R-99-05-13-13B12 - 5/13/1999RESOLUTION NO. R- 99- 05- 13 -13B12
WHEREAS, the City of Round Rock desires to retain engineering
services to establish the alignment of Arterial B from US 79 to south
of Louis Henna Boulevard, preparation of a schematic, and preparation
of right -of -way documents, and
WHEREAS, Rodriguez & Huggins, Inc. has submitted a contract to
provide said services, and
WHEREAS, the City Council desires to enter into said contract
with Rodriguez & Huggins, 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 a contract with Rodriguez & Huggins, Inc., to
establish the alignment of Arterial B from US 79 to south of Louis
Henna Boulevard, preparation of a schematic, and preparation of right-
of-way documents, a copy of said contract 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.
X; \WP ➢OCS \RESOLUTI\R90513H.13 /ecg
ATTEST:
JO
RESOLVED this 13th day of May, 1999
NE LAND, City Secretary
2
CHARLES CULPEPPER, Mayor
City of Round Rock, Texas
a
ao
m
CO
N
cn
m
STATE OF TEXAS
COUNTY OF WILLIAMSON
§
THIS CONTRACT FOR ENGINEERING SERVICES ( "Contract ") is made by and between the
City of Round Rock, 221 E. Main St., Round Rock, Texas 78664, hereinafter called "City" and
Rodriguez and Huggins, Inc., having its principal business address at 11824 Jollyville Road, Ste.
402, Austin, Texas 78759, hereinafter called "Engineer" for the purpose of contracting for
engineering services.
WITNESSETH
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:
Establish the alignment of Arterial B from US 79 to south of Louis Henna Blvd., prepare a
schematic for Arterial B, monument the alignment, and prepare right of way documents for
critical parcels.
AGREEMENT
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.
Rd &hg599c.wpd/spec lw
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 April 30, 2004 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.
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
$ 238,100.74 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.
Rd &hg599e.wpd/speclw
ARTICLE 4
COMPENSATION
Page 2of13
The Engineer shall prepare and submit to the City monthly progress reports in sufficient
detail to support the progress of the work and in support of invoice requesting monthly payment.
Any preferred format will be identified in Attachment B. Satisfactory progress of work shall be
maintained as a condition of payment.
The fee may be adjusted if additional work is approved by supplemental agreement and
performed by the Engineer.
ARTICLE 5
METHOD OF PAYMENT
Payments to the Engineer for services rendered will be made while work is in progress.
The Engineer will prepare and submit to the City, no more frequently than once per month, a
progress report stating the percent completion of the work accomplished during the billing period
and to date, and one original and one copy of a certified invoice in a form acceptable to the City).
The submittal shall also include the progress assessment report, identified as Attachment H -2.
Payment of the lump sum fee will be in proportion to the percent completion of the work tasks
identified in Attachment D - Fee Schedule. Upon receipt and approval of each statement, the City
shall make a good faith effort to pay the amount which is due and payable within thirty (30) days.
The City shall reserve the right to withhold payment pending verification of satisfactory work
performed. The Engineer must submit adequate proof to the City that the task was completed.
The certified statements shall show the total amount earned to the date of submission and
the amount due and payable as of the date of the current statement. Final payment does not relieve
the Engineer of the responsibility of correcting any errors and /or omissions resulting from its
negligence.
ARTICLE 6
NOTICE TO PROCEED
The City will issue a written authorization to proceed with the work identified in the scope
of services. The City shall not be responsible for actions by the Engineer or any costs incurred by
the Engineer relating to additional work not included in Attachment B - Services to be Provided
by the Engineer.
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.
engcon Lrc.wpd/spectw
At the request of the City or the Engineer, conferences shall be provided at the Engineer's
Page 3of13
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.
engcontrc.wp&spectw
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 m (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.
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.
engcontrc.wpdspectw
ARTICLE 12
OWNERSHIP OF DOCUMENTS
Page 5 of 13
ARTICLE 13
PERSONNEL, EQUIPMENT AND MATERIAL
The Engineer shall furnish and maintain, at its own expense, quarters for the performance
of all services, and adequate and sufficient personnel and equipment to perform the services as
required. All employees of the Engineer shall have such knowledge and experience as will enable
them to perform the duties assigned to them. Any employee of the Engineer who, in the opinion
of the City, is incompetent, or whose conduct becomes detrimental to the work, shall immediately
be removed from association with the project when so instructed by the City. The Engineer
certifies that it presently has adequate qualified personnel in its employment for performance of
the services required under this Contract, or will be able to obtain such personnel from sources
other than the City.
The Provider may not change the Project Manager without prior consent of the City.
ARTICLE 14
SUBCONTRACTING
The Engineer shall not assign, subcontract or transfer any portion of the work under this
Contract without prior written approval from the City. All subcontracts shall include the
provisions required in this Contract and shall be approved as to form, in writing, by the City prior
to work being performed under the subcontract.
No subcontract relieves the Engineer of any responsibilities under this Contract.
ARTICLE 15
EVALUATION OF WORK
The City and any authorized representatives, shall have the right at all reasonable times to
review or otherwise evaluate the work performed or being performed hereunder and the premises
in which it is being performed. If any review or evaluation is made on the premises of the
Engineer or a subprovider, the Engineer shall provide and require its subproviders to provide all
reasonable facilities and assistance for the safety and convenience of the City or USDOT
representatives in the performance of their duties.
engcontre-wpd/spectw
Page 6 of 13
All applicable study reports shall be submitted in preliminary form for approval by the City
before final report is issued. The City's comments on the Engineer's preliminary report will be
addressed in the final report.
Violation of Contract terms or breach of contract by the Engineer shall be grounds for
termination of the Contract and any increased cost arising from the Engineer's default, breach of
contract or violation of contract terms shall be paid by the Engineer.
The Contract may be terminated before the stated termination date by any of the following
conditions.
engcontrc.wpd/spectw
ARTICLE 16
SUBMISSION OF REPORTS
ARTICLE 17
VIOLATION OF CONTRACT TERMS /BREACH OF CONTRACT
ARTICLE 18
TERMINATION
(1) By mutual agreement and consent, in writing of both parties.
(2) By the City by notice in writing to the Engineer as a consequence of failure by the
Engineer to perform the services set forth herein in a satisfactory manner.
(3) By either party, upon the failure of the other party to fulfill its obligations as set
forth herein.
(4) By the City for reasons of its own and not subject to the mutual consent of the
Engineer upon not less than thirty (30) days written notice to the Engineer.
(5) By satisfactory completion of all services and obligations described herein.
Should the City terminate this Contract as herein provided, no fees other than fees due and
payable at the time of termination shall thereafter be paid to the Engineer. In determining the value
of the work performed by the Engineer prior to termination, the City shall be the sole judge.
Compensation for work at termination will be based on a percentage of the work completed at that
time. Should the City terminate this Contract under (4) of the paragraph identified above, the
amount charged during the thirty (30) day notice period shall not exceed the amount charged
during the preceding thirty (30) days.
If the Engineer defaults in the performance of this Contract or if the City terminates this
Contract for fault on the part of the Engineer, the City will give consideration to the actual costs
incurred by the Engineer in performing the work to the date of default, the amount of work
required which was satisfactorily completed to date of default, the value of the work which is
Page 7 of 13
usable to the City, the cost to the City of employing another firm to complete the work required
and the time required to do so, and other factors which affect the value to the City of the work
performed at the time of default.
The termination of this Contract and payment of an amount in settlement as prescribed
above shall extinguish all rights, duties, and obligations of the City and the Engineer under this
Contract, except the obligations set forth in Article 19 of this Contract. If the termination of this
Contract is due to the failure of the Engineer to fulfill its contract obligations, the City may take
over the project and prosecute the work to completion. In such case, the Engineer shall be liable
to the City for any additional cost occasioned the City.
The Engineer shall be responsible for the settlement of all contractual and administrative
issues arising out of the procurement made by the Engineer in support of the scope of services
under this Contract.
ARTICLE 19
COMPLIANCE WITH LAWS
The Engineer shall comply with all applicable Federal, State and local laws, statutes,
codes, ordinances, rules and regulations, and the orders and decrees of any court, or
administrative bodies or tribunals in any manner affecting the performance of this Contract,
including, without limitation, worker's compensation laws, minimum and maximum salary and
wage statutes and regulations, and licensing laws and regulations. When required, the Engineer
shall furnish the City with satisfactory proof of its compliance therewith.
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.
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.
engconirc.wpdispeclw
ARTICLE 20
INDEMNIFICATION
ARTICLE 21
ENGINEER'S RESPONSIBILITY
Page 8 of 13
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.
engcontrc.wpd/spectw
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.
Page 9 of 13
ARTICLE 26
DEBARMENT, SUSPENSION AND DISCIPLINARY ACTION
The Engineer warrants that the representations included in the Debarment Certification
(Negotiated Contracts) submitted with the offer to provide services are current and still valid.
ARTICLE 27
COPYRIGHTS
The City shall have the royalty free, nonexclusive and irrevocable right to reproduce,
publish or otherwise use, and to authorize others to use any reports developed by the Engineer for
governmental purposes.
ARTICLE 28
COMPUTER GRAPHICS FILES
The Engineer agrees to comply with the Special Provision "Computer Graphics Files for
Document and Information Exchange," if determined by the City to be applicable to this Contract
and if so stated in Attachment B and attached hereto.
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.
engcontrc.wpd/speetw
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.
engconUC.wpd/speclw
Page 11 of 13
All notices to either party by the other required under this Contract shall be personally
delivered or mailed to such party at the following respective address:
City of Round Rock Engineer
Attn.: City Manager Attn.: Mote E. Ro4 viva z , P6.
221 E. Main St. Iona * 40z
Round Rock, TX 78664 A , Tx 1$759
with copy to:
engcon lrc. wpd/speclw
Stephan L. Sheets
City Attorney
309 E. Main St.
Round Rock, Texas 78664
ARTICLE 32
NOTICES
Page 12 of 13
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.
Rode v.ez G Nr.clgins Inc.
THE ENGINEER'
By •
Sig ure v
F111c/ L. Huggrn5
Printed Name
1(1 ce Prts r r 1
Title
`7-10 - 91
Date
City o fdc ;>
B y : J /f y -/ G..k E .--. -
Charles Culpe pelt, Mayor
LIST OF ATTACHMENTS
engcontrc.wpd /spectw
ARTICLE 33
SIGNATORY WARRANTY
Attachment A - Services to be Provided by the City
Attachment B - Services to be Provided by the Engineer
Attachment C - Work Schedule, if applicable
Attachment D - Fee Schedule
Attachment E - Work Authorizations, if applicable
Attachment F - Supplemental Work Authorizations, if applicable
Attachment G - Certificate of Insurance, if applicable
Page 13 of 13
SFRVICFS TO BEP
EXHIBIT A
' 1 1 1
EROTJNIT ROCK
The City of Round Rock will furnish to the Engineer the following items /infomration:
engcontrc.wpd/speelw
ATTACHMENT B
Services to be provided by the Engineer
Project: Arterial B
From: North of US 79
To: CR 170 South of Louis Henna Blvd.
County: Williamson
Project Length: 5 Miles
PRELIMINARY STUDIES (Function Code 110)
I. PROJECT MANAGEMENT
A. The Engineer will coordinate all activities with the City of Round Rock and with
other state and federal agencies including meetings with the City on a scheduled
basis to review project progress.
B. The Engineer will administer all phases of the project not reserved by the city
including preparation of invoices, coordination of all work assigned to and
accomplished by team firms, etc. The Engineer will furnish a brief progress
report each month with submission of the project invoice.
C. The Engineer will assign experienced Senior Staff members the responsibility of
reviewing the work produced and developing the procedures to be used during
project development to assure compliance with the City's policies and procedures
as well as assuring that work is accomplished correctly and on time. The project
is proposed to be completed in nine months after the notice to proceed.
D. The Engineer will attend an initial meeting with the City to coordinate a detailed
work schedule and plan all project activities.
E. The Engineer will conduct progress meetings with the City on a scheduled basis
at critical milestones for the project.
II. ROUTE AND DESIGN STUDIES
A. Identify Corridor Issues
1. Review previously developed issues
2. Identify significant issues
3. Prepare issues memorandum
B. Develop Initial Project Data
1. Collect and review available data
2. Survey and provide horizontal and vertical control using NAD 83
(English) datum
3. Set flight panels for aerial photography
4. Provide permanent horizontal and vertical control monuments at 2500 foot
spacing throughout the project limits
5. Obtain planimetric, topographic and digital orthophotography data
6. Conduct initial field reconnaissance
7. Obtain existing right -of -way easement and ownership data of affected
property owners
8. Obtain utility locations and information
III. PERFORM PRELIMINARY STUDIES
A. Perform hydraulic and hydrologic studies:
1. Prepare drainage area map for major creek crossing
2. Prepare preliminary drainage analysis
3. Assess need for additional hydrodynamic modeling
B. Perform structural studies:
1. Study bridge vs. embankment alternatives
2. Study alternative structural types
3. Meet with Railroad Company
IV. IDENTIFY AND EVALUATE FEASIBLE ALTERNATIVES
A. Develop constraint map
B. Identify design alternatives
C. Inspect corridor on ground
D. Analyze results of hydraulic and hydrologic studies
E. Analyze results of structural studies
F. Analyze input from Railroad Company
G. Develop alternative designs using digital orthophotography and GEOPAK:
L Establish design criteria
2. Develop typical sections
3. Establish preliminary horizontal alignments
4. Establish preliminary vertical alignments
5. Prepare preliminary earthwork design
6. Establish right -of -way required
7. Prepare preliminary cost estimate for each alternative
V. SELECT TECHNICALLY PREFERRED ALTERNATIVE
A. Compare alternatives incorporating input from environmental studies and Public
Meetings.
B. Recommend Preferred Alternative to the City of Round Rock
C. Coordinate design with Railroad Company
VI. PREPARE DESIGN SCHEMATIC
A. Define existing right -of -way and other property lines required to accurately
establish roadway alignments.
B. Prepare design schematic of Preferred Altemative on controlled planimetric and
topographic mapping utilizing GEOPAK. The design schematic will include the
following:
1. Finalize typical sections including pavement design
2. Finalize horizontal alignments
3. Finalize vertical alignments
I.
4. Finalize earthwork design (develop design cross sections to identify right -
of -way or retaining wall requirements)
5. Determine right -of -way requirements
6. Prepare traffic diagrams
7. Display ownership information
8. Display utility locations
9. Hydraulic analysis effect of the 100 year floodplain on major stream
crossings
10. Preliminary structure sizing
C. Prepare an Engineering Summary Report for the Technically Preferred
Alternative including the following items:
1. Project description and history
2. Alternative studies evaluation /selection
3. Construction project limits
4. Sequence of construction
5. Construction and right -of -way cost estimates
I.
D. Prepare Railroad Exhibit
PUBLIC INVOLVEMENT (Function Code 120)
I. INFORMATIONAL MEETINGS
A. Prepare meeting displays and exhibits
B. Attend one informational Scoping Meeting
C. Attend Public Hearing with City Planning and Zoning Commission
ENVIRONMENTAL STUDIES (Function Code 120)
A. Collect and review environmental data previously developed
B. Identify environmental concerns
1. Wetlands
2. Historic Sites
3. Pre - historic Sites
RIGHT OF WAY DATA (Function Code 130)
A. Ownership data
B. Right of entry for field surveys
C. Research deed records
D. Prepare parcel plats
1. Calculate parcel dimensions and areas
2. Prepare individual parcel maps
E. Field Notes
1. Prepare field note descriptions
2. Prepare control of access descriptions
F. Deliver to the City
1. Field note descriptions for each parcel
2. Computation sheets
3. Individual parcel plats for each parcel
II. RIGHT -OF -WAY SURVEYS
A. Prepare working sketch of tracts of land required for right -of -way surveying
B. Perform field boundary surveys and analysis
C. Obtain horizontal ties to visible utilities
D. Survey and stake right -of -way of acquired parcels using beam disks set atop 5/8"
x 36" iron rod
III. GEOTECHNICAL DESIGN
A. Establish test hole locations
B. Tie test hole locations to project survey datum
C. Drill test holes
D. Perform Pavement design
E. Evaluate, interpret and determine geological features
F. Prepare Geotechnical report
ATTACHMENT D
Arterial B
City of Round Rock
Contract No.
Work Authorization No.
PROJECT DETAILS
Project Length
Railroad Crossings
Bridges
Channels (Requiring Sections)
Bridge Class Culverts
Other Culverts
Traffic Signals
Overhead Sign Bridges (OSB)
Cantilever Overhead Signs (COSS)
Large Signs
0.000
0
0
0
0
0
0
0
0
0
Km
Each
Each
Each
Each
Each
Each
Each
Each
Each
ROW Parcels 0 Each
Agency / Commitee meetings 0 Each
Public Meetings 0 Each
Public Hearings 0 Each
Environmental Documents: Cat Ex 0 Each
EA 0 Each
EIS 0 Each
Rodriguez & Huggins, Inc
RATES
Project Manager
PM
$ 37.50
Hour
Senior Project Coordinator
SPC
$ 37.50
Hour
Project Engineer
PE
$ 37.50
Hour
Senior Design Leader
SDL
$ 32.25
Hour
Senior Engineer
SE
$ 32.69
Hour
Engineer
E
$ 26.00
Hour
Senior Tech / Analyst
ST
$ 25.00
Hour
Clerical
C
$ 15.00
Hour
CADD
$ -
Hour
CADD Usage
0%
Reproduction
$ 0.10
SF
Copies - 8.5" x 11"
$ 0.15
EA
Copies - 11" x 17"
$ 0.30
EA
Mileage
$ 0.28
Mile
Airline Flight
$ 161.00
EA
Per Diem
$ 75.00
Day
Mail & Deliveries
$ 20.00
EA
Overhead Rate
155.00%
Profit
12.00%
ATTACHMENT D
Arterial B
City of Round Rock
Contract No.
Work Authorization No.
PROJECT DETAILS
Project Length
Railroad Crossings
Bridges
Channels (Requiring Sections)
Bridge Class Culverts
Other Culverts
Traffic Signals
Overhead Sign Bridges (OSB)
Cantilever Overhead Signs (COSS)
Large Signs
0.000
0
0
0
0
0
0
0
0
0
Km
Each
Each
Each
Each
Each
Each
Each
Each
Each
ROW Parcels 0 Each
Agency / Commitee meetings 0 Each
Public Meetings 0 Each
Public Hearings 0 Each
Environmental Documents: Cat Ex 0 Each
EA 0 Each
EIS 0 Each
Rodriguez & Huggins, Inc
F.C. 110 ROUTE AND DESIGN STUDIES
PM
SPC
PE
SDL
SE
E
ST
[ Total
CADD
Coordination of sub - consultants
j
0 0 0 0 0 0 0 0 0 0 0 0
4.0
4.0
4.0
2.0
14.0
Collect and review data
8.0
16.0
0.0
8.0
0.0
0.0
Identify issues and prepare issues list / report
8.0
8,0
4.0
24.0
0.0
Coordinate with Railroad
8.0
4.0
4
0
0
0
16.0
40
Committee workshops
- 0.0
Incorporate results of MIS
0.0
Develop evaluation matrix
8,0
8.0
0
0
0
0
0.0
32
Preliminary corridor evaluation and inspection
8.0
8.0
24.0
Identify alternative corridors
4.0
4.0
0.0
Prepare constraints maps
8.0
28
0
0
0
24.0
40.0
0.0
Identify property owners
0.0
0.0
Perform hydraulic and hydrological studies
24.0
16.0
44.0
Prepare corridor maps
0.0
0.0
Define and prepare typical sections
4.0
4.0
8.0
20.0
0.0
Evaluate and select corridors for lurthur study
4.0
8.0
Prepare Alternatives (Bridge vs. Embankment)
0.0
0.0
Prepare cost estimates for alternatives
4.0
16.0
4.0
28.0
Evaluate and select technically preferred alternative
8.0
4.0
4.0
4.0
28.0
Determine roadway geometry
8.0
16.0
28.0
0.0
Run preliminary earthwork and determine ROW
4.0
4.0
36.0
48.0
0.0
Prepare Geometric Schematic
16.0
8.0
36.0
68.0
0.0
Refine cost estimate for preferred alternative
8.0
10.0
Prepare Engineering Summary Report
8.0
8.0
4.0
2.0
8.0
38.0
Revise Geometric Schematic as required
8.0
4.0
4.0
16.0
36.0
0.0
Revise Engineering Summary Report as required
2.0
4.0
4.0
2.0
14,0
Prepare Railroad Exhibit
8.0
24.0
36.0
0.0
0.0
0.0
1
0.0
FC 110 Total
92
110
80
40
18 1
8
176
524
0
F.C. 120 ENVIRONMENTAL STUDIES
PM
SPC
PE
SDL
SE
E
ST
Total
CADD
Coordination of sub - consultants
8,0
4.0
4.0
0 0 0 0 0 0° 0 0
m m d o� o m o 0
Preliminary environmental document review
8.0
16.0
0.0
8.0
10.0
0.0
Prepare meeting displays / exhibits
8,0
8.0
8.0
16.0
0.0
Brief City and other agencies
4,0
4.0
4
0
0
0
0.0
40
Arrange for facilities for Public Meetings / Hearings
0.0
Schedule & advertise Public Meetings / Hearings
0.0
Attend Public Meetings / Hearings
8,0
8.0
0
0
0
0
16
32
Prepare Public Meeting / Hearing Summaries
Final environmental document review
4.0
4.0
FC 120 Total
32
28
0
0
0
0
16
76
0
F.C.150 FIELD SURVEYS! MAPPING
PM
SPC
PE
SDL
SE
E
ST
Total
CADD
Coordination of sub - consultants
N N
4.0
4.0
12.0
Digital Orthophotography file preparation
8.0
16.0
0.0
8.0
10.0
0.0
Controlled Aerial Mapping file preparation
8.0
10.0
0.0
FC 130 Total
16
20
4
0
0
0
0.0
40
0
0.0
0.0
FC 150 Total
12
4
0
0
0
0
16
32
0
F.C. 130 RIGHT OF WAY PLANS
I PM
SPC
PE
SDL
SE
E
ST
Total
CADD
Coordination of sub-consultants
8.0
4.0
4.0
0 0 0 0 0 0
N 0 0 0 0
Utility coordination
8.0
16.0
0.0
Prepare Utility Sheets
0.0
FC 130 Total
16
20
4
0
0
0
0
40
0
Arterial B
City of Round Rock
R & H JIANHOUR ESTIMATE
Sheet 1 of 2
Contract No.
Work Authorization No.
Rodriguez & Huggins, Inc
Arterial B Contract No.
City of Round Rock Work Authorization No.
R & H MANHOUR SUMMARY
Sheet 1 of 2
F.C. 110 ROUTE AND DESIGN STUDIES Manhours Rate Direct Labor
Project Manager 92 $37.50 $ 3,450.00
Senior Project Coordinator 110 $37.50 $ 4,125.00
Project Engineer 80 $37.50 $ 3,000.00
Senior Design Leader 40 $32.25 $ 1,290.00
Senior Engineer 18 $32.69 $ 588.42
Engineer 8 526.00 $ 208.00
Senior Tech / Analyst 176 $25.00 $ 4,400.00
Sub -total 524 $ 17,061.42
F.C. 120 ENVIRONMENTAL STUDIES Manhours Rate Direct Labor
Project Manager 32 $37.50 $ 1,200.00
Senior Project Coordinator 28 $37.50 $ 1,050.00
Project Engineer 0 $37.50 $ -
Senior Design Leader 0 $32.25 $
Senior Engineer 0 $32.69 $
Engineer 0 $26.00 $ -
Senior Tech / Analyst 16 525.00 $ 400.00
Sub -total 76 $ 2,650.00
F.C. 130 RIGHT OF WAY PLANS
Manhours
Rate Direct Labor
Project Manager 16 $37.50 $ 600.00
Senior Project Coordinator 20 537.50 $ 750.00
Project Engineer 4 $37.50 $ 150.00
Senior Design Leader 0 $32.25 $
Senior Engineer 0 $32.69 $
Engineer 0 526.00 $
Senior Tech / Analyst 0 $25.00 $
Sub -total 40 $ 1,500.00
F.C. 150 FIELD SURVEYS / MAPPING Manhours Rate Direct Labor
Project Manager 12 $37.50 $ 450.00
Senior Project Coordinator 4 $37.50 $ 150.00
Project Engineer 0 $37.50 $
Senior Design Leader 0 $32.25 $
Senior Engineer 0 $32.69 $
Engineer 0 $26.00 $
Senior Tech / Analyst 16 $25.00 $ 400.00
Sub -total 32 $ 1,000.00
Rodriguez & Huggins, Inc
ATTACHMENT D
City of Round Rock
Contract No.
Work Authorization No.
DIRECT
OVERHEAD
TOTAL
FIXED FEE
TOTAL
LABOR COSTS:
LABOR
155.00%
LABOR +OVHD
12.00%
COST
F,C. 110 ROUTE AND DESIGN STUDIES
$ 17,061 42
$ 26,445.20
$ 43,506.62
$ 5,220.79
$ 48,727.42
F.C. 120 ENVIRONMENTAL STUDIES
$ 2650.00
$ 4,107.50
$ 6,757.50
$ 810.90
$ 7,568.40
F.C. 130 RIGHT OF WAY PLANS
$ 1,500.00
$ 2,325.00
$ 3,825.00
$ 459.00
$ 4,284.00
F.C. 150 FIELD SURVEYS / MAPPING
$ 1,000.00
$ 1,550.00
$ 2,550.00
$ 306.00
$ 2,856.00
F.C. 160 ROADWAY DESIGN CONTROLS
$ -
$ -
$ -
$ - ,
$
F.C. 161 DRAINAGE
$ -
$ -
$ -
$ -
$ -
P.C. 162 SIGNING, MARKINGS, AND SIGNALIZATION '
$ -
$ -
$ -
$ -
$
F.C. 163 MISCELLANEOUS (ROADWAY)
$ -
$ -
$ -
$ -
$
F.C. 170 BRIDGE DESIGN
$ -
-
$ -
$ -
TOTALS
1-
$ 34,42770
$ 56,639.12
$ 6,796.69
0 $ 63,435.82
DIRECT COSTS:
EXPENSES:
RATE
QUANTITY
TOTAL
CADD
°o .
. . . . . . w .
Reproduction
Copies - 8.5" 0 11"
Copes -11 "x17"
Mileage
250
Airline Flight
Per Diem
Mail & Deliveries
5
TOTAL EXPENSES
$ 175.00
SUB - CONTRACTS:
TASK
TOTAL
Hicks & Co
Environmental
$ 9,497.43
S.A.M. , Inc
Surveys, Mapping & ROW
$ 125,692.50
Rabba Kistner
Gectechnical
$ 39,300.00
TOTAL SUB - CONTRACTS
$ 174,489.93
TOTAL DIRECT COSTS
$ 174,664.93
TOTAL COST $ 238,100.75
Rodriguez & Huggins, Inc
CITY OF ROUND ROCK NOTE: Copies of the endorsements listed
CERTIFICATE OF INSURANCE - below are not required as attachments
to this certificate.
The named contender shall not commence work until he/she has obtained the minimum insurance specified in Section II, below, and obtained the following endorsements:
The City of Round Rock as an Additional insured for coverages 3, 4 & 5, and s Waiver of Subrogation in favor of the City under coverages 2, 3, 4 & 5. Only
cettificates of insurance published by this City are acceptable as proof of Insurance. Commercial carries, certificates are unacceptable
SECTION I. IDENTIFICATION DATA:
1.1 Insured Contractor's Name:
1,2 Street/Mailing Address:
RODRIGUEZ & HUGGINS, INC.
11824 JOLLYVILLE ROAD SUITE 402
1.4: State: TEXAS
1.3: City: • AUSTIN
1.6: Phone: ( 512 ) 335 -1754
SECTION IL TYPE OF INSURANCE:
Type: Policy No.:
2. Workers' Compensation:
2.1 SBP1061369 2.2 7 -17 -98 2.3 7 -17-99 Statutory -Texas
Endorsed with a Waiver of Subrogation in favor of the City of Round Rock.
3. Commercial General Liability:
Bodily injury/ 3.1 3.2
Pro err damage
limit each 3 . 3 $300,000 combined single
P Y g limit e occurrence
and in the aggregate.
Endorsed with the City of Round Rock as an Additional Insured and endorsed with Waiver of Subrogation in favor of the City of Round Rock.
4, Texas Business Automobile Policy:
A. Bodily Injury: 4.1 4.2 4.3 $100,000 ea. person
$300,000 ea. occurrence
B. Property Damage 4.4 4.5 4.6 $50,000 ea. occurrence
Endorsed with the City of Round Rock as an Additional Insured and endorsed with Waiver of Subrogation in favor of the City of Round Rock.
5. Professional Liability Policy:
5.1 5,2 5.3
Endorsed with a Waiver of Subrogation in favor of the City of Round Ruck.
6. Umbrella Policy (if Applicable):
6.1
Mar -97
Effective date:
6.2
1.5: Zip: 78759
Expiration Date:. Limits of Liability
not less than:
6.3 $
SECTION III - CERTIFICATION:
This Certificate of insurance neither affirmatively or negatively amends, extends, or alien the coverage etrorded by the above insurance policies issued by the
insurance company named below.
Cancellation of the instance policies shell not be made until THIRTY DAYS AFFER the undersigned agent or his/her company has sent written notices by certified mail
to the contractor and the City of Round Rock
THIS IS TO CERTIFY to the City of Round Rock, that the insurance policies above met all the requirements stipulated above and such 1M 'cies are in full force and effect
7.1. Name of Insurance Co.: 8.1: Name of Authorized Agent
CARL BURTON INS AGENCY
TEXAS WORKERS COMPENSATION FUND
7.2 Company Address:
P.O. BOX 12058
7.3 City:
AUSTIN
7.4: Slate
TEXAS
7.5: Zip
78711
8.2 Agent's Address
9410 B ANDERSON MILL ROAD
8.3 City
AUSTIN
8.4 Stale
TEXAS
% 1A
ern ins, /foemsg
NOTE: Copies of the endorsements listed
below are not required as attachments
to this certificate.
The named contractor shall not commence work until Ire /sire has obtained the minimum insurance specified in Section II, below, and obtained the following endorsements:
The City of Round Rock as an Additional insured for coverages 3, 4 & 3, and a Waiver of Subrogation in favor of the City under coverages 2, 3, 4 & S. Only
certificates of insurance published by this City are acceptable as proof of Insurance. Commercial canters certificates are unacceptable
SECTION L IDENTIFICATION DATA:
1.1 Insured Contractor's Name: RODRIGUEZ & HUGGINS, INC.
1.2 Street/Mailing Address:
1.3: City: s
7.2 Company Address:
P.O. BX0 75374
7.3 City:
DALLAS
Mar - 97
AUSTIN
1.6: Phone: ( 512 )
SECTION IL TYPE OF INSURANCE:
Type: Policy No.:
CITY OF ROUND ROCK
CERTIFICATE OF INSURANCE
335 -1754
11824 JOLLYVILLE ROAD SUITE 402
1.4: State: TEXAS
Effective date:
6. Umbrella Policy (if Applicable):
6.1 6.2 6.3
1.5: Zip:
78759
Expiration Date: Limits of Liability
not less than:
2. Workers' Compensation:
2.1 2.2 2.3 Statutory
Endorsed with a Waiver of Subrogation in favor of the City of Round Rock.
3. Commercial General Liability:
Bodily injury/ 3.1 CPP1993565 3.2 3 - 12 - 99
3.3 3 - -
Property damage
limit e 00 combined single
limit each occurrence
and in the aggregate.
Endorsed with the City of Round Rock man Additional Insured and endorsed with Waiver of Subrogation in favor of the City of Round Rock.
4. Texas Business Automobile Pol�
A Bodily Injury: 4.1 CPPl 565 4 2 3 -12 -99 3 -12 -00
4.3 5100,000 ca, person
B Property Damage 4.4 CPP1993565 4 5 3 - 12 - 99 3 -12 -00 5300,000 ea. occurrence
4.6 $50,000 ea. occurrence
Endorsed with the City of Round Rock man Additional Insured and endorsed with Waiver of Subrogation in favor of the City of Round Rock.
5. Professional Liability Policy:
5.1 5.2 5.3
Endorsed with a Waiver of Subrogation in favor of the City of Round Rock.
SECTION III - CERTIFICATION:
This Ce.Ulletle of Immune* neither affirmatively or negatively amends, extends, or alln the coverage afforded by the above insurance policies issued by the
Imuraoce company named below.
Cancellation of the instance policies shall not be made until THIRTY DAYS AFTER the undersigned agent or his/her company has sent written notices by certified nail
to the connector and the City of Round Rock
11115 IS TO CERITFY to the City of Round Rock, that the immense policies above met all the requirements stipulated above and such policies are in full force and effect.
7.1. Name of Insurance Co.:
UTICA LLOYDS OF TEXAS
1 7.4: State 7.5: 715p374
TEXAS 1
8.1: C Nat_ ate Vi tton,.ed AeetitGENCY
AKL BURTOhT I1�
8.2 Agents Address
9410 B ANDERSON MILL ROAD
8.3 AI TIN
1 8.4 f ;7CAS
1 8.5 Zip 78729
con insitonnsil
DATE: May 7, 1999
SUBJECT: City Council Meeting — May 13, 1999
ITEM:
13.B.12. Consider a resolution authorizing the Mayor to execute an
agreement with Rodriguez and Huggins, Inc. for engineering
services to establish the alignment of Arterial B from US 79 to south
of Louis Henna Boulevard, prepare a schematic, monument the
alignment, and prepare right of way documents for up to five critical
parcels at a cost of $238,100.75. The City has identified a need to
establish the alignment for Arterial B from US 79 to south of Louis
Henna Boulevard. Several tracts of land upon which this arterial will
be located are moving through the platting and development process.
Additionally, there are several locations where right of way for this
road needs to be purchased in the near future. This agreement will
provide the engineering design and right of way documents necessary
to allow the orderly development of land along the route of Arterial B.
Staff recommends your approval of this agreement. Staff Resource
Person: Jim Nuse, Public Works Director.
Mayor
Robert A. Stlaka. Jr.
Mayor Pro-tem
Martha A. Chavez
Council Members
Tom Nielson
Earl M. Hairston
Rick Stewart
Earl Palmer
Jimmy Joseph
City Manager
Robert L Bennett, Jr.
City Attorney
Stephan L Sheers
October 7, 1999
Mr. Billy L. Huggins
Rodriguez & Huggins, Inc.
11824 Jollyville Rd., #402
Austin, Texas 78759
Dear Mr. Huggins:
221 East Math Street
Round Rock, Texas 78664
512 -218 -5400
The Round Rock City Council approved Resolution No. R- 99- 05- 13 -13B12 at their
regularly scheduled meeting on May 13, 1999. This resolution approves the contract to
establish the alignment of Arterial B from US79 to south of Louis Henna Boulevard,
preparation of a schematic and preparation of right -of -way documents.
Enclosed is a copy of the resolution and contract for your files. If you have any
questions, please do not hesitate to contact Tom Word at 218 -5555.
Sincerely,
anne Land
Assistant City Manager/
City Secretary
Enclosures
Fax: 512- 218 -7097
O`aind
1 -800- 735 -2989 TDD 1- 800 - 735 -2988 Voice
www.ci.round- rock.tx.us