R-99-05-13-13B13 - 5/13/1999't � t 1,/, t ff
1 1 Qr"....M
- -'1 CITY OF ROUND ROCK
ui//e
Mayor
Robert A. Sslaka, Jr.
Mayor Pro-tern
Murtha A. Chaves
Council Members
Tom Nierron
Earl M. Hairston
Rick Stewart
Earl Palmer
Jimmy Joseph
City Manager
Robert L Bennett, Jr.
City Attorney
Stephan L Sheets
October 7, 1999
PBS & J
206 Wild Basin Road, Ste. 300
Austin, Texas 78767
Dear Sirs:
221 East Main Street
Round Rock, Texas 78664
512- 218 -5400
The Round Rock City Council approved Resolution No. R- 99- 05- 13 -13B13 at their
regularly scheduled meeting on May 13, 1999. This resolution approves the contract for
design improvements on Chisholm Trail at RM 620 and along RM 620 @ II-1-35 to
Chisholm Trail.
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,
hold-
oanne Land
Assistant City Manager/
City Secretary
Enclosures
Fax 512. 218 -7097
1- 800 - 735 -2989 TDD 1- 800.735 -2988 Voice
www.ci.round- rock.tx.us
RESOLUTION NO. R- 99- 05- 13 -13B13
WHEREAS, the City of Round Rock desires to retain engineering
services for design improvements on Chisholm Trail at RM 620 and along
RM 620 at IH 35 to Chisholm Trail, and
WHEREAS, PBS &J has submitted a contract to provide said services,
and
WHEREAS, the City Council desires to enter into said contract
with PBS &J, 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 PBS &J, for design improvements on
Chisholm Trail at RM 620 and along RM 620 at IH 35 to Chisholm Trail,
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.
RESOLVED this 13th day of May, C / CULPEIPE7, /Mayor
NE LAND, City Secretary
K: \WP➢OCS \R5SOLUTI \R9O513B.13/ eg
City of Round Rock, Texas
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
PBS&J, having its principal business address at 206 Wild Basin Road, Ste. 300, Austin, Texas
71311.C9 7 8767, 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:
Preparation of plans, specifications, estimates, and right of way documents for the widening
of Chisholm Trail to include sidewalks and a right turn lane at RM 620; an emergency drive
under the Union Pacific Railroad; and property and topographic surveying on RM 620 from
IH 35 to Chisholm Trail.
pbs&j599 /speclw
AGREEMENT
NOW, THEREFORE, the City and the Engineer, in consideration of the mutual covenants
and agreements herein contained, do hereby mutually agree as follows:
ARTICLE 1
SCOPE OF SERVICES TO BE PROVIDED BY CITY
The City will furnish items and perform those services for fulfillment of the Contract as
identified in Attachment A - Services to be Provided by the City, attached hereto and made a part
of this Contract.
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, 2000 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
$ 114,737.39 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.
pbs&j599 /speclw
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
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.
engcontrt. wpdi,peclw
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.
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.
ARTICLE 9
ADDITIONAL WORK
If the Engineer is of the opinion that any work it has been directed to perform is beyond
the scope of this Contract and constitutes extra work, it shall promptly notify the City in writing.
In the event the City finds that such work does constitute extra work and exceeds the maximum
amount payable, the City shall so advise the Engineer and a written supplemental agreement will
be executed between the parties as provided in Article 11. The Engineer shall not perform any
proposed additional work or incur any additional costs prior to the execution, by both parties, of
a supplemental agreement. The City shall not be responsible for actions by the Engineer or any
costs incurred by the Engineer relating to additional work not directly associated with the
performance of the work authorized in this Contract or as amended.
engconmArimllspectw
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.
eogcotrc.wpdispe«w
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.
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.
engcontrc.wpd/spectw
No subcontract relieves the Engineer of any responsibilities under this Contract.
ARTICLE 15
EVALUATION OF WORK
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 final report is issued. The City's comments on the Engineer's preliminary report will be
addressed in the final report.
ARTICLE 17
VIOLATION OF CONTRACT TERMS /BREACH OF CONTRACT
Violation of Contract terms or breach of contract by the Engineer shall be grounds for
termination of the Contract and any increased cost arising from the Engineer's default, breach of
contract or violation of contract terms shall be paid by the Engineer.
ARTICLE 18
TERMINATION
The Contract may be terminated before the stated termination date by any of the following
conditions.
(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
engcontrc.,pmsa«w
(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.
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.
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.
engcontrc.wp&speCtw
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.
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.
engconlrc.wpd/speclw
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.
ARTICLE 29
SUCCESSORS AND ASSIGNS
The Engineer, and the City, do hereby bind themselves, their successors, executors,
administrators and assigns to each other party of this agreement and to the successors, executors,
administrators, and assigns of such other party in respect to all covenants of this Contract. The
Engineer shall not assign, subcontract or transfer its interest in this Contract without the prior
written consent of the City.
ARTICLE 30
SEVERABILITY
In the event any one or more of the provisions contained in this Contract shall for any
reason, be held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality,
or unenforceability shall not affect any other provision thereof and this Contract shall be construed
as if such invalid, illegal, or unenforceable provision had never been contained herein.
engcontrc.wpd/speclw
Page 10 of 13
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.
engconvc.wpd/spectw
ARTICLE 31
PRIOR CONTRACT SUPERSEDED
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:
engconvc.wpd/speclw
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
ARTICLE 32
NOTICES
Engineer: PF36
Attn.: 016. Aryl $, Son
2o 6 LJ0d f3asl.i Road Su/fie 300
Page 12 of 13
AvsNo lX 7 814-6
The undersigned signatory or signatories for the Engineer hereby represent and warrant
that the signatory is an officer of the organization for which he or she has executed this Contract
and that he or she has full and complete authority to enter into this Contract on behalf of the firm.
The above - stated representations and warranties are made for the purpose of inducing the City to
enter into this Contract.
IN WITNESS HEREOF, the City and the Engineer have executed these presents in duplicate.
THE ENGINEER
By
Signature ,
Printed Name
AtC U o ICC P,. - 5 ,r)C•u - r
Title
7 / �
Date
City of Round Rock
By:
Charles Culpepper, Mayor
LIST OF ATTACHMENTS
engcontrc.wpd/speclw
ARTICLE 33
SIGNATORY WARRANTY
7
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
The undersigned signatory or signatories for the Engineer hereby represent and warrant
that the signatory is an officer of the organization for which he or she has executed this Contract
and that he or she has full and complete authority to enter into this Contract on behalf of the firm.
The above - stated representations and warranties are made for the purpose of inducing the City to
enter into this Contract.
IN WITNESS HEREOF, the City and the Engineer have executed these presents in duplicate.
THE ENGINEER
By
Signature
Printed Name
Title
Date
City of • • d R,
By: L J
Charles ulpepp -r, .7Y,, yor
LIST OF ATTACHMENTS
engcontro.wPdAl.d.
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
EXHIBIT A
SS_ CES TO BF. PROVIDED BY THE ITY OF ROU RO K
The City of Round Rock will furnish to the Engineer the following items/information:
engcontrc.wpd/spectw
engcontrc.wpd/speciw
EXHIBIT B
SERVICES TO RE PROVIDED RV THE ENGINEER
GENERAL
ATTACHMENT B
CHISOLM TRAIL IMPROVEMENTS
SERVICES TO BE PROVIDED BY THE ENGINEER
(revised 4/7/99)
The Scope of Service to be provided consists of the reconstruction of Chisolm Trail in Round
Rock, Texas between FM 620 and Brushy Creek in order to move traffic more effectively through
the intersection of FM 620 and Chisolm Trail. Improvements may include a forced right turn lane
onto FM 620 to be added to the southbound lane. The existing section is a 2 -lane roadway with
curb and gutter with storm drainage handled partially in ditches and partially through flow in the
street to outfall into Brushy Creek. The project is located adjacent to the "Cows in the Creek
Exhibit Area ", and will include roadside sidewalks in the area west of Chisolm Trail between
Chisolm Trail and the Railroad right -of -way. Additionally, an emergency drive will be added
adjacent to Brushy Creek to connect Chisolm Trail to the existing parking lot on the west side of
the Railroad right -of -way. Survey information will be obtained for this project and also for the
portion of FM 620 between the UP Railroad and IH35. Design and drawings will be in English
units and plans will be produced on 11"x17" sheets. Design will be in accordance with City of
Austin specifications and standards.
Function Code 110 Route and Design Studies.
A. Develop Roadway Design Criteria.
B. Gather data concerning existing improvements (plans, studies, records) and utilities.
C. Create TIN files from survey files
D. Conduct a traffic signal warrant analysis at the intersection of FM 620 and Chisolm
Trail to determine the traffic volumes and traffic patterns. See Function Code 162.
E. Develop typical sections.
F. Develop preliminary Roadway Design Schematic to be used in the 15% review. This
will be a conceptual drawing only to determine possible options for traffic movement
improvements based on geometric constraints and information obtained in the traffic
analysis, the extent of roadway reconstruction, preliminary ROW restrictions and
preliminary ROW requirements, and conceptual traffic control. Detailed layout will
be produced in Fcn Code 160. Drawing will be produced on a scroll at a 1 " =50'
scale.
G. Meet with the City of Round Rock Parks Director to develop a conceptual plan for
roadside sidewalks to be located to the west of Chisolm Trail.
H. Propose alternatives for emergency drive paving materials.
\\A115 TECHFS1\ Pfd J ECTSTROJECTS VK1\PS90745WHI9YAi\SH7745CHIT MITTACH 8r1 .dx
Geotechnical Testing and Analysis
1. Chisolm Trail.
a. Four (4) borings to maximum depth of five feet in the proposed roadway
areas, four (4) HMAC cores of the existing pavement will be taken at the
roadway borings, and one (1) boring to the five foot depth will be taken at
the proposed emergency drive area.
b. Existing conditions, strength and index properties, and characteristics of the
materials will be determined by appropriate laboratory tests on selected
samples. The information obtained by our field exploration and laboratory
investigations will be used in engineering studies to establish geotechnical
design and construction criteria for the pavements. Pavement thicknness
recommendations will be developed in accordance with the City of Round
Rock pavement design criteria.
c. Traffic control will be provided by the geotechnical ENGINEER.
d. Underground utilities will be located by others.
II. Function Code 120 Social, Economic and Environmental Studies, and Public
Involvement
Fish and Wildlife Service (Federal Regulations)
Clean Water Act Section 404 Permit
Construction of the proposed Chisolm Trail improvements may require a 404 permit. To
evaluate permit needs (if any) PBS &J ecologists will coduct a site visit to determine
whether any waters of the U.S., including wetlands, under the jurisdiction of the U.S.
Army Corps of Engineers (USACE) occur in the study area (study area estimated at
approximately 3 acres) for the proposed roadway improvements on Chisholm Trail. The
results of the site visit will be documented in a brief technical memorandum. The
memorandum will also include a brief discussion of Clean Water Act Section 404
permitting requirements, if applicable. For example, if the proposed activities would be
authorized under a Nationwide Permit, the procedure for obtaining that authorization will
be described. Actual permit application preparation and submittal, if required, would be
considered an additional scope of work.
PBS &J ecologists will also review the geologic mapping prepared as part of the WPAP
(see State Permits, below) to determine whether any features in the project area may be
suitable as habitat for endangered karst species. If no further investigations are warranted
based on this review, a brief technical memorandum will be prepared to this effect. If a
biological investigation is warranted, a recommendation will be made for accomplishing
this task as a separate scope of work. Coordination with a subcontractor experienced in
the identification of endangered karst species and coordination with the U.S. Fish and
Wildlife Service regarding the endangered species issue will also be handled as a separate
scope of work, if required.
Note: The estimated project area subject to ground disturbance during construction is less
than 4 acres. Therefore, an NPDES Stormwater Pollution Prevention Plan (SWPPP) for
Construction Activities is not required for this project.
\\XS TECHFSI\ PRJ ECTS\ PRoJELTS\ 14( 7\ F930745 \CHIM11 \90745CHISCUMTTACH Bri.it
Texas Natural Resource Conservation Commission (State Regulations)
The proposed project is located over the Edwards Aquifer Recharge Zone. Therefore, a
Water Pollution Abatement Plan (WPAP) is required for this project. The following tasks
outline the effort to prepare the WPAP application.
I. PBS &J's hydrogeologist will conduct a geologic assessment of the project site. The
state rules for this assessment require the investigation to include Brushy Creek for a
distance of one -half mile downstream of the project site. The field investigation is
expected to take a full day, unless significant recharge features are found which
would require additional detailed assessment. A brief report will be prepared that
includes required elements of the geologic assessment as identified by TNRCC
guidelines. This report will identify the potential recharge features located on the
project site and the need (if any) for stormwater runoff controls that would prevent
impacts of this project on the groundwater.
2. The WPAP application forms will be prepared that present drainage maps,
construction plans, details, and calculations. The Engineer will complete the
application forms and attach the construction plans as needed to satisfy the WPAP
submittal requirements. One meeting is planned to present the application to the
TNRCC and to answer questions as needed.
III. Function Code 130 Right of Way Data
A. The limits of survey are for Chisolom Trail between FM 620 and Brushy
Creek, FM 620 between IH 35 southbound frontage road, and approximately
200' to the west of the UP Railroad near Chisolm Trail, and the railroad
right -of -way on the west side of the project.
13. Deed research to determine the current landowners of the affected parcels at
FM 620 only. Parcels on Chisolm Trail will be provided by the City.
C. Perform boundary surveys of those tracts on FM 620 to determine their
locations.
D. Perform boundary surveys of the newly purchased sites on Chisolm Trail
(maximum of four sites). The City will provide deeds for the tracts.
Establish current survey. Partition tracts for Right -of -Way and for "Cows in
the Creek" exhibit area.
E. Calculate location of new right -of -way in relation to those tracts
F. Set iron rods at all property lines takings and set concrete monuments with
cap at all PCs and PTs for the new taking.
G. Prepare written descriptions for the land acquisitions, including sketches
H. Obtain TxDOT strip map on FM 620. Locate and verify property corners
from TxDOT strip map.
I. Resolution of boundary conflicts, title runs on the subject tracts, and
easement research is not included.
IV. Function Code 150 Field Surveying , Topography and Planimetrics
A. Locate all obvious and visible planimetric features within the rights -of -way and
fifteen feet outside of the right -of -way as listed above. These planimetric
features include and are not limited to location of curb and gutter, driveways,
\W15 TECHFS1WmJECtsWRNECTS\ 1\ 1745\CH[9:1M520745CHIM ATTACH Sri .cbc
power poles, utilities, manholes, railroad tracks, traffic control features, and
drainage pipes.
B. Locate and obtain flow lines of all wastewater and storm manholes.
C. Locate geotechnical bore holes.
D. Obtain sufficient elevations in the project area to prepare a one foot contour
interval map. This information is not required in the "Cows in the Creek" exhibit
area.
E. Provide a digital terrain model in digital format and a planimetric drawing of all
planimetric features.
F. The project will be performed in State Plane Coordinates based on the NAD
1983 datum utilizing NGS marks in the area. Vertical datum will be based on
NAVD 1988 vertical datum. The drawing will be provided on surface distancesl
G. Assumptions:
I . Location of underground utilities will be handled by others and is not
included in this scope of services.
2. Any owner research as to name and address, phone numbers, and permission
to survey will be handled by the City of Round Rock.
V. Function Code 160 Roadway Design Controls
PRELIMINARY DESIGN PHASE (30 %)
A. Prepare Schematic Layout(s) to be used in the 30% review. Layout will be produced
on a scroll at a 1 " =50' scale. Layout will include:
1. Proposed preliminary horizontal and vertical alignment. The degree of
horizontal curves and vertical curve data will be shown.
2. Traffic control will be addressed in function code 163.
3. Confirmation of proposed ROW limits. A GEOPAK computer tape will be
provided to verify ROW requirements.
4. Proposed construction easements.
5. Proposed slope easements.
6. Utility conflicts
7. Direction of traffic flow
8. The geometries of speed change (acceleration, deceleration, climbing) lanes.
9. Driveway locations (for the "Cows in the Creek" exhibit area west of Chisolm
Trail). Coordinate with City's Park Director, Engineer and Architect.
10. Location of emergency drive adjacent to Brushy Creek.
B. Prepare typical sections
C. Prepare preliminary design cross sections in order to determine slope and
construction easements required.
D. Prepare preliminary pavement design. See Function Code 110.
FINAL DESIGN PHASE
A. The following design standards shall be used:
1. City of Austin Transportation Manual
2. City of Austin Drainage Manual
3. City of Austin Specification
4. City of Austin Environmental Manual
5. 1TE Guidelines for Urban Major Street Design
6. As needed, the additional design standards shall by used:
a. AASHTO A Policy on Geometric Design of Highways and Streets
\\N6_TEcHFS1'p0.QIECTS'PR JECTS \IK1 \P T45\cHIm \983745SHISOLMATTPoH to .dz
b. TxDOT Highway Division Operations and Procedures Manual
c. TxDOT Texas Manual on Uniform Traffic Control Devices for Streets and
Highways
d. TxDOT Storm Water Management Guidelines for Construction Activities
e. TxDOT Standard Sheets as applicable
B. Prepare final design sections.
C. Perform final geometric design for horizontal and vertical layout. Design will be
performed using Microstation and GEOPAK. A scale of 1 "= 50'will be used.
D. Prepare all earthwork analysis. A computer tape in GEOPAK will be furnished
containing original design sections and original cross sections. A plot will also be
furnished showing design cross sections and original cross sections.
E. Grading design will be performed.
F. Prepare final Plans, Specification and Estimates (PS &E) package, which will be
complete and suitable for bidding and award of a construction contract. Plans will be
prepared on 11 "x17" sheets. Specific items to be included in this package include:
1. A title sheet
2. A project layout sheet(s) A scale of 1" =100' will be used
3. Typical Sections
4. General notes and Specification Data
5. Summary Sheets
6. SW3P (addressed in Function Code 161)
7. Traffic Control Plans (addressed in Function Code 163)
8. Roadway Plan and Profile sheets. A scale of 1 " =50' will be used.
9. Intersection Layouts
10. Roadway /Sidewalk Details
11. Driveway Details
12. Emergency Vehicle Drive horizontal layout
13. Emergency Vehicle Drive Details (including OPT -COM crash gate)
14. Pavement markings and signage sheets (addressed in Function Code 162)
15. Drainage Area map (addressed in Function Code 161)
16. Hydraulic Data sheets (addressed in Function Code 161)
17. Drainage Plan and Profile sheets (addressed in Function Code 161)
18. Culvert Cross Sections and Details (addressed in Function Code 161)
G. Soil borings, analysis, and recommendations have been addressed in Preliminary
phase, Function Code 110.
H. Pavement design has been performed in Preliminary Phase, Function Code 110.
VI. Function Code 161 Drainage
A. Data Collection and Existing Report Evaluation
The ENGINEER will obtain from the City of Round Rock available information on
existing drainage patterns and systems in and adjacent to the project site. The City
will provide available drainage area maps and existing drainage system record
drawings. The ENGINEER will attend one meeting with the City of Round Rock
Public Works personnel to obtain guidance on project scope, objectives, and design
constraints. Additional meetings will be attended as necessary, however additional
services may be required.
\\H15 1 \ 745\CHI9]14\927745CHIM ATTPLH Sr1.dx
The ENGINEER shall obtain available studies and support information from
agencies such as Federal Emergency Management Agency (FEMA), Corps of
Engineers (COE), Texas Department of Transportation (TxDOT) and City of Round
Rock. See Scope Item F, Permitting, for more discussion on data collection needs.
B. Hydrology, Hydraulics, and Water Quality Analyses
Hydrologic and hydraulic analyses will be conducted to determine design flow rates,
water quality treatment volumes, stormwater conveyance system capacities and
related design requirements for the project area. Brushy Creek flows are not included
in the hydrology and hydraulics. The calculations and design criteria for stormwater
conveyances and treatment will be based on the City of Austin Drainage and
Environmental Criteria Manuals.
Drainage areas will be determined using the project survey data, city records, and
U.S.G.S. maps for the area. A drainage area map with runoff computations will be
prepared. A hydrology technical memo will be prepared documenting the
methodologies, input data, results and conclusions.
C. Meetings and Coordination
The Engineer has budgeted for the following project meetings to discuss drainage
issues:
• One meeting with City of Round Rock Public Works at the beginning of the
project,
• One meeting with TNRCC staff to present WPAP application
D. Plans, Specifications and Construction Cost Estimates (30 -,60 -, 90 -, 100%
submittals)
30% Submittal
1. The Engineer will submit the layout of drainage area map and drainage system
plan and profile sheets.
2. Preliminary Hydrologic /Hydraulic Technical Memo.
3. Drainage calculations will be prepared and preliminary stormwater conveyance
system capacities will be shown on the construction plans.
4. A preliminary estimate of probable construction cost for major drainage system
components will be submitted.
5. Identify the need for any stormwater treatment facilities based on City of Austin
Criteria or TNRCC Rules for development over the Edwards Aquifer (see
Function Code 120, State Regulations). The Engineer assumes that for this
project, only temporary stormwater controls (i.e. sediment barriers, etc.) are
required for this project. If permament controls are needed to satisfy permit
requirements, PBS &J will prepare a request for an exemption from state
requirements for permanent water quality controls. If the exemption is denied,
preparation of permanent control designs will be an additional service.
6. Identify any drainage system special provisions and /or special specifications.
\\Atn TECHFS1VR OJECTSVROECTSVIC1 \F597745\cHISC M\597745La1B)LWTACH Br1.dx
60% Submittal
1. The Engineer will prepare updated drainage system plan sheets and provide
preliminary design of drainage system details. Details will include temporary
erosion and sedimentation (e -s) controls for the construction activities. The
locations of e -s controls will be shown on the drainage plan sheets.
2. Update of Preliminary Hydrologic /Hydraulic Technical Memo.
3. The drainage system cost estimates will be updated to include costs for
components identified in the details.
4. A preliminary draft of the technical and special specifications will be submitted.
90% Submittal
1. The Engineer will prepare complete drainage system designs and specifications.
2. An estimate of the total drainage system construction cost will be submitted.
3. Final Hydrologic /Hydraulic Technical Memo
100% Submittal
1. The Engineer will incorporate final City comments and complete and seal
drainage system designs and specifications.
2. The Engineer will prepare the final estimates of the total drainage system
construction cost.
E. Drainage Permitting
FEMA Coordination
Based on the Flood Insurance Rate Map (FIRM), FEMA, September 27, 1991, this
project will include roadway improvements within the 100 -year floodplain of Brushy
Creek. The FIRM also shows a defined Floodway within the floodplain. The FEMA
requirements for this project will depend on the extent to which the proposed
facilities encroach on the floodplain and /or floodway. In any case, some level
coordination with the local floodplain administrator (and possibly the state's regional
office) will be necessary.
It is our understanding that the proposed improvements consist only of roadway
widening, and the existing low water crossing will not be altered. In this case,
floodplain encroachments are not significant, and we expect FEMA coordination will
consist of brief notification on the proposed project improvements for record
purposes. The Engineer will verify and use the most current Flood Insurance Study
(FIS) applicable to the project site. A letter that describes the project will be prepared
for the City to submit to the local floodplain administrator (if necessary). Additional
FEMA coordination needs will be reported to the City as they arise. However,
documentation and coordination beyond the minimum effort described above may
require additional services.
VII. Function Code 162 Signing, Marking and Signalization
A. Perform an intersection evaluation at FM 620 and Chisolm Trail.
1. Obtain peak hour turning movement counts
TECHFS1WA'JECTSWLAIECTSVIC1 F56:1745 \CHISAY1\981745CHI5UATTACH Br1 .dc
2. Insert geometric improvement alternatives into Highway Capacity Software
(HCS) and run LOS analysis on improvements using existing signal phasing to
determine if acceptable LOS is obtained.
3. If acceptable LOS is not obtained, an analysis of the system will be required. As
this service is not desired, it is not included in this scope of services, and if required,
it will be additional services.
B. Prepare a Signal Layout/Quantity sheet
C. Prepare Signings and Markings Layout. A scale of 1 " =50' will be used.
D. Prepare Summary of Small Signs Tabulation
E. Prepare Sign Detail Sheets.
F. Contact local utility company for adjustment of overhead utility lines.
G. Prepare governing specifications and special provisions list.
H. Prepare project estimates.
VIII. Function Code 163 Miscellaneous Roadway.
PRELIMINARY DESIGN PHASE (30 %)
A. Preliminary Traffic Control plan, Detours and Sequence of Construction plan. Plan
will consist of a horizontal layout on a scroll drawing at a 1 "= 50'scale. Typical
sections will be included
B. Calculate Quantities and Prepare Preliminary Cost Estimate.
C. Utility Coordination. The ENGINEER will determine owners and addresses of all
existing utilities within project limits.
D. The ENGINEER will distribute prints of the project layout to various utility
companies to determine which utilities are in the limits of the project. Further
coordination with utilities is included in the Final Design Phase.
E. The ENGINEER will distribute a print of the project to the UP Railroad.
F. The ENGINEER will coordinate with and meet the UP Railroad and the City of
Round Rock to discuss requirements for the emergency vehicle drive proposed to
cross the railroad right -of -way and extension of planking and modification of signals
at the proposed right turn lane.
FINAL DESIGN PHASE
A. Traffic Control Plans. A detailed TCP will be prepared for inclusion in the
construction plans. A scale of 1 " =50' will be used. The following items will be
included on the TCP:
I. The sequence of construction and method of handling traffic during each phase
of construction.
2. The existing and proposed traffic control devices that will be used to handle
traffic during each phase of construction. Includes signals, regulatory signs,
warning signs, guide signs, route markers, construction pavement markings,
channelizing devices, portable changeable message signs, flashing arrow boards,
barricades, barriers, etc.
3. The proposed traffic control devices (stop signs, signals, flagperson, etc) at grade
intersections during each construction sequence.
4. Where detours are provided, typical cross sections shall be shown
5. Road construction work hours shall be developed after the analysis of the traffic
volumes has been performed.
B. Utility Agreements shall be performed by City of Round Rock.
C. The ENGINEER shall provide Exhibits for Utility Agreements
\\PUS TECHFS1\ PROJECTS \pROJECr5 \HCAP;e0745 \cHisa TSB0745CBI50n&rrACH Br1.dx
D. Railroad Agreements shall be performed by the ENGINEER and submitted by the
City of Round Rock.
E. The ENGINEER shall provide Exhibits for Railroad Agreements
F. Specifications and General Notes. Confirm applicability of City of Austin Standard
Specifications and identify any Special Provisions or Special Specifications required.
Confirm General Notes required from listing of General Notes provided by TxDOT.
G. Calculate quantities and prepare cost estimates at 60 %, 90% and 100 %.
IX. Code 200 Project Management
A. The ENGINEER will provide a Texas Registered Professional Engineer to serve as
project manager and to be responsible for all coordination and communication,
including billing, with the City of Round Rock's Project Engineer.
B. The ENGINEER'S project manager will coordinate with all subconsultants.
C. Meetings with City of Round Rock will include one initial coordination meeting, one
15% Submittal review /Coordination meeting, one 30% review /Coordination
meeting, and 60 %, 90% and 100% submittal review meetings
D. The ENGINEER shall prepare a schedule for the project and update as necessary.
E. Prepare meeting minutes of City of Round Rock meetings
F. Meet with TxDOT for a Kickoff meeting and for a 90% submittal review meeting.
\\ALS 1FCHFSAPR7 JECTSTROJEC15V K1\ R60745 \CHEMIN\190745CHISOU9TfACH Bri.dx
PRELIMINARY DESIGN PHASE DELIVERABLES
15% Review
1. One scroll drawing of preliminary horizontal and vertical alignment for City of Round Rock
review (roadway design schematic function code 110).
30% Review
1. One scroll drawing of preliminary horizontal and vertical alignment for City of Round Rock
review
2. One scroll drawing of preliminary construction phasing/traffic control plan.
3. One drainage area map.
4. One preliminary hydrologic /hydraulic technical memo
5. One Geotechnical report including pavement design
6. One preliminary cost estimate.
7. One print of project layout to be distributed to utility companies by ENGINEER.
8. One print of project layout to be distributed to the UP railroad by ENGINEER.
9. One Roadway Design Criteria.
10. One Preliminary Schedule
FINAL DESIGN PHASE DELIVERABLES
60% Review
I. Three (3) sets of 11 "x 17" drawings to include: Roadway plans, details and cross sections,
traffic signal layout, storm drainage plans, SW3P, traffic control /construction sequencing,
pavement markings and signage
2. Update of hydrologic /hydraulic technical memo
3. 60% construction cost estimate
90% Review
1. Three (3) sets of 1 I"x 17" drawings to include: Roadway plans, details and cross sections,
traffic signal layout, storm drainage plans, SW3P, traffic control /construction sequencing,
pavement markings and signage
2. Final hydrologic /hydraulic technical memo
3. 90% construction cost estimate
4. A list of Special Provisions and General Notes
5. Special specifications as needed
6. Submit plans to TxDOT.
100% Review
1. One final signed and sealed set of 11 "x17' mylar drawings and one (1) original Bid Package
to include the special specifications and special provisions to the specifications.
2. One (1) electronic file of drawings on a 3.5" discette or a CD ROM.
3. 100% cost estimate
4. 15 sets of plans and bid packages for bidding.
\' m_ TECiFS1N PR CJECrs\PROJECTS\Ho \PS3745 \C111s U1\980745CNIS LAITTPDi Br1.dx
A't"TA�NM�r�1T G
523 sm )n nn fiat else am 1
cM coma Mpraval t 7h.5113M9
alp—P,.......tm=uDon - Map -
:e a as s2sn9
ie uve ve S25n9
I 5 Tue 6115199
CeokcM1aic1T-9 T..
EvaloateeM Permit needs ue - '.
r are eoo emmeM report Tue 6n5199
ap cel c a. a Warta apay,. aK� Tue
1-1 OLAP ue
13 Sbmn ScM1emabc m Cp d R—Roc
1
5Y al—.1PRe.A. �k on]! -
111.
17 eveo 0%Pars —� ue 7-111
11 ee Tue .1a0
3 mn pe I -
21
Gl —RaakrevlewWl um
22 3 S.mwa M—P I d.,21 enP
Plisse o ue _1
l C�S.—Devekp 60%pans
25 OAP
NT-
V city of Round Ro.k rexew tot n
60%3ubmiva Warkahp I d, nn 1.1 1on1
d-
.—.p rs rpe tan9re9 -
3t are epeoficagors u 6n3rs9 - ',
T.
ra RR ENibik ue '.
Prepare Defry Ediibib 5da ue 011
35 6J ue 112'99
36 0%3ubmmal(cfty RR-d TROT) Iday En i1I5n9
37 Cook/1]LUTAeNew OtleK on 11/8199
90%ay--Revrnv WCrl.Aop 1d, -112259 1123
39 u I ase a ue i1a3n9
P" apeufiwewu ue
PR98J OCHP 3deK Tue - ',
21 1
%3ubmAel I d, Fd 1.10/99 -
Pmjept:ClvadmTral Task Pre em Summa ^ Rolk ...... RWe o em Prolecl5ummary
9 N tlUp SPR ... tlIIP Pr 9r
k.iM1u 5113n9 a letl Up Teak o dllp Milestone Q vema ass
Paget
PBS&J
Raba Kistner Brytest
ATTACHMENT D
FEE SUMMARY
City of Round Rock
Chisolm Trail Improvements
$128,137.39
$6,600.00
TOTAL FEE $134,737.39
95.10%
4.90%
K:1 Projects\ HK1\ P980745 \chisolmlchisolmfeerl.xls \Project Summary 5/7/99 2:13 PM
Sheet
No
Title
Scale
of
Sheets
Comments
Title Sheet
Sheet Index /General Notes
Project Layout
Typical Sections
Summary of Quantities
Summary of Roadway Quantities /Traffic & Erosion Control Quantities
Summary of Storm Drains and Drainage Structures /Summary Small Signs
Traffic Control Plans
Traffic Control Sequence of Construction Plans /Notes/Typical Sections
Traffic Control (City of Austin Standards)
Roadway
Roadway Plan and Profile Sheets
Intersection Layouts
Roadway /Sidewalk Details
Driveway /Emergency Drive Details
Emergency Drive Layout
Railroad Exhibits
Roadway Standards (City of Austin)
Signing and Pavement Markings Layouts
Signing and Pavement Markings Layouts
Signing Standards (City of Austin)
Illumination
Drainage
Drainage Area Map and Runoff Computations
Inlet/Storm Drain Computation Sheet
Storm Drain Plan /Profile Sheet (includes E -S controls)
Culvert Plan & Profile Sheet
Drainage Detail Sheet
Drainage Standards (City of Austin)
TOTAL NO OF SHEETS
1:100
1:50
---- -- ° ~---_. � -- ~- - �
ATTACHMENT D
PBSJ
City of Round Rock
Chisolm Trail Improvements
SHEET LIST
K:\ Projects\ HK1\ P9B0745 \chisolm \chisolmfeerl.xls \Sheet List
5/7/99 2:13 PM
Personnel
Classification
Hours
Hourly
Rate
Labor
Cost
Principal
10.00
$50.00
$500.00
Senior Staff III
190.00
$34.00
$6,460.00
Senior Staff II /RPLS
270.00
$30.00
$8,100.00
Project Staff II
398.00
$22.00
$8,756.00
Project Staff I
81.00
$17.00
$1,377.00
Tech
485.00
$22.00
$10,670.00
3 Man Crew
164.00
$35.00
$5,740.00
Clerical
28.00
$14.00
$392.00
Total
1626
$41,995.00
DIRECT LABOR COST
OVERHEAD (164.52 %)
EXPENSES
OPERATING MARGIN (12 %)
PBSJ
ATTACHMENT D
FEE SUMMARY
City of Round Rock
Chisolm Trail Improvements
$41,995.00
$69,090.17
$3,722.00
$13,330.22
z
K:1 Projects1HK11P9807451chisolm lchisolmfeerl.xls1 Fee Sumry 5/7/99 2:13 PM
Fen
Code
Description
Direct Labor
Cost
Overhead
164.52%
Operating Margin
12%
Total
Cost
110
Route and Design Studies
$7,544.00
$12,411.39
$2,394.65
$22,350.04
120
Social, Eco, Env, Public Inv
$2,104.00
$3,461.50
$667.86
$6,233.36
130
Right of Way Data
$3,000.00
$4,935.60
$952.27
$8,887.87
150
Field Survey and Photogrammelry
$5,820.00
$9,575.06
$1,847.41
$17,242.47
160
Roadway Design Controls
55,664,00
$9,318.41
$1,797.89
016,760.30
161
Drainage
$6,987.00
$11,455.01
$2,217.84
$20,699.85
162
Signing, Markings and Signalization
$2,548.00
$4,191.97
$808.80
$7,548.77
163
Miscellaneous Roadway
$4,788.00
$7,877.22
$1,519.83
$14,185.04
170
Bridge Design
$0.00
$0.00
$0.00
$0.00
200
Project Management
$3,540.00
$5,824.01
$1,123.68
$10,487.65
I' >jai: d jA'
541,995 00
$69,090.17
$13,330.22
ITEM
Unit
Quantitiy
Unit Price
Total
CADD Machine Time
Hour
286.2
$10.00
$2,862.00
Delivery Service
Each
8
520.00
$160.00
Travel - Mileage
Mile
400
$0.325
$130.00
Travel - Airfare
Each
1
$170.000
$170.00
GPS
Each
1
$400.000
$400.00
LABOR COSTS
DIRECT COSTS
ATTACHMENT D
PBSJ
City of Round Rock
Chisolm Trail Improvements
FUNCTION CODE FEE SUMMARY
TOT
K:\ Projects\ HK!\ P980745 \chisolmlchisolmteerl.xls \Fcn Code Fee Sumry 5/7/99 2:13 PM
Fcn
Code
Task
Description
Personnel
Classification
Hours
Rate
Total
110
Route Design Studies
Principal
0
$50.00
$0.00
Senior Staff III
36
$34.00
$1,224.00
Sr Staff II /RPLS
42
$30.00
$1,260.00
Project Staff II
152
$22.00
$3,344.00
Project Staff I
0
$17.00
$0.00
Tech
78
$22.00
$1,716.00
3 Man Crew
0
$35.00
$0.00
Clerical
0
$14.00
$0.00
Total
308
$7,544.00
120
Social, Economic, Env, Public Inv
Principal
0
$50.00
$0.00
Senior Staff III
1
$34.00
$34.00
Sr Staff II /RPLS
50
$30.00
$1,500.00
Project Staff II
16
$22.00
$352.00
Project Staff I
0
$17.00
$0.00
Tech
8
$22.00
$176.00
3 Man Crew
0
$35.00
$0.00
Clerical
3
$14.00
$42.00
Total
78
$2,104.00
130
Right of Way Data
Principal
0
$50.00
$0.00
Senior Staff III
0
$34.00
$0.00
Sr Staff II /RPLS
24
$30.00
$720.00
Project Staff II
0
$22.00
$0.00
Project Staff I
0
$17.00
$0.00
Tech
40
$22.00
$880.00
3 Man Crew
40
$35.00
$1,400.00
Clerical
0
$14.00
$0.00
Total
104
$3,000.00
150
Field Survey and Photogrammetry
Principal
0
$50.00
$0.00
Senior Staff III
0
$34.00
$0.00
Sr Staff II /RPLS
20
$30.00
$600.00
Project Staff II
0
$22.00
$0.00
Project Staff I
0
$17.00
$0.00
Tech
40
$22.00
$880.00
3 Man Crew
124
$35.00
$4,340.00
Clerical
0
$14.00
$0.00
Total
184
$5,820.00
ATTACHMENT D
PBSJ
City of Round Rock
Chisolm Trail Improvements
MANHOUR SUMMARY
K: 1Projects\ HK11 P980745\ chisolm \chisolmfeerl.xls \FcnCodeMH sumry
5/7/99 2:13 PM
Fcn
Code
Task
Description
Personnel
Classification
Hours
Rate
Total
160
Roadway Design Controls
Principal
0
$50.00
$0.00
Senior Staff III
16
$34.00
$544.00
Sr Staff II /RPLS
24
$30.00
$720.00
Project Staff II
72
$22.00
$1,584.00
Project Staff I
0
$17.00
$0.00
Tech
128
$22.00
$2,816.00
3 Man Crew
0
$35.00
$0.00
Clerical
0
$14.00
$0.00
Total
240
$5,664.00
161
Drainage
Principal
0
$50.00
$0.00
Senior Staff III
19
$34.00
$646.00
Sr Staff II /RPLS
45
$30.00
$1,350.00
Project Staff II
65
$22.00
$1,430.00
Project Staff I
81
$17.00
$1,377.00
Tech
91
$22.00
$2,002.00
3 Man Crew
0
$35.00
$0.00
Clerical
13
$14.00
$182.00
Total
314
$6,987.00
162
Signing, Markings and Signalization
Principal
0
$50.00
$0.00
Senior Staff III
14
$34.00
$476.00
Sr Staff II /RPLS
17
$30.00
$510.00
Project Staff II
35
$22.00
$770.00
Project Staff I
0
$17.00
$0.00
Tech
36
$22.00
$792.00
3 Man Crew
0
$35.00
$0.00
Clerical
0
$14.00
$0.00
Total
102
$2,548.00
163
Miscellaneous Roadway
Principal
0
$50.00
$0.00
Senior Staff III
36
$34.00
$1,224.00
Sr Staff II /RPLS
30
$30.00
$900.00
Project Staff II
52
$22.00
$1,144.00
Project Staff I
0
$17.00
$0.00
Tech
64
$22.00
$1,408.00
3 Man Crew
0
$35.00
$0.00
Clerical
8
$14.00
$112.00
Total
190
$4,788.00
ATTACHMENT D
PBSJ
City of Round Rock
Chisolm Trail Improvements
MANHOUR SUMMARY
K:\ Projects\ HK1 1P980745 \chisolm \chisolmfeerl .xls \FcnCodeMH sumry
5/7/99 2:13 PM
Fcn
Code
Task
Description
Personnel
Classification
Hours
Rate
Total
170
Bridge Design
Principal
0
$50.00
$0.00
Senior Staff III
0
$34.00
$0.00
Sr Staff II /RPLS
0
$30.00
$0.00
Project Staff II
0
$22.00
$0.00
Project Staff I
0
$17.00
$0.00
Tech
0
$22.00
$0.00
3 Man Crew
0
$35.00
$0.00
Clerical
0
$14.00
$0.00
Total
0
$0.00
200
Project Management
Principal
10
$50.00
$500.00
Senior Staff III
68
$34.00
$2,312.00
Sr Staff II /RPLS
18
$30.00
$540.00
Project Staff II
6
$22.00
$132.00
Project Staff I
0
$17.00
$0.00
Tech
0
$22.00
$0.00
3 Man Crew
0
$35.00
$0.00
Clerical
4
$14.00
$56.00
Total
106
$3,540.00
PROJECT TOTAL
1626
$39,891.00
ATTACHMENT D
PBSJ
City of Round Rock
Chisolm Trail Improvements
MANHOUR SUMMARY
K:\ Projects1 HK11P9807451 chisolmlchisolmfeerl .xls \FcnCodeMH sumry 5/7/99 2:13 PM
ATTACHMENT D
PBSJ
City of Round Rock
Chisolm Trail Improvements
AANHOUR ESTIMATE
K:lprojectslhk 11P9007451Chisolmlchisol m feerl .xIs1MH
5/7/99 2:13 PM
Std
Hours/
CAD)
Fcn Code/Task Description
New
Principe
Sr
Sr Staff II
Proj
Proj
Tech
3 Man
Clerical
Total
Hours
Machine
-- --
Shts
Staff III
RPLS
Staff II
Staff I
Crew
Sheet
Time
0
#DIV /0!
Fcn Code 110 Route and Design Studies
0
#DIV /0!
_
1. Develop Roadway Design Criteria
12
4
#DIV /01
2 Gather data including utilities /put utility info in drwg
24
16
32
DIV /0!
#DIV /0!
#DIVl0!
3- Create TIN files
8
34
16
0
4- Develop typical
p ypical sections
12
5. Develop Prelim (15 %) Rdwy Design Schematic.
6
DIV /0!
a. Coord w/ survey to get DTM,planimetrics
4
12
DIV /0!
b. Develop prelim horiz & vert alignment
32
38
#DIV /0!
#DIV /0!
#DIV /0!
c. Develop cross sections
2
32
16
54
20
48
d- Assess ROW needs
16
e. Develop conceptual traffic control
16
24
#DIV /0!
6. Assess options for traffic movement improvements
4
8
12
8
32
#DIV /01
7. Meet wl City Parks Director to develop conceptual
4
4
DIV /0!
DIV /0!
plan for sidewalks
0
0
DIV /0!
9. Propose emergency drive paving materials
4
4
8
#DIV /0!
10. Cocrd w/ geotech
2
2
DIV /0!
11. OA/OC
4
4
0
#DIV /0!
#DIV10!
Totals
0
0
0
36
42
152
0
78
0
0
308
#D IVJO!
46.8
0
DIV /0!
Fcn Code 120 Social, Economic, Env, Public Inv
0
DIV /0!
1. Permitting
0
67
11
#DIV /0!
#DIV /0!
a. TNRCC - WPAP - Edwards Aquifer Recharge Zone
1
40
16
8
r
b. Fish & Wildlife Service (endangered species investigation)
10
#DIV /0!
0
DIV /0!
0
#DIV/0!
Totals
0
0
0
1
50
16
0
8
0
3
78
DIV /0!
4.8
0
DIV /0!
Fcn Code 130 Right of Way
0
DIV /0!
1. Provide right of way services as described in
0
DIV /0!
the scope of services
24
40
40
104
#DIV /0!
#DIV /D!
#DIV /01
0
104
Totals
0
0
0
24
0
0
40
40
0
24
0
#DIV /0!
Fcn Code 150 Field Survey and Photogrammetry
0
DIV /0!
0
#DIV /0!
1. Provide field survey, technician work and final DTM
0
DIV /0!
as described in scope of services
20
40
124
184
DIV /0!
0
#DIV /0!
_-
0
#DIV /0!
ATTACHMENT D
PBSJ
City of Round Rock
Chisolm Trail Improvements
AANHOUR ESTIMATE
K:lprojectslhk 11P9007451Chisolmlchisol m feerl .xIs1MH
5/7/99 2:13 PM
ATTACHMENT D
PBSJ
City of Round Rock
Chisolm Trail Improvements
MANHOUR ESTIMATE
K: \projectslhkl \P9807451Chisolm\chisolmfeerl .xls1MH
5/7/99 2:13 PM
CADD
Fen Code/ Task Description
Std
Shts
New
Shts
Pnncipal
Sr
Sr Staff II
Proj
Proj
Tech
3 Man
Clencal
Total
Hours
Hours/
Sheet
Machine
Time
(Officer)
Staff III
IRPLS
Staff II
Staff I
Crew
Totals
0
0,
o
0
20
0
0
40
0p
184
#DIV /01
24
0
#DIV /0!
Fcn Code 160 Roadway Design Controls
#DIV /0!
#DIV /0!
1. Prepare schematic layout (30 %)
a. Refine Horiz & vert layout
2
12
#DIV /0!
b. ROW, slope and TCE easement determination
4
8
4
#DIV /0!
c. Preliminary determination of utility conflicts
- _ 2
4
#DIV /0!
d. Preliminary determination of other conflicts
--
- - --
4
- _. --
-- -
#DIV /0!
--
#DIV /0!
#DIV /0!
#DIV /0!
f. Emergency vehicle drive
2
4
12
2. Typical Sections
2
p i i
3. Prepare preliminary design cross sections
2
2
#DIV /0!
4. Perform final geometric design
#DIV /0!
5. Prepare earthwork analysis
2
18
10
#DIV /0!
#DIV /0!
6. Prepare grading design
2
8
7- Prepare final PS &E set of plans, including
0
#DIV /0!
Title Sheet
1
4
4
4
Sheet Index/General Notes
1
8
8
8
8
8
Project Layout
1
8
8
Typical Sections
1
8
8
Summary Sheets
12
12
6
Roadway Plan and Profile _
_2
2
32
32
12
_ 16
Intersection Layout
12
Roadway /sidewalk Details
_
- - _ _
12
Driveway /Emergency Drive Details
_
16
16
16
Emergency Drive Layout _
1
- _
16
16
16
0
0
:DIV/0!
DIV /0!
—
_ -- -- 0
DIV /0!
4. QA/QC
_
__
-
16
DIV/0 !
_
0
#DIV /0!
Totals
0
12
24
72
0
128
0
0
240
20
76.8
^—
0
#DIV /0!
Fcn Code 161 Drainage
_
_
0
#DIV /0!
1. Site Visits, Meetings and Coordination
4
2
26
#DIV10f
2. Data Collection
0
#DIV10!
Review record data on drainage & exist. systems
1
1
4
#DIV /0!
Review survey data and geotechnical report
_ __ 1
. _ _ 1
#DIV10!
Review exist. & proposed utility data
#DIV /S!
Review FEMA floodplain data and reports
#DIV10!
0
#DIV /0!
2. Hydrology. hydraulics, and water quality calculations
4
8
8
20
#DIV /0!
ATTACHMENT D
PBSJ
City of Round Rock
Chisolm Trail Improvements
MANHOUR ESTIMATE
K: \projectslhkl \P9807451Chisolm\chisolmfeerl .xls1MH
5/7/99 2:13 PM
ATTACHMENTD
PBSJ
City of Round Rock
Chisolm Trail Improvements
IANHOUR ESTIMATE
Kaprojectslhk 11P9807451Chiso l mlchisolmteerl .xlslMH
5/7/99 2:13 PM
Std
CADD
Machine
Fcn CotlelTask Description
New
Principal
Sr
Sr Staff II
Proj
Staff II
_ Proj
Tech
3 Man
Clerical
Total
Hours!
Shts
Slots
(Officer)
Staff III
RPLS
Staff I
Crew
Hours
Sheet
Time
4. Prepare PS &E (30 %)
#DIV /0!
Prepare drainage area map and plan !profile sheets
1
4
8
40
1
54
Size drainage system components
i
4
8
14
Prepare preliminary cost estimates for major components
�lal
2
4
#DIV /0!
Investigate State Rules and evaluate stormwater BMPs
2
#DIV /0!
Identify and outline special provisions/specifications
4
n ,
#DIV /0!
5. Prepare PS &E (60 %)
#DIV /0!
10.75
Update drainage designs , incl detail designs
4
2
_ 8
8
24
2
Update drainage cost estimates
1
1
4
2
1
#DIV /0!
Prepare draft technical specifications
8
2
8
#DIV /0!
6. Prepare PS &E (90 %)
2
4
#DIV /0!
Prepare completed plans and specifications
1
2
#DIV /0!
Prepare final cost estimate for drainage system
1
_._ 2
- 4
7
0
#DIV /0!
7. Prepare PS &E (100 %)
12
#DIV /O!
Address final comments and provide sealed plans &
specs.
1
1
6
1
8
28
DIV /0!
Provide final cost estimate for the drainage system
1
1
2
1
5
#DIV /0!
8. QA/QC
4
8
4
1
1
19
#DIV101
9. Permitting (see Fcn 120 for WPAP and FWS invest.)
1
0
6
#DIV /O!
FEMA Coord. - Roadway in Floodplain
1
4
DIV /0!
0
DIV /0!
0
#DIV /0!
52.33333
54.6
Totals
0
6
0
19
45
65
51
91
314
0
0
0
#DIV /0!
#DIV /0.
Fcn Code 162 Signing, Markings and Signalization
1. Perform an intersection evaluation
#DIV /0!
a. Obtain turning movement counts
8
8
#DIV /0!
b. Analysis of improvements
1
5
6
#DIV /0!
2. Prepare a Signal Layout/ Quantity sheet
2
6 16
26
3. Prepare signings and markings sheet
2
2
8
16
_
14
4. Prepare summary of small signs tabulation
1
1
4
4
#DIV /0!
5. Contact local utility company for adj of overhead
8
#DIV /0!
utilities lines
#DIV /0!
6. Prepare specs and special provisions list
4
2
#01Vl0!
7. Prepare project estimate
2
_
4
#DIV /0!
8. CIA/QC
8
17
8
#DIV /0!
Totals
0
14
35
0
36
0
0
102
51
21.6
16
8
0
#DIV /0!
Fcn Code 163 Miscellaneous Roadway
0
#DIV /0!
1. Prepare preliminary(30 %) traffic control plan. 1 " =50'
_
8
8
16
48
#DIV /0!
3. Utility Coordination. Determine and obtain address
2
10
#DIV /0!
of all existing utilities in project limits
0
#DIV /0!
4. Meet/Coerd wf City & UP RR about emergency Or
8
8
2
18
#DIV /0!
ATTACHMENTD
PBSJ
City of Round Rock
Chisolm Trail Improvements
IANHOUR ESTIMATE
Kaprojectslhk 11P9807451Chiso l mlchisolmteerl .xlslMH
5/7/99 2:13 PM
ATTACHMENT D
SJ
City of Round Rock
Chisolm Tral Improvements
h,..._, .OUR ESTIMATE
IClprojectsthk11P980745 \Chisol m \chisolmfeerl .xls \M H
5/7/99 2:13 PM
CADD
Fcn Code/Task Description
Std
New _
Principal
Sr
Sr Staff II
Proj
Proj
Tech
3 Man
Clerical
Total
Hours
Hours/
Machine
Shts
Shts
(Officer)
Staff Ill
RPLS
Staff II
Staff I
Crew
Sheet
Time
5. Finalize traffic control design
2
2
4
8
#DIV /e!
6. Prepare traffic control sheets
2
:
I
24
16
8
24
12
8. Prepare utility exhibits for utility agreements
2
24
18
8
#DIV /0!
9
#DIV /0!
9. Prepare railroad exhibits for railroad agreements
2
4
10. Prepare specifications and general notes
4
4
1 Calculate quantities and prepare cost estimates
0
#DIV /0!
_
at 30 %, 60 %, 90% and 100%
8
16
-
-
24
#DIV /0!
12. QA/QC
8
52
D
64
0
8,
8
#DIV /0!
0
4
30
190
#DIV /0!
47.5
38.4
Task 9 Totals
0
36
0
0
#DIV /0!
Fcn Code 170 Bridge Design
0
#DIV /0!
ll
�_ 0
01
0
0
#DIV /0!
- -- - Totals
0
0
0
0
#DIV /0!
0
0
#DIV /0!
Fcn Code 200 Project Management
0
#DIV /0!
1. Coord, invoicing w/ City (6mo @6hr /mo)
4 36
40
48
#DIV /0!
#DIV /0!
2. Meetings w/ City of Round Rock (6)
6 18
18
6
_
3. Prepare meeting minutes
_
6
4
10
#DIV /01
4. Prepare schedule and update as necessary
8
8
#DIV10!
_
- -
0
#DIV /0!
#DIV /0!
0
Totals
0
0
10 68
18
6 0
0
0
4
106
#DIV /01
L IL
PROJECT TOTALS
0
24 10 190
270
398 81
485
164 28
1626
67.75
286.2
ATTACHMENT D
SJ
City of Round Rock
Chisolm Tral Improvements
h,..._, .OUR ESTIMATE
IClprojectsthk11P980745 \Chisol m \chisolmfeerl .xls \M H
5/7/99 2:13 PM
Certificate of Insurance
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATE HOLDER, THIS CERTIFICATE IS NOT
AN INSURANCE POLICY AND DOES NOT AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW.
This is to Certify that
Post, Buckley, Schuh & Jernigan, Inc.
d /b /a PBS &J
2001 N.V. 107 th Avenue
Miami, Florida 33172
CITY OF ROUND ROCK
cER11FICATE221 E. MAIN STREET
HOLDER ROUND ROCK, TEXAS 78664
Nt
4 ad
Ins
Is, at the issue date of this certificate, insured by the Company under the policy(ies) listed bel
all their terms, exclusions and conditions and is not altered by any requirement, term or condi!
certificate may be issued.
TYPE OF POLICY
WORKERS
COMPENSATION
GENERAL LIABILITY
OCCURRENCE
❑ CLAIMS MADE
AUTOMOBILE LIABILITY
® OWNED
® NON -OWNED
® HIRED
OTHER
Umbrell Excess
Liability
ADDITIONAL COMMENTS
EXP. DATE
❑ CONTINUOUS
❑ EXTENDED
® POLICY TERM
06/30/99
06/30/99
RETRO DATE
06/30/99
06/30/99
RE: CHISHOLM TRAIL
POLICY NUMBER
WA1 -15D- 217333 -178
TB7 -151- 217333 -048
AS7- 151- 217333 -038
COVERAGE AFFORDED UNDER
WC LAW OF THE FOLLOWING
STATES:
AL,AZ, CA, Co, DC, FL, GA,
KY,MD,MA,NC,NJ,SC,T
N,TX,UT,VA
LIMIT OF LIABILITY
EMPLOYERS LIABILITY
Bodily Injury By Accident
$500,000 Each
Accident
Bodily Injury By Disease
$500,000
Policy
Limit
Bodily Injury By Disease
$500,000
Each
Person
General Aggregate - Other than Products /Completed Operatic
$2,000,000
Products /Completed Operations Aggregat
$1,000,000
Bodily Injury and Property Damage Liability
$1,000,000
Per
Occurrence
Personal Injury
$1,000,000
Per Person/
Organization
Other Fire Legal $100,000
Other Med Pay $25,000
$1,000,000
Each Accident - Single Limit
B.I. and P.D. Combined
Each Person
Each Accident or Occurrence
Each Accident or Occurrence
TH1- 151 - 217333.078 $10,000,000 Single Limit For Bodily Injury and Property
Damage Liability Over Underlying Limit
If the certificate expiration date is continuous or extended term, you will be notified if coverage is terminated or reduced before the certificate expiration date.
SPECIAL NOTICE -OHIO: ANY PERSON WHO, WITH INTENT TO DEFRAUD OR KNOWING THAT HE IS FACILITATING A FRAUD AGAINST AN INSURER, SUBMITS
AN APPLICATION OR FILES A CLAIM CONTAINING A FALSE OR DECEPTIVE STATEMENT IS GUILTY OF INSURANCE FRAUD.
IMPORTANT NOTICE TO FLORIDA POLICYHOLDERS AND CERTIFICATE HOLDERS : IN THE EVENT YOU HAVE ANY QUESTIONS OR NEED INFORMATION
ABOUT THIS CERTIFICATE FOR ANY REASON, PLEASE CONTACT YOUR LOCAL SALES PRODUCER, WHOSE NAME AND TELEPHONE NUMBER APPEARS IN THE LOWER RIGHT HAND
CORNER OF THIS CERTIFICATE. THE APPROPRIATE LOCAL SALES OFFICE MAILING ADDRESS MAY ALSO BE OBTAINED BY CALLING THIS NUMBER.
NOTICE OF CANCELLATION: (NOT APPLICABLE UNLESS A NUMBER OF DAYS IS ENTERED BELOW.) BEFORE
THE STATED EXPIRATION DATE THE COMPANY WILL NOT CANCEL OR REDUCE THE INSURANCE AFFORDED
UNDER THE ABOVE POLICIES UNTIL AT LEAST 30 DAYS
NOTICE OF SUCH CANCELLATION HAS BEEN MAILED TO
5i
I policy(ies) is sub
ith respect to whi
AUTHORIZED REPRESENTATIVE
FL (800) 542 -0055 5/10/99
PHONE NUMBER DATE ISSUED
This certificate is executed by LIBERTY MUTUAL INSURANCE GROUP as respects such insurance as is afforded by Those Compan BS15D1
PRODUCER
INSURED
CO
LTA
A
GENERAL LIABILITY
AUTO
GARAGE LIABUL
ANY AUTO
Collinsworth, Alter, Nielson,
Fowler & Dowling, Inc.
Post Office Box 9315
Miami Lakes, FL 33014 -9315
Post, Buckley
Jernigan, Inc
2001 NW it
Miami
THIS IS TO CERTIFY THAT THE In
INDICATED, NOTWITHSTANDING
CERTIFICATE MAY BE ISSUED 0
EXCLUSIONS AND CONDITIONS fir ,,...._
TYPE OF INSURANCE
COMM. GENERAL LIABILITY
CLAIMS MADE = OCCUR
OWNER'S & CONTRACT'S PROT
OBOE LIABILITY
ANY AUTO
ALL OWNED AUTOS
SCHEDULED AUTOS
IIEIED AUTOS
NON -OWNED AUTOS
EXCESS LIABILITY
'IIMBRELLA FORM
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND
EMPLOYERS' LIABILITY
THE PROPRIETOR/
PARTNERS/EXECUTIVE
OFFICERS ARE:
OTHER
Professional!
Pollution Liab.
DESCRIPTION OF OPERATIONS /LOCATIONS/VEHICLES/SPECIAL ITEMS
Re: Chisholm Trail
'I•tFICA'I'E:
...................
I TIFICATE OF :l
INCI,
EXCL
City of Round Rock
221 E. Main Street
Round Rock, TX 78664
305 822 -7800
nck._i
POLICY NUMBER
NTF2516646
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
POLICIES BELOW.
COMPANY
COMPA
B
OMPANY
C
COMPANY
Reliance National Indemnity
EEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
KEN REDUCED BY PAID CLAIMS.
POLICYEFF.
DATE (MM/MY
9/30/98
S I Ii)'
.................
COMPANIES AFFORDING COVERAGE
POLICY EXP.
DATE IMM/DD/YY)
9/30/99
GENERAL AGGREGAT
PROD-COMP/OP AGG.
RS. & ADV. INJURY
ACH OCCURRENCE
DAMAGE(Onn
ED EXP(Any one pereon)
COMBINED SINGLE
LLMIT
BODILY INJURY
(Per person)
BODILY INJURY
(Per occident)
PROPERTY DAMAGE
AUTO ONLY -EA ACCIDE
OTHER THAN AUTO ONLY:
AGGREGATE
EACH ACCUSE
DISEASE -EACH
ACH ACCIDENT
AGGREGAT
EACH OCCURRENCE
STATUTORY LIMITS
DISEASE - POLICY LIMIT
51,000,000 Limits
Claim and Aggregate
DATE (MM/DD/YY)
LIMITS
05/10/99
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIABILITY OF ANY RIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
•
M
CHISHOLM TRAIL @ R.M. 620
ROUND
RACK AVE.
p G1
Q \N od R a
- e
co
Ol
DATE: May 7, 1999
SUBJECT: City Council Meeting — May 13, 1999
ITEM: 13.B.13. Consider a resolution authorizing the Mayor to execute an
engineering contract with PBS &J for design improvements on
Chisholm Trail at 620 and along 620 at IH 35 to Chisholm Trail.
Staff Resource Person: Jim Nuse, Public Works Director.