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.