R-98-12-22-10A3 - 12/22/1998RESOLUTION NO. R- 98- 12- 22 -10A3
WHEREAS, the City of Round Rock desires to retain engineering
services for the preparation of schematics, environmental
documents, right of way documents, plane, specifications,
estimates, and contract documents for the reconstruction of US 79
as a four -lane divided highway from CR 195 to CR 110, and
WHEREAS, Carter & Burgess, Inc. has submitted an agreement
to provide said services, and
WHEREAS, the City Council desires to enter into said
agreement with Carter & Burgess, 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 Carter & Burgess, Inc., for
engineering services for the preparation of schematics,
environmental documents, right of way documents, plans,
specifications, estimates, and contract documents for the
reconstruction of US 79 as a four -lane divided highway from CR 195
to CR 110, 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.
%: \WPDOCS \RESOLDTI \R81222A3 .WPD /scg
ATTEST:
RESOLVED this 22nd day of December, 1998.
E LAND, City Secretary
2
CHARLES CUL ER, Mayor
City of Round Rock, Texas
STATE OF TEXAS
COUNTY OF WILLIAMSON
WITNESSETH
Contract No.
THIS CONTRACT FOR ENGINEERING SERVICES ( "Contract") is made by and between the
City of Round Rock, 221 E. Main St., Round Rock, Texas 78664, hereinafter called "City" and
C.atirr Burgess, Tnc. , having its
principal business address at 901 S. Mopac, Bldg V, Suite 200, Austin, Texas 78746, hereinafter
called "Engineer" for the purpose of contracting for engineering services.
WHEREAS, Government Code, Chapter 2254, Subchapter A, "Professional Services
Procurement Act" provides for the procurement of professional services of engineers; and
WHEREAS, the City desires to contract for engineering services described as follows:
Plans, Specifications and Estimates for 2.55 miles of US 79, from County Road 195 to
McNutt Creek East of County Road 110. See Scope of Services in Exhibit "B ".
NOW, THEREFORE, the City and the Engineer, in consideration of the mutual covenants
and agreements herein contained, do hereby mutually agree as follows:
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.
eons. apectw
AGREEMENT
ARTICLE 1
SCOPE OF SERVICES TO BE PROVIDED BY CITY
Page 1 of 13
ARTICLE 2
SCOPE OF SERVICES TO BE PROVIDED BY ENGINEER
The Engineer shall perform those engineering services for fulfillment of the Contract as
identified in Attachment B - Services to be Provided by the Engineer, attached hereto and made
a part of this Contract.
The Engineer shall prepare a schedule of work identified as Attachment C - Work
Schedule, attached hereto and made a part of this Contract. The Work Schedule shall contain a
complete schedule so that the Engineer's Scope of Services under this Contract can be
accomplished within the specified time and contract cost. The Work Schedule will provide specific
work sequence and definite review times by the City and the Engineer of the work performed. If
the review time should take longer than shown on the work schedule, through no fault of the
Engineer, additional contract time will be authorized by the City through a supplemental
agreement if requested by a timely written request from the Engineer and approved by the City.
ARTICLE 3
CONTRACT PERIOD
After execution of this Contract, the Engineer shall not proceed with the work outlined
under Article 2 until authorized in writing by the City to proceed as provided in Article 6. This
Contract shall terminate at the close of business on _ Depernber 31. 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
$423,815.00 as shown in Attachment D - Fee Schedule. The lump sum amount payable may be
revised by supplemental agreement in the event of a change in scope, additional complexity from that
originally anticipated or character of work as authorized by the City.
enecooaz.lw
Page 2 of 13
The Engineer shall prepare and submit to the City monthly progress reports in sufficient detail
to support the progress of the work and in support of invoice requesting monthly payment. Any
preferred format will be identified in Attachment B. Satisfactory progress of work shall be maintained
as a condition of payment.
The fee may be adjusted if additional work is approved by supplemental agreement and
performed by the Engineer.
ARTICLE 5
METHOD OF PAYMENT
ARTICLE 6
NOTICE TO PROCEED
Payments to the Engineer for services rendered will be made while work is in progress.
The Engineer will prepare and submit to the City, no more frequently than once per month, a
progress report stating the percent completion of the work accomplished during the billing period
and to date, and one original and one copy of a certified invoice in a form acceptable to the City).
The submittal shall also include the progress assessment report, identified as Attachment H -2.
Payment of the lump sum fee will be in proportion to the percent completion of the work tasks
identified in Attachment D - Fee Schedule. Upon receipt and approval of each statement, the City
shall make a good faith effort to pay the amount which is due and payable within thirty (30) days.
The City shall reserve the right to withhold payment pending verification of satisfactory work
performed. The Engineer must submit adequate proof to the City that the task was completed.
The certified statements shall show the total amount earned to the date of submission and
the amount due and payable as of the date of the current statement. Final payment does not relieve
the Engineer of the responsibility of correcting any errors and /or omissions resulting from its
negligence.
The City will issue a written authorization to proceed with the work identified in the scope
of services. The City shall not be responsible for actions by the Engineer or any costs incurred by
the Engineer relating to additional work not included in Attachment B - Services to be Provided
by the Engineer.
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
Page 3 of 13
office, the office of the City, or at other locations designated by the City. These conferences shall
also include evaluation of the Engineer's services and work when requested by the City.
Should the City determine that the progress in production of work does not satisfy the
Work Schedule, the City shall review the work Schedule with the Engineer to determine corrective
action needed.
The Engineer shall promptly advise the City in writing of events which have a significant
impact upon the progress of the work, including:
(1) problems, delays, adverse conditions which will materially affect the ability to attain
program objectives, prevent the meeting of time schedules and goals, or preclude the
attainment of project work units by established time periods; this disclosure will be
accompanied by statement of the action taken, or contemplated, and any City
assistance needed to resolve the situation; and
(2) favorable developments or events which enable meeting the work schedule goals
sooner than anticipated.
ARTICLE 8
SUSPENSION
Should the City desire to suspend the work, but not terminate the Contract, this may be
done by thirty (30) calendar days verbal notification followed by written confirmation from the
City to that effect. The thirty day notice may be waived in writing by both parties. The work may
be reinstated and resumed in full force and effect within sixty (60) days of receipt of written notice
from the City to resume the work. The sixty day notice may be waived in writing by both parties.
If the City suspends the work, the contract period as determined in Article 3 is not affected
and the Contract will terminate on the date specified unless the Contract is amended.
The City assumes no liability for work performed or costs incurred prior to the date
authorized by the City to begin work, during periods when work is suspended, or subsequent to
the contract completion date.
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 9
ADDITIONAL WORK
Page 4 of 13
ARTICLE 10
CHANGES IN WORK
If the City finds it necessary to request changes to previously satisfactorily completed work
or parts thereof which involve changes to the original scope of services or character of work under
the Contract, the Engineer shall make such revisions if requested and as directed by the City. This
will be considered as additional work and paid for as specified under Article 9 - Additional Work.
The Engineer shall make such revisions to the work authorized in this Contract which has
been completed as are necessary to correct errors appearing therein, when required to do so by
the City. No additional compensation shall be paid for this work.
ARTICLE 11
SUPPLEMENTAL AGREEMENTS
The terms of this Contract may be modified by supplemental agreement if the City
determines that there has been a significant change in (1) the scope, complexity or character of
the service to be performed; or (2) the duration of the work. Additional compensation, if
appropriate, shall be identified as provided in Article 4.
Any supplemental agreement must be executed by both parties within the contract period
specified in Article 3 - Contract Period.
It is understood and agreed that no claim for extra work done or materials furnished shall
be made by the Engineer until full execution of the supplemental agreement and authorization to
proceed is granted by the City. The City reserves the right to withhold payment pending
verification of satisfactory work performed.
ARTICLE 12
OWNERSHIP OF DOCUMENTS
All data, basic sketches, charts, calculations, plans, specifications, and other documents
created or collected under the terms of this Contract are the exclusive property of the City and
shall be furnished to the City upon request. All documents prepared by the Engineer and all
documents furnished to the Engineer by the City shall be delivered to the City upon completion
or termination of this Contract. The Engineer, at its own expense, may retain copies of such
documents or any other data which it has furnished the City under this Contract. Release of
information shall be in conformance with the Texas Open Records Act.
eng spectw
Page 5 of 13
ARTICLE 13
PERSONNEL, EQUIPMENT AND MATERIAL
The Engineer shall furnish and maintain, at its own expense, quarters for the performance
of all services, and adequate and sufficient personnel and equipment to perform the services as
required. All employees of the Engineer shall have such knowledge and experience as will enable
them to perform the duties assigned to them. Any employee of the Engineer who, in the opinion
of the City, is incompetent, or whose conduct becomes detrimental to the work, shall immediately
be removed from association with the project when so instructed by the City. The Engineer
certifies that it presently has adequate qualified personnel in its employment for performance of
the services required under this Contract, or will be able to obtain such personnel from sources
other than the City.
rngconitc.wpd/spetw
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 subpmvider, 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.
Page 6 of 13
ARTICLE 16
SUBMISSION OF REPORTS
All applicable study reports shall be submitted in preliminary form for approval by the City
before fugal report is issued. The City's comments on the Engineer's preliminary report will be
addressed in the final report.
Violation of Contract terms or breach of contract by the Engineer shall be grounds for
termination of the Contract and any increased cost arising from the Engineer's default, breach of
contract or violation of contract terms shall be paid by the Engineer.
engconfro.wpeVapectw
ARTICLE 17
VIOLATION OF CONTRACT TERMS/BREACH OF CONTRACT
ARTICLE 18
TERMINATION
The Contract may be terminated before the stated termination date by any of the following
conditions.
(1) By mutual agreement and consent, in writing of both parties.
(2) By the City by notice in writing to the Engineer as a consequence of failure by the
Engineer to perform the services set forth herein in a satisfactory manner.
(3) By either party, upon the failure of the other party to fulfill its obligations as set
forth herein.
(4) By the City for reasons of its own and not subject to the mutual consent of the
Engineer upon not less than thirty (30) days written notice to the Engineer.
(5) By satisfactory completion of all services and obligations described herein.
Should the City terminate this Contract as herein provided, no fees other than fees due and
payable at the time of termination shall thereafter be paid to the Engineer. In determining the
value of the work performed by the Engineer prior to termination, the City shall be the sole judge.
Compensation for work at termination will be based on a percentage of the work completed at
that time. Should the City terminate this Contract under (4) of the paragraph identified above, the
amount charged during the thirty (30) day notice period shall not exceed the amount charged
during the preceding thirty (30) days.
If the Engineer defaults in the performance of this Contract or if the City terminates this
Contract for fault on the part of the Engineer, the City will give consideration to the actual costs
incurred by the Engineer in performing the work to the date of default, the amount of work
required which was satisfactorily completed to date of default, the value of the work which is
Page 7of13
usable to the City, the cost to the City of employing another firm to complete the work required
and the time required to do so, and other factors which affect the value to the City of the work
performed at the time of default.
The termination of this Contract and payment of an amount in settlement as prescribed
above shall extinguish all rights, duties, and obligations of the City and the Engineer under this
Contract, except the obligations set forth in Article 19 of this Contract. If the termination of this
Contract is due to the failure of the Engineer to fulfill its contract obligations, the City may take
over the project and prosecute the work to completion. In such case, the Engineer shall be liable
to the City for any additional cost occasioned the City.
The Engineer shall be responsible for the settlement of all contractual and administrative
issues arising out of the procurement made by the Engineer in support of the scope of services
under this Contract.
onf.wpdiaptw
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
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.
Page 8of
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.
ensconin.wpdfspectw
Page 9 of 13
The Engineer warrants that the representations included in the Debarment Certification
(Negotiated Contracts) submitted with the offer to provide services are current and still valid.
The City shall have the royalty free, nonexclusive and irrevocable right to reproduce,
publish or otherwise use, and to authorize others to use any reports developed by the Engineer for
governmental purposes.
The Engineer agrees to comply with the Special Provision "Computer Graphics Files for
Document and Information Exchange," if determined by the City to be applicable to this Contract
and if so stated in Attachment 13 and attached hereto.
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.
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 26
DEBARMENT, SUSPENSION AND DISCIPLINARY ACTION
ARTICLE 27
COPYRIGHTS
ARTICLE 28
COMPUTER GRAPHICS FILES
ARTICLE 29
SUCCESSORS AND ASSIGNS
ARTICLE 30
SEVERABILITY
Page 10 of 13
ARTICLE 31
PRIOR CONTRACT SUPERSEDED
This Contract constitutes the sole and only agreement of the parties hereto and supersedes
any prior understandings or written or oral contracts between the parties respecting the subject
matter defined herein.
rnef no-c.wpaiepectw
Page 11 of 13
ARTICLE 32
NOTICES
All notices to either party by the other required under this Contract shall be personally
delivered or mailed to such party at the following respective address:
engcontrc.wpd/spectw
City of Round Rock
Attn.: City Manager
221 E. Main. St.
Round Rock, TX 78664
with copy to:
Stephan L. Sheets
City Attorney
309 E: Main St.
Round Rock, Texas 78664
Engineer
Attn.: Bill Caffev, P E.
- t • . 1 • - 14 • l• • -
Carter & Rurge s fine..
•I
u I ..
Austin, Texas 78746
Page 12 of 13
Suite 200
ARTICLE 33
SIGNATORY WARRANTY
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.
Carter & Burgess, Inc.
THE ENGINEER
By
F ('liftnn r)
Printed Name
Principal
Title
December 22, 1998
Date
LIST OF ATTACHMENTS
Attachment A - Services to be Provided by the City
Attachment B - Services to be Provided by the Engineer
Attachment C - Work Schedule, if applicable
Attachment D - Fee Schedule
Attachment E - Work Authorizations, if applicable
Attachment F - Supplemental Work Authorizations, if applicable
Attachment G - Certificate of Insurance, if applicable
Page 13 of 13
Highway: US 79
Limits: From: County Road 195
To: McNutt Creek
Length: 2.55 Mile
Control: 0204- 01 -0XX
County: Williamson
[J: \199815131 -0101CITY -EXHAJ
ATTACHMENT "A"
Services to be Provided. by the City
In conjunction with the services to be provided by the Engineer, as described in Attachment "B ",
the City of Round Rock (City) will fumish to the Engineer the following items:
1. Fumish site plans and driveway locations for proposed Ballpark/Civic Center.
2. Furnish plans for realignment of CR 122.
3. Furnish available and applicable City special specifications, special provisions, and
updated list of bid items applicable to the project.
4. Fumish a tabulation of applicable unit prices.
5. Provide as -built construction plans for the 18" water line relocation.
6. Provide the Engineer with timely review and decisions necessary in order to permit the
Engineer to maintain an agreed upon project schedule.
7. Furnish landscaping plant list and guidelines, if applicable.
8. Provide existing utility information, if available.
9. Assist with Public Hearing.
10. Furnish right -of -entry to property within proposed right -of -way.
11. Fumish information for proposed irrigation water lines.
Highway: US 79
Limits: From: County Road 195
To: McNutt Creek
Length: 2.55 Mile
Control: 0204- 01 -0XX
County: Williamson
ATTACHMENT "B"
Services to be Provided by the Engineer
CONTRACT NO.
The work performed by the Engineer under this work authorization shall consist of providing
engineering services required for the identification of utilities, field surveys, right - of-way plans, public
involvement, environmental assessment, roadway design, 18" water line, plans, specifications, and
estimates, and construction plans, specifications and estimates. All work to be performed under this
contract shall be subject to review and approval of the City of Round Rock (City) and the Texas
Department of Transportation (TxDOT). The Engineer will provide the overall project supervision,
management, administration and coordination and will be the single point of contact between the
City and TxDOT and all subcontractors.
The Engineering work required under this work authorization is outlined according to each task to
be performed in the Work Outline. The Engineer shall fumish all equipment, materials, supplies, and
incidentals as required to perform the above mentioned engineering work except as otherwise
specified in Attachment "A" which precedes this section.
All work on the project shall conform with the applicable requirements of City and TxDOT manuals
(updated or revised).
The Engineer will meet with City and TxDOT representatives on an as required basis to report
progress. Map drawings, bar graphs and reports may be used to present the project progress. Upon
completion of the meeting, a meeting summary will be prepared to document project progress. A
brief progress report will be fumished each month with the submission of the project invoice.
The Engineer will identify all existing utilities by contacting utility companies and requesting data on
existing utilities. The Engineer will coordinate utility relocations with each utility company.
The Engineer will prepare an Environmental Assessment (EA) for the proposed project. In preparing
the EA, the Engineer will: collect and review all available and pertinent environmental data;
coordinate with involved resource agencies when necessary; conduct environmental baseline and
impact analyses; develop mitigation plans for unavoidable impacts; establish information necessary
for the processing of permits required for the development of this facility; and prepare the EA in
compliance with State and Federal rules and regulations. This scope of services does include the
preparation of a Section 4(f) statement of parkland impacts. The Engineer will conduct one Public
Hearing.
The Engineer will prepare the construction Plans, Specifications and Estimates (PS &E) for this
project which will contain all of the required plans and details pertaining to grading, roadway, bridge,
drainage, signing, signalization, pavement markings, delineation, sequence of construction, and all
details necessary for construction. Whenever possible, the TxDOT standard drawings, standard
specifications, or previously approved special provisions and /or special specifications will be used.
If a special provision and /or special specification must be developed for this project, it shall be in
TxDOT format and, to the extent possible, incorporate references to approved TxDOT test
procedures.
The Traffic Control Alan and Bridge Layouts will be submitted to TxDOT for review and approval
early in the design stage.
The Engineer will perform all necessary hydrologic studies and hydraulic design necessary for
channel analysis for all drainage structures, including a FEMA study for Chandler Branch Creek. If
required, a report will be submitted with this information along with the outputs from computer
programs used by TxDOT for review and approval.
PS &E for the above work shall be prepared in accordance with the applicable requirements of
TxDOT Specifications, Standards, and manuals (updated for revisions).
The Engineer will perform contract working days calculations as defined by AC 17 -93 and submit
them with the final PS &E, or by using a critical path analysis program.
The Engineer will develop the project using the English System of Measure.
A copy of the data file tape can fumished to the City and TxDOT. The computer graphics files
fumished will comply with the Austin District Guidelines regarding computer files for document and
information exchange.
The Engineer shall develop a project specific storm water pollution prevention plan (SW3P) to
comply with federal regulations (40 CFR part 122) published in the Federal Register on September
9. 1997.
The Engineer shall fumish design cross - section plots showing both the original terrain and design
cross- sections. Input and output computer files for generation of the design cross - sections will be
fumished to the State.
The Engineer shall provide conceptual plans for landscaping, using TxDOT supplied plant lists. This
does not include irrigation design and plans. Detail landscaping and irrigation plans will be
considered additional services. These services will be negotiated under a supplemental agreement.
[J:1199815131 -0101ENG1- EXH.B1
The fbl owing "Project Scope of Worle' will be used as the basis few the preparation of plena for the =location of the
l8" Water Transmission Main along U.S. Highway 79 from old Settlers Park to the existing crossing of a 16" water
line under the Missouri - Pacific Railroad. The plans will include a preliminary alignment to be approved by the City
of Round Rock and construction plans for final relocation of the line. The following scope provides the basic
information regarding anticipated project parameters, preliminary plan services, basic services, additional services,
services to be provided by die client and other miscellaneous provisions.
1.1 PROJECT PARAMETERS
ATTACII T "BI"
SERVICES PROVIDED BY THE ENGINEER
FOR 18m WATERLINE RELOCATION
The following assumptions pertain to the provision of the Preliminary and Basic Services and form the basis
of this scope of work:
A. PROJECT will consist of preparation of a preliminary alignment for the 18" water transmission line
along U.S. Highway 79. The plans will be approved by the City of Round Rock prior to beginning the
final design. Final construction plans will be prepared in accordance with the alignment defined in the
preliminary plans.
B. The preliminary plans and construction documents will be prepared and processed in accordance with
the rules and regulations of the City of Round Rock, Texas Natural Resource Conservation Commission
and other regulatory agencies.
C. A topograpbic/ree survey may be required for areas within the limits of the proposed alignment.
D. CLIENT will review approved plans and provide recommendations for utility locations.
E. Storm water detention and water quality facilities will not be required for this utility adjustment.
F. Improvements will include connection into the existing water system and keeping the existing system
operational during construction. In addition, several connection to the 18" main may be made for service
to adjoining property.
G. The preliminary extent of any floodplain on the PROJECT site will be identified by the Federal
Emergency Management Agency, flood insurance rate maps for Williamson County, Texas. Any work
necessary to modify flood plains will be additional services.
H. Variances will be identified based on the preliminary plans and any changes to the scope or modifications
requested by the owner which require variances will be additional services.
I. All boundary monwnentation is recoverable in good condition. There are no boundary disputes or law
suits associated with this tract that will impact completion of the PROJECT.
U.S. Highway 79 Water Line Relocation
J: \1998\5131 -01041GREE. WPD
December 22, 1998
Page 1
The Preliminary Plan Services include those engineering services required to prepare and process the proposed
Preliminary alignmeatofthc 18" water line. Basic Services include and are limited to surveying, engineering design,
and construction administration for the relocation of the 1W' water line. The Additional. Services include work items
that maybe required to supplement the Preliminary and Basic Services. They include revisions, construction staking,
studies and designs performed by the ENGINEER upon authorization by the CLIENT. Geotecltnical information is
not included in the scope of services.
1.2 PRELIMINARY ALIGNMENT PRASE
The preliminary alignment phase will include development of preliminary construction plans with sufficient
detail to identify the final alignment ofthe 18" water line. The preliminary alignment will be coordinated with the City
of Round Rock and others. The Preliminary alignment phase services consist of those engineering and surveying
services required to prepare and process a Preliminary alignment in accordance with the City of Round Rock and
Williamson County requirements. The services to be provided by the ENGINEER are as follows:
1.2.1 Preliminary Aligmnent Phase
a. Review existing water line alignment, proposed roadway improvements and other proposed
developments along the water line corridor.
b. Prepare preliminary water line alignment and report including identification of any constraints
associated with the proposed alignment.
c. Prepare erosion/sedimentation control plan. Assist CLIENT in locating spoils site(s).
d. Process the preliminary plans through the City of Round Rock from review to approval.
1.3 BASIC DESIGN SERVICES
The Basic Services will be performed in three phases: design, bidding, and construction. Improvements will
consist of relocating the 18" water line along U.S. Highway 79. The services to be provided by the ENGINEER in
each of these phases are as follows:
1.3.1 Final Design Phase
a. Provide a list of any additional investigations, evaluations, and tests which may be required for
design and are to be performed as Additional Services.
b. Prepare final drawings and specifications for incorporation into the Contract Documents. The
drawing: and specifications will be based on the approved Preliminary Alignment and supporting
documents, and shall comply with regulations in effect at the date of execution of this contract.
Revisions resulting from modifications to this basis prompted by the CLIENT shall be performed
as an Additional Service.
c. Prepare one time, an ENGINEERS's opinion of probable construction cost based on the approved
drawings, specifications, and materials. Prepare ENGINEER's estimate per City /County fiscal
requirements.
U.S. Highway 79 Water Line Relocation
7: \1998 \5131 -010`AGREE. WPD
December 22, 1998
ATTACHMENT "Br
SERVICES PROVIDED BY THE ENGINEER
FOR 18" WATERLINE RELOCATION
Page 2
ATTACIIMENT'
SERVICES PROVIDED RV TEE ENGINEER
FOR 18" WATERLINE RELOCATION
ENGINEER will provide to the CLIENT, the engineering data necessary lbr applications for
development permits and drawing approvals required by reviewing agencies. The ENGINEER
will be responsible for procuring said development permits and approvals. The CLIENT will
be responsible for payment of all review and permit fees.
e. Prepare for review and approval by CLIENT, remaining components of Contract Documents
including construction contract agreement forms, general conditions, supplementary conditions,
and where appropriate, bid forms, invitations to bid, and instruction to bidders.
f. Furnish the CLIENT 5 copies of approved fully executed City/County approved plans and
Contract Documents. Any additional sets of Contract Documents for reviewing agencies,
bidding, or any other use, are to be paid for as an Additional Service.
g. ENGINEER will obtain a geotechnical study from a consultant to be approved by CLIENT for
underground utility design at CLIENT's expense.
h. ENGINEER is responsible for a "value engineering" analysis before completing design and
construction plans. This will include review, with CLIENT, of the alternative designs and
associated costs.
1.3.2 Bidding or Nefotiatine Phase
a. Assist the CLIENT in obtaining bids or negotiating proposals for construction materials,
equipment and services by distributing sets of bid documents to Contractors.
b. Assist the CLIENT in evaluating bids or proposals in assembling and awarding contracts by
supervising bid opening, tabulating bids, notifying bidders of results, writing letter of intent to
award, writing notice to proceed, and reviewing and approving bond insurance documents.
1.3.3 Construction Phase
a. Coordinate and attend mandatory pre-construction conference with client, contractor, review
agencies and engineer prior to construction.
b. Make visits to the site at intervals appropriate to the various stages of construction to observe as
an experienced and qualified design professional the progress and quality of the executed work
of Contractor(s) and to determine in general if such work is proceeding in accordance with the
Contract Documents. ENGINEER shall not be required to make exhaustive or continuous on -site
inspections to check the quality or quantity of such work.
c. Review and approve (or take other appropriate action in respect to) Shop Drawings and samples,
the results of tests and inspections and other data which each Contractor is required to submit,
but only for conformance with the design concept of the PROJECT and compliance with the
information given in the Contract Documents (but such review approval of other action shall not
extend to means, methods, sequences, techniques and procedures and construction or the safety
precautions and programs incident thereto); determine the acceptability of substitute materials and
equipment proposed by Conuactor(s); and receive and review (for general content as required by
U.S. Highway 79 Water Line Relocation
7:119 9 815131 - 0101 AGR EE. W PD
December 22, 1998
Page 3
ATTACHMENT "B1"
SERVICES PROVIDED BY THE ENGINEER
FOR 18" WATERLINE RELOCATION
the Specification) maintenance and operating instructions, schedules, guarantees, bonds and
certificates of inspection which are to be assembled by Contractor(s) in accordance with the
Contract Documents.
d. Based on ENGINEER'S on-site observations as an experienced and qualified design professional
and on review of applications for payment and the accompanying data and schedules, determine
the amounts owing to Contractor(s) and recommend in writing payments to Contractor(s) in such
amounts; such recommendations of payment will constitute a representation to CLIENT, based
on such observations and review, that the work has progressed to the point indicated that, to the
best of ENGINEER's knowledge, information and belief, the quality of such work is in
accordance with the Contract Documents (subject to an evaluation of such work as a functioning
Project upon Substantial Completion, to the results of any subsequent tests called for in the
Contract Documents, and to any qualification stated in his recommendation), and that payment
of the amount recommended is due Contractor(s).
e. Conduct an inspection to determine if the PROJECT is substantially complete and final
inspection to determine if the work has been completed in accordance with the Contract
Documents and if each Contractor has fulfilled all of his obligations thereunder so the
ENGINEER may recommend, in writing, final payment to each Contractor and may give written
notice to CLIENT and the Contractor(s) that the work is acceptable (subject to any condition
therein expressed).
f. ENGINEER will prepare a punch list (one time only) outlining corrections and work that must
be done before the project can be accepted The ENGINEER will arrange a preliminary site
inspection to identify punch list items with the appropriate personnel, and CLIENT will
participate.
g. ENGINEER will prepare one set of reproducible AS -BUILT PLANS based on one (1) record
copy of project drawings labeled "Project Record" maintained by the CONTRACTOR. The
CONTRACTOR will submit the "Project Record" drawings to the ENGINEER at contract
closeout.
h. ENGINEER will review Cut Sheets furnished by the Subdivision Construction Contractor.
1.4 ADDITIONAL SERVICES
The services stipulated in this section are specifically excluded from the scope of the Preliminary and Basic
Design Services. They shall be offered, if required, at the time that a definite scope of service can be defined. In the
event these additional services are required, a scope of services and any fee for additional services shall be agreed upon
between CLIENT and ENGINEER in advance of services being accomplished• and the Agreement shall be amended.
These services include:
a. Additional field surveying, deed research, office calculations, map preparation, and certifications required
to settle boundary disputes, encroachments, conflicts, determination of deeds of trust, off -site easements
not anticipated in the final scope of work, or other similar problems.
b. Field surveys to locate and identify trees and other vegetation on the property outside of proposed rights -of-
U.S. H lghway 79 Water Line Relocation
J: \1998\5131 -010WGREE.WPD
December 22, 1998
Page 4
ATTACHMENT 1"
SERVICES PROVIDED BY Tl1E ENGINEER
FOR 18" WATERLINE RELOCATION
way and easements, as-butlt surveying, construction layout surveying, and field topographic surveys.
c. Preparation of construction cost estimates other than those indicated in Exhibit "k° Section 1.3.1.
d. Daily inspection ofon-site construction or visit to approve unauthorized construction, to mediate disputes,
etc., other than periodic visits.
e. Restaking of lot corners for gas, electric, water and wastewater service construction, or upon completion
of construction.
f. Soil and foundation geotechnical investigations or any special surveys and tests other than those specifically
specified in Exhibit "A" Section 1.2, or 1.3 which may be required for design, and arrangement for such
work to be done.
g. Revisions to previously performed work as a result of the CLIENT requested changes to the original design
criteria
h. Preparation offield notes for land exchanges, vacation of easements or lots, or dedication of easements by
separate instrument.
i. Design of off -site improvements not anticipated in the original scope of work.
j. Any Environmental Site Assessment.
k. Preparation of construction change orders, unless due to errors or omissions by the ENGINEER.
1. Construction staking and preparation of cut sheets for all approved subdivision construction including:
"rough cut" cut sheets for water line excavation, and final field staking and cut sheet preparation other than
those indicated in Exhibit "A" Section 1.3.
2.1 SERVICES BY THE CLIENT
2.1.1 In general, the CLIENT and its representatives to their best efforts will render services as follows:
a. Provide available criteria and full information as to the CLIENT's requirements for the PROJECT;
b. Assist the ENGINEER by placing at his disposal all available written data pertinent to previous
operations, reports and any other data affecting the PROJECT;
c. Respond promptly in writing to requests by the ENGINEER for authorization to proceed with specific
activities deemed desirable;
d. Examine documents submitted by the ENGINEER and render decisions pertaining thereto, promptly, to
avoid unreasonable delay in the progress of the ENGINEER's services;
e. Furnish information required of him as expeditiously as necessary for the orderly progress of the work;
f. Pay all reviewing agency fees PROMPTLY including review, inspection, and recording fees;
U.S. Highway 79 Water Line Relocation
J:1199815131 -010\AGREE. WPD
December 22, 1998
Page 5
3.1 MISCELLANEOUS PROVISIONS
U.S Highway 79 Water Line Relocation
J:11998\5131-010 W GREE. W PD
December 22,1998
ATTACHMENT 931"
SERVICES PROVBB BY THE ENGINEER
FOR 18" WATERLINE RELOCATION
g. Acquire Fisk and Wildlife Service approval rfnecessary.
h. Provide current copy oftitle report for the tract prior to ENGINEER commencing work.
i. acquiring any off-site easements required for project
2.1.2 The ENGINEER shall be entitled to rely upon the CLIENT's representative, who shall be identified in
writing regarding decisions to be made by CLIENT; further, all notices or information shall be deemed
made when conveyed to the representative.
2.1.3 The services, information, and reports required by Paragraph 3.1 (a) through (1) inclusive shall be
fimiished at the CLIENTs expense, and the ENGINEER shall be entitled to rely upon the accuracy and
completeness thereof.
2.1.4 Arrange for access to and make provisions for ENGINEER to enter upon public and private property as
required for ENGINEER to preform services hereunder.
3.1.1 Cost Estimates: ENGINEER's opinion of probable construction cost provided for herein are to be made
on the basis of ENGINEER's experience and qualifications and represents ENGINEER's best judgement
However, since ENGINEER has no control over the cost of labor, materials, equipment or services
furnished by others, or over the Contractor's methods of determining prices, or over competitive bidding
or market conditions, ENGINEER cannot and does not guarantee that proposals, bids or actual construction
cost will not vary from opinions of probable construction cost prepared by ENGINEER.
Page 6
Act
ID
1000
Description
Project Mana ement
ATTACHMENT
U.S.
Early
Start
04JAN99
79 ROUND
Early
Finish
155E1'99
C - PROJECT SCHEDULE
ROCK, TEXAS
1999
J AN FEB MAR APR MAO JUN JUL AUG SEP OCT NOV DEC
JAN FEB MAR APR
N1AT
200o
JUN
-
JUL
-
AUG
SEP
OCT NO
4 A Project Management
i
1030
al )
Pre are Schematic
' (Prelim. & Emil)
Dratt EnWro men Assessmenit
04JAN99
02FEB99
02FEB99
Draft E nviro mental Assessmen
Submit Draft Environmental Assessment
1070
Submit Draft Environmental Assessment
1080
1090
Agency Review
03FEB99
30APR99
I
I
Review
Agency Revi
1
_
Res and to Reviewin A enc Comments
P 9 9 Y
03MAY99
14MAY99
Respond t
A Reviewing AgenCV
m i
Agency Review
i enc
• Reviewing Agency Approval
® vertise Public Hear
Ad
i. ® Hold One (1) Public
Prepare
�Prepare Final Transcript,
Final
! n Agency Review
Notice of
Comments
1095
1100
A enc Review
g Y
17MAY99
01JUN99
Further
Reviewing Agency Approval for Further Processing
01JUN99
rig
Hearing
-
Environmental
Approved
for
I -
Processin
1110
Advertise Public Hearing
g
02JUN99
1120
Hold One (1) Public Hearing
07JUL99
Summary,
-
-
1130
Prepare Transcript, Summary, Anal sis
p p ry Analysis
07JUL99
26JUL99
and Arialysls
- !
Assessment
-
-
-
_ -
-
1140
Prepare Final Environmental Assessment
27JUL99
28JUL99
1150
Agency Review
29JUL99
18AUG99
--
-
1160
Notice of Approved Environmental Assessment
18AUG99
Environmental Assessment
1170
1180
Field Surveys (DTM & Property)
01FEB99
22FEB99
01SEP99
Field Surveys (DTM & Property)
-
--
ROW Plans and Procurement
01 FEB99
ROW Plans
1 Adjust Utilities
and Procurement
-
-
-
1190
Adjust Utilities
01FEB99
01SEP99
!,
1200
Geotechnical Design
01FEB99
OIMAR99
1 PPE\Geotechnical Design
1210
Geometric Roadway Design
01MAR99
30APR99
I / Geometric Roadway Design
Hydraulic Design
L Structural Design
/ 18' g
rr Landscape design (G Water Relocation once
L nce
3 Plans, Specifications, and
in
1220
Hydraulic Design
01 MAR99
01APR99
-
1230
Structural Design
05MAR99
30APR99
1240
18" Water Relocation Design
02APR99
30APR99
1260
1270
tual
Landscape Design (Conceptual)
p g ( p )
01 MAR99
30APR99
ptual
'
Estimates
Plans, Specifications, and Estimates
01 FEB99
30APR99
1280
Submit PS &E
30APR99
®Submit PS &E
1285
PS &E Review
03MAY99
01JUN99
l . Mj6 , PS &E Review
1290
Proposed Letting Date
01SEP99
'�,
i • Proposed Letting Date
1300
Construction Completion Date
31MAROO
-
?it Construction Completion Data -
Start date 01JAN99 ! - - --
® Early start point
4 Early finish point
Early bar
Progress bat
4 Start milestone point
4 Finish milestone point
Finish date 31MAR00 I
Data date 01 JAN99 i
Run dale 22DEC98
Page number 1A
CU Primavera Systems, Inc.
PROJECT: US 79
DIRECT
MANHOURS LABOR OVERHEAD
PROJ. MGMTIROUTE STUDY 322 $10,589 $18,142
ENVR. STUDIES 563 $14,263 $24,437
RIGHT -OF -WAY PLANS 333 $19,693 $708
SURVEYING 530 $43,699 $615
ROADWAY DESIGN 1,064 $29,341 $50,270
DRAINAGE 625 $16,312 $27,947
SIGNING AND MARKINGS 186 $4,758 $8,152
MISCELLANEOUS RDWY. 590 $15,940 $27,310
BRIDGE DESIGN 326 $9,268 $15,879
18" WATERLINE RELOC. 434 $11,186 $19,165
TOTAL CONTRACT: 4,973 $175,049 8192,625
CONTRACT DIRECT COST:
ITEM
Mylar Plots
Blueline Reproductions
Survey Materials and Supplies
Express Deliveries
Auto Mileage
Air Travel
Lodging
Per Diem
Auto Rental
ATTACHMENT "D"
COST PROPOSAL
(CONTINUED)
PAGE 9 OF 9
DECEMBER 21, 1998
FIXED MAX. AMOUNT
FEE PAYABLE
$3,591 $32,323
$4,837 $43,537
$140 $20,541
$122 $44,436
$9,951 $89,562
$5,532 $49,792
$1,614 $14,524
$5,406 $48,656
$3,143 $28,290
$3,794 $34,145
$38,132 $405,805
UNIT QUANTITY UNIT COST TOTAL
Sq. Feet 450 $4 $1,575
Sq. Feet 6,000 $0 $1,500
$500
Deliveries 12 $20 $240
Miles 3,000 $0 $945
Flights 0 $250 $0
Nights 0 $85 $0
Days 0 $35 $0
Days 0 $60 $0
Telephone, Communications and Advertisements $700
Court Recorder & Transcriber $550
Geotechnical /Pavement & Foundation Design - Raba - Kistner - Brytest $12,000
CARTER & BURGESS, INC.
SAM, INC.
PERCENT DISADVANTAGED BUSINESS ENTERPRISE:
14.89%
818,010
FIXED MAX. AMOUNT
FEE PAYABLE
$38,132 $360,695
$63,120
PROJECT: US 79
FROM: CO. RD. 195
TO: MCNUTT CREEK
PROJECT LENGTH: 2.55 MILE
WORK BY: CARTER & BURGESS, INC. (C & B INC.)
I. PROJECT MANAGEMENT
CLASSIFICATION
Project Manager
Design Engineer
Asst. Design Engineer
Senior Environmental Scientist
CADD Drafter
Clerical
II. ROUTE AND DESIGN STUDIES
A. SCHEMATIC DESIGN
B. DESIGN CONCEPT CONFERENCE
C. PRELIMINARY COST ESTIMATE
CLASSIFICATION
Project Manager
Design Engineer
Asst. Design Engineer
Senior Environmental Scientist
CADD Drafter
Clerical
SUBTOTAL:
SUBTOTAL:
WORK BY: CARTER & BURGESS, INC. (C & B INC.)
III. SOCIAL ECONOMIC AND ENVIRONMENTAL STUDIES
A. ENVIRONMENTAL ASSESSMENT
B. REVIEW AND PROCESS
CLASSIFICATION
Project Manager
Design Engineer
Asst. Design Engineer
Senior Environmental Scientist
CADD Drafter
Clerical
SUBTOTAL:
ATTACHMENT "D"
COST PROPOSAL
PAGE 1 OF 9
DECEMBER 21, 1998
MANHOURS RATE COST
112 $43.00 $4,816
48 $32.00 $1,536
8 $27.00 $216
24 $25.00 $600
0 $23.00 $0
32 $16.00 $512
224 $7,680
MANHOURS RATE COST
15 $43.00 $645
31 $32.00 $992
24 $27.00 $648
4 $25.00 $100
20 $23.00 $460
4 $16.00 $64
98 $2,909
322 510,589
MANHOURS RATE COST
13 $43.00 $559
12 $32.00 $384
0 $27.00 $0
314 $25.00 $7,850
20 $23.00 $460
32 $16.00 $512
391 $9,765
PROJECT: US 79
WORK BY: CARTER & BURGESS, INC. (C & B INC.)
IV. PUBLIC INVOLVEMENT
A. PUBLIC MEETING
B. PUBLIC HEARING
CLASSIFICATION
Project Manager
Design Engineer
Asst. Design Engineer
Senior Environmental Scientist
CADD Drafter
Clerical
SUBTOTAL:
ViROM
WORK BY: CARTER & BURGESS, INC. (C & B INC.)
V. RIGHT OF WAY PLANS
A. OWNERSHIP DATA
B. UTILITY LOCATIONS
C. RIGHT OF WAY PLANS
CLASSIFICATION
Project Manager
Design Engineer
Asst. Design Engineer
Senior Environmental Scientist
CADD Drafter
Clerical
SUBTOTAL:
ATTACHMENT "D"
COST PROPOSAL
(CONTINUED)
PAGE 2 OF 9
DECEMBER 21, 1998
MANHOURS RATE COST
14 $43.00 $602
24 $32.00 $768
12 $27.00 $324
76 $25.00 $1,900
24 $23.00 $552
22 $16.00 $352
172 $4,498
563 $14,263
D. PREPARE FIELD NOTES
E. RESEARCH AND TRACT ANALYSIS (TxDOT)
F. NOTIFY UTILITY OWNERS OF UTILITY ADJUSTMENTS
MANHOURS RATE COST
3 $43.00 $129
4 $32.00 $128
0 $27.00 $0
0 $25.00 $0
4 $23.00 $92
4 $16.00 $64
15 $413
15 413
ATTACHMENT "D"
COST PROPOSAL
PROJECT: US 79 (CONTINUED)
WORK BY: CARTER & BURGESS, INC. (C & B INC.)
VI. FIELD SURVEYS
A. ESTABLISH HORIZONTAL AND VERTICAL CONTROL
B. ESTABLISH BENCHMARKS AT (600m) INTERIVALS
C. STAKE CENTERLINE
D. EXISTING CROSS SECTIONS AND TIES
E. SURVEY AND STAKE RIGHT OF WAY
F. STAKE CORE TEST HOLES
CLASSIFICATION
Project Manager
Design Engineer
Asst. Design Engineer
Senior Environmental Scientist
CADD Drafter
Clerical
WORK BY: CARTER & BURGESS, INC. (C & B INC.)
VII. ROADWAY DESIGN
A. GEOMETRIC DESIGN
B. BRIDGE HYDROLOGY ANALYSIS
CLASSIFICATION
Project Manager
Design Engineer
Asst. Design Engineer
Senior Environmental Scientist
CADD Drafter
Clerical
SUBTOTAL:
VIII. PREPARATION OF CONSTRUCTION PLANS
A. ROADWAY DESIGN
CLASSIFICATION
Project Manager
Design Engineer
Asst. Design Engineer
Senior Environmental Scientist
CADD Drafter
Clerical
SUBTOTAL:
PAGE 3 OF 9
DECEMBER 21, 1998
MANHOURS RATE COST
0 $43.00 $0
7 $32.00 $224
5 $27.00 $135
0 $25.00 $0
0 $23.00 $0
0 $16.00 $0
12 $359
MANHOURS RATE COST
10 $43.00 $430
58 $32.00 $1,856
116 $27.00 $3,132
0 $25.00 $0
64 $23.00 $1,472
0 $16.00 $0
248 $6,890
MANHOURS RATE COST
79 $43.00 $3,397
162 $32.00 $5,184
226 $27.00 $6,102
0 $25.00 $0
312 $23.00 $7,176
37 $16.00 $592
816 $22,451
1,064 $29,341
PROJECT: US 79
WORK BY: CARTER & BURGESS, INC. (C & B INC.)
VIII. CONSTRUCTION PLANS
B. DRAINAGE
CLASSIFICATION
Project Manager
Design Engineer
Asst. Design Engineer
Senior Environmental Scientist
CADD Drafter
Clerical
WORK BY: CARTER & BURGESS, INC. (C & B INC.)
VIII. CONSTRUCTION PLANS
C. SIGNING AND MARKING
CLASSIFICATION
Project Manager
Design Engineer
Asst. Design Engineer
Senior Environmental Scientist
CADD Drafter
Clerical
WORK BY: CARTER & BURGESS, INC. (C & B INC.)
VIII. CONSTRUCTION PLANS
D. MISCELLANEOUS ROADWAY
CLASSIFICATION
Project Manager
Design Engineer
Asst. Design Engineer
Senior Environmental Scientist
CADD Drafter
Clerical
ATTACHMENT "D"
COST PROPOSAL
(CONTINUED)
PAGE 4 OF 9
DECEMBER 21, 1998
MANHOURS RATE COST
24 543.00 $1,032
96 $32.00 $3,072
192 527.00 $5,184
0 $25.00 $0
288 $23.00 $6,624
25 $16.00 $400
625 516,312
MANHOURS RATE COST
8 $43.00 $344
16 $32.00 $512
58 $27.00 $1,566
0 $25.00 $0
96 $23.00 $2,208
8 516.00 $128
186 54,758
MANHOURS RATE COST
36 $43.00 $1,548
116 532.00 $3,712
204 $27.00 $5,508
0 $25.00 $0
204 $23.00 $4,692
30 $16.00 $480
590 515,940
PROJECT: US 79
WORK BY: CARTER & BURGESS, INC. (C & B INC.)
VIII. CONSTRUCTION PLANS
E. BRIDGE DESIGN
CLASSIFICATION
Project Manager
Design Engineer
Asst. Design Engineer
Senior Environmental Scientist
CADD Drafter
Clerical
WORK BY: CARTER & BURGESS, INC. (C & B INC.)
VIII. CONSTRUCTION PLANS
F. RELOCATE 18" WATERLINE
CLASSIFICATION
Project Manager
Design Engineer
Asst. Design Engineer
Senior Environmental Scientist
CADD Drafter
Clerical
ATTACHMENT "D"
COST PROPOSAL
(CONTINUED)
PAGE 5 OF 9
DECEMBER 21, 1998
MANHOURS RATE COST
10 $43.00 $430
176 $32.00 $5,632
0 $27.00 $0
0 $25.00 $0
138 $23.00 $3,174
2 $16.00 $32
326 $9,268
MANHOURS RATE COST
14 $43.00 $602
84 $32.00 $2,688
140 $27.00 $3,780
0 $25.00 $0
140 $23.00 $3,220
56 $16.00 $896
434 $11,186
ATTACHMENT "D"
COST PROPOSAL
PROJECT: US 79 (CONTINUED)
WORK BY: CARTER & BURGESS, INC. (C & B INC.)
COST BY FUNCTION CODE AND DIRECT COST:
FUNCTION CODE MANHOURS DIRECT OVERHEAD FIXED FEE TOTAL
LABOR 171.33% 12.50%
ROUTE AND DESIGN STUDIES 322 $10,589 $18,142 $3,591 $32,323
(FUNCTION CODE 110)
SOC., ECON. & ENV. STUDIES 563 $14,263 $24,437 $4,837 $43,537
AND PUBLIC INVOLVEMENT
(FUNCTION CODE 120)
RIGHT -OF -WAY DATA 15 $413 $708 $140 $1,261
(FUNCTION CODE 130)
FIELD SURV. & PHOTOGR. 12 $359 $615 $122 $1,096
(FUNCTION CODE 150)
ROADWAY DESIGN CONTROLS 1,064 $29,341 $50,270 $9,951 $89,562
(FUNCTION CODE 160)
DRAINAGE 625 $16,312 $27,947 $5,532 $49,792
(FUNCTION CODE 161)
SIGNING AND MARKING 186 $4,758 $8,152 $1,614 $14,524
(FUNCTION CODE 162)
MISCELLANEOUS ROADWAY 590 $15,940 $27,310 $5,406 $48,656
(FUNCTION CODE 163)
BRIDGE DESIGN 326 $9,268 $15,879 $3,143 $28,290
(FUNCTION CODE 170)
18" WATERLINE 434 $11,186 $19,165 $3,794 $34,145
CARTER & BURGESS, INC. - DIRECT COST:
ITEM UNIT QUANTITY UNIT COST TOTAL
Mylar Plots Square Feet 450 $3.50 $1,575
Blueline Reproductions or Printing Square Feet 6,000 $0.25 $1,500
Survey Materials and Supplies $0
Express Deliveries Deliveries 12 $20.00 $240
Auto Mileage Miles 3,000 $0.315 $945
Air Travel Filghts 0 $250.00 $0
Lodging Nights 0 $85.00 $0
Per Diem Days 0 $35.00 $0
Auto Rental Days 0 $60.00 $0
Telephone, Communications and Advertisements $700
Court Recorder & Transcriber $550
Geotechnical /Pavement & Foundation Design - Raba - Kistner - Brytest $12,000
PAGE 6 OF 9
DECEMBER 21, 1998
4,137 $112,429 8192,625 $38,132 $343,185
$17,510
PROJECT: US 79
FROM: CO. RD. 195
TO: MCNUTT CREEK
PROJECT LENGTH: 2.55 MILE
WORK BY: SURVEYING AND MAPPING, INC. (SAM, INC.)
I. PROJECT MANAGEMENT
CLASSIFICATION
Project Manager
R.P.L.S.
Engineer
Technician / CADD
3 -Man Survey Crew
Clerical
II. ROUTE AND DESIGN STUDIES
A. SCHEMATIC DESIGN
B. DESIGN CONCEPT CONFERENCE
C. PRELIMINARY COST ESTIMATE
CLASSIFICATION
Project Manager
R.P.L.S.
Engineer
Technician / CADD
3 -Man Survey Crew
Clerical
DAV
WORK BY: SURVEYING AND MAPPING, INC. (SAM, INC.)
Project Manager
R.P.L.S.
Engineer
Technician / CADD
3 -Man Survey Crew
Clerical
SUBTOTAL:
SUBTOTAL:
V. RIGHT OF WAY PLANS
A. OWNERSHIP DATA
B. UTILITY LOCATIONS
C. RIGHT OF WAY PLANS
SUBTOTAL:
ATTACHMENT "D"
COST PROPOSAL
PAGE 7 OF 9
DECEMBER 21, 1998
MANHOURS RATE COST
0 $90.00 $0
0 $75.00 $0
0 $0
0 $55.00 $0
O $105.00 $0
0 $0.00 $0
O $0
MANHOURS RATE COST
0 $90.00 $0
O $75.00 $0
0 $0
O $55.00 $0
0 $105.00 $0
0 $0.00 $0
0 $0
0
so
D. PREPARE FIELD NOTES
E. RESEARCH AND TRACT ANALYSIS (TxDOT)
F. NOTIFY UTILITY OWNERS OF UTILITY ADJUSTMENTS
10 $90.00 $900
72 $75.00 $5,400
0 $0
236 $55.00 $12,980
0 $105.00 $0
0 $0.00 $0
318 $19,280
318 819,280
ATTACHMENT "D"
COST PROPOSAL
PROJECT: US 79 (CONTINUED)
WORK BY: SURVEYING AND MAPPING, INC. (SAM, INC.)
VI. FIELD SURVEYS
A. ESTABLISH HORIZONTAL AND VERTICAL CONTROL
B. ESTABLISH BENCHMARKS AT (600m) INTERIVALS
C. STAKE CENTERLINE
D. EXISTING CROSS SECTIONS AND TIES
E. SURVEY AND STAKE RIGHT OF WAY
F. STAKE CORE TEST HOLES
CLASSIFICATION
Project Manager
R.P.L.S.
Engineer
Technician / CADD
3 -Man Survey Crew
Clerical
ITEM
a ce m
SUBTOTAL:
COST BY FUNCTION CODE AND DIRECT COST:
SURVEYING AND MAPPING, INC. - DIRECT COST:
Mylar Plots
Blueline Reproductions
Survey Materials and Supplies
Express Deliveries
Auto Mileage
Air Travel
Lodging
Per Diem
Auto Rental
Telephone & Communications
PAGE 8 OF 9
DECEMBER 21, 1998
MANHOURS RATE COST
10 $90.00 $900
55 $75.00 $4,125
0 $0
185 $55.00 $10,175
268 8105.00 $28,140
0 $0.00 $0
518 $43,340
518 $43,340
FUNCTION CODE MANHOURS DIRECT OVERHEAD FIXED FEE TOTAL
LABOR 0.00% 0.00%
ROUTE AND DESIGN STUDIES 0 $0 $0 $0 $0
(FUNCTION CODE 110)
RIGHT -OF -WAY PLANS 318 $19,280 $0 $0 $19,280
(FUNCTION CODE 130)
FIELD SURV. & PHOTOGR. 518 $43,340 $0 $0 $43,340
(FUNCTION CODE 150)
15W $' 836 62,620 0 0 62,620
UNIT QUANTITY UNIT COST TOTAL
Sq. Feet 0 $3.50 $0
Sq. Feet 0 $0.25 $0
$500
Deliveries 0 $20.00 $0
Miles 0 $0.315 $0
Flights 0 $250.00 $0
Nights 0 $85.00 $0
Days 0 $35.00 $0
Days 0 $60.00 $0
so
$500
Ugh): caZia
DATE: December 18, 1998
SUBJECT: City Council Meeting — December 22, 1998
•
ITEM: 10.A.3. Consider a resolution authorizing the Mayor to execute an
engineering contract with Carter Burgess for the preparation of
schematics, environmental documents, right of way documents, plans,
specifications, estimates and contract documents for the
reconstruction of US 79 as a 4 lane divided highway from CR 195 to
CR 110. Staff Resource Person: Jim Nuse, Public Works Director.
Mayor
Charles Culpepper
Mayor Pro-tem
Robert Stluka
Connell Members
Earl M. Hairston
Rick Stewart
Earl Palmer
Martha Chavez
Jimmy Joseph
City Manager
Robert L. Rennet, Jr.
City Attorney
Stephan L. Sheets
CITY of ROUND ROCK
■ t'.
January 4, 1999
Mr. Bill Caffey, P.E.
Associate - Senior Project Manager
Carter & Burgess, Inc.
901 S. Mopac Expressway
Bldg. 5, Suite 200
Austin, Texas 78746
Dear Mr. Caffey:
221 Fast Main Street
Round I'�oek xas 78664
The Round Rock City Council approved Resolution No. R- 98- 12- 22 -10A3 at
their regularly scheduled meeting on December 22, 1998. This resolution
approves the agreement for engineering services for the reconstruction of
US79 as a four -lane divided highway from CR 195 to CR 110.
Enclosed is a copy of the resolution and original agreement for your files. If
you have any questions, please do not hesitate to call.
Joanne Land
Assistant City Manager/
City Secretary
Enclosures
Fax: 512 - 218 -7097
0
1- 800.735 -2989 TOD 1- 800.735 -2988 Voice
www.ci.round-rocIctx.us