Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
R-97-03-27-11G - 3/27/1997
WHEREAS, the City of Round Rock desires to retain engineering services for improvements to McNeil Road at County Road 172, and WHEREAS, Rodriguez & Huggins has submitted an agreement to provide said services, and WHEREAS, the City Council desires to enter into said agreement with Rodriguez & Huggins, 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 with Rodriguez & Huggins, for improvements to McNeil Road at County Road 172, a copy of said agreement being attached hereto and incorporated herein for all purposes. RESOLVED this 27th day of March, 1997. ATTEST: 5-8.ANNB—ANID, City Secretary C#EISTiA mRer,NEZ1, R:\ WPDDCS \RESOLDTI \RS70321D.WPD /scg RESOLUTION NO. R- 97- 03- 27 -11G CHARLES CULPEP'S, Mayor City of Round Rock, Texas STATE OF TEXAS § COUNTY OF WILLIAMSON § Contract No. THIS CONTRACT FOR ENGINEERING SERVICES ( "Contract ") is made by and between the City of Round Rock, 221 E. Main St., Round Rock, Texas 78664, hereinafter called "City" and Rndrigue7 Xr Huggins, fix- having its principal business address at 11824 Jollyville. Rd Ste 409. Austin, Texas, hereinafter called "Engineer" for the purpose of contracting for engineering services. WITNESSETH WHEREAS, Government Code, Chapter 2254, Subchapter A, "Professional Services Procurement Act" provides for the procurement of professional services of engineers; and ,ommsi. "pd/apctw WHEREAS, the City desires to contract for engineering services described as follows: Preparation of plans, specifications', estimates and bidding documents for the reconstruction of McNeil Road at CR 172 in the City of Round Rock AGREEMENT NOW, THEREFORE, the City and the Engineer, in consideration of the mutual covenants and agreements herein contained, do hereby mutually agree as follows: ARTICLE 1 SCOPE OF SERVICES TO BE PROVIDED BY City The City will furnish items and perform those services for fulfillment of the Contract as identified in Attachment A - Services to be Provided by the City, attached hereto and made a part of this Contract. Page 1 of 13 ARTICLE 2 SCOPE OF SERVICES TO BE PROVIDED BY ENGINEER The Engineer shall perform those engineering services for fulfillment of the Contract as identified in Attachment B - Services to be Provided by the Engineer, attached hereto and made a part of this Contract. The Engineer shall prepare a schedule of work identified as Attachment C - Work Schedule, attached hereto and made a part of this Contract. The Work Schedule shall contain a complete schedule so that the Engineer's Scope of Services under this Contract can be accomplished within the specified time and contract cost. The Work Schedule will provide specific work sequence and definite review times by the City and the Engineer of the work performed. If the review time should take longer than shown on the work schedule, through no fault of the Engineer, additional contract time will be authorized by the City through a supplemental agreement if requested by a timely written request from the Engineer and approved by the City. ARTICLE 3 CONTRACT PERIOD After execution of this Contract, the Engineer shall not proceed with the work outlined under Article 2 until authorized in writing by the City to proceed as provided in Article 6. This Contract shall terminate at the close of business on August 314 1997 unless extended by written supplemental agreement duly executed by the Engineer and the City prior to the date of termination, as provided in Article 11 - Supplemental Agreements, or otherwise terminated as provided in Article 19 - Termination. Any work performed or cost incurred after the date of termination shall be ineligible for reimbursement. The Engineer shall notify the City in writing as soon as possible if it determines, or reasonably anticipates, that the work under this Contract cannot be completed before the termination date, and the City may, at its sole discretion, extend the contract period by timely supplemental agreement as provided in Article 11 - Supplemental Agreements. The Engineer shall allow adequate time for review and approval of the request for time extension by the City prior to expiration of this Contract. The City shall pay and the Engineer agrees to accept the lump sum amount shown below as full compensation for the engineering services to be performed under this Contract. The lump sum amount payable under this Contract without modification of the Contract is $61,901 79 as shown in Attachment D - Fee Schedule. The lump sum amount payable may be revised by supplemental agreement in the event of a change in scope, additional complexity from that originally anticipated or character of work as authorized by the City. rod,engLwpd/spxtw ARTICLE 4 COMPENSATION Page 2 of 13 The Engineer shall prepare and submit to the City monthly progress reports in sufficient detail to support the progress of the work and in support of invoice requesting monthly payment. Any preferred format will be identified in Attachment B. Satisfactory progress of work shall be maintained as a condition of payment. The fee may be adjusted if additional work is approved by supplemental agreement and performed by the Engineer. ARTICLE 5 METHOD OF PAYMENT Payments to the Engineer for services rendered will be made while work is in progress. The Engineer will prepare and submit to the City, no more frequently than once per month, a progress report stating the percent completion of the work accomplished during the billing period and to date, and one original and one copy of a certified invoice in a form acceptable to the City). The submittal shall also include the progress assessment report, identified as Attachment H -2. Payment of the lump sum fee will be in proportion to the percent completion of the work tasks identified in Attachment D - Fee Schedule. Upon receipt and approval of each statement, the City shall make a good faith effort to pay the amount which is due and payable within thirty (30) days. The City shall reserve the right to withhold payment pending verification of satisfactory work performed. The Engineer must submit adequate proof to the City that the task was completed. The certified statements shall show the total amount earned to the date of submission and the amount due and payable as of the date of the current statement. Final payment does not relieve the Engineer of the responsibility of correcting any errors and /or omissions resulting from its negligence. ARTICLE 6 NOTICE TO PROCEED The City will issue a written authorization to proceed with the work identified in the scope of services. The City shall not be responsible for actions by the Engineer or any costs incurred by the Engineer relating to additional work not included in Attachment B - Services to be Provided by the Engineer. ARTICLE 7 PROGRESS The Engineer shall, from time to time during the progress of the work, confer with the City. The Engineer shall prepare and present such information as may be pertinent and necessary, or as may be requested by the City, in order to evaluate features of the work. mdrengi.wpdt pectw Page 3 of 13 At the request of the City or the Engineer, conferences shall be provided at the Engineer's office, the office of the City, or at other locations designated by the City. These conferences shall also include evaluation of the Engineer's services and work when requested by the City. Should the City determine that the progress in production of work does not satisfy the Work Schedule, the City shall review the work Schedule with the Engineer to determine corrective action needed. The Engineer shall promptly advise the City in writing of events which have a significant impact upon the progress of the work, including: (1) problems, delays, adverse conditions which will materially affect the ability to attain program objectives, prevent the meeting of time schedules and goals, or preclude the attainment of project work units by established time periods; this disclosure will be accompanied by statement of the action taken, or contemplated, and any City assistance needed to resolve the situation; and (2) favorable developments or events which enable meeting the work schedule goals sooner than anticipated. ARTICLE 8 SUSPENSION Should the City desire to suspend the work, but not terminate the Contract, this may be done by thirty (30) calendar days verbal notification followed by written confirmation from the City to that effect. The thirty day notice may be waived in writing by both parties. The work may be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice from the City to resume the work. The sixty day notice may be waived in writing by both parties. If the City suspends the work, the contract period as determined in Article 3 is not affected and the Contract will terminate on the date specified unless the Contract is amended. The City assumes no liability for work performed or costs incurred prior to the date authorized by the City to begin work, during periods when work is suspended, or subsequent to the contract completion date. If the Engineer is of the opinion that any work it has been directed to perform is beyond the scope of this Contract and constitutes extra work, it shall promptly notify the City in writing. In the event the City finds that such work does constitute extra work and exceeds the maximum amount payable, the City shall so advise the Engineer and a written supplemental agreement will be executed between the parties as provided in Article 11. The Engineer shall not perform any proposed additional work or incur any additional costs prior to the execution, by both parties, of a supplemental agreement. The City shall not be responsible for actions by the Engineer or any costs incurred by the Engineer relating to additional work not directly associated with the rodrtngiwpd/epcaw ARTICLE 9 ADDITIONAL WORK Page 4 of 13 performance of the work authorized in this Contract or as amended. ARTICLE 10 CHANGES IN WORK If the City finds it necessary to request changes to previously satisfactorily completed work or parts thereof which involve changes to the original scope of services or character of work under the Contract, the Engineer shall make such revisions if requested and as directed by the City. This will be considered as additional work and paid for as specified under Article 9 - Additional Work. The Engineer shall make such revisions to the work authorized in this Contract which has been completed as are necessary to correct errors appearing therein, when required to do so by the City. No additional compensation shall be paid for this work. ARTICLE 11 SUPPLEMENTAL AGREEMENTS The terms of this Contract may be modified by supplemental agreement if the City determines that there has been a significant change in (1) the scope, complexity or character of the service to be performed; or (2) the duration of the work. Additional compensation, if appropriate, shall be identified as provided in Article 4. Any supplemental agreement must be executed by both parties within the contract period specified in Article 3 - Contract Period. It is understood and agreed that no claim for extra work done or materials furnished shall be made by the Engineer until full execution of the supplemental agreement and authorization to proceed is granted by the City. The City reserves the right to withhold payment pending verification of satisfactory work performed. All data, basic sketches, charts, calculations, plans, specifications, and other documents created or collected under the terms of this Contract are the exclusive property of the City and shall be furnished to the City upon request. All documents prepared by the Engineer and all documents furnished to the Engineer by the City shall be delivered to the City upon completion or termination of this Contract. The Engineer, at its own expense, may retain copies of such documents or any other data which it has furnished the City under this Contract. Release of information shall be in conformance with the Texas Open Records Act. rodrengiwpolspectw ARTICLE 12 OWNERSHIP OF DOCUMENTS Page 5 of 13 tndtrngLwpdhpcctw ARTICLE 13 PERSONNEL, EQUIPMENT AND MATERIAL The Engineer shall furnish and maintain, at its own expense, quarters for the performance of all services, and adequate and sufficient personnel and equipment to perform the services as required. All employees of the Engineer shall have such knowledge and experience as will enable them to perform the duties assigned to them. Any employee of the Engineer who, in the opinion of the City, is incompetent, or whose conduct becomes detrimental to the work, shall immediately be removed from association with the project when so instructed by the City. The Engineer certifies that it presently has adequate qualified personnel in its employment for performance of the services required under this Contract, or will be able to obtain such personnel from sources other than the City. The Provider may not change the Project Manager without prior consent of the City. ARTICLE 14 SUBCONTRACTING The Engineer shall not assign, subcontract or transfer any portion of the work under this Contract without prior written approval from the City. All subcontracts shall include the provisions required in this Contract and shall be approved as to form, in writing, by the City prior to work being performed under the subcontract. No subcontract relieves the Engineer of any responsibilities under this Contract. ARTICLE 15 EVALUATION OF WORK The City and any authorized representatives, shall have the right at all reasonable times to review or otherwise evaluate the work performed or being performed hereunder and the premises in which it is being performed. If any review or evaluation is made on the premises of the Engineer or a subprovider, the Engineer shall provide and require its subproviders to provide all reasonable facilities and assistance for the safety and convenience of the City or USDOT representatives in the performance of their duties. Page 6 of 13 mdmn8iwpd/spectw ARTICLE 16 SUBMISSION OF REPORTS All applicable study reports shall be submitted in preliminary form for approval by the City before final report is issued. The City's comments on the Engineer's preliminary report will be addressed in the final report. ARTICLE 17 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of Contract terms or breach of contract by the Engineer shall be grounds for termination of the Contract and any increased cost arising from the Engineer's default, breach of contract or violation of contract terms shall be paid by the Engineer. ARTICLE 18 TERMINATION The Contract may be terminated before the stated termination date by any of the following conditions. (1) By mutual agreement and consent, in writing of both parties. (2) By the City by notice in writing to the Engineer as a consequence of failure by the Engineer to perform the services set forth herein in a satisfactory manner. (3) By either party, upon the failure of the other party to fulfill its obligations as set forth herein. (4) By the City for reasons of its own and not subject to the mutual consent of the Engineer upon not less than thirty (30) days written notice to the Engineer. (5) By satisfactory completion of all services and obligations described herein. Should the City terminate this Contract as herein provided, no fees other than fees due and payable at the time of termination shall thereafter be paid to the Engineer. In determining the value of the work performed by the Engineer prior to termination, the City shall be the sole judge. Compensation for work at termination will be based on a percentage of the work completed at that time. Should the City terminate this Contract under (4) of the paragraph identified above, the amount charged during the thirty (30) day notice period shall not exceed the amount charged during the preceding thirty (30) days. If the Engineer defaults in the performance of this Contract or if the City terminates this Contract for fault on the part of the Engineer, the City will give consideration to the actual costs incurred by the Engineer in performing the work to the date of default, the amount of work required which was satisfactorily completed to date of default, the value of the work which is Page 7 of 13 usable to the City, the cost to the City of employing another firm to complete the work required and the time required to do so, and other factors which affect the value to the City of the work performed at the time of default. The termination of this Contract and payment of an amount in settlement as prescribed above shall extinguish all rights, duties, and obligations of the City and the Engineer under this Contract, except the obligations set forth in Article 19 of this Contract. If the termination of this Contract is due to the failure of the Engineer to fulfill its contract obligations, the City may take over the project and prosecute the work to completion. In such case, the Engineer shall be liable to the City for any additional cost occasioned the City. The Engineer shall be responsible for the settlement of all contractual and administrative issues arising out of the procurement made by the Engineer in support of the scope of services under this Contract. The Engineer shall comply with all applicable Federal, State and local laws, statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or administrative bodies or tribunals in any manner affecting the performance of this Contract, including, without limitation, worker's compensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When required, the Engineer shall furnish the City with satisfactory proof of its compliance therewith. ,odccngiwpd/ pectw ARTICLE 19 COMPLIANCE WITH LAWS ARTICLE 20 INDEMNIFICATION The Engineer shall save harmless the City and its officers and employees from all claims and liability due to activities of itself, its agents, or employees, performed under this Contract and which are caused by or result from error, omission, or negligent act of the Engineer or of any person employed by the Engineer. The Engineer shall also save harmless the City from any and all expense, including, but not limited to, attorney fees which may be incurred by the City in litigation or otherwise resisting said claim or liabilities which may be imposed on the City as a result of such activities by the Engineer, its agents, or employees. ARTICLE 21 ENGINEER'S RESPONSIBILITY The Engineer shall be responsible for the accuracy of its work and shall promptly make necessary revisions or corrections resulting from its errors, omissions, or negligent acts without compensation. The Engineer's responsibility for all questions arising from design errors and /or omissions will be determined by the City. The Engineer will not be relieved of the responsibility for subsequent correction of any such errors or omissions or for clarification of any ambiguities until after the construction phase of the project has been completed. Page 8 of 13 ARTICLE 22 ENGINEER'S SEAL The responsible Engineer shall sign, seal and date all appropriate engineering submissions to the City in accordance with the Texas Engineering Practice Act and the Rules of the State Board of Registration for Professional Engineers. ARTICLE 23 NONCOLLUSION The Engineer warrants that it has not employed or retained any company or persons, other than a bona fide employee working solely for the Engineer, to solicit or secure this Contract and that it has not paid or agreed to pay any company or engineer any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, the City shall have the right to annul this Contract without liability or, in its discretion, to deduct from the contract price or compensation, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. ARTICLE 24 INSURANCE The Engineer shall furnish the City a properly completed Certificate of Insurance approved by the City prior to beginning work under this Contract and shall maintain such insurance through the contract period. The completed Certificate of Insurance shall be attached hereto and identified as Attachment G. ARTICLE 25 INSPECTION OF ENGINEER'S BOOKS AND RECORDS AND AUDIT REQUIREMENTS The City shall have the exclusive right to examine the books and records of the Engineer for the purpose of checking the amount of work performed by the Engineer at the time of contract termination. The Engineer shall maintain all books, documents, papers, accounting records and other evidence pertaining to cost incurred and shall make such materials available at its office during the contract period and for four (4) years from the date of final payment under this Contract or until pending litigation has been completely and fully resolved, whichever occurs last. The City or any of its duly authorized representatives, shall have access to any and all books, documents, papers and records of the Engineer which are directly pertinent to this Contract for the purpose of making audits, examinations, excerpts and transcriptions. mdrengLwpd/spc rw Page 9 of 13 ARTICLE 26 DEBARMENT, SUSPENSION AND DISCIPLINARY ACTION The Engineer warrants that the representations included in the Debarment Certification (Negotiated Contracts) submitted with the offer to provide services are current and still valid. ARTICLE 27 COPYRIGHTS The City shall have the royalty free, nonexclusive and irrevocable right to reproduce, publish or otherwise use, and to authorize others to use any reports developed by the Engineer for governmental purposes. ARTICLE 28 COMPUTER GRAPHICS FILES The Engineer agrees to comply with the Special Provision "Computer Graphics Files for Document and Information Exchange," if determined by the City to be applicable to this Contract and if so stated in Attachment B and attached hereto. ARTICLE 29 SUCCESSORS AND ASSIGNS The Engineer, and the City, do hereby bind themselves, their successors, executors, administrators and assigns to each other party of this agreement and to the successors, executors, administrators, and assigns of such other party in respect to all covenants of this Contract. The Engineer shall not assign, subcontract or transfer its interest in this Contract without the prior written consent of the City. ARTICLE 30 SEVERABILITY In the event any one or more of the provisions contained in this Contract shall for any reason, be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provision thereof and this Contract shall be construed as if such invalid, illegal, or unenforceable provision had never been contained herein. rodrrngiwpd/epmtw Page 10 of 13 This Contract constitutes the sole and only agreement of the parties hereto and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. rodrengi.wpd/apoenv ARTICLE 31 PRIOR CONTRACT SUPERSEDED Page 11 of 13 All notices to either party by the other required under this Contract shall be personally delivered or mailed to such party at the following respective address: mdrengi.wpd/epxtw City of Round Rock Attn.: City Manager 221 E. Main St. Round Rock, TX 78664 with copy to: Stephan L. Sheets City Attorney 309 E. Main St. Round Rock, Texas 78664 ARTICLE 32 NOTICES Engineer Attn • Mark F. Rodriguez, P R • • - t• - '1 Austin TX 78759 Page 12 of 13 The undersigned signatory or signatories for the Engineer hereby represent and warrant that the signatory is an officer of the organization for which he or she has executed this Contract and that he or she has full and complete authority to enter into this Contract on behalf of the firm. The above- stated representations and warranties are made for the purpose of inducing the City to enter into this Contract. IN WITNESS HEREOF, the City and the Engineer have executed these presents in duplicate. THE ENGINEER R // ��O Signature Mark E. Rodriguez, P.E. Printed Name President By: Title 3/27/97 Date City o R ., i Charles Culpepper, Mayor LIST OF ATTACHMENTS rodreng.wpd/spectw ARTICLE 33 SIGNATORY WARRANTY Attachment A - Services to be Provided by the City Attachment B - Services to be Provided by the Engineer Attachment C - Work Schedule, if applicable Attachment D - Fee Schedule Attachment E - Work Authorizations, if applicable Attachment F - Supplemental Work Authorizations, if applicable Attachment G - Certificate of Insurance, if applicable Page 13 of 13 SERVICES TO BE PROVIDED BY THE CITY OF ROUND ROCK The City of Round Rock will furnish to the Engineer the following items /information: PRELIMINARY DESIGN STUDIES 1. Traffic evaluations and projections. 2. Roadway design criteria. 3. Copies of as -built construction plans. 4. Coordinate and conduct preliminary design concept conference. 5. An example of an acceptable format and content of a schematic and a set of construction documents (PS &E). PUBLIC INVOLVEMENT 1. Schedule, coordinate, and conduct public involvement meetings and hearings. RIGHT -OF -WAY (ROW) 1. Provide ROW map. 2. Lead the utility coordination process. 3. Acquire utility information (plans, maps, etc.) for utilities effected by the project. 4. Obtain all required Utility Agreements. HELD SURVEYING 1. Provide all survey information to date. EXHIBIT A ROADWAY DESIGN CONTROL 1. Design speed and specific criteria for project design. 2. Coordination necessary to secure typical section and preliminary design approval. 3. Develop proposed pavement sections /designs. DRAINAGE DESIGN 1. Provide available information on existing drainage facility. SIGNING, PAVEMENT MARKINGS AND SIGNALIZATION 1. Provide standard detail as necessary. MISCELLANEOUS (ROADWAY) 1. Coordinate and host utility coordination meetings. 2. Prepare and coordinate any Utility Agreements required. 3. Prepare and coordinate any Railroad Agreement required. 4. Provide standard detail sheets, bidding documents, and specification as necessary. LETTING PROCESS 1. Publish notice of project letting and invitation to bid. 2. Award contract to successful bidder. EXHIBIT B SERVICES TO BE PROVIDED BY THE ENGINEER The work effort and the management for the project included in this contract will be conducted in the Engineer's office in Austin, Texas. The Engineer will be readily accessible to the City of Round Rock staff and will meet with the City's project manager as necessary. At a minimum, monthly progress reports will be submitted, which will detail on -going work as well as work accomplished since the previous report. A memorandum documenting progress meetings will be prepared by the Engineer. When feasible, the City's standard drawings, and specifications of previously approved special provisions /specifications will be utilized. If a special provision or special specification must be developed under this contract, it shall be in the City's format, and, to the extent possible, incorporate references to the City's approved test procedures. All work is subject to the review and approval of the City of Round Rock. For those items which require preliminary approval, a special designation for preliminary submission is noted in the following List of services to be provided. The plan sheets specified in the following list of tasks will adhere to 11"x17" format . Specific project items not adequately addressed on example sheets should be discussed with the City's Project Manager. To minimize revisions, the Engineer will request sample copies of any sheets /schematics /etc. for clarification. The Engineer will incorporate all plans furnished by the City into one complete set of engineering documents. The Engineer will solicit and secure written permission for entry to accomplish any work beyond the existing right of way. The Engineer is fully responsible for any traffic control required from any data collection activities. The control must be consistent with the City's procedures. The Engineer may not close a lane of traffic without the written approval of the City's Project Manager. All survey work shall be done in accordance with Texas Board of Professional Surveyors "Manual of Practice for Land Surveying." The Engineer shall provide the following engineering services required for the preparation of the plans, specifications and estimate (PS &E). PRELIMINARY DESIGN STUDIES 1. Attend preliminary design concept conference. 2. Collect and review all available data. 3. Develop a design schematic on controlled planimetrics. (schematic and typical sections require formal submission and approval) PUBLIC INVOLVEMENT 1. Prepare public meetings displays and exhibits, as required. RIGHT -OF -WAY (ROW) 1. Participate in the utility coordination process. FIELD SURVEYING 1. Establish two (2) permanent bench marks for the project. 2. Provide ties to planimetric features. Provide DGN mapping file. 3. Tie and profile existing drainage facilities and cross section natural drainage features as needed. 4. Provide ties to existing underground and overhead utilities, as needed. 5. Set horizontal and vertical control. 6. Provide natural ground cross - sections at 50 feet intervals. ROADWAY DESIGN CONTROL 1. Refine the horizontal and vertical alignment of roadways. 2. Provide design cross - sections. 3. Compute earthwork quantities. 4. Prepare typical sections. 5. Develop plan/profile sheets. 6. Develop intersection/driveway details. 7. Miscellaneous roadway details. DRAINAGE DESIGN 1. Prepare drainage area maps showing existing conditions and proposed improvements. 2. Prepare hydraulic computations for culverts, channels, storm sewer and inlets. 3. Prepare hydraulic data sheets. 4. Develop storm sewer plan/profile and culvert cross section sheets. 5. Develop miscellaneous drainage details. 6. Summary of quantities for drainage items. 7. Develop SW3P plans per phase consistent with the TCP. 8. Prepare SW3P quantities and summaries. SIGNING, PAVEMENT MARKINGS AND SIGNALIZATION 1. Prepare signing and pavement markings layout: 2. Prepare summary of small signs. 3. Prepare summary of pavement markings. 4. Traffic signal plans. MISCELLANEOUS (ROADWAY) 1. Develop Traffic Control Plan (TCP), Detours, and Sequence of Construction layouts. A detailed TCP shall be developed utilizing the MUTCD and the current TxDOT Barricade and Construction Standards. Each phase should identify the existing and proposed traffic control devices that will be used to handle traffic during each sequence of construction, including regulatory signs, warning signs, construction warning signs, guide signs, route markers, construction pavement markings, channelizing devices, portable changeable message signs, flashing arrow boards, barricades, barriers, etc. 2. Prepare a narrative of the construction sequencing. 3. Prepare phasing quantities and summaries. 4. Identify existing items to be removed and prepare removal layouts and summaries. 5. Prepare exhibits for utility and railroad agreements. 6. Prepare miscellaneous details as required 7. Prepare estimate, specifications and general notes. 8. Prepare special specifications as required for non - standard items. 9. Prepare cost estimate. 10. Prepare construction time estimate. LETTING PROCESS 1. Prepare twenty copies of construction plans and bid documents. 2. Provide copies of construction plans and bid documents to prospective bidders. 3. Accept completed bid documents. 4. Review submitted bid documents and recommend action relative to the award of contract to the City of Round Rock. SCHEDULE 1. It anticipated that the Notice to Proceed will be dated March 28,1997. The Engineer will submit 100% complete plans to the City of Round Rock by Junel, 1997, for TxDOT review. The anticipated letting date is July, 1997. Interim review of the project will be accomplished at the 50% and 95% stages and by close coordination with the City's Project Manager. NO 1 TITLE SHEET 160 0 PROJECT LAYOUT (1"=200') 160 2 TRAFFIC CONTROL PLAN (1"=100') 163 1 TYPICAL SECTIONS 160 O ESTIMATE AND QUANTITY 163 , 1 GENERAL NOTES 163 0 GRADING SUMMARY 163 1 MISCELLANEOUS SUMMARIES 163 0 HORIZ ALIGN DATA/X -SLOPE TABLE 160 O INLET & MANHOLE/SS SUMMARY 161 O STRUCTURE SUMMARY 161 O EROSION CONTROL SUMMARY 161 3 PLAN PROFILE (1 "=40') 160 2 INTERSECTION DETAILS (1".20') 160 O DRIVEWAY DETAILS 160 1 SW3P(1" =100') 161 O PERM EROSION,SEDIMENTATION & WP 161 1 DRAINAGE AREA MAP (1"=200') 161 0 HYDRAULIC DATA 161 0 BRIDGE HYDRO DATA 161 1 MISC DRAINAGE DETAILS 161 1 STORM SEWER PLAN AND PROFILE 161 O CHANNEL PLAN AND PROFILE 161 0 CULV X -SECT AND DETAILS (1"=20') 161 2 RETAINING WALL LAYOUTS (1 " =20') 163 1 STRIP, DELIN & SMALL SIGNS (1 "=40) 162 5 SIGNAL LAYOUTS AND DETAILS (1 LOCATION) 162 O BRIDGE LAYOUT 170 0 BRIDGE DETAILS 170 O MISC ROADWAY DETAILS 160 7 TOTAL FC 160 4 TOTAL FC 161 6 TOTAL FC 162 6 TOTAL FC 163 O TOTAL FC 170 23 GRAND TOTAL ATTACHMENT D Mc NEIL ROAD CITY OF ROUND ROCK SHEET F.C. ATTACHMENT D ROADWAY DESIGN CONTROLS (Function Code 160) Classification Principal Project Manager Senior Engineer Engineer CADD Technician Clerical Sub -total (F.C. 160) DRAINAGE (Function Code 161) Classification Principal Project Manager Senior Engineer Engineer CADD Technician Clerical Sub -total (F.C. 161) Classification Principal Project Manager Senior Engineer Engineer CADD Technician Clerical Sub -total (F.C. 162) MISCELLANEOUS (ROADWAY) (Function Code 163) Classification Principal Project Manager Senior Engineer Engineer CADD Technician Clerical Manhours Manhours SIGNING, MARKINGS AND SIGNALIZATION (Function Code 162) Manhours Manhours Rate 7 $35.00 $245.00 47 $31.25 $1,468.75 51 $31.25 $1,593.75 91 $24.00 $2,184.00 37 $20.00 $740.00 12 $13.00 $156.00 245 $6,387.50 Rate 4 $35.00 $140.00 27 $31.25 $843.75 29 $31.25 $906.25 52 $24.00 $1,248.00 21 $20.00 $420.00 7 $13.00 140 $3,558.00 Rate 6 $35.00 40 $31.25 44 $31.25 78 $24.00 32 $20.00 11 $13.00 PAGE 2 $210.00 $1,250.00 $1,375.00 $1,872.00 $640.00 $143.00 211 $5,490.00 Rate 6 $35.00 $210.00 40 $31.25 $1,250.00 44 $31.25 $1,375.00 78 $24.00 $1,872.00 32 $20.00 $640.00 11 $13.00 $143.00 Sub -total (F.C. 163) 211 $5,490.00 ATTACHMENTD Mc NEIL ROAD CITY OF ROUND ROCK DIRECT LABOR $0.00 50.00 SO 00 06,38750 53,558,00 55,49000 S5,490.00 $0.00 OVERHEAD 135% $0,00 SO 00 50.00 08,623.13 04,803.30 $7,411.50 07,411 50 $0.00 TOTAL LABOR 5000 5000 $0,00 015,01063 58,361.30 $12,901.50 $12,901 50 $0.00 FIXED FEE 12 50% 50.00 50.00 50.00 $1,87633 51,04516 51,612.69 01,612.69 $000 TOTAL COST 50.00 $0.00 5000 016,886,95 59,406.46 $14,514.19 $14,514 19 $0.00 ROUTE AND LOCATION STUDIES (F C. 110) ENVIRONMENTAL STUDIES (F.C. 120) FIELD SURVEYING (F.C. 150) ROADWAY DESIGN CONTROLS (F.C. 160) DRAINAGE (F C. 161) SIGNING, ETC. (F.C. 162) MISCELLANEOUS (ROADWAY) (F.C. 163) BRIDGE DESIGN (F.C.170) SUB -TOTAL $6,146.87 $55,321.79 DIRECT EXPENSES. CADD EQUIPMENT (S 12 00 HR) AIRLINE (5 . EA) PER DIEM ($ . DAY) MILEAGE (IN -TOWN) 50.30/MI DELIVERIES, SUPPLIES, ETC. FINAL PLOTS (@ $10) MATERIAUSUPPLIES & REPRODUCTION 403 500 LS 0 LS $4,830 00 9150.00 $000 S0.00 5400.00 TOTAL EXPENSES $5,380.00 SUB - CONTRACTS McGRAY & McGRAY(SURVEYING) 53,200,00 TOTAL SUB - CONTRACTS 93,200 00 SUB -TOTAL 58,580.00 TOTAL COST 963,901.79 PAGE 3 7.1. Name of Insurance Co.: UTICA UTICA LLOYDS OF TEXAS 8.1: Name of Authorized Agent CARL BURTON INSURANCE AGENCY ____ 8.2 Agent's Address v/ ` ' 9410 B ANDERSON MILL ROAD 7.2 Company Address: P.O. BOX 75374 7.3 City: DALLAS 7.4: State TEXAS 7.5: Zip 75374 8.3 Citv AUSTIN 8.4 State TEXAS 8.5 Zip 78729 CITY OF ROUND ROCK NOTE: Copies of the endorsements listed CERTIFICATE OF INSURANCE below are not required as attachments to this certificate. The named contractor shall not commence work until he /she has obtained the minimum insurance specified in Section H, below, and obtained the following endorsements: The City of Round Rock as an Additional insured for coverages 3, 4 & 5, and a Waiver of Subrogation in favor of the City under coverages 2, 3, 4 & 5. Only certificates of insurance published by this City are acceptable as proof of Insurance. Commercial carriers certificates are unacceptable SECTION L IDENTIFICATION DATA: 1.1 Insured Contractor's Name: RODRIGUEZ S. HUGGINS, INC. 1.2 Street/Mailing Address: 1.4: State: TEXAS 1.3: City: AUSTIN 1.6: Phone: ( 512 ) 335 -1754 SECTION IL TYPE OF INSURANCE: Type: Policy No.: SECTION III - CERTIFICATION: -97 11824 JOLLYVILLE RD #402, Effective date: 1.5: Zip: 78759 Expiration Date: Limits of Liability not less than: 2. Workers' Compensation: 2.1 2.2 2.3 Statutory -Texas Endorsed with a Waiver of Subrogation in favor of the City of Round Rock. 3. Commercial General Liability: Bodily injury/ 3.1 CPP1993565 3.2 3 -12 -97 3,3 3 -12 -98 $300,000 combined single Property damage limit each occurrence and in the aggregate. Endorsed with the City of Round Rock as an Additional Insured and endorsed with Waiver of Subrogation in favor of the City of Round Rock. 4. Texas Business Automobile Policy: A. Bodily Injury: 4.1 CPP1993565 4.2 3 -12 -97 4.3 3 -12 -98 $100,000 ea. person 5300,000 ea. occurrence B. Property Damage 4.4 CPP1993565 4.5 3 -12 -97 4 3 -12 -98 $50,000 ea. occurrence Endorsed with the City of Round Rock as an Additional Insured and endorsed with Waiver of Subrogation in favor of the City of Round Rock. 5. Professional Liability Policy: 5.1 5.2 5.3 Endorsed with a Waiver of Subrogation in favor of the City of Round Rock. 6. Umbrella Policy (if Applicable): 6.1 6.2 6.3 $ This Certificate of Insurance neither affirmatively or negatively amends, extends, or alters the coverage afforded by the above Insurance policies issued by the insurance company named below. Cancellation of the insane policies shall not be made until THIRTY DAYS AFTER the undersigned agent or his/her company has c.:nt wrirem notices by certified mail to the contractor and the City of Round Rock. THIS IS TO CERTIFY to the City of Round Rock, that the insurance policies above met all the requirements stipulated above and suc polic cert insffomut 7.1. Nerve of Insurance Co.: 9 r p noes t torte an effect. 8.1: Name of Authorized Agent "")-� TEXAS WORKMEN'S COMPENSATION FUND CARL BURTON INS A EN 72 Company Address: 8.2 Agent's Address P.O. BOX 12058 9410 B ANDERSON MILL ROAD 7.3 City: 7.4: State 7.5: Zip 8.3 City 8.4 State 8.5 Zi AUSTIN TEXAS 78711 AUSTIN TEXAS 787 29 Mar - 07 CITY OF ROUND ROCK NOTE: Copies of the endorsements listed CERTIFICATE OF INSURANCE below are not required as attachments to this certificate. The named contractor shall not commence work until he/she has obtained the minimum insurance specified in Section II, below, and obtained the following endorsements: The City of Round Rock as an Additional insured for coverages 3, 4 & 5, and a Waiver of Subrogation in favor of the City under coverages 2,3.4 & 5. Only certJcates of insurance published by this City are acceptable as proof of Insurance. Commercial carriers certificates are unacceptable SECTION L IDENTIFICATION DATA: 1.1 Insured Contractor's Name: RODRIGUEZ & HUGGINS, INC. 1.2 Street/Mailing Address: 1.4: State: TEXAS 1.3: City: 1.6: Phone: ( 512 AUSTIN 335 -1754 SECTION IL TYPE OF INSURANCE: Type: Policy No.: 11824 JOLLYVILLE ROAD SUITE 402 Effective date: 2. Workers' Compensation: 2.1 SBP1061369 22 7 -17 -96 Endorsed with a Waiver of Subrogation in favor of the City of Round Rock. 3. Commercial General Liability: Bodily injury/ 3.1 3.2 Property damage Expiration Date: 2.3 7 -17 -97 Statutory-Texas 3.3 Endorsed with the City of Round Rock as an Additional Insured and endorsed with Waiver of Subrogation in favor of the 4. Texas Business Automobile Policy: A. Bodily Injury: 4.1 4.2 4.3 B. Property Damage 4.4 4.5 4.6 Endorsed with the City of Round Rock as an Additional Insured and endorsed with Waiver of Subrogation in favor of the 5. Professional Liability Policy: 5.1 5.2 5.3 Endorsed with a Waiver of Subrogation in favor of the City of Round Rock. 1.5: Zip: 78759 Limits of Liability not less than: 5300,000 combined single limit each occurrence and in the aggregate. City of Round Rock. 5100,000 ea. person 5300,000 ea. occurrence $50,000 ea. occurrence City of Round Rock. 6. Umbrella Policy (if Applicable): 6.1 6.2 6.3 $ SECTION III - CERTIFICATION: 'This Certificate of Insurance neither affirmatively or negatively amends, extends, or alters the coverage afforded by the above insurance policies issued by the insurance company named below. Cancellation of the instance policies shall not be made until THIRTY DAYS AFTER the undersigned agent or his/her company has sent written notices by certified mad to the contractor and the City of Rmmd Rock THIS IS TO CERTIFY to the City of Round Rock, that the insu polici above met all there u sl' cen_ms./fonns8 DPIC Companies, Inc. Design Professionals Insurance Company Item 1 — Item 2 — Item 3 -- Item 4 — Item 5 — Item 11 9 Farm Springs Drive • Farmington, CT 06032 A Member at the Orion Capital Compares NAMED INSURED: Rodriquez & Huggins, Inc. MAILING ADDRESS: 11824 Jollyville Road Suite 302 Austin, Texas 78759 Phone # (519) •95 -175.1 POLICY PERIOD: LIMITS OF INSURANCE: Professional Liability $ 1,000,000 /1,000,000 Optional Endorsements Shared Cost of Defense Dollar One Defense Education Program Credits Limitation of Liability Special Coverage Other Item 6 — TOTAL PREMIUM: Assessments/Taxes Item 7 — DEDUCTIBLE' $ 5,000 Item 8 — NOTICE OF CLAIMS MADE AND REPORTED POLICY: Professional Liability coverage is on a CLAIMS MADE AND REPORTED BASIS. Coverage applies only to those CLAIMS that are first reported to the Company during the policy period. Hem 8 NOTICE OF EXPENSE WITHIN THE LIMITS: • Professional Liability Coverage contains a provision that:(a) reduces the Limits of Insurance stated in the policy by the costs of CLAIMS EXPENSES andfor (b) may permit CLAIMS EXPENSES to be applied against the deductible or retention amount,if any Item 10 — RETROACTIVE DATE. 07/22/96 The policy consists of this Declaration Page, Insuring Agreement and Endorsements listed as follows: DP37000-0 (01/96); DP37515-0 (01 /96); DP37755-0 (01/96); DP37254-0 (01/96); PLEASE READ THE POLICY CAREFULLY AND DISCUSS THIS COVERAGE WITH THE INSURANCE AGENT OR BROKER DESIGNATED BELOW Agent: Commercial Insurance a _pt, Inc. Countersigned at: Austin, Texas # n/a # 1 # n/a # n/a # n/a Form No. DP37001-0 (01/98) ©1055 DPIC Companiea,Nc PL509568 Declar PROFESSIONAL LIABILITY POLICY FOR DESIGN PROFESSIONALS POLICY NUMBER FAX #(519) 995_17aa Electronic Mall # nia Effective Date 07/22/96 Expiration Date 07/22/97 (12:01 am. Local Time at the Above Mailing Address) EACH CLAIM / AGGREGATE PREMIUM n/a EACH CLAIM /$ n/a $ $ AGGREGATE Date Issued: 07/29/96 MEJ -0- 375 -o- -o- -o- 4,759 5,134 Countersigned by: DATE: March 25, 1997 SUBJECT: City Council Meeting, March 27, 1997 ITEM: 11G. Consider a resolution authorizing the Mayor to execute a contract with Rodriguez and Huggins for engineering services for improvements to McNeil Road at County Road 172. STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: On March 10, 1997, the Austin Transportation Study Policy Advisory Committee approved $ 375,000.00 in funding for improvements to the intersection of McNeil Road at County Road 172. The improvements include raising the grade of McNeil Road and constructing a traffic signal. The proposed contract with Rodriguez and Huggins, Inc. for engineering services will cover all planning and design work for the proposed project. The total fee for this contract is $ 63,901.79 and calls for the completion of all design work by June 1, 1997 with a construction contract to be bid in July, 1997. Staff recommends that this contract be authorized. �y ialtt Mayor Charles Culpepper Mayor Pro-tem Earl Palmer Coundl Members Robert Stluka Rod Morgan Rick Stewart Martha Chavez Jimmy Joseph CITY OF ROUND ROCK April 1, 1997 Mr. Mark E. Rodriguez, P.E. 11824 Jollyville Road, Suite 402 Austin, TX 78759 Dear Mr. Rodriguez: The Round Rock City Council approved Resolution No. R- 97- 03- 27 -11G at their regularly scheduled meeting on March 27, 1997. Enclosed is a copy of the resolution and an original agreement for your files. If you have any questions, please do not hesitate to call. Sincerely, Enclosure(s) Joanne Land Assistant City Manager/ City Secretary City Manager Robert L Bennett, J,: City Attorney Stephan L Sheen Fax: 512.218 -7097 1- 800.735.2989 TDD 221 Fast Main Sheet Round Rock Texas 78664 512.218 -5400 1. 800.735.2988 Win