Loading...
R-12-11-20-G5 - 11/20/2012RESOLUTION NO. R -12-11-20-G5 WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering Services ("Contract") with CP&Y, Inc. for the IH 35 Ramp Reversals, US 79 to FM 3406 (Planning Phase) Project; and WHEREAS, CP&Y, 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 CP&Y, 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 CP&Y, 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 20th day of November, 2012. ALAN MCGRAW, Mayor City of Round Rock, Texas ATTEST: �"� t !I.Iu�► .•. L. WHITE, City Clerk O:\wdox\SCC1nts\0112\ 1204\MUNICIPAL\00262084. DOC EXHIBIT "All STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO. 1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: CP&Y INC. ("Engineer") ADDRESS: 10415 Morado Circle, Bldg 1, Suite 200, Austin, TX 78759 PROJECT: IH 35 Ramp Reversals, US 79 to FM 3406 (Planning Phase) 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 CP&Y, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract', on the 8th day of March, 2012 for the IH 35 Ramp Reversals, US 79 to FM 3406 (Planning Phase) Project in the amount of $586,981.30; 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 $482,736.57 to a total of $1,069,717.87; NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: 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. II. Article 4 Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $482,736.57 the lump sutra amount payable under the Contract for a total of $1,069,717.87, 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 Rev. 12/01/08 0199.1210; 00261711 84275 TX14RAMP Uate CITY OF ROUND ROCK By: Alan McGraw, Mayor Date Supplemental Contract 0199.1210; 00261711 TX14RAMP APPROVED AS TO FORM: Stephan L. Sheets, City Attorney ltev.12/01/08 84275 ADDENDUM TO EXHIBIT B Engineering Services The IH 35 Ramp Reversals Project will reconstruct the five access ramps on IH 35 between US 79 and FM 3406 and construct auxiliary lanes between the exit and entrance ramps on the both northbound and southbound frolitage roads. Construction on the IH 35 mainlines will also be necessary to tie the new relocated ramps into the mainlane pavement and to reconfigure the signing, striping and illumination as necessary. The configuration of these IH 35 improvements will be as shown on the 11135 Round Rock Ramp Reversals" project layout approved by the TxDOT Austin District. The project length along each frontage road is approximately 1.6 miles. The Engineer shall provide the necessary engineering and technical services for the completion of right-of-way mapping, Water Pollution Abatement Plan (WPAP), preparation of plans, specifications and estimates (PS&E), and bid phase services. Design services related to the design and plan production for this project will be performed in accordance with the latest available TxDOT manuals, guidelines, and standards available on the TxDOT website. The ramp design will be based on (411) design criteria, and the frontage road design will be based on (311) design criteria. Plans will be prepared on 11"x17" sheets per TxDOT criteria. The development of the project will be consistent with TxDOT design procedures and practices. This project will be developed utilizing Microstation V8i and Bentley Geopak V8i. Agency abbreviations are as follows: City of Round Rock (City) , Texas Department of Transportation ('i'%D0"I'), Texas Department of Transportation Environmental Division ("1'xDOT-ENV), Federal Highway Administration (FWI-iA), Capital Area Metropolitan Planning Organization (CAMPO), Transportation Improvement Plan (TIP), Statewide Transpoitation Improvement Program (STIP), Environmental Protection Agency (EPA), Texas liistorical Conuuission (THC), National Register of Historical Places (NRHP), Federal Emergency Management Agency (FEMA), Texas Commission on Environmental Quality (TCEQ). The tasks and products are more frilly described in the following TASK OUTLINE. TASK OUTLINE I. SURVEYING SERVICES A. RIGHT-OF-WAY (provided by Inland Ceodetics) I. It is assumed no proposed ROW, construction easements or drainage easements will be needed as a result of this project. Should they be required, right-of-way services will be handled as additional services. B. UTILITIES (provided by The Wallace Croup) 1. Subsurface Utility Engineering (SUE) (a) The project limits shall be along ili 35 from the north edge of the Brushy Creek bridge at the south end to Hoppe Trail at the north end. (b) The project consists of providing approximately five (5) QL-A Test Holes on the various underground utilities investigated along the project at -ea. (c) Definitions: (i) Quality Service .Level D (QL-D) — This level of service is inclusive of QL-B and consists of collecting existing utility record information (as -built) from utility purveyors, municipalities, counties and other agency suppliers within the area of investigation. Contact the TxDOT Permit Office to obtain available records of any utility crossing IH 35 within the project limits. (ii) Quality Service Level C (QL-C) —This level of service is inclusive of QL-B and consists of surveying and obtaining accurate horizontal position of visible utility surface features associated with the project area to be designated by the Engineer. (iii) Quality Service Level B (QL-B Designating Services) — Designate is to indicate, by marking with paint, the presence and approximate horizontal location of subsurface utilities using geophysical prospecting techniques, includnig, without limitations, electromagnetic, sonic, and acoustical techniques. I of 7 (iv) Quality Service Level A (QL-A Locating (Test i•lole) Services) — Locating services is to locate the accurate horizontal and vertical position of subsurface utilities by excavating a test hole using vacuum excavation techniques and equipment that is non-destructive to utilities. The Engineer (or his subconsul(ants) will not be responsible for any omission of utility information that is not obtainable via electromagnetic, sonic, or acoustical designating services. Nora -metallic piping, inactive electric and/or communication lines may or may not be found by electromagnetic, sonic or acoustical designating practices. The Engineer (or his subconsultants) do not warrant and/or guarantee that all existing utilities will be found. 11. PLANS, SPECIFICATIONS & ESTIMATE The engineer will develop and submit Plans, Specifications & Estimates (PS&E) plans at levels consistent with and required for TxDOT 60%, 90%, 100% and final mylars. 'file previous project layout phase is considered the 30% submittal. A. RIGHT-OF-WAY DATA AND UTILITY ADJUSTMENTS (provided b), CP&)J I. The Engineer will utilize subsurface utility data throughout the design process. A good faith effort will be made to accommodate existing utility locations. Utility conflicts will be identified during the design process to allow for relocation. The Engineer will coordinate with utility providers on necessary relocations. The Engineer shall include the existing utility information in the plans. 2. 'file Engineer will provide plan and profiles, culvert layouts, cross sections and other sheets as required to utility providers to assist them in any relocation efforts. 3. The Engineer will be present at all utility meetings. B. ROADWAY DESIGN CONTROLS (provided by CP& )' & HDR) 1. Miscellaneous Plans (provided by CP& )) (a) Prepare a project title sheet as required for the construction plans. (b) Prepare a detailed index of sheets that shows each sheet's location in the plan set, as well as its corresponding sheet number. Update this index throughout the submittal process to allow for easier reference during the review process. (c) Prepare project layout sheets at a scale of 1"=200' that clearly indicates the limits of the entire project. (d) Complete benchmark layout sheets at a scale of I"=200' that clearly indicate the benchmark locations and associated control information. These sheets will later be sealed or approved by a RPLS for submittal. 2. Roadway Plans & Geometry (a) General (provided bi, CP&)) (i) Complete existing typical sections depicting the existing conditions of the project roadways. (ii) Prepare a horizontal alignment data sheet depicting the horizontal geometric information for the project roadways to be included in the construction plan set. (iii) Develop Superelevation Data Sheets to be included in the construction plan set. These sheets will define the pavement cross slopes for the frontage road and ramp aligrunents and describe superelevation transition locations and values. (iv) Provide removal plan sheets at a scale of 1"=100'. Removal sheets shall indicate pavement and other pertinent items to be removed with sufficient detail to assure Contractor will have no problems understanding the intentions. Description of removal items including material shall be included. (b) Northbound Direction (provided by CP&) j (i) Complete NBML, NBFR, EXNB and ENNB proposed typical sections depicting the improvements to 1H 35 mainlanes, ramps, frontage roads and cross streets. (ii) Complete fi-ontage road plan and profile sheets depicting the proposed construction at a scale of 1"=100' H and I"=10' V. (iii) Prepare separate ramp plan and profile sheets at a scale of I"=100' H and 1"=10' V. (iv) Develop ramp gore layouts at the intersection of each ramp with its adjacent roadways at a scale of 1"=40. These layouts will show proposed grading, as well as station, offset, curb radius and curb locations. (v) Complete plait and profiles for the intersecting street of Bowman Rd. 2 of 7 (vi) Prepare supplemental grading sheets (intersection layouts) at a scale of 1"=50' for areas of the project that require additional grading information. It is anticipated that these sheets will be required in the location of the north and south tie-ins with the existing frontage road, and Bowman Rd. (c) Southbound Direction (provided by HDR) (i) Complete SBA4L, SBFR, EXSB, ENSB proposed typical sections depicting the improvements to IH 35 mainlanes, ramps, frontage roads and cross streets. (ii) Complete fi•ontage road plan and profile sheets depicting the proposed construction at a scale of I"=100' H and 1"=10' V. (iii) Prepare separate ramp plan and profile sheets at a scale of 1"=100' H and 1"=10' V. (iv) Develop ramp gore layouts at the intersection of each ramp with its adjacent roadways at a scale of 1"=40. These layouts will show proposed grading, as well as station, offset, curb radius and curb locations. (v) Prepare supplemental grading sheets at a scale of I"=50' for areas of the project that require additional grading information. It is anticipated that these sheets will be required in the location of the north and south tie-ins with the existing fi•ontage road and at the left turn lane on the frontage road at Sam Bass. 3. Grading and Details (a) Northbound Direction (provided by CP& 1) (i) Develop design cross sections at 50 -foot stations and other locations as necessary for the determination of cut and fill quantities. These sections will also be used to further refine the design vertical geometry. Cut and fill quantities determined from the design cross sections will be shown on the plan/profile sheets. Cross sections will not be developed as a deliverable for phased TCP. (ii) Prepare driveway details for each driveway along the project corridor that is affected. When possible these driveways will be defined in a tabular format. Unique driveways will require individual details defining there construction. (iii) Develop driveway profiles as required for the project. These profiles will be developed to show driveway tie -back slopes, as well as limits for the contractor's information. (iv) Develop miscellaneous roadway detail sheets for the project. The sheets will depict details required that are not defined in standard detail sheets. When possible TxDOT Statewide and TxDOT Austin District standards will be used for the project development. (b) Southbound Direction (provided by HDR) (i) Develop design cross sections at 50 -foot stations and other locations as necessary for the determination of curt and fill quantities. These sections will also be used to further refine tiie design vertical geometry. Cut and fill quantities determined from the design cross sections will be shown on the plan/profile sheets. Cross sections will not be developed as a deliverable for phased TCP. (ii) No driveway details are affected in the southbound direction. (iii) No driveway profiles are included in the scope of work for the southbound direction. (iv) Develop miscellaneous roadway detail sheets for the project. The sheets will depict details required that- are hatare not defi►ied in standard detail sheets. When possible T\DOT Statewide and T\DOT Austin District standards will be used for the project development. C. DRAINAGE DESIGN (provided by Haff Associates, hic.) 1. SW3P and Erosion Control (a) Erosion control plans will be prepared for the length of project. Temporary storm water management devices will be needed to minimize the sediment runoff during construction of this project. The anticipated design components to be utilized on this project are silt fence, sand bags, rock filter dams, sediment traps, and construction exits. One temporary erosion control plan will be developed with notes that indicate that the contractor is responsible for phasing the devices along with the construction sequencing. Permanent erosion control measures will be included on these sheets as well. (b) A Storm Water Pollution Prevention Plan (SW3P) will be prepared for this job in accordance with TCEQ regulations. These sheets will consist of the TxDOT SW3P text sheets that summarize erosion control measures. (c) Erosion control details will be prepared for any related items that are not covered by City or TxDOT standard details. 3 of 7 2. Drainage Design (a) Exterior drainage area maps will be finalized at a scale reasonable to fit drainage areas on an I Ix17 plan sheet. These maps will depict drainage area boundaries and flow d reetion arrows. Each area will be identified with a unique number to be used to find run-off information fi•om the calculation sheets. (b) Interior drainage area maps will be finalized at a scale of 1"=100'. These maps will depict drainage area boundaries and flow direction arrows. Each area will be identified with a unique number to be used to find run-off information from the calculation sheets. (c) Run-off to each inlet and ditch and inlet/ditch liydraulic information will be calculated in accordance with. TxDOT's Hydraulic Manual and shown on the run-off and inlet computation sheets in Geopak Drainage format. (d) Storm sewers/ditclies will be analyzed and computations will be prepared for the drainage design in Geopak Drainage format. (e) Drainage plan and profile sheets will be completed depicting locations of inlets, manholes, storm sewers, culverts, utilities, channel improvements, ditch locations and flowlines as required. These sheets will be prepared at a scale of I"=100'. Storni sewer/ditch profiles will be prepared at a scale of 1"=100' H and 1"=10' V. Storm sewer profiles will show pipe size and type, slope, existing and proposed ground lines above the pipe, pertinent hydraulic information, and locations and sizes of inlets and junctions. Ditch profiles will show depth, slope, existing and proposed ground lines, pertinent hydraulic uiformation and location and sizes of junctions with storm sewers or culverts. (f) Lateral profile sheets will be developed for the project drainage systems. These sheets will be developed at a scale of I"=100' H and 1"=10' V. (g) Culvert layout sheets will be developed for the project culverts not covered by storm sewer plan and profiles. These sheets will be developed at a scale of 1"=40' 1.1 and 1"=10' V. (h) The Engineer will prepare a tabular ditch layout schedule that depicts pertinent information about the roadside ditch geometry and design. This table will include station, offset, flow line elevation, ditch lining material, as well as ditch bottom width. The tables will be shown on the drainage plan sheets. (i) The Engineer shall provide drainage design details for "non-standard" drainage structures in instances where TxDOT standard details cannot be utilized. The Engineer shall use TxDOT standard details where practical. (j) The Engineer will identify areas within the construction of the storm sewer and culvert construction that will require trench protection or special shoring. D. WATER QUALITY (provided b), F1alJ)'Associ(-iles, Lrc.) I. Water Pollution Abatement Plan (WPAP) Completion (a) WPAP Submittal and TCEQ Coordination The WPAP will be submitted by Halff to TCEQ Austin Region I 1 staff for review and approval. Halff will pay the WPAP application fee as an expense under this contract. Halff will coordinate with TCEQ during the review process and address any issues that mayarise. Halff will promptly respond to and address any review comments fi•om the TCEQ with the goal of obtaining TCEQ approval in a timely manner. Coordination with TCEQ will also be provided during the construction phase of the project in the event that any WPAP compliance issues arise. Once the construction phase is complete, Halff will submit to the TCEQ the required notification that the terms of the WPAP have been satisfied. E. SIGNING, MARKINGS AND SIGNALIZATiON 1. Signing and Pavement Markings 6ji-ovided by CPR )) (a) Signing and Pavement marking layouts will be prepared at a scale of 1"=100'. Main lane and frontage road signs and markings will be shown all on one plan sheet. These layouts will depict striping and delineator type and location, as well as MBGF location, lengths, and end treatments. Each sign will have a corresponding number that will relate that sign to the sign sunimaries. (b) Pavement marking details will be prepared for instances in which the State's signing and striping standards do not apply, or are not appropriate. (c) Detail sheets for small signs will be prepared for non-standard signs. This sheet is intended to show the overall dimensions of the signs by determining letter size and spacing. Details will not be to scale. (d) Guide sign detail sheets will be prepared for new large guide andfor revisions to existing guide signs showing Hieb- dimensions, layout of text, directional arrows and shields, sign mount, border radius and background color. Details will not be to scale. (provided by Seiler Lankes Group) 4 of 7 (e) Guide sign support details will be prepared. These layouts will indicate design data, structure data, as well as drilled shaft data. A layout will be prepared showing appropriate dimensioning of tower heights, sign location, as well as clearance to the sign tower. (provided Uv Seiler Lankes Group) 2. Signalization (provided by HDR) Traffic signal plans will be prepared for the following locations: (i) Reconstruction of the existing signals from span wire to mast arms at the intersection of Old Settlers Blvd (FM 3406) and the IH 35 frontage roads. (a) The signal plans will be prepared at a scale of 1"=40' and will indicate existing conditions, location of signal poles, conduit, ground boxes, existing and proposed traffic control devices (signs and markings), existing utilities, and proposed roadway improvements. (i) Illumination will be installed on signal poles for safety lighting purposes. (ii) At each location, the illumination and signals will utilize separate circuits from a single electrical service. The Engineer will confirm the power source. (iii) The signals will be video actuated, utilizing mast arm design. (iv) Phasing and wiring plans will be prepared for the traffic signal installations. (v) Traffic signal elevations will be prepared showing the vertical clearance required for the mast arm design. (vi) The Engineer will coordinate with the City in identifying power sources, conduit runs, and will show them on the project plans. The Engineer shall identify potential overhead utility conflicts, and coordinate with the City and the utility company to help resolve the conflicts. (vii)ln the event that additional signals are warranted by the City, the design and plan production for those facilities will be addressed through a supplemental agreement to this work authorization. F. MISCELLANEOUS ROADWAY I. Retaining Walls (provided by HDR) (a) The Engineer will investigate each wall location and determine what the most suitable wall type is for each application. The anticipated wall type is MSE. (b) The Engineer will provide a location plan of all walls at a scale of I "=200'. The intent is to show the location of all walls in plan including the wall designation and beginning and ending stations. (c) The Engineer shall prepare retaining wall layouts at a max scale of I"=40'. The layouts will show plan and profile views of the retaining wall. It is assumed that two (2) retaining walls will be necessary for the project. (d) Non-proprietary wall designs (i.e., Tie -back, soil nailed, thrill shaft) are not included in this scope of work. 2. Traffic Control Plan (provided b), CPR Y) (a) Traffic control typical sections will be prepared for each stage of the construction sequence to clearly delineate the position of the existing traffic with respect to the proposed construction. Temporary traffic barriers and pavement markings will also be shown and dimensioned. (b) The Engineer will develop overview plans for each stage of traffic control. These plans will act as key maps for each phase of TCP and shall be developed at a I "=400' scale. (c) The Engineer will prepare I"=400' plan layouts of all advance warning signs for IH 35 and all cross streets. (d) A detailed narrative for the sequence of construction and traffic control general notes will be prepared and submitted to the City for review and incorporation into the plans. The narrative will include a phase -by - phase, step-by-step written account of the proposed activities throughout the construction process. This is intended to be a narrative account of the activities shown in the traffic control plan layouts. (e) Detailed traffic control plans will be prepared at a scale of l"=100'. These plans will be developed based on the City's approval of the conceptual plans developed at the schematic design level. This plan will describe the maintenance of traffic and sequence of work for each phase of the proposed construction. Detour alignments, location of work areas, temporary paving, temporary shoring, signing, barricades and other details will be required to describe the traffic control plan. The Engineer will be required to ensure that proper drainage can be maintained during each phase of construction. (f) Detour layouts will be prepared showing plan & profiles where required to define the geometry for detours required in the traffic control plans. When widening is required that can be defined based on existing pavement slopes, a detour profile will not be prepared. These layouts will be prepared at a scale of I "=100' H and 1"=10' V. 5 of 7 (g) The Engineer will prepare temporary shoring profiles for temporary shoring required during construction sequencing. These profiles will be prepared at a scale of I"=100' H and 1"=10' V. Existing ground and top of shoring will be depicted on these sheets, as well as existing ground and top of shoring elevations indicated every 50 feet. (h) Traffic control details will be developed for items not covered by State standard drawings. (i) The Engineer will attend one meeting to present the traffic handling scheme to the TxDOT's Safety Review Committee. The Engineer will be responsible for incorporating the comments of the Safety Review Committee in the traffic control plans. Additional scope of services for items such as public presentations of the traffic handling plan or any additional meetings will be handled through a supplemental agreement to this scope of services. (j) An Engineer's opinion of construction schedule will be computed in order to determine an approximate duration for each of the phases of construction. The schedule will be prepared using SureTrak. 3. Illumination (provicled b),CP&I) (a) The Engineer will indicate safety lighting for (lie gores of ramps along the project corridor. Safety lighting will be shown only on the continuous lighting layouts. (b) The Engineer shall provide electrical circuit plans and details for the roadway lighting systems within the project limits. (c) The Engineer will coordinate with (he State in identifying power sources, conduit runs, and will show them on the project plans. The Engineer shall identif}, potential overhead utility conflicts, and coordinate with the State and the utility company to help resolve the conflicts. 4. Quantities Quantities will be tabulated for each of the following and as necessary to bid this project: (a) Traffic Control (per each phase) (provided by CP&)) (b) Earthwork (provided by CP&Y & HDR) (c) Roadway (provided b), CP&Y & HDR) (d) Retaining Walls (provided by HDR) (e) Removal (provided by CP& )) (f) Drainage related items including inlets, manholes and storm sewer pipes (g) Small Signs (provided by MU) (h) Large Signs (provided by Seiler Lankes Group) (i) Pavement Markings (provided b)' CP& )) 0) Signals (provided by HDR) (k) illumination (provided by CP& )) (1) Erosion Control and SW3P (provided by Hallp 5. Summary Sheets (provicled by HaliD Quantities that are calculated will be tabulated on individual summary sheets for inclusion in the construction plans: (a) Traffic Control (per each phase) (provided by CP&Y) (b) Earthwork (provicled by C'P&Y & HDR) (c) Roadway (provider! by CP&Y & HDR) (d) Retaining Walls (provided by HDR) (e) Removal (provided by CP& 19 (1) Drainage related items including inlets, manholes and storm sewer pipes (provided by Hao (g) Small Signs (provided by CP& I) (h) Large Signs (provided by Seiler Lankes Group) (i) Pavement Markings (provided by C'P&)) (I) Signals (provicled b), HDR) (k) IIlumination (provided by CP& )) (1) Erosion Control and SW3P (provided by Hcrl/n 6. Standards, Specifications and Estimate (provided by CP& Y, HDR, H(rlff acrd Seiler Lankes Group) (a) The Engineer will download the appropriate TsDOT standards for the project from the State's web site. Standards that require modification will be corrected and sealed by the Engineer. All other standards will have their title blocks filled out with the applicable project data and printed for inclusion in the final plan set. The Engineer will utilize TxDOT Austin District standards when applicable. 6 of 7 (b) A tabulation of applicable specifications, special specifications and special provisions will be prepared f'or submission with the final PS&E package. (c) The Engineer will review general notes provided by the TxDOT for applicability to the project. The Engineer will mark-up a set and return it to the County for their inclusion in the final plan set. The Engineer will work with County and TxDOT to complete the basis of estimate prior to beginning quantity calculations. (d) An opinion of probable construction cost will be prepared at the 60% and prior to final PS&E submittal, and supplied to the State in Microsoft Excel format. Opinion of probable cost will also be broken out for each bridge class structure. (e) An Engineer's opinion of construction schedule shall be computed in order to determine an approximate duration for each of the phases of construction. The schedule shall be prepared using Microsoft Project. III, PROJECT MANAGEMENT A. Project Management (provided by CP& )) ). Create and submit monthly invoices suitable for payment by the City. 2. Prepare monthly progress reports for submission with the monthly invoices to provide a written account of the progress made to date on the project. 3. Meet formally once a month with the City to review project progress. 4. Prepare project meeting summaries for applicable meetings during the project development process. 5. Meet with property owners, stakeholders, and the City staff as required through the project development process. G. Establish and attend periodic progress meetings (approximately once a month) with TxDOT. 7. The Engineer will have internal meetings with the consultant design team every two weeks for the length of the project. It is assumed that these meetings will include key personnel fi-onn each discipline and will be required to discuss and resolve project issues. S. The Engineer shall prepare and execute contracts with sub -consultants, monitor sub -consultants activities (stall and schedule), complete nnonthly reports and review and recommend approval of sub -consultant invoices. 9. Coordinate and review subconsultant work activities and submittals. Tine Engineer will review and coordinate work of sub -consultants to ensue quality products are delivered to the City. The Engineer will also be responsible for the consistency and coordination between plans developed by each sub -consultant on the design team. 10. The Engineer shall formally close out the project and perforin a documented archive process. IV. BID AND CONS'T'RUCTION PHASE SERVICES A. BID PHASE SERVICES (provided b), CP&)) 1. The Engineer will coordinate with the City and TxDOT in all aspects of the bid process. 2. The Engineer will provide supporting documents and data to TxDOT during the letting process. B. CONSTRUCTION PHASE SERVICES 1. Construction phase services will be performed under a supplemental agreement. 7 of7 ADDENDUM TO EXHIBIT C Worlc Schedulc Duration Completion Date Notice to Proceed N/A Nov 1, 2012 60% PS&E 46 Dec 17, 2012 60% PS&E Review 15 Jan 1, 2013 90% PS&E 48 Feb 18, 2013 90% PS&E Review 21 Mar 11, 2013 District Plan Review 15 Mar 26, 2013 100% Mylar PS&E 15 Apr 10, 2013 TxDOT Letting 145 Sep 2, 2013 Construction Start 45 Oct 17, 2013 Construction Complete 365 Oct 17, 2014 rYY y ADDENDUM TO EXHIBIT D Tee Schedule For the services described under Exhibit B, we request compensation on a lump sum basis for all services. The estimated hours and dollars to accomplish this work are shown below. The breakdowns for man- hours and costs per function code are shown on the following pages. ESTIMATE OF MAXIMUM COMPENSATION - (See attached summary SALARY COSTS -LUMP SUM Project Manager 192 Hrs. @i $61.00 = $ 11,712.00 Senior Engineer 341 Hrs. a $48.00 = $ 16,368.00 Design Engineer 390 Hrs. @ $39.00 = $ 15,210.00 EI7' 1,348 Hrs. @i $30.00 = $ 40,440.00 Admin / Clerical 20 Hrs. a $22.00 = $ 440.00 SALARY COSTS SALARY RELATED COST (185.00 %) TOTAL LABOR COSTS FIXED FEE (12%) TOTAL SALARY COSTS EXPENSES Subtotal Direct Expenses Subconsultant Expenses HDR Engineering Halff Associates Seiler Lankes Group The Wallace Group, Inc. Subtotal TOTAL EXPENSES $ 84,170.00 $ 84,170.00 $ 155,714.50 $ 239,884.50 $ 28,786.14 $ 268,670.64 $ 2,266.00 $ 125,000.00 $ 65,651.13 $ 15,948.80 $ 5,200.00 $ 211,799.93 $ 214,065.93 TOTAL SALARY COSTS + EXP AMOUNT PAYABLE $ 482,736.57 111 ROUND ROCK, TEXAS City Council Agenda Summary Sheet PURPOSE. PASSIOK PROSPERITY. Agenda Item No. G5. Consider a resolution authorizing the Mayor to execute Supplemental Contract No. 1 with Agenda Caption: CP&Y, Inc. for the IH -35 Ramp Reversals, US 79 to FM 3406 Project. Date: November 20, 2012 Department: Transportation Department Staff Person making presentation: Gary Hudder Transportation Director Item Summary: Interstate Highway 35 (IH -35) in Round Rock serves as the spine of our transportation system. Access to and from IH -35, as well as crossing IH -35, can have significant impacts on the entire roadway network. In addition, IH -35 serves as access for some of the most viable commercial real estate in our community, due to the large volumes of traffic on this road each day. For these reasons, IH -35 was ranked as the number one transportation problem in our community in the approved 5 Year Capital Improvement Plan (CIP). This contract with CP&Y, Inc. includes PS&E for the reversals of the entrance and exit ramps on IH -35 and the addition of an auxiliary lane on the frontage road between FM 3406 and US 79. This work will have many benefits: it will significantly improve access to the numerous commercial properties along the frontage road; it will reduce congestion at the intersections by allowing traffic to by-pass the intersection via the interstate main -lanes; and it will eliminate a bottleneck on the IH -35 northbound main lanes at US 79. Work performed under the original contract consisted of all environmental documents, all items necessary to obtain federal and state approval for this project, and 30% design plans at a cost of $586,981.30. Supplemental Contract No. 1 is needed to complete the design phase of this project and to proceed to the construction phase of this project. The cost of Supplemental Contract No. 1 is $482,736.57, bringing the new contract total to $1,069,717.87. Cost: $482,736.57 Source of Funds: Type B Recommended Action: Approval � J i � z LLMJ O X � O w cl STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO. 1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: CP&Y, INC. ("Engineer") ADDRESS: 10415 Morado Circle, Bldg I, Suite 200, Austin, TX 78759 PROJECT: IH 35 Ramp Reversals, US 79 to FM 3406 (Planning Phase) "Phis 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 CPRY, Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 8Th day of March, 2012 for the IH 35 Ramp Reversals, US 79 to FM 3406 (Planning Phase) Project in the amount of $586,981.30; 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 $482,736.57 to a total of $1,069,717.87; NOW THEREFORE, premises considered, the City and the Engineer agree that said Contract is amended as follows: I. 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. II. Article 4, Compensation and Exhibit D, Fee Schedule shall be amended by increasing by $482,736.57 the lump sum amount payable under the Contract for a total of $1,069,717.87, as shown by the attached Addendti n_to_Exhibit D. IN WITNESS WHEREOF, the City and the Engineer have executed this Supplemental Contract in duplicate. Supplemental Contract Rev. 12/0I/08 0149.1210;00261711 84275 TX14RAMP I NPIM CITY OF ROUND ROCK AP VED AS FORM: By: Alan McGraw, Mayor Stepha-A L. Sheets, City Attorney 1 � • Zo • Date Supplemental Contract Rev. 12/01/08 0199.1210; 00261711 84275 TX14RAMP ADDENDUM TO EXHIBIT B Engineei-ing Sei-vices The I1-1 35 Ramp Reversals Project will reconstruct the five access ramps on IH 35 between US 79 and FM 3406 and construct auxiliary lanes between the exit and entrance ramps on the both northbound and southbound frontage roads. Construction on the IH 35 inainlanes will also be necessary to tie the new relocated ramps into the mainlane pavement and to reconfigure the signing, striping and illumination as necessary. The configuration of these IH 35 improvements will be as shown on the "IH 35 Round Rock Ranip Reversals" project layout approved by the TxD0'f Austin District. The project length along each frontage road is approximately 1.6 miles. The Engineer shall provide the necessary engineering and technical services for the completion of right-of-way mapping, Water Pollution Abatement Plan (WPAP), preparation of plans, specifications and estimates (PS&E), and bid phase services. Design services related to the design and plan production for this project will be performed in accordance with the latest available TxDOT manuals, guidelines, and standards available on the TxDOT website. The ramp design will be based on (4R) design criteria, and the frontage road design will be based on (3R) design criteria. Plans will be prepared on 11"xl7" sheets per TxDOT criteria. The development of the project will be consistent with TxDOT design procedures and practices. This project will be developed utilizing Microstation V8i and Bentley Geopak V8i. Agency abbreviations areas follows: City of Round. Rock (City) , Texas Department of Transportation (TxDOT), Texas Department of Transportation Environmental Division (TXDO'I'-ENV), Federal Highway Administration (FWHA), Capital Area Metropolitan Planning Organization (CAiviPO), Transportation Improvement Plan (TiP), Statewide Transportation Improvement Program (STIP), Environmental Protection Agency (EPA), Texas Historical Commission (THC), National Register of Historical Places (NRHP), Federal Emergency Management Agency (FEMA), Texas Commission on Environmental Quality (TCEQ). The tasks and products are more fully described in the following TASK OUTLrN1E. TASK OUTLINE I. SURVEYING SERVICES A. RIGHT-OF-WAY (provicled by Inland Geodelics) I. it is assumed no proposed ROW, construction casements or drainage easements will be needed as a result of this project. Should they be required, right-of-way services will be handled as additional services. B. UTILITIES (pt•or,ided by The 1Vallace Grroty)) 1. Subsurface Utility Engineering (SUE) (a) The project limits shall be along iH 35 from the north edge of the Brushy Creek bridge at the south end to Hoppe Trail at the north end. (b) The project consists of providing approximately five (5) QL-A Test Moles on the various underground utilities investigated along the project area. (c) Definitions: (i) Quality Service Level D (QL-D) - This level of service is inclusive of QL-B and consists of collecting existing utility record information (as -built) front utility purveyors, municipalities, counties and other agency suppliers within the area of investigation. Contact the TxDOT Permit Office to obtain available records of any utility crossing IH 35 within the project limits. (ii) Quality Service Level C (QL-C) —This level of service is inclusive of QL-B and consists of surveying and obtaining accurate horizontal position of visible utility surface features associated with the project area to be designated by the Engineer. (iii) Quality Service Level B (QL-B Designating Services) — Designate is to indicate, by marking with paint, the presence and approximate horizontal location of subsurface utilities using geophysical prospecting techniques, includ'nig, ~without limitations, elect roniagnetic, sonic, and acoustical techniques. 1 of 7 (iv) Quality Service Level A (QL-A Locating (Test Hole) Services) -- Locating services is to locate the accurate horizontal and vertical position of subsurface utilities by excavating a test hole using vacuum excavation techniques and equipment that is non-destructive to utilities. 2.. The Engineer (or his subconsultants) will not be responsible for any omission of utility information that is not obtainable via electromagnetic, sonic, or acoustical designating services. Non-metallic piping, inactive electric and/or communication lines may or may not be found by electromagnetic, sonic or acoustical designating practices. The Engineer (or his subconsultants) do not warrant and/or guarantee that all existing utilities will be found. 11, PLANS, SPECIFICATIONS & ESTIMATE The engineer will develop and submit Plans, Specifications & Estimates (PS&F,) plans at levels consistent with and required for TxDOT 60%, 90%, 100% and final mylars. 'file previous project layout phase is considered the 30% submittal. A. RIGHT-OF-WAY DATA AND UTILITY ADJUSTMENTS (provided by CPK1) 1. The Engineer will utilize subsurface utility data throughout the design process. A good faitli effort will be made to accommodate existing utility locations. Utility conflicts will be identified during the design process to allow for relocation. The Engineer will coordinate with utility providers on necessary relocations. The Engineer shall include the existing utility information in the plans. 2. The Engineer will provide plan and profiles, culvert layouts, cross sections and other sheets as required to utility providers to assist them in any relocation efforts. 3. The Engineer will be present at all utility meetings. B. ROADWAY DESIGN CONTROLS (provideel by CM' K HDR) i. Miscellaneous Plans (Provided by CPK )') (a) Prepare a project title sheet as required for the construction plans. (b) Prepare a detailed index of sheets that shows each sheet's location in the plan set, as well as its corresponding sheet number. Update this index throughout the submittal process to allow for easier reference during the review process. (c) Prepare project layout sheets at a scale of 1 =200' that clearly indicates the limits of the entire project. (d) Complete benchmark layout sheets at a scale of 1 "=200' that clearly indicate the benchmark locations and associated control information. These sheets will later be sealed or approved by a RPLS for submittal. 2. Roadway Plans & Geometry (a) General (provided b), CPK1) (i) Complete existing typical sections depicting the existing conditions oft lie project roadways. (ii) Prepare a horizontal alignment data sheet depicting the horizontal geometric information for the project roadways to be included in the construction plan set. (iii) Develop Superelevation Data Sheets to be included in the construction plan set. These sheets will define the pavement cross slopes for the frontage road and ramp aligiunents and describe Superelevation transition locations and values. (iv) Provide removal plan sheets at a scale of I"=100'. Removal sheets shall indicate pavement and other pertinent items to be removed with sufficient detail to assure Contactor will have no problems understanding the intentions. Description of removal items including material shall be included. (b) Northbound Direction (provided by CMA) (i) Complete NBML, NBFR, EXNB and ENNB proposed typical sections depicting the improvements to IH 35 mainlanes, ramps, fi-ontage roads and cross streets. (ii) Complete frontage road plan and profile sheets depicting the proposed construction at a scale of I"=100' H and 1"=10' V. (iii) Prepare separate ramp plan and profile sheets at a scale of 1"-100' H and I"=10' V. (iv) Develop ramp gore layouts at the intersection of each ramp with its adjacent roadways at a scale of 1"=40. These layouts will show proposed grading, as well as station, offset, curb radius and curb locations. (v) Complete plait and profiles for the intersecting street of Bowman Rd. 2 of 7 (vi) Prepare supplemental grading sheets (intersection layouts) at a scale of 1 —50' for areas of the project that require additional grading information. It is anticipated that these sheets will be required in the location of the north and south tie-ins with the existing frontage road, and Bowman Rd. (c) Southbound Direction (provided by MDR) (i) Complete SBML, SBFR, EXSB, ENSB proposed typical sections depicting the improvements to IH 35 utainlanes, ramps, frontage roads and cross streets. (ii) Complete frontage road plan and profile sheets depicting the proposed construction at a scale of 1"-100' H and 1"=10' V. (iii) Prepare separate ramp plan and profile sheets at a scale of I"=100' H and 1"=10' V. (iv) Develop ramp gore layouts at the intersection of each ramp with its adjacent roadways at a scale of 1"=40. These layouts will show proposed grading, as well as station, offset, curb radius and curb locations. (v) Prepare supplemental grading sheets at a scale of i"=50' for areas of the project that require additional grading information. It is anticipated that these sheets will be required in the location of the north and south tie-ins with the existing frontage road and at the left turn lane on the frontage road at Sam Bass. 3. Grading and Details (a) Northbot►nd Direction (provided by Cf'& )) (i) Develop design cross sections at 50 -foot stations and other locations as necessary for the determination of cut and fill quantities. These sections will also be used to fti Cher refine the design vertical geometry. Cut and fill quantities determined front the design cross sections will be shown on the plan/profile sheets. Cross sections will not be developed as a deliverable for phased TCP. (ii) Prepare driveway details for each driveway along the project corridor that is affected. When possible these driveways will be defined in a tabular format. Unique driveways will require individual details defining there construction. (iii) Develop driveway profiles as required for the project. These profiles will be developed to show driveway tie -back slopes, as well as limits for the contractor's information. (iv) Develop miscellaneous roadway detail sheets for the project. The sheets will depict details required that are not defined in standard detail sheets. When possible TxDOT Statewide and TxDOT Austin District standards will be used for the project development. (b) Southbound Direction (provided by HDR) (i) Develop design cross sections at 50 -foot stations and other locations as necessary for the determination of cut and fill quantities. These sections will also be used to further refine the design vertical geometry. Cut and fill quantities determined ft-om the design cross sections will be shown on the plan/profile sheets. Cross sections will not be developed as a deliverable for phased TCP. (ii) No driveway details are affected in the southbound direction, (iii) No driveway profiles are uicluded in the scope of work for the southbound direction. (iv) Develop miscellaneous roadway detail sheets for the project. The sheets will depict details required that are not defined in standard detail sheets. When possible TxDOT Statewide and TxDOT Austin District standards will be used for the project development. C. DRAINAGE DESIGN (provided by HalffAssociaies, Inc.) 1. SW31? and Erosion Control (a) Erosion control plans will be prepared for the length of project. Temporary storm water management devices will be needed to minimize the sediment runoff during construction of this project. The anticipated design components to be utilized on this project are silt fence, sand bags, rock filter dams, sediment traps, and construction exits. One temporary erosion control plan will be developed with notes that indicate that the contractor is responsible for phasing the devices along with the construction sequencing. Permanent erosion control measures will be included on these sheets as well. (b) A Storm Water Pollution Prevention Plan (SW3P) will be prepared for this job in accordance with TCEQ regulations. These sheets will consist of the TxDOT SW3P text sheets that summarize erosion control measures. (c) Erosion control details will be prepared for any related items that are not covered by City or TxDOT standard details. 3 of7 2. Drainage Design (a) Exterior drainage area maps will be finalized at a scale reasonable to fit drainage areas on an I Ix17 plan sheet. These snaps will depict drainage area boundaries and flow direction arrows. Each area will be identified with a unique number to be used to find run-off information fi-onr the calculation sheets. (b) Interior drainage area maps will be finalized at a scale of I"=100'. Tliese maps will depict drainage area boundaries and flow direction arrows. Each area will be identified with a unique number to be used to find run-off information from the calculation sheets. (c) Run-off to each inlet and ditch and inlet/ditch hydraulic information will be calculated in accordance with TxDOT's Hydraulic Manual and shown on the run-off and inlet computation sheets in Geopak Drainage format. (d) Storm sewers/ditches will be analyzed and computations will be prepared for the drainage design in Geopak Drainage format. (e) Drainage plan and profile sheets will be completed depicting locations of inlets, manholes, storm sewers, culverts, utilities, channel improvements, ditch locations and flowlines as required. These sheets will be prepared at a scale of 1"=100'. Storm sewer/ditch profiles will be prepared at a scale of i"-100' H and 1"=10' V. Storm sewer profiles will show pipe size and type, slope, existing and proposed ground lines above the pipe, pertinent hydraulic information, and locations and sizes of inlets and junctions. Ditch profiles will show depth, slope, existing and proposed ground lines, pertinent hydraulic hrformation and location and sizes of junctions with storm sewers or culverts. (f) Lateral profile sheets will be developed for the project drainage systems. These sheets will be developed at a scale of 1"=100' 11 and 1"=l0' V. (g) Culvert layout sheets will be developed for the project culverts not covered by storm sewer plan and profiles. These sheets will be developed at a scale of 1 "=40' 1-1 and I"= 10' V. (h) The Engineer will prepare a tabular ditch layout schedule that depicts pertinent information about the roadside ditch geometry and design. This table will include station, offset, flow line elevation, ditch lining material, as well as ditch bottom width. The tables will be shown on the drainage plan sheets. (i) The Engineer shall provide drainage design details for "non-standard" drainage structures in instances where TxDOT standard details cannot be utilized. The Engineer shall use TxDOT standard details where practical. Q) The Engineer will identify areas within the construction of the storm sewer and culvert construction that will require trench protection or special shoring. D. WATER QUALITY (p)-orided b), Ilal/J'Associates, Irtc.) 1. Water Pollution Abatement Plan (WPAP) Completion (a) WPAP Submittal and TCEQ Coordination The WPAP will be submitted by Halff to TCEQ Austin Region 1 I staff for review and approval. Halff will pay the WPAP application fee as an expense under this contract. Halff will coordinate with TCEQ during the review process and address any issues that may arise. Halff will promptly respond to and address any review comments from the TCEQ with the goal of obtaining TCEQ approval in a timely manner. Coordination with TCEQ will also be provided during the construction phase of the project in the event that any WPAP compliance issues arise. Once the construction phase is complete, Halff will submit to the TCEQ the required notification that the terms of the WPAP have been satisfied. E. SIGNING, MARKINGS AND SIGNALiZATION 1. Signing and Pavement Markings Owovided by C:P& )) (a) Signing and Pavement marking layouts will be prepared at a scale of V=100'. Main lane and frontage road signs and markings will be shown all on one plan sheet. These layouts will depict striping and delineator type and location, as well as MBGF location, lengths, and end treatments. Each sign will have a corresponding number that will relate that sign to the sign summaries. (b) Pavement marking details will be prepared for instances in which the State's signing and striping standards do not apply, or are not appropriate. (c) Detail sheets for small signs will be prepared for non-standard signs. This sheet is intended to show the overall dimensions of the signs by determining letter size and spacing. Details will not be to scale. (d) Guide sign detail sheets will be prepared for new large guide and/or revisions to existing guide signs showing thein dimensions, layout of text, directional arrows and shields, sign mount, border radius and background color. Details will not be to scale. (provi(led bi, Seiler Lankes Group) 4 of 7 (e) Guide sign support details will be prepared. These layouts will indicate design data, structure data, as well as drilled shaft data. A layout will be prepared showing appropriate dimensioning of tower heights, sign location, as well as clearance to the sign tower. (provi(led 4), Seiler Lankes Group) 2. Signalization (provided b), HDR) Traffic signal plans will be prepared for the following locations: (i) Reconstruction of the existing signals from span wire to mast arms at the intersection of Old Settlers Blvd (FM 3406) and the IH 35 frontage roads. (a) The signal plans will be prepared at a scale of 1"=40' and will indicate existing conditions, location of signal poles, conduit, ground boxes, existing and proposed traffic control devices (signs and markings), existing utilities, and proposed roadway improvements. (i) Illumination will be installed on signal poles for safety lighting purposes. (ii) At each location, the illumination and signals will utilize separate circuits from a single electrical service. The Engineer will confirm the power source. (iii) The signals will be video actuated, utilizing mast arm design. (iv) Phasing and wiring plans will be prepared for the traffic signal installations. (v) Traffic signal elevations will be prepared showing the vertical clearance required for the mast arm design. (vi) The Engineer will coordinate with the City in identifying power sources, conduit runs, and will show them on the project plans. The Engineer shall identify potential overhead utility conflicts, and coordinate with the City and the utility company to help resolve the conflicts. (vii)ln the event that additional signals are warranted by the City, the design and plan production for those facilities will be addressed through a supplemental agreement to this work authorization. F. MISCELLANEOUS ROADWAY 1. Retaining Walls (provided b), MDR) (a) The Engineer will investigate each wall location and determine what the most suitable wall type is for each application. The anticipated wall type is MSE. (b) The Engineer will provide a location plan of all walls at a scale of I "=200'. The intent is to show the location of all walls in plan including the wall designation and beginning and ending stations. (c) The Engineer shall prepare retaining wall layouts at a max scale of 1"=40'. The layouts will show plan and profile views of the retaining wall. It is assumed that two (2) retaining walls will be necessary for the project. (d) Non-proprietary wall designs (i.e., Tie -back, soil nailed, drill shag) are not included in this scope of work. 2. Traffic Control Plan (provided by CP&Y) (a) Traffic control typical sections will be prepared for each stage of the construction sequence to clearly delineate the position of the existing traffic with respect to the proposed construction. Temporary traffic barriers and pavement markings will also be shown and dimensioned. (b) The Engineer will develop overview plans for each stage of traffic control. These plans will act as key maps for each phase of TCP and shall be developed at a 1 "=400' scale. (c) The Engineer will prepare 1 =400' plan layouts of all advance warning signs for IH 35 and all cross streets. (d) A detailed narrative for the sequence of construction and traffic control general notes will be prepared and submitted to the City for review and incorporation into the plans. The narrative will include a phase -by - phase, step-by-step written account of the proposed activities throughout the construction process. This is intended to be a narrative account of the activities shown in the traffic control plan layouts. (e) Detailed traffic control plans will be prepared at a scale of 1"-100'. 'These plans will be developed based on the City's approval of the conceptual plans developed at the schematic design level. This plan will describe the maintenance of traffic and sequence of work for each phase of the proposed construction. Detour alignments, location of work areas, temporary paving, temporary shoring, signing, barricades and other details will be required to describe the traffic control plan. The Engineer will be required to ensure that proper drainage can be maintained during each phase of construction. (f) Detour layouts will be prepared showing plan & profiles where required to define the geometry for detours required in the traffic control plans. When widening is required that can be defined based on existing pavement slopes, a detour profile will not be prepared. These layouts will be prepared at a scale of I "=I00' H and P= V. 5 of 7 (g) The Engineer will prepare temporary shoring profiles for temporary shoring required daring construction sequencing. These profiles will be prepared at a scale of l"-100' 1-1 and 1"-10' V. Existing ground and top of shoring will be depicted on these sheets, as well as existing ground and top of shoring elevations indicated every 50 feet. (h) Traffic control details will be developed for items not covered by State standard drawings. (i) The Engineer will attend one meeting to present the traffic handling scheme to the TxDOT's Safety Review Committee. The Engineer will be responsible for incorporating the comments of the Safety Review Committee in the traffic control plans. Additional scope of services for items such as public presentations of the traffic handling plan or any additional meetings will be handled through a supplemental agreement to this scope of services. (j) An Engineer's opinion of construction schedule will be computed in order to determine an approximate duration for each of the phases of construction. The schedule will be prepared using SureTrak. 3. Illumination (provided by CP&I) (a) The Engineer will indicate safety lighting for the gores of ramps along the project corridor. Safety lighting will be shown only oil the continuous lighting layouts. (b) The Engineer shall provide electrical circuit plans and details for the roadway lighting systems within the project limits. (c) The Engineer will coordinate with the State in identifying power sources, conduit runs, and will show them ou the project plans. The Engineer shall identit}, potential overhead utility conflicts, and coordinate with the State and the utility company to help resolve the conflicts. 4. QllalltltlCS Quantities will be tabulated for each of the following and as necessary to bid this project: (a) Traffic Control (per each phase) (provided by CPQ+,)) (b) Earthwork (provided by C'P&Y & HDR) (c) Roadway (provided by CP&Y & HDR) (d) Retaining Walls (provided by HDR) (e) Removal (provided b), CP& )) (t) Drainage related items including inlets, manholes and storm sewer pipes (g) Small Signs (provided by C'P&1) (h) Large Signs (provided by &ilex Lankes Group) (i) Pavement Markings (provided by CP&Y) Q) Signals (provided b), HDR) (k) Illumination (Provided by CP& )) (l) Erosion Control and SW3P (provided by Hall)) 5. Summary Sheets (provided by Halfl) Quantities that are calculated %gill be tabulated on individual summary sheets for inclusion in the construction plans: (a) Traffic Control (per each phase) (provide(l by CP&Y) (b) Earthwork (Provided by C'P&Y & HDR) (c) Roadway (provided by CP&Y & HDR) (d) Retaining Walls (pros+icled by HDR) (e) Removal (provided by CP &- I) (f) Drainage related items including inlets, manholes and storm sewer pipes (provided bj, HaM (g) Small Signs (Provided by CP& )) (h) Large Signs (provided by Seiler Lankes Group) (i) Pavement Markings (provided by C'P& 1) (i) Signals (provided b), HDR) (k) IIlumination (provided by CP&Y) (1) Erosion Control and SW3P (provided by Hal>j) 6. Standards, Specifications and F,stimatc (provided by (P&,), HDR, Holfjand Seiler Lankes Group) (a) The Engineer will download the appropriate TxDOT standards for the project from the State's web site. Standards that require modification will be corrected and sealed by the Engineer. All other standards will have their title blocks filled out with the applicable project data and printed for inclusion in the final plan set. The Engineer will utilize TxDOT Austin District standards when applicable. 6 of 7 (b) A tabulation of applicable specifications, special specifications and special provisions will be prepared fbr submission with the final PS&E package. (c) The Engineer will review general notes provided by the TxDOT for applicability to the project. The Engineer will mark-up a set and return it to the County for their inclusion in the final plan set. The Engineer will work with County and TxDOT to complete the basis of estimate prior to beginning quantity calculations. (d) An opinion of probable construction cost will be prepared at the 60% and prior to final PS&E submittal, and supplied to the State in Microsoft Excel format. Opinion of probable cost will also be broken out for each bridge class structure. (e) An Engineer's opinion of construction schedule shall be computed in order to determine an approximate duration for each of the phases of construction. Tile schedule shall be prepared using Microsoft Project. III. PROJECT MANAGI M.ENT A. Project Management (provided bj, CP& )) 1. Create and submit monthly invoices suitable for payment by the City. 2. Prepare monthly progress reports for submission with the monthly invoices to provide a written account of the progress made to (late on the project. 3. Meet formally once a month with the City to review project progress. 4. Prepare project meeting summaries for applicable meetings during the project development process. S. Meet with property owners, stakeholders, and the City staff as required through the project development process. 6. Establish and attend periodic progress meetings (approximately once a month) with "TxDOT. 7. The Engineer will have internal meetings with the consultant design team every two weeks for the length of the project. It is assumed that these meetings will include key personnel from each discipline and will be required to discuss and resolve project issues. S. The Engineer shall prepare and execute contracts with sub -consultants, monitor sub -consultants activities (staff and schedule), complete monthly reports and review and recommend approval of sub -consultant invoices. 9. Coordinate and review subconsultant work activities and submittals. The Engineer will review and coordinate work of sub -consultants to ensure quality products are delivered to the City. The Engineer will also be responsible for the consistency and coordination between plans developed by each stub -consultant on the design team. 10. The Engineer shall formally close out the project and perforin a documented archive process. IV. BID AND CONSTRUCTION PHASE SERVICES A. BID PHASE SERVICES (provided b), CP& t) 1. The Engineer will coordinate with the City and TxDOT in all aspects of the bid process. 2. The Engineer will provide supporting documents and data to TxDOT during the letting process. B. CONSTRUCfION PHASE SERVICES 1. Construction phase services will be performed under a supplemental agreement. 7 of ADDENDUM TO EXHIBIT C Work Schedule Duration Completion Date Notice to Proceed NIA Nov 1, 2012 60% PS&E 46 Dec 17, 2012 60% PS&E Review 15 Jan 1, 2013 90% PS&E 48 Feb 18, 2013 90% PS&E Review 21 Mar 11, 2013 District Plan Review 15 Mar• 26, 2013 100% Mylar PS&E 15 App' 10, 2013 TxDOT Letting 145 Sep 2, 2013 Construction Start 45 Oct 17, 2013 Construction Complete 365 Oct 17, 2014 ADDENDUM TO EXHIBIT D Fee Schedule For the services described Linder Exhibit B, we request compensation on a lump sum basis for all services. The estimated lioars and dollars to accomplish this work are sliown below. The breakdowns for man- hours and costs per function code are shown on the following pages. ESTIMATE OF MAXIMUM COMPENSATION - (See attached summai-3, SALARY COSTS -LUMP SUM Project Manager 192 Hrs. @ $61.00 = $ 11,712.00 Senior Engineer 341 Hrs. a, $48.00 = $ 16,368.00 Design Engineer 390 Hrs. $39.00 = $ 15,210.00 Ell' 1,348 Hrs. $30,00— $ 40,440.00 Admin / Clerical 20 Hrs. @ $22.00 -= $ 440.00 SALARY COSTS SALARY RELATED COST (185.00 %) TOTAL LABOR COSTS FIXED FEE (12%) TOTAL SALARY COSTS EXPENSES Subtotal Direct Expenses Subconsultant Expenses HDR Engineering Ilalff Associates Seiler Lankes Group The Wallace Group, Inc. Subtotal TOTAL EXPENSES $ 84,170.00 $ 84,170.00 $ 1.55,714.50 $ 239,884.50 $ 28,786.14 $ 268,670.64 $ 2,266.00 $ 125,000.00 $ 65,651.13 $ 15,948.80 $ 5,200.00 $ 211,799.93 $ 214,065.93 TOTAL SALARY COSTS + EXP AMOUNT PAYABLE $ 482,736.57