Loading...
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.