Loading...
R-01-04-12-14E2 - 4/12/2001Mayor Robert A. Sduka, Jr. Mayor Pro Tom Nielson Council Members Alan McCraw Carrie Pat Earl Palmer Isabel Callahan Cary Coe City Manager Robert L Bennett, Jr. City Attorney Stephan L. Sheets August 15, 2001 Mr. Bill Waeltz, P.E. Baker - Aicklen & Associates, Inc. 203 E. Main St., Suite 201 Round Rock, TX 78664 Dear Mr. Waeltz: 221 Fast Main Street Round Rock, Texas 78664 512 -218 -5400 The Round Rock City Council approved Resolution No. R - 01 04 - 12- 14E2 at their regularly scheduled meeting on April, 12 2001. This resolution approves a contract for engineering services in connection with the Historic Downtown Sidewalks and Pedestrian Access Improvements Project. Enclosed is a copy of the resolution and original agreement for your files. If you have any questions, please do not hesitate to contact Jim Nuse at 218 -5555. incerely, LTh Christine Martinez Assistant City Secretary Enclosures Fax 512- 218 -7097 1- 800.735 -2989 TDD 1- 800. 735.2988 Voice www.ct.round- rock.tx.us RESOLUTION NO. R- 01- 04- 12 -14E2 WHEREAS, the City of Round Rock desires to retain professional engineering services in connection with the Historic Downtown Sidewalks and Pedestrian Access Improvements Project, and WHEREAS, Baker - Aicklen & Associates, Inc. has submitted a Contract for Engineering Services to provide said services, and WHEREAS, the City Council desires to enter into said contract with Baker - Aicklen & Associates, Inc., Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS, That the Mayor is hereby authorized and directed to execute on behalf of the City a Contract for Engineering Services with Baker - Aicklen & Associates, Inc., for professional engineering services in connection with the Historic Downtown Sidewalks and Pedestrian Access Improvements Project, a copy of said agreement being attached hereto and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended, and the Act. RESOLVED this 12th day of Apr- , 20 +1. TA/IN V oc.Q/Ii./ G E LAND, City Secretary O.\ HFOOCS\RE \ R1091 ]8 3.MP0 /cc R• = A. STLUKA, J , Mayor City of Round Rock, Texas STATE OF TEXAS COUNTY OF WILLIAMSON engmntrc wpdfspeclw WITNESSETH Contract No. THIS CONTRACT FOR ENGINEERING SERVICES ( "Contract ") is made by and between the City of Round Rock, 221 E. Main St., Round Rock, Texas 78664, hereinafter called "City" and Baker Aicklen and Associates. Inc., having its principal business address at 203 East Main Street, Suite 201, Round Rock, TX 78664, hereinafter called "Engineer" for the purpose of contracting for engineering services. WHEREAS, Government Code, Chapter 2254, Subchapter A, "Professional Services Procurement Act" provides for the procurement of professional services of engineers; and WHEREAS, the City desires to contract for engineering services described as follows: Historic downtown sidewalks and pedestrian access improvements. 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 fumish 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. Page 1of13 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 Schedule, attached hereto and made a part of this Contract. The Work Schedule shall contain a complete schedule so that the Engineer's Scope of Services under this Contract can be accomplished within the specified time and contract cost. The Work Schedule will provide specific work sequence and definite review times by the City and the Engineer of the work performed. If the review time should take longer than shown on the work schedule, through no fault of the Engineer, additional contract time will be authorized by the City through a supplemental agreement if requested by a timely written request from the Engineer and approved by the City. ARTICLE 3 CONTRACT PERIOD After execution of this Contract, the Engineer shall not proceed with the work outlined under Article 2 until authorized in writing by the City to proceed as provided in Article 6. This Contract shall terminate at the close of business on July 31, 2002 unless extended by written supplemental agreement duly executed by the Engineer and the City prior to the date of termination, as provided in Article 11 - Supplemental Agreements, or otherwise terminated as provided in Article 19 - Termination. Any work performed or cost incurred after the date of termination shall be ineligible for reimbursement. The Engineer shall notify the City in writing as soon as possible if it determines, or reasonably anticipates, that the work under this Contract cannot be completed before the termination date, and the City may, at its sole discretion, extend the contract period by timely supplemental agreement as provided in Article 11 - Supplemental Agreements. The Engineer shall allow adequate time for review and approval of the request for time extension by the City prior to expiration of this Contract. 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 $131,530. 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. The monthly progress report shall show the percent complete to date of each task as shown in the work schedule, as onsoont wpd/mccLw ARTICLE 4 COMPENSATION Page 2 of 13 shown in Attachment C. Satisfactory progress of work shall be maintained as a condition of payment. The fee may be adjusted if additional work is approved by supplemental agreement and performed by the Engineer. engcontrc.wpd/spectw Page 3 of 13 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 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 monthly progress work schedule report, identified as Attachment C. Payment of the lump sum fee will be in proportion to the percent completion of the work tasks identified in Attachment D - Fee Schedule. Upon receipt and approval of each statement, the City shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. The City shall reserve the right to withhold payment pending verification of satisfactory work performed. The Engineer must submit adequate proof to the City that the task was completed. The certified statements shall show the total amount eamed to the date of submission and the amount due and payable as of the date of the current statement. Final payment does not relieve the Engineer of the responsibility of correcting any errors and/or omissions resulting from its negligence. engcontrc.wpd/spectw ARTICLE 6 NOTICE TO PROCEED 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 include evaluation of the Engineer's services, design, and construction issues 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 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 Page 4 of 13 engcontrc wpd/speclw 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. 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. Page 5 of 13 The terms of this Contract may be modified by supplemental agreement if the City determines that there has been a significant change in (1) the scope, complexity or character of the service to be performed; or (2) the duration of the work. Additional compensation, if appropriate, shall be identified as provided in Article 4. Any supplemental agreement must be executed by both parties within the contract period specified in Article 3 - Contract Period. It is understood and agreed that no claim for extra work done or materials furnished shall be made by the Engineer until full execution of the supplemental agreement and authorization to proceed is granted by the City. The City reserves the right to withhold payment pending verification of satisfactory work performed. All data, basic sketches, charts, calculations, plans, specifications, and other documents created or collected under the terms of this Contract are the exclusive property of the City and shall be furnished to the City upon request. All documents prepared by the Engineer and all documents furnished to the Engineer by the City shall be delivered to the City upon completion or termination of this Contract. The Engineer, at its own expense, may retain copies of such documents or any other data which it has furnished the City under this Contract. Release of information shall be in conformance with the Texas Open Records Act. The Engineer shall furnish and maintain, at its own expense, quarters for the performance of all services, and adequate and sufficient personnel and equipment to perform the services as 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. cngcontrc.wpd/spectw ARTICLE 11 SUPPLEMENTAL AGREEMENTS ARTICLE 12 OWNERSHIP OF DOCUMENTS ARTICLE 13 PERSONNEL, EQUIPMENT AND MATERIAL The Provider may not change the Project Manager without prior consent of the City. Page 6 of 13 ARTICLE 14 SUBCONTRACTING The Engineer shall not assign, subcontract or transfer any portion of the work under this Contract without prior written approval from the City. All subcontracts shall include the provisions required in this Contract and shall be approved as to form, in writing, by the City prior to work being performed under the subcontract. No subcontract relieves the Engineer of any responsibilities under this Contract. ARTICLE 15 EVALUATION OF WORK The City and any authorized representatives, shall have the right at all reasonable times to review or otherwise evaluate the work performed or being performed hereunder and the premises in which it is being performed. If any review or evaluation is made on the premises of the Engineer or a subprovider, the Engineer shall provide and require its subproviders to provide all reasonable facilities and assistance for the safety and convenience of the City or USDOT representatives in the performance of their duties. ARTICLE 16 SUBMISSION OF REPORTS 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. The Contract may be terminated before the stated termination date by any of the following conditions. en8rontn.wpdtSpCCtW ARTICLE 18 TERMINATION (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 Page 7 of 13 (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 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. enscnnlre wpd/spectw herein. ARTICLE 19 COMPLIANCE WITH LAWS Page 8 of 13 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. 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. 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. engconnc.wpd/spectw Page 9 of 13 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. 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. 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. 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. The Engineer, and the City, do hereby bind themselves, their successors, executors, administrators and assigns to each other party of this agreement and to the successors, executors, administrators, and assigns of such other party in respect to all covenants of this Contract. The Engineer shall not assign, subcontract or transfer its interest in this Contract without the prior written consent of the City. engcontrc wpd/spectw ARTICLE 25 INSPECTION OF ENGINEER'S BOOKS AND RECORDS AND AUDIT REQUIREMENTS ARTICLE 26 DEBARMENT, SUSPENSION AND DISCIPLINARY ACTION ARTICLE 27 COPYRIGHTS ARTICLE 28 COMPUTER GRAPHICS FILES ARTICLE 29 SUCCESSORS AND ASSIGNS Page 10 of 13 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. 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. 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: engcontre wpd/spectw City of Round Rock Attn.: City Manager 221 E. Main St. Round Rock, TX 78664 with copy to: Stephan L. Sheets City Attorney 309 E. Main St. Round Rock, Texas 78664 ARTICLE 30 SEVERABILITY ARTICLE 31 PRIOR CONTRACT SUPERSEDED ARTICLE 32 NOTICES Engineer: Baker Aicklen & Associates. Inc. Attn.: A. William Waeltz, P. E. 203 E. Main Street, Ste. 203 Round Rock, TX 78664 Page 11 of 13 The undersigned signatory or signatories for the Engineer hereby represent and warrant that the signatory is an officer of the organization for which he or she has executed this Contract and that he or she has full and complete authority to enter into this Contract on behalf of the firm. The above - stated representations and warranties are made for the purpose of inducing the City to enter into this Contract. IN WITNESS HEREOF, the City and the Engineer have executed these presents in duplicate. THE ENGINEER By: engcontrc wpd/spectw A. William Waeltz, P. E. Printed Name Branch Manager Title Date City : ' ou i Rock rt Stlu a, Mayor LIST OF ATTACHMENTS 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 Attachment D - Fee Schedule Attachment E - Work Authorizations, if applicable Attachment F - Supplemental Work Authorizations, if applicable Attachment G - Certificate of Insurance Page 12of13 The City of Round Rock will furnish to the Engineer the following items /information: A. Copy(s) of other consultant work adjacent to or affecting any areas of work included in this contract, in AutoCAD 14 format, if said work is currently in AutoCAD 14 format. B. Any other pertinent base information as required during the process and not previously defined within the basic services. C. Provide updates of scope of work expected from consultant and sub - consultants. D. Designate a person to act as the Owner's Representative with respect to services to be rendered under this contract. E. City will assist the Engineer in determining the horizontal and vertical location of existing utilities. cngcontrc wpd/speclw ATTACHMENT A SERVICES TO BE PROVIDED BY THE CITY OF ROUND ROCK ATTACHMENT B SERVICES TO BE PROVIDED BY THE ENGINEER Historic Downtown Sidewalks and Pedestrian Access Improvements Prime Consultant: Baker - Aicklen & Associates, Inc. (BA) Sub - Consultant: Hall/Bargainer, Inc. (HB) Scope of Services to be provided under this contract: A. Basic Services: 1. Perform data collection and site analysis to review size and location of all existing entrances, ramps, curbs, islands, etc. Document all existing information using digital images that will be displayed for future use. (BA & HB) 2. Prepare drawings and exhibits to show paving patterns, ramp locations, design and layout, so to fix and describe the size and character of the streetscape design. (HB) 3. Assist in preparation of preliminary estimate of probable construction costs for the items listed above. (BA & HB) 4. Assist in facilitating public meetings and presentations to educate the public and governmental agencies of design process and to allow for public input. (BA & HB) 5. Based upon public and governmental agency input received, revise Development Drawings to incorporate City requested revisions. (HB) 6. Prepare, from the approved design Development drawings, final construction drawings, and specifications, which set forth in detail the requirements for construction of the landscape architectural items. (BA) 7. Submit construction documents to the State for ADA compliance. Hall/Bargainer will provide ADA compliance review for this project. (HB) 8. Prepare Engineers Opinion of Probable Cost. (BA) 9. Provide Construction Phase services as follows: (BA) • Assist City in the advertisement for bids, pre -bid meetings and the bidding process. • Review bids and make recommendation of award. • Assist in pre - construction conference. • Review shop drawings. • Visit construction site periodically. • Interpret drawings and specifications. engcanvc wpd/spectw • Review and prepare any change orders proposed by the contractor. • Observe construction for general conformity to contract documents (not full -time representative). • Prepare final punch list. • Issue Contractor's Certificate of Completion. • Prepare as -built drawings from information supplied by the contractor. B. Special Services: Provide ground control surveying for aerial photos of the area generally outlined as IH 35 east to Bumet Street and Anderson Street south to the McNeil Road/IH 35 overpass. These scalable aerial photographs will be utilized in the preliminary phase and the citizen input phase of the project. The expanded coverage area will be used by the Public Works Department and Planning Department for future development studies around the Municipal Office Complex. (BA) 2. Provide on- the - ground topographic surveys of the two (2) block length of Main Street from North Mays easterly to Sheppard Street and Lampasas Street from one -half block north of Main Street to one -half block south of Main Street. (BA) engconnc wpd/spcctw Note: All horizontal and vertical control will be based upon NAD 83 (93) horizontal datum and NAVD 1988 vertical datum. engcontrc wpd/spectw ATTACHMENT C WORK SCHEDULE Task Name Dec TO Jan '01 Feb 011 M11 . 01 A r '01IMay 01 1Jun 01 HIRE CONSULTING ENGINEER Contract to City City Council resolution approving contract PRELIMINARY DESIGN Aerial Imagery Coverage ADA Standards Review Surveying Conceptual Plan Options & Cost Estimates Initial Phasing Plan Complete Preliminary design CITIZEN PARTICIPATION Heart of Round Rock Neighborhood Assoc Meeting 0.0 2(4 p:JRR417(, prolect overview -- Downtown Business Association Meeting m.;22 4.1,coRR 1-1013; Meet Oe — Downtown Business Association Meeting Apr VI is. CORR B.A:11813; Concept plan, options & estimates, Initial phasrng HISTORIC DOWNTOWN SIDEWALKS 86 PEDESTRIAN ACCESS IMPROVEMENTS Or 2 Jan '02 !Feb 1121 Mar 02 Apr T21May 02 un 02 dpker-Alckian CORR - Jenkins (JNV re,•zro Apr • • Qtr 3 ttr•••••!...■41 Qtr 4 Jul '01 tAue '011Sep Qtr 7 Ocr011Nov '011 000 01 Baker-Alcklen • • • Hall & Bargainer T - ;- Baker-Alcklen T : Baker-Alckien Baker.Alemen -4- - Or 2 lent team, project overview Qtr 3 p71774 Baker•Alckien Other potentially Affected Interests (PAls) : I I Visits and di dilute Information packets, news media releaw - Heart of Round Rock Neighborhood Assoc Meeting May 14 • CORR sINX, BA, reilminary - design Downtown Business Association Meeting j ' May 31 .0 CORlid1.1%, A; Preliminary design & project status :-. . . _ Informal upates on project status t • CORR•Public Works AdmIn;website, e-mad. re, telephone .118 ' Construction Phasing and Scheduling Discussions I (13-A & Selected 0041.010, • 7 FINAL DESIGN & BID-READY PACKAGE f _ Produce Design & Construction Documents BakehAlcklen,Hall & Bargainer : -:- -, City Review CORR.PW Engineering • Complete Final Design & Documents BakerAicklen,Hail & Barg Iner i : 11/111■Ipl CONTRACTOR SELECTION , First Advertisement . — .. ' CI I. :. ' - :- — Pre-Bid Conference — ; 08118 . CORR & 134i - . • . • . Second Advertisement ' ' ' • , . . a : . . ' • . . Third Advertisement ' . ' ' ' • ' — - Pre-Bid Conference ' ' . 0030 Ills CORR & 13-A , - -r- Bid Opening : ' Mere C0128. B.A . . Contract Awarded 7 7 0.6 T: CONSTRUCTION T SeleCted Contractor IFIIP - - - Segment : t 1 i Jan 2 , Segment 2 -.-- • — ' Segment 3 - -- ., Segment 4 - ; . : • ; Segment 5 Segment 6 City Strategic Plan Objective 6.2: Enhance Round Rock's historic districts to preserve their identity. Strategy: Plan and implement infrastructure improvements that augment the City's historic features and areas. APR 29,2002 Wed 3/28101 ATTACHMENT D ENGINEER'S COMPENSATION Engineer to be compensated on a lump - sum plus reimbursables basis as follows: A. BASIC SERVICES 1. Preliminary engineering & Public Meeting Phase $ 23,300.00 2. Final Design and Construction Document Phase $ 70,250.00 3. Construction Administration Phase $ 18,500.00 Total Basic Services Fee: $112,050.00 B. SPECIAL SERVICES 1. Design Surveys & Aerial Control $ 15,740.00 2. Orthophoto Mosaic Images $ 3,740.00 Total Fee $131,530.00 ,ngrontrc wpd/spectw cngcontrc.wpd/spectw ATTACHMENT G CERTIFICATE OF INSURANCE ,.._... • r „ ,:,• <.,,.. r.); ; ` ... ACORD ra I '` i� �. �: -rya p owJe ;.' ;�� - """' •' 4'' 1�• • � a:.t pgODUCER GREATER TEXAS INS . AGENCY 9809 Anderson Mill Rd Austin, TX 78750 ' ,... a. BMreawoonn t ':: .: 0 27 01 Au � THIS CERTIFICATE IS ISSUED AS A MATTER OF I FORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY A UNION STANDARD INSURANCE INSURED BAKER- AICKLEN CE ASSC. INC 203 EAST MAIN SUITE 201 ROUND ROCK, TX 78664 <>�.,, qk. 31 `�E i �. : ;r '.`;;g,.. ;k 's i ^ a 'S' t :',- L •:k+wF,. ,•;°� E F:.. SO I S IS TO CSTI INDICATED. H E OTWITHSTANDINO ANY I REQUI REQUIREMENT. TERM OR CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED EXCLUSIONS AND CONDITIONS OF 6UCH POLICIES. UNITS SHOWN MAY HAVE COI/,PANY B coM COMPANY D PSµvi S9 i,1 ',ain�r M s'Sa'2aw � `�' ^hkiwa 1s .,..f�3:.R'a�'.1 . skal , i4g ,a` OF A CONTRACT OR O DOCUMEN ITH RESPECT TO THIS BY THE POLICIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS, BEEN REDUCED BY PAID CLAIMS. LTR TYPfi OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE(MMIDOAT) POLICY EXPIRATION DATE IMM/DONT) UMITS A TP1789812 03/20/01 03/20/02 GENERALAOGREGATE E 1,000,00 6 1 000 00• OENERALUABIUTY X X COMMERCIAL GENERAL UABILITY CLAIMS MADE © OCCUR OWNERS 5 CONTRACTORS PPOT PER PROJECT AGGREGATE PRODUCTS - COMP/OP AOG PERSONAL A ADV INJURY i 500 00. EACH OCCURRENCE S 500 0 0• FIRE DAMAGE (Any one Ore) • 100,00 MEDCCP (Any one pel.on) • 5, 00 • °MOBILE UABIUTY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS TA2333157 03/20/01 03/20/02 COMBINED SINGLE LIMIT 6 500,00• DO IILYnwN AY 6 BODILY INJURY (Per ecclOenO • NON.OWNED AUTOS 6 PROPERTY DAMAGE RAOE UA.IUP/ ANY AUTO AUTO ONLY• EA ACCIDENT 6 OTHER THAN AUTO ONLY: '.'Y'; :• , a•• ,• a EACH ACCIDENT $ AGGREGATE S A NU2803198 03/20/01 03/20/02 EACH OCCURRENCE 6 1,000,00 • �� EXC 11 ESSLIABILTTY UMBRELLA FORM OTHER THAN UMBRELLA FORM AGGREGATE 6 1 000 00. RETENTION i 10, 006 A WOBLERo COMPENSATION pND YEps•U*BIUW EN PL oYE NC2508012 03/20/01 03/20/02 VIC STATU• GTT4 x L'.% , ....' N :_, ` 6 1 00 EL EACH ACCIDENT THE PROPRIETOR/ PARTNERS/EXECUTIVE OFFICERS ARE — — INCL EXCL EL DISEASE - POUCTUME S 1, 000, 00• EL DISEASE - EA EMPLOYEE S 1J 0001 00 • OTHER DESCRIPTION OF OPERATIONS /LOCATIONSNEHICLEB/BPECIAL ITEM. DOWNTOWN SIDEWALK 1F1 .. I ! e.��:s:.. 1• '``.Nt < . s'o?x "':s'° 'r "iw CITY OF ROUND ROCK 221 E. MAIN STREET ROUND ROCK, TX 78664 ACOEif)a-Ofl491'.T ,w.' g "--,,� °- .a n.r.�,�,E F , f ol ,, , ... ;, "::�w -- .w� AsP',-ei�E..T.. {IO.MU*4.,.`. W a.' W4agAt e= .a'�..•.a',3,�' A: sMOULD AMY OF THE Anco! DESCRIOED POLICED DE CANCELLED DEPORE THE ENDEAVOR TO MA EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL END IL 3Q DAYX WRITTEN MOTK! TO THE CERTIFICATE HOLDER RAM To THE LEFT, DUT MUMS TO MAIL SUCH Mono! SHALL IMPOSE NO OB1091ION OR UAOIUTY OP ANY KW UPON THE =INFANT, ITS AGENTS 05 FRES!NTATIVES. ADTNONR 'OA s� � .... ' -: °i ' -3:s " :3; ;6ra"''• "�0 ilighojaitll0, _ 203/27/2001 09:52 5123319950 • GREATER TX INSURANCE PAGE 02 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIDD INDICATED, NOPNITHSTANOWO ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT' WITH RESPECT TO WHICH THIS L.Will-ICA MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN I8 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, I j THE OF INEURANOE POLICY NUMBER P EF /E qq '7D1 QAT X838A 1 00 LIMITS INSURED Baker- Aicklen & Associates 203 East Main Street, Suite 201 Round Rock, TX 78664 GENERAL LIABILITY INSURER BI INSURER C: INSURER D: EACH OCOURRENCE 8 COMMERGALQENERALLIABILT FIRE DAMAGE (Any ono fire f 1 OLAIMO MADAM OCCUR MED EV (Any ono Person) f PERSO NAL A AOV INJURY 9 GENERAL AGGREGATE f OENL AGGREO PER: PRODUCTS- COMP /OP AGO 3 7 POLICY I ,;08,-. ,;08,-. I IE I LOc AUTOMOBILE LIABILITY COMBINED SINGLE L!MIT 1 ANY AUTO (EaacdldenD _ 4 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per Peron) _ HIRED AUTOS BODILY INJURY NON-OWNED AUTOS (Per ace /dent) PROPERTY DAMAGE 1 GARAGE LIABILITY AUTO ONLY- EA ACCIDENT 1 ANY AUTO OTHER THAN BAACC $ AUTO ONLY: A00 $ EYOESSIJABILRY EACH OCCURRENCE 1 OCCUR Ell CLAIMS MADE AGGREGATE 9 9 DEDUCTIBLE 9 RETENTION 0 9 WORAERS COMPENSATION AND pp I I W r1RY11MI�� TFI I EMPLOYERS LIABILITY E L E A H ACOIDENT 3 • E,L,DI8EASE- EAEMPLOYEE $ E,L, DISEASE - POLICY LIMIT $ A DTHERProfessional PL517869 05/21/00 05/21/01 $1,000,000 per claim Liability $1,000,000 annl aggr. DESCRIPTION OF OPERATIONS /LOOATIONBIVEHICLEBIEYOLUBIONS RODE P BY ENDDRBEMENT /SPE0IALPROV ISIONS Project Reference: Downtown Sidewalks *except in the event of nonpayment Prof Liab: The aggregate limit is the total insurance available (See Attached Descriptions) ACCRD,. CERTIFICATE OF LIABILITY INSURANCE 0TE(MWD01 880830ER USI Insurance Services of TX 1946 South IH - 35, Suite 301 Austin, TX 78704 512 443 - 0878 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ALTER BY O HE�POU I E8 8 ENO ELOW. INSURERS AFFORDING COVERAGE INSURED Baker- Aicklen & Associates 203 East Main Street, Suite 201 Round Rock, TX 78664 INSURERA:De81gn Professionals Ins. Co. INSURER BI INSURER C: INSURER D: INSURER E: '03/27/2001 09:38 15124439669 COVERAGES CERTIFICATE HOLDER I 1 ADpmONALINOURED; INSURER LETTER City of Round Rock 221 E. Main Street Round Rock, TX 78664 _CANCELLATION oMDULD ANYOFTHB ADOvE DQBw BED Pouozo Be 8ANOELLED DefacTHE EPPSNTLN DATETHBREOF.THE ISSUING INSURER WILLENDEAVORTOMAIL *1R DAYSWWITEN NOTIEITDTHE CERTFICATE I•CLDERNAM$D TDTHE LEFT, BUTFAILLRE TO DO SO3HALL IMPOSE ND OBLIGATION DR LIABILITY OF ANY ION° UPON THE INSURER,ITB AGENTS OR REPREBENTATWES. HORIZED REPRE NTATIVE • ACORD 25•S (7/37)1 0 e 3 #S72971/M46896 USI INSURANCE AUSTIN PAGE 01 723 0 ACOR = CORPORATION 1988 '03/27/2001 09:38 15124439669 IMPORTANT It the certificate holder is an ADDITIONAL INSURED, the policy(les) must be endorsed. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s), DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing Insurer(s), authorized representative or producer, and the certificate holder, not does ft affirmatively or nagatNely amend, extend or alter the coverage afforded by the policies listed thereon. ACORD264(71e7)2 of 3 $S72971/M46896 USI INSURANCE AUSTIN PAGE 02 03/27/2001 09:38 15124439669 DESCRIPTIONS (Continued from Page 1) for claims presented within the policy period for all operations of insured. The limit will be reduced by payment of indemnity and expense. AMS26.3(o7ro7)3 of 3 #S72971/M46896 USI INSURANCE AUSTIN PAGE 03 Historic Downtown Sidewalks and Pedestrian Access Project Gr Pggtla ItearreEngneennglistax Daxtom Sdmells 04401 MS DATE: April 6, 2001 SUBJECT: City Council Meeting — April 12, 2001 ITEM: 14.E.2. Consider a resolution authorizing the Mayor to execute a Contract for Engineering Services with Baker-Aicklen and Associates, Inc. for the Historic Downtown Sidewalks and Pedestrian Access Improvements Project. This contract includes deliverables in preliminary design, citizen participation, final design and construction documents, bidding and contractor selection and construction administration. Resource: Jim Nuse, Public Works Director Tim Jenkins, Programs Manager History: City council selected Baker - Aicklen Associates to provide engineering services for this project from the three firms that responded with competitive proposals for services. Funding: Cost: $131,530 Source of funds: Downtown Sidewalk Project Fund Outside Resources: Baker - Aicklen Associates; Hall & Bargainer, Inc. Impact: Sidewalk replacement and new construction will affect all businesses and activity centers in the historic Downtown district, primarily on the four -block area that centers on Lampasas Street and East Main Street. Construction activities of the project are planned to start January 2002 to avoid Fall and Winter holidays and key community events such as Frontier Days and the El Amistad Festival. The timing of the project also allows adequate planning, coordination, and citizen participation between the City, the consultants, and affected interests to ensure consent on the project's design elements and construction activities. (See Attachment C, Work Schedule in contract document) Benefit: The project will provide safer access and better disabled access to destinations in historic Downtown; improved streetscape views and aesthetic pedestrian walkways; and will enhance connectivity between parking locations and destinations in the district. Public Comment: N/A Sponsor: N/A