R-97-06-26-10G - 6/26/1997WHEREAS, the City of Round Rock desires to retain engineering
services for improvements to Sam Sass Road, and
WHEREAS, Martinez, Wright & Mendez, Inc. has submitted an
agreement to provide said services, and
WHEREAS, the City Council desires to enter into said
agreement with Martinez, Wright & Mendez, Inc., Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,
TEXAS,
That the Mayor is hereby authorized and directed to execute on
behalf of the City an agreement with Martinez, Wright & Mendez,
Inc., for improvements to Sam Bass Road, a copy of said agreement
being attached hereto and incorporated herein for all purposes.
RESOLVED this 26th day of June, 1997.
ATTEST:
E
K.VIP OCS \RESOIvn \RS706]6G.RPO /Reg
LAND, City Secretary
RESOLUTION NO. R- 97- 06- 26 -10G
CHARLES CULFEPPER, Mayor
City of Round Rock, Texas
STATE OF TEXAS
COUNTY OF WILLIAMSON
Maavrngi6m/apmw
WITNESSETH
AGREEMENT
Page 1 of 13
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 "State,"
"City" and Martinez. Wright and Mendez. Inc., having its principal business address at 900 Round
Rock Ave.. Ste. 310. Round Rock, TX 78681, hereinafter called "Engineer" for the purpose of
contracting for engineering services.
WHEREAS, Government Code, Chapter 2254, Subchapter A, "Professional Services
Procurement Act" provides for the procurement of professional services of engineers; and
WHEREAS, the City desires to contract for engineering services described as follows:
Preparation of plans. specifications, estimates, bidding. periodic construction visits, and
adminstrative constructon management, documents for the redesign of Sam Bass Road from III
35 to the Union Pacific Railroad, and the Chisholm Trail connections to Sam Bass Road.
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.
ARTICLE 2
SCOPE OF SERVICES TO BE PROVIDED BY ENGINEER
The Engineer shall perform those engineering services for fulfillment of the Contract as
identified in Attachment B - Services to be Provided by the Engineer, attached hereto and made
a part of this Contract.
The Engineer shall prepare a schedule of work identified as Attachment C - Work
Schedule, attached hereto and made a part of this Contract. The Work Schedule shall contain a
complete schedule so that the Engineer's Scope of Services under this Contract can be
accomplished within the specified time and contract cost. The Work Schedule will provide specific
work sequence and definite review times by the City and the Engineer of the work performed. If
the review time should take longer than shown on the work schedule, through no fault of the
Engineer, additional contract time will be authorized by the City through a supplemental
agreement if requested by a timely written request from the Engineer and approved by the City.
ARTICLE 3
CONTRACT PERIOD
After execution of this Contract, the Engineer shall not proceed with the work outlined
under Article 2 until authorized in writing by the City to proceed as provided in Article 6. This
Contract shall terminate at the close of business on May 1, 199$ 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.
Mwveng.697 /groctw
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 $86,030.00 as shown in Attachment D - Fee Schedule. The lump sum amount payable may be
revised by supplemental agreement in the event of a change in scope, additional complexity from
that originally anticipated or character of work as authorized by the City.
Page 2 of 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.
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.
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.
engconhc.wpd/.peclw
ARTICLE 6
NOTICE TO PROCEED
ARTICLE 7
PROGRESS
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.
ARTICLE 8
SUSPENSION
Should the City desire to suspend the work, but not terminate the Contract, this may be
done by thirty (30) calendar days verbal notification followed by written confirmation from the
City to that effect. The thirty day notice may be waived in writing by both parties. The work may
be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice
from the City to resume the work. The sixty day notice may be waived in writing by both parties.
If the City suspends the work, the contract period as determined in Article 3 is not affected
and the Contract will terminate on the date specified unless the Contract is amended.
The City assumes no liability for work performed or costs incurred prior to the date
authorized by the City to begin work, during periods when work is suspended, or subsequent to
the contract completion date.
ARTICLE 9
ADDITIONAL WORK
If the Engineer is of the opinion that any work it has been directed to perform is beyond
the scope of this Contract and constitutes extra work, it shall promptly notify the City in writing.
In the event the City finds that such work does constitute extra work and exceeds the maximum
amount payable, the City shall so advise the Engineer and a written supplemental agreement will
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.
engeonvc.wpNryectw
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 directed by the City. This
will be considered as additional work and paid for as specified under Article 9 - Additional Work.
The Engineer shall make such revisions to the work authorized in this Contract which has
been completed as are necessary to correct errors appearing therein, when required to do so by
the City. No additional compensation shall be paid for this work.
ARTICLE 11
SUPPLEMENTAL AGREEMENTS
The terms of this Contract may be modified by supplemental agreement if the City
determines that there has been a significant change in (1) the scope, complexity or character of
the service to be performed; or (2) the duration of the work. Additional compensation, if
appropriate, shall be identified as provided in Article 4.
Any supplemental agreement must be executed by both parties within the contract period
specified in Article 3 - Contract Period.
It is understood and agreed that no claim for extra work done or materials furnished shall
be made by the Engineer until full execution of the supplemental agreement and authorization to
proceed is granted by the City. The City reserves the right to withhold payment pending
verification of satisfactory work performed.
ARTICLE 12
OWNERSHIP OF DOCUMENTS
All data, basic sketches, charts, calculations, plans, specifications, and other documents
created or collected under the terms of this Contract are the exclusive property of the City and
shall be furnished to the City upon request. All documents prepared by the Engineer and all
documents furnished to the Engineer by the City shall be delivered to the City upon completion
or termination of this Contract. The Engineer, at its own expense, may retain copies of such
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.
Page 5 of 13
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.
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.
myconhc.wpd/grccM
No subcontract relieves the Engineer of any responsibilities under this Contract.
ARTICLE 15
EVALUATION OF WORK
Page 6 of 13
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.
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.
The Contract may be terminated before the stated termination date by any of the following
conditions.
mgcontic.wpd/spcotw
ARTICLE 16
SUBMISSION OF REPORTS
ARTICLE 17
VIOLATION OF CONTRACT TERMS /BREACH OF CONTRACT
ARTICLE 18
TERMINATION
(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 7of13
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.
engcontr .wpdhpcctw
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 reltaved 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 8of13
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.
engcontre.wpcVspectw
ARTICLE 22
ENGINEER'S SEAL
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 fmal 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 9of13
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.
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.
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.
.ngconca.wpd/.pxtw
ARTICLE 26
DEBARMENT, SUSPENSION AND DISCIPLINARY ACTION
ARTICLE 27
COPYRIGHTS
ARTICLE 28
COMPUTER GRAPHICS FILES
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.
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.
cows •PaiVK,a, 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:
cngcontrc.wpd/speetw
City of Round Rock Engineer
Attn.: City Manager Attn.: Roberto 0. Martinez
221 E. Main St. 900 Round Rock Ave., Ste.310
Round Rock, TX 78664 Round Rock, TX 78681
with copy to:
Stephan L. Sheets
City Attorney
309 E. Main St.
Round Rock, Texas 78664
ARTICLE 32
NOTICES
Page 12of13
The undersigned signatory or signatories for the Engineer hereby represent and warrant
that the signatory is an officer of the organization for which he or she has executed this Contract
and that he or she has full and complete authority to enter into this Contract on behalf of the firm.
The above - stated representations and warranties are made for the purpose of inducing the City to
enter into this Contract.
IN WITNESS HEREOF, the City and the Engineer have executed these presents in duplicate.
Martinez, Wright and Mendez, Inc
THE ENGINEER
By
Signature
engconuc.wpd/apcctw
Roberto O. Martinez
Printed Name
Title
June 26, 1997
Date
Charles Culpepper, Mayor
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 AilQ 4
Attachment F - Supplemental Work Authorizations, if applicable N/A /J J • 2f
Attachment G - Certificate of Insurance, if applicable
Page 13 of 13
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.
The plans for these projects will be prepared in 11" X 17" format. When feasible, the City's standard
drawings, and specifications of previously approved special provisions/specifications will be utilized.
If a special provision or special specification must be developed under this contract, it shall be in the
City's format, and, to the extent possible, incorporate references to the City's approved test
procedures.
All work is subject to the review and approval of the City of Round Rock. For those items which
require preliminary approval, a special designation for preliminary submission is noted in the following
list of services to be provided.
Specific project items not adequately addressed on example sheets should be discussed with the City's
Project Manager. To minimize revisions, the Engineer will request sample copies of any
sheets/schematics /etc. for clarification.
The Engineer will solicit and secure written permission for entry to accomplish any work beyond the
existing right of way. The Engineer is fully responsible for an traffic control required from any data
collection activities. The control must be consistent with the City's procedures. The Engineer may
not close a lane of traffic without the written a approval of the City's Project Manager. All survey
work shall be done in accordance with Texas Board of Professional Surveyors "Manual of Practice
for Land Surveying".
The plans, specifications and estimates will be prepared as two sets of construction documents.
Phase I will include all details for the construction of an eastbound right turn lane on Sam Bass Road
at Chisholm Trail. Phase II will include all other design details for the project.
The Engineering 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)
Martinz.eng/twspec&lk
RIGHT -OF -WAY (ROW)
1. Identify utility adjustments to be made.
2. Review adjustment plans submitted by utility companies.
FIELD SURVEYING
1 . Establish two (2) permanent bench marks for the project.
2. Provide ties to planimetric features.
3. Tie and profile existing drainage facilities and cross section natural drainage features as
needed.
4. Provide ties to existing underground and overhead utilities, as needed.
5. Set horizontal and vertical control.
6. Provide natural ground cross - sections at 50 feet intervals.
ROADWAY DESIGN CONTROL
1. Refine the horizontal and vertical alignment of roadways.
2. Provide design cross - sections.
3. Compute earthwork quantities.
4. Prepare typical sections.
5. Develop plan/profile sheets.
6. Develop intersection/driveway details.
7. Miscellaneous roadway details.
DRAINAGE DESIGN
1 . Prepare drainage area maps showing existing conditions and proposed improvements.
2. Prepare hydraulic computations for culverts, channels, storm sewer and inlets.
3. Prepare hydraulic data sheets.
4. Develop storm sewer plan/profile and culvert cross section sheets.
5. Develop miscellaneous drainage details.
6. Summary of quantities for drainage items.
7. Develop SW3P plans per phase consistent with the TCP.
8. Prepare SW3P quantities and summaries.
9. Prepare WPAP and assist in coordination with TNRCC.
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
Martinz.eng/twspecs/lk
detailed TCP shall be developed utilizing the MUTCD and the current TXDOT Barricade and
Construction Standards. Each phase should identify the existing and proposed traffic control
devices that will be used to handle traffic during, each sequence of construction, including
regulatory signs, warning signs, construction warning, signs, guide signs, route markers,
construction pavement markings, channelizing devices, portable changeable message signs,
flashing arrow boards, barricades, barriers, etc.
2. Prepare a narrative of the construction sequencing.
3. Prepare phasing quantities and summaries.
4. Identify existing items to be removed and prepare removal layouts and summaries.
5. Prepare exhibits for utility agreements.
6. Prepare miscellaneous details as required
7. Prepare estimate, specifications and general notes.
8. Prepare special specifications as required for non - standard items.
9. Prepare cost estimate.
10. Prepare construction time estimate.
LETTING PROCESS (Applies only to Phase II)
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 is anticipated that the Notice to Proceed will be dated June 27, 1997. The Engineer will
submit 100% complete plans to the City of Round Rock by July 15, 1997 for Phase I
construction. Phase II construction plans will be submitted by October 15, 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.
CONSTRUCTION ADMINISTRATION
1. Engineer will conduct periodic site visits and reviews as necessary.
2. Engineer will review shop submittasl and field changes.
3. Engineer will review monthly pay submittals and final pay estimates.
4. Engineer prepares as builts at the completion of the project.
Martinz.eng/twapec&lk
FILE No. 619 0627 ;97 11:31 ID:TX ASSOCIATES INS
JUN THU 15:48 - .HWN•INC FAX NO, 5124531734
0e /20/07 16:10 6 ,016 6663 PUBLIC, WORKS
•
to tbla °celibate.
The yowl 3aa2r2ar162222t work.ot6 Carlo has otahmd go mmimaminane= gasified i0 ameba 4661e,2 262 612.1226 r>ar a..d./•.da..®wa
The City mmooeeltwt.c.. Md212261 r....db, comma 2,1. aid.Mmha 22726w 22a2 a%Rwr at= Crp•maeroenr.p.. t, 3.• aa. umy
e.nld..e. d i.0e..mpchii.14 by Ah (Sy ym ....pa61... P. 0 . 0 U.... CenrerifintaMIUSLIVIIMAVVIIEVL
s3LCriox L IDLNT' IC'ATIOx DATA
1.11nfnnheatetr,Name: MAKTINE' /,. WRIGHT & MRNDE7.
1.2 BhQLMa01a5 AMreas: 1106 CLAYTON LANE 4400 -
1.3: City: AUSTIN 11.42 Stut.7 TEXAS 11.5! Zip: 78723
1.6: Plume. ( )
SECTION IL TYPED OF INSURANCE:
Types PoUoy No.1 Madre date: Elplratlai Dec Volta of i,kUlif
not tea than:
2. Workers Coneeeasiiotu
2.1 2N00099■01 2.2 5 -1 -97 2.3 5-1-98 6l utary-Tomo
&domed wLba Waiver of Silueydloa in iitvor of ash C14' of Roao6 Rock
3. Cmoreordal Omar.] Uslrflity:
:argu 3.1 32, 3 3 5300,000 e6 alrjte
�iBOBe &ell aeab eoouaea/a
W14 la 01e+7tSame
Eadcracdmrlds 04 city or Roma 80d as an Additiaul ramrod sad amoral with Waiver 0ffi6rgatlee le iMeroi The Ohy etD..mdAgsk
4. Trtt. Brener Automobile Polley
A. 13otaly & l u y : 4.1 4 2 4 .3 8100,000 ea. puma
3100,000 ea. women*
D. Property Damage 4.4 4.5 4.6 $30,000 ea.Oalaliaae
Bularrdwim Me City of Bowel 6.0e6 a 22 Additional Immed and calomel Met Waver ef8obrogoGon m Sro of Me City ofi toi7adpeek.
6. PrabadaaI 2.tabUtly Policy:
9.1 52 3.9
Bod•<.0dwitb . Waiver utSubmpttka le Bum et Cry of 16.12t21d York
6. Umbrella DaNcy (D Applicable):
6,1 62 6.3 3
sEC - 110ri III - czwra 1CAyTOth
This Carath.de of Wag. =Aber heilhadirdy or ompameoy =ma, rdrad/,a Maths oamaop aClad.aby des above hang., policies load hy th.
1011011114. meemay 0mmd b.laa.
WOOIWae of 6a Wang 001iilrat11111 mho ode malt THUM( DAYS. /JIM she %alamlp.d eydesorhlub.r oorgedy Oa .am salon oelleaby aatlaW C,.6
dr.wead.c•ash. thy de a../ nos.
'trap mlV 030.77/Yso ct1 .t . Wwuuo µ25222 00111M LI me rewha.d.5..• and ash poliW. m-1. 0 md.Rw,t.
7.1. :Mom other uenoe C0 : 6.1r Nana AatliOtletdA6oat
'LENITR INSURANCE• TEXAS ASSOCIATES INSURANCE
X2 CommuyA4arus:
P 0 BOX 163510
7.3 Cip•;
AUSTIN
mar 97
CITY OD 14O1I1® BOCK
CERTIFICATE OF INSURANCE
62 A2mt4 Marne
1114 LOST CREEK BLVD. 9400
7A: Ewb 1.5: ZIP 6.3 City
TX I /8/16 AUSTIN
512 327 8337 .PAGE 2
aA Rao
TX
P. 02
®005/005
NOTE; Copley of tho Td^^6m^6ents Bead
below .m not impulsed at attacbmatte
+6.5
78746
.a± losd.11.gt
FROM : "ED WEEREN INS RSV? PHONE NO. : 512 454 3919 Jun. 27 1997 66:25AM P2
-AX N0, 5124531734 P.02
IU�1 28 -97 THU 1 15:18 5:5 MUM !NO P UBLIC WORKS r�joo2 /o02
1,15(26/97 d/87 1 $218 8508 icS of the aadoiscmenls listed
CI'iYOFROUNDA(1CS N �
CER'T'IFICATE OF INSURANCE
below ate a or. t poked as attachments
to Lilts conaf cite.
The oo.ur.fof mt..nm.aa.work undbardaotou oMd= ca sp.efCra m Y.cdra 11. Wow. oda5niand tiler follawra&codonsozw.:
Ma (It/ or Renaud 3.043 n an.05E1=51 ima.,1 for :ev.t. 217.4 & Land aWd.cataskoin6oe in Frew dfbo Cis: und.rcotmm.: 1.3,• a s Only
c.sdG®n dl...+..ee v .blicF.d by>l!!•• M te..Qf.6 • °' .
SkCTLON L IDENTIFICATION DA.TA:
11 Intoted.Contrscte'sNam= Martinez, Wright & Mendez; Inc.
1.2 •- • •••:Andress' 1106 Cla ton Lane Suite 400 W
1.3: City.
Austin tA:Stata TX 1.5: Zip: 78723
1.6 :Phone: ( 512 ) 453 -0767
Sff.CLION 3I. TYPE OF INSURANCE: Effeefve d e
T, Policy Not
I. Workers' Compensation:
2.1 1 23 2.3 $jl y ToLaat
1
Badmen with a Waiver ofSubcog6on in favor of the City of Round Rock.
3. Commercial Camera UIbalty:
,000 combinedsin&
13odayinjury/ 3.1 GRLH247698 31 3 -9 -97 13 3 -9 -98 s33000t arthOtonerercee
Property damage and is rite aggregate.
gy4otseiv11hthe City otauawd Ro.3 es au Additional maned wad emlmed aitS Wairdt ofSubtogolics is farm oft h m City of Round Root
4. Texas Surinam ATaomobffe P3Ue3:
A. Bodiy letpaay: 4.1 MRAKFi320A 42 1 43 3 -9 -98 S100,000 em.perien
3300,000 ea. occuireare
B. 2rop B. Propertyllamage 4 A-- K6321 4.5 3_9 - 97 8.6 3 -9 -98 ss0000c . oautsa.ca
Eadenodwith the City ofRnabd Bork as an AdAttood Tanned std maimed widtNurcof Snbaseatieu rarer of 610 (S1ty of RoandBcoir.
5. ?rnffasienalL eftPolkr
5.1 5.2 5.3
gsdorlag With a Waiver of 6nhmgtaiod In favor ado City ofEaae5Reet
6. UmbrtRaPolicy (if Applicabk):
6.1 _ 62 6.3
E piri lonDate: Lanai is/Liability
net lets Ibex
SBCrtbN to • CER'flFICAttON:
Ilk CoraBcota othouNOOO nelbaaffimadvoty or a pervo:y amstd°. • stmdf. or6.;,s fin m.o.ayo .emd.db1118 a6rv. Imw.m. poBoisirsu.d6yma
l o o r s o o e s co .y oa.d baler.
C4nr11h>ly5 ells Insmrncepol"s1a Slamnormad. umaTFPRTV DAYSArtinto vadmio.d arm ot310.to.mp'5 ba. a.ef..vaann.d.nly..diGedeu6
m ta....rd.rmdm. City otloved Rork
11151610Marinw din Ctp otRrue46ark. toll= tv.....e potyta '. veto mn•Baer•gnheamnvdrdo<.d atwvo.:d...b oil.i.sau to fun f m.nd .ff..e
61: Name otAVAlotizeeAge=
. um li :. t •.. r, rai Party Ff1 Weeren insurance
2 Compady . •!• S2AgmcaAOoms
9229 LBJ Freeway, Suite 200 P. 0. Box 14444
33 City: .4: 5tato .5; Zip 6.3 Cllr BR State 3 5 Zip
Dallas TX 75243 -3405 Austin TX 78761
art I=odt..mm
Ed Weeren Insurance Agency, nc.
1.2Stott/1 1a lireea: 1106 Clayton Lane, #400 :
1.3 :atr: Auste
1.6:Phana( )
SECTION II. TYPE OF INSURANCE:
Types Policy No.:
L Workers' Compensation:
2.1 2.2 2.3 Satutmy.Tems
Eadosed 'Atha Waiver of Subrogation in farm of the C $atRo Rack
3. Cotmot.reial Cenral Iiaifily:
Bodily y Wary/ 3.1
Pr:part damage
32 3.3 Slit combined single
and In tate aggr
Ealorsed odd: the City otRanul Rock es an Addidocal /named aid calanled nth 'Waiver araissaption In frca aS'tbeCity *rRmrodRock.
4. Tema Bmlae sAutomobileYotleg:
A. Bodily laj : 4.1 42 4.3 3100,000 ca. person
S Property Damage 4.4 $300,000 ea. ommmx
4.S 4.6 $50,000 ca omme ce
Endorsed m it3 the City ofRonad Rock as to Aeditioad laaaed and enloraadvt(th Wdrer of Sabrogaiion fa favor edit Ciry otlauad Rork.
S. Protmiosnl Liability Yo
3 L509189 s2 3 - - 3.3 3 - -
Pa dmved walla tWaivesofSabtofmionIs Raw oftbe City of Ramat Book
6. IIm:brefa Policy (:Applicable):
6.1 6.2 6.3 S
Qraoe6elan mspolioiestunBabematstaall =CMY D^YSAnZletiavedmtpoi s aiarnisrhercansyDe .�
to the eer4adareedtbe aya'Rsued Rode •
Lot States; Texas
SECTION III - CER'1TFzCATIONs
nb C.41Ecae otLfsea+oa acilhcr aaims{rear eteegeaveyamends,SMseboar 111. amine endedtryeedroes toauranespoe:eieg tamed byeq •
Im mo. compaeye®ed aebte.
7tL378TO CERTLFYlo the C1Q *Moved Hoch OetIDe lasunuae
po8dcv
Design Professionals Insurance,Cc
imAgeatawddraee
1946 S. IH -35, Suite 301
SO Mr
istin
[BA Shia
1 1 Texas
l 7B704
aben =tell ebe ......ass *petal of Awe and well policies aro to44/ forgo d . r.
7.L Name alumna* Co'
11.1: Nano weotimadAgent
. Commercial Insurance Concepts. Inc.
7.2 Company Address:
Rn>L•DPIC'
73(54; ran a J 73
Monterey ! 1A 91,42
Mar-97
Pko t . .
Lrn
1.5: Zip:
78723'
Ecltetive date: Yxpi aioa 31atc Limett of nab3lt/
not lea than:
MUM, INC.
JUN -27 -1997 09:36 FROM
TO 2185563 P.03
DPIC Companies Endorsement 37212
Security Insurance Company of Hartford WAIVER OF SUBROGATION
Effective Policy No.
issued to
by the Company shown above is changed as follows:
It is agreed that section IV. Conditions Affecting This Insurance, part C. Transfer of Rights of Recovery
Against Others to Us, is deleted and replaced by the following:
C. Transfer of Rights of Recovery Against Others to Us (Subrogation)
Countersignature:
You and the Company may have rights to recover all or part of any payment you or the
Company make under this policy. If so, those rights are transferred to us. At our request.
you will cooperate in transferring those rights to us and in helping us enforce them.
Prior to a CLAIM, if you agreed in a written contract with your client to waive your rights
of recovery or subrogation, we will not exercise rights of recovery or subrogation
pursuant to that contract. Subsequent to a CLAIM, you must do nothing to impair those
rights.
Any monetary recoveries will be distributed to you and the Company on a pro rata basis
determined by the amounts paid by you within the Deductible and paid by the Company
under this policy.
ALL OTHER TERMS & CONDITIONS OF THE POLICY REMAIN UNCHANGED.
Authorized Agent Endorsement
Form No. DP 37212 -0 (02/97) ®1997 DP1C Companies, Inc.
DATE: June 23, 1997
SUBJECT: City Council Meeting, June 26, 1997
ITEM: 10G. Consider a resolution authorizing the Mayor to execute an engineering
contract for right turn lane at Chisholm Trail and Sam Bass Road.
STAFF RESOURCE PERSON: Jim Nuse
STAFF RECOMMENDATION:
In developing the list of projects for the $5 million in certificates of obligation recently sold
by the City, two projects were identified on Sam Bass Rd. We requested a statement of
interest from six engineering firms to perform the design work necessary for the proposed
work on Sam Bass Rd. The six firms were:
Baker - Aicklen & Assoc.
Fisher Hagood
Martinez, Wright & Mendez
Randall Jones
Rodriguez & Huggins
S. D. Kaltman
After a review and evaluation of the statements of interest from the various firms
responding, Martinez, Wright & Mendez was selected as the best firm for this particular
project. A contract is being negotiated and will be ready for signature Thursday night.
Staff recommends approval of this resolution.
Mayor
Charles Culpepper
Mayor Pro
Fart Palmer
Council Members
Robert Sttuka
Rod Morgan
Rick Stewart
Martha Own
Jimmy Joseph
M4 Manager
Robert L Bennett, Jr.
City Attorney
Stephan L Sheets
CITY OF ROUND ROCK
June 3, 1997
Mr. Roberto 0. Martinez
Martinez, Wright and Mendez, Inc.
900 Round Rock Avenue, Suite 310
Round Rock, Texas 78681
Dear Mr. Martinez:
The Round Rock City Council approved Resolution No. R- 97- 06- 26-106
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,
Joanne Land
Assistant City Manager/
City Secretary
Enclosure(s)
Fax: 512- 218 -7097
1. 800 - 7354989 TDD 1-800-735-2988 %ice
221 Fast Main Street
Round Rock, Texas 78664
512- 218 -5400