R-00-07-13-10D6 - 7/13/2000K \ HPOOCS \RESOLUTI \ROO713D6.HPD /ee
RESOLUTION NO. R - 00 07 13 - 10D6
WHEREAS, the City of Round Rock desires to retain engineering
services for the preparation of plans, specifications and estimates for
the construction of Double Creek Drive and Forest Creek Boulevard and
the associated underground storm sewer system, bridge crossing and
culvert crossing, and
WHEREAS, Gray • Jansing & Associates, Inc. has submitted a
contract to provide said services, and
WHEREAS, the City Council desires to enter into said contract
with Gray • Jansing & Associates, 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 Gray • Jansing & Associates, Inc.,
for the preparation of plans, specifications and estimates for the
construction of Double Creek Drive and Forest Creek Boulevard and the
associated underground storm sewer system, bridge crossing and culvert
crossing, 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 13th day of July, 2000.
ATTEST:
LAND, City Secretary
2
City of Round Rock, Texas
STATE OF TEXAS
COUNTY OF WILLIAMSON:
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 Gray • Jansing
& Associates, Inc., having its principal business address at 8217 Shoal Creek Blvd., Suite 200, Austin,
Texas 78757 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:
Prepare plans, specifications and estimates for the construction of Doublecreek Drive and Forest
Creek Blvd. and the associated underground storm sewer system, bridge crossing and culvert crossings.
Doublecreek Drive will be a four -lane divided roadway extending from Gattis School Road to the
proposed Round Rock Ranch Subdivision. Forest Creek Blvd. will be a four -lane divided roadway
extending from Doublecreek Drive to the existing endpoint of Forest Creek Blvd. in the Lake Forest
Subdivision.
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.
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.
Page 1 of 12
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 July 1, 2002 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, 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.
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
$538,860 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.
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
Page 2 of 12
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 H -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 eamed 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.
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 12
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
Page 4 of 12
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.
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.
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 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
Page 5 of 12
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.
ARTICLE 13
PERSONNEL, EQUIPMENT AND MATERIAL
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 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.
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
Page 6 of 12
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.
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
Page 7of12
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 valueto 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'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.
ARTICLE 20
INDEMNIFICATION
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.
ARTICLE 21
ENGINEER'S RESPONSIBILITY
Page 8 of 12
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.
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, conunission,
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 fumish 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.
Page 9 of 12
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
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.
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.
Page 10 of 12
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.
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:
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
Engineer: Gray ♦ Jansing & Associates, Inc.
Attn.: David W. Gray
8217 Shoal Creek Blvd., Suite 200
Austin, Texas 78757
Page 11 of 12
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.
THE ENGINEER
Printed Name
/ /
Title
6 / 3 /dam
Date
Ci ' : d Rock '
fffi 1.°14r
~ert A. Stluka, Jr., Maye
LIST OF ATTACHMENTS
Attachment A
Attachment B
Attachment C
Attachment D
ARTICLE 33
SIGNATORY WARRANTY
Services to be Provided by the City
Services to be Provided by the Engineer
Work Schedule, if applicable
- Fee Schedule
Page 12 of 12
ATTACHMENT A
SERVICES TO BE PROVIDED BY THE CITY OF ROUND ROCK
The City of Round Rock will furnish to the Engineer the following items /information:
EXISTING INFORMATION ALONG CORRIDOR
1. Copies of as -built construction plans.
2. Utility information (plans, maps, etc.) archived within the City of Round Rock.
3. Subdivision plats and site plans along Doublecreek Drive to Forest Creek
Blvd.
RIGHT -OF -WAY (ROW)
1. Assist in the utility coordination process.
2. Assist in ROW acquisition process.
FIELD SURVEYING
1. Provide all survey information to date.
ROADWAY DESIGN CONTROL
1. Design speed and specific criteria for project design.
DRAINAGE DESIGN
1. Provide available information on existing drainage facility.
2. Provide Hydraulic design criteria for project design.
3. Provide standard details as necessary.
SIGNING, PAVEMENT MARKINGS AND SIGNALIZATION
1. Provide standard details as necessary.
MISCELLANEOUS (ROADWAY)
1. Provide direction necessary to permit decisions for aesthetic treatment of
structures and landscaping.
2. Coordinate and host utility coordination meetings.
3. Prepare and coordinate any Utility Agreements as required.
4. Provide standard detail sheets, general note library, and specification as
necessary.
ATTACHMENT B
E I Al
E TtiBE IEIB
E IN E
The work effort and the management for the project included in this contract will be conducted in
the Engineer's office in Austin, Texas. The Engineer will be readily accessible to the City of
Round Rock staff and will meet with the City's project manager as necessary. Monthly progress
reports will be submitted, which will detail on -going work as well as work accomplished since
the previous report. The Engineer will prepare a memorandum documenting progress meetings.
When feasible, the City's standard drawings and specifications of previously approved special
provisions/specifications will be utilized. If a special provision or special specification must be
developed under this contract, it shall be in the City's format, and, to the extent possible,
incorporate references to the City's approved test procedures.
All work is subject to the review and approval of the City of Round Rock. The Engineer will
work with the city's project manager on items that require preliminary approval.
The Engineer will incorporate all plans furnished by the City into one complete set of engineering
documents.
The Engineer will solicit and secure written permission for entry to accomplish any work within
the proposed right -of -way. The Engineer is fully responsible for any traffic control required from
any data collection activities. The control must be consistent with the City's procedures. The
Engineer may not close a lane of traffic without the written approval of the City's Project
Manager. All survey work shall be done in accordance with Texas Board of Professional
Surveyors "Manual of Practice for Land Surveying."
GENERAL
The scope of services to be provided for Doublecreek Drive and Forest Creek Blvd. consists of
the design of a four -lane divided roadway section with an underground storm sewer system.
Doublecreek Drive will extend from Gattis School Road to the proposed Round Rock Ranch
subdivision. Forest Creek Blvd. will extend from Doublecreek Drive to the existing endpoint of
Forest Creek Blvd. in the Lake Forest subdivision, and includes a bridge crossing and two culvert
crossings. Right -of -way will be acquired for the entire Project.
Doublecreek Drive will extend from Gattis School Road to the boundary of the proposed Round
Rock Ranch subdivision and will contain approximately 4,540 feet of roadway centerline. A
signal will be required at the intersection of Doublecreek Drive and Gattis School Road.
Forest Creek Blvd. will extend from Doublecreek Drive to the existing endpoint of Forest Creek
Blvd. in the Lake Forest subdivision and will contain approximately 8,670 feet of roadway
centerline. Forest Creek Blvd. will include a bridge crossing at Dyer Creek and two culvert
crossings. A signal will be required at the intersection of Doublecreek Drive and Forest Creek
Blvd.
The following design standards shall be used:
1. AASHTO A Policy on Geometric Design of Highways and Streets
2. TxDOT Standard Specifications, Special Provisions and Special Specifications
3. TMUTCD Texas Manual on Uniform Traffic Control Devices
4. TxDOT Storm Water Management Guidelines for Construction Activities
5. City of Round Rock Comprehensive Transportation Master Plan
6. City of Round Rock Subdivision Regulations
DESIGN AND APPROVAL PHASE
The Engineer shall provide the following engineering services required for the
preparation of the construction plans and specifications:
RIGHT -OF -WAY (ROW)
1. Participate in the utility coordination process.
2. Develop proposed ROW requirements for Doublecreek Drive and Forest Creek Blvd.
3. Prepare legal descriptions for ROW parcel acquisition.
4. Prepare easement descriptions with sketches for any necessary drainage easements.
5. Property line location for ROW parcel acquisition.
FIELD SURVEYING
1. Identify existing utility information, determine area of conflicts and field locate
conflicting utility lines both horizontally and vertically.
2. Prepare design survey information including all vertical and horizontal data
collection in the field for the proposed Project roadway alignment.
3. Provide to Contractor horizontal and vertical datum for construction of Project.
ROADWAY DESIGN CONTROL
1. Define the horizontal and vertical alignment of roadways.
2. Provide design cross- sections.
3. Prepare typical sections.
4. Develop plan/profile sheets.
5. Develop intersection/driveway details.
6. Miscellaneous roadway details.
DRAINAGE, CULVERT AND BRIDGE DESIGN
1. Prepare drainage area maps showing existing conditions and proposed improvements.
2. Prepare hydraulic computations for culverts, bridges, channels, storm sewer and
inlets.
3. Prepare hydraulic data sheets.
4. Determine limits of required permanent drainage easements and outfall structures.
5. evelop storm sewer plan/profile and culvert cross section sheets.
6. Develop miscellaneous drainage details.
SIGNING, PAVEMENT MARKINGS AND SIGNALIZATION
1. Prepare signing and pavement markings layout:
Page 2 of 5
2. Prepare summary of small signs.
3. Prepare summary of pavement markings.
4. Prepare Traffic signal plans.
5. Coordinate with local utility company and confirm signal/illumination power source.
MISCELLANEOUS (ROADWAY)
1. Prepare project estimate, project specifications and general notes.
2. Prepare special specifications as required for non - standard items.
3. Prepare cost estimate.
4. Develop construction time estimate.
APPROVAL
1. Submit plans and specifications to City of Round Rock and Corps of Engineers (if
applicable) for review and comment.
2. Meet with City staff to go over and address review comments.
3. Make Revisions to plans and specifications as needed to address review comments.
The construction plans and specifications for all improvements will be prepared in accordance
with criteria as set forth by the City of Round Rock. The construction plans and specifications
will need to be submitted to the City of Round Rock for review and approval. The City will
review and comment on the construction plans and specifications. The review comments will
need to be addressed prior to the finalization of the plans and bidding on the contract for
installation of the improvements. All original construction plans for this Project will be prepared
on GJA mylar plan sheets and signed and sealed by registered professional engineers from GJA.
CONSTRUCTION ADMINISTRATION AND PROJECT REPRESENTATIVE PHASES
The Engineer shall provide the following engineering services required for construction
administration and periodic project representation:
1. Manage and coordinate all aspects of the construction bidding process necessary for the
Project.
2. Prepare the contract documents for the Contractor and City to execute for construction of the
Project.
3. Issue all routine instructions to the Contractor.
4. Attend periodic construction coordination meetings with Contractor and City.
5. Perform periodic field review regarding progress and compliance of his work with
construction specifications.
6. Prepare all routine change orders and make recommendations regarding same to City.
7. Review and recommend to the Owner for approval of the Contractor's monthly pay estimate.
8. Provide final review of the construction improvements in order to issue an Engineer's
Certificate of Substantial Completion.
9. Prepare record drawings as required by the City.
10. Provide clarification of construction plans and specifications as needed to Contractor and
City.
NOTE: Construction staking activities in the field and preparation of cut sheets for all utility
cuts, location of manholes and services, rough cuts for streets, final curb and gutter elevations,
Page 3 of 5
and locations of all drainage and detention improvements will be provided by the Contractor by a
registered public surveyor and submitted to Engineer for review and recommendation to City.
STREET AND DRAINAGE CONSTRUCTION PLANS — ENGINEERING
FEES /COMPENSATION
The proposed lump sum engineering fees for providing all of the above - listed engineering
services related to the preparation of construction plans and specifications for street
improvements, as well as acquiring approvals through the City of Round Rock, performing
construction administration services during the course of construction of the Project are as
follows:
Doublecreek Drive & Forest Creek Blvd. Street and Drainage Improvement Plans $538,860
These proposed engineering fees for engineering design and construction administration services
are proposed to be billed as follows:
60% upon submission of the plans and specifications to the City of Round Rock for
approval.
20% at addressing comments of the City of Round Rock for approval.
5% upon approval of the construction plans and specifications by the City of Round
Rock.
15% prorated over the period of construction billed on a monthly basis.
Reimbursable expenses for copies, bluelines and mylars will be billed monthly and itemized on
the invoice. Inspection, filing, plan review fees, capital recovery fees, etc., as required by the
various governmental entities will be the Owner's responsibility for payment directly to those
entities.
ENGINEERING SERVICES EXCLUDED FROM THIS CONTRACT
The following engineering services are considered outside the scope of services outlined in this
Contract and will be provided to the City on an hourly basis invoiced monthly in accordance with
the Engineer's Fee Schedule.
1. Services of a full time Project Representative and other field personnel, as required, for
on -site observation of construction.
2. Construction staking services.
3. Land planning and overall master planning.
Page 4 of 5
4. Appearance before regulatory agencies other than to acquire approvals of the
construction plans outlined in the Proposal.
5. Special investigations involving detailed consideration of operation, maintenance and
overhead expenses, preparation of rate schedules, earnings and expense statements,
special feasibility studies, flood studies, appraisals, valuations, and material audits or
inventories required for certification of force account construction performed by the City.
6. Assistance to the Owner as an expert witness in any litigation with third parties, arising
from the development or construction of the Project.
7. Soil and foundation investigations, including bore hole staking, test analyses or
equipment.
8. Detailed mill, shop and/or laboratory inspection of materials or equipment.
9. Revisions to construction plans after the scope of work has been approved by the City
other than to address routine review comments by govemmental agencies on the plans.
10. Preparation of extensive drainage or floodplain studies as may be required by
governmental entities for approval of the Project.
Page 5 of 5
Task
Name
Duration
in Days
1 2
1 23456789101112131415161718192021
1. ROW Acquisition
a) Route Survey
21 UHF
-
b) Strip Map Preparation
14
MP
- 211 35
c) City Review & Approval *
15
ini
- 35 -1 1 .50
d) Prepare ROW Descriptions
30
I F*
-_- 150 - 1 - 80
e) City Negotiations for ROW
60
H
I -80 -- -140
I
2. Construction Plans
I
I
I
a) Design Surveys
30
■-*
35 1 65
b) Prepare Construction Plans
120
65
1 185
C) City Review *
30
all
185
d) Address Comments
21
rIll
215 - 1 - 236
e) City Final Review & Approval *
15
mi
236 - - -251
I
I
' City approval time is an estimate only.
I
I
Attachment C •
Doublecreek Dr. & Forest Creek Estimated Timeline Schedule,
Prepared By: Gray Jansing & Associates, Inc., By: SKC,
Page 1 of 2
Job No: 20029 ,
Date: 6/27/00
Task
Name
Duration
in Days
1 2
123456789101112131415161718192021
1
3. Contract Bidding & Award
1
I
a) Prepare Bid Documents
21
iiii
251...1.272
b) Advertise for Bids
30
U-.
272 - 1 - 302
c) Bid Review & Award
21
14
302 - - -I -323
I
I
4. Project Construction
1
I
I
•
a) Construction
270
•
323 593.. -
. . -- . - --
b) Project Acceptance
0
593
Attachment C
Doublecreek Dr. & Forest Greek Blvd., Estimated Timeline Schedule, Job No: 20029
Prepared By: Gray Jansing & Associates, Inc., By: SKC, Date: 6/27/00
Page 2 of 2
Principal $57 - $65 Hour
Project Manager $35 - $38 Hour
Project Staff $30 - $41 Hour
Technical Support $12 - $ 14 Hour
Field Representative $34 - $37 Hour
Clerical Support $21 - $31 Hour
Final Ortho - photography Plots
Reproduction
Mileage
Airline Flights
Per Diem
Mail
$ 0.60
$ 0.15
$ 0.31
$ 0.33
SF
EA
Mile
EA
Day
EA
Overhead, Operating & Profit
2.4X
Project Length 13,210 Ft
Railroad Crossings 0 Each
Bridges 1 Each
Channels (Requiring Sections) 3 Each
Bridge Class Culverts 2 Each
Other Culverts 0 Each
Traffic Signals (Gattis School Rd. &
Doublecreek/Forest Creek) 2 Each
Overhead Sign Bridges (OSB) 0 Each
Cantilever Overhead Signs (COSS) 0 Each
Large Signs 0 Each
ROW Parcels 7 Each
Agency /Committee Meetings 18 Each
Public Meetings 3 Each
Public Hearings 0 Each
Environmental Documents (Corps of Engineers) 1 Each
4,540 Ft. Double Creek Drive from Gattis School Road to
Round Rock Ranch
8,670 Ft. Forest Creek Blvd. from Doublecreek Drive to
Lake Forest Subdivision
Gray • Jansing & Associates, Inc.
PROJECT INFORMATION
DOUBLECREEK DRIVE/FOREST CREEK BLVD.
CITY OF ROUND ROCK
ATTACHMENT D
SALARY COST/RATES
PROJECT DETAILS
MANHOUR SUMMARY
ATTACHMENT D
DOUBLECREEK DRIVE AND FOREST CREEK BLVD.
CITY OF ROUND ROCK
ROUTE AND DESIGN STUDIES
SURVEYING
Manhours Rate Direct Labor
Principal 8 $65 $ 520
Project Manager 24 $38 $ 912
Project Staff 24 $41 $ 984
Technical Support 0 $14 --
Field Representative 0 $37 --
Clerical Support 8 $31 $ 248
Subtotal 64 $ 2,664
ENVIRONMENTMENTAL STUDIES (CORPS OF ENGINEERS)
Principal 40 $65 $ 2,600
Project Manager 60 $38 $ 2,280
Project Staff 40 $41 $ 1,640
Technical Support 0 $14 --
Field Representative 0 $37 --
Clerical Support 24 $31 $ 744
Subtotal 164 $ 7,264
RIGHT OF WAY PLANS
Manhours Rate Direct Labor
Principal 16 $65 $ 1,040
Project Manager 24 $38 $ 912
Project Staff 40 $41 $ 1,640
Technical Support 0 $14 --
Field Representative 0 $37
Clerical Support 8 $31 $ 248
Subtotal 88 $ 3,840
FIELD SURVEYS /MAPPING
Manhours Rate Direct Labor
Principal 4 $65 $ 260
Project Manager 16 $38 $ 608
Project Staff 40 $41 $ 1,640
Technical Support 0 $14 --
Field Representative 0 $37
Clerical Support 0 $31
Subtotal 60 $ 2,508
Gray • laming & Associates, Inc.
Manhours Rate Direct Labor
MANHOUR SUMMARY
ATTACHMENT D
DOUBLECREEK DRIVE AND FOREST CREEK BLVD.
CITY OF ROUND ROCK
ROADWAY DESIGN CONTROLS
DRAINAGE
BRIDGE DESIGN
Gray • Jansing & Associates, Inc.
DESIGN
Manhours Rate Direct Labor
Principal 40 $65 $ 2,600
Project Manager 80 $38 $ 3,040
Project Staff 320 $41 $ 13,120
Technical Support 40 $14 $ 560
Field Representative 98 $37 $ 3,626
Clerical Support 16 $31 $ 496
Subtotal 594 $ 23,442
Manhours Rate Direct Labor
Principal 60 $65 $ 3,900
Project Manager 80 $38 $ 3,040
Project Staff 80 $41 $ 3,280
Technical Support 20 $14 $ 280
Field Representative 0 $37 --
Clerical Support 16 $31 $ 496
Subtotal 256 $ 10,996
SIGNING, MARKING AND SIGNALIZATION
Manhours Rate Direct Labor
Principal 8 $65 $ 520
Project Manager 24 $38 $ 912
Project Staff 32 $41 $ 1,312
Technical Support 10 $14 $ 140
Field Representative 0 $37 --
Clerical Support 8 $31 $ 248
Subtotal 82 $ 3,132
Manhours Rate Direct Labor
Principal 24 $65 $ 1,560
Project Manager 40 $38 $ 1,520
Project Staff 40 $41 $ 1,640
Technical Support 0 $14 --
Field Representative 0 $37 --
Clerical Support 8 $31 $ 248
Subtotal 42 $ 4,968
MANHOUR SUMMARY
ATTACHMENT D
DOUBLECREEK DRIVE AND FOREST CREEK BLVD.
CITY OF ROUND ROCK
APPROVALS, CONSTRUCTION ADMINISTRATION & PROJECT
REPRESENTATIVE SERVICES
APPROVALS
Manhours Rate Direct Labor
Principal 40 $65 $ 2,600
Project Manager 80 $38 $ 3,040
Project Staff 120 $41 $ 4,920
Technical Support 20 $14 $ 280
Field Representative 166 $37 $ 6,142
Clerical Support 24 $31 $ 744
Subtotal 450 $ 17,726
CONSTRUCTION ADMINISTRATION
Manhours Rate Direct Labor
Principal 180 $65 $ 11,700
Project Manager 108 $38 $ 4,104
Project Staff 0 $41 --
Technical Support 0 $14 --
Field Representative 144 $37 $ 5,328
Clerical Support 150 $31 $ 4,650
Subtotal 582 $ 25,782
PROJECT REPRESENTATIVE SERVICES
Manhours Rate Direct Labor
Principal 72 $65 $ 4,680
Project Manager 0 $38 --
Project Staff 40 $41 $ 1,640
Technical Support 20 $14 $ 280
Field Representative 288 $37 $ 10,656
Clerical Support 32 $31 $ 992
Subtotal 452 $ 18,248
Gray ♦ Jansing & Associates, Inc.
TOTAL PROJECT FEE
Doublecreek Drive and Forest Creek Blvd.
City of Round Rock
OVERHEAD 2.4X
LABOR
OPERATING
TOTAL
LABOR COSTS'
COSTS
& PROFIT
COSTS
ROUTE AND DESIGN STUDIES
$ 2,664.00
S 6,393.60
$ 9,057.60
ENVIRONMENTAL STUDIES
S 7,264.00
S 17,433 60
$ 24,697.60
RIGHT OF WAY PLANS
5 3,840.00
S 9,216,00
$ 13,056.00
FIELD SURVEYS/MAPPING
$ 2,508.00
$ 6,019.20
$ 8,527.20
ROADWAY DESIGN CONTROLS
S 23,442 00
S 56,260.80
$ 79,702.80
DRAINAGE
S 10,996.00
$ 26,390.40
$ 37,386.40
SIGNING, MARKINGS, AND SIGNALIZATION
S 3,132.00
$ 7,516 80
$ 10,648.80
BRIDGE DESIGN
S 4,968 00
8 11,923.20
$ 16,891 20
APPROVALS
S 17,726.00
8 42,542.40
$ 60,268.40
CONSTRUCTION ADMINISTRATION
S 25,782.00
8 61,876 80
$ 87,658 80
PROJECT REPRESENTATIVE SERVICES
S 18,248.00
8 43,795.20
$ 62,043 20
TOTALS
$ 120,570.00
8 289,368.00
$ 409,938 00
DIRECT COSTS:
EXPENSES.
UNIT
r
g
to, in 19 GI .69
QUANTITY
Final Onho- photography Plots
SF
540
$ 324
Reproduction
EA
30,000
$ 4,500
Mileage
Mile
1,600
$ 496
Airline Flights
EA
Per Diem
Day
Mail
EA
1,000
S 330
TOTAL EXPENSES
S 5,650
SUB - CONTRACTS:
TASK
Survey &Mapping - Austin Surveying
Design Surveys &Maps
S 23,182
Soil Borings - MIA
Geotech (Street & Bndge Borings)
S 25,000
Bridge Design - Wilson Geisler
Structural Bndgc & R.E Wall Design
S 28,750
Row Parcels - Austin Surveying
Row Parcels (7)
S 11,340
Misc. Structural - Wilson Geisler
Miscellaneous Structural
$ 10,000
Misc. Environmental
Corps of Engr Environmental
S 25,000
TOTAL SUB - CONTRACTS
$ 123,272
TOTAL DIRECT COSTS
$ 128,922
TOTAL COST
$ 538,860.00
Gray - Janstng Associates, Inc
MANHOUR SUMMARY
ATTACHMENT D
Mayor •
Robert A. Stlaka, Jr.
Mayor Pro-tem
Earl M. Hairston
Council Members
Tom Nielson
Carrie Pitt
Earl Palmer
Isabel Callahan
Jimmy Joseph
City Manager
Robert L Bennett, : In
City Attorney .
Stephan L Sheets
July 28, 2000
Gray • Jansing & Associates, Inc.
Attn: Mr. David W. Gray
8217 Shoal Creek Boulevard, Suite 200
Austin, TX 78757
Dear Mr. Gray:
The Round Rock City Council approved Resolution No. R- 00- 07- 13 -10D6 at their
regularly scheduled meeting on July 13, 2000. This resolution approves the contract for
the preparation of plans, specifications and estimates for the construction of Double
Creek Drive and Forest Creek Boulevard and the associated underground storm sewer
system, bridge crossing and culvert crossing.
Enclosed is a copy of the resolution and contract. If you have any questions, please do not
hesitate to contact Tom Word at 218 -5562.
Sincerely,
Enclosure
Fax: 512- 218 -7097
Christine Martinez
Assistant City Secretary
1 -800- 735- 2989TDD 1- 800 - 735.2988 Voice
wwwci round- rock.tx.us -
221 East Main Street
Round Rock, Texas 78664
512 -218 -5400