Loading...
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