Loading...
R-97-06-26-10C - 6/26/1997services for a roadway schematic for Park Valley Drive, a Round Rock Hospital traffic study, and alternatives and schematics for improvements to RM 620, and WHEREAS,Rodriguez & Huggins, Inc. has submitted an agreement to provide said services, and WHEREAS, the City Council desires to enter into said agreement with Rodriguez & Huggins, 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 with Rodriguez & Huggins, Inc., for a roadway schematic for Park Valley Drive, a Round Rock Hospital traffic study, and alternatives and schematics for improvements to RM 620, a copy of said agreement being attached hereto and incorporated herein for all purposes. RESOLVED this 26th day of June, 1997. ATTEST: I4! 4LIi E LAND, City Secretary S:\ NPDOCS \RSSOLUTI \RS70626C.HPD /scg RESOLUTION NO. R- 97- 06- 26 -10C WHEREAS, the City of Round Rock desires to retain engineering CHARLES C TJ�L -.. ER, 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 Rodriguez & Huggins. Inc. having its principal business address at 1 1824 Jollyville Rd., Ste. 402, Austin, Texas, hereinafter called "Engineer" for the purpose of contracting for engineering services. WITNFSSETH WHEREAS, Govemment Code, Chapter 2254, Subchapter A, "Professional Services Procurement Act" provides for the procurement of professional services of engineers; and WHEREAS, the City desires to contract for engineering services described as follows: Preparation of a schematic for Park Valley Drive from Wyoming Springs Drive to Oakwood Blvd; traffic evaluation of the Round Rock Hospital traffic and determination of traffic signal w manta at the Hospital drive with RM 620; and development of two alternative schematics for the n. . n • to • 1 111 .u .i1• t 1 - 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. Parkvty.rng/yxcnv AGREEMENT 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 ,September 30, 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. ARTICLE 4 COMPENSATION The City shall pay and the Engineer agrees to accept the lump sum amount shown below as full compensation for the engineering services to be performed under this Contract. The lump sum amount payable under this Contract without modification of the Contract is 529,796.20 as shown in Attachment D - Fee Schedule. The lump sum amount payable may be revised by supplemental agreement in the event of a change in scope, additional complexity from that originally anticipated or character of work as authorized by the City. Page 2 of 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. engeuuhcwpdhpectw At the request of the City or the Engineer, conferences shall be provided at the Engineer's Page 3 of 13 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. Should the City desire to suspend the work, but not terminate the Contract, this may be done by thirty (30) calendar days verbal notification followed by written confirmation from the City to that effect. The thirty day notice may be waived in writing by both parties. The work may be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice from the City to resume the work. The sixty day notice may be waived in writing by both parties. If the City suspends the work, the contract period as determined in Article 3 is not affected and the Contract will terminate on the date specified unless the Contract is amended. The City assumes no liability for work performed or costs incurred prior to the date authorized by the City to begin work, during periods when work is suspended, or subsequent to the contract completion date. ARTICLE 8 SUSPENSION ARTICLE 9 ADDITIONAL WORK If the Engineer is of the opinion that any work it has been directed to perform is beyond the scope of this Contract and constitutes extra work, it shall promptly notify the City in writing. In the event the City finds that such work does constitute extra work and exceeds the maximum amount payable, the City shall so advise the Engineer and a written supplemental agreement will be executed between the parties as provided in Article 11. The Engineer shall not perform any proposed additional work or incur any additional costs prior to the execution, by both parties, of a supplemental agreement. The City shall not be responsible for actions by the Engineer or any costs incurred by the Engineer relating to additional work not directly associated with the performance of the work authorized in this Contract or as amended. Page 4 of 13 ARTICLE 10 CHANGES IN WORK If the City finds it necessary to request changes to previously satisfactorily completed work or parts thereof which involve changes to the original scope of services or character of work under the Contract, the Engineer shall make such revisions if requested and as d 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. ARTICLE 12 OWNERSHIP OF DOCUMENTS Page 5of13 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. aiewnho.wpu,pectw Page 6 of 13 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. engcoran.wpcVspectiv 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. ARTICLE 19 COMPLIANCE WITH LAWS The Engineer shall comply with all applicable Federal, State and local laws, statutes, codes, ordinances, rules and regulations, and the orders and decrees of any court, or administrative bodies or tribunals in any manner affecting the performance of this Contract, including, without limitation, worker's compensation laws, minimum and maximum salary and wage statutes and regulations, and licensing laws and regulations. When required, the Engineer shall furnish the City with satisfactory proof of its compliance therewith. ARTICLE 20 INDEMNIFICATION The Engineer shall save harmless the City and its officers and employees from all claims and liability due to activities of itself, its agents, or employees, performed under this Contract and which are caused by or result from error, omission, or negligent act of the Engineer or of any person employed by the Engineer. The Engineer shall also save harmless the City from any and all expense, including, but not limited to, attorney fees which may be incurred by the City in litigation or otherwise resisting said claim or liabilities which may be imposed on the City as a result of such activities by the Engineer, its agents, or employees. 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. rngcootrc.wpdhpectw ARTICLE 21 ENGINEER'S RESPONSIBILITY Page 8 of 13 engcontroavdhpectw 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. 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 23 NONCOLLUSION ARTICLE 24 INSURANCE The Engineer shall furnish the City a properly completed Certificate of Insurance approved by the City prior to beginning work under this Contract and shall maintain such insurance through the contract period. The completed Certificate of Insurance shall be attached hereto and identified as Attachment G. ARTICLE 25 INSPECTION OF ENGINEER'S BOOKS AND RECORDS AND AUDIT REQUIREMENTS The City shall have the exclusive right to examine the books and records of the Engineer for the purpose of checking the amount of work performed by the Engineer at the time of contract termination. The Engineer shall maintain all books, documents, papers, accounting records and other evidence pertaining to cost incurred and shall make such materials available at its office during the contract period and for four (4) years from the date of final payment under this Contract or until pending litigation has been completely and fully resolved, whichever occurs last. The City or any of its duly authorized representatives, shall have access to any and all books, documents, papers and records of the Engineer which are directly pertinent to this Contract for the purpose of making audits, examinations, excerpts and transcriptions. Page 9 of 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. mgcontsv.wpcVapectw Page 10 of 13 ARTICLE 31 PRIOR CONTRACT SUPERSEDED This Contract constitutes the sole and only agreement of the parties hereto and supersedes any prior understandings or written or oral contracts between the parties respecting the subject matter defined herein. cngconnc.wpdhpectw Page 11 of 13 ARTICLE 32 NOTICES All notices to either party by the other required under this Contract shall be personally delivered or mailed to such party at the following respective address: gam. City of Round Rock Engineer Attn.: City Manager Attn • Mark E. Rodriguez, P.F. 221 E. Main St. 11874 Jollyville Rd. Ste. 402 Round Rock, TX 78664 Austin. TX 78759 with copy to: Stephan L. Sheets City Attorney 309 E. Main St. Round Rock, Texas 78664 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 B Sign re Billy L. Huggins Printed Name Vice President Title - Zo�-ot t Date engcontic.wixVspectar LIST OF ATTACHMENTS ARTICLE 33 SIGNATORY WARRANTY Attachment A - Services to be Provided by the City Attachment B - Services to be Provided by the Engineer Attachment C - Work Schedule, 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 EXHIBIT A SERVICES TO BE PROVIDED BY THE CITY OF ROUND ROCK The City of Round Rock will furnish to the Engineer the following items / information: ROUND ROCK COMMUNITY HOSPITAL 1. Utility information (plans, maps, etc.) for utilities affected by the project. 2. TxDOT 9 by 9 aerial photographs. 3. Digital Ortho - photography files. 4. Copies of Hospital site plans, traffic volumes and projections, etc., for the existing condition and for any proposed improvements. PARK VALLEY DRIVE - From Wyoming Springs Drive to Parkland Blvd. 1. Roadway design criteria. 2. Copies of as -built construction plans for Wyoming Springs Drive and Parkland Blvd. 3. Utility information (plans, maps, etc.) for utilities affected by the project. 4. Copies of pertinent City topographic maps. 5. TxDOT 9 by 9 aerial photographs. 6. Digital Ortho - photography files. 7. An example of an acceptable format and content of a design schematic. 8. Proposed typical section for Park Valley Drive. 9. Available survey information. 10. Subdivision plats and site plans along the Park Valley Drive corridor. RM 620 - From Wyoming Springs Drive to Deepwood Drive 1. Roadway design criteria. 2. Copies of as -built construction plans. 3. Utility information (plans, maps, etc.) for utilities affected by the project. 4. Copies of pertinent City topographic maps. 5. TxDOT 9 by 9 aerial photographs. 6. Digital Ortho- photography files. 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 design criteria and details will be utilized. If a design exception is required under this contract, it shall be discussed with and approved by the City's Project Manager. All work is subject to the review and approval of the City of Round Rock. Items will be submitted as necessary for preliminary approval in order to minimize costs and delays associated with extensive revisions. The schematics and displays specified in the following list of tasks will adhere in format and content to examples provided by the City's Project Manager. Specific project items not adequately addressed on the examples should be discussed with the City's Project Manager. 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: ROUND ROCK COMMUNITY HOSPITAL 1. Collect and review all available data. 2. Meet with Hospital staff to obtain latest available site and expansion plans, parking facility plans, traffic projections, etc. 3. Analyze existing and proposed traffic patterns and access points to determine the possibility of creating a signalized primary hospital entrance on RM 620. 4. Perform warrant study for proposed signal location. 5. Prepare a Traffic Study Report presenting data, analyses methods and recommendations. PARK VALLEY DRIVE - From Wyoming Springs Drive to Parkland Blvd. 1. Collect and review all available data. 2. Perform field surveys as necessary to: a) Set horizontal control. b) Provide ties to existing property corners and right -of way points. 3. Determine roadway alignment, with consideration to the following: a) Round Rock Community Hospital access. b) Property ownership and severance. c) Topography. d) Drainage patterns. e) Vegetation. f) Recharge Features 4. Develop a design schematic on digital ortho- photography, including: a) Calculated horizontal alignment. b) Scaled vertical alignment (using contours from City topographic maps). c) Typical sections. d) Existing property lines and proposed right -of -way lines. RM 620 - From Wyoming Springs Drive to Deepwood Drive 1. Collect and review all available data. 2. Develop schematic layouts on digital ortho - photography for two design alternatives. 3. Prepare typical sections for both alternatives. Prepare displays and exhibits for staff and City Council review, as required. SCHEDULE EXHIBIT C The Round Rock Community Hospital and Park Valley Drive portions are proposed to be completed in two months after the notice to proceed. The RM 620 work will be completed three months after the notice to proceed for a total project duration of three months. ATTACHMENT D CITY OF ROUND ROCK ROUND ROCK COMMUNITY HOSPITAL PARK VALLEY DRIVE RM 620 DIRECT EXPENSES. CADD EQUIPMENT (312.00 HR) AIRLINE ($ . EA) PER DIEM ($ . DAY) MILEAGE(IN -TOWN) $0.30/MI DELIVERIES, SUPPLIES, ETC. FINAL PLOTS (®S 10) MATERIAL/SUPPLIES & REPRODUCTION SUB - CONTRACTS McGRAY & McGRAY(SURVEYING) DIRECT LABOR 02,611.28 $3,040.38 33,595.10 30.00 $0.00 $0.00 50.00 $0.00 150 500 LS 0 OVERHEAD 135% $3,525.23 $4,104.51 54,853 39 30.00 30.00 30.00 30.00 $0.00 31,800.00 0150.00 3000 30.00 5400.00 33,000.00 TOTAL LABOR $6,136.51 37,144.89 08,448.49 30.00 So 00 $0.00 50.00 $0.00 FIXED FEE 12.50% 3767.06 3893.11 31,056 06 50.00 $000 $000 $000 $0.00 TOTAL COST 36,903.57 38,038.00 59.504.55 00.00 50.00 $0.00 $0.00 $0.00 ROUND ROCK COMMUNITY HOSPITAL Classification Principal Project Manager Senior Engineer Engineer CADD Technician Clerical Sub -total PARK VALLEY DRIVE Classification Principal Project Manager Senior Engineer Engineer CADD Technician Clerical Sub -total RM 620 COST PROPOSAL Classification 0 Rate Principal 4 $35.00 $140.00 Project Manager 25 $34.62 $865.50 Senior Engineer 27 $31.00 $837.00 Engineer 48 $25.00 $1,200.00 CADD Technician 20 $23.08 $461.60 Clerical 7 $13.00 $91.00 Sub -total 131 $3,595.10 Manhours Manhours Rate 3 535.00 18 $34.62 20 $31.00 35 $25.00 14 $23.08 5 $13.00 Rate 3 $35.00 21 $34.62 23 $31.00 41 $25.00 17 $23.08 6 $13.00 $105.00 $623.16 $620.00 $875.00 $323.12 $65.00 95 $2,611.28 $105.00 $727.02 $713.00 51,025.00 $392.36 $78.00 111 $3,040.38 7.1. Name of Insurance Co.: UTICA LLOYDS OF TEXAS e •u4uvemrnts sti pulated above and such policies 8.1: Name of Authorized Agent CARL BURTON INSURANCE AGENCY . ■ in full force and effect �� � -' 7.2 Company Address: P.O. BOX 75374 8 . 2 Agent's Address 9410 B ANDERSON MILL ROAD 7.3 City: DALLAS Mar -97 7.4: State TEXAS 7.5: Zip 75374. 8.3 City AUSTIN 8.4 State TEXAS 8.5 Zip • 78729 NOTE: Copies of the endorsements listed below are not required as attachments to this certificate. The named contractor shall not commence work until he/she has obtained the minimum insurance specked in Section 11, 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 arc acceptable as proof of Insurance. Commercial carriers certificates are unacecpmble SECTION L IDENTIFICATION DATA: 1.1 Insured Contractor's Name: RODRIGUEZ & HUGGINS, INC. 1.2 Street/Mailing Address: 11824 JOLLYVILLE RD #402, 1.4: State: TEXAS 1.3: City: AUSTIN 1.6: Phone: ( 512 ) 335 -1754 SECTION IL TYPE OF INSURANCE: Types Policy No.: Effective date: 2. Workers' Compensation: 2.1 2.2 Endorsed with a Waiver of Subrogation in favor of the City of Round Rock. 3. Commercial General Liability: Bodily injury/ Property damage 3.1 CPP1993565 CITY OF ROUND ROCK CERTIFICATE OF INSURANCE 3 -12 -97 B. Property Damage 4.4 CPP1993565 4.5 3 - - 4 3 -12 -98 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 Rotmd Rock. 6. Umbrella Policy (if Applicable): 6.1 6.2 6.3 1.5: Zip: 78759 Expiration Date: Limits of Liability not less than: 2.3 Statutory - Texas 3.2 3.3 3 - - 5300000 combined single 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 $300,000 ea. occurrence $50,000 ea. occurrence City of Round Rock. $ SECTION DI - CERTIFICATION: Tins Certificate of Insurance neither affirmatively or negatively amends, extends, or alters the coverage afforded by the above insurance policies issued by the ra insunce company named below. Cancellation of sue in ante policies shall not be made until THIRTY DAYS AFTER the undersigned agent or his/her company has cant wrin.:n notices by certified mail to the contractor and the City of Round Rock THIS IS TO CERTIFY tc the City of Round Roc that the insura pohcies above me t e ll tit • cent insiforms8 1.3: City: 7.3 City: Mar -97 6. Umbrella Policy (if Applicable): 6.1 1.6: Phone: ( 512 ) SECTION IL TYPE OF INSURANCE: Types Policy No.: AUSTIN AUSTIN CITY OF ROUND ROCK CERTIFICATE OF INSURANCE NOTE: Copies of the endorsements listed 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. Commerclal carriers certificates are unacceptable SECTION L IDENTIFICATION DATA: 1.1 Insured Contractor's Name: RODRIGUEZ & HUGGINS, INC. 1.2 Street/Mailing Address: 11824 JOLLYVILLE ROAD SUITE 402 1 1.4: State: TEXAS 335 -1754 Effective date: 2. Workers' Compensation: 2.1 SBP1061369 2.2 7 -17 -96 2.3 7 -17 -97 Statutory-Texas Endorsed with a Waiver of Subrogation in favor of the City of Round Rock. 3. Commercial General Liability: Bodily to Property J // damage 3.1 3.2 3.3 S300,0 combined single 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 4.2 4.3 $100,000 ea. person S300,000 ea. occurrence B. Property Damage 4.4 4.5 4.6 550,000 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. 6.2 .5: Zip: 78759 Expiration Date: Limits of Liability not less than: 6.3 S SECTION III - CERTIFICATION: This Certificate of Insurance neither effumatively 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 cendied mad 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 such p 1. l licies yet " force tfe n. 7. Name of Insurance tce Co.: 8.1: Name of Authorized Agent 1, J yr TEXAS WORKMEN'S COMPENSATION FUND CARL BURTON IN a •fib A EN f 72 Company Address: P.O. BOX 12058 17.4: State TEXAS 17.5: Zip 78711 8.2 Agent's Address 9410 B ANDERSON MILL ROAD 8.3 City 18.4 Slate 8.5 Zi AUSTIN . TEXAS ' x8729 serf inslforms8 DPIC Companies, Inc. Deslg. Professionals Insurance Company 9 Farm Springs Drive • Farmington, CT 06032 A Member of the Orlon Capital Compiles Item 1 — NAMED INSURED: Rodriquez & Huggins, Inc. Item 2 — MAILING ADDRESS: Rem 3 — Item 4 — Item 5 — Phone # (s10) alc.17gA FAX #(c19) 44gf17gq Electronic Mall # '/a POLICY PERIOD: Effective Date 07/22/96 Expiration Date. 07/22/97 (12:01 am. Local Time at the Above Mailing Address) LIMITS OF INSURANCE: EACH CLAIM / AGGREGATE 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 6 — NOTICE OF CLAIMS MADE AND REPORTED POLICY: Professional Liability coverage is on a CLAIMS MADE AND REPORTED BASIS. Coverage applies only to those CLAMS that are first reported to the Company during the policy period. Item 9 — NOTICE OF EXPENSE WITHIN THE LIMITS: Professional L.iabitdy Coverage contains a provision that:(a) reduces the Limits of Insurance stated in the policy by the costs of CLAIMS EXPENSES ancYor (b) maypermit CLAIMS EXPENSESto be applied against the deductibfeorretention ameunt,if any. Rem 10 — RETROACTIVE DATE. 07/22/96 Rem 11 Agent Commercial Insurance }o -pt , Inc. - Countersigned by: (_ Countersigned at: Austin, Texas PL509568 • Declarations PROFESSIONAL LIABILITY POLICY FOR DESIGN PROFESSIONALS POLICY NUMBER 11824 Jollyville Road Suite 302 Austin, Texas 78759 n/a EACH CLAIM/$ n/a Form No. OP37031.0 (01/96) 01995 ODIC Camponb4 „ c 4,759 $ 5,134 $ AGGREGATE PREMIUM The policy consists of this Declaration Page, Insuring Agreement and Endorsements Anted as follows: DP37000 (01/96); DP37515 (01/96); DP37755 (01/96); DP37254 (01/96); PLEASE READ THE POLICY CAREFULLY AND DISCUSS THIS COVERAGE WITH THE INSURANCE AGENT OR BROKER DESIGNATED BELOW Date Issued: 07/29/96 MEJ DATE: June 23, 1997 SUBJECT: City Council Meeting, June 26, 1997 ITEM: 10C. Consider a resolution authorizing the Mayor to execute an engineering services contract for a schematic for the extension of Park Valley Dr. and modifications to RM 620 at Round Rock Hospital. STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: As Columbia -St. David's Round Rock Hospital develops plans for expansion, there continues to exist concerns about adequate, safe access to the hospital complex. One proposal to reduce the problem would include the extension of Park Valley Dr. from Wyoming Springs Dr. to Oakwood Blvd., thus providing alternate access to the hospital site. As the proposed extension would cross several undeveloped properties, the City can best facilitate this solution by taking a leadership role and establishing an alignment for future development. Additionally, improvements to improve the safety of RM 620 in the vicinity of the hospital should be evaluated. A contract has been negotiated with the engineering firm of Rodriguez and Huggins, Inc. to provide the required professional services, at a cost not to exceed $29,796.20. The contract should be completed by September 30, 1997. Staff recommends approval of this resolution. Mayor Charles Culpepper Mayor Pro Earl Pabner Coundl Members Robert Stluka Rod Morgan Rick Stewart Martha Chaves Jimmy Joseph aty Manager Robert L Bennett Jr. aty Attorney Stephan 1. Sheets CITY OF ROUND ROCK June 3,1997 Mr. Mark E. Rodriguez, P.E. Rodriguez & Huggins, Inc. 11824 Jollyville Road, Suite 402 Austin, Texas 78759 Dear Mr. Rodriguez: 221 Fast Main Street Round Rock. Texas 78664 512 -218 -5400 The Round Rock City Council approved Resolution No. R- 97- 06- 26-100 at their regularly scheduled meeting on June 26, 1997. Enclosed is a copy of the resolution and original contract for your files. If you have any questions, please do not hesitate to call. Sincerely, Enclosure(s) Fax: 512-218-7097 *Ala/ Joanne Land Assistant City Manager/ City Secretary 1-8C0-735-2989 1- 800. 735.2988 Voice oco air -log THE STATE OF TEXAS § THE COUNTY OF WILLIAMSON SUPPLEMENTAL AGREEMENT NO. 1 (_ 611-1143- I o r TO CONTRACT FOR ENGINEERING SERVICES This Amendment to the Contract for Engineering Services is made by and between the City of Round Rock, Texas, hereinafter called the "City" and Rodriguez & Huggins, Inc., hereinafter called the "Engineer." WHEREAS, the City and the Engineer executed a Contract for Engineering Services, hereinafter called the "Contract ", on the 26th day offune, 1997 concerning schematic design of Park Valley Drive, the Round Rock Hospital traffic signal warrants, and schematic design of RM 620, and WHEREAS, Article 3, Contract Period, requires termination of the Contract on September 30, 1997 unless the Contract is extended, and WHEREAS, project delays by other entities beyond the control of the Engineer have prevented the contract from being completed by the date established in the Contract, and WHEREAS, it is in the City's best interest to extend the term of the Contract until March 31, 1998, and WHEREAS, the Engineer has agreed to extend the Contract until March 31, 1998 under the existing terms and conditions. NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: "Article 3 CONTRACT PERIOD" shall be amended by extending the termination date of the Contract to the close of business on March 31, 1998. Page 1 of 2 IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Agreement in duplicate. THEE ENGINEER By: U Qc�� y: �� O ignature (of /Y. 1x'7 Date 11 /3 Date Page 2 of 2