Loading...
R-01-03-08-10D2 - 3/8/2001i RESOLUTION NO. R- 01- 03- 08 -10D2 WHEREAS, the City of Round Rock desires to retain professional engineering services for the preparation of construction documents for the realignment and reconstruction of CR 113 from FM 1460 to the abandoned MKT Railroad right -of -way in Williamson County, 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 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 services for the preparation of construction documents for the realignment and reconstruction of CR 113 from FM 1460 to the abandoned MKT Railroad right - of - way in Williamson County, 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 R. \ HPDOCS \RRSOZVrr \R1030802.WPD /SC upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended, and the Act. RESOLVED this 8th day of March, 2001. ATTEST: E LAND, City Secretary 2 ROB•- A. STLUKA, 342., Mayor City of Round Rock, Texas STATE OF TEXAS § COUNTY OF WILLIAMSON § 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 e"gcu"ve.WHM/spcctw WITNESSETH WHEREAS, the City desires to contract for engineering services described as follows: Prepare construction documents for the realignment and reconstruction of CR113 from FM1460 to the MoKan right -of -way 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: ARTICLE 1 SCOPE OF SERVICES TO BE PROVIDED BY CITY The City will furnish items and perform those services for fulfillment of the Contract as identified in Attachment A - Services to be Provided by the City, attached hereto and made a part of this Contract. ARTICLE 2 SCOPE OF SERVICES TO BE PROVIDED BY ENGINEER The Engineer shall perform those engineering services for fulfillment of the Contract as identified in Attachment B - Services to be Provided by the Engineer, attached hereto and made a part of this Contract. 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 $ 175,070 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. engcoo..wwwspeenv Page 2 of 13 r 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. engconvc WFU1/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. engconirc.WHM/spectw ARTICLE 12 OWNERSHIP OF DOCUMENTS All data, basic sketches, charts, calculations, plans, specifications, and other documents created or collected under the terms of this Contract are the exclusive property of the City and shall be furnished to the City upon request. All documents prepared by the Engineer and all documents furnished to the Engineer by the City shall be delivered to the City upon completion or termination of this Contract. The Engineer, at its own expense, may retain copies of such documents or any other data which it has furnished the City under this Contract. Release of information shall be in conformance with the Texas Open Records Act. ARTICLE 13 PERSONNEL, EQUIPMENT AND MATERIAL The Engineer shall furnish and maintain, at its own expense, quarters for the performance of all services, and adequate and sufficient personnel and equipment to perform the services as 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 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 WHM/spectw The Provider may not change the Project Manager without prior consent of the City. ARTICLE 14 SUBCONTRACTING 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 ARTICLE 18 TERMINATION The Contract may be terminated before the stated termination date by any of the following conditions. engcon. WH M/spectw (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. 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. engcontre.WHM/speetw ARTICLE 19 COMPLIANCE WITH LAWS 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. engcontrc.WHMlspeclw 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. engcontrc WHM /spectw 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 m respect to all covenants of this Contract. The Engineer shall not assign, subcontract or transfer its interest in this Contract without the prior written consent of the City. ARTICLE 30 SEVERABILITY In the event any one or more of the provisions contained in this Contract shall for any reason, be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provision thereof and this Contract shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. ARTICLE 31 PRIOR CONTRACT SUPERSEDED This Contract constitutes the sole and only agreement of the parties hereto and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. Page 10 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: engcontrc. \VHM /spcclw Stephan L. Sheets City Attorney 309 E. Main St. Round Rock, Texas 78664 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: /1 itvf/i1A— Signature David A. Nachman Printed Name Vice President Title October 6, 2000 Date LIST OF ATTACHMENTS engcontrc.WHM/speaw 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 CR113 — Realignment and Reconstruction from FM1460 to the MoKan Right -of -Way 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, roadway, and pavement design criteria. 2) The City will provide mapping of the ongoing and planned development for the entire project area in Microstation (DGN) format. 3) The City will provide the Engineer with appropriate data required for the pavement design. The information provided shall include, but not be limited to, the traffic projections for the project roadway, percentage of truck traffic, soil conditions, etc. 4) Provide existing plans as available within the project limits. 5) The City will provide reviews and coordination of the work performed by the Engineer under this Contract. ATTACHMENT B CITY OF ROUND ROCK CR113 — Realignment and Reconstruction from FM1460 to the MoKan Right -of -Way 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 realignment and reconstruction of CR113 from FM1460 to the old MoKan right -of -way in Williamson County. This project will be approximately 3000 linear feet of new alignment roadway design. These construction plans will be included in the construction documents that the Engineer is currently designing under a separate contract for the Texas Department of Transportation for the reconstruction of FM1460 from US79 to CR113. 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. These plans will be designed utilizing TxDOT's specifications, bid items and construction document format. However, the design criteria used for the CR113 facility will be govemed by the City of Round Rock's design guidelines. 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 package shall be in accordance with the requirements of the City of Round Rock Roadway and Drainage design guidelines. Design elements that are not addressed in the City of Round Rock design guides will be clarified by the use of the following manuals and references: 1990 edition of AASHTO's A POLICY ON GEOMETRIC DESIGN OF HIGHWAY AND STREETS, TEXAS MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES including Part VI, TxDOTS OPERATIONS AND PROCEDURES MANUAL, The 1985 edition of TxDOTs 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 TxDOTs STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS, STREETS, AND BRIDGES. If a special specification or provision is needed for this project, it shall be written in TXDOrs 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. The task outline that follows separates the scope into two distinct categories of design services that will be required. These services include the design efforts needed to produce the documents for the construction of CRl 13and to revise the current FM 1460 plans that the Engineer is producing for TxDOT under a separate contract. Attachment B • Page 2 January 9, 2001 Services to be Provided by the Engineer TASK OUTLINE I. CR113 DESIGN SERVICES DESIGN SURVEY SERVICES 1) Provide right of entries (ROE's) to access needed properties for surveying services. 2) Contact utility locator service and various utility companies to have them locate and stake any underground utilities within the project area. No additional underground utility research beyond contacting the local service providers will be performed. 3) Perform research of current deeds and plats to ascertain possible locations of property lines within the project area. Assisting the client in resolution of boundary conflicts or discrepancies identified will be handled as an additional service by supplemental agreement. 4) Obtain elevation and location of all grade- breaks within the project area. In large areas between grade- breaks, elevations will be taken at a minimum of 100' grid. On the creek, additional ground shot elevations will be obtained outside of the creek bank. The route surveys will extend 100 feet on either side of the proposed centerline. 5) Locate all planimetric features and utility markings as indicated by the utility companies within the project area. 6) Obtain flow lines at all manholes within the project area. 7) The design survey will be limited to 70' either side of the existing centerline where the project connects to the existing roadways. Design surveys will extend for a distance of 200 feet beyond the proposed road connections at a 140' width. 8) Provide Microstation 2D and 3D drawings and TIN file in Geopak format. Drawing will show all planimetrics, utility markings and one -foot contours. Also, provided in drawing will be the locations of horizontal and vertical control and property lines with ownership references. 9) Set benchmarks on the project site. It is anticipated that three (3) benchmarks will be set within the project area. 10) Horizontal datum will be TxSPC NAD 1983 (96). Vertical datum will be based upon NAVD 1988. All state plane surface coordinates will be provided based upon Texas Department of Transportation (TxDOT) method of conversion. The project will be tied into the existing FM 1460 project which is on the same coordinate system. PROPERTY DESCRIPTIONS 1) Locate all property comers and indications of property lines crossed by the proposed route. 2) The Engineer will provide a written description with sketches for the proposed right -of -way taking. It has been assumed for this service, that this will affect four (4) properties. This includes the Camco Land LTD panel, two (2) Gordon Johnson tracts and the George Christianson tract. 3) Prepare a schematic drawing showing the overall layout of the proposed right -of -way as it relates to the affected properties (not a right -of -way map). UTILITY COORDINATION 1) Engineer will utilize existing utility data during the design process. 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. The engineer shall include the existing utility information in the plans. Attachment B ' Page 3 Services to be Provided by the Engineer 2) The Engineer will provide paving plan and profile and storm sewer /culvert sheets to utility providers to assist them in their relocation efforts. ROADWAY DESIGN SERVICES January 9, 2001 1) Horizontal and vertical geometry will be established along CRI 13 and any other roadways, as necessary, for the length of the reconstruction. Preliminary horizontal geometry will be determined for a portion of CR113 that extends beyond the project limits to ensure continuity of future design. Preliminary vertical profiles will be researched outside the project limits to determine an approximate "future" crest in the roadway to use to adequately size the storm sewer system for the "ultimate" condition. 2) Design cross sections will be produced at 50 - foot stations and other locations as necessary for the determination of cut and fill quantities. The GEOPAK design software package will be utilized to produce these cross sections. 3) Cut and fill quantities will be determined from the design cross sections and shown on the plan/profile sheets. 4) Pavement design for CR113 will be performed based on the use of flex base /asphalt or full depth asphalt section only. Concrete pavement will not be considered and option. Engineer will prepare the design using the accepted method of design required by the City of Round Rock. The City will provide the information required for the design of the pavement section. The same pavement design will be used for all roadways reconstructed in this project. 5) Roadway plan and profile sheets will be prepared depicting the proposed construction of CR113 at a scale of 1 " =100'H and I " =10'V. 6) Typical sections will be prepared depicting the existing and proposed typical sections for CR113 and any other affected roadways. These sections will be developed using the approved pavement design or as directed by the City. 7) A horizontal alignment data sheet will be prepared depicting horizontal geometric information CRI 13 and any other affected roadways. 8) Miscellaneous paving detail sheets will be prepared showing details that are pertinent to the City of Round Rock requirements. Other details will be included in the TxDOT portion of the construction plans. 9) The Engineer shall develop summary sheets for the various roadway pay items used on this project. The quantities on this project will remain separate from the FM1460 paving quantities to aid the City and the State in determination of project cost responsibilities. DRAINAGE DESIGN SERVICES 1) The Engineer will perform research to collect any available information on existing drainage patterns and systems in and adjacent to the project site. Drainage area maps, contour maps and existing drainage system as- builts will be collected. The Engineer will conduct an on -site investigation of the project. 2) Hydraulic computations will be completed for proposed culverts, curb inlets, area inlets, storm sewers and drainage outfall channels. Hydraulic computations for this project include the use of hydraulic computer programs such as Texas Hydraulic System (THYSYS), Winstorm, Federal Highway Administration Hydraulic Engineering Circulars and other TxDOT Hydraulic Section Publications. Performance of this study shall be in accordance with the procedures outlined in the City of Round Rock's Drainage Design Guidelines. 3) Major Drainage areas will be identified and hydrologic information will be calculated from existing drainage area and U.S.G.S. maps for the area. A drainage area map will be produced depicting this information, culvert locations and runoff computations. The information gathered and calculated will be shown on the plans. Attachment B Services to be Provided by the Engineer 4) Hydraulic studies will be required to determine channel and culvert size, and the effects the proposed construction and future development will have on the existing system. Computations for grass -lined ditches will be performed. Performance of this study shall be in accordance with the procedures outlined in the City of Round Rock's Drainage Design Guidelines. 5) Culvert Plan & Profile layouts will be prepared by the Engineer on all drainage culvert structures. 6) Storm sewer design and inlet locations will be determined in accordance with the City of Round Rock's Drainage Design Guidelines. Preliminary design will be performed and submitted for approval in standard plan and profile format. Upon approval of the preliminary drainage layout, storm sewer sheets will be prepared. Final storm sewer layouts will be in a plan/profile format. These sheets will show the location of inlets, manholes, storm sewers, culverts, and open channel improvements in relation to the project roadways. Drainage profiles will show profile information for the proposed storm sewer trunk lines, proposed ground above the storm sewers, existing ground above the storm sewers, trench excavation protection and locations of lateral junctions. Computation sheets will be prepared for slotted drains, inlets and storm sewers. 7) Quantities will be prepared for drainage related items including culverts, inlets, manholes, storm sewer pipes, etc. SIGNING AND PAVEMENT MARKINGS 1) Signing and pavement marking layouts will be prepared for CR113 at a scale of 1" =100'. 2) Summaries will be prepared for pavement markings, removal of pavement markings and small signs. The quantities on this project will remain separate from the FM1460 paving quantities to aid the City and the State in determination of project cost responsibilities. 3) Detail sheet for small signs will be prepared for non - standard signs. SEQUENCE OF WORK AND TRAFFIC CONTROL PLAN PROJECT MANAGEMENT AND COORDINATION SERVICES Page 4 January 9, 2001 1) A detailed traffic control plan with a sequence of construction plan will be prepared at a scale of 1" =200 feet. This plan will describe the maintenance of traffic and sequence of work for each phase of the proposed construction of CR113. 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) The Engineer shall prepare quantity summaries for items utilized for the traffic control plan and the sequence of work. The quantities on this project will remain separate from the FM1460 paving quantities to aid the City and the State in determination of project cost responsibilities. 1) 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. Attachment B' Page 5 Services to be Provided by the Engineer II. FM1460 MODIFICATIONS PS &E SERVICES a) Title sheet, detailed index, and the project layout. b) Paving plan and profile sheets. c) The intersection layout sheet for CR113 /Old Settler's Blvd. and FM 1460. 1) Signal head configurations will be modified to accommodate the revised typical section for CR113. PROJECT MANAGEMENT AND COORDINATION SERVICES January 9, 2001 1) The following items will require design and/or plan revisions to the existing TxDOT FMI460 plans for the inclusion of the realignment and reconstruction of CR113: d) Signing will be revised at the intersection as well as the pavement marking's on Old Settler's Blvd. approaching CR113. e) The traffic signal layout for the original FM 1460/CR113 plans accommodated for a five -lane section of CRI 13 to the east of FM 1460. The design will have to be verified, with the proposed 4 -lane divided scenario, to ensure that signal poles have adequate horizontal clearance. g) Traffic control plans, construction phasing and sequence of work will be modified to accommodate the revised intersection. h) The Storm Sewer System 2 (located at the intersection of FM 1460 and CR113) will require adjustment in order to place curb inlets and storm sewer along CR113. This work effort is included with the proposed storm sewer plans (Item 6) and is estimated at a total of 24 hours. (See fee estimate). 1) The Engineer will attend three (3) meetings with TxDOT personnel to ensure that TxDOT's requirements for project letting are met. These meeting are intended to ensure that the additional design services and construction document preparation is in accordance with TxDOT's requirements and preferences. Attachment B Page 6 January 9, 2001 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. CR113 — Realignment and Reconstruction from FM1460 to the MoKan Right -of -Way WILLIAMSON COUNTY Notice to Proceed Complete Design Survey 95% Plans Submittal City and TxDOT Review of 95% Plans District Plan Review Meeting 100% Plans Submittal Project Letting Date ATTACHMENT C CITY OF ROUND ROCK WORK SCHEDULE January 25, 2001 February 16, 2001 April 20, 2001 May 4, 2001 May 22, 2001 June 5, 2001 October 2001 CR113 — Realignment and Reconstruction from FM1460 to the MoKan Right -of -Way WILLIAMSON COUNTY 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 are shown on the following pages. ESTIMATE OF MAXIMUM COMPENSATION Direct Salary Cost (See attached summary) Project Manager 79 Hrs. @ $44.00 = $ 3,476.00 Senior Engineer 179 Hrs. @ $32.00 = 5,728.00 Design Engineer 759 Hrs. @ $27.00 = 20,493.00 Engineer -in- Training/Tech. 484 Hrs. @ $21.00 = 10,164.00 Clerical 24 Hrs. @ $15.00 = 360.00 TOTAL DIRECT SALARY $ 40,221.00 SALARY RELATED COST (161.96 %) $ 65,142.00 TOTAL LABOR COSTS $ 105,363.00 FEE (12 %) $ 12,644.00 EXPENSES Printing, Plotting, & Reproductions Travel MISCELLANEOUS EXPENSES Baker - Aicklen & Associates — Surveying Rodriguez & Huggins, Inc. — Drainage Design SUBCONSULTANT EXPENSES TOTAL EXPENSES MAXIMUM AMOUNT PAYABLE ATTACHMENT D CITY OF ROUND ROCK FEE SCHEDULE $ 576.00 $ 62.00 $ 638.00 $ 18,600.00 $ 37,825.00 $ 56,425.00 $ 57,063.00 $ 175,070.00 1/10/01 ATTACHMENT D CITY OF ROUND ROCK CR113 - Realignment and Reconstruction WILLIAMSON COUNTY FEE SCHEDULE SUMMARY Firm Total Fee Chiang, Patel & Yerby, Inc. $118,645 Rodriguez & Huggins, Inc. $37,825 Baker- Aicklen & Associates, Inc. $18,600 TOTAL PROJECT FEE = $175,070 Attachment D CR 113 Realignment and Reconstruction Williamson County City of Round Rock Cost Proposal for Chiang, Patel & Yerby, Inc. Task No. I. LABOR COSTS 1 2 2 3 4 5 6 7 8 9 Task Description 1. CR113 DESIGN SERVICES Design Survey Services This work is being performed by Baker - Aicklen, Inc. Property Descriptions This work is being performed by Baker - Aicklen, Inc. Utility Coordination Coordinate utilities with design Provide plans to utility companies for coordination Roadway Design Services Horizontal & Vertical Geometry Design Cross Sections Cut and Fill Quantities Pavement Design Roadway Plan and Profiles Typical Sections Horizontal Alignment Data Sheet Misc. Paving Details Summary Sheets No. of PS &E Sheets 0 0 0 0 20 0 0 3 27 Project Manager 4 0 4 4 4 4 3 8 1 1 2 28 Senior Engineer 4 0 4 16 8 8 5 20 2 2 4 6 71 Project Engineer 32 4 36 32 95 40 24 40 2 8 8 20 291 EIT /CADD Technician 12 8 20 16 24 16 8 40 16 4 8 16 148 Clerical 8 0 8 0 0 0 0 0 0 0 0 0 0 Total Cost $1,540.00 $276 00 $1,816.00 $1,888.00 $3,501.00 $1,848.00 $1,108.00 $2,912.00 . $1,092.00 $408.00 $556.00 $1,156.00 $14,469.00 1/10/01 Attachment D CR 113 Realignment and Reconstruction Williamson County City of Round Rock Cost Proposal for Chiang, Patel & Yerby, Inc. Task No. 1 2 3 1 2 1 Task Description Drainage Design Services This work is being performed by Rodriguez & Huggins, Inc. Signing and Pavement Markings Signing and Markings Layout Summary Sheets Small Sign Details Sequence of Work and Traffic Control Traffic Control Plans, Sections, Detour Profiles, Details Traffic Control Summaries Project Management &Coordination Services Project Coordination No. of PS &E Sheets 3 5 10 1 11 0 0 Project Manager 8 1 10 4 1 5 12 12 Senior Engineer 16 2 2 20 40 4 44 12 12 Project Engineer 40 20 16 76 240 24 264 6 6 EIT /CADD Technician 40 12 8 60 80 16 96 0 0 Clerical 0 0 0 0 0 0 0 8 8 Total Cost $2,784.00 $900.00 $708.00 4392 $9,616.00 $1,156 00 $10,772.00 $1,194.00 $1,194.00 1/10/01 Attachment D CR 113 Realignment and Reconstruction Williamson County City of Round Rock Cost Proposal for Chiang, Patel & Yerby, Inc. Task No. 1 1 Task Description II. FM1460 Modifications PS&E Services Revisions to Existing FM1460 95% Plans Project Management &Coordination Services ........ _._.... ....... _ ....... ..... Project Coordination Meetings 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 PS&E Sheets 14 14 0 0 57 540,221 $65,142 $105,363 $12,644 $118,007 Project Manager 8 8 12 12 79 $44.00 53,476 Senior Engineer 16 16 12 12 179 $32.00 $5,728 Project Engineer 80 80 6 6 759 $27.00 $20,493 EIT/CADD Technician 160 160 0 0 484 $21.00 $10,164 Clerical 0 0 8 8 24 $15.00 $360 Total Cost $6 384.00 $6,384.00 $1 194 00 51,194.00 40,221 1/10/01 Attachment D CR 113 Realignment and Reconstruction Williamson County City of Round Rock Cost Proposal for Chiang, Patel & Yerby, Inc. Task I Task I No. of 1 Project I Senior I Project IE1T/CADD Total No. I Description IPS&E Sheets Manager Engineer Engineer Technician' Clerical I Cost II. DIRECT COSTS FOR CHIANG, PATEL & YERBY, INC. Xerox Copies Courier Mileage Paper Plots Mylar Plots TOTAL DIRECT COSTS III. TOTAL COST TOTAL LABOR COSTS TOTAL DIRECT COSTS CHIANG, PATEL & YERBY TOTAL Estimated Units 540 5 200 180 60 $118,007 $638 $118,645 Unit Sheet Each Mile SF Sheets Rate $0.15 $15.00 $0.31 $2.00 $1.00 Estimated Cost $81.00 $75.00 $62.00 $360.00 $60.00 $638.00 1/10/01 Chiang, Patel & Yerby Provisional Overhead Rate Profit 161.96% 12% 1/10/01 Attachment D CR113 Realignment and Reconstruction Williamson County City of Round Rock Cost P oposal for Baker-Aicklen & Associates, Inc. Estimated Quantity Unit Rate Estimated Cost bEbianisuRVEVirio PROPERTY *------------ - — ' 1 ! I 1 I 1 I 0;b1767613 ...____ $6,500.00 ---- ff,665:56 _ ...... $6,500.00 Ea __________ Ea DESCRIPTIONS Expenses .__ --- • —sr- 5 - 100:6o ._._. .._ ._._ 'TOTAL COSTS FOR BAKER-AICKLEN. $180 0.01) 1/10/01 Attachment D F.C.161 DRAINAGE Scale No Hrs /Ea Notes 00M° Drainage Area Maps 1=400 0 00 few changes mowed (no charge) Drainage Area Maps 1=100 3 290 Includes drainage area studes Hydraulic Computations /Data Retaining Wall Layouts 2 200 Winston /Culvert output Bndge Hydraulic Data 0 00 Railroad EI0IINts Storm Sewer Plant Profile 1'=100',1'=10' 3 490 includes hydraulic study (includes redesign of System 2- 8hrs/sheet) Culvert Plain &Profile 1 1 1 290 replace exist 3bh1- 24 culvert(CR113) FENA -Zoned( Bridge Class Culvert Layouts Roadway Summaries 0 00 Channel Plan /Profile 0 00 Greeting Summery M,00 Drainage Details 00 0 00 0 000 SW3P 0 00 inducted with overall SW3P (no charge) Permanent Eraslsn, Sedimentation and WP 1'=100 3 290 Drainage & Erasion Control 5ummades(ALL) 1 290 includes quannty takeoffs Inlet and Manholes Summary 0 00 DnvewayS,de Road Pipe Details/Summary 0 00 Structure Summary 0 00 Erosion Control Summary 0 00 Dra,naga/E,os,an Cantos' Standains 0 00 only a few extra standards (no charge) FC 161 Total 13 322 F.C. 163 MISCELLANEOUS (ROADWAY) Scale o Hrs /Ea Notes Traffic Control Plans 0 0 Detour Plan / Profile 0 0 Detour Details 00 Retaining Wall Layouts 00 Illumination 00 Railroad EI0IINts 00 General Notes 00 Estimates & Quantities Sheets 00 Roadway Summaries 00 Miscellaneous Summanes 00 Greeting Summery 00 FC 163 Total 0 000 CR 113 Attachment D R & H SHEET COUNT F.C.160 ROADWAY DESIGN CONTROLS Stale No Hrs /Ea Tito Sheet Sheet Index Project layout Typical Sections Honzomal Align Data Cross Slope Data Cross Sections Plan /Profile Shots Intersec90n Detals Misc. Roadway Details Driveway Details 00 00 00 00 00 00 00 00 00 00 00 FC 160 Total 000 Notes F.C. 183 SIGNING, MARKINGS, AND SIGNALIZATION Scale No Hrs /Ea Signing & Pavement Marking Plans Large Sign Layouts Overhead Sign Support Detals Signal Layouts and Details Pavement Marking Summary Small Sign Summares Largo Sign Summaries 00 00 00 00 00 00 00 FC 162 Total 000 Notes F.C. 170 BRIDGE DESIGN Scale No Hrs /Ea Bndge Layouts Bodge 00/0110 Bodge Summaries O 00 0 • 00 O 00 FC 170 Tote' O 0 00 Notes PLAN SET TOTAL 13 R &H Sheets FC 160 0 FC 161 Total 13 FC 162 Toth 0 FC 163 Total 0 FC 170 Total 0 00 32.23 Rodriguez & Hulse, Ina F.C. 161 DRAINAGE PM E9 SP4 E3 ET4 ET3 EIT1 Total Offs. Drainage Area Maps Drainage Area Maps Hydraulic Computations / Data Bridge Hydraulic Data Storm Sewer Plan / Prole Culvert Plan 8 Profile Bodge Class Culvert Layouts Channel Plan / Profile Mao Drainage Details SW3P Permanent Erosion, Sedimentation and WP Drainage 8 Erosion Control Summaries (ALL) Inlet and Manholes Summary Drweway/SMe Road Pipe Details/Summary Structure Summery Erosion Control Summary Drelnage/Eroslon Control Standards ga 000000000000000 gg ,0000000000000000 �ooa0000000000000 ggggggggggg �o';'0000' ;00000 g0000000000000000 �00000a0000000000 gooe0000000000a a o �0000000000000000 o o oo N00000 FC 161 Total 0 64 0 84 251 0 0 418 0 F.C. 163 MISCELLANEOUS (ROADWAY) PM E4 SP4 E3 ET4 ET3 0111 Total Coordination of sub-consultants Traffic Control Plans Detour Plan I Profile Detour Details Retaining Wall Layouts Illumination Railroad Exhibits General Notes Estimates 8 Quantities Sheets Roadway Summaries Miscellaneous Summaries Grading Summary ggggggggggg gg ggggggggggg ggggggggggg ggggggggggg ggggggggggg ggggggggggg gggggggggggg FC 163 Total 0 0 0 0 0 0 0 0 0 F.C. 160 ROADWAY DESIGN CONTROLS PM E4 SP4 E3 ET4 ET3 EIT1 Total Coordination of e Tale Sheet Sheet Index Proleot Layout Typical Sections Horizontal Align Data Cross Slope Data Cross Sections Plan / Profile Sheets Intersection Details Misc. Roadway Details Driveway Details ggggggggggg g gggg gggg gg ggggggggggg ggggggggggg ggggggggggg ggggggggggg ggggggg gggggggggggg FC 160 Total 0 0 0 0 0 0 0 0.0 F.C.162 SIGNING, MARKINGS, AND SIGNALRATION PM E4 SP4 E3 ET4 ET3 EIT1 Total Coordination of sub - consultants Signing 8 Pavement Marking Plans Large Sign Layouts Ovamead Sign Support 0810110 Signal Layouts and Details Pavement Marking Summary Small Sign Summaries Large Sign Summaries ggggggg ggggggg ggggggg ggggggg ggg ggggggg ggggggg �000 FC 162 Total 0 0 0 0 0 0 0 I 0 0 F.C. 170 BRIDGE DESIGN PM E4 SP4 E3 ET4 ET3 EIT1 Total Coordination of sub-consultants Bridge Layouts Bridge Detai5 Bridge Summanes ggg ggg ggg ggg ggg ggg �000 FC 170 Total 0 0 0 0 0 0 0 0 0 CR 113 Attachment Sheet 2 of 2 Rodriguez 8 Huggins. Inc CR 113 Attachment D F.C. 160 ROADWAY DESIGN CONTROLS F.C. 161 DRAINAGE Project Manager Engineer IV Engr Spec IV Engineer III Engr Tech IV Engr Tech 111 Engr in Training 1 Project Manager Engineer IV Engr Spec IV Engineer III Engr Tech IV Engr Tech III Engr 19 Training I Sub -total Sub -total R & H MANHOUR SUMMARY Sheet 2 of 2 Manhours Manhours Rodriguez 8. Huggins, Inc $0.00 $0. Project Manager 0 $38 00 5 Engineer IV 0 $38 00 $ Engr Spec IV 0 53800 $ Engineer 111 0 $3600 $ Engr Tech IV 0 $28 00 $ Engr Tech III 0 $25 00 $ Engr in Training I 0 $24 00 S Sub -total 0 $ Project Manager 0 $38,00 5 Engineer IV 0 $38,00 $ Engr Spec IV 0 $3800 $ Engineer 111 0 036.00 S Engr Tech IV 0 $28.00 5 Engr Tech III 0 $2500 5 Engr in Training l 0 $24 00 $ Sub -total 0 $ O $38,00 $ 0 $3800 $ O $3800 $ O 038.00 $ O 028.00 $ O 025 00 $ 0 524.00 $ 0 $ Rate Direct Labor Rate Direct Labor O 838.00 S 84 $3800 5 3,19200 O $38 00 0 - 84 $36.00 S 3,02400 251 $28 00 0 7,028.00 O 025 00 0 - O $24 00 0 419 $ 13,244 00 F.C. 162 SIGNING, MARKINGS, AND SIGNALIZATION Manhours Rate Direct Labor F.C. 163 MISCELLANEOUS (ROADWAY) Manhours Rate Direct Labor F.C. 170 BRIDGE DESIGN Manhours Rate Direct Labor Project Manager 0 538 00 $ Engineer IV 0 538.00 $ Engr Spec IV 0 536.00 $ Engineer!!! 0 $36.00 $ Engr Tech IV 0 $2800 $ Engr Tech III 0 $2500 $ Engr in Training I 0 $24 00 $ Sub -total 0 $ EXHIBIT D Attachment D 0 0 LABOR COSTS: DIRECT OVERHEAD TOTAL FIXED FEE TOTAL COST F C 110 ROUTE AND DESIGN STUDIES F C 120 ENVIRONMENTAL STUDIES F C 130 RIGHT OF WAY PLANS F C 150 FIELD SURVEYS! MAPPING F.C. 160 ROADWAY DESIGN CONTROLS F.C. 161 DRAINAGE F.0 162 SIGNING, MARKINGS, AND SIGNALIZATION F.C. 163 MISCELLANEOUS (ROADWAY) F.C. 170 BRIDGE DESIGN TOTALS 49. 49 49 49 44 49 VI 49ww $ 13,244.00 5 20,528.20 5 33,772.20 $ 4,052.66 $ 37,824.86 DIRECT COSTS: ' EXPENSES. Final Ortho-photography Plots Reproduction Mileage Airline Flights Per Dlem Mail & Delivenes TOTAL EXPENSES UNIT RATE QUANTITY TOTAL SF SF Mile EA Day EA 49 69 49 VI 41 41 - 41 61 69 IA M 411 N N 41 $ SUB-CONTRACTS: TOTAL SUB- CONTRACTS TASK TOTAL $ - TOTAL DIRECT COSTS - E - TOTAL COST $ 37,824.86 Rodnguez & Huggins, Inc Realignment and Reconstruction of CR 113 from FM 1460 to the MKT ROW Council 03-5-01 ept O DATE: March 2, 2001 SUBJECT: City Council Meeting — March 8, 2001 Resource: Jim Nuse, Public Works Director Tom Word, Traffic Engineer Funding: Cost: $175,070 Source of funds: Round Rock Transportation System Development Corporation Outside Resources: Chiang, Patel, & Yerby, Inc., Impact: The change in alignment will change the roadway frontage of certain properties. Public Comment: N/A Sponsor: N/A ITEM: 10.D.2. Consider a resolution authorizing the Mayor to execute a Contract for Engineering Services with Chiang, Patel & Yerby, Inc. for the preparation of construction documents for the realignment and reconstruction of CR 113 from FM 1460 to the MKT right -of -way in Williamson County. The Texas Department of Transportation (TxDOT) is proposing to reconstruct FM 1460 to widen the highway to 5 lanes with a continuous left turn lane. As part of the project, TxDOT plans to move the intersection of FM 1460 with CR 113 to the south to improve the safety of the intersection. This will require the relocation of CR 113 from this intersection to the abandoned MKT railroad right of way. To assure coordination of the City project and the state project, staff is proposing that the City use the same engineer for the relocation of CR 113 as TxDOT is using for FM 1460. History: The Texas Department of Transportation (TxDOT) is proposing to reconstruct FM 1460 to widen the highway to 5 lanes with a continuous left turn lane. As part of the project, TxDOT plans to move the intersection of FM 1460 with CR 113 to the south to improve the safety of the intersection. This will require the relocation of CR 113 from this intersection to the abandoned MKT railroad right of way. To assure coordination of the City project and the state project, staff is proposing that the City use the same engineer for the relocation of CR 113 as TxDOT is using for FM 1460. Benefit: The relocation of CR 113 will provide a much safer intersection with FM 1460. Additionally, the new intersection will provide a much higher capacity, which will be beneficial for events at the Old Settlers Park and the Dell Diamond. Mayor Robert A Stlaka, Jr. Mayor Pro -tem Earl M. Hairston Council Members Tom Nielson Carrie Pitt Earl Palmer Isabel Gallahan Jimmy Joseph City Manager Robert L Bennett, Jr. City Attorney Stephan L Sheets April 30, 2001 Mr. David A. Nachman, P.E. Chaing, Patel, & Yerby, Inc. 11149 Research Blvd., Suite 330 Austin, TX 78759 Dear Mr. Nachman: Sincerely, Joanne Land Assistant City Manager/ City Secretary Enclosure Fax: 512- 218 -7097 1- 800 - 735 -2989 TDD 1- 800. 735.2988 Voice www ct.raund- rock.tx.us 221 East Main Street Round Rock Texas 78664 512- 218 -5400 The Round Rock City Council approved Resolution No. R- 01.03- 08.10D2 at their regularly scheduled meeting on March 8, 2001. This resolution approves the contract for the preparation of construction documents for the realignment and reconstruction of CR113 from FM 1460 to the abandoned MKT Railroad right -of -way in Williamson County. Enclosed is a copy of the resolution and agreement for your files. If you have any questions, please do not hesitate to contact Tom Word at 218 -5562.