of inspection which are to be assembled by Contractor(s) in accordance with the Contract Documents. d. Based on ENGINEER's on -site observations as an experienced and qualified design professional and on review of applications for payment and the accompanying data and schedules, determine the amounts owing to Contractor(s) and recommend in writing payments to Contractor(s) in such amounts; such recommendations of payment will constitute a representation to CLIENT, based on such observations and review, that the work has progressed to the point indicated that, to the best of ENGINEER's knowledge, information and belief, the quality of such work is in accordance with the Contract Documents (subject to an evaluation of such work as a functioning Project upon Substantial Completion, to the results of any subsequent tests called for in the Contract Documents, and to any qualification stated in his recommendation), and that payment of the amount recommended is due Contractor(s). e. Conduct an inspection to determine if the PROJECT is substantially complete and final inspection to determine if the work has been completed in accordance with the Contract Documents and if each Contractor has fulfilled all of his obligations thereunder so the ENGINEER may recommend, in writing, final payment to each Contractor and may give written notice to CLIENT and the Contractor(s) that the work is acceptable (subject to any condition therein expressed). f. ENGINEER will prepare a punch list (one time only) outlining corrections and work that must be done before the project can be accepted. The ENGINEER will arrange a preliminary site inspection to identify punch list items with the appropriate personnel, and CLIENT will participate. g. ENGINEER will prepare one set of reproducible AS- BUILT PLANS based on one (1) record copy of project drawings labeled "Project Record" maintained by the CONTRACTOR. The CONTRACTOR will submit the "Project Record" drawings to the ENGINEER at contract closeout. h. ENGINEER will review Cut Sheets furnished by the Subdivision Construction Contractor. 1.4 ADDITIONAL SERVICES The services stipulated in this section are specifically excluded from the scope of the Preliminary and Basic Design Services. They shall be offered, if required, at the time that a definite scope of service can be defined. In the event these additional services are required, a scope of services and anv fee for additional services shall be agreed upon between CLIENT and ENGINEER in advance of services being accomplished and the Agreement shall be amended. These services include: a. Additional field surveying, deed research, office calculations, map preparation, and certifications required to settle boundary disputes, encroachments, conflicts, determination of deeds of trust, off -site easements not anticipated in the final scope of work, or other similar problems. U.S. Highway 79 Water Line Relocation K:12000 \05- 0098- 001\AItB 1- proj2.wpd February 24, 2000 Page 4 ATTACHMENT `Bl" SERVICES PROVIDED BY THE ENGINEER FOR 18" WATERLINE RELOCATION b. Field surveys to locate and identify trees and other vegetation on the property outside of proposed rights -of -way and easements, as -built surveying, construction layout surveying, and field topographic surveys. c. Preparation of construction cost estimates other than those indicated in Section 1.3.1. d. Daily inspection of on -site construction or visit to approve unauthorized construction, to mediate disputes, etc., other than periodic visits. e. Restaking of lot comers for gas, electric, water and wastewater service construction, or upon completion of construction. f. Soil and foundation geotechnical investigations or any special surveys and tests other than those specifically specified in Section 1.2, or 1.3 which may be required for design, and arrangement for such work to be done. g. Revisions to previously performed work as a result of the CLIENT requested changes to the original design criteria. h. Preparation of field notes for land exchanges, vacation of easements or lots, or dedication of easements by separate instrument. i. Design of off -site improvements not anticipated in the original scope of work. j - Any Environmental Site Assessment. k. Preparation of construction change orders, unless due to errors or omissions by the ENGINEER. 1. Construction staking and preparation of cut sheets for all approved subdivision construction including: "rough cut" cut sheets for water line excavation, and final field staking and cut sheet preparation other than those indicated in Section 1.3. 2.1 SERVICES BY THE CLIENT 2.1.1 In general, the CLIENT and its representatives to their best efforts will render services as follows: a. Provide available criteria and full information as to the CLIENT'S requirements for the PROJECT; b. Assist the ENGINEER by placing at his disposal all available written data pertinent to previous operations, reports and any other data affecting the PROJECT; c. Respond promptly in writing to requests by the ENGINEER for authorization to proceed with specific activities deemed desirable; d. Examine documents submitted by the ENGINEER and render decisions pertaining thereto, promptly, to avoid unreasonable delay in the progress of the ENGINEER's services; U.S Highway 79 Water Line Relocation K:\2000\05- 0098- 0011AttB 1- proj2.wpd February 24, 2000 Page 5 ATTACHMENT `BP' SERVICES PROVIDED BY THE ENGINEER FOR 18" WATERLINE RELOCATION e. Furnish information required of him as expeditiously as necessary for the orderly progress of the work; f. Pay all reviewing agency fees PROMPTLY including review, inspection, and recording fees; g. Acquire Fish and Wildlife Service approval if necessary. h. Provide current copy of title report for the tract prior to ENGINEER commencing work. i. acquiring any off -site easements required for project. 2.1.2 The ENGINEER shall be entitled to rely upon the CLIENT'S representative, who shall be identified in writing, regarding decisions to be made by CLIENT; further, all notices or information shall be deemed made when conveyed to the representative. 2.1.3 The services, information, and reports required by Paragraph 3.1 (a) through (I) inclusive shall be furnished at the CLIENT's expense, and the ENGINEER shall be entitled to rely upon the accuracy and completeness thereof. 2.1.4 Arrange for access to and make provisions for ENGINEER to enter upon public and private property as required for ENGINEER to preform services hereunder. 3.1 MISCELLANEOUS PROVISIONS 3.1.1 Cost Estimates: ENGINEER's opinion of probable construction cost provided for herein are to be made on the basis of ENGINEER's experience and qualifications and represents ENGINEER's best judgement. 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 cannot and does not guarantee that proposals, bids or actual construction cost will not vary from opinions of probable construction cost prepared by ENGINEER. U.S. Highway 79 Water Line Relocation K:\2000 \05- 0098 -001 WttB1- proj2.wpd February 24, 2000 Page 6 e Wt ck. c 2 0 - g, .60 m TOTAL Tasks & Descriptions a 2 CO. a o v HOURS Kevin Conner Plan Preparation k y fAligillii . dial .t.: 2 A. Review C&B- prepared roadway construction plans for limits of planting, depth of base, and compacted subgrade. 2 B. Review C&B- prepared roadway construction plans for easements that will affect the landscape design. Review the location of the existing sleeves shown on the roadway construction plans. 0 4 4 C. Coordinate with TXU Energy regarding current landscape improvement requirements 0 0 beneath power lines. D. Review existing geotechnical studies. 0 0 E. Site Visit to ascertain general nature of the site, indigenous plant species that have performed in the immediate area, and study corridor views to monument site. 0 0 4 4 TOTALS 2 4 0 6 — A. Base map preparation (anticipated to be large format to communicate entire design. 2 8 10 B. Prepare landscape design for roadway corridor 0 8 8 C. Prepare schematic irrigation plan, including tap and pump location, main lines, controller type, valve locations, possible additional sleeving locations 16 24 40 D. Prepare preliminary budget projection. 0 8 4 12 E. Translate design to illustrative graphics to communicate design to City. 8 6 F. Meet with developer to coordinate sign treatments. 4 4 G. Meet and Coordinate with District Landscape Architect to review plans for compliance with TxDOT Roadside Planting Guidelines. 4 4 H. Submit 3 sets of deliverables (1 color, 2 B &W) to City and Meet with City Staff to review Schematic Plans. 4 4 Deliverables: 1. Schematic Landscape Plan 0 irregular format to communicate design. 2. Schematic Irrigation Plan @ irregular format to communicate design. TOTAL 14 48 28 1 0 90 o Lf •; e >.i 48 A. Prepare base maps from C &B- prepared roadway construction plans. 48 B. Review comments from City 2 2 C. Prepare landscape construction plans from authorized schematic plans plus comments 24 60 84 D. Prepare irrigation construction plans from authorized schematic plans plus comments. 4 140 60 204 E. Prepare construction cost estimate. 4 24 24 4 56 F. Prepare project manual including City- supplied front -end documents, line item bid tabulation, CSI specifications for improvement shown in plan. 8 24 4 40 76 G. Submit 5 sets of plans, specifications, and cost estimates to City. 4 Carter & Burgess, Inc. Confidential ATTACHMENT B2 US 79 Segment 2 Landscape and Irrigation Plans Scope and Fees Carter Burgess, Inc 02/24/2000 US 79 Segment 2 Scope & Fees • SCOPF, SEGMENT 2r.XLS Page 1 N a. m A 0 m a 2/ t Tasks & Descriptions t y J a ... m c W rn rg - V TOTAL HOURS Deliverables: 1. Landscape and Irrigation Construction Plans 2. Construction Cost Estimate. 3. Project Manual. TOTAL 46 296 88 44 474 1. Attend Pre -bid and Pre -Con Meetings at City's request. 6 TOTAL) 6 0 1 0 1 0 1 6 Project Parameters: 1. The irrigation water source will be the same as US 79 Segment 1. 2. The limits of work extend from the Old Settlers Park Entrance Road to FM 1460 (approximately 8100 feet). 3. Project manual front -end documents will be supplied by the City in MS Word or Wordperfect electronic format. 4. Any cost estimates provided by C &B, Inc. will be on a basis of experience and Judgement, but since It has no control over market conditions or bidding procedures C&B, Inc. cannot warrant that bids or ultimate construction costs will not vary from these cost estimates. 5. No permitting is anticipated for this project. 6. The landscape planting will conform to TXDOT Roadway Planting Guidelines. 7. The City will be responsible for arranging planting and maintenance agreeements with TxDOT. 8. The grassing of the right of ways was provided in the roadway construction contract. 1 a w i 2 c I. J Cost Totals 2 y a o. Z C h g W T Total Cons �� ICIIINIII NM 1 2 4 $26.20 $20.63 1 $52 $83 1.6297 $a5 $134 15% $21 $33 0 $26.20 $0 $o $0 Mil 0 $12.75 $0 $0 $0 Total Hours Salary Rates Direct Salary Costs Overhead Multiplier Profit: TOTAL $158 $250 $0 $0 $400 14 48 28 0 Total Hours Carter & Burgess, Inc. Confidential ATTACHMENT B2 US 79 Segment 2 Landscape and Irrigation Plans Scope and Fees Carter Burgess, Inc 02/24/2000 US 79 Segment 2 Scope & Fees SCOPE SEGMENT 2r.XLS Page 2 ATTACHMENT B2 US 79 Segment 2 Landscape and Irrigation Plans Scope and Fees Carter Burgess, Inc 02/24/2000 MEM.. rallet" ' I NILE- ill Li Plots Printing Misc Printing Misc Local Mileage & Courier 100 375 plots 25 sheets per set times 5 5915 15 $1.25 $1.25 $125 $469 $300 $200 Carter & Burgess, Inc. Confidential Total US 79 Segment 2 Scope & Fees • SCOPE SEGMENT 2r.XLS $1,094 Page 3 0 7 3 .g. t 2 .5 . TOTAL Tasks & Descriptions 0 . i i 6 3 < I: a 5 HOURS Salary Rates $26.20 $20.63 $26.20 $12.75 Direct Salary Costs 1 $367 $990 $734 $0 Overhead Multiplier 1.6297 $598 $1,614 $1,196 $0 Profit: 15% $145 $391 $289 $0 TOTAL $1,109 $2,995 $2,219 $0 $6,322 '''' P ' . '" P.--- Mle ' I =IMP 7 ' ' 110M ' 1 ,. ..A' ■ 11111111,111.MM Total Hours 46 296 88 44 Salary Rates $26.20 82063 $26.20 $12.75 Direct Salary Costs 1 $1,205 $6,106 $2,306 $561 Overhead Multiplier 1.6297 $1,964 $9,952 $3,757 $914 Profit: 15% $475 $2,409 $909 $221 TOTAL $3,645 818,467 $6,972 $1,697 830,781 6 0 0 0 Total Hours Salary Rates $26.20 $20.63 82620 $12.75 Direct Salary Costs 1 $157 $0 $0 50 Overhead Multiplier 1.6297 Use ao ao 80 Profit: 15% $62 $0 $0 $0 TOTAL $475 $0 $0 $0 $475 TOTAL $37,987 T ilNii; 1 2L - 7,1Bi t Niallaitir Qiieli,ANIMMial RiiiillALI MISR Total Hours 68 348 116 44 Salary Rates $26.20 $20.63 $26.20 $12.75 Direct Salary Costs 1 $1,782 $7,179 $3,039 $561 Overhead Multiplier 1.6297 $2,903 $11,700 $4,953 $914 Profit: 15% $703 $2,832 $1,199 $221 TOTAL $5,388 $21,711 $9,191 81,697 $37,987 Percentage of total Carter & Burgess Cost 14.18% 57.15% 24.20% 4.47% 100.00% ATTACHMENT B2 US 79 Segment 2 Landscape and Irrigation Plans Scope and Fees Carter Burgess, Inc 02/24/2000 MEM.. rallet" ' I NILE- ill Li Plots Printing Misc Printing Misc Local Mileage & Courier 100 375 plots 25 sheets per set times 5 5915 15 $1.25 $1.25 $125 $469 $300 $200 Carter & Burgess, Inc. Confidential Total US 79 Segment 2 Scope & Fees • SCOPE SEGMENT 2r.XLS $1,094 Page 3 r' 'T K. °�z •11 .- v 1 1 s . B E 1 SURVEY. a ., .. . ..• , Na. WOKS N LANDSCAPE ,T• ALS I. PROJECT MANAGEM NT F. . 10) HOURS 176 0 0 0 176 SALARY + OVERHEAD + PROFIT $20,588 $0 50 $0 $20,588 PERCENT OF TOTAL CONTRACT - 5.35% 0.00% 0.00% 0.00% 5.35% II. 0 HOURS 83 0 49 10 142 SALARY + OVERHEAD + PROFIT $8,456 $0 54,790 5725 513,971 PERCENT OF TOTAL CONTRACT 2.20% &00% 1.25% 0.19% 3.45% IL • IAL • • 1 - • 1 t 1 ' STUDIES (F.C. 120) HOURS 287 0 86 90 463 SALARY + OVERHEAD + PROFIT 524,357 $0 $7,675 58,322 $38,354 PERCENT OF TOTAL CONTRACT 6.33% 0.00% 2.00% 1.64% 8.33% IV. PUBLIC INVOLVEMENT (F.C. 120) HOURS 206 0 7 0 687 SALARY + OVERHEAD + PROFIT 517,601 $0 $789 50 $18,390 PERCENT OF TOTAL CONTRACT 4.58% 0.00% 0.21% 0.00% 4.78% V. RIGHT OF WAY PLANS (F.C. 130) HOURS 114 568 20 6 708 SALARY + OVERHEAD + PROFIT $10,960 $44,270 $1,926 $475 $57,631 PERCENT OF TOTAL CONTRACT 2.85% 11.51% 0.50% 0.12% 14.87% VI, FIELD SURVEYS (F.C. 150) HOURS 7 271 115 0 393 SALARY + OVERHEAD + PROFIT $593 $24,245 $12,390 $0 $37,228 PERCENT OF TOTAL CONTRACT 0.15% 6.31% 3.22% 0.00% 9.68% VII. ROADWAY DESIGN (F.C. 160) HOURS 83 0 0 0 83 SALARY + OVERHEAD + PROFIT 57,542 $0 $0 $0 $7,542 PERCENT OF TOTAL CONTRACT 1.96% 0.00% 0.00% 0.00% 1.96% VIII. PREPARATION OF CONSTRUCTION PLANS (F.C. 160, 161, 162, 163, & 170) HOURS 1,789 0 0 474 2,283 SALARY + OVERHEAD + PROFIT $159,996 $0 50 530,781 $190,777 PERCENT OF TOTAL CONTRACT 41.81% 0.00% 0.00% 8.01% 41.61% CONTRACT TOTALS: HOURS 2.745 839 277 580 4,441 SALARY + OVERHEAD + PROFIT 5250,092 $68,515 $27,571 538,303 5384,481 DIRECT COST(REIMBURSABLES) $11,283 $1,000 $326 $1,091 513,700 TOTAL COST: 5261,375 69,515 527,897 $39,395 $398,182 PERCENT OF TOTAL CONTRACT 65.64% 17.46% 7.01% 9.89% 100.00% PROJECT SUMMARY ENGINEERING FEE ESTIMATE US 79 WILLIAMSON COUNTY FROM: FM 1480 TO: CR 195 LENGTH = 1.5 MILE February 21, 2000 (US79EXT) SHEET 3 OF 3 ESTIMATED MANHOURS 1 r SUMMARY CLERICAL TOTAL MANHOURS I. PROJECT MANA A. Coordination and Review 40 24 24 0 92 B. Contract Administration 20 60 C. Quality Assurance/Quality 0 24 SUBTOTALS: 80 48 0 24 0 24 176 11. ROUTE AND DESIGN STUDIES (F.C. 120) A. Schematic Design 1. Data Collection 2. Initial Field Reconnaissance 3. Identify Property 4. Develop Three (3) Alter. Designs 5. Typical Section 6. Right of Way Requirements NO 01 0 A Q 00 Q O Q O O Q � B. Design Concept Conference C. Preliminary Cost Estimate 01. SOCIAL ECONOMIC :22,=ON V NQ CtPlg'°" 1O STUDIES (F.C. 1 A. Environmental Assessment 1. Agency Coordination 2. Purpose and Need for Action 3. Alternatives 4. Socioeconomic Data 5. Field Investigation 6. Land Use 7. Geology and Groundwater 8. Noise and Vibration 9. Surface Water Hydrology 10. Air Quality 11. Cultural Resources Oi 12. Ecological Resources 13. Wetlands 14. Endangered Species 15. Relocation 16. Prime Farm Land B. Review and Process SUBTOTALS: PROJECT SUMMARY ENGINEERING FEE ESTIMATE US 79 WILLIAMSON COUNTY FROM: FM 1460 TO: CR 195 LENGTH = 1.5 MILE February 21, 2000 (US79EXT) _ET 1 OF 3 . TASKANDDESCRIPTIO K}:`1 .-*55v t PR`rly,`t „" -f'1: , "ASST:R -- SFL >, -'CADD � �N� `'DWiFTER` `. CLERICAL ' -- ."= TOTAL -- MANHOURS- IV. P INVOLV A. Public Meeting 0 48 0 0 0 0 48 1. Prepare Meeting 20 2 34 2. Assist with Me[ 4 104 3. Prepare Draft Summary and Analysis 7 144 60 32 5 248 A. Public Hearing 4 24 24 0 4 56 1. Prepare Notice for Public Hearing 9 26 a 8 2 42 113 2. Assist with Hearing 4 24 3. Prepare Final : 8 60 SUBTOTALS: 58 244 ao 96 4 65 687 V. RIGHT OF WAY A. Ownership Data 6 B. Utility Locations 5 9 6 C. Right of Way Plans 1. Prepare Right of Way Plans N O O O 156 2. Calculate Right of Way Req. 75 3. Calculate Parcel Areas 74 D. Prepare Field Notes 168 E. Research and Tract Analysis 78 F. Notify Utility Owners of Utility Adjusbnents 131 708 VI. FIELD SURVEY: I� N t0 Q t0 1� t7 0 0 0 A. Establish Horizontal B. Establish Benchmarks at (2000') Intel:Kraig C. Stake Centerline D. Existing Cross Sections and Iles 1. Proposed Roadway Centerline 2. Connecting Roads 3. Drainage Channels m CO O O 4. Existing Bridges and Culverts 5. Connections to CR 195 & FM 1460 6. Railroad Survey E. Survey and Stake Right -Of -Way F. Stake Core Test Holes SUBTOTALS: PROJECT SUMMARY ESTIMATED MANHOURS OF ENGINEERING FEE ESTIMATE US 79 WILLIAMSON COUNTY FROM FM 1460 TO: CR 195 LENGTH = 1.5 MILE TER & BURGESS, INC. TITLES USEN IN SUMMARY February 21, 2000 (US79EXT) SHEET 2 OF 3 CARTER & BURGESS - LANDSCAPE ESTIMATED MANHOURS OF EACH WORK TASK I. PROJECT MANAGEMENT A. Coordination and Review B. Contract Administration C. Quality Assurance/Quality Control II. DATA GATHERING A. Review Roadway Construction Plans B. Coordinate w/TXU for planking under Power Lines C. Review Geotechnical Report D. Site Visit II. SCHEMATIC DESIGN SUBTOTALS: SUBTOTALS: A. Base Map Preparation B. Landscape Design C. Irrigation Schematic Plan D. Preliminary Budget Estimate E. Illustrative Graphics for City F. Meet w /Developer to Coor. Sign Treatments G. Coordinate with TxDOT Landscape Arch. H. Meet & Coor. With City Staff SUBTOTALS: ENGINEERING FEE ESTIMATE US 79 WILLIAMSON COUNTY FROM FM 1460 TO: CR 195 LENGTH = 1.5 MILE 2 4 4 February 21, 2000 (US79EXT) SHEET 1 OF 4 10 8 40 12 CARTER & BURGESS - LANDSCAPE ESTIMATED MANHOURS OF EACH WORK TASK IV. CONSTRUCTION DOCUMENTS A. Base Map Preparation B. Comments from City C. Landscape Construciton Plans D. Irrigation Construction Plans E. Construction Cost Estimate F. Prepare Project Manual G. Submit 5 Sets of P.S. & E. V. PRE -BID & PRE-CON MEETINGS A. Attend meetings at Citys Request VI. FIELD SURVEYS A. Establish Horizontal and Vertical Control B. Establish Benchmarks at (2000') Interivals C. Slake Centerline D. Existing Cross Sections and Ties 1. Proposed Roadway Centerline 2. Connecting Roads 3. Drainage Channels 4. Existing Bridges and Culverts E. Survey and Stake Right -Of -Way F. Stake Core Test Holes SUBTOTALS: SUBTOTALS: SUBTOTALS: ENGINEERING FEE ESTIMATE US 79 WILLIAMSON COUNTY FROM: FM 1460 TO: CR 195 LENGTH = 1.5 MILE 60 24 4 88 February 21, 2000 (US79EXT) SHEET 2 OF 4 4 40 0 48 2 84 204 56 76 4 0 474 6 6 CARTER & BURGESS - LANDSCAPE ESTIMATED COST OF EACH WORK TASK ENGINEERING FEE ESTIMATE US 79 WILLIAMSON COUNTY FROM: FM 1460 TO: CR 195 LENGTH = 1.5 MILE February 21, 2000 (US79EXT) SHEET 3 OF 4 I. PROJECT MANAGEMENT TOTAL HOURS: 0 0 0 0 0 0 0 SALARY RATES: 626.20 520.63 $26.20 628.00 $25.00 $12.75 DIRECT SALARY COST: $0 $0 $0 $0 $0 $0 OVERHEAD MULTIPLIER: 1.6297 $0 $0 $0 $0 60 $0 PROFIT: 15.00% $0 $0 $0 $0 $0 $0 TOTAL: $0 $0 $0 $0 $0 $0 $0 I. DATA GATHERING TOTAL HOURS: 2 4 4 0 0 0 10 SALARY RATES: $26.20 $20.63 526.20 $28.00 $25.00 $12.75 DIRECT SALARY COST: $52 $83 $105 $0 $0 $0 OVERHEAD MULTIPLIER: 1.6297 $85 $134 5171 $0 50 $0 PROFIT: 15.00% $21 $33 541 50 $0 $0 TOTAL: $158 $250 $317 60 $0 $0 $725 III. SCHEMATIC DESIGN TOTAL HOURS: 14 48 28 0 0 0 90 SALARY RATES: 526.20 $20.63 $26.20 $28.00 $25.00 512.75 DIRECT SALARY COST: $367 $990 $734 $0 $0 $0 OVERHEAD MULTIPLIER: 1.6297 $598 $1,614 81,196 $0 $0 $0 PROFIT: 15.00% 5145 5391 6289 $0 50 $0 TOTAL: 61,109 $2,995 52,219 $0 50 $0 $6,322 IV. CONSTRUCITON DOCUMENTS TOTAL HOURS: 46 296 88 0 0 44 474 SALARY RATES: $26.20 $20.63 $26.20 $28.00 $25.00 $12.75 DIRECT SALARY COST: 61,205 56,106 $2,306 $0 $0 $561 OVERHEAD MULTIPLIER: 1.6297 $1,964 $9,952 $3,757 $0 $0 $914 PROFIT: 15.00% $475 $2,409 5909 $0 50 5221 TOTAL: 53,645 $18,467 $6,972 $0 50 $1,697 $30,781 V. PREBID & PRE -CON MEETINGS TOTAL HOURS: 6 0 0 0 0 0 6 SALARY RATES: $26.20 $20.63 $26.20 $28.00 $25.00 $12.75 DIRECT SALARY COST: $157 $0 50 $0 $0 $0 OVERHEAD MULTIPLIER: 1.6297 5256 50 50 $0 $0 $0 PROFIT: 15.00% $62 50 $0' $0 $0 $0 TOTAL: $475 $0 50 $0 $0 $0 $475 VI. FIELD SURVEYS TOTAL HOURS: 0 0 0 0 0 0 0 SALARY RATES: $26.20 920.63 $26.20 528.00 525.00 $12.75 DIRECT SALARY COST: $0 $0 $0 $0 $0 $0 OVERHEAD MULTIPLIER: 1.6297 $0 $0 $0 50 $0 $0 PROFIT: 15.00% $0 $0 $0 $0 $0 $0 TOTAL: $0 $0 $0 $0 $0 $0 $0 CARTER & BURGESS - LANDSCAPE ESTIMATED COST OF EACH WORK TASK ENGINEERING FEE ESTIMATE US 79 WILLIAMSON COUNTY FROM: FM 1460 TO: CR 195 LENGTH = 1.5 MILE February 21, 2000 (US79EXT) SHEET 3 OF 4 CARTER & BURGESS - LANDSCAPE ESTIMATED COST OF EACH WORK TASK $26.20 $0 $0 0 $20.63 $0 $0 50 $0 0 $20.63 $0 $0 50 $0 0 $26.20 $0 S0 $0 $0 0 $26.20 $0 $0 $0 $0 120 $26.20 53,144 $5,124 $1,240 $9.508 24.82% 0 0 0 $28.00 $25.00 $12.75 $0 $0 $0 $0 $0 $0 $0 SO $0 $0 $01 $0 528.00 $0 0 525.00 $0 $0 $0 $0 VII. ROADWAY DESIGN (F.C. 160) TOTAL HOURS SALARY RATES: DIRECT SALARY COST: OVERHEAD MULTIPLIER: 1.6297 PROFIT: 15.00% TOTAL VIII. PREPARATION OF CONSTRUCTION PLANS TOTAL HOURS: SALARY RATES: DIRECT SALARY COST: OVERHEAD MULTIPLIER: PROFIT: 1.6297 15.00% TOTAL: TOTAL CARTER & BURGESS LANDSCAPE: TOTAL HOURS: SALARY RATES: DIRECT SALARY COST: OVERHEAD MULTIPLIER: 1.6297 PROFIT: 15.00% TOTAL: PERCENT OF CARTER & BURGESS LANDSCAPE COST: DIRECT COST - CARTER & BURGESS LANDSCAPE Mylar Plots Blueline Reproductions or Printing Survey Materials and Supplies Express Deliveries Auto Mileage Air Travel Lodging Per Diem Auto Rental Telephone & Communications TOTAL DIRECT COST - CARTER & BURGESS LANDSCAPE SUMMARY - CARTER & BURGESS LANDSCAPE: Labor + Overhead + Profit Direct Cost TOTAL CONTRACT COST - CARTER & BURGESS LANDSCAPE: ENGINEERING FEE ESTIMATE US 79 WILLIAMSON COUNTY FROM: FM 1460 TO: CR 195 LENGTH = 1.5 MILE 0 $26.20 $0 $0 $0 $0 68 348 526.20 $20.63 $1,782 $7,179 52,903 $11,700 $703 52,632 5,388 $21,711 14.07% 56.68% 10 55 25 Square Feet at Square Feet at Deliveries at Miles at Filghts at Nights at Days at Days at $1.25 /Square Foot $1.25 /Square Foot $20.00 /Delivery 80.315 /Mile $250.00 /Round Trip 585.00 /Night 535.00 /Day 560.00 /day 528.00 $0 $0 $0 80 0.00% February 21, 2000 (US79EXT) SHEET 4 OF 4 0 $12.75 $0 80 $0 $o 0 44 525.00 $12.75 $0 $561 50 $914 50 $221 $0 $1,697 0.00% 4.43% 580 $12,666 $20,642 $4,996 $38,303 100.00% $125 $688 $0 5200 $79 $0 $0 50 $0 $0 $38,303 $1,091 CARTER & BURGESS - PUBLIC WORKS (2200 LF OF WATERLINE) ESTIMATED MANHOURS OF EACH WORK TASK I. PROJECT MANAGEMENT (F.C. 110) A. Coordination and Review B. Contract Administration C. Quality Assurance /Quality Control II- INTERIM & FINAL PLANS - PART 1 1.30 PRELIMINARY DESIGN 1.31 Record Review 1.32 Site Visits 1.33 Utility Coordination 1.34 Prelim. Design 1.36 Meeting w /City 1.37 Tech Memorandum III. INTERIM & FINAL PLANS - PART 2 1.421 Cover Sheet 1.422 Detail Sheet 1.423 Notes Sheet 1.424 Erosion/Sedimentation 1.425 Plan & Profile Sheet 1.43 Meetings wlCity SUBTOTALS: SUBTOTALS: 1.40 ENGINEERING DESIGN & FINAL PLAN PROD. 1.41 Engineering 1,42 CADD SUBTOTALS: ENGINEERING FEE ESTIMATE US 79 WILLIAMSON COUNTY FROM FM 1460 TO: CR 195 LENGTH = 1.5 MILE 2 4 7 10 27 February 21, 2000 (US79EXT) SHEET 1 OF 4 4 49 18 9 31 8 86 CARTER & BURGESS - PUBLIC WORKS ESTIMATED MANHOURS OF EACH WORK TASK IN COST ESTIMATE 2.10 Preliminary Cost Estimate 2.20 Final Const. Estimate V. PERMITS/APPROVALS 3.10 Williamson County 3.20 TxDOT 3.30 TNRCC VI. PREPARE CONSTRUCTION DOCUMENTS & CONSTRUCTION ADMINISTRATION 4.10 Specifications 4.20 Prepare Bid Documents 4.30 Pre -Bid Conference 4.40 Bid Opening /evaluation 5.20 Site Visits 5.30 Bi- Weekly Reports 5.40 Meetings w /City 5.50 Process Pay Request 5.60 Prepare As- Builts SUBTOTALS: SUBTOTALS: SUBTOTALS: ENGINEERING FEE ESTIMATE US 79 WILLIAMSON COUNTY FROM FM 1460 TO: CR 195 LENGTH = 1.5 MILE 2 February 21, 2000 (US79EXT) SHEET 2 OF 4 4 6 2 4 16 4 5 9 0 20 0 0 37 13 16 4 9 6 12 9 9 0 0 115 `'-. jj :..,7 , .I: lsil a1 a $0 1 ... �;` 1. PROJECT MANAGEMENT (F.C. 110) TOTAL HOURS: 0 0 0 0 0 0 SALARY RATES: $50.00 $36.00 $28.00 $25.00 $17,00 DIRECT SALARY COST: $0 $0 $0 $0 $0 OVERHEAD MULTIPLIER: 1.6297 $0 $0 $0 $0 $0 PROFIT: 15.00% $0 $0 $0 $0 $0 TOTAL $0 $0 $0 $0 $0 $0 II. INTERIM & FINAL PLANS - PART 1 TOTAL HOURS: 8 10 27 0 0 4 49 SALARY RATES: $50.00 $36.00 $28.00 $28.00 $25.00 $17.00 DIRECT SALARY COST: $400 $360 $756 $0 $0 $68 OVERHEAD MULTIPLIER: 1.6297 $652 $587 51,232 $0 $0 $111 PROFIT: 15.00% 5158 $142 5298 $0 $0 $27 TOTAL: $1,210 $1,089 $2,286 $0 $0 5206 $4,790 III. INTERIM & FINAL PLANS - PART 2 TOTAL HOURS: 7 15 16 0 48 0 86 SALARY RATES: $50.00 $36.00 $28.00 528.00 $25.00 $17.00 DIRECT SALARY COST: $350 $540 $448 $0 $1,200 $0 OVERHEAD MULTIPLIER: 1.6297 $570 $880 8730 50 $1,956 $0 PROFIT: 15.00% $138 $213 $177 $473 50 TOTAL: $1,058 $1,633 $1,355 $0 $3,629 $0 57,675 IV. COST ESTIMATE TOTAL HOURS: 2 4 0 0 0 1 7 SALARY RATES: $50.00 $36.00 $28.00 $28.00 $25.00 $17.00 DIRECT SALARY COST: $100 $144 50 $0 $0 $17 OVERHEAD MULTIPLIER: 1.6297 5163 $235 $0 $0 $0 $28 PROFIT: 15.00% 539 $57 $0 $0 $0 $7 TOTAL: $302.42 35.48 $0.00 $0.00 $0.00 51.41 5789 V. PERMIT /APPROV S TOTAL HOURS: 2 9 4 0 2 3 20 SALARY RATES: $50.00 $36.00 $28.00 $28.00 $25.00 $17.00 DIRECT SALARY COST: $100 $324 $112 $0 $50 $51 OVERHEAD MULTIPLIER: 1.6297 $163 $528 $183 50 $81 583 PROFIT: 15.00% $39 $128 $44 $0 $20 $20 TOTAL: $302 $980 $339 $0 $151 5154 $1,926 VI. PREPARE CONSTRUC. DOC. & CONSTR. AD. TOTAL HOURS: 26 62 6 0 5 16 115 SALARY RATES: $50.00 536.00 $28.00 $28.00 $25.00 517.00 DIRECT SALARY COST: $1,300 $2,232 $168 $0 $125 $272 OVERHEAD MULTIPLIER: 1.6297 $2,119 $3,637 $274 50 $204 $443 PROFIT: 15.00% $513 $880 $66 $0 $49 $107 TOTAL: $3,931 $6,750 5508 50 $378 $823 $12,390 CARTER & BURGESS - PUBLIC WORKS ESTIMATED MANHOURS OF EACH WORK TASK ENGINEERING ESTIMATE US 79 WILLIA nSON COUNTY FROM: FM 1460 TO: CR 195 LENGTH = 1.5 MILE February 21, 2000 (US79EXT) SHEET 3 OF 4 CARTER & BURGESS - PUBLIC WORKS ESTIMATED MANHOURS OF EACH WORK TASK ;p 1P iris) DESIGN 0 $50.00 00 $0 $0 00 0 $36.00 50 $ 0 $0 00 $28.00 00 $0 00 $0 028.00 00 00 00 $0 0 0 $25.00 $17.00 $0 $0 $0 $0 50 50 0 VII. ROADWAY TOTAL HOURS: SALARY RATES DIRECT SALARY COST: OVERHEAD MULTIPLIER: 1.6297 PROFIT: 15.00% TOTAL: VIII. PREPARATION OF CONSTRUCTION PLANS TOTAL HOURS: SALARY RATES: DIRECT SALARY COST: OVERHEAD MULTIPLIER: PROFIT: 1.6297 15.00% TOTAL: 0 $50.00 $0 $0 $0 $0 TOTAL CARTER BURGESS PUBLIC WORKS TOTAL HOURS: 45 100 53 0 55 24 277 SALARY RATES: $50.00 $36.00 $28.00 $28.00 $25.00 $17.00 DIRECT SALARY COST: $2,250 93,600 $1,484 $0 $1.375 5408 $9,117 OVERHEAD MULTIPLIER: 1.6297 $3,667 55,867 $2,418 $0 52,241 $665 $14,858 PROFIT: 15.00% $888 $1,420 $585 $0 $542 $161 53,596 TOTAL: 56.804 $10,887 54,488 60 $4,158 $1,234 927,571 24.68% 39.49% 16.28% 0.00% 15.08% 4.48% 100.00% PERCENT OF CARTER & BURGESS PUBLIC WORKS COST: DIRECT COST - CARTER & BURGESS PUBLIC WORKS: Mylar Plots Blueline Reproductions or Printing Survey Materials and Supplies Express Deliveries Auto Mileage Air Travel Lodging Per Diem Auto Rental Telephone & Communications TOTAL DIRECT COST - CARTER & BURGESS PUBLIC WORKS SUMMARY - CARTER & BURGESS PUBLIC WORKS Labor + Overhead + Profit Direct Cost TOTAL CONTRACT COST - CARTER & BURGESS PUBLIC WORKS: ENGINEERING FEE ESTIMATE US 79 WILLIAMSON COUNTY FROM: FM 1460 TO: CR 195 LENGTH = 1.5 MILE 0 $36.00 00 $ o $0 $o 0 Square Feet at $3.50 /Square Foot 800 Square Feet at 50.25 /Square Foot Deliveries at 520.00 /Delivery 400 Miles at $0.315 /Mile 0 Fights at $250.00 /Round Trip 0 Nights at $85.00 /Night 0 Days at 535.00 /Day 0 Days at $60.00 /day February 21, 2000 (US79EXT) SHEET 4 OF 0 0 0 0 $28.00 $28.00 525.00 517.00 50 $0 $0 $0 $0 $0 50 00 $0 00 $0 50 $0 $0 50 $0 $0 $0 $200 $0 00 $126 $0 $0 $0 $0 $0 9326 $27,571 5326 r - 7 L. £'trT' ";. l ,S'.t� 1 Are.'a_ I. PROJECT MANAGEMENT (F.C. 110) A. Coordination and Review B. Contract Administration C. Quality Assurance /Quality Control SUBTOTALS: _.....i`....e .�. 0 �._i y+¢'d... <h .. P 0 - I :.'(.. 5.. ., .,,,n't3%c.'•� 0 �v 0 0 ? 4E �^ 0 ^..t� 0 0 0 0 I. ROUTE AND DESIGN STUDIES (F.C. 120) A. Schematic Design 1. Data Collection 2. Initial Field Reconnaissance 3. Identify Property Ownership 4. Develop Three (3) Alter. Designs 5. Typical Sections 6. Right of Way Requirements B. Design Concept Conference C. Preliminary Cost Estimate SUBTOTALS: 0 0 0 0 III. SOCIAL ECONOMIC 8 ENVIRONMENTAL STUDIES (F.C. 120) A. Environmental Assessment 1. Agency Coordination 2. Purpose and Need for Action 3. Alternatives 4. Socioeconomic Data 5. Field Investigation 6. Land Use 7. Geology and Groundwater B. Noise and Vibration 9. Surface Water Hydrology 10. Air Quality 11. Cultural Resources 12. Ecological Resources 13. Wetlands 14. Endangered Species 15. Relocation 16. Prime Farm Land B. Review and Process SUBTOTALS: 0 0 0 0 0 000000 CARTER & BURGESS - SURVEY 4- LANE BLVD. SECTION ESTIMATED MANHOURS OF EACH WORK TASK ENGINEERING FEE ESTIMATE US 79 WILLIAMSON COUNTY FROM: FM 1460 TO: CR 195 LENGTH = 1.5 MILE February 21, 2000 9EXT) SHEET 1 OF 4 V. PUBLIC INVOLVEMENT (F.C. 120) A. Public Meeting . =.Y - 1 i A "$ x rts'P m&r ' Sb4 "s C. ^. 1. Prepare Meeting Exhibits 2. Assist with Meeting 3. Prepare Draft Summary and Analysis A. Public Hearing 1. Prepare Notice for Public Hearing 2. Assist with Hearing 3. Prepare Final Summary and Analysis SUBTOTALS: 0 0 0 0 0 V. RIGHT OF WAY PLANS (F.C. 130) A. Ownership Data 0 B. Utility Locations 0 C. Right of Way Plans 1. Prepare Right of Way Plans 6 150 2. Calculate Right of Way Req. 15 75 3. Calculate Parcel Areas 14 74 D. Prepare Field Notes & Parcel Plats 12 108 168 E. Research and Tract Analysis 78 F. Notify Utility Owners/Locate Utility 18 23 SUBTOTALS: 0 48 0 126 568 VI. FIELD SURVEYS (F.C. 150) oo A. Establish Horizontal Control 1 8 B. Vert. Control & BM's © (2000') Interivals 1 3 C. Stake Centerline D. Existing Cross Sections and Ties 1. Project and Channel Topo 16 60 72 2. Connecting Roads 3. Drainage Channels 4. Existing Bridges and Culverts 5. Connections to CR 195 & FM 1460 6. Railroad Survey 1 4 5 E. Survey and Stake Right -Of -Way F. Data Coordination /CADD Delivery 2 24 SUBTOTALS: 0 21 0 119 131 0 CARTER & BURGESS - SURVEY 4- LANE BLVD. SECTION ESTIMATED MANHOURS OF EACH WORK TASK ENGINEERING FEE ESTIMATE US 79 WILLIAMSON COUNTY FROM: FM 1460 TO: CR 195 LENGTH = 1.5 MILE February 21, 2000 9EXT) SHEET OF 4 .i Lt. I. PROJECT MANAGEMENT (F.C. 110) "6:, a : • 1 TOTAL HOURS: 0 0 0 0 0 0 0 SALARY RATES: $100.00 $65.00 $110.00 DIRECT SALARY COST: $0 $0 $0 $0 $0 $0 .. OVERHEAD MULTIPLIER: 0 $0' $0 $0 $0 $0 $0 PROFIT: 0.00% $0 $0 $0 $0 $0 $0 TOTAL: $0 $0 $0 $0 $0 $0 $0 II. ROUTE AND DESIGN STUDIES (F.C. 110) TOTAL HOURS: 0 0 0 0 0 0 0 SALARY RATES: $0.00 $100.00 $65.00 $110.00 $0.00 DIRECT SALARY COST: $0 $0 $0 $0 $0 $0 OVERHEAD MULTIPLIER: 0 $0 $0 $0 $0 $0 $0 PROFIT: 0.00% $0 $0 $0 $0 $0 $0 TOTAL: $0 $0 $0 $0 $0 $0 $0 III. SOCIAL E •NOMIC & ENVIRONMENTAL STUDIES (F.C. 120) TOTAL HOURS: 0 0 0 0 0 0 0 SALARY RATES: $0.00 $100.00 $65.00 $110.00 $0.00 DIRECT SALARY COST: $0 $0 $0 $0 $0 OVERHEAD MULTIPLIER: 0 $0 $0 $0 $0 $0' PROFIT: 0.00% $0 $0 $0 $0 $0 TOTAL: 0 $0 0 $0 0 IV. PUBLIC INVOLVEMENT (F.C. 120) TOTAL HOURS: 0 0 0 0 0 0 0 SALARY RATES: $0.00 $100.00 $65.00 $110.00 $0.00 DIRECT S: $0 $0 $0 $0 $0 $0 OVERHEAD 0 $0 $0 $0 $0 $0 $0 0.00% $0 $0 $0 $0 $0 $0 TOTAL: $0 60 $0 $0 $0 $0 $0 V. RIGHT OF WAY PL TOTAL HOURS: 0 48 394 126 0 568 SA $0.00 $100.00 $65.00 $110.00 $0.00 DIRECTSALARY COST: $0 $4,800 $25,610 $13,860 $0 OVERHEAD MULTIPLIER: 0 $0 $0 00 $0 $0 PROFIT: 0.00% $0 $0 $0 $0 50 TOTAL: $0 $4,800 $0 $25,610 $13,860 80 $44,270 VI. FIELD SURVEYS (F.C. 150) saa TOTAL HOURS: 21 0 119 131 0 271 SALARY RATES: $100.00 $65.00 $110.00 $0.00 DIRECT SALARY COST: $2,100 $0 $7,735 $14,410 $0 OVERHEAD MULTIPLIER: 0 $0 $0 $0 $0 $0 PROFIT: 0.00% $0 $0 $0 $0 $0 TOTAL: $2,100 $0 $7,735 $14,410 $0 $24,245 CARTER & BURGESS - SURVEY 4- LANE BLVD. SECTION ESTIMATED MANHOURS OF EACH WORK TASK ENGINEERING FEE ESTIMATE US 79 WILLIAMSON COUNTY FROM: FM 1460 TO: CR 195 LENGTH = 1.5 MILE February 21, 2000 (US79EXT) SHEET 3 OF 4 CARTER & BURGESS - SURVEY 4 - LANE BLVD. SECTION ESTIMATED MANHOURS OF EACH WORK TASK VII. ROADWAY DESIGN (F.C. 160) TOTAL HOURS: SALARY RATES: DIRECT SALARY COST: OVERHEAD MULTIPLIER: PROFIT: SUMMARY - CARTER & BURGESS - SURVEY Labor + Overhead + Profit Direct Cost 0 0.00% TOTAL VIII. PREPARATION OF CONSTRUCTION PLANS TOTAL HOURS: SALARY RATES: DIRECT SALARY COST: OVERHEAD MULTIPLIER: PROFIT: 0 0.00% TOTAL TOTAL CARTER & BURGESS - SURVEY TOTAL HOURS: 0 69 SALARY RATES: $0.00 $100.00 DIRECT SALARY COST: $0 $6,900 OVERHEAD MULTIPLIER: 0 $0 $0 PROFIT: 0.00% $0 $0 TOTAL: '.0 $6,900 PERCENT OF CARTER & BURGESS 0.00% 10.07% SURVEY COST DIRECT COST - CARTER & BURGESS - SURVEY: Mylar Plots Blueline Reproductions or Printing Survey Materials and Supplies Express Deliveries Auto Mileage Air Travel Lodging Per Diem Auto Rental Telephone & Communications TOTAL DIRECT COST - CARTER & BURGESS - SURVEY TOTAL CONTRACT COST - CARTER & BURGESS - SURVEY ENGINEERING FEE ESTIMATE US 79 WILLIAMSON COUNTY FROM: FM 1460 TO: CR 195 LENGTH = 1.5 MILE $ $0.00 50 $0 $0 $100.00 80 00 $0 $0 $100.00 $0 60 $o $o $0 $0 ' $0 $0 $0 $0 $0 60 $a $ 0 $0 $0 0.00% Square Feet at $3.50 /Square Fool Square Feet at $0.25 /Square Foot Deliveries at 520.00 /Delivery Miles al $0.315 /Mile Filghts at $250.00 /Round Trip Nights at 585.00 /Night Days at $35.00 /Day Days at $60.00 /day 0 $65.00 $0 $0 $0 $0 565.00 $0 $o $0 $0 0 $110.00 $0 $0 $0 $0 $110.00 $0 $0 50 60 February 21. 2000 (US79EXT) SHEET 4 OF 4 $0.00 $0 50 80 0 $0.00 $0 $0 $0 $0 $ 0 513 257 0 839 $65.00 $110.00 $0.00 $33,345 $28,270 50 $68,515 $0 $0 $0 50 $0 $0 60 $0 33,345 $28,270 $0 ,515 48.67% 41.26% 0.00% 100.00% $0 50 $1,000 $0 $0 $0 $0 1,000 $68,515 $1,000 S yr : 1 I. PROJECT MANAGE A. Coordination and F 24 24 4 92 B. Contract Administration 24 20 80 C. Quality Assurance/Quality Control 24 24 SUBTOTALS: 80 48 24 0 24 176 I. ROUTE AND DESK A. Schematic Design 1. Data Collection 2. Initial Field Reconnaissance 3. Identify Property Ownership 4. Develop Designs 5. Typical Sections 6. Right of Way Requirements N O B. Design Concept Conference 4 I 2 C. Preliminary Cost Estimate 4 2 III. SOCIAL ECONOMIC W ODV mV RN.02 STUDIES (F.C. 12C A. Environmental Assessment 1, Agency Coordination 2. Purpose and Need for Action 1 Socioeconomic Data 4. Field Investigation 5. Land Use 6. Geology and Groundwater 7. Noise and Vibration 8. Surface Water Hydrology 9. Air Quality 10. Cultural Resources 11. Ecological Resources 12. Wetlands 13. Endangered Species 14. Relocation 15. Prime Farm Land B. Assemble, Review and Process 8 8 SUBTOTALS: 0 8 8 CARTER & BURGESS INC 4 - LANE BLVD. SECTION ESTIMATED MANHOURS OF EACH WORK TASK ENGINEERING FEE ESTIMATE US 79 WILLIAMSON COUNTY FROM: FM 1460 TO: CR 195 ENGTH = 1.5 MIL February 21, 2000 9EXT) SHEET 1 OF 6 IV. PUBLIC INVOLVEMENT (F.C. 120) A. Public Meeting 1. Prepare Meeting Notice and Exhibits 20 2 29 2. Assist with Meeting 4 4 4 4 4 20 3. Prepare Draft Summary and Analysis 2 2 32 4 40 I A. Public Hearing 1. Prepare Notice & Exhibits 1 2 4 6 20 2 37 2. Assist with Hearing 4 4 4 4 4 20 3. Prepare Final Summary and Analysis 2 2 48 8 60 SUBTOTALS: 14 16 16 96 40 24 206 V. UTILITY /R. O. W. COORD. (F.C. 130) A. Ownership Data B. Utility Locations C. Right of Way Plans 1, Prepare Right of Way Plans - :7- , , 2. Calculate Right of Way Req. 3. Calculate Parcel Areas D. Prepare Field Notes E. Research and Tract Analysis F. Notify /Meeting w /Utility Owners 8 24 32 4 SUBTOTALS: 10 24 0 32 4 VI. FIELD SURVEYS (F.C. 150) o c , o ----- . - - , A. Establish Horizontal and Vertical Control B. Establish Benchmarks at (2000) Inlerivals C. Stake Centerline D. Existing Cross Sections and Ties 1. Proposed Roadway Centerline 2. Connecting Roads 3. Drainage Channels - 4. Existing Bridges and Culverts 5. Connections to CR 195 & FM 1460 E. Survey and Stake Right -Of -Way F. Stake Core Test Holes SUBTOTALS: 0 0 0 0 0 CARTER & BURGESS, INC. 4 - LANE BLVD. SECTION ESTIMATED MANHOURS OF EACH WORK TASK ENGINEERING FEE ESTIMATE US 79 WILLIAMSON COUNTY FROM: FM 1460 TO: CR 195 LENGTH = 1.5 MILE February 21, 2000 (US79EXT) SHEET 2 OF 6 CARTER & BURGESS, INC. 4- LANE BLVD. SECTION ESTIMATED MANHOURS OF EACH WORK TASK ROADWAY DESIGN (F.C. 160) A. Geometric Design 1. Horizontal Alignment 2. Vertical Alignment 3. Right -Of -Way Requirements 4. Typical Sections SUBTOTALS: VIII. PREPARATION OF CONSTRUCTION PLANS A. ROADWAY DESIGN (F.C. 180) 1. Tit le Sheet & Index 2 2. Project Layout 1 3. Typical Sections 3 4. Plan and Profile /Intersection Sheets 9 5. Horiz. AIlig. & Cross Slope 2 6. Roadway Summaries 2 7. General Notes and Spec. Data 3 8. Estimate and Quantities 2 9. Utility Layouts 7 SUBTOTAL: 31 B. DRAINAGE (F.C. 161) 1. Drainage Area Maps 2 2. Hydraulic Data 1 3. Drainage Sheet 4 4. Culvert Cross Sec. & Details 3 5. Drainage Details 2 6. Storm Water Pol. Prev. Plan/Eros 5 7. Drainage Summary 1 SUBTOTAL: 18 ENGINEERING FEE ESTIMATE US 79 WILLIAMSON COUNTY FROM: FM 1460 TO: CR 195 LENGTH = 1.5 MILE 4 4 4 2 14 2 2 4 1 1 1 3 2 6 9 4 36 2 1 2 2 2 4 3 8 24 2 2 4 7 4 28 31 109 2 8 16 1 8 8 4 4 16 3 8 24 2 4 B 5 2 10 1 2 2 18 84 10 20 10 10 8 32 10 30 8 16 4 20 4 4 132 10 20 10 10 10 40 10 30 10 20 8 40 s 8 168 February 21, 2000 (US79EXT) SHEET 3 OF 6 22 22 22 17 0 0 0 83 38 19 12 12 27 9 171 19 10 5 30 15 45 15 34 17 133 19 500 16 58 29 29 29 92 23 87 29 46 23 75 15 15 15 402 22 CARTER & BURGESS, INC. 4 - LANE BLVD. SECTION VIII. PREPARATION OF CONSTRUCTION PLANS CONTINUE C. SIGNING AND MARKINGS (F.C. 162) 1. Sign., Strip., and Del. Plan 2. Summary of Small Signs 3. Sign Details 4 SUBTOTAL: 6 D. MISCELLANEOUS ROADWAY (F.C. 163) 1. Traffic Control Plan, Detour 14 Sequence of Construction 2. Signalization (1- Intersection) 0 3. Construction Time Estimates 1 2 4. Landscaping (Conceptual Only) SUBTOTAL 17 E. BRIDGE DESIGN (F.C. 170) 1. Structure Layout 1 2. Abutment Details 2 3. Bent Details 2 4. Beam Details 1 5. Slab Details 1 6. Summary of Structure 1 SUBTOTAL: 8 SUBTOTAL: TOTALS (Prep. of Cons'. Plans) DESIGN TOTALS: 80 PERCENT OF TOTAL HOURS: 2 4 ENGINEERING FEE ESTIMATE US 79 WILLIAMSON COUNTY FROM: FM 1460 TO: CR 195 LENGTH = 1.5 MILE 14 4 4 19 1 2 2 1 1 1 8 0 0 0 82 4.58% z 4 10 4 24 2 4 30 56 0 4 a 68 20 20 8 16 16 32 16 16 12 12 16 16 112 0 0 403 22.53% 10 40 4 4 8 8 52 8 112 14 0 8 8 16 32 152 10 10 16 32 12 24 8 8 8 8 16 16 98 0 0 0 566 31.64% 0 12 48 0 10 10 0 12 12 0 10 140 0 0 0 16 32 0 172 12 70 0 0 16 16 12 24 16 32 4 4 16 16 8 8 100 0 0 0 738 0.00% 41.25% February 21, 2000 (US79EXT) SHEET 4 OF 6 0 0.00% 100.00% 116 29 17 17 25 25 158 26 322 23 0 0 13 13 76 38 411 24 47 47 74 37 90 45 29 29 37 37 41 41 318 40 1,789 0 22 -%t.' . L_. "£ 1 l 11.{ # '�, �'v r 1. PROJECT MANAGEMENT (F.C. 110) .: r l, t i f 1 .�, n . x , ,i - v ° b .. ,1gm 1 . • elcfa+ ' TOTAL HOURS: 80 48 0 24 0 24 176 SALARY RATES: $50.00 536.00 $28.00 528.00 $25.00 $17.00 DIRECT SALARY COST: $4,000 $1,728 $0 5672 $0 5408 OVERHEAD MULTIPLIER: 1.6297 $6,519 $2,816 $0 $1,095 $0 $665 PROFIT: 15.00% 51,578 5682 $0 $265 $0 $161 TOTAL: $12,097 '•5,226 '•0 '•2,032 '•0 51,234 520,588 II. ROUTE AND DESIGN STUDIES (F.C. 110) TOTAL HOURS: 15 28 14 4 20 2 83 SALARY RATES: 550.00 $36.00 528.00 $28.00 $25.00 $17.00 DIRECT SALARY COST: $750 $1,008 $392 $112 $500 $34 OVERHEAD MULTIPLIER: 1.6297 51,222 $1,643 5639 $183 $815 $55 PROFIT: 15.00% $296 5398 $155 $44 $197 513 TOTAL $2,268 $3,048 51,185 $339 $1,512 5103 08.456 III. SOCIAL ECONOMIC & ENVIRONMENTAL STUDIES (F.C. 120) TOTAL HOURS: 3 8 0 260 8 8 287 SALARY RATES: $50.00 $36.00 528.00 528.00 525.00 $17.00 DIRECT SALARY COST: $150 $288 $0 $7,280 5200 5136 OVERHEAD MULTIPLIER: 1.6297 $244 5469 $0 $11,864 $326 5222 PROFIT: 15.00% $59 $114 50 52,872 $79 $54 TOTAL: $454 $871 $0 $22,016 $605 $411 $24,357 IV. PUBLIC INVOLVEMENT (F.C. 120) TOTAL HOURS: 14 16 16 96 40 24 206 SALARY RATES: 550.00 $36.00 528.00 $28.00 525.00 517.00 DIRECT SALARY COST: $700 $576 $448 $2,688 51,000 $408 OVERHEAD MULTIPLIER: 1.6297 $1,141 $939 $730 $4,381 $1,630 $665 PROFIT: 15.00% $276 $227 $177 $1,060 $394 $161 TOTAL: --- V,1 - $1,742 $1,355 $8,124 $3,024 51,234 $17,601 V. UTILITY /R. O. W. COORD. (F.C. 130) TOTAL HOURS: 10 44 24 0 32 4 114 SALARY RATES: $50.00 $36.00 $28.00 $28.00 $25.00 $17.00 DIRECT SALARY COST: 5500 $1,584 $672 50 $800 568 OVERHEAD MULTIPLIER: 1.6297 $815 $2,581 51,095 50 51,304 $111 PROFIT: 15.00% $197 5625 5265 50 $316 $27 TOTAL: $1,512 $4,790 52,032 $0 $2,419 $206 $10,960 VI. FIELD SURVEYS (F.C. 150) TOTAL HOURS: 0 0 7 0 0 0 7' SALARY RATES: $50.00 $36.00 528.00 $28.00 $25.00 $17.00 DIRECT SALARY COST: 50 $0 5196 50 $0 $0 OVERHEAD MULTIPLIER: 1.6297 $0 50 5319 $0 $0 $0 PROFIT: 15.00% $0 50 $77 $0 $0 $0 TOTAL ' '•1 '•593 '.0 '•0 '•0 '•593 CARTER & BURGESS, INC. 4 - LANE BLVD. SECTION ESTIMATED COST OF EACH WORK TASK ENGINEERING FEE ESTIMATE US 79 WILLIAMSON COUNTY FROM: FM 1460 TO: CR 195 LENGTH = 1.5 MILE February 21. 2000 (US79EXT) SHEET 5 OF 6 CARTER & BURGESS, INC. 4- LANE BLVD. SECTION ESTIMATED COST OF EACH WORK TASK 403 $36.00 $14,508 $23,644 $5,723 $43,874 566 $28.00 515,848 $25,827 $6,251 $47,927 0 $28.00 $0 $0 $0 $0 32 $25.00 $800 $1,304 $316 $2,419 738 $25.00 $18,450 $30,068 $7,278 $55,796 $7,542 $159,996 ROADWAY DESIGN (F.C. 160) TOTAL HOURS: SALARY RATES: DIRECT SALARY COST: OVERHEAD MULTIPLIER: 1.6297 PROFIT: 15.00% TOTAL: VIII. PREPARATION OF CONSTRUCTION PLANS TOTAL HOURS: SALARY RATES: DIRECT SALARY COST: OVERHEAD MULTIPLIER: 1.6297 PROFIT: 15.00% TOTAL: TOTAL CARTER & BURGE -, INC.: TOTAL HOURS: SALARY RATES: DIRECT SALARY COST: OVERHEAD MULTIPLIER: PROFIT: 1.6297 15.00% TOTAL: PERCENT OF CARTER & BURGESS COST: $50.00 $350 $570 $138 $1,058 82 550.00 $4,100 $6,682 $1,617 $12,399 211 $50.00 $10,550 $17,193 $4,162 $31,905 12.76% DIRECT COST - CARTER & BURGESS, INC.: Mylar Plots Blueline Reproductions or Printing Survey Materials and Supplies Express Deliveries 1 Auto Mileage (Incl. 18" Waterine Oversight) 1,00 Air Travel Lodging Per Diem Auto Rental Telephone, Communications and Advertisements Court Recorder & Transcriber Geotechnico0Pavement & Foundation Design - Raba- Kistner- Brytest TOTAL DIRECT COST - CARTER & BURGESS, INC. SUMMARY - CARTER & BURGESS, INC. Labor + Overhead + Profit Direct Cost TOTAL CONTRACT COST - CARTER & BURGESS, INC, ENGINEERING FEE ESTIMATE US 79 WILLIAMSON COUNTY FROM: FM 1460 TO: CR 195 LENGTH = 1.5 MILE 30 3,60 14 $36.00 $504 $821 $199 $1,524 561 $36.00 $20,196 $32,913 $7,966 $61,076 24.42% 30 0 $28.00 $28.00 $840 $0 $1,369 $0 $331 $0 $2,540 $0 Square Feet at $3.50 /Square Foot Square Feel at $0.25 /Square Foot Deliveries at $20.00 /Delivery Miles at $0.315 /Mile Flights at $250.00 /Round Tnp Nights at $85.00 /Night Days at $35.00 /Day Days at $60.00 /day February 21, 2000 (US79EXT) SHEET 6 OF 6 0 517.00 $0 $D'. 50 $0 0 $17.00 $0 $0 $0 $0 83 657 384 870 62 2,745 $28.00 $28,00 $25.00 $17.00 $18,396 $10,752 $21,750 51,054 $82,698 $29,980 $17,523 $35,446 $1,718 $134,773 $7,256 $4,241 $8,579 $416 $32,621 955,632 $32,516 $65,775 82,187 6250,092 22.24% 13.00% 26.30% 1.27 %I 100.00% $1,050 $900 $0 5240 $315 $o $o $0 $0 $228 $550 $8,000 511,283 $250,092 $11,283 Act ID Description Early Start Early 2000 2001 Finish APR MAY JUN JUL AUG SEP OCT NOV DEC JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DE• 1000 1030 1060 1070 1080 1090 1095 1100 1110 1120 1130 1140 1150 1160 1170 1180 1190 1200 1210 1220 1230 1240 1260 1270 1280 1285 1290 Page number 1A Project Management Prepare Schematic (Prelim. & Final) Draft Environmental Assessment Submit Draft Environmental Assessment Agency Review Respond to Reviewing Agency Comments Agency Review Reviewing Agency Approval for Further Processing Advertise Public Hearing Hold One (1) Public Hearing Prepare Transcript, Summary, and Analysis Prepare Final Environmental Assessment Agency Review Notice of Approved Environmental Assessment Field Surveys (DTM & Property) ROW Plans and Procurement Adjust Utilities Geotechnical Design Geometric Roadway Design Hydraulic Design Structural Design 18' Water Relocation Design Landscape Design (Conceptual) Plans, Specifications, and Estimates Submit PS &E PS &E Review Proposed Letting Date Start date 03APR00 Finish date 2Dated. 1 Dated 03APR00 Run data 23FEB00 0 Primavera S ys%ms, Inc. PROJECT SCHEDULE US 79 - FROM FM 1460 TO CR 195 03APR00 2 9JUN01 03APR00 31JUL00 02MAY00 28JUN00 28JUN00 29JUN00 26SEPOO 27SEPOO 100CT00 11OCT00 260CT00 260CT00 270CT00 30NOV00 30NOV00 19DECOO 20DEC00 21DECOO 22DECOO 15JANO1 15JANO1 3OMAY00 30JUN00 3OMAY00 03APRO1 30MAY00 03APRO1 3OMAY00 27JUN00 27JUN00 29SEPOO 01AUG00 020C100 01AUG00 270CT00 27JUN00 25AUG00 01AUG00 02NOV00 01AUG00 02JANO1 02JANO1 03JANO1 02APRO1 02MAY01 Prepare Schematic (Prelim. & Final) Draft Environmental Assessment I •Submit Draft Environmental Assessments Agency Review m Respond to Reviewing Agency Comments , Z116, Agency Review Reviewing Agency Approval for Further Processing . Advertise Public Hearing HoId One (1) Public Hearing Prepare Transcript, Summary, and Analysis O'Prepare Final Environmental Assessment A gency Review • Notice of Approved Environmen LtL� Fie d Surveys (DTM & P operty) al Assessment ROW Plans and P ocuremen Adjust Utilities A 1 A I Geotechnical Design T 4 Geometnc Roadway Design TT Hydraulic Design I ° \Structural Design T ■ 18" Water Relocation Design 'I Landscape Design (Co Plans, Specifications, and Es imates *Submit PS &E ZILMIt,PS&E Review * Proposed Le Project Management ing Date a Eary start point 0 Early finish point Early bar • Start rmlestone point • Finish milestone point s I N e US Hvey 79 from FM 1460 to CO.RD.195 1`N DATE: March 18, 2000 SUBJECT: City Council Meeting — March 23, 2000 ITEM: 13.A.4. Consider a resolution authorizing the Mayor to execute a contract with Carter & Burgess, Inc., for engineering services to design a 4- lane divided section on US 79 from FM 1460 to CR 195 to include bridge design at Arterial A. Staff Resource Person: Jim Nuse, Public Works Director.