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.