Loading...
R-00-10-26-13G3 - 10/26/2000RESOLUTION NO. R -00- 10- 26 -13G3 WHEREAS, the City of Round Rock desires to retain professional engineering and technical services for the design of box culverts under R.M. 620 at the Round Rock Hospital, and WHEREAS, Chiang, Patel & Yerby, Inc. has submitted a Contract for Engineering Services, to provide said services, and WHEREAS, the City Council desires to enter into said Contract for Engineering Services with Chiang, Patel & Yerby, 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 for Engineering Services with Chiang, Patel & Yerby, Inc., for professional engineering and technical services for the design of box culverts under R.M. 620 at the Round Rock Hospital, 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 26th day of Oct JO LAND, City Secretary K:\ WPDOCS \RESOLUtI \RO1O26G].UPD /sc er, 0 0 71, RO- RT A. STLUKA, JR., City of Round Rock, Texas STATE OF TEXAS COUNTY OF WILLIAMSON WITNESSETH Contract No. THIS CONTRACT FOR ENGINEERING SERVICES ("Contract ") is made by and between the City of Round Rock, 221 E. Main St., Round Rock, Texas 78664, hereinafter called "City" and Chiang, Patel & Yerby, Inc having its principal business address at 11149 Research Boulevard, Suite 330, 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 WHEREAS, the City desires to contract for engineering services described as follows: Prepare construction documents for the replacement of a culvert under RM 620 in the vicinity of the Round Rock Hospital in Williamson County AGREEMENT NOW, THEREFORE, the City and the Engineer, in consideration of the mutual covenants and agreements herein contained, do hereby mutually agree as follows: The City will furnish items and perform those services for fulfillment of the Contract as identified in Attachment A - Services to be Provided by the City, attached hereto and made a part of this Contract. 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. engcontrc.WHM /spectw ARTICLE 1 SCOPE OF SERVICES TO BE PROVIDED BY CITY ARTICLE 2 SCOPE OF SERVICES TO BE PROVIDED BY ENGINEER The Engineer shall prepare a schedule of work identified as Attachment C - Work Page 1 of 13 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 December 31, 2001 unless extended by written supplemental agreement duly executed by the Engineer and the City prior to the date of termination, as provided in Article 11 - Supplemental Agreements, or otherwise terminated as provided in Article 19 - Termination. Any work performed or cost incurred after the date of termination shall be ineligible for reimbursement. 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 $ 121,591 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 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. engcontrc. WFIM/spectw Page 2 of 13 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 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. 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. 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 Page 3 of 13 impact upon the progress of the work, including: (1) problems, delays, adverse conditions which will materially affect the ability to attain program objectives, prevent the meeting of time schedules and goals, or preclude the attainment of project work units by established time periods; this disclosure will be accompanied by statement of the action taken, or contemplated, and any City assistance needed to resolve the situation; and (2) favorable developments or events which enable meeting the work schedule goals sooner than anticipated. ARTICLE 8 SUSPENSION Should the City desire to suspend the work, but not terminate the Contract, this may be done by thirty (30) calendar days verbal notification followed by written confirmation from the City to that effect. The thirty day notice may be waived in writing by both parties. The work may be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice from the City to resume the work. The sixty day notice may be waived in writing by both parties. If the City suspends the work, the contract period as determined in Article 3 is not affected and the Contract will terminate on the date specified unless the Contract is amended. The City assumes no liability for work performed or costs incurred prior to the date authorized by the City to begin work, during periods when work is suspended, or subsequent to the contract completion date. ARTICLE 9 ADDITIONAL WORK If the Engineer is of the opinion that any work it has been directed to perform is beyond the scope of this Contract and constitutes extra work, it shall promptly notify the City in writing. In the event the City finds that such work does constitute extra work and exceeds the maximum amount payable, the City shall so advise the Engineer and a written supplemental agreement will be executed between the parties as provided in Article 11. The Engineer shall not perform any proposed additional work or incur any additional costs prior to the execution, by both parties, of a supplemental agreement. The City shall not be responsible for actions by the Engineer or any costs incurred by the Engineer relating to additional work not directly associated with the performance of the work authorized in this Contract or as amended. engcantrc.WHM/spectw Page 4 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. 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 engconrcc.WHMlspectw ARTICLE 12 OWNERSHIP OF DOCUMENTS ARTICLE 13 PERSONNEL, EQUIPMENT AND MATERIAL Page 5 of 13 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.WtT9lspectw 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 6 of 13 engcontrc. WI-IM/spectw 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 Page 7 of 13 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. engconlrc. WHIN /sPatw 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 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. Page 8 of 13 ARTICLE 22 ENGINEER'S SEAL The responsible Engineer shall sign, seal and date all appropriate engineering submissions to the City in accordance with the Texas Engineering Practice Act and the Rules of the State Board of Registration for Professional Engineers. ARTICLE 23 NONCOLLUSION The Engineer warrants that it has not employed or retained any company or persons, other than a bona fide employee working solely for the Engineer, to solicit or secure this Contract and that it has not paid or agreed to pay any company or engineer any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, the City shall have the right to annul this Contract without liability or, in its discretion, to deduct from the contract price or compensation, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. enscontrc.WHM/spectw ARTICLE 24 INSURANCE The Engineer shall furnish the City a properly completed Certificate of Insurance approved by the City prior to beginning work under this Contract and shall maintain such insurance through the contract period. The completed Certificate of Insurance shall be attached hereto and identified as Attachment G. ARTICLE 25 INSPECTION OF ENGINEER'S BOOKS AND RECORDS AND AUDIT REQUIREMENTS The City shall have the exclusive right to examine the books and records of the Engineer for the purpose of checking the amount of work performed by the Engineer at the time of contract termination. The Engineer shall maintain all books, documents, papers, accounting records and other evidence pertaining to cost incurred and shall make such materials available at its office during the contract period and for four (4) years from the date of final payment under this Contract or until pending litigation has been completely and fully resolved, whichever occurs last. The City or any of its duly authorized representatives, shall have access to any and all books, documents, papers and records of the Engineer which are directly pertinent to this Contract for the purpose of making audits, examinations, excerpts and transcriptions. ARTICLE 26 DEBARMENT, SUSPENSION AND DISCIPLINARY ACTION Page 9 of 13 The Engineer warrants that the representations included in the Debarment Certification (Negotiated Contracts) submitted with the offer to provide services are current and still valid. 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. engc"ntrc.WHM /spechv 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 l0 of 13 All notices to either party by the other required under this Contract shall be personally delivered or mailed to such party at the following respective address: City of Round Rock Attn.: Mr. Bob Bennett, 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 en gcontrc.WFANspectw ARTICLE 32 NOTICES Page 11 of 13 Engineer: Chiang, Patel & Yerby, Inc. Attn.: Mr. David A. Nachman, P.E. 11149 Research Blvd., Suite 330 Austin, Texas 78759 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. Chiang, Patel & Yerby, Inc. THE ENGINEER By. Signature David A. Nachman Printed Name Vice President Title October 6, 2000 Date City . d Rock 4 1 de ert A. St uka, Ir. / ayor LIST OF ATTACHMENTS engcontrc.WIIM/spectw ARTICLE 33 SIGNATORY WARRANTY Attachment A - Services to be Provided by the City Attachment B - Services to be Provided by the Engineer Attachment C - Work Schedule, if applicable Attachment D - Fee Schedule Attachment E - Work Authorizations, if applicable Attachment F - Supplemental Work Authorizations, if applicable Attachment G - Certificate of Insurance, if applicable ATTACHMENT A CITY OF ROUND ROCK CSJ NO. 0683 -01 -060 RM 620 — Culvert Replacement at Round Rock Hospital WILLIAMSON COUNTY SERVICES TO BE PROVIDED BY THE CITY The City will furnish to the Engineer the following information and/or perform the following tasks: 1) The City will provide the City of Round Rock drainage design criteria. 2) Provide existing plans as available within the project limits. 3) The City will provide reviews and coordination of the work performed by the Engineer under this Contract. ATTACHMENT B CITY OF ROUND ROCK CSJ NO. 0683-01-060 RM 620 — Culvert Replacement at Round Rock Hospital WILLIAMSON COUNTY SERVICES TO BE PROVIDED BY THE ENGINEER The Engineer shall provide the necessary engineering and technical services for the preparation of plans, specifications and estimates (PS &E) for the replacement of a culvert under RM 620 in the vicinity of the Round Rock Hospital in Williamson County. These construction plans will describe the construction of a culvert designed to convey the 100 -year City of Round Rock design storm. The Engineer will check to make sure this meets appropriate Texas Department of Transportation (TxDOT) requirements. These plans will also describe the appropriate maintenance of traffic through the construction work zone. The construction plan set for this project will contain the required drawings and details pertaining to grading, paving, culvert layout, signing, pavement marking, delineation, sequence of construction, traffic control, and associated drainage facilities. The above - described plan set will be prepared in English units and shall be suitable for the bidding and award of a contract through the TxDOT's construction contracting system. The designs included in the above described PS &E shall be in accordance with the requirements of the 1990 edition of AASHTO's A POLICY ON GEOMETRIC DESIGN OF HIGHWAY AND STREETS, TEXAS MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES including Part VI, TxDOT'S OPERATIONS AND PROCEDURES MANUAL, The 1985 edition of TxDOT's HYDRAULIC MANUAL and other TxDOT design guides and manuals as referenced in APPENDIX A — REFERENCES. TxDOT standard drawings and design details shall be included without modification whenever possible. Bid items and standard specifications shall correspond to the 1993 edition of TxDOT's STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS, STREETS, AND BRIDGES. If a special specification or provision is needed for this project, it shall be approved for statewide use or written in TxDOTs standard format and, to the extent possible, incorporate references to TxDOT test procedures. Hydraulic designs and calculations for culverts will be performed with a PC -based hydraulic model such as HECRAS, CULVERT, or other hydraulic model approved in advance by the City. The culvert will be sized to accommodate run -off from the subject roadway and run -off from outside the project limits. GEOTECHNICAL SERVICES 1) Field Exploration — Two exploratory test borings will be provided which will extend up to ten feet below the existing ground surface at each end of the proposed culvert crossing. The soil will be sampled continuously from the ground surface to a depth of five (5) feet. Below a depth of five (5) feet, soil will be sampled at five (5) foot intervals. Clayey soil will be sampled with Shelby tube samplers in accordance with ASTM D 1587. Sandy or gravelly soil will be sampled with split barrel samplers in conjunction with the Standard Penetration Test (SPT) in accordance with ASTM D 1586. The test borings will be terminated if rock is encountered prior to drilling ten feet in depth. A minimum amount of traffic control will be required to warn motorists of work on and near the shoulders of RM 620. 2) Laboratory Study — The soil samples will be evaluated for classification purposes. Laboratory tests will be conducted to determine liquid limits, plastic limits, moisture contents, and percentages passing the No. 200 sieve. The soil will be classified by the Unified Soil Classification System (USCS). 3) Letter Report — A letter report will be provided outlining the findings of the soil exploration and laboratory testing. This report will include a) Plan of the borings and boring logs b) Groundwater levels, if encountered c) Discussion of the laboratory test results d) Soil classification Attachment B Page 2 October 6, 2000 Services to be Provided by the Engineer TASK OUTLINE SURVEYING SERVICES 1) Ownership research will be performed at the Williamson County Appraisal District to determine adjacent property owners. These owners will be contacted to obtain right- of-entry (letters of permission) to perform surveying services. 2) Appropriate horizontal and vertical control will be established in the work area. Horizontal control will be established using GPS and conventional survey techniques to determine state plane coordinates for these control points. Vertical control will consist of GPS and digital leveling techniques to establish elevations on control points and project benchmarks. Benchmarks will be established at intervals no greater than 1000 feet along the project centerline with a minimum of two benchmarks for the project. 3) The existing centerline and right -of -way of RM 620 will be establish based on field observations and record data obtained from TxDOT. An offset centerline will be staked prior to construction. 4) An existing drainage easement is believed to be located upstream of the existing culvert. This easement will be researched and located as necessary. 5) Topographic data will be obtained to describe the existing conditions in the project work area. The limits of this data will include from approximately 300 west of Wyoming Springs Road to Oakwood Boulevard along RM 620 and from approximately 500 feet upstream to 400 feet downstream of the proposed culvert location. This data will be obtained by GPS and conventional survey techniques and will include spot elevations, breakline information, details of structures, ditches, visible utilities, utility markings and trees. This data will be used to create both a 3D Microstation file, which will be used to create a DTM, and a 2D Microstation file to provide project topography for use in development of the construction plans. ENVIRONMENTAL SERVICES 1) Environmental Documentation — A Categorical Exclusion (CE) document will be prepared for approval by the Austin District and other appropriate agencies. We expect that no significant environmental impacts will be caused by this project. 2) Water Pollution Abatement Plan (WPAP) — Through conversations with the TNRCC, it has been determined that a WPAP is required for this project. The Engineer will provide the appropriate paperwork to prepare the WPAP and submit it to the TNRCC for approval. The fee payable to the TNRCC for this submittal is estimated to be $3,000 based on a project area of one (1) to five (5) acres. Attachment B Page 3 October 6, 2000 Services to be Provided by the Engineer RIGHT OF WAY SERVICES 1) Additional dedicated right -of -way and/or easements (drainage or otherwise) will be required for this project. The Engineer will determine the need for these parcels based on engineering design of the culvert, the associated drainage systems and the required maintenance of traffic. The Engineer will not be responsible for the preparation of right -of- way plans and/or the legal descriptions of easements unless authorized through a Supplemental Agreement to this contract. It is assumed that the City will provide acquisition services as necessary for this project. UTILITY COORDINATION 1) The Engineer will perform one call notification for utilities to establish their horizontal location. A log record will be kept of contacts with individual utilities. Field visits have indicated the presence of numerous utilities on the north side of RM 620 including overhead and underground telephone, gas, water, wastewater, and overhead electric. A good faith effort will be made to accommodate existing utility locations. Utility conflicts will be identified during the design process to allow for relocation. The Engineer will coordinate with utility providers on necessary relocations. The City will provide assistance as necessary. 2) The Engineer will provide culvert and channel layout sheets to utility providers to assist them in their relocation efforts. ROADWAY DESIGN SERVICES 1) Horizontal geometry will be established to describe the project centerline of RM 620. Any reconstruction of RM 620 will be to the existing profile grade line. 2) Cross sections will be produced to determine the amount of embankment necessary to provide for traffic handling and for the construction of the culvert. 3) A title sheet, detailed index and a project layout sheet will be prepared for the construction plans. The project layout sheet will describe horizontal and vertical control and alignment data for the project. 4) Typical sections will be prepared depicting the existing and proposed typical sections for RM 620. It is likely that the RM 620 pavement will be replaced at the culvert construction locations with full -depth asphalt. 5) The Engineer will obtain current specification and general note information from TxDOT. The Engineer shall review the specifications and general notes and provide recommendations to the City and TxDOT for inclusion in the plans. The Engineer shall provide the estimated quantities in ESTCALC format to the City and TxDOT for inclusion in the plans. TxDOT shall develop the Estimate and Quantity Sheets and the Specification/General Notes Sheets for inclusion in the plans. 6) The Engineer shall develop summary sheets for the various roadway pay items used on this project. DRAINAGE DESIGN SERVICES 1) Major drainage areas will be identified and hydrologic information will be calculated. A drainage area map will be produced depicting this information and the culvert structure location. The Engineer shall prepare the drainage area map at a scale of 1" =200 feet or 1" =400 feet as necessary to fit on standard sheets. Storm water detention will not be required on this project. 2) The run -off to the culvert will be calculated in accordance with City of Round Rock requirements and will be checked versus TxDOT's Hydraulic Manual and TxDOT's design requirements. 3) Hydraulic computations will be completed for the proposed culvert and any associated channel improvements. The Engineer will provide hydraulic calculations to the City, showing the necessary information in the final plan set for the project. Hydraulic computations for this project include the use of hydraulic computer programs such as Geopak Drainage, Texas Hydraulic System (THYSYS), Winstorm, Federal Highway Administration Hydraulic Engineering Circulars, US Army Corps of Engineers Hydraulic Engineering Center River Analysis System (HEC -RAS), Culvert Master, and other TxDOT Hydraulic Section publications. Attachment B Page 4 Services to be Provided by the Engineer October 6, 2000 4) A culvert layout will be prepared depicting geometric, structural and hydraulic information at a scale of 1 " =20'. Structural information will include specific headwall and end box details. 5) A channel layout will be prepared depicting geometric and hydraulic information at a scale of 1 " =20'. We anticipate that 110 re- design or re- grading of the existing hospital water quality pond will be required. 6) Channel cross sections will be prepared to show proposed channel geometry and to perform earthwork calculations. 7) The Engineer shall develop summary sheets for the various drainage pay items used on this project. 8) Erosion control and SW3P plans will be prepared for the length of the reconstruction of RM 620 and the culvert reconstruction. Storm water management facilities will be needed to minimize the sediment runoff during construction of this project. The anticipated design components to be utilized on this project are silt fence, sand bags, rock filter dams, and construction exits. SIGNING AND PAVEMENT MARKINGS 1) Signing and pavement marking layout will be prepared for RM 620 at a scale of 1" =100'. 2) Summaries will be prepared for pavement markings, removal of pavement markings, and small signs. SEQUENCE OF WORK AND TRAFFIC CONTROL PLAN 1) A detailed traffic control plan with a sequence of construction plan will be prepared at a scale of 1" =100'. This plan will describe the maintenance of traffic and sequence of work for each phase of the proposed construction of the culvert and RM 620. Typical sections, detour profiles, location of work areas, temporary paving, temporary shoring, signing, barricades and other details will be required to describe the traffic control plan. The Engineer will be required to ensure that proper drainage can be maintained during each phase of construction. 2) A detailed narrative for the sequence of construction will be prepared and submitted to the State for review and incorporation into the plans. 3) The Engineer shall prepare quantity summaries for items utilized for the traffic control plan and the sequence of work. 4) A construction schedule will be prepared which estimates the time required for each phase of construction. SHOP DRAWING REVIEW 1) Provide review and approval recommendations of non - standard shop drawings related to fabricated hydraulic structure elements. PROJECT MANAGEMENT AND COORDINATION SERVICES 1) Download the appropriate TxDOT standards for the project. Modify and plot for use on this project. 2) An Engineer's opinion of probable construction cost will be prepared prior to fmal PS &E submittal. 3) The Engineer will attend project coordination meetings with the City and will manage the production of the PS &E, prepare monthly progress reports and monthly project invoices. 4) The Engineer will attend three (3) meetings with TxDOT personnel to ensure that TxDOT's requirements for project letting are met. Attachment B Page 5 October 6, 2000 Services to be Provided by the Engineer APPENDIX A - REFERENCES 1. Standard Specifications for Construction of Highways, Streets, and Bridges - TxDOT. 2. Special Provisions and Special Specifications - TxDOT. 3. P.S.& E. Preparation Manual - TxDOT. 4. Bridges and Structures Operation and Planning Manual - TxDOT. 5. Bridges and Structures Hydraulic Manual - TxDOT. 6. Bridges and Structures Design Examples - TxDOT. 7. Bridges and Structures Bridge Design Guide - TxDOT. 8. Bridges and Structures Detail Manual - TxDOT. 9. Bridges and Structures Foundation Exploration and Design Manual - TxDOT. 10. Standard Specifications for Highway Bridges - AASHTO. 11. Highway Design Operations and Procedures Manual - TxDOT. 12. Highway Design Operations and Procedures Manual Part IIB - Environmental and Public Involvement Procedures During Project - Specific Planning and Development - TxDOT. 13. A Policy on Geometric Design of Highways and Streets ( "The Green Book ") - AASHTO 14. Highway Capacity Manual Special Report 209 - Texas Research Board (TRB) 15. Technical Advisory T6640.8A - FHWA. 16. Noise Guidelines - TxDOT. 17. Air Quality Guidelines - TxDOT. 18. Flexible Pavement Design Manual - TxDOT. 19. Guide for the Design of Pavement Structures, 1986 - AASHTO. 20. Texas Manual on Uniform Traffic Control Devices including Part VI- TxDOT. 21. Standard Highway Sign Designs for Texas - TxDOT. 22. Standard Specifications for Structural Supports for Highway Signs, Luminaries and Traffic Signals - AASHTO. 23. Utility Accommodation Policy - TxDOT. 24. Utility Manual - TxDOT. 25. Right of Way, Right of Way Manual - Book I - TxDOT. 26. Right of Way, Right of Way Manual - Book II - TxDOT. 27. Code of Federal Regulations, Title 23 - "Highway" - Federal Register. 28. Administrative Order No. 5 -89 - Signing, Sealing and Dating of Engineering Documents. - TxDOT. 29. Administrative Circular No. 26 -91 - Minimum Signing, Sealing and Dating Procedures for Department Engineering Documents. - TxDOT. 30. Administrative Circular No. 25 -84 - Soils Information for High Mast Lighting, Overhead Sign Bridges, and Retaining Walls. - TxDOT. 31. Administrative Circular No. 33 -87 - Preliminary Retaining Wall Layouts to be submitted to Division of Bridges and Structures. - TxDOT. 32. Administrative Circular No. 25 -92 - Division of Bridges and Structures to be responsible for all geotechnical engineering support for foundations, retaining walls, and embankment stability and settlement. - TxDOT. NOTES: (1) All design shall be in accordance with the above references, except where variances are permitted in writing by the City. (2) The Engineer is responsible for purchasing all references that are required for the project. ATTACHMENT C CITY OF ROUND ROCK CSJ NO. 0683-01-060 RM 620 — Culvert Replacement at Round Rock Hospital WILLIAMSON COUNTY WORK SCHEDULE Notice to Proceed Complete Geoteclmical Investigation Complete Design Survey Submit 50% Plans to City and TxDOT Submit Draft Categorical Exclusion to TxDOT, etc. City & TxDOT Review of 50% Plans TxDOT Review of Categorical Exclusion 95% Plans Submittal City and TxDOT Review of 95% Plans District Plan Review Meeting 100% Plans Submittal Project Letting Date October 27, 2000 November 20, 2000 November 20, 2000 December 18, 2000 December 18, 2000 December 29, 2000 January 8, 2001 January 29, 2001 February 12, 2001 February 19, 2001 February 28, 2001 June 2001 ATTACHMENT D CITY OF ROUND ROCK CSJ NO. 0683-01-060 RM 620 — Culvert Replacement at Round Rock Hospital WILLIAMSON COUNTY FEE SCHEDULE For the services described under Attachment B, we request compensation on a lump sum basis. The estimated hours and dollars to accomplish this work are shown below. The breakdowns for man -hours and costs per function code are shown on the following pages. ESTIMATE OF MAXIMUM COMPENSATION Direct Salary Cost (See attached summary) Project Manager 99 Hrs. @ $44.00 = $ 4,356.00 Senior Engineer 130 Hrs. @ $32.00 = 4,160.00 Design Engineer 640 Hrs. @ $27.00 = 17,280.00 Engineer -in- Training/Tech. 424 Hrs. @ $21.00 = 8,904.00 Clerical 16 Hrs. @ $15.00= 240.00 TOTAL DIRECT SALARY S 34,940.00 SALARY RELATED COST (161.96 %) $ 56,589.00 TOTAL LABOR COSTS $ 91,529.00 FEE (12 %) $ 10,983.00 EXPENSES Printing, Plotting, & Reproductions $ 710.00 Water Pollution Abatement Plan Application Fee $ 3,000.00 Travel $ 50.00 MISCELLANEOUS EXPENSES $ 3,760.00 Inland Civil Associates — Surveying Terra -Mar, Inc. — Geotechnical Investigations SUBCONSULTANT EXPENSES TOTAL EXPENSES MAXIMUM AMOUNT PAYABLE $ 13,734.00 $ 1,585.00 $ 15,319.00 $ 19,079.00 $ 121,591.00 10/06/00 ATTACHMENT D CITY OF ROUND ROCK CSJ NO. 0683-01-060 RM 620 - Culvert Replacement at Round Rock Hospital WILLIAMSON COUNTY FEE SCHEDULE SUMMARY Firm Total Fee Chiang, Patel & Yerby, Inc. $106,272 Inland Civil Associates $13,734 Terra Mar, Inc. $1.585 TOTAL PROJECT FEE = $121,591 Atachment D RM 620 Culvert Replacement Williamson County City of Round Rock Cost Proposal for Chiang, Patel & Yerby, Inc. Task I Task No. Description I. LABOR COSTS 2 2 Surveying Services This work is being performed by Inland Civil Associates Coordinate Work of Subconsultant Geotechnical Services This work Is being performed by Terra -Mar Coordinate Work of Subconsultant Environmental Services Environmental Documentation Water Pollution Abatement Plan Right -of -Way Services Right -of -Way Determination Utility Coordination Coordinate utilities with design Provide plans to utility companies for coordination No. of Project Senior PS &E Sheets Manager :_Engineer 0 4 0 D 4 0 0 4 4 4 12 0 8 16 0 4 4 0 4 4 0 0 0 0 4 4 Project Engineer 8 8 64 72 136 24 20 4 24 EITICADD Technician 0 0 2 4 36 60 8 8 16 Clerical 4 4 0 0 0 0 0 Total Cost $452.00 $452.00 $2,536.00 $3.260.00 $5,796.00 $1,120.00 $1,012.00 $276.00 $1,288.00 10/06/00 Atachment D RM 620 Culvert Replacement Williamson County City of Round Rock Cost Proposal for Chiang, Patel & Yerby, Inc. Task No. 1 2 3 4 5 6 1 2 3 4 5 6 7 8 1 2 Task Description Roadway Design Services Horizontal & Vertical Geometry Design Cross Sections Title Sheet/Index/Project Layout Sheets Typical Section Sheets Specifications and General Notes Summary Sheets Drainage Design Services Identify Major Drainage Areas & Produce DAM Hydrologic Computations Hydraulic Computations of Culvert & Channel Culvert Layout & Details Channel Layout Channel Cross Sections Summary of Drainage Quantities SW3P & Erosion Control Plans Signing and Pavement Markings Signing and Markings Layout Summary of Pavement Markings & Removed Pavement Markings No. of Project Senior Project PS&E Sheets Manager Engineer _Engineer 0 1 2 12 2 2 4 14 3 2 4 16 1 1 2 16 1 4 8 8 1 1 2 ID 8 11 22 76 1 1 2 6 0 0 2 4 1 2 4 24 3 4 6 64 2 2 4 24 1 1 2 16 1 1 2 6 2 2 4 18 11 13 26 162 1 1 2 6 1 1 2 4 2 2 4 10 EITICADD Technician 8 20 44 12 0 IQ 94 4 0 12 32 16 32 10 24 130 8 4 12 Clerical 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Total Cost $600.00 $1,014.00 $1,572.00 $792.00 $648.00 $588.00 $5,214.00 $354.00 $172.00 $1,116.00 $2,768.00 $1,200.00 $1,212.00 $480.00 $1,206.00 $8,508.00 $438.00 $300.00 $738.00 10/06/00 Atachment D RM 620 Culvert Replacement Williamson County City of Round Rock Cost Proposal for Chiang, Patel & Yerby, Inc. Task No, 1 2 3 4 1 2 3 4 Task Description Miscellaneous Roadway (FC 1631 Traffic Control Plans, Sections, Detour Profiles, Details Detailed Narrative of the Sequence of Work Traffic Control Summaries Estimate of Construction Schedule Shop Drawing Review Shop Drawing Review Proiect Management &Coordination Services Assemble Appropriate TxDOT Standards & Plot Prepare Engineer's Estimate of Probable Construction Cost Project Meetings, Invoices and Progress Reports Project Coordination with TxDOT TOTAL SHEETS/HOURS AVERAGE HOURLY SALARY RATE BASE SALARY COST TOTAL LABOR OVERHEAD AT PROVISIONAL RATE SUBTOTAL LABOR COSTS FEE TOTAL LABOR COST No. of Project Senior Project P &&E Sheets Manager Engineer Engineer $34,940 $56,589 $91,529 $10,983 $102,512 8 2 8 120 0 4 4 4 1 1 2 22 0 4 4 4 9 11 18 150 0 4 0 16 20 2 4 4 0 4 4 8 0 16 16 8 0 12 12 6 20 34 36 26 50 99 130 640 $44.00 $32.00 $27.00 $4,356 $4,160 $17,280 EIT /CADD Technician 78 0 16 0 94 0 10 0 0 0 10 424 $21.00 $8,904 Clerical 0 0 0 0 0 0 0 0 8 0 8 16 $15.00 $240 Total Cost $5,222.00 $412.00 $1,038.00 412.00 $7,084.00 $608.00 $534.00 $520.00 $1,552.00 $1,074.00 $3,680.00 $34,940 10/06/00 Atachment D RM 620 Culvert Replacement Williamson County City of Round Rock Cost Proposal for Chiang, Patel & Yerby, Inc. Task Task No. I Desct P on I PS&E Sheets' Manager II. DIRECT COSTS FOR CHIANG, PATEL & YERBY, INC. Xerox Copies WPAP Application Fee (TNRCC) Courier Mileage Paper Plots Mylar Plots TOTAL DIRECT COSTS III. TOTAL COST TOTAL LABOR COSTS TOTAL DIRECT COSTS CHIANG, PATEL & YERBY TOTAL Estimated Units 500 1 5 160 250 60 $102,512 $3,760 $106,272 Unit Sheet Ea Each Mile SF Sheets Senior Project Engineer I Engineer /Technician' Clerical I Total Cost Rate $0.15 $3,000.00 $15.00 50.31 $2.00 51.00 Estimatec Cost $75.00 $3,000.00 $75.00 $50.00 $500.00 $60.00 $3,760.00 10/06 /00 Chiang, Patel & Yerby Provisional Overhead Rate Profit 161.96% 12% Atachment D RM 620 Culvert Replacement Williamson County City of Round Rock Cost Proposal for Inland Civil Associates Task No. 1 2 3 4 5 1 Surveying Services Easement Determination Utility Coordination TOTAL HOURS BASE SALARY COST TOTAL LABOR COST Task Description Ownership Determination and Right -of -Entry Horizontal and Vertical Control Establish and Stake Offset Centerline Topographic Survey & Preparation of Planimetrics Assist in Utility Coordination AVERAGE HOURLY SALARY RATE RPLS 1 1 2 2 6 0 12 $85.00 $1,020 $13,440 GPS Data Processing 0 8 0 0 8 0 16 $65.00 $1,040 Survey Technician 3 8 6 10 34 8 69 $60.00 $4,140 2 Person Field Crew 0 16 8 4 16 0 44 $95.00 $4,180 GPS Field Oper. Vehicle & Rec. 0 6 0 0 20 0 26 $90.00 $2,340 GPS Receiver Total (Unattended) Cost $45.00 $720 0 $265.00 6 $3,415.00 0 $1,290.00 0 $1,150.00 10 $6,840.00 0 $480.00 16 I1. DIRECT COSTS FOR INLAND CIVIL ASSOCIATES, INC. III. TOTAL COST 10/06/00 TOTAL LABOR COSTS Estimated Units Unit Rate Estimated Cost Copies of Public Records 1 LS $160.00_ $160.00 Mileage 400 Mile $0.31 $124.00 Postage 5 Each $2.00 $10.00 TOTAL DIRECT COSTS $294.00 Atachment D RM 620 Culvert Replacement Williamson County City of Round Rock Cost Proposal for Inland Civil Associates Task No. 1 2 3 4 5 1 Surveying Services Easement Determination Utility Coordination TOTAL HOURS BASE SALARY COST TOTAL LABOR COST Task Description Ownership Determination and Right -of -Entry Horizontal and Vertical Control Establish and Stake Offset Centerline Topographic Survey & Preparation of Planimetrics Assist in Utility Coordination AVERAGE HOURLY SALARY RATE RPLS 1 1 2 2 6 0 12 $85.00 $1,020 $13,440 GPS Data Processing 0 8 0 0 8 0 16 $65.00 $1,040 Survey Technician 3 8 6 10 34 8 69 $60.00 $4,140 2 Person Field Crew 0 16 8 4 16 0 44 $95.00 $4,180 GPS Field Oper. Vehicle & Rec. 0 6 0 0 20 0 26 $90.00 $2,340 GPS Receiver Total (Unattended) Cost $45.00 $720 0 $265.00 6 $3,415.00 0 $1,290.00 0 $1,150.00 10 $6,840.00 0 $480.00 16 I1. DIRECT COSTS FOR INLAND CIVIL ASSOCIATES, INC. III. TOTAL COST 10/06/00 TOTAL LABOR COSTS $13,440 TOTAL DIRECT COSTS $294 INLAND CIVIL ASSOCIATES, INC. $13,734 Atachment D RM 620 Culvert Replacement Williamson County City of Round Rock Cost Proposal for Inland Civil Associates Task No. 1 2 3 4 5 1 Surveying Services Easement Determination Utility Coordination TOTAL HOURS BASE SALARY COST TOTAL LABOR COST Task Description Ownership Determination and Right -of -Entry Horizontal and Vertical Control Establish and Stake Offset Centerline Topographic Survey & Preparation of Planimetrics Assist in Utility Coordination AVERAGE HOURLY SALARY RATE RPLS 1 1 2 2 6 0 12 $85.00 $1,020 $13,440 GPS Data Processing 0 8 0 0 8 0 16 $65.00 $1,040 Survey Technician 3 8 6 10 34 8 69 $60.00 $4,140 2 Person Field Crew 0 16 8 4 16 0 44 $95.00 $4,180 GPS Field Oper. Vehicle & Rec. 0 6 0 0 20 0 26 $90.00 $2,340 GPS Receiver Total (Unattended) Cost $45.00 $720 0 $265.00 6 $3,415.00 0 $1,290.00 0 $1,150.00 10 $6,840.00 0 $480.00 16 I1. DIRECT COSTS FOR INLAND CIVIL ASSOCIATES, INC. III. TOTAL COST 10/06/00 Atachment D 10/06/00 RM 620 Culvert Replacement Williamson County City of Round Rock Cost Proposal for Terra-Mar, Inc. Estimated Quantity Unit Rate Estimated Cost FIELD EXPLORATION, TRAFFIC LABORATORY, REPORT CONTROL AND HANDLING 1 1 Ea Ea $1,285.00 $300.00 $1,285.00 $300.00 TOTAL COSTS FOR TERRA-MAR, INC. $1,585.00 Atachment D 10/06/00 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MMNDIYY) 07/12/2000 PRODUCER McLaughlin Brunson Insurance Agency 10925 Estate Lane Suite 250 Dallas TX 75238 - THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE I NSURED Chiang, Patel & Yerby, Inc. 1820 Regal Row Suite 200 Dallas TX 75235 INSURER A St. Paul Insurance Company INSURER B: American Manuf. Mutual (Kemper) INSURER c Design Professionals Ins. Co. INSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE UMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR rypE OF INSURANCE POLJCY NUMBER POLICY EFFECTIVE DATE (MM/DD/YYI POLICY EXPIRATION DATE (MM /DD/YY) LIMBS A GENERAL LABILITY RP06654588 06/01/2000 06/01/2001 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE (Any one fire) $ Included 1 CLAIMS MADE IX I OCCUR MEDEXP(Any one person) $ 5,000 PERSONAL B ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENII AGGREGATE LIMIT APPLIES PER - POLICY - 1 ZC I I I LOC PRODUCTS - COMP/OP AGG $ 2,000,000 A AUTOMOBILE LIABILITY CA06608996 06/01/2000 06/01/2001 COMBINED SINGLE LIMIT X ANY AUTO (Ea accident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE (Per accident) $ GARAGE UABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC S. AUTO ONLY: AGG $ A EXCESS UABILITY RP06654588 06/01/2000 06/01/2001 EACH OCCURRENCE $ 1,000,000 51 OCCUR 1 I CLAIMS MADE AGGREGATE S 1,000,000 DEDUCTIBLE $ RETENTION $ $ I1 WORKERS COMPENSATION AND 7CQ611320 -02 01 /01/2000 01/01/2001 X I TORYI IMI I° Fc EMPLOYERS LIABILITY E.L. EACH ACCIDENT $ 500,000 EL DISEASE • EA EMPLOYEE $ 500,00 E.L. DISEASE POLICY LIMIT $ 500,000 C oTHERProfessional PL512438 -01 04/01/1998 04/01/2001 $1,000,000 Per Claim/Aggregate Liability DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES !EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS The claims made professional liability coverage is the total aggregate limit for all claims presented within the policy period and is subject to a deductible. COVERAGES CERTIFICATE HOLDER I ACORD 25-S (7/97) Master Certificate 1 ADDITIONAL INSURED; INSURER LETTER: ATTACHMENT G CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL IMPOSE NO OBUGATION OR LIABILITY, REPRESENTATIVES. AUTHORIZED REPRESENTATIVE PON THfi INSURE AGENTS OR wit 2(,� 0 ACORD CORPORATION 1988 RM 620-Box Culvert 4,0N els SAGraphics \ Council AgendakEngineering \ 10-12-001RM 620-Box Culvert DATE: October 18, 2000 SUBJECT: City Council Meeting — October 20, 2000 ITEM: 13.G.3. Consider a resolution authorizing the Mayor to execute a Contract for Engineering Services with Chiang, Patel & Yerby, Inc. for the design of box culverts under R.M. 620 at the Round Rock Hospital. The total contract amount of $121,591.00 includes engineering and technical services to prepare construction plans, and specifications. Mayor Robert A. Srtuka, le Mayor Pro-tem Part M. Hairston Coandl Members Tom Nielson Carrie Pia Earl Palmer Isabel Callahan Jimmy Joseph City Manage' Robert L. Bennett Jr. City Attorney Stephan L Sheets CITY OF ROUND ROCK December 6, 2000 Mr. David A. Nachman, P.E. Chiang, Patel & Yerby, Inc. 11149 Research. Blvd., Suite 330 Austin, Texas 78759 Dear Mr. Nachman: Sincerely, g o,..Avamet , Joanne Land City Secretary Enclosures Fax 512- 218 -7097 1- 800 - 735 -2989 TDD .1- 800 -735 -2988 Voice www.ci.round- rock.tx.us 221 East Main Shea Round Rock. Texas 78664 512 -218 -5400 The Round Rock City Council approved Resolution No. R- 00- 10- 26 -13G3 at their regularly scheduled meeting on October 26, 2000. This resolution approves the contract with Chiang, Patel & Yerby, Inc., for professional engineering and technical services for the design of box culverts under R.M. 620. Enclosed is a copy of the resolution and contract for your files. If you have any questions, please do not hesitate to contact Jim Nuse at 218 -5560. Chiang, Patel & Yerby, Inc. Consulting Engineers • Planners • Project Managers 11149 RESEARCH BLVD., SUITE 330, AUSTIN. TEXAS 78759 512- 349 -0700 FAX: 512-349-0727 WEBSITE: WWW.CPYI.COM October 6, 2000 Mr. Don M. Rundell, P.E. Senior Engineer City of Round Rock Public Works Dept 2008 Enterprise Dr. Round Rock, TX 78664 RE: RM 620 — Culvert Replacement at Round Rock Hospital CSJ NO. 0683-01-060 Dear Mr. Rundell: We are pleased to submit two signed originals of the contract documents for the above - referenced project. We have included all necessary documentation for this contract. We have rev ised the contract documents as per your comments including reducing the fixed fee from 15% to 12% and adding two new tasks, Environmental Documentation and the preparation of a Water Pollution Abatement Plan. The addition of these tasks has resulted in an increase to the overall project fee. Let us know if you need any additional information or have any questions. Sincerely, CHIANG, PATEL & YERBY, INC. (1,044,44k__ David A. Nachman, P.E. Vice President Att. H OO-DRIVEYtWND 11OCIDCOMRACI\DN0904&H.000 PRINCIPALS: W. Walter Chiang, P.E. • Pete K. Patel, P.E. • Philip S. Yerby, P.E. • Edward M. Motley, P.E. • Philip M. Armstrong, P.E. S. Gillett Cobb, P.E. • Michael S. Hartzler, P.E. • David A. Nachman, P.E. • L. John Rpton. P.E.