Loading...
R-13-01-10-F3 - 1/10/2013RESOLUTION NO. R -13-01-10-F3 WHEREAS, the City of Round Rock has previously entered into a Contract for Engineering Services ("Contract") with Baker-Aicklen and Associates, Inc. for the Southwest Downtown Infrastructure Improvements — Blair Street and Bagdad Street Project; and WHEREAS, Baker-Aicklen and Associates, 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 Baker-Aicklen and Associates, 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 Baker-Aicklen and Associates, 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 10th day of January, 2013. rpm A ALYN'MCGRAW,'ICTayor City of Round Rock, Texas ATTEST: q4g/�-aQtdt SARA L. WHITE, City Clerk O:\wdox\SCClnts\0112\ 1304\MIJNICIPAL\00265020.DOC EXHIBIT „A» STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO.1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: BAKER-AICKLEN AND ASSOCIATES, INC. ("Engineer") ADDRESS: 507 West Liberte Avenue, Round Rock, TX 78664 PROJECT: Southwest Downtown Infrastructure Impi,ovements — Blair Street and Bagdad Street 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 Baker-Aicklen and Associates Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract', on the 12th day of January, 2012 for the Southwest Downtown Infrastructure Improvements — Blair Street and Bagdad Street Project in the amount of $173,827.51; 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 $650,259.50 to a total of $824,087.01; 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 $650,259.50 the lump sum amount payable under the Contract for a total of $824,087.01, 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 0199.7195; 00263685 84275 BAKER-AICKLEN AND ASSOCIATES, INC. By:�- R- �2✓i Gt .�'�t/�8n . j/i Cr Der,2-0/ Date CITY OF ROUND ROCK Alan McGraw, Mayor Date Supplemental Contract 0199.7195;00263685 2 APPROVED AS TO FORM: Stephan L. Sheets, City Attorney Rev. 12/01 /08 84275 ADDENDUM TO EXHIBIT B Engineering Services The work to be performed under this contract will consist of providing professional engineering and landscape architecture services for the development of design plans for proposed roadway, parking, drainage, stormwater, water quality, utility, illumination, irrigation, landscaping, and pedestrian improvements for Florence Street, Blair Street, Round Rock Avenue and West Liberty Avenue in accordance with the design guidelines and recommendations of the CORR Southwest Downtown (SWDT) Plan. Upon approval of preliminary design, provide professional engineering and landscape architecture services for the development of PS&E for proposed roadway, parking, drainage, stormwater, water quality, utility, illumination, irrigation, landscaping, and pedestrian improvements for Blair, Main Street, Bagdad Street, McNeil Road, pedestrian connection under N. Mays Street to E. Bagdad Street, Florence Street, Round Rock Avenue and West Liberty Avenue in accordance with the design guidelines and recommendations of the CORR Southwest Downtown (SWDT) Plan. All PS&E documents will be submitted on 22"x34" sheets. The project will be developed in English units. The work to be performed by the ENGINEER and/or LANDSCAPE ARCHITECT under this work authorization, in general, will consist of: • Proiect Management (Task 5) This task will include the following activities: • Provide overall project management services including budget control, schedule control, project coordination, resource allocation, subconsultant management and coordination, and preparation of invoices. • Ensure timely delivery of all deliverables including electronic files, and hard copies of all pertinent information, all in American Standard System of Measure format. • Perform Quality Control/ Quality Assurance reviews. • General Project Meetings • Attend meetings as directed by CITY. • Record and distribute meeting minutes. • Submittals and Design Review Meetings — 60%, 90% and 100% submittals will be required. The ENGINEER / LANDSCAPE ARCHITECT will attend 60%, 90% and 100% submittal review meetings. Three (3) copies will be required for each submittal. Comments and revisions requested at the review meetings will be incorporated into the plans for the subsequent submittal. a. 60% Submittal & Review — Address preliminary review comments. Submittal will include preliminary cross sections, P&P, existing and proposed typical sections, preliminary drainage area map and drainage calculations, preliminary retaining wall layouts (if required), preliminary signing and pavement marking layouts, sequence of work outline, preliminary utility exhibits, potential utility conflicts, updated estimates, and updated project schedule. b. 90% Submittal & Review - Submittal will include addressing 60% review comments, final typical sections, final drainage calculations, final retaining wall layouts (if required) and details, final utility exhibits, preliminary traffic control plans, update cross sections, estimates, and project schedule. c. 100% Submittal & Review — Address 90% review comments, final utility conflict identification and resolution, final P&P sheets, final signing and striping layouts, final miscellaneous roadway details, final retaining wall design and details (if required), final traffic control plans, final SW3P, final quantities, update estimates and project schedule, general notes and specifications, update quantities, update general notes, specifications, and estimate. Provide one set of 22"x 34" originals with mylar cover page for final review, with a registered Professional Engineer's seal and/or Professional Landscape Architect's seal, as appropriate, on each sheet, and four (4) sets of prints of the plans including all applicable standards.+- • 60% Schematic Design Development — (Task 6) This task will include the following activities: A. Roadway Design Controls/Geometric Development • Establish and confirm design criteria. • Develop geometric design elements including conceptual typical sections, horizontal and vertical alignment, cross -slopes, and intersection geometrics. • Develop preliminary typical section sheets. • Develop preliminary roadway plan and profile sheets. Coordinates, major earthwork quantities, stations, and elevations of key alignment features and benchmarks will be noted. • Develop preliminary sidewalk details, preliminary driveway details, and preliminary grading details. Develop illustrative colored plan and section exhibits for project area based on approved conceptual civil (roadway and drainage) Develop revised illustrative colored exhibits for Round Rock Avenue median and traffic circle signage. Exhibits will show proposed materials and general pedestrian walkway pavement patterns, tree wells/grates, landscaping, light pole locations, parking and roadway. • Prepare Summary of Major Bid Item Quantities and engineer's opinion of probable cost. B. Drainage Design • Perform preliminary drainage analysis and design. • Develop drainage area map. Delineate drainage area boundaries based on, CORR, Williamson County and/or CAPCOG topography and field survey reconnaissance. • Calculate peak discharges - Determine conveyance paths, channel slopes, time of concentration, and select runoff coefficients/RCN curve numbers, to determine design -year flows. Generate hydraulic computation sheets. • Perform preliminary design of any necessary street or inlets and/or storm sewer as part of the water quality design. • Determine the size and location of any necessary drainage easements. The ENGINEER will size all improvements to pass the appropriate design -year storm without exceeding allowable headwater elevations. The City of Round Rock Drainage Criteria Manual will be used to establish design controls. Applicable 2 FEMA criteria will also be satisfied. Hydraulic data will be summarized on the drainage layout sheets during detailed design/PS&E development. Prepare Summary of Major Bid Item Quantities and engineer's opinion of probable cost. C. Traffic Control Plan (TCP) • Prepare preliminary traffic control plan consisting of a conceptual phasing layout, typical sections and a narrative of the construction sequence. This plan will consist of plan views of rough phases of construction with the sequence narrative. Layouts will highlight construction and traffic areas for major phases required. • Prepare Summary of Major Bid Item Quantities and engineer's opinion of probable cost. • 90% and 100% PS&E Development— (Task 7) This task will include the following activities: A. Roadway Design Controls/Geometric Development • Develop typical section sheets. • Develop Project Layout and Horizontal Alignment Data sheet. • Develop roadway plan and profile sheets. Coordinates, major earthwork quantities, stations, and elevations of key alignment features and benchmarks will be noted. • Develop sidewalk details, driveway details, grading details, street trees, furnishings, intersection details, and miscellaneous roadway detail sheets. • Develop median and traffic circle signage and landscape plans and details. • Finalize design cross sections and develop cross section sheets. Cross section sheets will be developed at a scale of 1" = 10'. Determine the quantities of cut and fill for each cross section. • Prepare TDLR registration documents at 90% PS&E and process through TDLR. • Determine the location and size of any necessary construction easements. • Assemble applicable roadway standards. Identify and acquire all applicable standards. Modify standards as needed. Incorporate in plans. Prepare Summary of Roadway Quantities at the 100% submittal. B. Drainage Design • Perform drainage analysis and design. • Develop drainage area map. Delineate drainage area boundaries based on, CORR, Williamson County and/or CAPCOG topography and field survey reconnaissance. • Calculate peak discharges - Determine conveyance paths, channel slopes, time of concentration, and select runoff coefficients/RCN curve numbers, to determine design -year flows. Generate hydraulic computation sheets. • Design any necessary street inlets and/or storm sewer. • Determine the size and location of any necessary drainage easements. The ENGINEER will size all improvements to pass the appropriate design -year storm without exceeding allowable headwater elevations. The City of Round Rock Drainage Criteria Manual will be used to establish design controls. Applicable FEMA criteria will also be satisfied. Hydraulic data will be summarized on the drainage layout. • Develop Drainage Layout sheets for drainage structures in accordance with CITY standard details and the City of Round Rock Drainage Criteria Manual. • Prepare drainage plan details necessary to clarify the construction requirements of the drainage facilities. • Assemble applicable drainage standards. Identify and acquire all applicable standards. Modify standards as needed. incorporate in plans. • Calculate and tabulate quantities for drainage items for the project at the 100% submittal. C. Storm Water Pollution Prevention Plans (SW3P) • Prepare SW3P Index Sheet and develop SW3P layouts showing all necessary erosion and sedimentation control best management practices. • The ENGINEER will develop an SW3P plan consistent with the CORR of SW3P template that will minimize sediment discharge from the project site to the maximum extent practicable. The plan will identify the SW3P components that will mitigate the impacts of construction activities. • Assemble applicable SW3P standards. Identify and acquire all applicable standards. Modify standards as needed. Incorporate in plans. • Calculate and tabulate final quantities for SW3P items for the project at the 100% submittal. • TCEQ Application and submittal to be provided by selected construction contractor. D. Signing and Pavement Markings • Prepare a signing and pavement marking layout identifying the various types of pavement markings, proposed signing, delineation and location of project features which would present a hazard to traffic. • Prepare a small sign summary sheet. • Assemble applicable signing and pavement marking standards. Identify and acquire all applicable standards. Modify standards as needed. Incorporate in plans. • Calculate and tabulate final quantities for signing and pavement marking items for the project at the 100% submittal. E. Traffic Control Pian (TCP) • Develop TCP narrative, typical sections, and layouts. The plan will identify work areas, temporary paving, temporary shoring, signing, detour alignment, barricades, and other TCP related items. A narrative will be prepared and incorporated into the plans. 4 • Assemble applicable traffic control and work zone standards. Identify and acquire all applicable standards. Modify standards as needed. Incorporate in plans. • Calculate and tabulate final quantities for traffic control items for the project at the 100% submittal. F. Miscellaneous • Project Title Sheet • Supplemental Index Sheet • Project Estimate - Prepare an estimate/opinion of probable construction cost (OPCC). The estimate will be prepared for the project at the 60% and 100% submittals. • General Notes and Specifications - The ENGINEER / LANDSCAPE ARCHITECT will prepare the general notes, specification data, and Basis of Estimate. • Water Pollution Abatement Plan (WPAP) and Sewage Collection System (SCS) 90% & 100% — (Task 2) • The proposed project area is within the TCEQ Recharge Zone area of the Edwards Aquifer. A TCEQ WPAP & SCS application will be prepared to incorporate best management practices per TCEQ requirements to address storm water runoff from the Project. This task will include a response to comments and updates as required for approval based on original scope. A Storm Water Pollution Prevention Plan (SWPPP) is also a requirement for this application. This plan can be used for the construction of the Project and utilized by the Contractor. A geologic assessment will be provided and included with these applications as required by the TCEQ. The anticipated application fee to TCEQ is to be paid by the Owner. • Utility Adiustment Coordination/Design 60%,90% & 100%— (Task 3) • Coordinate and assist with the relocation of existing utilities. • Develop exhibits that indicate conflicts between identified existing utilities and proposed construction. • Recommend resolution for each utility conflict. • Plan/Profile for water (fire and domestic) and wastewater. • Plan and Profile for dry utilities duct bank. • Prepare utility adjustment layouts, plans and profiles for CITY owned utilities. • Assemble applicable utility standards. Identify and acquire all applicable standards. Modify standards as needed. Incorporate in plans. • Calculate and tabulate final quantities for utility items for the project at the 100% submittal. Illumination — (Task 4) • Provide electrical design for the street lights (approx. 70 street light/luminaries), tree well receptacles (approx, 70), and accent/uplighting (approx. 10-15 along Round Rock Ave. median and traffic circle). • Provide Construction Documents for the electrical engineering portion of the project; these services include an electrical load analysis; wiring diagrams and working drawings; technical specifications describing materials, systems and equipment, workmanship, quality and performance criteria for construction of the work; and coordination with utility service provider, Oncor. Submittals will be at 60%, 90% and 100% for review/permitting with the City. Baker-Aicklen (BA) will be responsible for putting the technical manual together and coordination of initial light pole layout / photometrics with Spectrum lighting. • Assist with any electrical RFI's and addenda information during the Bidding portion of the project. (BA) will put together and issue addenda. Attendance of pre-bid and bid opening is not necessary. • Attend a maximum of four (4) construction progress meetings / site visits, review submittals, RFI's as needed related to the electrical engineering design components, and provide final site inspection and issue punch -list for electrical items. Provide record drawings for electric scope of work. • Bidding Phase Services — (Task 8) • Develop a Project Manual (Bid Documents, Contract Documents, and Specifications) for bidding purposes. • Answer questions from bidders. • Develop and issue addenda as appropriate to interpret, clarify, or expand the bid documents. • Attend prebid meeting (if scheduled). • Review and evaluate bids. • Assist CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • Prepare a Recommendation of Award and make recommendation of bid award to CITY. • Construction Phase Services — (Task 91 Provide construction phase services in support of work related to this project anticipated to be eighteen to twenty-four (18-24) months. Construction observation provided by City Inspector. The Consultant shall endeavor to secure compliance by the contractor to the plans and specifications. The Consultant shall not be responsible for construction means, methods, techniques, sequences or procedures in connection with the work and the Consultant shall not be responsible for the contractor's errors or omissions or failure to carry out the work in accordance with the contact documents. This task will include the following activities: • Attend preconstruction meeting. • Attend weekly progress meetings and issue meeting minutes. L • Preparation and processing of Requests for Information, Change Proposals, Change Orders, Change Directives, review/approval of shop drawing, submittals and mock-ups (as required). • Review and approve contractor Applications for Payment. • Attend final inspection(s) and walk-thru for substantial completion; issue punch list for incomplete items including time for completion. • Acquire final close-out documents, warranties, accurate as -built drawings and other documents required to close-out project from the contractor. • Prepare record drawings. • Review and approve contractor's final Application(s) for Payment including retainage. • Assist City in scheduling TDLR inspection for accessibility. inspection fee to be paid by City. • Services Not Included • Earthwork quantities separated by construction phase. • Traffic Studies that develop traffic projections. • Phased construction plans for bidding and construction. • Subsurface Utility Engineering (SUE). • Survey —Utilize previous survey data and information provided by the CITY for the CORR SWDT Infrastructure improvements. Geotechnical Investigation - Utilize previous geotechnical investigations and reports ("Subsurface Exploration and Pavement Recommendations — Round Rock Southwest Downtown District - PSI File No. 303-35065" dated February 6, 2004 and Supplemental Pavement Recommendations — Round Rock Southwest Downtown District - PSI File No. 303-35065 (SI)" dated March 90, 2004) provided by Professional Services Industries, Inc. (PSI) for CORR SWDT District projects to finalize pavement recommendation. City shall provide additional Geotechnical investigation for any additional areas outside of the original report as required for this project scope (additional areas include Florence Street, Round Rock Avenue and West Liberty Avenue). REFERENCES (latest editions; including latest revisions) 1. City of Round Rock (CORR) Design and Construction Standards Criteria Manual 2. City of Round Rock (CORR) Standard Specifications Manual 3. City of Round Rock (CORR) Drainage Criteria Manual 4. City of Round Rock (CORR) Transportation Criteria Manual 5. TxDOT Roadway Design Manual 7 6. TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges - 2004 (English units) 7. TxDOT Texas Manual on Uniform Traffic Control Devices (TMUTCD) 8. AASHTO 2004 "Green Book" —A Policy on Geometric Design of Highways and Streets 9. National Environmental Policy Act (NEPA) 10. Texas Accessibility Standards (TAS) of the Architectural Barriers Act NOTES 1. All design shall be in accordance with the above references, except where variances are permitted in writing by the CITY. (The above annotated list is not intended to be all inclusive; there may be other references required dependent upon the specific design needs of the project.) 2. The ENGINEER / LANDSCAPE ARCHITECT is responsible for purchasing all references which are required for the project. 3. Design Criteria descending order of precedence for PS&E development: 1) CORR criteria, standards, and specifications; 2) TxDOT criteria, standards, and specifications. R r N N r 0 N A k » N ¥ to; VCE 'CO, &}2260) _ ® -to � #9a##q«8m■ |2 fAK\Kkk9 �k _22/§GE| - m10 c)c, � c ƒC4 dLwi li a a 0 o - - .! � k2§10 c;C's 00 �j .�aakak\ § $ ( k ca { kkk k)§7 )§ ��E !-facto E�\k/8 # 8 88 0)§Esa»aaa' C. t f ■!am###em«m@ Ixa/2aa2kasaa Q . . 3 f�kamemm#mm#! � a&2■aa■■a;2a m w �! �l° ~m A�q■a! e aJrm�-■w§• m ■�.-mci 0 -; -;__•! b �7 o, #k § J ;2 �!§&k§0aa w /!&2Z-�®-®- 0 O « � a � k)§ � ! _ § - ls�■e,��nCIO 0;) § $ ( k ca { kkk k)§7 )§ ��E !-facto E�\k/8 ROUND ROCK, HW City Council Agenda Summary Sheet PURPOSE. PASSION. PROSPERITY. Agenda Item No. F3. Consider a resolution authorizing the Mayor to execute Supplemental Contract No. 1 with Baker-Aicklen and Associates, Inc. for the Southwest Downtown Infrastructure Agenda Caption: Improvements — Blair Street and Bagdad Street Project. Meeting Date: January 10. 2013 Department: Transportation Staff Person making presentation: Gary Hudder Transportation Director Item Summary: The engineering services contract with Baker-Aicklen and Associates, Inc. in the amount of $173,827.51 for the Southwest Downtown Infrastructure Improvements, Blair Street from West Main Street to Florence Street and Bagdad Street from Brown Street to South Mays Street was approved by the City Council on January 12, 2012. The scope of work included all items necessary to successfully design this project to a 30% schematic design, including infrastructure and surface improvements for Blair Street and Bagdad Street. Supplemental Agreement No. 1 is for 100% design plans, bidding phase services, and construction phase services. The scope of the project now includes Round Rock Avenue and a portion of West Liberty Avenue. The cost of Supplemental Agreement No. 1 is $650,259.50. The total contract cost for this project would be $824,087.01. Cost: $650,259.50 Source of Funds: Type B Corporation Recommended Action: Approval EXECUTED ORIGINAL DOCUMENmS FOLLOW STATE OF TEXAS § COUNTY OF WILLIAMSON § SUPPLEMENTAL CONTRACT NO. 1 TO CONTRACT FOR ENGINEERING SERVICES FIRM: BAKER-AICKLEN AND ASSOCIATES, INC. ("Engineer") ADDRESS: 507 West Liberty Avenue, Round Rock, TX 78664 PROJECT: Southwest Dotimtown Infi•astructure Improvements — Blair Street _ and Bagdad Street 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 Baker-Aicklen and Associates Inc., hereinafter called the "Engineer". WHEREAS, the City and Engineer executed a Contract for Engineering Services, hereinafter called the "Contract", on the 12th day of January, 2012 for the Southwest Downtown Infrastructure Improvements -- Blair Street and Bagdad Street Project in the amount of $173,827.51; 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 $650,259.50 to a total of $824,087.01; 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 $650,259.50 the lump suun amount payable under the Contract for a total of $824,087.01, 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 0199.7195;00263685 84275 1�-1-2>-0(--1D--3 AP BAKER-AICKLEN AND ASSOCIATES, INC. Dec. G� 20i2 Date CITY OF OU ND ROCK AP OV { AS O FORM: By: Alan McGraw, Mayor Step n L. Sheets, City Attorney 0l -(v-(3 Date Supplemental Contract Rev. 12/01/08 0199.7195;00263685 84275 ADDENDUM TO EXHIBIT B Engineering Services The work to be performed under this contract will consist of providing professional engineering and landscape architecture services for the development of design plans for proposed roadway, parking, drainage, stormwater, water quality, utility, illumination, irrigation, landscaping, and pedestrian improvements for Florence Street, Blair Street, Round Rock Avenue and West Liberty Avenue in accordance with the design guidelines and recommendations of the CORR Southwest Downtown (SWDT) Plan. Upon approval of preliminary design, provide professional engineering and landscape architecture services for the development of PS&E for proposed roadway, parking, drainage, stormwater, water quality, utility, illumination, irrigation, landscaping, and pedestrian improvements for Blair, Main Street, Bagdad Street, McNeil Road, pedestrian connection under N. Mays Street to E. Bagdad Street, Florence Street, Round Rock Avenue and West Liberty Avenue in accordance with the design guidelines and recommendations of the CORR Southwest Downtown (SWDT) Plan. All PS&E documents will be submitted on 22"x34" sheets. The project will be developed in English units. The work to be performed by the ENGINEER and/or LANDSCAPE ARCHITECT under this work authorization, in general, will consist of: • Project Management (Task 5) This task will include the following activities: • Provide overall project management services including budget control, schedule control, project coordination, resource allocation, subconsultant management and coordination, and preparation of invoices. • Ensure timely delivery of all deliverables including electronic files, and hard copies of all pertinent information, all in American Standard System of Measure format. • Perform Quality Control/ Quality Assurance reviews. • General Project Meetings • Attend meetings as directed by CITY. • Record and distribute meeting minutes. • Submittals and Design Review Meetings — 60%, 90% and 100% submittals will be required. The ENGINEER / LANDSCAPE ARCHITECT will attend 60%, 90% and 100% submittal review meetings. Three (3) copies will be required for each submittal. Comments and revisions requested at the review meetings will be incorporated into the plans for the subsequent submittal. a. 60% Submittal & Review — Address preliminary review comments. Submittal will include preliminary cross sections, P&P, existing and proposed typical sections, preliminary drainage area map and drainage calculations, preliminary retaining wall layouts (if required), preliminary signing and pavement marking layouts, sequence of work outline, preliminary utility exhibits, potential utility conflicts, updated estimates, and updated project schedule. b. 90% Submittal & Review - Submittal will include addressing 60% review comments, final typical sections, final drainage calculations, final retaining wall layouts (if required) and details, final utility exhibits, preliminary traffic control plans, update cross sections, estimates, and project schedule. c. 100% Submittal & Review — Address 90% review comments, final utility conflict identification and resolution, final P&P sheets, final signing and striping layouts, final miscellaneous roadway details, final retaining wall design and details (if required), final traffic control plans, final SW3P, final quantities, update estimates and project schedule, general notes and specifications, update quantities, update general notes, specifications, and estimate. Provide one set of 22"x 34" originals with mylar cover page for final review, with a registered Professional Engineer's seal and/or Professional Landscape Architect's seal, as appropriate, on each sheet, and four (4) sets of prints of the plans including all applicable standards.+- • 60% Schematic Design Development — (Task 6) This task will include the following activities: A. Roadway Design Controls/Geometric Development • Establish and confirm design criteria. • Develop geometric design elements including conceptual typical sections, horizontal and vertical alignment, cross -slopes, and intersection geometrics. • Develop preliminary typical section sheets. • Develop preliminary roadway plan and profile sheets. Coordinates, major earthwork quantities, stations, and elevations of key alignment features and benchmarks will be noted. • Develop preliminary sidewalk details, preliminary driveway details, and preliminary grading details. Develop illustrative colored plan and section exhibits for project area based on approved conceptual civil (roadway and drainage) Develop revised illustrative colored exhibits for Round Rock Avenue median and traffic circle signage. Exhibits will show proposed materials and general pedestrian walkway pavement patterns, tree wells/grates, landscaping, light pole locations, parking and roadway. • Prepare Summary of Major Bid Item Quantities and engineer's opinion of probable cost. B. Drainage Design • Perform preliminary drainage analysis and design. • Develop drainage area map. Delineate drainage area boundaries based on, CORR, Williamson County and/or CAPCOG topography and field survey reconnaissance. • Calculate peak discharges - Determine conveyance paths, channel slopes, time of concentration, and select runoff coefficients/RCN curve numbers, to determine design -year flows. Generate hydraulic computation sheets. • Perform preliminary design of any necessary street or inlets and/or storm sewer as part of the water quality design. • Determine the size and location of any necessary drainage easements. The ENGINEER will size all improvements to pass the appropriate design -year storm without exceeding allowable headwater elevations. The City of Round Rock Drainage Criteria Manual will be used to establish design controls. Applicable PA FEMA criteria will also be satisfied. Hydraulic data will be summarized on the drainage layout sheets during detailed design/PS&E development. • Prepare Summary of Major Bid Item Quantities and engineer's opinion of probable cost. C. Traffic Control Plan (TCP) • Prepare preliminary traffic control plan consisting of a conceptual phasing layout, typical sections and a narrative of the construction sequence. This plan will consist of plan views of rough phases of construction with the sequence narrative. Layouts will highlight construction and traffic areas for major phases required. • Prepare Summary of Major Bid Item Quantities and engineer's opinion of probable cost. • 90% and 100% PS&E Development— (Task 7) This task will include the following activities: A. Roadway Design Controls/Geometric Development • Develop typical section sheets. • Develop Project Layout and Horizontal Alignment Data sheet. • Develop roadway plan and profile sheets. Coordinates, major earthwork quantities, stations, and elevations of key alignment features and benchmarks will be noted. • Develop sidewalk details, driveway details, grading details, street trees, furnishings, intersection details, and miscellaneous roadway detail sheets. • Develop median and traffic circle signage and landscape plans and details. • Finalize design cross sections and develop cross section sheets. Cross section sheets will be developed at a scale of V = 10'. Determine the quantities of cut and fill for each cross section. • Prepare TDLR registration documents at 90% PS&E and process through TDLR. • Determine the location and size of any necessary construction easements. • Assemble applicable roadway standards. Identify and acquire all applicable standards. Modify standards as needed. Incorporate in plans. Prepare Summary of Roadway Quantities at the 100% submittal. B. Drainage Design • Perform drainage analysis and design. • Develop drainage area map. Delineate drainage area boundaries based on, CORR, Williamson County and/or CAPCOG topography and field survey reconnaissance. • Calculate peak discharges - Determine conveyance paths, channel slopes, time of concentration, and select runoff coefficients/RCN curve numbers, to determine design -year flows. Generate hydraulic computation sheets. • Design any necessary street inlets and/or storm sewer. 3 • Determine the size and location of any necessary drainage easements. The ENGINEER will size all improvements to pass the appropriate design -year storm without exceeding allowable headwater elevations. The City of Round Rock Drainage Criteria Manual will be used to establish design controls. Applicable FEMA criteria will also be satisfied. Hydraulic data will be summarized on the drainage layout. • Develop Drainage Layout sheets for drainage structures in accordance with CITY standard details and the City of Round Rock Drainage Criteria Manual. • Prepare drainage plan details necessary to clarify the construction requirements of the drainage facilities. • Assemble applicable drainage standards. Identify and acquire all applicable standards. Modify standards as needed. Incorporate in plans. • Calculate and tabulate quantities for drainage items for the project at the 100% submittal. C. Storm Water Pollution Prevention Plans (SW3P) • Prepare SW3P Index Sheet and develop SW3P layouts showing all necessary erosion and sedimentation control best management practices. • The ENGINEER will develop an SW3P plan consistent with the CORR of SW3P template that will minimize sediment discharge from the project site to the maximum extent practicable. The plan will identify the SW3P components that will mitigate the impacts of construction activities. • Assemble applicable SW3P standards. Identify and acquire all applicable standards. Modify standards as needed. Incorporate in plans. • Calculate and tabulate final quantities for SW3P items for the project at the 100% submittal. • TCEQ Application and submittal to be provided by selected construction contractor. D. Signing and Pavement Markings • Prepare a signing and pavement marking layout identifying the various types of pavement markings, proposed signing, delineation and location of project features which would present a hazard to traffic. • Prepare a small sign summary sheet. • Assemble applicable signing and pavement marking standards. Identify and acquire all applicable standards. Modify standards as needed. Incorporate in plans. • Calculate and tabulate final quantities for signing and pavement marking items for the project at the 100% submittal. E. Traffic Control Plan (TCP) • Develop TCP narrative, typical sections, and layouts. The plan will identify work areas, temporary paving, temporary shoring, signing, detour alignment, barricades, and other TCP related items. A narrative will be prepared and incorporated into the plans. rd • Assemble applicable traffic control and work zone standards. Identify and acquire all applicable standards. Modify standards as needed. Incorporate in plans. • Calculate and tabulate final quantities for traffic control items for the project at the 100% submittal. F. Miscellaneous • Project Title Sheet • Supplemental Index Sheet • Project Estimate - Prepare an estimate/opinion of probable construction cost (OPCC). The estimate will be prepared for the project at the 60% and 100% submittals. • General Notes and Specifications - The ENGINEER / LANDSCAPE ARCHITECT will prepare the general notes, specification data, and Basis of Estimate. • Water Pollution Abatement Plan (WPAP) and Sewage Collection System (SCS) 90% & 100% — (Task 2) • The proposed project area is within the TCEQ Recharge Zone area of the Edwards Aquifer. A TCEQ WPAP & SCS application will be prepared to incorporate best management practices per TCEQ requirements to address storm water runoff from the Project. This task will include a response to comments and updates as required for approval based on original scope. A Storm Water Pollution Prevention Plan (SWPPP) is also a requirement for this application. This plan can be used for the construction of the Project and utilized by the Contractor. A geologic assessment will be provided and included with these applications as required by the TCEQ. The anticipated application fee to TCEQ is to be paid by the Owner. • Utility Adiustment Coordination/Design 60%, 90% & 100% — (Task 3) • Coordinate and assist with the relocation of existing utilities. • Develop exhibits that indicate conflicts between identified existing utilities and proposed construction. • Recommend resolution for each utility conflict. • Plan/Profile for water (fire and domestic) and wastewater. • Plan and Profile for dry utilities duct bank. • Prepare utility adjustment layouts, plans and profiles for CITY owned utilities. • Assemble applicable utility standards. Identify and acquire all applicable standards. Modify standards as needed. Incorporate in plans. • Calculate and tabulate final quantities for utility items for the project at the 100% submittal. • Illumination — (Task 4) • Provide electrical design for the street lights (approx. 70 street light/luminaries), tree well receptacles (approx. 70), and accent/uplighting (approx. 10-15 along Round Rock Ave. median and traffic circle). • Provide Construction Documents for the electrical engineering portion of the project; these services include an electrical load analysis; wiring diagrams and working drawings; technical specifications describing materials, systems and equipment, workmanship, quality and performance criteria for construction of the work; and coordination with utility service provider, Oncor. Submittals will be at 60%, 90% and 100% for review/permitting with the City. Baker-Aicklen (BA) will be responsible for putting the technical manual together and coordination of initial light pole layout / photometrics with Spectrum lighting. • Assist with any electrical RFI's and addenda information during the Bidding portion of the project. (BA) will put together and issue addenda. Attendance of pre-bid and bid opening is not necessary. • Attend a maximum of four (4) construction progress meetings / site visits, review submittals, RFI's as needed related to the electrical engineering design components, and provide final site inspection and issue punch -list for electrical items. Provide record drawings for electric scope of work. • Bidding Phase Services — (Task 8) • Develop a Project Manual (Bid Documents, Contract Documents, and Specifications) for bidding purposes. • Answer questions from bidders. • Develop and issue addenda as appropriate to interpret, clarify, or expand the bid documents. • Attend prebid meeting (if scheduled). • Review and evaluate bids. • Assist CITY in determining the qualifications and acceptability of prospective contractors, subcontractors, and suppliers. • Prepare a Recommendation of Award and make recommendation of bid award to CITY. • Construction Phase Services — (Task 9) Provide construction phase services in support of work related to this project anticipated to be eighteen to twenty-four (18-24) months. Construction observation provided by City Inspector. The Consultant shall endeavor to secure compliance by the contractor to the plans and specifications. The Consultant shall not be responsible for construction means, methods, techniques, sequences or procedures in connection with the work and the Consultant shall not be responsible for the contractor's errors or omissions or failure to carry out the work in accordance with the contact documents. This task will include the following activities: • Attend preconstruction meeting. • Attend weekly progress meetings and issue meeting minutes. • Preparation and processing of Requests for Information, Change Proposals, Change Orders, Change Directives, review/approval of shop drawing, submittals and mock-ups (as required). • Review and approve contractor Applications for Payment. • Attend final inspection(s) and walk-thru for substantial completion; issue punch list for incomplete items including time for completion. • Acquire final close-out documents, warranties, accurate as -built drawings and other documents required to close-out project from the contractor. • Prepare record drawings. • Review and approve contractor's final Application(s) for Payment including retainage. • Assist City in scheduling TDLR inspection for accessibility. Inspection fee to be paid by City. Services Not Included • Earthwork quantities separated by construction phase. • Traffic Studies that develop traffic projections. • Phased construction plans for bidding and construction. • Subsurface Utility Engineering (SUE). • Survey —Utilize previous survey data and information provided by the CITY for the CORR SWDT Infrastructure Improvements. Geotechnical Investigation - Utilize previous geotechnical investigations and reports ("Subsurface Exploration and Pavement Recommendations — Round Rock Southwest Downtown District - PSI File No. 303-35065" dated February 6, 2004 and Supplemental Pavement Recommendations -- Round Rock Southwest Downtown District - PSI File No. 303-35065 (SI)" dated March 10, 2004) provided by Professional Services Industries, Inc. (PSI) for CORR SWDT District projects to finalize pavement recommendation. City shall provide additional Geotechnical investigation for any additional areas outside of the original report as required for this project scope (additional areas include Florence Street, Round Rock Avenue and West Liberty Avenue). REFERENCES (latest editions; including latest revisions) 1. City of Round Rock (CORR) Design and Construction Standards Criteria Manual 2. City of Round Rock (CORR) Standard Specifications Manual 3. City of Round Rock (CORR) Drainage Criteria Manual 4. City of Round Rock (CORR) Transportation Criteria Manual 5. TxDOT Roadway Design Manual 7 6. TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges - 2004 (English units) 7. TxDOT Texas Manual on Uniform Traffic Control Devices (TMUTCD) 8. AASHTO 2004 "Green Book" —A Policy on Geometric Design of Highways and Streets 9. National Environmental Policy Act (NEPA) 10. Texas Accessibility Standards (TAS) of the Architectural Barriers Act NOTES 1. All design shall be in accordance with the above references, except where variances are permitted in writing by the CITY. (The above annotated list is not intended to be all inclusive; there may be other references required dependent upon the specific design needs of the project.) 2. The ENGINEER / LANDSCAPE ARCHITECT is responsible for purchasing all references which are required for the project. 3. Design Criteria descending order of precedence for PSE development: 1) CORR criteria, standards, and specifications; 2) TxDOT criteria, standards, and specifications. H W 0 W T U U) Y Sy N 0 N U H m 2 x W 0 D 0 Z W 0 Q v V o - a c0 O` aj C N 0 G" c U Y Q O Q O Y G <D N 3aE 9 o N N (D O O= (D.. N > a 0 O a >i m o a rn m m a o �_� > C) 0 U V%vOitu O N 0 L) Cj >N Gi N 0 Co >s N N C0— w— 0 �Q N N t � 4O- Y= d C O ix Z) 0 c: f6 U U M �~E Q 3 fA Z:. Y ON (� E C (�6 C N .O C l6 to C o W O �N > D c 0 O MU ES _� M U W. N ni (0 N y y N O 3 to «� N C C o- IY O N a 0' O N 0. OL X a= 0 0: iz o 0 ol W V 0 N N r N A Cti C N a� W � Q W I Q q LU w U. 0 e m 2 w 0 e 2 � O z § c « p#$¥#\@mm& 3 / 89@%47@mmm §§ Jk§§ �R co / \\\\\)J2J/ o - - o ® _ $:Gram@@ ° #88\ p);;e\s$,_a;� t a /a22a;Baaa$a. @ )�k#B@aaa8@°® J2 kaaea;wo IF o k/R9m�#¥§§§§ 0a ; ! $ ! b aen k ( k k ! o -s / } \�} \\�/ � #(© ni o 2� 2o0 °RseZaa;o_ ƒ)��toF-