Loading...
R-97-11-13-10D - 11/13/1997CONTRACT DOCUMENTS CITY OF ROUND ROCK GREENLAWN BOULEVARD EXTENSION AND IH 35 INTERCHANGE PROJECT TE A VI BAKER - AICKLEN & ASSOCIATES, INC. HDR ENGINEERING, INC. HICKS AND COMPANY WHM TRANSPORTATION ENGINEERING CONSULTANTS, INC. RABA - KISTNER - BRYTEST CONSULTANTS, INC. November 1997 STATE OF TEXAS § COUNTY OF WILLIAMSON § 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 Baker - Aicklen & Associates, Inc. having its principal business address at 203 East Main Street Suite 201. Round Rock Texas 78664 hereinafter called "Engineer" for the purpose of contracting for engineering services. WITNESSETH Contract No. 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: GREENLAWN BOULEVARD EXTENSION AND THE ADVANCE PROJECT DEVELOPMENT FOR THE GREENLAWN /I.H. 35 INTERCHANGE. AGREEMENT NOW, THEREFORE, the City and the Engineer, in consideration of the mutual covenants and agreements herein contained, do hereby mutually agree as follows: ARTICLE 1 SCOPE OF SERVICES TO BE PROVIDED BY City The City will furnish items and perform those services for fulfillment of the Contract as identified in Attachment A - Services to be Provided by the City, attached hereto and made a part of this Contract. winword \greenlwn\agreemnt.doc Page 1 of 12 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 April 15. 1999 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 $ 399.284.52 as shown in Attachment D - Fee Schedule. The lump sum amount payable may winwortlgreenlwnlagreemnt.doc Page 2 of 12 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. 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. winword\greenlwn\agreemnt.doc Page 3 of 12 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. At the request of the City or the Engineer, conferences shall be provided at the Engineer's office, the office of the City, or at other locations designated by the City. These conferences shall also include evaluation of the Engineer's services and work when requested by the City. Should the City determine that the progress in production of work does not satisfy the Work Schedule, the City shall review the work Schedule with the Engineer to determine corrective action needed. The Engineer shall promptly advise the City in writing of events which have a significant impact upon the progress of the work, including: (1) problems, delays, adverse conditions which will materially affect the ability to attain program objectives, prevent the meeting of time schedules and goals, or preclude the attainment of project work units by established time periods; this disclosure will be accompanied by statement of the action taken, or contemplated, and any City assistance needed to resolve the situation; and (2) favorable developments or events which enable meeting the work schedule goals sooner than anticipated. ARTICLE 8 SUSPENSION Should the City desire to suspend the work, but not terminate the Contract, this may be done by thirty (30) calendar days verbal notification followed by written confirmation from the City to that effect. The thirty day notice may be waived in writing by both parties. The work may be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice from the City to resume the work. The sixty day notice may be waived in writing by both parties. If the City suspends the work, the contract period as determined in Article 3 is not affected and the Contract will terminate on the date specified unless the Contract is amended. The City assumes no liability for work performed or costs incurred prior to the date authorized by the City to begin work, during periods when work is suspended, or subsequent to the contract completion date. winwordlgreenlwn\agreemnt.doc Page 4 of 12 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. 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. winword\greenlwnlagreemnt.doc Page 5 of 12 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. 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. winword \greenlwn \agreemnt.doc Page 6 of 12 ARTICLE 16 SUBMISSION OF REPORTS All applicable study reports shall be submitted in preliminary form for approval by the City before final report is issued. The City's comments on the Engineer's preliminary report will be addressed in the final report. ARTICLE 17 VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT Violation of Contract terms or breach of contract by the Engineer shall be grounds for termination of the Contract and any increased cost arising from the Engineer's default, breach of contract or violation of contract terms shall be paid by the Engineer. parties. ARTICLE 18 TERMINATION The Contract may be terminated before the stated termination date by any of the following conditions. winword \greenlwn\agreemnt.doc Page 7 of 12 (1) By mutual agreement and consent, in writing of both (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 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. 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 winword\greenlwn\agreemnt.doc Page 8 of 12 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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. ARTICLE 22 ENGINEER'S SEAL The responsible Engineer shall sign, seal and date all appropriate engineering submissions to the City in accordance with the Texas Engineering Practice Act and the Rules of the State Board of Registration for Professional Engineers. ARTICLE 23 NONCOLLUSION The Engineer warrants that it has not employed or retained any company or persons, other than a bona fide employee working solely for the Engineer, to solicit or secure this Contract and that it has not paid or agreed to pay any company or engineer any fee, commission, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, the City shall have the right to annul this Contract without liability or, in its discretion, to deduct from the contract price or compensation, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. ARTICLE 24 INSURANCE The Engineer shall furnish the City a properly completed Certificate of Insurance approved by the City prior to beginning work under this Contract and shall maintain such insurance through the contract period. The completed Certificate of Insurance shall be attached hereto and identified as Attachment G. ARTICLE 25 INSPECTION OF ENGINEER'S BOOKS AND RECORDS AND AUDIT REQUIREMENTS The City shall have the exclusive right to examine the books and records of the Engineer for the purpose of checking the amount of work performed by the Engineer at the time of contract termination. The Engineer shall maintain all books, documents, papers, accounting records and other evidence pertaining to cost incurred and shall make such materials available at its office during the contract period and for four (4) years from the date of final payment under this Contract or until pending litigation has been completely and fully resolved, whichever occurs last. The City or any of its duly authorized representatives, shall have access to any and all books, documents, papers and records of the Engineer which are directly pertinent to this Contract for the purpose of making audits, examinations, excerpts and transcriptions. winword\greenlwnlagreemntdoc Page 9 of 12 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. 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. winword \greenlwn\agreemnt.doc Page 10 of 12 Stephan L. Sheets City Attorney 309 E. Main St. Round Rock, Texas 78664 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: City of Round Rock Engineer Attn.: City Manager Attn.: A. William Waeltz, P.E. 221 E. Main St. Branch Manager Round Rock, TX 78664 Baker - Aicklen & Associates, Inc. 203 East Main Street, Suite 201 with copy to: Round Rock, TX 78664 winword\greenlwnlagreemnt.doc Page 11 of 12 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 By: City of Ro By: A. William Waeltz. P.E. Printed Name Branch Manager Title q Date 71 4 Charles Culpep LIST OF ATTACHMENTS Attachment A - Attachment B - Attachment C - Attachment D - Attachment G - ARTICLE 33 SIGNATORY WARRANTY Services to be Provided by the City Services to be Provided by the Engineer Work Schedule, if applicable Fee Schedule Certificate of Insurance, if applicable winword \greenlwn\agreemnt.doc Page 12 of 12 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: 1. All available schematics, studies, reports and other documents pertinent to the project. 2. All available aerial survey and DTM files. 3. As built plans for Louis Henna Blvd. and Greenlawn Blvd. 4. Information on City owned utilities. winword \greenlwn \agreemnt.doc EXHIBIT B SERVICES TO BE PROVIDED BY THE ENGINEER ATTACHMENT B GREENLAWN BOULEVARD EXTENSION AND ADVANCE PROJECT DEVELOPMENT FOR THE GREENLAWN BOULEVARD -IH -35 INTERCHANGE. SERVICES TO BE PROVIDED BY THE ENGINEER. IN CONJUNCTION WITH THE PERFORMANCE OF THE SERVICES TO BE PROVIDED THE CITY, AS DESCRIBED IN ATTACHMENT A, THE ENGINEER SHALL PROVIDE THE SERVICES DESCRIBED IN EXHIBIT A, SCOPE OF SERVICES. ID TASK NAME TASK DESCRIPTION 1.1 NOTICE TO PROCEED Work will begin immediately after receiving the notice to proceed 1.2 PROJECT MANAGEMENT Project management consists of three primary activities: project coordination, project administration, and periodic progress meetings. Project coordination involves coordinating all activities on the project with Team Members, the City of Round Rock, TxDOT, ATS, Williamson County, Travis County and other municipalities. Project administration involves the preparation of invoices, coordination of all work assigned to and accomplished by subconsultants, and assignment of appropriate staff members to tasks. Periodic progress meetings involves attendance at progress meetings not specifically identified below. 1.3 PROJECT INITIATION 1.3.1 ASSEMBLE BASE MAPS Baker - Aicklen & Associates, Inc. (B /A) will assemble existing tax maps. aerial topographic maps, utility maps, and aerial photographs for use by the City of Round Rock and Team Members for schematic layout of potential route. 1.3.2 PROJECT INITIATION MEETING Upon assembly of all available existing data a project meeting between Team Members and City staff will be held to discuss the project in general and discuss options. 1.4 RIGHT -OF -WAY AND DESIGN SURVEYS 1.4.1 DEVELOPMENT OF OWNERSHIP SCHEMATICS AND RIGHT OF ENTRY DOCUMENTS B/A will research property ownership records at Travis County and Williamson County courthouses and prepare ownership maps based upon the most current deed descriptions. Right of Entry documents will be prepared and sent certified mail to affected property owners. 1.4.2 TRAVERSE AND CONTROL B/A Survey Crews will establish horizontal and vertical control for the limits of the project. Control will be established utilizing G.P.S. Surveying System and will be an extension of the IH -35 and State Highway 45 datum. Final control points for Greenlawn Extension will bear both metric and English units. All control for interchange shall be in a format acceptable to TxDOT. 1.4.3 FIELD STAKING OF CENTERLINE Centerline of proposed alignment shall be staked in the field for review by Team Members and City of Round Rock Officials. The field alignment will be reviewed to determine if any physical constraints (re: watercourses, protected trees, wetlands, etc.) will affect the alignment. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT B GREENLAWN BOULEVARD EXTENSION AND ADVANCE PROJECT MANAGEMENT FOR THE GREENLAWN BOULEVARD/HI-35 INTERCHANGE. Baker - Aicklen & Associates, Inc. The following scope of services clearly defines the task necessary to complete the GREENLAWN BOULEVARD EXTENSION AND ADVANCE PROJECT MANAGEMENT FOR THE GREENLAWN BOULEVARD /IH -35 INTERCHANGE. 1.4.4 ROUTE SURVEYS Upon acceptance of the proposed centerline, detailed topographic surveys will be performed. These surveys will extend 1000 feet north of Louis Henna on Greenlawn, 1,500 feet east and west of Greenlawn on Louis Henna, and along the course of the Greenlawn Blvd. Extension. Additional supplemental surveys shall be performed along the IH -35 corridor as required for the development of the schematics. 1.4.5 RIGHT - OF - WAY SURVEYS Upon completion of and in concurrence with the design surveys, surveys will be done to establish exact ownership lines within the confines of the project area. Ownership boundaries will be established from approximately 1000 feet north of Louis Henna on Greenlawn Blvd. and extend along the proposed course of Greenlawn to IH -35 and continue along Bretton Lane to the limits of the City of Round Rock E.T.J. Upon completion of right-of- way documents, iron rods denoting all changes in course, points of curvature, points of tangency, and changes in ownership on both sides of the proposed right -of -way will be set in the field upon completion of the right - of -way descriptions. Additionally wooden lathes will be set at 100 foot intervals along the new right -of -way to enable property owners and the City of Round Rock to visually inspect the limits of the proposed right -of -way. 1.5 PREPARATION OF R.O.W. DOCUMENTS 1.5.1 TITLE RESEARCH Upon completion of right -of -way surveys, detailed research will be performed to ascertain the location of and/or the effect of easements and property restrictions currently recorded. 1.5.2 PREPARATION OF RIGHT - OF - WAY DOCUMENTS Upon completion of the title research, metes and bounds descriptions and accompanying sketches will be prepared for each parcel requiring acquisition by the City of Round Rock. These descriptions will be delivered to the City of Round Rock and the legal documentation will be provided by the City of Round Rock. 1.6 PRELIMINARY DESIGN 1.6.1 PRELIMINARY ALIGNMENT Utilizing input from the City of Round Rock and base maps prepared in Section 1.3.1 and 1.4.1, a preliminary alignment of the proposed route will be established. 1.6.2 GREENLAWN BLVD. /LOUIS HENNA INTERSECTION Schematics of this intersection will be developed utilizing information from the State Highway 45 design team and the City of Round Rock. 1.6.3 DEVELOPMENT OF PRELIMINARY PLAN AND PROFILE SHEETS Upon review and approval of alignment drawings and intersection schematics by the City of Round Rock, preliminary plans and profile sheets will be developed. Preliminary design and sizing of drainage structures and other design elements will be determined. A preliminary "Engineer's Opinion of Probable Cost" will be developed. 1.7 FINAL DESIGN 1.7.1 PREPARATION OF CONSTRUCTION DRAWINGS Upon review and approval of preliminary design by the City of Round Rock, detailed construction drawings will be prepared for the bidding of the project. Intersection details, traffic light revisions, structure details, street lighting details, and utility extensions will be included in the final working drawings. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT B GREENLAWN BOULEVARD EXTENSION AND ADVANCE PROJECT MANAGEMENT FOR THE GREENLAWN BOULEVARD/IH -35 INTERCHANGE. Baker - Aicklen & Associates, Inc. 1.7.2 PREPARATION OF SPECIFICATIONS AND BIDDING DOCUMENTS Detailed specifications outlining the construction will be prepared and incorporated into a bid document package. Quantity takeoffs will be performed and a unit price type bidding document will be prepared. This documentation, as well as the construction drawings, will be submitted to the City of Round Rock for review. 1.8 ADDRESS CITY COMMENTS 1.8.1 ADDRESS CITY REVIEW COMMENTS Upon receipt of the City of Round Rock review comments, the construction drawings and specifications will be revised as necessary to prepare the final bid packet. Upon completion of the plan revisions all documents will be resubmitted to the City of Round Rock for final review and sign off. Upon sign off by the City of Round Rock a final "Engineer's Opinion of Probable Cost" will be prepared. 1.9 BIDDING PHASE 1.9.1 PROCUREMENT OF BIDS After sign -off by the City of Round Rock on the bid package, B/A will coordinate with City staff in the establishment of a bid date for the project. B/A will advertise the project in newspapers designated by the City of Round Rock. B/A will receive and address contractor's questions and initiate addendums, as required, through the course of the bid process. B/A will assist the City of Round Rock in the official bid opening. 1.9.2 BID REVIEWS AND AWARD Upon receipt of bids, B/A will review the bids for errors, prepare a detailed bid tabulation, secure and interview references of the apparent low bidder and recommend award in letter fashion to the City of Round Rock, 1.10 CONSTRUCTION MANAGEMENT 1.10.1 CONTRACT DOCUMENTS Upon acceptance of the bid and award of the contract by the Round Rock City Council, B/A will prepare contracts between the contractor and the City of Round Rock. These contracts will be forwarded to the contractor for execution and attachment of all bonds and insurance certificates. Upon return of the contracts B/A will review same for completeness and transmit to the City staff for execution by the Mayor. 1.10.2 CONSTRUCTION PHASE SERVICES Upon execution of the Construction Contract by all parties B/A will assist the City in the scheduling and participation in pre - construction conference. B/A will make periodic visits to the site to observe the progress and quality of the work (not continuous services of Resident Project Representation). The Engineer will not be responsible for the techniques and sequences of construction nor the safety precautions necessary for the project. B/A will keep the City informed of the extent of the progress of the work and advise the City of any material or substantial defects and deficiencies observed or discovered by the Engineer. B/A will prepare routine change orders as required by the contract. Major changes in the construction contract or scope of the project may require the engineer to seek additional fees for the completion of same. These will be performed at a predetermined fee accepted and approved by the City of Round Rock. B/A will review and discuss with City staff the submission of shop drawing, samples, schedules, laboratory and mill tests, materials tests and other submittals by the contractor for the project. B/A will review the monthly and fmal estimates 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT B GREENLAWN BOULEVARD EXTENSION AND ADVANCE PROJECT MANAGEMENT FOR THE GREENLAWN BOULEVARD/IH -35 INTERCHANGE. Baker - Aicklen & Associates, Inc. ATTACHMENT B GREENLAWN BOULEVARD EXTENSION AND ADVANCE PROJECT MANAGEMENT FOR THE GREENLAWN BOULEVARD/IH -35 INTERCHANGE. Baker - Aicklen & Associates, Inc. for payment by the contractor, and furnish to the City any necessary certifications as to payments to sub - contractors and/or supplies in a form acceptable to the City. B/A will conduct a final review of the project for conformance with the approved plans and specifications, prepare a letter of concurrence and approve, in writing, final payment to the contractor. With the assistance of the contractor and the City's representative, B/A will prepare as -built drawings of the project. One reproducible and one set of prints of the as -built drawings will be furnished to the City. ATTACHMENT C GREENLAWN BOULEVARD EXTENSION AND ADVANCE PROJECT DEVELOPMENT FOR THE GREENLAWN BOULEVARD -IH -35 INTERCHANGE. WORK SCHEDULE PROJECT APPROACH HDR's understanding of the project needs and proposed approach to the work are based in general, on a foundation of experience on similar projects, and in particular, on our ability to listen to the client's specific concerns for the project. The members of the proposed project team all possess relevant experiences, and have been selected to provide a highly qualified team to successfully meet the City of Round Rock's quality, budget, and schedule objectives. Our understanding of the project objectives, pertinent features of our technical approach, methodology for completing the project objectives, and key issues to be addressed during the project are presented in this section. The HDR Team understands that the purpose of this contract is to provide preliminary engineering associated with the design of a new interchange facility for the Greenlawn Boulevard Extension and IH -35. The function categories listed below will outline the anticipated scope of work. FUNCTION CODE 110 Greenlawn Blvd./IH -35 Interchange Scope of Work HDR Engineering, Inc. As with any successful project, good and sound planning is the key to a successfully completed project. Due to the fact that the HDR Team understands that the project improvements will be within an existing urban corridor, the concept planning phase will play an important part in assuring that the most current design criteria and standards are achieved for the final design process. This will include the evaluation of traffic projections to evaluate existing and proposed design criteria; analysis of geometric design constraints as it relates to existing right -of -way and topographic features and future roadway plans in the study area. Preliminary cost estimates will be performed in order to evaluate an order of magnitude comparison that will identify key concerns and benefits with each option. The development of schematic layouts and typical sections to be used in acceptance of the planned roadway improvements; and the estimation of preliminary construction cost to insure that the final design meets the cost allocations for the project will be performed. Throughout the study, the goal of the HDR Team will be to exercise care to assure that the feasible layouts, schematic plans and profiles are developed on the basis of route objectives and in consideration of all engineering, traffic, socio- economic, and environmental factors. Level of Service determination will be evaluated in order to determine that the proposed project meets the requirements of the future demand. Included in the schematic design will be: • Preliminary alignment map of proposed roadways and ramp routes based on ground reconnaissance, field survey, topographic mapping, and other available materials; • Preliminary plan- profile drawings in sufficient detail to permit reasonably firm estimates of earth -work quantities; • Typical ramp cross sections. HDR Engineering, Inc. FUNCTION CODE 120 The collection of detailed environmental information about the project area, along with the potential alignments within the I -35 corridor as defined by the schematic task, is the basis for identifying the potential sensitivities of environmental and human resources with the area as well as their potential to be adversely or beneficially affected by the project. Baseline descriptions prepared for the report will be concise - commensurate with importance of potential impacts upon the resource - yet complete enough to ensure the credibility of the impact analyses to follow. The HDR Team will assist in the following areas: • Participate and assist in public meetings/hearings. • Provide assistance in the development of the final EA document. FUNCTION CODE 130 As with most upgrades to existing highway /roadway projects, the need for additional right -of -way may be essential to achieve the objectives of the project design. It will be the goal of the HDR Team to contain all ramp improvements within the existing right -of -way corridor whenever possible. To insure that this goal is accomplished, the HDR Team will conduct ownership research, coordinate with local officials and property owners and prepare needed drawings to accurately predict the area needed for project completion. In addition to the right -of -way issues, utility easements and control of access conflicts will be determined by the HDR Team prior to the preparation of preliminary design so that future construction problems can be neutralized. FUNCTION CODE 150 The collection of the field survey will become the backbone of the development of the project base map. The HDR Team proposes to utilize the existing DTM model currently available from the SH 45 project. On- ground field survey will be performed by Baker - Aicklen for the portion west of the proposed interchange and will supplement the existing DTM. The HDR Team will modify and integrate the two DTM models for use in schematic preparation. Quality Control/Quality Assurance The use of quality control procedures will assure that the final product complies with the goals set by the City of Round Rock for this project. The Quality Control/Quality Assurance team will review each submittal for clarity, completeness, and conformity to City of Round Rock and TxDOT standards and criteria. ID Task Name 1.1 Notice to Proceed 1.2 Project Management 1.3 Project Initiation 1.3.1 Assemble Project Data 1.3.2 Project Initiation Meeting 1.4 Existing Data Inventory 1.4.1 Obtain Background Data 1.4.2 Traffic Counts (48 hour) 1.4.3 Establish Existing LOS 1.4.4 Document Existing Signal ATTACHMENT B Greenlawn Boulevard Extension and Advanced Project Management for the Greenlawn Boulevard/IH 35 Interchange Scope of Services WHM Transportation Engineering Consultants, Inc. Task Description Work will begin immediately after receiving the notice to proceed. Project management will consist of coordination, administration and periodic progress meetings. Coordination will involve contacts with the City, TxDOT, ATS, Williamson County and Travis County. Administration includes assignment of personnel and preparation of invoices. The Project Principal and /or Engineer as appropriate will attend hi-weekly progress meetings. Available SH 45 project information and ongoing Louis Henna Boulevard files will be assembled for use by Team Members. Available project information will be provided for discussion at initial meeting to be attended by Project Principal and Engineer. Available data assembled to -date by Rust Lichliter /Jameson (RLJ) will be provided by the City for use by Team Members. Available background data obtained from ATS, City and TxDOT by RLJ will be reviewed for appropriate use on the project. In addition, ongoing SH 45 modeling efforts will be evaluated for application in this project. Obtain 48 hour traffic counts with hourly totals on the IH 35 frontage roads south of Louis Henna Boulevard and on Louis Henna Boulevard east and west of Greenlawn Boulevard. Provide capacity and level of service analysis for the Greenlawn Boulevard intersection with Louis Henna Boulevard, the majority of which has been accomplished through an existing contract with the City. Undertake necessary field work to document the existing signal equipment at the Greenlawn Boulevard intersection with Louis Henna Boulevard. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Greenlawn Boulevard Extension and Advanced Project Management for the Greenlawn Boulevard/IH 35 Interchange Scope of Services WHM Transportation Engineering Consultants, Inc. 1.5 Travel Demand Forecasting 1.5.1 Future Intersection LOS With growth rates from the assignments developed previously, LOS will be calculated for the IH 35 interchange at Greenlawn Boulevard and the Greenlawn Boulevard at Louis Henna intersection. 1.5.2 Identify Deficiencies Based on LOS analysis, deficiencies will be identified. 1.6 Identify Improvement Alternatives 1.6.1 Improvement Development Improvements to mitigate the deficiencies identified in Task 1.5.2 will be developed. 1.6.2 Model Iteration 1.6.3 Finalize Improvements Improvement scenarios will be finalized. 1.7 Public Meetings 1.7.1 Meeting Preparation Necessary exhibits and meeting materials will be prepared for two public meetings. Each meeting will be attended by the Project Principal and /or Project Engineer. An appropriate summary with public comments, conclusions, etc. will be prepared for each meeting. 1.7.2 Meeting 1.7.3 Meeting Summary 1.8 Preliminary Design 1.8.1 Greenlawn/Louis Henna The feasibility of intersection geometrics will be evaluated. Schematics of this intersection will be developed based on modeling of alternatives discussed previously as well as on SH 45 schematics. 1.8.2 Greenlawn/IH 35 ATTACHMENT B Improvement scenarios will be modeled and their effectiveness evaluated. Appropriate improvements will be identified for each scenario. The feasibility of interchange geometrics will be evaluated. Schematics of this intersection will be developed based on modeling of alternatives discussed previously as well as on SH 45 schematics. Appropriate consideration of proposed direct connections to SH 45 to /from IH 35 as well as potential ramp modifications will be undertaken. Greenlawn Boulevard Extension and Advanced Project Management for the Greenlawn Boulevard/IH 35 Interchange Scope of Services WHM Transportation Engineering Consultants, Inc. 1.9 Final Design - Greenlawn Boulevard 1.9.1 Construction Drawings 1.9.2 Specifications and Bids 1.10 Plan Corrections 1.10.1 Plan Corrections ATTACHMENT B Upon review and approval of preliminary design by the City and TxDOT as appropriate, detailed construction drawings will be prepared for bidding of the project. Detailed specifications outlining the construction will be prepared and incorporated into a bid document package. Upon receipt of review comments from the City and TxDOT, construction drawings and specifications will be revised as necessary to prepare the final bid package. Function Code 110 Task 1 Issues and Constraints Function Code 120 Categorical Exclusion /Scope of Work Environmental Assessment Services Greenlawn/IEI 35 Interchange - Round Rock, Texas The following scope of work is intended to assist the City of Round Rock in achieving regulatory compliance for the above - referenced project. The environmental assessment process is intended to identify those issues which pose potential constraints to the development of the proposed project, and to provide a framework within which issue resolution can occur. The following scope of work is intended to outline this process. Hicks & Company will work with the Project Engineer and to focus the scope of work for the Environmental Assessment (EA) on those environmental issues and resources that are most likely to be considered significant by the reviewing agencies and the public. An initial task will involve coordination with TxDOT personnel to determine whether the proposed environmental clearance can be accomplished by means of a Categorical Exclusion (CE) or Environmental Assessment (EA). Identification of key environmental issues will require an initial data collection effort using available sources of information supplemented by an initial field investigation. This task will also require an initial meeting with TxDOT personnel, the Project Engineer, and others whose input may be useful, at the discretion of the city. The results of this task will be a constraints map and technical memorandum identifying and prioritizing the most important issues likely to arise during the course of project development. Task 1 Document Project Need and Description This task will be based principally on information provided by the Project Engineer, including data on existing roadway design elements and constraints, current and projected traffic volumes, and proposed typical sections, schematics, and intersection configurations. The project description section will include text and graphics illustrating the proposed project design. Task 2 Alternatives Analysis The alternatives analysis is a key component of all environmental documents prepared under the National Environmental Policy Act (NEPA). Hicks & Company will provide mapped and narrative descriptions of the preliminary and primary alternative alignments and design options. The quantitative inventory of potential effects (relocations, acres of various land uses affected, etc.) will be supplemented by additional information collected in the Environmental Consequences task to provide a more detailed comparison of potential environmental impacts. The alternatives analysis will result in an Alternatives section of the CE/EA which will summarize the alternative alignments and designs, compare their potential environmental impacts, and provide support for the selection of the technically preferred alternative. Task 3 Affected Environment For each of the categories listed in Task 5 below, Hicks & Company will perform the necessary background and field reconnaissance to gather data necessary for completion of the CE/EA and to support the permitting process. This information will be graphically depicted and characterized with respect to location, termini, costs, concept, status, extent of required land acquisition, etc., in sufficient detail so that their comparative merits can be evaluated. Task 4 Environmental Consequences Land Use and Economic Impacts. The effects of project alternatives will be characterized in light of land use trends, plans, and policies within the study area. This effort will entail coordination with local officials and will include an analysis of potential secondary effects of the proposed improvements. The final CE/EA will include a detailed photo -based land use map of the project area using available photography. The proposed project will be evaluated with respect to potential effects on local economic development, secondary growth effects, tax revenues, public expenditures, employment and income, and access effects on local agricultural and commercial enterprises. The assessment will address potential economic effects upon adjacent businesses due to diversion of traffic during and after construction. Social Impacts and Environmental Justice. As applicable, this task will address potential changes to local neighborhoods or communities, effects on community cohesion relating to travel patterns, access, and public safety, particularly as those changes may differentially affect various social groups and minorities. The assessment will conform to FHWA guidance for compliance with Executive Order 12898, Environmental Justice, Noise. The project noise assessment will inventory potential noise sensitive receptors and establish the project area's existing noise level range. if an EA/FONSI document is required, in accordance with TxDOT noise assessment guidelines, the roadway alignment for the design year will be computer simulated and future noise levels will be predicted using the FHWA/TxDOT approved STAMINA 2.0 model. Noise modeling will not be performed if the project is implemented under a CE. Any required noise mitigation analysis will be conducted under an additional scope and budget. Geology and Soils. This task entails a characterization of the geophysical environment of the project, including an understanding of the project area bedrock geology and subsurface strata, soils, terrain units, and surface processes which may affect or be affected by the proposed project. Cultural Resources: A file search of recorded cultural resource sites will be conducted at the Texas Archeological Research Laboratory (TARL). A 100% pedestrian survey, if required, will be conducted under an additional scope and budget. Climate and Air Quality. The proposed project is located in Williamson County, which is currently in attainment or is unclassifiable with respect to all criteria pollutants for which a National Ambient Air Quality Standard (NAAQS) exists. The air quality assessment will therefore focus on the changes in roadway - related carbon monoxide (CO) and other criteria emissions that may result from the proposed improvements. Using existing literature, an analysis will be prepared of the study area's existing meteorological dispersion and air quality characteristics. If required as part of an EA/FONSI, the baseline and design year roadway configurations will be simulated using the MOBILE 5A emission factor and the CALINE 3 line- source dispersion model. The roadway air quality impacts will be quantified for comparison with the NAAQS, as well as with TxDOT and FHWA criteria. Water Resources. The assessment team surface hydrology specialists will coordinate with the Texas Natural Resources Conservation Commission (TNRCC), and the Environmental Protection Agency (EPA) if necessary to collect data on surface water resources, identify trends, and focus on potential pollution issues, including non -point source pollution and the presence of criteria pollutants and /or toxic substances. Flood management effects will be evaluated in coordination with the local flood management agency. Additionally, the 100 -year floodplain, as delineated by FEMA, will be identified and the impacts of the proposed project will be assessed. Potential groundwater effects will be evaluated. Wetlands and Other Waters of the US. Hicks & Company wetlands specialists will perform wetlands evaluations in all areas potentially affected by the primary alternatives. If applicable, wetland field delineations in support of a Section 404 permit, permitting will be conducted. Ecological Resources. A characterization of project area ecological resources, including vegetational and wildlife habitat characteristics, will be performed by Hicks & Company biologists. Ecologically sensitive resources, if any, will be identified in order to assess potential effects of project construction and operation. Recreational Resources, 4(f). The assessment will include a review of the applicability of Section 4(f) of the DOT Act. A 4(f) Evaluation, should one be required, is not included in this scope of services. Visual Resources. Visual resource impacts will be assessed for the proposed project alternatives. Task 5 Field Surveys Hicks & Company personnel will perform site surveys to identify potential environmental constraints including land use, socioeconomic issues, wetlands and other waters of the U.S., recreational issues (Section 4[f]), industrial waste issues, and ecological and visual resources. Task 6 Public Involvement Hicks & Company will assist the Project Engineer in carrying out informal communication, as appropriate, with affected members of the public and/or property owners. A Public Meeting and Public Hearing may be required for the proposed project; Hicks & Company will attend these functions, but assumes that the project engineer will handle all organizational responsibilities. Task 7 Report Preparation The CE/EA document will comply in all respects with the National Environmental Policy Act and the guidelines of TxDOT and the FHWA for preparing environmental documents. The analysis will address the adverse and beneficial impacts of project construction and operation, and will also include secondary and induced impacts, as well as cumulative impacts. The impacts analysis will be organized to facilitate equivalent comparisons of alternatives, employing charts, tables, maps, and matrices as appropriate. Mitigation options will be emphasized where adverse impacts may potentially occur. Task 8 Coordination Team Coordination. Five meetings will be held with the project team members to coordinate issues identification and resolution prior to submitting the draft Environmental Assessment. Agency Coordination. As part of the proposed effort, Hicks & Company intends to communicate with local, state, and federal agencies and organizations regarding project compliance with applicable environmental approvals. These entities may include, as applicable, Task 9 Additional Reports TxDOT Austin District and Environmental Affairs Division Local, county and municipal government agencies U.S. Corps of Engineers regarding Section 404 (wetlands) compliance U.S. Fish & Wildlife Service Federal Emergency Management Agency and local flood management agency regarding NFIP compliance Texas Parks & Wildlife Department regarding area parks, wildlife refuges, state -listed endangered species, and compliance with TxDOT /TPWD Memorandum of Understanding Texas Natural Resources Conservation Commission All correspondence will be preserved for inclusion in the EA document; telephone or in- person discussions with agency officials will be logged as part of the project file. Any additional reports or studies that are determined necessary will be performed under a separate budget. November 13, 1997 PAA97- 154 -00 Baker - Aicklen & Associates, Inc. 203 East Main Street, Suite 201 Round Rock, Texas 78664 ATTN: Mr. Bill Waeltz, P.E. RE: Proposal Geotechnical Study Greenlawn Boulevard Extension Round Rock, Texas Project Description Scope of Work Engineers, Geologists, Hygienists and Environmental Scientists Raba-Kistner-Brytest Mik Consultants, Inc. 8200 Cameron Rd, Suite C -154 Austin, Texas 78754 (512) 339 -1745 • FAX (512) 339 -6174 We are pleased to provide this proposal for Geotechnical Engineering Services as you requested. The objective of our study will be to determine subsurface materials and conditions at the site to provide geotechnical recommendations for design of the proposed extension of Greenlawn Boulevard in Round Rock, Texas. We understand the project will consist of the construction of one box culvert and approximately 5,400 linear feet of roadway. It is our understanding the street classification is a 4 -Lane divided arterial meeting City of Round Rock specifications. Included in the project is one box culvert. We propose to explore the subsurface materials and conditions at the site by drilling 12 borings to maximum depths of 10 feet at 500 -foot intervals along the proposed roadway, and one boring to the 15 -foot depth for the proposed box culvert. Subsurface water observations will be conducted in each boring before drilling fluid is used to advance the borings. All samples recovered from the borings will be visually logged in the field, sealed in plastic to minimize moisture loss, placed in core boxes, and transported to the laboratory for further analysis. Existing conditions, strength and index properties, and characteristics of the materials will be determined by appropriate laboratory tests on selected samples. The information obtained by our field exploration and laboratory investigations will be used in engineering studies to establish geotechnical design and construction criteria for the box culvert and pavements. Pavement thickness recommendations will be developed and included in our report. Austin • Brownsville • El Paso • Laredo • McAllen • Mexico • San Antonio PAA97- 154 -00 November 13, 1997 Page 2 The results of our analyses will be presented in three copies of a written engineering report. Additional copies of our report are available at the request of the client for the cost of reproduction. Budget Estimate Our fee for the study outlined will be performed for a lump sum of $9,170. A breakdown of the charges is provided below: Subsurface Drilling and Field Operations $2,700 Laboratory Testing $1,800 Professional Engineering and Report $4,670 This estimate does not include costs incurred to: provide access to the boring locations which may be inaccessible to our truck - mounted drill rigs and support vehicles; provide surveyed locations of proposed improvements; and field staking of the boring locations. This estimate is not applicable after 90 days from the above date. It is the Engineer's responsibility to provide the location of all underground utilities in the vicinity of our borings. We cannot accept responsibility for penetrating any utility not located by the owner. Should unanticipated conditions be encountered in the field that indicate the desirability of significantly broadening the scope of the study, we will contact you before proceeding with any additional work. Our study will be carried out in accordance with the items discussed in this proposal, our Schedule of Fees for Professional Services, and our Standard Terms and Conditions (Attachments land II). Client recognizes that time is of the essence with respect to payment of Engineer's invoices, and that timely payment is a material part of the consideration of this agreement. Client shall pay Engineer for services performed in U.S. funds drawn upon U.S. banks and in accordance with the rates and charges set forth herein. Invoices will be submitted by Engineer once a month and shall be due and payable within thirty (30) calendar days of invoice date. If Client objects to all or any portion of an invoice, Client shall so notify Engineer within fourteen (14) calendar days of the invoice date, identify the cause of disagreement, and pay when due that portion of the invoice, if any, not in dispute. Raba - Kintner PAA97- 154 -00 November 13, 1997 Page 3 We will be able to schedule the drilling services only after we receive your authorization to proceed and notification the borings have been staked in the field. We appreciate the opportunity of submitting this proposal and look forward to working with you in the development of this project. Very truly yours, RABA - KISTNER - BRYTEST CONSULTANTS, INC. . R d.Eng. President Everett Z. Clements, S.E.T. Project Manager Encl: Attachments I & II Approved By: Raba Klstner (Signature) (Printed or Typed Name) (Title) (Date) ATTACHMENT C GREENLAWN BOULEVARD EXTENSION AND ADVANCE PROJECT DEVELOPMENT FOR THE GREENLAWN BOULEVARD -IH -35 INTERCHANGE. WORK SCHEDULE ACTIVITY MONTH NOV.'97 DEC. JAN.'98 FEB. MARCH APRIL MAY JUNE JULY GREENLAWN BOULEVARD EXTENSION MONTHS • PROJECT INITIATION R.O.W. & DESIGN SURVEYS PREPARATION OF R.O.W. DOCUMENTS PRELIMINARY DESIGN CITY REVIEW FINAL DESIGN CITY REVIEW & PLAN CORRECTIONS BIDDING PHASE CONSTRUCTION MANAGEMENT • . • • NNE 10 ADVANCE PROJECT DEVELOPMENT I.H. 36- GREENLAWN INTERCHANGE ROW MAPPING FIELD SURVEY GEOMETRIC DESIGN PRELIMINARY DRAINAGE DESIGN PRELIMINARY ENGINEERING & SCHEMATIC PLAN ENVIRONMENTAL ASSESSMENT DISTRIBUTION OF ENVIRONMENTAL ASSESSMENT PUBLIC INVOLVEMENT PUBLIC HEARING ON PROJECT SUBMISSION OF SUMMARY AND ANALYSIS OF PUBLIC HEARING TO TxDOT • • • • • 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PROPOSED PROJECT SCHEDULE GREENLAWN BOULEVARD EXTENSION AND I.H. 35 INTERCHANGE City of Round Rock, Texas Based on November 13, 1997 Notice to Proceed ATTACHMENT D GREENLAWN BOULEVARD EXTENSION AND ADVANCE PROJECT MANAGEMENT FOR THE GREENLAWN BOULEVARD/IH -35 INTERCHANGE. FEE SCHEDULE Baker - Aicklen & Associates, Inc. HDR Engineering, Inc. WHM Transportation Engineering Consultants, Inc. Hicks and Company Raba, Kistner, Brytest Consultants, Inc. Total Lump Sum Fee $227,351.00 $120,696.00 $23,846.00 $18,221.52 $9,170.00 $399,284.52 ATTACHMENT D GREENLAWN BOULEVARD EXTENSION AND ADVANCE PROJECT MANAGEMENT FOR THE GREENLAWN BOULEVARD/IH -35 INTERCHANGE. Baker - Aicklen & Associates, Inc. ID TASK NAME COST RESOURCE ALLOCATION RESOURCE WORK RATE COST NOTICE TO PROCEED $120 BA- Project Admin 1.0 hrs. $85.00 $85 BA- Secretary 1.0 hrs. 035 -00 $35 ATTACHMENT D GREENLAWN BOULEVARD EXTENSION AND ADVANCE PROJECT MANAGEMENT FOR THE GREENLAWN BOULEVARD/IH -35 INTERCHANGE. Baker- Aicklen & Associates, Inc. ID TASK NAME COST RESOURCE ALLOCATION RESOURCE WORK RATE COST 1.2 Project Management 811,470 BA- Project Admin 72.0 hrs. $85.00 $6,120 BA- Secretary 150.0 hrs. $35.00 $5,250 Direct Costs $100 Copies -8.5 X 11" $100 1.3 Project Initiation $1,930 1.3.1 Assemble Base Maps $1,360 BA Project Admin 2.0 hrs. $85.00 $170 BA- Project Engineer 4,0 hrs. $85.00 $340 BA -RPIS 2.0 hrs, $65.00 $130 BA -Survey Tech 16.0 hrs. $45.00 $720 1.3.2 Project Initiation Meeting 0470 BA- Project Admin 2.0 hrs. $85.00 $170 BA- Project Engineer 2,0 hrs, $85.00 $170 BA -RPLS 2.0 hrs. $65.00 $130 Direct Costs $100 Aerial Photos $100 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT D GREENLAWN BOULEVARD EXTENSION AND ADVANCE PROJECT MANAGEMENT FOR THE GREENLAWN BOULEVARD/IH -35 INTERCHANGE. Baker - Aicklen & Associates, Inc. ID TASK NAME COST RESOURCE RESOURCE ALLOCATION WORK RATE COST 1.4 RIGHT OF WAY AND DESIGN SURVEYS $47,950 1.4.1 Development afOwnership 85,480 BA -Survey Tech 48.0 hrs. $45.00 $2,160 Schematics & Right of Entry BA -CAD Tech 40 -0 hrs. $45.00 $1,800 Documents BA -Staff Surveyor 12.0 hrs. $60.00 $720 BA -RPLS 8.0 hrs. $65.00 $520 BA- Secretary 8,0 hrs. $35.00 $280 1.4,2 Traverse and Control 810,500 BA -Field Crew 40.0 hrs. $90.00 $3,600 BA -Survey Tech 60,0 hrs, $45.00 $2,700 BA -CAD Tech 200 hrs. $45.00 $900 BA -Staff Surveyor 12.0 hrs. $60.00 $720 BA -GPS Static 12.0 hrs. $175.00 $2,100 BA -Post Processing 8.0 hrs. $60.00 $480 1,4,3 Field Staking o &Centerline $3,120 BA -Field Crew 24,0 hrs. $90.00 $2,160 BA -Survey Tech 16.0 hrs. $45.00 $720 BA -Staff Surveyor 4,0 hrs. $60.00 $240 1,4.4 Route Surveys $19,440 BA -Field Crew 120.0 hrs. $90.00 $10,800 BA -Survey Tech 120.0 hrs. $45.00 85,400 BA -CAD Tech 40.0 hrs, $45.00 $1,800 BA -Staff Surveyor 24.0 hrs, $60.00 $1,440 1.4.5 Right of Way Surveys $8,800 BA -Field Crew 40.0 hrs. $90.00 $3,600 BA -Survey Tech 80.0 hrs. $45.00 $3,600 BA -RPLS 16.0 hrs. $65.00 01,040 BA- Secretary 16.0 hrs. $35.00 $560 Direct Cost $610 Copies $50 Survey Supplies $500 Postage - Certified $60 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT D GREENLAWN BOULEVARD EXTENSION AND ADVANCE PROJECT MANAGEMENT FOR THE GREENLAWN BOULEVARD/IH -35 INTERCHANGE. Baker- Aicklen & Associates, Inc. ID TASK NAME COST RESOURCE ALLOCATION RESOURCE WORK RATE COST 1.5 Preparation of ROW Documents 511,730 1.5.1 Title Research $3,600 Direct Costs Title Search 20 parcels /ea $165.00 $3,300 Copies $300 1.52 Preparation of ROW Documents $8,080 BA- Survey Tech 60.0 hrs. $45.00 $2,700 BA -CAD Tech 60.0 hrs. $45.00 $2.700 BA -RPLS 24 -0 hrs. $65.00 $1.560 BA- Secretary 310 hrs. $35.00 $1,120 Direct Cost $50 Copies $50 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT D GREENLAWN BOULEVARD EXTENSION AND ADVANCE PROJECT MANAGEMENT FOR THE GREENLAWN BOULEVARD/IH -35 INTERCHANGE. Baker- Aicklen & Associates, Inc. ID TASK NAME COST RESOURCE ALLOCATION RESOURCE WORK RATE COST 1.6 PRELIMINARY DESIGN 017,766 1.6.1 Preliminary Alignment $4,520 BA- Project Admin 8.0 hrs. $85.00 $680 BA- Project Enginccr 24.0 hrs. $85.00 $2,040 BA -CAD Tech 40.0 hrs. $45.00 $1,800 1.6.2 Greenlawn Blvd. /Louis Henna $3,120 BA- Project Admin 8.0 $85.00 $680 Intersection BA- Project Engineer 16.0 hrs. $85.00 $1,360 BA -CAD Tech 24.0 hrs. $45.00 01,080 1.6.3 Development of Preliminary Plan $10,070 BA- Project Admin 8.0 hrs, $85.00 $680 and Profile Sheets BA- Project Engineer 40.0 hrs. $85.00 $3,400 BA -CAD Tech 60.0 hrs. $45.00 $2,700 13A -CAD Draftsman 70.0 hrs. $35.00 $2,450 BA- Secretary 24.0 hrs. $35.00 $840 Direct Costs $56 Bluelines $56 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT D GREENLAWN BOULEVARD EXTENSION AND ADVANCE PROJECT MANAGEMENT FOR THE GREENLAWN BOULEVARD/IH-35 1NTERCHANGE. Baker - Aicklen & Associates, Inc. ID TASK NAME COST RESOURCE ALLOCATION RESOURCE WORK RATE COST 1.7 FINAL DESIGN $104,930 1.7.1 Preparation of Construction $100,300 BA- Project Admin 20.0 hrs. $85.00 $1,700 Drawings BA- Project Engineer 380.0 hrs. $85.00 $32,300 BA -CAD Tech 960.0 hrs. $45.00 $43,200 BA -CAD Draftsman 640.0 hrs. $35.00 $22,400 BA- Secretary 20.0 hrs. $35.00 $700 1.7.2 Preparation of Specifications and $4.480 BA- Project Admin 8.0 hrs. $85.00 $680 Bidding Documents BA- Project Engineer 24.0 hrs. $85.00 $2,040 BA -CAD Tech 8.0 hrs. $45.00 $360 BA- Secretary 40,0 hrs, $35.00 $1,400 Direct Costs $150 Bluelines $120 Copies 8.5X11" $30 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT D GREENLAWN BOULEVARD EXTENSION AND ADVANCE PROJECT MANAGEMENT FOR THE GREENLAWN BOULEVARD /IH -35 INTERCHANGE. Baker- Aicklen Si Associates, Inc. ID TASK NAME COST RESOURCE ALLOCATION RESOURCE WORK RATE COST ATTACHMENT D GREENLAWN BOULEVARD EXTENSION AND ADVANCE PROJECT MANAGEMENT FOR THE GREENLAWN BOULEVARD/Hi-3S INTERCHANGE. Baker- Aicklen & Associates, Inc. ID TASK NAME COST RESOURCE ALLOCATION RESOURCE WORK RATE COST 1.8 ADDRESS REVIEW COMMENTS 53,980 1.8.1 Address Review Comments $3.500 BA- Project Engineer 12,0 hrs. $85.00 $1,020 BA-CAD Tech 24.0 hrs. 045.00 $1,080 BA -CAD Drafter 32.0 hrs. $35.00 $1,120 BA- Secretary 8.0 hrs. 035.00 $280 Direct Costs $480 Copies 8.5X11" Bluelines Mylars $40 8200 8240 1.9 BIDDING PHASE $4,110 19.1 Procurement of Bids $1,490 BA- Project Admin 2.0 hrs. 585.00 5170 BA- Project Engineer 8.0 hrs. $85.00 $680 BA -CAD Tech 8.0 hrs. $45.00 $360 BA- Secretary 8.0 hrs. $35.00 $280 1.9.2 Bid Reviews and Award $2,020 BA- Project Admin 4.0 hrs. $85.00 $340 BA- Project Engineer 8.0 hrs. 185.00 $680 BA -CAD Tech 16,0 hrs. $45.00 $720 BA- Secretary 8.0 hrs. 535.00 $280 Direct Costs $600 Advertising Cost $600 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT D GREENLAWN BOULEVARD EXTENSION AND ADVANCE PROJECT MANAGEMENT FOR THE GREENLAWN BOULEVARD /IH -35 INTERCHANGE. Baker - Aicklen & Associates, Inc. ID TASK NAME COST RESOURCE ALLOCATION RESOURCE WORK RATE COST 1.10 CONSTRUCTION MANAGEMENT $23,365 1.10.1 Contract Documents $1,070 BA- Project Admin 2,0 hrs. $85,00 $170 BA- Project Engineer 4,0 hrs. $85.00 5340 BA- Secretary 16.0 hrs. $35.00 5560 1.10.2 Construction Phase Services $21,605 BA- Project Admin 40.0 hrs. $85.00 $3,400 BA- Project Engineer 185,0 hrs, 585.00 $15,725 BA-CAD Tech 24.0 hrs. $45.00 51,080 BA- Secretary 40.0 hrs. $35.00 1,400 Direct Costs $690 Copies $130 Bluclincs 5200 Mylars $360 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT D GREENLAWN BOULEVARD EXTENSION AND ADVANCE PROJECT MANAGEMENT FOR THE GREENLAWN BOULEVARD/IH -35 INTERCHANGE. Baker - Aicklen & Associates, Inc. ID TASK NAME COST RESOURCE ALLOCATION RESOURCE WORK RATE COST • = i CITY OF 001 '11 181 Itis — 130.8J3I 1 'I .%%% BLVD. ®R ENGINEERING -'3 x lIOUR BREARI7IOWN CONSTRUCTION PLANS, SPECIFICATIONS AND ESTIMATES TOTAL HDR DIRECT LABOR COST %of Total Hours by Labor Classification HDR - TOTAI. L ABOR COST W/ OH 5107,841 (UDR RNGR - TOTAL PROJECT IND(RF.CT CO.ST.S Printing and Reproduction $1,175 Travel $4,866 CADD & Computer 56,518 Telephone, Fax, & Misc. 096 Photos & Miscellaneous $200 TOTAL HDR INDIRECT COSTS 512,855 SUBCONTRACTS - TOTAL PROJECT (DBE Sub) 11/13/97 MANIIOURS DIRECT DIRECT A B C D E F TOTAL LABOR LAB, OH Work Description (Labor Rates) $ 60.00 $ 46.65 5 28.60 S 21.55 5 18.75 S 17.50 HRS COSTS & PROFIT FUNCTION CODE 110 24 64 318 370 176 20 972 525,144 $75,487 FUNCTION CODE 120 18 19 40 36 22 16 151 $4.579 $13,746 FUNCTION CODE 130 6 9 44 60 40 2 161 54,116 $12,358 FUNCTION CODE 150 2 4 20 28 32 0 86 52,082 $6,251 FUNCTION CODE 160 0 0 0 0 0 0 0 $0 50 FUNCTION CODE 161 0 0 0 0 0 0 0 $0 50 FUNCTION CODE 162 0 0 0 0 0 0 0 00 $0 FUNCTION CODE 163 0 0 0 0 0 0 0 $0 $0 FUNCTION CODE 170 0 0 0 0 0 0 0 50 $0 $0 $0 $0 % DBE of TOTAL SUBCONTRACT COST 50 Total $ EXHIBIT 'D' GREENLAWN BOULEVARD/1H.35 INTERCHANGE 50 96 422 494 270 38 1370 535,921 $107,841 3.65% 7.01% 30.80% 36.06% 19.71% 2.77% I HDR Engineering, Inc. I HDR OH Multiplier 161.06% I HDR Profit 15.00% TxDOT - AUSTIN DISTRICT % Total per Code 70% 13% 11 /0 6% 0% 0% 0% 0% 0% "Labor Cate • oriel A = Principal B = Project Manager C = Design Engineer D = Design Tech E = CADD /Drafting F = Clerical TOTAL PROJECT SHEET COUNT with STANDARDS = N/A TOTAL NEW PRODUCTED SHEET COUNT = N/A PROJECTED MANHOURS per NEW SHEETS = N/A ESTIMATED CONSTRUCTION COST per MILE = N/A TOTAL ESTIMATED CONSTRUCTION for PROJECT = N/A TOTAL ENGINEERING FEE as PERCENT OF TOTAL CONSTRUCTION — N/A Page 1 MMINM • M UM - - - - - - - = MO MO CITY OF ROUNDROCIC— I35(GREENLAW N BLVD. HDR ENGINEERING - MANHOUR BREAKDOWN CONSTRUCTION FLANS, SPECIFICATIONS AND ESTIMA Sheer Tats Corint SUBCONTRACTS- FUNCTION 110 FUNCTION CODE 110 Work Descrplion Perform Route Location Studies 0 4 48 48 20 2 122 $3,004 $9,018 2 Conduct Level of Service Analysis 0 4 8 16 0 2 30 $795 $2,387 3 Coordination Meet w/ City, TxDOT, FHWA 4 8 24 24 0 0 60 $1,817 $5,454 4 Develop Roadway Design Criteria 0 (City/1,0 32 16 0 4 56 81,517 84,553 5 Data& Plan Collection (City/fOT) 0 4 16 24 0 4 48 $1,231 $3,697 6 Design Schematic Layout including. - - - Location of Main Lanes, Turn Lanes & Ramp Relocations 0 4 24 32 32 0 92 $2.163 $6.493 Develop Vertical and Horizontal Alignment (Geopack) 0 4 32 48 24 0 108 $2.586 $7.764 Develop Proposed Typical Sections & ROW Limits 0 2 12 18 16 0 48 $1,124 $3,376 Geometries of Design Speeds 0 2 10 12 0 0 24 $638 $1,915 Develop Construction Sequence Concepts 0 2 8 24 24 0 58 $1,289 $3,871 Conceptual Structural Design 2 4 48 56 60 0 170 $4,011 $12,042 7 Determine Preliminary ROW & Assess Requirements 0 4 28 24 0 2 58 $1,540 $4,622 8 Attend Design Concept Conference 16 16 16 16 0 4 68 $2,579 $7,742 9 Assemble Preliminary Cost Estimates & QA/QC 2 2 12 12 0 2 30 $850 82,552 0 TOTAL HDR DIRECT LABOR S MANHOIIRS DIRECT DIRECT A R C D E F TOTAL. LABOR LAB, 014 (Labor Rates) $ 60.00 $ 46.60 $ 28.60 $ 2155 $ 18.75 $ 17.50 HRS COSTS & PROFIT $587 $2,299 $4,572 $72 $100 TOTAL HDR INDIRECT COSTS $7,630 TOTAL SUBCONTRACT COST 80 EXHIBIT 'D' GREENLAWN BOULEVARD/EH-35 INTERCHANGE 24 64 318 % Total by Classification 2.47% 6.38% 3272% 38.07% 18.1!% 2.06% HDR ENGINEERING - FUNCTION 110 INDIRECT COSTS Printing and Reproduction Travel Computer & CADD Telephone, Fax & Misc Communications Photos & Miscellaneous TOTAL COSTS FOR FUNCTION CODE 1L0 $83,111 11/13/9 HDR Engineering, Inc. 370 176 20 TxDOT - AUSTIN DISTRICT 972 $25,144 $75,487 "Labor Categories" A = Principal B = Project Manager C = Design Engineer D = Design Tech E = CADD/Drafti ng F = Clerical Page 2 CITY OF ROUND ROCK— I356DRF.ENLAWN BLVD. 111811 ENOINEL14DYG.- MANHOIJR BREAKDOWN I CONSTRUCTION FLANS, SPECIFICATIONS AND ESTIMATES FUNCTION CODE 120 MANHOURS DIRECT DIRECT She A B C D E F TOTAL LABOR LAB, OH RA Cnnnt Work Description (Labor Rates) $ 60.00 $ 46.65 $ 28.60 $ 21.55 5 18.75 $ 17.50 HRS COSTS & PROFIT Prepare Environmental Documents (EA or EIS) - - - - Environmental Assessment 0 0 0 0 0 0 0 $0 $0 Environmental Impact Statement 0 0 0 0 0 0 0 50 $0 2 Participate in Public Meetings 16 16 16 12 6 8 74 $2,675 $8,031 3 Conduct Cultural Resource Investigation and - - - Complete Section 106 Process 0 0 0 0 0 50 $0 4 Perform Noise and Air Quality Analyses - - - - - - - Noise Analysis 0 0 0 0 0 0 SO $0 Air Quality Analysis 0 0 0 0 0 0 $0 $0 5 Conduct Ecological Investigations 0 0 0 0 0 0 $0 50 6 Ecological Investigations 0 0 0 0 0 0 $0 $0 7 Hazardous Materials (site assessment) 0 0 0 0 0 0 $0 $0 8 Support Preparation of Environmental Documents 0 1 24 24 16 8 73 $1690 $5,074 9 QC/QA Review 2 2 0 0 0 0 4 $213 $640 0 TOTAL HDR DIRECT LABOR % Total by Classification 11.92% 12.58% 26.49% 23.84% )4.57% 10.60% HDR ENGINEERING - FUNCTION 120 INDIRECT COSTS Printing and Reproduction Travel Computer & CADD Telephone, Fax & Misc Communications Photos & Miscellaneous SUBCONTRACTS- FUNCTION 120 O TAL COSTS FOR FUNCTION CODE 120 11/13/9 $587 $1,712 $526 $24 $0 TOTAL HDR INDIRECT COSTS 02,849 TOTAL SUBCONTRACT COST $0 516,595 EXHIBIT 13' GREENLAWN BOULEVARD/IN-35 INTERCHANGE HDR Engineering, Inc. TsDOT - AUSTIN DISTRICT 18 19 40 36 22 16 151 $4,579 $13,746 "Labor Categories" A = Principal B = Project Manager C = Design Engineer D = Design Tech E = CADD/Drafting F = Clerical Page 3 =MI= MO M M M I- - - - - -- I fY� OFROUND ROCK •- F3,5/GREENLAWN BLVD. A- ENGINEERING - MANIIOUR BREAKDOWN NSTRUCIIONPLANS, SPECIFICATIONS AND ESTIMATES Tag Skeet Tag Cam/ I Research Ownership Data 2 Provide Verified Horizontal Control & Monumentation on State Plane Coordinate System 3 Prepare ROW Delineation 4 Identify Existing Utility Locations 5 Provide Field Notes (sealed by RPLS) Field Notes and Plats Control of Access Descriptions Computation Sheets for Survey Closure and Area 6 Coordination w/ Local Officials & Property Owners 7 QC/QA Review 0 TOTAL HDR DIRECT LABOR SUBCONTRACTS - FUNCTION 130 FUNCTION CODE 130 Work Description TOTAL HDR INDIRECT COSTS 11,816 TOTAL SUBCONTRACT COST 50 1 COSTS FOR FUNCTION CODE 130 11/13/9 MANHOIIRS DIRECT DIRECT A B C D E F TOTAL LABOR LAB, OH (Labor Rates) $ 60.00 5 46.65 S 28.60 S 21.55 S 18.75 $ 17.50 HRS COSTS & PROFIT $0 $856 $860 SO $100 514,174 I EXHIBIT 'D' GREENLAWN BOULEVARD /111 -35 INTERCHANGE 4 2 6 1 12 16 2 39 $869 $2,609 0 0 0 0 0 0 SO 50 1 8 16 12 0 37 $845 $2,538 1 8 16 12 0 37 $845 $2,538 0 0 0 0 0 $0 $0 0 0 0 0 0 $0 $0 0 0 0 0 0 $0 $0 4 16 16 0 40 51,229 $3,690 2 4 0 0 8 $328 $984 9 44 HDR Engineering, Inc. 60 40 2 % Total by Classification 3.73% 5.59% 27.33% 37.27% 24.84% 1.24% HDR ENGINEERING - FUNCTION 130 INDIRECT COSTS Printing and Reproduction Travel Computer & CADD Telephone, Fax & Misc Communications Photos & Miscellaneous TxDOT - AUSTIN DISTRICT 161 54,116 512,358 "Labor Categories" A = Principal B = Project Manager C = Design Engineer D = Design Tech E = CADD/Draftine F = Clerical Page 4 MO MO I - - - I MN I - - - - - - MO CITY OF ROUND ROCK- 1$5/GREENLAWN BLVD. HDR ENGINEERING - WANHOUR BREAKDOWN CONSTRUCTION PLANS, SPECIFICATIONS AND ESTIMATES FUNCTION CODE 150 MANHOURS DIRECT DIRECT Sheer A B C D E F TOTAL LABOR LAB, OH Task Counr work Description (Labor Rates) S 60.00 5 46.65 $ 28.60 S 21.55 S 18.75 5 17.50 FIRS COSTS & PROM Perform Field Survey for Design - - - - On Ground Field Survey 0 0 0 0 0 0 0 $0 $0 Aerial Survey Controls 0 0 0 0 0 0 0 $0 $0 2 Modification of Existing DTM Model I 8 16 16 0 41 $920 $2,763 3 Tic Existing Underground and Overhead Utilities and - - - Obtain Elevations on Manholes, Valves, etc, 0 0 0 0 $0 $0 4 Tie and Profile Existing Drainage Facilities, X- section - - - - - - Drainage Channels 0 0 0 0 0 0 S0 $0 5 Establish Cross Sections for Intersecting Streets 0 0 0 0 0 0 SO SO 6 Arrange for Topographic Mapping 0 1 12 12 16 0 41 $948 $2,847 7 QC/QA Review 2 2 0 0 0 0 4 $213 $640 0 TOTAL 111)18 DIRECT LABOR SUBCONTRACTS- FUNCTION 150 $0 $0 $560 SO 10 TOTAL HDR INDIRECT COSTS 5560 TOTAL SUBCONTRACT COST 50 EXHIBIT 'D' GREENLAWN BOULEVARD/1H-35 INTERCHANGE 2 4 20 %Total by Classification 2.33% 4.65% 23.26% 32.56% 37.21% 0.00% NOR ENGINEERING - FUNCTION 150 INDIRECT COSTS Printing and Reproduction Travel Computer & CADD Telephone, Fax & Misc Communications Photos & Miscellaneous 'TOTAL COSTS FOR FUNCTION CODE 150 56,811 11/13/9/ HDR Engineering, Inc, 28 32 TxDOT - AUSTIN DISTRICT 86 $2,082 $6,251 "Labor Categories" A = Principal A = Project Manager C = Design Engineer D = Design Tech E = CADD/Drafting F = Clerical Page 5 MMIMI MI MO =• MI MI= M I N M M MI I I CITY OF ROUND ROCK — 135/GREENLAWN BLVD. IIDB EINGINEERING - MANHOUR BREAKDOWN C<dNsrRucrloN PLANS, SPECIFICATIONS AND ESTIMATES IIPR Direct Fxnense FC 110 FC 120 FC 130 FC i50 FC 160 FC 161 FC 162 FC 163 FC 170 Proposed New Sheer Count (Hsi 7) Standard TxDOT Sheet Count (11x17) Prg & Renroducrion fti of sets) (C04 (Units) EXHIBIT 13' GREENLAWN BOULEVARD/111-35 INTERCHANGE TxDOT - AUSTIN DISTRICT I 4 4 0 0 0 0 0 0 0 0 0 0 0 0 II x 17 Sheets Working Drawings (print) 4 $0.08 /sf $2 $2 $0 $0 $0 $0 $0 60 $0 Plotting Working Drawings 4 $0.90 /sf $19 $19 $0 $0 S0 $0 $0 $0 $0 TxDOT 30% Submittal (print) 4 $0.08 /sf $2 $2 $0 $0 $0 $0 $0 $0 $0 Plotting TxDOT Submittal 4 $0.90 /sf $19 $19 10 $0 $0 $0 $0 $0 $0 Working Drawings (print) 2 $0.08 /sf $1 $1 $0 $0 $0 $0 $0 $0 $0 Plotting Working Drawings 2 $0.90 /sf $9 $9 $0 10 SO SO $0 $0 $0 TxDOT 60% Submittal (print) 4 $0.08 /sf $2 $2 $0 $0 SO $0 $0 SO SO Plotting TxDOT Submittal 4 $0.90 /sf $19 $19 $0 $0 SO $0 $0 SO SO Working Drawings (print) 2 $0.08 /sf $1 $1 $0 $0 $0 SO SO 10 SO Plotting Working Drawings 2 $0.90 /sf $9 $9 $0 $0 $0 $0 $0 $0 SO TxDOT 9596 Submittal (print) 4 $0.08 /sf $2 $2 $0 $0 $0 $0 $0 $0 $0 Plotting TxDOT Submittal 4 $0.90 /sf $19 $19 $0 $0 $0 $0 $0 $0 $0 Working Drawings (print) 2 $0.08 /sf $1 $1 $0 $0 $0 $0 $0 $0 $0 Plotting Working Drawings 2 $0.90 /sf $9 $9 $0 $0 $0 $0 $0 $0 $0 TxDOT Final Submittal (print) 4 $0.08 /sf $2 $2 $0 $0 $0 $0 $0 $0 $0 Plotting TxDOT Submittal 4 $0.90 /sf $19 $19 $0 $0 $0 $0 $0 $0 $0 TxDOT Final PS &E (mylar) 4 $1.73 /sf $36 $36 $0 $0 $0 $0 $0 $0 $0 Plotting Final TxDOT Submittal 4 $0.90 /sf $19 $19 $0 $0 SO $0 $0 $0 $0 Xerox Standards Drawings 4 $0.08 /sf $2 $2 $0 $0 $0 $0 10 10 $0 Full 24 x 36 Sheets Working Blueline Drawings 3 $0.08 /sf $6 $6 $0 $0 $0 $0 $0 SO SO Plotting Blueline Drawings 3 $0.90 /sf 565 $65 $0 $0 SO $0 $0 SO S0 Color Plots of Plan 2 $6.83 /sf $328 $328 $0 $0 SO $0 $0 $0 SO Total Direct Cost Associated w/ Printing $587 $587 $0 $0 $0 $0 $0 $0 SO 11/13/97 HDR Engineering, Inc. Page 6 I WI NM M - - -- MO OM MI MN OM M EM crry OF ROUND ROCK - 135/CREENLAW N BLVD. 11011 ENGINEERING - MANROI7R BREAKDOWN CONSTRUCTION PLANS, SPECIFICATIONS AND ESTIMATES }IDR Direct Expense TravelEanense (mile) (0 of person) (Cost) (Units) 50 Car Mileage (client) 50 Car Mileage (subs) 50 Car Mileage (site) Trips to Client Trips to Prime Consultants Trips to Site f# of hours) (Cast) (Units) EXHIBIT 'D' GREENLAWN BOULEVARD /1H -35 INTERCHANGE TxDOT - AUSTIN DISTRICT FC 110 FC 120 FC 130 FC 150 FC 160 FC 161 FC 162 FC 163 FC 170 o 1 0 0 0 0 0 0 0 0 0 0 0 0 2 0 0 0 0 0 0 384 Airfare to Client 3 $0.40 /mile $461 $0 $461 $0 SO 00 SO $0 S0 384 Airfare to Subs 2 $0.40 /mile $307 $0 $0 $0 SO $0 SO $0 SO 384 Airfare to Site 3 $0.40 /mile S46I $922 $0 $0 SO 00 SO $0 $0 Lodging @ Client/person 3 $75.00 /day $225 $0 $225 $0 SO SO $0 $0 50 Lodging @ Subs/person 2 $75.00 /day $150 $0 SO $0 $0 SO SO $0 $0 Lodging @ Site/person 3 $75.00 /day $225 $450 $0 $0 $0 $0 $0 $0 $0 Subsistence @ ClienUperson 3 $40.00 /day $120 $0 $120 $0 $0 $0 $0 $0 $0 Subsistence @ Subs/person 2 $40.00 /day $80 $0 $0 $0 $0 $0 $0 S0 SO Subsistence @ Site/person 3 540.00 /day $120 $240 SO $0 $0 $0 $0 S0 SO $0.28 /mile $14 $0 $14 S0 $0 $0 $0 SO SO $0.28 /mile $14 $0 50 50 $0 $0 $0 SO SO $0.28 /mile $14 $28 $0 $0 $0 $0 $0 $0 $0 Airport Parking @ Client 24 $1.50 /hr $36 $0 $36 $0 $0 $0 $0 $0 $0 Airport Parking @ Subs 24 $1.50 /hr $36 $0 $0 $0 $0 $0 $0 $0 $0 Airport Parking @ Site 24 $1.50 /hr $36 $72 $0 $0 $0 $0 $0 $0 $0 Total Direct Cost Associated w/ Travel 52,299 01,712 $856 $0 $0 $0 $0 50 $0 11/13/97 HDR Engineering, Inc_ Page 7 M — — — — • — — — • — — — — — — — I MI CITY OF ROUND ROCK — LIS/GREENLAWN.BLVD. HDR ENGINEERING.- MANHOUR BREAKDOWN CONSTRUCTION PLANS, SPECIFICATIONS AND ESTIMATES HDR Direct Expellee CADD R Compiler &Tense Telephone. F. it Comm. Labor Cal "C" Labor Cat "D" Labor Cat "E" (ti tilizti onl (Cost) (Units) Number of Shipment to TxDOT) Number of Shipments to Prime Consultants (Tune) (Cost) (Unilel EXHIBIT 'D' GREENLAWN BOULEVARD/TH -35 INTERCHANGE TxDOT - AUSTIN DISTRICT EC 110 FC 120 FC 130 FC 150 ELM FC 161 FC. 162 IS:263 FC 170 I 318 40 44 20 0 0 0 0 370 36 60 28 0 0 0 0 176 22 40 32 0 0 0 0 Cat "C" Engineer Computer 25% $10 -00 Pru $795 $100 $110 $50 $0 80 $0 $0 $0 Cat "D" Engineer CADD 30% $15 -00 /hr $1,665 $162 $270 $126 $0 $0 $0 $0 $0 Cat "E" Technician CADD 80% $15.00 /hr $2,112 $264 $480 0384 $0 SO $0 50 $0 Total Direct Cost Associated w/ CADD $4,572 $526 $860 0560 50 SO 50 SO $0 110 FC 120 aim FC 150 FC 160 FC 161 FC 162 FC 16 FC 170 2 4 0 0 0 0 0 0 2 0 0 0 0 0 To TxDOT Next-day 012.00 /ea $24 $0 SO $0 $0 $0 $0 $0 $0 To Subconsultants Next-day 512.00 lea $48 $24 $0 $0 $0 $0 00 $0 $0 Total Direct Cost Associated w/ Communication $72 $24 $0 $0 $0 SO SO SO $0 FC 110 FC 120 FC l3D FC 150 F 1 60 FC 161 FC 162 FC 163 FC 170 Photos it Miscellaneous Miscellaneous Expense $100 80 $100 $0 $0 $0 SO SO $0 Total Direct Cost Associated w/ Photos & Misc. 0100 $0 $100 $0 $0 $0 $0 $0 $0 11/13/97 HDR Engineering, Inc. Page 8 CITv OF ROUND ROCK — I1S/CREENLAWN BLVD. UDR ENGINEERING- MANHOUR BREAKDOWN CONSTRUCTION PLANS, SPECIFICATIONS AND ESTIMATES Title Sheet Typical Sections General Notes & Specification Data Estimates & Quantities Sheets Storm Water Pollution Prevention Plans (SW3P) Traffic Control Plans Sequence of Construction Layout Sheets Detour Plan/Profile/Typical Section /Quantities Sheets Roadway Layouts Roadway Plan/Profile Sheets Intersection Plan/Profile Sheets Intersection Layout Sheets Horizontal Curve Data & Alignment Layout Sheets Ramp Layouts/Profile Sheets Connection Roads/U -alms Layout/Profile Sheets Roadway Details Concrete Pavement Details/Standards Sheets Concrete Pavement Terminal Anchorage Details/Standards Sheets Bridge Approach Details /Standards Sheets Bridge Terminal Anchorage Details/Standards Sheets Roadway/Median Barrier Details /Standards Sheets Curb Detail Sheets Driveway Details/Typical Sections/Standards Sheets Signing Layouts and Marking Layout Sheets Traffic Signal Layout Sheets Lighting Layout Sheets Illumination Detail Standard Sheets Utility Layouts/Profile Sheets Drainage Area Maps & Hydraulic Data General Drainage Area Maps Stage - Discharge Curves Sheets Main Cross - Drainage Culvert/Bridge Hydraulic Data Sheets Drainage Area Maps/Culverts/Storm Sewer Sheets Hydraulic Data/Culverts/Inlets /Storm Sewer /Pumps Sheets EXHIBIT 'D' GREENLAWN BOULEVARD /IH -35 INTERCHANGE Description Sheet Count Subtotal TxDOT - AUSTIN DISTRICT 11/13/97 IIDR Engineering, Inc. Page 9 - = • I CTTV-OR ROUT%) - ROC15 - I39GREENLAWNBLVD. UDR ENGINEERING- iiOlI11 BREAKDOWN CONSTRUCTION PLANS, SPECIFICATIONS AND ESTIMATES 11/13/97 Detailed Drainage Plans Drainage Plan/Profile Sheets Channel Plan/Profiles/Typical Sections Sheets Box Culvert Plan/Profile Sheets Pipe Sewer /Culvert Cross Section Sheets Drainage Structural Details/Standards Inlet Details/Standards Sheets Manhole Details/Standards Sheets Junction Box Details/Standards Sheets Safety End Treatment Details/Standards Sheets Box Culvert Details/Standards Sheets Culvert Wingwall Details/Standards Sheets Excavation- Backftll Diafram Sheets Riprap Details/Standards Sheets Temporary Pollution and Erosion Control Detail Sheets Pumphouse Layout Sheets Pmnphouse Detail Sheets Bridge Layout Sheets Bridge Profile and Typical Section Sheets Bridge Details Summary of Bridge Quantities Sheet Abutment Sheets Interior Bents Sheets Span Detail Sheets Special Bridge Detail Sheets Bridge Standard Detail Sheets Bridge Railing Standards Retaining Wall Layouts/Profile Sheets Retaining Wall Detail Sheets Retaining Wall Standard Detail Sheets Guard Fence/Standards and Signal Pole Standard Sheets Signal/Electrical Details/Standards Sheets Signing / Markings /Striping Details/Standard Sheets Barricade /Construction/Beacon Standard Sheets EXIIIDIT D' GREENI,AWN BOULEVARD /IH -35 INTERCHANGE D Sheet Count Subtotal TxDOT - AUSTIN DISTRICT HDR Engineering. Inc. Page 10 CITY OE ROUND ROCK - I:35/GREENLAWN BLVD. HDR FNOINEERING - MANHOUR BREAKDOWN CONSTRUCTION PLANS, SPECIFICATIONS AND ESTIMATES Miscellaneous Standards Chain Link Fence Standards Sheet Bridge End Detail/Standards Sheet Right -of -Way Markers Standards Sheet Roadway Clearance Details /Standards Sheet Attenuator Standards Sheet EXHIBIT' D' GREENLAWN BOULEVARD /IH -35 INIERCHANUE Ilggriplion Sheet Count TOTAL SHEET COUNT TxDOT - AUSTIN DISTRICT 11/13/97 HDR Engineering. Inc. Page I I ID Task Name Project Project Project Engineerin Principal Principal Engineer Assoc. I 8110 $100 $70 $50 Technical Illustrator I Clerical $40 $35 Cost Direct Costs 1.1 Notice to Proceed 1.2 Project Management 6 24 12 12 0 8 4,780 Printing /Reproduction 100 Total Staff Hours 6 24 12 12 0 8 Postage 50 Total Staff Cost 660 2,400 840 600 0 280 Mileage ($0.31) 62 Staff Subtotal 4,780 Expenses Subtotal 212 1.3 Project Initiation Printing /Reproduction 50 1.3.1 Assemble Project Data 2 1 2 2 0 1 595 Postage 50 1.3.2 Project Initiation Meeting 0 4 4 2 0 1 815 Mileage ($0.31) 50 Total Staff Hours 2 5 6 4 0 2 Total Staff Cost 220 500 420 200 0 70 Staff Subtotal 1,410 Expenses Subtotal 150 1.4 Existing Data Inventory Printing /Reproduction 200 1.4.1 Obtain Background Data 0 1 2 4 2 2 590 Postage 100 1.4.2 Traffic Counts (48 hour) 0 0 0 8 2 1 515 Mileage ($0.31) 50 1.4.3 Establish Existing Intersection LOS 0 1 2 4 2 0 520 1.4.4 Document Existing Signal Design 0 3 8 0 10 0 1,260 Total Staff Hours 0 5 12 16 16 3 Total Staff Cost 0 500 840 800 640 105 Staff Subtotal 2,885 Expenses Subtotal 350 1.5 Travel Demand Forecasting Printing /Reproduction 200 1.5.1 Future Intersection LOS 0 2 2 4 4 4 840 Postage 120 1.5.2 Identify Deficiencies 0 2 2 4 0 0 540 Mileage ($0.31) 19 Total Staff Hours 0 4 4 8 4 4 Total Staff Cost 0 400 280 400 160 140 Staff Subtotal 1,380 Expenses Subtotal 339 Greenlawn Boulevard Extension and Advanced Project Management for the Greenlawn Boulevard/IH 35 Interchange Fee Schedule WHM Transportation Engineering Consultants, Inc. ID Task Name Project Project Project Engineerin Technical Principal Principal Engineer Assoc. I Illustrator I Clerical $110 $100 $70 $50 $40 $35 Cost Direct Costs 1.6 Identify Improvement Alternatives Printing /Reproduction 100 1.6.1 Improvement Scenario Development 0 2 2 2 0 0 440 Postage 50 1.6.2 Model Iteration 2 0 4 4 0 0 700 Mileage ($0.31) 50 1.6.3 Final Improvement Scenarios 2 1 2 2 0 0 560 Total Staff Hours 4 3 8 8 0 0 Total Staff Cost 440 300 560 400 0 0 Staff Subtotal 1,700 Expenses Subtotal 200 1.7 Public Meetings Printing /Reproduction 250 1.7.1 Meeting Preparation 0 4 4 4 4 2 1,110 Postage 50 1.7.2 Meeting 0 4 4 0 0 0 680 Mileage ($0.31) 25 1.7.3 Meeting Summary 0 2 4 4 0 1 715 Total Staff Hours 0 10 12 8 4 3 Total Staff Cost 0 1,000 840 400 160 105 Staff Subtotal 2,505 Expenses Subtotal 325 1.8 Preliminary Design Printing/ Reproduction 250 1.8.1 Greenlawn /Louis Henna 0 4 8 4 12 0 1,640 Postage 150 1.8.2 Greenlawn /IH 35 1 2 4 3 8 0 1,060 Mileage (50.31) 50 Total Staff Hours 1 6 12 7 20 0 Total Staff Cost 110 600 840 350 800 0 Staff Subtotal 2,700 Expenses Subtotal 450 1.9 Final Design - Greenlawn Blvd. Printing /Reproduction 200 1.9.1 Construction Drawings 2 2 10 4 16 0 1,960 Postage 100 1.9.2 Specifications and Bids 0 2 2 4 0 8 820 Mileage ($0.31) 12 Total Staff Hours 2 4 12 8 16 8 Total Staff Cost 220 400 840 400 640 280 Staff Subtotal 2,780 Expenses Subtotal 312 Ma NM M — — — — — ME M — — — — MN MN M Greenlawn Boulevard Extension and Advanced Project Management for the Greenlawn Boulevard/IH 35 Interchange Fee Schedule WHM Transportation Engineering Consultants, Inc. ID Task Name Project Project Project Engineerin Technical Principal Principal Engineer Assoc. I Illustrator I Clerical $110 $100 $70 $50 $40 $35 Cost Direct Costs 1.10 Plan Corrections Printing /Reproduction 200 1.10.1 Plan Corrections 0 2 4 6 8 2 1,170 Postage 100 Total Staff Hours 0 2 4 6 8 2 Mileage ($0.31) 50 Total Staff Cost 0 200 280 300 320 70 Staff Subtotal 1,170 Expenses Subtotal 200 Project Total Staff 21,310 Total Direct Costs 2,536 Project Total 23,846 MN MN MOM — M — — — — — — — NM N Greenlawn Boulevard Extension and Advanced Project Management for the Greenlawn Boulevard/IH 35 Interchange Fee Schedule WHM Transportation Engineering Consultants, Inc. irn Hicks & Company Greenhorn/1R 35letercMnge • Round Rock Nie0ad Camper Peoj.0 Bugs! Teak ICoda 1.01 110 201 120 3.01 120 4.01 120 501 120 lk.o.1 9 . 197 - M.n.gor lu.m/Cumtr.lnu Initial Dab Collection 0 Sbdy Ar.Nehoo.,yC idarlmpen 0 Identify Evol .6o3 •n 0 Com .lose Meowing 1 0 Identify Dee. Criteria Rrapala Scophm Letter a N01 0 thine C3.cemb Mapping - 0 Hold Roconswxusa (Ioclaaha Skid Rep.) 0 F®1 Omen' Caehmlb Mopping 0 - Tob1Tuhl 0 Document Prolust Need awl Dacrlp8m Regional Setting 1 0 Pjat Eackarmmd - 0 Pmpm and Need for the Project 0 Po .ot Dm:r@tion 0 Des•^Ptia of Study Ara 0 - Tod Teak 0 Allen ...ism Analysis Summery of Route I.oc.t96 E9JUenon prelimmuy Alternatives Evehation Primary Alteratives Evelmcul Selection of Technically Preferred Alternative TOb1Tak3 - 0 2 Affected Environment Lend the Socioeconomics 0 Socioeconomics Envvonmen0 lace Nolo end So& - 1 Climsto and Air 0 Water Rosanna Reading SkOdPtm.) 0 werbod. and Odes W.bn of the US Ecological Rmma. Wdabf.1 0 89AWtion Tvalene&Endmpved Spades 0 Rmemmel Resources (Sat 4(0 Applicability) - 0 CLRmsI Rmmm Yid Reeanece. 0 Total Task 4 Emlroemabl Communes Irmd Uw New 1 0 Chalon and Soil. 0 Climes sod Wits 0 Wefts Reassume Rodmti.nfloodphnn) 0 Socioeconomics SOmoeoonamiv Emiemvna,W Justice WetWds and Other Waters Ofeu U8 S 59.21 Project 2 13 10 2 20 3 2 2 48.39 Senior Archeologist 2 2 46.04 2 3839 Senior Planner Planner 0 2 0 12 2 2 3 10 2 2 2 2 21 3 l 2 0 0 35.19 Mane er Archeologist 2 0 0 2 0 53.58 Drafting/ M•pplog 0 0 0 2 10 0 8 0 12 8 35.19 Clerical 0 4 D 0 0 0 0 0 12 2 2 2 Total Noon 5 0 7 39 4 2 18 18 6 9 3 3 82 10 9 16 l 3 3 Total 319520 335594 S23039 55921 50.00 300 5391.13 3331.55 5337,55 41,906.97 3195.20 3195.20 3195.20 0118.42 2195.20 4899.22 3195.20 519520 3195.20 5415.14 41,000.74 3593 07 334036 3393.94 831335 318637 328397 3248.78 5132.19 318631 S132.79 5224.76 2424.01 3171.18 4 3,860.32 3526.73 5411.94 3447.52 3283.97 3141.98 3147.98 3147.94 317200 M M M M .. - M M M EM M M M M M M. Hicks & Company T64 Project Senior Manager Arch.lo4lrt 6.0 7.0 100 9.0 10.0 tontine. Cod. Tahl Tart 7 120 120 120 120 Dacrdolta. Eadagal R.mmca Wildlife' Vapla6on Tlnnomd/Endangetnd Spada Recreational Resource. (Sect 4(f) MPlioaglly) CLlmd Romney Mow. Resources TotaITuk5 Plaid S.rwya (Isclndl. Field Prep.) 0.516 Inwlwment (2 Me.Bnp) Paryanten IDOtwrmnn) Atle Report PapanBoo DM 081E15 Total Tank 8 Comment Arellyv/Renpar Final ENEIS Tend Tub 9 Cmrdlnado. Team MeeWg.(Papmuia✓A Agency Coordination • 2 Meetings) Total Task 10 Md1Oonal 140. Leber S . Hubo<Artlolatmd Section a Evaluation TbreetenedrEndannered 5• _ Stewya Total Task 11 Subtotal Hoer, Labor Coen Towl Labor HW16 Ara Sarah Fad E. Flo Proem end Development Reproduction of EAft13 (ihdb on/ Fnmb) Prop.m M•apr 3 2 2 3 4 MIK 0 21 (Inclining a Nmnblr of D.y✓PEgbn 0 0 0 0 0 0 3 0 20 0 0 3 2 3 l 0 3 0 0 0 MINEMI0■ 0 0 0 0 155 Multiplier+ 15 %Profit) Unit Coat 200 150 Senior Planner Planner 0 0 0 0 0 0 2 15 18 0 3 12 0 0 - 0 21 - 95 1 Arcbeologlat 2 u OrsRing/ Mapping 2 5 5 5 3 0 0 Clerical 0 Cultural RUOmea Eeokgtwl Resources Sodrocctmmra/I.md Us/Nona Raepton 0 0 0 0 0 0 l 10 4 1E 3 3 2 0 51 Total Hoorn 3 5 9 87 2 21 20 21 I1 15 56 12 7 575230 5352.01 00 NEB 0 0 360 Total 013279 513279 5132.79 5221.16 5518.45 5171.18 13,020.88 546309 5283.11 547286 11,21 0.08 55607o 0622.71 11,183.41 01,170.93 581)01 5742.66 12,726.63 11,104.31 5000 50.00 SO 00 5000 40.00 517,521.52 517 ,521.52 517,52152 520000 200 0 1200.00 515000 5150.00 5700.00 INE MIN ME M Hicks & Company Drafting/ Total Total Project Panelled Code Total Project Cart Pregnm Mauer Manager Seolor Archeologist Senior Planner Phonier Archeologist Mopping Clmlcol Hours Dollars S18,221.52 ATTACHMENT G GREENLAWN BOULEVARD EXTENSION AND ADVANCE PROJECT DEVELOPMENT FOR THE GREENLAWN BOULEVARD -IH -35 INTERCHANGE. CERTIFICATE OF INSURANCE ACORD CE C) F L .......... PRODUCER - -- AECxs INSURANCE AGENCY ' .o. BOX 9 � Li ...... R :: I NSURANCE DATE(MM /DDADA • .: . . .... . :....... 11/12/97 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 317 E. MAIN STREET ound Rock, TX 78680 512) 244 0147 COMPANIES AFFORDING COVERAGE COMPANY MASSACHUSETTS HAY IN5. CO. INSURED BAKER- AICKLEN 6 ASSOCIATES, INC. 9111 SOLLYVILLE RD., STE. 107 AUSTIN, TX 78759 Oygg4pES .......... ..... . ... THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE COMPANY HANOVER AMERICAN INS CO. B . COMPANY HANOVER INSURANCE COMPANY COMPANY D .... _._. ..... .._. _ ... BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, BEEN REDUCED BY PAID CLAIMS. CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MM /DDAN) POLICY EXPIRATION DATE (MM /DD//Y) LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY 7 CLAIMS MADE I X I OCCUR ZDD 4975939 01 03/20/97 03/20/98 GENERAL AGGREGATE PRODUCTS - COMP /OPAGG $ 1,000,000 $ 1,000,000 PERSONAL& ADV INJURY $ 500,000 ■ ■ OWNER'S 8, CONTRACTOR'S PROT EACH OCCURRENCE $ 500,000 FIRE DAMAGE (Any one fire) $ 50,000 MED EXP (Any one person) $ 5,000 AUTOMOBILE X ■ ■ ■ ■ LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS AZD 4975940 02 03/20/97 03/20/98 COMBINED SINGLE LIMIT $ 500,000 BODILY INJURY (Per person) S BODILY INJURY (Per accident) $ PROPERTY DAMAGE 8 GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ I EXCESS LIABILITY X UMBRELLA FORM ■ OTHER THAN UMBRELLA FORM UHD 4975940 01 03/20/97 03/20/98 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY WHD 4975943 01 03/20/97 03/20/98 X YOBS LIMITS ER TORY LIMITB ER EL EACH ACCIDENT $ 1,000,000 THE PROPRIETOR/ PARTNERS /EXECUTIVE OFFICERS ARE ■ INCL EXCL EL DISEASE - POLICY LIMIT $ 1,000,000 EL DISEASE • EA EMPLOYEE S 1,000,000 1 OTHER DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES/SPECIAL ITEMS CITY OF ROUND ROCK 221 EAST MAIN STREET ROUND ROCK, TX 78664 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR UABILRY (• ANY IMB U'•, • ITS AGENTS OR REPRESENTATIVES. 4.11 NY T � / ►I fl.AN 61i strPr R:\ WPOOCS \RBSOLUTI \RSI1113D.WPU /scg RESOLUTION NO. R- 97- 11- 13 -10D WHEREAS, the City of Round Rock desires to retain engineering services for the Greenlawn Boulevard extension and IH -35 interchange schematic, and WHEREAS, Baker - Aicklen & Associates, Inc. has submitted an agreement to provide said services, and WHEREAS, the City Council desires to enter into said agreement with Baker - Aicklen & Associates, 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 Baker - Aicklen & Associates, Inc., for the Greenlawn Boulevard extension and IH -35 interchange schematic, a copy of said agreement being attached hereto and incorporated herein for all purposes. The City Council hereby finds and declares that written notice of the date, hour, place and subject of the meeting at which this Resolution was adopted was posted and that such meeting was open to the public as required by law at all times during which this Resolution and the subject matter hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act, Chapter 551, Texas Government Code, as amended, and the Act. RESOLVED this 13th day of November, /1997. CHARLES CULPE ER, Mayor City of Round Rock, Texas ATTEST: Yl�vnz� �a�d� NE LAND, City Secretary 2 DATE: November 3, 1997 SUBJECT: City Council Meeting, November 13, 1997 ITEM: 10D. Consider a resolution authorizing the Mayor to execute an engineering contract with Baker Aicklen and Assoc., Inc. for the Greenlawn Boulevard Extension and IH -35 interchange schematic. STAFF RESOURCE PERSON: Jim Nuse STAFF RECOMMENDATION: The City has requested proposals from engineering firms to develop plans, specifications and estimates for the extension of Greenlawn Boulevard from Louis Henna Boulevard to the IH 35 East Frontage Road, to develop a design schematic for a Greenlawn interchange with IH 35, and to obtain all necessary environmental clearances necessary for the construction of the Greenlawn Blvd. /IH 35 interchange. The City went through a formal proposal, screening, and interview process involving the engineering consulting firms listed in the table below. The staff believes Baker - Aicklen & Associates, Inc. made the best proposal for developing the Greenlawn Boulevard Extension and IH 35 Interchange, and is qualified to perform this work. Therefore, the staff recommends the selection of Baker - Aicklen & Associates, Inc. for the proposed contract, and that the Mayor be authorized to execute a contract with the firm to perform the work. A proposed contract is being negotiated and will be ready by the council meeting. We are anticipating a cost of $300,000 to $325,000 for this contract. Firms Invited to Submit Proposals Firms Submitting Proposals Firms Interviewed Firms Recommended by Staff Turner Collie & Braden, Inc. Yes Carter & Burgess Sub to Rodriguez & Huggins Parsons, Brinkerhoff, Quade, and Douglas No CH2M Hill No Espey, Huston & Assoc., Inc. Yes Rust Lichliter /Jameson Yes Sylva Engineering No HNTB Corp. No HDR Engineering, Inc. Sub to Baker - Aicklen Parsons Transportation Group, Inc. Sub to Bridgefarmer Baker - Aicklen & Assoc., Inc. Yes ✓ ✓ Bridgefarmer & Assoc., Inc. Yes ✓ Rodriguez & Huggins, Inc. Yes ✓ Martinez, Wright & Mendez No Brown and Root USA, Inc. No Dannenbaum Engineering Corp. Yes ✓ Jose Guerra, Inc. Sub to Bridgefarmer ITEM: 10D (continued) Staff recommends your approval.