Loading...
R-03-01-23-10E3 - 1/23/2003ROUND ROCK, TE Mayor Nyle Maxwell Mayor Pro-tem Tom Nielson Council Members Alan McGraw Carrie Pitt Scot Knight Isabel Gallahan Gary Coe City Manager Jim Nuse City Attorney Stephan L Sheets PURPOSE. PASSION. PROSPE February 27, 2003 Mr. Robert Carrillo, P.E. Project Manager Rodriguez Transportation Group, Inc. 11211 Taylor Draper Ln., #100 Austin, TX 78759 Dear Mr. Carrillo: The Round Rock City Council approved Resolution No. R- 03- 01 -23- 10E3 at their regularly scheduled meeting on January 23, 2003. This Resolution approves the agreement for engineering services to provide a preliminary schematic design for the Chisholm Trail and Parkway Extension. Enclosed is a copy of the Resolution and original agreement for your files. If you have any questions, please do not hesitate to contact Tom Word at 218 -5562. Christine R. Martinez City Secretary Enclosure CITY OF ROUND ROCK Administrative Dept , 221 East Main Street • Round Rock, Texas 78664 Phone: 512,218.540o • Fax. 512 218 7097 • www.ci.round -rock tx us CHRISTINE R. MARTINEZ, City Secre ry . .OUMa\ WORLD. \ o . \wnox \asSOCUrI\R3o123E3.WPD /ec RESOLUTION NO. R- 03- O1- 23 -10E3 WHEREAS, the City of Round Rock desires to retain engineering services to provide preliminary schematic design for the Chisholm Trail and Parkway Extension, and WHEREAS, Rodriguez Transportation Group, Inc. has submitted an Agreement for Engineering Services to provide said services, and WHEREAS, the City Council desires to enter into said agreement with Rodriguez Transportation Group, 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 an Agreement for Engineering Services with Rodriguez Transportation Group, Inc., for engineering services to provide preliminary schematic design for the Chisholm Trail and Parkway Extension, a copy of said agreement being attached hereto as Exhibit "A" 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 RESOLVED this 23rd day of January, 2003. NYLE"Mi'WELL, Mayor City of Round Rock, Texas ROUND ROCK, TEXAS PURPOSE PASSION. PROSPERRY THE STATE OF TEXAS COUNTY OF WILLIAMSON ' Y CITY OF ROUND ROCK AGREEMENT FOR ENGINEERING SERVICES WITH Rodriguez Transportation Group, Inc. Contract No. THIS AGREEMENT FOR ENGINEERING SERVICES ( "Agreement ") is made and entered into on this the day of the month of January , 200 3 , by and between the CITY OF ROUND ROCK, a Texas home -rule municipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas 78664 -5299, (hereinafter referred to as "City "), and Rodriguez Transportation Group, Inc., whose principal place of business is located at 11211 Taylor Draper Lane, Suite 100, Austin, Texas 78759, (hereinafter called "Engineer "), and such Agreement is for the purpose of contracting for professional engineering services. RECITALS: WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled "Professional Services Procurement Act" provides for the procurement by municipalities of services of professional engineers; and WHEREAS, City and Engineer desire to contract for such professional engineering services generally described as preparing a design schematic and construction plans for the Chisholm Trail reconstruction and Chisholm Parkway extension projects: and WHEREAS, City and Engineer wish to document their agreement concerning the requirements and respective obligations of the parties; NOW, THEREFORE, WITNESSETH: That for and in consideration of the mutual promises contained herein and other good and valuable considerations, and the covenants and agreements hereinafter contained to be kept and performed by the respective parties hereto, it is agreed as follows: CONTRACT DOCUMENTS The Contract Documents consist of this Agreement and any exhibits attached hereto (which exhibits are hereby incorporated into and made a part of this Agreement) and all Supplemental Agreements (as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all are as fully a part of this Agreement as if attached to this Agreement or repeated herein. 1 EXHIBIT HA" ARTICLE 1 SCOPE OF SERVICES TO BE PERFORMED BY CITY City shall perform or provide services as identified in Exhibit A entitled "Services to be Performed by City." ARTICLE 2 SCOPE OF SERVICES TO BE PERFORMED BY ENGINEER Engineer shall perform engineering services as identified in Exhibit B entitled "Services to be Performed by Engineer." Engineer shall develop a mutually acceptable schedule of work as identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete schedule so that the Engineer's Scope of Services under this Agreement may be accomplished within the specified time and at the specified cost. The Work Schedule shall provide specific work sequences and definite review times by City and Engineer of all work performed. Should the review times take longer than shown on the Work Schedule, through no fault of Engineer, additional time may be authorized by City through a written Supplemental Agreement only if same is requested by a timely written request from Engineer which is approved by City. ARTICLE 3 CONTRACT TERM (1) Term. This Agreement shall be from the date hereof and shall terminate at the close of business on the 31 day of the month of December . 200 3 unless extended by written Supplemental Agreement executed by Engineer and City prior to the date of termination, or as otherwise terminated as provided in Article 20 entitled "Termination." Any work performed or costs incurred after the date of termination shall not be eligible for reimbursement. Engineer shall notify City in writing as soon as possible if he/she/it determines, or reasonably anticipates, that the work under this Agreement will not be completed before the termination date. In that event City may, at its sole discretion, extend the contract term by timely written Supplemental Agreement. Engineer shall allow adequate time for review and approval of his/her /its request for time extension by City prior to expiration of this Agreement. (2) Work Schedule. Engineer acknowledges that the Work Schedule is of critical importance, and agrees to undertake all necessary efforts to expedite the performance of services required herein so that construction of the project will be commenced and completed as scheduled. In this regard, Engineer shall proceed with sufficient qualified personnel and consultants necessary to fully and timely accomplish all services required under this Agreement in the highest professional manner. (3) Notice to Proceed. After execution of this Agreement, Engineer shall not proceed with work delineated in Article 2 entitled "Scope of Services to be Performed by Engineer" and in Exhibit B entitled "Services to be Performed by Engineer" until authorized in writing by City to proceed as provided in Article 7 entitled "Notice to Proceed." 2 ARTICLE 4 COMPENSATION City shall pay and Engineer agrees to accept the amount shown below as full compensation for all engineering services performed and to be performed under this Agreement. The amount payable under this Agreement, without modification of the Agreement as provided herein, is the sum of two hundred ninety six thousand two hundred twenty three dollars ($296.223.001 as shown in Exhibit D entitled "Fee Schedule." The lump sum amount payable may be revised only by written Supplemental Agreement in the event of a change in scope, additional complexity from that originally anticipated, or change in character of work as authorized by City. Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support the progress of the work and to support invoices requesting monthly payment. Any preferred format of City for such monthly progress reports shall be identified in Exhibit B entitled "Services to be Performed by Engineer." Satisfactory progress of work shall be maintained as an absolute condition of payment. The fee herein referenced may be adjusted for additional work requested and performed only if approved by written Supplemental Agreement. ARTICLE 5 METHOD OF PAYMENT Payments to Engineer for services rendered shall be made while work is in progress. Engineer shall prepare and submit to City, not more frequently than once per month, a progress report as referenced in Article 4 above. Such progress report shall state the percentage of completion of work accomplished during that billing period and to date. Simultaneous with submission of such progress report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a form acceptable to City. This submittal shall 'also include a progress assessment report in a form acceptable to City. Progress payments shall be made in proportion to the percentage of completion of work tasks identified in Exhibit D entitled "Fee Schedule." Progress payments shall be made by City based upon work actually provided and performed. Upon timely receipt and approval of each statement, City shall make a good faith effort to pay the amount which, notwithstanding anything herein to the contrary, is due and payable within thirty (30) days. City reserves the right to withhold payment pending verification of satisfactory work performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its determination, that tasks were completed. The certified statements shall show the total amount earned to the date of submission and shall show the amount due and payable as of the date of the current statement. Final payment does not relieve Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her /its negligence. 3 A. There is a bona fide dispute between City and Engineer concerning the supplies, materials, or equipment delivered or the services performed that causes the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Engineer and a subcontractor or between a subcontractor and its supplier concerning supplies, materials, or equipment delivered or the services performed which causes the payment to be late; or D. The invoice is not mailed to City in strict accordance with instructions, if any, on the purchase order, or this Agreement or other such contractual agreement. City shall document to Engineer the issues related to disputed invoices within ten (10) calendar days of receipt of such invoice. Any non - disputed invoices shall be considered correct and payable per the terms of Chapter 2251, V.T.C.A., Texas Government Code. ARTICLE 6 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer will be made within thirty (30) days of the day on which City receives the supplies, materials, equipment, or within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for the supplies, materials, equipment, or services, whichever is later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply to payments made by City in the event: Tom Word, P.E. Transportation Services Director 2008 Enterprise Drive Round Rock, Texas 78664 (512) 218 -5555 (512) 218 -5563 ARTICLE 7 NOTICE TO PROCEED ARTICLE 8 PROJECT TEAM City's Designated Representative for purposes of this Agreement is as follows: 4 City shall issue a written authorization to proceed with work identified in the Scope of Services. City shall not be responsible for actions by Engineer or any costs incurred by Engineer relating to additional work not included in Exhibit B entitled "Services to be Performed by Engineer." Robert Carrillo, P.E. Project Manager 11211 Taylor Draper Ln., #100 Austin, Texas 78759 (512) 231 -9544 (512) 231 -9133 City's Designated Representative shall be authorized to act on City's behalf with respect to this project. City or City's Designated Representative shall render decisions in a timely manner pertaining to documents submitted by Engineer in order to avoid unreasonable delay in the orderly and sequential progress of Engineer's services. Engineer's Designated Representative for purposes of this Agreement is as follows: ARTICLE 9 PROGRESS EVALUATION Engineer shall, from time to time during the progress of the work, confer with City at City's election. Engineer shall prepare and present such information as may be pertinent and necessary, or as may be requested by City, in order for City to evaluate features of the work. At the request of City or Engineer, conferences shall be provided at Engineer's office, the offices of City, or at other locations designated by City. When requested by City, such conferences shall also include evaluation of Engineer's services and work. Should City determine that the progress in production of work does not satisfy the Work Schedule, then City shall review the Work Schedule with Engineer to determine corrective action required. Engineer shall promptly advise City in writing of events which have or may have a significant impact upon the progress of the work, including but not limited to the following: (1) Problems, delays, adverse conditions which may 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; and such disclosure shall be accompanied by statement of actions taken or contemplated, and City assistance needed to resolve the situation, if any; and (2) Favorable developments or events which enable meeting the work schedule goals sooner than anticipated. ARTICLE 10 SUSPENSION Should City desire to suspend the work, but not to terminate this Agreement, then such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification followed by written confirmation to that effect. Such thirty -day notice may be waived in writing by 5 agreement and signature of both parties. The work may be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice from City to resume the work. Such sixty-day notice may be waived in writing by agreement and signature of both parties. If City suspends the work, the contract period as determined in Article 3 is not affected and this Agreement will terminate on the date specified unless this Agreement is amended indicating otherwise. City assumes no liability for work performed or costs incurred prior to the date authorized by City for Engineer to begin work, and/or during periods when work is suspended, and/or subsequent to the contract completion date. ARTICLE 11 ADDITIONAL WORK If Engineer forms a reasonable opinion that any work he/she /it has been directed to perform is beyond the scope of this Agreement and as such constitutes extra work, he /she /it shall promptly notify City in writing. In the event City finds that such work does constitute extra work and exceeds the maximum amount payable, City shall so advise Engineer and a written Supplemental Agreement will be executed between the parties as provided in Article 13 entitled "Supplemental Agreements." Engineer shall not perform any proposed additional work nor incur any additional costs prior to the execution, by both parties, of a written Supplemental Agreement. City shall not be responsible for actions by Engineer nor for any costs incurred by Engineer relating to additional work not directly associated with the performance of the work authorized in this Agreement or any amendments thereto. ARTICLE 12 CHANGES IN WORK If City deems 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 this Agreement, then Engineer shall make such revisions as requested and as directed by City. Such revisions shall be considered as additional work and paid for as specified under Article 11 entitled "Additional Work." Engineer shall make revisions to work authorized hereunder as are necessary to correct errors appearing therein, when required to do so by City. No additional compensation shall be due for such work. ARTICLE 13 SUPPLEMENTAL AGREEMENTS The terms of this Agreement may be modified by written Supplemental Agreement if 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. Any such Supplemental Agreement must be duly authorized by City Council Resolution. Where such City Council authorization is required, Engineer shall not proceed until the appropriate Resolution has been adopted. Additional compensation, if appropriate, shall be identified as provided in Article 4 entitled "Compensation." 6 Both parties must execute any written Supplemental Agreement within the contract period specified in Article 3 entitled "Contract Term." It is understood and agreed by and between both parties that Engineer shall make no claim for extra work done or materials furnished until City grants full execution of the written Supplemental Agreement and authorization to proceed. City reserves the right to withhold payment pending verification of satisfactory work performed. ARTICLE 14 OWNERSHIP OF DOCUMENTS All data, basic sketches, charts, calculations, plans, specifications, and other documents created or collected under the terms of this Agreement are the exclusive property of City and shall be furnished to City upon request. All documents prepared by Engineer and all documents fumished to Engineer by City shall be delivered to City upon completion or termination of this Agreement. Engineer, at his/her /its own expense, may retain copies of such documents or any other data which he/she/it has furnished City under this Agreement. Any release of information shall be in conformance with requirements of the Texas Open Records Act. ARTICLE 15 PERSONNEL, EQUIPMENT AND MATERIAL Engineer shall furnish and maintain, at his/her /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 Engineer shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of City, is incompetent or whose conduct becomes detrimental to the work shall immediately be removed from association with the project when so instructed by City. Engineer certifies that he/she/it presently has adequate qualified personnel in his/her /its employment for performance of the services required under this Agreement, or will obtain such personnel from sources other than City. Engineer may not change the Project Manager without prior written consent of City. ARTICLE 16 SUBCONTRACTING Engineer shall not assign, subcontract or transfer any portion of the work under this Agreement without prior written approval from City. All subcontracts shall include the provisions required in this Agreement and shall be approved as to form, in writing, by City prior to work being performed under the subcontract. No subcontract shall relieve Engineer of any responsibilities under this Agreement. ARTICLE 17 EVALUATION OF WORK City, or any authorized representatives of it, shall have the right at all reasonable times to review or otherwise evaluate the work performed or being performed hereunder and the premises on which it is being performed. If any review or evaluation is made on the premises of Engineer or a subcontractor, 7 then Engineer shall provide and require its subcontractors to provide all reasonable facilities and assistance for the safety and convenience of City or other representatives in the performance of their duties. ARTICLE 18 SUBMISSION OF REPORTS All applicable study reports shall be submitted in preliminary form for approval by City before any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any final report. ARTICLE 19 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of contract terms or breach of contract by Engineer shall be grounds for termination of this Agreement, and any increased costs arising from Engineer's default, breach of contract, or violation of contract terms shall be paid by Engineer. ARTICLE 20 TERMINATION This Agreement 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 City, by notice in writing to Engineer, as a consequence of failure by 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 City, for reasons of its own and not subject to the mutual consent of Engineer, upon not less than thirty (30) days' written notice to Engineer. (5) By satisfactory completion of all services and obligations described herein. Should City terminate this Agreement as herein provided, no fees other than fees due and payable at the time of termination shall thereafter be paid to Engineer. In determining the value of the work performed by Engineer prior to termination, 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 City terminate this Agreement under Subsection (4) immediately above, then the amount charged during the thirty (30) day notice period shall not exceed the amount charged during the preceding thirty (30) days. If Engineer defaults in the performance of this Agreement or if City terminates this Agreement for fault on the part of Engineer, then City shall give consideration to the actual costs incurred by 8 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 City, the cost to 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 City of the work performed at the time of default. The termination of this Agreement and payment of an amount in settlement as prescribed above shall extinguish all rights, duties, and obligations of City and Engineer under this Agreement, except the obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this Agreement is due to the failure of Engineer to fulfill his/her /its contractual obligations, then City may take over the project and prosecute the work to completion. In such case, Engineer shall be liable to City for any additional costs incurred by City. Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of any procurements made by Engineer in support of the scope of services under this Agreement. ARTICLE 21 COMPLIANCE WITH LAWS (1) Compliance. 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 Agreement, including without limitation, minimum/maximum salary and wage statutes and regulations, and licensing laws and regulations. Engineer shall furnish City with satisfactory proof of his/her /its compliance. Engineer shall further obtain all permits and licenses required in the performance of the professional services contracted for herein. (2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the services performed hereunder. City is qualified for exemption pursuant to the provisions of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act. ARTICLE 22 INDEMNIFICATION Engineer shall save and hold harmless City and its officers and employees from all claims and liabilities due to activities of his/her /itself and his/her /its agents or employees, performed under this Agreement, which are caused by or which result from error, omission, or negligent act of Engineer or of any person employed by Engineer or under Engineer's direction or control. Engineer shall also save and hold City harmless from any and all expenses, including but not limited to attorneys fees which may be incurred by City in litigation or otherwise defending claims or liabilities which may be imposed on City as a result of such activities by Engineer, its agents, or employees. 9 ARTICLE 23 ENGINEER'S RESPONSIBILITIES Engineer shall be responsible for the accuracy of his/her /its work and shall promptly make necessary revisions or corrections resulting from errors, omissions, or negligent acts, and same shall be done without compensation. City shall determine Engineer's responsibilities for all questions arising from design errors and/or omissions. Engineer shall not be relieved of 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 24 ENGINEER'S SEAL The responsible engineer shall sign, seal and date all appropriate engineering submissions to City in accordance with the Texas Engineering Practice Act and the rules of the State Board of Registration for Professional Engineers. ARTICLE 25 NON - COLLUSION, FINANCIAL INTEREST PROHIBITED (1) Non - collusion. Engineer warrants that he/she /it has not employed or retained any company or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this Agreement, and that he /she/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 Agreement. For breach or violation of this warranty, City reserves and shall have the right to annul this Agreement without liability or, in its discretion and at its sole election, to deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. (2) Financial Interest Prohibited. Engineer covenants and represents that Engineer, his/her /its officers, employees, agents, consultants and subcontractors will have no financial interest, direct or indirect, in the purchase or sale of any product, materials or equipment that will be recommended or required for the construction of the project. ARTICLE 26 INSURANCE (1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire term while this Agreement is in effect minimum insurance coverage in the amount of one - million dollars ($ 1,000,000.00) from a company authorized to do insurance business in Texas and otherwise acceptable to City. (2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of Engineer, Engineer shall require each subconsultant performing work under this Agreement to maintain during the term of the Agreement, at the subconsultant's own expense, minimum insurance coverage in 10 the amount of one - million dollars ($ 1,000,000.00), including the required provisions and additional policy conditions as shown immediately below in Subsection (3). Engineer shall obtain and monitor the certificates of insurance from each subconsultant in order to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance for the duration of this Agreement, and shall have the responsibility of enforcing these insurance requirements among its subconsultants. City shall be entitled, upon request and without expense, to receive copies of these certificates of insurance. (3) Insurance Policy Endorsements. Each insurance policy shall include the following conditions by endorsement to the policy: _ _ (1) Each policy shall require that thirty (30) days prior to the expiration, cancellation, non - renewal or any material change in coverage, a notice thereof shall be given to City by certified mail to: City Manager City of Round Rock 221 East Main Street Round Rock, Texas 78664 Engineer shall also notify City, within twenty-four (24) hours of receipt, of any notices of expiration, cancellation, non - renewal, or material change in coverage it receives from its insurer. (2) Companies issuing the insurance policies shall have no recourse against City for payment of any premiums or assessments for any deductibles which all are at the sole responsibility and risk of Engineer. (3) The term "City" or "City of Round Rock" shall include all authorities, Boards, Commissions, Departments, and officers of City and the individual members, employees and agents thereof in their official capacities, and/or while acting on behalf of the City of Round Rock. (4) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by City, to any such future coverage, or to City's Self - Insured Retentions of whatever nature. (5) Engineer and City mutually waive subrogation rights each may have against the other for loss or damage, to the extent same is covered by the proceeds of insurance. (4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained by Engineer shall be borne solely by Engineer, with certificates of insurance evidencing such minimum coverage in force to be filed with City. Such certificates of insurance are evidenced herein as Exhibit F entitled "Certificates of Insurance." 11 ARTICLE 27 COPYRIGHTS 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 Engineer for governmental purposes. ARTICLE 28 SUCCESSORS AND ASSIGNS This Agreement shall be binding upon and inure to the benefit of the parties hereto, their successors, lawful assigns, and legal representatives Engineer may not assign, sublet or transfer any interest in this Agreement, in whole or in part, by operation of law or otherwise, without obtaining the prior written consent of City. ARTICLE 29 SEVERABILITY In the event any one or more of the provisions contained in this Agreement shall for any reason be held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or unenforceability shall not affect any other provision thereof and this Agreement shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. ARTICLE 30 PRIOR AGREEMENTS SUPERSEDED This Agreement constitutes the sole agreement of the parties hereto, and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing. ARTICLE 33 ENGINEER'S ACCOUNTING RECORDS Records pertaining to the project, and records of accounts between City and Engineer, shall be kept on a generally recognized accounting basis and shall be available to City or its authorized representatives at mutually convenient times. The City reserves the right to review all records it deems relevant which are related to this Agreement. ARTICLE 34 NOTICES All notices to either party by the other required under this Agreement shall be personally delivered or mailed to such party at the following respective addresses: 12 City: City of Round Rock Attention: City Manager 221 East Main Street Round Rock, TX 78664 and to: Stephan L. Sheets City Attorney 309 East Main Street Round Rock, TX 78664 Engineer: Robert Carrillo Rodriguez Transportation Groun 11211 TaylorDraperLane, #100 Austin, Texas 78759 ARTICLE 35 GENERAL PROVISIONS (1) Time is of the Essence. Engineer understands and agrees that time is of the essence and that any failure of Engineer to complete the services for each phase of this Agreement within the agreed Work Schedule may constitute a material breach of this Agreement. Engineer shall be fully responsible for his/her /its delays or for failures to use his/her /its best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Engineer's failure to perform in these circumstances, City may withhold, to the extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal rights or remedies. (2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Agreement if prevented from performing any of their obligations hereunder by reasons for which they are not responsible or circumstances beyond their control. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. (3) Enforceinent and Venue. This Agreement shall be enforceable in Round Rock, Williamson County , Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 13 ARTICLE 36 SIGNATORY WARRANTY The undersigned signatory for Engineer hereby represents and warrants that the signatory is an officer of the organization for which he /she has executed this Agreement and that he /she has full and complete authority to enter into this Agreement on behalf of the fine. The above - stated representations and warranties are made for the purpose of inducing City to enter into this Agreement. IN WITNESS WHEREOF, the City of Round Rock has caused this Agreement to be signed in its corporate name by its Mayor, duly authorized to execute the same on its behalf by Resolution No. , approved by the City Council on the day of the month of January, 200 3 , and Engineer, Rodriguez Transportation Group, Inc. signing by and through his/her /its duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and representatives for the faithful and full performance of the teens and provisions hereof. CITY OF ROUND ROCK, TEXAS: By: Mayor ATTEST: By: City Secretary ENGINEER: By: / j ( ����,' Sigdature of Principa Printed Name: 1-7.4,t ic E. sDf (& 4C ATTEST: By: Corporate Secretary 14 LIST OF EXHIBITS ATTACHED (1) Exhibit A "Services to be Performed by City" (2) Exhibit B "Services to be Performed by Engineer" (3) Exhibit C "Work Schedule" (4) Exhibit D "Fee Schedule" (5) Exhibit E "Work Authorizations" (Not Applicable) (6) Exhibit F "Certificates of Insurance" (7) Appendix "Sub- Consultant's Fee Schedule" 15 EXHIBIT A SERVICES TO BE PERFORMED BY CITY CHISHOLM TRAIL / CHISHOLM PARKWAY RECONSTRUCTION In general, the City of Round Rock and its representatives to their best efforts will render services as follows: 1. Schedule, coordinate, and conduct public involvement meetings. 2. Provide available criteria and full information as to the client's requirements for the project. 3. Furnish available horizontal control points and established City of Round Rock monumentation. 4. Furnish available existing plans and/or design information for the project and interface data for any projects adjacent to the project. 5. Assist the engineer by placing at his disposal all available written data pertinent to previous operations, reports and any other data (including previous hydraulic studies and models) affecting the project. 6. Provide available existing traffic counts and design year traffic projections. 7. Furnish available right -of -way map(s). 8. Provide available and all applicable special specifications, special provisions, and updated list of bid items applicable to the project. 9. Examine documents submitted by the engineer and render decisions pertaining thereto, promptly, to avoid unreasonable delay in the progress of the engineer's services. 10. Respond promptly in writing to requests by the engineer for authorization to proceed with specific activities deemed desirable. 11. Negotiate with all utility companies for any agreements and/or relocations required. 12. Pay all reviewing agency fees promptly including review, inspection, and recording fees. 13. Acquire any off -site easements required for project. P:\8350601 \cont`acts\CHSHMEXHBA.doc -1- EXHIBIT B SERVICES TO BE PERFORMED BY ENGINEER CHISHOLM TRAIL /CHISHOLM PARKWAY RECONSTRUCTION The following "Project Scope of Work" will be used as the basis for the preparation of a design schematic and construction plans for the Chisholm Trail reconstruction and Chisholm Parkway extension project. The existing two -lane undivided Chisholm Trail will be improved to a five (5) lane curb and gutter road with sidewalks, within a maximum 90' of Right -of -Way (ROW). The design may include an approximate 400 foot bridge over Onion Branch Creek, floodplain analysis -- and FEMA coordination for the design over Onion Branch Creek and associated drainage structures. In addition, the design may include drainage and water quality facilities, water and wastewater line designs, and illumination. It is currently anticipated that no floodplain or jurisdictional water impacts will occur within Onion Branch Creek. The limits of reconstruction for the Chisholm Trail improvements are from Sam Bass Road north to approximately 700' south of the FM 3406 intersection, a distance of approximately 6200'. The design will realign Chisholm Trail to tie into the proposed Sam Bass Road and FM 3406 Road improvements developed by others. The proposed project includes the 850' extension of Chisholm Parkway and the intersection with Chisholm Trail. Chisholm Parkway will transition from its existing section to a five (5) lane curb and gutter road with sidewalks, within a maximum 80' of ROW. The project will include route and design studies to obtain the proposed alignment to be approved by the City of Round Rock and construction plans for final design. The following scope provides information regarding anticipated project parameters, preliminary engineering, preparation of construction plans, additional services to be provided by the client and other miscellaneous information. The following assumptions pertain to the services to be performed and form the basis ofthis scope of work: • The project will be prepared in two phases: 1) Schematic Design and 2) Construction Documents. Each will be prepared and processed in accordance with the rules and regulations of the City of Round Rock, Texas Commission on Environmental Quality (TCEQ) and other regulatory agencies. • The City of Round Rock will approve the schematic design prior to beginning the preparation of construction plans. Final construction plans will be prepared in accordance with the alignment defined in the schematic design. • The City ofRound Rock will review approved plans and provide recommendations for utility locations. • Water quality Best Management Practices (BMP's) will be required for these plans. • Downstream conveyance, along Onion Branch Creek, is sufficient enough where detention facilities are not required. • The preliminary extent of any floodplain on the project site will be identified by the Federal Emergency Management Agency, flood insurance rate maps for Williamson County, Texas. Any work necessary to modify flood plains will be additional services. -1- PHASE 1 FUNCTION CODE 110 (ROUTE AND DESIGN STUDIES), (GEOTECHNICAL INVESTIGATION) The Route and Design Studies Services includes those services required to develop a schematic design, identify existing utilities and proposed utility assignments, conduct a drainage study and a geotechnical investigation. The schematic design will be coordinated with the City of Round Rock and others as needed. The tasks associated with this phase maybe separate into four basis categories: Data Collection and Review, Roadway Design, Drainage Design and Geotechnical. The serviced to be provided by the ENGINEER are as follows: Data Collection and Review: 1. Review all available studies, reports, plans, drawings and other documents, which are applicable as background information to be used in this contract. 2. Review current traffic volumes and design traffic volumes. 3. Identify existing utilities and drainage systems. 4. Review proposed developments and roadway improvement adjacent to the proposed roadway. Roadway Design: 1. Develop roadway design criteria. 2. Determine the proposed alignments of Chisholm Trail and Chisholm Parkway, establish the preliminary alignment of George R. Brown cross street and establish proposed ROW limits. 3. Develop roadway typical sections with proposed utility assignments. 4. Develop preliminary design cross sections. 5. Develop preliminary construction cost estimate 6. Prepare public meeting displays and exhibits as required. Drainage Design: 1. Preliminary Hydraulic Studies to identify two (2) options for the proposed drainage structure over Onion Branch Creek. 2. Develop preliminary storm drain design and identify conflicts with existing utilities. The storm drain system will be in compliance with the City of Austin's drainage criteria. 3. Identify Permanent Structural Best Management Practices (BMP) for compliance with The Edwards Rules. The (Phase 1) Hydraulic Design Services will include all studies and documentation required by the various regulating authorities, including FEMA, TCEQ and the City of Round Rock. The design services include modeling the FEMA controlled Onion Branch Creek to assess the impacts of the proposed improvements to the floodway. The identification of permanent BMP's will include the possibility of using Stormceptors or equivalent. If deemed unacceptable by the TCEQ, than more conventional methods will be explored (i.e. sand filter systems, etc.). -2- PHASE 1 (CONT.) FUNCTION CODE 110 (ROUTE AND DESIGN STUDIES), (GEOTECHNICAL INVESTIGATION) Geotechnical Investigation: The Geotechnical Engineering Services will determine subsurface materials and conditions at the site and provide geotechnical recommendations for design and construction criteria for pavements, bridges, culverts and MSE retaining walls. Subsurface investigations will be conducted by performing borings adjacent to the existing pavement. Subsurface water observations will be made at each boring location. The results of the borings and laboratory tests will be compiled in a written engineering report to include results of testing and pavement section design recommendations. Pavement thickness recommendations will be developed in accordance with City of Austin's Transportation Criteria Manual. The functional classifications, for pavement design purposes, are as follows: Chisholm Trail (Arterial — Minor, Undivided 5), Chisholm Parkway (Collector — Primary, Undivided 5). (Refer to Raba - Kistner Scope of Work for a detailed breakdown of the services to be performed. FUNCTION CODE 120 (ENVIRONMENTAL INVESTIGATION AND APPROVALS) The Environmental Services will include all studies and documentation required for the various regulating authorities, including FEMA, TCEQ and the City of Round Rock. The intention of the Environmental Services is to attain all necessary clearance letters and approvals from the various interested parties in order to proceed with the proposed Chisholm Trail reconstruction and Chisholm Parkway extension project. Data Collection Process: 1. Data Collection & Field Reconnaissance: Collect readily available environmental information relative to the project area from the appropriate local, state, and federal agencies. A "TellAll" regulatory records review will be performed as part of the ESA Phase I, to identify listed hazardous waste generators, treatment, storage and disposal facilities; solid waste landfills, unauthorized sites; documented spills; oil and gas exploration and production sites; and underground storage tank sites within the proposed site location. The review will also identify other environmental risks along the project corridor. A site reconnaissance will be conducted to visually inspect the project site for additional risks and field verify any environmental risks as identified by the review. -3- PHASE 1 (CONT.) FUNCTION CODE 120 (ENVIRONMENTAL INVESTIGATION AND APPROVALS) Environmental Investigations: 1. It is currently anticipated that no floodplain or jurisdictional water impacts will occur within Onion Creek, thus eliminating any Section 404 of the Clean Water Act coordination with the US Army Corp of Engineers. However, in the event a Section 404 Nationwide Permit 14 is required, additional investigations maybe required. As such, to comply with the conditions of Nationwide Permit 14, coordination with the following resource agencies would be initiated under a separate scope and budget: U.S. Fish and Wildlife Service (USFWS), Texas Parks and Wildlife Department (TPWD), Texas State Historical Preservation Officer (TSPO), US Army Corps of Engineers (USACE), and the Texas Natural Resource Conservation Commission (TNRCC). Review Development of Alternatives 1. Upon completion of the data collection process and any necessary environmental investigations all alternatives deemed feasible and reasonable will be reviewed to ensure that there are no environmental issues, which would prohibit the construction of the roadway in the selected location. FUNCTION CODE 130 (ROW DATA) FUNCTION CODE 150 (FIELD SURVEY) The Surveying Services includes those services required to obtain right of entry, establish horizontal and vertical survey control, perform right -of -way surveying and mapping, survey monumentation, and perform engineering design surveys. (Refer to McGray & McGray's Scope of Work for additional details. The services to be provided by the ENGINEER are as follows: Survey Control: 1. Establish horizontal and vertical survey control for the length of the project with aminimum spacing of 1,000'. Right -of -Way Surveying and Mapping: 1. Prepare a preliminary base map based on record information to include ROW maps, tax maps, plats, deeds, topographic maps, and other available information. 2. Prepare ROW strip maps and/or easement legal descriptions, parcel sketches for attachments as exhibits to describe ROW and/or easements to be acquired. 3. Set fmal ROW monuments. Design Surveys: 1. Field survey the final alignment and provide adequate topographic cross sections for profiling the proposed roadway width, attendant utilities and landscaping. 2. Provide reference to vertical datum source and benchmark locations. 3. Provide location, size, and elevation of any existing drainage feature and direction of flow. 4. Provide horizontal location of water and wastewater facilities and all other utilities. 5. Provide location of larger hardwood trees within existing ROW (10 tree maximum). -4- FUNCTION CODE 190 (PROJECT MANAGEMENT) 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 and at regularly scheduled meetings conducted at the City of Round Rock. At a minimum, monthly progress reports will be submitted, which will detail on -going work as well as work accomplished since the previous report. -5- PHASE 2 FUNCTION CODE 120 (ENVIRONMENTAL INVESTIGATION AND APPROVALS) Continuation of the (Phase 1) Environmental Services will continue as required. FUNCTION CODE 130 (ROW DATA) FUNCTION CODE 150 (FIELD SURVEY) Continuation of the (Phase 1) Surveying Services will continue as required with the following additions: Design Surveys: 1. Following identification of existing utilities to remain in place, subsurface utility exploration (SUE) work will be conducted on an as- needed basis. FUNCTION CODE 160 (ROADWAY DESIGN) The (Phase 2) Roadway Design Services will make any refinements to the final horizontal and vertical alignments and continue with the development of the construction documents. Refinements to the design cross sections will be made as required and an updated cost estimate, general notes and specification data will be generated. The Roadway sheets for the construction plans will include: 1. Title sheet 2. Project layout 3. Typical section 4. Plan and profile 5. Provide design cross - sections and staking information 6. Roadway details FUNCTION CODE 161 (HYDRAULIC DESIGN) The (Phase 2) Hydraulic Design Services will continue all studies and documentation required for the various regulating authorities identified in (Phase 1). The design of the preferred permanent BMP, as identified in (Phase 1), will also be included. Drainage sheets for the construction plans will include: 1) Drainage area maps 2) Hydraulic computations 3) Storm drain plan/profile sheets 4) Culvert layouts 5) Storm water pollution prevention plan 6) Permanent BMP detail sheets -6- PHASE 2 FUNCTION CODE 162 (SIGNING AND PAVEMENT MARKINGS) The signing and pavement markings plans will include the necessary details for the construction of the proposed signs, and pavement markings. No signals are anticipated for the project. FUNCTION CODE 163 (MISCELLANEOUS ROADWAY PLANS) Miscellaneous roadway includes the final assembly of the construction plans, specifications and estimate, traffic control plans, illumination layouts, preparing the bid documents, review and recommendation for award of contract. The plans, specifications and estimate will include all necessary details required for construction. Standard drawings will be used (TxDOT, City of Austin and/or the City of Round Rock) to every extent possible. Miscellaneous Roadway Plans will include: 1. Summaries 2. Estimate, General Notes and Specification Sheets 3. Traffic Control Plans 4. Illumination Layouts (continuous illumination throughout the project limits) 5. Special Details required for construction This item also includes preparation of the Bid Documents, reviewing any and all bids received, and making recommendations for contractor based on the bid received. This will include assisting the City of Round Rock in obtaining bids by distributing sets of bid documents to Contractors, evaluation of bids or proposals and awarding contracts by assisting with the bid opening and tabulation of the bid documents. FUNCTION CODE 180 (CONSTRUCTION PHASE SERVICES) The ENGINEER will provide the following services during the construction activities of the project: 1. Coordinate and attend pre - construction conference with City of Round Rock, contractor, review agencies and engineer prior to construction. 2. Make visits to the site, at intervals appropriate to the various stages of construction, to observe as an experienced and qualified design professional the progress and quality of the executed work of Contractor(s) and to determine, in general, if such work is proceeding in accordance with the Contract Documents. The engineer shall not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of such work. 3. Review and approve (or take other appropriate action in respect to) Shop Drawings and samples, the results of tests and inspections and other data, which each Contractor is required to submit. This review will be only for conformance with the design concept of the project and compliance with the information given in the Contract Documents. -7- PHASE 2 (CONT.) FUNCTION CODE 180 (CONSTRUCTION PHASE SERVICES) 4. Based on the engineer's on -site observations and on review of applications for payment and the accompanying data and schedules, determine the amounts owing to Contractor(s) and recommend in writing payments to Contractor(s) in such amounts. Such recommendations of payment will constitute a representation to City of Round Rock that the work has progressed to the point indicated that, to the best of the engineer's knowledge, information and belief, the quality of such work is in accordance with the Contract Documents and that payment of the amount recommended is due Contractor(s). 5. Upon substantial completion, the engineer will prepare apunch list outlining corrections and work that must be done before the project can be accepted. The engineer will arrange a preliminary site inspection to identify punch list items with the appropriate personnel. 6. Prepare one set of reproducible as -built plans based on one (1) record copy of project drawings labeled `Project Record" maintained by the contractor. The contractor will submit the `Project Record" drawings to the ENGINEER at contract closeout. FUNCTION CODE 190 (PROJECT MANAGEMENT) 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 and at a regularly scheduled meeting conducted at the City of Round Rock. At a minimum, monthly progress reports will be submitted, which will detail on -going work as well as work accomplished since the previous report. P:18350601\con(racts \CHSHMEXHBB doc -8- JANUM BR T FEBRUARY MARCH AYRLL Y ARE 2033 Im PHA 1234 1111111111111111 11111111111 111111111111111I©11pEr ro 2143433 © • IuIu • - ° IIIuf u.IuIuu•.Il.Iu..u..uuI•ujjij ° m m mow` "NdY ����n ■,�r�r'�����������������L'� 1 1111111 11111111111111111.ir_11H1HH111111111 d A04322 20.33321133 3 Con2242333 3424213 a TAW, ITC PHASE rand: WORK SCHmplE FOR CAROM TWYUppypW MORAY nE33e1 WORK wEnULE FOR CHEM. TRAtJ 151101l1 PARKWAY TASK PRASE Est...RA.3 Sunny COAd CaeecOA3131e MN me Prop.°. 0.s • Schematics PAOLA., P ry saaedROW ROSY Datahleld Sun, Conduct Subsurface uqy aerymamnlas needed) PRASE Develop Environmental 03Fueneol City dRound Rock Re iewaPwe d Construction Lacuna. Oral R,aad.SluSee CLydRRN APT. CAAMMKIar Gm.mmioe Anw sommIl.lEeS JANUARY IM- WY JUNE AUGUST J SEPTEOSFR OZ OORR NOVEMBER MN DECERKER = MI SUMMARY OF CONTRACT BY COMPANY FIRM HOURS SALARY OVERHEAD PROFIT PROJECT X OF 12.00% TOTAL TOTALS I. ROUTER DESIGN STUDIES)FC 110) RODRIGUEZ TRANS GROUP 974 537.412 557,989 511448 0106,849 3625% SUB- CONSULTANT(1) 0 $0 SO SO SO 0.00% SUB•CONSULTANT12) 0 SO 50 50 SO 000% TOTAL: 9741 $37,412 $57.9891 511,448 5106.849 II. ENVIRONMENTAL STUDIES(FC 120) RODRIGUEZ TRANS. GROUP 238 $8,456 513,107 52,588 524,150 8.19% SUB-CONSULTANT(1) 0 50 SO 50 50 0.00% SUBCONSULTANT(2) 0 SO 50 50 SO 0,00% TOTAL: 236 $8,456 513,1071 52,588 524,150 M. RIGHT OF WAY (FC 130) RODRIGUEZ TRANS. GROUP 0 SO SO SO - 50 , 0.001C SUB- CONSULTANT(1) 0 $0 SO 50 552,830 17.93% SUBCONSULTANT(2) 0 50 50 S0 S0 000% TOTAL 01 50 501 $01 552,830 • • IV. FIELD SURVEYING (EC 150) RODRIGUEZ TRANS. GROUP 0 SO 50 SO 50 0.0095 SUB-CONSULTANT (1) SUB-CONSULTANT (2L 0 0 50 50 50 SO SO 50 570,884 2609% SO 000% TOTAL: 0 SO _ SO( $01 576,884 V. ROADWAY DESIGN (FC 160) RODRIGUEZ TRANS. GROUP 0 SO 50 50 50 000% SUBCONSULTANT(1) 0 $0 50 SO 50 000% SUBCONSULTANT(2) 0 50 50 50 50 0.00% TOTAL 01 5O $O $01 SO VI. DRAINAGE (PC 161) RODRIGUEZ TRANS. GROUP 0 $0 50 SO SO 0.00% SUB-CONSULTANT (1) 0 SO SO SO 50 0.00% SUB-CONSULTANT(2) 0 50 SO SO 50 000% TOTAL: 0 SO 501 SO 50 VN. SIGNING, MARKINGS & DELINEATION (FC 162) RODRIGUEZ TRANS. GROUP 0 $0 SO SO 50 000% SUB- CONSULTANT(1) 0 SO 50 50 S0 0,00% SUBCONSULTANT(2) 0 SO 50 50 SO 000% TOTAL: 0 SO SO 50 50 VIN. MISCELLANEOUS ROADWAY(FC 163) RODRIGUEZ TRANS GROUP 0 S0 50 SO SO 0.0016 SUBCONSULTANT(1) 0 90 50 50 50 0.001/4 SUBCONSULTANT(2) 0 $0 50 50 $0 000% TOTAL: 0 50 $0 SO SO A RODRGGUEZ ' IX. BRIDGE DESIGN (FC 170) TRANS_ GROUP 0 SO S0 SO 50 000% SUBCONSULTANT (7) 0 50 SO $0 SO 000% SUBCONSULTANT(2) 0 90 50 50 50 000% TOTAL 0 50 50 50 SO X. CONSTRUCTION PHASE SERVICES (FC 180) RODRIGUEZ TRANS. GROUP 0 50 50 S0 S0 0,00% SUB-CONSULTANT (1) 0 SO SO 50 50 000% SUBCONSULTANT(2) 0 SO SO 50 50 000% TOTAL 0 SO $0 50 50 ' XI. PROJECT MANAGEMENT (FC 190) RODRIGUEZ TRANS GROUP 106 54,620 57,161 91.414 513,195 4 48% SUB-CONSULTANT (7) 0 50 50 50 00 Opp% SUBCONSULTANT(2/ 0 50 50 50 50 000% TOTAL 106 $4,620 $7,161 51,414 013,195 TOTAL CONTRACT LABOR COST RODRIGUEZ TRANS. GROUP 1316 550,488.00 578,256.40 5 5144,194 49% SUBCONSULTANT(1)(M &M) 0 $ - 0 - $ 5129,714 44% SUB-CONSULTANT 12)1R-19 0 5 - 5 - S • 520,815 7% TOTAL 1319 550.488 578,256 515,449 5294,723 TOTAL CONTRACT DIRECT COST RODRIGUEZ TRANS. GROUP 51,000 SUB-CONSULTANT (1)(M8M) 5500 SUBCONSULTANT (2)(R4q 50 TOTAL 51,500 CONTRACT TOTAL RODRIGUEZ TRANS. GROUP 5145,194 49% SUBCONSULTANT(1XM &M) 5130,214 44% SUBCONSULTANT(2XR -K) 520 7% TOTAL' 5296,223 CHSHLMFEE7\GRAND TOTAL EXHIBIT PHASE 1 FEE SCHEDULE/BUDGET FOR CHISHOLM TRAIL/CHISHOLM PARKWAY RODRIGUEZ TRANSPORTATION GROUP 1/612003 TASK AND DESCRIPTION . 1 1 1 a ea 2 8iRE h as_ w I „.48g sg L ROUTE 6 DESIGN STUOIES(FC 1 ',IGN ENGINEER CLERICAL TOTAL TOTAL HOURS' ENGINEER 270 ENGINEER 380 TECHNICIAN 60 10 SALARY RATES 24500 93800 22750 21000 074 53484 DIRECT SALARY COSTS OVERHEAD MULTIPLIER 155 312,150 21033 313,880 521,204 51,850 9180 237,412 PROFIT. 12.0014 $$33,,718 64,160 52,558 3505 2278 655 957,989 $11 TOTAL. 34,881 904,0 539;070 51.6251 321,383 54.712 551£ 91o6,849 IL ENVIRONMENTAL STUDIES (PC 120) PROJECT SENIOR DESIGN ELT. ENGINEER ENGINEER CLERICAL TOTAL MANAGER ENGINEER ENGINEER SPECIALIST TECHNICIAN • TOTAL HOURS' 12 24 100 0 0 0 40 238 BIWNG RATE 94800 34500 SIB00 33200 53400 3270 51800 33464 DIRECT SALARY COSTS: 5578 51,080 0.00 0 50 0 5720 58,456 OVERHEAD MULTIPLIER PROEM 1,55 5893 178 51,874 29,424 0 $0 31,116 5 $ 0 $00 50 92 ,40 524. TOTAL 9389 S5, 111 RIGHT OF WAY(FC100) PROJECT 4•MAN RPLS SURVEY DESIGN CADO CLERICAL TOTAL MANAGER SURVEY TECHNICIAN SPECIAUST DRAFTER TOTAL HOURS. 0 0 0 0 0 0 0 0 BILLING RATE 54800 5047 5390 91075 300 9270 91800 52903 DIRECT SALARY COSTS• s0 s0 90 so so so 50 s0 OVERHEAD MULTIPLIER 155 90 0 50 90 0 90 60 0 PROFIT. 120% 9y0 50 90 0 0 0 50 TOTAL E0 30 0 SO 50 50 50 SO IV. FIELD SURVEYING(FC 150) PROJECT 4•MAN RPLS SURVEY DESIGN CADO CLERICAL TOTAL MANAGER SURVEY TECHNICIAN SPECIAUST DRAFTER TOTAL HOURS 0 0 0 0 0 0 0 0 SALARY RATES. 0480 95047 5380 019.75 9340 $270 5100 333 B9 DIRECT SALARY COSTS 0 0 0 0 0 0 50 S0 OVERHEAD MULTIPLIER 155 90 0 90 90 0 90 90 90 PROFIT 120% 50 90 90 $0 90 30 50 90 TOTAL 0 90 90 SO 0 $0 0 $0 V. ROADWAY DESIGN (PC 180) PROJECT SENIOR DESIGN ELT. ENGINEER ENGINEER CLERICAL TOTAL MANAGER ENGINEER ENGINEER SPECIALIST TECHNICIAN TOTAL HOURS: 0 0 0 0 0 0 0 0 SALARYNATES' DIRECT SALARY COSTS 9460 00 9450 90 9380 SO 932.00 50 53400 50 5270 90 3180 0 53484 SO OVERHEAD MULTIPLIER: 155 s0 30 30 30 SO 0 0 0 PROFIT. 93 S S' 20 0 0 U au 0 '0 90 0 0 30 50 TOTAL V). DRAINAGE (FC 101) PROJECT SENIOR DESIGN ELT. ENGINEER ENGINEER CLERICAL TOTAL MANAGER ENGINEER ENGINEER SPECLWST TECHNICIAN TOTAL HOURS 0 0 0 0 0 0 0 0 SALARY RATES' $48.0 $450 9380 5320 9340 527.50 5180 $3484 DIRECT SALARY COSTS, 0 90 90 90 90 90 90 90 30 90 0 S0 0 OVERHEADMULTIPIJER 155 0 $0 90 PROFIT. 12 00% 05 0 30 0 10 90 SO 0 90 so----sr TOTAL VII, SIGNING, MARKINGS6 DELINEATION (FC 182) PROJECT SENIOR DESIGN ELT. ENGINEER ENGINEER CLERICAL TOTAL MANAGER ENGINEER ENGINEER SPECIALIST TECHNICIAN TOTAL HOURS 0 0 6 0 0 0 o 0 SALARY RATES. 3480 $450 9380 332.0 9340 9270 5180 33484 DIRECT SAIARY COSTS' 50 0 0 00 90 90 0 0 OVERHEAD MULTIPLIER 155 50 0 0 30 0 90 50 PROFIT 1200% SO 90 90 { SO SO TUT AL SO SU 80 90 90 5U 0 VIII. MISCELLANEOUS ROADWAY (PC 183) PROJECT SENIOR DESIGN ELT. ENGINEER ENGINEER CLERICAL TOTAL MANAGER ENGINEER ENGINEER SPECIALIST TECHNICIAN TOTAL HOURS. 0 0 0 O 0 0 0 0 SALARY RATES DIRECT SALARY COSTS' 548 s0 5450 90 3380 S0 020 0 53400 90 5270 50 5180 0 53484 SO OVERHEAD MULTIPLIER 155 0 90 0 30 PROFIT . 1200% S0 $0 90 50 0 0 90� 30 0 0 90 s0 50 0 50 $0 Tor CHSHLMFEEIITOTAL COST (RIG) EXHIBIT D Pt GET FOR CHISHOLM TRAIIJC,HISHOLIVI PARKWAY RODRIGUEZ TRANSPORTATION GROUP 1/8/2003 CHSHLMFEEIITOTAL COST(RTG) EXHIBIT D PHASE 1 FEE SCHEDULE/BUDGET FOR CHISHOLM TRAIL/CHISHOLM PARKWAY RODR0UE2 TRANSPORTATION GROUP 1/8/2003 IX BRIDGE DESIGN(FC 170) PROJECT SENIOR OESIGN ELT. ENGINEER 0901NEER CLERICAL TOTAL MANAGER ENGINEER ENGINEER SPECIALIST TECHNICIAN TOTAL HOURS' 0 0 0 0 0 0 0 0 SALARY RATES: DIRECT SALARY COSTS' 54800 50 54500 10 53800 60 53200 S0 53400 S0 $27.50 SO 11800 S0 53484 SO OVERHEAD MULTIPLIER' 155 50 50 00 f0 50 550�000� PROFIT $ S $ O $ 5 $ 0 TOTAL 50 50 Ed 50 00 50 50 SE X CONSTRUCTION PHASE 5ERVICE5 PROJECT SENIOR DESIGN ELT. ENGINEER ENGINEER CLERICAL TOTAL MANAGER ENGINEER ENGINEER SPECIAUST TECHNICIAN TOTAL HOURS 0 0 0 0 0 0 0 0 SALARY RATES 548 CO 54500 03800 532 00 53400 127.50 $18 00 334134 DIRECT SALARY COSTS' S0 SO 50 s0 50 SO 5o 30 OVERHEADMULNPLIERI 155 S0 S0 5o 50 60 50 So 60 PROFIT: 12.00%0o 50 SO 50 50 50 50 S0 IDIA��O 50 So SO SO 50 5o So X1. PROJECT MANAGEMENT(FC 190) PROJECT SENIOR DESIGN EJ.T. ENGINEER ENGINEER CLERICAL TOTAL MANAGER ENGINEER ENGINEER SPECIAUST TECHNICIAN TOTAL HOURS' 40 58 0 0 0 0 10 108 SALARY RATES 54800 54500 53800 532.00 53400 527.50 51800 53484 DIRECT SALARY CASTS 51,920 $2,520 50 50 00 50 0180 54,820 OVERHEAD 155 52,978 03,,908 S0 SO 5279 57,101 PROFIT. 12 jjSO 00 $S0 055 OT 15,484 57. B SO 50 50 50 5514 013,185 6� $p §N5$ OZ , 888885{ g,g naara CLASSIFICATION DIRECT OVERHEAD PROFIT TOTAL %.of SALARY MULTIPLIER RTG _ COST 1.55 12.00% TOTAL PROJECT MANAGER $4,128 58,388 51,263 511,700 818 %. SENIOR ENGINEER 015,750 524,412.50 54,820 $44,882 31.20% DESIGN ENGINEER 510,780 530,52800 $8,047 558,435 3914% ENGINEER 1840 599200 S108 51,828 127% SENIOR DESIGNER 07,480 511,59400 32.289 521,383 1482% GAOD DRAFTER 51,850 02,557.50 $505 64,712 3 27% CLERICAL 60 01800 51,080 01,57400 5330 53.084 - 2.1681 7318 PROJECT MANAGER 0 54800 50 5000 SO $0 000% 4.MAN SURVEY CREW 0 55047 SO 5080 50 60 0.0014 9715 SURVEY TECHNICIAN 0 0 53950 51075 SO 50 SD CO 5000 10 SO 00 50 000% 00014 DESIGN SPECIALIST 0 53200 00 S000 50 50 000% CADD OPERATOR 0 527.50 00 0000 SO 50 000% CLERICAL 0 00 5000 SO S0 000% TOTAL SURVEY 0 60 TOTALS 1310 110,400 378,250 515.449 5144,194 100.00% DIRECT COST - RODRIQUEZ TRANSPORTATION GROUP raSS Myer P1013 1300109867194uc4ans 5guare feet EO $827/Sq FL. 01 PrIn004 Express DelNe5es Square Feet® 098881100 a 025135 P0. 015 NY DAL. Auld 4110400 Telephone and Co muticalbrp Meer CO 502445. M90e1bne0us (EnvIroRontaI RequIatOry Search) 81,000 Survey Wqulpment. R0M9D, supplies, 8 Mat00ab Traffic Control (511rvey) 050100104501 TOTAL OIREC COS - m PLANS A ION UP 1 � - - SUMMARY - RODRIGUEZTRANSPORTATION0 U9 55050+00092041 +Coet Dyed Cost - 5744,194 51,000 TOTAL CONTRACT COST- RODRIGUEZ TRANSPORTATION GROUP 0145,194 CHSHLMFEEIITOTAL COST(RTG) EXHIBIT D PHASE 1 FEE SCHEDULE/BUDGET FOR CHISHOLM TRAIL/CHISHOLM PARKWAY RODR0UE2 TRANSPORTATION GROUP 1/8/2003 TASK AND DESCRIPTION (9) Slake RI htof -Wa CHSHLMFEEIIRTG HOURS EXHIBIT D PHASE 1 FEE SCHEDULEIBUDGET FOR CHISHOLM TRAILICHISHOLM PARKWAY PREPARATION • F CONSTRUCTION PLANS ROUTE AND DESIGN STUDIES (FC110( 1. Data Collection and Review • 2. Develop roadway design criteria 3. Develop proposed horizontal and vertical alignments 4 Develop typical section and proposed utility assignments 5 Develop preliminary design cross sections 6. Develop preliminary construction cost estivate 7 Develop Public meeting displays and exhibits as required 8. Conduct preliminary hydraulic studies 9. Develop preliminary storm drain design 10. Identify permanent structural BMP 11. Geotedhnlcal Investigation/Pav ement Design SUBTOTALS SUBTOTALS ENVIRONMEN AL S UDIES (FC 120) 1. Data collection process 2 Environmental invesO9000ns 3. Review development of allemaUves RIGHT -OF -WAY (FC 130) 1. Provide right of entry ownership ast, no03ca6oNpemission letters, etc. 2. Research existing tax raps and records f or right of way d Ownershl•s SUBTOTALS 3. Prepare right -of -way base nap to include affected bridge area 4. Delemine W Ilty typesr0wners within the project limits 5 Locate utilities within the proposed project limits 6. Coordinate with utility owners concerning potential utility adjustments 7 Measure tin to 04511n• ...2 lines 8 Provide right - of-way sketch and legal description, sealed by RPLS 9. Deaver all data In Mloosta0OntGeoPak, DGN 8 TIN files FIELD SURVEYING (FC 150) 1. Field SUrve n• SUBTOTALS a. Primary Project Control - as directed by the engineer (1) Establish horizontal control points Establish vemcal control . • nls c Other Field Surveying (1) Stake centerline and baseline control points per area engineer (2) Establish Iwo bench marks per bridge 3 Profile end cross - section Intersedin- &Weave (4) Cross. section drainage channel for hydraulic analysis 0I 560.fo0l Intervals (5) Profile drainage channel and tie meanders 8 Provide field 0es t0 FEMA 6 U5G5 datum and data as cUcal eco0 observed IV H h water nark (8) Tie location, elevation 8 direction of existing 011 d UG 00110,5 STANDARD NO OF PROJECT SENIOR DESIGN E.I.T. ENGINEER ENGINEER CLERICAL TOTAL HRSISHT SHEETS SHEETS MANAGER ENGINEER ENGINEER SPECIALIST TECHNICIAN HRS4590 HOURS HR55H7 HOURS HR°JSHr HOURS HRSI5H7 HOUR 9 HRSISHT HOURS NRS/SH7 HOURS 4091501 HOURS I MIIMMMIIIIIIIMIIIIIIEIIMIIIIIIII III 40 10 90 B 12 40 Sp 20 64 20 5 20 40 20 60 40 2 d0 e4 20 00 2 4 270 10 9 Iu 840 0 80 S 40 24 160 4 -MAN SURVEY RPLS SURVEY TECH DESIGN SP CADD pli iu"ia 'i'u'n'ulli 0 NIIIIIIIIIIIN 0 ' 4 -MAN SURVEY SURVEYTECH OESIGNS PL CARD 11 ::::::::1:;I:t; i ll::ri::�::...ra. 0 NM -_--_-_-__ , -3.--..-.!-3.--1- RODRIGUEZ TRANSPORTATION GROUP 1(642003 TASK AND DESCRIPTION (10) Tie station. offset & ground elevation of Sall pare holes by others (11) Profile eel9Ung dikes and drainage facilities (12) Ile !Agog bridges 00 culverts for design and construction Input (13) Provide lemporary signs,IraPic control, flags & safely equipment (14) Deliver all data In Mleroslat00WGeoPak, DON, DAT & TIN flies SUBTOTALS ROADWAY DESIGN (FC160) 1. Prepare Misc. Sheets (Title, Protect Layout, Misc. Details) 2 Develop Typical Sections 3 Develop Plan & Profile sheets 4. Develop Intersection/Driveway Details 5 Develop design Ross sections SUBTOTALS DRAINAGE(FC181) 1. Develop Drainage Area Maps 2. Develop Hydraulic Data Sheets 3. Develop Slone Drain Plan & Pile 4. Develop Culvert Layouts 5 Develop SW3P (Erosion Canal Plan) 8 Develop WPAP SIGNING, MARKINGS AND DEUNEATION (PC 182) SUBTOTALS 1. Develop Signing. Striping and Delineation Layout 2. Develop Srtoll Sign Details SUBTOTALS MISCELLANEOUS (ROADWAY) IFC 183) 1. Develop Sunmory Sheets 2. Develop General Notes and Sped0Ca5on Data 3. Develop Traffic Control Plans 4 Develop lllurNna1pn layouts BRIDGE DESIGN (PC 170) SUBTOTALS 1. Preparation of SVUClaret Details 2. Preparation of BHd0e Layouts 3. Bridge Classification Culvert, Estimate, Quantities and Spedfloall 4. Bridge Total Quantities and Cost Estimate 5. Bridge Specifications and Special Provisions 8. Bearing Seat Elevations for each beam or girder. Top of rap elevation for nOn.beam type structures CONSTRUCTION PRASE SERVICES (PC 100) SUBTOTALS 1. Coordinate and attend preconstcoon conference 2. Make slle visits at appropriate Intervals 3. Review and approve slap drawings 4. Review contractor's estimate for recommendation for p0yment 5 Prepare final vralk.through and develop punch Ilst STANDARD SHEETS ono NO. OF SHEETS PROJECT MANAGER HRSISHT HOURS 0 0 0 0 SENIOR ENGINEER HRSISHT HOURS DESIGN ENGINEER HRSISHT HOURS 0 0 0 E IT. HRS/SI 1 HOURS 0 0 0 ENGINEER SPECIALIST 110SRHT HOURS ENGINEER TECHNICIAN 0011901 CLERICAL HRSISHT HOURS 0 TOTAL HOURS 0 0 0 0 0 0 0 0 0 0 0 0 D 0 0 HRS /SHT 0 0 CHSHLMFEEIIRTG HOURS EXHIBIT D PHASE 1 FEE SCHEDULE/BUDGET FOR CHISHOLM TRAIUCHISHOLM PARKWAY RODRIGUEZ TRANSPORTATION GROUP 1)8)2003 TASK AND DESCRIPTION STANDARD SHEETS NO. OF SHEETS PROJECT MANAGER SEN OR ENGINEER i I1 IL al, T. ENGINEER SPECIALIST ENGINEER TECHNICIAN CLERICAL TOTAL HRS/SHT HRSISHT HOURS HRS/SHT HOURS HRSISNT HOURS HRS/SHT HOURS HRS/SHT HOURS - HR515HT HOURS 8 Prepare reproducible a9 -built plans 0 SUBTOTALS 0 0 0 0 0 0 0 0 0 0 PROJECT MANAGEMENT WC 190) 1. Manage project and subs throughout project duration 24 40 10 74 2. Attend regularly scheduled progress report meetings 16 16 32 3. Review and approve shop drewings 0 4. Review contractors estimate for recommendation for payment 0 0 5. Prepare final walk•Ohrough and develop punch Ilst e. Prepare reproducible as -built plans 0 SUBTOTALS 0 0 40 56 0 0 0 0 10 106 TOTAL SHEETS AND /OR HOURS 0 88 350 520 20 220 60 60 1316 FJCHIBIT D PHASE 1 FEE SCHEDULE/BUDGET FOR CHISHOLM TRAIUCHISHOLM PARKWAY CHSHLMFEEIIRTO HOURS RODRIGUEZ TRANSPORTATION GROUP 11012003 01/10/2003 13:07 FAX 5122185563 CORR PUBLIC WORKS Ij 002 CERTIFICATE OF LIABILITY INSURANCE Date: 01 /1otol 'COMPANIES AFFORDING COVERAGE PRODUCER USr Tnmuaeee Services of Texas 1946 S. I11-35. Suite 301 Austin. Texas 71704 INSURED Rodriguez Tnotspoxxation afoul, 11211 Taylor DraperLaae, #100 Austin,' Taxes 78759 CO TYPE OF INSURANCE I,TR GENERAL LIAB1UTY Auromo 1L 11ABL I Y roraasseLtarury 717 a6e,l COIRRUSS.doc POLICY NUMBER A. &euuity Insurance Co. of $Buford B C THIS IS TO arivnry THAT the Insured named above is insured by the Companies listed above with respect W the business operations hereinafter described, for the types of insurance and ha accordance with the provisions of the standard policies used by the copnpanies, and further hereinafter described, Exceptions ro the policies are noted below. ME 1 ALUM: EVIRATI0N I, mEi DATE DATE Typed. N' i Jm AMOI.iawt T6C Pxeestive Aaenr GI;17PRd? AGGBECIAT3 5 PRODUCTS A1Q, S RERSONAL DUCEY 5 EACE OCCURxa'NCS S Plan DA /dAGB OAsy ar o Eta) S 1dPPb. EsRPP1Y3E (Any errs moo 5 COMBINED sae= mar 5 BODILY INIURY (Papaw* 5 aonn-YINIUSet (Per aadd ep S FROM= DAMAGE a BAs$ OCCURRENCE S Moen rrapt 51055553' COMPENSATION 1ND EMPIAYER3' mAB -RzrY STATUTORY mars BACHAC ®$NT S D1$UASU - POLICY r.IDAt' 3 DI3BASS - BAIZE EMPLOYES 5 +el PROFESSIONAL LIABILITY m+4 Q'f2LR1 O7/a103 Per Claim 52,000.0t0 Per Aramaic 323e0Co 135S IIWBON OP OPFIATIONS/LOCI:IIO 4sA ICLFS1SPECTAL ELS11S/IDXCEPBONS Plvfes iatil Ihbltl[9 osly: a88regOO 1 dtlti4 the awl issarwlse ietallabis Ace rialtos prcatstted wain 01° pones pe1Md tat +U nptaadatm Olmsted. The Sark will be reddad by ptpmear of Mims dry1931 e7pecte. The CILY of Round Beck is named as i ddkioml Insured ui h respect to all policies acept Workers' Coupe suion, Employers' Liability sal Pogo:Iional Liability. Should any of the shove described policies be cancelled or changed before the expiration date thereof. the Gsuicg campazq will snail tbhsy (90) days v.rivcn mdse to the c cif a holder below. CERTIFICATE HOLDER. City Ivist aga c7 ofPoundReek 221 E. MsinStreet Round Ellett, Team 70664 SIGH , AUTHORIZED REPRESENTATIVE SaYiCR: L . Est -O L -UDP SRO LS 117. 7. LC :. ntmin NM I V I nn,IRNHH I 7RlnT mann :AA "U0! APPENDIX SUB - CONSULTANT'S FEE SCHEDULES [Fax and Mail Delivery: (512) 231 -9133] PAA02- 090 -00 October 14, 2002 Rodriguez Transportation Group 11211 Taylor Draper Lane Suite 100 Austin, Texas 78759 ATTN: Mr. Robert Carillo, P.E. RE: Proposal Geotechnical Study Chisholm Trail and Chisholm Parkway Round Rock, Texas Project Description Scope of Work . Engineers, Geologists, Hygienists and Environmental Scientists Raba Kistner Raba- Kistner- Brytost Consultants, Inc. 8200 Cameron Rd., Suite C -154 Austin, Texas 78754 (512) 339 -1745 • FAX (512) 339.6174 Thank you for selecting Raba - Kistner - Brytest Consultants, Inc. to provide Geotechnical Engineering Services for this project. The objective of our study will be to determine subsurface materials and conditions at the site to provide geotechnical recommendations for design of the proposed reconstruction of Chisholm Trail and the new construction of Chisholm Parkway in Round Rock, Texas. We understand the project will consist of the construction of approximately 6,200 linear feet of reconstruction of Chisholm Trail from approximately 700 linear feet south of F.M. 3406 to Sam Bass Road and „approximately 850 linear feet of new construction of Chisholm Parkway. Also, included is a new bridge or box culverts and MSE walls over Onion Branch Creek. We propose to explore the subsurface materials and conditions at the site by drilling 14 borings to the maximum depths of 6 feet for the pavements, 5 borings to the 25 -foot depth for the bridge, and 3 borings to the 15 -foot depth for the MSE Walls. We will provide traffic control during the drilling on Chisholm Trail, as needed. We will obtain right -of -entry from one property owner to drill the borings for Chisholm Parkway. Subsurface water observations will be conducted in each boring before drilling fluid is used to advance the borings. All samples recovered from the borings will be visually logged in the field, sealed in plastic to minimize moisture loss, placed in core boxes, and transported to the laboratory for further analysis. Austin • Brownsville • El Paso • Laredo • Las Cruces, NM • McAllen • Mexico • San Antonio Raba Kistler PAA02- 090 -00 Page 2 October 14, 2002 Existing conditions, strength and index properties, and characteristics of the materials will be determined by appropriate laboratory tests on selected samples. The information obtained by our field exploration and laboratory investigations will be used in engineering studies to establish geotechnical design and construction criteria for the pavements and bridge /culverts /MSE walls. The pavement thickness recommendations will be developed in accordance with the City of Austin Transportation Criteria Manual. The results of our analyses will be presented in three copies of a written engineering report. Additional copies of our report are available at the request of the client for $50 each. Budget Estimate Our fee for the study outlined will be performed for a lump sum of $20,815. Historically, the cost of our field services is about 45 percent of our total fee. These services are predominantly provided by subcontractors. In order to promptly pay our subcontractors and continue to be able to respond to your needs, we will send you and interim invoice for 45 percent as soon as the field exploration phase of our study is complete. This estimate does not include costs incurred to: provide access to the boring locations which may be inaccessible to our truck - mounted drill rigs and support vehicles; provide surveyed locations of proposed improvements; and field staking of the boring locations. This estimate is not applicable after 90 days.from the above date. It is the owner's responsibility to provide the location of all underground utilities in the vicinity of our borings. We cannot accept responsibility for penetrating any utility not located by the owner. Should unanticipated conditions in the field that indicate the desirability of significantly broadening the scope of the study, we will contact you before proceeding with any additional work. Our study will be carried out in accordance with the items discussed in this proposal, our Schedule of Fees for Professional Services, and our Standard Terms and Conditions (Attachments I and II). Client recognizes that time is of the essence with respect to payment of Engineer's invoices, and that timely payment is a material part of the consideration of this agreement. Client shall pay Engineer for services performed in the U.S. funds drawn upon U.S. banks and accordance with the rates and charges set forth herein. Invoices will be submitted by Engineer from time to time, but no more frequently than every two weeks, and shall be due and payable within thirty (30) calendar days of invoice date. If Client objects to all or any portion of an invoice, Client shall so notify Engineer within fourteen (14) calendar days of the invoice date, identify the cause of disagreement, and pay when due that portion of the invoice, if any, not in dispute. Ra ba - Kistner PAA02- 090 -00 Page 3 October 14, 2002 The client agrees to pay a finance charge of one and one -half percent (1 -1/2 %) per month, or the maximum rate allowed by law on past due accounts. Our statement is due and payable upon receipt at 8200 Cameron Road, Suite C -154, Austin, Texas 78754 -3822. Raba - Kistner - Brytest Consultants, Inc., considers the data and information contained in the proposal to be proprietary. This proposal and information contained herein shall not be disclosed and shall not be duplicated or used in whole or in part for any purpose other than to evaluate this proposal. If this proposal meets with approval, please retum one signed copy to provide written authorization for us to begin work. We will be able to schedule the drilling services only after we receive your authorization to proceed and notification the borings have been staked in the field. We appreciate the opportunity of submitting this proposal and look forward to working with you in the development of this project. Very truly yours, RABA - KISTNER - BRYTEST CONSULTANTS, INC. Everett Z. Clements, S.E.T. Project Manager Daniel L. Franklin, Jr., P.E. (Printed or Typed Name) Vice President Encl: Attachments I & II Approved By: (Signature) Raba Klstner (Title) (Date) Services will be performed in accordance with our Standard Terms and Conditions. The proposal to which this schedule is attached is valid for 90 days from the date of the proposal. - EXPENSES: Use of computer hardware and software (additional charge)' Computer -aided drafting $ 30/hour Computerized word processing, Data base and spreadsheet management, and modeling $15/hour Use of company automobiles wit be charged at $0.42 per mile. Automobiles and light trucks assigned to field sites will be charged at $30.00 per day, plus $0.42 per mile over 50 miles per day. Other project- specific charges for use of RKBCI equipment or for RKBCI testing will be in accordance with established fee schedules. All other project-specific, third - party costs will be charged at cost plus 15 percent PAYMENT: Invoices will be submitted monthly for work in progress in our standard format They are due and payable upon receipt and become past due 30 days after the billing rate. Past due invoices may be subject to late charges at the rate of 1'% percent per month (18 percent annum). In the event that the State of Texas legislates a sales tax on Professional Services, the amount of the tax will be added to the appropriate service rate charged. Preparation of non - standard invoices will be charged in accordance with the rates in this fee schedule. CONDRIONS: ATTACHMENT 1 RABA - KISTNER - BRYTEST CONSULTANTS, INC. SCHEDULE OF FEES FOR PROFESSIONAL SERVICES PERSONNEL: Principal $125 to $200/hour — - -- Professional -- - $35 to $95/hour - -- -- - Technical/ClericaVAdministrative $20 to $45/hour The specific hourly rate within each classification listed above depends on the experience, special training, and qualifications of the personnel needed for the project For projects requiring work at any hazardous waste site, there will be a $10 per hour surcharge added to the normal billing rate for all personnel. Consultants to Raba - Kistner- Brytest Consultants, Inc. (RKBCI) will be charged according to their professional classification. Raba- Kistner PAA02 -090 -00 October 14, 2002 Page 1 of 1 ATTACHMENT 11 RABA - KISTNER - BRYTEST CONSULTANTS, INC. STANDARD TERMS AND CONDfi1ONS Raba- Kistn¢r PAA02 -090 -00 October 14, 2002 1 Raba -K lstner (R -K) is being engaged by the CLIENT to render professional services involving the condition of various building, site, and /or environmental materials, which may contain or be contaminated by hazardous materials and asbestos containing materials (ACM). R -K will be compensated largely on the basis of the time required in rendering these professional services —not on the basis of potential legal liabilities created by any risks associated from the hazardous materials and ACM. 2. R -K wit perform its services in accordance with the standard of care and diligence normally practiced by recognized professional firms in performing services of a similar nature, in the same locality, under similar circumstances. R -K makes no other warranties or guarantees, expressed or implied. 3. CLIENT will provide right -of -entry to the buildings and sites, which are the subjects of R-Ks services. CLIENT represents that it possesses authority for such right -of -entry and that the building /site operator(s) possess the necessary permits and licenses for current activities at the site. 4. The CLIENT will be responsible for providing the location of all underground utilities and other structures in the vicinity of our borings: We cannot accept responsibility and will not be liable for penetrating any underground utility, underground storage tank, or other subsurface condition not previously identified and located, or improperly located, by the CLIENT or a utility agency. 5. If materials are encountered in the field which are judged to be potentially hazardous or a danger to our personnel, all field work will cease and the CLIENT will be notified. Subsequent work on the project will then be conducted only with specific additional authorization from the CLIENT and will be charged at appropriate revised unit rates. The scope of work and cost estimate do not include removal of any waste or cuttings from the site. Such materials will be containerized and left at the site. 6. The scope of work and cost estimate do not include removal of any waste or drill cuttings from the site. The results of sample analyses or other information will be used to judge the nature of materials left on site. If this information indicates the materials are hazardous or potentially hazardous, and if CLIENT does not wish the waste or drill cuttings to be left on site, R -K will have such materials transported to a licensed facility for final disposal using a manifest signed by the CLIENT as generator. CLIENT agrees to pay all costs associated with management, analyses, . storage, transportation, and disposal of materials. CLIENT recognizes and agrees that R -K at no time assumes title to said materials. - Page 1 of 3 01/02 PAA02- 090-00 October 14, 2002 7. All samples obtained at the site will be managed by R -K. R -K will retain preservable samples and the residues from testing for 30 days after submission of its report, after which time the samples and residues will be disposed of. In the event samples contain hazardous constituents, R -K will retum such samples and residues to CLIENT, or, using a manifest signed by CLIENT as generator, R -K will have such samples transported to a licensed facility for final disposal. CLIENT agrees to pay all costs associated with management, analyses, storage, transportation, and disposal of materials. CLIENT recognizes and agrees that R -K at no time assumes title to said samples. 8. During its prime, asbestos was used in over 3,000 different products and can still be found in some products today. Consequently, attempts to locate and identify "all" asbestos in a survey would be both impractical and cost prohibitive. If retained to conduct an asbestos survey, R -K will direct its efforts at locating accessible, friable asbestos and non - friable asbestos which might become friable as a result of remodeling activities. 9. Likewise, several thousand chemicals, wastes, and other materials have been designated as hazardous or toxic by various laws and regulations. Attempts to locate and identify "all" such materials in a survey would also be impractical. If retained to conduct a site assessment with respect to such materials, R -K will direct its efforts at bcating the most significant sources, or potential sources, of such materials with potential for the most significant impact 10. The scope of work and cost estimate do not include costs incurred to provide access to sites which are inaccessible to our truck mounted drill rigs and support vehicles. They also do not include costs incurred due to delays caused by inclement weather. 11. R -K will provide CLIENT with a written report in connection with the services performed. The report will present such findings and conclusions as R -K may reasonably make with the information gathered while performing its services. In preparing the report, R -K may review and interpret certain information provided to it by the CLIENT or by third parties. R -K will not conduct an independent evaluation of the accuracy or completeness of such information and shall not be responsible for any errors or omissions contained in such information. The report and other instruments of service are prepared for, and made available for the sole use of, the CLIENT, and the contents thereof may not be used or relied upon by any other person without the express written authorization of R -K. Any unauthorized use or distribution shall be at the CLIENT's sole risk and without liability to R -K. , 12. R-Ks liability to CLIENT, or to any third party, for injury or damage to persons or property arising out of work performed for CLIENT and for which legal liability may be found to rest upon R -K, other than for professional errors and omissions, will be limited to R-Ks general liability insurance coverage of $1,000,000. For any damage on account of any error, omission, or other professional negligence, R- Ks liability to CLIENT, or to any third party, will be limited to a sum not to exceed our fees. Raba- Kistner Page 2 of 3 01/02 Raba - Kistner PAA02- 090-00 October 14, 2002 13. CLIENT will indemnify R -K against any claims or costs which exceed the limitation on R -K's liability provided for in the preceding paragraph, or result from acts or omissions of CLIENT. 14. Cancellation of the Agreement to which these terms and conditions apply may be made by either party for just cause after thirty days' written notification of intent of cancellation is provided to the other party. In the event the CLIENT elects to terminate the Agreement, R -K will be compensated in full for all services, materials, supplies, and expenses incurred prior to the actual cancellation date of the Agreement The CLIENT shall in any event pay all amounts invoiced that the CLIENT does not dispute as provided herein. 15. All claims, disputes, and other controversy between R -K and CLIENT arising out of or in any way related to the services provided by R -K will be submitted to "alternative dispute resolution° (ADR) such as mediation, before and as a condition precedent to other remedies provided by law. If a dispute at law arises related to these services and that dispute requires litigation as provided above, then; a) CLIENT assents to personal jurisdiction in the State of R -K's principal place of business; b) The claim will be brought and tried in judicial jurisdiction of the court of the county where R-Ks principal place of business is located, and CLIENT waives the right to remove action to any other county or jurisdiction; and c) The prevailing party will be entitled to recovery of all reasonable costs incurred, including staff time, court costs, attorneys' and expert witness fees, and other claim - related expenses. Page 3 of 3 01102 October 9, 2002 Robert Carrillo Rodriguez Transportation Group 11211 Taylor Draper Lane Suite 100 Austin, TX 78759 231- 9544x108 RE: Revised Proposal for Surveying Services for Chisholm Trail Project Dear Mr. Carrillo: McGRAY S. McGRAY LAND SURVEYORS, INC. We appreciate this opportunity to provide you with this revised proposal for surveying services for the Chisholm Trail Project. We understand the scope of services to be as detailed in the scope of services you provided, as modified and attached, as further detailed in our brief one page scope, and a brief one page fee schedule. The cost for all services requested would be $130,214.00. Our fee would be $129,714.00, plus possible reimbursables of $500.00. This is based on the following four types of services: 1. Control, Right of Entry, Set BM's, Tieinto FEMA, record subdivision plots, etc. 2. Topolasbuilt of right of way and 100' strip east and west for 8100 LF, (Chisholm Trail — 6900 LF, Chisholm Parkway — 1200 LF), 50 Acres ±, and locate 20 boreholes, cost per LF - $6.18. 3. Creek Cross Section, 1500 LF, 10 Acres ±, cost per acre - $938.00. 3301 HANCOCK DRIVE, SUITE 6 AUSTIN. TEXAS 76731 15121451-8591 FAX (5121451-8791 GERALO L. McGRAY RRLS VIA FAX AND MAIL 231 -9133 4. ROW Package — ownership research & plots, locate existing comers, analysis, set new monumentation, plats, descriptions, ROW map, cost per parcel - $2,296.96. If you think we have omitted a service or misinterpreted any required service, please let me know. As we get into the project we may allocate our resources in a slightly different manner, but will not exceed our proposed fee for these services. JUDITH J. McGRAY RPLS We are ready to begin this project immediately after receipt of notice to proceed. Thank you again for including us in this project. Please call me or Tony Brown if you have any questions. Sincerely, Judith J. McGray, LS Signature President Print Name JJM:trm encl. Suggestions, commendations or complaints regarding surveying services may be forwarded to: Texas Board of Professional Land Surveying 7701 N Lamar Blvd., Ste. 400 Austin, TX 78752 (512) 452 -9427 Authorized to Proceed by: Mr. Carrillo October 9, 2002 Date Title McGray & McGray Land Surveyors, Inc. Chisholm Trail Survey Fee Schedule October 9. 2002 3 -man Project Field Item Crew GPS Unit GPS Tech Ies li Manager Coordinator &dint FEU TOTA Rates $120.00 $35.00 $70.00 $62.00 $102.00 $72.00 $43.00 $90.00 , 1 Control 40 hrs 96 hrs 28 hrs 48 hrs 18 hrs 6 hrs 24 hrs 12 hrs. $17,476.00 2 Topo 228 hrs 0 0 228 hrs 36 hrs 30 hrs 0 30 hrs' $50,028.00 3 Creek 40 hrs 12 hrs 6 hrs 40 hrs 6 hrs 4 hrs 0 4 hrs $9,380.00 4 ROW 104 hrs 0 0 322 hrs 46 hrs 18 hrs 46 hrs 138 hrs $52,830.00 Total Hours 412 108 34 638 106 58 70 1841 Total Amount $49,440.00 $3,780.00 $2,380.00 $39,556.00 $10,812.00 $4,176.00 $3,010.00 $16,560.00; $129,714.00 McGray & McGray Land Surveyors, Inc. Chisholm Trail Survey Fee Schedule October 9. 2002 SURVEYOR proposes to provide the following surveying services to Rodriguez Transportation Group (RTG) (Client) in connection with the Chisholm Trail Reconstruction and Chisholm Parkway Extension Project for the City of Round Rock. The limits of survey for the Chisholm Trail improvements are from Sam Bass Road north to the FM 3406 intersection, a distance of approximately 6900'. The limits of survey for the Chisholm Parkway improvements are from Chisholm Trail east to the IH 35 SBFR, a distance of approximately 1200'. 1. Project Management SURVEYOR will prepare a project schedule and identify milestones in the completion of the work. We will prepare for and plan to attend bi- weekly coordination /progress meetings with RTG and the City. The project administration effort will include task management, field crew coordination and quality assurance /quality control. 2. Right -of -Entry onto Private Property SCOPE OF SERVICES AND FEE ESTIMATE The Surveyor will obtain right of entry on all adjacent properties as required to complete the design and right of way surveys outside of the existing street right of way. 3. Primary Survey Control SURVEYOR will set survey control through the project as necessary. This control will be established solely from published City survey points found in the vicinity of the project. Horizontal coordinates (grid)(Texas State Plane Coordinate System (NAD 83 (93)) and elevations (NAVD88) will be established from those values published for the City survey control. SURVEYOR has not scoped nor budgeted any additional effort for verifying or resolving any discrepancies with this control 4. On- The - Ground Topographic Mapping /Design Survey SURVEYOR will provide on- the - ground surveying within the project limits, with the survey limits being further defined as follows: along Chisholm Trail — 100' on either side of the existing right of way (ROW) line; along Chisholm Parkway — 100' on either side of the existing right of way line: along Onion Branch — provide survey data five hundred feet downstream and one thousand feet upstream of the Chisholm Trail crossing. Survey data should extend beyond the 100' year floodplain as defined by the Flood Insurance Rate Map. • A topographic survey will be performed within the limits described above. We will locate visible improvements and visible utilities including buildings, signs, curb and gutter, striping, light poles, edge of pavement, driveways, manholes and drainage structures (with flowlines). Locations of (10 tree maximum) will be provided (as identified by the Engineer). In addition, cross sections, ground shots and major grade breaks will be collected in order to provide a one -foot contour digital terrain model (DTM) • Drainage structures flowline data will include obtaining flowline information for an existing storm drain (as identified by the Engineer) at each of the manhole locations (approximately 5 manholes). 1 of4 C' :Hony \PROI'OSAIS'\S Scopc_K r.doc • A project benchmark will be set approximately every 1500 feet along the route and referenced to the project vertical control. The benchmarks will be survey located and a benchmark list will be provided to RTG. • Locate bore hole locations at intersections or known landmarks. • The existing ROW lines for Chisholm Trail, Chisholm Parkway and for adjoining side streets will be included in the planimetrics file, based upon record information. o Provide field ties to FEMA and USGS datum and data (as identified by the Engineer). o Obtain available utility maps from utility providers and show that utility information on our survey. Provide copies of all utility maps to Rodriguez Transportation Group. Right - of - Way Surveys The following services will be provided in connection with right -of -way document preparation for the project. We are assuming twenty -three (23) parcels for this estimate. A. Deed Study Based upon the records obtained in our ownership research at the Williamson County Appraisal District, SURVEYOR will obtain copies of all recorded deeds and plats for properties adjoining Chisholm Trail and Chisholm Parkway. We will prepare a working drawing of the deeds and right -of -way information to be used for a preliminary base map and to be utilized in the right -of -way map preparation and parcel surveys for this project. RTG will be notified of all deed line conflicts and major discrepancies discovered in preparing the deed study. B. Field Surveys SURVEYOR will perform a right -of -way survey of Chisholm Trail and Chisholm Parkway within the project limits. We will attempt to recover and locate monumentation marking the existing right -of -way lines of Chisholm Trail and Chisholm Parkway and the front corners of the subject properties from which right -of -way is to be obtained will be recovered and tied to the project control. SURVEYOR will attempt to recover and locate the corner or angle point monuments nearest to the existing right -of -way of Chisholm Trail and Chisholm Parkway on the sideline of each of the subject properties. C. Boundary Analysis Utilizing the deed study and the data from the field survey, the Registered Surveyor will analyze the results of the survey with assistance from the survey technician in performing computations related to the analysis. The surveyor will determine the location of the existing right -of -way lines and the side property lines of each of the subject properties. RTG will be notified of boundary line conflicts or discrepancies that become apparent as a result of the field survey. D. Preparation of Documents 1. SURVEYOR will submit to RTG a plot showing the properties surveyed and the proposed right -of -way line. RTG will make a final determination of proposed right -of -way line location and return this information to SURVEYOR 2. Utilizing the boundary surveys performed by SURVEYOR and the proposed right -of- way line location provided by RTG, we will compute the boundaries of the right -of -way parcels for each of the subject properties. C: \luny \PROPOSALSISurvcy Scope_RI doc 2of4 3. SURVEYOR will draft plats for each of the twenty -three (23) parcels. The plats will be prepared on 8' /z" x 11" pages at a scale not smaller than 1" = 100'. A closure computation will be prepared for each of the plats. 4. SURVEYOR will prepare a field note description for each of the twenty -three (23) right -of -way parcels. A closure computation will be prepared for each of the descriptions. 5. SURVEYOR will prepare final Right of Way plan sheets, including existing easements. The plan sheets will be prepared on 11 "X 17" mylar pages at a scale not smaller than 1" = 100'. 6. To assure quality of the documents, the Registered Surveyor, with assistance of the technician, will read the descriptions while all details are compared to the parcel plats (bearings, distances, deed references, etc.). Final mark -ups will be made and corrections completed. 7. All of the above described survey documents (right -of -way maps, plats, descriptions, and closure computations) will be submitted to RTG for review. Upon the completion of the review of all right -of -way survey documents, SURVEYOR will make corrections and address concems. Corrected documents will be returned to RTG in final format. E. Monumentation One -half inch iron rods with SURVEYOR plastic caps will be set at property line intersections with the new right -of -way line. 6. Project Deliverables 1. A 3D dtm dgn, a 2D planimetrics dgn, a tin file and a .gpk file along with an ascii point file with x,y,z values and descriptors. 2. Two legal descriptions for each parcel (signed and sealed). 3. Two individual plats for each parcel {signed and sealed). 4. Two sets of right -of -way plans. 5. One set of closure calculations for legal descriptions, plats and right -of -way maps. 6. Computer files for the right -of -way plans and associated reference files in MicroStation (.DGN) format on a CD. 7. Field Book copies. 7. ESTIMATED PROJECT FEES SURVEYOR will provide the services described herein for a lump sum fee of $ 130,214.00 based upon the estimated fees for the major tasks listed above. 3 of 4 C:kony\PROPOSALS\Survey Scope_RI.doc 8. ADDITIONAL SERVICES In addition to the services outlined above, SURVEYOR can provide additional services as requested by the Client on a time and materials basis based upon the attached standard rate schedule. If requested, a scope of work and estimated fee will be provided in writing prior to SURVEYOR proceeding with any additional service. These additional services could include, but are not limited to, the following: • Additional research to obtain prior deeds or deeds adjacent to the subject properties for use in resolution of boundary conflicts. • _ Surveying to confirm and to determine the extent of and to assist the client in the resolution of boundary conflict or discrepancy found during the survey. • Obtaining affidavits from the owner, adjoining owner or previous owners for information critical to determining the boundary locations. • Right of way or boundary survey services in addition to that required for the 23 scoped parcels. • Preparation of field notes for remainders of tracts left after right of way acquisition. • Preparation of field notes for drainage easements or temporary construction easements. • Location of soil borings in addition to those scoped above. • Establishment of additional benchmarks or control points for construction. • Additional surveying to support engineering design should the scope herein not be sufficient. • Revision of right -of -way survey documents due to a change in the proposed right -of -way. a • Routine staking of right -of -way lines for.fencing or other purposes. • Construction Staking. • Any other service not specifically included within the scope outlined herein. 4 of4 C: \cony \PROPOSALS\Survcy Scopc_Rt.doc CHISHOLM TRAIL SURVEY OF SERVICES FOR RODRIGUEZ TRANSPORTATION GROUP PROJECT MANAGEMENT SCIIEDULE WITH MILESTONES BI WEEKLY COORDINATION MEETINGS TASK MANAGEMENT CONTROL AND RIGHT OF ENTRY CITY OF ROUND ROCK TO PROVIDE CONTROL MONUMENTS FOR SURVEY BASIS. RIGHT OF ENTRY FOR 37 +1- PROPERTIES SET BM EVERY 1500 L.F. AND TIE FEMA BM's THE TWO FEMA BM's NEAR THE PROJECT ARE RM 330 -13 AND RM 330 -12 GPS TRAVERSE POINTS AND CHECK WITH ANGLES AND DISTANCES TOPOGRAPHIC SURVEY PROVIDE TOPOGRAPHIC SURVEY OF CI IISI IOLM TAII, FROM TI IE NORTH SIDE OF SAM BASS ROAD To SOUTH SIDE OF FM 3406, AND CHISHOLM PARKWAY TO 11-135. THE LIMITS ARE FROM 100 BEYOND THE EXISTING R.O.W. ON BOTH SIDES OF CHISHOLM TRAIL AND CHISHOLM PARKWAY. AND ONION BRANCH FROM 1000 FEET UPSTREAM OF CHISHOM TRAIL TO 500 FEET DOWN STREAM OF CHISHOLM TRAIL. THE WIDTH IS DESRIBED AS BEYOND THE 100 YEAR F1,OOD PI,AIN AS SIIOWN ON FIRM 48491CCO330 D DATED JANUARY 3.1977. RTG WILL IDENTIFY AND MARK 10 TREES, AND ALL MANHOLES TO LOCATE WITH REQUIRED INFORMATION. CROSS SECTIONS WITH MAJOR GRADE BREAKS TO PROVIDE A DTM WITH 1 FOOT CONTOURS. PROVIDE BOREHOLE LOCATIONS. RECORD INFORMATION FOR EXISTING R.O.W. LINE IN TOPO DGN. RIGHT -OF -WAY SURVEY OBTAIN AND DEED PLOT OWNERSHIP RECORDS FROM RESEARCH IN WILLIAMSON COUNTY. LOCATE PROPERTY CORNERS AND R.O.W. MONUMENTS FOR CHISHOM TRAIL AND CHISHOL.M PARKWAY WITH IH 35 R.O.W. MONUMENTS. BOUNDARY ANALYSIS PROVIDE TO TXDOT STANDARDS R.O.W. ACQUISITION DOCUMENTS. STRIP MAP TO BE 11 X 17 100 SCALE DRAWINGS. SKETCHES TO BE 1" = 100' WITH MAPCHECKS FOR ALL THREE DOCUMENT TYPES I'OR EACH OF Ti Ili 23 PARCELS WITII MONUMENI'A'I'ION. DELIVERABLES - • DGN FORMAT WITH GEOPAK FILES. LEGAL DESCRIPTIONS AND SKETCHES WITH STRIP MAP WITH CLOSURES FIELD BOOK COPIES ROW FILES ON A CD ROM 1 OF 1 C: \tony\PROPOSALS\rtg_chisolm.doc 104 4141111- Chisholm Trail from Sam Bass Road to 850' N of FM 3406 DATE: January 17, 2003 SUBJECT: City Council Meeting — January 23, 2003 ITEM: 10.E.3. Consider a resolution authorizing the Mayor to execute an Agreement for Engineering Services with Rodriguez Transportation Group, Inc for preliminary schematic design for the Chisholm Trail and Parkway Extension. Resource: Tom Word, Director of Transportation Services History: The City is developing a project to rebuild and widen Chisholm Trail from Sam Bass Road to FM 3406 and extend Chisholm Parkway 850' North. Rodriguez Transportation Group, Inc., will prepare design schematic and construction plans for the Chisholm Trail reconstruction and Chisholm Parkway extension projects. The engineer has agreed to perform the work for $296,223.00. Funding: Cost: $296,223.00 Source of funds: General Capital Construction Funds -2002 GO Outside Resources: Rodriguez Transportation Group Impact/Benefit: This project was will provide for a design that in the future will give much needed improvements to Chisholm Trail and Chisholm Parkway. Public Comment: N/A Sponsor: N/A " ROCK TEXAS RIRPOSE mssIOK raosrrnrtt THE STATE OF TEXAS COUNTY OF WILLIAMSON THIS AGREEMENT FOR ENGINEERING SERVICES ( "Agreement ") is made and entered into on this the ,Q3 day of the month of January , 200 3 , by and between the CITY OF ROUND ROCK, a Texas home -rule municipal corporation, whose offices are located at 221 East Main Street, Round Rock, Texas 78664 -5299, (hereinafter referred to as "City "), and Rodriguez Transportation Group, Inc., whose principal place of business is located at 11211 Taylor Draper Lane, Suite 100, Austin, Texas 78759, (hereinafter called "Engineer "), and such Agreement is for the purpose of contracting for professional engineering services. NOW, THEREFORE, WITNESSETH: R-03-01-43 -/06 CITY OF ROUND ROCK AGREEMENT FOR ENGINEERING SERVICES WITH Rodriguez Transportation Group, Inc. RECITALS: Contract No. WHEREAS, V.T.C.A., Government Code §2254.002(2)(A)(vii) under Subchapter A entitled "Professional Services Procurement Act" provides for the procurement by municipalities of services of professional engineers; and WHEREAS, City and Engineer desire to contract for such professional engineering services generally described as preparing a design schematic and construction plans for the Chisholm Trail reconstruction and Chisholm Parkway extension projects: and WHEREAS, City and Engineer wish to document their agreement conceming the requirements and respective obligations of the parties; That for and in consideration of the mutual promises contained herein and other good and valuable considerations, and the covenants and agreements hereinafter contained to be kept and performed by the respective parties hereto, it is agreed as follows: CONTRACT DOCUMENTS The Contract Documents consist of this Agreement and any exhibits attached hereto (which exhibits are hereby incorporated into and made a part of this Agreement) and all Supplemental Agreements (as defined herein in Article 13) which are subsequently issued. These form the entire contract, and all are as fully a part of this Agreement as if attached to this Agreement or repeated herein. 1 ARTICLE 1 SCOPE OF SERVICES TO BE PERFORMED BY CITY City shall perform or provide services as identified in Exhibit A entitled "Services to be Performed by City." ARTICLE 2 SCOPE OF SERVICES TO BE PERFORMED BY ENGINEER Engineer shall perform engineering services as identified in Exhibit B entitled "Services to be Performed by Engineer." Engineer shall develop a mutually acceptable schedule of work as identified in Exhibit C entitled "Work Schedule." Such Work Schedule shall contain a complete schedule so that the Engineer's Scope of Services under this Agreement may be accomplished within the specified time and at the specified cost. The Work Schedule shall provide specific work sequences and definite review times by City and Engineer of all work performed. Should the review times take longer than shown on the Work Schedule, through no fault of Engineer, additional time may be authorized by City through a written Supplemental Agreement only if same is requested by a timely written request from Engineer which is approved by City. ARTICLE 3 CONTRACT TERM (1) Term. This Agreement shall be from the date hereof and shall terminate at the close of business on the 31 day of the month of December , 2001, unless extended by written Supplemental Agreement executed by Engineer and City prior to the date of termination, or as otherwise terminated as provided in Article 20 entitled "Termination." Any work performed or costs incurred after the date of termination shall not be eligible for reimbursement. Engineer shall notify City in writing as soon as possible if he /she /it determines, or reasonably anticipates, that the work under this Agreement will not be completed before the termination date. In that event City may, at its sole discretion, extend the contract term by timely written Supplemental Agreement. Engineer shall allow adequate time for review and approval of his/her /its request for time extension by City prior to expiration of this Agreement. (2) Work Schedule. Engineer acknowledges that the Work Schedule is of critical importance, and agrees to undertake all necessary efforts to expedite the performance of services required herein so that construction of the project will be commenced and completed as scheduled. In this regard, Engineer shall proceed with sufficient qualified personnel and consultants necessary to fully and timely accomplish all services required under this Agreement in the highest professional manner. (3) Notice to Proceed. After execution of this Agreement, Engineer shall not proceed with work delineated in Article 2 entitled "Scope of Services to be Performed by Engineer" and in Exhibit B entitled "Services to be Performed by Engineer" until authorized in writing by City to proceed as provided in Article 7 entitled "Notice to Proceed." 2 ARTICLE 4 COMPENSATION City shall pay and Engineer agrees to accept the amount shown below as full compensation for all engineering services performed and to be performed under this Agreement. The amount payable under this Agreement, without modification of the Agreement as provided herein, is the sum of two hundred ninety six thousand two hundred twenty three dollars ($296,223.001 as shown in Exhibit D entitled "Fee Schedule." The lump sum amount payable may be revised only by written Supplemental Agreement in the event of a change in scope, additional complexity from that originally anticipated, or change in character of work as authorized by City. Engineer shall prepare and submit to City monthly progress reports in sufficient detail to support the progress of the work and to support invoices requesting monthly payment. Any preferred format of City for such monthly progress reports shall be identified in Exhibit B entitled "Services to be Performed by Engineer." Satisfactory progress of work shall be maintained as an absolute condition of payment. The fee herein referenced may be adjusted for additional work requested and performed only if approved by written Supplemental Agreement. ARTICLE 5 METHOD OF PAYMENT Payments to Engineer for services rendered shall be made while work is in progress. Engineer shall prepare and submit to City, not more frequently than once per month, a progress report as referenced in Article 4 above. Such progress report shall state the percentage of completion of work accomplished during that billing period and to date. Simultaneous with submission of such progress report, Engineer shall prepare and submit one (1) original and one (1) copy of a certified invoice in a form acceptable to City. This submittal shall also include a progress assessment report in a form acceptable to City. Progress payments shall be made in proportion to the percentage of completion of work tasks identified in Exhibit D entitled "Fee Schedule." Progress payments shall be made by City based upon work actually provided and performed. Upon timely receipt and approval of each statement, City shall make a good faith effort to pay the amount which, notwithstanding anything herein to the contrary, is due and payable within thirty (30) days. City reserves the right to withhold payment pending verification of satisfactory work performed. Engineer has the responsibility to submit proof to City, adequate and sufficient in its determination, that tasks were completed. The certified statements shall show the total amount earned to the date of submission and shall show the amount due and payable as of the date of the current statement. Final payment does not relieve Engineer of the responsibility of correcting any errors and/or omissions resulting from his/her /its negligence. 3 Tom Word, P.E. Transportation Services Director 2008 Enterprise Drive Round Rock, Texas 78664 (512) 218 -5555 (512) 218 -5563 ARTICLE 6 PROMPT PAYMENT POLICY In accordance with Chapter 2251, V.T.C.A., Texas Government Code, payment to Engineer will be made within thirty (30) days of the day on which City receives the supplies, materials, equipment, or within thirty (30) days of the day on which the performance of services was complete, or within thirty (30) days of the day on which City receives a correct invoice for the supplies, materials, equipment, or services, whichever is later. Engineer may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not made in accordance with this prompt payment policy; however, this policy does not apply to payments made by City in the event: A. There is a bona fide dispute between City and Engineer concerning the supplies, materials, or equipment delivered or the services performed that causes the payment to be late; or B. The terms of a federal contract, grant, regulation, or statute prevent City from making a timely payment with federal funds; or C. There is a bona fide dispute between Engineer and a subcontractor or between a subcontractor and its supplier concerning supplies, materials, or equipment delivered or the services performed which causes the payment to be late; or D. The invoice is not mailed to City in strict accordance with instructions, if any, on the purchase order, or this Agreement or other such contractual agreement. City shall document to Engineer the issues related to disputed invoices within ten (10) calendar days of receipt of such invoice. Any non - disputed invoices shall be considered correct and payable per the terms of Chapter 2251, V.T.C.A., Texas Government Code. ARTICLE 7 NOTICE TO PROCEED City shall issue a written authorization to proceed with work identified in the Scope of Services. City shall not be responsible for actions by Engineer or any costs incurred by Engineer relating to additional work not included in Exhibit B entitled "Services to be Performed by Engineer." ARTICLE 8 PROJECT TEAM City's Designated Representative for purposes of this Agreement is as follows: 4 City's Designated Representative shall be authorized to act on City's behalf with respect to this project. City or City's Designated Representative shall render decisions in a timely manner pertaining to documents submitted by Engineer in order to avoid unreasonable delay in the orderly and sequential progress of Engineer's services. Engineer's Designated Representative for purposes of this Agreement is as follows: Robert Carrillo, P.E. Project Manager 11211 Taylor Draper Ln., #100 Austin, Texas 78759 (512) 231 -9544 (512) 231 ARTICLE 9 PROGRESS EVALUATION Engineer shall, from time to time during the progress of the work, confer with City at City's election. Engineer shall prepare and present such information as may be pertinent and necessary, or as may be requested by City, in order for City to evaluate features of the work. At the request of City or Engineer, conferences shall be provided at Engineer's office, the offices of City, or at other locations designated by City. When requested by City, such conferences shall also include evaluation of Engineer's services and work. Should City determine that the progress in production of work does not satisfy the Work Schedule, then City shall review the Work Schedule with Engineer to determine corrective action required. Engineer shall promptly advise City in writing of events which have or may have a significant impact upon the progress of the work, including but not limited to the following: (1) Problems, delays, adverse conditions which may 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; and such disclosure shall be accompanied by statement of actions taken or contemplated, and City assistance needed to resolve the situation, if any; and (2) Favorable developments or events which enable meeting the work schedule goals sooner than anticipated. ARTICLE 10 SUSPENSION Should City desire to suspend the work, but not to terminate this Agreement, then such suspension may be effected by City giving Engineer thirty (30) calendar days' verbal notification followed by written confirmation to that effect. Such thirty notice may be waived in writing by 5 agreement and signature of both parties. The work may be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice from City to resume the work. Such sixty -day notice may be waived in writing by agreement and signature of both parties. If City suspends the work, the contract period as determined in Article 3 is not affected and this Agreement will terminate on the date specified unless this Agreement is amended indicating otherwise. City assumes no liability for work performed or costs incurred prior to the date authorized by City for Engineer to begin work, and/or during periods when work is suspended, and/or subsequent to the contract completion date. ARTICLE 11 ADDITIONAL WORK If Engineer forms a reasonable opinion that any work he/she/it has been directed to perform is beyond the scope of this Agreement and as such constitutes extra work, he /she /it shall promptly notify City in writing. In the event City finds that such work does constitute extra work and exceeds the maximum amount payable, City shall so advise Engineer and a written Supplemental Agreement will be executed between the parties as provided in Article 13 entitled "Supplemental Agreements." Engineer shall not perform any proposed additional work nor incur any additional costs prior to the execution, by both parties, of a written Supplemental Agreement. City shall not be responsible for actions by Engineer nor for any costs incurred by Engineer relating to additional work not directly associated with the performance of the work authorized in this Agreement or any amendments thereto. ARTICLE 12 CHANGES IN WORK If City deems 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 this Agreement, then Engineer shall make such revisions as requested and as directed by City. Such revisions shall be considered as additional work and paid for as specified under Article 11 entitled "Additional Work." Engineer shall make revisions to work authorized hereunder as are necessary to correct errors appearing therein, when required to do so by City. No additional compensation shall be due for such work. ARTICLE 13 SUPPLEMENTAL AGREEMENTS The terms of this Agreement may be modified by written Supplemental Agreement if 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. Any such Supplemental Agreement must be duly authorized by City Council Resolution. Where such City Council authorization is required, Engineer shall not proceed until the appropriate Resolution has been adopted. Additional compensation, if appropriate, shall be identified as provided in Article 4 entitled "Compensation." 6 Both parties must execute any written Supplemental Agreement within the contract period specified in Article 3 entitled "Contract Term." It is understood and agreed by and between both parties that Engineer shall make no claim for extra work done or materials furnished until City grants full execution of the written Supplemental Agreement and authorization to proceed. City reserves the right to withhold payment pending verification of satisfactory work performed. ARTICLE 14 OWNERSHIP OF DOCUMENTS All data, basic sketches, charts, calculations, plans, specifications, and other documents created or collected under the terms of this Agreement are the exclusive property of City and shall be fumished to City upon request. All documents prepared by Engineer and all documents fiunished to Engineer by City shall be delivered to City upon completion or termination of this Agreement. Engineer, at his/her /its own expense, may retain copies of such documents or any other data which he/she/it has furnished City under this Agreement. Any release of information shall be in conformance with requirements of the Texas Open Records Act. ARTICLE 15 PERSONNEL, EQUIPMENT AND MATERIAL Engineer shall furnish and maintain, at his/her /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 Engineer shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of Engineer who, in the opinion of City, is incompetent or whose conduct becomes detrimental to the work shall immediately be removed from association with the project when so instructed by City. Engineer certifies that he /she /it presently has adequate qualified personnel in his/her /its employment for performance of the services required under this Agreement, or will obtain such personnel from sources other than City. Engineer may not change the Project Manager without prior written consent of City. ARTICLE 16 SUBCONTRACTING Engineer shall not assign, subcontract or transfer any portion of the work under this Agreement without prior written approval from City. All subcontracts shall include the provisions required in this Agreement and shall be approved as to form, in writing, by City prior to work being performed under the subcontract. No subcontract shall relieve Engineer of any responsibilities under this Agreement. ARTICLE 17 EVALUATION OF WORK City, or any authorized representatives of it, shall have the right at all reasonable times to review or otherwise evaluate the work performed or being performed hereunder and the premises on which it is being performed. If any review or evaluation is made on the premises of Engineer or a subcontractor, 7 then Engineer shall provide and require its subcontractors to provide all reasonable facilities and assistance for the safety and convenience of City or other representatives in the performance of their duties. ARTICLE 18 SUBMISSION OF REPORTS All applicable study reports shall be submitted in preliminary form for approval by City before any final report is issued. City's comments on Engineer's preliminary reports shall be addressed in any final report. (3) ARTICLE 19 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of contract terms or breach of contract by Engineer shall be grounds for termination of this Agreement, and any increased costs arising from Engineer's default, breach of contract, or violation of contract terms shall be paid by Engineer. ARTICLE 20 TERMINATION This Agreement 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 City, by notice in writing to Engineer, as a consequence of failure by Engineer to perform the services set forth herein in a satisfactory manner. By either party, upon the failure of the other party to fulfill its obligations as set forth herein. (4) By City, for reasons of its own and not subject to the mutual consent of Engineer, upon not less than thirty (30) days' written notice to Engineer. (5) By satisfactory completion of all services and obligations described herein. Should City terminate this Agreement as herein provided, no fees other than fees due and payable at the time of termination shall thereafter be paid to Engineer. In determining the value of the work performed by Engineer prior to termination, 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 City terminate this Agreement under Subsection (4) immediately above, then the amount charged during the thirty (30) day notice period shall not exceed the amount charged during the preceding thirty (30) days. If Engineer defaults in the performance of this Agreement or if City terminates this Agreement for fault on the part of Engineer, then City shall give consideration to the actual costs incurred by 8 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 City, the cost to 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 City of the work performed at the time of default. The termination of this Agreement and payment of an amount in settlement as prescribed above shall extinguish all rights, duties, and obligations of City and Engineer under this Agreement, except the obligations set forth herein in Article 21 entitled "Compliance with Laws." If the termination of this Agreement is due to the failure of Engineer to fulfill his/her /its contractual obligations, then City may take over the project and prosecute the work to completion. In such case, Engineer shall be liable to City for any additional costs incurred by City. Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of any procurements made by Engineer in support of the scope of services under this Agreement. ARTICLE 21 COMPLIANCE WITH LAWS (1) Compliance. 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 Agreement, including without limitation, minimum/maximum salary and wage statutes and regulations, and licensing laws and regulations. Engineer shall furnish City with satisfactory proof of his/her /its compliance. Engineer shall further obtain all permits and licenses required in the performance of the professional services contracted for herein. (2) Taxes. Engineer will pay all taxes, if any, required by law arising by virtue of the services performed hereunder. City is qualified for exemption pursuant to the provisions of Section 151.309 of the Texas Limited Sales, Excise, and Use Tax Act. ARTICLE 22 INDEMNIFICATION Engineer shall save and hold harmless City and its officers and employees from all claims and liabilities due to activities of his/her /itself and his/her /its agents or employees, performed under this Agreement, which are caused by or which result from error, omission, or negligent act of Engineer or of any person employed by Engineer or under Engineer's direction or control. Engineer shall also save and hold City harmless from any and all expenses, including but not limited to attorneys fees which may be incurred by City in litigation or otherwise defending claims or liabilities which may be imposed on City as a result of such activities by Engineer, its agents, or employees. 9 ARTICLE 23 ENGINEER'S RESPONSIBILITIES Engineer shall be responsible for the accuracy of his/her /its work and shall promptly make necessary revisions or corrections resulting from errors, omissions, or negligent acts, and same shall be done without compensation. City shall determine Engineer's responsibilities for all questions arising from design errors and/or omissions Engineer shall not be relieved of 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 24 ENGINEER'S SEAL The responsible engineer shall sign, seal and date all appropriate engineering submissions to City in accordance with the Texas Engineering Practice Act and the rules of the State Board of Registration for Professional Engineers. ARTICLE 25 NON - COLLUSION, FINANCIAL INTEREST PROHIBITED (1) Non - collusion. Engineer warrants that he/she /it has not employed or retained any company or persons, other than a bona fide employee working solely for Engineer, to solicit or secure this Agreement, and that he /she /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 Agreement. For breach or violation of this warranty, City reserves and shall have the right to annul this Agreement without liability or, in its discretion and at its sole election, to deduct from the contract price or compensation, or to otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. (2) Financial Interest Prohibited. Engineer covenants and represents that Engineer, his/her /its officers, employees, agents, consultants and subcontractors will have no financial interest, direct or indirect, in the purchase or sale of any product, materials or equipment that will be recommended or required for the construction of the project. ARTICLE 26 INSURANCE (1) Insurance. Engineer, at Engineer's sole cost, shall purchase and maintain during the entire term while this Agreement is in effect minimum insurance coverage in the amount of one - million dollars ($ 1 000 000.00) from a company authorized to do insurance business in Texas and otherwise acceptable to City. (2) Subconsultant Insurance. Without limiting any of the other obligations or liabilities of Engineer, Engineer shall require each subconsultant performing work under this Agreement to maintain during the term of the Agreement, at the subconsultant's own expense, minimum insurance coverage in 10 the amount of one - million dollars ($ 1,000,000.00), including the required provisions and additional policy conditions as shown immediately below in Subsection (3). Engineer shall obtain and monitor the certificates of insurance from each subconsultant in order to assure compliance with the insurance requirements. Engineer must retain the certificates of insurance for the duration of this Agreement, and shall have the responsibility of enforcing these insurance requirements among its subconsultants. City shall be entitled, upon request and without expense, to receive copies of these certificates of insurance. (3) Insurance Policy Endorsements. Each insurance policy shall include the following conditions by endorsement to the policy: (1) Each policy shall require that thirty (30) days prior to the expiration, cancellation, non - renewal or any material change in coverage, a notice thereof shall be given to City by certified mail to: (3) (5) City Manager City of Round Rock 221 East Main Street Round Rock, Texas 78664 Engineer shall also notify City, within twenty -four (24) hours of receipt, of any notices of expiration, cancellation, non - renewal, or material change in coverage it receives from its insurer. (2) Companies issuing the insurance policies shall have no recourse against City for payment of any premiums or assessments for any deductibles which all are at the sole responsibility and risk of Engineer. The term "City" or "City of Round Rock" shall include all authorities, Boards, Commissions, Departments, and officers of City and the individual members, employees and agents thereof in their official capacities, and/or while acting on behalf of the City of Round Rock. (4) The policy clause "Other Insurance" shall not apply to any insurance coverage currently held by City, to any such future coverage, or to City's Self - Insured Retentions of whatever nature. Engineer and City mutually waive subrogation rights each may have against the other for loss or damage, to the extent same is covered by the proceeds of insurance. (4) Cost of Insurance. The cost of all insurance required herein to be secured and maintained by Engineer shall be bome solely by Engineer, with certificates of insurance evidencing such minimum coverage in force to be filed with City. Such certificates of insurance are evidenced herein as Exhibit F entitled "Certificates of Insurance." 11 ARTICLE 27 COPYRIGHTS 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 Engineer for governmental purposes. ARTICLE 28 SUCCESSORS AND ASSIGNS This Agreement shall be binding upon and inure to the benefit of the parties hereto, their successors, lawful assigns, and legal representatives. Engineer may not assign, sublet or transfer any interest in this Agreement, in whole or in part, by operation of law or otherwise, without obtaining the prior written consent of City. ARTICLE 29 SEVERABILITY In the event any one or more of the provisions contained in this Agreement shall for any reason be held to be invalid, illegal or unenforceable in any respect, then such invalidity, illegality or unenforceability shall not affect any other provision thereof and this Agreement shall be construed as if such invalid, illegal or unenforceable provision had never been contained herein. ARTICLE 30 PRIOR AGREEMENTS SUPERSEDED This Agreement constitutes the sole agreement of the parties hereto, and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. This Agreement may only be amended or supplemented by mutual agreement of the parties hereto in writing. ARTICLE 33 ENGINEER'S ACCOUNTING RECORDS Records pertaining to the project, and records of accounts between City and Engineer, shall be kept on a generally recognized accounting basis and shall be available to City or its authorized representatives at mutually convenient times. The City reserves the right to review all records it deems relevant which are related to this Agreement. ARTICLE 34 NOTICES All notices to either party by the other required under this Agreement shall be personally delivered or mailed to such party at the following respective addresses: 12 City: City of Round Rock Attention: City Manager 221 East Main Street Round Rock, TX 78664 and to: Stephan L. Sheets City Attorney , 309 East Main Street Round Rock, TX 78664 Engineer: Robert Carrillo Rodriguez Transportation Group 11211 Taylor Draper Lane, #100 Austin, Texas 78759 ARTICLE 35 GENERAL PROVISIONS (1) Time is of the Essence. Engineer understands and agrees that time is of the essence and that any failure of Engineer to complete the services for each phase of this Agreement within the agreed Work Schedule may constitute a material breach of this Agreement. Engineer shall be fully responsible for his/her /its delays or for failures to use his/her /its best efforts in accordance with the terms of this Agreement. Where damage is caused to City due to Engineer's failure to perform in these circumstances, City may withhold, to the extent of such damage, Engineer's payments hereunder without waiver of any of City's additional legal rights or remedies. (2) Force Majeure. Neither City nor Engineer shall be deemed in violation of this Agreement if prevented from performing any of their obligations hereunder by reasons for which they are not responsible or circumstances beyond their control. However, notice of such impediment or delay in performance must be timely given, and all reasonable efforts undertaken to mitigate its effects. (3) Enforcement and Venue. This Agreement shall be enforceable in Round Rock, Williamson County, Texas, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be governed by and construed in accordance with the laws and court decisions of the State of Texas. 13 The undersigned signatory for Engineer hereby represents and warrants that the signatory is an officer of the organization for which he /she has executed this Agreement and that he /she has full and complete authority to enter into this Agreement on behalf of the firm. The above - stated representations and warranties are made for the purpose of inducing City to enter into this Agreement. IN WITNESS WHEREOF, the City of Round Rock has caused this Agreement to be signed in its corporate name by its Mayor, duly authorized to execute the same on its behalf by Resolution No. 1-03- 01- g3 -1 D E3, approved by the City Council on the a3ra day of the month of January, 200 3 , and Engineer, Rodriguez Transportation Group, Inc. signing by and through his/her /its duly authorized representative(s), thereby binding the parties hereto, their successors, assigns and representatives for the faithful and full performance of the terms and provisions hereof. CITY OF ROUND ROCK, TEXAS: By: ATTEST: By: All /II City Secretary ENGINEER: By: Sign�tuture of Principal Printed Name: (Mg k E. Z ail (Gc,.0 ATTEST: rZ ARTICLE 36 SIGNATORY WARRANTY By: Corporate Secretary 14 LIST OF EXHIBITS ATTACHED (1) Exhibit A "Services to be Performed by City" (2) Exhibit B "Services to be Performed by Engineer" (3) Exhibit C "Work Schedule" (4) Exhibit D "Fee Schedule" (5) Exhibit E "Work Authorizations" (Not Applicable) (6) Exhibit F "Certificates of Insurance" (7) Appendix "Sub- Consultant's Fee Schedule" 15 EXHIBIT A SERVICES TO BE PERFORMED BY CITY CHISHOLM TRAIL /CHISHOLM PARKWAY RECONSTRUCTION In general, the City of Round Rock and its representatives to their best efforts will render services as follows: 1. Schedule, coordinate, and conduct public involvement meetings. 2. Provide available criteria and full information as to the client's requirements for the project. 3 Furnish available horizontal control points and established City of Round Rock monumentation. 4. Furnish available existing plans and/or design information for the project and interface data for any projects adjacent to the project. 5. Assist the engineer by placing at his disposal all available written data pertinent to previous operations, reports and any other data (including previous hydraulic studies and models) affecting the project. 6. Provide available existing traffic counts and design year traffic projections. 7. Furnish available right -of -way map(s). 8. Provide available and all applicable special specifications, special provisions, and updated list of bid items applicable to the project. 9 Examine documents submitted by the engineer and render decisions pertaining thereto, promptly, to avoid unreasonable delay in the progress of the engineer's services. 10. Respond promptly in writing to requests by the engineer for authorization to proceed with specific activities deemed desirable. 11. Negotiate with all utility companies for any agreements and/or relocations required. 12. Pay all reviewing agency fees promptly including review, inspection, and recording fees. 13. Acquire any off -site easements required for project. P:\ 8350601 \contracts\CHSHMEXHBA.doc -1- EXHIBIT B SERVICES TO BE PERFORMED BY ENGINEER CHISHOLM TRAIL /CHISHOLM PARKWAY RECONSTRUCTION The following "Project Scope of Work" will be used as the basis for the preparation of a design schematic and construction plans for the Chisholm Trail reconstruction and Chisholm Parkway extension project. The existing two -lane undivided Chisholm Trail will be improved to a five (5) lane curb and gutter road with sidewalks, within a maximum 90' of Right -of -Way (ROW). The design may include an approximate 400 foot bridge over Onion Branch Creek, floodplain analysis and FEMA coordination for the design over Onion Branch Creek and associated drainage structures. In addition, the design may include drainage and water quality facilities, water and wastewater line designs, and illumination. It is currently anticipated that no floodplain or jurisdictional water impacts will occur within Onion Branch Creek. The limits of reconstruction for the Chisholm Trail improvements are from Sam Bass Road north to approximately 700' south of the FM 3406 intersection, a distance of approximately 6200'. The design will realign Chisholm Trail to tie into the proposed Sam Bass Road and FM 3406 Road improvements developed by others. The proposed project includes the 850' extension of Chisholm Parkway and the intersection with Chisholm Trail. Chisholm Parkway will transition from its existing section to a five (5) lane curb and gutter road with sidewalks, within a maximum 80' of ROW. The project will include route and design studies to obtain the proposed alignment to be approved by the City of Round Rock and construction plans for final design. The following scope provides information regarding anticipated project parameters, preliminary engineering, preparation of construction plans, additional services to be provided by the client and other miscellaneous information. The following assumptions pertain to the services to be performed and form the basis of this scope of work: • The project will be prepared in two phases: 1) Schematic Design and 2) Construction Documents. Each will be prepared and processed in accordance with the rules and regulations of the City of Round Rock, Texas Commission on Environmental Quality (TCEQ) and other regulatory agencies. • The City of Round Rock will approve the schematic design prior to beginning the preparation of construction plans. Final construction plans will be prepared in accordance with the alignment defined in the schematic design. • The City of Round Rock will review approved plans and provide recommendations for utility locations. • Water quality Best Management Practices (BMP's) will be required for these plans. • Downstream conveyance, along Onion Branch Creek, is sufficient enough where detention facilities are not required. • The preliminary extent of any floodplain on the project site will be identified by the Federal Emergency Management Agency, flood insurance rate maps for Williamson County, Texas. Any work necessary to modify flood plains will be additional services. -1- PHASE 1 FUNCTION CODE 110 (ROUTE AND DESIGN STUDIES), (GEOTECHNICAL INVESTIGATION) The Route and Design Studies Services includes those services required to develop a schematic design, identify existing utilities and proposed utility assignments, conduct a drainage study and a geotechnical investigation. The schematic design will be coordinated with the City of Round Rock and others as needed. The tasks associated with this phase maybe separate into four basis categories: Data Collection and Review, Roadway Design, Drainage Design and Geotechnical. The serviced to be provided by the ENGINEER are as follows: Data Collection and Review: 1. Review all available studies, reports, plans, drawings and other documents, which are applicable as background information to be used in this contract. 2. Review current traffic volumes and design traffic volumes. 3. Identify existing utilities and drainage systems. 4. Review proposed developments and roadway improvement adjacent to the proposed roadway. Roadway Design: 1. Develop roadway design criteria. 2. Determine the proposed alignments of Chisholm Trail and Chisholm Parkway, establish the preliminary alignment of George R. Brown cross street and establish proposed ROW limits. 3. Develop roadway typical sections with proposed utility assignments. 4. Develop preliminary design cross sections. 5. Develop preliminary construction cost estimate 6. Prepare public meeting displays and exhibits as required. Drainage Design: 1. Preliminary Hydraulic Studies to identify two (2) options for the proposed drainage structure over Onion Branch Creek. 2. Develop preliminary storm drain design and identify conflicts with existing utilities. The storm drain system will be in compliance with the City of Austin's drainage criteria. 3. Identify Permanent Structural Best Management Practices (BMP) for compliance with The Edwards Rules. The (Phase 1) Hydraulic Design Services will include all studies and documentation required by the various regulating authorities, including FEMA, TCEQ and the City of Round Rock. The design services include modeling the FEMA controlled Onion Branch Creek to assess the impacts of the proposed improvements to the floodway. The identification of permanent BMP's will include the possibility of using Stormceptors or equivalent. If deemed unacceptable by the TCEQ, than more conventional methods will be explored (i.e. sand filter systems, etc.). -2- PHASE 1 (CONT.) FUNCTION CODE 110 (ROUTE AND DESIGN STUDIES), (GEOTECIINICAL INVESTIGATION) Geotechnical Investigation: The Geotechnical Engineering Services will determine subsurface materials and conditions at the site and provide geotechnical recommendations for design and construction criteria for pavements, bridges, culverts and MSE retaining walls. Subsurface investigations will be conducted by performing borings adjacent to the existing pavement Subsurface water observations will be made at each boring location. The results of the borings and laboratory tests will be compiled in a written engineering report to include results of testing and pavement section design recommendations. Pavement thickness recommendations will be developed in accordance with City of Austin's Transportation Criteria Manual. The functional classifications, for pavement design purposes, are as follows: Chisholm Trail (Arterial — Minor, Undivided 5), Chisholm Parkway (Collector— Primary, Undivided 5). (Refer to Raba - Kistner Scope of Work for a detailed breakdown of the services to be performed. FUNCTION CODE 120 (ENVIRONMENTAL INVESTIGATION AND APPROVALS) The Environmental Services will include all studies and documentation required for the various regulating authorities, including FEMA, TCEQ and the City of Round Rock. The intention of the Environmental Services is to attain all necessary clearance letters and approvals from the various interested parties in order to proceed with the proposed Chisholm Trail reconstruction and Chisholm Parkway extension project. Data Collection Process: 1. Data Collection & Field Reconnaissance: Collect readily available environmental information relative to the project area from the appropriate local, state, and federal agencies. A "Te11A11" regulatory records review will be performed as part of the ESA Phase I, to identify listed hazardous waste generators, treatment, storage and disposal facilities; solid waste landfills, unauthorized sites; documented spills; oil and gas exploration and production sites; and underground storage tank sites within the proposed site location. The review will also identify other environmental risks along the project corridor. A site reconnaissance will be conducted to visually inspect the project site for additional risks and field verify any environmental risks as identified by the review. -3- PHASE 1 (CONT.) FUNCTION CODE 120 (ENVIRONMENTAL INVESTIGATION AND APPROVALS) Environmental Investigations: 1. It is currently anticipated that no floodplain or jurisdictional water impacts will occur within Onion Creek, thus eliminating any Section 404 of the Clean Water Act coordination with the US Army Corp of Engineers. However, in the event a Section 404 Nationwide Permit 14 is required, additional investigations may be required. As such, to comply with the conditions of Nationwide Permit 14, coordination with the following resource agencies would be initiated under a separate scope and budget: U.S. Fish and Wildlife Service (USFWS), Texas Parks and Wildlife Department (TPWD), Texas State Historical Preservation Officer (TSPO), US Army Corps of Engineers (USACE), and the Texas Natural Resource Conservation Commission (TNRCC). Review Development of Altematives 1. Upon completion of the data collection process and any necessary environmental investigations all alternatives deemed feasible and reasonable will be reviewed to ensure that there are no environmental issues, which would prohibit the construction of the roadway in the selected location. FUNCTION CODE 130 (ROW DATA) FUNCTION CODE 150 (FIELD SURVEY) The Surveying Services includes those services required to obtain right of entry, establish horizontal and vertical survey control, perform right -of -way surveying and mapping, survey monumentation, and perform engineering design surveys. (Refer to McGray & McGray's Scope of Work for additional details. The services to be provided by the ENGINEER are as follows: Survey Control: 1. Establish horizontal and vertical survey control for the length of the project with a minimum spacing of 1,000'. Right -of -Way Surveying and Mapping: 1. Prepare a preliminary base map based on record information to include ROW maps, tax maps, plats, deeds, topographic maps, and other available information. 2. Prepare ROW strip maps and/or easement legal descriptions, parcel sketches for attachments as exhibits to describe ROW and/or easements to be acquired. 3. Set final ROW monuments. Design Surveys: 1. Field survey the final alignment and provide adequate topographic cross sections for profiling the proposed roadway width, attendant utilities and landscaping. 2. Provide reference to vertical datum source and benchmark locations. 3. Provide location, size, and elevation of any existing drainage feature and direction of flow. 4. Provide horizontal location of water and wastewater facilities and all other utilities. 5. Provide location of larger hardwood trees within existing ROW (10 tree maximum). -4- FUNCTION CODE 190 (PROJECT MANAGEMENT) 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 and at regularly scheduled meetings conducted at the City of Round Rock. At a minimum, monthly progress reports will be submitted, which will detail on -going work as well as work accomplished since the previous report. -5- PHASE 2 FUNCTION CODE 120 (ENVIRONMENTAL INVESTIGATION AND APPROVALS) Continuation of the (Phase 1) Environmental Services will continue as required. FUNCTION CODE 130 (ROW DATA) FUNCTION CODE 150 (FIELD SURVEY) Continuation of the (Phase 1) Surveying Services will continue as required with the following additions: Design Surveys: 1. Following identification of existing utilities to remain in place, subsurface utility exploration (SUE) work will be conducted on an as- needed basis. FUNCTION CODE 160 (ROADWAY DESIGN) The (Phase 2) Roadway Design Services will make any refinements to the final horizontal and vertical alignments and continue with the development of the construction documents. Refinements to the design cross sections will be made as required and an updated cost estimate, general notes and specification data will be generated. The Roadway sheets for the construction plans will include: 1. Title sheet 2. Project layout 3. Typical section 4. Plan and profile 5. Provide design cross - sections and staking information 6. Roadway details FUNCTION CODE 161 (HYDRAULIC DESIGN) The (Phase 2) Hydraulic Design Services will continue all studies and documentation required for the various regulating authorities identified in (Phase 1). The design of the preferred permanent BMP, as identified in (Phase 1), will also be included. Drainage sheets for the construction plans will include: 1) Drainage area maps 2) Hydraulic computations 3) Storm drain plan/profile sheets 4) Culvert layouts 5) Storm water pollution prevention plan 6) Permanent BMP detail sheets -6- PHASE 2 FUNCTION CODE 162 (SIGNING AND PAVEMENT MARKINGS) The signing and pavement markings plans will include the necessary details for the construction of the proposed signs, and pavement markings. No signals are anticipated for the project. FUNCTION CODE 163 (MISCELLANEOUS ROADWAY PLANS) Miscellaneous roadway includes the final assembly of the construction plans, specifications and estimate, traffic control plans, illumination layouts, preparing the bid documents, review and recommendation for award of contract. F The plans, specifications and estimate will include all necessary details required for construction. Standard drawings will be used (TxDOT, City of Austin and/or the City of Round Rock) to every extent possible. Miscellaneous Roadway Plans will include: 1. Summaries 2. Estimate, General Notes and Specification Sheets 3. Traffic Control Plans 4. Illumination Layouts (continuous illumination throughout the project limits) 5. Special Details required for construction This item also includes preparation of the Bid Documents, reviewing any and all bids received, and making recommendations for contractor based on the bid received. This will include assisting the City of Round Rock in obtaining bids by distributing sets of bid documents to Contractors, evaluation of bids or proposals and awarding contracts by assisting with the bid opening and tabulation of the bid documents. FUNCTION CODE 180 (CONSTRUCTION PHASE SERVICES) The ENGINEER will provide the following services during the construction activities of the project: 1. Coordinate and attend pre - construction conference with City of Round Rock, contractor, review agencies and engineer prior to construction. 2. Make visits to the site, at intervals appropriate to the various stages of construction, to observe as an experienced and qualified design professional the progress and quality of the executed work of Contractor(s) and to determine, in general, if such work is proceeding in accordance with the Contract Documents. The engineer shall not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of such work. 3. Review and approve (or take other appropriate action in respect to) Shop Drawings and samples, the results of tests and inspections and other data, which each Contractor is required to submit. This review will be only for conformance with the design concept of the project and compliance with the information given in the Contract Documents. -7- PHASE 2 (CONT.) FUNCTION CODE 180 (CONSTRUCTION PHASE SERVICES) 4. Based on the engineer's on -site observations and on review of applications for payment and the accompanying data and schedules, determine the amounts owing to Contractor(s) and recommend in writing payments to Contractor(s) in such amounts. Such recommendations of payment will constitute a representation to City of Round Rock that the work has progressed to the point indicated that, to the best of the engineer's knowledge, information and belief, the quality of such work is in accordance with the Contract Documents and that payment of the amount recommended is due Contractor(s). 5. Upon substantial completion, the engineer will prepare a punch list outlining corrections and work that must be done before the project can be accepted. The engineer will arrange a preliminary site inspection to identify punch list items with the appropriate personnel. 6. Prepare one set of reproducible as -built plans based on one (1) record copy of project drawings labeled "Project Record" maintained by the contractor. The contractor will submit the "Project Record" drawings to the ENGINEER at contract closeout. FUNCTION CODE 190 (PROJECT MANAGEMENT) 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 and at a regularly scheduled meeting conducted at the City of Round Rock. At a minimum, monthly progress reports will be submitted, which will detail on -going work as well as work accomplished since the previous report. P:\ 8350601 \contracts \CHSHMEXHBB.doc -8- TASK 2003 JANUARY FEBRUARY MARCH APRIL MAY JUNE JULY AUGUST SEPTEMBER OCTOBER NOVEMBER DECEMBER 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 PHASE 1 12 1 ROW Dataffleld Surve Established Survey Control 1b Collect/Prepare Detailed Topographic Data 10 Collect/Update Utility and Property Data . _ - _ o . ld Develop ROW Maps . -_ _... _._. �. _- ._ _ - _ - ;,__ `• _ "•'. _. __ _- _ ._ __ 2 Geotechnlcal StudleslReport ® - 3 Develop Environmental Document - 4 Design Schematics 4a Preliminary Horizontal & Vertical Alignments 4b Preliminary Hydraulic Studies ._ __ _,... _� _.. - _.•� 40 Preliminary Proposed ROW __ -a _.-. ...,,,� 4d City of Round Rock Review /Approval A PHASE2 1 ROW Data/Field Survey la Conduct Subsurface Utility Identification (as needed) 2 Construction Documents 2a Final Horizontal & Vertical Alignments 26 Final Hydraulic Studies 2c Miscellaneous Plans 2d City of Round Rock Review /Approval 3 Agency Coordination 4 Construction Advertisement/Letting 5 Construction Services Phase P1835 00 011CAN10ACTCHSNLAt SCHD EXHIBIT C PHASE 1 WORK SCHEDULE FOR CHISHOLM TRAIL/CHISHOLM PARKWAY 151003 TASK 2003 JANUARY FEBRUARY MARCH APRIL MAY JUNE JULY AUGUST SEPTEMBER OCTOBER NOVEMBER DECEMBER 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 1 2 3 4 PHASE 1 la 1 ROW Data/Field Surve Established Survey Control 1b Collect/Prepare Detailed Topographic Data 10 Collect/Update Utility and Property Data ld Develop ROW Maps - _` `e - . - - -_. .. - ` wit 2 Geotechnical Studies /Report 3 Develop Environmental Document EMMEM 4 Design Schematics .,W 4a Preliminary Honzontal & Vertical Alignments - - 4b Preliminary Hydraulic Studies - � ,,,,, 4c Preliminary Proposed ROW 4d City of Round Rock Review /Approval ■ PHASE 2 1 ROW Data/Field Survey la Conduct Subsurface Utility Identification (as needed) 2 Construction Documents 2a Final Horizontal 8, Vertical Alignments 2b Final H .raulm Studies _ _ , _ _ _ ,_ T ^ - 2c Miscellaneous Plans ', _ _ _ _ 2d Cily of Round Rock Review /Approval I 41. 3 Agency Coordination 4 Construction Advertisement/Letting 5 Construction Services Phase EXHIBIT C PHASE 1 and 2 WORK SCHEDULE FOR CHISHOLM TRAIL/CHISHOLM PARKWAY P18150001'GONTRACTC1 SUMMARY OF CONTRACT BY COMPANY FIRM HOURS SALARY OVERHEAD PROFIT PROJECT % 12.00% TOTAL. TOTALS I. ROUTE & DESIGN STUDIES (FC 110) RODRIGUEZ TRANS GROUP 974 0 0 937,412 50 50 $57,9891 511,448 $0 $0 50 50 5108,849 50 $0 3625% 000% 0 00% SUB-CONSULTANT (1) SUB - CONSULTANT (2) TOTAL 974 337,412 $57,989 $11.448 $108,849 II. ENVIRONMENTAL STUDIES (FC 120) . RODRIGUEZ TRANS. GROUP 238 0 $8,456 513,107 $0 50 52.588 50 524,150 $0 8.19% 000% SUBCONSULTANT(1) SUB - CONSULTANT (2) 0 $0 $0 $0 $0 0 00% TOTAL. 238 $8,4581 513,107 52,588 524,150 III. RIGHT OF WAY (FC 130) RODRIGUEZ TRANS. GROUP 0 $0 SO 50 50 000% SUB - CONSULTANT 11)_____ 0 $0 00 50 $52,030 17.93% SUB - CONSULTANT (2) 0 $0 $0 50 50 000% TOTAL: 0 $0 50 501 552,830 W. FIELD SURVEYING (FC 150) RODRIGUEZ TRANS. GROUP 0 0 0 0 80� $0 SO SO $0 50 50 EO $0) $0 $0 50 50 $78,884 $0 978,8841 0 00% 2609% 000% SUB-CONSULTANT (1) SUB-CONSULTANT (2) TOTAL. V. ROADWAY DESIGN (FC 180) RODRIGUEZ TRANS. GROUP 0 $0 50 $0 50 000% SUB- CONSULTANT(1) SUB - CONSULTANT 2 0 0 $0 00 $0 SO $0 $0 50 50 000% 0.00% TOTAL 0 00 50 $0 $01 VI. DRAINAGE (FC 181) RODRIGUEZ TRANS GROUP 0 50 50 30 $0 0.00% SUB- CONSULTANT(1) 0 50 50 S0 50 0.00% SUB - CONSULTANT 2 0 50 50 50 0 0.00% TOTAL 0 50 50 50 $0 VII. SIGNING, MARKINGS & DEUNEATKON (FC 182) RODRIGUEZ TRANS. GROUP 0 50 $0 50 50 0,00% SUB- CONSULTANT(1) 0 50 $0 $0 50 000% SUB - CONSULTANT 2 0 '0 50 $0 000% TOTAL' 0 $0 $0 50 50 VIII. MISCELLANEOUS ROADWAY (FC 163) RODRIGUEZ TRANS. GROUP 0 90 30 50 $0 000% SUBCONSULTANT(1) 0 50 $0 50 $0 000% SUB-CONSULTANT (2) 0 50 SO 50 50 000% TOTAL 0 $0) $01 501 $0 IX. BRIDGE DESIGN (FC 170) RODRIGUEZ TRANS GROUP 0 $0 50 30 $0 0 00% SUBCONSULTANT(1) 0 50 50 $0 50 000% SUB-CONSULTANT (2) TOTA L' 0 0 $0 50 $0r 50 30 00 30 $0 ) 000% X. CONSTRUCTION PHASE SERVICES (FC 180) RODRIGUEZ TRANS. GROUP 0 $0 50 $0 $0 000% SUBCONSULTANT(1) 0 $0 50 $0 50 0 00% SUBCONSULTANT(2) 0 50 50 50 $0 000% TOTAL 0 501 50 50) 50) XI. PROJECT MANAGEMENT (FC 190) RODRIGUEZ TRANS GROUP 108 $4,820 $7,181 01,414 $13,185 448% SUB- CONSULTANT11) SUB - CONSULTANT (2) 0 0 $0 SO 00 $0 $0 50 00 50 000% 000% TOTAL: 108 $4,620 $7,1611 51,414 913,195) TOTAL CONTRACT LABOR COST RODRIGUEZ TRANS. GROUP 1318 0 0 $ 50,488.00 $ - $ - $ 78,258 40 $15,449 33 $ - $ - $ - $ - $144,194 5129714. $20,815 49% 44% 7% SUBCONSULTANT(1)(M &M) SUBCONSULTANT(2XR -K) TOTAL: 1318 550.488 578,2581 515,449 $294.7231 TOTAL CONTRACT DIRECT COST RODRIGUEZ TRANS GROUP 51000 SUB-CONSULTANT (1)(M8M) $500 SUB-CONSULTANT (25R -K) $0 TOTAL 51,5001 CONTRACT TOTAL RODRIGUEZ TRANS. GROUP $145,194 49% SUB- CONSULTANT (1)(M8M) 0130,214 44% SUBCONSULTANT(2)(R -K) 520,815 7% TOTAL: 5298,223 CHSHLMFEEIIGRAND TOTAL EXHIBIT D PHASE 1 FEE SCHEDULE/BUDGET FOR CHISHOLM TRAILICHISHOLM PARKWAY RODRIGUEZ TRANSPORTATION GROUP 1)8)2003 TASK AND DESCRIPTION I ROUTE& DESIGN STUDIES (FC 110) PROJECT SENIOR DESIGN E.LT. ENGINEER ENGINEER CLERICAL TOTAL MANAGER ENGINEER ENGINEER SPECIALIST TECHNICIAN TOTAL HOURS 34 270 350 20 220 60 10 974 SALARY RATES 34800 54500 63800 53200 33400 52750 51800 53464 537412 557,989 11 DIRECT SALARY COSTS 51,632 512,150 513,890 5640 1992 3190 37,480 511,594 52288 51,850 12,555 E505�5 5160 5279 OVERHEAD MULTIPLIER 1,55 120 0% 52530 681 518,533 3 710 521,204 54188 PROFIT TO 120 . 4]0 SM1.681 533 070 51,825 521,383 II. ENVIRONMENTAL STUDIES (FC 1201 PROJECT SENIOR DESIGN E.I.T. ENGINEER ENGINEER CLERICAL TOTAL MANAGER ENGINEER ENGINEER SPECIALIST TECHNICIAN TOTAL HOURS 12 24 180 0 0 0 40 238 BILLING RAZE 54800 34500 53500 53200 33400 52750 51800 13464 DIRECT SALARY COSTS 1578 51,080 90,080 30 S0 SO 9720 51118 5220 96,455 513107 52588 OVERHEAD MULTIPLIER 155 1200% 5893 5178 51,874 5330 59,424 51860 SO $0 SO 50 10 so PROFIT TOTAL 55,845 53,094 $17. 50 0 50 — 32,0b8 - $24736 III. RIGHT OF WAY (FC 130) PROJECT 44 MM RPLS SURVEY DESIGN CADD CLERICAL TOTAL MANAGER SURVEY TECHNICIAN SPECIALIST DRAFTER TOTAL HOURS 0 0 0 0 0 0 0 5 BILLINGRATE 14800 55047 53950 61975 3000 52750 51800 52903 DIRECT SALARY COSTS SO SO S0 10 SO SO $0 50 OVERHEAD MULTIPLIER 155 f0 50607 0 S0 SO SO So 50 SO PROFIT' 1200% 60 S0 50 50 SO SO 50 50 TO1 AL 30 50 50 50 50 30 SO 55 IV. FIELD SURVEYING (FC 150) PROJECT 4 •MAN RPLS SURVEY DESIGN CAOD CLERICAL TOTAL MANAGER SURVEY TECHNICIAN SPECIALIST DRAFTER TOTAL HOURS 0 0 0 0 0 0 0 0 SALARY RATES 54800 35047 53950 61975 $3400 62750 51800 53389 DIRECT SALARY COSTS 50 50 50 SO SO 50 SO SO OVERHEAD MULTIPLIER 1.55 50 50 50 S0 50 50 SO 90 PROFIT 12 00% $0 30 90 SO 50 10 S0 S0 TOTAL 50 SO 50 SO 50 SO S0 50 V. ROADWAY DESIGN (EC 160) PROJECT SENIOR DESIGN ELT. ENGINEER ENGINEER CLERICAL TOTAL MANAGER ENGINEER ENGINEER SPECWJST TECHNICIAN TOTAL HOURS 0 0 0 0 0 0 0 0 SALARY RATES $4800 54500 53800 $3200 33400 52750 51800 53484 DIRECT SALARY COSTS 50 50 50 SO SO 50 S0 50 OVERHEAD MULTIPLIER 155 30 50 50 50 50 50 S0 50 PROFIT 12 00% 50 SO 50 SO SO 50 SO 50 So $$ TOTAL 50 50 50 55 50 50 91. DRAINAGE (FC 181) PROJECT SENIOR DESIGN E.I.T. ENGINEER ENGINEER CLERICAL TOTAL TOTAL HOURS MANAGER 0 ENGINEER 0 ENGINEER 0 0 SPECIALIST 0 TECHNICIAN 0 0 0 SALARY RATES 54800 54500 53800 53280 53400 127,50 $1800 33484 DIRECT SALARY COSTS 5o 50 50 S0 SO SO SO 10 OVERHEAD MULTIPLIER 155 1200% 30 10 50 50 $0 50 SO SO SO S8 50 S0 SO S0 10 $0 PROFIT TOTAL 56 50 50 SO SO 50 50 30 MI. SIGNING, MARKINGS & DELINEATION (FC 182) PROJECT SENIOR DESIGN ELT. ENGINEER ENGINEER CLERICAL TOTAL MANAGER ENGINEER ENGINEER SPECIALIST TECHNICIAN TOTAL HOURS 0 0 0 0 0 0 0 0 SALARY RATES 54800 54500 53800 53200 53400 52750 31800 53464 DIRECT SALARY COSTS SO SO 50 SO 50 30 10 SO OVERHEAD MULTIPUER 155 50 SO 50 S0 50 50 50 SO PROFIT 1200% 30 SO S0 50 W SO S0 50 56 It — TOTAL 5 ' $0' VIII. MISCELLANEOUS ROADWAY (FC 183) PROJECT SENIOR DESIGN EI.T. ENGINEER ENGINEER CLERICAL TOTAL MANAGER ENGINEER ENGINEER SPECIAUST TECHNICIAN TOTAL HOURS 0 0 0 0 0 0 0 0 SALARY RATES DIRECT SALARY COSTS $4800 30 54500 SO $3800 SO 53200 50 53400 50 52750 50 31800 13481 SO SO OVERHEAD MULTIPLIER 155 SO ED 50 50 00 30 50 50 PROFIT 1200% so SO 50 $o so So S0 s0 TOTAL SS Sr 5a 56 50 56 3a 50 CHSHLMFEEIITOTAL COST (RTC) EXHIBIT D PHASE 1 FEE SCHEDULE/BUDGET FOR CHISHOLM TRAIL/CHISHOLM PARKWAY RODRIGUEZ TRANSPORTATION GROUP 110/2003 CHSHLMFEEIITOTAL COST (RTG) EXHIBIT D PHASE 1 FEE SCHEDULE/BUDGET FOR CHISHOLM TRAP/CHISHOLM PARKWAY RODRIGUEZ TRANSPORTATION GROUP 1 /8/2003 IX. BRIDGE DESIGN (FC 170) PROJECT SENIOR DESIGN ELT. ENGINEER ENGINEER CLERICAL TOTAL MANAGER ENGINEER ENGINEER SPECIALIST TECHNICIAN TOTAL HOURS 0 0 0 0 0 0 0 0 SALARY RATES 54800 54500 53800 5320D 53 400 02750 51800 $3464 DIRECT SALARY COSTS 50 50 50 50 50 50 50 50 OVERHEADMULTIPLIER 155 00 00 50 50 50 50 50 50 PROFIT 1200% 50 SO SO SD 50 50 50 50 TOTAC SO 50 SO 50 50 50 50 50 X. CONSTRUCTOR PHASE SERVICES (FC 1E0) PROJECT SENIOR UESIGN ELT. ENGINEER ENGINEER CLERICAL TOTAL - MANAGER ENGINEER ENGINEER SPECIALIST TECHNICIAN TOTAL HOURS 0 0 0 0 0 0 0 0 SALARY RATES 54000 $4500 53800 53200 53400 52750 51600 53464 DIRECT SALARY COSTS 50 SO 50 SO 50 50 50 50 OVERHEAD MULTIPLIER 155 SO 50 SO SO 50 50 50 S0 SO PROFIT, 1200% SO 50 50 ED 50 50 50 - 56 06 33 EO 513 10 sr Sr XI. PROJECT MANAGEMENT )FC 190) PROJECT MANAGER SENIOR ENGINEER DESIGN ENGINEER ELT. ENGINEER SPECIALIST ENGINEER CLERICAL TOTAL TECHNICIAN TOTAL HOURS 40 56 0 0 0 0 10 106 SALARY RATES 54800 54500 53800 53200 — S3400 52750 51800 53464 DIRECT SALARY COSTS 51,920 52,520 SO SO 50 S0 5180 54620 OVERHEAD MULTIPLIER 155 1200% 52.978 5588 03,808 5771 SO 00 SO 50 50 SO 50 SO 5279 57,181 555 51414 PROFIT TOTAL. 55,484 57.19/ 50 , CLASSIFICATION TOTAL SALARY DIRECT OVERHEAD PROFIT 1 TOTAL %a/ HOURS RATE SALARY MULTIPLIER RTG COST 1.55 12.00% TOTAL PROJECT MANAGER 88 54800 54,128 58,39840 51283 511,780 818% SENIOR ENGINEER 350 54500 315,750 524 4)250 $30,82800 599200 511,59400 54,820 58,017 5198 52289 540,882 056,435 51.828 521,363 3120% 3914% 127% 1482% DESIGN ENGINEER 520 20 220 53800 53200 53400 E18,76D 5840 57,480 ENGINEER SENIOR DESIGNER CADD DRAFTER 60 527.50 51650 $255750 5505 $330 54,712 53,084 327% 214% CLERICAL 60 01800 51,080 51,67400 1318 PROJECT MANAGER 0 54800 S0 S000 50 SO 000% 4•MAN SURVEY CREW 0 55047 S0 S000 50 50 000% RPLS 0 53950 SO 5000 50 SO 000% SURVEY TECHNICIAN 0 51875 50 5000 50 50 000% DESIGN SPECIALIST 0 53200 S0 50 00 50 50 000% CARD OPERATOR CLERICAL 0 0 527.50 51800 50 50 5000 5000 50 50 50 50 000% 000% TOTAL SURVEY 0 $0 TOTALS 1318 950,408 578256 515.449 5144,194 100.00% DIRECT COST • RODRIGUEZ TRANSPORTATION GROUP M 48 Plots Square Feel 0) Square Feel W 5827 /AFL= 5265q FL. 50 50 Meek,. Rep:4104m s cc Pnn8ng Express 081655es Deliveries 51588/ Del = S9 Auto Wens Was 50 5028/5510 = 50 Telephone and Cammunkat m Miscellaneous (Environmental Regulatory Search) 01 000 Survey Wgltlpnvnl Rentals, strophes. 8 Male8als Tre150 Conlyd (Survey) — roar TOTAL DIRECT COST- RODRIGUEZ TRANSPORTATION GROUP SUMMARY - ROORIGUE TRANSPORTATION GROUP Labor • Ovemead. Cost 5144 184 Direct Cast 51 000 TOTAL CONTRACT COST- RODRIGUEZ TRANSPORTATION GROUP 5145,194 CHSHLMFEEIITOTAL COST (RTG) EXHIBIT D PHASE 1 FEE SCHEDULE/BUDGET FOR CHISHOLM TRAP/CHISHOLM PARKWAY RODRIGUEZ TRANSPORTATION GROUP 1 /8/2003 TASK AND DESCRIPTION STANDARD NO. OF PRO ECT SENOR DESIGN EIT. ENGINEER ENGINEER CLERICAL TOTAL HRS/SHT SHEETS SHEETS MANAGER ENGINEER ENGINEER SPECIALIST TECHNICIAN HR55Hr HOURS HRS5HT HOURS HRSISHT HOURS HRSSHT HOURS HRSISHT H011R5 HSSSHT HOURS HRSSHT HOURS PREPARATION OF CONSTRUCTION PLANS SUBTOTALS 0 0 ROUTE AND DESIGN STUDIES (FCI10) 1. Data Collecllon and Review 40 40 10 90 2. Develop roadway design cnteria 4 8 40 12 3. Develop proposed horizontal and verticalsIgnments 40 80 4. Develop typical section and proposed utility a5SAnment5 4 20 20 20 64 5. Develop prodinrnary design cross sections 10 20 120 150 6.OevelppprellydmisonsOUcllon 0OSt e5hmate 20 20 40 7 Develop public meting displays and exhibits as required 20 40 60 8 Conduct preliminary hydraulic studies 10 40 240 290 9. Develop prelinrnery storm drain design 4 40 40 84 _ 10 Iderol pennant structural BMP 20 60 100 11 Geolechnlol Investigation/Payment Design 2 2 4 SUBTOTALS 0 0 34 270 360 20 220 60 10 974 ENVIRONMENTAL STUDIES WC 120) 1 Oats 5000550n proms 4 8 40 20 72 2. Environmental Invesb gaions , 4 4 8 8 80 40 20 92 72 3 Review development of alternatives SUBTOTALS 0 0 12 24 160 0 0 0 40 236 RIGHT-OF-WAY(FC 130) PM OMAN SURVEY RPLS SURVEY TECH DESIGNSPL CADD 1 CLERICAL 1 Provide rlght of entry ownership list. nobfca1on/pemvsslon 0 letters. etc 2. Research roosting tax naps and records for right of way 8 0 ownerships 3 Prepare nghirofway base map to include affected bridge area 0 — p 4. Determine u01dy hJpesbwners within Meprged limits 5 Locate utilities within the proposed project hurts 0 6 Coordinate with uNlly owners concemmg potential 0 utility adjustments _7. Measure Des to ed5tin9 property lines 0 8 Provide right-W./ay sketch and legal description, 0 sealed y RPLS 0 9. Deliver all data In McroStatiOSIGOOPak, DGN 8 TIN files 0 SUBTOTALS 0 0 0 0 HL 0 0 0 0 0 FIELD SURVEYING(FC 150) PM 4 -MAN SURVEY RP SURVEY TECH DESIGNSPL CADD CLERICAL 1 Field Surveying a. Prirrary_projed Control -as directed by the engineer (1) Establish h001001 l Control points 0 p (2) Establish vertical control points b_ Project control base lines 0 c. Other Field Surveying (1) Stake centerline and baseline control points per area engineer 0 _{2LEStabllsh two bench marks per bndoe p 0 (3) Profile and cross- section Intersecting driveways & 90 t1 (4) Cross - section drainage channel for hydraulic analysis 0 at 500 -foot intervals (5) Profile drainage channel and he meanders 0 (6) Provide field ties to FEMA & USGS datum and data 0 as practical _Al_) Record observed high voter mark 0 tfi) Tie location, elevation 8 direction of existing OH & UG 0 utilities (9) Stake Right-of-Way 0 CHSHLMFEEIIRTG HOURS EXHIBIT D PHASE 1 FEE SCHEDULE/BUDGET FOR CHISHOLM TRAIIJCHISHOLM PARKWAY RODRIGUEZ TRANSPORTATION GROUP 1/6/2003 TASK AND DESCRIPTION STANDARD NO OF PROJECT SENOR DESIGN EIT ENNEE CLERICAL TOTAL HRSISHT SHEETS SHEETS MANAGER ENGINEER ENGINEER S IST TECHNENGINICER LW HRSISHT HOURS HR.. HOURS HR55HT HOURS HR.. HOURS HRS.rt HOURS HR.. HOURS HRSSMT HOURS (10171e station offset 8 ground elevation of soil core holes 0 by others (11) Profile wasting Oldies and dramape facilities 0 (12) Tie existing bridges or culverts for design and conslruc0on 0 Input (13) Provide temporary signs. traffic control, fia06 8 0 safety equipment (14) Deliver all data in Mlcrosta4OidGe0Pak, DGN, DAT 8 0 TIN files SUBTOTALS 0 0 0 0 0 0 0 0 ROADWAY DESIGN (FC160) 1 Pre re Misc. Sheets (Tide, Project Layout Mlso Details) 0 2 Develop Typical 5ec5ons 0 3. Develop Plan 8 Profile sheets 4 Develop lntersectlonlDlvevey Details _0 0 5 Developdesi0n cross sections 0 SUBTOTALS i A if' o 3 � 6 iS DRAINAGE (FC161) 1 Develop Drainage Area Maps 0 2. Develop Hydraulic Data Sheets 0 3 DeveloQSiorm Drain Plan 8 Profile 0 4 Develop Culvert Layouts 0 5. Develop SW 3P (Erosion Control Plan) 0 B Develop WPAP 0 SUBTOTALS 0 0 0 0 0 0 0 0 0 0 SIGNING, MARKINGS AND DELINEATION (FC 162) 1 Develop Signing, Sipping and Dehneahon Layout 0 2 Develop Small Sign Details 0 SUBTOTALS 0 0 0 0 0 0 0 0 0 0 MISCELLANEOUS (ROADWAY) (FC 163) 1 Develop Summary Sheets 0 2. Develop General Notes and SOecifica00n Data 0 3 Develop Traffic Control Plans 0 4 Develop Iilumnahon Layouts 0 SUBTOTALS 0 0 0 0 0 0 0 0 0 0 BRIDGE DESIGN (FC 170) 1. Preparation of Structural Details 0 2. Prepaia0an of Bridge Layouts 0 3 Bridge Classification Culvert. EstIma(e_Quan0Oes and Specifications 0 4. Bridge Total Quantities and Cost Estimate 0 5 Bridge Specifications and Special Provisions 0 B Bearing Seal Elevations for each beam or girder Top of rap elevation 0 for non -beam type structures. SUBTOTALS 0 0 0 0 0 0 0 0 0 0 CONSTRUCTION PHASE SERVICES (FC 160) 1. Coordinate and attend pm-construction conference 0 2. Make site visits ata4Jrsi ate Intervals 0 3. Review and approve shop dravnnps 0 — o- 4. Review contractors estimate for recommendation for payment 5. Prepare final walk-through and develop punch list 0 CHSHLMFEEIIRTG HOURS EXHIBIT D PHASE 1 FEE SCHEDULE/BUDGET FOR CHISHOLM TRAIL/CHISHOLM PARKWAY RODRIGUEZ TRANSPORTATION GROUP 116/2003 TASK AND DESCRIPTION STANDARD[ NO. OF PROJECT SENIOR DESIGN E I T ENGINEER ENGINEER CLERICAL TOTAL HRS/SHT SHEETS MANAGER ENGINEER ENGINEER SPECIALIST TECHNICIAN [SHEETS HR HOURS HR HOURS MRS/SW HOURS HRSSHT HOURS HR35H1 HOURS IIM Mill HRSSHTC HRS5HT� MOM 0 6. Pre•are re...udble as-bullt • lens SUBTOTALS r ' 0 0 0 0 PROJECT MANAGEMENT (EC 190) 1. Manor • hJ,ect and subs throughautproject dura0on - -_1.Z.-mi - ___ M _- =_ M� 10 74 2 Attend regaled self .. •cress re .•n meebn• � Oso. 3 Review and a; •vH ve sho• dravnn•s - = - 4.Rewew con .does es0ma. . ..• _.. =0+ f. .:1•RI�l��III♦I♦I♦I♦� _- 5 Prepare final wSlk4hrou.h and devel•.. nchlisl = C■■- == - -- 0 0 5 Pre • re ...noble as -0udl •lens =MI M SUBTOTALS 0 0 40 56 0 0 0 0 10 106 TOTAL SHEETS AN DIOR HOURS 0 66 350 520 20 220 0 0 1316 EXHIBIT D PHASE 1 FEE SCHEDULE/BUDGET FOR CHISHOLM TRAILICHISHOLM PARKWAY CHSHLMFEEI %RTG HOURS RODRIGU¢ TRANSPORTATION GROUP 116/2003 CERTIFICATE OF LIABILITY INSURANCE PRODUCER CARL BURTON INSURANCE AGENCY 9410 B ANDERSON MILL RD AUSTIN, TEXAS 78729 512- 258 -4197 INSURED RODRIGUEZ TRANSPORATION GROUP INC 11211 TAYLOR DRAPPER SUITE 100, AUSTIN, TX 78759 THIS IS TO CERTIFY THAT the Insured named above i business operations hereinafter described, for the types standard policies used by the companies, and further he below. • B CO TYPE OF INSURANCE POLICY EFFECTIVE EXPIRATION L TR NUMBER DATE DATE A GENERAL LIABILITY PAS36123140 3 -12 -02 3 -12 -03 AUTOMOBILE LIABILITY SBS37162873 3 -12 -02 3 -12 -03 B C EXCESS LIABILITY 0 WORKERS' COMPENSATION ANDEMPIAYEits•LIABIIl7y 6TXWCI007737 5 -10 -02 5 -10 -03 PROFESSIONAL LIABILITY PAS36123140 3 - 12 - 02 3 - 12 - 03 DESCRIPTION OFOPERAr10NSBOCATIONB /VEHICLESJSPECIAL ITEMS/EXCEPTIONS Can of hula CORR/epeee muter COMPANIES AFFORDING COVERAGE A ASSURANCE COMPANY OF AMERICA ASSURANCE COMPANY OF AMERICA C ASSURANCE COMPANY OF AMERICA D FIRST AMERICAN INSURANCE COMPANY s insured by the Companies listed above with respect to the of insurance and in accordance with the provisions of the reinafter described. Exceptions to the policies are noted LIMITS EXHIBIT "A" Raaised 10a002 Date: 12 - 31 - 2002 GENERAL- AGGREGATE S 2,000,000.00 PRODUCTS.COMP /oP AGO. $ 2,000,000.00 PERSONAL ,$ ADV.INIURY S 1,000,000.00 EACH OCCURRENCE S 1,000,000 00 FIRE DAMAGE (Any one lire) S 1,000,000.00 MED. EXPENSE (Any ooepenon) S 10,000 00 COMBINED SINGLE LIMIT S 1,000,000.00 BODILYINIURY(Itrpason) S BODILY MIRY (Pet accident) S PROPERTY DAMAGE S EACH OCCURRENCE AGGREGATE STATUTORY LIMITS EACH ACCIDENT DISEASE - POLICY LIMIT DISEASE- EACH EMPLOYEE S 2,000,000.00 S 2,0000,000.00 1,000,000.00 S 1,000,000.00 T 1,000,000.00 The City of Round Rock is named as adibtional Insu ed with respect to all policies except Worker' Compensation and Employers' Liability' and 'Professional Liability. Should any of the above described policies be ratrelled or changed before the expiration date theeof, the issuing company will mail thirty (30) days viatica notice to the certificate holder named below. CERTIFICATE HOLDER: City Manager City ofRrnmd Rack 221 E. Main Street Round Rock. Texas 7E664 SIGNATURE OF • 61 U1 REPRE§ENTATIVE /Ill • 0 ..4(xLd.Q TypedNmoe: AMBER KINSEY (/ Tile: AGENT 12 -31 -02 01/10/2003 13:07 FAX 5122185563 CERTIFICATE OF LIP,BILITY INSURANCE PROpVCKR USI Insurance services of Texas 1.946 S. IE-15, Suito 301 Austin. TeXas 78704 INSURED Rodriguez Tiaaspoaation (3rau1 11211 Taylor Draper Lane, #100 Austin; Tcxos78759 CORR PUBLIC WORKS I0JUO2 Date: Pi /10/O' 'COMPAN1139 AFFORDING COVEtAGR A. Security josuranee Co. of Milford B C THIS IS TO CERTIlTY THAT the Insured named ohoya is insured by the Compru its listed above with respect to the business operations hereinafter described, for the types of insurance and in accordance with the provisions of the standard policies Used by the companies, and further hereinafter described, Exceptions to the policies ate noted below. CO T Y P E O F IN50RANC12 POLICY EPEE r a ve; EXPIRNITON xd11dITT6 LTR NMI= DATE DAME GENERAL LIABILITY AU OMo11JLE LIABILITY irxes4S Want.IPX CERTIFICATE HOLDER: City Mtu ,City of Rooad Rork 274 b, Id lin Street Round Rock, Texas 78664 z/z a6e.r COIRRumi let MINERAL A5CtF$OA731 PitDDI/CTscomeropAna. PERSONAL & ADV. INJURY 5 PACHOCCZURE:2NCS 3 PIKE DAMAGE. (Any am&'a 1v0513. fiRMIDE (My robe paaap] 5 COMB1XED LD4rt S EOPILY RanRY (Pa passe) s Bonn,Ylrntmx :Per aeddm) s PROPF7r1YDAMAGH BACEt ocarin :no= S ,AGO=IA/B WORBSPS' CnMIINSATION /3ID HAteLOYEkl • LIABOITY STATUTORY =TS BACHACCMMNC DISBA98 - POLICY r.mar 5 =MSS - Mal EMPLOYEE S A PROFESSIONAL LIABILITY ASIE0236374 Q1/2/05 07 /ztlal Per Qum 52.000.000 Per Agaregoe 52.000.000 D5SC8iP1RON OP OPERATIONS /LOC/B101.SNBHICTFSISPPI7AL u'HMS/EXCEPUDNS Pro(adord 1141lltp oo1 2)w aggragne I mitt, de rota Ioearedee mite* for dolor prorated win d'o Pa11er p¢tod fat all opao8nr at Imutsd. Thu noon wlitbe radon cd by pop= of itedetoay sod eepd#e- 'The City of Ro03d Rack is notocd 6s liddlciaisl Insured with respect to all politico eseept Workers' Condpeusuia0, Employers' Linbtitty tied ProfUSioml Liabtlify. Should any pi' the above described polities be cancelled or changed before the =pintail dare thereof, the issuing company will sag! thirty (90) days written notice to do eercIozs holder owned below. SIGs ti 4 1! M3TRO 1IZt 3 REPRESBNTATIVB TypedN • y r 71m rmmmcrnR, �dC p sa nr r Aernr `.vnvert:t. on-cit.-ono !r'r' LP?. 7LC :.annul tea Htun. ICNHHI 77nerrmono :M lug! APPENDIX SUB - CONSULTANT'S FEE SCHEDULES h [Fax and Mail Delivery: (512) 231 -9133] PAA02- 090 -00 October 14, 2002 Rodriguez Transportation Group 11211 Taylor Draper Lane Suite 100 Austin, Texas 78759 ATTN: Mr. Robert Carillo, P.E. RE: Proposal Geotechnical Study Chisholm Trail and Chisholm Parkway Round Rock, Texas Engineers, Geologists, Hygienists and Environmental Scientists It Raba Kistner Raba - Kistner- Brytest Consultants, Inc. 8200 Cameron Rd., Suite C -154 Austin, Texas 78754 (512) 339-1745 • FAX (512) 339-6174 Thank you for selecting Raba - Kistner - Brytest Consultants, Inc. to provide Geotechnical Engineering Services for this project. The objective of our study will be to determine subsurface materials and conditions at the site to provide geotechnical recommendations for design of the proposed reconstruction of Chisholm Trail and the new construction of Chisholm Parkway in Round Rock, Texas. Project Description We understand the project will consist of the construction of approximately 6,200 linear feet of reconstruction of Chisholm Trail from approximately 700 linear feet south of F.M. 3406 to Sam Bass Road and approximately 850 linear feet of new construction of Chisholm Parkway. Also, included is a new bridge or box culverts and MSE walls over Onion Branch Creek. Scope of Work We propose to explore the subsurface materials and conditions at the site by drilling 14 borings to the maximum depths of 6 feet for the pavements, 5 borings to the 25 -foot depth for the bridge, and 3 borings to the 15 -foot depth for the MSE Walls. We will provide traffic control during the drilling on Chisholm Trail, as needed. We will obtain right -of -entry from one property owner to drill the borings for Chisholm Parkway. Subsurface water observations will be conducted in each boring before drilling fluid is used to advance the borings. All samples recovered from the borings will be visually logged in the field, sealed in plastic to minimize moisture loss, placed in core boxes, and transported to the laboratory for further analysis. Raba Xistner • I Austin • Brownsville • El Paso • Laredo • Las Cruces, NM • McAllen • Mexico • San Antonio 1 9 6 8 PAA02- 090 -00 Page 2 October 14, 2002 Existing conditions, strength and index properties, and characteristics of the materials will be determined by appropriate laboratory tests on selected samples. The information obtained by our field exploration and laboratory investigations will be used in engineering studies to establish geotechnical design and construction criteria for the pavements and bridge /culverts /MSE walls. The pavement thickness recommendations will be developed in accordance with the City of Austin Transportation Criteria Manual The results of our analyses will be presented in three copies of a written engineering report. Additional copies of our report are available at the request of the client for $50 each. Budget Estimate Our fee for the study outlined will be performed for a lump sum of $20,815. Historically, the cost of our field services is about 45 percent of our total fee. These services are predominantly provided by subcontractors. In order to promptly pay our subcontractors and continue to be able to respond to your needs, we will send you and interim invoice for 45 percent as soon as the field exploration phase of our study is complete. This estimate does not include costs incurred to: • provide access to the boring locations which may be inaccessible to our truck - mounted drill rigs and support vehicles; • provide surveyed locations of proposed improvements; and • field staking of the boring locations. This estimate is not applicable after 90 days from the above date. It is the owner's responsibility to provide the location of all underground utilities in the vicinity of our borings. We cannot accept responsibility for penetrating any utility not located by the owner. Should unanticipated conditions in the field that indicate the desirability of significantly broadening the scope of the study, we will contact you before proceeding with any additional work. Our study will be carried out in accordance with the items discussed in this proposal, our Schedule of Fees for Professional Services, and our Standard Terms and Conditions (Attachments I and II). Client recognizes that time is of the essence with respect to payment of Engineer's invoices, and that timely payment is a material part of the consideration of this agreement. Client shall pay Engineer for services performed in the U.S. funds drawn upon U.S. banks and accordance with the rates and charges set forth herein. Invoices will be submitted by Engineer from time to time, but no more frequently than every two weeks, and shall be due and payable within thirty (30) calendar days of invoice date. If Client objects to all or any portion of an invoice, Client shall so notify Engineer within fourteen (14) calendar days of the invoice date, identify the cause of disagreement, and pay when due that portion of the invoice, if any, not in dispute. Raba - Kistner PAA02- 090 -00 Page 3 October 14, 2002 The client agrees to pay a finance charge of one and one -half percent (1 -1/2 %) per month, or the maximum rate allowed by law on past due accounts. Our statement is due and payable upon receipt at 8200 Cameron Road, Suite C -154, Austin, Texas 78754 -3822. Raba - Kistner - Brytest Consultants, Inc., considers the data and information contained in the proposal to be proprietary. This proposal and information contained herein shall not be disclosed and shall not be duplicated or used in whole or in part for any purpose other than to evaluate this proposal. If this proposal meets with approval, please return one signed copy to provide written authorization for us to begin work. We will be able to schedule the drilling services only after we receive your authorization to proceed and notification the borings have been staked in the field. We appreciate the opportunity of submitting this proposal and look forward to working with you in the development of this project. Very truly yours, RABA - KISTNER - BRYTEST CONSULTANTS, INC. Everett Z. Clements, S.E.T. Approved By: Project Manager (Signature) Daniel L. Franklin, Jr., P.E. (Printed or Typed Name) Vice President Encl: Attachments I & II r Raba - Kistner (Title) (Date) PERSONNEL: Principal $125 to $200 /hour Professional 535 to $95 /hour Technical /Clerical /Administrative $20 to $45 /hour PAYMENT: CONDITIONS: ATTACHMENT RABA - KISTNER - BRYTEST CONSULTANTS, INC. SCHEDULE OF FEES FOR PROFESSIONAL SERVICES PAA02- 090 -00 October 14, 2002 The specific hourly rate within each classification listed above depends on the experience, special training, and qualifications of the personnel needed for the project. For projects requiring work at any hazardous waste site, there will be a $10 per hour surcharge added to the normal billing rate for all personnel. Consultants to Raba - Kistner - Brytest Consultants, Inc. (RKBCI) will be charged according to their professional classification. EXPENSES Use of computer hardware and software (additional charge) Computer -aided drafting $ 30/hour Computenzed word processing, Data base and spreadsheet management, and modeling $15 /hour Use of company automobiles will be charged at $0.42 per mile. Automobiles and light trucks assigned to field sites will be charged at $30.00 per day, plus $0.42 per mile over 50 miles per day. Other project - specific charges for use of RKBCI equipment or for RKBCI testing will be in accordance with established fee schedules. All other project - specific, third - party costs will be charged at cost plus 15 percent. Invoices will be submitted monthly for work in progress in our standard format. They are due and payable upon receipt and become past due 30 days after the billing rate. Past due invoices may be subject to late charges at the rate of 1'Y percent per month (18 percent annum). In the event that the State of Texas legislates a sales tax on Professional Services, the amount of the tax will be added to the appropriate service rate charged. Preparation of non - standard invoices will be charged in accordance with the rates in this fee schedule. Services will be performed in accordance with our Standard Terms and Conditions. The proposal to which this schedule is attached is valid for 90 days from the date of the proposal. Raba - Kistner Page 1 of 1 ATTACHMENT II RABA - KISTNER - BRYTEST CONSULTANTS, INC. STANDARD TERMS AND CONDITIONS PAA02- 090 -00 October 14, 2002 1. Raba - Kistner (R -K) is being engaged by the CLIENT to render professional services involving the condition of various building, site, and /or environmental materials, which may contain or be contaminated by hazardous materials and asbestos containing matenals (ACM). R -K will be compensated largely on the basis of the time required in rendering these professional services —not on the basis of potential legal liabilities created by any risks associated from the hazardous materials and ACM. 2. R -K will perform its services in accordance with the standard of care and diligence normally practiced by recognized professional firms in performing services of a similar nature, in the same locality, under similar circumstances. R -K makes no other warranties or guarantees, expressed or implied. 3. CLIENT will provide right -of -entry to the buildings and sites, which are the subjects of R - K's services. CLIENT represents that it possesses authority for such right -of -entry and that the building /site operator(s) possess the necessary permits and licenses for current activities at the site. 4. The CLIENT will be responsible for providing the location of all underground utilities and other structures in the vicinity of our borings. We cannot accept responsibility and will not be liable for penetrating any underground utility, underground storage tank, or other subsurface condition not previously identified and located, or improperly located, by the CLIENT or a utility agency. 5. If materials are encountered in the field which are judged to be potentially hazardous or a danger to our personnel, all field work will cease and the CLIENT will be notified. Subsequent work on the project will then be conducted only with specific additional authorization from the CLIENT and will be charged at appropnate revised unit rates. The scope of work and cost estimate do not include removal of any waste or cuttings from the site. Such materials will be containerized and left at the site. 6. The scope of work and cost estimate do not include removal of any waste or drill cuttings from the site. The results of sample analyses or other information will be used to judge the nature of materials left on site. If this information indicates the matenals are hazardous or potentially hazardous, and if CLIENT does not wish the waste or dnll cuttings to be left on site, R -K will have such materials transported to a licensed facility for final disposal using a manifest signed by the CLIENT as generator. CLIENT agrees to pay all costs associated with management, analyses, storage, transportation, and disposal of materials. CLIENT recognizes and agrees that R -K at no time assumes title to said materials. Raba- Kistner Page 1 of 3 01/02 PAA02- 090 -00 October 14, 2002 7. All samples obtained at the site will be managed by R -K. R -K will retain preservable samples and the residues from testing for 30 days after submission of its report, after which time the samples and residues will be disposed of. In the event samples contain hazardous constituents, R -K will retum such samples and residues to CLIENT, or, using a manifest signed by CLIENT as generator, R -K will have such samples transported to a licensed facility for final disposal. CLIENT agrees to pay all costs associated with management, analyses, storage, transportation, and disposal of materials. CLIENT recognizes and agrees that R -K at no time assumes title to said samples. 8. During its prime, asbestos was used in over 3,000 different products and can still be found in some products today. Consequently, attempts to locate and identify "all" asbestos in a survey would be both impractical and cost prohibitive. If retained to conduct an asbestos survey, R -K will direct its efforts at locating accessible, friable asbestos and non - friable asbestos which might become friable as a result of remodeling activities. 9. Likewise, several thousand chemicals, wastes, and other materials have been designated as hazardous or toxic by various laws and regulations. Attempts to locate and identify "all" such materials in a survey would also be impractical. If retained to conduct a site assessment with respect to such matenals, R -K will direct its efforts at locating the most significant sources, or potential sources, of such materials with potential for the most significant impact. 10. The scope of work and cost estimate do not include costs incurred to provide access to sites which are inaccessible to our truck- mounted drill rigs and support vehicles. They also do not include costs incurred due to delays caused by inclement weather. 11. R -K will provide CLIENT with a written report in connection with the services performed. The report will present such findings and conclusions as R -K may reasonably make with the information gathered while performing its services. In preparing the report, R -K may review and interpret certain information provided to it by the CLIENT or by third parties. R -K will not conduct an independent evaluation of the accuracy or completeness of such information and shall not be responsible for any errors or omissions contained in such information. The report and other instruments of service are prepared for, and made available for the sole use of, the CLIENT, and the contents thereof may not be used or relied upon by any other person without the express written authorization of R -K. Any unauthorized use or distnbution shall be at the CLIENT's sole risk and without liability to R -K. 12. R -K's liability to CLIENT, or to any third party, for injury or damage to persons or property arising out of work performed for CLIENT and for which legal liability may be found to rest upon R -K, other than for professional errors and omissions, will be limited to R -K's general liability insurance coverage of $1,000,000. For any damage on account of any error, omission, or other professional negligence, R- K's liability to CLIENT, or to any third party, will be limited to a sum not to exceed our fees. Raba - Kistner Page 2 of 3 01/02 PAA02- 090 -00 October 14, 2002 13. CLIENT will indemnify R -K against any claims or costs which exceed the limitation on R -K's liability provided for in the preceding paragraph, or result from acts or omissions of CLIENT. 14. Cancellation of the Agreement to which these terms and conditions apply may be made by either party for just cause after thirty days' written notification of intent of cancellation is provided to the other party. In the event the CLIENT elects to terminate the Agreement, R -K will be compensated in full for all services, materials, supplies, and expenses incurred prior to the actual cancellation date of the Agreement. The CLIENT shall in any event pay all amounts invoiced that the CLIENT does not dispute as provided herein. 15. All claims, disputes, and other controversy between R -K and CLIENT arising out of or in any way related to the services provided by R -K will be submitted to "alternative dispute resolution" (ADR) such as mediation, before and as a condition precedent to other remedies provided by law. If a dispute at law arises related to these services and that dispute requires litigation as provided above, then; a) CLIENT assents to personal jurisdiction in the State of R-Ks principal place of business; b) The claim will be brought and tried in judicial jurisdiction of the court of the county where R -K's principal place of business is located, and CLIENT waives the right to remove action to any other county or jurisdiction; and c) The prevailing party will be entitled to recovery of all reasonable costs incurred, including staff time, court costs, attorneys' and expert witness fees, and other claim related expenses. Raba - Kistner Page 3 of 3 01/02 October 9, 2002 Robert Carrillo Rodriguez Transportation Group 11211 Taylor Draper Lane Suite 100 Austin, TX 78759 231 - 9544x108 McGRAY & McGRAY LAND SURVEYORS, INC. RE: Revised Proposal for Surveying Services for Chisholm Trail Project Dear Mr. Carrillo: VIA FAX AND MAIL 231 -9133 We appreciate this opportunity to provide you with this revised proposal for surveying services for the Chisholm Trail Project. We understand the scope of services to be as detailed in the scope of services you provided, as modified and attached, as further detailed in our brief one page scope, and a brief one page fee schedule. The cost for all services requested would be $130,214.00. Our fee would be $129,714.00, plus possible reimbursables of $500.00. This is based on the following four types of services: 1. Control, Right of Entry, Set BM's, Tie into FEMA, record subdivision plots, etc. 2. Topo /asbuilt of right of way and 100' strip east and west for 8100 LF, (Chisholm Trail — 6900 LF, Chisholm Parkway — 1200 LF), 50 Acres +, and locate 20 boreholes, cost per LF - $6.18. 3. Creek Cross Section, 1500 LF, 10 Acres +, cost per acre - $938.00. 4. ROW Package — ownership research & plots, locate existing corners, analysis, set new monumentation, plats, descriptions, ROW map, cost per parcel - $2,296.96. If you think we have omitted a service or misinterpreted any required service, please let me know. As we get into the project we may allocate our resources in a slightly different manner, but will not exceed our proposed fee for these services. GERALD L McGRAY RPLS 3301 HANCOCK DRIVE, SUITE B AUSTIN. TEXAS 78731 [5121451-B591 FAX [512) 451 -0751 JUDITH J. McGRAY RPLS We are ready to begin this project immediately after receipt of notice to proceed. Thank you again for including us in this project. Please call me or Tony Brown if you have any questions. Sincerely, Authorized to Proceed by: 11(-1 �4 Judith J. McGray, LS President JJM:trm encl. Suggestions, commendations or complaints regarding surveying services may be forwarded to' Texas Board of Professional Land Surveying 7701 N. Lamar Blvd., Ste. 400 Austin, TX 78752 (512) 452 -9427 Signature Print Name Mr. Carrillo October 9, 2002 Date Title McGray & McGray Land Surveyors, Inc. Chisholm Trail Survey Fee Schedule October 9, 2002 3 -man Project Field Item Crew GPS Unit GPS Tech i Tech Manager Coordinator Admin RPLS TOTAL Rates $120.00 $35.00 $70.00 $62.00 11 $102.00 $72.00 $43.00 $90.00 } 1 Control 40 hrs 96 hrs 28 hrs 48 hrs 18 hrs 6 hrs 24 hrs 12 h $17,476.00 2 Topo 228 hrs 0 0 228 hrs 36 hrs 30 hrs 0 30 hrs $50,028.00 H 3 Creek 40 hrs 12 hrs 6 hrs 40 hrs 6 hrs 4 hrs 0 4 hrs $9,380.00 i 1 4 ROW 104 hrs 0 0 322 hrs 46 hrs 18 hrs 46 hrs 138 hrs $52,830.00 Total Hours 412 108 34 638 106 58 70 184f Total Amount $49,440.00 $3,780.00 $2,380.00 $39,556.00 $10,812.00 $4,176.00 $3,010.00 $16,560.001 $129,714.00 McGray & McGray Land Surveyors, Inc. Chisholm Trail Survey Fee Schedule October 9, 2002 SCOPE OF SERVICES AND FEE ESTIMATE SURVEYOR proposes to provide the following surveying services to Rodriguez Transportation Group (RTG) (Client) in connection with the Chisholm Trail Reconstruction and Chisholm Parkway Extension Project for the City of Round Rock. The limits of survey for the Chisholm Trail improvements are from Sam Bass Road north to the FM 3406 intersection, a distance of approximately 6900'. The limits of survey for the Chisholm Parkway improvements are from Chisholm Trail east to the IH 35 SBFR, a distance of approximately 1200'. 1. Project Management SURVEYOR will prepare a project schedule and identify milestones in the completion of the work. We will prepare for and plan to attend bi- weekly coordination /progress meetings with RTG and the City. The project administration effort will include task management, field crew coordination and quality assurance /quality control. 2. Right - of - Entry onto Private Property The Surveyor will obtain right of entry on all adjacent properties as required to complete the design and right of way surveys outside of the existing street right of way. 3. Primary Survey Control SURVEYOR will set survey control through the project as necessary. This control will be established solely from published City survey points found In the vicinity of the project. Horizontal coordinates (grid)(Texas State Plane Coordinate System (NAD 83 (93)) and elevations (NAVD88) will be established from those values published for the City survey control. SURVEYOR has not scoped nor budgeted any additional effort for verifying or resolving any discrepancies with this control. 4. On- The - Ground Topographic Mapping /Design Survey SURVEYOR will provide on- the - ground surveying within the project limits, with the survey limits being further defined as follows: along Chisholm Trail — 100' on either side of the existing right of way (ROW) line; along Chisholm Parkway — 100' on either side of the existing right of way line: along Onion Branch — provide survey data five hundred feet downstream and one thousand feet upstream of the Chisholm Trail crossing. Survey data should extend beyond the 100' year floodplain as defined by the Flood Insurance Rate Map. • A topographic survey will be performed within the limits described above. We will locate visible improvements and visible utilities including buildings, signs, curb and gutter, striping, light poles. edge of pavement, driveways, manholes and drainage structures (with flowlines). Locations of (10 tree maximum) will be provided (as identified by the Engineer). In addition. cross sections, ground shots and major grade breaks will be collected in order to provide a one -foot contour digital terrain model (DTM) • Drainage structures flowline data will include obtaining flowline information for an existing storm drain (as identified by the Engineer) at each of the manhole locations (approximately 5 manholes). 1 of4 (': \iony \ PROPOSALS \Survey Scopc_It Ldoc • • • A project benchmark will be set approximately every 1500 feet along the route and referenced to the project vertical control The benchmarks will be survey located and a benchmark list will be provided to RTG. • Locate bore hole locations at intersections or known landmarks. The existing ROW lines for Chisholm Trail, Chisholm Parkway and for adjoining side streets will be included in the planimetrics file, based upon record information. 5. Right -of -Way Surveys o Provide field ties to FEMA and USGS datum and data (as identified by the Engineer). o Obtain available utility maps from utility providers and show that utility information on our survey. Provide copies of all utility maps to Rodriguez Transportation Group. The following services will be provided in connection with right -of -way document preparation for the project. We are assuming twenty -three (23) parcels for this estimate. A. Deed Study Based upon the records obtained in our ownership research at the Williamson County Appraisal District, SURVEYOR will obtain copies of all recorded deeds and plats for properties adjoining Chisholm Trail and Chisholm Parkway. We will prepare a working drawing of the deeds and right -of -way information to be used for a preliminary base map and to be utilized in the right -of -way map preparation and parcel surveys for this project. RTG will be notified of all deed line conflicts and major discrepancies discovered in preparing the deed study. B. Field Surveys SURVEYOR will perform a right -of -way survey of Chisholm Trail and Chisholm Parkway within the project limits. We will attempt to recover and locate monumentation marking the existing right -of -way lines of Chisholm Trail and Chisholm Parkway and the front corners of the subject properties from which right -of -way is to be obtained will be recovered and tied to the project control. SURVEYOR will attempt to recover and locate the corner or angle point monuments nearest to the existing right -of -way of Chisholm Trail and Chisholm Parkway on the sideline of each of the subject properties. C. Boundary Analysis Utilizing the deed study and the data from the field survey, the Registered Surveyor will analyze the results of the survey with assistance from the survey technician in performing computations related to the analysis. The surveyor will determine the location of the existing right -of -way lines and the side property lines of each of the subject properties. RTG will be notified of boundary line conflicts or discrepancies that become apparent as a result of the field survey. D. Preparation of Documents 1. SURVEYOR will submit to RTG a plot showing the properties surveyed and the proposed right -of -way line. RTG will make a final determination of proposed right -of -way line location and return this information to SURVEYOR 2. Utilizing the boundary surveys performed by SURVEYOR and the proposed right -of- way line location provided by RTG, we will compute the boundaries of the right -of -way parcels for each of the subject properties. C: \tony \PROPOSALS \Survcy Scopc_RI doc 2 of4 3. SURVEYOR will draft plats for each of the twenty -three (23) parcels. The plats will be prepared on 8 W x 11" pages at a scale not smaller than 1" = 100'. A closure computation will be prepared for each of the plats. 4. SURVEYOR will prepare a field note description for each of the twenty -three (23) right -of -way parcels. A closure computation will be prepared for each of the descriptions. 5. SURVEYOR will prepare final Right of Way plan sheets, including existing easements. The plan sheets will be prepared on 11" X 17" mylar pages at a scale not smaller than 1" = 100'. 6. To assure quality of the documents, the Registered Surveyor, with assistance of the technician, will read the descriptions while all details are compared to the parcel plats (bearings, distances, deed references, etc.). Final mark -ups will be made and corrections completed. 7. All of the above described survey documents (right -of -way maps, plats, descriptions, and closure computations) will be submitted to RTG for review. Upon the completion of the review of all right -of -way survey documents, SURVEYOR will make corrections and address concerns. Corrected documents will be returned to RTG in final format. E. Monumentation One -half inch iron rods with SURVEYOR plastic caps will be set at property line intersections with the new right -of -way line. 6. Project Deliverables 1. A 3D dtm dgn, a 2D planimetrics dgn, a tin file and a .gpk file along with an ascii point file with x,y,z values and descriptors. 2. Two legal descriptions for each parcel (signed and sealed). 3. Two individual plats for each parcel (signed and sealed). 4. Two sets of right -of -way plans. 5. One set of closure calculations for legal descriptions, plats and right -of -way maps. 6. Computer files for the right -of -way plans and associated reference files in MicroStation (.DGN) format on a CD. 7. Field Book copies. 7. ESTIMATED PROJECT FEES SURVEYOR will provide the services described herein for a lump sum fee of $ 130,214.00 based upon the estimated fees for the major tasks listed above. 3 of 4 C:\tony\PROPOSAIS\Survey Scope_Rl.doc 8. ADDITIONAL SERVICES In addition to the services outlined above, SURVEYOR can provide additional services as requested by the Client on a time and materials basis based upon the attached standard rate schedule. If requested, a scope of work and estimated fee will be provided in writing prior to SURVEYOR proceeding with any additional service. These additional services could include, but are not limited to, the following: • Additional research to obtain prior deeds or deeds adjacent to the subject properties for use in resolution of boundary conflicts. • Surveying to confirm and to determine the extent of and to assist the client in the resolution of boundary conflict or discrepancy found during the survey. • Obtaining affidavits from the owner, adjoining owner or previous owners for information critical to determining the boundary locations. • Right of way or boundary survey services in addition to that required for the 23 scoped parcels. • Preparation of field notes for remainders of tracts left after right of way acquisition. • Preparation of field notes for drainage easements or temporary construction easements. • Location of soil borings in addition to those scoped above. • Establishment of additional benchmarks or control points for construction. • Additional surveying to support engineering design should the scope herein not be sufficient. • Revision of right -of -way survey documents due to a change in the proposed right -of -way. • Routine staking of right - of - way lines for fencing or other purposes. • Construction Staking. • Any other service not specifically included within the scope outlined herein. 4 of 4 C: \tony \PROPOSALS\Survcy Scopc_RI Aoc CHISHOLM TRAIL SURVEY SCOPE OF SERVICES FOR RODRIGUEZ TRANSPORTATION GROUP PROJECT MANAGEMENT SCHEDULE WITH MILESTONES BI WEEKLY COORDINATION MEETINGS TASK MANAGEMENT CONTROL AND RIGHT OF ENTRY CITY OF ROUND ROCK TO PROVIDE C:ONTROI. MONUMENTS FOR SURVEY BASIS. RIGHT OF ENTRY FOR 37 +1- PROPERTIES SET BM EVERY 1500 L.F. AND TIE FEMA BM's THE TWO FEMA BM's NEAR THE PROJECT ARE RM 330 -13 AND RM 330 -12 GPS TRAVERSE POINTS AND CHECK WITH ANGLES AND DISTANCES TOPOGRAPHIC SURVEY PROVIDE TOPOGRAPHIC SIIRVEY OP CI IISIIOLM TALI, FROM TIIE NORTH SIDE OF SAM BASS ROAD '10 SOUTH SIDE OF FM 3406, AND CHISHOLM PARKWAY TO IH 35. 111E LIMITS ARE FROM 100 BEYOND THE EXISTING R 0.W. ON BOTH SIDES OF CHISHOLM TRAIL AND CHISHOLM PARKWAY. AND ONION BRANCH FROM 1000 FEET UPSTREAM OF CHISHOM TRAIL TO 500 FEET DOWN STREAM OF CHISHOLM TRAIL. THE WIDTH IS DESRIBED AS BEYOND THE 100 YEAR FLOOD PI.AIN AS SHOWN ON FIRM 48491CCO330 D DATED JANUARY 3,1977. RTG WILL IDENTIFY AND MARK 10 TREES, AND ALL MANHOLES TO LOCATE WITH REQUIRED INFORMATION. CROSS SECTIONS WITH MAJOR GRADE BREAKS TO PROVIDE A DTM WITH 1 FOOT CONTOURS. PROVIDE BOREIIOLE LOCATIONS. RECORD INFORMATION FOR EXISTING R.O.W. LINE IN TOPO DGN. RIGHT -OF -WAY SURVEY OBTAIN AND DEED PLOT OWNERSHIP RECORDS FROM RESEARCH IN WILLIAMSON COUNTY. LOCATE PROPERTY CORNERS AND R.O.W. MONUMENTS FOR CHISHOM TRAIL AND CHISHOLM PARKWAY WITH IH 35 R.O.W. MONUMENTS. BOUNDARY ANALYSIS PROVIDE TO TXDOT STANDARDS R.O.W. ACQUISITION DOCUMENTS. STRIP MAP TO BE 11 X 17 100 SCALE DRAWINGS. SKETCHES TO BE I "= 100' WITH MAPCHECKS FOR ALL THREE DOCUMENT TYPES FOR EACII OF' 1'110 23 PARCELS WITH MONUMEN"1'A'I ION. DELIVERABLES DGN FORMAT WITH GEOPAK FILES. LEGAI. DESCRIPTIONS AND SKETCHES WITII STRIP MAP WITII CLOSURES FIELD 1300K COPIES ROW FILES ON A CD ROM 1 OF 1 C : \tony\PROPOSALS \rtg_chisolm.doc