Loading...
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