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.