R-01-05-24-12C3 - 5/24/2001RESOLUTION NO. R- 01- 05- 24 -12C3
WHEREAS, the City of Round Rock desires to retain professional
engineering services for the redesign of Sam Bass Road from Meadows
Drive to IH -35, and
WHEREAS,Martinez, Wright & Mendez, Inc. has submitted a Contract
for Engineering Services to provide said services, and
WHEREAS, the City Council desires to enter into said contract
with Martinez, Wright & Mendez, 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 Martinez,
Wright & Mendez, Inc., for the redesign of Sam Bass Road from Meadows
Drive to IH -35, a copy of said contract being attached hereto and
incorporated herein for all purposes.
The City Council hereby finds and declares that written notice of
the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to the
public as required by law at all times during which this Resolution and
the subject matter hereof were discussed, considered and formally acted
upon, all as required by the Open Meetings Act, Chapter 551, Texas
Government Code, as amended, and the Act.
RESOLVED this 24th day of May,
AT ST:
I l / 0141.1L Ian
JO. E LAND, City Secretary
O. \ ?MOWS \RESOLUDI \R1052<C] .WPD /Bc
' T ,
If
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
Martinez, Wright and Mendez Inc., having its principal business address at Otto Reinke 102 E.
Main Street, Suite 200, Round Rock, TX 78664, hereinafter called "Engineer" for the purpose
of contracting for engineering services.
WITNESSETH
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:
Preparation of plans, specifications, estimates, bidding, periodic construction visits, and
administrative construction management, documents for the redesign of Sam Bass Road from
IH 35 to Union Pacific Railroad, and Chisholm Trail connections to Sam Bass Road.
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.
NOW, THEREFORE, the City and the Engineer, in consideration of the mutual covenants
and agreements herein contained, do hereby mutually agree as follows:
engcoohc.wpd/spectw
AGREEMENT
ARTICLE 1
SCOPE OF SERVICES TO BE PROVIDED BY CITY
Page 1 of 12
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 May 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.
engcontrc wpd/spectw
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 $62, 007.00 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.
Page 2 of 12
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.
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).
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.
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.
cnseontrc wpd/
Page 3 of 12
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
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
S.\Pmjects \70203a\RR CONTRACT dac
Page 4 of 12
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.
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.
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
S \Projects \70203a RP. CON7RACr.doc
Page 5 of 12
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
required. All employees of the Engineer shall have such knowledge and experience as will enable
them to perform the duties assigned to them. Any employee of the Engineer who, in the opinion
of the City, is incompetent, or whose conduct becomes detrimental to the work, shall immediately
be removed from association with the project when so instructed by the City. The Engineer
certifies that it presently has adequate qualified personnel in its employment for performance of
the services required under this Contract, or will be able to obtain such personnel from sources
other than the City.
The Provider may not change the Project Manager without prior consent of the City.
ARTICLE 14
SUBCONTRACTING
The Engineer shall not assign, subcontract or transfer any portion of the work under this
Contract without prior written approval from the City. All subcontracts shall include the
provisions required in this Contract and shall be approved as to form, in writing, by the City prior
to work being performed under the subcontract.
No subcontract relieves the Engineer of any responsibilities under this Contract.
&\Projects \70203aVtlt CONIRACr.doc
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
Page 6 of 12
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.
ARTICLE 18
TERMINATION
The Contract may be terminated before the stated termination date by any of the following
conditions.
(1) By mutual agreement and consent, in writing of both parties.
(2) By the City by notice in writing to the Engineer as a consequence of failure by the
Engineer to perform the services set forth herein in a satisfactory manner.
(3) By either party, upon the failure of the other party to fulfill its obligations as set
forth herein.
(4) By the City for reasons of its own and not subject to the mutual consent of the
Engineer upon not less than thirty (30) days written notice to the Engineer.
(5) By satisfactory completion of all services and obligations described herein.
Should the City terminate this Contract as herein provided, no fees other than fees due and
payable at the time of termination shall thereafter be paid to the Engineer. In determining the value
of the work performed by the Engineer prior to termination, the City shall be the sole judge.
Compensation for work at termination will be based on a percentage of the work completed at that
time. Should the City terminate this Contract under (4) of the paragraph identified above, the
amount charged during the thirty (30) day notice period shall not exceed the amount charged
during the preceding thirty (30) days.
If the Engineer defaults in the performance of this Contract or if the City terminates this
Contract for fault on the part of the Engineer, the City will give consideration to the actual costs
incurred by the Engineer in performing the work to the date of default, the amount of work
required which was satisfactorily completed to date of default, the value of the work which is
usable to the City, the cost to the City of employing another firm to complete the work required
and the time required to do so, and other factors which affect the value to the City of the work
performed at the time of default.
S•Wroj cts \70203a\RR COMRACT.doc
Page 7 of 12
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.
S:1ProjecLS170203a1RR CONTRACT.doc
ARTICLE 19
COMPLIANCE WITH LAWS
The Engineer shall comply with all applicable Federal, State and local laws, statutes,
codes, ordinances, rules and regulations, and the orders and decrees of any court, or
administrative bodies or tribunals in any manner affecting the performance of this Contract,
including, without limitation, worker's compensation laws, minimum and maximum salary and
wage statutes and regulations, and licensing laws and regulations. When required, the Engineer
shall furnish the City with satisfactory proof of its compliance therewith.
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 8of12
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 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.
S.1Projects170203a1RR CON1RACr.doc
ARTICLE 23
NONCOLLUSION
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.
Page 9 of 12
ARTICLE 26
DEBARMENT, SUSPENSION AND DISCIPLINARY ACTION
The Engineer warrants that the representations included in the Debarment Certification
(Negotiated Contracts) submitted with the offer to provide services are current and still valid.
ARTICLE 27
COPYRIGHTS
The City shall have the royalty free, nonexclusive and irrevocable right to reproduce,
publish or otherwise use, and to authorize others to use any reports developed by the Engineer for
governmental purposes.
ARTICLE 28
COMPUTER GRAPHICS FILES
The Engineer agrees to comply with the Special Provision AComputer 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.
SAProjects170203 vencormwcr.doc
ARTICLE 29
SUCCESSORS AND ASSIGNS
The Engineer, and the City, do hereby bind themselves, their successors, executors,
administrators and assigns to each other party of this agreement and to the successors, executors,
administrators, and assigns of such other party in respect to all covenants of this Contract. The
Engineer shall not assign, subcontract or transfer its interest in this Contract without the prior
written consent of the City.
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 12
ARTICLE 32
NOTICES
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 Engineer
Attn.: City Manager Attn.: Roberto O. Martinez
221 E. Main St. Otto Reinke Building
Round Rock, TX 78664 102 E. Main St., Ste 200
Round Rock, TX 78664
with copy to:
Stephan L. Sheets
City Attorney
309 E. Main St.
Round Rock, Texas 78664
S.1Rojats \70203n1RR CONntACrdoc
Page 11 of 12
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.
Martinez, Wright and Mendez, Inc.
THE ENGINEER
By: 1 ".ttt Q 4
Signature
Roberto O. Martinez
Printed Name
Title
April 29, 2001
Date
LIST OF ATTACHMENTS
S:Ukojats5702032\RR CONTRACT.doc
ARTICLE 33
SIGNATORY WARRANTY
Attachment A - Services to be Provided by the City -
Attachment B - Services to be Provided by the Engineer (incl. Exhibits A through G)
Attachment C - Work Schedule, if applicable (N /A)
Attachment D - Fee Schedule
Attachment E - Work Authorizations, if applicable (N /A)
Attachment F - Supplemental Work Authorizations, if applicable (N /A)
Attachment G - Certificate of Insurance, if applicable
Page 12of12
S.\Projects \70203a\RR CONTRACF.doc
Attachment A
SERVICES TO BE PROVIDED BY THE CITY OF ROUND ROCK
The City of Round Rock will furnish to the Engineer the following items /information:
PRELIMINARY DESIGN STUDIES
1. Roadway design criteria.
2. Copies of as -built construction plans.
3. Coordinate and conduct preliminary design concept conference.
FIELD SURVEYING
1. Provide all survey information to date.
ROADWAY DESIGN CONTROL
1. Design speed and specific criteria for project design.
2. Coordination necessary to secure typical section and preliminary design approval.
DRAINAGE DESIGN
1. Provide available information on existing drainage facility.
SIGNING, PAVEMENT MARKINGS AND SIGNALIZATION
1. Provide standard detail as necessary.
MISCELLANOUS (ROADWAY)
1. Provide standard detail sheets, bidding documents, and specifications as necessary.
LETTING PROCESS
1. Award contract to successful bidder.
ATTACHMENT B
SERVICES TO BE PROVIDED BY THE ENGINEER
The work effort and the management for the project included in this contract will
be conducted in the Engineer's office in Austin, Texas. The Engineer will be
readily accessible to the City of Round Rock staff and will meet with the City's
project manager as necessary. At a minimum, monthly progress reports will be
submitted, which will detail on -going work as well as work accomplished since
the previous report. A memorandum documenting progress meetings will be
prepared by the Engineer.
The plans for these projects will be prepared in 24 "x36" format. When feasible,
the City's standard drawings, and specifications of previously approved special
provisions /specifications will be utilized. If a special provision or special
specification must be developed under this contract, it shall be in the City's
format, and, to the extent possible, incorporate references to the City's approved
test procedures.
All work is subject to the review and approval of the City of Round Rock. For
those items which require preliminary approval, a special designation for
preliminary submission is noted in the following list of services to be provided.
Specific project items not adequately addressed on example sheets should be
discussed with the City's Project Manager. To minimize revisions, the Engineer
will request sample copies of any sheets /schematics /etc. for clarification.
The Engineer will solicit and secure written permission for entry to accomplish
any work beyond the existing right of way. The Engineer is fully responsible for a
traffic control required from any data collection activities. The control must be
consistent with the City's procedures. The Engineer may not close a lane of
traffic without the written a approval of the City's Project Manager. All survey
work shall be done in accordance with Texas Board of Professional Surveyors
"Manual of Practice for Land Surveying."
The plans, specifications and estimates will be prepared as one set of
construction documents and will include all design details for the project. (See
Exhibit C for Project Site.)
The Engineer shall provide the following engineering services required for the
preparation of the plans, specifications and estimate (PS &E).
PRELIMINARY DESIGN STUDIES (N /A, Completed Under Previous Contract)
1. Attend preliminary design concept conference.
2. Collect and review all available data.
1
3. Develop a design schematic on controlled planimetrics. (Schematic and
typical sections require formal submission ad approval.)
RIGHT - OF - WAY (ROW)
1. Identify utility adjustments to be made.
2. Review adjustment plans submitted by utility companies.
FIELD SURVEYING
1. Establish two (2) permanent bench marks for the project.
2. Provide ties to planimetric features.
3. Tie and profile existing drainage facilities and cross section natural
drainage features as needed.
4. Provide ties to existing underground and overhead utilities, as needed.
5. Set horizontal and vertical control.
6. Provide natural ground cross - sections at 50 -feet intervals.
ROADWAY DESIGN CONTROL
1. Refine the horizontal and vertical alignment of roadways.
2. Provide design cross - sections.
3. Compute earthwork quantities.
4. Prepare typical sections.
5. Develop plan /profile sheets.
6. Develop intersection /driveway details.
7. Miscellaneous roadway details
DRAINAGE DESIGN
1. Prepare drainage area maps showing existing conditions and proposed
improvements.
2. Prepare hydraulic computations for culverts, channels, storm sewer and
inlets.
3. Prepare hydraulic data sheets.
4. Develop storm sewer plan /profile and culvert cross section sheets.
5. Develop miscellaneous drainage details.
6. Summary of quantities for drainage items.
7. Develop SW3P plans per phase consistent with the TCP.
8. Prepare SW3P quantities and summaries.
9. Prepare WPAP and assist in coordination with TNRCC.
10. Prepare design for a water quality pond at a location near Brushy Creek,
but outside 100 -year flood limits. (See Exhibit "E. ")
SIGNING, PAVEMENT MARKINGS AND SIGNALIZATION
1. Prepare signing and pavement markings layout.
2. Prepare summary of small signs.
3. Prepare summary of pavement markings.
4. Traffic signal plans.
2
MISCELLANEOUS (ROADWAY)
1. Develop Traffic Control Plan (TCP), Detours, and Sequence of
Construction layouts. A detailed TCP shall be developed utilizing the
MUTCD and the current TXDOT Barricade and Construction Standards.
Each phase should identify the existing and proposed traffic control
devices that will be used to handle traffic during, each sequence of
construction, including regulatory signs, warning signs, construction
warning signs, guide signs, route markers, construction pavement
markings, channelizing devices, portable changeable message signs,
flashing arrow boards, barricades, barriers, etc.
2. Prepare a narrative of the construction sequencing.
3. Prepare phasing quantities and summaries.
4. Identify existing items to be removed and prepare removal layouts and
summaries.
5. Prepare exhibits for utility agreements.
6. Prepare miscellaneous details as required.
7. Prepare estimate, specifications and general notes.
8. Prepare special specifications as required for non - standard items.
9. Prepare cost estimate.
10. Prepare construction time estimate.
LETTING PROCESS
1. Prepare twenty copies of construction plans and bid documents.
2. Provide copies of construction plans and bid documents to prospective
bidders.
3. Accept completed bid documents.
4. Review submitted bid documents and recommend action relative to the
award of contract to the City of Round Rock.
SCHEDULE
1. The Engineer will submit 100% complete plans to the City of Round Rock
within 90 days after receipt of Notice to Proceed. Interim review of the
project will be accomplished at the 95% stages and by close coordination
with the City's Project Manager.
CONSTRUCTION ADMINISTRATION
1. Engineer will conduct periodic site visits and reviews as necessary.
2. Engineer will review shop submittals and field changes.
3. Engineer will review monthly pay submittals and final pay estimates.
4. Engineer prepares record drawings at the completion of the project.
ROW SURVEY
1. Prepare and distribute right of entry letters to affected owners.
2. Perform field search and location of existing monumentation. Horizontal
control will be on an arbitrary basis.
3
3. Prepare parcel maps, legal description, closure and area calculations for
13 parcels (12 ROW & 1 Easement). Each part of parcels with multiple
parts will be considered as one parcel. (See Exhibit "A. ")
4. Field stake proposed ROW and easements as identified in the legal
description.
5. Client shall provide a copy of the current title commitment for each parcel
for review by the surveyor prior to final submittal.
6. Provide right of way plans in accordance with TXDOT standards.
Mapping will be provided for Sam Bass Road and Chisolm Trail, limited to
the areas of proposed ROW acquisition as shown on Exhibit "A ".
7. Provide a topographic survey of the areas shown on Exhibit "B' dated
11/28/00. Survey shall include location of surface features, contours at
one foot interval, location of underground utilities from record information
and surface evidence surveyed on the ground, location of trees 8" and
greater in diameter.
Excluded Surveying Services
Services that are not provided under this agreement specifically include, but are
not limited to: acquiring certificates or abstracts of title; and other services or
expenses which may become necessary for the completion of this project, but
which are not reasonable anticipatable at this time. Such services may be
performed as Additional Services to the Agreement, if authorized by the City.
A. InTEC, Inc.
Subsurface Exploration and Pavement Analysis
Martinez, Wright & Mendez, Inc. proposes to use Integrated Testing and
Engineering Company of Austin (INTEC) to perform subsurface exploration and
pavement analysis.
The Scope of Service shall be as follows:
Explore the subsurface materials and ground water conditions at the site by
drilling 9 test boring to depths of 10 -ft., 7 -ft. in this project area. The subsurface
exploration and engineering analysis will include the following services:
1) Obtain Permit or licenses from City of Round Rock.
2) Provide traffic control during subsurface exploration phase.
3) Drilling and sampling of the subsurface materials:
8 test borings to depths of 10 ft.;
1 boring to a depth of 6 -ft. in the proposed sedimentation pond area
4) Evaluation of the in -place conditions of the subsurface soils through
field penetration tests;
5) Observe the ground water conditions at the site;
6) Conduct laboratory tests such as Atterberg limits, unconfined
compression, and moisture content tests;
4
7) Development of general recommendations for the pavement
thickness construction (using City of Austin MFPS Program) and
earthwork phases of the project; and
8) Consultations with Prime Professionals and members of the design
team on findings and recommendations; and preparations of a
written geotechnical engineering report for use by the members of
the design team in their preparation of design, contract documents,
and specifications.
Geologic Assessment:
Scope of Services:
Conduct a Geologic Assessment for Regulated Activities /Development at the
above referenced project site. The Geologic Assessment will be performed by a
certified professional geologist according to the guidelines set by the Texas
Natural Resource Conservation Commission (6- 1 -99). A geologic assessment
report will be prepared and submitted.
5
ATTACHMENT D
FEE SCHEDULE
1. R -O -W Surveying & Takings and Topo (Exhibit A & B)
2. Engineering Design, Bidding and construction Administration
(a)Design $17,697.00
(b)Bidding $ 2,000.00
(c)Construction Administration $ 8,000.00
Subtotal
3. Sub Consultants:
(a)InTEC, Inc. (Geotech)
(b)WHM, Inc. (Signal)
S WojectsV70203a\RR CONIRACrdoc
$27,270.00
$27,697.00
$ 5,190.00
$ 1,850.00
Total Contract Amount $62,007.00
Q9 [SASS 7
To r
rucS
10000 TO LW .T 620
CO
UEDIVI
a .
WORD
ADD
S
5 a -
8 5003 0
UN 5034 ROAD
ANT rce
1200'"
0.w
CNIONOLDI TRAIL
INDUSTRIAL PARK
KILGORE
SUDDIVI010
X5]98
emu. soro0
aILOORE OUR\
REPLAT
L
ONA
ST X
Ie�tq
K
PLAZ
• I
RESIM \OF REiu7
WOUND flQCK ROUND
CEP7TEW R005
wEST REVIS *D weal!'
SNEV.)
RESUO OF
G9OIAItl® RO'CCC - \
CENTER •\ � „t01
\WEST REVISED! AEduD
+n001 (OF
� �` I A
%...` .. CENTER
ENTER
■ IREV_ i
$TO
LEbOE
o
A Tc ® A
ADDITION
Date: 1
Martina, Wright & Meed92, 1oe--
Elm A ¢NV1R0t00007AL 600UIE8 •
SURVEYING AREN E0f11AE
900 Round Rock Ave., Suite 310
Round Rock, Texas 78681
512 255.1833 `Fax 512.255.5301
Martinez, Wright & Mendez, lac:
CIVIL SURVEYING ARCHITECTURE ENGINEERING -
900 Round Rock Ave, Suite 310
Round Rock, Texas 78681
512 255.1833 Fax 512.255.5301
^ I i E §T 1>IEMIelgg 4EtiT
(FlEY.)
\ .1 •
""no ROCK
CENTER
WEST REVISE
1E
Fl
(1.9
0K
CENTEN
WEti°' •
1
Proposed Prooec.'7� 3.7 tayov _-_
SAM QASS /Chi A,sfl L)14 r4»IL
MARTINEZ
WRIGHT&
■ A MENDEZ
Clell E.Ll.eerl.L, Lee/ LRreL3IR1, Are1186eeen
T.. Towers. 1106 Clayton Lone
SS!, 4005. Aa0n, Tema 78773
lel) 512.4500767 Ica) 5124511731
Ma RW. 52Q5 102 E. Man 52,
Sie NO. Rand Rost Tn 18661'.
14 512,755.1813 74 5121555301 .
proposed
5.7-0A w wA7Ede 'D tsc/4AQcE{ Love
.. ~wiirr 4)07 .
'lsir
AAA
SAM BASS / /H,tsrteIAA
• MARTINEZ
, 'WRIGHT&
H & M E N D E Z
EMI EILlss.ttst. Land tsrnjkg, Arsbitsctsrs
T.Sn Posen, 1106 peylmdcm
Sege 400W, Roebn, Tom 78723
4512.4530767 *S124511711
080 4041e Bulks 101 Elko 9.
4M 101 Rood Rack T® 78061
YQ 512155.1865 fm) 5121555701
r•
1
v.
ee
*1 11
= r/ • L•L1S..� . ,r, f+I�J,r.,'
11 —
_WR.I
WRIGHT&
MARTINEZ
MEM 1 M B N D E Z
Clril EN[IJCSrl.i, 1.11 ...mt.., Arshltccicn
, " I SCALE
Propoe ltetkiemlazheMStf i f s
S AM BASS 1/4#1.$ DLM 7 L
•
Twm Torn, 1106 Dayton fa
Suite 40011, Antra, Taos 7872
111) 517.4510767 10512453 17
OW O NnRah, 611, & 102 E Non
SA 700. Round 6x, Taos 78664
1.41) 5127511618 la) 5127553/0
102TE' J / /s/0
$otre_ Bole Lo C.7 {/Oitt ` �)
SAM BAss /CH /SHaLM 7
MARTINEZ
WRIGHT&
M E N D E Z
CIvII Enllel,Eln1, Lend Surce71ng, Arcllteelete
NM T0een,1100 Goyim We'
Sub 400M, bulb, Teao, 71773 '
51) 5124510767150 5121511734
Olb Psele BA., 102 L Mdn SL
0 0e 700, Rued Runk 7ewe 76661
Id) 512755.1051 75) 5127555301
12
SRM BAs4 /c /S G A4 T. K
MARTINEZ
/11 WR.IGHTEd.
A M E N D E Z
CivIl E.ulnu.rl r[, L[.4 L[rr.Tl[I. AraYilrrl.r.
D11181T r4 V 4r SCALE.
T.rt Toren, 1100 Clay. lane
Su0e 4006. Ant., Texas 70727
Id) 5124570767 lm) 5121511721
OR. Renka 036.k 102E Mm 5L
Sae 209 Round Rod. lease 79666
Id) 512.2551630 1m) 5122555701
I ` V
SAM BASS ROAD
Sam Bass Road Improvements
DATE: May 18, 2001
SUBJECT: City Council Meeting — May 24, 2001
Resource: Jim Nuse, Public Works Director
Tom Word, Traffic Engineer
Funding:
Cost: $ 62,007.00
Source of funds: 1997 Certificates of Obligation
Outside Resources: Martinez, Wright, & Mendez Engineering, Inc.
Impact/ Benefit:
Public Comment: N/A
Sponsor: N/A
ITEM: * 12.C.3. Consider a resolution authorizing the Mayor to execute a
Contract for Engineering Services with Martinez, Wright &
Mendez, Inc. for the redesign of Sam Bass Road from Meadows
Drive to IH - 35. A new contract has been negotiated for
$62,007.00 to cover the scope of engineering design work
necessary to complete this project.
History: The original contract with Martinez, Wright, and Mendez was
approved by resolution R- 97- 06- 26 -10G to prepare plans,
specifications, estimates, bidding, periodic construction visits, and
administrative construction management, documents for the
redesign of Sam Bass Road from IH -35 to the Union Pacific
Railroad, and the Chisholm Trail connections to Sam Bass Road.
Supplemental Agreement No. 1 was approved on January 22,
1998. Through development of the project, significant additional
services have been identified which include surveying for right of
way acquisition, additional utility and railroad coordination, water
quality pond design, materials testing, pavement design, and
geologic services. The cost for the additional services is
$62,007.00. A new contract has been negotiated to cover the
scope of engineering design work necessary to complete this
project.
This project will reduce maintenance activities and costs for
reconstructing the existing road. Furthermore, mobility will be
increased by the construction of additional lanes and turn lanes.
Mayor
Robert A Stluka, Jr.
Mayor Pro -tem
Tom Nielson
Council Members
Alan McGraw
Carrie Pitt
Earl Palmer
Isabel Gallahan
Cary Coe
City Manager
Robert L. Bennett, Jr.
C1ty Attorney
Stephan L Sheets
August 16, 2001
Mr. Roberto 0. Martinez
Martinez, Wright 85 Mendez, Inc.
Otto Reinke
102 E. Main Street, Suite 200
Round Rock, TX 78664
Dear Mr. Martinez:
221 East Main Street
Round Rock, Texas 78664
512- 218 -5400
The Round Rock City Council approved Resolution No. R- 01- 05 -24-
12C3 at their regularly scheduled meeting on May, 24 2001. This
resolution approves a contract for engineering services for the redesign
of Sam Bass Road from Meadows Drive to II -1 -35.
Enclosed is a copy of the resolution and original contract for your files.
If you have any questions, please do not hesitate to contact Jim Nuse at
218 -5555.
Sincerely,
G
Christine Martinez
Assistant City Secretary
Enclosures
Fax: 512. 218.7097
1 -800- 735.2989 TDD 1- 800 -735 -2988 Voice
www.ci.round -rock tx.us