Loading...
CM-06-12-215ROUND ROCK, TEXAS PURPOSE. f \SSION. PROSPERITY LETTER OF AGREEMENT FOR PROFESSIONAL SERVICES OF ACCESS AND LAND USE NEGOTIATION AND DOCUMENT EXECUTION This Letter of Agreement (LOA) is made and entered into between Fisher Hagood, Inc., (FH), a Civil and Structural Engineering Firm, and The City of Round Rock (CORR), a home rule city in the state of Texas, acted into effect on the date of the City Manager's signature. CORR and FH agreement is as follows: 1. Services Performed By Firm. Firm agrees to perform the following services: Scope for Requested Professional Services for the McNeil Road Corridor Enhancement Project To develop and execute encroachment and right -of -entry agreements for fifty-four (54) properties impacted in the McNeil Road Corridor Enhancement Project. This task was not included in the original Professional Services contract. Performance of this task includes, but is not limited to, the performance of sub -tasks such as the following: A Work with City Staff and the City's Legal Service Provider to develop a basic model agreement and set allowable modification limits for customizing to property specific. B Determine which and how properties are impacted, during all phases of construction, post construction, and future maintenance. This includes the impact on privacy, safety of residences and pets, vegetation, social events, improvements, life style, etc. at each impacted property. C Determine who and what signature(s) is needed on each agreement. D Develop and produce all the property specific agreements with required attachment documents, and project exhibits required for presentation(s) and/or inclusion in a mailing. E Contact the parties and/or their representative(s), as often as needed, to address a question or a modification they propose in the documentation. If the proposed modification is within the set limits, then make the change. If the proposed modification is not within the set limits, then inform the contact that issue is outside the scope of the agreement and needs to be addressed separately. ✓ Obtain the signature on each of the agreements. G Provide a notary at legal signature's in town scheduled meeting location. H File each of the fully executed documents in the Williamson County Courthouse. [ Track this task process from beginning though the filing of the last document. J Provide copies of the file documents to the City. 6111- O1O4a-r2)5 Fisher Hagood, Inc. Page 1 of 2 2. Services Performed By CORR. CORR agrees to perform the following services: A To meet with FH as needed to expedite the performance of this task. B To provide FH with copies of any existing document the City has related to this and similar task that FH requests. C To provide FH with City letter head to be used only for official commi.uiication made by FH on the behalf of the City related to this task. D To provide FH with. City logo to be used only for encroachment and right -of -entry agreements related to this task. E To meet with FH and the City's Legal Service Provider to develop a basic model agreement and set allowable modification limits for customizing the agreements to be property specific. F To assist FH in determination of who and what signature(s) is needed on an agreement. G To work with FH on issues as they occur during the implementation of this task. H To meet with landowner(s) to address issue(s) impeding FH performance on this task. Compensation By CORR. CORR agrees to compensate FH for said services as follows: A Base Fee Lump Sum: $10,000.00 (No Sales Tax) B Both parties understand that 'Base Fee Lump Sum' fee includes compensation for all hard and soft cost related to the total completion of this task, including materials, supplies, fling fees, postage (any delivery cost), communication, travel, reproduction, rentals, labor, overhead, equipment, and all other miscellaneous. There are not any reimbursable items. 3. CORR: City of Round Rock By: Type Title Address: me: James R. Nuse City Manager 221 East Main Street Round Rock, Texas 78664 (512) 218-5401 (512) 218-7097 Telephone: Facsimile: FH: Fisher Hagood, Inc. By: (k)44.tz Typed Name: Title Address: Telephone: Facsimile: Julie Kern Principal / Contracts Manager One Chisholm Trail, Suite 5200 Round Rock, Texas 78681 (512) 244-1546 (512) 388-3698 Effective Day of��CJV , 2006 Fisher Hagood, Inc. Page 2 of 2 FEE SCHEDULE HOURLY RATE SCHEDULE CLASSIFICATION SALARY RATE HOURLY RATE* PROFIT @ 10% TOTAL STANDARD RATE Principal Project Manager $ 46.00 $ 155.02 $ 15.51 $ 170.53 Engineer $ 38.00 $ 128.06 $ 12.81 $ 140.87 Technician $ 16.00 $ 53.92 $ 5.40 $ 59.32 Field Representative $ 22.00 $ 74.14 $ 7.42 $ 81.56 Clerical $ 18.55 $ 62.51 $ 6.26 $ 68.77 y costs with a 2.37 multiplier. EXPERT TESTIMONY, IF REQUIRED BY THE CITY MINIMUM 4 HOURS PER DAY CLASSIFICATION TOTAL STANDARD RATE TOTAL EXPERT TESTIMONY RATE* Principal Project Manager $ 170.53 $ 213.16 Engineer $ 140.87 $ 176.09 Technician $ 59.32 $ 74.15 Field Representative $ 81.56 $ 101.95 es are based on "Total Standard Rate" with a 1.25 multiplier. ENCROACHMENT AGREEMENT SERVICES FEE McNeil Corridor Enhancements Breakdown for Services attributable to Encroachment Agreements Hours Hrly Rate Total Principal Project Manager 20 $170.53 $3,410.60 Field Representative 24 81.56 $1,957.44 Technician 15 59.32 $889.80 Clerical 40 68.77 $2,750.80 TOTAL LABOR $9,008.64 Expense Reimbursement Filing Fees, Postage, Mileage, Supplies (Envelopes, Etc.), Copies $901.24 10% $991.36 TOTAL SERVICES REQUESTED $10,000.00 I - n�t��a-ats Q C 2 E yy N C C o N_) yO° W cel o .9 w °o f c r 4m 2 t 2 Z d 2 iaL 0. N o . m Um l o o EE z o8aw b, o .tic `_° aoa m co o ocA aZ'g E s y O O '1;2 t orn(i o o Z H a 7:3 tm Om 0 m w Z LO_ - O LE cwmz(OZU O O O O 0 0 0 0 O O O O O M 0 N 0 00 0 0000 00 0 0 O((3M 0 R O O O 0 O o 0 o O O N N N i0 W O o 0 O 0 0 0 0 (p 0) pp Z N N 4 0 N h 0 0 00 CO CO CO 1- (D CO. to coN7 N (NO 7 (D (o h r+ _ lA 7r 7r C69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 C 3 33 3 0-00 3 3N 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O L O 0 0d O O M,- M }I 0 (O 0 0 (fl (() T 69 6969 69 69696969 6969 6969 12 O C _ m 3 t1 c m v c J h E N `O i E ° T� V �, a; t d LL .= a d m V C rn @ 2 E 0 m O) E W = d ; 'T w m Q 0) t L E ,-7 U c E z 3 2 Zy m` O co — — oa . § 2E ? 1 a E v g to O O_ N% CQi w' H d U ccv , of ti a 9 P m c R E H G C Co a` 0SUU 05U a ii z°co t 2- z c an HZU O m Zi 0 0o 0 0000 00 000 u) (1) v O 00 0 0000 00 0000)0)I4) �(, �' O O O O U°) (10 O 0 (OA (D (V (f) M (D 0 a A mai(A in O to M 1- 0) Ni: 1,- N (� r . CO W. co L m Q N .- ,- (D N h N D) 2 z m 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 K t 4- 0 o0 0 0 0 0. 0 0 0 0 0 0 0 0 0 0 6 tri �0 3 NNIll ((4) M(O 69 69 69 69 69 69 69 69 •L 0. E UO • () O .2 _ C m E A (3 E O J 01 = d 0.47 en'. V ° -w� a N Q o- y 0 Z r O rn u 6) 0 md -2 Tou E c 5'Z 0 1-- yaz' = 2° w °0 C 0 wo 185.19 Cost/Agreement 69 "ROUND RUCK, TEXAS PURPOSE. PASSION. PROSPPRIPL RIGHT OF ENTRY FOR CONSTRUCTION AND MAINTENANCE, AND ACKNOWLEDGMENT AND CONSENT OF ENCROACHMENT AGREEMENT M`NEIL ROAD CORRIDOR IMPROVEMENTS The Right of Entry for Construction and Encroachment Agreement, hereinafter referred to as "Agreement", is made on the day of , 2004, between and , hereinafter referred to as "Owner", of lot block section in the Subdivision, and the City of Round Rock, Texas, a municipal corporation, hereinafter refereed to as "City." The Owner and the City hereby agree to the following: 1. The Owner, his heirs, successors, and assignees, does hereby grant to the City a right of entry for construction and maintenance of a fence/wall located on the property described in Exhibit "A", attached hereto and incorporated herein (the "Premises"). 2. By signing this Agreement, Owner, his heirs, successors, and assignees, acknowledges and consents to permanent encroachment onto the Premises of the above-described fence/wall. 3. These rights shall be in effect from the start date of construction and shall continue in perpetuity. 4. The City shall provide ongoing maintenance to the fence/wall. 5. This right of entry for construction and maintenance, and acknowledgment and consent of encroachment is granted for and in consideration of the sum of one dollar and no/100 ($1.00) and other good and valuable consideration to City. OWNER This instrument was acknowledged before me on this the day of , 200f by Not Public, State of texas My mmission Expires: • • FM 325 .„.„. .. • —1-1' Corridor Enhancement Program ROM ROCK, TEXAS Phase IPON KPIrTt SoGRAPHICS,COUNCIL AGENDA/ENGINEERING/MCNE1L ROAD CORR1DOR ENHANCEMENT FROG 11.12-02 RLR DATE: November 28, 2006 SUBJECT: City Manager's Signature - December 1, 2006 ITEM: Action authorizing the City Manager to execute a Letter of Agreement for Professional Services with Fisher Hagood, Inc. for work on the McNeil Corridor Enhancement Program. Department: Engineering & Development Services Staff Person: Daniel L. Halden, P.E., City Engineer Justification: Fisher Hagood, Inc. (FH) performed services for the City that were not within the scope of the Professional Services contract and is requesting compensation for said services. Staff considers the amount requested as full and reasonable compensation for the services performed. Funding: Cost: $ 10,000.00 Source: 2002 Issuance General Obligation Bond Funds Resources: Fisher Hagood, Inc. Background: In order to construct and maintain the McNeil Road corridor fencing, rights of entry and/or encroachment agreements on impacted abutting lots were required. These could be obtained by a mixture of easements or property acquisition. Funding was already subsidized on this project. Therefore, in consultation with the City's Legal Services Provider (Legal) it was determined that an encroachment agreement (EA) would be suitable. Legal also determined that all directly impacted properties required these EAs. A model EA was developed for this project (copy attached) and used to obtain the 54 EAs that were not included in the Professional Services Contract. FH was aware of budget constraints but desired to see the McNeil Road project move forward. Thus, FH agreed to assist with the EAs, in anticipation of requesting compensation at a later date, if the project was completed under the allocated funding. This Project did finish approximately $30,000.00 under allocated funds. This LOA total of $10,000.00 equates to approximately $185.20 per EA (FH's fee break down is attached). Staff feels this is an equitable price for the services and rights the City received (estimated acquisition of rights cost comparison attached). The LOA gives a break down of FH's services. In general, these efforts included preparation, securing and recording a customized EA with an attached color Exhibit of each impacted property. EA forms were mailed to all of the Owners with a letter requesting the return notarized signed EA in the enclosed pre -postage return envelope addressed to FH. Owners who did not return the EA were contacted individually to discuss the project. FH provided a notary when needed. Notarized EAs were recorded at the Williamson County Courthouse. Public Comment: N/A