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.