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