Loading...
R-00-05-25-11C4 - 5/25/2000P N Q , ,\ CITY OF ROUND ROCK d V % ? o iinitltl ,: Mayor Robert A. Stluka, Jr. Mayor Pro-tem Martha A. Chavez Council Members Tom Nielson Earl M. Hairston Rick Stewart Earl Palmer Junmy Joseph City Manager Robert L Bennett, Jr City Attorney Stephan L. Sheets June 15, 2000 Mr. Billy L. Huggins Rodriguez & Huggins, Inc. 11211 Taylor Draper Lane Austin, Texas 78759 Dear Mr. Huggins: 221 East Main Street Round Rock, Texas 78664 512- 218 -5400 The Round Rock City Council approved Resolution No. R- 00- 05- 25 -11C4 at their regularly scheduled meeting on May 25, 2000. This resolution approves the contract for engineering services related to the Mays Street Sidewalk Improvements from Bowman Street to Old Settlers Road. Enclosed is a copy of the resolution and agreement for your files. If you have any questions, please do not hesitate to contract Jim Nuse at 218 -5555. Sincerely, Christine Martinez ( � J Assistant City Secretary Enclosures Fax: 512-218-7097 1 -800- 735 -2989 TDD 1-800-735-2988 Voice www.ci.round- rock.tx.us T A. STLUKA,LdR., Mayor A EST: City of Round Rock, Texas I, ANNE LAND, City Secretary WHEREAS, the City of Round Rock desires to retain engineering services for the Mays Street Sidewalk Improvements from Bowman Street to Old Settlers Boulevard, and WHEREAS, Rodriguez & Huggins, Inc. has submitted a contract to provide said services, and WHEREAS, the City Council desires to enter into said 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 a contract with Rodriguez & Huggins, Inc., for the Mays Street Sidewalk Improvements from Bowman Street to Old Settlers Boulevard, a copy of said contract 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 25th day of K:\ WPDOCS \AESOLDTI\RO0525C4.WPD /sc RESOLUTION NO. R- 00- 05- 25 -11C4 STATE OF TEXAS COUNTY OF WILLIAMSON THIS CONTRACT FOR ENGINEERING SERVICES (a Contract) is made by and between the City of Round Rock, 221 E. Main St., Round Rock, Texas 78664, hereinafter called "City" and Rodriguez & Huggins. Inc., having its principal business address at 11211 Taylor Draper Lane, Austin, Texas 78759, hereinafter called "Engineer" for the purpose of contracting for engineering services. WHEREAS, Government Code, Chapter 2254, Subchapter A, "Professional Services Procurement Act" provides for the procurement of professional services of engineers; and engconnc.WHM/spectw WITNESSETH Contract No. WHEREAS, the City desires to contract for engineering services described as follows: Preparation of total bid package to include assistance in completion of the various sheets. calculation of plan quantities. preparation of the supporting documents required for letting by TxDOT and the preparation of General Notes and Estimate & Quantity Sheets usin information furnished b the Cit . Mana • ement of North Ma s Side . alk Pro "ect ill also be overseen by the Engineer and monthly progress reports will be submitted to the City. AGREEMENT NOW, THEREFORE, the City and the Engineer, in consideration of the mutual covenants and agreements herein contained, do hereby mutually agree as follows: ARTICLE 1 SCOPE OF SERVICES TO BE PROVIDED BY CITY 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. Page 2of13 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. ARTICLE 3 CONTRACT PERIOD 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 November 30. 2000 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. 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, exfend 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. The City shall pay and the Engineer agrees to accept the cost -plus not to exceed amount shown below as full compensation for the engineering services to be performed under this Contract. The not to exceed amount payable under this Contract without modification of the Contract is cost plus not to exceed $ 24,727.25 as shown in Attachment D - Fee Schedule. The not to exceed 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. engconhc WHM/spectw ARTICLE 4 COMPENSATION Page 3 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. 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 H -2. Payment of the not to exceed fee will be based on the actual work and reimbursable costs as 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. 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. 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. engconlrc.WHM/speclw ARTICLE 5 METHOD OF PAYMENT ARTICLE 6 NOTICE TO PROCEED ARTICLE 7 PROGRESS At the request of the City or the Engineer, conferences shall be provided at the Engineer's Page 4 of 13 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. 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. 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. engcontrc WHM/spectw ARTICLE 9 ADDITIONAL WORK Page 5 of 13 ARTICLE 10 CHANGES IN WORK 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. 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 furnished 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. e ngconUc. W HAb'spec tw ARTICLE 12 OWNERSHIP OF DOCUMENTS ARTICLE 13 PERSONNEL, EQUIPMENT AND MATERIAL The Engineer shall furnish and maintain, at its own expense, quarters for the performance Page 6 of 13 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 Provider may not change the Project Manager without prior consent of the City. ARTICLE 14 SUBCONTRACTING 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. engcontrc WH?tspectw No subcontract relieves the Engineer of any responsibilities under this Contract. ARTICLE 15 EVALUATION OF WORK 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. 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. 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. Page 7 of 13 ng oocc.WHM/sactw 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 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. Page 8 of 13 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's compensation 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. engconkc.WHM/spectw ARTICLE 19 COMPLIANCE WITH LAWS ARTICLE 20 INDEMNIFICATION ARTICLE 21 ENGINEER'S RESPONSIBILITY 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. 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. Page 9 of 13 engconvc WH 4'spectw 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 fmal 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 DEBARMENT, SUSPENSION AND DISCIPLINARY ACTION 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. ARTICLE 27 COPYRIGHTS 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. Page l0 of 13 engono-c WHM/spn. ARTICLE 28 COMPUTER GRAPHICS FILES 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. ARTICLE 29 SUCCESSORS AND ASSIGNS 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. ARTICLE 30 SEVERABILITY In the event any one or more of the provisions contained in this Contract shall for any reason, be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provision thereof and this Contract shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. ARTICLE 31 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. Page 11 of 13 engcont c WHMIspectw City of Round Rock Attn.: City Manager 221 E. Main St. Round Rock, TX 78664 with copy to: Stephan L. Sheets City Attorney 309 E. Main St. Round Rock, Texas 78664 ARTICLE 32 NOTICES All notices to either party by the other required under this Contract shall be personally delivered or mailed to such party at the following respective address: Engineer: Rodriguez & Huggins, Inc. Attn.: Bill Huggins 11211 Taylor Draper Lane Austin, Texas 78759 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. K Y col (iOv_ HVc fns Inc- THE ENGINEER By: &A.1. Si By. 1B l at L. 1--i u-yq h r Printed Name V1c..Irt (cie Title Date Ci :'•ou.Rok (Ildf'/ LIST OF ATTACHMENTS engconnc.WHM/speclw rt A. Stluka, Jr., ARTICLE 33 SIGNATORY WARRANTY ayor 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 Attaclunent F - Supplemental Work Authorizations, if applicable Attachment G - Certificate of Insurance, if applicable Page 13 of 13 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: I. Complete Plan set, including standards, with the exception of General Notes and Estimate & Quantity Sheets. 2. Provide for reproduction and assembly of Project Manuals required for the project. 3. Provide necessary coordination with TxDOT for review and processing of letting. 4. Obtain approval for letting and schedule, advertise, provide information to contractors and award the project. engcontre.WHM'spectw EXHIBIT B SERVICES TO BE PROVIDED BY THE ENGINEER 1. The work effort and the management of 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. 2. The Engineer shall provide assistance to the City of Round Rock Engineering Staff by review of the City's plan set, provide assistance in completion of the various sheets, calculation of plan quantities and by preparation of the supporting documents required for letting by TxDOT. The Engineer shall prepare the General Notes and Estimate & Quantity Sheets using information furnished by the City. 3. All work is subject to the review and approval of the City of Round Rock and TxDOT. The City will be responsible for providing the approval and Engineer's seal and signature of the total bid package. Review comments will be incorporated into the finished document and forwarded to the City for reproduction and binding of the bid documents. 4. The Engineer will provide assistance with the letting process and provide a recommendation for acceptance /rejection of the bid proposals. engcontrc.WHIWspectw EXHIBIT D City of Round Rock Contract No. Work Authorization LABOR COSTS: DIRECT OVERHEAD TOTAL FIXED FEE TAL )ST F.C, 110 ROUTE AND DESIGN STUDIES F.C. 120 ENVIRONMENTAL STUDIES F.C, 130 RIGHT OF WAY PLANS F.C, 150 FIELD SURVEYS / MAPPING F.C, 160 ROADWAY DESIGN CONTROLS F.C. 161 DRAINAGE F.C. 162 SIGNING, MARKINGS, AND SIGNALIZATION F.C, 163 MISCELLANEOUS (ROADWAY) F.C, 170 BRIDGE DESIGN TOTALS 8 8 vi .41 w xlw w ww »w e1 u� r M 0 61 w y1 0 69 0 M CO N W W IR 19 M 61 W 0 0 O 0 CO N M OW 61 0 61 W 0 8 P § Y 6,658.00 $ 13,419.90 $ 22,077.90 $ 2,649.35 11 $ 24,727.25 DIRECT COSTS: EXPENSES: Final Ortho-photography Plots MAeago Airline Flights Per D,ern Mail & Deliveries TOTAL EXPENSES RATE QUANTITY TOTAL i el h M IN H 0 0 W 0 M 0 19 M 19 $ - SUB- CONTRACTS: TOTAL SUB - CONTRACTS TASK TOTAL 1$ . TOTAL DIRECT COSTS $ TOTAL. COST $ 24,727.25 Rodriguez & Huggins, Inc Sidewalk Project City of Round Rock R & H SHEET COUNT Contract No. Work Authorization F.C. 160 ROADWAY DESIGN CONTROLS Scale No Hrs/ Ea T de Sheet Sheet Index Prof. Layout, Typicals,XSlope & Horiz Align Data Typical Sections Horizontal Align Data Cross Slope Data General Notes Plan Sheets Intersection Details Miscellaneous Dates Driveway Details 1 1 2 20 0 24 0 30.0 0.0 00 0.0 27 0 100 0.0 27.0 0.0 FC 160 Total B 14.25 F.C. 161 DRAINAGE Scale No Firs /Ea Drainage Area Maps & Hydr Computations! Data Hydraulic Computations / Data Bndge Hydraulic Data Storm Sewer Plan / Profile Culvert Cross Section and Details Bndge Class Culvert Layouts Channel Plan / Profile Mao Drainage Details SW3P Permanent Erosion Cadml Summary of Drainage & Erosion Control Inlet and Manholes Summary Structure Summary Erosion Control Summary 1" =200' t =5 1"=100' 3 0 00 0.0 32 0 0.0 0.0 0.0 0.0 25 0 24.0 22.0 00 00 0.0 FC 161 Total 0.00 F.C. 162 SIGNING, MARKINGS, AND SIGNALIZATION Scale No Hrs /Ea Signing and Pavement hfarldng Flans Signal General Notes Signal Existing Conditions Signal Layout Signal Elevations Signal Phasing Signal Winng TSFD -Traffic Signal Foundation Standard Signal Summary Summary of Signing and Pavement Markings Striping and Pavement Marking Standards Signal Standards 1" =100' 1".50' 1' =50' 26.0 2.0 0.0 350 28.0 24.0 24.0 21.0 25.0 24 0 20 2.0 FC 162 Total 0 0.00 F.C.163 MISCELLANEOUS (ROADWAY) Scale No Hrs /Ea Sequence Detals, Typicals & Notes Traffic Control Plan Traffic Control Plans (Typical Sections) Detour Plan / Profile Detour/Misc Details Badge Sequence Detals/Typicals General Notes Estimate & Quantity Sheets Summary of Quantities Miscellaneous Standard Sheets Bidding & Letting Documents 1"=100' 1 1 24 29.0 26.0 0.0 00 0.0 00 29.0 35.0 30.0 2.0 2.0 FC 163 Total 26 4.30 F.C. 170 BRIDGE DESIGN Spa No Ha /Ea Bridge Layouts Bridge Detals Bridge Summanes 0.0 0.0 0.0 FC 170 Total 0 000 PLAN SET TOTAL Rodriguez & Huggins, tie 34 13.04 R & H MANHOUR SUMMARY Sidewalk Project Contract No. City of Round Rock Work Authorization F.C. 110 ROUTE AND DESIGN STUDIES Project Manager Engineer N Engr Spec N Engineer III Engr Spec III Engineer 11 Engr Tech III Sub -total F.C. 120 ENVIRONMENTAL STUDIES F.C. 130 RIGHT OF WAY PLANS Manhours Rate 0 $38.00 $ 0 $38.00 $ 0 $38.00 $ 0 $36 00 $ o $36.00 $ 0 $34 00 $ o $25 00 $ o $ Manhours Project Manager 0 $38.00 $ Engineer N 0 538.00 $ Engr Spec N 0 538 00 $ Engineer III 0 536 00 $ Engr Spec III 0 _ $36.00 $ Engineer II 0 534.00 $ Engr Tech III 0 525.00 $ Sub -total 0 $ Manhours Project Manager 0 $38.00 $ Engineer N 0 538.00 $ Engr Spec N 0 538.00 $ Engineer 111 0 536.00 $ Engr Spec 111 0 $36.00 $ Engineer II 0 $34.00 $ Engr Tech 111 0 $25.00 $ Sub -total 0 $ Direct Labor Rate Direct Labor Rate Direct Labor F.C. 150 FIELD SURVEYS / MAPPING Manhours Rate Direct Labor Project Manager 0 $38.00 $ Engineer N 0 $38.00 $ Engr Spec N 0 538.00 $ Engineer 111 0 536.00 $ Engr Spec III 0 536.00 $ Engineer II 0 $34.00 $ Engr Tech III 0 $25.00 $ Sub -total 0 $ R°oarlduei 8 Hu . . ins: �ne Sidewalk Project City of Round Rock F.C. 163 MISCELLANEOUS (ROADWAY) R & H MANHOUR SUMMARY Contract No. Work Authorization F.C. 160 ROADWAY DESIGN CONTROLS Manhours Rate Direct Labor Project Manager 5 538.00 $ 190.00 Engineer IV 5 $38.00 $ 190.00 EngrSpec 15 538.00 $ 570.00 Engineer III 13 536.00 $ 468.00 Engr Spec I11 8 $36.00 $ 288.00 Engineer 11 8 $34.00 $ 272.00 Engr Tech III 61 525.00 $ 1,525 00 Sub -total 115 $ 3,503.00 F.C. 161 DRAINAGE Manhours Rate Project Manager 0 $38.00 $ Engineer N 0 538.00 $ Engr Spec IV 0 538.00 $ Engineer III 0 $36.00 $ Engr Spec III 0 $36.00 $ Engineer II 0 $34.00 $ Engr Tech III 0 $25.00 $ Sub -total 0 $ Direct Labor F.C. 162 SIGNING, MARKINGS, AND SIGNALIZATION Manhours Rate Direct Labor Project Manager 0 538.00 $ Engineer N 0 538.00 $ Engr Spec IV 0 538.00 $ Engineer III 0 536.00 $ Engr Spec 111 0 $36.00 $ Engineer II 0 $34.00 $ Engr Tech III 0 $25.00 $ Sub -total 0 $ Manhours Rate Direct Labor Project Manager 7 538.00 $ 266.00 Engineer IV 12 538.00 $ 456.00 Engr Spec IV 15 $38.00 $ 570 00 Engineer III 23 536.00 $ 828.00 Engr Spec III 63 536.00 $ 2,268.00 Engineer II 13 534.00 $ 442 00 Engr Tech III 13 525.00 $ 325.00 Sub -total 146 $ 5,155.00 F.C. 170 BRIDGE DESIGN Manhours Rate DlrectLabor Project Manager 0 $38.00 $ Engineer IV 0 538 00 $ Engr Spec IV 0 $38.00 $ Engineer III 0 $36.00 $ Engr Spec III 0 $36.00 $ Engineer II 0 $34.00 $ Engr Tech 111 0 $25.00 $ Sub -total 0 $ Rodnguez & Huggins, Inc F.C. 162 SIGNING, MARKINGS, AND SIGNALPATION PM E4 SP4 E3 SP3 E2 ET3 Total CADD t,00rdlnation of sutrmnsuhans Signing Schematic EHsting Sign and Marking Inventory Dialing Signal Layout Inventory Signing and Pavement Maddng Flans Signal General Notes Signal Ex /sting Conddlons Signal Layout Signal Elevations Signal Phasing Signal Wiring TSFD -Traffic Signal Foundation Standard Signal Summary Summary of Signing and Pavement Marldngs Signal Standards , 0000000 0000dd00000000 00000000000000 000 0000ddddddddod od000od000000000 00000000000000 0000000000000 of 000000dddoddOo 0000000a000000l dddddaddoododd 0000000 �dd00000a00000 o o00000 000 '0 0dododd0doo FC 162 Total 0 0 0 0 0 0 o 1 - 0 - 0 F.C. 161 DRAINAGE 1 PM E4 SP4 E3 SP3 E2 ET3 Total CADD Coordination or sobconsun0Ms Drainage Area Maps & tlydr Computations / Data Hydraulic Computations 1 Data Bndge Hydraulic Data Storm Sewer Plan! Pm61e Cation Cross Section and Details Budge Class Culvert Layouts Channel Plan 1 Patio Misc Drainage Details SW3P Pemanent Erosion Control Summary of Drainage & Erosion Contra Inlet and Manholes Summary Structure Summary Erosion Control Summery 00000000000000 00000 0ooa00000 000000 ood00000000000 a0000000000000 000 000000000aoddo 00000000000000 000 0000 00 odddoa0oddd0dd 000000000000od '0000000 ooadodd FC 161 Total 0 0 0 0 0 0 0 0,0 0 F.C.163 MISCELLANEOUS(ROADWAY) PM E4 SP4 E3 SP3 E2 ET3 Total CADD Coordination or subcaauttants Sequence Details, Typtcds & Notes Traffic Control Plan Traffic Control Rem (Typical Sections) Detour Plan 1 Profile DetourtMisc Detans Bridge Sequence Details/Typicals General Notes Estimate & Quantlty Sheets Summary d Quantities Review d Plans for TtOOT compliance Bidding & Letting Documents O O O O O O O N O 0 0 Gd0000Gt�01 d0 00 O O O O O O O N 0 C) O O O O 0000 0 0 0 0 d0000 0 0 0 0 0 0 0 0 d O O d 0 0 0 ' m 0 0 0 0 0 0 0 0 0 0 G O O O O O d n �G G 0 0 0 0 0 0 0 0 0 G C O O d d G � G O O O 0 0 0 0 0 0 `i n; O 0 0 0 0 0 �O+!! ��DD ' O O O O O O O d 0 0 g FC 163 Total 7 12 15 23 63 13 13 146.0 0 F.C. 160 ROADWAY DESIGN CONTROLS PM E4 SP4 E3 SP3 E2 Total CADD Coordination of sub - consultants Tale Sheet Sheet Index Prof. Layout, Typcals,XSlope & Nona Align Data Typical Sections Horizontal Align Data Cross Slope Data General Notes Flan Sheets Intersection Details Miscellaneous Details Driveway Details 5 000000:71;`i000r 5 a00000nfoao� 'N Nodd 'o 15 00000 moony' 00 '000mm ��ILLL... 13 o iy 00000ou o d 0o' 8 000000cif oo0t 8 0 0 0 0 h. 00 o0owfoo 0 61 7100 o000 ema0ccoo 115.0 0 3o00d § 0 i • 000 oodddd600dd° FC 160 Total F.C.170 BRIDGE DESIGN PM E4 SP4 E3 SP3 E2 ET3 Total CADD Coordlnauon of sub-consultants Bridge layouts Bridge Details Bridge Summaries 000 nod 000 odo I 000 000 0 0 odd', 000 ddd 000 '000 FC 170 Total ,,, �,p • . • Ix, 0 0 0 0 0 _ 0 0 0 Sidewalk Project City of Round Rock Contract No. Work Authorization i DATE: May 19, 2000 SUBJECT: City Council Meeting — May 25, 2000 ITEM: 11.C.4. Consider a resolution authorizing the Mayor to execute a contract with Rodriguez & Huggins, Inc. for engineering services related to the Mays Street Sidewalk Improvements from Bowman Street to Old Settlers Road. The cost of the contract for this Federal Aid Project: STP 97(649) MM, CSJ: 0015 -16 -016, is for $24,727.25 cost -plus and will not exceed this amount. Also, due to Federal Funding we anticipate an amendment to this contract for the construction management. Staff recommends approval of the contract. Staff Resource Person: Jim Nuse, Public Works Director.