R-2014-1576 - 7/24/2014RESOLUTION NO. R-2014-1576
WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering
Services ("Contract") with Rodriguez Transportation Group, Inc. for the Seton Parkway Phase 2
Project, and
WHEREAS, Rodriguez Transportation Group, Inc. has submitted Supplemental Contract No. 1
to the Contract to modify the provisions for the scope of services, and
WHEREAS, the City Council desires to enter into said Supplemental Contract No. 1 with
Rodriguez Transportation Group, Inc., Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City Supplemental
Contract No. 1 to the Contract with Rodriguez Transportation Group, Inc., a copy of same being
attached hereto as Exhibit "A" 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.
RESOLVED this 24th day of July, 2014.
ATTEST: ' ,{ 0
<�. V l��7
SARA L. WHITE, City Clerk
01111400; 0030 I
&tGt� k,,,JL-j,
- AT 4N TA Alil TA.....
f
City of Round Rock, Texas
WffA-v Wlhl"E' rev -i=re -1
EXHIBIT
„A„
STATE OF TEXAS §
COUNTY OF WILLIAMSON §
SUPPLEMENTAL CONTRACT NO. 1
TO CONTRACT FOR ENGINEERING SERVICES
FIRM: RODRIGUEZ TRANSPORTATION GROUP, INC. ("Engineer")
ADDRESS: 11211 Taylor Draper Lane, Suite 100, Austin, TX 78759
PROJECT: Seton Parkway Phase 2
This Supplemental Contract No. 1 to Contract for Engineering Services is made by and between
the City of Round Rock, Texas, hereinafter called the "City" and Rodriguez Transportation
Group, Inc., hereinafter called the "Engineer".
WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter
called the "Contract", on the 28th day of February, 2013 for the Seton Parkway Phase 2 Project
in the amount of $299,619.81; and
WHEREAS, it has become necessary to amend the Contract to modify the provisions for the
scope of services and to increase the compensation by $70,327.12 to a total of $369,946.93;
NOW THE, premises considered, the City and the Engineer agree that said Contract
is amended as follows:
1.
Article 2, Engineering Services and Exhibit B. Engineering Services shall be amended as set
forth in the attached Addendum To Exhibit B. Exhibit C, Work Schedule shall be amended as
set forth in the attached Addendum To Exhibit C.
11.
Article 4, Compensation and Exhibit Q. Fee Schedule shall be amended by increasing by
$70,327.12 the lump sum amount payable under the Contract for a total of $369,946.93, as
shown by the attached Addendum to Exhibit D.
IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental
Contract in duplicate.
Supplemental Contract Re%% 12101/08
0199.1350; 00305605 84275
RODRIGUEZ TRANSPORTATION GROUP, INC.
By:
Date
CITY OP ROUND ROCK
m
Alan McGraw, Mayor
Date
Supplemental Contract
0199.1350; 00305605
APPROVED AS TO FORM:
Stephan L. Sheets, City Attorney
Rcv. 12/01/08
94275
ADDENDUM TO EXHIBIT B
Engineering Services
The additional Scope of Work to be performed by the Engineer under this Supplemental Contract is
described as follows:
• The southern limits of the design schematic and subsequent PS&E have been extended along
Seton Parkway. The original southern limits were 1,600 feet south of the existing Seton
Parkway. The revised southern limits are extended approximately 500 feet to the intersection
with Avery Nelson Parkway.
• The design schematic for the "Ultimate Design" was originally planned as a four -lane
divided facility. During the planning phase, the City of Round Rock requested the
development of additional alternatives. The final design schematic consisted of a three -lane
section along the entire limits of Seton Parkway.
• The City of Round Rock has requested the extension of approximately 2,050 linear feet of
16 -inch waterline. The water line plans will be incorporated in the PS&E and construction
phase services, for the installation of the water line, will be added to the scope of services.
FUNCTION CODE 110 (ROUTE AND DESIGN STUDIES), (GEOTECHNICAL
INVESTIGATION)
Roadway Design (Additional effort included the development of a three -lane alternative and the re-
alignment of the unnamed side street):
1. Determine the proposed alignment for the Seton Parkway extension and the Un -Named cross
road. Each leg of the Seton Parkway/Un-Named cross road intersection should be designed a
minimum of 400' from the intersection.
2. Develop roadway typical sections with proposed utility assignments.
3. Develop preliminary (ultimate) design cross sections and establish ROW requirements.
4. Develop preliminaty construction cost estimate
5. Prepare public meeting displays and exhibits as required.
Drainage Design:
1. Following completion of the preliminary hydrologic and hydraulic studies to identify the
culvert size for the draw (two proposed culverts), the City of Round Rock requested the
evaluation of eliminating one of the two culverts. Off-site grading alternative will be
evaluated.
Geotechnical Investigation:
Additional geotechnical services are to be provided for the proposed extension of Seton Parkway.
Subsurface conditions will be obtained by drilling 3 additional borings to depths of 10 ft each (1
at the location of the culvert extension). Apparent water seepage into the open boreholes will be
recorded at the time of drilling. Laboratory testing on recovered samples will be performed to
classify the soil and perform strength determinations. Analytical tests for soluble sulfate content
will also be performed.
Suspect fill areas will be explored by excavating test pits with a backhoe. These test pits will be
excavated along the proposed extension of Seton Parkway and the unnamed cross street
respectively. The purpose of these test pits is to visually confirm the presence or absence of fill
materials suggested by recent aerial photographs. Test pits will be terminated in native soil or at
the maximum reach of the backhoe. A minimum of 7 to 10 test pits are planned. We will
backfill with excavation spoils and tamp down with the backhoe bucket, and mark the limits in
the field for the surveyors. Deliverables will include Logs of the test pits, a plan of test pit
locations, and a brief memorandum summarizing observations.
FUNCTION CODE 130 (ROW DATA)
FUNCTION CODE 150 (FIELD SURVEY)
Additional survey services are to be provided as requested on an "on-call" basis for up to three (3)
trips to the project site.
Topographic Surveys:
1. Recover and/or establish primary control monuments for this project. The values will be
relative to NAD 83 Texas State Plane Coordinates, Central Zone 4203 (scaled to surface
values). Vertical Datum will be GPS Orthoinetric heights and projected through the length
of the project.
2. Collect spot elevations within the project area including, but not limited to improvements,
drainage features, trees 8" and up, visible utilities, natural ground, grade breaks and
environmental features. Wastewater manholes will be inverted for flowline information
providing access is achievable.
3. Process the collected data into a detailed topographic sutvey and DTM (1 foot contour
interval) of the depicted areas.
4. Deliverables will include a Microstation 2D and 3D file with break -lines, TIN files, a DTM
file processed to 1.0 foot contours will be provided and the associated spot point data in
ASCII format.
2
PHASE 2
FUNCTION CODE 160 (ROADWAY DESIGN)
Additional roadway design services are to be provided for the proposed extension of Seton Parkway.
Tile PS&E will include all necessary details required for construction.
The additional roadway sheets for the construction plans will include:
1. Typical section
2. Plan and profile
FUNCTION CODE 161 (HYDRAULIC DESIGN)
Additional hydraulic design services are to be provided for the proposed extension of Seton Parkway.
The PS&E will include all necessary details required for construction.
1) Drainage Area Maps
2) Culvert layouts
3) Storm water pollution prevention plan
FUNCTION CODE 163 (MISCELLANEOUS ROADWAY PLANS)
Traffic Control Plan Layouts:
Additional traffic control design services are to be provided for the proposed extension of Seton
Parkway and for the widening of Seton Parkway at the University Blvd. Intersection. The PS&E
will include all necessary details required for construction.
Illumination Layouts:
Additional illumination design services are to be provided for the proposed extension of Seton
Parkway. The PS&E will include all necessary details required for construction.
The illumination layouts (for the entire project limits) will include the necessary details required
for providing the foundations, ground boxes and conduit (including mule tape). The illumination
assemblies will be provided by others.
Water:
1. Project Design Meetings — The Engineer will prepare for and attend two (2) meetings with
City of Round Rock Staff to review comments generated after the 50% and 100% plan
submittals.)
2. Utility Design Plans — The Engineer will prepared and update the following additional sheets
as appropriate for the utility relocations. The plan sheets will be formatted to be included
with the roadway and drainage plans currently in production for the CORR.
• Water Line Plan and Profile Sheets (4 Sheets)
• Water line Stub -out Plan and Profile Sheets (2 Sheets)
• Miscellaneous Details (2 Sheets)
3. Opinion of Probable Cost — The Engineer will prepare and submit an engineer's opinion of
probable cost in Microsoft Excel format at the 50% and 100% submittals to the City.
FUNCTION CODE 180 (CONSTRUCTION PHASE SERVICES)
The ENGINEER will provide the following services during the water line construction activities of
the project:
1. Coordinate and attend pre -construction conference with City of Round Rock, contractor,
review agencies and engineer prior to construction.
2. Make visits to the site, at intervals appropriate to the various stages of constriction, to
observe as an experienced and qualified design professional the progress and quality of the
executed work of Contractor(s) and to determine, in general, if such work is proceeding in
accordance with the Contract Docuunents. The engineer shall not be required to make
exhaustive or continuous on-site inspections to check the quality or quantity of such work.
3. Review and approve (or take other appropriate action in respect to) Shop Drawings and
samples, the results of tests and inspections and other data, which each Contractor is required
to submit. This review will be only for conformance with the design concept of the project
and compliance with the information given in the Contract Documents.
4. Upon substantial completion, the engineer will prepare a punch list outlining corrections and
work that must be done before the project can be accepted. The engineer will arrange a
preliminary site inspection to identify punch list items with the appropriate personnel.
S. Prepare one set of reproducible as -built plans based on one (1) record copy of project
drawings labeled "Project Record" maintained by the contractor. The contractor will submit
the "Project Record" drawings to the ENGINEER at contract closeout.
FUNCTION CODE 190 (PROJECT MANAGEMENT)
The ENGINEER will provide additional project management effort resulting from the original
project duration being extended by approximately nine (9) months.
4
RODRIGUEZ TRANSPORATION GROUP,ING
SMN PARKWAY k%[ENSION PRASE2
ADDEN W M TO MHIBR C-WORN SOMUM
mss mse
7-7-777-71
oesauuwx nmu.�.osaMMR [emuRr auuur McPa Rua Mer mu nm euewr se[rtMs¢ vnwu xoxMecR ¢¢MR[R
[NeHP
xmi¢Touo¢m
ixRW oeumu[rnox
om oww m
¢art[xmruavcmwnaD
[NNRpA(MLL wT1(Lll[RIW PVFY
sacRuvcocPnx
[NNRWM[MY RNgI
wPMnwwseRv[uNeR[x[s
u x
xux.m.o[rR�cucx
wrzaxumawacxrn[w
wRMnmocxx
¢mv®sv[ra[oesex
IHRRMa.®A(40CRM[W
wwrt m omw
e[rmsmso[ra+oemN
IM[RNµ9TA OROLPM[W
weNRnsoPo[Pw
werzxuxenePw
eSEMaFAX.a Rsa[
ezMucnxxav oaaM[Nrs
w usrt xxN vvs[axP warn sx+s
Iwr:m+
Addendum to Exhibit D
Fee Schedule
Task
Total
Labor Hours
Total
Loaded Labor Cost
Other
Direct Costs
Subconsultants
TOTALS
Task 1: (e.g. surveying)
0
$0.00
$10.00
$3,990.00
$4,000.00
Task 2: (e.g. environmental investigation and approval)
0
$0.00
$0.00
$0.00
$0.00
Task 3: (e.g. geotechnical investigation)
0
$0.00
$2,280.00
$2,390.00
$4,670.00
Task 4: (e.g. public outreach and schematic design)
64
$7,683.98
$0.00
$0.00
$7,683.98
Task 5: (e.g. preliminary design/ 30% plans)
78
$8,926.60
$0.00
$0.00
$8,926.60
Task 6: (e.g. final design/ 60%, 90%, 100% plans)
174
$17,853.21
$0.00
$1,594.88
$19,448.09
Task 7: (e.g. utility design)
171
$0.00
$140.25
$17,335.00
$17,475.25
Task 8: (e.g. bid phase services)
0
$0.00
$0.00
$0.00
$0.00
Task 9: (e.g. construction phase services)
16
$0.00
$0.00
$1,690.00
$1,690.00
Task 10: (e.g. project management)
36
1 $6,433.20
1 $0.00
1 $0.00
$6,433.20
GRAND TOTAL:
539
$40,896.99
1 $2,430.25
$26,999.88
$70,327.92
EXHIBIT D-1 FEE SCHEDULE
RODRIGUEZ TRANSPORTATION GROUP
Estimate of EnOlneedn0 Services Ouduet
City of Rmlld Rork
Setm Palloway Extenslon tPMLo 2)
Rodriguez Transportation Group, Inc.SM2tf
I:e.IX
Prgnl
Yavp.r
Sena
Ergirwer
Prd«I
EMlv+r
wflIin
EMlnfer
EMcln
inINM
Sr.EMr.
BP<a.
3r.EMr.
TevA
EMr.
Tech
AbnW
CI<rlul
TOW
Heat
TeW N6w
Cefl
sn8 S0
lIBT.Ta
$12371
911647
I9249
SI1E1
910172
Satz
S.114
floweawl3eflPrsl vei;aw«mlullm+>nwuen
nnm aw w
t. w' uew
0
sago
0
aM
3 r swmf
0
S
sow
• dees.<e<nf
Saw
s ceu Eu..u.
sa
w
.03a
ASerruC•n Hu.'Gf
•
to
10
M35.11.10
0. A:<rN.n Pa Ma`u
0
8
•
E��
31,a1938
0
.
0
t6
0
0
18
3.
0
0
ST.61LW
fnabmxnW Ymltlwtlen.MAppOltla
e
]ew
FC-1»Su010Y1-IaMI
a
0
0
0
0
0
0
0
a
a
0
0.0
flwlwYaMFleW Saerys
0
]Ow
Fc-Iwsugew-la6x
a
o
o
o
0
a
o
0
0
0
IS
low
Re.OAayw110a Ra P88E1
s«ws
t
2
a
10 1
]107.44
Rn W RNPo
1
•
8
1i
]8
31.659.
" �O«SMaa Ota3n
1
f0
[J
11.8«
iC-1Ea8u61ew-lWar
1
0
0
10
1.
0
a
»
a
a
W
/11.•31)6
Hnhaakwµw (1IX P9aE)
Ly " Nea Ya0114.Oka MMIl
10
S 247410
MN
]
MI
IS I
1
45
3 SARW
SWSP HanaM
1
f0
la
3 LIMED
ErasW CdOd FYn
1
10
10
.
3 SIE".
FC-161Subdal-Y!w
1
0
0
.
.10
0
0
0
15
0
US
S 15.05110
SIpYp.IW WgfaM SI9rW Wtlon(I«P9SE5
rC-182SuSabI-" w
0 1
0 1
0 1
0
0
0
0
0
0
0
0
a"
YI«.Yrxwf Uot P56E1
PaYUC[MItl Wn6 )CPT YY]«Mm
1
IS
1]
W
55798.95
iC-I.3u0tOYl-IaOw
1
0
0
15
0
0
0
a
1]
0
SO
51tN,8S
CoruhµnenPHIe BIMcaf
F0. 639uMOw.l.6v
IT I
0
0
0
a
Mm
tYrrplrq emu«ICT P. E semau
[m1AGtMW ASn"nva:cn lEfl<MNPI WrMCn9m dIn
S9w
5543320
FC-16.Sowul.uw
0
a6
0
0
0
0
0
0
0
0
»
56,13,20
TOTN.SHEETS
12
TeW-I<EOr1Ya.
11
a
0
m
••
o
.
a
a
o
m
sa.esvm
TACT-u.Colt
$I. am
$0.0 1
at.Mm
s3.o..66
sow Isr
n..n
sxewae
».eam
am
DIRECT E.PELISEs
D ar wo:f nxlT
m<e:.
SIM~
Sam
PM;o:O '.256':11111)'
M«H
I.tnN
{Ow
PL.`;wof'<f k:/ 85111'
µuk
101011µe.
SOw
PM:zc ief COM 1111)
µz<[<
SIT.411N
sow
Ptdxc :zf COM BSYtt'
SIM /.,I
sow
R< w":t�NCDow
cuvw.
{Sm.I
121,
3035
+<rra:<I
v wa
1'r.97
nwm Do
Som
flerLal VeEca
V
Id"
50m
L
N'N
S 1
l.1
So.
]Om
uefr
mifra
o<O
Im
saw
Y« Pan 1«�Em
3OM
6ze
w:.v4iQ
31IM Iw!0
3035
m5W1.110H
Yal-w'eM. Wf
w`:<ltf
{50m /n:e
Ww
Bu4bW-aNer WMFapmOa
SO.m
OnN10 TOT..,S.A96.W
EXHIBIT D-1 FEE SCHEDULE
Subprovider: Inland Geodelics. LLC
Estimate of Engineering Services Budget
City of Round Rock
Selon Parkway Extension (Phase 4)
Inland Goodeties, LLC
No. of
Sbw15
Plojed
r.5aM9er
enw
ala
Crew
113
em'x
a1
Tlanmdaa
ndmlo
I
Iokl
urs
ToklbbaI
Cost
SIMM
SIO.W
$13100
$115.00
395.0
531.00
50.00
50W
SOW
Ronin an0 DeslOn BIMka; Oeotal bni<al InwallgaPen
M. 3vtsfs frnaad
IS
1
SOA'10.0
Pm[ev Daan[NIRendea
10
St 10.0
A33
FC-110aubkkl-labor
0
0
0
IS
0
IB 1
0
0
0
53.990.00
Environmental 1nwsuga11M and ""awls
0
00
FC -130 Su0ta1s1-I.&W,
0
0
0
0
0
0 0
0
0
0
0
3004
ROVIMIAOnd FMdSOMya
o
sono
FC - IN Subkki• Ubor
0
0 1
0
0
0
0 0
0
0
0
0
50.x0
RMewarougn(rM PEaE)
0
Ww
FC-1603ublmal-fawf
o
0
0
0
0
0 0
0
a
o
o
$0.0
apraulk Oas19n (farP86E)
O
0.0
FC. ISI SuWalal -UWI
0
0 1
0 1
0
0
0 0
0
0
0
0
s
Sig0m,. Wrida s add SignaWaOan(far Pass)
0
5
it
F0•e618u1aroul-favo1
o 1
0 1
0 1
0 1
0 1
0 1 0 1
0
0
0
0
sem
LShnBaMoui(IM P3lE)
0
50.00
FC-193Subtalal-Ubar
0
0
0
0
0
0 0
0
0
0
0
WOO
C.nM.Ilion Phase SIM",
0
5pW
if
FC•193801.1al-IaW
0 I
D 1
0
0
0 I 0 I
0 1
0 1
0 I
0 I
50.00
Wragig ConWcted PU E SeMaas
o
WoD
FC•LSBubtalal-Ubor
0
0
0
0
0
0 0
0
0
0
0
$0.0
TOTRLSREETS
0
Total -000r Noun
0
0
0
10
0
16 1
0
0
0
33
$1.990.0
TOW-UbOf Coal
$0.00
so.0
$2.416.N60.0
11,610.0 331.0
50.0
f0.0
Sa.W
DIRECT EVMSES
M1arPMsnl}13
abaels a
530 r•hM
WW
Pw 5M 11 ata
areHi
5010.10"It
SO.W
PIM I5Bw(as-.Ilj
oWnealp
0.10115111
SIM
PMMA ISCOW Il xln
We... a
320 1AM
0.0
PIKK SCobr 8.5}11
andeeill
SI.W I/5111
0.0
Re a1CMTAV
2cDOW Pn.
55W leaeb
51a.W
u T,.I
wiraivath
•.rap /rwrAld
SOW
n1.11 Vdakla
Woo
/da
000
LWO,
w,%v,%n
lday
500
vm
0 ava'a
550
anis
se.W
1.'eals
d.0 Im
r:oro yq /0a
Sew
xJ;:'_ . Todd. Etc)
Woe
Ovem M1llra]-l<uer&te
0
SIIW 1,W,
0.W
Prtm' gbtal•OxrWa baa
Dtl:vMeS
300 ltxn
5{I,W
SuWOW-mnrtDlreat UPenses
510.0
aaaamw-rRL
s1at0,00
EXHIBIT D•1 FEE SCHEDULE
SOePmvW.,: Fupro Co mulbnt., loo.
Estimate of Efglneerinv Swf.! Oudvet
CityofRo Rork
Sotw Padw alenCan(P A2)
Fupro Consultants, Inc.
Ifaa
snnw
P�n;tt1
v,naei,
PayNl
Ema.<:,
!<nb E,q
T«Mxen
0nw.0
M/ae
pr—
iWl
xawa
TaL1a0w
eon
3'w'.sfmw
Slsw
smco
Spw
I wm
I Sow I ww
I Sow
Ra and MVWSb .:OtaaNYr✓WnlIOSUM
serer c<war
o
sow
TWtsiSslttf IaMr /uti Rf
0
taw
wv SVHw FY 1tlP' LLrtl
t
e
8
ST.Vm
' 8vhx WPI Br.aaan
1
e
1I
f)
Sl slow
rC-1f0luaaW.46ar
0
S
a
IE 0
0 0
0
0
0
SS
{;Spm
FmlemlNa Mvf lf0f 1bn aM ePPlq'W
o
so
FG-INSupo -WWel
0 I
0
0 1
0 1 0 1
0 1 0
0
e
0
0
SOM
mmvowWaFuwsw.y.
o
mw
FC-1meWIW1-laew
0
0
0
0 0
0 0
0
0
0
0
s0.w
Repmy O•f1JnIKK PMEI
0
pm
rC-Im SublWl-laNi
0
0
0
0 0
a 0
0
0
0
0
wm
NIWp&pflanlKKPb69
o
Sow
Fc-Iel6ugeW-IaOa
0
O
o
0 0
0 a
0
o
a
0
{
BgNq.1 W 4ye aM Npu6+Uen (Iw PSIE)
0
S
Fe-Iusw".bow
o
0
a
o 0
0 0
0
0
o
o
Am
uYawaw vormu
o
wm
Fc.f•slax -bmr
a
o
a
o o
a e
o
0
0
0
mm
CmfNRaenPNNf4Mai
o
mm
ro-Ip suaa✓.bwr
o
0
0
0 0
0 o
e
0
0
a
mm
YarOvlgCasaeW PirasllYR•S
o
ww
Fo-ufSuuax-bee,
0
0
0
0 0
0 0
0
0
0
0
pm
TOMSHEEf!
0
Tw -bew HWn
0
s
"
Ir e
o 0
o
a
o
03
$UAW
Ta -bew Cen
Ssxiw
s+.oNm
Hww wm
mm som
sow
pm
EO.w
gRECTFIPEMlF6
P<Y fImp
✓aea
s3mI✓W
mw
" 6J/ 1111
..:a
pm.l✓M
Som
RN"P11'
<a lD
6010'/✓W
w
R=al n�tr
✓,<a
Izw.�✓ra
wco
m - bW a 1
a eeaamamtzw
fn.r
mora 0
siw 1 ..
ssw /<.a
_ ---
--
mw
sow
RmYV✓cY
wm
4'e
NO
a/r.'i
wm
4'a Yf
U.flx
/Ga/
ww
vv P i EY
mw
O:a,n Vy.Ley M•
O:<m Val-pe,W.Ma
OCreai
phCN
iftwlei:e
fpm
ww
4'o[4rmtlhr
Ow 4r w
v�
ww
Re aq Es'au'Nw
0!n
/M
wm
arlY BwMwV.
01W
dN /fW
wm
C4 artl R<R Ycxf
0 eaU
1' /eM
wm
Watle✓rn�4 Caua
0
/•aU
wm
vea.acww
aw
/wl
Sow
u«ea IYn10M 'nYw
alta
/w
S.
se.na..•.n
alta
/w
S20M
tr..wnevrevaslnNvua
alta
/w
szww
s✓,n. wrncwurs
11M
/w
IRM
szmw
o.flKa...a rmRaw
1 m
1 &1
Stxam
EugtW-gMIDYnrEapNif
lz,rw.w
ORNm TOTNI
14.Mm
EXHIBIT D-1 FEE SCHEDULE
Subprovlder. K Frieze B Associates, Inc.
E9Wnate of Engineering Services Budget
City of Round Rock
Seton PafM•nay Extension (Phase 2)
K Frlese 8 Associates, Inc.
Ile. of
sb..H
Pml<dEn
IJana9u
Plokq
En9inur
elnnr In CBDD
Toin1n9 TechnkW
i01a1
Move
Tola
Cesl r
519080
silow
f9Oeo 38500 0.0 ON
Wm
Sow
as"
RoutundDul9n SludNs:Oeek<BnkallnvnllgaWn
if
0
0.0
FC-110Sublolal-Labor
0
0
0
0
0
0 0
0
0
0
0
$0.0
F0Wen11knY11nwst10aW naMApprewli
0
sow
1
FC-1303ublOW--
0
0
0
0
0
0 0
0
0
0
0
$am
R0V e,aWFkM$m a
0
SOOD
iC-1W Bu610Y1-Labor
0
0
D
0
0
0 0
0
0
0
0
f0.0
Readxay W it9n llosP%E)
Ti
i
0
WOO
FC-ISOSubUu&l-labor
0 1
0 1
0 1
O
a
0 0
0
0
0
0
$0.0
HTJnulk W+IynlforP%E)
0
500
FC -1G1 Bub1eY1-door
0
0
0
0
a
0 0
0
0
0
0
S
Slgnle0.kar3k9+and Sl9eaGa1bn11erP%E)
0
S
FC-1&2S.bt.UJ-Ulxuj
0 1
0 1
0
0
0
0 0
0
D
0
0
SOHO
W+aeea..Ous JWP%E)
1.
1
2
IS 1
1
1 S
1 1
U
S2.595002.
MW Lkn EN<rssbl
0
SON$88000a.
Pl 'e<I Da nl
B
6
SB
b.1'!a'erUm 66NbgOpanSPrO®a
B
F.
/2
12
11B
511.5]000
O.I.Yc<SeneousWWf strnu.uurma .0.b:
a
e
B
1
21
$72. co
FC -1618.611..- abor
0
11
0
N
GI
0 0
0
0
0
121
31]•335.0
ConiW<WnPbap E+rvkli
COHdna50 endlk
0
WOO
FC -Ml Sublalal-Labor
0 111
0
1 0
1 0 I 0 I
0 I
0 I
0 11
Sola
ua m9kq C041[Ird PSSE Servkai
VlakllYn EMMWnCMNV[OplpluX6enYas
1
0
6
IB
SIANDO
FC- 161 Subtotal-Lalun
0
1
9
a
6
0 0
0
0
O
16
31A90A0
TOTALBHEETB
0
Tom-deonmm[
0
12
a
s,
1 52
P o
0
0
0
teT
$11.025.0
TOlal-ddrCoal
MO."
51,00m
f1AWm
ssms.0
$0.0 Sam
0.0
SOm
50.0
DWECTEVENSES
b P 11117
xMaS
S800'1,hM
$000
Pbolocqk%OW(111171ah,!,
3020 lslael
Woo
Phowwwaw(es-xil
snaa:. 0
Woe !moat
sow
+Cx« um]
mean
uowe"I
sem 1M«M
soon
es Cobr 9.3)11
31.0 leb«I
w
Re WCDDVD
CDDVn
35w /wan
Sow
Nt Trawlw
•e ".MV
w.
R,WI V<Kfle
Id.,
WOO
L,dft
nests Mb
I d+
5000
LW
M Inln
55.0 Um'..
Sp025
le b
tl+ b
as Ida
W w
LYc. TOY. EIa
SO,
M ' AW -Liter SOe
peRvr"rs
'. Slaw /wcM1
SOW
OR AYl-bRrahOMa
OeO. hs
i Sklw IwrM1
Sow
6.6(0.4(-ONer00e<I E+pen[es
$140.25
ORANOTOTBL
SID 18316
EXHIBIT D-1 FEE SCHEDULE
Subprovider. Seller Lankes Group, LLC
Estimate of Engineering Services Budget
City o1 Round Rock
Selon Parkway EMenslon(Phase 2)
Seller Lankes Group, LLC
enols
.,I
PI.J..
Engm«,
Engine! E.gineenn
v Swe.v
Engineer
II
Eneineuin
aPe<.0
Eneineerin
Trammgn
Englneennp
Teen. nl
TOlal
x.vo
TOYl bta!
cwt
5116./B
515.53 s"M
Inn
Wee
Sri."
51186 Wor
5000
ROW aM mile. elWM9; O<olacMkUherniated..
o
Som
FC•1103uetWl•Labor
0
0
0
0
0
0 0
0
0
0
0
NA
EnvearlmenW Inn fagadoe and ApNOWS
o i
]0m
FC•1NeuebUl-N1,or
o
0
0
0
0
0 0
0
0
0
0
$0.00
ROW0.4ind FYlde.rwya
o
SmM
iC•iN3ublold•400!
o
0
0
0
0
0 0
0
0
0
0
30.0
R.adwh,W%gn Vo,PSEE)
0
50.00
FC•1Neu1,1041•L.W1
0
0
0
0
0
0 0
0
0
0
0
$0.00
xydeuec p Lion (fw P3aE)
a
50m
FC•IH BubloW.4her
0
0
0
0
D
0 0
0
0
0
0
E
Signing,lAa,Bnp and Slenallaaaonefor P36E)
IamMvSwV
1
1
3
3
12
Ig
5 1.59480
FC •1Ei Bu1,(olal•La1,o!
1
1
3
5
0
0 0
12
0
0
19
E1,SNA1
W aeallawous (for laME)
OE Oawmems(Elfmale. Genual Molle nd SoadfiCAlkano
0
50.00
FC .1$3 6ueMwal•Ulaw
D
0
0
0
0
0 0
0 1
0 1
0
0
$0.0
Cons Wwion Pea<Suvitts
C. n.tliun am Meer
0
W.M.
FC its Subtotal -Uthi
0 1
0 1
0
11
0 I
ir I 0 I0I
0 1
0
0
$0.0
Managing CeMnOed ME "Meal
0
SOm
PC- 1663.1,10911• Labe!
0
0
0
11 00
0 0
0
0
0
0
$0.0
TOTALSMEETB
1
T0W•Ulacelleun
1
1
3
3
0
0 0
13
0
0
19
N,QN,N
TOUT-Laeo,Cwl
SIIGI
S3geN
S1fS.N
S9.M
SO.M N.M
ENOAG
f0m
SOA
d
R'"'a
I'Ms Ilkl
5113315
SI OJ /Neel
30.6D
mro1M eteyl IInx1
Nee19
SON /S1eN
SOA
Pteic`w<s RVI(55'.11
a 'uP
$AID /Nebl
50.00
Fndxo[:es Cuw IIYti
sMHsR
52.00 1.1",
3000
pM <s Co'w 55111
shie" a
Sim I..
3000
ftefttCWim nICODVO
..Q
SSM Iexn
Woo
M T.1
U,l
<
rwvd MlargerRental
VMlde
/w
M
L
1MN
xm5 IN
SO.M
"'a
650 Um'e
W00
Mean
m rw
Peae/e Lb Iday
goodElhc
a ,Toes. Elt
W.W
Ov aea3-Unerbna
DaRwde'a
314W reach
m.M
xn-overwemx
Mlnen<s
59e.M /each
mA
8uM0911.ONel draelEryawN
Sp,00
estrum TOTAL
f1691Aa
Kimley)Morn
June 20, 2014
Mr. Chad Wood, P.E., PTOE
City of Round Rock
2008 Enterprise Dr.
Round Rock, TX 78664
RE: Greenlawn Blvd. at Pflugerville Pkwy. Traffic Signal Construction Bid Award
Recommendation
Dear Mr. Wood:
Kimley-Horn has reviewed the bid documents submitted by Austin Traffic Signal Construction Co, Inc.
(ATS) and G Carter Construction Co., Inc. (G Carter) on June 12, 2014. The bids received by both
the Contractors appear to be complete.
While reviewing the bid forms, the following discrepancies were noticed on the Contractors' bid forms:
ATS - For Item '620 2040 - CONDT (PVC) (SCHD 80)(4")', the Contractor submitted $35 as
the unit bid price on the bid form. However, for a quantity of 201-F, the Contractor
erroneously entered $1,400 as the cost of the item. The error in math increased the overall
bid by $700. The correct bid amount for ATS should be $264,893.70 and as such was used
for low bid determination.
G Carter- Two math errors were noticed on the bid form. (1) For Item '687 2001 PED POLE
ASSEMBLY', the Contractor submitted $2,375 as the unit bid price on the bid form.
However, for a quantity of four (4) 'ped -poles', the Contractor erroneously entered $2,375 as
the cost of the item. (2) The overall bid value at the end of the bid form exceeds the sum of
individual item costs. The overall bid value was erroneously entered as $282,830.20, the
sum of individual costs on the bid form add up to $275,705.20 and as such was used for low
bid determination.
Attached bid tabulation shows the above discrepancies. It also shows that the total bid submitted by
ATS is $10,811.50 less than the bid submitted by G Carter.
Kimley-Horn recommends that the City of Round Rock accept the bids and award ATS the contract
for $264,893.70 for the Greenlawn Blvd. at Pflugerville Pkwy. Traffic Signal Construction project.
Please contact me at (512) 418-4536 or vivek.deshcande(d.kimley-horn.com should you have any
questions.
Si cerely,
Vwek Deshpande, .E., PTOE-� I 06/ /2
-C 14 -
Attachment: Bid Tabulation Comparison
kimley-horn.com 10415 Morado Circle, Bldg, I, Suite 300, Austin. TX 78759 512 418 1771
CITY OF ROUND ROCK
PROJECT- GREENLAWN BLVD. AT PFLUGERWLLE PKWY SIGNAL CONSTRUCTION
BID TABULATION COMPARISON
ITEMG
CODE
DESCRIPTION
UNIT
QUANTITY
CARTER CONSTRUCTION
Unit Price on on Bid
Bid Form " Cost Check Form
AUSTIN TRAFFIC SIGNAL
Unit Price on Cost on Bid
Cost CheckCost
Bid Form Form
04162034
DRILL SHAFT TRF SIG POLE)(48 IN)
LF
44
$
390.00
$ 17,160.DO
$ 17,160.00
$ 360.00
$ 15,840.00
S
15,840.00
05002001
MOBILIZATION
LS
1
S
13,000.OD
S 13,000.00
$ 13,000.00
S 18,000.00
$ 18,000.00
S
18,000.00
0502 2001
BARRICADES, SIGNS AND TRAFFIC HANDLING
MO
2
$
4,750.00
$ 9,500.00
S 9,500.00
$ 1,50D.O0
S 3,000 00
S
3,000.00
05312005
CURB RAMPS (TY 1)
EA
I
S
1,975.00
S 1975.00
$ 1,975.00
$ 2,000.00
$ 2,000.00
$
2,000.00
0531 2006
CURB RAMPS 13'1 2)
EA
I
$
2,275.00
S 2,275.00
$ 2,275.00
$ 2,500.00
$ 2,500.00
S
2,500.00
0531 2017
CURB RAMPS (FY21)
EA
I
S
2,750.00
$ 2,750.00
$ 2,750.00
S 2,445,00
$ 2,445.00
$
2,445.00
05362002
CONCNIEDIAN
Sy
328
$
98.75
S 32,390.00
S 32,390.00
$ 112.00
S 36,736.00
$
36,736.00
06182034
CONDT(PVC)(SCIID 80)(2")
LF
355
S
10.00
S 3,550.00
$ 3,550.00
$ 17.00
S 6,035.00
S
6,035.00
06182035
CONDI(PVC)(SCIID 80)(2")(BORE)
LF
405
S
22.75
$ 9,213.75
$ 9,21375
$ 17.00
$ 6,885.00
$
6,885.00
06182038
CONDI(PVC)(SCHD 80)(3")
LF
95
S
12.00
S 1,140.00
S 1,140.00
S 23.00
S 2,185.00
S
2.18590
06182039
CONDI(PVC)(SCHD 80)(3") BORE
LF
810
$
25.00
$ 20,250.00
$ 20,250.00
$ 21.00
S 17,010.00
S
17910 DO
06182040
CONDT (PVC) (SCHD 80)(4")
LF
20
S
20.00
$ 400.00
S 400.00
S 35.00
$ 700.00
5
1111(00
06202009
ELEC CONDR (NO. 6) BARE
LF
70
$
1.25
S 87.50
$ 87.50
$ 2.00
$ 140.00
S
610.00
06202010
ELEC CONDR (NO. 6) INSULATED
LF
140
$
1.40
$ 196.00
$ 196.00
S 4.00
$ 560.00
S
560.00
06202011
ELEC CONDR (NO. 8) BARE
LF
1420
S
1.25
S 1,775.00
S 1,775.00
S 1.30
$ 1,846.00
S
1,846.00
06202012
ELEC CONDR (NO. R) INSULATED
LF
570
S
1.40
S 798.00
S 798.00
$ 1.60
$ 912.00
$
912.00
0624 2014
GROUND BOX "1'Y D (162922) W/APRON
EA
7
$
825.00
S 5,775.00
S 5,775.00
S 1,200.00
$ 8,400.00
S
8,400.00
0628 2113
ELC SRV TY D 120/240 100 (NS)AL(E)PS(U)
EA
I
S
5,375.00
S 5,375.00
S 5,375.00
S 5,200.00
$ 5,200.00
S
5,200.00
0666 2041
REFL PAV MRA TY I (W) 12"(SLD)(090MIL)
LF
162
S
19.50
S 3,159.00
S 3,159.00
$ 16.00
$ 2,592.00
$
2,592.00
06662047
REFL. PAV MRI: TY I (W) 24"(SLD)(090MIL)
LF
104
S
21.75
S 2262.00
S 2,262.00
S ]9.00
S 1,976.00
S
1,976.00
06802002
INSTALL HWY TRF SIG (ISOLATED)
EA
1
$
24,750.00
S 24,750.00
S 24,750.00
S 15,000.00
$ 15,000.00
S
15,000.00
06822001
BACK PLATE (12 IN) (3, SEC)
EA
8
$
100.00
S 800.00
S 800.00
S 45.00
S 360.00
$
360.00
06822002
BACK PLATE (12 IN)(4 SEC)
EA
4
S
110.00
S 440.00
S 440.00
S 80.00
$ 320.00
S
320.00
06822022
VEH SIG SEC (12 IN) LED (GRN ARW)
EA
4
S
300.00
S 1200.00
S 1,200.00
S 230.00
$ 920.00
S
920.00
0682 2023
VEH SIG SEC 12 IN) LED (GRN)
EA
8
S
300.00
$ 2,400.00
S 2,400.00
$ 217.00
S 1,736.00
$
1,736.00
06822024
VEH SIG SEC H 2 IN) LED(YEL ARW)
EA
8
S
300.00
$ 2,400.00
S 2,400.00
S 242.00
S 1,936.00
S
1,936.00
0682 2025
VEH SIG SEC 12 IN) LED (YEL)
EA
8
S
300.00
S 2,400.00
S 2,400.00
S 217.DD
S 1,736.00
S
1,736.00
06822026
VEH SIG SEC (12 IN) LED (RED ARW)
EA
4
S
300.00
S 1,200.00
S 1,200.00
S 223.00
S 892.00
S
892.00
06822027
VEH SIG SEC H 2 IN) LED (RED)
EA
8
$
300.00
S 2,400.00
S 2,400.00
S 21 TOO
S 1,736.00
S
1,736.00
06822066
PED SIG SEC (12 IN) LED (COUNTDOWN)
EA
4
S
825.00
$ 3,300.00
S 3,300.00
S 485.00
$ 1,940.00
S
1,940.00
06842008
TRF SIG CBL (TY .A)(12 AWG)(3 CONDR)
LF
617
$
1.60
S 987.20
$ 987.20
S 1.50
S 925.50
S
925.50
06842030
TRF SIG CBL (TY A) (14 AWG) 4 CONDR)
LF
304
S
1.50
S 456.00
S 456.00
S 1.60
S 486.40
S
486.40
06842033
TRF SIG CBL TY A)(14 AWG) (7 CONDR)
LF
144
$
2.00
S 288.00
S 288.00
$ 1.70
$ 244.80
S
244.80
06842046
TRF SIG CBL (TY A)(14 AWG)(20 CONDE)
LF
730
$
5.00
$ 3,65000
S 3,650.00
S 5.00
S 3,650.00
$
3,650.00
0684 2082
TRF SIG CBL (TY C) (18 AWG) (2 CONDR)
LF
400
$
1.25
$ 500.00
S 500.00
S 3.60
$ 1,440.00
$
1,440.00
06862212
INS TRF SIG PL AM(S)2 ARM($5-36')ILSN
EA
1
$
19,500.00
$ 19,500.00
$ 19,500. DOS
19,448.00
S 19,448.00
S
19,448.00
06862214
INSTRFSG PLAM(S)2ARM55-36')LUNI&ILSN
EA
1
$
20,750.00
$ 20,750.00
$ 20,750.00
S 21,830.00
S 21,830.00
$
21,830.00
06872001
PED POLE ASSEMBLY
EA
4
$
2,375.00
$ 9,500.00 X;375.00
S 2,833.00
$ 11,332.00
$
11,332.00
62662001
VIVDS PROCESSOR SYSTEM
EA
I
$
7,500.00
S 7,500.00
S 7.50000
5 5,000.00
S 5,000.00
S
5,000.00
6266 2002
VIVDS CAMERA ASSEMBLY
EA
4
$ 1,500.00
S
6,000.00
S
6,000.00
$ 1,300.00
$
5,200.00
$
5,200.00
6266 2003
VIVDS SET-UP SYSTEM
EA
1
$ 950.00
$
950.00
S
950.00
$ 250.00
$
250.00
$
250.00
6266 2004
VIVDS CENTRAL CONTROL
EA
1
$ 4,500.00
$
4,500.00
S
4,500.00
S 3,200.00
$
3,200.00
$
3,200.00
6266 2005
VIVDS COMMUNICATION CABLE (COAXIAL)
LF
967
$ 3.25
$
3,142.75
$
3,142.75
$ 4.00
$
3,868.00
S
3,868.00
8116 2001
ETHERNET CABLE CAT 5
LF
235
$ 3.00
$
705.00
S
705.00
$ 2.00
$
470.00
$
470.00
8835 2001
ACCESSIBLE PEDESTRIAN SIGNAL UNITS
EA
4
$ 1,475.00
$
5,900.00
S
5,900.00
$ 1400.00
$
5,600.001
$
5,600.00
ILSN LEDx10 D)
EA
2
$ 4,100.00
$
8,200.00
$
8,200.00
$ 3.100.00
S
6,200.00
$
6,200.00
OPTICOM DETECTOR - GTT MODEL 722
EA
3
$ 1,390.00
$
4,170.00
$
4,170.00
S 1 00.00
$
3,600.00
$
3,600.00
OPTICOM PHASE SELECTOR - GTT MODEL 754
EA
1
$ 3,975.00
$
3,975.00
$
3,975.00
$ 4.659.00
$
4.659.00
$
4,659.00
OPTICOM CARD RACK - GTT MODEL 760
EA
1
$ 750.00
$
750.00
$
750.00
$ 392.00
$
392.00
$
392.00
OPTICOM CABLE - GTT MODEL 136
LF
615
$ 3.00
S
1,845.00
S
1,845.00
$ 4.00
S
2,460.00
$
2,460.00
DUAL BAND (2.4/5.8) WIRELESS ETHERNET RADIO
EA
1
$ 3,250.00
$
3,250.00
$
3.250.00
$ 2,000.00
$
2.000.00
$
2,000.00
HARDENED ETHERNET SWITCH
EA
1
$ 1.990.00
S
1,990.00
$
1,990.00
$ 1.100.00
$
1,100.00
$
1,100.00
SUM TOTAL
BID FORM VALUE
BID USED FOR COMPARISON
S
S
S
282,830.20
N 275,7u5.20
282,830.20
_2-5.70 20
S
S
S
264,893.70
S 265,593.70
265,593.70
'_64,893. 0